Top Banner
CONTRACT DOCUMENTS for TOWERS PUMP STATION Contract T-2338-2019 February 2019
592

Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Mar 27, 2020

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CONTRACT DOCUMENTS for

TOWERS PUMP STATION

Contract T-2338-2019 February 2019

Page 2: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

TABLE OF CONTENTS BIDDING REQUIREMENT

Addenda with Questions and Answers Invitation to Tender Instructions to Tenderers Bid Bond Consent of Surety Tender Form Schedule of Quantities and Prices

CONTRACT FORM

Contract Agreement Certificate of Insurance Performance Bond Labour and Material Payment Bond Letter of Credit Final Invoice Letter Statutory Declaration

SECTION 1 Supplement Specifications SECTION 2 General Conditions SECTION 3 General Requirements SECTION 4 Trench Excavation, Bedding and Backfill SECTION 5 Water Distribution System

SECTION 7 Stormwater Management SECTION 11 Reinforced and Plain Concrete Works DIVISION 1 General Specifications Section 01330 Submissions Section 01423 Standards Specifications Section 01610 Basic Product Requirements Section 01751 Pre-Start-Up, Start-Up and Commissioning Section 01783 Operating And Maintenance Manual Section 01789 Project Record Documents DIVISION 3 Concrete Section 03100 Concrete Forms and Accessories Section 03200 Concrete Reinforcement Section 03300 Cast-In-Place Concrete Section 03345 Concrete Curing and Finishing Section 03600 Grout DIVISION 4 Masonry Section 04051 Masonry Procedures Section 04060 Mortar and Masonry Grout Section 04080 Masonry Reinforcement and Connectors Section 04090 Masonry Accessories Section 04220 Concrete Masonry Units

Page 3: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

DIVISION 5 Metals Section 05090 Welding DIVISION 6 Carpentry Section 6100 Rough Carpentry DIVISION 7 Insulation and Roofing Section 07160 Sheet Vapour Retarders Section 07210 Building Insulation Section 07212 Board Insulation Section 07610 Sheet Metal Roofing Section 07620 Sheet Metal Flashing and Trim Section 07900 Sealants DIVISION 8 Doors and Hardware Section 08110 Steel Doors and Frames Section 08710 Finish Hardware DIVISION 9 Painting Section 09250 Gypsum Board Section 09911 Painting DIVISION 15 Mechanical Section 15010 Mechanical General Requirements Section 15040 Piping and Valves in Building Section 15061 Bases, Hangers and Supports Section 15072 Vibration Isolation and Seimic Control Measures Section 15600 Pumps Section 15766 Unit Heaters - Electric Section 15822 Dampers - operating Section 15831 Commercial Fans Section 15851 Louvers, Intakes and Vents Section 15916 Electric Heating and Cooling Controls Section 15950 Testing, Adjusting and Balancing of Mechanical Systems DIVISION 16 Electrical Section 16010 Electrical: General Requirements Section 16050 Electrical Installations Section 16301 Manual Transfer Switches Section 16310 Control Panel Section 16312 Process Instrumentation APPENDICES Appendix 1 Receipt Confirmation Appendix 2 Asbestos Cement Pipe Safe Work Procedures, City of Nanaimo January 30, 2015 Appendix 3 Geotechnical Report

(College Heights Water Supply & Utility Upgrades Report, WSP Canada Inc. September 2017)

Appendix 4 Vancouver Island Health Authority Construction Permit Appendix 5 Building Permit

Page 4: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

TENDER DRAWINGS DRAWING DESCRIPTION REVISION DATE 1) 23457 COLLEGE HEIGHTS WATER SUPPLY & UTILITY

UPGRADES – TOWERS PUMP STATION, KEY PLAN, LOCATION PLAN, DRAWING LIST AND GENERAL NOTES

4 FEB. 14, 2019

2) 23458 COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, PUMP STATION SITE PLAN AND GRADING PLAN

4 FEB. 14, 2019

3) 23459 COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, WATERMAIN AND STORM SEWER PLAN AND PROFILES STA. 1+000 TO 1+030, 2+000 TO 2+030, & 3+050 TO 3+080

4 FEB. 14, 2019

4) 23460 COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, PUMP STATION PROCESS AND INSTRUMENTATION PLAN

4 FEB. 14, 2019

5) 23461 COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, PUMP STATION MECHANICAL PLAN, DETAILS, & COMPONENT LIST

4 FEB. 14, 2019

6) 23462 COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, PUMP STATION MECHANICAL SECTIONS & COMPONENT LIST

4 FEB. 14, 2019

7) 23463 COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, ARCHITECTURAL PUMP STATION ELEVATIONS

D FEB. 19, 2019

8) 23464 COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, ARCHITECTURAL PUMP STATION SECTIONS AND DETAILS

D FEB. 19, 2019

9) 23465 COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, STRUCTURAL PUMP STATION GENERAL NOTES

D FEB. 19, 2019

10) 23466 COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, STRUCTURAL PUMP STATION FOUNDATION PLAN

D FEB. 19, 2019

11) 23467 COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, STRUCTURAL PUMP STATION PLANS

D FEB. 19, 2019

12) 23468 COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, STRUCTURAL PUMP STATION SECTIONS AND DETAILS

D FEB. 19, 2019

Page 5: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

TENDER DRAWINGS (Cont’d)

13) 23469 COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, STRUCTURAL PUMP STATION SECTIONS AND DETAILS

D FEB. 19, 2019

14) 23470 COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, MECHANICAL PUMP STATION BUILDING MECHANICAL PLAN & COMPONENT LIST

D FEB. 19, 2019

15) 23471 COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, ELECTRICAL PUMP STATION SITE PLAN

D FEB. 19, 2019

16) 23472 COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, ELECTRICAL PUMP STATION PLAN

D FEB. 19, 2019

17) 23473 COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, ELECTRICAL PUMP STATION SCHEDULES & DETAILS

D FEB. 19, 2019

18) 23474 COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, ELECTRICAL PUMP STATION SINGLE LINE DIAGRAM

D FEB. 19, 2019

19) 23475 COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, INSTRUMENTATION CABINET LAYOUT

D FEB. 19, 2019

20) 23476 COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, INSTRUMENTATION PUMP STATION CP POWER DISTRIBUTION & COMMUNICATIONS

D FEB. 19, 2019

21) 23477 COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, INSTRUMENTATION PUMP STATION SCADAPACK ON BOARD I/O

D FEB. 19, 2019

22) 23478 COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, INSTRUMENTATION PUMP STATION SCADAPACK ON BOARD I/O

D FEB. 19, 2019

23) 23479 COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, INSTRUMENTATION PUMP STATION CONTROL SCHEMATIC

C FEB. 19, 2019

24) 23480 COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, PUMP STATION DRAIN PLAN

3 FEB. 14, 2019

25) - COLLEGE HEIGHTS WATER SUPPLY & UTILITY UPGRADES – TOWERS PUMP STATION, ONSTE GAS GENERATOR

2 FEB. 19, 2019

Page 6: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

INVITATION TO TENDER

TOWERS PUMP STATION Tender T-2338-2019

Sealed tenders, clearly marked “Towers Pump Station T-2338-2019” will be received by the Manager of Purchasing & Stores up to 3:00 p.m. local time, 2019-MAR-19, at the Purchasing office, City of Nanaimo, 2020 Labieux Rd, Nanaimo, BC, V9T 6J9. Tenders will be opened in public, in the Purchasing Department, immediately after the closing time. It is the sole responsibility of the person(s) submitting to deliver the tender to the Manager of Purchasing & Stores before the closing time. The work consists of supply and installation of a new water supply pump station, including of all associated pipe works, pump station building, mechanical works, electrical and control systems, associated services, testing and commissioning, and all works incidental thereto as shown on the drawings. This tender is subject to the Agreement on Internal Trade Annex 502.4. Digital copies of the contract documents are available at no charge on the City of Nanaimo’s website at www.nanaimo.ca. Mandatory Tender Holder Site Meeting is not required. All inquiries shall be directed to Heidi Cao, Project Manager, Engineering & Public Works Department, 2020 Labieux Rd, Nanaimo, B.C., V9T 6J9, Telephone: 250-756-5321, Email: [email protected] The City of Nanaimo reserves the right to waive informalities in, or reject any or all tenders, or accept the tender deemed most favorable in the interest of the City.

City of Nanaimo, Purchasing & Stores Department 2020 Labieux Road, Nanaimo, BC, V9T 6J9

Fax Number: 250-756-5327.

Page 7: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

INSTRUCTIONS TO TENDERERS

______________________________________ Instructions to Tenderers

Page 1

ARTICLE 1. TENDER Sealed tenders marked “Towers Pump Station T-2338-2019” will be received by the Manager of Purchasing and Stores, Purchasing Department, 2020 Labieux Rd, Nanaimo, BC, V9T 6J9, up to 3:00 p.m. local time, 2019-MAR-19. ARTICLE 2. SCOPE OF WORK The work consists of supply and installation of a new water supply pump station, including of all associated pipe works, pump station building, mechanical works, electrical and control systems, associated services, testing and commissioning, and all works incidental thereto as shown on the drawings. ARTICLE 3. OBTAINING CONTRACT DOCUMENTS Tender documents are available on the City of Nanaimo’s website at www.nanaimo.ca under Bid Opportunities. ARTICLE 4. EXAMINE The Tenderer must carefully examine the Contract Documents and the site of the proposed works, judging for and satisfying himself as to the probable conditions to be encountered. Should a Tenderer find discrepancies in, or omissions from the drawings or other documents, or should he be in doubt as to their meaning, he should, prior to submitting his tender, notify the Engineer in writing. The Tenderer may not claim, after the submission of a tender, that there was any misunderstanding with respect to the conditions imposed by the documents. The Tenderer's attention is drawn to any addenda which may be issued prior to the time of tender closure. No verbal agreement or conversation made or had at any time with any officer, agency or employee of the Owner or the Engineer shall affect or modify any of the terms or obligations herein stated, nor deemed to be any representation of warranty. ARTICLE 5. STANDARDS AND SPECIFICATIONS The Tenderer is advised that this contract uses the November 2016 City of Nanaimo Standards, Specifications and Measurement and Payment clauses. It is the Tenderers responsibility to familiarize himself with all tender documentation prior to submission of a tender. The Tenderer may not claim, after submission of a tender, that there was any misunderstanding with respect to the conditions imposed by the documents. Section numbers referred to in the Measurement and Payment clauses are for guidance only. Tenderers are advised that descriptions of pay items may be in more than one section of the documents. It is the Tenderers responsibility to familiarize himself with these pay item descriptions. ARTICLE 6. FORM OF SUBMISSION A digital copy of the Tender Form is also available on the City’s website www.nanaimo.ca. The tender should be submitted on a hard copy of this form and accompanied by the specified Bid Bond in a sealed envelope. E-mail or facsimile tender submissions will not be accepted.

Page 8: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

INSTRUCTIONS TO TENDERERS

______________________________________ Instructions to Tenderers

Page 2

The Schedule of Quantities and Prices in Excel format is available on the City’s website to assist Tenderers with data entry. This information is provided for convenience only and the Tenderer is responsible to confirm accuracy of the digital information provided. The City of Nanaimo is not a member of Public Construction Council of British Columbia, the British Columbia Construction Association or any other construction association. The City of Nanaimo does not adopt or agree to be bound by "The Procedures and Guidelines Recommended for Use on Publicly Funded Construction Projects" produced by the Public Construction Council of British Columbia, September, 1989, or any other procedure/guidelines recommended, adopted or produced by any construction association in the tendering and award of the contract on this project. ARTICLE 7. SCHEDULE OF FORCE ACCOUNT RATES The Schedule of Force Account Rates shall be completed and a unit price shall be inserted for each item in accordance with Article 40 of Section 2 - General Conditions. The low Tenderer will be required to demonstrate that the force account rates tendered are, in fact, the direct cost of his labour. Failure to submit a correct and complete list may result in the tender being considered incomplete. ARTICLE 8. TENDERER'S QUESTIONNAIRE The Tenderer must furnish evidence that he has the necessary experience and is prepared to use the necessary personnel and equipment to carry out the work satisfactorily and within the time stated in the Tender Form. The Tenderer's Questionnaire shall be completed in order that his capabilities in this regard can be assessed by the Owner. Failure to complete the Questionnaire may result in the tender being considered incomplete. ARTICLE 9. LIST OF SUBCONTRACTORS The Tenderer must indicate, in the list of Subcontractors in the Tender Form, the name of the subcontractor he proposes to employ in each subtrade he proposes to subcontract. A Tenderer shall submit on the List of Subcontractors of the Tender Form, only one Subcontractor for each subtrade proposed to be subcontracted. The listing of more than one Subcontractor for any subtrade on the List of Subcontractors in the Tender Form shall constitute grounds for rejection of the Tenderer’s tender. Subcontractors shall not be changed or additional subcontractors employed without the written authorization of the Engineer. Failure to submit a complete list may result in the tender being considered incomplete. Subcontractors should be aware of Articles 20 and 34 of the General Conditions of the Contract as they apply to permits and licences for construction of the works. ARTICLE 10. PROPOSED ALTERNATE MATERIALS If a Tenderer intends to use equipment or material other than that specified or shown on the drawings, he must provide the required information in the List of Proposed Alternate Materials in the Tender Form, together with the applicable price variation. Evaluation of proposed alternate materials will be made by the Owner following closing of tenders. The total Tender must be based on use of specified materials.

Page 9: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

INSTRUCTIONS TO TENDERERS

______________________________________ Instructions to Tenderers

Page 3

ARTICLE 11. TEST EXCAVATIONS Prior to the excavation of test holes on road allowances or privately owned property, the Tenderer is expected to obtain permission from the appropriate governmental agency or owner of the property and to comply with their requirements for restoration of disturbed services and utilities. Failure to comply with ordinances restricting this practice may result in prosecution of the offending party. ARTICLE 12. FEDERAL AND PROVINCIAL SALES TAXES Unit and lump sum prices shall include provincial sales tax payable on all applicable materials and equipment incorporated in the work. GST is not to be included in the unit and lump sum prices. GST shall be shown separately on the Schedule of Quantities Summary page based on the total contract value. ARTICLE 13. TENDER PRICE Unit and lump sum prices shall be filled in where indicated in the Schedule of Quantities and Prices of the Tender Form. The unit prices shall be extended in accordance with the quantities shown and the extensions shall be inserted in the space provided. The total tender must be an accurate extension of the unit and lump sum prices submitted and the quantities shown. In the event of a discrepancy between the unit prices and extended totals, the unit prices will govern and the Engineer will correct the extended totals accordingly. In the event of a discrepancy between a maximum allowable lump sum price and the submitted lump sum price, the maximum allowable price shall govern and the Engineer will correct the price and extend totals accordingly. The prices tendered shall include the supply of all materials except those specified to be supplied by others, all supervision, labor and equipment and a provision for overhead and profit, and shall represent the entire cost to the Owner for the completed works as specified and shown on the drawings. ARTICLE 14. REVISIONS TO TENDER Any revision to the tender by the Tenderer must be in writing by letter, properly executed, and received by the Manager of Purchasing and Stores at the closing location before the closing time. .1 Letter

Revisions by letter must originate on the Tenderer’s letterhead and be headed "CITY OF NANAIMO TENDER". The revision must substantially comply with the following requirements:

.a state the tender number and description; .b state the closing time; and, .c state the amount by which the tender is to be increased or decreased AND the increase or

decrease to each unit price affected.

The revision must be signed by an Authorized Signatory. The positions or titles of the Authorized Signatory should be indicated below the signature.

Page 10: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

INSTRUCTIONS TO TENDERERS

______________________________________ Instructions to Tenderers

Page 4

Letter revisions should be enclosed in an envelope marked "Revision to City of Nanaimo Tender", showing the tender number and description.

.2 Email

Email revisions must comply with the requirements in Article 14.1. Email revisions must be received as a new email by the Purchasing Department prior to the established closing time. The Tenderer assumes all responsibility for the timely and effective delivery of any emailed revision. Purchasing Department Email: [email protected]

.3 Amount of Bid Bond

The Tenderer must ensure that the total amount of the bid bond is not less than ten percent (10%) of the total tender price. The Tenderer should consider the effect of revisions on the tender price and the bid bond requirements.

.4 Multiple Revisions

Where a Tenderer submits multiple revisions to the original tender price, each revision should be numbered sequentially by the Tenderer. Unless the Tenderer clearly stipulates to the contrary on the face of the revision, each successive revision will nullify and replace any previous revision to the identified item or tender price.

.5 Unclear or Ambiguous Revisions

If in the opinion of the City, any revision is unclear, ambiguous as to meaning or intent, or does not comply with the requirements of Article 14, that revision will be disregarded and the original tender price, or the tender price determined by consideration of any other revisions will prevail. The City, its employees and agents will not assume any responsibility for timely receipt of any revisions.

ARTICLE 15. TENDER SIGNING The tender must be executed by an authorized signatory in a position to legally bind their Company to the information contained in the Tender Form. If the Tenderer is a joint venture, each party to the joint venture shall execute the tender in the manner appropriate to such party. ARTICLE 16. BID BOND The tender must be accompanied by a Bid Bond using CCDC Document #220 – Bid Bond (2002), or certified cheque, in an amount not less than ten percent (10%) of the tender price. The Bid Bond must be issued by a surety company licenced to conduct business in the Province of British Columbia. If the successful Tenderer fails for any reason to execute the Contract Agreement and to provide the insurance and surety bonds stipulated in the General Conditions within ten (10) calendar days after the Notice of Award, such time limit being extended only on the written approval of the Owner, his Bid Bond or certified cheque will be forfeited to and retained by the owner in the amount of the difference in money

Page 11: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

INSTRUCTIONS TO TENDERERS

______________________________________ Instructions to Tenderers

Page 5

between the total tender and the amount for which the Owner may legally contract with another party to perform the work, if the latter amount be in excess of the former. Certified cheques submitted by unsuccessful Tenderers will be returned to them as soon as the successful Tenderer has delivered to the Owner, the insurance and surety bonds stipulated in the General Conditions and a fully executed contract for the work, or when the period for which tenders are irrevocable has elapsed, whichever shall first happen. Bid Bonds will not be returned unless otherwise requested by the unsuccessful Tenderer. ARTICLE 17. TENDER WITHDRAWAL A Tenderer may, without prejudice to himself, withdraw his tender on written request received by the Manager of Purchasing and Stores any time prior to the time set for the closing of tenders. ARTICLE 18. TENDER REJECTION .1 The City of Nanaimo reserves the right to reject any or all tenders, or accept other than the

lowest tender and to accept the tender which it deems most advantageous to the City of Nanaimo. .2 To determine whether a Tenderer is qualified to do the work, the following criteria will be

used:

.a The Tenderer’s ability and agreement to complete the work within the Construction Schedule;

.b The Tenderer’s ability to work with the owners, consultants and representatives;

.c The Tenderer’s ability to effectively manage and do the work using the named superintendent and submitted contractors and subcontractors;

.d The Tenderer’s history with respect to quality of the work, scheduling, changes in the work, and

force account work.

A Tenderer is requested to provide any information it determines will assist the City of Nanaimo in using these criteria.

.3 The City of Nanaimo may reject a tender if:

.a After investigation and consideration, the City concludes that the Tenderer is not qualified to

do the work and/or cannot do the work and perform the Contract in a manner satisfactory to the City of Nanaimo.

.b A tender contains qualifying conditions or otherwise fails to conform to these Instructions to

Tenderers.

.c A tender is incomplete, is considered incomplete in the Instructions to Tenderers, is obscure or irregular, which has erasures or corrections in the Tender Form, in which prices are omitted or are unbalanced, or which has an insufficient or irregular surety. The Tenderer’s attention is drawn to the requirement in the Tenderer’s Questionnaire to name the superintendent on the project and give his or her previous experience.

.d The City of Nanaimo may, in its absolute discretion, reject a Tender submitted by Tenderer if

the Tenderer, or any officer or director of the Tenderer is or has been engaged either directly

Page 12: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

INSTRUCTIONS TO TENDERERS

______________________________________ Instructions to Tenderers

Page 6

or indirectly through another corporation in a legal action against the City of Nanaimo, its elected or appointed officers and employees in relation to:

.i any other contract for works or services; or .ii any matter arising from the City of Nanaimo’s exercise of its powers, duties, or functions

under the Local Government Act or another enactment.

within five years of the date of this Call for Tenders.

In determining whether to reject a tender under this clause, the City of Nanaimo will consider whether the litigation is likely to affect the Tenderer’s ability to work with the City of Nanaimo, its consultants and representatives and whether the City of Nanaimo’s experience with the Tenderer indicates that the City of Nanaimo is likely to incur increased staff and legal costs in the administration of this contract if it is awarded to the Tenderer.

.e The City of Nanaimo, however, may at its sole discretion elect to retain for consideration a

tender which is non-conforming because it does not contain the content or form required by these Instructions to Tenderers or because a Tenderer has not complied with the procedures set out in the Instructions to Tenderers provided that the Tenderer complies substantially with the Instructions to Tenderers.

.4 The City may reject all tenders if for any reason the City considers to be in its best interest to

do so, including without limitation for any of the following reasons;

.a the lowest tender that the City considers otherwise acceptable is higher than the funds budgeted or otherwise available for the project;

.b the City decides not to proceed with the project or to defer the project;

.c if only one bid is received, then the tender will be reissued unless a financial analysis indicates that the sole bid represents a good value for the taxpayers ; or

.d the City is delayed in obtaining, or is unable to obtain, all approvals or consents it considers necessary, whether required by law or otherwise.

.5 The City of Nanaimo reserves the right to consider and to reject any tender or all tenders

without notice to a Tenderer or Tenderers and without permitting a Tenderer to provide additional information.

.6 In no event will the City of Nanaimo be responsible for a Tenderer’s costs of preparing or

submitting a tender. ARTICLE 19. AWARD Awards shall be made on tenders that will give the greatest value based on quality, service and price. The Owner will, following receipt of an acceptable tender, issue in writing a Notice of Award to the successful Tenderer. This notice will be given as soon as possible following the closing of tenders and unless otherwise agreed to by the Tenderer, not later than sixty (60) days following the closing of tenders. ARTICLE 20. NO CLAIM FOR COMPENSATION Except as expressly and specifically permitted in these Instructions to Tenderers, no Tenderer shall have any claim for any compensation of any kind whatsoever, as a result of participating in the tender, and by submitting a bid each Tenderer shall be deemed to have agreed that it has no claim.

Page 13: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

INSTRUCTIONS TO TENDERERS

______________________________________ Instructions to Tenderers

Page 7

ARTICLE 21. SOLICITATION OF COUNCIL MEMBERS “If a member of Council, or a person who was a member of Council in the previous six months has a direct or indirect interest in the contract, then the Tenderer shall report this to Council in accordance with Section 107 of the Community Charter upon being notified of the award of the contract. The Tenderer warrants and represents that it has not received any information or a record from any Council member or former Council member contrary to Section 108 of the Community Charter.” The successful Tenderer will be required to direct all communications related to their contract through the appropriate staff members as set out in Article 9 and Article 21 of the General Conditions of Contract. ARTICLE 22. CONSTRUCTION SCHEDULE The City of Nanaimo requires that this contract be completed by 2019-DEC-31. ARTICLE 23. CONSTRUCTION LAYOUT Layout for construction shall be as detailed in Article 7 of the General Conditions of the Construction Contract. The Contractor shall be required to maintain an "as-constructed" drawing set for the project, with all changes and notes marked in red ink. This set shall be available to the Engineer for review on request and, submitted to the Engineer upon completion of the project along with the “as-constructed” digital survey file. The lump sum bid price under Item 2.1 shall not exceed 5% of the total contract price and shall be full compensation for: .1 All construction layout of the work required to execute the contract and construct the works in

accordance with the Design, Standard Specifications, and other listed specifications forming part of this contract.

.2 Development of an "as-constructed" drawing set and digital survey file for the project. Payment shall be made by a percentage of the lump sum bid equal to the percentage of work completed for each progress payment. ARTICLE 24. TESTING The City of Nanaimo may employ a Materials Testing Consultant during the work to test all work and materials deemed necessary and determine whether they are in accordance with the Specifications. The Contractor shall coordinate his work with the Consultant to ensure that the testing is done efficiently and that no delays are caused. (See General Conditions Article 26). ARTICLE 25. MATERIALS No claim by the Contractor of unsuitability or unavailability of any material, nor his unwillingness to use, nor his inability to produce, first class work with same, will be considered unless submitted to the Engineer in writing 7 days before the tender closing date.

Page 14: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

INSTRUCTIONS TO TENDERERS

______________________________________ Instructions to Tenderers

Page 8

ARTICLE 26. WORKSAFEBC .1 The Tenderer is advised the workplace may have the following known operations and/or site

conditions that could present a potential hazard to workers and other persons at the workplace. Other hazards may exist.

- Asbestos Pipe - Energized Equipment - Confined Space - Traffic > 30 km/h - Underground Utilities - Tree Removal - Excavations - Hazardous Materials - Overhead Power Lines - Mobile Equipment .2 As excavation and removal of asbestos cement pipe is required, the Contractor will be required to

complete a risk assessment and develop the necessary safework procedures in accordance with WorkSafeBC regulations. For the Contractor’s information, the City of Nanaimo’s “Asbestos Cement Pipe Safe Work Procedures” are included in Appendix 2.

.3 The work will require excavation around and near buried electrical, communication and gas

utilities. The Contractor will be required to complete a risk assessment and develop the necessary safework procedures in accordance with Worksafe BC regulations.

.4 If the successful Tenderer is designated as the Prime Contractor in the Tender Form, they shall

fulfill the Prime Contractor responsibilities as defined in:

.a WorkSafeBC Occupational Health and Safety Regulation, Notice of project, Section 20.2, and Coordination of multiple employer workplaces, Section 20.3;

.b Workers Compensation Act (BC), Coordination at multiple-employer workplaces, Section 118, Subsections (1) & (2); and

.c General Requirements, Section 3.10 WorkSafe BC. .5 The Prime Contractor will be required to coordinate the safety of all workers on the work site,

including their employees, their subcontractors, City work crews and their contractors, and private utilities, (BC Hydro, Telus, Shaw and FortisBC).

.6 Prior to commencing work, the successful Tenderer will be required to forward a copy of their

current OH&S Safety Program document, WorkSafeBC Notice of Project, and WorkSafeBC Clearance Letter.

ARTICLE 27. FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT All documents submitted to the City will be held in confidence by the City, subject to the provisions of the Province of British Columbia’s Freedom of Information and Protection of Privacy Act. ARTICLE 28. SUPPLEMENTAL SPECIFICATIONS The Tenderer is advised that the following sections are included with this contract to revise the standard specifications to suit specific project requirements: Section 1 – Supplemental Specifications Division 1 – General Specifications Division 3 – Concrete

Page 15: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

INSTRUCTIONS TO TENDERERS

______________________________________ Instructions to Tenderers

Page 9

Division 4 – Masonry Division 5 – Metals Division 6 – Carpentry Division 7 – Insulation and Roofing Division 8 – Doors and Hardware Division 9 – Painting Division 15 – Mechanical Division 16 – Electrical ARTICLE 29. GEOTECHNICAL INFORMATION Tenderer is advised that all relevant geotechnical information prepared for this project is compiled in the College Heights Water Supply & Utility Upgrades Report, WSP Canada Inc. September 2017, which are included in Appendix 3. This geotechnical information is provided to assist the Tenderer in determining the sub-surface conditions. Providing this information does not relieve the Tenderer from undertaking further investigations to confirm the sub-surface conditions to their satisfaction. ARTICLE 30. VANCOUVER ISLAND HEALTH AUTHORITY PERMIT The Construction Permit for the Vancouver Island Health Authority (VIHA) has been submitted and is pending approval. It will be included in Appendix 4. ARTICLE 31. BUILDING PERMIT The Construction Building Permit for the City of Nanaimo has been submitted and is pending approval. It will be included in Appendix 5. ARTICLE 32. TRAFFIC CONTROL & ACCESS Tenderer is advised to provide the following: .1 Access to residences shall be maintained at all times; .2 Communicate and carry out all the necessary measures to inform and mitigate the impacts to

neighbouring streets and intersection; and .3 Alternating single-lane traffic must be maintained at all times during construction and reinstate to

two-lane traffic at the end of each shift. ARTICLE 33. HOURS OF WORK NOISE CONTROL BYLAW 1994 NO. 4750 reads:

Erecting, demolishing, constructing, reconstructing, altering or repairing of any building or other structure within the Municipality or the excavating of any street, highway, lane or other land before 7:00 a.m. or after 9:00 p.m., Monday to Saturday and before 9:00 a.m. or after 9:00 p.m., on Sundays and Statutory Holidays.

Tenderer is advised that no work shall be taking place outside of the Noise Control Bylaw.

Page 16: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

INSTRUCTIONS TO TENDERERS

______________________________________ Instructions to Tenderers

Page 10

ARTICLE 34. WORK BY OTHERS The Tender is advised that the following work will be undertaken by others:

• Tree Removal • Landscape • Fencing

Tree Management Plan and Permit for the site have been submitted and is pending approval. Tree removal is scheduled for the end of February 2019 and to be completed by the Tree Service Contractor. The City will retain the Landscape Contractor to complete the landscape restoration for the project. The Contractor must prepare the ground surface to minus 100mm of finished grade and free of rock, typical. ARTICLE 35. UNDERGROUND UTILIITES Tenderer is advised that existing underground utilities (water, storm drainage, and sanitary sewer) must be maintained throughout construction at all times. ARTICLE 36. WATER DISCHARGE Water discharged from the pipe during flushing and chlorination of the new piping shall be discharged into an existing receiving location through a flushing device that mixes the discharge water with sodium thiosulphate powder or pucks to neutralize any residual chlorine in the water. Discharge locations are to be reviewed, discussed, and approved by the City. ARTICLE 37. WATER TIE-INS All water tie-ins are to be performed by the Contractor. The City will witness the tie-ins and, where necessary, provide instructions on the valve shut down and operation of the system. Tender is advised to arrange and schedule the tie-ins with the Public Work Department. Provide 48 hours (excluding weekends and statutory holidays) notice prior to commencement of the work. Tie-ins to existing main shall not be performed without the presence of the City staff or representative.

Page 17: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

BID BOND No. $

Know All Men by These Presents That

as Principal hereinafter called the Principal, and a corporation created and existing under the laws of , and duly authorized to transact the business of Suretyship in , as Surety, hereinafter called the Surety, are held and firmly bound unto

as Obligee, hereinafter called the Obligee, in the amount of

Dollars, ($ ) lawful money of Canada, for the payment of which sum, well and truly to be made, the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents

Whereas, the Principal has submitted a written tender to the Obligee, dated the day of 20__ , for

Now, Therefore, the Condition of This Obligation is such that if the aforesaid Principal shall have the tender accepted within sixty (60) days from the closing date of tender and the said Principal will within the time required, enter into a formal contract and give the specified security to secure the performance of the terms and conditions of the Contract, then this obligation shall be null and void; otherwise the Principal and the Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former. The Principal and the Surety shall be liable for a greater sum than the specified penalty of this Bond. Any suit under this Bond must be instituted before the expiration of six months from the date of this Bond.

In Witness Whereof, the Principal and the Surety have Signed and Sealed this Bond this day of 20__

Signed and Sealed ( (SEAL) In the presence of ( ( (SEAL) ( ( (SEAL) Endorsed by The Royal Architectural Institute of Canada The Association of Consulting Engineers of Canada The Canadian Construction Association The Engineering Institute of Canada The Specification Writers Association of Canada Approved by Insurance Bureau of Canada ___________________________________ Attorney-in-fact

Page 18: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CONSENT OF SURETY COMPANY We, the undersigned Surety Company, do hereby consent and agree to become bound as guarantor in a Performance Bond and Labour and Material Payment Bond each in the amount of fifty percent (50%) of the total tender for the fulfillment of the Contract, with as principal for the works specified in the Contract Documents entitled which Contract may be awarded within sixty (60) days from the closing date of tenders to at the price(s) set forth in the tender. The Bonds shall be issued in the form and manner specified within the Contract Documents. We hereby further declare that our Company is licensed to conduct business in the province or territory wherein the work is located and has a net worth greater than the amount of the required guarantee.

________________________________ Surety Company

________________________________ Signature for Surety Company

________________________________ Title

PLACE __________________________

DATE: __________________________

Page 19: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

______________________________________ Tender Form Page 1 of 9

TENDER FORM

CITY OF NANAIMO

TO: Manager of Purchasing and Stores City of Nanaimo

2020 Labieux Rd Nanaimo, BC V9T 6J9

To Whom It May Concern: The undersigned Tenderer, having carefully examined the Contract Documents and the locality of the proposed work, and having full knowledge of the work required and of the materials to be furnished and used, hereby agrees to provide all necessary materials, supervision, labour, and equipment and perform and complete all work and fulfill everything as set forth and in strict accordance with the Contract Documents and Addenda numbered *______ for the prices stated in the Schedule of Unit Prices and Approximate Quantities of the Tender Form. The under signed also agrees: 1. That the Owner is in no way obligated to accept this Tender. 2. That, should the Tender Form be improperly completed or be incomplete, the Owner shall have

the right to disqualify and/or reject this Tender. 3. That this Tender is made without knowledge of the Tender prices to be submitted for this work by

any other company, firm or person. 4. That this Tender is made without any connection or arrangement with any company, firm, or

person submitting a Tender for this work. 5. That this Tender is made without any undisclosed connection or arrangement with any other

company, firm, or person having an interest in this Tender or in the proposed Contract. 6. That this Tender is irrevocable for sixty (60) days after the closing date for receipt of Tenders, and

that the Owner may at any time within such period accept this Tender whether any other Tender has previously been awarded or not, and whether notice of Award of another Tender has been given or not.

Tenderer’s Initials _____________ ♦ To be Completed by the Tenderer

Page 20: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

______________________________________ Tender Form Page 2 of 9

TENDER FORM

7. To execute the Contract Agreement and deposit with the Owner a Performance Bond and Labour and Material Payment Bond as specified in Article 32 of the General Conditions of the Construction Contract and the insurance documents as specified in Article 52 of the General Conditions of the Contract within ten (10) days of the date of the Notice of Award of the Contract, such time limit being extended only on the written approval of the Owner.

8. To commence and proceed actively with the work within fourteen (14) days following receipt of

the Notice to Proceed, and to complete all work under the Contract within the time limit set out in Article 22 of the Instructions to Tenderers and subject to the provisions of Article 41 of the General Conditions of the Construction Contract - Extension of Contract Time.

9. That should the undersigned fail to complete the work in the time specified above he shall

compensate the Owner in accordance with Article 37 of the General Conditions of the Construction Contract.

10. To do all extra work not reasonably inferable from the Specifications or Drawings but called for in

writing by the Engineer and to accept as full compensation therefore, payment in accordance with the provisions of Article 39 of the General Conditions of the Construction Contract.

11. That it is understood the estimate of quantities shown in the Tender Form serves only to provide

a basis for comparing tenders, and that no representations have been made by either the owner or the Engineer that the actual quantities will approximately correspond therewith, and further, that the Owner has the right to increase or decrease the quantities in any or all items and to eliminate items entirely from the work.

12. That payment for the work done will be made on the basis of the quantities measured by the

Engineer and at the prices shown in the Tender Form which includes the cost of all pre-selected materials and equipment and which shall be compensation in full for the work done under the terms of the Contract.

Tenderer’s Initials _____________ ♦ To be Completed by the Tenderer

Page 21: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

______________________________________ Tender Form Page 3 of 9

TENDER FORM

ACKNOWLEDGEMENT TO RECEIPT OF ADDENDA

ADDENDUM No.

DATE RECEIVED

_________ _______________________________________

_________ _______________________________________

_________ _______________________________________

_________ _______________________________________

_________ _______________________________________

_________ _______________________________________

_________ _______________________________________

_________ _______________________________________

Bidder to acknowledge receipt of the addenda (if any) Tenderer’s Initials _____________ ♦ To be Completed by the Tenderer

Page 22: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

______________________________________ Tender Form Page 4 of 9

TENDER FORM The following tendered rates shall be in accordance with Article 40 of the General Conditions and will form the basis of payment for personnel force account work for this contract. List all occupations to be used on the project.

PERSONNEL

LIST OF OCCUPATIONS HOURLY RATE (incl. 20% markup)

O.T. HOURLY (incl. 20% markup)

SUPERINTENDENT FOREMAN OPERATOR PIPELAYER LABOURER FLAGGER

Tenderer’s Initials _____________

Page 23: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

______________________________________ Tender Form Page 5 of 9

TENDER FORM

TENDERER'S QUESTIONNAIRE We provide the following information in order that the Owner may judge our ability to fulfill the Contract requirements. 1. The size, model and make of the equipment which we will place on the project and use during the

course of the work is as follows:

EQUIPMENT YEAR SIZE MODEL MAKE

2. The average number of employees we will employ and maintain on the project is ______; of

which an average number of _________ will be from the Nanaimo area. 3. The name of the superintendent that we propose to place on the project and his previous

experience on this type of construction is as follows: Name: Qualifications:

Tenderer’s Initials _____________

Page 24: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

______________________________________ Tender Form Page 6 of 9

TENDER FORM

TENDERER'S QUESTIONNAIRE

Years with Company: ___________ Years of Experience: _____________

Description of projects completed by the above personnel:

4. I, the Tenderer, have read and understood this agreement and safework procedures relating to

this project. By signing this document, I am stating I have the necessary qualifications and accept the responsibilities as the Prime Contractor for this project as defined in the WorkSafeBC Occupational Health and Safety Regulations, Notice of projects, section 20.2, and Coordination of multiple employer workplaces, section 20.3; and in the Workers Compensation Act, Coordination at multiple-employer workplaces, sections 118, subsections (1) and (2).

I also acknowledge I understand the duties of the Owner as defined in the Workers

Compensation Act, General duties of owner, section 119.

(Name & Title) (Signature)

5. The Contractor and all Subcontractors must have a current City of Nanaimo Business Licence.

State Contractor’s Business Licence Number __________________. The Contractor’s business licence must be obtained before the contract is awarded. Subcontractors must obtain their business licence before their work commences.

Tenderer’s Initials _____________

Page 25: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

______________________________________ Tender Form Page 7 of 9

TENDER FORM

LIST OF SUBCONTRACTORS It is our intention that the following work will, subject to the Engineer's approval, be subcontracted to the firms indicated below. All other work will be performed by our forces, except as authorized in writing by the Engineer. NOTE: In accordance with the Instructions to Tender, list only one Subcontractor for each subtrade you propose to subcontract.

TRADE NAME & ADDRESS OF SUBCONTRACTOR

SURVEY

TRAFFIC CONTROL

BUILDING

ELECTRICAL / INSTRUMENTATION

CIVIL

MECHANICAL

Tenderer’s Initials _________________

Page 26: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

______________________________________ Tender Form Page 8 of 9

TENDER FORM

PROPOSED ALTERNATE MATERIALS We propose using the following materials as alternates to those specified and shown on the drawings. Should any of these proposed alternates be accepted, we will adjust our total Tender in accordance with the price variation shown below. These prices will represent the total cost difference to the Owner for supply and installation of the proposed alternate products in lieu of those specified.

PRODUCT BRAND NAME ITEM OF MANUFACTURER SUPPLIER PRICE VARIATION _______ _______________________ __________________ ____________________ _______ _______________________ __________________ ____________________ _______ _______________________ __________________ ____________________ _______ _______________________ __________________ ____________________ _______ _______________________ __________________ ____________________ _______ _______________________ __________________ ____________________ _______ _______________________ __________________ ____________________ _______ _______________________ __________________ ____________________ _______ _______________________ __________________ ____________________ _______ _______________________ __________________ ____________________ _______ _______________________ __________________ ____________________ _______ _______________________ __________________ ____________________ _______ _______________________ __________________ ____________________ _______ _______________________ __________________ ____________________ Tenderer’s Initials ________________

Page 27: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

______________________________________ Tender Form Page 9 of 9

TENDER FORM This Tender is executed at this _______ day of ___________, 2019. Name of firm: Address: City/Postal Code: Email Address:______________________________________ SIGNED AND DELIVERED BY Full Name of Company Authorized Signing Officer Signature Print Name Position/Title Authorized Signing Officer Signature Print Name Position/Title NOTE: If the Tender is by joint venture, add additional forms of execution for each member of the

Joint venture in the appropriate form or forms as above.

Page 28: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SCHEDULE OF QUANTITIES AND PRICES

TOWERS PUMP STATION

CONTRACT T-2338-2019

Item Description Est.Qty Units Unit Price Total

1.0 General Requirements

1.1 Location of Works - Project Layout (Article 7) (not

to exceed 5% of the total contract price) 1 Lump Sum

1.2 Mobilization and Demobilization (Section 3.77) 1 Lump Sum

1.3 Pre-Start-Up, Start-up, and Commissioning

(Section 3.78) 1 Lump Sum

1.4 Operation and Maintenance Manuals and Record

Drawings (Section 3.79) 1 Lump Sum

General Requirements Total

2.0 Civil / Site Work

2.1 Site/Building Rock Excavation 300 m3

2.2 Trench Rock Excavation 120 m3

2.3 General Site Excavation, Preparation, Backfilling, &

Grading (Section 4.76) 1 Lump Sum

2.4 Water Piping and Fittings Outside Building (Section

5.86) 1 Lump Sum

2.5 Site & Building Drainage (Section 7.90) 1 Lump Sum

Civil / Site Work Total

3.0 Division 3 - Concrete

3.1 Pump Station Footings, Foundation, & Slab 1 Lump Sum

3.2 Pump Base Supports, House Keeping Pads,

Generator Pad, & Partition Wall 1 Lump Sum

Civil / Site Work Total

4.0 Division 4 – Masonry

4.1 Reinforced Masonry Block Walls 1 Lump Sum

Division 4 Masonry Total

6.0 Division 6 – Carpentry

6.1 Roof Truss System 1 Lump Sum

Division 6 Carpentry Total

7.0 Division 7 – Insulation and Roofing

7.1 Building Thermal and Moisture Protection 1 Lump Sum

7.2 Metal Roofing 1 Lump Sum

7.3 Flashing, Trim, and Sealants 1 Lump Sum

7.4 Gutter & Down Spouts 1 Lump Sum

Division 7 Insulation and Roofing Total

8.0 Division 8 – Doors and Windows

8.1 Door incl. Frame & Hareware 1 Lump Sum

8.2 Lexan Partition Wall 1 Lump Sum

Division 8 Doors and Windows Total

Page 1 of 2 Tenderer's Initials _________

Page 29: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SCHEDULE OF QUANTITIES AND PRICES

TOWERS PUMP STATION

CONTRACT T-2338-2019

Item Description Est.Qty Units Unit Price Total

9.0 Division 9 – Finishes

9.1 Cement & Puck Boards 1 Lump Sum

9.2 Painting and coatings 1 Lump Sum

Division 9 Finishes Total

15.0 Division 15 – Mechanical

15.1 Process Mechanical: Pumps, Piping, Fittings,

Supports, and Valves Inside Building 1 Lump Sum

15.2 Building Mechanical: HVAC 1 Lump Sum

Division 15 Mechanical Total

16.0 Division 16 – Electrical and Controls

16.1 Electrical, Lighting and Fixtures 1 Lump Sum

16.2 Instrumentation & Controls. Programming to be

completed by the City 1 Lump Sum

16.3 Gas Service & Generator 1 Lump Sum

Division 16 Electrical and Controls Total

SUMMARY

GENERAL REQUIREMENTS

CIVIL / SITE WORK

DIVISION 3 - CONCRETE

DIVISION 4 - MASONRY

DIVISION 6 - CARPENTRY

DIVISION 7 - INSULATION AND ROOFING

DIVISION 8 - DOORS AND WINDOWS

DIVISION 9 - FINISHES

DIVISION 15 - MECHANICAL

DIVISION 16 - ELECTRICAL AND CONTROLS

TOTAL ALL SECTIONS

GST

TOTAL

Page 2 of 2 Tenderer's Initials _________

Page 30: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CONTRACT AGREEMENT THIS AGREEMENT made this ______ day of in the year 2019 by and between the City of Nanaimo, herein called the "Owner", and herein called the "Contractor". WITNESSETH: That the Contractor and the Owner undertake and agree as follows: ARTICLE 1.

The Contractor shall: (i) Provide all necessary materials, labour, supervision and equipment and perform all work,

and fulfill everything as set forth and in strict accordance with the Contract Documents and Addenda numbered ____ for the project, entitled, "Towers Pump Station T-2338-2019”

(ii) Commence and proceed actively with the work of the Contract within a period of fourteen (14) days of receipt of the Notice to Proceed and complete all work under this Contract by 31st day of December in the year of 2019, subject to the provisions herein for the extension of Contract time, and shall guarantee all materials furnished and work performed, for a period of one (1) year from the date of acceptance contained in the Notice of Acceptance.

ARTICLE 2. The Owner will pay to the Contractor as full compensation for the performance and fulfillment of this Contract, the sum or sums of money specified herein in the manner and at the times specified in the Contract Documents. ARTICLE 3. The Invitation to Tender, Instructions to Tenderers, executed Tender Form, Supplementary General Conditions, Specifications, Appendices, Drawings and all Addenda incorporated herein, are annexed hereto and form a part of this Agreement as fully to all intents and purposes as though recited in full herein, and the whole shall constitute the Contract between the parties, and it shall ensure to the benefit of and be binding upon them and their successors, executors, administrators, and assigns. ARTICLE 4. No implied contract of any kind whatsoever, by or on behalf of the Owner, shall arise or be implied from anything contained in this Contract or from any position or situation of the parties at any time, it being understood and agreed that the express contracts, covenants and agreements contained herein and make by the parties hereto are and shall be the only contracts, covenants and agreements on which any rights against the Owner may be founded. ARTICLE 5. Subject to Article 3, this Agreement shall supersede all communications, negotiations and agreements, either written or verbal, made between the parties hereto in respect of matters pertaining to this Agreement prior to the execution and delivery hereof. The terms and conditions of this Agreement shall remain in force and effect notwithstanding the completion of the work to be performed by the Contractor under the Agreement.

Page 31: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CONTRACT AGREEMENT ARTICLE 6. All Communications in writing between the parties or between them and the Engineer shall be deemed to have been received by the addressee if delivered to the individual, or to a member of the firm, or to any officer of the corporation for whom they are intended, or if sent by mail or hand delivery addressed as follows:

The Contractor at (Address)

The Owner at Engineering & Public Works Department, 2020 Labieux Road, Nanaimo, BC, V9T 6J9 (Address)

IN WITNESS WHEREOF the parties hereto have executed this Agreement the day and year above first written. For Contractor: Full Name of Company Authorized Signing Officer Signature Print Name Position/Title Authorized Signing Officer Signature Print Name Position/Title

Page 32: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CONTRACT AGREEMENT For Owner: CITY OF NANAIMO Full Name of Company Jane Rushton Authorized Signing Officer Signature Print Name Manager of Purchasing and Stores Position/Title Authorized Signing Officer Signature Print Name Position/Title NOTE: If the Tender is by a joint venture, add additional forms of execution for each member of the joint

venture in the appropriate form or forms as above.

Page 33: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

I

,J

Certificate of Insurance

Company Letterhead with address and contact information

Certificate Holder:

Name of Insured:

Certificate No. XXXXXXXX

RE:

The City of Nanaimo 2020 Labieux Road Nanaimo, BC V9T 6J9

Full Legal Name of Contractor

Full Contract/Tender Name

This certificate is issued as a matter of information only and confers no rights upon the certificate holder other than those provided in the policy. This certificate does not amend, extend or alter the coverage afforded by the policies listed herein.

This is to certify that the policies of insurance listed below have been issued to the insured named above for the policy period indicated, notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain. The insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. Limits shown may have been reduced by paid claims/expenses.

"" "' ""' ;1 'i"""'!,f 1,1· "' ;111''",;,,"II'"' ;1111::: !Ill ""' Schedule of lnsurance(s)

Type of Insurance Insuring Company and

Policy Dates Limit of Liability/Amount of Coverage Policy Number

General Liability Bodily Injury and Property Damage including Non-Owned

DateTo

Date$5,000,000.00 Inclusive

Auto Liability, Cross

Underwriters Policy No. XXXXXXXX

$5,000,000.00 Aggregate with respect to Liability Products/Completed Operations

Contractors' Equipment As on file with Insurer - Limit of Liability Insurance Company Policy No. XXXXXX

DateTo

Date

Builder's Risk/ Installation Floater,

Insurance Company Policy No. XXXXXX

DateTo

DateIncluding Flood &

$Tender Bid Amount Site $50,000.00 Transit $50,000.00 Other Locations

Earthquake

fl " ' I'

Terms and Conditions ''"

With reference to General Liability above, it is hereby understood and agreed that THE CERTIFICATE HOLDER is added as Additional lnsured(s) but only with respect to liability arising out of the operations of the Named Insured.

With reference to the policies above, Waiver of Subrogation is granted in favour of THE CITY OF NANAIMO OR ANY OF THEIR

PARENT, SUBSIDIARY, OR AFFILIATED COMPANIES OR CORPORATIONS OR ANY EMPLOYEE THEREOF, but only with respect to liability arising out of the operations of the Named Insured.

With reference to the policies above, the Insurer will endeavour to provide the Holder of this Certificate with 30 days written notice of cancellation, but failure to provide such notice to the Certificate Holder shall impose no obligation or liability of any kind upon the Insurer, its Agent or Representatives.

These statements have been made in good faith and are a summary of the insurance cover in force (which is subject to the full terms and conditions of the policy). We accept no responsibility whatsoever for any inadvertent or negligent act, error or omission on our part in preparing these statements or for any loss, damage or expense thereby occasioned to any recipient of this certificate.

Company Name

Date: Date of Issue Per:

Signature

SAMPLE ONLY

Page 34: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

PERFORMANCE BOND

No. $

Know All Men by These Presents That as Principal

hereinafter called the Principal, and a corporation created and existing under the laws of , and duly authorized to transact the business of Suretyship in , as Surety, hereinafter called the Surety, are held and firmly bound unto

as Obligee, hereinafter called the Obligee, in the amount of

Dollars, ($ ) lawful money of Canada, for the payment of which sum, well and truly to be made, the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents

Whereas, the Principal has submitted a written tender to the Obligee, dated the day of 20__ , for in accordance with the Specifications and Drawings submitted therefor which contract, Specifications and Drawings, are by reference made part hereof and are hereinafter referred to as the Contract.

Now, Therefore, the Condition of This Obligation is such that if the Principal shall promptly and faithfully perform the Contract then this obligation shall be null and void; otherwise it shall remain in full force and effect. Whenever the Principal shall be, and declared by the Obligee to be, in default under the Contract, the Obligee having performed the Obligee's obligations thereunder, the Surety may promptly remedy the default, or shall promptly (1) complete the Contract in accordance with its terms and conditions or (2) obtain a bid or bids for submission to the Obligee for completing the Contract in accordance with its terms and conditions, and

upon determination by the Obligee and the Surety of the lowest responsible bidder, arrange for a contract between such bidder and the Obligee and make available as work progresses (even though there should be a default, or a succession of defaults, under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract price," as used in this paragraph, shall mean the total amount payable by the Obligee to the Principal under the Contract, less the amount properly paid by the Obligee to the Principal.

Any suit under this Bond must be instituted before the expiration of two (2) years from the date on which final payment under the Contract falls due. The Surety shall not be liable for a greater sum than the specified penalty of this Bond. No right of action shall accrue on this Bond, to or for the use of, any person or cooperation other than the Obligee named herein, or the heirs, executors, administrators or successors of the Obligee. In Witness Whereof, the Principal and the Surety have Signed and Sealed this Bond this day of 20__

Signed and Sealed ( (SEAL) In the presence of ( ( (SEAL) Endorsed by Insurance Bureau of Canada The Royal Architectural Institute of Canada The Association of Consulting Engineers of Canada The Engineering Institute of Canada The Specification Writers Association of Canada Approved by Insurance Bureau of Canada ___________________________________ Attorney-in-fact Approved by Canadian Construction Association, 1972

Page 35: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

LABOUR AND MATERIAL PAYMENT BOND

(Trustee Form)

No. $ NOTE: This Bond is issued simultaneously with another Bond in favour of the Obligee conditioned by the full and faithful

performance of the Contract.

Know All Men by These Presents That as Principal

hereinafter called the Principal, and a corporation created and existing under the laws of , and duly authorized to transact the business of Suretyship in , as Surety, hereinafter called the Surety, are held and firmly bound unto

as Trustee, hereinafter called the Obligee, for the use and benefit of the Claimants, their and each of their heirs, executors, administrators, successors and assigns in the amount of ($ )of lawful money of Canada for the payment of which sum well and truly to be made the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

Whereas, the Principal has entered into a written contract with the Obligee, dated the day of 20__ , for which contract, Specifications & Drawings are by reference made a part hereof, and is hereinafter referred to as the Contract.

No, Therefore, the Condition of This Obligation is such that if the Principal shall make payment to all Claimants for all labour and material used or reasonably required for use in the performance of the Contract then this obligation shall be null and void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: (1) A Claimant for the purpose of this Bond is defined as one having a direct contract with the Principal for labour,

material, or both, used or reasonably required for use in the performance of the Contract, labour and material being construed to include that part of water, gas power, light, heat, oil, gasoline, telephone service or rental equipment directly applicable to the Contract provided that a person, firm or cooperation who rents equipment to the Principal to be used in the performance of the Contract under a contract which provides that all or any part of the rent is to be applied towards the purchase price thereof, shall only be a Claimant to the extent of the prevailing industrial rental value of such equipment for the period during which the equipment was used in the performance of the Contract. The prevailing industrial rental value of equipment shall be determined, insofar as it is practical to do so, in accordance with and in the manner provided for in the latest revised edition of the publication of the Canadian Construction Association titled "Rental Rates on Contractors' Equipment" published prior to the period during which the equipment was used in the performance of the Contract.

(2) The Principal, and the Surety hereby jointly and severally agree with the Obligee, as Trustee, that every Claimant who

has not been paid as provided for under the terms of his contract with the Principal, before the expiration of a period of ninety (90) days after the date on which the last of such Claimant's work or labour was done or performed or materials were furnished by such Claimant, may as a beneficiary of the trust herein provided for, sue on this Bond, prosecute the suit to final judgment for such sum or sums as may be justly due to such Claimant under the terms of his contract with the Principal and have execution thereon. Provided, that the Obligee is not obliged to do or take any act, action or proceeding against the Surety on behalf of the Claimants, or any of them, to enforce the provisions of this Bond. If any act, action or proceeding is taken either in the name of the Obligee or by joining the Obligee as a party to such proceeding, then such act, action or proceeding shall be taken on the understanding and basis that the Claimants, or any of them, who take such act, action or proceeding shall indemnify and save harmless the Obligee against all costs, charges and expenses or liabilities incurred thereon and any loss or damage resulting to the Obligee by reason thereof. Provided still further that, subject to the foregoing terms and conditions, the Claimants, or any of them, may use the name of the Obligee to sue on and enforce the provisions of this Bond.

Page 36: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

(3) No suit or action shall be commenced hereunder by any Claimant: (a) unless such Claimant shall have given written notice within the time limits hereinafter set forth to each of the

Principal, the Surety and the Obligee, stating with substantial accuracy the amount claimed. Such notice shall be served by mailing the same by registered mail to the Principal, the Surety and the Obligee, at any place where an office is regularly maintained for the transaction of business by such person or served in any manner in which legal process may be served in the Province or other part of Canada in which the subject matter of the Contract is located. Such notice shall be given

(1) in respect of any claim for the amount or any portion thereof required to be held back from the Claimant by

the Principal, under either the terms of the Claimant's contract with the Principal, or under the Mechanics' Liens Legislation applicable to the Claimant's contract with the Principal, whichever is the greater, within one hundred and twenty (120) days after such Claimant should have been paid in full under the Claimant's contract with the Principal;

(2) in respect of any claim other than for the holdback, or portion thereof, referred to above, within one hundred

and twenty (120) days after the date upon which such Claimant did, or performed, the last of the work or labour or furnished the last of the materials for which such claim is made, under the Claimant's contract with the Principal;

(b) after the expiration of one (1) year following the date on which Principal ceased work on the Contract, including

work performed under the guarantee provided in the Contract; (c) other than in a court of competent jurisdiction in the Province or District of Canada in which the subject matter of

the Contract, or any part thereof, is situated and not elsewhere, and the parties hereto agree to submit to the jurisdiction of such court.

(4) The Surety agrees not to take advantage of Article 1959 of the Civil Code of the Province of Quebec in the event that,

by an act or an omission of a Claimant, the Surety can no longer be subrogated in the rights, hypothecs and privileges of said Claimant.

(5) The amount of this Bond shall be reduced by, and to the extent of any payment or payments made in good faith, and

in accordance with the provisions hereof, inclusive of the payment by the Surety of Mechanics' Liens which may be filed of record against the subject matter of the Contract, whether or not claim for the amount of such lien be presented under and against this Bond.

(6) The Surety shall be liable for a greater sum than the specified penalty of this Bond.

In Witness Whereof, the Principal and the Surety have Signed and Sealed this Bond this day of 20__

Signed and Sealed ( (SEAL) In the presence of ( ( (SEAL) Endorsed by The Royal Architectural Institute of Canada The Association of Consulting Engineers of Canada The Canadian Construction Association The Engineering Institute of Canada The Specification Writers Association of Canada Approved by Insurance Bureau of Canada ___________________________________ Attorney-in-fact

Page 37: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager
Page 38: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

City of Nanaimo Engineering & Public Works Department 2020 Labieux Rd Nanaimo, B.C. V9T 6J9 Attention: Mike Squire, Manager of Water Resources RE: TOWERS PUMP STATION, T-2338-2019 Please find attached our Final Invoice No. __________ for the sum of $ ____________ as being the full and final amount accruing to the undersigned by virtue of the said contract; said amount also covering full payment for the cost of all extra work and material furnished by the undersigned in the fulfillment of said work, and all incidentals thereto; and the undersigned hereby releases the said corporation from all claims whatsoever growing out of said contract. And these presents are to certify that all persons doing work upon or furnishing materials for said work under the foregoing contract have been paid in full. COMPANY NAME: ADDRESS: AUTHORIZED SIGNATORY: POSITION: DATED: cc: Poul Rosen, Senior Manager of Engineering Phil Stewart, Engineering Projects Manager

Page 39: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

STATUTORY DECLARATION

TO BE MADE BY CONTRACTOR TO EFFECT RELEASE OF THE HOLDBACK ACCOUNT

Province of British Columbia, Canada In the matter of contract entered into with ________________________________________________________, Owner by _________________________________________________________________________________________, Contractor At Project _________________________________________________________Contract No. ______________________ TO WIT: I, ______________________________________ of the _______________________ of __________________________ in the Province of ______________________________________________ do solemnly declare: - 1. That I am __________________________________________ of ______________________________________

(President, Vice-President, Secretary, Treasure, a Partner)

the Contractor named in the contract above mentioned and as such have personal knowledge of the facts hereunder declared:

2. That all subcontractors, labour, and accounts for materials and equipment whatsoever entering into the construction of

the project built under the said contract have been duly paid except for holdbacks on subcontracts which amount in total in all subcontracts to ____________________________________________ ($ _________________________);

3. That all assessment and levies under the Unemployment Insurance Acts, the Workers’ Compensation Acts or other

social or labour legislation in respect of the said contract have been duly paid: 4. That the following is a list of subcontractors who have been employed under the said 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 the ________________________________________ of __________________________

in the ____________________________________________ of ___________________________________ this _____________________________ day of 2 ____________. SIGNED: ____________________________________________________________ A Commissioner for Oaths, Notary Public, Justice of the Peace

Note 1. Where the Contractor is a corporation or a partnership, declarant’s position in the corporation partnership, and

the corporation or partnership name should be clearly shown in No. 1. Where the Contractor is the person who makes the Declaration, strike out “of” in the first line of No. 1.

Note 2. Where the Contractor is an individual, they must make the Declaration themselves. Where the Contractor is a

partnership the declaration must be made by one of the partners. Where the Contractor is an incorporated company, the declaration must be made by the President, Vice-President, Secretary, Treasurer or Director. If any other person makes this Declaration two copies of the bylaw issued under the Corporation seal, authorizing the individual to execute documents, must be submitted with the first declaration on each contract.

Page 40: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 1 – SUPPLEMENTAL SPECIFICATIONS

________________________________________ Section 1 – Supplemental Specifications

Page 1 - 1 Dated February 2019

STANDARD SPECIFICATIONS SECTION NO.

Scope 1.00 As-Built Drawing Submissions 1.01 Water Supply System 5.64 Measurement of Payment Division 1 General Specifications Division 1 Division 3 Concrete Division 3 Division 4 Masonry Division 4 Division 5 Metals Division 5 Division 6 Carpentry Division 6 Division 7 Insulation and Roofing Division 7 Division 8 Doors and Hareware Division 8 Division 9 Painting Division 9 Division 15 Mechanical Division 15 Division 16 Electrical Division 16

Page 41: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 1 – SUPPLEMENTAL SPECIFICATIONS

________________________________________ Section 1 – Supplemental Specifications

Page 1 - 2 Dated February 2019

1.00 SCOPE .1 In case of inconsistency or conflict, these Supplemental Specifications supersedes the

General Conditions, General Requirements, Specifications, Drawings, and all other Tender and Contract documents.

1.01 AS-BUILT SUBMISSIONS

.1 Drawings shall include all information as specified elsewhere for the construction drawings, but shall be corrected upon completion of construction to note all works removed or abandoned during construction. This information shall be retained in a digital point file.

.2 All dimensions, elevations and inverts shown shall reflect the As-Built conditions of the construction and all references to “Proposed” shall be removed. As-Built drawings shall be to scale in accordance with the As-Built dimensions shown. The Revision Table shall be completed indicating the drawings are As-Built. All changes and notes marked in “red ink” on the IFC drawings.

.3 All As-Built features shall be surveyed and survey points recorded in a digital point file with all

changes marked on the IFC drawings in red ink. The As-Built drawing shall reflect the true elevation and location of all constructed features, in both the plan and profile views.

All As-Built drawings shall also include the following information:

(a) The location and elevation of all existing utilities and services encountered in the

construction operation, (b) The location and invert elevation at property line of all individual service

connections, and the wye chainage, at the main for all constructed and existing works,

(c) A note on each drawing describing the type of trench material (sand, gravel, clay, hard pan, etc.) encountered during construction and the location and profile of all rock.

(d) A detail for each tie in point to existing utilities and locations where restrainers are required.

5.0 WATER DISTRIBUTION SYSTEM SPECIFICATIONS ADD SECTION: 5.64 WATER SUPPLY SYSTEM 1.0 GENERAL

1.1 SCOPE

.1 This section refers to pressure pipe, valves and fittings for water supply piping, and pipe, valves, and fittings outside the building.

.2 Trench excavation, and backfill above the pipe zone shall be as specified in Section 4 –

Trench Excavation, Bedding, and Backfill. .4 Pressure and Leakage Testing, Flushing, Chlorination, and Bacterial Sampling shall be as

specified in Section 5 – Water Distribution System Installation .5 Welding shall be as specified in Division 5, Section 05090 – Field Welding

Page 42: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 1 – SUPPLEMENTAL SPECIFICATIONS

________________________________________ Section 1 – Supplemental Specifications

Page 1 - 3 Dated February 2019

.6 Piping and Valves inside the building shall be as specified in Division 15, Section 15040 – Piping and Valves in Building

1.2 APPROVED PRODUCTS

.1 Unless noted otherwise in this specification the approved products are to be as per the City of Nanaimo Approved Product List dated November 2016. Product substitution is subject to the City Engineer’s approval.

1.3 PRESSURES

.1 The maximum working pressure in the suction piping is approximately 157 kPa (23 psi). The test pressure will be 1,034 kPa (150 psi).

.2 The maximum working pressure in the discharge piping is approximately 414 kPa (60 psi).

The test pressure will be 1,034 kPa (150 psi). 2.0 MATERIALS 2.1 MATERIALS TESTING

.1 The Owner may retain the services of an independent testing company to provide test reports on pipe and fittings in accordance with the applicable standard specifications.

.2 Test specimens may be selected by the Engineer either at the place of manufacture or at the

job site and shall be delivered to the testing laboratory by the Contractor. The number of pipe specimens to be tested shall not normally exceed 0.5% of the number of pieces to be installed on the job. However, where initial testing indicates inadequacies in the pipe, additional testing may be required.

.3 The entire costs of such initial testing, including materials and transportation costs, will be

paid by the Owner. Any costs incurred for extra testing requested by the Contractor, or resulting from unsatisfactory initial test results, shall be charged to the Contractor.

2.2 PIPE AND JOINTS

.1 Piping shall be sized as shown on the drawings, and shall be AWWA and CSA approved. The supplier shall, if requested by the Engineer, submit an affidavit of compliance with the standard specifications and supplementary date.

.2 PVC pipe shall conform to AWWA C900, be certified to CSA B137.3 and be Class 150 (DR

18) for sizes 100 to 300 mm. Joints shall have an integrally thickened bell and spigot type conforming to ASTM D3139 with a single elastomeric gasket to ASTM F477. Pipe shall be coloured blue.

.3 Ductile Iron Pipe shall conform to AWWA C-151 and be cement-lined conforming to AWWA

C-104. The pipe shall be suitable for a minimum of 1,379 kPa (200 psi) working pressure and shall have the pipe class shown on the drawings. Joints shall be a restrained push-on type conforming to AWWA C111 or shall be a rubber gasket, bell and spigot, flexible restrained Tyton joint, or as approved. Restrained joint fittings and restraining components shall be ductile iron in accordance with applicable requirements of AWWA C110 and/or AWWA C153 with the exception of the manufacturer’s proprietary design dimensions. Approved flexible restrained joint pipe and fittings are Canada Pipe’s Thrust-Lock restrained joints and US Pipe’s TR Flex pipe and fittings.

.4 Stainless Steel Pipe shall conform to AWWA C220 and ASTM A778. Stainless Steel Pipe

diameter shall be Type 304L Schedule 10. Stainless Steel Pipe shall be supplied with ends prepared for butt welding. All welding of austenitic stainless steel shall be done using the Gas Tungsten-Arc Welding (GTAW) process with shielding gas protection on the backside of

Page 43: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 1 – SUPPLEMENTAL SPECIFICATIONS

________________________________________ Section 1 – Supplemental Specifications

Page 1 - 4 Dated February 2019

the weld. The Shield Metal Arc Welding (SMAW) process may only be used in situations where the Engineer determines it is not possible to use the GTAW process. All stainless steel welds shall be pickled and passivated in accordance with AWWA C220 and ASTM A380. All scale, oxides, and discoloration found on the stainless steel piping shall also be pickled and passivated.

2.3 FITTINGS

.1 Ductile iron fittings shall conform to AWWA C110 or AWWA C153 and shall be designed for a working pressure of 1,724 kPa (250 psi). Ductile iron fittings shall have a petroleum based asphaltic internal and exterior coating conforming to AWWA C110. Cast iron fittings are not approved.

.2 Stainless Steel specials and fittings shall be designed to have the same strength as the

piping. Reinforcing collars, or wrappers, shall be provided where required to accommodate the water system operating pressures (Minimum 150 psi). The minimum wall thickness of fittings shall be Type 304L Sch 10. Design standard shall be to ATSM A774 and ANSI B16.9 – B16.28. Where requested by the Engineer, the Contractor shall submit shop drawings of fabricated steel fittings.

.3 Joints between fittings and pipes shall be formed by a bell and preformed rubber gasket

suitable for the pipe to which the joint is made, or as approved by the Engineer. 2.4 FLANGES, GASKETS, BOLTS, AND TIE-RODS.

.1 Flanges Stainless Steel Flanges shall be type 304L to AWWA C228 Class SD, as specified on the

drawings. Flanges shall conform in dimensions and drilling to ANSI B16.5 or ANSI B16.1, unless otherwise specified. Flanges shall be machined true and square for the connection to valves or other piece of equipment. Stainless steel flanges connecting to ductile iron flanges shall be flat faced.

.2 Gaskets Flange gaskets for flat face flanges shall be full face type, manufactured from red rubber

Garlock 22 or approved equal and shall conform to the requirements listed in AWWA C110, C115, or C153 designed for a working pressure of 150 psi. Gaskets shall be 3.18 mm (1/8 inch) thick.

.3 Bolts

a) Stainless steel bolts shall be in accordance with ASTM F593 AISI 304 and have hexagonal heads in accordance with ASME B18.2.1. Stainless steel nuts shall be in accordance with ASTM F594 and have hexagonal heads in accordance with ASME B18.2.2. Stainless steel washers shall be used on all stainless steel bolt heads and nuts. Bolt sizes shall be to AWWA C110. Bolt length shall be such that, after the joints are made up, bolts shall protrude through the nut, but not more than 12mm.

b) Carbon steel bolts to ASTM A449 or ASTM A325 or J429 Grade 5 Type K heavy hex finish

and nuts to ASTM A563. Bolt sizes shall be to AWWA C110. Bolt length shall be such that, after the joints are made up, bolts shall protrude through the nut, but not more than 12mm. Bolts and nuts shall be cadmium-plated in accordance with ASTM B776, Class 5.

c) All nuts shall be tightened using a lubricant to prevent galling. Approved products are Copper Coat NV-21, Never Seez NSBT-16, and Anti Seez NSBT-8.

.4 Tie Rods

Page 44: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 1 – SUPPLEMENTAL SPECIFICATIONS

________________________________________ Section 1 – Supplemental Specifications

Page 1 - 5 Dated February 2019

Stainless steel rods shall be strain hardened to ASTM F593, Group 1 and shall be continuously threaded, quenched and tempered alloyed steel to ASTM A354, with a minimum yield strength of 752 MPa (109,000 psi) and be fabricated in accordance with ASME B1.1 for screw threads, coarse thread series.

2.5 COUPLINGS

.1 Couplings for underground installation shall be two bolt style suitable for a working pressure of 150 psi. Internal lining and exterior coating of couplings shall be fusion bonded epoxy in accordance with AWWA C-213. Bolts and nuts shall be stainless steel.

2.6 GATE VALVES

.1 Gate valves shall be resilient seat valves conforming to AWWA C509 and shall be UL listed and FM approved. Valves shall be non-rising stem, open left (counter-clockwise) and have a 50 mm square operating nut.

.2 The wedge shall be cast or ductile iron, fully encapsulated with rubber. Stems and stem

nuts shall be bronze or stainless steel and shall be o-ring seal type with two rings located above the thrust collar. There shall be two low torque thrust washers located above and below the stem collar.

.3 The body and bonnet shall be coated with fusion bond epoxy inside and outside. Each

valve shall have the manufacturer’s name, pressure rating and year of manufacture cast in the body. Extension spindles, complete with rock disc, shall be used where valve bury is deeper than 1.2 metres. Thrust blocking shall be provided on all valves.

2.7 VALVE BOXES

.1 Valves boxes shall be a 2-section, adjustable, telescoping type with the top section of cast iron and a cast iron lid. The box section shall have a minimum inside diameter of 150 mm. The length shall be suitable for the required depth of bury of the valve.

.2 Extension operating spindles shall be complete with a rock disc, and top operating nut located within 500 mm of the surface.

2.8 RESTRAINT DEVICES

.1 Restraints for underground installation of fittings shall be suitable for use on Ductile Iron (DI) or PVC watermain.

2.9 SERVICE SADDLE

.1 Pipe saddles shall be double strap style, to suit the type and outside diameter and material of the pipe on which they are installed.

2.10 CORPORATION STOP

.1 Corporation stops shall be taper thread by compression coupling.

2.11 CONCRETE .1 Concrete for thrust blocking shall develop a compressive strength of not less than 20 MPa

in 24 hours when using high early-strength-cement, and in 7 days when using normal Portland cement.

Page 45: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 1 – SUPPLEMENTAL SPECIFICATIONS

________________________________________ Section 1 – Supplemental Specifications

Page 1 - 6 Dated February 2019

3.0 WORKMANSHIP

3.1 PIPE CUTTING

.1 Pipe cutting shall be done in the manner recommended by the pipe manufacturer employing tools designed for this purpose.

3.2 PIPE INSTALLATION

.1 Pipe installation shall be in accordance with AWWA C605 for PVC pipe, AWWA C600 for ductile iron pipe and AWWA M11 for steel pipe, except where otherwise varied by this specification.

.2 Pipe shall be checked before being lowered into the trench to ensure that no foreign

material, manufacturer's defects, or cracks exist that might prevent the proper jointing of the pipe or its operation. Pipe and fittings shall be carefully lowered into the trench by means of derricks, ropes, or other approved tools or equipment in a manner that will prevent damage to the pipe and injury of workmen.

.3 The Engineer will measure the spigot end of any ductile iron pipe which appears to be out-

of-round, and reject any pipe where the out-of-roundness exceeds 6% of the diameter. If the pipe is out-of-round by less than 6% the Contractor will be permitted, at his own expense, to restore the roundness before making the joint. The method used for restoring the roundness shall be in accordance with the pipe manufacturer’s recommendations and to the Engineer’s satisfaction. This clause will apply to both factory supplied spigot ends, and spigot ends resulting from field cutting of pipes.

.4 Pipe shall be jointed in strict accordance with the manufacturer's recommended practice.

The open end of the pipe in the trench shall be suitably covered to prevent entrance of trench water and other material during periods when pipe is not being installed.

.5 Precaution shall be taken to ensure that displacement of the pipe in the trench does not

occur through soil displacement or flotation due to the presence of trench water. Pipe that has been displaced shall be removed from the trench and re-laid.

.6 Fittings shall be supported adequately on bedding material so as to reduce the

transmission of any undesirable load or stress on the adjoining pipe. .7 All piping shall be supported after alignment and before tightening joints. Pipes shall not be

move after tightening joints. .8 With the exception of stainless steel, all buried bolts, nuts, flanges, tie rods, and irregular

surfaces shall be coated by the Contractor in accordance with AWWA Standard C.217 "Cold-Applied Petrolatum Tape and Petroleum Wax Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Buried Steel Water Pipelines".

3.3 RESTRAINT DEVICES

.1 Restraints shall be installed in strict accordance with the manufacturer’s recommended practice at the locations shown on the drawings or as directed by the Engineer.

3.4 JOINTS AT RIGID STRUCTURES

.1 A flexible joint shall be provided at locations where the pipe is held in fixed position by a rigid support or structure. The distance from the support or structure shall depend on the diameter and type of pipe being installed and shall be in accordance with the pipe manufacturer's recommended practice. The purpose of the flexible joint is to prevent pipe failure due to uneven support under the pipe.

Page 46: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 1 – SUPPLEMENTAL SPECIFICATIONS

________________________________________ Section 1 – Supplemental Specifications

Page 1 - 7 Dated February 2019

3.5 CONNECTION TO EXISTING PIPING .1 Connection shall be made to existing piping at the location shown on the drawings. Caution

shall be exercised in uncovering existing pipe to ensure that no damage occurs. .2 The Contractor shall notify the City of Nanaimo at least 2 weeks prior to making watermain

tie-in connections and shall fully co-ordinate all activities. 3.6 THRUST BLOCKING

.1 Concrete thrust blocking shall be provided where shown on the drawings. .2 The concrete thrust block shall be placed between undisturbed soil and the fitting. The

area of the thrust block which is in contact with undisturbed soil shall not be less than that shown on the drawings.

.3 Care shall be taken to ensure that concrete for thrust blocking does not interfere with the

operation of flange bolts and nuts.

3.7 VALVES .1 Valves shall be installed in accordance with the manufacturer’s recommendations. The

operating stems shall be vertical, unless otherwise shown on the drawings, and shall have additional supports where necessary.

3.8 VALVE BOXES

.1 Each valve shall be provided with a valve box, which shall be installed plumb and centred over the key nut of the valve. The valve box shall be set such that traffic loads are not transmitted to the valve. Valve box covers shall be set flush with the existing road surface, or as otherwise designated by the Engineer. Valve boxes shall provide for adjustment of the cover to 150 mm higher or 150 mm lower than the installed level for future adjustment of the road or ground surface. The box shall be supported in place by timber to prevent displacement on settlement of backfill. Backfill around the box shall be compacted to prevent excess settlement and displacement by traffic.

Page 47: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 1 – SUPPLEMENTAL SPECIFICATIONS

________________________________________ Section 1 – Supplemental Specifications

Page 1 - 8 Dated February 2019

3.0 GENERAL REQUIREMENTS, MEASUREMENT AND PAYMENT ADD SECTION: 3.77 MOBILIZATION AND DEMOBILIZATION

Payment for mobilization and demobilization will be made at the lump sum price shown in the Tender Form. This price shall include all costs associated with mobilizing, setup, final site cleaning (including interior disinfecting), and demobilizing of the Contractor’s equipment, site facilities, services, and all work incidental thereto.

ADD SECTION: 3.78 PRE-START-UP, START-UP, AND COMMISSIONING

Payment for testing and commissioning will be made at the lump sum price shown in the Tender Form. This price shall include labour, materials, and equipment required to complete pre-start-up, start-up, and commissioning of the pump station and associated services as detailed in Division 1, Section 01751. This shall also include all costs with having the electrical sub-contractor onsite for the process.

ADD SECTION: 3.79 OPERATION AND MAINTENANCE MANUALS AND RECORD DRAWINGS

Payment for submitting operation and maintenance manuals and record drawings will be made at the lump sum price shown in the Tender Form. This price shall include labour, materials, and equipment required to complete the work as detailed in Division 1, Sections 01783 and 01789 and Section 1.01 As-built Submissions.

4.0 TRENCH EXCAVATION, BEDDING, AND BACKFILL, MEASUREMENT AND PAYMENT

ADD SECTION: 4.76 GENERAL SITE EXCAVATION, PREPARATION, BACKFILLING, & GRADING

Payment for the general site excavation, preparation, backfilling, and grading will be made at the lump sum price shown in the Tender Form. This price shall include labour, materials, and equipment required to complete site clearing and grubbing, excavation, dewatering, building preparation, supplying, loading, hauling, backfilling and placement of imported granular fill, bedding, subbase and base materials, compaction, disposal of unsuitable materials, site grading, and all work incidental thereto for the installation of the building, site access road, and piping works.

5.0 WATER DISTRIBUTION SYSTEM, MEASUREMENT AND PAYMENT ADD SECTION: 5.86 WATER PIPING & FITTINGS OUTSIDE THE BUILDING

Payment for water piping and fittings outside the building will be made at the lump sum price shown in the Tender Form. This price shall include labour, materials, and equipment required to install all the water works as shown on the drawings and specifications including the level transmitter piping, anchor and power pole supports. This shall also include testing, disinfecting, connecting to existing mains and building, removing and disposing existing water system, and all work incidental thereto.

7.0 STORM SEWER SYSTEM, MEASUREMENT AND PAYMENT

ADD SECTION: 7.90 SITE AND BUILDING DRAINAGE

Payment for site and building drainage will be made at the lump sum price shown in the Tender Form. This price shall include labour, materials, and equipment required to install

Page 48: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 1 – SUPPLEMENTAL SPECIFICATIONS

________________________________________ Section 1 – Supplemental Specifications

Page 1 - 9 Dated February 2019

all building and site drainage works including perimeter drain piping, floor drain grates, storm piping, fittings, manhole, catch basins, caps, headwall, riprap, connections to existing system, anchor and power pole supports, disposal of existing drainage system, CCTV, and all work incidental thereto.

DIVISION 3.0 CONCRETE, MEASUREMENT AND PAYMENT PUMP STATION FOOTINGS, FOUNDATION, & SLAB

Payment for pump station footings, foundation, and slab will be made at the lump sum price shown in the Tender Form. This price shall include labour, materials, and equipment required to install building footings, foundation, and slab as shown on the drawings and specifications including dewatering, bypassing, and all work incidental thereto.

PUMP BASE SUPPORTS, HOUSE KEEPING PADS, GENERATOR PAD, & PARTITION WALL Payment for pump base supports, house keeping pads, generator pad, and partition wall will be made at the lump sum price shown in the Tender Form. This price shall include labour, materials, and equipment required to install concrete pads and partition wall including all the structural steel members to secure the electrical, mechanical, and lexan wall components in place and all work incidental thereto.

DIVISION 4.0 MASONARY, MEASUREMENT AND PAYMENT REINFORCED MASONRY BLOCK WALLS

Payment for reinforced masonry block wall will be made at the lump sum price shown in the Tender Form. This price shall include labour, materials, and equipment required to install building reinforced masonry block walls including all the structural steel reinforcement, plates and bolts to tie to the foundation and roof as shown on the drawings and specifications and all work incidental thereto.

DIVISION 6.0 CARPENTRY, MEASUREMENT AND PAYMENT ROOF TRUSS SYSTEM

Payment for roof truss system will be made at the lump sum price shown in the Tender Form. This price shall include labour, materials, and equipment required to install wooden roof trusses and connections to building walls as shown on the drawings and specifications and all work incidental thereto.

DIVISION 7.0 INSULATION AND ROOFING, MEASUREMENT AND PAYMENT BUILDING THERMAL AND MOISTURE PROTECTION

Payment for building thermal and moisture protection will be made at the lump sum price shown in the Tender Form. This price shall include labour, materials, and equipment required to install roof, walls, and foundation thermal and moisture protection including wood studs, and plywood sheathings as shown on the drawings and specifications and all work incidental thereto.

METAL ROOFING

Payment for metal roofing will be made at the lump sum price shown in the Tender Form. This price shall include labour, materials, and equipment required to install building metal roofing and snow guards as shown on the drawings and specifications and all work incidental thereto.

Page 49: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 1 – SUPPLEMENTAL SPECIFICATIONS

________________________________________ Section 1 – Supplemental Specifications

Page 1 - 10 Dated February 2019

FLASHING, TRIM, AND SEALANTS Payment for flashing, trim, and sealants will be made at the lump sum price shown in the Tender Form. This price shall include labour, materials, and equipment required to install building flashing, trim, and sealant as shown on the drawings and specifications including around all openings and all work incidental thereto.

GUTTERS AND DOWN SPOUTS

Payment for gutters and down spouts will be made at the lump sum price shown in the Tender Form. This price shall include labour, materials, and equipment required to install building roof vented system (plastic fabricated vent strips), gutters, down spouts, and connections to the perimeter drain system as shown on the drawings and specifications and all work incidental thereto.

DIVISION 8.0 DOORS AND WINDOWS, MEASUREMENT AND PAYMENT DOOR, FRAME, AND HARDWARE

Payment for door, frame, and hardware will be made at the lump sum price shown in the Tender Form. This price shall include labour, materials, and equipment required to install building door including frame and hardware as shown on the drawings and specifications and all work incidental thereto.

LEXAN PARTITION WALL Payment for lexan wall will be made at the lump sum price shown in the Tender Form. This price shall include labour, materials, and equipment required to install lexan wall as provided below and shown on the drawings and specifications and all work incidental thereto. Approximately 3.5m of 10mm clear lexan panel, spaced at about 1600mm, with chamfered corners, connected to CR Lawrence Z series round type flat base glass clamps, at 600mm on centre maximum, at top and bottom and on both vertical faces that are connected HSS 51x51x6.4 posts in between. HSS 51x51 galvanized posts to be welded to galvanized steel base plate of 150x150x8mm c/w 2-12mm diameter holes for 2-galvanized 10mm diameter Hilti Kwik Bolt TZ spaced at 100mm apart. Top of HSS 51x51 posts shall be welded to galvanized steel plate of 75W x 150L x 8mm connected to the roof truss. Coordinate the connection and load/force details with the roof manufacturer. Contractor shall confirm all the panel and HSS post dimensions and clamps connection points to concrete, HSS posts and roof truss.

DIVISION 9.0 FINISHES, MEASUREMENT AND PAYMENT CEMENT AND PUCK BOARDS

Payment for cement and puck boards will be made at the lump sum price shown in the Tender Form. This price shall include labour, materials, and equipment required to install building walls and ceiling with cement, and puck boards as shown on the drawings and specifications and all work incidental thereto.

PAINTING AND COATINGS Payment for painting and coatings will be made at the lump sum price shown in the Tender Form. This price shall include labour, materials, and equipment required to install painting and coating for building foundation, walls, pump bases, pads, roof trusses, and ceiling as shown on the drawings and specifications and all work incidental thereto.

Page 50: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 1 – SUPPLEMENTAL SPECIFICATIONS

________________________________________ Section 1 – Supplemental Specifications

Page 1 - 11 Dated February 2019

DIVISION 15.0 MECHANICAL, MEASUREMENT AND PAYMENT PROCESS MECHANICAL

Payment for process mechanical will be made at the lump sum price shown in the Tender Form. This price shall include labour, materials, and equipment required to install building pumps, piping, fittings, pipe supports, valves, meter, and connections to outside building piping as shown on the drawings and specifications and all work incidental thereto.

HEATING, VENTILATION, AND AIR CONDITIONING (HVAC) SYSTEM Payment for heating, ventilation, and air conditioning system will be made at the lump sum

price shown in the Tender Form. This price shall include labour, materials, and equipment required to install building heaters, dampers, louvres, intakes, vents, and electric heating and cooling control system as shown on the drawings and specifications, and all work incidental thereto.

DIVISION 16.0 ELECTRICAL AND CONTROLS, MEASUREMENT AND PAYMENT ELECTRICAL, LIGHTING, AND FIXTURES Payment for electrical, lighting, and fixtures will be made at the lump sum price shown in

the Tender Form. This price shall include labour, materials, and equipment required to install BCH service, pole, BCH incoming wireway and switch, main breaker switchgear, BCH isolation transformer, lighting transformer and panel, UPS, conduits, cabling, receptacles, control panels, variable frequency drives, interior and exterior lighting and fixtures as shown on the drawings and specifications and all work incidental thereto.

INSTRUMENTATION AND CONTROLS Payment for instrumentation and controls will be made at the lump sum price shown in the

Tender Form. This price shall include labour, materials, and equipment required to install all the instrumentation and control works associated to the station as shown on the drawings and specifications and all work incidental thereto. The system must be tested and be able to operate manually. Programming to be completed by the City.

GAS SERVICE AND GENERATOR Payment for gas service and generator will be made at the lump sum price shown in the

Tender Form. This price shall include labour, materials, and equipment required to install gas service pipe sleeve, automatic transfer switch, gas line from the meter to generator, generator, conduits, and all work incidental thereto as shown on the drawings. This shall also include all permits associated to the work. Wiring and connection from the generator to the transfer switch will be completed in the future by the City.

Page 51: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 2 - GENERAL CONDITIONS TABLE OF CONTENTS

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 1

SECTION NO. ARTICLE NO.

DRAW INGS, SPECIFICATIONS AND RELATED DATA Definition of Terms

2.01

1 Intent of Contract 2 Drawings and Specifications Furnished 3 Documents Conflict 4 Discrepancies 5 Shop Drawings 6 Location of the Works 7 Local Conditions 8

ENGINEER, OW NER, CONTRACTOR RELATIONS 2.02

Engineer's Status 9 Inspection of Work 10 Supervision and Labour 11 Lands by Owner 12 Lands Required by Contractor 13 Private Land 14 Assignment of Contract 15 Suspension of Work by Owner 16 Owner's Termination of the Contractor's Rights 17 Contractor's Termination of the Contract 18 Separate Contracts 19 Subcontracts 20 Oral Agreements 21 Non-Waiver 22

MATERIALS AND W ORKMANSHIP 2.03

Materials by Contractor 23 Materials by Owner 24 Materials Storage 25 Testing, Rejected Work and Materials 26 Owner's Right to Correct Deficiencies 27 Personnel and Rates of Pay 28 Guarantee Period 29

LEGAL RESPONSIBILITY AND PUBLIC SAFETY 2.04

Damage to Work 30 Indemnity 31 Bonds 32 Patents and Royalties 33 Permits and Regulations 34 Injury or Damage to Persons or Property 35

Page 52: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 2 - GENERAL CONDITIONS TABLE OF CONTENTS

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 2

SECTION NO. ARTICLE NO.

PROGRESS, COMPLETION OF W ORK, AND PAYMENT Notice to Proceed

2.05

36 Failure to Complete on Time 37 Schedule of Completion 38 Changes in the Work 39 Force Account Work 40 Delays 41 Use of Completed Portions 42 Progress Payment Certificates 43 Payment Withheld 44 Builder's Liens 45 Completion 46 Partial Completion 47 Final Progress Payment 48 Progress Payment After Partial Completion 49 Release of Holdback 50 Release of Guarantees 51 Insurance 52 Arbitration 53

Page 53: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 3

SECTION 2 - GENERAL CONDITIONS DRAWINGS, SPECIFICATIONS AND RELATED DATA

2.01 DRAW INGS, SPECIFICATIONS AND RELATED DATA

ARTICLE 1. DEFINITION OF TERMS

.1 "APPROVAL" shall mean the approval granted by the City Engineer unless otherwise noted.

.2 “CHANGES” shall mean a change to the work including any addition, deletion, alteration, revision or substitution by altering, adding to, or deducting from the Work

.3 “CHANGE ORDER” shall mean a written document referenced as a “Change Order” executed by the Owner setting out a Change and the value or method of valuation of a Change and any adjustments to the Contract Price and Contract Time

.4 “CHANGE DIRECTIVE” shall mean a written instruction referenced as a “Change Directive” executed by the Owner and directing the Contractor to proceed with a Change

.5 "CITY" shall mean a duly authorized representative of the City of Nanaimo.

.6 “CITY ENGINEER” shall mean the person appointed to the office of City Engineer, by Council, acting, either directly or through authorized staff acting severally within the scope of the particular duties entrusted to them.

.7 "CONSULTANT" shall mean a Professional Engineer acting either directly or through his/her authorized agents, acting severally within the scope of the particular duties entrusted to them.

.8 “CONTEMPLATED CHANGE NOTICE” shall mean a written instruction referenced as a “Contemplated Change Notice” executed by the Owner and directing the Contractor to advise the impact on the Contract Price and Contract Time or a proposed Change to the Work.

.9 "CONTRACT DOCUMENTS" OR "CONTRACT" shall mean the complete set of documents, specifications, drawings, and addenda incorporated therein, as listed in the Table of Contents.

.10 "CONTRACTOR" shall mean the Contractor named in the Contract Agreement.

.11 “CONTRACT PRICE” shall mean the entire compensation to the Contractor for performance of the Work, which the Owner will pay to the Contractor as provided in this Contract subject to adjustments provided in this Contract.

.12 "DIRECTOR OF ENGINEERING AND PUBLIC WORKS" shall mean the City Engineer.

.13 "ENGINEER" shall mean:

(a) the City Engineer acting either directly or through his/her properly authorized agents, Professional Engineers, Consultants, and authorized staff, acting severally within the scope of the particular duties entrusted to them or,

(b) notwithstanding Article 1.8 (a), for City construction contracts, the Manager of Construction acting either directly, or through his properly authorized agents, Professional Engineers, Consultants and staff, acting severally within the scope of the particular duties entrusted to them.

(c) notwithstanding Article 1.8 (a), for Private Developments, the Consultant acting on behalf of the developer. The City Engineer will monitor the Consultant and retains the right to direct the Consultant's application of the Engineer's responsibilities.

Page 54: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 4

SECTION 2 - GENERAL CONDITIONS DRAWINGS, SPECIFICATIONS AND RELATED DATA

.14 "EQUIPMENT" shall mean anything and everything except persons used by the Contractor in performance of the work and except material as defined herein.

.15 "HEREIN" and "HEREOF" and similar expressions wherever used in the Contract Documents, shall relate to the whole of the Contract Documents and not to any one (1) paragraph alone, unless the context specifically requires it.

.16 "INSPECTOR" shall mean a person or company authorized by the Engineer or by the Owner to inspect the work or any part of it.

.17 "MATERIAL" or "MATERIALS" shall, unless otherwise specified, mean anything and everything other than persons or the Contractor's equipment which is manufactured, processed, or transported to the site, or existing on the site, and incorporated into the completed works.

.18 "OWNER" shall mean the City of Nanaimo.

.19 "PLANT" shall mean the same as EQUIPMENT.

.20 "PROFESSIONAL ENGINEER" shall mean a person registered with the Association of Professional Engineers of British Columbia as a Professional Engineer.

.21 "PROVIDE" shall mean the same as SUPPLY.

.22 "SUBCONTRACTOR" shall mean any person, engaged by the Contractor or another Sub-

Contractor to perform or provide part or parts of the work or to supply material intended to be incorporated into the completed works, but does not include a worker or a person engaged by an architect, an engineer or a material supplier.

.23 "SUPPLY" shall mean supply and pay for or provide and pay for.

.24 "WORK" or "WORKS" shall, unless the context otherwise requires, mean the whole of the

work, equipment, materials, labour, matters and things required to be done, furnished, and performed by the Contractor under this Contract.

ARTICLE 2. INTENT OF CONTRACT

.1 The intent of the Contract is that the Contractor shall provide all materials, supervision, Labour, equipment, and all else necessary for, or incidental to, the proper execution of the work unless specifically noted otherwise. The Contractor shall do all the work shown on the drawings and/or described in the specifications and all other things necessary to complete the works.

ARTICLE 3. DRAW INGS AND SPECIFICATIONS FURNISHED

.1 Except as provided for otherwise, a maximum of six (6) copies of drawings and specifications for the execution of the work shall be furnished to the Contractor without charge. Additional instructions may be issued by the Engineer during the progress of the work by means of drawings or otherwise for clarification of the drawings and specifications, or as may be necessary to explain or illustrate Changes in the work to be done in accordance with Article 39 – Changes to the Work. One (1) complete set of all drawings and specifications shall be maintained at the jobsite by the Contractor and shall be available to the Engineer at all times.

Page 55: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 5

SECTION 2 - GENERAL CONDITIONS DRAWINGS, SPECIFICATIONS AND RELATED DATA

ARTICLE 4. DOCUMENTS CONFLICT

.1 In case of any inconsistency or conflict between the provisions of the Contract Documents the provisions of such documents and addenda thereto will take precedence and govern in the following order:

1. Contract Agreement 2. Supplementary General Conditions 3. General Conditions 4. Specifications 5. Drawings 6. Executed Tender Form 7. Instructions to Tenderers 8. Invitation to Tender 9. All other documents

.2 Figured dimensions on a drawing take precedence over measurements scaled from the

drawing, and large scale drawings take precedence over those of smaller scale. Supplementary drawings and specifications supersede their antecedents. In case of conflict between figured dimensions on a drawing and the dimensions of a specified product, the dimensions of the specified product will govern. In case of conflict in materials and methods, the specifications govern. The drawings and specifications complement each other and anything called for by one will be as binding as if called for by both.

ARTICLE 5. DISCREPANCIES

.1 Any discrepancies found between the drawings and specifications or any errors or omissions in the drawings or specifications shall immediately be reported to the Engineer, who shall promptly correct such error or omission in writing. Any work done after discovery of such discrepancies, errors or omissions shall be done at the Contractor's risk.

ARTICLE 6. SHOP DRAW INGS

.1 The Contractor shall furnish to the Engineer, at proper times, all shop drawings including diagrams, illustrations, schedules, performance charts, brochures and other data necessary to clarify the work intended or to show its relation to adjacent work of other trades. The Contractor shall provide such additional drawings and shall make any changes or additions to such drawings or diagrams which the engineer may require consistent with the Contract and will submit sufficient copies of the revised prints for review, all but three (3) of which all be returned to the Contractor following review

.2 Prior to submission to the engineer the Contractor shall review all shop drawings. By this

submission, the Contractor represents that he has determined and verified all field measurements, field construction criteria, materials, catalogue numbers and similar data and that he has checked and coordinated each shop drawing with the requirements of the work and of the Contract Documents.

.3 The Contractor shall submit shop drawings to the Engineer for his review with reasonable

promptness and in orderly sequence so as to cause no delay in the work of other contractors. If either the Contractor or the Engineer so requests, they shall jointly prepare a schedule fixing the dates for submission and return of shop drawings. Shop drawings shall be submitted in the form of a reproducible transparency or prints as the engineer may direct. At the time of submission, the Contractor shall notify the engineer in writing of any deviations in the shop drawings from the requirements of the Contract Documents.

Page 56: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 6

SECTION 2 - GENERAL CONDITIONS DRAWINGS, SPECIFICATIONS AND RELATED DATA

.4 The Engineer will review and return shop drawings in accordance with any schedule agreed upon, or otherwise with reasonable promptness so as to cause no delay. The Engineer's review shall be for conformity to the design concept and for general arrangement only and such review shall not relieve the Contractor of responsibility for errors or omissions in the shop drawings or of responsibility for meeting all requirements of the Contract Documents unless a deviation on the shop drawings has been specifically approved in writing by the Engineer.

.5 The Contractor shall make any changes in shop drawings, which the Engineer may require

consistent with the Contract Documents and resubmit unless otherwise directed by the Engineer. When resubmitting, the Contractor shall notify the Engineer in writing of any revisions other than those requested by the Engineer.

ARTICLE 7. LOCATION OF THE W ORKS

.1 Where location dimensions for the proposed works are not shown on the drawings or digital file, the locations are intended to be approximate.

.2 Unless otherwise specified, the Engineer will provide the contractor with a copy of the digital

drawing file for the Contractor and/or his surveyor to create a point file to be used for layout to perform the construction works.

.3 The Contractor shall perform all layout as required from the digital drawing file and shall be

responsible for all dimensions and elevations determined from the digital information.

.4 The Contractor shall satisfy himself, before commencing any work, as to the meaning, intent, and accuracy of the information in the digital drawing file as it relates to control points, control lines, benchmarks, and the construction drawings.

.5 Should the Contractor discover or suspect any errors in the digital drawing file provided by

the Engineer, he shall at once discontinue the affected work until such errors are investigated by the Engineer and, if necessary, rectified.

.6 The Contractor shall carefully preserve bench marks, reference points and stakes. In case

of willful or careless destruction or disturbance of such markers, he shall be charged with the expense of replacing them and shall be responsible for any mistakes that may be caused by their destruction, loss or disturbance.

.7 In any dispute between the Contractor and the Engineer on the correctness of grades,

locations, elevations of the installations or constructed works, the Contractor shall be responsible for proving by means of cut sheets and undisturbed stakes, that he has made the installation or construction in accordance with the layout provided.

.8 The contractor shall be required to maintain an "as-constructed" drawing set for the project,

with all changes and notes marked in red ink and an “as-constructed” digital survey file. This information shall be available to the Engineer for review on request, and shall be submitted to the Engineer prior to issuing the Notice of Acceptance.

.9 Legal survey markers, disturbed or removed by the construction operation that existed at a

horizontal distance of 1.0 m or more from the maximum allowable trench width as shown on the standard drawings, shall be replaced at the Contractor’s expense. If it is necessary to remove or disturb existing legal survey markers that are within the above limits, the Engineer shall be so notified a minimum of three working days before such removal or disturbance and replacement will be at the Owner’s expense.

Page 57: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 7

SECTION 2 - GENERAL CONDITIONS DRAWINGS, SPECIFICATIONS AND RELATED DATA

ARTICLE 8. LOCAL CONDITIONS

.1 The Contractor shall, by personal inspection, examination, calculations or tests, or by any other means, satisfy himself with respect to the local conditions to be encountered and the quantities, quality, and practicability of the work and of his methods of procedure. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of the contract, shall affect or modify any of the terms or obligations herein contained.

.2 Failure to properly assess the local conditions to be encountered and the quantities, quality

and practicability of the work and his methods of procedure is a risk to be borne by the Contractor.

Page 58: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 8

SECTION 2 - GENERAL CONDITIONS ENGINEER, OWNER, CONTRACTOR RELATIONS

2.02 ENGINEER, OW NER, CONTRACTOR RELATIONS

ARTICLE 9. ENGINEER'S STATUS

.1 The Engineer will be the Owner's representative during the construction period and will observe work in progress on behalf of the owner. The Engineer will have the authority to stop the work whenever such stoppage may be necessary, in his opinion, to ensure the proper execution of the work in accordance with the provisions of the contract. The Contractor shall obey such order immediately. Neither the giving or carrying out of such orders shall thereby entitle the Contractor to any extra payment.

.2 The Engineer may delegate such of the powers of the Engineer to other persons, as the

Engineer deems appropriate.

.3 The Engineer or the Owner may appoint any persons or company or the employee of any such person or company or of the Engineer to be an Inspector. Such Inspector shall have the authority of the Engineer to reject materials, procedures or workmanship as not complying with the provisions of the Contract and to order the Contractor to stop work until the materials, procedures or workmanship comply with such provisions.

ARTICLE 10. INSPECTION OF W ORK

.1 The Contractor shall allow the Engineer and/or owner or their duly appointed Inspector access and provide adequate facilities for access to any part of the works at all times. If the specifications, Engineer's instructions, laws, ordinances or any public authority requires any work to be specially tested or approved, the Contractor shall give the Engineer advance notice of his preparedness for such inspection, and if the inspection is by an authority other than the Engineer, of the date fixed for such inspection. The Engineer will inspect the work promptly and without causing unreasonable delay to the Contractor. Extra payment will not be made to the Contractor for delay occasioned by an inspection, and extension of completion time will not be allowed for delay resulting therefrom.

.2 On request by the Engineer, the Contractor shall open for inspection any part of the work

that has been covered up. If the Contractor refuses to comply with such request, the Owner may employ other persons to uncover the work. If the work is found to be in accordance with the Contract requirements then the cost of uncovering and recovering the work shall be borne by the Owner. If any of the work was covered by the Contractor in contravention of the Engineer's instructions, or if the uncovered work is found not to be in accordance with the Contract requirements, then the cost of uncovering and recovering the work shall be charged to the Contractor.

.3 The lack of comment on the part of the Engineer, on methods of construction by the

Contractor shall not relieve the Contractor of his responsibility for any errors therein, and shall not be regarded as an acceptance of responsibility for work done by the Contractor.

Page 59: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 9

SECTION 2 - GENERAL CONDITIONS ENGINEER, OWNER, CONTRACTOR RELATIONS

ARTICLE 11. SUPERVISION AND LABOUR

.1 The Contractor shall keep on the work at all times during its progress a competent superintendent who is approved by the Engineer, which approval may be withdrawn at any time. The superintendent shall represent the Contractor in his absence and directions given to him shall be held as being given to the Contractor. The superintendent shall give efficient and effective supervision to the work until its completion.

.2 When competent personnel are available locally they shall, whenever possible, be employed

by the Contractor.

ARTICLE 12. LANDS BY OW NER

.1 The Owner will provide the lands upon which the work is to be performed. Where work is to be performed on lands owned by others, the Owner, will obtain the necessary easements or rights-of-way. The Owner will endeavor to obtain the necessary easements or rights-of- entry in time to permit construction to proceed as scheduled by the Contractor. When this is not possible, the Contractor shall withhold work on property owned by others until such easements or rights-of-entry have been obtained. Delay in providing these lands, or in obtaining easements or rights-of-way which, in the opinion of the Engineer, delays the work or results in extra cost to the contractor, will be deemed proper cause for adjustment in the time of completion and adjustment of the Contract Price to cover the extra cost to the Contractor.

ARTICLE 13. LANDS REQUIRED BY CONTRACTOR

.1 Any lands other than those which are to be provided by the Owner and which may be required by the Contractor for temporary facilities, storage purposes, or access to the work site, shall be obtained by the Contractor at no cost to the Owner.

ARTICLE 14. PRIVATE LAND

.1 It shall be the Contractor's responsibility to ascertain the boundaries within which the work must be confined. The Contractor shall not enter lands other than those provided by the Owner for any purpose without obtaining prior written permission of the land owners and occupiers. The Contractor shall not enter upon lands owned by others on which the Owner has easements or rights-of-entry without having received the written authorization of the Owner for such entry. It shall be the Contractor's responsibility to ascertain from the Owner the conditions on which easements or right-of-entry have been granted on private lands and to abide by these conditions throughout the course of construction.

The Contractor shall notify the Owner and Engineer, in writing, of any supplementary construction agreements made between the Contractor and the Owner of private property in lieu of or in addition to the condition sheets provided by the Owner and forming part of this document.

.2 The Owner will not be responsible for any supplementary construction agreements other

than those to which the Owner is a signed party.

Page 60: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 10

SECTION 2 - GENERAL CONDITIONS ENGINEER, OWNER, CONTRACTOR RELATIONS

ARTICLE 15. ASSIGNMENT OF CONTRACT

.1 Neither party shall sublet, sell, transfer, assign, or otherwise dispose of the Contract or any portions thereof, or his right, title, or interest herein, or his obligations thereunder without written consent of the other party, except for an assignment to a bank of the payments to be received hereunder.

ARTICLE 16. SUSPENSION OF W ORK BY OW NER

.1 The Owner may at any time suspend the work, or any portion thereof, provided he gives the Contractor five (5) days written notice of suspension. The Contractor shall resume work upon written notice of the Owner within ten (10) days after the date set forth in such notice, or in a subsequent notice to resume work. The Owner will reimburse the Contractor for costs and expenses incurred by the Contractor necessitated by such suspension of work or portion thereof, but the Contractor shall not recover from the Owner payment for any loss of anticipated profits or damages.

ARTICLE 17. OW NER'S TERMINATION OF THE CONTRACTOR'S RIGHTS

.1 The Owner will have the right to terminate the Contractors right to continue with the work if the Contractor at any time becomes bankrupt, makes an assignment of his property for the benefit of the creditors, or if a receiver or liquidator should be appointed. Such termination shall be effective upon the Owner giving notice thereof.

