contract no. nwit-14-02 january 2014 - new … · contract no. nwit-14-02 january 2014 ... the...
TRANSCRIPT
CORPORATION OF THE CITY OF NEW WESTMINSTER
CONTRACT No. NWIT-14-02
JANUARY 2014
2014 Sewer Separation Program
CORPORATION OF THE CITY OF NEW WESTMINSTER
2014 Sewer Separation Program
CONTRACT No. NWIT-14-02
January 2014
Name of Contractor:
Tender Price including GST: $ (FROM APPENDIX 1 OF FORM OF TENDER)
CORPORATION OF THE CITY OF NEW WESTMINSTER
511 Royal Avenue
New Westminster, B.C.
V3L 1H9
CORPORATION OF THE CITY OF NEW WESTMINSTER
CONTRACT No. NWIT-14-02
PROJECT CONSTRUCTION DOCUMENTS
CONTENTS
The complete Project Construction Documents consist of the following parts:
a) Standard Documents - supplied
Invitation to Tender
Instructions to Tender, Part I
Form of Tender
o Appendix 1 -- Schedule of Quantities and Prices
o Appendix 2 -- Preliminary Construction Schedule
o Appendix 3 -- Experience of Superintendent
o Appendix 4 -- Comparable Work Experience
o Appendix 5 -- Subcontractors
o Appendix 6 -- Schedule of Force Account Rates
o Appendix 7 -- Declaration – Living Wage Employer
Agreement
o Schedule 1 -- Schedule of Contract Documents
o Schedule 2 -- List of Drawings
Supplementary General Conditions
o Certificate of Insurance -- Required Format
o Irrevocable Letter of Credit -- Required Format
Supplementary Specifications
Supplementary Detail Drawings
Attachments – Additional Information
o Attachment 01 – Geotechnical Report for First Street Area
b) Standard Documents - not supplied (available in the "MMCD - General Conditions, Specifications and Standard Detail Drawings")
Instructions to Tender, Part II
General Conditions
o Schedule 17.5.3 -- Letter Agreement with Referee
o Flow Chart - Changes and Extra Work
o Flow Chart - Dispute Resolution Process
Specifications – including updates from MMCD
Standard Detail Drawings – including updates from MMCD
Invitation to Tender
CORPORATION OF THE CITY OF NEW WESTMINSTER
Contract: 2014 Sewer Separation Program
Reference No.: NWIT-14-02
CORPORATION OF THE CITY OF NEW WESTMINSTER invites tenders for:
The supply and installation of approximately 245 m of 600 mm ø, 447 m of 450 mm ø, 321 m of 375 mm
ø, 89 m of 300 mm ø, and 1,339 m of 250 mm ø PVC storm sewer and one watermain tie-in on First Street
at City’s worksyard.
On or after January 28, 2014, contract documents are available for download from the City of New
Westminster’s Purchasing site at:
http://www.newwestcity.ca/business/bid_opportunities/request_for_bids__proposals_-_open.php
A Tender shall be accompanied by a Bid Bond in the amount of ten percent (10%) of the Tender Price and
Consent of Surety to provide Performance and Labour and Material Payment Bond. The successful
tenderer will be required to provide a Performance and Labour and Material Payment Bond each in the
amount of fifty percent (50%) of the Tender Price.
Technical inquiries regarding this tender may be directed to Mr. Kelvin Carey, P.Eng., Opus DaytonKnight
Consultants Ltd., telephone (604) 990-4800.
The lowest or any Tender may not necessarily be accepted and the Municipality will not be responsible for
any cost incurred by the Tenderer in preparing the Tender. Tender award will be contingent on budget
approval from CORPORATION OF THE CITY OF NEW WESTMINSTER Council. If the value of the
contract(s) resulting from this invitation to tender exceeds the thresholds stipulated in Annex 502.4 of the
Agreement on Internal Trade, then all provisions of the Agreement on Internal Trade will apply.
The Cities’ language in its procurement documents shall be in English.
Tenders are scheduled to close at:
Tender Closing Time: 3:00 p.m., local time
Tender Closing Date: February 18, 2014 at:
Corporation of the City of New Westminster
Main Information Desk, 511 Royal Avenue
New Westminster, B.C. V3L 1H9
Attention: Purchasing Department
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
IT PART I CONTENTS - PAGE 1
UNIT PRICE CONTRACT
INSTRUCTIONS TO TENDER
PART I
TABLE OF CONTENTS Page
1 Introduction ...................................................................................................................... IT 1
2 Tender Documents ........................................................................................................... IT 2
3 Submission of Tenders ..................................................................................................... IT 2
4 Additional Instructions to Tender ................................................................................... IT 3
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
IT PART I - PAGE 1
UNIT PRICE CONTRACT
Instructions to Tender - Part I
(FOR USE WHEN UNIT PRICES FORM THE BASIS OF PAYMENT - TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS
OF THE UNIT PRICE MASTER MUNICIPAL CONSTRUCTION DOCUMENTS. )
(TO BE READ WITH "INSTRUCTIONS TO TENDER - PART II"
CONTAINED IN THE EDITION OF THE PUBLICATION
"MASTER MUNICIPAL CONSTRUCTION DOCUMENTS" SPECIFIED IN ARTICLE 2.2 BELOW)
CORPORATION OF THE CITY OF NEW WESTMINSTER
Contract: 2014 Sewer Separation Program
Reference No. NWIT-14-02
Introduction I.
A.
These Instructions apply to and govern the preparation of tenders for this
Contract. The Contract is generally (but not limited) for the following
work:
Supply and installation of 245 m of 600 mm ø PVC Storm Sewer,
Supply and installation of 447 m of 450 mm ø PVC Storm Sewer,
Supply and installation of 321 m of 375 mm ø PVC Storm Sewer,
Supply and installation of 89 m of 300 mm ø PVC Storm Sewer,
Supply and installation of 1,339 m of 250 mm ø PVC Storm Sewer,
Watermain tie-in from existing PRV station to 660 steel watermain.
1.2 Direct all technical inquiries regarding the Contract to:
Mr. Kelvin Carey, P.Eng.
Project Manager
Opus DaytonKnight Consultants Ltd.
Address: #210-889 Harbourside Drive, North Vancouver
B.C. V7P 3S1
Phone: (604) 990-4800
Fax: (604) 990-4805
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
IT PART I - PAGE 2
Tender
Documents
2
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 Drawings".
2.2 A portion of the Contract Documents are included by reference.
Copies of these documents have not been included with the tender
package. These documents are the Instructions to Tender - 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, refer to GC 2.3.1, for the correct edition of this
publication applicable to this Contract. All sections of this publication
are by reference included in the Contract Documents.
2.3 Any additional information made available to Tender 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 Tender who must make their own judgement about its
reliability, accuracy or completeness and neither the Owner nor any
representative of the Owner gives any guarantee or representation that the
additional information is reliable, accurate or complete.
Submission of
Tenders
3
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:
Corporation of the City of New Westminster
511 Royal Avenue
New Westminster, B.C. V3L 1H9
on or before:
Tender Closing Time: 3:00 p.m., local time
Tender Closing Date: February 18, 2014 at:
Address: Corporation of the City of New Westminster,
Main Information Desk, 511 Royal Avenue,
New Westminster, B.C. V3L 1H9
Attention: Purchasing Department
3.2 Late tenders will not be accepted or considered, and will be returned
unopened.
3.3 Facsimile, electronic mail or other unsealed bids will not be accepted.
3.4 The City will not open this tender in public.
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
IT PART I - PAGE 3
Additional
Instructions to
Tender
4
4.1 Copies of the Master Municipal Construction Documents Volume II,
Instructions to Tenderers - Part II, General Conditions, Specifications and
Standard Detail Drawings are available separately from:
Support Services Unlimited
Suite 302
1107 Homer Street
Vancouver, B.C. V6B 2Y1
Tel: (604) 681-0295
Fax: (604) 681-4545
4.2 A tender must include Appendix 6 - Schedule of Force Account Labour
Rates. The Contractor shall insert the hourly rates for labour including
allowances for taxes, assessments, benefits, small tools, overhead and
profit as set out in SGC 10.1.1 a).
4.3 The following attachments are provided pursuant to article 2.3 of the
Instructions to Tender - Part I, and are for information purposes only:
Attachment No. 01 – Geotechnical Report for First Street Area
4.4 Tenderers shall inspect the site of the work in order to satisfy themselves,
by personal examination or by such other means as to the actual conditions
and requirements of the work and as to the accuracy of the information
provided by the owner. If, during the course of his examination, the
tenderer finds facts or conditions which in any way conflict with the letter
or spirit of the specifications, or with any other data furnished him, he shall
apply to the Owner for information and explanation before submitting his
tender.
4.5 The contractor accepts all responsibilities of a Prime Contractor as outlined
in the City’s Worksite Hazard Communication Program, Part III of the
Workers' Compensation Act, and Workers' Compensation Board
Occupational Health and Safety Regulation.
All Prime Contractors working for the Corporation of the City of New
Westminster:
shall have a key role in ensuring the work is performed in a safe,
secure and environmentally conscious manner
shall undertake all health and safety matters in accordance with
applicable legislation and good industry standards
shall promote, assist and demonstrate a positive safety attitude at the
workplace
As a contractor signing this contract with the City, you are agreeing that
your Company, Management staff, Supervisory staff and workers will
comply with the Workers’ Compensation Board (WCB) Occupational
Health and Safety Regulation and the Workers’ Compensation (WC) Act.
Any WorkSafeBC (Workers' Compensation Board) violation by the Prime
Contractor may be considered a breach of contract resulting in possible
termination or suspension of the contract and/or any other actions deemed
appropriate at the discretion of the City.
Any penalties, sanctions or additional costs levied against the City, as a
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
IT PART I - PAGE 4
result of the actions of the Prime Contractor are the responsibility of the
Prime Contractor.
4.6
Tenders not complying with these requirements run the risk of having their
Tenders rejected.
The lowest or any Tender will not necessarily be accepted, and the
acceptance of any Tender shall be subject to the condition that Corporation
funds are legally available for such purpose.
4.7 In exercising its discretion, the Owner will have regard to the information
provided by the Tenderer in the Appendices to the Form of Tender as
described under IT5.3, and may also have regard to any information
obtained by the Owner in evaluating such tender information, as well as
the Owner's previous experience, if any, with the Tenderer. In exercising
its discretion the Owner may consider, but is not limited to, the following
criteria in addition to the Tender Price:
a. the proven experience of the Tenderer, and any listed
subcontractors to do the Work;
b. the Tenderer's ability to complete the Work within the
Preliminary Construction Schedule;
c. the Tenderer's ability to work effectively with the Owner, its
consultants and representatives;
d. the Tenderer's ability to manage and do the work effectively using
the named superintendent and submitted contractors and
subcontractors;
e. the Tenderer's history on other projects including with respect to
quality of work, changes in the work, force account work, and the
contract administration costs of the Owner;
f. the nature of any legal proceedings undertaken by the Tenderer, or
any officer or director of the Tenderer or affiliate of the Tenderer,
directly (or indirectly through another corporation) against the
Owner within the previous five years of the Invitation to Tenders;
g. Litigation and ongoing unresolved claims;
h. In a addition to any other provision of this tender document, and
without limiting the City’s discretion under any other provision of
this tender document, the City may, in its absolute discretion,
reject a tender if:
1) the Tenderer, or any officer or director of the Tenderer, is or
has been engaged directly or indirectly in a legal action
against the City in relation to any matter; or
2) the Tenderer has current unresolved extra work claims
totalling in excess of $100,000.00 beyond 90 days of contract
substantial completion for any construction project with the
City.
In determining whether or not to reject a tender under this section, the City
will consider whether the litigation or unresolved extra work claim is likely
to affect the Tenderer‘s ability to work with the City, its employees,
consultants and representatives and whether the City’s experience with the
Tenderer indicates an unusual risk the City will incur increased staff and
legal costs in the administration of the contract if awarded to the Tenderer.
4.8 Effective January 1st, 2011, the City of New Westminster became a
“Living Wage Employer”. As such, the City has established a Living
Wage Policy that requires all firms that are contracted by the City to
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
IT PART I - PAGE 5
provide services on City premises, to pay their employees, who perform
said service on City property, a Living Wage as calculated by the Living
Wage for Families Campaign. The figure for 2014 for the Lower
Mainland is $19.62 assuming no benefits are provided by the employer.
In order to determine an employee’s hourly rate with benefits the Living
Wage for Families has created a Living Wage Calculator to assist with this
determination. Please access the following website to determine your
compatibility.
http://www.livingwageforfamilies.ca/employers/living-wage-calculator/
The City includes in all its competitive bid documents a Declaration
referencing the City’s expectations with regards to compliance of the
Policy. This Declaration can be found in Appendix 7 – Declaration –
Living Wage Employer of these contract documents. Completion and
submission of the Declaration is required prior to contract award.
In evaluating submissions, the City intends to rely on the Declaration
provided by a Respondent and shall have no obligation or duty to
investigate the truthfulness of the Declaration.
Please review the City’s Living Wage Policy for further information.
http://www.newwestcity.ca/business/living_wage_employer/living-wage-
policy-and-
declarationhttp://www.newwestcity.ca/business/living_wage_employer/livi
ng-wage-policy-and-declaration
4.9 Regular working hours shall be Monday to Friday 7:00 a.m. to 5:00 p.m.
unless otherwise approved by the City.
Work Schedule 4.10 The Tenderer must submit a construction schedule with the tender in the
form provided to clearly demonstrate how the Tenderer will start the work
within one (1) week of receiving the notice to proceed for this contract and
be substantially complete within two (2) weeks of starting for all
waterworks and fourteen (14) weeks of starting for all storm sewer works,
with all asphalt, topsoil, and sodding work to be completed within six (6)
months after substantial completion of these works. Scheduled time,
manpower, and equipment must be provided for each activity listed. The
Tenderer may add other activities.
