Upload
others
View
3
Download
0
Embed Size (px)
Citation preview
Note: This Invitation to Tender is by invite only. Any Addenda issued shall be sent to the email address used for the original Invitation to Tender. Proponents are responsible for notifying the Regional District should an alternative email be required for issue of addenda during the ITT period.
INVITATION TO TENDER Project: PRV Installation (Westshore) Tender #: T14-132 Date of Issue: April 23rd, 2014 Closing Location: by hand, mail or courier to:
Regional District of Central Okanagan Reception 1450 KLO Road Kelowna, BC V1W 3Z4
Closing Date and Time:
Two (2) complete copies of each Tender must be received prior to 3 pm Pacific Time, May 13th, 2014
Site Meeting:
May 1st, 2014, 10am at the south end of 390 Evergreen Way property, Vernon, BC (approx. 10kms north of Fintry, BC)
Enquiries: all enquiries must be directed to:
Andy Brennan – Purchasing Manager 1450 KLO Road Kelowna, BC V1W 3Z4 Tel: 250-469-6170 Fax: 250-469-6171 [email protected]
MASTER MUNICIPAL CONSTRUCTION DOCUMENTS – 2009 (PLATINUM EDITION)
UNIT PRICE CONTRACT
T14-132 – PRV Installation (Westshore)
MASTER MUNICIPAL CONSTRUCTION DOCUMENTS CONTENTS The complete Master Municipal Construction Documents consist of the following parts: 1. Standard Documents that Require Additional Information (available in the "MMCD - Tender
Document Production Manual" or on disk)
• Invitation to Tender • Instructions to Tenderers, Part I • Form of Tender
Appendix 1 -- Schedule of Quantities and Prices Appendix 2 -- Preliminary Construction Schedule Appendix 3 – Experience of Superintendent Appendix 4 – Comparable Work Experience Appendix 5 – Subcontractors
• Agreement Schedule 1 -- Schedule of Contract Documents Schedule 2 -- List of Contract Drawings
• Supplemental Specifications
2. Standard Documents that are Fully Complete (available in the "MMCD - General Conditions,
Specifications and Standard Detail Drawings") • Instructions to Tenderers, Part II • General Conditions Schedule 17.5.3 - Letter Agreement and Referee Flow Chart - Changes and Extra Work Flow Chart - Disputes Resolution • Standard Specifications • Standard Detail Drawings
INVITATION TO TENDER
REGIONAL DISTRICT of CENTRAL OKANAGAN
PRV Installation (Westshore) T14-132 The Owner invites tenders for:
The installation of Pressure Reducing Valves and associated works at the Westshore Estates water system. The Region District Environmental Services Department administers six water distribution systems. Westshore Estates is one of these water systems and is located on the West side of Okanagan Lake approximately 10 km North of Fintry, BC. The Westshore Estates water system has been operated and maintained by the Regional District since mid-1990 and currently has approximately 250 domestic connections with a potential full build out of over 500 connections. The Westshore Estates water system is split into two main pressure zones (i.e., Upper and Lower) as illustrated in the enclosed Westshore Estates Water System Map. The Lower zone is supplied by the Mountain reservoir while the Upper zone is supplied by the Upper reservoir with one Pressure Reducing Valve (PRV) separating the two main zones. In addition, the Upper zone has two small pressure zones controlled by PRV’s. The Regional District seeks a Contractor for the installation of up to two PRV Stations, namely: 1) Evergreen PRV, and 2) Lakewood PRV. These PRV installations form part of an infrastructure improvement of the Westshore Estates water system, as described more fully in the enclosed documents. The Evergreen PRV has been identified as the priority replacement with the replacement of the Lakewood PRV as an optional item, if the budget allows. This document pertains to the installation of the supplied pre-fabricated PRV(s) and includes receiving stations, associated civil work, removal and disposing of existing PRV stations and restoration work. The Northern View PRV, which separates the Upper and Lower zones, will be replaced under separate tender following additional engineering work and when budget allows. Schedule: Work must commence no earlier than June 30, 2014 and Substantial Completion must be achieved no later than September 30, 2014. A non-mandatory pre-tender meeting will be held at the time and place specified on the front of this Invitation to Tender.
Tenders are scheduled to close at: Tender closing time: 3:00 pm local time Tender closing Date: May 13th, 2014, at: Address: Regional District of Central Okanagan Reception
1450 KLO Road Kelowna, B.C. V1W 3Z4
UNIT PRICE CONTRACT
INSTRUCTIONS TO TENDERERS PART I
TABLE OF CONTENTS IT – PART I 1 OF 2
2009
1.0 Introduction ........................................................ ………………………………………IT - 1
2.0 Tender Documents ............................................ ………………………………………IT - 1
3.0 Submission of Tenders ......................................................... ………………………IT - 2
4.0 Additional Instructions to Tenderers…………………… ............ ……………………IT - 3
UNIT PRICE CONTRACT
INSTRUCTIONS TO TENDERERS PART I
TABLE OF CONTENTS IT – PART I 2 OF 2
2009
THIS PAGE INTENTIONALLY LEFT BLANK
UNIT PRICE CONTRACT
INSTRUCTIONS TO TENDERERS PART I
IT – PART I IT - 1 2009
(FOR USE WHEN UNIT PRICES FORM THE BASIS OF PAYMENT TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD
DOCUMENTS OF THE UNIT PRICE MASTER MUNICIPAL CONSTRUCTION DOCUMENTS.)
