request for qualifications · the successful tenderer to the anticipated itt will provide all...

47
REQUEST FOR QUALIFICATIONS Killiney Water Systems Upgrade (Underground Works) File #: RQ16-261 Date of Issue: February 24 th , 2016 Closing Location: By hand, mail or courier to: Regional District of Central Okanagan Main Floor Reception 1450 KLO Road Kelowna, BC V1W 3Z4 Or email to: [email protected] Submission Date and Time: Proposals must be received prior to 3 pm Local Time March 16 th , 2016. Site Meeting: Date: Tuesday March 8 th , 2016 Time: 11:00AM (Pacific Time) Location: Winchester Reservoir, 9408 Winchester Road, Killiney Beach, BC Regional District Contact: All enquiries must be directed to: Andy Brennan Purchasing Manager 1450 KLO Road Kelowna, BC V1W 3Z4 Tel: 250-469-6170 Email: [email protected]

Upload: others

Post on 05-Jul-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

REQUEST FOR QUALIFICATIONS Killiney Water Systems Upgrade (Underground Works) File #: RQ16-261 Date of Issue: February 24th, 2016 Closing Location: By hand, mail or courier to:

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

Or email to: [email protected] Submission Date and Time: Proposals must be received prior to 3 pm Local Time March 16th, 2016. Site Meeting: Date: Tuesday March 8th, 2016 Time: 11:00AM (Pacific Time) Location: Winchester Reservoir, 9408 Winchester Road, Killiney Beach, BC Regional District Contact: All enquiries must be directed to: Andy Brennan Purchasing Manager 1450 KLO Road Kelowna, BC V1W 3Z4 Tel: 250-469-6170 Email: [email protected]

Page 2: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

RQ16-261 Killiney Water Systems Upgrade (Underground Works)

TABLE OF CONTENTS

1.0 PURPOSE ............................................................................................. 3

2.0 SCOPE OF WORK .................................................................................... 3

3.0 ANTICIPATED SCHEDULE .......................................................................... 4

4.0 ENQUIRIES ........................................................................................... 4

5.0 FINAL DATE AND TIME FOR RECEIPT OF SUBMISSIONS ....................................... 5

6.0 LATE SUBMISSIONS ................................................................................. 5

7.0 AMENDMENTS TO SUBMISSIONS .................................................................. 5

8.0 ELIGIBILITY .......................................................................................... 5

9.0 CONTACTS DURING THE RFQ PROCESS ......................................................... 6

10.0 NO OBLIGATION TO PROCEED ................................................................. 6

11.0 EVALUATION COMMITTEE ....................................................................... 6

12.0 EVALUATION AND SELECTION ................................................................. 6

13.0 SUBMISSION REQUIREMENT ..................................................................... 7 FOR PROPONENTS TO COMPLETE AND RETURN:

APPENDIX A – PROPONENT QUALIFICATION FORM ................................................... 8 DRAWINGS & SPECIFICATIONS FOR INFORMATION:

EXHIBIT A – 90% DESIGN DRAWINGS ................................................................... 14

EXHIBIT B – SUMMARY OF WORK ....................................................................... 35

EXHIBIT C – SUPPLEMENTARY SPECIFICATIONS - WATERMAINS ................................... 38

Page 3: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

RQ16-261 Killiney Water Systems Upgrade (Underground Works) 1.0 PURPOSE

The Regional District of Central Okanagan (Regional District) has issued this Request for Qualifications (RFQual) in order to establish a list of proponents with the necessary expertise, availability and resources to perform the project outlined under the Scope of Work below. Only those proponents that pre-qualify will be eligible to submit a tender to the upcoming Invitation to Tender (ITT) process that is anticipated to follow this RFQual. This process is not intended as a pre-qualification of subcontractors or suppliers that may be retained by the proponent.

2.0 SCOPE OF WORK

The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below:

2.1 Context - Westshore & Killiney Beach Water Systems:

In 2016, the Regional District plans to complete projects to upgrade the water systems in both the Westshore Estates and Killiney Beach communities. Both communities are located on the west side of Okanagan Lake. Westshore Estates is located approximately 10km north of Fintry, BC and covers approximately 530 lots in the service area. Killiney Beach is located approximately 6km north of Fintry, BC and covers approximately 420 lots in the service area. For construction, the water system upgrades for both communities will be split into 2 contracts: Contract #1: Killiney Water Systems Upgrade (Underground Works) Contract #2: Killiney & Westshore – Pump Station and Reservoir Upgrades This RFQual is for Contract #1 only – the Killiney Water Systems Upgrade (Underground Works). A separate RFQual process is to be run for Contract #2.

Page 4: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

RQ16-261 Killiney Water Systems Upgrade (Underground Works)

2.2 Killiney Water Systems Upgrade (Underground Works):

2.2.1 Summary: The Killiney Water Systems Upgrade (Underground Works) (herein referred to as the “Work”) includes approximately 5,000 metres of water main replacement, plus PRV chamber replacement.

2.2.2 90% Drawings: Detailed Drawings at the 90% stage are attached to this RFQual as Exhibit A. These drawings provide a detailed overview of the Work. The drawings will be amended and added to by the time the anticipated Invitation to Tender is issued for the Work, but should provide proponents with a detailed overview of the intended works.

2.2.3 MMCD: The anticipated Invitation to Tender for the Work will be issued using the Master Municipal Construction Documents (MMCD) Platinum 2009 edition, together with Regional District supplementary conditions. The successful contractor will enter into an agreement with the Regional District for this Work based on this contract.

2.2.4 Contract Administrator: The Regional District has employed Urban Systems Ltd to perform contract administration and inspection services for this Work. Urban Systems will perform all duties of the Contract Administrator between the Regional District and the Contractor, as defined under MMCD.

2.2.5 Project Designer: The Regional District has employed Agua Consulting Inc. to perform all project design work on this project.

3.0 ANTICIPATED SCHEDULE

The following activities and dates are anticipated by the Regional District and shall be considered by the proponents in the preparation of their submission.

Activity Anticipated Date

Close of this RFQual March 16th, 2016 Site Meeting Tuesday March 8th, 2016 at 11am Notify pre-qualified proponents Late March Issue MMCD Invitation to Tender to short-listed proponents Early April

Close MMCD Invitation to Tender Late April Award to successful Tenderer Late April

Work to be complete

Preference for work to be complete by December 31st, 2016, however the final date for Total Completion to be achieved is March 31st, 2018.

4.0 SITE MEETING

In order to clarify the required services, and to answer proponent queries, there will be a non-mandatory site meeting on March 8th, 2016 at 11am at the Winchester Reservoir,9408 Winchester Road, Killiney Beach, Vernon, BC (approximately 6km north

Page 5: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

RQ16-261 Killiney Water Systems Upgrade (Underground Works)

of Fintry, BC) . Attendees will be given a walk-through of the Work, plus an opportunity to ask questions with the Regional District, Project Designer and Contract Administrator. Interested proponents are strongly encouraged to attend this site meeting in order familiarize themselves with the Work. There will be no site meeting during the anticipated Invitation to Tender process, so this will be the only opportunity for proponents to attend the site with the Regional District and the team.

