invitation to tender€¦ · 4.4 addenda: addenda to this invitation to tender may be issued by the...

61
INVITATION TO TENDER Project: Falcon Ridge Water Intake Project Tender #: T16-292 Date of Issue: June 14 th , 2016 Closing Location: by hand, mail or courier to: Regional District of Central Okanagan Reception 1450 KLO Road Kelowna, BC V1W 3Z4 Closing Date and Time: Three (3) complete copies of each Tender must be received prior to 3 pm Pacific Time, July 5 th , 2016 Proponent’s Meeting (non-mandatory): 10am June 23 rd , 2016 at the intersection of Highway 33, Falcon Ridge Crescent and Cardinal Creek Road, Joe Rich, BC. Enquiries: all enquiries must be directed to: Andy Brennan – Purchasing Manager 1450 KLO Road Kelowna, BC V1W 3Z4 Tel: 250-469-6170 [email protected]

Upload: others

Post on 06-Apr-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

INVITATION TO TENDER Project: Falcon Ridge Water Intake Project Tender #: T16-292 Date of Issue: June 14th, 2016 Closing Location: by hand, mail or courier to:

Regional District of Central Okanagan Reception 1450 KLO Road Kelowna, BC V1W 3Z4

Closing Date and Time:

Three (3) complete copies of each Tender must be received prior to 3 pm Pacific Time, July 5th, 2016

Proponent’s Meeting (non-mandatory): 10am June 23rd, 2016 at the intersection of Highway 33,

Falcon Ridge Crescent and Cardinal Creek Road, Joe Rich, BC.

Enquiries: all enquiries must be directed to:

Andy Brennan – Purchasing Manager 1450 KLO Road Kelowna, BC V1W 3Z4 Tel: 250-469-6170 [email protected]

Page 2: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

MASTER MUNICIPAL CONSTRUCTION DOCUMENTS – 2009 (PLATINUM EDITION)

UNIT PRICE CONTRACT

Page 3: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

T16-292– Falcon Ridge Water Intake Project

MASTER MUNICIPAL CONSTRUCTION DOCUMENTS CONTENTS The complete Master Municipal Construction Documents consist of the following parts: 1. Standard Documents that Require Additional Information (available in the "MMCD - Tender

Document Production Manual" or on disk), plus Supplemental Documents

• Invitation to Tender • Instructions to Tenderers, Part I • Form of Tender

Appendix 1 -- Schedule of Quantities and Prices Appendix 2 -- Preliminary Construction Schedule Appendix 3 – Experience of Superintendent Appendix 4 – Comparable Work Experience Appendix 5 – Subcontractors

• Agreement Schedule 1 -- Schedule of Contract Documents Schedule 2 -- List of Contract Drawings

• Supplemental General Conditions (RDCO, June 2016) • Supplemental Specifications

01 00 1 - Summary of Work 01 02 5 – Measurement for Payment 02 30 0 – Environmental Protection 02 60 3 – Butterfly Valves 13 15 0 – Sluice Gate 16 92 0 – Electric Valve Actuators 16 93 0 – Control Panel

• Contract Drawings

2. Standard Documents that are Fully Complete (available in the "MMCD - General Conditions,

Specifications and Standard Detail Drawings") • Instructions to Tenderers, Part II • General Conditions Schedule 17.5.3 - Letter Agreement and Referee Flow Chart - Changes and Extra Work Flow Chart - Disputes Resolution • Standard Specifications • Standard Detail Drawings

Page 4: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

INVITATION TO TENDER

REGIONAL DISTRICT of CENTRAL OKANAGAN

T16-292 – Falcon Ridge Water Intake Project The Owner invites tenders for: Construction of a new water intake for the Falcon Ridge Water system, located on Mission Creek, in the vicinity of the intersection between Highway 33 and Falconridge Crescent (near to Cardinal Creek Road). The key elements of the work are as follows: Construction of a new precast concrete intake structure, trash rack, sluice gate

and fish screen along Mission Creek to service Falcon Ridge Water Utility;

Construction of 50 metres of new 200mm diameter PVC water main to convey water from the creek to a new diversion vault;

Supply and installation of a concrete diversion vault complete with control valves and conduit for electrical supply and SCADA communications to the existing electrical panel;

Road access work as noted in the specification; and

Supply and installation of miscellaneous components listed in these specifications and on the contract drawings.

Page 5: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS PART I

TABLE OF CONTENTS IT – PART I 1 OF 2

2009

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

Page 6: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS PART I

TABLE OF CONTENTS IT – PART I 2 OF 2

2009

THIS PAGE INTENTIONALLY LEFT BLANK

Page 7: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS PART I

IT – PART I IT - 1 2009

(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: Regional District of Central Okanagan ( NAME OF OWNER )

Contract: Falcon Ridge Water Intake Project ( TITLE OF CONTRACT )

Reference No. T16-292 ( OWNER’S CONTRACT REFERENCE NO. )

1.0 Introduction 1.1 These Instructions apply to and govern the preparation of tenders for this Contract. The Contract is generally for the following work:

Construction of a new water intake for the Falcon Ridge water

System, located on Mission Creek in the vicinity of the intersection

Between Highway 33 and Falcon Ridge Crescent (near to Cardinal

Creek Road).

( BRIEF DESCRIPTION OF THE WORK )

1.2 Direct all inquiries regarding the Contract, to:

Andy Brennan, Purchasing Manager

( NAME AND POSITION OF INDIVIDUAL WHO WILL ANSWER INQUIRIS )

Address: Regional District of Central Okanagan

1450 KLO Road

Kelowna, BC V1W 3Z4

Phone: 250 469 - 6170

Fax: 250 469 - 6171

2.0 Tender Documents

2.1 The tender documents which a tenderer should review to prepare a tender consist of all of the Contract Documents listed in Schedule 1 entitled “Schedule of Contract Documents”. Schedule 1 is attached to the Agreement which is included as part of the tender package. The Contract Documents include the drawings listed in Schedule 2 to the Agreement, entitled “List of Contract Drawings”.

Page 8: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS PART I

IT – PART I IT - 2 2009

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:

Main Reception (Attn: Andy Brennan, Purchasing Manager)

(TITLE OF POSITION)

on or before:

Tender Closing Time: 3 : 00 , PM local time Tender Closing Date: July 5th , 20 16

at

Address: Regional District of Central Okanagan

1450 KLO Road

Kelowna, BC V1W 3Z4

Fax: 250 469 - 6171

3.2 Late tenders will not be accepted or considered, and will be returned unopened.

Page 9: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS PART I

IT – PART I IT - 3 2009

4.0 Additional

Instructions to Tenderers

4.1 Force Account Work: The Approved Equipment Rental Guide referred to in GC10 for Force Account Works shall be the latest edition of the BC Road Builders & Heavy Construction Associated “The Blue Book”.

4.2 Schedule: Tenderer’s should note the Supplementary General Conditions contain parameters around the dates for work to occur. Specifically, work within Mission Creek riparian areas are to be completed between August 7th and October 15th, 2016 in order to comply with Ministry of Forests, Lands, and Natural Resource Operations requirements. Also, as noted in the Supplementary General Conditions: • Substantial Performance is to be achieved by : October

21st, 2016 • Total Performance is to be achieved by: November 4th,

2016.

4.3 Contractor is the “Prime Contractor”: The Contractor shall be the “Prime Contractor” as defined under Part 3 of the Worker’s Compensation Act, for the duration of the work.

4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours before the Closing Date and Time. Any addenda will be posted publicly in the same location as the Invitation to Tender documents. Tenderers shall ensure they check for addenda, prior to submission of Tender.

Page 10: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

UNIT PRICE CONTRACT

FORM OF TENDER

FORM OF TENDER PAGE 1 OF 3

2009

FOR USE WHEN UNIT PRICES FORM THE BASIS OF PAYMENT - TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS OF THE UNIT PRICE MASTER MUNICIPAL CONSTRUCTION DOCUMENTS.

Owner: Regional District of Central Okanagan

Contract: ( NAME OF OWNER )

Falcon Ridge Water Intake Project

Reference No. ( TITLE OF CONTRACT )

T16-292

( OWNER’S CONTRACT REFERENCE NO. )

To Owner:

WE, THE UNDERSIGNED:

1.1 have received and carefully reviewed all of the Contract Documents, including the Instructions to Tenderers, the specified edition of the “Master Municipal Construction Documents - General Conditions, Specifications and Standard Detail Drawings” and the following Addenda:

; ( ADDENDA, IF ANY )

1.2 have full knowledge of the Place of the Work, and the Work required; and

1.3 have complied with the Instructions to Tenderers; and

ACCORDINGLY WE HEREBY OFFER

2.1 to perform and complete all of the Work and to provide all the labour, equipment and material all as set out in the Contract Documents, in strict compliance with the Contract Documents; and

2.2 to achieve Substantial Performance of the Work on or before _October 21st, 2016__________; and ( WORK DURATION OR DATE )

2.3 to do the Work for the price, which is the sum of the products of the actual quantities incorporated into the Work and the appropriate unit prices set out in Appendix 1, the “Schedule of Quantities and Prices”, plus any lump sums or specific prices and adjustment amounts as provided by the Contract Documents. For the purposes of tender comparison, our offer is to complete the Work for the “Tender Price” as set out on Appendix 1 of this Form of Tender. Our Tender Price is based on the estimated quantities listed in the Schedule of Quantities and Prices, and excludes GST.

