corporation of the city of new ... - new westminster€¦ · contract nwit-12-01: book 4, dvd #32,...

116
CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT INVITATION TO TENDERERS INV 1 of 1 PEL NO. 2013-05-01 CORPORATION OF THE CITY OF NEW WESTMINSTER (THE OWNER) Contract: 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS RELINING Reference No.: NWIT-13-06 The Owner invites tenders for: Internal reconstruction CIPP or relining of 13 lines 97 metres of 200mm diameter pipe; 120 metres of 250mm diameter pipe; 280 metres of 375mm diameter pipe; 306 metres of 400mm diameter pipe; 175 metres of 450mm diameter pipe; 57 metres of 500mm diameter pipe; and 50 metres of 600mm diameter pipe and reinstate a total of 76 services in various locations throughout the City of New Westminster. Tenderer Qualifications: The tenderer must be able to show that it has carried out main line rehabilitation projects within the last five years, containing a minimum of 3,000 metres of main line rehabilitation using a combination of CIPP and Fold and Form relining techniques. The City of New Westminster posts notifications on BC Bid; interested firms can download the documents from the City's Purchasing web page free of charge at: http://www.newwestcity.ca/business/bid_opportunities/request_for_bids__proposals_-_open.php Tenderers are responsible to check for all subsequent addendums/amendments on the City’s Purchasing web page and/or BC Bid and respond according to the Invitation to Tender documents. Tenderers are to obtain a digital copy of documents and/or CCTV Inspection tapes and reports, available for purchase on or after April 8, 2013 during normal business hours at: Address: Paragon Engineering Ltd. Front Desk 104 1515 Broadway Street Port Coquitlam, B.C., V3C 6M2 upon payment of a non-refundable amount of $100.00 (including GST) payable to: Paragon Engineering Ltd. The Contract Documents are available for viewing at: Address: Paragon Engineering Ltd. Front Desk 104 1515 Broadway Street Port Coquitlam, B.C., V3C 6M2 Tenders are scheduled to close at: Tender Closing Time: 3:00 pm, local time Tender Closing Date: Tuesday, April 30, 2013 at: Address: City of New Westminster Main Information Desk 511 Royal Avenue New Westminster, B.C., V3L 1H9 Fax: 604-527-4584 Attention: City of New Westminster Purchasing Department General Enquiries: Technical Enquiries: Steve Day, A.Sc.T. Engineering Technologist City of New Westminster John Kupskay, P. Eng, Contract Administrator Paragon Engineering Ltd. Phone: 604-527-4546 Phone: 604-944-0820 ext. 234 Fax: 604-527-4584 Fax: 604-944-0815 E-mail: [email protected] E-mail: [email protected] Tenders must be accompanied by the specified Bid Bond payable to the Corporation of the City of New Westminster in the amount of ten percent (10%) of the Tender Price. The successful Tenderer will be required to provide a Performance Bond and a Labour and Material Payment Bond, each in the amount of 50% of the Contract Price. The Corporation of the City of New Westminster reserves the right to waive informalities in, or reject any or all tenders, or accept the Tender deemed most favourable in the interests of the City. The lowest or any tender will not necessarily be accepted.

Upload: others

Post on 01-Oct-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06

CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

INVITATION TO TENDERERS INV – 1 of 1

PEL NO. 2013-05-01

CORPORATION OF THE CITY OF NEW WESTMINSTER

(THE OWNER)

Contract: 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING

Reference No.: NWIT-13-06

The Owner invites tenders for:

Internal reconstruction CIPP or relining of 13 lines – 97 metres of 200mm diameter pipe; 120 metres of 250mm diameter pipe; 280 metres

of 375mm diameter pipe; 306 metres of 400mm diameter pipe; 175 metres of 450mm diameter pipe; 57 metres of 500mm diameter pipe;

and 50 metres of 600mm diameter pipe and reinstate a total of 76 services in various locations throughout the City of New Westminster.

Tenderer Qualifications:

The tenderer must be able to show that it has carried out main line rehabilitation projects within the last five years, containing a minimum

of 3,000 metres of main line rehabilitation using a combination of CIPP and Fold and Form relining techniques.

The City of New Westminster posts notifications on BC Bid; interested firms can download the documents from the City's Purchasing web

page free of charge at:

http://www.newwestcity.ca/business/bid_opportunities/request_for_bids__proposals_-_open.php

Tenderers are responsible to check for all subsequent addendums/amendments on the City’s Purchasing web page and/or BC Bid and

respond according to the Invitation to Tender documents. Tenderers are to obtain a digital copy of documents and/or CCTV Inspection

tapes and reports, available for purchase on or after April 8, 2013 during normal business hours at:

Address: Paragon Engineering Ltd. Front Desk

104 – 1515 Broadway Street

Port Coquitlam, B.C., V3C 6M2

upon payment of a non-refundable amount of $100.00 (including GST) payable to: Paragon Engineering Ltd.

The Contract Documents are available for viewing at:

Address: Paragon Engineering Ltd. Front Desk

104 – 1515 Broadway Street

Port Coquitlam, B.C., V3C 6M2

Tenders are scheduled to close at:

Tender Closing Time: 3:00 pm, local time

Tender Closing Date: Tuesday, April 30, 2013 at:

Address: City of New Westminster

Main Information Desk

511 Royal Avenue

New Westminster, B.C., V3L 1H9

Fax: 604-527-4584

Attention: City of New Westminster Purchasing Department

General Enquiries: Technical Enquiries: Steve Day, A.Sc.T. Engineering Technologist

City of New Westminster

John Kupskay, P. Eng, Contract Administrator

Paragon Engineering Ltd.

Phone: 604-527-4546 Phone: 604-944-0820 ext. 234

Fax: 604-527-4584 Fax: 604-944-0815

E-mail: [email protected] E-mail: [email protected]

Tenders must be accompanied by the specified Bid Bond payable to the Corporation of the City of New Westminster in the amount of ten

percent (10%) of the Tender Price. The successful Tenderer will be required to provide a Performance Bond and a Labour and Material

Payment Bond, each in the amount of 50% of the Contract Price.

The Corporation of the City of New Westminster reserves the right to waive informalities in, or reject any or all tenders, or accept the

Tender deemed most favourable in the interests of the City. The lowest or any tender will not necessarily be accepted.

Page 2: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

TENDERER’S CHECKLIST

BEFORE SUBMITTING YOUR TENDER, CHECK THE FOLLOWING POINTS:

1. Has your Tender been signed, sealed and witnessed? 2. Have you enclosed the Bid Bond? 3. Have you completed all Appendices and Prices in the Form of Tender 4. Have you completed the blanks in the Form of Tender to signify that all addenda issued have been taken into account in

the preparation of the tender? 5. Have you shown the time for completion of the work in the Form of Tender? (If applicable). 6. Are the completed Tender Submission Documents (bound separately) ready for submission with all pages intact?

ITEM PAGE COMPLETE(*)

Addenda Acknowledged FT – 1

Tenderer Address FT – 2

Tenderer Name & signature FT – 2

GST Registration Number FT – 3

Appendix 1 – Schedule of Quantities and Prices FT – 4 – FT – 8

Appendix 1 – Force Account Rates FT – 9

Appendix 2 – Preliminary Construction Schedule FT – 10

Appendix 3 – Experience of Superintendent FT – 11

Appendix 4 – Comparable Work Experience FT – 12

Appendix 4B – Comparable Work Experience – CIPP or Fold & Form

FT – 13

Appendix 5 – Subcontractors and Suppliers FT – 14

Appendix 6A – Schedule of Technical Information – Installation (Point Repair – CIPP or Fold & Form)

FT – 15

Appendix 6B – Schedule of Technical Information – Design (Point Repair – CIPP or Fold & Form)

FT – 16

Appendix 7 – Schedule of Plant and Equipment FT – 17

Appendix 8 – Schedule of Proposed Alternatives FT – 18

Appendix 9 – Declaration - Living Wage Employer FT – 19

Tenderer’s Initials FT – 1 – FT – 19

Bid Bond

Consent of Surety – Performance and Material Bonds

Note: Your tender may be disqualified if ANY of the foregoing points (if applicable) have not been complied with. (This list is not guaranteed to be complete; Tenderers are responsible for the completeness of the Tender Submission.)

Page 3: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

PEL No. 2013-05-01

Trusted Provider of Professional Engineering Consulting Services since 1995

104 –1515 Broadway Street office: (604) 944-0820 Port Coquitlam, B.C. V3C 6M2 fax: (604) 944-0815

www.paragonengineering.com

CORPORATION OF THE CITY OF NEW WESTMINSTER

2013 SEWER REHABILITATION PROGRAM

RECONSTRUCTION OF SEWERS RELINING

CONTRACT NWIT-13-06 TENDER DOCUMENTS

APRIL 2013

Page 4: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06

CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

INVITATION TO TENDERERS INV – 1 of 4

PEL NO. 2013-05-01

TABLE OF CONTENTS

PAGE TABLE OF CONTENTS INV – 1

INVITATION TO TENDER INV – 4

INSTRUCTIONS TO TENDERERS - PART 1 IT – 1 – 7

1. Introduction IT – 2

2. Tender Documents IT – 2

3. Submission of Tenders IT – 3

4. Supplemental Instructions to Tenderers IT – 3 – 7

FORM OF TENDER FT – 1 – FT 19

Sections 1 to 8 FT 1 – FT 3

Appendix 1 – Schedule of Quantities and Prices FT – 4 – 8

Appendix 1 – Force Account Rates FT – 9

Appendix 2 – Preliminary Construction Schedule FT – 10

Appendix 3 – Experience of Superintendent FT – 11

Appendix 4 – Comparable Work Experience FT – 12

Appendix 4B – Comparable Work Experience – CIPP or Fold & Form FT – 13

Appendix 5 – Subcontractors and Product Suppliers FT – 14

Appendix 6A – Schedule of Technical Information – Installation FT – 15

Appendix 6B – Schedule of Technical Information – Design FT – 16

Appendix 7 – Schedule of Plant and Equipment FT – 17

Appendix 8 – Schedule of Proposed Alternates FT – 18

Appendix 9 – Declaration – Living Wage Employer FT – 19

AGREEMENT AGT – 1 – AGT 7

1. Agreement between Contractor and Owner AGT – 1 – 4

2. Schedule 1 – SCHEDULE OF CONTRACT DOCUMENTS AGT – 5

3. Schedule 2 – LIST OF CONTRACT DRAWINGS AGT – 6

4. Schedule 3 – CCTV INSPECTION REPORTS & DVD’s AGT – 7

SUPPLEMENTARY GENERAL CONDITIONS SGC – 1 – SGC 3

SUPPLEMENTARY SPECIFICATIONS – PLATINUM EDITION SUPP – 1 – 3

TECHNICAL SPECIFICATIONS

Contract Specific Supplementary Specifications SUPP – 1 – 3

01 59 01 Safety 01 59 01 – 1 – 2

33 01 30.1S Closed Circuit Pipeline Inspection 33 01 30.1S – 1 – 10

33 01 30.2S Cleaning of Sewers 33 01 30.2S – 1 – 3

33 45 01S Internal Pipeline Reconstruction – CIPP or Fold & Form 33 45 01S – 1 – 10

33 46 01S Joint & Service Interface Sealing Specifications 33 46 01S – 1 – 7

APPENDICES

APPENDIX I – Contract Drawings

APPENDIX III – CCTV Inspection Reports & DVD’s

Page 5: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06

CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

INVITATION TO TENDERERS INV – 2 of 4

PEL NO. 2013-05-01

APPENDIX I

Relining – Contract Drawings

Item

No.

Title Drawing

No.

Date Revision

Date

Revision

No. Location Plan 130501 K1 2013.03.22 2013.03.22 1

1 Royal Avenue, Peele Street to Merrivale Street

Contract NWIT-12-01: Book 6, DVD #55, Report #326

130501 R-1 2013.03.22 2013.03.22 1

2

3

4

Sixth Avenue, Fourth Street to Fifth Street

Contract NWIT-12-01: Book 4, DVD #32, Reports #168

Sixth Avenue, at Fifth Street

Contract NWIT-12-01: Book 4, DVD #32, Report #169

Sixth Avenue, Fifth Street to Sixth Street

Contract NWIT-12-01: Book 4, DVD #32, Report #170

130501 R-2 2013.03.22 2013.03.22 1

5

6

Sixth Street, St. George Street to Lancaster Street

Contract NWIT-12-01: Book 5, DVD #41, Reports #221

Sixth Street, Third Avenue to Lancaster Street

Contract NWIT-12-01: Book 5, DVD #41, Reports #222, 223

130501 R-3 2013.03.22 2013.03.22 1

7 Third Avenue, Fifth Street to Sixth Street

Contract NWIT-12-01: Book 5, DVD #42, Reports #232

130501 R-4 2013.03.22 2013.03.22 1

8 Fourth Street, Royal Avenue to City Hall Driveway

Contract NWIT-12-01: Book 5, DVD #47, Reports #267

130501 R-5 2013.03.22 2013.03.22 1

9

10

Royal Avenue, West of Fourth Street

Contract NWIT-12-01: Book 6, DVD #55, Reports #323

Royal Avenue, Fourth Street to Sixth Street

Contract NWIT-12-01: Book 6, DVD #55, Reports #324

130501 R-6 2013.03.22 2013.03.22 1

11 Columbia Street, Church Street to Sixth Street

Contract NWIT-12-01: Book 7B, DVD #65A, Reports #412

130501 R-7 2013.03.22 2013.03.22 1

12

13

First Street, Sinclair Street to Ovens Street

Contract NWIT-12-01: Book 3, DVD #13, Reports #143

First Street, Sinclair Street to Ovens Street

Contract NWIT-12-01: Book 3, DVD #13, Reports #143

130501 R-8 2013.03.22 2013.03.22 1

Page 6: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06

CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

INVITATION TO TENDERERS INV – 3 of 4

PEL NO. 2013-05-01

APPENDIX II

CCTV Inspection Reports & DVD’s – Relining

Item

No.

Drawing No. Report Start

MH

Depth

(m)

End

MH

Depth

(m)

Diam.

(mm)

Length

(m) 1 130501 R-1 Contract NWIT-12-01: Book 6,

DVD #55, Report #326

4227 1.75 4226 2.33 200 96.8

2 130501 R-2 Contract NWIT-12-01: Book 4,

DVD #32, Reports #168

6253 3.80 6225 3.62 375 90.7

3 130501 R-2 Contract NWIT-12-01: Book 4,

DVD #32, Report #169

6225 3.62 6225A 3.83 400 68.3

4 130501 R-2 Contract NWIT-12-01: Book 4,

DVD #32, Report #170

6225A 3.83 6228 3.88 400 80.2

5 130501 R-3 Contract NWIT-12-01: Book 5,

DVD #41, Reports #221

4181 3.68 4180 3.98 500 49.8

6 130501 R-3 Contract NWIT-12-01: Book 5,

DVD #41, Reports #222, 223

4180 3.98 4164 4.10 600 57±

7 130501 R-4 Contract NWIT-12-01: Book 5,

DVD #42, Reports #232

4168 2.86 4164 4.05 450 106.0

8 130501 R-5 Contract NWIT-12-01: Book 5,

DVD #47, Reports #267

4014A 1.85 4016 2.21 450 68.6

9 130501 R-6 Contract NWIT-12-01: Book 6,

DVD #55, Reports #323

4017 2.48 4016 2.21 400 66.7

10 130501 R-6 Contract NWIT-12-01: Book 6,

DVD #55, Reports #324

4017 2.54 4021 2.18 375 159.6

11 130501 R-7 Contract NWIT-12-01: Book 7B,

DVD #65A, Reports #412

4079 1.54 4074 2.56 375 119.5

12 130501 R-8 Contract NWIT-12-01: Book 3,

DVD #13, Reports #143

6285 1.36 6285A N/A 250 28.9

13 130501 R-8 Contract NWIT-12-01: Book 3,

DVD #13, Reports #143

6285A N/A 6280 2.35 250 90.3

Page 7: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06

CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

INVITATION TO TENDERERS INV – 4 of 4

PEL NO. 2013-05-01

CORPORATION OF THE CITY OF NEW WESTMINSTER

(THE OWNER)

Contract: 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING

Reference No.: NWIT-13-06

The Owner invites tenders for:

Internal reconstruction CIPP or relining of 13 lines – 97 metres of 200mm diameter pipe; 120 metres of 250mm diameter pipe; 280 metres

of 375mm diameter pipe; 306 metres of 400mm diameter pipe; 175 metres of 450mm diameter pipe; 57 metres of 500mm diameter pipe;

and 50 metres of 600mm diameter pipe and reinstate a total of 76 services in various locations throughout the City of New Westminster.

Tenderer Qualifications:

The tenderer must be able to show that it has carried out main line rehabilitation projects within the last five years, containing a minimum

of 3,000 metres of main line rehabilitation using a combination of CIPP and Fold and Form relining techniques.

The City of New Westminster posts notifications on BC Bid; interested firms can download the documents from the City's Purchasing web

page free of charge at:

http://www.newwestcity.ca/business/bid_opportunities/request_for_bids__proposals_-_open.php

Tenderers are responsible to check for all subsequent addendums/amendments on the City’s Purchasing web page and/or BC Bid and

respond according to the Invitation to Tender documents. Tenderers are to obtain a digital copy of documents and/or CCTV Inspection

tapes and reports, available for purchase on or after April 8, 2013 during normal business hours at:

Address: Paragon Engineering Ltd. Front Desk

104 – 1515 Broadway Street

Port Coquitlam, B.C., V3C 6M2

upon payment of a non-refundable amount of $100.00 (including GST) payable to: Paragon Engineering Ltd.

The Contract Documents are available for viewing at:

Address: Paragon Engineering Ltd. Front Desk

104 – 1515 Broadway Street

Port Coquitlam, B.C., V3C 6M2

Tenders are scheduled to close at:

Tender Closing Time: 3:00 pm, local time

Tender Closing Date: Tuesday, April 30, 2013 at:

Address: City of New Westminster

Main Information Desk

511 Royal Avenue

New Westminster, B.C., V3L 1H9

Fax: 604-527-4584

Attention: City of New Westminster Purchasing Department

General Enquiries: Technical Enquiries: Steve Day, A.Sc.T. Engineering Technologist

City of New Westminster

John Kupskay, P. Eng, Contract Administrator

Paragon Engineering Ltd.

Phone: 604-527-4546 Phone: 604-944-0820 ext. 234

Fax: 604-527-4584 Fax: 604-944-0815

E-mail: [email protected] E-mail: [email protected]

Tenders must be accompanied by the specified Bid Bond payable to the Corporation of the City of New Westminster in the amount of ten

percent (10%) of the Tender Price. The successful Tenderer will be required to provide a Performance Bond and a Labour and Material

Payment Bond, each in the amount of 50% of the Contract Price.

The Corporation of the City of New Westminster reserves the right to waive informalities in, or reject any or all tenders, or accept the

Tender deemed most favourable in the interests of the City. The lowest or any tender will not necessarily be accepted.

Page 8: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06

CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS – PART 1 IT – 1 of 7

PEL NO. 2013-05-01

INSTRUCTIONS TO TENDERERS – PART I

TABLE OF CONTENTS Page

1 Introduction .......................................................................................................................................................... IT 2

2 Tender Documents ............................................................................................................................................... IT 2

3 Submission of Tenders ......................................................................................................................................... IT 3

4 Additional Instructions to Tenderers ................................................................................................................. IT 3

5 Supplemental Instructions to Tenderers ............................................................................................................ IT 3

Page 9: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06

CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS – PART 1 IT – 2 of 7

PEL NO. 2013-05-01

INSTRUCTIONS TO TENDERERS – PART I

(TO BE READ WITH “INSTRUCTIONS TO TENDERERS - PART II” CONTAINED IN THE GOLD EDITION OF THE PUBLICATION “MASTER

MUNICIPAL CONSTRUCTION DOCUMENTS” SPECIFIED IN ARTICLE 2.2 BELOW)

CORPORATION OF THE CITY OF NEW WESTMINSTER (NAME OF OWNER)

Contract: 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING

Reference No. NWIT-13-06

Introduction 1

A These Instructions apply to and govern the preparation of tenders for this Contract. The

Contract is generally for the following work:

Internal reconstruction CIPP or relining of 13 lines – 97 metres of 200mm diameter pipe;

120 metres of 250mm diameter pipe; 280 metres of 375mm diameter pipe; 306 metres of

400mm diameter pipe; 175 metres of 450mm diameter pipe; 57 metres of 500mm diameter

pipe; and 50 metres of 600mm diameter pipe and reinstate a total of 76 services in various

locations throughout the City of New Westminster.

1.2 Direct all inquiries regarding the Contract, to:

General Enquiries: Technical Enquiries:

Steve Day, A.Sc.T. Engineering

Technologist

City of New Westminster

John Kupskay, P. Eng, Contract

Administrator

Paragon Engineering Ltd.

Phone: 604-527-4546 Phone: 604-944-0820 ext. 234

Fax: 604-527-4584 Fax: 604-944-0815

E-mail: [email protected] E-mail: [email protected]

Tender Documents 2

2.1 The tender documents which a tenderer should review to prepare a tender consist of all of

the Contract Documents listed in Schedule 1 entitled “Schedule of Contract Documents”.

Schedule 1 is attached to the Agreement which is included as part of the tender package.

The Contract Documents include the drawings listed in Schedule 2 to the Agreement,

entitled “List of Contract Drawings”.

2.2 Portions of the Contract Documents are included by reference. Copies of these documents

have not been included with the tender package. These documents are the Instructions to

Tenderers - Part II, General Conditions, Specifications and Standard Detail Drawings.

They are those contained in the publication entitled “Master Municipal Construction

Documents - General Conditions, Specifications and Standard Detail Drawings”. Refer to

Schedule 1 to the Agreement or, if not specified in Schedule 1, then the applicable edition

shall be the most recent edition as of the date of the Tender Closing Date. All sections of

this publication are by reference included in the Contract Documents.

2.3 Any additional information made available to tenderers prior to the Tender Closing Time

by the Owner or representative of the Owner, such as geotechnical reports or as-built plans,

which is not expressly included in Schedule 1 or Schedule 2 to the Agreement, is not

included in the Contract Documents. Such additional information is made available only

for the assistance of tenderers who must make their own judgment about its reliability,

accuracy, completeness and relevance to the Contract, and neither the Owner nor any

representative of the Owner gives any guarantee or representation that the additional

information is reliable, accurate, complete or relevant.