5.0 ENQUIRIES

All enquiries related to this Request for Qualifications are to be directed, in writing, to the following person. Information obtained from any other source is not official and should not be relied upon. Enquiries and responses will be recorded and may be distributed to all proponents at the Regional District’s option.

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

6.0 FINAL DATE AND TIME FOR RECEIPT OF SUBMISSIONS

Submissions, clearly labelled “RQ16-261 – Killiney Water Systems Upgrade (Underground Works) RFQual” will be received at the Main Reception, Regional District of Central Okanagan, 1450 KLO Road, Kelowna, BC V1W 3Z4 up until 3 PM Local Time on March 16th, 2016. Submissions may also be submitted by email to the Regional District Purchasing Manager – Andy Brennan at [email protected] up until this same close time and date.

7.0 LATE SUBMISSIONS

Late submissions will not be accepted and will be returned to the proponent unopened.

8.0 AMENDMENTS TO SUBMISSIONS

8.1 A proponent may amend a submission by giving written notice, delivered to the Regional District Purchasing Manager by hand, mail, or email to: [email protected] at any time up until the closing date and time.

8.2 An amendment must be signed by an authorized signatory.

9.0 ELIGIBILITY

Submissions will not be evaluated if the proponent’s current or past corporate or other interests may, in the Regional District’s opinion, give rise to a conflict of interest in connection with this project.

Page 6: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

RQ16-261 Killiney Water Systems Upgrade (Underground Works) 10.0 CONTACTS DURING THE RFQ PROCESS

Only the Purchasing Manager for the Regional District of Central Okanagan (or designate) is the Regional District’s representative authorized to communicate and otherwise deal with proponents and all proponents must communicate and otherwise deal with that person only. Contact with any other Regional District representative, including Members of Council, officers or employees of the Regional District regarding this RFQual or a proponent’s submission may result in that submission being removed from consideration for this and any future competitions.

11.0 NO OBLIGATION TO PROCEED

The receipt by the Regional District of any information (including any submissions, ideas, plans, drawings, models or other materials communicated or exhibited by any intended proponent, or on its behalf) shall not impose any obligations on the Regional District. There is no guarantee by the Regional District, its officers, employees or agents, that the process initiated by the issuance of this RFQual will continue, or that this RFQual process or any anticipated Invitation to Tender process will result in a contract with the Regional District.

12.0 EVALUATION COMMITTEE

Evaluation of submissions will be by a committee formed by the Regional District and may include Regional District staff, plus the Contract Administrator and the Project Designer.

13.0 EVALUATION AND SELECTION

Each proponent’s submission will be scored by the Evaluation Committee against the evaluation criteria listed below. Proponents scoring above the minimum score will be deemed qualified and thus will be invited to participate in any future Invitation to Tender process for the Work.

.1 Evaluation Criteria and Minimum Score:

Criteria Minimum Score (must be achieved to be qualified)

Ability, Experience & Historical Performance* of Proponent 50 out of 100

Project Team Suitability 50 out of 100

Availability of Proponent 50 out of 100

Evaluation of the above criteria will be based primarily upon the responses provided by the proponent in Appendix A – Proponent Qualification Form. By responding to this RFQual, proponents will be deemed to have agreed that the decision of the Evaluation Committee will be final and binding. It is the proponent’s

Page 7: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

RQ16-261 Killiney Water Systems Upgrade (Underground Works)

responsibility to ensure that their submission addresses all evaluation criteria to receive full consideration. * The Regional District may contact references provided by proponents at the discretion of the Regional District. The Regional District may also contact references known to the Regional District, including Regional District Staff, but not provided by the proponents. Any information obtained from references may be used by the Regional District in evaluation of the submissions.

14.0 SUBMISSION REQUIREMENT

Three copies of the submission should be submitted if submitting in paper version by hand, mail or courier. Only one copy is required if submitting by email.

Submissions should be made using the Appendices included in this RFQual. Proponents may add further information if they wish. Submissions should include just the completed Appendix A – Proponent Qualification Form, plus any other attachments the proponent wishes to include.

Page 8: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

RQ16-261 Killiney Water Systems Upgrade (Underground Works)

APPENDIX A - PROPONENT QUALIFICATION FORM

(TO BE COMPLETED AND RETURNED WITH SUBMISSION) This form is intended to provide information on the ability, experience and historical performance of the proponent. Please answer all questions and if necessary, you may supplement answers with separate sheets of paper and attach them to this Appendix A.

1. Proponent Information:

Please fill out the following form, and name one person to be the contact for the RFQual response and for any clarifications that might be necessary.

Full Legal Name of Proponent:

Any Other Relevant Name under Which the Proponent Carries on Business:

Street Address: City, Province/State: Postal Code: Phone Number: Fax Number:

Company Website (If Any): RFQual Contact Person and Title:

RFQual Contact Phone: RFQual Contact Facsimile: RFQual Contact E-mail:

Page 9: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

RQ16-261 Killiney Water Systems Upgrade (Underground Works)

2. Legal Structure of Proponent: Year Established:

Joint Venture __ Corporation __ Partnership __ Registered __ Sole Proprietor __

Other: _____________________________________________________________________________________ Names and Titles of Officers, Partners, Principal:

Name:

___________________________________________________________________________________________________________________________________________________________________________________________________

Title / Position:

_______________________________________________________________________________________________________________________________________________________________________________________________________________________

3. Financial References: a. Bank Name: Location: Contact Person(s): Phone: Fax: E-mail: b. Bonding Company: Location: Contact Person(s): Phone: Fax: E-mail:

4. Annual value of construction work for the past five years:

Year Value

Page 10: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

RQ16-261 Killiney Water Systems Upgrade (Underground Works) 5. Principal projects completed in the past five years. (Please list in Appendix A1)

6. Similar or related projects completed. (Please list in Appendix A2) 7. Major construction projects underway this date. (Please list in Appendix A3)

8. Key site personnel proposed for the project (e.g. Project Manager, Superintendent, Foreman, etc.)

Please attached resumes to your submission for each key site personnel listed below.

Name Title/Position

_________________________________________

_________________________________________

_________________________________________

9. Portions of the Work that your company would expect to sub-contract on this project:

Works to be Subcontracted: Potential Subcontractor Names:

_________________________________ _________________________________________

_________________________________ _________________________________________

_________________________________ _________________________________________ 10. What overall percentage of the work would you expect to be subcontracted?

______ % 11. Health and Safety Program/Record Please check the appropriate box below, and provide details if applicable:

# of Safety Incidents within the past five

years

# of safety incidents (including accidents, injuries or fatalities as defined by WorkSafe BC) occurring during the day.

□ zero incidents □ 1 to 2 incidents □ ≥ 3 incidents Details of any incidents are to be provided in the space provided below. Attach a separate sheet if necessary.

