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

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

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

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

TENDER DOCUMENTS SUTTON ROAD MULTI- PURPOSE PATH CUMBERLAND BC

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

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

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

Water Transmission System Upgrades

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

INVITATION TO TENDER Marina Parking Lot & Other Waterfront Landscaping Projects

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

CONTRACT No. NWIT JANUARY 2014

CONTRACT DOCUMENTS REF: # ENG

CITY OF COURTENAY TENDER T17-09 ROAD MARKING SERVICES

2018 Downtown Revitalization

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

2014 Sewer CCTV Inspection Program

Request for Tender Tender ROAD MARKING

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

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

CREUS Engineering Ltd

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

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

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

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

TENDER WELLCOX ACCESS ROAD ADDENDUM 1

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

NAKUSP DOWNTOWN REVITALIZATION PROJECT PHASE I

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

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

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

SPECIFICATION MAIN STREET PAVING THE TOWN OF TRENTON

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

TOWN OF OSOYOOS PERIMETER FENCING OSOYOOS LANDFILL

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

Addendum No. 1 Issue Date: March 29, 2016

General Water Bid Items Item No.

Dawes Hill PRV & Flowmeter Chamber Relocation

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION

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

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

SECTION MEASUREMENT AND PAYMENT

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

VARIOUS CAPITAL 2018 TENDER DOCUMENTS ITT NO. E060

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

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE

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

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

Sample. Bid Proposal. Not Valid for Use

For Reference Only - Not For The Purpose Of Bidding BP-1 PROPOSAL. PROPOSAL OF, a corporation a. partnership consisting of

REQUEST FOR QUOTATIONS Crushed Gravel

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

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

RFQ Drainage Ditching and Culvert Replacement

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

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02

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

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

BID FORM (LUMP SUM CONTRACT)

Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT

CONSTRUCTION SPECIFICATION FOR NEW MAINTENANCE HOLE, CATCH BASIN, DITCH INLET, AND VALVE CHAMBER INSTALLATION

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

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

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

Addendum No. 1 Page 1 of 2

DOCUMENT ADDENDA AND MODIFICATIONS

DISTRICT OF TOFINO BARRS MOUNTIAN RESERVOIR REPLACEMENT PROJECT. Attached, please find Addendum # 1 for the above noted project.

DISTRICT OF HOPE SUPPLEMENTARY SPECIFICATIONS

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

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

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 #2 NWIT Watermain Replacement Program New Westminster, BC. Please see Addendum #2 from Wedler Engineering LLP (12 pages following)

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

Job Order Sewer Repair Services

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

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING

CITY OF FARGO SPECIFICATIONS REMOVALS

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

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

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

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

SUPPLEMENTAL SPECIFICATIONS AND DRAWINGS TO THE IDAHO STANDARDS FOR PUBLIC WORKS CONSTRUCTION TABLE OF CONTENTS

DOCUMENT ADDENDUM No. 2

CITY OF FARGO SPECIFICATIONS REMOVALS

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?

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

SITE SERVICES GUELPH TRANSIT OPERATIONS & MAINTENANCE SECTION WATSON ROAD FACILITY PAGE 1 OF 6 WATER RECLAMATION PROJECT JUNE 2013

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

TABLE OF CONTENTS. Chapter 3 - WATER MAIN, VALVES, HYDRANTS AND APPURTENANCES. Chapter 4 - SANITARY SEWER. Chapter 5 - STORM SEWER

SECTION STORM DRAIN REHABILITATION. 1. Protection of environment; Section O Trench excavation, backfill, and compaction; Section

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2017

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

FENCING AND FENCE REPAIR

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

FORM A: BID (See B8)

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

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

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

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

Transcription:

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 Road Kamloops, BC V2C 4J2 April 364-681

PLANHOLDER REGISTRATION FORM Request for Tender No.364-681 DISTRICT OF 100 MILE HOUSE PRESSURE REDUCING STATION REPLACEMENT CLOSING DATE AND TIME: Thursday May 7, @ 2:00 PM For any further distributed information about this Request for Tender please complete this form and e-mail, fax or hand deliver to: TRUE CONSULTING 201-2079 FALCON ROAD KAMLOOPS, BC V2C 4J2 Attention: Dave Underwood, P. Eng. Fax: 250-828-0717 Email: info@true.bc.ca Company Name: Address: Contact Person: Contact Telephone: Contact Email: Contact Fax: Only Proponents completing this form will be issued any addendums and/or any additional information regarding this tender. It is the sole responsibility to the Proponent to ensure that the receipt confirmation form has been received by TRUE Consulting. Signature Date