.2 If at any time the Engineer is of the opinion and so states in writing to the Owner that the

Contractor:

(a) has failed to commence work or to recommence work after a suspension within the time specified in the contract documents;

(b) has failed or is failing to furnish or to maintain a detailed work schedule and plan of operation as required by Article 38 - Schedule of Completion thereof;

(c) has failed or is failing to use diligence or has failed to comply with the instructions of the Engineer to expedite his work or is other wise failing to make such progress with the work as is necessary to ensure the completion of the work or any part thereof in the time specified in the contract documents;

(d) has failed or is failing to supply enough competent workmen, management, materials or suitable equipment; or

(e) has failed, or is failing to pay, the minimum rate of pay as described in Article 28 – Personnel and Rates of Pay;

(f) has become in any way unable to carry on the work or any part thereof; (g) has failed to ensure the safety of the workers and public; (REVISED NOVEMBER

2016) (h) has failed or refused to comply with a regulation or order issued pursuant to the

Workers Compensation Act. (REVISED NOVEMBER 2016)

the Owner may give notice in writing to the Contractor of such opinion and requiring that such default or defaults be remedied forthwith. If, within five (5) days of such notice, such default or defaults are not remedied to the satisfaction of the Engineer, the Owner may terminate the Contractor's right to perform further the work under the contract. Such termination shall be effective immediately.

Page 61: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 11

SECTION 2 - GENERAL CONDITIONS ENGINEER, OWNER, CONTRACTOR RELATIONS

.3 Upon such termination, the Owner may employ such means as he sees fit to complete the works. In such cases:

(a) The Contractor shall have no claim for any further payment in respect of work

performed, but shall be liable for all damages and expenses which may be suffered by the Owner by reason of such default or delay, or the non-completion by the Contractor of the works;

(b) No objection or claim shall be raised or made by the Contractor by reason of or on account of the ultimate cost of the works so taken over for any reason proving greater than, in the opinion of the Contractor, it should have been;

(c) All materials and all rights, proprietary or otherwise, licenses, powers and privileges, whether relating to or effecting real or personal property, acquired, possessed or provided by the Contractor for the purposes of the work under the provisions of this Contract will become or remain and be the property of the Owner for all purposes incidental to the completion of the works and may be used, exercised, and enjoyed by the Owner as fully to all intents and purposes connected with the works as they might therefore have been used, exercised and enjoyed by the Contractor; and,

(d) The Owner may forthwith enter into possession of all the Contractor's equipment on the site of the work and may use the same in any way it sees fit in order to complete the works without the Owner being in any way liable for damage or any other cost in connection with such use by the Owner. Upon completion of the work, such equipment may be returned to the Contractor or may be sold by the Owner and the net proceeds of such sale credited to the Contractor's account.

.4 If the Contractor's right to perform the work is terminated in accordance with the provisions

of this clause, the Contractor shall not be entitled to receive any further payment until the work is completed.

.5 Upon completion of the work the Engineer shall determine:

(a) The amount which would have been due to the Contractor under the Contract if all of

the work had been performed by him; (b) The costs and expenses borne by the Owner in completing the work and damages for

delay in completion, if any.

.6 The Contractor shall be entitled to receive the balance of the contract price less such costs and expenses, or if such costs and expenses exceed such price, the Contractor shall pay the amount of such excess to the Owner on demand.

.7 The Owner shall have the option, under the provisions of this Article, to be exercised in its

absolute discretion, to terminate the right of the Contractor to perform any part or parts of the work and to permit the Contractor to continue to perform the rest of the work. All the provisions of this article shall apply to such part or parts with such modifications as the circumstances may require.

ARTICLE 18. CONTRACTOR'S TERMINATION OF THE CONTRACT

.1 The Contractor shall have the right to terminate the Contract for any of the following reasons:

(a) In the event of any Order of any Court or other public authority, other than the Owner,

causing the work to be stopped or suspended, and when the period of such stoppage

Page 62: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 12

SECTION 2 - GENERAL CONDITIONS ENGINEER, OWNER, CONTRACTOR RELATIONS

or suspension exceeds ninety (90) days, and when such stoppage or suspension occurs through no act or fault of the Contractor, his agent, or servants.

(b) In the event that the Owner fails to pay, except as provided in the Contract documents, any sum certified by the Engineer within twenty (20) days from the due date of payment, and fails to remedy such default within ten (10) days of the Contractor's written notice to do so.

.2 In either event, the Contractor will receive from the Owner payment for all work performed

and losses sustained in respect of any materials. For termination under (a) above, the Owner will not be liable for any loss of anticipated profits, damages, or expenses incurred by the Contractor as a result of such stoppage or suspension, but under (b) above, the Contractor will be paid for loss of profits, damages and expenses. Such termination shall be effective upon the Contractor giving notice hereof.

.3 The amount due to the Contractor for work performed and losses sustained shall be

determined by the Engineer and certified by him to the Contractor and to the Owner.

ARTICLE 19. SEPARATE CONTRACTS

.1 The Owner reserves the right to let other contracts in connection with the work. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate his work with theirs.

.2 If any of the Contractor's work, as specified herein and shown on the drawings, depends

upon the work of any other contractor, the Contractor shall inspect and measure the work in place and determine whether anything in such work renders it unsuitable for proper execution of his work. He shall promptly report the results of such inspection and measurement to the Engineer if anything in such work renders it unsuitable for proper execution of his work. His failure to inspect and report promptly shall constitute an acceptance of the other contractor's work and he shall have no claim against the Owner by reason of anything in such work rendering the same unsuitable for proper execution of his work.

ARTICLE 20. SUBCONTRACTS

.1 The subcontractor named in the Tender Form, and others as may be approved by the Engineer following execution of the Contract Agreement, shall not be changed nor shall additional subcontractors be employed except with the written approval of the Engineer. The Contractor is responsible to the Owner for the acts and omissions of his subcontractors and of their employees, to the same extent that he is responsible for the acts or omissions of persons employed by himself. Nothing in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. The Contractor shall bind every subcontractor to the terms of the Contract Documents.

.2 Each Subcontract shall contain a provision that the Certificate of Completion of the work by

the Subcontractor shall be binding on the Contractor and Subcontractor.

Page 63: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 13

SECTION 2 - GENERAL CONDITIONS ENGINEER, OWNER, CONTRACTOR RELATIONS

ARTICLE 21. ORAL AGREEMENTS

.1 No oral instruction, objection, claim or notice by any party to the other shall affect or modify any of the terms or obligations contained in any of the Contract Documents, and none of the provisions of the Contract Documents shall be held to be waived or modified by reason of any act whatsoever, other than by a waiver or modification thereof in writing and agreed to by the parties to the contract.

ARTICLE 22. NON-W AIVERS

.1 Any failure by the Owner or the Engineer at any time, or from time to time, to enforce or require the strict keeping and performance of any of the terms or conditions of the contract will not constitute a waiver of such terms or conditions and will not affect or impair such terms or conditions in any way or the right of the Owner or the Engineer at any time to avail itself or himself of such remedies as it or her may have for any breach or breaches of such terms or conditions.

.2 No provision in the Contract which imposes or may be deemed to imposes extra or specific

responsibilities or liabilities on the Contractor shall restrict the general or other responsibilities or liabilities of the Contractor in any way.

Page 64: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 14

SECTION 2 - GENERAL CONDITIONS MATERIALS AND WORKMANSHIP

2.03 MATERIALS AND W ORKMANSHIP

ARTICLE 23. MATERIALS BY CONTRACTOR

.1 The Contractor shall supply all materials unless it is expressly specified to the contrary. Materials used in the work shall meet the requirements of the specifications, or where not detailed in the specifications, shall be to the Engineer's satisfaction. Unless otherwise specified, all materials shall be new.

.2 Unless otherwise specified, the Contractor shall provide all water, light, power, heating and

equipment necessary for the execution of the work.

.3 Schedules of piping, fittings, reinforcing, or other materials indicating quantity and/or dimensions, which are shown on the drawings, or in the applicable sections of the specifications, are intended only to assist the Contractor in his quantity takeoff. Quantities and dimensions shown therein are not guaranteed to be accurate and the Contractor must satisfy himself as to the accuracy of the quantities and dimensions.

.4 No variations between the quantities shown on the schedules and those actually installed

shall give rise to any claim by the Contractor or to any right for additional payment in a lump sum price contract or to a variation in unit price in a unit price contract.

.5 All materials provided by the Contractor shall remain in the custody and at the risk of the

Contractor.

ARTICLE 24. MATERIALS BY OW NER

.1 The Owner will provide only such materials as are specifically listed as being supplied by the Owner.

.2 The Contractor shall be responsible for materials from the point of delivery to the jobsite.

The Contractor shall verify the delivery dates of materials provided by the Owner and shall arrange work schedules to comply therein.

.3 The Owner shall not be liable in any way for a delay in such delivery arising out of any

cause beyond the Owner's reasonable control.

ARTICLE 25. MATERIALS STORAGE

.1 The Contractor, at his own cost, shall store all materials provided for the work either by himself or the Owner until they have been incorporated into the completed works. Materials shall be so stored as to ensure the preservation of their quality and fitness for the work, and shall be so protected from vandalism and theft. Stored materials shall be located so as to facilitate prompt inspection. Faulty materials shall not be stored on the site, and any material found to be faulty shall promptly be removed from the site by the Contractor.

Page 65: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 15

SECTION 2 - GENERAL CONDITIONS MATERIALS AND WORKMANSHIP

ARTICLE 26. TESTING, REJECTED W ORK AND MATERIALS

.1 If, in the opinion of the Engineer, testing is required, the Engineer will arrange for a testing firm to carry out tests to determine whether the applicable standards and specifications have been met. Where initial testing indicates inadequacies, additional testing may be required by the Engineer.

.2 The Contractor, as directed by the Engineer, shall supply specimens or samples for testing.

.3 All materials, which do not conform to the requirements of the Contract Documents, are not

approved by the Engineer, or are in any way unsatisfactory or unsuited to the purpose for which they are intended, will be rejected. Any defective work, whatever the cause thereof, and without limiting the generality of the foregoing, whether the result of poor workmanship or use of defective materials, shall be removed within five (5) days after written notice is given by the Engineer, and the work shall be re-executed by the Contractor. The fact that the Engineer may have previously overlooked such defective work shall not constitute an acceptance. The removal of work and the re-execution thereof shall be at the expense of the Contractor, and he shall pay the cost of replacing the work which shall include materials of other contractors destroyed or damaged by the removal of the rejected work or materials and the subsequent replacement with acceptable work. The Contractor shall also reimburse the Owner for initial testing and any additional engineering, inspection, testing or other contractor's costs incurred in respect of rejected work or materials, whether such work or materials are replaced or not or are accepted at a lower price.

.4 If, in the opinion of the Engineer, it is not expedient to re-execute defective work the Owner

may deduct from the Contract price, the difference in value between the work as done and that called for by the Contract, the amount of which shall be determined by the Engineer.

ARTICLE 27. OW NER’S RIGHT TO CORRECT DEFICIENCIES

.1 Upon failure of the Contractor to perform the work in accordance with the Contract Documents, and after five (5) days' written notice to the Contractor, or without notice if an emergency or danger to the work or public exists, the Owner may, without prejudice to any other remedy he may have, correct such deficiencies. The cost of work performed by the Owner in correcting deficiencies shall be paid by the Contractor.

ARTICLE 28. PERSONNEL AND RATES OF PAY

.1 All workers must have sufficient knowledge, skill, and experience to perform properly the work assigned to them. Any foreman or workers employed by the Contractor or subcontractor who, in the opinion of the Engineer, does not perform his work in a skillful manner, or appears to be incompetent or to act in a disorderly or intemperate manner shall, at the written request of the Engineer, be removed from the site of the work immediately and shall not be employed again in any portion of the work without the approval of the Engineer.

.2 In addition the minimum rate of pay to all workers for work performed under this Contract or

under Sub-contract shall be as classified in the current Agreement between the City of Nanaimo and the Canadian Union of Public Employees, Local No. 401.

Page 66: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 16

SECTION 2 - GENERAL CONDITIONS MATERIALS AND WORKMANSHIP

.3 Failure of the Contractor to pay the minimum rate of pay as described in Article 28.2, may result in the Owner:

(a) terminating the contract, in accordance with Article 17- Owner’s Termination of the

Contactor’s Rights (b) suspending payments to the Contractor, in accordance with Article 44 - Payment

Withheld, until the Owner is satisfied the Contractor is complying with Article 28.2. (c) holding back sufficient funds to cover the difference between what the Contractor or

Sub-Contractor is paying and what they should be paying under Article 28.2.

ARTICLE 29. GUARANTEE PERIOD

.1 Neither the Notice of Acceptance nor a Notice of Partial Acceptance nor any payment by the Owner shall relieve the Contractor of responsibility for faulty materials or defective workmanship. The Contractor guarantees to maintain the work against any defects arising from faulty installation, faulty materials, supplied under the Contract or faulty workmanship which may appear within one (1) year of the date of the Notice of Acceptance. If a Notice of Partial Acceptance has been issued, the guarantee period shall begin from the date of such Certificate except for the work still to be performed and the defects and deficiencies still to be corrected which are listed on such Certificate. Faulty materials shall be replaced and defects discovered and failures which occur during the guarantee period shall be rectified to the satisfaction of the Engineer and in accordance with the Contract Documents, including, if deemed necessary by the Engineer, replacement of all or a portion of the work. The same guarantee as is here in provided and for the same period shall attach to such replacement materials or rectified work and the period shall begin on the date the Engineer accepts such replacement materials or rectified work.

.2 If the Owner observes through use of the works, or if it is discovered by tests or inspection

of the works prior to the end of the guarantee period, that a deficiency or defect exists in the materials or workmanship in respect to the works, the Owner shall immediately notify the Contractor, by whatever means are available, of the defect or deficiency and instruct him to rectify the fault. Such notification shall be confirmed by the Owner in writing to the Contractor. In the event that this work, in the opinion of the Owner, must be done immediately to prevent serious damage, injury or loss of life, the Owner may perform, or cause to be performed, the necessary work, and shall notify the Contractor accordingly. Work required under guarantee shall, except as otherwise provided herein for emergencies, be carried out by the Contractor or his representative within ten (10) days of the Owner's written instruction to perform the work. In the event that this work is not done by the Contractor within the ten (10) day period, or such further period as may be approved by the Engineer, the Owner may take whatever action is necessary to have the work done.

.3 All costs relating from the necessity to do work under the guarantee requirement, whether it

be done by the Contractor, his representative, or the Owner, as provided herein, shall be borne by the Contractor. The Contractor shall, in addition, be liable to the Owner for all expense, losses, or damages incurred by the Owner as a result of faulty materials and defective workmanship as are referred to in Article 29.1, or as a result of the Contractor's failure to meet the guarantee requirements as specified herein, including, but without limiting the generality hereof, all costs of engineering, inspection and testing. All costs will be deducted by the Owner from the guarantee amount described in Article 51 -Release of Guarantees.

.4 The issuance of a Certificate of Completion in relation to a subcontract shall not relieve the

Contractor of his obligation under this Article 29 - Guarantee Period.

Page 67: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 17

SECTION 2 - GENERAL CONDITIONS LEGAL RESPONSIBILITY AND PUBLIC SAFETY

2.04 LEGAL RESPONSIBILITY AND PUBLIC SAFETY

ARTICLE 30. DAMAGE TO W ORK

.1 The Contractor shall be responsible for all loss and damage whatsoever which may occur on or to the works, completed or otherwise, until such time as the entire works have been completed and the Notice of Acceptance has been issued by the Owner. In the event of any loss or damage occurring, the Contractor shall, on notice from the Engineer, immediately put the works into the condition it was immediately prior to such loss or damage all at the Contractor's expense, except where such loss or damage was caused solely by an act of the Owner.

ARTICLE 31. INDEMNITY

.1 The Contractor shall indemnify and save harmless the Owner from and against all losses and all claims, demands, payments, suits, actions, recoveries, and judgments of every nature and description brought or recovered against him, and/or the Owner, by reason of any act or omission or alleged act or omission of the Contractor, his agents, employees, or subcontractors in the execution of the work.

ARTICLE 32. BONDS

.1 To ensure the faithful execution and proper fulfillment of this Contract, the Contractor shall provide the Owner with the following bonds at the time of his execution of the Contract Agreement:

(a) a Performance Bond in the amount of fifty percent (50%) of the total Contract Price

covering the faithful performance of the Contract and maintenance of the Contract for one year after the Notice of Acceptance;

(b) a Labour and Material Payment bond in the amount of fifty percent (50%) of the total Contract Price; and the above bonds must be issued by a Surety Company licensed to conduct business in the Province of British Columbia and shall be provided in quadruplicate on the forms contained within the Contract Documents.

.2 Notwithstanding anything contained elsewhere in the contract documents, the Owner shall

not be required to make any payment whatever to the Contractor until the above bonds, duly executed, have been delivered to the Owner.

ARTICLE 33. PATENTS AND ROYALTIES

.1 The Contractor shall pay all royalties and license fees with respect to and shall assume the defense of and indemnify the Owner and the Engineer, their employees, officers and agents from all claims relating to inventions, copyrights, trademarks, or patents used in doing the work and in the subsequent use and operation of the work or any part thereof upon completion. The contractor shall not be liable hereunder with respect to any claims arising from a construction method, process or equipment specified by the Owner in the documents submitted to the Contractor before he submitted his tender.

Page 68: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 18

SECTION 2 - GENERAL CONDITIONS LEGAL RESPONSIBILITY AND PUBLIC SAFETY

ARTICLE 34. PERMITS AND REGULATIONS

.1 The Contractor shall, at his own expense, procure all permits, certificates and licensees required for the construction of the work and shall comply with all federal, provincial, and local laws, regulations and ordinances affecting the execution of the work, save insofar as the Contract Documents specifically provide otherwise.

.2 The Owner will obtain all necessary governmental approvals for the design of the completed

work, and all permits and licenses required by law for the completed works.

ARTICLE 35. INJURY OR DAMAGE TO PERSONS OR PROPERTY

.1 The Contractor shall use due care and take all necessary precautions to ensure the protection of persons and property and shall comply with the provisions of the Workers' Compensation Act of the Province of British Columbia and any safe work procedures as listed in Section 3.10 – WorkSafe BC. The Contractor shall be liable for any and all injury or damage which may occur to persons or to property due to any act, omission, neglect or default of the Contractor, or of his employees, workmen or agents.

.2 The Contractor shall, without further order, provide and maintain at all times during the

progress or suspension of the work, suitable barricades, fences, signs, signal lights and flagpersons as are necessary to ensure the safety of the public and those engaged in the work.

.3 Notwithstanding the provision of Article 9 – Engineer’s Status, in an emergency affecting the

safety of life, or of the works, or of adjoining property, the Contractor, without the necessity of authorization from the Engineer, shall act in a reasonable manner to prevent loss or injury.

.4 The work shall be carried out in a manner that will cause the least interruption to vehicular

and pedestrian traffic. Where work is to be carried out on highways or properties other than those of the Owner, the Contractor shall familiarize himself with the requirements of the owner or controllers of those highways or properties which pertain to traffic control and safety or which place limitations on the work and shall comply with such requirements.

Page 69: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 19

SECTION 2 - GENERAL CONDITIONS PROGRESS, COMPLETION OF WORK, AND PAYMENT

2.05 PROGRESS, COMPLETION OF W ORK AND PAYMENT

ARTICLE 36. NOTICE TO PROCEED

.1 Following the execution of the Contract Agreement by the Contractor and the provisions of the required bonds and insurance policies, written Notice to Proceed with the work will be given to the Contractor by the Owner. The Contractor shall begin work within fourteen (14) days following receipt of the Notice to Proceed and shall prosecute the work regularly and without interruption thereafter, unless otherwise directed in writing by the Engineer or Owner, in such a manner as to secure completion of the work within the time stated in the Contract Agreement. Time shall be of the essence of the Contract.

.2 If, however, when the Notice to Proceed is given, as strike or lockout affecting workers of a

classification required to organize or begin performance of the work reasonably prevents the Contractor from beginning work promptly, the completion date stated in the Contract Agreement will be extended by the same number of days as the strike or lockout. If the strike or lockout affects workers of several classifications and such strike or lockout ends on different dates, the end of the strike or lockout will be deemed to occur when all workers of a classification required to organize or begin performance of the work are permitted to work for the Contractor. No extension of time herein provided, shall be grounds for any claim whatsoever by the Contractor for extra payment.

ARTICLE 37. FAILURE TO COMPLETE ON TIME

.1 If the work is not complete within the scheduled time, the Owner may extend the time of completion. If the time limit be so extended, the Owner shall have the right to charge to the Contractor and to deduct from the final payment for the work, the actual cost to the Owner of engineering, inspection, superintendence, and other overhead expenses which are directly chargeable to the contract and which accrue during the period of such extension, except that the cost of final surveys and preparation of final estimates shall not be included in such charges.

ARTICLE 38. SCHEDULE OF COMPLETION

.1 The Contractor shall prepare a detailed work schedule and plan of operation approved by the Engineer. The schedule and plan of operation, unless otherwise approved by the Engineer, shall be submitted to the Engineer not later than fourteen (14) days after the date of the Notice of Award. The schedule and plan of operation shall describe the proposed labour force and equipment, sequence and methods of operation, and projected weekly progress to show completion of all work within the Contract time for completion. Upon receipt of such schedule and plan of operation by the Engineer, the schedule shall become the approved construction schedule. Neither the plan of operation nor the approved construction schedule shall be changed without the prior approval of the Engineer.

.2 Unless otherwise approved by the Engineer, work shall be scheduled between the normal

working hours of 8:00 a.m. and 4:30 p.m., Monday through Friday, excluding Statutory Holidays. For work scheduled outside the normal working hours, the owner shall have the right to charge to the contractor and to deduct from the Contractor's payments, the actual cost to the Owner for engineering inspection, superintendence and other overhead expenses which are directly chargeable to the contract and which accrue outside the normal working hours.

Page 70: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 20

SECTION 2 - GENERAL CONDITIONS PROGRESS, COMPLETION OF WORK, AND PAYMENT

.3 If the Engineer should be of the opinion, and so state in writing to the Contractor, that the rate of progress of the work is insufficient to enable the whole of the work or any part or parts thereof to be completed within the time or times specified for such completion in the approved construction schedule, the Contractor shall take whatever steps the Engineer may in his absolute discretion specify in writing to the Contractor to expedite the progress of the work. Such steps may include, but shall not be limited to adoption of shift work and/or the provision of additional men or equipment. The Contractor shall not be entitled to any extra payment by reason of such order of the Engineer.

ARTICLE 39. CHANGES IN THE W ORK

.1 The Owner, without invalidating the Contract, may make changes and adjust the Contract Price in accordance with this Article 39 – Changes in the Work. The Owner may issue any Change Order or Change Directive, to the Contractor or any other person authorized by the Contractor to receive a Change Order. The Owner may, at any time, require the Contractor to add one or more optional items to the Work as a Change. No Change will be made without a Change Order or Change Directive from the Owner. The Contractor will not be entitled to a Change Order or Change Directive, or to any adjustments to the Contract, for any Change for which the Contractor has not, prior to commencing the performance of a Change, obtained from the Owner a Change Order or Change Directive except where expressly allowed in this Contract. The Owner may, at any time, by issuance of a “Contemplated Change Notice” require the Contractor to assess the impact of a proposed Change on the Contract Price and the Contractor will provide the Owner with such assessment within 10 days after the Owner’s request or such other time as may be agreed by the Owner, acting reasonably. The Contractor shall proceed with the Work as changed and the Work shall be executed under the provisions of the Contract. No Change shall be undertaken by the Contractor, without written order of the Engineer, except in an emergency endangering life or property, and no claims for additional compensation shall be valid unless the change was so ordered. No payment for extra work or changes in any contract will be entertained by the Owner unless a "Change Order Form” is completed prior to the change or commencement of the extra work.

.2 If, in the opinion of the Engineer, such changes affect the time of Contract completion or the

Contract Price, these will be adjusted at the time of ordering the changes. The value of the addition or deduction from the Contract Price, and the method of determining such value, shall be decided by the Engineer. The Engineer will use one (1) or more of the following methods in deciding such value:

(a) by unit prices or combinations of unit prices in the Contract Tender Form: (b) by unit prices submitted by the Contractor and accepted by the Owner: (c) by lump sum submitted by the Contractor and accepted by the Owner: (d) on a force account basis as specified in the next succeeding Article.

.3 If the Contractor and the Owner cannot agree on the method of determining such value, the

Engineer shall decide and certify the unit prices or lump sum to be used which are or is in his opinion fair and reasonable to both parties and his decision shall be final.

Page 71: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 21

SECTION 2 - GENERAL CONDITIONS PROGRESS, COMPLETION OF WORK, AND PAYMENT

.4 The Contractor shall obey, perform and comply with the Engineer's orders or instructions with respect to the work or concerning the conduct thereof promptly, efficiently and to the satisfaction of the Engineer. However, if the Contractor is of the opinion that such orders or instructions are not authorized under the provisions of the Contract or involve a change for which a Change Order or Change Directive should be issued as described in Article 39.1, he shall so notify the Engineer in writing before proceeding to carry them out and, in any event, within ten (10) days of the receipt of such orders or instructions. If the Contractor does not so notify the Engineer within the time so limited, he shall not claim at any time thereafter that the orders or instructions were not authorized or should have been subject to a Change Order or Change Directive. Nevertheless, the giving of such notice to the Engineer shall not relieve the Contractor of his obligations to carry out and obey such orders and instructions.

ARTICLE 40. FORCE ACCOUNT W ORK

.1 Force account rates for personnel shall be based on the direct cost to the Contractor. A markup of 20% of the total direct costs will be paid to cover overhead and profit. The total direct costs shall be calculated based on:

(a) The rate of pay as outlined in Article 28, or the employees actual rate of pay, if higher. (b) All applicable employee benefits. (c) All small tools and equipment, signage and transportation required by the employee

to perform the duties of the listed occupation. (d) All applicable Federal, Provincial and Municipal taxes, duties and charges.

.2 Force account rates for equipment shall be determined by the Engineer based on the B.C.

Government Blue Book Equipment Rental Rate Guide as follows: (REVISED NOVEMBER 2016)

(a) For Contractor owned equipment, “all found” rates will be paid which include

allowances for the equipment operator, small tools, overhead and profit. (b) For Non-Contractor owned equipment, the lower of, Blue Book rates; or the actual

rental costs, as evidenced by invoice, plus a 10% markup to cover overhead and profit.

(c) Attachments on equipment will only be paid when in use and not because the equipment has the attachment(s).

.3 Subcontractors will be paid the subcontractor’s proper bill for such work performed with a

markup of 10% to cover overhead and profit.

.4 Materials will be paid based on the supplier’s invoice price with a markup of 10% to cover overhead and profit.

.5 The cost of the work done each day shall be submitted to the Engineer by the Contractor in

a satisfactory form on each succeeding day after force account work is carried out and shall be approved or adjusted by the Engineer. No claim for compensation for extra work or materials shall be considered or allowed unless such report shall have been made, or the Engineer shall have extended the time for such reports or released the Contractor therefrom. The submission to, or acceptance or approval by, the Engineer of daily force account cost records shall not at any time be deemed to be an admission that the work is properly chargeable to force account.

.6 The Contractor will be required to demonstrate to the Engineer’s satisfaction the personnel

force account rates are in fact the direct cost to the Contractor. The Contractor will also be required to provide any necessary information required by the Engineer to determine

Page 72: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 22

SECTION 2 - GENERAL CONDITIONS PROGRESS, COMPLETION OF WORK, AND PAYMENT

equipment rates.

ARTICLE 41. DELAYS

.1 If the Contractor is delayed during the performance of the work, the time for completion of the work under the Contract may be extended by the owner in the event of one (1) or more of the following:

(a) Where extra work as herein provided is added to the work under this Contract. (b) Where the work is suspended as provided for in Article 16 – Suspension of Work by

Owner. (c) Where the work is delayed on account of conditions which could not have been

foreseen or which were beyond the control of the Contractor and which were not the result of the fault or negligence of the Contractor, his agents, or employees, provided, however, rain, wind, flood, or other natural phenomena of normal intensity for the area shall not be construed as cause for an extension of time for completion of the work.

(d) Where work is delayed on account of conditions that are beyond the reasonable control of the Engineer or the Owner.

(e) Where delay occurs in the progress of the work as a result of the negligent act of the Owner or his employees, in the administration of this contract.

(f) Where delay occurs as a result of an act of a public authority. (g) Where the Engineer causes delay in furnishing of drawings or necessary information. (h) Where strikes, lockouts, or labour disputes prevent or substantially interfere with the

progress of the work. (i) Where, in the opinion of the Engineer, the Contractor is entitled to an extension of

time.

.2 A claim for extension of Contract time shall only be considered when submitted by the Contractor to the Engineer in writing within seven (7) days of the occurrence of the delay on which the claim is based, provided, however, that in the case of a continuing cause of delay only one (1) claim shall be necessary. Within a reasonable period after the Contractor submits a request for an extension of time, the Engineer will present his written recommendation to the Owner stating his opinion on whether or not the delay justifies an extension of time; and, if so, the number of days extension due to the Contractor. The Owner will make the final decision on all requests for extension of time.

.3 Delays, pursuant to Article 41, shall not entitle the Contractor to reimbursement for any

additional costs, except as outlined in .1 (b) or (e) above.

ARTICLE 42. USE OF COMPLETED PORTIONS

.1 The Owner will have the right to take possession of and use any completed or partially completed portions of the work, whether the time for completing the entire work or such portions has or has not expired, but such taking possession and use will not be deemed an acceptance of any work so taken possession of or used. If such prior use increases the cost of, or delays the completion of uncompleted work or causes refinishing of completed work, the Contractor shall be entitled to such extra compensation or extension of time, or both, as the Engineer may determine.

Page 73: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 23

SECTION 2 - GENERAL CONDITIONS PROGRESS, COMPLETION OF WORK, AND PAYMENT

ARTICLE 43. PROGRESS PAYMENT CERTIFICATES

.1 At the end of each calendar month the Contractor will estimate project quantities for that month and provide to the Engineer for review and approval. Where unit prices apply, payment will be calculated on the basis of the tendered prices and the units of work completed as determined by the Engineer. Where a lump sum price applies, payment will be calculated on the basis of the Engineer's estimate of the percentage of work completed. The Engineer will prepare final payment certificate for payment by the Owner.

.2 The payment certificate shall show as of the end of the last day of each calendar month the value of all labour and materials incorporated into the works, including extras, and all adjustments previously made whether additions or deductions. The certificate shall also show the aggregate of previous payments, the amounts withheld to comply with the Builders Lien Act, and the amount, if any, of the holdback released in respect of completed subcontracts. Except in respect of the final progress payment, the gross amount shown on such certificate, less the aggregate of all previous payments, previous sums withheld, and the amount then required to be withheld to comply with the Builders Lien Act as set out below, shall become due and be payable by the Owner to the Contractor on or before the last day of the next month. In those cases where the work is such that the Builders Lien Act does not apply or does not require the retention of a holdback, the Owner will nevertheless retain holdbacks to the same extent as if such legislation applied to the work.

.3 Ten percent (10%) of each progress payment shall be retained by the Owner to comply with

the Builders Lien Act until payment is due in accordance with the provisions of Article 50 – Release of Holdback.

.4 The monthly estimates shall not bind the Owner or Engineer in any manner in the preparation

of the final estimate of the work done, but shall be construed and held to be approximate only, and shall in no case be taken as an acceptance of the work or as a release of the Contractor from his responsibility therefore.

ARTICLE 44. PAYMENT W ITHHELD

.1 Upon receipt of a certificate in writing from the Engineer stating that, in his opinion, justification exists and stating the basis and the amount of such deduction, the Owner may withhold or nullify, on written notice to the Contractor specifying the ground or grounds relied on, the whole or part of any progress payment to the extent necessary to protect himself from loss on account of one (1) or more of the following:

(a) The Contractor is not making satisfactory progress in the opinion of the Engineer. (b) That defective work is not being remedied at all or in a manner satisfactory to the

Engineer. (c) That there are claim of liens (or a lien) filed, against the holdback funds, lands and

premises on which the work is done or is being done, or reasonable evidence of the probable filing of claim of lien or registration of liens (or a lien).

(d) That the Contractor is failing to make prompt payments as they become due to subcontractors or for material or labour.

(e) That there exist unsatisfied claims for damages caused by the Contractor to anyone employed on the site or in connection with the work.

(f) That the Contractor or any Sub-Contractor has failed, or is failing to pay the minimum rate of pay as outlined in Article 28.

Page 74: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 24

SECTION 2 - GENERAL CONDITIONS PROGRESS, COMPLETION OF WORK, AND PAYMENT

.2 Where subcontractors or suppliers of materials are not receiving prompt payment, the Owner may make payment to such subcontractors or suppliers directly and deduct the amount of such payments from amounts otherwise due to the Contractor.

ARTICLE 45. BUILDER'S LIENS

.1 The Contractor shall remove or cause to be removed all claim of lien or liens filed or registered against the holdback funds, lands and premises on which the work is being performed which claim of lien or liens arise out of anything done or to be done under the Contract. Such removal shall be effected by the Contractor forthwith upon demand by the Owner or the Engineer.

.2 Certificate of Completion shall have the interpretation assigned to it by the Builder’s Lien

Act.

.3 Application for the Certificate of Completion shall be in accordance with the Builder’s Lien Act and shall include a written statement from the Contractor that all claims and demands of the Contractor for extra work or otherwise in connection with the Contract were presented in writing to the Engineer.

.4 The Owner shall release a holdback in respect of a completed subcontract if a Certificate of

Completion has been issued in respect of that subcontract and the holdback period established under the Builder’s Lien Act has expired without any claims of lien being filed that arose under that subcontract.

.5 Notwithstanding anything elsewhere contained in the contract documents, the Contractor

shall indemnify and hold harmless the Owner from all demands, damages, costs, losses and actions arising in any way out of claims or lien or liens which arise out of anything done or to be done under the Contract whether the lien period binding on the Contractor has expired or not.

.6 The obligations imposed on the Contractor by the provisions of this Article 45 shall not extend

to claims of lien or liens properly filed by the Contractor himself.

ARTICLE 46. COMPLETION

.1 When the Contractor is of the opinion that he has completely performed the work, he shall inspect the work to ensure that all work has in fact been performed, that it is in a clean and tidy condition and that it is ready in all respects for acceptance by the Owner. He shall then submit a written request to the Engineer that he make a final inspection.

.2 The Engineer will make an inspection and notify the Contractor in writing of any defects or

deficiencies, which require correction by the contractor. When the defects or deficiencies are corrected, and the Contractor has submitted to the Engineer the “as-constructed ”drawings, digital survey file and a written statement that all claims and demands of the Contractor for extra work or otherwise in connection with the Contract were presented in writing to the Engineer, the Engineer will recommend to the Owner to issue a Notice of Acceptance to the Contractor. The Owner, subject to their acceptance of the Engineer's recommendation, will issue the Notice of Acceptance.

Page 75: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 25

SECTION 2 - GENERAL CONDITIONS PROGRESS, COMPLETION OF WORK, AND PAYMENT

ARTICLE 47. PARTIAL COMPLETION

.1 If the Contractor considers that, by reason of climatic or similar problems beyond his reasonable control, not all the work can be performed or defects or deficiencies corrected promptly, he may in writing request the Engineer for a Notice of Partial Acceptance. Such request shall be accompanied by a written statement that all claims and demands of the Contractor for extra work or otherwise in connection with the work to be accepted have been presented in writing. If the Engineer considers such request to be reasonable, he will carry out an inspection and will notify the Contractor in writing of any defects or deficiencies which require correction before he will recommend partial acceptance. He will prepare an additional list of defects and deficiencies which in his opinion do not impair the usefulness to the Owner of the whole work and the correction of which may reasonably be deferred. This list shall show the amount, which the Engineer considers to be 200% of the cost of completing such work and correcting such defects and deficiencies. When all work has been performed and defects and deficiencies corrected other than those on this list, he will recommend to the Owner that a Notice of Partial Acceptance be issued to the Contractor. If the owner accepts this recommendation, he will issue a Notice of Partial Acceptance which shall list the work to be performed and the defects and deficiencies to be corrected and 200% of the estimated cost thereof. The Notice of Partial Acceptance shall fix a date within which all such works shall be performed and the defects and deficiencies corrected.

.2 The Owner may make his acceptance conditional on the Contractor providing written

consents of sureties under any Performance or Labour and Materials Payment Bonds or other evidence that no guarantor or surety will be relieved of his obligations.

.3 When all such work has been performed and the defects and deficiencies corrected, the

Contractor shall call for final inspection in accordance with Article 46 - Completion.

.4 If all work is not performed and all defects and deficiencies are not corrected by the date set out in the Notice of Partial Acceptance, the Owner may have the work performed and the defects and deficiencies corrected by any means he thinks suitable, and may recover the costs thereof from any money withheld from the Contractor or from the Contractor if such money is insufficient.

ARTICLE 48. FINAL PROGRESS PAYMENT

.1 The final progress payment certificate will be prepared following the issuance of the Notice of Acceptance. The Engineer will review with the Contractor all work quantities and all claims and demands of the Contractor for extra work in connection with the Contract. The final progress payment certificate will show the total amount of the payment due to the Contractor less the amount required to be retained under the Builder’s Lien Act whether a lien can be filed or not and less a 2% guarantee amount or five thousand ($5,000) dollars, guarantee amount, whichever is greater.

.2 The final progress payment shall be made by the Owner within thirty (30) days of the date of

the final progress payment certificate provided the Contractor supplies the Owner with a full and final payment receipt in respect of the work in the Contract, covering and including acknowledgment of full payment for the cost of all extra work and material furnished by the Contractor in the fulfillment of the works and all incidentals thereto and releasing the Owner from all claims whatsoever out of the Contract.

Page 76: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 26

SECTION 2 - GENERAL CONDITIONS PROGRESS, COMPLETION OF WORK, AND PAYMENT

ARTICLE 49. PROGRESS PAYMENT AFTER PARTIAL COMPLETION

.1 If the Owner issues a Notice of Partial Acceptance, the Engineer will prepare a Progress Payment Certificate in the same detail as required for a Final Progress Payment Certificate. From the amount shown on such certificate to be due to the Contractor shall be deducted the amount required to be retained under the applicable lien legislation and twice the amount shown on the Notice of Partial Acceptance to be 200% of the estimated cost of performing the remaining work and correcting the defects and deficiencies. Payment of the net amount due to the Contractor shall be made by the Owner within thirty (30) days of the date of this progress payment certificate. If the amount to be withheld in respect of work still to be performed or defects and deficiencies still to be corrected exceeds the amount otherwise payable to the Contractor, the excess shall be withheld from the amount of the lien holdback to be paid under the provisions of Article 50 - Release of Holdback.

ARTICLE 50. RELEASE OF HOLDBACK

.1 If applied for, the Certificate of Completion shall, in accordance with the Builder’s Lien Act, start the period within which liens must be filed. Otherwise, a Notice of Partial Acceptance or where none is issued, a Notice of Acceptance shall be conclusively deemed between the Owner and the Contractor to start the period within which liens must be filed by the Contractor in accordance with the Builder’s Lien Act.

.2 The Owner shall pay the holdback to the Contractor within fourteen (14) days of the expiry of

the statutory time release of holdback, provided that:

(a) The Contractor has provided to the Owner a Certificate from the proper office to register liens to prove that, as of a date two days after the expiry of the statutory period, no notice of lien or liens has been filed or other matters recorded to make effective any lien.

(b) The Contractor has complied with any conditions imposed by the Owner in his acceptance of the recommendation of the Engineer to issue a Notice of Partial Acceptance.

(c) The Workers' Compensation Board has, at the request of the Contractor, filed with the Owner a certificate that all assessments due to the Board by the Contractor have been paid; such certificate shall be dated after the expiry of the statutory period for filing liens.

(d) If in accordance with the Builder’s Lien Act, there is no person who can provide the certificate referred to in (a) above, the Contractor shall furnish to the Owner a Statutory Declaration, dated not earlier than seven (7) days after the expiry of the statutory lien period, stating that all materials, labour, work and services incurred directly or indirectly on account of the work have been paid for by the Contractor.

ARTICLE 51. RELEASE OF GUARANTEES

.1 The Performance Bond and 2% of the final contract price, or five thousand dollars, ($5,000), whichever is greater, or a letter of credit in lieu of the 2% amount or five thousand dollars, ($5,000), whichever is greater, will be held by the Owner for one year from the date of Notice of Acceptance.

.2 The 2% guarantee amount, or five thousand dollars ($5,000), guarantee amount, held back

during the one year guarantee period, or remaining portion thereof, will be released to the Contractor one year following Notice of Acceptance. No interest will be allowed.

Page 77: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 27

SECTION 2 - GENERAL CONDITIONS PROGRESS, COMPLETION OF WORK, AND PAYMENT

3. Prior to the expiration of the one year guarantee period and subsequent release of guarantees, the Owner, Engineer and Contractor shall conduct an inspection to determine that all deficiencies have been corrected and that no new defects or deficiencies exist in the materials or workmanship in respect to the works. Any faults corrected at this time will be covered as set out in Article 29 – Guarantee Period and sufficient guarantees retained for an additional one year period from acceptance of the replacement materials or rectified work.

4. As an alternate to Article 51.1 and Article 51.2, a Contractor may deposit with the City an

irrevocable letter of credit for $50,000 to cover the guarantee for all works undertaken for the City in any calendar year. This letter of credit would serve as an overall guarantee in place of individual guarantees for each project completed and would be renewed on its anniversary date each year. No interest will be allowed.

ARTICLE 52. INSURANCE

.1 The Contractor shall, at his own expense, provide the following insurance. Each policy shall contain a clause stating that: "This policy will not be cancelled or materially changed without the Insurer giving at least thirty (30) days written notice to the Owner.” Certified copies of these policies shall be filed by the Contractor with the Owner prior to commencement of the work. Wherever the word "Owner" or "Engineer" is to appear in these policies, the legal name shall be inserted. The Contractor shall ensure all Subcontractors comply with these insurance requirements. (REVISED NOVEMBER 2016)

.2 Builder's Risk Course of Construction Insurance:

(a) The Contractor shall at all times during construction and until all conditions of this

Contract (except guarantee provisions) have been fully complied with, keep all buildings, structures, works, equipment (other than Contractor's mobile equipment), and supplies, including materials which will form part of such building, works, or structure, which is the subject matter of this contract, insured in the name of the Owner and the Contractor for any amount not less than the Contract price against the following perils: "All risks of direct physical loss or damage from any cause whatsoever, including flood and earthquake. (REVISED NOVEMBER 2016)

(b) Such insurance shall be with Insurers and on forms acceptable to the Owner and shall contain the following clause: "It is agreed that the right to subrogation against the Owner and the Engineer or any of their parent, subsidiary, or affiliated companies or corporations or any employee thereof is hereby waived."

(c) Coverage shall be on an “All Risks” basis, subject to a deductible provision not exceeding $2,500 for any one occurrence. The following exclusions shall be deemed permissible (additional or modified exclusions subject to permission of the Owner). (REVISED NOVEMBER 2016)

(i) Any loss or use of occupancy howsoever caused; (ii) Penalties for non-completion of or delay in completion of Contract or non-

compliance with Contract conditions; (iii) Cost of making good faulty workmanship, construction, or design, but this

exclusion shall not apply to damage resulting from such faulty workmanship, construction, or design;

(iv) Wear, tear, normal upkeep, and normal making good; (v) Loss, damage, or liability occasioned by, happening through or in consequence

of war, invasion, hostilities, acts of foreign enemies, civil war, rebellion, insurrection, military or usurped power or martial law or confiscation by order of any government or public authority;

Page 78: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 28

SECTION 2 - GENERAL CONDITIONS PROGRESS, COMPLETION OF WORK, AND PAYMENT

(vi) Any weapon or war employing atomic fission or radioactive force whether in time of peace or war;

(vii) Claims or liability arising directly or indirectly from nuclear fission, nuclear fusion, or radioactive contamination;

(viii) Loss or damage caused by frost or freezing unless resulting from damage occasioned by fire and/or lighting and/or windstorm and/or hail and/or riot attending a strike and/or civil commotion and/or vehicles and/or smoke;

(ix) Loss due to disappearance or revealed by inventory shortage alone; (x) Mechanical breakdown, but this exclusion shall not be deemed to exclude loss

or damage arising as a consequence of mechanical breakdown; (xi) Infidelity of the Assured's employees; (xii) Loss or damage to material and/or equipment while in the course of ocean

marine shipment, but this exclusion shall not apply to shipments by regular coast-wise vessels, regular ferry lines, or railway car transfer barges;

(xiii) Automobiles or Contractor's equipment of every description.

.3 Liability Insurance:

(a) The Contractor shall buy and keep in force until twelve (12) months after the date of acceptance, and with respect to completed operations twenty-four (24) months, Comprehensive General Bodily Injury and Property Damage Liability Insurance. Such insurance shall be in the name of the Contractor, the Engineer and the Owner, and shall include a Cross Liability or Severability of Interest Clause. Such insurance shall be on a form and with an Insurer acceptable to the Owner. Both Personal Injury and Property Damage sections are to provide coverage on an "occurrence basis". Any property damage deductible shall not exceed $2,500 for any one occurrence. (REVISED NOVEMBER 2016)

(b) Exclusion pertaining to the following operations are to be deleted, if such operations are to be performed by the Contractor or anyone on his behalf:

(i) Blasting or use of explosives; (ii) Pile driving; (iii) Excavation; (iv) Underpinning, shoring or removal or rebuilding of support; (iv) Demolition.

(c) Such insurance shall indemnify the Contractor for claims arising out of all premises,

operations, subcontracted operations, completed operations, products, and for all liability for personal injury or property damage assumed by the Contractor under any contract or agreement (including this Contract). (REVISED NOVEMBER 2016)

(d) Such insurance shall be for the following minimum limits: Bodily Injury and Property Damage - $5,000,000 Inclusive. (REVISED NOVEMBER 2016)

.4 Owned and Non-Owned Automobile Insurance:

(a) The Contractor shall maintain, until all conditions of the Contract have been fully complied with, such insurance as required under the Insurance (Motor Vehicle) Act of British Columbia. Such insurance shall be for the following limits: (REVISED NOVEMBER 2016) Bodily Injury and Property Damage $3,000,000 Inclusive. (REVISED NOVEMBER 2016)

(b) The Contractor shall provide a Certificate of Insurance, ICBC for No. APV47 for owned or leased vehicles as evidence of third party motor vehicle insurance coverage. (REVISED NOVEMBER 2016)

Page 79: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Engineering Standards & Specifications November 2016 Edition – Revised November 2018

Page 2 - 29

SECTION 2 - GENERAL CONDITIONS PROGRESS, COMPLETION OF WORK, AND PAYMENT

.5 Contractor's Equipment Insurance:

(a) Notwithstanding anything contained elsewhere herein, it is understood and agreed that the Owner and/or Engineer will not be liable for any loss or damage to Contractor's equipment including loss of use thereof. Each and every policy insuring Contractor's equipment to be used on this project shall contain the following clause:

"It is agreed that the right to subrogation against the Owner and the Engineer or any of their parent, subsidiary or affiliated companies or corporations or any employee thereof is hereby waived."

ARTICLE 53. ARBITRATION

.1 In the case of any dispute between the Owner or the Engineer on his behalf, and the Contractor, during the progress of the work or afterwards, or after the determination of breach of Contract, as to any matter arising thereunder, either party hereto shall be entitled to give to the other notice of such dispute and to demand arbitration thereof. Such notice shall be in writing and shall specify the matter to be submitted to arbitration, and in it said party shall name a person to act as arbitrator; thereupon within fifteen (15) days after receipt of such written notice the other party by written notice shall chose and name a second arbitrator; the two (2) arbitrators so chosen shall forthwith jointly select a third arbitrator, giving written notice to both parties of the choice so made, and fixing a place and time for meeting not later than thirty (30) days thereafter, at which both parties may appear and be heard, touching such controversy relating to the matters aforesaid. In case the two (2) arbitrators shall fail to agree upon a third arbitrator, or in case the party notified of the demand for arbitration shall fail to name the second arbitrator within the time stipulated, such third arbitrator (or such second arbitrator as the case may be) upon the application of either party, of which the other shall be given notice, shall be named by a Justice of a Superior Court of the Province of British Columbia. The parties may agree to submit the matter to one (1) arbitrator, whose award shall be as binding as that of three (3) arbitrators.

.2 The submission and the arbitration proceedings shall be under the provisions of the

Arbitration Act of the Province of British Columbia provided nevertheless that any statutory limitation on the fees payable to the arbitrator or arbitrators shall be waived. The decision of the said arbitrator(s) shall be made in writing within thirty (30) days after the completion of hearings thereon, and when signed by a majority of them shall be final and conclusive upon the parties thereto.

.3 Arbitration proceedings shall not take place until after the completion or alleged completion

of the work except; (a) on a question of certificate for payment; or (b) in a case where either party claims that the matter in dispute is of such a nature as to make immediate arbitration proceedings necessary while the evidence is available. The arbitrator(s) in their decision shall determine which party shall bear all or a portion of the costs and expenses of the arbitration including the fees of the arbitrator(s), and said arbitrator(s) may in any such decision allocate such costs and expenses between the parties in such amounts as they may deem fair and equitable by reason of such decision.

Page 80: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS CONTENTS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 1

STANDARD SPECIFICATIONS SECTION NO. Specifications, Standards, or Methods 3.01 References 3.01A Supplementary Documents 3.01B City Bylaws 3.01C Construction Program 3.02 Temporary Construction Facilities 3.03 Special Tools, Operating Manuals, and Shop Drawings 3.04 Explosives 3.05 Blasting 3.06 Site Maintenance and Cleanup 3.07 Timing of Installation 3.08 Work within Road Rights-of-Way 3.09 WorkSafeBC 3.10 (REVISED NOVEMBER 2016) EXISTING STRUCTURES AND UTILITY WORKS Scope 3.20 Supply of Materials 3.21 Location of Structures 3.22 Protection, Adjustment and Salvage of Structures 3.23 Emergency Situations 3.24 Access Maintained 3.25 Curtailment of Utility Service 3.26 Support of Structures 3.27 Drainage Facilities 3.28 Work within Rail Rights-of-way 3.29 Highway Crossing 3.30 Electrical Power, Telephone, Television, City and Private Owned 3.31 Fibre Optics, Cables and Conduits Gas Pipelines 3.32 Power Line Crossing 3.33 Work in Vicinity of Overhead Power Lines 3.34 Relocation of Existing Piping 3.35 Watercourse Crossing 3.36 Detours 3.37 CLEARING AND GRUBBING Scope 3.50 Supply of Materials 3.51 Clearing and Grubbing 3.52 Burning 3.53 Merchantable Timber 3.54

Page 81: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS CONTENTS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 2

CONTROL OF PUBLIC TRAFFIC SECTION NO. Scope 3.60 Control of Public Traffic - General 3.61 Use of Flag Persons 3.62 Use of Traffic Control Devices 3.63

Page 82: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 3

3.01 SPECIFICATIONS, STANDARDS, OR METHODS .1 When references to the following capitalized abbreviations are made, they refer to

Specifications, Standards, or Methods of the respective Association. Abbreviations listed herein but not mentioned in the specifications shall be disregarded.

.2 The numbers and letters following the abbreviations denote the Association's serial

designation for the Specification or Standard to which reference is made. All references to these Specifications, Standards or Methods shall, in each instance, be understood to refer to the latest adopted revision, including all amendments

AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute AGA American Gas Association AIEEE American Institute of Electrical and Electronics Engineers AISC American Institute of Steel Construction AISI American Iron and Steel Institute ANSI American National Standards Institute ASCE American Society of Civil Engineers ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWWA American Water Works Association AWPA American Wood Preservers' Association AWS American Welding Society BCLNA British Columbia Landscaping and Nursery Trades Association BCNTA British Columbia Nursery Trades Association BCSLA British Columbia Society of Landscape Architects CEC Canadian Electrical Code CEMA Canadian Electrical Manufacturers Association CGA Canadian Gas Association CGSB Canadian General Standards Board CISC/ICCA Canadian Institute of Steel Construction CMHC Canada Mortgage and Housing Corporation CPCI Canadian Prestressed Concrete Institute CRCA Canadian Roofing Contractors Association CSA Canadian Standards Association CIU Canadian Institute of Underwriters Association CWB Canadian Welding Bureau CSPI Corrugated Steel Pipe Institute EEI Edison Electric Institute IEC International Electrotechnical Commission IET Institute of Engineers and Technology IEEE Institute of Electrical and Electronics Engineers, I (formerly IRE and IEE) IES Illuminating Engineering Society ICEA Insulated Cable Engineers Association ISA Instrument Society of America IOS International Organization for Standardization NEMA National Electrical Manufacturers Association MOTI Ministry of Transportation and Infrastructure NBC National Building Code of Canada NEC National Electrical Code

Page 83: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 4

NEMA National Electrical Manufacturers Association NESC National Electrical Safety Code NLGA National Lumber Grades Authority TAC Transportation Association of Canada SAE Society of Automotive Engineers UL Underwriters' Laboratories, Inc. WORKSAFEBC Workers' Compensation Board WCLIB West Coast Lumber Inspection Bureau (REVISED NOVEMBER 2016) .3 All static and dynamic units on drawings and specifications are S.I. units, conforming to

Can-3-Z234.2-73, the International System of Units (S.I.) and Can/CSAZ234.1, Metric Practice Guide.

.4 The S.I. Units accepted for the purpose of these standards, together with conversion factors

relating them to equivalent imperial units are tabulated as follows: ITEM BASIC SI

UNIT (SIU) ABBREVIATION

EQUIVALENT IMPERIAL UNIT (EIU)

CONVERSION FACTOR (CF) (CF X EIU=SIU)

Length metre m foot 0.3048 Length millimetre mm inch 25.4 Area square metre m2 square foot 0.0929 Area square metre m2 square yard 0.836 Volume cubic metre m3 cubic foot 0.0283 Volume cubic metre m3 cubic yard 0.765 Volume litre L imperial gallon 4.546 Mass kilogram kg pound 0.454 Mass tonne t ton (short) 0.907 Density kilogram per kg/m3 pound per cubic metre cubic inch 27,680.0 Temperature degree Celsius C degree Fahrenheit (F-32) x 5/9 = C

Page 84: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 5

ITEM BASIC SI

UNIT (SIU) ABBREVIATION

EQUIVALENT IMPERIAL UNIT (EIU)

CONVERSION FACTOR (CF) (CF X EIU=SIU)

Force newton N pound force 4.448 Pressure* kilopascal kPa pound per sq. inch 6.8948 Pressure* kilopascal kPa inch water column 0.2491 Pressure, stress (concrete)

megapascal MPa pound per sq. in. 0.0069

Volume flow

litre per second

l/s imperial gallon per minute

0.07758

Volume flow

cubic metre per second

m3/s cubic feet per second

0.0283

Volume flow

litre per second

l/s cubic feet per second

28.316

Power kilowatt kW horsepower

(electric) 0.746

Energy joule J British Thermal

Unit 1055.06

Illuminance lux lux footcandles 10.76391 Frequency hertz Hz Cycles per second 1.0

*As used in these standards, pressure shall mean gauge pressure unless otherwise noted.

Page 85: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 6

Standard Sieve Sizes EIU SI EIU SI EIU SI 4" 100 mm 1-1/2" 37.5 mm 3/8" 9.5 mm 3" 75 mm 1" 25 mm 1/4" 6.3 mm 2-1/2" 63 mm 3/4" 19 mm 2" 50 mm 1/2" 12.5 mm #4 4.75 mm #20 0.85 mm #60 0.25 mm #8 2.36 mm #30 0.6 mm #80 0.18 mm #10 2 mm #40 0.425 mm #100 0.15 mm #16 1.18 mm #50 0.3 mm #200 0.075 mm Standard Pipe Sizes EIU SI EIU SI EIU SI 1/2" 12.5 mm 4" 100 mm 15" 375 mm 3/4" 19.0 mm 6" 150 mm 18" 450 mm 1" 25.0 mm 8" 200 mm 21" 525 mm 1-1/2" 37.5 mm 10" 250 mm 24" 600 mm 2" 50.0 mm 12" 300 mm 42" 1050 mm 2-1/2" 65.0 mm Concrete Strengths EIU SI 2200 psi 15 MPa 2500 psi 18 MPa 2900 psi 20 MPa 3700 psi 25 MPa 4500 psi 30 MPa 5000 psi 36 MPa

Page 86: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 7

Reinforcing Steel Comparison of Imperial and Metric Sizes (Note: % difference based on area of bars in in2) IMPERIAL BAR METRIC BAR

SIZE AREA in2

AREA mm2

SIZE AREA in2

AREA mm2

METRIC BAR IS

#3 .11 71 10M .16 100 45% L #4 .20 129 10M .16 100 20% S #4 .20 129 15M .31 200 55% L #5 .31 200 15M .31 200 SAME #6 .44 284 20M .47 300 6.8% L #7 .60 387 20M .47 300 22% S #7 .60 387 25M .78 500 30% L #8 .79 510 25M .78 500 1.3% S #9 1.00 645 30M 1.09 700 9% L #10 1.27 819 30M 1.09 700 14% S #10 1.27 819 35M 1.55 1000 22% L #11 1.56 1006 35M 1.55 1000 0.6% S #14 2.25 1452 45M 2.33 1500 3.5% L #18 4.00 2581 55M 3.88 2500 3.0% S

L = LARGER S = SMALLER

Page 87: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 8

3.01A REFERENCE .1 The Manual of Engineering Standards and Specifications contains references to standard

specifications for testing, materials, manufacturing installation and design procedures. This section provides the full descriptive title of referenced specifications.

.2 All references listed shall be understood to refer to the latest adopted revision, including all

amendments. .3 All references listed and referred to by the Manual of Engineering Standards and

Specifications shall be part of the Manual as far as they are applicable to and not in consistent with the Manual.

SPEC NUMBER TITLE ANSI A 300 Standard Tree Care Operations ANSI B 16.1 Cast Iron Pipe Flanges and Flanged Fittings ANSI B 16.5 Standard Specification for Pipe Flanges and Flanged Fittings ANSI/IES RP-8 Roadway Lighting

ANSI/NSF 61 NSF/ANSI 61 Drinking Water System Components – Health Effects

ASTM 3261 Standard Specification for Butt Heat Fusion Polyethylene (PE) Plastaic Fittings for Polyetheylene (PE) Plastic Pipe and Tubing

ASTM A 48 Standard Specification for Gray Iron Castings

ASTM A 123/A 123M Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products

ASTM A 153 Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware

ASTM A 354 Standard Specification for Quenched and Tempered Alloy Steel Bolts, Studs, and Other Externally Threaded Fasteners

ASTM A 536 Standard Specification for Ductile Iron Castings ASTM A 563 Standard Specification for Carbon and Alloy Steel Nuts

ASTM A 653/A 653M Standard Specification for Steel Sheet, Zinc Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvanized) by the Hot-Dip Process

ASTM A 746 Standard Specifications for Ductile Iron Gravity Sewer Pipe

ASTM A 775 Standard Specification for Epoxy-Coated Reinforcing Steel Bars

ASTM A 775M Standard Specification for Epoxy-Coated Reinforcing Steel Bars

ASTM B 42 Standard Specification for Seamless Copper Pipe, Standard Sizes

ASTM B 62 Standard Specifications for Composition Bronze or Ounce Metal Castings

ASTM B 88 Standard Specification for Seamless Copper Water Tube

ASTM B 633 Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel

ASTM B 766 Standard Specification for Electrodeposited Coatings of Cadmium

Page 88: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 9

ASTM C 14M Standard Specification for Nonreinforced Concrete Sewer, Storm Drain, and Culvert Pipe (Metric)

ASTM C 33 Standard Specification for Concrete Aggregates ASTM C 55 Standard Specification for Concrete Building Brick

ASTM C 67 Standard Test Methods for Sampling and Testing Brick and Structural Clay Tile

ASTM C 76 Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe

ASTM C 76M Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe (Metric)

ASTM C 88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulphate or Magnesium Sulphate

ASTM C 117 Standard Test Method for Material Finer Than 0.075 mm (No. 200) Sieve in Mineral Aggregates by Washing

ASTM C 127 Standard Test Method for Relative Density (Specific Gravity) and Absorption of Coarse Aggregate

ASTM C 131 Standard Test Method for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine

ASTM C 136 Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates

ASTM C 140 Standard Test Methods for Sampling and Testing Concrete Masonry Units and Related Units

ASTM C 144 Standard Specification for Aggregate for Masonry Mortar

ASTM C 295 Standard Guide for Petrographic Examination of Aggregates for Concrete

ASTM C 309 Standard Specification for Liquid Membrane - Forming Compounds for Curing Concrete

ASTM C 443 Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets

ASTM C 443M Standard Specifications for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets (Metric)

ASTM C 478 Standard Specification for Circular Precast Reinforced Concrete Manhole Sections

ASTM C 579 Standard Test Methods for Compressive Strength of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings and Polymer Concretes

ASTM D 429 Standard Test Methods for Rubber Property - Adhesion to Rigid Substrates

ASTM D 638 Standard Test Method for Tensile Properties of Plastics ASTM D 751 Standard Test Methods for Coated Fabrics ASTM D 977 Standard Specification for Emulsified Asphalt

ASTM D 1248 Standard Specification for Polyethylene Plastics Extrusion Materials for Wire and Cable

ASTM D 1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN-m/m3))

Page 89: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 10

ASTM D 1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types)

ASTM D 2241 Standard Specification for Poly(Vinyl Chloride) (PVC) Pressure-Rated Pipe (SDR Series)

ASTM D 2412 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading

ASTM D 2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate

ASTM D 2466 Standard Specification for Poly (Vinlyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40

ASTM D 2467 Standard Specification for Poly (Vinlyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80

ASTM D 2564 Standard Specification for Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Pipe Systems

ASTM D 2657 Standard Practice for Heat Fusion Joining of Polyolefin Pipe and Fittings

ASTM D 2726 Standard Test Method for Bulks Specific Gravity and Density of Non-Absorptive Compacted Birtuminous Mixtures

ASTM D 3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings

ASTM D 3139 Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals

ASTM D 3549 Standard Test Method for Thickness or Height of Compacted Bituminous Paving Mixture Speciments

ASTM D 4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils

ASTM D 6928 Standard Test Method for Resistance of Coarse Aggregate to Degradation by Abrasion in the Micro-Deval Apparatus

ASTM D 6938 Standard Text Methods for In-Place Density and Water Content of Soil and Soil-Aggregate by Neclear Methods (Shallow Depth)

ASTM F 436 Standard Specification for Hardened Steel Washers

ASTM F 477 Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe

ASTM F 593 Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs

ASTM F 594 Standard Specification for Stainless Steel Nuts

ASTM F 679 Standard Specification for Poly(Vinyl Chloride) (PVC) Large Diameter Plastic Gravity Sewer Pipe and Fittings

AWWA C 104 Cement-Mortar Lining for Ductile-Iron Pipe and Fittings AWWA C 110 Ductile-Iron and Grey-Iron Fittings

AWWA C 111 Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings

AWWA C 150 Thickness Design of Ductile-Iron Pipe AWWA C 151 Ductile-Iron Pipe, Centrifugally Cast AWWA C 153 Ductile-Iron Compact Fittings

Page 90: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 11

AWWA C 200 Steel Water Pipe, 6in (150mm) and Larger AWWA C 203 Coal-Tar Protective Coatings and Linings for Steel Water AWWA C 206 Field Welding of Steel Water Pipe AWWA C 208 Dimensions for Fabricated Steel Water Pipe Fittings

AWWA C 209 Cold-Applied Tape Coatings for Steel Water Pipe, Special Sections, Connections and Fittings

AWWA C 210 Standard Specification for Liquid – Epoxy Coatings and Linings for Steel Water Pipe and Fittings

AWWA C 213 Standard Specification for Fusion – Bonded Epoxy Coatings and Linings for Steel Water Pipe and Fittings

AWWA C 219 Standard Specification for Bolted, Sleeve – Type Couplings for Plain – End Pipe

AWWA C 500 Metal Seated Gate Valves for Water and Sewerage Systems AWWA C 502 Dry-Barrel Fire Hydrants AWWA C 504 Rubber-Seated Butterfly Valves AWWA C 509 Resilient-Seated Gate Valves for Water Supply Service

AWWA C 600 Installation of Ductile Iron Water Mains and Their Appurtenances

AWWA C 651 Disinfecting Water Mains AWWA C 800 Underground Service Line Valves and Fittings

AWWA C 900 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 Inch Through 12 Inch (100mm through and 300mm), for Water Transmission Distribution

AWWA C 905 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 in. through 48 in. (350mm through 1200mm) for Water Transmission and Distribution

AWWA C 906 Standard Specification for Polyethylene (PE) Pressure Pipe and Fittings, 4 in. (100 mm) through 63 in. (1,600 mm), for Water Distribution and Transmission

AWWA M 11 Steel Pipe: A Guide for Design and Installation AWWA M 17 Installation, Field Testing, and Maintenance of Fire Hydrants

CAN/CSA A 23.1 Concrete Materials and Methods of Concrete Construction/Test Methods and Standard Practices for Concrete

CAN/CSA A 23.2 Methods of Test for Concrete CAN/CSA A 23.5 Supplementary Cementing Materials CAN/CSA A 3000 Cementitous Materials Compendium CAN/CSA 3 A 266.2 Chemical Admixtures for Concrete

CAN/CSA G 40.21 General Requirements for Rolled or Welded Structural Quality Steel / Structural Quality Steel

CAN/CSA Z 234.1 Canadian Metric Practice Guide CGSB 41 GP 25M Pipe, Polyethylene, for the Transport of Liquids CSA 22.2 No. 85 Standard Specifications for Rigid PVC Boxes and Fittings CSA 6164 Standard Specification for Concrete Masonry Units CSA B 137.3 Rigid Polyvinyl Chloride (PVC) Pipe for Pressure Applications CSA B 182.1 Plastic Drain and Sewer Pipe and Pipe Fittings CSA B 182.2 PSM Type PVC Sewer Pipe and Fittings CSA B 182.4 Profile PVC Sewer Pipe and Fittings

Page 91: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 12

CSA B 1800 Standard Specification for Thermoplastic Non-Pressure Piping Compendium

CSA C 22.2 No. 45.1 Canadian Electrical Code, Electrical Rigid Metal Conduit - Steel CSA C 22.2 No. 211.2 Canadian Electrical Code, Rigid PVC (Unplasticized) Conduit

CSA A 231.1/A 231.2 Standard Specification for Precast Concrete Paving Slabs/Precast Concrete Pavers

CSA G 30.3 Cold Drawn Steel Wire for Concrete Reinforcement CSA G 30.5 Welded Steel Wire Fabric for Concrete Reinforcement

CSA G 30.15 Welded Deformed Steel Wire Fabric for Concrete Reinforcement

CSA G 30.18 Carbon-Steel Bars for Concrete Reinforcement CSA G 164 Hot Dip Galvanizing of Irregularly Shaped Objects CSA S 16 Design of Steel Structures CSA S 157 Strength Design in Aluminum CSA S 269.3 Concrete Formwork

CSA W 48 Standard Specifications for Filler Metals and Allied Materials for Metal Arc Welding

CSA W 59 Welded Steel Construction (Metal Arc Welding)

CSA W 186 Welding of Reinforcing Bars in Reinforced Concrete Construction

IMSA 19-1 Standard Specifications for Polyethylene Insulated, Polyvinyl Chloride Jacketed Signal Cable

IMSA 50-2 Standard Specifications for Polyethylene Insulated, Polyethylene Jacketed, Loop Detector Lead-In Cable

MOTI SS 952 Contractor Supply Asphalt and Paving Materials for Highway Use

(REVISED NOVEMBER 2016)

Page 92: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 13

3.01B SUPPLEMENTARY DOCUMENTS

.1 The Manual of Engineering Standards and Specifications contains references to guidelines, governances, standards and strategies and reports. The intent of the supplemental documents is to provide additional information. Information provided in the supplemental documents does not replace or supersede the MoESS requirements.

(a) CNIB Position for Accessible Pedestrian Signals In Canada

www.cnib.ca/en/about/who/believe/documents/cnib APS position.doc (b) City of Nanaimo, Steep Slope Development Permit Area Guidelines

http://www.nanaimo.ca/assets/Departments/Community~Planning/Publications~and~Forms/SSguidelines.pdf

(c) City of Nanaimo, Traffic and Highway Installation Guidelines http://www.nanaimo.ca/EN/main/departments/Engineering-Public-Works/4490/traffic-highway-guidelines.html

(d) FHWA, Manual of Uniform Control Devices http://mutcd.fhwa.dot.gov/pdfs/2003/pdf-index.htm

(e) NCHRP, Report 672 - Roundabouts an Informational Guide http://www.trb.org/Main/Blurbs/164470.aspx

(f) Ministry of Transportation and Infrastructure, Manual of Standard Traffic Signs & Pavement Markings http://www.th.gov.bc.ca/publications/eng_publications/electrical/MoST_PM.pdf

(g) Motor Vehicle Act Regulations - Division 23 – Traffic Control Devices www.bclaws.ca/EPLibraries/bclaws_new/document/LOC/freeside/--%20M%20--/Motor%20Vehicle%20Act%20RSBC%201996%20c.%20318/05_Regulations/28_26_58%20Motor%20Vehicle%20Act%20Regulations/26_58_06.xml#part_division23

(h) BC Hydro, Street Light Information Management System (SLIM) https://www.bchydro.com/ex/streetlight/

(i) City of Nanaimo, Urban Forest Management Strategy http://www.nanaimo.ca/assets/Departments/Parks~Rec~Culture/Publications~and~Forms/UFMS2010.pdf

(j) BCLNA, British Columbia Landscape Standards http://bclna.com/bc-landscape-standards/

(k) City of Nanaimo, Invasive Plant Management Strategy http://www.nanaimo.ca/EN/main/departments/Community-Planning/Environmental-Planning/invasive-plants/invasive-plant-management-strategy.html (REVISED NOVEMBER 2016)

(l) Nanaimo Transportation Master Plan http://www.nanaimo.ca/assets/Departments/Engineering~Public~Works/Transportation~Master~Plan/2014-07-10%20Nanaimo%20Transportation%20Master%20Plan%20Final%20High%20Res.pdf (REVISED NOVEMBER 2016)

(m) City of Nanaimo, Erosion and Sediment Control Guideline https://www.nanaimo.ca/assets/Departments/Building~Inspection/Publications~and~Forms/erosion.pdf (REVISED NOVEMBER 2016)

Page 93: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 14

(n) Department of Fisheries and Oceans and the Ministry of Environment, Land Development Guidelines for the Protection of Aquatic Habitat

http://www.dfo-mpo.gc.ca/Library/165353.pdf (REVISED NOVEMBER 2016) (o) City of Nanaimo, Urban Forestry Management Strategy

https://www.nanaimo.ca/assets/Departments/Parks~Rec~Culture/Publications~and~Forms/UFMS2010.pdf (REVISED NOVEMBER 2016)

3.01C CITY BYLAWS (REVISED NOVEMBER 2016) .1 The Manual of Engineering Standards and Specifications shall be used in conjunction with

the most current City bylaws that impact construction.

(a) Building Bylaw No. 5693 http://www.nanaimo.ca/ByLaws/ViewBylaw/7224.pdf (b) Crossing Control Bylaw No. 5174

http://www.nanaimo.ca/UploadedFilesPath/Bylaws/B5174cons.pdf (c) Development Parking Regulations Bylaw No. 7013

http://www.nanaimo.ca/UploadedFilesPath/Bylaws/7013.pdf (d) Elimination of Dust Emissions Bylaw No. 4896

http://www.nanaimo.ca/ByLaws/ViewBylaw/4896.pdf (e) Flood Prevention Bylaw No. 5105

http://www.nanaimo.ca/ByLaws/ViewBylaw/5105.pdf (f) Management and Protection of Trees Bylaw No. 7126

http://www.nanaimo.ca/UploadedFilesPath/Bylaws/B7126.pdf (g) Noise Control Bylaw No. 4750

http://www.nanaimo.ca/UploadedFilesPath/Bylaws/4750.pdf (h) Official Community Plan Bylaw No. 6500

http://www.nanaimo.ca/assets/Departments/Community~Planning/Offical~Community~Plan~-~10~Year~Review/OfficialCommunityPlan2008.pdf

(i) Soil Removal and Depositing Regulation Bylaw No. 1747 http://www.nanaimo.ca/UploadedFilesPath/Bylaws/1747.pdf

(j) Sewer Regulation and Charge Bylaw No. 2496 http://www.nanaimo.ca/ByLaws/ViewBylaw/2496.pdf

(k) Storm Sewer Regulation and Charge Bylaw No. 3808 http://www.nanaimo.ca/UploadedFilesPath/Bylaws/3808.pdf

(l) Traffic and Highways Regulation Bylaw No. 5000 http://www.nanaimo.ca/UploadedFilesPath/Bylaws/3808.pdf

(m) Tree Protection Bylaw No. 7126 http://www.nanaimo.ca/UploadedFilesPath/Bylaws/B7126.pdf (n) Waterworks Rate and Regulation Bylaw No. 7004

http://www.nanaimo.ca/UploadedFilesPath/Bylaws/B7004cons.pdf (o) Zoning Bylaw No. 4500 http://www.nanaimo.ca/EN/main/departments/Current-Planning/Zoning.html

(REVISED NOVEMBER 2016)

Page 94: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 15

3.02 CONSTRUCTION PROGRAM .1 Prior to commencement of work specified herein, the Contractor shall submit to the

Engineer for approval, a written construction program summarizing his proposed construction methods and sequences.

.2 This program shall contain sufficient information on the following points for the Engineer

assess the practicability of the proposed methods: (a) Sources of aggregate (b) Stripping methods (c) Excavation and hauling methods (d) Compaction equipment and methods for each type of fill and aggregate (e) Watering and dewatering methods (f) Waste material disposal locations (g) Traffic control, if required (h) Provision for access to adjacent properties, if required (i) Hours of work 3.03 TEMPORARY CONSTRUCTION FACILITIES .1 Access Road: (a) Temporary roads shall be constructed as required for access to the working areas.

Access to temporary roads from public roads shall require prior written approval from the City of Nanaimo. Adequate drainage facilities in the form of ditches, culverts, or other conduits shall be installed as found necessary to maintain these roads. In the construction of access roads, existing drainage facilities, natural or otherwise, shall not be disturbed to the detriment of properties outside the working area and such facilities shall, unless otherwise provided elsewhere in the specifications, be restored to their original condition as far as is practical to do so on completion of the work.

.2 Sanitary Facilities: (a) Clean, sanitary, latrine accommodations shall be provided by the Contractor, and

shall be located and maintained such that they are not offensive to any property owner or member of the public. The use of these facilities by persons engaged in the work shall be strictly enforced.

(b) These facilities shall be removed by the Contractor at the conclusion of the work or when instructed to do so by the Owner.

3.04 SPECIAL TOOLS, OPERATING MANUALS, AND SHOP DRAWINGS .1 For installations which include mechanical and electrical equipment or machinery having

wearing parts and requiring periodical repair and adjustment, all special tools, wrenches, and accessories required for removing worn parts, making adjustments, and carrying out maintenance shall be supplied. All gauges, indicators, and lubricating devices necessary for the proper operation of the equipment shall be furnished.

Page 95: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 16

.2 With each piece of equipment, 4 sets of operating manuals and as-constructed shop drawings shall be supplied. The manuals should give the manufacturer's recommended maintenance schedules with the grades of lubricants required and instructions as to how the equipment may be taken apart for periodic inspection and replacement.

.3 The Contractor shall furnish all lubricating oils, greases, fuels, water, and power necessary

to operate all equipment furnished under this Contract for a period of time sufficient to indicate its full acceptance to the Engineer.

3.05 EXPLOSIVES .1 The General method of storage, handling, use and character of all explosives shall be

subject to the Accident Prevention Regulations covering explosives, pursuant to the Workers' Compensation Act of British Columbia and must conform to local police requirements.

.2 Explosives in excess of sixty-eight (68) kg shall be kept only in registered premises, which

have been licensed under the Explosives Act (Canada). 3.06 BLASTING .1 Blasting will be permitted only after securing the approval of the Owner. Damage caused

by blasting shall be repaired by the Contractor at his expense. The method and procedure employed for blasting shall be in accordance with Provincial and Municipal ordinances. The Contractor shall not do any blasting without first verifying that his insurance covers any loss of life or damage that may result from this work and includes a waiver of subrogation in favour of the Owner. The Owner, in granting approval for blasting, does not in any way assume responsibility for injury, loss of life, or damage that may result therefrom, and such approval shall not be construed as approval of the methods employed by the Contractor in blasting, the sole responsibility therefore being that of the Contractor.

3.07 SITE MAINTENANCE AND CLEANUP .1 The working areas shall be maintained in an orderly manner and shall not be encumbered

with equipment, materials, or debris. .2 Cleanup shall be a continuing process from the start of the work to final acceptance of the

project. The Contractor shall at all times, and without further order, keep property on which work is in progress free from accumulations of waste materials or rubbish caused by employees or by the work. Accumulations of waste materials which might constitute a fire hazard will not be permitted. Spillage from the Contractor's hauling vehicles on travelled public or private roads shall be promptly cleaned up. On completion of construction, the Contractor shall remove all temporary structures, rubbish, and waste materials resulting from his operations.

3.08 TIMING OF INSTALLATION .1 The Contractor shall schedule the work in a manner such that disruption of normal traffic

and inconvenience to residents in the working area is kept to a minimum. Resurfacing of roads, testing of pipe, and cleanup of the site shall be completed no later than 30 days following commencement of construction on any street block.

Page 96: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 17

.2 Departure from scheduling as specified above will be permitted only with the written consent

of the Owner to a request made by the Contractor. 3.09 WORK WITHIN ROAD RIGHTS-OF-WAY .1 All work within road rights-of-way shall be in strict conformance with, but shall not be limited

to, the following requirements: (a) Where one-way traffic cannot be avoided, adequate traffic control in the form of signs,

lights, barricades and/or flagmen or pilot cars must be provided. (b) Where detours are available, they must be adequately designated with proper signs. (c) Traffic must be restored to as near normal as possible when work is not in progress. (d) Surface runoff is to be prevented from seeping into trenches. (e) Excavation across entrances, whether private or commercial, shall be backfilled and

thoroughly compacted, within two hours unless otherwise approved in writing by the tenant or property owner.

(f) Open cut excavation shall not be left open overnight or on weekends unless there are workmen on duty and there is authorization by letter from the City of Nanaimo.

(g) Adequate signs, barriers, flares, etc., to ensure the safety of the public and traffic are to be provided at all times. Lights and flares are to be in good working order at all times and are to be checked daily. Lights that are not operational shall be removed from the worksite.

(h) Existing drainage courses and culverts are to be preserved and maintained as required.

(i) If the City of Nanaimo, at any time, deems it necessary, a workman from the Operations Division, City of Nanaimo, will be stationed at the work site to ensure that no damage is done to existing services.

.2 The Contractor shall make allowance in his tendered prices for all additional costs likely to

be incurred in conforming with the Ministry of Transportation and Infrastructure regulations when working on or near a highway or right-of-way under the jurisdiction of the Ministry of Transportation and Infrastructure.

3.10 WORKSAFEBC .1 The Contractor shall comply, at all times, with the current Workers Compensation Act and

the WorkSafeBC Occupational Health and Safety Regulation. .2 The Contractor shall have a current Occupational, Health & Safety Program and provide a

copy of this program to the Owner. .3 Prior to commencing work, the Contractor shall forward a copy of their WorkSafeBC Notice

of Project, Clearance Letter and Safety Program to the Owner. .4 If the Contractor is designated as the Prime Contractor, they shall fulfill the Prime

Contractor responsibilities as defined in: (REVISED NOVEMBER 2016)

(a) WorkSafeBC Occupational Health and Safety Regulation, Notice of project, Section 20.2, and Coordination of multiple employer workplaces, Section 20.3. (REVISED NOVEMBER 2016)

Page 97: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 18

(b) Workers Compensation Act (BC), Coordination at multiple-employer workplaces, Section 118, Subsections (1) & (2) and, (REVISED NOVEMBER 2016)

(c) General Requirements, Section 3.10 WorkSafeBC. (REVISED NOVEMBER 2016) .5 If the Contractor is designated as the Prime Contractor, they shall follow current

WorkSafeBC regulations. .6 The workplace may have the following known operations and/or site conditions that could

present a potential hazard to workers and other persons at the workplace. Other hazards may exist:

Example:

Asbestos Pipe Energized Equipment Confined Space Traffic >30km/h Underground Utilities Tree Removal Excavations Hazardous Materials Overhead Power Lines Mobile Equipment

.7 The City of Nanaimo has developed Safework Procedures for the guidance of Municipal Employees in addressing the aforementioned potential hazards. These procedures can be made available to the Contractor as reference in developing their own site specific safework procedures that will be utilized to protect the health and safety of all workers and persons on this project.

Page 98: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS EXISTING STRUCTURES AND UTILITY WORKS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 19

3.20 SCOPE .1 This specification refers to the location, protection, removal, and replacement of existing

structures and utility works. .2 Existing structures shall mean all existing pipes, ducts, ditches, or other works forming a

part of sewerage, drainage, water, telephone, electrical, gas or other utility systems as well as sidewalks, curbs, poles, fences, buildings, and other man-made things that may be encountered during construction.

3.21 SUPPLY OF MATERIALS .1 The Contractor shall supply all materials required for the specified location, protection,

removal, and replacement of existing structures. .2 Unless specified otherwise, materials supplied for replacement of existing structures shall

be at least equal to those being replaced. 3.22 LOCATION OF STRUCTURES .1 Prior to commencing any excavation the Contractor shall be responsible for locating

existing surface and underground structures that may affect the work or may be damaged during construction.

.2 Drawings or descriptions, verbal or otherwise, of existing structures or their location that are

given to the Contractor are intended only as an aid to his location of these structures. Measurements and location of the existing underground structures shown on the drawings are not guaranteed to be accurate, and must be verified by the Contractor prior to proceeding with construction.

.3 On request from the Engineer, the Contractor shall excavate and uncover underground

structures for the purpose of establishing line or grade for proposed installation of piping or other works.

3.23 PROTECTION, ADJUSTMENT, AND SALVAGE OF STRUCTURES .1 Unless authorization from the Engineer is received for their removal, underground and

surface structures encountered during construction shall be protected from damage. In the event of damage resulting from the construction operation, they shall be repaired or replaced at the contractor's sole expense to a condition which is at least the equivalent of that which existed prior to construction. On instructions from the Engineer certain works shall be salvaged and delivered to the City of Nanaimo Works Yard on Labieux Road.

.2 All asbestos cement pipe damaged or disturbed during construction shall be removed and

disposed of in accordance with WorkSafeBC regulations using proper safework practices. (REVISED NOVEMBER 2016)

Page 99: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS EXISTING STRUCTURES AND UTILITY WORKS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 20

3.24 EMERGENCY SITUATIONS .1 In emergency situations resulting from the construction operation, where life or property are

endangered, the Contractor shall immediately take whatever action is required to eliminate the danger and shall also notify the appropriate authorities of the situation.

.2 In the specific case of a water or sewer break, the contractor shall immediately notify the

Public Works Department at 250-758-5222. .3 During periods when the Contractor's personnel are not on the job (after hours and

weekends) at least one of the three Contractor's representatives in Nanaimo shall be available by phone contact. The names, addresses and phone numbers of the three Contractor’s representatives shall be filed with the Engineer prior to commencement of construction and this list shall be updated by the Contractor as is necessary.

.4 If the Contractor cannot be contacted to remedy the situation the Owner will take whatever

action deemed necessary to eliminate the danger and all costs incurred shall be borne by the Contractor.

3.25 ACCESS MAINTAINED .1 Existing hydrants, valve or manhole covers, valve boxes, curb stop boxes, fire or police call

boxes, and all other utility controls, warning systems, and appurtenances thereof shall not be obstructed or made inaccessible at any time by the construction work. Bridges, walks, or other temporary facilities shall be provided as may be necessary to ensure that these controls or warning systems are free for use in their normal manner at all times during construction.

3.26 CURTAILMENT OF UTILITY SERVICE .1 Where existing utilities such as water, sanitary sewer, storm sewer, electricity, telephone,

and gas are serving the public, work shall be planned and executed such that there is no curtailment of service provided by these utilities without prior receipt of approval of the authorities responsible for provision and maintenance of these utilities. The Contractor shall obtain the above approvals from the recognized authorities controlling these utilities. If approval for such disruption of utility service is not granted, the Contractor may be able to establish temporary facilities to provide continuous utility service during the course of construction. Such temporary facilities shall only be implemented after receiving the approval of the utility authority and all costs relating to the establishment of temporary services shall be borne by the Contractor.

.2 If the Contractor, after receiving approval of the responsible authorities, is to temporarily

close off an existing utility, he shall, unless otherwise authorized by the Engineer, notify individual users of the utility at least twenty-four (24) hours prior to the time of shut-off.

3.27 SUPPORT OF STRUCTURES .1 Existing structures other than pipes shall be protected against damage from settlement by

means of support or compaction of backfill as required. Support shall remain in place following backfill of excavations.

Page 100: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS EXISTING STRUCTURES AND UTILITY WORKS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 21

.2 Backfill which is placed under or adjacent to existing structures which have been

undermined during excavation shall be compacted in a manner which will prevent damage of the structure from settlement. Such backfill shall be of approved granular material suitable for compaction.

.3 For support of existing piping, other than asbestos cement or cast iron piping, refer to

Standard Drawing T-11 in Section 4 – Trench Excavation, Bedding and Backfill. .4 Where excavations for works cross underneath existing asbestos cement or cast iron

piping the existing pipe shall be replaced by the Contractor with PVC pipe approved by the Engineer or supported with a concrete grade beam refer to Standard Drawing No. T-11, Section 4 – Trench Excavation, Bedding and Backfill as determined by the Engineer.

3.28 DRAINAGE FACILITIES .1 Existing culverts, enclosed drains, flumes and ditches, and other drainage structures

affected by the work but left in place, shall be kept clear of excavated material at all times during construction. When it is necessary to temporarily remove an existing drainage structure, the Contractor shall provide suitable temporary ditches or other approved means of handling the drainage during construction.

.2 Culverts and drain pipes shall be replaced on line and grade at the time of trench

backfilling, in accordance with City of Nanaimo Standards and Specifications. .3 No chlorinated water shall be discharged into storm drainage facilities without prior approval

from the City Engineer. .4 Prior to, and during construction, the Contractor shall take full responsibility for controlling

erosion and sediment transfer by utilizing the guidelines contained in the handbook entitled, “Land Development Guidelines for the Protection of Aquatic Habitat”, by the Department of Fisheries and Oceans and the Ministry of Environment, to prevent discharge of sediment into City stormwater management systems and environmentally sensitive areas. It is incumbent for the contractor to acquire and be familiar with these guidelines.

3.29 WORK WITHIN RAIL RIGHTS-OF-WAY .1 Where construction occurs within Railway rights-of-way the Owner will obtain the necessary

permit for installation. The Contractor shall provide written notice to the local Superintendent of the Railway company at least 48 hours prior to commencement of work, with copies to the Engineer.

.2 The Contractor shall coordinate timing of installation, rail removal and replacement with the

Railway District Superintendent.

Page 101: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS EXISTING STRUCTURES AND UTILITY WORKS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 22

3.30 HIGHWAY CROSSING .1 Where construction occurs on Provincial Highway rights-of-way the Owner will obtain the

permit for Permission to Construct Works within Crown Lands. The Contractor shall be responsible for obtaining any other necessary construction permits and shall determine the complete requirements of the Ministry of Transportation and Infrastructure (MOTI). Installation within the right-of-way shall be strictly in conformance with MOTI requirements and regulations. If there is any conflict between MOTI requirements and these specifications, the MOTI requirements shall govern within the highway rights-of-way. The Contractor shall provide written notice to the MOTI at least 7 days prior to commencement of work with copies to the Engineer.

3.31 ELECTRICAL POWER, TELEPHONE, TELEVISION, CITY AND PRIVATE OWNED FIBRE

OPTICS, CABLES AND CONDUITS .1 Electrical power, telephone, television, city and private owned fibre optics, cables and

conduits may exist throughout the work area. B. C. Utility Companies shall be notified by the Contractor prior to excavation in the vicinity of any buried cables or ducts.

3.32 GAS PIPELINES .1 High pressure gas pipelines may exist throughout the area. The Contractor shall familiarize

themselves with the requirements and regulations of the Standard Practice Instruction of the Gas Utility Company, the Gas Act, and the Pipe-Line Act of the Province of British Columbia with regard to work carried out in the vicinity of these pipelines, and shall comply with such requirements and regulations.

.2 The local gas company shall be notified prior to excavation in the vicinity of buried gas

mains. 3.33 POWER LINE CROSSING .1 Where construction crosses British Columbia Hydro and Power Authority (BCH&PA) rights-

of-way, the Owner will obtain necessary permission beforehand. Construction within the right-of-way shall be strictly in conformance with BCH&PA requirements and regulations.

3.34 WORK IN VICINITY OF OVERHEAD POWER LINES .1 Equipment shall not be operated where it is possible to bring such equipment or any part of

the equipment within 3 metres of any energized electrical conductor unless the following safety precautions are taken by the Contractor:

(a) The utility company is notified, the line de-energized, or effectively guarded against

contact, or displaced or re-routed from the work area. (b) The Workers' Compensation Board prior to commencement of construction is notified

in accordance with their required procedure. (c) For high-voltage transmission lines, a greater clearance is provided, as determined by

the utility company.

Page 102: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS EXISTING STRUCTURES AND UTILITY WORKS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 23

3.35 RELOCATION OF EXISTING PIPING .1 Where existing underground piping parallels the centreline of the trench, or crosses the

trench centreline and intersects the pipe to be installed and must, in either case, be relocated, the Contractor shall make arrangements for the relocation of existing piping or shall, having received the approval of the authority responsible for maintenance of the existing pipe, remove and relocate existing piping with his own forces. Where existing pipes cross the centreline of the trench but do not intersect the pipe to be installed, the Contractor will not disturb the existing pipes.

3.36 WATERCOURSE CROSSING .1 Where a watercourse crossing is required as part of the construction, the crossing

construction shall be in accordance with the Ministry of Environment, Provincial Fish and Wildlife regulations and Federal Fisheries regulations where applicable.

.2 The Owner will obtain the necessary initial permission from the authority having jurisdiction

to construct works where a water course crossing is required. The Contractor shall provide written notice to the authority having jurisdiction at least seven (7) days prior to commencement of work, with copies to the Engineer.

3.37 DETOURS .1 All road closures and detours require approval from the City of Nanaimo. Applications for

detours shall be made by the Contractor to the City of Nanaimo in writing at least seven (7) days in advance of the detour going into effect. Where detours are permitted the City of Nanaimo will notify the fire, police and ambulance departments as well as the bus service prior to the detour going into effect.

.2 The Contractor shall notify the City of Nanaimo immediately following the resumption of

normal traffic flow.

Page 103: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS CLEARING AND GRUBBING

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 24

3.50 SCOPE .1 This specification refers to clearing and grubbing of the site for construction in the areas

delineated on the drawings or described in the specifications. 3.51 SUPPLY OF MATERIALS .1 The Contractor shall supply all materials required for clearing and grubbing. 3.52 CLEARING AND GRUBBING .1 The area shall be cleared and grubbed within the limits designated by the Engineer on the

site. .2 All trees and brush except those selected for preservation shall be cut, and along with all

stumps, logs, roots, rotten wood, and other organic materials shall be removed from the site.

.3 The above material shall be removed from the ground surface and to a minimum depth of

0.30 metres below. .4 All other rubbish and debris existing on the site shall be removed and disposed of. No

burning will be allowed. .5 Where selective clearing is required, trees or groups of trees as designated on the

drawings or marked by the Engineer in the field shall be preserved. .6 Trees shall be felled within the designated clearing area and those falling outside this area

shall be cut up and returned to the clearing area for disposal. .7 Individual leaning or dangerous trees or snags adjacent to, but outside the designated

clearing area, shall be cut and disposed of. Written permission shall be obtained from the Owner by the City of Nanaimo for this work.

.8 Excavations resulting from removal of tree trunks, roots, or other material shall be filled and

leveled by the Contractor as a part of the clearing and grubbing operation. 3.53 BURNING .1 No burning of wood waste, rubbish or debris is allowed in the City of Nanaimo. 3.54 MERCHANTABLE TIMBER .1 Merchantable timber cut during the clearing operation shall be trimmed of all branches and

stockpiled on the site at a location designated by the Engineer. Such timber will remain the property of the Owner unless otherwise noted in the contract documents.

.2 Removal of timber from dedicated road rights-of-way will be subject to permission from the

Ministry of Forests, Lands and Natural Resource Operations.(REVISED NOVEMBER 2016)

Page 104: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS CONTROL OF PUBLIC TRAFFIC

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 25

3.60 SCOPE .1 This specification refers to the control of public traffic in construction areas. 3.61 CONTROL OF PUBLIC TRAFFIC - GENERAL .1 The following general principles shall be maintained when performing construction or

maintenance work upon Municipal streets and thereby affecting traffic through movement, access to properties and/or parking.

.2 All control of public traffic will be carried out in accordance with the Ministry of

Transportation and Infrastructure Traffic Control Manual for Work on Roadways and WorkSafeBC regulations.

.3 Work on streets shall be completed as quickly as possible so as to only disrupt normal

street operation for the shortest possible time. .4 Proposed projects shall be planned in such a way as to keep work areas and interference

with traffic to a minimum. .5 Initial inspection of the site shall include observations of traffic intensity, property use and

extent of no parking. .6 All job equipment not in use shall be sorted in such a manner as not to create view

obstructions or unnecessary obstructions to vehicular or pedestrian traffic. .7 In certain instances, it may be required to perform construction jobs between traffic peaks,

which will be noted as a condition on the permit to construct works on the Public Road Allowance, i.e. 9:00 a.m. to 4:00 p.m.

.8 Emergency works shall have priority over traffic inconvenience insofar as is necessary to

correct the problem. Nevertheless, every effort must be made to provide protection for the public and workers.

.9 Partial or complete closure of major and collector roads requiring traffic detouring in at least

one direction must be approved by the City of Nanaimo at least seven days prior to the start of construction.

.10 No loose material like dirt, mud and debris should be allowed to accumulate or remain upon

any sidewalk, street or driveway. .11 At any time, a Police Officer can override these provisions.

Page 105: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS CONTROL OF PUBLIC TRAFFIC

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 26

3.62 USE OF FLAG PERSONS .1 Although the need for flag persons will be determined by the Engineer, it is generally

expected that they will be required in the following situations: (a) When public traffic is required to pass working vehicles or equipment which may

block all or part of the travelled roadway. (b) When it is necessary to institute a one-way traffic system through a construction area

or other blockage where traffic volumes are heavy, approach speeds are high, and a traffic signal system is not in use.

(c) Where workers and/or equipment are employed on the travelled way over the brow of a hill, around a sharp curve or at any other location where oncoming traffic would not otherwise have adequate warning of their presence.

(d) In high speed, high volume areas where temporary protection is required while other traffic control devices (barricades, cones, signs, etc.) are being erected or taken down.

(e) For emergency protection when other traffic control devices are not readily available. (f) In all situations where complete protection for workers, working equipment and public

traffic is not provided by other traffic control devices. (g) At the entrance to road closures and along detour routes where required. .2 Courtesy is of prime importance as many motorists tend to become irritable when held up

by road work for any length of time. Each flagperson shall be fully conversant with all aspects of the situation requiring the delay and shall be ready to explain the hold-up, and its approximate duration, if required.

.3 All flag persons must be trained and certified in a Traffic Control course acceptable to

WorkSafeBC. .4 Flag persons and their equipment shall conform to WorkSafeBC regulations. 3.63 USE OF TRAFFIC CONTROL DEVICES .1 Traffic control devices shall be placed immediately before the work commences, except

"parking restriction" signs which will be installed a minimum of 12 hours in advance. .2 Traffic control devices shall remain in place only as long as they are needed, and shall be

removed immediately thereafter. .3 Any traffic control device not required at any time during the work shall be removed from

view. .4 Traffic control devices used outside work hours (overnight, holidays and weekends) shall

be maintained to produce a safe effect and be minimal obstructions to traffic, parking or access. Flashing beacons will be used to completely and properly identify all sites at night.

.5 Traffic control devices shall at all times be in good repair. .6 Misapplication and excessive use of traffic control devices shall be avoided. This may

cause confusion and result in disrespect for the instruction.

Page 106: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS CONTROL OF PUBLIC TRAFFIC

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 27

.7 Detoured traffic shall be afforded maximum practical protection, convenience and guidance by the proper use of traffic control devices.

.8 Signs shall be mounted on weighted bases or folding frames, ensuring that they are held

rigidly and maintained in a proper position.

Page 107: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS CONTENTS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 1

STANDARD SPECIFICATIONS SECTION NO. Specifications, Standards, or Methods 3.01 References 3.01A Supplementary Documents 3.01B City Bylaws 3.01C Construction Program 3.02 Temporary Construction Facilities 3.03 Special Tools, Operating Manuals, and Shop Drawings 3.04 Explosives 3.05 Blasting 3.06 Site Maintenance and Cleanup 3.07 Timing of Installation 3.08 Work within Road Rights-of-Way 3.09 WorkSafeBC 3.10 (REVISED NOVEMBER 2016) EXISTING STRUCTURES AND UTILITY WORKS Scope 3.20 Supply of Materials 3.21 Location of Structures 3.22 Protection, Adjustment and Salvage of Structures 3.23 Emergency Situations 3.24 Access Maintained 3.25 Curtailment of Utility Service 3.26 Support of Structures 3.27 Drainage Facilities 3.28 Work within Rail Rights-of-way 3.29 Highway Crossing 3.30 Electrical Power, Telephone, Television, City and Private Owned 3.31 Fibre Optics, Cables and Conduits Gas Pipelines 3.32 Power Line Crossing 3.33 Work in Vicinity of Overhead Power Lines 3.34 Relocation of Existing Piping 3.35 Watercourse Crossing 3.36 Detours 3.37 CLEARING AND GRUBBING Scope 3.50 Supply of Materials 3.51 Clearing and Grubbing 3.52 Burning 3.53 Merchantable Timber 3.54

Page 108: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS CONTENTS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 2

CONTROL OF PUBLIC TRAFFIC SECTION NO. Scope 3.60 Control of Public Traffic - General 3.61 Use of Flag Persons 3.62 Use of Traffic Control Devices 3.63

Page 109: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 3

3.01 SPECIFICATIONS, STANDARDS, OR METHODS .1 When references to the following capitalized abbreviations are made, they refer to

Specifications, Standards, or Methods of the respective Association. Abbreviations listed herein but not mentioned in the specifications shall be disregarded.

.2 The numbers and letters following the abbreviations denote the Association's serial

designation for the Specification or Standard to which reference is made. All references to these Specifications, Standards or Methods shall, in each instance, be understood to refer to the latest adopted revision, including all amendments

AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute AGA American Gas Association AIEEE American Institute of Electrical and Electronics Engineers AISC American Institute of Steel Construction AISI American Iron and Steel Institute ANSI American National Standards Institute ASCE American Society of Civil Engineers ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWWA American Water Works Association AWPA American Wood Preservers' Association AWS American Welding Society BCLNA British Columbia Landscaping and Nursery Trades Association BCNTA British Columbia Nursery Trades Association BCSLA British Columbia Society of Landscape Architects CEC Canadian Electrical Code CEMA Canadian Electrical Manufacturers Association CGA Canadian Gas Association CGSB Canadian General Standards Board CISC/ICCA Canadian Institute of Steel Construction CMHC Canada Mortgage and Housing Corporation CPCI Canadian Prestressed Concrete Institute CRCA Canadian Roofing Contractors Association CSA Canadian Standards Association CIU Canadian Institute of Underwriters Association CWB Canadian Welding Bureau CSPI Corrugated Steel Pipe Institute EEI Edison Electric Institute IEC International Electrotechnical Commission IET Institute of Engineers and Technology IEEE Institute of Electrical and Electronics Engineers, I (formerly IRE and IEE) IES Illuminating Engineering Society ICEA Insulated Cable Engineers Association ISA Instrument Society of America IOS International Organization for Standardization NEMA National Electrical Manufacturers Association MOTI Ministry of Transportation and Infrastructure NBC National Building Code of Canada NEC National Electrical Code

Page 110: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 4

NEMA National Electrical Manufacturers Association NESC National Electrical Safety Code NLGA National Lumber Grades Authority TAC Transportation Association of Canada SAE Society of Automotive Engineers UL Underwriters' Laboratories, Inc. WORKSAFEBC Workers' Compensation Board WCLIB West Coast Lumber Inspection Bureau (REVISED NOVEMBER 2016) .3 All static and dynamic units on drawings and specifications are S.I. units, conforming to

Can-3-Z234.2-73, the International System of Units (S.I.) and Can/CSAZ234.1, Metric Practice Guide.

.4 The S.I. Units accepted for the purpose of these standards, together with conversion factors

relating them to equivalent imperial units are tabulated as follows: ITEM BASIC SI

UNIT (SIU) ABBREVIATION

EQUIVALENT IMPERIAL UNIT (EIU)

CONVERSION FACTOR (CF) (CF X EIU=SIU)

Length metre m foot 0.3048 Length millimetre mm inch 25.4 Area square metre m2 square foot 0.0929 Area square metre m2 square yard 0.836 Volume cubic metre m3 cubic foot 0.0283 Volume cubic metre m3 cubic yard 0.765 Volume litre L imperial gallon 4.546 Mass kilogram kg pound 0.454 Mass tonne t ton (short) 0.907 Density kilogram per kg/m3 pound per cubic metre cubic inch 27,680.0 Temperature degree Celsius C degree Fahrenheit (F-32) x 5/9 = C

Page 111: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 5

ITEM BASIC SI

UNIT (SIU) ABBREVIATION

EQUIVALENT IMPERIAL UNIT (EIU)

CONVERSION FACTOR (CF) (CF X EIU=SIU)

Force newton N pound force 4.448 Pressure* kilopascal kPa pound per sq. inch 6.8948 Pressure* kilopascal kPa inch water column 0.2491 Pressure, stress (concrete)

megapascal MPa pound per sq. in. 0.0069

Volume flow

litre per second

l/s imperial gallon per minute

0.07758

Volume flow

cubic metre per second

m3/s cubic feet per second

0.0283

Volume flow

litre per second

l/s cubic feet per second

28.316

Power kilowatt kW horsepower

(electric) 0.746

Energy joule J British Thermal

Unit 1055.06

Illuminance lux lux footcandles 10.76391 Frequency hertz Hz Cycles per second 1.0

*As used in these standards, pressure shall mean gauge pressure unless otherwise noted.

Page 112: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 6

Standard Sieve Sizes EIU SI EIU SI EIU SI 4" 100 mm 1-1/2" 37.5 mm 3/8" 9.5 mm 3" 75 mm 1" 25 mm 1/4" 6.3 mm 2-1/2" 63 mm 3/4" 19 mm 2" 50 mm 1/2" 12.5 mm #4 4.75 mm #20 0.85 mm #60 0.25 mm #8 2.36 mm #30 0.6 mm #80 0.18 mm #10 2 mm #40 0.425 mm #100 0.15 mm #16 1.18 mm #50 0.3 mm #200 0.075 mm Standard Pipe Sizes EIU SI EIU SI EIU SI 1/2" 12.5 mm 4" 100 mm 15" 375 mm 3/4" 19.0 mm 6" 150 mm 18" 450 mm 1" 25.0 mm 8" 200 mm 21" 525 mm 1-1/2" 37.5 mm 10" 250 mm 24" 600 mm 2" 50.0 mm 12" 300 mm 42" 1050 mm 2-1/2" 65.0 mm Concrete Strengths EIU SI 2200 psi 15 MPa 2500 psi 18 MPa 2900 psi 20 MPa 3700 psi 25 MPa 4500 psi 30 MPa 5000 psi 36 MPa

Page 113: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 7

Reinforcing Steel Comparison of Imperial and Metric Sizes (Note: % difference based on area of bars in in2) IMPERIAL BAR METRIC BAR

SIZE AREA in2

AREA mm2

SIZE AREA in2

AREA mm2

METRIC BAR IS

#3 .11 71 10M .16 100 45% L #4 .20 129 10M .16 100 20% S #4 .20 129 15M .31 200 55% L #5 .31 200 15M .31 200 SAME #6 .44 284 20M .47 300 6.8% L #7 .60 387 20M .47 300 22% S #7 .60 387 25M .78 500 30% L #8 .79 510 25M .78 500 1.3% S #9 1.00 645 30M 1.09 700 9% L #10 1.27 819 30M 1.09 700 14% S #10 1.27 819 35M 1.55 1000 22% L #11 1.56 1006 35M 1.55 1000 0.6% S #14 2.25 1452 45M 2.33 1500 3.5% L #18 4.00 2581 55M 3.88 2500 3.0% S

L = LARGER S = SMALLER

Page 114: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 8

3.01A REFERENCE .1 The Manual of Engineering Standards and Specifications contains references to standard

specifications for testing, materials, manufacturing installation and design procedures. This section provides the full descriptive title of referenced specifications.

.2 All references listed shall be understood to refer to the latest adopted revision, including all

amendments. .3 All references listed and referred to by the Manual of Engineering Standards and

Specifications shall be part of the Manual as far as they are applicable to and not in consistent with the Manual.

