squamish · unit price contract table of contents table of contents page 1 of 1 2009 itt r2020-020...

100
Issued for Tender – March 19 th 2020 2020 Trenchless Sewer Rehabilitation Program Contract No. ITT R2020-020 Prepared for:

Upload: others

Post on 17-Oct-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Issued for Tender – March 19th 2020

2020 Trenchless Sewer Rehabilitation Program Contract No. ITT R2020-020

Prepared for:

Page 2: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT

TABLE OF CONTENTS

TABLE OF CONTENTS PAGE 1 OF 1

2009

ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020

DISTRICT OF SQUAMISH

CONTRACT No. ITT R2020-020 PROJECT CONTRACT DOCUMENTS

TABLE OF CONTENTS

Document Supplied in Tender Package Invitation to Tender Yes Instructions to Tenderers, Part I Yes Instructions to Tenderers, Part II No – MMCD Standard Document* 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

Yes

Form of Agreement: o Schedule 1 – Schedule of Contract Documents o Schedule 2 – List of Contract Drawings

Yes

General Conditions No – MMCD Standard Document* Supplementary General Conditions:

o Certificate of Insurance – Required Format o Prime Contractor Designation Letter

Yes

Standard Specifications – including updates from MMCD No – MMCD Standard Document* Supplementary Specifications:

o 01 10 00S General Information o 01 33 01S Project Record Documents o 01 52 01S Temporary Structures o 33 01 30.1S CCTV Inspection of Pipelines o 33 01 30.2S Cleaning of Sewers o 33 05 24S Cured in Place Pipe Liners

Yes

Supplementary Specifications Part III – Measurement and Payment

Yes

Standard Detail Drawings – including updates from MMCD No – MMCD Standard Document* Contract Drawings (as listed in Schedule 2 to the Agreement) Yes Attachment 1 – Sanitary Repair Schedule Yes Attachment 2 – Available CCTV Video Inspection Footage Yes Attachment 3 – Available CCTV Inspection Reports Yes

* available in the " Master Municipal Construction Document 2009 (Platinum Edition)- General Conditions, Specifications and Standard Detail Drawings"

Page 3: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Invitation to Tender

Page 4: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT

INVITATION TO TENDERERS

INVITATION TO TENDERERS PAGE 1 OF 1

2009

ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020

Owner: District of Squamish (The District) Contract: 2020 Trenchless Sewer Rehabilitation Program

Reference No. Contract # ITT R2020-020 The Owner invites tenders

for: The rehabilitation of six (6) sanitary sewer lines totaling approximately 480 lin.m. using CIPP lining (including service lateral interface grouting) and trenchless mechanical removal of obstructions in two (2) sanitary mains. The sanitary mains to be rehabilitated range from 150 mm to 250 mm in diameter. The works are located in the District of Squamish’s neighbourhoods of Valleycliffe and Garibaldi Estates.

The Contract Documents are available for viewing

at:

Tender Documents, Tender Drawings, and Reference Material for this project will be distributed electronically in digital format (PDF format) through the BC Bid tendering website at http://www.bcbid.gov.bc.ca/. Tender attachments, drawings, CCTV footage and reports are available via: https://ln2.sync.com/dl/eed88e4a0/qhqp8sr4-3syy3zis-az6bq7t3-dt5x8iu3 For personal hard copies, it is the responsibility of the Contractor to download the PDF and print as needed.

It is the bidder’s responsibility to acknowledge all Addenda.

Each tender must be accompanied by a bid bond in the amount of ten per cent (10%) of the tendered price. The lowest or any tender will not necessarily be accepted.

Key Dates: Pre-Tender Meeting

(Mandatory) April 1st, 2020 1:00 pm local time (site meeting)

Tender Enquiries Deadline: April 8th, 2020 4:00 pm local time Tender Closing Date: April 15th, 2020 2:00 pm local time Tender Closing Address: Jamie McCarthy, EIT, Municipal Engineer

District of Squamish 37955 Second Avenue, PO Box 310 Squamish, BC V8B 0A3

Name of OWNER’S

Representative: Technical enquiries should be directed Jamie McCarthy, EIT, Municipal Engineer of District of Squamish, at 604-389-8027, email [email protected].

Page 5: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Instructions to Tenderers, Part I

Page 6: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS PART I

TABLE OF CONTENTS IT – PART I 1 OF 2

2009

ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020

1.0 Introduction ................................................................... ………………………………………IT - 1

2.0 Tender Documents ........................................................ ………………………………………IT - 2

3.0 Submission of Tenders ..................................................................... ………………………IT - 3

4.0 Additional Instructions to Tenderers…………………… ........................ ……………………IT - 3

Page 7: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS PART I

TABLE OF CONTENTS IT – PART I 2 OF 2

2009

ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020

THIS PAGE INTENTIONALLY LEFT BLANK

Page 8: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS PART I

IT – PART I IT – 1 of 9

2009

ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020

(TO BE READ WITH “INSTRUCTIONS TO TENDERERS - PART II”

CONTAINED IN THE EDITION OF THE PUBLICATION “MASTER MUNICIPAL CONSTRUCTION DOCUMENTS” SPECIFIED IN ARTICLE 2.2 BELOW)

Owner: District of Squamish (The District) Contract: 2020 Trenchless Sewer Rehabilitation Program

Reference No. ITT R2020-020 1.0 Introduction 1.1 These Instructions apply to and govern the preparation of tenders for

this Contract. The Contract is generally for the following work:

• The rehabilitation of six (6) sanitary sewer lines totaling approximately 480 m using CIPP lining (including service lateral interface grouting) and trenchless mechanical removal of obstructions in two (2) sanitary mains. The sanitary mains to be rehabilitated range from 150 mm to 250 mm in diameter. The works are located in the District of Squamish’s neighbourhoods of Valleycliffe and Garibaldi Estates.

The Master Municipal Construction Document 2009 (Platinum Edition) contract will be utilized for these works. All work shall be completed to the requirements of the Master Municipal Construction Document (MMCD) 2009 (Platinum Edition). Items below are supplemental and shall override applicable clauses to the MMCD sections: Division 1 – General Requirements • 01 10 00S General Information • 01 52 01S Temporary Structures Division 33 – Utilities • 33 01 30.1S CCTV Inspection of Pipelines • 33 01 30.2S Cleaning of Sewers • 33 05 24S Cured in Place Pipe Liners

1.2 Direct all inquiries regarding the Contract, to: Jamie McCarthy, EIT, Municipal Engineer

Address: District of Squamish Office: (604) 389-8027 37955 Second Avenue, PO Box 310 Squamish, BC V8B 0A3

Email: [email protected]

Page 9: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS PART I

IT – PART I IT – 2 of 9

2009

ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020

2.0 Tender Documents

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

2.2 A portion of the Contract Documents are included by reference. Copies of these documents have not been included with the tender package. These documents are the Instructions to Tenderers – Part II, General Conditions, Specifications and Standard Detail Drawings. They are those contained in the publication entitled “Master Municipal Construction Documents – General Conditions, Specifications and Standard Detail Drawings”. Refer to Schedule 1 to the Agreement or, if not specified in Schedule 1, then the applicable edition shall be the most recent edition as of the date of the Tender Closing Date. All sections of this publication are by reference included in the Contract Documents. Copies of the Master Municipal Construction Document Platinum Edition (2009) can be obtained at:

Support Services Unlimited #102 – 211 Columbia Street Vancouver, BC V6A 2R5 Tel: (604) 681-0295

2.3 Any additional information made available to tenderers prior to the Tender Closing Time by the Owner or representative of the Owner, such as geotechnical reports or as-built plans, which is not expressly included in Schedule 1 or Schedule 2 to the Agreement, is not included in the Contract Documents. Such additional information is made available only for the assistance of tenderers who must make their own judgment about its reliability, accuracy, completeness and relevance to the Contract, and neither the Owner nor any representative of the Owner gives any guarantee or representation that the additional information is reliable, accurate, complete or relevant.

2.4 Should addenda to the tender documents be required for any reason, it is the District’s intention not to issue addenda during a period three (3) days prior to the Tender Closing date and time.

2.5 All Addenda become part of the Contract Documents.

2.6 Acknowledge all addenda where indicated in the Form of Tender. Failure to acknowledge any Addendum may result in the disqualification of the Tenderer.

Page 10: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS PART I

IT – PART I IT – 3 of 9

2009

ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020

3.0 Submission of Tenders

3.1 Tenders must be submitted in a closed envelope, marked on the outside with the above Contract Title and Reference No., and must be received by the office of:

District of Squamish

on or before:

Tender Closing Time: 2:00 pm local time Tender Closing Date: April 15th, 2020

at

Address: Jamie McCarthy, EIT, Municipal Engineer District of Squamish Office: (604) 389-8027 37955 Second Avenue, PO Box 310 Squamish, BC V8B 0A3

Email: [email protected] 3.2 Late tenders will not be accepted or considered and will be returned

unopened. Facsimile, electronic mail, or other unsealed bids will not be accepted. It is the sole responsibility of the Bidder to ensure that its Bid is received at the above location and by the time stipulated. Bids received after the stipulated time will be rejected and returned to the Bidder unopened. Faxed or Emailed Bids are not acceptable and will be rejected. The Owner reserves the right to accept the Tender which, at the Owner's absolute discretion, is deemed most advantageous to the Owner. Factors which the Owner will consider when assessing the Tenders will include ability and qualification of contractor to perform the work, proposed work-construction methods, tender price, previous experience, and completeness of tender. The relative weight given to each of the above factors will be at the sole discretion of the Owner. The unsuccessful Tenderers will be notified of the name of the successful Tenderer.

3.3 Depending on the available funds to complete the work program, the scope of the work may be decreased due to budget constraints. The Owner reserves the right to reduce or remove projects based on available funds.

4.0 Additional

Instructions to Tenderers

4.1 (delete clause 5.2.2 of the Instructions to Tenderers, Part II)

Page 11: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS PART I

IT – PART I IT – 4 of 9

2009

ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020

4.2 (amend clause 5.3.4 of the Instructions to Tenderers, Part II as follows) The Tenderer shall provide details of at least three (3) recent projects that they (or their sub-contractor listed in Appendix 5 of the Form of Tender as completing the trenchless work) have completed within the last three (3) years, that total at least 2 km of full length pipe rehabilitation, of similar size utilizing Cured in Place Pipe (CIPP) products.

4.3 Add clause 5.5 to Instructions to Tenderers, Part II as follows) The Tenderer shall include the following information with the tender submission: .1 Description of proposed lining product including the name of the

manufacturer of the carrier tube and resin together with relevant references to applicable ASTM procedures for product manufacture and product installation as per Contract Document Supplementary Section.

.2 Independent third-party test data supporting values for long-term modulus of elasticity of proposed CIPP composite material in accordance with ASTM D2290. These tests must include a description of the composite verifying the type of resin, carrier material, and corresponding reference numbers.

4.4 (amend clause 12.1 of the Instructions to Tenderers, Part II as

follows) Change “hand, mail or fax” to “hand” and add “An amendment by email or fax will not be accepted.”

4.5 (amend clause 15.4 of the Instructions to Tenderers, Part II as follows)

Add “The lowest or any tender will not necessarily be accepted. Without limiting the generality of the foregoing, any tender which is incomplete, obscure or irregular may be rejected, any tender having erasures or corrections in the Form of Tender: Appendix 1, Schedule of Quantities & Prices may be rejected, any tender in which unit prices are omitted or in which unit prices are obviously unbalanced may be rejected, any tender accompanied by an insufficient bond may be rejected, any tender that has any deletions, alterations, or changes in the Contract Documents as listed in Schedule 1 and 2 of the Agreement may be rejected. Basis of Contract Award & Acceptance In reviewing tenders and awarding the Contract for this project the Owner may consider not only the tendered prices but the overall value that the tender represents to the Owner based on quality, service and price, and the tenderer’s experience and qualifications

Page 12: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS PART I

IT – PART I IT – 5 of 9

2009

ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020

considered essential by the Owner for the satisfactory completion of this type and size of project, including: a) Bonding capability; b) Financial capability; c) Key office and site personnel to be assigned by the tenderer to

this project; d) Time for completion of the Work; e) The past experience of the Owner and/or other project owners

with respect to the Tenderer’s performance in completing projects in a timely, efficient and satisfactory manner, the tenderer’s methods of doing business and the tenderer’s ability to establish and maintain a good working relationship with a project owner.

The Owner reserves the right to award the Contract based on the above prerequisites and to reject without further consideration, any tender which in its opinion, does not meet the criteria it considers essential for this project. The tenderer, by submitting a tender, agrees that it will not make a claim against the Owner, for whatever reason, relating to the tender, the tender documents, or the competitive tender process. The tenderer, by submitting a tender, waives any claim or recovery for loss of profits or any prospective damages whatsoever if no Contract is entered into with the tenderer. Form of Submission The tenderer must submit their pricing on the Form of Tender provided in this document.

4.6 (add new clause 15.5 of the Instructions to Tenderers, Part II as follows)

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;

Page 13: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS PART I

IT – PART I IT – 6 of 9

2009

ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020

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. In addition to any other provision of this tender document, and without limiting the District’s discretion under any other provision of this tender document, the District may, in its absolute discretion, reject a tender if: i. the Tenderer, or any officer or director of the Tenderer, is or

has been engaged directly or indirectly in a legal action against the District in relation to any matter; or

ii. the Tenderer has current unresolved extra work claims totaling in excess of $100,000.00 beyond 90 days of contract substantial completion for any construction project with the District.