WE CONFIRM: 3.1 that we understand and agree that the quantities as listed in the Schedule of Quantities and Prices are estimated, and that the actual quantities will vary.

Page 11: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

UNIT PRICE CONTRACT

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 thirty 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

Page 12: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

UNIT PRICE CONTRACT

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)

Page 13: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

RDCOUNIT PRICE CONTRACTT16-292

Page 1 of 2MAY 2016

TENDERER`S INITIALS____________

(All prices and quotations, including the Tender Price shall not include the GST. The GST shall be shown separately)

Tenderers should refer to Supplementary Specifications - Measurement for Payment, for description and basis for each unit price item in this Appendix 1.

Item No. Item Unit Quantity Unit Price Amount

1.0 GENERAL REQUIREMENTS

1.01 General Requirements (bonding, insurance, project management) Lump Sum 1 $ $

1.02 Mobilization / Demobilization (not to exceed 5% of Total Tender Price) Lump Sum 1 $ $

1.03 Commissioning, O&M Manual, As-built Drawings Lump Sum 1 $ $

2.0 SITE CIVIL WORKS

2.01 Site Preparation Lump Sum 1 $ $

2.02 Groundwater Management Lump Sum 1 $ $

2.03 Environmental Controls - Silt Fence Lump Sum 1 $ $

2.04 Creek Intake Installation each 1 $ $

2.05 Control Vault Installation each 1 $ $

2.06 Drainage Pit - Excavation and Backfill each 1 $ $

2.07 200mm Water main Linear Metre 48 $ $

2.08 50 mm well head line and tie-in Lump Sum 1 $ $

2.09 19 mm sampling line Linear Metre 40 $ $

2.10 200mm gate valves each 2 $ $

2.11 Finish Grading and Seeding Lump Sum 1 $ $

3.0 STRUCTURAL WORKS

3.01 Intake Pre-Cast Structure Lump Sum 1 $ $

3.02 Intake Structure - Installation Screen, trash rack, sluice gate Lump Sum 1 $ $

3.03 Control Vault Supply and Install Lump Sum 1 $ $

andy.brennan
Typewritten Text
andy.brennan
Typewritten Text
andy.brennan
Typewritten Text
andy.brennan
Typewritten Text
andy.brennan
Typewritten Text
andy.brennan
Typewritten Text
andy.brennan
Typewritten Text
andy.brennan
Typewritten Text
FALCON RIDGE WATER INTAKE PROJECT APPENDIX 1 - SCHEDULE OF QUANTITIES AND PRICES
Page 14: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

RDCOUNIT PRICE CONTRACTT16-292

Page 2 of 2MAY 2016

TENDERER`S INITIALS____________

(All prices and quotations, including the Tender Price shall not include the GST. The GST shall be shown separately)

Tenderers should refer to Supplementary Specifications - Measurement for Payment, for description and basis for each unit price item in this Appendix 1.

Item No. Item Unit Quantity Unit Price Amount

4.0 CONTROL COMPONENTS

4.01 SCADA Conduit Linear Metre 15 $ $

4.02 Power Supply Conduit Linear Metre 7 $ $

4.03 100mm control valves complete with electric actuators each 2 $ $

4.04 Electrical Kiosk Panel each 1 $ $

4.05 Inlet Sluice Gate each 1 $ $

5.0 ROAD ACCESS UPGRADES

5.01 Excavation / Embankment m3 150 $ $

5.02 Road Gravels 19mm dia (50mm thick) m2 350 $ $

$

$

TOTAL TENDER PRICE (total of all items):

GST @5%:

andy.brennan
Typewritten Text
FALCON RIDGE WATER INTAKE PROJECT APPENDIX 1 - SCHEDULE OF QUANTITIES AND PRICES
Page 15: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

UNIT PRICE CONTRACT

APPENDIX 2 – PRELIMINARY CONSTRUCTION SCHEDULE

APPENDIX 2 PAGE 1 OF 1

2009

Tenderer’s Initials _______________________

T16-292 - Falcon Ridge Water Intake Project

( TITLE OF CONTRACT )

See paragraph 5.3.2 of the Instructions to Tenderers – Part II.

Indicate Schedule with bar chart with major item descriptions and time.

MILESTONE DATES:____________________________________________________

ACTIVITY CONSTRUCTION SCHEDULE

1 2 3 4 5 6 7 8 9 10

Page 16: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

UNIT PRICE CONTRACT

APPENDIX 3 – EXPERIENCE OF SUPERINTENDENT

APPENDIX 3 PAGE 1 OF 1

2009

Tenderer’s Initials _______________________

T16-292 - Falcon Ridge Water Intake Project

( TITLE OF CONTRACT )

See paragraph 5.3.3 of the Instructions to Tenderers – Part II.

Name: Experience:

Dates: Project Name: Responsibility:

References:

Dates: Project Name: Responsibility:

References:

Dates: Project Name: Responsibility:

References:

Dates: Project Name: Responsibility:

References:

Page 17: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

UNIT PRICE CONTRACT

APPENDIX 4 – COMPARABLE WORK EXPERIENCE

APPENDIX 4 PAGE 1 OF 1

2009

Tenderer’s Initials _____________________________

T16-292 - Falcon Ridge Water Intake Project

( TITLE OF CONTRACT )

See paragraph 5.3.4 of the Instructions to Tenderers – Part II.

PROJECT OWNER / CONTACT NAME

PHONE and FAX WORK

DESCRIPTION VALUE ($)

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Page 18: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

UNIT PRICE CONTRACT

APPENDIX 5 - SUBCONTRACTORS

APPENDIX 5 PAGE 1 OF 1

2009

Tenderer’s Initials _______________________

T16-292 - Falcon Ridge Water Intake Project

( TITLE OF CONTRACT )

See paragraph 5.3.5 of the Instructions to Tenderers – Part II.

TENDER ITEM TRADE SUBCONTRACTOR NAME PHONE NUMBER

Page 19: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

UNIT PRICE CONTRACT FORM OF AGREEMENT

FORM OF AGREEMENT PAGE 1 OF 6

2009

( FOR USE WHEN UNIT PRICES FORM THE BASIS OF PAYMENT TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS OF THE UNIT PRICE MASTER MUNICIPAL CONSTRUCTION DOCUMENTS.)

BETWEEN OWNER AND CONTRACTOR

This agreement made in duplicate this

______ day of ___________, 20_____.

Contract: Falcon Ridge Water Intake Project

Reference No. T16-292

BETWEEN:

The Regional District of Central Okanagan

( NAME OF OWNER )

(the “Owner”)

AND:

( NAME AND OFFICE ADDRESS OF CONTRACTOR )

(the “Contractor”)

The Owner and the Contractor agree as follows:

Article 1 The Work Start / Completion Dates

1.1 The Contractor will perform all Work and provide all labour, equipment and material and do all things strictly as required by the Contract Documents.

1.2 The Contractor will commence the Work in accordance with the Notice to Proceed. The Contractor will proceed with the Work diligently, will perform the Work generally in accordance with the construction schedules as required by the Contract Documents and will achieve Substantial Performance of the Work on or before October 21st, 2016 subject to (INSERT DATE OF SUBSTANTIAL PERFORMANCE )

the provisions of the Contract Documents for adjustments to the Contract Time.

Page 20: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

UNIT PRICE CONTRACT FORM OF AGREEMENT

FORM OF AGREEMENT PAGE 2 OF 6

2009

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.

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.

Page 21: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

UNIT PRICE CONTRACT FORM OF AGREEMENT

FORM OF AGREEMENT PAGE 3 OF 6

2009 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:

Regional District of Central Okanagan

1450 KLO Road, Kelowna

BC V1W 3Z4

Fax: 250-469-6171

Attention: Andy Brennan, Purchasing Manager

The Contractor:

Fax:

Attention:

The Contract Administrator:

Fax:

Attention:

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

Page 22: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

UNIT PRICE CONTRACT FORM OF AGREEMENT

FORM OF AGREEMENT PAGE 4 OF 6

2009

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.