SPEC NUMBER TITLE ANSI A 300 Standard Tree Care Operations ANSI B 16.1 Cast Iron Pipe Flanges and Flanged Fittings ANSI B 16.5 Standard Specification for Pipe Flanges and Flanged Fittings ANSI/IES RP-8 Roadway Lighting

ANSI/NSF 61 NSF/ANSI 61 Drinking Water System Components – Health Effects

ASTM 3261 Standard Specification for Butt Heat Fusion Polyethylene (PE) Plastaic Fittings for Polyetheylene (PE) Plastic Pipe and Tubing

ASTM A 48 Standard Specification for Gray Iron Castings

ASTM A 123/A 123M Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products

ASTM A 153 Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware

ASTM A 354 Standard Specification for Quenched and Tempered Alloy Steel Bolts, Studs, and Other Externally Threaded Fasteners

ASTM A 536 Standard Specification for Ductile Iron Castings ASTM A 563 Standard Specification for Carbon and Alloy Steel Nuts

ASTM A 653/A 653M Standard Specification for Steel Sheet, Zinc Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvanized) by the Hot-Dip Process

ASTM A 746 Standard Specifications for Ductile Iron Gravity Sewer Pipe

ASTM A 775 Standard Specification for Epoxy-Coated Reinforcing Steel Bars

ASTM A 775M Standard Specification for Epoxy-Coated Reinforcing Steel Bars

ASTM B 42 Standard Specification for Seamless Copper Pipe, Standard Sizes

ASTM B 62 Standard Specifications for Composition Bronze or Ounce Metal Castings

ASTM B 88 Standard Specification for Seamless Copper Water Tube

ASTM B 633 Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel

ASTM B 766 Standard Specification for Electrodeposited Coatings of Cadmium

Page 115: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 9

ASTM C 14M Standard Specification for Nonreinforced Concrete Sewer, Storm Drain, and Culvert Pipe (Metric)

ASTM C 33 Standard Specification for Concrete Aggregates ASTM C 55 Standard Specification for Concrete Building Brick

ASTM C 67 Standard Test Methods for Sampling and Testing Brick and Structural Clay Tile

ASTM C 76 Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe

ASTM C 76M Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe (Metric)

ASTM C 88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulphate or Magnesium Sulphate

ASTM C 117 Standard Test Method for Material Finer Than 0.075 mm (No. 200) Sieve in Mineral Aggregates by Washing

ASTM C 127 Standard Test Method for Relative Density (Specific Gravity) and Absorption of Coarse Aggregate

ASTM C 131 Standard Test Method for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine

ASTM C 136 Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates

ASTM C 140 Standard Test Methods for Sampling and Testing Concrete Masonry Units and Related Units

ASTM C 144 Standard Specification for Aggregate for Masonry Mortar

ASTM C 295 Standard Guide for Petrographic Examination of Aggregates for Concrete

ASTM C 309 Standard Specification for Liquid Membrane - Forming Compounds for Curing Concrete

ASTM C 443 Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets

ASTM C 443M Standard Specifications for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets (Metric)

ASTM C 478 Standard Specification for Circular Precast Reinforced Concrete Manhole Sections

ASTM C 579 Standard Test Methods for Compressive Strength of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings and Polymer Concretes

ASTM D 429 Standard Test Methods for Rubber Property - Adhesion to Rigid Substrates

ASTM D 638 Standard Test Method for Tensile Properties of Plastics ASTM D 751 Standard Test Methods for Coated Fabrics ASTM D 977 Standard Specification for Emulsified Asphalt

ASTM D 1248 Standard Specification for Polyethylene Plastics Extrusion Materials for Wire and Cable

ASTM D 1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN-m/m3))

Page 116: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 10

ASTM D 1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types)

ASTM D 2241 Standard Specification for Poly(Vinyl Chloride) (PVC) Pressure-Rated Pipe (SDR Series)

ASTM D 2412 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading

ASTM D 2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate

ASTM D 2466 Standard Specification for Poly (Vinlyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40

ASTM D 2467 Standard Specification for Poly (Vinlyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80

ASTM D 2564 Standard Specification for Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Pipe Systems

ASTM D 2657 Standard Practice for Heat Fusion Joining of Polyolefin Pipe and Fittings

ASTM D 2726 Standard Test Method for Bulks Specific Gravity and Density of Non-Absorptive Compacted Birtuminous Mixtures

ASTM D 3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings

ASTM D 3139 Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals

ASTM D 3549 Standard Test Method for Thickness or Height of Compacted Bituminous Paving Mixture Speciments

ASTM D 4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils

ASTM D 6928 Standard Test Method for Resistance of Coarse Aggregate to Degradation by Abrasion in the Micro-Deval Apparatus

ASTM D 6938 Standard Text Methods for In-Place Density and Water Content of Soil and Soil-Aggregate by Neclear Methods (Shallow Depth)

ASTM F 436 Standard Specification for Hardened Steel Washers

ASTM F 477 Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe

ASTM F 593 Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs

ASTM F 594 Standard Specification for Stainless Steel Nuts

ASTM F 679 Standard Specification for Poly(Vinyl Chloride) (PVC) Large Diameter Plastic Gravity Sewer Pipe and Fittings

AWWA C 104 Cement-Mortar Lining for Ductile-Iron Pipe and Fittings AWWA C 110 Ductile-Iron and Grey-Iron Fittings

AWWA C 111 Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings

AWWA C 150 Thickness Design of Ductile-Iron Pipe AWWA C 151 Ductile-Iron Pipe, Centrifugally Cast AWWA C 153 Ductile-Iron Compact Fittings

Page 117: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 11

AWWA C 200 Steel Water Pipe, 6in (150mm) and Larger AWWA C 203 Coal-Tar Protective Coatings and Linings for Steel Water AWWA C 206 Field Welding of Steel Water Pipe AWWA C 208 Dimensions for Fabricated Steel Water Pipe Fittings

AWWA C 209 Cold-Applied Tape Coatings for Steel Water Pipe, Special Sections, Connections and Fittings

AWWA C 210 Standard Specification for Liquid – Epoxy Coatings and Linings for Steel Water Pipe and Fittings

AWWA C 213 Standard Specification for Fusion – Bonded Epoxy Coatings and Linings for Steel Water Pipe and Fittings

AWWA C 219 Standard Specification for Bolted, Sleeve – Type Couplings for Plain – End Pipe

AWWA C 500 Metal Seated Gate Valves for Water and Sewerage Systems AWWA C 502 Dry-Barrel Fire Hydrants AWWA C 504 Rubber-Seated Butterfly Valves AWWA C 509 Resilient-Seated Gate Valves for Water Supply Service

AWWA C 600 Installation of Ductile Iron Water Mains and Their Appurtenances

AWWA C 651 Disinfecting Water Mains AWWA C 800 Underground Service Line Valves and Fittings

AWWA C 900 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 Inch Through 12 Inch (100mm through and 300mm), for Water Transmission Distribution

AWWA C 905 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 in. through 48 in. (350mm through 1200mm) for Water Transmission and Distribution

AWWA C 906 Standard Specification for Polyethylene (PE) Pressure Pipe and Fittings, 4 in. (100 mm) through 63 in. (1,600 mm), for Water Distribution and Transmission

AWWA M 11 Steel Pipe: A Guide for Design and Installation AWWA M 17 Installation, Field Testing, and Maintenance of Fire Hydrants

CAN/CSA A 23.1 Concrete Materials and Methods of Concrete Construction/Test Methods and Standard Practices for Concrete

CAN/CSA A 23.2 Methods of Test for Concrete CAN/CSA A 23.5 Supplementary Cementing Materials CAN/CSA A 3000 Cementitous Materials Compendium CAN/CSA 3 A 266.2 Chemical Admixtures for Concrete

CAN/CSA G 40.21 General Requirements for Rolled or Welded Structural Quality Steel / Structural Quality Steel

CAN/CSA Z 234.1 Canadian Metric Practice Guide CGSB 41 GP 25M Pipe, Polyethylene, for the Transport of Liquids CSA 22.2 No. 85 Standard Specifications for Rigid PVC Boxes and Fittings CSA 6164 Standard Specification for Concrete Masonry Units CSA B 137.3 Rigid Polyvinyl Chloride (PVC) Pipe for Pressure Applications CSA B 182.1 Plastic Drain and Sewer Pipe and Pipe Fittings CSA B 182.2 PSM Type PVC Sewer Pipe and Fittings CSA B 182.4 Profile PVC Sewer Pipe and Fittings

Page 118: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 12

CSA B 1800 Standard Specification for Thermoplastic Non-Pressure Piping Compendium

CSA C 22.2 No. 45.1 Canadian Electrical Code, Electrical Rigid Metal Conduit - Steel CSA C 22.2 No. 211.2 Canadian Electrical Code, Rigid PVC (Unplasticized) Conduit

CSA A 231.1/A 231.2 Standard Specification for Precast Concrete Paving Slabs/Precast Concrete Pavers

CSA G 30.3 Cold Drawn Steel Wire for Concrete Reinforcement CSA G 30.5 Welded Steel Wire Fabric for Concrete Reinforcement

CSA G 30.15 Welded Deformed Steel Wire Fabric for Concrete Reinforcement

CSA G 30.18 Carbon-Steel Bars for Concrete Reinforcement CSA G 164 Hot Dip Galvanizing of Irregularly Shaped Objects CSA S 16 Design of Steel Structures CSA S 157 Strength Design in Aluminum CSA S 269.3 Concrete Formwork

CSA W 48 Standard Specifications for Filler Metals and Allied Materials for Metal Arc Welding

CSA W 59 Welded Steel Construction (Metal Arc Welding)

CSA W 186 Welding of Reinforcing Bars in Reinforced Concrete Construction

IMSA 19-1 Standard Specifications for Polyethylene Insulated, Polyvinyl Chloride Jacketed Signal Cable

IMSA 50-2 Standard Specifications for Polyethylene Insulated, Polyethylene Jacketed, Loop Detector Lead-In Cable

MOTI SS 952 Contractor Supply Asphalt and Paving Materials for Highway Use

(REVISED NOVEMBER 2016)

Page 119: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 13

3.01B SUPPLEMENTARY DOCUMENTS

.1 The Manual of Engineering Standards and Specifications contains references to guidelines, governances, standards and strategies and reports. The intent of the supplemental documents is to provide additional information. Information provided in the supplemental documents does not replace or supersede the MoESS requirements.

(a) CNIB Position for Accessible Pedestrian Signals In Canada

www.cnib.ca/en/about/who/believe/documents/cnib APS position.doc (b) City of Nanaimo, Steep Slope Development Permit Area Guidelines

http://www.nanaimo.ca/assets/Departments/Community~Planning/Publications~and~Forms/SSguidelines.pdf

(c) City of Nanaimo, Traffic and Highway Installation Guidelines http://www.nanaimo.ca/EN/main/departments/Engineering-Public-Works/4490/traffic-highway-guidelines.html

(d) FHWA, Manual of Uniform Control Devices http://mutcd.fhwa.dot.gov/pdfs/2003/pdf-index.htm

(e) NCHRP, Report 672 - Roundabouts an Informational Guide http://www.trb.org/Main/Blurbs/164470.aspx

(f) Ministry of Transportation and Infrastructure, Manual of Standard Traffic Signs & Pavement Markings http://www.th.gov.bc.ca/publications/eng_publications/electrical/MoST_PM.pdf

(g) Motor Vehicle Act Regulations - Division 23 – Traffic Control Devices www.bclaws.ca/EPLibraries/bclaws_new/document/LOC/freeside/--%20M%20--/Motor%20Vehicle%20Act%20RSBC%201996%20c.%20318/05_Regulations/28_26_58%20Motor%20Vehicle%20Act%20Regulations/26_58_06.xml#part_division23

(h) BC Hydro, Street Light Information Management System (SLIM) https://www.bchydro.com/ex/streetlight/

(i) City of Nanaimo, Urban Forest Management Strategy http://www.nanaimo.ca/assets/Departments/Parks~Rec~Culture/Publications~and~Forms/UFMS2010.pdf

(j) BCLNA, British Columbia Landscape Standards http://bclna.com/bc-landscape-standards/

(k) City of Nanaimo, Invasive Plant Management Strategy http://www.nanaimo.ca/EN/main/departments/Community-Planning/Environmental-Planning/invasive-plants/invasive-plant-management-strategy.html (REVISED NOVEMBER 2016)

(l) Nanaimo Transportation Master Plan http://www.nanaimo.ca/assets/Departments/Engineering~Public~Works/Transportation~Master~Plan/2014-07-10%20Nanaimo%20Transportation%20Master%20Plan%20Final%20High%20Res.pdf (REVISED NOVEMBER 2016)

(m) City of Nanaimo, Erosion and Sediment Control Guideline https://www.nanaimo.ca/assets/Departments/Building~Inspection/Publications~and~Forms/erosion.pdf (REVISED NOVEMBER 2016)

Page 120: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 14

(n) Department of Fisheries and Oceans and the Ministry of Environment, Land Development Guidelines for the Protection of Aquatic Habitat

http://www.dfo-mpo.gc.ca/Library/165353.pdf (REVISED NOVEMBER 2016) (o) City of Nanaimo, Urban Forestry Management Strategy

https://www.nanaimo.ca/assets/Departments/Parks~Rec~Culture/Publications~and~Forms/UFMS2010.pdf (REVISED NOVEMBER 2016)

3.01C CITY BYLAWS (REVISED NOVEMBER 2016) .1 The Manual of Engineering Standards and Specifications shall be used in conjunction with

the most current City bylaws that impact construction.

(a) Building Bylaw No. 5693 http://www.nanaimo.ca/ByLaws/ViewBylaw/7224.pdf (b) Crossing Control Bylaw No. 5174

http://www.nanaimo.ca/UploadedFilesPath/Bylaws/B5174cons.pdf (c) Development Parking Regulations Bylaw No. 7013

http://www.nanaimo.ca/UploadedFilesPath/Bylaws/7013.pdf (d) Elimination of Dust Emissions Bylaw No. 4896

http://www.nanaimo.ca/ByLaws/ViewBylaw/4896.pdf (e) Flood Prevention Bylaw No. 5105

http://www.nanaimo.ca/ByLaws/ViewBylaw/5105.pdf (f) Management and Protection of Trees Bylaw No. 7126

http://www.nanaimo.ca/UploadedFilesPath/Bylaws/B7126.pdf (g) Noise Control Bylaw No. 4750

http://www.nanaimo.ca/UploadedFilesPath/Bylaws/4750.pdf (h) Official Community Plan Bylaw No. 6500

http://www.nanaimo.ca/assets/Departments/Community~Planning/Offical~Community~Plan~-~10~Year~Review/OfficialCommunityPlan2008.pdf

(i) Soil Removal and Depositing Regulation Bylaw No. 1747 http://www.nanaimo.ca/UploadedFilesPath/Bylaws/1747.pdf

(j) Sewer Regulation and Charge Bylaw No. 2496 http://www.nanaimo.ca/ByLaws/ViewBylaw/2496.pdf

(k) Storm Sewer Regulation and Charge Bylaw No. 3808 http://www.nanaimo.ca/UploadedFilesPath/Bylaws/3808.pdf

(l) Traffic and Highways Regulation Bylaw No. 5000 http://www.nanaimo.ca/UploadedFilesPath/Bylaws/3808.pdf

(m) Tree Protection Bylaw No. 7126 http://www.nanaimo.ca/UploadedFilesPath/Bylaws/B7126.pdf (n) Waterworks Rate and Regulation Bylaw No. 7004

http://www.nanaimo.ca/UploadedFilesPath/Bylaws/B7004cons.pdf (o) Zoning Bylaw No. 4500 http://www.nanaimo.ca/EN/main/departments/Current-Planning/Zoning.html

(REVISED NOVEMBER 2016)

Page 121: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 15

3.02 CONSTRUCTION PROGRAM .1 Prior to commencement of work specified herein, the Contractor shall submit to the

Engineer for approval, a written construction program summarizing his proposed construction methods and sequences.

.2 This program shall contain sufficient information on the following points for the Engineer

assess the practicability of the proposed methods: (a) Sources of aggregate (b) Stripping methods (c) Excavation and hauling methods (d) Compaction equipment and methods for each type of fill and aggregate (e) Watering and dewatering methods (f) Waste material disposal locations (g) Traffic control, if required (h) Provision for access to adjacent properties, if required (i) Hours of work 3.03 TEMPORARY CONSTRUCTION FACILITIES .1 Access Road: (a) Temporary roads shall be constructed as required for access to the working areas.

Access to temporary roads from public roads shall require prior written approval from the City of Nanaimo. Adequate drainage facilities in the form of ditches, culverts, or other conduits shall be installed as found necessary to maintain these roads. In the construction of access roads, existing drainage facilities, natural or otherwise, shall not be disturbed to the detriment of properties outside the working area and such facilities shall, unless otherwise provided elsewhere in the specifications, be restored to their original condition as far as is practical to do so on completion of the work.

.2 Sanitary Facilities: (a) Clean, sanitary, latrine accommodations shall be provided by the Contractor, and

shall be located and maintained such that they are not offensive to any property owner or member of the public. The use of these facilities by persons engaged in the work shall be strictly enforced.

(b) These facilities shall be removed by the Contractor at the conclusion of the work or when instructed to do so by the Owner.

3.04 SPECIAL TOOLS, OPERATING MANUALS, AND SHOP DRAWINGS .1 For installations which include mechanical and electrical equipment or machinery having

wearing parts and requiring periodical repair and adjustment, all special tools, wrenches, and accessories required for removing worn parts, making adjustments, and carrying out maintenance shall be supplied. All gauges, indicators, and lubricating devices necessary for the proper operation of the equipment shall be furnished.

Page 122: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 16

.2 With each piece of equipment, 4 sets of operating manuals and as-constructed shop drawings shall be supplied. The manuals should give the manufacturer's recommended maintenance schedules with the grades of lubricants required and instructions as to how the equipment may be taken apart for periodic inspection and replacement.

.3 The Contractor shall furnish all lubricating oils, greases, fuels, water, and power necessary

to operate all equipment furnished under this Contract for a period of time sufficient to indicate its full acceptance to the Engineer.

3.05 EXPLOSIVES .1 The General method of storage, handling, use and character of all explosives shall be

subject to the Accident Prevention Regulations covering explosives, pursuant to the Workers' Compensation Act of British Columbia and must conform to local police requirements.

.2 Explosives in excess of sixty-eight (68) kg shall be kept only in registered premises, which

have been licensed under the Explosives Act (Canada). 3.06 BLASTING .1 Blasting will be permitted only after securing the approval of the Owner. Damage caused

by blasting shall be repaired by the Contractor at his expense. The method and procedure employed for blasting shall be in accordance with Provincial and Municipal ordinances. The Contractor shall not do any blasting without first verifying that his insurance covers any loss of life or damage that may result from this work and includes a waiver of subrogation in favour of the Owner. The Owner, in granting approval for blasting, does not in any way assume responsibility for injury, loss of life, or damage that may result therefrom, and such approval shall not be construed as approval of the methods employed by the Contractor in blasting, the sole responsibility therefore being that of the Contractor.

3.07 SITE MAINTENANCE AND CLEANUP .1 The working areas shall be maintained in an orderly manner and shall not be encumbered

with equipment, materials, or debris. .2 Cleanup shall be a continuing process from the start of the work to final acceptance of the

project. The Contractor shall at all times, and without further order, keep property on which work is in progress free from accumulations of waste materials or rubbish caused by employees or by the work. Accumulations of waste materials which might constitute a fire hazard will not be permitted. Spillage from the Contractor's hauling vehicles on travelled public or private roads shall be promptly cleaned up. On completion of construction, the Contractor shall remove all temporary structures, rubbish, and waste materials resulting from his operations.

3.08 TIMING OF INSTALLATION .1 The Contractor shall schedule the work in a manner such that disruption of normal traffic

and inconvenience to residents in the working area is kept to a minimum. Resurfacing of roads, testing of pipe, and cleanup of the site shall be completed no later than 30 days following commencement of construction on any street block.

Page 123: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 17

.2 Departure from scheduling as specified above will be permitted only with the written consent

of the Owner to a request made by the Contractor. 3.09 WORK WITHIN ROAD RIGHTS-OF-WAY .1 All work within road rights-of-way shall be in strict conformance with, but shall not be limited

to, the following requirements: (a) Where one-way traffic cannot be avoided, adequate traffic control in the form of signs,

lights, barricades and/or flagmen or pilot cars must be provided. (b) Where detours are available, they must be adequately designated with proper signs. (c) Traffic must be restored to as near normal as possible when work is not in progress. (d) Surface runoff is to be prevented from seeping into trenches. (e) Excavation across entrances, whether private or commercial, shall be backfilled and

thoroughly compacted, within two hours unless otherwise approved in writing by the tenant or property owner.

(f) Open cut excavation shall not be left open overnight or on weekends unless there are workmen on duty and there is authorization by letter from the City of Nanaimo.

(g) Adequate signs, barriers, flares, etc., to ensure the safety of the public and traffic are to be provided at all times. Lights and flares are to be in good working order at all times and are to be checked daily. Lights that are not operational shall be removed from the worksite.

(h) Existing drainage courses and culverts are to be preserved and maintained as required.

(i) If the City of Nanaimo, at any time, deems it necessary, a workman from the Operations Division, City of Nanaimo, will be stationed at the work site to ensure that no damage is done to existing services.

.2 The Contractor shall make allowance in his tendered prices for all additional costs likely to

be incurred in conforming with the Ministry of Transportation and Infrastructure regulations when working on or near a highway or right-of-way under the jurisdiction of the Ministry of Transportation and Infrastructure.

3.10 WORKSAFEBC .1 The Contractor shall comply, at all times, with the current Workers Compensation Act and

the WorkSafeBC Occupational Health and Safety Regulation. .2 The Contractor shall have a current Occupational, Health & Safety Program and provide a

copy of this program to the Owner. .3 Prior to commencing work, the Contractor shall forward a copy of their WorkSafeBC Notice

of Project, Clearance Letter and Safety Program to the Owner. .4 If the Contractor is designated as the Prime Contractor, they shall fulfill the Prime

Contractor responsibilities as defined in: (REVISED NOVEMBER 2016)

(a) WorkSafeBC Occupational Health and Safety Regulation, Notice of project, Section 20.2, and Coordination of multiple employer workplaces, Section 20.3. (REVISED NOVEMBER 2016)

Page 124: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 18

(b) Workers Compensation Act (BC), Coordination at multiple-employer workplaces, Section 118, Subsections (1) & (2) and, (REVISED NOVEMBER 2016)

(c) General Requirements, Section 3.10 WorkSafeBC. (REVISED NOVEMBER 2016) .5 If the Contractor is designated as the Prime Contractor, they shall follow current

WorkSafeBC regulations. .6 The workplace may have the following known operations and/or site conditions that could

present a potential hazard to workers and other persons at the workplace. Other hazards may exist:

Example:

Asbestos Pipe Energized Equipment Confined Space Traffic >30km/h Underground Utilities Tree Removal Excavations Hazardous Materials Overhead Power Lines Mobile Equipment

.7 The City of Nanaimo has developed Safework Procedures for the guidance of Municipal Employees in addressing the aforementioned potential hazards. These procedures can be made available to the Contractor as reference in developing their own site specific safework procedures that will be utilized to protect the health and safety of all workers and persons on this project.

Page 125: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS EXISTING STRUCTURES AND UTILITY WORKS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 19

3.20 SCOPE .1 This specification refers to the location, protection, removal, and replacement of existing

structures and utility works. .2 Existing structures shall mean all existing pipes, ducts, ditches, or other works forming a

part of sewerage, drainage, water, telephone, electrical, gas or other utility systems as well as sidewalks, curbs, poles, fences, buildings, and other man-made things that may be encountered during construction.

3.21 SUPPLY OF MATERIALS .1 The Contractor shall supply all materials required for the specified location, protection,

removal, and replacement of existing structures. .2 Unless specified otherwise, materials supplied for replacement of existing structures shall

be at least equal to those being replaced. 3.22 LOCATION OF STRUCTURES .1 Prior to commencing any excavation the Contractor shall be responsible for locating

existing surface and underground structures that may affect the work or may be damaged during construction.

.2 Drawings or descriptions, verbal or otherwise, of existing structures or their location that are

given to the Contractor are intended only as an aid to his location of these structures. Measurements and location of the existing underground structures shown on the drawings are not guaranteed to be accurate, and must be verified by the Contractor prior to proceeding with construction.

.3 On request from the Engineer, the Contractor shall excavate and uncover underground

structures for the purpose of establishing line or grade for proposed installation of piping or other works.

3.23 PROTECTION, ADJUSTMENT, AND SALVAGE OF STRUCTURES .1 Unless authorization from the Engineer is received for their removal, underground and

surface structures encountered during construction shall be protected from damage. In the event of damage resulting from the construction operation, they shall be repaired or replaced at the contractor's sole expense to a condition which is at least the equivalent of that which existed prior to construction. On instructions from the Engineer certain works shall be salvaged and delivered to the City of Nanaimo Works Yard on Labieux Road.

.2 All asbestos cement pipe damaged or disturbed during construction shall be removed and

disposed of in accordance with WorkSafeBC regulations using proper safework practices. (REVISED NOVEMBER 2016)

Page 126: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS EXISTING STRUCTURES AND UTILITY WORKS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 20

3.24 EMERGENCY SITUATIONS .1 In emergency situations resulting from the construction operation, where life or property are

endangered, the Contractor shall immediately take whatever action is required to eliminate the danger and shall also notify the appropriate authorities of the situation.

.2 In the specific case of a water or sewer break, the contractor shall immediately notify the

Public Works Department at 250-758-5222. .3 During periods when the Contractor's personnel are not on the job (after hours and

weekends) at least one of the three Contractor's representatives in Nanaimo shall be available by phone contact. The names, addresses and phone numbers of the three Contractor’s representatives shall be filed with the Engineer prior to commencement of construction and this list shall be updated by the Contractor as is necessary.

.4 If the Contractor cannot be contacted to remedy the situation the Owner will take whatever

action deemed necessary to eliminate the danger and all costs incurred shall be borne by the Contractor.

3.25 ACCESS MAINTAINED .1 Existing hydrants, valve or manhole covers, valve boxes, curb stop boxes, fire or police call

boxes, and all other utility controls, warning systems, and appurtenances thereof shall not be obstructed or made inaccessible at any time by the construction work. Bridges, walks, or other temporary facilities shall be provided as may be necessary to ensure that these controls or warning systems are free for use in their normal manner at all times during construction.

3.26 CURTAILMENT OF UTILITY SERVICE .1 Where existing utilities such as water, sanitary sewer, storm sewer, electricity, telephone,

and gas are serving the public, work shall be planned and executed such that there is no curtailment of service provided by these utilities without prior receipt of approval of the authorities responsible for provision and maintenance of these utilities. The Contractor shall obtain the above approvals from the recognized authorities controlling these utilities. If approval for such disruption of utility service is not granted, the Contractor may be able to establish temporary facilities to provide continuous utility service during the course of construction. Such temporary facilities shall only be implemented after receiving the approval of the utility authority and all costs relating to the establishment of temporary services shall be borne by the Contractor.

.2 If the Contractor, after receiving approval of the responsible authorities, is to temporarily

close off an existing utility, he shall, unless otherwise authorized by the Engineer, notify individual users of the utility at least twenty-four (24) hours prior to the time of shut-off.

3.27 SUPPORT OF STRUCTURES .1 Existing structures other than pipes shall be protected against damage from settlement by

means of support or compaction of backfill as required. Support shall remain in place following backfill of excavations.

Page 127: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS EXISTING STRUCTURES AND UTILITY WORKS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 21

.2 Backfill which is placed under or adjacent to existing structures which have been

undermined during excavation shall be compacted in a manner which will prevent damage of the structure from settlement. Such backfill shall be of approved granular material suitable for compaction.

.3 For support of existing piping, other than asbestos cement or cast iron piping, refer to

Standard Drawing T-11 in Section 4 – Trench Excavation, Bedding and Backfill. .4 Where excavations for works cross underneath existing asbestos cement or cast iron

piping the existing pipe shall be replaced by the Contractor with PVC pipe approved by the Engineer or supported with a concrete grade beam refer to Standard Drawing No. T-11, Section 4 – Trench Excavation, Bedding and Backfill as determined by the Engineer.

3.28 DRAINAGE FACILITIES .1 Existing culverts, enclosed drains, flumes and ditches, and other drainage structures

affected by the work but left in place, shall be kept clear of excavated material at all times during construction. When it is necessary to temporarily remove an existing drainage structure, the Contractor shall provide suitable temporary ditches or other approved means of handling the drainage during construction.

.2 Culverts and drain pipes shall be replaced on line and grade at the time of trench

backfilling, in accordance with City of Nanaimo Standards and Specifications. .3 No chlorinated water shall be discharged into storm drainage facilities without prior approval

from the City Engineer. .4 Prior to, and during construction, the Contractor shall take full responsibility for controlling

erosion and sediment transfer by utilizing the guidelines contained in the handbook entitled, “Land Development Guidelines for the Protection of Aquatic Habitat”, by the Department of Fisheries and Oceans and the Ministry of Environment, to prevent discharge of sediment into City stormwater management systems and environmentally sensitive areas. It is incumbent for the contractor to acquire and be familiar with these guidelines.

3.29 WORK WITHIN RAIL RIGHTS-OF-WAY .1 Where construction occurs within Railway rights-of-way the Owner will obtain the necessary

permit for installation. The Contractor shall provide written notice to the local Superintendent of the Railway company at least 48 hours prior to commencement of work, with copies to the Engineer.

.2 The Contractor shall coordinate timing of installation, rail removal and replacement with the

Railway District Superintendent.

Page 128: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS EXISTING STRUCTURES AND UTILITY WORKS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 22

3.30 HIGHWAY CROSSING .1 Where construction occurs on Provincial Highway rights-of-way the Owner will obtain the

permit for Permission to Construct Works within Crown Lands. The Contractor shall be responsible for obtaining any other necessary construction permits and shall determine the complete requirements of the Ministry of Transportation and Infrastructure (MOTI). Installation within the right-of-way shall be strictly in conformance with MOTI requirements and regulations. If there is any conflict between MOTI requirements and these specifications, the MOTI requirements shall govern within the highway rights-of-way. The Contractor shall provide written notice to the MOTI at least 7 days prior to commencement of work with copies to the Engineer.

3.31 ELECTRICAL POWER, TELEPHONE, TELEVISION, CITY AND PRIVATE OWNED FIBRE

OPTICS, CABLES AND CONDUITS .1 Electrical power, telephone, television, city and private owned fibre optics, cables and

conduits may exist throughout the work area. B. C. Utility Companies shall be notified by the Contractor prior to excavation in the vicinity of any buried cables or ducts.

3.32 GAS PIPELINES .1 High pressure gas pipelines may exist throughout the area. The Contractor shall familiarize

themselves with the requirements and regulations of the Standard Practice Instruction of the Gas Utility Company, the Gas Act, and the Pipe-Line Act of the Province of British Columbia with regard to work carried out in the vicinity of these pipelines, and shall comply with such requirements and regulations.

.2 The local gas company shall be notified prior to excavation in the vicinity of buried gas

mains. 3.33 POWER LINE CROSSING .1 Where construction crosses British Columbia Hydro and Power Authority (BCH&PA) rights-

of-way, the Owner will obtain necessary permission beforehand. Construction within the right-of-way shall be strictly in conformance with BCH&PA requirements and regulations.

3.34 WORK IN VICINITY OF OVERHEAD POWER LINES .1 Equipment shall not be operated where it is possible to bring such equipment or any part of

the equipment within 3 metres of any energized electrical conductor unless the following safety precautions are taken by the Contractor:

(a) The utility company is notified, the line de-energized, or effectively guarded against

contact, or displaced or re-routed from the work area. (b) The Workers' Compensation Board prior to commencement of construction is notified

in accordance with their required procedure. (c) For high-voltage transmission lines, a greater clearance is provided, as determined by

the utility company.

Page 129: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS EXISTING STRUCTURES AND UTILITY WORKS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 23

3.35 RELOCATION OF EXISTING PIPING .1 Where existing underground piping parallels the centreline of the trench, or crosses the

trench centreline and intersects the pipe to be installed and must, in either case, be relocated, the Contractor shall make arrangements for the relocation of existing piping or shall, having received the approval of the authority responsible for maintenance of the existing pipe, remove and relocate existing piping with his own forces. Where existing pipes cross the centreline of the trench but do not intersect the pipe to be installed, the Contractor will not disturb the existing pipes.

3.36 WATERCOURSE CROSSING .1 Where a watercourse crossing is required as part of the construction, the crossing

construction shall be in accordance with the Ministry of Environment, Provincial Fish and Wildlife regulations and Federal Fisheries regulations where applicable.

.2 The Owner will obtain the necessary initial permission from the authority having jurisdiction

to construct works where a water course crossing is required. The Contractor shall provide written notice to the authority having jurisdiction at least seven (7) days prior to commencement of work, with copies to the Engineer.

3.37 DETOURS .1 All road closures and detours require approval from the City of Nanaimo. Applications for

detours shall be made by the Contractor to the City of Nanaimo in writing at least seven (7) days in advance of the detour going into effect. Where detours are permitted the City of Nanaimo will notify the fire, police and ambulance departments as well as the bus service prior to the detour going into effect.

.2 The Contractor shall notify the City of Nanaimo immediately following the resumption of

normal traffic flow.

Page 130: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS CLEARING AND GRUBBING

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 24

3.50 SCOPE .1 This specification refers to clearing and grubbing of the site for construction in the areas

delineated on the drawings or described in the specifications. 3.51 SUPPLY OF MATERIALS .1 The Contractor shall supply all materials required for clearing and grubbing. 3.52 CLEARING AND GRUBBING .1 The area shall be cleared and grubbed within the limits designated by the Engineer on the

site. .2 All trees and brush except those selected for preservation shall be cut, and along with all

stumps, logs, roots, rotten wood, and other organic materials shall be removed from the site.

.3 The above material shall be removed from the ground surface and to a minimum depth of

0.30 metres below. .4 All other rubbish and debris existing on the site shall be removed and disposed of. No

burning will be allowed. .5 Where selective clearing is required, trees or groups of trees as designated on the

drawings or marked by the Engineer in the field shall be preserved. .6 Trees shall be felled within the designated clearing area and those falling outside this area

shall be cut up and returned to the clearing area for disposal. .7 Individual leaning or dangerous trees or snags adjacent to, but outside the designated

clearing area, shall be cut and disposed of. Written permission shall be obtained from the Owner by the City of Nanaimo for this work.

.8 Excavations resulting from removal of tree trunks, roots, or other material shall be filled and

leveled by the Contractor as a part of the clearing and grubbing operation. 3.53 BURNING .1 No burning of wood waste, rubbish or debris is allowed in the City of Nanaimo. 3.54 MERCHANTABLE TIMBER .1 Merchantable timber cut during the clearing operation shall be trimmed of all branches and

stockpiled on the site at a location designated by the Engineer. Such timber will remain the property of the Owner unless otherwise noted in the contract documents.

.2 Removal of timber from dedicated road rights-of-way will be subject to permission from the

Ministry of Forests, Lands and Natural Resource Operations.(REVISED NOVEMBER 2016)

Page 131: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS CONTROL OF PUBLIC TRAFFIC

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 25

3.60 SCOPE .1 This specification refers to the control of public traffic in construction areas. 3.61 CONTROL OF PUBLIC TRAFFIC - GENERAL .1 The following general principles shall be maintained when performing construction or

maintenance work upon Municipal streets and thereby affecting traffic through movement, access to properties and/or parking.

.2 All control of public traffic will be carried out in accordance with the Ministry of

Transportation and Infrastructure Traffic Control Manual for Work on Roadways and WorkSafeBC regulations.

.3 Work on streets shall be completed as quickly as possible so as to only disrupt normal

street operation for the shortest possible time. .4 Proposed projects shall be planned in such a way as to keep work areas and interference

with traffic to a minimum. .5 Initial inspection of the site shall include observations of traffic intensity, property use and

extent of no parking. .6 All job equipment not in use shall be sorted in such a manner as not to create view

obstructions or unnecessary obstructions to vehicular or pedestrian traffic. .7 In certain instances, it may be required to perform construction jobs between traffic peaks,

which will be noted as a condition on the permit to construct works on the Public Road Allowance, i.e. 9:00 a.m. to 4:00 p.m.

.8 Emergency works shall have priority over traffic inconvenience insofar as is necessary to

correct the problem. Nevertheless, every effort must be made to provide protection for the public and workers.

.9 Partial or complete closure of major and collector roads requiring traffic detouring in at least

one direction must be approved by the City of Nanaimo at least seven days prior to the start of construction.

.10 No loose material like dirt, mud and debris should be allowed to accumulate or remain upon

any sidewalk, street or driveway. .11 At any time, a Police Officer can override these provisions.

Page 132: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS CONTROL OF PUBLIC TRAFFIC

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 26

3.62 USE OF FLAG PERSONS .1 Although the need for flag persons will be determined by the Engineer, it is generally

expected that they will be required in the following situations: (a) When public traffic is required to pass working vehicles or equipment which may

block all or part of the travelled roadway. (b) When it is necessary to institute a one-way traffic system through a construction area

or other blockage where traffic volumes are heavy, approach speeds are high, and a traffic signal system is not in use.

(c) Where workers and/or equipment are employed on the travelled way over the brow of a hill, around a sharp curve or at any other location where oncoming traffic would not otherwise have adequate warning of their presence.

(d) In high speed, high volume areas where temporary protection is required while other traffic control devices (barricades, cones, signs, etc.) are being erected or taken down.

(e) For emergency protection when other traffic control devices are not readily available. (f) In all situations where complete protection for workers, working equipment and public

traffic is not provided by other traffic control devices. (g) At the entrance to road closures and along detour routes where required. .2 Courtesy is of prime importance as many motorists tend to become irritable when held up

by road work for any length of time. Each flagperson shall be fully conversant with all aspects of the situation requiring the delay and shall be ready to explain the hold-up, and its approximate duration, if required.

.3 All flag persons must be trained and certified in a Traffic Control course acceptable to

WorkSafeBC. .4 Flag persons and their equipment shall conform to WorkSafeBC regulations. 3.63 USE OF TRAFFIC CONTROL DEVICES .1 Traffic control devices shall be placed immediately before the work commences, except

"parking restriction" signs which will be installed a minimum of 12 hours in advance. .2 Traffic control devices shall remain in place only as long as they are needed, and shall be

removed immediately thereafter. .3 Any traffic control device not required at any time during the work shall be removed from

view. .4 Traffic control devices used outside work hours (overnight, holidays and weekends) shall

be maintained to produce a safe effect and be minimal obstructions to traffic, parking or access. Flashing beacons will be used to completely and properly identify all sites at night.

.5 Traffic control devices shall at all times be in good repair. .6 Misapplication and excessive use of traffic control devices shall be avoided. This may

cause confusion and result in disrespect for the instruction.

Page 133: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS CONTROL OF PUBLIC TRAFFIC

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 3 - 27

.7 Detoured traffic shall be afforded maximum practical protection, convenience and guidance by the proper use of traffic control devices.

.8 Signs shall be mounted on weighted bases or folding frames, ensuring that they are held

rigidly and maintained in a proper position.

Page 134: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS

MEASUREMENT AND PAYMENT

________________________ Section 3 - Measurement & Payment

Page 1 of 3 DATED: 2016

MEASUREMENT AND PAYMENT Existing Structures and Utility Works 3.70 Clearing and Grubbing 3.71 Salvaged Materials 3.72 Control of Public Traffic 3.73 Removal of Existing Culverts 3.74 Removal of Existing Structures 3.75 Plug/Cap Existing Pipe 3.76

Page 135: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS

MEASUREMENT AND PAYMENT

________________________ Section 3 - Measurement & Payment

Page 2 of 3 DATED: 2016

3.70 EXISTING STRUCTURES AND UTILITY WORKS

Extra payment will not be made to the Contractor for expense incurred as a result of the presence of existing structures except as follows:

(a) Location of Existing Structures: Section 3.22.3

Where he is specifically instructed by the Engineer to locate, by excavating, underground structures for the purpose of establishing line or grade, the Contractor will be paid on the basis of the payment items shown on the Tender Form.

(b) Relocation of Existing Piping: Section 3.35

Where an existing pipe parallels the centreline of the trench and lies within the allowable trench width as shown on standard drawing T-1 or T-2, or crosses the trench and intersects the pipe to be installed and must, in either case, be relocated, the Contractor will, unless otherwise specified elsewhere herein, be paid on the basis of the payment items shown in the Tender Form. No payment will be made for delays, standby, or any claims of the Contractor other than for the actual cost of relocating the existing pipe, and no payment will be made for tunnelling under or protecting the existing pipe.

(c) Support of Existing Asbestos Cement or Cast Iron Piping Section 3.27

Standard Drawing T-11

Payment for work to support or replace existing asbestos cement or cast iron piping under which excavation for works crosses shall be made at the price quoted in the Tender Form. This price shall include supply of materials, excavation, backfilling and all work incidental thereto.

3.71 CLEARING AND GRUBBING Section 3.52

Payment for clearing and grubbing will be made at the lump sum price shown in the Tender Form. This price shall include materials, and all work incidental thereto.

3.72 SALVAGED MATERIALS Section 3.23

This item covers the cost of salvage and delivery of salvaged items to the City of Nanaimo Works Yard on Labieux Road. This work shall be paid for on a per unit basis as shown in the Tender Form. No payment will be made for items damaged due to the act of removal or delivery.

Page 136: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 3 - GENERAL REQUIREMENTS

MEASUREMENT AND PAYMENT

________________________ Section 3 - Measurement & Payment

Page 3 of 3 DATED: 2016

3.73 CONTROL OF PUBLIC TRAFFIC Section 3.60, 3.61, 3.62, and 3.63

Payment will be made as a lump sum as shown in the Tender Form. 3.74 REMOVAL OF EXISTING PIPE

Payment for pipe removal will be made at the unit price per linear metre shown in the Tender Form for the various sizes of pipe. Measurement will be made horizontally along the centre line of the existing culverts.

This item covers the removal and disposal of all existing pipe, culverts, and headwalls designated on the drawings for removal including backfill of the trench with suitable native material. Where imported granular fill is required, it shall be paid for at the unit price quoted in the tender form.

3.75 REMOVAL OF EXISTING STRUCTURES Section 3.23

Payment for the removal and disposal of structures, as designated on the drawings, will be made at the unit price shown in the Tender Form.

a) Valve Boxes – This price shall include the removal and disposal of the valve box, filling the valve

stand pipe with pea gravel or non-shrink grout, abandoning valves in place unless otherwise shown on the drawings, and all work incidental thereto.

b) Air Valve – This price shall include the removal and disposal of the air valve, air valve chamber,

casting and lid, all associated piping and fittings, backfill and compaction with suitable native material, and all work incidental thereto..

For these pay items, import granular backfill where required, and surface restoration will be paid separately under the applicable unit rate in the Tender Form.

3.76 PLUG/CAP EXISTING PIPE

Payment for plugging or capping of existing pipe is to be made at the unit price per proposed pipe size shown in the Tender Form. This item covers the supply and installation of a manufactured cap or concrete plug as specified on the drawings for abandonment of existing pipe and includes backfill of the trench with suitable native material. Where imported granular fill is required, it shall be paid for at the unit price quoted in the tender form.

Page 137: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 4 - TRENCH EXCAVATION, BEDDING AND BACKFILL CONTENTS

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 4 - 1

SPECIFICATIONS AND INSTALLATION SECTION NO. Scope 4.01 Testing 4.02 -Not Used- 4.03 Precutting Paved Surfaces 4.04 Site Preparation 4.05 Trench Alignment and Depth 4.06 Trench Excavation 4.07 Common Excavation 4.07A Rock Excavation 4.07B -Not Used- 4.08 Hand Excavation 4.09 Piling of Excavated Trench Material 4.10 Disposal of Excavated Material 4.11 Bracing and Sheeting 4.12 Dewatering 4.13 Trench Bottom Conditions 4.14 Augering 4.15 Casing Pipes 4.16 Bedding within Pipe Zone 4.17 Trench Dams 4.18 Backfill and Compaction 4.19 Imported Granular Fill 4.20 Concrete 4.21 Road Sub-Base Gravel Course 4.22 Road Base Gravel Course 4.22A Approved Native Backfill 4.23 Controlled Density Fill 4.24 Variation in Specification Requirements for Traveled Surfaces 4.25 Fish Habitat Gravel 4.26 Surface Restoration 4.27 Pavement Restoration 4.28 Final Cutting Paved Surfaces 4.29 Trench Settlement during Guarantee Period 4.30 Private Utilities in City Rights-of-Way 4.31 STANDARD DRAWINGS DWG. NO. Trench Details T-1 Sanitary and Storm Sewer in Common Trench T-2 Controlled Density Fill in Paved Surface Area T-3 Pavement Restoration – Type 1 (Asphalt Thickness <75mm) T-4 Pavement Restoration – Type 2 (75mm Minimum Thickness) T-4A Pavement Restoration – Asphalt Cutting for a Manhole T-4B Concrete Encasement for Watermain/Sewer Separation T-5 Pipe Protection With Concrete T-6 Typical Location of Service Connection to Residential Vacant Lots T-7 Trench Dams – Type 1 for all Utility Mains T-8

Page 138: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 4 - TRENCH EXCAVATION, BEDDING AND BACKFILL CONTENTS

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 4 - 2

Trench Dams – Type 2 Optional for Storm Sewer Mains T-8A Private Utilities - Underground Electrical Common Trench Detail T-9 Private Utilities - Underground Electrical Typical Service Box Location T-10 Detail of Support for Existing Utilities T-11

Page 139: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 4 - TRENCH EXCAVATION, BEDDING AND BACKFILL SPECIFICATIONS AND INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 4 - 3

4.01 SCOPE .1 This specification refers to trench excavation, bedding, backfill and all work pertaining

thereto. .2 Trenches shall be excavated only as far in advance of the pipe laying operation as safety,

traffic, and weather conditions permit. Caution shall be exercised with respect to structures, piping, or other man-made obstacles that may exist within the working area and due consideration given to the protection and support of such properties and structures.

.3 Only those products approved by the City Engineer or listed in the City of Nanaimo

Approved Products List will be accepted for installation. 4.02 TESTING .1 The Engineer will arrange for a testing firm to carry out tests to determine whether the

applicable standards and specifications have been met. Where initial testing indicates non-compliance with the specifications, additional testing shall be required at the Contractor’s expense.

.2 The Contractor, as directed by the Engineer, shall supply specimens or samples for testing. .3 The types of tests listed below are the minimum testing requirements. The Engineer shall

determine if additional testing is required. (a) Regular sieve analysis of aggregate gradation on materials to be incorporated in the

works. (b) Determination of optimum moisture content and Modified Proctor Density (ASTM

D1557) on all materials to be used for import bedding and backfill. (c) Field density tests taken on the compacted backfill. (d) Other tests as may be required. 4.03 -NOT USED- 4.04 PRECUTTING PAVED SURFACES .1 When trenching along or across a paved surface, pavement shall first be sawn or cut by

methods approved by the Engineer in straight lines parallel to the trench centreline. The total cut width of pavement shall not be greater than the specified maximum trench width at the ground surface shown on the drawings. Concrete curbs and sidewalks shall be sawn at existing joints.

.2 Where, in the opinion of the Engineer, existing pavement is in poor condition, pavement

may be cut by hand, mechanical means, or trenching equipment. .3 When asphalt cutting around a manhole is required to repair the manhole frame and cover,

it shall be done in accordance with Standard Drawing No. T-4B. .4 Pavement that has been cut and removed to permit trenching shall be disposed of as waste

material and shall not be placed in the trench backfill. Pavement that has been removed by grinding may be re-used as backfill if approved by the Engineer.

Page 140: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 4 - TRENCH EXCAVATION, BEDDING AND BACKFILL SPECIFICATIONS AND INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 4 - 4

.5 Pavement Restoration shall be done in accordance with Section 4.28 - Pavement

Restoration. 4.05 SITE PREPARATION .1 Remove all brush, weeds, grasses and accumulated debris from the trench width and

working area. .2 Where directed by the Engineer for trenchwork in existing lawns, carefully cut and remove

sod prior to excavation. .3 For trenchwork in landscaped statutory rights-of-way, carefully remove fences, shrubs,

small trees and other items for replacement after backfilling is completed. If, in the opinion of the Engineer, removed trees are too large to be replaced, the contractor shall not be responsible for their replacement unless otherwise noted on the construction drawings.

.4 For trenchwork in landscaped boulevards, the Contractor shall provide 14 days notice to all

property owners for the removal of all fences, shrubs, small trees or other structures or plantings within the road rights-of-way that the property owner wishes to retain. Plantings and structures listed above, not removed by the property owner upon expiration of the 14 day notice, shall be removed and disposed of by the Contractor.

.5 Remove all top soil within the trench width and where required in the working area, and

stockpile for replacement at locations approved by the Engineer. Stumps, boulders and other deleterious material shall be removed from the top soil and disposed of as specified in Section 4.11 – Disposal of Excavated Material. Do not handle top soil while it is wet or frozen.

.6 Cut pavement, sidewalks and curbs in accordance with Section 4.04 – Precutting Paved

Surfaces. .7 Provide temporary drainage control to protect construction area and adjacent properties.

Provide siltation controls to protect natural watercourse or existing storm drainage systems. 4.06 TRENCH ALIGNMENT AND DEPTH .1 The trench shall be excavated so that pipe can be laid to the established alignment and

depth with allowance made for specified trench wall clearances and bedding as required. .2 Prior to, or at the commencement of construction, the contractor shall check existing mains

for line and elevation at the point of connection. If they are different than what is shown on the construction drawings, the contractor shall immediately report the difference to the Engineer and cease construction pending direction from the Engineer.

Page 141: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 4 - TRENCH EXCAVATION, BEDDING AND BACKFILL SPECIFICATIONS AND INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 4 - 5

4.07 TRENCH EXCAVATION .1 Trench excavation shall be classified as common or rock excavation. .2 Trenches shall be excavated to the section and dimensions as shown on the drawings.

Trench stability and safety procedures shall conform to WorkSafeBC Regulations. .3 Ledge rock, boulders, and large stones shall be removed to provide a clearance of at least

150mm around all sides of pipe, fittings and appurtenances. .4 In road rights-of-way, the trench width shall be kept to a minimum and the trench width be

such that at least one-way traffic can be maintained at all times unless otherwise approved by the City Engineer.

.5 To prevent damage to existing utilities, excavate the last 300mm above the utility by hand. .6 If, in the opinion of the Engineer, trench width exceeds the maximum allowable for pipe

support, the contractor may be required to provide a higher class of bedding, a pipe with a higher strength class or concrete encasement at no extra cost to the owner.

.7 Excavation for manholes shall be to dimensions which will permit assembly of the sections

in accordance with these specifications. (REVISED NOVEMBER 2016) .8 Excavate trenches only as far in advance of pipe laying operation as safety, traffic and

weather conditions permit. In no case shall open trenches exceed 30 metres. .9 All excavations left unattended shall be adequately protected with approved fencing and

barricades and with flashing lights where required. 4.07A COMMON EXCAVATION .1 Common excavation is the excavation and removal of all material encountered which is not

classified as rock. 4.07B ROCK EXCAVATION .1 Rock excavation is:

(a) The removal of detached masses of rock including single boulders, and pieces of concrete or masonry having individual volumes in excess of 1 cubic metre, or solid rock which requires drilling and blasting or breaking with a power-operated tool for its removal.

(b) Removal of soft or disintegrated rock which can be removed with a hand pick or power-operated excavator or shovel, or previously blasted or broken stone in rock fills or elsewhere with individual volumes less than one cubic metre, or boulders or pieces of fractured rock which do not occur naturally within the excavated volume but fall into the excavation from the adjacent area, shall not be classified as rock excavation. Hardpan (glacial till) shall not be classified as rock excavation.

Page 142: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 4 - TRENCH EXCAVATION, BEDDING AND BACKFILL SPECIFICATIONS AND INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 4 - 6

(c) Overbreak, is that portion of solid rock which is excavated, displaced or loosened outside the limits used to calculate the volume of rock excavation and will be classified as unauthorized overexcavation.

(d) Authorized overexcavation is that excavation required by the Engineer as a result of unsuitable foundation conditions not resulting from the Contractor's operation.

(e) Unauthorized overexcavation is that excavation required as a result of the Contractor’s operation as determined by the Engineer. Replacement of unauthorized overexcavation shall be at no additional cost to the Owner.

.2 Rock excavation for trenches:

(a) Where rock is encountered in the trench or pit, the method of removal shall be agreed with the Engineer before its removal.

(b) When blasting is required during excavation, the Contractor shall exercise extreme care and shall limit the use of explosives to such charges that shall not cause damage to existing pipelines, other utilities or private property. Blasting shall be done by experienced persons, qualified for the work. The compliance with regulations regarding the use and storage of explosives shall be the responsibility of the Contractor and he shall be responsible for any accidents or injury, loss and/or damage which might occur as a result of his blasting.

(c) Overbreak shall be removed as directed by the Engineer and replaced with imported granular fill, placed and compacted as specified herein at no additional cost to the Owner.

4.08 -NOT USED- 4.09 HAND EXCAVATION .1 Mechanical trenching and backfilling equipment shall be used except where by so doing,

damage to trees, buildings, sidewalks, curbs, piping, or other existing structures or man-made obstacles above or below ground cannot be avoided. Trenches shall be hand excavated and backfilled where such obstacles prevent the use of mechanical equipment.

.2 Authorized hand excavation shall be restricted to trench excavation in statutory rights-of-

way and only in those locations which, in the opinion of the Engineer, necessitate hand excavation methods.

.3 The following and similar circumstances shall not be considered as authorized hand

excavation:

(a) Crossing of existing structures and utility works; (b) Where lighter or smaller mechanical equipment could be used; (c) Where, by the use of close sheeting, timber support, equipment pads, or other

facilities, mechanical equipment could be used; or (d) Where the presence of timbering, sheeting, well pointing equipment, or other

Contractor placed obstacles restrict the use of mechanical equipment.

Page 143: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 4 - TRENCH EXCAVATION, BEDDING AND BACKFILL SPECIFICATIONS AND INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 4 - 7

4.10 PILING OF EXCAVATED TRENCH MATERIAL .1 Common excavation approved by the Engineer as approved native backfill, may be piled

along the trench in accordance with WorkSafeBC regulations and provided the working space is adequate for this purpose and provided that by so doing the backfill material does not spill onto private properties adjacent to the line of the trench thereby disturbing fences, buildings, shrubs, lawns, or other items of value.

.2 Piling of excavated material along the trench shall not unduly restrict cross traffic at road

intersections. Material shall be cleared from road intersections and provision made for use of the cross road by traffic as soon as possible after excavation has taken place. Pedestrian traffic to individual properties shall be maintained at all times and timber bridges shall be provided where it is necessary to cross open trenches. Roadways, driveways, and drainage facilities shall not be blocked unnecessarily. The spoil pile shall be located such that hindrance to local traffic is minimal.

.3 In order that excavated material may be piled along the trench, roads may be temporarily

closed to traffic with the permission of the City of Nanaimo and providing that adequate detour traffic routes can be established to move traffic around the construction area, and providing also that street entrances to driveways are not blocked from vehicular traffic for periods in excess of one day. One lane shall be kept open at all times for emergency vehicles unless otherwise approved by the City Engineer.

.4 Where excavated material cannot be piled along the trench in compliance with the above

restrictions, it shall be trucked to locations where backfilling is taking place or trucked to stockpile for return to the trench at the time of backfilling. Alternatively, subject to approval of the Engineer, excavated material may be wasted and replaced with approved material at the time of backfilling.

.5 The contractor shall retain sufficient approved native backfill material for the backfilling of

the trench. Surplus approved native backfill material shall be taken to and used at other locations within the project site suitable for material placement.

.6 The contractor shall take all measures required to protect approved native backfill from

contamination, segregation and weather. 4.11 DISPOSAL OF EXCAVATED MATERIAL .1 Surplus or waste excavated material shall be removed from the trench area during the

excavation or backfilling operations and shall not be left along the trench following the completion of backfilling the trench.

.2 Surplus excavated material which is not required for the works, as shown on the drawings

or specified elsewhere herein, shall be disposed of at sites obtained by the Contractor. Waste material shall not be dumped on private property without the written permission of the owner of the property and a fill permit obtained from the City of Nanaimo.

.3 The Contractor shall exercise particular care to avoid spillage on paved roadways over

which excavated material is hauled, and any such spillage shall be cleaned up promptly by sweeping.

Page 144: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 4 - TRENCH EXCAVATION, BEDDING AND BACKFILL SPECIFICATIONS AND INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 4 - 8

.4 Failure to immediately begin cleanup of spillage from roadways when required by the City of

Nanaimo will result in the Contractor being charged all costs accrued by the City of Nanaimo to do the cleanup work.

.5 Care shall also be exercised to avoid spreading the excavated material over a wide area

and rutting or otherwise damaging unnecessarily adjacent property when side casting of excavated material is permitted.

4.12 BRACING AND SHEETING .1 Trenches shall be excavated, sheeted and braced in accordance with WorkSafeBC

regulations or as may be necessary to protect life, property, and structures adjacent to the work, the work itself, or to maintain trench widths within the specified limits. Trench sheeting and bracing shall be located no closer than 150mm to the widest section of any installed pipe.

.2 Whenever possible, vertical trench timber or sheeting shall be placed so that it does not

extend below the springline of the pipe being installed. When it is necessary to place sheeting or timber below the pipe springline, as in the case of overexcavation for trench bottom stabilization, sheeting shall be raised in 600mm lifts and all backfill placed below the level of the pipe springline shall be thoroughly compacted on each lift to fill the void left by the raised sheeting.

.3 Trench sheeting and bracing shall be removed, except in situations where the removal of

trench sheeting and bracing will result in damage to adjacent structures. When sheeting and bracing is left in place, it shall be cut off above springline.

.4 Where sheeting or timber is removed from a trench in which backfill is to be compacted, it

shall be removed in a manner which permits compaction of the backfill in the manner specified.

.5 WorkSafeBC approved cages may also be used in place of sheeting. 4.13 DEWATERING .1 During construction, ground and surface water shall be controlled to the extent that

excavation and pipe installation can proceed in the specified manner and such that the trench bottom is not disturbed to the detriment of the pipe installation. Trench water shall not be permitted to enter the pipe being installed unless approval is received from the Engineer.

.2 Pumps, well points, or other equipment shall be employed to keep excavations free of

water. Caution shall be exercised to make sure that foundation problems with existing structures and works under construction do not result from the selected method of dewatering excavations.

.3 Discharge from pumps, well points, or other dewatering equipment shall be located and

controlled such that loss, damage, nuisance, or injury does not result.

Page 145: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 4 - TRENCH EXCAVATION, BEDDING AND BACKFILL SPECIFICATIONS AND INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 4 - 9

.4 The contractor shall be responsible for any claims or actions resulting from the dewatering operation.

4.14 TRENCH BOTTOM CONDITIONS .1 Trenches shall be maintained such that pipe can be installed without allowing water, muck,

silt, gravel, or other foreign material into the pipe. Material remaining in the trench bottom on completion of machine excavating which has been disturbed or softened by workmen or trench water shall be removed before bedding material is placed. The trench bottom shall be firm and capable of supporting the pipe to be installed.

.2 When, in the opinion of the Engineer, the material in the trench bottom is found to be

unstable or otherwise unsuitable for pipe support or the support of appurtenant structures, the Engineer shall direct the contractor to utilize the most suitable of the following stabilization methods:

(a) Overexcavate to suitable subgrade and backfill with base gravel and compact to 95%

Modified Proctor Density (ASTM D1557). Use of import granular fill, subbase gravel, drainrock or bedding material shall be at the discretion of the Engineer.

(b) Use of concrete bedding as directed by the Engineer. (c) Other methods as proposed by the Engineer and approved by the City Engineer.

4.15 AUGERING .1 Augering shall be performed with hand- or power-operating equipment, subject to the

approval of the Engineer. .2 Auger holes shall terminate in open trench. .3 Augering shall be performed such that undermining or displacement of the roadway

structure does not result and the completed auger hole is not more than 50mm larger in diameter than the maximum outside diameter of the casing pipe or pipe to be augered.

.4 The augered hole shall be to the correct line and grade. If an obstruction is encountered

that will cause deviation from the correct line and grade, a new hole shall be augured. 4.16 CASING PIPES .1 Casing pipes shall be as shown in the construction drawings and shall be laid to the grade

and alignment shown. .2 The same bedding and backfill criteria shall be used for casing pipe as required for main

piping. .3 All pipe joints within the pipe casing shall be fully restrained with approved mechanical

restrainers and shall be approved by the Engineer.

Page 146: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 4 - TRENCH EXCAVATION, BEDDING AND BACKFILL SPECIFICATIONS AND INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 4 - 10

4.17 BEDDING WITHIN PIPE ZONE .1 Bedding materials shall be granular in nature, free of organic material, silt or clay, and shall

conform to the following gradation limits when tested in accordance with ASTM C136:

Gradation Limits (Percent by Weight Passing)

Sieve

Designation

Type 1

Type 2

19.0 mm 100 90 - 100 12.5 mm 65 - 85 9.5 mm 85 - 100 50 - 75

4.750 mm 70 - 100 25 - 50 2.36 mm 10 - 35 1.18 mm 20 - 65 0.850 mm 5 - 20 0.6 mm 0 - 45

0.425 mm 0 - 15 0.180 mm 0 - 8 0.15 mm 0 - 10 0.075 mm 0 - 5 0 - 5

.2 Type 1 is the standard acceptable bedding material. Type 2 shall be used where specified

by the Engineer. .3 Other acceptable bedding materials, for use only where shown on the construction drawings

or as approved by the Engineer, are drainrock or native material. .4 The bedding material shall cover the full width of the trench bottom and have a minimum

depth of 100mm on completion of compaction. In rock excavation the minimum depth of bedding below the pipe shall be 150mm after completion of compaction.

.5 Bedding material shall be compacted in maximum 150mm lifts to 95% of Modified Proctor

Density (ASTM D1557). .6 Bedding material shall be placed in such a manner that the pipe is evenly supported

throughout its length by the pipe bedding material. .7 Placement and compaction of the bedding material shall not damage or displace the pipe. .8 Bedding material shall be leveled across the full width of the trench to an elevation of

300mm above the crown of the pipe.

Page 147: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 4 - TRENCH EXCAVATION, BEDDING AND BACKFILL SPECIFICATIONS AND INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 4 - 11

4.18 TRENCH DAMS .1 Trench dams shall be constructed on all utility main lines where grades are ten percent

(10%) or greater, or when indicated on the construction drawings. (REVISED NOVEMBER 2016)

.2 All trench dams on utility mains shall be constructed in accordance with Standard Drawing

No. T-8. Trench dams on storm sewer gravity mains as per Standard Drawing No. T-8A requires approval by the City Engineer.

.3 All trench dam drain pipes shall be capped at the highest end of the run.

.4 Trench dam spacing shall be as follows:

SANITARY AND STORM

GRAVITY SEWERS WATERMAINS AND

FORCEMAINS SLOPE MAX.

SPACING SLOPE MAX.

SPACING 10% - 15% 30m 10% - 29% 10m (upon

approval of City Engineer)

15% - 20% 25m 20% - 35% 20m 35% - 50% 15m 30% - Over See Section

4.18.5 50% - Over 10m

(REVISED NOVEMBER 2016) .5 Where the slope of the watermain is 30% or greater, a geotechnical study shall be

submitted to assess slope stability. Geotechnical studies shall be completed in accordance with the “Guidelines for Legislated Landslide Assessments for Proposed Residential Development in British Columbia” published by APEGBC. Additionally, the City Engineer may request a geotechnical study regardless of the pipe grade if the stability of the adjacent slope is in question. (REVISED NOVEMBER 2016)

.6 If approved by the Engineer, concrete trench dams may be constructed of wetted sandbag

sacks filled with wet pre-mixed concrete for areas inaccessible by construction equipment. Sacked concrete shall be laid in courses such that joints in succeeding courses are staggered. Courses shall be a minimum of nine (9) per vertical metre and shall be placed around the pipe and keyed into the trench walls to form a water tight dam.

.7 Relief drains shall be installed on all trench dams to an acceptable watercourse or storm

sewer system.

Page 148: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 4 - TRENCH EXCAVATION, BEDDING AND BACKFILL SPECIFICATIONS AND INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 4 - 12

4.19 BACKFILL AND COMPACTION .1 Backfill material shall be:

(a) Imported granular fill (Section 4.20 – Imported Granular Fill) (b) Approved native material (Section 4.23 – Approved Native Backfill) (c) Controlled density fill (Section 4.24 – Controlled Density Fill)

.2 General:

(a) Placement and compaction of backfill material shall not damage or displace the pipe. (b) Remove shoring or cages in such a manner as to allow proper compaction and to

prevent trench walls from collapsing. (c) Place backfill in lifts suitable to the soil type and compaction equipment being used as

determined by the Engineer. (d) Import granular fill shall be used for backfill unless native soils are suitable and

approved by the Engineer, and are specified on the construction drawings. (e) Deficiencies in the quantities of approved native backfill material which are the result

of the Contractor's operation shall be replaced with imported granular fill at no additional cost to the Owner.

(f) Trenches shall be backfilled to a depth to allow for surface restoration in accordance with Section 4.27 – Surface Restoration.

.3 Traveled Surfaces: (a) Traveled surfaces are roadways, lanes, driveways, road shoulders, sidewalks,

walkways or other surfaces on which vehicular or pedestrian traffic normally travels. The ultimate extent of the traveled surface must be considered.

(b) Under no circumstances shall a trench in a traveled area be left in a hazardous condition.

(c) Trenches in traveled surfaces shall be backfilled with imported granular fill in accordance with Section 4.20. Approved native backfill shall be used when directed by the Engineer in accordance with Section 4.23. Trenches located in existing arterial, collector or commercial/industrial roads shall be backfilled with controlled density backfill in accordance with Section 4.24.

(d) Approved native backfill shall be compacted to 95% Modified Proctor Density (ASTM D1557).

.4 Untraveled Surfaces: (a) Untraveled surfaces are all other surfaces not classified as traveled surfaces. (b) Untraveled surfaces shall be backfilled with approved native backfill and compacted

to 90% Modified Proctor Density (ASTM D1577).

Page 149: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 4 - TRENCH EXCAVATION, BEDDING AND BACKFILL SPECIFICATIONS AND INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 4 - 13

4.20 IMPORTED GRANULAR FILL .1 The Contractor shall import granular fill for trench backfill, unless the material excavated

from the trench is suitable and approved by the Engineer. .2 All imported granular fill for trench backfill shall consist of well graded granular material, with

not more than 8% passing the 0.075 mm sieve, which contains no stones larger than 150mm in diameter and contains no stumps, roots, organic or other deleterious material.

.3 All imported granular fill shall require approval by the Engineer prior to placement. (a) A wet sieve analysis (ASTM C117) may be required by the Engineer to confirm the

fines content of the imported granular fill material. .4 The use of quarried or blast rock as import granular fill for trenches requires specific

approval by the City Engineer unless listed in the City of Nanaimo Approved Product List. Quarried or blast rock shall be hard and durable, well graded, with not more than 8% passing the 0.075 mm sieve, which contains no stones larger than 150 mm in diameter and no stumps, roots, organic or other deleterious material.

4.21 CONCRETE .1 Concrete for pipe base, encasement or backfill shall have a minimum compressive strength

of 20MPa at twenty-eight (28) days and be in accordance with Section 11.31 – Concrete. .2 Backfill material shall not be placed over the concrete until the concrete has obtained its

initial set but in no case shall time be less than one hour. 4.22 ROAD SUB-BASE GRAVEL COURSE .1 The road sub-base gravel shall be in accordance with Section 9.29 - Road Sub-Base

Gravel Course. 4.22A ROAD BASE GRAVEL COURSE .1 The road base course gravel shall be in accordance with Section 9.30 - Road Base Gravel

Course. 4.23 APPROVED NATIVE BACKFILL .1 Approved native backfill shall be soils native to the excavation and suitable for backfilling to

the required compaction densities as determined by the Engineer. .2 The maximum size rock in approved native backfill shall be 200mm in any dimension. .3 Approved native backfill material placed within 600mm of the finished surface shall have a

maximum rock size of 75mm measured in any dimension.

Page 150: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 4 - TRENCH EXCAVATION, BEDDING AND BACKFILL SPECIFICATIONS AND INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 4 - 14

.4 Unsuitable native materials, i.e. rock, clay or silt may be mixed with granular material for use as approved native backfill if approved by the Engineer. In no case shall the silt and clay content exceed 30% by volume.

4.24 CONTROLLED DENSITY FILL .1 All materials and methods shall conform to CAN/CSA A23.1 and A23.2. .2 Materials:

(a) Portland cement: Type 10 to CAN/CSA A3000, for winter conditions Type 30 may be used. (REVISED NOVEMBER 2016)

(b) Fly Ash: Type F to CAN/CSA A23.5. (c) Water: To CAN/CSA A23.1. (d) Aggregate: To CAN/CSA A23.1. (e) Air entraining admixture: To CAN3 - A266.2. (REVISED NOVEMBER 2016)

(f) Chemical admixtures: To CAN3 - A266.2. Use of admixtures to accelerate or retard curing as directed by the Engineer. (REVISED NOVEMBER 2016)

.3 Mix Design: (a) Compressive strength: 0.5MPa at twenty-eight (28) days. (b) Cement content: 25kg per m3. (c) Slump: 150 - 200mm (d) Air entrainment: 4 - 6% .4 Formwork: (a) Formwork, if required, shall conform to CSA S269.3. .5 Placement: (a) Provide the Engineer with twenty-four (24) hours notice prior to placing controlled

density backfill. (b) Segregation of the material during placement shall not be permitted. Pumping of

controlled density fill is permitted if approved by the Engineer. (c) Internal vibrators or other methods of consolidation may be used to ensure undercut

areas of pavement are fully supported. (d) When using controlled density fill to bed and surround the pipe, material shall be

placed so as not to damage or displace the pipe. (e) Begin placement of controlled density fill at the high end of sloping trenches. (f) Do not place load on the controlled density backfill until authorized by the Engineer. (g) Steel road plates or other approved means of supporting traffic shall be used until

surface restoration can proceed.

4.25 VARIATION IN SPECIFICATION REQUIREMENTS FOR TRAVELED SURFACES .1 Requirements under Section 4.19 - Backfill and Compaction, Section 4.27 - Surface

Restoration and Section 4.28 - Pavement Restoration may be modified or deleted as determined and authorized by the Engineer depending on soil conditions, the condition of

Page 151: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 4 - TRENCH EXCAVATION, BEDDING AND BACKFILL SPECIFICATIONS AND INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 4 - 15

the existing pavement and road structure, traffic control, future planned construction or other reasons, that affect work outlined under the aforementioned specification sections.

4.26 FISH HABITAT GRAVEL

.1 Gravel shall be composed of inert, non-fractured smooth washed aggregate. .2 Gradation:

GRADATION LIMITS (Percent by Volume & Percent by Weight Passing)

US STANDARD SIEVE

SIZE GRADATION LIMITS (PERCENT

BY WEIGHT PASSING) PERCENT BY VOLUME

100 mm 100 0

75 mm 95 5

50 mm 80 15

37.5 mm 60 20

19 mm 25-30 30-35

9.5 mm 10-15 10-20

6.3 mm 0 - 15 0 - 15

4.75 mm 0 - 5 0 - 5

4.27 SURFACE RESTORATION .1 General: (a) Surface restoration shall be completed immediately following the backfilling operation. (b) Restore all disturbed surfaces to a condition equal to or better than the condition that

existed prior to construction to the satisfaction of the Engineer unless otherwise specified.

(c) Repair any damage to adjacent lands or improvements. (d) Damage to paved surfaces shall be seal coated, patched or replaced in an approved

manner to the satisfaction of the Engineer. (e) Damage to graveled surfaces shall be restored by scarifying, regrading and

compacting the surface, or if required, regravelling the surface with base gravel or approved equivalent to the satisfaction of the Engineer.

Page 152: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 4 - TRENCH EXCAVATION, BEDDING AND BACKFILL SPECIFICATIONS AND INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 4 - 16

.2 Traveled Surfaces:

(a) Restoration of traveled surfaces shall conform to the following minimum requirements, or to the existing road structure, whichever is greater, unless otherwise noted on the construction drawings.

LOCATION

SUB-BASE

BASE SURFACE

TREATMENT Gravel Roads 300mm 50mm -

Gravel Shoulders 300mm 50mm - Asphalt Roads (Existing) 250mm 100mm 50mm Asphalt

Asphalt Roads (With CDF) CDF 100mm 50mm Asphalt Gravel Driveways - 100mm - Asphalt Driveways - 100mm 50mm Asphalt

Concrete Driveways* - 100mm 100mm Concrete Asphalt Sidewalks 250mm 100mm 50mm Asphalt

Concrete Sidewalks 250mm 100mm 100mm Concrete Asphalt Walkways 150mm 50mm 50mm Asphalt

* Concrete driveways within the road rights-of-way shall be restored in accordance with

the asphalt driveway requirements where the abutting street is not constructed with concrete curb and gutter or where future road widening will be required.

(b) Place and compact sub-base, and base to 95% Modified proctor Density (ASTM

D1557). (c) Restore asphalt road surfaces in accordance with Section 4.28 – Pavement

Restoration. (d) If approved by the Engineer, excavated road gravel may be reused for the sub-base

course. (e) Concrete shall be in accordance with Section 8 – Curbs, Sidewalks and Walkways. .3 Ditches: (a) Reshape ditches to the original lines, grades and sections as existed prior to

construction unless otherwise shown on the construction drawings. (b) Restore ditch with a minimum of 300mm of import granular fill, or other material

specified by the Engineer where stability of ditch slopes and bottom cannot be maintained.

(c) Compact to 95% Modified Proctor Density (ASTM D1557). .4 Boulevards, Statutory Rights-of-way and Private Property: (a) Surface restoration in untravelled boulevard areas shall be limited to the replacement

of topsoil, grass, gravel, rock chips or bark mulch (subject to drainage conditions) unless otherwise stated in the construction drawings or contract documents.

(b) Surface restoration shall be a minimum depth of 100mm, or to meet pre-construction conditions, whichever is greater, unless otherwise noted on the construction drawings.

Page 153: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 4 - TRENCH EXCAVATION, BEDDING AND BACKFILL SPECIFICATIONS AND INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 4 - 17

(c) Restore unimproved areas with materials equivalent to the surface conditions prior to construction.

(d) Restore gardens with materials approved by the Engineer including top soil, bark mulch, rock chips or other materials required to match pre-construction conditions.

(e) Restore lawns with sod removed prior to construction, otherwise restore lawn with top soil approved by the Engineer and seed or sod to match existing lawn.

(f) Restore gravel surfaces with equivalent granular materials. (g) Restore driveways in accordance with Section 4.27.2. (h) Restore landscaped areas in accordance with Section 4.27.5. (i) Surface restoration in statutory rights-of-way shall also be in accordance with the

rights-of-way condition sheet. (j) Prior to acceptance of the work, the contractor shall obtain and submit, in duplicate to

the Engineer, a written release from each owner of property, where works were constructed or damaged, certifying that the owner is satisfied with the completed works.

.5 Landscaped Areas: (a) Top soil, shrubs, small trees, fences and other items removed prior to, or during

construction shall be replaced to the satisfaction of the property owner. (b) Replacement shrubs, trees and plants shall be planted at a suitable time of the year

in accordance with good horticultural practice to provide a maximum assurance of survival.

(c) During the maintenance period, any trees, shrubs or plants which show signs of dying as a result of the Contractor's operation shall be replaced with new plantings of a similar variety, age and size at no extra cost to the owner.

4.28 PAVEMENT RESTORATION .1 All pavement restorations with a minimum 75mm asphalt thickness shall be constructed in

accordance with Standard Drawing No. T-4A or as directed by the Engineer. All pavement restorations with less than 75mm asphalt thickness shall be constructed in accordance with Standard Drawings No. T-4 or as directed by the Engineer.

.2 All pavement restorations where asphalt cutting around a manhole is required, shall be

done in accordance with Standard Drawing No. T-4B. .3 All excavations in traveled paved areas shall be patched on the same day as the excavation

with a temporary or permanent patch, or with approved steel plates, unless otherwise directed by the Engineer.

.4 Temporary Pavement Patching: (a) All temporary patching and steel road plates shall be installed and maintained to

ensure safe and smooth conditions. (b) Temporary patching shall consist of cold or hot mix asphaltic concrete as approved by

the Engineer and placed to a minimum compacted thickness of 50mm. (c) Use of steel road plates shall require approval from the Engineer and shall only be

used where the specifications or drawings require the trench to be left open. (i.e. to allow curing of concrete or controlled density fill.) Steel plates shall be rated to meet traffic loading requirements.

Page 154: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 4 - TRENCH EXCAVATION, BEDDING AND BACKFILL SPECIFICATIONS AND INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 4 - 18

.5 Permanent Asphaltic Concrete Pavement Patching: (a) Install permanent pavement patch within 15 days of the excavation unless otherwise

approved by the Engineer. (b) Remove and dispose of all broken, cracked, damaged or temporary pavement as well

as paved areas showing settlement. (c) All pavement outside the allowable trench width, as shown on Standard Drawing No.

T-1, that is damaged as a result of the contractor's operation shall be removed; all backfill beneath the damaged pavement recompacted; and the pavement reinstated in accordance with these specifications at no additional cost to the Owner.

(d) If required, re-cut existing pavement so that the location and alignment of the patch is in accordance with Section 4.29 – Final Cutting Paved Surfaces, and so that the pavement edge is a minimum of 300mm from the trench wall.

(e) Excavate patch, as required, to ensure placement of the specified thickness of road base. Road base material and placement shall be in accordance with Section 9 - Streets, Traffic Signs and Markings.

(f) Pavement edges shall be thoroughly cleaned. Tack coat, in accordance with Section 12.27, shall be applied to completely cover all pavement edges. (REVISED NOVEMBER 2016)

(g) Minimum compacted pavement thickness shall be equal to the existing pavement thickness or 50mm, whichever is greater.

(h) Material and placement of pavement shall be in accordance with Section 12 - Asphaltic Concrete Paving.

(i) Finished permanent pavement patch shall be smooth and match adjacent pavement grades and be free of humps, depressions or ridges and within 6mm of the existing pavement grades when measured with a 3.0m straightedge, but not uniformly high or low.

(j) The contractor shall maintain all pavement patches in complete repair during the warranty period. Should a dangerous situation arise, the pavement patch shall be repaired immediately upon notification by the Engineer, unless otherwise directed by the Engineer.

.6 Temporary RAP Patching : (REVISED NOVEMBER 2016)

(a) The RAP specifications shall be in accordance with Section 12.23.3(a) – Recycled Asphalt Pavement. (REVISED NOVEMBER 2016)

(b) Minimum compacted RAP thickness shall be 50mm or as specified in the contract documents. (REVISED NOVEMBER 2016)

(c) RAP patches shall be compacted to 95% modified proctor, (ASTM D1557) in one lift so the finished grade is at or above the existing pavement surface. (REVISED NOVEMBER 2016)

(d) If the finished grade is below the existing pavement surface, the RAP shall be scarified, additional RAP material added, and recompacted so the finished grade is at or above the existing pavement surface. (REVISED NOVEMBER 2016)

(e) If the finished grade is above the existing pavement surface, it shall be trimmed flush with the existing pavement surface. (REVISED NOVEMBER 2016)

(f) Temporary RAP patches are to be used only on low volume roads unless directed otherwise by the City Engineer. (REVISED NOVEMBER 2016)

Page 155: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 4 - TRENCH EXCAVATION, BEDDING AND BACKFILL SPECIFICATIONS AND INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 4 - 19

4.29 FINAL CUTTING PAVED SURFACES .1 All final pavement cuts shall be sawn in accordance with Section 4.28 – Pavement

Restoration. .2 All final cuts shall be a minimum of 300mm from the trench wall. .3 All longitudinal pavement cuts in streets shall lie outside a vehicle wheel path, unless

otherwise directed by the Engineer. 4.30 TRENCH SETTLEMENT DURING GUARANTEE PERIOD .1 The Contractor shall replace materials and rectify all failures that occur as a result of

settlement of trench backfill or collapse of trench walls during the guarantee period as specified in Section 2.03 – Materials and Workmanship, Article 29.

.2 Trenches in which backfill settles shall be refilled with the specified backfill material, and

paved surfaces that are adjacent to trenches or on trench backfill, which fail during this period, shall be replaced or repaired in an approved manner.

4.31 PRIVATE UTILITIES IN CITY RIGHTS-OF-WAY .1 Private utilities within City of Nanaimo road rights-of-way generally shall follow the

alignments shown on Standard Drawings No. T-9 and T-10. .2 All private utilities shall be traceable electronically. .3 Installation of private utilities shall require prior approval by the City Engineer.

Page 156: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:1. ALL DIMENSIONS IN MILLIMETERS UNLESS OTHERWISE SHOWN.

d/2+375+H/10 d/2+375+H/10

MAXIMUM ALLOWABLETRENCH WIDTH

100

(MIN

.)

H

300

MAX. d+600MIN. d+300

d

150 (MINIMUM)

300 (MAXIMUM)

PIPE ZONE.

UNTRAVELLED AREAS TRAVELLED AREAS

d = OUTSIDE DIAMETER

REFER TO STD. DWG. T-4 ANDT-4A, SECTION 4.28 AND 4.29 FORPAVEMENT RESTORATIONDETAILS.

ROAD STRUCTURE RESTORATIONTO SECTION 4.27.

APPROVED IMPORTED GRANULARFILL COMPACTED TO 95%MODIFIED PROCTOR DENSITYUNLESS OTHERWISE SPECIFIEDON THE CONSTRUCTIONDRAWINGS. REFER TO SEC 4.19

VERTICAL TRENCH TO EXTEND100 (MIN.) ABOVE TOP OF PIPE.

COMPACTED GRANULAR PIPEBEDDING TO SECTION 4.17.

100 (MINIMUM) 150(MINIMUM) IN ROCKEXCAVATION.

REFER TO SECTION 4.27 FORSURFACE RESTORATION.

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

4 D

WG

S\T

-16.

16.2

016

T H E H A R B O U R C I T Y TRENCH DETAILS

NTS

OCT 2012

NOV 2016

T-1

Engineering Standards & SpecificationsNovember 2016 Edition

Page 157: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

UNTRAVELLED AREAS TRAVELLED AREAS

D 300 d(MIN.)

150 (MIN.)300 (MAX.)

D+d+900 (MAX.)D+d+600 (MIN.)

100 (MINIMUM)150 (MINIMUM) INROCK EXCAVATION.

300

VERTICAL TRENCH TO EXTEND100 (MIN.) ABOVE TOP OF PIPE.

H

D+d+900+H/10 D+d+900+H/10

MAXIMUM ALLOWABLETRENCH WIDTH

SURFACE RESTORATIONTO SECTION 4.27

STORM SEWER

SANITARY SEWER

COMPACTED GRANULAR BEDDINGD,d = OUTSIDE DIAMETERTO SECTION 4.17.

APPROVED IMPORTEDGRANULAR FILL COMPACTEDTO 95% MODIFIED PROCTORDENSITY UNLESS OTHERWISESPECIFIED ON THECONSTRUCTION DRAWINGSREFER TO SECTION 4.19

STORM SEWER TO BE DEFLECTED AROUNDSANITARY SEWER MANHOLES.

REFER TO STD. DWG. T-4 AND T4-A,SECTION 4.28 AND 4.29 FORPAVEMENT RESTORATION DETAILS.

ROAD STRUCTURERESTORATION TO SECTION 4.27.

NOTES:1. REFER TO STANDARD DRAWING T-1 FOR ADDITIONAL TRENCH DETAILS.2. ALL DIMENSIONS IN MILLIMETERS UNLESS OTHERWISE SHOWN.

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

4 D

WG

S\T

-24.

11.2

016

T H E H A R B O U R C I T Y SANITARY & STORM SEWER

IN COMMON TRENCH

NTS

OCT 2012

NOV 2016

T-2

Engineering Standards & SpecificationsNovember 2016 Edition

Page 158: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:1. REFER TO STANDARD DRAWING T-1 FOR ADDITIONAL

H

100

(MIN

.)d

PIPE ZONE.

300

(MA

X.)

TRENCH DIMENSIONS AND DETAILS.ALL DIMENSIONS IN MILLIMETERS UNLESS OTHERWISE SHOWN.2.

d = OUTSIDE DIAMETER

REFER TO STD. DWG. T-4 AND T-4A,SECTION 4.28 AND 4.29 FORPAVEMENT RESTORATION DETAILS

SURFACE RESTORATIONTO SECTION 4.27

CONTROLLED DENSITYFILL TO SECTION 4.24

100 (MINIMUM.) 150(MINIMUM) IN ROCKEXCAVATION.

COMPACTED GRANULARBEDDING MATERIAL TOSECTION 4.17.

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

4 D

WG

S\T

-34.

11.2

016

T H E H A R B O U R C I T Y CONTROLLED DENSITY FILL

IN PAVED SURFACE AREA

NTS

MAY 1996

NOV 2016

T-3

Engineering Standards & SpecificationsNovember 2016 Edition

Page 159: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

TEMPORARY RESTORATION PERMANENT RESTORATION

300(MIN.)

NOTES:

2.

1.

ALL DIMENSIONS IN MILLIMETERS UNLESS OTHERWISE SHOWN.TRENCH DIMESIONS AND DETAILS.REFER TO STANDARD DRAWING T-1 FOR ADDITIONAL

CUT ASPHALT 300 (MIN.)BACK FROM TRENCHWALL.

HOT-MIX ASPHALTTO MATCHEXISTING 50 (MIN.)

FOR ROAD STRUCTURE RESTORATIONREFER TO SECTION 4.27

FOR BACKFILLING AND COMPACTIONREFER TO SECTION 4.19

COLD OR HOT-MIXASPHALT 50 (MIN.)

ALTERNATIVE 1 - STRAIGHT CUT

PERMANENT RESTORATION

300(MIN.)

CUT ASPHALT 300 (MIN.)BACK FROM TRENCH WALLAT 45° MILLED BEVEL

HOT-MIX ASPHALTTO MATCHEXISTING 50 (MIN.)

FOR ROAD STRUCTURE RESTORATIONREFER TO SECTION 4.27

ALTERNATIVE 2 - BEVEL CUT

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

4 D

WG

S\T

-44.

11.2

016

T H E H A R B O U R C I T Y PAVEMENT RESTORATION TYPE 1

(ASPHALT THICKNESS < 75mm)

NTS

APR 2016

NOV 2016

T-4

Engineering Standards & SpecificationsNovember 2016 Edition

Page 160: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

300(MIN.)

35 (M

IN.)

300(MIN.)

FOR BACKFILLING AND COMPACTIONREFER TO SECTION 4.19

FOR ROAD STRUCTURE RESTORATIONREFER TO SECTION 4.27

CUT ASPHALT 300 (MIN.) BACKFROM TRENCH WALL.

WHERE THICKNESS OFEXISTING A.C. PERMITS,GRIND, TACK COAT ANDOVERLAY OR APPROVEDALTERNATIVE

HOT-MIX ASPHALT TOMATCH EXISTING OR 75(MIN.) WHICHEVER ISGREATER.

PERMANENT RESTORATION

NOTES:1. REFER TO STANDARD DRAWING T-1 FOR ADDITIONAL TRENCH DIMESIONS AND DETAILS.2. ALL DIMENSIONS IN MILLIMETERS UNLESS OTHERWISE SHOWN.

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

4 D

WG

S\T

-4A

6.16

.201

6

T H E H A R B O U R C I T Y PAVEMENT RESTORATION TYPE 2

(75mm MINIMUM THICKNESS)

NTS

OCT 2012

NOV 2016

T-4A

Engineering Standards & SpecificationsNovember 2016 Edition

Page 161: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

ASPHALT TOP LIFT

NOTES:

1. COVER MANHOLE WITH BUILDING PAPER AND CONSTRUCTION ASPHALT CONCRETE BASE COURSE AND WEARING COURSES.2. SAW CUT SQUARE EXCAVATING AROUND MANHOLE 300mm MIN FROM MANHOLE FRAME.3. RAISE MANHOLE COVER AND FRAME TO FINISH GRADE.4. APPLY TACK COAT TO EDGES OF EXISTING PAVEMENT BEFORE INSTALLING PATCH.5. FINISH JOINT WITH ASPHALT SEAL AND SAND.6. REFER TO STANDARD DRAWINGS AS PER RELEVANT SECTIONS 5, 6, OR 7 FOR OTHER MANHOLE REQUIREMENTS.7. ONLY PRODUCTS APPROVED BY THE CITY ENGINEER AND LISTED IN THE CITY OF NANAIMO APPROVED PRODUCT LIST WILL BE

ACCEPTED FOR INSTALLATION.8. REFER TO STANDARD DRAWING T-1 FOR ADDITIONAL TRENCH DIMENSIONS AND DETAILS.9. ALL DIMENSIONS IN MILLIMETRES UNLESS SHOWN OTHERWISE.

SQUARE CUT PLAN VIEW

MANHOLE COVER & FRAME

CUT LINE

300 min

MANHOLE COVER & FRAME

300 minFINISH GRADE

CONCRETE ENCASEMENTSUPPORT DETAIL

CU

TLIN

E

300 m

in

DIRECTION OF TRAVELC

UTL

INE

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

4 D

WG

S\T

-4B

6.16

.201

6

T H E H A R B O U R C I T Y PAVEMENT RESTORATION

ASPHALT CUTTING FOR A MANHOLE

NTS

NOV 2012

NOV 2016

T-4B

Engineering Standards & SpecificationsNovember 2016 Edition

Page 162: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

150

(MIN

.)

150

(MIN

.)150

(MIN.)WATERMAIN

SECTION A-A

300(MIN.)

500

SIDES OF CROSSINGSPLIT EVENLY BOTH

CONCRETE 20 MPa AT 28 DAYS

(MIN.)300500

WATERMAIN BELLTYPE COUPLING

A

A

ELEVATION

PLAN

WHERE POSSIBLE, NOWATERMAIN PIPE JOINTSWITHIN CONCRETE ENCASEMENT.

3.0m 3.0m

SEWER

WATERMAIN

WIDTH OF CROSSING

NOTES:1. USE OF CONCRETE ENCASEMENT WHERE MINISTRY OF HEALTH'S MINIMUM WATER/SEWER SEPARATION

OFFSET CANNOT BE MET, REQUIRES APPROVAL BY THE MINISTRY OF HEALTH.2. FOR PIPE PROTECTION WITH CONCRETE REFER TO STANDARD DRAWING T-6.3. ALL DIMENSIONS IN MILLIMETERS UNLESS OTHERWISE SHOWN.

WIDTH OF CROSSING (SEESKETCH BELOW FOR

DEFINITION)

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

4 D

WG

S\T

-54.

11.2

016

T H E H A R B O U R C I T Y CONCRETE ENCASEMENT FOR

WATERMAIN \ SEWER SEPARATION

NTS

OCT 1993

NOV 2016

T-5

Engineering Standards & SpecificationsNovember 2016 Edition

Page 163: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:1. THE REQUIREMENT FOR CONCRETE PIPE PROTECTION SHALL BE DETERMINED BY THE

150

(MIN

.)

150

(MIN

.)

150(MIN.)

SECTION A-A

300(MIN.)

500(MIN.)

300500

A

A

ELEVATION

ENGINEER. DIMENSIONS SHOWN ARE MINIMUM REQUIREMENTS AND SHALLBE MODIFIED TO SUIT PIPE LOADING CONDITIONS.

ALL DIMENSIONS IN MILLIMETERS UNLESS OTHERWISE SHOWN.3.

(MIN.)300

LENGTH AS SPECIFIED BY THE ENGINEER ORAS SHOWN ON CONSTRUCTION DRAWINGS

ALTERNATIVE 1 - ENCASEMENT

FLEXIBLECOUPLING

CONCRETE 20 MPa AT 28 DAYS

ALTERNATIVE 2 - PROTECTIVE SLAB

(MIN

.)15

0(M

IN.)

150

1000 (MIN.)

300 (MIN.) OFUNDISTURBED SOIL

GRANULAR BEDDINGCOMPACTED

CONCRETE (20 MPa AT 28 DAYS MIN.)

REBAR (15M @ 200 c/c MIN.)

USE OF CONCRETE BEDDING OR HAUNCHING SHALL NOT BE PERMITTED2.ON PVC OR OTHER FLEXIBLE PIPE MATERIALS.

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

4 D

WG

S\T

-64.

11.2

016

T H E H A R B O U R C I T Y PIPE PROTECTION

WITH CONCRETE

NTS

OCT 1993

NOV 2016

T-6

Engineering Standards & SpecificationsNovember 2016 Edition

Page 164: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

UTC / UGH

STORMSANITARY

WATER

GAS

51.8

51.5

51.2

50.9GAS ±3.0A

LTE

RN

ATE

GA

S S

ER

VIC

ELO

CA

TIO

N (T

O M

ETE

R O

N H

OU

SE

)

(PR

OP

ER

TY L

INE

)

(PR

OP

ER

TY L

INE

)

D 3.0m

S 2.4m W 1.2m W 1.2m

CAPPED UTC/UGH STUBSTO BE PLACED WITHIN ASTD CONCRETE SERVICEBOX TYPE 66

NOTES:1. SANITARY AND STORM SEWER SERVICES TO BE INSTALLED ON THE LOWER SIDE OF THE LOT, AND WHERE

POSSIBLE, SHALL BE FROM THE THE FRONT PROPERTY LINE2. POLE RESERVE, IF REQUIRED, TO BE AT ALTERNATE LOT CORNER TO WATER SERVICES.3. GAS SERVICES SHALL BE 1.0m MINIMUM SEPARATION FROM SANITARY, STORM AND WATER UTILITIES.4. ALL DIMENSIONS IN METERS UNLESS OTHERWISE SHOWN.5. CAPPED UTH/UGH STUBS MUST BE PLACED WITHIN A STANDARD CONCRETE SERVICE BOX TYPE 66.

HYDRO, TEL &CABLE PRIVATEUTILITY SERVICEBOXES SEE STD.DWG. T-10 FORDETAIL

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

4 D

WG

S\T

-74.

11.2

016

T H E H A R B O U R C I T Y TYPICAL LOCATION OF SERVICE CONNECTIONS

TO RESIDENTIAL VACANT LOTS

NTS

OCT 2012

NOV 2016

T-7

Engineering Standards & SpecificationsNovember 2016 Edition

Page 165: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION A-A

900

300A

A

B

B

20 MPa AT 28 DAYS CONCRETE

20 MPa AT 28 DAYS CONCRETE

MAINLINE PIPE150

150 15

015

0

MAINLINE PIPE

150 15

045

0

SECTION B-B

ALTERNATIVE 1FOR USE IN TILLS AND OTHER STABLE,WELL COMPACTED NATIVE MATERIALS.

OTHER LOOSE, PERMEABLE NATIVE MATERIALS.FOR USE IN CLEAN GRAVELS, SANDS AND

ALTERNATIVE 2

100Ø SDR-28 PVCPERFORATED DRAIN PIPE

1000

PERFORATED DRAIN PIPE100Ø SDR-28 PVC

1000

DETAIL OF DRAIN PIPE

100Ø DRAINPIPETO STORM SEWER

100Ø DRAINPIPETO STORM SEWER

19mm CLEANCRUSHED DRAINROCK

FILTER CLOTH (COVER ROCKBEDDING COMPLETELY)

FILTER CLOTH (COVER ROCKBEDDING COMPLETELY)

DETAIL OF DRAIN PIPE

19mm CLEANCRUSHED ROCK

19mm CLEANCRUSHED ROCK

NOTE: MAINLINE PIPE &FILTER CLOTH NOTSHOWN FOR CLARITY.

OR DAYLIGHT. CRUSHED DRAIN19mm CLEAN

PROFILE

PROFILENOTE: MAINLINE PIPE &FILTER CLOTH NOTSHOWN FOR CLARITY.

ROCK

TYPE 1-PLAN VIEW

150m

m

1m-100mm PERFORATEDDRAIN PIPE

UTILITY MAINTRENCH DAM KEYED INTO TRENCH WALL ONSOFT SOIL CONDITIONS.

100mm SOLID SDRDRAIN PIPE

OR DAYLIGHT.

100mm SOLID SDR-28DRAIN PIPEPVC

100Ø SOLIDSDR-28 PVCPIPE

100Ø SOLIDSDR-28 PVCPIPE

NOTES:1. IF APPROVED BY THE ENGINEER, IN AREAS INACCESSIBLE

BY CONSTRUCTION EQUIPMENT, WET, PRE-MIXEDCONCRETE FILLED SANDBAGS MAY BE USED.

2. REFER TO SECTION 4.18 FOR TRENCH DAM SPACING.3. PROVIDE TRENCH DRAINAGE TO AN ACCEPTABLE

WATERCOURSE OR STORM COLLECTION SYSTEM FROMEVERY TRENCH DAM. HIGHEST END OF THE TRENCH DAMDRAIN PIPE SHALL BE CAPPED.

4. ALL DIMENSIONS IN MILLIMETERS UNLESS OTHERWISESHOWN.

5. ALL PIPE TO BE SDR-28 PVC.

PVC28

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

4 D

WG

S\T

-86.

16.2

016

T H E H A R B O U R C I T Y TRENCH DAMES - TYPE 1

FOR ALL UTILITY MAINS

NTS

OCT 2012

NOV 2016

T-8

Engineering Standards & SpecificationsNovember 2016 Edition

Page 166: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

900

300A

A

B

B

20 MPa AT 28 DAYS CONCRETE

20 MPa AT 28 DAYS CONCRETE

SECTION B-B

ALTERNATIVE 1FOR USE IN TILLS AND OTHER STABLE,WELL COMPACTED NATIVE MATERIALS.

OTHER LOOSE, PERMEABLE NATIVE MATERIALS.FOR USE IN CLEAN GRAVELS, SANDS AND

ALTERNATIVE 2

CAP

100Ø SDR-28 PVCPERFORATED DRAIN PIPE

1000

PERFORATED DRAIN PIPE100Ø SDR-28 PVC

1000CAP

DETAIL OF DRAIN PIPE

19mm CLEANCRUSHED DRAINROCK

DETAIL OF DRAIN PIPE

NOTE: MAINLINE PIPE &FILTER CLOTH NOTSHOWN FOR CLARITY.

CRUSHED DRAIN19mm CLEAN

PROFILE

PROFILENOTE: MAINLINE PIPE &FILTER CLOTH NOTSHOWN FOR CLARITY.

ROCK

TYPE 2-PLAN VIEW

150m

m

1m-100mm PERF. PIPE

100mm PERFORATED DRAIN SDR-28 PVC PIPEMAY BE TIED INTO STORM MAINWHEN GRADE ALLOWS

STORM SEWER MAIN

100mm SOLID SDR-28 PVCDRAIN PIPE

CAP

100Ø SOLIDSDR-28 PVCPIPE

100Ø SOLIDSDR-28 PVCPIPE

NOTES:1. IF APPROVED BY THE ENGINEER, IN AREAS INACCESSIBLE

BY CONSTRUCTION EQUIPMENT, WET, PRE-MIXEDCONCRETE FILLED SANDBAGS MAY BE USED.

2. REFER TO SECTION 4.18 FOR TRENCH DAM SPACING.3. PROVIDE TRENCH DRAINAGE TO AN ACCEPTABLE

WATERCOURSE OR STORM COLLECTION SYSTEM FROMEVERY TRENCH DAM. HIGHEST END OF THE TRENCH DAMDRAIN PIPE SHALL BE CAPPED.

4. ALL DIMENSIONS IN MILLIMETERS UNLESS OTHERWISESHOWN.

5. ALL PIPE TO BE SDR-28 PVC.

TRENCH DAM KEYED IN TOTRENCH WALL ON SOFTSOIL CONDITIONS.

SECTION A-A

150

150 15

015

0

150 15

045

0

100Ø DRAINPIPETO STORM SEWER

100Ø DRAINPIPETO STORM SEWER

FILTER CLOTH (COVER ROCKBEDDING COMPLETELY)

FILTER CLOTH (COVER ROCKBEDDING COMPLETELY)

19mm CLEANCRUSHED ROCK

19mm CLEANCRUSHED ROCK

OR DAYLIGHT.

OR DAYLIGHT.

MAINLINE STORMPIPE

MAINLINE STORMPIPE

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

4 D

WG

S\T

-8A

6.16

.201

6

T H E H A R B O U R C I T Y

TRENCH DAMS - TYPE 2OPTIONAL FOR STORM

SEWER MAINS

NTS

OCT 2012

NOV 2016

T-8A

Engineering Standards & SpecificationsNovember 2016 Edition

Page 167: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTE:ALL DIMENSIONS ARE IN MILLIMETERS UNLESS OTHERWISE SHOWN.1.

OTHER CONSTRUCTION REQUIREMENTS.REFER TO UTILITY CONSTRUCTION DRAWINGS FOR DUCT SIZE AND2.

900

300

75 300 7550 40 40

PL

800 150 400 250

2000 - 3000

TEL

(O.D

. = 1

10)

CA

BLE

(O.D

. = 8

5)

HY

DR

O (O

.D. =

85)

HY

DR

O (O

.D. =

85)

STR

EE

T LI

GH

T (O

.D. =

50)

HY

DR

O (O

.D. =

85)

TRENCH MARKER TAPE

ALL UTILITIES SHALL BE TRACEABLE ELECTRONICALLY3.

BEDDING SAND

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

4 D

WG

S\T

-94.

11.2

016

T H E H A R B O U R C I T Y

PRIVATE UTILITIESUNDERGROUND ELECTRICAL

COMMON TRENCH DETAIL

NTS

MAY 2001

NOV 2016

T-9

Engineering Standards & SpecificationsNovember 2016 Edition

Page 168: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

PROPERTY LINE

0.151.000.60

TELCABLE

HYDRO

CABLETEL

HYDRO

0.15

PL

0.80

0.15

0.40

0.40

0.25

STREET LIGHT

SIDEWALK

2.00

- 3.

00

APPROXIMATE DIMENSIONS (mm)

HYDRO BOXTEL BOXCABLE BOX

: 750Ø

: 750x1000: 750x1000

(2.00 x 3.50 MIN.)SERVICE AREA

UNDERGROUND ELECTRICAL

ALTERNATE STREET LIGHT CONDUIT LOCATION300mm BACK OF CURB, 300mm DEEP

1.0 MIN HYDRO

0.7 MIN TEL

0.4 MIN CABLE

NOTE:1. REFER TO SECTION 9 - STREETS FOR STREET LIGHT AND SIDEWALK OFFSETS.2. FOR STREET LIGHT OFFSETS LESS THAN 3.00m, HYDRANTS AND STREET LIGHT POLES SHALL NOT BE LOCATED

WITH UNDERGROUND ELECTRICAL SERVICES.3. SERVICE BOXES SHALL HAVE MINIMUM SEPARATION OF 300mm.4. REFER TO UTILITY CONSTRUCTION DRAWINGS FOR FURTHER DETAILS.5. ALL UTILITIES SHALL BE TRACEABLE ELECTRONICALLY.6. ALL DIMENSIONS ARE IN METRES UNLESS OTHERWISE SHOWN.

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

4 D

WG

S\T

-10

6.16

.201

6

T H E H A R B O U R C I T Y

PRIVATE UTILITIESUNDERGROUND ELECTRICAL

TYPICAL SERVICE BOX LOCATION

NTS

OCT 2012

NOV 2016

T-10

Engineering Standards & SpecificationsNovember 2016 Edition

Page 169: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

AA

B

B

PROPOSED PIPEOR CONDUIT

EXISTING PIPE

CONTROLLED DENSITY FILL

PLANSECTION B-B

TRENCH WALL

TRENCH WIDTHVARIES

EXISTING PIPE

CONTROLLEDPROPOSED PIPEOR CONDUIT

SECTION A-A

BEDDING

OR CONDUITPROPOSED PIPE

EXISTING PIPE

CONTROLLED DENSITY FILL

VA

RIE

S 'D' + 300 MIN

'D'

FINISHED GRADE

NOTES:1. ALL DIMENSION IN MILLIMETERS

UNLESS SHOWN OTHERWISE.