DISTRICT OF 100 MILE HOUSE - UNIT DOCUMENTS PRESSURE REDUCING STATION REPLACEMENT Contract No. 364-681 CONTENTS The complete Unit Price Contract Documents are based on the Master Municipal Construction Documents and consist of the following parts: 1. Documents provided herein: Invitation to Tenderers Instructions to Tenderers, Part I Form of Tender Appendix 1 - Schedule of Quantities and Prices Appendix 2 Preliminary Construction Schedule Agreement Schedule 1 - Schedule of Contract Documents Schedule 2 - List of Drawings Supplementary General Conditions Supplementary Specifications Supplementary Payment Procedures Form of Agreement 2. Documents that must be obtained by the Tenderer / Contractor: Master Municipal Construction Documents, Platinum Edition Volume II, 2009 (Available at MMCDA website www.mmcd.net ) Instructions to Tenderers - Part II General Conditions Schedules and Diagrams Standard Specifications Standard Detail Drawings MMCD Platinum Supplemental Updates District of 100 Mile House Works and Services Bylaw No. 1257 Schedule B Supplementary Conditions & MMCD Variations

INVITATION TO TENDERERS INVITATION TO TENDERERS PAGE 1 OF 1 Owner: District of 100 Mile House Contract: Pressure Reducing Station Replacement Reference No. 364-681 The Owner invites tenders for: - Install owner supplied PRV station and decommission existing PRV chamber. - Supply and install 55m of PVC water pipe, 1 fire hydrant assembly, 50m of PVC storm pipe, 3 storm manholes and 2 catch basins. - Remove and replace 250m² of asphalt and 35m of concrete sidewalk. - Project location 100 Mile House Contract Documents are available during normal business hours at: TRUE Consulting 201-2079 Falcon Road Kamloops, BC V2C 4J2 The Contract Documents are available for viewing at: TRUE Consulting On payment of a non-refundable amount of $100 including GST payable to: TRUE Consulting 201-2079 Falcon Road Kamloops, BC V2C 4J2 Tenders are scheduled to close: Tender Closing Time: 2 : 00, PM local time Tender Closing Date: May 7, Address: District of 100 Mile House 385 Birch Avenue 100 Mile House, BC V0K 2E0 NAME OF OWNER S REPRESENTATIVE Phil Strain, Director of Engineering and Community Services 250-395-2123

INSTRUCTIONS TO TENDERERS PART I IT PART I PAGE 1 OF 5 1.0 Introduction... IT - 1 2.0 Tender Documents... IT - 1 3.0 Submission of Tenders... IT - 2 4.0 Additional Instructions to Tenderers... IT - 3

INSTRUCTIONS TO TENDERERS PART I IT PART I PAGE 2 OF 5 THIS PAGE INTENTIONALLY LEFT BLANK

INSTRUCTIONS TO TENDERERS PART I IT PART I PAGE 3 OF 5 (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.) (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: District of 100 Mile House Contract: Pressure Reduction Station Replacement Reference No. 364-681 1.0 Introduction 1.1 These Instructions apply to and govern the preparation of tenders for this Contract. The Contract is generally for the following work: Install owner supplied PRV station and decommission existing PRV chamber. Supply and install 55m of PVC watermain, 1 FH, 50m of PVC storm pipe, 3 storm manholes and 2 catch basins. Remove and replace 250m² of asphalt and 35m of sidewalk. Direct all inquiries regarding the Contract, to: Chris Crowell, TRUE Consulting Doug House, TRUE Consulting 2.0 Tender Documents Address: 201-2079 Falcon Road Kamloops, BC V2C 4J2 Phone: 250-828-0881 Fax: 250-828-0717 2.1 The tender documents which a tenderer should review to prepare a tender consist of all of the Contract Documents listed in Schedule 1 entitled Schedule of Contract Documents. Schedule 1 is attached to the Agreement which is included as part of the tender package. The Contract Documents include the drawings listed in Schedule 2 to the Agreement, entitled List of Contract Drawings.

INSTRUCTIONS TO TENDERERS PART I IT PART I PAGE 4 OF 5 2.2 A portion of the Contract Documents are included by reference. Copies of these documents have not been included with the tender package. These documents are the Instructions to Tenderers - Part II, General Conditions, Specifications and Standard Detail Drawings. They are those contained in the publication entitled Master Municipal Construction Documents - General Conditions, Specifications and Standard Detail Drawings. Refer to Schedule 1 to the Agreement or, if not specified in Schedule 1, then the applicable edition shall be the most recent edition as of the date of the Tender Closing Date. All sections of this publication are by reference included in the Contract Documents. 2.3 Any additional information made available to tenderers prior to the Tender Closing Time by the Owner or representative of the Owner, such as geotechnical reports or as-built plans, which is not expressly included in Schedule 1 or Schedule 2 to the Agreement, is not included in the Contract Documents. Such additional information is made available only for the assistance of tenderers who must make their own judgment about its reliability, accuracy, completeness and relevance to the Contract, and neither the Owner nor any representative of the Owner gives any guarantee or representation that the additional information is reliable, accurate, complete or relevant. 3.0 Submission of Tenders 3.1 Tenders must be submitted in a sealed envelope, marked on the outside with the above Contract Title and Reference No., and must be received by the office of: Phil Strain, Director of Engineering and Community Service on or before: at Tender Closing Time: 2 : 00, PM local time Tender Closing Date: May 7, Address: District of 100 Mile House 385 Birch Avenue 100 Mile House, BC, V0K 2E0 Fax: 250-395-1232 3.2 Late tenders will not be accepted or considered, and will be returned unopened.