4.11 The provided construction schedule should take into account that the works
associated with the watermain tie-in listed under SECTION B –
WATERMAIN TIE-IN should be completed at night, between 10:00 pm
and 05:00 am, during the ‘low flow season’. These works should be
completed before March 14th
, 2014.
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
IT PART I - PAGE 6
Supplemental
Instructions to
Tender
5
These Supplemental Instructions to Tenderers modify the MMCD
Instructions to Tenderers in the following sections:
Tender
Requirements
IT 5 is amended by the following as applicable
Add:
5.3.6 – Appendix 6 – Schedule of Force Account Rates
5.3.7 – Appendix 7 – Declaration – Living Wage Employer
FT-PAGE 1
Tenderer’s Initials _____
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
UNIT PRICE CONTRACT
Form of Tender
( 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. )
CORPORATION OF THE CITY OF NEW WESTMINSTER
Contract: 2014 Sewer Separation Program
Reference No. NWIT-14-02
TO OWNER:
1 WE, THE UNDERSIGNED:
1.1 have received and carefully reviewed all of the Contract
Documents, including the Instructions to Tender, 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 Tender; and
2 ACCORDINGLY WE HEREBY OFFER:
2.1 to perform and complete all of the Work and to provide all the
labour, equipment and material all as set out in the Contract
Documents, in strict compliance with the Contract Documents;
and
2.2 to achieve Substantial Performance of the Work within two (2)
weeks of starting for all waterworks and fourteen (14) weeks of
starting for all storm sewer works, with all asphalt, topsoil, and
sodding work to be completed within six (6) months after
substantial completion of these works, subject to the provisions of
the Contract Documents for adjustments to the Contract Time.;
and,
2.3 to do the Work for the price, which is the sum of the products of
the actual quantities incorporated into the Work and the
appropriate unit prices set out in Appendix 1, the "Schedule of
Quantities and Prices", plus any lump sums or specific prices and
adjustment amounts as provided by the Contract Documents. For
the purposes of tender comparison, our offer is to complete the
Work for the "Tender Price" as set out on Appendix 1 of this
Form of Tender. Our Tender Price is based on the estimated
FT-PAGE 2
Tenderer’s Initials _____
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
quantities listed in the Schedule of Quantities and Prices, GST is
added separately.
3 WE CONFIRM:
3.1 that we understand and agree that the quantities as listed in the
Schedule of Quantities and Prices are estimated, and that the
actual quantities will vary.
4 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 Tender - Part II; and
4.1.2 the Bid Security as required by paragraph 5.2 of the
Instructions to Tender - Part II.
5 WE AGREE:
5.1 that this tender will be irrevocable and open for acceptance by the
Owner for a period of 60 calendar days from the day following
the Tender Closing Date and Time, even if the tender of another
tenderer is accepted by the Owner. If within this period the Owner
delivers a written notice ("Notice of Award") by which the Owner
accepts our tender we will:
5.1.1 within 7 Days of receipt of the written Notice of Award
deliver to the Owner:
5.1 a) a Performance Bond in the amount of 50% of
the Contract Price, issued by a surety licensed
to carry on the business of suretyship in the
province of British Columbia, and in a form
acceptable to the Owner; and
5.1 b) a Labour and Materials Payment Bond in the
amount of 50% of the Contract Price, 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. The
Bond must be a Broad Form Bond, protecting
all companies with a direct contract with the
Principal or any Sub-Contractor of the
Principal; and
5.1 c) a Construction Schedule, as provided by GC
4.6.1; and
5.1 d) a "clearance letter" indicating that the tenderer
is in WCB compliance; and
5.1 e) a copy of the insurance policies as specified in
GC 24 indicating that all such insurance
coverage is in place; and
5.1 f) traffic management plans; and
5.1 g) submission of Declaration of Living Wage
FT-PAGE 3
Tenderer’s Initials _____
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
Employer required before award
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.
6 WE AGREE:
6.1 that, if we receive written Notice of Award of this Contract and,
contrary to paragraph 5 of this Form of Tender, we:
6.1.1 fail or refuse to deliver the documents as specified by
paragraph 5.1.1 of this Form of Tender; or
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.
7 OUR ADDRESS is as follows:
___________________________________________________________
___________________________________________________________
___________________________________________________________
Phone: (_____) _____ - _______
Fax: (_____) _____ - _______
Email: _____________________
Attention: ____________________
This Tender is executed this ______ day of ______________, 20_____.
Contractor:
___________________________________________________________
(FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL)
___________________________________________________________
(AUTHORIZED SIGNATORY)
___________________________________________________________
(AUTHORIZED SIGNATORY)
FT-PAGE 4
Tenderer’s Initials _____
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
8 WE CONFIRM:
8.1 our Goods and Services Tax registration status is as follows:
8.1.1 for information purposes, our Goods and Services Tax
registration number is:
_____________________________________________ (GST REGISTRATION NUMBER)
or;
8.1.2 by signature hereunder, we certify we are not required
to provide a registration number:
_____________________________________________
(AUTHORIZED SIGNATORY)
_____________________________________________
(AUTHORIZED SIGNATORY)
FT-PAGE 5
Tenderer’s Initials _____
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
UNIT PRICE CONTRACT Form of Tender – Appendix 1
2014 SEWER SEPARATION PROGRAM
SCHEDULE OF QUANTITIES AND PRICES (See paragraph 5.3.1 of the Instructions to Tender – Part II)
ITEM
NO.
MMCD
REF. DESCRIPTION UNIT QUANTITY
UNIT
PRICE AMOUNT
SECTION A – STORM PIPE
A1 02721S
1.6.2
Storm Pipe – 600 mm dia. DR35
PVC, imported backfill.
Fourth Street between Cunningham
Street and Queens Avenue
(landscaped surface restoration and
tree protection)
Lineal
metre
45
Fourth Street between Cunningham
Street and Queens Avenue.
Lineal
metre
200
A2 02721S
1.6.2
Storm Pipe – 450 mm dia. DR35
PVC, imported backfill.
Fourth Street between Queens
Avenue and Fourth Avenue.
Lineal
metre
447
A3 02721S
1.6.2
Storm Pipe – 375 mm dia. DR35
PVC, imported backfill.
Fourth Street between Fourth
Avenue and Regina Street.
Lineal
metre
321
A4 02721S
1.6.2
Storm Pipe – 300 mm dia. DR35
PVC, imported backfill.
Fourth Avenue between Fourth
Street and Oak Street.
Lineal
metre
53
Fifth Ave between Sixth Street and
Fourth Street.
Lineal
metre
36
A5 02721S
1.6.2
Storm Pipe – 250 mm dia. DR35
PVC, imported backfill.
Liverpool Street between Sixth
Street and Fourth Street.
Lineal
metre
186
Liverpool Street between Fourth
Street and Third Street.
Lineal
metre
89
Lancaster Street between Sixth
Street and Fourth Street.
Lineal
metre
155
Third Avenue between Fourth Street
and Pine Street
Lineal
metre
68
Pine Street between Third Avenue
and Fourth Avenue.
Lineal
metre
180
Fourth Avenue between Oak Street
and Third Street.
Lineal
metre
53
Oak Street between Fourth Avenue
and Fifth Avenue.
Lineal
metre
155
Fifth Avenue between Fourth Street
and Third Street.
Lineal
metre
91
FT-PAGE 6
Tenderer’s Initials _____
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
ITEM
NO.
MMCD
REF. DESCRIPTION UNIT QUANTITY
UNIT
PRICE AMOUNT
Regina Street between Fourth Street
and Third Street.
Lineal
metre
90
Fifth Street between Fifth Avenue
and Sixth Avenue.
Lineal
metre
136
Fifth Avenue between Sixth Street
and Fourth Street.
Lineal
metre
137
A6 02721S
1.6.9
Tie-in – 600 mm dia. to existing
manhole (Fourth St.).
Each 1
A7 02721S
1.6.9
Tie-in – 300 mm dia. to existing
sewer pipe (Fifth Ave.).
Each 1
A8 02721S
1.6.9
Tie-in – 250 mm dia. to existing
manhole (Sixth Str. & Liverpool
Str.)
Each 1
A9 02721S
1.6.9
Tie-in – 250 mm dia. to existing
manhole (Lancaster Str.)
Each 1
A10 02725
1.5.1.1
Manhole base, lid, slab, cover and
frame – 1050 mm dia.
Each 35
A11 02725
1.5.1.2
Manhole riser – 1050 mm dia. Vert.
metre
45
A12 02725S
1.5.2
Catchbasin – top inlet Std. Dwg.
S11.
Each 67
A13 02721S
1.6.5
Catchbasin lead - 150 mm diam., all
lengths.
Each 67
Subtotal (Item A1 to A13)
Plus GST (5%)
TOTAL AMOUNT OF SECTION A
SECTION B – WATERMAIN TIE-IN
B1 02666S
1.8.4
Watermain tie-in on First Street at
City worksyard as detailed in
drawing G2 (nightwork)
Lump
Sum
1
Subtotal (Item B1)
Plus GST (5%)
TOTAL AMOUNT OF SECTION B
SECTION C – OPTIONAL ITEMS
C1 02512S
1.5.9
Mill and overlay – Mobilization &
Demobilization
Lump
Sum
2
C2 02512S
1.5.8
Mill and overlay 35 mm depth Square
metre
4326
C3 02221S
1.6.4
Rock Removal Cubic
metre
18
Subtotal (Item C1 to C3)
Plus GST (5%)
TOTAL AMOUNT OF SECTION C
FT-PAGE 7
Tenderer’s Initials _____
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
Summary:
Section A – Storm Pipe $________________
Section B – Watermain Tie-in $________________
Section C – Optional Items $________________
TOTAL AMOUNT OF TENDER $________________
It is understood and agreed that the quantities stated herein are approximate only and are given for the purpose of
providing a uniform basis for the comparison of tenders. Payment will be made only on quantities as actually
determined on final measurements.
It is understood that the lowest or any tender will not necessarily be accepted.
______________________________ ___________________________________
Witness Signature of Tenderer
_____________________________ ___________________________________ Address of Tenderer Company Name
___________________________________
Telephone Number
FT-PAGE 8
Tenderer’s Initials _____
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
UNIT PRICE CONTRACT
Form of Tender - Appendix 2
2014 Sewer Separation Program
PRELIMINARY CONSTRUCTION SCHEDULE (See paragraph 5.3.2 of the Instructions to Tender - Part II)
INDICATE SCHEDULE WITH BAR CHART SHOWING MAJOR ITEM DESCRIPTIONS AND TIME
MILESTONE DATES
ACTIVITY CONSTRUCTION SCHEDULE (in weeks)
1 2 3 4 5 6 7 8 9 10 11 12 13 14
FT-PAGE 9
Tenderer’s Initials _____
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
UNIT PRICE CONTRACT
Form of Tender - Appendix 3
2014 Sewer Separation Program
EXPERIENCE OF SUPERINTENDENT (See paragraph 5.3.3 of the Instructions to Tender - Part II)
Name: ________________________________
Experience:
Dates: ________________________________________________________________________
Project Name: ________________________________________________________________________
Responsibility: ________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
References: ________________________________________________________________________
Dates: ________________________________________________________________________
Project Name: ________________________________________________________________________
Responsibility: ________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
References: ________________________________________________________________________
Dates: ________________________________________________________________________
Project Name: ________________________________________________________________________
Responsibility: ________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
References: ________________________________________________________________________
FT-PAGE 10
Tenderer’s Initials _____
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
UNIT PRICE CONTRACT
Form of Tender - Appendix 4
2014 Sewer Separation Program
COMPARABLE WORK EXPERIENCE (See paragraph 5.3.4 of the Instructions to Tender - Part II)
PROJECT OWNER/
CONTRACT NAME
PHONE
NUMBER WORK
DESCRIPTION VALUE ($)
FT-PAGE 11
Tenderer’s Initials _____
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
UNIT PRICE CONTRACT
Form of Tender - Appendix 5
2014 Sewer Separation Program
SUBCONTRACTORS (See paragraph 5.3.5 of the Instructions to Tender - Part II)
TENDER ITEM TRADE SUBCONTRACTOR NAME PHONE NUMBER
FT-PAGE 12
Tenderer’s Initials _____
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
UNIT PRICE CONTRACT
Form of Tender - Appendix 6
2014 Sewer Separation Program
FORCE ACCOUNT LABOUR RATES (See paragraph 5.3.6 of the Additional Instructions to Tender - Part II amended in Additional Instructions to Tender-Part I)
LABOUR Hourly Rate Overtime Rate
Superintendent $ $
Foreman $ $
Equipment Operator $ $
Truck Driver $ $
Pipe Layer $ $
Skilled Labourer $ $
Concrete Finisher $ $
Carpenter / Form Maker $ $
Unskilled Labourer $ $
Flag Person $ $
Welder $ $
Electrician $ $
FT-PAGE 13
Tenderer’s Initials _____
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
UNIT PRICE CONTRACT
Form of Tender - Appendix 7
2014 Sewer Separation Program
Declaration – Living Wage Employer (See paragraph 5.3.7 of the Additional Instructions to Tender - Part II amended in Additional Instructions to Tender – Part I)
I, _____________________________ as a duly authorized signing officer of
Company: ________________________________
Address: __________________________________
__________________________________
__________________________________, confirm that all employees and sub-contractors under our contract
with the City as outlined below, are paid not less than the “Living Wage” as calculated by the Living Wage for
Families Campaign.
I understand that this requirement extends only to those employees and sub-contractors’ employees that perform work
while on City premises and property for durations in excess of one continuous hour per occasion.