In determining whether or not to reject a tender under this section, the District will consider whether the litigation or unresolved extra work claim is likely to affect the Tenderer‘s ability to work with the District, its employees, consultants and representatives and whether the District’s experience with the Tenderer indicates an unusual risk the District will incur increased staff and legal costs in the administration of the contract if awarded to the Tenderer.

4.7 (add new clause 18 of the Instructions to Tenderers, Part II as follows)

The District of Squamish is subject to the Province of British Columbia Freedom of Information and Protection of Privacy Act. All documents will be received and held in confidence by the District of Squamish and the information will not be disclosed, except to the extent necessary for carrying out the District's purposes or as required by law.

4.8 Tenderers are advised that they remain responsible for accurate and final details of all quantities required to complete the works for lump sum items.

4.9 Prices shall be in Canadian dollars.

4.10 Except as noted below, the Tender Price is to include all applicable duties, taxes, and brokerage fees. The successful Tenderer will be required to provide sufficient detail and documentation as may be required by the Owner for exemption or for rebates on exempt items.

Page 14: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS PART I

IT – PART I IT – 7 of 9

2009

ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020

4.11 Tenderers are advised to carefully review Form of Tender clause 5.1.1 for the requirements and timing of submittals for contract execution.

4.12 The Tenderer acknowledges and agrees that the Owner will not be responsible for any costs, expenses, losses, damages or liabilities incurred by the Tenderer as a result of, or arising out of submitting, a tender for the proposed Contract or due to the Owner's non-acceptance of the tender. Except as expressly and specifically permitted in these instructions to Tenders, no tenderer shall have a claim for compensation of any kind whatsoever as a result of having participated in this tender process and by submitting a tender each tenderer shall be deemed to have agreed that it has no claim.

4.13 Clause 17.1 in the Instructions to Tenderers – Part II Change “Optional Work, as defined in GC1.41”, to “Optional Work, as defined in GC 1.48”.

Page 15: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Instructions to Tenderers, Part II Issued by MMCD

Page 16: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Form of Tender

Page 17: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT

FORM OF TENDER

FORM OF TENDER PAGE 1 OF 10

2009

ITT R2020-020DISTRICT OF SQUAMISH - 2020 SEWER REHABILITATION PROGRAM March 2020 Tenderer’s Initials____________

Owner: District of Squamish Contract: 2020 Trenchless Sewer Rehabilitation Program

Reference No. ITT R2020-020

To Owner: WE, THE UNDERSIGNED:

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

(ADDENDA, IF ANY)

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

1.3 have complied with the Instructions to Tenderers; and ACCORDINGLY, WE HEREBY OFFER

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

2.2 to achieve Substantial Performance of the Work on or before 40 Days from the Notice to Proceed date 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 quantities listed in the Schedule of Quantities and Prices and excludes GST.

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

Page 18: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT

FORM OF TENDER

FORM OF TENDER PAGE 2 OF 10

2009

ITT R2020-020DISTRICT OF SQUAMISH - 2020 SEWER REHABILITATION PROGRAM March 2020 Tenderer’s Initials____________

WE CONFIRM: 4.1 that the following appendices are attached to and form a part of this tender:

4.1.1 the appendices as required by paragraph 5.3 of the Instructions to Tenderers – Part II; and

4.1.2 the Bid Security as required by paragraph 5.2 of the Instructions to Tenderers – Part II.

WE AGREE: 5.1 that this tender will be irrevocable and open for acceptance by the Owner for a period of 60 calendar days from the day following the Tender Closing Date and Time, even if the tender of another tenderer is accepted by the Owner. If within this period, the Owner delivers a written notice (“Notice of Award”) by which the Owner accepts our tender we will:

5.1.1 within 15 Days of receipt of the written Notice of Award deliver to the Owner:

.1 a Performance Bond and a Labour and Material Payment Bond, each in the amount of 50% of the Contract Price, covering the performance of the Work including the Contractor’s obligations during the Maintenance Period, issued by a surety licensed to carry on the business of suretyship in the province of British Columbia, and in a form acceptable to the Owner; the Labour and Material Payment Bond must be a Broad Form Bond, protecting all companies with a direct contract with the Principal or any sub-contractor of the Principal;

.2 a Baseline Construction Schedule, as provided by GC 4.6.1;

.3 a “clearance letter” indicating that the tenderer is in WorkSafeBC compliance;

.4 a copy of the insurance policies as specified in GC 24 indicating that all such coverage is in place;

.5 a copy of a valid District of Squamish Business License;

.6 a copy of the submitted Notice of Project; .7 a signed copy of the Prime Contractor designation

letter; .8 Full length sewer segment CIPP liner design

calculation table showing design criteria, thickness, SDR, and flow calculations sealed by a professional engineer; and,

Page 19: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT

FORM OF TENDER

FORM OF TENDER PAGE 3 OF 10

2009

ITT R2020-020DISTRICT OF SQUAMISH - 2020 SEWER REHABILITATION PROGRAM March 2020 Tenderer’s Initials____________

.9 Traffic management plans provided by a qualified traffic management company and prepared in accordance with the “Traffic Control Manual for Work in Roadways”.

5.1.2 within 2 Days of receipt of written “Notice to Proceed”, or such longer time as may be otherwise specified in the Notice to Proceed, commence the Work; and

5.1.3 sign the Contract Documents as required by GC 2.1.2.

WE AGREE: 6.1 that, if we receive written Notice of Award of this Contract and, contrary to paragraph 5 of this Form of Tender, we:

6.1.1 fail or refuse to deliver the documents as specified by paragraph 5.1.1 of this Form of Tender; or

6.1.2 fail or refuse to commence the Work as required by the Notice to Proceed;

then such failure or refusal will be deemed to be a refusal by us to enter into the Contract and the Owner may, on written notice to us, award the Contract to another party. We further agree that, as full compensation on account of damages suffered by the Owner because of such failure or refusal, the Bid Security shall be forfeited to the Owner, in an amount equal to the lesser of:

6.1.3 the face value of the Bid Security; and

6.1.4 the amount by which our Tender Price is less than the amount for which the Owner contracts with another party to perform the Work.

OUR ADDRESS IS AS FOLLOWS:

Phone:

Fax:

Attention:

This Tender is executed this ____ day of ______________, 2020.

Contractor: (FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL)

Page 20: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT

FORM OF TENDER

FORM OF TENDER PAGE 4 OF 10

2009

ITT R2020-020DISTRICT OF SQUAMISH - 2020 SEWER REHABILITATION PROGRAM March 2020 Tenderer’s Initials____________

(AUTHORIZED SIGNATORY)

(AUTHORIZED SIGNATORY)

Page 21: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Appendix 1

Schedule of Quantities and Prices

Page 22: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT

FORM OF TENDER APPENDIX 1 – SCHEDULE OF QUANTITIES

AND PRICES

FORM OF TENDER PAGE 5 OF 10

2009

ITT R2020-020DISTRICT OF SQUAMISH - 2020 SEWER REHABILITATION PROGRAM March 2020 Tenderer’s Initials____________

District of Squamish 2020 Trenchless Sewer Rehabilitation Program Contract # ITT R2020-020

( TITLE OF CONTRACT )

See paragraph 5.3.1 of the Instructions to Tenderers – Part II.

All prices and Quotations including the Contract Price shall include all Taxes but shall not include GST. GST shall be shown separately. The basis of measurement and payment for items included in the Form of Tender Appendix 1A – Schedule of Quantities and Prices are described in Supplementary Contract Specifications, Part III – Measurement and Payment.

Section Title Amount

01 General Requirements

33 Utilities Tender Price GST (5%) Tender Price plus GST

Page 23: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT

FORM OF TENDER APPENDIX 1 – SCHEDULE OF QUANTITIES

AND PRICES

FORM OF TENDER PAGE 6 OF 10

2009

ITT R2020-020DISTRICT OF SQUAMISH - 2020 SEWER REHABILITATION PROGRAM March 2020 Tenderer’s Initials____________

Division/ Item No. Section Unit

Unit Price

$ Quantity Total

$

01 GENERAL REQUIREMENTS

1.01 Mobilization and Demobilization lump

x 100% 1.02 Bonding and Insurance lump

x 100%

1.03 01 33 01 Project Record Documents Incidental x x x 1.04 01 55 00 Traffic Control, Vehicle Access and Parking Incidental x x x 1.05 01 57 01 Environmental Protection Incidental x x x

Subtotal Division 01 - General Requirements $

33 UTILITIES

33.01 33 01 30.1/30.2

CCTV Pre-Construction Inspections of Sanitary Sewers lin m 611

33.02 33 01 30.1/30.2

CCTV Post-Construction Inspections of Sanitary Sewers lin m 611

33.03 Mechanical Debris Removal (MDR-559 and MDR-2602) hr 12

33.04 Offsite Debris Disposal tonne 0.5

Cured-in-Place Pipe Lining - Sanitary 33.05

33 05 24

Bypass and Flow Control Incidental x x x

33.06 FLL-532 - 67.2m of 150mm dia. - MH533 to MH530 - Garden Pl. - Valleycliffe

lump sum x 1

33.07 FLL-535 - 64.5m of 150mm dia. - MH536 to MH533 - Garden Pl. - Valleycliffe

lump sum x 1

33.08 FLL-403 - 105.1m of 200mm dia. - MH404 to MH527 - Guilford Dr. - Valleycliffe

lump sum x 1

33.09 FLL-2293 - 82.0m of 200mm dia. - MH2294 to MH2295 - Diamond Head Rd. - Garibaldi Estates

lump sum x 1

33.10 FLL-3253 - 58.2m of 250mm dia. - MH3254 to MH3272 - Westway Ave. - Valleycliffe

lump sum x 1

33.11 FLL-2497/2500 – 102.4 of 200mm dia. – MH2501 to MH2615 – Skyline Place Easement - Garibaldi Estates

lump sum x 1

Subtotal Division 33 - Utilities $

Subtotal of all Divisions $

GST @ 5% $

TOTAL $

Page 24: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Appendix 2

Preliminary Construction Schedule

Page 25: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT

FORM OF TENDER APPENDIX 2 – PRELIMINARY CONSTRUCTION SCHEDULE

FORM OF TENDER PAGE 7 OF 10

2009

ITT R2020-020DISTRICT OF SQUAMISH - 2020 SEWER REHABILITATION PROGRAM March 2020 Tenderer’s Initials____________

District of Squamish

2020 Trenchless Sewer Rehabilitation Program Contract # ITT R2020-020

( TITLE OF CONTRACT )

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

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

MILESTONE DATES: Substantial Performance of the Work on or before 40 days from the Notice to Proceed date.

ACTIVITY CONSTRUCTION SCHEDULE (in Weeks)

1 2 3 4 5 6 7 8

Page 26: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Appendix 3

Experience of Superintendent

Page 27: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT

FORM OF TENDER

APPENDIX 3 – EXPERIENCE OF SUPERINTENDENT

FORM OF TENDER PAGE 8 OF 10

2009

ITT R2020-020DISTRICT OF SQUAMISH - 2020 SEWER REHABILITATION PROGRAM March 2020 Tenderer’s Initials____________

District of Squamish 2020 Trenchless Sewer Rehabilitation Program Contract # ITT R2020-020

( TITLE OF CONTRACT )

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

Name: Experience:

Dates: Project Name: Responsibility:

References:

Dates: Project Name: Responsibility:

References:

Dates: Project Name: Responsibility:

References:

Dates: Project Name: Responsibility:

References:

Page 28: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Appendix 4

Comparable Work Experience

Page 29: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT

FORM OF TENDER APPENDIX 4 – COMPARABLE WORK

EXPERIENCE

FORM OF TENDER PAGE 9 OF 10

2009

ITT R2020-020DISTRICT OF SQUAMISH - 2020 SEWER REHABILITATION PROGRAM March 2020 Tenderer’s Initials____________

District of Squamish 2020 Trenchless Sewer Rehabilitation Program Contract # ITT R2020-020

( TITLE OF CONTRACT )

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

PROJECT OWNER / CONTACT NAME

PHONE and FAX WORK

DESCRIPTION VALUE ($)

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Page 30: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Appendix 5

Subcontractors

Page 31: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT

FORM OF TENDER APPENDIX 5 - SUBCONTRACTORS

FORM OF TENDER PAGE 10 OF 10

2009

ITT R2020-020DISTRICT OF SQUAMISH - 2020 SEWER REHABILITATION PROGRAM March 2020 Tenderer’s Initials____________

District of Squamish 2020 Trenchless Sewer Rehabilitation Program Contract # ITT R2020-020

( TITLE OF CONTRACT )

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

TENDER ITEM TRADE SUBCONTRACTOR

NAME PHONE NUMBER

Page 32: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Form of Agreement

Page 33: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT FORM OF AGREEMENT

FORM OF AGREEMENT FA - 1 of 7

2009

ITT R2020-020DISTRICT OF SQUAMISH - 2020 SEWER REHABILITATION PROGRAM March 2020 Tenderer’s Initials____________

BETWEEN OWNER AND CONTRACTOR

This agreement made in duplicate this

______ day of ___________, 2020

Contract: 2020 Trenchless Sewer Rehabilitation Program

( TITLE OF CONTRACT ) Reference No. ITT R2020-020

( OWNER’S CONTRACT REFERENCE NO. )

BETWEEN:

The District of Squamish

( NAME OF OWNER )

(the “Owner”)

AND:

( NAME AND OFFICE ADDRESS OF CONTRACTOR )

(the “Contractor”)

Page 34: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT FORM OF AGREEMENT

FORM OF AGREEMENT FA - 2 of 7

2009

ITT R2020-020DISTRICT OF SQUAMISH - 2020 SEWER REHABILITATION PROGRAM March 2020 Tenderer’s Initials____________

The Owner and the Contractor agree as follows:

Article 1 The Work Start / Completion Dates

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

1.2 The Contractor will commence the Work in accordance with the Notice to Proceed. The Contractor will proceed with the Work diligently, will perform the Work generally in accordance with the construction schedules as required by the Contract Documents and will achieve Substantial Performance of the Work on or before 40 days from the Notice to Proceed date, subject to the provisions of the Contract Documents for adjustments to the Contract Time

1.3 Time shall be of the essence of the Contract.

Article 2 Contract Documents

2.1 The “Contract Documents” consist of the documents listed or referred to in Schedule 1, entitled “Schedule of Contract Documents”, which is attached and forms a part of this Agreement, and includes any and all additional and amending documents issued in accordance with the provisions of the Contract Documents. All of the Contract Documents shall constitute the entire Contract between the Owner and the Contractor.

