1. introduction - City of Surrey

advertisement
REQUEST FOR QUOTATIONS
Title:
SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM
Reference No.:
1220-40-56-09
FOR THE SUPPLY OF SERVICES
RDO V. May 11, 2009
REQUEST FOR QUOTATIONS
TABLE OF CONTENTS
Request for Quotations Invitation .................................................................................................01
General Requirements .................................................................................................................02
Schedule A
Schedule A – Specifications of Goods and Scope of Services .....................................................05
Schedule B
Schedule B – Sample Agreement ................................................................................................07
Schedule B – Appendix 1 - Special Provisions .............................................................................14
Schedule B – Appendix 2 – Method of Measurement and Payment .............................................20
Schedule B – Appendix 3 – Supplementary Specifications (Project) ............................................22
Schedule B – Appendix 4 – List of Contract Drawings..................................................................51
Schedule B – Appendix 5 – Schedule of Prices............................................................................55
Schedule B – Appendix 6 – Construction Schedules ....................................................................56
Schedule B – Appendix 7 – Experience, Key Personnel, Equipment, Subcontractors and Material
Suppliers ......................................................................................................................................57
Schedule B – Appendix 8 – Prime Contractor Designation ...........................................................58
Schedule B – Appendix 9 – Risk, Health and Safety ....................................................................60
Schedule B - Appendix 10 – Confined Space Safety Procedure (Entry Procedure for Confined
Space
......................................................................................................................................62
Schedule B - Appendix 11 – Compliance to Safety Procedure (Working In Confined Space) .......64
Schedule B – Appendix 12 – Statutory Declaration ......................................................................66
Schedule B – Appendix 13 – Certificates of Substantial Performance ..........................................68
Schedule B – Appendix 14 – Notice of Certification of Substantial Performance ..........................70
Schedule B – Appendix 15 – Post Compliance Form Certificate of Substantial Performance .......72
Schedule C
Schedule C – Form of Quotation ..................................................................................................74
RFQ (Goods and Services) No.: 1220-40-56-09
ii
CITY OF SURREY
REQUEST FOR QUOTATIONS
REFERENCE No. 1220-40-56-09
Quotations are invited for RFQ #1220-40-56-09 – Sanitary Sewer Rehabilitation & I/I
Reduction Program generally involving a program of inspection, testing, grouting and other
related services to rehabilitate sanitary sewer mains, service interfaces, and service laterals,
and to reduce inflow and infiltration in the areas shown on the attached specifications and
drawings.
Quotations, marked as to content “Request For Quotations #1220-40-56-09 – Sanitary
Sewer Rehabilitation & I/I Reduction Program” will be received at the office of the Manager,
Purchasing and Payments, 6645 – 148th. Street, Surrey, B.C. V3S 3C7. The City would prefer
to receive Quotations on or before Wednesday, May 27th, 2009. The City's office hours are 8:30
a.m. to 4:00 p.m., Monday to Friday, except statutory holidays.
All inquiries shall be directed to Manager, Purchasing & Payments, Telephone: 604-590-7274
and written questions should be submitted to purchasing@surrey.ca or by facsimile
transmission to 604-599-0956.
If the value of the contract(s) resulting from this request for quotation exceeds the thresholds
stipulated in Annex 502.4 of the Agreement on Internal Trade, then all provision of Annex 502.4
of the Agreement on Internal Trade will apply.
Submissions will be evaluated based on the Contractors’ (and their subcontractors)
qualifications and track record, recent experience with similar scope of work projects, overall
project cost, proposed construction schedule, demonstrated ability to complete the project with
the proposed schedule, as well as any other factors the City deems to be relevant to the project
success. The City of Surrey reserves the right to reject any or all quotations, and to waive
informalities in any or all quotations.
RFQ (Goods and Services) No.: 1220-40-56-09
1
REQUEST FOR QUOTATIONS – GENERAL REQUIREMENTS
1.
INTRODUCTION
The City of Surrey (the “City”) invites contractors to provide a quotation on the form attached as
Schedule C (the "Quotation") for the supply of the goods (if any) and services described in
Schedule A (the "Goods and Services"). The description of the Goods and Services sets out the
minimum requirements of the City. A person that submits a Quotation (the "Contractor") should
prepare a Quotation that meets the minimum requirements, and as it may choose, in addition,
also include goods, services or terms that exceed the minimum requirements.
2.
ADDRESS FOR DELIVERY
The Quotation should be submitted to the City at the office of:
Manager, Purchasing & Payments
City of Surrey
Purchasing Section
6645 – 148th Street
Surrey, British Columbia V3S 3C7 CANADA
Fax: 604-599-0956
Faxed Quotations are permitted, but a Contractor bears all risk that the City's fax equipment
functions properly so that the City receives the Quotation. Contractors preferring to submit
hardcopies of their quote should provide the original unbound and one bound (1) copy.
3.
DATE
The City would prefer to receive Quotations on or before Wednesday, May 27th, 2009. The City's
office hours are 8:30 a.m. to 4:00 p.m., Monday to Friday, except statutory holidays.
4.
INQUIRIES
All inquiries related to this Request for Quotation ("RFQ") should be directed in writing to the
contact person in section 2.
5.
ADDENDA
If the City determines that an amendment is required to this RFQ, the City will post a written
addendum on the City website at www.surrey.ca (the "City Website") and upon posting will be
deemed to form part of this RFQ. Upon submitting a Quotation, Contractors will be deemed to
have received notice of all addenda that are posted on the City Website.
6.
DURATION OF QUOTATION
The Quotation will be open for acceptance by the City until:
(a)
(b)
the date specified in this RFQ or in a Quotation; or
as described in a subsequent written notice which the Contractor may send to the City.
RFQ (Goods and Services) No.: 1220-40-56-09
2
7.
NO CONTRACT
This RFQ is simply an invitation for quotations (including prices and terms) for the convenience of
all parties. It is not a tender and no obligations of any kind will arise from this RFQ or the
submission of Quotations. The City may negotiate changes to any terms of a Quotation, including
terms in Schedules A and B and including prices, and may negotiate with one or more Contractors or
may at any time invite or permit the submission of quotations (including prices and terms) from other
parties who have not submitted Quotations.
8.
ACCEPTANCE
A Quotation will be an offer to the City which, subject to Section 7, the City may accept at any
time by signing the copy of the Quotation and delivering it to the Contractor. A Quotation is not
accepted by the City unless and until both the Authorized Signatory and the Purchasing
Representative have signed on behalf of the City. Delivery of the signed Quotation by the City
may be by fax. In that event, the contract will be comprised of the documents included in the
definition of Agreement in Schedule B – General Terms and Conditions.
9.
CONTRACTOR'S EXPENSES
Contractors are solely responsible for their own expenses in preparing and submitting Quotations,
and for any meetings, negotiations or discussions with the City or its representatives and
consultants, relating to or arising from the RFQ. The City will not be liable to any Contractor for
any claims, whether for costs, expenses, losses or damages, or loss of anticipated profits,
incurred by the Contractor in preparing and submitting a Quotation, or participating in negotiations
for a contract, or other activity related to or arising out of this RFQ.
10.
CONTRACTOR'S QUALIFICATIONS
By submitting a Quotation, a Contractor represents that it has the expertise, qualifications,
resources, and relevant experience to supply the Goods and Services.
11.
CONFLICT OF INTEREST
A Contractor must disclose in its Quotation any actual or potential conflicts of interest and existing
business relationships it may have with the City, its elected or appointed officials or employees.
The City may rely on such disclosure.
12.
SOLICITATION OF COUNCIL MEMBERS AND CITY STAFF
Contractors and their agents will not contact any member of the City Council or City staff with
respect to this RFQ, other than the contact person named in Section 3, at any time prior to the
award of a contract or the cancellation of this RFQ.
13.
CONFIDENTIALITY
All Quotations become the property of the City and will not be returned to the Contractor. All
Quotations will be held in confidence by the City unless otherwise required by law. Contractors
should be aware the City is a "public body" defined by and subject to the Freedom of Information
and Protection of Privacy Act of British Columbia.
RFQ (Goods and Services) No.: 1220-40-56-09
3
14.
SIGNATURE
The legal name of the person or firm submitting the Quotation should be inserted in the
Quotation. The Quotation should be signed by a person authorized to sign on behalf of the
Contractor and include the following:
15.
(a)
If the Contractor is a corporation then the full name of the corporation should be included,
together with the names of authorized signatories. The Quotation should be executed by
all of the authorized signatories or by one or more of them provided that a copy of the
corporate resolution authorizing those persons to execute the Quotation on behalf of the
corporation is submitted;
(b)
If the Contractor is a partnership or joint venture then the name of the partnership or joint
venture and the name of each partner or joint venturer should be included, and each
partner or joint venturer should sign personally (or, if one or more person(s) have signing
authority for the partnership or joint venture, the partnership or joint venture should
provide evidence to the satisfaction of the City that the person(s) signing have signing
authority for the partnership or joint venture). If a partner or joint venturer is a corporation
then such corporation should sign as indicated in subsection (a) above; or
(c)
If the Contractor is an individual, including a sole proprietorship, the name of the
individual should be included.
BONDS
NO BID BOND IS REQUIRED. Quotations to also be accompanied by a Letter of Surety,
indicating that if the Quotation is accepted, that the surety company will, within ten days of the
execution of the Contract by the Contractor, provide a 50% Performance Bond and a 50% Labour
and Material Payment Bond, naming the City as the Obligee and the Contractor as the principal
under the said Bonds.
RFQ (Goods and Services) No.: 1220-40-56-09
4
SCHEDULE A
SPECIFICATIONS OF GOODS
AND
SCOPE OF SERVIECES
SANITARY SEWER REHABILITATION & I/I
REDUCTION PROGRAM
AT
VARIOUS CITY LOCATIONS
SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM
REFERENCE No.: 1220-40-56-09
RFQ (Goods and Services) No.: 1220-40-56-09
5
SCHEDULE A
SPECIFICATIONS OF GOODS AND SCOPE OF SERVICES
1.
DESCRIPTION OF SPECIFICATIONS OF GOODS AND SCOPE OF SERVICES
Provide all labour, materials, tools, equipment, layout, survey, permits, inspections, and on site
supervision to complete sanitary sewer rehabilitation & I/I reduction at various locations as per
the specifications and drawings by R.F. Binnie & Associates Ltd., 101-19232 Enterprise Way,
Surrey, BC V3S 6J9.
General components of work include smoke testing, flushing and cleaning, pressure testing
sewer joints and cracks, grouting and sealing sewer joints and cracks, perform service interface
grouting, CCTV inspection and deficiency reporting, video inspect and prepare reports, traffic
control and traffic diversion, restrict and divert sewage flow, sewer line chemical root treatment,
sewer replacement, and additional related works.
Persons or firms submitting a Quotation shall be actually engaged in the lines of work required
by the specifications, and shall be able to refer to work of a similar character performed by
them.
The detailed scope of work is as described on the drawings (listed below), MMCD Specifications
(standard document – not included), and Supplementary Specifications (Schedule B- Appendix
2)
2.
CONTRACT DRAWINGS
The following drawings are included as part of this RFQ.
SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM
DRAWING NO.
1
CONTRACT 1220-40-56-09
DRAWING INDEX
DRAWING TITLE
Study Area 1 – Cloverdale West
SHEET NO.
1
2
Study Area 2 – Cloverdale East
1
3
Study Area 3 – Robson Creek (102 – 104 Avenue)
1
The following terms are additional to the terms and conditions contained in the MMCD –
Instructions to Tenderers – Part II:
3.
TEST HOLES (section 6.4)
The City will not be arranging for the digging of test holes in this contract.
4.
PRICES (section 10.4)
If a Contractor has omitted to enter a price for an item of Work set out in the quotation, unless
the Contractor indicates to the contrary, the Contractor shall be deemed to have allowed
elsewhere in the quotation for the cost to carry out that item of Work and no increase will be
allowed on account of such omission.
RFQ (Goods and Services) No.: 1220-40-56-09
6
SCHEDULE B
SAMPLE AGREEMENT
FOR
SANITARY SEWER REHABILITATION &
I/I REDUCTION PROGRAM
AT
VARIOUS CITY LOCATIONS
BETWEEN
CITY OF SURREY
AND
_________________________
(Contractor)
RFQ (Goods and Services) No.: 1220-40-56-09
7
SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM
REFERENCE No.: 1220-40-56-09
SAMPLE AGREEMENT
THIS AGREEMENT made this _____ day of __________________, 2009.
BETWEEN:
CITY OF SURREY
14245 - 56th Avenue,
Surrey, British Columbia, V3X 3A2
(the "Owner")
AND:
CONTRACTOR
(name and office address of Contractor)
(the "Contractor")
WHEREAS:
A.
The City desires to engage the services of the Contractor for:
“SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM
VARIOUS CITY LOCATIONS, SURREY, BC”
B.
AT
The Contractor has previously provided services to others of a similar nature and has
the expertise for the sanitary sewer rehabilitation & I/I reduction for the Owner.
THEREFORE, in consideration of $1.00 and other good and valuable consideration paid by
each of the parties to each other (the receipt and sufficiency of which hereby acknowledged) the
Owner and the Contractor agree as follows:
1.
THE WORK
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 Schedule as required by the Contract Documents and
will
achieve
Substantial
Performance
of
the
Work
on
or
before
_______________________ (insert date of Substantial Performance) subject to the
provisions of the Contract Documents for adjustments to the Contract Time.
1.3
Time shall be of the essence of the Contract.
RFQ (Goods and Services) No.: 1220-40-56-09
8
2.
CONTRACT DOCUMENTS
2.1
The Contract Documents consist of the documents listed or referred to in Schedule 1,
entitled "Schedule of Contract Documents", which is attached and forms a part of this
Agreement, and includes any and all additional and amending documents issued in
accordance with the provisions of the Contract Documents. All of the Contract
Documents shall constitute the entire Contract between the Owner and the Contractor.
2.2
The Contract supersedes all prior negotiations, representations or agreements, whether
written or oral, and the Contract may be amended only in strict accordance with the
provisions of the Contract Documents.
3.
CONTRACT PRICE
3.1
The price for the Work ("Contract Price") shall be the sum in Canadian dollars of the
following:
3.2
a)
the product of the actual quantities of the items of Work listed in
the Schedule C which are incorporated into or made necessary by
the Work and the unit prices listed in the Schedule C; plus
b)
all lump sums, if any, as listed in the Schedule C, for items relating
to or incorporated into the Work; plus
c)
any adjustments, including any payments owing on account of
Change Orders and agreed to Extra Work, approved in
accordance with the provisions of the Contract Documents.
The Contract Price shall be the entire compensation due 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.
Fees and GST shall not exceed the amount of $________________ without the prior
approval of the Owner.
4.
PAYMENT
4.1
Subject to applicable legislation and the provisions of the Contract Documents, the
Owner shall make payments to the Contractor.
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.
RFQ (Goods and Services) No.: 1220-40-56-09
9
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:
City of Surrey
Engineering Department
Operations Division
14245 - 56 Avenue
Surrey, BC V3X 3A2
Fax: 604-591-7836
Attention: Mr. Brennan Sharma, Engineering Asst.
The Contractor:
Fax: (____) ______________________
Attention: ________________________
The Contract Administrator:
R. F. Binnie & Associates Ltd.
101-19232 Enterprise Way,
Surrey, BC V3S 6J9
Ph: 604.574.3336
Fax: 604.574.7355
Attention: Mr. Richard Bush
6.2
A communication or notice that is addressed as above shall be considered to have been
received:
a) immediately upon delivery, if delivered by hand; or
b) immediately upon transmission if sent and received by fax; or
c) after 5 Days from date of posting if sent by registered mail.
6.3
The Owner or the Contractor may, at any time, change it address for notice by giving
written notice to the other at the address then applicable. Similarly, if the Contract
Administrator changes its address for notice, then the Owner will give or cause to be
given written notice to the Contractor.
6.4
The sender of a notice by fax assumes all risk that the fax will be received properly.
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 which can be
unreasonably withheld, 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 of
intent of this Contract or any of the provision of the Contract Documents.
RFQ (Goods and Services) No.: 1220-40-56-09
10
7.4
A word in the Contract Documents in the singular includes the plural and, in each case,
vice versa.
7.5
This agreement shall enure to the benefit of and be binding upon the parties and their
successors, executors, administrators and assigns.
IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day and year
first above written.
SIGNED, SEALED AND DELIVERED
by the City of Surrey:
________________________________
DIANNE L. WATTS
Mayor
________________________________
JANE SOWIK
City Clerk
SIGNED, SEALED AND DELIVERED
by the Contractor:
_______________________________
---------------------, Directors
RFQ (Goods and Services) No.: 1220-40-56-09
11
SCHEDULE B – SAMPLE AGREEMENT
AGREEMENT SCHEDULE 1 - SCHEDULE OF CONTRACT DOCUMENTS
The following is an exact and complete list of 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
Volume II”, (“MMCD”) edition dated 1996. All section of this publication are included in
the Contract Documents. The documents noted with “**” are contained in the City of
Surrey Supplementary Master Municipal Construction Documents, latest edition. All
sections of these publications are include in the Contract Documents.
1.
2.
3.
4.
5.
5.
7.
8.
9.
10.
11.