Page 10: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06

CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS – PART 1 IT – 3 of 7

PEL NO. 2013-05-01

Submission of

Tenders

3

3.1 Tenders must be submitted in a sealed envelope, marked on the outside with the above

Contract Title and Reference No., and must be received by the office of:

Purchasing Manager

on or before:

Tender Closing Time: 3:00 pm local time

Tender Closing Date: Tuesday, April 30, 2013

At Address: City of New Westminster

Attn: Purchasing Manager

Main Information Desk

511 Royal Avenue

New Westminster, B.C., V3L 1H9

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

3.3 Facsimile electronic mail or other unsealed bids will not be accepted.

3.4 The City will not open this Tender in public.

Additional

Instructions to

Tenderers

4 [INTENTIONALLY LEFT BLANK]

Supplemental

Instructions to

Tenderers

5

5.1 IT 5 (amend clause 5 as follows)

Add to Appendix 1

Force Account Rates.

Add Appendix 4B

Comparable Work Experience – CIPP or Fold & Form

Clarify Appendix 5

On the Schedule of Subcontractors indicate the percentage of work performed by the

subcontractor on each job.

Add to Appendix 5

Schedule of Product Suppliers

Add Appendix 6

Appendix 6A – Schedule of Technical Information – Installation

Appendix 6B – Schedule of Technical Information – Design

Add Appendix 7

Appendix 7 – Schedule of Plant and Equipment

Add Appendix 8

Appendix 8 – Schedule of Proposed Alternates

Add Appendix 9

Appendix 9 – Declaration – Living Wage Employer

5.2 IT 5.1 (amend clause 5.1 as follows)

The Form of Tender bound into this document is for reference only and is not to be used

for submission. A second copy of the Form of Tender is provided separately for

submission.

Qualification,

Modifications,

5.3 IT 6 and 7 (amend clauses 6 and 7 as follows)

If a tenderer intends to use equipment or material other than that specified or shown on the

Page 11: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06

CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS – PART 1 IT – 4 of 7

PEL NO. 2013-05-01

Alternative Tenders Contract Drawings, they must provide the required information in the space provided in

the Form of Tender, together with the applicable price variation. Evaluation of proposed

alternate items will be made following closing of tenders.

If the tenderer wishes to submit a tender based on specifications that differ in whole or in

part from the specifications furnished herewith, they shall show in detail in the tender and

how they have varied the specifications furnished herewith. The acceptability of variations

will be judged solely by the Owner.

Award 5.4 IT 15.5 (add clause 15.5 as follows)

In exercising its discretion, the Owners will have regard to the information provided by the

Tenderer in the Appendices to the Form of Tender as described under IT 5, and may also

have regard to any information obtained by the Owner in evaluating such tender

information, as well as the Owner’s previous experience, if any, with the Tenderer. In

exercising its discretion the Owner may consider, but is not limited to, the following

criteria in addition to the Tender Price:

a) the proven experience of the Tenderer, and any listed subcontractors to do the Work;

b) the Tenderer’s ability to complete the Work within the Preliminary Construction

Schedule;

c) the Tenderer’s ability to work effectively with the Owner, its consultants and

representatives;

d) the Tenderer’s ability to manage and do the work effectively using the named

superintendent and submitted contractors and subcontractors;

e) the Tenderer’s history on other projects including with respect to quality of work,

changes in the work, force account work, and the contract administration costs of the

Owner;

f) the nature of any legal proceedings undertaken the by 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;

a. in addition to any other provision of this tender document, and without limiting

the City’s discretion under any other provision of this tender document, the City

may, in its absolute discretion, reject a tender if:

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 City in relation to

any matter; or,

ii. the Tenderer has current unresolved extra work claims totalling in excess of

$100,000.00 beyond 90 days of contract substantial completion for any

construction project with the City.

b. in determining whether or not to reject a tender under this section, the City will

consider whether the litigation or unresolved extra work claim is likely affect the

Tenderer’s ability to work with the City, its employees, consultants and

representatives and whether the City’s experience with the Tenderer indicates an

unusual risk the City will incur increased staff and legal costs in the

administration of the contract if awarded to the Tenderer.

The Owner will, following receipt of an acceptable tender, issue in writing a Notice of

Award to the successful tenderer. This notice will be given as soon as possible following

the closing of tenders and, unless otherwise agreed to by the tenderer, not later than sixty

(60) days following the Tender Closing Date.

The Owner may, prior to and after Contract Award, negotiate changes to the scope of the

Work, the type of materials, the specifications or any conditions with the low tenderer or

any one or more of the tenderers without having any duty or obligation to advise any other

tenderer or to allow them to vary their Tender Prices as a result of such changes and the

Owner shall have no liability to any other tenderer as a result of such negotiations or

Page 12: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06

CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS – PART 1 IT – 5 of 7

PEL NO. 2013-05-01

modifications.

The tenderer acknowledges and agrees that the Owner will not be responsible for any costs,

expenses, losses, damages or liability 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 acceptance on non-

acceptance of their tender.

The award of this Contract is subject to approval of the Owner and to the availability of

sufficient funds to complete the Work. Certain portions of the Work may be deleted if

Tender Prices exceed available budget.

Subcontractors 5.5 (add new clause 16.2 as follows)

The Tenderer must submit, where and when requested in the Tender Form, the names of all

Subcontractors they propose to employ on the Work who will perform work or labour or

render service to the Contractor on or about the construction site. Subcontractors may not

be changed and additional Subcontractors may not be employed without the written

consent of the City. The list shall include the Subcontractor's name and location of the

place of their business, a description of their work along with percentage of total

construction cost of work to be done by the Subcontractor. Complete subcontracting of the

work will not be approved.

Location and

Description of Work

to be done Under the

Schedule of Prices

5.6 IT 18 (add clause 18 as follows)

Internal reconstruction CIPP or relining of 13 lines – 97 metres of 200mm diameter pipe;

120 metres of 250mm diameter pipe; 280 metres of 375mm diameter pipe; 306 metres of

400mm diameter pipe; 175 metres of 450mm diameter pipe; 57 metres of 500mm diameter

pipe; and 50 metres of 600mm diameter pipe and reinstate a total of 76 services in various

locations throughout the City of New Westminster.

The Work is to be done on a continuous basis. Once Work commences on site, working

days will be accrued and monitored as outlined in Supplementary General Conditions,

section SGC.1.68.

A number of services at each location may be inactive and will not need to be reconnected

after reconstruction. An item of work for verification of active services has been included

for each pipe replacement location.

The prices bid for each item in the Schedule of Quantities and Prices shall be full

compensation for all labour, equipment and materials necessary to complete the works as

described for each item. Unless specifically stated otherwise, all prices tendered shall

include, but shall not be limited to, survey layout, excavation, bedding, approved backfill,

compaction, supply and installation of all materials, disposal of surplus material and site

debris, restorations to original condition, preparation and submission of applicable red line

markup record drawings to engineer and all other activities normally required for the

completion of such works

No payment will be made for any work that is incomplete or not constructed in accordance

with Contract Drawings and Specifications.

The following describes the scope of Work and methods at payment for the work in this

Contract:

The Work to be constructed under this Contract is located in the Corporation of the City of

New Westminster. The type and extent of work in this contract varies in scope with the

various sewer sections.

The Work includes reconstruction of sewer mains at various locations in the Corporation of

the City of New Westminster using trenchless methods including internal reconstruction of

13 lines by CIPP or Fold & Form and the excavation and reconstruction of 76 service in

various locations throughout the City:

97 metres of 200mm diameter pipe;

Page 13: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06

CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS – PART 1 IT – 6 of 7

PEL NO. 2013-05-01

120 metres of 250mm diameter pipe;

280 metres of 375mm diameter pipe;

306 metres of 400mm diameter pipe;

175 metres of 450mm diameter pipe;

57 metres of 500mm diameter pipe;

50 metres of 600mm diameter pipe; and,

Reinstatement of a total of 76 services.

The unit prices bid for each item in the Schedule Quantities and Prices shall be full

compensation for all labour, materials, and equipment as required to complete:

the flushing and cleaning, root cutting, cutting protruding services, pre lining CCTV

inspection, verification of active services, Internal pipe renewal, internal service

reinstatement, sealing of service interfaces, and final video inspection and reporting

work as described in the specifications and set out on the plans provided for the work.

Note that sewers must be CCTV inspected before any root cutting occurs to ensure that no

gas services have been pushed through sewer lines.

The following is provided as clarification of intent of works:

Procurement of information on location of existing utilities is the Contractor’s

responsibility.

Verification of active services will include dye testing with conventional CCTV

camera in main to confirm source of each service. In locations where there does not

appear to be a building service to match services located by CCTV inspection, the

Contractor is to inspect services in attempts to confirm if service is active. In the event

that satisfactory inspection cannot be done using a pan and tilt camera with zoom lens,

the Contractor may inspect the service from inside main using a self-propelled LAMP

camera system that accomplishes a one pass pan and tilt inspection of the mainline

with a simultaneous inspection of the adjacent lateral services. The LAMP camera is to

be equipped with two high resolution cameras, complete with LAMP picture in picture

feature to enable the operator to monitor the pan and tilt inspection of the mainline and

launch a camera from the mainline to inspect the adjacent lateral service. No additional

payment will be made for use of LAMP camera system for service verification.

Root cutting will be paid on a Lump Sum basis per line requiring root cutting.

Flows from services can be bypassed if deemed necessary. All Bypass costs will be the

Contractor’s responsibility.

Provide 2 copies of final CCTV report DVD with post lining inspection for each line.

Freedom of

Information

5.7 IT 19 (add clause 19 as follows)

The City of New Westminster 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 City of New Westminster and the information will not be disclosed,

except to the extent necessary for carrying out the City's purposes or as required by law.

Living Wage

Information

5.8 IT 20 (add clause 20 as follows)

Effective January 1, 2011, the City of New Westminster became a “Living Wage

Employer” (see Form of Tender - Appendix 9). As such, the City has established a Living

Wage Policy that requires all firms that are contracted by the City to provide services on

City premises, to pay their employees, who perform said service on City property, a Living

Wage as calculated by the Living Wage for Families Campaign. The figure for 2013 for

the Lower Mainland is $19.14, assuming no benefits are provided by the employer.

In order to determine an employee’s hourly rate with benefits the Living Wage for Families

has created a Living Wage Calculator to assist with this determination. Please access the

following website to determine your compatibility.

http://livingwageforfamilies.ca/calculator/

The City includes in all its competitive bid documents a Declaration referencing the City’s

Page 14: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06

CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS – PART 1 IT – 7 of 7

PEL NO. 2013-05-01

expectations with regards to compliance of the Policy. Completion and submission of the

Declaration is required prior to Contract award (see Form of Tender - Appendix 9).

In evaluating submissions, the City intends to rely on the Declaration provided by a

Respondent and shall have no obligation or duty to investigate the truthfulness of the

Declaration.

Please review the City’s Living Wage Policy for further information.

http://www.newwestcity.ca/business/living_wage_employer.php

END OF SECTION

Page 15: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

FORM OF TENDER FT – 1 of 19 Tenderer’s Initials______________ PEL NO. 2013-05-01

FORM OF TENDER CORPORATION OF THE CITY OF NEW WESTMINSTER

(NAME OF OWNER)

Contract: 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Reference No. NWIT-13-06

TO OWNER:

1 WE, THE UNDERSIGNED

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

(ADDENDA, IF ANY)

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

1.3 have complied with the Instructions to Tenderers.

2 ACCORDING 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 in all locations by within 8 weeks of issuance of Notice to Proceed; 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.

3 WE CONFIRM:

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

4 WE CONFIRM:

4.1 that the following Appendices are attached to and form a part of this tender:

4.1.1 the Appendices as required by paragraph 5.3 of the Instructions to Tenderer - Part II; and,

4.1.2 the Bid Security as required by paragraph 5.2 of the Instructions to Tenderer - Part II.

5 WE AGREE:

5.1 that this Tender will be irrevocable and open for acceptance by the Owner for a period of sixty (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 8 days of receipt of the written Notice of Award deliver to the Owner:

a) a Performance Bond in the amount of 50% of the Contract Price, issued by a surety licensed to carry on the business of suretyship in the Province of British Columbia, and in a form acceptable to the Owner;

b) a labour Material Bond in the amount of 50% of the Contract price, 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;

Page 16: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

FORM OF TENDER FT – 2 of 19 Tenderer’s Initials______________ PEL NO. 2013-05-01

c) a Construction Schedule, as provided by GC 4.6.1;

d) a signed Prime Contractor Designation Form, and Hazard Assessment Form, Pre-Job Meeting Form (see Appendix);

e) a "clearance letter" indicating that the tenderer is in WorkSafeBC compliance;

f) a copy of the insurance policies as specified in GC 24 indicating that all such insurance coverage is in place; and,

g) proof of a valid City of New Westminster Business License.

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

5.1.3 sign the Contract Documents as required by GC 2.1.2

6 WE AGREE:

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

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

6.1.2 fail or refuse to commence the Work as required by the Notice to Proceed, then such failure or refusal will be deemed to be a refusal by us to enter into the Contract and the Owner may, on written notice to use, 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:

a) the face value of the Bid Security; and

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

7 OUR ADDRESS is as follows:

Phone:

Fax:

E-mail:

Attention:

This Tender is executed this _____ day of _______________, 2013

Contractor:

(FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL)

(AUTHORIZED SIGNATORY)

(AUTHORIZED SIGNATORY)

Page 17: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

FORM OF TENDER FT – 3 of 19 Tenderer’s Initials______________ PEL NO. 2013-05-01

8 WE CONFIRM:

8.1 our Goods and Services Tax registration status is as follows:

8.1.1 for information purposes, our Goods and Services Tax registration number is:

(GST REGISTRATION NUMBER)

or;

8.1.2 by signature hereunder, we certify we are not required to provide a registration number:

(AUTHORIZED SIGNATORY)

(AUTHORIZED SIGNATORY)

Page 18: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

FORM OF TENDER FT – 4 of 19 Tenderer’s Initials______________ PEL NO. 2013-05-01

FORM OF TENDER – Appendix 1

Schedule of Quantities and Prices (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.)

ITEM TOTAL AMOUNT

Section 1 INTERNAL RECONSTRUCTION CIPP OR FOLD & FORM RELINING $

(transfer total from page 8)

TENDERED PRICE $

5 % GST $

TOTAL TENDERED PRICE plus GST $

Page 19: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

FORM OF TENDER FT – 5 of 19 Tenderer’s Initials______________ PEL NO. 2013-05-01

FORM OF TENDER – Appendix 1 2013 SEWER REHABILITATION PROGRAM

(TITLE OF CONTRACT) NWIT-13-06

(OWNER’S CONTRACT REFERENCE NO.) Schedule of Quantities and Prices

(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.)

ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT SECTION 1 - INTERNAL RECONSTRUCTION CIPP OR FOLD & FORM RELINING Include flushing and cleaning, root & grease cutting, cutting protruding services (if required), pre lining CCTV inspection, internal pipe renewal, internal service reinstatement, sealing of service interfaces, and final video inspection and CCTV inspection reports, as specified in Section 33 01 30.1S, 33 01 30.2S, 33 30 01, 33 10 01, 33 45 01S, 33 46 01S.

1 Royal Avenue, Peele Street to Merrivale Street, MH 4227 to MH 4226, Contract NWIT-12-01: Book 6, DVD #55, Report #326 & 130501 R-1

1.1 Verify active services Each 9 $ $ 1.2 Cut roots Lump sum 1 $ $ 1.3 Cut intruding services (4.7m and 43.4m from

MH 4227) Each 2 $ $

1.4 Reline 200mm diameter pipe Lineal metre 97 $ $ Reconnect sewer service connection

1.5 100mm diameter lateral Each 4 $ $ 1.6 150mm diameter lateral Each 5 $ $

Seal sewer service connection / main interface 1.7 100mm diameter lateral Each 4 $ $ 1.8 150mm diameter lateral Each 5 $ $ 2 Sixth Avenue, Fourth Street to Fifth Street, MH 6253 to MH 6225, Contract NWIT-12-01: Book 4, DVD #32, Reports

#168 & Drawing 130501 R-2 2.1 Verify active services Each 11 $ $

Cut intruding services (30.0m, 36.5m, 40.5m, 52.7m, 63.7m, 76.1m, and 86.7m from MH 6253)

Each 7 $ $

2.2 Reline 375mm diameter pipe Lineal metre 91 $ $ Reconnect sewer service connection

2.3 100mm diameter lateral Each 11 $ $ Seal sewer service connection / main interface

2.4 100mm diameter lateral Each 11 $ $ 3 Sixth Avenue, at Fifth Street, MH 6225 to MH 6225A, Contract NWIT-12-01: Book 4, DVD #32, Report #169 & Drawing

130501 R-2 3.1 Verify active services Each 7 $ $ 3.2 Cut intruding services (8.2m, 37.1m, and

65.6m from MH 6225) Each 3 $ $

3.3 Reline 400mm diameter pipe Lineal metre 69 $ $ Reconnect sewer service connection

3.4 100mm diameter lateral Each 4 $ $ 3.5 150mm diameter lateral Each 2 $ $ 3.6 200mm diameter lateral Each 1 $ $

Seal sewer service connection / main interface 3.7 100mm diameter lateral Each 4 $ $ 3.8 150mm diameter lateral Each 2 $ $ 3.9 200mm diameter lateral Each 1 $ $ 4 Sixth Avenue, Fifth Street to Sixth Street, MH 6225A to MH 6228, Contract NWIT-12-01: Book 4, DVD #32, Report #170

& Drawing 130501 R-2 4.1 Verify active services Each 18 $ $ 4.2 Cut intruding services (11.8m, 35.0m, 45.0m,

55.3m, 64.4m, and 67.0m from MH 6225A) Each 6 $ $

Page 20: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

FORM OF TENDER FT – 6 of 19 Tenderer’s Initials______________ PEL NO. 2013-05-01

FORM OF TENDER – Appendix 1 2013 SEWER REHABILITATION PROGRAM

(TITLE OF CONTRACT) NWIT-13-06

(OWNER’S CONTRACT REFERENCE NO.) Schedule of Quantities and Prices

(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.)

ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT SECTION 1 - INTERNAL RECONSTRUCTION CIPP OR FOLD & FORM RELINING Include flushing and cleaning, root & grease cutting, cutting protruding services (if required), pre lining CCTV inspection, internal pipe renewal, internal service reinstatement, sealing of service interfaces, and final video inspection and CCTV inspection reports, as specified in Section 33 01 30.1S, 33 01 30.2S, 33 30 01, 33 10 01, 33 45 01S, 33 46 01S.

4.3 Reline 400mm diameter pipe Lineal metre 81 $ $ Reconnect sewer service connection

4.4 100mm diameter lateral Each 13 $ $ 4.5 150mm diameter lateral Each 4 $ $ 4.6 200mm diameter lateral Each 1 $ $

Seal sewer service connection / main interface 4.7 100mm diameter lateral Each 13 $ $ 4.8 150mm diameter lateral Each 4 $ $ 4.9 200mm diameter lateral Each 1 $ $ 5 Sixth Street, St. George Street to Lancaster Street, MH 4181 to MH 4180, Contract NWIT-12-01: Book 5, DVD #41,

Reports #221 & Drawing 130501 R-3 5.1 Verify active services Each 3 $ $ 5.2 Reline 600mm diameter pipe Lineal metre 50 $ $

Reconnect sewer service connection 5.3 100mm diameter lateral Each 1 $ $ 5.4 150mm diameter lateral Each 2 $ $

Seal sewer service connection / main interface 5.5 100mm diameter lateral Each 1 $ $ 5.6 150mm diameter lateral Each 2 $ $ 6 Sixth Street, Third Avenue to Lancaster Street, MH 4180 to MH 4164, Contract NWIT-12-01: Book 5, DVD #41, Reports

#222, 223 & Drawing 130501 R-3 6.1 Remove obstructions at 14.9m from MH 4180

and 34.3m from MH 4164 Lump sum 1 $ $

6.2 Complete CCTV Inspection Lump sum 1 $ $ 6.3 Verify active services Each 3 $ $ 6.4 Reline 500mm diameter pipe Lineal metre 57 $ $

Reconnect sewer service connection 6.5 150mm diameter lateral Each 3 $ $

Seal sewer service connection / main interface 6.6 150mm diameter lateral Each 3 $ $ 7 Third Avenue, Fifth Street to Sixth Street, MH 4168 to MH 4164, Contract NWIT-12-01: Book 5, DVD #42, Reports

#232 & Drawing 130501 R-4 7.1 Verify active services Each 6 $ $ 7.2 Cut roots Lump sum 1 $ $ 7.3 Cut intruding services (87.2m from MH 4168) Each 1 $ $ 7.4 Reline 450mm diameter pipe Lineal metre 106 $ $

Reconnect sewer service connection 7.5 150mm diameter lateral Each 6 $ $

Seal sewer service connection / main interface 7.6 150mm diameter lateral Each 6 $ $ 8 Fourth Street, Royal Avenue to City Hall Driveway, MH 4014A to MH 4016, Contract NWIT-12-01: Book 5, DVD

#47, Reports #267 & Drawing 130501 R-5

Page 21: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

FORM OF TENDER FT – 7 of 19 Tenderer’s Initials______________ PEL NO. 2013-05-01

FORM OF TENDER – Appendix 1 2013 SEWER REHABILITATION PROGRAM

(TITLE OF CONTRACT) NWIT-13-06

(OWNER’S CONTRACT REFERENCE NO.) Schedule of Quantities and Prices

(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.)

ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT SECTION 1 - INTERNAL RECONSTRUCTION CIPP OR FOLD & FORM RELINING Include flushing and cleaning, root & grease cutting, cutting protruding services (if required), pre lining CCTV inspection, internal pipe renewal, internal service reinstatement, sealing of service interfaces, and final video inspection and CCTV inspection reports, as specified in Section 33 01 30.1S, 33 01 30.2S, 33 30 01, 33 10 01, 33 45 01S, 33 46 01S.