(TO BE READ WITH “INSTRUCTIONS TO TENDERERS - PART II” CONTAINED IN THE EDITION OF THE PUBLICATION
“MASTER MUNICIPAL CONSTRUCTION DOCUMENTS” SPECIFIED IN ARTICLE 2.2 BELOW)
Owner: Regional District of Central Okanagan ( NAME OF OWNER )
Contract: PRV Installation (Westshore) ( TITLE OF CONTRACT )
Reference No. T14-132 ( OWNER’S CONTRACT REFERENCE NO. )
1.0 Introduction 1.1 These Instructions apply to and govern the preparation of tenders for this Contract. The Contract is generally for the following work:
The installation of a Pressure Reducing Valves and associated works at the Westshore Estates Water System, at the following locations: Evergreen PRV- South end of 390 Evergreen Way, Vernon, BC; Lakewood PRV – North corner of 342 Lakewood Road, Vernon, BC
( BRIEF DESCRIPTION OF THE WORK )
1.2 Direct all inquiries regarding the Contract, to:
Andy Brennan – Purchasing Manager
( NAME AND POSITION OF INDIVIDUAL WHO WILL ANSWER INQUIRIS )
Address: Regional District of Central Okanagan
1450 KLO Road, Kelowna, BC V1W 3Z4
Email: [email protected]
Phone: 250 469 - 6170
Fax: 250 469 - 6171
2.0 Tender Documents
2.1 The tender documents which a tenderer should review to prepare a tender consist of all of the Contract Documents listed in Schedule 1 entitled “Schedule of Contract Documents”. Schedule 1 is attached to the Agreement which is included as part of the tender package. The Contract Documents include the drawings listed in Schedule 2 to the Agreement, entitled “List of Contract Drawings”.
UNIT PRICE CONTRACT
INSTRUCTIONS TO TENDERERS PART I
IT – PART I IT - 2 2009
2.2 A portion of the Contract Documents are included by reference. Copies of these documents have not been included with the tender package. These documents are the Instructions to Tenderers - Part II, General Conditions, Specifications and Standard Detail Drawings. They are those contained in the publication entitled “Master Municipal Construction Documents - General Conditions, Specifications and Standard Detail Drawings”. Refer to Schedule 1 to the Agreement or, if not specified in Schedule 1, then the applicable edition shall be the most recent edition as of the date of the Tender Closing Date. All sections of this publication are by reference included in the Contract Documents.
2.3 Any additional information made available to tenderers prior to the Tender Closing Time by the Owner or representative of the Owner, such as geotechnical reports or as-built plans, which is not expressly included in Schedule 1 or Schedule 2 to the Agreement, is not included in the Contract Documents. Such additional information is made available only for the assistance of tenderers who must make their own judgment about its reliability, accuracy, completeness and relevance to the Contract, and neither the Owner nor any representative of the Owner gives any guarantee or representation that the additional information is reliable, accurate, complete or relevant.
3.0 Submission of Tenders
3.1 Tenders must be submitted in a sealed envelope, marked on the outside with the above Contract Title and Reference No., and must be received by the office of:
Reception (Attn: Andy Brennan – Purchasing Manager)
(TITLE OF POSITION)
on or before:
Tender Closing Time: 3 : 00 , PM local time Tender Closing Date: May 13th , 20 14
at
Address: Regional District of Central Okanagan
1450 KLO Road, Kelowna, BC
V1W 3Z4
Fax: 250 469 - 6171
3.2 Late tenders will not be accepted or considered, and will be returned unopened.
UNIT PRICE CONTRACT
INSTRUCTIONS TO TENDERERS PART I
IT – PART I IT - 3 2009
4.0 Supplemental
Instructions to Tenderers
4.1
A non-mandatory site meeting is scheduled for May 1st, 2014, 10am at the South End of 390 Evergreen Way property, Vernon, BC (approx. 10kms north of Fintry, BC). No meeting minutes will be distributed and so no claims will be considered for conditions that were evident at the site meeting or for any decisions and / or discussions made at the meeting that were not documented by a Tenderer.
4.2 Substantial Completion of the works must be completed by September 30th, 2014. Note: work must commence no earlier than June 30th, 2014, which is the date scheduled for the Pressure Reducing valve to be available for delivery at the worksite.
4.3 Work Hours must be restricted as per applicable local bylaws unless approved by the RDCO.
4.4 Force Account Works, if required, will be conducted at the applicable “Blue Book” rates.
UNIT PRICE CONTRACT
FORM OF TENDER
FORM OF TENDER PAGE 1 OF 3
2009
FOR USE WHEN UNIT PRICES FORM THE BASIS OF PAYMENT - TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS OF THE UNIT PRICE MASTER MUNICIPAL CONSTRUCTION DOCUMENTS.
Owner:
Regional District of Central Okanagan
Contract: ( NAME OF OWNER )
PRV Installation (Westshore)
Reference No. ( TITLE OF CONTRACT )
T14-132
( OWNER’S CONTRACT REFERENCE NO. )
To Owner:
WE, THE UNDERSIGNED:
1.1 have received and carefully reviewed all of the Contract Documents, including the Instructions to Tenderers, the specified edition of the “Master Municipal Construction Documents - General Conditions, Specifications and Standard Detail Drawings” and the following Addenda:
; ( ADDENDA, IF ANY )
1.2 have full knowledge of the Place of the Work, and the Work required; and
1.3 have complied with the Instructions to Tenderers; and
ACCORDINGLY WE HEREBY OFFER
2.1 to perform and complete all of the Work and to provide all the labour, equipment and material all as set out in the Contract Documents, in strict compliance with the Contract Documents; and
2.2 to achieve Substantial Performance of the Work on or before September 30th, 2014; and ( WORK DURATION OR DATE )
2.3 to do the Work for the price, which is the sum of the products of the actual quantities incorporated into the Work and the appropriate unit prices set out in Appendix 1, the “Schedule of Quantities and Prices”, plus any lump sums or specific prices and adjustment amounts as provided by the Contract Documents. For the purposes of tender comparison, our offer is to complete the Work for the “Tender Price” as set out on Appendix 1 of this Form of Tender. Our Tender Price is based on the estimated quantities listed in the Schedule of Quantities and Prices, and excludes GST.
