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

Size: px
Start display at page:

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

Transcription

1 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 Closing Date: May 31, 2018, 2:00 PM Local Time

2 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Table of Contents Table of Contents The complete Contract Documents consist of the following parts: 1. The Master Municipal Construction Documents (Tender Package) consisting of the following parts (included in this tender package): 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 Appendix 6 Tenderers Current Projects Underway Appendix 7 Prime Contractor Designation Agreement Draft Agreement Schedule 1 Schedule of Contract Documents Schedule 2 List of Contract Detail Drawings Supplementary General Conditions Supplementary Specifications City of Courtenay Standard Construction Supplementary Specifications City of Courtenay Supplementary Standard Detail Drawings City of Courtenay Approved Product List Reference Documents o Geotechnical Investigation Report 2. The balance of the Master Municipal Construction Documents, Platinum, latest edition including revisions. These documents are available in the MMCD General Conditions, Specifications and Standard Detail Drawings (not distributed in the tender package): Instructions to Tenderers, Part II General Conditions Technical Specifications Standard Detail Drawings

3 Invitation to Tender Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street The City of Courtenay invites Tenders for T18-25, Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street. The work will include the following: Replacement of the existing watermain along Willemar Avenue from 17 th Street to 21 st Street. Work will generally include: Installation of a new watermain and reconnection of service connections; Abandonment-in-place of the existing watermain; Fire hydrant replacement; Meter box replacement at select properties; and Associated restoration work to roads, curbs, and sidewalks. Tender documents are available for downloading from BC Bid at and the City s website Sealed tenders submitted must be accompanied by the specified Bid Bond and will be received at the location stated below, on or before 2:00 p.m., May 31st, City of Courtenay 830 Cliffe Avenue Courtenay, B.C. V9N 2J7 Tenders will be opened in public. Tender results will be forwarded to all participants by unless otherwise requested. Tenderers are required to periodically check the BC Bid website or City of Courtenay website for any updated information and Addenda issued before the Closing Date. Any changes to the Tender documentation or clarifications will be issued by means of written Addenda and posted on the BC Bid and City of Courtenay websites and will form part of the Tender.

4 The City does not retain a bidder s list or bidder s registry. Tenderers are encouraged to register as plan takers and view the Tender documents and drawings by contacting the Vancouver Island Construction Association: website: Should there be any discrepancy in the information provided the City s original file copy will prevail. All enquiries are to be submitted in writing by , no later than 3 days prior to the Tender Closing Time and quoting the Tender Name and Number to: purchasing@courtenay.ca Tenders shall remain open for a period of 60 days following the Tender Closing Date. The City reserves the right to accept or reject any or all Tenders and the lowest or any Tender may not necessarily be accepted. The City also reserves the right to cancel any Invitation to Tender at any time without recourse by the Tenderer. The City will not under any circumstance be responsible for any costs incurred by the Tenderer in preparing the Tender. Justin Ball, SCMP Procurement Specialist, City of Courtenay

5 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Instructions to Tenderers Part I Page 1 of 5 INSTRUCTIONS TO TENDERERS PART I TABLE OF CONTENTS Page 1 Introduction... IT 2 2 Tender Documents... IT 3 3 Submission of Tenders... IT 3 4 Additional Instructions to Tenderers... IT 4

6 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Instructions to Tenderers Part I Page 2 of 5 Instructions to Tenderers - Part I (FOR USE WHEN UNIT PRICES FORM THE BASIS OF PAYMENT - TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS OF THE UNIT PRICE MASTER MUNICIPAL CONSTRUCTION DOCUMENTS. ) (TO BE READ WITH INSTRUCTIONS TO TENDERERS - PART II CONTAINED IN THE EDITION OF THE PUBLICATION MASTER MUNICIPAL CONSTRUCTION DOCUMENTS SPECIFIED IN ARTICLE 2.2 BELOW) Owner: Contract: CITY OF COURTENAY Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Reference No. TENDER T Introduction 1.1 These Instructions apply to and govern the preparation of tenders for this Contract. The Contract is generally for the following work: Replacement of the existing watermain along Willemar Avenue from 17 th Street to 21 st Street. Work will generally include: Installation of a new 540 m long, 300 mm diameter PVC watermain and reconnection of service connections; Abandonment-in-place of the existing watermain; Fire hydrant replacement; Meter box replacement at select properties; and Associated restoration work to roads, curbs, and sidewalks. 1.2 Direct all inquiries regarding the Contract, to: Contact: Address: Justin Ball, SCMP City of Courtenay Purchasing Division 830 Cliffe Avenue, Courtenay, B.C. V9N 2J7 purchasing@courtenay.ca 2 Tender Documents 2.1 The tender documents which a tenderer should review to prepare a tender consist of all of the Contract Documents

7 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Instructions to Tenderers Part I Page 3 of 5 listed in Schedule 1 entitled Schedule of Contract Documents. Schedule 1 is attached to the Agreement which is included as part of the tender package. The Contract Documents include the drawings listed in Schedule 2 to the Agreement, entitled List of Contract Drawings. 2.2 A portion of the Contract Documents are included by reference. Copies of these documents have not been included with the tender package. These documents are the Instructions to Tenderers - Part II, General Conditions, Specifications and Standard Detail Drawings 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 judgement 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 Submission of Tenders 3.1 Tenders must be submitted in a sealed envelope, marked on the outside with the above Contract Title and Reference No., and must be received on or before: Tender Closing Time: 2:00 p.m. local time Tender Closing Date: May 31 st, 2018 Delivered to: Manager of Purchasing City of Courtenay c/o Purchasing Division 830 Cliffe Avenue, Courtenay, B.C. V9N 2J7 3.2 Late tenders will not be accepted or considered, and will be

8 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Instructions to Tenderers Part I Page 4 of 5 returned unopened. 3.3 Tender Submission a. Tenders must be submitted on the tender forms included in these tender documents. The addition to or changing of any words in these tender forms by the Tenderer or the failure to comply with and complete all items may be cause for rejection without consideration of the tender submission. b. The tender submission must include acknowledgement of receipt of all issued addenda. c. The tender submission must include the specified financial security, in the form of a Bid Security as required in Section 5.2 of the Instructions to Tenderers Part II. d. The Form of Tender must bear the signature of a legal signing authority of the Tenderer. e. Other than the acknowledgement of receipt of addenda, or request for withdrawal or revision, documents submitted as part of a tender will not be considered if received by any of the Owner s facsimile machines or by . f. Except as expressly and specifically permitted in these Instructions to Tenderers, no Tenderers shall have any claim for any compensation of any kind whatsoever, as a result of participating in the tender, and by submitting a bid, each Tenderer shall be deemed to have agreed that is has no claim. 4 Additional Instructions to Tenderers 4.1 The Owner is subject to the provisions of the Freedom of Information and Protection of Privacy Act. As a result, while Section 21 of the Act does offer some protection for third party business interests, the Owner cannot guarantee that any information provided to the Owner can be held in confidence. All tenders, after closing time and date become the property of the City of Courtenay The Owner shall not be liable for a Tenderer s cost of submitting a tender. No Mandatory Site Meeting will be held for this project. Tenderers are requested to have reviewed the site prior to the scheduled submission date for the Tender.

9 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Instructions to Tenderers Part I Page 5 of Acceptance of any Tender may be subject to budgetary considerations and/or City of Courtenay Council approval, and/or the approval of jurisdictions having authority. Work on the Owner s property shall be carried out subject to City of Courtenay Bylaw No Prevention of Public Nuisances, unless other arrangements are made between the Owner and the Tenderer, and agreed to in writing. The Owner requires that the Work under this Contract be completed as quickly as possible after the Contract award, and that Substantial Performance of this Contract to be achieved by October 18 th, Tenderers shall include a 10% contingency allowance, as defined in GC 1.19, in the Tender Price.

10 T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Form of Tender Page 1 of 16 FORM OF TENDER Owner: Contract: City of Courtenay Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Reference No. Tender T18-25 TO OWNER: 1 WE, THE UNDERSIGNED: 1.1 have received and carefully reviewed all of the Contract Documents, including the Instructions to Tenderers, the specified edition of the Master Municipal Construction Documents - General Conditions, Specifications and Standard Detail Drawings and the following Addenda: ; ( ADDENDA NUMBER AND TITLE, 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 2 ACCORDINGLY, WE HEREBY OFFER: 2.1 to perform and complete all of the Work and to provide all the labour, equipment and material all as set out in the Contract Documents, in strict compliance with the Contract Documents; and 2.2 to achieve Substantial Performance of the Work on or before October 18 th, 2018; and 2.3 to do the Work for the price, which is the sum of the products of the actual quantities incorporated into the Work and the appropriate Lump Sums set out in Appendix I, the Schedule of Quantities and Prices, provided by the Contract Documents. For the purposes of tender comparison, our offer to complete the Work for the Tender Price as set out in Appendix I of this Form of Tender. Our Tender Price is based on estimated quantities listed in the Schedule of Quantities and Prices, and excludes GST. 3 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. Tenderer s Initials Owner s Initials

11 T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Form of Tender Page 2 of 16 4 WE CONFIRM: 4.1 that the following Appendices are attached to and form a part of this tender: 5 WE AGREE: 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. 5.1 that this tender will be irrevocable and open for acceptance by the Owner for a period of 60 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 5 Days of receipt of the written Notice of Award deliver to the Owner: a) 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; and b) a clearance letter indicating that the Tenderer is in WorkSafe BC compliance; and c) a copy of the insurance policies as specified in GC 24 indicating that all such insurance coverage is in place; and d) a copy of a current City of Courtenay business license or a Mid-Island inter-municipal business license; and e) a copy of the Tenderers safety program as specified by Supplementary General Condition within 10 Days of receipt of written Notice to Proceed, or such longer time as may be otherwise specified in the Notice to Proceed: a) commence the Work; and b) sign the Contract Documents as required by GC Tenderer s Initials Owner s Initials

12 T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Form of Tender Page 3 of 16 6 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: 7 WE DECLARE THAT: fail or refuse to deliver the documents as specified by paragraph of this Form of Tender; or 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. 7.1 no person, firm or company other than the undersigned, has any interest in this tender or in the proposed Contract for which this tender is made; 7.2 this tender is made without any connection, knowledge, comparison of figures, or agreement with any other company, firm or person making a tender for the same work. 7.3 in tendering for this work, and when called upon to enter into an agreement with the Owner, we will be bound to comply with all laws, statutes, and municipal bylaws pertaining to the Work. The agreement will be governed by the laws of the province of British Columbia. 7.4 in submitting this tender, we did not rely upon any information provided by the Owner, or any of the Owner s employees or agents, relating to the conditions, contingencies, risks or other circumstances, local or otherwise, which might influence or affect the performance or the cost of the Work, including, without limiting the nature of the ground, subsoil, substrata of the work site, the means of access to the work site, the quality, quantity, nature or location of the materials to be furnished or removed in performance of the Work, and the conditions under which the labour force will be employed, except the extent that any such information is expressly set forth in the Contract Documents. We have relied on our own Tenderer s Initials Owner s Initials

13 T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Form of Tender Page 4 of 16 examination of the work site and have informed ourselves as to all conditions, contingencies, risks, and circumstances, local or otherwise, which might influence or affect the performance or the cost of the Work. We accept the site prior to the signing of the Contract. 8 WE AGREE: 8.1 The Work shall be complete by October 18 th, 2018 as the designated Substantial Performance Date and completed entirely by November 30 th, 2018 as the designated Total Performance Date. 8.2 There shall be no exclusion of time from the Designated Completion Period for any reason other than delays clearly attributable to the Owner, its agents, employees or any authorized representatives. 8.3 If the designated portion of the Work is entirely completed earlier than the end of the Designated Completion Period, the Owner shall pay the Contractor an early release of the Construction Right-of-Way payment based on $0 per calendar day for each calendar day of early completion. 8.4 The early release of the Construction Right-of-Way payment will be made in the final payment, or in the next progress payment after the designated portion of the Work is entirely completed. 8.5 There shall be no exclusion of time from the Designated Completion Period for any reason other than delays clearly attributable to the Owner, its agents, employees or any Authorized Representatives. 9 WE DECLARE THAT: 9.1 We recognize that the lowest or any tender will not necessarily be accepted. 9.2 We recognize that the Owner reserves the right to reject all tenders or to accept the tender which best suits its longterm objectives; and we recognize the Owner reserves the right to accept or reject all or part of this Tender at any time during the period specified by paragraph 5.1 of this Form of Tender. 10 WE DECLARE THAT: 10.1 We do not (or any related company) have any family, ownership, and operating relationships with the City of Courtenay, or any elected official, staff or other officials holding public office in the City of Courtenay and agree that the Owner reserves the right to reject any tender that may be perceived to be in a conflict of interest. 11 WE DECLARE THAT: Tenderer s Initials Owner s Initials

14 T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Form of Tender Page 5 of The Tenderer has not: (a) had a bid bond or performance bond retained or claimed against. (b) breached a contract for works or services with the Owner or other Public Authority in British Columbia. (c) been engaged in a legal action against the Owner or other Public Authority in British Columbia, or the elected or appointed officers and employees of the Owner or the Public Authority, in relation to: any other contract for works or services any matter arising from the exercise of the Owner s or other Public Authority s powers, duties or functions under the Community Charter, Local Government Act or other enactment. (d) been charged or convicted of an offence in relation to the performance of a contract for works or services with the Owner or other Public Authority. within five years of the closing date of this Tender Tenderers who are unable to truthfully complete this declaration must provide full particulars of the relevant circumstances. Submission of a false declaration is grounds for rejection of a tender. OUR ADDRESS is as follows: Phone: Fax: Attention: This Tender is executed this day of, 20. Tenderer: FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL AUTHORIZED SIGNATOR Tenderer s Initials Owner s Initials

15 T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Form of Tender Page 6 of 16 Appendix 1 SCHEDULE OF QUANTITIES AND PRICES (See paragraph of the Instructions to Tenderers - Part II) (All prices and Quotations including the Contract Price shall include all Taxes, but shall not include GST. GST shall be shown separately.) Summary Sheet Division 1: General Requirements $ Division 31: Earthworks $ Division 32: Roads and Site Improvements $ Division 33: Utilities $ SUBTOTAL PRICE $ CONTINGENCY 10% OF TENDER PRICE $ GST $ TENDER PRICE PLUS GST $ Tenderer s Initials Owner s Initials