Agreement
Addenda
Supplementary General Conditions; if any,
General Conditions*
Special Provisions
Supplementary Specifications (Projects)
MMCD Specifications*
Contract Drawings
Supplementary Standard Drawings**
MMCD Standard Detail Drawings*
RFQ Document
RFQ (Goods and Services) No.: 1220-40-56-09
12
SCHEDULE B – SAMPLE AGREEMENT
AGREEMENT SCHEDULE 2 – LIST OF CONTRACT DRAWINGS
(Complete listing of all drawings, plans and sketches that are part of the Contract Documents)
SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM
DRAWING NO.
1
CONTRACT 1220-40-56-09
DRAWING INDEX
DRAWING TITLE
Study Area 1 – Cloverdale West
SHEET NO.
1
2
Study Area 2 – Cloverdale East
1
3
Study Area 3 – Robson Creek (102 – 104 Avenue)
1
RFQ (Goods and Services) No. 1220-40-56-09
13
SCHEDULE B
APPENDIX 1
SPECIAL PROVISIONS
SANITARY SEWER REHABILITATION & I/I
REDUCTION PROGRAM
AT
VARIOUS CITY LOCATIONS
SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM
REFERENCE No.: 1220-40-56-09
RFQ (Goods and Services) No.: 1220-40-56-09
14
SCHEDULE B – APPENDIX 1
SPECIAL PROVISIONS
S.P.1 Definitions
In these Special Provisions, unless the context otherwise requires,
“Section” means section of the Specifications or the Conditions of Contract.
“Item” means item of the Schedule of Prices.
S.P.2 Contract Time
It is mutually understood and agreed by and between the parties that TIME IS OF THE
ESSENCE in the performance of this Contact. It is further understood and agreed upon and
made part of the Contract that the Work must be begun, performed, and completed without delay
by the Contractor and if the Contractor fails to begin, perform without interruption, and complete
the Work as required by this Contract, the Contractor may be declared in default of this Contract.
If the Work is not substantially complete within the time required in Schedule B – Section 1.2 of
the Contract. The Contractor shall pay to the City the following:
a) Any expenses or damages which are incurred by the City as a result of the Contractor’s
failure to complete the work under this Contract within the time specified; and/or
b) The sum of $250.00 for each and every day after the date of Substantial Completion until the
date of actual Substantial Completion. If the Work is not finally completed within the time
required in the preceding Schedule B – Section 1.2 of the Contract, the Contractor will pay to
the City, the sum of $100.00 for each and every day after the date of Final Completion until
the date of actual Final Completion.
The Work under this Contract is to be completed not later than 70 days from the Commencement
Date.
S.P. 3 W.C.B. Coverage and Contractor to Be Prime Contractor
The Contractor agrees that it shall, at its own expense, procure and carry or cause to be procured
and carried and paid for, full Workers Compensation Board coverage for itself and all workers,
employees, servants and others engaged in or upon any work or service which is the subject of
the Contract. The Contractor agrees that the City of Surrey has the unfettered right to set off the
amount of the unpaid premiums and assessments for such Workers Compensation Board
coverage against any monies owing by the City of Surrey to the Contractor.
The City of Surrey shall have the right to withhold payment under the Contract until the Workers
Compensation Boards premiums, assessments or penalties in respect of work done or service
performed in fulfilling the Contract have been paid in full.
The Contractor agrees that it is the Prime Contractor for the purposes of the Workers
Compensation Boards Occupational Health and Safety Regulation for the Province of British
Columbia. The Contractor shall have a safety program that meets the requirements of the
Workers Compensation Board, shall provide first aid services, and shall ensure that all Workers
Compensation safety rules and regulations are observed during performance of the Contract, not
only by the Contractor by all subcontractors, workers, material personnel and others engaged in
the performance of the Contract. Prior to commencement of construction, the Contractor
shall complete and file a Construction Notice of Project with the Workers Compensation
Board and shall provide a copy of the same to the City of Surrey confirming that the
Contractor shall be the Prime Contractor responsible for coordination of safety and health
RFQ (Goods and Services) No. 1220-40-56-09
15
under 20.2 Notice of Project; 20.3 Coordination of Multiple Employer Workplaces; and
Section 118 Coordination of Multiple Employer Workplaces of the Workers Compensation
Board Occupational Health and Safety Regulation.
The Contractor shall provide the City with the Contractors Workers Compensation Board
registration number and letter from the Workers Compensation Board confirming that the
Contractor is registered in good standing with the Workers Compensation Board and that all
assessments have been paid to the date thereof to the City of Surrey having any obligation to pay
monies under the Contract.
The Contractor shall appoint a designated, qualified Coordinator to ensure the
coordination of Health and Safety activities for the work locations, provide assurance of a
written safety program in accordance with the Occupational Health & Safety Regulation,
and to conduct weekly toolbox safety meetings and monthly formal safety meetings with
the minutes forwarded to the City’s project consultant. The safety program, all written
safe work procedures and site maps are to be available at the work site prior to the
commencement of the work.
The Contractor shall indemnify the City of Surrey and hold harmless the City of Surrey from all
manner of claims, demands, costs, losses, sanctions and penalties and proceedings arising out
of, or in any way related to, unpaid Workers Compensation Board assessments owing from any
person or corporation engaged in the performance of the Contract or arising out of or in any way
related to the failure to observe safety rules, regulations and practices of the Workers
Compensation Board, including penalties levied by the Workers Compensation Board.
S.P.4 Coordination
The Contractor will be responsible for coordinating with other contractors, building users, City
forces, outside agencies and others as required throughout the Contract.
S.P.5 Consultant
The Consultant, R.F. Binnie & Associates Ltd., 101-19232 Enterprise Way, Surrey, BC V3S
6J9 will be the City’s representative during the performance of the Work until the Work is
complete. The Consultant will advise and consult with the City. The City’s instructions to the
Contractor may be forwarded through the Consultant.
The Consultant may periodically visit the work site(s) to become familiar with the progress of the
Work, the quality of the Work being provided and to determine if the Work is proceeding in
accordance with the Contract Documents. On the basis of these on-site inspections, the
Consultant will keep the City informed of the progress of the Work, and will guard the City against
defects and deficiencies in the Work by the Contractor and certify to the City that the Work in
place equals or exceeds the amount requested by the Contractor on all applications for payment.
The Consultant will be the interpreter of the requirements of the drawings and specifications and
any changes made to the drawings and specifications.
S.P.6 Safety of Building Users
Protection of the public from all construction hazards is the full responsibility of the Contractor.
Safety hoarding (fencing) must completely enclose each construction site and signs warning of
construction activity, construction flag personnel (if required) and all other appropriate safety
measures must be installed and implemented prior to any construction and monitored for
effectiveness throughout the Contract. All hoarding and other site protection measures must be
completely removed from the project by the Contractor upon completion.
RFQ (Goods and Services) No. 1220-40-56-09
16
S.P.7 Construction Access
The designated access to and from the construction site must be approved by the City. All
construction traffic must use the designated access including heavy equipment, trucks and
workers’ personal vehicles.
S.P.8 Site Security & Site Safety
The Contractor will be responsible for site security and site safety throughout the Contract
duration.
S.P.9 Proposed Substitutions
Acceptance of material specifications that are an equal or higher level of quality compared to the
material specified will not be unreasonably withheld.
Quotations for equipment substitutions to be made as separate line items and as additive or
deductive alternates to the base equipment bid.
Evaluation of the substitutions to be made solely by the City whose decision shall be final.
S.P.10 Manuals
Installation and Operator’s manuals must accompany equipment delivered.
1.
Electrical, Mechanical, Plumbing booklets shall be provided to the City, as per the
Specifications.
All manual(s) must be furnished prior to payment and delivered to the City. Failure to deliver all
manual(s) that are ordered may result in non-payment until all manual(s) are received.
S.P.11 Qualifications of Contractor
Contractors, bidding for this project to have extensive experience in the procurement and
installation of said scope of work as outlined in this document. They should be able to deliver a
cost-effective, reliable and efficient system. Additionally, they shall be able to work, co-operate
and communicate effectively with City officials, the Consultant and Sub-contractors harmoniously.
S.P.12 Hours of Work
All work to be performed during normal working hours form 7:00 am to 10:00 pm Monday to
Friday. No work to be performed outside of the normal working hours without prior approval from
the City.
If the Contractor wishes to carry out the work outside the normal working hours, and the approval
is given by the City, no extra compensation, in any form (eg. overtime, etc.) will be given.
S.P.13 Tradesmen
Should any dispute arise regarding the quality of the workmanship, materials or products used in
the performance of the work, the final decision regarding the acceptable quality of the
workmanship, and fitness of the materials and products rests strictly with the City.
RFQ (Goods and Services) No. 1220-40-56-09
17
Additionally, all works required hereunder will be performed as promptly as possible, and in any
event within the time stated by the City, and such work will be subject to approval and
acceptance of the City, but such approval and acceptance will not relieve the Contractor from the
obligation to correct any incomplete, inaccurate or defective work, all of which shall be promptly
remedied by the Contractor on demand, without cost to the City.
The Contractor to provide professional review of all facets of work as required from time to time
by the City.
S.P.14 Damage
The Contractor will be responsible for any and all damages to property or persons and for any
losses or costs to repair or remedy the works as a result of any negligent act or omission, or
misconduct in the performance of the works and its subcontractor’s work and shall indemnify and
hold harmless the City, its officers, agents and employees from all suits, claims, actions or
damages of any nature whatsoever resulting therefrom unless such loss, damage, injury or loss
results from or arises out of the error, omission and/or negligent acts of the City, or its officers, for
subsequent correction of any such error, omission and/or negligent acts or of its liability for loss
or damage resulting therefrom. Except as to professional liability, these indemnities shall not be
limited by the listing of any insurance coverage.
S.P.15 Permits and Fees
The Contractor is to secure and pay for all permits, and governmental fees, licenses and
inspection necessary for proper execution and completion of the work which are customarily
secured after execution of an agreement and which are legally required. The Contractor is to
comply with and give notices required by Laws applicable to performance of the work.
S.P.16 Worksite Conduct
All labourers and workers, while working in and around the City’s facilities, shall act in a
professional manner. The Contractor is to enforce proper discipline and decorum among all
labourers and workers on the worksite and is to control, among other things: 1) noise, including
music; 2) the use of offensive language; 3) smoking or drinking of alcoholic beverages on the
worksite; 4) physical violence; 5) riding in the passenger elevators; 6) thievery; and 7) the
transportation of articles or materials deemed hazardous. If the City determines, in its sole
discretion, that any labourer need to be removed due to his or her failure to comply with the terms
of this provision, the Contractor will remove such labourers from the worksite immediately.
Alcohol and drugs are not tolerated on this site at any time including anyone deemed to be under
the influence shall be escorted off site.
S.P.17 Protection of the Work and Use of Premises
During the performance of the work, the Contractor is to at all times keep the worksite and such
immediate surrounding areas which it may utilize from waste materials, debris and/or rubbish and
is to employ adequate dust control measures. If accumulation of such materials, debris, rubbish
or dust constitutes a nuisance or safety hazard or is otherwise objectionable in any way, as
reasonably determined by the City, the Contractor is to promptly remove them. If any claim, suit,
losses, or action be brought by a person affected by the transportation of materials, equipment,
goods or wastes to and from the worksite, the Contractor shall defend, indemnify and hold
harmless all indemnified parties.
RFQ (Goods and Services) No. 1220-40-56-09
18
S.P.18 Worksite Clean-Up
Cleanup is to be done on a daily basis. Materials must be separated and placed into a
garbage container provided and located in designated area on site.
Furthermore, the Contractor is to, at all times, keep the premises free from
accumulations of waste materials or rubbish caused by the Contractor’s work. At the
completion of the work, the Contractor is to remove all project signs and all rubbish and
temporary work, of every nature, from and about the worksite. The Contractor is to
remove all tools, scaffolding and surplus materials and is to leave the worksite broom
clean or its equivalent. If the Contractor fails to clean up as required by this RFQ, the
City may do so and the costs associated with such clean up is to be charged to the
Contractor.
S.P.19 Final Completion and Payment
When the work is finally complete and the Contractor is ready for a final inspection, the
Contractor is to notify the City, in writing and arrangements will be made for final
inspection. If the City confirms that the project is complete including all deficiencies, is in
full accordance with the contract and the Contractor has performed all of its obligations,
is hereby entitled to submit for final payment.
S.P.20 Contractor Liability for Camera Damage Or Loss
The Contractor is to assume the full cost and responsibility for any damage or loss of his
equipment, including the costs to recover camera equipment that becomes lodged in
City sewers, or any damage to such equipment caused during recovery attempts.
Sufficient measures to avoid damages or loss are to be taken by the Contractor,
including substituting alternate technology for performing the inspection, subject to
acceptance by the City. Loss by theft, fire, accident or negligence, will also be the
Contractor’s responsibility and the Contractor shall take appropriate precautions. Data
loss will be replaced at Contractor’s expense, including repeating the inspection, if
necessary.
RFQ (Goods and Services) No.: 1220-40-56-09
19
SCHEDULE B
APPENDIX 2
METHOD OF MEASUREMENT AND PAYMENT
SANITARY SEWER REHABILITATION & I/I
REDUCTION PROGRAM
AT
VARIOUS CITY LOCATIONS
SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM
REFERENCE No.: 1220-40-56-09
RFQ (Goods and Services) No.: 1220-40-56-09
20
SCHEDULE B - APPENDIX 2
METHOD OF MEASUREMENT AND PAYMENT
The work in this contract is to be completed in accordance with the Master Municipal
Construction Document (MMCD) Specifications.
1.0
General
The method of measurement and payment as described in Section 02100
of the MMCD will not apply to the work in this contract. This section
replaces Section 02100 of the MMCD in its entirety.
1.1
Payment
.1
All payment for work within this Contract is included in the lump
sum(s) and unit prices listed in Appendix 5 - Schedule of Prices. No
separate or extra payment will be made for the work described as
part of the work in the Contract documents.
.2
The work includes all materials, labour, equipment, plant, cut and
waste, specified testing, other incidentals, and miscellaneous
materials necessary to complete the work in conformance with the
Contract drawings and specifications.
.3
The determination of the percentage of the work complete for the
purposes of a progress payment will be made by the City in
consultation with the Consultant and will be determined to an
accuracy of plus or minus 5%
RFQ (Goods and Services) No.: 1220-40-56-09
21
SCHEDULE B
APPENDIX 3
SUPPLEMENTARY SPECIFICATIONS (PROJECT)
SANITARY SEWER REHABILITATION & I/I
REDUCTION PROGRAM
AT
VARIOUS CITY LOCATIONS
REFER TO MASTER MUNICIPAL CONSTRUCTION DOCUMENT
VOLUME II FOR STANDARD SPECIFICATIONS
SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM
REFERENCE No.: 1220-40-56-09
RFQ (Goods and Services) No.: 1220-40-56-09
22
SUPPLEMENTARY SPECIFICATIONS (PROJECT)
SERVICES PURSUANT TO GENERAL CONDITIONS
The Contractor is required, as part of his obligation under the Quotation, to perform the various services and
activities described in the General Conditions and the Supplementary Specifications (Project) - SSP 1 to SSP 29
hereunder.
SSP 1 SCOPE OF WORK
The contract consists of furnishing all labor, materials, equipment, and supervision; and performing all work
necessary to rehabilitate the designated sanitary sewer lines, manholes, etc., all in accordance with the
specifications. The work shall consist of, but not necessarily be limited to, performing the following tasks
where specified:
Sewer Line Chemical Root Treatment
Sewer Cleaning
Sewer Flow Control
Closed Circuit Television Inspection
Sewer Pipe Joint/Crack Testing
Sewer Line Section Sealing
Trenchless Rehabilitation
The area of work and the type of maintenance or rehabilitation to be performed should be at those
locations shown on the attached drawings.
The Contract involves a program of inspection, testing, grouting and other services to rehabilitate service
interfaces and service laterals to reduce inflow and infiltration in the area shown on the attached contract
drawings.
The Contractor is advised to review the supplementary specifications in detail as there are requirements for
the submission of a number of tests and samples for the various items of work.
SSP 2 DESCRIPTION OF WORK
This Contract includes the following work, as shown on the Contract Drawings enclosed in Schedule B –
Appendix 4 labeled Study Area 1, Study Area 2 and Study Area 3.
Smoke testing all sanitary sewer sections within the catchment boundary. Smoke testing is intended to
detect indirect inflow sources (such as broken sewer pipe directly under drainage paths or ponding areas,
or faulty service connections) and direct inflow leaks (such as storm sewer cross-connections; roof leaders;
cellar, yard, and area drains; fountain drains; and abandoned building sewers), as shown on contract
maps;
Smoke testing may affect residences and/or businesses in the area of the test. Therefore, an integral part
of this work is public and emergency response agency notification and liaison. See SSP 18 for description
of the minimum requirements regarding notification;
Flushing and cleaning sanitary lateral, and as required to permit testing and rehabilitating services as
shown on contract maps;
Initial pressure testing sewer joints and cracks, including service interfaces shall be performed on all
laterals in Study Area 2 & 3 and only on PVC laterals in Study Area 1;
Grouting and sealing sewer joints and cracks that are visibly defective or fail the pressure test, including
retesting with a pressure test;
Perform service interface grouting on all service interface connections that fail pressure test, including
retesting after grouting.