WE CONFIRM: 3.1 that we understand and agree that the quantities as listed in the Schedule of Quantities and Prices are estimated, and that the actual quantities will vary.
UNIT PRICE CONTRACT
FORM OF TENDER
FORM OF TENDER PAGE 2 OF 3
2009
WE CONFIRM: 4.1 that the following appendices are attached to and form a part of this tender:
4.1.1 the appendices as required by paragraph 5.3 of the Instructions to Tenderers – Part II; and
Note: the 10% Bid Security stated in paragraph 5.2 of the Instruction to Tenderers – Part II is not required in this Invitation to Tender.
WE AGREE: 5.1 that this tender will be irrevocable and open for acceptance by the Owner for a period of 60 calendar days from the day following the Tender Closing Date and Time, even if the tender of another tenderer is accepted by the Owner. If within this period the Owner delivers a written notice (“Notice of Award”) by which the Owner accepts our tender we will:
5.1.1 within 15 Days of receipt of the written Notice of Award deliver to the Owner:
.1 a Baseline Construction Schedule, as provided by GC 4.6.1;
.2 a “clearance letter” indicating that the tenderer is in Worksafe BC compliance; and
.3 a copy of the insurance policies as specified in GC 24 indicating that all such insurance coverage is in place and;
5.1.2 within 2 Days of receipt of written “Notice to Proceed”, or such longer time as may be otherwise specified in the Notice to Proceed, commence the Work; and
5.1.3 sign the Contract Documents as required by GC 2.1.2. Note: No Performance Bond or Labour and Materials Payment Bond will be required under this Contract.
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
UNIT PRICE CONTRACT
FORM OF TENDER
FORM OF TENDER PAGE 3 OF 3
2009
6.1.2 fail or refuse to commence the Work as required by the Notice to Proceed,
then such failure or refusal will be deemed to be a refusal by us to enter into the Contract and the Owner may, on written notice to us, award the Contract to another party. We further agree that, as full compensation on account of damages suffered by the Owner because of such failure or refusal, the Bid Security shall be forfeited to the Owner, in an amount equal to the lesser of:
6.1.3 the face value of the Bid Security; and
6.1.4 the amount by which our Tender Price is less than the amount for which the Owner contracts with another party to perform the Work.
OUR ADDRESS IS AS FOLLOWS:
Phone:
Fax:
Attention:
This Tender is executed this _______ day of ______________________, 20 ______.
Contractor: (FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL)
(AUTHORIZED SIGNATORY)
(AUTHORIZED SIGNATORY)
Form of Tender - Appendix 1 (Schedule of Quantities)T14-132 - PRV Installation (Westshore)
FT Page 4 -
Unit Price Contract
Base Bid Work - Evergreen PRVItem Description MMCD Ref Unit Quantity Unit Price Total Price1.0 General Requirements1.1 Mobilization / Demobilization l.s. 1 $ $
2.0 Earthworks2.1 Clearing and Grubbing 31 11 01 l.s. 1 $ $
2.2 Remove and dispose of existing PRV Station l.s. 1 $ $
2.3 Install new steel bollards ea 4 $ $
2.4 Repair all areas disturbed by construction activities to preconstruction condition or better - Includes grading and seeding
31 22 0132 92 20
l.s. 1 $ $
3.0 PRV Station3.1 Receiving/Unloading of PRV Station - designed and built by others l.s. 1 $ $
3.2 Install pre-fabrication PRV Station (underground chamber - approximately 3.7m long x 2.5m wide x 2.3m deep). Supplied by Regional District.
l.s. 1 $ $
3.3 Supply and install miscellaneous works related to PRV install (e.g., drain and 1m3 rock pit, gate valves x2 [1 new], appurtenances, etc.)
l.s. 1 $ $
3.4 Start-up commissioning of PRV Station and supply of as-built drawings. l.s. 1 $ $
4.0 Maintaining Water Supply4.1 Temporary water supply bypass during contruction (including pressure reducing) l.s. 1 $ $
5.0 $
Optional Work - Lakewood PRV:Item Description MMCD Ref Unit Quantity Unit Price Total Price6.0 General Requirements6.1 Mobilization / Demobilization (assume continuous work with Evergreen PRV) l.s. 1 $ $
7.0 Earthworks7.1 Clearing and Grubbing 31 11 01 l.s. 1 $ $
7.2 Remove and dispose of existing PRV Station l.s. 1 $ $
7.3 Install new steel bollards ea 2 $ $
7.4 Repair all areas disturbed by construction activities to preconstruction condition or better - Includes grading Includes Reshaping Granular Roadbed
31 22 0131 22 16
l.s. 1 $ $
8.0 PRV Station8.1 Receiving/Unloading of PRV Station - designed and built by others l.s. 1 $ $
8.2 Install pre-fabrication PRV Station (underground chamber - approximately 3.7m long x 2.5m wide x 2.3m deep). Supplied by Regional District.
l.s. 1 $ $
8.3 Supply and install miscellaneous works related to PRV install (e.g., drain and 1m3 rock pit, gate valves x2 [1 new], appurtenances, etc.)
l.s. 1 $ $
8.4 Start-up commissioning of PRV Station and supply of as-built drawings. l.s. 1 $ $
9.0 Maintaining Water Supply9.1 Temporary water supply bypass during contruction (including pressure reducing) l.s. 1 $ $
10.0 $
11.0$
12.0$
TOTAL TENDERED PRICE:(SUM OF ITEM 5.0 + ITEM 10.0)
GST:
SUB TOTAL - BASE BID:
SUB TOTAL - OPTIONAL WORK:
UNIT PRICE CONTRACT
APPENDIX 2 – PRELIMINARY CONSTRUCTION SCHEDULE
APPENDIX 2 PAGE 1 OF 1
2009
Tenderer’s Initials _______________________
T14-132 PRV Installation (Westshore)
( TITLE OF CONTRACT )
See paragraph 5.3.2 of the Instructions to Tenderers – Part II.
