2018 Downtown Revitalization

Size: px
Start display at page:

Download "2018 Downtown Revitalization"

Transcription

1 Tender For 2018 Downtown Revitalization 2018-Tender-01 Date Issued: January 15, 2018 Master Municipal Construction Documents 2009 Edition Unit Price Contract City of Penticton Engineering Department 616 Okanagan Avenue East Penticton, BC, V2A 3K6

2 UNIT PRICE CONTRACT INVITATION TO TENDERERS INVITATION TO TENDERERS PAGE 1 OF Owner: The Corporation of The City of Penticton Contract: 2018 Downtown Revitalization Reference No.: 2018 TENDER 01 The Owner invites tenders for: Supply and installation of approximately : 630 m of Concrete Curb 1060 m 2 of Concrete Sidewalks 2375 m 2 Cold Milling 5600 m 2 Base Gravels 2200 m 2 Hot Mix Asphalt 1475 m 2 Concrete Unit Pavers 495 m of PVC Water Main Various Sizes 2 Manholes 7 Catch Basins 600 m of Electrical Trenching With Conduit Vendor Power Systems Contract Documents are available at: Electronic Copies of the documents are available free of charge for download from the City of Penticton s website at: Tenderers can register with the City by at tendering@penticton.ca Only Tenderers that have registered with the City will be notified of any addenda by . It is the Tenderers sole responsibility to check for and obtain any addenda issued prior to the close of the tender period. Tenders are scheduled to close: Tender Closing Time: 3:00 pm local time Tender Opening Time: 3:05 pm local time Tender Closing Date: January 30, 2018 Address: Corporate Office, City Hall 171 Main Street Penticton, BC V2A 5A9 Fax: Name of Owners Representative: Owners Representative Cathy Ingram cathy.ingram@penticton.ca Phone #

3 UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF MASTER MUNICIPAL CONSTRUCTION DOCUMENTS CONTENTS 2018 Downtown Revitalization The complete Master Municipal Construction Documents (2009 Edition) consist of the following parts: 1. Standard Documents that Require Additional Information (available in the MMCD Tender Document Production Manual or on disk) Page Invitation to Tender Instructions to Tender, Part I Form of Tender Appendix 1 Schedule of Quantities and Prices Appendix 2 Preliminary Construction Schedule & Scope of Works... 1 Appendix 3 Experience of Superintendent... 1 Appendix 4 Comparable Work Experience... 1 Appendix 5 Subcontractors... 1 Form of Agreement Schedule 1 Schedule of Contract Documents Schedule 2 List of Drawings Supplementary General Conditions Project Specific General Conditions Supplementary Specifications Project Specific Supplementary Specifications Appendices Appendix A Reports & Associated Permits Appendix B Approved List of Materials Appendix C City of Penticton Safety Program Confirmation of Workplace Safety Responsibilities Appendix D Traffic Management Plan 2. Standard Documents that are fully complete (available in MMCD General Conditions, Specifications and Standard Detail Drawings ) Instructions to Tender, Part II General Conditions Specifications Standard Detail Drawings

4 UNIT PRICE CONTRACT INSTRUCTIONS TO TENDERERS PART I TABLE OF CONTENTS IT PART I 1 OF Introduction... IT Tender Documents... IT Submission of Tenders... IT Additional Instructions to Tenderers... IT - 3

5 UNIT PRICE CONTRACT INSTRUCTIONS TO TENDERERS PART I TABLE OF CONTENTS IT PART I 2 OF THIS PAGE INTENTIONALLY LEFT BLANK

6 UNIT PRICE CONTRACT INSTRUCTIONS TO TENDERERS PART I IT PART I IT (FOR USE WHEN UNIT PRICES FORM THE BASIS OF PAYMENT TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS OF THE UNIT PRICE MASTER MUNICIPAL CONSTRUCTION DOCUMENTS.) (TO BE READ WITH INSTRUCTIONS TO TENDERERS - PART II CONTAINED IN THE EDITION OF THE PUBLICATION MASTER MUNICIPAL CONSTRUCTION DOCUMENTS SPECIFIED IN ARTICLE 2.2 BELOW) Owner: The Corporation of the City of Penticton Contract: 2018 Downtown Revitalization Reference No.: 2018 Tender Introduction 1.1 These Instructions apply to and govern the preparation of tenders for this Contract. The Contract is generally for the following work: As detailed in the project drawing set: Onsite Works(Approximate): 630 m of Concrete Curb 1060 m 2 of Concrete Sidewalks 2375 m 2 Cold Milling 5600 m 2 Base Gravels 2200 m 2 Hot Mix Asphalt 1475 m 2 Concrete Unit Pavers 495 m of PVC Water Main Various Sizes 2 Manholes 7 Catch Basins 600 m of Electrical Trenching With Conduit Vendor Power Systems 1.2 Any inquiries regarding the Contract must be submitted in writing via e- mail to: Cathy Ingram, Procurement and Inventory Services Manager cathy.ingram@penticton.ca 2.0 Tender Documents 2.1 The tender documents which a tenderer should review to prepare a tender consist of all of the Contract Documents listed in Schedule 1 entitled Schedule of Contract Documents. Schedule 1 is attached to the Agreement which is included as part of the tender package. The Contract Documents include the drawings listed in Schedule 2 to the Agreement, entitled List of Contract Drawings. 2.2 A portion of the Contract Documents are included by reference. Copies of these documents have not been included with the tender package. These documents are the Instructions to Tenderers - Part II, General Conditions, Specifications and Standard Detail Drawings. They are those contained in the publication entitled Master Municipal Construction Documents -

7 UNIT PRICE CONTRACT INSTRUCTIONS TO TENDERERS PART I IT PART I IT General Conditions, Specifications and Standard Detail Drawings. Refer to Schedule 1 to the Agreement or, if not specified in Schedule 1, then the applicable edition shall be the most recent edition as of the date of the Tender Closing Date. All sections of this publication are by reference included in the Contract Documents. 2.3 Any additional information made available to tenderers prior to the Tender Closing Time by the Owner or representative of the Owner, such as geotechnical reports or as-built plans, which is not expressly included in Schedule 1 or Schedule 2 to the Agreement, is not included in the Contract Documents. Such additional information is made available only for the assistance of tenderers who must make their own judgment about its reliability, accuracy, completeness and relevance to the Contract, and neither the Owner nor any representative of the Owner gives any guarantee or representation that the additional information is reliable, accurate, complete or relevant. 3.0 Submission of Tenders 3.1 Tenders must be submitted in a sealed envelope, marked on the outside with the above Contract Title and Reference Number and must be received by the office of: The Corporate Officer on or before: Tender Closing Time: 3 : 00, pm local time Tender Closing Date: January 30, 2018 at Address: The City of Penticton Corporate Officer 171 Main Street Penticton, BC, V2A 5A9 Fax: Late tenders will not be accepted or considered, and will be returned unopened.

8 UNIT PRICE CONTRACT INSTRUCTIONS TO TENDERERS PART I IT PART I IT Supplemental Instructions to Tenderers- 4.1 The Tenderer is responsible to carry out sufficient field investigation to satisfy themselves as to the site conditions. A mandatory pre-submission meeting will be held January 23, 2018 at 10:00am. The meeting will be at 616 Okanagan Avenue East, City Yards Board Room. 4.2 Communication Strategy The City regards communication with the public and stakeholders as a critical activity for this Contract. The information flow is to be as described below other than in an emergency situation where notifications of utility disruption need to be communicated immediately by the Contractor to affect properties. The successful Contractor must designate a representative to work closely and collaboratively to provide timely schedule and construction information to the Contract Administrator and Communications Specialist. The Contract Administrator will then be responsible for conveying this information to the stakeholders and public. The Contractor will be required to: Provide comprehensive and current information as required and at each weekly meeting for updates on progress and issues. Provide assistance in directing the public to available parking areas and nearest business accesses. This includes: Install and maintain City supplied scrim to the interlocking fencing where directed by the Contract Administrator. The Contractor will be required to adequately and safely secure the interlocking fencing against wind loading and other forces. Install and maintain City supplied way finding signage to interlocking fencing, street barricades, street lights or other items as directed by the Contract Administrator. Replacing the scrim or signage as requested by the Contract Administrator due to non-contractor damage, vandalism or wear and tear. work cooperatively with the Contract Administrator to find solutions to public and stakeholder issues. Communicate any complaints or questions to the Contract Administrator and Communication Specialist. Attend a debriefing meeting at the conclusion of the project with the Contract Administrator. 4.3 Wade Avenue Intersection Closure. The surface for the intersection at Wade Avenue is to remain undisturbed except for the removal of the minimum width of asphalt necessary for the installation of underground utility works a maximum of one calendar week prior to commencement of the utility installation. The Contractor must maintain a smooth hard surface in the trench area until the

9 UNIT PRICE CONTRACT INSTRUCTIONS TO TENDERERS PART I IT PART I IT commencement of the 4 week full intersection closure of the intersection provided for under the Traffic Management and Pedestrian Access Plan at which time the remaining original asphalt surface may be removed. 4.4 Project Management Meetings Weekly project management meetings will be at the City Yards Board Room, Tuesdays at 9:00am The Contractor and City Departments shall submit a weekly schedule including an updated Traffic Management Plan, survey requests, and associated works required for notices to adjacent owners or local media outlets for approval by the City s Contract Administrator To ensure no delays or work stoppages, the Contractor shall define detailed inspection and testing or quality control requirements for the following week s work. 4.5 Works are permitted Monday through Friday between the hours of 7:00am and 10:00pm, Saturdays and Sundays between the hours of 9:00am and 7:00pm, unless otherwise noted for required night work or if approval is granted by the Contract Administrator to work outside the hours of work specified. 4.6 All materials that the City identifies for salvage during construction, shall be delivered by the Contractor to the City Yards and will be incidental to the works. Salvage materials may include, but are not limited to: hydrant assemblies, millings, signs, streetlights and unit pavers. 4.7 The Contractor s coordination of associated works by other City of Penticton Departments will be considered incidental to the contract: Public Works Department is responsible for Operation of existing domestic water valves and appurtenances Supply and installation of new traffic signs Concrete curb and gutter repairs that are not noted on the Contract Drawings prior to any paving The City Electrical Utility ( ) shall be contacted for any pre-locations of existing system infrastructure including signal detector loops and/or clarification on any electrical works related to this project City Electrical will be responsible for all primary connections and disconnections. Contractor is responsible for all other connections City Parks Department shall be contacted with respect to tree preservation on all streets. The Contractor is to provide 1 week of

10 UNIT PRICE CONTRACT INSTRUCTIONS TO TENDERERS PART I IT PART I IT Gold Seal Certification notice for any pruning that is required for equipment clearances. Any tree removal requires approval of the City Parks Department. All City of Penticton construction Contracts exceeding one million dollars, shall require the successful tenderer to provide a site superintendent who is CCA Gold Seal certified as Superintendent. The successful Contractor must supply proof of this by submitting either the Gold Seal Certification or intern application within 10 days of award. For more information on Gold Seal Certification, go to the website or contact the Southern Interior Construction Associations (SICA) Kelowna office at Traffic Management and Pedestrian Access Plan It is critical that Main Street business continues as normal throughout the construction process except that public vehicle traffic can be excluded from the 300 block during construction of the block. Pedestrian access is to be maintained at all times to all business Traffic Management and Pedestrian Access requirements: The Contractor shall submit a detailed traffic management and Pedestrian Access Plan that meets the requirements stated in the accepted tender prior to the issuance of the Notice to Proceed. The Notice to Proceed will not be issued until the submitted Traffic Management and Pedestrian Access Plan has been approved by the Contract Administrator Water Main Chlorination Testing All chlorination sampling collection shall be undertaken by City of Penticton personnel. The Contractor shall co-ordinate with the City to facilitate the collection of water samples from the new water main sections to be tested. All chlorination sampling collection shall be undertaken between Monday and Thursday inclusive. The Contractor shall make allowances in the schedule for the sampling collection, testing by a third party lab, and for the City to receive the test results from the testing labs.

11 UNIT PRICE CONTRACT FORM OF TENDER FORM OF TENDER PAGE 1 OF FOR USE WHEN UNIT PRICES FORM THE BASIS OF PAYMENT - TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS OF THE UNIT PRICE MASTER MUNICIPAL CONSTRUCTION DOCUMENTS. Owner: Contract: The Corporation of the City of Penticton 2018 Downtown Revitalization Reference No: 2018 Tender 01 To Owner: WE, THE UNDERSIGNED: 1.1 have received and carefully reviewed all of the Contract Documents, including the Instructions to Tenderers, the specified edition of the Master Municipal Construction Documents - General Conditions, Specifications and Standard Detail Drawings and the following Addenda: ( ADDENDA, IF ANY ) ; 1.2 have full knowledge of the Place of the Work, and the Work required; and 1.3 have complied with the Instructions to Tenderers; and ACCORDINGLY WE HEREBY OFFER 2.1 to perform and complete all of the Work and to provide all the labour, equipment and material all as set out in the Contract Documents, in strict compliance with the Contract Documents; and 2.2 to achieve Substantial Performance of the Work on or before June 15, 2018 ; and 2.3 to do the Work for the price, which is the sum of the products of the actual quantities incorporated into the Work and the appropriate unit prices set out in Appendix 1, the Schedule of Quantities and Prices, plus any lump sums or specific prices and adjustment amounts as provided by the Contract Documents. For the purposes of tender comparison, our offer is to complete the Work for the Tender Price as set out on Appendix 1 of this Form of Tender. Our Tender Price is based on the estimated quantities listed in the Schedule of Quantities and Prices, and excludes GST.

12 UNIT PRICE CONTRACT FORM OF TENDER FORM OF TENDER PAGE 2 OF WE CONFIRM: 3.1 that we understand and agree that the quantities as listed in the Schedule of Quantities and Prices are estimated, and that the actual quantities will vary. WE CONFIRM: 4.1 that the following appendices are attached to and form a part of this tender: the appendices as required by paragraph 5.3 of the Instructions to Tenderers Part II; and the Bid Security as required by paragraph 5.2 of the Instructions to Tenderers Part II. WE AGREE: 5.1 that this tender will be irrevocable and open for acceptance by the Owner for a period of _30_ calendar days from the day following the Tender Closing Date and Time, even if the tender of another tenderer is accepted by the Owner. If within this period the Owner delivers a written notice ( Notice of Award ) by which the Owner accepts our tender we will: within 15 Days of receipt of the written Notice of Award deliver to the Owner:.1 a Performance Bond and a Labour and Material Payment Bond, each in the amount of 50% of the Contract Price, covering the performance of the Work including the Contractor s obligations during the Maintenance Period, issued by a surety licensed to carry on the business of suretyship in the province of British Columbia, and in a form acceptable to the Owner;.2 a Baseline Construction Schedule, as provided by GC 4.6.1;.3 a clearance letter indicating that the tenderer is in Worksafe BC compliance; and.4 a copy of the insurance policies as specified in GC 24 indicating that all such insurance coverage is in place and; within 2 Days of receipt of written Notice to Proceed, or such longer time as may be otherwise specified in the Notice to Proceed, commence the Work; and sign the Contract Documents as required by GC WE AGREE: 6.1 that, if we receive written Notice of Award of this Contract and, contrary to paragraph 5 of this Form of Tender, we: fail or refuse to deliver the documents as specified by paragraph of this Form of Tender; or

13 UNIT PRICE CONTRACT FORM OF TENDER FORM OF TENDER PAGE 3 OF fail or refuse to commence the Work as required by the Notice to Proceed, then such failure or refusal will be deemed to be a refusal by us to enter into the Contract and the Owner may, on written notice to us, award the Contract to another party. We further agree that, as full compensation on account of damages suffered by the Owner because of such failure or refusal, the Bid Security shall be forfeited to the Owner, in an amount equal to the lesser of: the face value of the Bid Security; and the amount by which our Tender Price is less than the amount for which the Owner contracts with another party to perform the Work. OUR ADDRESS IS AS FOLLOWS: Phone: Fax: Attention: This Tender is executed this day of, 20. Contractor: (FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL) (AUTHORIZED SIGNATORY) (AUTHORIZED SIGNATORY)

14 Appendix 1 Schedule of Quantities and Prices MMCD Standard 2018-Tender Downtown Revitalization Page 1 of 3 See paragraph of the Instructions to Tenderers Part II All prices and Quotations including the Contract Price shall include all Taxes, but shall not include GST. GST shall be shown separately. Section Para Specification Title Unit Quantity Unit Price Amount Temporary Lighting 1.9.6S Temporary Lighting Lump Sum Temporary Facilities 1.9.2S Temporary Facilities (Interlocking fencing) Lump Sum Traffic Control, Vehicle Access and Parking 1.5.1S Traffic Control, Vehicle Access and Parking Lump Complete With Traffic Control and Access Plan Sum Concrete Walks, Curb And Gutter Machine Placed Curb & Gutter Lineal All Types Metre Hand Formed Curb & Gutter Lineal All Types Metre Hand Formed Backing Curb Lineal 150mm x 300mm Barrier Curb Metre Concrete Walks, Infill Strips and Walkways Square Broom finish and 100 mm thick - Saw Cut Control Joint Metre Concrete Valve and Manhole Collar Square Broom finish and 200 mm thick Metre S Armor Tile - ADA Cast-in-Place Tactile Warning Surface Tiles 12"x12" Lineal See Appendix B For Material Specifications Meter Cast-in-place Concrete Reinforced Grade Beams Cubic See Detail Sheet 2 Meter Reinforced Ramps Cubic See Detail Sheet 2 Meter Reinforced Landscaping Planters See Detail Sheet 1 Each Pre-Cast Concrete Reinforced Tree Planting Boxes complete with Frames for Dobney Foundry SP-72 Grate See Details shown on Page Each Roadway Lighting Service Boxes - H20 - Lid Marked "Electrical" Oldcastle Enclosures - B1730 Each Roadway Lighting Decorative Street Light Bases See Detail C - Sheet K000206A-S1 Each S Roadway Lighting Decorative Street Light Fixture Installation Each Rigid PVC Conduit (Not for Traffic Signals) Lineal 1 x 50mm Septer Type Conduit Meter Rigid PVC Conduit Concrete Encased Lineal 1 x 100mm DB2 Secondary Conduit Meter Rigid PVC Conduit Concrete Encased Lineal 2 x 100mm DB2 Secondary Conduits Meter Rigid PVC Conduit Concrete Encased Lineal 4 x 100mm DB2 Primary Conduits Meter Conductors Lump Conductors as shown on Sheet K000206A-SL1-SL6 Sum Vendor Power System Power Control Kiosk K3 - Refurbishent Including Meter & Breaker Panel As Shown on Sheet K000206A-SL4 Each Power Control Kiosk K4 - New Including Meter & Breaker Panel As Shown on Sheet K000206A-SL5 Each Vender Power Pedestals 50 Amp & 20 Amp Pedestal As Shown on Sheet K000206A-SL3 Each Clearing and Grubbing Isolated Tree Removal Each Excavation, Trenching, and Backfilling S Exploratory Excavations Square Vacuum Truck Metre Roadway Excavation, Embankment and Compaction S Remove Existing Asphalt (All Depths, Includes saw cutting) Square Metre S Remove Existing Concrete Curbs - All Types Lineal Metre S Common Excavation - Off-Site Disposal Cubic Metre S Import Fill mm Pit Run Gravel Cubic Metre S Remove and dispose existing reinforced concrete crosswalk curb Approximately 300 mm Wide x 750 Deep mm by full road width (Varies) Each S Removal of and dispose of existing concrete street light bases Each S Remove, Salvage and Stack Unit Pavers Square Metre S Removal of and dispose of existing City Traffic Signal Poles and Bases Each 4

15 Appendix 1 Schedule of Quantities and Prices MMCD Standard 2018-Tender Downtown Revitalization Page 2 of 3 Section Para Specification Title Unit Quantity Unit Price Amount S Removal of and dispose of existing Street Light Poles Each Subgrade Preparation Square Metre Cold Milling Cold Milling Square to maximum 120 mm thickness - Millings to City Yards Metre Granular Sub-Base Crushed Granular Sub-Base Square 300mm Thickness for Roads Metres Granular Base Granular Base Square 100mm Thickness for Roads or Sidewalks Metres Asphalt Tack Coat Asphalt Tack Coat Square Metres Hot-Mix Asphalt Concrete Paving 1.5.1, Asphalt Pavement Square Lower Course # 2-50mm Thickness Metres , Asphalt Pavement Square Upper Course # 1-50mm Thickness Metres Unit Paving Unit Paving Square 60mm Thick Holland Block See Sheet Detail Sheet 2 for Pattern Metres Unit Paving Square 80mm Thick (Intersection Treatment) Metres S Re-install Salvaged Unit Pavers Square Match existing pattern Metres Painted Pavement Markings 1.5.2S Permanent Painted Pavement Markings Lineal Yellow, 0.1m thick centreline Metre S Permanent Painted Pavement Markings Lineal White, 0.1m thick Metre S Permanent Painted Pavement Markings Lineal White, 0.3m thick Metre S Permanent Painted Pavement Markings Lineal White, 0.6m thick stop bar & zebra cross walks Metre S Permanent Painted Pavement Markings - Parking Lineal White, 0.1m thick line Metre S Permanent Painted Pavement Markings Arrow Each S Permanent Thermoplastic Pavement Markings Lineal White, 0.3m thick crosswalk bar Metre S Permanent Thermoplastic Pavement Markings Lineal White, 0.6m thick zebra crosswalk Metre S Structural Soil 1.6.1S Structural Soil Cubic Meters Topsoil & Finish Grading 1.4.1S Topsoil - Supply and Place - Uncompacted Cubic Meter Planting of Trees, Shrubs & Ground Cover Tree Grates - Standard Dobney Foundry Ltd - SP-72 Each S Irrigation 1.3.1S Complete Irrigation System Lump Sum Waterworks Water Main PVC C900 DR mm diameter Lineal All Depths - Native Backfill Unless Otherwise directed by the Contract Administrator Meter Water Main PVC C900 DR mm diameter Lineal All Depths - Native Backfill Unless Otherwise directed by the Contract Administrator Meter Raw Water Irrigation Main 150mm PVC C900 DR18 White - Marked "Untreated Water" Lineal All Depths - Native Backfill Unless Otherwise Directed by the Contract Administrator Meter Cross 300mm X 250mm X 300mm X 250mm FFFF Complete With Thrust Blocks Each Tee 300mm X 300mm X 150mm HHF Complete With Thrust Blocks Each Tee 300mm X 300mm X 150mm HFF Complete With Thrust Blocks Each Tee 250mm X 250mm X 250mm HHH Complete With Thrust Blocks Each Reducer x 200 HF Each Reducer x 200 HF Each Reducer x 150 FH Each Bends 200mm 45 HF Each 3

16 Appendix 1 Schedule of Quantities and Prices MMCD Standard 2018-Tender Downtown Revitalization Page 3 of 3 Section Para Specification Title Unit Quantity Unit Price Amount Bends 200mm 45 HH Each Bends 150mm 45 FH Each mm Gate Valves HF Each mm Gate Valves HF Each mm Gate Valves FH Each mm Gate Valves HH Each mm Gate Valves Each Cap 150mm diameter Complete With Thrust Blocks Each Water Service complete - New 19mm Ø per Standard Drawings S-W2 Each Water Service complete - Replace Ex. Service to Property Line 25mm dia per Standard Drawings S-W2 Each Water Service complete - Replace Ex. Service to Property Line 50mm diameter per Standard Drawings S-W11 Each Blow Off Assembly Each Water Main Tie-In - All Sizes Pipework by Contractor Each S Hydrant Assembly Standard Drawing S-W4 Each S Reconnect Existing Hydrants to new Main Standard Drawing S-W4 Each S Shrink Wrap Water Main Joints Each Sanitary Sewers Sanitary Sewer Main Lineal 375 mm diameter PVC SDR-35 at 0 to 4m depth Metres Storm Sewers 1.6.1, mm PVC Ultra-Rib Storm Sewer Lineal All Depths Metres Catchbasin Lead Lineal 250mm diameter PVC Metres Manholes and Catchbasins Manhole mm Diameter Base, Lid, Slab, Cover and C-44 Adjustable Frame Each Manhole Riser Vertical 1050mm diameter Meters Add Manhole to Existing System 1200mm diameter Each S Install new Catchbasins Type 2 - Side Inlet 900mm Ø CB & Type 2 side Inlet Frame and Grate Each Remove and Dispose Existing CBs Each S Remove and Replace Existing Steel Frame & Cover C-44 Adjustable Cover - Complete with adjusting rings Each S Remove and Replace Existing Steel Frame & Cover C-18 Adjustable Cover - Complete with adjusting rings Each Traffic Signals Traffic Signal Supply & Installation - Wade Ave Lump Pole Finish Powder Coat - Black Sum S Site Furnishings Reliance Foundry Bollard Model R See Appendix B Bollard Post - R-7571 Anchor Casting - R-7500-AN Including All Required Mounting Hardware Each 23 Tender Price Contingency $ 150, Total Tender Price (Tender Price + Tender Contingency) 5% Total Tender Price Plus GST

17 UNIT PRICE CONTRACT APPENDIX 2 PRELIMINARY CONSTRUCTION SCHEDULE APPENDIX 2 PAGE 1 OF Downtown Revitalization See paragraph of the Instructions to Tenderers Part II. Indicate Schedule with bar chart with major item descriptions and time. Substantial Performance: June 15, 2018 Activity February March April May Main Street 300 Block Removals Water Main Installation Storm Sewer Works Electrical Conduit & Pedestal Installation Curb & Gutter Installation Planting Areas Wade Avenue Intersection Closure Sidewalk & Paver Installation Paving Street Light & Vendor System Installation Activity June July Main Street 300 Block Removals Water Main Installation Storm Sewer Works Electrical Conduit & Pedestal Installation Curb & Gutter Installation Wade Avenue Intersection Closure Sidewalk & Paver Installation Paving Street Light & Vendor System Installation Tenderer s Initials:

18 UNIT PRICE CONTRACT APPENDIX 3 EXPERIENCE OF SUPERINTENDENT APPENDIX 3 PAGE 1 OF Name: Experience: Dates: Project Name: Responsibility: 2018 Downtown Revitalization See paragraph of the Instructions to Tenderers Part II. References: Dates: Project Name: Responsibility: References: Dates: Project Name: Responsibility: References: Dates: Project Name: Responsibility: References: Tenderer s Initials:

19 UNIT PRICE CONTRACT APPENDIX 4 COMPARABLE WORK EXPERIENCE APPENDIX 4 PAGE 1 OF Downtown Revitalization See paragraph of the Instructions to Tenderers Part II. PROJECT OWNER / CONTACT NAME PHONE and FAX WORK DESCRIPTION AND VALUE Owner Contract Work Description Phone ( ) Value Owner Contract Work Description Phone ( ) Owner Contract Value Work Description Phone ( ) Owner Contract Value Work Description Phone ( ) Owner Contract Value Work Description Phone ( ) Owner Contract Value Work Description Phone ( ) Value Tenderer s Initials:

20 UNIT PRICE CONTRACT APPENDIX 5 - SUBCONTRACTORS APPENDIX 5 PAGE 1 OF Downtown Revitalization See paragraph of the Instructions to Tenderers Part II. TENDER ITEM TRADE SUBCONTRACTOR NAME PHONE NUMBER Tenderer s Initials

21 UNIT PRICE CONTRACT FORM OF AGREEMENT FORM OF AGREEMENT PAGE 1 OF ( FOR USE WHEN UNIT PRICES FORM THE BASIS OF PAYMENT TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS OF THE UNIT PRICE MASTER MUNICIPAL CONSTRUCTION DOCUMENTS.) BETWEEN OWNER AND CONTRACTOR This agreement made in duplicate this day of, Contract: 2018 Downtown Revitalization BETWEEN: The The Corporation of the City of Penticton (the Owner ) AND: ( NAME AND OFFICE ADDRESS OF CONTRACTOR ) (the Contractor ) The Owner and the Contractor agree as follows: Article 1 The Work Start / Completion Dates 1.1 The Contractor will perform all Work and provide all labour, equipment and material and do all things strictly as required by the Contract Documents. 1.2 The Contractor will commence the Work in accordance with the Notice to Proceed. The Contractor will proceed with the Work diligently, will perform the Work generally in accordance with the construction schedules as required by the Contract Documents and will achieve Substantial Performance of the Work on or before June 15, 2018 subject to the provisions of the Contract Documents for adjustments to the Contract Time. 1.3 Time shall be of the essence of the Contract.

