CONTRACT DOCUMENTS REF: # ENG

Size: px
Start display at page:

Download "CONTRACT DOCUMENTS REF: # ENG"

Transcription

1 REGIONAL DISTRICT OF NORTH OKANAGAN PRV #24 UPGRADES CONTRACT DOCUMENTS REF: # ENG SET NO. Owner: Contract Administrator: Regional District of North Okanagan TRUE Consulting 9849 Aberdeen Road # Falcon Road Coldstream, BC V1B 2X9 Kamloops, BC V2C 4J2 December

2 REGIONAL DISTRICT OF NORTH OKANAGAN PRV #24 UPGRADES CONTRACT DOCUMENTS CONTENTS The complete Regional District of North Okanagan PRV #24 Upgrades, Unit Price Contract Documents are based on the Master Municipal Construction Documents and consist of the following parts: 1. Documents provided herein: Invitation to Tender Instructions to Tenderers, Part I Form of Tender Appendix 1 - Schedule of Quantities and Prices Appendix 2 - Preliminary Construction Schedule Appendix 3 - Experience of Superintendent Appendix 4 - Comparable Work Experience Appendix 5 Subcontractors Agreement Schedule 1 - Schedule of Contract Documents Schedule 2 - List of Contract Drawings Project Specific Supplementary Specifications - Special Provisions - Electrical Requirements MMCD Supplementary General Conditions Greater Vernon Services, Water System Standards, dated May 2005 Geotechnical Site investigation (Westrek Geotechnical Services Ltd.) Project Design Drawings, per Form of Agreement Schedule 2 2. Standard Documents that are Fully Complete (available in the "MMCD - General Conditions, Specifications and Standard Detail Drawings") Instructions to Tender, Part II General Conditions Schedule Letter Agreement with Referee Flow Chart - Changes and Extra Work Flow Chart - Disputes Resolution Specifications Standard Detail Drawings 3. Supplementary Documents MMCD Supplemental Updates MMCD M:\My Documents\464\ \07 Contract\PRV #24 Upgrades\ Tender-RDNO-PRV 24 Upgrades.docx

3 RDNO PRV #24 UPGRADES INVITATION TO TENDERERS INVITATION TO TENDERERS IT PART I 1 OF 2 AUGUST 2011 Contract: PRV #24 Upgrades Tender Reference No.: The Owner invites tenders for: Regional District of North Okanagan ENG construction of a 20 sq.m. pressure reducing station complete with cast-in-place concrete foundation, precast walls, wood trusses and roof system. supply and installation of all mechanical piping and fittings, control valves, isolation valves and instrumentation. supply and installation of all building electrical, ventilation and plumbing. supply and installation of chlorine residual analyzers. supply and installation of watermains, valves and fittings complete with tie-ins. Contract Documents are available for pick up on or after Monday, December 23, during normal business hours at: TRUE Consulting Falcon Road Kamloops, B.C. V2C 4J2 on payment of a non-refundable amount of $ including GST payable to TRUE Consulting. The Contract Drawings are also available digitally through BC Bid ( and the Regional District s website ( Bidders must register with TRUE to receive Addenda that may be issued during the Tender period. Tenders must be accompanied by the following: (1) A BID BOND, CASH DEPOSIT, CERTIFIED CHEQUE or IRREVOCABLE LETTER OF CLEAN CREDIT in the amount of ten percent (10%) of the Tendered Price. (2) If a Bid Bond is provided, a CONSENT OF SURETY relating to subsequent security arrangements for PERFORMANCE and LABOUR AND MATERIALS PAYMENT GUARANTEES. The Contract Documents are available for viewing at: TRUE Consulting Falcon Road Kamloops, B.C. V2C 4J2

4 RDNO PRV #24 UPGRADES INVITATION TO TENDERERS INVITATION TO TENDERERS IT PART I 2 OF 2 AUGUST 2011 Tenders are scheduled to close at: Tender Closing Time: 2:00 pm local time Tender Closing Date: Thursday, January 16, 2014 Address: Regional District of North Okanagan 9848 Aberdeen Road Coldstream, BC V1B 2K9 Owner Engineer Regional District of North Okanagan TRUE Consulting Phone: (250) Phone: (250) Fax: (250) Fax: (250) Contact: Rod Pleasance, P. Eng. Contact: Doug House, AScT

5 PLANHOLDER REGISTRATION FORM Request for Tender No ENG REGIONAL DISTRICT OF NORTH OKANAGAN PRV #24 Upgrades CLOSING DATE AND TIME: 2:00 PM, Thursday January 16, 2014 For any further information including addendums related to this Request for Tender please complete this form and , fax or hand deliver IMMEDIATELY to: TRUE CONSULTING FALCON ROAD KAMLOOPS, BC V2C 4J2 Attention: Doug House, AScT Fax: Company Name: Address: Contact Person: Contact Telephone: Contact Contact Fax: Only Proponents completing this form will be issued any addendums and/or any additional information regarding this tender. It is the sole responsibility to the Proponent to ensure that the Planholder Registration Form has been received by TRUE Consulting. Signature Date MMCD

6 RDNO PRV #24 UPGRADES 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 MMCD

7 RDNO PRV #24 UPGRADES INSTRUCTIONS TO TENDERERS PART I IT PART I IT (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: Contract: Reference No. Regional District of North Okanagan ( NAME OF OWNER ) PRV #24 UPGRADES ( TITLE OF CONTRACT ) ENG ( OWNER S CONTRACT REFERENCE NO. ) 1.0 Introduction 1.1 These Instructions apply to and govern the preparation of tenders for this Contract. The Contract is generally for the following work: construction of a 20 sq.m. pressure reducing station complete with cast-in-place concrete foundation, precast walls, wood trusses and roof system. supply and installation of all mechanical piping and fittings, control valves, isolation valves and instrumentation. supply and installation of all building electrical, ventilation and plumbing. supply and installation of chlorine residual analyzers. supply and installation of watermains, valves and fittings complete with tie-ins. 1.2 Direct all inquiries regarding the Contract, to: TRUE CONSULTING Doug House, AScT ( NAME AND POSITION OF INDIVIDUAL WHO WILL ANSWER INQUIRIS ) Address: # Falcon Road Kamloops, B.C. V2C 4J2 Phone: Fax: 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 MMCD

8 RDNO PRV #24 UPGRADES INSTRUCTIONS TO TENDERERS PART I IT PART I IT 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 - 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 PRV #24 Upgrades, Tender Reference No: ENG and must be received by the office of: REGIONAL DISTRICT OF NORTH OKANAGAN (TITLE OF POSITION) on or before: Tender Closing Time: 2: 00, p m local time Tender Closing Date: Thursday, January 16, at 4.0 Additional Instructions to Address: Fax: 9848 Aberdeen Road Coldstream, B.C. V1B 2K Late tenders will not be accepted or considered, and will be returned unopened. 4.1 Tender opening will occur publicly at Regional District of North Okanagan, at 2:01 p.m. on Thursday, January 16, MMCD

9 RDNO PRV #24 UPGRADES INSTRUCTIONS TO TENDERERS PART I IT PART I IT Tenderers 4.2 The Greater Vernon Services, Water System Standards, dated May 2005 supersede the requirements and standard drawings of the MMCD. Applicable Greater Vernon Services standard drawings are referenced on the project design drawings. 4.3 Purchase of the Contract Documents is not mandatory to submit a Tender for the project. However, all Bidders must register with TRUE Consulting to receive Addenda that may be issued during the Tender period. Bidders that do not receive or do not acknowledge receipt of Addenda will be disqualified from the Tender process. Adobe PDF copies of the Drawings and Contract Documents are available by . Tenderers using the digital information are advised that neither the Owner nor TRUE Consulting shall be responsible for errors or for problems or inaccuracies incurred by the Tenderer while using these electronic documents. 4.4 A geotechnical report prepared by Westrek Geotechnical Services Ltd. is provided as reference material only and is not a part of the contract. The geotechnical reporting includes recommendations which were provided for design of the works, primarily intended to be used by the Designer. MMCD

10 RDNO PRV #24 UPGRADES 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: Reference No. Regional District of North Okanagan ( NAME OF OWNER ) PRV #24 UPGRADES ( TITLE OF CONTRACT ) ENG ( OWNER S CONTRACT REFERENCE NO. ) 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: none ; ( 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 in accordance with the schedule defined in Appendix 2; and ( WORK DURATION OR DATE ) 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. 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.

11 RDNO PRV #24 UPGRADES FORM OF TENDER FORM OF TENDER PAGE 2 OF 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

12 RDNO PRV #24 UPGRADES 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, Contractor: (FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL) (AUTHORIZED SIGNATORY) (AUTHORIZED SIGNATORY)

13 RDNO APPENDIX 1 PRV #24 Schedule of Quantities and Prices Page 1 of 4 Upgrades 2009 REGIONAL DISTRICT OF NORTH OKANAGAN PRV #24 UPGRADES SCHEDULES OF QUANTITIES: Supply and install the following works in accordance with these Contract Documents and Specifications complete with labour, equipment, materials, compaction, testing, layout, restoration, permits, traffic control, and incidentals. ITEM UNIT OF EST. UNIT TOTAL NO. DESCRIPTION MEASURE. QUANT. PRICE PRICE PART A - SITEWORKS A1.0 Supply and install PVC watermain complete with Class 'B' bedding, Class II backfill compacted to 98% SPD Ø (DR18) C900 m Ø (DR18) C900 m Ø (DR18) C900 m Ø (DR18) C900 m 30 A2.0 Supply and install watermain fittings complete with thrust blocks, tie rods, and joint restraints as shown on design drawings. A2.1 PZ x300 (MJxF) Reducer ea ø Flange x Hub Adapter ea ø (FxFxF) Tee ea ø (FxF) Gate Valve ea ø (FxH) Gate Valve ea x150 (FxF) Reducer ea ø (HxH) 90 Bend ea ø (FxH) 45 Bend ea ø (HxH) 22.5 Bend ea ø (FxH) 22.5 Bend ea ø (FxH) Gate Valve ea ø (ACxC900) Transition Coupling ea. 1 A2.2 PZ ø (HxF) Gate Valve ea x150 (FxFxF) Reducing Tee ea x150 (HxHxF) Reducing Tee ea x150 (FxH) Reducer ea ø (FxH) Gate Valve ea ø (ACxC900) Transition Coupling ea x100 (HxHxF) Reducing Tee ea ø (FxH) Gate Valve ea. 1

14 RDNO APPENDIX 1 PRV #24 Schedule of Quantities and Prices Page 2 of 4 Upgrades 2009 ITEM UNIT OF EST. UNIT TOTAL NO. DESCRIPTION MEASURE. QUANT. PRICE PRICE PART A - SITEWORKS (continued) ø (HxH) 90 Bend ea ø (HxH) Bend ea ø (ACxC900) Transition Coupling ea ø Blowoff Assembly as per Standard Drawing W-08 ea. 1 A2.3 PZ x300 (MJxF) Reducer ea ø (HxHxF) Tee ea x200 (FxFxF) Reducing Tee ea ø Flange x Hub Adapter ea ø (FxF) Gate Valve ea ø (C900xC900) Restraint Coupling ea ø (FxH) Gate Valve ea. 1 A3.0 Construct the following tie-ins to existing watermains (pipe and fittings to be compensated under Items A1.0 and A2.0). 3.1 Construct tie-in to existing 450ø watermain (PZ580) L.S. 3.2 Construct tie-in to existing 150ø watermain (PZ580) L.S. 3.3 Construct tie-in to existing 100ø watermain (PZ534) L.S. 3.4 Construct tie-in to existing 150ø watermains (PZ534) L.S. 3.5 Construct tie-in to existing 450ø watermain (PZ533) L.S. A4.0 Decommission existing PRV #24 station. Includes all required excavation backfill, sand, compaction, fittings, SCH 40 epoxy lined pipe, flanges, bolts, couplings, accessories, and disposal of removed items A5.0 Supply and install floor drain system comprising of 100Ø pvc piping, necessary bends, P-trap, clean-outs, and backwater valve L.S. L.S. A6.0 Locate and tie to existing storm complete with all required fittings L.S. A7.0 Clearing and grubbing of site and stockpiling of top soil, including disposal of all waste material A8.0 Construct site to finished ground elevations including all materials compaction, and watering A9.0 Repair all areas disturbed by construction activities to preconstruction condition or better including replacement of topsoils, seeding, and raking as required A10.0 Supply and install electrical service according to electrical drawings including coordination with BC Hydro L.S. L.S. L.S. L.S. Subtotal Part A - Siteworks

15 RDNO APPENDIX 1 PRV #24 Schedule of Quantities and Prices Page 3 of 4 Upgrades 2009 ITEM UNIT OF EST. UNIT TOTAL NO. DESCRIPTION MEASURE. QUANT. PRICE PRICE PART B - PRV STATION B1.0 Construct cast-in-place concrete building foundation consisting of perimeter footings, foundation walls, concrete floor slab, exterior slab, foundation insulation as well as excavation, base gravel, compaction and backfill B2.0 Supply and install all under slab SCH 40 Stainless Steel pipes complete with thrust blocks B3.0 Construct PRV Station building comprising of insulated precast walls, ceiling plywood, roof trusses, roof system and gutter, concrete sidewalk. Painting of exterior, interior and floor slab surfaces. B4.0 Supply and install all mechanical piping, pressure reducing valves, isolation valves, air valves, fittings, couplings, pressure gauges, pressure transmitters, flowmeter, pipe supports, and dehumidifier. All station piping to be labelled with pipe content, direction arrow and pressure zone. B5.0 Supply and install all plumbing including SCH80 PVC piping, chlorine analyzer with service connection, isolation valves, pressure reducing valves, pressure gauges and fittings as required L.S. L.S. L.S. L.S. L.S. B6.0 Supply and install building appurtenances. 6.1 Exterior access door complete with deadbolt, hardware, door closer and frame. Exterior and interior sides of door to be painted by contractor. L.S. 6.2 Intake louver with insect screen, motorized damper and all related electrical. L.S. 6.3 Exhaust fan complete with combination louver/ gravity damper, variable speed control, disconnect, thermostat control and all related electrical. L.S. 6.4 Hoist, trolley and beam complete with all necessary hardware L.S. B7.0 PRV Station Electrical and Controls 7.1 Supply and install all building electrical including switches distribution panel, lights and electrical outlets, complete with all conduits, cabling and wiring, connections to fans, motorized damper, flowmeter, and transmitters 7.2 Supply and install building unit heaters complete with conduit, cable, wiring and controls. 7.3 Supply and install communications antenna complete with conduit, cable, wiring and controls. L.S. L.S. L.S.

16 RDNO APPENDIX 1 PRV #24 Schedule of Quantities and Prices Page 4 of 4 Upgrades 2009 ITEM UNIT OF EST. UNIT TOTAL NO. DESCRIPTION MEASURE. QUANT. PRICE PRICE PART B - PRV STATION (continued) B8.0 Start-up and commissioning of PRV station and assembly and submission of operation and maintenance manuals (4 copies required). Detailed as-builts drawing set to be provided to the Engineer of Record by contractor. L.S. Subtotal Part B - PRV Station Tender Summary Subtotal Part A - Siteworks Subtotal Part B - PRV Station Subtotal Parts A and B Provisional Contract Sum (Contingency Allowance) $40, Tender Subtotal (Parts A, B and Contingency) G.S.T. (5% of Tender Subtotal) Total Contract Sum PROVISIONAL ITEMS P1.0 Substitute specified Cla-Val pressure reducing valves, strainers, pilots, and position indicators for Singer approved equivalent. (Enter $0.00 if no credit offered to substitue Singer products) Credit M:\My Documents\464\ \07 Contract\PRV #24 Upgrades\SOQ xls

17 RDNO PRV #24 UPGRADES APPENDIX 2 PRELIMINARY CONSTRUCTION SCHEDULE APPENDIX 2 PAGE 1 OF Contract: REGIONAL DISTRICT OF NORTH OKANAGAN PRV #24 UPGRADES ( TITLE OF CONTRACT ) Tender Reference No: ENG See paragraph of the Instructions to Tenderers Part II. Indicate Schedule with bar chart with major item descriptions and time. MILESTONE DATES: Installation of pipework to allow existing PRV Station to be operational Substantial Performance APRIL 15, 2014 JUNE 2, 2014 Mobilization ACTIVITY CONSTRUCTION SCHEDULE Months FEB MAR APR MAY Pressure Reducing Station Siteworks Structure Mechanical Electrical Watermains Watermains - Irrigation Watermains Other Tenderer s Initials

18 RDNO PRV #24 UPGRADES Contract: APPENDIX 3 EXPERIENCE OF SUPERINTENDENT REGIONAL DISTRICT OF NORTH OKANAGAN PRV #24 UPGRADES ( TITLE OF CONTRACT ) APPENDIX 3 PAGE 1 OF Tender Reference No: Name: Experience: Dates: Project Name: Responsibility: ENG See paragraph of the Instructions to Tenderers Part II. References: Dates: Project Name: Responsibility: References: Dates: Project Name: Responsibility: References: Tenderer s Initials

19 RDNO PRV #24 UPGRADES Contract: APPENDIX 4 COMPARABLE WORK EXPERIENCE REGIONAL DISTRICT OF NORTH OKANAGAN PRV #24 UPGRADES ( TITLE OF CONTRACT ) APPENDIX 4 PAGE 1 OF Tender Reference No: ENG See paragraph of the Instructions to Tenderers Part II. PROJECT Owner / Contract OWNER / CONTACT NAME PHONE and FAX WORK DESCRIPTION VALUE ($) Phone ( ) Fax ( ) Owner / Contract Phone ( ) Fax ( ) Owner / Contract Phone ( ) Fax ( ) Owner / Contract Phone ( ) Fax ( ) Owner / Contract Phone ( ) Fax ( ) Tenderer s Initials

20 RDNO PRV #24 UPGRADES Contract: APPENDIX 5 - SUBCONTRACTORS REGIONAL DISTRICT OF NORTH OKANAGAN PRV #24 UPGRADES ( TITLE OF CONTRACT ) APPENDIX 5 PAGE 1 OF Tender Reference No: ENG See paragraph of the Instructions to Tenderers Part II. TENDER ITEM TRADE SUBCONTRACTOR NAME PHONE NUMBER Tenderer s Initials

21 RDNO PRV #24 UPGRADES 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: Reference No. PRV #24 UPGRADES ( TITLE OF CONTRACT ) ENG ( OWNER S CONTRACT REFERENCE NO. ) BETWEEN: The Regional District of North Okanagan ( NAME OF OWNER ) (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 2, 2014 subject to (INSERT DATE OF SUBSTANTIAL PERFORMANCE ) the provisions of the Contract Documents for adjustments to the Contract Time 1.3 Time shall be of the essence of the Contract.

22 RDNO PRV #24 UPGRADES 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.

23 RDNO PRV #24 UPGRADES FORM OF AGREEMENT FORM OF AGREEMENT PAGE 3 OF 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 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: Regional District of North Okanagan 9848 Aberdeen Road Coldstream, B.C. V1B 2K9 Fax: Attention: The Contractor: (250) Rod Pleasance, P. Eng. Fax: Attention: The Contract Administrator: TRUE Consulting # Falcon Road Kamloops, B.C. V2C 4J2 Fax: Attention: (250) Doug House, AScT 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.