2.2 The Contract supersedes all prior negotiations, representations, or agreements, whether written or oral, and the Contract may be amended only in strict accordance with the provisions of the Contract Documents.

Article 3 Contract Price

3.1 The price for the Work (“Contract Price”) shall be the sum in Canadian dollars of the following

3.1.1 the product of the actual quantities of the items of Work listed in the Schedule of Quantities and Prices which are incorporated into or made necessary by the Work and the unit prices listed in the Schedule of Quantities and Prices; plus

3.1.2 all lump sums, if any, as listed in the Schedule of Quantities and Prices, for items relating to or incorporated into the Work; plus

3.1.3 any adjustments, including any payments owing on account of Changes and agreed to Extra Work, approved in accordance with the provisions of the Contract Documents.

3.2 The Contract Price shall be the entire compensation owing to the Contractor for the Work and this compensation shall cover and include all profit and all costs of supervision, labour, material, equipment, overhead, financing, and all other costs and expenses whatsoever incurred in performing the Work.

Page 35: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT FORM OF AGREEMENT

FORM OF AGREEMENT FA - 3 of 7

2009

ITT R2020-020DISTRICT OF SQUAMISH - 2020 SEWER REHABILITATION PROGRAM March 2020 Tenderer’s Initials____________

Article 4 Payment 4.1 Subject to applicable legislation and the provisions of the Contract Documents, the Owner shall make payments to the Contractor.

4.2 If the Owner fails to make payments to the Contractor as they become due in accordance with the terms of the Contract Documents then interest calculated at 2% per annum over the prime commercial lending rate of the Royal Bank of Canada on such unpaid amounts shall also become due and payable until payment. Such interest shall be calculated and added to any unpaid amounts monthly.

Article 5 Rights and Remedies

5.1 The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law.

5.2 Except as specifically set out in the Contract Documents, no action or failure to act by the Owner, Contract Administrator or Contractor shall constitute a waiver of any of the parties’ rights or duties afforded under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach under the Contract.

Article 6 Notices 6.1 Communications among the Owner, the Contract Administrator and the Contractor, including all written notices required by the Contract Documents, may be delivered by hand, or by fax, or by pre-paid registered mail to the addresses as set out below:

The Owner:

District of Squamish 37955 Second Avenue PO Box 310 Squamish, BC V8B 0A3 Phone: 604-389-8027 Attention: Jamie McCarthy, EIT, Municipal Engineer

The Contractor:

Fax: Attention:

Page 36: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT FORM OF AGREEMENT

FORM OF AGREEMENT FA - 4 of 7

2009

ITT R2020-020DISTRICT OF SQUAMISH - 2020 SEWER REHABILITATION PROGRAM March 2020 Tenderer’s Initials____________

The Contract Administrator:

Fax:

Attention:

6.2 A communication or notice that is addressed as above shall be considered to have been received

6.2.1 immediately upon delivery, if delivered by hand; or

6.2.2 immediately upon transmission if sent by fax and received in hard copy; or

6.2.3 after 5 Days from date of posting if sent by registered mail.

6.3 The Owner or the Contractor may, at any time, change its address for notice by giving written notice to the other at the address then applicable. Similarly, if the Contract Administrator changes its address for notice then the Owner will give or cause to be given written notice to the Contractor.

6.4 The sender of a notice by fax assumes all risk that the fax is received in hard copy.

Article 7 General 7.1 This Contract shall be construed according to the laws of British Columbia.

7.2 The Contractor shall not, without the express written consent of the Owner, assign this Contract, or any portion of this Contract.

7.3 The headings included in the Contract Documents are for convenience only and do not form part of this Contract and will not be used to interpret, define, or limit the scope or intent of this Contract or any of the provisions of the Contract Documents.

7.4 A word in the Contract Documents in the singular includes the plural and, in each case, vice versa.

7.5 This agreement shall ensure to the benefit of and be binding upon the parties and their successors, executors, administrators, and assigns.

Page 37: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT FORM OF AGREEMENT

FORM OF AGREEMENT FA - 5 of 7

2009

ITT R2020-020DISTRICT OF SQUAMISH - 2020 SEWER REHABILITATION PROGRAM March 2020 Tenderer’s Initials____________

IN WITNESS WHEREOF the parties hereto have executed this Agreement the day and year first written above.

Contractor:

(FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL)

(AUTHORIZED SIGNATORY)

(AUTHORIZED SIGNATORY)

Owner:

(FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL)

(AUTHORIZED SIGNATORY)

(AUTHORIZED SIGNATORY)

Page 38: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Schedule 1

Schedule of Contract Documents

Page 39: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT FORM OF AGREEMENT

FORM OF AGREEMENT FA - 6 of 7

2009

ITT R2020-020DISTRICT OF SQUAMISH - 2020 SEWER REHABILITATION PROGRAM March 2020 Tenderer’s Initials____________

Schedule 1 Schedule of Contract Documents

The following is an exact and complete list of the Contract Documents, as referred to in Article 2.1 of the Agreement. The following list does not denote contract document order or precedence. For Contract document order and precedence in the case of a conflict or inconsistency, refer to GC 2.2.4.

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

MMCD Supplementary Updates as provided on website as of tender closing date: www.mmcd.net:

• 2016-11-18 • 2015-11-02 • 2014-09-19 • 2014-07-15 • 2014-02-28 • 2013-06-13 • 2012-08-07 • 2012-06-08

• 2012-05-30 • 2011-08-08 • 2011-08-04 • PVC C900 Pipe Specification Clarification • 2010-05-18 • 2010-03-25 • 2009-11-19

8.1 Agreement, including all Schedules;

8.2 Addenda;

8.3 Supplementary General Conditions;

8.4 General Conditions*;

8.5 Supplementary Specifications;

8.6 Specifications*;

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

8.8 Supplementary Standard Detail Drawings, if any;

8.9 Standard Detail Drawings*;

8.10 Executed Form of Tender, including all Appendices;

8.11 Instructions to Tenderers - Part I;

8.12 Instructions to Tenderers - Part II*; and

8.13 All other Contract Documents;

8.14 Attachment 1 – Sanitary Repair Schedule

8.15 Attachment 2 – Available CCTV Video Inspection Footage

8.16 Attachment 3 – Available CCTV Inspection Reports

Page 40: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Schedule 2

List of Contract Drawings

Page 41: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE CONTRACT FORM OF AGREEMENT

FORM OF AGREEMENT FA - 7 of 7

2009

ITT R2020-020DISTRICT OF SQUAMISH - 2020 SEWER REHABILITATION PROGRAM March 2020 Tenderer’s Initials____________

Schedule 2 – List of Contract Drawings (COMPLETE LISTING OF ALL DRAWINGS, PLANS AND SKETCHES WHICH ARE TO FORM A PART OF THE CONTRACT, OTHER THAN STANDARD DETAIL DRAWINGS AND SUPPLEMENTARY STANDARD DETAIL DRAWINGS).

TITLE DWG NO.

REV NO.

REVISION DATE

District of Squamish – 2020 Trenchless Sewer Rehabilitation Program

Overview Key Location Plan and Drawing List G-001 A 2020-01-23

Garibaldi Estates Full Length Liners Skyline Place C-001 A 2020-01-23

Garibaldi Estates Full Length Liners Diamond Head Road C-002 A 2020-01-23

Valleycliffe Full Length Liners Garden Place, Guilford

Drive and Westway Avenue

C-003 A 2020-01-23

Garibaldi Estates and Valleycliffe Mechanical Debris Removal

Skyline Drive and Westway Avenue C-004 A 2020-01-23

Page 42: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Supplementary General Conditions

Page 43: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Supplementary General Conditions

These Supplementary General Conditions must be read in conjunction with the Master Municipal Specifications contained in the Master Municipal Construction Documents, Volume II, Platinum Edition 2009.

Page 44: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY SGC GENERAL MMCD VOLUME II (2009 PLATINUM EDITION) PAGE 1 OF 1 CONDITIONS PART I – ISSUED BY MMCD 2009

Supplemental Updates are MMCD issued updates. Contained within each MMCD issued Supplemental Update are a number of specific sections of the contract affected by changes. The specific sections providing change include the following: 1. Supplementary General Conditions - Part I 2. Supplementary Specifications - Part I 3. Supplementary Standard Details Drawings - Part I 4. Supplementary Form - Form 15 – Statutory Declaration 2013-03 A complete list of all the specific Supplementary General Conditions describing each change are not included in this document; however, the detailed descriptions can be found on the MMCD website under Platinum Edition Documents. These specific sections, complete with each change, are to form part of the contract. Bidders are deemed to have visited the MMCD website and have reviewed and understand the detailed descriptions.

Page 45: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE SUPPLEMENTARY GENERAL CONDITIONS SGC – PAGE 1 CONTRACT MMCD VOLUME II (2009 PLATINUM EDITION) 2009

Owner: The District of Squamish

(NAME OF OWNER)

Contract: 2020 Trenchless Sewer Rehabilitation Program (TITLE OF CONTRACT)

Reference No. ITT R2020-020 (OWNER’S CONTRACT REFERENCE NO.)

TABLE OF CONTENTS

1 DEFINITIONS

2 DOCUMENTS

2.2 Interpretation 3 CONTRACT ADMINISTRATOR

3.2 Authority 4 CONTRACTOR

4.1 Control of Work 4.3 Protection of Work, Property, and the Public 4.5 Errors, Inconsistencies or Omissions in the Contract Documents 4.6 Construction Schedule 4.12 Tests and Inspections 4.17 Survey Layout and As-Constructed Information 7 CHANGES

7.4 Optional Work 9 VALUATION OF CHANGES AND EXTRA WORK

9.2 Valuation Method 11 CONCEALED OR UNKNOWN CONDITIONS

11.1 Definition 18 PAYMENT

18.5 Supporting Documentation 18.9 Waiver of Claims 20 LAWS, NOTICES, PERMITS AND FEES

20.4 Environmental Laws 24 INSURANCE

24.1 Required Insurance 25 MAINTENANCE PERIOD

25.1 Correction of Defects 25.2 Commencement of Maintenance Period

Page 46: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE SUPPLEMENTARY GENERAL CONDITIONS SGC – PAGE 2 CONTRACT MMCD VOLUME II (2009 PLATINUM EDITION) 2009

(TO BE READ WITH THE “GENERAL CONDITONS” CONTAINED IN THE PLATINUM EDITION OF THE PUBLICATION “MASTER MUNICIPAL CONSTRUCTION DOCUMENTS” SPECIFIED IN “INSTRUCTIONS TO TENDERERS”)

DEFINITIONS 1 1.79 “(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 Platinum Edition, Volume II.

1.80 “(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 Platinum Edition, Volume II.

1.81 “(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 Platinum Edition, Volume II in its entirety.

DOCUMENTS 2 Interpretation 2.2 2.2.4 (amend clause 2.2.4 as follows)

If there is any inconsistency or conflict between the provisions of the Contract Documents, then: 1. The Contract Documents shall govern and take precedence in the

following order with the Agreement taking precedence over all other Contract Documents: i. Agreement ii. Addenda iii. Supplementary General Conditions iv. General Conditions v. Supplementary Specifications vi. Specifications vii. Attachment 2 – Available CCTV Video Inspection viii. Attachment 3 – Available CCTV Inspection Reports ix. Drawings listed in Schedule 2 of the Agreement x. Supplementary Detail Drawings xi. Standard Detail Drawings xii. Executed Form of Tender xiii. Instruction to Tenderers xiv. All other Contract Documents

2. Drawings at a larger scale shall govern over Drawings at a smaller scale (for clarification, a “larger scale” Drawing means a representation that is closer to actual size than a “smaller scale” drawing);

3. Figured dimensions on a drawing shall govern over scaled measurements on the same drawing; and

4. Documents of later date shall always govern a similar type of document of an earlier date.

CONTRACT ADMINISTRATOR

3

Page 47: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE SUPPLEMENTARY GENERAL CONDITIONS SGC – PAGE 3 CONTRACT MMCD VOLUME II (2009 PLATINUM EDITION) 2009

Authority 3.2 3.2.2 (amend clause 3.2.2 as follows) Nothing contained in the Contract Documents shall create any contractual relationship or other relationship recognized by law between the Contract Administrator and the Contractor, subcontractors, suppliers, or their agents, employees or other persons performing any of the Work.