Indicate Schedule with bar chart with major item descriptions and time.
MILESTONE DATES:____________________________________________________
ACTIVITY CONSTRUCTION SCHEDULE
1 2 3 4 5 6 7 8 9 10
UNIT PRICE CONTRACT
APPENDIX 3 – EXPERIENCE OF SUPERINTENDENT
APPENDIX 3 PAGE 1 OF 1
2009
Tenderer’s Initials _______________________
T14-132 PRV Installation (Westshore)
( TITLE OF CONTRACT )
See paragraph 5.3.3 of the Instructions to Tenderers – Part II.
Name: Experience:
Dates: Project Name: Responsibility:
References:
Dates: Project Name: Responsibility:
References:
Dates: Project Name: Responsibility:
References:
Dates: Project Name: Responsibility:
References:
UNIT PRICE CONTRACT
APPENDIX 4 – COMPARABLE WORK EXPERIENCE
APPENDIX 4 PAGE 1 OF 1
2009
Tenderer’s Initials _____________________________
T14-132 PRV Installation (Westshore)
( TITLE OF CONTRACT )
See paragraph 5.3.4 of the Instructions to Tenderers – Part II.
PROJECT OWNER / CONTACT NAME
PHONE and FAX WORK
DESCRIPTION VALUE ($)
Owner / Contract
Phone ( ) Fax ( )
Owner / Contract
Phone ( ) Fax ( )
Owner / Contract
Phone ( ) Fax ( )
Owner / Contract
Phone ( ) Fax ( )
Owner / Contract
Phone ( ) Fax ( )
Owner / Contract
Phone ( ) Fax ( )
Owner / Contract
Phone ( ) Fax ( )
Owner / Contract
Phone ( ) Fax ( )
Owner / Contract
Phone ( ) Fax ( )
Owner / Contract
Phone ( ) Fax ( )
Owner / Contract
Phone ( ) Fax ( )
Owner / Contract
Phone ( ) Fax ( )
UNIT PRICE CONTRACT
APPENDIX 5 - SUBCONTRACTORS
APPENDIX 5 PAGE 1 OF 1
2009
Tenderer’s Initials _______________________
T14-132 PRV Installation (Westshore)
( TITLE OF CONTRACT )
See paragraph 5.3.5 of the Instructions to Tenderers – Part II.
TENDER ITEM TRADE SUBCONTRACTOR NAME PHONE NUMBER
UNIT PRICE CONTRACT FORM OF AGREEMENT
FORM OF AGREEMENT PAGE 1 OF 6
2009
( FOR USE WHEN UNIT PRICES FORM THE BASIS OF PAYMENT TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS OF THE UNIT PRICE MASTER MUNICIPAL CONSTRUCTION DOCUMENTS.)
BETWEEN OWNER AND CONTRACTOR
This agreement made in duplicate this
______ day of ___________, 20_____.
Contract: PRV Installation (Westshore)
Reference No.
( TITLE OF CONTRACT )
T14-132
( OWNER’S CONTRACT REFERENCE NO. )
BETWEEN:
The Regional District of Central Okanagan
( NAME OF OWNER )
(the “Owner”)
AND:
( NAME AND OFFICE ADDRESS OF CONTRACTOR )
(the “Contractor”)
The Owner and the Contractor agree as follows:
Article 1 The Work Start / Completion Dates
1.1 The Contractor will perform all Work and provide all labour, equipment and material and do all things strictly as required by the Contract Documents.
1.2 The Contractor will commence the Work in accordance with the Notice to Proceed. The Contractor will proceed with the Work diligently, will perform the Work generally in accordance with the construction schedules as required by the Contract Documents and will achieve Substantial Performance of the Work on or before September 30th, 2014 subject to (INSERT DATE OF SUBSTANTIAL PERFORMANCE )
the provisions of the Contract Documents for adjustments to the Contract Time.
UNIT PRICE CONTRACT FORM OF AGREEMENT
FORM OF AGREEMENT PAGE 2 OF 6
2009
1.3 Time shall be of the essence of the Contract.
Article 2 Contract Documents
2.1 The “Contract Documents” consist of the documents listed or referred to in Schedule 1, entitled “Schedule of Contract Documents”, which is attached and forms a part of this Agreement, and includes any and all additional and amending documents issued in accordance with the provisions of the Contract Documents. All of the Contract Documents shall constitute the entire Contract between the Owner and the Contractor.
2.2 The Contract supersedes all prior negotiations, representations or agreements, whether written or oral, and the Contract may be amended only in strict accordance with the provisions of the Contract Documents.
Article 3 Contract
Price 3.1 The price for the Work (“Contract Price”) shall be the sum in
Canadian dollars of the following
1.1.1 the product of the actual quantities of the items of Work listed in the Schedule of Quantities and Prices which are incorporated into or made necessary by the Work and the unit prices listed in the Schedule of Quantities and Prices; plus
1.1.2 all lump sums, if any, as listed in the Schedule of Quantities and Prices, for items relating to or incorporated into the Work; plus
1.1.3 any adjustments, including any payments owing on account of Changes and agreed to Extra Work, approved in accordance with the provisions of the Contract Documents.