I understand that the City will conduct audits if and when notification of breach of this compliance is received by the
City. I understand that in the event any breach of this declaration is found to be true, the City reserves the right to
cancel its contract without penalty at any time once said authentication of the breach is made.
Contract Name: ________________________________________________
Authorized Signatory: Dated:
______________________________ ____________________________
UNIT PRICE CONTRACT
Agreement
Between Owner and Contractor
( 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. )
THIS AGREEMENT made in duplicate this _____ day of ________________, 20___.
Contract: 2014 Sewer Separation Program
Reference No. NWIT-14-02
BETWEEN:
CORPORATION OF THE CITY OF NEW WESTMINSTER
511 Royal Avenue
New Westminster, B.C. V3L 1H9
(the "Owner")
AND:
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________ ( NAME AND OFFICE ADDRESS OF CONTRACTOR )
(the "Contractor")
The Owner and the Contractor agree as follows:
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 within two (2) weeks for
all waterworks and fourteen (14) weeks for storm sewer works. All asphalt, topsoil, and sodding work to be completed
within six (6) months after substantial completion of these works, subject to the provisions of the Contract Documents
for adjustments to the Contract Time.
1.3 Time shall be of the essence of the Contract.
AGT-PAGE 2
Tenderer’s Initials _____
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
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.
3 CONTRACT PRICE
3.1 The price for the Work ("Contract Price") shall be the sum in Canadian dollars of the following:
a ) 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
b ) all lump sums, if any, as listed in the Schedule of Quantities and Prices, for items relating to or
incorporated into the Work; plus
c) 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.
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 0% 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.
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.
AGT-PAGE 3
Tenderer’s Initials _____
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
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:
CORPORATION OF THE CITY OF NEW WESTMINSTER
511 Royal Avenue
New Westminster, B.C. V3L 1H9
Fax: 604-527-4564
Attention: _______________________
The Contractor:
___________________________________________________________________________
___________________________________________________________________________
___________________________________________________________________________
Fax: ____ ____ - ______
Attention: _________________________
The Contract Administrator:
Opus DaytonKnight Consultants Ltd.
#210-889 Harbourside Drive
North Vancouver, BC, V7P 3S1
Fax: (604) 990-4805
Attention: Kelvin Carey, P.Eng.
6.2 A communication or notice that is addressed as above shall be considered to have been received:
a) immediately upon delivery, if delivered by hand; or
b) immediately upon transmission if sent or received by fax; or
c) after 5 days from date of posting if sent by registered mail.
6.3 The Owner or the Contractor may, at any time, change its address for notice by giving written notice
to the other at the address then applicable. Similarly if the Contract Administrator changes its address for notice then
the Owner will give or cause to be given written notice to the Contractor.
6.4 The sender of a notice by fax assumes all risk that the fax will be received properly, and the
provisions of paragraph 12.5 of the Instructions to Tender apply to the sender.
AGT-PAGE 4
Tenderer’s Initials _____
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
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 enure 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:
CORPORATION OF THE CITY OF NEW WESTMINSTER (FULL LEGAL NAME OF OWNER)
_____________________________________________ (ADMINISTRATOR)
AGT-PAGE 5
Tenderer’s Initials _____
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
UNIT PRICE CONTRACT
Schedule 1
Schedule of Contract Documents
(INCLUDE IN LIST ALL DOCUMENTS INCLUDING, IF ANY, SUPPLEMENTARY GENERAL CONDITIONS, SUPPLEMENTARY SPECIFICATIONS,
SUPPLEMENTARY STANDARD DETAIL DRAWINGS)
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", MMCD, 2000 Edition, Gold book. All sections of this
publication are included in the Contract Documents.
1 Agreement, including all Schedules;
2 Supplementary General Conditions, if any;
3 General Conditions *;
4 Supplementary Specifications, if any;
5 Specifications *;
6 Supplementary Detail Drawings, if any;
7 Standard Detail Drawings *;
8 Executed Form of Tender, including all Appendices;
9 Drawings listed in Schedule 2 to the Agreement -"List of Drawings";
10 Instructions To Tender - Part I;
11 Instructions to Tender - Part II *;
12 Addenda as Issued
AGT-PAGE 6
Tenderer’s Initials _____
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
UNIT PRICE CONTRACT
Schedule 2
List of Drawings
(COMPLETE LISTING OF ALL DRAWINGS, PLANS AND SKETCHES THAT ARE PART OF THE CONTRACT DOCUMENTS)
TITLE DRAWING
NO. DATE
REVISION
DATE
REVISION
NO.
City of New Westminster, 2014 Sewer
Separation Program
Key Plan, General Notes, Legend and Index to
Drawings
G1 2013/08/15 2014/01/24 C
City of New Westminster, 2014 Sewer
Separation Program
First Street PRV Watermain Tie-in
G2 2013/08/15 2014/01/24 C
City of New Westminster, 2014 Sewer
Separation Program
Fourth Street between Royal Ave & Queens
Ave
PP1 2013/08/15 2014/01/24 C
City of New Westminster, 2014 Sewer
Separation Program
Fourth Street Sta 0+000 to 0+330
PP2 2013/08/15 2014/01/24 C
City of New Westminster, 2014 Sewer
Separation Program
Fourth Street Sta 0+330 to 0+650
PP3 2013/08/15 2014/01/24 C
City of New Westminster, 2014 Sewer
Separation Program
Fourth Street Sta 0+650 to 0+817
PP4 2013/08/15 2014/01/24 C
City of New Westminster, 2014 Sewer
Separation Program
Liverpool Street
PP5 2013/08/15 2014/01/24 C
City of New Westminster, 2014 Sewer
Separation Program
Lancaster Street
PP6 2013/08/15 2014/01/24 C
City of New Westminster, 2014 Sewer
Separation Program
Third Avenue & Pine Street
PP7 2013/08/15 2014/01/24 C
AGT-PAGE 7
Tenderer’s Initials _____
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
TITLE DRAWING
NO. DATE
REVISION
DATE
REVISION
NO.
City of New Westminster, 2014 Sewer
Separation Program
Fourth Avenue & Oak Street
PP8 2013/08/15 2014/01/24 C
City of New Westminster, 2014 Sewer
Separation Program
Fifth Avenue & Regina Street
PP9 2013/08/15 2014/01/24 C
City of New Westminster, 2014 Sewer
Separation Program
Fifth Street & Fifth Avenue
PP10 2013/08/15 2014/01/24 C
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master
Municipal Constructions Documents, Volume II, Printed 2000.
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
SGC CONTENTS - PAGE 1
UNIT PRICE CONTRACT
SUPPLEMENTARY GENERAL CONDITIONS
TABLE OF CONTENTS
Page
1 Definitions.......................................................................................................................................... SGC 1
4 Contractor ......................................................................................................................................... SGC 1
4.3 Protection of Work, Property and the Public .............................................................. SGC 1
4.12 Tests and Inspections ................................................................................................... SGC 2
4.17 Hours of Work ............................................................................................................. SGC 2
9 Valuation of Changes and Extra Work ......................................................................................... SGC 2
9.4 Quantity Variations ...................................................................................................... SGC 2
10 Force Account ................................................................................................................................... SGC 3
10.1 Force Account Costs .................................................................................................... SGC 3
13 Delay ..................................................................................................................................... SGC 4
13.8 Liquidated Damages for Late Completion .................................................................. SGC 4
18 Payment ............................................................................................................................................. SGC 4
18.3 Materials and Products not Incorporated in Work ...................................................... SGC 4
18.4 Holdbacks ..................................................................................................................... SGC 4
18.6 Substantial Performance .............................................................................................. SGC 5
18.9 Waiver of Claims ......................................................................................................... SGC 5
21 Workers Compensation Regulations ............................................................................................. SGC 6
21.1 Contractor is “Principle Contractor” ........................................................................... SGC 6
24 Insurance ...................................................................................................................................... SGC 6
24.1 Required Insurance ...................................................................................................... SGC 6
25 Maintenance Period .......................................................................................................................... SGC 6
25.1 Correction of Defects ................................................................................................... SGC 6
25.2 Commencement of Maintenance Period ..................................................................... SGC 7
Certificate of Insurance Required Format ................................................................................................... SGC 8
Irrevocable Letter of Credit Required Format ......................................................................................... SGC 10
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master
Municipal Construction Documents, Volume II, 2000
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
SGC - PAGE 1
SUPPLEMENTARY GENERAL CONDITIONS
DEFINITIONS
1
1.58 (delete clause GC 1.58 and replace as follows)
“Substantial Performance” means the stage of completion of all of the Work,
as certified by the Payment Certifier, when:
a) the Work is ready for use or is being used for its intended purpose;
and
b) the total of the incomplete, defective and deficient Work can be
completed at an estimated cost of no more than:
3% of the first $500,000 of the Contract Price
2% of the next $500,000 of the Contract Price
1% of the balance of the Contract Price
1.65 (Add clause SGC 1.65 as follows)
“Variance Threshold Percentage” means a variance of plus or minus 15%
between the quantity of a unit price item actually constructed or provided by the
time of Total Performance and the quantity shown on the tendered Schedule of
Quantities and Prices for that item
1.66 (add clause SGC 1.66 as follows)
“Approved Equipment Rental Rate Guide” means the most current version of
the Equipment Rental Rate Guide authorized by the Government of British
Columbia, commonly known as the B.C. 'Blue Book'
1.67 (add clause SGC 1.67 as follows)
“Workers Compensation Act” means the Workers Compensation Act,
R.S.B.C. 1996, c.492 as the same may be amended from time to time.”
1.68 “(amend clause X.XX as follows)” preceding a supplementary clause means
this clause modifies or provides additional information or restrictions to the
referenced clause in the Master Municipal Construction Documents, Volume II.
1.69 “(add new clause X.XX as follows)” preceding a supplementary clause
means this clause provides additional requirements or information not found in
the Master Municipal Construction Documents, Volume II.
1.70 “(delete clause X.XX and replace as follows)” preceding a supplementary
clause means this clause replaces the referenced clause in the Master Municipal
Construction Documents, Volume II in it’s entirety.
1.71 (add clause SGC 1.71 as follows)
“Payment Certifier“ has the meaning set out in SGC 18.6.6
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master
Municipal Construction Documents, Volume II, 2000
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
SGC - PAGE 2
CONTRACTOR 4
Protection of Work,
Property and the
Public
4.3 SGC 4.3.4 (delete clause GC 4.3.4 and replace as follows)
Before commencing any Work at the Place of the Work, the Contractor shall be
responsible to locate in three dimensions all underground utilities and structures
indicated on the Contract Documents as being at the Place of the Work. The
Contractor shall also be responsible to consult with all utility corporations that
provide electricity, communication, gas or other utility services in the area of
the Place of the Work, to locate in three dimensions all underground utilities for
which they have records. The Contractor shall also locate in three dimensions
any other utilities or underground structures that are reasonably apparent in an
inspection of the Place of the Work.
SGC 4.3.7 (add new clause SGC 4.3.7 as follows)
The Contractor shall locate, mark and protect from damage or disturbance, any
and all stakes, survey pins, monuments and markers at the Place of the Work.
All survey stakes, pins, monuments or markers which, in the opinion of the
Owner, have been damaged or disturbed shall be made good following
construction by a registered B.C. Land Surveyor at the Contractor’s expense.
Tests and Inspections
4.12 SGC 4.12.4 (Delete GC 4.12.4 and replace as follows)
If the Contractor disagrees with the Contract Administrator’s determination of
the Work not meeting the Specifications based on the results of inspection or
testing required in the Contract Documents or ordered by the Contract
Administrator, the Contractor may elect to carry out such further inspection or
testing which the Contract Administrator agrees is acceptable for the purpose of
determining whether the Work complies with the requirements of the Contract
Documents.
a) If such further inspection or testing determines that the Work is not in
accordance with the requirements of the Contract Documents, then the
Contractor shall correct such Work and pay the costs of the inspection and
testing including all costs of the correction and subsequent inspection and
testing.
b) If such further inspection or testing determines that the Work is in
accordance with the requirements of the Contract Documents, then the
Owner shall pay all costs of the inspection and testing.
Hours of Work 4.17 SGC 4.17.1 (add new clause SGC 4.17.1 as follows)
The Contractor shall not schedule work that will require inspection beyond the
Owners normal office hours without the Contract Administrator’s prior
approval. Any extra cost incurred by the Owner for work done outside of
normal office hours may be deducted from the Contractor’s monthly payments.
VALUATION OF
CHANGES AND
EXTRA WORK
9
Quantity Variations 9.4
SGC 9.4.3 (Delete GC 9.4.3 and replace as follows)
A revised unit price shall be applicable and calculated as follows:
a) in the case of a shortfall of more than the Variance Threshold
Percentage:
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master
Municipal Construction Documents, Volume II, 2000
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
SGC - PAGE 3
i) the revised unit price shall apply to all of the actual work
performed for that item; and
ii) the revised unit price shall be determined so that the
Contractor's total compensation for that item will be equal
to the actual quantity multiplied by the tender unit
price plus an amount equal to the overhead and profit, if
any, the Contractor would have received for the quantity
difference between the Tender Quantity as reduced by the
Variance Threshold Percentage and the actual quantity;
and
b) in the case of an overrun of more than the Threshold Variance
Percentage of the Tender Quantity for that item:
i) the original unit price shall apply to the Tender Quantity for
that item plus the Threshold Variance Percentage and the
revised unit price shall apply only to the quantity in excess
of the Threshold Variance Percentage; and
ii) a revised unit price, applicable to the quantity in excess of
Tender Quantity plus the Threshold Variance Percentage
for that item, shall be determined so that the Contractor
receives an amount or revised unit prices as agreed by the
parties, or failing agreement the actual costs of the excess
plus markups as provided by GC 10.1.