CONTRACTOR 4 Control of Work 4.1 4.1.3 (add clause 4.1.3 as follows)

The Contractor shall take precautions to reduce nuisance caused from mud or dust by clean-up, sweeping, sprinkling with water or other means as necessary to accomplish results satisfactory to the Contract Administrator. If the Contractor fails to maintain the site tidy or refuses to remove waste and debris as directed by the Contract Administrator, the Owner, at its own discretion, may proceed to clean the site, remove waste and debris from site, and deduct from any payment due the Contractor the cost of such cleaning or removing materials.

Protection of Work, Property and the Public

4.3 4.3.1 (delete the following from the last sentence of 4.3.1 as follows) … except for damage, which, in the Performance of the Work, the Contractor could not reasonably avoid.

4.3.6 (delete 4.3.6 entirely)

4.3.7 (add new clause 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, survey pins, monuments, or markers that are damaged or disturbed shall be made good following construction by a registered B.C. Land Surveyor. Such repairs shall become part of the Work and shall be at the Contractor's expense.

4.3.8 (add new clause 4.3.8 as follows) Contractor to submit a Traffic Management Plan (TMP) provided by a qualified traffic management company and prepared in accordance with the “Traffic Control Manual for Work in Roadways”. Road closures will not be allowed without prior approval from the District. The cost of the TMP will be incidental to payment of work described in other sections. The Contractor shall ensure that single lane traffic movement is available in each direction at all times and shall minimize impact to on-street parking and pedestrian access to commercial and residential properties during working hours. The Contractor shall carry out the work such that access to commercial and residential properties is maintained at all times. The Contractor shall provide a minimum one-week advance written notice to all property owners prior to construction and shall also provide a minimum two (2) working days notice to individual property owners prior to commencing work affecting individual property access. The Contractor shall give due notice to local police and fire department prior to beginning construction and shall comply in all respects with their requirements.

Page 48: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE SUPPLEMENTARY GENERAL CONDITIONS SGC – PAGE 4 CONTRACT MMCD VOLUME II (2009 PLATINUM EDITION) 2009

The Contractor shall comply with the requirements of the appropriate authority concerned with closure of streets or highways and shall post proper notices and/or signals, and provide necessary barriers, guards, lights, flagmen or watchmen as may be necessary for proper maintenance of traffic and protection of persons and property from injury or damage. All costs involved in respect of the above requirements will be deemed to be included in the Contract Price. Where existing streets or roads are not available as detours, all traffic shall be permitted to pass through the Work with as little inconvenience and delay as possible unless otherwise provided or authorized. If half the street only is under improvement, the other half shall be conditioned and maintained as detour. Where construction is to be carried out on highways or properties other than those of the Owner it shall be the responsibility of the Contractor to familiarize himself with the requirements of the owners or controllers of these properties which pertain to traffic safety or control of the construction operation and to carry out his work in accordance with these requirements.

Errors, Inconsistencies or Omissions in the Contract Documents

4.5 4.5.1 (amend clause 4.5.1. as follows) i. by deleting “or omission” wherever it appears and substituting “omission

or any incorrect, inaccurate or misrepresented fact”, and ii. by deleting “or omissions” wherever it appears and substituting

“omissions or incorrect, inaccurate or misrepresented facts”.

4.5.4 (add new clause 4.5.4 as follows) If Additional Instructions are required to address any error, inconsistency, omission or incorrect, inaccurate or misrepresented facts, the Contractor’s inefficiencies or mismanagement, if any, shall not be taken into account when determining any impact of those Additional Instructions on the Contract Price or the Contract Time.

Construction Schedule 4.6 4.6.2 (amend clause 4.6.2 as follows) The Contractor shall update the Baseline Construction Schedule monthly or within a shorter time period specified in the Contract Documents to produce an Adjusted Baseline Schedule (the “Adjusted Baseline Schedule”) that reflects any adjustments to the Milestone Dates or the Contract Time as provided by the Contract Documents, including with limitation if the Contract Administrator issues a Change Order or other Contract Document(s) which adjusts any Milestone Date(s). Each Adjusted Baseline Schedule will replace the previous Baseline Construction Schedule.

4.6.8 (add new clause 4.6.8 as follows) The Contractor may carry out the Work between 0800 h and 2000 h inclusive, Monday to Friday. The Contractor shall schedule their Work within these hours and will not be permitted to commence Work earlier than 0800 h and/or work later than 2000 h, except as authorized by the Contract Administrator.

4.6.9 (add new clause 4.6.9 as follows) The Contractor shall not schedule work that will require inspection beyond an eight-hour day without the Contract Administrator’s prior approval. Any

Page 49: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE SUPPLEMENTARY GENERAL CONDITIONS SGC – PAGE 5 CONTRACT MMCD VOLUME II (2009 PLATINUM EDITION) 2009

extra cost incurred by the Owner for work done outside of normal office hours may be deducted from the Contractor’s monthly payments.

4.6.10 (add new clause 4.6.10 as follows) On the infrequent occasion that the Contractor finds it necessary to work on Saturday, Sunday or Statutory Holiday, the Contractor shall obtain the Contract Administrator’s approval forty-eight (48) hours in advance. Work on Sundays or Statutory Holidays will also require the District’s approval, with a minimum two weeks’ notice. The Contractor shall also be charged a working day and may be charged the overtime inspection costs incurred by the Owner. Such costs shall be deducted from monthly progress payments.

Tests and Inspections 4.12 4.12.5 (amend clause 4.12.5 as follows) (1) and (2) are amended by deleted “timely notice” and substituting “not less than two days”.

Survey Layout and As-Constructed Information

4.17 4.17.1 (add new clause 4.17.1 as follows) The Contractor is responsible for all survey required for construction layout and for record drawings associated with this contract. The Contractor shall be responsible for recording of all field survey information pertaining to the as-constructed drawings. The Contractor shall provide, at no charge, a completed set of legible, marked-up as-constructed prints to the Contract Administrator on completion of the Work. The Contractor shall provide any additional information as requested to enable the Contract Administrator to prepare and submit as-constructed record drawings to the Owner for their records.

CHANGES 7 Optional Work 7.4 7.4.2 (add new clause 7.4.2 as follows)

All items included in the Schedule of Quantities and Prices which shall be stated to be Optional Work shall be used only as directed and at the sole discretion of the Contract Administrator.

7.4.3 (add new clause 7.4.3 as follows) All or any unused portion of these sums shall revert to the District and shall be deducted from the Contract Price before final payment is made. No claim for lost profit shall be made by the Contractor for the deletion of any or all of these optional items.

VALUATION OF CHANGES AND EXTRA WORK

9

Valuation Method 9.2 9.2.4 (amend clause 9.2.4 as follows) By deleting “unless at the time of the agreement the Contractor expressly reserved in writing the right to claim for additional payment or Contract Time adjustments.”

CONCEALED OR UNKNOWN CONDITIONS

11

Definition 11.1 11.1.1 (amend clause 11.1.1 as follows) (3) is deleted and the following substituted:

Page 50: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE SUPPLEMENTARY GENERAL CONDITIONS SGC – PAGE 6 CONTRACT MMCD VOLUME II (2009 PLATINUM EDITION) 2009

i. the conditions of the Place of the Work that would have been evident to or reasonably foreseeable by a Contractor who was qualified to undertake the Work, and

ii. any information in the Tender Documents or otherwise made available by the Owner with respect to any conditions of the Place of the Work that would not have been evident to or reasonably foreseeable by a contractor who was qualified to undertake the Work”.

11.1.2 (add new clause 11.1.2 as follows)

The Contractor bears the risk and liability for utilities and subsurface soil conditions. The Contractor acknowledges that it has not relied on accuracy of any information provided by the Owner in evaluating these risks. The Contractor acknowledges that it has full responsibility for locating utilities and has conducted its own investigation and has made allowance in the Contract Price for these risks.

PAYMENT 18 Supporting Documentation

18.5 18.5.1 (amend clause 18.5.1 as follows) The net amount shown for payment on a Payment Certificate shall be due and payable to the Contractor on or before the 30th Day after the date of the Contractor’s invoice.

Waiver of Claims 18.9 18.9.1 (amend clause 18.9.1 as follows) The Contractor’s application for the Certificate of Substantial Performance shall constitute a waiver and release by the Contractor of any and all claims arising out of or relating to the Contract to the date of Substantial Performance. This waiver of claims shall include without limitation those claims that might arise from: (1) the negligence or breach of contract by the Owner, its employees, agents, or officials, or = (2) the negligence or wrongful acts of the Owner’s consultants or the Contract Administrator but does not include claims made by the Contractor in writing prior to such application in accordance with the provisions of the Contract.

18.9.2 (amend clause 18.9.2 as follows) The Contractor’s application for the Certificate of Total Performance shall constitute a waiver and release by the Contractor of any and all claims arising out of or relating to the Contract that have arisen between the date of Substantial Performance and the date of Total Performance. This waiver of claims shall include without limitation those claims that might arise from: (1) the negligence or breach of Contract by the Owner, its employees, agents, or officials, or (2) the negligence or wrongful acts of the Owner’s consultants or Contract Administrator but does not include claims made by the Contractor in writing prior to such application in accordance with the provisions of the Contract Documents and delivered to the Contract Administrator and still unsettled.

LAWS, NOTICES, PERMITS AND FEES

20

Environmental Laws 20.4 20.4.2 (add new clause 20.4.2 as follows)

Page 51: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE SUPPLEMENTARY GENERAL CONDITIONS SGC – PAGE 7 CONTRACT MMCD VOLUME II (2009 PLATINUM EDITION) 2009

The Contractor shall indemnify the Owner for any costs, fines, expenses, and penalties that the owner is required to pay on account of the Contractor performing the Work in breach of any applicable Federal or Provincial or Municipal environmental laws, regulations, or orders.

INSURANCE 24 Required Insurance 24.1 24.1 (amend clause 24.1 as follows)

In addition to the MMCD insurance requirements, the Contractor shall also comply with the following requirements, which will take precedence. 24.1.1 The Contractor shall insure and keep insured while this Contract is in force, with such companies and on such forms as are acceptable to the Owner, at the Contractor’s expense. Commercial General Liability Insurance covering premises and operations liability; Contractor’s Contingency Liability with respect to the operations of Subcontractor’s Completed Operations Liability, Contractual Liability and Non-Owned Automobile Liability Insurance. 24.1.1(1) (replace 24.1.1(1) with the following) The limits of liability for Personal Injury and Property Damage combined shall be for not less than $5,000,000 each occurrence. 24.1.1(2) (add to 24.1.1(2) as follows) The following shall be named as additional insured on the Contract:

District of Squamish ………………………………………………….

(Full name of Contract Administrator) ………………………………………………….

(Full name of Contract Administrator sub consultant) ………………………………………………….

(Full name of Contract Administrator sub consultant)

…………………………………………………. (Full name of Contract Administrator sub consultant)

All subcontractors A Cross Liability Clause shall be made part of the Commercial General Liability Insurance. All policies shall provide that they cannot be cancelled, lapsed, or materially changed without at least thirty (30) days’ notice to the District by Registered Mail. Prior to the commencement of any work hereunder, the Contractor shall file with the District a certificate of insurance for each policy required. All such insurance shall be maintained until final completion of the work, including the making good of faulty work or materials, except that coverage for completed operations liability shall in any event be maintained for twelve (12) months from date of final acceptance.

Page 52: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

UNIT PRICE SUPPLEMENTARY GENERAL CONDITIONS SGC – PAGE 8 CONTRACT MMCD VOLUME II (2009 PLATINUM EDITION) 2009

24.1.7 (add new clause 24.1.7 as follows) Should the Contractor neglect to obtain and/or maintain insurance as aforesaid, or deliver such policy or policies to the Owner, then the Owner shall obtain and/or maintain such insurance and the Contractor hereby appoints the Owner its true and lawful attorney to do all things necessary for this purpose. All monies expended by the Owner for Insurance premiums under the provisions of this clause shall be charged to the Contractor.

MAINTENANCE PERIOD

25

Correction of Defects 25.1 25.1.4 (add new clause 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 General Condition 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.

25.1.3 (delete clause 25.1.3 and replace as follows) The Owner shall provide the Contractor with access, at all reasonable times, to the location of any defect or deficiency described in this General Condition to enable the Contractor to correct the defect or deficiency but the Contractor shall be responsible for: (1) exposure of the defect or deficiency in order to correct or repair the defect, deficiency, (2) the restoration of the Work or other property that is disturbed or damaged in the course of: i. exposing the defect or deficiency, or ii. correcting or repairing the defect or deficiency, and (3) all risks associated with any activity described in paragraphs (1) and (2).

Commencement of Maintenance Period

25.2 25.2.2 (amend clause 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 its Subcontract prior to Substantial Performance of the Contract.