Closed Circuit Television (CCTV) inspection and deficiency reporting for all service laterals between the
main and the inspection chamber or property line, as shown on the contract maps.
Video inspect and prepare reports upon completion of all rehabilitation work;
Provision for traffic control and traffic diversion in accordance with the General Conditions;
RFQ (Goods and Services) No. 1220-40-56-09
23
Restrict and divert the sewage flow from the sewer section being inspected, tested or rehabilitated, as
required;
Sewer line chemical root treatment shall be accomplished by soaking the line with a non-synthetic
herbicide which will kill roots but which will not permanently affect parts of trees distant from the treated
roots. The active ingredient shall not adversely affect the performance of wastewater treatment facilities.
Sewer replacement shall be performed using relining methods or pipe bursting methods and shall conform
to the specifications noted in the corresponding sections.
The Contractor shall track all work completed per address on tables provided by the City.
Any other related works.
SSP 3 LIMITS OF SITE
The Site is limited to City right-of-ways and the private property covered by damage memos.
SSP 4 CONTRACT TIME/RESPONSIBILITIES
The Work under this Contract shall be completed no later than 10 months from the Contract start date.
NOTICE OF CLIENT/OWNER REQUIREMENTS which are relevant to and within the scope of work to be
performed under the contract.
MUNICIPAL AND OTHER LICENSES AND PERMITS and assistance in obtaining approvals or consent
from utilities or carriers such as the telephone company or other persons or organizations upon whose
property or authority performance of work under the contract might impinge; or a written release from
responsibility for the performance of work under the contract if and to the extent such work is precluded by
the inability to obtain approvals or consent.
CLEARANCE OF BLOCKAGES OR OBSTRUCTIONS in the sewer system, if any, if such clearance is
required for performance of work under the contract and if such clearance is not otherwise provided for
within the contract.
LOCATION AND EXPOSURE OF ALL MANHOLES, unless otherwise provided for in the Technical
Specifications of the contract. The city will locate and designate all manhole access points open and
accessible for the work, and provide rights of access to these points.
A MANHOLE-NUMBERING SYSTEM referenced to a map for all areas of the project and accurate
manhole invert elevations when required for performance of the work will be supplied by the city.
THE SHUTDOWN OR MANUAL OPERATION OF PUMP STATIONS if such becomes necessary for
performance of the work should be by the City.
NOTICE TO THIRD PARTIES (such as public utilities and the telephone company) of the Contractor’s
intent to perform work in an area where such parties may have rights to underground property or facilities,
and request for maps or other descriptive information as to the nature and location of such underground
facilities or property and assurance of the Contractor’s ability to enter upon any public or private lands to
which access is required for performance of the work under the contract.
INFORMATION PERTINENT TO THE SITE of the project including reports prepared under previously
accomplished studies or surveys and other data relative to the project, including, maps, drawings,
construction specifications, sewer system records, etc.
SSP 5 LIQUIDATED DAMAGES FOR LATE COMPLETION
If the Contractor fails to meet the milestone date for Substantial Performance as may be adjusted pursuant
to the Agreement Documents, then the City may deduct from any monies owing to the Contractor for the
Services:
(a)
as a genuine pre-estimate of the City’s increased costs for the contract administrator and the City’s
own staff caused by such delay an amount of $500.00 per day or pro-rata portion for each calendar
day until the actual Substantial Performance milestone date; plus
(b)
all direct out-of-pocket costs, such as costs for safety, security, or equipment rental, reasonably
incurred by the City as a direct result of the delay.
RFQ (Goods and Services) No. 1220-40-56-09
24
If the monies owing to the Contractor are less than the total amount owing by the Contractor to the City
under (a) and (b) then any shortfall shall immediately, upon written notice from the City, and upon
Substantial Performance, be due and owing by the Contractor to the City.
SSP 6 REQUIREMENTS OF WORK & PERSONNEL
The following units of work defined pertain to sewer inspection and rehabilitation. Only those applicable to
this contract will be considered.
SSP 6.1
Units of Work Defined
SEWER LINE CHEMICAL ROOT TREATMENT shall be accomplished by soaking the line with
a non-systemic herbicide which will kill roots but which will not permanently affect parts of trees
distant from the treated roots. The active ingredient shall not adversely affect the performance
of wastewater treatment facilities.
SEWER LINE CLEANING shall be performed with hydraulically propelled, high-velocity jet, or
mechanically powered equipment. Selection of equipment shall be based on field conditions
such as access to manholes, quantity of debris, size of sewer, depth of flow, etc.
SEWER FLOW CONTROL shall be performed as required to comply with these specifications
(see SEWER FLOW CONTROL).
TELEVISION INSPECTION shall be required to reveal and document sewer line conditions
and/or performed in advance of or in conjunction with pipe testing/sealing, pipe repair, and pipe
lining activities.
SEWER PIPE JOINT TESTING shall be performed to identify leaking (infiltration) pipe joints and
shall be accomplished by applying a positive test pressure to each sewer pipe joint, monitoring
the test pressure and monitoring the test media flow rate (water test) or the pressure decay time
(air test).
SEWER PIPE JOINT SEALING shall be accomplished by the injection of chemical sealing
(grouting) materials into and/or through structurally sound joints from within the pipe (packer
method.)
LATERAL SEWER SEALING shall be accomplished using special techniques and equipment
working from the main sewer or an access point.
LATERAL SEWER LINING shall be accomplished from a clean out, from an excavation, or
remotely from the mainline.
SEWER LINE SECTION SEALING including lateral connections and manholes shall be
accomplished using the flooding method with a net hydrostatic infiltration head of at least 1.2 m.
PIPE POINT REPAIR shall be performed to repair short lengths of damaged pipe by injection of
epoxy resin using a flexible packer, or by sectional lining methods.
SEWER PIPE AND LINING INSERTION shall be performed in lateral sewers indicated in the
City. Processes include Cured-in-Place Pipe (CIPP), Folded (Thermoplastic) Pipe (FP), Slipline
Pipe, Pipe Sections Insertion.
SEWER PIPE BURSTING shall be performed in lateral sewers indicated by the City. Processes
include static and impact force.
SSP 7 SAFETY PROCEDURES AND HEALTH REGULATIONS
SSP 7.1
General
In addition to the City of Surrey’s General Safety requirements, the following details additional
safety procedures and requirements associated with the special nature of this project.
The Contractor shall at all times employ safety procedures required by the Workers'
Compensation Board, BC Electrical Inspection and City of Surrey's Confined Space Entry
Safety Procedure.
The Contractor shall be solely and completely responsible for the conditions of the work site
including safety of all persons and property during performance of the work. The Contractor
shall maintain the work site and perform the work in a manner which meets the "Industrial
RFQ (Goods and Services) No. 1220-40-56-09
25
Health and Safety Regulations" especially those pertaining to Confined Space Entry, the
"Industrial First Aid Regulations" of the Worker's Compensation Board of British Columbia, and
the City of Surrey's Confined Space Entry Procedure. These requirements shall apply
continuously and not be limited to normal working hours. The Contractor shall provide his own
lighting, ventilation equipment, breathing apparatus, harnesses, man lift device and lifelines,
free standing tripod point, gas detector, as well as any other safety equipment required to carry
out the work in accordance with the above procedures.
SSP 7.2
Safety Training
The Contractor will be responsible for ensuring that all workers have completed training, prior to
the start of work, in all applicable disciplines in accordance with Worksafe BC requirements. All
training costs and the equipment required to undertake this training are the sole responsibility of
the Contractor. The City will have the right to request proof of training and any specific
information regarding the content of that training.
Training will be required in, but not limited to, the following areas for this project:
•
•
•
•
•
•
•
•
•
•
Confined Space Rescue
Confined Space Entry
Electrical
Excavation
WHMISS
Traffic Control
Ventilation
Atmospheric Monitoring
Self-Contained Breathing Apparatus
Personal Protective Equipment
The Contractor must be able to demonstrate to the City that their workers have an
understanding, working knowledge of confined space entry practices, and a working knowledge
of all equipment required to carry out the work.
In the event that work involving untrained individuals is being undertaken, the City will have the
right to stop the work until properly trained individuals are assigned. Any costs incurred as a
result will be borne by the Contractor.
SSP 7.3
Documentation to be Available on Site
The Contractor shall keep on-site, during the duration of the project, the following
documentation:
SSP 7.4
i)
Contractor's confined space entry program, including, but not limited to: confined space
entry procedures, lockout procedures, emergency response procedure, etc.
ii)
Written confirmation of confined space training received by employees.
iii)
Documentation verifying that equipment being used meets applicable WCB requirements.
Site Inspections and Audit
The Contractor shall allow the City or their authorized agent the right of inspection and audit of
site safety conditions and all pertinent health and safety performance records to measure
adherence to safety and health objectives. Such inspection and/or audit may take place without
prior warning or notice of intent.
SSP 8 MEASUREMENT FOR PAYMENT/UNIT PRICE
All measurements shall be as specified or made by conventional means with accuracies consistent with
field conditions and common practice. Should a discrepancy in measurement exist which is greater than
10%, the item in question should be re-measured by both the Contractor and the Owner’s Representative
for verification.
Measurements for payments should be based on the following schedule:
SEWER LINE CHEMICAL ROOT TREATMENT, including all materials, should be paid for at the unit price
bid per linear meter of each size pipe of sanitary sewer, and at the unit price bid per linear meter of each
RFQ (Goods and Services) No. 1220-40-56-09
26
size of storm sewer. Measurements of the actual number of meters treated shall be made from the center
of the manholes for mainlines and from the center of the inspection chamber to the mainline interface for
laterals.
SEWER LINE CLEANING should be paid for at the unit price bid per linear meter of each size pipe.
Measurements of the actual number of meters cleaned shall be made from the center of the manholes for
mainlines and from the center of the inspection chamber to the mainline interface for laterals.
SEWER FLOW CONTROL:

PLUGGING OR BLOCKING of the sewer flow shall be considered incidental to the work and shall
not be considered for payment.

PUMPING AND BYPASSING of sewer flows shall be considered incidental to the work and shall not
be considered for payment.
TELEVISION INSPECTION of the sewer lines should be paid for at the unit price bid per linear meter of
each size pipe, no payment shall be made for any re-setups required. Measurements of the actual number
of feet inspected shall be made from the center of the manholes.
DVD RECORDINGS should be paid for at the unit price bid per linear meter of sewer line digitally video
recorded. Measurements of the number of meters digitally video recorded shall be made from the center of
the manholes. When a digital video record of only points of significance is made, it will be paid for at the
unit price bid per DVD used for the recordings. Measurements shall be based on the number of DVDs
used for recordings. DVD recordings may be purchased by the Owner and should be paid for at the unit
price bid per DVD used for the recordings.
SEWER PIPE JOINT TESTING shall be paid for at the unit price bid per joint for each size pipe.
Measurements shall be based on the actual number of joints tested. No payment will be made for joints
requiring retesting or for joints tested after sealing.
SEWER PIPE JOINT SEALING including all materials shall be paid for at the unit price bid per joint for
each size pipe. Measurements shall be based on the actual number of joints sealed.
SEWER RELINING including all materials shall be paid for at the unit price per each lateral.
SEWER PIPE BURSTING including all materials shall be paid for at the unit price per each lateral.
SSP 9 NOTIFICATION/SCHEDULE OF WORK
The Contractor shall provide a mandatory weekly e-mail status report to the Sanitary Sewer Foreman and
the Contract Administrator containing:
The anticipated schedule of activities and locations for the upcoming work week
A brief summary of the work completed in the previous week (smoke tested areas, length of sewer
inspected/tested, # of service interfaces tested, # of manholes inspected/grouted).
Any problems or unusual finding encountered the previous week.
Any other issues related to the work progress.
E-mail contact information will be provided at the pre-construction meeting, failure to do so will result in
payment being withheld.
The hours of work will be from 7:00 a.m. to 5:00 p.m. or as approved by the City.
The Sanitary Sewer Foreman and the Contract Administrator shall be informed one week in advance of any
stoppage or restart of work.
Operation for each of the items may be separate and may involve several mobilizations, setting ups and
demobilization. Payment for these services and works is deemed to be included in the Unit Rates quoted in
the Schedule C - Quotation.
As outlined below, the Contractor shall schedule some components of the Work to improve the
effectiveness of the inspection and rehabilitation, and to assist the Owner’s overall efforts to reduce Inflow
& Infiltration in this area.
The Contractor shall conduct video inspections, manhole inspections, and rehabilitation work in the fall,
when wet weather and higher groundwater levels will make it easier to identify infiltration sources.
RFQ (Goods and Services) No. 1220-40-56-09
27
SSP 10 ACCESS
The City will attempt to locate all manholes and inspection chambers for the Contractor; however it is the
responsibility of the Contractor to locate all manholes and inspection chambers.
It is the responsibility of the Contractor to ensure vehicles are not parked over the manholes and other
sanitary appurtenances. The Contractor shall schedule to work, by posting no parking signs along the
street on the day before the scheduled operation. Traffic signs are available from the Engineering
Operations Yard, 6645 - 148th Street, Surrey, for collection and must be returned before final payment can
be made. Any loss or damage to the sign shall be borne by the Contractor.
The City has located the inspection chambers for conducting the video inspection of the service laterals.
The Contractor shall be responsible for any damage done to private property during the course of
accessing the inspection chambers to conduct the video inspection.
SSP 11 TRAFFIC CONTROL
Work shall not be performed on arterial and collector roadways before 9:00 a.m. or after 3:30 p.m., unless
otherwise approved by the Contract Administrator.
SSP 12 RECORDS AND REPORTS
SSP 12.1
Existing Records
The City may have video inspection reports and as-built drawings for some sections of sewers
to be rehabilitated under this Contract. The City does not ensure the accuracy of the
information in these reports and that any such information in the reports is furnished as best
available, and is to be interpreted as the Contractor sees fit and, the City disclaims all
responsibility for its accuracy or sufficiency. This information will be provided if possible by the
City to the Contractor.
SSP 12.2
Reporting and Recording Standards
All report information should be typewritten on the reports included in Section F (Smoke
Testing Report, Smoke Testing Problem Report, Video Report, Grouting Report, and Manhole
Inspection Report) or approved computer printout.
A digital photo, conforming to the standards specified in SSP 20, must be provided for each
defect noted in during the initial video inspection, and referenced under the “Picture Number”
column on the “Video Report”.
All field measurements should be made using SI units.
Each report should be filed in heavy-duty letter size 3-ring file folder, complete with filing tabs.
Each folder should be labeled on the front cover and filing tab as noted below.
Title
Name of Contract
Work Order Number
Study Area (Provided on Contract Drawings)
Year
Location
City of Surrey, Engineering Department
Name of Contractor; Phone No.; Date
Reports from multiple study areas, different asset types (mainline/lateral/manhole) and
multiple activities performed shall not be combined into a single binder. Each binder shall
correspond to a single study area, asset type and activity.
The first page of all reports should be a copy of the project location map. The rehabilitated
sewer sections should be highlighted in red for grouting, blue for protruding service connection
cutting. Each folder should not contain more than 100 grouting reports and should include
photographs pertinent to the report. A summary of sewer rehabilitation work indicating the
location, address, manhole numbers, nature of the problem solved and any other remaining
problems. An index sheet, listing by page number, manhole runs and locations, should also be
included.
RFQ (Goods and Services) No. 1220-40-56-09
28
All blockages or serious pipe defects in the sanitary sewer including pipe collapse and missing
pipe section shall be reported immediately to the Sanitary Sewer Foreman,
Fred Kilby at 604-590-7219.
All video reports including Grouting Report must be submitted before final payment can be
made.
SSP 13 SUPPLY OF WATER
The Contractor may obtain water from the City as detailed below (with 24 hours notice) by contacting the
Sanitary Sewer Foreman, Fred Kilby, at 604-590-7235. This must be coordinated through the water
operations group, as permits may be required for water use.
a)
Designated standpipes
b)
Fire hydrants
SSP 14 QUALITY OF WORK PERFORMANCE
All sanitary sewers in the designated line to be CCTV inspected, air tested and grouted shall be cleaned
completely of all foreign materials.
Manhole covers shall be reinstated in a firm non-movable position.
The performance demonstration by the Contractor and what is required by the City in addition to this
performance demonstration shall be the minimum standard for the level of services to be provided in this
Contract.
The City may conduct random re-testing by others on the mainline and service interface grouting
locations. If any of the re-tested locations fail, the City may assess a deficiency holdback for a portion of
the testing and grouting work, until the Contractor demonstrates, at their own expense, that the substandard work has been corrected.
Pressure test equipment must meet the control test requirement. Grouting that fails the pressure test shall
be re-grouted until the grouted joints or circumferential cracking pass the pressure test.
The Contractor shall follow flushing procedures as outlined in the Sanitary Sewer Flushing Procedures.
All damages resulting from the non-compliance of this procedure will be the responsibility of the
Contractor. The value of unresolved claims against the Contractor will be deducted from progress
payment and held until the claim has been resolved to the satisfaction of the City or his delegate.
SSP 15 DUMP SITES
All grit that is removed from the sanitary sewer under this contract shall be disposed of by the Contractor
at their cost at an approved off-site disposal area.