16 T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Form of Tender Page 7 of 16 Item Section Brief Description See MMCD Master Municipal Specifications and Supplementary Specifications for Additional Details and Descriptions Unit Est. Qty. Unit Price Amount Division 1 General Requirements Temporary Facilities 1.01 SS Mobilization and Demobilization ls Traffic Control, Vehicle Access and Parking 1.02 SS Traffic control ls Environmental Protection 1.03 SS Environmental Protection ls 1 Division 1 Sub-Total Division 31 - Earthwork Control Density Fill SS Control Density Fill Abandonment of existing watermains m Excavating Trenching and Backfilling SS Removal and Disposal of 150 mm CI Watermain Hydro Pole Stabilization During Excavation m 25 ea 10 Division 31 Sub-Total Tenderer s Initials Owner s Initials

17 T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Form of Tender Page 8 of 16 Division 32 Roads and Site Improvements Granular Subbase Granular Subbase 230 mm Thickness for Roads and Driveways m Granular Base Granular Base 130 mm Thickness for Roadway m Hot-Mix Asphalt Concrete Paving SS SS Asphalt Pavement - Upper Course - 50 mm Asphalt Pavement - Lower Course -50 mm m m Painted Pavement Markings , SS 1.5.4, SS Restoration of existing pavement markings ls 1 Division 32 Sub-Total Division 33 Utilities Waterworks , SS Watermain PVC 150 mm diameter depth of main 1.0 m lm , SS Watermain PVC 300 mm diameter depth of main 1.0 m lm In-line Gate Valves 150 mm ea In-line Gate Valves 200 mm ea In-line Gate Valves 300 mm ea Tee 300 mm X 300 mm X 150 mm Tee 300 mm X 300 mm X 200 mm Tee 300 mm X 300 mm X 300 mm ea 4 ea 1 ea 1 Tenderer s Initials Owner s Initials

18 T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Form of Tender Page 9 of Bend 300 mm diameter 45 Degree PVC Bend 300 mm diameter 22.5 Degree PVC ea 2 ea Cap 150 mm ea , SS SS Transition Coupling 300 mm X 300 mm AC to PVC Transition Coupling 300 mm X 150 mm PVC to CI Transition Coupling 200 mm X 200 mm PVC to PE Transition Coupling 150 mm X 150 mm PVC to AC Transition Coupling 150 mm x 150 mm PVC to PE Water Service Connection Reconnection (N Side) Water Service Connection Reconnection (S Side) Water Service Connection Replacement (Optional Work) Watermain Protection at Sanitary Crossings Domestic Water Meter Assembly 150 mm ea 2 ea 1 ea 1 ea 2 ea 2 ea 23 ea 16 ea 10 m 10 ea SS Double Check Valve Assembly ea SS Fire Hydrant Replacement ea SS New Fire Hydrant ea Watermain Tie-In Pipework by Contractor (Minor) ea Storm Sewers mm Drain from Meter Chambers to Drainage Manhole ea 2 Division 33 Sub-Total Tenderer s Initials Owner s Initials

19 T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Form of Tender Page 10 of 16 Appendix 2 PRELIMINARY CONSTRUCTION SCHEDULE (See paragraph of the Instructions to Tenderers - Part II) *INDICATE SCHEDULE WITH BAR CHART WITH MAJOR ITEM DESCRIPTIONS AND TIME MILESTONE DATES **MILESTONE DATES: Substantial Performance: October 18 th, 2018 ACTIVITY CONSTRUCTION SCHEDULE Note: In the case of a discrepancy between the Preliminary Construction Schedule prepared by the Tenderer and the milestone dates prescribed by the Owner above, the milestone dates will prevail. Tenderer s Initials Owner s Initials

20 T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Form of Tender Page 11 of 16 Appendix 3 EXPERIENCE OF SUPERINTENDENT (See paragraph of the Instructions to Tenderers - Part II) Name: Dates: Project Name: Responsibility: References: Dates: Project Name: Responsibility: References: Dates: Project Name: Responsibility: References: Tenderer s Initials Owner s Initials

21 T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Form of Tender Page 12 of 16 Appendix 4 COMPARABLE WORK EXPERIENCE (See paragraph of the Instructions to Tenderers - Part II) PROJECT OWNER/ CONTRACT NAME PHONE NUMBER WORK DESCRIPTION VALUE ($) Tenderer s Initials Owner s Initials

22 T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Form of Tender Page 13 of 16 Appendix 5 SUBCONTRACTORS (See paragraph of the Instructions to Tenderers - Part II) TENDER ITEM TRADE SUBCONTRACTOR NAME PHONE NUMBER Tenderer s Initials Owner s Initials

23 T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Form of Tender Page 14 of 16 Appendix 6 TENDERER S CURRENT PROJECT UNDERWAY PROJECT OWNER/ CONTACT NAME PHONE NUMBER WORK DESCRIPTION VALUE ($) % COMPLETE Tenderer s Initials Owner s Initials

24 T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Form of Tender Page 15 of 16 Appendix 7 PRIME CONTRACTOR DESIGNATION PROJECT TITLE: WORK DESCRIPTION: LOCATION: OWNER: Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Replacement of existing watermain along Willemar Avenue from 17 th Street to 21 st Street and abandonment-in-place of existing watermain Courtenay, B.C. City of Courtenay This declaration is a WorkSafe BC (formally WCB) requirement for work on City-owned properties, projects, and developments. As per the requirements of the Workers Compensation Act Part 3, Division 3, Section 118 (1-3) which states: Coordination of multiple-employer workplaces 118 (1) In this section: multiple-employer workplace means a workplace where workers of 2 or more employers are working at the same time: prime Contractor means in relation to a multiple-employer workplace, (a) the directing Contractor, employer or other person who enters into a written Agreement with the owner of that workplace to be the prime Contractor for the purposes of this Part, or; (b) if there is no Agreement referred to in paragraph (a), the owner of the workplace. (2) The prime Contractor of a multiple-employer workplace must: (a) ensure that the activities of employers, workers and other persons at the workplace relating to occupational health and safety are coordinated, and; (b) do everything that is reasonably practicable to establish and maintain a system or process that will ensure compliance with this Part and the regulation in respect to the workplace. (3) Each employer of workers at a multiple-employer workplace must give to the prime Contractor the name of the person the employer has designated to supervise the employer s workers at that workplace. By signing this Agreement, the undersigned accepts all responsibilities of a Prime Contractor as outlined in the Workers Compensation Act, and WorkSafe BC (OH&S Regulation). As a Contractor signing this Agreement with the City, you are agreeing that your company, management staff, supervisory staff and workers will comply with the Work Safe B.C. Occupational Health and Safety Regulations OH&S Regulations and the Workers Compensation (WC) Act. Any penalties, sanctions or additional costs levied against the City, as a result of the actions of the Prime Contractor are the responsibility of the Prime Contractor. I, the undersigned, acknowledge having read and understand the information above. By signing this Agreement, I agree as a representative of the firm noted below, to accept all responsibilities of the Prime Contractor for this project. I fully understand and accept the responsibilities of the Prime Contractor designation in accordance with the Workers Compensation Act for all work on City-owned property; as described above, and will abide by all WorkSafe BC Regulation requirements. Tenderer s Initials Owner s Initials

25 T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Form of Tender Page 16 of 16 WorkSafe BC Notice of Project No. (if applicable): Company: Signed: Date: (Authorized Signatory) Tenderer s Initials Owner s Initials

26 T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Draft Agreement Page 1 of AGREEMENT BETWEEN OWNER AND CONTRACTOR THIS AGREEMENT made in duplicate this day of, Contract: Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Reference No. Tender T18-25 BETWEEN: CITY OF COURTENAY (the Owner ) AND: (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 October 18 th, 2018 subject to the provisions of the Contract Documents for adjustments to the Contract Time. 1.3 Time shall be of the essence of the Contract. 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.

27 T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Draft Agreement Page 2 of 6 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. ARTICLE 5 RIGHTS AND REMEDIES 5.1 The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. 5.2 Except as specifically set out in the Contract Documents, no action or failure to act by the Owner, Contract Administrator or Contractor shall constitute a waiver of any of the parties rights or duties afforded under 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: City of Courtenay 830 Cliffe Avenue, Courtenay, B.C. V9N 2J7 Fax: Craig Perry, P.Eng., Manager of Engineering Projects The Contractor: XXXX

28 T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Draft Agreement Page 3 of 6 The Contract Administrator: Dillon Consulting Limited Suite Cessna Drive, Richmond, B.C. V7B 0A2 Marc Winer, P.Eng. 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 and received by fax; or after 5 Days from date of posting if sent by registered mail. 6.3 The Owner or the Contractor may, at any time, change its address for notice by giving written notice to the other at the address then applicable. Similarly if the Contract Administrator changes its address for notice then the Owner will give or cause to be given written notice to the Contractor. 6.4 The sender of a notice by fax assumes all risk that the fax will be received properly, and the provisions of paragraph 12.5 of the Instructions to Tenderers apply to the sender. 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.

29 T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Draft Agreement Page 4 of 6 IN WITNESS WHEREOF the parties hereto have executed this Agreement the day and year first written above. Contractor: XXXX (AUTHORIZED SIGNATORY) (AUTHORIZED SIGNATORY) Owner: CITY OF COURTENAY (AUTHORIZED SIGNATORY) (AUTHORIZED SIGNATORY)

30 T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Draft Agreement Page 5 of 6 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, 2009Platinum edition. All sections of this publication are included in the Contract Documents. 1 Agreement, including all Schedules; 2 General Conditions*; 3 Supplementary General Conditions; 4 Specifications*; 5 Supplementary Specifications; 6 City of Courtenay Standard Construction Supplementary Specifications; 6 Standard Detail Drawings*; 7 Supplementary Standard Detail Drawings; 8 Executed Form of Tender, including all Appendices; 9 Contract Drawings listed in Schedule 2 to the Agreement List of Contract Drawings ; 10 Reference Documents; 11 Instructions to Tenderers Part I; 12 Instructions to Tenderers Part II*; 13 The following Addenda:

31 T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Draft Agreement Page 6 of 6 Schedule 2 List of Contract Drawings (Complete listing of all drawings, plans and sketches which are to form a part of this Contract, other than Standard Detail Drawings and Supplementary Standard Detail Drawings.) TITLE DRAWING NO. DATE Cover G-0 May 10, 2018 Legend and Notes G-1 May 10, 2018 Watermain Connection Details Sheet 1 of 2 G-2 May 10, 2018 Watermain Connection Details Sheet 2 of 2 G-3 May 10, 2018 REVISION DATE REVISION NO. Removals, New Construction and Profile Sta to Sta Removals, New Construction and Profile Sta to Sta Removals, New Construction and Profile Sta to Sta Removals, New Construction and Profile Sta to Sta U-1 May 10, 2018 U-2 May 8, 2018 U-3 May 8, 2018 U-4 May 8, 2018

32 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary General Conditions Page 1 of 9 SUPPLEMENTARY GENERAL CONDITIONS (TO BE READ WITH GENERAL CONDITIONS CONTAINED IN THE 2009 PLATINUM EDITION OF THE PUBLICATION MASTER MUNICIPAL CONSTRUCTION DOCUMENTS ) TABLE OF CONTENTS Sec. Description Page 1 Definitions Documents. 2 3 Contract Administration Contractor Changes Valuation of Changes and Extra Work Force Account Hazardous Material Delays Disputes Payment Laws, Notices, Permits and Fees Insurance SCHEDULE Letter Agreement with Referee... 9 Note: Indicates amendment recommended by MMCD Board

33 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary General Conditions Page 2 of 9 SUPPLEMENTARY GENERAL CONDITIONS Contract: Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Reference No. Tender T18-25 DEFINITIONS Contract Administrator Deleted Items (delete GC and replace with the following) Contract Administrator means the person appointed by the Owner and identified by the Owner in writing to the Contractor. The Contract Administrator may be an officer of the Owner, a direct employee of the Owner, an officer or employee of the consultant who designed the Work for the Owner, or an independent consultant. Delete GC DOCUMENTS 2 Interpretation 2.2 (delete GC 2.2.4(1) and replace with the following) The Contract Documents shall govern and take precedence in the following order with the Agreement taking precedence over all other Contract Documents. (a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) Agreement Addenda Supplementary General Conditions General Conditions Supplementary Specifications City of Courtenay Standard Construction Supplementary Specifications Specifications Drawings listed in Schedule 2 of the Agreement Supplementary Detail Drawings Standard Detail Drawings Executed Form of Tender Instructions to Tenderers All other Contract Documents; Note: Indicates amendment recommended by MMCD Board

34 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary General Conditions Page 3 of 9 CONTRACT ADMINISTRATOR Contract Administration (delete GC and replace with the following) The Contract Administrator shall provide administration of the Contract as described in the Contract Documents during all Work, until the end of the Maintenance Period. Inspection and Site Inspector 3.4 (delete GC and replace with the following) If at any time and for any reason the Contract Administrator determines that inspection or testing of the Work, or portion of the Work, is required that was not called for in the Contract Documents, then the Contract Administrator may direct the Contractor to perform, or have performed, that inspection or testing, as provided in GC CONTRACTOR Safety Protection of Work, Property and the Public (add new clause as follows) Further to GC 4.2.1, the Contractor shall demonstrate and maintain an active safety program, to the satisfaction of the Owner, for the duration of the Contract. (delete GC and replace with the following) In performing the Work the Contractor shall protect the Work, the Owner's property and all other person s property from damage. The Contractor shall, at the Contractor s own expense, make good any such damage and indemnify the Owner and their agents from any loss or expense which arises as a result of the Contractor's operations. The Contractor shall obtain and provide to the Owner written acceptance of any restored damage. (add new clause as follows) The Contractor shall locate, mark and protect from damage or disturbance, any and all stakes, survey pins, monuments and markers at the Place of the Work. All survey stakes, pins, monuments or markers which, in the opinion of the Owner, have been damaged or disturbed shall be made good following construction by a registered B.C. Land Surveyor at the Contractor's expense. (add new clause as follows) The Contractor shall make themself aware of the City of Courtenay archeological mapping. A copy of this mapping is available from the Owner directly. When working in areas of significance, as noted on the mapping, the Contractor shall exercise Note: Indicates amendment recommended by MMCD Board