3.2 The Contract Price shall be the entire compensation owing to the Contractor for the Work and this compensation shall cover and include all profit and all costs of supervision, labour, material, equipment, overhead, financing, and all other costs and expenses whatsoever incurred in performing the Work.
Article 4 Payment 4.1 Subject to applicable legislation and the provisions of the Contract
Documents, the Owner shall make payments to the Contractor.
4.2 If the Owner fails to make payments to the Contractor as they become due in accordance with the terms of the Contract Documents then interest calculated at 2% per annum over the prime commercial lending rate of the Royal Bank of Canada on such unpaid amounts shall also become due and payable until payment. Such interest shall be calculated and added to any unpaid amounts monthly.
UNIT PRICE CONTRACT FORM OF AGREEMENT
FORM OF AGREEMENT PAGE 3 OF 6
2009 Article 5 Rights and
Remedies 5.1 The duties and obligations imposed by the Contract Documents
and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law.
5.2 Except as specifically set out in the Contract Documents, no action or failure to act by the Owner, Contract Administrator or Contractor shall constitute a waiver of any of the parties’ rights or duties afforded under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach under the Contract.
Article 6 Notices 6.1 Communications among the Owner, the Contract Administrator and
the Contractor, including all written notices required by the Contract Documents, may be delivered by hand, or by fax, or by pre-paid registered mail to the addresses as set out below:
The Owner:
Regional District of Central Okanagan
1450 KLO Road
Kelowna, BC
Fax: 250-762-7011
Attention: Clarke Kruiswyk
The Contractor:
Fax:
Attention:
The Contract Administrator:
Fax:
Attention:
6.2 A communication or notice that is addressed as above shall be considered to have been received
1.1.4 immediately upon delivery, if delivered by hand; or
UNIT PRICE CONTRACT FORM OF AGREEMENT
FORM OF AGREEMENT PAGE 4 OF 6
2009
1.1.5 immediately upon transmission if sent by fax and received in hard copy; or
1.1.6 after 5 Days from date of posting if sent by registered mail.
6.3 The Owner or the Contractor may, at any time, change its address
for notice by giving written notice to the other at the address then applicable. Similarly if the Contract Administrator changes its address for notice then the Owner will give or cause to be given written notice to the Contractor.
6.4 The sender of a notice by fax assumes all risk that the fax is received in hard copy.
Article 7 General 7.1 This Contract shall be construed according to the laws of British
Columbia.
7.2 The Contractor shall not, without the express written consent of the Owner, assign this Contract, or any portion of this Contract.
7.3 The headings included in the Contract Documents are for convenience only and do not form part of this Contract and will not be used to interpret, define or limit the scope or intent of this Contract or any of the provisions of the Contract Documents.
7.4 A word in the Contract Documents in the singular includes the plural and, in each case, vice versa.
7.5 This agreement shall ensure to the benefit of and be binding upon the parties and their successors, executors, administrators and assigns.
IN WITNESS WHEREOF the parties hereto have executed this Agreement the day and year first written above.
Contractor:
(FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL)
(AUTHORIZED SIGNATORY)
(AUTHORIZED SIGNATORY)
Owner:
(FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL)
(AUTHORIZED SIGNATORY)
(AUTHORIZED SIGNATORY)
UNIT PRICE CONTRACT FORM OF AGREEMENT
FORM OF AGREEMENT PAGE 5 OF 6
2009
(INCLUDE IN LIST ALL DOCUMENTS INCLUDING, IF ANY, SUPPLEMENTARY GENERAL CONDITIONS, SUPPLEMENTARY SPECIFICATIONS,SUPPLEMENTARY STANDARD DETAIL DRAWINGS.)
Schedule 1 Schedule
of Contract Documents
The following is an exact and complete list of the Contract Documents, as referred to in Article 2.1 of the Agreement.
NOTE: The documents noted with “*” are contained in the “Master Municipal Construction Documents - General Conditions, Specifications and Standard Detail Drawings”, edition dated 2009. All sections of this publication are included in the Contract Documents.
8.1 Agreement, including all Schedules;
8.2 General Conditions*;
8.3 Specifications*;
8.4 Supplementary Standard Detail Drawings:
8.5 Standard Detail Drawings*;
8.6 Executed Form of Tender, including all Appendices;
8.7 Contract Documents listed in Schedule 2 to the Agreement –”List of Contract Drawings”;
8.8 Instructions To Tenderers - Part I;
8.9 Instructions to Tenderers - Part II*;
8.10 MMCD Supplemental Update 2013-06-13
8.11 MMCD Supplemental Update 2012-08-07
8.12 MMCD Supplemental Update 2012-06-08
8.13 MMCD Supplemental Update 2012-05-30
8.14 MMCD Supplemental Update 2012-08-08
8.15 MMCD Supplemental Update 2012-08-04
8.16 MMCD Supplemental Update PVC C900 Pipe Spec Clarification
8.17 MMCD Supplemental Update 2010-05-18
8.18 MMCD Supplemental Update 2010-03-25
8.19 MMCD Supplemental Update 2009-11-19
8.20 The following Addenda:
( ADDENDA, IF ANY )
(COMPLETE LISTING OF ALL DRAWINGS, PLANS AND SKETCHES WHICH ARE TO FORM A PART OF THE CONTRACT, OTHER THAN STANDARD DETAIL DRAWINGS AND SUPPLEMENTARY STANDARD DETAIL DRAWINGS.)