SSP 16 SEWER FLOW MANAGEMENT
When the depth of flow in the sewer section exceeds the allowable 1/3 of the pipe diameter, one or more
of the following methods should be used:
a)
Work to be scheduled during off-peak times subject to the approval of the City (Noise By-law shall be
complied with during this Contract work. Specifically, 7:00 p.m. - 9:00 a.m., Monday to Saturday).
When working during off-peak times, the Contractor will be responsible for notifying neighboring
residents of the intended work schedule a minimum of 48 hours before commencing the work.
b)
Plugging or Blocking
A sewer line plug may be inserted into the sewer section at a manhole upstream from the section to
be inspected. The plug shall be designed such that either all or a portion of the impeded sewage flow
can be released. During the inspection, testing and rehabilitation work, flow shall be either shut-off or
substantially reduced in order to inspect the pipe at the invert.
c)
All or a portion of the flow shall be diverted from the sewer section by diverting flow from the
upstream to the downstream of the sewer section concerned, including all the flow of the service
connections to the sewer section concerned if necessary or if diverted.
RFQ (Goods and Services) No. 1220-40-56-09
29
The Contractor is responsible for restricting or diverting sewage flows in the sewer mainline and service
connections as required performing the point repair and pipe replacement works. Flow from service
connections for multi-family residential units must be diverted to the downstream manhole. The Contractor
shall be responsible for the cost of any damages arising from the failure to properly divert sewer flows.
The Contractor shall submit a bypass pumping plan to the Contract Administrator for approval minimum
one week in advance of commencing work. The plan shall detail how the Contractor proposes to divert
sanitary sewer flow without damage to the environment, public or private property. The plan shall detail the
Contractor’s emergency plan for spill containment, pump failure, residential service backup and other
problems.
All temporary work shall be removed upon completion of the work or at the end of each shift as directed by
the City.
No separate payment will be made for this work, which shall be deemed to be included in the unit prices
quoted in the Schedule C - Quotation.
The Contractor shall take all precautions to prevent spills to the environment or back-up of sewerage onto
private property.
The Contractor shall report any spills and back-ups and remedial action taken to the Contract Administrator
within one (1) day. In addition, if the spill exceeds 200 liters the Contractor shall notify the Provincial
Emergency Program (PEP).
SSP 16.1 Payment
Payment for management of the sewer flow system (by-pass pumping, isolation, blocking, diverting, etc.)
will be included in the unit price for items under Service Lateral Replacement, including supply installation
and removal of the temporary system, all equipment and materials including safety and containment
material and equipment.
SSP 17
RESIDENT LETTERS
In addition to the standard resident information letter notifying the residents of the Contractor’s work, the
City will prepare an information brochure or package for residents outlining the need for the program, and
the effects of inflow/infiltration on sewer performance (overflows) and waste treatment costs. The
information package will also outline ways for the residents to assist with reducing inflows to the sewer
system. The Contractor will distribute these letters and information packages to residents at least 48 hours
prior to commencing work on the program. Further details regarding public notice for the smoke testing
component of this contract are provided under SSP 18.
SSP 18 SMOKE TESTING PROGRAM
The Contractor shall provide all labor, materials, equipment and supervision; and perform all work
necessary to smoke test and document all identifiable and significant sources of inflow within the
designated sewer system.
The area of work to be performed should be at those locations shown on the contract drawings.
The Contractor shall provide all equipment and supplies necessary to perform the work described in this
section.
SSP 18.1 Pretest Procedures
In cooperation with the owner, the Contractor will create a test site schedule taking into
consideration unique sections of the collection system such as cross connected storm/sanitary;
heavy flow sections; and traffic patterns.
SSP 18.2 Products
Smoke machines or canisters/bombs shall be used to generate the smoke required for testing.
Smoke shall be non-toxic, odorless, and non-staining. Smoke canisters/bombs shall be a
minimum of 3-minute duration. The City must approve all equipment proposed to complete the
Work.
Air blowers should have a minimum capacity of 42 m 3/min.
RFQ (Goods and Services) No. 1220-40-56-09
30
SSP 18.3 Test site set-up
A smoke testing crew requires a minimum of two persons.
Equipment required includes: Smoke test blower and smoke materials; sewer line stoppers;
documentation equipment and supplies; manhole safety equipment.
A test site will consist of one or more manhole sections.
SSP 18.4 Execution
General
Intensified smoke testing techniques shall be employed. Intensified techniques include two
blowers (minimum 42 m 3/min each) and a minimum of two 3-minute smoke bombs or canisters
or approved smoke machine. Smoke blowers shall be placed at the manholes on the perimeter
of the area being tested. Up to three reaches but no more than 228 meters of sewer pipeline
may be tested at one time. Line sections shall be adequately isolated using sandbags, baffles,
or other approved methods. The Contractor shall be solely responsible for his operations and
for preventing sewer backups into the area homes and causing sewage overflows.
Smoke testing shall not be allowed on rainy days, on cloudy days following rain, or when
saturated soil conditions exist. Testing shall be closely monitored on windy days. If smoke
coming out of the ground is blown away so quickly as to escape accurate detection and/or
photo documentation, testing shall cease until such time that conditions permit.
The perimeter of each residence or commercial building shall be completely inspected, front and
back, for sources of smoke. The roofs of each building shall be visually inspected for evidence
of roof drains connected to sanitary drains.
Record Keeping
The Contractor shall document their observations regarding all smoke tests from manhole to
manhole on a Sewer Smoke Testing Report. The report shall include such items as report
number, observations and leak description when a leak is detected, the Contractor shall
document the leak on a separate smoke test problem report. As a minimum, the following
information shall be included on the smoke test problem report:
Description of leak including address (or house number on sketch) and Surrey manhole
numbers. Photograph identifying source of leak with reference number. Area and type of
surface drained by the leak.
The Contractor shall document by photograph each smoke leak or series of leaks. The
photograph shall be taken close enough to show the exact source of smoke. The photograph
shall include the location of the smoke with reference to some recognizable topographic feature
(e.g. house). In the foreground of the photo, a whiteboard, or approved means, shall be used to
indicate the date, report reference, location and address of each leak. Digital copies of all
photographs shall be submitted to the City along with the smoke testing reports and records.
The Contractor shall keep a daily log of their contact with all affected agencies and institutions
and submit copies of his log in an Appendix to the Report.
Notification, Approval and Authority to Proceed
Notify the Sanitary Sewer Foreman daily as to test area, start time, and ending time. Calls
received by staff from residents affected by the smoke testing will be forwarded to the
Contractor for response.
Deliver resident notifications to affected residents at least three days prior, but no sooner than
five days before planned smoke testing. Authority to proceed within a test area shall not be
granted until evidence of resident notice delivery, and fire department notification has been
confirmed. City will provide the Contractor with a copy of resident information letter.
RFQ (Goods and Services) No. 1220-40-56-09
31
Safety
Adequate safety procedures and traffic controls by uniformed officers when the safety of
workers or the public requires such protection, or as may be specified are the responsibility of
the Contractor when performing smoke tests near or in roadways to protect 4workers and
equipment. Where a safe environment cannot be maintained, the Contractor shall schedule his
work during low traffic times.
The Contractor shall notify the fire department of their smoke testing operations and schedule,
and liaison with the fire department and emergency response agencies during testing.
Deliverables
Electronic copies (data files) of the field forms along with two paper copies of each smoke test
sketch and report, each with photographs attached, shall be submitted to the Sanitary Sewer
Foreman.
The Contractor shall submit to the Sanitary Sewer Foreman four sample photographs of a
representative smoke test showing leaks as evidenced by smoke within five working days of
commencing the work. The Sanitary Sewer Foreman shall review the photographs to establish
a standard photographic representation.
The Contractor shall prepare and submit a list of defects, which appear to require immediate
corrective action, based on their size and/or type.
SSP 18.5 Payment
Payment for smoke testing shall be based upon a lump sum price for all sanitary sewer sections
included in the catchment boundary, as shown on the Contract Drawing, regardless of the size
of sewer pipe and length of sewer tested. Payment based upon the lump sum quoted in the
Schedule C - Quotation under item 1.1a shall be full compensation for furnishing all labor,
equipment and supplies.
Payment for smoke test problem reports shall be based upon the unit price quoted in the
Schedule C - Quotation under item 1.1b for each smoke test problem report prepared. Payment
shall be full compensation for furnishing all labor, equipment required to prepare smoke test
problem reports, field photographs, photo printing, data entry and report submission. Payment
shall not be made until data is shown to be complete and accurate.
SSP 19
SEWER CLEANING
SSP 19.1 Intent
The intent of sewer line cleaning is to remove foreign materials from the lines and restore the
sewer to a minimum of 95% of the original carrying capacity or as required for proper seating of
internal pipe joint sealing packers. Since the success of the other phases of work depends a
great deal on the cleanliness of the lines, the importance of this phase of the operation is
emphasized. It is recognized that there are some conditions such as broken pipe and major
blockages that prevent cleaning from being accomplished or where additional damage would
result if cleaning were attempted or continued. Should such conditions be encountered, the
Contractor will not be required to clean those specific manhole sections. If in the course of
normal cleaning operations, damage does result from pre-existing and unforeseen conditions
such as broken pipe, the Contractor will not be held responsible.
SSP 19.2 Cleaning Equipment
SSP 19.2.1 Hydraulically Propelled Equipment
The equipment used shall be of a movable dam type and be constructed in such a
way that a portion of the dam may be collapsed at any time during the cleaning
operation to protect against flooding of the sewer. The movable dam shall be
equal in diameter to the pipe being cleaned and shall provide a flexible scraper
around the outer periphery to insure removal of grease. If sewer cleaning balls or
other equipment which cannot be collapsed is used, special precautions to prevent
flooding of the sewers and public or private property shall be taken.
RFQ (Goods and Services) No. 1220-40-56-09
32
SSP 19.2.2
High-Velocity Jet (Hydrocleaning) Equipment
All high-velocity sewer cleaning equipment shall be constructed for ease and
safety of operation. The equipment shall have a selection of two or more highvelocity nozzles. The nozzles shall be capable of delivering 4.0 l/sec (60 gpm) at a
working pressure of 13,800 kpa (1200 PSI), and capable of producing a scouring
action from 15 to 45 degrees, in all size lines designated to be cleaned. Equipment
shall also include a high-velocity gun for washing and scouring manhole walls and
floor. The gun shall be capable of producing flows from a fine spray to a solid
stream. The equipment shall carry its own water tank, auxiliary engines, pumps,
and hydraulically driven hose reel.
SSP 19.2.3
Mechanically Powered Equipment
Bucket machines shall be in pairs with sufficient power to perform the work in an
efficient manner. Machines shall be belt operated or have an overload device.
Machines with direct drive that could cause damage to the pipe will not be allowed.
A power rodding machine shall be either a sectional or continuous rod type
capable of holding a minimum of 228 meters of rod. The rod shall be specifically
heat treated steel. To ensure safe operation, the machine shall be fully enclosed
and have an automatic safety clutch or relief valve. (This method is not used on
this contract)
SSP 19.2.4
Large Diameter Cleaning
For cleaning large diameter sewer, storm or combination pipes, consideration
should be given to a combination hydraulic high volume water and solids
separation system. The flow from the sewer will provide water for the pump
operation so no potable water is necessary and treatment costs are not a factor.
Water volume of up to 0.95 m3/min at 2000 PSI+ will move solids to the
downstream manhole in high flow conditions. The separation system will dewater
solids to 95% (passing a paint filter test) and transfer them to a dump truck for
transport to a sewage treatment plant or approved landfill. Sewer water will be
filtered to a point where it can be used in the pump for continuous cleaning. No bypassing of sewer flows will be necessary. The unit shall be capable of 24 hour
operation and the unit shall not leave the manhole until a section is fully cleaned.
SSP 19.2.5
Cleaning Precautions
During sewer cleaning operations, satisfactory precautions shall be taken in the
use of cleaning equipment. When hydraulically propelled cleaning tools (which
depend upon water pressure to provide their cleaning force) or tools which retard
the flow in the sewer line are used, precautions shall be taken to insure that the
water pressure created does not damage or cause flooding of public or private
property being served by the sewer. When possible, the flow of sewage in the
sewer shall be utilized to provide the necessary pressure for hydraulic cleaning
devices. When additional water from fire hydrants is necessary to avoid delay in
normal work procedures, the water shall be conserved and not used
unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area
served by the hydrant.
SSP 19.2.6
Sewer Cleaning
Prior to all CCTV inspection, all sewer sections shall be cleaned using
hydraulically propelled or high velocity hydrocleaning equipment or any acceptable
method of cleaning. The designated sewer manhole sections shall be cleaned
using hydraulically propelled, high-velocity jet, or mechanically powered
equipment. Selection of the equipment used shall be based on the conditions of
lines at the time the work commences. The equipment and methods selected shall
be satisfactory to the Owner’s Representative. The equipment shall be capable of
removing dirt, grease, rocks, sand, and other foreign materials and obstructions
from the sewer lines and manholes. If cleaning of an entire section cannot be
successfully performed from one manhole, the equipment shall be set up on the
other manhole and cleaning again attempted. If, again, successful cleaning
RFQ (Goods and Services) No. 1220-40-56-09
34
cannot be performed or the equipment fails to traverse the entire manhole section,
it will be assumed that a major blockage exists and the cleaning effort shall be
abandoned. Precaution shall be taken to protect the sewers from damage from
the cleaning operation. Precaution shall also be taken to prevent any damage or
flooding to public or provide property served by the sewers section involved. Also,
it may be necessary to remove sanitary IC lids to reduce the chance of lack of
pressure into the house plumbing.
SSP 19.2.7
Root Removal
Roots shall be removed in the designated sections where root intrusion is a
problem. Special attention should be used during the cleaning operation to assure
almost complete removal of roots from the joints. Any roots which could prevent
the seating of the packer or could prevent the proper application of chemical
sealants shall be removed. Procedures may include the use of mechanical
equipment such as high-velocity jet cleaners. Chemical root treatment may be
used at the option of the Contractor.
SSP 19.2.8
Chemical Root Removal
To aid in the removal of roots and at the option of the Contractor, manhole
sections that have root intrusion may be treated with an approved herbicide. The
application of the herbicide to the roots shall be done in accordance with the
manufacturer’s recommendations and specifications in such a manner to preclude
damage to surrounding vegetation. Any damaged vegetation so designated by the
Engineer shall be replaced by the Contractor at no additional cost to the City. All
safety precautions as recommended by the manufacturer shall be adhered to
concerning handling and application to the herbicide.
No additional payment will be made for additional flushing or cleaning required
when performing service interface testing and grouting on lines that have already
been cleaned under this contract.
SSP 19.3 Payment
Payment for sewer cleaning shall be based on a linear meter measurement from access point to
access point for mainlines and from inspection chamber to mainline interface or manhole for
laterals. Payment shall be made under item 1.2 in the Schedule C.
SSP 20 CCTV INSPECTION
SSP 20.1 General
1.
The Contractor shall use a pan and tilt type camera, and record in color, on MPEG2 or better
Digital format. Each entrance and exit shall also be visually inspected, digitally video
recorded and digitally photographed.
2.
The designated sanitary sewer shall be flushed and completely cleaned prior to inspection.
Digital Video inspection shall be performed only after sewers have been thoroughly cleaned
so that a clear picture of the interior of the sewer can be obtained. Particular emphasis is
made to the removal of accumulated grease where standard flushing practices will loosen the
material so that cracks and breaks can be observed during digital video inspection. Where
the camera is impeded, the contractor shall immediately notify the City of Surrey who will
make arrangements to clear the line. Dewatering the main segment shall not be considered
an acceptable line cleaning practice for the purpose of digital video inspections.
3.
The Contractor shall be equipped with a blower fan capable of de-misting sewers when
required.
4.
Original DVD’s and full reports for each sewer section shall be submitted to the City within
two weeks of digital video inspection of that sewer section.
5.
Depth of flow in the sewer shall not exceed one-third the pipe diameter during the digital
video inspection.
RFQ (Goods and Services) No.: 1220-40-56-09
25
6.
For NEW mains, water must be present in the main to allow for proper evaluation and
determination of any Bellies/Sags that may be present.
7.
Digital Video inspections with submerged or unclear sections longer than 3 meters in total
length between consecutive manholes will not be accepted.
8.
Scheduling of all digital video inspections shall be closely coordinated with the Sanitary
Sewer Foreman or his designated official to ensure that the inspections are conducted
during low flow periods. The Contractor shall proceed with the requested digital video
inspection of a section within 48 hours of receiving notice from the City. The City reserves
the right to cancel or alter scheduled inspections without notice. If determined by the City
that the flow conditions would impair the quality of the inspection results (due to surcharged
conditions) night time inspections may also be required subject to the approval of the City.
9.
Weekly totals of sewer lengths digitally video recorded and hours spent within the previous
week shall be submitted to the Sanitary Sewer Foreman and Contract Administrator every
Friday morning.
SSP 20.2 Process
1.
A sample of inspection report(s), digital video, and corresponding MPEG2 data file shall be
submitted for review by the Consultant or the Sanitary Sewer Department, accordingly.
This submission must satisfy all of the specifications contained herein, and the submitted
report submission will be used as a benchmark for subsequent inspection submissions.
No inspection surveys are to be carried out until an acceptable sample inspection report
has been approved by the Consultant, or by the Sanitary Sewer Forman.
2.