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:

(FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL)

(AUTHORIZED SIGNATORY)

(AUTHORIZED SIGNATORY)

Page 23: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

UNIT PRICE CONTRACT FORM OF AGREEMENT

FORM OF AGREEMENT PAGE 5 OF 6

2009

(INCLUDE IN LIST ALL DOCUMENTS INCLUDING, IF ANY, SUPPLEMENTARY GENERAL CONDITIONS, SUPPLEMENTARY SPECIFICATIONS,SUPPLEMENTARY STANDARD DETAIL DRAWINGS.)

Schedule 1 Schedule

of Contract Documents

The following is an exact and complete list of the Contract Documents, as referred to in Article 2.1 of the Agreement.

NOTE: The documents noted with “*” are contained in the “Master Municipal Construction Documents - General Conditions, Specifications and Standard Detail Drawings”, edition dated 2009. All sections of this publication are included in the Contract Documents.

8.1 Agreement, including all Schedules;

8.2 Supplementary General Conditions (RDCO Supplementary General Conditions, June 2016)

8.3 General Conditions*;

8.4 The following Supplementary Specifications:

• 01001 Summary of Work • 01025 Measurement for Payment • 02300 Environmental Protection • 02603 Butterfly Valves • 13150 Sluice Gate • 16920 Electric Valve Actuators • 16930 Control Panel

8.5 Specifications*;

8.6 Standard Detail Drawings*;

8.7 Executed Form of Tender, including all Appendices;

8.8 Contract Drawings listed in Schedule 2 to the Agreement –”List of Contract Drawings”;

8.9 Instructions To Tenderers - Part I;

8.10 Instructions to Tenderers - Part II*;

8.11 The following Supplemental Updates by MMCD: MMCD Supplemental Update 2015-11-02 MMCD Supplemental Update 2014-09-19 MMCD Supplemental Update 2014-07-15 MMCD Supplemental Update 2014-02-28 MMCD Supplemental Update 2013-06-13 MMCD Supplemental Update 2012-08-07 MMCD Supplemental Update 2012-06-08 MMCD Supplemental Update 2012-05-30 MMCD Supplemental Update 2011-08-08 MMCD Supplemental Update 2011-08-04 MMCD Supplemental PVC C900 Pipe Specification Clarification MMCD Supplemental Update 2010-03-25

Page 24: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

UNIT PRICE CONTRACT FORM OF AGREEMENT

FORM OF AGREEMENT PAGE 6 OF 6

2009

MMCD Supplemental Update 2009-11-19

8.12 The following Addenda:

( ADDENDA, IF ANY )

(COMPLETE LISTING OF ALL DRAWINGS, PLANS AND SKETCHES WHICH ARE TO FORM A PART OF THE CONTRACT, OTHER THAN STANDARD DETAIL DRAWINGS AND SUPPLEMENTARY STANDARD DETAIL DRAWINGS.)

Schedule 2 List of

Contract Drawings

TITLE DRAWING NO. DATE REVISION NO. REVISION DATE

Cover Sheet C-00 Dec 2015 NA NA

Water Intake Upgrade – Plan Profile

C-01 Sep 2014 4 Dec 17, 2015

Water Intake Upgrade – Installation Details

C-02 Sep 2014 3 Dec 17, 2015

Water Intake Upgrade – Standard Details

C-03 Sep 2014 3 Dec 17, 2015

Water Intake Upgrade – Vault and Intake Details

C-04 Sep 2014 3 Dec 17, 2015

Water Intake Upgrade – Screen Fabrications

C-05 Sep 2014 2 Dec 17, 2015

Water Intake Upgrade – General Notes and Specifications

S-01 Oct 2015 1 Dec 15, 2015

Water Intake Upgrade – Intake Vault

S-02 Oct 2015 1 Dec 15, 2015

Page 25: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

UNIT PRICE CONTRACT

RDCO SUPPLEMENTARY GENERAL CONDITIONS (JUNE 2016)

T16-292 FALCON RIDGE WATER INTAKE PROJECT

Page 1 of 2

1. MMCD Platinum Edition (2009) The Master Municipal Construction Document (MMCD) Platinum Edition (2009) forms the basis of this contract. For this Contract, the Master Municipal General Conditions are hereby modified as follows:

2. General Conditions:

GC 2.0: DOCUMENTS:

ADD: SGC 2.2.5 Constructed works take precedence over drawing dimensions and details. Prior to fabrication of any item dependent upon accurate dimensions of details or the constructed works, the Contractor shall take field measurements of such constructed works.

GC 4.0: CONTRACTOR:

ADD: SGC 4.6.8 The Contractor must comply with the Ministry of Forests, Lands and Natural Resource Operation requirement for all work within the Mission Creek Riparian areas to be completed between the dates of August 7th and October 15th, 2016.

ADD: SGC 4.12.8.1

If the Contract Administrator is required to make visits for the purpose of witnessing the testing of equipment or materials, or the factory inspection of materials, or materials on more than one occasion for the same piece of equipment or materials, by reason of delays or the Contractor, or malfunctioning of the equipment under test, or from improper installation or whatever caused by the Contractor or his subcontractors, the Contractor shall pay the Owner the additional fees and expenses incurred for the additional visits by the Contract Administrator that are charged to the Owner.

ADD: SGC 4.17 Site Tidiness

4.17.1 The Contractor shall maintain the Site in a tidy condition and free from the accumulation of debris.

4.17.2 Roadways adjacent to and beyond the limits of the work shall

be kept clean. Dusty or loose materials shall be transported in covered haul vehicles. Wet materials shall be transported in suitable watertight haul vehicles.

4.17.3 The Contractor shall take steps as may be required to prevent

dust nuisance resulting from its operations either within the limits of the Work or elsewhere or by public traffic where it is the Contractor’s responsibility to maintain road access through or adjacent to the Work.

Page 26: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

UNIT PRICE CONTRACT

RDCO SUPPLEMENTARY GENERAL CONDITIONS (JUNE 2016)

T16-292 FALCON RIDGE WATER INTAKE PROJECT

Page 2 of 2

ADD: SGC4.18 Respectful Behavior 4.18.1 The Contractor shall ensure that all employees and

subcontractors at the Site conduct themselves in a manner which is respectful to the public and residents of neighboring properties. Toilet breaks shall only use the Contractor’s toilet facilities. Use of offensive language and behavior shall be avoided.

4.18.2 No alcohol shall be allowed at the work site.

GC 18.0: PAYMENT

ADD: SGC18.2.3 Upon request, the Contractor shall provide the Contract Administrator with satisfactory evidence in the form of a WCB Certificate of Clearance that they have made suitable provision for meeting the liability under the Workman’s Compensation Act of BC, prior to the release of any monthly progress payment.

ADD: SGC 18.2.4 The Contractor shall provide the Contract Administrator with a Statutory

Declaration that all liabilities incurred by the Contractor and its Subcontractors in carrying out the Contract have been discharged and that all liens in respect of the Contract have expired or have been satisfied, discharged or provided for by payment. The Statutory Declaration shall be provided prior to all monthly progress payments except the first one.

ADD: SGC 18.6.7 Subject to adjustment in Contract Time, as provided for in the Contract Documents, attain Substantial Performance of the Work by October 21st, 2016

ADD: SGC 18.7.4 Subject to adjustment in Contract Time, as provided for in the Contract Documents, attain Total Performance of the Work by November 4th, 2016

Page 27: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 01010 SUMMARY OF WORK

Page 1 of 2 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

1. GENERAL

.1 The Regional District of Central Okanagan (RDCO) owns and operates the Falcon Ridge Water utility. The utility provides water to 55 single family residences above and on the north side of Mission Creek. The source of water for the utility is a shallow ground water well that is influenced by flow in Mission Creek. To develop a more reliable water supply, the RDCO has entered into agreement with Black Mountain Irrigation District to access water from upper storage reservoirs in upper Mission Creek, and is preparing to build a direct creek intake along Mission Creek. The intake will supply water to the groundwater well and to the nearby groundwater infiltration gallery.

.2 The current design is to withdraw water from Mission Creek and either convey it either directly to the well head or to the infiltration gallery near the well head. If raw water quality in the creek is poor, the valves be can be shut and water supply would be by means of the local groundwater infiltration gallery.

.3 This contract includes the installation of approximately 50m of 200mm diameter water service line from the creek to a proposed diversion vault, the supply and installation of a concrete creek intake and fish screen assembly, the supply and installation of a concrete diversion vault with associated control valves, and the conduit for connection of these devices to the computer control system of the RDCO;

.4 Although the constructed works deal with raw water supply, the system is part of a waterworks system and all construction works with wetted surfaces must conform to potable drinking water standards, i.e. NSF 61 or AWWA standards for product coatings.

.5 Road access upgrades are to be included in this work. The road access involves raising of approximately 100m of 3.5m wide road by 0.5metres, compacting and gravel resurfacing with 50mm thickness of 25mm diameter crushed gravel.