35 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary General Conditions Page 4 of 9 caution in his excavation so as to minimize disruption to any potential items of archeological significance. The Contractor shall, upon exposing any item of potential significance, immediately suspend his operations and contact the Contract Administrator. Construction Schedule 4.6 (delete GC and replace with the following) The Contractor shall update the Baseline Construction Schedule monthly to produce an adjusted Baseline Schedule (the Adjusted Baseline Schedule ) that reflects any adjustments to the Milestone Date(s) or the Contract Time as provided by the Contract Documents, including without limitation if the Contract Administrator issues a Change Order or other Contract Document(s) which adjusts any Milestone Date(s). Each Adjusted Baseline Schedule will replace the previous Baseline Construction Schedule. (delete GC and replace with the following) The time for the performance of the Work shall commence on the date specified in the Notice to Proceed, or if not so specified, on the date the Notice to Proceed is issued. Subject to a contrary provision in the Contract Documents, the Owner shall issue the Notice to Proceed within 10 Days of receipt of the documentation required from the Contractor under paragraph of the Form of Tender. Failure by the Owner to issue the Notice to Proceed within the 10 Days shall entitle the Contractor to a claim for delay under GC Superintendent Materials Subcontractors (delete GC and replace with the following) The Contractor shall employ a competent senior representative at the Place of the Work (the Superintendent ) who shall have the responsibility to ensure that the Work is performed in compliance with the Contract Documents. Unless otherwise permitted in writing by the Owner, the Superintendent shall be the person whose experience was submitted in Appendix 3 of the Tender. The Contractor shall also employ necessary assistants for the Superintendent and the Superintendent and assistants shall be in attendance at the Place of the Work while Work is being performed. (add new clause as follows) The Contractor will provide documentation to the Contract Administrator upon request which verifies that all materials and products comply with the City of Courtenay s Approved Products List. (Delete GC and replace with the following) The Contractor shall employ only the Subcontractors listed in Appendix 5 of the Form of Tender, or others as approved in writing by the Owner, and shall not change or employ additional Subcontractors without the approval of the Owner, which approval shall not be unreasonably withheld. Note: Indicates amendment recommended by MMCD Board

36 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary General Conditions Page 5 of 9 CHANGES Changes (delete GC and replace with the following) Additional work that the Owner may wish performed that does not satisfy the requirements of subparagraphs (a) and (b) of GC 7.1.1(1) is Extra Work and not a Change. Pursuant to GC 8, Extra Work may be declined by the Contractor or may, upon agreement between the parties, be undertaken as Extra Work. VALUATION OF CHANGES AND EXTRA WORK 9 Quantity Variations 9.4 (delete GC and replace with the following) If for any reason, including an addition or deletion under GC (1) or GC (2) respectively, the actual quantity of a unit price item varies by more than plus or minus the Variance Threshold Percentage from the estimated quantity for that unit price item as listed in the Schedule of Quantities and Prices (the Tender Quantity ) or as otherwise agreed to pursuant to these Contract Documents, then either the Owner or the Contractor may by written notice request the other party to agree to a revised unit price, considering the change in quantities. A party shall make a request for a revised unit price as soon as reasonably possible after the party concerned becomes aware of the quantity variation. (delete GC (2) and replace with the following) (2) If there is an overrun in the estimated quantity, GC (2) shall apply to the overrun. (delete clause 9.4.3(b)) FORCE ACCOUNT Force Account Costs (delete GC (4) and replace with the following) (4) Force Account Work Performed by a Subcontractor shall be paid for in the lesser of: (i) the amount as provided by subparagraphs (1), (2) and (3) of this GC, plus a markup of 5%, or (ii) the actual amount the Contractor pays the Subcontractor including a markup of 10% on such actual cost to cover all overhead and profit. HAZARDOUS MATERIALS Discovery of Hazardous Materials (delete GC and replace with the following) If the Contract Administrator observes any materials at the Note: Indicates amendment recommended by MMCD Board

37 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary General Conditions Page 6 of 9 Place of the Work that the Contract Administrator knows or suspects may be Hazardous Materials then the Contract Administrator shall immediately give written notice to the Contractor and the Contractor shall immediately stop the Work or portion of the Work as required by GC (1). DELAYS Liquidated Damages for Late Completion (delete GC and replace with the following) If the Contractor fails to meet the Milestone Date for Substantial Performance as set out in the Form of Tender, paragraph 2.2 as may be adjusted pursuant to the provisions of the Contract Documents, then the Owner may deduct from any monies owing to the Contractor for the Work: (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 $2,000 per day or pro rata portion for each Day that actual Substantial Performance is achieved after the Substantial Performance Milestone Date; plus (2) all direct out-of-pocket costs, such as costs for safety, security, or equipment rental, reasonably incurred by the Owner as a direct result of such delay. If the monies owing to the Contractor are less than the total amount owing by the Contractor to the Owner under (1) and (2) then any shortfall shall immediately, upon written notice from the Owner, and upon Substantial Performance, be due and owing by the Contractor to the Owner. DISPUTES Referee (delete GC (2) and replace with the following) (1) if the parties have not agreed upon a Referee within 3 Days of a submission of names by one party to the other as provided by GC (1), then either party may request in writing the Master Municipal Construction Documents Association to appoint the Referee. The Association will have the authority to appoint a Referee without further consultation with the parties and the parties shall accept the Association s appointment. If for any reason Note: Indicates amendment recommended by MMCD Board

38 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary General Conditions Page 7 of 9 the Association fails to appoint a Referee within 5 Days of the written request then such failure shall be deemed to be an agreement between the parties to omit a review of that Dispute by a Referee and a party may at the end of the 5 Days request a Settlement Meeting and proceed with the remaining steps in the Dispute resolution process as described in this GC. PAYMENT Supporting Documentation Holdbacks Substantial Performance LAWS, NOTICES, PERMITS AND FEES (delete GC and replace with the following) If requested in writing by the Contract Administrator the Contractor shall as a precondition to the issuance of the Payment Certificate provide a sworn declaration in a form acceptable to the Contract Administrator, that as of the date set out in the sworn declaration all amounts which have been incurred directly by the Contractor relating to the Work that are due and owing to third parties have been paid. (delete GC and replace with the following) Defects and Deficiencies: In addition to other holdbacks as provided by the Contract Documents, when considering Substantial Performance, the Owner may hold back from payments otherwise due to the Contractor 200% of a reasonable estimate, as determined by the Contract Administrator, on account of deficient or defective Work already paid for. This holdback may be held, without interest, until all deficiencies or defects are remedied. The items of defect or deficiency and the amounts of related holdbacks shall be listed separately on the Payment Certificate. (add SGC as follows) At the time of Substantial Performance the Contractor is required to provide record drawing information that meets Section Project Record Drawings. Should the Contractor fail to provide the record drawing information, this will be taken to be a deficiency and the Owner may hold back $10,000 from payments otherwise due to the Contractor. This holdback may be held until record drawing information is submitted and approved by the Contract Administrator, and the conditions of SGC are met. (delete GC (1) and replace with the following) (1) a sworn declaration in a form in accordance with SGC ; and; Permits 20.2 (add SGC as follows) The Contractor shall obtain a City of Courtenay business licence or Mid-Island inter-municipal business licence, a copy of which must be submitted to the Contract Administrator prior to Note: Indicates amendment recommended by MMCD Board

39 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary General Conditions Page 8 of 9 issuance of the first Payment Certificate. Environmental Laws INSURANCE Required Insurance (add clause as follows) Further to GC , the Contractor shall engage a registered professional skilled and knowledgeable in the appropriate disciplines for production and updating of a Sediment and Erosion Control Plan throughout the duration of the Contract. (delete GC (2) and replace with the following) (2) Commercial General Bodily Injury and Property Damage liability Insurance Limits: Bodily Injury and Property damage inclusive $5,000,000. The insurance shall include Contractor s Contingent Liability and Contractual Liability of sufficient scope to include the liability assumed by the Contractor under the terms of this Contract, and Completed Operations Liability. The policy shall include the Owner and the Contract Administrator as additional insured s with a cross liability clause. Any property damage deductible shall be for the account of the Contractor and shall not exceed $10, for any one occurrence. (add GC (5) as follows) (5) Boiler and machinery Insurance in the joint names of the Contractor, and the Owner. The policy shall include as insured s all Subcontractors. The coverage shall be maintained continuously from commencement of use or operation of the boiler and machinery objects insured by the policy and until 10 calendar days after Substantial Performance. (delete GC and replace with the following) All policies referred to in this GC shall provide that thirty (30) days notice of cancellation will be given in writing to each insured, including the Owner, otherwise the policies to remain in full force and effect until the Work has been completed. Notwithstanding the foregoing, the Commercial General Bodily Injury and Property Damage Liability insurance referred to in GC (2) shall remain in full force and effect from the commencement of the performance of the Work for a period of not less than twelve (12) months following Total Performance, and with respect to completed operations coverage for a period of not less than 24 months following Total Performance. (add clause as follows) The Contractor shall ensure the following are named as additional insured under this Contract : The City of Courtenay Dillon Consulting Limited Note: Indicates amendment recommended by MMCD Board

40 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary General Conditions Page 9 of 9 SCHEDULE Letter Agreement with Referee Add following Schedule to Supplementary General Conditions: Schedule Letter Agreement with Referee (Name and Address of Referee) Contract: Reference No. BETWEEN: (the Owner ) AND: (the Contractor ) We write to confirm your appointment as a Referee under the above Contract. The terms of your appointment are as contained in GC 17.5 of the Contract Documents. The parties specifically confirm GC , GC and GC We confirm that you agree to review any Disputes in accordance with the Contract Documents that may be sent to you by either of the parties, and perform the functions of a Referee as described in the Contract Documents. The written Dispute and related materials, including a copy of the Contract Documents, shall be forwarded to you. Note: Indicates amendment recommended by MMCD Board

41 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary Specifications Page 1 of 23 SUPPLEMENTARY SPECIFICATIONS TABLE OF CONTENTS Sec. Description Page SS Reference Specifications 3 SS Payment 3 SS Traffic Control, Vehicle Access and Parking 3 SS Environmental Protection 5 SS Concrete Walks, Curbs and Gutters 5 SS Cast In Place Concrete 6 SS Precast Concrete 6 SS Roadway Lighting 6 SS Aggregates and Granular Materials 8 SS Shrub and Tree Protections 9 SS Site Grading 9 SS Excavating Trenching and Backfilling 11 SS Control Density Fill 11 SS Roadway Excavation, Embankment and Compaction 11 SS Riprap 12 SS Granular Subbase 13 SS Granular Base 13 SS Hot Mix and Warm Mix AC Paving 13 SS Painted Pavement Markings 16 SS Planting of Trees, Shrubs and Ground Covers 17 SS CCTV Inspections of Pipelines 17

42 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary Specifications Page 2 of 23 SS Waterworks 18 SS Sanitary Sewers 21 SS Storm Sewers 22 SS Manholes and Catchbasins 22

43 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary Specifications Page 3 of 23 SUPPLEMENTARY SPECIFICATIONS The following Supplementary Specifications included in this section of the Contract Documents are modifications or additions to the Specifications in the Master Municipal Construction Document Volume II (Platinum Edition): SS Reference Specifications 1.1 Nomenclature Delete reference :.26 NAAPI North American Association of Pipeline Inspectors 1.2 Referenced Specifications Delete Referenced Specifications ,.2,.5,.10 and.11 Add Referenced Specification: CSA A3000 Cementitious Materials Compendium SS Temporary Facilities 1.9 Payment Delete section and replace with the following:.1 Payment for mobilization and demobilization includes all costs associated with mobilizing to, and demobilizing from the site, bonding and insurance costs, temporary facilities as described in this section, any temporary structures as required on the Contract Drawings, preparation of laydown areas and remediation of laydown and other areas disturbed by the Contractor. 50% of the lump sum will be paid upon mobilization to the site and 50% upon removal of heavy equipment, temporary facilities, and temporary structures from the site as determined by the Contract Administrator SS Traffic Control, Vehicle Access and Parking 1.0 General Delete section and and replace with the following:.4 Give minimum 5 days notice or as otherwise directed by local bylaws to local police, fire departments, emergency services and municipal works authorities prior to beginning construction and comply in all respects to their requirements..5 Advise in writing all property owners and neighboring residences affected by access, service disruptions and specific construction disturbance 14 days and again 3 days prior to commencing the Work. The limits of the affected properties are to be confirmed with the Contract Administrator prior to issuing notices.

44 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary Specifications Page 4 of 23 Add sections as follows:.6 Provide weekly written notices two weeks ahead of planned construction activities and schedule to Contract Administrator. Advertise on the radio a Notice of Closure or Disruption, as directed by the Contract Administrator. 1.4 Traffic Control Delete section and replace with the following:.3 When workmen or equipment are employed on travelled way over brow of hills, around sharp curves or at other locations where oncoming traffic would not otherwise have adequate warning. Add sections to as follows:.14 Submit a traffic management plan to the Contract Administrator prior to the Preconstruction meeting. Traffic management plan to be reviewed and approved by the Contract Administrator prior to site mobilization. Content of the plan shall include but not be limited to:.1 Hours of work..2 Work zone size, location, and staging through the course of construction including configuration during excavation, backfill, temporary restoration and permanent pavement restoration..3 Access locations for equipment and materials to the work site..4 Traffic control layout including placement of traffic control devices and persons..5 Detour routes and signage as indicated by the Contractor..6 A public information plan outlining the process and schedule to notify the general public and affected property owners of scheduled work plans, traffic delays, disruptions, and road or lane closures..15 Maintain at least 1 controlled lane for Local Traffic Only along the entirety of the project for the duration of the project. Access must also be maintained for multifamily developments at #1755, #1855, and #1905 Willemar Avenue at all times..16 Maintain a pedestrian thoroughfare along Willemar Avenue for the entirely of the project..17 Maintain driveway access to residences along Willemar Avenue at the end of every day unless approved by Contract Administrator..18 Maintain access for emergency vehicles through or around the Site..19 Maintain garbage pick-up service on the scheduled dates (dates will be provided by the Owner), to all affected residents or businesses during the construction period or as directed by the Contract Administrator for the duration of the project. 1.5 Payment Delete section and replace with the following:

45 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary Specifications Page 5 of 23.1 Payment will be a lump sum item and paid equally across the contract based on the Contractor s schedule. SS Environmental Protection 1.0 General Add sections as follows:.3 Submit an erosion and sediment control plan to the Contract Administrator prior to the Pre-construction meeting. Content of the plan shall include but not be limited to:.1 Erosion and control risks..2 Temporary drainage measures.3 Locations and details of control measures and monitoring needs 1.2 Temporary Erosion and Sedimentation Controls Delete section and replace with the following:.2 Do not operate construction equipment in watercourses. 1.6 Payment Delete section and replace with the following:.1 Payment will be a lump sum item and paid equally across the contract based on the Contractor s schedule SS Concrete Walks, Curbs and Gutters 1.4 Measurement and Payment Delete section and replace with the following:.5 Payment for concrete sidewalks, in-fill strips, walkways, concrete ramps and exposed aggregate concrete where shown on the Contract Drawings includes supply and placing of the concrete and granular base under the noted items and will be made separately for each specified thickness and type of finish. Add section and as follows:.10 Payment for the removal and replacement of concrete curb and gutters where indicated by the Contract Administrator includes the saw cutting of existing asphalt, removal of existing curb, granular base, concrete curb and gutter to match existing and asphalt patch. 2.1 Materials Delete section and replace with the following:.1 Hand-formed and hand-placed concrete:

46 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary Specifications Page 6 of 23 Slump: 80 mm. Air entrainment: 5 to 8%. Maximum aggregate size: Minimum cement content: Minimum 28 day compressive strength: 20 mm. 335 kg/m3. 32 MPa. SS Cast-In-Place Concrete 1.5 Measurement and Payment Add section as follows:.6 Payment for cast in place reinforced concrete driveways will include all items, work and incidentals to reinstate driveway to existing or better conditions. This will include, but is not limited to, all formwork, reinforcement, subgrade preparation, construction expansion joints and saw cutting of existing concrete slab. Excavation and backfilling will be paid under appropriate pay items in section Roadway Excavation, Embankment and Compaction. Minimum standard for reinforced concrete driveway slab will be 120mm thick reinforced concrete slab with 300mm granular base compacted to 100% Standard Proctor Maximum Dry Density (SPMDD). 2.1 Materials Delete section and replace with the following:.1 Portland cement: to CSA A3000 Delete section and replace with the following:.2 Supplementary cementing materials: to CSA A3000 SS Precast Concrete 1.4 Measurement and Payment Add section as follows:.6 Payment for precast concrete driveway troughs and specified grating will be made on a lineal meter basis of installed troughs. Payment shall include all supply and works required for installation including base prep and all other incidentals. SS Aggregates and Granular Materials 2.7 Granular Pipe Bedding and Surround Material Delete section and replace with the following: Percent Passing

47 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary Specifications Page 7 of 23 Sieve Designation Type 1* Type 2* Type 3* 50.0 mm mm mm mm mm mm mm mm mm mm mm mm *Type 1: *Type 2: *Type 3: standard gradation to be used only in dry trench conditions and with Contract Administrator s approval minimum 40% Porosity Recycled concrete free from contaminated and other extraneous material, confirming to the Type 1 gradations, may be used as pipe bedding and surround material Recycled Aggregate Material Delete section and replace with the following:.1 Aggregates containing recycled material may be utilized if approved by the Contract Administrator. In addition to meeting all other conditions of this specification, recycled material should not reduce the quality of construction achievable with quarried materials. Recycled material shall consist only of aggregates, crushed portland cement concrete, or asphalt that is free of impurities. Add section as follows:.2 Recycled Concrete and Asphalt (RCA): To be well graded mixture of aggregates, crushed portland cement concrete, or asphalt, substantially free from lumps and impurities. This material shall be manufactured to conform to the following gradation Sieve Designation Percent Passing 25 mm mm mm mm mm mm 15-35

48 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary Specifications Page 8 of mm mm California Bearing Ratio of the supplied materials shall be a minimum of 20% and shall be tested at every 5,000 tonnes. Add section as follows:.3 Virgin Materials: All aggregates and granular materials shall consist of entirely virgin materials, except recycled aggregate materials Recycled Asphalt Pavement (RAP) Add sections , and as follows:.1 Recycled Asphalt Pavement (RAP) shall consist of asphalt concrete free from organic matter, contaminated and other extraneous material..2 Source of RAP shall be from asphalt removal, surplus generated during plant start-up, transition between mixes, plant clean out, or excess mix produced that could not be placed..3 RAP gradation shall not exceed the maximum aggregate size for the specific asphalt mix. 3.1 Handling Add section as follows:.3 Handling and storage of RAP shall be in accordance with National Asphalt Pavement Association (NAPA) Quality Improvement Series 129 Best Practices for RAP and RAS Management. SS Shrub and Tree Protection 3.0 Execution Add section to as follows:.7 Including other protection measures noted on the contract drawings.8 Tree protection measures shall be carried out in accordance with the City of Courtenay Tree Protection Bylaw No The Root Protection Area and Tree Protection Barriers, for all trees to be retained within the project area, shall be established and constructed with the City Arborist s approval prior to the start of any demolition or construction activities onsite.

49 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary Specifications Page 9 of A City Arborist shall be on-site to observe all work that occurs within the Root Protection Area and to provide guidance and direction on tree protection measures to be carried out..11 Tree roots greater than 35mm diameter shall not be cut without review and approval of City Arborist..12 Landscaping around protected trees within the project area should be limited to a 1.5m radius chipped arborist wood mulch ring. Mulch as specified in the landscape drawings. SS Site Grading Clause Delete Table 1 and replace with the following: TABLE 2: TOLERANCES FOR SUBGRADES WHERE GROWING MEDIUM (TOPSOIL) TO BE PLACED OVER SUBGRADE Conditions Intended Growing Medium Depth Tolerance Within 3 m from fixed mm ± 25 mm elevations (e.g., paving mm ± 25 mm edges, curbs, etc.) mm ± 50 mm Other areas mm ± 25 mm mm ± 50 mm mm ± 50 mm SS Excavating Trenching and Backfilling 1.7 Disposal Delete section and replace with the following:.1 Dispose of all surplus spoil from excavations on-site and/or off-site. Suitability of excavated material for use as native bedding or trench backfill will be governed by 2.0 of this Section. Dumping of spoil on private property will be permitted only upon written approval from property owner and provided all necessary permits and approvals have been obtained Measurement and Payment Add section as follows:.9 Payment for the stabilization and protection of existing hydro poles adjacent to the watermain trench will include all materials required to stabilize the pole, provision of spotter during work, trench shoring materials and labour, restoration of the hydro pole following watermain installation, coordination with BC Hydro as required and reinstatement of any impacted utilities or required disconnections. Payment will be made per pole that infringes in the trench area and requires stabilization.

50 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary Specifications Page 10 of Use of Specified Materials Delete section and replace with the following:.4 Recycled concrete and asphalt (RCA) 3.3 Excavation Add section as follows:.13 Hydro poles adjacent to the watermain trench excavation fall within the excavation zone. Impacted hydro poles are to be stabilized and protected during excavation to prevent damage to existing utilities and maintain utility connectivity during construction. Hydro pole protection and excavation activities to comply with BC Hydro limits of approach and Work Safe BC regulations. Contractor to ensure compliance with relevant regulations during excavation and restoration. 3.5 Backfill and Compaction Delete section and replace with the following:.4 Compaction: place backfill and compact to following Standard Proctor Maximum Dry densities (SPMDD) in compliance with ASTM D698. (All following references to density imply compliance with ASTM D698)..1 Boulevards and easements to minimum 98%..2 Roads, driveways, shoulders, re-shaped ditches and sidewalks to minimum 98%..3 Use caution in pipe zone to ensure no damage to pipe. Add section as follows:.5 Hydro poles to be monitored during backfill and compaction for any movement and activities to be stopped if any movement is observed. Alternate compaction methods required if hydro pole movement can t be mitigated. 3.6 Surface Restoration Delete section and replace with the following:.2 Restore unimproved and grassed surfaces with approved topsoil and sod as shown on Contract Drawings. Delete section and replace with the following:.4 Restore lawns with minimum 100mm topsoil and sod to match existing lawn. Delete section and replace with the following:.3 Gravelled roads and driveways:.1 Restore surface as shown on Contract Drawings.

51 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary Specifications Page 11 of 23.2 Complete final restoration immediately upon completion of trench backfilling. Add section as follows:.8 Hydro Poles:.1 Hydro poles to be restored to be vertical and plumb during surface restorations to pre-construction or better conditions. SS Controlled Density Fill 1.4 Measurement and Payment Add section as follows:.4 Payment for controlled density fill of abandoned pipes to be by linear metre of pipe. Payment to include removal of existing valve stems, boxes and surface appurtenances and install caps on all ends of abandoned mains 2.1 Materials Delete section and replace with the following:.1 Portland Cement: to CSA A3000. Delete section and replace with the following:.2 Fly ash: to CSA A3000. SS Roadway Excavation, Embankment and Compaction 1.8 Measurement and Payment Delete section and replace with the following:.5 Payment for common excavation includes removal of, curbs and gutters, utilities strips, walkways, gravel driveways, pipes and conduits which are removed as part of the operation for common excavation but excludes concrete sidewalks and asphalt. Measurement for common excavation is as follows:.1 The volume for common excavation will be based on design drawings and will be calculated using AutoCAD Civil 3D 2014 Software. No additional compensation will be awarded for any excavation beyond the limits of the design grades as shown on the Contract Drawings..2 Payments for on-site re-use includes compaction of the re-used materials. Delete section and replace with the following:

52 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary Specifications Page 12 of Payment for removal and replacement of areas of unsuitable subgrade will include all remedial work, compaction, materials, disposal and requirements specified in this section. Payment will be based on field measurements by the Contract Administrator of the volume excavated prior to subgrade replacement. Replacement areas will be identified by either proof roll, compaction tests or as identified by geotechnical personnel. All identified areas to be approved by the Contract Administrator prior to removal. Add section as follows:.14 Payment for removal of existing asphalt will be measured in square metres of surface actually removed regardless of depth removed. Payment under this item will include operations involved in removing, hauling and disposing of pavement and cleaning of remaining pavement surfaces. Add section as follows:.15 Payment for removal of existing concrete will be measured in square metres of surface actually removed regardless of depth removed. Payment under this item will include operations involved in removing, hauling and disposing of all materials. 2.2 Specified Materials Add section as follows:.5 Recycled concrete and asphalt (RCA) 3.3 Inspection of Native Surface Delete section and replace with the following:.1 Prior to placing embankment fill, proof roll graded native surface using fully loaded single or dual axle dump truck. Contract Administrator may authorize use of other acceptable proof rolling equipment. Remove soft or other unstable material. Replace with approved embankment fill and compact replacement fill to minimum 98% Standard Proctor Maximum Dry Density in compliance with ASTM D698. (All following references to density imply compliance with ASTM D698). 3.5 Compaction Delete section and replace with the following:.2 Compact to a density of not less than 98% Standard Proctor Maximum Dry Density. SS Riprap 2.1 Riprap Delete Table in and replace with the following:

53 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary Specifications Page 13 of 23 Percent Percent Equivalent Heavier Lighter Mass Weight Diameter (mm) Than Than (kg) (N) As specified In Contract Documents SS Granular Subbase 1.4 Measurement and Payment Delete section and replace with the following:.5 Payment for removal of unsuitable subgrade including disposal off site will be made under Section Roadway Excavation, Embankment and Compaction. 2.1 Specified Materials Add as follows:.8 Recycled concrete and asphalt (RCA) 3.3 Compaction Delete section and replace with the following:.2 Compact to a density of not less than 98% Standard Proctor Maximum Dry Density. SS Granular Base 1.4 Measurement and Payment Delete section and replace with the following:.1 Limit of payment for granular base under this and sub-section 2 will be up to 300mm beyond back of curb as indicated on the Contract Drawings. Granular base for sidewalk, bikepath and walkway construction is included in payment under Section Concrete Walks, Curbs and Gutters. Measurement for granular base of variable thickness will be for actual quantity placed based on weigh tickets provided to Contract Administrator as loads are delivered. Delete section and replace with the following:.4 Payment for removal of unsuitable subgrade including disposal off-site prior to direct placement of granular base will be made under section Roadway Excavation, Embankment and Compaction. SS Hot Mix and Warm Mix AC Paving 1.0 General

54 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary Specifications Page 14 of 23 Delete section and replace with the following:.1 Section refers to those portions of the work that are unique to the supply and placement of hot-mix asphalt (HMA) and warm-mix asphalt (WMA) concrete paving. This section must be referred to and interpreted simultaneously with all other sections pertinent to the works described herein. Add section as follows:.2 WMA represents technologies which allow a reduction in the temperature at which asphalt mixtures are produced and placed. WMA technologies include those in which an additive is mixed with the asphalt cement or added to the mixture during production, and to plant foaming processes. 1.5 Measurement and Payment Delete section and replace with the following:.1 Payment for asphaltic concrete paving includes all construction joint preparation, supply and placing of the asphaltic concrete, compaction, adjusting and cleaning frames, covers and lids of all castings affected and taped temporary pavement markings. Measurement for asphaltic concrete paving for the specified design mixes will be for the area of the asphalt concrete actually incorporated into the work. Delete section and replace with the following:.2 if thickness is less than specified, Contract Administrator may calculate amount of asphaltic concrete deficiency and, for payment purpose, reduce the item amount in pro-rata accordingly. Add section as follows:.3 if thickness is greater than specified, Contract Administrator may accept the work, if the excess thickness is acceptable, with no additional payment for the excess thickness. 2.2 Mix Design Delete sections and and replace with the following:.1 Submit job formula to Contract Administrator for review and approval. The mix design shall identify HMA or WMA. In addition to the regular information provided in the mix design the mix design for Warm Mix Asphalt shall include the following:.1 WMA technology and/or WMA additives information..2 WMA technology manufacture s established recommendations for usage..3 WMA technology manufacturer s established target rate for water and additives, the acceptable variation for production, and documentation showing the impact of excessive production variation.

55 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary Specifications Page 15 of 23.4 Temperature range for mixing..5 Temperature range for compacting..6 Asphalt binder performance grade test data over the range of WMA additive percentages proposed for use..2 Mix may contain up to 15% recycled asphalt cement replacement without changing binder grade. Design of mix to include RAP from proposed source blended with virgin aggregate. Add sections and as follows:.5 Percentage of RAP used shall be stated in the mix design report..6 Minimum Tensile Strength Ratio (TSR): 80 for mix design with RAP content. Add section as follows:.4 Modification of asphalt cement either using additives or by foaming shall be in accordance with the approved mix design of the WMA. 3.1 Plant and Mixing Requirements Add section as follows:.4 Use minimum 0.3% of anti-stripping agent, if Tensile Strength Ration (TSR) is less than 80%. Delete section and replace with the following:.4 Mixing tolerances including variations resulting from adding RAP:.1 Permissible variation in aggregate gradation from job mix (percent of total mass): mm sieve and larger mm sieve mm sieve mm sieve mm sieve Permissible variation of asphalt cement from job mix, 0.3%.3 Permissible variation of mix temperature at discharge from plant, 5 C. 3.4 Transportation of Mix Delete section and replace with the following:.5 Deliver loads continuously in covered vehicles and immediately spread and compact. Deliver and place mixes at temperature within specified range under the approved mix design.