FORCE ACCOUNT 10
Force Account
Costs
10.1 SGC 10.1.1 (delete clause GC 10.1.1 a),b), and c) and replace as follows)
Payment for Force Account Work shall be calculated as follows:
a) labour - at the lower of the hourly rates set out in the Form of Tender
or the actual cost to the Contractor including all amounts paid for
labour and all related taxes, assessments payable as required by any
statutory scheme such as Workers’ Compensation, Employment
Insurance, holiday pay, insurance, and all employee benefits. A mark-
up of 3% on the foregoing shall be allowed for all Small Tools. A
mark-up of 10% on the total of the foregoing shall be allowed for
overhead. A further mark-up of 10% on the total of the foregoing
including the mark-up for overhead shall be allowed for profit.
b) major equipment:
i) Contractor Owned or Bare Rented - at the non-operated
hourly rates as set out in the Approved Equipment Rental
Rate Guide based on actual hours, in minimum increments of
0.5 hours, plus a 10% markup to cover all overhead costs and
profit. If equipment is not listed in the Approved Equipment
Rental Rate Guide then at a rate determined by the Contract
Administrator based on local equipment rental rates; or
ii) Non-Contractor Owned and Operated - at the lower of the
all-found rate in the Approved Equipment Rental Rate Guide
for operated equipment, or the actual rental costs incurred by
the Contractor, as evidenced by invoice, plus, in either case,
a 10% markup to cover all overhead costs and profit;
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master
Municipal Construction Documents, Volume II, 2000
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
SGC - PAGE 4
iii) No separate rental for Small Tools;
c) materials incorporated into the Work or consumed in performing the
Work by the Contractor shall be at the Contractor’s actual cost, as
evidenced by invoice, including all transportation, freight and
haulage costs plus a markup of 10% on such actual cost to cover all
overhead, handling, and profit;
DELAYS 13
Liquidated Damages
for Late Completion
13.8 SGC 13.8.1 (Delete GC 13.8.1 a) and replace as follows)
a) as a genuine pre-estimate of the Owner’s increased costs for the
Contract Administrator and the Owner’s own staff caused by such
delay an amount of $1,000.00 per day or pro rata portion for each
Day that actual Substantial Performance is achieved after the
Substantial Performance Milestone Date; plus
PAYMENT 18
Materials and Products
not Incorporated in
Work
18.3 SGC 18.3.1 (Delete GC 18.3.1 and replace as follows)
Except for items in the Schedule of Quantities and Prices which are
identified as being "Supply Only" or items authorized under GC 10.1,
payments shall not be made for materials or products purchased by the
Contractor but not incorporated into the Work at the Place of the Work.
Holdbacks 18.4 SGC 18.4.1 (Delete GC 18.4.1 and replace as follows)
Builders Lien Holdback: The Owner shall hold back 10%, or other percentage
as required by the Builders Lien Act, of any amounts due to the Contractor as
a builders lien holdback.
SGC 18.4.5 (Delete GC 18.4.5 and replace as follows)
The Contractor shall assist the Owner as the Contract Administrator may
reasonably request to establish a holdback account pursuant to the Builders
Lien Act, if required to be established under the Builders Lien Act, at a savings
institution acceptable to the Owner, including preparing and completing any
and all documents and forms as the savings institution may require. Any
notice issued by the Contractor upon the Owner’s failure to pay into the
holdback account the amount the Owner is required to retain under the
Builders Lien Act shall be given in writing to the Contract Administrator.
SGC 18.4.6 (add new clause SGC 18.4.6 as follows)
Maintenance Security holdback: The Owner will, in addition to any other
holdbacks that may be provided by the Contract Documents, deduct from
progress payments otherwise due to the Contractor, a Maintenance Security
holdback in the amount of five percent of each progress payment up to a total
amount not to exceed 5% of the Contract Price to cover the cost of corrections
to the Work that may be required under GC 25
The Contractor may substitute a letter of credit, in the amount of the
Maintenance Security, in a form and from a financial institution acceptable to
the Owner, for the Maintenance Security holdback for the duration of the
maintenance period.
The Maintenance Security not required under GC25, and remaining at the end
of the Maintenance Period, shall be paid without interest to the Contractor.
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master
Municipal Construction Documents, Volume II, 2000
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
SGC - PAGE 5
Substantial
Performance
18.6 SGC 18.6.5 (Delete GC 18.6.5 and replace as follows)
The Owner shall pay any builders lien holdback as required by the Builders
Lien Act, or on such other date as required by law, but the Owner may hold
back the amounts for any deficiencies or filed builders liens as provided in GC
18.4.2, GC 18.4.3, and GC 18.4.4.
SGC 18.6.6 (amend clause GC 18.6.6 as follows)
The Contract Administrator, as defined herein, shall be the Payment Certifier
responsible under the Builders Lien Act for certifying Substantial Performance
of the Work of the Contractor, but not the Work of Subcontractors. The
Contractor shall cooperate with and assist the Contract Administrator by
providing information and assistance in as timely manner as the Contract
Administrator considers necessary to carry out the duties of the Payment
Certifier for the Contract.
The Contractor shall be the Payment Certifier responsible for payment
certification under the Builders Lien Act for certifying Substantial Performance
of the Work of each Subcontractor. Prior to certifying completion for a
Subcontractor, the Contractor shall consult with the Contract Administrator
and obtain the Contract Administrator’s comments on the status of completion
by the Subcontractor, including any deficiencies or defects in the
Subcontractor’s Work noted by the Contract Administrator. The Contractor
will indemnify and save the Owner harmless from any and all liability the
Owner may have to anyone arising out of the certification by the Contractor of
Substantial Performance for that Subcontractor.
Notwithstanding any other provision of the Contract, no payments will be due
or owing to the Contractor so long as a Lien filed by anyone claiming under or
through the Contractor remains registered against the Project or any lands, or
interest therein, on which Work for the project was performed. Failure of the
Contractor to remove all Liens promptly will entitle the Owner to damages.
Waiver of Claims 18.9 SGC 18.9.3 (Delete GC 18.9.3 and replace as follows)
The issuance of the Certificate of Substantial Performance shall constitute a
waiver and release by the Owner of all claims for set-off amounts, back
charges, cost sharing for Referees fees, or other such amounts that are known
or reasonably should be known to the Owner at the time of the issuance of
such Certificate and that the Owner might claim relating to the Contract,
except for claims made by the Owner in writing in accordance with the
provisions of the Contract Documents and delivered to the Contract
Administrator prior to the issuance of the Certificate of Substantial
Performance and still unsettled. For certainty, nothing in this GC 18.9.3 shall
be interpreted or construed to mean that the Owner in any way waives any
warranty rights or in any way releases the Contractor from the Contractor’s
obligation to perform the Work in accordance with the Contract Documents
and this GC 18.9.3 shall not be construed as any limitation on the Owner’s
rights to claim damages from the Contractor arising from any failure by the
Contractor to have performed the Work as required by the Contract
Documents.
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master
Municipal Construction Documents, Volume II, 2000
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
SGC - PAGE 6
WORKERS’
COMPENSATION
REGULATIONS
21 Replace “Workers’ Compensation Act” under all sub-paragraphs in GC 21
with “Workers Compensation Act”.
Contractor is
“Principle Contractor”
21.2 SGC 21.2.1 (Delete GC 21.2.1 and replace as follows)
As part of the Work the Contractor shall, to the extent reasonably possible,
perform on behalf of the Owner the obligations which the Owner must
undertake as “Prime Contractor” by virtue of the Workers’ Compensation Act
and Regulations, or other statutes.
INSURANCE 24
Required Insurance 24.1 SGC 24.1.1 b) (Delete GC 24.1.1 b) and replace as follows)
b) Comprehensive General Bodily Injury and Property Damage
Liability Insurance –
Limits: Bodily Injury and Property Damage inclusive $5,000,000
The insurance shall include Contractor’s Contingent Liability, and Contractual
Liability of sufficient scope to include the liability assumed by the Contractor
under the terms of this Contract, and Completed Operations Liability. The
policy shall include the Owner and the Contract Administrator as additional
insureds with a cross liability clause. Any property damage deductible shall be
for the account of the Contractor and shall not exceed $2,500.00 for any one
occurrence.
SGC 24.1.7 (add new clause SGC 24.1.7 as follows)
The Contractor shall ensure the following are additional named
insured under this contract:
CORPORATION OF THE CITY OF NEW WESTMINSTER
Contract Administrator (Opus DaytonKnight Consultants Ltd.)
MAINTENANCE
PERIOD
25
Correction of Defects 25.1
SGC 25.1.4 (add new clause GC 25.1.4 as follows)
The Owner is authorized to make repairs to defects or deficiencies if, ten days
after giving written notice, the Contractor has failed to make or undertake with
due diligence the required repairs. However, in the case of emergency where,
in the opinion of the Owner, delay is not reasonable, repairs may be made
without notice being sent to the Contractor. All expenses incurred by the
Owner in connection with repairs made pursuant to GC 25 shall be paid by the
Contractor and may be deducted from the Maintenance Security, or other
holdbacks. The Contractor shall promptly pay any shortfall.
Commencement of
Maintenance Period
25.2 SGC 25.2.2 (replace clause GC 25.2.2 as follows)
All warranties under this Contract commence from the date of Substantial
Performance of the Contract, regardless of whether any Subcontractor
achieves Substantial Performance of it’s Subcontract prior to Substantial
Performance of the Contract as a whole.
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master
Municipal Construction Documents, Volume II, 2000
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
SGC - PAGE 7
CERTIFICATE OF INSURANCE (REQUIRED FORMAT)
This is to certify that policies of insurance as described below have been issued to the Insured named below and are in
force at this time. It is understood and agreed that thirty (30) days’ notice of any material alteration, transfer, assignment
or cancellation of any of the policies listed below, either in part or in whole, will be given to the holder of this certificate.
This certificate is issued to: CORPORATION OF THE CITY OF NEW WESTMINSTER
Insured:
______________________________________
______________________________________
______________________________________ (Name and Address)
Contact Person:
Telephone: (_______) _______-_________
Fax: (_______) _______-_________
Broker:
______________________________________
______________________________________
______________________________________ (Name and Address)
Contact Person:
Telephone: (_______) _______-_________
Fax: (_______) _______-_________
Location and nature of operation or contract to which this Certificate applies:
Contract Reference Number: NWIT-14-02
Location of Operations: __________________________________________________________
Nature of Operations: __________________________________________________________
It is understood and agreed that the policy/policies noted in the Schedule of Policies below shall contain a cross liability
clause, and amendments to reflect the following:
Any Deductible or Reimbursement Clause contained in the policy shall not apply to CORPORATION OF THE
CITY OF NEW WESTMINSTER and shall be the sole responsibility of the party named above.
It is agreed that with respect to section 1, 3, and 5 of the Schedule of Policies:
CORPORATION OF THE CITY OF NEW WESTMINSTER and Opus DaytonKnight Consultants Ltd. are added
as Additional Named Insured.
Any exclusions relating to:
1. the use of explosives for blasting; or
2. vibration from pile driving or caisson work; or
3. the removal or weakening of support of such property, building or land, whether such support shall be
natural or otherwise;
4. any other work below ground level;
5. demolition
shall not apply in respect to the operation or contract declared above.
It is agreed that with respect to Sections 4 and 6 - Property, Builders Risk, Installation Floater and Equipment
Insurance:
The issuers subrogated rights are waived against CORPORATION OF THE CITY OF NEW WESTMINSTER to
the extent that the CORPORATION OF THE CITY OF NEW WESTMINSTER has an insurable interest, the policy
will indicate CORPORATION OF THE CITY OF NEW WESTMINSTER as First Loss Payee.
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master
Municipal Construction Documents, Volume II, 2000
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
SGC - PAGE 8
CERTIFICATE OF INSURANCE (Cont.) (REQUIRED FORMAT)
Contract Reference Number: NWIT-14-02
Schedule of Policies:
Type of Insurance
Company Policy Dates
Limits of Liability / Amounts and Policy
Number Effective Expiry
Section 1: Bodily Injury and Property Damage
Comprehensive (Commercial)
General Liability Including:
Attached Machinery;
Blanket Contractual;
Broad Form Property Damage;
Completed Operations;
Cross Liability Clause;
Non-Owned Automobile
$5,000,000 Inclusive
$3,000,000 Aggregate
$1,000 Deductible
Section 2: Bodily Injury and Property Damage
Automobile Liability $3,000,000 Inclusive
Section 3:
Umbrella / Excess Liability $____________
$____________
$____________
excess of
General Liability
excess of
Automobile
Section 4: Property Insurance:
Builders Risk
Installation Floater
Other
$____________
$____________
$____________
Site
Other Location
Transit
Section 5: Tenants “All Risk” Legal Liability $____________ Limit
Section 6: Equipment Insurance $____________ Limit
Section 7: Professional Liability / Errors and
Omissions
$1,000,000 Each claim and
$1,000,000 Aggregate
$5,000 Deductible
Section 8: Boiler and Machinery Insurance $1,000,000 Property Damage
$1,000 Deductible
_________________________________________
(Authorized to Sign on Behalf of Insurers)
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master
Municipal Construction Documents, Volume II, 2000
CORPORATION OF THE CITY OF NEW WESTMINSTER
Reference No.: NWIT-14-02
SGC - PAGE 9
DATE: TO: CORPORATION OF THE CITY OF NEW WESTMINSTER 511 Royal Avenue, New Westminster, B.C., V3L 1H9
File Ref: (Contract Number) Dear Sirs: IRREVOCABLE LETTER OF CREDIT NO: ____________________ We hereby authorize you to make written demand on (Name of Financial Institution) for account of (Name and Address of Developer) up to an aggregate amount of Canadian $ (In Figures only) on the following terms:
1. Demand is to be made in writing to (Name of Financial Institution and Address).
2. Partial demands and drawings may be made.
3. The (Name of Financial Institution) will not enquire as to whether or not CORPORATION OF THE CITY OF NEW WESTMINSTER has a right to make demand on this Irrevocable Letter of Credit; and shall pay in accordance with the written demand within 24 hours of receipt of the written demand.