A copy of the CCTV operator’s current NASSCO certification certificate shall be submitted
to the Consultant or the Contract Administrator at least one week prior to the start of the
CCTV Inspection operations.
A copy of the CCTV operator’s certification must be submitted for each CCTV operator
working on the contract.
A copy of the CCTV reviewer’s certification must be submitted for each reviewer/inspector
working on the contract.
3.
At the beginning of each DVD, or when a substitute camera is introduced, a recording
resolution test using a Marconi or RETMA resolution chart shall be performed and recorded
on the DVD.
4.
Coding accuracy is to be a function of the number of defects or construction features not
recorded (omissions), and the correctness of the coding and classification recorded.
Coding accuracy must satisfy the following requirements:
Header accuracy
Detail accuracy
95%
90%
The Contractor is to implement a formal coding accuracy verification system, at the onset
of the Work that is reviewed and approved by the Contract Administrator or the Sanitary
Sewer Forman. The coding accuracy is to be verified by the Contractor on a random basis,
on a minimum of 10% of the inspection reports. The Contract Administrator or the Sanitary
Sewer Forman shall be entitled to review the accuracy verification results, and be present
when the assessments are being conducted.
A minimum of two accuracy verifications are to be performed and recorded each working
week. Coding that does not satisfy the accuracy requirements, are to be recoded, and the
accuracy of the inspection report immediately preceding and following the non-compliant
inspection are to be verified. This process is to be repeated until the inspections meet the
accuracy requirements.
The Consultant or the Contract Administrator reserves the right to request an independent
certified reviewer to assess the accuracy of the reports submitted, at the Contractor’s
expense.
RFQ (Goods and Services) No. 1220-40-56-09
35
An operator failing to meet the accuracy requirements on two occasions will not be
permitted to code on the remainder of the contract until they have successfully re-attended
an Operator’s Certification course and re-written the NASSCO Pipeline Assessment
Certification Program.
5.
The camera travel speed shall not exceed 0.15 meters/second, except when required to
prevent overflowing of the camera in high velocity sewers, and shall be pulled at a
continuous rate, when special permission is granted by the Consultant or the Sanitary
Sewer Forman, or his representative, for special situations such as steep grade or floating
conditions in large diameter pipe.
Non-uniform or jerky movement will not be acceptable. The camera shall pause at each
defect and at each service connection.
Clear, well defined pictures of the defects shall be taken, utilizing 360 degree rotating
heads and full pausing capabilities, and the lighting system.
6.
Digital Video recording shall commence as close as practical to the face of the manhole.
The chainage measurement shall reflect the distance from the centre of the manhole. All
reports and digital video shall consider the length of the main segment being inspected as
commencing at the centre of the start manhole, and terminating at the centre of the end
(finish) manhole. A main segment shall be defined as the distance from centre to centre of
successive manholes.
SSP 20.3 Recording Equipment
a)
Digital Video Images and sound shall be recorded in MPEG2 format on new DVDs at
standard speed, and be supplied complete with approved jewel case, appropriately
labelled.
The DVD type / format (+/-), brand, make, model, etc. must be approved by the City prior to
conducting digital video inspections.
Digital still images shall be recorded in JPEG format onto a DVD stored in an approved
jewel case, appropriately labelled, based on sample provided in section SSP 20.2.1.
Each digital image shall be stored with a unique filename to match the image reference in
the PACP form and PACP data exchange file. The naming convention shall reflect the
contract, and the sequence number of the photograph recorded on the data sheet. The
exact format will be provided by the Consultant, or by the Sanitary Sewer Forman, prior to
commencement of a contract.
b)
Each DVD, CD-ROM and case shall be labelled as follows:
City of Surrey Engineering Department Video #YY-XXXX, (where “YY is the last two digits
of the current year, and "XXXX" is the consecutive DVD number starting at "0001") for
Engineering operations’ contracts, OR the appropriate
Surrey Contract Number.
Name of Contractor:
Contact Phone No:
Date:
Book No.:
Asset Type: (lateral/mainline)
Work Order No.:
Picture Sequence Number from XXX to XXX, (where "XXX" is the consecutive picture
number starting at "001" indicated on the data recording sheet).
c)
All events and defects encountered in the sewer, including manholes, locations, and
direction changes, shall be audibly voice labelled in a clear and concise presentation.
d)
Each section of sewer shall be identified verbally and graphically on the DVD indicating the
upstream and downstream manholes, and the date and time of the digital video inspection
at the beginning of each main segment being inspected. Only the distance measurement
is to be displayed on the digital video during the main segment recording process.
RFQ (Goods and Services) No. 1220-40-56-09
36
e)
The Contractor shall utilize NASSCO’s PACP (Pipe Assessment Certification Program) to
record pipe defects and observations:
Continuous forward distance readout from the reference manhole and audible notation
shall be made at all pipe defects including:
-- the defect description, as described by the codes.
- the forward distance from the centre of the reference manhole.
The contractor shall provide the inspection data in the standard NASSCO PACP data
exchange format. A sample of the data file on DVD, complete with pictures (JPEG), video
files (MPEG2 or better) shall be submitted to the Consultant or to the Sanitary Sewer
Foreman prior to commencement of the work, for approval.
SSP 20.4
Safety Equipment
The Contractor shall be fully equipped for traffic control and manhole (confined space) entry, and
employ safety procedures required by the Workers’ Compensation Board.
The contractor will keep on-site, during the duration of the work, all documentation relating to:
 Confined Space Entry, including entry and emergency procedures;
 Written confirmation of confined space training received by employees;
 Documentation verifying that equipment being used meets applicable WCB
requirements.
SSP 20.5
Inspection Reports
The City of Surrey is utilizing NASSCO (http://www.nassco.org/) Pipeline Assessment Certification
Program (PACP) to replace our current customized pipe assessment coding. Consultants and
contractors were previously notified of our intended changes, including PACP training
opportunities.
a) The required video inspection information shall be recorded and printed on NASSCO’s
C.C.T.V. Inspection Form. Only one sewer section (manhole to manhole) shall be recorded in
each data sheet unless otherwise approved.
b)
Each pipe defect record shall be in accordance with NASSCO’s PACP 4.2 coding.
c)
All field measurements shall be made using the SI unit system.
d)
Each report shall be filed in heavy duty letter size 3-ring binders complete with filing tabs. Each
binder shall be labelled on the front cover and filing tab as noted below:
Front Cover: same as DVD label
File Tab:
City of Surrey, Engineering Department #YY-XXXX
Name of Contractor, Contact Phone No., Date, (where “YY” is the last 2 digits of the
current year, and “XXXX" is the consecutive video tape number starting at "0001".)
Each book shall be consecutively numbered, starting with one.
e)
The first page of all reports shall be a copy of the City sewer map, as supplied as part of the
contract documents. All sections of video inspected mains contained in this portion of the
report, shall be highlighted in yellow.
Each binder shall contain: not more than 100 data sheets, and the printed defect photographs
pertinent to the report. A summary of defects indicating the DVD number, the location on the
DVD, manhole numbers and the nature of the problem. An index sheet, listing by page
number, the manhole sections and locations, (in distance and photograph number).
f)
Digital images (still photographs) with a minimum 1024 x 768 pixel resolution (in addition to
the video record) shall be taken of all manholes and defects, including:
-
broken, cracked or collapsing pipes,
presence of scale or corrosion
offset joints,
open joints,
fish mouth rubber rings,
infiltration,
RFQ (Goods and Services) No. 1220-40-56-09
37
-
pipe settlement or ponding sags,
roots,
grease build-up,
protruding and/or bad connections/infiltration,
corroding pipe,
exposed rebar,
grit, sediment deposits and other debris
blockage
missing pipe
alignment
any other defects
Still photographs shall be numerically numbered (a reference identification, picture number in
the data sheet, not exceeding 3 characters) to correspond with the written report. The
minimum dimensions of the picture excluding the border shall be 100 mm x 135 mm. The
printed images shall indicate, without obstructing the defect being photographed, the
Upstream and Downstream manhole numbers, and the sequential picture number as indicated
on the data recording form.
Photograph pictures shall clearly indicate the sewer section identification (upstream and
downstream manholes), distance from reference manhole (chainage) and picture number,
without encroaching or obstructing the subject of the Photograph (defects, etc.).
g)
SSP 20.6
Each report shall be processed and submitted to the City for review no later than two weeks
after completion of video inspecting of the subject sewer.
PACP Data Exchange Process
A PACP database shall not contain multiple asset types (e.g. mainlines and laterals) and assets
from multiple work orders.
The Pipe Segment Reference ID will consist of a 10-digit number and will serve as the unique
identifier for each of the Sanitary Mainlines and Laterals. This ID will be available on each of the
maps that the City of Surrey provides and will, also, be exported into the Inspection table of the
PACP database (s).
The Contractor must ensure that the Pipe Segment Reference ID corresponds with the pipe that is
being video inspected by referring to the maps provided by the City before commencing a CCTV
inspection. For Laterals the contractor must also ensure that the property address corresponds to
the Pipe Segment Reference ID. Non-compliance will result in a failure to import all observations
acquired from the inspection into the City works Management System.
If a Pipe Segment Reference ID is not provided by the City the contractor shall attempt to contact
the City to obtain the Pipe Segment Reference ID. If all attempt fail then the following number
convention shall be followed to accommodate the mandatory fields in a PACP database.
Sanitary Mainlines: 1000000001, 1000000002, 1000000003
Sanitary Laterals: 2000000001, 2000000002, 2000000003
The Contractor may use the provided PACP version 4.2 Data Exchange File (s) complete with pipe
attribute exported from the City’s geographical database if provided by the City. All observations
gathered from CCTV inspections are to be collected and entered into the PACP database(s)
provided by the City of Surrey.
SSP 20.7
Payments
Payment for pre-video inspections of sanitary laterals shall be made under item 1.3a in the
Schedule C. Payment will be based on each setup and linear meters televised from inspection
chamber to the mainline interface or manhole. Inspection chambers that are not located may be
video inspected using a launch camera if attempts by the Contractor and the City have been made
to locate the inspection chamber. Pre-video will only be required for laterals being replaced under
items 1.6 in Study Area 1.
RFQ (Goods and Services) No. 1220-40-56-09
38
Payment for post-video inspections of sanitary laterals shall be made under Item 1.3b in Schedule
C. Payment will be based on each setup and linear meters televised from inspection chamber to
the mainline interface or manhole. Inspection chambers that are not located may be video
inspected using a launch camera if attempts by the Contractor and the City have been made to
locate the inspection chamber.
SSP 21 INITIAL AIR TEST AT JOINTS AND CRACKS
All joints and cracks for laterals in Study Area 2 & 3 and all polyvinyl chloride laterals in Study Area 1 shall
be pressure tested shall be at ½ psi per vertical foot with a minimum of 5 psi and maximum of 10 psi.
Joints and cracks that fail the initial pressure test will be repaired and paid for in accordance with SSP 22.
SSP 21.1
Payments
Payment for initial joint and crack testing will be made on the total number of joints and cracks air
tested and will be included in Item 1.4a for sanitary laterals that have a total length from the
inspection chamber to mainline interface or manhole greater than or equal to 1.5 meters and 1.5a
for laterals greater than 1.5 meters of the Schedule C.
SSP 22 GROUTING
SSP 22.1
Intent
The intent of this section is to define certain properties that a sealing material should have to
perform effectively in the intended application and under ambient field conditions. The intended
application is to seal sewer pipe joints with a remote-controlled sealing packer. The materials
described herein also have application in manually sealing sewer pipes and manholes.
All chemical grout manufacturers and/or suppliers must maintain product liability insurance for
each product offered.
Each chemical sealing material has discrete properties and may or may not be interchangeable
with another material for a particular application or purpose. Since each application of those
materials may be present differing ambient conditions (i.e. temperature, soil type and condition,
presence of water, etc.), it is important that the engineering/applicator carefully considers the
properties of each material to choose the appropriate chemical sealing material to be used to
product the desired results.
In every case, mixing and handling of chemical sealing materials shall be in accordance with the
manufacturer’s recommendations. Safety training by the manufacturer and/or supplier is a
significant enhancement to the applicable safety rules and procedures and must be provided to
assure that individuals who mix and handle acrylamide based chemical grouting materials receive
comprehensive, hands on training. This training should include materials that have been
submitted, reviewed and commented on by the USEPA. Refresher training sessions should be
performed on a two-year basis, at a minimum.
SSP 22.2
General
All chemical sealing materials used in the performance of the work specified should possess
properties as described in APWA publication “Assessment of Sewer Sealants” (September 1980,
Office of R&D, U.S.EPA, Cincinnati, OH 45268).
SSP 22.3
Chemical Sealing Materials
The following is a generic listing of chemical sealing materials currently in use and the basic
requirements, properties and characteristics of each.
A)
Acryl amide base gel sealing material:
A minimum of 10% acryl amide base material by weight in the total sealant mix. A higher
concentration (%) of acryl amide base material may be used to increase strength or offset
dilution during injection.
The ability to tolerate some dilution and react in moving water during injection
A viscosity of approximately 2 centipoises which can be increased with additives.
A constant viscosity during the reaction period.
RFQ (Goods and Services) No. 1220-40-56-09
39
A controllable reaction time from 10 seconds to 1 hour.
A reaction (curing) which produces a homogeneous, chemically stable, non-biodegradable,
firm, flexible gel.
The ability to increase mix viscosity, density and gel strength by the use of additives.
B)
Acrylic-base gel chemical sealing material:
A minimum of 10% acrylic-base material by volume in the total sealant mix. A higher
concentration (%) of acrylic-base material may be used to increase strength or offset dilution
during injection.
The ability to tolerate some dilution and react in moving water during injection.
A viscosity of approximately 2 centipoises which can be increased with additives.
A constant viscosity during the reaction period.
A controllable reaction time from 5 seconds to 6 hours.
A reaction (curing) which produces a homogeneous, chemically stable, non-biodegradable,
flexible gel.
The ability to increase mix viscosity, density and gel strength by the use of additives.
C)
Urethane-base gel chemical sealing material:
One part urethane pre-polymer thoroughly mixed with between 5 and 10 parts of water by
weight. The recommended mix ratio is 1 part urethane pre-polymer to 8 parts of water (11%
pre-polymer).
A liquid pre-polymer having a solids content of 77% to 83%, specific gravity of 1.04 (8.65
pounds per gallon), and a flash point of -6.7°C.
A liquid pre-polymer having a viscosity of 600 to 1200 centipoises at 21°C that can be
pumped through 153 m of 1.3 cm hose with a 1000-psi head at a flow rate of 1 once per
second.
The water used to react the pre-polymer should have a pH of 5 to 9.
A cure time of 80 seconds at 4.4°C, 55 seconds at 15.6°C, and 30 seconds at 26.7°C when
1 part pre-polymer is reacted with 8 parts of water only. Higher water ratios give longer cure
times.
A cure time that can be reduced to 10 seconds for water temperatures of 4.4°C to 26.7°C
when 1 part pre-polymer is reacted with 8 parts of water containing a sufficient amount of gel
control agent additive.
A relatively rapid viscosity increase of the pre-polymer/water mix. Viscosity increases from
about 10 t 60 centipoises in the first minute for 1 to 8 pre-polymer/water ratio at 10°C.
A reaction (curing) which produces a chemically stable and non-biodegradable, tough,
flexible gel.
The ability to increase mix viscosity, density, gel strength and resistance to shrinkage by the
use of additives to the water.
D)
Urethane base foam chemical sealing material:
Approximately 1 part of urethane pre-polymer thoroughly mixed with 1 part of water by
weight (50% pre-polymer).
A liquid pre-polymer having a solids content of 82% to 88%, specific gravity of 1.1 (9.15
pounds per gallon), and a flash point of -6.7°C.
A liquid pre-polymer having a viscosity of 300 to 500 centipoises at 22.2°C that can be
pumped through 153 m of 1.3 cm hose with a 500-psi head at a flow rate of 1 ounce per
second.
RFQ (Goods and Services) No.: 1220-40-56-09
40
A cure time of 15 minutes at 4.4°C, 8.2 minutes at 21.1°C, and 4.6 minutes at 37.8°C when
the pre-polymer is reacted with water only.
A cure time of 5.5 minutes at 4.4°C, 8.2 minutes at 21.1°C, and 2.6 minutes at 37.8°C when
the pre-polymer is reacted with water containing 0.4% accelerator.
During injection; foaming, expansion, and viscosity increase occur.
Physical properties of the cured foam of approximately: 14 pounds per cubic foot density, 80
to 90 psi tensile strength, and 700% to 800% elongation when a mixture of 50% pre-polymer
and 50% water undergoes a confined expansion to five times its initial liquid volume.
Acrylamide and acrylic gel grouts maintain a viscosity close to that of water (2 centipoises)
during the time between mixing the base material solution with the activator solution and the
sudden formation of a gel. This time period is referred to as the reaction period, induction
period, or gel time. The low viscosity is advantageous for penetration but makes the grouts
susceptible to dilution during the reaction period.
Urethane gel grout undergoes a viscosity increase from about 10 centipoises during the time
between mixing the base material with water and the formation of a gel. The time period is
alled the cure time. The increasing viscosity limits penetration but reduces dilution
particularly by groundwater.