56 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary Specifications Page 16 of 23 SS Painted Pavement Markings 1.5 Measurement and Payment Delete Section and replace with the following.4 Payment for traffic control signs includes all the materials, work and incidentals shown on the Contract Drawings or as directed by the Contract Administrator. Add section as follows:.5 Payment for sign reinstatement will include all items necessary for the installation of existing signage on new bases at a location specified by the Contract Administrator. Any removal of existing signage noted on the contract drawings will be considered incidental to contract quantities under this section. 2.1 Materials Delete reference title for section and replace with the following title:.6 Pavement Markings: Delete section Add section as follows:.7 Thermoplastic material:.1 Material composition shall be at the discretion of the manufacturer subject to the approval of the Contract Administrator. Each formulation shall be identified by a code number.2 No retained water when tested by ASTM D Specific gravity of the supplied product shall be within 3% of that specified for the selected formulation..4 Material shall not deteriorate upon contact with de-icing chemicals, gasoline, diesel fuel or grease dropped by traffic..5 Material shall not break down, deteriorate, scorch or discolour, if held within the application temperature range specified by the manufacturer for a period of four hours and it must be able to be reheated from room temperature to the application temperature four (4) times without showing any of these detrimental effects..6 When applied at the temperature recommended by the manufacturer and at a film thickness of 2 to 4mm, the material shall set solid and show no tracking under traffic after elapsed times as follows:.1 Two (2) minutes at an air temperature of 10 C, relative humidity less than 75%, and road surface temperature from 10 C.

57 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary Specifications Page 17 of 23.2 Five (5) minutes at an air temperature of 32 C, relative humidity less than 75%, and road surface temperature from 35 C..3 The drying time under conditions intermediate between the two air temperatures shall be interpolated using a straight line model..7 The quantity, type, and gradation of the component reflecting glass spheres premixed in the thermoplastic material shall be at the discretion of the manufacturer, but shall provide retro-reflection levels specified below. 3.3 Application Delete section and replace with the following:.3 Thermoplastic material shall be heated in the melter to a temperature of 382 ⁰F SS Planting of Trees, Shrubs and Ground Covers 1.9 Measurement and Payment Delete section and replace with the following:.1 Payment for trees will be for each tree of a size and species specified on the contract drawings. Payment for shrubs will be made based in a unit rate for each container size, including plugs, as identified on the contract drawings. Payment includes all preparatory work, supply and planting the trees and shrubs as applicable, and other incidentals specified under Section Planting Trees, Shrubs and Ground Covers including maintenance to meet Conditions of Total Performance Guarantee/ Maintenance Delete sections and and replace with the following:.2 Guarantee includes replacing all plants determined by Contract Administrator to be dead or failing at end of Maintenance Period. Replacements to be made at next appropriate season, and conditions of guarantee will apply to all replacement plants for one full growing season..3 Contract Administrator reserves the right to extend Contractor s guarantee responsibilities for an additional one year if, at the end of initial Maintenance Period, leaf development growth is not sufficient to ensure future survival. SS CCTV Inspection of Pipelines 1.3 Submission of Certification Delete section and replace with the following:.1 Submit copy of the CCTV operator s current NASSCO certification certificate to the Contract Administrator at least one week prior to the start of the CCTV inspection operations. 3.1 CCTV Inspection Delete section and replace with the following:

58 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary Specifications Page 18 of 23.1 CCTV operator to be certified by NASSCO. 3.7 Photographs and/or Digital Images Delete section and replace with the following:.5 CSA condition defect code Coding Accuracy Delete section and replace with the following:.4 An operator failing to meet the accuracy requirements on two occasions will not be permitted to code on the remainder of the project until they have successfully passed the NASSCO Level of Qualification for CSA Operators. SS Waterworks 1.8 Measurement and Payment Delete section and replace with the following:.2 Payment for watermain and service connections includes saw cutting pavement, trench excavation, disposal of surplus excavated material, bedding, supply and installation of all pipe, bolts, gaskets, restraints, tie rods, thrust blocks, and anodes, imported or native backfill as shown on the Drawings, cleaning, pressure and leakage testing, flushing, disinfection, all surface restoration as specified under Section Excavating, Trenching and Backfilling 3.6, except permanent pavement restoration, and all other work and materials necessary to complete the installation as shown on the Drawings and specified under this Section. Measurement for watermain will be made along the centreline of main, through valves and fittings, with no deduction for length of valves or fittings, over surface after work has been completed. Delete section and replace with the following:.9 Payment for localized concrete encasement, thrust and anchor blocks and support blocks as shown on Contract Drawings will be incidental to payment for work described in other Sections unless shown otherwise in the Schedule of Quantities and Prices. Delete section and replace with the following:.13 Payment for tie-ins to existing mains where all pipework is to be undertaken by the Contractor will be as of this Section, including all pipes, fittings, restraints and necessary tie-in work to complete tie-in as shown on Contract Drawings. Add section as follows:.14 Payment for hydrants includes the hydrant body, mainline tee, lateral connections from mainline tee off watermain to hydrants, isolation valve with

59 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary Specifications Page 19 of 23 adjustable valve box, restraints, thrustblocks and all other incidental work as shown on Contract Drawings. Add section as follows:.15 Payment for provisional service connection replacements(optional Work) is to apply to those service connections that are smaller than 12.5mm diameter or that are galvanized to the watermain. These service connections are to be replaced to the property line and paid per 1.8.2, including restorations to roadworks, backfill, granular base and granular sub-base, concrete sidewalk and/or driveway, fencing, and landscaping. Add section as follows:.16 Payment for domestic water meters and double check valve assemblies complete with pre-cast concrete chambers, concrete bases, inlet valves, outlet valves, dismantling joints, flanged spools, drains, check valves, thrust beams, ladder, hatch and grates. 2.2 Mainline Pipe, Joints and Fittings Delete section and replace with the following:.2 Joints: It is mandatory that the push-on integrally thickened bell and spigot type conform to ASTM D3139 Clause 6.2 with single elastomeric gasket to ASTM F477. Delete section and replace with the following:.13 Joint Restraint Devices: General Requirements:.1 Ductile iron castings to ASTM A Anti-corrosion coating of ductile iron castings to AWWA C219, AWWA C210, C213 or C Bolts and nuts high strength low alloy steel to AWWA C111 or as specified in Contract Documents, stainless steel to ASTM F593 or F738 for bolts and ASTM F594 or F836 for heavy hex nuts. Rolled threads, fit and dimensions to AWWA C Tie rods to of this Section..5 Restrainers for ductile iron pipe shall be mechanical joint fittings or pushon joint fittings with tie rod..6 Restrainers for PVC pipe shall be mechanical joint fittings or push-on joint fittings with tie rod lugs..7 Restrained harnesses or integral restraint systems manufactured as part of the pipe joint..8 All joint restraint systems for PVC pipe to be approved by the specific PVC pipe manufacturer, and that they do not derate the pipe manufacturer s recommended working pressures.

60 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary Specifications Page 20 of 23.9 Restrainers for PVCO pipe shall be mechanical joint fittings or push-on joint fittings with tie rod lugs..10 All joint restraint systems for PVCO pipe to be approved by the specific PVCO pipe manufacturer, and that they do not derate the pipe manufacturer s recommended working pressures. Add section as follows:.7 Oriented Polyvinyl Chloride (PVCO) Pressure Pipe:.1 Pipe:.1 Pipe to be manufactured to specifications for pipe size ranges as follows:.1 Pipes 100 to 600mm dia. - AWWA C909.2 Pipes to be certified by Canadian Standards Association for pipe size ranges 100 mm to 600 mm dia. - CSA B Cast iron pipe equivalent outside diameter..3 To be compatible with specified mechanical joint and push-on joint fittings and valves without use of special adapters..2 Joints: Push-on integrally thickened bell and spigot type to AWWA C909 Clause (a) with single elastomeric gasket to ASTM F Valve and Large Meter Chambers Delete section and replace with the following:.7 Mortar: aggregate to CAN/CSA-A82.56, masonry cement to CSA A Hydrants Delete section and replace with the following:.3 Hydrants to be Terminal City Hydrants, C71P-H105, must have 100mm Storz fitting on pumper port, paint colours shall be as follows: red body, white top, 2 white side ports & black Storz General Procedure Flushing, Testing, and Disinfection Delete section and replace with the following:.2 Perform all tests in presence of Contract Administrator and Owner between 08:00 and 17:00 h, Monday to Friday unless otherwise authorized. Notify Contract Administrator 72 h in advance of proposed test Testing Procedures Add new section as follows:

61 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary Specifications Page 21 of 23.7 Fire Hydrants to be included in all watermain testing Disinfection, General Add new section as follows:.3 All water mains to be flushed, disinfected, and bacteriological tested in accordance with AWWA C651. Bacteriological testing to include total coliforms, fecal coliforms, and heterotrophic plate count (HPC). Bacteriological samples to be collected by the Owner. Bacteriological samples can only be collected Monday to Thursday Connection to Existing Mains Delete section and replace with the following:.1 Connections to existing waterworks systems will be made by the Contractor. The Contractor shall make all the necessary arrangements with the Owner and must provide a minimum of 5 days notice of connection to the Contract Administrator and the Owner, and shall notify the public if so directed by the Contract Administrator. The connection cannot be scheduled until all flushing, testing and disinfection of the Work has been approved by the Contract Administrator. SS Sanitary Sewers 1.6 Measurement and Payment Delete section and replace with the following:.5 Payment for concrete bedding or controlled density fill, where shown on Contract Drawings, will be incidental to payment for items under this Section. No payment will be made for concrete bedding or controlled density fill required as a result of unauthorized excavation beyond neat lines or limits of excavation shown on Contract Drawings. 2.1 Concrete Pipe Delete section and replace with the following:.4 Lift insert opening not required to be grouted provided it does not extend beyond the depth of the engineered design Leakage Testing General Delete section and replace with the following:.3 Leakage testing to include the low pressure air test. Perform all tests in presence of Contract Administrator and Owner between 08:00 and 17:00 h, Monday to Friday unless otherwise authorized. Notify Contract Administrator 72 hours in advance of proposed test Connections to Existing Mains Delete section and replace with the following:

62 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary Specifications Page 22 of 23.2 Make connections to existing sanitary sewer systems unless shown otherwise on Contract Drawings. Notify Contract Administrator minimum 72 h in advance of scheduled connection. SS Storm Sewers 1.6 Measurement and Payment Delete section and replace with the following:.5 Payment for concrete chamber drains, catchbasin and lawn drain leads includes all applicable materials and work described in of this Section, including any tie-ins to catchbasins, manholes, or mains. SS Manholes & Catchbasins 1.4 Material Certification Delete section and replace with the following:.1 Products manufactured to ASTM Standards shall be marked with the applicable specification number. Compliance test results shall be provided at the request of the Contract Administrator. 1.5 Measurement and Payment Delete section and replace with the following:.2 Payment for manhole riser sections will be for risers of standard or non-standard heights required to complete manhole from specified invert to finishing level. Payment includes all manhole risers and necessary work as shown on the Standard Detail Drawings..1 For sump manhole, measurement will be made vertically for the length of risers required from the surface of base slab of the sump to the underside of the manhole lid..2 For benched manhole, measurement will be made vertically for the length of risers required from the lowest invert to the underside of the manhole lid..3 For precast manhole tee or riser built over existing mainline pipe, measurement will be made vertically from the crown of the mainline pipe at the downstream end to the underside of the lid. 2.1 Materials Add section as follows:.3 Any frame and cover assembly creating a point load on the concrete riser rings will not be permitted. Delete section and replace with the following:.12 Catchbasin lids manufactured to ASTM C478M.

63 Tender T18-25 Willemar Avenue Watermain Replacement: 17 th Street to 21 st Street Supplementary Specifications Page 23 of 23 Delete section and replace with the following:.13 Cast iron catchbasin frame and grate shall be as shown on Contract Drawings. Delete section and replace with the following:.2 Cement: to CSA A3000 Delete section Excavation and Backfill Add section as follows:.2 For manholes, when base gravels are complete, excavate for grade rings and manhole frame assembly. Do not disturb the compacted road base beyond the excavation requirement. 3.3 Manhole Installation Delete section and replace with the following:.2 Allowable products are precast concrete risers, and cast-in-place form system. Individual riser height shall be 50 mm, 75 mm, or 100 mm. Delete section and replace with the following:.5 Proper layer of grout between the spacers, covering the entire surface of the rings, should be utilized. Add section as follows:.17 Ensure frames conform to design contour of pavement or existing surface. Use of shim and mortar will only be permitted outside of road pavement. One of the following means shall be used to set final grade for frame and cover within road pavement:.1 Tapered pre-cast concrete, HDPE, or metal adjustment riser rings when use with conventional manhole frame and cover under Standard Detail Drawing S1; or.2 Integrated height adjustable manhole frame and cover assembly. Any assembly creating a point load on the riser rings will not be permitted..3 After grade rings and manhole frame assembly has been installed and adjusted the remaining excavation must be filled to the top of road base or bottom lift of asphalt surface with 30mpa 10mm aggregate concrete or 19mm base gravel compacted to specification. Ensure specified asphalt thickness can be achieved. Add section as follows:.19 Seal manholes riser joints and all adjustment rings with Conseal or approved equal. END OF SUPPLEMENTARY SPECIFICATIONS

64 CITY OF COURTENAY TABLE OF CONTENTS SUPPLEMENTARY SPECIFICATIONS NOVEMBER, 2017 CONSTRUCTION SUPPLEMENTARY SPECIFICATIONS This schedule contains supplementary specifications to be applied in conjunction with the Specifications of the Master Municipal Construction Documents, dated 2009, both of which shall apply to all Works and Services constructed within the City of Courtenay. Supplementary Specifications contained within this Schedule supplement or supersede the Master Municipal Construction Document (MMCD). Where the City of Courtenay Supplementary Specifications are in conflict with the MMCD, the City of Courtenay Supplementary Specifications shall take precedence. Section number and clause numbers in the City of Courtenay Supplementary Specifications coincide with the MMCD numbering protocol. SECTION TABLE OF CONTENTS S TRAFFIC CONTROL, VEHICLE ACCESS AND PARKING S ENVIRONMENTAL PROTECTION S ROADWAY LIGHTING S AGGREGATES AND GRANULAR MATERIALS S WATERWORKS S SANITARY SEWERS S STORM SEWERS S MANHOLES AND CATCHBASINS S TRAFFIC SIGNALS SS pg. i