Details (if applicable): ____________________________________________________________________________________ ____________________________________________________________________________________

Page 11: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

RQ16-261 Killiney Water Systems Upgrade (Underground Works)

PRINCIPAL PROJECTS COMPLETED OVER THE LAST 5 YEARS: APPENDIX A1

Project Title and Location:

Description: Project Value:

Owner: Date Completed:

Refer to: Phone: Fax:

Consultant:

Refer to: Phone: Fax:

Project Title and Location:

Description: Project Value:

Owner: Date Completed:

Refer to: Phone:

Fax:

Consultant:

Refer to: Phone: Fax:

Project Title and Location:

Description: Project Value:

Owner: Date Completed:

Refer to: Phone: Fax:

Consultant:

Refer to: Phone: Fax:

Project Title and Location:

Description: Project Value:

Owner: Date Completed:

Refer to: Phone: Fax:

Consultant:

Refer to: Phone: Fax:

Page 12: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

RQ16-261 Killiney Water Systems Upgrade (Underground Works)

SIMILAR OR RELATED PROJECTS COMPLETED: APPENDIX A2

Project Title and Location:

Description: Project Value:

Owner: Date Completed:

Refer to: Phone: Fax:

Consultant:

Refer to: Phone: Fax:

Project Title and Location:

Description: Project Value:

Owner: Date Completed:

Refer to: Phone: Fax:

Consultant:

Refer to: Phone: Fax:

Project Title and Location:

Description: Project Value:

Owner: Date Completed:

Refer to: Phone: Fax:

Consultant:

Refer to: Phone: Fax:

Project Title and Location:

Description: Project Value:

Owner: Date Completed:

Refer to: Phone: Fax:

Consultant:

Refer to: Phone: Fax:

Page 13: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

RQ16-261 Killiney Water Systems Upgrade (Underground Works)

MAJOR CONSTRUCTION PROJECTS UNDERWAY AS AT TIME OF SUBMISSION: APPENDIX A3

Project Title and Location:

Description: Project Value:

Scheduled Completion Date: Percent Completed: %

Owner:

Refer to: Phone: Fax

Consultant:

Refer to: Phone: Fax

Project Title and Location:

Description: Project Value:

Scheduled Completion Date: Percent Completed: %

Owner:

Refer to: Phone: Fax:

Consultant:

Refer to: Phone:

Project Title and Location:

Description: Project Value:

Scheduled Completion Date: Percent Completed: %

Owner:

Refer to: Phone: Fax:

Consultant:

Refer to: Phone: Fax:

Project Title and Location:

Description: Project Value:

Scheduled Completion Date: Percent Completed: %

Owner:

Refer to: Phone: Fax:

Consultant:

Refer to: Phone: Fax:

Page 14: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

9674

96649654

9644

9634

9624

9614

518

519

9668

9693

9656

9644

9632

9608

9592

9580

9568

9550

9544

9508

9492

9604

9594

9584

9574

9564

9554

9574 N

9584 N

9564 N

9554 N

9544 N

9534

86

9510 N

9534 N

9524 N

9514 N

9504 N

9474 N

9554

9544

9534

9524

9514

9504

9494

9550

9559

9551

9542

9545

9526

9535

9527

9519

9511

9491

9483

9485

9475

9454

411

410

421

431

441

451

461

471

481

491

348

350

358

366

374

398

311315

319

325331

335

339

516

518

587

591

9421

9409

514

504

524

534

544

554

564

565

574

584

586

594

575

604

348

354360

366

372

378

367

384

373

390

379

385

305

309

302

313319

325

331

336

337

342

343

349355

361

624

634

644

654

9369

9368

9356

9359

9344

674

9394

9335

9384

9374

9364

9354

9344

9334

9324

9314

9304

9294

9444

9435

94349424

9425

94149404

50

60

70

684

426

410

458

400

464

486

9365 N

18

26

43

34

51

42

9568

9544

9521

95209508

9444

9432

93569344

9332

9320

9308

9280

9268

9232

9233

18

26

34

42

50

58

66

74

82

814

704

714

754764

784

794

9468

9544

500

474

9375 N

9377 N

9464 N

9468

9456

9444

805

815

845834

824

795

787

785

775

765755

745

735

725

715

744

724

43

51

59

75

67

695705

675

685

655

665

9332

664

9292

9345

9321

9309

9293

9281

9269

92579245

9333

9357

9369

9381

9368

9380

615

625

645

31

21

585

605

9421

9445

9481

9485

9475

9465

9445

9433

9493

9492

641

9545

94879485

9493

9505

9495

9545

9535

9525

9515

519

525

531

537

543

549

555

561

567

573

579

583

9585

9575

509

515

9615

9635

9481

9509

9569

9551

9593

9581

9609

9633

9669

9657

9681

9645

502

525

9475 N

9485 N

405 N

383

391

399

375

367

359

351

347

343

35

27

19

11

391

505

501

491

475

459

441

427

411

9415

9445

9467

9475

635

90

91

80

81

7161

51

41

9454 N

9394 N

9384 N

9344 N

9334 N

9324 N

9314 N

9304 N

9354 N9364 N

9371 N

9404 N9414 N

9434 N

9424 N

9464

9474

9484

9504

95249514

3

410

12

14

430

460

480

382

390

318

326334

302

310

303307

582

578

586

590

572

566

562

548

554

560

542

530

512

513

9469

94209432

490

494

9674

96649654

9644

9634

9624

9614

518

519

9668

9693

9656

9644

9632

9608

9592

9580

9568

9550

9544

9508

9492

9604

9594

9584

9574

9564

9554

9574 N

9584 N

9564 N

9554 N

9544 N

9534

86

9510 N

9534 N

9524 N

9514 N

9504 N

9474 N

9554

9544

9534

9524

9514

9504

9494

9550

9559

9551

9542

9545

9526

9535

9527

9519

9511

9491

9483

9485

9475

9454

411

410

421

431

441

451

461

471

481

491

348

350

358

366

374

398

311315

319

325331

335

339

516

518

587

591

9421

9409

514

504

524

534

544

554

564

565

574

584

586

594

575

604

348

354360

366

372

378

367

384

373

390

379

385

305

309

302

313319

325

331

336

337

342

343

349355

361

624

634

644

654

9369

9368

9356

9359

9344

674

9394

9335

9384

9374

9364

9354

9344

9334

9324

9314

9304

9294

9444

9435

94349424

9425

94149404

50

60

70

684

426

410

458

400

464

486

9365 N

18

26

43

34

51

42

9568

9544

9521

95209508

9444

9432

94209392

93569344

9332

9320

9308

9280

9268

9232

9233

18

26

34

42

50

58

66

74

82

814

704

714

754764

784

794

9468

9544

500

474

9375 N

9377 N

9464 N

9468

9456

9444

805

815

845834

824

795

787

785

775

765755

745

735

725

715

744

724

43

51

59

75

67

695705

675

685

655

665

9332

664

9292

9345

9321

9309

9293

9281

9269

92579245

9333

9357

9369

9381

9368

9380

615

625

645

31

21

585

605

9421

9445

9481

9485

9475

9465

9445

9433

9493

9492

641

9545

94879485

9493

9505

9495

9545

9535

9525

9515

519

525

531

537

543

549

555

561

567

573

579

583

9585

9575

509

515

9615

9635

9481

9509

9569

9551

9593

9581

9609

9633

9669

9657

9681

9645

502

525

9475 N

9485 N

405 N

383

391

399

375

367

359

351

347

343

35

27

19

11

391

505

501

491

475

459

441

427

411

9415

9445

9467

9475

635

90

91

80

81

7161

51

41

9454 N

9394 N

9384 N

9344 N

9334 N

9324 N

9314 N

9304 N

9354 N9364 N

9371 N

9404 N9414 N

9434 N

9424 N

9464

9474

9484

9504

95249514

3

410

12

14

430

460

480

382

390

318

326334

302

310

303307

582

578

586

590

572

566

562

548

554

560

542

530

512

513

9469

94209432

490

494

93339333

651

9508

9468

9409

PROJECT LOCATION

Page 15: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

93329320930892809268

9232

9233

9292

932193099293

9281

92699257

9245

9333

93329320930892809268

9232

9233

9292

932193099293

9281

92699257

9245

9333 93339333

Page 16: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

9444

9432

9356

9344

9332

9345 9357

9369

9381

9368

9380

9421

9445

9469

9444

9432

9356

9344

9332

9345 9357

9369

9381

9368

9380

9421

9445

9469

93339333

9468

Page 17: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

9508

9492

9568

9544

9521

95209508

9468

9468

9456

9481

9493

9492

641

9545

9469

9508

9492

9568

9544

9521

95209508

9468

9468

9456

9481

9493

9492

641

9545

9469

651

9508

Page 18: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

34

42

50

58

66

74

82

814

794805

815

825

835

845

834

824

724

4351

59

75

67

34

42

50

58

66

74

82

814

794805

815

825

835

845

834

824

724

4351

59

75

67

Page 19: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

704

714

754

764

784

794

805

795

787

785

775765

755

745

735

725

715

744

724

705

704

714

754

764

784

794

805

795

787

785

775765

755

745

735

725

715

744

724

705

Page 20: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

9356

9344

674

684

18

26

34

704

714

715

695

705

675

685

655

665

9332

664

9356

9344

674

684

18

26

34

704

714

715

695

705

675

685

655

665

9332

664

Page 21: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

94219409

9369

9368

9356

9359

9444

9481

9475

9465

9445

9433

590

9420

9432

94219409

9369

9368

9356

9359

9444

9481

9475

9465

9445

9433

590

9420

9432

9409

Page 22: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

9574

9564

9554954

49534952

4951

4

9504

9494

9456

9485

9475

9505

9495

9545

9535952

59515

9575

9574

9564

9554954

49534952

4951

4

9504

9494

9456

9485

9475

9505

9495

9545

9535952

59515

9575

Page 23: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

96749664

9654

96449634

96249614

518

519

9604

9594

9584

9574

9585

515

96159635

9645

96749664

9654

96449634

96249614

518

519

9604

9594

9584

9574

9585

515

96159635

9645

Page 24: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

9508

9492

9504

9494

9468

9456

9444

9485

9475

9465

9445

641

9487

9485

9493

9481

9509

9508

9492

9504

9494

9468

9456

9444

9485

9475

9465

9445

641

9487

9485

9493

9481

9509

651

9508

Page 25: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

9644

96329608

9592

95809568

9550

9544

9509

9569

9551

95939581

9609

9633

9644

96329608

9592

95809568

9550

9544

9509

9569

9551

95939581

9609

9633

Page 26: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

9668

9693

96569644

966996579681

9668

9693

96569644

966996579681 6

41

9487

9493

641

9487

9493

651

9421

9468

9445

9469

9420

9432

9421

9468

9445

9469

9420

9432

9468

Page 27: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

587

591

9369

9359

549

555

561567

573

579

583

582578

586

590572

566

562

548

554

560

587

591

9369

9359

549

555

561567

573

579

583

582578

586

590572

566

562

548

554

560

9409

Page 28: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

9564

519

525531

537

543

549

9575

548

542

530

512

513

9564

519

525531

537

543

549

9575

548

542

530

512

513

9614

518

5199604

509

515

502

9614

518

5199604

509

515

502

Page 29: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

604

50

60

70

615

625

31

21

605

90

91

80

81

7161

51

41

604

50

60

70

615

625

31

21

605

90

91

80

81

7161

51

41

Page 30: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

504524

534

544

554

564

565

574

584

575

9464 N

585

525

9454 N

9434 N

480

504524

534

544

554

564

565

574

584

575

9464 N

585

525

9454 N

9434 N

480

Page 31: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

9574 N

9564 N

9554 N

302

303

9574 N

9564 N

9554 N

302

303

366

372

378

367

384

373

390

379385

400

18

35

2719

11

391

366

372

378

367

384

373

390

379385

400

18

35

2719

11

391

Page 32: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

9454

9394

93849374

9364

9354

9444

9435

9434

9424

9425

9414

9404

9415

9445 9467

9454

9394

93849374

9364

9354

9444

9435

9434

9424

9425

9414

9404

9415

9445 9467

Page 33: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

319

325331

336

337

342

319

325331

336

337

342

Page 34: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

Section 01010 SUMMARY OF WORK

Page 1 of 4 Killiney Beach Water System Upgrades

Agua Consulting Inc.

1. GENERAL

.1 The Regional District of Central Okanagan (RDCO) owns and operates the Killiney Beach Water Utility. The utility provides water to approximately 279 single family residences above the northwest shores of Okanagan Lake. There is build out for this service area to a maximum of up to 429 serviced homes in total. The source of water for the utility is a water pipe and pumping system up from Okanagan Lake. To improve the reliability of the water system, reduce leakage and bring the system to current standards, the RDCO intends to upgrade the older Series type PVC pipe within the service area and renew service connections and appurtenances throughout the water system;

.2 The length of water main to be renewed consists of 728m of 100mm diameter main, 3,160m of 150mm main and 2,280m of 200mm main;

.3 The contract work includes the installation of new appurtenances such as blow-offs, air release valves, gate valves and water main fittings, and hydrant (where noted).

.4 The work also includes reconnection of the new water mains, new services and hydrants to the existing water system;

.5 Road surface restoration works are to be included in this contract. This includes road widths to half of pavement, full pavement and partial pavement where service crossings are required. Topsoil replacement and hydro-seeding is required in the off-road areas with ditch reconstruction required where drainage courses are to be reinstated;

.6 Two PRV stations are specified for construction. One is in the base contract and one is optional. An optional price is identified in the tender form;

.7 Creek crossing allowances must be made for Norris Creek. The creek is designated as a year-round water course and protection must be provided for water main installations when crossing the creek. The flow of water from within the creek must be routed across the water main installation to the satisfaction of the Qualified Environmental Professional;

.8 In conjunction with this work, there may be a concurrent reservoir and pump station contract awarded for upgrades to the Winchester Road Reservoir site. Coordination will be required with the adjacent contractor to facilitate access and work around that site.