24 RDNO PRV #24 UPGRADES FORM OF AGREEMENT FORM OF AGREEMENT PAGE 4 OF 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. 6.4 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: Regional District of North Okanagan (FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL) (AUTHORIZED SIGNATORY) (AUTHORIZED SIGNATORY)

25 RDNO PRV #24 UPGRADES FORM OF AGREEMENT FORM OF AGREEMENT PAGE 5 OF 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, Platinum edition printed All sections of this publication are included in the Contract Documents. 8.1 Agreement, including all Schedules; 8.2 MMCD Supplementary General Conditions; 8.3 General Conditions*; 8.4 Project Specific Supplemental Specifications; 8.5 MMCD Supplemental Updates (available at - MMCD Supplementary Update MMCD Supplementary Update MMCD Supplementary Update MMCD Supplementary Update MMCD Supplementary Update Specifications*; 8.7 Greater Vernon Services, Water System Standards, May 26, 2005; 8.8 Executed Form of Tender, including all Appendices; 8.9 Contract Drawings listed in Schedule 2 to the Agreement - List of Contract Drawings ; 8.10 Instructions to Tenderers - Part I; 8.11 Instructions to Tenderers - Part II*; 8.12 Geotechnical Investigation (Westrek Geotechnical Services Ltd.) 8.13 The following Addenda: ( ADDENDA, IF ANY )

26 RDNO PRV #24 UPGRADES FORM OF AGREEMENT FORM OF AGREEMENT PAGE 6 OF Schedule 2 List of Contract Drawings TITLE DRAWING NO. DATE REVISION NO. REVISION DATE Regional Plan, Location Plan and Drawing List December December 20, 2013 Site Servicing Plan December December 20, 2013 Watermain Sections Watermain Sections Grading Plan and Building Elevations December December 20, December December 20, December December 20, 2013 Mechanical Plan December December 20, 2013 Mechanical Sections and Details Electrical Layout, Panel Schedule, and Single Line December December 20, December December 20, 2013 General Notes S0.1 December December 23, 2013 Specifications S0.2 December December 23, 2013 Foundation Plan, Floor Plan, Exterior Elevations Cross Sections, Details S1.1 December December 23, S2.1 December December 23, 2013

27 MMCD SUPPLEMENTARY GENERAL CONDITIONS

28 RDNO MMCD Page 1 of 2 PRV #24 SUPPLEMENTARY November 2013 UPGRADES GENERAL CONDITIONS 9 VALUATION OF CHANGES AND EXTRA WORK 9.5 Adjustments of Contract Time SGC Add the following clause: No time extensions will be considered for Optional Work, or Changes and Extra Work paid from the Contingency Allowance or other allowance items. The Contractor shall allow for this amount of additional work in the construction schedule. Time extensions will only be approved for Extra Work or Change Order items that are in addition to the Contingency amount and directly affect the critical path of the Construction Schedule. 13 DELAYS 13.9 Liquidated Damages for Late Completion SGC (1) Delete MMCD SGC (1) and replace with the following: (1) 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 is achieved after the Substantial Performance Milestone Date; plus 18 PAYMENT 18.6 Substantial Performance SGC Add the following to : (3) a written statement that acknowledges the Contractor s understanding and agreement with GC 18.9 Waiver of Claims. SGC 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 10 Days after the date of Substantial Performance, unless otherwise agreed by the Contract Administrator. M:\My Documents\464\ \07 Contract\PRV #24 Upgrades\ Project SGC.doc

29 RDNO MMCD Page 2 of 2 PRV #24 SUPPLEMENTARY November 2013 UPGRADES GENERAL CONDITIONS SGC Add the following clause: Determination of Substantial Performance: If the Contractor is unable to complete a portion of the Work because of climatic or other conditions beyond the Contractor s reasonable control, and the Work, or a substantial part of it, is ready for use or is being used for the purpose intended, the uncompleted work may be removed from the calculation for determination of Substantial Performance as outlined in GC SGC Add the following clause: If uncompleted work is removed from the calculation for determination of Substantial Performance as described in , a new date for Substantial Performance and Total Performance for the remaining work will be established by the Contract Administrator in consultation with the Contractor. All Contract provisions for GC 13 Delays and GC 18 Payment shall apply to the remaining work Total Performance SGC Add the following clause: If Total Performance is not achieved on the date as outlined in SGC , the Owner may complete or cause to be complete any and all outstanding deficiencies. All resulting costs incurred by the Owner in completing the Work, including administration and inspection costs, will be deducted from the amounts owing by the Owner to the Contractor. M:\My Documents\464\ \07 Contract\PRV #24 Upgrades\ Project SGC.doc

30 PROJECT SPECIFIC SUPPLEMENTARY SPECIFICATIONS Special Provisions Electrical Requirements 3 pages 11 pages

31 RDNO PRV #24 SPECIAL PROVISIONS Page 1 of 3 UPGRADES November 2013 The Specifications and Standard Detail Drawings for this project are contained in the Master Municipal Construction Documents ( MMCD ) Volume II, 2009 (Platinum Edition), except as specified on the Drawings or in these Contract Documents. 1. Alternative Tenders and Approved Equals Requests for Approved Equals as defined in Item 7.0 of the Instructions to Tenderers Part II, prior to the Tender Closing Date will not be considered. The Contractor is required to submit Tenders based on the products and materials specified. If alternatives are requested by the Contractor, as a means to improve the project, these alternatives may be presented at the Tender Closing Date by means of an Alternate Tender, as described in Item 6.0 of the Instructions to Tenderers Part II. 2. Section Temporary Structures Site Office Delete 1.3.1, no Site Office is required for the Contract Administrator. 3. Section Project Identification Project Signage Delete Project signage is not required. 4. During the installation of all watermains, the Contractor is responsible for swabbing the interior surface of all pipes and fittings with hypochlorite solution. Prior to construction of watermain tie-ins to the distribution system, the Contractor is required to place 2 5g of hypochlorite tablets inside the newly constructed watermain. Once the watermain tie-in is completed, the new main is to be filled with distribution water, then isolated from distribution until flushing is required during commissioning of the Pressure Reducing Station. 5. The Contractor shall obtain approval from the Owner to undertake all watermain tie-ins. Traffic control, barricades, signage and flag persons deemed to be required by the Owner during construction shall be provided by the Contractor. 6. The water supply upgrades involve tie-ins to a primary irrigation supply pipe (450ø DI). This water line is not in service between September 15 th, 2013 and April 15 th, The Contractor shall install all necessary pipework such that the 450ø irrigation line and existing PRV station can be placed into service as of April 15 th, After April 15 th, 2014, the Contractor will be permitted one 24 hour period to shut down the irrigation pipe for the purpose of decommissioning the existing PRV station and placing the new PRV station into service. This shut down must be coordinated with the Owner. 7. The Owner will pay for costs for the services of a British Columbia Land Surveyor to perform staking building corners.

32 RDNO PRV #24 SPECIAL PROVISIONS Page 2 of 3 UPGRADES November Any survey monuments and/or property iron pins damaged or removed by the Contractor by his operations which are deemed to be located outside of the site construction area shall be replaced by the Contractor at his expense. 9. The District will retain the services of an independent testing agency and pay for the testing of trench backfill compaction and concrete strength. The cost of failed tests due to non-compliance of the work with the minimum requirements of materials and workmanship shall be paid for by the Contractor. The costs of extra tests will be calculated by the Engineer, based on the invoices submitted to the District for testing and will be subtracted from the monthly progress payment. 10. Underground watermains, as well as overhead power, telephone and cable TV, exist in the construction area. The locations of some of these utilities are shown on the drawings from various as-built drawings which have been provided by and to the District. The Contractor will be responsible for locating and protecting these utilities at the Contractor s expense. The Contractor will be responsible for any damage that may arise as a result of the Contractor s negligence in failing to locate and protect these utilities. The Contractor is responsible for the coordination of his work with all utility companies as well as with the District of Coldstream. 11. The Contractor will be required to restore the entire project site area prior to issuance of a Final Completion certificate. This work shall include but not be limited to removal of all waste materials and garbage, sign restoration, etc. 12. Contractor shall provide the service of a factory trained technician to thoroughly check and inspect the control valve installations, place the pressure reducing valves in operation, make necessary adjustments and conduct field tests at no extra cost to the Owner. 13. The extent of electrical related works required is indicated on the design drawings and scheduled under this contract. SCADA, programming and controls including supply and installation of the control panel, control cables to mechanical components and instrumentation are by others under a separate contract. The Owner will make the application to BC Hydro and will pay all applicable electrical service fees and construction works to BC Hydro. Under the work of this contract, the Contractor is responsible for ongoing liaison and contact with BC Hydro to ensure that BC Hydro activities relating to the electrical service construction are consistent with the Contractor s work schedule.

33 RDNO PRV #24 SPECIAL PROVISIONS Page 3 of 3 UPGRADES November Equipment and materials specific to this project shall not occupy or encroach upon private property at any time. Damage done to private property by equipment or materials specific to this project shall be repaired by the Contractor to the Owner s satisfaction. Any such work is considered incidental to the contract and no separate item shall be included in the Schedule of Quantities. 15. All water distribution pipes shall be capped or bagged at both ends prior to leaving its place of manufacture. This requirement is intended to minimize possible contamination of the pipe associated with foreign material, vandals, rodents, etc. Pipe caps must remain in place until immediately prior to pipe placement in the trench.

34 ELECTRICAL REQUIREMENTS Section Page 1 of 4 PART 1 GENERAL 1.1 WORK INCLUDED A. Supply and install all wiring, materials, equipment, etc., shown or required unless otherwise specified. Any item or system which is shown, mentioned or reasonably implied on either the drawings or in the specifications shall be considered to be properly and sufficiently specified and shown, and must be provided. Include all labour, equipment, tools, etc., required to complete all installations as intended. Install all equipment according to the method indicated, manufacturer's instructions and according to standard industry practices. B. Refer to the Instructions to Bidders and General Conditions of the Specifications and conform to all requirements. C. During the course of construction and testing, contractor shall report any equipment that fails to operate correctly, is damaged, or is in a condition that will not allow it to last for another 5 years. Contractor must provide, on request, a time and material estimate to repair or replace the faulty equipment. No additional work shall be undertaken without an estimate and approval in writing by the Engineer and the Owner. D. Cables shall be installed as per manufacturer s guidelines. Only proper pulling equipment shall be utilized. Minimum bending radii and cable pulling tension shall not be exceeded. Ducts and cables shall be neatly trained in trenches and shall be adequately supported. Contractor shall decide means and set-up of pulling equipment and direction of pull. Plan to be reviewed with Engineer prior to set-up. E. All test and installation equipment shall be operated safely using the procedures outlined in the manufacturer s operating manual. Only personnel trained and qualified to operate the equipment shall perform this work. F. The contractor shall be responsible for all permits, locates and inspections necessary to successfully perform the work. The contractor will pay for all associated costs of the above and include these costs in his proposal. 1.2 SCOPE OF WORK A. Details regarding materials and installation methods are covered in the accompanying specifications. The drawings included in the package show the general layout of the work and include details regarding the installation. 1.3 RULES, REGULATIONS AND PERMITS A. Provide all work and materials in accordance with the latest editions of the Electrical Safety Code, the Building Code, applicable CSA Standards, the requirements of the Electrical Safety Authority, and all other applicable Municipal and Provincial codes and regulations. Any materials, equipment or installations not meeting all requirements of the appropriate regulatory agencies will not be accepted. It is the Contractor's responsibility to ensure these requirements are met and provide evidence of such. UES Engineering RDNO PRV24 December 2013

35 ELECTRICAL REQUIREMENTS Section Page 2 of 4 B. Obtain and pay for all permits and fees for the execution and inspection of the electrical work. All work shall be provided by qualified journeyman electricians or apprentices holding valid Certificates of Qualification and be supervised by a competent foreman. The contractor shall also be a registered Master Electrician if such is required in the particular municipality where the work is performed. Certificates verifying that the installation and equipment meets all applicable inspections shall be presented to the Engineer. C. The Contractor is obliged to inform the Engineer immediately of any contradiction or omission in the specifications or drawings relating to conformance with the aforementioned codes and standards so that it can be corrected prior to tender closing. Failure to do so will not relieve the Contractor from meeting the intent of paragraph 3.1, A. D. Provide all necessary grounding as required by Electrical Safety Authority regardless of whether it is shown on the drawings. E. All necessary cutting and patching for the electrical work will be provided by the appropriate skilled subtrade with at least 5 years skill-specific experience at the expense of the Contractor. Holes through exterior walls are to be flashed and made weatherproof. Repair any damage caused by the Contractor to existing buildings, equipment, or grounds, etc., to the satisfaction of the Engineer, The Owner. Upon completion of the work, clean all equipment and remove from the site all debris associated with the work of all trades. F. Provide legible signs and barriers on or around all live panels and test equipment during construction and testing to prevent injury or shock. G. Test all equipment and wiring at any time requested by the Engineer as part of the Contract. Provide all meters, materials and qualified personnel required to perform this work. H. The Contractor and all associated subtrades must carry proper and adequate liability insurance to protect all affected parties including the Owner and the Engineer from all claims related to their work for this project. I. Perform all work in such a manner as to cause as little disturbance or inconvenience as possible to the existing operations of the owner. Ensure that all outages are coordinated with the Owner s designated representative. Provide temporary measures (such as electrical power) as may be required from time to time by the Owner or the Engineer. J. Provide all sleeves, inserts, and hangers required for the electrical work. Treat all sleeves or holes piercing acoustical separations for installations of this Division to maintain acoustical rating. All gaps shall be packed with acoustical insulation and sealed at both ends with acoustical caulking. Patch all openings around installations of this section piercing fire or smoke separations with an approved watertight smoke and fire stop sealant such as manufactured by Dow Corning. All penetrations requiring firestops shall be sealed with materials consistent with the required fire rating. K. Plan work well in advance to eliminate delivery and installation difficulties. Co-ordinate work with other trades to prevent conflicts on site. Any additional costs that are borne by the Owner resulting from the Contractor's failure to do so, shall be the responsibility of the Contractor. UES Engineering RDNO PRV24 December 2013

36 ELECTRICAL REQUIREMENTS Section Page 3 of DRAWINGS A. Drawings which accompany these specifications are diagrammatic and show the required distribution, number and locations of the electrical equipment, fixtures, and outlets and indicate suggested circuiting. Where exact building dimensions and details are required, use only job site dimensions. B. Submit shop drawings for all items and equipment to the Engineer for approval prior to ordering of the material. C. Provide a complete set of As-Built drawings to the Engineer, indicating in red ink all deviations and approved changes from the Contract Drawings. 1.5 GUARANTEE A. Provide a written guarantee that covers all materials and installations of all work performed under the contract for this project. The guarantee shall extend for a period of Two Years from the date of final acceptance of the work. 1.6 EQUIPMENT, MATERIALS AND METHODS A. Where there are questions arising from the specifications, the drawings, or the underground plans, it is the responsibility of the Contractor to obtain clarification from the Engineer. Do not proceed in uncertainty. B. All items installed must be CSA approved for the particular application. All work and installations must be acceptable to the equipment manufacturer or system supplier and be approved by Electrical Safety Authority. All materials specified with manufacturer's name, type, etc., are to establish type and quality of materials required and first choice of manufacturer. Equivalent materials by other manufacturers may be used, but only after obtaining approval from the Engineer. Unless otherwise specified used equipment and material shall not be used. C. Generally, mount equipment as close to practical to the location shown on the drawings taking into account site conditions. Ensure all equipment is located in a manner allowing easy access for maintenance, repair, or adjustment. D. The Engineer reserves the right to relocate any outlet, equipment etc., up to 10 feet prior to installation without incurring any extra cost. E. Provide outlet boxes of adequate size and type and approved as required for all wiring devices, light fixtures etc. Provide junction boxes as required and secure all boxes independent of the conduit/wiring system. F. Use only approved conduit and raceways of adequate size to suit type and number of conductors being carried. Every section of conduit or armoured cable shall be adequately secured using approved supports, clamps, and fasteners. All conduit or armoured cable run in finished areas shall be concealed in walls, ceilings, or furring unless otherwise approved by the Engineer. UES Engineering RDNO PRV24 December 2013

37 ELECTRICAL REQUIREMENTS Section Page 4 of 4 G. All conductors used shall be copper. H. Identify all new equipment such as panels, cabinets, starters, contactors, disconnect switches, etc., with Lamicoid plates with ½ high lettering. Label all junction boxes with black marker identifying circuits, panels, and systems. END OF SECTION UES Engineering RDNO PRV24 December 2013

38 CONDUITS Section Page 1 PART 1 GENERAL 1.01 WORK INCLUDED A. Rigid metal conduit and fittings. B. Electrical metallic tubing and fittings. C. Flexible metal conduit and fittings. D. Liquidtight flexible metal conduit and fittings. E. Flexible nonmetallic conduit and fittings. F. Rigid PVC Conduit RELATED WORK A. This Section shall be used in conjunction with the following other specifications and related Contract Documents to establish the total requirements for conduit. 1. Section Basic Electrical Requirements. B. In the event of conflict regarding conduit requirements between this Section and any other section, the provisions of this Section shall govern. PART 2 PRODUCTS 2.01 RIGID METAL CONDUIT AND FITTINGS A. Rigid Steel Conduit: CSA C22.2 No.45-M1981(R1992) B. PVC Externally Coated Conduit: rigid steel conduit with external 20 mil PVC coating and internal phenolic coating over a galvanized surface. C. Fittings and Conduit Bodies: CAN/CSA 22.2 No.18-92; threaded type, material to match conduit ELECTRICAL METALLIC TUBING (EMT) AND FITTINGS A. EMT: CSA 22.2 No.83-M1995 (R1992); galvanized tubing. B. Fittings and Conduit Bodies: CAN/CSA 22.2 No.18-92; steel, set screw type FLEXIBLE METAL CONDUIT AND FITTINGS A. Conduit: CSA 22.1 No (R1992) B. Fittings and Conduit Bodies: CAN/CSA 22.2 No UES Engineering RDNO PRV24 December 2013

39 CONDUITS Section Page LIQUIDTIGHT FLEXIBLE CONDUIT AND FITTINGS A. Conduit: CSA 22.1 No (R1992) Flexible metal conduit with PVC jacket. B. Fittings and Conduit Bodies: CAN/CSA 22.2 No LIQUIDTIGHT NONMETALLIC FLEXIBLE CONDUIT A. Conduit: CSA 22.1 No M1991 Flexible plastic conduit. B. Fittings and Conduit Bodies: CAN/CSA 22.2 No RIGID PVC CONDUIT A. Conduit: CSA 22.1 No M1984 (R1992); Rigid Typoes EB1 and DB2/ES2 PVC Conduit. B. Fittings and Conduit Bodies: CAN/CSA 22.2 No CONDUIT SUPPORTS A. Conduit Clamps, Straps, and Supports: Steel or malleable iron. PART 3 EXECUTION 3.01 CONDUIT SIZING, ARRANGEMENT, AND SUPPORT A. Size conduit for conductor type installed, 3/4 inch minimum size. B. Arrange conduit to maintain headroom and present a neat appearance. C. Route exposed conduit and conduit above accessible ceilings parallel and perpendicular to walls and adjacent piping. D. Maintain minimum 6 inch clearance between conduit and piping. Maintain 12 inch clearance between conduit and heat sources such as flues, steam pipes, and heating appliances. E. Arrange conduit supports to prevent distortion of alignment by wire pulling operations. Fasten conduit using galvanized straps, lay-in adjustable hangers, clevis hangers, or bolted split stamped galvanized hangers. F. Group conduit in parallel runs where practical and use conduit rack constructed of steel channel with conduit straps or clamps. Provide space for 25 percent additional conduit. G. Do not fasten conduit with wire or perforated pipe straps. Remove all wire used for temporary conduit support during construction, before conductors are pulled. UES Engineering RDNO PRV24 December 2013

40 CONDUITS Section Page 3 H. Do not notch structural members for passage of raceways except without prior review of the Engineer. I. Support conduit at distances as defined in the Canadian Electrical Safety Code CONDUIT INSTALLATION A. Cut conduit square using a saw or pipe cutter; de-burr cut ends. B. Bring conduit to the shoulder of fittings and couplings and fasten securely. C. Use conduit hubs [or sealing locknuts] for fastening conduit to cast boxes, and for fastening conduit to sheet metal boxes in damp or wet locations. D. Install no more than the equivalent of three 90 degree bends between pull boxes. E. Use conduit bodies to make sharp changes in direction, as around beams. F. Use hydraulic one-shot conduit bender or factory elbows for bends in conduit larger than 2 inch size. All parallel bends to be concentric. G. Avoid moisture traps where possible; where unavoidable, provide junction box with drain fitting at conduit low point. All conduits to enter from bottom or side, no top entry without Engineer's approval. H. Use suitable conduit caps to protect installed conduit against entrance of dirt and moisture. I. Provide nylon pull string rope secured at each end of each empty conduit, except sleeves and nipples. Identify with tags at each end the origin and destination of each empty conduit. J. Install expansion joints for long runs or where conduit crosses building expansion joints. K. Where conduit penetrates fire-rated walls and floors, seal opening around conduit with CSA listed foamed silicone elastomer compound. L. Route conduit through roof openings for piping and ductwork where possible; otherwise, route through roof jack with pitch pocket. M. Conduit in Slabs Above Grade: Do not route conduits to cross each other in slabs above grade. Locate conduits in center one-third of slabs where possible. O. Concealed, embedded and buried conduits shall emerge at right angles to the surface and have none of the curved portion of the bend exposed CONDUIT INSTALLATION SCHEDULE UES Engineering RDNO PRV24 December 2013

41 CONDUITS Section Page 4 A. Underground Installations More than Five Feet From Foundation Wall: Direct bury Type DB2 PVC duct. B. Installations In or Under Concrete Slab, In Exterior Light Pole Foundations or Underground Within Five Feet of Foundation Wall: Schedule 40 PVC conduit. C. In Slab Above Grade: Rigid steel conduit. D. Exposed Outdoor Locations: Rigid steel conduit. E. Wet Interior Locations: Rigid steel conduit. F. Concealed Dry Interior Locations: Rigid steel conduit. G. Exposed Dry Interior Locations: Rigid steel conduit. H. Corrosive Interior Locations: PVC-coated rigid steel conduit. I. Hazardous (Classified) Locations: Rigid steel conduit. END OF SECTION UES Engineering RDNO PRV24 December 2013

42 WIRE AND CABLE Section Page 1 PART 1 GENERAL 1.01 WORK INCLUDED A. Building wire. B. Cable. C. Wiring connections and terminations RELATED WORK A. This Section shall be used in conjunction with the following other specifications and related Contract Documents to establish the total requirements for wire and cable. 1. Section Basic Electrical Requirements. B. In the event of conflict regarding wire and cable requirements between this Section and any other section, the provisions of this Section shall govern SUBMITTALS A. Submit manufacturer's product data for all cables and conductors furnished under this Section. B. Submittals shall be made in accordance with the provisions of Section 01300, Submittals, and the requirements of this Section. PART 2 PRODUCTS 2.01 BUILDING WIRE A. Thermoplastic-insulated Building Wire: C22.2 No.75-M1983 (R1992) B. Thermoset-insulated Building Wire: C22.2 No C. Feeders and Branch Circuits Larger Than 6 AWG: Copper, stranded conductor, 600 volt insulation, RW90. Underground circuits to be RWU90 XLPE-TR insulation. D. Feeders and Branch Circuits 6 AWG and Smaller: Copper conductor, 600 volt insulation, T90, stranded conductor. E. Control Circuits: Copper, stranded conductor 600 volt insulation, T90 or TEW ARMORED CABLE A. Armored Cable, Size 14 Through 6 AWG: Copper stranded conductor, with CSA certified liquid and vapour-tight solid interlocked aluminum or interlocked galvanized steel armour, 1000V PVC jacketed insulation, rated 90 o C, type TECK90. UES Engineering RDNO PRV24 December 2013

43 WIRE AND CABLE Section Page 2 B. Armored Cable, Size 4 and larger: Copper stranded conductor, with CSA certified liquid and vapour-tight solid interlocked aluminum or interlocked galvanized steel armour, 1000 volt PVC jacketed XLPE insulation, rated 90 o C, type TECK90. C. Armored Cable, Hazardous Areas: Copper stranded conductor, with CSA certified interlocked aluminum or interlocked galvanized steel armour suitable for use in Hazardous Locations (Class 1, Div. 1), 1000V XLPE insulation, fire retardant (FR) and low acid gas (LAG) PVC jacketed, rated 90 o C, type TECK90. Sizes as per drawings. PART 3 EXECUTION 3.01 GENERAL WIRING METHODS A. Use no wire smaller than 12 AWG for power and lighting circuits, no smaller than 14 AWG for control wiring, and no smaller than 16 AWG for fire detection system wiring. B. Place an equal number of conductors for each phase of a circuit in same raceway or cable. C. Splice only in junction or outlet boxes. Control cables shall not be spliced. D. Neatly train and lace wiring inside boxes, equipment, and panelboards. E. Ensure that conductor lengths for parallel circuits are equal. Parallel conductor runs shall be sizes #1/0 AWG or larger, and all of the same conductor size. F. Where connection of cables installed under this section are to be made by others, provide pigtails of adequate length for neat, trained and bundled connections WIRING INSTALLATION IN RACEWAYS A. Pull all conductors into a raceway at the same time. Use CSA-listed wire pulling lubricant for pulling 4 AWG and larger wires. B. Install wire in raceway after interior of building has been physically protected from the weather and all mechanical work likely to injure conductors has been completed. C. Completely and thoroughly swab raceway system before installing conductors CABLE INSTALLATION A. Provide protection for exposed cables where subject to damage. Ensure cables and ducts coming up through the ground are mechanically protected. B. Support cables above accessible ceilings; do not rest on ceiling tiles. Use spring metal clips or to support cables from structure. C. Use suitable cable fittings and connectors. UES Engineering RDNO PRV24 December 2013