WRAPPED WITHBOND BREAKER

DENSITY FILL

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

4 D

WG

S\T

-11

6.16

.201

6

T H E H A R B O U R C I T Y DETAIL OF SUPPORT FOR

EXISTING UTILITIES

NTS

MAY 1998

NOV 2016

T-11

Engineering Standards & SpecificationsNovember 2016 Edition

Page 170: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM CONTENTS

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 1

DESIGN CRITERIA SECTION NO. Scope 5.01 Water Demand 5.01A Table W-1 Hydrant Fire Flows by Land Use Zone Table W-1 Water Pressure 5.02 Velocity 5.02A Design Population 5.03 Hydraulic Network 5.04 Water Distribution Piping 5.05 Service Connections 5.06 Hydrants 5.07 Valves 5.08 Thrust Blocks and Joint Restraints 5.09 Watermain Location, Depth and Grade 5.10 Utilities in Private Lands 5.10A Pressure Reducing Stations 5.11 -Not Used- 5.12 Meter Chambers 5.13 Air Valves 5.14 Flushouts 5.15 Floor Drain Assembly Chamber Design 5.16 (REVISED NOVEMBER 2016) SPECIFICATIONS Scope 5.20 Materials Testing 5.21 Watermain Pipe 5.22 Watermain Fittings 5.23 Watermain Valves 5.24 Watermain Valve Boxes 5.25 Watermain Valve Markers 5.26 Hydrants 5.27 Flushouts 5.28 Air Valves and Fittings 5.29 Water Service Connections 5.30 Pressure Reducing Stations 5.31 Flange Adapters and Joint Restraints 5.32 Floor Drain Assemblies 5.33 Meter Chambers 5.34 -Not Used- 5.35 (REVISED NOVEMBER 2016)

Page 171: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM CONTENTS

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 2

INSTALLATION Trench Excavation, Bedding and Backfill 5.40 Pipe Alignment 5.41 Pipe Cutting 5.42 Pipe Installation 5.43 Joints at Rigid Structures 5.44 Horizontal and Vertical Curves 5.45 Deflection 5.46 Pipe Restraint 5.47 Fittings 5.48 Connections to Existing Piping 5.49 Valves 5.50 Valve Markers 5.51 Hydrants 5.52 Flushout Installation 5.53 Air Valve Installation 5.54 Floor Drain Assembly Installation 5.55 Water Service Connection Installation 5.56 Water Meters 5.57 Meter Chambers 5.58 -Not Used- 5.59 Pressure Reducing Stations 5.60 Pressure and Leakage Testing 5.61 Flushing Chlorination and Bacterial Sampling 5.62 Notification to Engineer - System Tests and Final Connection 5.63

(REVISED NOVEMBER 2016)

Page 172: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM CONTENTS

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 3

STANDARD DRAWINGS DWG. NO. Water Service Connection (19 dia. to 50 dia.) W-1 Above Ground Flushout c/w Thrust Block and Optional Restrained Method W-2A Below Grade Flushout c/w Thrust Block and Optional Restrained Method W-2B Air Release Valve Assembly and Chamber for 150 dia. - 300 dia. Main W-4 Hydrant Connection W-5 Hydrant Access Ditch Crossing Detail W-7 Thrust Block Details W-8 Valve Boxes in Unpaved Areas W-9 Meter Chamber Precast Vault W-11 Meter Chamber Precast Circular Manhole W-11A Water Meter Touch Read Bracket W-12 Fire/Domestic Water Meter - Piping Layout (100 dia. - 250 dia.) W-13 Domestic Water Meter - Piping Layout (75 dia. - 250 dia.) W-14 Domestic Water Meter – Piping Layout (38 dia. – 50 dia.) W-14A Detector Check Fire Line Service - Piping Layout (100 dia. - 250 dia.) W-15 Gate Valve and Valve Nut Extensions W-16 MR Type Water Valve Box W-16A Goose Neck for Pressure Reducing Station Drain W-18 Manhole Frame and Cover W-19 Utility Chamber – Manhole Frame, Ring and Cover W-20 Watertight Manhole Frame and Cover W-21 (REVISED NOVEMBER 2016)

Page 173: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM DESIGN CRITERIA

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 4

5.01 SCOPE

.1 Waterworks design shall follow accepted engineering principles, the Provincial Health Branch requirements, the Fire Underwriters Survey Guidelines and the following design criteria:

5.01A WATER DEMAND .1 The water distribution system shall be designed according to the following minimum

demands:

(a) Residential: Average daily per capita 455 L Maximum daily per capita 1135 L Maximum peak per capita 1820 L

(b) Commercial and Industrial:

Commercial and other non-residential water demands are normally included in the

per capita design consumptions for the overall Community. Heavy industrial, industry parks, and shopping centers must be accounted for separately in any proposed development which includes such zoning.

(c) Fire:

Watermains servicing fire hydrants shall be sized to provide Fire Flows in accordance

with the recommendations of the Fire Underwriters Survey publication 'Water Supply for Public Fire Protection' 1999 edition. Calculations supporting the theoretical fire flow available are to be submitted with the design drawings. (REVISED NOVEMBER 2016)

Fire flow requirements for a development with a sprinklered building under the

Building Code shall be determined in accordance with the water supply requirements in National Fire Protection Association (NFPA) 13. (REVISED NOVEMBER 2016)

All fire hydrants shall be installed on a looped water system unless otherwise

approved by the City Engineer. Water distribution systems shall also be designed to ensure that fire flow, as required by the Insurers' Advisory Organization (lAO), is available for the required duration. (REVISED NOVEMBER 2016)

The maximum allowable reduction to a calculated fire flow for a sprinkler system, as

determined in Part 3 of Appendix H3 - Fire Flow Calculation Sheet shall be fifty percent (50%).

Design for fire flows shall consider present available flow and anticipated ultimate

available fire flow from the City of Nanaimo's water system. New water distribution piping shall be capable of delivering the required fire flows with

a minimum of 75l/s during Maximum Day Demand and a residual pressure at all flowing hydrants of 150kPa. The hydrant fire flow for new piping shall be the value in Table W-1 “Hydrant Fire Flows by Land Use Zone” for all properties served by the new piping.

Page 174: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM DESIGN CRITERIA

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 5

For new developments, a balance of pipe size, water quality and existing fire flows at

the main will be considered. If the fire flow requirements, as calculated above, cannot be supplied by the existing water distribution system at time of development, available fire flows shall be reviewed with the City Engineer. The developer will be required to either upgrade portions of the system at their own cost or modify the proposed development to match existing fire flows at the main.

Page 175: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM DESIGN CRITERIA

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 6

TABLE W-1: HYDRANT FIRE FLOWS BY LAND USE ZONE LAND USE ZONE (BYLAW 4500) Hydrant Flows at main (ℓ/s)

R1 - 3 Single Dwelling Residential 75 R4 Duplex Residential (not sprinklered) 150 R5 Three & Four Unit Residential 110 R6 Townhouse Residential 130 R7 Row House Residential ((s) for larger buildings) 90 R8 Medium Density Residential 240 R9 * High Density (High Rise) Residential 300 R10 Steep Slope Residential (SFD / (s) for Multi) 75 / 175 R11 Recreational Vehicle Park 120 R12 Mobile Home Park Residential 120 R13 Old City Duplex Residential 180 R14 Old City Low Density (Four plex) Residential 115 R15 Old City Medium Density Residential 140 AR1 Rural Resource 75 AR2 Urban Reserve 75 COR1 Residential Corridor 230 COR2 * Mixed Use Corridor 300 COR3 * Community Corridor 300 CC1 Local Service Centre 105 CC2 Neighbourhood Centre 200 CC3 * City Commercial Centre 300 CC4 * North Nanaimo Urban Centre 300 CC5 Hospital Urban Centre 240 CC6 Commercial Recreation Centre (s) ---- DT1 Core ((s) for high rise) 230 DT2 Fitzwilliam 300 DT3 * Wallace 300 DT4 Terminal Avenue 210 DT5 Chapel ((s) for high rise) 240 DT6 * Port Place ((s) for high rise) 300 DT7 Quennell Square 225 DT8 Old City Mixed Use 140 DT9 Old City Central 150 DT10 Old City Infill Business Commercial 170 DT11 Old City Infill Service Commercial 170 DT12 Gateway 215 PRC1/2/3 Parks, Recreation and Culture One, Two, Three (s) ---- I1 Highway Industrial 225 I2 * Light Industrial 300 I3 * High Tech Industrial 300 I4 * Industrial 300 CS1/2/3 Community Service One, Two, Three (s) ---- W1 Waterfront 75 W2 * Harbour Waterfront 300 W3 Newcastle Waterfront 285 W4 * Industrial Waterfront 300 CD1 - CD6 Comprehensive Development (s) ---- Land uses marked * require limitation to 300 ℓ/s

Land uses marked (s), and all high rises require site specific calculations (REVISED NOVEMBER 2016)

Page 176: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM DESIGN CRITERIA

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 7

5.02 WATER PRESSURE .1 Minimum design distribution pressure in all areas at peak hour demand is 275kPa based on

design low reservoir level. With the combination of maximum daily demand and the specified fire flow, the minimum residual water pressure at the fire hydrant is 138kPa. Where these minimum design pressures cannot be maintained due to an increase in elevation or distance from the point of connection, a booster pump station and/or emergency storage shall be provided as part of the distribution system. (REVISED NOVEMBER 2016)

.2 The maximum allowable distribution line pressure is 860kPa static, except where individual

connections are permitted directly from trunk mains and where special precautions are taken. Otherwise, where distribution pressures will exceed 860kPa static due to a drop in elevation, a pressure reducing station shall be installed as part of the distribution system. Where distribution pressures exceed 550kPa, occupants of existing houses in the area shall be advised to install individual pressure reducing valves.

5.02A VELOCITY .1 The maximum desirable velocity at maximum peak hour flow shall not exceed 2.0m/s.

(REVISED NOVEMBER 2016) .2 The maximum desirable velocity during fire flow conditions plus the maximum day rate shall

not exceed 3.0m/s. (REVISED NOVEMBER 2016) 5.03 DESIGN POPULATION .1 Design populations used in calculating water demands shall be computed in accordance

with the City of Nanaimo's population predictions or with the planned development in the area to be served, whichever is larger. In the absence of detailed design population information, the following minimum design population densities shall be used.

Land Use Population Density Single Family 36 persons per hectare Low density multi-family 48 persons per hectare High density multi-family 120 persons per hectare Industrial & Commercial 36 persons per hectare

5.04 HYDRAULIC NETWORK .1 Depending on the complexity and extent of the proposed distribution system, the City may

require, for new developments, a hydraulic network analysis diagram showing maximum design flows and pressures. If this information is required, it shall be stated at the time of the feasibility review and shall be submitted by the applicant with the detailed design application. The hydraulic network shall be designed to distribute the maximum design flows in accordance with Section 5.02 – Water Pressure and Section 5.02A – Velocity.

.2 Field testing of design flows and existing network capacity may be required by the City

Engineer.

Page 177: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM DESIGN CRITERIA

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 8

5.05 WATER DISTRIBUTION PIPING .1 The general requirements for the distribution piping are as follows:

(a) Numerous trunk lines and secondary feeders shall be installed throughout the system. Mains must be adequate to deliver consumption and fire flow demands for the area served, and should be spaced not more than 1000m apart and looped. For extensions to the distribution network, all water distribution piping shall be looped. When looping is not feasible, temporary or permanent dead ends shall be approved at the discretion of the City Engineer.

(b) Pipes on a grid system in residential areas shall be a minimum of 200mm diameter, except that 150mm diameter may be allowed for short interconnecting streets, or short dead ends not over 100m long. Where dead ends or poor grids are likely to last over two years, greater pipe diameters may be required and shall be evaluated for peak hour and fire flow requirements.

(c) Lines furnishing domestic supply only, and not serving hydrants, may be 100mm in diameter. Where a watermain ends in a dead-end or a valve is normally closed, a fire hydrant or flushout shall be provided for flushing purposes. No flushout shall be connected to a sewer.

(d) The distribution piping and all the ancillary components of the water system work together to provide the service. The longevity and reliability of this overall system is critical to the sustainability of the service. To ensure longevity of the systems, including all of the components from the pipe and fittings to curb stop, there are two options: (REVISED NOVEMBER 2016)

(i) Provide a soils corrosivity report prepared by a professional engineer based on

field samples covering the entire alignment with spacing no greater than 150m apart, a minimum of 2 samples shall be provided. The report must outline the required protective measures for all buried metallic components from pipe and fittings, to appurtenances. This report is to be prepared based on the methodology outlined in AWWA C105 Appendix A. (REVISED NOVEMBER 2016)

(ii) Material selection and corrosion protection measures that assume the soils are corrosive (corrosive is defined as a soil exceeding 10 points based on AWWA C105 Appendix A) shall be provided. For all buried metallic components, specific measures may include cathodic protection, petroleum tape application, or non corrosive material choice such as stainless steel. (REVISED NOVEMBER 2016)

(e) All pipes shall be designed for the maximum pressures and earth loading to which the

pipe will be exposed. For PVC pipe, in no case shall the design working pressure or Dimension Ratio be less than DR18 and 1030kPa. In areas where static pressures are greater than 860kPa, the Dimension Ratio shall be DR14.

(f) Design criteria for any watermain piping 350mm or greater in diameter requires City Engineer approval. (REVISED NOVEMBER 2016)

5.06 SERVICE CONNECTIONS .1 Design drawings shall show the arrangement for water service connections. The minimum

size of service connection to be specified is 25mm diameter for polyethylene service tubing and 19mm diameter for copper. All components shall be the same size as the service pipe to which they are connected, except for 25mm diameter polyethylene service tubing, the

Page 178: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM DESIGN CRITERIA

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 9

corporation stop, curb stop and water meter shall be 19mm diameter. All lots shall be provided with their own water service. (REVISED NOVEMBER 2016)

.2 The maximum length of water service connections from the watermain to the property line

shall be 30m unless otherwise approved by the City Engineer. .3 For all services greater than 50mm diameter, a gate valve c/w valve box shall be provided

at the watermain tee. There shall also be a gate valve at the property line. (REVISED NOVEMBER 2016)

.4 Water service connection locations shall be coordinated with gas, cable, hydro and

telephone utilities to avoid any conflict with their installations at the property lines of lots. .5 Each lot shall be serviced by one only service connection for domestic water. .6 Domestic and fire services shall be separate. The domestic water meter shall be

downstream from the separation point. Combined lines may be considered with the approval of the City Engineer. (REVISED NOVEMBER 2016)

.7 The City of Nanaimo Water Meter Sizing Calculation Sheet in Appendix H4 shall be used

for sizing of water meters. (REVISED NOVEMBER 2016) 5.07 HYDRANTS .1 The minimum hydrant connection size shall be 150mm. The minimum depth of cover shall be 1.20m. Drain outlets shall be provided. .2 Hydrants shall be constructed in accordance with Standard Drawing No. W-5 - Hydrant

Connection. The bottom flange of the hydrant shall be located between 150mm to 200mm above final grade. (REVISED NOVEMBER 2016)

.3 Hydrant spacing shall be the most conservative of the following:

(a) B.C. Building Code requirements for sprinkler systems and the Fire Underwriters Survey Guide.

(b) The maximum lineal distance between hydrants shall be 140m in single family and duplex land use zones where sprinklers are not required.

(c) The maximum spacing of hydrants in commercial, industrial, institutional and multi-family residential zones shall be 90m. (REVISED NOVEMBER 2016)

.4 Two gate valves shall be provided at a hydrant assembly:

(a) A gate valve, flanged to a flanged tee on the hydrant lead. Hydrants shall not be

flanged to the main or gate valve. (b) A gate valve flanged to the flanged tee at the main. The location of this valve shall

be on the upstream side of a dead-end main. (REVISED NOVEMBER 2016)

.5 Hydrant access crossings shall be provided for hydrant installations adjacent to open ditches as per Standard Drawing No. W-7.

.6 Hydrants shall be located as per the offsets shown on the Standard Drawings in Section 9 -

Streets, Traffic Signs and Markings, and where possible at property corners. Hydrants shall

Page 179: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM DESIGN CRITERIA

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 10

be located 2.0m (minimum) from the edge of present and future vehicular traveled areas; a minimum of 3.0m from lamp standards, hydro poles, or other obstructions; and shall not be constructed closer than 1.0m from front property line. (REVISED NOVEMBER 2016)

.7 The maximum design flow per hydrant shall be 100l/s. Where greater flows are required,

additional hydrants shall be provided within a distance approved by the Fire Department. .8 Preferably, hydrants shall be located on low points in the pipe system in conjunction with

hydrant spacing for fire control. 5.08 VALVES .1 In general, valves shall be located as follows: (REVISED NOVEMBER 2016)

(a) In intersections either in a cluster at the pipe intersection or at projected property lines to avoid conflicts with curbs, gutters and sidewalks. Normally, 3 valves will be required at an “X” intersection of mains, and 2 valves at a “T” intersection of mains. (REVISED NOVEMBER 2016)

(b) Distance between valves shall not be more than 150m. (REVISED NOVEMBER 2016)

.2 Unless otherwise permitted, valves shall be the same size and class as the pipe in which

they are installed. Resilient seat gate valves shall be used up to and including 300mm diameter. Valves may be rubber seated butterfly valves if approved by the City Engineer. (REVISED NOVEMBER 2016)

.3 Thrust blocking or other restraints shall be provided on valves. .4 Use of butterfly valves requires approval by the City Engineer. Butterfly valves shall not be

direct buried. Chambers shall be provided for all butterfly valves. 5.09 THRUST BLOCKS AND JOINT RESTRAINTS (REVISED NOVEMBER 2016) .1 Provide concrete thrust/reaction blocks or restraints on all tees, bends (>5 degrees),

valves, caps and fittings. For pipes equal to or less than 300mm nominal diameter, refer to Standard Drawing No. W-8 for the minimum thrust/reaction block dimensions. Thrust/reaction and restraint calculations shall be completed by the Design Engineer and details shall be shown on the design drawings in the following cases: (REVISED NOVEMBER 2016)

(a) For sizes larger than 300mm diameter. (b) Where pressures exceed 1034kPa. (c) Where allowable soil bearing is less than 96kPa. (d) Where vertical thrust/reaction blocking is required. (REVISED NOVEMBER 2016) (e) Where joint restraints are used. .2 Thrust calculations for joint restraints shall be done in accordance with the manufacturer’s

specifications. The type of joint restraint and length of pipe to be restrained shall be clearly indicated on the design drawings. All tie rods and joint restraints shall be protected with an approved petrolatum protection coating meeting AWWA Standards. (REVISED NOVEMBER 2016)

Page 180: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM DESIGN CRITERIA

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 11

.3 Tie rods and joint restraints shall be provided, as a minimum for the following locations:

(REVISED NOVEMBER 2016)

(a) Hydrants (b) Blow-offs (c) Temporary caps (d) Fittings or pipes larger than 300mm (e) Carrier pipe in casings (f) Connections to valves outside PRVs and other chambers (g) Any other location required by the Design Engineer or City Engineer.

(REVISED NOVEMBER 2016) 5.10 WATERMAIN LOCATION, DEPTH AND GRADE .1 The minimum depth of cover shall be 1.20m unless otherwise permitted by the City

Engineer. Minimum cover over watermain pipe crossings under ditches shall be 0.5m. (REVISED NOVEMBER 2016)

.2 Unless otherwise approved by the Engineer, tolerances for pipe alignment and grade shall

be: Alignment ±50mm Grade ±25mm (REVISED NOVEMBER 2016) .3 Watermains shall be located not less than 3.0m clear distance horizontally and 0.45m clear

distance vertically from all sewer lines, unless otherwise permitted by the City Engineer and the Provincial Health Department. Normal watermain offsets are shown in the standard drawings for roadways. (REVISED NOVEMBER 2016)

.4 If pipe alignment is not feasible as a means of establishing required separations due to

conflict with existing services, crossings shall be arranged such that the crossover occurs on nominal pipe length centers and all joints within 3m of the crossing shall be secured with concrete encasement (as per Standard Drawing No. T-5), petrolatum tape, shrink wrap or approved equivalent in accordance with the Ministry of Health permit requirements.

.5 Watermains shall be designed with a rising grade (minimum 0.1%) wherever possible, to

minimize high points in the main. Where a high point is unavoidable, an air release valve shall be installed in accordance with Section 5.14. (REVISED NOVEMBER 2016)

.6 For trench dam design, refer to Section 4.18 - Trench Dams. (REVISED NOVEMBER

2016) 5.10A UTILITES IN PRIVATE LANDS The following shall be considered in the design of utilities crossing private lands: .1 The design of utilities shall avoid crossing private lands as much as possible. .2 Utilities following property boundaries across private lands shall generally be offset a

minimum 2.0m from the property boundary. (REVISED NOVEMBER 2016) .3 Appurtenances such as valves, etc., shall not be located on property boundaries.

Page 181: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM DESIGN CRITERIA

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 12

.4 Utilities shall not cross private parcels in such a manner that they render the property

unusable. Special consideration must be given to ensure the location of the utility crossing minimizes the limitations on the future use of the property.

.5 For minimum widths of statutory right-of-way and working widths refer to Appendix D. .6 For a sample statutory right-of-way condition sheet, refer to Appendix C, Standard Drawing

No. RW-2. .7 For an Easement Release and Inspection Form Following the Construction of the Utility,

refer to Appendix C. 5.11 PRESSURE REDUCING STATIONS .1 A pressure reducing station shall be required where the static pressure in the proposed

distribution system will exceed 860kPa. In general, the pressure reducing station shall be located at the elevation where the static pressure initially exceeds 860kPa.

.2 General requirements for pressure reducing stations shall be as follows: (a) A valved bypass shall be provided.

(b) A downstream surge relief valve shall be provided to release pressure in the event of a failure of the pressure reducing valve(s). The surge relief valve may be incorporated into the pressure reducing station or may be located at some other suitable location within the distribution system. The surge relief valve shall drain to an adequate storm drainage facility, as approved by the City Engineer. Upstream surge relief valves shall be provided as required.

(c) Pressure reducing valves shall be sized to provide adequate pressure control through all ranges of design flows. If necessary, two or more pressure reducing valves of varying sizes shall be provided in the one station. Pressure reducing valves shall be equipped with valve stem position indicators.

(d) Each pressure reducing and surge relief valve shall be provided with isolating valves and shall be installed so that individual components may be easily removed for repair or replacement.

(e) The pressure reducing station equipment shall be enclosed in a watertight reinforced concrete vault designed to CS600 loading with a standard manhole cover or other opening large enough to remove the largest single piece of equipment in the station. Station floors shall be sloped at 2.0% towards a floor drain assembly in accordance with Section 5.16 – Floor Drain Assembly Chamber Design.

(f) Pressure gauges complete with snubbers and isolating valves shall be installed to register both upstream and downstream pressure. Gauges shall be mounted so they may be read from the manhole access lid without entering the chamber.

(g) Adequate strainers shall be supplied on the water used for controlling the regulating valves and on the main intake.

(h) Pressure reducing stations shall be located outside of the travelled portion of any street and must be vented to promote air circulation.

(i) Inside walls, floors and ceilings of stations to be painted with a white water soluble cement base paint manufactured for the purpose of sealing concrete.

(j) Exterior walls below grade shall be black damp-proofed (tar coated) to prevent leakage.

Page 182: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM DESIGN CRITERIA

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 13

5.12 -NOT USED- (REVISED NOVEMBER 2016) 5.13 METER CHAMBERS

.1 All water services must be metered and all meters must be contained in an approved chamber or meter box normally located in:

(a) the road right-of-way at the property line of the lot served for services 50mm in

diameter or less. (b) a statutory right-of-way on private property for services larger than 50mm in diameter.

Chamber shall be as close to property line as possible. (c) Alternate locations may be considered with the approval of City Engineer. (REVISED

NOVEMBER 2016) .2 Larger strata developments are to have a single meter at the property line with a privately

owned watermain. A City owned watermain with individually metered units may be considered for small strata developments with the approval of the City Engineer. (REVISED NOVEMBER 2016)

.3 For small services, 50mm in diameter or less, manufactured meter service boxes in

accordance with Section 5.30 – Water Service Connections, clause 5.30.4 are adequate. For larger services, the meter shall be contained in a chamber designed to accommodate the meter arrangement including associated piping, isolation valves, and bypasses and shall be in accordance with Section 5.34.

.4 The meter shall be installed in a horizontal plane. (a) Avoid locating meter boxes, Hydro, telephone, cable vaults and junction boxes in

sidewalks. (b) If sidewalk location unavoidable, situate box to maximize unobstructed walking

corridor. .5 Isolation valves shall be provided on both sides of meters 50mm diameter and larger.

Valves for fire line services shall be in accordance with NFPA regulations. .6 The following requirements are to be applied in the design of meter chambers. (a) The chamber shall be sized so that the meter and associated piping are accessible

for meter reading, servicing and inspecting. A minimum of 600mm clearance shall be provided between the walls and the meter including associated piping. At least 600mm of head space shall be provided from the highest point on the meter including associated piping to the bottom of the vault cover, and a minimum of 450mm of clearance provided above the chamber floor. Overall inside height of the chamber shall not be less than 1.8m.

(b) The meter shall be protected against freezing, mechanical damage and tampering. (c) Bypass and isolation valves may be located in approved valve boxes outside the

chamber to minimize chamber size. (d) The chamber shall be constructed of reinforced concrete designed to withstand

CS600 loading with a standard manhole cover or other approved opening large enough to remove the largest single piece of equipment.

(e) The meter chamber shall be designed as a vault in accordance with Standard Drawing No. W-11. The meter chamber can be designed as a manhole with a precast circular manhole barrel only when the meter and associated piping can be

Page 183: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM DESIGN CRITERIA

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 14

installed allowing for the required clearances to the chamber wall and approved by the City Engineer.

(f) Chambers, either vaults or manholes, that contain valves, flushouts, meters or other appurtenances shall allow for adequate room for maintenance including headroom and side room. Access openings must be suitable for removing valves and equipment.

(g) The chamber shall not be located or constructed such that it is an obstacle or hazard to the customer or public safety.

(h) The lid of the chamber shall be flush with the surrounding grade and the ground surface shall be graded to direct drainage away from the chamber.

(i) An adequate floor drain assembly shall be provided and designed in accordance with Section 5.16 – Floor Drain Assembly Chamber Design.

(j) A safe permanent access ladder shall be provided which meets the WorkSafe BC requirements for fixed ladders.

(k) Exterior walls below grade shall be watertight. (l) Interior surfaces of chambers for meters 50mm diameter and larger to be painted with

white, waterproof masonry wall coating that penetrates and seals pores in masonry surface.

.7 A valved bypass shall be provided for meters 38mm diameter and larger to avoid service

shutdown during meter maintenance. For combination fire service and domestic meters, the bypass shall be sized for the largest flow rate. In the absence of the flow rate, the bypass shall be the same diameter as the service. (REVISED NOVEMBER 2016)

.8 The City has a Cross Connection Control program that requires all new developments to

install Premise Isolation. The Premise Isolation will be privately owned. Refer to CSA B64.10, BC Building Code and appropriate City of Nanaimo bylaws. (REVISED NOVEMBER 2016)

5.14 AIR VALVES .1 Combination air valves shall be provided at all high points of the watermain or where a

closed valve creates a high point (i.e. closed valve to isolate pressure zone) and located off the travelled portion of the road. (REVISED NOVEMBER 2016)

.2 Combination air valves shall be a minimum of 25mm diameter. (REVISED NOVEMBER

2016) .3 For mains 300mm diameter and larger, the air valve type, (combination, release or

vacuum) and size shall be determined by the Design Engineer and the details shall be on the design drawings. (REVISED NOVEMBER 2016)

.4 Combination air valve chambers shall be drained to ensure that the chamber does not

flood. (REVISED NOVEMBER 2016) .5 Combination air valves must be vented to an appropriate above-grade location to eliminate

potential cross-connection in a flooded or contaminated chamber. (REVISED NOVEMBER 2016)

5.15 FLUSHOUTS .1 Flushouts shall be provided at the ends of all dead end mains whether permanent or

temporary. (REVISED NOVEMBER 2016)

Page 184: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM DESIGN CRITERIA

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 15

.2 On all mains greater than 350mm diameter, flushouts shall be installed at the lowest points

in the watermain network. (REVISED NOVEMBER 2016) .3 Above-ground flushouts shall only be installed in areas where high ground water tables

prohibit the installation of below-grade flushouts.

.4 Above-ground flushouts shall be located as per the offsets shown for hydrants on the Standard Drawings in Section 9 - Streets, Traffic Signs and Markings. Flushouts shall be located 2.0m (minimum) from the edge of present and future vehicular traveled areas and shall not be constructed closer than 0.6m from front property line.

.5 Where practical, and with the approval of the City Engineer, hydrants may also be used in a

secondary role as a flushout. (REVISED NOVEMBER 2016) 5.16 FLOOR DRAIN ASSEMBLY CHAMBER DESIGN .1 Chambers are to be designed to include a drain to a storm sewer or ditch. .2 Floor drain assemblies shall be designed in accordance with Section 7 – Stormwater

Management System with adequate capacity to keep the chamber dry at all times. .3 Floor drain systems shall provide no risk of flooding of the chamber. .4 Sumps shall be provided at the low point of the meter chamber for all floor drain

assemblies. .5 The design of floor drain assemblies shall consider the following options in the order

presented:

(a) Sump drain to an adequately sized and normally dry rock pit or gravity flow to daylight. (REVISED NOVEMBER 2016)

(b) Where ground water tables permit, a perimeter drain around the base of the meter chamber with gravity connection to storm sewer mains. The City Engineer may approve raising the perimeter drain to the bottom of the water pipe to provide sufficient grade for a gravity connection.

(c) Alternatives require approval by City Engineer. (REVISED NOVEMBER 2016)

Page 185: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM SPECIFICATIONS

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 16

5.20 SCOPE .1 This specification refers to pressure pipe and appurtenant fittings for water distribution

piping and water service connections. Only those products approved by the City Engineer and listed in the City of Nanaimo Approved Products List will be accepted for installation.

5.21 MATERIALS TESTING .1 If, in the opinion of the Engineer, testing is required, the Engineer will arrange for a testing

firm to carry out tests to determine whether the applicable standards and specifications have been met. Where initial testing indicates inadequacies, additional testing may be required by the Engineer.

.2 The Contractor as directed by the Engineer shall supply specimens or samples for testing. 5.22 WATERMAIN PIPE .1 The sizes and types of pipe to be used shall be shown on the drawings. (REVISED

NOVEMBER 2016) .2 Ductile Iron Pipe: (a) Standard Specifications: Ductile iron pipe shall conform to AWWA C151 and AWWA C150. (b) Supplementary Data:

Unless otherwise specified on the construction drawings, all pipe shall have a minimum pipe class as follows:

Pipe Size Class 75 - 300 350 350 - 500 250

An affidavit of compliance with the standard specifications and supplementary data shall be submitted from the supplier.

All pipe supplied shall bear the underwriter's label.

Joints shall be a mechanical type conforming to AWWA C111 or shall be rubber gasket, bell and spigot, Tyton joint, or as approved.

(c) Protective Coatings: Ductile iron pipe shall be cement-lined conforming to AWWA C104.

A cathodic protection system shall be provided where warranted by soil conditions. Polyethylene Encasement to ANSI/AWWA C1054/A21.5 and ASTM A674 where

warranted by soil conditions. (REVISED NOVEMBER 2016)

Page 186: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM SPECIFICATIONS

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 17

.3 STEEL PIPE (a) Standard Specifications:

Steel pipe, fittings and specials, shall conform to the following standard specifications:

ASTM A36 – Standard Specification for Carbon Structural Steel AWWA C200 - Standard for Steel Water Pipe 150mm and larger ASTM A36 AWWA C205 – Standard for Cement – Mortar Protective Lining and Coating for Steel Water Pipe 4 in. (100mm) and Larger-Shop Applied (REVISED NOVEMBER 2016) AWWA C207 – Standard for Steel Pipe Flanges for Waterworks Service Sizes 4 in. through 144 in. (100mm through 3,600mm) (REVISED NOVEMBER 2016) AWWA C208 - Standard for dimensions for Steel Water Pipe Fittings AWWA C606 – Standard for Grooved and Shouldered Joints (REVISED NOVEMBER 2016)

(b) Supplementary Data:

An affidavit of compliance with the standard specifications and supplementary data

shall be submitted from the supplier.

Hydrostatic mill test reports for each length of pipe shall be submitted from the supplier.

Wall thicknesses shall be determined in accordance with AWWA Manual M11 Steel

Pipe Design and Installation and the following criteria: Minimum wall thickness shall be 6.3mm. Pipe shall be electric resistance welded or fusion welded, with spiral or longitudinal

seams. Pipe shall have 1 or 2 longitudinal seams with no girth seam, or one longitudinal seam with girth seams 1.5m - 2.75m apart, or spiral seams. If girth seams are used, adjacent cans within a pipe length shall be arranged so that their longitudinal seams do not form a continuous line. Seams shall be staggered on alternate cans on each side of top centreline so that each seam is approximately 100mm from the top centreline.

Pipes, fittings and special sections shall be complete with all materials necessary to

complete a watertight joint by methods other than welding equipment, or coal-tar enamel.

The joints shall be plain ends for mechanical couplings. (c) Protective Coatings: The interior surface of the steel pipe fittings and specials shall be cleaned and lined

with an epoxy paint, in conformance with AWWA C210 or C213 and ANSI/NSF61. Epoxy paint shall be applied such that there is a minimum thickness of 406 micro-meters. The maximum coating thickness shall be of 508 micro-meters built up after two or more coats, or as recommended by the individual product supplier. Note, for 100% solids, chemically cured epoxies, the maximum thickness may be increased

Page 187: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM SPECIFICATIONS

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 18

above 508 micro-meters. This coating shall also apply to the interior of steel reservoirs.

The exterior surface of buried steel pipe, fittings and specials shall be coated in

accordance with AWWA C203 and AWWA C209 and finished with a coal tar epoxy or coal tar enamel and a Kraft paper outer wrap, or; the exterior surface of the pipe shall be coated with extruded polyethylene. Heat shrink sleeves shall be provided for all welded pipe joints. Special sections and fittings shall be coated with a primer and wrapped with polyethylene tape to provide a corrosion resistant coating equal to the extruded pipe coating.

The exterior protective coating for fittings and pipe inside underground chambers

shall consist of 2 coats of coal tar epoxy, as per AWWA C210 and painted with marine enamel in colours approved by the City Engineer.

.4 POLYVINYL CHLORIDE (PVC) PIPE

(a) Standard Specifications: 100 to 300mm dia to AWWA C900 and CSA B137.3 350 to 1200mm dia to AWWA C905 and CSA B137.3 (REVISED NOVEMBER 2016) (b) Supplementary Data: Unless otherwise stated in the drawings, all pipe shall be as stated in Section 5.05(e)

– Water Distribution Piping. An affidavit of compliance with the standard specifications and supplementary data shall be submitted from the supplier. All pipe shall be ULC Listed and be CIP size equivalent. Joints for PVC pipe shall have a mechanical seal formed by a preformed rubber gasket in a bell or coupling. It is mandatory that the push-on integrally thickened bell and spigot type conform to ASTM D3139 Clause 6.2 with single elastomeric gasket to ASTM F477. Couplings shall be of a class and strength equivalent to the pipe. (REVISED NOVEMBER 2016)

All PVC water pipe shall be blue in colour.

.5 HIGH DENSITY POLYETHYLENE (HDPE) PIPE (a) Standard Specifications: HDPE pipe to be used for watermains only, at the discretion and approval of the City

Engineer. (HDPE pipe shall not be used for services.) Projects in which HDPE pipe is proposed shall be accompanied by complete HDPE

specifications for approval. HDPE pressure pipe shall conform to AWWA C906 (Standard for Polyethylene

Pressure Pipe & Fittings, 100mm through 1575mm for Water Distribution and Transmission). (REVISED NOVEMBER 2016)

Iron pipe size equivalent outside diameter.

Page 188: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM SPECIFICATIONS

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 19

(b) Fittings: Fabricated HDPE mitered fittings shall be AWWA C906 suitable for pressure rating

as specified in Contract Documents. Molded HDPE fittings shall be ASTM 3261 suitable for pressure rating specified and

fusion to main pipe with dimensions as specified in Contract Documents. (c) Supplementary Data: An affidavit of compliance with the standard specifications and Section 5.05 – Water

Distribution Piping shall be submitted from the supplier. All pipe shall bear the underwriters label.

Joints for HDPE pipe shall be heat butt fusion to ASTM D2657 and in accordance

with manufacturer’s recommendations. Fittings to be compatible with approved mechanical joint fittings and valves without

special adapters. See City of Nanaimo Approved Product List. Couplings shall be of a pressure rating and strength equivalent to the pipe. 5.23 WATERMAIN FITTINGS .1 All fittings for ductile iron and PVC pipe shall be: (a) Cast iron fittings manufactured to AWWA C110 designed for a minimum working

pressure of 1035kPa, and cement mortar lined to AWWA C104. (b) Asphalt coated ductile iron compact fittings manufactured to AWWA C153, designed

for a minimum working pressure of 2415kPa, and cement mortar lined to AWWA C104.

(c) Asphalt coated ductile iron fittings manufactured to AWWA C110, designed for a minimum working pressure of 2415kPa and cement mortar lined to AWWA C104.

.2 The design pressure rating of all fittings shall meet or exceed the pressure class of the

pipes they are connected to. .3 Mechanical seal joints on fittings to pipe shall be formed by a bell equipped with closed tie-

rod lugs and preformed rubber gasket suitable for the pipe to which the joint is made. .4 Flanged joints on fittings shall be flat faced conforming in dimension and drilling to ANSI

B16.1. .5 Ends shall be flanged or belled to suit pipe ends. .6 Thrust blocks or joint restraints shall be provided as shown in the drawings. .7 In areas where the static pressure exceeds 1380kPa, fittings shall be as approved by the

City Engineer.

Page 189: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM SPECIFICATIONS

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 20

5.24 WATERMAIN VALVES .1 Refer to Section 5.08 - Valves. .2 Unless otherwise permitted, only valves conforming to the following specifications shall be

installed in the distribution system: (a) Gate Valves: Gate valves shall be in accordance with AWWA C500 and the following

supplementary data:

(i) Gate valves shall have a cast iron or ductile iron body, bronze mounted. (ii) Gate valves shall be solid wedge gate or double-disc parallel seat, with a non-

rising stem. (iii) Valve ends shall be provided to fit the pipe. (iv) The position of the valve in line shall be vertical. (v) Stem seals shall be o-ring. (vi) Valves shall open to the left (counter-clockwise). (vii) Extension pieces complete with valve riser guide shall be used where valve

bury is deeper than 1.2m below finished grade. Valve nut extension rods shall be a minimum 600mm below finished grade. Refer to Standard Drawing No. W-16.

(viii) Gears will be required on valves 400mm in diameter and larger. Gear cases shall be totally enclosed.

(ix) Valves shall be flanged to fittings. (x) Bypasses will be provided on valves 510mm in diameter and larger. Ends shall

be bell or mechanical at junctions with pipe. Joints shall be formed with a mechanical seal which is the equivalent of that used in jointing the pipe.

(xi) Valves shall have a 50mm square operating nut. (b) Rubber Seated Butterfly Valves: Butterfly valves for water service shall be short body flanged type or wafer body type

conforming to AWWA C504, suitable for a maximum non-shock shut-off pressure of 1035kPa. Valve construction shall be as follows, or as approved.

(i) Body material shall be ductile or cast iron. (ii) Disc material shall be ductile or cast iron. (iii) Valve seats shall be of new natural or synthetic rubber. (iv) Valve shaft material shall be 18-8 stainless steel type 304 or 316. Shaft shall

be pinned to the disc. Shaft sizing shall be in accordance with AWWA C504. (v) Body shall be complete with shaft bushing and locating lugs for flange bolts. (vi) Valve operators shall be worm gear type totally enclosed and waterproofed and

equipped with adjustable stops. All valves shall be equipped with a standard 50mm square operating nut and the operator shall be located on the side of the valve with the spindle in a vertical position.

(vii) Valve shall be designed for the extreme maximum flows for both opening and closing.

(viii) Valve ends shall suit the pipe. (ix) Valves shall open to the left (counter-clockwise). (x) Shaft seals shall be of the o-ring type.

Page 190: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM SPECIFICATIONS

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 21

(xi) A reinforced concrete chamber (designed to meet CS600 loading requirements) shall be provided for each butterfly valve as shown on the drawings. Valves shall not be direct buried.

(c) Resilient Wedge Gate Valves:

(i) Valves shall conform to the latest revision of AWWA Standard C509 Resilient

Seated Gate valves and shall be UL listed and FM approved (ii) Valves shall be non-rising stem, open left (counter-clockwise) and have a

50mm square operating nut. (iii) The wedge shall be ductile or cast iron completely encapsulated with urethane

rubber. (iv) The rubber shall be permanently bonded to the wedge and meet ASTM D429

for test for rubber metal bond. (v) Stems for non-rising assemblies shall be cast bronze with integral collars or

stainless steel in full compliance with AWWA. The non-rising stem stuffing box shall be the O-ring seal type with two rings located above the thrust collar; the two rings shall be replaceable with the valve fully open and subjected to full rated working pressure.

(vi) There shall be two low torque thrust washers located above and below the stem collar. The stem nut shall be made of solid bronze. There shall be a smooth unobstructed waterway free of all pockets, cavities and depressions in the seat area.

(vii) The body and bonnet shall be coated with fusion bonded epoxy both interior and exterior. Each valve shall have the manufacturer’s name, pressure rating and the year of manufacture cast on the body. Prior to shipment, each valve shall be tested by hydrostatic pressure equal to twice the specified working pressure.

(viii) Every valve will have a positive stop to prevent distortion to the wedge. (ix) Valve operating nuts greater than 1.2m below finished grade require a valve nut

extension rod complete with valve riser guide. Valve nut extension rods shall be a minimum 600mm below finished grade. Refer to Standard Drawing No. W-16.

5.25 WATERMAIN VALVE BOXES .1 Where valves are located in the roadway, valve boxes shall be MR Type of cast iron and

telescoping so that surface loads are not transmitted to the valve body or pipeline. A minimum of 450mm of adjustment shall be available on all valve boxes. PVC C900/C905 valve hoods shall be used on all 200mm and larger underground valve installations.

.2 Valve box lids shall have a non-rocking fit and extend 75mm into the valve box from the lid

seat as shown on Standard Drawing W-16. .3 Minimum requirements for valve box risers in traveled and untraveled areas shall be DR18

pipe. 5.26 WATERMAIN VALVE MARKERS .1 Valve markers are required to indicate the locations of the valves.

Page 191: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM SPECIFICATIONS

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 22

.2 Where valve boxes are located outside the paved portion of a road, these markers shall be

constructed of 50mm steel pipe painted blue and set in a concrete base. They shall extend one 1.0m above the ground surface. The markers shall be located on site at a location determined by the Engineer opposite the valve and the distance to the valve is to be painted in black figures on a flattened upper portion of the marker.

.3 Where valve boxes are located in the paved portion of the road, valve tag markers shall be

installed in a nearby reasonable location. (REVISED NOVEMBER 2016) 5.27 HYDRANTS .1 Installed fire hydrants shall meet the following specifications: (a) Hydrants shall be compression type complying fully with AWWA standard C502. (b) Hydrants shall be clockwise opening and have a standard pentagonal operating nut

with a circle diameter of 44.5mm. (c) The inlet connection shall be 150mm diameter and made of the same material as the

mainline piping. The hydrant shall have a bell and preformed rubber gasket suitable for connection to the pipe being used.

(d) Hydrants shall have two nominal 65mm diameter hose outlets without independent cut-off. The 65mm diameter hose outlets shall conform to the B.C. Fire Hose Thread Standards, nominal 65mm I.P., 75mm O.D. male, 8 threads per 25mm, tapering from 75.72mm minimum O.D. to 82.63mm maximum O.D.

There shall also be one nominal 100mm diameter (120mm O.D.) pumper outlet. The

100mm diameter pumper outlet shall conform to the B.C. Fire Hose Thread Standards, nominal 100mm I.P., 117.5 mm O.D. male, 6 threads per 25mm.

(e) Hydrant bodies shall be painted with red rust paint above the bury line. Hydrant ports

and bonnets shall be painted with a base coat of aluminum rust paint and a top coat of bright yellow rust paint.

(f) Drain outlets shall be provided. (g) Depth of bury shall be as required to provide the specified minimum cover on the

connecting pipe and the required position of the hydrant flange relative to the finished ground elevation.

(h) For new installations, fire hydrant extensions will require approval from the Engineer. (i) Subject to the discretion of the City Engineer, hydrant flow test on all new hydrants, in

accordance with NFPA 291, may be required. (REVISED NOVEMBER 2016) .2 Tie Rods and Nuts: (a) Tie rods to be continuous threaded, quenched and tempered alloyed steel to ASTM

A354, Grade BC. To be zinc plated to ASTM B766. Tie rod sizes to be minimum 19mm diameter or greater as shown on the Contract Drawings.

(b) Nuts and internally threaded couplings to be heavy hex finish to ASTM A563. Washers to be flat hardened steel to ASTM F436. All to be zinc plated to ASTM B633 or cadmium plated to ASTM B766.

(c) All tie rods, nuts and washers shall be coated with approved petrolatum corrosion protection. (REVISED NOVEMBER 2016)

Page 192: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM SPECIFICATIONS

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 23

.3 Hydrant Access Crossings: (a) Culvert headwalls shall be as specified in Section 7.35B - Culvert Headwalls. (b) Culverts shall be as specified in Section 7.35A - Culverts. (c) Gravel surfacing shall be as specified in Section 9.30 – Road Base Gravel Course. 5.28 FLUSHOUT .1 All piping and fittings shall be 65mm diameter iron pipe thread, galvanized steel pipe. .2 Shutoff valve shall be a 65mm cast iron gate valve meeting all specifications for main line

valves. .3 Vertical section of flushout above ground shall be supported by a 100 x 100mm cedar post,

painted white with a red top and extending 1.20m above finished grade. .4 Above ground flushout bodies shall be painted with red rust paint above the grade line.

Flushout caps shall be painted with a base coat of aluminum rust paint and a top coat of bright yellow rust paint.

.5 The valve box shall be a MR type of cast iron and telescoping so that surface loads are not

transmitted to the valve body or piping. A minimum of 300mm of adjustment shall be available. The 65mm diameter fire hose connection and cap shall meet standard B.C. Fire Hose Thread Requirements.

.6 Below grade flushouts shall conform to Standard Drawing No. W-2B. 5.29 AIR VALVES AND FITTINGS .1 All air valves shall be combination air release valves. Bushings, reducers and unions to be

used in the valve connection shall be brass manufactured to ASA specification A 40.2 using ASTM B62 bronze. Nipples shall be standard brass and threaded at both ends.

.2 Service valves for use in air valve assemblies shall have screw ends and shall be brass or

bronze. All packing shall have each ring cut to fit, with staggered joints. Continuous (spiraled) packing shall not be used. Gate valves 100mm or less in diameter shall be wedge disc type with non-rising stem, hand wheel and stuffing box glands, as specified for 1375kPa water (860kPa steam) service.

.3 All air valves shall have two 12mm ball-type drain valves as shown on Standard Drawing

No. W-4. .4 Air valves for watermains greater than 300mm diameter shall be as approved by the City

Engineer. 5.30 WATER SERVICE CONNECTIONS .1 Pipe: (a) Tubing for underground services 75mm diameter and smaller shall be: (i) type K annealed copper conforming to ASTM B88M or

Page 193: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM SPECIFICATIONS

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 24

(ii) class 200 Polyethylene tubing to AWWA C901.

(b) Service supply lines larger than 75mm diameter shall be as specified for the watermain pipe.

(c) Tracer wire shall be installed with polyethylene tubing and shall be blue in colour and be 14 gauge wire.

(REVISED NOVEMBER 2016) .2 Corporation Stops: (a) Corporation stops shall be bronze conforming to ASTM B62 and conform to AWWA

C800 with AWWA standard threaded inlet and compression copper outlet. (b) Shutoff head shall be solid tee head type. (c) All pipe for installation inside the meter chamber up to 75mm diameter shall be

copper or brass. Only compression, or threaded joints shall be permitted. (d) All pipe for installation inside the meter chamber over 75mm diameter shall be ductile

iron or epoxy coated steel pipe. (REVISED NOVEMBER 2016) .3 Curb Stops: (a) Curb stops shall be bronze conforming to ASTM B62 and be supplied with

compression and female iron pipe thread outlets. (REVISED NOVEMBER 2016) (b) Shutoff head shall be solid tee head type. .4 Meter Service Boxes, Box Extensions and Lids: (a) Service boxes for water services 25mm diameter and smaller shall be 300mm x

500mm concrete meter boxes complete with cast iron traffic cover marked "water". Where approved by the City Engineer, plastic meter service boxes may be used in

existing landscape areas. They are not to be used in existing, proposed or future driveway locations. (REVISED NOVEMBER 2016)

(b) Service boxes for 38 - 50mm diameter water services shall be 425 x 750mm concrete boxes complete with steel traffic covers marked "Water". (REVISED NOVEMBER 2016)

(c) Service boxes or chambers for water services larger than 50mm diameter shall be specified as per Section 5.34 - Meter Chambers.

(d) Meter box lid shall be suitable for mounting of a “touch pit read” register unit. (REVISED NOVEMBER 2016)

.5 Couplings and Joints: (a) Couplings for jointing copper shall be compression type. Sweated joints shall not be

permitted. (REVISED NOVEMBER 2016) .6 Pipe Saddles:

(a) Tapping threads to be tapered to AWWA C800. (REVISED NOVEMBER 2016) (b) Saddles shall be compliant with NSF61. (REVISED NOVEMBER 2016) (c) Gasket shall be styrene butadiene rubber (SBR) to ASTM D2000 specifications or

other approved gasket material. The Design Engineer shall specify the appropriate gasket material. (REVISED NOVEMBER 2016)

(d) Saddles for ductile iron pipe: (REVISED NOVEMBER 2016)

Page 194: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM SPECIFICATIONS

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 25

(i) Saddles for 19mm to 50mm services to have a ductile iron body to ASTM A536. (REVISED NOVEMBER 2016)

(ii) Anti-corrosive coating to AWWA C219, AWWA C210, or AWWA C213. (REVISED NOVEMBER 2016)

(iii) Two high strength low alloy steel straps to AWWA C111, or Type 304 stainless steel U-bolt straps, with minimum width per strap of 50mm. (REVISED NOVEMBER 2016)

(e) Saddles for PVC pipe to AWWA C900/905:

(i) To provide full support around circumference of pipe, saddles with lugs or U-bolt straps that may gouge or deform the pipe are not allowed. (REVISED NOVEMBER 2016)

(ii) Saddles for 19mm to 50mm services shall be:

1. Bronze body to ASTM B62 and two stainless steel straps to ANSI T304 with minimum width per strap of 50mm.

2. All-stainless steel broadband saddle to ANSI T304; for services less than 37mm diameter, saddle shell must be a minimum of 125mm wide and have double bolts; for services 37mm to 50mm, saddle shell must be a minimum of 190mm wide and have double bolts. Saddles to come with donut style gasket and stainless steel shell must be minimum 18 gauge thickness. All stainless steel to be fully passivated to ASTM A240. (REVISED NOVEMBER 2016)

(f) Pipe saddles shall be installed on all PVC pipe service junctions. (REVISED

NOVEMBER 2016) .7 Meters: (a) Meters shall be compatible with "Sensus Touch Read" automated meter reading and

billing system. Meters installed in meter chambers shall be equipped with a Touch Read Pit Lid register mounted on a bracket as per Standard Drawing No. W-12.

(b) All meters shall be equipped with encoder type remote – registers and provide at least 8 digit visual and encoded registration. (REVISED NOVEMBER 2016)

(c) For single family servicing, meters shall be 19mm minimum positive displacement meters.

(d) For duplex servicing, meters shall be 25mm positive displacement meters. (e) All meters larger than 25mm require approval from the City Engineer. (f) All meters 100mm and larger shall be equipped with a test port or test tee and be

plumbed with the appropriate isolation valves and bypass to facilitate in-situ testing of the meter. (REVISED NOVEMBER 2016)

(g) All meters used for a fire line service shall be UL listed and FM approved. (REVISED NOVEMBER 2016)

(h) All meters shall read in cubic meters. .8 Gate Valves Domestic Service: (a) Gate valves shall be as per Section 5.24 – Watermain Valves, clause 5.24.2(a) and

(c). (REVISED NOVEMBER 2016)

Page 195: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM SPECIFICATIONS

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 26

.9 Gate Valves Fire Line Service: (a) All valves shall be in conformance with NFPA regulations. (b) Solid wedge and parallel seat valves shall be in conformance with Section 5.24 –

Watermain Valves, clause 5.24.2(a) and shall be UL listed and FM approved. (c) Resilient wedge valves shall be in conformance with Section 5.24 – Watermain

Valves, clause 5.24.2(c). (REVISED NOVEMBER 2016) (d) Valves installed in chambers shall be OS&Y type or shall be supplied with indicator

posts. 5.31 PRESSURE REDUCING STATIONS .1 Valves:

(a) Pressure reducing valves shall be hydraulically operated, pilot controlled diaphragm-type globe or angle valves.

(b) The main valve shall have a resilient disc and a removable seat ring. (c) The main valve trim shall be stainless steel. (d) The valve stem on 50mm and larger valves shall be guided at both ends. (e) All repairs shall be possible without removing valve from main line. (f) All wetted surfaces on main valve shall be coated with an epoxy protective coating. (g) All PR valves shall have a position indicator. (h) All PR valves shall have Y strainers or basket strainers installed upstream of the main

valve and upstream of the control pilot. (i) All PR valves shall have speed controls between pilot and main valve body. (j) All PR valves used for fire line service shall be UL Listed and FM approved

(REVISED NOVEMBER 2016) .2 Gauges, pressure snubbers, isolation valves for gauges: (a) All pressure gauges shall have a 90mm minimum dial size with a 6.5mm NPT bottom

connection. (b) All gauges shall be installed with a piston-type snubber. (c) All gauges shall be installed with a brass gate valve for isolation. (d) All gauges in pressure reducing chambers shall be mounted so they can be read from

the manhole lid access. (e) Small diameter piping up to 60mm shall be copper, or brass. (f) Piping over 75mm shall be flanged steel pipe. 5.32 FLANGE ADAPTERS AND JOINT RESTRAINTS .1 Flange adapters and joint restraints shall conform to AWWA C219 and be UL listed and/or

FM approved. Flanged joints shall conform to AWWA C110 and ANSI B16.1, Class 125. .2 Flange adapters and joint restraints shall be ductile iron conforming to ASTM A536 with an

anti-corrosion coating on the interior and exterior rings conforming to AWWA C219. .3 Bolts and nuts shall be high strength low alloy steel conforming to AWWA C111, or

stainless steel conforming to ASTM F593 and F594. Rolled threads, fit and dimensions shall be to AWWA C111. (REVISED NOVEMBER 2016)

Page 196: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM SPECIFICATIONS

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 27

.4 Tie rods shall be continuous threaded, quenched and alloyed steel conforming to ASTM A354, Grade BC and hot-dipped galvanized in accordance with ASTM A153. Coarse threads shall have Class 2A tolerance before galvanizing.

.5 Compression gaskets shall conform to AWWA C219. .6 Flange adapters and joint restraints shall be designed to be suitable for the type pipe for

which they are installed. 5.33 FLOOR DRAIN ASSEMBLIES .1 Pipe and fittings for gravity connections shall conform to Section 7.22A – Piping, Fittings

and Services, clause 7.22A.5. .2 Pipe and fittings for 19mm to 100mm diameter sump pump connections shall conform to

Section 5.30 – Water Service Connections. .3 Services junctions at the storm main, where permitted, shall conform to Section 7.23 –

Service Junctions. .4 Sump drainer assemblies, if required, shall consist of a backflow preventer, ejector pump,

foot valve, strainer and float assembly connected to the watermain with a saddle and corporation stop conforming to Section 5.30 – Water Service Connections.

.5 Sumps shall have minimum dimensions of 300 x 300 x 150mm. .6 Perimeter drains shall consist of:

(a) 100mm diameter PVC certified to CSA B182.1. Includes drain rock and geotextile wrap. (REVISED NOVEMBER 2016)

5.34 METER CHAMBERS .1 Precast Manhole Sections (a) Unless otherwise approved, all manholes sections shall be precast reinforced concrete conforming to ASTM C478.

(b) All precast sections shall be complete with ladder rungs. (c) O-ring rubber gaskets shall conform to ASTM C443. .2 Precast Manhole Bases

(a) Precast manhole bases shall be reinforced concrete in accordance with ASTM C76 Class III or better.

.3 Manhole Tops (a) Manhole tops shall be flat slab, precast concrete. Tops shall be reinforced to meet

CS600 loading requirements. Precast tops shall conform to ASTM C478 with approved offset opening for frame and cover.

Page 197: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM SPECIFICATIONS

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 28

.4 Manhole Covers and Frames (a) Covers and frames shall be cast iron and certified to meet CS600 loading

requirements with the bearing faces of the cover to be frame machined for a non – rocking fit.

(b) Patterns, dimensions and weights shall be in accordance with the Standard Drawings. Covers shall have "CITY OF NANAIMO WATER" permanently embossed on the covers.

(c) Standard manhole frame and cover shall conform to Standard Drawing No. W-19 –Manhole Frame and Cover.

(d) Utility chamber manhole frame and cover shall conform to Standard Drawing No. W-20 – Utility Chamber, Manhole, Frame, Ring and Cover.

(e) A watertight manhole frame and cover, if required, shall conform to Standard Drawing No. W-21 - Watertight Manhole Frame and Cover.

(f) Covers located in statutory rights-of-way shall be permanently embossed with the additional wording "DO NOT COVER".

(g) Refer to Section 5.58 for frame and cover installation. .5 Manhole Steps

(a) Steps shall conform to ASTM C478 for manhole steps and ladders and shall be a 19mm diameter aluminum alloy conforming to CSA S157.

(b) All steps shall be complete with approved polyethylene anchor insulating sleeves and installed in 25mm to 26mm diameter precast or drilled holes in a manhole section. (c) Refer to Section 5.58 for manhole steps installation.

.6 Concrete

(a) The compressive field strength of concrete for manhole bases shall be not less than 20MPa at 28 days.

(b) All concrete work shall conform to Section 11 – Reinforced and Plain Concrete Works.

.7 Precast Concrete Grade Ring

(a) A precast concrete grade ring conforming to ASTM C478 shall be used. .8 Touch Read Meter Bracket

(a) Touch read meter bracket shall conform to Standard Drawing No. W-12. 5.35 -NOT USED- (REVISED NOVEMBER 2016)

Page 198: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 29

5.40 TRENCH EXCAVATION, BEDDING AND BACKFILL .1 Refer to Section 4 - Trench Excavation, Bedding and Backfill for installation requirements. 5.41 PIPE ALIGNMENT (REVISED NOVEMBER 2016) .1 The pipe shall be laid on line and grade in accordance with the construction drawings.

Each pipe shall be checked for line and grade as it is installed. Methods to maintain pipe alignment and grade shall be approved by the Engineer. (REVISED NOVEMBER 2016)

.2 The following methods shall be used when a main is to be installed on a curve to maintain a

constant offset within the road allowance:

(a) Deflection of Joints as per Section 5.46 – Deflection. For: Ductile Iron Pipe, as per AWWA C600/82 For: PVC Pipe, as specified in the Uni-Bell Handbook of PVC Pipe

(b) Manufactured 5° PVC bends.

Arcing or bending of the pipe is not permitted. .3 Refer to Section 5.10 – Watermain Location, Depth and Grade for design criteria. 5.42 PIPE CUTTING .1 Pipe cutting shall be done in the manner recommended by the pipe manufacturer

employing tools designed for this purpose. .2 Cutting of asbestos cement pipe shall conform to WorkSafe BC requirements. 5.43 PIPE INSTALLATION .1 Pipe shall be installed in strict accordance with the manufacturer's recommended practice. .2 Pipe shall be checked before being lowered into the trench to ensure that no foreign

material, manufacturer’s defects, or cracks exist that might prevent the proper jointing of the pipe or its operation.

.3 The open end of the pipe in the trench shall be suitably covered to prevent entrance of

trench water and other material during periods when pipe is not being installed. .4 Precautions shall be taken to ensure that displacement of the pipe in the trench does not

occur through soil displacement or floatation due to the presence of trench water. Pipe that has been displaced shall be removed from the trench and re-laid.

Page 199: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 30

5.44 JOINTS AT RIGID STRUCTURES .1 A flexible joint shall be provided at locations where the pipe is held in fixed position by a

rigid support or structure. The distance from the support or structure shall depend on the diameter and type of pipe being installed and shall be in accordance with the pipe manufacturer’s recommended practice. The purpose of the flexible joint is to prevent pipe failure due to uneven support under the pipe. Approved flexible joints include rubber gasket bell and spigot connections and dresser couplings.

5.45 HORIZONTAL AND VERTICAL CURVES .1 Pipe on horizontal and vertical curves shall be laid true to the curve of the radius shown on

the drawings and in accordance with field lines and grades for each curve supplied by the Engineer. Variations in vertical curves and grades within the allowable joint deflection may be allowed where approved by the Engineer.

5.46 DEFLECTION .1 Unless otherwise specified, the amount of pipe deflection at joints and couplings shall not

exceed the limit as specified by the manufacturer. (REVISED NOVEMBER 2016) 5.47 PIPE RESTRAINT .1 All fittings shall be restrained either by concrete thrust blocks as per Standard Drawing W-8

or joint restraints as indicated on the construction drawings, as directed by the Engineer. .2 Concrete thrust blocking shall be placed between undisturbed ground and the fitting to be

anchored. The area of thrust block bearing on pipe and on ground shall be as shown on the Standard Drawings or as otherwise indicated on the construction drawings. Concrete shall be so placed that pipe and fitting joints are accessible for repair. Bolts on flanged fittings shall not be encased in concrete. A polyethylene plastic barrier shall be provided between all fittings and concrete for thrust blocking. Concrete specifications shall be as per Section 11 – Reinforced and Plain Concrete Works.

.3 Joint restraints shall be installed in accordance with the manufacturer’s specifications. The

length of pipe to be restrained shall be as shown on the construction drawings. 5.48 FITTINGS .1 Fittings shall be installed at the locations shown on the drawings or as directed by the

Engineer. Fittings shall be flanged to valves unless otherwise directed by the Engineer. 5.49 CONNECTIONS TO EXISTING PIPING .1 All connections to existing piping services, and appurtenances shall be made by the City of

Nanaimo forces unless otherwise authorized by the City Engineer. .2 All connections to existing piping and services shall utilize a manufactured rubber gasket

bell and spigot joint or dresser coupling designed for types of pipes to be connected.

Page 200: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 31

5.50 VALVES .1 All valves shall be set plumb directly on the centreline of the pipe and installed in

accordance with Standard Drawing No. W-16. .2 Valve boxes in unpaved areas shall have a 1.0m wide, 50mm thick asphalt apron around

the valve box. (REVISED NOVEMBER 2016) .3 Abandoned Valve Box Removal

(a) Cut asphalt around valve box. Remove valve extension, mud and debris from valve riser box prior to filling with pea gravel. Valve box shall not be pulled prior to filling with pea gravel.

(b) Existing riser pipe must be minimum 300mm below final grade. Riser pipe shall be cut down where necessary so that the existing riser pipe is a minimum 300mm below finished grade.

(c) The minimum 300mm grade difference shall be backfilled with 25mm crush gravel and compacted to City of Nanaimo standards. Temporary cold mix asphalt to be used where necessary.

5.51 VALVES MARKERS .1 All valve markers shall be installed in accordance with Standard Drawing No. W-9. 5.52 HYDRANTS .1 All hydrants shall be installed in accordance with Standard Drawing No. W-5. .2 Hydrant Installation:

(a) Hydrants shall be installed at the locations shown on the construction drawings and as specified in Section 5.07 - Hydrants, clause 5.07.6.

(b) Hydrant installation shall be in general accordance with AWWA manual M17. (c) Tie rods shall be in accordance with Section 5.27 – Hydrants, clause 5.27.2. (d) Hydrants shall be set plumb and such that the pumper nozzle faces, and is at right

angles to, the road centreline unless otherwise directed by the Engineer. (e) Hydrants shall be set with the ground flange 150 - 200mm above finished ground or

sidewalk surface unless otherwise directed by the Engineer. (REVISED NOVEMBER 2016)

(f) Care shall be taken in installing the connection pipe from the main to the hydrant to ensure that the hydrant is set at the specified level.

(g) Drain rock shall be placed as shown on the Standard Drawing for a hydrant connection to a level above the hydrant drain openings. The drain rock shall be covered with filter cloth before backfilling to prevent plugging up of the drainage pit.

(h) After installation, hydrants shall be covered with firmly secured black plastic bag until they are put into service. (REVISED NOVEMBER 2016)

Page 201: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 32

.3 Hydrant Thrust Blocking:

(a) Hydrant thrust blocking shall only be used in situations where installation of tie rods is not acceptable as determined by the Engineer.

(b) Care shall be taken to ensure that concrete for thrust blocking does not interfere with the operation of flange bolts and nuts or prevent proper operation of hydrant drains.

(c) Thrust block bearing areas shall be as shown on the drawings. .4 Hydrant Access Crossings:

(a) Culverted hydrant access crossings shall be constructed as shown on the Standard Drawings.

(b) Culvert headwalls shall be constructed in accordance with Section 7.66 - Culvert Headwalls.

(c) Culverts shall be constructed in accordance with Section 7.65 - Culvert Installation. (d) Gravel surfacing shall be constructed in accordance with Section 9.54 - Placing and

Compacting Sub-base and Base Course. 5.53 FLUSHOUT INSTALLATION .1 All flushouts shall be installed in accordance with Standard Drawing No’s. W-2A and W-2B

and located as directed by the Engineer. .2 Flushouts shall be set plumb. .3 Care shall be taken in installing the piping, drain hole and drain rock to ensure that the

flushout will drain when the 65mm diameter gate valve is closed. 5.54 AIR VALVE INSTALLATION 1. All air valves shall be installed in accordance with Standard Drawing No. W-4 and located

as directed by the Engineer. 5.55 FLOOR DRAIN ASSEMBLY INSTALLATION .1 Drain assemblies shall be installed as shown on the construction drawings. .2 Drain assembly connections to storm sewer mains, where approved by the City Engineer,

shall be in accordance with Section 7.61 – Service Connection Installation. 5.56 WATER SERVICE CONNECTION INSTALLATION .1 All water service connections up to and including 50mm diameter shall be installed in

accordance with Standard Drawing No. W-1. (REVISED NOVEMBER 2016) .2 All water service connections greater than 50mm diameter shall be installed as shown on

the drawings. .3 Location of Water Service Connections:

(a) Install service connections to the locations and depths as shown on the drawings or as specified by the Engineer.

Page 202: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 33

(b) Water service connections to each individual property shall have their own independent connection to the watermain.

.4 Water Service Connection Installation:

(a) Trenches shall be excavated where possible so that the pipe can be installed at right angles to, and in a direct line from, the main pipe to the terminus of the service.

(b) The trench shall be excavated to provide a minimum cover of 1.2m over the service connection pipe and raised for the curb stop as shown on Standard Drawing No. W-1 for services up to and including 50mm diameter in size. (REVISED NOVEMBER 2016)

(c) In rock, the trench is to be extended 3.0m into the property to facilitate future extension of the service connection. (REVISED NOVEMBER 2016)

(d) The trench bottom shall be graded to form a continuous support along the service pipe. All rocks or projections within 150mm of the service tubing shall be removed. (REVISED NOVEMBER 2016)

(e) When the service box is to be installed in a driveway, a 150mm wide x 150mm deep concrete apron shall be installed around the concrete service box in addition to the 25mm minus crush gravel base structure. (REVISED NOVEMBER 2016)

(f) For services up to and including 50mm diameter, the pipe shall be connected to the corporation stop and a gooseneck formed as shown on the drawings. (REVISED NOVEMBER 2016)

(g) When polyethylene tubing is installed and squeezers are used, the area squeezed shall be marked with yellow electrical tape so that the location is not squeezed again to prevent damage. (REVISED NOVEMBER 2016)

(h) Copper pipe shall be cut with square ends and reamed with the proper tools. Care shall be taken to prevent the pipe from kinking or buckling on short radius bends. Joints shall be made using the specified couplings. Sweated joints shall not be made. (REVISED NOVEMBER 2016)

(i) Pipe installed in an augered hole shall be protected with a cap or plug to prevent the entrance of foreign material into the pipe.

(j) A gate valve c/w valve box shall be provided at the main on all services over 50mm diameter. (REVISED NOVEMBER 2016)

(k) After installation, water service connection locations shall be marked with a 50 x 100mm pressure treated wood marker stake painted blue and located at the terminus of the water service next to the service box. The stake shall extend from a point approximately 600mm above ground to 600mm below ground except in locations where the extension of the stake above ground surface would be hazardous, in which case the stake shall be placed at a location satisfactory to the Engineer.

.5 Tapping Main Pipe:

(a) Taps shall be made in the main pipe by workmen using tools in good repair with the proper adapters for the size of main being tapped. Pipe shall be tapped while under internal water pressure unless otherwise approved by the Engineer. The minimum distance of a tapping shall be 1.0m from a pipe end or joint, or 2.0m from a pipe end equipped with a flushout and a minimum of 1.0m from an adjacent tapping unless a greater distance is specified by the pipe manufacturer.

(b) Service connections tapped to 100mm diameter main pipes and AC and PVC main pipes (all diameter) shall have approved pipe saddles for hot tapping. (REVISED NOVEMBER 2016)

Page 203: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 34

.6 Curb Stop and Service Box Installation:

(a) The curb stop shall be installed as shown on the drawings or in the locations directed by the Engineer and shall be provided with a plastic plug to prevent the entrance of foreign material.

(b) The service box shall be installed when the service is installed from the main to the property line. The service box shall be installed plumb with the center of the top of the lid 25mm above finished grade in untraveled areas and 0 - 6mm below finished grade in travelled areas as shown on Standard Drawing No. W-1. (REVISED NOVEMBER 2016)

5.57 WATER METERS .1 Water meters shall be installed by City of Nanaimo forces unless otherwise authorized by

the City Engineer. .2 Install meters in accordance with the manufacturer’s recommendations. 5.58 METER CHAMBERS .1 All meter chambers shall be constructed in accordance with Standard Drawing No. W-11

unless otherwise shown on the construction drawings. .2 The floor drain system shall be installed in accordance with Section 5.55 – Floor Drain

Assembly Installation. .3 Install valves, fittings and meters according to the manufacturer’s recommendations at the

locations shown on the construction drawings. .4 Support valves, fittings and meters by means of steel pipe supports. .5 Install touch read meter bracket between the first and second ladder rung in accordance

with Standard Drawing No. W-12. .6 If required by the Engineer, meter chambers shall be tested for leakage after the installation

of equipment by filling the chamber to the underside of the roof slab with water. The test duration shall be a minimum of three hours. No leakage will be allowed.

.7 Precast Manhole Sections

(a) Precast manhole barrel sections shall be placed plumb. (b) Joints between the top riser and the cover slab shall be made watertight with cement

mortar. Prior to placing sections, the mating faces shall be thoroughly soaked with water and a layer of cement mortar shall be spread on the lower face. After sections are placed, excess mortar which has been squeezed out shall be removed and the joint made flush inside and out.

(c) Joints between precast manhole barrels must utilize O-ring gaskets and shall conform to the manufacturer’s specifications. The inside surface of the precast barrel at the O-ring joints shall be filled with cement grout to a smooth finish.

(d) Damaged O-ring manhole joints require removal and replacement of damaged manhole section. Mortar patching of damaged area if approved by the Engineer, shall require the removal of the O-ring gasket and installation as per Section 5.58.7(b).

Page 204: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 35

(e) Refer to Section 5.34 for precast manhole section specifications. .8 Manhole Concrete Bases

(a) All water shall be removed from the excavation prior to placing base concrete. The base shall be constructed such that the first section of a precast section can be set plumb with uniform bearing throughout its full circumference.

(b) If material in the bottom of the trench is unsuitable for support, the bottom shall be over excavated to firm base as determined by the Engineer and backfilled to the required grade with thoroughly compacted base gravel as specified for trench bottom stabilization under the applicable item included in Section 4 - Trench Excavation Backfill and Bedding.

(c) Where overexcavation and backfill with base gravel is not practical, special structural support shall be provided as specified for trench bottom stabilization under the applicable item included in Section 4 - Trench Excavation, Backfill and Bedding.

(d) Concrete manhole bases shall be constructed as shown on the drawings. (e) Refer to Section 5.34 for precast manhole bases section specifications.

.9 Precast Manhole Bases

(a) Installation of precast manhole bases shall conform to 5.58.8. (b) Precast manhole bases shall be placed on 150mm thick base of 40mm drain rock. (c) Use of precast concrete bases requires approval by the Engineer.

.10 Concrete

(a) Concrete work shall be as specified under the Section 11 - Reinforced and Plain Concrete Works.

.11 Frames and Covers

(a) Frames shall be set on precast concrete grade rings to bring the cast iron manhole frame up to grade as shown on the Standard Drawings. Contractor to install a minimum of two (2) 62.5mm thick concrete grade rings to a maximum of four (4) 62.5mm thick grade rings. The concrete grade rings shall be laid in common bond with raked mortar joints and shall be mortared inside and outside of the manhole.

(i) Fine grade elevation adjustments of frames shall be done with a minimum of 3,

steel only, shims equally spaced.

(b) Manhole covers shall be installed:

(i) for unpaved areas, covers shall have a 1.5m x 1.5m, 50mm thick asphalt apron. Covers shall be set flush with the asphalt surround.

(ii) for paved areas, covers shall be flush with finished pavement grade with a maximum allowed variance of 6mm lower than the finished pavement grade. Covers shall not protrude above the finished pavement.

(c) Steel manhole riser rings shall be used in easements only. (d) Refer to Section 5.34 for manhole covers and frames specifications.

Page 205: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 36

.12 Manhole Steps

(a) Manhole steps shall be installed in manhole sections by the manufacturer unless circumstance dictates otherwise, in which case approval must be received from the Engineer.

(b) The distance from the top of the chamber manhole, to the first manhole step shall conform to WorkSafe BC requirements.

(c) Refer to Section 5.34 for manhole step specifications. 5.59 -NOT USED- 5.60 PRESSURE REDUCING STATIONS .1 Pressure reducing stations shall be installed in accordance with the construction drawings

and supplementary specifications. 5.61 PRESSURE AND LEAKAGE TESTING .1 Pressure and leakage tests shall be performed on all installed pipes, hydrants, valves,

fittings and service connections. .2 Pressure and leakage tests can be commenced upon completion of all underground utility

installation. Prior to testing, concrete thrust blocking shall be sufficiently cured to restrain fittings, valves and hydrants.

.3 Testing procedures shall be submitted to the City Engineer for approval prior to

commencement of testing. (REVISED NOVEMBER 2016) .4 Hydrant lead valves and service corporation stops shall be fully opened during the test. As

a preliminary step, the entire system may be pressure and leakage tested at once. Pressure and leakage tests shall be carried out between valved sections of the installation such that every valve in the system is tested for leakage in the shut-off position.

.5 Pressure and leakage testing shall be conducted in the presence of the Design Engineer,

and the City of Nanaimo Works Inspector. (REVISED NOVEMBER 2016) .6 Pressure and leakage tests for ductile iron piping shall be in accordance with AWWA C600. .7 Testing of welded steel piping shall be in accordance with AWWA C206. No leakage shall

be allowed. .8 Pressure and leakage tests for PVC pipe shall be performed in the following manner:

(a) Fill the section to be tested slowly with water and expel all the air from the section. (b) If air relief valves are not required at the high points of the test section, the pipe shall

be tapped to release all air and approved plugs inserted upon completion of testing. (c) Pump water into the test section until the static pressure reaches 1035kPa or 1.5

times the average system operating pressure at the point of test, whichever is greater.

(d) Maintain the test pressure in the pipe to ± 70kPa throughout the duration of the test by the addition of a measured quantity of water. The duration of the test shall be a minimum of one hour.

Page 206: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 37

(e) The quantity of water required to maintain the test pressure shall be considered to be the leakage.

(f) The allowable leakage shall be determined from the following formula: (REVISED

NOVEMBER 2016) L= SD x square root of P (REVISED NOVEMBER 2016) 715,317 (REVISED NOVEMBER 2016) in which L = allowable leakage (liters/hour) S = length of the test section, in meters D = nominal diameter of the pipe run in mm P = average test pressure during the leakage test in kPa (REVISED NOVEMBER 2016)

(g) Should testing disclose leakage above the maximum allowable leakage, the contractor shall locate and repair or replace the defect and retest the section until test results are satisfactory.

(h) A copy of the leakage and test pressure report shall be forwarded to the City Works Inspector.

(i) Prior to accepting the work, all valves shall be checked to ensure they fully open. 5.62 FLUSHING, CHLORINATION AND BACTERIAL SAMPLING (REVISED NOVEMBER 2016) .1 Prior to chlorination, all piping and appurtenances shall be flushed with a minimum velocity

of 1.0m/s. Dispose of flushing water only to drainage works capable of carrying the flows. When flushing the watermain into a sanitary sewer, the downstream capacity shall be reviewed with City of Nanaimo Operations staff.

.2 The Design Engineer shall arrange, undertake and ensure all piping and appurtenances are

flushed, chlorinated, flushed of chlorinated water and tested for bacteria according to the latest edition of AWWA C651. (REVISED NOVEMBER 2016)

On completion of chlorination, the entire piping system shall be thoroughly flushed and filled

with potable water prior to bacterial sampling. (REVISED NOVEMBER 2016) Flushing chlorination and bacterial sampling shall be conducted in the presence of the

Design Engineer and the City of Nanaimo Works Inspector. (REVISED NOVEMBER 2016) .3 Chlorinated water shall be disposed of in a way that will not cause harm or damage to

vegetation or aquatic life in bodies of water or water courses. Points of discharge are to be approved by the Engineer.

5.63 NOTIFICATION TO ENGINEER - SYSTEM TESTS AND FINAL CONNECTION (REVISED

NOVEMBER 2016) .1 The City Engineer and the City of Nanaimo Works Inspector shall be given 48 hours written

notice in advance of all system tests and pipe chlorination by the Contractor.

Page 207: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 5 - WATER DISTRIBUTION SYSTEM INSTALLATION

__________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 5 - 38

.2 On new water systems no physical connection (tie-in) to the public system shall be made

until the new system passes: (REVISED NOVEMBER 2016)

(a) flushing, (REVISED NOVEMBER 2016) (b) pressure testing, (REVISED NOVEMBER 2016) (c) disinfection, (REVISED NOVEMBER 2016) (d) satisfactory bacterial testing results by an accredited certified lab. (REVISED

NOVEMBER 2016) .3 Upon satisfactory passing, the Design Engineer shall submit copies of all the above noted

test results to the City Engineer with their written recommendation on connection to the Public Water Supply. (REVISED NOVEMBER 2016)

.4 The City Engineer will review the provided test results and recommendation from the

Design Engineer and if acceptable may grant Approval to Connect to the Public Water Supply. Under no circumstances shall a connection to the Public Water Supply be undertaken without an Approval to Connect issued by the City Engineer. (REVISED NOVEMBER 2016)

.5 Once Approval To Connect is granted, the time to connect (tie-in) to the Public Water

Supply shall be no greater than 7 calendar days, otherwise bacterial testing results will be invalid and will need to be redone. The short spool pieces, fittings and couplers required to complete the connection shall be cleaned and disinfected to AWWA standards. All final connections (tie-ins) shall be reviewed by the Design Engineer. Once final tie-in is complete and the system is in operation, the tie-in shall be reviewed by the Design Engineer for water leaks prior to backfilling and covering up. (REVISED NOVEMBER 2016)

.6 Tie-in and connection shall be conducted in the presence of the Design Engineer and the

City of Nanaimo Works Inspector. (REVISED NOVEMBER 2016) .7 Final Connections: (REVISED NOVEMBER 2016)

(a) If Connection is 1 pipe length or less (6m or less) spray or swab disinfect all parts just prior to connection. (REVISED NOVEMBER 2016)

(b) If connection is greater than 1 pipe length (plus 6m), pipe must be set up above ground, disinfected and bacterial samples taken as described in AWWA C651 Section 5. Ends of pipe must be sealed watertight until installed. (REVISED NOVEMBER 2016)

Page 208: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

100

1200

Min

. CO

VE

R

600

Min

. CO

VE

R

45°

150

Max

.

PLWOOD SERVICE MARKER STAKE(50 x 100) PAINTED BLUE

300mm FROM PROPERTY LINE

FINISHED GROUND/ROAD SURFACE

150 Min. BEDDING MATERIALABOVE TOP OF SERVICE CONNECTION

UN

DE

R D

ITC

HE

S

CORPORATION STOPAND SADDLE,

PROVIDE GOOSENECK COMPRESSION CURB STOP

FEMALE I.P. THREAD

600

450

MA

X30

0 M

IN

300

600

TYPE K ANNEALED COPPER PIPEOR POLYETHYLENE TUBINGPRESSURE CLASS 200

TRACER WIRE FORPOLYETHYLENE TUBING,SEE NOTE 7

c/w SS INSERT FORPE SERVICE PIPE

c/w SS INSERT FORPE SERVICE PIPE

FOR SERVICE BOXES INCONCRETE DRIVEWAYS,SEE NOTE 6

STANDARD CONCRETESERVICE BOX WITHEXTENSION AS REQ'D

MIN

TYP, MIN

CRUSHED GRAVEL (20mm MINUS),COMPACTED TO 95% MODIFIEDPROCTOR DENSITY

79 M

IN11

5 M

AX

92 MIN110 MAX

KNOCK-OUT DETAIL

KNOCK-OUT AT EACH ENDOF THE SERVICE BOXFOR THE SERVICE PIPE

BOTTOM OFSERVICE BOX

100 Min. OF BEDDING MATERIALBELOW SERVICE CONNECTION

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

5 D

WG

S\W

-16.

23.2

016

T H E H A R B O U R C I T Y WATER SERVICE CONNECTION

(19Ø TO 50Ø)

NTS

MAR 2016

NOV 2016

W-1

Engineering Standards & SpecificationsNovember 2016 Edition

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 5.0 OF THE MANUAL OF ENGINEERING STANDARDS AND

SPECIFICATIONS, LATEST EDITION.2. NOMINAL TRENCH WIDTH FOR SERVICE CONNECTION TO BE 600mm.3. CONCRETE SERVICE BOX SHALL BE INSTALLED AS PART OF THE INITIAL SERVICE INSTALLATION AS PER SECTION 5.56.64. FOR 19mm and 25mm DIA. WATER CONNECTION, SERVICE BOXES SHALL BE CONCRETE WITH TOUCH READ CAST IRON LIDS.5. FOR 38mm AND 50mm DIA. WATER CONNECTION, SERVICE BOXES SHALL BE CONCRETE WITH STEEL TOUCH READ TRAFFIC LIDS.6. WHEN SERVICE BOX IS WITHIN A CONCRETE DRIVEWAY, CONCRETE ADJACENT TO THE SERVICE BOX MUST BE A MINIMUM OF

150mm THICK FOR A MINIMUM DISTANCE OF 150mm AROUND THE OUTSIDE EDGES OF THE SERVICE BOX.7. TRACER WIRE SHALL BE 14 GAUGE AND BLUE IN COLOUR AS PER SECTION 5.30.1. TRACER WIRE SHALL BE INSTALLED AS PER

THE MANUFACTURER'S RECOMMENDATIONS AND BE ATTACHED TO THE THE CORPORATION STOP AND RUN ON TOP OF THESERVICE PIPE TO THE CURB STOP WHERE IT SHALL BE COILED NEATLY WITHIN THE BOX WITH 600mm OF SURPLUS LENGTH.TRACER WIRE SHALL BE SECURED TO THE SERVICE PIPE AT 1.0m INCREMENTS USING ELECTRICAL TAPE. WIRE SHALL NOT BEWRAPPED AROUND THE SERVICE PIPE.

8. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVED PRODUCTS LIST WILL BE ACCEPTED FOR INSTALLATION.9. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.

Page 209: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:

NOMINAL TRENCH WIDTH FOR FLUSHOUT IS 600mm

ONLY PRODUCTS APPROVED BY CITY ENGINEER ANDLISTED IN THE CITY OF NANAIMO APPROVED PRODUCTS

ALL DIMENSIONS ARE IN MILLIMETERS UNLESS OTHERWISE SHOWN

WATER MAIN

POLYETHYLENE SEALUNDER VALVE FLANGES

65Ø x 1000 GALV.IRON NIPPLE

65Ø GALV. IRON90° ELBOW

CAP WITH 65 THREADED BORE

1.

2.

6.

(600x600 (MIN.)

DRAIN HOLE

FILTER CLOTH

65Ø GALVANIZEDIRON PIPE, THREADED

65Ø FIRE HOSE CONNECTION AND CAPORIENTATED TO SUIT LOCATION BEHIND

65Ø CAST IRON BODYGATE VALVE WITH

150Ø C-900 PVC PIPE

1200

(MIN

.)

65Ø x 1000

VALVE BOX NOT TO CONFLICT WITH CURB AND GUTTER

TIE RODDED TO PIPE CLAMP

300

MR VALVE BOX

CONC. THRUST BLOCK KEYEDINTO UNDISTURBED GROUND

600

(MIN

.)

300

LIST WILL BE ACCEPTED FOR INSTALLATION

CURB AND GUTTER NOT SHOWN

2.0Ø MAX.150Ø x 200

STAINLESS STEEL STEM

150Ø x 200 PIPE TO BE PLACED AROUND PIPE

3.

AT DRAIN HOLE TO PREVENT EROSION.

TO FIT ELBOWS

65Ø GALV. IRON 90° ELBOW

CURB AND GUTTER

GALV. CLAMP

100mm X 100mmCEDAR POST

MIN.

PAINT WHITE

PAINT BODY RED

PAINT CAP YELLOW

PL600

PAINT RED

WATER MAIN

TIE RODS

CAP

ABOVE GROUND FLUSHOUT TO BE RESTRAINED

5.

AS PER THRUST BLOCK OR RESTRAINER METHODAT THE DISCRETION OF THE ENGINEER.

1000

200

400mm BEYOND EACH SIDEOF THE TRENCH WALL.

RESTRAINER METHOD

THRUST BLOCK METHOD

65Ø x 150 LONG BRASS NIPPLE

RESTRAINER

750

(min

.)

LONG PIPE

BRASS NIPPLE, OR APPROVEDEQUAL (REFER TO RESTRAINERMETHOD DETAIL BELOW IFFLUSHOUT IS RESTRAINED)

WHEN RESTRAINER METHOD IS USED, RESTRAIN AS PERMANUFACTURER'S RECOMMENDATIONS.

4.

25Ø DRAIN ROCK

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

5 D

WG

S\W

-2A

6.23

.201

6

T H E H A R B O U R C I T Y

ABOVE GROUND FLUSHOUT C/WTHRUST BLOCK AND OPTIONAL

RETRAINED METHOD

NTS

MAY 2013

NOV 2016

W-2A

Engineering Standards & SpecificationsNovember 2016 Edition

Page 210: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:

NOMINAL TRENCH WIDTH FOR FLUSHOUT IS 600mm

LETTERING ON MANHOLE COVER SHALL REFER TO"CITY OF NANAIMO WATERWORKS"

NOT TO BE USED IN AREAS WHERE WATER TABLE

SURROUNDING GRADE TO DRAIN AWAY FROM COVER.

ONLY PRODUCTS APPROVED BY CITY ENGINEER ANDLISTED IN THE CITY OF NANAIMO APPROVED PRODUCTS

WATER MAIN

POLYETHYLENE SEALUNDER VALVE FLANGES

65Ø x 1000 GALV.IRON NIPPLE

65Ø GALV. IRON90° ELBOW

CAP WITH 65 THREADED BORE

1.

2.

3.

4.

9.

5.

DRAIN ROCK

DRAIN HOLE

FILTER CLOTH

65Ø GALVANIZEDIRON PIPE THREADEDTO FIT ELBOW AND CAP

65Ø FIRE HOSECONNECTION AND CAP

65Ø CAST IRON BODYGATE VALVE WITH

150Ø C-900 PVC PIPE

600Ø x 600 C76 CL. IICONCRETE BARREL

CAST IRON FRAME AND COVERPROJECT FRAME 25 IN UNPAVEDAREAS AND 0 IN PAVED AREAS

1200

(MIN

.)

300

(MA

X.) JUMBO CONCRETE BRICKS

(MINIMUM 4)

VALVE BOX NOT CONFLICT WITH CURB AND GUTTER

LETTERING WITH FACE OF LETTERS RAISED TO THE

TIE RODDED TO PIPE CLAMP

300

MR VALVE BOX

600

(MIN

.)

300

TIE RODS

WATER MAIN

LIST WILL BE ACCEPTED FOR INSTALLATION.

COULD BE ABOVE FIRE HOSE CONNECTION.

SAME ELEVATION AS THE TOP OF THE RIBS.

LETTERING SHALL BE 25 FLATTENED FACE GOTHIC

CURB AND GUTTER NOT SHOWN.

CAP

2.0Ø MAX.150Ø x 200

STAINLESS STEEL STEM

150Ø x 200 PIPE TO BE PLACED AROUND PIPE

6.

AT DRAIN HOLE TO PREVENT EROSION.

ASPHALT

REQUIRE A 1.5m X 1.5m HOT MIX ASPHALT APRON,FLUSHOUTS LOCATED ON GRAVEL ROADS OR SHOULDERS

7.

50mm THICK.

BELOW GRADE FLUSHOUT TO BE RESTRAINED AS PERTHRUST BLOCK OR RESTRAINER METHOD AT THE

THRUST BLOCK METHOD

RESTRAINER METHOD

PRECAST CONCRETE GRADE RINGSMORTAR INSIDE AND OUTBUILD TO SUIT GRADETWO GRADE RINGS (125 MIN)FOUR GRADE RINGS (250 MAX)

RESTRAINER

DISCRETION OF THE ENGINEER.

LONG PIPE

65Ø x 150 LONGBRASS NIPPLE

10.ALL DIMENSIONS ARE IN MILLIMETERS UNLESS OTHERWISESHOWN.

8.

(REFER TO RESTRAINED METHODDETAIL BELOW IF FLUSHOUT ISRESTRAINED)

25Ø(600x600MIN VOLUME)

WHEN RESTRAINER METHOD IS USED, RESTRAIN AS PERMANUFACTURER'S RECOMMENDATIONS.

CONC. THRUST BLOCK KEYEDINTO UNDISTURBED GROUND400mm BEYOND EACH SIDEOF TRENCH WALL

65Ø x 1000 LONG BRASSNIPPLE, OR APPROVED EQUAL

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

5 D

WG

S\W

-2B

6.23

.201

6

T H E H A R B O U R C I T Y

BELOW GROUND FLUSHOUT C/WTHRUST BLOCK AND OPTIONAL

RESTRAINED METHOD

NTS

NOV 2009

NOV 2016

W-2B

Engineering Standards & SpecificationsNovember 2016 Edition

Page 211: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:

CHAMBERS LOCATED ON GRAVEL ROADS OR SHOULDERS REQUIREA 1.5m x 1.5m HOT MIX ASPHALT APRON, 50 THICK

ALL DIMENSIONS IN MILLIMETERS UNLESS OTHERWISE SHOWN.

ONLY PRODUCTS APPROVED BY THE CITY ENGINEER AND LISTED IN APPROVED PRODUCTS LIST WILL BE ACCEPTED FOR INSTALLATION

1.

2.

5.

6.

ASPHALT APRON

HEAVY DUTY MANHOLE FRAME ANDCOVER WITH 2-20Ø VENT HOLES

WORDING ON COVERS SHALL READ"CITY OF NANAIMO WATERWORKS"

25Ø DRAIN ROCK

POURED IN PLACE

100

100

200

115

SLOPE

BEDDING AS FORSERVICE CONNECTION

25Ø TYPE K (SOFT)COPPER TUBING

25Ø CORPORATION

25Ø SCREWED OUTLET, DOUBLE OR SINGLE STRAPWATERMAIN

(150Ø - 300Ø)

BASE

DRAIN ROCK

FLEXIBLE FILLER

80 M

IN.

CLEA

RANC

E

SECTION A

SLOPE

SERVICE SADDLE AS REQUIRED.

STOP

600(MIN.)

LP

SLOPE

400

25Ø BRASS ADAPTER,

AIR & VACUUM VALVE

135

PLACE FILTER CLOTH OVER DRAIN ROCK PRIOR TO BACKFILL.

NO BEARING ON PIPE. SEE SECTION A

12Ø BALL DRAIN

25Ø TYPE K (SOFT)

CONCRETE BASE

300 SQ. CONC. PAD

750600Ø x 600 DP. CATCH BASIN BARREL

1.0m

25Ø BRASS NIPPLE, 200 LG.

25Ø SERVICE VALVE, COMPR. x FIPT

BRASS NIPPLE 75 LG.

25Ø BRASS 90° ELL

DETAIL 1

INLET PIPING. SEE DETAIL 1

TO 50mm BELOW TOP OFCONCRETE SURROUND FRAME

BARREL (MINIMUM)

PRECAST CONCRETE GRADE RINGMORTAR INSIDE AND OUTBUILD TO SUIT GRADETWO GRADE RINGS (125 MIN)

VALVE

(MIN.)

25Ø 90° BRASSSTREET ELBOW

25Ø BRASS ADAPTERMIPT x COMPR

550

ELL, FIPT x FIPT25Ø 90° BRASS

25Ø BRASS ADAPTERMIPT x COMPR.

25Ø DRAIN ROCK(MIN. DEPTH 250)

ABOVE GROUND VENT PIPING TO BE PAINTED FOREST GREEN. 3.

BRASS 25Ø 90°

25Ø BRASS ADAPTERMIPT x COMPR.

63Ø SCH. 40 C.S.NIPPLE, 75 LG.

FIPT x FIPT, (TYP.)63Ø SCH.40 C.S. 90° ELL

63Ø SCH.40 C.S. PIPE, 700 LG.

25Ø TYPE K (RIGID) COPPER TUBING

575 SQ. x 200 THICK CONCRETEPAD POURED AGAINST WELLCOMPACTED EARTH.

BIRD SCREEN

COPPER TUBING

25Ø TYPE K (RIGID)

400

ELBOW

25Ø COMBINATION

COMP. X COMP.SLIP COUPLINGCLEAR

25Ø

AIRRELEASE

VALVE

C/W 100mm BASE(OFF ROADWAY AREAS)

COPPER TUBING

MIPT x COMPR.

12Ø BALL VALVE & 90°BRASS ELBOW

4. PRECAST CB BARREL SHALL BE AN ACCEPTABLE ALTERNATIVE TO MANHOLEBARREL AND POURED IN PLACE BASE

FOUR GRADE RINGS (250 MAX)

(SEE STD. DWG. W-19)

ANCHORRING

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

5 D

WG

S\W

-46.

23.2

016

T H E H A R B O U R C I T Y AIR RELEASE VALVE ASSEMBLY AND

CHAMBER FOR 150Ø - 300Ø MAIN

NTS

MAY 2013

NOV 2016

W-4

Engineering Standards & SpecificationsNovember 2016 Edition

Page 212: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:

FOR HYDRANT OFFSETS REFER TO DESIGN DRAWINGS. AT NO TIME SHALL HYDRANTS BE CONSTRUCTED CLOSERTHAN 1.0 METERS TO THE PROPERTY LINE.HOSE AND PUMPER NOZZLE MUST FACE CURB.HYDRANT FLANGES SHALL BE SET 150 - 200mm ABOVE A POINT 2% UP FROM THE TOP OF THE CURB OR FROM THE TOP OF THE EDGE

1.

2. 3.

6.CITY OF NANAIMO APPROVED PRODUCTS LIST WILL BE ACCEPTED FOR CONSTRUCTION.ONLY PRODUCTS APPROVED BY THE CITY ENGINEER AND LISTED IN THE CITY

OF THE ASPHALT WHERE THERE IS NO CURB UNLESS OTHERWISE DIRECTED BY THE CITY ENGINEER.

SEE NOTE 1PL

150

- 200

mm

1.20

m (M

IN.)

FINISHEDGRADE

FILTER CLOTH

DRAIN PORT

150mm Ø PIPE

300m

m

1.00m

1.00m (MIN.)

DISTANCE VARIES

GATE VALVE TO BECL

300m

m

CLOCKWISE OPENING

MR TYPE VALVE BOX

150mmØ C-900 PVCLENGTH AS REQUIRED

150mm Ø FxHGATE VALVE

PVC VALVE HOOD

THRUST BLOCK

FxHxF TEE

BEDDING MATERIAL

2 - 20mm Ø ZINC PLATED NON-GALVANIZEDTIE RODS OR AS SPECIFIED

100mm x 300mm x 300mmPRECAST CONCRETE BLOCK

50mm Ø MAX. SIZE DRAINROCK MIN. 0.20m3

150 X 200

ASPHALT APRON

VALVE BOXES LOCATED OUTSIDE PAVED AREAS REQUIRE A 1.5m X 1.5mHOTMIX ASPHALT APRON, 50mm THICK.

4.

FOR VALVE NUT EXTENSION REQUIREMENTS REFER TO STD. DWG. NO. W-16.5.

7. OUT OF SERVICE HYDRANTS SHALL BE BAGGED AS PER 5.52.2(h).

FLANGED DIRECTLYTO TEE

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

5 D

WG

S\W

-56.

23.2

016

T H E H A R B O U R C I T Y HYDRANT CONNECTION

NTS

NOV 2009

NOV 2016

W-5

Engineering Standards & SpecificationsNovember 2016 Edition

Page 213: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

THE SANDBAG BULKHEADS REQUIRE CURVED WING WALLS TO FUNNEL THE FLOW.IF THE HORIZONTAL DIRECTION OF FLOW AT CULVERT INLETS AND OUTLETS EXCEEDS 30°, THE1.

NOTES

STANDARD SANDBAGSFILLED WITH 15 MPaWET PRE-MIXED CONCRETE

TYPICAL DITCH SECTIONAT CULVERT INLETSAND OUTLETS.

15M REBAR TIESBENT OVER ON TOP

DITCH GRADE

1

3

SECTION A-A

A

A

ELEVATION

150mm

3.0m ±

100mm CRUSHED GRAVEL(20mm MINUS)

IMPORTED BACKFILL

GRADE TO DRAIN

CULVERT 300mm Ø MIN.OR AS DIRECTED

FINISHED GRADE

ONLY PRODUCTS APPROVED BY THE CITY ENGINEER AND LISTED IN THE CITY OF NANAIMO2.APPROVED PRODUCTS LIST WILL BE ACCEPTED FOR INSTALLATION.

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

5 D

WG

S\W

-74.

8.20

16

T H E H A R B O U R C I T Y HYDRANT ACCESS - DITCH

CROSSING DETAIL

NTS

MAY 1999

NOV 2016

W-7

Engineering Standards & SpecificationsNovember 2016 Edition

Page 214: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

MINIMUM THRUST AREAS FOR FITTINGS AT 1034 kPA PRESSURE AND FOR SOILS WITH MIN. BEARING OF 96kPA(NOT TO BE USED FOR SOFT CLAY, MUCK, PEAT, etc.)

TYPE OFFITTING

FITTINGSIZE

OUTSIDE OFFITTING TO LENGTH HEIGHT

BEARING FACE BEARING FACEFITTING TOOUTSIDE OFTYPE OF

FITTINGFITTING

SIZE HEIGHTLENGTHRECESS

IN TRENCH

22 1/2° BEND

D W L H D W W L H150 300 900 450200 350 1050 600250 375 1450 750300 400 1650 900150 300 450 450200 350 600 600250 375 750 750300 400 900 900150 300 450 225200 350 600 300250 375 835 450300 400 900 450150 300 600 450200 350 750 600250 375 1000 750300 400 1200 900

375250300 400

200150300250200150300

350300400375350300400

250200150300250200150

375350300400375350300

750750900 900

600450900750600450900

450600

900750600450900

75060045012001000750600

750600450900750600450

300

200250

600150

400500

300

11 1/4° BEND

TEE

45° BEND

90° BEND CROSS

45° WYE

PLUGS (IF

* REDUCER

CAPS AND

NOT BOLTED)

L

W

L

W

L

W W

L45° M

AX.

L

L

L

L

WW

1

W

L

L

L

W

TAR PAPER

TAR PAPER

PRECAST CONCRETE300 x 300 x 100mm

BLOCK

PRECAST CONCRETE300 x 300 x 100mm

BLOCK

TAR

CREOSOTEDPILING

HORIZONTAL 90° BEND HORIZONTAL 45° BEND

TEE

WYEREDUCER

TEE WITH PLUG TEE WITH VALVE

CROSS WITH PLUG

H

PAPER

NOTES:

1. ALL DIMENSIONS ARE IN MILLIMETRES.

2. DIMENSIONS APPLY TO THE LARGER DIAMETER END OF THE FITTING.

3. FOR CONCRETE SPECIFICATIONS SEE SECTION 11.

4. CONCRETE MINIMUM COMPRESSIVE STRENGTH SHALL BE 20MPa @ 28DAYS.

5. WHERE GROUND CANNOT BE EXCAVATED TO FREE STANDING UNDISTURBED SOIL,SMALL PLANK SHEET PILING SHALL BE DRIVEN TO PROVIDE UNDISTURBED THRUSTAREA. PILING TO BE DRIVEN PRIOR TO EXCAVATING FOR THRUST BLOCK. PILINGSHOULD BE USED ONLY BELOW THE PERMANENT WATER TABLE.

300 x 300 x100mm PRECASTCONCRETE BLOCK

SPOOL, c/w CAP & TIE BACKS TO VALVE

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

5 D

WG

S\W

-84.

8.20

16

T H E H A R B O U R C I T Y THRUST BLOCK DETAILS

NTS

MAY 2006

NOV 2016

W-8

Engineering Standards & SpecificationsNovember 2016 Edition

Page 215: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

FOR USE ONLY WHERE VALVE BOXES ARE LOCATED OUTSIDE THE PORTION OF A STREET.

THE VALVE MARKER SHALL BE LOCATED ON SITE BY THE ENGINEER, WITH THE FLATTENEDEND AND MARKED DISTANCE FACING THE VALVE BOX.

1.

2.

NOTES:

600

900

ALL DIMENSIONS IN MILLIMETERS UNLESS OTHERWISE SHOWN.5.

VALVE MARKER,UPPER PORTION FLATTENEDWITH DISTANCE TO VALVEMARKED IN BLACK FIGURES

50Ø STEEL PIPEPAINTED BLUE

20 MPa CONCRETE

300Ø PVC PIPE

1.5m x 1.5m x 50mm THICKASPHALT APRON

VALVE

VALVE BOXES IN UNPAVED AREAS REQUIRE A 1.5m x 1.5m HOTMIXASPHALT APRON, 50mm THICK.

3.

FOR VALVE NUT EXTENSION REQUIREMENTS REFER TO STD. DWG. NO. W-164.

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

5 D

WG

S\W

-94.

8.20

16

T H E H A R B O U R C I T Y VALVE BOXES IN UNPAVED AREAS

NTS

NOV 2009

NOV 2016

W-9

Engineering Standards & SpecificationsNovember 2016 Edition

Page 216: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

PLAN 1500X300X300 DEEP SUMPC/W SUMP GRATING

ELEVATION290

PAINTED STEEL COVER(H20 STATIC LOAD)

ALLUMINUM LADDERC/W SAFETY POST

NOTES:1. USE THIS DRAWING ONLY AS A GUIDE. DETAIL DESIGN SHALL CONSIDER EXISTING SITE

AND SOIL CONDITIONS AND INCLUDE STEEL REINFORCEMENT.2. CONCRETE AND REINFORCING STEEL SHALL CONFORM TO SECTION 11.3. DESIGN VAULT TO WITHSTAND CS600 LOADING.4. SIZE VAULT TO PROVIDE MINIMUM CLEARANCES AS PER SECTION 5.13.5. CHAMBERS LOCATED ON GRAVEL ROADS OR SHOULDERS REQUIRE A 1.5m X 1.5m HOT MIX

ASPHALT PERIMETER APRON, 50mm THICK.6. ONLY PRODUCTS APPROVED BY THE CITY ENGINEER AND LISTED IN THE CITY OF NANAIMO

APPROVED PRODUCTS LIST WILL BE ACCEPTED FOR INSTALLATION.7. ALL DIMENSIONS IN MILLIMETERS UNLESS OTHERWISE SHOWN.8. MINIMUM 200mm CLEAR DISTANCE FROM FLANGE OR BOLTED CONNECTION TO THE INSIDE

WALL.

157x127 KNOCK-OUT FORSUMP DRAIN

PAINTED STEEL COVERS(H20 STATIC LOAD)

1200

(MIN

)

SUMP DRAIN TO BECONNECTED TOCLOSEST STORM DRAINPER SECTION 5.16

DOMESTIC/FIRE METER LENGTH WIDTH

100-150Ø

150-250Ø

2000

2600

1200

1200

MINIMUM INTERVAL DIMENSION FOR THEPRECAST VAULT METER CHAMBER

SLOPE 1.0%

89Ø CORED HOLE FORSUMP DRAIN ASSEMBLY

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

5 D

WG

S\W

-11

6.23

.201

6

T H E H A R B O U R C I T Y METER CHAMBER

PRECAST VAULT

NTS

MAY 2012

NOV 2016

W-11

Engineering Standards & SpecificationsNovember 2016 Edition

Page 217: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:

CHAMBERS LOCATED IN UNPAVED AREAS REQUIRE 1.5m x 1.5m GRAVEL OR PAVED SURFACEAROUND COVER. PROJECT COVER 0mm IN PAVEMENT OR 25mm IN UNPAVED AREAS

ONLY PRODUCTS APPROVED BY THE DIRECTOR OF ENGINEERING AND PUBLIC WORKS ANDLISTED IN THE CITY OF NANAIMO APPROVED PRODUCTS LIST WILL BE ACCEPTED FOR INSTALLATION

ALL DIMENSIONS ARE IN MILLIMETERS UNLESS OTHERWISE SHOWN

1.

2.

3.

300 x 300 x150 DEEP SUMP

OPENINGDETAIL

PRECAST MANHOLE SECTION. DIAMETERTO SUIT PIPING LAYOUT

PRE-CAST CONCRETE GRADE RINGMORTAR INSIDE AND OUTBUILD TO SUIT GRADETWO GRADE RINGS (125 MIN.)FOUR GRADE RINGS (250 MAX.)

CONCRETE

CONCRETE COVER SLABTO CS600 LOADING

1800

(MIN

.)

250

450

2%

80 (M

IN.)

25 (M

IN.)

MORTARMIX

PIPE

WALL OPENING DETAIL

(MIN

.)

FLOOR DRAIN ASSEMBLYAS PER SECTION 5.16

1-300 SECTIONREQUIRED

CHAMBER MANHOLES LOCATED IN UNPAVED AREAS REQUIRE A 1.5m X 1.5m, 50mm THICK HOT MIXASPHALT APRON.

4.

(OFF ROADWAY AREAS)C/W 50mm BASE

ASPHALT APRON

500

(MA

X)

SEE WALLA

S P

ER

TH

E C

UR

RE

NT

VE

RS

ION

OF

WO

RK

SA

FE B

C

RUBBERMANHOLE SEALRING

JOINTS TO BE WATERTIGHT O-RING JOINTS ORRUBBER MANHOLE SEAL RINGS

19Ø LADDER RUNGS AT 300 o.c.CAST IN WALL OF BARREL INSTALLED INCONFORMANCE WITH WORKSAFE BC REQUIREMENTS

MINIMUM 200mm CLEAR DISTANCE FROM FLANGE OR BOLTED CONNECTION TO THE INSIDE WALL5.

HEAVY DUTY, UTILITY CHAMBER MANHOLE FRAMEAND COVER AS SPECIFIED ON THE CONSTRUCTIONDRAWINGS (SEE NOTE 6). WORDING ON COVER TOREAD "CITY OF NANAIMO WATER"

WATERTIGHT MANHOLE FRAME AND COVER WHEN SPECIFICALLY APPROVED BY THE ENGINEER6.