1.1 Project Constraints

.1 There are several water course crossings shown on the plan and profile sections of the drawings. These water courses are to be maintained during construction as set out within the Environmental Assessment report included as Appendix B. The assessment of these water courses requires that their integrity not be compromised while crossing them with new water main installation;

.2 Road access must be maintained at all times. Roads must be passable for residents and for emergency response staff including Fire Department and ambulance. Roads fall under the jurisdiction of the Ministry of Highways who must be kept informed of the works and any changes in road access;

.3 The existing customers in the Killiney Beach water service area must continue to receive reliable water service during the construction period. Water main installation and service renewal installation should take place adjacent to the existing water system components with transfer of services to the new water mains once the new mains have been flushed, pressure tested and disinfected to acceptable standards;

andy.brennan
Typewritten Text
andy.brennan
Typewritten Text
andy.brennan
Typewritten Text
andy.brennan
Typewritten Text
andy.brennan
Typewritten Text
andy.brennan
Typewritten Text
EXHIBIT B
Page 35: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

Section 01010 SUMMARY OF WORK

Page 2 of 4 Killiney Beach Water System Upgrades

Agua Consulting Inc.

.4 The construction area is limited to the existing road Right-of-Ways. The ROWs are shown on the contract drawings. The paved roads within the service area are not centered within the ROW. Chainages are set to the centerline of the road right of way. Actual water main lengths are provided on the profile section of the plan-profile drawings;

.5 The staging of water main installation, flushing, pressure testing of main, and disinfection must be done in manageable segments. Maximum length of main that can be tested at one time must not exceed 365m length or lengths stated in the AWWA Disinfection Practices Manual, C651-14, Feb. 2015, unless first authorized by the Contract Administrator;

.6 Hydrant coverage and fire protection will be affected with the transition of fire hydrants from the old water mains to the new mains. The RDCO Water Operators and the Fire Department must be informed of any changes in fire hydrant service during the work. No more than two fire hydrants are to be permitted to be out of service at any one time during the project, and only with the permission of authorized persons within the Fire Department.

1.2 Schedule

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

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

.3 Substantially complete the work within ___________________________________ of the date of award as per the Tender Form. Substantially complete requires all water main and facilities to be functional and on-line.

1.3 Work Sequence (General suggested approach)

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

.2 Coordinate all work with the Contract Administrator;

.3 Retain Utility Locating Company to assist in main and service locates;

.4 Identify existing services and main alignments in areas where there is conflict with new main alignments. Advise Contract Administrator of recommended changes in Test Pit locations based on the information found;

.5 Excavate testpits and obtain locates on existing water mains. Provide elevation and location data to the Contract Administrator who will review the work with the Design Engineer;

.6 Perform site preparation works including clearing and grubbing, brushing of road ditches on pipe alignments;

.7 Locate suitable sites for stockpiling of excavated materials and for disposal of excess materials;

.8 Carry out water main installations maximizing impact to no more than 3 road sections at one time. Once a section of main is installed, flush, pressure test and disinfect the main and leave both mains (existing and new) in service so that service installations and transfers can occur with minimal impact on individual residence water service. Carry this out on an area basis, complete this and repeat procedure in the next area;

andy.brennan
Typewritten Text
EXHIBIT B
andy.brennan
Typewritten Text
Page 36: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

Section 01010 SUMMARY OF WORK

Page 3 of 4 Killiney Beach Water System Upgrades

Agua Consulting Inc.

.9 Backfill new main and services to subgrade levels, prepare and compact for resurfacing of roadways and gravel driveways to original or better condition;

.10 Level out topsoil and hydro-seed areas with dryland grass seed;

.11 Provide for road resurfacing near the completion of contract.

1.4 Contractor Use of Premises

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

.2 Work hours are limited to the current local noise bylaw or 7:30 a.m. to 6:00 pm weekdays and 8:00 a.m. to 5:00 pm Saturday, Sunday and statutory holidays.

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

1.5 Submittals

.1 Submittals will be required for the following products: gate valves, rebar steel schedule;

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

2. PRODUCTS ( NOT APPLICABLE )

3. EXECUTION ( NOT APPLICABLE )

andy.brennan
Typewritten Text
andy.brennan
Typewritten Text
EXHIBIT B
Page 37: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

Section 02511 WATERMAINS

Page 1 of 12 Killiney Beach Water System Upgrades

Agua Consulting Inc.

1. GENERAL

1.1 This Section refers to those portions of work related to supply and installation of watermains, hydrants, valves and valve boxes, fittings, service connections and related appurtenances.

1.2 Samples

.1 Inform Consultant of proposed source of bedding materials and provide access for sampling at least five working days prior to commencing work. Time is required for sieve analysis and Proctor Density calibration.

1.3 Material Certification

.1 Products having CSA certification to be used where readily available. Certification by Standards Council of Canada approved independent third body that products conform to CSA standards is acceptable in lieu of CSA certification.

.2 Submit manufacturer's test data and certification that pipe materials meet requirements of this section at least two (2) weeks prior to commencing work. Include manufacturer's drawings, information and shop drawings where pertinent.

2. PRODUCTS

2.1 General

.1 Only one type of pipe material will be allowed throughout the contract unless specified otherwise or shown otherwise on Contract Drawings, excluding watermain pipe within chambers which shall be stainless steel or coated steel;

.2 All products are specified by reference to approved specifications and/or standards. Refer to Supplementary Specifications and/or Contract Drawings for specified or approved manufacturers or trade names.

2.2 Pipe, Joints and Fittings

.1 Polyvinyl Chloride (PVC) Pressure Pipe:

.1 Pipe:

.1 Pipe to be manufactured to specifications for pipe size ranges as follows: - Pipes 100 to 300mm dia. - AWWA C900 DR 18 - Pipes 350 to 1200mm dia. - AWWA C905 DR 18 AWWA C900 pipe to Pressure Class or AWWA C905 pipe to pressuring rating of DR18 pipe. Pipes to be certified by Canadian Standards Association for pipe size ranges below: - Pipes 100 to 1200mm dia. – CSA B137.3.

.2 ULC listed.

.3 Cast iron pipe equivalent outside diameter.

andy.brennan
Typewritten Text
andy.brennan
Typewritten Text
EXHIBIT C
Page 38: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

Section 02511 WATERMAINS

Page 2 of 12 Killiney Beach Water System Upgrades

Agua Consulting Inc.

.4 To be compatible with specified mechanical joint and push-on joint fittings and valves without the use of special adapters.

.5 Joints: Push-on integrally thickened bell and spigot type to ASTM D3139 with single elastomeric gasket to ASTM F477.

.2 Water Main Fittings:

.1 Ductile iron fittings to AWWA C110 suitable for pressure rating of 2415 kPa, cement mortar lined to AWWA C104.

.2 Compact ductile iron fittings to ANSI/AWWA C153/A21.53-94, suitable for pressure rating of 2415 kPa, cement mortar lined to AWWA C104.

.3 PVC injection-molded fittings shall be C900, DR 18, Class 150 conforming to AWWA C907 and CAN/CSA-B137.3-93.

.4 PVC extruded fittings shall be Class 150, DR 18 conforming to AWWA C900-89.

.5 Single rubber gasket for push-on bell and spigot type joint and/or mechanical pipe joints: to AWWA C111. All push-on joint hubs to be equipped with tie-rod lugs.

.6 Flanged Joints:

.1 Flat faced conforming to the face dimension and drilling of ANSI B16.1, Class 125

.2 On AWWA C110 fittings to AWWA C110 with minimum pressure rating 1035 kPa or higher as specified in Contract Documents.

.3 On AWWA C153 fittings to AWWA C153 with minimum pressure rating of 1723 kPa or higher as specified in Contract Documents.