1.1 Project Constraints

.1 Access to work along Mission Creek is constrained by the instream fisheries work window for Mission Creek which runs from August 7 to October 15 annually. All work within the creek riparian area must take place prior to October 15 annually.

.2 A Qualified Environmental Professional (QEP) has been retained by the RDCO as part of the consulting team to monitor sensitive work activity along the Mission Creek riparian area. See Environmental specification, Section 02300 for requirements.

.4 Substantially complete the work within the Mission Creek riparian area by the dates within the contract. Work on the intake to install the sluice gate, fish screen and trash rack may extend beyond the date, however the Environmental Monitor must be present for these installations;

.5 Delivery dates for the valve actuators and for the fish screens may extend beyond the allotted contract working time. Substantial completion will be dependent on fish screen installation and functional water flow to the wellhead and/or infiltration gallery. Total completion will be dependent on the installation of the electric valve actuators and gate valves.

.6 Connection and energizing of the electric actuators will be by the RDCO Electrical / Instrumentation staff.

Page 28: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 01010 SUMMARY OF WORK

Page 2 of 2 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

1.2 Project Schedule

.1 Begin the work at the earliest possible date respecting signing and administrative requirements

.2 Provide Owner with schedule for all major work tasks;

.3 Notify the Contract Administrator and QEP with one weeks notice of when Environmental Monitoring and/or fish salvage will be required at the water intake location;

.4 Substantially complete the work within 10 calendar weeks of the date of award as per the Tender Form. Substantially complete requires main line and fish screening to be in place i.e. functional system to convey Mission Creek water to either the infiltration gallery or directly to the well head;

1.3 Work Sequence

.1 Construct the work in stages to minimize disruption of water service to the utility;

.2 Coordinate all work with the Contract Administrator;

.3 Coordinate the well head tie-in with Contract Administrator and RDCO Works Superintendent to ensure water supply is not interrupted;

.4 Coordinate the roadwork with RDCO Works Superintendent;

.5 Carry out works in order to expedite construction.

1.4 Contractor Use of Premises

.1 The Contractor shall restrict use of the site to areas within the limits of work and shall not disturb the lands outside the area designated for work.

.2 Contractor shall limit use of premises for Work, for storage, and for access.

1.5 Submittals

.1 Submittals will be required for the following products: sluice gate, fish screen, electric actuator valve, and gate valves;

.2 Submittals will be required for concrete mix design, and for road gravels sieve analyses;

2. PRODUCTS ( NOT APPLICABLE )

3. EXECUTION ( NOT APPLICABLE )

END OF SECTION

Page 29: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 01025 MEASUREMENT FOR PAYMENT

Page 1 of 3 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

1. GENERAL

1.1 Related Work

.1 This Section describes the basis of Measurement and Payment for work carried out under these documents and governs over payment references in the technical specifications.

.2 Payment clauses that follow refer to items listed in “Appendix 1 – Schedule of Quantities and Prices“ of the Form of Tender.

.3 Payment for specific items of work carried out each month will be assessed by the Contract Administrator on the basis of the number of units completed. For lump sum items, consideration will be given to materials on-site, amount of work carried out, and effort required to complete the specific item of work. The Contract Administrator reserves the right to withhold sufficient funds on items that are partially complete.

.4 The sum of all of the payment items is to be equivalent to the value of a complete project. Items not specifically listed are to be included in the most closely related unit price.

2. MEASUREMENT FOR PAYMENT CLAUSES FOR UNIT PRICE BID ITEMS

2.1 Unit Price Line Items

1.01 General Requirements: This item is to cover general requirements in Division 1 of the specifications. Items such as time for meetings, project administration and coordination, survey, and miscellaneous items such as bonding and insurance. Payment will be at a rate of one third of the total lump sum amount paid per month worked.

1.02 Mobilization / Demobilization: Project start-up costs and shut-down costs are to be covered within this item. The amount provided in this item is not to exceed 5% of the total tender price. Payment will be made at the lump sum price shown in the Tender Form. Sixty percent (60%) of the lump sum amount will be paid for on the first progress payment certificate due after the Contractor has established the operation and facilities specified. The remaining forty percent (40%) will be paid upon completion of the contract and removal of equipment and cleanup of the work areas to the satisfaction of the Contract Administrator.

1.03 Commissioning and Facility Start-Up: Work under this item includes commissioning, training, Record Drawings, production of O & M Manuals and troubleshooting of the equipment to ensure that the equipment performs to the satisfaction of the Product Supplier and the Contract Administrator. The costs for supplier visits during start-up and commissioning are to be included in this price.

2.01 Site Preparation: Price includes all site grading and stripping of topsoil and placement of areas where vegetation can be re-established after construction. Payment will be based on percentage complete of the lump sum amount of work.

2.02 Groundwater Management: The work required to dewater the vault excavation or make allowances to work within the riparian area of the creek, including operating

Page 30: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 01025 MEASUREMENT FOR PAYMENT

Page 2 of 3 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

machinery with food grade hydraulic oil are to be accounted for within this bid item. Payment will be on a lump sum basis based on the percentage of work completed.

2.03 Environmental Controls This work includes the site fence and special requirements required to work within the creek riparian area. Silt fencing and maintenance of control measures required by the Qualified Professional will be covered in this bid price. Payment will be based on the percentage of the work completed

2.04 Creek Intake Installation: Work includes the excavation of area within the creek where the intake is to be placed, placement of angular drain rock below intake structure, installation of precast intake structure and backfilling, including placement of rip rap as per design drawings.

2.05 Control Vault Installation: Work includes all work to excavate, place foundation materials, and backfill around the control vault, including drain rock and filter fabric, i.e. all work that is not concrete works related to the control vault. Payment will be based on percentage complete at month’s end;

2.06 Drain Pit Installation: Work includes all components including excavation, installation of materials, backfilling and cleanup. Payment will be based on percentage complete for this lump sum price.

2.07 200mm Water main Work: Includes all watermain works from intake tie-in point to outer wall of control vault and then the drain line from control vault to outlet. Price includes trench excavation, installation of pipe, flushing of main, installation of clay plug, supply and installation of cleanout, and commissioning of water main. Price will be on a unit price basis for number of meters of pipe actually installed.

2.08 50 mm Well Supply Main: Price includes supply and installation of 50mm Municipal tube line from control vault to well head. Include cost of tie-in to well head in the price. Trench excavation and backfill is to be included. Price includes installation of pipe, tie-ins, small diameter gate valves where shown, and commissioning of sampling line. Price will be on a lump sum based on percentage of item completed;

2.09 19mm Sampling Main: Price includes supply and installation of small diameter PVC line from intake to outer wall connection point at control vault. Trench excavation and backfill is covered in item 2.07. Price includes installation of pipe, tie-ins, small diameter gate valves as shown, and commissioning of sampling line. Price will be on a unit price basis for number of meters of pipe actually installed.

2.10 200mm Gate Valves: Includes supply and installation of gate valves and materials to install gate valves including rise stems and Nelson boxes. Price will be on a unit price basis for number of gate valves actually installed.

2.11 Finish Grading and Seeding: damaged and excavated areas will be restored with topsoil, raked and hand seeded. Payment will be on a lump sum basis for area to be restored.

3.01 Intake Concrete Works: Price is to include all forming and assembly of intake concrete works. Work can be formed on-site or at location of contractors choice. Steel must be inspected and documented by structural engineer. Price is a lump sum and will be paid on percentage complete.

Page 31: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 01025 MEASUREMENT FOR PAYMENT

Page 3 of 3 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

3.02 Control Structure Concrete Works: Determination of where base is cast will be made once hole is dug. Contractor may precast the base slab and transport it to site and then form up from base slab, or may cast at the site. Structural engineer must verify steel in slab. Measurement for Control Structure concrete works will be based on percentage complete.

3.03 Intake Structure Metal works: Work includes all tasks needed to supply and install the trash racks and fish screens. Measurement for payment of steel works will be based on percentage complete.

4.01 SCADA Conduit: Price includes supply and installation of two 50mm diameter Schedule 40 PVC conduits from control valve chamber to existing electrical panel. Price includes trench excavation and backfill, installation of pipe, tie-ins, and installation of nylon string within lines. Price will be on a unit price basis for number of meters of pipe actually installed.

4.02 Electrical Conduit: Price includes supply and installation of one 100mm diameter Schedule 40 PVC conduit from control valve chamber to existing electrical panel. Price includes trench excavation and backfill, installation of pipe, tie-ins, and installation of nylon string within line. Price will be on a unit price basis for number of meters of pipe actually installed.

4.03 100mm Gate valve and Electric Actuators: Price includes supply and installation of a 100mm diameter flanged gate valve, stem and one electric actuator. Installation is included in the unit price. Manual operation must be proven in commissioning phase. Electrical connection will be by RDCO. Payment will be based on percentage of item complete.