22 UNIT PRICE CONTRACT FORM OF AGREEMENT FORM OF AGREEMENT PAGE 2 OF Article 2 Contract Documents 2.1 The Contract Documents consist of the documents listed or referred to in Schedule 1, entitled Schedule of Contract Documents, which is attached and forms a part of this Agreement, and includes any and all additional and amending documents issued in accordance with the provisions of the Contract Documents. All of the Contract Documents shall constitute the entire Contract between the Owner and the Contractor. 2.2 The Contract supersedes all prior negotiations, representations or agreements, whether written or oral, and the Contract may be amended only in strict accordance with the provisions of the Contract Documents. Article 3 Contract Price 3.1 The price for the Work ( Contract Price ) shall be the sum in Canadian dollars of the following the product of the actual quantities of the items of Work listed in the Schedule of Quantities and Prices which are incorporated into or made necessary by the Work and the unit prices listed in the Schedule of Quantities and Prices; plus all lump sums, if any, as listed in the Schedule of Quantities and Prices, for items relating to or incorporated into the Work; plus any adjustments, including any payments owing on account of Changes and agreed to Extra Work, approved in accordance with the provisions of the Contract Documents. 3.2 The Contract Price shall be the entire compensation owing to the Contractor for the Work and this compensation shall cover and include all profit and all costs of supervision, labour, material, equipment, overhead, financing, and all other costs and expenses whatsoever incurred in performing the Work. Article 4 Payment 4.1 Subject to applicable legislation and the provisions of the Contract Documents, the Owner shall make payments to the Contractor. 4.2 If the Owner fails to make payments to the Contractor as they become due in accordance with the terms of the Contract Documents then interest calculated at 2% per annum over the prime commercial lending rate of the Royal Bank of Canada on such unpaid amounts shall also become due and payable until payment. Such interest shall be calculated and added to any unpaid amounts monthly. Article 5 Rights and Remedies 5.1 The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. 5.2 Except as specifically set out in the Contract Documents, no action or failure to act by the Owner, Contract Administrator or Contractor shall constitute a waiver of any of the parties rights or duties afforded under

23 UNIT PRICE CONTRACT FORM OF AGREEMENT FORM OF AGREEMENT PAGE 3 OF the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach under the Contract. Article 6 Notices 6.1 Communications among the Owner, the Contract Administrator and the Contractor, including all written notices required by the Contract Documents, may be delivered by hand, or by fax, or by pre-paid registered mail to the addresses as set out below: The Owner: Phone: Attention: Fax: The Contractor: Phone: Attention: Fax: The Contract Administrator: Phone: Attention: Fax: 6.2 A communication or notice that is addressed as above shall be considered to have been received immediately upon delivery, if delivered by hand; or immediately upon transmission if sent by fax and received in hard copy; or after 5 Days from date of posting if sent by registered mail. 6.3 The Owner or the Contractor may, at any time, change its address for notice by giving written notice to the other at the address then applicable. Similarly if the Contract Administrator changes its address for notice then the Owner will give or cause to be given written notice to the Contractor.

24 UNIT PRICE CONTRACT FORM OF AGREEMENT FORM OF AGREEMENT PAGE 4 OF The sender of a notice by fax assumes all risk that the fax is received in hard copy. Article 7 General 7.1 This Contract shall be construed according to the laws of British Columbia. 7.2 The Contractor shall not, without the express written consent of the Owner, assign this Contract, or any portion of this Contract. 7.3 The headings included in the Contract Documents are for convenience only and do not form part of this Contract and will not be used to interpret, define or limit the scope or intent of this Contract or any of the provisions of the Contract Documents. 7.4 A word in the Contract Documents in the singular includes the plural and, in each case, vice versa. 7.5 This agreement shall ensure to the benefit of and be binding upon the parties and their successors, executors, administrators and assigns. IN WITNESS WHEREOF the parties hereto have executed this Agreement the day and year first written above. Contractor: (FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL) (AUTHORIZED SIGNATORY) (AUTHORIZED SIGNATORY) Owner: The Corporation of the City of Penticton (FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL) (AUTHORIZED SIGNATORY) (AUTHORIZED SIGNATORY)

25 UNIT PRICE CONTRACT FORM OF AGREEMENT FORM OF AGREEMENT PAGE 5 OF (INCLUDE IN LIST ALL DOCUMENTS INCLUDING, IF ANY, SUPPLEMENTARY GENERAL CONDITIONS, SUPPLEMENTARY SPECIFICATIONS,SUPPLEMENTARY STANDARD DETAIL DRAWINGS.) Schedule 1 Schedule of Contract Documents The following is an exact and complete list of the Contract Documents, as referred to in Article 2.1 of the Agreement. NOTE: The documents noted with * are contained in the Master Municipal Construction Documents - General Conditions, Specifications and Standard Detail Drawings, edition dated All sections of this publication are included in the Contract Documents. 8.1 Agreement, including all Schedules; 8.2 Supplementary General Conditions; 8.3 General Conditions*; 8.4 Supplementary Specifications; 8.5 Specifications*; 8.6 Supplementary Standard Detail Drawings; 8.7 Standard Detail Drawings*; 8.8 Executed Form of Tender, including all Appendices; 8.9 Contract Documents listed in Schedule 2 to the Agreement List of Contract Documents ; 8.10 Instructions To Tenderers - Part I; 8.11 Instructions to Tenderers - Part II*; 8.12 The following Addenda: ( ADDENDA, IF ANY )

26 UNIT PRICE CONTRACT FORM OF AGREEMENT FORM OF AGREEMENT PAGE 6 OF (COMPLETE LISTING OF ALL DRAWINGS, PLANS AND SKETCHES WHICH ARE TO FORM A PART OF THE CONTRACT, OTHER THAN STANDARD DETAIL DRAWINGS AND SUPPLEMENTARY STANDARD DETAIL DRAWINGS.) Schedule 2 List of Contract Documents TITLE DRAWING NO. DATE REVISION NO. REVISION DATE Cover Sheet 01 December 21, December 21, 2017 Removals 02 December 21, December 21, 2017 Main Street Station to December 21, December 21, 2017 Main Street Station to End 04 December 21, December 21, 2017 Irrigation Plan 05 December 21, December 21, 2017 Pavers Plan 06 December 21, December 21, 2017 Spot Elevation Plan 07 December 21, December 21, 2017 Details Sheet 1 08 December 21, December 21, 2017 Details Sheet 2 09 December 21, December 21, 2017 Details Sheet 3 10 December 21, December 21, 2017 Details Sheet 4 11 December 21, December 21, 2017 Details Sheet 5 12 December 21, December 21, 2017 Civil for Electrical K000206A-C1 December 22, December 22, 2017 Civil for Electrical K000206A -C2 December 22, December 22, 2017 Street Lighting K000206A-SL1 December 22, December 22, 2017 Street Lighting K000206A-SL2 December 22, December 22, 2017 Street Lighting K000206A-SL3 December 22, December 22, 2017 Street Lighting K000206A-SL4 December 22, December 22, 2017 Street Lighting K000206A-SL5 December 22, December 22, 2017 Street Lighting K000206A-SL6 December 22, December 22, 2017 Foundation Plans & Details K000206A-S1 December 19, December 19, 2017 Main St at Wade Ave Traffic Signal Design K000206A-TSD1 December 22, December 22, 2017 Main St at Wade Ave Pole Details K000206A-TSD2 December 22, December 22, 2017

27 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Supplementary Specification: Concordance Update Affected Document(s) Volume II Change Type: Omission Section: Concordance and Index Reference: Change Summary Currently <missing> Should Be Gold Edition Specification is now in the User Guide at Section Supplementary Specification: IT 17.1S ( ) Affected Document(s) Volume II Change Type: Correction Section: IT 17.1 Reference: Instructions to Tenderers - Part II Change Summary Currently Should Be Correction in reference to Optional Work definition 17.0 Optional Work 17.1 If the Schedule of Quantities and Prices includes any tender prices for Optional Work, as defined in GC 1.41, then tenderers must complete all the unit prices for such Optional Work. Such tender prices shall not include any general overhead costs, or other costs, or profit, not directly related to the Optional Work. Tenderers are directed to GC Optional Work 17.1 If the Schedule of Quantities and Prices includes any tender prices for Optional Work, as defined in GC 1.48, then tenderers must complete all the unit prices for such Optional Work. Such tender prices shall not include any general overhead costs, or other costs, or profit, not directly related to the Optional Work. Tenderers are directed to GC Supplementary Specification: IT 4S ( ) Affected Document(s) Volume II Change Type: Correction Section: IT 4 Reference: Instructions to Tenderers - Part I Change Summary Currently Should Be Change of section title 4.0 Additional Instructions to Tenderers 4.0 Supplemental Instructions to Tenderers

28 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Supplementary Specification: General Conditions ( ) Affected Document(s) Volume II Change Type: Revision Section: General Conditions Reference: Change Summary Currently Should Be Revision Contract Administrator means the person, firm or corporation appointed by the Owner in writing to the Contractor. The Contract Administrator may be the Owner s Engineer, other employee or officer, or may be an outside consultant. Contract Administrator means the person appointed by the Owner and identified by the Owner in writing to the Contractor. The Contract Administrator may be an officer of the Owner, a direct employee of the Owner, an officer or employee of the consultant who designed the Work for the Owner, or an independent consultant. Supplementary Specification: GC 1.30S ( ) Affected Document(s) Volume II Affected Document(s) Volume II Section: GC 1.30 Section: GC 1.30 Change Summary Removal of reference to definition of Deleted Items. GC does not contain a meaning for Deleted Items. Currently Deleted Items has the meaning set out in GC Should Be (section reference to Deleted Items removed) Supplementary Specification: GC 2.2.4(i)S ( ) Affected Document(s) Volume II Change Type: Correction Section: GC 2.2.4(i) Reference: General Conditions Change Summary Currently Should Be Spelling correction. (i) Sandard Detail Drawings (i) Standard Detail Drawings Supplementary Specification: GC 3.4.5S ( ) Affected Document(s) Volume II Change Type: Correction

29 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Section: GC Reference: General Conditions Change Summary Incorrect reference - should be instead of Currently Should Be If at any time and for any reason the Contract Administrator determines that inspection or testing of the Work, or portion of the Work, is required that was not called for in the Contract Documents, then the Contract Administrator may direct the Contractor to perform, or have performed, that inspection or testing, as provided in GC S If at any time and for any reason the Contract Administrator determines that inspection or testing of the Work, or portion of the Work, is required that was not called for in the Contract Documents, then the Contract Administrator may direct the Contractor to perform, or have performed, that inspection or testing, as provided in GC Supplementary Specification: GC 4.6.2S ( ) Affected Document(s) Volume II Change Type: Correction Section: GC Reference: General Conditions Change Summary Currently Should Be Grammar correction. The Contractor shall update the Baseline Construction Schedule monthly to produce an adjusted Baseline Schedule (the Adjusted Baseline Schedule ) that reflects any adjustments to the Milestone Dates or the Contract Time as provided by the Contract Documents, including without limitation if the Contract Administrator issues a Change Order or other Contract Document(s) which adjusts any Milestone Date(s). Each Adjusted Baseline Schedule will replace the previous Baseline Construction Schedule. The Contractor shall update the Baseline Construction Schedule monthly to produce an adjusted Baseline Schedule (the Adjusted Baseline Schedule ) that reflects any adjustments to the Milestone Dates or the Contract Time as provided by the Contract Documents, including without limitation if the Contract Administrator issues a Change Order or other Contract Document(s) which adjusts any Milestone Date(s). Each Adjusted Baseline Schedule will replace the previous Baseline Construction Schedule. Supplementary Specification: GC 4.6.6S ( ) Affected Document(s) Volume II Change Type: Correction Section: GC Reference: General Conditions Change Summary Currently The use of 14 days is inconsistent with the Specification s use of Days. The duration change (from 14 to 10) was made due to the specific reference to business days. Change from 14 days to 10 Days The time for the performance of the Work shall commence on the date specified in the

30 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Notice to Proceed, or if not so specified, on the date the Notice to Proceed is issued. Subject to a contrary provision in the Contract Documents, the Owner shall issue the Notice to Proceed within 14 days of receipt of the documentation required from the Contractor under paragraph of the Form of Tender. Failure by the Owner to issue the Notice to Proceed within the 14 days shall entitle the Contractor to a claim for delay under GC Should Be The time for the performance of the Work shall commence on the date specified in the Notice to Proceed, or if not so specified, on the date the Notice to Proceed is issued. Subject to a contrary provision in the Contract Documents, the Owner shall issue the Notice to Proceed within 10 Days of receipt of the documentation required from the Contractor under paragraph of the Form of Tender. Failure by the Owner to issue the Notice to Proceed within the 10 Days shall entitle the Contractor to a claim for delay under GC Supplementary Specification: GC ( ) Affected Document(s) Volume II Change Type: Revision Section: GC Reference: General Conditions Change Summary Currently Should Be Revision The Contractor shall employ only the Subcontractors listed in Appendix 5 of the Form of Tender, or others as approved in writing by the Contract Administrator, and shall not change or employ additional Subcontractors without the approval of the Contract Administrator, which approval shall not be unreasonably withheld. The Contractor shall employ only the Subcontractors listed in Appendix 5 of the Form of Tender, or others as approved in writing by the Owner, and shall not change or employ additional Subcontractors without the approval of the Owner, which approval shall not be unreasonably withheld. Supplementary Specification: GC S Affected Document(s) Volume II Change Type: Addition Section: GC S Reference: General Conditions Change Summary Testing procedure of underground works Currently Should Be Sanitary Sewers, storm sewers, and water mains must be tested in accordance with the Contract Documents and accepted by the Contract Administrator prior to any hot mix asphalt paving. Supplementary Specification: GC S

31 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Affected Document(s) Volume II Change Type: Addition Section: GC S Reference: General Conditions Change Summary Testing procedure of underground works Currently Should Be Sanitary Sewers, storm sewers, and water mains must be tested in accordance with the Contract Documents and accepted by the Contract Administrator prior to any hot mix asphalt paving. Supplementary Specification: GC 7.1.3S ( ) Affected Document(s) Volume II Change Type: Correction Section: Reference: General Conditions Change Summary Currently Should Be No sub section (c) exists in GC 7.1.1, the correct reference should be (a) and (b) of GC Additional work that the Owner may wish performed that does not satisfy the requirements of subparagraphs (a) and (c) of GC is extra Work ( Extra Work ) and not a Change. Pursuant to GC 8, Extra Work may be declined by the Contractor or may, upon agreement between the parties, be undertaken as Extra Work S Additional work that the Owner may wish performed that does not satisfy the requirements of subparagraphs (a) and (b) of GC is extra Work ( Extra Work ) and not a Change. Pursuant to GC 8, Extra Work may be declined by the Contractor or may, upon agreement between the parties, be undertaken as Extra Work. Supplementary Specification: GC 9.4S ( ) Affected Document(s) Volume II Change Type: Correction Section: GC 9.4 Reference: General Conditions Change Summary Currently Change from (a) and (b) to.1 and.2 respectively to correct reference. If for any reason, including an addition or deletion under GC a) or GC b) respectively, the actual quantity of a unit price item varies by more than plus or minus the Variance Threshold Percentage from the estimated quantity for that unit price item as listed in the Schedule of Quantities and Prices (the Tender Quantity ) or as otherwise agreed to pursuant to these Contract Documents, then either the Owner or the Contractor may by written notice request the other party to agree to a revised unit price, considering the change in quantities. A party shall make a request for a revised unit price as soon as reasonably possible after the party concerned becomes aware of the quantity variation.

32 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Should Be If for any reason, including an addition or deletion under GC ) or GC ) respectively, the actual quantity of a unit price item varies by more than plus or minus the Variance Threshold Percentage from the estimated quantity for that unit price item as listed in the Schedule of Quantities and Prices (the Tender Quantity ) or as otherwise agreed to pursuant to these Contract Documents, then either the Owner or the Contractor may by written notice request the other party to agree to a revised unit price, considering the change in quantities. A party shall make a request for a revised unit price as soon as reasonably possible after the party concerned becomes aware of the quantity variation. Supplementary Specification: GC S ( ) Affected Document(s) Volume II Change Type: Correction Section: GC Reference: General Conditions Change Summary Currently Should Be Change from (a) to.1 to correct reference. If the Contract Administrator observes any materials at the Place of the Work that the Contract Administrator knows or suspects may be Hazardous Materials then the Contract Administrator shall immediately give written notice to the Contractor and the Contractor shall immediately stop the Work or portion of the Work as required by GC (a). If the Contract Administrator observes any materials at the Place of the Work that the Contract Administrator knows or suspects may be Hazardous Materials then the Contract Administrator shall immediately give written notice to the Contractor and the Contractor shall immediately stop the Work or portion of the Work as required by GC Supplementary Specification: GC S ( ) Affected Document(s) Volume II Change Type: Correction Section: GC Reference: General Conditions Change Summary Currently Should Be Incorrect reference If the monies owing to the Contractor are less than the total amount owing by the Contractor to the Owner under (a) and (b) then any shortfall shall immediately, upon written notice from the Owner, and upon Substantial Performance, be due and owing by the Contractor to the Owner. If the monies owing to the Contractor are less than the total amount owing by the Contractor to the Owner under (1) and (2) then any shortfall shall immediately, upon written notice from the Owner, and upon Substantial Performance, be due and owing by the Contractor to the Owner.

33 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Supplementary Specification: GC S ( ) Affected Document(s) Volume II Change Type: Correction Section: GC Reference: General Conditions Change Summary Currently Should Be Incorrect reference and spelling correction. All policies referred to in this GC shall provide that thirty (30) days notice of cancellation will be given in writing to each insured, including the Owner, otherwise the policies to remain in full force and effect until the Work has been completed. Notwithstanding the foregoing, the Comprehensive General Bodily Injury and Property Damage Liability Insurance referred to in GC b) shall remain in full force and effect from the commencement of the performance of the Work for a period of not less than twelve (12) months following Total Performance, and with respect to completed operations coverage for a period of not less than 24 months following Total Performance. All policies referred to in this GC shall provide that thirty (30) days notice of cancellation will be given in writing to each insured, including the Owner, otherwise the policies to remain in full force and effect until the Work has been completed. Notwithstanding the foregoing, the Comprehensive General Bodily Injury and Property Damage Liability Insurance referred to in GC ) shall remain in full force and effect from the commencement of the performance of the Work for a period of not less than twelve (12) months following Total Performance, and with respect to completed operations coverage for a period of not less than 24 months following Total Performance. Supplementary Specification: GC 4.3S Affected Document(s) Volume II Change Type: Addition Section: GC 4.3 1S & 4.3.4(4)S Reference: General Conditions Protection of the work, Property and the Public Change Summary Addition of information to GC4.3.1 and Currently Should Be Add to GC 4.3.1: Prior to commencing any construction, stockpiling of materials or work on-site, the Contractor shall produce a photographic/video record of the entire job site including centerline alignments of all utilities. One copy is to be provided to the City after the inspection. This shall become a photographic record of the condition of the project prior to construction. Particular attention shall be given to the condition of existing pavements, concrete works, ditches, landscaping, fences, private property, structures, and other improvements. The pre-construction inspection will be done with a representative of the City present Add the following GC (4) The Contractor shall originate the required BC One Call Before you Dig. The City, at no cost upon request, will mark the location of existing underground City

34 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS utilities one (1) time, according to the best available information or known records. This does not absolve the Contractor from any responsibilities with respect to utility locations as per GC The Contractor shall reference and protect all markings. 48 hours advance notice is required prior to starting any works. Both the City operated utilities and those operated externally to the City of Penticton, shall use the Uniform Colour Code for utility markings. The Code is as follows: Red Electric Yellow Gas Orange Communications Blue Water Green Sewers Pink Temporary Survey Markings Any non-city utilities shown on the drawings are for general information only and the City does not guarantee the accuracy of these items. If in the performance of the Work, the Contractor accidentally damages any existing item or utility, the Contractor shall call the appropriate emergency number below: City Works Division (Yards) Roads & Utilities City Electrical Division Power & Street Lights *FortisBC *Telus 611 *Shaw Cable City Call Out Fire Dept. after normal hours Transit Authorities Garbage Collection Companies (WSI) (5) The drawings indicate existing utilities that must be exposed by the Contractor to verify depth and location to eliminate conflict with the new mains. Such locates shall be scheduled and completed a minimum of one (1) week prior to commencement of construction in each specific location. The Contractor shall provide a schedule for such pre-digging which is to be done in the presence of the Contract Administrator and between the hours of 7:30 a.m. to 4:00 p.m., Monday to Friday. Payment for these exploratory test holes for specific locates as directed by the Contract Administrator, shall be paid at the unit rate in the Schedule of Quantities as per Measurement and Payment Clause in the Supplementary Specifications. (6) Based on the designated 3-dimensional locates, it may be necessary to adjust the alignment and/or grade of the new utilities. The Contractor will be directed in this regard by the Contract Administrator. Supplementary Specification: GC 4.9S Affected Document(s) Volume II Change Type: Addition Section: GC 4.9 Reference: General Conditions - Materials Change Summary Addition of approved list of materials and products. Currently

35 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Should Be Approved List of Approved Materials and Products All materials supplied and installed by the Contractor for use in the Work shall be in accordance with Appendix B: List of Approved Materials and Products unless otherwise approved in writing by the Contract Administrator. Supplementary Specification: GC 13.9S Affected Document(s) Volume II Change Type: Deletion and replacement. Section: GC13.9 Reference: General Conditions Liquidated Damages for Late Completion Change Summary Include total performance as a milestone to which liquidated damages will apply and increase liquidated damage amount. Currently Should Be Delete GC and replace with the following: If the Contractor fails to meet the June 15, 2018 Milestone Date for Completion for Phase 1 as defined by the Contract Documents and/or Milestone Dates for Substantial Performance and Total Performance as set out in the Form of Tender, paragraph 2.2, as may be adjusted pursuant to the provision of the Contract Documents, then the Owner may deduct from the monies owing to the Contractor for the Work: a) as a genuine pre-estimate of the Owner s increased costs for the Contract Administrator and the Owner s own staff caused by such delay an amount of $1, per day or pro rata portion for each Day that actual Substantial Performance and/or Total Performance is achieved after the Substantial Performance or Total Performance Milestone Dates; plus b) all direct out-of-pocket costs, such as costs for safety, security, or equipment rental, reasonably incurred by the Owner as a direct result as such delay. If the monies owing to the Contractor are less than the total amount owing by the Contractor to the Owner under (a) and (b) then any shortfall shall be paid immediately upon written notice from the Owner, and upon Substantial Performance and/or Total Performance, be due and owing by the Contractor to the Owner. Supplementary Specification: GC 18S Affected Document(s) Volume II Change Type: Deletion and replacement. Section: GC18.6 PAYMENT Reference: General Conditions Substantial Performance Change Summary Definition of total performance date. Currently

36 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Should Be Delete GC and replace with the following: The Contract Administrator shall include the date of Substantial Performance in the Certificate of Substantial Performance. The date for Total Performance shall be 30 calendar days after the date of Substantial Performance unless otherwise agreed by the Contract Administrator. Supplementary Specification: GC S Affected Document(s) Volume II Change Type: Correction Section: GC18.2 SUPPORTING DOCUMENTATION Reference: General Conditions Supporting Documentation Change Summary Currently Should Be Update to wording surrounding payment If requested in writing by the Contract Administrator the Contractor shall as a precondition to the issuance of the Payment Certificate provide a sworn declaration in a form acceptable to the Contract Administrator that all amounts relating to the Work, due to third parties including all subcontractors and suppliers, have been paid. If requested in writing by the Contract Administrator the Contractor shall as a precondition to the issuance of the Payment Certificate provide a sworn declaration in a form set out in Schedule to these GC s or such other form as the Contractor may request and the Contract Administrator may accept, that as of the date set out in the sworn declaration all amounts which have been incurred directly by the Contractor relating to the Work that are due and owing to third parties have been paid. Supplementary Specification: GC (1)S Affected Document(s) Volume II Change Type: Correction Section: GC18.6 SUBSTANTIAL PERFORMANCE Reference: General Conditions Substantial Performance Change Summary Wording update referring to Currently Should Be (1) a sworn declaration in a form acceptable to the Contract Administrator that all amounts relating to the Work, due and owing as of the end of the month covered by the Payment Certificate to third parties including all subcontractors and suppliers, have been paid.; and (1) a sworn declaration in a form in accordance with GC ; and; Supplementary Specification: GC21S Affected Document(s) Volume II Change Type: Deletion and replacement

37 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Section: GC 21 Reference: General Conditions Contractor is Prime Contractor Change Summary Extension of Prime Contractor responsibility to date of Total Performance. Currently Should Be Delete GC and replace with the following: Commencing on the effective date of the Notice to proceed and until such time as the Contractor has achieved Total Performance, as part of the Work the Contractor shall be the prime contractor as defined in the Workers Compensation Act and accordingly shall comply with all resulting obligations requirements and obligations including coordination of the health and safety activities of all employers at the Place of work, and complying with the obligations of a prime contractor for a multi-employer workplace as prescribed by the applicable regulations. For certainty, except for that period which the Contractor is the prime contractor pursuant to this section , the Owner or appointed third party shall be the prime contractor responsible for the safety of the Place of Work. The Contractor shall provide all notices of the project if required under Part 20.2 (1) of the Worksafe BC Occupational Health and Safety Regulations. These notices must be posted at the job site with a copy forwarded to the Board and a copy to the Contract Administrator prior to commencement of the project. The Contractor must submit for review a printed or electronic copy of their Occupational Health and Safety Program to the Contract Administrator within 15 days of the written Notice of Award. The Contractor will be required to complete the City of Penticton Confirmation of Work Place Safety Responsibilities schedule as appended in Appendix B prior to construction and in consultation with the City Safety Representative. Supplementary Specification: GC (2) S Affected Document(s) Volume II Change Type: Correction Section: GC24.1 REQUIRED INSURANCE Reference: General Conditions Required Insurance Change Summary Currently Should Be Wording Change and increase in property damage loss fee (2) Comprehensive General Bodily Injury and Property Damage Liability Insurance (2) Commercial General Bodily Injury and Property Damage Liability Insurance Supplementary Specification: GC (2) S Affected Document(s) Volume II Change Type: Correction

38 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Section: GC24.1 REQUIRED INSURANCE Reference: General Conditions Required Insurance Change Summary Currently Should Be Increase in Property Damage Deductible The insurance shall include Contractor s Contingent Liability, and Contractual Liability of sufficient scope to include the liability assumed by the Contractor under the terms of this Contract, and Completed Operations Liability. The policy shall include the Owner, and the Contract Administrator as additional insured s with a cross liability clause. Any property damage deductible shall be for the account of the Contractor and shall not exceed $2, for any one occurrence The insurance shall include Contractor s Contingent Liability, and Contractual Liability of sufficient scope to include the liability assumed by the Contractor under the terms of this Contract, and Completed Operations Liability. The policy shall include the Owner, and the Contract Administrator as additional insured s with a cross liability clause. Any property damage deductible shall be for the account of the Contractor and shall not exceed $10, for any one occurrence Supplementary Specification: GC S Affected Document(s) Volume II Change Type: Correction Section: GC24.1 REQUIRED INSURANCE Reference: General Conditions Required Insurance Change Summary Currently Should Be Wording Change and GC reference update All policies referred to in this GC shall provide that thirty (30) days notice of cancellation will be given in writing to each insured, including the Owner, otherwise the policies to remain in full force and effect until the Work has been completed. Notwithstanding the foregoing, the Comprehensive General Bodily Injury and Property Damage Liability Insurance referred to in GC (2) shall remain in full force and effect from the commencement of the performance of the Work for a period of not less than twelve (12) months following Total Performance, and with respect to completed operations coverage for a period of not less than 24 months following Total Performance All policies referred to in this GC shall provide that thirty (30) days notice of cancellation will be given in writing to each insured, including the Owner, otherwise the policies to remain in full force and effect until the Work has been completed. Notwithstanding the foregoing, the Commercial General Bodily Injury and Property Damage Liability Insurance referred to in GC (2) shall remain in full force and effect from the commencement of the performance of the Work for a period of not less than twelve (12) months following Total Performance, and with respect to completed operations coverage for a period of not less than 24 months following Total Performance. Supplementary Specification: Form 15 Statutory Declaration

39 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Affected Document(s) Form on MMCD Website Change Type: Revision Section: N/A Reference: Form 15 Change Summary Statutory Declaration Language Updated Currently ( IN THE MATTER OF THE CANADA EVIDENCE ACT, AND IN THE ( MATTER OF CERTAIN DISBURSEMENTS MADE IN CANADA: ( CONNECTION WITH CONSTRUCTION OF PROVENCE (... OF (... BRITISH (... COLUMBIA (... TO WIT: ( THE CONTRACT DATED (... ( I,, of being of the firm of in the Province of British Columbia, do solemnly declare:- That all liabilities incurred by the said Contractor or Contractors in connection with the aforementioned contract, including: (a) All wages for the various classes of labour; (b) Hire of teams, trucks, equipment, etc.; (c) All materials and supplies; (d) Amounts due to sub-contractors, have been duly paid and satisfied That there is no claim or lien accruing for labour or services performed or materials furnished or otherwise in connections with the said works. And I make this solemn declaration conscientiously believing it to be true, and knowing that it is of the same force and effect as if made under oath and by virtue of the Canada Evidence Act. DECLARED before me at the ) of, in the Province of) British Columbia, this day) of, A.D. 20 )

40 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS A Commissioner for Taking Affidavits for British Columbia, or A Notary Public in and for the Province of British Columbia Should Be ( IN THE MATTER OF THE CANADA EVIDENCE ACT, AND IN THE ( MATTER OF CERTAIN DISBURSEMENTS MADE IN CANADA: ( CONNECTION WITH CONSTRUCTION OF PROVENCE (... OF (... BRITISH (... COLUMBIA (... TO WIT: ( THE CONTRACT DATED (... ( I,, of being of the firm of in the Province of British Columbia, do solemnly declare, as of the date of this declaration, that: 1) I am an authorized signing officer, partner or sole proprietor of the Contractor named in the Contract identified above, and as such have authority to bind the Contractor, and 2) I have personal knowledge of the fact that all accounts for labour, subcontracts, products, services, and construction machinery and equipment which have been incurred directly by the Contractor in the performance of the work as required by the Contract, and for which the Owner might in any way be held responsible, have been paid in full as required by the Contract up to and including the latest progress payment received dated the day of, in the year 20, except for: a) holdback monies properly retained, b) payments deferred by agreement, or: c) amounts withheld by reason of legitimate dispute which have been identified to the party or parties, from whom payment has been withheld; 3) I have no personal knowledge of the fact that there are any claims or liens in respect of any such accounts except as previously disclosed expressly in writing by the Contractor to the Owner; and 4) I make this solemn declaration conscientiously believing it to be true, and knowing that it is of the same force and effect as if made under oath and by virtue of the Canada Evidence Act.