.7 Flange gaskets to be manufactured from black natural rubber 3.175mm thick with layer of cotton on both sides.

.8 Bolts and nuts:

.1 Bolts to be carbon steel, Grade B to ASTM A307, heavy hex style, zinc plated to ASTM B633 or cadium plated to ASTM B766. Bolt sizes to AWWA C110.

.2 Nuts and washers: Nuts to be carbon steel, Grade A to ASTM A563. Washers to be flat hardened steel to ASTM F436. Nuts and washers to be zinc plated to ASTM B633 or cadmium plated to ASTM B766.

.9 Tie Rods and nuts:

.1 Tie rods to be continuous threaded, quenched and tempered alloyed steel to ASTM A 354, Grade BC. To be zinc plated to ASTM B633 or cadmium plated to ASTM B766. Tie rod sizes to be minimum 19mm diameter or greater as shown on the Contract Drawings.

.2 Nuts and internally threaded couplings

.10 Fabricated steel pipe fittings : to AWWA C208 and AWWA C207 if flanged, interior and exterior protected with hot applied coal tar enamel to AWWA C203 or liquid epoxy coating to AWWA C210.

.11 Couplings and Flanged Coupling Adapters:

.1 General Requirements:

.1 Suitable for Pressure Class 200.

andy.brennan
Typewritten Text
andy.brennan
Typewritten Text
EXHIBIT C
Page 39: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

Section 02511 WATERMAINS

Page 3 of 12 Killiney Beach Water System Upgrades

Agua Consulting Inc.

.2 Flanges and full face flange gaskets where applicable to Clauses of this Section.

.3 To AWWA C219

.4 Anti-corrosion coating of interior and exterior centre sleeve and end rings to AWWA C219, AWWA C213, AWWA C210, or AWWA C550 as specified in Contract Documents.

.5 Compression gaskets to AWWA C219.

.6 Bolts and nuts high strength low alloy steel to AWWA C111, stainless steel to ASTM F593 or F738 for bolts and ASTM F594 or F836M for heavy hex nuts, as specified in Contract Documents. Rolled threads, fit and dimensions to AWWA C111.

.7 Ductile Iron castings to ASTM A536, Grade 65-45-12.

.2 Plain end or transition coupling adapters as specified in Contract Documents.

.3 Flanged coupling adapters as specified in Contract Documents.

.12 Joint Restraint Devices: General Requirements:

.1 Ductile iron castings to ASTM A536

.2 Anti-corrosion coating of ductile iron castings to AWWA C19, AWWA C210, C213, or C550 as specified in Contract Documents.

.3 Bolts and nuts high strength low alloy steel to AWWA C111 or as specified in Contract Documents, stainless steel to ASTM F593 or F738 for bolts and STEM F594 or F836 for heavy hex nuts. Rolled threads, fit and dimensions to AWWA C111.

.4 Tie rods to 2.2.6.9 of this Section

.5 Restrainers for ductile iron pipe with mechanical joint fittings as specified in Contract Documents.

.6 Restrainers for ductile iron pipe with mechanical joint fittings as specified in Contract Documents.

.7 Restrainers for PVC pipe to 2.2.2 of this Section with mechanical joint fittings only where specified in Contract Documents.

.8 Restrainers for PVC to 2.2.2 of this Section with push-on joint fittings with tie rod lugs as specified in Contract Documents.

.9 Restrainers for mechanical joints or push-on joints in ductile iron pipe as specified in Contract Documents.

.10 Restrainers for bell joints in PVC pipe to 2.2.2 of this section.

.11 Joint restraint devices for PVC watermain to be Underwriter Laboratories of Canada (UL) or Factory Mutual (FM) approved.

.13 Tapping Sleeves for branch connections 75mm and larger:

.1 General Requirements:

andy.brennan
Typewritten Text
EXHIBIT C
Page 40: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

Section 02511 WATERMAINS

Page 4 of 12 Killiney Beach Water System Upgrades

Agua Consulting Inc.

.1 Location, type and Pressure Class as specified in Contract Documents. Exterior condition of existing water mains as found in the field may alter type and/or materials.

.2 To AWWA C219 for sleeve and gasket materials and generally for design, manufacture and performance.

.3 Flanges and flange gaskets to Clauses 2.2.4.7 and 2.2.4.8 of this Section and AWWA C207 and AWWA C208 for fabricated steel sleeves. Flange gaskets for use with epoxy coated flanges to be annular ribbed type.

.4 Anti-corrosion coating of fabricated carbon steel and ductile iron sleeve assemblies to AWWA C213 ( Fusion bonded epoxy) or shop coated to AWWA C219 in field applied dressings are specified in the Contract Documents.

.5 Bolts and nuts high strength low alloy steel to AWWA C111 or as specified in Contract Documents, stainless steel to ASTM F593 or F738 for bolts and ASTM F594 or F836 for heavy hex nuts. Rolled threads, fit and dimensions to AWWA C111.

.6 Ductile iron castings to ASTM A536, grade 65-5-12.

.7 Flanged branches for welding to steel pipe mains to AWWA C207 and AWWA C208.

.8 Branches shall include a threaded test plug 19mm NPS minimum if tapping machine to be used does not have provision for pressure testing.

.2 Tapping sleeve for cast iron, ductile iron, asbestos cement, PRV to AWWA C900, prestressed concrete pressure pipe or steel mains for taps other than size-on-size:

.1 Split assembly to incorporate an annular gasket cemented or mechanically held in place on the branch end or split assembly incorporating ring seal and wrap around sleeve length gasket liner.

.2 Acceptable models: as specified in the Contract documents

.3 Tapping sleeves for size-on-size taps on cast iron, ductile iron, asbestos cement, PVC to AWWA C900, pre-stressed concrete pressure pipe or steel:

.1 Split assembly incorporating ring seal and wrap around sleeve length gasket/liner.

.2 Acceptable models: as specified in Contract Documents.

.4 Tapping sleeves for size-on-size tap on ductile iron pipe and PRV to AWWA C900 only:

.1 Acceptable models: as specified in Contract Documents.

.14 Repair clamps shall be constructed of 18-8 stainless steel passivated for corrosion resistance. Stainless steel components shall be Type 304 or 304L. All surfaces including weld areas shall be thoroughly cleaned of scale, grease or other contaminants. Welding must be performed in a controlled environment to prevent sensitization. Nuts and bolts shall be Type 304 18-8 stainless steel 5/8 x 11 NC rolled thread lubricated to prevent galling. Gasket shall be SBR (Buna) rubber per ASTM D2000.

andy.brennan
Typewritten Text
EXHIBIT C
Page 41: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

Section 02511 WATERMAINS

Page 5 of 12 Killiney Beach Water System Upgrades

Agua Consulting Inc.

2.3 Valves and Valve Boxes

.1 Mainline Valves - General Requirements

.1 Valves to open counter clockwise.

.2 All valves to have manufacturers name, year of manufacture, size and working pressure on the bonnet or valve body

.2 Mainline Gate Valves

.1 Locations of valves shown on the Contract Drawings

.2 To AWWA C500, for 75mm to 300mm to working pressure of 1380kPa; 400mm and larger to working pressure of 1035 kPa, gray cast iron or cast ductile iron body, bronze mounted solid wedge, or double disc, non-rising stem hub or flanged ends.