INSTRUCTIONS TO TENDERERS PART I IT PART I PAGE 5 OF 5 4.0 Additional Instructions to Tenderers 4.1 PRV chamber supplied by owner as shown in contract drawing 364-681-05. This drawings is provided for reference purposes only. Anticipated PRV chamber delivery date is June 15,. Contractor s responsibility to confirm delivery date and delivery details with Coast Water Systems: Dave Berton, Project Manager Coast Water Systems Inc. (604) 460-3622 4.2 Appendices 3,4 and 5 to the Form of Tender have not been included in this tender. As such, tenderers will not be required to include these Appendices in their tender package. 4.3 Purchase of the Contract Documents is not mandatory to submit a Tender for the project. However, all Bidders must register with TRUE Consulting to receive Addenda that may be issued during the Tender Period. Bidders that do not receive or do not acknowledge receipt of Addenda will be disqualified from the Tender process. Adobe PDF copes of the Contract Drawings and Contract Documents are available by email. Tenderers using the digital information are advised that neither the Owner nor TRUE Consulting shall be responsible for errors or for problems or inaccuracies incurred by the Tenderer while using these electronic documents. 4.4 Contractor to provide written watermain tie-in procedure to Contract Administrator for approval minimum of 48 hours in advance of proposed tie-in.

FORM OF TENDER FORM OF TENDER PAGE 1 OF 3 2009 Owner: Contract: District of 100 Mile House Pressure Reducing Station Replacement Reference No. 364-681 To Owner: WE, THE UNDERSIGNED: 1.1 have received and carefully reviewed all of the Contract Documents, including the Instructions to Tenderers, the specified edition of the Master Municipal Construction Documents - General Conditions, Specifications and Standard Detail Drawings and the following Addenda: ( ADDENDA, IF ANY ) ; 1.2 have full knowledge of the Place of the Work, and the Work required; and 1.3 have complied with the Instructions to Tenderers; and ACCORDINGLY WE HEREBY OFFER 2.1 to perform and complete all of the Work and to provide all the labour, equipment and material all as set out in the Contract Documents, in strict compliance with the Contract Documents; and 2.2 to achieve Substantial Performance of the Work in accordance with the schedule defined in Appendix 2; and 2.3 to do the Work for the price, which is the sum of the products of the actual quantities incorporated into the Work and the appropriate unit prices set out in Appendix 1, the Schedule of Quantities and Prices, plus any lump sums or specific prices and adjustment amounts as provided by the Contract Documents. For the purposes of tender comparison, our offer is to complete the Work for the Tender Price as set out on Appendix 1 of this Form of Tender. Our Tender Price is based on the estimated quantities listed in the Schedule of Quantities and Prices, and excludes GST. 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.

FORM OF TENDER FORM OF TENDER PAGE 2 OF 3 2009 WE CONFIRM: 4.1 that the following appendices are attached to and form a part of this tender: 4.1.1 the appendices as required by paragraph 5.3 of the Instructions to Tenderers Part II; and 4.1.2 the Bid Security as required by paragraph 5.2 of the Instructions to Tenderers Part II. WE AGREE: 5.1 that this tender will be irrevocable and open for acceptance by the Owner for a period of 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: 5.1.1 within 15 Days of receipt of the written Notice of Award deliver to the Owner:.1 a Performance Bond and a Labour and Material Payment Bond, each in the amount of 50% of the Contract Price, covering the performance of the Work including the Contractor s obligations during the Maintenance Period, issued by a surety licensed to carry on the business of suretyship in the province of British Columbia, and in a form acceptable to the Owner;.2 a Baseline Construction Schedule, as provided by GC 4.6.1;.3 a clearance letter indicating that the tenderer is in Worksafe BC compliance; and.4 a copy of the insurance policies as specified in GC 24 indicating that all such insurance coverage is in place and; 5.1.2 within 2 Days of receipt of written Notice to Proceed, or such longer time as may be otherwise specified in the Notice to Proceed, commence the Work; and 5.1.3 sign the Contract Documents as required by GC 2.1.2. 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: 6.1.1 fail or refuse to deliver the documents as specified by paragraph 5.1.1 of this Form of Tender; or

FORM OF TENDER FORM OF TENDER PAGE 3 OF 3 2009 6.1.2 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: 6.1.3 the face value of the Bid Security; and 6.1.4 the amount by which our Tender Price is less than the amount for which the Owner contracts with another party to perform the Work. OUR ADDRESS IS AS FOLLOWS: Phone: Fax: Attention: This Tender is executed this day of, 20. Contractor: (FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL) (AUTHORIZED SIGNATORY) (AUTHORIZED SIGNATORY)