41 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS DECLARED before me at the ) of, in the Province of) British Columbia, this day) of, A.D. 20 ) A Commissioner for Taking Affidavits for British Columbia, or A Notary Public in and for the Province of British Columbia Supplementary Specification: Section S Affected Document(s) Volume II Change Type: Addition Section: 1.3 Temporary Lighting Reference: Temporary Utilities and Lighting 1.6 Measurement and Payment Change Summary Addition for clarification concerning Temporary Lighting to be installed around work areas. Currently Should Be Replace item 1.3: Temporary Lighting as follows: 1.3S Provide Temporary Lighting as follows: 1.3.1S 1.3.2S Temporary Lighting for the site to be provided by the contractor to sufficiently illuminate the 300 block from Wade Avenue to Nanaimo Avenue. Temporary lighting shall be provided at a minimum of 4 locations throughout the site area and provide illumination for both building frontages. Temporary lighting to be active from dusk to dawn and shall be maintained from the time of decommissioning of existing street lights until such time that the new street lights are commissioned and fully operational. Add the Following: 1.6.2S Payment for Payment for Temporary Lighting will be monthly based on the proportion of days that the temporary lighting is operational in the month to the total in the schedule. Measurement will be on a lump sum basis and will include all labour, materials and equipment to erect, secure and move the temporary lighting

42 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS as required by the Contract Administrator SS PART I SS Supplementary Specification: Section S Affected Document(s) Volume II Change Type: Deletion and replacement Section: 1.4 Traffic Control Reference: Traffic Control, Vehicle Access and Parking Change Summary Currently Should Be Delete Clause and replace with: S Add Clause S S S S S When workmen or equipment are employed on travelled way over brow of hills, around sharp curves or at other locations where oncoming traffic would not otherwise have adequate warning. Objectives and requirements for the Traffic Management and Pedestrian Access Plan are to optimize work schedule subject to the following: Main Street from Wade Avenue to Nanaimo Avenue will be permitted to be closed to vehicle traffic from the commencement of construction until June 22, Keep at least one lane open on Wade Avenue except as provided in clause S. Keep at least one lane open on Nanaimo Avenue except as provided in clause S. Maintain pedestrian access to all existing front entrance doorways, from each direction, during regular business hours for each business without exception. The Contractor is advised that the Farmers Market is scheduled to commence operations in the 100 Block each Saturday commencing April 21 st. The Community Markets is scheduled to commence operations in the 200 to 400 Block each Saturday commencing May 6 th. The Traffic Management measures will have to be adjusted to accommodate if construction is still proceeding on Main Street. The City will allow a single continuous 4 week full closure of Wade Avenue and Main St Intersection in order to complete the surface works and traffic signal installation within the boundaries of these intersections. The Contractor is required to maintain vehicular traffic access into and out of the 400 Block during construction of the Wade Avenue intersection by creating a temporary cul-de-sac complete with two way traffic all defined by appropriate signage and traffic control measures. The Contractor will be required to update the Traffic Management and Pedestrian Access Plan on a weekly basis and inform the Contract Administrator and the public of any changes that are made.

43 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS S S The Contractor is required to acquire all necessary road, lane, and sidewalk closure permits from the City. Pedestrian access along both sides of Main Street and at all building entrances shall consist of a smooth surface pathway minimum 1.5 m wide that does not present a tripping hazard to pedestrians or any obstacle to the safe passage of wheelchairs and powered mobility carts. Pedestrian access shall be provided from each end of the block at all times on both sides of Main street. Delete Clause and replace with: 1.5.1S Payment for Traffic Control, Vehicle Access and Parking will be monthly based on the proportion of days worked in the month to the total in the schedule. Measurement will be on a lump sum basis and will include all labour, materials, equipment, notifications, and dust control. If in the opinion of the Contract Administrator the Contractor is not meeting the requirements of the Traffic Management Plan, then the contractor will be charged $2,500 per day plus any costs to the City to perform any remediation works plus 15% overhead. Supplementary Specification: Section S Affected Document(s) Volume II Change Type: Addition Section: 1.4 Hoarding Reference: Temporary Facilities Change Summary Addition for clarification concerning location and type of fencing to be installed around work areas. Currently Should Be Replace item 1.6: Hoarding as follows: 1.6S Provide Site fencing as follows: 1.6.1S 1.6.2S Site fencing for site office/storage areas and active work areas to be interlocking fencing. Site fencing to be installed around all active work areas. Add the Following: 1.9.2S Payment for Payment for Hoarding will be monthly based on the proportion of days worked in the month to the total in the schedule. Measurement will be on a lump sum basis and will include all labour, materials and equipment to erect, secure and move the interlocking fencing as required by the Contract Administrator Supplementary Specification: Section S Affected Document(s) Volume II Change Type: Deletion and replacement

44 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Section: 2.1 Materials 3.17 Acceptance Reference: Concrete walks, curbs, and gutters Change Summary Currently Should Be Add the following: S Measurement for ADA Cast-in-Place Tactile warning surface tiles shall be by lineal meter of each specified size installed and shall include concrete surround as per the Contract Drawings. Payment for ADA Cast-IN-Place Tactile warning surface tiles shall include all materials and labour required to install the Tactile Warning Tile as per the manufacturer s specifications. Delete and Replace with: S Concrete mixes and materials to Section cast-in-place concrete with the following criteria specific to this section:.1 Hand-formed and hand-placed concrete: Slump: 80 mm. Air entrainment: 5 to 8%. Maximum aggregate size: 20 mm. Minimum cement content: 335 kg/m3. Minimum 28 day compressive strength: 32 MPa Acceptance.2 Extruded concrete: Slump: 0-25 mm. Air entrainment: 6 to 9%. Maximum aggregate size: 10 mm. Fineness modulus: 2.1 to 2.4 Minimum cement content: 335 kg/m3. Minimum 28 day compressive strength: 32 MPa. Delete Clause and Replace with: S The finished surface of any concrete sidewalks, curbs, and pads shall have a uniform brushed texture and be free of visible signs of poor workmanship. Any obvious defects as determined by the Contract Administrator such as, but not limited to the following, will be cause for automatic rejection of concrete works regardless of the values of any other acceptance parameter: Areas of insufficient concrete thickness; Improper spacing of trowelled expansion or control joints; Premature or irregular brushed finish to surfaces; Any vandalism, graffiti, footprint marks, or rain dimples; Cracking or tearing, outside of trowelled expansion or control joints; or Any visible trip hazard or vertical displacement at any control joint or crack exceeding 6mm. Rejected concrete work shall be promptly repaired, remedied, or removed, and replaced in a manner acceptable to the Contract Administrator. The

45 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Add the following: Contractor shall be responsible for all costs including materials S Minimum length of replacement of defective curb and gutter will be the length between expansion joints. Supplementary Specification: Section Affected Document(s) Volume II Change Type: Deletion and replacement Section: 1.9 Measurement and Payments Reference: Roadway Lighting Change Summary Payment Item Deletion and replacement Currently Should Be Add the Following: Roadway Lighting shall be paid for each owner supplied street light fixture installation and shall include all labour, equipment and materials required to complete the installation as shown on the Contract Drawings..1 Payment shall include pick-up, delivery and installation of all materials supplied by the Owner..2 Payment shall include all permits and fees for electrical inspections, testing, and all other costs associated with electrical work undertaken by others..3 Payment shall include the removal and disposal of all packing materials used in the shipping and delivery of the owner supplied street light fixtures from the City Yards to the appropriate offsite disposal facilities. Supplementary Specification: S Affected Document(s) Volume II Change Type: Deletion and replacement Section: 2.7 Granular Pipe Bedding & Surround 3.1 Handling Reference: Aggregates and Granular Materials Change Summary Gradation requirement revised. Currently Should Be Section Delete clause and replace with: 2.7 Granular Pipe Bedding and Surround Material.1 Crushed or graded gravels: to conform to following gradations:

46 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS Percent Passing Sieve Type 1* Type 2* Type 3* Designation 50.0 mm mm mm mm mm mm mm mm mm mm mm SS PART I SS *Type 1: *Type 2: *Type 3: Standard Gradation To be used only in dry trench conditions and with Contract Administrator s prior approval. Minimum 40% Porosity Recycled concrete free from contaminated and other extraneous material, conforming to the Type 1 gradations, may be used as pipe bedding and surround material. Add the Following: Crushing and/or screening of granular aggregates for this or other projects shall not be permitted within the project area or on any City of Penticton road rightof-way. Supplementary Specification: Section Affected Document(s) Volume II Change Type: Deletion, replacements & additions Section: 1.8 Limits of Open Trench 1.10 Measurement and Payment 3.3 Excavation 3.5 Back Fill and Compaction Change Summary Currently Reference: Excavation, Trenching, and Backfilling Should Be Delete Clause and Replace with: Excavate only as far in advance of pipe laying operation as safety, traffic, and

47 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS weather conditions permit and, in no case, to exceed 30m. All open trenches, excavations, and test points shall be backfilled at end of each day unless otherwise approved by the Contract Administrator. If approval is granted to leave trenches, excavations, and test points open overnight, the Contractor shall adequately protect the open trenches, excavations, and test points with approved fencing, barricades and, where required, with flashing lights and traffic control. Add the following: S S Payment for exploratory excavations as directed shall include all labour, equipment, and materials associated with a purpose built vacuum truck capable of exposing buried utilities by the application of a vacuum discharging to an internal storage tank assisted as necessary with water, backfill with crush gravel and cold mix or gravel surface restoration. Measurement will be for each location as directed by the Contract Administrator or as shown on the Contract Drawings. Payment for exploratory excavations as directed shall include all labour, hand digging, equipment, and materials associated with an excavator to expose buried utilities, backfill with crush gravel and cold mix or gravel surface restoration. Measurement will be for each location as directed by the Contract Administrator or as shown on the Contract Drawings. Add the following to 3.3.9: The Contractor shall supply the City with the location of any site to be utilized within the City limits for which an Earthworks Permit (issued by the City Engineer) will be required and costs thereof deemed incidental to the Contract. Add the following to : If in the opinion of the Contract Administrator portions of the native material are unsuitable for backfill, he may direct the Contractor to dispose of the unsuitable material off-site and import and install specified replacement backfill as defined in the schedule of quantities. Supplementary Specification: S Affected Document(s) MMCD Platinum Edition Volume II Change Type: Addition Section: 11.8 Measurement and Payment Reference: Roadway Excavation, Embankment, and Compaction Change Summary Addition of measurement and payment items. Currently Should Be Add item S: Remove existing asphalt all depths: Removal and disposal of existing asphalt shall be measured on a square meter basis for all locations identified in the contract drawings. Payment shall include all labour

48 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS equipment and materials to remove and dispose of the asphalt irrespective of depth at authorised disposal sites. Add item S: Remove existing concrete Slabs, Sidewalks and driveways all depths: Removal and disposal of existing concrete pavement/slabs shall be measured on a square meter basis for all locations identified in the contract drawings. Payment shall include all labour equipment and materials to remove and dispose of the concrete irrespective of depth. This item does not apply to existing concrete elements such as walls and curbs where the depth exceeds the width. Add item S: Remove existing concrete curbs and gutters: Removal and disposal of existing concrete curbs shall be measured in lineal metres for all locations identified in the contract drawings. Payment shall include all labour equipment and materials to remove and dispose of the concrete curbs irrespective of type. Add item S: Common Excavation and Off-Site Disposal: Excavation and Off-Site Disposal shall be measured on a cubic meter basis based on cross-sections taken before and after excavation for all locations identified in the contract drawings. Payment shall include all labour equipment and materials to remove and dispose of the excavated material off-site. Replace item 1.8.5S: Import Fill mm Pit Run Gravel; with: Import Fill mm Pit Run Gravel shall be measured on a cubic metre basis from dimensions measured on site. Payment for Import Fill mm Pit Run Gravel shall include all labour equipment and materials to supply, place, shape and compact as shown on the contract documents or as directed by the Contract administrator. Add item S: Remove and dispose miscellaneous concrete items: Removal and disposal of existing miscellaneous concrete items shall be measured on a per item basis for each miscellaneous concrete item such as abandoned sign bases, concrete tree grates and bases, and benches. Payment shall include all labour equipment and materials to remove and dispose of the concrete items. Add item S: Removal, Salvage and Stack existing unit pavers for re-use: Removal, Salvage and Stack existing unit pavers for re-use shall be measured on a square meter basis for all locations identified in the contract drawings. Payment shall include all labour equipment and materials to remove the pavers that currently form the existing walkway surface, neatly stack and secure 200 of them on wooden pallets and deliver and unload to any property identified by the contract administrator within the City of Penticton limits. Add item S: Removal and dispose of existing traffic signal poles & bases: Removal and disposal of existing traffic lights shall be measured for total removal and disposal of all traffic signal poles and bases in each intersection as defined on the Contract Drawings. The Contractor shall coordinate with the City s Electrical Department to allow for the City to salvage any materials which may include but are not limited to, traffic control heads, controllers, wiring, signage, and brackets, prior to the contractor removing and disposing of the traffic signal poles and bases. Add item S: Removal and dispose of existing street light poles:

49 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Removal and disposal of existing street lights shall be measured for total removal and disposal of all street lights as defined on the Contract Drawings. The Contractor shall coordinate with the City s Electrical Department to allow for the City to salvage any materials which may include but are not limited to wiring, signage, and brackets, prior to the contractor removing and disposing of the street light poles. Supplementary Specification: Section S Affected Document(s) Volume II Change Type: Addition Section: 1.5 Measurement and Payment 3.5 Disposal Reference: Cold Milling Change Summary Currently Should Be Add the following to clause 1.5.1: Measurement of cold milling will be made on a square meter basis for the complete cold milling operation in accordance with one of the following depth ranges irrespective of the number of passes. Less than or equal to 120 mm The applicable depth range shall be determined on the basis of the average of 3 measurements of total asphalt thickness taken within the milling machine path width and within the section of road to be cold milled. Add the following: 3.5.2S Millings shall be delivered to 616 Okanagan Avenue East (City Yards) or to other sites within the City Limits as designated by the Contract Administrator during normal hours of work, Monday to Friday. Millings contaminated by gravels shall be delivered separately and may be rejected at the City s discretion. The Contractor shall make every effort to minimize contamination. Supplementary Specification: Section S Affected Document(s) Volume II Change Type: Deletion, replacements & additions Section: 1.5 Measurement and Payment 3.10 Finished Tolerances 3.11 Defective Work Reference: Hot Mix Asphalt Paving Concrete Change Summary Changes to measurement and payment units, finished tolerances, defective work, and access to finished work. Currently

50 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Should Be Delete and Replace With: Payment for asphaltic concrete paving includes all construction joint preparation, supply and placing of the asphaltic concrete, compaction, adjusting and cleaning frames, cover and lids of all castings affected and taped temporary pavement markings. Measurement for asphaltic concrete paving for the specified design mixes for lower and upper courses will be for asphaltic concrete actually incorporated into the work based on square meters of asphaltic concrete placed at the specified thickness in the Schedule of Quantities. Delete and Replace With: If the lift thickness is less than specified than the following shall apply: 0 to 5% Less than specified No penalty or adjustment 5.01% to 14.99% Less than specified The Contract Administrator may decide to adjust payment by 5.01%-14.99% (amount of deficient asphalt) or request an overlay of deficient work with no additional payment. Over 15% Less than specified Replace or Overlay deficient work at the Contract Administrators discretion with no additional payment. Table 1 - Percentages Lift Thickness 0-5% % Over 15% 50mm mm mm Under 42.49mm 75mm mm mm Under 63.74mm 100mm mm mm Under 84.99mm Add the Following: If the density is less than specified then the following shall apply: Asphalt Density Deficiency Payment Adjustment % Adjustment =[-0.041(x-97)² x P] x Z Where: x = Actual Asphalt Density P = Contract Unit Prices Z = Asphalt unit work area measured for payment Below 95% = Removal and Replacement If only one core density is below the specified density (but not less than 95%) and is causing the average to be deficient, additional cores may be taken at 5m intervals to define the deficient area Z. Add the following 3.5 Placing

51 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Adjustment of Appurtenances Prior to Asphalt Paving Adjustment of appurtenances prior to asphalt paving will be considered incidental to the Asphalt paving unit price unless specified otherwise in the Schedule of Quantities and Prices.1 In base gravels compact and set water box and manholes to finished elevation and grade. Specified compaction required up to the water box flange. For the benefit of the pavers leave the water box flange exposed. Pavers to final set the water box during asphalt placement..2 Prior to paving confirm all base gravel compaction and appurtenances grade requirements have been achieved..3 Prior to first lift paving: confirm the accuracy of the base preparation, asphalt tie-ins and appurtenance adjustments. Check road grades and elevations at edge of pavement or curb and centerline; and if the road has more than two lanes check elevation between lanes..4 When all appurtenances have been exposed and adjustments completed, road grades and elevations confirmed, the Contractor must provide confirmation to the Contract Administrator by written memo that paving can be completed as per design and specifications..5 Place tapered rubber protection rings around raised manhole castings where they are subject to any traffic prior to final paving..9 Defective Appurtenance Work.1 After paving with each appurtenance that does not meet adjustment specification, provide survey of the rim elevation and an asphalt core. The survey and the core will help determine the cause of the adjustment not meeting specification. In any event, the Contractor is responsible for this work and the repair..2 Diamond or round shape cut asphalt around appurtenances..3 For each warranty repair that requires asphalt cutting, an additional $2,000 road maintenance fee will be charged to the Contractors monthly progress payment..4 Paved over main line or hydrant water valves require immediate repair and patching as they are critical to the system s operations. Delete and replace with: The finished surface of any lift shall have a uniform closed texture and be free of visible signs of poor workmanship. Any obvious defects as determined by the Contract Administrator such as, but not limited to the following, will be cause for automatic rejection of asphalt pavement: - Improper matching of longitudinal and transverse joints; - Roller marks; - Improper setting of value boxes or manholes frame perimeters where the 6mm tolerance is not maintained; - Tire marks; or - Cracking or tearing When asphalt pavement is rejected by reason of obvious defects, the minimum area of rejection will be the actual length of the defect for the full width of the

52 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS driving lane in which the defect exists. Prompt removal and replacement of defective area will be required by the Contractor. Supplementary Specification: Section S Affected Document(s) Volume II Change Type: Addition Section: 1.6 Measurement & Payment Reference: Unit Paving Change Summary Currently Should Be Add the Following: S Payment for Re-Install Salvaged Unit Pavers shall include granular laying course, cleaned salvaged unit pavers, and all labor and materials required to complete the installation to match the existing Herring Bone Unit Paver Patter. Measurement shall be on a square meter basis. Supplementary Specification: Section S Affected Document(s) Volume II Change Type: Deletion, replacement, and addition Section: 2.1 Materials Reference: Painted Pavement Markings Change Summary Currently Should Be Delete Clause and replace with the following: 1.5.2S Payment for permanent pavement markings shall include supplying all materials, equipment and labour to complete all the permanent pavement markings shown on the Contract Documents. Measurement for permanent pavement markings will be by lineal meter for each type and colour of line markings as listed in the Contract Documents and by each symbol installed as listed in the Contract Documents S Payment for permanent thermoplastic pavement markings shall include supplying all materials, equipment and labour to complete all the permanent thermoplastic pavement markings shown on the Contract Documents S Measurement for permanent thermoplastic pavement markings will be by lineal meter installed for each type and colour of thermoplastic markings as listed in the Contract Documents and by each symbol installed as listed in the Contract Documents. Payment for permanent pavement lane marking symbols shall include supplying all materials, equipment and labour to complete all the

53 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS permanent bike lane pavement markings shown on the Contract Documents. Measurement for permanent pavement lane marking symbols shall be by each symbol and material installed as shown in the Contract Documents. Add the following Sample materials of the thermoplastic pavement markings must be submitted to the Contract Administrator for review and acceptance prior to installation. Add the Following Preformed thermoplastic pavement markings shall conform to the following specifications: Ultra-violet (UV) stable ISO certified durable road marking material Minimum thickness of 2.3mm Minimum skid resistance of 60 BPN Minimum static co-efficient of friction of 0.6 when tested according to ASTM C 1028 and ATSM D Anti-skid/slip element shall have a minimum hardness of 8 (Mohs scale) Colours white (reflective material) and green (reflective material) to match PMS Green 377. Material shall be resistant to deterioration due to exposure to sunlight, water, salt or adverse weather conditions and impervious to oil and gasoline Supplementary Specification: Section S Affected Document(s) Volume II Change Type: New Section Section: 1.0 General 2.0 Products 3.0 Execution Reference: Structural Soil Change Summary Inclusion of section to address supply and installation of structural soil Currently Should Be 1.0 General.1 Section S refers to those portions of the work that are unique to the use of structural soils for the planting of trees and landscaping in pedestrian and vehicular areas. This section must be referenced to and interpreted simultaneously with all other sections pertinent to the works described herein. 1.1 Related Work.1 Concrete Walks, Curbs and Gutters Section Cast-in-Place Concrete Section Aggregates and Granular Materials Section

54 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Roadway Excavation, Embankment Section and Compaction.5 Geosynthetics Section Granular Base Section Topsoil and Finish Grading Section Planting of Trees, Shrubs, and Section Ground Covers 1.2 Mix Design Ratio of materials for structural soil mix design to be approximately as follows:.1 Crushed stone: 100 unit dry weight.2 Growing medium: 20 unit dry weight.3 Soil stabilizer: 0.03 units dry weight Actual mix design subject to material characteristics, site conditions and Contract Administrator's approval of materials and mix sample. Based on direction of Contract Administrator prepare sample structural o f soil mix, minimum 0.5 volume, and deliver to site for review and approval by Contract Administrator. 1.3 Delivery,.1 Minimize handling and movement of structural soil to Storage and prevent segregation of growing medium from crushed Handling stone. 2 Do not handle, deliver or place structural soil in frozen, wet or muddy conditions..3 Deliver materials to site at or near optimum compaction moisture content..4 Place structural soil as shown on Contract drawings within 24 hours of delivery to site. Do not store material on site..5 Protect excavation from freezing conditions, accumulation of water and contamination until placement of structural soil. Maintain protection of excavation and placed structural soil until installation of hard surfaced roadway or pedestrian surface above..6 Structural soils that are excessively wet, segregated or contaminated will be rejected. Remove rejected structural soil from site and replace with approved material at Contractor's expense. 1.4 Site.1 Inspect all areas to receive structural soil prior to placement. Conditions.2 Before proceeding with Work of this Section check and verify dimensions, quantities, grade elevations, drainage, compaction and contamination..3 Report defects in dimensions, quantities, grade elevations, drainage, compaction and contamination to Contract Administrator immediately and make good to satisfaction of

55 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Contract Administrator prior to placement of structural soil. 1.5 Scheduling.1 Schedule placement of structural soil after all affecting walls, curbs, footings and utility work in the area have been installed..2 Coordinate schedule with scheduling of other trades on site. 1.6 Measurement.1 Payment for structural soil will be made separately for each And Payment type of structural soil specified, and includes crushed stone and growing medium material supply, mixing, amendments, site preparation, placement, compaction, geotextiles, protection of work and incidentals. Payment for structural soil will be by actual volume placed..2 Payment for excavation, backfilling and embankment of structural soil work area will be made under Section Excavating, Trenching and Backfilling or Section Roadway Excavation, Embankment and Compactions, as provided in the Schedule of Quantities and Unit Prices..3 Payment for placement and compaction of sub-base and base associated with structural soil will be made under Section Granular Subbase and Section Granular Base, as provided in the Schedule of Quantities and Unit Prices..4 Payment for pedestrian or vehicle surfaces above structural soil will be made under separate sections as appropriate.5 Payment for tree planting, associated non-structural growing medium, root barrier and tree grates will be made under separate sections as appropriate. 1.7 Inspection.1 Refer to General Conditions, Clause 4.12 Inspections. Testing 2.0 PRODUCTS.2 Refer to Section Topsoil and Finish Grading 1.3 and Crushed.1 Crushed stone to be crushed granite greater than 19mm Stone and less than 50mm in size and conforming to the following graduations: ASTM Sieve Percent Designation Passing 40mm mm mm 10.2 Ratio of aggregate dimensions not to exceed 2.5:1 for any two dimensions chosen..3 Minimum 90 per cent with one fractured face and minimum 75 percent with two or more fractured faces. 2.2 Growing.1 Growing medium to be as specified in Section for tree Medium pit or planting bed application as shown on Contract Drawings. 2.3 Soil.1 Soil stabilizer to be non-toxic organic binder or hydrogel.