.3 To AWWA C509: 75mm to 300mm to working pressure 1380 kPa; Gray cast iron or ductile iron body, resilient seated, non-rising stem, hub or flanged ends.

.4 Stem seal to be O-ring type.

.5 Hydrant valves to be complete with 50mm square operating nut for underground service.

.6 Valves to be complete with 50mm square operating nut for underground service.

.7 Acceptable manufacturers are as specified in Contract Documents.

.3 Mainline Butterfly Valves: to AWWA C504, short body, class 1 MPa with flanged joints.

.4 Plug valve: flanged valve, cast iron body, class 125, to ANSI B16.1, valve seat to be pure nickel to machined smooth finish, tested in accordance with AWWA C504 suitable for vertical installation, complete with eccentric gear actuator.

.5 Blowdown or Blow-off Valves: 50mm to AWWA C800 for working pressure 1035 kPa threaded ends, 75mm to 300mm as specified for mainline gate valves.

.6 Air Release, Air /Vaccuum and Combination Air Valves:

.1 Gray cast iron or ductile iron body.

.2 Threaded or flanged connections.

.3 Maximum working pressure 2070 kPa.

.4 To AWWA C512

.7 Mainline Valve Boxes:

.1 To be as specified in the Contract Documents: telescoping, cast iron, top flange type service box:

.1 Rectangular type to be as specified in Contract Documents

.2 Circular type to be as specified in Contract Documents.

.3 Valve box riser pipe to be 150mm diameter PRV DR 35 or better.

.8 Service Valve Boxes:

andy.brennan
Typewritten Text
EXHIBIT C
Page 42: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

Section 02511 WATERMAINS

Page 6 of 12 Killiney Beach Water System Upgrades

Agua Consulting Inc.

.1 Curb stop valve boxes ( 300mm from property line) on 25mm diameter or smaller services to be telescoping assembly comprised of threaded cast iron top with bronze pentagon centre plug, 25 NPS iron pipe, cast iron base allowing threaded insertion valve (cast iron base section may thread onto curb stop valve) and 14mm diameter steel operating rod attached to curb stop valve with bronze cotter pin, as specified in Contract Documents.

.2 Curb stop valve boxes (300mm from Property line) on 32mm dia. To 50mm dia. services to be assembly specified in 2.3.7.1 except with 19mm dia. Steel operating rod, or as specified in the Contract Document

.3 Curb stop valve boxes (300mm from property line) alternative on 19mm dia. To 50mm dia. services without operating rods to be assembled as specified in Contract Documents.

.4 Curb stop valve boxes (300 mm from property line) on services 75mm dia. And larger as specified for Mainline Valve Boxes.

.9 Check Valves

.1 To AWWA C508: 50 to 300mm to working pressure 1200 kPa: 400 to 500 mm to working pressure of 1035 kPa; gray cast iron or ductile iron cast iron body, clear waterway type, metal to metal seat, mechanical joint ends to AWWA C111 or flanged ends to AWWA C110.

2.4 Pipe Bedding And Surround Material

.1 Granular material to Aggregates: General and following requirements:

.1 Crushed or screened stone, gravel or sand.

.2 Gradations to be within limits specified when tested to ASTM C136 and ASTM C117. Sieve sizes to CAN/CGSB-8.1.

Sieve Designation % Passing Stone/Gravel Gravel/Sand 25 mm 100 - 12.5 mm 65-90 100 4.75 mm 35-55 80-100 2.00 mm - 50-90 0.425 mm 10-25 10-50 0.075 mm 0-8 0-10

.2 Concrete mixes and materials required for bedding cradles, encasement, supports, thrust

blocks: to Section 03300 - Cast-in-Place Concrete.

2.5 Backfill Material

.1 As indicated.

.2 Type 3, in accordance with Excavating, Trenching and Backfilling ( MMCD ).

andy.brennan
Typewritten Text
andy.brennan
Typewritten Text
EXHIBIT C
Page 43: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

Section 02511 WATERMAINS

Page 7 of 12 Killiney Beach Water System Upgrades

Agua Consulting Inc.

3. EXECUTION

3.1 Preparation

.1 Clean pipes, fittings, valves, hydrants, and appurtenances of accumulated debris and water before installation. Carefully inspect materials for defects to approval of Consultant. Remove defective materials from site as directed by Consultant.

3.2 Trenching

.1 Trench depth to provide cover over pipe of not less than 1.2m from finished grade or as indicated.

.2 Trench alignment and depth require Consultant's approval prior to placing bedding material and pipe.

3.3 Granular Bedding

.1 Place granular bedding material in uniform layers not exceeding 150mm compacted thickness to depth of 150mm below bottom of pipe.

.2 Do not place material in frozen condition.

.3 Shape bed true to grade to provide continuous uniform bearing surface for pipe.

.4 Shape transverse depressions in bedding as required to suit joints.

.5 Compact each layer full width of bed to at least 95% maximum density to ASTM D698.

.6 Fill authorized or unauthorized excavation below design elevation of bottom of specified bedding in accordance with Section 02315 - Excavating, Trenching and Backfilling with compacted bedding material.

3.4 Pipe Installation

.1 Lay pipes to ANSI/AWWA Manual of Practice and manufacturer's standard instructions and specifications. Do not use blocks except as permitted in 3.3.2.

.2 Join pipes in accordance with AWWA Manual of Practice and manufacturer's recommendations.

.3 Bevel or taper ends of PVC pipe to match fittings.

.4 Handle pipe by methods recommended by pipe manufacturer. Do not use chains or cables passed through pipe bore so that weight of pipe bears on pipe ends.

.5 Lay pipes on prepared bed, true to line and grade. Ensure barrel of each pipe is in contact with shaped bed throughout its full length. Take up and replace defective pipe. Correct pipe which is not in true alignment or grade or pipe which shows differential settlement after installation greater than 10mm in 3m.

.6 Face socket ends of pipe in direction of laying. For mains on a grade of 2% or greater, face socket ends up-grade. Start project at lowest end of project to reduce potential of water seepage entering trench while laying pipe.

.7 Do not exceed permissible deflection at joints as recommended by pipe manufacturer.

.8 Keep jointing materials and installed pipe free of dirt and water and other foreign materials. Whenever work is stopped, install a removable watertight bulkhead at open end of last pipe laid to prevent entry of foreign materials.

.9 Position and join pipes with equipment and methods approved by Consultant.

andy.brennan
Typewritten Text
andy.brennan
Typewritten Text
EXHIBIT C
Page 44: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

Section 02511 WATERMAINS

Page 8 of 12 Killiney Beach Water System Upgrades

Agua Consulting Inc.

.10 Cut pipes in an approved manner as recommended by pipe manufacturer, without damaging pipe or its coating and to leave smooth end at right angles to axis of pipe.

.11 Align pipes carefully before jointing.

.12 Install gaskets to manufacturer's recommendations. Support pipes with hand slings or crane as required to minimize lateral pressure on gasket and maintain concentricity until gasket is properly positioned.