DISTRICT OF 100 MILE HOUSE UNIT APPENDIX 1 SCHEDULE OF QUANTIES AND S APPENDIX 1 PAGE 1 OF 3 District of 100 Mile House Pressure Reducing Station Replacement All prices and Quotations including the Tender Price shall include all Taxes, but shall not include GST. GST shall be shown separately. Item # Section Para Item Description Unit Quantity Unit Price Amount SECTION A - STORM SEWER SYSTEM A 33 40 01 Payment for storm sewers includes saw cutting, trench excavation, disposal of surplus excavated material, Class 'B' bedding, supply and installation of all pipe, fittings and related material, Class II backfill, cleaning, flushing and testing, and suface restoration under 31 23 01. Note A1 33 40 01 33 01 30.1 1.6.1, 1.6.2, 1.6.2 300mm Ø Ultra Rib PVC. l.m. 35 A2 33 40 01 1.6.1, 1.6.5 200mm Ø DR35 PVC CB lead. l.m. 15 A3 33 40 01 1.6.1, 1.6.2 50mm Ø Cycle-Tough PVC c/w 50mm Ø 45 bend and 11.25 bend as shown in Contract Drawings. l.m. 6 A4 334401 Supply and install precast concrete manholes. 1050mm Ø precast base, lid, frame and cover complete A5 334401 1.5.1.1 ea. 3 with concrete benching, grout sealing and adjusting rings. A6 334401 1.5.1.2 1050mm Ø riser. v.m. 2.0 Supply and install standard concrete catch basin A7 334401 assembly complete with lid, frame, grate, bricks and Standard catch basin 750mm Ø precast barrel with A8 334401 1.5.2 ea. 2 standard grate. SECTION B - WATER SYSTEM B 331101 Payment for watermain includes saw cutting, trench excavation, disposal of surplus excavated material, Class 'B' bedding, supply and installation of all pipe, bolts, gaskets, and tie-rods, Class II backfill, cleaning, pressure and leaking testing, flushing, disinfection and surface restoration under 312301. Note B1 331101 1.8.1, 1.8.2 200mm Ø C900 DR18 PVC. l.m. 45 B2 33 11 01 1.8.1, 1.8.2 150mm Ø C900 DR18 PVC. l.m. 5 B3 33 11 01 1.8.3 200mm Ø FxH gate valve. ea. 4 B4 33 11 01 1.8.3, 1.8.9 200mm Ø FxFxH tee. ea. 1 B5 33 11 01 1.8.3, 1.8.9 200mm Ø HxH 90 bend. ea. 4 B6 33 11 01 1.8.3, 1.8.9 200mm Ø FxH 90 bend. ea. 2 SUBTOTAL SECTION A Tenderer's Initials

DISTRICT OF 100 MILE HOUSE UNIT APPENDIX 1 SCHEDULE OF QUANTIES AND S APPENDIX 1 PAGE 2 OF 3 District of 100 Mile House Pressure Reducing Station Replacement All prices and Quotations including the Tender Price shall include all Taxes, but shall not include GST. GST shall be shown separately. Item # Section Para Item Description Unit Quantity Unit Price Amount B7 33 11 01 1.8.3 200mm Ø HxH 5 bend. ea. 2 B8 33 11 01 1.8.3 200x150 Ø FxH reducer. ea. 1 B9 33 11 01 1.8.3, 1.8.9 200x200x150 Ø HxFxF tee. ea. 1 B10 33 11 01 1.8.3 150mm Ø FxH gate valve. ea. 1 B11 33 11 01 1.8.3, 1.8.9 150mm Ø end cap. ea. 3 B12 33 11 01 SSpec 150mm Ø fire hydrant assembly (MMCD Standard Detail Drawing W4). ea. 1 B13 33 11 01 1.8.13 Tie-in to existing 200mm Ø AC water main. ea. 4 B14 33 11 01 1.8.13 Tie-in to existing 150mm Ø AC water main. ea. 1 B15 SSpec Install owner supplied pre-packaged PRV chamber. L.S. 1 B16 SSpec Decomission existing PRV station. L.S. 1 SECTION C - ROADWORKS AND MISCELLANEOUS C1 31 24 13 1.8.9 Roadway grading and subgrade preparation. m 2 330 C2 32 11 16.1 1.4.3 C3 32 11 23 1.4.2 Supply and place 450mm compacted depth of 75mm minus gravel subbase to 95% MPD. Supply and place 100mm depth of 19mm minus crushed base gravel with grading and compaction to 95% MPD. SUBTOTAL SECTION B m 2 260 m 2 330 C4 321216 1.5.8 C5 033020 1.4.3 C6 033020 1.4.5 C7 033053 1.5.3 C8 033053 1.5.3 Supply and place minimum of 40mm compacted depth of hot asphaltic base course concrete and 35mm compacted depth of hot asphaltic surface course concrete complete with all final adjustments to utility appurtenances and sawcut and milling of existing asphalt at tie-in location. Machine placed concrete barrier curb and gutter per MMCD Std. Dwg. C4. Machine placed 2.0m wide concrete monolithic sidewalk including wheelchair letdown, medium broom finish and 100mm thickness per MMCD Std. Dwg. C2. Supply and place cast-in-place concrete in-fill strip between back of sidewalk and PRV chamber. Supply and place cast-in-place 150mm Ø concrete bollard. m 2 250 l.m. 35 l.m. 35 m² 3 ea. 7 SUBTOTAL SECTION C Tenderer's Initials