8.1 Verify active services Each 2 $ $ 8.2 Reline 450mm diameter pipe Lineal metre 69 $ $

Reconnect sewer service connection 8.3 100mm diameter lateral Each 1 $ $ 8.4 150mm diameter lateral Each 1 $ $

Seal sewer service connection / main interface 8.5 100mm diameter lateral Each 1 $ $ 8.6 150mm diameter lateral Each 1 $ $ 9 Royal Avenue, West of Fourth Street, MH 4017 to MH 4016, Contract NWIT-12-01: Book 6, DVD #55, Reports #323 &

Drawing 130501 R-6 9.1 Reline 400mm diameter pipe Lineal metre 67 $ $ 10 Royal Avenue, Fourth Street to Sixth Street, MH 4017 to MH 4021, Contract NWIT-12-01: Book 6, DVD #55, Reports

#324 & Drawing 130501 R-6 10.1 Install new manhole Each 1 $ $ 10.2 Verify active services Each 8 $ $ 10.3 Cut intruding services (15.9m and 140.8m

from MH 4017) Each 2 $ $

10.4 Reline 375mm diameter pipe Lineal metre 160 $ $ Reconnect sewer service connection

10.5 150mm diameter lateral Each 6 $ $ 10.6 200mm diameter lateral Each 2 $ $

Seal sewer service connection / main interface 10.7 150mm diameter lateral Each 6 $ $ 10.8 200mm diameter lateral Each 2 $ $ 11 Columbia Street, Church Street to Sixth Street, MH 4079 to MH 4074, Contract NWIT-12-01: Book 7B, DVD #65A,

Reports #412 & Drawing 130501 R-7 11.1 Verify active services Each 7 $ $ 11.2 Dig & repair hole at 62.7m from MH 4079 Lump sum 1 $ $ 11.3 Cut intruding services (53.1m from MH 4079) Each 1 $ $ 11.4 Reline 375mm diameter pipe Lineal metre 120 $ $

Reconnect sewer service connection 11.5 150mm diameter lateral Each 5 $ $ 11.6 200mm diameter lateral Each 2 $ $

Seal sewer service connection / main interface 11.7 150mm diameter lateral Each 5 $ $ 11.8 200mm diameter lateral Each 2 $ $ 12 First Street, Sinclair Street to Ovens Street, MH 6285 to MH 6285A, Contract NWIT-12-01: Book 3, DVD #13,

Reports #143 & Drawing 130501 R-8 12.1 Verify active services Each 2 $ $ 12.2 Dig & repair fractured pipe at 86.8m from

MH 6285A Lump sum 1 $ $

12.3 Reline 250mm diameter pipe Lineal metre 91 $ $ Reconnect sewer service connection

Page 22: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

FORM OF TENDER FT – 8 of 19 Tenderer’s Initials______________ PEL NO. 2013-05-01

FORM OF TENDER – Appendix 1 2013 SEWER REHABILITATION PROGRAM

(TITLE OF CONTRACT) NWIT-13-06

(OWNER’S CONTRACT REFERENCE NO.) Schedule of Quantities and Prices

(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.)

ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT SECTION 1 - INTERNAL RECONSTRUCTION CIPP OR FOLD & FORM RELINING Include flushing and cleaning, root & grease cutting, cutting protruding services (if required), pre lining CCTV inspection, internal pipe renewal, internal service reinstatement, sealing of service interfaces, and final video inspection and CCTV inspection reports, as specified in Section 33 01 30.1S, 33 01 30.2S, 33 30 01, 33 10 01, 33 45 01S, 33 46 01S. 12.4 150mm diameter lateral Each 2 $ $

Seal sewer service connection / main interface 12.5 150mm diameter lateral Each 2 $ $ 13 First Street, Sinclair Street to Ovens Street, MH 6285A to MH 6280, Contract NWIT-12-01: Book 3, DVD #13,

Reports #143 & Drawing 130501 R-8 13.1 Adjust MH 6285A to grade Lump sum 1 $ $ 13.2 Dig & repair deformed and broken section at

23.0m from MH6285 Lump sum 1 $ $

13.3 Reline 250mm diameter pipe Lineal metre 29 $ $ TOTAL SECTION 1 - INTERNAL RECONSTRUCTION CIPP OR FOLD & FORM RELINING $

(transfer total to page 4)

Page 23: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

FORM OF TENDER FT – 9 of 19 Tenderer’s Initials______________ PEL NO. 2013-05-01

FORM OF TENDER – Appendix 1 SCHEDULE OF QUANTITIES AND PRICES

(See paragraph 5.3.1 of the Instructions to Tenderers - Part II and paragraph 4.1 of the Instructions to Tenderers) FORCE ACCOUNT RATES

This section shall be read with and shall form part of the tender form. The following tendered rates shall form the basis of payment for changes in the Work carried out in accordance with the Contract.

PERSONNEL

The Personnel Costs shall include overhead, profit, and all other costs, excluding only GST.

Occupation Hourly Rate Overtime Hourly Rate

EQUIPMENT (INCLUDING OPERATOR)

The equipment costs shall include wear and tear, maintenance, fuel, operator, overhead, profit, and all other costs, excluding only GST.

Description Model/Size and Year Hourly Rate Overtime Hourly Rate

SUBCONTRACTORS

The subcontractor costs shall include all costs, excluding only GST.

Description of Work Hourly Rate Overtime Hourly Rate

Page 24: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

FORM OF TENDER FT – 10 of 19 Tenderer’s Initials______________ PEL NO. 2013-05-01

FORM OF TENDER – Appendix 2 PRELIMINARY CONSTRUCTION SCHEDULE (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 COMPLETION WITHIN 8 WEEKS OF ISSUANCE OF NOTICE TO PROCEED.

ACTIVITY CONSTRUCTION SCHEDULE (WEEKS)

1 2 3 4 5 6 7 8

PRE-INSPECTION AND CLEAN

SEAL SERVICE CONNECTION / MAIN INTERFACE

INTERNAL RECONSTRUCTION CIPP OR FOLD & FORM RELINING

SEWER SERVICE RECONNECTION

SEAL SERVICE CONNECTION / MAIN INTERFACE

FINAL CCTV AND REPORT

Page 25: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

FORM OF TENDER FT – 11 of 19 Tenderer’s Initials______________ PEL NO. 2013-05-01

FORM OF TENDER – Appendix 3 EXPERIENCE OF SUPERINTENDENT

(See paragraph 5.3.3 of the Instructions to Tenderers - Part II) The tenderer shall provide experience of superintendent (supervisory role or role on installation crew related to installation Contractor or installation subcontractor responsible for sanitary service reconstruction) in Work of a nature similar to this proposed Contract. It is the intention of the Owner to use the information given below to assess the experience of the tenderer in the appropriate fields of Work. The Owner may contact the references given below before awarding the Contract.

Name: ________________________________

Experience:

Dates: _________________________________________________________________

Project Name: _________________________________________________________________

Responsibility: _________________________________________________________________

_________________________________________________________________

_________________________________________________________________

References: _________________________________________________________________

Dates: _________________________________________________________________

Project Name: _________________________________________________________________

Responsibility: _________________________________________________________________

_________________________________________________________________

_________________________________________________________________

References: _________________________________________________________________

Dates: _________________________________________________________________

Project Name: _________________________________________________________________

Responsibility: _________________________________________________________________

_________________________________________________________________

_________________________________________________________________

References: _________________________________________________________________

Page 26: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

FORM OF TENDER FT – 12 of 19 Tenderer’s Initials______________ PEL NO. 2013-05-01

FORM OF TENDER – Appendix 4 COMPARABLE WORK EXPERIENCE

(See paragraph 5.3.4 of the Instructions to Tenderers - Part II) The tenderer shall provide details at least five (5) of the most recent contracts they have undertaken within the last 5 years and totaling a length of at least 3,000 metres with work of a nature similar to this proposed Contract. It is the intention of the Owner to use the information given below to assess the experience of the tenderer in the appropriate fields of work. The Owner may contact the references given below before awarding the Contract. Attach additional pages with Tenderer’s initials if necessary.

Additional numbered pages or separate documents may be attached. Each additional page or separate document shall be signed by the tenderer.

PROJECT OWNER/ CONTRACT

NAME

PHONE NUMBER

WORK DESCRIPTION

LENGTH (metres)

VALUE ($)

TOTAL LENGTH (metres)

Page 27: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

FORM OF TENDER FT – 13 of 19 Tenderer’s Initials______________ PEL NO. 2013-05-01

FORM OF TENDER – Appendix 4B COMPARABLE WORK EXPERIENCE – CIPP OR FOLD & FORM

(See paragraph 4.1 of the Instructions to Tenderers) The Tenderer shall provide details of the most recent contracts they have undertaken with work of a nature similar to this proposed Contract. It is the intention of The City to use the information given below to assess the experience of the Bidder in the appropriate fields of work. The City may contact the references given below before awarding the Contract. Additional numbered pages or separate documents may be attached. Each additional page or separate document shall be signed by the Tenderer.

BACKGROUND INFORMATION

1. Installation Method – Insert as appropriate CIPP ( ), Fold & Form ( )

2. Provide list of contracts completed since 2008 (include client name, contact person, title, phone number)*

List attached ( )

3. How many projects completed since 2008 _________________

4. Any penalties imposed by clients or others (if yes provide details) Y/N

5. Year bidder or subcontractor began product installation _________________

6. Typical crew (number of persons) _________________

7. Name and previous experience of Contractor’s Superintendent who will be in charge of installation (attached resume and list of projects)*

Attach ( )

PROJECT OWNER/ CONTRACT NAME

PHONE NUMBER WORK DESCRIPTION

VALUE ($)

Page 28: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

FORM OF TENDER FT – 14 of 19 Tenderer’s Initials______________ PEL NO. 2013-05-01

FORM OF TENDER – Appendix 5 SUBCONTRACTORS

(See paragraph 5.3.5 of the Instructions to Tenderers - Part II and paragraph 4.1 of the Instructions to Tenderers) The tenderer agrees that the subcontractors employed will be listed here and that no changes, additions or deletions will be made to these sub-contractors without the written approval of the Contract Administrator.

SUBCONTRACTORS PERFORMING 20% OR MORE OF CONTRACT VALUE (See paragraph 5 of the Supplemental Instructions to Tenderers)

TENDER ITEM SUB-TRADE SUBCONTRACTOR NAME

ADDRESS OF SUB-

CONTRACTOR

PERCENTAGE OF CONTRACT

Internal Reconstruction – CIPP, Fold & Form

Service Interface Sealing

Post Construction CCTV Inspection

SUBCONTRACTORS PERFORMING LESS THAN 20% OF CONTRACT VALUE (See paragraph 5 of the Supplemental Instructions to Tenderers)

TENDER ITEM SUB-TRADE SUBCONTRACTOR NAME

ADDRESS OF SUB-

CONTRACTOR

PERCENTAGE OF CONTRACT

Internal Reconstruction – CIPP, Fold & Form

Service Interface Sealing

Post Construction CCTV Inspection

COMPARABLE WORK EXPERIENCE – RELINING

The tenderer shall list the product suppliers listed below they propose to use on the project. Product to include specific product to be used by installation contractor or installation subcontractor responsible for Work. Any changes or additions to this list must be submitted to the Contract Administrator for approval before subcontracting the Work.

PRODUCT SUPPLIER

CIPP Pipe

Fold & Form Pipe

Acrylamide Base Gel Sealing Material

Urethane Base Gel Sealing Material

Page 29: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

FORM OF TENDER FT – 15 of 19 Tenderer’s Initials______________ PEL NO. 2013-05-01

FORM OF TENDER – Appendix 6A (See paragraph IT 4.1 of the Instructions to Tenderers)

SCHEDULE OF TECHNICAL INFORMATION – INSTALLATION (to be completed for installation Contractor or Subcontractor)

Pipe Material Manufacturer:

Place of Manufacture:

MATERIALS

CIPP or Fold & Form Material Physical Properties

Flexural Modulus (Et) Initial (psi)

Flexural Modulus (Et) Long Term 50 year (psi)

Tensile Strength (Yield) (psi)

Third Party Test Data (Insert as appropriate) Attached ( ) Not Attached ( )

CIPP Resin Type or Fold & Form Cell Class

Description of the Installation Process:

(Insert ºF or as psi appropriate)

Pull In ( ) As Inversion ( )

Maximum Tensile Pull

Maximum Installation Rate

1.1 Installation Temperatures (ºF) max min

Upstream (Outside)

Upstream (Inside)

Downstream (Outside)

Downstream (Inside)

1.2 Installation Pressures (psi) max min

Upstream

Downstream

Page 30: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

FORM OF TENDER FT – 16 of 19 Tenderer’s Initials______________ PEL NO. 2013-05-01

FORM OF TENDER – Appendix 6B (See paragraph IT 4.1 of the Instructions to Tenderers)

SCHEDULE OF TECHNICAL INFORMATION – DESIGN

MAINLINE & POINT REPAIR – CIPP OR FOLD & FORM (to be completed for installation Contractor or Subcontractor)

CIPP Pipe Wall Thickness or F & F - DR (specified diameter, water table at 75% of depth of bury, 1,000 psi modulus of soil reaction 120 pcf soil density, 3% ovality loss, 2,000 lb live load, SF = 2.0) for the following:

SEWER MAINLINES Item No.

Drawing No.

Report Start MH

Depth (m)

End MH

Depth (m)

Diam. (mm)

Length (m)

DR or Thickness

1 130501 R-1 Contract NWIT-12-01: Book 6, DVD #55, Report #326

4227 1.75 4226 2.33 200 96.8

2 130501 R-2 Contract NWIT-12-01: Book 4, DVD #32, Reports #168

6253 3.80 6225 3.62 375 90.7

3 130501 R-2 Contract NWIT-12-01: Book 4, DVD #32, Report #169

6225 3.62 6225A 3.83 400 68.3

4 130501 R-2 Contract NWIT-12-01: Book 4, DVD #32, Report #170

6225A 3.83 6228 3.88 400 80.2

5 130501 R-3 Contract NWIT-12-01: Book 5, DVD #41, Reports #221

4181 3.68 4180 3.98 500 49.8

6 130501 R-3 Contract NWIT-12-01: Book 5, DVD #41, Reports #222,

223

4180 3.98 4164 4.10 600 57±

7 130501 R-4 Contract NWIT-12-01: Book 5, DVD #42, Reports #232

4168 2.86 4164 4.05 450 106.0

8 130501 R-5 Contract NWIT-12-01: Book 5, DVD #47, Reports #267

4014A 1.85 4016 2.21 450 68.6

9 130501 R-6 Contract NWIT-12-01: Book 6, DVD #55, Reports #323

4017 2.48 4016 2.21 400 66.7

10 130501 R-6 Contract NWIT-12-01: Book 6, DVD #55, Reports #324

4017 2.54 4021 2.18 375 159.6

11 130501 R-7 Contract NWIT-12-01: Book 7B, DVD #65A, Reports #412

4079 1.54 4074 2.56 375 119.5

12 130501 R-8 Contract NWIT-12-01: Book 3, DVD #13, Reports #143

6285 1.36 6285A N/A 250 28.9

13 130501 R-8 Contract NWIT-12-01: Book 3, DVD #13, Reports #143

6285A N/A 6280 2.35 250 90.3

Page 31: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

FORM OF TENDER FT – 17 of 19 Tenderer’s Initials______________ PEL NO. 2013-05-01

FORM OF TENDER – Appendix 7 (See paragraph 4.1 of the Instructions to Tenderers)

SCHEDULE OF PLANT AND EQUIPMENT

The tenderer shall provide information on the plant and equipment that is proposed for the execution of the Work. Plant to include specific plant related to installation contractor or installation subcontractor. Any changes or additions to this list must be submitted to the Contract Administrator for approval.

Plant under Bidders Control:

Plant to be Rented:

Plant to be Purchased:

Page 32: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

FORM OF TENDER FT – 18 of 19 Tenderer’s Initials______________ PEL NO. 2013-05-01

FORM OF TENDER – Appendix 8 SCHEDULE OF PROPOSED ALTERNATES

(See paragraph 4.1 of the Instructions to Tenderers)

The following is a full and complete statement and description of the tenderer’s suggested alternates (if any) to the specifications and/or deviations from the requirements of the Tender Documents, and any increase or decrease in the bid sum resulting there from.

Description of Alternate Change of Contract Value

Page 33: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

FORM OF TENDER FT – 19 of 19 Tenderer’s Initials______________ PEL NO. 2013-05-01

FORM OF TENDER – Appendix 9 DECLARATION – LIVING WAGE EMPLOYER

(See paragraph 5.8 of the Instructions to Tenderers)

I, as a duly authorized signing officer of

Company: ______________________________________

Address ______________________________________

______________________________________, confirm that all employees and sub‐ contractors under our contract with the City as outlined below, are paid not less than the “Living Wage” as calculated by the Living Wage for Families Campaign.

I understand that this requirement extends only to those employees and sub‐contractors’ employees that perform work while on City premises and property for durations in excess of one continuous hour per occasion.

I understand that the City will conduct audits if and when notification of breach of this compliance is received by the City. I understand that in the event any breach of this declaration is found to be true, the City reserves the right to cancel its contract without penalty at any time once said authentication of the breach is made.

Contract Name: ______________________________________________________

Authorized Signatory: Dated:

Page 34: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

AGREEMENT AGT – 1 of 7

PEL NO. 2013-05-01

Agreement Between Owner and Contractor

THIS AGREEMENT made in duplicate this _____ day of ________, 2013.

Contract: 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING

Reference No. NWIT-13-06

Paragon File 2013-05-01

BETWEEN:

CORPORATION OF THE CITY OF NEW WESTMINSTER 511 Royal Avenue New Westminster, B.C., V3L 1H9 (the “Owner”)

AND:

_______________________________________________________________________________

_______________________________________________________________________________

_______________________________________________________________________________ (NAME AND OFFICE ADDRESS OF CONTRACTOR)

(the “Contractor”)

The Owner and the Contractor agree as follows:

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 within 8 weeks 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.

Page 35: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

AGREEMENT AGT – 2 of 7

PEL NO. 2013-05-01

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

ARTICLE 4 PAYMENT

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

4.2 If the Owner fails to make payments to the Contractor as they become due in accordance with the terms of the Contract Documents then interest calculated at 0% per annum over the prime commercial lending rate of the Royal Bank of Canada on such unpaid amounts shall also become due and payable until payment. Such interest shall be calculated and added to any unpaid amounts monthly.

ARTICLE 5 RIGHTS AND REMEDIES

5.1 The duties and obligations imposed by the Contract Documents and the rights and remedies available there under 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.

Page 36: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

AGREEMENT AGT – 3 of 7

PEL NO. 2013-05-01

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:

Corporation of the City of New Westminster 511 Royal Avenue New Westminster, B.C., V3L 1H9

The Contractor:

______________________________________________________________________________ ______________________________________________________________________________

______________________________________________________________________________ Fax: ____ ____ ________ E-mail: ____ ____ ________ Attention: _________________

The Contract Administrator:

Paragon Engineering Ltd. #104 – 1515 Broadway Street Port Coquitlam, BC Tel. 604-944-0820 ext. 234 Fax: 604-944-0815 E-mail: [email protected] Attention: John Kupskay, P. Eng.

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 and received by fax; 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 will be received properly, and the provisions of paragraph 12.5 of the Instructions to Tenderers apply to the sender.

Page 37: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

AGREEMENT AGT – 4 of 7

PEL NO. 2013-05-01

ARTICLE 7 GENERAL

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

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

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

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

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

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

Contractor:

________________________________________ (FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL)

________________________________________ (AUTHORIZED SIGNATORY)

________________________________________ (AUTHORIZED SIGNATORY)

Owner:

CORPORATION OF THE CITY OF NEW WESTMINSTER

________________________________________ (AUTHORIZED SIGNATORY)

________________________________________ (AUTHORIZED SIGNATORY)

Page 38: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

AGREEMENT AGT – 5 of 7

PEL NO. 2013-05-01

Schedule 1

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

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

1. Agreement, including all Schedules and Appendices;

2. Supplementary General Conditions (Approved Supplementaries);

3. General Conditions* (not attached);

4. Specifications* (not attached);

5. Supplementary Standard Detail Drawings (not applicable);

6. Standard Detail Drawings* (not attached);

7. Executed Form of Tender, including all Appendices;

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

9. Instructions to Tenderers - Part I;

10. Instructions to Tenderers - Part II*;

11. Technical Specifications:

01 59 01 Safety

33 01 30.1S Closed Circuit (CCTV) Pipeline Inspection

33 01 30.2S Cleaning of Sewers

33 45 01S Internal Pipeline Reconstruction – CIPP or Fold & Form

33 46 01S Joint & Service Interface Sealing

12. The following Addenda:

Page 39: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

AGREEMENT AGT – 6 of 7

PEL NO. 2013-05-01

Schedule 2

LIST OF CONTRACT DOCUMENTS Item No.

Title Drawing No.

Date Revision Date

Revision No.

Location Plan 130501 K1 2013.03.22 2013.03.22 1 1 Royal Avenue, Peele Street to Merrivale Street

Contract NWIT-12-01: Book 6, DVD #55, Report #326 130501 R-1 2013.03.22 2013.03.22 1

2

3

4

Sixth Avenue, Fourth Street to Fifth Street Contract NWIT-12-01: Book 4, DVD #32, Reports #168 Sixth Avenue, at Fifth Street Contract NWIT-12-01: Book 4, DVD #32, Report #169 Sixth Avenue, Fifth Street to Sixth Street Contract NWIT-12-01: Book 4, DVD #32, Report #170

130501 R-2 2013.03.22 2013.03.22 1

5

6

Sixth Street, St. George Street to Lancaster Street Contract NWIT-12-01: Book 5, DVD #41, Reports #221 Sixth Street, Third Avenue to Lancaster Street Contract NWIT-12-01: Book 5, DVD #41, Reports #222, 223

130501 R-3 2013.03.22 2013.03.22 1

7 Third Avenue, Fifth Street to Sixth Street Contract NWIT-12-01: Book 5, DVD #42, Reports #232

130501 R-4 2013.03.22 2013.03.22 1

8 Fourth Street, Royal Avenue to City Hall Driveway Contract NWIT-12-01: Book 5, DVD #47, Reports #267

130501 R-5 2013.03.22 2013.03.22 1

9

10

Royal Avenue, West of Fourth Street Contract NWIT-12-01: Book 6, DVD #55, Reports #323 Royal Avenue, Fourth Street to Sixth Street Contract NWIT-12-01: Book 6, DVD #55, Reports #324

130501 R-6 2013.03.22 2013.03.22 1

11 Columbia Street, Church Street to Sixth Street Contract NWIT-12-01: Book 7B, DVD #65A, Reports #412

130501 R-7 2013.03.22 2013.03.22 1

12

13

First Street, Sinclair Street to Ovens Street Contract NWIT-12-01: Book 3, DVD #13, Reports #143 First Street, Sinclair Street to Ovens Street Contract NWIT-12-01: Book 3, DVD #13, Reports #143

130501 R-8 2013.03.22 2013.03.22 1

Page 40: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

AGREEMENT AGT – 7 of 7

PEL NO. 2013-05-01

Schedule 3

CCTV INSPECTION REPORTS & DVD’s

Item No.