44 WIRE AND CABLE Section Page 3 D. Armoured cables bent during installation shall have a curve radius of the inner edge of the bend that is at least 6 times the external diameter of the cable. Bends shall be made without undue distortion of the armour and without injury to its inner or outer surfaces WIRING CONNECTIONS AND TERMINATIONS A. Splice only in accessible junction boxes. Splices in power cables will not be allowed. B. Use compression type connectors for copper wire splices and taps, 6 AWG and larger. Tape uninsulated conductors and connectors with electrical tape to 150 percent of the insulation value of conductor. Use solderless pressure connectors with insulating covers for copper wire splices and taps, 8 AWG and smaller. For 10 AWG and smaller, use insulated spring wire connectors with plastic caps on lighting and receptacle circuits. C. Thoroughly clean wires before installing lugs and connectors. D. Make splices, taps and terminations to carry full ampacity of conductors without perceptible temperature rise. E. Terminate spare conductors with electrical tape. F. Splices below grade are not allowed FIELD QUALITY CONTROL A. Inspect wire and cable for physical damage and proper connection. B. Torque test conductor connections and terminations to manufacturer's recommended values or to Table D6 or D7 in the CEC. C. Perform continuity and insulation tests on all power and equipment branch circuit conductors. Verify proper phasing connections WIRE AND CABLE INSTALLATION SCHEDULE A. As per drawings. END OF SECTION UES Engineering RDNO PRV24 December 2013

45 GEOTECHINICAL REPORTING

46 November 22, Dalhousie Drive, Kamloops, BC V2C 5Z5 Telephone: Regional District of North Okanagan 9848 Aberdeen Road Coldstream, BC V1B 2K9 Attention: Rod Pleasance, PEng Dear Sir, Re: Geotechnical Investigation of PRV Station #24 Coldstream, BC 1 Introduction and Scope As requested by TRUE Consulting (TRUE) on behalf of the Regional District of North Okanagan (RDNO), Westrek Geotechnical Services Ltd. (Westrek) carried out a geotechnical investigation for the proposed Pressure Release Valve (PRV) Station #24 in Coldstream, BC. The purpose of the investigation was to determine the subsurface conditions at the building site and to provide geotechnical engineering recommendations for the design of its foundations and related matters. The proposed scope was provided to TRUE in an electronic message on October 8 th The project was authorized by RDNO via Purchase Order dated October 9 th TRUE provided preliminary drawings G1 dated October 28 th 2013 for reference. The services provided by Westrek are subject to the terms and conditions set out in the Interpretation and Use of Study and Report and Limitations of Liability, which is attached in Appendix A and incorporated herein by reference. This investigation did not include an environmental site assessment to determine if pollutants are present on the property. 2 Site and Project Description The PRV site is located at the east corner of the Highway 6 intersection with North Aberdeen Road and is bordered on the northeast side by Buchannan Road [Figure 1, attached]. The southeast border is fenced private property (Lot 1 Plan B31800). The proposed site is on an abandoned asphalt road that runs roughly parallel to the fence line. The site slopes gently (6%) to the west and is vegetated with grass, fruit trees and shrubs. The existing PRV station consists of a raised gravel pad and is located approximately 8 m to the southwest of the proposed site. Overhead lines, two utility poles and guy lines are in close proximity to the proposed building. Surface water was not observed in the general area Westrek Geotechnical Services Ltd. M:\My Documents\464\ \05 Reports\From Westrek\ Geotechnical Investigation of PRV Station #24 - Westrek File

47 R egional District of N orth Okanagan P age 2 of 5 Geotechnical I nvestigation f or PR V Station #24 N ovember 22, 2013 Regional surficial geology mapping 1 indicates that thin glacio-lacustrine deposits are present at the site. The mapping indicates that other pre-fraser glaciation sediments may underlie these deposits. The new building will be a single storey precast concrete building measuring approximately 3.6 by 6.8 m. The conceptual building layout is shown on the attached Figure 2. Following the field investigation, the site plan was updated to show a future addition area on the west side of the building and a gravel parking lot farther to the west. 3 Methodology Westrek supervised the excavation of one test pit (TP-1) adjacent to the northwest corner of the proposed building on November 5 th The test pit location was constrained by existing development and several underground services in the immediate vicinity, including water lines, a gas line, and telecommunications cables. The test pit location is shown on Figure 2. The test pit was excavated with a John Deere 80C tracked excavator that was equipped with a toothed bucket. Surficial deposits were logged and visually classified by a Westrek representative and bulk samples of the surficial layers obtained for further examination and analysis. Soil density was inferred from observing the excavation progress and from pocket penetrometer readings. The conditions encountered in the test pit are provided on the attached log and are summarized below. The surface elevation of the test pit was surveyed relative to two water line valve covers west and southwest of the test pit location. TRUE reported the valve cover elevations to be and m. The test pit was backfilled and compacted with the excavator bucket before leaving the site. 4 Subsurface Conditions Fill comprised of two separate layers of asphalt and road base were encountered in the test pit to a depth of 0.55 m (elevation m). Each of the road base layers were approximately 0.20 m thick and were comprised of compact gravely sand with trace silt to sand and gravel with trace silt. An old topsoil layer was encountered beneath the fill to a depth of 0.70 m (elevation m). The topsoil consisted of dark brown silt with some sand and trace or organic material. It was damp and had a stiff consistency. Below the topsoil was a very stiff, medium brown silt with trace fine sand that graded with increasing depth into a slightly less stiff, light brown silt with some clay and trace fine sand. The lower zone of the deposit is stratified with 1 to 3 cm thick layers separated by millimetre-scale silt/fine sand partings. This deposit extended to the bottom of the 2.9 m deep test pit (elevation m). No seepage was encountered during excavation of the test pit. 5 Discussion and Recommendations A subsurface investigation is a limited sampling of a site that creates a degree of uncertainty in the results, particularly in areas like this where complex glacial deposits exist. Westrek does not represent or warrant that the reported subsurface conditions are consistent throughout the site and users of this information must recognize that variations may exist. Where subsequent observations indicate the subsurface conditions are different from that described in this report, the user should contact Westrek 1 Fulton, R.J. Quaternary Geology and Geomorphology, Nicola-Vernon Area, British Columbia. Geological Survey of Canada. Memoir 380 (Map 1392A, 1:126,720 scale) Westrek Geotechnical Services Ltd. M:\My Documents\464\ \05 Reports\From Westrek\ Geotechnical Investigation of PRV Station #24 - Westrek File

48 R egional District of N orth Okanagan P age 3 of 5 Geotechnical I nvestigation f or PR V Station #24 N ovember 22, 2013 to review the conclusions and recommendations. This may require additional investigation or lead to additional engineering to meet the project objectives. 5.1 General Geotechnical Considerations The investigation indicated that the site is suitable for the proposed development. A thin layer of fill and buried topsoil was encountered at the test pit location but competent surficial deposits are present at a shallow depth, which will be suitable for supporting the building on conventional strip/spread footings. Groundwater is not expected to be a concern during construction; however, any nearby buried pipe can convey water into excavations following a runoff event. It would also be possible for water to enter the excavation through the old road base structures. If inclement weather is expected, the contractor should have a pump available during foundation construction. Should the excavation become flooded, repair of the foundation soils that become softened or disturbed will be necessary. During excavation of the test-pit, an unknown utility was located approximately 0.5 m below the surface near the north wall of the proposed building. It will likely be encountered during construction of the proposed potable and irrigation lines on the north side of the building. A single stake and ribbon was placed where it was located during the excavation. It is recommended that the function of this underground utility be determined and its orientation within the site located prior to construction. 5.2 Foundation Preparation The uncontrolled fill and old topsoil will not be suitable for supporting the building footings, so it must be removed from beneath the building footprint to expose the underlying silt deposit. If the test pit backfill is encountered during excavation for the proposed building or the future building addition, this should be removed as well. The excavation of uncontrolled fill should be monitored by a geotechnical engineer to ensure the uncontrolled fill is entirely removed, but also to avoid over-excavation. Much of the existing fill on site is expected to be usable as general fill below the floor slab, parking area fill or as service trench backfill. Any deleterious material such as organic material, refuse, cobbles exceeding 100 mm, and saturated or contaminated material must be separated from the excavated fill and disposed of appropriately. Large pieces of asphalt should be broken up prior to use as fill. Suitable material should be stockpiled and protected from weather. The undisturbed surficial deposits have a high silt content, which will soften rapidly if exposed to water. Once the uncontrolled fill is removed and the excavation base is approved by geotechnical personnel, it is suggested that a thin (100 mm) layer of 19 or 25 mm minus crushed gravel be placed on the prepared footing surfaces to protect them during the footing construction process. Alternatively, a skim coat of lean concrete could be used. 5.3 Foundation Design and Construction Footings for heated buildings should be placed at a minimum depth of 1.2 m below grade for adequate frost protection. TRUE indicated that the slab grade will be at an elevation of m. The exterior grade along the east wall is near the slab elevation, but along the west wall it is approximately m. To construct the footing along the west wall on the undisturbed silt deposit, the footing will have to be stepped down or else the exterior grade will have to be raised to achieve adequate frost protection (Figure 3, next page). In the latter case, the footing elevation could be adjusted if it is supported on engineered fill founded on the undisturbed silt deposit. Engineered fill specifications are provided in the following section Westrek Geotechnical Services Ltd. M:\My Documents\464\ \05 Reports\From Westrek\ Geotechnical Investigation of PRV Station #24 - Westrek File

49 R egional District of N orth Okanagan P age 4 of 5 Geotechnical I nvestigation f or PR V Station #24 N ovember 22, 2013 One option is to raise the exterior grade to provide frost protection for the footing. Slab elevation 6% grade beneath proposed building towards the southwest. Second option is to lower the western footings to achieve minimum 1.2 m embedment depth. Minimum 1.2 m embedment depth for frost protection. Figure 3 Options for frost protection of southwest footings. Sketch is not to scale. Footings supported on the undisturbed lacustrine deposits or on engineered fill constructed as specified in section 5.4 can be designed using a allowable bearing pressure of 150 kpa 2, based on a minimum burial depth of 1.2 m and a minimum footing width of 0.4 m for strip footings and 0.6 m for square footings. At the above design pressures and footing widths, total and differential settlement should be limited to less than 25 and 20 mm, respectively. The National Building Code requires building design to consider earthquake loading for a return period of 2% probability of exceedance in 50 years, or 1:2475 per annum. The following data was obtained from Natural Resources Canada for this area. The full data sheet is attached in Appendix B. National Resources Canada Seismic Hazard Data 2% probability of exceedance in 50 years (1:2475 per annum) Sa(0.2) Sa(0.5) Sa(1.0) Sa(2.0) PGA (g) Engineered Fill In the event that engineered fill below the building footings is required, it should consist of a wellgraded granular mineral material. Some of the existing fill material on site may be suitable but its volume and consistency is limited. It would be simpler to import a crushed gravel material comprised of well-graded sand and gravel with less than 15% fines (silt and clay). In areas where engineered fill is to be built up to the footing elevation, the fill pad must extend outside the footing edges a distance equal to its thickness of the fill below the footings. Engineered fill should be placed in thin horizontal lifts compatible with the compaction equipment, which is typically 150 to 300 mm. The engineered fill must be compacted to 98% Standard Proctor maximum dry density (SPMDD) as determined using ASTM D698. For efficient compaction the contractor may have to adjust the moisture content of the engineered fill material to within 2 to 3% of the optimal moisture content as determined by Proctor testing. Avoid over-compaction as this could soften the underlying silty soils. Field density testing is required on each lift to confirm that the compaction specification is being achieved. 2 Using working stress design approach Westrek Geotechnical Services Ltd. M:\My Documents\464\ \05 Reports\From Westrek\ Geotechnical Investigation of PRV Station #24 - Westrek File

50 R egional District of N orth Okanagan P age 5 of 5 Geotechnical I nvestigation f or PR V Station #24 N ovember 22, Fill Below Floor Slab Prior to backfilling the moisture content of the material should be adjusted to within 2 or 3% of its optimum moisture content as defined by the Standard Proctor test [ASTM D698]. Backfill below the floor slab should be placed in 150 to 300 mm horizontal lifts and each lift compacted to 98% SPMDD. If sand and gravel pit run material is imported to the site for this purpose, compaction levels can be reduced to 95% SPMDD. Concrete slabs should be supported on a 200 mm thick base layer comprised of 19 or 25 mm minus crushed gravel. The base course should be compacted to 100% SPMDD. 5.6 Parking Area Due to the presence of fill on site, the entire parking area should be prepared by compaction with a heavy vibratory roller and proof-rolled to detect and soft/loose areas. Any such areas should be investigated and treated. Following preparation, the parking area should be capped with a 150 mm thick layer of clean free-draining sub-base layer containing less than 5% fines, covered by a 100 mm thick layer of 19 or 25 mm minus crushed gravel. These layers should be compacted to 98% SPMDD. 5.7 Construction Review During foundation construction the following geotechnical supervision is recommended. 6 Closure Removal of unsuitable fill from below the building footprint. Excavation of slopes that do not conform to WorkSafe BC regulations. Compaction testing is necessary during placement of engineered fill. Compaction testing is recommended during backfilling below the floor slab including its base. Compaction testing during the backfilling of any service trenches expected to have traffic, including the driveway and parking area is recommended. This report has been prepared for TRUE, RDNO and their agents for the purposes of designing and constructing the foundation for the new PRV building. No other party may rely upon this report without the express written permission of Westrek. If there are any questions please contact the undersigned. Westrek Geotechnical Services Ltd. Jeff Pisio Project Engineer Kevin Turner PEng Senior Geotechnical Engineer Attachments: Figures 1 and 2 Test Pit Log Seismic Hazard Analysis Appendix A - Interpretation and Use of Study and Report and Limitations of Liability Westrek Geotechnical Services Ltd. M:\My Documents\464\ \05 Reports\From Westrek\ Geotechnical Investigation of PRV Station #24 - Westrek File

51 Site Location WINDERMERE LAKE SITE LOCATION MAP Source: Google Earth Image date 2003 Scale: NTS North to top of page. Project: FIGURE 1 M:\My Documents\464\ \05 Reports\From Westrek\ Geotechnical Investigation of PRV Station #24 - Westrek File

52 N Benchmark elevation: m Unknown utility TEST PIT: TP1 Benchmark elevation: m SITE PLAN ABERDEEN PRV STATION 24 Scale: 1:200 FIGURE 2 Source: TRUE Consulting drawing G1 dated October 2013 Project: M:\My Documents\464\ \05 Reports\From Westrek\ Geotechnical Investigation of PRV Station #24 - Westrek File

53 TEST PIT LOG RDNO PRV 24 Geotechnical Coldstream, BC TP-1 Location: PRV 24 site. Between Buchannan Road and Highway 6. Approximate co-ordinates: E N Elevation (survey level): m Site Conditions: Gently sloping, old asphalt road. Dug with: Deere 80C excavator, toothed bucket. Date: November 5, 2013 Logged by: Jeffrey Pisio DEPTH [Elevation] DESCRIPTION SAMPLES & TESTING TEST RESULTS 0.0 to 0.25 m [ m] FILL, asphalt pavement and road base, gravelly sand, trace silt fill; compact; damp; medium brown. asphalt 0 to 0.04 m depth (elev m) 0.25 to 0.55 m [ m] Fill, asphalt pavement and road base, sand and gravel, trace silt fill; compact; damp; dark brown. second, older layer of asphalt from depth of 0.25 to 0.35 m (elev to m) to 0.70 m [ m] OLD TOPSOIL, silt, some sand, trace organics (roots); stiff; damp; dark brown. Bulk sample; 1TP to 2.9 m [ m] WEATHERED SILT, trace sand (fine), very stiff; damp; medium brown. at 1.1 m (elev ) becomes SILT, some clay, trace sand (fine); very stiff; stratified with 1-3 cm thick layers separated by thin (millimetre-scale) silt/fine sand partings; light brown. Pocket penetrometer. Bulk sample; 2TP1, 3TP1 & 4TP1. Pocket penetrometer: +4.5 End of test pit TP-1 at 2.9 m in SILT, some clay, trace sand layer. Backfilled and compacted with excavator bucket. No groundwater was observed during excavation of this test pit. M:\My Documents\464\ \05 Reports\From Westrek\ Geotechnical Investigation of PRV Station #24 - Westrek File

54 Appendix A Interpretation and Use of Study and Report and Limitations 1. STANDARD OF CARE. This study and Report have been prepared in accordance with generally accepted engineering and geoscience practices. No other warranty, expressed or implied, is made. Geological and geotechnical studies and reports do not include environmental consulting unless specifically stated in the report. 2. COMPLETE REPORT. All documents, records, data and files, whether electronic or otherwise, generated as part of this assignment are a part of the Report which is of a summary nature and is not intended to stand alone without reference to the instructions given to us by the Client, communications between us and the Client, and to any other reports, writings, proposals or documents prepared by us for the Client relative to the specific site described herein, all of which constitute the Report. IN ORDER TO UNDERSTAND THE SUGGESTIONS, RECOMMENDATIONS AND OPINIONS EXPRESSED HEREIN, REFERENCE MUST BE MADE TO THE WHOLE OF THE REPORT. WE CANNOT BE RESPONSIBLE FOR USE BY ANY PARTY OF PORTIONS OF THE REPORT WITHOUT REFERENCE TO THE WHOLE REPORT. 3. BASIS OF THE REPORT. The Report has been prepared for the specific site, development, design objectives and purpose that were described to us by the Client. The applicability and reliability of any of the findings, recommendations, suggestions, or opinions expressed in the document are only valid to the extent that there has been no material alteration to or variation from any of the said descriptions provided to us unless we are specifically requested by the Client to review and revise the Report in light of such alteration or variation. 4. USE OF THE REPORT. The information and opinions expressed in the Report, or any document forming the Report, are for the sole benefit of the Client. NO OTHER PARTY MAY USE OR RELY UPON THE REPORT OR ANY PORTION THEREOF WITHOUT OUR WRITTEN CONSENT. WE WILL CONSENT TO ANY REASONABLE REQUEST BY THE CLIENT TO APPROVE THE USE OF THIS REPORT BY OTHER PARTIES AS APPROVED USERS. The contents of the Report remain our copyright property and we authorise only the Client and Approved Users to make copies of the Report only in such quantities as are reasonably necessary for the use of the Report by those parties. The Client and Approved Users may not give, lend, sell or otherwise make the Report or any portion thereof, available to any party without our written permission. Any uses, which a third party makes of the Report, or any portion of the Report, are the sole responsibility of such third parties. Westrek accepts no responsibility for damages suffered by any third party resulting from unauthorised use of the Report. 5. INTERPRETATION OF THE REPORT. (i) Nature and Exactness of Soil and Contaminant Description: Classification and identification of soils, rocks, geological units, and engineering estimates have been based on investigations performed in accordance with the standards set out in Paragraph 1. Classification and identification of these factors are judgmental in nature and even comprehensive sampling and testing programs, implemented with the appropriate equipment by experienced personnel, may fail to locate some conditions. All investigations utilising the standards of Paragraph 1 will involve an inherent risk that some conditions will not be detected and all documents or records summarising such investigations will be based on assumptions of what exists between the actual points sampled. Actual conditions may vary significantly between the points investigated and all persons making use of such documents or records should be aware of, and accept, this risk. Some conditions are subject to change over time and those making use of the Report (ii) (iii) should be aware of this possibility and understand that the Report only presents the conditions at the sampled points at the time of sampling. Where special concerns exist, or the Client has special considerations or requirements, the Client should disclose them so that additional or special investigations may be undertaken which would not otherwise be within the scope of investigations made for the purposes of the Report. Reliance on Provided information: The evaluation and conclusions contained in the Report have been prepared on the basis of conditions in evidence at the time of site inspections and on the basis of information provided to us. We have relied in good faith upon representations, information and instructions provided by the Client and others concerning the site. Accordingly, we cannot accept responsibility for any deficiency, misstatement or inaccuracy contained in the report as a result of misstatements, omissions, misrepresentations or fraudulent acts of persons provided information. To avoid misunderstandings, Westrek should be retained to work with the other design professionals to explain relevant geotechnical findings and to review the adequacy of their plans and specifications relative to engineering issues. Further, Westrek should be retained to provide field reviews during the construction, consistent with generally accepted practices. 6. LIMITATIONS OF LIABILITY. (i) In recognition of the relative risks and benefits of the study and report to be provided to the Client by Westrek, the risks have been allocated such that the Client agrees, to the fullest extent permitted by law, to limit the liability of Westrek, its officers, directors, partners, employees, shareholders, owners, sub-consultants and principals for any and all claims, losses, costs, damages of any nature whatsoever or claims expenses from any cause or causes, whether arising in contract or tort, including legal fees and costs and disbursements, so that the total aggregate liability of Westrek, its officers, directors, partners, employees, shareholders, owners, subconsultants and principals shall not exceed the limits of Westrek s insurance for services rendered for this matter. It is intended that this limitation will apply to any and all liability or cause of action however alleged or arising, unless otherwise prohibited by law. Notwithstanding the foregoing, it is expressly agreed that there shall be no claim whatsoever against Westrek, its officers, directors, partners, employees, shareholders, owners, sub-consultants and principals for loss of income, profit or other consequential damages howsoever arising. (ii) (iii) Westrek is not responsible for any errors, omissions, mistakes or inaccuracies contained in information provided by the Client, including but not limited to the location of underground or buried services, and with respect to such information, Westrek may rely on it without having to verify or test that information. Further, Westrek is not responsible for any errors or omissions committed by persons, consultants or specialists retained directly by the Client and with respect to any information, documents or opinions provided by such persons, consultants or specialists, Westrek may rely on such information, documents or opinions without having to verify or test the same. Notwithstanding the provisions of the Limitations Act, R.S.B.C c. 266, Westrek s liability for any and all claims of the Client shall absolutely cease to exist after a period of two (2) years following the date of: (a) Substantial performance of the services, (b) suspension or abandonment of the agreement to provide the services to be provided under this agreement, or (c) termination of Westrek s services under the agreement, whichever shall occur first, and following such period, the Client shall have no claim whatsoever against Westrek. Page 1 of 1 M:\My Documents\464\ \05 Reports\From Westrek\ Geotechnical Investigation of PRV Station #24 - Westrek File