DISTRICT OF 100 MILE HOUSE UNIT APPENDIX 1 SCHEDULE OF QUANTIES AND S APPENDIX 1 PAGE 3 OF 3 District of 100 Mile House Pressure Reducing Station Replacement All prices and Quotations including the Tender Price shall include all Taxes, but shall not include GST. GST shall be shown separately. Item # Section Para Item Description Unit Quantity Unit Price Amount SECTION D - ELECTRICAL D1 SSpec Supply and install all electrical components as shown on contract drawings 364-681-E1, 364-684-E2 and 364-681- E3 L.S. 1 SUBTOTAL SECTION D Tender Price GST 5% Tender Price plus GST Tenderer's Initials

APPENDIX 2 PRELIMINARY CONSTRUCTION SCHEDULE APPENDIX 2 PAGE 1 OF 1 Pressure Reducing Station Replacement See paragraph 5.3.2 of the Instructions to Tenderers Part II. Indicate Schedule with bar chart with major item descriptions and time. Complete installation of proposed PRV chamber and pipework to allow watermain tie-in & commissioning of PRV Complete decommissioning of existing PRV including associated pipework to allow tie-in : : Substantial Performance : July 31, ACTIVITY Storm Waterworks Install Chamber Proposed PRV Tie-in s Decommission Ex. PRV Roadworks Electrical CONSTRUCTION SCHEDULE May June July August Tenderer s Initials

SUPPLEMENTARY GENERAL CONDITIONS SGC PAGE 1 OF 3 The General Conditions for this project are contained in the Master Municipal Construction Documents ( MMCD ) Platinum Edition Volume II, 2009, except as specified in the following Supplementary General Conditions and MMCD Supplemental Updates (see Schedule 1 of the Agreement). These Supplementary General Conditions take precedence over the applicable MMCD General Conditions. 1.0 DEFINITIONS 1.19 Contingency or Contingency Allowance SGC 1.19.1 Add the following: The Owner will retain any unused portion of the Contingency Allowance, and the Contractor cannot make a claim for lost overhead or profit on the unused portion of the Contingency Allowance. 4.0 OR 4.9 Materials SGC 4.9.3- Add the following: All water distribution pipes shall be capped or bagged at both ends prior to leaving its place of manufacture. This requirement is intended to minimize possible contamination of the pipe associated with foreign material, vandals, rodents, etc. Pipe caps must remain in place until immediately prior to pipe placement in the trench. During the installation of all water mains, the Contractor is responsible for swabbing the interior service of all pipes and fittings with a hypochlorite solution. 4.12 Tests and Inspections SGC 4.12.1- Add the following: The Owner will, for the purpose of quality assurance and at the owner s discretion, retain and pay for the services of an independent testing agency to undertake testing of all items outlined in SGC 4.12.3. In the event of a dispute between the quality control and quality assurance testing results, the owner will retain and pay for a mutually agreed upon independent testing agency to complete additional testing. The results of the independent testing agency will be considered conclusive.

SUPPLEMENTARY GENERAL CONDITIONS SGC PAGE 2 OF 3 SGC 4.12.2- Add the following: The cost of failed tests due to non-compliance of the work with the minimum requirements of materials and workmanship shall be paid for by the Contractor. The costs of extra tests will be calculated by the Contract Administrator, based on the invoices submitted to the Owner for testing and will be subtracted from the monthly progress payment. SGC 4.12.3 - Add the following: Typical Quality Control tests required include, but are not necessarily limited to: analysis of all aggregates and granular materials, concrete, asphalt and topsoil delivered to the site or existing materials incorporated into the Work, compaction testing for all trench bedding, backfill, concrete preparation and road construction layers and cores for asphalt density and thickness. SGC 4.12.6 (2) - Add the following: In all cases, the Contractor is responsible to facilitate and provide access to all Works for the purpose of inspection and testing. 6.0 OTHER ORS 6.4 Shallow Utility Work By Others SGC 6.4 - Add the following sub-section: 6.4.2 The Contractor shall coordinate work with City Utilities, Gas, Electrical and Communication Companies as required for any conflicts, adjustments or protective measures. The Contractor shall permit and accommodate other contractors or companies working within the site on shallow utility work or other utility improvements. Contractor shall remain the Prime Contractor as per GC 21.2. 13.0 DELAYS 13.9 Liquidated Damages for Late Completion SGC 13.9.1- Delete 13.9.1 (1) and replace with the following: (1) as a genuine pre-estimate of the Owner s increased costs for the Contract Administrator and the Owner s own staff caused by such delay an amount of $1,500.00 per day or pro rata portion for each Day that actual Substantial Performance is achieved after the Substantial Performance Milestone Date.