65 DIVISION 1 CITY OF COURTENAY GENERAL REQUIREMENTS MMCD SECTION S SUPPLEMENTARY SPECIFICATIONS TRAFFIC CONTROL, VEHICLE ACCESS AND PARKING FEBRUARY, 2018 MMCD Section S TRAFFIC CONTROL, VEHICLE ACCESS AND PARKING 1.0 GENERAL Add The Contractor is responsible for all temporary traffic control required to complete the Work. The Contractor will be responsible to provide a Traffic Management Plan (TMP) for review and acceptance by the City (10) ten working days prior to any travel lane closures taking place. TMP is to be prepared by a qualified professional. The TMP shall outline the approach to traffic management, show recognition and minimization of risks indicates signing locations, identify Traffic Control Persons (TCP) stations, show lane shifting and proposed closures. The TMP is to be revised and resubmitted as required during the progress of the work SS pg. 1

66 DIVISION 1 CITY OF COURTENAY GENERAL REQUIREMENTS MMCD SECTION S SUPPLEMENTARY SPECIFICATIONS ENVIRONMENTAL PROTECTION FEBRUARY, 2018 MMCD Section S ENVIRONMENTAL PROTECTION 1.0 GENERAL 1.2 Temporary Erosion and Sediment Controls Add An Erosion & Sediment Control (ESC) Plan must be prepared by a Certified Professional in Erosion and Sediment Control. The ESC Plan is to be reviewed by the City prior to the start of construction. Protection of the site and watercourses to which it drains, directly or indirectly, against erosion and siltation must be maintained in accordance with the ESC Plan until the Works are completed or as directed by the Contract Administrator. The Contractor is responsible for all damage that may be caused by water backing up or flowing over, through from or along any part of the Work or otherwise resulting from their operations. Add Keep existing culverts, drains, ditches and watercourses affected by the Work clear of excavated material at all times. When it is necessary to remove or alter any existing drainage structure, provide suitable alternative measures for handling the drainage. Adequately support culverts and drainpipes across trenches to prevent displacement and interference with the proper flow of water due to trench settlement. 1.4 Environmental Protection Add Add Add Sweep streets, and clean catch basins, manhole sumps, detention tanks, and maintain siltation controls as often as the Contract Administrator deems necessary. Follow all Federal and Provincial regulations and guidelines respecting protection of fish, fish habitat, and watercourses. Immediately contain and clean up any leaks and spills of prohibited materials at the Place of Work. SS pg. 2

67 DIVISION 1 CITY OF COURTENAY GENERAL REQUIREMENTS MMCD SECTION S SUPPLEMENTARY SPECIFICATIONS ENVIRONMENTAL PROTECTION FEBRUARY, 2018 Add The Contractor shall report any leaks or spills of prohibited materials to the BC Provincial Emergency Program. Following the report to the Province, the Contractor shall then immediately notify the Contract Administrator of the Spill and all other actions taken. 1.9 Archaeological / Historical Resources Add Add Ensure that no equipment fueling or servicing is conducted within 15 metres of a stream and spill provisions are in place prior to fueling and/or servicing. Immediately cease work and inform the Contract Administrator, if any archaeological or historical resources are encountered during construction. Leave these resources in place and do not disturb them in any way. SS pg. 3

68 DIVISION 26 CITY OF COURTENAY ELECTRICAL MMCD SECTION S SUPPLEMENTARY SPECIFICATIONS ROADWAY LIGHTING FEBRUARY, 2018 MMCD Section S ROADWAY LIGHTING 2.0 PRODUCTS 2.1 General Delete and replace with the following All products supplied to be new, in accordance with Contract Documents. All products are to meet Canadian Electrical Code requirements and be certified by either CSA, ULC, or Intertek Testing Systems (Warnock Hersey) and be supplied with the certifier s label. 2.8 Conductors and Cables Delete and replace with the following Add Single Conductors: 600V, conductor size (AWG) as noted on contract drawings, stranded copper or aluminum type with RW90 polyethylene insulation, to conform to CSA C22.2 No. 38, 90 0 C and colour coded per CEC. Minimum conductor size to be as follows, unless specified otherwise on Contract Drawings:.1 No 8 AWG copper or No 6 AWG aluminum for feeder conductors in conduit..2 No 8 AWG copper or No 6 AWG aluminum for bond conductors in conduit..3 No 12 AWG copper for luminaire conductors in poles Luminaires Delete and replace with the following LED luminaires shall be listed on the current edition of the City of Courtenay Approved Products list. Delete Delete and replace with the following Decorative luminaires to have:.1 Vandal resistant features.2 Photo-control receptacle.3 Powder coat finish.4 Quick disconnect terminations 2.19 Service Panels Add Type 40A 120/240V, 60A 120/240V roadway lighting and 100A 120/240V combination roadway lighting / traffic signal, per Contract Drawings to include items listed within the Section Traffic Signals and Standard Detail Drawing E7.1 to E7.9 SS pg. 4

69 DIVISION 26 CITY OF COURTENAY ELECTRICAL MMCD SECTION S SUPPLEMENTARY SPECIFICATIONS ROADWAY LIGHTING FEBRUARY, EXECUTION 3.3 Concrete Bases Add All concrete bases shall be pre-cast concrete only, unless noted on Contract Drawings or directed by the Contract Administrator. 3.4 Junction Boxes and Vaults 3.5 Underground Conduit Add Add Add All junction boxes shall be provided with RPVC bars to support electrical connections and fuse holders. The RPVC bars shall be attached into the junction box side walls with the electrical connections/fuse holders tiewrapped in place and installed in the up-right position. Conduits shall be blown out with compressed air, from both ends if necessary, then swabbed with the appropriate size mandrel to remove stones, dirt, water and other material which may have entered during installation. Conduit shall not be bent in the field. Only factory bends will be accepted. 3.8 Wiring Delete and replace with the following Add Bond all luminaires and receptacles with No. 12 RW90 copper green conductor, and steel junction box lids with No. 8 RW90 copper green conductor. Aluminum conductors shall be spliced with H-Tap compression connections or equivalent. Spliced connections shall be completed using an anti-oxidant compound complete with split bolt connector. Spliced connections shall be wrapped with self-fusing rubberized tape and then completely covered with PVC tape Pole Finish Application Delete 3.13 and replace with the following.1 Pole finish: Hot dip galvanized or powder coat.2 Power coat colour to be confirmed with City SS pg. 5

70 DIVISION 31 CITY OF COURTENAY EARTHWORKS MMCD SECTION S SUPPLEMENTARY SPECIFICATIONS AGGREGATES AND GRANULAR MATERIALS FEBRUARY, 2018 MMCD Section S AGGREGATES AND GRANULAR MATERIALS 2.0 PRODUCTS 2.11 Recycled Aggregate Material Delete and replace with the following Aggregates containing recycled material may be utilized if approved by the Contract Administrator. A maximum of 25% recycled aggregate may be used in sub-base gravel, and a maximum of 15% recycled aggregate is permitted in base gravel. In addition to meeting all other conditions of this specification, recycled material should not reduce the quality of construction achievable with quarried materials. Recycled material shall consist only of aggregates, crushed portland cement concrete, or asphalt that is free of impurities Path Chip Add Clause : To be crushed gravel conforming to following gradations: Sieve Designation Percent Passing 9.5mm mm mm mm mm mm mm mm 3 10 SS pg. 6

71 DIVISION 33 CITY OF COURTENAY UTILITIES MMCD SECTION S SUPPLEMENTARY SPECIFICATIONS WATERWORKS FEBRUARY, 2018 MMCD Section S WATERWORKS 1.0 GENERAL 1.7 Scheduling of Work 2.0 PRODUCTS Delete and replace with the following Notify Contract Administrator, fire department and City of Courtenay Public Works Office of any planned or accidental interruption of water supply. After hours phone number to be identified at the project initiation meeting. 2.1 General Delete and replace with the following Pipe material as shown on Contract Drawings, excluding main pipe within chambers or structures, which shall be stainless steel, and leads to fire hydrants which shall be PVC. 2.2 Mainline Pipe, Joints and Fittings 2.3 Valves and Valve Boxes 2.5 Service Connections, Pipe, Joints and Fittings Delete and replace with the following Delete and replace with the following Delete and replace with the following Delete and replace with the following Flange gaskets to be manufactured from black natural rubber 3.175mm thick. Tapping machine must have provision for pressure testing. Valve box riser to be 150mm diameter PVC C900. Copper tubing joints to be compression type suitable for 1100 kpa working pressure. 2.6 Hydrants Delete and replace with the following Delete and replace with the following Pump nozzle shall be quick connect STORZ type. Colour: As specified in the approved products list SS pg. 7

72 DIVISION 33 CITY OF COURTENAY UTILITIES MMCD SECTION S SUPPLEMENTARY SPECIFICATIONS WATERWORKS FEBRUARY, EXECUTION 3.17 General Procedure Flushing, Testing, and Disinfection 3.18 Cleaning and Preliminary Flushing 3.23 Connection to Existing Mains Add Delete and replace with the following Delete and replace with the following Add Add Contractor shall record locations of installed testing point locations as per paragraph under Section Project Record Documents. Isolation of existing water system where required will be performed by the City. Do not operate any existing valves. Connections to the existing waterworks system will be made by the City or by the Contractor under supervision of the City. Contractor to make all necessary scheduling arrangements with the City to prevent construction delays. Isolation of existing water system where required will be performed by the City. The Contractor shall not operate any existing valves. The contractor is to schedule a pre-construction meeting to occur a minimum of one (1) week prior to connection to the existing waterworks system. This meeting will include, at minimum, the Contractor, Contract Administrator, and City of Courtenay Public Works in attendance. The purpose of this meeting is to review all pre-connection documentation, public notifications, and works to be completed by both the Contractor and City of Courtenay. SS pg. 8

73 DIVISION 33 CITY OF COURTENAY UTILITIES MMCD SECTION S SUPPLEMENTARY SPECIFICATIONS SANITARY SEWERS FEBRUARY, 2018 MMCD Section S SANITARY SEWERS 1.0 GENERAL 1.1 Related Work Add the following to CCTV Inspection of Pipelines Section PRODUCTS 2.3 Service Connections Delete EXECUTION 3.8 Connections to Existing Mainline Pipes Delete andreplace with the following 3.18 Video Inspection Add the following to Connection to existing PVC mainline sewers to be as shown on Contract Documents or approved by Contract Administrator. Coring of pipe to be done with the proper size and type of coring bit. Use saddle for connections more than two sizes smaller than mainline. For less than two sizes, manufactured wye shall be used. The Contractor shall complete CCTV video inspection prior to completing paving works and again prior to the expiry of the maintenance period. CCTV Video inspection shall be completed for all gravity mains including service connections. SS pg. 9

74 DIVISION 33 CITY OF COURTENAY UTILITIES MMCD SECTION S SUPPLEMENTARY SPECIFICATIONS STORM SEWERS FEBRUARY, 2018 MMCD Section S STORM SEWERS 2.0 PRODUCTS 2.6 Service Connections 3.0 EXECUTION 3.12 Inspection and Testing Delete and replace with the following Add Storm sewer service connections to be 150 mm minimum diameter; maximum diameter as specified on Contract Drawings The Contractor shall complete CCTV video inspection prior to completing paving works and again prior to the expiry of the maintenance period. CCTV Video inspection shall be completed for all gravity mains including service connections. SS pg. 10

75 DIVISION 33 CITY OF COURTENAY UTILITIES MMCD SECTION S SUPPLEMENTARY SPECIFICATIONS MANHOLES AND CATCHBASINS FEBRUARY, 2018 MMCD Section S MANHOLES AND CATCHBASINS 1.0 GENERAL 1.1 Related Work Add Hot Mix Asphalt Concrete Pavement Section EXECUTION Add Portland Cement Concrete Pavement Section Manhole Installation Delete and replace with the following Install drop structures where required to Standard Detail Drawings S3. Inside drop structure shall not be permitted. SS pg. 11

76 DIVISION 34 CITY OF COURTENAY TRANSPORTATION MMCD SECTION S SUPPLEMENTARY SPECIFICATIONS TRAFFIC SIGNALS FEBRUARY, 2018 MMCD Section S TRAFFIC SIGNALS 2.0 PRODUCTS 2.1 General Delete and replace with the following All products supplied to be new, in accordance with Contract Documents. All products are to meet Canadian Electrical Code requirements and be certified by either CSA, ULC, or Intertek Testing Systems (Warnock Hersey) and be supplied with the certifier s label Traffic and Pedestrian Signals Delete and replace with the following Yellow as indicated on the contract drawings, complete with 50 mm wide ASTM VI retro-reflective tape around the outer edge Audible Signals Delete and replace with the following 2.22 Luminaires Delete and replace with the following The City utilizes APS audible signals which are specified in the current edition of the City s Approved Product list. LED luminaires are specified in the current edition of the City s Approved Products list. Delete Delete and replace with the following Decorative luminaires to have: 1. Vandal resistant features 2. Photo-control receptacle 3. Powder coat finish 4. Quick disconnect terminations 2.27 Video Detection System Delete EXECUTION 3.3 Concrete Bases Add All concrete bases shall be pre-cast concrete only, unless noted on Contract Drawings or directed by the Contract Administrator. 3.4 Junction Boxes and Vaults Add All junction boxes shall be provided with RPVC bars to support electrical connections and fuse holders. The RPVC bars shall be attached into the junction box side walls with the electrical connections/fuse holders tiewrapped in place and installed in the up-right position. SS pg. 12

77 DIVISION 34 CITY OF COURTENAY TRANSPORTATION MMCD SECTION S SUPPLEMENTARY SPECIFICATIONS TRAFFIC SIGNALS FEBRUARY, Underground Conduit 3.7 Traffic and Pedestrian Signal Head Mounting Add Add Add Delete and replace with the following Conduits shall be blown out with compressed air, from both ends if necessary, then swabbed with the appropriate size mandrel to remove stones, dirt, water and other material which may have entered during installation. All conduits entering traffic controller cabinets shall be sealed with Duct Seal. Conduit shall not be bent in the field. Only factory bends will be accepted. Completely cover all traffic and pedestrian signal heads with dark coloured pre-manufactured signal cover bags from the time they are installed until system startup Traffic Controller Add Traffic cabinet interior shall be kept dry during inclement weather Pole Finish Application Delete and replace with the following Pole finish: Hot dip galvanized or powder coat. Powder coat colour to be confirmed with the City SS pg. 13