4. Demand must be made at the above address not later than: (The Expiry Date).
5. This Letter of Credit is irrevocable up to the expiry date, and unless it is extended, will be null and void after the Expiry Date.
6. The amount of this Irrevocable Letter of Credit may be reduced from time to time only by amount demanded in writing by you and paid by us or by formal notice in writing given to us by you that you desire such reduction or are willing that it be made. This Irrevocable Letter of Credit must be returned to us for cancellation when it is no longer required by you or when it has been fully drawn, whatever first occurs.
7. Written demand(s) under this Irrevocable Letter of Credit must state that they are demanded under our Irrevocable Letter of Credit No. ____________________.
8. This Irrevocable Letter of Credit may not be assigned or transferred in any manner.
______________________________ Authorized Signature For (Name of Financial Institution)
Deviations in this format may result in amendments and delays in processing
IRREVOCABLE LETTER OF CREDIT REQUIRED FORMAT
LETTERHEAD OF FINANCIAL INSTITUTION
These Supplementary Specifications must be read in conjunction with the Master Municipal Specifications contained in
the Master Municipal Construction Documents, Volume II, 2000. Corporation of the City of New Westminster Reference No.: NWIT -13-10
SUPPLEMENTARY SECTION NDX
CONTRACT INDEX PAGE 1 SPECIFICATIONS 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal Specifications contained in
the Master Municipal Construction Documents, Volume II, 2000.
Corporation of the City of New Westminster Reference No.: NWIT-14-02
CIVIL SECTION
SUPPLEMENTARY SPECIFICATIONS INDEX DIVISION 1 - GENERAL REQUIREMENTS 01010S General Information 01025S Measurement and Payment 01535S Temporary Facilities DIVISION 2 - SITE WORK
02111S Clearing, Grubbing and Mass Excavation
02223S Excavating, Trenching and Backfilling
02226S Aggregates and Granular Material 02234S Granular Sub-Base 02512S Hot-Mix Asphalt Concrete Paving 02575S Full Depth Reclamation 02666S Waterworks List of Approved Materials & Products 02721S Storm Sewers 02725S Manholes and Catchbasins
SUPPLEMENTARY GENERAL SECTION 01010S CONTRACT INFORMATION PAGE 2 SPECIFICATIONS 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal Specifications contained in
the Master Municipal Construction Documents, Volume II, 2000.
Corporation of the City of New Westminster Reference No.: NWIT-14-02
1.0 Master Municipal Construction Documents
.1 The Supplementary Specifications contained herein must be read in conjunction with the Master Municipal Specifications contained in the Master Municipal Construction Documents, Volume II as identified in the Instructions to Tender article 2.2.
2.0 Format and
Numbering System .1 The Supplementary Specifications follow the same format and
numbering system as the Master Municipal Specifications, but is differentiated from it by having the letter “S” placed after the section number.
3.0 Record Drawing .1 The Contractor will keep one set of drawings on-site that
will be marked up in red ink identifying any changes made during the construction. This copy will be turned over to the Contract Administrator following completion of all works.
4.0 Layout .1 The Contractor, using the control provided on the plans,
will be responsible for all layouts.
END OF SECTION
SUPPLEMENTARY MEASUREMENT AND SECTION 01025S CONTRACT PAYMENT PAGE 3 SPECIFICATIONS 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal Specifications contained in
the Master Municipal Construction Documents, Volume II, 2000.
Corporation of the City of New Westminster Reference No.: NWIT-14-02
1.0 General .1 Payment for work for each section will be as defined in the
appropriate Section of the Master Municipal Specifications.
.2 For lump sum price items, the Contract Administrator will calculate payment based on tendered price and Contract Administrator's estimate of percentage of work item completed.
.3 The work will be paid for at the prices set out in the Form of Tender -Appendix 1. All costs, including overhead and profit, necessary to find and supply all the materials and to perform all the work shall be included in the schedule.
.4 Costs of a general nature and of work and materials not expressly listed in Appendix 1 - Schedule of Quantities and Prices but included in the drawings and/or specifications by either direct mention or implication shall be included in the items to which they pertain most closely.
.5 All trench backfill is to be imported material. Payment for supplying and placing the imported backfill shall be included in the unit price for the pipe installation and shall include disposal of excavated trench material and all associated work.
.6 Items shall include protection of existing structures, asphalt removal, excavating to required depth, necessary bracing, drainage, trench dewatering, pumping, installing and jointing of pipe, connections to existing and placement of bedding material, backfilling, compaction of imported trench backfill, final grading, maintenance of roads and access, test excavations, locating of existing services, protection of services, supply and installation of all material, testing, and flushing of the pipes.
END OF SECTION
SUPPLEMENTARY TEMPORARY SECTION 01535S CONTRACT FACILITIES PAGE 4 SPECIFICATIONS 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal Specifications contained in
the Master Municipal Construction Documents, Volume II, 2000.
Corporation of the City of New Westminster Reference No.: NWIT-14-02
1.12 Site Offices .1
(amend clause 1.12.1 as follows) A Contract Administrator’s temporary office will not be required for this project. Contractor’s site office is required as per clause.
1.13 Construction Sign .1
(amend clause 1.13.1 as follows) A construction project sign will not be required for this project.
END OF SECTION
SUPPLEMENTARY CLEARING, GRUBBING SECTION 02111S CONTRACT AND PAGE 5 SPECIFICATIONS MASS EXCAVATION 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal Specifications contained in
the Master Municipal Construction Documents, Volume II, 2000.
Corporation of the City of New Westminster Reference No.: NWIT-14-02
1.0 GENERAL .1 (delete clause 1.0.1and replace as follows) Section 02111 refers to those sections of the work that are unique to clearing, grubbing and mass excavation. This section must be referenced to and interpreted simultaneously with all other sections pertinent to the works described herein.
1.2 Definitions .5 (add new clause 1.2.5 as follows)
Mass Excavation consists of removal and disposal offsite of all above ground and underground structures including: pipes, asphalt, concrete, reinforced concrete.
END OF SECTION
SUPPLEMENTARY EXCAVATING, TRENCHING SECTION 02223S CONTRACT AND PAGE 6 SPECIFICATIONS BACKFILLING 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal Specifications contained in
the Master Municipal Construction Documents, Volume II, 2000.
Corporation of the City of New Westminster Reference No.: NWIT-14-02
1.7 Disposal .2 (add new clause 1.7.2 as follows) Excess excavated material shall be disposed of at a location found by the Contractor and approved by the Contract Administrator.
3.4 Pipe Installation .2 Delete Standard Detail Drawing G-6 3.6 Surface Restoration .6.4 Delete Clause 3.6.6.4 .7.1 (replace clause 3.6.7.1 with)
The Contract Administrator shall determine areas to mill and overlay at its discretion. The mill and overlay may be completed within 6 months of substantial completion.
END OF SECTION
SUPPLEMENTARY AGGREGATES AND SECTION 02226S CONTRACT GRANULAR MATERIAL PAGE 7 SPECIFICATIONS 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal Specifications contained in
the Master Municipal Construction Documents, Volume II, 2000.
Corporation of the City of New Westminster Reference No.: NWIT-14-02
2.3 Pit Run Gravel .1 Add: “Pit run gravel only to 75 mm maximum to be used in the
City of New Westminster”.
2.7 Granular Pipe Bedding & Surround Material
.1 Delete: “Recycled concrete free from contaminated and other extraneous material, conforming to the Type 1 graduations may be used as pipe bedding and surround material.”
END OF SECTION
SUPPLEMENTARY GRANULAR SECTION 02234S CONTRACT SUB-BASE PAGE 8 SPECIFICATIONS 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal Specifications contained in
the Master Municipal Construction Documents, Volume II, 2000.
Corporation of the City of New Westminster Reference No.: NWIT-14-02
3.5 Proof Rolling .1 Delete: “or dual”.
Add “to 80 kN (18,000 lb) minimum”.
END OF SECTION
SUPPLEMENTARY HOT-MIX ASPHALT SECTION 02512S CONTRACT CONCRETE PAVING PAGE 9 SPECIFICATIONS 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal Specifications contained in
the Master Municipal Construction Documents, Volume II, 2000.
Corporation of the City of New Westminster Reference No.: NWIT-14-02
1.5 Measurement and Payment
.8 Delete: “but not saw cutting edges of pavement.”
2.1 Materials .12 Change: 60% to 85%.
3.5 Placing .4.3 Add: “except for local residential streets where the maximum lift thickness for asphalt paving is 75mm. Minimum lift thickness for surface course shall not be less than 35mm for local residential streets and 50mm for other classes of roads.”
END OF SECTION
SUPPLEMENTARY FULL SECTION 02575S CONTRACT DEPTH PAGE 10 SPECIFICATIONS RECLAMATION 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal Specifications contained in
the Master Municipal Construction Documents, Volume II, 2000.
Corporation of the City of New Westminster Reference No.: NWIT-14-02
1.0 General Add Clause 1.0.3: “Reclaimed material not to be used as Granular Base.”.
END OF SECTION
SUPPLEMENTARY WATERWORKS SECTION 02666S CONTRACT PAGE 11 SPECIFICATIONS 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal Specifications contained in
the Master Municipal Construction Documents, Volume II, 2000.
Corporation of the City of New Westminster Reference No.: NWIT-14-02
1.8 Measurement and Payment
.14 Add: “This item includes costs to supply all material and appurtenances as shown in the applicable tie-in details.”
3.6 Pipe Installation .11 Add Clause 3.6.11: “When the watermain crosses a storm or
sanitary sewer, the watermain shall be installed a minimum 0.5 m clear above the sewer. Where this is not possible, the watermain shall have a minimum 0.3 m clearance under the sewer with all joints within a 3.0 m horizontal distance from the sewer wrapped with heat shrink plastic or packed and wrapped with petrolatum tape in accordance to the following standards:
ANSI/AWWA C214 (factory applied)
ANSI/AWWA C209 (field applied)
ANSI/AWWA C217-90 (petrolatum tape)
All materials used are to have zero health hazard
If the watermain is being installed parallel to a sewer, within 3
m horizontal distance, all joints are to be wrapped with heart shrink plastic or packed and wrapped with petrolatum tape also in accordance with the above standards.
Installation shall be in accordance with the requirements of the
Regional Health Engineer under the Health Act.” .12 Add Clause 3.6.12: “Prior to construction, the contractor shall
locate and expose all utilities crossing the proposed watermain, water services, tie in locations and any other proposed works.”
END OF SECTION
SUPPLEMENTARY WATERWORKS SECTION 02666S CONTRACT LIST OF APPROVED MATERIALS & PRODUCTS PAGE 12 SPECIFICATIONS 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal Specifications contained in
the Master Municipal Construction Documents, Volume II, 2000.
Corporation of the City of New Westminster Reference No.: NWIT-14-02
Section Sub-
Section Item Description Approved Product
Comments/ Restrictions
02666S 2.2.1 Ductile Iron Pipe Canada Pipe Company Ltd.
Class 52, cement mortar lined
2.2.4.2 Ductile Iron Fittings Terminal City Iron Works ISO 9002
C153 & C110, cement mortar lined
Union-Tite C153, use of flanges not permitted
Alfs/Bibby C153, cement mortar lined
Metalfit C110, cement mortar lined
Pipeline Components
Inc. (PCI)
C110, cement mortar lined
Sigma C153, cement mortar lined
2.2.4.13 Joint Restraints Megalug Series 1100 ductile iron pipe up to 300mm diameter
Uniflange Series 1300 PVC pipe up to 300mm diameter
Uniflange Series 1400 ductile iron pipe up to 300mm diameter
Stargrip 3000 and 3100P
ductile iron pipe wedge action restraint up to 300mm diameter
2.2.4.12 Mech Couplings Robar 1506
Ductile Iron with epoxy coating
T304 stainless steel fasteners
Smith-Blair Inc.
Omni 400 series ductile iron with epoxy coating
T304 stainless steel fasteners
Romac Style 501 coupling, ductile iron with epoxy coating
T304 stainless steel fasteners
SUPPLEMENTARY WATERWORKS SECTION 02666S CONTRACT LIST OF APPROVED MATERIALS & PRODUCTS PAGE 13 SPECIFICATIONS 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal Specifications contained in
the Master Municipal Construction Documents, Volume II, 2000.
Corporation of the City of New Westminster Reference No.: NWIT-14-02
Section Sub-
Section Item Description Approved Product
Comments/ Restrictions
2.3.2 Mainline Gate Valves Clow Resilient Wedge Valve, AWWA C509
50 to 400mm diameter
2.3.6.1 Mainline Valve Boxes
MR-6 300 mm height
SUPPLEMENTARY STORM SECTION 02721S CONTRACT SEWERS PAGE 14 SPECIFICATIONS 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal Specifications contained in
the Master Municipal Construction Documents, Volume II, 2000.
Corporation of the City of New Westminster Reference No.: NWIT-14-02
1.6 Measurement and Payment
.2 (Clause 1.6.2, add:) “Also included in this item is the cost for all survey required for construction layout. This item includes full depth asphalt restoration for all streets or restoration to original pre-existing surface. This item also includes compaction testing for the bedding, sub-base and base materials for every 50 m linear length along the trench. Copies of the test reports will be provided to the City and to the Engineer. Mill and overlay is to be paid for under Section 02512-1.5.8.”