.13 Avoid displacing gasket or contaminating with dirt or other foreign material. Gaskets so disturbed or contaminated shall be removed, cleaned, lubricated and replaced before jointing is attempted again.

.14 Complete each joint before laying next length of pipe.

.15 Minimize deflection after joint has been made.

.16 Apply sufficient pressure in making joints to ensure that joint is completed to manufacturer's recommendations.

.17 Ensure completed joints are restrained by compacting bedding material alongside and over installed pipes or as otherwise approved by Engineer.

.18 When stoppage of work occurs, block pipes in an approved manner to prevent creep during down time.

.19 Recheck plastic pipe joints assembled above ground after placing in trench to ensure that no movement of joint has taken place.

.20 Do not lay pipe on frozen bedding.

.21 Do hydrostatic and leakage test and have results approved by Consultant before surrounding and covering joints and fittings with granular material.

.22 Backfill remainder of trench.

3.5 Valve Installation

.1 Install valves to manufacturer's recommendations at locations as indicated.

.2 Support valves located in valve boxes or valve chambers by means of concrete blocks, located between valve and solid ground. Bedding same as adjacent pipe. Maximum length of pipe on each end of valve shall be 1m. Valves not to be supported by pipe.

.3 Install underground post-type indicator valves as indicated.

3.6 Thrust Blocks

.1 Place concrete thrust blocks between valves, tees, plugs, caps, bends, changes in pipe diameter, reducers, hydrants and fittings and undisturbed ground as indicated.

.2 Keep joints and couplings free of concrete.

.3 Do not backfill over concrete within 24 h after placing.

3.7 Hydrostatic And Leakage Testing

.1 Tests apply to all watermains that will operate under pressure created by pumping system.

.2 Provide labour, equipment and materials required to perform hydrostatic and leakage tests hereinafter described.

andy.brennan
Typewritten Text
andy.brennan
Typewritten Text
EXHIBIT C
Page 45: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

Section 02511 WATERMAINS

Page 9 of 12 Killiney Beach Water System Upgrades

Agua Consulting Inc.

.3 Notify Consultant at least 24 h in advance of all proposed tests. Perform tests in presence of Consultant.

.4 Where any section of system is provided with concrete thrust blocks, conduct tests at least five days after placing concrete or two days if high early strength concrete is used.

.5 Test pipeline in sections not exceeding 365m in length, unless otherwise authorized by Consultant.

.6 Upon completion of pipe laying and after Consultant has inspected work in place, surround and cover pipes between joints with approved granular material placed to dimensions indicated or directed by Consultant.

.7 Leave valves, joints and fittings exposed.

.8 When testing is done during freezing weather, protect hydrants, valves, joints and fittings from freezing.

.9 Strut and brace caps, bends, tees, and valves, to prevent movement when test pressure is applied.

.10 Open valves.

.11 Expel air from main by slowly filling main with potable water. Install corporation stops at high points in main where no air-vacuum release valves are installed. Remove stops after satisfactory completion of test and seal holes with plugs.

.12 Thoroughly examine exposed parts and correct for leakage as necessary.

.13 Apply hydrostatic test pressure of 1034 kPa based on elevation of lowest point in main and corrected to elevation of test gauge, for a period of 1 h.

.14 Examine exposed pipe, joints, fittings and appurtenances while system is under pressure.

.15 Remove joints, fittings and appurtenances found defective and replace with new sound material and make watertight.

.16 Repeat hydrostatic test until all defects have been corrected.

.17 Apply a leakage test pressure of 1034 kPa after complete backfilling of trench, based on elevation of lowest point in main and corrected to elevation of gauge, for period of 2 h.

.18 Define leakage as amount of water supplied from water storage tank in order to maintain test pressure for 2 h.

.19 Locate and repair defects if leakage is greater than amount specified.

.20 Repeat test until leakage is within specified allowance for full length of watermain.

.21 Form for hydrostatic test is included at the end of this specification section.

3.8 Surround Pipe

.1 Upon completion of pipe laying and after Consultant has inspected work in place, surround and cover pipes as indicated.

.2 Hand place surround material in uniform layers not exceeding 150mm compacted thickness as indicated. Do not dump material within 2m of pipe.

.3 Place layers uniformly and simultaneously on each side of pipe.

.4 Do not place material in frozen condition.

andy.brennan
Typewritten Text
andy.brennan
Typewritten Text
EXHIBIT C
Page 46: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

Section 02511 WATERMAINS

Page 10 of 12 Killiney Beach Water System Upgrades

Agua Consulting Inc.

.5 Compact each layer from pipe invert to mid height of pipe to at least 95% maximum density to ASTM D698.

.6 Compact each layer from mid height of pipe to underside of backfill to at least 90% maximum density to ASTM D698.

3.9 Backfill

.1 Place backfill material, above pipe surround, in uniform layers not exceeding 150mm compacted thickness up to grades as indicated.

.2 Do not place backfill in frozen condition.

.3 Under paving and walks, compact backfill to at least 95% maximum density to ASTM D698. In other areas, compact to at least 90% maximum density to ASTM D698.

3.10 Flushing

.1 Flushing is to be carried out prior to connection to LID water system;

.2 Flushing shall be witnessed by the Consultant. Notify Consultant at least 4 days in advance of proposed date when disinfecting operations will commence;

.3 Flush water mains through available outlets with a sufficient flow of water to produce a velocity of 1.5m/s, within pipe for 10 min, or until foreign materials have been removed and flushed water is clear;

.4 Flushing flows shall be as follows:

Pipe Size NPS Min. Flow (L/s) 50 6 75 14 100 20 150 38 200 75 250 115 300 150

.5 Provide connections and pumps for flushing as required.

.6 Open and close valves, hydrants and service connections to ensure thorough flushing.

3.11 Disinfecting

.1 Disinfect utilizing one of the three approved methods by AWWA Std C651-14. Contractor Inspector or Contract Administrator to witness test. Form for disinfection testing is included at the end of this section.

.2 Once disinfection has been completed for specified period, carry out sampling for both chlorine residual test and microbiological test to verify that there is residual and there is no microbiological coliform growth within the water distribution system. Perform tests at time when new water is flushed into the main, to verify that the source water is clean, and again after water has sat within the water main for 24 hours.

3.12 Connection of New Water Main to System

.1 Once system is proven to be disinfected, system is to be connected to the existing water distribution system.

andy.brennan
Typewritten Text
andy.brennan
Typewritten Text
EXHIBIT C
Page 47: REQUEST FOR QUALIFICATIONS · The successful tenderer to the anticipated ITT will provide all construction services for the project as outlined below: 2.1. ... invited to participate

Section 02511 WATERMAINS

Page 11 of 12 Killiney Beach Water System Upgrades

Agua Consulting Inc.

.2 Keep pipes clean and trench at level so dirt and debris is not expose to the pipe. Swab new pipe and couplings with sodium hypo-chlorite solution.

.3 Keep trench dry during installation.

.4 Carry out works under inspection by LID or Consultant representative.

3.13 Surface Restoration Works

.1 After installing and backfilling over watermains, restore surface to original condition as directed by Consultant. .

END OF SECTION

andy.brennan
Typewritten Text
andy.brennan
Typewritten Text
EXHIBIT C