SUPPLEMENTARY GENERAL CONDITIONS SGC PAGE 3 OF 3 18.0 PAYMENT 18.6 Substantial Performance SGC 18.6.5 Add the following: The Contract Administrator shall prepare a Payment Certificate for release of the lien holdback and the amount shall be due and payable in accordance with GC 18.5.1. 18.7 Total Performance SGC 18.7.4- Add the following: 18.7.4 If Total Performance is not achieved on the date as outlined in GC 18.6.4, the Owner may complete or cause to be complete any and all outstanding deficiencies. All resulting costs incurred by the Owner in completing the Work, including administration and inspection costs, will be deducted from the amounts owing by the Owner to the Contractor. 26.0 EARLY USE OF THE WORK 26.3 Effect on Maintenance Period SGC 26.3 - Delete GC 26.3.1 and replace with the following: 26.3.1 There will be no effect on the Maintenance Period if the Owner takes over and begins to use a portion of the Work before Substantial Performance is achieved. The Maintenance Period for all Work shall commence from the date of Substantial Performance of the Contract.

SUPPLEMENTARY SPECIFICATIONS PAGE 1 OF 1 1. Section 01 33 01 Project Record Documents 1.7 Recording Actual Site Conditions, Add the following:.6 Contractor to complete and submit a survey of all Work prior to Substantial Performance. Survey data shall include all nonvisible construction items, including but not limited to items such as pipe inverts at tie-in locations, pipe crossings, pipe bends and bottom of PRV chamber..7 The Contractor shall be responsible for the cost of verifying non-disturbance or replacing any legal survey pins or monuments damaged during construction operations. In the event that the Contractor requires the removal of any legal survey markers for the purpose of the Work, the Contractor must receive written consent from the Contract Administrator and the pin must be adequately referenced by a BCLS prior to removal..8 Any survey monuments and/or property iron pins damaged or removed by the Contractor by his operations which are deemed to be located outside of the site construction area shall be replaced by the Contractor at his expense. 2. Section 01 52 01 Temporary Structures Site Office Delete 1.3.1, no Site Office is required for the Contract Administrator. 3. Section 33 11 01 Waterworks 1.7.4 Scheduling of Work, Replace with the following: 1.7.4S Proposed tie-in to existing 200mm Ø AC watermain (HPZ and RPZ) to be undertaken once all other waterworks installation is completed. Proposed tie-in to existing 150mm Ø and 200mm Ø AC watermains not to be undertaken between the hours of 09:00 and 17:00 so as to limit water service interruption to the adjacent businesses. Contractor to allow cast-in-place thrust blocks to cure for a minimum of three hours prior to commencing with backfill. Once backfill is completed within the pipe zone, water service may be restored. Isolation of existing 150mm Ø and 200 mm Ø AC watermains as required to complete tie-ins associated with the installation of the proposed PRV chamber will be achieved by closing the North and South Alder Isolation Valves and the 5 th Street Isolation Valve as shown on the contract drawings. Isolation of existing 200 mm Ø AC watermain as required to complete tie-ins associated with decommissioning the existing PRV chamber will be achieved by closing the North Alder Isolation Valve and the proposed 200mm Ø gate valve downstream of the proposed PRV chamber. As such, decommissioning of the existing PRV to be undertaken following installation of the proposed PRV and associated tie-ins.