.5 (Clause 1.6.5, and replace with:) Payment for catchbasin and lawn drain leads includes all applicable materials and work described on 1.6.2. Measurement for catchbasin leads and lawn drain leads will be for each complete catchbasin lead or lawn drain lead installed with no regard to length of pipe installed.
.9 (amend Clause 1.6.9 as follows) This item also includes the cost of re-benching existing manholes as required.
.11 ( add new Clause as follows) Payment for outside drop type connections will include all necessary work and materials to complete the drop type connection as per standard detailed drawing S3. Measurement for outside drop type connections to manholes will be made for each complete connection installed with no regard for height of drop.
2.7 Granular Pipe Bedding and Surround Material
.1 (amend clause 2.7.1 as follows) Type 1 Granular Pipe Bedding and Surround Material shall be used.
3.6 Pipe Installation .14 (amend clause 3.6.14 as follows) Prior to construction, the contractor shall locate and expose all utilities crossing the proposed sewer, catch basin leads and any other proposed works.
3.12 Video Inspection .4 (add new clause 3.12.4 as follows) Mains must be lamp tested prior to video inspection with a minimum of 75% of the pipe diameter exposed. Video inspection must be completed prior to acceptance of the works.
END OF SECTION
SUPPLEMENTARY MANHOLES AND SECTION 02725S CONTRACT CATCHBASINS PAGE 15 SPECIFICATIONS 2014
These Supplementary Specifications must be read in conjunction with the Master Municipal Specifications contained in
the Master Municipal Construction Documents, Volume II, 2000.
Corporation of the City of New Westminster Reference No.: NWIT-14-02
1.5 Measurement and Payment
.1.6 (Delete Clause 15.1.6, and replace with:) Payment for constructing additional manholes onto existing sewer system will be made at the lump sum bid item price and include all items described in this section including, excavation, dewatering, breaking into existing system, disposal of surplus excavated material supply of all components (manhole base, lid, slab, frame and cover, manhole risers) cast-in-place concrete, pipe, fittings and related materials, bedding, imported backfill, cleaning testing where applicable, surface restoration and all other work and materials necessary to complete the installation.
.2 (amend Clause 1.5.2 as follows)
This item also includes the cost of removing and disposing of existing catchbasins.
2.1 Materials .4 (amend clause 2.1.4 as follows)
Only precast manhole sections are permitted (reinforced concrete to ASTM C478M) complete with galvanized steps.
END OF SECTION
CORPORATION OF THE CITY OF NEW WESTMINSTER
CONTRACT No. NWIT-14-02
JANUARY 2014 2014 Sewer Separation Program
ATTACHMENT 01
Geotechnical Report for First Street Area
10 November 2010 File: FV10-1904-00 Dayton & Knight Ltd. #210 – 889 Harbourside Drive North Vancouver, BC V7P 3S1 Attention: Mr. Gurjit Sangha, P Eng Dear Sir: Re: Geotechnical Engineering Assessment
Proposed Pressure Reducing Valve (PRV) Station and Watermain Upgrade 1st Street, New Westminster, BC
PART A: BACKGROUND INFORMATION 1.0 INTRODUCTION As requested, Levelton Consultants Ltd. (Levelton) has prepared this geotechnical engineering assessment report for the above-referenced proposed pressure reducing valve (PRV) station and watermain upgrade at 1st Street, New Westminster, BC.
Our scope of work for this project was provided in our proposal PR10-1069-00 dated 05 July 2010. Authorization to proceed with the scope of work as amended by Dayton & Knight was received via e-mail on 17 October 2010. The modified scope of work stipulated that the City of New Westminster would coordinate the field work to be carried out at the subject site. The scope of work was originally amended to include the review of a test pit excavation completed by others. It was subsequently modified to include the drilling of test holes in accordance with our original scope and fee. In summary, the scope of work included the original scope of work, plus the test pit excavation review.
This report provides a summary of the subsurface conditions at the project location and geotechnical recommendations for the PRV station and watermain design and construction. Our scope of services did not include assessment of the soil or groundwater conditions with respect to environmental considerations.
Levelton Consultants Ltd. Fraser Valley Group 103 – 19292 60th Avenue Surrey, B.C. Canada V3S 3M2 Tel: 604 533-2992
Fax: 604 533-0768
E-Mail: [email protected]
110 – 34077 Gladys Avenue Abbotsford, B.C. Canada V2S 2E8 Tel: 604 855-0206
Fax: 604 853-1186
E-Mail: [email protected]
Web Site: www.levelton.com Construction Materials
Building Science
Geotechnical
Corrosion Prevention
Metallurgy
Environmental
Analytical Chemistry
Physical Testing
Geotechnical Engineering Assessment Proposed PRV Station and Watermain Upgrade 1st Street, New Westminster, BC 10-Nov-2010 FV10-1904-00 Page 2 2.0 PROJECT DESCRIPTION The Dayton & Knight Ltd. drawing provided to Levelton (Drawing No. 146.044; Issue D) indicates that the proposed works are to occur on 1st Street between 10th Avenue (approximately located at Stn 0+000 m, as illustrated on the above-referenced figure) and Ovens Avenue. Levelton understands that the proposed PRV station will consist of an at-grade building with plan dimensions of 6.1 m by 5.4 m. The proposed building will be located on the east side of 1st Street (for discussion purposes, 1st Street is assumed to run north to south) between Sinclair Avenue and Ovens Avenue, at Stn 0+236.64 m. The site location is shown on the attached Figure 1. No information regarding proposed site grades or anticipated PRV station loads has been provided to us at the time this report was prepared. We understand that the invert of the watermain leading to the PRV station will be located approximately 1.85 m below grade. 3.0 SITE CONDITIONS 3.1 SURFICIAL GEOLOGY The Geological Survey of Canada surficial geology map covering New Westminster (Map 1484A) indicates that the soil conditions at the site consist of Vashon drift and Capilano sediments comprised of lodgment and minor flow till with lenses and interbeds of substratified glaciofluvial sand to gravel and lenses and interbeds of glaciolacustrine laminated stony silt, possibly overlain by glaciomarine and marine deposits of stony to stoneless silt loam to clay loam with minor sand and silt. The soil conditions actually encountered comprised fill and organic soils overlying native glaciolacustrine and fluvial sediments as discussed below. 3.2 SOIL CONDITIONS Levelton completed subsurface explorations along the alignment of the existing watermain located on 1st Street and adjacent to the proposed PRV station on 29 October 2010. The explorations comprised four boreholes advanced to depths of between 3.0 m and 4.6 m at locations selected by the Dayton and Knight, in coordination with the City of New Westminster. Levelton also observed the subsurface soils exposed subsequent to the excavation of a test pit located near the proposed location of the PRV station on 12 October 2010 (TP10-01). However, we were unable to collect representative samples, nor monitor the progress of the test pit excavation. The approximate locations of the test holes are illustrated on the attached Figure 1. Detailed descriptions of the soil and groundwater conditions encountered are provided on the attached soil logs.
Geotechnical Engineering Assessment Proposed PRV Station and Watermain Upgrade 1st Street, New Westminster, BC 10-Nov-2010 FV10-1904-00 Page 3 PRV Station Soil Conditions Based on AH10-01 and TP10-01, the following generalized soil profile is anticipated at the location of the PRV station and localized surrounding area:
• Sand and Gravel Fill, brown, loose to compact, overlying;
• Silty Sand Fill, grey, trace gravel, trace to some organics, loose compact, overlying;
• Sandy Silt Fill, brown, trace gravel, some organics, wood debris, soft to firm, overlying;
• Organic Silty Sand Fill, grey brown, rootlets, wood debris, loose to compact, overlying;
• Silt, grey, trace sand to sandy, trace gravel, firm to stiff.
The fill material encountered at AH10-01 and observed at TP10-01 extended to a depth of approximately 3.2 m below the existing grade of 1st Street. The fill was heterogeneous in nature and was observed to have estimated relative densities/consistencies varying between loose to compact for granular fill and soft to firm for fine-grained fill. Samples of the granular fill material had a moisture content generally within a range of 10 to 35 %. However, the organic silty sand fill had a moisture content of approximately 144%, due to its high organic content. Samples of the fine-grained fill material had moisture contents within a range of 35 to 45%. A layer of wood debris was encountered in both AH10-01 and TP10-01 at an approximate depth of 2.4 m below grade. The wood debris layer had an approximate thickness of 300 mm. Native firm to stiff silt with trace to some sand was encountered beneath the fill. Samples of the silt encountered at AH10-01 had moisture contents within the range of 25 to 45 %. AH10-1 terminated in stiff silt at a depth of 4.5 m. Watermain Soil Conditions
Based on AH10-02 through AH10-04, the following generalized soil profile is anticipated along the alignment of the proposed watermain (approximately Stn 0+000 m to Stn 0+190 m):
• Heterogeneous Fill (Silty Sand/Silty Sand and Gravel/Sand/Silt), brown to grey brown, trace to some organics, loose to dense granular soils, soft fine-grained soils, overlying;
• Sandy Silt/Silty Sand, grey to grey brown, trace gravel, firm to very stiff sandy silt, compact to very dense silty sand.
The fill material encountered at AH10-02 to AH10-04 varied between approximately 0.35 and 1.0 m in thickness at the auger hole locations. The thickness of fill appears to generally decrease away from the proposed location of the PRV station (north towards 10th Avenue) and with increasing surface elevation. Samples of the granular fill material
Geotechnical Engineering Assessment Proposed PRV Station and Watermain Upgrade 1st Street, New Westminster, BC 10-Nov-2010 FV10-1904-00 Page 4 had moisture contents within a range of approximately 5 to 12%. Samples of the fine-grained fill material had a moisture content of approximately 70%, as a result of the organic content of this soil. The sandy silt/silty sand underlying the fill material had a moisture content within a range of approximately 10 to 30%. The compact to dense native silty sand soil was encountered at a depth of 0.75 m at AH10-4 in the sloping region of the proposed watermain alignment. 3.3 GROUNDWATER
Groundwater seepage was encountered at a depth of approximately 1.8 m below grade in AH10-01 and was observed at a depth of approximately 2.7 m in TP10-01 at the time of pit excavation. No groundwater seepage was encountered in any of the other test holes while they remained open. PART B: DISCUSSION AND RECOMMENDATIONS 4.0 SITE PREPARATION PRV STATION
It is understood that the PRV station will be grade supported. Site preparation in the area of the PRV station building footprint should consist of excavation to the design subgrade elevation, followed by nominal subgrade preparation to provide suitable and uniform support conditions for a shallow mat or footing foundation and slab-on-grade. It is expected that the exposed subgrade at foundation grade will consist of loose to compact silty sand fill material. Soft or moisture-softened subgrade should be over-excavated to a maximum depth of 600 mm below foundation level and replaced with engineered fill as required by the Geotechnical Engineer. Levelton should review the excavated subgrade prior to placement of any engineered fill or foundation concrete. Fill required to re-establish the grade of the proposed PRV station foundation should consist of engineered fill in accordance with Section 6.0 of this report. Engineered fill should extend horizontally past the foundation a distance at least equal to the thickness of the engineered fill placed below the foundation. At this stage, it is anticipated that groundwater seepage entering excavation for construction of the PRV station could be adequately controlled by using sumps and pumping. Foundation subgrades should be kept free of standing water.
WATERMAIN
Site preparation along the alignment of the watermain leading to the PRV station should consist of excavation to the invert elevation of the watermain. From the drawing provided by Dayton & Knight, this elevation is anticipated to be approximately 1.85 m below the existing grade of 1st Street.