56 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Stabilizer Acceptable soil stabilizers may include but are not limited to:.1 Natural Solution by Sport Turf Inc, Gelscape by Amereq Corporation, Filter Fabric.1 Non-woven filter fabric to conform to the following designations:.1 Grad Tensile Strength, per ASTM D-4632: 400kN.2 Tensile Elongation, per ASTM D-4632: 50%.3 Mullen Burst, per ASTM D-3786: 1270kPa.4 Flow rate, per ASTM D-4491:6300 l/min/m2 2.5 Root Barrier.1 Root barrier to be per Section Planting of Trees, Shrubs and Ground Covers. 3.0 EXECUTION 3.1 Manufacturing.1 Use approved materials only. and Mixing.2 Manufacture and mix structural soil off-site using appropriate soil measuring, mixing and shredding equipment of sufficient capacity and capability to assure proper quality control and consistent mix ratios. Mixing of structural soil at site not permitted..3 Mix materials in ratios per approved mix design and sample. Supplier to provide mix design to City of Penticton. Subject to supplier mix design, the mix may be approximately 100 units dry stone, 20 units growing medium and 0.03 units soil stabilizer..4 Do not manufacture structural under freezing conditions..5 Prepare first batch of structural soil with Contract Administrator present at mixing site to confirm appropriate moisture content and mixing procedure for manufacture of structural soil..6 Growing medium should shred and break down without clumping into a fine crumbly texture..7 Add moisture gradually and evenly during the blending and turning operation as required to achieve the required moisture content. Soils shall not be overly wet or dry. Maintain adequate moisture content during the mixing process. Measure and monitor amount of soil moisture regularly during mixing process..8 Mix sufficient material in advance of the time needed at the job site to allow adequate time for final quality control testing as required by the progress of the work..9 Protect storage piles from rain, erosion and contamination. 3.2 Site.1 Excavate sub-grade to specified depths, slopes and widths as

57 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Preparation shown on Drawings. Maintain required angles of repose of adjacent materials and protect adjacent structures from damage and.2 Confirm that the sub-grade is at specified elevations and compaction..3 Clear excavation of all construction debris, trash, rubble, fuels, oils, concrete and foreign material. Replace over-excavated subgrade with approved material and compact to specified grade and compaction..4 During placement protect adjacent walls, walks, utilities and structures from damage or staining by structural soil. Make good any damage or staining to adjacent wall, walk, utility or structure at Contractor's expense. 3.3 Structural Soil.1 Place structural soil in 150mm thick lift and compact lift to 95% Modified Proctor Density and obtain approval of compaction before placement of next lift. Continue until structural soil is at its finished grade..2 Protect structural soil from freezing, excessive rain or moisture, erosion, silts, clays, cement, concrete, contaminants and pollutants. 3.4 Filter Fabric.1 Install filter fabric on structural soil per Contract Drawings immediately after inspection and approval by Contract Administrator..2 Provide 600mm overlap at all joints. 3.5 Granular Base.1 Install 100mm of granular base course on filter fabric immediately after installation of filter fabric. Supply and install aggregate base course above structural soil system as specified in Section Granular Base. 3.6 Protection.1 Protect structural soil and filter fabric from vehicles, equipment, of the Work other materials and excessive moisture..2 Use temporary fencing or hoarding to keep vehicles and equipment away off structural soil area until final surface materials are placed. 3.7 Clean Up.1 Dispose of surplus material and all construction debris off site Supplementary Specification: Section S Affected Document(s) Volume II Change Type: Deletion and replacement Section: Measurement and Payment 3.11 Guarantee/ Maintenance Reference: Planting of Trees, Shrubs, and Ground Covers Change Summary Revision to maintenance/guarantee requirements.

58 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Currently Should Be Delete Clause and replace with the following 1.4.1S Payment for growing medium and imported topsoil will be made separately for each type of growing medium and imported topsoil specified, and includes supply of materials, on-site handling, placement to thickness specified, application of fertilizers and finish grading. Measurement for growing medium and imported topsoil will be made by square meter of growing medium or imported topsoil placed at the specified depth. Delete Clause and replace with the following: S Guarantee includes replacing all plants determined by Contract Administrator to be dead or failing at end of Maintenance Period. Replacements to be made at next appropriate season, and conditions of guarantee will apply to all replacement plants for one full growing season S Contract Administrator reserves the right to extend Contractor s guarantee responsibilities for an additional one year if, at the end of initial Maintenance Period, leaf development growth is not sufficient to ensure future survival. Supplementary Specification: Section S Affected Document(s) MMCD Platinum Edition Volume II Change Type: New section Section: 4.0 General 4.1 Related Work 4.2 General requirements, products, and execution. 1.3 Measurement and Payment. Reference: New section: Irrigation Change Summary Inclusion of section to address supply and installation of complete irrigation system Currently Should Be Add Section : Irrigation Add item : General: Section refers to those portions of the work that are unique to the supply and installation of a complete irrigation system. This section must be referenced to and interpreted simultaneously with all other sections pertinent to the works described herein. Add item : Related Work:.1 Sodding Section

59 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Planting of Trees, Shrubs and Ground Covers Section Add item : General Requirements, Products and Execution:.1 Refer to contract documents. Add item Measurement and Payment: 1S: Irrigation system: Supply and Installation of complete Irrigation system shall be measured on a lump sum basis. Payment shall include all labour, equipment and materials for the supply and installation, testing and commissioning of a complete irrigation system as defined in the contract drawings. Supplementary Specification: Section S Affected Document(s) MMCD Platinum Edition Volume II Change Type: Addition Section: Specifications Reference: Change Summary Currently Should Be Addition New Sections Not currently included in the Platinum Edition Volume II Oriented Polyvinyl Chloride (PVCO) Pressure Pipe:.1 Pipe:.1 Pipe to be manufactured to specifications for pipe size ranges as follows: Pipes 100 to 600mm dia. - AWWA C909 Pipes to be certified by Canadian Standards Association for pipe size ranges 100mm to 600mm dia. - CSA B Cast iron pipe equivalent outside diameter..3 To be compatible with specified mechanical joint and push-on joint fittings and valves without use of special adapters..2 Joints: Push-on integrally thickened bell and spigot type to ASTM D 3139 with single elastomeric gasket to ASTM F477. Supplementary Specification: Section S Affected Document(s) MMCD Platinum Edition Volume II Change Type: Modification and Additions Section: Specifications Reference: Change Summary Modifications and Additions added under.12 and.13 Currently.1 Joint Restraint Devices: General Requirements:

60 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Ductile iron castings to ASTM A Anti-corrosion coating of ductile iron castings to AWWA C219, AWWA C210, C213 or C550 as specified in Contract Documents..3 Bolts and nuts high strength low alloy steel to AWWA C111 or as specified in Contract Documents, stainless steel to ASTM F593 or ASTM F738 for bolts and ASTM F594 or ASTM F836 for heavy hex nuts. Rolled threads, fit and dimensions to AWWA C Tie rods to of this Section..5 Restrainers for ductile iron pipe with mechanical joint fittings as specified in Contract Documents..6 Restrainers for PVC pipe to of this Section with mechanical joint fittings as specified in Contract Documents..7 Restrainers for ductile iron pipe with push-on joint fittings with tie rod lugs as specified in Contract Documents..8 Restrainers for PVC to of this Section with push-on joint fittings with tie rod lugs as specified in Contract Documents..9 Restrained harnesses or integral restraint systems manufactures as part of the pipe joint as specified in Contract Documents..10 Restrainers for bell joints in PVC pipe to of this Section..11 All joint restraint systems for PVC forcemain be approved by the PVC pipe manufacturer they are to be used on, and that they do not derate the pipe manufacturer s recommended working pressures. Should Be.2 Joint Restraint Devices: General Requirements:.1 Ductile iron castings to ASTM A Anti-corrosion coating of ductile iron castings to AWWA C219, AWWA C210, C213 or C Bolts and nuts high strength low alloy steel to AWWA C111 or as specified in Contract Documents, stainless steel to ASTM F593 or F738 for bolts and ASTM F594 or F836 for heavy hex nuts. Rolled threads, fit and dimensions to AWWA C Tie rods to of this Section..5 Restrainers for ductile iron pipe shall be mechanical joint fittings or push-on joint fittings with tie rod..6 Restrainers for PVC pipe shall be mechanical joint fittings or push-on joint fittings with tie rod lugs..7 Restrained harnesses or integral restraint systems manufactures as part of the pipe joint..8 All joint restraint systems for PVC pipe be approved by the specific PVC pipe manufacturer, and that they do not derate the pipe manufacturer s recommended working pressures..9 Restrainers for PVCO pipe shall be mechanical joint fittings or push-on joint

61 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS fittings with tie rod lugs..10 All joint restraint systems for PVCO pipe be approved by the specific PVCO pipe manufacturer, and that they do not derate the pipe manufacturer s recommended working pressures. Supplementary Specification: Section S Affected Document(s) MMCD Platinum Edition Volume II Change Type: Deletions, replacements, and additions Section: 1.7 Scheduling of Work 1.8 Measurement and Payment 2.1 General 3.3 Trenching 3.6 Pipe Installation 3.9 Under-crossing Reference: Waterworks Change Summary Currently Should Be Add clause Material Certification All products & fittings that are used for constructing the Work under this section shall be lead free. Delete clause and replace with the following: Notify Contract Administrator, affected residents and business in writing minimum of 48 hours in advance of any interruption of service. The Contract Administrator shall approve all text in notifications. Delete clause and replace with the following: Do not interrupt water service for more than 4 hours and confine this period between 08:00 and 16:00 hours unless otherwise authorized by the Contract Administrator. Delete clause and replace with the following: Notify the fire department 48 hours in advance of any planned shutdowns. Immediately notify the fire department of any accidental interruption of water supply to hydrants. Add the following: Contractor to arrange for the operation of any existing water system valves and appurtenances with the City of Penticton. Add the following: Contractor to supply and have onsite all parts and materials, and necessary equipment to complete the required tie-in work prior to commencement of the

62 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS tie-in work. Add the following to clause 1.8.4: Payment for reconnections of existing services that are 100mm and larger will be paid by unit prices for each individual part listed in the schedule of quantities. Measurement of tees, valves, required pipe lengths, tie-ins and all appurtenances specified and/or shown on detail drawings will be as individual items as shown in the Schedule of Quantities. Delete clause and replace with the following: 1.8.5S Payment for air-release/air-vacuum and combination air valves and apparatus and blow-off assembly as separate items includes all materials, works and appurtenances shown on the Standard Detail Drawings W5 to W8 and W10 with valve chambers to be paid as separate items. Test point installation shall be deemed incidental to the work. Payment includes all applicable work described in of this section. Delete clause and replace with the following: S S Payment for localised concrete encasement, thrust and anchor blocks, and support blocks as shown on Contract Drawings or as directed by the Contract Administrator includes all necessary extra excavation, formwork, supply, and placement of concrete as specified is Section Payment for poured-in-place concrete thrust and anchor blocks will be included in the associated fittings supply and install price S Payment will include all items listed in Measurement for localised concrete encasement will be based on volume calculated from the actual measurement of the dimensions of the components constructed as detailed in the Contract Drawings. Delete clause and replace with the following: S Payment for watermain undercrossing other underground services will only be made for crossing with the use of a flex joint or u-bend as shown on the Contract Drawings or as directed by the Contract Administrator Payment item for flex joint installation shall include all required excavation, removal and disposal of old pipe, PVC replacement pipe, couplers, shut down notifications, and all other work and appurtenances required to complete the flex joint and tie-in Payment item for u-bend installation shall include all required excavation, removal and disposal of old pipe, PVC replacement pipe, bends, couplers, shut down notifications, and all other work and appurtenances required to complete the u-bend and tie-in Add the following S Payment for hydrants includes the hydrant body, lateral connections from mainline tee off watermain to hydrants, isolation valve at the mainline tee and curb valve with adjustable valve box and all other incidental work as shown on Standard Detail Drawing S-W4.

63 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Add the following: S Payment for heat shrink joint wrap, where specified, will be made per joint wrap installed as shown by the Contract Documents or as directed by the Contract Administrator and will include supply and installation of the joint wrap materials as per AWWA C214, C209, C217. Measurement will be for each item installed. Add the following: Payment for removal and disposal of existing tees and crosses with attached valves shall include any excavation required, all work to remove from the existing system and backfill required. Measurement will be for each complete removal of the tee or cross with valves. Add the following: All main pipe will be factory capped or bagged at both ends. Caps or bags shall not be removed until pipe is installed. Delete and replace with the following: It is mandatory that the push on integrally thickened bell and spigot type conform to ASTM D 3139 Clause 6.2 with single elastomeric gasket to ASTM F477. Delete clause and replace with the following: Trench depth to provide cover over pipe of not less than 1.5m from finished grade unless shown otherwise on Contract Drawings. Delete clause and replace with the following: Joint deflections to achieve curved pipe alignments are not permitted in PVC pipe. Deflections in PVC pipe are to be achieved using high pressure fittings. Add the following: Where the proposed water mains or services cross under existing Asbestos Cement (AC) or cast iron water mains: The Contractor shall then consult with the Contract Administrator to determine if a PVC flex-joint is required across the exposed trench. The Contractor shall then arrange to deliver notices to affected residences one week in advance, stating the date and length of time the water supply will be disrupted After installation of the flex-joint the void between the two pipes shall be filled with carefully compacted select material. When installing a flex joint, the AC pipe must be replaced over the entire width of the trench plus 300mm into undisturbed soil on each side The Contractor shall exercise special care and attention when installing their works near or under other utilities. If a break occurs, the Contract Administrator will determine whether the break occurred as a result of the Contractor s negligence or was outside the Contractor s control. If the Contractor is found to be negligent, the Contractor will be responsible for all associated repair charges, including shutdowns, all materials and fittings The Contract Administrator, based on site inspection, reserves the right to

64 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS replace the undercrossing requirement above with Controlled Density Fill for all undermined pipes. Delete Clause and replace with: Place concrete thrust blocks between valves, tees, plugs, caps, bends, changes in pipe diameter, reducers, hydrants and fittings and undisturbed ground as shown on the Contract Drawings or as directed by the Contract Administrator and as detailed on Standard Detail Drawing W1 and Supplemental Detail Drawing S-W1a. All concrete for thrust blocks shall be 25 MPa. Supplementary Specification: Section S Affected Document(s) MMCD Platinum Edition Volume II Change Type: Modification and Additions Section: Specifications Reference: Change Summary Modifications and Additions added under.12 and.13 Currently Should Be.1 Joint Restraint Devices: General Requirements:.1 Ductile iron castings to ASTM A Anti-corrosion coating of ductile iron castings to AWWA C219, AWWA C210, C213 or C550 as specified in Contract Documents..3 Bolts and nuts high strength low alloy steel to AWWA C111 or as specified in Contract Documents, stainless steel to ASTM F593 or ASTM F738 for bolts and ASTM F594 or ASTM F836 for heavy hex nuts. Rolled threads, fit and dimensions to AWWA C Tie rods to of this Section..5 Restrainers for ductile iron pipe with mechanical joint fittings as specified in Contract Documents..6 Restrainers for PVC pipe to of this Section with mechanical joint fittings as specified in Contract Documents..7 Restrainers for ductile iron pipe with push-on joint fittings with tie rod lugs as specified in Contract Documents..8 Restrainers for PVC to of this Section with push-on joint fittings with tie rod lugs as specified in Contract Documents..9 Restrained harnesses or integral restraint systems manufactures as part of the pipe joint as specified in Contract Documents..10 Restrainers for bell joints in PVC pipe to of this Section..11 All joint restraint systems for PVC forcemain be approved by the PVC pipe manufacturer they are to be used on, and that they do not derate the pipe manufacturer s recommended working pressures..2 Joint Restraint Devices: General Requirements:.1 Ductile iron castings to ASTM A536.

65 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Anti-corrosion coating of ductile iron castings to AWWA C219, AWWA C210, C213 or C Bolts and nuts high strength low alloy steel to AWWA C111 or as specified in Contract Documents, stainless steel to ASTM F593 or F738 for bolts and ASTM F594 or F836 for heavy hex nuts. Rolled threads, fit and dimensions to AWWA C Tie rods to of this Section..5 Restrainers for ductile iron pipe shall be mechanical joint fittings or push-on joint fittings with tie rod..6 Restrainers for PVC pipe shall be mechanical joint fittings or push-on joint fittings with tie rod lugs..7 Removed.8 Removed.9 Restrained harnesses or integral restraint systems manufactured as part of the pipe joint..10 Removed.11 All joint restraint systems for PVC pipe be approved by the specific PVC pipe manufacturer and that they do not derate the pipe manufacturer s recommended working pressures..12 Restrainers for PVCO pipe shall be mechanical joint fittings or push-on joint fittings with tie rod lugs..13 All joint restraint systems for PVCO pipe be approved by the specific PVCO pipe manufacturer, and that they do not derate the pipe manufacturer s recommended working pressures. Supplementary Specification: Section S Affected Document(s) Volume II Change Type: Additions Section: 1.6 Measurement and Payment Reference: Sanitary Sewers Change Summary Currently Should Be Add the following: Payment for 100mm sanitary service flex joint shall include cutting and disposal of existing sanitary service in trench zone, installation of 100mm PVC replacement section, and all necessary fittings equipment to make the repair. Measurement for 100mm sanitary service flex joint shall be for each service replaced as directed by the Contract Administrator.

66 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Supplementary Specification: Section Affected Document(s) Volume II Change Type: Revision Section: Reference: Sanitary Sewers Change Summary Currently Should Be Revision Products having CSA certification to be used where readily available. Product to be to CSA standard(s) by an approved independent third party certification body accredited by the Standards Council of Canada and that is acceptable to the Contract Administrator. Products to be marked with certification body logo and CSA standard markings. Products manufactured to ASTM Standards shall be marked with the applicable specification number. Compliance test results shall be provided at the request of the Contract Administrator. Supplementary Specification: Section Affected Document(s) Volume II Change Type: Revision and Addition Section: , Reference: Sanitary Sewers Change Summary Currently Should Be Revision and Addition.2 Payment for manhole riser sections will be for risers of standard or non-standard heights required to complete manhole from specified invert to finishing level. Payment includes all risers and necessary work for installing risers as shown on e Standard Detail Drawings. Measurement will be made vertically for the length of risers required from the top of the manhole base or tee section to reach the underside of concrete lid or slab..2 Payment for manhole riser sections will be for risers of standard or non-standard heights required to complete manhole from specified invert to finishing level. Payment includes all manhole risers and necessary work as shown on the Standard Detail Drawings. 2.1 For sump manhole, measurement will be made vertically for the length of risers required from the surface of base slab of the sump to the underside of the manhole lid. 2.2 For benched manhole, measurement will be made vertically for the length of risers required from the lowest invert to the underside of the manhole lid. 2.3 For precast manhole tee or riser built over existing mainline pipe, measurement will be made vertically from the crown of the mainline pipe at the downstream end to the underside of the lid. Supplementary Specification: Section S

67 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Affected Document(s) Volume II Change Type: Deletions and Additions Section: 1.5 Measurement and Payment 2.1 Materials 3.3 Manhole Installation Reference: Manholes and Catchbasins Change Summary Material revisions. Currently Should Be Delete and replace with the following S Payment for constructing additional manholes onto existing sewer mainline will be made under appropriate items in this Section including all excavation, dewatering, breaking into existing system, disposal of surplus excavated material, supply of all components, cast-in-place concrete, pipe, fittings and related materials, bedding, imported or native backfill as shown on the contract drawings, cleaning, testing where applicable, bypass pumping, surface restoration and all other work and materials necessary to complete the installation. Add the following S 1.5.7S 1.5.8S Payment for replacement of existing manhole frame and cover with new adjustable type frame and cover shall include any excavation required, removal and disposal of old frame and cover, supply and installation of new frame and cover, backfill, gravel supply and preparation, and in-situ concrete works. Payment for replacement of existing manhole lids shall include any excavation required, removal and disposal of existing concrete lid, frame and cover, and supply and installation of new concrete lid, new frame and cover, backfill, gravel supply and preparation, and in-situ concrete works. Payment for riser ring installation on existing manhole shall include all works listed in above plus the supply and installation of the new riser rings. Measurement for riser rings will be in vertical meters. Delete and replace with the following: 1.5.2S Payment for drywells, stormceptor manholes, catchbasins, lawn drains, rain garden drains, cleanouts, and inspection chambers will be for each type, size and depth range constructed to details shown on Standard Detail Drawings as applicable under respective payment items. Payment includes excavation, disposal of surplus material, supply of all units, cast in place concrete, pipes, fittings and related materials, bedding, imported or native backfill as shown on the Contract Drawings, cleaning, testing where applicable, surface restoration and all other work and materials necessary to complete the installation as shown on the Contract Drawings and specified herein. Add the following:

68 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Payment for abandon & decommission of existing manhole or drywell shall include any excavation required, removal and disposal of existing lid, frame and cover, top 1meter of barrel or risers, cleaning out of manhole, and grouting of the inlets. Manhole or Drywell will then be filled with approved native or imported granular material in compacted lifts of no more than 300mm. Measurement for Abandon & Decommission of existing manhole or drywell will be for each manhole to be abandoned as shown on the Contract Drawings Payment for removal and disposal of and existing manhole will include any excavation required, removal and disposal of existing lid, frame and cover, barrel or risers, and base to a disposal location off-site. Measurement for removal and disposal of existing manhole will be for each manhole to be removed as shown on the Contract Drawings. Add the following: Any frame and cover assembly creating a point load on the concrete riser rings will not be permitted. Delete and replace the following: Catchbasin lids manufactured to ASTM C478M Add the following: Steel riser rings welded to the top of manhole frames are not permitted. Add the following: Conseal continuous joint sealer is permitted. Delete and replace with the following: Place minimum 100mm of 19mm bedding sand compacted to 95% Modified Proctor Density in compliance with ASTM D1557. Add the following: For manholes, when base gravels are complete, excavate for grade rings and manhole frame assembly. Do not disturb the compacted road base beyond the excavation requirement. Delete and replace the following: Allowable products are precast concrete risers, and cast-in-place form system. Individual riser height shall be 50mm, 75mm, or 100mm. Delete and replace the following: Proper layer of grout between the spacers, covering the entire surface of the rings, should be utilized. Delete and replace the following: Ensure frames conform to design contour of pavement or existing surface. Use of shim and mortar will only be permitted outside of road pavement. One of the following means shall be used to set final grade for frame and cover within road pavement:.1 Tapered pre-cast concrete, HDPE, or metal adjustment riser rings when use

69 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS with conventional manhole frame and cover under Standard Detail Drawing S1; or.2 Integrated height adjustable manhole frame and cover assembly. Any assembly creating a point load on the riser rings will not be permitted..3 After grade rings and manhole frame assembly has been installed and adjusted the remaining excavation must be filled to the top of road base or bottom lift of asphalt surface with 30mpa 10mm aggregate concrete or 19mm base gravel compacted to specification. Ensure specified asphalt thickness can be achieved. Supplementary Specification: Section S Affected Document(s) Volume II Change Type: Additions Section: Reference: Site Furnishings Change Summary Currently Should Be General 1.1 SUBMITTALS Provide all submittals in accordance with the Project submittal procedures Submit manufacturer s product data Submit shop drawings where requested Submit setting drawings, templates, and directions for installing anchor bolts and other anchorages Submit colour samples from manufacturer s standard range of colours for selection and approval by the Contract Administrator. Printed or electronically transmitted versions of the manufacturer s product literature indicating available colour range shall not satisfy this requirement Warranty: Submit standard warranty information. 1.2 DELIVERY, STORAGE, AND HANDLING Deliver to location as instructed by Contractor in manufacturer s package showing no signs of damage to package or product Investigate delivered damaged packages and if product is damaged, Contractor to not accept and have product returned and replaced. Store boxed products on flat surface and protect from water exposure. 1.3 MEASUREMENT AND PAYMENT Payment for furnishings will be made by separate items for each type of furnishing. Payment includes supply of all materials including tamper proof fasteners and concrete anchors, customization as identified, and complete installation as shown in the contract details or identified under manufactured

70 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS WARRANTY items and manufactures installation instructions and specifications At end of the contractual period for correction of defects in the work, transfer remainder of manufacturers standard warranty documents to the Owner. 2 Products 2.1 MANUFACTURER Bollards: Reliance Foundry Unit 207, th Street Surrey, BC, Canada, V3S 7G7 Contact: info@reliance-foundry.com Website: MANUFACTURED ITEMS Items not mentioned here, but shown on drawings: if the information shown appears to be incomplete or inconclusive, advise the Contract Administrator prior to ordering these products Bollards: Reliance Foundry Model R-7571 complete with Anchor Casting R AN and all required mounting hardware. 3 Execution 3.1 VERIFICATION OF CONDITIONS Verify that concrete surfaces are completed as per specified requirements and are ready to receive site furnishings. 3.2 INSTALLATION GENERAL Install all items, including items shown on the drawings but not mentioned specifically in this section, in accordance with manufacturer s written directions. Complete field assembly of site furnishings where required Unless otherwise indicated, install site furnishings after landscaping and paving have been completed Mount all items in positions indicated, adjusting connection points as required to align materials of differing construction Anchor furniture securely in place with tamper resistant fasteners Unless otherwise indicated, install site furnishings after landscaping and paving have been completed Install site furnishings level, plumb, true and positioned onsite as indicated on the contract documents Examine areas to receive site furnishings. Notify Contract Administrator of conditions that would adversely affect installation or subsequent use. Do not begin installation until unacceptable conditions are corrected Layout finishing locations as indicated in the contract drawings. Final locations shall be approved on site by the landscape architect prior to installation. 3.3 PROTECTION

71 UNIT PRICE CONTRACT SUPPLEMENTARY SPECIFICATIONS SS PART I SS Protect all site furnishings immediately following installation from damage during construction period with temporary protective coverings approved the Contract Administrator. Remove protective covering at the time of Substantial Completion. 3.4 CLEAN-UP Remove excess material from site Keep roadway, walkway, and surrounding areas free of soil and debris as a result of work done under this section at the end of each working day or as directed by the Contract Administrator. END OF SECTION

72 APPENDIX A Reports & Permits

73

74

75

76

77

78

79

80

81

82

83

84

85

86

87

88

89

90

91

92

93

94 APPENDIX B LIST OF APPROVED MATERIALS AND PRODUCTS

95 LIST OF APPROVED PRODUCTS AND MATERIALS Products not on this list require the specific written approval of the City Engineer for use. SECTION PRECAST CONCRETE ROADWAY LIGHTING MMCD REFERENCE SUB-SECTION Materials - Pre-cast Concrete Block Retaining Walls Allan Block Lock-Block Ltd. Redi-Rock Conduit - Rigid PVC Conduit Scepter Type RPVC Plastic Junction Boxes - Small Round Steel Junction Box Lids Last Modified: August 30, 2017 APPROVED PRODUCT MANUFACTURER - Series or Model Name Recent Ammendments Shown In Red VALMONT WEST COAST ENGINEERING - T01-JB NOVA POLE - P28-CO-ST-A00-01 All walls over 1.2m (4ft) to be designed by a professional engineer. The City will accept block retaining wall products that are submitted as part of the design submitted by the professional engineer. Retaining wall face must aesthetically integrate into the surrounding neighbourhood.concrete be poured monolithically with fresh concrete having nominal design strength of a min. 30 MPa, or as required in Supplementary Specification, and entrained air content of 5 to 7% as tested by plastic concrete testing. H20 Load Rating Galvanized Ductile Iron Lid Marked "Electrical" COMMENTS Plastic Junction Boxes - Large Round Steel Junction Box Lids Concrete Junction Boxes - Small Rectangular Steel Junction Box Lids Concrete Junction Boxes - Large Rectangular Steel Junction Box Lids Concrete Junction Boxes - Concrete Vaults VALMONT WEST COAST ENGINEERING - T01-JB NOVA POLE - P28-CO-ST-B00-01 OLDCASTLE ENCLOSURES - SB B1017 OLDCASTLE ENCLOSURES - SB B1324 KON KAST AE CONCRETE PRODUCTS - T266 Service Box OLDCASTLE ENCLOSURES - SB B1730 KON KAST AE CONCRETE PRODUCTS Service Box KON KAST PEN, 1022PEN KON KAST AE CONCRETE PRODUCTS - 1.5m x 1.5 Vault & Concrete Neck with Steel Lid AE CONCRETE PRODUCTS Vault & Concrete Neck with Steel Lid, 1232 AE CONCRETE PRODUCTS Vault & Concrete Neck with Steel Lid H20 Load Rating Galvanized Ductile Iron Lid Marked "Electrical" H20 Load Rating Galvanized Ductile Iron Lid Marked "Electrical" H20 Load Rating Galvanized Ductile Iron Lid Marked "Electrical" H20 Load Rating Galvanized Ductile Iron Lid Marked "Electrical" Poles and Anchor Bolts - Traffic Signal, Luminaire and Sign Poles (Non- Decorative) Poles and Anchor Bolts - Traffic Signal, Luminaire and Sign Poles (Decorative) NOVA POLE VALMONT WEST COAST ENGINEERING POLECOM MANUFACTURING THOMAS & BETTS / MILLERBRAND MANUFACTURING LUMEC INC. Downtown: Pole: SPR5V-22-BACS30(2)-GFII-GFI2I-LBC4C-MPLPSCD X /2-DEC-BKTX Luminaires: DMS50-35W32LED4K-T-LE2F-UNIV-SMBPC6-1A-R5 DMS50-35W32LED4K-T-LE2S-UNIV-HSSMB-PC6-1A-R5 DOS-35W32LED4K-T-LE2F-UNIV-PC-F-180DEG- Okanagan Waterfront: Pole & Luminaire: DMS50-40W49LED4KES-LE2F-120-1A-LG-SM8V-15-BKTX DMS50-40W49LED4K-ES-LE3F-120-MJ-2-LG-SMV8-15-BKTX Approval for all street lights are location dependant and require the specific approval of the Electric Utility and Engineering Department. This list includes Luminaire/pole combinations that have been previously accepted by the City of Penticton but does not imply automatic approval. Approval for all decorative street lights are location dependant and require the specific approval of the Electric Utility and Engineering Department. This list includes decorative Luminaire/pole combinations that have been previously accepted by the City of Penticton but does not imply automatic approval. 1 of 8