4.04 Electrical Kiosk Panel : Price includes fabrication of weatherproof electrical panel to be situated above the electric actuators. Sampling line pump will be included in this item. The price includes supply and installation and will be paid on the basis of one unit installed;

4.05 Inlet Sluice Gate: Price includes supply and installation of one 200mm diameter sluice gate to be mounted in the Price includes trench excavation and backfill, installation of pipe, tie-ins, and installation of nylon string within line. Price will be on a unit price basis for number of meters of pipe actually installed.

5.01 Road Excavation and Embankment: Price includes excavation of suitable materials near road (from gravel berms), hauling and placement to low area along creek and compaction to subbase standard within MMCD. Payment will be based on road cross section survey of filled material based on width and centerline shots before and after filling.

5.02 Road Gravels: Price for road gravels includes supply of 19mm diameter granular material, placement of material to 50mm thickness, grading to 2.0% cross fall, and compaction of material to MMCD specification. Payment will be on a square meter installed basis. Truckers tonnage will be used as a check for area and materials installed.

END OF SECTION

Page 32: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 02300 ENVIRONMENTAL PROTECTION

Page 1 of 8 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

1. GENERAL

1.1 Description

.1 The work specified in this section consists of all matters related to protection of the environment, including, but not limited to, protection of streams and watercourses (Mission Creek), protection of air and water quality, protection of wildlife and wildlife habitats, protection of vegetation, protection of social, cultural and historic resources and restoration.

.2 The work includes provision of suitable waste disposal means, including, but not limited to, disposal of construction wastes, sanitary wastes, process wastes and any other waste materials generated during the conduct of the work or incidental thereto.

.3 The work requires adherence to all applicable Federal, Provincial and Municipal Legislation, Regulations, Orders, Standards and Guidelines.

.4 The work includes obtaining and complying with provisions of all Permits, Permissions, Allowances and Licenses required by governing bodies for the conduct of the work and matters incidental thereto.

.5 These specifications are to be read and used in conjunction with the contracts drawings.

1.2 Definitions

.1 Environment means all natural physical, chemical and biological components and all social, cultural and historic components of the world.

.2 Qualified Environmental Professional (QEP) is defined as the professional designated person retained by the owner who is responsible for documenting, monitoring, and recording that the intent of the Environmental Protection objectives are fully met. For this project, RDCO has retained the firm Aarde Environmental Ltd. to act as the QEP during construction.

.3 Ministry of Environment Representative means person designated to act on behalf of the Province in regards to the issues of environmental protection

.4 Contract Administrator is defined as the Owners Representative during the construction process. RDCO has retained Agua Consulting Inc. to carry out this role.

Ecosystem means the interaction of all environmental components.

.5 Water body shall mean any body of water, whether moving or still, including, but not limited to, rivers, streams, creeks, lakes, ponds, marshes, sloughs, swamps, bogs and ditches with water in them, and shall include the area bounded by these bodies up to and including the high water mark.

.6 Riparian Protection Area (RPA) refers to all areas within 15 m of the high water level of Mission Creek.

.7 Primary Containment Area (PCA) refers to all areas where instream works will occur and that are contained by the silt curtain.

Page 33: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 02300 ENVIRONMENTAL PROTECTION

Page 2 of 8 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

.8 Temporary Settling Pond is defined as a drainage collection and holding area that is designed to collect and promote the settling of suspended silt and sediment materials so as to reduce the particulate matter in the receiving water body.

1.3 Submittals

.1 Submit the following at least five (5) working days prior to starting the work or engaging in new aspects of the work within the RPA to the QEP for his/her review and acceptance:

a. Details for erosion and sediment management during construction.

b. Emergency response plans for protection of the environment.

c. The names of all responsible parties to the work and how these persons may be contacted at any time.

d. Construction, deployment, and maintenance plan for the Primary (PCA) instream containment areas (i.e., silt curtains).

i The plan must include a list of all products and materials used, including WHIMIS information.

ii The plan must detail anchoring of the silt curtain to the substrates and how the curtain will be held in place around the containment (i.e., pile locations, etc.).

iii The plan must include a specified maintenance program for the duration of the in-stream works and works within the riparian protection area.

iv The plan must identify when the QEP is required to be present to carry out fish salvage within the Primary instream containment area.

.2 Submit the following from time to time as requested by the QEP and/or any governing body:

a. Samples of air, soils, water, rock and any construction materials, including, but not limited to, fuels, oils, grease and process chemicals. Samples are to be submitted immediately upon request.

b. Evidence of valid Licenses, Permits, Permissions and Approvals.

1.4 Stoppage of Work

.1 The Consultant, QEP and/or Ministry of Environment representative shall have the authority to stop work and order immediate actions to remedy a situation which, in his/her opinion, endangers the integrity of the environment.

.2 The Consultant, QEP and/or the Ministry shall not be liable for costs or delays caused by such actions.

Page 34: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 02300 ENVIRONMENTAL PROTECTION

Page 3 of 8 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

PART 2 - PRODUCTS

2.1 Nilex Non Woven Geotextile Fabric 4516 or approved equivalent for Re-Sealable Silt Curtains in locations identified on C-01 to be approved by QEP

2.2 Silt fencing and Dewatering bags as required to eliminate downstream erosion from dewatering.

PART 3 -EXECUTION

3.1 Equipment, Fueling, Maintenance, and Storage of Chemicals

.1 All equipment used within the Riparian Protection Area (RPA) or for instream works must use biodegradable hydraulic fluids.

.2 All equipment used for works in the RPA or for instream works shall be free of leaks, excess oils and grease, and shall be in good operating condition.

.3 All machines must be pressure washed prior to entering RPA and must be maintained in clean condition throughout construction period.

.4 The QEP must inspect and approve all equipment to be used prior to any works occurring within the RPA or for instream works.

.5 A petroleum spill kit for water site cleanups is required onsite at all times during construction.

.6 Petroleum storage, including propane storage, fuel storage, lubricant storage, storage of other petroleum products and fuel storage associated with diesel and/or gasoline generator plants shall be off-site.

.7 Fuel to be provided to equipment on-site via light truck and tidy-tank arrangement at designated fuel filling areas.

.8 Any spill of petroleum products greater than 500 mL (0.5 L) shall be reported immediately to the QEP. Clean up of such spills shall commence immediately. Reporting of petroleum spills to authorities shall be as set out in the appropriate legislation and regulations. Such reporting is the responsibility of the Contractor.

.9 Waste fuel, oil, solvents, and other petroleum products shall be disposed of at a location which has been approved by the regulatory authorities.

.10 No re-fueling, maintenance, or other types of activities are permitted within 30 m of the high water level of Mission Creek. All refueling shall occur in an area that is approved by the QEP;

.11 No fuels, oils, grease, or any other substance, including, but not limited to, paints, solvents, chemicals, cement, grouts or building materials may be stored within Riparian Protection Area without the specific approval of the QEP.

.12 The Contractor shall ensure that no substances deleterious to fish or fish habitat enter a waterbody or are placed in such a location that they could enter a waterbody.

Page 35: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 02300 ENVIRONMENTAL PROTECTION

Page 4 of 8 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

3.2 Clearing and Grubbing On-Shore ( Riparian Protection Area )

.1 Clearing and grubbing within the Riparian Protection Area (RPA) shall only occur to facilitate the proposed construction and additional clearing or grubbing will be avoided. The area of exposed soil shall at all times be minimized and shall not exceed the Limit of Disturbance Riparian area identified on the contract drawings.

.2 Prior to any clearing or grubbing, the Limit of Disturbance Riparian shall be delineated using orange snow fencing or an approved alternative.

.3 The contractor shall provide the QEP with three days notification prior to any clearing or grubbing activites so that a bird nesting survey can be conducted. Any delays caused by failure to provide the notification to the QEP will be the responsibility of the contractor.

.4 Grubbing, to remove stumps, shall be conducted with a minimum disruption to the soil. Stumps shall be handled in such a manner that entrained soil is removed.

.5 Shrubby vegetation (less than 2 m in height) identified by the QEP occurring within the Limit of Disturbance within the RPA should be stockpiled in a suitable location approved by the QEP for replacement post construction.

.6 Topsoil and all organically enriched soil materials shall be salvaged and stockpiled in a suitable location identified on the Site Access drawing for later use as top-dressing in reclamation of the disturbed areas as described below. Small (less than 1 meter) fragments of natural woody material may be incorporated with the top-dressing. Top-dressing materials shall not be wasted or otherwise rendered unsuitable for use.

.7 Burning of woody materials shall not be allowed except with the express written consent of the Owner or their Representative.