SUPPLEMENTAL PAYMENT PROCEDURES PAGE 1 OF 2 This section provides Measurement for Payment clauses for items not addressed in the MMCD specifications or provides revised/amended clauses for items included in MMCD. These items have an "SSpec" notation in the 'Payment' column of Appendix 1 of the Form of Tender. Note that any minor items not listed in the Form of Tender but typical for this type of work, such as but not limited to utility locates, exploratory digging, protection of utilities, temporary construction fencing, temporary construction slope stability, disposal of waste materials, adjustment of existing surface features or appurtenances, public relations, miscellaneous fittings, connections or removals shall be considered incidental to the work and no separate payment will be made. 1. Fire Hydrant Assembly (Section 33 11 01) will be for each installed and includes, where applicable, saw cutting pavement, trench excavation, disposal of surplus excavated material, bedding, supply and installation of all pipe, fittings and appurtenances, approved District of 100 Mile House fire hydrant c/w Storz connection, bolts, gaskets and tie rods, imported or native backfill, formwork, localised concrete encasement, thrust and anchor blocks, mechanical restraints, cleaning, pressure and leakage testing, flushing, disinfection, as shown on the Contract Drawing. Note that the 150mm Ø PVC fire hydrant lead and the 150mm Ø gate valve are included in SOQ items B2 and B10 respectively. 2. Installation of owner supplied pre-packaged PRV Station (Section 31 23 01 / 33 11 01) is a fixed lump sum allowance to install an owner supplied pre-packaged concrete PRV station. Installation will include trench excavation, disposal of surplus excavated material, bedding as shown in Contract Drawings, backfill and compaction (all in accordance with Section 31 23 01). Connection of inlet and outlet water pipes by way of owner supplied EBBA 3808 couplers, disinfection, pressure and leakage testing of all piping (all in accordance with Section 33 11 01). 3. Decommission existing PRV Station (Section 31 23 01 / 33 11 01) is a fixed lump sum allowance to decommission the existing PRV station as shown in the contract drawings. Decommissioning will include saw cutting pavement, trench excavation, disposal of surplus excavated material, backfill and compaction. Included within the lump sum price is the removal and disposal of the existing gate valve, 150mm Ø AC and 200mm Ø AC pipe and 200mm x 100mm tees. Existing inlet and outlet piping to be permanently abandoned (all in accordance with Section 31 23 01). Cavity of existing chamber to be filled with compacted backfill. Lid, cover and chamber barrel to be removed to a depth as required to allow installation road sub-base, base and asphalt above existing chamber to specified depths as shown in Contract Drawings. Extent of permanent pavement restoration to be undertaken is shown in Contract Drawings. Note that the supply and installation of the proposed 200mm Ø PVC watermain and tie-in to existing 200mm Ø AC watermain are included in SOQ items B1 and B13 respectively. Permanent pavement restoration as

SUPPLEMENTAL PAYMENT PROCEDURES PAGE 2 OF 2 required to complete decommissioning of the existing PRV station including roadway grading, road sub-base, base and asphalt included in SOQ items C1, C2, C3 and C4 respectively. 4. Electrical is a fixed lump sum allowance to supply and install all chamber electrical components as shown on contract drawings 364-681-E1 to 364-681-E3 including but not limited to proposed power pole, kiosk, concrete kiosk base, distribution panel, breakers, cooling fan, antenna, antenna mast, switches, lights, electrical outlets, conduits, cabling and wiring, junction boxes, chamber heater c/w shelf and float switch. Included within this lump sum price is connecting the proposed power pole to the existing power pole as shown on contract drawing 364-681-E1.

FORM OF AGREEMENT FORM OF AGREEMENT 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.) BETWEEN OWNER AND OR This agreement made in duplicate this day of,. Contract: Pressure Reducing Station Replacement Reference No. 364-681 BETWEEN: The District of 100 Mile House (the Owner ) AND: ( NAME AND OFFICE ADDRESS OF OR ) (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 in accordance with the schedule defined in Appendix 2 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.

FORM OF AGREEMENT FORM OF AGREEMENT PAGE 2 OF 6 Article 2 Contract Documents 2.1 The Contract Documents consist of the documents listed or referred to in Schedule 1, entitled Schedule of Contract Documents, which is attached and forms a part of this Agreement, and includes any and all additional and amending documents issued in accordance with the provisions of the Contract Documents. All of the Contract Documents shall constitute the entire Contract between the Owner and the Contractor. 2.2 The Contract supersedes all prior negotiations, representations or agreements, whether written or oral, and the Contract may be amended only in strict accordance with the provisions of the Contract Documents. Article 3 Contract Price 3.1 The price for the Work ( Contract Price ) shall be the sum in Canadian dollars of the following 1.1.1 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 1.1.2 all lump sums, if any, as listed in the Schedule of Quantities and Prices, for items relating to or incorporated into the Work; plus 1.1.3 any adjustments, including any payments owing on account of Changes and agreed to Extra Work, approved in accordance with the provisions of the Contract Documents. 3.2 The Contract Price shall be the entire compensation owing to the Contractor for the Work and this compensation shall cover and include all profit and all costs of supervision, labour, material, equipment, overhead, financing, and all other costs and expenses whatsoever incurred in performing the Work. Article 4 Payment 4.1 Subject to applicable legislation and the provisions of the Contract Documents, the Owner shall make payments to the Contractor. 4.2 If the Owner fails to make payments to the Contractor as they become due in accordance with the terms of the Contract Documents then interest calculated at 2% per annum over the prime commercial lending rate of the Royal Bank of Canada on such unpaid amounts shall also become due and payable until payment. Such interest shall be calculated and added to any unpaid amounts monthly. Article 5 Rights and Remedies 5.1 The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law.