78 CITY OF CITY OF COURTENAY SUPPLEMENTARY STANDARD DETAIL DRAWINGS SUPPLEMENTARY STANDARD DETAIL DRAWINGS This schedule contains supplementary standard detail drawings to be applied in conjunction with the Standard Detail Drawings of the Master Municipal Construction Documents, dated 2009, both of which shall apply to all Works and Services constructed within the City of Courtenay. Supplementary Standard Detail Drawings contained within this Schedule supplement or supersede the Master Municipal Construction Document (MMCD). Where the City of Courtenay Supplementary Standard Detail Drawings are in conflict with the MMCD, the City of Courtenay Supplementary Standard Detail Drawings shall take precedence. Drawing numbers in the City of Courtenay Supplementary Standard Detail Drawings coincide with the MMCD numbering protocol. DETAIL DRAWING TABLE OF CONTENTS CSSD R2 MINIMUM PAVEMENT STRUCTURE REQUIREMENTS CSSD C7c DRIVEWAY CROSSING FOR BARRIER CURBS - TYPE 3 CSSD W2a CSSD W2e WATER SERVICE CONNECTION SERVICE BOX WATER METER INSTALLATION FOR GREATER THAN 50MM SERVICE

79 CITY OF COURTENAY SUPPLEMENTARY STANDARD DETAIL DRAWING STANDARD DETAIL ROAD CLASSIFICATION UPPER COURSE #1 ASPHALT LOWER COURSE #1 ASPHALT CSSD L1 LOCAL ROAD SECTION 50 CSSD CRu COLLECTOR ROAD SECTION: RURAL CSSD CRe COLLECTOR ROAD SECTION: RESIDENTIAL CSSD CRB COLLECTOR ROAD SECTION: RESIDENTIAL - B CSSD CRC COLLECTOR ROAD SECTION: RESIDENTIAL - C CSSD CUB COLLECTOR ROAD SECTION: URBAN - B CSSD CUC COLLECTOR ROAD SECTION: URBAN - C CSSD CUP COLLECTOR ROAD SECTION: URBAN - P CSSD AB ARTERIAL ROAD SECTION: B CSSD A3 ALTERNATIVE DESIGN STANDARD 3: LANE 50 N/A

80 CITY OF COURTENAY SUPPLEMENTARY STANDARD DETAIL DRAWING

81 CITY OF COURTENAY SUPPLEMENTARY STANDARD DETAIL DRAWING

82 CITY OF COURTENAY SUPPLEMENTARY STANDARD DETAIL DRAWING

83 CITY OF COURTENAY APPROVED PRODUCTS LIST MARCH, 2018 APPROVED PRODUCTS LIST This Reference Document lists materials and products that are either approved, restricted, or not allowed, for Works and Services performed within the City of Courtenay. If a material or product is not listed in relation to an MMCD or a Supplementary Specification, any product meeting the requirements of such specification shall be accepted. Where brand names are specified for a product, any proposal for an alternate product requires the approval of the Director of Engineering. MMCD Section Section Description Precast Concrete Product Manufacturer Approved Model Restrictions/Additional Specifications Roadway Lighting Concrete Fence for Arterial Roads Concrete Fence for Wet Detention Pond Concrete MSE Retaining Wall American Technocrete Approved equal American Technocrete Approved equal Langley Precast Ocean Precast Woodcrete Wall, Buffer Color Woodcrete Rail, Buffer Colour Posts at 1.5m c/c Post at 2.44 c/c & 2 Rail Fence Products LED Luminaires Philips Roadfocus 3000 K, RFS, RFM and RFL Series, as applicable Shrub and Tree Preservation Hydraulic Seeding Snow Fence Dupont L-70 Fertilizer Direct Solutions Planting of Trees, Shrubs and Ground-covers Tree Guy Anchors Tree Guy Arrow Anchor Systems Tree Trunk Deep Roots Arborgard Protection Products Tree Ties Deep Roots Arbor Tie Products Misc. Products Root Barrier deeproot UB 18-2 Adhesive OSI Sealants PL 200 Drain Mat Nilex Geotextile Nudrain WD/15 Filter Fabric Nilex Geotextile Nilex 4545 APL pg. 1

84 CITY OF COURTENAY APPROVED PRODUCTS LIST MARCH, 2018 MMCD Section Section Description S Irrigation System Product Manufacturer Approved Model Restrictions/Additional Specifications Backflow Prevention Device Electronic Control Valves Watts Model 007-QT Rain Bird EFB CP Series Brass 300 BPES Series Brass Master Valve Rain Bird EFB CP Series Brass 300 BPES Series Brass Pressure Regulating Modules Automatic Controllers Toro Rain Bird EZR-100 PRS-Dial Toro Sentinel Satellite Controller < 75mm 75mm < 75mm 75mm Control Wire Wire Paige Wire P7079D Common Wire to be min. 14- gauge Flow / pulse transmitter wiring Master Valve Wire to be min. 14-gauge Belden PE39 8mm Aluminum Polyester Shield Wire splice 3M DBY connector Black HDPE Jacket Sprinkler Heads Toro Rain Bird Hunter Additions to existing irrigation systems to be same product Waterworks Water Main Ductile Iron Ductile Iron McWane Group US Pipe CL 50 for all mains less than 400mm dia. and Pressure Class 350 for all mains larger than 400mm dia. Water Main PVC PVC PVCO Ipex Royal Pipe Systems Blue Brute Seal Bionax PVC pipe to AWWA C900 / C 905/ C mm to 300 mm diameter DR18 Minimum. Compliance with MMCD updated Section for thickened bell and spigot pipe All PVC / PVCO water mains shall be pigmented blue. Nitro gasket shall be used when hydro carbon is encountered in surrounding soil. APL pg. 2

85 CITY OF COURTENAY APPROVED PRODUCTS LIST MARCH, 2018 MMCD Section Section Description Water Main HDPE Product Manufacturer Approved Model HDPE KWH Pipe Isco Pipe Polytubes Sclairpipe WL Plastics Restrictions/Additional Specifications Bionax to be accepted for use in seismic condition AWWA C 153 AWWA C110 Water Main Fitting Ductile Iron PVC Injection Molded Fittings PVC Fabricated Fittings Nuts and Bolts Tie Rod Couplings and Flange Coupling Adapters Joint Restraint Ductile Iron Mains Ductile Iron Terminal City Iron Works Sigma PVC IPEX PVCO Royal PVC PVCO Stainless Steel ASTM A194 type 304 Zinc or Cadmium Plated ASTM A354 Grade BC Steel Plain End Coupler Flanged Adapter Restrained Flange Adaptors Repair Clamps IPEX Pro-line Galaxy Plastics Cor-ten Steel Robar Smith-Blair Romac Mueller Ford Robar Smith-Blair Romac Mueller EBAA Clow Romac Uniflange EBAA Canpac Mueller Robar Clow Romac UniFlange Series 1400 EBAA Iron Clow Robar 1408 Smith-Blair441 Romac 501 Mueller MRC Ford FC1 Robar 7404/6 Smith-Blair912 Romac Mueller EBAA Iron 1000 Clow Series 40, DI Clow Series 90, PVC Romac RFCA Uniflange RFAP EBAA 2100 Canpac CR-2 Mueller 520 Robar 400 and 1500 Clow 100, 200, 300 Romac SS2 UniFlange Series 1400 EBAA Iron Megalug1700 Clow Tufgrip TDG Repair clamps shall be stainless steel All joint restraints shall have a pressure rating equal or greater than the mainline pipe. APL pg. 3

86 CITY OF COURTENAY APPROVED PRODUCTS LIST MARCH, 2018 MMCD Section Section Description Joint Restraint PVC / PVCO Mains Restrained Joint Pipe Systems (PVC) Restrained Joint Pipe Systems (DI) Valves and Valve Boxes Blowoff Valve Air Valve Water Valve Box Curb Stop Box Joint Protection Water Service Connection Saddles for Ductile Iron Mains Saddles for PVC / PVCO Main Product Manufacturer Approved Model UniFlange UniFlange EBAA Iron Series 1300 Romac EBAA Iron MJ Series 1500 EBAA Iron 1900 Romac Alpha 75 mm 300 mm Resilient-seated 50mm Resilient Seat Gate Valve Petrolatum Tape & Mastic Ipex Royal US Pipe McWane Mueller Clow Canada AVK Dobney Terminal City AVK Mueller Clow Apco Val-Matic Crispin Terminal City Dobney Sigma Dobney Trojan Mueller Petrowrap Trenton Tec Tape Denso Ipex Terra Brute Royal Cobra Lock Field-Lok Gasket SureStop Gasket Mueller A2362 Clow 6100 AVK AVK Mueller A2360 Clow F6103 APCO 143C Val-Matic 201C Crispin UL Type K Copper 19mm to 75mm Polyethylene Rehau Rehau Municipex (PexA) Robar Robar 2406/8 Canpac Canpac 313 Mueller Mueller DR2A Romac Romac 202BS Canpac Robar Cambridge Brass Restrictions/Additional Specifications No wedge action type for PVC or PVCO pipes. Restraint systems for PVC or PVCO pipe shall be approved by the pipe manufacturer to not reduce the pipe recommended working pressure. All valves shall have epoxy coated ductile iron body with Stainless Steel Bolts Internally Coated Square type Cover shall be marked with Water. Square type Cover shall be marked with Water. AWWA C209 AWWA C214 AWWA C ASTM B88M With 10 Gauge Tracer Wire (AWG) Series 81Z Saddles required for service installation on all PVC / PVCO mains - Bronze body with stainless steel straps APL pg. 4

87 CITY OF COURTENAY APPROVED PRODUCTS LIST MARCH, 2018 MMCD Section Section Description Tapping Sleeve for PVCO Abandon Service Sleeve Hydrant Corporation Stop Curb Stop Meter Setters Idler Bar Meter Pits Product Manufacturer Approved Model Ford Meter Box Ford FS313 JCM JCM 422 Series Romac SST Series Full Port Ball Valve Full Port Ball Valve Restrictions/Additional Specifications Robar 6636AS NC T 304 SS Const Terminal City Mueller Co. AVK Cambridge Ford Mueller Al-MacDonald Cambridge Ford Mueller Al-MacDonald Cambridge Brass Cambridge Brass Langley Concrete AE Concrete Armtec C71P H105 Modern Centurion (A- 442) 2780 Cambridge 301 Ford FB600 Mueller B25008 Al-MacDonald 4700 Cambridge 202 Ford B44-343G Mueller B25209 Al-MacDonald Series 1 ½ series 450 Plastic (25mm Service Connection) 450NL Copper (50mm Service Connection) Type#66 with cast iron Lid for 25mm 5686 with steel lid for 50mm Must have 100mm Storz fitting on pumper port Paint colours shall be as follows: Red body White top 2 white side ports black Storz Shall be full-port ball valve to 50 mm only. Use mainline gate valve for sizes >50 mm Shall be full-port ball valve to 50 mm with 90 0 turn stop. Use mainline gate valve for larger sizes > 50mm Full Circumferential models only. Meter Chambers Armtec With Aluminum spring assisted double lids. Casing Spacers As shown on contract drawings Pressure Reducing Valve Stations (PRV) PRV Valve Limit Switch Indicator Valve Position Indicator Uniflange Calpico APS Singer Singer Singer Uniflange Calpico APS Casing Spacers Singer 106-PR Singer X129 Singer X156 Shall be fabricated cast iron or high density polyethylene insulating spacers designed to center main in the carrier pipe Epoxy coated APL pg. 5

88 CITY OF COURTENAY APPROVED PRODUCTS LIST MARCH, 2018 MMCD Section Section Description Sanitary Sewers Concrete Product Manufacturer Approved Model Strainer Singer J1521M Arion Strainer Singer SPI-MV Flow Meter 2088 Domestic flow indicator Pressure Transducer PLC HMI Router Emerson- Rosemount Scadapack Maple Systems, or equivalent SonicWall Scadapack 334 Restrictions/Additional Specifications Not permitted PVC Pipe, Mainline Smooth Profile Sanitary Service Connection PVC SDR35 PVC SDR35 Min 100mm diameter IPEX Royal Diamond JM Eagle Northern Pipe Products IPEX Royal Diamond JM Eagle Northern Pipe Products IPEX Ring-Tite Royal Seal Diamon Sani- 21 IPEX Ring-Tite Royal Seal Diamon Sani- 21 Sizes > than 750 mm to be approved by the City New PVC main: use manufactured wyes. Existing mains: use manufactured wyes, strap saddles or insertable tees. Inspection Chamber Service Connection Boxes Repair Couplers Sewage Forcemains Inspection Chamber Inspection Chamber Backflow check valve Le-Ron Plastics Inc. Pro-line Galaxy Plastics Le-Ron Plastics Inc. Pro-line Galaxy Plastics Brooks Series 37 Full Circumferential models only. Rollee, Fernco, Shear Band Rollee, Fernco, Shear Band Couplers shall have appropriate adaptor gaskets to suit OD of pipe material being coupled Pipes, Joints and Fittings Fused PVC Ipex Royal HDPE with fusion welded joints Sclairpipe Drisco Pipe ISCO Pipe Valves Air Valves ARI Sclairpipe DriscoPlex WL Plastics AWWA C906 Valve Chamber Dobney Dobney C Storm Sewers APL pg. 6

89 CITY OF COURTENAY APPROVED PRODUCTS LIST MARCH, 2018 MMCD Section Section Description Concrete Pipe PVC Pipe, Mainline Smooth Wall PVC Pipe, Mainline Profile HDPE Pipe, Mainline Open Profile Service Connection Inspection Chamber Service Connection Boxes Pipe Culverts Product Manufacturer Approved Model Langley Concrete and Tiles Ocean Pipe Non-reinforced Concrete C14-3 Reinforced Concrete C76-III, IV, and V PVC SDR35 PVC SDR28 Min 150mm diameter Inspection Chamber IPEX Royal Diamond JM Eagle Northern Pipe Ipex Royal Armtec ADS IPEX Royal Diamond JM Eagle Northern Pipe IPEX Ring-Tite Royal Seal Diamond Sani- 21 Ipex UltraRib Royal Korflo Armtec Boss 2000 ADS N-12 IPEX Ring-Tite Royal Seal Diamond Sani- 21 Restrictions/Additional Specifications PPP or Q-Cast Certified Sizes > than 750 mm to be approved by the City Engineer Concentric ribbed pipe only is permitted to 900 mm, No spiral ribbed pipe will be allowed. New PVC main: use manufactured wyes. New HDPE mains: Use injection molded PVC manufactured wyes New concrete main: use PVC stub with bell, pre-cemented with epoxy resin. Existing PVC and HDPE mains: use manufactured wyes, strap saddles or insertable tees. Existing concrete main: use cored tee Le-Ron Plastics Inc. Pro-line Galaxy Plastics Brooks Series 37 Full Circumferential models only. End Walls Concrete Langley Concrete and Tiles Ocean Pipe Fiberglass CIF Composites Ecolite Composite Mechanically Flex MSE Flex MSE Stabilized Earth (MSE) Manholes and Catchbasins Q-Cast Certified PPP Certified Manhole Frame and Cover Cast Iron Dobney Westview Sales Ltd. Dobney Westview Sales Ltd. Sanitary Sewer manhole lids shall be marked SANITARY SEWER APL pg. 7