96 Conductor Connector - Screw-on Type Fuses and Fuse Holders - Fuse Fuses and Fuse Holders - Fuse Holders Receptacles - Receptacles 20A-120V Luminaires PHILIPS LUMEC - Roadway RoadFocus RFM108W32LED4KTR2MUNIVDMGRCD7PH GEOSYNTHETICS Materials All Geosythetics to meet BC MOT Specifications UNIT PAVERS Materials - Unit Pavers ABBOSTFORD CONCRETE PRODUCTS - Holland EXPOCRETE - Holland ARMTEC - Holland Shape, size, and colour as shown on the Contract Drawings PAINTED PAVEMENT MARKINGS 2.1 Materials All Painted Pavement Marking materials to meet BC MOT Specifications Materials Glass Beads To BC MOTI Specifications S IRRIGATION Materials - Valves, Backflow, and Controls Materials - Boxes Isolation Valve, Master Control Valve Red & White 256 Up to 2 > 2 As per Contract Dwgs Master Valve Hunter IBV Series,Rain Bird EFB and BPE Series, Toro 220 Series Pressure Reducing Valve Watts Series 25 AUB-Z3 Backflow Prevention Device Double Check Valve Assembly Conbraco Series, Watts Series 709, c/w NRS Backflow Prevention Device Reduced Pressure Backflow Assembly Conbraco Series,Watts Series 909 Pulse Decoder Rain Bird M51200 Pulse Output Transmitter Data Industrial , Rain Bird PT322 Electrical Control Valve Hunter ICV c/w Accu-Set, Rain Bird PEB c/w PRS-Dial, Toro P-220 c/w EZReg Control Zone Kits For Drip Irrigation Toro, Rain Bird, Netafim Low Flow Control Valve Hunter ICV series, Rain Bird PEB series, Toro TPV series Low Flow Filter Rain Bird QKCHK High Flow Filter Amiad Plastic filter w/ 130 micron screen. Wired to controller for automatic flush. Quick Coupler Valve Irrigation Valve Box Carson Industries LLC Specifiction Grade, NDS Manufacturing Pro Series OLDCASTLE ENCLOSURES - SB B1017, OLDCASTLE ENCLOSURES - SB B1324 Wire Splice Box Carson Industries LLC Specifiction Grade, NDS Manufacturing Pro Series 2 of 8

97 WATERWORKS Materials - Sprinklers, Drip Emmiters Mainline Pipe, Joints and Fittings - Ductile iron pipe Sprayhead Sprinkler Hunter INST-CV series, Rain Bird PRS-SAM series, Toro PRX-COM series Rotor Sprinkler Hunter series PGJ, PGP, I-35, Rain Bird series 3500,5000 plus, 8005 Toro series Mini 8, 640, T5 with check valve Drip Emitter/Bubblers Hunter series Rain Bird series Toro series CANADA PIPE COMPANY LTD AWWA C mm to 750mm Must be installed with Polyethylene encasement, and be cement mortar lined to AWWA C Mainline Pipe, Joints and Fittings - Polyvinyl Chloride (PVC) Pipe IPEX INC - Blue Brute ROYAL PIPE SYSTEMS - Royal Seal CIOD SIZES mm C900 DR18 Class 235 SIZES mm C905 DR18 Class 235 Must have written certification from the manufacturer that the given batch of pipe conforms to ASTM D3139 Clause 6.2 and contains a fully thickened bell and a single elastomeric gasket to ASTM F477. All PVC pipe shall be CIOD and a minimum pressure rating of DR18 unless otherwise specifed by the design engineer. All PVC Pipe shall meet CSA B137.3Colour: Blue Makred "Potable Water" Mainline Pipe, Joints and Fittings High Density Polyethylene (HDPE) pressure pipe Mainline Pipe, Joints and Fittings - Fittings - Gray-iron (cast iron) UPONOR INFRA PERFORMANCE PIPE KWH PIPE (CANADA) LTD - Weholite, and Sclairpipe All PVC pipe shall be CIOD and a minimum of 235 psi Pressure Class All HDPE to have blue stripe for potable water All HDPE Pipe shall meet CSA B137.1 & AWWA C906 See supplementary clause in City Standard Specifications - Gray iron (cast iron) fittings shall not be used in the City of Penticton Mainline Pipe, Joints and Fittings - Fittings - Ductile iron TERMINAL CITY IRON WORKS LTD STAR PIPE PRODUCTS TYLER UNION FOUNDRY COMPANY SIGMA CORPORATION SIGMA - MJ Fittings C153 (2"-48"); Trim Tyton C153 Push on (4"-24"); MJ Fittings (DI) C110 (3"-48"); Push On Fittings (DI) C110 (4"-12"); Flanged Fittings (DI) C110 (3"-12") SIZES mm push-on bell and spigot type joint or flanged joint (mechanical pipe joints not allowed) Fusion Bonded Epoxy Coatings AWWA C116. All Configurations Mainline Pipe, Joints and Fittings - Fittings - Compact ductile iron TERMINAL CITY IRON WORKS LTD STAR PIPE PRODUCTS TYLER UNION FOUNDRY COMPANY NORWOOD FOUNDRY SIGMA CORPORATION SIZES mm C-153 Fittings Only Push-on bell and spigot type joint or flanged joint (mechanical pipe joints not allowed) Fusion Bonded Epoxy Coatings AWWA C116. All Configurations Mainline Pipe, Joints and Fittings - Fittings - PVC injection molded IPEX INC ROYAL PIPE SYSTEMS HARCO - Injected Moulded Fittings SIZES mm All fittings must meet pressure testing standard CSA B137.2, B137.3, AWWA C907. DR 18 Class WATERWORKS Mainline Pipe, Joints and Fittings - Fittings - PVC extruded IPEX INC ROYAL PIPE SYSTEMS SIZES mm - IPEX SIZES mm - ROYAL PIPE All fittings must meet pressure testing standard CSA B137.3 and AWWA C900 or AWWA C Mainline Pipe, Joints and Fittings - Fittings - Couplings ROBAR INDUSTRIES LTD VIKING JOHNSON SMITH-BLAIR INC - OmniTM Coupling System TOTAL PIPING SOLUTIONS INC - Hymax-2000 ROMAC INDUSTRIES INC. Viking Johnson couplings distributed by Mueller Canada Inc. Smith Blair couplings distributed by Canada Pipeline Acc. Corp. Products must meet AWWA C219 3 of 8

98 Mainline Pipe, Joints and Fittings - Fittings - Flanged Coupling Adaptors UNI-FLANGE STAR PIPE PRODUCTS SMITH-BLAIR INC TOTAL PIPING SOLUTIONS INC - Hymax-2100 ROMAC INDUSTRIES INC. Approved products must meet AWWA C Mainline Pipe, Joints and Fittings - Fittings - Joint Restraint Devices FORD METER BOX Co. / UNI-FLANGE 1300C, 1350C, 1390C SMITH BLAIR - Model 982 SIGMA PV LOC Series EBAA IRON - Series 1500 PVC CANADA PIPE - Thrust Loc Series SIGMA - Zip Flange UNI-FLANGE - Series 1400 STAR PIPE PRODUCTS - Series 3000 SIZES mm Mainline Pipe, Joints and Fittings - Fittings - Tapping sleeves for branch connections 75mm and larger ROBAR INDUSTRIES LTD - Series 6606 MUELLER CANADA INC - H-306CS SMITH-BLAIR INC and 663 ROMAC INDUSTRIES INC. - SST Mainline Pipe, Joints and Fittings - Fittings - Repair Clamps ROBAR INDUSTRIES LTD - Series 5616, 5626, and 5636 SMITH-BLAIR INC and 263 TOTAL PIPING SOLUTIONS INC - Quick Cam FORD METER BOX COMPANY - FS2 and FS Mainline Pipe, Joints and Fittings - Oriented Polyvinyl Chloride (PVCO) Pipe IPEX INC - Bionax Sizes mm - AWWA C909, CSA B Pressure Class Valves and Valve Boxes - Mainline Gate valves AMERICAN AVK CLOW CANADA MUELLER CANADA INC TERMINAL CITY IRON WORKS LTD AWWA C Valves and Valve Boxes - Mainline butterfly valves MUELLER CANADA INC - Lineseal III & XP CLOW CANADA - M&H Direct Bury CENTERLINE - Series 200 PRATT - Groundhog KEYSTONE - Type AR1 & AR2 All butterfly vlaves to be approved by Engineer 350mm + Sizes only Valves and Valve Boxes - Blowdown or Blow-Off Valves Valves and Valve Boxes - Air Release, Air/Vacuum and Combination Air Valves WATERWORKS Valves and Valve Boxes - Mainline Valve Boxes Dobney Foundry - D-06 Body/Lid Marked "Water" Valves and Valve Boxes - Service Valve Boxes MUELLER CANADA INC - A-726/A-728 FORD METER BOX COMPANY EA TROJAN - VSB10 or VSB2 CLOW - Concord CCSB1 Type 20-37mm c/w Stainless Steel Rods, and Lid with Brass Pentagon Plug Valves and Valve Boxes Check Valves TERMINAL CITY IRON WORKS LTD MUELLER CANADA INC WATTS Sizes 100mm - 400mm 4 of 8

99 2.5.1 Service Connections, Pipe, Joints and Fittings - Pipe diameter 19mm to 50mm Service Connections, Pipe, Joints and Fittings - Service saddles Service Connections, Pipe, Joints and Fittings Tracer Wire NORANDA - Type K Copper WOLVERINE - Type K Copper IPEX INC - Blue 904 (Pex) REHAU - Municipex (PEXa) ROBAR DS MUELLER - BR2S SMITH BLAIR ROMAC INDUSTRIES - 202BS FORD METER BOX COMPANY - Style 202BSD CAMBRIDGE BRASS Only 19mm, 25mm & 50mm servces permitted. Copper to be Warnock Hersey Certified. Blue904 and Municipex services must include tracer wire on all services not perpendicular to the mainline and on all services longer than 20m. All PE: ID must be equivalent to copper tube flow capacity, Only Series 160 or 200 conforming to CAN/CSA-B137.1-M All Straps to be Stainless Steel wide strap All Service Saddle bodies to be Lead Free Brass Saddles for 19 mm to 50 mm services shall be bronze body to ANSI/ASTM C800. Type 304 double stainless steel straps. RW90 14 gauge solid white copper wire Hydrants CLOW CANADA - BRIGADIER M93 TERMINAL CITY IRON WORKS LTD - C71P MUELLER CANADA INC - CANADA VALVE CENTURY FIRE HYDRANT All Hydrants to have Storz Nozzle Port Underground Service Line Valves and Fittings - Corporation Stops Underground Service Line Valves and Fittings - Curb Stops Underground Service Line Valves and Fittings - Service Line Couplers FORD - F1000 MUELLER CANADA INC - H-15008N AY MCDONALD MFG CO BCAPQ CAMBRIDGE BRASS - Series 301NL FORD - B44 Series - 333, 444, 555, 666, 777 MUELLER CANADA INC - H-15219N AY MCDONALD MFG CO Q CAMBRIDGE BRASS - Series 203NL FORD - C44 Series - C44-11 to C44-67 MUELLER CANADA INC - H-15403N CAMBRIDGE BRASS - Series 119NL All corporation stops to be lead free brass. Non-draining, full flow, full port ball type mm All curb stops to be lead free brass. Draining, full flow, full port ball type mm Compression CTS on Both Ends All couplers to be lead free brass mm Compression CTS on Both Ends SANITARY SEWERS Concrete Pipe - Un-Reinforced circular concrete pipe and fittings Non-reinforced concrete pipe shall not be used in the City of Penticton Concrete Pipe - Reinforced circular concrete pipe and fittings Plastic Pipe, Mainline Smooth Profile - Polyvinyl chloride pipe (PVC) LANGLEY CONCRETE & TILE LTD OCEAN CONSTRUCTION SUPPLIES LTD IPEX INC - Ring-Tite ROYAL PIPE SYSTEMS - Flex-Lox Must meet CSA B182.2, SDR35 or SDR28, Gasket Joint 2.3 Service Connections IPEX INC ROYAL PIPE SYSTEMS 2.3 Service Connections - Bends IPEX INC ROYAL PIPE SYSTEMS All service connection to be PVC Gasketed SDR28 All bends to be PVC Gasketed SDR28 All 11.25, 22.5 and 45 degree bends must be long radius Service Connections - Manufactured Wyes IPEX INC ROYAL PIPE SYSTEMS 45 Degree Wyes, PVC Gasketed SANITARY SEWERS Service Connections - Field installed tees and wyes ROBAR /3406 GALAXY PLASTICS - E-Z-Tee IPEX ROYAL Insertable tee products (like ROBAR, Inserta-Tees, Uni-T, E-Z-Tee etc.) may be approved for use under retrofit, rehabilitation, or emergency repair construction only. Contact City Engineer/Project Manager for approval. These products are NOT APPROVED for new construction. Design Engineer must instead specify appropriate sewer fittings. 5 of 8

100 Service Connections -Inspection Chambers & Brooks Boxes ROYAL PIPE SYSTEMS LANGLEY CONCRETE - WM-37-1 KON KAST - NO ARMTEC - B x500 BROOKS PRODUCTS - Model x 500 LANGLEY CONCRETE PRODUCTS - Model x 500 All Inspection chambers 200mm Ø riser complete with locking lid Inspection Chambers and CSA certified PVC sewer fittings Brooks Style Box & Cover - Lid Marked Sewer, H20 Loading SEWAGE FORCEMAINS Mainline Pipe, Joints and Fittings - Polyvinyl Chloride (PVC) Pipe IPEX INC - Blue Brute ROYAL PIPE SYSTEMS - Royal Seal CIOD SIZES mm C900 - Pressure Class as specified by Design Engineer SIZES mm C905 - Pressure Class as specified by Design Engineer Colour: White Marked "Sewage Forcemain" Pipe, Joints and Fittings -High Density Polyethylene (HDPE) pressure pipe UPONOR INFRA PERFORMANCE PIPE KWH PIPE (CANADA) LTD - Weholite, and Sclairpipe AWWA C906 All PVC pipe shall be CIOD Mainline Pipe, Joints and Fittings - Fittings - Gray-iron (cast iron) See supplementary clause in City Standard Specifications - Gray iron (cast iron) fittings shall not be used in the City of Penticton Mainline Pipe, Joints and Fittings - Fittings - Ductile iron TERMINAL CITY IRON WORKS LTD STAR PIPE PRODUCTS UNION FOUNDRY COMPANY SIGMA CORPORATION SIGMA - MJ Fittings C153 (2"-48"); Trim Tyton C153 Push on (4"-24"); MJ Fittings (DI) C110 (3"-48"); Push On Fittings (DI) C110 (4"-12"); Flanged Fittings (DI) C110 (3"-12") SIZES mm push-on bell and spigot type joint or flanged joint (mechanical pipe joints not allowed) Fusion Bonded Epoxy Coatings AWWA C116. All Configurations Mainline Pipe, Joints and Fittings - Fittings - Compact ductile iron TERMINAL CITY IRON WORKS LTD STAR PIPE PRODUCTS NORWOOD FOUNDRY SIGMA CORPORATION SIZES mm C-153 Fittings Only push-on bell and spigot type joint or flanged joint (mechanical pipe joints not allowed) Fusion Bonded Epoxy Coatings AWWA C116. All Configurations Mainline Pipe, Joints and Fittings - Fittings - PVC injection molded IPEX INC ROYAL PIPE SYSTEMS HARCO - Injected Moulded Fittings SIZES mm All fittings must meet pressure testing standard CSA B137.2, B137.3, AWWA C907. DR 18 Class Mainline Pipe, Joints and Fittings - Fittings - PVC extruded IPEX INC ROYAL PIPE SYSTEMS SIZES mm - IPEX SIZES mm - ROYAL PIPE Mainline Pipe, Joints and Fittings - Fittings - Couplings ROBAR INDUSTRIES LTD VIKING JOHNSON SMITH-BLAIR INC - OmniTM Coupling System TOTAL PIPING SOLUTIONS INC - Hymax-2000 ROMAC INDUSTRIES INC. Viking Johnson couplings distributed by Mueller Canada Inc. Smith Blair couplings distributed by Canada Pipeline Acc. Corp. Products must meet AWWA C Mainline Pipe, Joints and Fittings - Fittings - Flanged Coupling Adaptors UNI-FLANGE STAR PIPE PRODUCTS SMITH-BLAIR INC TOTAL PIPING SOLUTIONS INC - Hymax-2100 ROMAC INDUSTRIES INC. Approved products must meet AWWA C SEWAGE FORCEMAINS Mainline Pipe, Joints and Fittings - Fittings - Joint Restraint Devices FORD METER BOX Co. / UNI-FLANGE 1300C, 1350C, 1390C SMITH BLAIR - Model 982 SIGMA PV LOC Series EBAA IRON - Series 1500 PVC CANADA PIPE - Thrust Loc Series SIGMA - Zip Flange UNI-FLANGE - Series 1400 STAR PIPE PRODUCTS - Series 3000 SIZES mm 6 of 8

101 Mainline Pipe, Joints and Fittings - Fittings - Repair Clamps Mainline Pipe, Joints and Fittings - Oriented Polyvinyl Chloride (PVCO) Pipe Valves and Valve Boxes - Mainline Gate valves Valves and Valve Boxes - Blowdown or Blow-Off Valves Valves and Valve Boxes - Air Release, Air/Vacuum and Combination Air Valves Valves and Valve Boxes - Mainline Valve Boxes ROBAR INDUSTRIES LTD - Series 5616, 5626, and 5636 SMITH-BLAIR INC and 263 TOTAL PIPING SOLUTIONS INC - Quick Cam FORD METER BOX COMPANY - FS2 and FS3 IPEX INC - Bionax VAL-MATIC - Cam-Centric Plug Valve VIKING JOHNSON - Eccentric Plug Valve - Series 601 PRATT - AirPro Max 50mm Air Release/Vacuum Valve Dobney Foundry - D-06 Body/Lid Sizes mm - AWWA C909, CSA B Pressure Class as specified by Design Engineer Marked "Sewer" STORM SEWERS Concrete Pipe - Un-Reinforced circular concrete pipe and fittings Non-reinforced concrete pipe shall not be used in the City of Penticton Concrete Pipe - Reinforced circular concrete pipe and fittings Plastic Pipe, Mainline Smooth Profile and Perforated Drain Tile - Polyvinyl chloride pipe up to 1200mm in diameter Plastic Pipe, Mainline Ribbed Profile - PVC Ribbed Pipe up to 1200mm in diameter LANGLEY CONCRETE & TILE LTD OCEAN CONSTRUCTION SUPPLIES LTD IPEX INC - Ring-Tite ROYAL PIPE SYSTEMS - Flex-Lox IPEX INC - Ultra-Rib, Ultra-X2 ROYAL PIPE SYSTEMS - Royal Kor Flo Must meet CSA B182.2, SDR35 or SDR28, Gasket Joint 100mm - 375mm to ASTM D mm mm to ASTM F679 All Sizes SDR35 100mm - 375mm to ASTM D mm mm to ASTM F679 All Sizes SDR HDPE Pipe, Mainline Open Profile POLYTUBES (PACIFIC) INC - Big 'O' Boss 2000 ARMTEC - Boss 2000 ADS/HANCOR - Blue Seal A wide range of BOSS 2000 products are manufactured. Each is designed differently to meet the needs of specific standards. ONLY CSA Certified Boss 2000 sizes mm from POLYTUBES (Pacific) INC (Langley Plant) and sizes mm supplied by ARMTEC Prince George, BC have been approved by the City of Penticton. Blue Seal approved for mm Blue Seal (triple wall pipe) may be approved for 900mm - contact City Engineer or PM for approval 2.6 Service Connections IPEX INC ROYAL PIPE SYSTEMS 2.6 Service Connections - Bends IPEX INC ROYAL PIPE SYSTEMS HDPE pipe for storm applications must have CSA B182.8 certification and all storm sewers must pass air test. Refer to City Ammendments to the Specifications. All service connection to be PVC Gasketed SDR28 All bends to be PVC Gasketed SDR28 All 11.25, 22.5 and 45 degree bends must be long radius Service Connections - Manufactured Wyes IPEX INC ROYAL PIPE SYSTEMS 45 Degree Wyes, PVC Gasketed 7 of 8

102 STORM SEWERS Service Connections - Field installed tees and wyes ROBAR /3406 GALAXY PLASTICS - E-Z-Tee IPEX ROYAL Insertable tee products (like ROBAR, Inserta-Tees, Uni-T, E-Z-Tee etc.) may be approved for use under retrofit, rehabilitation, or emergency repair construction only. Contact City Engineer/Project Manager for approval. These products are NOT APPROVED for new construction. Design Engineer must instead specify appropriate sewer fittings Service Connections -Inspection Chambers & Brooks Boxes ROYAL PIPE SYSTEMS LANGLEY CONCRETE - WM-37-1 KON KAST - NO ARMTEC - B x500 BROOKS PRODUCTS - Model x 500 LANGLEY CONCRETE PRODUCTS - Model x 500 All Inspection chambers 200mm Ø riser complete with locking lid Inspection Chambers and CSA certified PVC sewer fittings Brooks Style Box & Cover - Lid Marked Sewer, H20 Loading PIPE CULVERTS 2.1 Corrugated Steel Pipe ARMTEC LTD ATLANTIC INDUSTRIES LTD 2.2 Concrete Pipe Not Approved for Culverts 2.3 Plastic Pipe, Smooth Profile Not Approved for Culverts 2.4 PVC Pipe Profile Not Approved for Culverts 2.5 HDPE Plastic Pipe, Open Profile ADS/HANCOR - Blue Seal, Hi-Q POLYTUBES (PACIFIC) INC - Big 'O' Boss 2000 ARMTEC - Boss MANHOLES AND CATCHBASINS Material - Cast iron (manhole) frame and cover Standard: TC/ACS C44A - 760mm Diameter Westview TR40-760mm Diameter AE Concrete C23-760mm Diameter Langley Concrete C18-565mm Diameter All new manhole farme and covers to be 760mm. 565mm Manhole covers permitted for repairs and replacements only. Lids to be marked "STORM SEWER" or "SANITARY SEWER" Adjustable: TC/ACS C44A - 760mm Diameter AE Concrete C23A - 760mm Diameter Type 1 - Top Inlet: DOBNEY B-18 Grate / B19 Frame Type 2 - Side Inlet: DOBNEY B-39 Grate / B-39A Frame / B-39B Side Inlet TROJAN K-1 Frame / T-K1G Grate / K-1 Side Inlet Type 3 - Rolled Inlet: TROJAN - T-K Material - Cast iron catchbasin frame and grate TRAFFIC SIGNALS See Traffic Signal Parts and Equipment List 8 of 8

103 Bollard Post, Model R-7571 D 5 4 B DETAIL B 7 6 A Bollard Cap R3 1/2 General Description: Give your streetscape an enhancement that mixes cosmopolitan functionality with traditional sensibility. The model R-7571 infuses a modern shaft with a traditionally-inspired, ball top casting to create a distinctly unique bollard. Composed from ductile iron, the R-7571 can be used in stand-alone applications or it can be used to accentuate steel bollards and security posts. Mounting options that allow for temporary removability are also available. For more information on bollard post installation, please visit: D 3 1 Specifications: Height: 40-1/2" Base Diameter: 5-3/4" 40 1/2 Weight: 64 lbs ( Bollard Only ) C 33 3/4 Bar Height Bollard Base Material: Ductile Iron Max. Interior Security Post Size: Diameter: 4-1/2" Height: 31" C 2 Finish Options: Polyester Powdercoated See Reliance Foundry's standard color options at 5 3/4 New Concrete Grade Mount Options: B 12" Min. 4 Notes: 5 1/4 10" Min. SECTION A-A Fixed Mount, for installation into new concrete A Fixed Mount, for new construction (see sheet 2 of 10) Fixed Mount, for installation into existing concrete using concrete insert (see sheet 3 of 10) Fixed Mount, for installation into existing concrete using concrete adhesive (see sheet 4 of 10) Security Post Cover, to fit over new steel pipe bollard (shown at maximum height) (see sheet 5 of 10) Security Post Cover, to fit over existing steel pipe bollard using concrete adhesive (see sheet 6 of 10) Security Post Cover, to fit over existing steel pipe bollard using concrete insert (see sheet 7 of 10) Removable Mount, for installation into new concrete (see sheet 8 of 10) Removable Mount, for installation into existing concrete using concrete insert (see sheet 9 of 10) Removable/Retractable Mount, for installation into new concrete (see sheet 10 of 10) B Embedment details are for reference illustration only. Minimum foundation sizes depend on local soil conditions, weather conditions, and engineering requirements. Bollard post is provided as shown, with material detailed in legend below. Concrete, foundation and/or installation ordered separately or provided by others. This drawing is not drawn to scale. Dimensions provided herein is for reference only. Please consult Reliance Foundry sales professionals if any dimension is critical to your particular installation. Reliance Foundry reserves the right to amend design and specifications without prior notice for product improvement. A 4 COPYRIGHT RESERVED PARTS LIST ITEM QTY PART NUMBER DESCRIPTION MATERIAL 1 1 R-7571 Bollard Post Ductile Iron 2 1 R-7500-AN Anchor Casting Ductile Iron 3 1 1" Dia. Rod 1" Dia. Rod Threaded Both Ends Steel 4 1 1" Washer Plain Washer Steel 5 1 1" Nut Hex Nut Steel 6 3 3/8" Set Screw Hexagon Socket Set Screw - Flat Point Stainless Steel 7 3 Hole Plug Plastic Hole Plug Polyethylene THIS PLAN DRAWING AND DESIGN ARE, AND AT ALL TIMES REMAIN, THE EXCLUSIVE PROPERTY OF RELIANCE FOUNDRY CO. LTD. 3 2 WEIGHT 64 lbs 9 lbs TITLE SIZE C Unit 207, Street, Surrey, BC V3S 7G7, Canada info@reliance-foundry.com NOT TO SCALE Bollard Post, Model R-7571 DWG NO R-7571 SHEET 2 OF 10 1 REV B A

104

105 Electric & Communications B1017 COVER: Style: Material: Model: Weight: Options: Surface: Coefficient of Friction: Performance: Flush Steel Checker Plate 14 x lbs Special Markings Skid Resistant & Marked* >0.6 ASTM 1028 H20, AASHTO M309 BODY: Material: Model: Weight: Wall Type: Mouseholes: Performance: Reinforced Concrete with Steel Frame 16 x lbs Straight 0 H20, AASHTO M309 OPTIONS: Steel Checker Plate Covers: Flush Solid Bolt Down Locking Available Galvanizing Available EMS Marker Lid Gaskets* *Lid Gaskets inhibit water flow into the box, they do not make Enclosure fully waterproof. Traffic Rated: Continuous Roadway Traffic Actual load rating is determined by the box and cover combination. Weights and dimensions may vary slightly *Cover comes standard with permanent markings for manufacturer, load rating, model size and manufacturing location. Contact your Oldcastle Enclosure Solutions Distribution Center for specific information and additional options. All information contained on this sheet is current at the time of printing. Oldcastle Precast, Inc. reserves the right to discontinue or update product information without notice. oldcastleprecast.com/enclosuresolutions Revision 11/ Oldcastle, Inc.

106 Electric & Communications B1730 COVER: Style: Material: Model: Weight: Options: Surface: Coefficient of Friction: Performance: Flush Steel Checker Plate 20 x lbs Special Markings Skid Resistant & Marked* >0.6 ASTM 1028 H20, AASHTO M309 BODY: Material: Model: Weight: Wall Type: Mouseholes: Performance: Reinforced Concrete with Steel Frame 24 x lbs Straight 0 H20, AASHTO M309 OPTIONS: Steel Checker Plate Covers: Flush Solid Bolt Down Locking Available Galvanizing Available EMS Marker Lid Gaskets* *Lid Gaskets inhibit water flow into the box, they do not make Enclosure fully waterproof. Traffic Rated: Continuous Roadway Traffic Actual load rating is determined by the box and cover combination. Weights and dimensions may vary slightly *Cover comes standard with permanent markings for manufacturer, load rating, model size and manufacturing location. Contact your Oldcastle Enclosure Solutions Distribution Center for specific information and additional options. All information contained on this sheet is current at the time of printing. Oldcastle Precast, Inc. reserves the right to discontinue or update product information without notice. oldcastleprecast.com/enclosuresolutions Revision 11/ Oldcastle, Inc.