3.4 Erosion and Sediment Control

.1 Exposed, erodible soils shall be protected from erosion by one or more of the following methods:

a. covering with a suitable material such as plastic, straw, geotextile or gravel;

b. installation of erosion bars, straw bale dykes, stone check dams, coconut matting, and water diversion structures;

c. establishment of a temporary cover of vegetation;

d. application of a soil binding spray.

.2 Ditches and waterways shall be protected from erosion by one or more of the following methods

a. lining with an erosion resistant material;

b. provision of straw bale check dams;

c. construction of silt fences using suitable geotextile;

Page 36: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 02300 ENVIRONMENTAL PROTECTION

Page 5 of 8 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

d. diversion of water around erosive area using flexible pipe, corrugated steel pipe or other suitable conduit.

.3 Roadways shall be protected from erosion by one of the following methods

a. Road development to be set up to utilize natural flow characteristics and maintain hillside sheet-flow where-ever possible. Concentration of runoff water along the upstream ditches is to be avoided or minimized;

b. Cross ditching, road camber or slope, direction of run to ditches, culverts, or by other means as necessary;

c. All concentrated road surface runoff collected via ditches must be directed to settling area with overflow and silt containment curtains to reduce energy and erosion potential.

d. The contractor shall not overly concentrate roadway runoff to avoid unnecessary erosion of natural vegetated areas and avoid the potential for large releases of sediment to Mission Creek down slope.

.4 Additional erosion protection measures shall be undertaken under the direction of the QEP on an as required basis.

.5 Silt fencing shall be deployed as depicted in the contract drawings or as directed by the QEP. Silt fencing should direct water to the temporary settling ponds discussed below.

.6 Sites with disturbed soil cover shall be protected from erosion through the prompt revegetation of exposed soils.

3.5 Primary and Secondary Containment Areas (In-Creek)

.1 A Primary Containment Area (PCA) shall be constructed as depicted on drawing C-01. The purpose of the PCA is to contain silts and sediment from the trenching and backfill work. The silt containment curtain shall be made of Nilex 4516 geotextile fabric or an approved equivalent. The silt curtain shall not exceed the Limits of Disturbance Instream identified in C-02.

.2 The PCA silt curtains shall be inspected on a daily basis and repairs made as necessary by the contractor.

.3 Turbidity outside of the PCA shall not exceed 8 NTU above background levels of raw Mission Creek water. Total Suspended Solids levels shall not exceed 25 mg/L above background levels at any point in time. The QEP will be inspecting water quality within the PCA, and background levels and will advise the contractor immediately if either of these thresholds have been reached. If these thresholds are being approached, the contractor will take immediate actions to fix the silt curtains and ensure that the SCA background levels are similar to background levels.

.4 Frequency of monitoring is dependant on activities underway on-site. Frequency of monitoring will be as directed by the QEP. Tests will be taken daily while activity is taking place within the PCA. If high activity or construction excavation is taking place, several tests per day will be taken. Tests will be taken by the QEP. Contractor is allowed to hire independent agency to confirm QEPs test, but must communicate and disclose results to Consultant.

Page 37: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 02300 ENVIRONMENTAL PROTECTION

Page 6 of 8 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

.5 If possible, the contractor should move the containment into place in a method that excludes fish during placement. Although this is not a requirement, it is recommended to help reduce fish salvage requirements, efforts and costs.

.6 Once the PCA has been established, the contractor is to notify the QEP who will be required to conduct a fish salvage of the containment area. The fish salvage must occur prior to any works within the PCA is required prior to any excavation activities. The fish salvage will be conducted by the QEP and is estimated to require 1 day depending upon how the silt curtains are deployed and the clarity of water. No works may occur until an adequate fish salvage has occurred.

3.6 Water Quality Protection

.1 The Contractor shall detain, treat or otherwise process all waters exiting the area of Work to ensure that suspended solids, sediments, concrete and/or grout washwater, oil and grease, nitrogen compounds resulting from blasting, or any other material is removed.

.2 The Contractor shall control all water flowing through the area of Work to ensure such water does not become contaminated as a result of the Work.

.3 The Contractor shall be responsible to ensure that all water exiting the area of Work meets or exceeds water quality standards discussed in Section 3.2 - Primary Containment Areas above for sediments and meets or exceeds all Federal, Provincial, and Municipal requirements for other contaminants for the activities being undertaken.

3.7 Air Quality Protection

.1 The Contractor shall control dust emissions from the Work or activities incidental to the Work to the satisfaction of the Ministry Representative.

.2 All equipment shall be fitted with standard emission control devices appropriate to the equipment and in compliance with Federal, Provincial and Municipal regulations and standards.

3.8 Wildlife and Wildlife Habitat Protection

.1 The Contractor shall avoid disturbance of wildlife and/or disruption of wildlife habitat.

.2 The Contractor shall provide "bear proof' garbage disposal containers for all food scraps, lunchroom scraps and other wastes which might attract wildlife.

.3 Feeding of wildlife, including, but not limited to, bears birds and small mammals, shall not be permitted.

.4 Raptor nests, wildlife denning sites and other areas of wildlife habitation shall not be disturbed while occupied.

.5 The contractor shall provide the QEP with three days notification prior to any clearing or grubbing activites so that a bird nesting survey can be conducted. Any delays caused by failure to provide the notification to the QEP will be the responsibility of the contractor.

Page 38: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 02300 ENVIRONMENTAL PROTECTION

Page 7 of 8 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

3.9 Vegetation Protection

.1 The Contractor shall avoid unnecessary damage to vegetation.

.2 In the riparian area, the Contractor shall restrict their activities to the Limits of Disturbance Riparian identified in C-01;

.3 In the areas above the creek, the Contractor shall restrict their activities to the Limits of Road Access widths and routes shown on the Site Access design drawing;

.4 Any trees requiring removal larger than 200mm diameter must be approved by the Owner or their agent prior to removal;

.5 Trees, which abut the area of Work and which in the normal conduct of the work, become damaged, how so ever caused, shall be treated by the Contractor with an appropriate tree wound dressing. Any trees felled or damaged so substantially they are unlikely to survive are to be removed;

3.10 Burning and Fire Protection

.1 Burning of any material shall not be permitted except with the express written consent of the QEP.

.2 All burning shall be as specified by Federal, Provincial and/or Municipal authorities. Valid permits and authorizations shall be obtained from the appropriate authorities and a copy of such shall be submitted to the Ministry Representative for all burning.

.3 All motorized equipment to have spark arrestors or be of minimum fire risk when operating.

3.11 Social, Cultural and Historical Protection

.1 The Contractor shall conduct his/her activities so that social, cultural and historical resources are protected.

.2 Archeological sites or other sites of historic or cultural significance shall be protected. Disturbance of such sites in any manner shall not be permitted except with the express written consent of the Province and the responsible governing body.

.3 The Contractor shall observe all regulations concerning public health and is responsible for providing sanitation facilities as required. Sanitary waste shall be taken to an approved disposal site.

.4 The Contractor shall ensure that his/her workforce does not adversely impact adjacent local community, residences, or individuals.

3.12 Restoration and Reclamation

.1 The Contractor shall ensure that all debris, waste, garbage and other materials not naturally found at the site are removed at the completion of the work and that the site is left in a neat and tidy condition satisfactory to the QEP.

Page 39: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 02300 ENVIRONMENTAL PROTECTION

Page 8 of 8 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

.2 All temporary structures shall be removed at the completion of the Work.

.3 Soils and/or other materials contaminated by petroleum products, chemicals or other undesirable materials shall be cleaned up to the satisfaction of the QEP. Materials so fouled shall be excavated and hauled to an approved disposal site, unless otherwise agreed in writing by the QEP. Areas so fouled shall be repaired and restored to the satisfaction of the QEP.

.4 Sediments collected in sediment control traps shall be removed at the completion of the Work. Sediment control traps shall be similarly removed unless otherwise directed by the QEP. These materials shall be disposed of in a manner satisfactory to the QEP.

END OF SECTION

Page 40: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 02603 BUTTERFLY VALVES

Page 1 of 2 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

1. GENERAL

1.1 Intent

.1 This section provides general specifications for the butterfly valve supply and installation. The information in this section should be sufficient for the contractors to obtain pricing and shop drawings from the suppliers;

.2 The butterfly valve installation is to be complete and functional once installed. There is a sign-off requirement for commissioning set out within this section;

.3 This installation is new construction and provision for Operation and Maintenance procedures is required for the Regional District of Central Okanagan water system operators.

1.2 Valve Package

.1 The valve shall include wafer style butterfly valve, stainless steel valve stem for required length, service gear for submerged installation, attachment hardware for stem, stainless steel bolt kit for wafer valve installation.

1.3 Quality Assurance

.1 The manufacturer shall have 5 years’ experience in the production of substantially similar equipment, and shall show evidence of satisfactory operation in at least 10 installations.

1.4 Submittals

.1 The manufacturer shall submit for approval by the purchaser, drawings showing the principal dimensions, general construction and materials used in the actuators.