SSP 22.4
Infiltration Prevention
If there is an annulus between the existing pipe and the liner, infiltration must be prevented from
entering the sewer at manholes and service connections by one or more of the following means:
Annulus grouting
Sealing liner at manholes
Attaching building sewers to the liner
Chemical grouting at service connection
SSP 22.5
Annulus Grouting
Methods or products which have an annular space between the two (2) pipes require annulus
grouting to develop the required strength and to prevent groundwater from entering the sewer.
All joints and circumferential cracks and longitudinal cracks that failed the initial pressure test shall
be grouted and sealed. Failure is defined when pressure test pressure drops by more than 2 psi
within 15 seconds after reaching a minimum of 5 psi.
Grouting material shall be one of the following:
Acrylamide gel,
Acrylate gel, or
Urethane gel
Urethane foam
The grout shall be implemented with the colour florescent green. At locations where there is root ingrowth, the grout shall contain a root growth inhibitor, Dichlobenil or approved equal, as instructed by
the City.
Volume of grout injected at each joint or crack shall be recorded on the Grouting Report.
After joints and cracks have been grouted, the grout ring shall be crushed with the packer’s end unit
prior to retesting to a minimum pressure of 5 psi to verify the effectiveness and completeness of the
grouting. Grouted joints and cracks that fail to meet the pressure test requirement shall be regrouted
and retested until the pressure test requirement is met.
Excessive grout protruding from the internal wall of the sewer shall be removed in such a manner
that the finish wall is smooth and flush with the original wall.
RFQ (Goods and Services) No. 1220-40-56-09
41
Payment for this grouting work will be included in Item No. 1.4 of the Schedule of Quantities & Prices
for the appropriate pipe diameter. This unit price shall also include supply of the grout, grouting work,
addition of root growth inhibitor, recording, pressure test after grouting, and cleaning at the end of the
job.
Grouting and Air Testing Equipment
The equipment for the joint/crack grouting operation shall be contained within a vehicle used
expressly for this purpose and shall include a control centre for CCTV monitor, pumps, air
compressors, pressure gauge, control and the chemical feed system equipment capable of carrying
out the required pressure tests and chemically grouting of a sewer joint or a circumferential crack.
Joint/crack grouting equipment shall include a "packer" working in tandem with a CCTV camera. The
packer system shall be capable of performing a test and seal operation. The packer system shall
have 2 pressure gauges, one mounted in such a manner that is visible by the CCTV camera and the
other is mounted within the control booth.
SSP 22.5
Payments
Payment for grouting sanitary laterals will be made under item l.5a for all laterals less than 1.5
meters and 1.5b for all laterals greater than or equal to 1.5 meters.
SSP 23 PIPE REPLACEMENT
Replacing sanitary sewers will consist of two options. Option 1 shall be performed by replacing pipe using
relining methods. Option 2 shall be performed by replacing pipe using pipe bursting methods.
Sanitary services shall be replaced using either Option 1 or Option 2 from inspection chamber to mainline
interface complete with a new inspection chamber.
Pipe Lining and/or Pipe Bursting of sanitary sewers shall be performed on a total of 128 laterals in “Study
Area 1” that are material type’s asbestos cement and vitrified clay. The Contractor shall provide a price for
one of the two options for the 128 laterals that shall be replaced using trenchless technologies.
The Contractor shall indicate the option of choice for pipe replacement by circling Option 1 or Option 2.
SSP 23.1
Pipe Lining
The contractor shall be responsible for selecting the most cost effective reline method (i.e. short
connection liner, T – liner) for complete reline from the inspection chamber to the mainline interface
The Contractor shall provide material samples from random services indentified by the City that are to
be replaced.
SSP 23.1.1
Cured-In-Place Pipe (CIPP)
The minimum specifications for the installation of Cured-In-Place Pipe shall conform
to the most recent National Association of Sewer Service Companies (NASSCO)
performance guidelines.
The rehabilitation of pipelines using CIPP shall be done by the installation of a resinimpregnated flexible tube which, when cured, shall be continuous and tight-fitting
throughout the entire length of the original pipe.
The CIPP shall extend the full length of the original pipe from access point to access
point for mainlines and inspection chamber to the mainline interface or manhole.
The prices submitted by the Contractor shall include all costs necessary for
furnishing and installing CIPP in accordance to these specifications.
Minimum material requirements for CIPP liners to conform to ASTM D5813.
SSP 23.1.2
Folded (Thermoplastic) Pipe (FP)
The minimum specifications for the installation of Folded (Thermoplastic) Pipe (FP)
shall conform to the most recent National Association of Sewer Service Companies
(NASSCO) performance guidelines.
RFQ (Goods and Services) No. 1220-40-56-09
42
The rehabilitation of pipelines using FP shall be done by the installation of FP which,
when installed, shall be continuous and tight-fitting throughout the entire length of
the original pipe. The FP shall extend the full length of the original pipe from access
point to access point for mainlines and inspection chamber to mainline interface or
manhole for laterals, and provide a structurally sound and water-tight new pipe within
a pipe.
The prices submitted by the Contractor shall include costs necessary for furnishing
and installing the FP in accordance with these specifications.
SSP 23.1.3
Liner Design
The Contractor shall be responsible for preparing designs for all relining and point
repairs in the Contract. Liner designs shall be signed and sealed by a Professional
Engineer registered in the Province of British Columbia, and submitted to the
Contract Administrator prior to commencing the work. No additional payment will be
made for the design of the liners. Payment for this work shall deem to be included in
the unit prices quoted in the Schedule of Quantities & Prices.
The liner shall be sized such that there is no loss in capacity of the existing sewer.
Calculations of pipe flow before and after liner installation shall be submitted to the
Contract Administrator for approval. The Contractor shall field measure the internal
circumference of the sewers to determine the exact size of liner that is required so
that the liner is tight to the wall of the existing pipe.
The length of the liner shall be that deemed necessary by the Contractor to
effectively carry out the insertion and sealing of the liner at the inlet and outlet points.
The Contractor shall verify the lengths in the field before cutting the liner to length.
SSP 23.1.4
Quality Assurance
The City will arrange for third party laboratory testing of the liner material. These
samples will be tested to the specified ASTM standards.
If testing discloses non-conformance to these standards, repair work shall be
completed at the Contractor’s expense. Testing and/or quality assurance completed
by other agencies does not relieve the Contractor of responsibilities for
documentation of installation conditions, inspection, testing, etc. as required by the
Contract.
SSP 23.1.5
Obstructions
The Contractor shall be responsible for clearing the line of obstructions such as
solids, dropped joints, protruding material (concrete, rocks, etc.) protruding branch
connections or broken pipe that will prevent the insertion of the liner. If inspection
reveals an obstruction that cannot be removed by normal “no-dig” techniques, the
Contractor shall make a point excavation to uncover, remove or repair the
obstruction.
No separate payment will be made for removing line obstructions. The payment for
this requirement shall be deemed to be included in the unit prices quoted in the
Schedule C - Quotation.
SSP 23.1.6
Liner Finish
The finished lining shall be continuous over the entire length of an insertion run and
shall be free from visual defects such as foreign inclusions, dry spots, pinholes and
delamination. The lining shall be impervious and free of any leakage from the pipe
to the surrounding ground or from the ground to the inside of the lined pipe.
Any defects, which will affect the integrity or strength of the linings, shall be repaired
at the Contractor’s expense.
RFQ (Goods and Services) No. 1220-40-56-09
43
SSP 23.1.7
Payment
Payment for relining shall be based on a unit price for each sanitary lateral and shall
include costs for:




flow system management,
mobilization and demobilization
pre-video Inspection
service reconnection
Payment will be made under item 1.6 of the Schedule C - Quotation.
SSP 23.2
PIPE BURSTING
The minimum specifications for Pipe Bursting shall conform to the International Pipe Bursting
Associations Guideline for the Replacement of Mainline Sewer Pipes.
Pipe bursting asbestos cement services shall require a Daigle saddle at the mainline interface for
reconnection.
SSP 23.2.1
Materials
All materials are to conform to the latest edition of the appropriate specifications of the
American Society for Testing and Materials (ASTM).
Material delivery and storage is to meet the requirements of the manufacturer.
Materials damaged through transportation or handling are to be to be removed from the
job site and replaced with new material at the Contractor’s expense.
SSP 23.2.2
Qualifications
The Contractor shall be certified by the pipe bursting system manufacturer as a fully
trained user of the pipe bursting system. Operation of the pipe bursting system shall be
performed by trained personnel. Such training shall be conducted by a qualified
representative of the pipe bursting system manufacturer. The City may require that the
Contractor provide certificates of training for any employee directly involved in the
supervision or operation of the pipe bursting system.
SSP 23.2.3
Quality Assurance
The Contractor is solely responsible for quality assurance during the length of the
project. The contractor is be responsible for any costs associated with corrective
measures required to replace or repair items not meeting the quality standards specified
by the City.
The City may, at its option, conduct an inspection of the new pipe to determine the
condition of the pipe subsequent to the burst.
Defects, which in the opinion of the City affect the integrity of strength of the pipe, shall
be repaired or replaced by the City at no additional cost to the City.
SSP 23.2.4
Payment
Payment for pipe bursting shall be based on a unit price for each sanitary lateral and
shall include for flow system management, cover re-instatement, mobilization and
demobilization and service reconnection. Payment will be made under item 1.6b of the
Schedule C - Quotation.
SSP 23.3
WARRANTY
The contractor shall make any necessary repairs and replacements to remedy, in a manner
satisfactory to the engineer and at no cost to the owner, any and all defects, breaks, or failures of the
work occurring with one (1) year following the date of acceptance of the work due to: Faulty or
inadequate materials or workmanship, and for damage or disturbances to other improvements under,
within, or adjacent to the work, whether or not caused by settling, washing, or slipping, when such
damage or disturbance is caused, in whole or in part, from activities of the contractor in performing
his duties and obligations under this contract. When such defects or damage occur, within the time
period described herein before, in any part of the surface or subsurface improvements not included
RFQ (Goods and Services) No. 1220-40-56-09
44
in the work under the contract, the contractor shall repair the same and the one-year warranty period
required shall, with relation to such required repair, be extended one (1) year from the date of
completion of such repairs.
SSP 24
SERVICE INTERFACES
All municipal tap or defective service interface connections identified as being potentially defective
during the video inspection component of this contract, shall be tested (air or hydrostatic) to a
minimum pressure of 5 psi. All service interface connections that fail the initial test shall be grouted
and sealed.
Grouting material shall be one of the following:




Acrylamide gel,
Acrylate gel, or
Urethane gel
Urethane foam
The grout shall be implemented with the colour florescent green. At locations where there is root ingrowth, the grout shall contain a root growth inhibitor, Dichlobenil or approved equal, as instructed by
the City.
Volume of grout injected at each service interface connection shall be recorded on the Grouting
Report.
Grouted service interfaces shall be re-tested to a pressure of 5 psi to verify the effectiveness and
completeness of the grouting. Grouted service connections that fail to meet the pressure test
requirement (as described in SSP 22) shall be re-grouted and retested until the pressure test
requirement is met.
Excessive grout protruding from the internal wall of the sewer shall be removed in such a manner
that the finish wall is smooth and flush with the original wall. All excess grout inside the service shall
be removed.
SSP 25
INTENTIONALLY DELETED
SSP 26
GREASE REMOVAL
The removal of normal amounts of grease is included in the payment for Item 1.2a, as detailed in
SSP 19. If excessive grease that cannot be removed using hydrocleaning equipment is
encountered, the Contractor shall notify the Contract Administrator, and request permission to
remove the grease by alternate means. The Contractor shall provide the Contract Administrator with
an hourly rate for excessive grease removal, including equipment, labour, disposal and all other
costs for excess grease removal. If the quoted hourly rate is accepted by the Contract Administrator,
the Excessive Grease Removal will be paid for under a change order. After receiving the Contract
Administrator’s approval, the Contractor shall proceed with the grease removal. The Contractor will
be responsible for submitting records noting the location and time spent on excess grease removal
within 48 hours of the completion of the excessive grease removal work.
No payment will be made for excessive grease removal work without the prior approval of the
Contract Administrator, or if the records are submitted later than 48 hours after the completion of the
work.
SSP 27
SERVICE LATERAL CCTV INSPECTION AND CLEANING AND FLUSHING
The contract includes a CCTV video inspection program for service laterals between the sewer main
and the property line or inspection chamber. This includes both a pre and post CCTV video inspection
for Study Area 1 and only a post video inspection for Study Area’s 2 & 3. All service laterals
connecting to the sewer mains indicated on the contract maps (drawings) and in the schedule of
quantities and prices shall be video inspected to the standards specified in SSP 20. All service
laterals shall be cleaned and flushed from the inspection chamber to the main prior to video inspection
to the standards specified in SSP 19.
RFQ (Goods and Services) No. 1220-40-56-09
45
The City has located the inspection chambers associated to this inspection requirement. The
contract may include some service laterals that cannot be accessed through the inspection chamber
(e.g. “no corrode” pipe, or buried or inaccessible IC). The Contractor shall use a launch camera
system for these inspections, capable of accessing the service lateral from the main, and conducting
the CCTV inspection to the property line.
Payment for pre video inspections for service laterals that are to be reline and/or pipe burst shall be
made under item 1.3a.
Payment for post video inspections for service laterals shall be made under item 1.3b.
SSP 28
SERVICE LATERAL AIR TEST AND GROUTING
The Contract includes initial air pressure testing at joints and cracks and grouting defective joints and
cracks for service laterals between the sewer main and the property line or inspection chamber. All
service laterals connecting to the sewer mains indicated on the contract maps (drawings) and in the
schedule of quantities and prices shall be pressure tested and grouted to the standards specified in
SSP 21 and SSP 22 unless otherwise noted.
SSP 28.1
PAYMENT
Payment for the initial air pressure testing at joints and cracks of each lateral shall be
made at the quoted unit price for Item 1.4a & 1.5a.
SSP 29
Payment for grouting defective joints and cracks for service laterals between the sewer
main and the property line or inspection chamber will be made under Item 1.4b & 1.5b.
DEFINITIONS
In these Special Provisions, unless the context otherwise requires, the following words and terms
have the meanings indicated.
AREAWAY:
A paved surface, serving as an entry area to a basement of subsurface portion of
a building, which is provided with some form of drainage that may be connected
to a sewer line.
ASTM STANDARD:
There are basically two types of ASTM Standards which apply to pipeline
rehabilitation products: “D” standards which are for testing procedures and
material compound classifications, and “F” standards which are basically product
specific. Within the “F” standards there are two types of documents; material
specifications and installation practices.
AVAILABLE WATER:
Water necessary for the performance of work, which may be taken from the fire
hydrant nearest the worksite, given conditions of traffic and terrain which are
compatible with the use of the hydrant for performance of work.
BUILDING SEWER:
The conduit which connects building wastewater sources to the public or street
sewer, including lines serving homes, public buildings, commercial
establishments, and industry structures. In this specification, the building sewer is
referred to in two sections: (1) the section between the building line and the
property line, frequently specified and supervised by plumbing or housing
officials; and (2) the section between the property line and the street sewer,
including the connection thereto, frequently specified and supervised by sewer,
public works, or engineering officials. (Referred to also as house sewer, building
connection, service connection, service lateral, lateral connection, lateral sewer.)
BYPASS PUMPING:
An arrangement of pipes and valves whereby the flow may be passed around a
hydraulic structure or appurtenance. Also, a temporary setup to route flow
around a part of a sewer system. The transportation of sewage flows around a
specific sewer pipe/line section or sections via any conduit for the purpose of
controlling sewage flows in the specified section or sections without flowing or
discharging onto public or private property.
RFQ (Goods and Services) No. 1220-40-56-09
46
PERIMETER DRAIN:
A pipe or series of pipes which collect wastewaters which leak, seep, or flow into
subgrade parts of structures and discharge them into a building sewer or by other
means dispose of such wastewaters into sanitary or storm sewers.
CHANGE ORDER:
A written order to the Contractor authorizing an addition, deletion, or revision in
the work within the general scope of work of the agreement, or authorizing an
adjustment in the agreement price or agreement time.
CHIMNEY:
The cylindrical, variable height portion of the manhole structure having a diameter
as required for the manhole frame. The chimney extends from the top of the
corbel or cone to the base of the manhole frame and is used for adjusting the
finished grade of the manhole frame.
COLLECTOR SEWER:
A sewer located in the public way which collects the wastewaters discharged
through the building sewers and conducts such flows into larger interceptor
sewers and pumping and treatment works.
COMBINED SEWER:
A sewer intended to serve as both a sanitary and storm sewer, or as both an
industrial sewer and storm sewer.
COMPRESSION GASKET:
A device which can be made of several materials in a variety of cross sections
and which serves to secure a tight seal between two pipe sections (e.g. “O”rings).
CONTRACTOR:
Any individual, firm, partnership, corporation, or combination of any or all jointly
submitting a proposal to whom the Contract is awarded by the City or its
executors, administrators, successors or assigns.
CORBEL OR CONE:
That portion of a manhole structure which slopes upward and inward from the
barrel of the manhole to the required chimney or frame diameter. “Corbel” refers
to a section built of brick or block, while “cone” refers to a precast section.
CREW:
The number of persons required for the performance of work at a site as
determined by the Contractor in response to task difficulty and safety
considerations at the time or location of the work.
DEBRIS:
Soil, rocks, sand, grease, roots, etc., in a sewer line excluding items mechanically
attached to the line such as intruding service connections, intruding pipe, joint,
materials, and the like.