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

5 D

WG

S\W

-11A

6.23

.201

6

T H E H A R B O U R C I T Y

METER CHAMBERPRECAST CIRCULAR

MANHOLE

NTS

MAY 2013

NOV 2016

W-11A

Engineering Standards & SpecificationsNovember 2016 Edition

Page 218: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:

BRACKETS TO BE CONSTRUCTED OUT OF3mm ALUMINUM PLATE

BRACKETS TO BE MOUNTED WITH TWO6mm STAINLESS STEEL BOLTS WITHLEAD ANCHORS

IN PRECAST MANHOLE METER CHAMBERSTHE BRACKET SHALL BE MOUNTEDBETWEEN THE FIRST AND SECONDLADDER RUNG

ALL DIMENSIONS ARE IN MILLIMETERSUNLESS OTHERWISE SHOWN

1.

2.

3.

4.

240

240

55 130 55

5025

55

125

105

125

325 25

130

5025

55

125

65

240

TOUCH READ PITLID REGISTER

BRACKET

SINGLE METER BRACKET

DOUBLE METER BRACKET

45Ø (TYP.)

10

25

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

5 D

WG

S\W

-12

4.8.

2016

T H E H A R B O U R C I T Y

WATER METERTOUCH READ

BRACKET

NTS

MAY 2013

NOV 2016

W-12

Engineering Standards & SpecificationsNovember 2016 Edition

Page 219: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

PLAN

ELEVATION

3 3

8

75Ø ELECTRICALCONDUIT

REINFORCED CONCRETETHRUST BLOCK TO SPANENTIRE WIDTH

INLET OUTLET4

10

HXH 90°ELBOW

9

VALVE TO BECLOSED AND

LOCKED WITH CITYSUPPLIED LOCK

17 3 234

OUTLETINLET

SERVICE BOX

17 2

4

4

NOTE:1. THRUST BLOCKING TO BE INSTALLED AS REQUIRED.2. METER ASSEMBLY TO BE SUPPORTED BY STEEL PIPE SUPPORTS AS

REQUIRED3. FABRICATED STEEL PIPE AND FITTING TO BE SCHEDULE 40

SANDBLASTED, EPOXY LINED, AND COATED TO AWWA C-210 &ANSI/NSF-61 SPECIFICATION.

4. ONLY PRODUCTS APPROVED BY THE CITY ENGINEER OR LISTED INTHE CITY OF NANAIMO APPROVED PRODUCTS LIST WILL BEACCEPTED FOR INSTALLATION. ONLY UL LISTED/FM APPROVEDPRODUCTS SHALL BE APPROVED FOR FIRELINE SERVICE.

5. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS OTHERWISE SHOWN.

MATERIAL LIST

1

2

3

4

5

6

WATER METER (FIRE)

FLANGE COUPLING ADAPTER FOR STEEL PIPE

GALVANIZED STEEL ADJUSTABLE PIPE SUPPORT

PIPE SEAL ASSEMBLY

7 COUPLING

8 SUMP JET (OPTIONAL)

9 STRAINER DRAIN ASSEMBLY

DETAILS FOR METER CHAMBERREFER TO DRAWING W-11

THRUST-SEAL PLATE C/W BOLTS

REINFORCED CONCRETE THRUST BLOCK

10 GATE VALVE

11 VALVE BOX C/W LOCKING LID

12 TEE

13 90° ELBOW

14 COUPLING

61012

10

11 5

13 13

14

6

5

12

300 (MIN)

5

6

6

5

TOUCH READ

TO SPAN ENTIRE WIDTH

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

5 D

WG

S\W

-13

6.23

.201

6

T H E H A R B O U R C I T Y FIRE/DOMESTIC WATER METER

PIPING LAYOUT (100Ø - 250Ø)

NTS

MAY 2013

NOV 2016

W-13

Engineering Standards & SpecificationsNovember 2016 Edition

Page 220: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SEE DRAWING W-11FOR METER CHAMBERDETAILS

3 PIPE DIA.(MIN.)

FLO

W

FLO

W

MATERIAL LIST

NOTES:

1. METER ASSEMBLY TO BE SUPPORTED BY STEEL PIPE SUPPORTS AS REQUIRED.

2. THRUST BLOCKING TO BE INSTALLED AS REQUIRED.

3. METER BY-PASS MAY BE INSTALLED OUTSIDE THE CHAMBER. VALVES OUTSIDE THE CHAMBER SHALL BE C.I. OR D.I. GATE VALVES AS PER SECTION 5.24.

1

2

3

4

5

6

7

8

GATE VALVE

WATER METER

FLANGED COUPLING ADAPTOR

SILENT CHECK VALVE

LOCKING BALL VALVE

COUPLING

TEST PORT WITH VALVE (FOR100Ø METERS OR LARGER)

8

5

6

1

4

3

7

2

1

8

5 PIPEDIA.(MIN.)

4. ONLY PRODUCTS APPROVED BY THE CITY ENGINEER AND LISTED IN THE CITY OF NANAIMO

5. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS OTHERWISE SHOWN.

THRUST RINGS, c/w REINFORCEDCONCRETE THRUST BLOCK TOSPAN ENTIRE WIDTH

PRECAST VAULTMETER CHAMBER

APPROVED PRODUCT LIST WILL BE ACCEPTED FOR INSTALLATION.

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

5 D

WG

S\W

-14

6.23

.201

6

T H E H A R B O U R C I T Y DOMESTIC WATER METER

PIPING LAYOUT (75Ø - 250Ø)

NTS

MAY 2012

NOV 2016

W-14

Engineering Standards & SpecificationsNovember 2016 Edition

Page 221: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:

METER BY-PASS MAY BE INSTALLED OUTSIDE THE METER BOX. VALVES OUTSIDE THE1.

FLO

W

FLO

W

METER BOX SHALL BE AS PER SECTION 5.30.8

2.

MATERIAL LIST

1

2

3

4

5

6

GATE VALVE

WATER METER - DOMESTIC

CURB STOP

METER BOX

COUPLING

VALVE BOX

1

6

4

2

3

5

6

1CLOSED & LOCKED W/CITY SUPPLIED LOCK

PLAN

ONLY PRODUCTS APPROVED BY THE CITY ENGINEER AND LISTED IN THECITY OF NANAIMO APPROVED PRODUCT LIST WILL BE ACCEPTED FOR INSTALLATION

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

5 D

WG

S\W

-14A

6.23

.201

6

T H E H A R B O U R C I T Y DOMESTIC WATER METER

PIPING LAYOUT (38Ø & 50Ø)

NTS

MAY 2013

NOV 2016

W-14A

Engineering Standards & SpecificationsNovember 2016 Edition

Page 222: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:

ONLY PRODUCTS APPROVED BY THE CITY ENGINEERAND LISTED IN THE CITY OF NANAIMO APPROVED PRODUCT LIST WILL BE ACCEPTEDFOR INSTALLATION. ONLY UL/FM LISTED PRODUCTS SHALL BE APPROVED FOR FIRE LINE SERVICE

METER ASSEMBLY TO BE SUPPORTED BY STEEL PIPE SUPPORTS AS REQUIRED

THRUST BLOCKING TO BE INSTALLED AS REQUIRED

1.

2.

3.

MATERIAL LIST

GATE VALVE (OS&Y)

CHECK VALVE

BY-PASS METER

LOCKING BALL VALVE

DETECTOR CHECK

FLANGED COUPLING ADAPTOR

1

2

3

4

5

6

7

4

5

6

7

1

2

3

300

(MIN

.)1

6

SEE DRAWING W-11FOR METER CHAMBERDETAILS

FLO

W

1

1

TEE8

90° ELBOW9

COUPLING10

THRUST RING, c/w REINFORCED CONCRETETHRUST BLOCK TO SPAN ENTIRE WIDTH

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

5 D

WG

S\W

-15

6.23

.201

6

T H E H A R B O U R C I T Y DETECTOR CHECK FIRE LINE SERVICE

PIPING LAYOUT (100Ø - 250Ø)

NTS

MAY 2013

NOV 2016

W-15

Engineering Standards & SpecificationsNovember 2016 Edition

Page 223: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

50 SQUARE NUT

19Ø STEEL ROD OR

SQUARE SOCKET

VALVE EXTENSIONROD IF REQUIRED.

150Ø C-900 PVC PIPE

GATE VALVE

CONCRETE FOOTING(IF REQUIRED BY ENGINEER)

NOTES:

ONLY PRODUCTS APPROVED BY THE CITY ENGINEER AND LISTED IN THE CITYOF NANAIMO APPROVED PRODUCTS LIST WILL BE ACCEPTED FOR CONSTRUCTION.

VALVE RISER PIPE IN TRAVELED AREAS SHALL BE 150Ø DR-18 PVC AND INUNTRAVELED AREAS SHALL BE 150Ø DR-35 PVC AT THE DISCRETION OF THE ENGINEER.

NELSON-TYPE VALVE BOX SHALL BE USED IN NON-PAVED AREAS AT THE DISCRETION

1.

3.

150

150 150

EXTENSION RODS REQUIRED WHENBURY DEPTH EXCEEDS 1.2m FROMTOP OF VALVE TO GROUND LEVEL.LE

NG

TH T

O S

UIT

VALVE EXTENSION ROD

SECTION OF CONCRETEFOOTING

ASSEMBLY WITH CONCRETEFOOTING

150

470

TOP OF EXTENSION ROD NUT SHALLBE 600mm MINIMUM AND 1200mmMAXIMUM TO GROUND LEVEL.

(SEE NOTE 2)

PARSONS LONG NECK LID300

PVC VALVE HOOD150 X 200

ALL DIMENSIONS ARE IN MILLIMETRES UNLESS OTHERWISE SHOWN.5.

OF THE ENGINEER.

(NELSON + MR TYPE)

150Ø MR VALVE BOXAS PER DWG. NO. W-16A WATER

75

50

140

185

ALL MR AND NELSON BOX LIDS SHALL BE PARSONS LONG NECK.

4.

SECTION VIEW TOP VIEW

6

FOR 200 Ø & GREATER VALVES

600

MIN

IMU

M12

00 M

AX

IMU

M

140 Ø VALVE RISER GUIDE

25Ø STEEL ROD

VALVE BOX SHALL BE MR TYPE AS PER STD. DWG. NO. W-16A.2.

NO TIE-DOWNS REQUIRED IF VALVE FLANGED TO RESTRAINED TEE.6.

10M MIN REBARTIE-DOWNS

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

5 D

WG

S\W

-16

6.23

.201

6

T H E H A R B O U R C I T Y GATE VALVE & VALVE NUT EXTENSIONS

NTS

MAY 2013

NOV 2016

W-16

Engineering Standards & SpecificationsNovember 2016 Edition

Page 224: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION A - A

A A

WATER

397 (MR8)

LID 184 (MR6)LID 235 (MR8)

450

MIN

.

3mm RAISED SINGLE DIAMONDCHECKER PLATE FLANGE

THICKNESS 6mmMIN. WALL

PLAN

346 (MR6)

ID 187 (MR6)ID 233 (MR8)

OD 214 (MR6)OD 251 (MR8)

PARSONS LONG NECK LID C/WWORD "WATER" STAMPED IN 20mmHIGH LETTERING FOR IDENTIFICATION

NOTES:

1. FINISH COATING TO BE BITUMINOUS DIP.

2. ONLY PRODUCTS APPROVED BY THE CITY ENGINEER AND LISTED IN THE CITY OF NANAIMOAPPROVED PRODUCT LIST WILL BE ACCEPTED FOR CONSTRUCTION.

3. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS OTHERWISE SHOWN.

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

5 D

WG

S\W

-16A

4.11

.201

6

T H E H A R B O U R C I T Y MR TYPE WATER VALVE BOX

NTS

NOV 2009

NOV 2016

W-16A

Engineering Standards & SpecificationsNovember 2016 Edition

Page 225: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

350

SLOPE GROUND TO CB GRATEFOR SURGE AND EJECTORDRAINS

180° BEND WELDED TOPIPE

BIRD SCREEN WELDED TO END OF BEND

CB OUTLET

GOOSE NECK

TYPE 1 CB FOR SURGEAND EJECTOR DRAINS

AIR GAP MUST BE THREE PIPEDIAMETERS OR 450mm WHICHEVER IS GREATER

CB OUTLET TO STORM

LOCATE GOOSE NECK OUTLET AS CLOSE TO CENTER OF CB GRATEAS POSSIBLE

SURGE OUTLET OREJECTOR DRAIN OUTLET

PLAN VIEW

SIDE VIEW

MIN. 300 WIDE ASPH. OR CONC. APRON

THRUST BLOCK

ASPH. OR CONC. APRONTO EXTEND AROUND OUTLET PIPE

ASPHALT APRON

NOTE:

1.) CONCRETE NO POST BARRIER PROTECTION REQUIRED FOR VENTS WITHIN 4.0m OF ROADWAY

ONLY PRODUCTS APPROVED BY THE CITY ENGINEER AND LISTED IN THE CITYOF NANAIMO APPROVED PRODUCTS LIST WILL BE ACCEPTED FOR INSTALLATION.

ALL DIMENSION IN MILLIMETERS UNLESS OTHERWISE SHOWN.3.)

2.)

TO UNDISTRURBED GROUND

DRAINAGE SYSTEM

(STD. DWG. SW-1 & SW-6)

TO NEAREST CB

SCH. 40 GALV STEEL PIPE

APPROVEDTRANSITION COUPLING

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

5 D

WG

S\W

-18

6.23

.201

6

T H E H A R B O U R C I T Y

GOOSE NECK FORPRESSURE REDUCING

STATION DRAIN

NTS

MAY 2012

NOV 2016

W-18

Engineering Standards & SpecificationsNovember 2016 Edition

Page 226: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

REFERRING TO "CITY OF NANAIMO WATER",LETTERING SHALL BE 25 FLATTENED FACEGOTHIC WITH FACE OF LETTERS RAISED TO THESAME LEVELS AS THE TOP OF THE RIBS (IN STATUTORY RIGHTS-OF-WAY INCLUDE THEWORDING "DO NOT COVER" ON THE MANHOLE LID)

MANUFACTURER'S SYMBOL 90 MAXIMUM DIMENSION,CIRCLE OR SQUARE

2-21Ø HOLES

FRAMES INSTALLED ON 600Ø BARRELSSHALL NOT HAVE RIB

813Ø

565Ø

495Ø

6

9065

572Ø

622Ø

180

158

22 508Ø

25

COVER

FRAME

PLAN

18

WASHER REQUIRED

16Ø x 65 GALVANIZEDSTEEL CARRIAGE BOLTAND NUT

5/8" GALVANIZED

BURR THREADS ON CARRIAGE BOLTWHEN NUT PENETRATESINTO CASTING.

TO SIT FLUSH WITHCOVER WHEN NOTEXTENDED

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

5 D

WG

S\W

-19

6.23

.201

6

T H E H A R B O U R C I T Y MANHOLE COVER AND FRAME

NTS

MAR 2016

NOV 2016

W-19

Engineering Standards & SpecificationsNovember 2016 Edition

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 5.0 OF THE MANUAL OF ENGINEERING STANDARDS

AND SPECIFICATIONS, LATEST EDITION.2. CASTINGS SHALL BE CERTIFIED TO MEET CS-600 LOADING.3. ALL BEARING SURFACES BETWEEN FRAME, COVER AND RISER RINGS SHALL BE MACHINED FOR NON-ROCKING FIT IN

ALL POSITIONS. ALLOW 1.5mm RAISED FACE IN CASTINGS FOR MACHINING.4. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVED PRODUCTS LIST WILL BE ACCEPTED FOR INSTALLATION.5. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.

Page 227: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

PLAN OF FRAME

SECTION OF FRAME, RING

775 I.D.

810

521 I.D.

565

HOLELIFTING

1015mm 810mm

19

PLAN OF OUTER RING

19

AND COVER

19

8420

0

50

FRAME OUTER RING COVER

25 SQ. KNOBSAT 150 INTERVALS

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

5 D

WG

S\W

-20

6.23

.201

6

T H E H A R B O U R C I T Y

UTILITY CHAMBERMANHOLE FRAME, RING

AND COVER

NTS

MAR 2016

NOV 2016

W-20

Engineering Standards & SpecificationsNovember 2016 Edition

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 5.0 OF THE MANUAL OF ENGINEERING STANDARDS

AND SPECIFICATIONS, LATEST EDITION.2. CASTINGS SHALL BE CERTIFIED TO MEET CS-600 LOADING.3. THIS MANHOLE FRAME AND COVER IS TO BE USED FOR ACCESS TO UNDERGROUND UTILITY CHAMBERS, INCLUDING

PUMPS STATIONS AND PRVs, WHERE A LARGER ACCESS DIAMETER IS REQUIRED.4. FOR COVER LETTERING AND BOLTING REQUIREMENTS REFER TO STD. DWG. W-19 OR W-21.5. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVED PRODUCTS LIST WILL BE ACCEPTED FOR INSTALLATION.6. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.

Page 228: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

REFERRING TO "CITY OF NANAIMO WATER",LETTERING SHALL BE 25 FLATTENED FACE

(IN STATUTORY RIGHTS-OF-WAY INCLUDE THETHE SAME LEVELS AS THE TOP OF THE RIBSGOTHIC WITH FACE OF LETTERS RAISED TO

WORDING "DO NOT COVER" ON THE MANHOLE LID)

PLAN

POSITIONING LUG

57

APPLICATION:OR HIGH TIDES ARE POSSIBLE. THIS UNIT SHALL

13

EQUIPPED WITH FOUR ONLY 19Ø HOLES IN FRAME

19

25

STEEL CAP SCREWS TO DISCOURAGE

FULLY ENCOMPASSING BOLT HOLES.

PENTA HEAD CAP SCREWS

BETWEEN FRAME UNITS.

UNITS ARE FOR USE IN AREAS WHERE FLOODING

FOR ANCHOR BOLTS AS SHOWN.

SQUARES

HAVE A POSITIONING LUG IN COVER FOR EASY

32 x 6 DEEP

REPLACEMENT OF CAP SCREWS AND SHALL BE

16 WIDE RIDGES

A

FURNISHED WITH:

WEIGHT OF UNIT SHOWN IS

FOUR 13x57 PENTA HEAD STAINLESS

A COVER = 56.7 kg FRAME = 113.4 kg

MANUFACTURE BOLT HOLES TO PERMITINTERCHANGING OF COVERS

ALLOW 1.5 RAISED FACE IN CASTING

AND COVER MACHINED TO ENSURE

VANDALISM.

FOR MACHINING.

METAL SURFACES BETWEEN FRAME

NON ROCKING FIT IN ALL POSITIONS.

781

603

502

549543

60

549

451413

6754

3225

184

6

NEOPRENE GASKET

DIA. OF COVER ------ 543THICKNESS OF COVER -- 54DIA. OF FRAME ------ 781DEPTH OF FRAME -----184

SECTION A-A

A)

B)

C)

D)

A 6mm THICK NEOPRENE GASKET

SEE NOTE 3

Scale:

Rev Date:

Dwg No:

Created:

G:\I

NFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

5 D

WG

S\W

-21

6.23

.201

6

T H E H A R B O U R C I T Y WATERTIGHT MANHOLE

FRAME AND COVER

NTS

MAR 2016

NOV 2016

W-21

Engineering Standards & SpecificationsNovember 2016 Edition

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 5.0 OF THE MANUAL OF ENGINEERING STANDARDS

AND SPECIFICATIONS, LATEST EDITION.2. CASTINGS SHALL BE CERTIFIED TO MEET CS-600 LOADING.3. FRAME SHALL BE SET IN MORTAR AND BOLTED TO THE MANHOLE SLAB WITH 19Ø STAINLESS STEEL BOLTS, WASHERS

AND NUTS.4. THIS DRAWING TO BE READ IN ACCORDANCE WITH DRAWING W-11A.5. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVED PRODUCTS LIST WILL BE ACCEPTED FOR INSTALLATION.6. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.

Page 229: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT CONTENTS

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 1

DESIGN CRITERIA SECTION NO. Introduction 7.01 Summary of Stormwater and Environmental Protection Design Criteria 7.02 Stormwater Runoff 7.03 Minor System 7.04 Major System 7.05 Pipe Design Details 7.06 Culverts 7.07 Ditches (within road right-of-way) 7.08 Swales (within road right-of-way) 7.09 Open Channels (within private property and easements) 7.10 Inlet and Outlet Structures 7.11 Storage Facilities 7.12 Rainwater Best Management Practices 7.13 Water Quality 7.14 Climate Change 7.15 (REVISED NOVEMBER 2016) SPECIFICATIONS Scope 7.20 Materials Testing 7.21 Piping, Fittings and Services 7.22A Joints 7.22B Service Junctions 7.23 Perforated Drains 7.24 Precast Manhole Sections 7.25A Precast Manhole Bases 7.25B Manhole Tops 7.25C Manhole Covers and Frames 7.25D Manhole Steps 7.25E -Not Used- 7.25F Concrete 7.26 Precast Concrete Grade Rings 7.27 Temporary Cleanout Frames and Covers 7.28 Pipe and Fittings for Drop Manhole Structures 7.29 Not Used 7.30 Precast Catch Basin Barrels and Leads 7.31A Catch Basin Castings 7.31B Inlet and Outlet Structures 7.32 Energy Dissipater Outlet Structures 7.33 Inlet and Outlet Protective Fencing and Handrails 7.34 Culverts 7.35A Culvert Headwalls 7.35B Riprap 7.36 Manhole and Temporary Cleanout Lid Markers 7.37 Service Boxes 7.38 (REVISED NOVEMBER 2016)

Page 230: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT CONTENTS

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 2

INSTALLATION SECTION NO. Trench Excavation, Bedding, and Backfill 7.40 Pipe Alignment and Grade 7.40A Pipe Cutting 7.41 Pipe Installation 7.42 Joints at Rigid Structures 7.43 Horizontal and Vertical Curves 7.44 Deflection 7.45 Fittings and Joints 7.46 Connections to Existing Piping and Appurtenances 7.47 Service Connection Junctions 7.48 Cast-In-Place Manhole Concrete Bases 7.49 -Not Used- 7.50 Precast Manhole Sections 7.51 Precast Manhole Bases 7.52 Concrete 7.53 Frames and Covers 7.54 Manhole Steps 7.55 Drop Manhole Structures 7.56 Stubs 7.57 Temporary Cleanouts 7.58 -Not Used- 7.59 Precast Catch Basin Barrels and Leads 7.60 Service Connection Installation 7.61 Notification to City of Nanaimo 7.62 Cleaning and Flushing 7.62A Video Inspecting Mains, Service Connections and Catch Basin Leads 7.63 Smoke Testing 7.63A Drainage Ditch Construction 7.64 Culvert Installation 7.65 Culvert Headwalls 7.66 Perforated Drains 7.67 Inlet and Outlet Structures 7.68 Riprap 7.69 Video Pipe and Manhole Condition Report Format 7.70

(REVISED NOVEMBER 2016)

Page 231: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT CONTENTS

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 3

STANDARD DRAWINGS DWG. NO. Standard Catch Basin SW-1

Shallow Catch Basin SW-2 Curb Inlet Catch Basin SW-3 Boulevard Catch Basin SW-4 Small Lawn Basin on Private Property SW-5 Catch Basin Frame and Grate SW-6 Adjustable Curb Inlet Catch Basin Frame and Hood SW-7 Boulevard Catch Basin Frame and Grate SW-8 Precast Concrete Headwall SW-10 Sandbag Headwall for Culvert Inlets and Outlets SW-11 Guard Rail SW-12 Storm Manhole SW-13 Storm Drop Manhole SW-14 Storm Manhole Benching Details SW-15 Storm Manhole Cover and Frame SW-16 Utility Chamber Storm Manhole Frame, Ring and Cover SW-17 Watertight Storm Manhole Frame and Cover SW-18 Temporary Storm Cleanout Structure SW-19 Storm Manhole and Temporary Cleanout Marker SW-20 General Storm Service Connection Detail Riser and Non Riser Types SW-21 Commercial Area Storm Service Connection Detail Riser and Non Riser Types SW-22 Storm Service Box and Inspection Assembly Installation SW-23 Storm Service Box and Inspection Assembly Installation in Paved Lanes and Roadways SW-24 Rainfall Curves SW-25 Time of Concentration Table SW-26 (REVISED NOVEMBER 2016)

Page 232: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 4

7.01 INTRODUCTION .1 Scope: Stormwater management is the term traditionally used when referring to managing rainfall

using design storms and sizing drainage facilities. Rainwater management refers to frequently occurring events. In this section, the term stormwater management is used and is intended to include the scope of rainwater management.

.2 Objectives:

(a) Overall – To provide flood protection, drainage, and minimize impacts on the aquatic environment. Achieve a balance between protecting property from flood hazards and protecting the aquatic environment in terms of both water quality and quantity.

(b) Major System – To safely convey the 1:100 year storm event with overland and piped flow to a suitable receiving body.

(c) Minor System – To safely contain the 1:5 year storm within the minor system. (d) Rainwater Best Management Practices – To emulate the natural conditions of

undeveloped land by capturing or retaining small rainwater events and infiltrating the water into the ground.

(e) Existing Watercourses – To ensure that the quality and quantity of flows do not adversely affect the receiving waters.

.3 City Bylaws:

This manual should be used in accordance with the most recent version of other City policies and bylaws including, but not limited to those listed below: (a) Stormwater Management in Nanaimo (b) Official Community Plan (c) Other bylaws pertaining to stormwater as listed in Section 3.01(c) City Bylaws

.4 Other Applicable Government Initiatives:

In addition, this manual should be used in accordance with other applicable government policies, guidelines and documents, including, but not necessarily limited to the following: (a) Federal Fisheries Act (b) Provincial Fish Protection Act (c) Fish-Stream Crossing Guidebook, Revised Edition, Ministry of Forests, Lands and

Natural Resource Operations, Ministry of Environment (d) Stormwater Source Control Guidelines 2012 – Metro Vancouver (e) Stormwater Planning: A Guidebook for British Columbia

.5 Previous Design Criteria:

City of Nanaimo utility systems have been constructed over many years using design criteria and practices that were in place at the time. The current criteria is to be used when designing all new infrastructure and when assessing the adequacy of existing systems. Existing systems which do not meet current design criteria will be evaluated on a case-by-case basis and upgraded as resources permit. When replacing existing infrastructure,

Page 233: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 5

should the existing system not meet current criteria, the Design Engineer will be responsible to ensure the design is appropriate and founded on solid engineering principles and practices.

.6 Development Requirements:

(a) Responsibilities:

Development proponents shall be responsible for designing stormwater systems which consider watershed management, flood protection, drainage, riparian area, and watercourse protection.

Post-development run-off release rates must be designed to consider the capacity of the downstream drainage system and the erosion of any downstream watercourses. The design must ensure that the frequency and magnitude of erosion events do not increase when compared to the pre-development conditions. These requirements are further detailed in Section 7.03.7 - Peak Flow and Runoff Volume Control.

For new developments and re-developments that drain to watercourses, frequently occurring post-development run-off volumes and rates must be designed to emulate pre-development conditions. These requirements are further detailed in Section 7.03.7 - Peak Flow and Runoff Volume Control.

For developments and re-developments that do not drain into a creek or river system, but discharge directly into pipes, ditches or overland flow paths which discharges directly into the Strait of Georgia, hydraulic control facilities may not be required as for discharge to watercourses. These requirements are further detailed in Section 7.03.7 - Peak Flow and Runoff Volume Control.

The stormwater system must be designed in a manner which prevents pollutants and sediment from entering watercourses and ocean from the development both during and after construction. These requirements are further detailed in Section 7.14 Water Quality.

Construction activities must be managed to minimize the impact to adjacent watercourses as set out in the “Storm Sewer Regulation and Charge Bylaw No. 3808” and Erosion and Sediment Control Guideline.

It is the Design Engineer’s responsibility to ensure that all applicable guidelines, standards, bylaws, and other regulations and policies are strictly followed.

(b) Reporting:

Development proponents shall prepare a Stormwater Management Plan for developments of more than three lots single or duplex residential lots and for all multi-family, commercial, industrial, and institutional developments, or at the discretion of the City Engineer. All Stormwater Management Plans shall be presented in a report which includes:

Page 234: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 6

(i) A tributary area plan outlining all areas included in the stormwater calculations, tributary to the rainwater management measures and minor and major systems.

(ii) An overall plan showing major and minor systems and rainwater management measures (quantity and/or quality control as required). The plan shall, at minimum, include reference to street names and the legal addresses of adjacent lots; it is encouraged to include references to City of Nanaimo GIS pipe and manhole ID numbers for existing infrastructure. The design flows shall be marked on the drawing at all discharge points from the property.

(iii) Detailed design drawings for the proposed minor and major systems and rainwater management measures. The drawings should show the routing of flows and the hydraulic grade line of all piped flows.

(iv) A plan showing the pre and post-development topography that adequately describes the terrain.

(v) Summary tables that provide the following key design information:

(a) Total catchment area (b) Pre and post-development catchment area runoff coefficients used, if

used.

(vi) Design calculations including:

(a) Where applicable as described in Section 7.03.7 - Peak Flow and Runoff Volume Control, a review of the downstream infrastructure to the nearest trunk storm sewer or ocean. Where it is found that the discharge from the development alters the flows entering the downstream pipe to a point where the pipes no longer have sufficient capacity, the report shall include specific recommendations on downstream improvements to be made to accommodate the additional drainage.

(b) Hydraulic and Hydrologic design calculations for the pipe network using either the Rational Method and Manning’s Equation or computer modeling.

(c) Design calculations for storage facilities including the storage volume, facility size and flow control considerations.

(d) Design calculations for rainwater management best practices including the rainwater design volume and facility size.

(e) Time of concentration design calculations including a rationale explaining which method was chosen and why that method was chosen.

(vii) The report shall include details regarding the provisions included to address

water quality leaving the site and entering the minor system. (viii) For systems which include works or facilities which require ongoing

maintenance, an operation and maintenance plan shall be provided detailing the inspection and maintenance requirements.

(ix) All Stormwater Management Plans are to be signed and sealed by a Professional Engineer licensed in British Columbia.

Page 235: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 7

7.02 SUMMARY OF STORMWATER AND ENVIRONMENTAL PROTECTION DESIGN CRITERIA

.1 This section provides a summary of all the design criteria to be used for the planning and design of stormwater management infrastructure. The planning and design for Stormwater Management Plans must meet the following criteria:

(a) A minor system conveyance capacity up to the 1:5-year return period storm to

minimize inconvenience of frequent surface runoff. (b) A major system conveyance capacity up to the 1:100-year return period storm to

provide safe conveyance of flows to minimize damage to life and property. (c) For areas draining to watercourses: Provide volume reduction, detention, and water

quality treatment to minimize erosion and protect aquatic habitat and water quality. (d) For areas draining directly to the ocean: Volume reduction is not required; however,

detention for the protection of downstream infrastructure may be required and water quality treatment.

(e) Volume reduction: Retain, infiltrate, or reuse the 6-month, 24-hour (50% of the 2-year, 24-hour) post development runoff volume. For Nanaimo, this equates to approximately 31mm of rainfall depth.

(f) Detention: Detain post-development flows to pre-development levels for the 6-month, 24-hour (50% of the 2-year, 24-hour) event for areas draining to watercourses to minimize erosion. If downstream drainage system cannot accommodate the 5-year post-development flows, detain them to pre-development levels.

(g) Provide water quality treatment for 90% of the average annual runoff (the 6-month, 24-hour storm or 50% of the 2-year, 24-hour storm) for impervious surfaces exposed to vehicle traffic as described in Section 7.14 - Water Quality. Remove 80% of Total Suspended Solids over 50µm particle size.

(h) Account for climate change in stormwater management designs as described in Section 7.15 - Climate Change.

7.03 STORMWATER RUNOFF .1 Scope:

This section describes the rationale, methodology and parameters for determining the hydrologic variables such as rate and amount of stormwater runoff in the design of drainage flow conveyance and storage facilities.

.2 Catchment Areas:

Ultimate land use for the purpose of stormwater calculations shall be determined by referring to the current “Official Community Plan” and the current Official Regional District Community Plans for the area outside the City. The contributing catchment area shall be governed by the natural contours of the land and any changes to the topography caused by the development. The catchment shall also consider any overall catchment areas which have been established by the City of Nanaimo.

Page 236: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 8

.3 Rainfall Data:

(a) IDF Curves:

Intensity/Duration/Frequency data has been compiled into the IDF Curves shown on Standard Drawing No. SW-25 for the applicable design year return period rainfall.

(b) Rainfall Gauges:

The City of Nanaimo has several rainfall gauges with historical rainfall data. This rainfall data is available for reference if desired; however, it is up to the individual engineer to verify the quality of the data. In the future, specific data sets may become available.

.4 Time of Concentration:

(a) Definition:

Time of Concentration is the time required for stormwater runoff to travel from the most remote point of the drainage basin to the point of interest and having the greatest impact on downstream flows.

(b) Method:

There are several methods available to calculate time of concentration such as the Upland Method, Kinematic Wave Equation, Kirby Equation, Kirpich Equation, and others. The Design Engineer shall determine the most appropriate method of calculating the time of concentration. Overland flow times in undeveloped areas may be estimated using the Upland Method of Estimating Time of Concentration as shown on Standard Drawing No. SW-26 if the slope and land use of the area is known.

(c) Minimum and Maximum Time of Concentration:

The minimum time of concentration for all calculations shall be 5 minutes. The maximum time of concentration shall be 10 minutes for the overland flow component into the stormwater system in fully developed areas. Time of concentration with large areas of land which will remain undeveloped shall be determined by one of the above mentioned methods.

.5 Rational Method:

(a) Application:

The use of the Rational Method for final design calculations is to be limited to the design of minor or major systems where detention storage and/or other runoff controls do not exist or are not required, and where the catchment is not larger than 20 hectares.

Page 237: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 9

(b) Formula: Q=CIA x 2.78

Where:

Q=storm runoff flow in litres/second

C=the coefficient of runoff I=the rainfall intensity in mm per hour

A=contributing catchment area in hectares

(c) Coefficient of Runoff (C): The choice of coefficient of runoff “C” shall be based on ground slope, type of ground or surface cover, soil conditions, size of drainage area and the expected ultimate land use of the properties within the drainage areas. Selection of the runoff coefficient for existing areas shall include a review of the orthographic photo to determine the impervious area. The choice of the coefficient shall be guided by the expected characteristics of the proposed development and fall within the following ranges for new development:

TYPE OF DEVELOPMENT COEFFICIENT OF RUNOFF Industrial 0.80 to 1.00 Commercial Business Areas, Multi-Family

0.65 to 0.90

Single Family Residential and Low Density Multi-Family

0.50 to 0.80

Rural Areas, Parks, Golf Courses 0.25 to 0.55

(d) Presentation:

Where the rational formula is used, two copies of the storm sewer design calculations, in a format in accordance with Appendix H2, Stormwater Management Flow Analysis – Calculation Sheet shall be submitted.

.6 Computer Simulation Methodology:

(a) Application:

For all stormwater calculations which include detention storage or other runoff controls and/or a catchment greater than 20 hectares, a computer simulation model shall be used. The model results must be used for design and sizing of all pipes and storage facilities.

(b) Stormwater Modeling Software:

The City of Nanaimo supports the use of any interface that supports the SWMM modeling engine for the creation of hydrologic and hydraulic computer models. The use of the other types of software requires the prior approval of the City Engineer.

Page 238: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 10

(c) Hydrology Methods:

There are several hydrology methods available in modeling software. Infiltration methods such as Green Ampt or Horton’s are encouraged for modeling urban watersheds; however, these methods require site specific information regarding the geotechnical conditions.

(d) Storage Analysis: Comprehensive analysis of the storage should be completed by the Design Engineer including a review of all storm durations up to the 24-hour event to determine the governing storm duration. In the future, the City may require continuous modeling be completed for storage analysis.

(e) Procedure:

An analysis of the post-development conditions is to be done at key points of the major and minor system for various durations of the design return period storms. This process will identify the most critical event to be used when designing the system. It should be noted that the storm duration which generates a critical event for the conveyance system may be different than the storm duration which generates a critical event for the storage facility.

(f) Presentation:

A report is required to document the design rationale used to develop the model. The report is to be included in the Stormwater Management Plan. At a minimum, the report shall include the following: (i) An executive summary. (ii) Type and version of the modeling software used. (iii) All hydraulic and hydrologic parameters and assumptions. (iv) Design storms used and/or continuous modeling data used. (v) Summary of peak flows for each element of the system for both the major and

minor storm in a table. (vi) Summary hydrograph(s) of any storage or flow control facilities. (vii) Post development hydrograph at the point where the flows leave the system

being modeled and at the point where the flows leave the proposed development.

(viii) Pre-development major and minor storm calculations. (ix) Comparison of pre and post-development flows and hydrographs at the point

where the flows leave the proposed development. (x) Recommendations. (xi) Tables showing existing and future pipe information. (xii) Drawings showing hydraulic grade line for design scenarios. (xiii) A digital copy of the model files.

Page 239: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 11

.7 Peak Flow and Runoff Volume Control:

(a) Developments Not Upstream of a Creek, River or Wetland:

For new developments and re-developments that do not drain into a creek or river system, but discharge directly into pipes, ditches, or overland flow paths which discharge directly into the Strait of Georgia, storm water management facilities may not be required for hydraulic control. However, the Developer will be responsible for any downstream upgrades to the major or minor system extending to the nearest trunk sewer or outlet which is required as a result of the increased runoff from the development. Alternatively, the Developer may install hydraulic controls and provide storage which ensure the peak flow from the development site is maintained to pre-development conditions for the minor and major systems.

(b) Developments Upstream of a Creek, River, or Wetland:

For new developments and re-developments that eventually discharge into a creek, river or wetland system, controls are required to prevent erosion and shall recognize both peak flow rates and the duration of the peak flows. The objective is to limit both the magnitude and duration of post-development peak flows to that of the pre-development conditions, as much as possible.

(c) Post-Development Peak Flow and Runoff Volumes Shall be Controlled in Two

Ways: (i) Post-development 2-year and 5-year peak flows shall be controlled to 2-year

and 5-year pre-development levels such that the post-development hydrographs shall emulate the pre-development hydrographs for both the 2-year and 5-year return periods. It is understood that it can be challenging to emulate existing conditions; at a minimum, the post-development hydrograph shall show that:

(a) The peak flow does not exceed the pre-development peak flow. (b) The duration of the peak flow does not exceed the duration of the pre-

development peak flow.

(ii) 6-Month, 24-Hour Storm Retained or Infiltrated Onsite: Approximately 90% of all rainfall in BC are small rainfall events which, on most

undeveloped sites, are primarily infiltrated into the soil. By incorporating rainwater best management practices, including rainwater best management practices, the majority of this rainfall can be infiltrated into the ground or retained for slow release. The rainwater management target is the 6-month, 24-hour post-development runoff volume. Research has indicated that this is consistent with 50% of the 2-year, 24-hour rainfall event volume. For Nanaimo, this equates to approximately 31mm of rainfall depth.

(iii) Care should be taken to ensure that watercourse base flows are not adversely

affected by peak flow and runoff volume controls, or other hydrologic changes.

Page 240: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 12

(d) Pre-development is defined as a natural state; in most cases, a forested area should be assumed. However, if it can be shown that the land’s natural state was something other than forested, such as a meadow or rocky outcrop, it will be acceptable. Structures, parking areas, and manmade surfaces are not considered to be pre-development.

(e) The above requirements for developments, to ensure runoff emulates the existing

natural conditions, are necessary to protect the watersheds. However, the City does recognize that these targets may be challenging to achieve on some sites. Subject to the approval of the City Engineer, the City may accept Stormwater Management Plans which do not meet the targets outlined above, if the Design Engineer is able to provide evidence that:

(i) The development site has characteristics which make it challenging to meet

the targets outlined above. (ii) The intent of the above requirements has been achieved.

.8 Water Quality Treatment Event:

The Water Quality Design Storm is considered the 6-month, 24-hour (50% of the 2-year, 24-hour) event. This event captures approximately 90% of the average annual runoff. Larger events should be bypassed around water quality treatment facilities to minimize suspension and washing through sediments.

7.04 MINOR SYSTEM .1 Definition: The minor system shall be designed to convey the 1:5-year design storm. The minor

system includes all drainage works that convey, detain, divert, and intercept the minor design runoff including pipes, catch basins, manholes, swales, ditches, etc., and other appurtenances designed to ultimately discharge into a major system.

.2 Location: The minor system shall normally be located in road right-of-way for ease of access to repair

or maintain the system. Where the minor system is located in private property, the flow route shall be preserved by restrictive covenants and/or statutory right-of-way for ease of access to repair or maintain the system.

.3 Trunk Storm Sewers: Storm sewers 600mm in diameter or larger, or servicing an urban drainage basin in excess

of 20 hectares, will be considered trunk sewers. 7.05 MAJOR SYSTEM

.1 Definition: The major system shall be designed to convey the 1:100 year design storm. The major

system includes all drainage works that convey, detain, divert and intercept the major

Page 241: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 13

design runoff including pipes, manholes, swales, ditches, etc., and other appurtenances designed to ultimately discharge into a natural watercourse.

.2 Location:

(a) Generally, the major system shall be overland flow paths where the design flow can be conveyed in public road right-of-way and adequate watercourses. Where adequate overland major system paths cannot be established, pipes and culverts of the minor system may be enlarged to accommodate the major flow subject to approval of the City Engineer.

(b) When the major flow is accommodated by a public street, the street shall be designed to provide sufficient hydraulic capacity to handle the major flow. Planning the major drainage system shall be done simultaneously with street layout and gradient planning to define the function of the streets as part of the storm drainage system.

(c) When major flow is overland through private property, the flow route shall be protected and preserved by restrictive covenants and/or statutory right-of-way for ease of access to repair or maintain the system.

(d) Overland flow paths through private property shall be designed to minimize property damage and endangerment to public safety and have a suitable erosion protection.

(e) If no safe overland flow path exists, the storm sewer system must be designed to be the major system and sized to convey the major design storm to the outlet.

(f) Where the major flow is accommodated through the storm sewer system, additional catch basins may be required to ensure the flow can be captured by the minor system. The capability of the catch basins to accept the major flow is to be reviewed and confirmed.

.3 Discharge to Existing Watercourses:

(a) The discharge to an existing watercourse shall be designed in a way that protects the watercourse from erosion. Flow velocities exceeding 1.5m/s require an energy dissipater to reduce flow velocity to an acceptable rate.

(b) When improvements are required to a natural watercourse, design concepts which preserve and enhance the natural characteristics of the watercourse shall be employed.

.4 Flooding:

(a) The major system routing may allow for minor inconvenience such as localized flooding of streets and green spaces (parks, boulevard, landscaped areas, naturally vegetated areas, etc.), but no major damage such as damage to dwellings, significant erosion of private property, or damage to public facilities shall result from the major storm. Any allowances for minor inconvenience flooding shall be mentioned in the Stormwater Management Plan and shall be approved by the City Engineer.

(b) Full width cross-sections shall be provided showing the depth of the major flow along public streets, private property, ditches, and watercourses at typical and critical areas of the overland flow path.

(c) The major system shall be designed such that all habitable portions of buildings including basements are a minimum 0.3m above the major flow hydraulic grade line. No building shall have the bottom of its foundation less than 0.3m above the

Page 242: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 14

maximum high water elevation of any storm water storage facility. In circumstances where lower building elevations are desired, the minor system may be enlarged to accommodate the major flow.

(d) Existing buildings constructed to a previous standard may not have this protection from the major system. As a result, if a lot is redeveloped, the new minimum habitable floor elevation on that lot may not be the same as the previous minimum habitable floor elevation.

(e) The grading for new developments shall ensure that the slope of the ground around structures has positive drainage away from structures.

.5 Roadway:

(a) Where the road is used to accommodate major flow, the following criteria must be considered:

(i) For local streets, the maximum depth at the crown of the road is to be 50mm. (ii) For neighborhood collectors, minor collectors, major collectors and arterial

roads, a minimum of 3.0m width of the road shall be free from flooding. (iii) Care should be taken when designing intersections of roads which are used to

convey the major storm so that flows can pass over the cross street. (iv) Care should be taken designing the grading at road curves and at locations

where the major flow path turns at intersections or at tee intersections. (v) Cul-de-sacs which are down slope from the street will not be accepted as part

of the major system unless approved by the City Engineer. (vi) Care should be taken when designing driveways which are downhill from

streets which form part of the major system. Type 2 driveway letdowns shall be avoided as shown in Standard Drawing No. CS-5A.

(b) When the street forms part of the major system, it shall be crowned and have curb

and gutter capable of handling the major flows. (c) The hydraulic capacity of a street section to convey water shall be calculated by the

Manning Equation subject to the above conditions for major flows in a roadway. 7.06 PIPE DESIGN DETAILS .1 Grades and Velocity of Stormwater in Pipes and Service Connections:

(a) The minimum design velocity for pipes shall be 1.0m/s. (b) Where the pipe discharge velocity of the design flow exceeds 1.5m/s, into an open

ditch or watercourse, provision shall be made for the installation of an energy dissipater to reduce flow velocity to the acceptable rate.

(c) There are no maximum allowable velocities; however, where velocity exceeds 3.0m/s or grades exceed 10%, the need for scour protection shall be examined and anchor blocks shall be required as per Standard Drawing No. T-8 and Standard Drawing No. T-8A.

(d) All 100mm diameter service connections shall have a minimum grade of 2%. .2 Pipe and Service Connection Sizes:

(a) Minimum pipe diameters shall be 250mm. In residential areas, 200mm diameter may be approved by the City Engineer in the final section of a lateral sewer providing

Page 243: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 15

the pipe has the required capacity and extension in the future is precluded by physical barriers or there is existing alternate pick-up of drainage from adjacent areas.

(b) Unless otherwise approved by the City Engineer, downstream pipe diameter shall be greater than or equal to upstream pipe diameter.

(c) Residential service connections shall be a minimum 100mm diameter, except service connections servicing lawn basins shall be a minimum 150mm diameter.

(d) Commercial and Industrial service connections shall be a minimum 150mm diameter.

.3 Selection of Pipe Material and Class:

The Design Engineer shall consider earth and live loading, soil conditions, and design life of the installation for determining pipe material and class. Pipe materials and brands shall be per the City of Nanaimo’s Approved Products List.

.4 Pipe Friction Factors:

Storm sewers shall be designed using the Manning Formula. The minimum ‘n’ value shall be 0.013 for all approved pipes.

.5 Pipe and Service Connection Depths:

(a) Minimum Cover:

(i) Storm sewers shall have 1.5m of cover in road right-of-way. (ii) Storm sewers shall have 1.0m of cover in untraveled areas. (iii) Service connections shall have 0.75m of cover. (iv) Where minimum cover cannot be provided, an explanation of the reasons and

pipe loading calculations shall be submitted with the proposed method of pipe protection to the City Engineer for approval.

(b) Where practical, service connections shall be deep enough to accommodate by

gravity the lowest elevation of each lot serviced. Where it is not practical or where servicing the low elevation of the lots would require utilities in private lands, the development shall be graded in such a way which prevents overland flow from impacting neighboring structures.

(c) In addition, all existing foundation drains shall be accommodated. For vacant lots, service connections shall also be deep enough to accommodate by gravity foundation drains for future building(s) constructed to the minimum basement floor elevation as determined by the Design Engineer.

(d) Storm sewer mains shall be deep enough that all service connections accommodating surface and foundation drainage from all lots in the upstream drainage basin can be drained to the storm sewer system by gravity.

.6 Curved Pipes:

(a) Horizontal curves will be permitted where the configuration of the property lines requires curvature for a constant offset and where the design velocity exceeds 1.0m/sec.

(b) Vertical curves may be approved by the City Engineer where excessive depths or rock cuts are to be avoided or where energy dissipation is required.

Page 244: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 16

(c) Radius of curvature shall be uniform throughout the curves and shall not be less than 60m or the manufacturer’s minimum pipe radius, whichever is greater. Mitre bends shall not be used unless otherwise approved by the City Engineer.

(d) Only one vertical and/or one horizontal curve shall be permitted between manholes. .7 Location of Storm Sewer Mains and Service Connections:

(a) Storm sewer mains shall be located not less than 3.0m horizontally and 0.45m vertically from all watermains unless otherwise approved by the Provincial Department of Health. Normal storm sewer main offsets are shown in the standard drawings for roadways.

(b) If there is a significant elevation difference between the lots on opposite sides of the street, if possible, storm sewers shall be located on the low side of the street where both sides are served by the sewer. If only the high side of the street is serviced by the storm sewer, storm sewers shall be located on the high side of the street.

(c) All lots shall be provided with a storm sewer service connection, unless otherwise approved by the City Engineer. Service connections shall be located to the offsets as shown on Standard Drawing No. T-7.

(d) Storm sewer mains may be installed in a common trench with sanitary sewers provided the minimum outside pipe separation is 300mm.

.8 Utilities in Private Lands:

The following shall be considered in the design of utilities crossing private lands:

(a) The design of utilities shall avoid crossing private lands. Utilities in private lands shall

require the approval of the City Engineer. Approval will only be granted where it is shown that all other options have been exhausted.

(b) Utilities following property boundaries across private lands shall generally be offset a minimum 2.0m from the property boundary.

(c) Appurtenances such as manholes, valves, etc., shall be located entirely on one property, they shall not be located on property boundaries.

(d) Utilities shall not cross private parcels in such a manner that they render the property unusable. Special consideration must be given to ensure the location of the utility crossing minimizes the limitations on the future use of the property.

(e) For a sample statutory right-of-way condition sheet, refer to Appendix C, Standard Drawing No. RW-2.

(f) For an Easement Release and Inspection Form Following the Construction of the Utility, refer to Appendix C.

(g) For minimum widths of statutory right-of-way and working widths refer to Appendix D.

.9 Service Connection Lengths:

(a) The maximum length of a storm sewer service connection measured horizontally between the storm sewer and the property line shall be 30m. Storm sewer services longer than 30m shall require approval by the City Engineer. All inspection assemblies required for service connections in excess of 30m in length shall be shown on the design drawings.

(b) For industrial, commercial, and multi-family servicing, and/or where oil interceptors are required, manholes shall be provided where the service connects with the main or at the property line regardless of the size of the service.

Page 245: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 17

(c) All services 250mm in diameter or larger require manholes where the service connects with the main or at the property line. In the case of closely spaced services, every other service manhole is to be located on the service line close to the property line.

.10 Number of Service Connections per Lot:

(a) Each lot shall be serviced by one only service connection for storm drainage. Where the size of the lot or the topography makes one service connection impractical, additional service connections may be allowed subject to the approval of the City Engineer.

.11 Manholes:

(a) Distances between manholes shall not exceed 120m unless otherwise approved by the City Engineer. For pipes larger than 600mm in diameter, manhole spacing may be increased to 180m.

(b) Manholes shall be located at grade and alignment changes, at lateral size changes, at the upstream end of all lateral sewers, and either at the junctions of all lateral sewers with the main or at property line for services 250mm and larger.

(c) Cleanouts may only be used at the upstream end of lateral sewers in a temporary situation during a phased development where the future phase of the development will remove the cleanout.

(d) Outside drops shall be provided for pipe sizes 375mm or less where the difference in elevation between incoming and outgoing sewers exceed 600mm. Drops less than 600mm in elevation shall be accommodated by manhole benching. Precast manhole barrels shall be sized according to nominal inside pipe diameter and depth as detailed below:

Minimum

Pipe Size (Nominal)

Depth of Manhole (Top of Cover to Inv.)

Barrel Size (Inside Dia.)

150 - 375mm 0 - 5.9m 1050mm 150 – 375mm 6.0 – 9.0m 1200mm 150 – 600mm 9.0m or greater 1500mm 400 – 600mm 0.0 – 8.9m 1200mm 675 – 750mm All Depths 1350mm 900 – 1050mm All Depths 1500mm Minimum barrel sizes shall be increased for manholes with multiple large pipes.

(e) Where cast-in-place manholes are proposed, all design and construction details shall

be submitted to the City Engineer for approval. (f) Manholes shall be designed to incorporate a minimum pipe invert elevation

difference of at least 25mm, in addition to the normal grade of the storm sewer, wherever a horizontal deflection exceeding 45 degrees occurs. Smaller pipe sizes shall be crown to crown with larger pipe sizes when entering manholes. For super critical flows or large pipes (>600mm diameter), the hydraulic losses through

Page 246: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 18

manholes shall be calculated and the corresponding drop in inverts across the manhole shall be included in the design where appropriate.

(g) Manholes shall be located to avoid any conflict with curb and gutter or sidewalks. (h) A watertight manhole frame and cover shall be required for all sewer manholes

where flooding can occur or in areas subject to vandalism (i.e. parks, undeveloped right-of-ways, etc.).

.12 Catch Basins:

(a) Catch basins shall be provided at regular intervals along streets, at street intersections, and at all low points in the street.

(b) Catch basins located in streets shall be spaced to collect a maximum of 450m2 of pavement drainage where grades do not exceed 5%. On grades over 5% the maximum area collected shall be reduced to 300m2.

(c) Double catch basins are required at all low points in roads and downhill cul-de-sacs except where located along non-mountable curb which provides for installation of a single curb inlet, refer to the curb inlet standard drawing. Location requirements for the different catch basin types shall conform to the following:

(i) Curb inlet catch basins shall be used in locations along non-mountable curbed

roads at all low points or in other areas where additional inlet capacity is required.

(ii) Boulevard catch basins shall be used in boulevards and easements outside of the paved road.

(iii) Lawn basins shall be used for locations on private property where, at the discretion of the City Engineer, drainage is required to be contained and prevented from flowing onto other properties.

(iv) Shallow catch basins shall be used in locations where it is not possible to provide a catch basin with a sump.

(d) Catch Basin Leads:

(i) Single basin leads shall have a minimum diameter of 200mm. (ii) Double basin leads shall have a minimum diameter of 250mm. (iii) Lawn basin leads shall have a minimum diameter of 150mm. (iv) Leads over 30m shall have a minimum diameter of 250mm. (v) Double basin leads shall be wyed together. Basins shall not be directly

connected. (vi) The desired grade for catch basin leads is 2%. Where it is impractical to

obtain 2%, a catch basin lead with a 1% grade is acceptable.

.13 Surcharge:

(a) In areas of new construction, storm sewer pipes shall be designed so that the minor storm hydraulic grade line is within the pipe and the hydraulic grade line meets the requirements set out in Section 7.05 - Major System.

(b) When necessary, and subject to approval by the City Engineer, storm sewers may be

permitted to temporarily discharge into existing ditches with submerged outlets, to allow future extension of the sewer at an adequate depth. In these cases, a hydraulic

Page 247: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 19

gradient must be calculated and shown on the plan to ensure that no danger of flooding will result.

.14 Trench Dams:

(a) Where there is any possibility of groundwater concentration to other utility trenches, storm sewer connections and trench dams shall be provided per Section 4.18 - Trench Dams.

.15 Subsurface Drains:

(a) Subsurface drains will be used where a geotechnical evaluation shows a high groundwater table or an area which significant cuts into the existing ground may create the potential for a saturated condition. Subsurface drains located adjacent to roads will be extended well below the road base. The material for subsurface drains will be clear round drain rock in an envelope of approved filter material. A minimum 150mm PVC perforated pipe will be placed at the bottom of the trench.

7.07 CULVERTS .1 General:

(a) Generally, culverts shall be sized to suit the drainage area and shall not be smaller than upstream culverts without prior approval of the City Engineer.

(b) Inlet and outlet structures shall be appropriately designed with energy dissipation, scour protection, erosion control and overflow protection as needed.

.2 Road Culverts:

(a) Road culverts shall be designed to accommodate the major system. The culvert inlet may surcharge under the major storm. The surcharge at the inlet shall meet the flooding requirements of the major system as specified in Section 7.05 - Major System.

(b) Road culverts shall be minimum 450mm diameter regardless of hydraulic capacity. (c) Road crossings of watercourses which are, or could be fish bearing, shall be

designed to provide fish passage where possible. Open bottom culverts are preferable.

.3 Driveway Culverts:

(a) Driveway culverts shall be designed to accommodate the minor storm with the

headwater not above the crown of the pipe. (b) Driveway culverts shall be minimum 300mm diameter regardless of hydraulic

capacity.

7.08 DITCHES (WITHIN ROAD RIGHT-OF-WAY)

(a) Ditches shall be used in road allowances where there is no curb and gutter to direct minor and major flows towards watercourses or the nearest piped system.

(b) Ditches shall be designed to promote groundwater infiltration. (c) Ditches adjacent to travelled roadways shall not exceed 1.9m in depth.

Page 248: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 20

(d) Ditches shall be trapezoidal in shape having maximum side slopes of 1-1/2 H:1V and a minimum bottom width of 450mm.

(e) The minimum grade of a ditch shall be 0.5%. (f) The maximum velocity in an unlined ditch shall be 1.5m/s. Higher velocities may be

permitted where soil conditions are suitable or where erosion protection has been provided. Excessive velocities should be avoided by using a piped system instead of ditches.

(g) On steep slopes, grade control structures may be required. 7.09 SWALES (WITHIN ROAD RIGHT-OF-WAY)

(a) Swales shall be used in road allowances where there is no curb and gutter to direct minor and major flows towards watercourses or the nearest piped system or on private property in conjunction with lot grading to protect properties from overland sheet flow.

(b) Swales shall be designed to promote groundwater infiltration. (c) Swales shall have a minimum depth of 150mm, and a minimum width of 1.5m. (d) The minimum grade of a swale shall be 1.0%. (e) Swales shall not be used where the velocity exceeds 1.5m/s or on excessively steep

slopes.

7.10 OPEN CHANNELS (WITHIN PRIVATE PROPERTY AND EASEMENTS)

(a) The design of open channels as part of the major or minor system shall be restricted to the following maximum velocities: (i) Unlined channel: 1.5m/s (ii) Suitably lined channel: 3m/s

(b) If the mean velocity exceeds that permissible for the particular kind of soil or is greater than 1.5m/s, the channel shall be suitably lined to protect it from erosion.

(c) The maximum depth of flow shall not exceed 300mm with a freeboard of 150mm. (d) Side slopes on designed channels shall not exceed 3H:1V. (e) Open channels shall be designed where possible to promote infiltration.

7.11 INLET AND OUTLET STRUCTURES

(a) Inlet and outlet structures shall be required on all storm sewer pipes and culverts.

Headwater requirements shall be as per Section 7.07 - Culverts. (b) A trash rack is required as part of all inlet structures to storm sewer pipes. Trash racks

may be required on culverts at the discretion of the City Engineer. (c) Trash rack hydraulic and structural design shall allow for passage of design flows with 50%

blockage of the trash rack with debris. (d) A safety grillage is required as part of an outlet structure from storm sewer pipes greater

than 450mm in diameter or 3.0m in length. Safety grillages may be required on culverts at the discretion of the City Engineer.

(e) Pipe leaving inlet structures, where the inlet elevation significantly higher than the storm sewer, shall have a maximum grade of 5% for minimum 2.0m. After the 2.0m, the pipe grade can be adjusted with a vertical curve to attain design depth.

(f) Cast-in-place inlet and outlet structures shall be designed by a structural engineer to suit the specific site and soil conditions. Standard drawings shall be used as a guide for specific design criteria. Approved prefabricated inlet and outlet structures may be used.

Page 249: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 21

The Engineer shall ensure the structures are designed to suit the existing site and soil conditions.

(g) Sandbag headwalls shall not be used except for driveway crossings or hydrant access crossing.

(h) Outlets for storm sewers having velocities in excess of 1.5m/s shall incorporate a method to dissipate the energy so that the water will not scour the receiving channel.

(i) All inlet and outlet structures shall include provisions for safe maintenance access and shall conform to WorkSafeBC requirements.

7.12 STORAGE FACILITIES .1 General:

(a) The design of permanent storage facilities forming part of the major system shall be an integral part of the overall drainage basin plan.

(b) The design of permanent storage facilities shall consider safety and economical maintenance of operations. Storage facilities should also, where possible, be designed as multiuse facilities that include recreational, environmental and aesthetic aspects.

(c) Storage facilities shall accommodate the entire future developed tributary area. (d) Depending on the site specific characteristics, a combination of storage and other

groundwater recharge facilities may be appropriate to effectively reduce the runoff from development sites.

.2 Ownership:

(a) Single Family and Duplex Residential:

Large storage facilities servicing single family or duplex residential developments will be owned and maintained by the City. Storage facilities constructed as part of a Bare Land Strata single family or duplex residential development will be owned and operated by the Strata Corporation.

(b) Multi-Family Residential, Commercial, Industrial, and Institutional:

Storage facilities required as part of a multi-family, commercial, industrial, or institutional development will be owned and operated privately. Facilities may be underground or above ground including roof top or parking lots.

.3 Storage Facility Options:

(a) Constructed Wetland:

Constructed wetlands can be incorporated into the drainage system as a means to not only control runoff but to introduce habitat for wildlife and add a bio-filtration element to the facility that improves water quality. The use of constructed wetlands is strongly encouraged.

Page 250: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 22

(b) Wet Pond:

A wet pond is a method where rainwater runoff is collected and stored for a significant amount of time. The water is usually released after the storm has ended. These may form a recreational or aesthetic facility centered on a permanent pool of water.

(c) Dry Pond:

Dry ponds are used as temporary water storage after a significant rainfall event. They are typically controlled so that frequent low flows are not detained in the dry pond. As the pond is dry for the majority of the time, dry ponds can be landscaped in a way that they can be used for other purposes.

(d) Underground Storage:

A variety of methods are available for storing rainwater underground to control flows. Underground storage that incorporates other functions is encouraged; storage tank for water re-use (landscape irrigation), groundwater recharge, and infiltration are possible options.

(e) Other Methods:

There are a variety of other ways to store rainwater onsite including rooftop storage, parking lot storage, infiltration swales, rain gardens and many others. The City of Nanaimo is open to innovative ways to store and infiltrate rainwater subject to the approval of the City Engineer.

.4 General Design Guidelines:

(a) Storage facilities shall be tailored to suit the unique characteristics of the site and shall include a geotechnical evaluation to address the groundwater table interaction, and the permeability and stability of the existing soils.

(b) Maximum grade for a dry detention pond shall be 4H:1V. (c) Maximum wet detention pond shall be 7H:1V from the normal water level to a depth

of 0.4m; steeper side slopes may be considered if the safety risks are minimized such as separating the area from the public or the pond being inaccessible due to vegetation. Slopes of 4H:1V vertical shall be used for 0.4m depth below water level to the bottom of the pond.

(d) Storage facilities shall be designed to accommodate the design storage volume with a freeboard of 300mm.

(e) Where practical, sub-surface drains shall be provided to ensure that the storage facility can be completely drained. Where subsurface drains cannot be installed, the pond shall be designed so that mobile pumping equipment may be installed and used to drain the pond.

(f) All existing and future foundation drains shall drain by gravity to the storage facility inlet pipe above the design storage level.

(g) An overflow spillway shall be provided to handle potential peak runoff from the major storm or a blockage to the outlet. Discharge shall be to the major system downstream flow path.

Page 251: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 23

(h) An 8.0m buffer zone shall be provided along the top of wet ponds, dry ponds, and constructed wetlands with a minimum building set-back of 15m from the top of the storage facility.

(i) An access at least 3.0m wide shall be provided to all storage facilities for maintenance purposes. The access shall allow the passage of motor vehicles unless otherwise approved by the City Engineer.

(j) Storage facilities shall be appropriately landscaped and protected from erosion. (k) Inlets for the storage facility shall be a form of surcharging manhole or catch basin

inside the facility. Open channels in the storage facility shall not be permitted. (l) The outlet control for storage facilities shall be designed for easy access and

maintenance and shall be provided with a lock to prevent vandalism. (m) The pond design will include a sediment removal process for control of heavy solids

which may be washed to the pond during the construction period associated with the development of the contributing basin. Sediment basins will be provided at all inlet locations for continued use after completion of the subdivision development.

(n) Additional design guidelines can be found in the Department of Fisheries and Oceans Land Development Guidelines for the Protection of Aquatic Habitat.

.5 Temporary Storage Facilities:

(a) Where land development occurs in advance of completed drainage basin facilities,

temporary storage facilities may be utilized on an individual basis as approved by the City Engineer.

(b) The design of temporary storage facilities shall consider the following:

(i) The temporary storage facility meets or exceeds the requirements of this section for permanent storage facilities unless otherwise noted.

(ii) All storm drainage systems discharging to the temporary storage facility can be connected to the permanent drainage works when completed and the temporary facility is abandoned.

.6 Storage Facility Outlets:

(a) The outlet of the storage facility should be designed to control the outflow as calculated in the Stormwater Management Plan.

(b) The outlet structure for a storage pond shall discharge to a point downstream which has the ability to safely and adequately accommodate the maximum discharge.

(c) Outlet structures shall be freeflow and ungated. Controls such as orifices and weirs are the preferred method of controlling the outflow. Manual controls such as gates, valves, or stop logs are discouraged. A valve will be permitted in the drain of a storage pond.

(d) Outlet structures shall conform to Section 7.11. (e) For outlets that are not submerged, a lattice type cover over the inlet end of the outlet

is preferred. A limiting velocity of 1m/s is required for the design of the lattice. (REVISED NOVEMBER 2016)

(f) Outlets shall be designed to all appropriate WorkSafeBC requirements for entry and exit.

(g) Outlet structure shall be designed to allow easy and safe access for cleaning of the inlet side during peak runoff.

Page 252: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 24

7.13 RAINWATER BEST MANAGEMENT PRACTICES .1 Introduction:

The development of previously vegetated land significantly changes the hydrological characteristics of the land by removing vegetation, changing the topography of the land, increasing impervious surfaces, and changing drainage paths. Traditionally, the increase in stormwater runoff, which is created by this development, has been mitigated through detention storage to control peak runoff and by increasing the hydraulic capacity of the drainage system. Recently, there has been progress toward considering more than just the hydraulic aspects of rainwater runoff to include aspects such as the natural hydrologic process, the overall watershed, and water quality. Some of the rainwater best management practices described in this section were developed as an attempt to mimic the natural characteristics of a watershed. Many of them promote infiltration of rainwater into the ground and provide groundwater recharge benefits in addition to rainwater runoff control. Rainwater best management practices may also be called: rainwater BMPs, stormwater source controls, low impact development BMPs, or rainwater management methods. The use of rainwater best management practices is required wherever technically feasible for new developments and re-developments which outlet into a creek or river system. For developments that do not drain into a creek or river system, but discharge directly into pipes, ditches, or overland flow paths which discharge directly into the Strait of Georgia, rainwater best management practices may not be required for runoff volume control, but may be an effective option for stormwater treatment.

.2 Types of Rainwater Best Management Practices:

The following are brief descriptions of various rainwater best management practices which can be applied: (a) Infiltration Swales:

An infiltration swale is designed to accept flows from small areas of impervious surface and allow it to infiltrate into the soils below. The swale also allows larger flows to be conveyed to the minor or major drainage system.

(b) Rain Gardens:

Rain gardens are designed to have an aesthetically pleasing appeal in addition to providing water quality treatment and infiltration into the ground. The plantings are carefully selected based on the expected soil moisture conditions. Generally, rain gardens have a drain rock reservoir and a perforated drain system to collect excess water.

(c) Absorbent Landscaping:

The majority of Nanaimo’s undeveloped land contains landscapes which soak up the rainfall. Applying absorbent landscaping to development sites is an attempt to mimic this natural landscape. The minimum thickness for absorbent landscaping is 300mm.

Page 253: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 25

(d) Green Roof:

A green roof includes a layer of growing media which supports vegetation. The application of green roofs can significantly reduce the runoff increase caused by new building construction. Green roofs must be designed with the structural considerations of the building and must comply with the BC Building Code.

(e) Infiltration Trenches:

An infiltration trench allows rainwater runoff to soak away into the ground. Infiltration trenches are best suited for runoff which does not require treatment, such as roof runoff. For areas where runoff requires treatment, consider pairing an infiltration trench with a rain garden.

(f) Soak-Away Manholes:

Soak-away manholes are similar to infiltration trenches; they allow the rainwater runoff to infiltrate into the soil through perforations in the manhole. Soak-away manholes are best suited for runoff which does not require treatment. For areas where runoff requires treatment, consider pairing a soak-away manhole with a feature which provides an aspect of treatment, such as a rain garden or infiltration swale.

(g) Pervious Paving:

Pervious paving allows rainfall to penetrate into the underlying soils through the paving. Care should be taken when designing pervious pavers to ensure materials used do not require special maintenance. Pervious paving should generally be restricted to low traffic areas. Where possible, other best management practices, such as rain gardens or infiltration swales are preferred to pervious paving as less maintenance is required and additional treatment benefits are realized.

(h) Deep Groundwater Recharge:

Deep groundwater recharge involves directly injecting stormwater into underground aquifers. Generally, injected stormwater must be treated to a high level for water quality prior to injection. Design for this practice may be highly complex and requires specialist expertise and approval by the City Engineer.

(i) Retention:

Retention of rainwater runoff involves storage and release of rainwater at very low rates, to mimic natural groundwater interflow rates. This is similar to detention, but the release rate is very low, at 0.25 L/s/ha. The water is released through a control orifice to the municipal minor drainage system.

(j) Other Methods:

The BMPs listed above are some of the more common approaches to managing rainwater runoff in ways that mimic natural systems. Other methods may be accepted on approval by the City Engineer.

Page 254: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 26

.3 Application:

(a) Single Family and Duplex:

Due to the small lot size, limited oversight once developed, and potential for multiple owners and other aspects related residential subdivisions, the application of best management practices for Single Family and Duplex developments is limited to absorbent landscaping and disconnected roof leaders or neighbourhood based solutions. It may not be appropriate to disconnect roof leaders for some development sites such as small lot developments, areas with high ground water tables, or other site specific issues. Best management practices other than absorbent landscaping can be integrated into each lot of the development; however, they will not form part of the calculation for reduction in runoff. Pervious driveways and patios are strongly encouraged.

(b) Multi-Family Residential, Commercial, Industrial, and Institutional:

The use of rainwater best management practices to infiltrate or retain rainwater is required for multi-family, commercial, industrial, and institutional developments in order to preserve the natural hydrologic condition as much as possible.

(c) Steep Slope Development:

Steep slope residential developments (R10 Zoning) may not be suitable for some rainwater best management practices. Developments in these areas will require specific attention to methods of retention and detention so that post development targets can be met.

.4 Design:

(a) Detailed methodology for the design of rainwater best management practices can be found in Metro Vancouver’s “Stormwater Source Control Design Guidelines 2012”. An overview of some of the design considerations are listed below.

(b) Sizing Methods: There are several ways to size and design rainwater best management practices. It

can be complex and it is generally recommended that continuous simulation modeling be completed over an extended period of time (at least one year). Programs capable of continuous modeling shall be in accordance with Section 7.03.6(b). For sites where rainwater management best practices will be used in a series or “chain”, continuous simulation for sizing and design is required.

Alternatively, for individual facilities, rainwater management best practices can be

designed using spreadsheets to calculate the water balance and size of facility, or the equations provided in Metro Vancouver’s “Stormwater Source Control Design Guidelines, 2012” can be used for facility sizing and design to meet the rainwater management target.

Page 255: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 27

(c) Soil Hydraulic Conductivity: For practices that infiltrate water into the ground, the expected rate of infiltration is

described by the soil’s saturated hydraulic conductivity. For planning purposes, the following hydraulic conductivity rates can be used:

Sand 210mm/hr Loamy Sand 61mm/hr Loam 13mm/hr Silt Loam 6.8mm/hr Sandy Clay Loam 2.3mm/hr Sandy Clay 1.5mm/hr Silty Clay 0.9mm/hr Clay 0.6mm/hr

For detailed design purposes, onsite infiltration testing is required and the rates must be recommended by a Geotechnical Engineer based on field testing and analysis. Rainwater infiltration and groundwater recharge facilities are still encouraged on sites with moderate or low soil hydraulic conductivity even though the target infiltration volume may not be able to be accommodated by the facility. Retention type facilities may be investigated to make up the difference.

(d) Groundwater:

Rainwater infiltration and groundwater recharge shall not be placed in areas with unsuitably high groundwater. The seasonally high groundwater table should be at least 600mm below the bottom of the infiltration facility.

(e) Bedrock:

Rainwater infiltration and groundwater recharge facilities may not be practical in areas where there is bedrock close to the surface. There shall be a minimum of 600mm between the bottom of the infiltration facility and bedrock. It should be noted that certain types of bedrock are highly pervious (i.e. fractured sandstone) and suitable for infiltration.

(f) Drinking Water Wells:

The design of groundwater recharge facilities shall be separated from drinking water wells and must meet all Ministry of Health guidelines for separation of wells from septic fields.

(g) Water Quality:

Water infiltrated into the ground shall be uncontaminated. Sites which present a high risk of groundwater contamination shall provide appropriate pre-treatment and spill control, if necessary, prior to infiltrating rainwater runoff. Examples of these sites include:

Page 256: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 28

(i) Automobile Service Yards, and (ii) Industrial Chemical Storage Facilities.

(h) Contaminated Soils:

Sites with contaminated soils shall be reviewed by a Geotechnical Engineer and/or Hydrogeologist for suitability for rainwater infiltration into the ground.

(i) Steep Slopes and Unstable Soils:

Sites containing steep slopes, near steep slopes, or unstable soils shall be reviewed by a geotechnical engineer for suitability for rainwater infiltration and groundwater recharge facilities, but generally these facilities are prohibited in such conditions as they can saturate soils and can exacerbate slope instability. Designers should refer to the City’s Development Permit Areas, DPA 3 and DPA 5, for areas where there may be concerns for surface water control and/or subsurface infiltration. It is important that infiltrated water does not seep out in down slope areas impacting other properties. If there is a reason for concern with the suitability of proposed on-site infiltration facilities, the City Engineer may request review by a Hydrogeologist or Geotechnical Engineer.

(j) Overflows:

Rainwater best management practices shall be designed with an overflow into the minor or major drainage system.

(k) Maintenance:

The design of rainwater best management practices shall be such that the maintenance required in order for the facilities to properly operate shall be minimized. Regular maintenance which is required shall be identified in the Stormwater Management Plan.

(l) Sediment Loads:

All rainwater management best practices, other than green roofs, shall be designed in such a way that there is a simple procedure for removing sediment which does not require confined entry. Specific attention shall be paid to the construction period. Infiltration facilities shall be designed in a way which prevents sediment from entering the facility and plugging the water-soil interface.

7.14 WATER QUALITY .1 Introduction:

(a) All stormwater management systems shall be designed in a way that prevents harmful materials from entering the natural watercourses. Methods of controlling the water quality shall be outlined in the Stormwater Management Plan Report.

Page 257: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 29

.2 Treatment:

(a) High Risk Sites:

Sites which present a high risk of groundwater or receiving water contamination shall provide appropriate treatment prior to water entering the stormwater system. Examples of these sites include:

(i) Automobile Service Yards, and (ii) Industrial Chemical Storage Facilities.

These uses may require covered areas to separate them from stormwater contact, and may require discharge to the sanitary sewer.

(b) Parking Areas:

All uncovered parking areas greater than 100m2 in size shall require treatment to remove oil, total suspended solids (TSS), and other contaminants. Treatment can be achieved by draining the parking area to rainwater best management practices or by installing a mechanical method of removing the contaminants. Where possible, treatment using rainwater best management practices is preferred as they provide additional rainwater management benefits at the same time as water quality treatment.

(c) Design Requirements for Water Quality Treatment:

On sites where water quality treatment is required, including when mechanical treatment is selected (such as an oil water separator), the facilities must be designed to treat 90% of the total volume of stormwater runoff for a typical year or the 6-month, 24-hour post development flow volume which is equivalent to 31mm of rainfall per square metre of impervious area. Maintenance manuals shall be provided for all mechanical treatment facilities.

(d) Sediment:

All stormwater management systems shall be designed to minimize sediment discharges both during construction and after construction. Excess sediment is harmful to both the downstream aquatic environment and the functionality of conveyance and infiltration facilities. The systems must be designed with awareness of possible sediment sources and methods of intercepting and removing sediment before it clogs infrastructure and harms the downstream environment.

(e) Water Quality:

Treated water shall meet the British Columbia Approved Water Quality Guidelines as set out by the Water Protection and Sustainability Branch of the Ministry of Environment.

Page 258: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT DESIGN CRITERIA

(REVISED NOVEMBER 2016)

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 30

7.15 CLIMATE CHANGE .1 Rainfall Patterns:

(a) The City of Nanaimo recognizes that our climate is changing and the change may impact the rainfall patterns which are historically seen in Nanaimo. It is not fully clear as to what impact climate change will have and requirements to accommodate climate change may be adjusted over time. However, to accommodate the expected changes in climate patterns, the design of stormwater management systems shall be conservative in nature and make allowance for climate change. Based on the Association of Professional Engineering and Geoscientists of BC guidance1 and current down scaled climate model projections from the Pacific Climate Impacts Consortium2 a 10% increase in design peak flow capacity is required to be designed into new minor system infrastructure to account for climate change. Major system flow paths and infrastructure should have a 20% increase in design peak flow capacity over the standard sizing developed from the IDF curves to mitigate the potential of major system flood increases due to climate change.

.2 Sea Level Rise:

(a) The City of Nanaimo recognizes that our climate is changing and the change may impact the sea levels. Development sites which are near the waterfront may be required to review and accommodate sea level rise in their development. Sea level rise is a complex problem and requirements will be established on a site by site basis; requirements to accommodate climate change may also be adjusted from time to time. For cases where exact sea level rise has not been determined, the predicted rise of 1.0m by the end of the century shall be used as a minimum.3

1 APEGBC, Professional Practice Guidelines – Legislated Flood Assessments in a Changing Climate in BC, 2012, Section 3.5.3, Pg. 23 and Section H.3.1., pg. 123. 2 http://www.pacificclimate.org/analysis-tools/plan2adapt Potential Impacts for Nanaimo in the 2080’s. 3 APEGBC, Professional Practice Guidelines – Legislated Flood Assessments in a Changing Climate in BC, 2012, Section H5, Pg. 127.

Page 259: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT SPECIFICATIONS

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 31

7.20 SCOPE .1 This specification refers to gravity sewer pipe and appurtenant fittings for storm sewers.

Only those products approved by the City Engineer and listed in the City of Nanaimo Approved Products List will be accepted for installation.

.2 Refer to Section 4 - Trench Excavation, Bedding and Backfill for related specifications. 7.21 MATERIALS TESTING .1 If, in the opinion of the Engineer, testing is required, the Engineer will arrange for a testing

firm to carry out tests to determine whether the applicable standards and specifications have been met. Where initial testing indicates inadequacies, additional testing may be required by the Engineer.

.2 The Contractor, as directed by the Engineer, shall supply specimens or samples for testing. .3 The types of tests listed below may be required by the Engineer unless in the opinion of the

Engineer other testing is required. .4 Joints for storm sewer main pipe and fittings and service connection pipe and fittings shall

be capable of meeting the following exfiltration tests. The Engineer may require that these tests be carried out by the Contractor or his supplier prior to acceptance of pipe on the project.

(a) Pipes in Proper Alignment:

Not fewer than 3 or more than 5 pipes selected from stock by the Engineer shall be assembled according to standard installation instructions issued by the manufacturer. With ends bulkheaded and restrained against internal pressure, the section shall be subjected to 70kPa hydrostatic pressure. Pressure shall be maintained for a period of 24 hours. There shall be no leakage at the joints.

(b) Pipes in Maximum Deflected Position:

At least 2 of the joints of the assembly shall be deflected to the maximum amount recommended by the manufacturer. 35kPa internal hydrostatic pressure shall then be applied to the test section and maintained for a period of 24 hours. Joints shall show no leakage.

(c) Pipes in Maximum Lateral Misalignment:

The test section shall be supported on blocks or otherwise so that one of the pipes is suspended freely between adjacent pipes and bears only on the jointing material. The suspended pipe shall then be loaded on the bell or coupling by a load equal to one-third of the ultimate 3-edge bearing strength required by the applicable ASTM specification, except that pipe having a laying length of more than 1.2m shall be loaded no more than the amount computed for a 1.2m length. While under this load, stressed joints shall show no leakage under 35kPa internal hydrostatic pressure.

Page 260: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT SPECIFICATIONS

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 32

7.22A PIPING, FITTINGS AND SERVICES .1 The sizes and types of pipe to be used are shown on the drawings. .2 Concrete Pipe: (a) Non-reinforced concrete pipe and fittings shall conform to ASTM C14M Class 3 to a

maximum diameter of 600mm and shall be designed with flexible rubber gasket joints conforming to ASTM C443M.

(b) Reinforced circular concrete pipe and fittings shall conform to ASTM C76M Class III or higher for all pipe greater than 600mm diameter and shall be designed with flexible rubber gasket joints conforming to ASTM C443M.

(c) Pipe with chips, cracks, porous concrete, or any other defects which impair joint sealing or durability will not be accepted.

.3 Polyvinyl Chloride (PVC) Pipe (Smooth Profile): (a) Pipe and fittings up to 675mm diameter shall be DR35. Pipe and fittings shall have a

minimum pipe stiffness of 320kPa at 5.0% deflection when tested in accordance with ASTM D2412.

(b) Pipe and fittings shall be manufactured to the following specifications: 100mm - 375mm dia to ASTM D3034 and CSA B182.2 450mm - 675mm dia to ASTM F679 and CSA B182.2

(c) Pipe and fittings shall include integral bell and spigot ends with stiffened wall section and a formed groove for a rubber gasket conforming to ASTM F477.

(d) All PVC storm pipe shall be green in colour. .4 Ductile Iron Pipe: (a) Pipe and fittings shall conform to ASTM A746 or as approved by the Engineer. .5 Polyvinyl Chloride (PVC) Service Pipe: (a) All storm service inspection assemblies shall be green in colour. (b) Storm service connections of 100mm diameter shall be DR28 and conform to CSA

B182.1. Pipe and fittings shall have elastomeric seal joints, locked in gasket, and integral bell joint features.

(c) Storm service connections greater than 100mm diameter shall be as specified for PVC (smooth profile) mainline pipe.

.6 High Density Polyethylene (HDPE) Pipe (Smooth Profile): (a) Pipe shall conform to CGSB 41-GP-25M. Pipe material shall conform to ASTM

D1248 Type III, Class C, Category 5, Grade PE35-10. (b) Minimum acceptable pipe class shall be DR26 with a hydrostatic design stress rating

of 10MPa. (c) All pipe supplied shall bear the pipe series designation and manufacturer's name.

Page 261: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT SPECIFICATIONS

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 33

(d) Fittings for polyethylene pipe, if required, shall be detailed and manufactured by the pipe manufacturer. Mitre bends shall be fiberglass reinforced. Pipe deflected up to manufacturer’s recommended minimum radius may be used in place of fabricated mitre bends and to form the required vertical and horizontal curves. Polyethylene fittings shall have a pressure rating at least equal to that of the pipe being joined.

7.22B JOINTS .1 Storm sewer main pipe and fittings and service connection pipe and fittings shall be jointed

with a rubber gasket or other pre-formed, factory-manufactured gasket or approved material, designed for use with the specified pipe. Solvent connected joints and fittings will not be permitted.

.2 High Density Polyethylene (HDPE) Pipe (Smooth Profile) Joints: (a) Joints shall be by thermal butt-fusion constructed in accordance with the

manufacturer's specifications. (b) Flange joints shall be used to joint long sections of butt-jointed pipe or as shown on

the construction drawings. (c) Flanges for polyethylene pipe shall be slip-on type installed in conjunction with stub

ends supplied by the pipe manufacturer. The flanges shall be Class 150 meeting ANSI B16.5 drilling dimensions. Flanges shall be carbon steel.

(d) All flanged joints shall be separated by a neoprene gasket bonded to one of the flange faces. Neoprene for flange gaskets shall be 3mm thick with holes drilled for flange bolts and size equal to flange diameter.

(e) Bolts and nuts for flanges shall be stainless steel complete with isolation washers. (f) Refer to Section 7.46 for fitting and joint installation. 7.23 SERVICE JUNCTIONS .1 Concrete Pipe (non-reinforced and reinforced): (a) Service connections shall be manufactured using a sanded PVC male end stub pipe

with integral bell. (b) Stub orientation may be at 45° or 90° to the centerline of the mainline pipe(either at 9

o’clock to 11 o’clock, or at 10 o’clock to 3 o’clock). (c) Field break-in and mortar patch joints shall not be used unless approved by the City

Engineer. Refer to Section 7.48 for service connection junction installation. .2 PVC Pipe (Smooth Profile): (a) Service connections to PVC mainline pipe shall be made with extrusion molded PVC

or fabricated PVC fittings manufactured to ASTM D3034, CSA B182.1 and CSA B182.2.

(b) The use of saddles instead of manufactured wye fittings shall require approval by the City Engineer.

(c) Refer to Section 7.48 for service connection junction installation.

Page 262: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT SPECIFICATIONS

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 34

.3 PVC Pipe (Ribbed Profile): (a) Ribbed pipe shall only be used if repairing an existing ribbed pipe section. (b) Service connections to PVC mainline pipe shall be made with extrusion molded or

fabricated PVC fittings manufactured to ASTM D3034, CSA B182.1 and CSA B182.2. (c) For Connections more than two pipe sizes smaller than the mainline, prefabricated

service saddle connections may be approved. (d) Refer to Section 7.48 for service connection junction installation. .4 High Density Polyethylene (HDPE) Pipe (Smooth Profile): (a) Service connections to HDPE mainline pipe shall be made with manufactured fittings,

electro-fused or heat-welded to the mainline pipe. Mechanical connections, if used shall be water-tight.

(b) Refer to Section 7.48 for service connection junction installation. .5 High Density Polyethylene (HDPE) Pipe (Open Profile): (a) Service connections to HDPE mainline pipe shall be made with extrusion molded or

fabricated fittings manufactured to CSA B182.1, B182.2 and B182.4. (b) For service connections more than two pipe sizes smaller than the mainline,

prefabricated service saddle connections may be approved. (c) Refer to Section 7.48 for service connection junction installation. 7.24 PERFORATED DRAINS .1 The granular material for perforated drains shall be a clear round drain rock with 100%

passing 40mm and 0% passing 10mm screens. .2 Piping shall be a minimum 150mm diameter DR28 PVC perforated pipe. A minimum of 50

perforations 5mm in diameter per linear metre of pipe shall be required for all pipe sizes. .3 Perforations shall be located in the bottom half of the pipe only. .4 Filter fabric shall be non-woven polyester fabric conforming to:

Tensile Strength (ASTM 1682) = 250N (minimum) Bursting Strength (ASTM D-751) = 865kPa (minimum) Permeability = 2x10-2 cm/s

Page 263: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT SPECIFICATIONS

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 35

7.25A PRECAST MANHOLE SECTIONS .1 Unless otherwise approved, all manholes sections shall be precast reinforced concrete

conforming to ASTM C478. .2 All precast sections shall be complete with ladder rungs. .3 0-ring rubber gaskets shall conform to ASTM C443. .4 Refer to Section 7.51 for precast manhole sections installation. 7.25B PRECAST MANHOLE BASES .1 Precast manhole bases shall be reinforced concrete in accordance with ASTM C-76 Class

III or better. .2 All dimensions, specifications, and installations shall conform to the requirements for cast-

in-place manhole bases in accordance with Section 7.49 - Cast-In-Place Manhole Concrete Bases, Section 7.52 - Precast Manhole Bases and the Standard Drawings.

.3 Pipe alignment, grade, and invert elevations in the precast manhole bases shall conform to

the construction drawings. 7.25C MANHOLE TOPS .1 Manhole tops shall be flat slab, precast concrete. Tops shall be reinforced to meet CS600

loading requirements. Precast tops shall conform to ASTM C478 with approved offset opening for frame and cover.

7.25D MANHOLE COVERS AND FRAMES .1 Covers and frames shall be cast iron and certified to meet CS600 loading requirements with

the bearing faces of the cover to be frame machined for a non-rocking fit. .2 Patterns, dimensions and weights shall be in accordance with the Standard Drawings.

Covers shall have "CITY OF NANAIMO STORM DRAIN" permanently embossed on the covers.

.3 Standard manhole frame and cover shall conform to Standard Drawing No. SW-16 - Storm

Manhole Frame and Cover. .4 Utility chamber manhole frame and cover shall conform to Standard Drawings No. SW-17 -

Utility Chamber Storm Manhole Frame, Ring and Cover. .5 A watertight manhole frame and cover, if required, shall conform to Standard Drawing No.

SW-18 - Watertight Storm Manhole Frame and Cover. .6 Covers located in statutory right-of-way shall be permanently embossed with the additional

wording "DO NOT COVER". .7 Refer to Section 7.54 for frame and cover installation.

Page 264: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT SPECIFICATIONS

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 36

7.25E MANHOLE STEPS .1 Steps shall conform to ASTM C478 for manhole steps and ladders and shall be a 19mm

diameter aluminum alloy conforming to CSA S157. .2 Refer to Section 7.55 for manhole steps installation. 7.25F -NOT USED- (REVISED NOVEMBER 2016) 7.26 CONCRETE .1 The compressive field strength of concrete for manhole bases shall be not less than 20MPa

at 28 days. .2 All concrete work shall conform to Section 11 - Reinforced and Plain Concrete Works. 7.27 PRECAST CONCRETE GRADE RINGS .1 Precast concrete grade rings conforming to ASTM C478 shall be used. 7.28 TEMPORARY CLEANOUT FRAMES AND COVERS .1 Temporary cleanout structures may only be used at the discretion of the City Engineer

where there is development phasing. .2 Temporary cleanout frames and covers shall be as specified for storm manhole frames and

covers. See Section 7.25D - Manhole Covers and Frames. (REVISED NOVEMBER 2016) 7.29 PIPE AND FITTINGS FOR DROP MANHOLE STRUCTURES .1 Pipe and fittings for drop manhole structures shall be as specified under Section 7.22A -

Piping, Fittings and Services and Section 7.22B - Joints. .2 Refer to Section 7.56 for drop manhole structures installation. 7.30 - NOT USED - 7.31A PRECAST CATCH BASIN BARRELS AND LEADS .1 Catch basin barrels shall be 600mm or 750mm diameter as noted on the standard drawings

and shall be reinforced concrete conforming to ASTM C478, Class III. .2 Catch basin leads shall be of the same material as the main piping and use the same type

of joints, gaskets, and fittings. .3 Leads shall be 200mm in diameter (minimum) for single basins and 250mm in diameter

(minimum) for double basins, and shall be connected to sewers with manufactured wyes or tees. Leads over 30m in length shall be 250mm in diameter.

Page 265: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT SPECIFICATIONS

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 37

7.31B CATCH BASIN CASTINGS (REVISED NOVEMBER 2016) .1 Catch basin frame and grating shall be in accordance with Standard Drawings: (REVISED

NOVEMBER 2016)

(a) SW-6 - Catch Basin Frame and Grate (b) SW-7 - Adjustable Catch Basin Frame and Hood (c) SW-8 - Boulevard Catch Basin Frame and Grate

(REVISED NOVEMBER 2016) 7.32 INLET AND OUTLET STRUCTURES .1 Concrete inlet and outlet structures shall be precast unless approved by the City Engineer.

(REVISED NOVEMBER 2016) .2 Cast-in-place concrete inlet and outlet structures shall be designed by a structural engineer.

Concrete shall be as specified in Section 11.0 - Reinforced and Plain Concrete Works. (REVISED NOVEMBER 2016)

.3 The trash rack shall be pre-fabricated to match the pre-fabricated inlet or outlet structure.

Custom built trash racks shall be constructed with 20mm diameter hot dipped galvanized bar. (REVISED NOVEMBER 2016)

7.33 ENERGY DISSIPATOR OUTLET STRUCTURES .1 Energy dissipators shall be constructed of concrete and be designed to reduce runoff

velocities to less than 1.5m3/s and dispose runoff evenly. (REVISED NOVEMBER 2016) 7.34 INLET AND OUTLET PROTECTIVE FENCING AND HANDRAILS .1 Unless otherwise specified, protective fencing, and handrails including posts, pipe rails, and

hardware are to be hot dip galvanized steel. Mesh shall be 50mm wire mesh, 9 gauge, hot dip galvanized, or plastic coated.

7.35A CULVERTS .1 Concrete pipe shall conform to Section 7.22A - Piping, Fittings and Services, clause

7.22A.2. .2 PVC pipe shall conform to Section 7.22A - Piping, Fittings and Services, clause 7.22A.3. .3 Ribbed PVC pipe shall only be used for driveway culverts and shall conform to CSA B1800.

(REVISED NOVEMBER 2016)

Page 266: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT SPECIFICATIONS

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 38

7.35B CULVERT HEADWALLS .1 Sacks shall be 0.25 kg burlap with approximate inside dimensions of 350 x 900 mm as

measured when the sack is laid flat. .2 The compressive field strength of concrete shall not be less than 15MPa at 28 days. All

concrete work shall conform to Section 11.0 - Reinforced and Plain Concrete Works. .3 Reinforcing bars shall be 15M intermediate grade steel conforming to CSA G30.18, Grade

400. .4 Composite material headwalls may be used for culvert headwalls at the discretion and on

approval of the City Engineer. 7.36 RIPRAP .1 Riprap shall be hard, dense, durable quarry stone, free from seams, cracks, or other

structural defects, with a specific gravity of not less than 2.65.

.2 The gradation of rock sizes (mass in kg) for each class of riprap shall conform to the following table:

Class of Riprap (Kg.) Nominal

Thickness of Riprap (mm)

Rock Gradation (Percentage Larger than

given rock mass, kg.)

Approximate Average Dimension of Rock

(mm)

85% 50% 15% 10 350 1.0 10 30 200 25 450 2.5 25 75 300 50 550 5.0 50 150 350 100 700 10 100 300 450 250 1000 25 250 750 600 500 1200 50 500 1500 800 1000 1500 100 1000 3000 1000 2000 2000 200 2000 6000 1200 4000 2500 400 4000 12000 1500

Example:For Class 50 Riprap

85% of riprap stones are greater than 5.0 kg. 50% of riprap stones are greater than 50 kg. 15% of riprap stones are greater than 150 kg.

Page 267: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT SPECIFICATIONS

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 39

7.37 MANHOLE AND TEMPORARY CLEANOUT LID MARKERS .1 Markers are required, where manhole and temporary cleanout lids are not located within

developed road right-of-way or residential properties, to indicate the location of the manholes and temporary cleanouts. These markers shall be constructed of 50 mm galvanized steel pipe painted with a minimum of two coats of yellow exterior duty paint applied in accordance with the manufacturer's recommendations and set in a concrete base. The markers shall extend 1.0m above the ground surface. The markers shall be located on site at a location, determined by the Engineer, opposite the manhole or temporary cleanout lid and the distance to the lid is to be marked in black figures on a flattened upper portion of the marker. See Standard Drawing No. SW-20 - Storm Manhole and Temporary Cleanout Marker. (REVISED NOVEMBER 2016)

7.38 SERVICE BOXES .1 Service boxes for single storm sewer services shall be 300mm x 500mm concrete boxes

complete with cast iron traffic cover marked "Storm" and concrete extension sections as required.

.2 Service boxes for twin storm sewer services shall be 425mm x 750mm concrete boxes

complete with steel traffic cover marked "Storm" and concrete extension sections as required.

Page 268: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT INSTALLATION

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 40

7.40 TRENCH EXCAVATION, BEDDING AND BACKFILL .1 Refer to Section 4 - Trench Excavation, Bedding and Backfill for installation requirements. 7.40A PIPE ALIGNMENT AND GRADE .1 The pipe shall be laid on the alignment and grade in accordance with the construction

drawings. Each pipe shall be checked for line and grade as it is installed. Methods used to maintain pipe alignment and grade shall be approved by the Engineer.

.2 Unless otherwise directed by the Engineer, tolerances for pipe alignment and grade shall

be:

Alignment = ± 50mm Grade = ± 10mm

7.41 PIPE CUTTING .1 Pipe cutting shall be done in the manner recommended by the pipe manufacturer employing

tools designed for this purpose. 7.42 PIPE INSTALLATION .1 Pipe shall be installed in strict accordance with the manufacturer's recommended practice.

Joint gaskets are required unless stated otherwise by the Engineer. .2 Pipe shall be checked before being lowered into the trench to ensure that no foreign

material, manufacturer's defects, or cracks exist that might prevent the proper jointing of the pipe or its operation.

.3 The open end of the pipe in the trench shall be suitably covered to prevent entrance of

trench water and other material during periods when pipe is not being installed. .4 Precautions shall be taken to ensure that displacement of the pipe in the trench does not

occur through soil displacement or floatation due to the presence of trench water. Pipe that has been displaced shall be removed from the trench and relaid.

.5 Lifting holes in concrete pipe shall be plugged with prefabricated plugs in non-shrink grout,

or other plugs recommended by the pipe manufacturer. .6 The contractor shall use methods for installing pipe in an auger hole or casing pipe as

described in Section 4 - Trench Excavation, Bedding and Backfill. 7.43 JOINTS AT RIGID STRUCTURES .1 A flexible joint shall be provided at locations where the pipe is held in fixed position by a

rigid support or structure. The distance from the support or structure shall depend on the diameter and type of pipe being installed and shall be in accordance with the pipe manufacturer's recommended practice. The purpose of the flexible joint is to prevent pipe failure due to uneven support under the pipe. Approved flexible joints include rubber gasket bell and spigot connections and dresser couplings.

Page 269: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT INSTALLATION

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 41

7.44 HORIZONTAL AND VERTICAL CURVES .1 Pipe on horizontal and vertical curves shall be laid true to the curve of the radius shown on

the drawings. Variations in vertical curves and grades within the allowable pipe deflection may be allowed where approved by the Engineer.

7.45 DEFLECTION .1 The amount of pipe deflection at joints and couplings shall be the limit as specified by the

manufacturer. PVC pipe shall not be deflected at joints or couplings. 7.46 FITTINGS AND JOINTS .1 Fittings shall be installed at the locations shown on the construction drawings or as directed

by the Engineer. Fittings shall be installed in accordance with the manufacturer's specifications.

.2 High Density Polyethylene (HDPE) Pipe (Smooth Profile): (a) Pipe shall be joined by the thermal butt fusion method. (b) The contractor shall make arrangements to have the pipe jointing carried out by the

pipe manufacturer or certified personnel, familiar with the jointing technique, using equipment and techniques specifically designed for the pipe diameter and material being jointed.

(c) Where required, flanged joints shall be used for connecting long pipe sections. (d) The joint shall consist of a polyethylene stub end butt fused to the end of pipe and a

carbon steel slip-on flange. (e) Flanged joints and flange bolts shall be stainless steel, complete with isolation

washers. (f) Refer to Section 7.22B for joint specifications. 7.47 CONNECTIONS TO EXISTING PIPING AND APPURTENANCES .1 All connections to existing piping, services, and appurtenances shall be made by City of

Nanaimo forces unless otherwise authorized by the City Engineer. .2 All connections to existing piping and services shall utilize a manufactured rubber gasket

bell and spigot joint or dresser coupling designed for the types of pipes to be connected. .3 The use of field joints or rubber repair couplings shall require the approval of the Engineer. .4 Rubber repair couplings must have 4 stainless steel clamps complete with stainless steel

anti shear band. Only those products approved by the City Engineer will be accepted for installation.

.5 Slip couplers shall be used on PVC pipes. Rubber repair couplings are not to be used on

PVC pipes.

Page 270: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT INSTALLATION

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 42

7.48 SERVICE CONNECTION JUNCTIONS .1 Service connection junctions shall be installed at the locations shown on the construction

drawings or as directed by the Engineer during construction. .2 Where service connections are not installed in conjunction with the main, fittings shall be

installed in the sewerline to accommodate the service connections, and caps or plugs shall be installed in the fittings. Markers shall be installed as specified in Section 7.61 - Service Connection Installation, clause 7.61.3 (i).

.3 Concrete Pipe (Reinforced and Non-reinforced): (a) Field break-in and mortar patch joints shall not be used unless approved by the City

Engineer. If approved, the following shall apply: (i) Service connections shall be manufactured using a sanded PVC male end stub pipe with integral bell. (ii) Break into the pipe by coring to within 40mm of the outside diameter of the

service stub. All exposed reinforcing steel shall be removed. (iii) Insert the stub into the core ensuring that no portion of the service stub protrudes

past the inside of the concrete pipe wall, and the stub length shall be equivalent to the thickness of the concrete pipe wall and the length of the stub’s integral bell.

(iv) Prepare non-shrink, fast setting cementitious grout with a 3:1 sand/cement mix to a "dry pack" consistency. Pack grout tightly into the void between the stub and the pipe and mound around the stub for lateral support.

(v) Hand finish interior and exterior grout surfaces to a smooth finish. (vi) In order to prevent damage to the field joint, allow sufficient time for grout to

develop strength prior to installation of connecting pipe or backfilling. (vii) Installation shall be inspected by the Engineer prior to backfilling. (b) Refer to Section 7.23 for service junction specifications. .4 PVC Pipe (Smooth Profile): (a) Service saddle connections shall not be used unless approved by the Engineer. (b) If approved, installation of service saddle connections shall conform to the following:

(i) Drill hole into main line pipe to the exact outside diameter of the new connection. (ii) The use of saddles instead of manufactured wye fittings shall require approval by

the City Engineer. Saddles shall be rigid PVC material complete with rubber seating gasket. Saddle to be attached to pipe with stainless steel banding straps.

(iii) Attach service saddle in accordance to the manufacturer’s specifications. (c) Refer to 7.23 for service junction specifications.

Page 271: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT INSTALLATION

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 43

.5 PVC Pipe (Ribbed Profile): (a) Installation of service saddle connections shall conform to Section 7.48.4. (b) Refer to Section 7.23 for service junction specifications. .6 High Density Polyethylene (HDPE) Pipe (Smooth Profile): (a) Service connections to mainline pipe using manufactured fittings shall be in strict

accordance with manufacturer's instructions. (b) Connection of HDPE service junctions to non-pressurized PVC service pipe shall be

made with flexible couplings. Flexible couplings shall be manufactured from elastomeric PVC and be held in place with series 300 stainless steel worm gear clamps.

(c) Refer to Section 7.23 service junction specifications. .7 High Density Polyethylene (HDPE) Pipe (Open Profile): (a) Installation of service saddle connections shall conform to Section 7.48.4. (b) Refer to 7.23 for service junction specifications. 7.49 CAST-IN-PLACE MANHOLE CONCRETE BASES (REVISED NOVEMBER 2016) .1 All water shall be removed from the excavation prior to placing base concrete. The base

shall be constructed such that the first section of a precast section can be set plumb with uniform bearing throughout its full circumference.

.2 If material in the bottom of the trench is unsuitable for support, the bottom shall be

overexcavated to firm base as determined by the Engineer and backfilled to the required grade with thoroughly compacted base gravel as specified for trench bottom stabilization under the applicable section included in Section 4 - Trench Excavation, Bedding and Backfill.

.3 Where overexcavation and backfill with base gravel is not practical, special structure

support shall be provided as specified for trench bottom stabilization under the applicable section included in Section 4 - Trench Excavation, Bedding and Backfill.

.4 Concrete manhole bases shall be constructed as shown on the drawings. Pipes and fittings

through the manhole shall be supported on concrete blocks and the concrete base poured around the pipe to a depth of at least 150mm below the bottom of the pipe and up to the springline of the pipe. Install rubber manhole adaptor rings on all plastic pipe installed in the manhole base.

.5 Invert elevations of pipes at the manhole shall be checked by the Contractor prior to and

following placement of base concrete around the pipe to ensure that all pipes are installed at the designed elevation.

.6 Variations in manhole inverts from established grade or elevations shall be corrected.

Page 272: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT INSTALLATION

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 44

.7 Manhole channelling shall be constructed as shown on Standard Drawings or as shown on

the construction drawings. Channeling shall be constructed to have a minimum 0.3m straight section before the change in direction within the manhole. (REVISED NOVEMBER 2016)

.8 The channels in the base of manholes shall be shaped and finished to provide smooth

passage for the storm water in order to minimize head losses and deposits at bends and at junctions of channels. (REVISED NOVEMBER 2016)

.9 Channels shall be accurately formed. The practice of forming channels roughly to shape

and finishing with cement mortar will not be permitted. The channels shall be steel trowel finished. (REVISED NOVEMBER 2016)

.10 Benching in manholes shall be sloped to drain. While green, the concrete benching shall be

given a broom finish to produce a non-skid surface. (REVISED NOVEMBER 2016) 7.50 -NOT USED- (REVISED NOVEMBER 2016) 7.51 PRECAST MANHOLE SECTIONS .1 Precast manhole barrel sections shall be placed plumb.

.2 Joints between the top riser and the cover slab shall be made watertight with cement mortar. Prior to placing sections, the mating face shall be thoroughly soaked with water and a layer of cement mortar shall be spread on the lower face. After sections are placed, excess mortar shall be removed and the joint made flush inside and out.

.3 Joints between precast manhole barrels must utilize o-ring gaskets and shall conform to the

manufacturer’s specifications. The inside surface of the precast barrel at the o-ring joints shall be filled with cement grout to a smooth finish.

.4 Damaged o-ring manhole joints require removal and replacement of damaged manhole

section. Mortar patching of damaged area, if approved by the Engineer, shall require removal of the o-ring gasket and installation as per Section 7.51.2.

.5 Refer to Section 7.25A for precast manhole section specifications. 7.52 PRECAST MANHOLE BASES .1 Installation of precast manhole bases shall conform to Section 7.49 - Cast-In-Place

Manhole Concrete Bases. (REVISED NOVEMBER 2016) .2 Precast manhole bases shall be placed on 150mm thick base of 38mm drain rock.