Page 53: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Certificate of Insurance

Page 54: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

CERTIFICATE OF INSURANCE (REQUIRED FORMAT)

Page 55: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Prime Contractor Designation Letter

Page 56: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Prime Contractor Designation Letter File No.: Date: Name and Address of company Subject: Prime Contractor Designation Project Name: Contract Number: With respect to workplace safety, (insert company name) is the prime contractor for the worksite and as such takes on the responsibility of coordinating workplace safety as detailed in Section 118 of the Workers Compensation Act. If the workplace is a multiple-employer construction workplace with a combined workforce of more than 5 workers, the prime contractor must appoint a qualified Workplace Safety Coordinator. Prime Contractors Workplace Safety Coordinator: _________________________________________ Contract Administrator – District of Squamish Contact (Print Name) Prime Contractor Representative (Print Name) Contract Administrator – District of Squamish Contact (Signature) Prime Contractor Representative (Signature) Date Date

Page 57: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Supplementary Specifications

Page 58: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Supplementary Specifications

These Supplementary Specifications must be read in conjunction with the Master Municipal Specifications contained in the Master Municipal Construction Documents, Volume II, Platinum Edition 2009.

Page 59: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY SS CONTRACT MMCD VOLUME II (2009 PLATINUM EDITION) PAGE 1 OF 1 SPECIFICATIONS PART I – ISSUED BY MMCD 2009

Supplemental Updates are MMCD issued updates. Contained within each MMCD issued Supplemental Update are a number of specific sections of the contract affected by changes. The specific sections providing change include the following: 1. Supplementary General Conditions - Part I 2. Supplementary Specifications - Part I 3. Supplementary Standard Details Drawings - Part I 4. Supplementary Form - Form 15 – Statutory Declaration 2013-03

A complete list of all the specific Supplementary Specifications describing each change are not included in this document; however, the detailed descriptions can be found on the MMCD website under Platinum Edition Documents. These specific sections, complete with each change, are to form part of the contract. Bidders are deemed to have visited the MMCD website and have reviewed and understand the detailed descriptions

Page 60: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY SS CONTRACT INDEX PAGE 1 OF 1 SPECIFICATIONS PART II – PROJECT SPECIFIC

SUPPLEMENTARY SPECIFICATIONS INDEX DIVISION 01 – GENERAL REQUIREMENTS 01 10 00S General Information 01 52 01S Temporary Structures DIVISION 33 – UTILITIES 33 01 30.1S CCTV Inspection of Pipelines 33 01 30.2S Cleaning of Sewers 33 05 24S Cured in Place Pipe Liners

Page 61: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY GENERAL SECTION 01 10 00S CONTRACT INFORMATION PAGE 1 OF 2 SPECIFICATIONS

1.0 Master Municipal Construction Documents

.1S The Supplementary Specifications contained herein must be read in conjunction with the Master Municipal Specifications contained in the Master Municipal Construction Documents, Volume II (Platinum Edition 2009) as identified in the Instructions to Tender article 2.2.

2.0 Format and Numbering

System .1S The Supplementary Contract 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 Summary of Work .1S Improvement to the infrastructure located in the District

of Squamish’s neighbourhoods of Valleycliffe and Garibaldi Estates. The works may include the following items, but are not limited to:

• Six (6) sanitary sewer lines totaling approximately 500 lin.m. using CIPP lining; and,

• Trenchless mechanical removal of obstructions in two (2) sanitary mains.

4.0 Hours of Work .1S Hours of work for this project will generally be limited to

the following hours: Weekdays: 08:00 – 20:00 Saturdays: 08:00 – 17:00 Access to residential buildings must be maintained at all times. Access/egress by main thoroughfares is expected to be maintained at all times with minimal delays. If disruption is unavoidable, request to the Contract Administrator must be provided with a minimum 48-hour notice prior to disruption. Hours of work will also be governed by the conditions of the approved Municipal Highway Permit and any other applicable bylaws in the District of Squamish. The Contractor may apply for exemptions to noise bylaws; however the owner does not guarantee that such exemptions will be permitted. The Contractor shall not schedule work that will require inspection beyond the Owner’s normal office hours without the Contract Administrator’s prior approval.

5.0 Construction Schedule .1S Subject to requirements set out in GC 4.6, the Contractor

shall update the construction schedule to provide an Adjusted Baseline Schedule a bi-weekly basis.

6.0 Safety - Work Near

Overhead and .1S All works shall be in strict compliance with WorkSafe BC

Industrial and Safety Regulations Section 24 when working near or under any overhead power lines.

Page 62: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY GENERAL SECTION 01 10 00S CONTRACT INFORMATION PAGE 2 OF 2 SPECIFICATIONS

Underground Power Lines or Other Utilities

The Contractor must be fully aware of the danger to workers and shall take all necessary safety precautions when working near to existing utilities, such as high-pressure gas, water line and BC Hydro lines.

7.0 Environmental

Protection and Construction Mitigation Plan

.1S The Contractor is advised that they are responsible for all necessary measures required to prevent the transportation of any silt or other deleterious material from the site into any watercourses or their tributaries. All requirements of the Ministry of Environment, Lands and Parks, Fish and Wildlife Branch and Fisheries & Oceans Canada, with respect to air, earth, and water pollution, must be strictly adhered to.

8.0 Disposal Site .1S The Contractor is responsible for the provision of all off-

site disposal sites for materials that are to be removed from the construction sites in this Contract. The Contractor is responsible for all fees, permits and costs associated with the off-site disposal of materials.

9.0 Permits from Outside

Agencies .1S The Contractor is responsible to obtain and pay for all

permits required from outside agencies. The Contractor shall adhere to all conditions set out by the permits and approvals, such as temporary bus stop relocation during construction if applicable. The Contractor shall contact BC One Call and individual utilities, as applicable, prior to construction and is responsible for pre-locating and confirming the locations of underground utilities prior to construction.

10.0 Notice to Residents .1S In advance of the work, the Owner will deliver project

information notices to all properties in the immediate vicinity and will provide advertising and notice of the work. Contractor to notify in writing residents directly affected by the work 72 hours in advance of commencement of construction. Notices to be hand delivered and must be approved by the Owner in advance of distribution. Cost of notifying residents of ensuing construction and delivery of letters is incidental to the Contract and no additional payment will be made to the Contractor.

END OF SECTION

Page 63: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY TEMPORARY SECTION 01 52 01S CONTRACT STRUCTURES PAGE 1 OF 1 SPECIFICATIONS

1.3 Site offices .1S (amend clause 1.3.1 as follows) A Contract Administrator’s temporary office will not be required for this project.

END OF SECTION

Page 64: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY CCTV INSPECTION OF PIPELINES SECTION 33 01 30.1S CONTRACT PAGE 1 OF 9 SPECIFICATIONS

1.0 General (Delete 1.0.1 and replace with the following) .1S The work under this specification shall include the

furnishing of labour, equipment and materials necessary closed-circuit television (CCTV) of sanitary sewer as shown on the accompanying plans, and the submission of an inspection report, video files, and pipe condition evaluation.

.2S All flushing or cleaning work required to remove debris in

the sewer shall be completed by the Contractor as outlined in Section 33 01 30.2, Cleaning of Sewers.

1.2 References (Delete 1.2.1 and 1.2.2 and replace with the following) .1S Reference standards, specifications, and publications.

.1 NASSCO PACP – National Association of Sewer Service Companies – Pipeline Assessment Certification Program Version 7.0.2 - September 2016.

.2S Nomenclature:

.1 NASSCO PACP – National Association of Sewer Service Companies – Pipeline Assessment Certification Program.

.2 CCTV – closed circuit television.

.3 JPEG – Joint Photographic Exports Group. 1.3 Submission of

Certification (Delete 1.3.1 and replace with the following)

.1S The work shall be completed only by CCTV operators holding certification as being trained for video inspection work and in the correct use of PACP coding by NASSCO. A copy of the CCTV operator’s current NASSCO certification certificate shall be submitted to the Owner at least one week prior to the start of the CCTV Inspection operations.

1.4 Work Regulations (Add clause 1.4.3 and 1.4.4 as follows) .3S The Contractor shall obtain all licences, permits and

insurance required to operate any required equipment under the laws of the Province of British Columbia and in compliance with all the bylaws of the Owner. .1 Business License .2 Highway Use Permit .3 Contractor Compliance Form .4 Hazard Assessment Form

.4S The Contractor shall be registered under the Workers'

Compensation Act and for the purposes of these regulations shall be the Prime Contractor. The

Page 65: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY CCTV INSPECTION OF PIPELINES SECTION 33 01 30.1S CONTRACT PAGE 2 OF 9 SPECIFICATIONS

Contractor and the Contractor’s employees shall be entitled to the benefits thereof.

1.6 Measurement for

Payment (Add clause 1.6.7, 1.6.8 and 1.6.9 as follows)

.7S Payment will not be made for pipe which could not be adequately inspected due to fogging, soap bubbles, or other optical obstructions.

.8S Reports submitted with submerged or unclear sections of

video longer than 3 metres in total length between consecutive manholes/cleanouts shall not be paid for and must be re-inspected.

.9S Sewer and manhole inspections where the District of

Squamish has determined the tolerance requirements for camera position and speed and internal distance measurement requirements have not been satisfied shall be re-performed.

1.7S Submittals (Add clause 1.7 as follows) .1S Seven (7) days prior to commencing work the contractor

will supply the following to the satisfaction of the Contract Administrator: .1 Schedule of Work. .2 Contact Information and Operator Phone Number. .3 Camera Equipment Information. .4 Operator’s Certification. .5 Sample of Inspection Report.

2.1 Equipment (Add clause 2.1.2.4 as follows) .4S Equipment shall be capable of surveying a minimum

length of 300 metres of pipeline (Add clause 2.1.3.5 as follows) .5S The camera should be capable of taking high resolution

(1 megapixel or greater) still images for CCTV inspections.

2.2 Materials (Delete 2.2.3 and replace with the following) .3S Digital report data storage to be USB flash drive or

external hard drive. 3.1 CCTV Inspection (Delete 3.1.1 and replace with the following) .1S CCTV operator to be certified by NASSCO.

(Delete 3.1.6 and replace with the following) .6S When fogging or soap sudsing occurs in the line being

inspected, the operator shall not proceed with the camera along the line until the obstructing vapour or bubbles have cleared. The inspection crew shall be suitably equipped with blowers capable of ventilating the

Page 66: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY CCTV INSPECTION OF PIPELINES SECTION 33 01 30.1S CONTRACT PAGE 3 OF 9 SPECIFICATIONS

sewer of fog and bubbles. Similarly, in the event that the camera lens becomes smeared so that viewing is obstructed, the camera shall be removed and cleaned prior to continuing.

(Delete 3.1.12 and 3.1.13 and replace with the

following) .12S Screen Layout

.1 The video recording shall include the following information neatly displayed in a legible format so that it will not interfere with the image on the screen, prior to the start of each run:

.1 Chainage.

.2 Diameter (mm), material and type of pipe (sanitary/storm).

.3 Date of survey.

.4 Time of survey.

.5 Road name/location.

.6 Direction of travel of equipment (up/downstream).

.7 Manhole # from – Manhole # to (or pipe reference number).

.8 Inspection report number.

.9 Pipe ID. The video recording shall include the following information neatly displayed in a legible format so that it will not interfere with the image on the screen, during each run: .2 Display continually:

.1 Report #.

.2 Road name/location.

.3 Manhole # from – Manhole # to and Asset ID (pipe reference number).

.4 distance of camera along pipe to the nearest 0.1 metres from the reference manhole.

.5 diameter (mm), material and type of pipe (sanitary/storm).

.6 Pipe ID. .3 Display when required:

.1 PACP pipe defect coding information.

.2 Operator comments. .13S Audio Commentary

.1 The video tape recording shall include an audio commentary in clear, understandable English. The following information shall be provided in audio on the submitted video tape prior to the start of each run:

.1 Chainage.

Page 67: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY CCTV INSPECTION OF PIPELINES SECTION 33 01 30.1S CONTRACT PAGE 4 OF 9 SPECIFICATIONS

.2 Diameter (mm), material and type of pipe (sanitary/storm).

.3 Date of survey.

.4 Road name/location.

.5 Direction of travel of equipment (up/downstream).

.6 Manhole # from – Manhole # to (or pipe reference number).

.7 Inspection report number.

.8 Pipe ID. (Add the following to the end of 3.1.14) .14S Continuous forward distance readout from the reference

manhole shall be made at all pipe defects including: .1 The defect description, as described by the NASSCO

PACP codes. .2 The forward distance from the centre of the reference

manhole. The following information shall be provided in audio on the submitted video recording during each run, whenever a pipe defect is noted: .1 Distance of camera along pipe to the nearest 0.1

metre. .2 Pipe defect type. .3 Location of pipe defect (provided in 1 to 12 o’clock

format). .4 Photo number (if photo provided). .5 Operator comments.

(Add clause 3.1.19 to 3.1.22 as follows) .19S Non-uniform or jerky movement will not be acceptable.

The camera shall stop at each recordable observation and remain stopped until the camera position is reset to the longitudinal axis of the pipe. For panning cameras, the camera shall pan all laterals and defects. Clear, well defined pictures of the defects shall be taken, utilizing 360-degree rotating heads, full pausing capabilities, and the lighting system.