EASEMENT: A liberty, privilege, or advantage without profit which the owner of one parcel of
land may have in the land of another. In this agreement, all land, other than
public streets, in which the Owner has sewer system lines or installations and
right of access to such lines or installations.
EASEMENT ACCESS:
Areas within an easement to which access is required for performance of work.
ENGINEER:
The City Engineer, including such assistants as are authorized to represent him,
or the consulting engineer acting through his authorized agents, who represents
the City during the construction phase activities.
EXFILTRATION:
The leakage or discharge of flows being carried by sewers out into the ground
through leaks in pipes, joints, manholes, or other sewer system structures; the
reverse of infiltration.
RFQ (Goods and Services) No. 1220-40-56-09
47
EXISTING LINEAR METERS:
The total length of existing sewer pipe in place within designated sewer systems
as measured from center of manhole to center of manhole from maps or in the field.
FLOW CONTROL:
A method whereby normal sewer flows or a portion of normal sewer flows are
blocked, retarded, or diverted (bypassed) within certain areas of the sewer
collection system.
FOUNDATION DRAIN:
A pipe or series of pipes which collect groundwater from the foundation or footing
of structures and discharge it into sanitary, storm, or combined sewers, or to
other points of disposal for the purpose of draining unwanted waters away from
such structures.
GROUTING:
The joining together of loose particles of soil in such a manner that the soil so
grouted becomes a solid mass which is impervious to water.
HYDRAULIC CLEANING:
Techniques and methods used to clean sewer lines with water, e.g.: water
pumped in the form of a high-velocity spray and water flowing by gravity or head
pressure. Devices include high-velocity jet cleaners, cleaning balls, and hingeddisc cleaners.
INFILTRATION:
The water entering a sewer system, including building sewers, from the ground,
through such means as defective pipes, pipes joints, connections, or manhole
walls. Infiltration does not include, and is distinguished from, inflow.
INFILTRATION/INFLOW:
A combination of infiltration and inflow wastewater volumes in sewer lines, with
no way to distinguish either of the basic sources, and with the same effect of
usurping the capacities of sewer systems and facilities.
INFLOW:
The water discharged into a sewer system, including service connections, from
such sources as roof leaders; cellar, yard, and area drains; foundation drains;
cooling water discharges; drains from springs and swampy areas; manhole
covers; cross connection from storm drain, combined sewers, catch basins; storm
waters; surface runoff, street wash waters; or drainage. Inflow does not include,
and is distinguished from, Infiltration.
INSPECTOR:
The City’s on-site representative responsible for inspection and acceptance,
approval, or rejection of work performed as set forth in these specifications.
INTERCEPTOR SEWER:
A sewer which receives the inflow from collector sewers and conveys the
wastewaters to treatment facilities.
INTERNAL PIPE INSPECTION:
The television inspection of a sewer line section. A TV camera is moved through
the line at a slow rate and a continuous picture is transmitted to an aboveground
monitor.
INVERT:
The floor, bottom or lowest point of a conduit.
INVERT LEVEL (ELEVATION):
The level (elevation) of the lowest portion of a liquid-carrying conduit, such as a
sewer, which determines the hydraulic gradient available for moving the
contained liquid.
JOINTS:
The means of connection sectional lengths of sewer pipe into a continuous sewer
line using various types of jointing materials. The number of joints depends on
the lengths of the pipe sections used in the specific sewer construction work.
RFQ (Goods and Services) No. 1220-40-56-09
48
LATERAL SEWER:
See BUILDING SEWER
LINEAR METER:
Being one meter. In these specifications used to denote the unit of measurement
relating to the length of a sewer line.
MAJOR BLOCKAGE:
A blockage (structural defect, collapse, protruding service connection, debris)
which prohibits manhole-to-manhole cleaning, TV inspection or rehabilitation
procedures.
MANHOLE SECTION:
The length of sewer pipe connecting two manholes.
MECHANICAL CLEANING:
Methods used to clean sewer lines of debris mechanically with devices such as
rodding machines, bucket machines, winch-pulled brushes, etc.
OVERFLOW:
(1)
The excess water that flows over the ordinary limits of a sewer, manhole,
or containment structure.
(2)
An outlet, pipe, or receptacle for the excess water.
OWNER:
The City, sanitary district or other municipality, corporation, partnership or
individual initiating the project, acting through its legally constituted officials,
officers or employees.
PHYSICAL PIPE INSPECTION:
The crawling or walking through manually accessible pipe lines. The logs for
physical pipe inspection record information of the kind detailed under
TELEVISON INSPECTION. Manual inspection is only undertaken when the field
conditions permit this to be done safely. Precautions are necessary.
PIPE JOINT SEALING:
A method of sealing leaking or defective pipe joints which permit infiltration of
groundwater into sewers by means of injecting chemical grout into or through the
joints from within the pipe.
REGULATOR:
A device for controlling the quantity of sewage and storm water admitted from a
combined sewer collector line into a interceptor sewer, pump station, or treatment
facility, thereby determining the amount and quality of the flows discharged
through an overflow deice to receiving waters or other points of disposal.
ROOF LEADER:
A drain or pipe that conducts storm water from the roof of a structure downward
and thence into a sewer for removal from the property, or onto the ground for
runoff or seepage disposal.
SANITARY SEWER:
A sewer intended to carry only sanitary or sanitary and industrial wastewaters
from residences, commercial buildings, industrial parks, and institutions.
SEWER CLEANING:
The utilization of mechanical or hydraulic equipment to dislodge, transport, and
remove debris from sewer lines.
SEWER PIPE:
A length of conduit, manufactured from various materials and in various lengths,
that when joined together can be used to transport wastewaters from the points of
origin to a treatment facility. Types of pipe: Acrylonitrile-butadiene-styrene (ABS);
Asbestos-Cement (AC); Brick Pipe (BP); Concrete Pipe (CP); Cast Iron Pipe
(CIP); Polyethylene (PE); Polyvinylchloride (PVC); Reinforced Concrete (RC);
Reinforced Plastic Mortar (RPM); Steel Pipe (SP); Vitrified Clay (VC).
RFQ (Goods and Services) No. 1220-40-56-09
49
SITE:
Any location where work has been or will be done.
SITE ACCESS:
An adequately clear zone of a size sufficient to accommodate personnel and
equipment required at the location where work is to be performed, including
roadway or surface sufficiently unobstructed to permit conveyance of vehicles
from the nearest paved roadway to the work location.
SPRING LINE:
The horizontal midpoint of a sewer pipe.
STORM SEWER:
A sewer intended to carry only storm waters, surface runoffs, street washwaters,
and drainage.
STREET ACCESS:
Areas normally used for public vehicular traffic (including roads, streets, or rightof-way) to which safe access is required for performance of work.
SUB-CONTRACTOR:
An individual, firm, or corporation having a direct contract with the Contractor or
with a lower-tier Sub-contractor for performance of part of the work.
SURCHARGE:
When the sewer flow exceeds the hydraulic carrying capacity of the sewer line.
SURCHARGE CONDITION:
When the sewer flow depth equals or exceeds the diameter of the discharging
sewer line.
SWALE (DIP, SAG, BELLY):
A significant deviation in pipe grade such as to cause entrapment of solids,
semisolids, and liquids, thereby impeding the accuracy and/or effectiveness of
flow measurements, cleaning, and internal inspection.
RFQ (Goods and Services) No. 1220-40-56-09
50
SCHEDULE B
APPENDIX 4
CONTRACT DRAWINGS
SANITARY SEWER REHABILITATION & I/I
REDUCTION PROGRAM
AT
VARIOUS CITY LOCATIONS
SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM
REFERENCE No.: 1220-40-56-09
RFQ (Goods and Services) No.: 1220-40-56-09
51
SCHEDULE B – APPENDIX 4
CONTRACT DRAWINGS
STUDY AREA 1 – CLOVERDALE WEST
40-56 Cloverdale
West (1).pdf
Page 52
(attached)
STUDY AREA 2 –CLOVERDALE EAST
40-56 Cloverdale
East (2).pdf
Page 53
(attached)
STUDY AREA 3 – ROBSON CREEK (102 -104 AVENUE)
40-56 Robson Creek
(3).pdf
Page 54
(attached)
SCHEDULE B
APPENDIX 5
SCHEDULE OF PRICES
SANITARY SEWER REHABILITATION & I/I
REDUCTION PROGRAM
AT
VARIOUS CITY LOCATIONS
(DOCUMENTS FROM SCHEDULE C OF THE RFQ TO BE INSERTED AT CONTRACT AWARD)
SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM
REFERENCE No.: 1220-40-56-09
RFQ (Goods and Services) No.: 1220-40-56-09
55
SCHEDULE B
APPENDIX 6
CONSTRUCTION SCHEDULES
SANITARY SEWER REHABILITATION & I/I
REDUCTION PROGRAM
AT
VARIOUS CITY LOCATIONS
(DOCUMENTS FROM SCHEDULE C OF THE RFQ TO BE INSERTED AT CONTRACT AWARD)
SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM
REFERENCE No.: 1220-40-56-09
RFQ (Goods and Services) No.: 1220-40-56-09
56
SCHEDULE B
APPENDIX 7
EXPERIENCE, KEY PERSONNEL, EQUIPMENT,
SUBCONTRACTORS AND MATERIAL SUPPLIERS
SANITARY SEWER REHABILITATION & I/I
REDUCTION PROGRAM
AT
VARIOUS CITY LOCATIONS
(DOCUMENTS FROM SCHEDULE C OF THE RFQ TO BE INSERTED AT CONTRACT AWARD)
SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM
REFERENCE No.: 1220-40-56-09
RFQ (Goods and Services) No.: 1220-40-56-09
57
SCHEDULE B
APPENDIX 8
PRIME CONTRACTOR DESIGNATION
SANITARY SEWER REHABILITATION & I/I
REDUCTION PROGRAM
AT
VARIOUS CITY LOCATIONS
SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM
REFERENCE No.: 1220-40-56-09
RFQ (Goods and Services) No.: 1220-40-56-09
58
SCHEDULE B - APPENDIX 8
PRIME CONTRACTOR DESIGNATION
(LETTER OF UNDERSTANDING)
As per the requirements of the Workers’ Compensation Act Part 3, Division 3, Section 118 (1-3), which
states:
Coordination of multiple-employer workplaces
118
(1)
In this section:
“multiple-employer workplace” means a workplace where workers of 2 or more employers
are working at the same time:
“prime Contractor” means in relation to a multiple-employer workplace,
(a) the directing Contractor, employer or other person who enters into a written
proposal with the City of that workplace to be the prime Contractor for the purposes
of this Part, or
(b) if there is no proposal referred to in paragraph (a), the City of the workplace.
(2)
The prime Contractor of a multiple-employer workplace must
(a) ensure that the activities of employers, workers and other persons at the workplace
relating to occupational health and safety are coordinated, and
(b) do everything that is reasonably practicable to establish and maintain a system or
process that will ensure compliance with this Part and the regulation in respect to
the workplace.
(3)
Each employer of workers at a multiple-employer workplace must give to the prime
Contractor the name of the person the employer has designated to supervise the
employer’s workers at that workplace.
The Contractor accepts all responsibilities of a Prime Contractor as outlined in the Workers’
Compensation Act, and WCB OH&S Regulation.
By signing this Agreement, the Contractor is agreeing that your Company, Management staff,
Supervisory staff and workers will comply with the Workers’ Compensation Board (WCB) Occupational
Health and Safety Regulation and the Workers’ Compensation (WC) Act.
Any WCB violation by the Prime Contractor may be considered a breach of contract resulting in possible
termination or suspension of the contract and/or any other actions deemed appropriate at the discretion of
the City.
Any penalties, sanctions or additional costs levied against the City, as a result of the actions of the Prime
Contractor are the responsibility of the Prime Contractor.
I, the undersigned, acknowledge having read and understand the information above.
I agree as a representative of the firm noted below, to accept all responsibilities of the Prime Contractor
for this project.
I fully understand and accept the responsibilities of the prime Contractor designation in accordance with
the Workers’ Compensation Act while contracted by the City of Surrey for project and will abide by all
Workers’ Compensation Board Regulation requirements.
Project File No.:
1220-30-56-09
Project Title:
SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM
RFQ (Goods and Services) No.: 1220-40-56-09
59
SCHEDULE B
APPENDIX 9
RISK, HEALTH AND SAFETY
SANITARY SEWER REHABILITATION & I/I
REDUCTION PROGRAM
AT
VARIOUS CITY LOCATIONS
SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM
REFERENCE No.: 1220-40-56-09
RFQ (Goods and Services) No.: 1220-40-56-09
60
SCHEDULE B - APPENDIX 9
RISK, HEALTH & SAFETY
Responsibility of Contractor(s)
The City of Surrey strives to maintain a safe work environment for employees and Contractors and insists
upon the enforcement of safe practices and procedures in all premises and in all work activities. It is
essential that all Contractors and their employees and Sub-contractor(s) perform in the same manner.
As a Contractor to the City of Surrey, you are expected to conform to the requirements of the Workers’
Compensation Act, the WCB Occupational Health and Safety Regulation and to all federal, provincial and
local laws and regulations. Any City of Surrey employee has the authority to order an unsafe act to cease
or to have an unsafe piece of equipment removed from the premises or, in extreme situations, to shut
down a job entirely.
The following information is provided as typical City of Surrey requirements, but does not relieve the
Contractor from complying with all applicable local, provincial and federal laws, regulations and bylaws.
PERSONNEL
1. You are expected to inform your employees of any potential hazard in the workplace and advise of
appropriate action to be taken should a hazard be found or a fire or accident occur.
2. Contractors will restrict persons invited on the premises to employees only. No families or friends are
permitted.
3. The Contractor will advise the City of any on-site accidents involving the Contractor’s employees, or
injuries to others caused by the Contractor’s business.
GENERAL SAFETY RULES
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
Horseplay, gambling and the use of alcohol or narcotics will not be tolerated.
Orderliness and good housekeeping are basic requirements and must be maintained at all times.
Any equipment, which could create a hazard, must be maintained in good condition.
Restricted and controlled products will be labelled, used and stored in accordance with the associated
regulations, e.g. WHMIS.
Contractors will use a regular system of inspections to detect and correct hazardous conditions,
safety violations and unsafe working practices on the job site.
Contractors will ensure their employees utilize proper safety equipment and clothing as required for
job site activities.
Contractors must follow and have on site proper written safe work procedures for hazardous work,
e.g. confined space entry, lockout, excavations and shoring, etc.
All ladders must be of an approved type and length. Unacceptable ladders must be removed
immediately from the premises.
All vehicles and equipment on City property must be kept in safe mechanical condition at all times,
and be operated only by persons with a valid driver’s license and/or proper training and qualifications.
Contractors will not operate any equipment, valves, switches, etc., which are part of the City’s
operation, unless specific permission is received from the Department Representative.
Accumulation of oily rags, combustible refuse or similar fire hazards will not be tolerated.
Your safety record and attitude are important criteria used to judge your qualification for future bidding on
solicitations with the City of Surrey.
You can help ensure employee safety and your eligibility for future business with the City if you exhibit
and practice a “Safe Work - Safe City” attitude.
RFQ (Goods and Services) No.: 1220-40-56-09
61
SCHEDULE B
APPENDIX 10
CONFINED SPACE SAFETY PROCEDURE
ENTRY PROCEDURE FOR CONFINED SPACE
SANITARY SEWER REHABILITATION & I/I
REDUCTION PROGRAM
AT
VARIOUS CITY LOCATIONS
MECHANICAL SYSTEMS UPGRADE NORTH ANNEX - SURREY CITY HALL
REFERENCE No.: 1220-40-35-09
RFQ (Goods and Services) No.: 1220-40-56-09
62
1.
SCHEDULE B – APPENDIX 10
CONFINED SPACE SAFETY PROCEDURE
ENTRY PROCEDURE FOR CONFINED SPACE
This procedure shall be used as a guideline only. The Contractor shall be responsible for familiarization
with this and all WCB requirements.
THERE MUST BE A MINIMUM OF TWO MEN
- ONE MAN ALWAYS ON THE SURFACE, AND
- ONE MAN IN THE WELL
MAN LIFT/RETRIEVAL DEVICES MUST BE USED
a) Open manhole lids, turn on blower/fan to ventilate wet well for approximately two to three minutes.
b) Leave fan funning until job is completed.
c) Manhole must be circulated by a blower fan to allow fresh air into the confined space. Check levels
on gas detector by lowering into well. If levels are not safe, portable fans MUST be used.
2. Turn gas detector “ON”:
* Oxygen levels should read between 20.0 to 21.0
* H2S levels should read 000
* LEL levels should read 000
NOTE:
- Readings shall be taken before entering well.
- Record gas levels on “Confined Entry Space” forms and hand in daily.
3. a) Lower gas detector by rope/cord into lower portion of wet well where work shall be performed.
b) Pull detector to surface and check gas levels. If levels are safe, entry into well is permitted.
4. Gas detector MUST be left “ON” and brought down into well with person(s) entering.
5. Check levels on gas detector when in well. Proceed with washing/repairing of station.
6. If at any time the gas detector goes “OFF” (ringing), EXIT WET WELL IMMEDIATELY and check
levels.