(REVISED NOVEMBER 2016) .3 Plastic and concrete pipes installed in the precast manhole base shall utilize rubber

manhole adaptor rings to seal the connection. .4 Refer to 7.25B for precast manhole bases specifications.

Page 273: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT INSTALLATION

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 45

7.53 CONCRETE .1 Concrete work shall be as specified under Section 11.0 - Reinforced and Plain Concrete

Works. 7.54 FRAMES AND COVERS .1 Frames shall be set on precast concrete grade rings to bring the cast iron manhole frame

up to grade as shown on the Standard Drawings. Contractor to install concrete grade rings to a minimum of 50mm thick and to a maximum of 100mm thick. The concrete grade rings shall be laid in common bond with raked mortar joints and shall be mortared inside and outside of the manhole. (REVISED NOVEMBER 2016)

(a) Fine grade elevation adjustments of frames shall be done with a minimum of 3, steel

only, shims equally spaced. .2 Manhole covers shall be installed: (a) for unpaved areas: Covers shall have a 1.5m x 1.5m, 50mm thick asphalt apron.

Covers shall be set flush with the asphalt surround. (b) for paved areas: Covers shall be flush with pavement grade with a maximum allowed

variance of 6mm lower than finished pavement. Covers shall not protrude above finished pavement.

.3 Steel manhole riser rings shall be used in easements only. .4 The inside surface of the manhole frame shall be painted green with an enamel rust paint in

accordance with the manufacturer’s specifications. .5 Refer to Section 7.25D for manhole covers and frames specifications. 7.55 MANHOLE STEPS .1 Manhole steps shall be installed in manhole sections by the manufacturer unless

circumstance dictates otherwise in which case approval must be received from the Engineer.

.2 The distance from the top of the manhole cover to the first manhole step, shall conform to

WorkSafeBC requirements. .3 All steps shall be complete with approved polyethylene anchor insulating sleeves and

installed in 25mm to 26mm diameter precast or drilled holes in a manhole section. .4 Refer to Section 7.25E for manhole steps specifications.

Page 274: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT INSTALLATION

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 46

7.56 DROP MANHOLE STRUCTURES .1 Manhole drop structures shall be constructed as shown on Standard Drawing No. SW-14 -

Storm Drop Manhole. (REVISED NOVEMBER 2016) 7.57 STUBS .1 Blind stub sections for connection of future sewers and service connections to the

manholes shall be installed where shown on the construction drawings and as directed by the Engineer. Stubs shall be as long as the vertical depth from finish grade to the invert of each stub. Each stub shall be plugged with a removable, watertight plug as shown on the construction drawings. Where stubs are installed, the bottom of the manhole shall be channelled to the stub entrance.

7.58 TEMPORARY CLEANOUTS .1 Temporary cleanouts shall be constructed as shown on the Standard Drawings. 7.59 -NOT USED- (REVISED NOVEMBER 2016) 7.60 PRECAST CATCH BASIN BARRELS AND LEADS (REVISED NOVEMBER 2016) .1 Catch basins shall be installed in accordance with the Standard Drawings. .2 Catch basin leads shall be installed to allow passage of video cameras and flushing

equipment. Installation of mitred bends may be allowed to avoid pipe conflicts or insufficient bury. Mitre bends shall not exceed 45° and there shall be a minimum 1.0m separation between mitre bend hubs.

.3 Catch basin leads taken into manholes shall be benched in the same manner as main line

piping. .4 Catch basin grates are to be set 20mm below the gutter line. The gutter and blacktop are to

be shaped to form a dish around the inlet. .5 Construction and finishing of catch basins shall be the same as for manholes as described

in Section 7.54 - Frames and Covers. .6 Catch basin leads are to protrude 50mm into the catch basin barrel and shall be grouted

inside and outside of the barrel in accordance with the Standard Drawings. .7 There shall be a 400mm minimum clearance between the outside of the catch basin barrel

and the trench wall to allow for compaction. .8 Curb inlet catch basins are to be installed to be rigid once installed and the inlet hood

remain flush with the top of the curb. (REVISED NOVEMBER 2016)

Page 275: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT INSTALLATION

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 47

7.61 SERVICE CONNECTION INSTALLATION .1 Location of Service Connections: (a) Service connections are to be installed at the locations and depths as specified by the

Engineer. Where the depth of the service connection exceeds 2.0m, the service shall be extended into the property the same distance as the depth of the service, up to a maximum distance of 4.0m. This shall be done during the installation of the service connection from the main to the property.

(b) At no time shall two or more storm services be coupled into one lead crossing the street or right-of-way. Each service shall have its own independent connection into the main sewer.

.2 Grade and Alignment of Service Connections:

(a) Trenches shall be excavated so that pipe can be installed in a direct line from the

service connection fitting at the sewer or from a manhole to the terminus of the service. Service connections shall be installed at a grade of not less than 2% unless otherwise directed by the Engineer. Service pipe shall be installed at a uniform grade between the terminus at the property line and the junction fitting at the sewer or upper end of a service drop.

.3 Storm Sewer Service Connection Installation: (a) Pipe shall be installed in strict accordance with the manufacturer's recommended

practice. (b) Pipe shall be checked before being lowered into the trench to ensure that no foreign

material, manufacturer's defects, or cracks exist that might prevent the proper jointing of the pipe or its operation.

(c) The Contractor shall use methods for installing pipe in an auger hole or casing pipe as shown on the construction drawings.

(d) The trench shall be excavated to provide a minimum cover of 0.75m over the service connection pipe at property line.

(e) In rock, the trench is to be extended three 3.0m into the property to facilitate future extension of the service connection.

(f) The trench bottom shall be graded to form a continuous support along the service pipe. All rocks or projections which might prove detrimental to the pipe shall be removed.

(g) Joints shall be made using the specified couplings. Glued joints shall not be made. (h) At the terminus of each sewer service approved watertight caps suitably supported by

sandbags shall be installed to prevent leakage. (i) A 38mm x 89mm pressure treated wood marker stake shall be placed at the service

terminus as shown on the drawings to facilitate future location of the service pipe. This stake shall extend from a point approximately 600mm above ground to 600mm below ground except in locations where the extension of the stake above ground surface would prove hazardous, in which case the stake shall be cut off flush with the ground surface. The stake shall be marked in an approved manner to show the depth of the service pipe invert below the top of the stake. The stakes shall be painted green to visually identify the storm sewer service connections. The Engineer will take invert elevations of the service connection assembly prior to placement of the cap by the Contractor. (REVISED NOVEMBER 2016)

Page 276: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT INSTALLATION

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 48

(j) Inspection assemblies shall be installed as shown on the standard drawings. (k) The service box shall be installed plumb with the lid 25mm above finished grade in

unpaved areas and 0 - 6mm below finished grade in paved areas. .4 Riser Service Connections: (a) Riser service connections shall be installed as shown on Standard Drawings No. SW-

21 - General Storm Service Connection Detail, Riser and Non Riser Types or Standard Drawing No. SW-22 - Commercial Areas Storm Service Connection Detail, Riser and Non Riser Types in locations shown on the construction drawings. (REVISED NOVEMBER 2016)

7.62 NOTIFICATION TO THE CITY OF NANAIMO .1 The City of Nanaimo Works Inspector shall be given 48 hours notice of all tests. 7.62A CLEANING AND FLUSHING .1 On completion of the sewer pipe installation, the pipes shall be cleaned to the satisfaction of

the Engineer and the City of Nanaimo Public Works Inspector by power flushing with water to remove all foreign matter.

.2 Ensure that snow chains are installed at the downstream manhole so that no foreign

material passes beyond downstream manhole. Flow through the system shall remain unimpeded at all times while snow chains are installed.

.3 Begin cleaning from the upstream pipe in the system and proceed downstream. Under no

circumstances is the pipe cleaning process to proceed downstream until all contributing upstream pipes have been successfully cleaned and approved by the Engineer, the City of Nanaimo Public Works Inspector, or by the City of Nanaimo CCTV contract administrator.

.4 Manholes shall be cleaned after the upstream section of pipe has been successfully

cleaned and approved by the Engineer, the City of Nanaimo Public Works Inspector, or by the City of Nanaimo CCTV contract administrator.

.5 Pipes shall be cleaned in the direction of flow and shall not be flushed in a backflush

direction unless approved by the City Engineer, by the City of Nanaimo Public Works Inspector, or by the City of Nanaimo CCTV contract administrator.

.6 Under no circumstances shall debris pass beyond the downstream manhole. Active

vactoring shall remove all debris at the snow chains installed at the downstream manhole. .7 Dispose of debris at approved dump site such as the Regional District of Nanaimo’s landfill

or by the CCTV contract administrator’s approved alternative. .8 Decanting of liquid waste accumulated during debris removal is permitted at a controlled

release rate, to a maximum of 8l/s, at a location approved by the City of Nanaimo CCTV contract administrator.

.9 Timeframe between cleaning and video inspection of pipeline shall not exceed 24 hrs

unless approved by the City Engineer.

Page 277: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT INSTALLATION

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 49

.10 Ensure all environmental mitigation is in accordance to current BC Ministry of Environment

and Department of Fisheries and Oceans Standards. 7.63 VIDEO INSPECTING MAINS .1 All pipe video inspection including methods of cleaning, equipment and rates of camera

travel, shall be in accordance with the UK Water Research Centre’s (WRc), Sewage Rehabilitation Manual, most current edition.

.2 For gravity sewers, other than service connections, the contractor shall arrange for video

inspection to check alignment, grade, and condition of the main sewer pipe including catch basin leads.

(a) Illumination depth of field shall be no less than 3 joints for standard joint and spigot

pipe types to allow for pipe deflection assessments (9.0m). No dark/opaque circle shall be visible in the middle of this depth of field viewing area.

(b) Eliminate steaming and fogging encountered during the inspection survey by introducing forced air flow by means of fan.

(c) Camera lens to remain free of grease or other deleterious matter to ensure optimal clarity.

(d) Pan and tilt view each service connection (junction) such that the camera looks down the centreline of the service, pause for a minimum of five (5) seconds and note condition of the joint and/or pipe/service interface.

(e) Camera guides (Skids) shall not be visible at either side of the pipe during normal camera travel or during Pan & Tilt operation. Configuration of camera/guides shall be altered to alleviate this problem.

(f) CCTV push camera work shall be video captured (complete with skids for centering) from the main wye pulling back to entrance point to avoid an invert only view.

(g) A winch line shall be provided to support camera travel in steep, slippery, or relined pipe sections.

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

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

(j) Instantaneous travelling speed of the camera in the pipeline to be as follows:

i) 0.1m/s for pipeline of diameter less than 200mm ii) 0.15m/s for diameters 200mm and larger but not exceeding 310mm: and iii) 0.20m/s for diameters exceeding 310mm

.3 The inspection shall include the preparation of:

(a) a 4.7GB DVD MPEG4 video data disk. Picture size: NTSC 640x480 pixels, aspect ratio 4:3, 29.97 frames per second @ 8 megabits per second capture rate. Individual MPEG4 video files shall not exceed 1.7GB in size. DVD data disk shall be finalized after burn. (REVISED NOVEMBER 2016)

(b) a Microsoft Access database CD of the Header and Observation codes as specified by the City Engineer.

Page 278: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT INSTALLATION

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 50

(c) a pipe condition assessment paper report.

All submitted to the Engineer. .4 The Engineer shall review the DVD, CD, and pipe condition report and provide certification

that the condition of the installed pipe is accurately recorded and the pipe installation meets the City of Nanaimo Standards and Specifications.

.5 The DVD, CD, and pipe condition report and certification shall become the property of the

City of Nanaimo. .6 Variations in line or grade of pipe, from that established by the Engineer prior to installation,

and any jointing, pipe cleaning, or other deficiencies discovered during the inspection, shall be rectified. Reinspection of the pipe may be required by the Engineer at the contractor’s expense.

.7 During this test, manhole construction and invert elevations shall be checked and any

variations from the established grade, drawings, or specifications, shall be rectified. .8 If directed by the Engineer, the contractor shall arrange for a reinspection of the pipe at the

contractor’s cost, for the warranty inspection one month prior to the end of the maintenance period.

.9 Video inspection and pipe condition coding shall be undertaken only by personnel with

current Canadian certification by a City approved agency. 7.63A SMOKE TESTING .1 The Engineer shall arrange for smoke testing of all installed storm mains in the presence of

the City of Nanaimo Works Inspector. .2 The Engineer shall provide as-built service location information to the City of Nanaimo

works Inspector prior to smoke testing. .3 Cross-connections noted during the smoke testing shall be corrected and the as-built

information revised. 7.64 DRAINAGE DITCH CONSTRUCTION .1 Drainage ditches shall be excavated to the line and grade shown on the construction

drawings or as otherwise determined by the Engineer. 7.65 CULVERT INSTALLATION .1 Trenches for culvert installation shall be excavated to the required depth and grade and

backfilled in accordance with the requirements for storm mainlines.

Page 279: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT INSTALLATION

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 51

.2 Concrete Pipe:

(a) Install pipe in accordance with Section 7.42 - Pipe Installation.

.3 Polyvinyl Chloride (PVC) Pipe: (a) Install pipe in accordance with Section 7.42 - Pipe Installation. 7.66 CULVERT HEADWALLS .1 Culvert headwalls shall be constructed as shown on the Standard Drawings. .2 "Wet-mix" Sandbags: (a) The sandbag sacks shall be wetted and filled with wet premixed concrete and folded

at the top to retain the concrete at the time of placing. (b) Immediately after being filled with concrete, sacks shall be placed and lightly tamped to conform with the slope, culvert pipe, and adjacent sacks in-place. (c) Sacked concrete shall be laid in courses such that joints in succeeding courses are

staggered. Courses shall be a minimum of ten per vertical metre. Dirt and debris shall be removed from the top of sacks before the next course is laid thereon.

(d) Prior to sacked concrete setting, courses of bags shall be tied by driving a 15M reinforcing bar vertically from top to bottom through each course so that displacement will not occur after the final set of concrete. Top of reinforcing bar shall be bent over on top.

.3 Headwalls shall be protected from heavy rainfall and from contacting water for a period of at

least 24 hours after placing. .4 Composite culvert headwalls shall be installed as per manufacturer’s recommendations and

Engineer approved design drawings. 7.67 PERFORATED DRAINS .1 Excavate trench to the lines and grades as shown on the construction drawings. .2 Place sufficient filter fabric in the trench to provide a minimum 300mm overlap after the

drain rock is placed. .3 Place a 150mm thick layer of drain rock and install the perforated pipe. Perforations shall

be installed on the bottom half of the pipe. .4 Place drain rock to within 150mm of finished surface and surround with filter fabric. .5 Place remaining 150mm of drain rock or, if specified, top soil to finish grade. .6 Install all manholes as per Section 7.0 - Stormwater Management. (REVISED NOVEMBER

2016)

Page 280: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT INSTALLATION

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 52

7.68 INLET AND OUTLET STRUCTURES .1 Inlet and outlet structures shall be installed in accordance with Standard Drawings.

(REVISED NOVEMBER 2016) .2 Excavate to the lines and grades as shown on the construction drawings. If subgrade is

unsuitable for support as determined by the Engineer, the bottom shall be excavated and backfilled to the required grade with road base gravel compacted to 95% modified proctor or drain rock. (REVISED NOVEMBER 2016)

.3 Structure shall be placed on a minimum of 100mm (compacted thickness) of road base

gravel compacted to 95% modified proctor. Where groundwater is present, drainrock may be substituted for road base gravel if approved by the Engineer.

.4 All concrete work shall be in accordance with Section 11.0 - Reinforced and Plain Concrete

Works. 7.69 RIPRAP .1 Areas to receive riprap shall be trimmed to a uniform surface, to the grades shown on the

drawings. Before rock placement commences, loose materials shall be removed and minor pot holes and hollows filled in with select granular sub-base, well tamped in.

.2 Geotextile material and placement, where required, shall be as shown on the drawings. .3 At the toe of sloped riprap, larger rocks shall be placed regularly enough to form a firm

foundation, 50% thicker than the required nominal thickness. .4 Other large rocks shall be regularly spaced. Smaller rocks shall be well positioned to form

an interlocking, even surface. 7.70 PIPE VIDEO AND MANHOLE CONDITION REPORT FORMAT .1 Reference plans shall accompany reports with manholes labeled and inspected sections

highlighted. Manhole and pipe numbering shall conform with the construction drawings, or if available, City of Nanaimo pipe and manhole numbers. Reports shall be submitted in both digital and hardcopy formats.

.2 All sewer defects shall be photographed and included with the report and referenced by

numbers accordingly. .3 The video pipe condition rating report format shall be in accordance with the UK Water

Research Centre’s (WRc), Sewerage Rehabilitation Manual, most current edition. Structural defects shall be properly weighted with the appropriate scores assigned to them

as shown in the following table:

Page 281: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT INSTALLATION

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 53

WRc GRADING SYSTEM

DEFECT CODE NO. TYPE OF DEFECTS POINT SCORES 1 Open Joints 1 to 2 2 Displaced Joints 1 to 2 3 Cracks 10 to 40 4 Fracture 40 to 80 5 Broken 80 6 Hole 80 to 165 7 Collapsed 165 8 Spalling 5 to 120 9 Wear 5 to 120 10 Deformation 20 to 165

Every video inspected sewer will be assigned a composite score when it scores under each defect

category which are added as per the following table:

WRc - SEWER RATING COMPOSITE SCORES

COMPUTER COMPOSITE GRADE

PEAK SCORE RANGE (SUM OF THE SCORES FROM THE

ABOVE TABLE)

TYPICAL DEFECT DESCRIPTION

1 (least defective)

1 to 9

No observable structural defects

2

10 to 39

Circumferential crack. Moderate joint defects, i.e. open joint (medium) or joint displaced (medium), spalling slight and wear slight.

3

40 to 79

Fracture with deformation <5%. Longitudinal cracking or multiple cracking. Minor loss of level. More severe joint defects, i.e. open joint (large) or joint displaced (large). Spalling medium. Wear medium.

4

80 to 164

Broken, deformation up to 10% and broken fracture with deformation 5 - 10%. Multiple fractures. Serious loss of level. Spalling large. Wear large.

5 (most defective) 165+

Already collapsed. Deformation >10% and broken. Extensive areas of fabric missing. Fracture with deformation >10%.

Page 282: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT INSTALLATION

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 54

The following additional information shall be included for each sewer section as the CCTV Title Page:

(a) Date of survey. (b) Contractor Project Index No. (i.e. Tape No. V2-1234) (c) Survey No. (d) Start MH No. (e) Finish MH No. (f) Line ID No. (g) Direction of Camera Travel. (h) Street Location (Road Name or RW No.). (i) Distance from the manhole rim to pipe invert. (j) Length of Capture. (k) Total of Captured CCTV. (l) Current weather information.

.4 All pipe video inspections shall include an annotated map with the following information:

(a) Manhole and catch basin locations with labels. (b) City of Nanaimo drawing numbers. (c) Manhole I.D. numbers (as per the City of Nanaimo GIS numbering system). (d) Catch basin I.D. numbers (as per the City of Nanaimo GIS numbering system).

.5 Computer database file to contain identical survey report information as the printed report exclusive of photographs. Index numbers and distance of survey information shall numerically increase. For an individual survey, whether the information is sorted by index or distance, the result will be in the same order.

.6 All pipe video inspection operators shall be thoroughly trained with current Canadian

certification by a City approved agency. .7 Manhole video inspection is not required. Manholes shall be rated as per the following

table and form part of the video inspection report.

Page 283: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 7 - STORMWATER MANAGEMENT INSTALLATION

_______________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 7 - 55

MANHOLE RATING SYSTEM

INTERNAL CONDITION GRADE TYPICAL DEFECT DESCRIPTION

1 (least defective) -No observable structural defects. -No observable signs of infiltration.

2

-Minor cracks, chips, spalling. -Signs of minor staining, but no infiltration.

3

-Fractures, medium spalling, defective pipe/MH joints. -Some staining, mineral build-up and seeding infiltration. Possible infiltration through manhole cover.

4

-Broken manhole wall, channel or riser assembly, multiple fractures, medium wear. -Moderate staining, mineral build-up and running infiltration. -Infiltration through manhole cover. -Manhole frame and cover cracks or broken.

5 (most defective)

-Failure in manhole wall, channel or riser assembly, multiple fractures with deformation, large wear. -Heavy staining, mineral build-up and gushing infiltration. -Surface ponding and infiltration through manhole cover. -Manhole frame and cover cracks or broken.

Page 284: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 7.0

OF THE MANUAL OF ENGINEERING STANDARDS ANDSPECIFICATIONS, LATEST EDITION.

2. FOR FRAME & GRATE DETAILS, SEE STD DWG SW-6.3. ALL JOINTS TO BE PRE-WETTED BEFORE MORTAR IS PLACED.4. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVED

PRODUCTS LIST WILL BE ACCEPTED FOR INSTALLATION.5. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.6. CATCH BASIN LID TO MEET CS-600 LOADING.

762

406

1067

400 MINFOR COMPACTION

50

150mm OF 38mm DRAIN ROCKON APPROVED SUB-GRADE

GROUT ALL AROUND CB LEAD,INSIDE & OUTSIDE OF BARREL

PRECAST CB LID

PRECAST GRADE RINGS,2 MIN

CB INLET FRAME & GRATE,GROUTED TO GRADE RINGSAS REQ'D

PRECAST CATCH BASINBARREL

CB LEAD, INSTALLED INFACTORY KNOCK-OUT, SEEDESIGN DWGS FOR SIZE

127

GU

TTE

R L

INE

610 ID

20

ASPHALT

CONCRETECURB

BACKFILL WITH IMPORTEDGRANULAR FILL

100

MA

X50

MIN

FINISHED GRADE

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-1

6.16

.201

6

T H E H A R B O U R C I T Y STANDARD CATCH BASIN

1:15

JAN 2016

NOV 2016

SW-1

Engineering Standards & SpecificationsNovember 2016 Edition

Page 285: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 7.0

OF THE MANUAL OF ENGINEERING STANDARDS ANDSPECIFICATIONS, LATEST EDITION.

2. FOR FRAME & GRATE DETAILS, SEE STD DWG SW-6.3. ALL JOINTS TO BE PRE-WETTED BEFORE MORTAR IS PLACED.4. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVED

PRODUCTS LIST WILL BE ACCEPTED FOR INSTALLATION.5. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.6. CATCH BASIN LID TO MEET CS-600 LOADING.

762

85

657

400 MINFOR COMPACTION

50

150mm OF 38mm DRAIN ROCKON APPROVED SUB-GRADE

GROUT ALL AROUND CB LEAD,INSIDE & OUTSIDE OF BARREL

PRECAST CATCH BASINBARREL

CB LEAD, INSTALLED INFACTORY KNOCK-OUT, SEEDESIGN DWGS FOR SIZE

143

GU

TTE

R L

INE

611 ID

PRECAST CB LID

PRECAST GRADE RINGS,2 MIN

CB INLET FRAME & GRATE,GROUTED TO GRADE RINGSAS REQ'D

20

ASPHALT

CONCRETECURB

BACKFILL WITH IMPORTEDGRANULAR FILL

100

MA

X50

MIN

FINISHED GRADE

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-2

6.16

.201

6

T H E H A R B O U R C I T Y SHALLOW CATCH BASIN

1:15

JAN 2016

NOV 2016

SW-2

Engineering Standards & SpecificationsNovember 2016 Edition

Page 286: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 7.0

OF THE MANUAL OF ENGINEERING STANDARDS ANDSPECIFICATIONS, LATEST EDITION.

2. FOR FRAME & HOOD DETAILS, SEE STD DWG SW-7.3. ALL JOINTS TO BE PRE-WETTED BEFORE MORTAR IS PLACED.4. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVED

PRODUCTS LIST WILL BE ACCEPTED FOR INSTALLATION.5. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.6. CATCH BASIN LID TO MEET CS-600 LOADING.

940

305

915400 MIN

FOR COMPACTION

50

150mm OF 38mm DRAIN ROCKON APPROVED SUB-GRADE

GROUT ALL AROUND CB LEAD,INSIDE & OUTSIDE OF BARREL

PRECAST CATCH BASINBARREL

CB LEAD, INSTALLED INFACTORY KNOCK-OUT, SEEDESIGN DWGS FOR SIZE

127

GU

TTE

R L

INE

762 ID

PRECAST CB LID

PRECAST GRADE RINGS,2 MIN

CB INLET FRAME & GRATE

20

ASPHALT

CURB INLET HOOD

BACKFILL WITH IMPORTEDGRANULAR FILL

100

MA

X50

MIN

FINISHED GRADE

NOTE:TOP OF HOOD TO BE FLUSH WITH TOP OF CURB.PRIOR TO CASTING THE CONCRETE CURB, THECURB INLET HOOD IS TO BE PERMANENTLYFIXED IN PLACE BY EITHER WELDING IN-PLACE,OR PROVIDING INSERTS CAST INTO THECONCRETE CURB.

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-3

6.16

.201

6

T H E H A R B O U R C I T Y CURB INLET CATCH BASIN

1:15

JAN 2016

NOV 2016

SW-3

Engineering Standards & SpecificationsNovember 2016 Edition

Page 287: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 7.0

OF THE MANUAL OF ENGINEERING STANDARDS ANDSPECIFICATIONS, LATEST EDITION.

2. FOR FRAME & GRATE DETAILS, SEE STD DWG SW-8.3. ALL JOINTS TO BE PRE-WETTED BEFORE MORTAR IS PLACED.4. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVED

PRODUCTS LIST WILL BE ACCEPTED FOR INSTALLATION.5. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.

762

559

1220

400 MINFOR COMPACTION

50

150mm OF 38mm DRAIN ROCKON APPROVED SUB-GRADE

GROUT ALL AROUND CB LEAD,INSIDE & OUTSIDE OF BARREL

PRECAST GRADE RINGS,2 MIN

BOULEVARDFRAME & GRATE

PRECAST CATCH BASINBARREL

CB LEAD, INSTALLED INFACTORY KNOCK-OUT,SEE DESIGN DWGSFOR SIZE

610 ID

CATCH BASINS INSTALLED INGRAVEL SURFACES SHALL HAVEA 50mm THICK x 1.5mØ ASPHALTAPRON ON 100mm OFCOMPACTED CRUSHED GRAVEL

20

BACKFILL WITHIMPORTED GRANULAR FILL

100

MA

X50

MIN

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-4

6.16

.201

6

T H E H A R B O U R C I T Y BOULEVARD CATCH BASIN

1:15

JAN 2016

NOV 2016

SW-4

Engineering Standards & SpecificationsNovember 2016 Edition

Page 288: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 7.0

OF THE MANUAL OF ENGINEERING STANDARDS ANDSPECIFICATIONS, LATEST EDITION.

2. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVEDPRODUCTS LIST WILL BE ACCEPTED FOR INSTALLATION.

3. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.

332

288

500

200 MIN

35

150mm OF 38mm DRAIN ROCKON APPROVED SUB-GRADE

GROUT ALL AROUND CB LEAD,INSIDE & OUTSIDE OF BARREL

PRECAST CATCH BASINBARREL

CB LEAD, INSTALLED INFACTORY KNOCK-OUT, SEEDESIGN DWGS FOR SIZE

250 ID

CAST IRON GRATE TO CS-600LOADING (TR CASTINGS TR 12OR EQUAL)

BACKFILL WITH COMPACTEDAPPROVED NATIVE MATERIAL

ELEVATION1:15

PLANNTS

PR

OP

ER

TYLI

NE

100Ø SERVICEFROM HOUSE150Ø MIN

100Ø MINSTO

RM

SE

WE

R

LAWN BASIN

STORM SEWERSERVICE BOX

NOTE:IF LARGER LAWN BASIN(SW-4) IS REQ'D, THE CBLEAD TO BE 150Ø PVCTO SERVICE BOX.

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-5

6.16

.201

6

T H E H A R B O U R C I T Y SMALL LAWN BASIN ON PRIVATE PROPERTY

1:15

JAN 2016

NOV 2016

SW-5

Engineering Standards & SpecificationsNovember 2016 Edition

Page 289: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

R

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 7.0

OF THE MANUAL OF ENGINEERING STANDARDS ANDSPECIFICATIONS, LATEST EDITION.

2. CASTINGS SHALL BE CERTIFIED TO MEET CS-600 LOADING.3. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVED

PRODUCTS LIST WILL BE ACCEPTED FOR INSTALLATION.4. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.

GU

TTE

RLI

NE

762

610

382

127

4-RESTINGPADS

76

338

FRAME PLAN

FRAME SECTION

GRATE PLAN

GRATE SECTION

368

603

FLO

W

76368

19

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-6

4.13

.201

6

T H E H A R B O U R C I T Y CATCH BASIN FRAME AND GRATE

1:10

MAR 2016

NOV 2016

SW-6

Engineering Standards & SpecificationsNovember 2016 Edition

Page 290: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 7.0 OF THE

MANUAL OF ENGINEERING STANDARDS AND SPECIFICATIONS, LATEST EDITION.2. CASTINGS SHALL BE CERTIFIED TO MEET CS-600 LOADING.3. FOR GRATE, SEE STD DWG SW-6.4. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVED PRODUCTS LIST

WILL BE ACCEPTED FOR INSTALLATION.5. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.

FRAME PLAN

SECTION

914

610

787

597

GU

TTE

RLI

NE

4-RESTINGPADS

133

127

MIN

178

MA

X

132

108

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-7

4.13

.201

6

T H E H A R B O U R C I T Y ADJUSTABLE CATCH BASIN

FRAME AND HOOD

1:10

MAR 2016

NOV 2016

SW-7

Engineering Standards & SpecificationsNovember 2016 Edition

Page 291: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 7.0 OF THE

MANUAL OF ENGINEERING STANDARDS AND SPECIFICATIONS, LATEST EDITION.2. ALL BEARING SURFACES BETWEEN FRAME, COVER AND RISER RINGS SHALL BE

MACHINED FOR NON-ROCKING FIT IN ALL POSITIONS. ALLOW 1.5mm RAISEDFACE IN CASTINGS FOR MACHINING.

3. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVED PRODUCTS LISTWILL BE ACCEPTED FOR INSTALLATION.

4. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.

FRAME AND GRATE PLAN

GRATE SECTION

FRAME SECTION

616

562

114 63

70

32

610

762

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-8

4.13

.201

6

T H E H A R B O U R C I T Y BOULEVARD CATCH BASIN

FRAME AND GRATE

1:10

MAR 2016

NOV 2016

SW-8

Engineering Standards & SpecificationsNovember 2016 Edition

Page 292: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 7.0 OF THE MANUAL OF

ENGINEERING STANDARDS AND SPECIFICATIONS, LATEST EDITION.2. INLET AND OUTLET GRATES TO BE WELDED AND HOT-DIP GALVANIZED TO ASTM A123/A123M.3. GRATES TO BE EASILY LIFTED TO ALLOW ACCESS TO THE PIPE FOR CLEARING OF DEBRIS.4. GRATES TO BE DESIGNED IN ACCORDANCE WITH SECTION 7.11.5. IF SPECIFIED ON DESIGN DRAWINGS, GUARD RAIL TO BE INSTALLED PER STD DWG SW-12.6. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVED PRODUCTS LIST WILL BE

ACCEPTED FOR INSTALLATION.7. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.

450MIN

1.51

11

ELEVATION (OUTLET SHOWN)1:50

SECTION1:50

150mm OF 38mm DRAINROCK ON APPROVEDSUB-GRADE

DITCH TOP

DITCH BOTTO

M

1:1

1.5:1

12

1.5:1

FILL SLOPE MUST NOT WRAPAROUND THE WING WALL.IF SLOPES ARE REQUIRED TOBE STEEPER THAN THOSESHOWN, CLASS 10 RIPRAP TOBE INSTALLED.

INLET GRATE SUPPLIED BYPRE-CAST MANUFACTURER

1.51

OUTLET GRATE SUPPLIED BYPRE-CAST MANUFACTURER

PLAN (INLET SHOWN)1:50

EXTENT AND SIZE OF RIPRAPAT INLET & OUTLET ASSHOWN ON DESIGN DWGS

EXTENT AND SIZE OF RIPRAPAT INLET & OUTLET ASSHOWN ON DESIGN DWGS

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-1

06.

16.2

016

T H E H A R B O U R C I T Y PRECAST CONCRETE HEADWALL

1:50

FEB 2016

NOV 2016

SW-10

Engineering Standards & SpecificationsNovember 2016 Edition

Page 293: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 7.0 OF THE MANUAL OF

ENGINEERING STANDARDS AND SPECIFICATIONS, LATEST EDITION.2. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVED PRODUCTS LIST WILL BE

ACCEPTED FOR INSTALLATION.3. THIS HEADWALL IS FOR DRIVEWAY CULVERTS AND HYDRANT ACCESS ONLY, UNLESS APPROVED

BY CITY ENGINEER.4. IF HORIZONTAL ANGLE BETWEEN THE DITCH FLOW AND CULVERT INLET OR OUTLET EXCEEDS

30°, THE HEADWALL WILL REQUIRE WING WALLS TO FUNNEL FLOW TO PREVENT EROSION TOWALLS OF THE DITCH. SEE DESIGN DRAWINGS FOR DETAILS

5. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.

1.51

ELEVATION1:25

SECTION1:25

300

MIN

450MIN DITCHBOTTOM

DITCH BOTTOM

1000

MA

X D

ITC

H D

EP

TH

1.51

15M PIN

15M PIN, c/w HOOKINSTALL SUCH THAT MIN ONE BARIS DRIVEN THROUGH EACH SACK.ENSURE PIN IS DRIVEN ENTIRELYTHROUGH BOTTOM SACK

SANDBAGS FILLED WITH15MPa CONCRETECONCRETE, PRE-WETTED

13

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-1

14.

13.2

016

T H E H A R B O U R C I T Y SANDBAG HEADWALL FOR

CULVERT INLETS AND OUTLETS

1:25

FEB 2016

NOV 2016

SW-11

Engineering Standards & SpecificationsNovember 2016 Edition

Page 294: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

1800 MAX.

1200

450

450

300

R=150

42 DIA. x 3.55 WALLGALVANIZED STEEL PIPE(TYPICAL)

CONCRETE WALL GENERAL ARRANGEMENT

100

450 40

050

RAIL POSTTOP OF WALL

25 MIN. NON-SHRINKCEMENT GROUT

0.51 THICK GALV.SHEET METAL SLEEVES

STEEL PLATE CAP0.51 OR BETTERWELDED TO SLEEVE

USE NON-SHRINKCEMENT GROUT TOSET PIPE TO GRADE

EMBEDDED MOUNTING

80 2020TYP TYP

8080 MIN

4-12x180ANCHOR BOLTS

BASE PLATE120 x 12 x 120

RAIL POST

EDGE OF CONCRETE

ATTACHED MOUNTING

CONNECTION DETAILS

50 OPENINGS.

GALVANIZED STEEL CHAIN LINKFENCING 3.55Ø WOVEN TO

TIE WIRES, 3.55ØMAX. SPACING

TOP RAIL - 450TENSION BAND - 375LINE POSTS - 300

TENSION BANDS 3 x 20GALVANIZED STEEL

TENSION WIRE 4.5ØGALVANIZED STEEL WIRE.

GALVANIZED STEELTENSION BARS 5 x 20

(SEE DETAIL)

MIN80

240

MIN

IMU

M W

ALL

TH

ICK

NE

SS

EDGE OF CONCRETE

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 7.0 OF THE MANUAL OF

ENGINEERING STANDARDS AND SPECIFICATIONS, LATEST EDITION.2. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVED PRODUCTS LIST WILL BE

ACCEPTED FOR INSTALLATION.3. ALL JOINTS MITRED, WELDED ALL AROUND AND GROUND SMOOTH.4. INSTALLATION OF CHAINLINK FENCING AS REQUIRED BY THE CITY ENGINEER.5. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-1

26.

16.2

016

T H E H A R B O U R C I T Y GUARD RAIL

NTS

NOV 1997

NOV 2016

SW-12

Engineering Standards & SpecificationsNovember 2016 Edition

Page 295: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE

WITH SECTION 7.0 OF THE MANUAL OF ENGINEERINGSTANDARDS AND SPECIFICATIONS, LATEST EDITION.

2. FOR MANHOLE BENCHING, SEE STD DWG SW-15.3. FOR FRAME & COVER DETAILS, SEE STD DWG SW-16.

4. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMOAPPROVED PRODUCTS LIST WILL BE ACCEPTED FORINSTALLATION.

5. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTEDOTHERWISE.

TYPICAL SECTION1:25

600 MIN FORCOMPACTION

150mm OF 38mm DRAIN ROCKON APPROVED SUB-GRADE

PRECAST MANHOLE LID

PRECAST GRADE RINGS,2 MIN; 4 MAX

PRECAST MANHOLEBARREL, SEE DESIGNFOR SIZE

20

PRECAST PRE-BENCHEDMANHOLE BASE

RUBBER MANHOLEADAPTER RING FORPVC PIPES

RUNGS CAST INTO WALL OFBARREL TO CONFORM TOWORKSAFE BC REQUIREMENTS

CAST-IN-PLACEMANHOLE BASE

SLOPE BENCHING 1:10

MIN

PRECAST MANHOLEBARREL, SEE DESIGNFOR SIZE

WHERE POSSIBLE, USEHALF PIPE SECTIONS,OR BREAK-OUT TOPHALF OF PIPE

CAST-IN-PLACE BASECAST MANHOLE BASE ONUNDISTURBED SOILS

BACKFILL WITH IMPORTEDGRANULAR FILL

RO

AD

TO CONFORM TO WORKSAFE BC,OR 500mm MAX

STR

UC

TUR

E

MANHOLE FRAME TOBE CONCRETED TOMANHOLE LID

USE SHORT MANHOLEBARREL AS FORM. ENSURETOP IS LEVEL PRIOR TOPOURING CONCRETE

CONCRETE BLOCKTO SET MANHOLEBARREL HEIGHT

75

MANHOLES INSTALLED INGRAVEL SURFACES SHALLHAVE A 50mm THICK x 1.5mØASPHALT APRON ON 100mm OFCOMPACTED CRUSHED GRAVEL

100

MA

X50

MIN

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-1

36.

16.2

016

T H E H A R B O U R C I T Y STORM MANHOLE

1:25

FEB 2016

NOV 2016

SW-13

Engineering Standards & SpecificationsNovember 2016 Edition

Page 296: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE

WITH SECTION 7.0 OF THE MANUAL OF ENGINEERINGSTANDARDS AND SPECIFICATIONS, LATEST EDITION.

2. FOR MANHOLE DETAILS, SEE STD DWG SW-13.3. FOR MANHOLE BENCHING, SEE STD DWG SW-15.

4. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMOAPPROVED PRODUCTS LIST WILL BE ACCEPTED FORINSTALLATION.

5. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTEDOTHERWISE.

MIN

DROP MANHOLE TYPE 21:25

DROP MANHOLE TYPE 11:25

600

900

MIN

CORE HOLE INMANHOLE BARREL

400 150

150

MIN

MIN MIN

38mm DRAIN ROCK

38mm DRAIN ROCK

GROUT ALL AROUND,INSIDE & OUTSIDE OF BARREL

CORE HOLE INMANHOLE BARREL

GROUT ALL AROUND,INSIDE & OUTSIDE OF BARREL

DROP PIPING TO BE250Ø MIN., EXCEPTIF MAIN IS LESS THAN250Ø, DROP PIPINGTO EQUAL MAIN.

50MIN

50MIN

RUBBER MANHOLEADAPTER RING FORPVC PIPES

RUBBER MANHOLEADAPTER RING FORPVC PIPES

DROP PIPING TO BE250Ø MIN., EXCEPTIF MAIN IS LESS THAN250Ø, DROP PIPINGTO EQUAL MAIN.

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-1

46.

16.2

016

T H E H A R B O U R C I T Y STORM DROP MANHOLE

1:25

FEB 2016

NOV 2016

SW-14

Engineering Standards & SpecificationsNovember 2016 Edition

Page 297: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 7.0 OF THE MANUAL OF

ENGINEERING STANDARDS AND SPECIFICATIONS, LATEST EDITION.2. FOR MANHOLE CHANNELING, REFER TO SECTION 7.49.3. ALL CHANNELS SHALL BE FINISHED WITH A STEEL TROWEL. BENCHING (HATCHED AREAS),

SHALL BE BROOM FINISHED.4. MANHOLE COVER AND RUNG LOCATIONS SHALL BE AS SHOWN, UNLESS NOTED OTHERWISE.5. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVED PRODUCTS LIST WILL BE

ACCEPTED FOR INSTALLATION.6. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.

4. FOUR WAY JUNCTION

1. RIGHT ANGLE BEND 2. TEE CONNECTION 3. THREE WAY JUNCTION

6. DEAD END5. STRAIGHT THROUGH

7. WYE CONNECTION 8. 45° BEND

300

300 300TYP TYP

TYP

300TYP

300TYP30

0TYP

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-1

56.

16.2

016

T H E H A R B O U R C I T Y STORM MANHOLE BENCHING

NTS

MAY 2012

NOV 2016

SW-15

Engineering Standards & SpecificationsNovember 2016 Edition

Page 298: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

REFERRING TO "CITY OF NANAIMO STORM DRAIN",LETTERING SHALL BE 25 FLATTENED FACEGOTHIC WITH FACE OF LETTERS RAISED TO THESAME LEVELS AS THE TOP OF THE RIBS (IN STATUTORY RIGHTS-OF-WAY INCLUDE THEWORDING "DO NOT COVER" ON THE MANHOLE LID)

MANUFACTURER'S SYMBOL 90 MAXIMUM DIMENSION,CIRCLE OR SQUARE

2-21Ø HOLES

FRAMES INSTALLED ON 600Ø BARRELSSHALL NOT HAVE RIB

813Ø

565Ø

495Ø

6

9065

572Ø

622Ø

180

158

22 508Ø

25

COVER

FRAME

PLAN

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 7.0 OF THE MANUAL OF ENGINEERING STANDARDS

AND SPECIFICATIONS, LATEST EDITION.2. CASTINGS SHALL BE CERTIFIED TO MEET CS-600 LOADING.3. ALL BEARING SURFACES BETWEEN FRAME, COVER AND RISER RINGS SHALL BE MACHINED FOR NON-ROCKING FIT IN

ALL POSITIONS. ALLOW 1.5mm RAISED FACE IN CASTINGS FOR MACHINING.4. PAINT THE INSIDE SURFACE OF THE MANHOLE FRAME IN ACCORDANCE WITH THE MANUFACTURER'S SPECIFICATION

WITH ENAMEL RUST PAINT. COLOUR TO BE GREEN.5. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVED PRODUCTS LIST WILL BE ACCEPTED FOR INSTALLATION.6. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-1

66.

16.2

016

T H E H A R B O U R C I T Y STORM MANHOLE

FRAME AND COVER

NTS

MAR 2016

NOV 2016

SW-16

Engineering Standards & SpecificationsNovember 2016 Edition

Page 299: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

PLAN OF FRAME

SECTION OF FRAME, RING

775 I.D.

810

521 I.D.

565

HOLELIFTING

1015mm 810mm

19

PLAN OF OUTER RING

19

AND COVER

19

8420

0

50

FRAME OUTER RING COVER

25 SQ. KNOBSAT 150 INTERVALS

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 7.0 OF THE MANUAL OF ENGINEERING STANDARDS

AND SPECIFICATIONS, LATEST EDITION.2. CASTINGS SHALL BE CERTIFIED TO MEET CS-600 LOADING.3. FOR COVER LETTERING AND BOLTING REQUIREMENTS REFER TO STD. DWG. SW-16 OR SW-18 (WATERTIGHT COVER).4. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVED PRODUCTS LIST WILL BE ACCEPTED FOR INSTALLATION.5. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-1

74.

13.2

016

T H E H A R B O U R C I T Y UTILITY CHAMBER STORM MANHOLE

FRAME, RING AND COVER

NTS

MAR 2016

NOV 2016

SW-17

Engineering Standards & SpecificationsNovember 2016 Edition

Page 300: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

REFERRING TO "CITY OF NANAIMO STORM DRAIN",LETTERING SHALL BE 25 FLATTENED FACE

(IN STATUTORY RIGHTS-OF-WAY INCLUDE THETHE SAME LEVELS AS THE TOP OF THE RIBSGOTHIC WITH FACE OF LETTERS RAISED TO

WORDING "DO NOT COVER" ON THE MANHOLE LID)

PLAN

POSITIONING LUG

57

APPLICATION:OR HIGH TIDES ARE POSSIBLE. THIS UNIT SHALL

13

EQUIPPED WITH FOUR ONLY 19Ø HOLES IN FRAME

19

25

STEEL CAP SCREWS TO DISCOURAGE

FULLY ENCOMPASSING BOLT HOLES.

PENTA HEAD CAP SCREWS

BETWEEN FRAME UNITS.

UNITS ARE FOR USE IN AREAS WHERE FLOODING

FOR ANCHOR BOLTS AS SHOWN.

SQUARES

HAVE A POSITIONING LUG IN COVER FOR EASY

32 x 6 DEEP

REPLACEMENT OF CAP SCREWS AND SHALL BE

16 WIDE RIDGES

A

FURNISHED WITH:

WEIGHT OF UNIT SHOWN IS

FOUR 13x57 PENTA HEAD STAINLESS

A COVER = 56.7 kg FRAME = 113.4 kg

MANUFACTURE BOLT HOLES TO PERMITINTERCHANGING OF COVERS

ALLOW 1.5 RAISED FACE IN CASTING

AND COVER MACHINED TO ENSURE

VANDALISM.

FOR MACHINING.

METAL SURFACES BETWEEN FRAME

NON ROCKING FIT IN ALL POSITIONS.

A)

B)

C)

D)

A 6mm THICK NEOPRENE GASKET

781

603

502

549543

60

549

451413

6754

3225

184

6

NEOPRENE GASKET

DIA. OF COVER ------ 543THICKNESS OF COVER -- 54DIA. OF FRAME ------ 781DEPTH OF FRAME -----184

SECTION A-A

SEE NOTE 4

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 7.0 OF THE MANUAL OF ENGINEERING STANDARDS

AND SPECIFICATIONS, LATEST EDITION.2. CASTINGS SHALL BE CERTIFIED TO MEET CS-600 LOADING.3. PAINT THE INSIDE SURFACE OF THE MANHOLE FRAME IN ACCORDANCE WITH THE MANUFACTURER'S SPECIFICATION

WITH ENAMEL RUST PAINT. COLOUR TO BE GREEN.4. FRAME SHALL BE SET IN MORTAR AND BOLTED TO THE MANHOLE SLAB WITH 19Ø STAINLESS STEEL BOLTS, WASHERS

AND NUTS.5. THIS DRAWING TO BE READ IN ACCORDANCE WITH DRAWING SW-13.6. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVED PRODUCTS LIST WILL BE ACCEPTED FOR INSTALLATION.7. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-1

86.

16.2

016

T H E H A R B O U R C I T Y WATERTIGHT STORM MANHOLE

FRAME AND COVER

NTS

MAR 2016

NOV 2016

SW-18

Engineering Standards & SpecificationsNovember 2016 Edition

Page 301: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

BUILD TO SUIT GRADE.MORTAR INSIDE AND OUT. PRECAST CONCRETE GRADE RINGS.

JUTE WRAPPED

STANDARD MANHOLE COVER AND FRAME. PROJECT FRAME 25mm INUNPAVED AREAS AND 0mm IN

2 - 45° LONG RADIUS BENDS

CONCRETE SURROUNDFRAME TO 50BELOW BARREL (MIN.)

200

ADD REDUCER WHERE

TWO GRADE RINGS (50 MIN.)30

0

150

CLEANOUT CAP

PAVED AREAS

(RUBBER GASKET REMOVED)

MAIN IS GREATER THAN 150Ø

(OFF ROADWAY AREAS)C/W 100mm BASE

ASPHALT APRON

FOUR GRADE RINGS (100 MAX.)

600Ø C76 CL II CONCRETE BARREL

COMPACTED SELECTBACKFILL

CONCRETE IN ACCORDANCE WITHSECTION 7.26 FOR CONCRETE BASE

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 7.0 OF THE MANUAL OF ENGINEERING STANDARDS

AND SPECIFICATIONS, LATEST EDITION.2. TEMPORARY CLEANOUT STRUCTURES MAY ONLY BE USED AT THE DISCRETION OF THE CITY ENGINEER WHERE THERE

IS DEVELOPMENT PHASING.3. USE WHERE NO SERVICE EXTENSION IS REQUIRED.4. FRAME AND COVER TO STD. DWG. SW-16 OR SW-18 (WATERTIGHT COVER).5. CLEANOUT STRUCTURES LOCATED ON GRAVEL ROADS OR SHOULDER REQUIRE A 1.5m x 1.5m HOT MIX ASPHALT

APRON, 50mm THICK.6. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVED PRODUCTS LIST WILL BE ACCEPTED FOR INSTALLATION.7. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-1

96.

16.2

016

T H E H A R B O U R C I T Y TEMPORARY STORM

CLEANOUT STRUCTURE

1:15

MAR 2016

NOV 2016

SW-19

Engineering Standards & SpecificationsNovember 2016 Edition

Page 302: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

300

WITH UPPER PORTION FLATTENED AND DISTANCE TOLID MARKED IN BLACK FIGURES.

600

(MIN

.)

PAINTED YELLOW50Ø STEEL PIPE10

00

SECTION OF PVC PIPE.CONCRETE BASE SET IN 300Ø

MANHOLE OR TEMPORARY CLEANOUT LID MARKER

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 7.0 OF THE

MANUAL OF ENGINEERING STANDARDS AND SPECIFICATIONS, LATEST EDITION.2. FOR USE ONLY WHERE MANHOLE OR TEMPORARY CLEANOUTS ARE LOCATED

OUTSIDE THE PAVED PORTION OF THE STREET3. THE MARKER SHALL BE LOCATED ON SITE BY THE ENGINEER WITH THE FLATTENED

END AND MARKED DISTANCE FACING THE LID.4. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-2

04.

13.2

016

T H E H A R B O U R C I T Y STORM MANHOLE AND

TEMPORARY CLEANOUT MARKER

1:15

MAR 2016

NOV 2016

SW-20

Engineering Standards & SpecificationsNovember 2016 Edition

Page 303: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

45°

45°

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 7.0 OF THE MANUAL OF ENGINEERING STANDARDS AND

SPECIFICATIONS, LATEST EDITION.2. WHERE DEPTH OF SERVICE AT PROPERTY LINE IS GREATER THAN 2.0m, EXTEND THE SERVICE PAST THE PROPERTY LINE

EQUAL TO ITS DEPTH, TO A MAXIMUM OF 4.0m.3. WHERE SERVICE IS INSTALLED IN ROCK, THE TRENCH IS TO EXTEND 3.0m PAST THE PROPERTY LINE.4. STORM SEWER INSPECTION ASSEMBLY, INCLUDING PROPERTY SIDE STUB TO BE GREEN.5. SERVICE PIPE DEPTH TO BE INSTALLED TO PROVIDE SUFFICIENT DEPTH TO SERVICE THE BASEMENT PLUMBING BY GRAVITY

IN ACCORDANCE WITH THE BC PLUMBING CODE. MINIMUM COVER OF SERVICE PIPE AT PROPERTY LINE TO BE 0.75m.6. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVED PRODUCTS LIST WILL BE ACCEPTED FOR INSTALLATION.7. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.

4000 MAXSEE NOTE 2

FLO

W

300

2.0% MIN

38x89 PRESSURE TREATEDWOOD STAKE, PAINTEDGREEN. MARK WITH DEPTHOF SERVICE FROM THE TOPOF THE POST

MIN

450

300FOR INSPECTION ASSEMBLYAND SERVICE BOX INSTALLATION,SEE DWG STD SW-23

DITCH

ALTERNATE LOCATIONOF SERVICE CONNECTION

PR

OP

ER

TY L

INE

OR

EA

SE

ME

NT

ELEVATION1:50

PLAN1:50

WATERTIGHT CAP

FOR DEVELOPED LOTS,STAKE AT THE PROPERTYLINE OR TIE-INTO EXISTINGPIPING

FOR TRENCH DETAILS, REFER TOSECTION 4 OF THE MANUAL OFENGINEERING STANDARDS ANDSPECIFICATIONS

ALL BENDS TO BE45° LONG RADIUS

100Ø SDR28 PVC MIN

FINISHEDGROUND

WYE FITTING

OPTIONALTEE FITTING

OPTIONALDROP SERVICECONNECTION

750

MIN

SE

E N

OTE

5

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-2

16.

16.2

016

T H E H A R B O U R C I T Y GENERAL STORM SERVICE CONNECTION DETAIL

RISER AND NON-RISER TYPES

1:50

MAR 2016

NOV 2016

SW-21

Engineering Standards & SpecificationsNovember 2016 Edition

Page 304: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

45°

45°

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 7.0 OF THE MANUAL OF ENGINEERING STANDARDS AND

SPECIFICATIONS, LATEST EDITION.2. WHERE DEPTH OF SERVICE AT PROPERTY LINE IS GREATER THAN 2.0m, EXTEND THE SERVICE PAST THE PROPERTY LINE

EQUAL TO ITS DEPTH, TO A MAXIMUM OF 4.0m.3. WHERE SERVICE IS INSTALLED IN ROCK, THE TRENCH IS TO EXTEND 3.0m PAST THE PROPERTY LINE.4. STORM SEWER INSPECTION ASSEMBLY, INCLUDING PROPERTY SIDE STUB TO BE GREEN.5. SERVICE PIPE DEPTH TO BE INSTALLED TO PROVIDE SUFFICIENT DEPTH TO SERVICE THE BASEMENT PLUMBING BY GRAVITY

IN ACCORDANCE WITH THE BC PLUMBING CODE. MINIMUM COVER OF SERVICE PIPE AT PROPERTY LINE TO BE 0.75m.6. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVED PRODUCTS LIST WILL BE ACCEPTED FOR INSTALLATION.7. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.

4000 MAXSEE NOTE 2

FLO

W

300

450

MIN

2.0% MIN

38x89 PRESSURE TREATEDWOOD STAKE, PAINTEDGREEN. MARK WITH DEPTHOF SERVICE FROM THE TOPOF THE POST

300FOR INSPECTION ASSEMBLYAND SERVICE BOX INSTALLATION,SEE DWG STD SW-23

DITCH

ALTERNATE LOCATIONOF SERVICE CONNECTION

PR

OP

ER

TY L

INE

OR

EA

SE

ME

NT

ELEVATION1:50

PLAN1:50

WATERTIGHT CAP

FOR DEVELOPED LOTS,STAKE AT THE PROPERTYLINE OR TIE-INTO EXISTINGPIPING

FOR TRENCH DETAILS, REFER TOSECTION 4 OF THE MANUAL OFENGINEERING STANDARDS ANDSPECIFICATIONS

ALL BENDS TO BE45° LONG RADIUS

150Ø SDR28 PVC MIN

FINISHEDGROUND

WYE FITTING

OPTIONALTEE FITTING

OPTIONALDROP SERVICECONNECTION

750

MIN

SE

E N

OTE

5

NOTE:WHERE CONNECTION TOEXISTING SERVICE PIPING ISSMALLER THAN 150Ø, ANECCENTRIC REDUCER SHALLBE INSTALLED.

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-2

26.

16.2

016

T H E H A R B O U R C I T Y

COMMERCIAL AREA STORMSERVICE CONNECTION DETAILRISER AND NON-RISER TYPES

1:50

MAR 2015

NOV 2016

SW-22

Engineering Standards & SpecificationsNovember 2016 Edition

Page 305: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 7.0 OF THE

MANUAL OF ENGINEERING STANDARDS AND SPECIFICATIONS, LATEST EDITION.2. WHEN SERVICE BOX IS WITHIN CONCRETE DRIVEWAY, CONCRETE ADJACENT

TO THE SERVICE BOX MUST BE A MINIMUM OF 150mm THICK FOR A MINIMUMDISTANCE OF 150mm AROUND THE OUTSIDE EDGES OF THE SERVICE BOX.

3. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVED PRODUCTS LISTWILL BE ACCEPTED FOR INSTALLATION.

4. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.

FLOW

300

MIN

600 MIN

TYP

TYP

CONCRETE DRIVEWAY LANDSCAPED OR GRAVEL

IN AREA OF GRAVEL,OMIT TOP SOIL25

CRUSHED GRAVEL (20mmMINUS), COMPACTED TO 95%MODIFIED PROCTOR DENSITY

FACTORYINSTALLED PLUG

INSPECTION CHAMBER,SEE DESIGN DRAWINGSFOR SERVICE SIZE

200Ø PVC DR35SERVICE RISER,TO BE GREEN

100

MIN

CAST IRON OR STEEL LIDCERTIFIED TO CS-600 LOADING

SERVICE RISER CAP,SEE DETAIL THIS DWG

CONCRETE SERVICE BOX,CERTIFIED TO CS-600 LOADING

ELEVATION1:20

RISER CAP DETAILNTS

2-ALLEN HEADLOCKING SCREWS (5 8")

METAL WASHER FORUNDERGROUND DETECTION

RUBBER GASKET

BRASSLOCKING TABS

RISER CAPTO BE GREEN

200ID

FOR SERVICE BOXESWITHIN CONCRETEDRIVEWAYS, SEE NOTE 2

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-2

34.

29.2

016

T H E H A R B O U R C I T Y STORM SERVICE BOX AND

INSPECTION ASSEMBLY INSTALLATION

1:20

MAR 2016

NOV 2016

SW-23

Engineering Standards & SpecificationsNovember 2016 Edition

Page 306: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

A

STORM

A

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 7.0 OF THE

MANUAL OF ENGINEERING STANDARDS AND SPECIFICATIONS, LATEST EDITION.2. ONLY PRODUCTS LISTED IN THE CITY OF NANAIMO APPROVED PRODUCTS LIST

WILL BE ACCEPTED FOR INSTALLATION.3. ALL DIMENSIONS ARE MILLIMETERS UNLESS NOTED OTHERWISE.

INSPECTION ASSEMBLY ELEVATION1:20

FLOW

FACTORYINSTALLED PLUG

INSPECTION CHAMBER,SEE DESIGN DRAWINGSFOR SERVICE SIZE

200Ø PVC DR35SERVICE RISER,TO BE GREEN

200ID

300

ALTERNATE LOCATIONOF SERVICE CONNECTION

PROPERTY LINEOR EASEMENT

18060

45

205

MR TYPE VALVE BOX,SEE DETAIL THIS DWG

ROAD STRUCTURE,THICKNESS VARIES

MECHANICAL SCREW PLUGSNTS

RUBBER SEALING COLLAR

RIGID PLASTIC PLUG

PLAN - VALVE BOX LOCATIONSNTS

FOR SERVICE PIPINGDETAILS, SEE STDDWG SW-21

3mm RAISED SINGLEDIAMOND CHECKERPLATE FLANGE

PARSONS LONG NECK LID,c/w "STORM" STAMPED IN20mm HIGH LETTERING

235

397

450

233 ID

251 OD

MR STYLE VALVE BOX1:15

PLAN

SECTION A-A

6mm WALL THICKNESSMIN

NOTE:FINISH COAT TO BEBITUMINOUS DIP

MIN

150

MECHANICAL SCREW PLUG,SEE DETAIL THIS DWG

ASPHALT,THICKNESS VARIES

SET COVER FLUSHWITH FINISHED GRADE

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-2

44.

13.2

016

T H E H A R B O U R C I T Y STORM SERVICE BOX AND INSPECTION ASSEMBLY

INSTALLATION IN PAVED LANES AND ROADWAYS

AS NOTED

MAR 2016

NOV 2016

SW-24

Engineering Standards & SpecificationsNovember 2016 Edition

Page 307: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 7.0 OF THE

MANUAL OF ENGINEERING STANDARDS AND SPECIFICATIONS, LATEST EDITION.

RE

TUR

N P

ER

IOD

S

YE

AR

S

DU

RA

TIO

N

INTENSITY - mm/HOUR

SH

OR

T D

UR

ATI

ON

RA

INFA

LL IN

TEN

SIT

Y-D

UR

ATI

ON

FR

EQ

UE

NC

Y D

ATA

FO

R N

AN

AIM

O

whe

re T

= T

ime

ofC

once

ntra

tion

(hr)

and

whe

re I

= In

tens

ity

(mm

/hr)

A

= 1

5.6

5 25A

=

21.

8

50A

=

24.

4

100

A

= 2

6.9

5B

=

-0.5

31

25B

=

-0.5

71

50B

=

-0.5

82

100

B

= -0

.591

NO

TE:

Con

vert

Tim

e of

C

once

ntra

tion

to H

OU

RS

in a

bove

form

ula.

10A

=

18.

3

10B

=

-0.5

52

B

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-2

56.

16.2

016

T H E H A R B O U R C I T Y RAINFALL CURVES

NTS

MAR 2016

NOV 2016

SW-25

Engineering Standards & SpecificationsNovember 2016 Edition

Page 308: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

NOTES:1. THIS DRAWING SHALL BE USED IN ACCORDANCE WITH SECTION 7.0 OF THE

MANUAL OF ENGINEERING STANDARDS AND SPECIFICATIONS, LATEST EDITION.2. THIS TABLE IS LIMITED FOR USE IN DRAINAGE BASINS UP TO 10km .3. THIS TABLE DOES NOT MAKE ALLOWANCES FOR VARIATIONS IN SOIL TYPES AND

MAY UNDERESTIMATE TIMES FOR PERMEABLE BASINS.

0.03

0.04

0.05

0.060.070.080.090.1

0.2

0.3

0.4

0.5

0.60.70.80.9

1

2

3

4

5

60.1 0.2 0.3 0.4 0.5 0.6 0.8 1 2 3 4 5 6 7 8 9 10 20 30 40

VE

LOC

ITY

m/s

SLOPE (%)

UPLAND METHOD FOR ESTIMATING TIME OF CONCENTRATION

15

OVERLAND FLOW: FOREST (HEAVY LITTER) AND HAY MEADOW

OVERLAND FLOW: WOODLAND, FALLOW, CONTOUR OR STRIP CROP

OVERLAND FLOW: PASTURE

OVERLAND FLOW: CULTIVATED STRAIGHT ROW

OVERLAND FLOW: NEARLY BARE SOIL UNTILLED

GRASSED WATERWAY

SMALL UPLAND GULLIES AND PAVED AREAS (SHEET FLOW)

2

Scale:

Rev Date:

Dwg No:

Created:

\\TE

NT\

E&

PW

\INFR

AS

TRU

CTU

RE

PLA

NN

ING

\STA

ND

AR

DS

& P

RO

DU

CTS

\MO

ES

S\E

DIT

ION

NO

11\F

INA

L D

RA

FT\F

INA

L D

RA

FT S

TAN

DA

RD

CA

D D

RA

WIN

GS

\SE

CTI

ON

7 D

WG

S\S

W-2

64.

13.2

016

T H E H A R B O U R C I T Y TIME OF CONCENTRATION TABLE

NTS

NOV 2009

NOV 2016

SW-26

Engineering Standards & SpecificationsNovember 2016 Edition

Page 309: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 11 - REINFORCED AND PLAIN CONCRETE WORKS CONTENTS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 11 - 1

SPECIFICATIONS SECTION NO. Scope 11.20 Codes and Standards 11.21 Form Release Agent 11.22 Supports, Chairs and Spacers 11.23 Reinforcement 11.24 Forms 11.25 Premoulded Joint Filler 11.26 Cement 11.27 Aggregate 11.28 Mixing and Curing Water 11.29 Admixtures 11.30 Concrete 11.31 Concrete Accessories 11.32 INSTALLATION General 11.40 Notification to the Engineer 11.41 Concrete Testing 11.42 Formwork 11.43 Hooks and Bends in Reinforcement 11.44 Cleaning Reinforcement 11.45 Placing Reinforcement 11.46 Splices 11.47 Cover for Reinforcement 11.48 - Not Used - 11.49 Construction Joints 11.50 Sleeves and Openings 11.51 Embedded Items 11.52 Cold Weather Requirements 11.53 Hot Weather Requirements 11.54 Mixing, Placing and Compacting 11.55 Screeding 11.56 Types of Finishes and Tolerances 11.57 Surface Finishing 11.58 Protection 11.59 Curing 11.60

Page 310: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 11 - REINFORCED AND PLAIN CONCRETE WORKS SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 11 - 2

11.20 SCOPE .1 This specification refers to reinforced and plain concrete works for the construction of

pavements, sidewalks, curbs and gutters, manholes, catchbasins, concrete works associated with the installation of watermains and sewers and other works incidental to municipal services construction.

.2 This specification shall not be used for structural facilities such as buildings, bridges or

other structure requiring site specific structural design. 11.21 CODES AND STANDARDS .1 Concrete work shall conform to the following codes and standards: (a) Local codes and bylaws (b) Workers' Compensation Board Regulations (c) NBC (d) CSA Specification CAN/CSA A23.1 - Concrete Materials and Methods of Concrete Construction, and CAN/CSA A23.2 - Methods of Tests for Concrete (e) ACI Standards (f) AASHTO (REVISED NOVEMBER 2016) .2 The codes and standards shall take precedence and govern in the order shown, unless

otherwise specified. .3 The concrete supplier's plant, equipment and materials, used for production of concrete,

shall comply with the requirements of CAN/CSA A23.1 and be certified by a Professional Engineer.

.4 Selected concrete mix proportions shall be certified by a Professional Engineer to produce

concrete of specified quality, durability, yield and strength complying with CAN/CSA A23.1. 11.22 FORM RELEASE AGENT .1 Form release agent shall be approved by the Engineer prior to use and shall be a non-

staining, mineral type, with chemically active release agents containing compounds that react with free lime to produce water soluble soap.

11.23 SUPPORTS, CHAIRS AND SPACERS .1 Bolsters, supports, chairs and spacers shall conform to CAN/CSA A23.1. 11.24 REINFORCEMENT .1 Reinforcing steel shall be intermediate grade billet steel conforming to CSA G30.18 Grade

400 unless otherwise specified on the construction drawings. .2 Reinforcing weldable low alloy steel deformed bars shall conform to CSA G30.18. .3 Cold drawn annealed steel wire ties shall conform to CSA G30.3.

Page 311: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 11 - REINFORCED AND PLAIN CONCRETE WORKS SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 11 - 3

.4 Deformed steel wire shall conform to CSA G30.14. .5 Welded steel wire fabric shall conform to CSA G30.5. .6 Welded deformed steel wire fabric shall conform to CSA G30.15, and supplied in flat sheets

only. .7 Epoxy coating of non-prestressed reinforcement shall conform to ASTM A775 and A775M. .8 Galvanizing of non-prestressed reinforcement shall conform to CSA G164 with a minimum

zinc coating of 610 g/m2. 11.25 FORMS .1 All forms shall conform to CAN/CSA A23.1 and shall be free of surface defects for all

concrete faces exposed to view. (REVISED NOVEMBER 2016) .2 Form ties shall be metal and of the type such that no metal is left within 25mm from the

concrete surface when the forms are removed. 11.26 PREMOULDED JOINT FILLER .1 Premoulded joint fillers shall be bituminous impregnated fiber board in accordance with

ASTM D1751. 11.27 CEMENT .1 Cement shall conform to CAN/CSA A3000. (REVISED NOVEMBER 2016) .2 Cement shall be Type 10 Portland cement for all concrete work. .3 Other types of cement will only be permitted with the Engineer's approval. 11.28 AGGREGATE .1 Aggregates shall consist of crushed stone, gravel or natural sand in conformance with

CAN/CSA A23.1. The maximum size of aggregate shall not exceed the following limits: (a) 40mm for footings. (b) 13mm for concrete patching and grout. (c) 20mm for other concrete work.

Page 312: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 11 - REINFORCED AND PLAIN CONCRETE WORKS SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 11 - 4

11.29 MIXING AND CURING WATER .1 Mixing and curing water shall conform to CAN/CSA A23.1. 11.30 ADMIXTURES .1 Admixtures other than air-entraining admixtures and water-reducing admixtures shall not be

added unless authorized by the Engineer. .2 Air-entraining and water reducing admixtures shall conform to CAN/CSA A266.1 and

A266.2. 11.31 CONCRETE Concrete shall meet the following minimum requirements except for concrete used for curbs and

sidewalks, and stairways which shall be as specified in Section 8.21 Curb and Sidewalk Concrete. .1 Compressive Strength: As specified in Tables 1 and 2 of CSA A23.1 for exterior walls and columns. Concrete shall

develop a minimum compressive strength of 25 MPa at 28 days. (REVISED NOVEMBER 2016)

.2 Slump: (a) Slump shall be maintained at the minimum possible while permitting efficient placing

and providing an homogeneous mass. (b) Maximum slumps shall be as indicated in CAN/CSA A23.1 .3 Temperature: (a) Concrete when placed shall be at least 10oC, but shall not exceed 25oC. .4 Entrained Air:

(a) Entrained air shall be 5% + 1% by volume. All concrete, except that used for plain, interior concrete slabs, shall contain entrained air.

.5 Grout:

(a) Grout shall be approved by the Engineer. (b) Grout shall be used in accordance with the manufacturer's recommendations.

Page 313: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 11 - REINFORCED AND PLAIN CONCRETE WORKS SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 11 - 5

(c) Grout shall be prepared from the constituent materials in the following proportions:

Cement 1 part Sand 2-1/2 parts Admixture 0.45kg per sac of cement shall be used to reduce grout

shrinkage and improve bond strength.

Water Minimum mixing water shall be used to obtain desired workability and flowability. If dry pack grout is desired, sufficient water shall be used to pack by ramming. A minimum of 15 litres per 40kg sack of cement shall be used.

11.32 CONCRETE ACCESSORIES .1 All concrete accessories shall be as indicated on the drawings or as approved in writing by

the Engineer.

Page 314: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 11 - REINFORCED AND PLAIN CONCRETE WORKS INSTALLATION

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 11 - 6

11.40 GENERAL .1 Install reinforced and plain concrete works, including surface tolerances, finishing and field

quality control in accordance with CAN/CSA A23.1 except where specifically stated otherwise.

11.41 NOTIFICATION TO THE ENGINEER .1 The Engineer shall be given twenty-four (24) hours notice in advance of placing concrete by

the Contractor. 11.42 CONCRETE TESTING .1 The Engineer will arrange for a CSA certified testing firm to carry out tests to determine

whether the applicable standards and specifications have been met. Where initial testing indicates non-compliance with the specifications additional testing shall be required at the contractor's expense.

.2 The Contractor as directed by the Engineer shall supply specimens or samples for testing. .3 Concrete samples shall be taken in conformance with CAN/CSAA23.2. Cure cylinders on

the job site under the same conditions as the concrete they represent. .4 The types of tests listed below are the minimum testing requirements. The Engineer shall

determine if additional testing is required. (a) Compressive Strength Test: (i) Compressive strength shall be determined from compression tests performed

in conformance with CAN/CSAA23.2. (ii) One strength test shall consist of 3 - 150mm x 300mm cylinders; one tested at

7 days, 2 tested at 28 days. (iii) At least one strength test shall be made from each 20 cubic metres of

concrete placed, with a minimum of one test for each pour of a specified concrete strength placed each day.

(iv) The average of all 28-day strength tests shall exceed the specified strength. When 3 or more tests of the same class of concrete are available, the average of any 3 consecutive tests shall be equal to or greater than the specified strength. No strength test shall fall below 85% of the specified strength.

(b) Slump Test: (i) Slump tests shall be made in conformance with CAN/CSA A23.2. (ii) At least one slump test shall be made for each strength test. (iii) The slump test is not required for machine extruded concrete using a no-

slump mix design.

Page 315: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 11 - REINFORCED AND PLAIN CONCRETE WORKS INSTALLATION

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 11 - 7

(c) Air Content Test: (i) Air content tests shall be made in conformance with CAN/CSA A23.2. (ii) At least one air content test shall be made for each strength test. (d) Temperature: (i) Temperature measurement shall be made for each strength test. .5 All concrete trucks shall supply a copy of the delivery slip to the Engineer containing the

following information:

(a) Minimum Compressive Strength (b) Maximum Slump (c) Air Content by Percent of Volume (d) Batch Time (e) Maximum Size of Aggregate (f) List of Admixtures (g) Date (h) Name of Supplier

.6 Inspection and testing by the Engineer shall not relieve the contractor of his responsibility

for quality control. .7 Concrete found to be in non-compliance with these specifications, shall be repaired or

replaced by the Contractor at no additional cost to the Owner. The Contractor shall submit to the Engineer for approval, his proposed method to correct the noted deficiencies, prior to commencing the work.

11.43 FORMWORK .1 Forms shall be so constructed that the finished concrete will conform to the shape,

dimensions and finish specified. .2 Forms shall be constructed in conformance with the WorkSafeBC regulations. .3 Forms and falsework shall be built sufficiently strong and rigid to maintain correct alignment

and elevation and retain concrete pressures without deflection. Forms shall be sufficiently tight to prevent leakage of concrete.

.4 Forms shall be treated with form release agent prior to placing of reinforcement. .5 Forms for surfaces which are to receive a plaster finish shall not be treated with form

release agent. .6 Forms shall not be stripped until concrete has attained sufficient strength to support safely

its own weight and all loads to which it may be subjected. .7 Forms shall be removed without damaging the concrete.

Page 316: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 11 - REINFORCED AND PLAIN CONCRETE WORKS INSTALLATION

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 11 - 8

11.44 HOOKS AND BENDS IN REINFORCEMENT .1 Fabrication of hooks and bends in reinforcing steel shall be in accordance with CAN/CSA

A23.1. .2 Bars shall be cold bent, unless otherwise authorized by the Engineer. Bars that are partially

embedded in concrete shall not be field bent unless shown on the drawings or authorized by the Engineer.

.3 Replace bars which develop cracks or splits. 11.45 CLEANING REINFORCEMENT .1 Bars shall be free from loose rust, mud, oil or other bond-reducing coating. .2 Bars shall, if necessary, be recleaned prior to resumption of pouring if concrete placing is

delayed during the course of a pour. .3 Touch up damaged parts and cut ends of epoxy coated or galvanized reinforcing steel with

compatible finish to provide continuous coating. 11.46 PLACING REINFORCEMENT .1 Fabricate reinforcing steel in accordance with CAN/CSA A23.1, ANSI/ACI 315 and 315R.

Upon approval by the Engineer weld reinforcement in accordance with CSA W186. .2 Reinforcement shall be placed accurately and securely supported by chairs, spacers and

ties in accordance with the construction drawings. 11.47 SPLICES .1 Bars shall be spliced only where shown on the construction drawings or as authorized by

the Engineer. Splicing shall be carried out in conformance with CAN/CSAA23.1. .2 Welding of reinforcement, where authorized by the Engineer, shall conform to CSA W186. 11.48 COVER FOR REINFORCEMENT .1 Supports, chairs and spacers shall be provided to ensure the specified cover. .2 A minimum of 75mm of cover for reinforcement shall be provided for concrete placed

against the ground. .3 For surfaces to be exposed to the weather or in contact with the ground after removal of

forms, the concrete cover shall be at least 50mm. .4 A minimum of 20mm concrete cover shall be provided for surfaces not exposed to earth or

weather:

Page 317: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 11 - REINFORCED AND PLAIN CONCRETE WORKS INSTALLATION

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 11 - 9

11.49 - NOT USED - 11.50 CONSTRUCTION JOINTS .1 Construction joints not shown on the drawings shall be approved by the Engineer prior to

construction of formwork and placement of reinforcement. The interface between concrete pours is classified as a construction joint if fresh concrete cannot be incorporated integrally by vibration with that previously placed.

.2 Joints shall be perpendicular to main steel. .3 Reinforcing steel and/or welded wire fabric shall be continuous across joints. .4 Before placing new concrete on hardened concrete, forms shall be re-tightened, the surface

of concrete adequately roughened, laitance removed and the surface saturated with water in advance of concreting.

.5 Joint preparation and installation of jointing materials shall be in accordance with the

manufacturer's instructions. .6 Furnish filler for each joint in a single piece for the depth and width required for the joint,

unless authorized by the Engineer. When more than one piece is authorized for a joint, fasten abutting ends and hold securely to shape by stapling or other positive fastening methods.

11.51 SLEEVES AND OPENINGS .1 Pipes, castings or conduits passing through walls or floors shall, wherever possible, be

placed in forms before pouring concrete. Boxes may be built into forms to make form openings for subsequent insertion of such items only with the Engineer's approval.

.2 Continuous keyways shall be provided throughout the perimeter of the opening and shall be

flared slightly to facilitate the escape of entrapped air during grouting. 11.52 EMBEDDED ITEMS .1 Items that are to be embedded in concrete shall be properly set, held, leveled and aligned in

forms. .2 Anchor bolts or other inserts shall be accurately set, held, leveled and aligned using

templates. .3 Suitable nailing blocks, plugs, strips and other items required for attachment of architectural

trim and finish shall be placed such that there is no visible distortion or defacement of the completed installation.

Page 318: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 11 - REINFORCED AND PLAIN CONCRETE WORKS INSTALLATION

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 11 - 10

11.53 COLD WEATHER REQUIREMENTS .1 Procedures used for the protection of concrete and concreting operations during cold

weather shall conform to the requirements specified in CAN/CSAA23.1. 11.54 HOT WEATHER REQUIREMENTS .1 Procedures used for the protection of concrete and concreting operations during hot

weather shall conform to the requirements specified in CAN/CSAA23.1. 11.55 MIXING, PLACING AND COMPACTING .1 Prior to placing concrete, obtain Engineer's approval of reinforcing material and placement. .2 Mixing, placing and compacting of concrete shall conform to CAN/CSA A23.1 and to the

approval of the Engineer. .3 Pumping of concrete shall require approval by the Engineer. .4 Placement and compacting of concrete shall not disturb reinforcement and inserts. .5 The Engineer, shall maintain accurate records of poured concrete to indicate date, location

of pour, quality, air temperature and test samples taken. 11.56 SCREEDING .1 Suitable wood or metal screed strips shall be placed and aligned to the contours of the slab.

The slab shall be screeded with compacting type screeds or strike-off templates with a sawing motion on screed strips. Power screeds shall be used wherever possible.

11.57 TYPES OF FINISHES AND TOLERANCES .1 Float Finish: Surfaces receiving a wood float finish shall be screeded in conformance with CAN/CSA

A23.1 and then the concrete surface shall be worked with a long-handled darby or float to remove high spots and ridges and to fill voids and hollows left in the concrete surface by screeding.

.2 Broom Finish:

After float finishing, surfaces to be broom-finished shall be slightly roughed by light

brooming with a stiff brush or broom to a uniform non-skid surface to the satisfaction of the Engineer. Finished surfaces shall be true in all planes within 8mm in 3.0m as determined by a 3.0m straightedge placed anywhere on the concrete.

Page 319: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 11 - REINFORCED AND PLAIN CONCRETE WORKS INSTALLATION

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 11 - 11

.3 Trowel Finish: After float finishing, surfaces to be trowel-finished shall be power-trowelled and finally hand-

trowelled once the surface has hardened sufficiently. Finished surfaces shall be true in all planes within 5mm in 3.0m as determined by a 3.0m straightedge placed anywhere on the slab. The surface shall have a smooth, even, dense texture free from blemishes.

.4 Common Finish: For a common finish formed surfaces shall have fins and protrusions exceeding 5mm

ground off. Honeycombed or defective concrete shall be removed to sound concrete, an approved bonding agent applied and patched with mortar of cement and sand mixed in the same proportions as the concrete patches. Damp burlap curing shall be applied. Tieholes shall be cut back 25mm from the face and filled.

.5 Rubbed Finish: (a) Forms shall be removed and any necessary patching completed as soon as possible

after placement of the concrete without damage to the structure. The rubbed finish shall be undertaken when the surfaces are completed and accessible.

(b) The concrete surfaces shall be thoroughly saturated with water and maintained wet for at least one hour before finishing operations are begun. All free water on the surface shall be removed prior to the application of the finishing mortar.

(c) The mortar shall consist of one part cement and two parts sand (passing a 1.18mm sieve) by volume. The mortar shall be preshrunk by mixing at least one hour before it is used and then remixed without the addition of water prior to its use.

(d) The sand and cement shall be the same materials as those used in the concrete. (e) The mortar shall be rubbed thoroughly over sections of the prepared concrete

surfaces with clean burlap pads or other suitable materials so that all surface voids are filled. While the application mortar is still plastic, the surfaces shall be rubbed with the sack pads using a mixture of mortar of the same proportions as previously specified, except that no mixing water shall be used. The final rubbing shall be performed in such a manner that the filled voids are left flush with the surface of the surrounding concrete.

(f) On exposed form surfaces, it may be necessary to blend white cement with the job cement in order to obtain a finish colour that will match the surrounding concrete surfaces. Trial batches of mortar should be made prior to application on the job surface to determine the correct mix proportions to be used.

(g) The finished surface shall be cured continuously in accordance with CAN/CSA A23.1.

Page 320: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 11 - REINFORCED AND PLAIN CONCRETE WORKS INSTALLATION

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 11 - 12

11.58 SURFACE FINISHING .1 Unformed surfaces not exposed to view shall receive a float finish. .2 Unformed surfaces exposed to view, or receiving a floor covering, shall receive a trowel

finish. .3 Sidewalks shall receive a uniform broom finish in accordance with Section 8.51 – Curb and

Sidewalk Edging and Finishing. .4 Formed surfaces not exposed to view shall receive a common finish. .5 Formed surfaces exposed to view shall receive a rubbed finish. .6 Surface finishing may be noted on the drawings or, if not clear, shall be as directed by the

Engineer. 11.59 PROTECTION .1 Freshly placed concrete shall be protected from damage caused by weather, construction

operations and vandalism. 11.60 CURING .1 Concrete curing procedures shall take into account weather and temperature conditions. .2 Concrete surfaces shall be kept moist by continuous light sprinkling, ponding, a wet

absorptive cover such as sand, sawdust, or fabric or by sealing the surface with a waterproof barrier, adequately lapped and sealed with waterproof tape.

.3 Moist curing shall commence immediately following the final set and shall continue

uninterrupted for at least 7 days. .4 Curing compounds shall not be used unless expressly authorized by the Engineer. .5 Do not place load on the new concrete until authorized by the Engineer.

Page 321: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 12 - ASPHALTIC CONCRETE PAVING CONTENTS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 12 - 1

SPECIFICATIONS SECTION NO. Scope 12.20 Special Mixes 12.21 - Not Used - 12.22 Aggregate 12.23 Asphalt Cement 12.24 Asphaltic Concrete Mix Design Criteria 12.25 Job Mix and Plant Calibration 12.26 Tack Coat 12.27 INSTALLATION Responsibility for Alignment, Grade and Base 12.40 Traffic Control 12.41 Cutting and Removal of Existing Pavement 12.42 Adjustment of Services 12.43 Testing 12.44 Tack Coat 12.45 Transportation of Hot Plant Mix 12.46 Placement 12.47 Compaction 12.48 Joints 12.49 Cleaning 12.50 Asphaltic Concrete Acceptance Requirements 12.51

Page 322: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 12 - ASPHALTIC CONCRETE PAVING SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 12 - 2

12.20 SCOPE .1 This specification outlines the requirements for the production, placing and compaction of

hot mix, hot laid asphalt concrete for pavement construction and other uses. 12.21 SPECIAL MIXES .1 For general purposes, such as road pavement, the requirements of this specification, and

the 19mm aggregate gradation shall apply unless otherwise approved by the City Engineer. .2 For special purposes, such as patching, the paving of shoulders, boulevards walkways and

sidewalks, and the construction of curb, gutter or combination curb and gutter, the requirements of this specification, particularly in respect to the mix design aggregate requirements, and the level of testing, shall be subject to amendment by the Engineer.

12.22 - NOT USED - 12.23 AGGREGATE .1 Aggregate for asphaltic concrete shall be composed of hard, angular, durable, crushed

gravel free from silt or clay lumps, cementation, organic material, frozen material and other deleterious materials.

.2 The aggregate gradation shall fall within the following limits when tested in accordance with

ASTM C136 and ASTM C117.

Gradation Limits (% Passing by Weight)

Size 19mm 12mm 10mm 12.5mm Superpave

19 mm 100 100 100 100

12.5 mm 70100 90-100 100 90-100 9.5 mm 55-90 75-95 90-100 4.75 mm 35-70 45-75 55-85 2.36 mm 25-57 30-60 35-70 28-58 1.18 mm 18-45 20-45 25-55 0.60 mm 13-34 15-35 15-40 0.30 mm 8-26 6-20 8-25 0.15 mm 5-17 4-15 5-18 0.075 mm 2-8 2-10 2-10 2-10

(REVISED NOVEMBER 2016) .3 Recycled Asphalt Pavement (RAP):

(a) RAP is sourced from asphalt millings or excavated road mix. Suitable RAP shall not contain any other additives including, but not limited to, sulphur, crumb rubber, asphalt rubber, asbestos, produced sand, paving fabrics and reinforcement grids. Crush and screen so that 100% of the reclaimed asphalt pavement materials passes the 19mm screen before mixing. (REVISED NOVEMBER 2016)

Page 323: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 12 - ASPHALTIC CONCRETE PAVING SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 12 - 3

(b) RAP must be fed to the plant by separate feed systems capable of being sampled

and metering at the design rate. (REVISED NOVEMBER 2016) .4 All sample gradations shall fall within the gradation limits, and any deviations between the

samples and the project gradation curve, based on the mix design, shall not exceed the following limits:

Sieve Size

(mm)

Maximum Permissible Tolerance % by Weight Passing

4.75 - 19.0 ± 4.5 1.18 - 2.36 ± 4.0

0.60 ± 3.5 0.30 ±3.0 0.15 ± 2.0 0.075 ± 1.0

.5 A minimum 75% of the material retained on a 4.75 sieve shall have at least 2 fractured

faces. Percentages shall be determined by particle mass. (REVISED NOVEMBER 2016)

.6 (a) Deleterious material (clay lumps, soft shale, coal wood or mica) by weight shall not exceed 3% in the lower course nor 1.5% in the surface course. (REVISED NOVEMBER 2016)

(b) The maximum percentage of flat and elongated particles shall be 10% by mass for coarse aggregates.

(i) Flat particles are defined as those particles with a ratio of width to thickness greater than three (3).

(ii) Elongated particles are defined as those particles with a ratio of length to width greater than three (3).

.7 Aggregate deficient of material passing the 0.075mm sieve shall have approved mineral

filler added. Mineral filler shall be only material passing the 0.075mm sieve and shall be finely ground particles of limestone, hydrated lime, Portland cement or other approved non-plastic materials when tested in accordance with ASTM D4318.

.8 The moisture content of the aggregate after leaving the drier and before mixing shall not be

more than 0.5% by weight. .9 The following tests may be required to confirm the gravel source is suitable for use in the

production of aggregate for asphaltic concrete: (a) Soundness of Aggregates to ASTM C88 (i) Maximum loss by mass after 5 cycles with MgSO4

• Coarse aggregate = 15% • Fine aggregate = 18%

Page 324: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 12 - ASPHALTIC CONCRETE PAVING SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 12 - 4

(b) Micro-Deval Abrasion to ASTM D6928 (REVISED NOVEMBER 2016)

(i) Maximum loss factor = 18% (REVISED NOVEMBER 2016)

(c) Sand Equivalent to ASTM D2419

(i) Minimum = 40

(d) Absorption of Aggregate to ASTM C127

(i) Maximum absorption by mass = 2% (e) Petrographic Examination to ASTM C295. 10. Additional Requirements for Superpave Aggregates: (REVISED NOVEMBER 2016)

(a) Aggregates for Superpave mixes shall have properties and the gradation limits as specified below and in accordance with the latest version of the Asphalt Institute’s Superpave Series Publication – Superpave Mix Design (current verison). Changes and/or variations from these limits shall be outlined within the Contract Special Provisions. (REVISED NOVEMBER 2016)

(i) 90% fractured aggregate with a 12.5mm nominal maximum size, including

sufficient manufactured fines to provide fine aggregate angularity. (REVISED NOVEMBER 2016)

(ii) The aggregates must meet all the requirements for angularity, toughness deleterious materials, clay content, and flat and elongated particles. (REVISED NOVEMBER 2016)

(iii) Design ESAL’s will be 10 – 30 million. (REVISED NOVEMBER 2016) 12.24 ASPHALT CEMENT .1 Performance grade 64-22 or penetration grade 80–100 asphalt cement shall be in

accordance with MOTI SS 952. Asphalt cement shall be prepared from the refining of petroleum oils and be homogenous, free from water and shall not foam when heated to 175oC. Vacuum Tower Asphalt Extender (VTAE) shall not be incorporated into the binder. (REVISED NOVEMBER 2016)

.2 The Contractor shall inform the Engineer of the name of his asphalt supplier and shall

ensure that each load of asphalt is accompanied with a flow sheet showing compliance with the preceding requirements. Such flow sheets shall be submitted to the Engineer.

Page 325: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 12 - ASPHALTIC CONCRETE PAVING SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 12 - 5

12.25 ASPHALTIC CONCRETE MIX DESIGN CRITERIA .1 Marshall Mixes: (REVISED NOVEMBER 2016)

(a) The asphalt mix design for pavements shall be carried out under Marshall design criteria using the designated equipment and procedures as contained in the Asphalt Institute’s Mix Design Methods for Asphalt Concrete MS-2, latest edition. (REVISED NOVEMBER 2016)

(b) If requested by the Engineer, the Contractor shall supply an asphaltic concrete mix

design conforming to the following specifications as based on the Marshall method of design (Asphalt Institute Manual series No. 2 (MS-2) for approval: (REVISED NOVEMBER 2016)

Local Collector Arterial Special Mixes

(a) Number of blows each face of test speciment 75 75 75 50

(b)

Minimum % voids in mineral aggregate (VMA), based on Bulk SG 25 mm Aggregate 19 mm Aggregate 12 mm Aggregate 10 mm Aggregate

-

13 14 16

-

13 14 16

-

13 14 16

-

13 14 16

(c) % air voids in compacted mixture, surface and lower course

3-5 3-5 3-5 3-5

(d) Minimum modified Marshall load, N @ 60°C 5000 7000 7000 4500

(e) Flow index, (mm) 2-4 2-4 2-4 2-4

(f) Minimum asphalt film thickness (µm) 8 8 8

(g) Minimum index of retained stability after immersion in water @ 60°C for 24 hours

75% 75% 75% 75%

(h) Asphalt content in the mix shall be as specified in the mix design ±0.3%

(REVISED NOVEMBER 2016)

Page 326: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 12 - ASPHALTIC CONCRETE PAVING SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 12 - 6

.2 Superpave Mixes: (REVISED NOVEMBER 2016)

(a) The Superpave asphalt mix design shall be carried out in accordance with the latest edition of the Asphalt Institute’s Superpave Mix Design, Superpave Series No. 2 (current version) and these Standard Specifications. (REVISED NOVEMBER 2016)

(b) If requested by the Engineer, the Contractor shall supply an asphaltic concrete mix design conforming to the following specification for approval: (REVISED NOVEMBER 2016)

CRITERIA PROPERTY OF LABORATORY COMPACTED PAVING MIXTURE

For Design ESAL’s = 10 – 30 million, at NDesign = 100 gyrations SUPERPAVE

nominal 12.5mm

% voids in the Mineral Aggregate, minimum 14 Required density: % of Theoretical Maximum Specific Gravity in a laboratory compacted mix:

• at Nmax = 160 gyrations • at NDesign = 100 gyrations • at NInitial = 8 gyrations

98 maximum 95–97 89 maximum

% voids filled with Asphalt Cement 65-75 Dust to Binder ratio1 0.6-1.2

(REVISED NOVEMBER 2016)

.3 Reclaimed Asphalt Product (RAP): (a) The maximum RAP allowed in the asphalt mix shall be determined by the

contribution of the RAP Asphalt Cement (AC) towards the total AC content in the mix by weight as per the percentages shall be 15%. Contractor shall notify the City Representative, 14 days in advance of Paving if RAP will be used in the project. (REVISED NOVEMBER 2016)

(b) The amount of total AC replaced by the AC in the RAP will be calculated as follows:

% AC Replacement = (axb)/c

Where:

a = AC content of RAP b = RAP percent in mixture by total weight of mix

c = Total percent AC content in mixture (REVISED NOVEMBER 2016)

12.26 JOB MIX AND PLANT CALIBRATION .1 If requested by the Engineer, a job mix formula shall be provided by the Contractor and

shall contain the following information: (a) Sieve analysis of combined aggregate in mix. (b) Aggregate size range in each bin separation to be used. (c) Weight of aggregate to be used from each bin for one batch of mix.

1 Consideration shall be given to increasing the dust to binder ratio to 0.8 – 1.6

Page 327: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 12 - ASPHALTIC CONCRETE PAVING SPECIFICATIONS

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 12 - 7

(d) Weight of asphalt cement to be used for one batch of mix. (e) Optimum mixing and compacting temperatures. .2 If requested by the Engineer, a plant calibration for continuous mix plants shall be provided

by the Contractor. 12.27 TACK COAT .1 Bituminous tack coat shall be Grade SS-1 or SS-1h asphalt emulsion, in accordance with

MOTI SS 952 (or the latest AASHTO M140-13 or the latest ASTM D977) or as approved. Manufacturer's laboratory analysis of each tack coat shipment shall be submitted to the Engineer for approval. (REVISED NOVEMBER 2016)

Page 328: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 12 - ASPHALTIC CONCRETE PAVING INSTALLATION

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 12 - 8

12.40 RESPONSIBILITY FOR ALIGNMENT, GRADE AND BASE .1 The contractor shall examine the base, existing surface and tack coat to ensure they

conform to the specifications, and the grade and alignment conform to the construction drawings, prior to commencing paving operations. The contractor shall be satisfied that the base is properly prepared for the placement of asphaltic concrete and shall notify the Engineer of any observed deficiencies prior to paving. The contractor’s responsibility for pavement failures shall include those caused by base failure, misalignment or incorrect grade.

.2 Prior to delivery of the asphaltic concrete to the job site, the prepared base shall be cleaned

of all loose or foreign material. 12.41 TRAFFIC CONTROL .1 The Contractor shall be responsible for traffic control during all operations in accordance

with Sections 3.61 – Control of Public Traffic – General, Section 3.62 – Use of Flagperson and Section 3.63 – Use of Traffic Control Devices

.2 Traffic shall not be permitted on the finished pavement until it has cooled to atmospheric

temperature. 12.42 CUTTING AND REMOVAL OF EXISTING PAVEMENT .1 The Contractor shall cut, remove and dispose of existing pavement as directed by the

Engineer. Pavement cutting shall be in accordance with Section 4.29 – Final Cutting Paved Surfaces.

12.43 ADJUSTMENT OF SERVICES .1 The Contractor shall adjust manholes, catchbasins, valves, etc. to the proper finished grade

at least 48 hours prior to paving in accordance with Section 6.53 - Frames and Covers and Section 6.54 – Manhole Steps.

12.44 TESTING .1 The Engineer will arrange for a testing firm to carry out tests to determine whether the

applicable standards and specifications have been met. Where initial testing indicates non-compliance with the specifications, additional testing shall be required at the Contractor's expense.

.2 The Contractor as directed by the Engineer shall supply specimens or samples for testing. .3 The test programs listed below are the minimum testing requirements. The Engineer shall

determine if additional testing is required. (a) Aggregates: (i) One aggregate gradation test shall be carried out either for each 300 tonnes of

production or a minimum of once per day (ASTM C136 and ASTM C117). (REVISED NOVEMBER 2016)

Page 329: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 12 - ASPHALTIC CONCRETE PAVING INSTALLATION

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 12 - 9

(ii) Additional testing as outlined in Section 12.23 as required by the Engineer. (b) Asphaltic Concrete: One Marshall test consisting of three briquettes for every three hundred tonnes of production, or a minimum of one test per day shall be performed to determine the following: (REVISED NOVEMBER 2016) (i) Marshall stability (ii) Specific gravity (iii) Air voids and voids in mineral aggregate (VMA) (iv) Flow index (v) Asphalt content extraction (vi) Gradation of Asphalt aggregate Testing shall use the 75 Blow Marshall test method. The 50 Blow Marshall test

method may be used for walkways, sidewalks, driveways or other City Engineer approved locations.

(c) Compaction:

(i) Upon completion of the asphalt paving operation, one core from each 400 m2 of pavement with a minimum of three (3) cores shall be obtained at locations determined by the Engineer for the purpose of determining the asphaltic concrete density in accordance with ASTM D2726, and the asphaltic concrete thickness. (REVISED NOVEMBER 2016)

(ii) Final compaction results shall be expressed as a percentage compacted density which is defined as follows:

Percentage compacted density = Density of sample X 100

Marshall density

(iii) Test result data will be subjected to statistical analysis and the final compaction shall not be considered satisfactory unless the mean and the standard deviation of the test result data is in accordance with Section 12.51 - Asphaltic Concrete Acceptance Requirements.

(d) Other testing as may be required to confirm conformance of materials and

workmanship to the specifications. .4 The test programs outlined above are minimum requirements and may be modified by the

Engineer. Full testing may be required during the first few days of paving to determine quality control and construction procedures. As paving progresses sufficient tests to maintain uniformity will be required.

.5 Inspection and testing by the Engineer shall not relieve the contractor of his responsibility

for quality control.

Page 330: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 12 - ASPHALTIC CONCRETE PAVING INSTALLATION

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 12 - 10

.6 Asphaltic concrete found to be in non-compliance with the specifications shall be repaired or replaced by the contractor at no additional cost to the Owner in accordance with Section 2.03 – Materials and Workmanship, Article 26 – Testing, Rejected Work and Materials and Article 27 – Owner’s Right to Correct Deficiencies. The contractor shall submit to the Engineer for approval, the proposed method to correct the noted deficiencies and work schedule, prior to commencing the work.

12.45 TACK COAT .1 The existing asphaltic concrete surface shall be thoroughly cleaned by a power-driven

sweeper immediately prior to applying the tack coat. .2 Tack coat shall be applied to all existing asphaltic concrete which is to be overlaid. Tack

coat shall be applied to the edge of existing asphaltic concrete, curbs and structures where these surfaces will be in contact with the new asphaltic concrete pavement.

.3 Tack coat shall be applied only when the surface is dry and clean, and the air temperature

is over 10°C. .4 Tack coat shall not be diluted unless directed by the Engineer. .5 Tack coat shall be uniformly applied with an approved pressure distributor at a rate of 0.25

litres per square metre. The temperature of the material shall be maintained between 32°C and 38°C.

.6 Traffic shall, where possible, be kept off tack coat areas. Where traffic has been allowed

on the tack coat, these areas shall be thoroughly cleaned by a power-driven sweeper immediately prior to laying asphaltic concrete.

.7 No hot mix shall be placed upon the tack coat until it has dried to a proper condition of

tackiness, as determined by the Engineer. .8 Tack coat shall be placed only on the area being paved. Work shall be planned so that no

more tack coat than is necessary for the days operation is placed on the surface. .9 Any damage to persons, vehicles or private property during the application and curing of

the tack coat is the Contractor’s responsibility. 12.46 TRANSPORTATION OF HOT PLANT MIX .1 Trucks used for the transport of hot mix shall be equipped with tarpaulins and, where

required, with insulated boxes. Trucks shall not leak fuel, lubrication oils or hydraulic oil. .2 Inside surfaces of truck boxes shall be free of all deleterious materials and lubricated with

suitable thin soap, but excessive use of lubricant will not be permitted. .3 The mixture shall be transported from the paving plant to the job site utilizing City of

Nanaimo designated truck routes where possible, and shall use local streets only to obtain local access.

Page 331: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 12 - ASPHALTIC CONCRETE PAVING INSTALLATION

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 12 - 11

.4 Loads shall be delivered continuously in covered trucks to provide a uniform, non-stop paving operation.

.5 Delivery of the mix shall be scheduled to permit completion of the paving operation in

daylight hours unless otherwise approved by the Engineer. 12.47 PLACEMENT .1 Surfaces onto which asphaltic concrete pavement is placed shall be dry, above 5oC, and

cleaned of all loose and foreign materials. Mixtures shall normally not be laid when the atmospheric temperature is less than 5°C and falling.

(a) Bottom lift shall be placed onto surfaces above 5°C and rising. (b) Top lift shall be placed onto surfaces above 10° C and rising.

.2 The mixture at time of placing shall be not less than 120°C or greater than 160°C or as

required by the mix design and requires approval by the City Engineer. .3 An approved, self-propelled mechanical paver shall be used to spread the mixture to the

specified thickness. The paver speed shall be adjusted to correspond to the rate of delivery to provide a uniform, non-stop paving operation.

.4 The Contractor may use such methods as approved by the Engineer in narrow areas,

irregular sections, intersections, turnouts or driveways, where it is impractical to spread with a paver.

.5 Minor inequalities in spreading and shaping the paved surface adjacent to existing

structures such as manholes, catchbasins or valves shall be performed to a condition satisfactory to the City Engineer.

12.48 COMPACTION .1 Equipment: (a) Unless otherwise directed by the Engineer, the Contractor shall furnish a minimum of

two (2) self-propelled rollers to roll and compact the asphaltic concrete mixture. All rollers shall be in good condition and capable of reversing without backlash.

Page 332: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 12 - ASPHALTIC CONCRETE PAVING INSTALLATION

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 12 - 12

.2 General: (a) Compaction shall commence immediately after the bearing capacity of the asphalt

mat is adequate to support compaction equipment without undesirable displacement or cracking.

(b) Maximum speed for initial rolling shall not exceed 5 km/hr, and subsequent rolling, 8 km/hr. Speeds shall be maintained at all times such that displacement of asphaltic concrete does not occur. (REVISED NOVEMBER 2016)

(c) During the rolling operation, roller wheels shall be kept moist with only enough water to avoid picking up material. Fuel oil, lubricating oil, or kerosene shall not be permitted as lubricants for the surface of the roller wheels.

(d) The line of rolling shall not be suddenly changed nor the direction of rolling suddenly reversed. Pronounced changes in direction shall be made on stable material.

(e) Heavy equipment including rollers shall not be permitted to stand on the finished surface.

(f) Where rolling causes displacement of material, loosen affected areas immediately with lutes or shovels and restore to original grade of loose material before re-rolling.

(g) Should the testing results or the Contractor's quality control indicate compaction requirements are not being met, the Contractor shall immediately modify his compaction procedure to satisfy the compaction requirements.

.3 Breakdown Rolling: Breakdown rolling shall immediately follow the rolling of transverse and longitudinal joint

and edges. Rollers shall be operated as close to the paver as necessary to obtain adequate density without causing undue displacement. Initial rolling shall be performed by steel wheel rollers with the drive roll or wheel forward in the direction of paving. Rolling shall commence on the low side of the mat and progress to the high side.

.4 Secondary Rolling: Secondary rolling shall follow the initial rolling as closely as possible, and shall be

continuous until the mix has been thoroughly compacted. (REVISED NOVEMBER 2016) .5 Finish Rolling: Finish rolling shall be by steel wheel roller to remove all marks left by pneumatic rolling.

Finish rolling shall be accomplished with the minimum number of passes required to produce a satisfactory surface.

12.49 JOINTS .1 General: (a) All transverse and longitudinal joints shall be painted with a thin tack coat immediately

prior to paving. Application of tack coat to longitudinal joints may be omitted if the previously laid pavement has not cooled to less than 50°C.

(b) Transverse joints in succeeding courses shall be offset a minimum of 600mm. In adjacent lanes they shall be offset a minimum of 3.0m.

(c) Longitudinal joints in succeeding courses shall be offset 150 - 200mm.

Page 333: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

SECTION 12 - ASPHALTIC CONCRETE PAVING INSTALLATION

_________________________________________________ Engineering Standards & Specifications

November 2016 Edition Page 12 - 13

(d) Wherever possible, longitudinal joints shall be offset 100mm from future traffic markings (paint lines).

.2 Transverse Joints: Transverse joints shall have a vertical face and shall be carefully constructed and

thoroughly compacted to provide a smooth riding surface over the joint. Horizontal alignment of joints shall be straight-edged to ensure smoothness. Rolling of transverse joints shall be performed immediately after raking is completed.

.3 Longitudinal Joints: Longitudinal joints shall have a vertical face and shall be rolled directly behind the paving

operation. Joints shall be rolled by passing the roller on the previously compacted lane letting one wheel project 100mm to 150mm on the new lane. A minimum of 2 passes shall be required to thoroughly compact this narrow strip down to and even with the existing lane.

.4 Edges: Pavement edges shall be rolled concurrently with the longitudinal joints and shall not be

exposed more than 15 minutes before rolling. After longitudinal joints and edges have been compacted, longitudinal rolling shall start at the edge and progress to the centre of the pavement, overlapping at least one-half the width of the roller with each successive pass. On super-elevated curves, rolling shall begin on the low side and progress to the high side.

12.50 CLEANING .1 The contractor shall thoroughly remove from all culverts, catchbasins, curbs, gutters and

other structures such contamination by asphaltic or other materials as may have occurred during the performance of the work.

12.51 ASPHALTIC CONCRETE ACCEPTANCE REQUIREMENTS .1 The finished grade surface shall be free from bumps, depressions or other irregularities

and shall be within 6mm of the design grade and cross-section, but not uniformly high or low, when measured with a 3.0m straight edge in any direction.

.2 The finished elevation of the compacted asphaltic concrete shall be 0 - 6mm above the

finish elevation of structures, including but not limited to curbs, gutters, manhole lids, catch basins, valve boxes and survey monuments.

.3 The finished surface of the asphaltic concrete shall be homogenous, free from segregation

and consistently uniform in surface texture. .4 Asphaltic concrete shall be compacted to 97% mean compacted density when tested in

accordance with Section 12.44 - Testing. Maximum acceptable standard deviation of test data shall be 1.5%, with no individual test results less than 95% compacted density.

.5 Asphaltic concrete thickness, as measured in accordance with ASTM D3549, shall not be

less than the specified thickness for all test cores.