.20S Ensure the picture is in focus and there is adequate,

even lighting free of shadows and glare ahead of the sewer pipe or manhole riser at all times to be able to determine general condition, features and upcoming defects. Provide better lighting as directed by the Contract Administrator.

.21S Contractor to advise Contract Administrator of any

unidentified manholes requiring District of Squamish asset ID assignment. Convention shall be to use the upstream manhole ID and append “_A”, “_B”, etc. to the label of the unidentified manhole.

Page 68: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY CCTV INSPECTION OF PIPELINES SECTION 33 01 30.1S CONTRACT PAGE 5 OF 9 SPECIFICATIONS

.22S Linear Measurement

.1 The chainage of each inspection and the location of the defects found should accurately represent their true location in the field.

.2 Linear measurement shall be obtained by a cable measuring device, tested by a calibration device or by measuring between manholes.

.3 The length shall be measured in metric units (metres), rounded to the nearest tenth (0.1) of a metres. Accuracy shall be +/- 0.1% of the measured length, to a maximum of 0.3 metres.

The distance counter shall be reset to zero at the face of each manhole where the camera is pulled through a manhole.

3.3 Site Coding Sheets (Delete 3.3.1 and 3.3.2 and replace with the following) .1S Collect the video and report information.

.2S Symbols to use in Video and Reporting Formats.

SAN – Sanitary

Date & Time format: YYYYMMDD – HHMM

STO – Storm DOS – District of Squamish Rep – Report Vid - Video

(Add clause 3.3.3 and 3.3.4 as follows) .3S Save Video and Report with the following name

structure: Sanitary Video Example (Refer to drawing Above) File # 1 PipeID_ 20070820_1423_Vid_SAN_DOS Sanitary Video Report Example (Refer to drawing Above) File # 1 PipeID_ 20070820_1423_Rep_SAN_DOS

.4S Each media volume shall be labeled as follows:

Page 69: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY CCTV INSPECTION OF PIPELINES SECTION 33 01 30.1S CONTRACT PAGE 6 OF 9 SPECIFICATIONS

2020 Trenchless Sewer Rehabilitation Program • Contractor name and phone number then • District of Squamish • SAN YY-XXXX, (where “YY is the last two

digits of the current year, and “XXXX” is the consecutive volume number starting at “0001”)

• Location - Area/ Direction from Closest Building

• Asset IDs (Pipe) 3.7 Inspection Reporting

Hard Copies and Digital Format

(Delete 3.7.1 and replace with the following)

.1S For PACP, all major defects defined by the following defect codes shall be photographed: B (all), C (all), D (all), F(all),H, HSV, HVV, I(all), JOL, JOM, JSL, JSM, KW, KD, KI, LF(ALL), MMC, MSA, OB(ALL), RB(ALL), RT(ALL), XP

(Add clause 3.7.2 as follows) .2S Photo file names shall be labelled using the following

convention: PIPE ID_CHAINAGE_DEFECT CODE.jpg 3.8 Inspection Reporting

Hard Copies and Digital Format

(Delete 3.8.1 through 3.8.9 and replace with the following)

.1S Sample Inspection A sample of inspection report(s), photos (JPEG), digital video, and corresponding MPEG4 or better data file shall be submitted for review and approval by the Contract Administrator as per Item 1.7.2S (this Section). This submission must satisfy all of the specifications contained herein, and the submitted report submission will be used as a benchmark for subsequent inspection submissions.

.2S Bound Report

The written component of the report shall consist of bound volumes of 8-1/2" x 11" size log sheets, location maps and photographs. Each volume is to be identified with the video number and report numbers included, as well as dates of inspection and Owner’s name. .1 There shall be a report index listed alphabetically by

Asset ID (pipe). .2 Include scale drawings showing sections which have

been inspected highlighted. Coordinate with Owner for available drawings.

.3 Computer files containing identical survey report information as the printed report shall be included on

Page 70: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY CCTV INSPECTION OF PIPELINES SECTION 33 01 30.1S CONTRACT PAGE 7 OF 9 SPECIFICATIONS

a USB solid state drive (e.g. hard drive or thumb drive) at the back of the report.

.3S Log Sheets

.1 The attached television inspection report, in log form, shall be maintained by contractor during the TV inspection. This log shall include an index of the contents of each volume (See attached).

.2 Each individual run of pipe that is video inspected shall include a log together with a plan with the relevant section of pipe highlighted and the corresponding photographs for that particular section. The log sheet itself shall show all pipe defects.

.3 Prior to commencing the work submit a sample of the inspection report log sheet for approval. Do not commence work until approval in writing has been received.

.4 The log sheets shall indicate whether or not the camera is travelling in a reverse direction to the pipe flow.

.5 Log sheets shall reference photographs by photo numbers that include Pipe ID values.

.6 Database information will be available for auto filling the inspection forms.

.7 The attached culvert inspection form shall be completed by the Contactor and submitted along with television inspection report log forms for culverts.

.4S Digital Video Format

.1 The Contractor shall utilize NASSCO’s PACP (Pipe Assessment Certification Program) to record pipe defects and observations.

.2 Digital video playback shall be in .MP4 or .AVI file type, or other format capable of playback on Window’s Media Player.

.3 Digital Video Images and sound shall be recorded in MPEG2 format on new USBs at standard speed and be supplied appropriately labeled.

.4 The USB type / format (+/-), brand, make, model, etc. must be approved by District of Squamish prior to conducting digital video inspections.

.5 A Database report is required for each pipe segment recorded.

.6 Digital still images shall be recorded in JPG format onto a USB, appropriately labeled.

.7 Each digital image shall be stored with a unique filename to match the image reference number in the PACP form. The naming convention shall reflect the format described below. The exact format requires approval from the Engineering Technician, prior to commencement of a contract.

.8 The Contractor shall provide the inspection data in

Page 71: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY CCTV INSPECTION OF PIPELINES SECTION 33 01 30.1S CONTRACT PAGE 8 OF 9 SPECIFICATIONS

the standard NASSCO PACP data exchange format. The video recordings of all sections shall be clearly identified and provided to the Contract Administrator.

.5S Upon completion the contractor shall submit two (2)

copies of the following: .1 Video data (.mp4 or equivalent format) on USB solid

state drive. .2 PACP-format sewer video reports and typed log

sheet reports to meet standards (hard copy and PDF on solid state drive).

.3 Observations database in PACP .mdb format on USB solid state drive.

.4 Pipe list with condition evaluation. 3.9 Flushing and Cleaning (Add clause 3.9.2 and 3.9.3 as follows) .2S The designated sanitary sewer shall be flushed and

completely cleaned prior to inspection. Digital Video inspection shall be performed only after sewers have been thoroughly cleaned so that a clear picture of the interior of the sewer can be obtained. Particular emphasis is made to the removal of accumulated grease so that cracks and breaks can be observed during digital video inspection. Where the camera is impeded, the contractor shall immediately notify the Contract Administrator.

.3S Dewatering the main segment shall not be considered an

acceptable line cleaning practice for the purpose of digital video inspections.

3.11 Flow Reduction (add clause 3.11.5 as follows) .5S Use the flusher continuously during inspection and

implement flow control measures where required to ensure the following: .1 The entire cross section of the sewer is visible, and

no debris is present during the sewer inspection. .2 The manhole invert is completely visible, and no

debris is present during the manhole inspection. 3.12 Coding Accuracy (Replace clause 3.12.4 with the following) .4S Pipe Condition Assessment

.1 Provide pipe evaluation of all lengths of pipe inspected using PACP Grading Scores based on the PACP Condition Grading System.

.2 For each pipe calculate the following: .1 Total Score: the total point score for the

entire length of pipe. .2 Peak Score: the highest point score for any

single 1.0 m section of pipe. .3 Mean Score: the Total Score divided by the

pipe length of pipe in metres.

Page 72: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY CCTV INSPECTION OF PIPELINES SECTION 33 01 30.1S CONTRACT PAGE 9 OF 9 SPECIFICATIONS

.3 Provide a list of all pipes inspected including the following information for each pipe:

.1 Pipe ID.

.2 Total score.

.3 Peak score.

.4 Mean score. Indicate when any of the scores exceed the Grade 5 classification based on the total, peak or mean scores.

(Add clause 3.12.5 as follows) .5S The contractor shall properly use PACP standard codes

as listed in NASSCO Reference manual Version 7.0.2 of September 2016 for all defects when completing the log sheet. At all pipe defect locations on the video, the description of the defect, as described by the codes, shall be captured on the video along with the pipe footage and video counter location.

3.13S Blockages and Access

Issues (add clause 3.13 as follows)

.1S Every reasonable attempt shall be made by the contractor to complete the section of sewer being inspected. However, should a blockage occur, then the contractor shall notify the Contract Administrator so that precautionary measures may be taken.

.2S The following conditions shall be reported to the Contract

Administrator immediately, with pertinent information such as asset type and identifying numbers, address or location, type of problem discovered or encountered, chainage and severity of problem, if known: .1 Gas lines or other intrusions. .2 Obstructions preventing movement of the camera. .3 Structural damage or benching in a manhole that

prevents insertion of the camera. .4 Inability to locate or access an existing manhole or

inspection chamber because it is buried or obstructed.

END OF SECTION

Page 73: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY CLEANING OF SEWERS SECTION 33 01 30.2S CONTRACT PAGE 1 OF 3 SPECIFICATIONS

1.4 Scheduling of Work (Delete 1.4.1 through 1.4.4 and replace with the following)

.1S The Contractor shall submit a schedule of the proposed work sequence within seven (7) days of contract award for the Contract Administrator’s review. The contractor shall adjust the work schedule from time to time as requested by the Contract Administrator in order to inspect certain sewers with priority to the Owner.

.2S The work shall be scheduled to minimize interruption to

existing services. .3S Maintain existing flow during sewer cleaning and debris

removal unless directed otherwise in contract document. .4S The following conditions shall be reported to the Contract

Administrator within 24 hours, with pertinent information such as asset type and identifying numbers, address or location, type of problem discovered or encountered, and severity of problem, if known: .1 Deposits, roots, or other obstructions in a line greater

than 20% of the pipe diameter. .2 Inability to locate or access an existing manhole or

inspection chamber because it is buried or obstructed.

1.6S Submittals (add clause 1.6.1 as follows) .1S Prior to commencing work the contractor will supply the

following to the satisfaction of the Contract Administrator: .1 Schedule of work. .2 Flushing and cleaning equipment list. .3 Contact information and site phone number.

1.7S Qualifications (add clause 1.7.1 as follows) .1S The work shall be completed only by the Contractor’s

own forces, i.e. must not be sub-contracted without approval in writing from the Contract Administrator.

3.1 Sewer Cleaning (add clauses 3.1.6 to 3.1.11 as follows) .6S The intent of sewer line cleaning is to remove foreign

materials from the lines and restore the sewer to a minimum of 95% of pipe diameter.

.7S All dirt, grit, grease, roots, rocks, and all other foreign

materials shall be collected, removed and disposed of from the designated sewers and manholes. In the process of flushing, debris such as gravel, etc., when present, must be collected and removed at the down-stream manhole.

Page 74: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY CLEANING OF SEWERS SECTION 33 01 30.2S CONTRACT PAGE 2 OF 3 SPECIFICATIONS

.8S All sanitary sewers in the designated line to be CCTV inspected shall be cleaned completely of all foreign materials that may be covering structural defects.

.9S It is recognized that there are some conditions such as

broken pipe and major blockages that prevent cleaning from being accomplished or where additional damage would result if cleaning were attempted or continued. Should such conditions be encountered, the Contractor will not be required to clean those specific sections. The Contractor shall notify the contract administrator by means of an emailed digital photograph of any structural or operational condition encountered which may lead to imminent collapse/failure/blockage of the pipe. These will generally include broken and deformed pipes, collapsed sections and holes larger than 100 mm or any other structural or maintenance defect that could likely lead to imminent failure or blockage.

3.5S Protection of Property (add clause 3.5.1 as follows) .1S Precaution shall be taken to protect the sewers from

damage from the cleaning operation. Precaution shall also be taken to prevent any damage or flooding to public or private property served by the sewers section involved.

3.6S Quality Assurance

(Flushing Only) (add clause 3.6.1 as follows)

.1S The presence of deposits will be reviewed by the Contract Administrator as per Section 33 01 30.1 Item 1.3.3. If deposits greater than 5% of the pipe diameter are present in 50% or more of the videos reviewed, the Contractor shall re-flush these pipes as per this Section at no additional cost to the Owner. The Contractor shall re-submit videos after re-flushing for approval by the Contract Administrator.

3.7S Dump Sites (add clause 3.7.1 as follows) .1S All material that is removed from the sanitary sewers

under this contract shall be disposed of by the Contractor in accordance with legislative requirements at an approved off-site facility. The contractor will be compensated as per Form of Tender Appendix 1.

3.8S Hydrant Use (add clause 3.8.1 as follows) .1S Use of fire hydrants for any portion of the work is

prohibited without written permission from District of Squamish.

3.9S CCTV Inspection (add clause 3.9.1 as follows)

Page 75: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY CLEANING OF SEWERS SECTION 33 01 30.2S CONTRACT PAGE 3 OF 3 SPECIFICATIONS

.1S CCTV Inspection to Section 33 01 30.1 shall be conducted immediately following pre-inspection flushing and cleaning.