55 GREATER VERNON SERVICES WATER SYSTEM STANDARDS MAY 2005

56 REGIONAL DISTRICT OF NORTH OKANAGAN BYLAW No A Bylaw to Regulate Greater Vernon Water Utility WatelWorks WHEREAS Section 796 of the Local Government Act authorizes the Regional District Board to operate any service that the Board considers necessary or desirable for all or part of the Regional District; AND WHEREAS the Board has by Bylaw No. 1262, 1994 established the local service of Regional Water Supply; AND WHEREAS the Board operates and maintains the Greater Vernon Water Utility for properties within the Greater Vernon Water Utility Services Area; AND WHEREAS the Board deems it desirable and expedient to regulate the Greater Vernon Water Utility Waterworks; NOW THEREFORE the Board of the Regional District of North Okanagan in open meeting assembled, hereby ENACTS AS FOLLOWS: CITATION 1. This Bylaw may be cited as the "GVWU WatefWorks Regulation Bylaw No. 2063, 2005". GENERAL 2. The regulations contained in Schedule "A" of this bylaw apply to all properties, developments and subdivisions that connect to the Greater Vernon Water Utility's waterworks system. Read a FIRST, SECOND & THIRD TIME this 5th day of July,2005. Reconsidered and ADOPTED this 5th /".' day of e July,2005. /. / j' L:sL.j(J. Corporate Officer

57 GREATER VERNON SERVICES Schedule A forming part of Bylaw No. 2063, that being the GVWU Waterworks Regulation Bylaw No. 2063, 2005 GREATER VERNON SERVICES WATER SYSTEM STANDARDS MAY 2005

58 TABLE OF CONTENTS GREATER VERNON SERVICES TABLE 1.1 Definitions i TABLE 1.2 Abbreviations ii SECTION 1 General Requirements 1 SECTION 2 Design Criteria 3 SECTION 3 Materials 13 SECTION 4 Workmanship 20 SECTION 5 Standard Drawings 27 SCHEDULE A-1 Booster Station Design Guidelines 28 SCHEDULE A-2 Reservoir Design Guidelines 34 SCHEDULE A-3 PRV Design Guidelines 39 SCHEDULE B Approved Standard Materials 42 Page SCHEDULE C DRAWINGS Typical Domestic Service Connection Detail Drawing W-01 Typical Irrigation Service Connection Detail Drawing W-02 Standard Reaction Block Details Drawing W-03 Standard Hydrant Detail Drawing W-04 PRV Station Drawing W-05 PRV Station (Class 2) Plan View Drawing W-06 PRV Station (Class 2) Elevation Drawing W-07 Typical Blow-Off Detail Drawing W-08 Typical Trench Section Drawing W-09 Standard Pipe Bedding Classification Drawing W-10 Watermain Anchors Drawing W-11 Highway Crossing Drawing W-12 U-Bend Detail Drawing W-13 AC Pipe Crossing Drawing W-14 Typical Water Meter Installation in Building Drawing W-15 Typical outdoor Water Meter Pit Drawing W-16 Typical Outdoor Water Meter Box Drawing W-17 Air Valve Chamber Drawing W-18 Valve Box Assembly Drawing W-19

59 GREATER VERNON SERVICES DEFINITIONS Table 1.1 presents a list of definitions that are frequently used throughout this document. Table 1.1 Definitions Key Terms Average Daily Demand Base Demand Converted Area Design Engineer Extended Period Simulation Irrigation Demand Kalamalka Lake System Lifecycle Cost Maximum Day Demand Peak Hour Demand Reclaimed Water System Seasonal Demand Separated Area Thrust Blocking Uplands System Water Age Definition Annual water demand from all sources averaged to a single day (needed to determine water-licensing requirements.) For this report it is defined as the indoor domestic demand component plus leakage. Area where watermain is removed from the Uplands system and connected to the Kalamalka Lake system. Only one watermain exists in the local streets. An Engineer registered as a Professional Engineer (P.Eng.) in British Columbia engaged by a developer to design the proposed water system. Refers to a computer model simulation that recreates the characteristics of the water distribution system over time. Consists of seasonal demands for irrigation or other strictly outdoor uses such as sport fields. Refers to the water supply & distribution systems that originate from Kalamalka Lake. The sum of the Capital cost and the operational cost for a process for a given time frame in present day dollars. The water consumption, in volume, on the highest consumption day in a year. The water demand specified by the utility in this document representing the peak hour use. Treated effluent water system that disposes of water from the Vernon WWTP. Consists of domestic demands that include outdoor summer uses such as lawn watering. Area where new watermain is installed to provide either the irrigation supply or the domestic supply. Typically two watermains are located in the streets. The concrete blocks referred to as thrust blocks are reaction devices used to transfer water main pressure to a wider bearing area of ground. The Uplands System originates in the watersheds of the Shuswap highlands and the plateau primarily serves Duteau Creek. Length of time that water is within the distribution system measured from point of entry where chlorination is introduced. -i-

60 GREATER VERNON SERVICES ABBREVIATIONS A list of abbreviations of terms used throughout this document is included in Table 1.2. Table 1.2 Abbreviations AC Asbestos Cement IHA Interior Health Authority AWWA American Waterworks Association kpa kilopascals (pressure) CDF Controlled Density Fill L litre CSA Canadian Standards Association L/ca/day Litres per capita per day ha Hectare d Day DI Ductile Iron L/s litres per second (flow rate) FUS Fire Underwriters Survey m metres (length) GCDW Guideline for Canadian Drinking Water Quality MMCD Master Municipal Construction Documents GVS Greater Vernon Services PRV Pressure reducing valve GVSC Greater Vernon Services Commission psi pounds per square inch (pressure) GVW Greater Vernon Water PVC Polyvinyl Chloride HAAs Haloacetic Acids SCADA HDPE High density polyethylene (pipe) USEPA HGL Hydraulic grade line (slope of water in m/m) UV Supervisory Control and Data Acquisition US Environmental Protection Agency Ultra-violet IAO Insurers Advisory Organization WWTP Waste Water Treatment Plant RDNO Regional District of North Okanagan -ii-

61 GREATER VERNON SERVICES 1 GENERAL REQUIREMENTS 1.01 Water Distribution to be Constructed by Applicant All new water distribution works in the GVS water service area, waterworks are to be constructed in conformance with the requirements of GVS. This includes all works on public right-of-way and works in common areas within Strata type developments. Where Developments require the construction of a water distribution system, the Developers shall provide a water distribution system, including watermains, valves, hydrants, service connections, pump stations and reservoirs, consistent with the standards and specifications set out in this Section. All standards not specifically described in this document shall be in accordance with the appropriate American Water Works Association (AWWA) standards and good engineering practices, and installed with good workmanship Approval of Engineering Drawings Required Prior to Construction Engineering drawings that show detailed design of the necessary works shall be submitted to GVS for review prior to the commencement of construction. Depending on the level of technical detail, more than one submission may be required. Submissions for booster stations, reservoirs and other more detailed designs require GVS review as set out in this document. The drawings shall show alignment, size and depths of pipe, pressure class and material, pipe bedding requirements, existing ground line, proposed final ground line over the pipe, location and detail of all fittings, valves and hydrants, location of all service connections, details of any pump stations and reservoirs, all easements and all such other details as may be required. The applicant must also submit detailed engineering drawings to the Public Health Engineer of the Interior Health Authority (IHA). The IHA s approval to construct waterworks shall be submitted to the GVS Water Engineer prior to construction of any water system. No construction shall commence until Greater Vernon Services and the Interior Health Authority have approved the engineering drawings

62 GREATER VERNON SERVICES Where a water system is not yet available, rights-of-way may be required to be provided by the Applicant to allow for the eventual installation of this facility. Such rights-of-way shall be registered in favor of RDNO at the Applicant s expense Use of Relevant Industry Design Standards All standards and specifications related to the design and construction of water distribution systems not specifically described in this section shall be in accordance with the latest edition of appropriate AWWA standard, BC Building Code or Fire Underwriters Survey document. Guidelines followed relating to the design and construction of municipal fire protection systems shall be in accordance with the Fire Underwriters Survey Computer Model Aided Design Greater Vernon Services utilizes a computer model for the design and impact of new development on the existing water distribution systems. For developments greater than 10 residential lots, the computer model shall be utilized by the applicant in assessing on site and off site requirements for water system improvements. The current GVS model is available for use. GVS and/or their consultants will verify the results Works on Private Property Works on private property are the responsibility of the property owner and construction inspection and installation will be reviewed as part of the Building/Plumbing inspection Strata Developments Standards for works on strata developments are to follow the standards within this document. To conform with our Cross Connection program, a double check valve is required at the property line to isolate the strata from the water system. The double check valve is typically located in the meter pit or a separate pit. Works that will become part of the GVS system are subject to inspection before, during, and subsequent to construction. Only one water system connection is permitted to a strata development. Loops to interconnect to the GVS distribution system are not permitted, unless approved in writing by the GVS Water Engineer

63 GREATER VERNON SERVICES 2 DESIGN CRITERIA 2.01 Applicable Service Area Design standards for water systems in the GVS service area will vary, depending on geographical location and the availability of water. Two areas are defined as follows: Rural Areas: areas with a housing density equal to or lower than 1 unit per 2 hectares Urban Areas: areas with a housing density higher than 1 unit per 2 hectares Two design conditions exist: 1. Single Water System Areas: For areas such as the Vernon city core area, where only one watermain will be required for installation within the road right of way. The watermain is to provide water for all uses including domestic service, irrigation and fire protection; 2. Separated Water System Areas: Areas where two or three water distribution system mains exist. Developer must design and install both irrigation and domestic service mains. The domestic mains are to provide water for all indoor purposes and in some cases, as specified by GVS, for fire protection. The water will be treated to a high quality standard. The irrigation watermain is to supply water for all outdoor uses and provide water for fire protection; For a location of which design condition applies, GVS will provide direction on the design condition and whether single system or separated system conditions apply Capacity of System and Sizing of Watermains Water distribution systems shall be designed to deliver water in adequate quantities and at adequate pressures for both domestic use under peak consumption conditions, and fire flows. For single system areas, where the distribution system provides both irrigation and domestic water, the capacity must be sufficient to meet the pressure and quantity requirements. Mains shall be sized to carry the greater of the peak hour flow rate or, the maximum day plus fire flow rate

64 GREATER VERNON SERVICES Where dual distribution system exists, the domestic water system must meet instantaneous peak demand. The irrigation system must provide maximum daily demand for all uses other than indoor domestic service, plus fire flow. Mains shall be sized using the Hazen-Williams formula with the friction coefficient C equal to 130 for PVC pipes, equal to 125 for Ductile Iron (DI) pipe, equal to 140 for polyethylene pipe and equal to 150 for Pre-stressed concrete cylinder pressure (PCCP) pipe. The maximum velocity for the peak hourly demand rate shall not exceed 2.0 m/s for pipes with diameter equal or higher than 250mm; for pipes with diameter lower than 250mm the maximum flow velocity under peak hourly demand shall not exceed 2.5 m/s. For fire flow plus the maximum day rate, the maximum velocity shall not exceed 4.0 m/s Water Demand Criteria Population density shall be calculated using 3.0 persons / single family residential unit and 2.0 persons /multi-family unit. For residential areas with an average lot area of 0.2 ha. and smaller, the daily demand criteria for a water system supplying both irrigation and domestic water to residential developments shall be as follows: Average Daily Demand = 700 L/ca/day Maximum Daily Demand = 1,800 L/ca/day Peak Hourly Demand = 1.5 times Maximum Daily Demand For residential areas with an average lot area greater than 0.2 ha, an additional design demand of 0.8 L/s/ha shall be added to the base design water demand. For residential areas with a separate domestic system, the criteria for supplying domestic water to residential developments for all indoor uses shall be as follows: Average Daily Demand = 400 L/ca/day Maximum Daily Demand = 500 L/ca/day Peak Hourly Demand = 2.5 times Maximum Daily Demand For areas other than residential, the demand criteria shall be selected to suit the particular circumstances subject to the approval of GVS. Institutional and commercial flows shall be estimated based on historical records, where available

65 GREATER VERNON SERVICES For commercial areas, an allowance of 28 m 3 /ha.d average flow shall be used in the absence of reliable flow data. For institutional and commercial demands, an assessment of the water using fixtures is necessary and a fixture-unit approach shall be used. Industrial water demands shall be expressed in terms of water requirements per hectare when the type of industry is unknown. Allowances for industrial areas are as follows: Light Industrial Heavy Industrial 35 m 3 /ha.d 55 m 3 /ha.d When the type of industry is known, discussions should be held with representatives of the industry to determine water requirements. Water demand for agriculture and sports fields shall use the maximum daily rate of (0.8 L/s).ha for the property area Fire Demand Criteria Water distribution systems shall also be designed to ensure that fire flow, as required by the Insurers Advisory Organization (IAO), is available for the required duration. Fire flows shall be in accordance with the Fire Underwriters Survey (FUS) as a minimum. The following minimum fire flows must be met for the noted zones under Maximum Day Demand condition, the greater of these two standards will apply. ZONE Single Family Units Low Medium Density Residential Light industrial, Commercial High Density Residential Industrial MINIMUM REQUIRED FIRE FLOW 60 L/s 90 L/s 90 L/s 150 L/s 200 L/s Please note that the flows presented are the flows required in the watermain to which the hydrant is connected. The designer shall provide the flow volume and duration of the design fire flow to GVS for approval prior to final design of the water distribution system

66 GREATER VERNON SERVICES An Engineer sealed FUS calculation flow sheet shall be provided for the proposed development. Format of the calculation sheet should be in accordance with the example Fire Flow Calculation sheet included (at end of document). If the water distribution system is split to provide separate irrigation and domestic service, fire protection must be available from one of the water systems to meet IAO requirements at all times of the year. Fire sprinkler systems shall be allowed, however only where the water system has sufficient size and capacity. The design must provide details for the service pipe, connection size to the watermain and sprinkler system flow and pressure requirements Design Pressures For all new development areas, water systems shall be designed for pressures in the range of 300 kpa, (44 psi) to 900 kpa, (130 psi), with 300 kpa (44 psi) measured under peak hourly conditions and 900 kpa (130 psi) measured under static conditions. The minimum pressure shall be measured or calculated at the main floor building elevation of the highest proposed structure with an allowance made for pressure loss in the service line to the building wall. Building envelopes, with specified main floor elevations, are to be identified as part of the development design for any lots that may be near the service limits for the water system to site structures in serviceable locations. Minimum residual pressure in the water system shall not be less than 140 kpa (20 psi) under maximum day demand plus fire flow conditions or peak hour conditions. Reservoir level shall be assumed at mid point for calculation of minimum pressures and full for calculation of maximum static pressures. Transmission pipes shall be designed for a maximum operating pressure of 1,550 kpa (225 psi) not including hydraulic transient pressures, unless otherwise approved by GVS Minimum Pipe Size The minimum pipe size must be verified by the applicant s engineer, but in all cases must not be less than 150mm diameter. The pipe size may be reduced beyond the last fire hydrant in areas of one directional flow where no future looping of the system will occur

67 GREATER VERNON SERVICES 2.07 Location and Grade of Watermains For renewal works, the standards below shall be followed unless modifications are required due to existing constraints. GVS must approve any deviation from the standards. For new development areas, there shall be a minimum horizontal clearance of one metre [edge to edge] between watermains and any other existing or proposed surface or underground services e.g. power poles, shallow utility boxes, etc. A minimum of three metres horizontal distance on centerline, between a watermain and a sanitary sewer main or storm sewer main, shall be maintained. In special cases such as replacement of existing works where adequate separation cannot be provided the horizontal clearance may be reduced, with the approval of GVS, provided the invert of the watermain is a minimum of 450 mm above the top of the sanitary sewer, pressure class pipe shall be used for the sanitary sewer, and the installation meets any other regulations in place at the time. On side-hill streets, the watermain shall, where possible, be located on the cut side of the centerline of the street in native soils. For dual distribution systems, domestic and irrigation lines must have a 3.0m horizontal separation unless otherwise approved by GVS. Watermains shall be normally designed to follow a straight horizontal alignment between intersections and at a vertical alignment parallel to the road centerline. Curved alignments may be accepted provided that the pipe alignment is at a parallel offset with an established boundary and the radius of curvature is not less than 60 m or the minimum radius of curvature recommended by the pipe manufacturer, whichever is the greater. The design drawings shall indicate where any short pipe lengths are proposed on curves. Watermains shall be designed to minimize high points in the main. Careful grading can eliminate high points. However, where a high point is unavoidable, a hydrant, blow off, or combination air/vacuum release valve shall be installed at that point. Where the watermain network is weak, interconnection or looping of the water system will be required and may necessitate the provision of rights-of-way in favor of the RDNO. No gas main, electric, telephone duct or other utility line shall be installed in the same trench with watermains

68 GREATER VERNON SERVICES Where it is necessary for the watermains to cross other underground services, the crossing shall be made at a horizontal angle greater than 20 degrees and the vertical clearance between services at the crossing point must be in accordance with Interior Health Authority requirements. Vertical clearance shall be not less than 150 mm except in the case of sanitary sewers or storm sewers where the clearance shall not be less than 450 mm between the exterior walls of the pipes, unless approved in writing by GVS. The drawings shall indicate all crossings with other underground services Fire Hydrants Fire hydrants shall be constructed as shown on Standard Drawing W-04. Hydrants shall be plumb and shall have their nozzles parallel with or at right angles to the curb. Hydrants shall be set with ground flange above the ground at the elevation directed by GVS generally at 150 mm above finished grade or curb grade where available. When set in a permanent sidewalk or other solid structure, a suitable expansion joint material shall be placed around the hydrant to allow for movement between hydrant and structure. All hydrants shall be supplied with drains unless otherwise specified by GVS. Sufficient drain rock shall be placed to allow for proper hydrant drainage, generally a minimum of 0.25 cubic metres. In general, fire hydrants shall be located at road intersections and at spacing in accordance with flow requirements based on the Tables in the FUS guidelines or at maximum spacing as follows: Residential Areas High Density and Commercial Rural areas Urban-wildland interface area 150 m 90 m 300 m (or greater if permitted by GVS) 150 m Additional hydrants may be required by GVS at schools, major multiple family developments, commercial or institutional buildings, or other major developments consistent with the latest fire flow requirements of the IAO and the current building code. Additional hydrants shall match the existing fire hydrants whenever possible. The additional hydrants must be selected from an approved product list

69 GREATER VERNON SERVICES Where hydrants are located away from intersections, they should be located on the projection of the property line dividing two lots. In selecting the location of a hydrant, the probable route of the fire truck shall be considered. A hydrant shall not be located within three metres of a utility pole, pad mounted transformer or light standard, within 1.5 metres horizontally of underground service pipes or open ditches, surface or underground features, or within 0.5 metres of the curb line or back of sidewalk unless approved by a GVS Water Engineer. For all new developments, a GVS representative will conduct fire flow test(s) from a typical hydrant(s) in the development area to verify the system fire flow capacity and residual pressure drop. New developments shall utilize one hydrant type for the entire development Blow-Offs Permanent blow-offs, as shown on Standard Drawing W-08, shall be installed at all permanent dead-ends and an adapter will be required for connecting a standard 63 mm fire hose for flushing the main. The design of new developments shall incorporate fire hydrants placed at the end of all dead end mains. Temporary blow-offs (usually a corporation stop) may be installed to facilitate chlorination and flushing of any part of the system. After flushing, the temporary blow off shall be removed as directed by GVS Air Relief Valves Combination acting air and vacuum relief valves shall normally be installed at all high points in the watermain. A design objective for watermains should be to minimize the number of air valves required. All venting should be piped above the high ground water table to avoid a cross connection

70 GREATER VERNON SERVICES 2.11 Line Valves Line valves in residential areas shall be located at a maximum spacing of 300 metres in a continuous line and shall generally be located so that not more than two hydrants or 50 dwelling units will be without water service in the event of a watermain break. In commercial and industrial areas, line valves shall have a maximum spacing of 120 metres and be located so that not more than two hydrants will be out of service during water system repairs. On transmission mains, spacing shall not exceed 500 metres, unless authorized by GVS. Transmission main lines valves may also be reduced in size from that of the main size, as directed by GVS. Line valves located within a road intersection shall be placed along respective property lines. Each tee shall have three line valves; each cross shall have four line valves. Each line valve shall be the same diameter as the pipe on each downstream branch of the tee or cross. A line valve, secured to ensure no movement, is required on mains at the end of proposed development where those mains are to be extended in the future and may also be required on a new pipe line near each point of connection to existing mains. To facilitate operation and maintenance procedures, line valves greater than 450mm diameter require a valve chamber Fittings and Appurtenances Fittings and appurtenances with other than standard hub ends shall be so indicated on plan. Where practical, all fittings shall be located in respect to each other so that flanges or standard pipe lengths can be used to connect them. The centre-to-centre dimension between fittings near each other shall be shown on the final engineering drawing Services A water service (or water services for dual distribution system) shall be installed where required to provide a connection to each lot created by the subdivision and to any other existing or possible future lots. The diameter of water services shall be determined by the Design Engineer subject to review by GVS, but in no case shall the diameter be less than 19 mm. Domestic water services shall be installed in accordance with Standard Drawing W-01 and shall be installed, whenever possible, in a common trench with the sanitary sewer service. On dual

71 GREATER VERNON SERVICES distribution systems, domestic and sanitary sewer shall be installed within a common trench with the irrigation service in a separate trench. Irrigation water services shall be installed in accordance with Standard Drawing W-02. Water services shall be installed utilizing double strap service saddles. No direct taps unless approved by GVS. Where possible, multiple corporation stops must have a minimum spacing of 1.0m. In no case, shall multiple corporation stops be less than 300mm apart. If multiple corporation stops are spaced closer than 1 m apart, they shall be set at varying vertical positions on the watermain. No tappings shall be made at an angle of greater than 30 degrees or less than 10 degrees above the horizontal centerline of the pipe. The curb stop at the end of each service pipe shall be located 1.0 metre on the street side of the property line. Where such location will conflict with other services, the location may be revised with the approval of GVS. The property owner shall not connect to the curb stop. The owner is to connect to the stub section of pipe as shown on Standard Drawing W-01 using an approved coupling. Inspection of the connection will be by GVS Depth of Cover The depth of the watermain shall be sufficient to provide all services with a minimum cover of 1.5 metres to the top of the service anywhere within the right-of-way. Under no circumstance should the minimum depth of cover be less than 1.5 metres unless a special engineered solution is provided to protect the watermains and/or services from the elements and must be approved by GVS. Maximum depth of cover is 2.5 metres unless approved otherwise by GVS Reaction Blocking Reaction blocks shall be provided on watermains at all locations and in the manner as shown on Standard Drawing W-03. Drawings for watermains 300 mm diameter and larger shall show block bearing areas based on soil bearing capacity as determined by the Geotechnical Engineer and the Design Engineer