Page 334: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager
Page 335: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 01330

Towers Pump Station SUBMISSIONS

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 1 of 6

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 01330 Submissions.doc

1.0 GENERAL

1.1 REQUIREMENTS INCLUDED

.1 Construction Schedule

.2 Erosion and Sediment Control Plan

.3 Emergency Crews

.4 Leakage Test Procedures

.5 Shop Drawings

.6 Samples

.7 Record Drawings

.8 Operation and Maintenance Manual

1.2 ADMINISTRATIVE

.1 The Contractor shall submit submittals to the Engineer for review as specified. Submit with

reasonable promptness and in an orderly sequence so as to not cause delay in the Work. Failure to

submit in ample time is not considered sufficient reason for an extension of Contract Time and no

claim for extension by reason of such default will be allowed.

.2 At Engineer’s request, prepare and submit schedule fixing the dates for submission and return of

shop drawings, product data or samples.

.3 Do not proceed with Work affected by the submittal until review is complete.

.4 The Contractor shall review submittals prior to submission to the Engineer. This review represents

that necessary requirements have been determined and verified, or will be, and that each submittal

has been checked and co-ordinated with the requirements of the Work and the Contract

Documents. Submittals not stamped, signed, dated and identified as to the specific project will be

returned without being examined and will be considered rejected.

.5 Verify field measurements and affected adjacent Work are co-ordinated.

.6 The Contractor’s responsibility for errors and omissions in submission is not relieved by

Engineer’s review of submittals.

.7 The Contractor’s responsibility for deviations in submission from requirements of Contract

Documents is not relieved by Engineer’s review.

.8 Keep one reviewed copy of each submission on Site.

1.3 CONSTRUCTION SCHEDULE

.1 The Contractor shall submit a Construction Schedule as specified in Section 01323.

Page 336: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 01330

Towers Pump Station SUBMISSIONS

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 2 of 6

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 01330 Submissions.doc

1.4 EROSION & SEDIMENT CONTROL PLAN

.1 The Contractor shall submit an Erosion and Sediment Control Plan to the Engineer for review and

approval seven days prior to the pre-construction meeting. The Erosion & Sediment Control Plan

shall describe the proposed methodology and measures necessary to prevent potential erosion

and/or sloughing of the adjacent embankment for the duration of the project.

The Erosion & Sediment Control Plan shall indicate how the Contractor plans to control sediment

discharges from the project and what measures will be put in place to prevent damage to aquatic

habitat.

.2 Without limiting the obligations of the Contractor under the Contract Documents, the Contractor

shall carry out the Work in compliance with all environmental laws affecting the Work and with

the recommendations contained in the most recent edition of the “Land and Development

guidelines for the Protection of Aquatic Habitat” published jointly by the Ministry of Land, Water,

and Air Protection and Fisheries and Oceans Canada.

.3 In this section ‘environmental laws’ means all statutes, regulations, orders, and bylaws relating in

any way to the natural environment or its ecosystems, public or occupational health, transportation,

storage or handling of contaminants or hazardous materials.

1.5 EMERGENCY CREWS

.1 Before commencement of construction, the Contractor shall provide the Engineer with a list of

names and telephone numbers for contractor’s representatives who can be called outside the normal

working hours to act for the Contractor during emergency “call-outs” in conjunction with the work

under the Contract.

1.6 LEAKAGE TEST PROCEDURES

.1 The Contractor shall submit recommended leakage testing procedures from the pipe manufacturer

to the Engineer for approval. Testing procedures shall include the maximum test pressure for each

type of pipe to be tested. No testing shall be performed without approval of the testing methods

from the Engineer.

1.7 SHOP DRAWINGS

.1 The term “shop drawings” means drawings, diagrams, illustrations, schedules, performance charts,

brochures and other data which are to be provided by the Contractor to illustrate details of a portion

of the Work.

.2 Detail all shop drawings using the metric system. Prepare to a drafting standard equivalent to the

Contract drawings.

.3 Indicate materials, methods of construction and attachment or anchorage, erection diagrams,

connections, wiring diagrams, panel layouts with bills of material, explanatory notes and other

information necessary for completion of Work. Where articles and equipment attach or connect to

other articles or equipment, indicate that such item have been coordinated, regardless of the Section

under which the adjacent items will be supplied and installed. Indicate cross reference to design

drawings and specifications.

Page 337: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 01330

Towers Pump Station SUBMISSIONS

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 3 of 6

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 01330 Submissions.doc

.4 Adjustments made on shop drawings by the Engineer are not intended to change the Contract

Amount. If adjustments affect the value of Work, state such in writing to the Engineer prior to

proceeding with the Work.

.5 Make such changes in shop drawings as the Engineer may require, consistent with Contract

Documents. When resubmitting, notify the Engineer in writing of any revisions other than those

requested.

.6 The Contractor shall stamp all copies of shop drawings to be submitted for review by the Engineer.

.7 Fill in the following information on each shop drawing prior to submitting the drawing to the

Engineer:

.1 Project Title - “C”.

.2 Drawing Number – (see description in next paragraph).

.3 Date of Submission.

.8 Apply the following drawing numbers to Shop Drawings in this work:

.1 Civil Shop Drawings:

C-1001

C-1002

C-(etc.)

.2 Architectural Shop Drawings:

A-1001

A-1002

A-(etc.)

.3 Structural Shop Drawings:

S-1001

S-1002

S-(etc.)

.4 Mechanical Shop Drawings:

M-1001

M-1002

M-(etc.)

.5 Electrical Shop Drawings:

E-1001

E-1002

E-(etc.)

.6 Instrumentation Shop Drawings:

I-1001

I-1002

I-(etc.)

Page 338: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 01330

Towers Pump Station SUBMISSIONS

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 4 of 6

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 01330 Submissions.doc

.7 General Shop Drawings and drawings not covered by the above discipline categories:

G-1001

G-1002

G-(etc.)

.9 Maintain a complete Shop Drawing Record showing the review status of all shop drawings on the

work. Provide the Engineer with a copy of this record on a monthly basis or as requested by the

Engineer.

.10 Submit shop drawings to the Engineer for review with a Transmittal Form. Type or print the

appropriate information on the form to fully describe the drawings being sent for review. Retain

one copy of the form for filing and record purposes before drawings are sent to the Engineer.

.11 Submit six copies of product data sheets or brochures for requirements requested in specification

Sections and as the Engineer may reasonably request where shop drawings will not be prepared due

to standardized manufacture of product.

.12 Submit six prints of shop drawings for each requirement requested in specification Sections and as

the Engineer may reasonably request.

.1 “REVIEWED” – Make and distribute additional copies as required for execution of the

Work.

.2 “REVISE AND RESUBMIT” – Make necessary revisions and resubmit revised drawings for

review. Show the drawing number of the first such revised drawing and show the latest

revision number applicable to the drawing by adding a suffix to the drawing number as –

“REV. 1”, “REV. 2”, etc.

.3 “NOT REVIEWED” – This notation indicates when the Engineer has not reviewed the

drawing. It may also be used in combination with the notation to revise and resubmit the

drawing where the Engineer lacks sufficient information to complete his review and requires

to resubmit the drawing for review after revision.

.4 Drawings will be marked “REVIEWED” together with the notation to “REVISE AND

RESUBMIT” when the Engineer requires the Contractor to resubmit a revised drawing

showing corrections made as a result of the Engineer’s notations on the shop drawings. This

procedure will not relieve the Contractor of responsibility for meeting all requirements of the

Contract.

.13 Use only those shop drawings on the work that bear the Engineer’s “REVIEWED” notation.

.14 Do not revise shop drawings marked “REVIEWED” unless resubmitted to the Engineer for further

review.

.15 The Engineer will retain three copies of each drawing. Shop drawings returned to the Contractor

shall be included in the Operation and Maintenance Manuals.

.16 Where more than one type of shop drawing has been specified for one item, e.g., wiring diagrams,

layout details, and dimensional drawings, the shop drawings shall be submitted together, to enable

the Engineer to review the drawings as a package.

Page 339: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 01330

Towers Pump Station SUBMISSIONS

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 5 of 6

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 01330 Submissions.doc

.17 Catalogue pages or drawings applicable to an entire family or range of equipment will not be

accepted as shop drawings unless they are clearly marked to show the pertinent data for the

particular material.

.18 Manufactures’ catalogues, manuals, or price list will not be accepted as shop drawings. Such

materials may be used as supplemental information to the shop drawings.

.19 Indicate the tag number of instructions and values and clearly show the features and details

applicable to the equipment being supplied.

.20 Determine which shop drawings have, in addition to those drawings specifically mentioned in the

Contract, design elements requiring the seal of a Professional Engineer registered in the Province

or Territory where the work is located, in accordance with the applicable provincial or federal

engineering acts or other governing legislation. Seal such drawings before submitting them for

review. Submit for review engineering calculations signed by the registered Professional Engineer

responsible for the shop drawing design elements.

.21 If upon review by the Engineer, no errors or omissions are discovered or if only minor corrections

are made, three copies will be returned and fabrication and installation of Work may proceed. If

shop drawings are rejected, noted copy will be returned and resubmission of corrected shop

drawings must be performed before fabrication and installation of Work may proceed.

.22 Owner may deduct, form payments due to Contractor, cost of additional Engineering work incurred

if correct shop drawings are not submitted after one review by Engineer.

.23 Review by the Engineer is for the sole purpose of ascertaining conformance with the general design

concept. This review does not mean that the Engineer approves the detail design inherent in the

shop drawings, responsibility for which remains with the Contractor, and such review does not

relieve the Contractor of his responsibility for errors and omissions in the shop drawings or of his

responsibility for meeting all requirements of the Contract Documents. The Contractor is

responsible for dimensions to be confirmed and correlated at the job-site, for information that

pertains solely to the fabrication processes or to techniques of construction and installation and for

coordination of the work of all sub-trades.

.24 The specifications identify those items for which shop drawings shall be submitted.

1.8 SAMPLES

.1 The Contractor shall submit review samples in duplicate as requested in the respective specification

Sections. Label samples as to origin and intended use in the Work.

.2 Deliver samples prepaid to testing or inspection location as co-ordinated with the Engineer.

.3 Notify the Engineer in writing, at the time of submission, of deviations in samples from

requirements of Contract Documents.

.4 Adjustments made on samples by the Engineer are not intended to change the Contract Amount. If

adjustments affect the value of Work, state such in writing to the Engineer prior to proceeding with

the Work.

.5 Make changes in samples which the Engineer may require, consistent with Contract Documents.

.6 Do not change construction materials consist with approved samples without authorized from the

Engineer.

Page 340: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 01330

Towers Pump Station SUBMISSIONS

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 6 of 6

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 01330 Submissions.doc

1.9 RECORD DRAWINGS

.1 Submit record drawings to Engineer, per Section 01789, upon completion of Work and prior to

final inspection.

1.10 OPERATION AND MAINTENANCE MANUAL

.1 Submit operating and maintenance manuals to Engineer, per Section 01783 – Operating and

Maintenance Data.

END OF SECTION

Page 341: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 01423

Towers Pump Station STANDARDS SPECIFICATIONS

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 1 of 3

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 01423 Standard.doc

1.0 SPECIFICATIONS, STANDARDS, OR METHODS

.1 When references to the following capitalized abbreviations are made, they refer to specifications,

standards, or methods of the respective associations. Abbreviations listed herein but not mentioned

in the specifications shall be disregarded.

.2 The number and letters following the abbreviations denote the association's serial designation for

the specifications or standards to which reference is made. All references to these specifications,

standards, or methods shall, in each instance, be understood to refer to the latest adopted revision,

including all amendments in affect on the date of submission of bids, except where a date or issue

is specifically noted.

2.0 ABBREVIATIONS

AASHTO American Association of State Highway and Transportation Officials

ACI American Concrete Institute

AFBMA Antifriction Bearing Manufacturers' Association

AGA American Gas Association

AGMA American Gear Manufacturers' Association

AISC American Institute of Steel Construction

AMCA Air Moving and Conditioning Association

ANSI American National Standards Institute

API American Petroleum Institute

ARI Air Conditioning and Refrigeration Institute

ASCE American Society of Civil Engineers

ASHRAE American Society of Heating, Refrigerating and Air-Conditioning Engineers

ASME American Society of Mechanical Engineers

ASTM American Society for Testing and Materials

AWMAC Architectural Woodworkers Manufacturers' Association of Canada

AWPA American Wood Preservers' Association

AWS American Welding Society

AWWA American Water Works Association

BCBC British Columbia Building Code

CAN Canadian National Standard

CBM Certified Ballast Manufacturers

CBTIC Clay Brick and Tile Institute of Canada

CEC Canadian Electrical Code

CEMA Canadian Electrical Manufacturers Association

CGA Canadian Gas Association

CGRA Canadian Good Roads Association

CGSB Canadian General Standards Board

CISC Canadian Institute of Steel Construction

CITC Canadian Institute of Timber Construction

CLA Canadian Lumberman Association

CMAA Crane Manufacturers' Association of America

CMHC Canada Mortgage and Housing Corporation

CPCA Canadian Painting Contractors Association

Page 342: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 01423

Towers Pump Station STANDARDS SPECIFICATIONS

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 2 of 3

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 01423 Standard.doc

CPCI Canadian Prestressed Concrete Institute

CRCA Canadian Roofing Contractors' Association

CRSI Concrete Reinforcing Steel Institute

CSA Canadian Standards Association

CSSBI Canadian Sheet Steel Building Institute

CUA Canadian Underwriters' Association

CWB Canadian Welding Bureau

CWC Canadian Wood Council

CSPI Corrugated Steel Pipe Institute

EEI Edison Electric Institute

EEMAC Electrical and Electronic Manufacturers' of Canada

FFPC Federal Fire Prevention Committee

FM Factory Mutual Engineering Corporation

IAO Insures' Advisory Organization

IBRM Institute of Boiler and Radiator Manufacturers

IEC International Electrotechnical Commission

IEE Institution of Electrical Engineers (U.K.)

IEEE Institute of Electrical and Electronics Engineers Inc.

IES Illuminating Engineering Society

IGMAC Insulated Glass Manufactures Association of Canada

IPCEA Insulated Power Cable Engineers' Association

ISA Instrument Society of America

ISO International Standardization Organization

LEMA Lighting Equipment Manufacturers' Association

LTIC Laminated Timber Institute of Canada

MMA Millwork Manufacturers' Association

MSMRCA Master Sheet Metal and Roofing Contractors' Association of British Columbia

NAAMM National Association of Architectural Metal Manufactures

NBC National Building Code of Canada

NEC National Electrical Code

NEMA National Electrical Manufacturers' Association

NESC National Electric Safety Code

NFPA National Fire Protection Association

NLGA National Lumber Grade Authority

OECI Overhead Electrical Crane Institute

PCA Portland Cement Association

PCI Prestressed Concrete Institute

PMBC Plywood Manufacturers' Association of British Columbia

RCABC Roofing Contractors Association of British Columbia

RLM RLM Standards Institute, Inc.

RTAC Road and Transportation Association of Canada

SAE Society of Automotive Engineers

SBI Steel Boilers Institute Inc.

SJI Steel Joist Institute

SSPC Steel Structures Painting Council

TTMAC Terrazzo, Tile and Marble Association of Canada

UL Underwriters' Laboratories

Page 343: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 01423

Towers Pump Station STANDARDS SPECIFICATIONS

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 3 of 3

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 01423 Standard.doc

ULC Underwriters' Laboratories of Canada

USFG United States Federal Government

WCB Workers' Compensation Board

WCLIB West Coast Lumber Inspection Bureaus

3.0 CONFORMANCE

.1 Conform to these standards, in whole or in part as specifically requested in the specifications.

.2 If there is question as to whether any product or system is in conformance with applicable

standards, the Engineer reserves the right to have such products or systems tested to prove or

disprove conformance.

.3 The cost for such testing will be born by the Owner in the event of conformance with contract

documents or by the Contractor in the event of non-conformance.

END OF SECTION

Page 344: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 01610

Towers Pump Station BASIC PRODUCT REQUIREMENTS

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 1 of 2

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 01610 Basic Product Requirements.doc

1.0 GENERAL

1.1 QUALITY

.1 Products, materials, equipment and articles (referred to as Products throughout the specifications)

incorporated in Work shall be new, not damaged or defective, and of the best quality (compatible

with specifications) for the purpose intended. If requested, furnish evidence as to type, source and

quality of Products provided.

.2 Defective Products, whenever identified prior to the completion of Work, will be rejected,

regardless of previous inspections. Inspection does not relieve responsibility, but is a precaution

against oversight or error. Remove and replace defective Products at own expense and be

responsible for delays and expenses caused by rejection.

.3 Should any dispute arise as to the quality or fitness of Products, the decision rests strictly with the

Engineer based upon the requirements of the Contract Documents.

.4 Unless otherwise indicated in the specifications, maintain uniformity of manufacture for any

particular or like item throughout the building.

.5 Permanent labels, trademarks and nameplates on Products are not acceptable in prominent

locations, except where required for operating instructions, or when located in mechanical or

electrical rooms.

1.2 AVAILABILITY

.1 Immediately upon signing Contract, review Product delivery requirements and anticipate

foreseeable supply delays for any items. If delays in supply of Products are foreseeable, notify the

Engineer of such, in order that substitutions or other remedial action may be authorized in ample

time to prevent delay in performance of Work.

.2 In the event of failure to notify Engineer at commencement of Work and should it subsequently

appear that Work may be delayed for such reason, the Engineer reserves the right to substitute

more readily available products of similar character, at no increase in Contract Amount.

1.3 STORAGE, HANDLING AND PROTECTION

.1 Handle and store Products in a manner to prevent damage, adulteration, deterioration and soiling

and in accordance with manufacturer's instructions when applicable.

.2 Store packaged or bundled Products in original and undamaged condition with manufacturer's seals

and labels intact. Do not remove from packaging or bundling until required in Work.

.3 Store products subject to damage from weather in weatherproof enclosures.

.4 Store cementitious products clear of earth or concrete floors, and away from walls.

.5 Keep sand, when used for grout or mortar materials, clean and dry. Store sand on wooden

platforms and cover with waterproof tarpaulins during inclement weather.

.6 Store sheet materials and lumber on flat, solid supports and keep clear of ground. Slope to shed

moisture.

.7 Store and mix paints in a heated and ventilated room. Remove oily rags and other combustible

debris from site daily. Take every precaution necessary to prevent spontaneous combustion.

Page 345: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 01610

Towers Pump Station BASIC PRODUCT REQUIREMENTS

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 2 of 2

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 01610 Basic Product Requirements.doc

.8 Remove and replace damaged Products and to the satisfaction of Engineer.

1.4 TRANSPORTATION

.1 Pay costs of transportation of Products required in the performance of Work.

.2 Transportation cost of Products supplied by Owner will be paid for by Owner. Unload, handle and

store such Products.

1.5 FASTENINGS

.1 Provide metal fastenings and accessories in same texture, colour and finish as adjacent materials,

unless indicated otherwise.

.2 Prevent electrolytic action between dissimilar metals and materials.

.3 Use non-corrosive hot dip galvanized steel fasteners and anchors for securing exterior work, unless

stainless steel or other material is specifically requested in the affected specification Section.

.4 Space anchors within their load limit or shear capacity and ensure they provide positive permanent

anchorage. Wood, or any other organic material plugs are not acceptable.

.5 Keep exposed fastenings to a minimum, space evenly and install neatly.

.6 Fastenings which cause spalling or cracking of material to which anchorage is made are not

acceptable.

1.6 QUANTITIES

.1 Schedules of piping, fittings, reinforcing, or other materials indicating quantity and/or dimension,

which are shown on the drawings or in the specifications, are intended only to assist Contractor

with quantity takeoff. Quantities and dimensions shown therein are not guaranteed to be accurate

and must be checked by Contractor prior to placing an order for such materials.

.2 Claims for additional payment resulting from variations between quantities shown on the schedules

and those actually installed will not be accepted.

1.7 OWNERSHIP

.1 All materials provided by Contractor for execution of Work will vest in and become the property

of Owner upon delivery to Site, but will remain in the custody and at the risk of Contractor

until Final Completion.

2.0 PRODUCTS

.1 Not Used

3.0 EXECUTION

.1 Not Used

END OF SECTION

Page 346: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 01751

Towers Pump Station PRE-START-UP, START-UP AND COMMISSIONING

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 1 of 4

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 01751 Pre- Start-up, Start-up, and

Commissioning.doc

1.0 GENERAL

1.1 SECTION INCLUDES

.1 Requirements for placing Work in a state of readiness for acceptance by Owner.

.2 Section supplements, but does not supersede, specific requirements of other Sections.

1.2 DEFINITIONS

.1 Pre-Start-Up: Pre-start-up consists of the non-operating functions required to bring Work to a state

of readiness for placing systems into service. It includes, but is not limited to; cleaning, leakage and

pressure testing, cold alignment checks, disinfection, system flushing, lubrication of mechanical

equipment, rotation checks and wiring loop checks. Contractor shall conduct inspections of all

components and sub-components and shall arrange for inspections of equipment installations by

qualified equipment manufacturers’ representatives as required by Contract Documents. At this

stage, deficiency lists are prepared and Contractor is to remedy outstanding incomplete or incorrect

work in accordance with terms of Contract. Contractor shall obtain completed Equipment

Installation Certification Forms for each specified piece of equipment and shall submit these to

Engineer for review. Once Engineer is satisfied that each piece of equipment in a system or

subsystem has been properly checked out and all apparent deficiencies have been remedied, a

Green “Ready-to-Start” tag shall be placed on the equipment designating that the Pre-Start-Up

Phase for that particular system is complete.

.2 Start-Up: Once each piece of equipment within a defined system carries a “Ready-to-Start” tag,

then that individual system shall be started and tested. Both “Dry-Run” and “Wet-Run” tests are

required. Contractor shall conduct performance tests of all equipment in conjunction with the

manufacturers’ representatives as required by the Contract Documents and under the witness of

Engineer. Deficiencies that are uncovered shall be corrected and retesting shall be conducted as

required. Start-Up Completion Certificates shall be prepared by Contractor certifying that the

equipment or system is complete, successfully tested, started and ready for commissioning and

continuous operation.

.3 Commissioning: Commissioning consists of placing all the various systems in Work into

continuous operation in an orderly manner. Contractor is responsible for the commissioning

activities and shall have equipment manufacturer representatives at the site, as well as qualified

mechanical, electrical, control and instrumentation personnel. Contractor may be assisted by

Engineer relative to process considerations and by the Owner’s operations and maintenance staff.

Commissioning is considered to be complete when all systems have been operating continuously

for a period of 80 hours without fault and in accordance with the specified performance

requirements.

1.3 QUALITY CONTROL

.1 Appoint a qualified operations specialist as Testing and Commissioning Manager to manage,

coordinate and supervise the Testing, Start-up and Commissioning Program. Qualifications to

include minimum 5 years experience managing testing, start-up and commissioning of mechanical,

electrical, instrumentation, building systems and piping systems. Provide resume to Engineer for

review prior to commencement of program.

Page 347: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 01751

Towers Pump Station PRE-START-UP, START-UP AND COMMISSIONING

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 2 of 4

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 01751 Pre- Start-up, Start-up, and

Commissioning.doc

.2 When specified in individual Sections of Contract Documents, require manufacturer or supplier to

provide authorized representative(s).

.3 Testing:

.1 Provide all required testing equipment and ancillary equipment to verify specified

performance.

.2 Calibrate all test equipment to plus or minus 2 percent of actual value at full scale.

.3 Employ recognized, industry standard calibration procedures or as specified in individual

Sections.

.4 Submit calibration plans and results to Engineer.

.4 Attend and participate in Pre-start-up, Start-up and Commissioning workshops with Engineer and

Owner representatives.

1.4 SAFETY

.1 Ensure all requisite safety equipment, devices, detectors, materials and procedures are in place,

tested and operational before commencing.

.2 Conform to requirements of all regulatory authorities having jurisdiction.

.3 Maintain communications with fire, police, environmental and health authorities.

1.5 ENVIRONMENTAL PROTECTION

.1 Comply with all requirements of federal, provincial and local jurisdictions having authority.

1.6 PRE-START-UP

.1 Prepare Pre-start-up Equipment Checkout Listing which includes all Process Mechanical,

Commodity-retaining Structures, Building Mechanical, Instrumentation and Controls and Electrical

Equipment. Group listing into logical systems or sub-systems for orderly progression of activities

during start-up.

.2 Identify all pieces of equipment by Tag Numbers.

.3 To extent practical, remove all scaffolding, debris, planks tools and other construction-related

material.

.4 Remove all sand, silt, dirt and debris from tanks, channels, chambers, instrumentation and control

panels and electrical panels and vacuum clean.

.5 Clean all surfaces of tanks and conduits, including walls, roofs, floors and columns with high

pressure water jets or as specified in individual Sections.

.6 Clean interior of all pipes and fluid-carrying equipment, including pumps and inspect with

Engineer present.

.7 Conduct leakage and pressure tests in accordance with individual Sections.

.8 Conduct disinfection procedures in accordance with requirements of individual Sections.

.9 Provide Checkout Tag for each piece of equipment.

Page 348: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 01751

Towers Pump Station PRE-START-UP, START-UP AND COMMISSIONING

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 3 of 4

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 01751 Pre- Start-up, Start-up, and

Commissioning.doc

.10 Checkout Tags to be filled in by each applicable trade verifying that all appropriate checks have

been made, including but not limited to, cleaning, inspection, leakage testing, lubrication, rotation,

calibration, adjustment and wire loop checks.

.11 Equipment Manufacturer’s Representatives to inspect equipment in accordance with applicable

individual Sections. Certify equipment has been properly installed and is ready to start.

.12 Contractor to submit Equipment Checkout Listing to Engineer. Equipment Checkout Listing to

include the following:

.1 System description.

.2 Equipment Name and Tag Number of each component within System.

.3 Supplier’s Name of each equipment component, complete with sign-off where applicable.

.4 Mechanical Trade sign-off (Blue and White Cards completed).

.5 Electrical/Instrumentation Trades sign-off (Red, Yellow and White Cards completed).

.6 Contractor sign-off (all cards completed).

.13 Attach the following to Equipment Checkout Listing:

.1 Manufacturer’s Representatives’ Installation Certification Form.

.2 Pressure Test Certification Forms.

.3 Disinfection Certification Forms where applicable.

.4 Instrumentation and Electrical Equipment Loop Check Forms.

.5 Instrumentation Calibration Forms.

.6 Listing of outstanding contract deficiencies for each system.

.14 Request, in writing, a Pre-Start-Up Inspection by Engineer. Once Engineer has conducted the Pre-

Start-Up Inspection and is satisfied that each piece of equipment has been properly checked-out, a

green “Ready-to-Start” tag will be attached to each piece of equipment in the system.

1.7 START-UP

.1 Conduct workshop with Owners’s Representatives and Engineer to identify and integrate activities

of all parties in start-up of Work. Prepare Start-up Plan which includes the following:

.1 Plan objectives.

.2 Facilities to be started.

.3 Sequence of events and start-up schedule.

.4 Responsibilities of each party.

.5 List of individuals involved complete with contact telephone numbers.

.6 English language description of each systems’ intended means of operation.

.7 Initial operating conditions and parameters.

.8 Intended final operating conditions and parameters.

.9 Laboratory requirements and arrangements for outside testing services.

Page 349: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 01751

Towers Pump Station PRE-START-UP, START-UP AND COMMISSIONING

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 4 of 4

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 01751 Pre- Start-up, Start-up, and

Commissioning.doc

.10 Sampling and monitoring requirements.

.11 Contingency plans to respond to potential emergencies.

.12 Safety and environmental considerations.

.2 Develop Training plan and implement.

.3 Provide Operating and Maintenance Manuals as required by individual Sections.

.4 Conduct Dry Run Tests for all equipment, witnessed by Engineer.

.5 Conduct Wet Run Tests for all equipment, witnessed by Engineer.

.6 Correct any deficiencies uncovered during testing.

.7 Provide Pre-Commissioning Certification Form.

1.8 COMMISSIONING

.1 Assemble Contractor’s commissioning team to respond to requests for assistance by Engineer or

Owner. Team to consist of representatives of Contractor and Contractor’s mechanical, electrical

and instrumentation staff or subcontractors, as appropriate.

.2 Contractor’s representative to be at site during normal working hours for entire commissioning

period. Contractor’s commissioning team to be at site during normal working hours for the first 5

days of commissioning of each identified commissioning package and available within 4 hours’

notice during remainder of each commissioning period. Contractor’s representative and the

commissioning team may be required to be at site outside of normal working hours during the

commissioning period, at the discretion of Owner or Engineer and shall be available within four

hours’ notice.

.3 Remove and clean or replace as required all permanent and temporary filters and strainers in

pipeline systems; dewater and clean sumps and leave process systems clean and filled with clean

water, unless otherwise directed by Engineer.

.4 Commission Work in stages based on commissioning packages. Each commissioning package to

consist of fully functional portions or groups of operationally tested systems capable of operating

in concert to provide a complete service or function that is of value to Owner.

.5 Commissioning to be generally conducted in manual mode first, followed by automatic operation.

.6 Period of time for continuous automatic operation for acceptance of commissioning is 80 hours

with all systems operating continuously without fault and all process, mechanical, control and

electrical equipment free of vibration, overloading or overheating and functioning in accordance

with specified rates, methods and performance.

.7 Failure of any part of Work during the period of continuous automatic operation will require restart

of that portion or system of Work, following rectification of the fault or failure.

.8 If it is necessary to suspend start-up, commissioning or continuous operation during the

commissioning period due to deficiencies or failure in any system, the full cost of interruption, call-

back, testing and resumption of start-up, commissioning, or continuous operation shall be paid by

Contractor.

END OF SECTION

Page 350: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 01783

Towers Pump Station OPERATING AND MAINTENANCE MANUAL

City File Number: 5600.12.124

Contract: T-2338-2019

Feburary 2019 Page 1 of 4

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 01783 Operating and Maintenace Manual.doc

1.0 GENERAL

1.1 MANUAL

.1 An organized compilation of operating and maintenance data including detailed technical

information, documents and records describing operation and maintenance of individual products

or systems as specified in individual sections of Divisions 02 to 16.

1.2 GENERAL

.1 Prepare 3 copies of documentation including as-constructed shop drawings to instruct Owner's

operations and maintenance staff in the operation and associated maintenance of each piece of

equipment and system as supplied and installed.

.2 Submit a skeleton of the O & M Manual, including table of contents, section tabs, scale mock-up of

printing proposed for the binders and sample of proposed record drawing storage mechanism, to

Engineer for approval before 60% of the work is approved for payment. No payment over 60% of

the Contract value will be made until this is received.

.3 Submit the completed O & M Manuals before 90% of the work is approved for payment. No

payment for any work will be made over 90% of the Contract value until completed O & M

Manuals are received and accepted as satisfactory.

1.3 BINDERS

.1 Provide the material in 80 mm or 135 mm spine, 215 x 280 mm capacity extension type black

catalogue binders bound in heavyweight fabricord with gold lettering on front and spine. The

binders are to be Barlock expandable binders by Vancouver Bookbinding Ltd. (604) 872-8132 or

1-800-670-2463 or approved alternative.

1.4 CONTENTS

.1 Arrange the material in volumes as described below. Provide a separate binder for each volume

unless directed otherwise by Engineer. Where more than one binder is required to accommodate

the documentation for a volume, increase or decrease the number of volumes and renumber as

necessary.

.1 Volume 1 - Operating Manual

.2 Volume 2 - Architectural/Structural

.3 Volume 3 - Mechanical Operations and Maintenance

.4 Volume 4 - Electrical and Instrumentation Operations

.2 Permanently number each set.

.3 Letter the spine of the binder with the full identification title of the project and the front face with

the following on the respective binders

.1 Full identification title of the project

.2 Volume Number

Page 351: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 01783

Towers Pump Station OPERATING AND MAINTENANCE MANUAL

City File Number: 5600.12.124

Contract: T-2338-2019

Feburary 2019 Page 2 of 4

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 01783 Operating and Maintenace Manual.doc

.3 Volume Title

.4 [Owner's name, e.g. City of Nanaimo]

.5 Number of Sets (e.g. 1 of 3)

.4 Engineer will prepare the manual content in Volume 1. All other Volumes are the responsibility of

Contractor. Provide the binders and the dividing tabs to Engineer for the compilation of Volume 1.

.5 Arrange the binders according to the Construction Specifications Institute MASTERFORMAT -

Master List of Sections, Titles and Numbers, utilizing laminated mylar plastic divider tabs, colour

coded according to section. Markings on the tabs are to be type written. Tab colours are to be as

follows:

.1 Division – white

.2 Sections – orange

.3 Subsections – yellow

.6 Make up each binder as follows:

.1 Tab: Table of Contents - details the titles of various divisions of the manual in the binder

.2 Tab: Introduction to manual - written explanation of the layout of the manual and intended

use.

.7 Include separately the following:

.1 Consultant: name, address, telephone and FAX numbers, name of Project Manager.

.2 Contractor: name, address, telephone and FAX numbers, name of Project Manager.

.3 Major Sub-Contractors: name, address, telephone and FAX numbers of subcontractors

included in that binder.

.8 Provide the following for each respective discipline.

.1 Tab: Division number xx:

.1 Index - information in that division in order of appearance in the specification,

.2 List of sub-contractors and suppliers - name, address, and telephone and FAX

numbers,

.3 Specification section cross reference, and

.4 Drawing List.

.9 Organize the various applicable sections under separate divider tabs labelled division/number as

required by the project. A typical outline is as follows:

Tab: DIVISION 7 - THERMAL AND MOISTURE PROTECTION

Section 07100 - External Waterproofing

Section 07190 - Vapour/air Barrier

Section 07212 - Rigid Insulation

Section 07240 - Exterior Insulation and Finish System

Section 07311 - Asphalt Shingle Roofing

Page 352: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 01783

Towers Pump Station OPERATING AND MAINTENANCE MANUAL

City File Number: 5600.12.124

Contract: T-2338-2019

Feburary 2019 Page 3 of 4

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 01783 Operating and Maintenace Manual.doc

Section 07461 - Wood Siding

Section 07530 - Membrane Roofing

Section 07620 - Metal Flashing and Trim

.10 Provide the information given below, where applicable, for each system and major piece of

equipment. Refer to each piece of equipment by its name and tag number. Where manufacturer's

literature covers several models or options, highlight the applicable information, using a non fading

marker, and cross out redundant information.

.1 Index of information in that section in order of appearance;

.2 Description of system, components and technical data. Include interfaces, sequences,

operations; characteristic changes for seasonal operation;

.3 Maintenance and operating instructions including:

.1 Installation instructions

.2 Procedure for starting

.3 Proper adjustment

.4 Test procedures

.5 Procedure for operating

.6 Procedure for shutdown

.7 Safety precautions

.8 List of electrical relay settings and control and alarm contact settings.

.4 Troubleshooting data;

.5 Preventative maintenance program complete with:

.1 Suggested check list sheets

.2 List of points to be greased or oiled

.3 Recommended type, grade and temperature range of lubricants

.4 List of wear points to be inspected and/or adjusted regularly.

.5 Suggested schedule for lubrication and inspection

.6 Schematic, single line, and wiring diagrams;

.7 Valve tag list

.8 Recommended spare parts list;

.9 Certification, guarantee, warranty;

.10 Service representatives - name, address and telephone number;

.11 Suppliers for replacement parts - name, address, and telephone numbers;

.12 Test results; witness testing and commissioning, reports;

.13 Test data for piping systems (degreasing, flushing, disinfection);

Page 353: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 01783

Towers Pump Station OPERATING AND MAINTENANCE MANUAL

City File Number: 5600.12.124

Contract: T-2338-2019

Feburary 2019 Page 4 of 4

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 01783 Operating and Maintenace Manual.doc

.14 Hydrostatic or air tests performance;

.15 Equipment alignment certificates;

.16 Balancing data for air and water systems;

.17 Inspection approval certificates for all types of systems; plumbing and piping, hot air

and ventilating, electrical supervisory, etc.

.11 The material submitted in accordance with the contractual requirements for "As-Constructed Shop

Drawings" is generally bulky and difficult to file in a binder. If requested by Engineer, provide

copies of all "As-Constructed Shop Drawing" material in a single drawer legal size cardboard file

cabinet. Arrange in accordance with the Construction Specifications Canada MASTERFORMAT.

Identity any material located in the file cabinet as such in the appropriate location in the binders.

.12 At Engineer's discretion, provide the information in plastic map pockets in appropriate sections in

the binders.

2.0 PRODUCTS

.1 Not Used

3.0 EXECUTION

.1 Not Used

END OF SECTION

Page 354: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 01789

Towers Pump Station PROJECT RECORD DOCUMENTS

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 1 of 2

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 01789 Project Record Documents.doc

1.0 GENERAL

1.1 RECORD DRAWINGS

.1 Engineer will provide two sets of clean white prints for record drawing purposes.

.2 Identify drawings as "Project Record Copy".

.3 Maintain record drawings in new condition.

.4 Record information concurrently with construction progress. Do not conceal Work until required

information is recorded.

.5 Make record drawings available for inspection on-site by Engineer.

.6 Record neatly and accurately deviations from Contract Documents.

.7 Provide felt tip marking pens, maintaining separate colours for each major system, for recording

information. Mark changes in coloured ink.

.8 On one set of Contract Drawings and on shop drawings: legibly mark each item to record actual

construction, including:

.1 Measured depths of elements of foundation in relation to finish first floor datum.

.2 Measured horizontal and vertical locations of underground utilities and appurtenances,

referenced to permanent surface improvements.

.3 Measured locations of internal utilities and appurtenances, referenced to visible and

accessible features of construction.

.4 Field changes of dimension and detail.

.5 Changes made by change orders or field direction.

.6 Details not on original Contract Drawings.

.7 References to related shop drawings and modifications

.9 Provide photo image of record drawings.

.10 At completion of project and prior to final inspection, neatly transfer notations to second set of

prints and submit both sets of record drawings to Engineer.

1.2 SPECIFICATIONS

.1 Engineer will provide one set of specification for record purposes.

.2 Legibly mark each item to record actual construction, including:

.1 Manufacturer, trade name, and catalogue number of each product actually installed,

particularly optional items and substitute items.

.2 Changes made by Addenda and change orders.

Page 355: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 01789

Towers Pump Station PROJECT RECORD DOCUMENTS

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 2 of 2

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 01789 Project Record Documents.doc

1.3 OTHER DOCUMENTS

.1 Maintain manufacturer's certifications, inspection certifications, field test records, required by

individual specifications sections.

2.0 PRODUCTS

.1 Not Used.

3.0 EXECUTION

.1 Not Used.

END OF SECTION

Page 356: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03100 Tender No. T-2338-2019 CONCRETE FORMS AND ACCESSORIES Towers Pump Station 2019-02/172057 Page 1 of 5

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03100.doc: February 19, 2019

1 General

1.1 REFERENCE STANDARDS

.1 Conform to the following reference standards in accordance with Section 01423 – Reference Standards:

.1 CAN/CSA-A23.1, Concrete Materials and Methods of Concrete Construction

.2 CSA-S269.1, Falsework for Construction Purposes

.3 CAN/CSA-S269.3, Concrete Formwork

.4 CSA-O121, Douglas Fir Plywood

.5 Industrial Health & Safety Regulations, WorkSafe BC

1.2 SUBMITTALS FOR REVIEW

.1 Submit the following in accordance with Section 01330 - Submittals:

.1 Panel surface material and arrangement of form ties for concrete exposed to view or sewage.

.2 Sequence and location of proposed construction joints complete with any necessary joint sections to indicate relative location of waterstop continuity and intricacies of reinforcement.

.3 Samples of ties to be used for watertight structures.

1.3 SUBMITTALS FOR INFORMATION ONLY

.1 Submit shop drawings in accordance with Section 01330 - Submittals.

.2 Indicate method and schedule of construction, materials, arrangement of joints, ties, shores, liners, and locations of temporary embedded parts. Comply with CSA S269.1 and CSA S269.3 for falsework drawings.

.3 Shop drawings and erection drawings to be prepared in accordance with WorkSafeBC Regulations.

.4 Each shop drawing submitted to bear the seal of a qualified professional engineer registered in the Province of British Columbia.

.5 Submit formwork inspection certificate prior to placing concrete in accordance with WorkSafeBC requirements.

.6 Assume full responsibility for all concrete formwork and falsework design, materials and construction.

Page 357: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03100 Tender No. T-2338-2019 CONCRETE FORMS AND ACCESSORIES Towers Pump Station 2019-02/172057 Page 2 of 5

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03100.doc: February 19, 2019

.7 Formwork and falsework shop drawings will not be reviewed for structural adequacy.

1.4 QUALITY ASSURANCE/QUALITY CONTROL

.1 Formwork and falsework to be designed and inspected in accordance with WorkSafeBC requirements by a Professional Engineer, registered in the Province of British Columbia, retained by the Contractor.

2 Products

2.1 MATERIALS

.1 Formwork materials: to CSA S269.3 except as noted:

.1 Concrete exposed to view: sanded overlaid DFP to CSA O121.

.2 Concrete exposed to sewage or to be sandblasted: steel or sanded overlaid DFP to CSA O121.

.2 Falsework materials: to CSA S269.1.

.3 Form ties: removable or snap-off metal ties, fixed or adjustable length, free of devices leaving holes larger than 25 mm dia in concrete surface.

.4 Form Ties for Watertight and Underground Structures

.1 Ties to be metal with no metal within 38 mm of concrete surfaces when forms have been removed.

.2 Ties to have tapered plastic cones at faces of concrete to permit grouting or filling with precast concrete plugs.

.3 Ties to be constructed of a single element with an integral waterstop at mid-length. Furnish one of the following:

.1 Integral steel water stop 2.6 mm thick and 16 mm in diameter tightly and continuously welded to tie.

.2 Neoprene water stop 5 mm thick and 24 mm diameter whose center hole is ½-diameter of tie, or molded plastic water stop of comparable size.

.3 Orient water stop perpendicular to tie and symmetrical about center of tie.

.4 Design ties to prevent rotation or disturbance of center portion of tie during removal of ends and to prevent water leaking along tie. Do not use wire ties or multi-element ties.

Page 358: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03100 Tender No. T-2338-2019 CONCRETE FORMS AND ACCESSORIES Towers Pump Station 2019-02/172057 Page 3 of 5

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03100.doc: February 19, 2019

.5 Form Release Agent:

.1 Use form release agent on all cast in place concrete except where form liners is used.

.2 Non-staining type containing compounds that react with free lime present in concrete preventing concrete from sticking to forms. Agent to be compatible with subsequent surface treatments.

.6 Rustication Grooves and Beveled Edge Corner Strips:

.1 Nonabsorbent material, compatible with form surface, fully sealed on all sides preventing loss of paste or water between the two (2) surfaces.

3 Execution

3.1 ERECTION

.1 Remove water, snow, ice, laitance, curing compound, loose soil, and other debris and thoroughly clean form surfaces that will be in contact with concrete or that have been in contact with previously cast concrete, dirt, and other surface contaminants prior to coating surface.

.2 Exposed Wood Forms in Contact with Concrete: Apply form release agent as recommended by the manufacturer.

.3 Steel Forms: Apply form release agent to steel forms as soon as they are cleaned to prevent discoloration of concrete from rust.

.4 Verify lines, levels and column locations before proceeding with formwork and ensure dimensions agree with drawings.

.5 Do not use earth forms.

.6 Construct formwork in accordance with CAN/CSA A23.1 and CSA S269.3.

.7 Construct falsework in accordance with CSA S269.1.

.8 Laterally brace formwork and falsework and prevent displacement during concrete placement.

.9 Obtain Engineer's permission before framing openings not indicated in concrete joists, beams or columns.

.10 Align form joints and make watertight. Keep form joints to minimum.

.11 Locate "window" openings in forms on inside face if above backfill level.

Page 359: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03100 Tender No. T-2338-2019 CONCRETE FORMS AND ACCESSORIES Towers Pump Station 2019-02/172057 Page 4 of 5

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03100.doc: February 19, 2019

.12 Locate horizontal form joints for exposed columns 2400 mm above finished floor elevation.

.13 Use 20 mm chamfer strips on external corners.

.14 Form chases, slots, openings, drips, recesses, expansion and control joints as indicated.

.15 Clean formwork and reinforcement with high pressure air before placing concrete.

.16 Apply form release agent in accordance with manufacturer's recommendations.

.17 Leave formwork in place for following minimum periods of time after placing concrete. The intervals given refer to the number of days during which the air in contact with the concrete is above 10°C and the concrete is kept continually moist:

.1 Seven (7) days for walls.

.2 Seven (7) days for columns.

.3 Seven (7) days for beam soffits, slabs, decks and other structural members with spans less than 6 metres. In addition, ensure that concrete has reached 75 percent of its specified 28-day compressive strength as determined by field cure test cylinder results before removing formwork.

.4 One (1) day for footings and base slabs.

.5 Time periods for walls and columns may be reduced to forty-eight (48) hours if acceptable curing, cold weather protection and bracing is provided. Submit proposal for review by Engineer.

.18 Re-use of formwork subject to adequate cleaning provided the faces have not become cracked or roughened. Patch or trim cracked or roughened faces to the satisfaction of the Engineer prior to reuse.

.19 Slip forming may be permitted by Engineer subject to evaluation of procedures and mechanical equipment proposed for use.

.20 Fasteners: Use only galvanized nails and fasteners when such fasteners will be left in place in the permanent structure.

.21 Void Forms: Brace void forms to prevent distortion and floatation

.22 Shoring under walls or columns:

.1 When constructing concrete walls or columns on top of slabs or beams, provide shoring under these slabs or beams to carry the total construction load.

Page 360: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03100 Tender No. T-2338-2019 CONCRETE FORMS AND ACCESSORIES Towers Pump Station 2019-02/172057 Page 5 of 5

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03100.doc: February 19, 2019

.2 Leave shoring in place until the compressive strength of the concrete in the wall above has reached 75 percent of its specified twenty-eight (28) day compressive strength.

.23 Lateral Supports: Where required, brace walls until permanent lateral supports are in place.

.24 Remove nails, fasteners, tie wire and similar items at the surface.

3.2 TOLERANCES

.1 Construct forms to produce finished concrete conforming to shape, dimensions, locations and levels indicated within tolerances required by CAN/CSA-A23.1.

.2 Circular secondary clarifier and trickling filter walls to comply with "out of roundness" requirements as shown.

END OF SECTION

Page 361: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03200 Tender No. T-2338-2019 CONCRETE REINFORCEMENT Towers Pump Station 2019-02/172057 Page 1 of 5

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03200.doc: February 19, 2019

1 General

1.1 REFERENCE STANDARDS

.1 Conform to the following reference standards in accordance with Section 01423 – Reference Standards:

.1 CAN/CSA-A23.1, Concrete Materials and Methods of Concrete Construction

.2 CAN3-A23.3, Design of Concrete Structures for Buildings

.3 CSA-G30.18, Billet-Steel Bars for Concrete Reinforcement

.4 CSA-G30.15, Welded Deformed Steel Wire Fabric for Concrete Reinforcement

.5 CSA-W47.1, Certification of Companies for Fusion Welding of Steel Structures

.6 CSA-W186M, Welding of Reinforcing Bars in Reinforced Concrete Construction

.7 CAN/CSA G40.21, Structural Quality Steels

.8 Reinforcing Steel Manual of Standard Practice - Reinforcing Steel Institute of Canada

1.2 SUBMITTALS FOR INFORMATION ONLY

.1 Submit shop drawings in accordance with Section 01330 - Submittals. Submittal does not relieve the Contractor and/or subcontractor from their responsibilities.

.2 Shop drawings to comprise: bar bending details, lists and placing drawings. Submit entire information in a single submittal for each concrete pour.

.3 On placing drawings, indicate: bar sizes, bar spacing, location and quantities of reinforcement and mechanical splices, dimensions of laps and embedment lengths. Detail identifying code marks to permit correct placement without reference to structural contract drawings. Indicate sizes, spacing and location of chairs, spacers and hangers. Do drawings in accordance with Reinforcing Steel Manual of Standard Practice.

.4 Detail lap lengths and bar development lengths as shown on detail drawings and standard details.

.5 For slabs, show a separate plan indicating concrete thicknesses, reinforcing bars, and dowels for walls and columns cast in slab.

.6 For walls, show separate elevations indicating concrete thicknesses, reinforcing bars, and dowels for slabs and adjacent walls cast in wall.

.7 Do not add new information on previously reviewed shop drawings.

Page 362: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03200 Tender No. T-2338-2019 CONCRETE REINFORCEMENT Towers Pump Station 2019-02/172057 Page 2 of 5

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03200.doc: February 19, 2019

.8 Reinforcing bar placement shop drawings will be reviewed for bar sizes, locations, and spacing, and will receive submittal stamp and signed. Reviewed bar list and bending schedule will be dated only.

.9 Submit samples of reinforcement chairs and spacers to Engineer in accordance with Section 01330 - Submittals.

.10 Submit samples of mechanical couplers with manufacturer’s literature in accordance with Section 01330 - Submittals.

.11 Submit a quality assurance program acceptable to the Engineer for ensuring correct placement and checking of reinforcement.

1.3 SUBSTITUTES

.1 Substitution of different size bars permitted only upon written approval of Engineer.

1.4 QUALITY CONTROL

.1 Upon request, provide Engineer with certified copy of mill test report of reinforcement, showing physical and chemical analysis, minimum five (5) weeks prior to commencing reinforcing work. Ensure QA program can trace reinforcement on site to applicable mill test report.

.2 Upon request inform Engineer of proposed source of material to be supplied.

2 Products

2.1 MATERIALS

.1 Weldable Reinforcement: Grade 400, Type W deformed bars to CSA G30.18.

.2 Welded Deformed Steel Wire Fabric: To CSA G30.15. Provide in flat sheets only.

.3 Chairs, Bolsters, Bar Supports, Spacers: Stainless Steel, plastic coated, steel or plastic to CAN/CSA-A23.1. Precast concrete blocks with embedded wires subject to approval of Engineer.

.4 Epoxy Coating: To ASTM A775M.

.5 Mechanical Coupler: Low carbon steel conforming to a recognized standard. Coupler to develop in tension or compression a minimum of 125 percent of the specified yield strength of the bar to be spliced. Maximum slip of bars in coupler after loading to 200 MPa and relaxing to 20 MPa to be 0.25 mm. Splices which involve crimping or welding are not acceptable. Acceptable products for future tie-ins: Lenton Form

Page 363: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03200 Tender No. T-2338-2019 CONCRETE REINFORCEMENT Towers Pump Station 2019-02/172057 Page 3 of 5

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03200.doc: February 19, 2019

Saver. Acceptable products for splices: Lenton Standard Coupler, Bar Lock MBT Coupler.

.6 Plain Round Bars: To CAN/CSA-G40.21.

2.2 ACCESSORIES

.1 Tie Wire:

.1 Black, soft-annealed 1.6 mm diameter wire.

.2 Nylon-, epoxy-, or plastic-coated wire.

.2 Bar Supports and Spacers:

.1 Adequate for accurate placing and as required for construction loads.

.2 Provide non-conductive bar supports in contact with exposed surfaces that has geometry and bond characteristics that prevents moisture movement from the surface to the reinforcement.

.3 In beams, columns, walls, and slabs exposed to view after form removal: Small concrete blocks made up of same color and strength as concrete being placed around them.

.4 Precast concrete supports of same strength as concrete for reinforcing in concrete placed on grade.

.5 Do not use plastic or stainless steel bar supports or side form spacers.

.6 Design and fabricate special bar supports for top reinforcing bars in slabs where standard bar supports are not high or strong enough.

2.3 FABRICATION

.1 Fabricate reinforcing in accordance with CAN/CSA-A23.1 and Reinforcing Steel Manual of Standard Practice.

.2 Tolerances:

.1 Length: Plus or minus 10 mm.

.2 Height of truss bar: Plus 0 to minus 10 mm.

.3 Outside dimensions of stirrups, ties, and spirals: Plus or minus 10 mm.

.4 Other bends: Plus or minus 10 mm.

.3 Use longest bar possible.

.4 Keep number of splices to a minimum.

.5 Do not weld chairs, bolsters, bar supports, or spacers to reinforcing bars.

Page 364: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03200 Tender No. T-2338-2019 CONCRETE REINFORCEMENT Towers Pump Station 2019-02/172057 Page 4 of 5

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03200.doc: February 19, 2019

.6 Obtain Engineer's approval for locations of reinforcement splices other than shown.

.7 Ship bundles of bar reinforcement clearly identified in accordance with bar bending details and lists.

3 Execution

3.1 GENERAL

.1 Do not weld reinforcement. Welding of reinforcement not permitted unless authorized by the Engineer.

3.2 FIELD BENDING

.1 Do not field bend reinforcement except where indicated or authorized by Engineer.

.2 When field bending is authorized, bend without heat, applying a slow and steady pressure.

.3 Replace bars which develop cracks or splits.

3.3 PLACING REINFORCEMENT

.1 Place reinforcement as indicated on submitted placing drawings and in accordance with CAN/CSA-A23.1.

.2 Use plain round bars for slip dowels in concrete.

.3 Placing tolerances to conform to CAN/CSA A23.1.

.4 Provide additional bars as required to ensure adequate support of reinforcement.

.5 Provide certification in accordance with agreed quality assurance program, that reinforcement has been correctly placed in accordance with submitted placement drawings and that placement drawings are in agreement with Contract drawings.

.6 Prior to closing forms and placing concrete, obtain Engineer's acceptance of completed installation of reinforcement. Inspection in-place and instructions resulting from such inspection will take precedence over previous instructions or reviews.

.7 Use mechanical couplers only where shown unless otherwise authorized by Engineer. Couplers to be placed to ensure deviation in alignment of spliced reinforcement is no greater than 5 mm over 1000 mm.

.8 Place and support reinforcement in such a manner as to prevent damage to waterproofing membrane which has been previously applied or constructed.

Page 365: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03200 Tender No. T-2338-2019 CONCRETE REINFORCEMENT Towers Pump Station 2019-02/172057 Page 5 of 5

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03200.doc: February 19, 2019

.9 Reinforcement to be shop-bent or slightly relocated where necessary to avoid waterstop.

.10 Reinforcement is not to be placed or forced into fresh concrete.

.11 Reinforcement around Openings: On each side and above and below pipe or opening, place an equivalent area of steel bars to replace steel bars cut or disrupted for opening. Extend steel reinforcing a standard lap length plus half the opening width beyond opening at each end.

END OF SECTION

Page 366: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03300 Tender No. T-2338-2019 CAST-IN-PLACE CONCRETE Towers Pump Station 2019-02/172057 Page 1 of 18

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03300.doc: February 19, 2019

1 General

1.1 SUMMARY

.1 Comply with requirements of CSA A23.1 and A23.2, except where noted otherwise in this Specification.

.2 Do not use materials that are toxic in installed condition. Do not use volatile organic compounds where not permitted by law. Where use of volatile organic compounds is permitted, provide adequate ventilation and take necessary safety precautions.

.3 Section Includes:

.1 Normal density concrete.

.2 Fill concrete.

.3 Repair of cracks that develop in concrete.

1.2 DEFINITIONS

.1 Exposed Concrete: Visible concrete surfaces inside or outside of structures, including surfaces above liquid level.

.2 Habitable structures: Structures that are accessible and may be used for storage or conveyance or utilities.

.3 Below Grade structures: Structures that are below or partially below grade shall be considered for water tightness requirements.

.4 Defective Areas: Surface defects that include honeycomb, rock pockets, indentations greater than 5 mm, cracks 0.1 mm or wider as well as any crack that leaks in hydraulic structures and below grade habitable spaces; cracks 0.25 mm and wider in non hydraulic structures, spalls, chips, air bubbles greater than 10 mm in diameter, pinholes, bug holes greater than 4mm in diameter, embedded debris, lift lines, sand lines, bleed lines, leakage from form joints or penetrations or openings, fins and other projections, form pop outs, texture irregularities, and stains and other color variations that cannot be removed by cleaning.

.5 New Concrete: Less than sixty (60) days old.

.6 Type of concrete: Project specific concrete type and shall not be confused with type of cements or finishes.

.7 Exposure classes of concrete: As defined in Table 1 CSA A23.1

Page 367: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03300 Tender No. T-2338-2019 CAST-IN-PLACE CONCRETE Towers Pump Station 2019-02/172057 Page 2 of 18

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03300.doc: February 19, 2019

.8 Water/Cementing Material Ratio (W/C): A weight ratio of total water content including admixtures over the weight of all cementing materials.

.9 Water Tight: Below grade structures shall been subjected to without visible leaking or dampness.

1.3 REFERENCES

.1 Comply with the latest edition of the following statutes codes and standards and all amendments thereto.

.1 Canadian Standards Association (CSA):

.1 A23.1, Concrete Materials and Methods of Concrete Construction.

.2 A23.2, Methods of Test and Standard Practices for Concrete.

.3 A3001, Cementitious Materials for Use in Concrete.

.4 A3002, Masonry and Mortar Cement.

.5 A3003, Chemical Test Methods for Cementitious Materials for Use in Concrete and Masonry.

.6 A3004, Physical Test Methods for Cementitious Materials for Use in Concrete and Masonry.

.7 A3005, Test Equipment and Materials for Cementitious Materials for Use in Concrete and Masonry.

.2 American Concrete Institute (ACI):

.1 304.2R, Placing Concrete by Pumping Methods.

.3 American Society for Testing and Materials International (ASTM):

.1 C260, Specifications for Air-Entraining Admixtures for Concrete.

.2 C494/C494M, Standard Specification for Chemical Admixtures for Concrete.

.3 C900, Test Method for Pullout Strength of Hardened Concrete.

.4 C1017/C1017M, Specification for Chemical Admixtures for Use in Producing Flowing Concrete.

.5 C1074, Standard Practice for Estimating Concrete Strength by the Maturity Method.

.6 C157 Standard Test Method for Length Change of Hardened Hydraulic-Cement Mortar and Concrete.

.4 AASHTO T 318 Water Content of Freshly Mixed Concrete Using Microwave Oven Drying.

Page 368: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03300 Tender No. T-2338-2019 CAST-IN-PLACE CONCRETE Towers Pump Station 2019-02/172057 Page 3 of 18

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03300.doc: February 19, 2019

1.4 PERFORMANCE REQUIREMENTS

.1 Concrete for the project is used in pump station facility. Life expectancy of structure is 50-75 years.

.2 Water tightness:

.1 Concrete as placed for hydraulic structures and below grade shall be watertight.

.2 No visible leaks will be permitted in below grade structures.

.3 Repair cracks in below grade structures that are leaking or are damp.

.4 Repair cracks that are wider than 0.4 mm in dry areas. Repair to match surrounding concrete surfaces.

.3 Type of Concrete, Class of Exposure and Minimum Compressive Strengths.

.1 Normal-density concrete:

.1 Type 1: Class of Exposure C-1- 35 MPa at 28 days, W/C 0.40, concrete for foundation walls and slabs.

.2 Type 2: Class of Exposure: C-2, 32 MPa at 28 days W/C 0.45, concrete for aprons.

.3 Type 3: Class of Exposure N – 20 MPa at 28 days, W/C no requirement for lean concrete mix.

.4 Performance Requirement for Temperatures During Curing:

.1 Design concrete mix taking in the account the expected ambient temperature during the curing. Peak curing temperature of concrete shall not exceed 40 C and shall not be less than 10C.

.5 Density:

.1 Air entrained normal density concrete: As defined in CSA 23.1 Clause 3 except the density shall be not less than 2250 kg/m3.

.6 Concrete Shrinkage at Twenty-Eight (28) Day Drying Age:

.1 0.040 percent maximum for laboratory trial mixes of proposed concrete made with 40 mm aggregate with and without superplasticizer.

.2 0.045 percent maximum for laboratory trial mixes of proposed concrete made with 20 mm aggregate with and without superplasticizer.

.3 If shrinkage specimen tests for concrete exceed shrinkage limits, modify concrete mix to reduce shrinkage. Repeat tests with new mix.

.4 Test shall be conducted as per modified ASTM C157 as specified herein.

Page 369: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03300 Tender No. T-2338-2019 CAST-IN-PLACE CONCRETE Towers Pump Station 2019-02/172057 Page 4 of 18

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03300.doc: February 19, 2019

.7 Bond Strength for Concrete Topping:

.1 Tensile bond strength between bonded concrete topping and substrate concrete: 1.0 MPa, minimum.

.8 Construction Tolerances:

.1 Comply with CSA A23.1 Clause 6.4 unless noted otherwise.

.9 Concrete Finishes:

.1 As specified in Section 03345 – Concrete Curing and Finishing.

1.5 SUBMITTALS

.1 Product Data Sheets:

.1 Submit three (3) copies of manufacturer's product data sheets including installation, application, and maintenance instructions for:

.1 Chemical admixtures.

.2 Bonding agent.

.3 Crack injection material.

.4 Repair materials.

.5 Penetrating sealant.

.2 Concrete Mix Design:

.1 Design in accordance with CSA 23.1 Table 5 based on performance requirements.

.2 Submit proposed mix, and supplier's applicable standard deviations.

.3 Tabulate concrete mixes. Indicate type of cements, size of coarse aggregate; water/cementing material ratio, admixtures used, air content, slump, and locations of use for each mix. Identify mix with pump or bucket type of discharge. Also identify mix for cold weather and hot weather concreting.

.4 Submit detailed plan for cold weather placement, curing and protection of concrete in weather for ambient temperatures below 5C.

.5 Submit detailed plan for hot weather placements, curing and protection of concrete for ambient temperatures over 27C.

.6 Concrete mix designs will be reviewed for conformance with requirements of the Specifications and will be returned with Engineer’s comments. The Engineer’s review of mix designs is for general conformity with specified requirements only, and in no way mitigates the Contractor’s obligation to provide concrete suitable for placing in the correct locations and meeting all specified requirements.

Page 370: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03300 Tender No. T-2338-2019 CAST-IN-PLACE CONCRETE Towers Pump Station 2019-02/172057 Page 5 of 18

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03300.doc: February 19, 2019

.7 The mix design information submitted will be retained by owner as a ‘confidential’ document accessible to owner staff and its consultants working on the specific construction/design contract for which the mix has been designed.

1.6 SOURCE QUALITY CONTROL SUBMITTALS

.1 Provide certification that source for fine and coarse aggregates are not subject to deleterious expansion.

.2 Drying Shrinkage Test:

.1 Perform laboratory trial mixes of concrete used on project. Make two sets of three specimens for each shrinkage test.

.2 Provide test for concrete containing 20 mm aggregate with or without the use of superplasticizer.

.3 Prism Specimen Size: 100 mm by 100 mm by approximately 280 mm with effective gauge length of 250 mm.

.4 Specimens: Fabricate, cure, dry and measure as specified in ASTM C157 and modified as follows:

.1 Remove specimens from molds aged 23 hours plus or minus 1 hour after trial batching.

.2 Place immediately in water at 22.8C plus or minus 2C for at least 30 minutes.

.3 Measure the specimen within 30 minutes thereafter to determine original length and then submerge in saturated limewater at 22.8C plus or minus 2C.

.4 Measure specimens at age 7 days to determine expansion expressed as percentage of original length. Length at age 7 days shall be base length for drying shrinkage calculations (0 days drying age).

.5 Store specimens immediately in humidity control room maintained at 22.8C plus or minus 2C and 50 percent plus or minus 4 percent relative humidity for remainder of test.

.6 Measure to determine shrinkage expressed as percentage of base length and report separately for 7, 14, 21, and 28 days of drying after the 7 days of moist curing.

.7 Computing Drying Shrinkage Deformation of Each Specimen:

.1 Difference between base length (at zero (0) days-drying age) and length after drying at each test age.

.2 Compute average drying shrinkage deformation to nearest 0.001 percent at each test age.

Page 371: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03300 Tender No. T-2338-2019 CAST-IN-PLACE CONCRETE Towers Pump Station 2019-02/172057 Page 6 of 18

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03300.doc: February 19, 2019

.3 If drying shrinkage of any specimen departs from average of that test age by more than 0.004 percent, disregard results obtained from that specimen.

1.7 QUALITY CONTROL SUBMITTALS

.1 Submit Concrete quality control plan for the project. Include the following:

.1 Certification from a professional engineer who has designed the mix based on the requirements of the Contract Documents and that concrete mix will meet the performance requirements. Where the mix designer is not a professional engineer, then the signing officer of the ready mix plant shall sign the certification.

.2 Identify the Company and contact names of subcontractors, material suppliers, and testing companies involved with concrete manufacture and placement.

.3 Identify concrete requirements for each element of the project.

.4 Identify all tests that will be used for material acceptance and indicate minimum specification requirements for each test.

.5 Identify the frequency of testing for each test.

.6 Identify the course of action to be taken if the testing program indicates that specification requirements have not been met.

.7 Concrete quality control plan shall not take precedence over any other Contract documents.

.8 Concrete Temperature Control Plan for mass concrete in the Clarifiers foundation slab (raft foundation) in order to control concrete cracking due to heat of hydration during curing.

.2 Submit concrete delivery records.

.3 Submit Concrete Placing Schedule.

.4 Certificates:

.1 Submit certificate of Ready Mixed Concrete Production Facilities.

.2 Submit certification that aggregates will not, nor have the potential to, react with cement to result in deleterious expansion in the concrete.

.3 Submit certification that deleterious substances in aggregate are within limits specified in CSA A23.1, Table 12 - Limits for Deleterious Substances and Physical Properties of Aggregates.

.4 Submit certification that proposed performance mix will produce concrete meeting the requirements of Specifications.

.5 Submit certification that proposed mix design strengths have been selected allowing for the supplier’s standard deviations as indicated in CSA A23.1, Clause 4.4.6.6- Compressive Strength Requirements.

Page 372: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03300 Tender No. T-2338-2019 CAST-IN-PLACE CONCRETE Towers Pump Station 2019-02/172057 Page 7 of 18

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03300.doc: February 19, 2019

.6 Submit certification that proportion of supplementary cementing material in combination of General Use (GU) hydraulic cement will provide the performance of the specified cement type.

.7 Submit certification that bonding agent, if used, will meet the requirements of Specifications.

.8 Submit certification that crack injection materials are suitable for continuous submersion and that they will not release toxic materials into the water.

1.8 QUALITY ASSURANCE

.1 Ready Mixed Concrete Producer: Certified member in good standing of the local Ready Mixed Concrete Association.

.2 Concrete Testing:

.1 Testing of concrete for materials, compression and water content of freshly mixed concrete will be done by agencies paid for by the Contractor.

.2 Pay for additional testing required because of changes in material or the mix proportions, as well as any extra testing of concrete or materials occasioned by their failure to meet the specification requirements.

.3 The use of testing services does not relieve the Contractor of his responsibility to provide materials and construction in compliance with the Drawings and Specifications.

.3 Pre-placement Meeting:

.1 Hold a meeting at least four weeks prior to the initial placement of concrete to review the detailed requirements for preparing the concrete design mixes, finishes, and procedures for concrete placement for the structures.

.2 Arrange for the attendance at the meeting of the Engineer, Owner, and of concrete subcontractors, manufacturers, and suppliers including, but not limited, to the following:

.1 Contractor's superintendent.

.2 Laboratory responsible for field quality control.

.3 Ready-mix concrete producer.

.4 Admixture manufacturer(s).

.5 Concrete pumping and conveying equipment supplier.

.6 Concrete formwork and finishing subcontractors.

.3 Notify the Engineer at least ten (10) working days prior to the scheduled date of the meeting.

Page 373: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03300 Tender No. T-2338-2019 CAST-IN-PLACE CONCRETE Towers Pump Station 2019-02/172057 Page 8 of 18

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03300.doc: February 19, 2019

.4 The Engineer will set an agenda for the meeting at least five (5) working days prior to the scheduled date of the meeting.

.5 Contractor to provide work plan detailing:

.1 Production plant capacity.

.2 Control of traffic on site.

.3 Equipment to be used and availability of stand by.

.4 Personnel resources.

.5 Quality assurance procedures.

.6 Safety on site.

.7 Lighting.

1.9 DELIVERY, STORAGE, AND HANDLING

.1 Comply with manufacturers' recommendations for delivery, storage, and handling.

.2 Store materials in a manner that will prevent deterioration or contamination. Deteriorated or contaminated materials will be rejected and must be removed from site.

1.10 SITE CONDITIONS

.1 Cold Weather Requirements:

.1 The following requirements are in addition to CSA A23.1, Clause 7.4.1.5. Cold Weather Concreting.

.2 Provide temperature-controlled enclosures for areas where concrete is placed whenever ambient air temperature is 5C or lower.

.3 Protect concrete from the adverse effects of space-heated enclosures including local overheating and combustion products.

.4 Heat mix-water and, if necessary, aggregates when air temperature is at or below, or predicted to go below, 5C at any time during the next twenty-four (24) hours.

.5 Maintain temperature of reinforcing bars and forms above 10C prior to placing concrete.

.6 Maintain temperature of concrete when deposited in forms not less than 15C and not higher than 25C.

.7 Maintain temperature of concrete at surfaces at least 10C for a minimum period of seven (7) days after placing and achieving minimum 75 percent of specified strength. Concrete temperature may then be lowered to ambient air temperature at a rate of 1.2C per hour or 10C per day.

Page 374: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03300 Tender No. T-2338-2019 CAST-IN-PLACE CONCRETE Towers Pump Station 2019-02/172057 Page 9 of 18

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03300.doc: February 19, 2019

.8 Keep concrete continuously moist during the curing period.

.2 High-temperature Control Requirements:

.1 The following requirements are in addition to CSA A23.1, Clause 7.4.1.4 Hot Weather Concreting.

.2 Limit peak temperature during the curing period to 40C maximum. Placing temperature that will satisfy this requirement depends on ambient temperature, humidity at the time of placing, thickness of the concrete, and curing methods employed.

.3 Consider use of retarders, low- heat cement, slag replacement, ice in mixing water, pre-cooling of aggregates, cooling of concrete through continuous wet curing, and similar methods in order to prevent concrete temperatures from exceeding the above specified peak temperature at any time.

.4 Monitor concrete temperatures for walls and slabs. After concrete temperature has peaked, control rate of cooling to ambient air temperature at a rate of ½C per hour to prevent cracking.

.5 Notwithstanding requirements specified herein, do not place concrete with temperature higher than 25C. Concrete with temperature in excess of 25C on arrival at the site will be rejected. Remove rejected concrete from the site.

.3 Protection:

.1 Protect freshly placed concrete from damage due to construction operations and from cold, heat, rain, snow, running water, drying winds, and any other circumstances which would likely cause deterioration of concrete quality.

.2 Use waterproof insulated covers or other suitable materials to enclose freshly placed concrete under these conditions.

.3 Frost Protection for Slabs on Grade:

.4 Provide continuous protection for slabs on grade to prevent subgrade below from freezing during cold weather. Provide heated enclosures and insulation as required.

.4 Influence of Ambient Concrete Temperature on Concrete Crack Control:

.1 To minimize the formation of thermal cracks during placement and curing, maintain previously cured concrete and concrete that will be placed against it at the same temperature.

.2 Failure to minimize temperature differential between adjacent pours will result in temperature induced cracking. Repair such cracks as specified in this Section.

.5 Backfilling and Service Loads Restrictions:

.1 Verify that backfill is not higher than the finished grades indicated.

Page 375: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03300 Tender No. T-2338-2019 CAST-IN-PLACE CONCRETE Towers Pump Station 2019-02/172057 Page 10 of 18

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03300.doc: February 19, 2019

.2 Verify that equipment for backfilling and compaction on top of slab will not impose loads greater than those indicated.

.3 Verify that concrete in walls, and slabs, struts, and cross walls, which frame into the walls providing lateral stability, has been placed and has attained the specified twenty-eight (28) day compressive strength before backfilling against walls or subjecting walls to service loads.

.4 Verify that concrete in slabs, and support components have reached the specified twenty-eight (28) day compressive strengths before backfilling or subjecting slabs to service loads.

.5 Verify that the leakage test is successfully completed before backfilling.

2 Products

2.1 MATERIALS

.1 Portland Cements/ Blended Hydraulic Cements:

.1 CSA A23.1 Table 7 Types of blended hydraulic cement:

.2 Type: GU

.3 Supplementary Cementing materials shall be limited to fly ash (F, CI) and silica fume (SF), or approved blends.

.2 Aggregates:

.1 Normal-density Concrete:

.1 Coarse aggregate: CSA A23.1; rough and angular gravel or crushed stone.

.2 Fine aggregate: CSA A23.1; natural sand.

.3 Admixtures:

.1 Compatible with each other and with other concrete materials.

.2 Calcium chloride, thio-cyanates, or admixtures containing more than 0.05 percent chloride ions are not permitted.

.3 Air-entraining admixture: ASTM C260; non-detergent type.

.4 Water-reducing admixtures: ASTM C494; Type A.

.5 Set-retarding admixture: ASTM C494; Type B.

.6 Superplasticizing admixture: ASTM C494; Type F 1or G 2.

.4 Water: CSA A23.1; clear and free from oil, acid, alkali, organic matter, or other deleterious substances with a maximum soluble chloride ion content of 0.10 percent by weight.

Page 376: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03300 Tender No. T-2338-2019 CAST-IN-PLACE CONCRETE Towers Pump Station 2019-02/172057 Page 11 of 18

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03300.doc: February 19, 2019

.5 Penetrating sealant: Intraguard, from W.R. Meadows or equal.

.6 Polyurethane injection resin for sealing cracks, single-component Diphenylmethane Diisocyanate (MDI) based, water-activated, hydrophobic type resin:

.1 Flexible Resin by Multiurethanes Limited.

.2 Hydro Active Flex LV by DeNeef Construction Chemicals (U.S.) Inc.

.3 F1000 by Specton.

.4 Alternative approved by engineer.

2.2 CONCRETE MIXES

.1 General:

.1 Establish proportions of cementing materials, aggregates, water, and admixtures required to produce consistent workable concrete that when placed properly is watertight and durable with strength and other properties specified. Comply with -CSA A23.1 Clause 4.3.6 Volume Stability Considerations.

.2 Use same type and brand of cement/cementing material throughout.

.3 Comply with and allow for the supplier's Standard Deviation as specified in CSA A23.1 Clause 4.4.6.6- Compressive Strength Requirements. If the concrete supplier has no established Standard Deviations for concrete of the specified strengths, use a value of 4 MPa minimum.

.4 Use high-slump concrete by addition of superplasticizing admixture for walls and columns.

.2 Mixes for Normal-density Concrete:

.1 Cementing Materials Content:

.1 Provide cementing materials contents as required to meet performance.

.2 Coarse Aggregates:

.1 Nominal size 20 mm to 5 mm, for walls and slabs less than or equal to 300 mm thick, beams, slabs with monolithic beams, columns, and Type B concrete.

.2 Nominal size 12 mm to 6 mm in Type E bonded topping on Thickener-3 floor

.3 Air Content:

.1 Comply with CSA A23.1, Table 4 - Requirements for the Air Content Categories.

.2 Provide air content Category 2, unless noted otherwise.

Page 377: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03300 Tender No. T-2338-2019 CAST-IN-PLACE CONCRETE Towers Pump Station 2019-02/172057 Page 12 of 18

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03300.doc: February 19, 2019

.3 Provide air content Category 1 for loading bays, parking areas, and below grade and hydraulic structures, sidewalks curbs and gutters. If high volume supplementary cementing material (HVSCM) is used consult with the Engineer on air content requirements for steel trowelled slabs.

.4 Provide natural air content for lean concrete mix.

.4 Admixtures:

.1 Use water-reducing admixture as necessary.

.2 Use superplasticizing admixture with a retarder when required as specified herein.

.3 Mix for Filling Openings and Box Outs:

.1 Use custom blended material with the following proportions:

.1 In-Pakt Standard Grout: 500 kg/m3.

.2 Fine aggregate: 700 kg/m³.

.3 Coarse aggregate: 700 kg/m³.

.4 Water: 250 kg/m³.

.2 Alternatively, use pre-blended non- shrink non-ferrous hydraulic cement grout complying with manufacturer's printed instructions.

.4 Mix for Wall and Column Grout:

.1 Mix same as for wall and column placements except no coarse aggregate

.5 Mix for Pumped Concrete:

.1 Comply with ACI 304.2R and this Specification.

.2 Uniform grading curves for fine and coarse aggregate.

.3 Superplasticizing admixture may be used for pumped concrete.

.4 Do not use admixtures which promote bleeding.

.5 Successfully used previously or for new mix carry out pumping test for successful placement.

2.3 SOURCE QUALITY CONTROL

.1 Testing by an independent laboratory in accordance with CSA A23.1 and A23.2, where test results less than one year are not available, to determine:

.1 Chemical composition and physical properties of aggregates.

.2 Presence and quantity of deleterious substances in aggregates.

Page 378: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03300 Tender No. T-2338-2019 CAST-IN-PLACE CONCRETE Towers Pump Station 2019-02/172057 Page 13 of 18

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03300.doc: February 19, 2019

3 Execution

3.1 PREPARATION

.1 General:

.1 Determine requirements of other trades, inform concerned trades, and assume responsibility for location, installation, and quality of items which affect the work of this Section.

.2 Preparation of Surfaces:

.1 Remove water, snow, ice, loose soil, laitance, curing compound, wood, and other debris from surfaces on or against which new concrete will be placed.

.2 Roughen and clean surfaces of previously placed concrete against which subsequent concrete will be placed.

3.2 PLACING CONCRETE

.1 General:

.1 Do not commence concrete placing until sufficient manpower and equipment is available to complete the placement expeditiously preventing the formation of cold joints, and to produce specified surface finish.

.2 Provide standby equipment for critical items in case of equipment failure.

.3 Verify that cast-in-place accessories, inserts, and reinforcement are set correctly and are not disturbed during concrete placement.

.4 Place concrete on dry and clean substrate.

.5 Place concrete between expansion or construction joints in one continuous operation.

.6 Submit field review quality control sheet.

.2 Depositing:

.1 Deposit concrete in a manner that prevents segregation in accordance with CSA A23.1 Clause 7.2.4 – Depositing.

.3 Time Limitations on Concrete Placement:

.1 Do not use concrete after a period of two hours has passed since first mixing of ingredients.

.2 Do not use high-slump concrete after slump falls below 100 mm for non-flowing concrete and 125 mm for flowing concrete. Where permitted, re-temper in accordance with manufacturer's printed instructions. Monitor, and correct if required, air content of concrete that has been re-tempered.

Page 379: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03300 Tender No. T-2338-2019 CAST-IN-PLACE CONCRETE Towers Pump Station 2019-02/172057 Page 14 of 18

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03300.doc: February 19, 2019

.4 Adverse Weather Conditions:

.1 Make suitable arrangements to prevent damage to fresh concrete, under adverse weather conditions.

.2 Do not allow rain, sleet, or snow to increase mixing water or damage surface finish.

.3 Plan placement frequency such that lift lines will not be visible in exposed concrete finishes.

.4 Provide windbreaks, shading, fog spraying, sprinkling, ice, wet cover, or other means as necessary to maintain concrete at or below specified temperature.

.5 Do not place concrete when ambient temperature is below 5C or approaching 5C and falling, without special protection.

.6 Do not place concrete against frozen earth or ice, or against forms and reinforcement with frost or ice present.

.7 Provide heated enclosures when air temperatures are below 5C.

.8 Maintain surface temperature of concrete above 5C.

.9 External Heating Units:

.1 Vent heating units to atmosphere and do not locally heat or dry concrete. Where water cure is specified, maintain wet condition.

.2 Do not exhaust heater flue gases, directly into enclosed area

.10 Temperature Monitoring:

.1 Provide thermocouple wires in concrete for temperature monitoring.

.5 Wall and Column Grout:

.1 Deposit 75 mm of wall and column grout evenly along horizontal construction joints in bottom of form through an elephant trunk immediately before placing wall or column concrete.

.6 Time Interval Between Concrete Placements:

.1 Construction Joints: seven (7) days.

.2 Control Joints: six (6) days.

.3 Expansion Joints/Contraction Joints: one (1) day.

.4 Wait at least two (2) hours after depositing concrete in long columns and walls thicker than 200 mm before depositing concrete in beams, girders, or slabs supported thereon.

Page 380: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03300 Tender No. T-2338-2019 CAST-IN-PLACE CONCRETE Towers Pump Station 2019-02/172057 Page 15 of 18

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03300.doc: February 19, 2019

.5 For columns and walls 3 m in height or less, wait at least forty-five (45) minutes prior to depositing concrete in beams, girders, brackets, column capitals, or slabs supported thereon.

.7 Consolidation:

.1 Consolidate the concrete during and immediately after depositing, thoroughly and uniformly by means of tamping, hand tools, finishing machines, and vibrators in order to obtain dense, watertight, homogeneous concrete well bonded to reinforcing bars.

.2 Carefully vibrate concrete around the conduits, waterstops, to make sure thorough contact.

.3 Bend edge of horizontal waterstops slightly upward allowing concrete to flow under and completely fill space below the waterstop. Verify no air is trapped below waterstop and concrete is in contact with waterstop over its entire surface area.

.4 Provide sufficient windows in forms or to allow for concrete placement through windows and for visual observation of concrete.

.5 Vibration consolidation not to exceed distance of 1 m from point of placement.

.6 Do not allow concrete to form cold joints.

.8 Maximum Size of Concrete Placements:

.1 Limit size of each placement to allow for strength gain and volume change due to shrinkage.

.2 Consider beams, girders, brackets, column capitals, and haunches as part of floor or roof system and place monolithically with floor or roof system.

.3 Should placement sequence result in cold joint located below finished water surface, install water stop in joint.

3.3 REPAIR OF TEMPERATURE AND SHRINKAGE INDUCED CRACKS

.1 Repair cracks in the completed structures employing a suitable polyurethane injection technique to make such cracks completely watertight after repair.

.2 Remove surface injection materials following completion of work and finish affected areas to match surrounding concrete.

.3 For dry areas, propose repairs to meet the specifications.

3.4 CONCRETE BONDING

.1 Horizontal Construction Joints in Reinforced Concrete Walls:

.1 Thoroughly clean and saturate surface of joint with water.

Page 381: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03300 Tender No. T-2338-2019 CAST-IN-PLACE CONCRETE Towers Pump Station 2019-02/172057 Page 16 of 18

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03300.doc: February 19, 2019

.2 Limit wall and column grout placement to maximum 75 mm and minimum 30 mm thickness.

.3 Do not deposit grout from pump hoses or large concrete buckets, unless specified placement thickness can be maintained and verified through inspection windows close to joint.

.4 Limit concrete placed immediately on top of grout to 300 mm thick. Thoroughly vibrate to mix concrete and grout together.

.2 To Existing Concrete:

.1 Thoroughly clean and mechanically roughen existing concrete surfaces to roughness profile of 6 mm.

.2 Saturate surface with water for 24 hours prior to placing new concrete.

3.5 FIELD QUALITY CONTROL

.1 General:

.1 Tests will be made throughout progress of the Work and will be paid for by the Owner to determine concrete quality. Tests will be in accordance with CSA A23.1 and A23.2. Provide labour, concrete, and other facilities for making the test specimens.

.2 Provide and maintain facilities for storing and initial curing of test cylinders and provide suitable crates for shipping test cylinders in accordance with CSA A23.2 Test Method A23.2-3C - Making and Curing Concrete Compression and Flexural Test Specimens. Provide microwave oven and facility of carrying out test in field.

.3 The testing laboratory shall provide the test results to the Owner, Engineer, Contractor and material supplier within five (5) days of availability. For test that fails to meet the Specification inform Engineer, Contractor and material supplier within forty-eight (48) hours of the test.

.4 Testing company in coordination with the Contractor shall consider using on line secured website such as CMATS to record, view and distribute concrete test data. Data shall be entered in standard format as designed by the software. Protocol for distribution and filing of test results shall be agreed upon at the pre- placement meeting.

.2 Standard Strength Tests:

.1 Provide concrete for one standard strength test consisting of four (4) cylinders for each 100 m³ of concrete of each type placed in any day. If the amount placed, for each type of concrete is less than 100 m³ in a day, provide concrete for one (1) standard strength test of four (4) cylinders. One (1) cylinder will be tested at seven (7) days and one (1) at twenty-eight (28) days and two (2) cylinders at fifty-six (56) days.

Page 382: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03300 Tender No. T-2338-2019 CAST-IN-PLACE CONCRETE Towers Pump Station 2019-02/172057 Page 17 of 18

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03300.doc: February 19, 2019

.3 Water content of freshly mixed concrete:

.1 Carry out water content test in accordance with AASHTO T 318.

.2 Test may be carried out in field or laboratory.

.3 Test concrete in a set of three samples at the time of taking the concrete cylinders and as requested by the field staff.

.4 Concrete Temperature Monitoring:

.1 Monitor temperature of concrete starting immediately after placement until the end of seven (7) days curing period.

.2 Record ambient temperature during concrete monitoring period also.

.5 Air Content Tests:

.1 Testing agency will carry out air content tests in accordance with CSA A23.1 and A23.2.

.6 Slump Tests:

.1 Testing agency will carry out slump tests in accordance with CSA A23.1 and A23.2.

.7 Failure to Meet Strength, Air Content, or Slump Requirements:

.1 When measured slump or air content falls outside of required limits, carry out a check test immediately on another portion of the same sample. In the event of a second failure, the concrete will be considered to have failed to meet the requirements. Remove the whole batch, from which the samples were taken, off the site.

.2 When the strength requirement provisions are not met, carry out one (1) or more of the alternatives:

.1 Change the mix proportions.

.2 Carry out nondestructive testing.

.3 Provide additional curing on portions of the structure represented by the test specimen.

.4 Core drill portion of the structure in question and test cored cylinder in accordance with CSA 23.2 Test method A23.3-14C Obtaining and testing drilled cores for compressive strength.

.5 Load test structure to design loading.

.6 Other test the Owner may require for acceptance.

.3 When, after carrying out these requirements, there is still doubt about of the adequacy of the concrete, strengthen or replace, as directed, portions of the Work which failed to develop the required strength.

Page 383: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03300 Tender No. T-2338-2019 CAST-IN-PLACE CONCRETE Towers Pump Station 2019-02/172057 Page 18 of 18

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03300.doc: February 19, 2019

.8 Uniformity of Mixed Concrete:

.1 If the results of slump, slump flow, air content or density for any mix design do not comply with CSA A23.1, Table 13 - Determination of Within-Batch Uniformity, alter mixing operations and equipment until tests indicate that the requirements are satisfied.

.9 Concrete Delivery Records:

.1 Submit with each batch of concrete before unloading, a typed delivery ticket prepared at the ready-mix plant containing following information:

.1 Name of ready-mix batch plant.

.2 Date and serial number of ticket, truck plate number.

.3 Name of Contractor.

.4 Project Name.

.5 Specific class of concrete with identifying mix number.

.6 Amount of concrete in cubic metres.

.7 Time loaded or of first mixing of cement and aggregates.

.8 Amount of admixtures, or water added on site.

.2 Keep records of the time when each load arrives at the site and when discharge is completed. Record the temperature of fresh concrete.

END OF SECTION

Page 384: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03345 Tender No. T-2338-2019 CONCRETE CURING AND FINISHING Towers Pump Station 2019-02/172057 Page 1 of 13

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03345.doc: February 19, 2019

1 General

1.1 REFERENCES

.1 The following is a list of standards which may be referenced in this section:

.1 Canadian Standards Association CSA A23.1 Concrete Materials and Methods of Concrete Construction.

.2 ACI 309.2R Identification and Control of Visible Effects of Consolidation on Formed Concrete Surfaces.

.3 American Society for Testing and Materials International (ASTM):

.1 C109/C109M, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2 in. or 50 mm Cube Specimens).

.2 C309, Standard Specification for Liquid Membrane Forming Compounds for Curing Concrete.

.3 C1315, Standard Specification for Liquid Membrane-Forming Compounds having Special Properties for Curing and Sealing Concrete.

.4 E1155M, Standard Test Method for Determining FF Floor Flatness and FL Floor Levelness Numbers Metric.

.4 American Society of Concrete Construction Guide for Surface Finish of Formed Concrete.

1.2 DEFINITIONS

.1 Flatness Number (FF): FF describes the waviness of a floor surface measured over a 600 mm distance computed on the basis of successive 300 mm elevation differentials.

.2 Levelness Number (FL): FL describes the tilt or slope of a floor surface measured over a 3000 mm distance.

.3 Aggregate transparency: Mottled surface appearance resulting from deficiencies in the mortar.

.4 Air surface voids: Also termed as air pockets or bug holes. Small regular or irregular cavities resulting from entrapped air bubbles in the surface of formed concrete. Air surface voids less than 12 mm in diameter or depth may be acceptable unless specified otherwise.

.5 Fin /form streaking: A narrow linear projection on foamed concrete surface resulting from mortar flow into spaces in the formwork.

Page 385: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03345 Tender No. T-2338-2019 CONCRETE CURING AND FINISHING Towers Pump Station 2019-02/172057 Page 2 of 13

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03345.doc: February 19, 2019

.6 Finish: The texture of a surface after consolidating and finishing operation has been performed.

.7 Form offsets: An abrupt change in alignment, either horizontally or vertically.

.8 Honeycomb: Condition of irregular voids due to failure of the mortar to effectively fill the space between coarse aggregate particles generally in formed concrete.

.9 Laitance: A thin weak brittle layer of cement and aggregate fines on concrete surface.

.10 Layer lines: Dark lines on formed surfaces indicating boundary between concrete placements. Cold joints are one form of layer lines.

.11 Sand streaking: Exposed fine aggregate surface of formed concrete due to excessive bleeding along the form.

.12 Soundness: A quantitative measure of suitability of concrete to perform as a solid substrate or base for a coating or patching material. Sound concrete substrates usually exhibit strength and cohesiveness without excessive voids or cracks.

.13 Subsidence cracking: Tension cracking when concrete settles after initial set.

.14 Surface defects: Includes air surface voids, form streaking, sand streaking, aggregate transparency, colour variation, layer lines, cold joints, soft areas, offsets and bulges. Air surface voids or bug holes smaller than 12 mm are not considered as defects as long as they are generally spaced out.

.15 Porosity: Small voids that allow fluids to penetrate an otherwise impervious material.

1.3 SUBMITTALS

.1 Quality Control Submittals:

.1 Manufacturer's representative and application personnel. Names and phone number.

.2 Manufacturer's certificate of compliance for products furnished.

.3 Statement of Qualifications.

.4 Manufacturer's product service record.

.5 Manufacturer's printed procedures for preparation, product application, protection of finished surface, and post-application cleanup.

.6 Manufacturer's site-specific installation instructions.

.7 Manufacturer's certificate of proper installation.

.8 Prepare mock up sample 1800 mm square of each type of finish required:

Page 386: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03345 Tender No. T-2338-2019 CONCRETE CURING AND FINISHING Towers Pump Station 2019-02/172057 Page 3 of 13

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03345.doc: February 19, 2019

.9 Light sand-blasted finish.

.10 Sand-blasted finish.

.2 Product Data Sheets:

.1 Submit three copies of manufacturer's product data sheets including installation, application, and maintenance instructions for:

.1 Curing compound.

.2 Floor surface sealer.

.3 Non- metallic shake on floor hardener.

.4 Capillary waterproofing.

.3 Shop Drawings

.1 Submit shop drawings indicating finishes for floors and walls.

.2 Curing methods proposed.

1.4 QUALITY ASSURANCE

.1 Concrete finishers: Skilled personnel with a minimum of five (5) years proven satisfactory experience finishing concrete of comparable size and scope.

.2 Engage manufacturers' representative for on-site supervision prior to, during, and after applications. Verify that specified products are correctly applied; amount and finishing procedures comply with manufacturer's printed instructions for project.

.3 Conference Prior to Slab Placement:

.1 Conducted by Contractor.

.2 Agenda:

.1 Concrete mix design.

.2 Placing techniques.

.3 Finishing techniques.

.4 Product application procedures.

.5 Equipment required for the procedures.

.3 Attendees:

.1 Contractor's superintendent.

.2 Subcontractor's representative involved in concrete placement and finishing.

.3 Resident Inspector from Engineer’s Office.

Page 387: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03345 Tender No. T-2338-2019 CONCRETE CURING AND FINISHING Towers Pump Station 2019-02/172057 Page 4 of 13

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03345.doc: February 19, 2019

.4 Note pre-concrete conference is also conducted under Section 03300 – Cast-in-Place Concrete.

.4 Mockups: Install one 1800 mm by 1800 mm area for each type of floor and wall finish to demonstrate that the material and methods produce a finished product acceptable to the Engineer.

.1 Mockup will establish the standard of quality for finishes.

.2 Use specified materials at a location designated by Engineer or Owner.

.3 Notify Engineer five (5) days in advance of commencement of mockup.

.4 Make mockups for following finishes:

.1 Slab

.1 Steel Trowel Finish: Type S1

.2 Wood Float Finish: Type S2

.3 Nonslip Finish: Type S3

.4 Dry Shake Floor Hardener Finish: Type S3B

.5 Bonded Concrete Topping: Type S6

.2 Wall

.1 Smooth Wall Finishing for Painting: Type W2A

.2 Smooth Wall Finishing for Waterproofing: Type W2B

.3 Smooth Rubbed Finish Wall: Type W4

.4 Sack Rubbed Finish: Type W5

.5 Abrasive Blast Finish Type W6

1.5 DELIVERY, STORAGE, AND HANDLING

.1 Prevent deterioration or contamination of: stored materials. Deteriorated or contaminated materials will be rejected and must be removed from site.

1.6 SITE CONDITIONS

.1 Comply with special requirements of Section 03300 – Cast-in-Place Concrete for work under cold weather and high temperature conditions.

.2 During curing, ensure the temperature is kept uniform over the whole surface and across the cross section of the concrete. A temperature gradient across the member may cause cracking. Protect the concrete surface from rapid drying due to high concrete and or ambient temperatures, low humidity, high winds, or heated interiors.

Page 388: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03345 Tender No. T-2338-2019 CONCRETE CURING AND FINISHING Towers Pump Station 2019-02/172057 Page 5 of 13

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03345.doc: February 19, 2019

2 Products

2.1 MATERIALS

.1 Curing Compound:

.1 ASTM C309 Type 2

.2 Do not use curing compounds for potable water structures.

.2 Combination Curing and Sealing Compound:

.1 Conforming to ASTM C1315, Clear, non-yellowing compound.

.2 Manufacturer and Product:

.1 Sika Canada Inc., Florsea Clear.

.2 BASF: Masterkure CR (Clear).

.3 Euclid Admixture Canada, Inc., Super Diamond Clear.

.4 Dayton Superior Canada Limited; Day Chem Cure & Seal: 1315 (J 22).

.3 Floor Surface Sealer:

.1 Clear, liquid surface sealer and dust-proofer.

.2 Manufacturer and product

.1 Sika Canada Inc., Sikafloor 3S.

.2 Dayton Superior Canada Limited, Day Chem Sure Hard (J 17).

.3 W.R. Meadows, Intraguard.

.4 Clear Floor Hardener:

.1 Colorless, aqueous premixed solution of zinc and magnesium fluosilicate.

.2 Minimum 0.24 kg of crystals contained in each litre of fluosilicate solution.

.3 Manufacturers:

.1 Chemrex, Inc.

.2 Euclid Chemical Co.

.3 Sonneborn.

.4 Kryton International Inc.

.5 Shake on Floor Hardener:

.4 Premixed blend of mineral aggregates, wetting and densifying agents, and Portland cement, shake on type:

Page 389: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03345 Tender No. T-2338-2019 CONCRETE CURING AND FINISHING Towers Pump Station 2019-02/172057 Page 6 of 13

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03345.doc: February 19, 2019

.5 Manufacturer and Product:

.1 Sika Canada Inc., Durag Premium

.2 Euclid Admixture Canada, Inc., Surflex

.3 BASF: Maximent

.4 Dayton Superior Canada Limited, Quartz Tuff.

.5 Capillary Waterproofing System:

.1 Manufacturers and Product:

.1 Xypex Chemical Corporation -Xypex Concentrate DS -1

.2 Permaquik Corp. (Canada) Ltd., Permaquik Super 200 Dry.

.6 Control Joint Sealant:

.1 Manufacturer and Product:

.1 W.R. Meadows Ltd., Bondflex

.2 Sika, Loadflex.

.7 Polyethylene sheet: CGSB 51 GP 51M; 0.15 mm thick.

.8 Wet curing materials: Non-staining waterproof curing paper, burlap, or canvas coverings.

.9 Bonding agent: Suitable for conditions of service and performance requirements of this Section.

.10 Repair Mortars

.1 For air surface voids and surface repairs to a depth of 20 mm:

.1 Sika Canada., Sika MonoTop - 623

.2 W.R.Meadows, Meadow Patch T1.

.2 For repairs of spalls up to depth of 100 mm

.1 King Packaged material company, In Pakt construction grout

.2 Sika Canada., Sika 111, Sika 122, Sika 122 winter grade.

.3 Repair products shall be compatible with applied cementitious waterproofing: Gemite GemPlast TC or Gem Plast Flex ST, or Cem Barrier-100, or B Fibre Patch OV restoration mortar for thin and thick repairs.

Page 390: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03345 Tender No. T-2338-2019 CONCRETE CURING AND FINISHING Towers Pump Station 2019-02/172057 Page 7 of 13

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03345.doc: February 19, 2019

3 Execution

3.1 PREPARATION

.1 Review the requirements for applied finishes.

3.2 TOLERANCES

.1 General

.1 Comply with CSA A23.1, Clause 7.5.1 – Surface Tolerances for slabs and floor.

.2 Straightedge Method:

.1 Very Flat: Finish tolerance 3 mm in 3000 mm. Surface applied bonded concrete toppings in Secondary Clarifiers.

.2 Flat: Finish tolerance 5 mm in 3000 mm. Surfaces to receive a vinyl tile, epoxy floor finish or other thin applied floor finish; surfaces to receive ceramic tile or quarry tile on thin set bond coat; surfaces of concrete toppings; and exposed surfaces of concrete floors.

.3 Moderately Flat: Finish tolerance 8 mm in 3000 mm. Surfaces to be covered with cladding or to receive insulation, built up roofing, or membrane waterproofing; top of roof slabs of structures, tanks, tunnels, conduits, and similar areas to be covered with backfill.

.4 Conventional: Finish tolerance 12 mm in 3000 mm.

3.3 CONCRETE FINISHING

.1 General:

.1 Concrete finishing effort is directly dependent on forming, concrete placing, and curing techniques. Perform finishing procedures until specified finishes are achieved.

.2 Complete concrete finishing in areas where mechanical and electrical equipment will be installed prior to commencement of such installation.

.3 Where floor slopes and drains are indicated on the drawings, the floor must be constructed so that water flows to the drain(s) without ponding.

.2 Slab or Floor Surfaces:

.1 General:

.1 Carry out finishing operations in accordance with CSA A23.1, Clause 7.5.3 – Initial Finishing of Horizontal Surfaces.

.2 Initial finishing operations consist of placing, spreading, consolidation vibrating, and screeding, immediately followed by bull floating, or darbying.

Page 391: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03345 Tender No. T-2338-2019 CONCRETE CURING AND FINISHING Towers Pump Station 2019-02/172057 Page 8 of 13

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03345.doc: February 19, 2019

.3 Complete leveling and consolidation before free moisture or bleeding of free water rises to top surface.

.4 Provide at least one standby power trowel. Provide sufficient finishers and equipment for the work.

.5 Take precautions necessary to protect the finish against inclement weather.

.6 Commence final finishing operations by finishing the edges and grooving as required followed by floating and trowelling, when concrete has stiffened sufficiently to prevent the working of excess mortar to the surface and is able to sustain foot pressure, and after removing free bleed water.

.7 Straighten with straightedge as often as necessary to achieve specified floor tolerances.

.2 Wood Float Finish (Type S-2):

.1 Bring surface to required finish plane.

.2 Wood float concrete surface in accordance with CSA A23.1, Clause 7.5.4.2 Floating.

.3 Remove laitance and leave surface clean.

.3 Nonslip Finish (Type S-3), default finish for all floors:

.1 Provide nonslip surface finish by swirl-trowelling the surface in accordance with CSA A23.1, Clause 7.5.6.1 Nonslip Surfaces.

.4 Broom Finish (Type S-4), default finish for exterior aprons:

.1 Provide nonslip surface finish by brooming the surface in accordance with CSA A23.1, Clause 7.5.6.1 – Nonslip Surfaces with application of steel or fibre brooms at least 450 mm wide.

.2 Pull broom gently over the surface from side to side at right angles to direction of traffic, with adjacent strokes slightly overlapping.

.3 Produce a broom finish surface free from porous spots, irregularities, depressions, or rough spots with uniform corrugations less than 3 mm.

.5 Floor Surface Sealer:

.1 Treat surfaces subject to traffic in the finished structure, such as slabs, stairs, landings, walkways, and similar locations, with a penetrating surface sealer approved by the Engineer, except if the surfaces have been cured with dual purpose curing and sealing compound.

.2 Apply sealer in accordance with the manufacturer's printed instructions.

.3 Do not use surface sealer where bonded finishes or waterproofing is scheduled.

Page 392: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03345 Tender No. T-2338-2019 CONCRETE CURING AND FINISHING Towers Pump Station 2019-02/172057 Page 9 of 13

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03345.doc: February 19, 2019

.3 Formed Surfaces:

.1 General Finishing:

.1 Finish in accordance with CSA A23.1, Clause 7.7 Finishing of formed surfaces unless noted otherwise.

.2 Remove face formwork as soon as practical to facilitate repair of surface defects. Remove nails and remnant of form and form oils. Repair surface defects.

.3 Avoid damaging corners and keep edges sharp.

.2 Formwork Tie Holes:

.1 Cut formwork ties 25 mm from surface of concrete.

.2 Make edges of depressions sharp.

.3 Fill depressions with pre-blended non shrink non ferrous grout of same colour as the concrete.

.3 Irregularities:

.1 Grind smooth fins, projections, irregularities, and offsets, including those at construction joints.

.2 Where irregularities and offsets cannot be remedied by grinding, chip concrete surface sufficiently deep and apply thoroughly bonded pre-blended non shrink non ferrous grout in similar procedure for repair of honeycomb and defective concrete.

.4 Surface Depressions:

.1 Fill surface voids size greater than 12 mm and other surface depressions with a sand cement mortar to match the surface of surrounding concrete.

.5 Spalled Corners:

.1 Use repair materials of similar appearance and strength as the surrounding concrete to reconstruct corner to match adjacent corners.

.6 Honeycomb, Soft Areas, and Defective Concrete:

.1 Do not repair honeycomb, soft areas, and defective concrete until reviewed by Engineer and permission granted to proceed with the repair work.

.2 Remove honeycomb, soft areas, and defective concrete down to sound concrete with edges slightly undercut or perpendicular to the surface. Remove a minimum depth of 25 mm. No feather edges are permitted.

.3 Pre-dampen patch area.

.4 Use pre blended non shrink non ferrous grout of same colour as the concrete for exposed concrete surfaces.

Page 393: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03345 Tender No. T-2338-2019 CONCRETE CURING AND FINISHING Towers Pump Station 2019-02/172057 Page 10 of 13

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03345.doc: February 19, 2019

.5 Use bonding agents in patching work.

.6 Patch surface slightly higher than the surrounding concrete.

.7 Wet cure patches to equivalent of ten (10) days minimum.

.8 When patched surface has hardened, rub surface with carborundum brick to a true surface, free from streaks, discolourations, and other imperfections, to match flush with surrounding concrete.

.7 Subsidence Cracking:

.1 Depending on the depth, locations and function of the structure the repair system may require injection grouting and repairs similar to the defective concrete.

.8 Type W -1 (Smooth Wall Finish), default for interior walls:

.1 Carry out general finishing as specified above.

.2 Fill air surface voids greater than 3 mm.

.3 Fill nail head depression more than 2mm deep.

.9 Type W-2 (Smooth Rubbed Finish):

.1 Provide smooth rubbed finish of uniform appearance as specified in CSA A23.1, Clause 7.7.4.3 Smooth Rubbed Finish.

.2 Do not commence rubbing or grinding until surface defects are repaired and patching materials are hardened.

.3 Dress surfaces by rubbing or grinding with bricks of carborundum, emery, or other abrasive material to a smooth and even surface to the best grade of architectural concrete work. Wet and rub surfaces until surfaces are even and of uniform smooth appearance. Prevent rounding edges, obliterating the bevel lines on edges and corners, and chipping or cracking the finished edges.

.4 Water cure walls to receive smooth rubbed finish.

.5 If the rubbed finish work cannot start in timely manner then the specified surfaces shall receive Sack- rubbed Finish.

.10 Type W-3 (Sack rubbed Finish):

.1 Repair form offsets, sand streaking and layered lines.

.2 Complete Type W2 finishing as specified.

.3 Fill all air surface voids.

.4 Sack rub cement finish to form a smooth finish of uniform appearance as specified in CSA A23.1, Clause 7.7.4.4 Sack Rubbed Finish.

.5 Clean sand for finishing mortar shall pass 630 micron sieve size.

Page 394: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03345 Tender No. T-2338-2019 CONCRETE CURING AND FINISHING Towers Pump Station 2019-02/172057 Page 11 of 13

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03345.doc: February 19, 2019

.6 Completed finished surface shall be uniform in appearance free of blemishes, discolorations or surface voids or dimples. Surfaces not meeting the requirements shall be corrected to the satisfaction of the Engineer.

.7 Apply a second coat of sack rubbed cement finish to produce a smooth uniform appearance if required to obtain acceptance.

.8 On completion thoroughly wash the surfaces with clean water

.11 Beams and Curbs, sides of equipment and pipe saddle supports:

.1 Provide Type W-1 or W-2/3 finish.

.12 Related Unformed Surfaces:

.1 Screed and float tops of walls or buttresses, horizontal offsets, and similar unformed surfaces occurring in units cast in forms to a texture consistent with that specified for the formed surface unless some different finish is specified elsewhere.

3.4 CURING CONCRETE

.1 Begin curing immediately following placing and finishing in accordance with CSA A23.1 Clause 7.4.2 except as noted below.