END OF SECTION

Page 76: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY CURED IN PLACE PIPE LINERS SECTION 33 05 24S CONTRACT PAGE 1 OF 4 SPECIFICATIONS

1.5 Submissions (Delete clause 1.5.1 and replace with the following) .1S Contractor to submit the following information to the

Contract Administration seven (7) days prior to commencement of site work:

.1 Structural design calculations for liner thickness based on ASTM F1216 Appendix XI. See section 2.5.

.2 Calculated values for maximum inversion head and curing head and maximum allowable tensile strength for each section of CIPP liner

.3 Resin curing schedule including anticipated temperature and cure times for the various stages of installation reflecting the proposed resin system, liner length, thickness, and diameter.

.4 Resin volume calculations for each section of liner.

.5 Site sketch indicating proposed layout of bypass pumping system.

.6 Statement of compliance confirming that the felt liner will be installed in strict adherence to the appropriate ASTM Standard Practice. Alternatively provide concise statement of items of deviation from the Standard Practice.

.7 Statement as to whether the intended installation and curing method is for hydrostatic head, steam/pressure, or Ultra-Violet ray. Provide brief description of associated equipment.

.8 Resume of experience for the wet-out supervisor and on-site lining superintendent.

.9 Infrared spectroscopy report (graph) of proposed resin in accordance with ASTM E1252-98.

.2S No CIPP liner installation shall take place prior to review and written acceptance of the aforementioned submissions by the Contract Administrator.

1.9 Inspection and Testing (Replace the existing clause 1.10.2 with the following) .2S Contractor to provide Contract Administrator 72 hours

advance notice of wet-out operation. The wet-out shall not commence without the owner’s designated inspector in attendance unless waived in writing by the Contract Administrator.

(Replace the existing clause 1.10.3 with the following) .3S Physical property values used in submitted structural

calculations must be met prior to release of progress and final payments. Failure to achieve these values will require the re-submission of calculations using the physical properties determined by independent laboratory test results as per ASTM D 790.

Page 77: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY CURED IN PLACE PIPE LINERS SECTION 33 05 24S CONTRACT PAGE 2 OF 4 SPECIFICATIONS

.1 The material testing laboratory will be selected by the Contract Administrator. No other material tests results conducted by a facility other than the designated material testing facility will be considered.

(Add clause 1.10.4 as follows) .4S The contractor is to provide the Contract Administrator

free access to inspect the materials and wet-out procedure and resin impregnation facility and render assistance together with confined space entry equipment to facilitate physical inspection of finished liner.

(Add clause 1.10.5 as follows) .5S The minimal values for Flexural Strength and Flexural

Modulus shall be in accordance with Table 1 of the corresponding ASTM Standard Practice for each liner technology. Failures to achieve these values will incur payment penalties.

(Add clause 1.10.6 as follows) .6S A digital copy of the time and temperature (and where

applicable, pressure) curing logs to be presented within 72 hours of liner installation and prior to release of interim payments.

2.0 PRODUCTS 2.1 Liner Materials (Add clause 2.1.3 as follows) .3S Liner material to have a minimum tensile strength of 5

MPa (750 psi) in both longitudinal and transverse direction when tested in accordance with the requirements of ASTM D 1682 Test Methods for Breaking Load and Elongation of Textile Fabrics or ASTM D 5035.

2.2 Resin (Modify clause 2.2.2 as follows) .2S Volume of resins to be consistent with the volume

calculations submissions in accordance with ASTM F1216, Section 7.2 Resin Impregnation including an allowance between 5% to 10% for change in resin volume due to polymerization and migration.

(Add clause 2.2.3 as follows) .3S The following resins are permitted under the terms of this

contract: .1 Premium polyester resins that may contain a styrene

monomer. .2 Vinyl Ester resins that may contain a styrene

monomer. .3 Epoxy resin. 2.3 Sealing Material (Add clause 2.3.2 as follows) .2S A sealing material between host pipe and liner will be

installed to prevent I&I between liner and host pipe from entering the sanitary or storm sewer system. The host pipe and liner shall be pressure tested and grouted with chemical grout or approved equal.

Page 78: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY CURED IN PLACE PIPE LINERS SECTION 33 05 24S CONTRACT PAGE 3 OF 4 SPECIFICATIONS

2.4 Liner Technology (Replace the existing clause 2.4.2 with the following) .2S Liner technologies to comply with one of: .1 Cured-in-Place (Felt Liners) inversion method –

ASTM F1216-09 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of Resin-Impregnated Tube. This Standard Practice is deemed to be a specification. No deviation from this Standard Practice will be accepted without the express written permission of the Contract Administrator.

.2 Cured-in-Place (Felt Liners) Pull-in-place method – ASTM F1743-08 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by Pulled-in-Place Installation of Cured-in-Place Thermosetting Resin Pipe (CIPP). The Title of Section 6 “Installation Recommendation” is replaced by the term “Specified Method of Installation”. No deviation from this Standard Practice will be accepted without the express written permission of the Contract Administrator.

3.0 EXECUTION 3.2 Linear Design (Replace the existing clause 3.2.2.3 with the following) .3S Ability to resist a hydrostatic pressure from 2.5 m of water. (Add clause 3.2.8 as follows) .8S Liner design calculations must be signed and sealed by a

Professional Engineer or holder of an Engineering License under APEGBC.

3.6 Liner Installation (Add clause 3.6.5 to 3.6.11 as follows) .5S Install liner in accordance with the applicable ASTM

standards as referenced in MMCD Section 01 42 00. .6S Liners inverted by means of water column shall comply

strictly with Items 7.4.1 of ASTM F 1216-09 have sufficient head to cause the impregnated tube to invert to point of termination and hold the tube tight to the pipe wall in a continuous operation. Monitor inversion head to ensure tensile stresses values are not exceeded.

.7S Liners inverted by means of air pressure to comply strictly

with items 7.4.2 and 7.4.3 of ASTM F 1216-09. .8S Two (2) thermistors will be installed at each end of the

pipe (total 4), between the host pipe wall and inserted liner, and connected to data loggers. Data logger will log data automatically at 1-minute intervals.

Page 79: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY CURED IN PLACE PIPE LINERS SECTION 33 05 24S CONTRACT PAGE 4 OF 4 SPECIFICATIONS

.9S Where inspection chambers (IC) are accessible, two (2) thermistors should be installed between the lateral and host pipe at the IC and shall be connected to data logger that automatically log data at 1-minute intervals.

.10S The curing and cool-down process to follow the ASTM

Standard Practice under which the liner is installed. Specifically, the curing process will follow the resin manufacturer’s recommendation to achieve initial cure, followed by a period of post-cure at the manufacturer’s recommended temperature. Cool-down rate to follow resin manufacturer’s recommendation until the designated cool-down target temperature is achieved and prior to removal of pressure.

.11S No deviation of the criteria set out under Item .11 of this

Section (curing and cool-down) will be acceptable without the express written consent of the Contract Administrator. Such requests by the contractor will be submitted in writing seven (7) days prior to the intended lining date.

3.7 Field Cured Samples (Replace the existing clause 3.7.3 with the following) .3S Remove CIPP pipe samples and present to Contract

Administrator immediately following each liner installation. 3.9 Termination at

Manholes (Replace the existing clause 3.9.2 with the following)

.2S Seal space between host pipe and liner with a hydrophilic seal material as per 2.3.1 or air test and grout connections or approved equal.

3.11S Acceptance and

Testing (Add clause 3.11 as follows)

.1S Acceptance of each CIPP liner will be determined based on the following:

.1 Material tests of field-cured samples shall have the minimum values as stated in ASTM F1216- Section 7–Table 1 (CIPP Structural Properties) and meet the claimed physical material properties used in the submitted structural calculations.

.2 Review of resin volume impregnation records .3 Installation and curing logs, including:

.1 Installation, curing, and cool-down heads

.2 Curing temperatures and pressures for compliance with applicable ASTM standards.

.4 Review of post-installation CCTV inspections reports.

.2S Lateral liners are to be air tested to 3.5 psi at the interface

to the main. END OF SECTION

Page 80: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY SS CONTRACT MMCD VOLUME II (2009 PLATINUM EDITION) PAGE 1 OF 4 SPECIFICATIONS PART III – MEASUREMENT AND PAYMENT

DESCRIPTION OF PAYMENT ITEMS The basis of measurement and payment for items included in the Form of Tender Appendix 1- Schedule of Quantities and Prices are described below. The specific payment descriptions below supersede the applicable payment clauses in the MMCD Platinum Edition Volume II and any MMCD issued Supplemental Updates that may detail payment clauses. The descriptions of work to be done under Form of Tender - Appendix 1- Schedule of Quantities and Prices are general descriptions of the work only in order to break down and assess the Tender Price. These descriptions are not intended to include all details of requirements and responsibilities of the Contractor to complete the Works in accordance with the Contract. It is the Tenderer’s responsibility to ensure that the Tender Sum submitted with his Tender is sufficient to complete all of the Works based upon the whole of the Contract Documents. The price bid for each item shall be full compensation for all labour, equipment, materials and incidentals necessary to complete the supply, installation and construction of each item as specified to the lines, grades and cross-sections in accordance with the Contract Documents and as directed by the Contract Administrator. If a Lump Sum Payment is shown in Appendix 1 - Schedule of Quantities and Prices, unless specifically detailed otherwise in the Description of Payment Items, payment shall be based on the Contract Administrator’s estimated percentage of the line item scope of work completed to date. As the project nears Substantial Performance, payment will only be made to an amount sufficient to retain 200% of the estimated deficiency value.

DIVISION 01 GENERAL REQUIREMENTS

1.01 Mobilization and Demobilization

The total amount tendered for mobilization/demobilization shall not exceed 2% of the total tender price. Costs in excess of this are deemed to be included in other unit rates tendered. Payment will be as follows: Mobilize – 50% Demobilize - 50% This item shall include all costs for mobilization and demobilization associated with the Contractor's equipment, site facilities, and services. Payment for mobilization and demobilization will be made at the lump sum price shown in the Schedule of Quantities and Prices. Fifty percent (50%) of the lump sum price will be paid on the first progress payment certificate due after the Contractor has established the operation and facilities specified. The remaining fifty 50% will be paid upon completion of the contract and removal of equipment and cleanup of the work areas to the satisfaction of the Engineer.

1.02 Bonding and Insurance This item shall include all costs for bonding and insurance for the complete Contract. Payment based on actual cost to Contractor. Tendered amount not to exceed 2% of TOTAL TENDER PRICE.

Page 81: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY SS CONTRACT MMCD VOLUME II (2009 PLATINUM EDITION) PAGE 2 OF 4 SPECIFICATIONS PART III – MEASUREMENT AND PAYMENT

Costs in excess of this are deemed included in other unit rates tendered. Contract Administrator may require documentation for proof of payment. Payment will be made at the lump sum price tendered in the Schedule of Quantities and Prices on the first progress payment subsequent to submission of documentation of bonding and insurance coverage.

1.03 Project Record Documents

Payment for all work performed under this Section will be incidental to payment for work described in other Sections unless specifically shown otherwise in Form of Tender Appendix 1 -Schedule of Quantities and Prices.

1.04 Traffic Control, Vehicle Access and Parking

This item shall include full compensation for developing and implementing a traffic management plan to control all types of traffic adjacent to and within the work zone 24 hours per day 7 days a week for the duration of the Work. Payment for all work performed under this Section will be incidental to payment for work described in other Sections unless specifically shown otherwise in Form of Tender Appendix 1 -Schedule of Quantities and Prices.

1.05 Environmental Protection Payment for all work performed under this Section will be incidental to payment for work described in other Sections unless specifically shown otherwise in Form of Tender Appendix 1 -Schedule of Quantities and Prices.

END OF DIVISION 01 – GENERAL REQUIREMENTS

Page 82: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY SS CONTRACT MMCD VOLUME II (2009 PLATINUM EDITION) PAGE 3 OF 4 SPECIFICATIONS PART III – MEASUREMENT AND PAYMENT

DIVISION 33 UTILITIES

33.01 CCTV Pre-Construction Inspections of Sanitary Sewers

This item shall cover all pre-construction precleaning and CCTV pipeline inspection. CCTV inspection will be measured in lineal meters for each MH to MH section of CIPP liner to Section 33.01 30.1S and 33 01 30.2S. Payment shall be at the price as detailed in Form of Tender Appendix 1 -Schedule of Quantities and Prices.

33.02 CCTV Post-Construction Inspections of Sanitary Sewers

This item shall cover all post-construction precleaning and CCTV pipeline inspection. CCTV inspection will be measured in lineal meters for each MH to MH section of CIPP liner to Section 33.01 30.1S and 33 01 30.2S. Payment shall be at the price as detailed in Form of Tender Appendix 1 -Schedule of Quantities and Prices. Any deficiencies identified in the video requiring repair/replacement and subsequent re-video, will be undertaken with no additional payment being made.

33.03 Mechanical Debris Removal (MDR-559 and MDR-2602)

This item shall provide compensation for all mechanical debris removal. No payment will be made separately reflushing to 33 01 30.2S, as required. Payment will be made on an hourly basis as indicated in the Schedule of Quantities and Prices, unless otherwise agreed in writing.