FORM OF AGREEMENT FORM OF AGREEMENT PAGE 3 OF 6 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: District of 100 Mile House 385 Birch Avenue 100 Mile House, BC, V0K 2E0 Fax: 250-395-3625 Attention: The Contractor: Phil Strain, Director of Engineering & Community Services Fax: Attention: The Contract Administrator: TRUE Consulting 201-2079 Falcon Road Kamloops, BC, V2C 4J2 Fax: 250-828-0717 Attention: Chris Crowell, EIT 6.2 A communication or notice that is addressed as above shall be considered to have been received 1.1.4 immediately upon delivery, if delivered by hand; or 1.1.5 immediately upon transmission if sent by fax and received in hard copy; or 1.1.6 after 5 Days from date of posting if sent by registered mail.

FORM OF AGREEMENT FORM OF AGREEMENT PAGE 4 OF 6 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 is received in hard copy. Article 7 General 7.1 This Contract shall be construed according to the laws of British Columbia. 7.2 The Contractor shall not, without the express written consent of the Owner, assign this Contract, or any portion of this Contract. 7.3 The headings included in the Contract Documents are for convenience only and do not form part of this Contract and will not be used to interpret, define or limit the scope or intent of this Contract or any of the provisions of the Contract Documents. 7.4 A word in the Contract Documents in the singular includes the plural and, in each case, vice versa. 7.5 This agreement shall ensure to the benefit of and be binding upon the parties and their successors, executors, administrators and assigns. IN WITNESS WHEREOF the parties hereto have executed this Agreement the day and year first written above. Contractor: (FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL) (AUTHORIZED SIGNATORY) (AUTHORIZED SIGNATORY) Owner: District of 100 Mile House (FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL) (AUTHORIZED SIGNATORY) (AUTHORIZED SIGNATORY)

FORM OF AGREEMENT FORM OF AGREEMENT PAGE 5 OF 6 (INCLUDE IN LIST ALL DOCUMENTS INCLUDING, IF ANY, SUPPLEMENTARY GENERAL CONDITIONS, SUPPLEMENTARY SPECIFICATIONS,SUPPLEMENTARY STANDARD DETAIL DRAWINGS.) Schedule 1 Schedule of Contract Documents The following is an exact and complete list of the Contract Documents, as referred to in Article 2.1 of the Agreement. NOTE: The documents noted with * are contained in the Master Municipal Construction Documents - General Conditions, Specifications and Standard Detail Drawings Platinum Edition, edition dated 2009. The documents noted with # can be found at the District of 100 Mile House website (www.100milehouse.com). All sections of these publications are included in the Contract Documents. 8.1 Agreement, including all Schedules; 8.2 Supplementary General Conditions; 8.3 General Conditions*; 8.4 Supplementary Specifications; District of 100 Mile House Works & Services Bylaw No. 1257 (#) Schedule B Supplementary Conditions & MMCD Variations (#) 8.5 Specifications (*); 8.6 MMCD Supplemental Updates (available at www.mmcd.net) Supplementary Update 2014-19-19 Supplementary Update 2014-07-15 Supplementary Update 2014-02-28 Supplementary Update 2013-06-13 Supplementary Update 2012-08-07 Supplementary Update 2012-06-08 Supplementary Update 2012-05-30 Supplementary Update 2011-08-08 Supplementary Update 2011-08-04 Supplementary Update PVC C900 Pipe Specification Clarification Supplementary Update 2010-05-18 Supplementary Update 2010-03-25 Supplementary Update 2009-11-19 8.7 Instructions to Tenderers - Part I; 8.8 Instructions to Tenderers - Part II (*); 8.9 Supplemental Payment Procedures; 8.10 Standard Detail Drawings (*); 8.11 Executed Form of Tender, including all Appendices; 8.12 Contract Drawings listed in Schedule 2 to the Agreement List of Contract Drawings ;

FORM OF AGREEMENT FORM OF AGREEMENT PAGE 6 OF 6 (COMPLETE LISTING OF ALL DRAWINGS, PLANS AND SKETCHES WHICH ARE TO FORM A PART OF THE, OTHER THAN STANDARD DETAIL DRAWINGS AND SUPPLEMENTARY STANDARD DETAIL DRAWINGS.) Schedule 2 List of Contract Drawings TITLE DRAWING NO. DATE REVISION NO. REVISION DATE Location Map, Regional Map and Drawing List Existing Site & Removals Plan 364-681-00 April 21, 2 April 17, 364-681-01 April 21, 2 April 17, Site Servicing Plan 364-681-02 April 21, 2 April 17, Sections & Details 364-684-03 April 21, 2 April 17, Grading Plan 364-681-04 April 21, 2 April 17, Pressure Reducing Station 364-681-05 April 21, 3 April 9, Electrical Site Plan 364-681-E1 April 22, 1 April 15, Control Panel Schematic 364-681-E2 April 22, 1 April 15, Control Panel 364-681-E3 April 22, 1 April 15,