107 Electric & Communications 2436 COVER: Style: Material: Model: Weight: Std. Fasteners: Options: Surface: Coefficient of Friction: Performance: Flush Solid DuoMold Composite 24 x lbs 1/2-13 Stainless Steel Hex Head Bolt, Self-Locating Insert Logos and Special Markings Slip Resistant & Marked* >0.6 ASTM 1028 ANSI/SCTE-77 Tier 22, WUC 3.6, ASTM C857 A-16 BODY: Material: Model: Weight: Wall Type: Performance: DuoMold Composite 24 x Depth: 82 lbs 24 Depth: 92 lbs 36 Depth: 110 lbs Straight ANSI/SCTE-77 Tier 22, WUC 3.6, ASTM C857 A-16 Bodies are stackable** to Depths of: 36, 42, 48, 60, 72 A B C D E F G /8 26-1/ /2 35-1/4 29-1/8 17-1/ /8 26-1/ /2 35-1/4 29-1/8 17-1/ /8 26-1/ /2 35-1/4 29-1/8 17-1/2 Heavy Duty: Incidental, Non-deliberate Traffic For use in non-vehicular traffic situations only. * Cover comes standard with permanent markings for manufacturer, load rating, model size and manufacturing location. Contact your Oldcastle Enclosure Solutions Distribution Center for specific information and additional options. Actual load rating is determined by the box and cover combination. Weights and dimensions may vary slightly **Stacked body units are currently not rated. oldcastleprecast.com/enclosuresolutions Revision 9/ Oldcastle, Inc.

108 Electric & Communications Options: Available DuoMold Composite Covers: Flush Solid (Standard) 2436 Fastener Options for DuoMold Composite Covers: Hex Head Bolt (Standard) Penta Head Bolt Oldcastle Enclosures Vandal Resistant Bolt Add on Options: Larger Lift Hook Pocket EMS Marker (E) Mouseholes/Knockouts Rack Mount (A) Cable Racks/Cable Arms (B) Unistrut (C) Pulling Eye - 1,000 lb and 3,000 lb (D) Ground Buss (F) Dividers Racking Provision Lid Gaskets* Solid Bottom Bodies are Stackable (with tallest body on bottom) Composite Cover Hex Head Penta Head Vandal Resistant *Lid Gaskets inhibit water flow into the box, they do not make Enclosure fully waterproof. A B C D E F Raw Material Specifications: Standard Test Method Properties of Raw Material ASTM Designation Typical Value Compressive Strength of Polymer Concretes Compressive Strength C 469 > 17,000 psi Flexural Properties of Plastic Materials Flexural Strength D 790 > 14,000 psi Resistance of Plastics to Chemical Reagents Chemical Resistance Retain > 75% of original strength Impact Resistance by Means of a Falling Weight Impact Resistance D 2444 > 70 ft-lb Static Coefficient of Friction Friction Coefficient C 1028 > 0.6 ASTM Specifications shall be the current revision Test Reports available on request The Rural Utility Service (RUS) is a department of the US Department of Agriculture organized to facilitate rural developments. You will fi nd Oldcastle Enclosure Solutions brand enclosures listed by the RUS. All Oldcastle Enclosure Solutions brand enclosures conform to the RUS Tamper Resistant fastener design for buried pedestals. Product Load Rating: Note: Heavy Duty : Incidental, Non-deliberate Traffic For use in non-vehicular traffic situations only. Actual load rating is determined by the box and cover combination. Weights and dimensions may vary slightly All information contained on this sheet is current at the time of printing. Oldcastle Precast, Inc. reserves the right to discontinue or update product information without notice. oldcastleprecast.com/enclosuresolutions Revision 9/ Oldcastle, Inc.

109 City of Penticton 2018-Tender Downtown Revitalization Complete Traffic Signal Parts & Equipment List (Quantities shown are totals for Wade Avenue intersection) Item Qty Description Type L poles 4 As per MMCD (black powder coated) All with luminaire arms (8 x 2A, 8 x 0.25L) Galvanized & All black Powder Coated Arm lengths: 1 with no arm; 5m; 11m (Galvanized & all black powder coated) Modified Type L1 Bases 4 As per Design Drawings Type 4A poles 2 As per MMCD (Galvanized & black powder coated) Type B Bases 2 As per MMCD Cobra Head Lights 4 Phillips Lumec Roadway RoadFocus Cat. # RFM108W32LED4KTR2MUNIVDMGRCD7PH8BK Vehicle signal heads 7 Econolite 300/300/300mm 300mm Dialight LED heads to be yellow polycarbonate yellow poly tunnel visors (black inside) backboards to be yellow aluminum with 3M diamond-grade reflective tape surround Pedestrian signal heads 8 Duralight JXM-400VIECAD Yellow polycarbonate housing Black doors, yellow tunnel visors 407x450mm LED Walk/Don t Walk bimodal top left section; countdown right section Signal head Brackets for Type L poles Signal head brackets for polemounted vehicle signals and all pedestrian signals 4 AstroBrac for 300x3 signal heads on Type L arms 11 Greenlite GEL 189 (kits of 2 - yellow) APS pedestrian pushbuttons 8 Polara Navigator APS EZ Communicator 2 wire Push Button Station EN2 3 T B 1 Y 1 Central Control Units (CCU2EN) required Push button Signs 800H-84 (9 x 15 ) (4 x right & 4 x left) Push button frame adapter PBFA9X15-Y Braille on front Custom Programmed with cuckoo for north-south walking direction/canadian Melody for east-west walking direction Yellow colour Video detection cameras 1 Aldis Gridsmart GS-3 CAM GS-3-GS2 Controller GS-2-TS2-OPT I/o Controller GS2-RMB rack mount bracket GS-3-TS2 TS2 cables GS-3-SMCH Smart Connect Hybrid Box GS-3-TEN Tenon Bracket for mounting to luminaire arm GS-3-A58 58 arm 30m GS-3-CAT5 cable

110 Cable 19 conductor 100m (approx.) MMCD E7.13 Cable 7 conductor 75m (approx.) IMSA standard GS-3-PFM+ Performance Plus Software Module Cable 2 conductor 125m (approx.) #14 Belden twisted pair shielded Conduit 175m (approx.) 50mm Scepter Type RPVC Conduit Service Boxes 4 Oldcastle Enclosures - SB B1730 Controller 1 Econolite Cabinet, aluminum, base-mount MSX 15 base extender for battery storage, 1 set lifting ears, 1 shelf entire, 1 computer shelf collapsible, 2 support base brackets, 1 rain cover, 1 Fram filter and bracket Colour: grey ext./int. Dual thermometer, 1 LED light Main panel 8 ph, 12 pos, 16 ch, fused adv. Warning x2; SDLC 7 socket module w/ plugin cables; alarm switch for door open 12 load switches, dual indication, 2 flash transfer relays, 1 flasher dual circuit, 2 BIU locking (Thumbwheel), 1 power supply 2A, 10 Shorting clips Aux power panel w/ 40 amp c. breaker; 2 pole receptacle w 4A fuse Police door with auto/flash switch Controller: Cobalt TS2 T1 with Touch Screen and SD socket, log book, conflict monitor test report, schematics paper, schematics (CD) Conflict monitor: MMU 16ch LCD plus IP Uninterruptible Power Supply 1 DBL 700, 700 watt 36VDC dual timer, rack mountable Standard bypass switch Battery bank 3 x55ah ABM 700 battery charging system Grey int./ext. Signage 2014 TAC Manual of Uniform Traffic Control Devices for Canada Signage Custom Signage Supply and Install by Contractor - Reflectorized No Right Turn RB-11R 600mm x 600mm No Left Turn RB-11L 600mm x 600mm One Way Sign RB mm x 300mm Supply by City and Install by Contractor City Parking Sign Street Name Signs

111

112

113

114 Compression Connectors for Copper Conductor Compression Constant O.D. enables faster, easier installation than contoured design. Cast-Copper Reducing Splices Thomas & Betts takes the splicing of different-sized conductors to a new level of economy and efficiency with Color-Keyed Cast-Copper Reducing Splices. In addition to a lower cost, the key benefit to these splices is in their constant outer diameter. Unlike screw-machined, externally contoured splices, Cast-Copper Reducing Splices require no change of tool or die between crimping each end. Just slide each wire easily into the chamfered barrel, and use the same Color-Keyed tool and die to crimp both ends. The consistent O.D. also makes these splices faster and easier to insulate with clear heat-shrink wrap than a contoured splice. Sand-cast construction ensures high tensile strength for heavy-duty applications, and tin-plated copper material provides high conductivity and superior corrosion-resistance. Ideal for telecom (inside office/outside plant), commercial, industrial MRO, and any other 600V-35KV applications requiring splicing of different-sized conductors Tin-plated, sand-cast copper construction provides superior tensile strength, high conductivity, and excellent corrosion-resistance Easier to install and insulate than screw-machined, contour-designed reducing splices Constant O.D. saves time on installation by eliminating the need for crimp-tool/die change Fast and simple to insulate with clear or colored heat-shrink wrap Chamfered barrel facilitates easy wire insertion Compact, low-profile design takes up minimal space in cable tray or wire run Simple installation with Color-Keyed crimp tools NEW! COND. 1 COND. 2 DIM. DIM. DIE CAT. NO. SIZE SIZE A E CODE /0 Str. 2 Str " 13 16" mcm Str. 300mcm Str " 13 16" /0 Str. 250mcm Str " 15 16" Str. 8 Str " 19 32" Str. 2/0 Str " 27 32" /0 Str. 4 Str " 13 16" /0 Str. 350mcm Str " 17 32" /0 Str. 2/0 Str " 13 16" /0 Str. 2 Str " 19 32" Str. 8 Str " 3 8" Str. 8 Str " 3 8" Str. 6 Str " 3 8" Str. 6 Str " 19 32" /0 Str. 1/0 Str " 13 16" Str. 250mcm Str " 15 16" /0 Str. 250mcm Str " 15 16" mcm Str. 350mcm Str " 17 32" /0 Str. 6 Str " 19 32" Str. 2/0 Str " 27 32" /0 Str. 4 Str " 19 32" /0 Str. #12 Str " 37 64" Str. 4 Str " 3 8" Str. 4 Str " 3 8" #6 Str. #10 Str " 3 8" Str. 6 Str " 3 8" Str. 8 Str " 3 8" Str. 1/0 Str " 19 32" Str. 8 Str " 3 8" Str. 8 Str " 3 8" Str. 1/0 Str " 19 32" Str. 2/0 Str " 27 32" Str. 250mcm Str " 15 16" mcm Str. 250mcm Str " 17 32" Str. 8 Sol " 3 8" Str. 8 Sol " 3 8" Str. 8 Sol " 3 8" Str. 6 Sol " 3 8" Str. 6 Sol " 3 8" Str. 6 Sol " 3 8" Str. 6 Sol " 19 32" Str. 4 Sol " 3 8" Str. 4 Sol " 3 8" Str. 4 Sol " 3 8" Str. 4 Sol " 3 8" /0 Str. 4 Sol " 19 32" Cast Solid* 12-4 Str " 3 8" /0 Flex #4 Flex 2 1 4" 13 16" #4 Flex #8 Flex " 37 64" 45 *Cast Solid Field Modifiable Special DIE COLOR WHITE PINK BLUE BLACK WHITE WHITE PINK WHITE BLACK GRAY GRAY GRAY BLACK WHITE BLUE BLUE PINK BLACK WHITE BLACK BLACK GRAY GRAY GRAY GRAY GRAY BLACK GRAY GRAY BLACK WHITE BLUE PINK GRAY GRAY GRAY GRAY GRAY GRAY BLACK GRAY GRAY GRAY GRAY BLACK BLACK WHITE BLACK B-42 United States Tel: Fax: Canada Tel: Fax: Technical Services Tel:

115 APPENDIX C CITY OF PENTICTON SAFETY PROGRAM CONFIRMATION OF WORKPLACE SAFETY RESPONSIBILITIES

116 City of Penticton Contractor Coordination Contractor Sub- Contractor City of Penticton Prepared by: Human Resource Department 11/09/11 CC - 1

117 CONTRACTOR COORDINATION City of Penticton 11/09/11 Safety Programs CC - 2

118 CONTRACTOR COORDINATION City of Penticton Contractor Coordination Contents 1. Purpose Policy Scope Definitions Overview Regulation... 6 Responsibility of Owner... 6 Co-ordination - Overview Responsibilities... 8 i. Responsibilities on a Single Employer Workplace... 8 ii. Responsibilities on a Multiple Employer Workplace without Prime Contractor... 9 iii. Responsibilities on a Multiple Employer Workplace with a Prime Contractor Program Details Training Requirements Program Maintenance Documentation Appendices Appendix A - Overview of Occupational Health and Safety Program Content Appendix B - Records to be Maintained and Available Appendix C - Contract Language for Hiring Municipal Contractors Appendix D - Review of Contractor Safety Program Appendix E - Confirmation of Responsibilities /09/11 Safety Programs CC - 3

119 CONTRACTOR COORDINATION City of Penticton Contractor Coordination 1. Purpose To ensure that workers of other employers who are working on the City of Penticton workplaces are not placed at risk because of a lack of knowledge of workplace hazards or a lack of coordination of workplace safety. 2. Policy The City of Penticton will ensure that all employers and workers on City of Penticton workplaces are aware of any pre-existing workplace hazards. The City of Penticton will ensure coordination of occupational health and safety activities on all multiple employer workplaces or ensure that a prime contractor does so. The City of Penticton will ensure compliance with WCB OHS Regulations on all workplaces. 3. Scope This program applies in every situation where workers, other than the City of Penticton workers, are performing their job duties at a City of Penticton workplace. Exception for Short Term Workplace Visits The WCB Prevention Manual offers the following guidance on workplace visits: "Virtually all workplaces will be visited by workers of other employers. For example, workers may deliver or pick up mail, goods and materials or enter to inspect premises. Short term visits of this type, even if regular, do not make the workplace a "multiple-employer workplace" for the purposes of section 118(1)", note other persons per Workers Compensation safety and health regulations. 4. Definitions Construction Project Any erection, alteration, repair, dismantling, demolition, structural or routine maintenance, painting, land clearing, earth moving, grading, excavating, trenching, digging, boring, drilling, blasting, concreting, the installation of any machinery or any other work deemed to be construction by the WCB. (WCB OHS Regulation Section 20.1) 11/09/11 Safety Programs CC - 4

120 CONTRACTOR COORDINATION City of Penticton Contractor Includes a contractor, subcontractor, utility company, government agency or a service company providing/assigning workers and/or services/equipment within the workplace. Contractor Safety Program A contractor's Occupational Health and Safety program as required by WCB OHS Regulation. Multiple Employer Workplace Multiple employer workplaces are created when workers of two or more employers are working at the same location. In this type of workplace, workers of one employer do not actually have to come into contact with the workers of the other employer but they must communicate to coordinate their activities. They do not even have to be in the same place at the same time. What is important is whether or not the workers' activities could affect the health and safety of another employer's workers. This is true even if the workers on the workplace are workers of the City of Penticton and a contractor. Short-term visits by couriers, inspectors and suppliers etc. are not regarded as workers on the workplace. Notice of Project The Notice of Construction Project given by the prime contractor, or Owner, to the Workers' Compensation Board as defined in and required by Section 20.2 (2) and (3) of the WCB OHS Regulation. Prime Contractor In relation to a multiple-employer municipal workplace, the contractor, employer or other person who enters into a written agreement with the City of Penticton is to be the prime contractor Practicable Means that which is reasonably capable of being done Qualified Means being knowledgeable of the work, the hazards involved and the means to control the hazards, by reason of education, training, experience or a combination thereof Qualified Coordinator On a construction workplace, means the person appointed by a prime contractor to coordinate occupational health and safety activities within the workplace. Qualified Person On a construction workplace, means a person designated by a contractor (other than the prime contractor) to be responsible for that employer's health and safety activities and responsibilities. 11/09/11 Safety Programs CC - 5

121 CONTRACTOR COORDINATION City of Penticton Single Employer Workplace Workplace Safety Coordinator A defined area in which there are workers of only one employer The person designated in writing by the City of Penticton to coordinate workplace safety on multiple employer workplaces if there is no prime contractor, and to receive/review a contractor's safety program, records, documentation and safety performance. 5. Overview Regulation Responsibility of Owner Part 3 Section 118 and 119 of the Workers Compensation Act and Part 20 of the WCB OHS Regulation also applies and includes responsibilities on construction workplaces. The Workers Compensation Act requires the City of Penticton as owner of the workplace, to maintain the workplace in a safe manner. It requires the City of Penticton to give any other employers on the workplace all information about the workplace hazards, and it requires the City of Penticton to give other employers on the workplace the information they need to eliminate or control those hazards. The Workers Compensation Act also sets out the responsibilities when the City of Penticton has a multiple employer workplace. On multi-employer workplaces, there is a responsibility to coordinate the activities of the employers, workers and other persons at the workplace. There is also a responsibility to do everything that is practicable to establish and maintain a system or process to ensure that everyone on the workplace complies with the WCB OHS Regulation. Co-ordination - Overview The City of Penticton can decide either to perform the duties of safety coordination on a multiple employer workplace or designate, must agree in writing, a prime contractor to perform the duties of coordination. Construction Workplaces If there is no prime contractor, and there are more than 5 workers on the workplace, the City of Penticton must designate a coordinator to coordinate workplace safety. The coordinator is responsible for submitting the notice of project to the Workers Compensation Board where a Notice of Project is required. (See WCB OHS Regulation 20.2 for the general requirements of a Notice of Project. On a multiple employer workplace: The coordinator must also ensure that all of the workers on the workplace are aware of any preexisting hazards on the workplace. The coordinator must also identify any hazards on the workplace that are created by the work. 11/09/11 Safety Programs CC - 6

122 CONTRACTOR COORDINATION City of Penticton The coordinator must also have a workplace drawing. It will show where the various employers are working, where first aid is located, the emergency transportation system for injured workers, and the evacuation marshalling points. The coordinator must also have the written procedures to protect the health and safety of the workers on the workplace. If the City of Penticton does not want to take on these responsibilities, the City of Penticton can also designate, in writing, a prime contractor on the construction workplace. If the City of Penticton does designate a prime contractor, the prime contractor must designate a qualified coordinator. The City of Penticton must inform the prime contractor of pre-existing workplace hazards and the information on how to eliminate or control them. The prime contractor's qualified coordinator must then ensure that all of the delegates are informed; the delegates must inform all workers of these hazards, and of any hazards on the workplace that are created by the work. The prime contractor's qualified coordinator must also have the written procedures to protect the health and safety of the workers on the workplace, ensuring that the hazards are addressed throughout the duration of the work activity. The prime contractor's designated qualified coordinator must also have a workplace drawing. It will show where the various employers are working, where first aid is located, the emergency transportation system for injured workers, and the evacuation marshalling points. Non-construction workplaces: The City of Penticton must act as the prime contractor on a single employer workplace that involves workers of another employer, if there is no prime contractor designated in writing. The City of Penticton must act as the prime contractor and must ensure that occupational health and safety activities are coordinated on multiple employer workplaces, if there is no prime contractor designated in writing. The City of Penticton must establish and maintain a system to ensure compliance with the WCB OHS Regulation. The City of Penticton must ensure that it has the names of the persons who will supervise workers at the workplace. The City of Penticton has responsibility, as an owner, on non-construction workplaces if a prime contractor has been designated in writing. The City of Penticton must give the prime contractor at the workplace any available information that is necessary to identify and eliminate or to control hazards at the workplace. 11/09/11 Safety Programs CC - 7

123 CONTRACTOR COORDINATION City of Penticton 6. Responsibilities The City of Penticton is responsible to determine by definition of regulation (118) that the workplace includes the workers of other employers and whether this is a multiple employer workplace or a single employer workplace. The City of Penticton is also responsible for determining if the workplace is a construction workplace as outlined in the definition section. Note: For ease of reading, the rest of the responsibilities will be separated into the following three categories: i. Single Employer Workplace ii. Multiple Employer Workplace with a prime contractor iii. Multiple Employer Workplace Without a prime contractor. i. Responsibilities on a Single Employer Workplace The City of Penticton: The City of Penticton is responsible to ensure that the contractor on the workplace is aware of all pre-existing workplace hazards and has the information on how to eliminate or control the hazards. On a construction workplace, if the work requires a Notice of Project, the City of Penticton must submit the Notice of Project to the WCB or ensure that the prime contractor does so. Workplace Safety Coordinator: The Contract Administrator is responsible: To determine the boundaries of the workplace, and to ensure that only workers of one employer perform duties within those boundaries. To ensure all relevant information on workplace hazards is provided to the employer. To decide whether the contractor should be designated, in writing, as a prime contractor and to designate the prime contractor. Contractor: Note: Applies to a contractor to the City of Penticton and to service providers such as West Kootney Power. The contractor is responsible for obtaining information on workplace hazards from the City of Penticton and informing its workers on the workplace. The contractor is also responsible for ensuring compliance with the WCB OHS Regulation. If designated as the prime contractor, the contractor is responsible to ensure that all workers on the workplace, as well as its own workers, are aware of the pre-existing workplace hazards. The contractor is responsible to ensure that all work is performed without unnecessary risk and in compliance with the WCB OHS Regulation. The City of Penticton Supervisors: Supervisors must ensure that all workers know that a single employer workplace has been designated. They must ensure that they do not assign duties, which take the City of Penticton workers into the single employer workplace. If any worker reports that they must enter the single 11/09/11 Safety Programs CC - 8

124 CONTRACTOR COORDINATION City of Penticton employer workplace to do their job, the supervisor will contact the Division supervisor to determine if the work should go ahead. The City of Penticton Workers: All workers are responsible to ensure that their duties do not take them into the single employer workplace. If they must enter the workplace, they must inform their supervisor. ii. Responsibilities on a Multiple Employer Workplace without Prime Contractor The City of Penticton: The City of Penticton is responsible to designate the Division Supervisor to be responsible for coordinating workplace safety and ensure that all health and safety activities are coordinated and that all employers are in compliance with the WCB OHS Regulation. Workplace Safety Coordinator: The Division Supervisor or designate must ensure that all employers on the workplace are aware of pre-existing workplace hazards, that workplace safety meetings are held and documented, and all occupational health and safety activities are co-ordinated. If the workplace is a construction workplace and a Notice of Project is required, the Division Supervisor or designate is responsible to ensure that the Notice of Project is submitted to the Workers' Compensation Board. On construction workplaces, the Division Supervisor or designate must have the written procedures to protect the health and safety of all workers on the workplace. The Division Supervisor or designate must maintain a workplace map that shows where various employers are working, occupational first aid is located, and the evacuation marshalling points are located. It must also show the emergency transportation system for injured workers. Contractors: Contractors are responsible to comply with their contracted safety requirements and the directives of the Division Supervisor or designate regarding co-ordination of activities. They must tell the Division Supervisor or designate the name of the individual who supervises their workers. On a construction workplace they must give the Division Supervisor or designate the name of a Qualified Person who is responsible for their health and safety activities. Supervisors: All supervisors are responsible to check with the Division Supervisor or designate to ensure that the duties that they are assigning do not cause hazards for the workers of other employers on the workplace. Workers: All workers are responsible to follow safe work procedures and to alert their supervisor if the duties that they are performing will create a hazard to other workers. iii. Responsibilities on a Multiple Employer Workplace with a Prime Contractor The City of Penticton: 11/09/11 Safety Programs CC - 9

125 CONTRACTOR COORDINATION City of Penticton The City of Penticton is responsible to identify workplace hazards for the prime contractor and also to give the prime contractor information on how to eliminate or control the workplace hazards. Workplace Safety Coordinator: The Contact Administrator is responsible for designating a prime contractor, based on the complexity and risk of the work being performed. If a prime contractor is designated, the Contract Administrator is responsible to inform all other employers of the designation of prime contractor. Prime Contractor: The prime contractor must ensure that all occupational health and safety activities are coordinated, and that all employers on the workplace comply with the WCB OHS Regulation. If the workplace is a construction workplace, the prime contractor must, if the combined workforce is more than 5 workers, identify a qualified co-ordinator who must co-ordinate health and safety activities on the workplace. Prime Contractor's Qualified Coordinator on Construction Workplaces: The qualified co-ordinator must: ensure that all employers on the workplace are aware of pre-existing workplace hazards ensure that workplace safety meetings are held and documented co-ordinate all health and safety activities complete a Notice of Project and submit it to the Workers' Compensation Board maintain a workplace map that shows where various employers are working, where first aid is located, the emergency transportation system for injured workers, and the evacuation marshalling points have the written procedures to protect the health and safety of the workers on the workplace, ensuring that the hazards are addressed throughout the duration of the work activity Knowledgeable of Part (3) of Workers Compensation Occupational Health and Safety Regulations. Other Contractors: Other contractors are responsible to deliver to the prime contractor s qualified coordinator the name of the person who supervises their workers. On a construction workplace, the contractors must designate a Qualified Person to be responsible for the contractor's health and safety activities. The contractor must give the name of this Qualified Person to the prime contractor. The City of Penticton Supervisors: Supervisors are responsible to know the safety program that the prime contractor has in place to eliminate or control workplace hazards. The supervisors must ensure that all the City of Penticton workers comply with this plan. If supervisors become aware that the program is not controlling workplace hazards, they must remove the workers under their control from any danger and notify the Contract Administrator. The City of Penticton Workers: Workers must comply with the workplace safety program of the designated prime contractor. 11/09/11 Safety Programs CC - 10

126 CONTRACTOR COORDINATION City of Penticton 7. Program Details This program is designed to help ensure that when contractors are working on a municipal workplace, the work is performed safely and there is no unnecessary increase in liability for the City of Penticton as a result of their actions. Situation Identification There are two types of situations where workers of another employer are performing duties on the City of Penticton workplace. The first of these, and most difficult for the organization to control, are workers who are not performing contract work for the City of Penticton. They may include the workers of a utility company, a government agency or Service Company. The typical example might be workers of a gas utility company who have set up traffic control to do repair work on the gas distribution system. They are on a municipal workplace, and the City of Penticton workers may be working on the same workplace. It is the responsibility of the City of Penticton to ensure that the workplace is safe and that all workers, including contractors and their employees, are aware of the workplace hazards of which the organization has knowledge as owners of the workplace. As long as there are no interactions, or overlap between workplaces that would create hazards for the workers of the contractor or for the workers of the City of Penticton, there is no further action required The second situation is one that the organization is most familiar with. This is a situation where a contractor has come onto a municipal workplace to perform work for the City of Penticton. In this situation, there is still the responsibility to ensure that the workplace is safe, and that the contractor is aware of pre-existing hazards. The regulation (118) determine if this is a single employer workplace or a multiple employer workplace, and to decide whether or not there should be a prime contractor. Pre-contract Hazard Assessment Contractors must be made aware of all of the pre-existing workplace hazards that may affect their workers. Often this seems like common sense, but lack of documentation of the process of identifying workplace hazards can create problems. A workplace hazard identification must be completed prior to putting a project out to tender. This will be performed by the Contract Administrator. Hazard identification should include, but not be limited to, workplace access difficulties, confined spaces, chemical exposures, excavations, work at heights, lockout, electrical hazards, asbestos, temperature extremes, noise, workplace hazardous materials, and traffic. Any other workplace hazards must also be identified. Providing methods to eliminate or control workplace hazards will include providing the contractor with the City of Penticton safety program and procedures. If the contractor is going to do work that is not covered by the safety program, it is important that once the hazards are identified, the contractor provides the written procedures for the work. Day Labour On occasion, a contractor will come onto a municipal workplace and will perform work without subcontractors, in co-operation with workers of the City of Penticton. In the past there have even been some situations where workers of the City of Penticton supervised the contract workers. In other cases a supervisor has been hired on contract to oversee the activities of the 11/09/11 Safety Programs CC - 11