Geotechnical Engineering Assessment Proposed PRV Station and Watermain Upgrade 1st Street, New Westminster, BC 10-Nov-2010 FV10-1904-00 Page 5 Based on the soil conditions encountered at AH10-2 through AH10-04, subgrade between approximately Stn 0+000 m and Stn 0+190 m (see Dayton & Knight Drawing No. 146.044; Issue D) is anticipated to consist of firm to very stiff sandy silt or compact to dense silty sand. Where the exposed trench subgrade consists of granular material, we recommend that it be surficially compacted with vibratory equipment prior to placement of any bedding and pipe surround material. These subgrades are considered appropriate for the placement of pipe bedding material in accordance with the recommendations of Section 10.0 below. Subgrade at the invert elevation of the watermain near the PRV station may consist of heterogeneous fill material. Where soft or organic fill material is encountered at the watermain invert elevation, the trench base should be over-excavated a minimum depth of 300 mm to allow for placement of additional pipe bedding in accordance with Section 10.0 of this report. A non-woven geotextile separator such as Propex 1071 or Geotechnical Engineer approved equivalent should be placed on the over-excavated subgrade, if soft soils are present at that elevation. Due to the expected heterogeneity in the subgrade material along the alignment of the watermain, it is recommended that the trench subgrade be reviewed by the Geotechnical Engineer, prior to placement of pipe bedding material, to identify areas where over-excavation and placement of additional pipe bedding (and possibly a geotextile separator) is required. It is anticipated that groundwater seepage entering the excavation along the alignment of the watermain could be adequately controlled by using sumps and pumping. 5.0 TEMPORARY EXCAVATIONS Temporary excavations up to 1.2 m below grade could be cut at near vertical. The side slopes of unsupported excavations greater than 1.2 m in depth should be sloped at a maximum inclination of 0.75H:1V (horizontal:vertical). Steeper excavations should be shored or approved in writing by a Geotechnical Engineer, prior to worker entry. In general, all temporary excavations should conform to Work Safe BC requirements or suitable trench shoring cages should be utilized. It is recommended that temporary excavation slopes be protected from erosion by surface water runoff by covering them with polyethylene sheeting securely fastened at the top and toe of the slope. 6.0 ENGINEERED FILL Engineered fill used to develop site grades at the location of the proposed PRV station should consist of imported granular material such as a free-draining 75 mm minus pit-run sand and gravel with less than 5% fines (material passing the 0.075 mm sieve) by weight, or an alternate granular material reviewed and approved by Levelton prior to use. Engineered fill should be placed in discrete lifts a maximum of 300 mm in thickness and should be compacted to not less than 100% of the material’s Standard Proctor Maximum
Geotechnical Engineering Assessment Proposed PRV Station and Watermain Upgrade 1st Street, New Westminster, BC 10-Nov-2010 FV10-1904-00 Page 6 Dry Density (SPMDD). Engineered fill below foundations should extend horizontally beyond the footing edges a distance at least equal to the thickness of fill below the foundations. In-place soil density testing should be conducted on the fill as it is being placed to confirm that adequate compaction is achieved. It is our opinion that the existing fill material encountered at the boreholes and TP10-01 will not generally be suitable for re-use as engineered fill at the PRV site due to its heterogeneous nature, moisture content, and organic content. Soils that contain organic matter are not considered suitable for use as engineered fill. 7.0 FOUNDATION DESIGN It is our opinion that the foundation for the proposed PRV station can consist of strip and pad footings bearing on compacted engineered fill placed over Geotechnical Engineer approved subgrade. Foundations can be designed based on a serviceability limit state (SLS) soil bearing resistance of 75 kPa and a factored ultimate limit state (ULS) soil bearing resistance of 125 kPa. The underside of foundations should be located at least 450 mm below finished interior and exterior grade for frost protection and confinement purposes. The Geotechnical Engineer should review the foundation subgrade prior to construction of the foundation formwork. It is judged that total post-construction settlement of footings placed in accordance with the recommendations provided in this report will not exceed 25 mm during the design life of the building. 8.0 SEISMIC CONSIDERATIONS The site soils at the location of the PRV station generally consist of heterogeneous fill (sand and gravel/silty sand/sandy silt/organic silty sand/wood debris) underlain by firm to stiff silt. Consequently, it is our opinion that seismic design of the structure may be based on Site Class “E” conditions, in accordance with Division B, Part 4, Section 4.1.8.4 of the 2006 British Columbia Building Code. It is our opinion that the site soils at the PRV station would be resistant to liquefaction during a design magnitude seismic event (2% probability of exceedence in 50 years). 9.0 SLAB-ON-GRADE The interior slab-on-grade for the PRV station should be placed on a minimum 100 mm thick drainage layer comprised of 19 mm minus crushed gravel or well-graded, clean (less than 5% passing the 0.075 mm sieve) sand compacted to not less than 95% of the material’s SPMDD. Polyethylene sheeting should be provided below the interior slab-on-grade to inhibit moisture migration through the concrete.
Geotechnical Engineering Assessment Proposed PRV Station and Watermain Upgrade 1st Street, New Westminster, BC 10-Nov-2010 FV10-1904-00 Page 7 10.0 PIPE BEDDING AND TRENCH BACKFILL We recommend that pipe bedding material conform to the gradation for Type 1 Granular Pipe Bedding and Surround Material contained in the Master Municipal Construction Documents (MMCD) Volume II, or City of New Westminster requirements. The pipe bedding should be placed in discrete lifts a maximum of 300 mm in thickness and be compacted with vibratory equipment to not less than 95% of the material’s Modified Proctor Maximum Dry Density (MPMDD). Trench backfill should consist of well-graded granular material with a maximum of 5% fines in accordance with MMCD Volume II. Trench backfill should be placed in discrete lifts a maximum of 300 mm in thickness and be compacted to not less than 95% of the material’s MPMDD, as confirmed by in-place soil density tests. The soils encountered at the boreholes contained variable organic content and significant fines content, and may be difficult to re-compact, particularly if placed in wet conditions. Consequently, the excavated in-situ soils are considered to be unsuitable for re-use as trench backfill in the roadway. Should the contractor elect to attempt to use some of the excavated material as backfill, full-time geotechnical review of the material selection, placement, and compaction is recommended. 11.0 GEOTECHNICAL ENGINEERING REVIEW It is recommended that Levelton review the following aspects of construction:
• Stripped subgrade;
• Engineered fill materials;
• Pipe bedding materials;
• Placement and compaction of engineered fill and pipe bedding;
• Soils at PRV station foundation grade;
• Underslab fill material;
• Foundation backfill material;
• Trench backfill material; and
• Placement and compaction of foundation backfill and trench backfill. 12.0 CLOSURE This geotechnical engineering assessment report has been prepared by Levelton Consultants Ltd. exclusively for Dayton & Knight Ltd. and their appointed agents. The preliminary opinions and recommendations provided in this report reflect our judgement in light of the information available to us at the time that it was prepared.
Geotechnical Engineering Assessment Proposed PRV Station and Watermain Upgrade 1st Street, New Westminster, BC 10-Nov-2010 FV10-1904-00 Page 8 Any use of this report by third parties, or any reliance on or decisions made based on it, are the responsibility of such third parties. Levelton does not accept responsibility for damages suffered, if any, by a third party as a result of their use of this report. The soil logs attached to this report provided description of the soil and groundwater conditions encountered at discrete borehole locations. Actual soil conditions in areas remote from the boreholes may vary at the project site. Contractors should make their own interpretation of the soil logs and the site conditions for the purposes of bidding and performing work at the site. The attached Terms of Reference form an integral part of this report. We trust that this information meets your immediate requirements. If you have any questions please contact the undersigned. LEVELTON CONSULTANTS LTD. ORIGINAL SIGNED BY: ORIGINAL SIGNED BY: Per: Calum Buchan, P. Eng. Per: Graeme McAllister, EIT Senior Geotechnical Engineer Staff Geotechnical Engineer Reviewed By: Per: Michael Gutwein, P. Eng. Senior Geotechnical Engineer Attachments: Terms of Reference Figure 1
Soil Logs
Version 4 - March 5, 2007 Page 1 of 2
TERMS OF REFERENCE FOR GEOTECHNICAL REPORTS ISSUED BY LEVELTON CONSULTANTS LTD. 1. STANDARD OF CARE Levelton Consultants Ltd. (“Levelton”) prepared and issued this geotechnical report (the “Report”) for its client (the “Client”) in accordance with generally-accepted engineering consulting practices for the geotechnical discipline. No other warranty, expressed or implied, is made. Unless specifically stated in the Report, the Report does not address environmental issues. The terms of reference for geotechnical reports issued by Levelton (the “Terms of Reference”) contained in the present document provide additional information and caution related to standard of care and the use of the Report. The Client should read and familiarize itself with these Terms of Reference.
2. COMPLETENESS OF THE REPORT All documents, records, drawings, correspondence, data, files and deliverables, whether hard copy, electronic or otherwise, generated as part of the services for the Client are inherent components of the Report and, collectively, form the instruments of professional services (the “Instruments of Professional Services”). The Report is of a summary nature and is not intended to stand alone without reference to the instructions given to Levelton by the Client, the communications between Levelton and the Client, and to any other reports, writings, proposals or documents prepared by Levelton for the Client relative to the specific site described in the Report, all of which constitute the Report. TO PROPERLY UNDERSTAND THE INFORMATION, OBSERVATIONS, FINDINGS, SUGGESTIONS, RECOMMENDATIONS AND OPINIONS CONTAINED IN THE REPORT, REFERENCE MUST BE MADE TO THE WHOLE OF THE REPORT. LEVELTON CANNOT BE RESPONSIBLE FOR USE BY ANY PARTY OF PORTIONS OF THE REPORT WITHOUT REFERENCE TO THE WHOLE REPORT AND ITS VARIOUS COMPONENTS. 3. BASIS OF THE REPORT Levelton prepared the Report for the Client for the specific site, development, building, design or building assessment objectives and purpose that the Client described to Levelton. The applicability and reliability of any of the information, observations, findings, suggestions, recommendations and opinions contained in the Report are only valid to the extent that there was no material alteration to or variation from any of the said descriptions provided by the Client to Levelton unless the Client specifically requested Levelton to review and revise the Report in light of such alteration or variation. 4. USE OF THE REPORT The information, observations, findings, suggestions, recommendations and opinions contained in the Report, or any component forming the Report, are for the sole use and benefit of the Client. NO OTHER PARTY MAY USE OR RELY UPON THE REPORT OR ANY PORTION OR COMPONENT WITHOUT THE WRITTEN CONSENT OF LEVELTON. Levelton will consent to any reasonable request by the Client to approve the use of this Report by other parties designated by the Client as the “Approved Users”. As a condition for the consent of Levelton to approve the use of the Report by an Approved User, the Client must provide a copy of these Terms of Reference to that Approved User and the Client must obtain written confirmation from that Approved User that the Approved User will comply with these Terms of Reference, such written confirmation to be provided separately by each Approved User prior to beginning use of the Report. The Client will provide Levelton with a copy of the written confirmation from an Approved User when it becomes available to the Client, and in any case, within two weeks of the Client receiving such written confirmation. The Report and all its components remain the copyright property of Levelton and Levelton authorises only the Client and the Approved Users to make copies of the Report, but only in such quantities as are reasonably necessary for the use of the Report by the Client and the Approved Users. The Client and the Approved Users may not give, lend, sell or otherwise disseminate or make the Report, or any portion thereof, available to any party without the written permission of Levelton. Any use which a third party makes of the Report, or any portion of the Report, is the sole responsibility of such third parties. Levelton accepts no responsibility for damages suffered by any third party resulting from the use of the Report. The Client and the Approved Users acknowledge and agree to indemnify and hold harmless Levelton, its officers, directors, employees, agents, representatives or sub-consultants, or any or all of them, against any claim of any nature whatsoever brought against Levelton by any third parties, whether in contract or in tort, arising or related to the use of contents of the Report.
Version 4 - March 5, 2007 Page 2 of 2
TERMS OF REFERENCE FOR GEOTECHNICAL REPORTS ISSUED BY LEVELTON CONSULTANTS LTD. (continued) 5. INTERPRETATION OF THE REPORT a. Nature and Exactness of Descriptions: The classification and identification of soils, rocks and
geological units, as well as engineering assessments and estimates have been based on investigations performed in accordance with the standards set out in Paragraph 1 above. The classification and identification of these items are judgmental in nature and even comprehensive sampling and testing programs, implemented with the appropriate equipment by experienced personnel, may fail to locate some conditions. All investigations or assessments utilizing the standards of Paragraph 1 involve an inherent risk that some conditions will not be detected and all documents or records summarizing such investigations will be based on assumptions of what exists between the actual points sampled. Actual conditions may vary significantly between the points investigated and all persons making use of such documents or records should be aware of, and accept, this risk. Some conditions are subject to changes over time and the parties making use of the Report should be aware of this possibility and understand that the Report only presents the conditions at the sampled points at the time of sampling. Where special concerns exist, or when the Client has special considerations or requirements, the Client must disclose them to Levelton so that additional or special investigations may be undertaken, which would not otherwise be within the scope of investigations made by Levelton or the purposes of the Report.
b. Reliance on information: The evaluation and conclusions contained in the Report have been prepared on the basis of conditions in evidence at the time of site investigation and field review and on the basis of information provided to Levelton. Levelton has relied in good faith upon representations, information and instructions provided by the Client and others concerning the site. Accordingly, Levelton cannot accept responsibility for any deficiency, misstatement or inaccuracy contained in the report as a result of misstatements, omissions, misrepresentations or fraudulent acts of persons providing information.
c. Additional Involvement by Levelton: To avoid misunderstandings, Levelton should be retained to assist other professionals to explain relevant engineering findings and to review the geotechnical aspects of the plans, drawings and specifications of other professionals relative to the engineering issues pertaining to the geotechnical consulting services provided by Levelton. To ensure compliance and consistency with the applicable building codes, legislation, regulations, guidelines and generally-accepted practices, Levelton should also be retained to provide field review services during the performance of any related work. Where applicable, it is understood that such field review services must meet or exceed the minimum necessary requirements to ascertain that the work being carried out is in general conformity with the recommendations made by Levelton. Any reduction from the level of services recommended by Levelton will result in Levelton providing qualified opinions regarding adequacy of the work.
6. ALTERNATE REPORT FORMAT When Levelton submits both electronic and hard copy versions of the Instruments of Professional Services, the Client agrees that only the signed and sealed hard copy versions shall be considered final and legally binding upon Levelton. The hard copy versions submitted by Levelton shall be the original documents for record and working purposes, and, in the event of a dispute or discrepancy, the hard copy versions shall govern over the electronic versions; furthermore, the Client agrees and waives all future right of dispute that the original hard copy signed and sealed versions of the Instruments of Professional Services maintained or retained, or both, by Levelton shall be deemed to be the overall originals for the Project. The Client agrees that the electronic file and hard copy versions of Instruments of Professional Services shall not, under any circumstances, no matter who owns or uses them, be altered by any party except Levelton. The Client warrants that the Instruments of Professional Services will be used only and exactly as submitted by Levelton. The Client recognizes and agrees that Levelton prepared and submitted electronic files using specific software or hardware systems, or both. Levelton makes no representation about the compatibility of these files with the current or future software and hardware systems of the Client, the Approved Users or any other party. The Client further agrees that Levelton is under no obligation, unless otherwise expressly specified, to provide the Client, the Approved Users and any other party, or any or all of them, with specific software and hardware systems that are compatible with any electronic submitted by Levelton. The Client further agrees that should the Client, an Approved User or a third party require Levelton to provide specific software or hardware systems, or both, compatible with the electronic files prepared and submitted by Levelton, for any reason whatsoever included but not restricted to an order from a court, then the Client will pay Levelton for all reasonable costs related to the provision of the specific software or hardware systems, or both. The Client further agrees to indemnify and hold harmless Levelton, its officers, directors, employees, agents, representative or sub-consultant, or any or all of them, against any claim or any nature whatsoever brought against Levelton, whether in contract or in tort, arising or related to the provision or use or any specific software or hardware provided by Levelton.