33.04 Offsite Debris Disposal This item shall provide compensation for sewer debris disposal offsite at an approved landfill site. No payment will be made separately for extra handling of material, extra care in delivery of the material, or compliance with delivery and/or material testing requirements. Payment will be at the unit price tendered in the Schedule of Quantities and Prices, be calculated for payment from truck tickets and mutually agreed to between the Contractor and Contract Administrator.

Cured-in-Place Pipe Lining - Sanitary

33.05 Bypass and Flow Control Payment for all work performed under this Section will be incidental to payment for work described in other Sections unless specifically shown otherwise in Form of Tender Appendix 1 -Schedule of Quantities and Prices.

33.06-33.11 Sanitary CIPP Relining Payment for each MH to MH section of CIPP liner will be lump sum including but not limited to:

(FLL-532, 535,403, 2293, 3253, and 2497/2500)

.1 Sanitary Sewer cleaning to Section 33 01 30.2S

.2 Management of the sewer flow system (by-pass pumping of gravity sewer, isolation, blocking,

Page 83: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY SS CONTRACT MMCD VOLUME II (2009 PLATINUM EDITION) PAGE 4 OF 4 SPECIFICATIONS PART III – MEASUREMENT AND PAYMENT

END OF DIVISION 33 – UTILITIES

diverting, etc.) including supply installation and removal of the temporary system, all equipment and materials including safety and containment material and equipment for all sanitary mains.

.3 Root cutting

.4 Removal of intruding connections

.5 Supply and installation of CIPP sewer liner to Section 33 05 24S

.6 Service connection re-instatement

.7 Service connection interface sealing and air testing

Payment shall be at the lump sum price as detailed in Appendix 1 - Schedule of Quantities and Prices.

Page 84: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Standard Detailed Drawings Master Municipal Construction Documents – Platinum Edition Volume II, 2009

Page 85: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

SUPPLEMENTARY SSDD STANDARD MMCD VOLUME II (2009 PLATINUM EDITION) PAGE 1 OF 1 DETAIL DRAWINGS PART I – ISSUED BY MMCD 2009

The following Supplemental Updates are MMCD issued updates. Contained within each MMCD issued Supplemental Update are a number of specific sections of the contract affected by changes. The specific sections providing change include the following:

1. Supplementary General Conditions 2. Supplementary Specifications 3. Supplementary Standard Detail Drawings 4. Supplementary Form

A complete list of all the Supplementary Standard Detail Drawings describing each change are not included in this document; however, the detailed descriptions can be found on the MMCD website under Platinum Edition Documents. These specific sections, complete with each change, are to form part of the contract. Bidders are deemed to have visited the MMCD website and have reviewed and understand the detailed descriptions.

Page 86: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Contract Drawings

Page 87: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Path:

Z:\00

00-0

999\0

400-0

499\4

63-3

45\43

0-GIS

\MXD

-Rp\L

ining

Prog

ram20

20_T

ende

rPac

kage

\4633

45_G

-001_

Over

view.

mxd D

ate S

aved

: 2/21

/2020

4:33

:13 P

M |

Autho

r: TSo

h

463-345G-001 B

District of Squamish2020 Trenchless Sewer Rehabilitation Program

OverviewKey Location Plan and Drawing List

Pape

r Size

=ANS

I BAt

Full S

ize, th

is bo

rder m

easu

res 11

"x17"

010

5010

0mi

llimete

rs

Project No.Group

Rev.

1 2 3 4

A

5 6

1 2 3 4 5 6

D

A

B

C

D

B

C

Description of RevisionChkDwnDesDateRevDescription of RevisionChkDwnDesDateRevSeal:

LegendSanitary ManholeSanitary Main

100 1000(m)

1:12,500

A 2020/01/23 THSSPE MEH Issued for Tender

Drawing No.

GA R IBA L D I E STATE SGA R IBA L D I E STATE S

VA L L EYCL I FF EVA L L EYCL I FF E

District of Squamish BoundaryFull Length LiningMechanical Debris Removal

TITLE DRAWING NO.Overview G-001

Garibaldi Estates Full Length Liners - Skyline Place C-001Garibaldi Estates Full Length Liners - Diamond Head Rd C-002

Valleycliffe Full Length Liners - Garden Pl, Guildford Dr and Westway C-003Garibaldi Estates & Valleycliffe Mechanical Debris Removal - Skyline Dr

and Westway Ave C-004

B 2020/02/21 THSSPE MEH Issued for Tender

Page 88: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Path:

Z:\00

00-0

999\0

400-0

499\4

63-3

45\43

0-GIS

\MXD

-Rp\L

ining

Prog

ram20

20_T

ende

rPac

kage

\4633

45_C

-001

toC-00

3_Lin

ingPr

ogram

.mxd

Date

Sav

ed: 2

/21/20

20

4:19:0

9 PM

| Auth

or: TS

oh

463-345C-001 B

District of Squamish2020 Trenchless Sewer Rehabilitation ProgramA

10 100(m)

1:1,000

Garibaldi Estates Full Length Liners -Skyline Place

Pape

r Size

=ANS

I BAt

Full S

ize, th

is bo

rder m

easu

res 11

"x17"

010

5010

0mi

llimete

rs

Project No.Group

Rev.

1 3 4

A

5 6

1 2 3 4 5 6

D

A

B

C

D

B

C

Description of RevisionChkDwnDesDateRevDescription of RevisionChkDwnDesDateRevSeal:

FLL-2497/2500200 Ø AC

102.4 m

44.7 m55.2 m

Current manhole configurationnot accessible from surface(slab, no frame and cover)

2498depth~2.5 m

2501depth~2.5 m

2615depth~2.5 m

2020/01/23 THSSPE MEH

Tap Location Drawing No.

Issued for Tender

2

LegendSanitary ManholeSanitary Main 2020 Lining Program, Main

Lateral to be Reinstated B 2020/02/21 THSSPE MEH Issued for Tender

Page 89: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Path:

Z:\00

00-0

999\0

400-0

499\4

63-3

45\43

0-GIS

\MXD

-Rp\L

ining

Prog

ram20

20_T

ende

rPac

kage

\4633

45_C

-001

toC-00

3_Lin

ingPr

ogram

.mxd

Date

Sav

ed: 2

/21/20

20

4:19:0

9 PM

| Auth

or: TS

oh

463-345C-002 B

District of Squamish2020 Trenchless Sewer Rehabilitation ProgramA

10 100(m)

1:1,000

Garibaldi Estates Full Length Liners -Mamquam Road

Pape

r Size

=ANS

I BAt

Full S

ize, th

is bo

rder m

easu

res 11

"x17"

010

5010

0mi

llimete

rs

Project No.Group

Rev.

1 3 4

A

5 6

1 2 3 4 5 6

D

A

B

C

D

B

C

Description of RevisionChkDwnDesDateRevDescription of RevisionChkDwnDesDateRevSeal:

FLL-2293200 Ø AC82.0 m

2294depth

~2.5 m

2295depth

~2.5 m

2020/01/23 THSSPE MEH

Tap Location Drawing No.

Issued for Tender

2

LegendSanitary ManholeSanitary Main 2020 Lining Program, Main

Lateral to be Reinstated B 2020/02/21 THSSPE MEH Issued for Tender

Page 90: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Path:

Z:\00

00-0

999\0

400-0

499\4

63-3

45\43

0-GIS

\MXD

-Rp\L

ining

Prog

ram20

20_T

ende

rPac

kage

\4633

45_C

-001

toC-00

3_Lin

ingPr

ogram

.mxd

Date

Sav

ed: 2

/24/20

20

2:24:3

2 PM

| Auth

or: TS

oh

463-345C-003 B

District of Squamish2020 Trenchless Sewer Rehabilitation ProgramA

10 100(m)

1:1,000

Valleycliffe Full Length Liners - GardenPlace, Guilford Drive and Westway Avenue

Pape

r Size

=ANS

I BAt

Full S

ize, th

is bo

rder m

easu

res 11

"x17"

010

5010

0mi

llimete

rs

Project No.Group

Rev.

1 3 4

A

5 6

1 2 3 4 5 6

D

A

B

C

D

B

C

Description of RevisionChkDwnDesDateRevDescription of RevisionChkDwnDesDateRevSeal:

FLL-532150 Ø AC67.2 m

FLL-535150 Ø AC64.5 m

FLL-403200 Ø AC105.1 m

FLL-3253250 Ø AC58.2 m

Guilford Dr

Westway

Ave

M a g n o li a C r e s

Ma gn o li a C res

Ga rden Pl

Gu i l fo rd Dr

404depth~2 m

527depth~2.2 m

530depth~2 m

533depth~2 m

536depth~2 m

3254depth~2 m

3272depth~2 m

2020/01/23 THSSPE MEH

Tap Location Drawing No.

Issued for Tender

2

LegendSanitary ManholeSanitary Main 2020 Lining Program, Main

Lateral to be Reinstated B 2020/02/21 THSSPE MEH Issued for Tender

Page 91: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Unknown Obstruction, Potentially Rebar or Wood(50m downstream)

MDR-2602200 Ø AC

91.6 m

Bi ll s

P l

Braemar Dr

Sky l ine D r

2603depth

~2.5 m

2604depth~2.5 m

MDR-559200 Ø AC

40.0 mCompacted Settled Deposits(0.7 m downstream)

Jun ip

er Cr

es

Ch e s t n ut A ve

Westw ay Ave 383depth~2 m

560depth~2 m

GARIBALDI ESTATESVALLEYCLIFFE

Path:

Z:\00

00-0

999\0

400-0

499\4

63-3

45\43

0-GIS

\MXD

-Rp\L

ining

Prog

ram20

20_T

ende

rPac

kage

\4633

45_C

-004

_Mec

hanic

alDeb

risRe

mova

l.mxd

Date

Sav

ed: 2

/21/20

20 4:

33:45

PM

| Au

thor: T

Soh

463-345C-004 B

District of Squamish2020 Trenchless Sewer Rehabilitation ProgramGaribaldi Estates and Valleycliffe Mechanical Debris

Removal - Skyline Drive and Westway Avenue

Pape

r Size

=ANS

I BAt

Full S

ize, th

is bo

rder m

easu

res 11

"x17"

010

5010

0mi

llimete

rs

Project No.Group

Rev.

1 2 3 4

A

5 6

1 2 3 4 5 6

D

A

B

C

D

B

C

Description of RevisionChkDwnDesDateRevDescription of RevisionChkDwnDesDateRevSeal:

LegendSanitary ManholeSanitary Main

Mechanical Debris Removal Obstruction to be Removed10 100

(m)1:1,000

A 2020/01/23 THSSPE MEH Issued for Tender

Drawing No.

B 2020/02/21 THSSPE MEH Issued for Tender

Page 92: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Attachment 1

Sanitary Repair Schedule

Page 93: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

District of Squamish

2020 Trenchless Sewer Rehabilitation

Table 1: Full Length Lining (FLL) Summary - Sanitary

Approximate

Depth

Length of

Asset

Existing

SizeComments

(m) (m) (mm)

FLL-532 532 Valleycliffe Garden Place 533 530 67.2 150 AC 4 MCU for final 3 m of CCTV

FLL-535 535 Valleycliffe Garden Place 536 533 64.5 150 AC 9

FLL-403 403 Valleycliffe Guilford Drive 404 527 105.1 200 AC 6 Some sags up to 30%

FLL-2293 2293 Garibaldi Estates Diamond Head Road 2294 2295 82.0 200 AC 4 Spalling from 40 m - 50 m downstream

FLL-3253 3253 Valleycliffe Westway Avenue 3254 3272 58.2 250 AC 3 Removal of DAGS required before lining

FLL-2497/2500 2497/2500 Garibaldi Estates Easement below Skyline Place 2501 2615 102.4 200 AC 4 Mid point manhole (MH 2498) does not provide access

Table 2: Mechanical Debris Removal

Approximate

Depth

Length of

Asset

Existing

SizeComments

(m) (m) (mm)

MDR-559 559 Valleycliffe Westway Avenue 560 383 40.0 200 AC DSC 0.7 m DS to be removed with flusher or manned entry to USMH

MDR-2602 2602 Garibaldi Estates Skyline Drive 2603 2604 91.6 200 AC OBZ 50 m DS at invert to be removed with flail or cutter

\\kwl.ca\bby\0000-0999\0400-0499\463-345\600-Specs\[0463-345_LinerRepairSchedule-20200122.xlsx]Contract-2

U/S MH

U/S MH D/S MH

No. Service

Connections

No. Service

Connections

Existing

Material

Existing

Material

D/S MHLocationNeighbourhoodPipe IDRepair ID

Repair ID Pipe ID Neighbourhood Location

Page 94: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Bonds and Certificates

Page 95: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Addenda

Page 96: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

General Conditions Master Municipal Construction Documents – Platinum Edition Volume II, 2009

Page 97: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Supplementary Specifications Master Municipal Construction Documents – Platinum Edition Volume II, 2009

Page 98: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Supplementary Specifications - Part III Measurement and Payment

Page 99: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Attachment 2

Available CCTV Video Inspection Footage

Page 100: Squamish · UNIT PRICE CONTRACT TABLE OF CONTENTS TABLE OF CONTENTS PAGE 1 OF 1 2009 ITT R2020-020 DISTRICT OF SQUAMISH – 2020 SEWER REHABILITATION PROGRAM March 2020 …

Attachment 3

Available CCTV Inspection Reports