Drawing No. Report Start MH

Depth (m)

End MH

Depth (m)

Diam. (mm)

Length (m)

1 130501 R-1 Contract NWIT-12-01: Book 6, DVD #55, Report #326

4227 1.75 4226 2.33 200 96.8

2 130501 R-2 Contract NWIT-12-01: Book 4, DVD #32, Reports #168

6253 3.80 6225 3.62 375 90.7

3 130501 R-2 Contract NWIT-12-01: Book 4, DVD #32, Report #169

6225 3.62 6225A 3.83 400 68.3

4 130501 R-2 Contract NWIT-12-01: Book 4, DVD #32, Report #170

6225A 3.83 6228 3.88 400 80.2

5 130501 R-3 Contract NWIT-12-01: Book 5, DVD #41, Reports #221

4181 3.68 4180 3.98 500 49.8

6 130501 R-3 Contract NWIT-12-01: Book 5, DVD #41, Reports #222, 223

4180 3.98 4164 4.10 600 57±

7 130501 R-4 Contract NWIT-12-01: Book 5, DVD #42, Reports #232

4168 2.86 4164 4.05 450 106.0

8 130501 R-5 Contract NWIT-12-01: Book 5, DVD #47, Reports #267

4014A 1.85 4016 2.21 450 68.6

9 130501 R-6 Contract NWIT-12-01: Book 6, DVD #55, Reports #323

4017 2.48 4016 2.21 400 66.7

10 130501 R-6 Contract NWIT-12-01: Book 6, DVD #55, Reports #324

4017 2.54 4021 2.18 375 159.6

11 130501 R-7 Contract NWIT-12-01: Book 7B, DVD #65A, Reports #412

4079 1.54 4074 2.56 375 119.5

12 130501 R-8 Contract NWIT-12-01: Book 3, DVD #13, Reports #143

6285 1.36 6285A N/A 250 28.9

13 130501 R-8 Contract NWIT-12-01: Book 3, DVD #13, Reports #143

6285A N/A 6280 2.35 250 90.3

END OF SECTION

Page 41: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

SUPPLEMENTARY GENERAL CONDITIONS SGC – 1 of 3

PEL NO. 2013-05-01

SUPPLEMENTARY GENERAL CONDITIONS (TO BE READ WITH “GENERAL CONDITIONS” CONTAINED IN THE PLATINUM EDITION OF THE PUBLICATION “MASTER MUNICIPAL

CONSTRUCTION DOCUMENTS” SPECIFIED IN “INSTRUCTIONS TO TENDERERS" IT - 2.2)

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.

CONTRACT ADMINISTRATION

3.3

Survey Layout and As-constructed

Information

3.3.5 (delete clause 3.3.5 and replace as follows)

1) All survey control, reference lines and grades shall be established by the Contractor. The Contractor shall ensure that the areas receiving the layout are unobstructed and clear of debris, equipment, excavations, and any other Work, prior to undertaking layout. The survey work shall not be measured for payment, but shall be considered incidental to the works.

2) The Contractor shall obtain from the Contract Administrator AutoCAD drawings in digital format for survey control and construction layout. The Contractor shall conduct all surveys during and after the Work for the purpose of providing the Contract Administrator with accurate coordinates (northing, easting, and elevation) of all construction installations. The Contractor shall maintain a set of Contract Drawings with record information recorded at his office. The information collected will include location and coordinates of new surface features, utilities and services and existing features where there are discrepancies between design drawings and actual field measurements.

3) Upon completion of each stage of the Work the Contractor shall provide the Contract Administrator with as-built information – as a red-line mark up of as-built drawing and in AutoCAD digital format complete with ASCII point file compatible to be imported into AutoCAD.

CONTRACTOR 4

Protection of Work, Property and the

Public

4.3

4.3.7 (add new clause 4.3.7 as follows)

All survey stakes, pins, monuments or markers which, in the opinion of the Owner, have been damaged or disturbed shall be made good following construction by a registered B.C. Land Surveyor at the Contractor’s expense.

Construction Schedule 4.6.8 (add new clause 4.6.8 as follows)

Hours of Work:

The hours of Work must not extend beyond 0700 h and 2000 h, inclusive, daily. The Contractor shall schedule their Work within these hours and will not be permitted to commence Work earlier than 0700 h and/or work later than 2000 h,

Page 42: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

SUPPLEMENTARY GENERAL CONDITIONS SGC – 2 of 3

PEL NO. 2013-05-01

except as authorized by the Contract Administrator.

No Sunday Work will be permitted except in case of emergency and then only with written permission of the Contract Administrator and to such extent as they deems necessary.

Subcontractors 4.11 (amend clause 4.11.1 as follows)

Add at the end, “Additionally, no Subcontractor can perform more than 20% of the Tender Price without approval of the Owner.”

Final Cleanup 4.14.3 (add new clause 4.14.3 as follows)

1) 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.

Under no circumstances shall solids removed be dumped or spilled onto the streets or into ditches, catch basins or storm drains or downstream sanitary sewer lines. Watertight vehicles shall be used to convey the waste materials to the disposal sites.

PAYMENT 18

Preparation of Payment Certificate

18.1.2 (amend clause 18.1.2 (1) as follows)

(1) the total value of the Work completed and the receipt of materials and products incorporated into the Work based on surface measured length less 10% of surface measured length until CCTV inspection DVD’s and reports represented in the value of the Work completed are submitted within two (2) weeks after completion of works.

Substantial

Performance

18.6.7 (add new clause 18.6.7 as follows)

Notwithstanding any other provision of the Contract, no payments will be due or owing to the Contractor so long as a Lien filed by anyone claiming under or through the Contractor remains registered against the Project or any lands, or interest therein, on which Work for the project was performed. Failure of the Contractor to remove all Liens promptly will entitle the Owner to damages.

18.6.8 (add new clause 18.6.8 as follows)

Substantial Performance shall be defined as the date that sewers are accepted by the Owner. Acceptance shall not be given until two (2) copies of all post construction CCTV Reports have been received, reviewed and accepted by the Contract Administrator.

LAWS, NOTICES, PERMITS AND

FEES

20

Laws 20.1.2 (add clause 20.1.2 as follows)

a) Freedom of Information

The City of New Westminster 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 Owner and the information will not be disclosed, except to the extent necessary for carrying out the Owner's purposes or as required by law.

INSURANCE 24

Page 43: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

SUPPLEMENTARY GENERAL CONDITIONS SGC – 3 of 3

PEL NO. 2013-05-01

Required Insurance 24.1.7 (add new clause 24.1.7 as follows)

1) The Contractor shall ensure the following are additional named insured:

• Corporation of the City of New Westminster • Paragon Engineering Ltd.

2) In addition to the MMCD insurance requirements, the Contractor shall also comply with the following requirements of the City, which will take precedence:

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 City, at the Contractor's expense, Comprehensive 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.

2) All policies shall provide that they cannot be cancelled, lapsed. or materially changed without at least thirty (30) days notice to the City by Registered Mail.

3) Prior to the commencement of any work hereunder, the Contractor shall file with the City 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.

4) Should the Contactor neglect to obtain and/or maintain insurance as aforesaid, or deliver such policy or policies to the City, then it shall be lawful for the City to obtain and/or maintain such insurance and the Contractor hereby appoints the City his true and lawful attorney to do all things necessary for this purpose. All monies expended by the City for insurance premiums under the provisions of this clause shall be charged to the Contractor."

MAINTENANCE PERIOD

25

Correction of Defects 25.1.4 (add to clause 25.1.4 the following)

“The Owner is authorized to make repairs to defects or deficiencies if, ten days after giving written notice, the Contractor has failed to make or undertake with due diligence the required repairs. However, in the case of emergency where, in the opinion of the Owner, delay is not reasonable, repairs may be made without notice being sent to the Contractor. All expenses incurred by the Owner in connection with repairs made pursuant to GC 25 shall be paid by the Contractor and may be deducted from the Maintenance Security, or other holdbacks. The Contractor shall promptly pay any shortfall.”

Page 44: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

SUPPLEMENTARY SPECIFICATIONS SUPP – 1 of 3

PEL NO. 2013-05-01

Supplementary Specifications (TO BE READ WITH “STANDARD SPECIFICATIONS” IN THE PLATINUM EDITION OF THE PUBLICATION “MASTER MUNICIPAL

CONSTRUCTION DOCUMENTS” SPECIFIED IN “INSTRUCTIONS TO TENDERERS" IT - 2.2)

CIVIL SECTION

SUPPLEMENTARY

SPECIFICATIONS INDEX

DIVISION 01 – GENERAL REQUIREMENTS

01 53 01S Temporary Facilities 01 57 01S Environmental Protection 01 55 00S Traffic Control, Vehicle Access and Parking

DIVISION 31 – EARTHWORKS

31 24 13S Roadway Excavation, Embankment and Compaction

DIVISION 32 – ROADS AND SITE IMPROVEMENTS

32 12 16S Hot-Mix Asphalt Concrete Paving

ADDITIONAL SPECIFICATIONS

01 59 01 Safety 33 01 30.1S Closed Circuit (CCTV) Pipeline Inspection 33 01 30.2S Cleaning of Sewers 33 45 01S Internal Pipe Reconstruction – CIPP or Fold & Form 33 46 01S Joint & Service Interface Sealing Specifications

Page 45: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

SUPPLEMENTARY SPECIFICATIONS SUPP – 2 of 3

PEL NO. 2013-05-01

TEMPORARY FACILITIES SECTION 01 53 01S

1.11 Public Notice .1 (add new clause 1.11.1 as follows)

.1 The Contractor shall deliver a letter written by the Contract Administrator to all properties which may be affected by the Work not less than one week and not more than two weeks prior to commencement of the Work.

.2 The Contractor shall notify residents and businesses directly affected by the Work 48 hours in advance of commencement of the Work.

.3 The Contractor shall contact the Contract Administrator 48 hours prior to the commencement of the Work and upon completion of the Work.

ENVIRONMENTAL PROTECTION SECTION 01 57 01S

1.4 Environmental Protection

.4 (add new clause 1.4.4 as follows)

“Disposal of Wastes:

.1 Maintain the site in a neat and orderly condition. Rubbish accumulations to be removed promptly. Debris removed from cleaning operations shall be hauled off-site and disposed of by the Contractor at an acceptable point of disposal. The point of disposal shall be located by the Contractor.”

1.9 Chlorinated Water .1 (add new clause 1.9.1 as follows)

“If working within 10 m of any CORPORATION OF THE CITY OF NEW WESTMINSTER water mains, services connections, hydrants, etc. supplying water treated with chlorine, the Contractor shall maintain a minimum 22 kg supply of Sodium Thio-sulphate (brand names Penta, Hydrous) on site at all times. Treat all spillage or breakages with appropriate neutralizing dosage (7 gm per 1000 gallons). Contact City’s Water Department for recommended neutralizing procedures. Notify City immediately of all water main breaks”.

TRAFFIC CONTROL, VEHICLE ACCESS AND PARKING SECTION 01 55 00S

1.4 Information and Warning Devices

.9 (add new clause 1.4.9.6 as follows)

.6 Temporary “No-Parking” signs will be provided to the Contractor for the use during construction (available for pick-up at City Stores).

ROADWAY EXCAVATION, EMBANKMENT AND COMPACTION SECTION 31 24 13S

3.10 Landscape Restoration

.1

(add clause 3.10 as follows)

Grade and smooth all cuts and fills behind proposed curbs or Sidewalks to slopes acceptable to the Engineer

.2 Restore lawns with topsoil and sod to match existing lawn on private property and Roadway Boulevards

.3 Restore planted areas with topsoil, salvaged or new ground cover, and plants or shrubs to match existing planted areas on private property and Roadway Boulevards”.

Adjust existing utility covers, valves, services, meter boxes, manhole covers, catchbasins, and any other existing surface features to finished grade”.

3.11 Video Inspection

.1

(replace clause 3.11.1 as follows)

“All sewer installations shall be video inspected. One copy of the video complete with written report shall be submitted to the Engineer prior to connection of tie-in to the City system. Video inspection in accordance with Section 33 01 30.1S contained within these documents.”

Page 46: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

CORPORATION OF THE 2013 SEWER REHABILITATION PROGRAM NWIT-13-06 CITY OF NEW WESTMINSTER RECONSTRUCTION OF SEWERS - RELINING UNIT PRICE CONTRACT

SUPPLEMENTARY SPECIFICATIONS SUPP – 3 of 3

PEL NO. 2013-05-01

HOT-MIX ASPHALT CONCRETE PAVING SECTION 32 12 16S

1.5 Measurement and Payment

.1

(delete clause 1.5.1 and replace with new section 32 12 16S as follows)

Payment for asphaltic concrete paving includes all construction joint preparation, supplying and placing of asphaltic concrete, compaction and taped temporary pavement markings.

Measurement for asphaltic concrete paving for the specified design mixes for lower and upper course will be for asphaltic concrete pavement actually incorporated into the work based on weigh tickets provided to the Contract Administrator and loads delivered.

Locating and adjustments for existing manhole rims and covers and any other existing surface features to finished grade will be paid for each adjustment made. This price shall include all material, work and offsite disposal required to adjust each manhole to meet new asphaltic grade.

SAFETY SECTION 01 59 01 (add new section 01 59 01 as follows)

“Section 01 59 01 – as appended to these specifications”

CLOSED CIRCUIT (CCTV) PIPELINE INSPECTION SECTION 33 01 30.1S (delete section 33 01 30.1 and replace with new section 33 01 30.1S as follows)

“Section 33 01 30.1S – as appended to these specifications”

CLEANING OF SEWERS SECTION 33 01 30.2S (delete section 33 01 30.2 and replace with new section 33 01 30.2S as follows)

“Section 33 01 30.2S – as appended to these specifications”

INTERNAL PIPE RECONSTRUCTION – CIPP OR FOLD & FORM SECTION 33 45 01S (add new section 33 45 01S as follows)

“Section 33 45 01S – as appended to these specifications”

JOINT & SERVICE INTERFACE SEALING SPECIFICATIONS SECTION 33 46 01S (add new section 33 46 01S as follows)

“Section 33 46 01S – as appended to these specifications”

Page 47: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

Section 01 59 01 – SAFETY CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 01 59 01 – 1 of 2

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

PART 1 GENERAL

1.0 General .1 Section 01 59 01 refers safety at the worksite. The Contractor shall be responsible for the safety of all persons and property on or about the Project and for ensuring that the work is performed in accordance with all applicable safety requirements.

1.1 Related Work MMCD (2000)

.1 Traffic Control, Vehicle Access, and Parking Section 01 55 00S

.2 Closed Circuit Television Pipeline Section 33 01 30.1S

.3 Storm Sewers Section 33 40 01

.4 Pipe Culverts Section 33 42 13

.5 Manholes and Catchbasins Section 33 44 01

1.2 References .1 The abbreviated standard specifications for testing, materials, fabrication and supply, referred to herein, are fully described in Reference Specifications – Site and Infrastructure – MMCD Section 01 42 00. This section must be referenced to and interpreted simultaneously with all other sections pertinent to the works described herein.

1.3 Work Regulations .1 Work to conform to all applicable regulations of WorkSafeBC. Confirm training compliance in the following

.1 Confined space rescue

.2 Confined space entry

.3 Ventilation

.4 Atmospheric monitoring

.5 Self-contained breathing apparatus

.6 Personal protective equipment

1.4 Measurement for Payment

.1 Payment for all work performed under this Section will be incidental to payment for work described in other Sections.

PART 2 PRODUCTS (Not Applicable)

PART 3 EXECUTION

3.1 Notice .1 Provide at least seventy-two (72) hours written notice to all utility companies and property owners in the immediate vicinity of his operations prior to the commencement of construction and shall, if requested co-operate with such parties in the protection, removal or relocation of their installations and property

3.2 Safety Program .1 Develop, maintain and supervise for the duration of the work a comprehensive safety program that will effectively incorporate and implement all required safety precautions. The program shall, as a minimum, respond fully to the requirements of all applicable laws, ordinances, rules, regulations and orders, and general construction practices for the safety of persons or property, including without limitation any general safety rules and regulations of the Owner and any Worker's Compensation or Occupational Health and Safety legislation or regulations that may be applicable (e.g. WHMIS). The contractor shall provide a copy of the safety program to the Contract Administrator prior to the commencement of construction.

3.3 Safety Officer .1 Designate a safety officer who shall be qualified and authorized to supervise and enforce compliance with the safety program.

3.4 Safety Meetings .1 Arrange regular safety meetings at no expense to the Owner. The Contractor shall record the minutes of such meetings and maintain a complete file for review by the appropriate authorities where required.

Page 48: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

Section 01 59 01 – SAFETY CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 01 59 01 – 2 of 2

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

3.5 Safety Equipment .1 Supply and maintain, at no expense to the Owner, at his office or other well know place at the job site, safety equipment necessary to protect the workers and general public against accident or injury as prescribed by the governing authorities.

3.6 Fire Prevention and Protection

.1 Perform all work in a fire-safe manner. Comply with all applicable governmental requirements and, without limiting the generality of the foregoing, shall supply and maintain at the jobsite adequate and proper firefighting equipment.

3.7 Accidents .1 Except as otherwise agreed to in the Contract, supply and maintain all articles necessary for giving first-aid to any person who may be injured on the job-site and shall establish an emergency procedure for the immediate removal of any injured person to a hospital or a doctor's care in accordance with applicable legislative and regulatory requirements.

.2 Promptly report in writing to the Contract Administrator all accidents of any sort arising out of or in connection with the performance of the work whether on or adjacent to the jobsite, giving full details and statements of witnesses. If death or serious injuries or damages are caused, the accident shall be promptly reported to the Contract Administrator by telephone or fax in addition to any reporting required under provincial law and regulations.

.3 If a claim is made by anyone against the Contractor or any subcontractor on account of any accident, the Contractor shall promptly report in writing to the Contract Administrator, giving full details of the claim.

END OF SECTION

Page 49: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 01 30.1S – CCTV PIPELINE INSPECTION CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 01 30.1S – 1 of 10

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

PART 1 GENERAL

1.0 General Section 33 01 30.1S refers to those portion of the work that are unique to the requirements for inspecting new and existing sanitary, storm and combined sewer pipe and pipe culverts by closed circuit television. This section must be referenced to and interpreted simultaneously with all other sections pertinent to the works described herein.

1.1 General The Contract Administrator will provide the Contractor with Sanitary Sewer Key Plans showing manhole, and pipe reference numbers and a digital copy of an Excel file with pipe details including pipe reference number, plan lengths, pipe diameters, manhole numbers, etc. for cross referencing purpose per Clause 3.8

1.2 General Storm and Sanitary Sewers inspected as part of this project will be assessed and evaluated by Paragon Engineering Ltd. in accordance with WRc or PACP procedures concurrently with the Works. As such, certain provisions and submission requirements have been included in this contract. The Contractor is to comply with provisions and submission requirements as noted herein.

1.3 Related Work .1 Traffic Control, Vehicle Access, and Parking Section 01 55 00 .2 Cleaning of Sewers Section 33 01 30.2S .3 Sanitary Sewers Section 33 30 01 .4 Sewage Forcemains Section 33 34 01 .5 Storm Sewers Section 33 40 01 .6 Pipe Culverts Section 33 42 13 .7 Manholes and Catchbasins Section 33 44 01

1.4 References .1 The abbreviated standard specifications for testing, materials, fabrication and supply, referred to herein, are fully described in Reference Specifications – Site and Infrastructure – MMCD Section 01 42 00.

.2 Reference standards, specification or publications:

1. Water Research Centre (WRc) publication MSCC Manual of Sewer Condition Classification, Third Edition, 1993 including Addendum - February 1996.

.3 Nomenclature 1. NASSCO PACP - National Association of Sewer Service Companies – WRc –

Pipeline Assessment Certification Program. 2. CCTV – Closed Circuit Television 3. JPEG – Joint Photographic Experts Group 4. DVD – Digital Versatile Disc or Digital Video Disc

1.5 Submission of Certification

.1 Submit copy of the CCTV operator’s current PACP certification certificate to the Contract Administrator at least one week prior to the start of the CCTV inspection operations.

.2 Submit copy of certificate for each CCTV operator working on the contract.

1.6 Work Regulations .1 Work to conform to all applicable regulations of WorkSafeBC. Confirm training compliance in the following

.1 Confined space rescue

.2 Confined space entry

.3 Ventilation

.4 Atmospheric monitoring

.5 Self-contained breathing apparatus

Page 50: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 01 30.1S – CCTV PIPELINE INSPECTION CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 01 30.1S – 2 of 10

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

.6 Personal protective equipment

.2 Provide written confirmation to the Contract Administrator that workers have knowledge of confined space entry practices and of equipment required for confined space entry.

.3 The Contractor shall provide the Corporation with a written confined space entry procedure and a written confined space rescue procedure before commencement of any work at any of the construction project sites.

1.7 Scheduling of Work .1 Schedule work to minimize interruptions to existing services.

.2 Maintain existing flow during inspection survey unless flow reduction measures required (see Clause 3.11).

.3 The Contractor will be provided with a spreadsheet outlining project details including Pipe Characteristics / Information ("Node Up", "Node Down", "Length”, "Diameter", Flushing Summary (“Metres Flushed", “Date Flushed", "Grease / Hub (Yes/No)", "Grease / Hub Removal Callback (Yes/No)", “Flushing Comments”, CCTV Summary “Metres CCTV'd", “Date CCTV'd", “CCTV Comments”, and CCTV Coding (“Metres Coded”, “Date Reviewed”, “Coding Comments”. The Contractor will be required to maintain the spreadsheet on a daily basis and submit a digital copy to the Engineer on a weekly basis.

.4 The Contractor shall contact Creighton O’Malley (Engineering Department phone: 604-830-6955) at the end of each day, stating the location of work and type of work to be undertaken the following day.

.5 The City will not be responsible to install the video camera string line if required.

.6 The Contractor shall notify residents prior to accessing easements and rights of way adjacent to private property. All requests to access private property shall be obtained from the resident(s) prior to accessing private property.