72 GREATER VERNON SERVICES 2.16 Watermain Anchors For watermains constructed on grades of 20% or greater, watermain anchors shall be provided as shown on Standard Drawing W-11 or alternatively using double bolted Uni-flange style pipe anchorage or locking hub DI pipes as approved by GVS. Design for the restraint system must consider soil erosion potential and upper drainage area above the slope and the stability of the soils and installation. Restraint system should be selected based on meeting both design issues Shallow Bury Installations Shallow buried watermains will only be allowed where there is no practical alternative. Shallow bury installations will only be considered with prior approval by GVS. Specific design details shall be submitted for approval Water Pump Stations See attached Schedule A Water Storage Reservoirs See attached Schedule A Pressure Reducing Stations, Valve Chambers and Vaults See attached Schedule A

73 GREATER VERNON SERVICES 3 MATERIALS 3.01 General This section sets out standards for materials to be supplied during the construction of water supply and distribution infrastructure for GVS. An approved materials list is provided as Schedule B. Generally, pipe for watermains shall be either polyvinyl chloride (PVC) or ductile iron (DI). For design pressures over 130 psi, class 200 PVC shall be used. Hyprescon (concrete cylinder pipe) may be considered for special transmission main applications. However, PVC shall serve as the standard distribution piping unless GVS specifically approves other material. The Master Municipal Construction Document (MMCD) may be used as a materials standards reference. Where conflicts occur with the materials list within this section and the MMCD, this section governs PVC Pipe PVC pipe shall conform with AWWA C and CSA CAN3-B137.3-M86 for watermains mm diameter, and with AWWA C-905 CSA CAN3-B137.3-M86 for mains 350 mm to 600 mm diameter. Joints shall be push-on with integrally thickened bell and spigot ends with formed groove for elastomeric gasket seal conforming to ASTM F477. Pipe shall be pigmented blue for domestic watermain. Irrigation watermain may be white pigment. During storage, plastic bulkhead fittings shall be installed on all pipe ends to prevent accumulations of dirt and rodent entry Ductile Iron Pipe Ductile iron pipe shall conform to American Standard AWWA C151/A All pipes shall conform to AWWA C151 thickness Class 150 unless higher-pressure class is required by design or stipulated by GVS. Pipes shall be cement mortar lined, conforming to AWWA C104. Joint shall be a rubber gasket bell and spigot to AWWA C111 Tyton or approved equal. Ductile iron pipe is acceptable only where existing soils are proven non-corrosive. Mechanical joint Ductile Iron pipe may be allowed if approved by GVS

74 GREATER VERNON SERVICES All DI pipe and fittings shall be polyethylene encased to AWWA C105 Standard, unless otherwise approved by GVS, based upon a comprehensive soil analysis submitted by the applicant, which demonstrates that encasement is not required. During storage, plastic bulkhead fittings shall be installed on all pipe ends to prevent accumulations of dirt and rodent entry. All tyton rubber gasket joints should have a bonding strap cadwelded to each pipe for locating and/or future cathodic protection Pipe Marking All domestic watermain shall be marked with an adhesive backed warning tape stating domestic watermain. Marking to be installed on the top of the watermain for easy future recognition. For pipe installation in non-standard alignments, pipe to be installed with warning tape complete with a traceable wire locator. Pipe backfill to include warning tape for installation 300mm above both irrigation mains and domestic mains. Blue warning tape shall state watermain/domestic above domestic mains. Green warning tape to state Irrigation above irrigation mains All Pipes & Fittings Fittings shall be ductile iron for use with DI or PVC pipes conforming to AWWA C110/A21.10 and shall be designed for a minimum pressure of 1720 KPa (250 psi) unless specified otherwise by GVS. For flanged fittings, all bolts and hardware to be 304 stainless steel. Cast iron fittings with flanged ends to ANSI/AWWA C110/A21.10 for pipe sizes above 100mm. Cement mortar lined to ANSI/AWWA C104.A21.4. PVC fittings can be used for 5 degree bends or less (including long radius sweeps) Transition pipe through Vaults All piping through vaults shall be steel, coated with epoxy, both sides or stainless steel. Transition coupling connection can be either flanged or grooved Buried Valves All valves up to 300mm diameter shall be resilient seat gate valves and shall conform to AWWA C509 iron body, resilient seated valves with non-rising stem, O-ring stem seal, suitable for 1 MPa minimum

75 GREATER VERNON SERVICES Valves shall be equipped with a 50 mm square operating nut and tie-lugs where restraining is required; valves to open counterclockwise. For valves larger than 300mm diameter, butterfly valves to AWWA C504, or appropriate class are to be used unless otherwise required by GVS. In cases when valves utilize a stub-shaft design, the valve stem must be pinned (for safety reasons) to prevent the stem from being forced out by pressure differential. Valves over 350 mm diameter should have a 50 mm diameter bypass with gate valve for opening pressure relief on one side. For water mains 450 mm diameter and larger, the valve size may be reduced one size. Butterfly valves require a bypass valve for pressure relief. Butterfly valves are required to be installed in a concrete chamber with appropriate anchoring and victaulic coupling, or as approved Valve Boxes Valve boxes shall be Nelson type with anchored flanges approximately 100 mm from the top of the box. The valve box shall not transmit shock or strain to the valve and shall be centered and plumb over the nut of the valve. The 150 mm riser pipe must be placed in such a manner as to permit the use of long-handled angle wrenches through the box to tighten packing gland nuts. A 1.5 metre asphalt or concrete radius apron shall be placed around all valves installed on gravel roads and gravel shoulders Hydrants All hydrants shall be complete with mm hose ports and 100 mm Stortz port. Threads shall conform to the British Columbia Fire Hose Thread specifications. Drain outlets shall be provided. Depth of bury shall be a minimum of 1.5 metres. Hydrant extensions shall be installed as required to suit the final boulevard grade. Hydrant lead pipe shall be a minimum of 150 mm diameter. A concrete wing wall shall be installed at hydrants adjacent to road cut slopes. In areas where road ditches exist, a culvert and a 3 metre wide graveled pad shall be provided for foot access to the hydrant. Hydrants should be painted yellow above the ground line if they are installed on the combined or domestic water system. If the hydrant is on the non-potable water system, the hydrants will be painted fuchsia

76 3.10 Service Connection Pipe, Saddles and Joints GREATER VERNON SERVICES All pipe for underground services 50 mm diameter and smaller and under 900 kpa (130 psi) shall be cross-linked polyethylene Blue dye UV coated, conforming to CSA B , ASTM F , Municipex, or Type K annealed copper conforming to ASTM B88M. Class 200 Polyethylene tubing to AWWA C901 is permitted for irrigation services only. Pipe for services greater than 50 mm diameter shall be as specified for the water main pipe. Service connections to PVC pipe shall be made using bronze double strap saddles, with either bronze or stainless steel fasteners tapped for AWWA corporation cock thread. Saddles shall provide full support around the circumference of the pipe and shall provide a minimum bearing width of 50 mm measured along the axis of the pipe. Joint fittings shall be compression type suitable for 1035 kpa (150 psi) working pressure Corporation Stops Corporation stops for 19 mm diameter through 50 mm diameter services shall be ball valve type conforming to AWWA C-800 and rated to withstand 2068 kpa (300 psi) Curb Stop and Service Boxes Curb stops shall be ball valve type rated to withstand 2068 kpa (300 psi) Service Boxes Service boxes shall have stainless steel operating rods and cotter key Air Valves Air valves shall be minimum 25 mm combination air/vacuum release valves as approved by GVS. All air valves must be installed in a 1500mm or larger if required, manhole with 600mm frame and cover Stop and Drain Valves Stop and drains shall be minimum 50 mm ball valve conforming to AWWA C800 and rated to withstand 2068 kpa (300 psi). The Approved Standards Materials List is presented in Schedule B Meters This section under review and development by GVS

77 GREATER VERNON SERVICES 3.17 Concrete All concrete shall conform to the latest edition of CSA CAN3-A23.1 with a minimum 28-day compressive strength of 15 MPa for unshrinkable fill and reaction blocks, and 20 MPa for all other purposes. Concrete slump shall be in the range of 50 mm to 100 mm. Cement shall be Portland cement conforming to CSA:A.5, and shall be normal type unless dictated otherwise by soil conditions. Admixtures shall not be included in the concrete mix without the approval of GVS Blow-Offs Blow-offs shall be installed as shown on Standard Drawing W Reaction Blocking Concrete reaction blocking shall be provided at fittings as shown on Standard Drawing W-03 and on hydrants as shown on Standard Drawing W-04. Concrete shall be placed between undisturbed ground and the fitting to be anchored such that the pipe and the fitting joints are accessible for repair. Bolts on flanged fittings shall be left free. The area of reaction block bearing on pipe and on ground shall be no less than that shown on Standard Drawing W-03. In areas of disturbed ground or soft soils, an engineered joint restraint system is preferred. Pre-cast reaction blocking is not to be utilized for any new construction or for piping diameters greater than 200mm. Pre-cast reaction blocking may be utilized for time-sensitive tie-ins on piping diameters less than 200mm. However, approval from GVS is required prior to installation of pre-cast reaction blocking Joint Restraint All joint restraint shall be manufactured of high strength ductile iron in accordance with ASTM A536. Joint restraints for use on PVC mains must meet ASTM F1674. To prevent joint restraint material corrosion, alternative material selection and/or cathodic protection may be required Trench Backfill Materials Trenches for the purpose of pipe installation shall be excavated to provide a safe environment for the effective installation of piping works

78 GREATER VERNON SERVICES Backfill around and above pipe shall adequately support piping, valves, fittings, manholes, catch basins and any other associated parts as a well as provide adequate support for surface loads likely to be imposed Tracer Wire Tracer wire shall be placed approximately 300 mm above all non-metallic main and service pipes. The tracer wire is to surface at all valves Granular Bedding Material Granular material for pipe bedding shall be clean sand, gravel or crushed rock free from clay lumps, organic and other deleterious material. Gradation shall conform to the gradation limits specified in the MMCD Select Backfill Material Select backfill material must be inspected and verified as acceptable by a geotechnical engineer and shall be the soil obtained from the excavation or other source, free of roots, wood, boulders, cinder, ash or frozen material. The maximum allowable stone shall not exceed 150 mm in its greatest dimension Backfill Material For Pipe Zone Backfill material in the pipe zone shall be the same as that used for granular bedding material Backfill Material Above Pipe Zone 1. Below road surfaces: Backfill material below the pavement structure for trenches in traveled surfaces may be Select Backfill Material. Fill material shall be moisture conditioned to within 3% of its optimum moisture content, as determined by the Standard Proctor test procedure, at the time compaction is undertaken. Where conflicts occur between this specification and the municipal road specification, the municipal road specification will prevail. 2. Below non-road surfaces: Backfill material for trenches in easements or other non-traveled areas may be native material providing it is sufficiently free of frozen soil, roots or other objectionable material so as not to cause undue settlement

79 3.27 Asphalt Concrete For Pavement Restoration GREATER VERNON SERVICES Asphalt concrete for patching trench surfaces shall be hot mix asphalt with a maximum aggregate size of 20 mm produced in an approved plant, conforming to the specifications contained in the applicable service area subdivision bylaw Sand Material This material shall be used as filler in pipe casings. The sand shall be clean, free from clay lumps, organic material and other deleterious material. It may be either crushed or uncrushed pit run sand and shall conform to the gradation limits specified within MMCD standards

80 GREATER VERNON SERVICES 4 WORKMANSHIP Works shall be carried out in accordance with the Master Municipal Construction Documents. Works in the GVS shall meet requirements of the MMCD specifications. Special provisions are as follows: 4.01 Trench Excavation Trenches shall be excavated to suit the cross-section shown on the Standard Drawing W- 09. Open trenches through existing paved surfaces will be allowed only with the prior express consent of GVS. When trenches through existing pavement are allowed, the pavement shall first be saw-cut by mechanical means in straight continuous lines parallel to the trench centreline. The top of the trench at ground level shall be kept to the minimum width consistent with the depth, natural angle of repose of the material and the regulations of the Workers Compensation Board. Excavation for manholes, fittings and other appurtenances, shall be to the lines, which will permit the assembly of these sections. Concrete for bases may be cast against the walls of the excavation, if the soil conditions are suitable. Where an existing structure or underground installation may be affected by the works, it is the responsibility of the Developer to inform GVS of such facility sufficiently in advance that GVS may make an inspection and specify the protective measures to be undertaken. Where an unforeseen or other obstruction is encountered which interferes with the designed alignment or grade, the construction shall cease until such time as GVS approves revised proposals. The attention of the Developer is directed to the provisions of the Workers Compensation Board safety regulations. Approvals cannot be given to installations not inspected because of unsafe working conditions. In rock excavation the depth of compacted bedding material below the pipe shall be a minimum of 150 mm for pipe of 600 mm diameter or less and 250 mm for pipe in excess of 600 mm diameter. This depth shall exist for the full wall-to-wall width of the trench

81 GREATER VERNON SERVICES Where the bottom of any excavation as uncovered is soft and is in the Design Engineer s opinion unfit to support the pipes or structures, a further depth shall be excavated and refilled to the correct shape, grade and elevation as directed by the Design Engineer. When the bottom of a trench is found to consist of unstable material, which, in the opinion of the Design Engineer, cannot be removed and replaced with bedding material, a pile foundation or other structural support in accordance with plans prepared by the Design Engineer shall be constructed. In areas of clay or other impermeable soils, where over-excavation of the trench subgrade is required, the over-excavation shall continue to a point where pending of water in the trench bottom will be avoided. Open cut trenches shall be sheeted and braced as required by the Workers Compensation Act, as may be necessary to protect life, property, or the work, unless the trench excavation is sufficiently wide at the top to be naturally stable. When close sheeting is required, it shall be driven so as to prevent the soil from entering the trench either from below or through such sheeting. A minimum distance of 150 mm from the closest point of the pipe to the sheeting shall be maintained. When possible, vertical trench timber or sheeting shall be placed so that it does not extend below the level of the bottom of the excavation. Sheeting driven below the pipe grade shall not be removed unless the sheeting can be removed without causing settlement or lateral displacement of the pipe. Sheeting thus left in shall be cut off 100 mm above the top of the pipe. Unless otherwise indicated in the drawings or specifications, or unless approval to leave it in place is received from GVS, trench sheeting and bracing shall be removed when backfilling has been completed or has reached a level, which will permit its safe removal without causing injury to persons or damage to the works. Particular caution will be taken to ensure that pipe bedding is not disturbed such that settlement of the pipe results. When sheeting and bracing is left in place, it shall be cut such that no sheeting remains closer than 1 metre to the established sub-base road grade or the existing ground surface, whichever is the lower. Timber supports or sheeting shall be left in place when its removal would endanger adjacent structures or result in a shifting of pipe bedding material and a displacement of the pipe. GVS

82 GREATER VERNON SERVICES may require the pipe to be bedded in concrete (Class A Bedding) when, in his opinion, the removal of sheeting would disturb the pipe bedding Bedding Class The quality of the bedding shall be so selected such that the installation will adequately support the loads to be placed on it during construction and in operation. For PVC pipe, the calculations shall follow the methods outlined in the latest edition of the Uni- Bell Plastic Pipe Association publication Handbook of PVC Pipe - Design and Construction. For ductile iron pipe, the calculations shall follow the method shown in the latest edition of CSA B For all pipe, minimum Class B bedding, as defined by Standard Drawing W-10, is required. Pipe class and bedding class must be identified on all engineering drawings Pipe Installation Works shall be carried out in accordance with the Master Municipal Construction Document and shall meet requirements of the MMCD specifications. The grade of every pipe length shall be checked before the pipe is backfilled. Any part of the trench excavated below grade shall be regraded with approved material thoroughly compacted. All pipe must be laid to the design lines and grades within the following tolerances: horizontal and/or vertical deviation from the approved alignment shall not exceed 60 mm; the rate of deviation shall not exceed 40 mm in 10 metres Backfill in Pipe Zone Works shall be carried out in accordance with the Master Municipal Construction Documents. Works shall meet requirements of the MMCD specifications. Special provisions are as follows: The pipe zone is considered as being the depth of trench between the trench bottom and a level 300 mm above the top of the pipe. Backfill from 50 mm above the springline of the pipe to the top of the pipe zone cover shall be with the same material as used for pipe bedding material. The pipe zone backfill shall be hand placed and thoroughly compacted to a density of 95% Standard Proctor Density in layers not

83 GREATER VERNON SERVICES exceeding 150 mm using hand tampers around the pipe to spring line. Mechanical means to compact the layers are to be used below and above the pipe zone Backfill Above Pipe Zone in Road Areas Works shall be carried out in accordance with the Master Municipal Construction Documents. Works in the GVS shall meet requirements of the MMCD specifications. Special provisions are as follows: The water content of the material shall be controlled to achieve the required density. When the natural water content of the material is less than the required value, water shall be added during the placing of the fill materials. When the water content of the material is greater than the required value, all compaction and placement operations shall cease and the material removed and new material used Backfill Above Pipe Zone in Non-Road Areas Works shall be carried out in accordance with the Master Municipal Construction Documents. Works shall meet requirements of the MMCD specifications Temporary Water Temporary water can be provided during local construction either from a hydrant or a home service, but only after approval of GVS, which will install a backflow preventor and meter. Unauthorized use of water from hydrants or services is otherwise considered theft and subject to prosecution Flushing Flushing of the pipeline shall be performed on all installed piping according to AWWA Standard C605. Special provisions are as follows: The pipe shall be cleaned of dirt and other foreign materials. The pipe shall be flushed at minimum water velocities of 1 m/s. Flushing time shall be at least five times the time required to travel the entire main at the flush velocity. Flushing shall continue for the required time, or until 10 minutes after the discharged flushing water turbidity is consistent, whichever is greater. If the discharge water is to be released into a watercourse, storm drain, or body of water, then it shall be treated to reduce the concentration of Total Residule Chlorine (TRC) below the levels established by the Government of British Columbia Ambiant Water Quality Criteria for Chlorine

84 GREATER VERNON SERVICES At no time shall water from the GVS community water system be released into the environment with a TRC concentration greater than 0.1 mg/l. Under normal operating conditions, the concentration of TRC in GVS drinking water is typically within the range of 3.0 mg/l to 0.2 mg/l Leakage Tests Following final trench backfilling and flushing, leakage tests shall be performed on all installed piping according to MMCD and AWWA Standard C600. Tests shall be conducted in the presence of GVS with a 2 working day notice provided to GVS in advance of the test. A leakage test shall be conducted after all mains and service connections have been completely installed and backfilled. The Developer shall furnish all necessary apparatus, test water and labour to conduct test. Leakage tests shall be not performed in accordance to MMCD specifications. Leakage test shall not be performed against a valve in the existing water distribution system. The section to be tested shall be filled with water and all air expelled from the piping. It is recommended that the test section be filled with water for at least 24 hours prior to testing. By pumping water into the test section, the pressure within the piping shall be increased to the pressure rating of the main (usually 1050 kpa or 1 ½ times the operating pressure), whichever is greater. This pressure shall be maintained constantly in the pipe throughout the duration of the test by the addition of make-up water. The duration of the test shall be a minimum of 2 hours. Hydrant leads shall be shut off at the hydrant such that the hydrant is placed under test. The quantity of water pumped into the test section to maintain the specified pressure over the period of the test shall be considered to be the leakage. Watermains will not be accepted until the leakage is less than the maximum allowable leakage, which shall be calculated by the following formula: Where: SD P L = 715,317 L = the allowable leakage in L/hr S = the length the test section, in metres D = the nominal diameter of the pipe in mm P = the average test pressure during the leakage test in kpa Should any test disclose leakage greater than that specified above, the source of the leakage shall be located and the defect repaired or the necessary replacement made and the section reflushed, and then retested until a satisfactory test is obtained. All repairs to the work shall be made with

85 GREATER VERNON SERVICES new material equivalent to that requiring repair or replacement. The use of repair and maintenance aids, such as clamps will not be permitted. Leakage tests shall be carried out between valved sections of the installation such that every valve in the system is tested for leakage in the shut-off position Disinfection Works shall be carried out in accordance with the Master Municipal Construction Documents. Works in the GVS shall meet requirements of the MMCD specifications and AWWA Standard C651. Special provisions are as follows: No pills, powders or solids shall be placed in the main during installation or for chlorination purposes. Chlorination shall be applied by the continuous feed method. The chlorine solution shall be injected at a measured rate such as to fill the main with a minimum 50 mg/l available chlorine solution. All appurtenances shall be operated in this solution to disinfect them. All measures shall be taken to prevent the disinfectant solution from flowing into existing water supply system. The disinfecting solution shall remain in the main for 24 hours and shall have residual greater than 25.0 mg/l at the end of that period. Following disinfection of lines to the required standard, the line shall have a final flushing to completely purge all disinfecting solution. If the discharge water is to be released into a watercourse, storm drain, or body of water, then it shall be treated to reduce the concentration of Total Residule Chlorine (TRC) below the levels established by the Government of British Columbia Ambiant Water Quality Criteria for Chlorine. At no time shall water from the GVS community water system be released into the environment with a TRC concentration greater than 0.1 mg/l Bacteriology Prior to acceptance of the domestic water system, the developer shall submit samples of disinfected water to a certified testing laboratory for verification of disinfection and a log of all test results and disinfection procedures shall be submitted as a portion of the water system completion report, to GVS. A GVS inspector shall be present and witness the water sampling. The sample bottle shall be sealed and the GVS inspector shall sign the sample bottle container. After acceptable lab results have been received, the entire piping system shall be thoroughly flushed, filled with water and left in a condition ready for use

86 GREATER VERNON SERVICES 4.12 Compaction Tests Compaction testing of all trench backfill works shall be performed at the expense of the Developer. Frequency of compaction testing for trench backfill shall be one test per lift per 100 lineal metres of trench or as otherwise specified by the Design Engineer on the detailed design drawings. Copies of all trench backfill compaction test reports shall be bound within the certification report for presentation to GVS on completion of the works. The Developer shall retain the services of an independent materials testing firm to carry out comprehensive testing of all materials. Control tests shall include material sieve testing and laboratory density testing. One sample per 100 lineal metres is required. Projects greater than 500 lineal metres will require a quality assurance/quality control (QA/QC) program to be developed by the design engineer. The design engineer shall review all tests and provide approval for use in the works