127 CONTRACTOR COORDINATION City of Penticton contractor. In both these situations the City of Penticton accepts a significant amount of liability. As a result of amendments to the WCB OHS Regulation, it is very important to determine whether or not these contractors should be designated as prime contractors. If they are not designated as prime contractors, the City of Penticton may be liable for violations of the WCB OHS Regulation by the contractors. Even if they are designated as prime contractors, supervision of the contract workers by a City of Penticton supervisor can make the City of Penticton liable for any violation of the WCB OHS Regulation. It is the policy of the City of Penticton that all day labour contracts will be reviewed by the Division Supervisor to determine how they will be supervised. Multiple Employer Workplaces Multiple employer workplaces are created when the workers of two or more employers are working at the same location. They do not have to both be working all of the time. If they are both at the workplace and the activities of either employer can affect the health and safety of workers of the other employer, then the workplace becomes a multiple employer workplace. This is true even if the workers on the workplace are workers of the contractor and the City of Penticton. When the City of Penticton has contractors on a multiple employer workplace, there is a requirement for coordination of activities. This coordination role can be fulfilled by the Division Supervisor, or it can be delegated to a contractor, who is designated as prime contractor in writing. Contractors must give the Division Supervisor or the prime contractor the names of the individuals who will be supervising their workers. On a construction workplace, contractors must also give the name of the Qualified Person who will be responsible for their health and safety program. Prime Contractor Designation In the past contracted work was much simpler than it is today. A project was developed and put out to bid. The successful bidder hired other contractors. These contractors were subcontractors to the successful bidder. In these cases the successful bidder was usually referred to as the principal or prime contractor. As a result of amendments to the WCB OHS Regulation, it is now very important that the City of Penticton makes a conscious decision whether or not to designate a contractor in writing as the prime contractor. The decision on whether or not to designate a prime contractor rests with the Contract Administrator who will maintain a corporate policy on the issue. 11/09/11 Safety Programs CC - 12

128 CONTRACTOR COORDINATION City of Penticton The responsibility for coordination of activities on the workplace, and for ensuring compliance with the WCB OHS Regulation will rest with the prime contractor. Typical contract language to designate a prime contractor is in Appendix C. It is also very important that these contractors are made aware of all of the pre-existing workplace hazards that might put their workers at risk. They must also be given the information that they need on how to eliminate or control those hazards. The City of Penticton may decide, at any time, to appoint a prime contractor on a single employer workplace. The City of Penticton can also appoint one contractor to be the prime contractor on a multiple employer workplace. If the City of Penticton appoints a prime contractor the affected contractor(s) will be given written notice. Workplace Safety Requirements of the Prime Contractor The prime (and other) contractor(s) has the responsibility to reduce incidents within its workplace. There is also a responsibility to make sure that everybody on the workplace obeys WCB OHS Regulations. The prime contractor must direct and co-ordinate the work activities related to the health and safety of all contractors and any other workers on the workplace. The prime contractor will have a supervisor readily available at the workplace. This supervisor will have the necessary skills, qualifications and experience to co-ordinate the health and safety activities of the workers. The prime contractor will obtain from the organization written information on hazards and conditions and the methods to address the hazards and conditions and will circulate this information. The prime contractor is responsible for ensuring first aid facilities are provided and maintained on the workplace in accordance with Part 33 of the WCB OHS Regulation. The prime contractor will take all reasonable steps to ensure that the occupational health and safety activities of all Contractors and their workers comply with the WCB OHS Regulation. The prime contractor will immediately give to the Contract Administrator, the name of any contractor who does not co-operate, assist or do what the qualified co-ordinator requires regarding co-ordination of health and safety activities within the workplace. Workplace Safety Requirements of All Contractors Prior to starting any work on the workplace, the Contractor must have its own Contractor Safety Program and must make sure the safety program meets the requirements of Part 3 of the Workers Compensation Act and Part 3 of the WCB OHS Regulation. On non-construction workplaces, the Contractor will make sure there is a supervisor on the workplace who has the necessary skills and experience to run the Contractor's Safety Program. At the start of work, the Contractor will provide the Contract Administrator in writing, the names of all supervisors. The Contract Administrator or prime contractor must be immediately informed of any changes. They must also be knowledgeable of Part 3 of the Workers Compensation regulations. 11/09/11 Safety Programs CC - 13

129 CONTRACTOR COORDINATION City of Penticton The Contractor must: Ensure that a Joint Committee is formed for the workplace if required by the WCB OHS Regulation, and that the activities of the Joint Committee meet the requirements of the WCB OHS Regulation. Advise the Contractor Administrator or Prime contractor, of any incidents that occur at the workplace that must be reported to the Workers' Compensation Board. Inform all persons working on the workplace of the health and safety requirements at the workplace. At all times the contractor will ensure that its workers and subcontractors, and all other workers coming onto the workplace comply with: The WCB OHS Regulation The contractor's safety program The Contract Administrator (or prime contractor's) safety requirements for the work activities within the workplace. The contractor will provide occupational health and safety records and documentation to the Contract Administrator or prime contractor. The contractor will follow the directions of the Contract Administrator or the prime contractor on all matters relating to occupational health and safety. The contractor will inform the Contract Administrator or the prime contractor of any information that they require to co-ordinate each employer's work activities within the workplace. Additional Requirements for Construction Workplaces (Required by WCB OHS Regulation Part 20) On construction workplaces the prime contractor will notify the Workers' Compensation Board by a Notice of Project that it is the prime contractor. On construction workplaces, the prime contractor will, at all times, have a qualified co-ordinator readily available at the workplace. This qualified co-ordinator will have the necessary skills, qualifications and experience to co-ordinate the occupational health and safety activities of every employer. Before the work begins, the prime contractor will provide the Contract Administrator with the following information: A copy of the Notice of Project (for construction projects) Written confirmation that the prime contractor's safety program is in place The name of the qualified co-ordinator Any changes of appointment. For construction projects, the prime contractor will post a copy of the Notice of Project in prominent locations within the workplace to ensure that all employers know that, as prime contractor, it has responsibility for co-ordinating the work activities related to occupational health and safety matters of all contractors. 11/09/11 Safety Programs CC - 14

130 CONTRACTOR COORDINATION City of Penticton Prime Contractor's Health and Safety Records The prime contractor must maintain all occupational health and safety documentation at one location at or near the workplace and make these documents available to the Contract Administrator. A listing of the required documents is given at Appendix B. The prime contractor will ensure that its qualified co-ordinator collects records of all Joint Committee proceedings at the workplace and distributes them to other qualified persons working within the workplace and to the WCB. In the event of an incident that requires notification to the Workers' Compensation Board, the prime contractor will, at the same time, notify the Contract Administrator about the incident. If requested, the prime contractor will provide information on the progress of the investigation and co-ordinate all responses to requests for information with the City of Penticton. Workplace Safety Coordinator If a prime contractor must agree in writing, the Contract Administer will be the City of Penticton workplace representative and have duties and responsibilities that include but are not limited to the following: To ensure all contractors are informed of appointment of the prime contractor To inform the prime contractor that they must be copied in all communications To monitor the prime contractor's compliance with the safety requirements of the contract To ensure that the City of Penticton workers do not direct or supervise any contractor's workers on the workplace To receive and/or distribute all necessary documentation To ensure that all pre-existing hazards of the workplace and procedures for addressing the hazards are conveyed to the prime contractor If there is no designated prime contractor on a multiple employer workplace the responsibility to coordinate the activities of the various employers lies with the Contract Administrator. The Contract Administrator will also watch for situations where the work of one contractor or a worker of the City of Penticton could cause a hazard to the workers of another contractor. It is the Contractor Administrator s responsibility to ensure that these situations are controlled. On construction workplaces, this includes maintaining the location of first aid and evacuation marshalling points. It also includes maintaining the written procedures that will be used to ensure the safety of workers on the workplace. The Contractor Administrator will ensure that contractors coming onto the workplace bring with them their written procedures. If the contractors do not bring written procedures, the Contract Administrator must develop those procedures. 8. Training Requirements Goal No workers will be put at risk, and no liability will accrue to the organization as a result of workers of another employer performing duties on a workplace owned by the organization. 11/09/11 Safety Programs CC - 15

131 CONTRACTOR COORDINATION City of Penticton Objectives As a result of this training, workers and supervisors will: Understand the organization s policy on contractor coordination. Understand the difference between a single employer workplace and a multiple employer workplace. Know what their responsibilities are, and understand the responsibilities of other people. Understand the components of the pre-job hazard assessment. Understand the requirements for coordination and supervision on day labor jobs. Summary of Training Why workplace safety coordination is necessary The responsibilities for workplace safety coordination How to determine if workplace coordination is required The effects of the Workers Compensation Amendment Act on contractor coordination The definitions used in the contractor coordination program When to designate a prime contractor The differences between construction workplaces and other workplaces for contractor coordination Typical hazards that must be addressed How to perform pre-job hazard assessment Definitions and concerns on day labour jobs How to complete forms and documentation Correct responses to typical situations 9. Program Maintenance Annual review of this program will focus on the number of situations when other employers were on the organization s workplace, and whether any liability accrued to the organization as a result. 10. Documentation The documentation for this program includes: Contract template that includes language concerning prime contractor Safety program with names or positions of those responsible for coordination Pre-job hazard assessments Completed reviews of contractor safety programs Documentation of discussions with contractors regarding supervision 11. Appendices (following pages) 11/09/11 Safety Programs CC - 16

132 CONTRACTOR COORDINATION City of Penticton Appendix A OVERVIEW OF OCCUPATIONAL HEALTH AND SAFETY PROGRAM CONTENT WCB OHS Regulation 3.3 defines the contents of an Occupational Health and Safety Program. The program must include the following: Policy Inspection of Premises and Work Practices Written Instructions to Supplement the WCB OHS Regulation Management meetings Investigation of Incidents Maintenance of records and statistics Joint Committee Instruction and Supervision of Workers Occupational First Aid services and equipment Workplace Hazardous Materials Information System Policy The policy must define the employer's aims and clearly state the responsibilities of the employer, managers, supervisors and workers. Inspection of Premises and Work Practices Direction must be given for the provision regular inspection of the premises, equipment, work methods and work practices, including specific instruction that states the intent of inspections, who is to inspect, what is to be inspected, inspection frequency and who conducts the inspection. Written Instructions There must be appropriate written instructions to supplement the WCB s Occupational Health and Safety Regulation and copies of the instructions must be made available for reference by all employees. Management Meetings Provision must be made for holding periodic meetings for the purpose of reviewing safety and health activities and incident trends, and to determine necessary courses of action. Investigation of Incidents There must be direction for the prompt investigation of incidents. The instructions must state what to report to the WCB, which incidents to investigate, who is to investigate, the intent of the investigation, and the content, distribution and follow-up of reports. Maintenance of Records and Statistics Instruction must be given to maintain records and statistics that include reports of inspections and incident investigations. Provision must be made for making this information available to the Joint Committee, an officer of the WCB, the union representing the workers or where there are no union, workers at the place of employment. 11/09/11 Safety Programs CC - 17

133 CONTRACTOR COORDINATION City of Penticton Joint Committee Provisions must be made for the establishment and maintenance of a committee. The instructions must state committee membership, function and detailed duties. Instruction and Supervision of Workers Provision must be made for instruction and supervision of workers in the safe performance of their work. Of particular importance is new worker orientation, regular safety talks, addressing specific job/task hazards at all levels and ensuring supervisors are knowledgeable of their safety and health duties and responsibilities. Occupational First Aid Services and Equipment Written instruction must be provided that direct the occupational first aid services and equipment to be provided, requires a treatment record book to be maintained, and that states how to summon a first aid attendant and how to report injuries. Workplace Hazardous Materials Information System There must be written instructions that assign responsibility for the program, provide direction on maintaining material safety data sheets and labels, and detail the education and training to be provided. 11/09/11 Safety Programs CC - 18

134 CONTRACTOR COORDINATION City of Penticton Appendix B RECORDS TO BE MAINTAINED AND AVAILABLE The documents required to be maintained and available by the prime contractor will include, but will not be limited to: The prime contractor's safety program All notices which the prime contractor is required to provide to the Workers' Compensation Board by the WCB OHS Regulation Any written summary of remedial actions taken to reduce occupational safety and health hazards within the area of responsibility All directives and inspection reports issued by the Workers' Compensation Board Reports on incidents occurring within the prime contractor's area of responsibility for which notification to the Worker's Compensation Board is required Records of all safety meetings held between contractors and their workers Records of workplace safety and health orientation Written evidence of' inspections within the workplace Occupational first aid records Worker training records 11/09/11 Safety Programs CC - 19

135 CONTRACTOR COORDINATION City of Penticton Appendix C CONTRACT LANGUAGE FOR HIRING MUNICIPAL CONTRACTORS The following checklist should be used when designing contract language that outlines the responsibilities of prime contractors and other contractors on the organization s workplaces: 1. The contractor should be required to perform the services to a standard acceptable to the Municipality. 2. If a notice of project is required, the contractor should be required to send it to the Workers Compensation Board. 3. The contractor should be required to ensure compliance with the WCB OHS Regulation and Workers Compensation Act. 4. The contract should note that any failure to meet the safety requirements of the contract would result in cancellation of the contract. 5. The contractor must be required to have in place a written safety program and written safe work procedures specific to the work being performed. 6. There should be a requirement that the safety program and all written safe work procedures are available at the workplace prior to the commencement of the work. 7. The contractor must be a registered firm with the WCB and in good standing. 8. The contract should require that the contractor provide occupational first aid services. 9. If a contractor is designated and must agree to be prime contractor, the workplace safety requirements for the prime contractor from this program should be part of the contract. 10. If a contractor is designated prime contractor, the requirements for the designated qualified safety co-ordinator, from this program, should be part of the contract. 11. There should be a requirement that the contractor have toolbox safety meetings at least weekly and formal safety meetings monthly, with minutes forwarded to the Corporation. 11/09/11 Safety Programs CC - 20

136 CONTRACTOR COORDINATION City of Penticton Appendix D REVIEW OF CONTRACTOR SAFETY PROGRAM Date: Contractor: Reviewed by: Job Title: To comply with WCB OHS Regulation the following elements of a basic Contractor s Safety Program must be present and functioning: Policy statement Inspection of premises Supplementary instructions Management meetings Investigation of incidents Records and statistics Joint Committee Instruction and supervision of workers First Aid WHMIS Confirmation of elements Element Policy The policy clearly states the employer's aims and the responsibilities of the employer, managers, supervisors and workers. Inspection of Premises Provision for Regular inspection of the premises, equipment, work methods and work practices, including specific instruction that states the intent of inspections, who is to inspect, what is to be inspected and inspection frequency Written Instructions Appropriate written instructions to supplement the WCB Occupational Health and Safety Regulation. Copies of the instructions must be made available for reference by all employees. Management Meetings Provision for holding periodic meetings for the purpose of reviewing health and safety activities and accident trends, and for determining necessary action. Investigation of Incidents Provision for the prompt investigation of accidents including what to report to the WCB, which accidents to investigate, the intent of the investigation, and the content, distribution and follow-up of reports. Confirmed present present present present present 11/09/11 Safety Programs CC - 21

137 CONTRACTOR COORDINATION City of Penticton Element Records and Statistics Instruction is given to maintain records and statistics that include reports of inspections and incident investigations, and making this information available to the Joint Committee and workers. Joint Committee Provisions is made for establishing and maintaining a committee including membership, function and detailed duties Instruction of Workers Provision is made for instruction and supervision of workers in the safe performance of their work. Occupational First Aid Services and Equipment Written instructions directing the services and equipment to be provided, the maintenance of a treatment record book, the procedure to follow to summon a first aid attendant and the reporting of injuries. Workplace Hazardous Materials Information System Written instructions that assign responsibility for the program, provide direction on maintaining material safety data sheets and labels, and detail the education and training. Confirmed present present present present present Notes/Follow-up: 11/09/11 Safety Programs CC - 22

138 CONTRACTOR COORDINATION City of Penticton Appendix E CONFIRMATION OF RESPONSIBILITIES (Discussion with Contractor Supervisor/Coordinator) Date: Meeting Location: Contractor: Contractor Rep.: Job Title: City of Penticton Rep.: Job Title: Acknowledges the appointment yes no Understands that in any conflict of directions, WCB OHS Regulation and/or the yes no Act shall prevail Understands and will direct that all supervisors/coordinators must immediately yes no report any apparent conflict as described above The supervisor shall immediately notify the City of Penticton of any reported yes no conflict. Has requested and received information to eliminate or control hazards to the yes no health and safety of persons at the workplace Has conducted an inspection of the workplace to verify the presence of any yes no hazards Will communicate hazards to any persons who may be affected and ensure yes no that appropriate measures are taken to effectively control or eliminate the hazards Accepts that written documentation (e.g. notes, records, inspections, meetings yes no etc.) on all health and safety issues must be available upon request to the City of Penticton and/or to a Board officer at the workplace Will confirm that all workers are suitably trained and competent to perform the yes no duties for which they have been assigned Safety orientation of all new workers will be conducted yes no Contractor s written Safety Program has been provided yes no Meetings to exchange any safety issues, concerns, hazards or safety directives yes no will be conducted weekly (or more often if required) Before the commencement of work, crews will attend a daily crew safety yes no meeting The supervisor has assessed and will coordinate the first aid requirements yes no Transport of Injured Worker procedure is established yes no WCB Clearance Letter required prior to start of work (Good Standing) yes no Notes/Follow-up: Contractor Rep. City of Penticton Rep: Signature Signature 11/09/11 Safety Programs CC - 23

139 APPENDIX D Traffic Management Plan

140 City of Penticton Traffic Management Plan Page 1 of 8 Traffic Management Plan: 1.0 General Requirements: 1.1 The contractor shall submit and maintain a Traffic Management Plan (TMP) to minimize inconvenience and maximize safety for local residents, business operators, emergency services, and institutional properties. The TMP must meet all the guidelines as described in the Ministry of Transportation (MoT) Traffic Control for Work in Roadways (Latest Edition). The TMP shall ensure commercial and private driveway accesses are maintained and safe travel lanes are available at all times. 1.2 The Contractor shall be responsible for protecting and/or removing and returning to the City Yards, all existing street signage except stop signs. The Contractor will ensure that stop signs remain visible at all times. Damage to existing signage will be at Contractor s cost. The City will be responsible for the re-installation, as necessary, of all signage with a minimum 3 days of notice from the Contractor. 1.3 Dust control will be done at regular intervals to minimize the impacts of dust in the air. Dust control shall be done during work hours, after work hours, on weekends, and on holidays. The Contract Administrator or Site Inspector can direct, at any time, the Contractor to perform dust control measures if they deem level of current dust control to be inadequate. Failure by the Contractor to provide acceptable dust control measures will result in correction by City forces at the Contractors cost. 1.4 Traffic control devices deployed overnight must have high intensity or diamond grade reflective qualities and flashing beacons. Traffic Control Persons shall be used where equipment enters or exits the work area. 2.0 Traffic Control Supervisor: 2.1 The Contractor shall designate a Traffic Control Supervisor responsible for site safety (pedestrian, and vehicular) with specific training as identified in the MoT Traffic Control Manual. The Traffic Control Supervisor and Site Inspector will review signage identified in the Contractor s TMP prior to construction at each work zone and then on a daily basis at the start and end of each work day. The Traffic Control Supervisor shall maintain a Traffic Control Log Book as required by the MoT Manual to facilitate a safe traffic control system for dynamic and static construction zone operation. 3.0 Access: 3.1 The Contractor shall not close roads any roads unless approval in writing is given by the Contract Administrator. 3.2 The Contractor shall not obstruct or close roads on bus routes within the City unless approved by the Contract Administrator. The Contract Administrator must be notified one week prior to any pending closures by the Contractor. No BCTransit bus shall be delayed more than 5 minutes in its movements through any construction zone. A copy of the Bus routes has been included in this document. The contractor is required to obtain scheduling for each route affected. If it is required that BCTransit busses be diverted around construction zones, than the Contractor shall provide the Contract Administrator a plan of the temporary bus route. 3.3 The Contractor shall not delay school busses in their movements through any construction zone. 3.4 The Contractor shall retain 2 1.5m x 3.0m, H-20 Traffic Load related steel plates on site for any emergency or other immediate trench or excavation crossing for access needs.

141 City of Penticton Traffic Management Plan Page 2 of Access for local traffic shall be maintained at all times except when work is proceeding directly adjacent to a property and access disruption is unavoidable. Suitable access shall be defined as a bladed surface that provides a comfortable ride sufficient to accommodate a standard two-wheel drive vehicle at a speed of 20 km/h. Failure by the Contractor to provide an acceptable surface will result in correction by City forces at the Contractors cost. 3.6 Sidewalks must be kept in a safe, clean condition and open to pedestrian, scooter and wheelchair traffic. The Contractor will make provision at all times for adequate separation between the public and work area hazards, whether active or inactive, such as construction equipment, excavations and materials by means of delineation, barricades and fencing. 3.7 If a sidewalk must be closed due to required works in the sidewalk, then sidewalk closed signs shall be installed at the next nearest crossing points indicating that the sidewalk is closed due to construction and pedestrian traffic can be diverted. If there are business on the sidewalk that is being closed it must be made clear on all signs that business are still open and safe access must be provided during business hours. 4.0 Construction Signage: 4.1 The Contractor shall install construction signage to notify residents and businesses one week prior to the start of construction. The following is an example of what is required to be included on the signs. The signs must include the Street Name, what is being completed (water main, paving etc.), the expected duration of construction, the Contractors contact phone number and the City s contact phone number. The Contractor shall submit proofs of each sign to the Contract Administrator for approval prior to manufacture and installation of each sign. The Contractor shall install one sign at the beginning and end of each project.

142 City of Penticton Traffic Management Plan Page 3 of Access Disruptions and Notifications: 5.1 The Contractor shall be responsible for hand delivery of any notices required for utility shut downs, road closures, access disruptions, and scheduling. The Contract Administrator will be responsible for Radio and newspaper ads. 5.2 The content and form of any written notifications shall be reviewed and approved by the Contract Administrator prior to delivery. Notifications shall be submitted to the Contract Administrator one week in advance for review and approval. 5.3 Hand delivered public notifications/communications related to the implementation of the TMP, any service shut down or access disruption notifications, all specified temporary traffic control signage, barriers, and flag persons are the responsibility of the Contractor and are to be included within the payment item for traffic regulation. 5.4 The Contractor shall provide residents and business one week notice in advance of any construction on any street. 5.5 The Contractor shall provide residents and businesses 48 hours of notice in advance of any planned disruption to vehicular and/or pedestrian property access. 5.6 The Contractor shall provide residents and businesses on streets that will be used as detour routes 48 hours of notice in advance. 5.7 The Contractor shall provide daily notifications and coordination as required with all emergency services (Police, Fire, Ambulance) and public services including Transit, garbage collection, Canada Post, etc. 6.0 Special Events: 6.1 A list of special events has been included in this document. All known events, their tentative dates, and primary contact info has been listed for use by the Contractor. These events will be incorporated into the construction schedule and TMP. The special events listed, event road closures, and routing map of events are subject to change. The Contractor will be responsible to liaise with the City and event organizers concerning each event and accommodate any changes that may arise. 7.0 Road, Lane, & Intersection Closure General Requirements: All road, lane, and intersection closures must meet the following requirements. Exceptions to these requirements for specific streets and intersections are listed in The Instructions to Tenderer 4.4. Any time there are lane or intersection closures Traffic Control Personnel 7.1 The Contractor shall maintain one lane of alternating traffic on all two lane roadways at all times. The maximum delay time shall be limited to 5 minutes. 7.2 All two lane roads shall be opened for two way traffic at the end of each work day, overnight, on weekends, and during holidays. The condition of the travel lanes at the end of the day will be a bladed surface that is free of potholes, ruts, washboarding and bumps. The road surface shall provide a comfortable ride sufficient to accommodate a standard two wheel drive vehicle at a speed of 30 km/h.

143 City of Penticton Traffic Management Plan Page 4 of The Contractor shall maintain two lanes of traffic (one in each direction) on all four lane roadways at all times. The maximum delay time shall be limited to 5 minutes. 7.4 All four lane roads shall be opened for all travel lanes at the end of each work day, overnight, on weekends, and during holidays. The condition of the travel lanes at the end of the day will be a bladed surface that is free of potholes, ruts, washboarding and bumps. The road surface shall provide a comfortable ride sufficient to accommodate a standard two wheel drive vehicle at a speed of 30 km/h. 7.5 The Contractor shall maintain one lane of traffic in all directions in all intersections. The maximum delay time shall be limited to 5 minutes. 7.6 The Contractor can, upon written request and approval by the Contract Administrator, close a road or intersection to through traffic for construction. Written requests for closures must be submitted one week in advance for review and approval by the Contract Administrator. Local and emergency access on all closed roads shall be maintained at all times. The condition for access for the local traffic shall be bladed surface that is free of potholes, ruts, washboarding and bumps. The road surface shall provide a comfortable ride sufficient to accommodate a standard two wheel drive vehicle at a speed of 20 km/h. Roads that have been permitted to be closed shall be opened at the end of each work day and safely passible for two lanes of traffic. 7.7 The Contractor shall provide descriptions and maps of planned road and intersection closures, detours, and signage. All signage and required detours are to be in place prior to approval of a road closure.

144 City of Penticton Traffic Management Plan Page 5 of 8 City of Penticton Truck Routes

145 City of Penticton Traffic Management Plan Page 6 of 8 City of Penticton Bus Routes (Daytimes)

146 City of Penticton Traffic Management Plan Page 7 of 8 City of Penticton Bus Routes (Nighttime Route 15)

147 City of Penticton Traffic Management Plan Page 8 of 8 City of Penticton Bus Routes (Naramata Route 10)

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2017-Tender Capital Works

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2017-Tender Capital Works ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON - April 24, 2017 To All Tenderers: This Addendum is issued prior to the Tender Closing Date April 25, 2017 in accordance

More information

FORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. )

FORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. ) PAGE 1 OF 6 FOR USE WHEN UNIT S FORM THE BASIS OF PAYMENT - TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS OF THE UNIT MASTER MUNICIPAL CONSTRUCTION DOCUMENTS. Owner: Contract:

More information

Water Transmission System Upgrades

Water Transmission System Upgrades Tender For Water Transmission System Upgrades 2017-Tender-15 Date Issued: November 14, 2017 Master Municipal Construction Documents 2009 Edition Unit Price Contract City of Penticton Engineering Department

More information

ADDENDUM NO. 2 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02

ADDENDUM NO. 2 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02 ADDENDUM NO. 2 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON April 28, 2015 To All Tenderers: This Addendum is issued prior to the Tender Closing Date April 30, 2015, in accordance

More information

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02 ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON April 23, 2015 To All Tenderers: This Addendum is issued prior to the Tender Closing Date April 30, 2015, in accordance

More information

Request for Tender Tender ROAD MARKING

Request for Tender Tender ROAD MARKING Request for Tender 2016-Tender-04 2016-2017-2018 ROAD MARKING Date Issued: February 12, 2016 Closing Date and Time: Original and one (1) copy of a Tender in a sealed envelope plainly marked 2016-Tender-04

More information

Tender Documents. City of Fernie. June 15, Roads Capital Works Program. Set #

Tender Documents. City of Fernie. June 15, Roads Capital Works Program. Set # Tender Documents City of Fernie June 15, 2015 2015 Roads Capital Works Program Set # TABLE OF CONTENTS PRICE PAGE 1 OF 1 CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS Owner: City of Fernie (NAME OF OWNER)

More information

TENDER DOCUMENTS SUTTON ROAD MULTI- PURPOSE PATH CUMBERLAND BC

TENDER DOCUMENTS SUTTON ROAD MULTI- PURPOSE PATH CUMBERLAND BC TENDER DOCUMENTS SUTTON ROAD MULTI- PURPOSE PATH CUMBERLAND BC October 2017 TABLE OF CONTENTS 1. Invitation to Tender 2. Instructions to Tenderer, Part 1 3. Form of Tender Appendix 1 Schedule of Quantities

More information

INVITATION TO TENDER ITT NO. ENG SEWER AND DRAIN CCTV INSPECTION

INVITATION TO TENDER ITT NO. ENG SEWER AND DRAIN CCTV INSPECTION ITT NO. ENG 17-03 2017 SEWER AND DRAIN CCTV INSPECTION DATE OF ISSUE: JUNE 1, 2017 CONTENTS 1 Invitation to Tender... IT - 1 2 Instructions to Tender (Part I)... IT Part I 1-3 3 Agreement Between Owner

More information

CITY OF COURTENAY TENDER T Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street

CITY OF COURTENAY TENDER T Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street CITY OF COURTENAY TENDER T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Master Municipal Construction Documents (2009 Edition) Unit Price Contract Issued: May 16, 2018 Tender

More information

Please ensure receipt of this Addendum is acknowledged on page 1 of the Form of Tender.