1.8 Measurement for Payment

.1 All units of measurement for payment will be as specified herein unless shown otherwise in Form of Tender. If not shown in Form of Tender, works are deemed to be incidental to other items of work.

.2 CCTV pipeline inspection will be measured in lineal metres. Payment will be made at the unit price bid in Form of Tender. Only one payment will be made for each manhole to manhole segment.

.3 Measurement will be determined by calibrated electronic measure along the sewer from the inside wall of manhole to inside wall of manhole or end to end of sewer pipe for all sections except where a blockage or obstruction occurs. Only pipes acceptably cleaned and inspected will be considered for payment. Inspections not meeting the requirements of the Supplementary Specifications shall be reinspected at the Contractor’s expense.

.4 For sections of pipe where a blockage or obstruction occurs, measurement will be from the start of inspection (inside wall of manhole) to the point of abandonment of survey.

.5 For sections of pipe with the WRc. condition code CU (camera underwater) that has a continuous distance greater than five (5) metres, the measurement above will be reduced by the distance in excess of the five metres.

.6 Bypass pumping for each situation as described in the Form of Tender will be made

Page 51: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 01 30.1S – CCTV PIPELINE INSPECTION CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 01 30.1S – 3 of 10

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

as lump sum

.7 Contractor to verify camera measurement against known distance in the presence of Owner’s representative prior to start of works.

PART 2 PRODUCTS

2.1 Equipment .1 Survey Vehicle to contain a separate area for viewing, recording and controlling the CCTV operation.

.1 Viewing and control area to be insulated against noise and extremes in temperature. External and internal sources of light to be controlled to ensure the light does not impede the view of the monitor screen. Proper seating accommodation to be provided to enable one person in addition to the operator to clearly view the monitor screen.

.2 All equipment utilized within the pipeline to be stored outside the viewing, recording and control area.

.3 Vehicle to be equipped with a telephone for communication with the Contract Administrator for the duration of the work.

.4 Electrical power for the system to be self-contained. External power sources from public or private sources not permitted

.2 Survey Equipment to have sufficient cables to view the lengths of pipe as specified.

.1 Each unit to carry sufficient numbers of guides and rollers such that, when surveying, all cables are supported away from pipe and manhole edges. All CCTV cables and lines used to measure the camera’s location within the pipeline shall be maintained in a taut manner and set at right angles, where possible, to run through or over the measuring equipment.

.2 Each unit to interface with a data generator and appropriate software to record the alphanumeric data associated with the pipeline condition and header reference location information.

.3 Survey unit to be a self-propelled crawler type with a means of transporting the CCTV camera in a stable condition through the pipeline and a skid mounted, towed type to be used when the crawler system will not traverse the pipeline. It is the intent of these specifications to ensure that wherever possible total line lengths will be inspected.

.3 Camera to be capable of producing high quality colour imagery and provide complete inspections and view of all laterals and deficiencies.

.1 Camera to be “Pan & Tilt” and have the capability of panning the pipe at 360º with tilt capability of 275º.

.2 Alternatively camera to be “hemispherical head” or fish-eye lens with the ability to rotate and observe 45º to the left and 45º to the right of the centre axis of the pipe. (See Clause 3.1.5 for restrictions)

.3 Live picture to be visible with no interference and capable of registering a minimum number of 400 lines of resolution at the periphery.

All digital video editing shall be done with non-linear video editing software, and in no case shall edited digital files be recompressed. Digital video files shall conform to the following requirements:

• Picture Size: NTSC 704 x 480 @ 29.97 frames per second • Data/Bit Rate: MPEG2 @ 5 M-bits/sec.

Page 52: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 01 30.1S – CCTV PIPELINE INSPECTION CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 01 30.1S – 4 of 10

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

• Video capture equipment shall be capable of capture with no frame loss”

2.2 Materials .1 Digital video files to be stored on new, unused DVD-R media.

.2 Colour photographs on premium glossy ink-jet paper are not required for this contract”

.3 Data storage to be Zip Drive or CD ROM

PART 3 EXECUTION

3.1 .1 CCTV operator to be certified by PACP and provide PACP Certificate Number.

.2 CCTV operator to have received and carefully reviewed all of the Contract Documents, including the Instructions to Tender and Specifications and Standard Detail Drawings prior to Contract starting.

.3 Contractor to submit sample of inspection report and video in DVD format, and corresponding digital database file for review within one week of receipt of notice to proceed with contract. Submission to include all Fields in Header of NASSCO PACP CCTV Inspection Form except 4, 6, 7, 11, 18, 19, 31, 32, 35, and 38 and otherwise satisfy all of the specifications contained herein. The accepted report submission will be used as a benchmark for subsequent inspection report submissions.

.4 No inspection surveys to be carried out under this contract until an acceptable sample inspection report has been approved by the Contract Administrator.

.5 Contractor to have CCTV Inspection reports including PACP data base reviewed by a PACP Certified Operator within their organization to ensure that coding is compliant with PACP requirements, and that probable errors such as "Re-Videos" and or "Cleaning", "Reversals Required" etc. can be addressed prior to Contractor leaving site.

.6 Contractor to submit each inspection report and video binder and corresponding digital database file for review within one week of completion of inspection.

The Contract Administrator will review reports on a binder by binder basis, and return binders with errors to the Contractor for editing and correction and resubmission.

The following will be cause for rejection and re-submittal of reports:

• report binders not assembled correctly following contract document requirements with pages missing and/or misplaced within the report binder,

• photographs taken but not numbered and not recorded on the report page , • instances of no reports and/or no videos supplied necessitating re-videos, • reversals which have been done and not referenced to previous reports, • incomplete video binders.

.7 Flow in the pipeline not to exceed approximately 1/3 of the pipe diameter. Notify Contract Administrator of excessive flows, video using flow reduction method (See Clause 3.11).

Instances where camera setup is poor resulting in camera being set too low in the pipe hence going underwater and displaying poor video that cannot be analyzed properly will not be accepted.

Page 53: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 01 30.1S – CCTV PIPELINE INSPECTION CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 01 30.1S – 5 of 10

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

.8 When using hemispherical head or fish-eye lens type camera all survey inspections to be carried out in reverse set-up (against the flow).

.9 Eliminate steaming and fogging encountered during the inspection survey by introducing forced airflow by means of fan.

.10 Camera lens to remain free of grease or other deleterious matter to ensure optimal clarity. CCTV Inspections where camera lens is dirty, foggy, or out of focus will be rejected.

.11 The inspections shall be captured in colour MPEG2 format (DVD) from the live video source. All digital videos shall be first generation recordings. One complete single digital file shall be submitted for each inspection. The final file may be produced in one of three ways:

.1 Using a computer system and capture card, the original recording may be captured continuously, regardless of the progress of the inspection. Where inspection progress is not continuous, the original raw digital file shall be edited prior to submission to remove the pauses, or

.2 Using a computer system and capture card, the original recording may be captured intermittently, where inspection progress is not continuous. The original raw digital files shall be combined to form one continuous file for submission, or

.3 Specialized video recording equipment which is capable of pausing and resuming live recording may be employed to produce one single file for submission”.

.12 Set zero chainage at face of every manhole or on entrance into pipe or start of pipe culvert. Contractor to verify camera measurement against known distance in the presence of Owner’s representative prior to start of works.

.13 Report and record on full length of pipeline from inside face to inside face between manhole or outlet end of pipes and from one end of pipe culvert to the other.

.14 Report and record audio that is distinguishable – ‘speak into the microphone’.

.15 Note condition of pipe joints at manhole walls at the beginning and end of each pipeline. Joint lengths to be carefully logged.

.16 Data generator to electronically generate and clearly display on the viewing monitor and video recording a record of data in alpha-numeric form containing the following minimum information prior to the start of each run:

.1 Manhole (from-to) / pipe length reference numbers. Have contractors record MH depths on all inspections to assist in "suggestions for rehabilitation."

.2 Pipeline dimensions

.3 Pipe material (i.e. vitrified clay, concrete, PVC, AC to be correctly identified. Obvious reference to concrete pipe being noted as non-reinforced when re-bar war evidenced within the pipe will not be accepted.

.4 Type or use of pipe (i.e. sanitary, storm or combined sewer)

.5 Date of survey (yyyy.mm.dd)

.6 Road name/location

.7 Direction of travel of survey equipment (U or D, Upstream or Downstream)

.8 Inspection (report) number

Page 54: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 01 30.1S – CCTV PIPELINE INSPECTION CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 01 30.1S – 6 of 10

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

.9 Verbal description of all the above on screen information.

.17 Data generator to continuously electronically generate and clearly display on the viewing monitor and video recording a record of data in alpha-numeric form containing the following minimum information during each run:

.1 Automatic update of the camera’s metre reading position from adjusted zero.

.2 Manhole/pipe length reference numbers.

.3 Type or use of pipe (i.e. sanitary, storm or combined sewer)

.4 The unique inspection/report number of the run.

Display digital information such that it will not interfere with the video image on the screen.

.18 Stop camera at each defect, change of condition of pipe and service connection to record defect in accordance with WRc codes.

.19 Add PACP code overlay to video at defects or connections in addition to continuously displayed data in as per PACP CCTV Inspection Form.

.20 Inspection at service connections to include view up middle of service to view infiltration or if service is live or capped. Pan around each service connection such that the camera looks at the entire interface and area adjacent as well as down the centerline of the service, pause for a minimum of five (5) seconds or as necessary to note condition of the joint and / or pipe/service interface. Instances of infiltration and re-bar at the interface are to be recorded.

.21 Immediately notify Contract Administrator of any blockage or obstruction that will not allow passage of survey equipment.

.22 Prior to restarting survey, await instructions from Contract Administrator on removal of obstruction. Restart inspection survey from the opposite end of pipeline or culvert when blockage or obstruction is encountered unless directed by Contract Administrator. Identify clearly in report of related report corresponding to reverse run. Mark with “See report #___ for reverse run” on all corresponding reports. Where reports are abandoned, clearly identify in report reason for abandonment.

.23 Although not specifically indicated, CCTV Inspection is to proceed through dips in pipes so that the extent and length of sags can be confirmed during the evaluation process. Contractor should proceed to televise through sags and dips, and complete inspection to designated end point. If after emerging from sag or dip, camera lens is dirty and vision is blurred, camera shall be advanced to a position where the lens can be cleaned. Reverse inspections from downstream manhole for such sections will be accepted. The intention is to televise as much of each manhole-to-manhole section as possible. Contractor will be paid for length of sewer televised between manhole-to-manhole sections. Lengths where the vision is blurred and the camera lens is below liquid level for distances greater than 3 meters in length (that could otherwise be televised with a clear picture), and total length of sag or dip is measurable will be paid for at 50% of Tendered unit price.

.24 For sewer lines that cannot be televised at the time of first set-up due to presence of roots, the Contractor will be required to attempt to retelevise after root cutting as part of original contract works.

For any sewer lines that cannot be televised due to presence of roots, the Contractor will be required to notify the City to perform root removal.

Page 55: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 01 30.1S – CCTV PIPELINE INSPECTION CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 01 30.1S – 7 of 10

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

The requirement for reinspection does not apply to encountering broken pipes, Joint Displaced (large), Open Joint (large), Intruding Connections, or Dimension Changes that prevent inspection from being completed between manholes.

An initial sample section (minimum 3000 meters) of a CCTV inspected area completed is to be submitted to the Owner’s representative. This section will be evaluated by the Owner’s representative for quality control. Any reports not meeting WRc standards will be noted and required to be redone. Errors in reports will be noted and returned to CCTV inspection contractor for correction.

After acceptance of initial sample, Contractor to submit Access file on a weekly basis for previous week’s work. DVDs and reports are to be submitted (minimum 4 DVDs) on a biweekly basis thereafter.

The Contractor will be required to mark up plan located at Operations Centre on a daily basis so that progress of works can be tracked by City Operations.

Incomplete reports and videos with survey abandoned due to presence of roots or cleaning will not be accepted. Only final report and video that have been televised after root cutting or cleaning shall be submitted.

Any manholes found that are not shown on Record Plans, or are not able to be located, are to be referenced, identified, and added to the Municipality’s inventory. The Contractor shall advise the Municipality any such manholes found, and obtain Municipal manhole numbers for new manholes, and note non-existent manholes in final written reports

.25 Where practicable, the inspection shall be carried out in a continuous manner, following the CCTV inspection plan, without constantly moving to different locations or catchment areas.

3.2 Recording Resolution

.1 At the beginning of each DVD or when a substitute camera is introduced perform a recording resolution test with use of a Marconi or RETMA resolution chart.

3.3 Site Coding Sheets .1 Each pipeline length to be recorded according to the MSCC. Any variation from the manual to be noted in the survey report.

.2 Add PACP code overlay to video at defects or connections in addition to continuously displayed data in as per PACP CCTV Inspection Form.

3.4 Camera Position .1 Position camera lens centrally in the pipeline with a positioning tolerance of ±10% off the vertical centerline axis of the pipeline. For elliptical pipe the camera to be positioned 2/3 the height of the pipe measured from the invert.

.2 Position camera lens looking along the longitudinal axis of pipeline except when viewing service connections or panning defects.

3.5 Camera Travel Speed

.1 Traveling speed of the camera in the pipeline to be as follows:

.1 0.1m/s for pipeline of diameter less than 200mm;

.2 0.15 m/s for diameters 200mm and larger but not exceeding 310 mm: and,

.3 0.20 m/s for diameters exceeding 310mm.

3.6 Camera Position Chainage Device

.1 Use a chainage device, which enables the cable length to be accurately measured to indicate the location of the camera.

.1 Chainage information to be transmitted electronically to control area and displayed on the monitor.

Page 56: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 01 30.1S – CCTV PIPELINE INSPECTION CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 01 30.1S – 8 of 10

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

.2 Chainage device to be accurate to within 0.3m up to the first 50m and within ±1% for lengths exceeding 50m.

.3 Chainage tolerance to be checked at the start of contract and a minimum of once every two weeks thereafter or every 5000m of pipeline inspected, whichever is greater.

.4 Provide audit form showing dates and distances checked to meet both tolerance requirements. Chainage linear measurement to be checked by use of a cable calibration device or tape or electronic measurement between fixed points.

3.7 Accidents .1 Photograph all major defects as defined by condition codes: B, CC, CL, CM, CX, CXI, D, FC, FL, FM, H, HSV, HVV, IR, IG, JOL, JOM, JSM, JSL, JX, OB,, RTB, RMC, RML, RMC, RBB,RBL, RBC,

.2 Photograph all connections before and after repairs. Include typical condition photo of each service connection after reconstruction in written report.

.3 Overlay on photographs the following data in alpha-numeric form such that it will not interfere with the defect condition reported

.1 Report/job number

.2 Metre reading position (chainage)

.3 Manhole/pipe length reference numbers (from - to)

.4 Photograph number

.5 WRc. condition defect code

.6 Date of survey (yyyy.mm.dd)

.4 Capture photograph and alphanumeric data as a digital image in a JPEG format, as specified in contract documents

.5 Co-ordinate photographs with the written report by reference number and inserting into the report following the relevant section of pipeline inspected.

3.8 Inspection Reporting Hard Copies & Digital Format

.1 Submit reports to Contract Administrator within 10 working days of completion of the field work on a continuous basis as the inspection area or pipeline types are finalized

.2 Present machine printed (hard copy) and computer generated data base reports according to the PACP format.

.1 Each DVD and binder to commence with an index of all survey inspection reports contained within

.2 Present DVD format inspection reports and videos, as well as computer generated database reports, according to the PACP format. Two complete copies of reports shall be provided. One complete copy shall include all written reports assembled in a single binder, data file (digital format shall be suitable for transfer into a software program to allow user to access and print individual reports), and DVD’s.

.3 Second copy to be complete report complete with data files, photos and DVD’s as specified herein.

.4 Reports to be presented in sections or drainage areas and/or by pipeline type or as specified in the contract documents Where a survey is abandoned and the reverse run completed, the reports for the entire run are to be compiled and presented consecutively, both on DVD and in the database.

Page 57: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 01 30.1S – CCTV PIPELINE INSPECTION CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 01 30.1S – 9 of 10

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

DVD reports shall be digitally linked to the video survey and shall have the ability to be viewed in split screen format, as per the flexidata TM Digital Video Survey (DVS) Module, or similar, approved software."

.5 Computer database file to contain identical survey report information as the printed / DVD report exclusive of photographs Present digital CCTV inspection data in PACP (WRc) file format in Microsoft Access.

.6 Provide CD ROM or Zip Drive of digital photographs. Disk or cartridge to be labeled with photo and contract number.

.7 Include City supplied, scale drawings showing highlight inspected pipeline. Drawing to be attached to inspection condition report / DVD for each section of sewer pipeline surveyed.

.3 Present report in 215mm x 280mm three ring (D type) binder. Accompanying DVD case (max two per binder) to be permanently attached to the inside cover of the binder.

.4 Attach computer disks in three-hole plastic diskette sheet holder in back of binder.

.5 Attach identical identification labels on the three-ring binder, DVDs and computer disk. Digital image disk to have image identification numbers on label.

Attach identical identification labels on the DVDs (inspection reports and videos) and CD-ROMs (digital database and JPEGs if required).

.6 Provide additional copies of printed report, if required as specified in contract documents.

.7 All dimensions and chainages in the reports to be metric.

.8 The City of New Westminster’s manhole numbering system will be used.

3.9 Flushing and Cleaning

.1 Flush and Clean pipelines to Section 02736S immediately prior to CCTV inspection survey, unless otherwise specified in the contract documents.

3.10 Root Cutting & Removal

.1 Remove roots to section 02736S for condition codes RT and RM if required, as specified in contract documents.

3.11 Flow Reduction .1 Reduce flow in pipeline to approximately 1/3 pipe diameter to allow CCTV inspection by combination of the following:

.2 Schedule work for off peak flow times.

.3 Plug or block flow at upstream manhole

.1 Plug designed to either plug all flow or impede flow to the approximate 1/3 pipe diameter.

.2 Obtain Contract Administrator’s approval prior to plugging or impeding any flow.

.3 Remove plug or blocks to slowly return flow to normal without surge or surcharging downstream pipeline.

.4 Temporary bypass pump flow around inspection section when required, as specified in contract documents. Plug to be flow through with hoses and pump of sufficient capacity to handle the peak flow. Hoses and couplings to be leak free. Flow to be pumped to downstream manhole on same system or run as inspection takes place. Obtain Contract Administrator’s approval prior to setting up temporary bypass

Page 58: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 01 30.1S – CCTV PIPELINE INSPECTION CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 01 30.1S – 10 of 10

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

pump system.

.5 For large diameter sewers (> 600mm diameter), reduce flow in pipeline to approximately ½ pipe diameter to allow CCTV inspection by scheduling for off peak flow times.

3.12 Coding Accuracy .1 Coding accuracy to be a function of the number of defects or construction features not recorded (omissions) and the correctness of the coding and classification recorded. Coding accuracy to satisfy the following requirements:

.1 header accuracy 95%

.2 detail accuracy 80%

.2 Contractor to implement a formal coding accuracy verification system at the onset of the work. Coding accuracy to be verified by the Contractor on a random basis on a minimum of 10% of the inspection reports. Contract Administrator to be entitled to review the accuracy verification system and results and be present when the assessments are being conducted.

.3 A minimum of two accuracy verifications to be performed for each operator for each working week. Coding not satisfying the accuracy requirements to be re-coded and the accuracy of the inspection report immediately proceeding and following the non-compliant inspection to be verified. Process to be repeated until the proceeding and subsequent inspections meet accuracy requirements.

.4 An operator failing to meet the accuracy requirements on two occasions will not be permitted to code on the remainder of the project until they have successfully re-sat the PACP Level of Qualification for WRc Operators.

END OF SECTION

Page 59: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 01 30.2S – CLEANING OF SEWERS CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 01 30.2S – 1 of 3

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

PART 1 GENERAL

1.0 General Section 33 01 30.2S refers to those portion of the work that are unique to the requirements for cleaning of new and existing sanitary, storm and combined sewer pipe and pipe culverts.

1.1 Related Work MMCD (2000)

.1 Traffic Control, Vehicle Access, and Parking Section 01 55 00

.2 CCTV Pipeline Inspection Section 33 01 30.1S

.3 Sanitary Sewers Section 33 30 01

.4 Sewage Forcemains Section 33 34 01

.5 Storm Sewers Section 33 40 01

.6 Pipe Culverts Section 33 42 13

.7 Manholes and Catchbasins Section 33 44 01

1.2 References .1 The abbreviated standard specifications for testing, materials, fabrication and supply, referred to herein, are fully described in Reference Specifications – Site and Infrastructure – MMCD Section 01 42 00. This section must be referenced to and interpreted simultaneously with all other sections pertinent to the works described herein.

1.3 Work Regulations .1 Work to conform to all applicable regulations of WorkSafeBC. Confirm training compliance in the following

.1 Confined space rescue

.2 Confined space entry

.3 Ventilation

.4 Atmospheric monitoring

.5 Self-contained breathing apparatus

.6 Personal protective equipment

.2 Provide written confirmation to the Contract Administrator that workers have knowledge of confined space entry practices and of equipment required for confined space entry.

1.4 Scheduling of Work .1 Schedule work to minimize interruptions to existing services.

.2 Maintain existing flow during inspection survey unless flow reduction measures required (see Clause 3.11).

.3 The Contractor shall notify residents prior to accessing easements and rights-of-way adjacent to private property. Permission to access private property shall be obtained from the resident(s) by the Contractor prior to accessing the property. When required, work shall be rescheduled so as to not disturb residents.

1.5 Measurement for Payment

.1 All units of measurement for payment will be as specified herein unless shown otherwise in Form of Tender. If not shown in Form of Tender, works are deemed to be incidental to other items of work.

.2 Sewer cleaning will be measured in lineal metres. Payment will be made at the unit price bid in Form of Tender.

.3 Measurement for sewer cleaning and debris removal to be determined from plan distances and periodically confirmed by surface measured distances with a calibrated measuring devise.

.4 Measurement for storm sewer cleaning and debris removal to be determined from plan distances and periodically confirmed by surface measured distances with a

Page 60: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 01 30.2S – CLEANING OF SEWERS CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 01 30.2S – 2 of 3

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

calibrated measuring devise.

.5 Root cutting will be measured as a lump sum on a per line basis. Payment will be made at the unit price bid in Form of Tender.

.6 Protruding Service (hub) or obstruction cutting will be measured as a unit basis. Payment will be made at the unit price bid in Form of Tender.