UNIT PRICE CONTRACT FORM OF AGREEMENT
FORM OF AGREEMENT PAGE 6 OF 6
2009
Schedule 2 List of
Contract Drawings
TITLE DRAWING NO. DATE REVISION NO. REVISION DATE
Westshore Estates Water System Map
WS-307 April 3, 2014 NA NA
Evergreen PRV – As-built
Ws-maps.dwg,
4 of 15
April 1998 NA NA
Lakewood PRV – As-built
Ws-maps.dwg, 8 of 15
April 1998 NA NA
PRV#2 Evergreen Site Plan
WS-307-PRV2 April 15, 2014 0 April 15, 2014
Option Item1: PRV #3 Lakewood Site Plan
WS-307-PRV3 April 15, 2014 0 April 15, 2014
Evergreen PRV Upgrade
2237-1-102 March 13, 2013 0 March 13, 2013
Lakewood Drive PRV Upgrade
2237-1-103 March 13, 2013 0 March 13, 2013
!
(
LÉ
" !9Î
" !9Î
" !9Î
" !9Î
" !9Î
" !9Î
" !9Î
" !9Î
" !9Î
" !9Î
!
(
!
(
!
(
!
(
LÉ
!R
!R !R
!R
!R !R
!R
!R
!R
!R
!R
!R !R
!R
!R !R
!R !R
!R !R
!R!R
!R !R
!R !R
!R!R
!R
!R
!R
!R!R
!R!R
!R!R
!R!R!R
!R!R
!R
!R!R
!R!R
!R
!R
!R!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R!R
!
(
!
(
!
(
LÉ!
(
!
(
!
(
!
(
!
(
!
(
!R
!R
!R
!R
!R!R !R
!R !R
!R !R
!R !R
!R !R
!R !R
!R !R
!R !R
!R
!R !R
!R
!R !R
!R !R
!R
!R
!R!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R !R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R !R !R !R !R !R
!R!R !R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R!R
!R
!R!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R!R
!R!R
!R !R
!R!R
!R
!R
!R
!R!R
!R!R
!R!R
!R!R
!R!R
!R!R
!R!R
!R!R
!R
!R
!R
!R!R
!R
!R
!R
!R
!R
!R
!R
!R
!
(!
(
!
(
!
(!
(
!
(
!
(
!
(
!
(
!
(
!
(!
(
!R
!R!R
!R!R
!R!R
!R!R
!R!R
!R!R
!R!R
!R!R
!R!R
!R!R
!R
!R
!
(
!R
!R
!R
!R
!R
!R!R
!R
!R!R
!R
!R!R
!R!R
!R
!R!R
!R
!R
!R
!R
!R!R
!R
!R
!R
!R
!R!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!
(
!
(
!(
!(
!
(
!
(
!
(
!
(!(
!
(
!
(
!
(
!
(
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R !R
!R !R
!
(
ÍÎ
$
³
!R
!R
!R
!R
!
(
!
(
!
(
!R
!R
!R
!
(
!
(
!
(
!
(
!
(
!
(
!
(
!
(
!
(
!R !R
!R
!R
!
(
!
(
!
(
!
(
!
(
!
(
!
(
!
(
!
(
!
(
!
(
!R!R
ÍÎ
$
³!
(
!
(!
(
!R
!R
!R
!R
!R!R
!R!R
!R!R
!R!R
!R
!R
!R
!R
!R
!R
!R!R
!R
!R!R
!R!R
!R!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R!R
!R
!R
!R!R
!R
!R!R
!R
!R
!R !R
!R
!R
!R
!R
!R
!R
!R!R
!R!R
!R!R
!R!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!R
!
(
!R!R
!R
!R!R
!R!R
!R!R
!R!R
!R
!R
!R !R
!R!R
!R!R
!R!R
!R!R
!R!R
!R
!R
" !9Î
!R
!R!R
!R!R!R
!R
" !9Î!R
!R
!R
!R!R
!R!R
!R!R
!R!R
!R!R
!R!R
!R!R
!R!R
!R!R
!R!R!R!R
!R!R
!R!R
!R!R
!R!R
!R!R
!R !R
!R!R
!R !R
!R!R
!R!R
!R!R
!R
!R !R
!R
!R!R
!R!R
!R
!R !R
!R!R
¥ t¢
!R
LÉ
!
(
!
(
!
(
!
(
" !9Î
!
(
!
(
!R!R
!R
!R
!R" !9Î
" !9Î
!R
" !9Î
!R!R
!
(
" !9Î
!
(
!
(
!
(
!
(!(
" !9Î
!R!R
!
(
!
(
" !9Î
!R!R
!R!R
!R
LÉ!R
!R
!R
" !9Î
!R
!R!R
!
(
!R
!R
!R!R
!R!R !R
!R!
(
!
(
!
(
ÍÎ
$
³
!
(
!R !R
!R!R
!R !R
!R!R
!R
!R
!
( !