RFQ (Goods and Services) No.: 1220-40-56-09
63
SCHEDULE B
APPENDIX 11
COMPLIANCE TO SAFETY PROCEDURES
WORKING IN CONFINDED SPACE
SANITARY SEWER REHABILITATION & I/I
REDUCTION PROGRAM
AT
VARIOUS CITY LOCATIONS
MECHANICAL SYSTEMS UPGRADE NORTH ANNEX - SURREY CITY HALL
REFERENCE No.: 1220-40-35-09
RFQ (Goods and Services) No.: 1220-40-56-09
64
SCHEDULE B – APPENDIX 11
COMPLIANCE TO SAFETY PROCEDURE
WORKING IN CONFINED SPACE
Where work is to be carried out, in any confined space where harmful atmosphere may develop, the
following procedures must be followed:
a) The space must be ventilated continuously.
b) Gas detection equipment must be calibrated in an atmosphere that is known to be safe.
Tests for harmful or explosive substances and oxygen deficiency shall be made and recorded
immediately prior to entry, after any interruptions in the work procedure and at intervals to ensure
the continuing safety of the worker in the confined space.
If a harmful atmosphere develops, the worker will immediately evacuate the space and will not reenter until it has been tested and found to be safe to do so.
c) A safety belt or harness of a type which will keep the worker in a position to permit rescue, will be worn.
d) A life line will be attached to the belt or harness which is tended at all times by another person
stationed outside the entrance to the confined space, who shall be equipped for and capable of
effecting rescue.
I, the undersigned, acknowledge having read and understand the information above.
By signing this Agreement, I agree as a representative of the firm noted below, to accept all
responsibilities and compliant to all the Workers’ Compensation Board regulation requirements.
Project File No.: RFQ 1220-40-56-09
Company: ___________________________________.
Project Title: Sanitary Sewer Rehabilitation & I/I Reduction Program
Signed:
Date:
(Company Owner)
Witness:
RFQ (Goods and Services) No.: 1220-40-56-09
Date:
65
SCHEDULE B
APPENDIX 12
STATUTORY DECLARATION
SANITARY SEWER REHABILITATION & I/I
REDUCTION PROGRAM
AT
VARIOUS CITY LOCATIONS
SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM
REFERENCE No.: 1220-40-56-09
RFQ (Goods and Services) No.: 1220-40-56-09
66
SCHEDULE B - APPENDIX 12
STATUTORY DECLARATION
CANADA
)
IN THE MATTER OF A CONTRACT ENTERED
)
INTO BETWEEN THE CITY OF SURREY (the “City”) and
)
___________________________ (the “Contractor”) IN
)
CONNECTION WITH CONTRACT No.: 1220-40-56-09
)
DATED___________, 2009 FOR Sanitary Sewer Rehabilitation
)
& I/I Reduction Program at various locations in Surrey, BC.
TO WIT:
I, ______________________________________,
(officer of company, sole proprietor or partner)
of __________________________________ in the Province of British Columbia do solemnly declare:
That all employees, Sub-contractors and suppliers used in connection with the Work have been full paid
and satisfied by the Contractor with the exception of normal holdbacks, and that all fees and assessments
have been paid, and that there is no claim outstanding or pending in respect of the Work carried out and
that no lien has been filed against the City’s Lands or against any Materials or Equipment used in
connection with the Work or Work done or materials supplied under the Contract.
AND I MAKE THIS SOLEMN DECLARATION conscientiously believing it to be true and knowing that it is
of the same force and effect as if made under oath and by virtue of the Canada Evidence Act.
DECLARED before me at ________________________ )
in the Province of British Columbia,
)
this ___________________________day
)
of ______________________________, A.D. 200_.
)
_________________________
Signature
________________________________________)
A Commissioner for taking Affidavits for British Columbia
A Notary Public in and for the Province of British Columbia
RFQ (Goods and Services) No.: 1220-40-56-09
67
SCHEDULE B
APPENDIX 13
CERTIFICATES OF SUBSTANTIAL PERFORMANCE
SANITARY SEWER REHABILITATION & I/I
REDUCTION PROGRAM
AT
VARIOUS CITY LOCATIONS
SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM
REFERENCE No.: 1220-40-56-09
RFQ (Goods and Services) No.: 1220-40-56-09
68
SCHEDULE B – APPENDIX 13
CERTIFICATES OF SUBSTANTIAL PERFORMANCE
CITY OF SURREY
Contract Title:
Sanitary Sewer Rehabilitation & I/I Reduction Program
Reference No.: 1220-40-56-09
Consultant:
Date of Issue:
R.F. Binnie & Associates Ltd
_________________, 200_
I certify that to the best of my knowledge:
Work on this Contract was Substantially Complete as of _________________________, 200_
There are no outstanding deficiencies on this Contract.
The Maintenance Period specified in the Contract shall:
commence on:
________________________, 200_
and
terminate on: ______________________________, 200_
The following is a list of outstanding claims as per General Conditions:
[state here]
Certified by:
Per: ______________________________
Richard Bush
R.F. Binnie & Associates
c.c.
____________________________
Date
Brennan Sharma E.A,
City of Surrey – Works Yard
Engineering Dept., Operations Division
RFQ (Goods and Services) No.: 1220-40-56-09
69
SCHEDULE B
APPENDIX 14
NOTICE OF CERTIFICATION OF SUBSTANTIAL
PERFORMANCE
SANITARY SEWER REHABILITATION & I/I
REDUCTION PROGRAM
AT
VARIOUS CITY LOCATIONS
SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM
REFERENCE No.: 1220-40-56-09
RFQ (Goods and Services) No.: 1220-40-56-09
70
SCHEDULE B – APPENDIX 14
NOTICE OF CERTIFICATION OF SUBSTANTIAL PERFORMANCE
CITY OF SURREY
CONTRACT No.: 1220-40-56-09
Builders Lien Act
(Section 7 (4))
Notice of Certification of Substantial Performance
NOTICE:
SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM
Reference No.:
1220-40-56-09
Take notice that on _______________________ [date] a certificate of Substantial Performance,
was issued with respect to a contract between:
CITY OF SURREY
14245 – 56th Avenue
Surrey, B.C. V3X 3A2
(the “Owner”)
AND:
CONTRACTOR
(the “Contractor”)
In connection with an improvement on land described as follows:
“SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM – VARIOUS CITY
LOCATIONS, SURREY, BC.”
All persons entitled to claim a lien under the Builders Lien Act and who performed Work or
supplied material in connection with or under the contract are warned that the time to file a claim
of lien may be abridged and section 20 of the Act should be consulted.
Issued By:
c.c.
_________________________________________
[City / Department Representative
Brennan Sharma E.A,
City of Surrey – Works Yard
Engineering Dept., Operations Division
RFQ (Goods and Services) No.: 1220-40-56-09
71
SCHEDULE B
APPENDIX 15
POST COMPLIANCE FORM CERTIFICATE OF
SUBSTANTIAL PERFORMANCE
SANITARY SEWER REHABILITATION & I/I
REDUCTION PROGRAM
AT
VARIOUS CITY LOCATIONS
SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM
REFERENCE No.: 1220-40-56-09
RFQ (Goods and Services) No.: 1220-40-56-09
72
POST COMPLIANCE FORM
CERTIFICATE OF SUBSTANTIAL PERFORMANCE
Please complete this form and promptly fax to 604-599-0956. Note that any delays in the
posting of this Certificate of Substantial Performance or in the return of this form may affect
the scheduling of the Holdback Release.
Contract Title:
Sanitary Sewer Rehabilitation & I/I Reduction Program,
Various Locations, Surrey, BC
Reference No.:
1220-40-56-09
As outlined in the Builders Lien Act, Section 7 (4) (c), the Certificate of Substantial
Performance must be posted “in a prominent place on the improvement.” For contracts
that do not have a clearly identified work site (e.g. Maintenance Contracts), the Contractor
shall prominently post the notice in their office.
The Certificate of Substantial Performance has been posted:
________________________________________________________________________
(detailed description of posting location, including address)
on: _________________________________________
(date of posting)
I confirm that the above statements are correct:
___________________________________________
Signature
__________________
Date
___________________________________________
Print Name
___________________________________________
Contractor
RFQ (Goods and Services) No.: 1220-40-56-09
73
SCHEDULE C
QUOTATION
SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM
REFERENCE No.: 1220-40-56-09
RFQ (Goods and Services) No.: 1220-40-56-09
74
QUOTATION
SCHEDULE C
RFQ Title: SANITARY SEWER REHABILITATION & I/I REDUCTION PROGRAM
RFQ:
1220-40-56-09
CONTRACTOR
CITY OF SURREY
Legal Name: ____________________________________
City’s Representative: Manager, Purchasing & Payments
Address: _______________________________________
Address: 6645 – 148 St., Surrey, BC V3S 3C7
Phone: __________________ Fax: ___________________
Phone: 604-590-7274
Fax: 604-599-0956
Email: _________________________________________
1.
The Contractor offers to supply to the City of Surrey the Goods and Services for the prices plus applicable taxes as follows:
F.O.B:
Payment Terms:
Freight Prepaid
A cash discount of ____% will be allowed if invoices are paid within ___ days, or the ___ day of the month
Destination
following, or net 30 days, on a best effort basis.
Item
S.S.P.
QUANTITIES IN THE 3 STUDY AREAS
STUDY
DESCRIPTION
AREA
MEASURE
#1
#2
1.1a
18
1,2,3
Smoke Testing
each
1.1b
18
1,2,3
Smoke Testing Problem Report
lin.m
15
5
1.2
19
1,2,3
Clean Sanitary Sewer Laterals
each
2,855
1.3
20
1,2,3
Service Lateral Post-Video Inspection:
i) Lateral Inspection Setup
each
ii) Lateral Video Inspection
iii) Launch Camera Video Inspection
1.4a
28
1,2,3
Ship Via:
#3
Lump Sum
TOTAL (A)
UNIT PRICE
AMOUNT
(B)
(A x B)
1
$ ____________
$ _____________
25
45
$ ____________
$ _____________
752
4,454
8,061
$ ____________
$ _____________
235
94
418
747
$ ____________
$ _____________
lin.m
2,855
752
4,454
8,061
$ ____________
$ _____________
each
15
10
25
50
$ ____________
$ _____________
each
950
210
1,480
2,640
$ ____________
$ _____________
Initial Air Test at Joints and Cracks of
Service Lateral (Main to IC)
RFQ (Goods and Services) No. 1220-40-56-09
75
1.4b
28
1,2,3
Grout Defective Joints or Cracks in Service
Laterals (Main to IC)
1.5a
28
1,2,3
28
1,2,3
23
1
25
290
355
$ ____________
$ _____________
each
1
2
4
7
$ ____________
$ _____________
each
1
1
1
3
$ ___________
$ _____________
each
128
0
0
128
$ ___________
$ _____________
Grout Defective Joints and Cracks of
Service Lateral (Main to IC) < 1.5 meters
1.6
40
Initial Air Test at Joints and Cracks of
Service Lateral (Main to IC) < 1.5 meters
1.5b
each
Service Lateral Replacement
* performed on AC & VCP material laterals
* circle 1 of the 2 options
a) Option 1
Reline Service Lateral (Main to IC)
b) Option 2
Pipe Burst Service Lateral (Main to IC)
Sub. Total:
$
_____________
GST (5%):
$
_____________
TOTAL QUOTATION PRICE:
$
_____________
2.
List of Separate Prices
The following is a list of Separate Prices and forms a part of this RFQ, upon the acceptance of any or all of the Separate Prices. The Separate Prices are an
addition to the Total Quotation Price.
Savings if Bonding requirement waived:
3.
Performance Security
$
Labour & Material Payment Bond
$
If this offer is accepted by the City, such offer and acceptance will create a contract as described in:
(a)
the RFQ;
(b)
the specifications set out above and in Schedule A and Schedule B – Appendix 1 of the RFQ;
(c)
the General Terms and Conditions;
(d)
this Quotation; and
(e)
other terms, if any, that are agreed to by the parties in writing
RFQ (Goods and Services) No. 1220-40-56-09
76
4.
Capitalized terms used and not defined in this Quotation will have the meanings given to them in the RFQ. Except as
specifically modified by this Quotation, all terms, conditions, representations, warranties and covenants as set out in the
RFQ will remain in full force and effect.
5.
In addition to the warranties provided in the General Terms and Conditions this offer includes the following warranties:
6.
I/We have reviewed the Schedule B – Sample Agreement. If requested by the City, I/we would be prepared to enter
into an agreement that incorporates the General Terms and Conditions, amended by the following departures (list, if
any):
Section
7.
Departure/Alternative
The City requires that the successful Contractor have the following in place before providing the Goods and Services:
(a)
Workers’ Compensation Board coverage in good standing and further, if an “Owner Operator” is involved,
personal operator protection (P.O.P.) will be provided,
Workers' Compensation Registration Number _________________________________________;
(b)
Insurance coverage for the amounts required in the General Terms and Conditions as a minimum, naming the
City as additional insured and generally in compliance with the City’s sample insurance certificate form
(available on the City's web site at www.surrey.ca (search "revenue and risk") titled City of Surrey Certificate of
Insurance Standard Form);
(c)
City of Surrey business license; and
(d)
If the Contractor is a company, the company name indicated above is registered with the Registrar of
Companies in the Province of British Columbia, Canada, Incorporation Number _____________.
As of the date of this Quotation, we advise that we have the ability to meet all of the above requirements except as
follows (list, if any):
Section
8.
Departure/Alternative
Contractor's relevant experience and qualifications in delivering Goods and Services similar to those required by the
RFQ (use the spaces provided and/or attach additional pages, if necessary):
9.
Contractor should provide a list of previous projects undertaken and completed involving similar scope of work (use the spaces
provided and/or attach additional pages, if necessary):
YEAR
DESCRIPTION
FOR WHOM
PHONE &
SCOPE OF
OF
WORK
CONTACT
WORK
CONTRACT
PERFORMED
RFQ (Goods and Services) No. 1220-40-56-09
BUDGET
ORIGINAL
ACTUAL
SCHEDULE
PROPOSED
ACTUAL
77
10.
Contractor should provide information on the background and experience of all key personnel proposed to provide the
Goods and Services (use the spaces provided and/or attach additional pages, if necessary):
11.
Name:
Name:
Years of Experience: ______________________
Years of Experience:
Responsibility: ___________________________
Responsibility:
Name:
Name:
Years of Experience: ______________________
Years of Experience:
Responsibility: ___________________________
Responsibility:
Contractor should provide the following information on the plant and equipment that will be utilized in the performance of the
Services (use the spaces provided and/or attach additional pages, if necessary):
Plant Under Contractors Control:
1.
2.
3.
4.
5.
6.
7.
8
Plant to be Rented:
1.
2.
3.
4.
5.
6.
Plant to be Purchased:
12.
1.
2.
3.
4.
5.
6.
Contractor should provide the following information on the background and experience of all sub-contractors proposed to
undertake a portion of the Services (use the spaces provided and/or attach additional pages, if necessary):
DESCRIPTION OF PARTS OF
SUB-CONTRACTORS
YEARS OF WORKING
TELEPHONE NUMBER
WORK TO BE SUBLET TO
NAME
WITH CONTRACTOR
AND EMAIL
SUB-CONTRACTORS.
13.
The Contractor proposes to supply the various materials for the construction of the work from the following suppliers (use the
spaces provided and/or attach additional pages, if necessary):
MATERIAL
RFQ (Goods and Services) No. 1220-40-56-09
MANUFACTURER NAME
SUPPLIER
78
14.
Contractor is to provide a detailed completion schedule, with major item descriptions, anticipated completion dates and time
indicating a commitment to perform the Contract within the time specified (use the spaces provided and/or attach additional
pages, if necessary).
ACTIVITY
TIME IN WEEKS
JULY
Commencement Date (Tentative)
1
2
3
AUGUST
4
5
6
7
SEPTEMBER
8
9
10
11
12
_____________________________ 2009
ACTIVITY
TIME IN WEEKS
OCTOBER
13
14
15
NOVEMBER
16
17
ACTIVITY
19
20
21
22
23
24
TIME IN WEEKS
JANUARY, 2010
25
RFQ (Goods and Services) No. 1220-40-56-09
18
DECEMBER
26
27
FEBRUARY. 2010
28
29
30
31
MARCH, 2010
32
33
34
35
36
79
ACTIVITY
TIME IN WEEKS
APRIL, 2010
37
37
39
MAY, 2010
40
41
42
43
JUNE, 2010
44
45
46
47
48
To achieve Substantial Performance by
Date: ____________________________.
15.
The Contractor confirms that this Quotation will be open for acceptance by the City until
___________________.
16.
I/We the undersigned duly authorized representatives of the Contractor, having received and carefully reviewed
the RFQ including without limitation the General Terms and Conditions, submit this Quotation in response to
the RFQ.
This Quotation is offered by the Contractor this ___________ day of ___________________, 2009.
CONTRACTOR
I/We have the authority to bind the Contractor.
____________________________________________
(Legal Name of Contractor)
____________________________________________
__________________________________________
(Signature of Authorized Signatory)
(Signature of Authorized Signatory)
____________________________________________
__________________________________________
(Print Name and Position of Authorized Signatory)
(Print Name and Position of Authorized Signatory)
RFQ (Goods and Services) No. 1220-40-56-09
80
Download