PART 2 PRODUCTS

2.1 Equipment .1 High velocity cleaning equipment to be capable of providing a minimum flow of 4.0 litres per second at 13,800 kPa. Cleaning nozzle to be hydraulically or hydro-dynamically propelled and capable of producing a scouring action from 15 to 45 degrees. The equipment to include a water tank, pumps and hydraulically driven hose reel. Equipment to include a wash down gun for cleaning manholes and an approved back flow preventing device for water tank filling.

.2 Debris removal equipment to consist of a vacuum pump complete with positive displacement pumps or fans producing a minimum of 700 l/s air movement. Equipment to be capable of removing debris at a minimum of 4.5 metres vertical head. Suction hose to be a minimum of 150 mm diameter. Debris tank to be water tight and capable of returning the liquid portion of the debris to the sewer.

.3 Debris cutting equipment to be an accessory or attachment to hydraulic cleaning equipment. Equipment to be capable of removing heavy roots and solid debris such as encrustation and grease.

.4 Sewer plugs to be designed to stop and/or reduce flow from upstream sewer. Sewer plugs to be equipped with a tethering mechanism to allow for securing during the flow reduction operation and their subsequent removal.

.5 For large diameter sewers (> 600 m diameter), high velocity cleaning equipment to be capable of providing a flow of up to 5.0 litres per second (80 GPM) at 17,200 kPa (2,500 psi).

.6 For large diameter sewers (> 600 m diameter), debris removal equipment to consist of a vacuum pump complete with positive displacement pumps or fans producing up to 2300 l/s air movement.

PART 3 EXECUTION

3.1 Sewer Cleaning .1 Clean all pipelines as specified in contract documents.

.2 Begin cleaning from the upstream sewer in the system and proceed downstream. Under no circumstances is the sewer cleaning process to proceed downstream until all contributing upstream sewers have been cleaned. Sewers to be cleaned in the direction of flow.

.3 Remove debris by vacuum pumping at manhole. Do not pass debris from manhole to manhole.

.4 Dispose of debris at approved dumpsite, or location as specified in contract documents. Dispose of debris is Contractor responsibility.

.5 Comply with General Conditions 20.4 Environmental laws in regard to discharge of flushing water and debris." to be removed without damage to the system.

.6 Where an intruding service connection precludes passing of the camera during CCTV inspection, the Contractor shall notify the Contract Administrator who may

Page 61: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 01 30.2S – CLEANING OF SEWERS CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 01 30.2S – 3 of 3

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

require the intruding portion to be removed without damage to the system.

3.2 Water Supply .1 Water may be supplied from Municipal fire hydrants upon application for a Hydrant Use Permit.

.2 Arrangements for hydrant use are to be made by the Contractor through the City's Water Branch Manager, Bob Jack, at 604-526-4691, who may require supervision of the first hydrant set-up. The Contractor shall supply the appropriate backflow prevention devices and hose.

3.3 Root Removal .1 Obtain Contract Administrators approval prior to undertaking any root cutting.

.2 Run root cutter through entire section of pipeline from manhole to manhole or end of pipe to end of pipe.

.3 Choose root cutter head appropriately sized for the diameter of the pipeline.

3.4 Protruding Service Removal

.1 Notify the Contract Administrators for condition codes CNI CXI., JNI, or JXI.

.2 If hub cutting is required, coordinate work with Corporation crews

END OF SECTION

Page 62: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 45 01S – INTERNAL PIPE RECONSTRUCTION – CIPP OR FOLD & FORM CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 45 01S – 1 of 10

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

PART 1 GENERAL

1.1 General .1 Section 33 45 01S refers to those portions of the work that are unique to the supply and installation of sewer liners. Related appurtenances are included in other sections. This section must be referenced to and interpreted simultaneously with all other sections pertinent to the works described herein.

1.2 Related Work .1 Traffic Control, Vehicle Access, and Parking Section 01 55 00 .2 CCTV Pipeline Inspection Section 33 01 30.1S .3 Cleaning of Sewers Section 33 01 30.2S .4 Joint and Service Interface Sealing Section 33 46 01S

1.3 References .1 .1 ASTM D638-03 Standard Test Method for Tensile Properties of Plastics .2 ASTM D790-03 Standard Test Methods for Flexural Properties of

Unreinforced and Reinforced Plastics and Electrical Insulating Materials .3 ASTM D2990-01 Standard Test Methods for Tensile, Compressive, and

Flexural Creep and Creep-Rupture of Plastics .4 ASTM D5813-04 Standard Specification for Cured-In-Place Thermosetting

Resin Sewer Piping Systems .5 ASTM F1216-05 Standard Practice for Rehabilitation of Existing Pipelines and

Conduits by the Inversion and Curing of a Resin-Impregnated Tube .6 ASTM F1504-02 Standard Specification for Folded Poly(Vinyl Chloride)

(PVC) Pipe for Existing Sewer and Conduit Rehabilitation .7 ASTM F1743-96(2003) Standard Practice for Rehabilitation of Existing

Pipelines and Conduits by Pulled-in-Place Installation of Cured-in-Place Thermosetting Resin Pipe (CIPP)

.8 ASTM F1871-02e1 Standard Specification for Folded/Formed Poly (Vinyl Chloride) Pipe Type A for Existing Sewer and Conduit Rehabilitation

.9 ASTM F2019-03 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Pulled in Place Installation of Glass Reinforced Plastic (GRP) Cured-in-Place Thermosetting Resin Pipe (CIPP)

1.4 Work Regulations .1 Work to conform to all applicable regulations of WorkSafeBC. Confirm training compliance in the following:

.1 Confined space rescue

.2 Confined space entry

.3 Ventilation

.4 Atmospheric monitoring

.5 Personal protective equipment

.2 Provide written confirmation to the Contract Administrator that workers have knowledge of confined space entry practices and of equipment required for confined space entry.

.3 Comply with the Material Safety Data Sheet for the particular chemicals used in the preparation of the CIPP liner material. In particular where dictated, personnel safety equipment shall be worn when mixing the chemical resins or when physical contact with the chemical material is a possibility.

.4 The Contractor shall obtain all licenses, permits, and insurance required to operate any required equipment under the laws of the Province of British Columbia and in compliance with all the By-Laws of the Municipality. The Contractor shall be registered under the Workers' Compensation Act and the Contractor and the

Page 63: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 45 01S – INTERNAL PIPE RECONSTRUCTION – CIPP OR FOLD & FORM CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 45 01S – 2 of 10

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

Contractor's employees shall be entitled to the benefits thereof.

1.5 Measurement for Payment

.1 All units of measurement for payment will be as specified herein unless shown otherwise in Form of Tender. If not shown in Form of Tender, works are deemed to be incidental to other items of work.

.2 Form of Tender describes separate payment items for various sections of sewer relining consistent with pipe diameters.

.3 Separate payment for the removal of roots will be made. Cost of root removal, if required, shall be in accordance with Specification 33 01 30.2S.

.4 Separate payment for removal of intruding connections shall be in accordance with Specification 33 01 30.2S.

.5 Measurement for payment for sewer relining will be made in lineal metres for each payment item described in Form of Tender.

.6 Measurement for payment for sewer relining will be made based on centre to centre distances between manholes as measured in the field by Engineer’s Inspector and verified by the Contractor. An amount totaling 10% of agreed length will be withheld from payment until final post lining and post sealing CCTV inspection reports have been received and reviewed for acceptance by the Engineer. CCTV inspection reports must be received by the Engineer no later than two (2) weeks after completion of works.

.7 Restoration of service reconnections will be paid at the unit price bid for each complete service. This item shall include all work and materials necessary to complete the task and if required, temporary relief of services prior to final cutting.

.8 Sealing of service connection to main will be paid at the unit price bid for each complete seal shall be in accordance with Specification 33 46 01S. This item shall include all work and materials necessary to complete the task.

PART 2 PRODUCTS

2.1 Liner Technology .1 Acceptable liner technologies are as follows:

• Cured In Place Pipe – Inversion Method ASTM F1216-05 • Cured In Place Pipe – Pulled-in-Place Installation Method ASTM F1743-03 • Fold and Form ASTM F1504-02, F1871-02 • Pulled in Place Installation of Glass Reinforced Plastic (GRP) Cured In Place

Pipe ASTM F2019

2.2 Worksmanship .1 The finished CIPP liner shall conform to Clause 6.2 of ASTM D5813.

2.3 Liner .1 The liner material shall be such that it will restore the structural integrity of the pipe and eliminate the potential for infiltrating ground water and exfiltration of contents. The completed liner shall contain only materials capable of withstanding the effects of conventional sanitary sewage, the gases produced therefrom, grits, and other materials normally transported in sanitary sewage pipelines.

.2 All pipe shall be made of virgin material. No rework except that obtained from the manufacturers own production of the same formulation shall be used.

.3 The liner shall be sized such that there is no loss in capacity of the existing sewer. Calculations of pipe flow before and after liner installation shall be submitted to the Contract Administrator for approval. The Contractor shall field measure the

Page 64: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 45 01S – INTERNAL PIPE RECONSTRUCTION – CIPP OR FOLD & FORM CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 45 01S – 3 of 10

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

internal circumference of the sewers to determine the exact size of liner that is required so that the liner is tight to the wall of the existing pipe.

.4 The thickness of the liner shall be derived from calculations and assumptions based on ASTM Designation F1216-latest edition Appendix XI. The sewer mains to be rehabilitated will be deemed as “Fully Deteriorated Gravity Pipe”. The determination of factors such as groundwater level, soil type, soil depth, and live load shall be the responsibility of the Contractor’s design engineer.

.5 The length of the liner shall be that deemed necessary by the Contractor to effectively carry out the insertion and sealing of the liner at the inlet and outlet points. The contractor shall verify the lengths in the field before cutting the liner to length.

.6 For calculation purposes a factor of safety of two shall be used together with the appropriate considerations given to ovality, soil modulus, live loads, and hydraulic loads.

.7 The value used for long term Flexural Modulus (EL) shall not exceed 45% of the short term Flexural Modulus (EL) for CIPP and PVC products. Liner design calculations signed and sealed by a professional engineer shall be submitted to the Owner as part of the bid package.

PART 3 EXECUTION

3.1 Scheduling of Work .1 Schedule work to minimize interruptions to existing services. All services shall be reconnected within 12 hours unless alternative arrangements are provided by the Contractor and agreed to by the Contract Administrator.

.2 Maintain existing sewage flows during construction.

.3 Submit schedule of expected interruptions 72 hours in advance to Contract Administrator for approval and adhere to the approved schedule.

.4 The Contractor is to notify residents of dates and periods when service will be interrupted.

3.2 Cleaning .1 Flush and Clean pipelines to Section 33 01 30.2S immediately prior to installation of liner.

3.3 Root Cutting .1 Remove roots to section 33 01 30.2S for as required to ensure quality installation.

3.4 Bypass Pumping .1 Temporary bypass pump flow around all sections prior to the installation of liner, as specified in contract documents. Plug to be flow through with hoses and pump of sufficient capacity to handle the peak flow. Hoses and couplings to be leak free. Flow to be pumped to downstream manhole on same system. Obtain Contract Administrator’s approval prior to setting up temporary bypass pump system.

.2 Alternative to by-pass pumping maybe considered under exceptional circumstances with the following options, subject to Contract Administrator’s approval.

.1 Schedule work for off peak flow times. Flows levels to be maintained at less than 5 % of pipe diameter.

.2 Plug or block flow at upstream manhole. Plug designed to either plug all flow or impede flow to a maximum of 5% pipe diameter.

.3 Obtain Contract Administrator’s approval prior to plugging or impeding any flow.

.4 Remove plug or blocks to slowly return flow to normal without surge or

Page 65: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 45 01S – INTERNAL PIPE RECONSTRUCTION – CIPP OR FOLD & FORM CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 45 01S – 4 of 10

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

surcharging downstream pipeline

3.5 CCTV Inspection .1 Transport, handle, and store HDPE pipe in accordance with the Plastic Pipe Institute’s handbook and pipe manufacture’s recommendations.

.2 Perform full length, manhole to manhole post-lining CCTV inspection of each sewer main in accordance with Standard Supplemental Specification, Section 33 01 30.1S. Post lining inspection to confirm the fit and finish of the liner including the manhole ends and transition areas at services between liner and host pipe.

.3 Full pan and tilt video inspection is required to view ends and service interfaces. Coding of observations and reports are not required. Each recording shall be accompanied by a detailed index showing sewer section, date, and video recording count.

.4 Flow in the pipeline is not to exceed approximately 1/3 of the pipe diameter. Notify the Contract Administrator of any excessive flows, and video using flow reduction methods.

.5 Present two (2) copies of both pre and post lining CCTV inspection reports in sequence as per Clause 3.8 of Section 33 01 30.1S.

3.6 Dimension Check .1 Verify all host pipe diameters through field inspection for each run of sewer pipe. The Contractor shall be responsible for confirming the host pipe diameter.

3.7 Test Samples .1 Test samples to be prepared in 1.0 metre lengths of stainless steel pipe complete with satisfactory end seals as necessary to maintain resin within the sample are to be provided by Contractor. A minimum of one sample shall be prepared for each ten manhole to manhole runs of liner, plus any additional samples at random times throughout the Contract at the request of the Contract Administrator.

.2 Prepare test samples and cure sample utilizing the same material and protocol as the in-pipe trenchless sewer liner.

.3 Prepare test samples and cure as specified in presence of the Contract Administrator. Samples shall be submitted for testing immediately after the preparation of test sample and tested for thickness and flexural strength and flexural modulus in accordance with ASTM D 790 and D638.

.4 Samples are to be tested and evaluated as per ASTM D638 (Tensile Properties) and ASTM D790 (Flexural Modified for Compound Curved Specimens), as referenced in ASTM F1216-05, ASTM F1504-02, ASTM F1743-96(2003), ASTM F1871-02e1, and ASTM F2019-03.

.5 For each inversion length designated by the owner in the contract documents or purchase order, the preparation of two CIPP samples is required, one from each of the following two methods:

a) The sample should be cut from a section of cured CIPP at an intermediate manhole or at the termination point that has been inverted through a like diameter pipe which has been held in place by a suitable heat sink, such as sandbags.

b) The sample should be fabricated from material taken from the tube and the resin/catalyst system used and cured in a clamped mold placed in the downtube when circulating heated water is used and in the silencer when steam is used.

Page 66: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 45 01S – INTERNAL PIPE RECONSTRUCTION – CIPP OR FOLD & FORM CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 45 01S – 5 of 10

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

c) The samples for each of these cases should be large enough to provide a minimum of three specimens and a recommended five specimens for flexural testing and also for tensile testing, if applicable. The following test procedures should be followed after the sample is cured and removed.

3.8 Owner’s Inspection .1 Contract Administrator shall be present at all of the following stages of sewer liner preparation and installation:

.1 Pre-lining CCTV inspections.

.2 Impregnation of fabric with resin (“wet-out”).

.3 Installation of sewer liner.

.4 Post-lining inspection CCTV inspections.

.5 Impregnation of fabric with resin for test samples.

.6 Termination of curing procedure for test samples

.2 All work as noted above associated with the installation of the sewer liner to take place in the presence of the Contract Administrator unless waived in writing.

3.9 Liner Installation .1 The Contractor shall be responsible for the installation of the liner and all associated work unless specified otherwise. The method of installation will depend on the type of liner used. The handling and installation of the liner shall be in strict adherence to the manufacturer’s specifications.

.2 For “Pull-in” type installations a recently calibrated Dynamometer shall be used with the winch during the installation procedure.

.3 Pressure and temperature gauges shall be located on both the upstream and downstream ends of the liner to allow for monitoring during the curing process

.4 Line obstructions:

.1 The Contractor shall be responsible for clearing the line of obstructions such as solids, protruding branch connections or broken pipe that will prevent the insertion of the liner. If inspection reveals an obstruction that cannot be removed by “no-dig” techniques, the Owner will make a point excavation to uncover, remove or repair the obstruction.

.2 The Contractor will not be reimbursed for damages or lost time while the Owner completes the point excavation and repair.

.3 Complete CCTV inspection before liner installation in accordance with Specification 33 01 30.1S submit two copies of prelining inspection recording / DVD and report to Contract Administrator with post lining final inspection recording / DVD and reports.

.5 If the liner installation is terminated before completion, the Contractor shall be responsible for the retrieval of the liner. The existing sewer shall be reinstated to a condition equal to or better than before the attempted liner installation.

.6 The finished lining shall be continuous over the entire length of an insertion run and shall be free from visual defects such as foreign inclusions, dry spots, pinholes, and delamination.

.7 The liner ends in the manhole shall be tight fitting and shall require the application of a watertight sealing product at the terminal points. The sealing product shall be compatible with the liner. Liner end work shall not commence until the liner has fully stabilized. Any lip or obtrusion created by the liner shall be gently tapered. The liner ends shall not obstruct sewage flow.

Page 67: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 45 01S – INTERNAL PIPE RECONSTRUCTION – CIPP OR FOLD & FORM CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 45 01S – 6 of 10

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

3.10 Service Connections .1 Before liner installation, the Contractor shall be responsible for verifying which services are live and which are to be abandoned, using dye testing, or CCTV lateral inspection. If there is a service that discharges flow at a continuous rate, it is the Contractor’s responsibility to decide whether or not to continue the lining process. If the Contractor feels that the flow will interfere with the lining process, the Contractor shall notify the Contract Administrator and reschedule the lining. No compensation shall be given for delay or removal of a liner due to a continuous flow from a service.

.2 After liner installation, testing, and stabilization are complete, each existing service connection which has been designated by the Contract Administrator to be reconnected shall be reopened.

.3 The service reconnections shall be carried out from the interior of the pipe, without excavation, by a television camera directed cutting device. Service to be reopened to a minimum of 95% of the original opening. The edge between the lateral and the liner shall be brushed smooth.

.4 All reinstated services and outside drop connections shall have the service main interface sealed with a chemical grout in accordance with Section 33 46 01S to provide a leak free connection.

.5 After the grouting process, the lateral packer shall be deflated until the pressure meter reads zero, then inflated and the interface tested to hold 2 bar (200 KPa) for 15 seconds. Any service failing to meet this requirement shall be resealed and retested.

.6 After the service lateral has been grouted, the Contractor must conform that the lateral id fully operational and that there is no excessive grout in the service lateral that would cause flow back up in the lateral.

.7 Camera used for interface sealing operations to be “Pan & Tilt “ and have the capability of panning the pipe at 360º with tilt capability of 275º as specified in Section 33 01 30.1S 2.3.1. Pan each service connection (before and after sealing) such that the camera looks down the centerline of the service, pause for a minimum of five (5) seconds and note condition of the pipe/service interface before and after sealing. The use of straightline or “hemispherical head” or fish-eye lens camera will not be permitted.

3.11 TV Insspection & Quality Control

.1 After lining, reconnecting services, and interface sealing, the sewer shall be inspected by experienced personnel trained in locating breaks, obstacles, and service connections by closed circuit color television in DVD format. Final reports shall be assembled on one binder, and organized in the same order as contract drawings. Television inspection shall be completed in accordance with specification 33 01 30.1S, with the following additions.

a) The recordings shall contain voice description as appropriate and stationing of services. Data and stationing to be on video.

b) The recordings shall be continuous over the entire length of the sewer. c) Recordings shall remain the property of the Corporation. The Contractor may

retain a second copy for their use. d) All flows tributary to the sewer main being inspected shall be completely

diverted around the sewer main during inspection, if necessary and required by the Corporation.

Page 68: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 45 01S – INTERNAL PIPE RECONSTRUCTION – CIPP OR FOLD & FORM CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 45 01S – 7 of 10

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

.2 After installation and reconnecting services, the Contractor shall video inspect the sewer and submit three copies of DVD’s with log as per the Owner’s standards to the Contract Administrator for review.

.3 The quality of the liner and service interface will be assessed in part by the Contract Administrator when reviewing the post installation CCTV video recordings provided by the Contractor. Liners that do not conform to this document will be rejected by the contract administrator and remedial work shall be undertaken by the contractor in order to receive payment.

.4 Camera used for interface sealing operations to be “Pan & Tilt “ and have the capability of panning the pipe at 360º with tilt capability of 275º as specified in Section 33 01 30.1S 2.3.1. Pan around each service connection (before and after sealing) such that the camera looks at the entire interface and area adjacent as well as down the centerline of the service, pause for a minimum of five (5) seconds or as necessary to note condition of the pipe/service interface before and after sealing. The use of straightline or “hemispherical head” or fish-eye lens camera will not be permitted.

.5 It is the intention of this clause to ensure that the entire interface of service can be inspected for acceptance after reinstatement and sealing.

.6 A completed CCTV report of each individual line shall be submitted to the Contract Administrator prior to the release of payment. These reports shall be presented in an 8½" x 11" three ring binder. The report shall include a table of contents, the individual report forms for each run of pipe, and a key map highlighting the section of sewer repaired and the video recording. The report shall include a still photograph or digitally produced image of each liner.

.7 No separate payment will be made for CCTV inspection. The payment for this work shall be deemed to be included in the unit prices tendered in the schedule of quantities & prices.

.8 DVDs and reports completed after lining and interface sealing shall be submitted to the Contract Administrator before final invoice. Should any portion of the inspection recordings be of inadequate quality or coverage, as determined by the Contract Administrator, the Contractor shall have the portion reinspected and recorded at no additional expense to the Owner.

.9 Defects that may affect the integrity or strength of the pipe, in the opinion of the Engineer, shall be repaired or the pipe replaced at the Contractor's expense. The completed replaced sewer main must have acceptable grade and alignment and be satisfactory to the Contract Administrator.

3.12 Residual Resin Materials

.1 Residual resin materials left over from grouting service interfaces or ends of liners shall be removed from the surface of the liner and host pipe. The finished liner shall be left smooth and flush with the existing pipe surface.

3.13 Criteria for Acceptance

.1 The following criteria will be considered as a minimum standard for pre-acceptance:

.1 The quality of the CIPP liner will be assessed in part by the Contract Administrator when reviewing the post installation CCTV video recordings provided by the Contractor. Liners that do not conform to the requirements specified in this document will be rejected by the contract administrator and remedial work shall be undertaken by the contractor in order to receive

Page 69: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 45 01S – INTERNAL PIPE RECONSTRUCTION – CIPP OR FOLD & FORM CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 45 01S – 8 of 10

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

payment. .2 The maximum permissible reduction in pipe diameter as a result of the installed

liner shall be calculated and submitted as part of the structural calculation requirements.