(
" !9Î!R
!R
!R
!R
!R
!R
!R
!(
!R
¡
¡¡
¡
¡
¡¡
¡
¡
¡
¡
¡
¡
¡
¡
¡
¡
¡
¡
¡
¡
¡
¡
¡
¡
¡
¡
¡¡
¡
¡
¡
¡
¡
55
98
80
7070
90
72
95
60
60
55
60
70
95
8695
135
100
108
135
140
100
111
107
102
130
120
135
135
135120
140
140
µ
570 Pressure ZoneService Elev.470m ‐ 500m
WESTSIDE ROAD
EVERGREEN WAY
Lake Elevation: 342m
390
UPPER Pressure ZoneService Elev.500m ‐ 530m
LOWER Pressure ZoneService Elev.400m ‐ 470m
Pressure ZoneService Elev.470m ‐ 514m
Okanagan Lake
UPPERRESERVOIR
455 cu.mElev. 596m
MOUNTAINRESERVOIR
341 cu.mElev - 502m
PUMPS25.4 l/sec
@ 89m TDH
WESTSHORE ROAD
MOUNTAIN DRIVE
COLUMBIA WAY
WESTSHO
RE ROAD
MAP
LE
HILLCREST WAY
LAKEWOO
D RO
AD
ALDER DR
VALLEY DRIVE
COLUMBIA WAY
PINECREST ROAD
M
ORNINGSIDE
HIL
LSID
E DR
BLUEBIR
D
NORTHERN VIE
W
DOGWOOD
MOUNTAIN DRIV
E
600
550
510
450
500
470
400
350
540
520
490
SPRUCE DR
PINECREST RD
WESTSHO
RE ROAD
WESTS
HORE
ROAD
CROWN CRES
CROWN CRES
HEMLOCK
IR #1
CENTRAL OKANAGAN WEST
PRV-2In HGL 595m
Out HGL set 570mOut @ 86 psi
PUMPS17.0 l/sec
@ 167m TDH
Legend
0 75 150 225 300Meters
Path
: H:\E
NG
INE
ER\G
IS-1
\GIS
-Wat
er\2
014-
04 W
ests
hore
.mxd
SWL - Static Water LevelTWL - Top Water LevelTDH - Total Dynamic Headl/sec - litres per second
ABBREVIATIONS:
WESTSHORESWATER DISTRIBUTION SYSTEM
Dat
e: 4
/3/2
014
Operational Since 1974
WS-307
426 ELEVATION (m)
PRESSURE ZONESERVICE AREA(S)
STATUTORY RIGHT OF WAY
PRESSURE REDUCING VALVE
PUMP STATION
RESERVOIR
psi
WELLW
BLOWOFF
FIRE HYDRANT
VALVE (CLOSED)
CURBSTOP
VALVE (AIR RELEASE)
VALVE (OPEN)! (
! ( VALVE (HYDRANT)
SAMPLING STATION¥t¢
"!9Î
LÉ
¡
!R
! (
WATER MAINS (mm)
200
100150
250300
50
PRV-3In HGL 593m
Out HGL set 545mOut @ 50 psi PRV-1
In HGL 594mOut HGL set 504m
Out @ 16 psi
“Thi
s as
-con
stru
cted
inf
orm
atio
n w
as n
ot p
repa
red
by t
heR
egio
nal D
istri
ct o
f Cen
tral O
kana
gan
and
ther
efor
e th
ere
is n
ogu
aran
tee
of i
ts a
ccur
acy.
It
is t
he r
ecip
ient
’s a
nd u
ser’
sre
spon
sibi
lity
to c
onfir
m t
he a
ccur
acy
of t
his
as-c
onst
ruct
e din
form
atio
n be
fore
pro
ceed
ing
with
any
wor
k th
at m
ay b
eaf
fect
ed b
y th
is a
s-co
nstru
cted
info
rmat
ion.
”
“This as-constructed information was not prepared by theRegional District of Central Okanagan and therefore there is noguarantee of its accuracy. It is the recipient’s and user’sresponsibility to confirm the accuracy of this as-constructedinformation before proceeding with any work that may beaffected by this as-constructed information.”
Ð%î"
! (
! (! (
¡
390
511
496
361
150 mm DI
150 m
m DI
200 m
m DI
200 mm DI
200 mm DI
200 m
500m
502m
504m
504m
504m
504m
504m
498m
496m
µ
EVERGREEN WAY
MOUNTAIN
DRIV
E
WESTSHORES WATER SYSTEMReplacement of 2 PRV Stations
Legend
LÉ ARV !R CURBSTOP
! ( VALVE
"Îi BLOWOFFFIRE HYDRANT¡
Ð%î" PRV
WATER MAINS (mm)200
100150
250300
50
Project Name: PRV #2 EVERGREEN
Drawing Number: Revision:WS-307-PRV2 0
Pressure Zone P570
PRV in below grade precast concrete chamber with locable access.Chamber to be installed at 1.0% slope toward sump. Use minimum 100mm bedding gravel compacted to 100% standard proctor density for base.Area around chamber to be regraded to ensure minimum 0.18 m cover. Refer to Associated Engineering DWG 2237-1-102. (Final PRV design may vary slightly)Install new bollards (x4).Reseed areas affected by construction.
New outlet side 150 GATE VALVE
Path: H:\ENGINEER\GIS-1\GIS-Water\307-PRV-2 Evergreen.mxd
1:250Page 11x17; ScaleDate: 4/15/2014Drawn By: CMK
0 5 102.5Meters
Verify Scale:
! (
Environmental Services1450 KLO Road, Kelowna BC, V1W3Z4PH. (250) 469-6241 FAX. (250) 762-7011
www.regionaldistrict.com FOR
TEN
DER
Lot 157Plan 26101
Lot 156Plan 26101
Lot 158Plan 26101
150mm drain at 2.0% from PRV to 1.0m3 rock pit
GENERAL NOTES:1. Contour Interval = 2m2. The position of power lines, conduits, watermains, sewers, underground or above ground utilities and structures is not
necessarily shown on the drawings. Where shown, the accuracy of the position of such utilities and structures is not guaranteed. Before starting work, the Contractor shall familiarize themself of the exact location of such utilities and structures and shall assume all liability for damage to them.
3. The Contractor shall exercise extreme caution when working around legal pins to avoid disturbance. If the Contractor is unable to avoid disturbance of any pin because of physical constraints of the site, the Regional District shall be notified prior to disturbing the survey pin. Any survey pin disturbed without notifying the engineer shall become the Contractor’s responsibility.
4. The Contractor is responsible for maintaining water supply during PRV installation or limiting water disruptions to a minimum.
5. The Contractor to coordinate shut‐off and bypass of water lines with Regional District's Environmental Services Department. Valves to be operated by Regional District only.
6. The Contactor shall be responsible for all necessary permits for construction & arranging for disposal of ground water as required.