2. PRODUCTS

2.1 Butterfly valve

.1 Wafer style, rated for potable water use AWWA or NSF 61 rated, 4” diameter, pressure rating 150 psi (min.), stem extension to match requirement shown on design drawings;

2.2 Design Standard

.1 Butterfly valve specified under this section shall be model specified or engineer approved equal:

Keystone - 4” Model 222 / 786 Cast Iron Body, Lugged EPDM Seat, 316 SST disc Max. Pressure 250 psig, Max Temperature 250 deg. F Face-to-Face spacing - 2 1/16”, NSF Approval

Page 41: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 02603 BUTTERFLY VALVES

Page 2 of 2 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

.2 Supplier contact for butterfly valve design standard materials Jim Yargeau – Spartan Controls – (604) 422-3730

3. EXECUTION

3.1 Preparation

.1 Provide shop drawing submittal of product for review;

.2 Field measure dimensions and product data to confirm size and space requirements prior to ordering valve;

.3 Ensure lifting equipment for valve rated for the application;

.4 Conform with WCB requirements for confined space entry;

3.2 Installation Method

.1 Provide procedure for valve removal and replacement to Consultant and Regional District staff for review;

.2 Carry out during low demand time of year. Provide one week’s notice to Regional District staff and to Consultant prior to date of installation;

.3 Follow manufacturer’s recommendations for valve installation;

4. COMMISSIONING

4.1 General

.1 Commissioning in accordance with manufacturers recommendations;

.2 Supplier to be on-site during commissioning to verify equipment installation conforms with manufacturer’s recommendations so that warranty is valid;

.3 All connections to be water tight. Visual inspection for drips and gasket seating will be reviewed;

.4 Carry out basic operations related to valve functions for open and closing;

.5 Provide sign-off and certification as per Specification Section 1650, Equipment Installation.

END OF SECTION

Page 42: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 13150 SLUICE GATE

Page 1 of 4 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

1. GENERAL

1.1 Work Included

.1 This Section specifies the supply, installation and commissioning of the open channel flow control gate.

1.2 Submittals

.1 Shop Drawings for sluice gate is required

.1 For each type of gate or weir, provide the following information:

.1 Frame assembly details.

.2 Recommended concrete embedment / attachment details.

.3 Installation instructions.

.2 For each gate, provide the following information:

.1 Operator details.

.2 Seal Details.

.2 Operating and Maintenance Data: Provide for incorporation in operation and maintenance manual.

.3 The gate manufacturer shall submit design calculations and supporting data for all gates showing stresses, loads and deflection for critical parts under design head conditions.

1.3 Design Standard

.1 Golden Harvest, Model GH-46, Type 304L Stainless Steel Slide gate Self-contained, wall mounted frame UHMW seats, Resilient J-bulb seals Type 304 L s/s stem with cold rolled threads Yoke mounted hand wheel lift Clear butyrate stem co ers with mylar strip indicator Stop nut. Stem Guide(s), anchor bolts Frame height – 3.04m Design Head pressure – 5 m seating / unseating head

1.4 Acceptable Manufacturers

.1 Supplier contact for sluice gate design standard component Jim Yargeau – Spartan Controls – (604) 422-3730

Page 43: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 13150 SLUICE GATE

Page 2 of 4 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

1.5 Acceptable Manufacturers

.1 Golden Harvest

.2 Armtec

.3 Fontaine

2. PRODUCTS

2.1 General

.1 Shop assemble and inspect gates to ensure that field fitting will not be required.

2.2 Stainless Steel Sluice Gates – Wall Mounted

.1 Design the frame to be face-mounted in front of a wall opening, at the entrance or exits of pipes as shown on the drawings

.2 Provide frames of self-contained design with integral, welded yokes. Provide one-piece guides, for the full height of the frame.

.3 Weld the yoke channels supporting the operator to the guides to provide a one-piece rigid frame. Space yoke members such that the operator stem and slide can be easily removed. Limit deflection to 1 / 360 of the span of the gate.

.4 Provide 304 stainless steel frames.

.5 Provide 304 stainless steel slides

.6 Frame, slide and slide reinforcing members' minimum thickness is 6.35mm.

.7 As gates are required to provide closure along all four edges, provide a top edge sealing arrangement.

2.3 Stem and Couplings

.1 Provide operating stems to suit future electric actuators for intake control gate.

.2 Provide operating stems of 303 stainless steel, designed to transmit in compression at least two times the rated output of the operating manual mechanism with a 177 N effort on the handwheel.

.3 The stem shall have a slenderness ratio ( L/R ) less than 200.

.4 Machine cut the threaded portion of the stem.

.5 Join the different sections together by threaded and bolted connections. Hollow stems are not acceptable.

Page 44: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 13150 SLUICE GATE

Page 3 of 4 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

.6 Groove and key the couplings. The couplings are to be of greater strength than the stem.

2.4 Stem Guides

.1 Stainless steel, type 304 and UHMWPE bushed.

2.5 Thrust Nuts

.1 Manganese bronze, ASTM-B584.

2.6 Manual Operators – Isolation Gates

.1 Totally enclose all bearings and gears in a weather tight housing. Construct the pinion shaft of handwheel operated mechanisms of stainless steel and support by roller bearings or needle bearings.

.2 Provide minimum 300mm diameter handwheel, removable by Operator for security purpose.

.3 Design the operator to operate the gate under the maximum seating and unseating pressure by not more than a 177 N effort on the hand wheel, and able to withstand, without damage, an effort of 18 kg.

2.7 Leakage

.1 The leakage rate for conform to permitted leakage rates as per AWWA standards.

3. EXECUTION

3.1 Manufacturer's Representative

.1 Manufacturer's representative shall be required to attend the site to train installation personnel; and to witness installation and testing to ensure the equipment is installed and operated as intended.

3.2 Installation

.1 Coordinate block outs or cast in place items.

.2 Install slide gates in a vertical plane, with tolerances within manufacturer's recommendations.

.3 Install gate operators as per manufacturer's recommendations. Align to ensure there is no distortion of stems or moving parts.

.4 Install gate as indicated on the drawings.

3.3 Testing

.1 Operate each gate with and without liquid to show that each can be operated with applied torques within design limits.

Page 45: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 13150 SLUICE GATE

Page 4 of 4 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

3.4 Commissioning

.1 Manufacturers attend during commissioning of the process system which includes the gate specified in this section to ensure that each gate functions as intended in the process system.

.2 Manufacturer to provide notice so that RDCO Operators can be familiarized with gate, features, service requirements and supplier.

END OF SECTION

Page 46: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 16920 ELECTRIC ACTUATOR

Page 1 of 6 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

1. GENERAL

.1 This Section applies to the electric actuators situated on top of the control valve chamber.

.2 The actuators shall be suitable for use on a nominal 115 V,1 phase, 60 Hz power supply and are to incorporate motor, integral reversing starter, local control facilities and terminals for remote control and indication connections housed within a weather insulated enclosure.

2. PRODUCTS

2.1 Actuator Size

.1 The actuator shall be sized to guarantee valve closure at the specified differential pressure and temperature. The safety margin of motor power available for seating and unseating the valve shall be sufficient to ensure torque switch trip at maximum valve torque with the supply voltage 10% below nominal. For linear operating valves, the operating speed shall be such as to give valve closing and opening at approximately 10-12 inches per minute unless otherwise stated in the data sheet.

2.2 Environment

.1 Actuators shall be suitable for indoor and outdoor use. The actuator shall be capable of functioning in an ambient temperature ranging from -33°C (-22°F) to 70°C (140°F), up to 100% relative humidity. For extreme cold temperatures below 0°C, space heater will be provided within electrical control panel by owner.

2.3 Enclosure

.1 Site area is within flood plain of major creek.

.2 A weather shielding enclosure is to be provided to protect the actuators sited on the control vault. The enclosure will be lockable, will shield the actuators from sun and from precipitation, but will not be flood-proof;

2.4 Motor

.1 Actuators shall be O-Ring sealed, watertight to IP66/IP68 7m for 72hrs, NEMA 4, 6. The motor and all other internal electrical elements of the actuator shall be protected from ingress of moisture and dust when the terminal cover is removed for site for cabling, the terminal compartment having the same ingress protection rating as the actuator with the terminal cover removed;

.2 The motor shall an integral part of the actuator, designed specifically for valve actuator applications. It shall be a low inertia high torque design, class F insulated with a class B temperature rise giving a time rating of 15 minutes at 40°C (104°F) at an average load of at least 33% of maximum valve torque. Temperature shall be limited by 2 thermostats embedded in the motor end windings and integrated into its control;

.3 Electrical and mechanical disconnection of the motor should be possible without draining the lubricant from the actuator gear case;

Page 47: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 16920 ELECTRIC ACTUATOR

Page 2 of 6 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

2.5 Motor Protection

.1 Protection shall be provided for the motor as follows:

• Stall - the motor shall be de-energized within 8 seconds in the event of a stall when attempting to unseat a jammed valve.