87 GREATER VERNON SERVICES 5.0 STANDARD DRAWINGS Greater Vernon Services standard drawings are included as Schedule C. Drawing No. Drawing Description W-01 Typical domestic service connection detail W-02 Typical Irrigation service connection detail W-03 Standard reaction block detail W-04 Standard hydrant detail W-05 PRV Station (Class 2) W-06 PRV Station (Class 1). Plan View W-07 PRV Station (Class 1). Elevation W-08 Typical blow-off detail W-09 Typical trench section W-10 Standard pipe bedding classification W-11 Watermain anchors W-12 Highway/Railway Crossing W-13 U-Bend detail W-14 AC Pipe Crossing W-15 Typical Water Meter Installation in Building W-16 Typical Outdoor Water Meter Pit W-17 Typical Outdoor Water Meter Box W-18 Air Valve Chamber W-19 Valve Box Assembly

88 GREATER VERNON SERVICES Read a FIRST and SECOND TIME this day of, Read a THIRD TIME this day of, Reconsidered and ADOPTED this day of, Chair Corporate Officer

89 GREATER VERNON SERVICES SCHEDULE A - 1: BOOSTER STATION DESIGN GUIDELINES 1. GENERAL 1.1 General.1 This section presents design guidelines for booster stations installed within GVS water service area..2 Where the water utility infrastructure crosses private lands, the infrastructure must be located on legally designated right-of-way in favor of Regional District of North Okanagan. Minimum right-of-way width to be 6.0 metres for buried pipe access..3 Right of ways are required for routes for watermain and road access to the booster station site..4 Location of building from Property lines or Right of Way boundary to exceed the minimum zoning requirement setback of the local municipal authority. 1.2 Pre-Design/Design Requirements/Documentation.1 The Developer must retain a Professional Engineer to design and certify the works. The engineer is to submit a Pre-design Report listing service area, booster station location, serviced number of lots and expected future development lots/units in this booster station service pressure zone(s) for the development property and all adjacent lands which could utilize this system..2 For booster stations with more than 300 hp capacity (total of all pumps) a transient surge analysis shall be conducted. The analysis should determine how the pump station could create or be subjected to pressure surges in the water system..3 The Pre-Design Report to be acceptable to GVS prior to proceeding with Detailed Design..4 Interior Health Authority Approval is to be obtained from the Public Health Engineer. A copy of the Approval is to be provided to GVS prior to construction..5 Design drawings for submission; keyplan, floor layout, piping schematic and electrical diagrams plus specifications..6 Prior to construction, applicant to provide 3 sets of mechanical and electrical shop drawings to GVS for review. Design calculations to be included with submission..7 Consideration and demonstration of energy efficient design throughout. 1.3 Booster Station Capacity.1 In general, pump stations with balancing reservoirs shall be designed to meet maximum daily demand and fire storage requirements with the largest pump out of service

90 GREATER VERNON SERVICES Peak hour demand should be made up by on-line storage. If storage is not on-line, the pump station must meet peak hour demand with the largest pump out of service..2 Emergency pumping capability complete with standby power must be available if a sufficiently sized storage reservoir is not on-line. 1.4 Booster Station Building.1 Station building is to be aesthetically pleasing and if not in-ground, it is to match the existing development aesthetics in the area. Split face concrete block, or approved alternate acceptable building type..2 All exterior split face block type finishes to have graffiti proof wax coating..3 Booster station building is to have ventilation and heating to meet current BC Building Code for building classification..4 Floors and earth retaining walls are to be reinforced concrete..5 Entrance to booster station building is to be at grade. Door size is to allow the largest pieces of equipment to be removed and replaced without impedance. Lifting beams and hoists are required where there are heavy components installed..6 Provide floor drains..7 Address and pump station number signage to be provided on building exterior. Style and finish to match other Greater Vernon Services water facilities, or as approved..8 Building is to have exterior lights..9 Removable insulated winter covers on all louvers..10 All exterior doors must be connected to the alarm system, connected to the PLC..11 All exterior doors to be vandal resistant with lock set in accordance to operator s standard keying and security protocol..12 Wall mounted fire extinguisher to be mounted in the room..13 Interior paint is to be light shade approved by GVS..14 For total connected load of over 75hp, separate control room required for pump station controls with window to pump room..15 Pedestal/desk is to be provided for O & M manuals and drawings. Locate in control room if applicable..16 Room is to be well lit with halogen incandescent lighting, and emergency lighting..17 Separate room required if chlorination required at the pump station..18 Pumps, piping, flanges and equipment to have minimum clearances of 700mm one side, 300mm opposite side and 1000mm from rotary equipment. Additional clearance may be required for as directed by GVS..19 Piping shall include sufficient unions, or similar devices to provide easy removal of all equipment. Victaulic couplings are preferred on pipes 50mm and over and at least one Victaulic coupling is required on all runs

91 GREATER VERNON SERVICES.20 All pipe painted and labeled complete with directional arrows. Coat all interior piping to AWWA Standards: Inlet piping: Mid Blue Outlet piping: Dark Green Drain piping: Gull Grey 1.5 Booster Station Controls.1 Pumps to start and stop separately. Stop and start sequence to be controlled by reservoir levels. Pumps to be supplied with lead, lag auto three position selector switch..2 Pumps to have soft-start starters, VFDs, or pump control valves as directed by GVS..3 Low pressure (discharge) override start plus alarm..4 Alarm acknowledge button..5 All PLC systems are to be designed and implemented with Control Microsystems ScadaPac PLC/RTU equipment, or as directed by GVS..6 Low pressure / no flow (suction) override stop..7 High water override start plus alarm..8 High pressure (discharge) override stop..9 All equipment alarms and status points are to be visible at the station and connected to the GVS Water SCADA System..10 Alarm by-pass switch to be provided within station complete with flashing panel light..11 Duplicate control cables to be installed between booster station and reservoir if distance is less than 300 metres. Each cable is to be one continuous piece and no splicing of the cable will be allowed..12 For distances greater than 300m, level signal by spread spectrum or UHF radio as directed by GVS..13 Human Machine Interface (HMI) to be provided at station..14 Control valves required to minimize surges. 1.6 Booster Station Instrumentation.1 Programming will be carried out by GVS selected programmer at Developer s cost..2 Telemetry controls and equipment to be developed with consultation from GVS and their advisor on instrumentation works..3 Power factor correction as required..4 Hour meters and ammeters to record running time on each pump installed..5 Minimum instrumentation is to include magnetic flow meter, reservoir level, suction pressure, discharge pressure and building temperature. Provide disinfection residual as requested by GVS

92 GREATER VERNON SERVICES.6 Provide approved UPS for PLC, modem, HMI (if applicable), appropriate controls to maintain fire flow (if applicable), level transmitters and as directed by GVS..7 Automatic heating and ventilating is to be provided..8 Drainage provision for all internal areas of the pump station..9 Where gaseous chlorine systems are used, instrumentation shall be in accordance to provincial and GVS chlorine safety manual standards..10 Eyewash station and safety shower (if chlorination equipment is required) as per WCB requirements..11 Electrical phase loss protection..12 The following is a minimum list of alarm, monitoring, control and shutdown outputs from Booster Station to include: i. Intrusion alarm for station door; ii. Intrusion alarm(s) for reservoir(s) c/w bypass and a bypass reset timer; iii. Low building temperature; iv. Pump status, on or off, v. Pump selector status: on, off or auto; vi. Pump overload draw alarm; vii. Overheat alarm for motors over 75 hp; viii. Metered flow rate from station; ix. Signal output to chlorinator (if chlorination equipment in station); x. Pump running low flow alarm; xi. High flow alarm; xii. Low pump suction pressure alarm; xiii. PLC failure; xiv. Power failure; xv. Ground fault; xvi. High sump level (building flood); xvii. Discharge pressure alarm..13 Surge/lightning protection to be provided. 1.7 Pump Preferences.1 Horizontal split case is preferred configuration for over 20hp size rpm motor speed unless otherwise approved by GVS..3 Impeller is to be zinc-less bronze, stainless steel, or as approved by GVS Volt, 3 phase for pumps over 5hp. 1.8 Booster Station Access.1 All season access road to be provided to allow maintenance vehicles to the booster station..2 Maximum road grade is to be 15%. Maximum crossfall on road is 4.0%

93 .3 Minimum finished road width to be 4.0 metres..4 Minimum R.O.W. for roadway to be 6.0 metres. GREATER VERNON SERVICES.5 In rock areas, qualified geotechnical information is to be supplied with recommendations for rock scaling and debris risks..6 For above ground stations, chain link galvanized perimeter fence complete with suitable width lockable gate..7 Landscaping required around pump stations..8 Station site to have level ground access for maintenance vehicle..9 Provision plan to be provided for lifting strategy for pump and station equipment removal and replacement. 1.9 Disinfection Procedures/Commissioning.1 Disinfection of infrastructure components is to be to most recent version of AWWA Standard C652. A minimum of two successive samples taken at 24 hour intervals indicating zero (0) coliform growth and zero (0) coliform background is to be provided to GVS..2 Chlorinate only after all pipeworks and other water infrastructure components are functional and accepted by GVS. Disinfect station pipeworks within one week prior to commissioning. If chlorination is undertaken and station is not commissioned in the next 7 days, then repeat of disinfection required..3 If chlorinated discharge water is to be released into a watercourse, storm drain, or body of water, then it shall be treated to reduce the concentration of Total Residue Chlorine (TRC) below the levels established by the Government of British Columbia Ambiant Water Quality Criteria for Chlorine. At no time shall water from the GVS community water system be released into the environment with a TRC concentration greater than 0.1 mg/l. Under normal operating conditions, the concentration of TRC in GVS drinking water is typically within the range of 3.0 mg/l to 0.2 mg/l..4 Sign off for station commissioning to be performed with signatures required by the Contractor performing the disinfection, the Engineer/Consultant certifying the installation, and a representative from the GVS..5 Operations and Maintenance Manual to be provided at the completion of installation. Three (3) copies of 3-ring binder are to be provided to GVS. All data is also to be provided in pdf format. Hard covered, plastic jacket, cardboard dividers denoting table of contents and sections. Operations and maintenance manuals, hard bound with the name of station embossed on the cover. Manuals to include: - As constructed drawings; - Equipment layout drawings; - Electrical, control, and alarm wiring diagrams; - P&ID drawings; - Operating instructions for the station;

94 GREATER VERNON SERVICES - Operating instructions for all equipment; - Maintenance instructions for all equipment, including frequency of maintenance tasks; - Suppliers list; - Equipment data sheets; - Equipment parts list; - Provide head/capacity curves for pumps. Non-witnessed certified pump curves provided for pumps greater than 75hp; and - Standard and emergency operating procedures

95 SCHEDULE A -2: RESERVOIR DESIGN GUIDELINES GREATER VERNON SERVICES 1. GENERAL 1.1 General.1 This section presents design guidelines for reservoirs installed within the GVS water service area..2 Where the water utility infrastructure crosses private lands, the infrastructure must be located on legally designated right-of-way. Minimum right-of-way width is to be 6.0 metres for road access and buried pipe access..3 Right of way is required for routes for watermain and road access to the reservoir site..4 The location of building from Property lines or Right of Way boundary should exceed the minimum zoning requirement setback of the local municipal authority. 1.2 Pre-Design/Design Requirements.1 The Developer must retain a Professional Engineer to design and certify the works. Engineer is to submit a Pre-design Report listing service area, Reservoir location, serviced number of lots and expected future development lots/units in this Reservoir service pressure zone..2 Report to be acceptable to GVS prior to proceeding with Detailed Design..3 Detailed Design to be reviewed by GVS Water staff and their Engineer prior to construction.4 Interior Health Authority Approval is to be obtained from the Public Health Engineer. Copy of Approval to be provided to GVS prior to construction. 1.3 Reservoir Size.1 Reservoir size to be based on the formula; A + B + C = Total Storage Required; A = Balancing Storage = Maximum daily water demand for service area for 6 hours; B = Fire Storage = Highest fire demand for area for time span as specified by F.U.S; C = Emergency Storage = 25% of the sum of A and B..2 Volume of reservoir may be reduced if emergency storage and fire protection can be supplied from a higher elevation reservoir. Balancing storage is to be provided at the local elevation. Water may be cascaded through no more than one pressure zone unless previously approved by GVS..3 Reservoir is to be a minimum of two compartments with interconnection to promote turnover of reservoir water. Maximizing turnover of water is to be incorporated into the design. An approved baffle system is preferred but alternative mixing systems will be considered. If reservoir filling will be intermittent, such as during initial growth of the service area, additional mixing will be required

96 GREATER VERNON SERVICES.4 A minimum freeboard of 0.3 m to be provided above high water level. This volume is not to be included in calculating the reservoir storage capacity. 1.4 Reservoir Design.1 Reservoirs are to be below ground covered concrete structures. Reservoirs can be circular or rectangular, however sufficient land area may be required to allow for reservoir expansion..2 Piping set up is to accommodate reservoir site expansion..3 Reinforced concrete walls, base, roof and other structural components are to be designed by a professional engineer. Design is to be to current standard for concrete water retaining structures: American Concrete Institute Manual ACI 350R..4 Exposed concrete walls that protrude greater than 0.3m out of the ground to be finished with aesthetically pleasing finish. A powder coated hand rail is required around the perimeter for any reservoir wall protruding 1.0m or more above ground level. Formed concrete is not aesthetically acceptable..5 Each reservoir cell to have ½ of total required volume. Each cell to have capability to be operated with the other cell off-line for maintenance..6 Reservoir roof to slope to sides so no water is left standing on roof..7 Lockable 900 mm x 1800 mm aluminum hatches to be provided in roof of reservoir. Hatch required for each cell to allow for operations and maintenance. Pedestrian access to reservoir roof is to be provided. Aluminum ladder is to be bolted onto reservoir interior wall adjacent to each reservoir hatch. Hatches to have free draining lid with weatherproof seal. MSU Model M-4 or approved equal. Hatch fasteners to concrete to be stainless steel. Inset plates to be stainless steel or aluminum. Provide intrusion alarm and connect to SCADA. Areas below hatches to be clear of trip hazards, etc..8 All pipe protrusions through concrete to be minimum Schedule 40 PVC. All attachments securing components within the reservoir is to be stainless steel..9 Survey control monument to be cast into reservoir roof near the hatches. Geodetic elevation is to be inset in the monument..10 A sump is to be provided in the base slab to promote draining and cleaning of the reservoir. Reservoir floor is to drain to sump. Sump to be located near access ladders. Size is to be 600mm x 600mm x 300mm deep. Reservoir drain piping outlet to be at bottom of sump..11 Sub-drains to be provided to divert groundwater and seepage away from the reservoir base..12 Single watermain to the reservoir is acceptable, provided that proper check valve and pipe arrangement is installed to promote reservoir turnover..13 Ventilation piping to be in place to allow expelling and inflow of air into reservoir, c/w bird screens. Size to be checked to ensure vacuum does not form with maximum outflow of water from reservoir (watermain break)

97 1.5 Reservoir Controls GREATER VERNON SERVICES.1 Telemetry control of water level, (i.e. pump control) is to be hard wired to reservoir level where possible. Reservoir level is to be monitored by a continuous level-measuring device with a 4 20 ma output. True reservoir level is to be measured via an independent sensing line. Reservoir level is to be displayed in the valve chamber; recorded and displayed at the booster station and connected to the GVS water SCADA System..2 Telemetry controls and equipment to be developed with consultation from GVS and their advisor on instrumentation works..1 Low level alarm.2 High level alarm.3 Intrusion alarm All of the above alarms to be transmitted back to booster station for display and connection to GVS water SCADA System..3 Modulating inlet valve to be installed where there is more than one reservoir servicing the local pressure zone. Valve to have:.1 Non contact 0 100% valve position indicator with 4 20 ma output. Output to be transmitted back to booster station for display and connection to GVS water SCADA System..2 Be hydraulically operated with a booster pump/pressure tank system sized to operate valve 3 cycles during power failure..3 Be complete with hydraulically operated diaphragm actuated globe or angle pattern valve of Powertrol type..4 Pilot system to be protected by single continuous flow 100 micron filter..4 Overflow pipe with downstream outlet to a safe drainage route is required. Overflow pipe to be minimum 250mm diameter or have 110% capacity of maximum potential inlet flow..5 All instrumentation equipment is to be provided with surge/lightening protection equipment. 1.6 Reservoir Valve Chamber.1 Engineer to check with GVS to determine if room for rechlorination equipment will be required at the proposed site..2 Entrance to valve chamber is to be at grade. Door size to allow largest pieces of equipment to be removed and replaced. Lifting beams and hoists are required where there are heavy components installed..3 Provide floor drain..4 Pipe and valving set up within vault to set out inlet and outlet flow to the reservoir. Check valves to be in-line to ensure one way flow to and from the reservoir cells..5 19mm sampling ports to be in place to allow sampling of inlet and outlet water from each cell of the reservoir. Sampling port to be complete with isolating ball valve. Inlet location

98 GREATER VERNON SERVICES within reservoir to be set considering mixing and reservoir turn over method incorporated..6 19mm Schedule 80 piping is to be provided into each reservoir cell complete with isolating ball valve..7 Electrical service to valve chamber is to be a minimum of 30 amp, 120 VAC..8 Heat, light and ventilation to meet WCB requirements..9 Coat all interior piping to AWWA Standards: Inlet piping Mid Blue Outlet piping Dark Green Drain piping Dull Grey.10 Outlet watermain to system to have vacuum relief pipe or valve. Situation is to be in place if reservoir is off-line during watermain break..11 Intrusion alarm to be transmitted back to booster station for display and inclusion to Greater Vernon Services SCADA system. 1.7 Reservoir Access.1 All season access road to be provided to allow maintenance vehicles to the reservoir..2 Maximum road grade to be 15%. Maximum crossfall on road is 4.0%..3 Minimum finished road width to be 4.0 metres..4 Minimum R.O.W. for roadway to be 6.0 metres..5 In rock areas, qualified geotechnical information to be provided with recommendations for rock scaling and debris risks..6 Black chain link perimeter fence complete with lockable 3.5 m lockable gate to be installed..7 Site irrigation requirement to be set out by GVS. 1.8 Reservoir Disinfection and Commissioning.1 Reservoir Disinfection is to be to most recent version of AWWA Standard C652. A minimum of two successive samples taken at 24 hour intervals indicating 0 coliform growth and 0 coliform background is to be provided to GVS..2 Chlorinate reservoir only after all pipeworks and other water infrastructure components are functional and accepted by GVS. Disinfect reservoir within one week prior to commissioning of Reservoir. If chlorination is undertaken and reservoir is commissioned, then repeat of disinfection may be required..3 Dispose of highly chlorinated water in accordance with allowed practices by the Ministry of Water Land and Air Protection and the Ministry of Sustainable Resources guidelines..4 Sign off for reservoir commissioning to be performed with signatures required by the Contractor performing the disinfection, the Engineer/Consultant certifying the installation, and a representative from GVS

99 GREATER VERNON SERVICES.5 Operations and Maintenance Manual to be provided at completion of installation. Three (3) copies of 3-ring binder to be provided to GVS. Hard covered, plastic jacket, cardboard dividers denoting table of contents and sections for all parts, shop drawings, equipment, model numbers, serial numbers, supplier, contractor, engineering consultant, as built drawings and full description of operation of features

100 SCHEDULE A -3: PRV DESIGN GUIDELINES 1. GENERAL GREATER VERNON SERVICES This section presents design guidelines for Pressure Reducing Stations (PRV) to be installed within the GVS water services area. PRVs are separated into two classifications that would be determined by GVS based on location of the station, watermain size, service area, and pressure reduction. Class 1: Defined as a major PRV station. Has all features required for a Class 2 Station but in addition includes a magnetic flowmeter and remote transmitting unit (RTU) for pressure recording upstream and downstream of the pressure reducing valve. At least one Class 1 station per pressure zone is required. Class 2: Defined as the standard Greater Vernon Services Water PRV station. 1.1 Station Location Location to be public right of way or defined right of way (ROW) acceptable to GVS. Land adjacent to station is to be graded for positive drainage away from station. 1.2 Bypass Requirements Bypass lines are required only in stations where the valve is the only watermain feed to an area from the GVS water distribution system. Pay pass lines shall conform to piping standards. 1.3 Step Down in Station Size One size step down is allowed for piping and valves through PRV station, subject to engineering approval. Piping shall be reduced inside the vault subject to restrictions in working space. 2. PRODUCTS 2.1 Vault.1 Concrete vaults precast. Shop drawings of the vault are to be submitted to GVS for review. If vault is cast-in-place, the structure is to meet water loading and be designed by Professional Engineer..2 A minimum clearance of 0.45 m from piping to walls to be provided for sufficient room for working..3 Minimum inside height 1.98 metres. 2.2 Vault Hatch.1 Bilco hatch or approved equal. Manhole or B.C. Tel lid is not acceptable. Hatch to be 900 x 900 mm size or larger if required for removal of largest piece of equipment..2 Area below hatch to be free of trip hazards and equipment

101 GREATER VERNON SERVICES 2.3 Vent Pipes mm ø pipes c/w bird screen. One vent pipe to extend to underside of vault roof interior, one to 300 mm from vault floor. Pipes to vent through station kiosk. 2.5 Electrical.1 Electrical enclosure; kiosk above ground. NEMA IV weatherproof for outdoor service..2 Electrical service to station; 120volt, 100amp service..3 Ventilation Fan; required to meet provincial health, safety and building standards..4 Lighting required inside station..5 Heater, Electrical, 1500 watt, plug in type, c/w built-in thermostat..6 Dry contacts required in electrical panel for future B.C. Tel connections..7 Two duplex receptacles. 2.6 Sump Drain 2.7 Valves 2.8 Piping.1 If sump cannot be drained to daylight by gravity, hydraulically operated sump drain or electrical sump pump to be installed. BCA type sump injector pump with double check valve acceptable..2 Sump size, 300mm width x 300mm length x 450 mm depth..3 Sump drain not to be connected to sewers if possibility of sewer back up exists..1 Pressure Reducing Valves: Clayton or Singer type valve sized to match long term peak flows for the service area. Valve with clear poly pilot filter, wall mounted, c/w pipe to sump. Air gap on pipe to sump to be maintained..2 Isolating valving on bypass line to be ball valves for up to 50 mm diameter, gate valves for 100 mm diameter and larger. Gate valves to meet AWWA C509/ Valves, wafer style not allowed. Minimum of two valves required on watermain to allow servicing of PRV in the station. Additional valves to be installed if necessary..4 PRV to have stainless steel trim and pilot lines..5 PRV pilots to be stainless steel..1 Pre-manufactured pipe supports to be installed, similar to pipe supports as supplied by ITT Grinnell..2 Minimum of one coupling required inside station for flexibility