90 CITY OF COURTENAY APPROVED PRODUCTS LIST MARCH, 2018 MMCD Section Section Description Catch Basin and Other Castings Hydro-dynamic grit Separator Product Manufacturer Approved Model CB Frame CB Grate Lawn Basin Grate (1050mm Barrel) Storm Drainage Water Retention Systems Dobney Westview Sales Ltd. Dobney Westview Sales Ltd. Dobney Westview Sales Ltd. Langley Concrete and Tiles Contech B50 B50 Stormceptor Vorsentry CDS Restrictions/Additional Specifications Storm Sewer manhole lids shall be marked STORM SEWER Polypropylene Arched Chamber Polyethylene Arched Chamber Traffic Signals ADS Stormtech Contech Chambremaxx Brentwood Industries Stormtank Siren Activated Emergency Preemption Audible Signals Sanitary Lift Station Components Traffic Systems LLC Sonem 2000 Polara Navigator APS Enterprises LED Luminaires Philips Roadfocus 3000 K, RFS, RFM and RFL Series, as applicable Traffic Controllers Econolite Cobalt Standards for Sanitary Lift Stations Submersible Pumps Flygt Non-Clogging Flush Valve Flygt Model 4901 Or Approved Equal Wet Well Xylem Engineered & Prefabricated Portable Lifting Davit DBI SALA w/ Davit Arm including tie off HMI To be confirmed by the City Controller Xylem MultiSmart APL pg. 8

91 CITY OF COURTENAY APPROVED PRODUCTS LIST MARCH, 2018 MMCD Section Section Description Product Manufacturer Approved Model SCADA Flygt / Allied Control Systems Float Switches Xylem tree type (mercury) Restrictions/Additional Specifications Must be compatible with City Scada system Or Approved Equal (must be CSA certified) APL pg. 9

92

93

94

95

96

97

98

99

100

101

102

103

104

105

106

107

108

109

110

111

112

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

More information

TENDER DOCUMENTS SUTTON ROAD MULTI- PURPOSE PATH CUMBERLAND BC

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

More information

INVITATION TO TENDER 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

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

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

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

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

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

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

More information

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

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

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

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

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

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

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

DOCUMENT BID PROPOSAL

DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order [Introductory Note to User: The following text as published describes

More information

Request for Quotations Arras Weir Maintenance

Request for Quotations Arras Weir Maintenance Request for Quotations 2015-35 Arras Weir Maintenance The City of Dawson Creek requests written quotes for maintenance at the Arras Weir on the Kiskatinaw River, 1.7 km upstream of the Kiskatinaw Bridge

More information

Request for Quotations Culverts and Drainage Ditching

Request for Quotations Culverts and Drainage Ditching Request for Quotations 2015-34 - Culverts and Drainage Ditching he City of Dawson Creek requests written quotes for drainage ditching and replacement of culverts. All contract documents are available through

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

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

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

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

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

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

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

SUPPLEMENTARY MASTER MUNICIPAL CONSTRUCTION DOCUMENTS JANUARY 2016 ENGINEERING DEPARTMENT. ( August 17, 2018) SUPPLEMENTARY SPECIFICATIONS

SUPPLEMENTARY MASTER MUNICIPAL CONSTRUCTION DOCUMENTS JANUARY 2016 ENGINEERING DEPARTMENT. ( August 17, 2018) SUPPLEMENTARY SPECIFICATIONS JANUARY 2016 ( August 17, 2018) SUPPLEMENTARY MASTER MUNICIPAL CONSTRUCTION DOCUMENTS SUPPLEMENTARY GENERAL CONDITIONS SUPPLEMENTARY SPECIFICATIONS SUPPLEMENTARY STANDARD DRAWINGS ENGINEERING DEPARTMENT

More information

Request for Quotations Airport Secure Access System

Request for Quotations Airport Secure Access System - Request for Quotations 2015-39 Airport Secure Access System The City of Dawson Creek requests written quotes for the supply and installation of a new secure key/card/fob access control system at the

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

Contract Documents A

Contract Documents A City of Coquitlam Contract Documents 77091 16A 2016 Sidewalk Program File #: 11-5330-20/77091-16A/1 Doc #: 2291946.v1 Table of Contents File #: 11-5330-20/77091-16A/1 Doc #: 2301190.v1 Contract No. 77091-16A

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

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

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

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

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

More information

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

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017. REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: December 11, 2017 DUE DATE: December 28, 2017 Issued by: Rahway Parking Authority NOTE: In the event an interested

More information

NAKUSP DOWNTOWN REVITALIZATION PROJECT PHASE I

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

More information

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

Tender Package. for THE LOWER CAUSEWAY IMPROVEMENT PROJECT VICTORIA INNER HARBOUR VICTORIA, BC

Tender Package. for THE LOWER CAUSEWAY IMPROVEMENT PROJECT VICTORIA INNER HARBOUR VICTORIA, BC Tender Package for THE LOWER CAUSEWAY IMPROVEMENT PROJECT VICTORIA INNER HARBOUR VICTORIA, BC PROJECT FILE NUMBER: 2015-17 GREATER VICTORIA HARBOUR AUTHORITY 100 1019 Wharf Street, Victoria, BC V8W 2Y9

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

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

Casework Technical Support (Social Welfare - Project Management)

Casework Technical Support (Social Welfare - Project Management) Casework Technical Support (Social Welfare - Project Management) Request for Tenders for Services to MABS NATIONAL DEVELOPMENT The latest date for receipt of tenders is 09 June 2017 Commercial House Westend

More information

Contract Documents 77570

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

More information

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

Tender Documents. Resort Municipality of Whistler Sanitary Sewer Repair Program Contract No. E May Set #

Tender Documents. Resort Municipality of Whistler Sanitary Sewer Repair Program Contract No. E May Set # Tender Documents Resort Municipality of Whistler May 2018 2018 Sanitary Sewer Repair Program Contract No. E14301-2018 Set # UNIT TABLE OF CONTENTS PRICE PAGE 1 OF 1 CONTRACT TABLE OF CONTENTS MMCD PLATINUM

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

AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA

AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA This Agreement, made and entered into this day of, 2018,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

PUBLIC CONTRACT CODE SECTION

PUBLIC CONTRACT CODE SECTION PUBLIC CONTRACT CODE SECTION 22160 22169 22160. (a) The Legislature finds and declares that the design build method of project delivery, using a best value procurement methodology, has been authorized

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

Addendum No. 1 Issue Date: March 29, 2016

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

More information

Chapter 2 Parties to the Contract

Chapter 2 Parties to the Contract Chapter 2 Parties to the Contract 2.1 Introduction Construction work may include building of a new structure, additions, alterations, expansion, replacement, dismantling, erection, commissioning, rehabilitation,

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

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No.

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No. Date: 12 th July 2017 #1069265 To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project Addendum No. 5 Addendum no. 5 is issued for inclusion into the tender documents.

More information

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141 BID FORM PROJECT DESCRIPTION Ellis Avenue Stream Improvements City of Glasgow, KY PROJECT NUMBER GRW Project No.: 4339 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: City of Glasgow 126 East Public

More information

National Science Foundation Ministry of Science, Technology & Research

National Science Foundation Ministry of Science, Technology & Research 1 National Science Foundation Ministry of Science, Technology & Research BIDDING DOCUMENT PROCUREMENT OF IBM SPSS STASTICAL SOFT WARE NATIONAL COMPETITIVE BIDDING Minimum Specifications requested by NSF

More information

SCHEDULE 2 DESIGN AND CONSTRUCTION PROTOCOLS TABLE OF CONTENTS 1. INTERPRETATION Definitions... 1

SCHEDULE 2 DESIGN AND CONSTRUCTION PROTOCOLS TABLE OF CONTENTS 1. INTERPRETATION Definitions... 1 SCHEDULE 2 DESIGN AND CONSTRUCTION PROTOCOLS TABLE OF CONTENTS 1. INTERPRETATION... 1 1.1 Definitions... 1 2. PARTIES DESIGN AND CONSTRUCTION REPRESENTATIVES... 2 2.1 Appointment of Representatives...

More information

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

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

More information

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

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

Interior Construction Specification. Dr. Kalinowski. 2nd Floor, United Health Centre Street, Edmonton, AB

Interior Construction Specification. Dr. Kalinowski. 2nd Floor, United Health Centre Street, Edmonton, AB Interior Construction Specification Dr. Kalinowski 2nd Floor, United Health Centre 7609 109 Street, Edmonton, AB Issued for Tender: May 18, 2017 Mandatory Site Visit: May 23, 2017 @ 2:00 PM Closing Date:

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

TRADESHOW SERVICES AGREEMENT

TRADESHOW SERVICES AGREEMENT Appendix 5 TRADESHOW SERVICES AGREEMENT This TRADESHOW SERVICES AGREEMENT ( Agreement ), dated August ----, 2014. is by and between the Paris office of Japan External Trade Organization at 27, Rue de Berri

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

INVITATION TO TENDER Tender-08 ADIDAS SPORTSPLEX REMEDIATION

INVITATION TO TENDER Tender-08 ADIDAS SPORTSPLEX REMEDIATION INVITATION TO TENDER 2016-Tender-08 ADIDAS SPORTSPLEX REMEDIATION Date Issued: August 11, 2016 Paper original and one (1) electronic copy in PDF format of a Bid Submission in an envelope plainly marked

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information

CREUS Engineering Ltd. Harvey Creek Intake Upgrade MASTER MUNICIPAL CONSTRUCTION DOCUMENTS UNIT PRICE AND LUMP SUM CONTRACT

CREUS Engineering Ltd. Harvey Creek Intake Upgrade MASTER MUNICIPAL CONSTRUCTION DOCUMENTS UNIT PRICE AND LUMP SUM CONTRACT Harvey Creek Intake Upgrade MASTER MUNICIPAL CONSTRUCTION DOCUMENTS - 2009 UNIT PRICE AND LUMP SUM File No. 13160 July 2017 CREUS Engineering Ltd 610-EAST TOWER, 221 ESPLANADE W, N. VANCOUVER, BC V7M 3J3

More information

Consultant for Municipal Engineering Services

Consultant for Municipal Engineering Services BOROUGH OF STONE HARBOR 2018 PROFESSIONAL SERVICES REQUEST FOR PROPOSAL RFQ OPENING DATE: THURSDAY, December 14, 2017 AT 12:00PM NOTICE TO BIDDERS The Borough of Stone Harbor is soliciting proposals through

More information

UNION COUNTY VOCATIONAL-TECHNICAL SCHOOLS West Hall Addition Project Raritan Road, Scotch Plains, NJ

UNION COUNTY VOCATIONAL-TECHNICAL SCHOOLS West Hall Addition Project Raritan Road, Scotch Plains, NJ SPECIAL CONDITIONS Definitions: a) OWNER: Union County Vocational-Technical Schools UCVTS b) CITY or TOWN: Scotch Plains, New Jersey c) ARCHITECT: Netta Architects 1084 Route 22 West Mountainside, New

More information

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS 1.1 INSTRUCTION TO BIDDERS Oxford & Area Trails Association River Philip Bridge Construction, Project No.: OATA003 INSTRUCTIONS TO BIDDERS August 7, 2015 SECTION 1.0 INSTRUCTION TO BIDDERS 1.2 TENDER DOCUMENTS

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019. NOTE: In the event an interested firm has downloaded these specifications from the TPA website, you are responsible for providing the TPA via email at Trentonparkingph@aol.com your contact information,

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

VARIOUS CAPITAL 2018 TENDER DOCUMENTS ITT NO. E060

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

More information

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

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 NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project. TO: ALL HOLDERS OF CONTRACT DOCUMENTS FOR: City of Carlsbad, New Mexico Sanitary Sewer Interceptor 118 Upgrades Phase I Wade M. Chacon P.E. HDR Project Manager/Engineer Bid # 2016-32 ADDENDUM NUMBER ONE

More information

Supply and Delivery of Boltless Metal Shelving Units

Supply and Delivery of Boltless Metal Shelving Units T E N D E R Supply and Delivery of Boltless Metal Shelving Units Closing Date: Tuesday, February 27, 2018 Closing Time: 2:00:00 P.M., local time Closing Location: Cape Breton-Victoria Regional School Board

More information

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

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

More information

EJCDC Contract Documents for America s Infrastructure Buy online at

EJCDC Contract Documents for America s Infrastructure Buy online at EJCDC Contract Documents for America s Infrastructure Buy online at www.booksforengineers.com N-122 Uniform Location of Subject Matter (2012) Published jointly with AIA and CSI. FREE DOWNLOAD Construction

More information

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017 NOTE: The GSMJIF will consider qualifications only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this Request

More information

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

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

More information

Engineering Department

Engineering Department Engineering Department Q18-08 REQUEST FOR PROPOSALS Engineering Planning & Design Services Bittersweet Drive, Green Valley Place, and Edward Court Water Main Replacement Projects RFP Issuance Date: August

More information

BIDDING PROCEDURES FOR GOODS PURCHASES

BIDDING PROCEDURES FOR GOODS PURCHASES Effective Date: September 17, 2018 Replaces Date: July 18, 2018 BIDDING PROCEDURES FOR GOODS PURCHASES GENERAL These Bidding Procedures for Goods Purchases shall apply only to those solicitations that

More information

BIDDING PROCEDURES FOR GOODS PURCHASES

BIDDING PROCEDURES FOR GOODS PURCHASES Effective Date: September 17, 2018 Replaces Date: July 18, 2018 BIDDING PROCEDURES FOR GOODS PURCHASES GENERAL These Bidding Procedures for Goods Purchases shall apply only to those solicitations that

More information

EJCDC Contract Documents for America s Infrastructure Buy online at

EJCDC Contract Documents for America s Infrastructure Buy online at EJCDC Contract Documents for America s Infrastructure Buy online at www.booksforengineers.com N-122 Uniform Location of Subject Matter (2012) Published jointly with AIA and CSI. FREE DOWNLOAD Construction

More information

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

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

More information

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged. Inspiration Water & Sewer Adjustments Bid No. 16-217-05-17 Page 3 of 26 Addendum #1, RFB 16-217-05-17, May 13, 2016 be furnished to all bidders as an amendment to the solicitation, if such information

More information