Soil Logs
Bottom of hole at 4.57 meters
Auger Hole Located at: Stn 0+234 m,East Side of RoadApproximate Collar Elevation = 72.8 m
AH10-01
Pocket Pentrometer @ 4.3 m = 1.25 kg/cm2
Pocket Pentrometer @ 4.1 m = 1.75 kg/cm2
Silt (grey); some sand to sandy, fine grained, tracegravel to 20 mm, subangular to subrounded, moist,stiff
Silt (grey); trace sand, fine grained, moist, firm tostiff
Pocket Pentrometer @ 3.5 m = 1.25 kg/cm2
Organic Silty Sand Fill (grey brown); trace gravel to30 mm diameter, subrounded, rootlets, wood debris,saturated, loose to compact
-------------------------------------------------------------------Wood debris @ 2.4 m approximately 300 mm thick
1 LOG PER PAGE FV10-1904-00 SOIL LOGS 29-OCT-2010.GPJ LEVELTON.GDT 11/10/10
Pg 1 of 1
(m)
G
G
G
G
G
Oct/29/10
G
Sandy Silt Fill (brown); medium to fine grained sand,trace gravel to 20 mm diameter, subrounded, trace tosome organics, organic odour, saturated, soft to firm
G
G
Sand and Gravel Base Fill (brown); moist, loose tocompact (75 mm thick)
Asphalt (60 mm thick)
Silty Sand Fill (grey); medium grained sand, poorlygraded, trace gravel to 20 mm diameter, subrounded,lenses of soft brown silt, trace to some organics,organic odour, moist, loose to compact
G
Solid Stem Auger
By: GM
Description
Drill Method:
10 20 30 40 50 60 70 80 90N
Date Drilled: 10/29/2010
C: Condition of Sample
Good
Disturbed
No Recovery
Moisture Content %
Plastic Limit
Liquid Limit
Ground Water Level
Shear strength in kPa (Torvane or
Penetrometer)
Shear strength in kPa (Unconfined)
Shear strength in kPa (field vane)
Remolded strength in kPa
Percent Passing # 200 sieve
Type: Type of Sampler
SPT : 2 in. standard
S : Shelby
FP : Fixed Piston
G : Grab
CORE
N: Number of Blows
WH : Weight of Hammer
WR : Weight of Rod
Standard Penetration Test : ASTM D1586
Hammer Type:
Water
Level
2
4
6
8
10
12
14
16
18
20
(ft)
1
2
3
4
5
6
THIS LOG IS FOR GEOTECHNICAL PURPOSES ONLY
Type
1st StreetNew Westminster, BC
Proposed 1st Street PRV Station and Watermain UpgradeProject No: FV10-1904-00
THIS LOG IS THE SOLE PROPERTY OF LEVELTON
CONSULTANTS LTD AND CANNOT BE USED OR DUPLICATED
IN ANY WAY WITHOUT EXPRESS WRITTEN PERMISSION.
CDepth
MC = 143.6%
Pocket Pentrometer @ 2.1 m = 1.0 kg/cm2
Pocket Pentrometer @ 1.2 m = 1.75 kg/cm2
Sandy Silt (grey); fine grained sand, trace gravel to30 mm, subrounded, clasts of coarse grained sand,oxidation staining, moist, stiff
----------------------------------------------------------------Silty Sand/Sandy Silt layer @ 0.5 m approximately 75mm thick
Sand Fill (orange brown); medium to coarse grainedsand, some silt to silty, some gravel to 30 mmdiameter, subrounded, moist, compact
Silty Sand Base Fill (dark brown); medium grainedsand, trace to some gravel to 20 mm diameter,subrounded to subangular, dry to moist, dense (75mm thick)
1 LOG PER PAGE FV10-1904-00 SOIL LOGS 29-OCT-2010.GPJ LEVELTON.GDT 11/10/10
Pocket Pentrometer @ 2.7 m = 1.5 kg/cm2
AH10-02 Located at: Stn 0+190m,East Side of RoadApproximate Collar Elevation = 73.2 mNo Groundwater Seepage Encountered
Bottom of hole at 3.05 meters
Asphalt (75 mm thick)
AH10-02Pg 1 of 1
(m)
G
G
G
G
GPocket Pentrometer @ 2.4 m = 1.25 kg/cm2
By: GM
Drill Method:
Moisture Content %
Plastic Limit
Liquid Limit
Ground Water Level
Shear strength in kPa (Torvane or
Penetrometer)
Shear strength in kPa (Unconfined)
Shear strength in kPa (field vane)
Remolded strength in kPa
Percent Passing # 200 sieve
N: Number of Blows
WH : Weight of Hammer
WR : Weight of Rod
Standard Penetration Test : ASTM D1586
Hammer Type:
Type: Type of Sampler
SPT : 2 in. standard
S : Shelby
FP : Fixed Piston
G : Grab
CORE
C: Condition of Sample
Good
Disturbed
No Recovery
Solid Stem Auger / DCPT
Date Drilled: 10/29/2010
Pocket Pentrometer @ 1.8 m = 1.75 kg/cm2
Description10 20 30 40 50 60 70 80 90
N
Water
Level
THIS LOG IS THE SOLE PROPERTY OF LEVELTON
CONSULTANTS LTD AND CANNOT BE USED OR DUPLICATED
IN ANY WAY WITHOUT EXPRESS WRITTEN PERMISSION.
2
4
6
8
10
12
14
16
18
(ft)
1
2
3
4
5
THIS LOG IS FOR GEOTECHNICAL PURPOSES ONLY
C
Type
Project No: FV10-1904-00
1st StreetNew Westminster, BC
Proposed 1st Street PRV Station and Watermain Upgrade
Depth
DYNAMIC CONE PENETRATION TEST:
Blow count no. of blows of a 140 lb (64 kg)
hammer dropped 30in. (750mm) to produce
12in (300mm) of a 2in (50mm) diameter cone.
Pg 1 of 1
AH10-03
Bottom of hole at 3.05 meters
(m)
1
2
3
4
G
G
G
1 LOG PER PAGE FV10-1904-00 SOIL LOGS 29-OCT-2010.GPJ LEVELTON.GDT 11/10/10
G
AH10-03 Located at: Stn 0+140 m,East Side of RoadApproximate Collar Elevation = 74.5 mNo Groundwater Seepage Encountered
Asphalt (75 mm thick)Sand Base Fill (grey brown); medium grained sand,trace to some gravel to 10 mm diameter, subrounded,dry to moist, compact to dense (105 mm thick)Silty Sand and Gravel Fill (brown); medium grainedsand, gravel to 20 mm diameter, subrounded toangular, moist, compactSilt Fill (dark brown); some fine grained sand, tracegravel to 15 mm diameter, subrounded to angular,trace to some organics (rootlets, wood debris), moist,soft
Sandy Silt/Silty Sand (grey brown); fine grainedsand, trace gravel to 10 mm diameter, subrounded,oxidation staining, moist, stiff to very stiff
Pocket Pentrometer @ 1.2 m = 1.75 kg/cm2
Pocket Pentrometer @ 1.5 m = 2.5 kg/cm2
Pocket Pentrometer @ 2.1 m = 0.75 kg/cm2
Pocket Pentrometer @ 1.8 m = 3.0 kg/cm2
(ft)
Pocket Pentrometer @ 2.4 m = 1.75 kg/cm2
Pocket Pentrometer @ 2.7 m = 2.0 kg/cm2
G
By: GM
Drill Method:
Moisture Content %
Plastic Limit
Liquid Limit
Ground Water Level
Shear strength in kPa (Torvane or
Penetrometer)
Shear strength in kPa (Unconfined)
Shear strength in kPa (field vane)
Remolded strength in kPa
Percent Passing # 200 sieve
Type: Type of Sampler
SPT : 2 in. standard
S : Shelby
FP : Fixed Piston
G : Grab
CORE
Date Drilled: 10/29/2010
Description10 20 30 40 50 60 70 80 90
N: Number of Blows
WH : Weight of Hammer
WR : Weight of Rod
Standard Penetration Test : ASTM D1586
Hammer Type:
Solid Stem Auger
Silt (grey); some sand to sandy, fine grained sand,trace coarse grained sand, trace gravel to 10 mmdiameter, subrounded, moist, firm to very stiff
Depth
2
4
6
8
10
12
14
THIS LOG IS FOR GEOTECHNICAL PURPOSES ONLY
Water
Level
THIS LOG IS THE SOLE PROPERTY OF LEVELTON
CONSULTANTS LTD AND CANNOT BE USED OR DUPLICATED
IN ANY WAY WITHOUT EXPRESS WRITTEN PERMISSION.
C: Condition of Sample
Good
Disturbed
No Recovery
C N
Type
Project No: FV10-1904-00
1st StreetNew Westminster, BC
Proposed 1st Street PRV Station and Watermain Upgrade
Pg 1 of 11 LOG PER PAGE FV10-1904-00 SOIL LOGS 29-OCT-2010.GPJ LEVELTON.GDT 11/10/10
(m)
1
2
3
4
Asphalt (100 mm thick)
(ft)
2
4
6
8
10
12
14
G
G
G
G
Silty Sand (grey brown); fine to medium grainedsand, poorly graded, trace gravel to 30 mm diameter,subrounded, to subangular, oxidation staining, moist,compact to very dense
Silty Sand and Gravel Fill (brown); medium to coarsegrained sand, gravel to 100 mm diameter, subroundedto subangular, moist, loose to compact (360 mm thick)
THIS LOG IS FOR GEOTECHNICAL PURPOSES ONLY
AH10-04 Located at 0+080 m,West Side of RoadApproximate Collar Elevation = 81.0 mNo Groundwater Seepage Encountered
Bottom of hole at 3.05 meters
N: Number of Blows
WH : Weight of Hammer
WR : Weight of Rod
Standard Penetration Test : ASTM D1586
Hammer Type:
Type: Type of Sampler
SPT : 2 in. standard
S : Shelby
FP : Fixed Piston
G : Grab
CORE
C: Condition of Sample
Good
Disturbed
No Recovery
Date Drilled: 10/29/2010
Solid Stem Auger / DCPT
Moisture Content %
Plastic Limit
Liquid Limit
Ground Water Level
Shear strength in kPa (Torvane or
Penetrometer)
Shear strength in kPa (Unconfined)
Shear strength in kPa (field vane)
Remolded strength in kPa
Percent Passing # 200 sieve
AH10-04
10 20 30 40 50 60 70 80 90Description
THIS LOG IS THE SOLE PROPERTY OF LEVELTON
CONSULTANTS LTD AND CANNOT BE USED OR DUPLICATED
IN ANY WAY WITHOUT EXPRESS WRITTEN PERMISSION.
C
Type
Water
LevelDepth
Drill Method:
By: GM
N
1st StreetNew Westminster, BC
Proposed 1st Street PRV Station and Watermain UpgradeProject No: FV10-1904-00
131 blows per 150 mm
BLOW COUNT = 126
BLOW COUNT = 131
DYNAMIC CONE PENETRATION TEST:
Blow count no. of blows of a 140 lb (64 kg)
hammer dropped 30in. (750mm) to produce
12in (300mm) of a 2in (50mm) diameter cone.
1
2
3
4
TP10-011
LO
G P
ER
PA
GE
F
V1
0-1
90
4-0
0 S
OIL
LO
GS
12
-OC
T-2
01
0.G
PJ
LE
VE
LT
ON
.GD
T
11
/10
/10
(m)
THIS LOG IS FOR GEOTECHNICAL PURPOSES ONLY
2
4
6
8
10
12
14
(ft)
Silt Fill (orange brown); some wood debris consistingof rootlets, sticks and logs to approximately 100 mmdiameter, moist to saturated
Oct/12/10
Asphalt
Sand Asphalt Base Fill (brown); well graded,oxidation staining, drySand and Gravel Fill (brown); some silt, gravel to 40mm diameter, rounded to subrounded, dry
Organic Silt and Wood Debris Fill (brown); wooddebris consists of rootlets, small sticks and logs to100 mm diameter, trace garbage material, moist
Test Pit Located at: Stn 0+236 m, East Side of RoadBottom of test pit at 3.35 meters
Pg 1 of 1
Silty Gravelly Sand Fill (grey); some gravel to 150mm diameter, dry to moist
Moisture Content %
Plastic Limit
Liquid Limit
Ground Water Level
Shear strength in kPa (Torvane or
Penetrometer)
Shear strength in kPa (Unconfined)
Shear strength in kPa (field vane)
Remolded strength in kPa
Percent Passing # 200 sieve
N: Number of Blows
WH : Weight of Hammer
WR : Weight of Rod
Standard Penetration Test : ASTM D1586
Hammer Type:
Type: Type of Sampler
SPT : 2 in. standard
S : Shelby
FP : Fixed Piston
G : Grab
CORE
C: Condition of Sample
Good
Disturbed
No Recovery
Date Drilled: 10/12/2010
Test Pit
10 20 30 40 50 60 70 80 90Description
Drill Method:
THIS LOG IS THE SOLE PROPERTY OF LEVELTON
CONSULTANTS LTD AND CANNOT BE USED OR DUPLICATED
IN ANY WAY WITHOUT EXPRESS WRITTEN PERMISSION.
Depth
C
Wate
rLevel
By: GM
N
Type
Project No: FV10-1904-00
1st StreetNew Westminster
Proposed 1st Street PRV Station and Watermain Upgrade