102 GREATER VERNON SERVICES.3 Flexible connections required 1.0 metres outside of each side of station, 1.0 metres from wall..4 Major piping inside station; stainless steel or steel epoxy lined and coated as per AWWA C210 standard, flanged connections. All piping and fittings of stock sizes fabricated in factory. No field fabrication of fittings allowed for pipes larger than 50mm ø..5 Bypass piping; field fabrication allowed..6 All pipe painted and labeled complete with directional arrows Coat all interior piping to AWWA Standards: Inlet piping: Mid Blue Outlet piping: Dark Green Drain piping: Dull Grey 2. 9 Air Release 12mm ø tap into piping downstream from valve. Ball valve installation for manual control air release Pressure Gauges.1 Select pressure gauge scale so that normal operating pressure falls within 50 to 80% of full scale..2 Provide gauges 110mm diameter, 270 degree movement, 0.5% accuracy, full scale and suitable for bottom stem mounting..3 Provide gauges with a 316 stainless steel bourdon tube..4 Provide 300 series stainless steel cases, shatterproof glass, and the bottom connection 6mm NPT..5 Provide each gauge with brass gauge cock Pressure Recording 2.12 Meter Pressure transmitter necessary in Class 1 Stations. Installed in Class 1 stations only. Meter to be to accuracy of +/- 1 %. Analog output and have capability to send to recorder station and GVS water SCADA system

103 SCHEDULE B - APPROVED STANDARD MATERIALS GREATER VERNON SERVICES DESCRIPTION Concrete Fire Hydrants Fittings Pipe, Ductile Iron Pipe, PVC Joint Restraints Service Box Service Connection Pipe Service Connection Saddle Valve Boxes Valves, Air Release Valves, Buried Valves, Corporation Stop Valves, Curb Stop Valves, Stop and Drain for Blow Off Vault, Air Release Valve APPROVED MATERIAL Conforming to CSA CAN3-A23.1. Slump 50 to 100 mm. 15 MPa min. compressive strength for unshrinkable fill and reaction blocking. 20 MPa min. compressive strength for all other purposes. All hydrants to include a 100 mm Storz port. Terminal City C71P; Clow Brigadier M93 Mueller. Conforming to AWWA C110/A Conforming to AWWA C151/A For mm diameter: conforming to AWWA C900 and CSA CAN3-B137.3-M86. Conforming to ASTM A536: EBAA Iron; Uni-flange; or equivalent, as approved by Greater Vernon Services. For 19 mm to 38 mm dia connection: Mueller A726; Trojan VSB1; c/w threaded galvanized riser and stainless steel rod & cotter key. For 50 mm or larger, Mueller A728. MuniciPex; Polyethylene blue dye UV coated, conforming to CSA B137.5; Type K annealed copper conforming to ASTM B88M; or Class 200 SDR9 Polyethylene Municipal Tubing conforming to AWWA C901, CSA B Bronze, double strap: Mueller; Cambridge; Robar 2706; or approved equivalent. Nelson Type. Min. 25 mm. combination air vacuum valve: Valmatic; Cla-Val; Apco; or approved equivalent. Up to 350 mm: gate valve conforming to AWWA C509/515, 1MPa minimum. 400 mm and larger: gate valve as per above; or butterfly valve conforming to AWWA C504, in chamber, c/w bypass gate valve. Ball valves: Mueller 300; Cambridge mm, ball valve: Mueller 300; Cambridge; or approved equivalent. Min. 50 mm, ball valve: Mueller 300; Cambridge; or approved equivalent Westview Sales model TR40 24 frame or approved equivalent

104 --, GREATER VERNON SERVICES FIRE FLOW CALCULATION SHEE T All Fire Flows Imperial Gallons " " DISTRICT: Aberdeen " -' -~ '-' ' DATE: 1996 June 4,, ~.. ADDRESS: (name of occupant if prominent) -.., Howe Place ESTIMATOR: Warren Johnson -.., ".-.."...,, ,,--.-.-, ~ _.._ , Unit. Apartment Building ---._ _-----_._--_._---._ FIRE AREA CONSIDERED USING FUS GUIDE Types of Construction: Wood frame NO. OF STOREYS: 4 Ground Floor Area: Totat Floor Area (I f Needed): 15,960 sq. ft. 63,840 sq. ft, Fire Flow from FUS Guide: Occupancy: low 5,609 1G PM I') Add or Subtract:.. 25% 1,4021GPM SUBTOTAl: Automatic Sprinklers: 13R Sublract 50% x b SUBTOTAl: GPM (b) 2,1041GPM 2,1031GPM EXPOSURES: DISTANCE!;XPQS!,!RE 1 Front Add % 2. Left 75" 15 % 3. Rear % 4. Right % TOTAl: 15 % Use...1.L % xb ~ Wooden Shingle or Shake ~ Fire Flow Required 6311GPM 2,734 IG PM Notes and Calculations: _

105 GREATER VERNON SERVICES ~HORIZONTAl &: VERTICAL ~ GOOSE NECK 1.0m O.3m 20x40 MARKER ',~.~~-< PAINTED APPROVED SERV1CE BOX WITH 1.5 I WITH THE LID AT GROUND GROUND LEVEL TO BE 30'MAX ANGLE S' MIN ANGLE STOP '-i:p;;ro~'eo BALL VALVE) CORPORATION.~,~,," (APPROVED BALL ~ cv!;) ~ GREAHRVfRNON SERVICES ).. 'Iooo.1IOS )l,d ~ _""","",, acvi' 91'1 _, ,)701 f..,150.5so,)10)... 8'<",...-""".<. ELEVATlQN HAY Q5 ljtle TYP ICAL DOMESTIC SER VICF CONN ECTION DETAIL DATE APR 2005 SCALE NTS. REV

106 ""'....", c10 J GREATER VERNON SERVICES --~ / A... -~i'i. L, -t= ~RAIN VALVE TO BE OFfSET LEFT FROM LINE OF SERVICE TO PERM IT ACCESS TO CURB BOX!'I~~ 1 i 1001 _ 1i» CI! AT[ R VER~R:V,c;U I TO BE REVISED I TlTLlYPICAL IRRAGATION SERVICE CONNECTION DETAIL,.,,_ "OSJ'''l00 ""_ ":~""" DAlE :, I SCALE I ORAWlNG No. I R(V. "os~jl\ll'~ ''''-150,)'''' ~-,\J<.." APR 2005 N,T.S. W

107 ""'....", c10 J GREATER VERNON SERVICES --~ "-i i:;~;;o;: x l 00mm BLOCK (TYPICAL) x 200mm x 250mrn WOOD BLOCKING (TYPICAL) o 0 ~'NO ~ 45' BENO t {~IJ d FOR DEAD (NO WATER MAlNS SEE DRAWING W-08 NOTES: 1. REACTION BLOCK AREAS BASEO ON 75 Kpa HORIZONTAL GROUNO RESISTANCE. 2. CONCR T( TO BE 15 t.t po AT 28 DAYS. 3. ALL BLOCKING TO BE AGAINST SOUD GROUND, 4. REACTION BLOC KING NOT REQUIRED AT FlANGEO P.E. FITIINGS. S. for SIZES larger THAN 350 CIA.. REACTION BLOCKING MUST BE ENGINEERED... ~) e RfATEI/VERNON SEIMC S )od l... ll~ UodSl_teVIT 91'1 _<> _15O.)~.J1O>., 11I).1~11l)l... HAY STANDARD REACTI ON BLOCK DETAILS DATE SCAlE APRIL 2005 N.T.S

108 GREATER VERNON SERVICES r-lsm TYP. OR -'S PER LOCAL SVBOMSION f3'flaw HYDRANT fw-ic( TO BE l50mm ABOVE FINISHED CRAQE finished GRADE COMPRESSION NP[ HYORANT, PUMPER CUTtO MUST FACE ROAD r'''eeveo CAS... N TO CONCRETE TO BE --"' t.linuoium ~mm BELOW fi.. ANGE NUTS ON UNDISTURBED CONCRETE HY()RANT,\NO REACTiON SOIL. VALVE BLOCK_ CONCRETE SUPPORT PAD _-'-'''-'-'./., I~[jt~~~~~~~~ ~~;;~!:i~ THRUST MINI t.4 UM '0,25 CU. METRE' --_./ or 25mm ROCK = 'L ~~~ro:~~~~(;,~"~~,~,, SUPPORTS PIPE UN TIL -ALL THE DRAIN HOLES TO BE UNOBSTRUCTED AND free TO DRAIN. -EXTEND INTERNAL SPINDLE TO WITHIN 150m,., BELOW finished Cft.t.DE. -HYDRANTS TO BE PAINTED YELLOW If INSTALLED ON COr.4BINEO OR DOMESTIC SYSTEM -HYDRANTS TO BE PAINTEO RED If INSTALLED ON IRRIG,.t.,TION SYST[I.I, -TIE ROOS S(lW[[N GATE VALVE AND FIRE HYDRANT. GVS TO CONFIRM PAINT SPEC HAY _ ""'''-" ~j CR(Al(RV(RNQN s(1mc(s jod'-. JHISJI",so.""-.ICII""" no_s14j1011 ))O.SlOl11)) -r-'.<o TITL[ OATE APR 2005 STANDARD HYD RAN T DETAIL SCtd.[ N.T.S....,

109 GREATER VERNON SERVICES > '0 ' 0,- '"? ~ T!<flVST PLATE / II "" f-0j l0 [,. (, /jf 6"'" t~ 'j J, 0> q T ~ NOTE; PRE -CAST C~8(R - H20 HGIfWAY l(),i,tlm(; RATEO INSlD( tliloi(nslotls _ J960mm L 2 1:)Omm W l~~mm H II "",we :!«IMm JOOrnn\ ~ OIWN SUUP TO U> $(AI. TfW' WO ellee" v... VE TO PI! STORU WATER BACKF\. 'B fj~ 'f- f'.- K REINfOR:O l1- CONCRrrt: Rt:.t.Cr,,= BilL OF MATER IALS STANOARO FA6R1CAllON " flnfs.l'llnc SPECIflCATlON T.oJjRICA,T[O STEU PIPE '" nttln(;s TO B SCH[OU\.E tid. 0(1 STEEL PIP!: FOR SIZES TO 2500mm AND IOmm W,u FOil JOOm", mo I.NICER. OR sr... rss STEEL..o.u. INSIO( wcm:o SURf,t (S TO BE SA.HOBLASTEO,"",0 CDAr () WITH 1()()lI: SQ\.(l. THERUostrT!NG. F'\)Sl(ltI E1ON()(I). DRY POWDER EP(lKY RESIN. APPRil'VEO FOR CONTACT WITH POTA8lE WATER BY THE WlT1OtW. SANIT,l.TION FOUNDATION ("'Sf). OUTSIDE SURfACES TO BE SANDBlASTEO. PR~ro WITt< [POlO' PRlUER. ORtEN EPOXY C(l,o,T(O AND flnishet/ WITH IMCHIN( EN-UlEl. 4U. BURIED PIP( /oilo S ClIONS rfion 11<1: SEAl RING TO COUPUfC LOCATlOI-IS TO BE COAl. TAR [POKY COATE[) ''''SlOE HlO 0VfSID. MAY - S,nn\ ~"" ~) GR AlE RV ERNON SERVICES JoI""",-lW~)jol50,~... OCVIT 9f'J _}5<). ~$O_)1~2 r." ls j WWW"!'~_'_ ' ''' TITLE OATE APRIL PRY STATI ON (CLASS 2) SCAlE 2005 N.T.S. ORAWING No. W-OS

110 GREATER VERNON SERVICES 900 SU~P 300mm x 300mm x 450mm CjW GRATING AND DRAIN o en 8 THRUST PLATE SEAL RING REINFORCED CONCRETE THRUST BLOCK 3960 NOTE: PRE-CAST CHAMBER - H20 HIGHWAY LOADING RATED INSIDE DIMENSIONS mm L x 2200mm W x 1980mm H ITEM 1 2 : DESCRIPTION PRESSURE REDUCING VALVE 125# FLGD BUTTERFLY VALVE 125# FLGD PRESSURE GAUGE BASKET STRAINER FLEXIBLE CONNECTION VlCTAUUC COUPUNG 7 PREFAB. ALUMINUM LADDER (LOCAL FABRICATION) x 900 ALUMINUM ACCESS HATCH (MINIMUM SIZE). H20 LOADING 9 CONCRETE CHAMBER c/w SUMP mm VENT PIPE C/W BIRD SCREEN 11 GATE VALVE 12 TO SECONDARY PRY ABOVE cvj') ~ GREATER VERNON SERVICES 3rd Floor, rd 51. Vernon, BCVlT '!P7 DATE Phone: Fax: APR 2005 STANDARD FABRICATION & FlNISHING SPECIFlCATION FABRICATED STEEL PIPE & FlTIINGS TO BE SCHEDULE 40 STEEL PIPE FOR SIZES TO 250mm AND 10mm WALL FOR 300mm AND LARGER OR STAJNLESS STEEL ALL INSIDE PIPE SURFACES TO BE SANDBLASTED AND COATED WITH 100~ SOUD, THERMOSETTING, FUSION BONDED, DRY POWDER EPOXY RESIN, APPROVED FOR CONTACT WITH POTABLE WATER BY THE NATIONAL SANrrATION FOUNDATION (NSF). OUTSIDE SURFACES TO BE SANDBLASTED, PRIMED wrrh EPOXY PRIMER. GREEN EPOXY COATED AND FlNISHED WITH MACHINE ENAMEL. MAY TITLEpRV STATION (CLASS 1) PLAN VIEW SCALE N.T.S. REV

111 GREATER VERNON SERVICES 8 o a:j o <.0 o <.0 THR REINFORCED CONCRETE THRUST BLOCK SUMP 3960 ITEM tf~ ~ DESCRIPTION PRESSURE REDUCING VALSE 125# FLGD BUTTERFLY VALVE 125/1 FLGD PRESSURE GAUGE AND TRANSMITTER BASKET STRAINER FLEXIBLE CONNECTION VICTAULIC COUPLING PREFAB. ALUMINUM LADDER (LOCAL FABRICATION) 900 x 900 ALUMINUM ACCESS HATCH (MINIMUM SIZE). H20 ' LOADING 'CONCRETE CHAMBERC/W SUMP (SEE 'NOTE) 100mm VENT PIPE C/W BIRD SCREEN AIR RELEASE VALVE C/W ISOLATING VALVE COMBINATION AIR VACUUM VALVE C/W ISOLATION VALVE PRESSURE REDUCING VALVE 125/1 FLGD ISOLATION VALVES. (SEE SECTION 2.7 PRV SPEC) COUPLING PIPE SUPPORT Y STRAINER GATE VALVE.. ) GREATER VERNON SERVICES 3rd Floor, 3105 Brd SI. Vernon, Be vn 9P7 DATE Phone: Fax: 2S APR 2005 'NOTE SUMP TO CONTAIN DEEP SEAL TRAP AND/OR CHECK VALVE TO PREVENT STORM WATER BACKFLOW INTO STATION HAY TlTLEpRV STATION (CLASS 1) ELEVATION SCALE N.T.S

112 GREATER VERNON SERVICES 0.. W W o E E o x «:::E NELSON TYPE VALVE BOX (SEE DRAWING W-19) THREADED PLASTIC CAP 50 mm BRASS ~RE HOSE COUPLER 150 PVC PIPE RISER 50mm GALV'N PIPE c / w CAP SPACERS 6 MIL. LAYER OF POLYETHLENE ABOVE DRAIN ROCK 50mm GALV'N STREET ELBOW 50mm BRASS "MUELLER" GATE VALVE WITH 2" NUT 50mm BRASS OR COPPER EXTENSION ( 0.7m MIN. LENGTH) C.1. 50mm REDUCING I.P. THREADED CAP RESTRAIN TO PIPE (NO REACTION BLOCK) RESTRAIN PIPE UPSTREAM AS REQUIRED J UPSTREAM GATE VALVE IF BLOWOFF IS TO BE REMOVED FOR FUTURE EXTENSION OF WATERMAIN HAY dvj) ~ GREATER VERNO N SERVICES 3rd Floor, :Brd Sr. Vernon, He VlT 9P7 Phone: 25(1.55U.3702 Fax: :l TITLE TYPICAL BLOW-OFF DETAIL DATE SCALE APRIL 2005 N.T.S. REV

113 GREATER VERNON SERVICES VARIABLE BUT CONFORMING WITH W.C.B. REGUtATlONS FOR UNSHOREO TRENCH VERTlCAL TRENCH TO EXTEND AT LDST l00mm ABO ( PIP'" MAX. TRENCH WIDTH BElOW THIS LEVEL _ ",,"," '< ~) CR.AT R "( ~... o... S'I1VO:lS J""_lIO'JM~. _KV"'If>' """'" ""0."0"".' ",.,"',"'-JroJ. '"'-, "'''.C> APR 2005 TYPI CAL TRENCH SECTION

114 GREATER VERNON SERVICES CLASS 'A' BEDDING 20 "'Po ~OlE USE 1+1 SPECI#ol POOR GFlOUNO CONDITIONS CLASS'S' BEDDING NOIE CD"'I010~ DESICN R(OUIR("'(NT, NORMAL CONDITIO NS THORDUCH LY COMPACI(D NATIVE SOR +la1m SU8CRAO( TO B SCARIfIED, StW'EO AS SHOWN, AND CO"'P,o(: T(O AS SP(COflED <"""" ~) Glt ATERV{RNON SUMCU W_J'... '... "'_KYI''''''... """... '10' f.. ''''''0)10) _._~. CLASS 'c' BEDOING line "101 ( ~ CEPTION, USED WHERE NAlrvE SOI LS ARE WEll CR.lO D GRANULAR &: APPROVEO By c(ot(ch ENCINHR STANDARD PIPE BEDDING CLASSIFICATION "'''' APR 2005 "'",

115 GREATER VERNON SERVICES >Om / REBAR «' TRENCH DAM NOTES THIS owe.) REBAR DETAIL ---""";wee,,, GROUND TQP VIEW,"""""_',0,PR:OVlDE AROUND "--"""""",, GROUND MAY - \ 1005 ",""" ~} C ~ AT[ R II~RNON SU>VIC~~ l<~ ' '"'''. "05lJ,d I'-... OO:;VIl 'I" _ I SOJ~.l1(l1,,., >5".110,"'"... ~. SIDE VIEW NOTES: 1 CO NCRETE STRENGTH SHALL BE 20MPo AT 28 DAY 2. ANCHORAGE REQUIRED AS FOLLOWS: FOR SLOPES 20'; - 35'; LOCATE ANCHORS EVERY 12m FOR SLOPES 35'; - SOl'; LOCATE ANCHORS EVERY 6m SLOPES OVER SO); REOUIRE ENG IN EERING DESIGN. J. ANCHORS ARE TO BE PLACED AGAINST AND ON THE DOWNHILL SIDE or THE BELL or THE PIPE. BUT MUST NOT SURROUND IT. 4. DOWN HI LL FACE or ANCHORS TO BE BEARING ON UNDISTURBED SOIL. TITLE 0,,,, APR 2005 WATE RMAIN ANCHORS

116 r A GREATER VERNON SERVICES <, I ~, r A I, ~ STEEL PIPE I, ~"",~ I ". " CARRIER PIPE 75' ANGLE i--_<ain. 0/W JOINT, f1[staalnt~ MIN..LL 2.0m I -lj20m MIN. SEE NOTES,OR VARIES - MIN. LENGTH L- A L- A PLAN VIEW /~ROUND AT ~ Of HIGHWAY OR RAILWAY BASE Z E NOT[S: "- 1. RAILWAY CROSSING 10 MEET REOUIREMENTS or "PIPE CROSSING UNDER RAILWAYS (NO. -10) REGULATIONS, (;ANo>.OlAN TRANSPORT COMMISSiON,. HIGHWAY CROSSING TO BE APPROVED 6Y ~~ CASING STEEL PIPE MiNISTRY Of TRmSPOR"lATION PRIOR TO works (SCHEOULE 40 OR COMMENCEMENT APPROVEO EOUAL) (1 V SPACER RING I,!.Jl CARR IER PIPE CjW JOINT RESTRAINTS SEl:;TIQN A A HAY """""\ TITLE HIGHWAY/RAILWAY ~) CROSSING {;~L'lt~ VtKNUN ~lk\l'lll~ ORA.WlNC No, "d'",""l"" J),d\<.v.._ KV"", DATE i I SCALE _')10.\\0.1"",.. >W)IO "'OJ ~ v.,,,,,,,, _,", APR 2005 N.r.5. W 12 I Rf'

117 GREATER VERNON SERVICES PIPE IN CONFLICT WITH WA1ERMAlN JOINT RESTRAlNTS AS PER SPECIFICATION (TYPICAL) WATERMAIN HAY TITLE U-BEND DETAI L DATE APR 2005 ''''