• Over temperature - thermostat will cause tripping of the motor. Auto-reset on cooling • Single phasing - lost phase protection. • Direction – phase rotation correction.

2.6 Gearing

.1 The actuator gearing shall be totally enclosed in an oil-filled gearcase suitable for operation at any angle. Grease lubrication is not permissible. All drive gearing and components must be of metal construction. For rising spindle valves the output shaft shall be hollow to accept a rising stem, and incorporate thrust bearings of the ball or roller type at the base of the actuator. The design should be such as to permit the opening of the gearcase for inspection or disassembled without releasing the stem thrust or taking the valve out of service.

2.7 Hand Operation

.1 A hand wheel shall be provided for emergency operation, engaged when the motor is declutched by a lever or similar means, the drive being restored to electrical operation automatically by starting the motor. The hand wheel or selection lever shall not move on restoration of motor drive. Provision shall be made for the hand/auto selection lever to be locked in both hand and auto positions. It should be possible to select hand operation while the actuator is running or start the actuator motor while the hand/auto selection lever is locked in hand without damage to the drive train;

.2 Clockwise operation of the hand wheel shall give closing movement of the valve unless otherwise stated in the data sheet. For linear valve types the actuator hand wheel drive must be mechanically independent of the motor drive and should be such as to permit valve operation in a reasonable time with a manual force not exceeding 400N through stroke and 800N for seating/unseating of the valve;

2.8 Drive Interface

.1 The actuator shall be furnished with a drive bushing easily detachable for machining to suit the valve stem or gearbox input shaft. The drive bush shall be positioned in a detachable base of the actuator. Thrust bearings shall be sealed for life and the base shall be capable of withstanding five times the rated thrust of the actuator;

2.9 Controls

.1 The actuator shall incorporate local controls for Open, Close and Stop and a Local/Stop/Remote mode selector switch lockable in any one of the following three positions: local control only, stop (no electrical operation), remote control plus local stop only. It shall be possible to select maintained or non-maintained local control;

2.10 Torque and Limits

.1 Torque and turns limitation to be adjustable as follows:

Page 48: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 16920 ELECTRIC ACTUATOR

Page 3 of 6 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

• Position setting range – multi-turn: 2.5 to 8,000 turns, with resolution to 7.5 deg. of actuator output.

• Position setting range – direct drive part turn actuators: 90° +/-10°, with resolution to 0.1 deg. of actuator output.

• Torque setting: 40% to 100% rated torque.

2.11 Remote Valve Position and Status Indication

.1 Contacts shall be provided which can be selected to indicate any position of the valve; Provision shall be made for the selection of a normally closed or open contact form. Contacts shall maintain and update position indication during handwheel operation when all external power to the actuator is isolated.

.2 The contacts shall be rated for 5mA to 5A, 120V AC, 30V DC.

.3 Contacts shall be selectable to signal one of the following:

• Valve opening, closing or moving • Thermostat tripped, lost phase • Motor tripped on torque in mid travel, motor stalled • Remote selected • Actuator being operated by handwheel • Actuator fault

.4 Provision shall be made in the design for eight contacts having this functionality.

.5 A configurable monitor relay shall be provided as standard, which can be used to indicate either Availability or Fault. The relay should be a spring return type with a Normally Open / Normally Closed contact pre-wired to the terminal bung.

.6 The Monitor (availability or fault) relay, being energized from the control transformer will de-energise under any one or more the following conditions:

Available Mode Fault Mode • Loss of main or customer 24V DC power supply • Loss of main or customer 24V DC power supply • Actuator control selected to local or stop • Motor thermostat tripped • Motor thermostat tripped • Actuator internal fault • Actuator internal fault

.7 Provision shall be made in the design for the addition of a contactless transmitter to give a 4-20mA analogue signal corresponding to valve travel and / or torque for remote indication when required. The transmitter will auto range to the set limits

2.12 Remote Valve Position and Status Indication

.1 The actuator shall incorporate local controls for Open, Close and Stop and a Local/Stop/Remote mode selector switch lockable in any one of the following three positions: local control only, stop (no electrical operation), remote control plus local stop only. It shall be possible to select maintained or non-maintained local control.

Page 49: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 16920 ELECTRIC ACTUATOR

Page 4 of 6 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

2.13 Remote Valve Position and Status Indication

.1 The actuator shall incorporate local controls for Open, Close and Stop and a Local/Stop/Remote mode selector switch lockable in any one of the following three positions: local control only, stop (no electrical operation), remote control plus local stop only. It shall be possible to select maintained or non-maintained local control;

2.14 Remote Valve Position and Status Indication

.1 The actuator shall incorporate local controls for Open, Close and Stop and a Local/Stop/Remote mode selector switch lockable in any one of the following three positions: local control only, stop (no electrical operation), remote control plus local stop only. It shall be possible to select maintained or non-maintained local control;

2.15 Design Standard - Electric Actuator

.1 Electric Actuator shall be model specified below or engineer approved equal:

Keystone - Model EPI 2013W-OMI Type – Modulating Electric Voltage 100 to 240 DC or AC, 50 / 60 Hz Environment: CSA 139 NEMA 4/4X/6 IP 66/68 Torque: 1300 inch-lbs adjustable

Operator: Manual override with hand wheel

Heater: Over temperature motor thermostat

.2 Supplier contact for butterfly valve design standard materials Jim Yargeau – Spartan Controls – (604) 422-3730

Page 50: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 16920 ELECTRIC ACTUATOR

Page 5 of 6 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

3. EXECUTION

3.1 Mounting

.1 Actuator mounting to be on top of concrete control vault;

.2 Panel is to be fabricated and fully ready for wiring in accordance with the drawings. No deviations should be made from details shown on drawings without receiving approval from the Consultant.

.3 Any deviations done without approval may have to be redone, at panel manufacturer’s expense.

3.2 Panel Testing

.1 Test is only to conform opening, closing, squareness of fit.

3.3 Approved Manufacturers

.1 All panel manufacturers shall be CSA registered.

3.4 Electrical, PLC and Telemetry Programming Services

.1 The Electrical installation and PLC and Telemetry Programming Services will be provided by the Regional District.

.2 The Contractor is to supply either journeymen electrician or instrument mechanic to ensure panel is ready for electrical installation and instrumentation works by RDCO.

Page 51: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 16920 ELECTRIC ACTUATOR

Page 6 of 6 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

END OF SECTION

Page 52: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 16930 CONTROL PANEL

Page 1 of 2 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

1. GENERAL

.1 This Section refers to the supply and installation of the electrical control panel.

2. PRODUCTS

2.1 Panel Components

.1 Supply panel to shape and size detailed on the drawings.

.2 Materials are not to be substituted unless permission is granted from the Consultant in writing.

.3 Panel is to contain electrical and instrumentation equipment and is to be sealed and rated for exterior use.

2.2 Panel Detail

.1 Control panel is to be manufactured from a minimum of 12 gauge cold rolled steel.

.2 Control panel is to be painted ASA 61 grey finish on two coats of primer suitable for exterior use.

.3 All components shall be arranged to leave maximum possible space for future use.

3. EXECUTION

3.1 Details of Construction

.1 Surface-mounted panel to be installed on concrete roof of control vault.. Use gasket and or sealant to ensure no water seepage below cabinet. Utilize Hilti-anchor system to secure panel to concrete roof of control vault.

.2 Panel is to be fabricated and fully ready for wiring in accordance with the drawings. No deviations should be made from details shown on drawings without receiving approval from the Consultant.

.3 Any deviations done without approval may have to be redone, at panel manufacturer’s expense.

3.2 Panel Testing

.1 Test is only to conform opening, closing, squareness of fit.

3.3 Approved Manufacturers

.1 All panel manufacturers shall be CSA registered.

Page 53: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted

Section 16930 CONTROL PANEL

Page 2 of 2 T16-292 - Falcon Ridge Water Intake Project

Agua Consulting Inc.

3.4 Electrical, PLC and Telemetry Programming Services

.1 The Electrical installation and PLC and Telemetry Programming Services will be provided by the Regional District.

.2 The Contractor is to supply either journeymen electrician or instrument mechanic to ensure panel is ready for electrical installation and instrumentation works by RDCO.

END OF SECTION

Page 54: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted
Page 55: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted
Page 56: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted
Page 57: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted
Page 58: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted
Page 59: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted
Page 60: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted
Page 61: INVITATION TO TENDER€¦ · 4.4 Addenda: Addenda to this Invitation to Tender may be issued by the Owner up until 24 hours beforethe Closing Date and Time. Any addenda will be posted