.3 The finished liner shall be continuous over the entire length of the inversion run and shall be free of any visual defects (ridges or ribs in the invert of the liner which could impair flow and create solids buildup), dry spots, pinholes, foreign intrusions, delaminations, and hall be free of any folds and creases. The finished liner shall be free of incomplete lateral restoration which could lead to blockages and leakage at manhole or lateral connections which could allow infiltration. The contractor may be required to provide an extended warranty or cut out and repair any defects.

.4 The finished liner shall be continuous over the entire length of the inversion run and shall be free of any structural defects including bulging, delamination, incomplete resin distribution, serious lateral miss cuts or over cuts, insufficient thickness, or strength. The Contractor may be required to repair these types of defects by sectional or full relining.

.5 Transition between liner material and host pipe to be smooth, free of any excess resin or other appendages that could impact the hydraulic performance of the pipe.

.6 The exposed surface of the liner shall be free of dimples, exposed fibers and any protrusions that may interfere with future maintenance requirements such as CCTV inspections, root cutting equipment, and grouting packers.

.7 Liner fabric shall be fully and evenly impregnated with resin.

.8 CIPP samples will be tested and evaluated as per: .1 ASTM D790 (Flexural Modified for Compound Curved Specimens) .2 ASTM D638 (Tensile Properties)

.2 Installations not meeting the acceptance criteria shall be corrected to the Contract Administrator’s satisfaction at the Contractor’s expense.

PART 4 EXECUTION

4.1 Design Objectives .1 The design objectives for carrying out trenchless sewer lining by CIPP methods include:

.1 Maximize the structural enhancement of the sewer system by provision of a close-fit liner with minimal annulus between the liner and the host pipe.

.2 Provide minimal impact or increase to the hydraulic capacity of the rehabilitated sewer.

.3 Provide a smooth transition between the liner and the host pipe to prevent the build-up of solids and minimize wear on the sewer system due to routine sewer cleaning and maintenance activities.

.4 Mitigate infiltration and exfiltration.

.5 Minimize sewer service disruption as a result of the lining.

4.2 The Delivered Project

.1 The finished liner shall be capable of restoring the structural integrity of the broken / cracked pipe and mitigating the potential for infiltrating ground water and exfiltration of contaminant.

.2 The work carried out by the contractor shall be guaranteed for one year.

4.3 Sewer Liner Design .1 Calculations will assume that all sections of sewer main to be rehabilitated are considered to be “Fully Deteriorated”. Designs will be based on the modified

Page 70: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 45 01S – INTERNAL PIPE RECONSTRUCTION – CIPP OR FOLD & FORM CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 45 01S – 9 of 10

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

AWWA formula as detailed in Appendix XI of ASTM F1216 latest edition.

.2 The following minimum design assumptions shall be employed:

.1 The total external pressure on the pipe shall include an allowance for an AASHTO HS 20 concentrated live load.

.2 The minimum soil density utilized in computation of dead load shall be 1920 kg/m3

.3 The height of the water above the pipe shall be based on the assumption that the groundwater table is 75% of the depth of the existing pipe.

.4 The ovality reduction factor shall be based on a minimum value of 3% unless a greater value is specified or warranted based on the Contractor’s observation of the CCTV inspection.

.5 The long-term value for the flexural strength (EL)shall deemed to be:

.1 The projected value at 50 years of continuous application of the load based on the specific resin and felt composite proposed for use as established by ASTM D2990 B Standard Test Methods for Tensile, Compressive, and Flexural Creep and Creep-Rupture of Plastics, or, in the case of having no ASTM D2990 values,

.2 45% of the flexural strength value as established by ASTM D790 Standard Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials.

.6 The modulus of soil reaction (E’s) shall be assumed to be 6900 kPa unless a higher or lower value is specified.

.7 The minimum factor of safety (N) to be utilized in the fully deteriorated design analysis shall be 2.

.8 A design check using Manning’s formula shall be performed to confirm that the rehabilitated section will have a hydraulic capacity equal to or greater than the existing pipeline The assumed value for Manning’s ‘n’ for the CIPP section shall be 0.012.

4.4 Submissions .1 The completed tender documents for this work shall include submission of detailed structural calculations that will be reviewed by the Consultant for conformance with design parameters outlined in SCHEDULE OF TECHNICAL INFORMATION (CIPP LINERS).

Failure to submit these calculations at the time of tender closing will eliminate the bid for consideration for this work.

.1 The following submissions are required in accordance Section 01 33 01 with tender:

.1 A design submission detailing all liner thickness computations in accordance with these specifications sealed by a Professional Engineer prior to the start of work.

.2 Independent third party verification of the flexural strength of the composite fabric tube and resin system(s) proposed for use based on ASTM D790 or ASTM D2990.

.2 The following submissions are required in accordance Section 01 33 01 on award of tender: An operations protocol outlining the following:

Page 71: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 45 01S – INTERNAL PIPE RECONSTRUCTION – CIPP OR FOLD & FORM CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 45 01S – 10 of 10

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

.1 Resin impregnation (‘wet-out’) protocol.

.2 Documentation that the resin proposed for use has not exceeded its shelf life as recommended by the manufacturer of the resin.

.3 The volume of resin to be impregnated for each liner for each diameter of pipe including allowance for polymerization and migration into cracks and joints of the host pipe.

.4 Curing Schedule including recommended duration and pressure required to effect a proper cure of the resin and fabric tube composite.

.5 Procedure for the repairing unacceptable liner installations. .3 The following submissions are required in accordance Section 01 33 01 upon

completion: .1 One copy of wet out and cure reports if not already (to be turned over

to the Contract Administrator on a weekly basis). .2 Marked up copy of construction drawings showing actual lengths

installed, manhole elevations, services reinstated. .3 Three (3) copies of sample test results including completed chain of

custody forms. .4 Three (3) copies of final Television Inspection reports and recordings

made before and after new pipe installation.

END OF SECTION

Page 72: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 46 01S – JOINT & SERVICE INTERFACE SEALING SPECIFICATIONS CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 46 01S – 1 of 7

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

PART 1 GENERAL

1.1 General .1 Section 33 46 01S refers to those portion of the work that are unique to the requirements for the joint and crack and service interface / sewer main sealing in existing sanitary, storm and combined sewer pipe and pipe culvert as itemized in the attached tender documents and shown on the accompanying plans. This section must be referenced to and interpreted simultaneously with all other sections pertinent to the works described herein.

1.2 Related Work .1 Traffic Control, Vehicle Access, and Parking Section 01 55 00 .2 CCTV Pipeline Inspection Section 33 01 30.1S .3 Cleaning of Sewers Section 33 01 30.2S .4 Joint and Service Interface Sealing Section 33 46 01S

1.3 Work Regulations .1 Work to conform to all applicable regulations of WorkSafeBC. Confirm training compliance in the following:

.1 Confined space rescue

.2 Confined space entry

.3 Ventilation

.4 Atmospheric monitoring

.5 Personal protective equipment

.2 Provide written confirmation to the Contract Administrator that workers have knowledge of confined space entry practices and of equipment required for confined space entry.

.3 Comply with the Material Safety Data Sheet for the particular chemicals used in the preparation of the CIPP liner material. In particular where dictated, personnel safety equipment shall be worn when mixing the chemical resins or when physical contact with the chemical material is a possibility.

.4 The Contractor shall obtain all licenses, permits, and insurance required to operate any required equipment under the laws of the Province of British Columbia and in compliance with all the By-Laws of the Municipality. The Contractor shall be registered under the Workers' Compensation Act and the Contractor and the Contractor's employees shall be entitled to the benefits thereof.

1.4 Access .1 It is the responsibility of the Contractor to locate all manholes to which access is required for cleaning, CCTV inspection, air testing and grouting of the sewer mains.

.2 It is the responsibility of the Contractor to ensure vehicles are not parked over manholes and that there is adequate maneuvering space for through flowing traffic. The Contractor shall be responsible for supplying and posting suitable “No Parking” signs a full 24 hours in advance of scheduled work.

1.5 Measurement for Payment

.1 All units of measurement for payment will be as specified herein unless shown otherwise in Form of Tender. If not shown in Form of Tender, works are deemed to be incidental to other items of work.

.2 Form of Tender describes separate payment items for various sections of sewer relining consistent with pipe diameters.

.3 Payment for Joint Testing will be made at the unit price per joint shown on the tender form. This unit price shall include the supply of all labour, equipment, materials, written report and all other requirements to complete the air pressure

Page 73: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 46 01S – JOINT & SERVICE INTERFACE SEALING SPECIFICATIONS CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 46 01S – 2 of 7

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

testing of sewer pipe joints.

.4 Payment for Joint Grouting will be made at the unit price per joint shown on the Tender Form. This unit price shall include the supply of all labour, equipment, materials, written report and all other requirements to complete the sealing of sewer pipe joints.

.5 Payment for Service Interface Sealing will be made at the unit price per joint shown on the Tender Form. The supply of all labour, equipment, materials, written report, and all other requirements to complete the air pressure testing and sealing of service sewer main interface.

PART 2 PRODUCTS

2.1 Joint Grouting Materials

.1 The following materials only shall be used as a chemical grout:

• Acrylamide gel • Urethane gel

.2 The name of the product that the Contractor has chosen to use shall be listed in the Tender Documents and shall be subject to the approval of the Contract Administrator.

.3 The Contractor shall use the product listed in the tender documents. No deviation from this product will be allowed without the written permission of the Contract Administrator.

.4 Prior to commencement of work, a copy of the Material Safety Data Sheet together with a product information sheet shall be submitted to the Contract Administrator for review for the base materials and any additives that the contractor is intending to utilize.

.5 Acrylamide base gel sealing material:

A minimum of 10% acrylamide base material by weight shall be used in the total sealant mix. A higher concentration (%) of acrylamide base material may be requested by the Contract Administrator in order to increase strength or offset dilution during injection in areas of high infiltration.

.6 Urethane base gel sealing material:

The mix ratio for urethane prepolymer shall be 1 part of urethane prepolymer to 8 parts of water (11% prepolymer). The liquid prepolymer shall have the following properties:

• A solids content of between 77% and 83% • Specific gravity of 1.04 (8.65 pounds per gallon US) • Viscosity of between 600 and 1200 centipoise at 21°C (70°F) • The water used to react the prepolymer must have a pH of between 5 and 9 • A cure time of 80 seconds at 4°C (40°F), 55 seconds at 16°C (60°F), and 30

seconds at 30°C (86°F) when 1 part prepolymer is reacted with 8 parts of water only.

.7 A cure time that can be reduced to 10 seconds for water temperatures of between 4°C (40°F) and 30°C (80°F) when 1 part prepolymer is reacted with 8 parts water containing a sufficient amount of gel agent additive.

Page 74: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 46 01S – JOINT & SERVICE INTERFACE SEALING SPECIFICATIONS CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 46 01S – 3 of 7

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

2.2 Closed Circuit TV Equipment

.1 Television equipment for the post grouting CCTV inspection shall be in accordance with Section 33 01 30.1S.

2.3 Joint & Crack Grouting Equipment

.1 The equipment for the joint grouting operation shall be contained within a vehicle used expressly for this purpose and shall include a control centre for the TV monitor, pumps, air compressors and the chemical feed system equipment capable of carrying out air pressure tests and chemically sealing a pipeline joint.

Joint grouting equipment shall include a "packer" working in tandem with a TV camera. The packer shall be a low void type and capable of performing a test-and-seal procedure.

Void pressure shall be measured at the void with a pressure gage and be clearly visible by the TV camera or by pressure transducer and the information transmitted electronically to the control console.

The grouting equipment shall be suitable for use with either acrylamide or urethane gels.

2.4 Service Interface Sealing

.1 The equipment for the sewer main service interface grouting operation shall be contained within a vehicle used expressly for this purpose and shall include a control centre for the TV monitor, pumps, air compressors and the chemical feed system equipment capable of carrying out air pressure tests and chemically sealing a pipeline joint.

Joint grouting equipment shall include a "packer" working in tandem with a TV camera. The packer shall be a low void type and capable of performing a test-and-seal procedure on the main and service lateral interface connection simultaneously. The service interface packer should e capable of sealing a minimum distance of 300 mm up service pipe from outside of main.

Void pressure shall be measured at the void with a pressure gage and be clearly visible by the TV camera positioned in the main or by pressure transducer and the information transmitted electronically to the control console.

2.5 TV Inspection .1 Camera used for interface sealing operations to be “Pan & Tilt “ and have the capability of panning the pipe at 360º with tilt capability of 275º as specified in Section 33 01 30.1S 2.3.1. Pan around each service connection (before and after sealing) such that the camera looks at the entire interface and area adjacent as well as down the centerline of the service, pause for a minimum of five (5) seconds or as necessary to note condition of the pipe/service interface before and after sealing. The use of straight line or “hemispherical head” or fish-eye lens camera will not be permitted

.2 It is the intention of this clause to ensure that the entire interface of service can be inspected for acceptance after reinstatement and sealing.

2.6 Communication .1 In the case of both TV video and joint grouting operations direct voice communication shall be established between the TV monitor control both in the vehicle and the re-wind station at the other end. This may be accomplished by a direct line of communication or radio. No loudspeaker devices shall be used.

2.7 Mobility .1 Equipment for both TV camera work and joint grouting operation shall be mounted in an appropriate type vehicle. Electrical power for the system shall be self-contained. External power sources from public or private residences shall not be permitted.

Page 75: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 46 01S – JOINT & SERVICE INTERFACE SEALING SPECIFICATIONS CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 46 01S – 4 of 7

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

PART 3 EXECUTION

3.1 Procedure .1 Thoroughly flush and Clean all pipelines to Section 33 01 30.2S immediately prior to all sewer sections to be tested, joints grouted and CCTV inspected, unless otherwise specified in the contract documents.

No separate payment for this work shall be made for flushing and cleaning of sewers. Payment for this work is deemed to be included in the Unit Prices tendered in the Schedule of Quantities & Prices.

3.2 Quality Control .1 The quality of flushing will be reviewed by the Corporation when reviewing the post grouting video recordings provided by the Contractor (see item 3-13 TV Inspection). The sewers not properly cleaned and flushed shall be reflushed and TV inspected at the direction of the Contract Administrator.

In the event that excessive amounts of debris are encountered during the flushing process, the Municipality will undertake the removal and disposal by vacuum pumping of the material.

3.3 Supply of Water .1 The Contractor may obtain water for Flushing and Cleaning purposes from several designated fire hydrants. The locations of which are listed on the attachment titled "Instructions on using Hydrants" The Fee and Damage Deposit for the use of hydrants will be waived by the Corporation for the duration of this work.

3.4 Testing of Joint Testing and Grouting Equipment

.1 Prior to any air test, the Contractor maybe called on to perform an air pressure tests on the packer system. The test shall be performed either by inserting the packer system in a section of sound sewer between joints and tested to 5 psi or by carrying out a “barrel test” at ground level. This test may be required at any time as requested by the Contract Administrator.

.2 No separate payment will be made for these tests. The payment for these tests shall be deemed to be included in the unit prices tendered in the Schedule of Qualities & Prices.

3.5 Joint Testing and Grouting Procedure

.1 Each pipe joint shall be tested on an individual basis with an air pressure test to 20 KPa (approx. 3 psi) in excess of the external hydraulic pressure or to a maximum of 70 KPa (approx. 10 psi). The pressure gauge shall be observed for a period of 15 seconds. Should the pressure in the void area drop 15 KPa (2 psi) in the 15 second period, the joint or joints will have been deemed to fail the test.

.2 All joints that fail the air test or that are obvious joint leaks and/or circumferential cracks shall be sealed by grouting.

3.6 Joint Testing Report .1 A type written report of all joints tested and sealed shall be submitted to the Contract Administrator on the standard "Grouting Report" (sample copy in Section K of this Document). These reports shall be presented in an 8½" x 11" three ring binder. The report shall include a table of contents, the individual report forms for each run of pipe, and a key map highlighting the section of sewer treated. The report shall include a listing of all joints, service interfaces, and cracks that failed the air pressure test and a distinction made between the joints that were treated with chemical grout and those which were not.

.2 The location of each joint that fails the air pressure test shall be referenced by a distance from the upstream manhole.

Page 76: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 46 01S – JOINT & SERVICE INTERFACE SEALING SPECIFICATIONS CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 46 01S – 5 of 7

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

.3 A draft copy of the joint testing reports shall be submitted by the contractor prior to the release of interim payments.

3.7 Joint Sealing Verification

.1 Upon completing the sealing of each individual joint or crack, the packer shall be deflated until the pressure metre reads zero pressure, and then reinflated and the joint retested as specified. Should the pressure metre not read zero, the Contractor shall clean their equipment of residual grout material or make the necessary equipment repairs/adjustments to produce accurate pressure readings. Joints that fail to meet the specified test criteria shall be resealed and retested. The test criteria must be met in order to receive payment.

3.8 Residual Sealing Material

.1 Residual Sealing Materials shall be removed from the joint. The sealed joints shall be left smooth and flush with the existing pipe surface.

3.9 TV Inspection & Quality Control

.1 The finished quality will be assessed in part by the Contract Administrator when reviewing the post installation CCTV video recordings provided by the Contractor. Repairs that do not conform to the requirements listed in this document will be rejected by the contract administrator and remedial work shall be undertaken by the contractor in order to receive payment.

.2 No separate payment will be made for CCTV inspection. The payment for this work shall be deemed to be included in the unit prices tendered in the schedule of quantities & prices.

3.10 Recording and Report

.1 A completed CCTV report of repairs shall be submitted to the Contract Administrator prior to the release of payment. These reports shall be presented in an 8½" x 11" three ring binder. The report shall include a table of contents, the individual report forms for each run of pipe, and a key map highlighting the section of sewer repaired and the video recording.

3.11 TV Insspection & Quality Control

.1 After joint and interface sealing, the sewer shall be inspected by experienced personnel trained in locating breaks, obstacles, and service connections by closed circuit color television in DVD format. Final reports shall be assembled on one binder, and organized in the same order as contract drawings. Television inspection shall be completed in accordance with specification 33 01 30.1S, with the following additions.

.1 The recordings shall contain voice description as appropriate and stationing of services. Data and stationing to be on video.

.2 The recordings shall be continuous over the entire length of the sewer.

.3 Recordings shall remain the property of the Corporation. The Contractor may retain a second copy for their use.

.4 All flows tributary to the sewer main being inspected shall be completely diverted around the sewer main during inspection, if necessary and required by the Corporation.

.2 After installation and reconnecting services, the Contractor shall video inspect the sewer and submit a video recording with log as per the Owner’s standards to the Contract Administrator for review.

.3 The quality of the liner and service interface will be assessed in part by the Contract Administrator when reviewing the post installation CCTV video recordings provided by the Contractor. Repairs that do not conform to this document will be rejected by the contract administrator and remedial work shall be undertaken by the contractor in order to receive payment.

Page 77: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 46 01S – JOINT & SERVICE INTERFACE SEALING SPECIFICATIONS CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 46 01S – 6 of 7

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

.4 Camera used for interface sealing operations to be “Pan & Tilt “ and have the capability of panning the pipe at 360º with tilt capability of 275º as specified in Section 33 01 30.1S 2.3.1. Pan around each service connection (before and after sealing) such that the camera looks at the entire interface and area adjacent as well as down the centerline of the service, pause for a minimum of five (5) seconds or as necessary to note condition of the pipe/service interface before and after sealing. The use of straightline or “hemispherical head” or fish-eye lens camera will not be permitted.

.5 It is the intention of this clause to ensure that the entire interface of service can be inspected for acceptance after reinstatement and sealing.

.6 Three complete copies of DVDs and reports completed after sealing of each individual line shall be submitted to the Contract Administrator prior to the release of payment. These reports shall be presented in an 8½" x 11" three ring binder. The report shall include a table of contents, the individual report forms for each run of pipe, and a key map highlighting the section of sewer repaired and the video recording. The report shall include a still photograph or digitally produced image of each segmental repair at the point of transition captured from the upstream side.

.7 No separate payment will be made for CCTV inspection. The payment for this work shall be deemed to be included in the unit prices tendered in the schedule of quantities & prices.

.8 Video recordings after lining shall be submitted to the Contract Administrator before final invoice. Should any portion of the inspection recordings be of inadequate quality or coverage, as determined by the Contract Administrator, the Contractor shall have the portion reinspected and recorded at no additional expense to the Owner.

.9 Defects that may affect the integrity or strength of the pipe, in the opinion of the Contract Administrator, shall be repaired or the pipe replaced at the Contractor's expense. The completed replaced sewer main must have acceptable grade and alignment and be satisfactory to the Contract Administrator.

.10 The video recording of this inspection shall be presented to the Contract Administrator together with the type written grouting report for review prior to each individual progress payment and final payment.

.11 No separate payment will be made for CCTV inspection. The payment for this work shall be deemed to be included in the Unit Prices tendered in the Schedule of Quantities & Prices

3.12 Root Intrusion .1 In the event that roots have invaded the pipe to such an extent that the TV video camera is unable to pass, or that the presence of roots protruding from a joint or crack interferes with the grouting process, then the Contractor shall suspend the inspection and remove the root before continuing. Payment for the removal of the root will be made in accordance with the rate shown in the Schedule of Quantities.

Note: Prior to any root cutting taking place, the Contract Administrator’s approval shall be obtained.

3.13 Protruding Service Connections

.1 The Contractor should be aware that on several runs of pipe there are protruding services. Protruding services are to be cut as close as possible (within 15 mm) to the interior face of pipe wall before service interface sealing is done. No additional payment shall be made for additional setup time related to cutting protruding

Page 78: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

Consulting Engineers: PARAGON ENGINEERING LTD. PROJECT NWIT-13-06 Trusted Provider of Engineering Consulting Services Since 1995

SECTION 33 46 01S – JOINT & SERVICE INTERFACE SEALING SPECIFICATIONS CORPORATION OF THE CITY OF NEW WESTMINSTER 2013 SEWER REHABILITATION PROGRAM RECONSTRUCTION OF SEWERS – RELINING Page 33 46 01S – 7 of 7

UNIT PRICE CONTRACT

PEL NO. 2013-05-01

services. All cost associated with the resetting of equipment shall deemed to be included in the unit price for joint sealing and testing, cutting protruding services, service interface sealing, or point repairs

3.14 Scheduling of Work and Bypass Pumping

.1 To facilitate TV video inspection and/or grouting of the sewer sections, depth of flow shall not exceed approximately 1/3 pipe diameter. Should depth of flow become excessive, one or more of the following methods shall be used to permit work to proceed.