7. Where required, the Contractor shall supply, erect, and maintain standard traffic control devices in accordance with the Ministry of Transportation and Infrastructure Traffic Control Manual.
8. The Contractor shall prepare the excavation to receive the prefabricated PRV station directly from the factory, thereby minimizing traffic disruption. Contractor is responsible for receiving and unloading the PRV station.
9. The Contractor is to supply and install sufficient pipe bends, fittings, valves and appurtenances necessary to completely tie‐in of the proposed PRV stations to the existing water mains. The work shall include excavation, pipe, gate valves, appurtenances, bedding, drain rock, cover material backfill and compaction.
10. All new buried watermain fittings to be complete with thrust blocks with a minium 1.5m of cover. 11. Bedding material to be hand tamped around pipes and machine tamped above pipe to surface. All work to conform to
the latest edition of MMCD, MOTI and Regional District subdivision bylaw and the plumbing code unless otherwise noted on drawing.
12. The Contractor shall coordinate all testing required with the testing firm specified by the Regional District. All testing costs to be borne by the Contractor.
13. The Contractor shall provide the service of a factory trained technician to thoroughly check and inspect the installation, place the PRV station in operation, make any necessary adjustments and conduct field tests in the Regional District's presence at no extra cost to the Regional District.
14. The Contractor to provide detailed as‐built drawings to the Regional District. 15. All disturbed areas to be restored to pre‐construction condition or better as soon as possible.
!R
!R
!(
!(
Ð%î"
¡
200 m
m DI
150 mm
DI
120
0 mm
DI
506m
506m
506m
508m
508m
508m
510m
510m
510m
512m
512m504m
502m
514m
500m
498m
516m
496m
LAKEWOOD ROAD
WESTSHORES WATER SYSTEMReplacement of 2 PRV Stations
Project Name: OPTION ITEM 1: PRV #3 LAKEWOOD
Drawing Number: Revision:WS-307-PRV3 0
545 Pressure Zone
PRV in below grade precast concrete chamber with locable access.Chamber to be installed at 1.0% slope toward sump. Use minimum 100mm bedding gravel compacted to 100% standard proctor density for base.Area around chamber to be regraded to ensure minimum 0.18 m cover. Reshape granular roadbed of affected area.Refer to Associated Engineering DWG 2237-1-103. (Final PRV design may vary slightly)Install new bollards (x2).
New outlet side 150 GATE VALVE
Path: H:\ENGINEER\GIS-1\GIS-Water\307-PRV-3 Lakewood.mxd
1:250Page 11x17; ScaleDate: 4/15/2014Drawn By: CMK
0 5 102.5Meters
Verify Scale:
! (
Environmental Services1450 KLO Road, Kelowna BC, V1W3Z4PH. (250) 469-6241 FAX. (250) 762-7011
www.regionaldistrict.com
Legend
LÉ ARV !R CURBSTOP
! ( VALVE
"Îi BLOWOFFFIRE HYDRANT¡
Ð%î" PRV
WATER MAINS (mm)200
100150
250300
60
Lot 242Plan 26101
Lot 243Plan 26101
RDCOUtility Corridor
Lot 351Plan 26101
342
348
Lot 351Plan 26101
FOR
TEN
DER
150mm drain at 2.0% from PRV to 1.0m3 rock pit
GENERAL NOTES:1. Contour Interval = 2m2. The position of power lines, conduits, watermains, sewers, underground or above ground utilities and structures is not
necessarily shown on the drawings. Where shown, the accuracy of the position of such utilities and structures is not guaranteed. Before starting work, the Contractor shall familiarize themself of the exact location of such utilities and structures and shall assume all liability for damage to them.
3. The Contractor shall exercise extreme caution when working around legal pins to avoid disturbance. If the Contractor is unable to avoid disturbance of any pin because of physical constraints of the site, the Regional District shall be notified prior to disturbing the survey pin. Any survey pin disturbed without notifying the engineer shall become the Contractor’s responsibility.
4. The Contractor is responsible for maintaining water supply during PRV installation or limiting water disruptions to a minimum.
5. The Contractor to coordinate shut‐off and bypass of water lines with Regional District's Environmental Services Department. Valves to be operated by Regional District only.
6. The Contactor shall be responsible for all necessary permits for construction & arranging for disposal of ground water as required.
7. Where required, the Contractor shall supply, erect, and maintain standard traffic control devices in accordance with the Ministry of Transportation and Infrastructure Traffic Control Manual.
8. The Contractor shall prepare the excavation to receive the prefabricated PRV station directly from the factory, thereby minimizing traffic disruption. Contractor is responsible for receiving and unloading the PRV station.
9. The Contractor is to supply and install sufficient pipe bends, fittings, valves and appurtenances necessary to completely tie‐in of the proposed PRV stations to the existing water mains. The work shall include excavation, pipe, gate valves, appurtenances, bedding, drain rock, cover material backfill and compaction.
10. All new buried watermain fittings to be complete with thrust blocks with a minium 1.5m of cover. 11. Bedding material to be hand tamped around pipes and machine tamped above pipe to surface. All work to conform to
the latest edition of MMCD, MOTI and Regional District subdivision bylaw and the plumbing code unless otherwise noted on drawing.
12. The Contractor shall coordinate all testing required with the testing firm specified by the Regional District. All testing costs to be borne by the Contractor.
13. The Contractor shall provide the service of a factory trained technician to thoroughly check and inspect the installation, place the PRV station in operation, make any necessary adjustments and conduct field tests in the Regional District's presence at no extra cost to the Regional District.
14. The Contractor to provide detailed as‐built drawings to the Regional District. 15. All disturbed areas to be restored to pre‐construction condition or better as soon as possible.