Please ensure receipt of this Addendum is acknowledged on page 1 of the Form of Tender. No. 1 Project: 47th Ave Road Reconstruction Owner: District of Chetwynd Date: March 5, 2019 Ref. No.: 1320.0095.01 This Addendum is issued prior to Tender Closing Date, in accordance with the Tender Documents

More information

CITY OF COURTENAY TENDER T17-09 ROAD MARKING SERVICES

CITY OF COURTENAY TENDER T17-09 ROAD MARKING SERVICES CITY OF COURTENAY TENDER T17-09 ROAD MARKING SERVICES Master Municipal Construction Documents (2009 Edition) Unit Price Contract Issued: April 4, 2017 Tender Closing Date: April 18, 2017, 2:00PM Local

More information

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE GENERAL Final restoration of areas within the public right-of-way associated with Street Excavation Permits shall be completed as determined

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR Miscellaneous Concrete Repairs 2014 3600-3900 Blocks of Potomac Avenue and Town Hall, 2014 To: The Honorable Mayor and Town Council Town of Highland Park

More information

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

NAKUSP DOWNTOWN REVITALIZATION PROJECT PHASE I

NAKUSP DOWNTOWN REVITALIZATION PROJECT PHASE I Recreation & Parks NAKUSP DOWNTOWN REVITALIZATION PROJECT PHASE I June 2018 TENDER DOCUMENT BOX 280 91-1 Street NW Nakusp, BC V0G 1R0 INVITATION TO TENDERERS PAGE 1 OF 1 INVITATION TO TENDERERS Owner:

More information

CONTRACT DOCUMENTS. Pressure Reducing Station Replacement CONTRACT # DISTRICT OF 100 MILE HOUSE SET NO. Owner:

CONTRACT DOCUMENTS. Pressure Reducing Station Replacement CONTRACT # DISTRICT OF 100 MILE HOUSE SET NO. Owner: Pressure Reducing Station Replacement # 364-681 DISTRICT OF 100 MILE HOUSE DOCUMENTS SET NO. Owner: District of 100 Mile House 385 Birch Avenue 100 Mile House, BC, V0K 2E0 TRUE Consulting 201-2079 Falcon

More information

INVITATION TO TENDER Marina Parking Lot & Other Waterfront Landscaping Projects

INVITATION TO TENDER Marina Parking Lot & Other Waterfront Landscaping Projects INVITATION TO TENDER Marina Parking Lot & Other Waterfront Landscaping Projects Outland Ref # 13-033 Date of Issue: July 16, Closing Location: Mail or courier: Box 3010, 8707 Main Street Osoyoos, BC V0H

More information

SPECIFICATION MAIN STREET PAVING THE TOWN OF TRENTON

SPECIFICATION MAIN STREET PAVING THE TOWN OF TRENTON SPECIFICATION MAIN STREET PAVING THE TOWN OF TRENTON JUNE 2017 SECTION 00 11 00 PROJECT DOCUMENTS INVITATION TO TENDERERS PAGE 1 Sealed tenders, marked Main Street Paving will be received by the Town of

More information

General Water Bid Items Item No.

General Water Bid Items Item No. BID PROPOSAL PROPOSAL OF, a corporation organized and existing under the laws of the State of, a partnership consisting of, an individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01026 PART 1 GENERAL 1.1 SECTION INCLUDES A. Explanation and Definitions B. Measurement C. Payment D. Schedule of Values E. Application for Payment 1.2 EXPLANATION AND DEFINITIONS A. The following

More information

Addendum No. 1 Issue Date: March 29, 2016

Addendum No. 1 Issue Date: March 29, 2016 Addendum No. 1 Issue Date: Project: Bonson and Short Street Reconstruction Contract: #1-16 Owner: City of Platteville, Wisconsin Engineer: Delta 3 Engineering, Inc. Daniel J. Dreessens, P.E. 875 South

More information

Tender Documents. City of Rossland. Spokane Street Infrastructure Renewal. Ref# COR June 23, Set #

Tender Documents. City of Rossland. Spokane Street Infrastructure Renewal. Ref# COR June 23, Set # Tender Documents City of Rossland June 23, 2014 Spokane Street Infrastructure Renewal Ref# COR 2014-01 Set # TABLE OF CONTENTS PRICE PAGE 1 OF 1 CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS Owner: City

More information

Addendum! Project No: HFX A0 Client Project No: MISC Project: MacAulay Sports Field Project Date: March 23, 2015 Addendum No: 2

Addendum! Project No: HFX A0 Client Project No: MISC Project: MacAulay Sports Field Project Date: March 23, 2015 Addendum No: 2 Addendum! Project No: HFX-00222868-A0 Client Project No: MISC-14-06 Project: MacAulay Sports Field Project Date: March 23, 2015 Addendum No: 2 The following information supplements and/or supersedes the

More information

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOLLOWING INSTALLATION OF PIPELINES, UTILITIES, AND ASSOCIATED STRUCTURES

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOLLOWING INSTALLATION OF PIPELINES, UTILITIES, AND ASSOCIATED STRUCTURES ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 492 NOVEMBER 2010 CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOLLOWING INSTALLATION OF PIPELINES, UTILITIES, AND ASSOCIATED STRUCTURES TABLE OF

More information

CONTRACT No. NWIT JANUARY 2014

CONTRACT No. NWIT JANUARY 2014 CONTRACT No. NWIT-14-02 JANUARY 2014 2014 Sewer Separation Program 2014 Sewer Separation Program CONTRACT No. NWIT-14-02 January 2014 Name of Contractor: Tender Price including GST: $ (FROM APPENDIX 1

More information

INVITATION TO TENDER SEWERMAIN REHABILITATION MASTER MUNICIPAL CONSTRUCTION DOCUMENTS Platinum Edition UNIT PRICE CONTRACT

INVITATION TO TENDER SEWERMAIN REHABILITATION MASTER MUNICIPAL CONSTRUCTION DOCUMENTS Platinum Edition UNIT PRICE CONTRACT INVITATION TO MASTER MUNICIPAL CONSTRUCTION DOCUMENTS - 2009 Platinum Edition UNIT PRICE CONTRACT June 1 st, 2018 301 St. Ann s Road, Campbell River, B.C. V9W 4C7 Telephone: 250.286.5766; Fax: 250.286.5763

More information

Town of Middleton. Storm Water Outfall Repair & Soil Stabilization. Connaught Avenue. June 20, 2014

Town of Middleton. Storm Water Outfall Repair & Soil Stabilization. Connaught Avenue. June 20, 2014 Town of Middleton Storm Water Outfall Connaught Avenue June 20, 2014 Set No. Town of Middleton Storm Water Outfall OVERVIEW Page 1 Connaught Avenue _ June 20, 2014 OVERVIEW This document is a Supplementary

More information

VARIOUS CAPITAL 2018 TENDER DOCUMENTS ITT NO. E060

VARIOUS CAPITAL 2018 TENDER DOCUMENTS ITT NO. E060 VARIOUS CAPITAL 2018 TENDER DOCUMENTS ITT NO. E060 TABLE OF CONTENTS 1 Invitation to Tender... IT - 1 2 Instructions to Tender (Part I)... IT- Part I - 1-3 3 Agreement Between Owner and Contractor... AGT

More information

RFQ Drainage Ditching and Culvert Replacement

RFQ Drainage Ditching and Culvert Replacement RFQ 2016-26 Drainage Ditching and Culvert Replacement The City of Dawson Creek requests quotes for drainage ditching and replacement of culverts in the area of 7 th Street and 122 nd Avenue. All contract

More information

INVITATION TO TENDER AIRPORT FUEL FACILITY SITE PREPARATION. MASTER MUNICIPAL CONSTRUCTION DOCUMENTS Platinum Edition UNIT PRICE CONTRACT

INVITATION TO TENDER AIRPORT FUEL FACILITY SITE PREPARATION. MASTER MUNICIPAL CONSTRUCTION DOCUMENTS Platinum Edition UNIT PRICE CONTRACT INVITATION TO TENDER 17-05 AIRPORT FUEL FACILITY SITE PREPARATION MASTER MUNICIPAL CONSTRUCTION DOCUMENTS - 2009 Platinum Edition UNIT PRICE CONTRACT January 24 th, 2017 Supply Management 301 St. Ann s

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS (Easement 6 & 11, 4200 block of Versailles Avenue and Belclaire Avenue and the 4300 block of Westway

More information

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF ADDENDUM #1 MARCH 10, 2016 CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project "Central Winds

More information

TENDER WELLCOX ACCESS ROAD ADDENDUM 1

TENDER WELLCOX ACCESS ROAD ADDENDUM 1 TENDER 2336-2019 WELLCOX ACCESS ROAD ADDENDUM 1 This addendum shall be read in conjunction with and considered as an integral part of the Tender Contract 2336-2019. Revisions supersede the information

More information

Sample. Bid Proposal. Not Valid for Use

Sample. Bid Proposal. Not Valid for Use BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions Invitations to Bidders, the undersigned proposes

More information

CORPORATION OF THE CITY OF NEW WESTMINSTER CONTRACT NO. NWIT DITCH INFILL AT WOOD, BOYD AND BOYNE STREETS ADDENDUM NO. 3

CORPORATION OF THE CITY OF NEW WESTMINSTER CONTRACT NO. NWIT DITCH INFILL AT WOOD, BOYD AND BOYNE STREETS ADDENDUM NO. 3 CORPORATION OF THE CITY OF NEW WESTMINSTER CONTRACT NWIT-11-27 DITCH INFILL AT WOOD, BOYD AND BOYNE STREETS ADDENDUM 3 This Addendum shall form part of the Contract No. NWIT-11-27. INVITATION TO TENDER

More information

1. INTRODUCTION 1.1 Contents of Engineering Specifications The Engineering Specifications contains the following sections:

1. INTRODUCTION 1.1 Contents of Engineering Specifications The Engineering Specifications contains the following sections: Schedule H to Bylaw 7452, Subdivision Bylaw Page 1 1. INTRODUCTION 1.1 Contents of Engineering Specifications 1.1.1 The Engineering Specifications contains the following sections: 1. Introduction 2. General

More information

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245 DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and

More information

2014 Sewer CCTV Inspection Program

2014 Sewer CCTV Inspection Program CORPORATION OF THE CITY OF NEW WESTMINSTER CONTRACT No. 2014 Sewer CCTV Inspection Program Title Dwg. No. Pages Table of Contents Invitation to Tenderers INSTRUCTIONS TO TENDERERS: PART I 1 Page 1 Page

More information

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6 SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO. 18-4501 SOLICITATION NO. CO-00198 ADDENDUM 6 (September 10, 2018) To Respondent of Record: This addendum, applicable to work referenced

More information

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 SECTION 00410 BID FORM Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 THIS BID IS SUBMITTED TO: CITY OF LEBANON AUTHORITY 2311 Ridgeview Road Lebanon, Pennsylvania 17042 1.01

More information

CITY OF FARGO SPECIFICATIONS REMOVALS

CITY OF FARGO SPECIFICATIONS REMOVALS REMOVALS PART 1 DESCRIPTION OF WORK The work to be done under this section of the Specifications and the accompanying plans consists of all labor, material, and equipment necessary to perform vegetation

More information

DOCUMENT ADDENDA AND MODIFICATIONS

DOCUMENT ADDENDA AND MODIFICATIONS DOCUMENT ADDENDA AND MODIFICATIONS PART 1 1.1 PROCEDURE GENERAL A. For filing purposes, add Addenda and Modifications to the Contract Documents following this page. Modified June 20, 2017 Addenda and Modifications

More information

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices. SECTION 01220 UNIT PRICES PART 1 GENERAL 1.01 SUMMARY A. This Section specifies administrative and procedural requirements for the unit prices. B. The omission of any unit price description from this Section

More information

CITY OF FARGO SPECIFICATIONS REMOVALS

CITY OF FARGO SPECIFICATIONS REMOVALS REMOVALS PART 1 DESCRIPTION OF WORK The work to be done under this section of the Specifications and the accompanying plans consists of all labor, material, and equipment necessary to perform vegetation

More information

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS Section Page 13-1 GENERAL... 13.1 13-1.01 Preservation of Property... 13.1 13-1.02 Overloading, Pavement Protection & Repair... 13.1 13-2 REMOVING EXISTING

More information

Tender Documents. District of Sechelt. West Porpoise Bay Area A02 Sewer Expansion Phase II Ref No a Phase II. June 2018.

Tender Documents. District of Sechelt. West Porpoise Bay Area A02 Sewer Expansion Phase II Ref No a Phase II. June 2018. Tender Documents District of Sechelt June 2018 West Porpoise Bay Area A02 Sewer Expansion Phase II Ref No. 5331-93a-2017-01-Phase II Set # UNIT TABLE OF CONTENTS PRICE PAGE 1 OF 1 CONTRACT TABLE OF CONTENTS

More information

CREUS Engineering Ltd

CREUS Engineering Ltd Cardena Retaining Wall MASTER MUNICIPAL CONSTRUCTION DOCUMENTS - 2009 UNIT PRICE AND LUMP SUM CONTRACT File No. 16275 April 2017 CREUS Engineering Ltd 610-East Vancouver, 221 Esplanade W, North Vancouver,

More information

PUBLIC WORKS DEPARTMENT GENERAL NOTES

PUBLIC WORKS DEPARTMENT GENERAL NOTES PUBLIC WORKS DEPARTMENT GENERAL NOTES 1. All construction shall be in strict accordance with the standards of the City of Southlake and governed by the North Central Texas Council of Government's Standard

More information

REQUEST FOR SEALED BIDS No

REQUEST FOR SEALED BIDS No REQUEST FOR SEALED BIDS No. 2018-013 Project: Granger Site Development Phase 2 Issued: December 19, 2018 CONTENTS Section 1. Bid Announcement and General Information Section 2. Bid Specifications and Bid

More information

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION CITY OF ALBANY Public Works Department ADDENDUM #1 ST-13-04-2014, MAIN STREET REHABILITATION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and

More information

Invitation to Tender

Invitation to Tender Invitation to Tender CORPORATION OF THE CITY OF NEW WESTMINSTER Tender For: Royal Avenue Overpass Deck Crack Injection Reference No.: NWIT-09-52 The Corporation of the City of New Westminster invites tenders

More information

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1 Department of Public Works Engineering Division November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION ADDENDUM NO. 1 Dear Bidder: The following amendments are hereby made to the subject

More information

Chapter 3: Permit Procedures and Requirements

Chapter 3: Permit Procedures and Requirements Chapter 1: General Provisions 1 1 Short Title 1 2 Jurisdiction 1 3 Amendments and Revisions 1 4 Enforcement Responsibility 1 5 Review Process 1 6 Prior Approval 1 7 Relationship to Other Standards 1 8

More information

CITY OF TACOMA Department of Public Utilities Tacoma Power

CITY OF TACOMA Department of Public Utilities Tacoma Power CITY OF TACOMA Department of Public Utilities Tacoma Power ADDENDUM NO. 1 DATE: August 4, 2017 REVISIONS TO: Request for Bids Specification No. PG17-0130F TPU Eductor Waste Decant Facility NOTICE TO ALL

More information

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS***

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS*** 00005B *** *** BOLD ITALICIZED Item is bound within this specification manual. Regular non-italicized Item is not bound within this specification manual, however item is part of the contract. Contents

More information

REQUEST FOR QUOTATIONS Crushed Gravel

REQUEST FOR QUOTATIONS Crushed Gravel REQUEST FOR QUOTATIONS 2018-06 Crushed Gravel The City of Dawson Creek requests quotations for the supply and delivery of approximately 2000 tonnes of ¾ crushed gravel (1000 tonnes per year for two years)

More information

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE REQUEST FOR BIDS 1. RECEIPT OF BIDS The Town of Freeport will receive sealed Bids, clearly marked and addressed to: Bid for Culvert Replacement Project 2015-1, Freeport Town Engineer, Town Hall, 30 Main

More information

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF ADDENDUM #1 AUGUST 25, 2016 INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project

More information

TOWN OF DIGBY WATERFRONT PROMENADE RENOVATION TENDER NO DIGBY, NOVA SCOTIA APRIL 4, 2016

TOWN OF DIGBY WATERFRONT PROMENADE RENOVATION TENDER NO DIGBY, NOVA SCOTIA APRIL 4, 2016 TOWN OF DIGBY WATERFRONT PROMENADE RENOVATION TENDER NO. 2016-03 DIGBY, NOVA SCOTIA APRIL 4, 2016 SET NO. TOWN OF DIGBY WATERFRONT PREFACE PAGE 1 OVERVIEW This document is a Supplementary Specification

More information

CITY OF ROSEVILLE CONSTRUCTION STANDARDS - CST

CITY OF ROSEVILLE CONSTRUCTION STANDARDS - CST CITY OF ROSEVILLE CONSTRUCTION STANDARDS - CST Abbreviations AB 1-3 Section 11 Purpose and Definitions 11-1 Purpose PD 1 11-2 Construction Practice PD 1 11-3 Definitions PD 1 Section 12 Construction Area

More information

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018 155 Corey Avenue St. Pete Beach, FL 33706-1839 www.stpetebeach.org Addendum 1 Valve & Valve Vault Replacement Issued June 13, 2018 Note that this Addendum does not change the bid due date and time as stated

More information

THE CORPORATION OF THE CITY OF WINDSOR OFFICE OF THE CITY SOLICITOR. Shelby Askin Hager Manager of Purchasing & Risk Management

THE CORPORATION OF THE CITY OF WINDSOR OFFICE OF THE CITY SOLICITOR. Shelby Askin Hager Manager of Purchasing & Risk Management THE CORPORATION OF THE CITY OF WINDSOR OFFICE OF THE CITY SOLICITOR GEORGE WILKKI City Solicitor Shelby Askin Hager Manager of Purchasing & Risk Management (519) 255-6272 TELEPHONE NUMBER ADDENDUM NO.

More information

Amendments to the January 2016 Design Criteria Manual & Supplementary Master Municipal Construction Documents

Amendments to the January 2016 Design Criteria Manual & Supplementary Master Municipal Construction Documents General Figure 2.3.1 16 Revise Revised Figure 2.3.1: New Development Areas where Secondary Suites Apply to include two new areas (#4 and 5). Water 3.3.2 Watermains 31 Add Added wording in Section 3.3.2.3

More information

TELEPHONE: (215) Addendum No. 03

TELEPHONE: (215) Addendum No. 03 THE SCHOOL DISTRICT OF PHILADELPHIA SCHOOL REFORM COMMISSION Office of Capital Programs 440 North Broad Street, 3 rd Floor Suite 371 Philadelphia, PA 19130 TELEPHONE: (215) 400-4730 Addendum No. 03 Subject:

More information

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017 Exterior Alterations and New Office/ Warehouse for All Weather Shelters Northwest Business Park, Building 5, Bay 3 13459-149 Street Edmonton, AB Issued for Tender: Site Visit: Available upon request. Closing

More information

SPECIFICATIONS SCOPE OF WORK

SPECIFICATIONS SCOPE OF WORK SPECIFICATIONS SCOPE OF WORK The intent of this contract is for the supply of all necessary labour, materials, and equipment to install underground traffic signal plant, vehicles detection loops, installation

More information

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project 00900 ADDENDUM #1 Issued to: All Document Holders of Record Date: February 16, 2016 Project: Bayfield Waterline Replacement Project This Addendum forms a part of the Contract described above. The original

More information

The Tender Documents shall be amended and will become part of the Contract Documents.

The Tender Documents shall be amended and will become part of the Contract Documents. Tender No. MET17-103 Mulgrave Park Exterior Upgrades: Repairs to Retaining Walls, Stairs, and Rail ADDENDUM NO. 04 11 October 2017 The Tender Documents shall be amended and will become part of the Contract

More information

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED?????

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED????? SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED????? 102.10 Minimum Rate of Wage Scale Typo. Several paragraphs were repeated. 105.5 Inspection of Work Clarified that the contractor

More information

Application for Right of Way Permit

Application for Right of Way Permit Application for Right of Way Permit The following are the requirements to perform construction in the City right of way. 1. There is an annual Applicant License Fee of $75.00. The license must be obtained

More information

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO.

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. 2017-1 43 SOUTH GRANVILLE WATER AND SEWER AUTHORITY H STREET BY-PASS

More information

Job Order Sewer Repair Services

Job Order Sewer Repair Services Job Order Sewer Repair Services Bid Addendum No. 1 October 10, 2018 All Contractual Requirements as defined within the Contract Documents shall remain in full force to the extent that they are not modified

More information

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS.MUNI 401 NOVEMBER 2015 (Formerly OPSS 401, November 2013) CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING TABLE OF CONTENTS 401.01

More information

INVITATION TO TENDER ITT PS

INVITATION TO TENDER ITT PS FINANCE RISK AND SUPPLY CHAIN MANAGEMENT SUPPLY CHAIN MANAGEMENT INVITATION TO TENDER ITT PS20170704 AMENDMENT NO. 3 1. REVISED TABLE 3 UNIT PRICES The ITT is hereby amended as follows: In Schedule A,

More information

EXCAVATION WORK IN PUBLIC RIGHT-OF-WAY GENERAL NOTES

EXCAVATION WORK IN PUBLIC RIGHT-OF-WAY GENERAL NOTES CITY OF SANTA MONICA Department of Public Works Civil Engineering Division 1685 Main, Room 116 Santa Monica, CA 90401 Tel: (310) 458-2240 or (310) 458-8737 EXCAVATION WORK IN PUBLIC RIGHT-OF-WAY GENERAL

More information

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

1. Meeting minutes from the pre-bid conference are attached for inclusion in the Bid Documents.

1. Meeting minutes from the pre-bid conference are attached for inclusion in the Bid Documents. PROJECT NO. 13-130.03 Splash Pad at Lakeside Park ADDENDUM #4 `` Splash Pad at Lakeside Park Pell City, AL WBA No. 13-130.03 OWNER: City of Pell City 1905 First Ave. North Pell City, AL 35125 ph. (205)338-2244

More information

ADDENDUM NO. 1 APRIL 24, 2017

ADDENDUM NO. 1 APRIL 24, 2017 DERBY DESTINATION DEVELOPMENT PUBLIC PROJECT NO. 1 EAST FREEDOM STREET PUBLIC PROJECT NO. 2 WEST FREEDOM STREET PUBLIC PROJECT NO. 3 WATERLINE IMPROVEMENTS PUBLIC PROJECT NO. 4 SANITARY SEWER IMPROVEMENTS

More information

APPENDIX B STANDARD CONSTRUCTION DRAWING NOTES

APPENDIX B STANDARD CONSTRUCTION DRAWING NOTES APPENDIX B STANDARD CONSTRUCTION DRAWING NOTES B-1 General Notes: SACWSD Standard Construction Drawing Notes 1. No work shall begin on any water or wastewater construction project until the construction

More information

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY: ADDENDUM NO. TO CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID #04-5 August 2, 204 PREPARED BY: SEBAGO TECHNICS, INC. 75 John Roberts Road Suite A South Portland, ME 0406 3036 Addendum

More information

Re: T.4992 Westminster Hwy from Gilley Rd to #23591 Westminster Hwy Road Construction Addendum No. 1

Re: T.4992 Westminster Hwy from Gilley Rd to #23591 Westminster Hwy Road Construction Addendum No. 1 October 9 2013 File: 10-6340-20-P.12202-Vol 01 Finance and Corporate Services Department Finance Division Telephone: 604-276-4218 Fax: 604-276-4162 Attention: To All Tenderers Dear Sir/Madame: Re: T.4992

More information

Construction Specification for General Excavation

Construction Specification for General Excavation Engineering & Construction Services Division Standard Specifications for Road Works TS 2.10 September 2018 for General Excavation Table of Contents TS 2.10.01 SCOPE... 2 TS 2.10.02 REFERENCES... 2 TS 2.10.03

More information

DISTRICT OF HOPE SUPPLEMENTARY SPECIFICATIONS

DISTRICT OF HOPE SUPPLEMENTARY SPECIFICATIONS DISTRICT OF HOPE SUPPLEMENTARY SPECIFICATIONS SUPPLEMENTARY CONSTRUCTION SPECIFICATIONS The District of Hope has adopted the Master Municipal Construction Document and Standard Detail Drawings, printed

More information

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of a Partnership consisting of an Individual doing business as. TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction

More information

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOR UNDERGROUND UTILITIES

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOR UNDERGROUND UTILITIES ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 507 JULY 1991 CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOR UNDERGROUND UTILITIES 507.01 SCOPE 507.02 REFERENCES 507.03 Not Used 507.04 Not Used

More information

ADDENDUM NO. 1. VILLAGE OF VERSAILLES North West Street Extension March 19, 2018

ADDENDUM NO. 1. VILLAGE OF VERSAILLES North West Street Extension March 19, 2018 ADDENDUM NO. 1 VILLAGE OF VERSAILLES North West Street Extension March 19, 2018 To: Planholders From: Mote & Associates, Inc. Phone: (937) 548-7511 214 West Fourth Street Fax: (937) 548-7484 Greenville,

More information

SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances

SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances 2004 Specifications CSJ 1316-01-034 & 0902-48-502 SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances 1. Description. Furnish all materials, equipment, labor and incidentals necessary

More information

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances 2004 Specifications CSJ 2250-01-021, etc SPECIAL SPECIFICATION 5243 Water and Sewer System and Appurtenances 1. Description. This Item governs for the furnishing of all equipment, labor and materials to

More information

It is the CONTRACTORS RESPONSIBILITY to use OSHA approved shoring

It is the CONTRACTORS RESPONSIBILITY to use OSHA approved shoring PERMIT# EXCAVATION/RIGHT OF WAY PERMIT ATE: NOTE: No permit shall be issued \vithout CURRENT Montana Contractors License, Insurance and Bonding on file with the Public Works epartment. It is the CONTRACTORS

More information

[ADD / DELETE / MODIFY FOLLOWING ITEMS AS APPROPRIATE TO THE PROJECT:]

[ADD / DELETE / MODIFY FOLLOWING ITEMS AS APPROPRIATE TO THE PROJECT:] SECTION 14 - REMOVALS 14-1 GENERAL This item shall consist of removing, [salvaging], [abandoning,] [stockpiling] and/or disposing of existing [pavements,] [asphalt-treated bases (ATB),] [cement-treated

More information

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College

More information

April 18, 2018 CONTRACT NO.: TENDER CLOSING DATE: Friday April 27, :00 pm EST

April 18, 2018 CONTRACT NO.: TENDER CLOSING DATE: Friday April 27, :00 pm EST April 18, 2018 CONTRACT NO.: 17003-001 TENDER CLOSING DATE: Friday April 27, 2018 2:00 pm EST TENDER FOR: 7th Avenue Watermain, Storm Sewer, Sanitary Sewer and Road Reconstruction from 12 th Street to

More information

SECTION B1 BITUMINOUS CONCRETE PAVING GENERAL

SECTION B1 BITUMINOUS CONCRETE PAVING GENERAL SECTION B1 BITUMINOUS CONCRETE PAVING GENERAL This section covers the restoration of roadways and sidewalks, in whole or in part, with bituminous concrete paving. WITHIN 4 DAYS OF BACKFILLING IN AREAS

More information

Evanston Avidor Construction Site Management Plan AVIDOR EVANSTON APARTMENT BUILDING Oak Avenue. Evanston, IL 60201

Evanston Avidor Construction Site Management Plan AVIDOR EVANSTON APARTMENT BUILDING Oak Avenue. Evanston, IL 60201 Evanston Avidor Construction Site Management Plan AVIDOR EVANSTON APARTMENT BUILDING 1727 Oak Avenue Evanston, IL 60201 General Contractor Owner Architect Construction Management Plan Phase 1 3 October

More information

North Harris County Regional Water Authority TABLE OF CONTENTS. CONTRACT DOCUMENTS Section No. Title

North Harris County Regional Water Authority TABLE OF CONTENTS. CONTRACT DOCUMENTS Section No. Title TABLE OF CONTENTS CONTRACT DOCUMENTS 00001 Inside Title Page 00003 Table of Contents 00004 List of Drawings 00020 Invitation to Bid 00100 Instructions to Bidders 00300 Bid 00500 Agreement 00610 Construction

More information

Amendment to OPSS 493 (Nov 2015) Construction Specification for Temporary Potable Water Supply Services

Amendment to OPSS 493 (Nov 2015) Construction Specification for Temporary Potable Water Supply Services Engineering & Construction Services Division Standard Specifications for Sewers and Watermains TS 493 September 2017 Amendment to OPSS 493 (Nov 2015) Construction Specification for Temporary Potable Water

More information

Contract Documents 77570

Contract Documents 77570 City of Coquitlam Contract Documents 77570 2017 Bike Lane and Road Improvements File #: 11-5330-20/77570/2 Doc #: 2655477.v1 Table of Contents File #: 11-5330-20/77570/2 Doc #: 2655496.v1 Contract No.

More information

ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017

ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017 FOR ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017 Date Prepared: March 2017 TABLE OF CONTENTS SECTION 1 GENERAL... SP-1 1-1.01 Terms and Definitions... SP-1 SECTION 2 BIDDING... SP-1 2-1.01 General...

More information