.1 Off-Peak Flow Scheduling Should excessive flows, in the opinion of the contract administrator compromise the CCTV inspection or the grouting procedure then work shall be scheduled for off- peak flow times.

.2 Temporary Bypass Pumping A bypass pumping system may be set up by the contractor. The system should comprise of “flow-through” plugs, complete with hoses and pump .In the event that night work is required the contractor shall take all necessary steps to muffle excessive sound emissions. During TV inspection, flow shall be either shut off or substantially reduced in order to properly inspect the pipe at inverts. The contractor shall obtain prior approval from the Contract Administrator to set up a temporary bypass pumping system for each individual situation.

.2 No additional payment will be made nor will any adjustment to the unit rates be considered by the Contract Administrator should either of these options need to be carried out.

END OF SECTION

Page 79: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

2013 SEWER REHABILITATION PROGRAM

RECONSTRUCTION OF SEWERS – RELINING

NWIT-13-06

APPENDIX I

CONTRACT DRAWINGS

Item No.

Title Drawing No.

Date Revision Date

Revision No.

Location Plan 130501 K1 2013.03.22 2013.03.22 1 1 Royal Avenue, Peele Street to Merrivale Street

Contract NWIT-12-01: Book 6, DVD #55, Report #326 130501 R-1 2013.03.22 2013.03.22 1

2

3

4

Sixth Avenue, Fourth Street to Fifth Street Contract NWIT-12-01: Book 4, DVD #32, Reports #168 Sixth Avenue, at Fifth Street Contract NWIT-12-01: Book 4, DVD #32, Report #169 Sixth Avenue, Fifth Street to Sixth Street Contract NWIT-12-01: Book 4, DVD #32, Report #170

130501 R-2 2013.03.22 2013.03.22 1

5

6

Sixth Street, St. George Street to Lancaster Street Contract NWIT-12-01: Book 5, DVD #41, Reports #221 Sixth Street, Third Avenue to Lancaster Street Contract NWIT-12-01: Book 5, DVD #41, Reports #222, 223

130501 R-3 2013.03.22 2013.03.22 1

7 Third Avenue, Fifth Street to Sixth Street Contract NWIT-12-01: Book 5, DVD #42, Reports #232

130501 R-4 2013.03.22 2013.03.22 1

8 Fourth Street, Royal Avenue to City Hall Driveway Contract NWIT-12-01: Book 5, DVD #47, Reports #267

130501 R-5 2013.03.22 2013.03.22 1

9

10

Royal Avenue, West of Fourth Street Contract NWIT-12-01: Book 6, DVD #55, Reports #323 Royal Avenue, Fourth Street to Sixth Street Contract NWIT-12-01: Book 6, DVD #55, Reports #324

130501 R-6 2013.03.22 2013.03.22 1

11 Columbia Street, Church Street to Sixth Street Contract NWIT-12-01: Book 7B, DVD #65A, Reports #412

130501 R-7 2013.03.22 2013.03.22 1

12

13

First Street, Sinclair Street to Ovens Street Contract NWIT-12-01: Book 3, DVD #13, Reports #143 First Street, Sinclair Street to Ovens Street Contract NWIT-12-01: Book 3, DVD #13, Reports #143

130501 R-8 2013.03.22 2013.03.22 1

Page 80: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 81: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 82: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 83: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 84: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 85: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 86: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 87: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 88: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 89: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

2013 SEWER REHABILITATION PROGRAM

RECONSTRUCTION OF SEWERS – RELINING

NWIT-13-06

APPENDIX II

CCTV INSPECTION REPORTS AND DVD’S

Item No.

Drawing No. Report Start MH

Depth (m)

End MH

Depth (m)

Diam. (mm)

Length (m)

1 130501 R-1 Contract NWIT-12-01: Book 6, DVD #55, Report #326

4227 1.75 4226 2.33 200 96.8

2 130501 R-2 Contract NWIT-12-01: Book 4, DVD #32, Reports #168

6253 3.80 6225 3.62 375 90.7

3 130501 R-2 Contract NWIT-12-01: Book 4, DVD #32, Report #169

6225 3.62 6225A 3.83 400 68.3

4 130501 R-2 Contract NWIT-12-01: Book 4, DVD #32, Report #170

6225A 3.83 6228 3.88 400 80.2

5 130501 R-3 Contract NWIT-12-01: Book 5, DVD #41, Reports #221

4181 3.68 4180 3.98 500 49.8

6 130501 R-3 Contract NWIT-12-01: Book 5, DVD #41, Reports #222, 223

4180 3.98 4164 4.10 600 57±

7 130501 R-4 Contract NWIT-12-01: Book 5, DVD #42, Reports #232

4168 2.86 4164 4.05 450 106.0

8 130501 R-5 Contract NWIT-12-01: Book 5, DVD #47, Reports #267

4014A 1.85 4016 2.21 450 68.6

9 130501 R-6 Contract NWIT-12-01: Book 6, DVD #55, Reports #323

4017 2.48 4016 2.21 400 66.7

10 130501 R-6 Contract NWIT-12-01: Book 6, DVD #55, Reports #324

4017 2.54 4021 2.18 375 159.6

11 130501 R-7 Contract NWIT-12-01: Book 7B, DVD #65A, Reports #412

4079 1.54 4074 2.56 375 119.5

12 130501 R-8 Contract NWIT-12-01: Book 3, DVD #13, Reports #143

6285 1.36 6285A N/A 250 28.9

13 130501 R-8 Contract NWIT-12-01: Book 3, DVD #13, Reports #143

6285A N/A 6280 2.35 250 90.3

Page 90: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 91: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 92: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 93: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 94: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 95: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 96: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 97: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 98: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 99: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 100: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 101: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 102: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 103: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 104: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 105: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street
Page 106: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

ABC Pipe Cleaning Services Ltd Walnut Grove PO Box 32042

Langley BC V1M 2M3Tel: 604-888-2618Fax: 604-888-9644

www.abcpipecleaning.com

Customer : CITY OF NEW WESTMINSTER

Inspection Report / Inspection: 1Date P/O. No. Weather Surveyor's Name Pipe Segment Reference Job No.

Time. Project Name System Owner Certificate # Media # TV 'd Legnth

Street Upstream MH Use

City Rim to Invert Cleaned

Year Laid Downstream MH Flow Control

Year Rehab Rim to Invert Joint Length

Purpose of Survey Joint Length

Location Code Shape/Size

Location Details Material

Drainage Area Lining Method

Add. Information :

2011-05-26 118257 Dry Dustin Walker 143

09:44:48 NWIT-11-06 NEW WESTMINSTER U-407-4861 DW 13 28.90 m

FIRST AVENEW WESTMINSTER

62851.366285A

CombinedJettingNot Controlled0.80 m

Routine AssessmentLight Highway

0.80 mCircular 250 mmVitrified Clay Pipe

MH 6285A IS BURIED

1:144 Position Code Observation MPEG Photo

2011 VIDEO CONTRACT

0.00 AMH 00:00:38Upstream Manhole, Survey Begins / AT FACE

0.00 MWL 00:00:40Water Level, 5 %of cross sectional area

1.00 S1 DAGS 00:00:52Deposits Attached Grease, 5 %of cross sectional area,from 11 to 01 o'clock, , within 8 inches of joint: YES, Start

13.80 FC 00:02:13 283Fracture Circumferential, from 06 to 12 o'clock, within 8inches of joint: YES

15.30 FC 00:02:32 284Fracture Circumferential, from 01 to 06 o'clock, within 8inches of joint: YES

15.90 FC 00:02:42 285Fracture Circumferential, from 07 to 11 o'clock, within 8inches of joint: YES

15.90 FC 00:02:42Fracture Circumferential, from 03 to 05 o'clock, within 8inches of joint: YES

16.90 FC 00:02:52 286Fracture Circumferential, from 01 to 06 o'clock, within 8inches of joint: YES

16.90 CC 00:02:58 287Crack Circumferential, from 07 to 11 o'clock, within 8inches of joint: YES

6285

Page 107: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

ABC Pipe Cleaning Services Ltd Walnut Grove PO Box 32042City : Langley BC V1M 2M3

Tel: 604-888-2618Fax: 604-888-9644

Email: [email protected]

City : NEW WESTMINSTER

Inspection Report / Inspection: 1Date : PO # : Weather : Operator : PSR : Job # :

Time (24hr) : Project Name : Camera : Date Cleaned : Cleaned : TV's Length

2011-05-26 118257 Dry Dustin Walker 143

09:44:48 NWIT-11-06 NEW WESTMINSTER Jetting 28.90 m

1:144 Position Code Observation MPEG Photo

2011 VIDEO CONTRACT

17.60 CC 00:03:18 288Crack Circumferential, from 07 to 10 o'clock, within 8inches of joint: YES

18.20 TFC 00:03:37Tap Factory Made Capped, at 03 o'clock, 4", within 8inches of joint: YES

21.30 MWL 00:03:59Water Level, 25 %of cross sectional area

23.00 F1 DAGS 00:04:17Deposits Attached Grease, 5 %of cross sectional area,from 11 to 01 o'clock, , within 8 inches of joint: YES,Finish

23.00 FM 00:04:20 289Fracture Multiple, from 12 to 12 o'clock, within 8 inches ofjoint: YES

23.00 D 00:04:26 290Deformed, 15 %

23.00 B 00:04:32 291Broken, from 03 to 08 o'clock, within 8 inches of joint: YES

28.90 AMH 00:05:30Downstream Manhole, Survey Ends / UNMARKED MH

6285A

QSR QMR SPR MPR OPR SPRI MPRI OPRI

5241 2B00 26 32 58 2.6 2 2.23

Page 108: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

ABC Pipe Cleaning Services Ltd Walnut Grove PO Box 32042

Langley BC V1M 2M3Tel: 604-888-2618Fax: 604-888-9644

E-mail: [email protected]

Customer : CITY OF NEW WESTMINSTER

Inspection photos / Inspection: 1City : Street : Date : Pipe Segment Reference : Job No :

NEW WESTMINSTER FIRST AVE 2011-05-26 143

2011 VIDEO CONTRACT

Photo: 0000283.JPG, Media No:: 13, 00:02:13

13.8m, Fracture Circumferential, from 06 to 12 o'clock, within

8 inches of joint: YES

Photo: 0000284.JPG, Media No:: 13, 00:02:32

15.3m, Fracture Circumferential, from 01 to 06 o'clock, within

8 inches of joint: YES

Photo: 0000285.jpg, Media No:: 13, 00:02:42

15.9m, Fracture Circumferential, from 07 to 11 o'clock, within

8 inches of joint: YES

Photo: 0000286.JPG, Media No:: 13, 00:02:52

16.9m, Fracture Circumferential, from 01 to 06 o'clock, within

8 inches of joint: YES

Page 109: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

ABC Pipe Cleaning Services Ltd Walnut Grove PO Box 32042

Langley BC V1M 2M3Tel: 604-888-2618Fax: 604-888-9644

E-mail: [email protected]

Customer : CITY OF NEW WESTMINSTER

Inspection photos / Inspection: 1City : Street : Date : Pipe Segment Reference : Job No :

NEW WESTMINSTER FIRST AVE 2011-05-26 143

2011 VIDEO CONTRACT

Photo: 0000287.JPG, Media No:: 13, 00:02:58

16.9m, Crack Circumferential, from 07 to 11 o'clock, within 8

inches of joint: YES

Photo: 0000288.JPG, Media No:: 13, 00:03:18

17.6m, Crack Circumferential, from 07 to 10 o'clock, within 8

inches of joint: YES

Photo: 0000289.JPG, Media No:: 13, 00:04:20

23m, Fracture Multiple, from 12 to 12 o'clock, within 8 inches

of joint: YES

Photo: 0000290.JPG, Media No:: 13, 00:04:26

23m, Deformed, 15 %

Page 110: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

ABC Pipe Cleaning Services Ltd Walnut Grove PO Box 32042

Langley BC V1M 2M3Tel: 604-888-2618Fax: 604-888-9644

E-mail: [email protected]

Customer : CITY OF NEW WESTMINSTER

Inspection photos / Inspection: 1City : Street : Date : Pipe Segment Reference : Job No :

NEW WESTMINSTER FIRST AVE 2011-05-26 143

2011 VIDEO CONTRACT

Photo: 0000291.JPG, Media No:: 13, 00:04:32

23m, Broken, from 03 to 08 o'clock, within 8 inches of joint:

YES

Page 111: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

ABC Pipe Cleaning Services Ltd Walnut Grove PO Box 32042

Langley BC V1M 2M3Tel: 604-888-2618Fax: 604-888-9644

www.abcpipecleaning.com

Customer : CITY OF NEW WESTMINSTER

Inspection Report / Inspection: 1Date P/O. No. Weather Surveyor's Name Pipe Segment Reference Job No.

Time. Project Name System Owner Certificate # Media # TV 'd Legnth

Street Upstream MH Use

City Rim to Invert Cleaned

Year Laid Downstream MH Flow Control

Year Rehab Rim to Invert Joint Length

Purpose of Survey Joint Length

Location Code Shape/Size

Location Details Material

Drainage Area Lining Method

Add. Information :

2011-05-26 118257 Dry Dustin Walker 144

10:15:35 NWIT-11-06 NEW WESTMINSTER U-407-4861 DW 13 90.30 m

FIRST AVENEW WESTMINSTER

6285A

62802.35

CombinedHeavy CleaningNot Controlled0.80 m

Routine AssessmentLight Highway

0.80 mCircular 250 mmVitrified Clay Pipe

AFTER GREASE CUTTING AND HEAVY DEBRIS REMOVAL, MH 6285A IS BURIED

1:378 Position Code Observation MPEG Photo

2011 VIDEO CONTRACT

0.00 AMH 00:00:54Upstream Manhole, Survey Begins / AT FACE

0.00 MWL 00:00:57Water Level, 10 %of cross sectional area

0.00 S1 DAGS 00:01:00Deposits Attached Grease, 5 %of cross sectional area, at12 o'clock, , within 8 inches of joint: YES, Start

1.90 MWM 00:01:21Water Mark, 75 %of cross sectional area

3.40 F1 DAGS 00:01:44Deposits Attached Grease, 5 %of cross sectional area, at12 o'clock, , within 8 inches of joint: YES, Finish

3.40 MWL 00:01:49Water Level, 30 %of cross sectional area

6.30 TBA 00:02:18Tap Break-In Active, at 10 o'clock, 6", within 8 inches ofjoint: YES

8.00 MWL 00:03:03Water Level, 45 %of cross sectional area

12.80 MWL 00:03:34Water Level, 15 %of cross sectional area

19.80 MMC 00:04:11Material Change, Polyvinyl Chloride (PVC) / .

23.60 MMC 00:04:36Material Change, Vitrified clay pipe / .

23.60 MWL 00:04:40Water Level, 15 %of cross sectional area

26.60 MWL 00:05:00Water Level, 5 %of cross sectional area

26.60 S2 CL 00:05:03 292Crack Longitudinal, at 12 o'clock, within 8 inches of joint:YES, Start

27.40 FC 00:05:20 293Fracture Circumferential, from 12 to 12 o'clock, within 8inches of joint: YES

6285A

Page 112: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

ABC Pipe Cleaning Services Ltd Walnut Grove PO Box 32042City : Langley BC V1M 2M3

Tel: 604-888-2618Fax: 604-888-9644

Email: [email protected]

City : NEW WESTMINSTER

Inspection Report / Inspection: 1Date : PO # : Weather : Operator : PSR : Job # :

Time (24hr) : Project Name : Camera : Date Cleaned : Cleaned : TV's Length

2011-05-26 118257 Dry Dustin Walker 144

10:15:35 NWIT-11-06 NEW WESTMINSTER 2011-05-26 Heavy Cleaning 90.30 m

1:378 Position Code Observation MPEG Photo

2011 VIDEO CONTRACT

28.40 F2 CL 00:05:36Crack Longitudinal, at 12 o'clock, within 8 inches of joint:YES, Finish

36.80 MWL 00:06:38Water Level, 10 %of cross sectional area

37.10 TB 00:06:54Tap Break-In, at 12 o'clock, 6", within 8 inches of joint:YES

41.50 FC 00:07:24 294Fracture Circumferential, from 02 to 06 o'clock, within 8inches of joint: YES

46.40 TFB 00:08:05Tap Factory Made Abandoned, at 03 o'clock, 4", within 8inches of joint: YES / ROOTS

52.00 RFJ 00:08:34Roots Fine Joint, from 08 to 10 o'clock, within 8 inches ofjoint: YES

67.70 MWL 00:09:46Water Level, 20 %of cross sectional area

70.60 SZ 00:17:40 295Surface Other, from 08 to 10 o'clock, within 8 inches ofjoint: YES / UNKNOWN

72.40 MWL 00:10:41Water Level, 10 %of cross sectional area

74.50 CC 00:11:02 296Crack Circumferential, from 01 to 02 o'clock, within 8inches of joint: YES

74.50 MWL 00:11:12Water Level, 20 %of cross sectional area

75.60 FM 00:11:43 297Fracture Multiple, from 09 to 03 o'clock, within 8 inches ofjoint: YES

76.20 MWL 00:12:20Water Level, 10 %of cross sectional area

76.90 CC 00:12:31 298Crack Circumferential, from 02 to 05 o'clock, within 8inches of joint: YES

81.70 CL 00:13:50 299Crack Longitudinal, at 01 o'clock, within 8 inches of joint:NO

84.00 IS 00:14:49Infiltration Stain, from 02 to 03 o'clock, within 8 inches ofjoint: YES

86.20 CL 00:15:09 300Crack Longitudinal, at 01 o'clock, within 8 inches of joint:YES

Page 113: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

ABC Pipe Cleaning Services Ltd Walnut Grove PO Box 32042City : Langley BC V1M 2M3

Tel: 604-888-2618Fax: 604-888-9644

Email: [email protected]

City : NEW WESTMINSTER

Inspection Report / Inspection: 1Date : PO # : Weather : Operator : PSR : Job # :

Time (24hr) : Project Name : Camera : Date Cleaned : Cleaned : TV's Length

2011-05-26 118257 Dry Dustin Walker 144

10:15:35 NWIT-11-06 NEW WESTMINSTER 2011-05-26 Heavy Cleaning 90.30 m

1:378 Position Code Observation MPEG Photo

2011 VIDEO CONTRACT

86.30 S3 CL 00:16:08 301Crack Longitudinal, at 05 o'clock, within 8 inches of joint:YES, Start

86.80 F3 CL 00:16:46Crack Longitudinal, at 05 o'clock, within 8 inches of joint:YES, Finish

86.80 FM 00:16:49 302Fracture Multiple, from 11 to 06 o'clock, within 8 inches ofjoint: YES

90.30 AMH 00:17:40Downstream Manhole, Survey Ends / AT FACE

6280

QSR QMR SPR MPR OPR SPRI MPRI OPRI

4228 412B 26 32 58 2.17 2.13 2.15

Page 114: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

ABC Pipe Cleaning Services Ltd Walnut Grove PO Box 32042

Langley BC V1M 2M3Tel: 604-888-2618Fax: 604-888-9644

E-mail: [email protected]

Customer : CITY OF NEW WESTMINSTER

Inspection photos / Inspection: 1City : Street : Date : Pipe Segment Reference : Job No :

NEW WESTMINSTER FIRST AVE 2011-05-26 144

2011 VIDEO CONTRACT

Photo: 0000292.JPG, Media No:: 13, 00:05:03

26.6m, Crack Longitudinal, at 12 o'clock, within 8 inches of

joint: YES, Start

Photo: 0000293.JPG, Media No:: 13, 00:05:20

27.4m, Fracture Circumferential, from 12 to 12 o'clock, within

8 inches of joint: YES

Photo: 0000294.JPG, Media No:: 13, 00:07:24

41.5m, Fracture Circumferential, from 02 to 06 o'clock, within

8 inches of joint: YES

Photo: 0000295.jpg, Media No:: 13, 00:17:40

70.6m, Surface Other, from 08 to 10 o'clock, within 8 inches

of joint: YES

Page 115: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

ABC Pipe Cleaning Services Ltd Walnut Grove PO Box 32042

Langley BC V1M 2M3Tel: 604-888-2618Fax: 604-888-9644

E-mail: [email protected]

Customer : CITY OF NEW WESTMINSTER

Inspection photos / Inspection: 1City : Street : Date : Pipe Segment Reference : Job No :

NEW WESTMINSTER FIRST AVE 2011-05-26 144

2011 VIDEO CONTRACT

Photo: 0000296.JPG, Media No:: 13, 00:11:02

74.5m, Crack Circumferential, from 01 to 02 o'clock, within 8

inches of joint: YES

Photo: 0000297.JPG, Media No:: 13, 00:11:43

75.6m, Fracture Multiple, from 09 to 03 o'clock, within 8 inches

of joint: YES

Photo: 0000298.JPG, Media No:: 13, 00:12:31

76.9m, Crack Circumferential, from 02 to 05 o'clock, within 8

inches of joint: YES

Photo: 0000299.JPG, Media No:: 13, 00:13:50

81.7m, Crack Longitudinal, at 01 o'clock, within 8 inches of

joint: NO

Page 116: CORPORATION OF THE CITY OF NEW ... - New Westminster€¦ · Contract NWIT-12-01: Book 4, DVD #32, Report #170 130501 R-2 2013.03.22 2013.03.22 1 5 6 Sixth Street, St. George Street

ABC Pipe Cleaning Services Ltd Walnut Grove PO Box 32042

Langley BC V1M 2M3Tel: 604-888-2618Fax: 604-888-9644

E-mail: [email protected]

Customer : CITY OF NEW WESTMINSTER

Inspection photos / Inspection: 1City : Street : Date : Pipe Segment Reference : Job No :

NEW WESTMINSTER FIRST AVE 2011-05-26 144

2011 VIDEO CONTRACT

Photo: 0000300.JPG, Media No:: 13, 00:15:09

86.2m, Crack Longitudinal, at 01 o'clock, within 8 inches of

joint: YES

Photo: 0000301.JPG, Media No:: 13, 00:16:08

86.3m, Crack Longitudinal, at 05 o'clock, within 8 inches of

joint: YES, Start

Photo: 0000302.JPG, Media No:: 13, 00:16:49

86.8m, Fracture Multiple, from 11 to 06 o'clock, within 8 inches

of joint: YES