118 GREATER VERNON SERVICES ROADS. LANES AND WAU<WAY$ I BOULEVARDS AND EASE MENTS (TYPICAL) (TfP1CAL) MIN. TRENCH WIDTH TOI PAVEMENT AS PE~ -... TO REDUCE SPAN i CONTRACT owes,. -...,;;,...;."'."""''''... I--:--,-c,r--, \""<""""":"":"'-::,."7,:: '": ',,":; '". >. " :. -:/ ~~~C~~K ~~L 90'; BASE CRAV(lS AS PER CONTRACT owes.,a \,,' ' -". '_, ',:~ ST!l.NDAAD PROCTOR DENSITY \:. ',-' ~~.j =ro.3m '-4IN ~,-~~~~,~~--~~, '., SLOPE TO/ \.. ""-EXISTING AC PIPE '.., ~ CO NTROLLED OEN$jTY fill (CDf") WCB REO'TS ~ ~ ~. z I \...NEW WA1ERMAIN.! PAVEMENT AS PER ROADS. lj>.nes AND WALKWAYS I BOULEVARDS AND EASEMENTS CONTRACT owes. ~ (TYPICAl) (TYPICAL).., c.;,: ". " BASE GRAVELS AS PER ~. '. CONTRACT owes., "... " ",. " ",,,,, f ",.. "....,. c---~c'-_+, i i O. 3m MIN..~.,,.'..,,. I.. ~,..-'''-C ;'--,.!'~L EXISTlNG AC PIPE.' I,, '. ' "":;-~ J CONTROLLED DE NSITY.';1,, '-NEW WATERWJN I NOT[S: 1 PlACE cor TO full WIDTH IN UNIFORM Ul,YERS NOT EXCEEDING 300mm UNTIL IT REACHES CROWN r 0, PIPE- AnER THAT ~ ATER la L CAN 8E PLACE ~ full DEPTH 3' 2. USE TE~ PORARY PlATING OR OTHER M(ANS or -,'.~ SUPPORTING TRAFFiC LOADS TO PROVIDE SAFE DRIVING _ ~~~~g~/or TRAFFIC UNTil PAVO~ ( NT MATERIAL IS HAY _ 5 2GOS fill (COf) ill- ~~--,---_.~ ~. ".,.. ", TrItE AC PIPE CROSSING,,' ~), G~(AHRV(R"ONSE~ICE; "".""" """""s.. "...,., fev,' 'If' DAlE. I SCALE I OAAWING No. I '". ~_::", ~~,~ro~'.!"o,.!,"~,.:.~":'c.:::::'_ ==_""'L L..:.A:P.!R:...;2~O~OC5~'.. Ll_..:.N~.T:;.:::S~ _LI..:.W:;-:..:1 ~4_.l.":'-'

119 GREATER VERNON SERVICES _-... _- 2U_ o, o "- o ttot[s, "S_... Cl!A'WICO le"'1!f" W... l""" C.~TO.",.. E 0*."" 2 ""I:Tl:1tS ""'" NO' HUX..'.OIE"""l,... C.. _'0.,... U c. "' fl... III!.." :0 -.:>oon... OItVlRnc.ou. y ""TE..""...:"Q..., ON:... rut A' lust "" at _ C~U '0 III! 'OOHo... 1VI,, '------"-1-- -,- ~... o""~l,, l«i '.. )10$)) IICV".,., _l!o'i~jxil,..."".'"""0' ~. mu TYPICAL WATER INSTALLATION IN,,~ APR 2005 NAY - S 2Uil5 METER BU ILDINC

120 I /... ~ (~ GREATER VERNON SERVICES, ',' Iii '-, -i'-i'i l;!!, i,',1 ~"'''.!~.... l ~ <6!~ ~~~> ~ ~~~ ~ O!!j'"'' ~.. i!'il i "~i~!:;; 2!!51~ u). "., 0 UJ : Ill, I'! l'!~.! ~,~, ~ i~~ l i: _ ~i ~.i~ I- i ~~i~ ls ;i t ~! 6~ ~'l~~ ~! f b~ ~:: 1 Ii nil L n~1 i!l il!! 1i!1 ~ ~! ~~.. ~.~: :~!a H ~!h ~i i r~ ~!~; ~i ~ I ~"! ji~a 'i' l!. H ~",9 M i ~!- i ~.l j!ll Him H!! 111!iii ~ I..J ~ w o ~!.. ~(L >< "':;;.0 o..0 i,!,! ~,! "., ~ ; ~ g ~ ~ ~ 0-."! i" I, ~ ~~! J! ~ t H ~31- ",f '" f-w ::of- OW -' '" «'" OW _ f- 0..«>-3< f- ~ 0 Z ~ 0 - z, p: c vi ~ z ~ ~ a N ~ ~ 0< c " j. I.>l i;j;:.. /~. ",~ ;:; li!! i ",,";81' '~~ Z ~'E "'~ s;; :>::: ~ ~:s ~ '<;;; ;: :q~ Q~ ~, ~. ~ I

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

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 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

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

Town of Milton Halton Paramedic Services Station No. 17 and Milton Fire Station No. 5 Tender No and

Town of Milton Halton Paramedic Services Station No. 17 and Milton Fire Station No. 5 Tender No and Town of Milton No. 17 and Milton Fire Station No. 5 Tender No. 19-500-1 and 19-500-2 BID SUBMISSION 19-500-2 Part Two In accordance with Tender No. 19-500-2, Tender Form Part Two must be submitted electronically

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 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

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

Exterior Door & PA System Replacement, Domestic Water Piping System and B/F Access Upgrades

Exterior Door & PA System Replacement, Domestic Water Piping System and B/F Access Upgrades Addendum 1 Page 1 ADDENDUM NO. 1 Domestic Water Piping System and B/F Access Upgrades Sundridge Centennial Public School Sundridge, Ontario The following Addendum shall be part of the Tendering Documents

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

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

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

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

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

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

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

Inspection requests submitted by 2:30pm will be scheduled for the following business day unless otherwise requested.

Inspection requests submitted by 2:30pm will be scheduled for the following business day unless otherwise requested. Purpose 355 West Queens Road Single Family New Construction Required Inspection Stages Master Requirement GEN 110 Building Department: 604-990-2480, building@dnv.org, fax: 604-984-9683 The following procedure

More information

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m. ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP ADDENDUM DATE: February 10, 2017 BID DATE: February 15, 2017, 11:30 a.m. This ADDENDUM is issued to institute the included changes and/or

More information

Dawes Hill PRV & Flowmeter Chamber Relocation

Dawes Hill PRV & Flowmeter Chamber Relocation City of Coquitlam Contract Documents 89431 Dawes Hill PRV & Flowmeter Chamber Relocation File #: 97/1 Doc #: 894544.v1 Table of Contents Contract No. 89431 Dawes Hill PRV & Flowmeter Chamber Relocation

More information

TOWN OF OSOYOOS PERIMETER FENCING OSOYOOS LANDFILL

TOWN OF OSOYOOS PERIMETER FENCING OSOYOOS LANDFILL TOWN OF OSOYOOS PERIMETER FENCING OSOYOOS LANDFILL CONTRACT DOCUMENTS AND SPECIFICATIONS TRUE Consulting August 2011 Job No. 302-706 PLANHOLDER REGISTRATION FORM Request for Tender No. 302-706 PERIMETER

More information

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

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

PART A STAR ROAD TO MARMOT COURT WATER MAIN PART B SCHOOL ROAD WATER MAIN REPLACEMENT

PART A STAR ROAD TO MARMOT COURT WATER MAIN PART B SCHOOL ROAD WATER MAIN REPLACEMENT PART A STAR ROAD TO MARMOT COURT WATER MAIN PART B SCHOOL ROAD WATER MAIN REPLACEMENT Reference No. 2017 E372.17.07.2 June 2017 PREPARED BY: GENTECH ENGINEERING INC. Box 328 Unit 3 551 Trans-Canada Highway

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

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

FENCING AND FENCE REPAIR

FENCING AND FENCE REPAIR INVITATION FOR BIDS FOR FENCING AND FENCE REPAIR As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY IFB No. 2018-04 BID DUE DATE: August 8, 2018 TABLE OF CONTENTS Submission Instructions

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

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

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

GENERAL REQUIREMENTS

GENERAL REQUIREMENTS CITY OF BRAMPTON LANDSCAPE SPECIFICATIONS SECTION 01001-1 PART 1 GENERAL 1.1 Work Covered By Contract Documents.1 Work covers, in general terms: demolition, removals, site preparation and complete construction

More information

ADDENDUM NO. 1. Addendum 1. Page 1. Barrier Free Accessibility Upgrades. F.J. McElligott Secondary School. Mattawa, Ontario

ADDENDUM NO. 1. Addendum 1. Page 1. Barrier Free Accessibility Upgrades. F.J. McElligott Secondary School. Mattawa, Ontario Addendum 1 Page 1 ADDENDUM NO. 1 F.J. McElligott Secondary School Mattawa, Ontario The following Addendum shall be part of the Tendering Documents and shall supersede the drawings and/or Specifications

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

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR TOWN OF LABRADOR CITY FORM OF TENDER TLC-04-18 SUPPLY & INSTALLATION OF CONCRETE FLOOR Tenderer Address Telephone # The undersigned bidder has carefully examined the Form of Tender, Instructions to Bidders,

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

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

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

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

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

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina Project Manual for Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina DWG Consulting Engineers 1009 Anna Knapp Blvd. Suite 202 Mt Pleasant, South Carolina 29464

More information

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS SECTION 01 00 00 GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Summary of Work: 1. General 2. Contract. B. Contract Considerations: 1. Schedule of values. 2. Applications for payment. 3.

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

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

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

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

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM A. Delete the following pages and substitute the new pages which are attached and made a part of this Addendum. Changes to existing contract

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

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings Spring Lake Public Schools Spring Lake, MI March 2018 RE: High School Storage Buildings Advertisement for bids Bid Proposal Sealed bids for Spring Lake Public Schools-High School Storage Buildings will

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

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

ADDENDUM NO. 2 Consisting of 3 pages and Attachments

ADDENDUM NO. 2 Consisting of 3 pages and Attachments 10404-125 Street, Edmonton, AB. T5N 1T2 Tel: 780.455.5975 Fax: 780.454.2397 info@cdyarchitect.com ADDENDUM NO. 2 Consisting of 3 pages and Attachments PROJECT: Maina Centre Ville Phase II, Beaumont, Alberta

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the

More information

April 11, 2017 INVITATION TO TENDER ITT No. PS CONTRACTOR FOR MARPOLE PLACE RESTORATION. ADDENDUM No. 5

April 11, 2017 INVITATION TO TENDER ITT No. PS CONTRACTOR FOR MARPOLE PLACE RESTORATION. ADDENDUM No. 5 FINANCE, RISK AND SUPPLY CHAIN MANAGEMENT Supply Chain Management April 11, 2017 INVITATION TO TENDER ITT No. PS20170312 CONTRACTOR FOR MARPOLE PLACE RESTORATION ADDENDUM No. 5 RE: ADDITION TO APPENDIX

More information

Texas Tech University Health Sciences Campus - MSBII Supplemental Bid Instructions March 3, 2017

Texas Tech University Health Sciences Campus - MSBII Supplemental Bid Instructions March 3, 2017 Texas Tech University Health Sciences Campus - MSBII Supplemental Bid Instructions March 3, 2017 Plumbing - 220000 Without limiting the application of all of the Contract Documents to the Subcontract,

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

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

WINTER SAND TENDER Friday September 7, 2018 at 1:10 p.m.

WINTER SAND TENDER Friday September 7, 2018 at 1:10 p.m. WINTER SAND TENDER 003-2018 Tender Number PW 003-2018 Sealed Tenders will be received by: Corporation of the Township of Strong 28 Municipal Lane, PO Box 1120 Sundridge, Ontario P0A 1Z0 Tender Closing

More information

Application for Commercial Plan Review and Building Permit. Address:

Application for Commercial Plan Review and Building Permit. Address: City of Warrenton 200 West Booneslick Warrenton, MO 63383 : 636-456-3535 Fax: 636-456-1336 www. war r ent o n- mo.org Application for Commercial Plan Review and Building Permit PERMIT# Purpose: Commercial

More information

Appendix 3. POLICY & PROCEDURE No

Appendix 3. POLICY & PROCEDURE No DEPARTMENT OF PUBLIC WORKS DIVISION: ENGINEERING SERVICES SECTION: ADMINISTRATIVE PAGE NO: 1 OF 10 REVISION NO: 3 DATE: 1995 05 01 ESTABLISHED: 1986 03 03 Appendix 3 POLICY & PROCEDURE No. 2.3.1-020 TITLE:

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

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

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades Dayton Metropolitan Housing Authority 111071 Rosemont/Hoch Electrical Upgrades Addendum No. 3 August 10, 2011 DMHA 400 Wayne Ave. Dayton, OH 45410 Re: 1432-1438 Rosemont oh5-12b 261 Hoch Street oh5-18d

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA TMWA Capital Project No.: October 3, 2018

Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA TMWA Capital Project No.: October 3, 2018 Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA-2019-004 TMWA Capital Project No.: 10-0001.053 October 3, 2018 The following information, clarifications, changes and modifications are by reference

More information

PROJECT: RELOCATION OF FEA ASSETS NEW VATUWAQA BRIDGE TRENCHING WORK SUVA SCHEME: C21/14

PROJECT: RELOCATION OF FEA ASSETS NEW VATUWAQA BRIDGE TRENCHING WORK SUVA SCHEME: C21/14 MR 309/ 2017 PROJECT: RELOCATION OF FEA ASSETS NEW VATUWAQA BRIDGE TRENCHING WORK SUVA SCHEME: C21/14 Notes : 1. Bidders to provide 2 hardcopies of tender bid. 2. Safety Plan to be incuded in tender bid,

More information

Kalavista Drive Watermain Replacement

Kalavista Drive Watermain Replacement Kalavista Drive Watermain Replacement Reference No. 2017 E372.17.2 SEPTEMBER 2017 PREPARED BY: ONSITE ENGINEERING LTD. #201-231 Trans Canada Hwy PO Box 2012 Salmon Arm, BC V1E 4R1 Phone: 604-996-4722 Fax:

More information

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016.

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016. ADDENDUM NUMBER ONE - June 15, 2016 CITY OF CLARKSVILLE TO: All Bidders of Record This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8,

More information

BILL OF QUANTITY ENGINEERING & MANAGEMENT CONSULTING CENTRE. "Beit Hanoun Emergency Water Supply Project"

BILL OF QUANTITY ENGINEERING & MANAGEMENT CONSULTING CENTRE. Beit Hanoun Emergency Water Supply Project "Beit Hanoun Emergency Water Supply Project" " Rehabilitation and Construction of Beit Hanoun Water Network " BILL OF QUANTITY ENGINEERING & MANAGEMENT CONSULTING CENTRE Bill of Quantities PREAMBLE TO

More information

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 BIDDING AND CONTRACT DOCUMENTS FOR THE HORRY COUNTY SOLID WASTE AUTHORITY YARD WASTE MANAGEMENT AND COMPOSTING FACILITY HORRY COUNTY, SOUTH CAROLINA ****************************************************************************************************

More information

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO: ISSUE DATE: MARCH 21, 2012 (REVISION 2-08/31/12) PROJECT: CNB BUILDINGS 2 AND 3 CATOOSA, OKLAHOMA OWNER: BID TO: (Mail & Fax) CHEROKEE NATION BUSINESSES 777 WEST CHEROKEE STREET CATOOSA, OKLAHOMA 74015

More information

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No PART 1 GENERAL 1.1 RELATED DOCUMENTS REQUIREMENTS COMMON TO ALL WORK CATEGORIES 1. Drawings and general provisions of the Contract, including General Special Conditions and other Division 1 Specification

More information

JUDD STREET LIFT STATION DEWATERING CONTRACT

JUDD STREET LIFT STATION DEWATERING CONTRACT JUDD STREET LIFT STATION DEWATERING CONTRACT MONTCALM COUNTY, MICHIGAN MAY 23, 2018 CITY OF GREENVILLE JOB NO. 401-590-975.281 PREPARED BY: CITY OF GREENVILLE ENGINEERING DEPARTMENT 411 S. LAFAYETTE GREENVILLE,

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information

Attachment 1 Architectural Services

Attachment 1 Architectural Services A. Phase 1, Programming and Schematic Design: 1. Ascertain the requirements for each project through a meeting with the COUNTY, and a review of an existing schematic layout of each project, if such layout

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson

More information

legend. #1 is a gas relief valve? If so does Enbridge supply with station?

legend. #1 is a gas relief valve? If so does Enbridge supply with station? Michael Pacholok, Director Purchasing and Materials Management Division City Hall, 8 th Floor, West Tower 00 Queen Street West Toronto, Ontario M5H N Joanne Kehoe Manager Construction Services May 4, 06

More information

T Simcoe Street Parking Garage Elevator Cylinder Replacement

T Simcoe Street Parking Garage Elevator Cylinder Replacement Department: Corporate Services Fax: 705-876-4607 To: Distribution List From: Bernadette Lawler/Marla Sutherland Fax: Date: March 27, 2015 Phone: Pages: 9 including this cover page Re: T-16-15- 190 Simcoe

More information

Issued for Bid West Alexandria, OH 05/2018 WWTP Improvements Contract 2 TABLE OF CONTENTS

Issued for Bid West Alexandria, OH 05/2018 WWTP Improvements Contract 2 TABLE OF CONTENTS 669.7403.001 West Alexandria, OH 05/2018 WWTP Improvements Contract 2 TABLE OF CONTENTS Page C-111 Advertisement for Bids 1-2 C-200 Instruction to Bidders 1-10 C-410 Bid Form for Construction Projects

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

LIGHTING PROJECT SPECIFICATIONS

LIGHTING PROJECT SPECIFICATIONS Page 1 of 6 LIGHTING PROJECT SPECIFICATIONS 1. Clarification: The Scope of Work is provided in Outline Form only. Bidders finding discrepancies, ambiguities, or omissions in the Outline Scope of Work,

More information

ADDENDUM NO. 1 FOR RENOVATIONS TO LINCOLN ANIMAL SHELTER RFP # February 1, 2018

ADDENDUM NO. 1 FOR RENOVATIONS TO LINCOLN ANIMAL SHELTER RFP # February 1, 2018 ADDENDUM NO. 1 FOR RENOVATIONS TO LINCOLN ANIMAL SHELTER RFP #2018-09-01 NOTICE TO PROSPECTIVE BIDDERS February 1, 2018 Prospective bidders are hereby informed of the following corrections, additions,

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

TRIAD ENGINEERING CONSULTANTS, INC.

TRIAD ENGINEERING CONSULTANTS, INC. TRIAD ENGINEERING CONSULTANTS, INC. 2638 Willard Dairy Rd Providing High Point, NC Suite 100 Plumbing, Mechanical and 27265 (336) 454-0225 Electrical Engineering Services Since 1984 admin@triadengmep.com

More information

2018 Downtown Revitalization

2018 Downtown Revitalization 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

More information

ADDENDUM #1 TO THE SPECIFICATION FOR THE CONSTRUCTION OF THE 115KV STONEBREAK RD. TRANSITION STATION THE TOWN OF MALTA AND A PORTION OF THE 115KV

ADDENDUM #1 TO THE SPECIFICATION FOR THE CONSTRUCTION OF THE 115KV STONEBREAK RD. TRANSITION STATION THE TOWN OF MALTA AND A PORTION OF THE 115KV ADDENDUM #1 TO THE SPECIFICATION FOR THE CONSTRUCTION OF THE 115KV STONEBREAK RD. TRANSITION STATION IN THE TOWN OF MALTA AND A PORTION OF THE 115KV LUTHER FOREST STATION IN THE TOWN OF STILLWATER SARATOGA

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

PROJECT: NASRUP SECTION 1B UNDERGROUND RELOCATION STAGE 4 FROM CH SCHEME: C (FROM WAQADRA SUB TO NATALY JUNCTION)

PROJECT: NASRUP SECTION 1B UNDERGROUND RELOCATION STAGE 4 FROM CH SCHEME: C (FROM WAQADRA SUB TO NATALY JUNCTION) TENDER MR 05/2016.. PROJECT: NASRUP SECTION 1B UNDERGROUND RELOCATION STAGE 4 FROM CH 2900-2300 SCHEME: C 31-14 (FROM WAQADRA SUB TO NATALY JUNCTION) Notes: 1. Bidders to provide 2 hardcopies of tender

More information

SECTION LIGHTNING PROTECTION SYSTEM

SECTION LIGHTNING PROTECTION SYSTEM SECTION 16670 - LIGHTNING PROTECTION SYSTEM PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division

More information

AMERICAN SAMOA POWER AUTHORITY Materials Management Office INVITATION FOR BIDS ( IFB ) EAST SIDE WELLS-BOOSTERS SECURITY FENCE REPLACEMENT

AMERICAN SAMOA POWER AUTHORITY Materials Management Office INVITATION FOR BIDS ( IFB ) EAST SIDE WELLS-BOOSTERS SECURITY FENCE REPLACEMENT AMERICAN SAMOA POWER AUTHORITY Materials Management Office INVITATION FOR BIDS ( IFB ) EAST SIDE WELLS-BOOSTERS SECURITY FENCE REPLACEMENT Issuance Date: March 24, 2016 Closing Date: March 31, 2016 APPROVED

More information

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016 HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016 1. THIS ADDENDUM IS HEREBY MADE AS PART OF THIS CONTRACT SPECIFICATION. THIS ADDENDUM IS ISSUED

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

INSPECTION TIMING CHECKLIST FOR RESIDENTIAL FRAME BUILDING PRIOR TO INSPECTION REQUEST

INSPECTION TIMING CHECKLIST FOR RESIDENTIAL FRAME BUILDING PRIOR TO INSPECTION REQUEST Village of Vernon Hills Community Development Department - Building Division 290 Evergreen Drive, Vernon Hills, IL 60061 Phone 847-367-3704 - Fax 847-367-2541 - http://www.vernonhills.org INSPECTION TIMING

More information

ADDENDUM NO. 1. TO SCOPE OF WORK: Section 0220, Form 01004/5

ADDENDUM NO. 1. TO SCOPE OF WORK: Section 0220, Form 01004/5 ADDENDUM NO. 1 TO SCOPE OF WORK: Section 0220, Form 01004/5 PROJECT: Tankless Water Heaters Installation Glenn Edge and Rich Martin Apartments and Main Office Water Heater Replacement New Memorial Community

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

Appendix 2: Term Sheet. SECTION 37 TERM SHEET FOR CITY SPACE AT THE CONDOMINIUM TO BE CONSTRUCTED AT 200 DUNDAS STREET EAST (the "Project")

Appendix 2: Term Sheet. SECTION 37 TERM SHEET FOR CITY SPACE AT THE CONDOMINIUM TO BE CONSTRUCTED AT 200 DUNDAS STREET EAST (the Project) September 10, 2013 Appendix 2: Term Sheet SECTION 37 TERM SHEET FOR CITY SPACE AT THE CONDOMINIUM TO BE CONSTRUCTED AT 200 DUNDAS STREET EAST (the "Project") 1. Owner: The term "Owner" in the term sheet

More information

PROJECT: INCREASE DEMAND FOR UNIVERSITY OF FIJI- KULA STREET SAMABULA SCHEME: G115-15

PROJECT: INCREASE DEMAND FOR UNIVERSITY OF FIJI- KULA STREET SAMABULA SCHEME: G115-15 TENDER NO MR 151/2016 PROJECT: INCREASE DEMAND FOR UNIVERSITY OF FIJI- KULA STREET SAMABULA SCHEME: G115-15 Notes : 1. Bidders to provide 2 hardcopies of tender bid. 2. Safety Plan to be incuded in tender

More information