.2 Rate of evaporation is dependent on relative humidity, concrete temperature and winds velocity; for rate of evaporation of moisture from concrete surface covered with water see CSA A23.1 Appendix D Guidelines for curing and protection.

.3 Wet cure for ten (10) consecutive days at a minimum temperature of 10C. This requirement supersede CSA23.1 Table 20 Allowable curing regimes.

.4 Establish the requirements of specified finishes for concrete surfaces before applying curing compound. Verify that curing compound is compatible with applied finishes.

.5 Do not use curing compounds or sealers on surfaces:

.1 Where concrete or bonded concrete topping will be applied.

.2 Where high temperature control requirements are in force.

.6 Formed Surfaces (Walls):

.1 Wet cure as specified by pouring water between the formwork and concrete surface where possible.

.2 As an alternative, cure as specified above until formwork is removed. Immediately after removal of formwork, provide twenty-four (24) hours saturation followed by application of curing compound in accordance with manufacturer's printed instructions.

Page 395: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03345 Tender No. T-2338-2019 CONCRETE CURING AND FINISHING Towers Pump Station 2019-02/172057 Page 12 of 13

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03345.doc: February 19, 2019

.3 As an alternative on (2), cover all sides for at least 7 days during wet season and 14 days during dry season or windy conditions with polyethylene sheeting secured against wind damage.

.7 Unformed Surfaces (Slabs):

.1 Cover with absorbent material kept continuously saturated as soon as cement will not wash out or finish be damaged.

.2 As an alternative, wet cure for twenty-four (24) hours then seal with two complete coats of curing compound applied in accordance with the manufacturer's instructions. Maintain coating during the curing period.

.3 As an alternative on (2), cover for at least 7 days during wet season and 14 days during dry season or windy conditions with polyethylene sheeting secured against wind damage.

3.5 PROTECTION

.1 Keep traffic, which would affect or disturb the curing procedures, off the finished surfaces for a period of seven (7) days.

.2 Protect exposed concrete finishes against damage until acceptance of the work by the Owner. Do not allow rain, sleet, or snow to increase mixing water or damage surface finish.

.3 Protect floors which are to receive architectural finishes against contamination by oil, paint, or other deleterious materials which may affect finish.

.4 Protect items set into floors from damage. Verify that alignment is not disturbed.

3.6 MANUFACTURER'S SERVICES

.1 Provide services of manufacturer's representative at site for installation assistance, inspection and certification of proper installation, and training of application personnel.

.1 Technical assistance with design and adjustment of concrete mixes to receive floor finishes and toppings.

.2 Technical assistance to assure and certify application and installation of system being used.

.3 Consultation, direction, and certification of mockup, for full-scale application of floor finishes, and at other times as needed.

.4 Attendance at the conference prior to slab placement to finalize proper methods and procedures.

Page 396: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03345 Tender No. T-2338-2019 CONCRETE CURING AND FINISHING Towers Pump Station 2019-02/172057 Page 13 of 13

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03345.doc: February 19, 2019

3.7 FIELD QUALITY CONTROL

.1 Flood the sloped floor surface with water to a depth necessary and allow the water to flow into drain(s). Observe all areas of ponding. Repair all depressed area exceeding the following:

.1 For dry areas ponding depth greater then 3 mm.

.2 For tank floors ponding depth greater than 20 mm.

END OF SECTION

Page 397: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03600 Tender No. T-2338-2019 GROUT Towers Pump Station 2019-02/172057 Page 1 of 10

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03600.doc: February 19, 2019

1 General

1.1 SUMMARY

.1 Section Includes

.1 Grouting including:

.1 Filling tie holes.

.2 Filling openings and blockouts.

.3 Grouting under base plates for equipment and fittings, and structural steel.

.4 Through bolt openings.

.5 Machine bases 26 hp and up.

.6 Grouted-in dowels for connecting to existing concrete.

.2 Alterations and modifications to existing structures, including:

.1 Removing existing concrete.

.2 Cutting construction joint keys in existing structures.

.3 Finishing of existing concrete.

.4 Refinishing.

.3 Miscellaneous concrete work, including:

.1 Removable slabs.

.2 Concrete encased conduits (duct banks).

.3 Filling Openings and Box outs.

.4 Product Installed But Not Supplied Under the Work of This Section

.1 Reinforcing bar for grouted - in bar.

1.2 REFERENCES

.1 Comply with the latest edition of the following statutes codes and standards and all amendments thereto.

.1 American Concrete Institute (ACI):

.1 351.1R, Grouting between Foundations and Bases for Support of Equipment and Machinery.

.2 American Society for Testing and Materials International (ASTM):

.3 C230/C230M, Standard Specification for Flow Table for Use in Tests of Hydraulic Cement.

Page 398: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03600 Tender No. T-2338-2019 GROUT Towers Pump Station 2019-02/172057 Page 2 of 10

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03600.doc: February 19, 2019

.4 C939, Standard Test Method for Flow of Grout for Preplaced-Aggregate Concrete (Flow Cone Method).

.5 C1107, Standard Specification for Packaged Dry, Hydraulic Cement Grout (Nonshrink).

1.3 SUBMITTALS

.1 Shop Drawings:

.1 Product data of grouts including installation, application, and maintenance instructions.

.2 Proposed method for keeping existing concrete surfaces wet prior to placing hydraulic cement grout.

.3 Forming method for fluid grout placements.

.4 Curing method for grout.

.2 Quality Control Submittals:

.1 Manufacturer's printed Instructions:

.1 Adding fiber reinforcing to batching.

.2 Water/Cementing material ratio of grout.

.3 Mixing of grout.

.2 Manufacturer's proposed training schedule for grout work.

.3 Manufacturer's Certificate of Compliance:

.1 Grout free from chlorides and other corrosion-causing chemicals.

.2 Nonshrink hydraulic cement grout, verifying expansion at three (3) or fourteen (14) days will not exceed the twenty-eight (28) day expansion and non-shrink properties are not based on gas or gypsum expansion.

.4 Manufacturer's Certificate of Proper Installation.

.5 Statements of Qualification: Nonshrink grout manufacturer's representative.

.6 Test Reports for Nonshrink Hydraulic Cement Grout:

.1 Field test reports and laboratory test results for field-drawn samples.

.7 Load Test Results for Grouted in Dowels:

.1 Submit load test results of grouted - in dowels.

Page 399: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03600 Tender No. T-2338-2019 GROUT Towers Pump Station 2019-02/172057 Page 3 of 10

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03600.doc: February 19, 2019

1.4 QUALIFICATIONS

.1 Nonshrink Grout Manufacturer's Representative: Authorized and trained representative of grout manufacturer. Minimum of one (1) year experience that has resulted in successful installation of grouts similar to those for this Project.

1.5 GUARANTEE

.1 Manufacturer's guarantee containing disclaimer on the product data sheet, grout bag, or container limiting responsibility to only the purchase price of products and materials furnished will not be accepted.

.2 Manufacturer guarantees participation with Contractor in replacing or repairing grout found defective due to faulty materials, as determined by industry standard test methods.

2 Products

2.1 NONSHRINK HYDRAULIC CEMENT GROUT SCHEDULE

.1 Furnish nonshrink hydraulic cement grout of type specified for applications in the following schedules:

Temperature

Range Maximum Placing Time

Application 4 to 38˚C 20 minutes Greater than 20

minutes Filling tie holes I I I Blockouts for openings I or II II Machine bases 25 hp or less II II II Baseplates and/or soleplates with vibration, thermal movement, etc. Machine bases 26 hp and up

III

III

III

2.2 NONSHRINK HYDRAULIC CEMENT GROUT

.1 Type I:

.1 Nonmetallic and nongas-liberating.

.1 Prepackaged natural aggregate grout requiring only the addition of water.

.2 Test in accordance with ASTM C1107:

.3 Flowable consistency 140 percent, five (5) drops in thirty (30) seconds, in accordance with ASTM C230.

.4 Flowable for fifteen (15) minutes.

Page 400: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03600 Tender No. T-2338-2019 GROUT Towers Pump Station 2019-02/172057 Page 4 of 10

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03600.doc: February 19, 2019

.1 No bleeding of grout at maximum allowed water.

.2 Minimum strength of flowable grout,

.5 20 MPa at three (3) days,

.6 35 MPa at seven (7) days,

.7 48 MPa at twenty-eight (28) days.

.2 Manufacturers and Products:

.1 Chemrex, Inc.; Set Grout.

.2 Euclid Chemical Co.; NS Grout.

.3 Dayton Superior Corp.; 1107 Advantage Grout.

.3 Type II:

.1 Nonmetallic, nongas-liberating.

.2 Prepackaged natural aggregate grout requiring only the addition of water.

.3 No segregation or settlement of aggregate at fluid consistency at specified times or temperatures.

.4 Test in accordance with ASTM C939 and ASTM C1107, Grade B:

.1 Fluid consistency twenty (20) to thirty (30) seconds using flow cone method.

.2 Temperatures of 5, 27, and 38C.

.5 One (1) hour after mixing, pass fluid grout through flow cone with continuous flow.

.6 Minimum strength of fluid grout:

.1 25 MPa at one (1) day.

.2 30 MPa at three (3) days.

.3 52 MPa at twenty-eight (28) days.

.7 Maintain fluid consistency when mixed in 1 to 7 m3 loads in ready-mix truck.

.8 Manufacturers and Products:

.1 Chemrex, Inc.; Master Flow 928.

.2 Euclid Chemical Co.; Hi Flow Grout.

.3 Dayton Superior Corp.; Sure Grip High Performance Grout.

Page 401: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03600 Tender No. T-2338-2019 GROUT Towers Pump Station 2019-02/172057 Page 5 of 10

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03600.doc: February 19, 2019

.4 Type III:

.1 Metallic and nongas-liberating.

.2 Prepackaged aggregate grout requiring only the addition of water.

.3 No segregation or settlement of aggregate at fluid consistency at specified times or temperatures.

.4 Test in accordance with ASTM C939 and ASTM C1107, Grade A:

.1 Fluid consistency twenty (20) to thirty (30) seconds using flow cone method.

.2 Temperatures of 5 and 38C.

.5 One (1) hour after mixing, pass fluid grout through flow cone with continuous flow.

.6 Minimum strength of fluid grout,

.1 28 MPa at one (1) day.

.2 35 MPa at three (3) days.

.3 62 MPa at twenty-eight (28) days.

.7 Maintain fluid consistency when mixed in 1 to 7 m3 loads in ready-mix truck.

.8 Manufacturer and Product:

.1 Chemrex, Inc.;

.2 Embecco 885

2.3 NONSHRINK EPOXY GROUT

.1 For use as specified herein:

.1 Minimum strength of grout: 62 MPa at one (1) day.

.2 Manufacturers and Products:

.1 Euclid Chemical Co.; E3-HP

.2 Dayton Superior Corp.; Sure-Grip Epoxy Grout (J-54)

.3 Chemrex, Inc.; Masterflow 648 CP

2.4 DOWELLING GROUT

.1 Hydraulic Cement Grout:

.1 Set 45 by Master Builders Inc.

.2 Anchorite II by C C Chemicals Limited

Page 402: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03600 Tender No. T-2338-2019 GROUT Towers Pump Station 2019-02/172057 Page 6 of 10

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03600.doc: February 19, 2019

.2 Epoxy Grout:

.1 Poly All Epoxy Anchoring System by Ucan Fastening Products

.2 Sikadur Injection Gel by Sika Canada Inc.

.3 Liquid Roc 500 supplied by Concrete Chemicals

3 Execution

3.1 NONSHRINK GROUT

.1 General: Mix, place, and cure nonshrink grout in accordance with grout manufacturer's representative’s printed training instructions.

.2 Form Tie or Through-Bolt Holes: Provide nonshrink hydraulic cement grout, Type I and II, fill space with dry pack dense grout hammered in with steel tool and hammer. Through-bolt holes coordinate dry pack dense grout application with vinyl plug.

.3 Grouting Machinery Foundations:

.1 Use nonshrink hydraulic cement grout except where equipment supplier specifically recommends nonshrink epoxy grout.

.2 Block out original concrete or finish off at distance shown below bottom of machinery base with grout. Prepare concrete surface by abrasive blasting, chipping, or by mechanical means to remove any soft deleterious material.

.3 For nonshrink hydraulic cement grout, thoroughly clean concrete surface and metal surfaces to be in contact with grout to remove all paint, oil, grease, loose rust, and all other foreign matter.

.4 For nonshrink epoxy grout, thoroughly clean concrete surface and abrasive blast metal surfaces to be in contact with grout unless grout manufacturer states in writing that abrasive blasting is not necessary.

.5 Set machinery in position and wedge to elevation with steel wedges or use cast-in leveling bolts.

.6 Form with watertight forms at least 50 mm higher than bottom of plate.

.7 Fill space between bottom of machinery base and original concrete in accordance with manufacturer's representative’s training instructions.

3.2 GROUTED IN DOWEL FOR CONNECTING TO EXISTING CONCRETE

.1 Using a Hydraulic Cement Based Dowelling Grout:

.1 Drill hole in existing concrete of diameter equal to diameter of dowel bar plus 20 mm.

.2 Clean hole of dust and debris.

Page 403: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03600 Tender No. T-2338-2019 GROUT Towers Pump Station 2019-02/172057 Page 7 of 10

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03600.doc: February 19, 2019

.3 Fill hole to surface with dowelling grout.

.4 Install dowel bar and wipe away overflow.

.5 Secure dowel bar firmly in position and do not disturb bar for minimum of twenty-four (24) hours after installation.

.2 Using an Epoxy Type Dowelling Grout:

.1 Drill hole and install dowel in accordance with manufacturer's printed instructions.

3.3 ALTERATIONS TO EXISTING CONCRETE

.1 General:

.1 Cut out, remove, or modify parts of existing concrete structures, roughen surfaces, cut keys, weld bars, and carry out other items of work as required.

.2 Use satisfactory methods which will not result in damage to equipment or other parts of the structures by vibration, dust, water, or other contaminants.

.3 Verify actual conditions before beginning alterations.

.4 After alterations are done, repair surface defects and damaged areas and finish surface to match adjacent areas.

.2 Cutting Construction Joint keys in Existing Concrete:

.1 Where slabs or walls are placed against existing concrete cut a 40 mm deep continuous standard key.

.2 Roughen surface and provide thoroughly bonded concrete.

.3 Finishing of Existing Concrete Surfaces:

.1 As a result of alterations where previously exterior faces become interior, abrasive blast and clean entire surface.

.2 Patch surface depressions with sand cement mortar.

.3 Grind smooth fins and protrusions.

.4 Apply sack rubbed finish to entire exposed surface to match adjacent interior surfaces in accordance with Section 03345 – Concrete Curing and Finishing.

.4 Refinishing:

.1 Refinish cut edges of openings flush and smooth, with a bonding agent and concrete or with a non-shrink, non-ferrous, pre-blended hydraulic cement grout of same colour as adjacent concrete.

Page 404: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03600 Tender No. T-2338-2019 GROUT Towers Pump Station 2019-02/172057 Page 8 of 10

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03600.doc: February 19, 2019

.2 Cut back exposed reinforcing bars 25 mm from the finished surface level. Fill voids at each bar with grout. Grind edges smooth after repairs and modifications have been completed.

3.4 SCHEDULE OF MISCELLANEOUS CONCRETE WORK

.1 Removable Slabs:

.1 Provide concrete slabs with minimum two stainless steel lifting inserts per slab. Provide matching stainless-steel plugs and lifting rings for each insert.

.2 Weld end of reinforcing bars to cross bars.

.2 Concrete Encased Conduits (Ductbanks):

.1 Provide Type A concrete, as specified in Section 03300 – Cast-in-Place Concrete, complete with formwork, reinforcement, and accessories as required.

.2 Secure conduits to prevent flotation or displacement during concrete placement. Take corrective actions immediately if conduits become displaced during concrete placement.

.3 Carefully place and consolidate concrete around individual conduits.

.4 Protect conduits against breakage, damage, or disturbance during placing and consolidating of concrete.

.3 Filling Openings and Box outs:

.1 Fill openings and box outs in walls with concrete made with non-shrink non ferrous pre-blended hydraulic cement grout, placed under pressure.

.2 Inject epoxy grout at the interfaces if required to make concrete watertight.

3.5 FIELD QUALITY CONTROL

.1 Evaluation and Acceptance of Nonshrink Hydraulic Cement Grout:

.1 Provide a flow cone and cube molds with restraining plates onsite. Continue tests during Project as demonstrated by grout manufacturer's representative.

.2 Perform flow cone and bleed tests and make three 50 mm by 50 mm cubes for each cubic metre of each type of nonshrink grout used. Use restraining caps for cube.

.3 For large grout applications make three additional cubes and one more flow cone test. Include bleed test for each additional cubic metre of nonshrink grout placed.

.4 Consistency: Grout with consistencies outside range requirements will be rejected.

.5 Segregation: Grout when aggregate separates will be rejected.

Page 405: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03600 Tender No. T-2338-2019 GROUT Towers Pump Station 2019-02/172057 Page 9 of 10

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03600.doc: February 19, 2019

.6 Tests must show that strength attained by non-shrink grout cubes is equal to or greater than minimum strength specified.

.7 Strength Test Failures: Remove and replace non-shrink grout work failing strength tests.

.8 Perform bleeding test to demonstrate grout will not bleed.

.9 Store cubes at 21C.

.10 Independent testing laboratory to prepare, store, cure, and test cubes.

.2 Load Testing of Grouted in Dowels for Connecting to Existing Concrete:

.1 To demonstrate proper installation of grouted in dowels carry out tension tests on two (2) vertical and two (2) horizontal installations for each size of dowel bar before proceeding further installation.

.2 Apply an axial test load of 75 percent of the yield strength of the dowel bar. Prevent possible failure of the concrete in the vicinity of the dowels tested.

.3 Dowel bar will be considered acceptable if there is no slippage of the dowel bar.

.4 If improper installation procedures are suspected additional load tests may be ordered.

3.6 MANUFACTURER'S SERVICES GENERAL

.1 Coordinate demonstrations, training sessions, and applicable site visits with grout manufacturer's representative.

.2 Provide and conduct onsite, demonstration and training sessions for all measurements, testing, application, and curing for each type and type of nonshrink grout.

.3 Ensure necessary equipment and materials are available for demonstration.

.4 Training:

.1 Training is required for all Type II and Type III and epoxy grout installations.

.2 Grout manufacturer's representative to train Contractor to perform grout work.

.3 Establish location at site and schedule time for grout manufacturer's demonstration and training session of proposed nonshrink grouts. Mix nonshrink grouts to required consistency, test, place, and cure on actual Project, e.g., baseplates and tie holes to provide actual on-the-job training.

.4 For nonshrink hydraulic cement grout, use minimum of five bags for each grout Type II and Type III. Mix grout to fluid consistency and conduct flow cone and two (2) bleed tests, make a minimum of six (6) cubes for testing of two (2) cubes at one (1), three (3), and twenty-eight (28) days. Use remaining grout for final Work.

.5 Training to include methods for curing grout.

Page 406: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 03600 Tender No. T-2338-2019 GROUT Towers Pump Station 2019-02/172057 Page 10 of 10

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\03600.doc: February 19, 2019

.6 Mix and demonstrate patching through-bolt holes and blockouts for gate guides, and similar items.

.7 Transport test cubes to independent test laboratory and obtain test reports.

END OF SECTION

Page 407: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 04051 Tender No. T-2338-2019 MASONRY PROCEDURES Towers Pump Station 2019-02/172057 Page 1 of 4

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\04051.doc: February 19, 2019

1 General

1.1 REFERENCES

.1 Canadian Standards Association (CSA)

.1 CSA A179, Mortar and Grout for Unit Masonry.

.2 CSA A37, Masonry Construction for Buildings.

1.2 TEST REPORTS

.1 Submit laboratory test reports certifying compliance of masonry units and mortar ingredients with specification requirements.

.2 For clay units, in addition to requirements set out in referenced CSA and ASTM Standards include data indicating initial rate of absorption.

1.3 DELIVERY, STORAGE AND HANDLING

.1 Deliver, store, handle and protect materials in accordance with manufacturer directions.

.2 Deliver materials to job site in dry condition.

.3 Keep materials dry until use.

.4 Store under waterproof cover on pallets or plank platforms held off ground by means of plank or timber skids.

1.4 WASTE MANAGEMENT AND DISPOSAL

.1 Separate and recycle waste materials.

.2 Collect and separate plastic, paper packaging and corrugated cardboard.

1.5 ENVIRONMENTAL REQUIREMENTS

.1 Cold weather requirements.

.2 Supplement Clause 5.15.2 of CSA A371 with following requirements:

.3 Maintain temperature of mortar between 5ºC and 50ºC until batch is used.

.4 Hot weather requirements:

.5 Protect freshly laid masonry from drying too rapidly, by means of waterproof, non- staining coverings.

Page 408: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 04051 Tender No. T-2338-2019 MASONRY PROCEDURES Towers Pump Station 2019-02/172057 Page 2 of 4

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\04051.doc: February 19, 2019

.6 Keep masonry dry using waterproof, non- staining coverings that extend over walls and down sides sufficient to protect walls from wind driven rain, until masonry work is completed and protected by flashings or other permanent construction.

.7 Protect masonry and other work from marking and other damage. Protect completed work from mortar droppings. Use non- staining coverings.

.8 Provide temporary bracing of masonry work during and after erection until permanent lateral support is in place.

2 Execution

2.1 INSTALLATION

.1 Do masonry work in accordance with CSA A371 except where specified otherwise.

.2 Build masonry plumb, level, and true to line, with vertical joints in alignment.

.3 Layout coursing and bond to achieve correct coursing heights, and continuity of bond above and below openings, with minimum of cutting.

.4 Maximum lift for each wall is limited to 1200 mm, unless approved by engineer.

2.2 CONSTRUCTION

.1 Exposed Masonry:

.1 Remove chipped, cracked, and otherwise damaged units in exposed masonry and replace with undamaged units.

.2 Jointing:

.1 Allow joints to set just enough to remove excess water, then tool with round jointer to provide smooth, joints true to line, compressed, uniformly concave joints where concave joints are indicated.

.2 Strike flush all joints concealed in walls and joints in walls to receive plaster, tile, insulation, or other applied material except paint or similar thin finish coating.

.3 Cutting:

.1 Cut out for electrical switches, outlet boxes, and other recessed or built in objects.

.2 Make cuts straight, clean, and free from uneven edges.

.3 Obtain approval from Engineer prior to cutting openings not shown on drawings.

.4 Building In:

.1 Build in items required to be built into masonry.

Page 409: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 04051 Tender No. T-2338-2019 MASONRY PROCEDURES Towers Pump Station 2019-02/172057 Page 3 of 4

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\04051.doc: February 19, 2019

.2 Prevent displacement of built in items during construction. Check plumb, location and alignment frequently, as work progresses.

.3 Brace door jambs to maintain plumb. Fill spaces between jambs and masonry with mortar.

.5 Support of Loads:

.1 Use 20 MPa concrete, where concrete fill is used in lieu of solid units.

.2 Use grout to CSA A179 where grout is used in lieu of solid units.

.3 Install building paper below voids to be filled with concrete or grout; keep paper 25 mm back from faces of units.

.6 Provision for Movement:

.1 Leave 3 mm space below shelf angles.

.2 Leave 12 mm space between top of non- load bearing walls and partitions and structural elements. Do not use wedges.

.3 Built masonry to tie in with stabilizers, with provision for vertical movement.

.7 Loose Steel Lintels:

.1 Install loose steel lintels. Centre over opening width.

.8 Control Joints:

.1 Construct continuous control joints as indicated.

.9 Cleanouts:

.1 Build cleanouts at bottom of wall at 2400mm on center, or min 2 cleanouts per each wall. Locate cleanouts to avoid conflict while maintain visibility to observe grout flow.

.10 Expansion Joints:

.1 Build in continuous expansion joints as indicated.

2.3 SITE TOLERANCES

.1 Tolerances in notes to Clause 5.3 of CSA A371 apply.

Page 410: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 04051 Tender No. T-2338-2019 MASONRY PROCEDURES Towers Pump Station 2019-02/172057 Page 4 of 4

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\04051.doc: February 19, 2019

2.4 FIELD QUALITY CONTROL

.1 Inspection and testing will be carried out by Testing Laboratory designated by Engineer.

END OF SECTION

Page 411: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 04060 Tender No. T-2338-2019 MORTAR AND MASONRY GROUT Towers Pump Station 2019-02/172057 Page 1 of 2

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\04060.doc: February 19, 2019

1 General

1.1 REFERENCES

.1 Canadian Standards Association (CSA)

.1 CSA A179, Mortar and Grout for Unit Masonry.

1.2 SAMPLES

.1 Submit samples for Engineer review and approval.

1.3 WASTE MANAGEMENT AND DISPOSAL

.1 Separate and recycle waste materials.

.2 Collect and separate plastic, paper packaging and corrugated cardboard.

2 Products

2.1 MATERIALS

.1 Use same brands of materials and source of aggregate for entire project.

.2 Mortar and grout: CSA A179.

.3 Use aggregate passing 1.18 mm sieve where 6 mm thick joints are indicated.

.4 Colour: ground coloured natural aggregates or metallic oxide pigments.

.5 Mortar for exterior masonry above grade:

.1 Loadbearing: Type S based on Property specifications.

.6 Mortar for interior masonry:

.1 Loadbearing: Type S based on Property specifications.

.7 Following applies regardless of mortar types and uses specified above:

.1 Mortar for grouted reinforced masonry: Type S based on property specifications.

.2 Mortar for pointing: Type S based on proportion specifications.

.8 Non-staining mortar: use non staining masonry cement for cementitious portion of specified mortar type.

.9 Grout: to CSA A179, Table 3; strengthen to be minimum 20 MPa at 28 days with 250 mm stump.

Page 412: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 04060 Tender No. T-2338-2019 MORTAR AND MASONRY GROUT Towers Pump Station 2019-02/172057 Page 2 of 2

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\04060.doc: February 19, 2019

.10 Grout following masonry components:

.1 All reinforced cores.

.2 Bond beams continuously.

.3 Other cores as indicated on drawings.

2.2 MIXES

.1 Pointing mortar: Pre-hydrate pointing mortar by mixing ingredients dry, then mix again adding just enough water to produce damp unworkable mix that will retain its form when pressed into ball. Allow to stand for not less than 1 hour or more than 2 hours then remix with sufficient water to produce mortar of proper consistency for pointing.

3 Execution

3.1 CONSTRUCTION

.1 Do masonry mortar and grout work in accordance with CSA A179 except where specified otherwise.

END OF SECTION

Page 413: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 04080 Tender No. T-2338-2019 MASONRY REINFORCEMENT AND CONNECTORS Towers Pump Station 2019-02/172057 Page 1 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\04080.doc: February 19, 2019

1 General

1.1 REFERENCES

.1 Canadian Standards Association (CSA)

.1 CSA A23.1, Concrete Materials and Methods of Concrete Construction.

.2 CSA A370, Connectors for Masonry.

.3 CSA A371, Masonry Construction for Buildings.

.4 CSA G30.18, Billet Steel Bars for Concrete Reinforcement.

.5 CSA S304 .1, Masonry Design for Buildings.

.6 CSA W186, Welding of Reinforcing Bars in Reinforced Concrete Construction.

.7 CSA A179, Mortar and Grout For Unit Masonry.

1.2 SOURCE QUALITY CONTROL

.1 Provide Engineer with certified copy of mill test report of reinforcement steel and connectors, showing physical and chemical analysis, minimum 4 weeks prior to commencing reinforcement work.

.2 Inform Engineer of proposed source of material to be supplied.

1.3 SHOP DRAWINGS

.1 Submit shop drawings for Engineer's review and approval.

.2 Shop drawings consist of bar bending details, lists and placing drawings.

.3 On placing drawings, indicate sizes, spacing, location and quantities of reinforcement and connectors.

2 Products

2.1 MATERIALS

.1 Bar reinforcement: to CSA A371 and CSA G30.18, Grade 400W.

.2 Wire reinforcement: to CSA A371 and CSA G30.14, ladder or truss type.

.3 Connectors: to CSA A370 and CSA S304.

Page 414: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 04080 Tender No. T-2338-2019 MASONRY REINFORCEMENT AND CONNECTORS Towers Pump Station 2019-02/172057 Page 2 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\04080.doc: February 19, 2019

2.2 FABRICATION

.1 Fabricate reinforcing in accordance with CSA A23.1 and Reinforcing Steel Manual of Standard Practice by the Reinforcing Steel Institute of Ontario.

.2 Fabricate connectors in accordance with CSA A370.

.3 Obtain Engineer's approval for locations of reinforcement splices other than shown on placing drawings.

.4 Upon approval of Engineer, weld reinforcement in accordance with CSA W186.

.5 Ship reinforcement and connectors clearly identified in accordance with drawings.

3 Execution

3.1 GENERAL

.1 Supply and install masonry connectors and reinforcement in accordance with CSA A370, CSA A371, CSA A23.1 and CSA S304.1 unless indicated otherwise.

.2 Prior to placing concrete, mortar or grout, obtain Engineer's approval of placement of reinforcement and connectors.

.3 Supply and install additional reinforcement to masonry as indicated.

3.2 REINFORCED LINTELS AND BOND BEAMS

.1 Reinforce masonry lintels and bond beams as indicated.

.2 Place and grout reinforcement in accordance with CSA S304.1, CSA A371, and CSA A179.

3.3 GROUTING

.1 Grout masonry in accordance with CSA S304.1, CSA A371 and CSA A179 and as indicated.

3.4 ANCHORS

.1 Supply and install metal anchors as indicated.

3.5 LATERAL SUPPORT AND ANCHORAGE

.1 Supply and install lateral support and anchorage in accordance with CSA S304.1 and as indicated.

Page 415: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 04080 Tender No. T-2338-2019 MASONRY REINFORCEMENT AND CONNECTORS Towers Pump Station 2019-02/172057 Page 3 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\04080.doc: February 19, 2019

3.6 FIELD BENDING

.1 Do not field bend reinforcement and connectors except where indicated or authorized by Engineer.

.2 When field bending is authorized, bend without heat, applying a slow and steady pressure.

.3 Replace bars and connectors which develop cracks or splits.

END OF SECTION

Page 416: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 04090 Tender No. T-2338-2019 MASONRY ACCESSORIES Towers Pump Station 2019-02/172057 Page 1 of 2

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\04090.doc: February 19, 2019

1 General

1.1 REFERENCES

.1 American Society for Testing and Materials (ASTM)

.1 ASTM D 2240, Standard Test Method for Rubber Property - Durometer Hardness.

.2 Canadian Standards Association (CSA)

.1 CAN3 A371, Masonry Construction for Buildings.

1.2 WASTE MANAGEMENT AND DISPOSAL

.1 Separate and recycle waste materials.

.2 Collect and separate plastic, paper packaging and corrugated cardboard.

2 Products

2.1 MATERIALS

.1 Control joint filler: purpose made elastomer 30 durometer hardness to ASTM D 2240 of size and shape indicated.

.2 Lap adhesive: recommended by masonry flashing manufacturer.

3 Execution

3.1 INSTALLATION

.1 Install continuous control joint fillers in control joints at locations indicated.

3.2 CONSTRUCTION

.1 Build in flashings in masonry in accordance with CAN3 A371 as follows:

.1 Install flashings under exterior masonry bearing on foundation walls, slabs, shelf angles, and steel angles over openings. Install flashings under weep hole courses and as indicated.

.2 In cavity walls and veneered walls, carry flashings from front edge of masonry, under outer wythe, then up backing not less than 150 mm, and as follows:

.3 For masonry backing embed flashing 25 mm in joint.

.4 For concrete backing, insert flashing into reglets.

Page 417: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 04090 Tender No. T-2338-2019 MASONRY ACCESSORIES Towers Pump Station 2019-02/172057 Page 2 of 2

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\04090.doc: February 19, 2019

.5 For wood frame backing, staple flashing to walls behind sheathing paper.

.6 For gypsum board backing, bond to wall using manufacturer's recommended adhesive.

.7 Lap joints 150 mm and seal with adhesive.

END OF SECTION

Page 418: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 04220 Tender No. T-2338-2019 CONCRETE MASONRY UNITS Towers Pump Station 2019-02/172057 Page 1 of 2

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\04220.doc: February 19, 2019

1 General

1.1 REFERENCES

.1 Canadian Standards Association (CSA International)

.1 CAN3 A165 SERIES, CSA Standards on Concrete Masonry Units covers: A165.1, A165.2, A165.3.

1.2 WASTE MANAGEMENT AND DISPOSAL

.1 Separate and recycle waste materials.

.2 Remove from site and dispose of packaging materials at appropriate recycling facilities.

.3 Collect and separate for disposal paper, plastic, polystyrene, corrugated cardboard packaging material in appropriate on site for recycling.

.4 Divert damaged or unused concrete materials from landfill to local facility approved by Engineer.

2 Products

2.1 MATERIALS

.1 Standard concrete block units Type 190: to CAN3 A165 Series (CAN3 A165.1).

.2 Classification: H / 30 / A / M to CAN3-A165.1.

.3 Size - modular:

.1 190W x 390L x 190H - exterior walls.

.4 Special shapes: Provide purpose made shapes for lintels and bond beams. Provide additional special shapes as indicated.

.5 Profile / Texture for Architectural Concrete Unit Masonry:

.1 Split faced: soft split, 2 split units.

.6 Colour:

.1 To be selected and approved by Owner.

.2 Integrally coloured pre-finished architectural concrete block with one or more faces ground to expose variegated colours of natural aggregates; with factory applied clear satin gloss acrylic finish.

Page 419: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 04220 Tender No. T-2338-2019 CONCRETE MASONRY UNITS Towers Pump Station 2019-02/172057 Page 2 of 2

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\04220.doc: February 19, 2019

.3 Unit faces filled with cementitious grout, polished with factory applied clear sating gloss acrylic finish.

.7 External sealer: Polymer-modified acrylic penetrating sealer to provide resistance to dirt and moisture. Acceptable product: EnviroCoatings Canada Inc. Sealbond or similar approved.

3 Execution

3.1 INSTALLATION

.1 Concrete block units:

.1 Bond: running.

.2 Course height: 200 mm for one block and one joint.

.2 Jointing: concave where exposed or where paint or other finish coating is specified.

.3 Concrete block lintels:

.1 Install reinforced concrete block lintels over openings in masonry where steel or reinforced concrete lintels are not indicated.

.2 End bearing: not less than 200 mm as indicated on drawings.

3.2 CLEANING

.1 Standard block: Allow mortar droppings on masonry to partially dry then remove by means of trowel, followed by rubbing lightly with small piece of block and finally by brushing.

END OF SECTION

Page 420: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 05090

Towers Pump Station WELDING

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 1 of 8

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 05090 Welding.doc

1.0 GENERAL

1.1 SCOPE

.1 The work specified in this Section covers welding of steel pipe by the metal arc-welding process

and/or flux-cored arc welding process of:

.1 Bell and spigot joints in 150 mm (6-inch) and larger steel pipe;

.2 Butt-welded joints in 150 mm (6-inch) and larger steel pipe;

.3 Butt straps on plain end joints in 150 mm (6-inch) and larger steel pipe;

.4 Various fittings and appurtenances in connection with the same installation.

.2 These specifications are based on the latest edition of the AWWA specification for the Field

Welding of Steel Water Pipe C206. The quality standard shall be CSA Z662 and the

supplementary requirements detailed in this specification modified to suit the requirements of the

Engineer.

1.2 REFERENCES

.1 Field welding shall comply with the requirements of the following standards, where applicable:

.1 AWS A5.20-95 Specifications for Carbon Steel Electrodes for Flux Core Arc Welding

.2 AWWA C206 Standard for Field Welding of Steel Water Pipe.

.3 CSA W48 Filler Metals and Allied Materials for Metal Arc Welding

.4 CSA W59 Welded Steel Construction (Metal Arc Welding)

.5 CSA Z662 Oil and Gas Pipeline Systems

.6 AWWA C220 Stainless Steel Pipe 4” (100 mm) and larger.

1.3 SUBMITTALS

.1 The Contractor shall submit its proposed welding procedures to the Engineer for review and

approval not later than ten (10) working days prior to commencing any welding work.

.2 The Engineer’s review of the Contractor’s proposed welding procedures shall not relieve the

Contractor of its duties and responsibilities under the Contract.

1.4 DEFINITIONS

.1 The welding terms employed in these specifications shall be interpreted according to the definitions

given in CSA Standard W59.

2.0 PRODUCTS

2.1 FILLER METAL

.1 Welding electrodes shall conform to the classifications of the AWS A5.20 and CSA W48. The

weld metal shall be classed to have the following mechanical properties:

Page 421: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 05090

Towers Pump Station WELDING

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 2 of 8

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 05090 Welding.doc

.1 minimum tensile strength: 480 MPa (70,000 psi);

.2 minimum yield point: 410 MPa (60,000 psi).

.3 Filler metal shall have a minimum Charpy toughness of 33.9 joules (25 ft-lb) at -1°C (30° F).

.2 Weld filler material shall be ER 316L for welding 316L stainless steel and ER 308L for welding

304L stainless steel.

2.2 EQUIPMENT

.1 The Contractor shall provide all the necessary templates required to complete the work.

.2 The Contractor’s equipment for all welding and flame cutting shall be so designed and maintained

in such condition as to permit qualified welding operators to follow the procedure and obtain the

results prescribed in these specifications.

2.3 END BEVELS

.1 Pipe ends shall be provided with mill bevels. Bevels shall be 30° with a vertical lip of 1.6 mm

unless specified otherwise. Field bevels shall be reasonably smooth and uniform, and dimensions

shall be in accordance with the qualified welding procedure.

3.0 EXECUTION

3.1 WELDER PROCEDURES

.1 The Engineer requires a demonstrated fillet and butt welding procedure test on a sample section of

steel pipe that has been approved by a Professional Engineer of a certified welding inspection

company. The Contractor will supply the steel pipe required for the tests. The Contractor shall cut

out coupons and prepare test plates for his weld tests as required by the testing company. The

Contractor shall arrange and pay for his time and consumables in addition to the inspection

company’s approval costs.

.2 All butt and fillet welding procedures for pipe shall be qualified in accordance with the

requirements of Clause 7.2.5 of CSA Z662. In addition, from all butt weld qualification joints,

Charpy V-notch tests are required of the weld metal and heat affected zone samples. Minimum

average values of 33.9 joules (25 ft-lbs) at -1°C (30° F) are required, with a minimum single value

of 21.7 joules (16 ft-lbs).

.3 All welding of austenitic stainless steel shall be done using the Gas Tungsten-Arc Welding

(GTAW) process with shielding gas protection on the backside of the weld. The Shield Metal Arc

Welding (SMAW) process may only be used in situations where the Engineer determines it is not

possible to use the GTAW process.

.4 The majority of the stainless steel welding shall be performed in an approved fabrication shop that

is set-up to handle, fabricate, and weld stainless steel using strict handling procedures that are

designed to eliminate carbon steel contamination of the stainless steel. Such procedures shall

include the use of stainless steel tools for preparing welds including ground clamps, wire brushes,

steel wool, chisels, files, and hammers. Welding gloves and grinding wheels used during the

welding of stainless steel pipe shall not have been used previously on carbon steel projects.

Page 422: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 05090

Towers Pump Station WELDING

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 3 of 8

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 05090 Welding.doc

3.2 WELDER QUALIFICATION

.1 All welders shall be qualified for the particular welding procedures they will perform in accordance

with the requirements of Clause 7.2.6 of CSA Z662.

.2 All welders shall possess a valid Welder’s Performance Qualification Record (WPQR) book issued

under the authority of the provincial Boiler and Pressure Vessel Safety Program.

3.3 WELDER TESTING

.1 If the Contractor does not have the fillet or butt weld procedures of its welders on file with the

Engineer, then the Contractor shall arrange a fillet and butt welding procedure test on a sample

section of steel pipe. The test shall be approved by a Professional Engineer of a certified welding

inspection company.

.2 The weld test specimens shall include a coupon, or coupons as required by the certified welding

inspection company, for each welder, and for each welding procedure.

.3 The Contractor will supply the steel pipe required for the tests (350 mm diameter, standard wall

unless otherwise approved by the Engineer). The Contractor shall arrange and pay for its time and

consumables.

.4 The Contractor shall cut a short length off of the spigot end of the test pipe and butt weld it back on

to the pipe. The Contractor shall cut out the required coupons, as required by the testing company,

and then cut the butt welded end completely off the pipe.

.5 All butt and fillet welding procedures for pipe shall be qualified in accordance with the

requirements of Clause 7.2.5 of CSA Z662. In addition, from all butt and fillet weld qualification

joints, Charpy V-notch tests are required of the weld metal and heat affected zone samples.

Minimum average values of 33.9 joules (25 ft-lbs) at -1°C (30°F) are required, with a minimum

single value of 21.7 joules (16 ft-lbs).

.6 The test specimens will be submitted to the Engineer for testing at the Owner’s expense, by a firm

of testing engineers according to the latest edition of CSA Z662. Any re-testing required by the

Owner shall be completed at the Contractor’s expense.

3.4 WEATHER CONDITIONS

.1 As stated in CSA Z662, welding shall not be done when the quality of the completed weld would

be impaired by prevailing weather conditions, including but not limited to moisture, blowing sands,

high winds, or low temperatures. The use of windshields may make conditions for welding

satisfactory.

.2 If, in the opinion of the Engineer, protection from prevailing weather conditions is necessary, then

welding shall cease until this protection has been placed correctly. The Contractor shall not be

compensated for "downtime" delays of this nature.

.3 Metal surfaces in and adjacent to the welding groove shall be dry before welding commences and

while welding is in progress.

.4 When the ambient temperature is below 0°C, welding operations shall cease, unless an appropriate

welding procedure has been qualified.

Page 423: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 05090

Towers Pump Station WELDING

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 4 of 8

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 05090 Welding.doc

3.5 PREPARATION OF SURFACES BEFORE WELDING

.1 Prior to welding, or flame cutting, on lined or coated pipes, the Contractor shall carefully remove

the lining or coating from the interior and exterior of the pipe over a distance of not less than 150

mm (6 inches) on either side of the position of the proposed weld or flame cut.

.2 Surfaces to be welded shall be free from dirt, loose scale, slag, heavy rust, grease, paint, oil, cement

and any other foreign material. Joint surfaces shall be smooth, uniform and free from tears, fins

and other defects which could adversely affect proper welding. All cleaning shall be performed by

a method acceptable to the Engineer.

.3 Some pipes may arrive on the Work Site in an out-of-round state. The Contractor shall use

blocking, as necessary, to bring the pipes back to true roundness to allow for a proper welding

joint. The Contractor shall shim bell and spigot joints prior to welding, so that the annular gap

between the bell and spigot is equal all around the circumference of the pipe.

.4 Welding shall not be performed on wet surfaces. Provide suitable hoarding during inclement

weather.

3.6 PREHEATING TEMPERATURES

.1 The pipe is to be preheated to the requirements shown in the approved welding procedure.

3.7 TACK WELDS AND DEFECTS

.1 Nicks, gouges, notches and depressions in the base metal in the area of the joint shall be repaired

before the weld is made. Erection tack welds, used in the assembly of joints, need not be removed,

provided that they are sound, and the cover beads are thoroughly fused into the tack welds.

3.8 POLARITY OF WELDING CURRENT

.1 The polarity of the welding current shall be reversed, that is, with the electrode positive and the

work negative.

3.9 QUALITY OF WELDS

.1 All welds shall produce complete fusion of the parent metal and shall be free from unsound metal

containing porosity, cracks and slag inclusion. The surface of each bead and finished weld shall be

free from unusual grooves, valleys, depressions, burrs, overlapping, undercutting and other

irregularities.

.2 The finished weld surface shall be smooth with gradual changes in profile to accept the specified

coating or lining. If, in the Engineer’s opinion, the welds will not readily accept the lining or

coating, the Contractor shall repair the welds at its own cost.

.3 All weld spatter shall be removed from the internal weld surfaces by the Contractor.

3.10 PRODUCTION WELDING

.1 Production welding shall be in conformance with CSA Z662, for field welding, and ANSI B31.3,

Clause 327 for shop welding. Where applicable, the following stipulations are included in this

specification.

Page 424: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 05090

Towers Pump Station WELDING

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 5 of 8

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 05090 Welding.doc

.2 No pup shorter than three (3) pipe diameters shall be installed in the line. There shall be at least

one (1) full joint of pipe installed between pups which are shorter than 5 metres. All pups must be

moved ahead on a current basis and installed in the line.

.3 No two (2) weld beads shall be started or stopped in the same location. Each weld pass shall be

visually examined and any defects (i.e., pin holes, slag inclusions, gas pockets and undercutting,

etc.) shall be repaired prior to welding the next pass.

.4 Striking the arc on the pipe at any other point other than the welding groove shall not be allowed.

Any section of pipe which has been arc burned may, at the Engineer's discretion, be cut out and

replaced at the Contractor's expense.

.5 Weld shall be subjected to sudden variations in temperature and no welded sections shall be

subjected to stresses, such as due to movement of pipe, loading on pipe, etc., until the welds are

cooled below 38°C.

.6 All temperatures shall be measured by pyrometric crayons or other suitable devices approved by

the Engineer.

.7 Damage to the welded pipe, due to pipe being subjected to stresses before complete cooling of

welds, will be completely corrected at the Contractor's expense.

.8 All passes shall have no more than 5 minutes elapse between the previous pass termination and the

commencement of the next pass.

3.11 APPLICATION

.1 The welds shall be applied by means of continuous stringer beads. Each bead shall be completed

for the full circumference of the seam before successive beads are started. Each pass shall be

thoroughly cleaned, especially at the edges of the bead where it connects to the base metal, to

remove dirt, slag, and flux before the succeeding bead is applied.

.2 The thickness of the metal build-up behind the advancing arc for each weld pass shall not exceed 5

mm (3/16 inch), and the width shall not exceed three (3) times the electrode diameter used to make

the weld. Where, in the Engineer’s opinion, field conditions dictate, the Engineer may revise the

application procedure.

.3 Fillet welds shall be made with a minimum cutting back of the joint ring or pipe. The throat of a

full-fillet weld shall be not less than 0.707 times the thickness of the pipe wall as shown on the

drawings. Excess cutting back is a defect and shall be repaired.

.4 All stainless steel welds shall be pickled and passivated in accordance with AWWA C220 and

ASTM A380. All scale, oxides, and discoloration found on the stainless steel piping shall also be

pickled and passivated.

.5 All welding of austenitic stainless steel shall be done using the Gas Tungsten-Arc Welding

(GTAW) process with shielding gas protection on the backside of the weld. The Shield Metal Arc

Welding (SMAW) process may only be used in situations where the Engineer determines it is not

possible to use the GTAW process.

.6 All stainless steel that is to be fused by welding shall be cleaned with alcohol or acetone and shall

be free of all grease, oil, cuttings, burrs, and filings. Pre-weld cleaning shall be carried out on a

zone extending 50 mm on either side of the weld.

Page 425: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 05090

Towers Pump Station WELDING

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 6 of 8

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 05090 Welding.doc

.7 Weld filler material shall be ER 316L for welding 316L stainless steel and ER 308L for welding

304L stainless steel.

.8 Field welds shall be kept to an absolute minimum, as determined by the ability to transport and

handle individual pipe sections or specials. All welding performed in the field shall be done in a

working environment that is protected from wind and weather.

.9 The majority of the stainless steel welding shall be performed in an approved fabrication shop that

is set-up to handle, fabricate, and weld stainless steel using strict handling procedures that are

designed to eliminate carbon steel contamination of the stainless steel. Such procedures shall

include the use of stainless steel tools for preparing welds including ground clamps, wire brushes,

steel wool, chisels, files, and hammers. Welding gloves and grinding wheels used during the

welding of stainless steel pipe shall not have been used previously on carbon steel projects.

.10 Non-destructive testing will be performed on a minimum of fifty percent (50 %) of all Stainless

Steel welds. Initial non-destructive testing of welds will be paid for by the Owner. Any non-

destructive testing that is required to re-check previously tested welds shall be paid for by the

Contractor.

3.12 WELD REINFORCEMENT

.1 On butt joints, no part of the finished surface in the area of fusions shall lie below the surface of the

adjoining pipe. The weld reinforcement shall not be more than 1.6 mm (1/16 inch) above the

surface of the pipe.

3.13 CHIPPING AND GAS GOUGING OF WELDS

.1 All chipping at the roots of welds, and chipping of welds to remove defects, shall be performed

with a round-nose tool or by gas gouging.

3.14 MATCHING BUTT JOINTS

.1 Butt joints shall be accurately aligned and retained in position during the welding operation so that

at the finished joint position, the one pipe surface shall not project beyond the other adjoining pipe

surface by more than 20 percent of the plate thickness, with a maximum of 1.6 mm (1/16 inch).

3.15 LINEUP CLAMPS

.1 Lineup clamps shall be used in conformance with CSA Z662. Internal lineup clamps shall be used

whenever practicable and when used shall not be removed until the root bead is complete. External

lineup clamps may be used only when use of internal lineup clamps is not practicable. Root bead

segments used in connection with external lineup clamps shall be uniformly spaced around the

circumference of the pipe, and shall have an accumulative length of not less than 50% of the pipe

circumference before the clamp may be removed. The pipe shall remain supported and stationary

until the root bead is completed.

3.16 CLEARANCE

.1 Clearance shall be in accordance with CSA Z662. When the pipe is welded in the trench, the bell

hole shall be of sufficient size to provide the welder or welders ready access to the joint so that

their skill is not impaired. When the pipe is welded above ground, the working clearance around

the pipe at the weld shall be not less than 600 mm.

Page 426: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 05090

Towers Pump Station WELDING

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 7 of 8

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 05090 Welding.doc

3.17 PIPE HANDLING

.1 Extreme care shall be exercised to prevent damage to pipe. Damage shall be repaired as directed

by the Engineer and at the expense of the Contractor. Bevel ends shall be repaired if damaged.

.2 All dents in the pipe deeper than 3.20 mm must be removed by cutting the dented portion of the

pipe out, rebevelling the cut ends, welding, and recoating.

3.18 WORKMANSHIP

.1 All workmen shall wear rubber soled, or other suitable soft soled shoes, which will not damage the

pipe coating or lining.

.2 Each welder, working inside a pipe, shall use a container to receive the rod ends, and shall take

care not to drop these ends on the pipe coating or lining.

.3 Flame-resistant blankets or other suitable coverings shall be provided by the Contractor and be

placed over the pipe coating and lining to prevent damage from hot metal and sparks. The lining

and the exterior coating are highly susceptible to damage from sparks and spatter.

.4 If the Contractor damages the lining or coating during the course of the Work, the Contractor shall

repair the damage to the satisfaction of the Engineer. Alternatively, the Engineer reserves the right

to have the Owner repair the damaged areas and to charge the Contractor for the costs incurred.

.5 The inside of the pipe shall be kept in a clean and tidy condition and careful attention shall be paid

to the practice of good sanitation. Workmen who do not comply with the requirements for the

protection of or who cause any uncleanliness inside the pipe shall be dismissed from the work by

the Engineer.

3.19 INSPECTION

.1 Inspection to be in accordance with CSA Z662. After completion of the welding operation, the

pipe shall be left uncoated for a period sufficient to permit the Engineer to carry out the tests on the

welds. The Contractor will allow a reasonable time for the Engineer to conduct tests on the tie-in

welds and the Engineer will not unduly delay the tie in operation.

.2 Work performed shall be rigidly inspected. Such inspection shall not relieve the Contractor of his

responsibility for performing work in conformance with the specifications. He shall notify the

Engineer in advance of performing any work in order that inspection may be arranged. The

Engineer may reject any work that does not comply with the specified requirements. The

Contractor shall furnish the Engineer reasonable facilities and space for inspection, testing, and

obtaining any information he desires respecting the character of material used and progress and

condition of the work.

.3 The Engineer may use any method of inspection necessary to establish quality control and ensure

adherence to welding procedures. He has the right to accept or reject any weld not meeting the

specified approved procedures and/or requirements.

.4 The Contractor shall perform an air pressure test on all lap joints, butt straps and reinforcing plates

to 2.07 MPa (300 psi) in the presence of the Engineer.

.5 Welds are subject to radiographic inspection, the cost of which will be borne by the Owner unless

tests prove the weld defective, then the cost of correcting the defective work plus the radiographic

inspection of the corrected work will be borne by the Contractor. Such radiographic inspection

Page 427: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 05090

Towers Pump Station WELDING

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 8 of 8

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 05090 Welding.doc

shall be carried out by operators certified in conformance with CSA W178. A minimum of 10% of

the butt and mitre welds will be inspected in accordance with CSA Z662.

.6 Welds are subject to magnetic particle examination, the cost of which will be borne by the Owner

unless tests prove the weld defective, then the cost of correcting the defective work plus the

radiographic inspection of the corrected work plus the magnetic particle inspection of the corrected

work will be borne by the Contractor. A minimum of 25% of the fillet welds will be inspected in

accordance with CSA Z662.

.7 In assessing the acceptability of the welds using nondestructive testing, standards specified in CSA

Z662 shall be used as a criteria.

.8 Criteria regarding destructive testing procedure and requirements specified in CSA Z662 shall be

used.

.9 If destructive testing proves welds to be defective, then the cost of the removal of the defective

weld, the destructive testing of the weld, the correction of the defective work and the cost of

radiographic inspection of the corrected work shall be borne by the Contractor.

3.20 DEFECTS AND REPAIRS

.1 The Contractor shall make good and/or repair as directed, at his own expense, all welds which are

found to be defective. Repair or removal of weld defects shall be in accordance with CSA Z662.

.2 All porosity, cracks, trapped welding flux, welds deficient in quality, or made contrary to any

provisions of these specifications, shall be removed by chipping or oxyacetylene gouging to clean

base metal. The air-carbon-arc method will not be permitted.

.3 Extreme care shall be taken to avoid arc strikes, nicks, notches, grooves or depressions in the

adjacent base metal during welding, removal of welds and repairs.

.4 Mechanical caulking or peening of welds to correct defects will not be permitted. Leaks traced to

faulty welded pipe joints shall be repaired by removing the defective material which caused the

leak and re-welding.

.5 Repairs shall be made by grinding smooth to base metal and building up with weld metal to

produce a surface free of defects. All repairs will be subject to re-inspection using the original

inspection process.

.6 Backwelding is not allowed without qualification of the welding procedure used.

END OF SECTION

Page 428: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 06100 Tender No. T-2338-2019 ROUGH CARPENTRY Towers Pump Station 2019-02/172057 Page 1 of 4

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\06100.doc: February 19, 2019

1 General

1.1 WORK INCLUDED

.1 Supply and installation of wood framing, miscellaneous blocking and carpentry work, air infiltration fabric.

1.2 QUALITY ASSURANCE

.1 Lumber identification: by grade stamp of an agency certified by Canadian Lumber Standards Accreditation Board.

.2 Plywood identification: by grade mark in accordance with applicable CSA standards.

2 Products

2.1 LUMBER MATERIALS

.1 Lumber: unless specified otherwise on Drawings, softwood, S4S, moisture content 19% or less in accordance with following standards:

.1 CSA 0141-1970.

.2 NLGA Standard Grading Rules for Canadian Lumber.

.2 Machine stress-rated lumber is acceptable for all purposes.

.3 Glued end-jointed (finger-jointed) lumber is not acceptable.

.4 Framing and board lumber: in accordance with NBC 2010 Subsection 9.3.2, except as follows:

.1 Note: See structural drawings for roof trusses, wall studs, lintels, trusses and columns and special conditions.

.2 Soffit, fascia, roof sleepers, and misc. framing: SPF kiln dried #1, S4S.

.5 Furring, blocking, nailing strips, grounds, rough bucks, cants, curbs, fascia backing and sleepers:

.1 S2S is acceptable for rough bucks.

.2 Board sizes: "Standard" or better grade.

.3 Dimension sizes: "Standard" light framing or better grade.

.4 Post and timbers sizes: "Standard" or better grade.

.5 SPF kiln dried S4S.

Page 429: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 06100 Tender No. T-2338-2019 ROUGH CARPENTRY Towers Pump Station 2019-02/172057 Page 2 of 4

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\06100.doc: February 19, 2019

.6 Pressure Treated Lumber: as noted on drawings in accordance with CSA OBO Standards.

2.2 PANEL STANDARDS

.1 Panel standards: type, grade and thickness as indicated, in accordance with following standards:

.1 Douglas Fir plywood (DFP): to CSA 0121, standard construction.

.2 Canadian softwood plywood (CSP): to CSA 0151, standard construction.

.3 Poplar plywood (PP): to CSA 0153, standard construction.

.4 Interior mat-formed wood particle board: to CAN3-0188.1.

.5 Waferboard and Strandboard to CAN3-0437 Series.

2.3 PANEL MATERIALS END USES

.1 Roof Sheathing: Orientated Strand Board (OSB) square edge, thickness as noted, or Douglas Fir plywood.

.2 Exterior Wall Sheathing: Orientated Strand Board (OSB) square edge, thickness as noted, or plywood sheathing grade square edge, thickness as noted.

.3 Pressure Treated Plywood: as noted on drawings.

2.4 AIR INFILTRATION FABRIC

.1 Acceptable Products: Tyvek, Tybak, complete with manufacturer’s sealing tape.

2.5 FASTENERS

.1 Nails, spikes and staples: to CSA B111.

.2 Bolts: 12.5 mm diameter unless indicated otherwise, complete with nuts and washers.

.3 Proprietary fasteners: toggle bolts, expansion shields and lag bolts, screws and lead or inorganic fibre plugs.

.4 Galvanizing: to CSA G164, use galvanized fasteners for exterior work, interior highly humid areas, pressure-preservative fire-retardant, treated lumber.

.5 Connectors for wood construction: galvanized steel hangers, purpose made to suit application.

.6 Roof sheathing H-Clips: formed "H" shape, thickness to suit panel material, extruded 6063-T6 aluminum alloy.

.7 Adhesive: to CAN/CGSB 71.26, cartridge loaded, to equal SS400.

Page 430: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 06100 Tender No. T-2338-2019 ROUGH CARPENTRY Towers Pump Station 2019-02/172057 Page 3 of 4

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\06100.doc: February 19, 2019

2.6 WOOD PRESERVATIVE

.1 Surface-applied wood preservative: Clear.

3 Execution

3.1 CONSTRUCTION

.1 Comply with requirements of NBCC 2010 Part 9 supplemented by following paragraphs, and as indicated on Structural Drawings.

.2 Erection of Framing Members

.1 Install members true to line, levels and elevations.

.2 Construct continuous members from pieces of longest practical length.

.3 Install spanning members with "crown-edge" up.

.3 Defacement Marks

.1 Install lumber and panel materials, as indicated so that grade-marks and other defacing marks are not visible on surfaces specified to be left unfinished or to be finished with translucent or transparent type coating.

.2 Surface cutting or sanding to remove defacement marks is acceptable only in locations where defacement will not be evident after finishing.

3.2 FURRING AND BLOCKING

.1 Install furring and blocking as required to space-out and support casework, cabinets, wall and ceiling finishes, facings, fascia, soffit, siding accessories and other work as required. Review drawings to determine all locations.

.2 Align and plumb faces of furring and blocking to tolerance of 1:600.

3.3 NAILING STRIPS, GROUNDS AND ROUGH BUCKS

.1 Install rough bucks, nailers and linings to rough openings as required to provide backing for frames and other work.

3.4 FASCIA BACKING

.1 Install fascia backing, nailers, and other wood supports as required and secure using galvanized steel fasteners.

3.5 FASTENERS

.1 Frame, anchor, fasten, tie and brace members to provide necessary strength and rigidity.

Page 431: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 06100 Tender No. T-2338-2019 ROUGH CARPENTRY Towers Pump Station 2019-02/172057 Page 4 of 4

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\06100.doc: February 19, 2019

.2 Countersink bolts where necessary to provide clearance for other work.

.3 Use nailing disks for soft sheathing as recommended by sheathing manufacturer.

3.6 SURFACE-APPLIED WOOD PRESERVATIVE

.1 Treat surfaces of material with wood preservative, before installation.

.2 Apply preservative by dipping, or by brush to completely saturate and maintain wet film on surface for minimum 3-minute soak on lumber and one-minute soak on plywood.

.3 Re-treat surfaces exposed by cutting, trimming or boring with liberal brush application of preservative before installation.

.4 Use treated material as indicated and as follows: Wood cants, fascia backing, curbs, nailers, on roof deck.

3.7 ELECTRICAL EQUIPMENT BACKBOARD

.1 Provide backboards for mounting electrical equipment as indicated. Use 19 mm thick plywood on 19 x 38 mm furring around perimeter and at maximum 300 mm intermediate spacing.

3.8 AIR INFILTRATION FABRIC

.1 Installation as per manufacturer’s instructions.

END OF SECTION

Page 432: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 07160 Tender No. T-2338-2019 SHEET VAPOUR RETARDERS Towers Pump Station 2019-02/172057 Page 1 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\07160.doc: February 19, 2019

1 General

1.1 PRODUCT DATA

.1 Submit product data sheets for sheet vapour retarders. Include:

.1 Product characteristics.

.2 Performance criteria.

.3 Limitations.

2 Products

2.1 VAPOUR BARRIER

.1 Polyethylene film: to CAN/CGSB-51.34, 0.15 mm thick.

2.2 SHEET VAPOUR RETARDER

.1 Wall Vapour Retarder (Self-Adhesive): SBS modified bitumen membrane over cross-laminated polyethylene grid, self-adhering, self-sealing, 1.0 mm thickness. Designed to act as an impermeable air/vapour retardant sheet membrane to CGSB 37-GP-56M and ASTM E96. Water Vapour Permeance of <0.03, Air Permeability of <0.0005 @ 75 Pa.

.1 Acceptable Products: .1 Bakor: Blueskin SA LA applied over Blueskin primer .2 Iko Aquabarrier AVB applied over Aquabarrier primer. .3 Soprema: Sopraseal Stick 1100T applied with Elastrocol 700 primer.

.2 Vapour Retarder extension: SBS modified bitumen membrane over cross-laminated polyethylene grid, self-adhering, self-sealing, designed to act as a transition sheet membrane to CGSB 37-GP-56M and ASTM E96.

.1 Acceptable Products: .1 Bakor: Blueskin SA LA applied over Blueskin primer .2 Iko Aquabarrier AVB applied over Aquabarrier primer. .3 Soprema: Sopraseal Stick 1100T applied with Elastrocol 700 primer.

2.3 ACCESSORIES

.1 Joint sealing tape: air resistant pressure sensitive adhesive tape, type recommended by vapour barrier manufacturer, 50 mm wide for lap joints and perimeter seals, 25 mm wide elsewhere.

.2 Sealant: not to contain total of volatile organic compounds in excess of 5% by weight, asbestos-free sealant, compatible with vapour retarder materials, recommended by vapour retarder manufacturer. To Section 07900 – Sealants.

Page 433: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 07160 Tender No. T-2338-2019 SHEET VAPOUR RETARDERS Towers Pump Station 2019-02/172057 Page 2 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\07160.doc: February 19, 2019

.3 Staples: minimum 6 mm leg.

.4 Moulded box vapour barrier: factory-moulded polyethylene box for use with recessed electric switch and outlet device boxes.

3 Execution

3.1 INSTALLATION

.1 Ensure services are installed and inspected prior to installation of retarder.

.2 Install self adhesive vapour retarder to outside face of exterior wall assemblies prior to installation of insulation to form continuous retarder.

.3 Use sheets of largest practical size to minimize joints.

.4 Inspect for continuity. Repair punctures and tears with sealing tape before work is concealed.

3.2 EXTERIOR SURFACE OPENINGS

.1 Cut sheet vapour retarder to form openings and ensure material is lapped and sealed to frame.

3.3 PERIMETER SEALS

.1 Seal perimeter of sheet vapour barrier as follows:

.1 Apply continuous bead of sealant to substrate at perimeter of sheets.

.2 Lap sheet over sealant and press into sealant bead.

.3 Install staples through lapped sheets at sealant bead into wood substrate.

.4 Ensure that no gaps exist in sealant bead. Smooth out folds and ripples occurring in sheet over sealant.

3.4 LAP JOINT SEALS

.1 Seal lap joints of sheet vapour barrier as follows:

.1 Attach first sheet to substrate.

.2 Apply continuous bead of sealant over solid backing at joint.

.3 Lap adjoining sheet minimum 150 mm and press into sealant bead.

Page 434: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 07160 Tender No. T-2338-2019 SHEET VAPOUR RETARDERS Towers Pump Station 2019-02/172057 Page 3 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\07160.doc: February 19, 2019

.4 Install staples through lapped sheets at sealant bead into wood substrate.

.5 Ensure that no gaps exist in sealant bead. Smooth out folds and ripples occurring in sheet over sealant.

3.5 ELECTRICAL BOXES

.1 Seal electrical switch and outlet device boxes that penetrate vapour barrier as follows:

.1 Install moulded box vapour barrier.

.2 Apply sealant to seal edges of flange to main vapour barrier and seal wiring penetrations through box cover.

END OF SECTION

Page 435: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 07210 Tender No. T-2338-2019 BUILDING INSULATION Towers Pump Station 2019-02/172057 Page 1 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\07210.doc: February 19, 2019

1 General

1.1 SCOPE

.1 This section refers to quality and standards for insulation work required for superstructure walls, except where noted otherwise for masonry walls, roof insulation and for substructure insulation.

1.2 QUALITY ASSURANCE

.1 All insulation work described in this Section shall be executed by experienced personnel under the direction of a skilled foreman who shall be on site at all times during the work.

.2 Report to Engineer, in writing, any conditions or defects encountered on the site during construction upon which the work of this Section depends and which may adversely affect its performance.

.3 Rejected work shall be made good to the Engineer’s approval, at this Contractor’s expense.

.4 Materials and methods of application specified herein must be strictly adhered to. Where a situation occurs that conformance is in question, notify Engineer immediately for further instructions.

1.3 COORDINATION

.1 Coordinate work of this Section where it meets similar work to ensure a continuous unbroken air and vapour barrier, and insulation blanket to give complete protection from cold penetration.

1.4 DELIVERY/STORAGE

.1 Deliver insulation materials in original unopened packages or wrappings with manufacturer’s markings clearly visible. Store materials on raised platforms in weatherproof shelters. Protect from damage and disfiguration.

1.5 INSPECTION

.1 Inspection of the vapour barrier installation will be carried out by the Engineer.

.2 Do not proceed with installation of wall covering until vapour barrier installation is completed to the requirements of these specifications.

Page 436: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 07210 Tender No. T-2338-2019 BUILDING INSULATION Towers Pump Station 2019-02/172057 Page 2 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\07210.doc: February 19, 2019

2 Products

2.1 INSULATION

.1 Thermal batt insulation: mineral wool fibre friction fit unfaced type 1 CAN/ULC-5702-97 to RSI or thickness as shown.

.2 Approved product: Rockwool Comfortbatt.

2.2 VAPOUR BARRIER AND ADHESIVES

.1 Vapour barrier: clear polyethylene film to CAN-CGSB 51.34, 0.152 mm thickness. Tape for sealing as recommended by manufacturer, and acoustical sealant for lap joints.

.2 Vapour barrier edge stripping-butyl: Maraflex type 1M-0.76 mm thick, of widths to suit application.

.3 Vapour barrier extension: 2.5 mm composite sheet, conforming to CGSB 37-GP-56M. Bakelite or approved equal.

.4 Acoustical sealant: to CGSB-19-GP-21, Allied Chemical AC-40.

.5 Moulded box vapour barrier: factory moulded polyethylene box for use with recessed electric switch and outlet device boxes.

3 Execution

3.1 GENERAL

.1 Install insulation after building substrata materials are dry.

.2 Install insulation to maintain continuity of thermal barrier protection to building elements and spaces.

.3 Fit insulation tight to electrical boxes, plumbing and heating pipes and ducts, around external doors and windows and protrusions.

.4 Install materials in accordance with manufacturer’s instructions.

3.2 BATT INSULATION AND VAPOUR BARRIER APPLICATION

.1 Install batt insulation between all framing components as indicated.

.2 Apply polyethylene vapour barrier to inside of insulation, lap joints one frame member space and seal by tape. Secure vapour barrier using acoustical sealant in place and seal at lap joints with acoustical sealant securely sandwiched between frame members and plywood. Seal vapour barrier at floor/wall and at wall/roof locations. Ensure vapour

Page 437: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 07210 Tender No. T-2338-2019 BUILDING INSULATION Towers Pump Station 2019-02/172057 Page 3 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\07210.doc: February 19, 2019

barrier is sealed at all edges, cuts and openings. Coordinate floor/wall and roof/wall construction to maintain continuity at vapour barrier.

.3 Use sheets of largest practical size to minimize joints.

.4 Inspect sheets for continuity. Repair punctures and tears with sealing tape before work is concealed.

.5 Ensure all wall and ceiling spaces exposed to outside air are insulated.

3.3 ELECTRICAL BOXES

.1 Seal electrical switch and outlet device boxes that penetrate vapour barrier as follows:

.1 For sheet type vapour barriers, install moulded box vapour barrier or wrap boxes with polyethylene film sheet providing minimum 300 mm perimeter lap flange.

.2 Apply sealant to seal edges of flange to main vapour barrier and seal wiring penetrations through box cover.

END OF SECTION

Page 438: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 07212 Tender No. T-2338-2019 BOARD INSULATION Towers Pump Station 2019-02/172057 Page 1 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\07212.doc: February 19, 2019

Part 1 General

1.1 SECTION INCLUDES

.1 Board insulation on underside of slab on grade and on sides of grade beams, project insulation 1.2 m around foundation perimeter.

1.2 REFERENCES

.1 ASTM C578 - Rigid, Cellular Polystyrene Thermal Insulation.

.2 ASTM C591 - Unfaced Preformed Rigid Cellular Polyisocyanurate Thermal Insulation.

.3 ASTM C1289 - Faced Rigid Cellular Polyisocyanurate Thermal Insulation Board.

.4 ASTM E84 - Test Method for Surface Burning Characteristics of Building Materials.

.5 CAN/ULC-S701 - Thermal Insulation, Polystyrene, Boards and Pipe Covering.

.6 CAN/ULC S704 - Thermal Insulation, Polyurethane and Polyisocyanurate Boards, Faced.

.7 CAN/ULC-S102 - Method of Test for Surface Burning Characteristics of Building Materials and Assemblies.

1.3 SUBMITTALS FOR REVIEW

.1 Refer to Section 01010 – General Requirements.

.2 Product Data: Provide data on product characteristics, performance criteria, limitations.

1.4 SUBMITTALS FOR INFORMATION

.1 Refer to Section 01010 – General Requirements.

.2 Installation Data: Indicate special environmental conditions required for installation, installation techniques.

1.5 ENVIRONMENTAL REQUIREMENTS

.1 Deliver, handle, store and protect materials in accordance with manufacturers recommendations.

.2 Do not install insulation adhesives when temperature or weather conditions are detrimental to successful installation.

Page 439: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 07212 Tender No. T-2338-2019 BOARD INSULATION Towers Pump Station 2019-02/172057 Page 2 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\07212.doc: February 19, 2019

Part 2 Products

2.1 INSULATION MATERIALS

.1 Extruded Polystyrene Insulation (XPS): CAN/ULC-S701 Type 4; cellular type, 6 mm (1/4 in.) glass mesh reinforced concrete facing, conforming to the following:

.1 Compressive Strength: 210 kPa (30 psi).

.2 Thermal Resistance: RSI of 0.87 R of 5.0 per inch.

.3 Water Absorption: 0.70 percent by volume maximum.

.4 Board Thickness: 50 mm (2 in.) and 100 mm (4 in.).

.5 Board Edges: Shiplap edges.

.6 Flame/Smoke Properties: in accordance with CAN/ULC-S102.

.7 Manufacturers: .1 Tech-Crete Product Concrete Faced Insulation (CFI).

.2 Extruded Polystyrene Insulation: CAN/ULC-S701 Type 4; cellular type conforming to the following:

.1 Compressive Strength: 10 kPa (30 psi).

.2 Thermal Resistance: RSI of 0.87 R of 5.0 per in.

.3 Board Size: 600 x 1200 mm (24 in. x 48 in.).

.4 Board Thickness: 50 mm (2 in.).

.5 Board Edges: Shiplapped.

.6 Flame/Smoke Properties: in accordance with CAN/ULC-S102.

.7 Manufacturer: .1 Dow Product.

2.2 ADHESIVE MATERIALS

.1 Adhesive Type 1: Type recommended by insulation manufacturer for application.

2.3 ACCESSORIES

.1 Tape: Bright aluminum self-adhering type, 50 mm (2 in.) wide.

.2 Insulation Fasteners: Impaling clip of galvanized steel with washer retainer and clips, to be adhered to surface to receive board insulation, length to suit insulation thickness and substrate, capable of securely and rigidly fastening insulation in place.

Part 3 Execution

3.1 EXAMINATION

.1 Verify that substrate, adjacent materials, and insulation boards are dry and ready to receive insulation.

.2 Verify substrate surface is flat, free of fins, and irregularities, which may impede adhesive bond.

Page 440: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 07212 Tender No. T-2338-2019 BOARD INSULATION Towers Pump Station 2019-02/172057 Page 3 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\07212.doc: February 19, 2019

3.2 INSTALLATION – FOUNDATION GRADE BEAM PERIMETER (MECHANICALLY ATTACHED)

.1 Ensure all work required to be completed prior to the application of insulation is complete/inspected.

.2 Ensure foundation grade beam surfaces are cured, dry, smooth and free from contaminants. Remove all irregularities or jagged surfaces.

.3 Work to be square with building lines, and edges.

.4 Layout work to minimize cutting of panels, work from center of surface to be covered.

.5 Install with proprietary concealed clip system, ensure panels are square, and tightly fitting.

.6 Secure base of panels with mechanical fasteners once set on detailed angle ledger. Do not ‘over-fasten’ panels.

.7 Detail, and cut panels neatly to fit accurately around penetrations and abutting surfaces. Apply closed cell rod, and sealant joints typical.

.8 Provide metal closure trim to all exposed outside vertical corners, of matching material to flashings.

3.3 PROTECTION OF FINISHED WORK

.1 Do not permit work to be damaged prior to covering insulation.

3.4 SCHEDULE

.1 Extruded Polystyrene Insulation (concrete faced) to be mechanically attached utilizing Manufacturer’s proprietary clip system to building.

END OF SECTION

Page 441: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 07610 Tender No. T-2338-2019 SHEET METAL ROOFING Towers Pump Station 2019-02/172057 Page 1 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\07610.doc: February 19, 2019

1 General

1.1 SUBMITTALS

.1 Submit duplicate 230 mm x 300 mm size samples material of colour and profile.

.2 Submit shop drawings for review.

.3 Indicate dimensions, profiles, attachment methods, schedule of roof plan, wall elevations, trim and closure pieces, soffits, fascia, metal furring and related work.

1.2 QUALITY ASSURANCE

.1 Perform work with skilled mechanics conforming to "Standards for Sheet Steel Cladding" published by the Canadian Sheet Steel Building Institute.

1.3 STORAGE AND PROTECTION

.1 Store and protect material safely on the jobsite.

.2 Damaged or discoloured material will not be accepted.

1.4 OPENINGS

.1 Cut and flash all openings.

2 Products

2.1 MATERIAL

.1 Sealants: clear silicone CGSB-19-GP-9MA to be hidden behind trims.

.2 Soffit: embossed Aluminum to CGSB-93-GP-2M. Profile to be flat sheet, 'V' crimped for stiffness with venting provided by preformed elongated slits and small perforations. Soffit to match roofing colour.

.3 Sub-Girts (if required for soffits): Z-bar/hat sections and other required anchorage devices: sheet steel core thickness to support assemblies, zinc coated Z275 (G90) galvanized to ASTM A525M Grade A.

.4 Prefinished Metal Roofing:

.1 Standing seam commercial panel roofing.

.2 Panels of prefinished steel to ASTM A-446M, 24 ga core of Grade A steel, tensile strength 345 MPa, hot dip zinc coated both sides to coating designation Z275 and to ASTM A-525M.

Page 442: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 07610 Tender No. T-2338-2019 SHEET METAL ROOFING Towers Pump Station 2019-02/172057 Page 2 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\07610.doc: February 19, 2019

.3 Lock seam assembly to conceal all fasteners and provide weather tight joints and full length panels without end joints.

.4 Custom manufactured trims and accessories, corners, peak, eaves, coping and opening components.

.5 Prefinished colour to be chosen by Engineer from manufacturer’s standard range of colours.

.6 Fasteners: Galvanized steel large head nails, minimum length 38 mm (without backer).

.5 Fascia, Ice Guard, Flashing, Closures and Trim: to be of same thickness and colour to match panels unless noted otherwise. Galvanized steel for flashing, metal closure, trim and other miscellaneous uses to conform to ASTM A525M, Z600 coating designation (G90).

.6 Water and Ice Shield: Suprema Superseal 60 or equal.

3 Execution

3.1 EXAMINATION

.1 Inspect all surface and work of other sections for conditions, which may adversely affect work of this Section. Do not proceed with work of the Section until remedial action is complete. Commencement of work indicates acceptance of all backing surfaces.

3.2 COORDINATION

.1 Coordinate related work of all trades with this work.

.2 Ascertain proper installation methods of sub-girts.

3.3 INSTALLATION

.1 Obtain all dimensions affecting work of this Section on job site.

.2 Protect metal surfaces in contact with concrete, mortar, plaster or other cementitous material with protective bituminous paint.

.3 Furnish Flashings, closures and trim at the rake, corners and eaves, framed openings, penetrations and wherever necessary to provide weather tightness and a finished appearance.

.4 Seal all joints between the sheet metal roofing and the concrete, wall and roof panels and adjacent overlapping steel panels.

Page 443: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 07610 Tender No. T-2338-2019 SHEET METAL ROOFING Towers Pump Station 2019-02/172057 Page 3 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\07610.doc: February 19, 2019

.5 Install all flashings in direct contact with metal wall panels, (except base flashings noted G.I.)

.6 Caulk all joints where exterior metal wall panels abut against other materials.

.7 Seal all gaskets and/or closures into sealant compound.

.8 Caulk junctions with adjoining work with sealant.

.9 Install ridge vent, fascia, ice guard, soffit trims, soffit and fascia where indicated.

.10 Attach components in manner not restricting thermal movement.

3.4 CLEAN-UP

.1 At completion of work remove all debris.

END OF SECTION

Page 444: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 07620 Tender No. T-2338-2019 SHEET METAL FLASHING AND TRIM Towers Pump Station 2019-02/172057 Page 1 of 2

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\07620.doc: February 19, 2019

1 General

1.1 SCOPE OF WORK

.1 Fabricate and install flashings to standard of Canadian Roofing Contractor's Association, FL Series.

1.2 MATERIAL HANDLING

.1 Store and handle materials to prevent damage to formed shapes and deterioration due to corrosive matter.

1.3 SAMPLES

.1 Submit shop drawings as requested by Engineer.

.2 Submit duplicate 50 x 50 mm samples of each type of sheet metal material, colour and finish.

2 Products

2.1 SHEET METAL FLASHINGS AND FASTENING

.1 Galvanized steel: 0.56 mm core thickness, sheet formed from zinc coated steel 381 g/m2 galvanized ASTM A525.

.2 Nails, screws, bolts, nuts, galvanized steel for galvanized steel flashings; 1.06 mm thick washers with rubber backing.

.3 Bituminous paint: to CGSB 1-GP-108, Type II.

.4 Prefinished Metal Flashings: 0.46 mm thick prefinished steel.

.5 Locking Strip: 0.46 mm thick steel, prefinished.

2.2 SHEET METAL FLASHING FABRICATION

.1 Fabricate metal flashings and other sheet metal work to standards of CRCA "FL" series specifications and as detailed.

.2 Form pieces in 3 metre maximum lengths. Allow for expansion at joints.

.3 Form pieces true and square, sized accurately, and free from distortion.

.4 Where structural members, including equipment supports pass through roof membrane, include pitch pocket filling for watertight collars and caps where shown (min. 100 mm flanges). Coordinate details with installation of membrane roofing.

Page 445: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 07620 Tender No. T-2338-2019 SHEET METAL FLASHING AND TRIM Towers Pump Station 2019-02/172057 Page 2 of 2

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\07620.doc: February 19, 2019

.5 Drip leg of flashings: minimum of 62 mm.

.6 All joints are to be watertight either by caulking or by soldering.

.7 All fasteners to be non-corrosive materials.

2.3 DOWNSPOUTS AND GUTTERS

.1 All downspouts (Color to match fascia) and eavestroughs (Color to match fascia) to be heavy duty steel epoxy coated.

3 Execution

3.1 INSTALLATION

.1 Counterflash membrane flashings at intersections of roof with vertical surfaces and curves.

.2 Lap flashings forming tight fit over lock seam. Use exposed fastenings only where approved by the Engineer.

.3 Install flexible flashings where shown on drawings. Lap joints and seal with recommended adhesive to form continuous flashing. Adhere flashing to back up with recommended adhesive. Seal top edge to back up.

.4 Provide and install all sealant necessary to seal between work of this Section and dissimilar materials.

3.2 EAVES TROUGHS AND DOWNPIPES

.1 Install eaves troughs and secure to building at 750 mm on centre with eaves trough spikes through spacer ferrules. Seal joints watertight.

.2 Install downpipes and provide goosenecks back to wall. Secure downpipes to wall with straps at 1,800 mm on centre; minimum two (2) straps per downpipe. Connect downpipes to drainage system and seal joint with plastic cement.

.3 Install precast concrete splash pads as indicated.

END OF SECTION

Page 446: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 07900 Tender No. T-2338-2019 SEALANTS Towers Pump Station 2019-02/172057 Page 1 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\07900.doc: February 19, 2019

1 General

1.1 WORK INCLUDED

.1 This Section specifies caulking and sealants not specified in other Sections.

.2 Refer to other sections for caulking and sealants.

1.2 REFERENCES

.1 CAN/CGSB-19.24, Multi-component, Chemical Curing Sealing Compound

.2 CAN/CGSB-19.18, Sealing Compound, One Component, Silicone base, Solvent Curing.

.3 CAN/CGSB-19.13, Sealing Compound, One Component, Elastomeric, Chemical Curing.

1.3 DELIVERY, STORAGE AND HANDLING

.1 Deliver and store materials in original wrappings and containers with manufacturer's seals and labels intact. Protect from freezing, moisture and water.

1.4 ENVIRONMENTAL AND SAFETY REQUIREMENTS

.1 Comply with requirements of Workplace Hazardous Materials Information System (WHMIS) regarding use, handling, storage, and disposal of hazardous materials; and regarding labelling and provision of material safety data sheets acceptable to Labour Canada.

.2 Conform to manufacturer's recommended temperatures, relative humidity, and substrate moisture content for application and curing of sealants including special conditions governing use.

1.5 WARRANTY

.1 Submit an extended written warranty, in a form acceptable to the Engineer, to replace, at no cost to the Owner, sealants used for joints which fail to perform as intended, because of either leaking, crumbling, hardening, shrinkage, bleeding, sagging, staining, or loss of adhesion, with a minimum period of two (2) years, from the date of Substantial Performance of the Work, as certified by the Engineer.

2 Products

2.1 MATERIALS

.1 Primers: type recommended by sealant manufacturer.

Page 447: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 07900 Tender No. T-2338-2019 SEALANTS Towers Pump Station 2019-02/172057 Page 2 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\07900.doc: February 19, 2019

.2 Joint Fillers:

.1 General: compatible with primers and sealants, outsized 30 to 50%.

.2 Polyethylene, urethane, neoprene or vinyl: extruded closed cell foam, Shore A hardness 20, tensile strength 140 to 200 kPa.

.3 Neoprene or butyl rubber: round solid rod, Shore A hardness 70.

.4 Polyvinyl chloride or neoprene: extruded tubing with 6 mm minimum thick walls.

.3 Bond Breaker: pressure sensitive plastic tape, which will not bond to sealants.

.4 Sealants:

.1 Sealants acceptable for use on this project must be listed on CGSB Qualified Products List issued by CGSB Qualification Board for Joint Sealants. Where sealants are qualified with primers use only these primers.

.2 Sealants for vertical and horizontal no-traffic bearing joints, to CAN2-19.13-M82:

.1 Type 1: horizontal exterior joints, MCG-1-25-AB-L.

.2 Type 2: horizontal interior joints, MCG-1-25-AB-N.

.3 Type 3: vertical exterior joints, MCG-2-25-AB-L.

.4 Type 4: vertical interior joints, MCG-2-25-AB-N.

.3 Sealants for traffic bearing joints to CAN2-19.24-M80:

.1 Type 5: Type 1, Class B.

.5 Colour of sealants: to match substrate.

.6 Joint Cleaner: xylol, methylethyleketon or non-corrosive type recommended by sealant manufacturer and compatible with joint forming materials.

.7 Vent Tubing: 3 mm inside diameter extruded polyvinyl chloride tubing.

3 Execution

3.1 PREPARATION OF JOINT SURFACES

.1 Examine joint sizes and conditions to establish correct depth to width relationship for installation of back-up materials and sealants.

.2 Clean bonding joint surfaces of harmful matter substances including dust, rust, oil, grease, and other matter which may impair work.

.3 Do not apply sealants to joint surfaces treated with sealer, curing compound, water repellent, or other coatings unless tests have been performed to ensure compatibility of materials. Remove coatings as required.

Page 448: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 07900 Tender No. T-2338-2019 SEALANTS Towers Pump Station 2019-02/172057 Page 3 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\07900.doc: February 19, 2019

.4 Ensure joint surfaces are dry and frost free.

.5 Prepare surfaces in accordance with manufacturer's directions.

3.2 PRIMING

.1 Where necessary to prevent staining, mask adjacent surfaces prior to priming and caulking.

.2 Prime sides of joints in accordance with sealant manufacturer's instructions immediately prior to caulking.

3.3 BACK-UP MATERIAL

.1 Apply bond breaker tape where required to manufacturer's instructions.

.2 Install joint filler to achieve correct joint depth and shape.

3.4 MIXING

.1 Mix materials in strict accordance with sealant manufacturer's instructions.

3.5 APPLICATION

.1 Sealant:

.1 Apply sealant in accordance with manufacturer's instructions.

.2 Apply sealant in continuous beads.

.3 Apply sealant using gun with proper size nozzle.

.4 Use sufficient pressure to fill voids and joints solid.

.5 Form surface of sealant with full bead, smooth, free from ridges, wrinkles, sags, air pockets, embedded impurities.

END OF SECTION

Page 449: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 08110 Tender No. T-2338-2019 STEEL DOORS AND FRAMES Towers Pump Station 2019-02/172057 Page 1 of 7

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\08110.doc: February 19, 2019

1 General

1.1 REFERENCES

.1 American Society for Testing and Materials (ASTM International):

.1 ASTM A653/A653M, Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. .2 ASTM B29, Specification for Refined Lead. .3 ASTM B749, Specification for Lead and Lead Alloy Strip, Sheet and Plate Products.

.2 Canadian General Standards Board (CGSB):

.1 CAN/CGSB-1.181, Ready-Mixed Organic Zinc-Rich Coating.

.2 CGSB 41-GP-19Ma, Rigid Vinyl Extrusions for Windows and Doors.

.3 Canadian Standards Association (CSA International):

.1 G40.20/G40.21, General Requirements for Rolled or Welded Structural Quality Steel/Structural Quality Steel. .2 CSA W59, Welded Steel Construction (Metal Arc Welding) (Metric Version).

.4 Canadian Steel Door Manufacturers' Association, (CSDMA):

.1 CSDMA, Specifications for Commercial Steel Doors and Frames.

.2 CSDMA, Recommended Selection and Usage Guide for Commercial Steel Doors.

.5 National Fire Protection Association (NFPA):

.1 NFPA 80, Standard for Fire Doors and Fire Windows.

.2 NFPA 252, Standard Methods of Fire Tests of Door Assemblies.

.6 Underwriters' Laboratories of Canada (ULC):

.1 CAN4-S104, Fire Tests of Door Assemblies.

.2 CAN4-S105, Fire Door Frames Meeting the Performance Required by CAN4-S104.

.7 CAN/ULC-S701, Thermal Insulation, Polystyrene, Boards and Pipe Covering.

.8 CAN/ULC-S702, Thermal Insulation, Mineral Fibre, for Buildings.

.9 CAN/ULC-S704, Thermal Insulation, Polyurethane and Polyisocyanurate Boards, Faced.

1.2 DESIGN REQUIREMENTS

.1 Design exterior frame assembly to accommodate to expansion and contraction when subjected to minimum and maximum surface temperature of -35oC to 35oC.

.2 Maximum deflection for exterior steel entrance screens under wind load of 1.2 kPa not to exceed 1/175th of span.

Page 450: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 08110 Tender No. T-2338-2019 STEEL DOORS AND FRAMES Towers Pump Station 2019-02/172057 Page 2 of 7

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\08110.doc: February 19, 2019

1.3 SHOP DRAWINGS

.1 Submit shop drawings in accordance with Section 01010 – General Requirements.

.2 Indicate each type of door, material, steel core thicknesses, mortises, reinforcements, location of exposed fasteners, openings, glazed, arrangement of hardware and fire rating.

.3 Indicate each type frame material, core thickness, reinforcements, glazing stops, location of anchors and exposed fastenings and reinforcing firerating finishes.

.4 Include schedule identifying each unit, with door marks and numbers relating to numbering on drawings and door schedule.

.5 Submit test and engineering data, and installation instructions.

1.4 SAMPLES

.1 Submit samples in accordance with Section 01010 – General Requirements.

1.5 REQUIREMENTS

.1 Steel fire rated doors and frames: labelled and listed by an organization accredited by Standards Council of Canada in conformance with CAN4-S104M for ratings specified or indicated.

.2 Provide fire labelled frame products for those openings requiring fire protection ratings, as scheduled. Test products in strict conformance with CAN4-S104, ASTM E152 or NFPA 252 and list by nationally recognized agency having factory inspection service and construct as detailed in Follow-Up Service Procedures/Factory Inspection Manuals issued by listing agency to individual manufacturers.

2 Products

2.1 MATERIALS

.1 Hot dipped galvanized steel sheet: to ASTM A653M, minimum base steel thickness in accordance with CSDMA Table 1 - Thickness for Component Parts.

.2 Reinforcement channel: to CSA G40.20/G40.21, Type 44W, coating designation to ASTM A653M.

2.2 DOOR CORE MATERIALS

.1 Honeycomb construction:

Page 451: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 08110 Tender No. T-2338-2019 STEEL DOORS AND FRAMES Towers Pump Station 2019-02/172057 Page 3 of 7

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\08110.doc: February 19, 2019

.1 Structural small cell, 24.5 mm maximum kraft paper 'honeycomb', weight: 36.3 kg per ream minimum, density: 16.5 kg/m3 minimum sanded to required thickness.

.2 Stiffened: face sheets laminated welded, insulated core.

.1 Polyurethane: to CAN/ULC-S704 rigid, modified poly/isocyanurate, closed cell board. Density 32 kg/m3.

.3 Temperature rise rated (TRR): core composition to limit temperature rise on unexposed side of door to 250oC at 60 minutes. Core to be tested as part of a complete door assembly, in accordance with CAN4-S104, ASTM E152 or NFPA 252, covering Standard Method of Tests of Door Assemblies and listed by nationally recognized testing agency having factory inspection service.

2.3 ADHESIVES

.1 Honeycomb cores and steel components: heat resistant, spray grade, resin reinforced neoprene/rubber (polychloroprene) based, low viscosity, contact cement.

.2 Polystyrene and polyurethane cores: heat resistant, epoxy resin based, low viscosity, contact cement.

.3 Lock-seam doors: fire resistant, resin reinforced polychloroprene, high viscosity, sealant/adhesive.

2.4 PRIMER

.1 Touch-up prime CAN/CGSB-1.181.

2.5 PAINT

.1 Field paint steel doors and frames in accordance with Section 09911 - Painting. Protect weatherstrips from paint. Provide final finish shall be free of scratches or other blemishes.

2.6 ACCESSORIES

.1 Door silencers: single stud rubber/neoprene type.

.2 Exterior top and bottom caps: rigid polyvinylchloride extrusion conforming to CGSB 41-GP-19Ma.

.3 Fabricate glazing stops as formed channel, minimum 16 mm height, accurately fitted, butted at corners and fastened to frame sections with counter-sunk oval head sheet metal screws.

.4 Fire labels: metal rivited.

.5 Make provisions for glazing as indicated and provide necessary glazing stops.

Page 452: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 08110 Tender No. T-2338-2019 STEEL DOORS AND FRAMES Towers Pump Station 2019-02/172057 Page 4 of 7

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\08110.doc: February 19, 2019

.1 Provide removable stainless steel glazing beads for use with glazing tapes and compounds and secured with countersunk stainless steel screws. .2 Design exterior glazing stops to be tamperproof.

2.7 FRAMES FABRICATION GENERAL

.1 Fabricate frames in accordance with CSDMA specifications.

.2 Fabricate frames to profiles and maximum face sizes as indicated.

.3 Exterior frames: 1.6 mm welded type construction.

.4 Interior frames: 1.2 mm welded knocked-down type construction.

.5 Blank, reinforce, drill and tap frames for mortised, and templated hardware, using templates provided by finish hardware supplier. Reinforce frames for surface mounted hardware.

.6 Protect mortised cutouts with steel guard boxes.

.7 Prepare frame for door silencers, three (3) for single door, two (2) at head for double door.

.8 Manufacturer's nameplates on frames and screens are not permitted.

.9 Conceal fastenings except where exposed fastenings are indicated.

.10 Provide factory-applied touch up primer at areas where zinc coating has been removed during fabrication.

.11 Insulate exterior frame components with polyurethane insulation.

2.8 FRAME ANCHORAGE

.1 Provide appropriate anchorage to floor and wall construction.

.2 Locate each wall anchor immediately above or below each hinge reinforcement on hinge jamb and directly opposite on strike jamb.

.3 Provide two (2) anchors for rebate opening heights up to 1520 mm and one (1) additional anchor for each additional 760 mm of height or fraction thereof.

.4 Locate anchors for frames in existing openings not more than 150 mm from top and bottom of each jambs and intermediate at 660 mm oc maximum.

2.9 FRAMES: WELDED TYPE

.1 Welding in accordance with CSA W59.

Page 453: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 08110 Tender No. T-2338-2019 STEEL DOORS AND FRAMES Towers Pump Station 2019-02/172057 Page 5 of 7

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\08110.doc: February 19, 2019

.2 Accurately mitre or mechanically joint frame product and securely weld on inside of profile.

.3 Cope accurately and securely weld butt joints of mullions, transom bars, centre rails and sills.

.4 Grind welded joints and corners to a flat plane, fill with metallic paste and sand to uniform smooth finish.

.5 Securely attach floor anchors to inside of each jamb profile.

.6 Weld in 2 temporary jamb spreaders per frame to maintain proper alignment during shipment.

2.10 FRAMES: KNOCKED-DOWN TYPE

.1 Ship knocked-down type frames unassembled.

.2 Provide frames with mechanical joints which inter-lock securely and provide functionally satisfactory performance when assembled and installed in accordance with CSDMA Recommended Installation Guide for Steel Doors and Frames.

.3 Securely attach floor anchors to inside of each jamb profile.

2.11 DOOR FABRICATION GENERAL

.1 Doors: swing type, flush, with provision for glass and/or louvre openings as indicated.

.2 Exterior doors: honeycomb construction. Interior doors: hollow steel construction.

.3 Fabricate doors with longitudinal edges locked seamed, welded. Seams: visible grind welded joints to a flat plane, fill with metallic paste filler and sand to a uniform smooth finish.

.4 Doors: manufacturers' proprietary construction, tested and/or engineered as part of a fully operable assembly, including door, frame, gasketing and hardware in accordance with ASTM E330.

.5 Blank, reinforce, drill doors and tap for mortised, templated hardware.

.6 Factory prepare holes 12.7 mm diameter and larger except mounting and through-bolt holes, on site, at time of hardware installation.

.7 Reinforce doors where required, for surface mounted hardware. Provide flush PVC top caps to exterior doors. Provide inverted, recessed, spot welded channels to top and bottom of interior doors.

Page 454: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 08110 Tender No. T-2338-2019 STEEL DOORS AND FRAMES Towers Pump Station 2019-02/172057 Page 6 of 7

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\08110.doc: February 19, 2019

.8 Provide factory-applied touch-up primer at areas where zinc coating has been removed during fabrication.

.9 Provide fire labelled doors for those openings requiring fire protection ratings, as scheduled. Test such products in strict conformance with CAN4-S104 and list by nationally recognized agency having factory inspection service and construct as detailed in Follow-Up Service Procedures/Factory Inspection Manuals issued by listing agency to individual manufacturers.

.10 Manufacturer's nameplates on doors are not permitted.

3 Execution

3.1 INSTALLATION GENERAL

.1 Install labelled steel fire rated doors and frames to NFPA 80 except where specified otherwise.

.2 Install doors and frames to CSDMA Installation Guide.

3.2 FRAME INSTALLATION

.1 Set frames plumb, square, level and at correct elevation.

.2 Secure anchorages and connections to adjacent construction.

.3 Brace frames rigidly in position while building-in. Install temporary horizontal wood spreader at third points of door opening to maintain frame width. Provide vertical support at centre of head for openings over 1200 mm wide. Remove temporary spreaders after frames are built-in.

.4 Make allowances for deflection of structure to ensure structural loads are not transmitted to frames.

.5 Caulk perimeter of frames between frame and adjacent material.

.6 Maintain continuity of vapour retarder.

3.3 DOOR INSTALLATION

.1 Install doors and hardware in accordance with hardware templates and manufacturer's instructions and Section 08710 - Door Hardware.

.2 Provide even margins between doors and jambs and doors and finished floor and thresholds as follows.

.1 Hinge side: 1.0 mm.

.2 Latchside and head: 1.5 mm.

Page 455: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 08110 Tender No. T-2338-2019 STEEL DOORS AND FRAMES Towers Pump Station 2019-02/172057 Page 7 of 7

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\08110.doc: February 19, 2019

.3 Finished floor: 13 mm.

.3 Adjust operable parts for correct function.

3.4 FINISH REPAIRS

.1 Touch up with primer finishes damaged during installation.

.2 Fill exposed frame anchors and surfaces with imperfections with metallic paste filler and sand to a uniform smooth finish.

END OF SECTION

Page 456: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 08710 Tender No. T-2338-2019 FINISH HARDWARE Towers Pump Station 2019-02/172057 Page 1 of 4

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\08710.doc: February 19, 2019

1 General

1.1 REFERENCES

.1 Standard hardware location dimensions in accordance with Canadian Metric Guide for Steel Doors and Frames (Modular Construction) prepared by Canadian Steel Door and Frame Manufactures' Association.

.2 Canadian General Standards Board (CGSB)

.1 CAN/CGSB-69.17, Bored and Preassembled Locks and Latches.

.2 CAN/CGSB-69.18/ANSI/BHMA A156.1, Butts and Hinges.

.3 CAN/CGSB-69.19/ANSI/BHMA A156.3, Exit Devices.

.4 CAN/CGSB-69.20/ANSI/BHMA A156.4, Door Controls (Closers).

.5 CAN/CGSB-69.21/ANSI/BHMA A156.5, Auxiliary Locks and Associated Products.

.6 CAN/CGSB-69.30/ANSI/BHMA A156.14, Sliding and Folding Door Hardware.

.7 CAN/CGSB-69.31/ANSI/BHMA A156.15, Closer/Holder Release Device.

.8 CAN/CGSB-69.32/ANSI/BHMA A156.16, Auxiliary Hardware.

.9 CAN/CGSB-69.34/ANSI/BHMA A156.18, Materials and Finishes.

1.2 REQUIREMENTS REGULATORY AGENCIES

.1 Hardware for doors in fire separations and exit doors certified by a Canadian Certification Organization accredited by Standards Council of Canada.

1.3 SAMPLES

.1 Submit samples in accordance with Section 01010 – General Requirements.

1.4 HARDWARE LIST

.1 Submit contract hardware list in accordance with Section 01010 – General Requirements.

.2 Indicate specified hardware, including make, model, material, function, size, finish and other pertinent information.

1.5 CLOSEOUT SUBMITTALS

.1 Provide operation and maintenance data for door closers, locksets, door holders and fire exit hardware for incorporation into O&M manual.

.2 Brief maintenance staff regarding proper care, cleaning, and general maintenance.

Page 457: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 08710 Tender No. T-2338-2019 FINISH HARDWARE Towers Pump Station 2019-02/172057 Page 2 of 4

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\08710.doc: February 19, 2019

2 Products

2.1 HARDWARE ITEMS

.1 Only door locksets and latch sets listed on CGSB Qualified Products List are acceptable for use on this project.

.2 Use one manufacturer's products only for all similar items.

.1 Approved supplier Shanahan’s Building Specialties Ltd.

2.2 DOOR HARDWARE

.1 Locks and latches:

.1 Bored and preassembled locks and latches: to CAN/CGSB-69.17, series 2000 preassembled lock, grade1, designed for function and keyed as stated in Hardware Schedule.

.2 Knobs: plain design.

.3 Escutcheons: round.

.4 Normal strikes: box type, lip projection not beyond jamb.

.5 Cylinders: key into keying system as directed.

.2 Butts and hinges:

.1 Butts and hinges: to CAN/CGSB-69.18, and listed in Hardware Schedule.

.3 Exit devices: to CAN/CGSB-69.19, grade 1, conventional design.

.4 Door Closers and Accessories:

.1 Door closers: to CAN/CGSB-69.20, designated in Hardware Schedule, size in accordance with CAN/CGSB-69.20, table A1.

.2 Door controls - overhead holders: to CAN/CGSB-69.24, designated in Hardware Schedule.

.3 Closer/holder release devices: to CAN/CGSB-69.31, designated in hardware schedule.

.5 Lock Guard

.1 Exterior Doors: .1 Type: extruded aluminum. .2 Guard Size: 75 mm x 280 mm (3 in. x11 in.). .3 Approved Product:

.1 Cal-Royal GJLPG2 latch guard.

.2 Ives 1G7-32D.

.6 Architectural door trim: to CAN/CGSB-69.22, designated in Hardware Schedule.

.1 Door protection plates: kick plate type 1.27 mm thick stainless steel.

Page 458: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 08710 Tender No. T-2338-2019 FINISH HARDWARE Towers Pump Station 2019-02/172057 Page 3 of 4

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\08710.doc: February 19, 2019

.2 Push plates: 1.27 mm thick stainless steel.

.3 Push/Pull units: type stainless steel.

.7 Door bottom seal: heavy duty, door seal of extruded aluminum frame and solid closed cell neoprene weather seal, surface mounted, closed ends, adjustable, clear anodized finish.

.8 Thresholds: full width of door opening, extruded aluminum mill finish, serrated surface.

.9 Weather-stripping:

.1 Head and jamb seal: Extruded aluminum frame and solid closed cell neoprene insert, clear anodized finish.

.2 Door bottom seal: Extruded aluminum frame and nylon brush sweep, clear anodized finish.

2.3 FASTENINGS

.1 Supply screws, bolts, expansion shields and other fastening devices required for satisfactory installation and operation of hardware.

.2 Exposed fastening devices to match finish of hardware.

.3 Where pull is scheduled on one side of door and push plate on other side, supply fastening devices, and install so pull can be secured through door from reverse side. Install push plate to cover fasteners.

.4 Use fasteners compatible with material through which they pass.

2.4 KEYING

.1 Doors, padlocks and cabinet locks to be keyed alike in groups and to the existing site great grand master schedule as directed. Prepare detailed keying schedule in conjunction with Engineer.

.2 Provide keys in triplicate for a Sargent restricted keyway for every lock in this Contract.

.3 Provide three master keys for each MK or GMK group.

.4 Stamp keying code numbers on keys and cylinders.

Page 459: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 08710 Tender No. T-2338-2019 FINISH HARDWARE Towers Pump Station 2019-02/172057 Page 4 of 4

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\08710.doc: February 19, 2019

3 Execution

3.1 INSTALLATION INSTRUCTIONS

.1 Furnish metal door and frame manufacturers with complete instructions and templates for preparation of their work to receive hardware.

.2 Furnish manufacturers' instructions for proper installation of each hardware component.

.3 Install hardware to standard hardware location dimensions in accordance with Canadian Metric Guide for Steel Doors and Frames (Modular Construction) prepared by Canadian Steel Door and Frame Manufacturers' Association.

.4 Where door stop contacts door pulls, mount stop to strike bottom of pull.

.5 Install key control cabinet.

.6 Remove construction when directed by Engineer; install permanent cores and check operation of all locks.

END OF SECTION

Page 460: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 09911 Tender No. T-2338-2019 PAINTING Towers Pump Station 2019-02/172057 Page 1 of 6

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\09911.doc: February 19, 2019

1 General

1.1 REFERENCES

.1 Architectural Painting Specifications Manual, Master Painters Institute (MPI).

.2 Systems and Specifications Manual, SSPC Painting Manual, Volume Two, Society for Protective Coatings (SSPC).

.3 Test Method for Measuring Total Volatile Organic Compound Content of Consumer Products, Method 24 (for Surface Coatings) of the Environmental Protection Agency (EPA).

.4 National Fire Code of Canada.

1.2 QUALITY ASSURANCE

.1 Contractor shall have a minimum of five years proven satisfactory experience. When requested, provide a list of last three comparable jobs including, job name and location, specifying authority, and project manager.

.2 Conform to latest MPI requirements for interior painting work including preparation and priming.

.3 Materials (primers, paints, coatings, varnishes, stains, lacquers, fillers, thinners, solvents, etc.) shall be in accordance with MPI Painting Specification Manual "Approved Product" listing and shall be from a single manufacturer for each system used.

.4 Other paint materials such as linseed oil, shellac, turpentine, etc. shall be the highest quality product of an approved manufacturer listed in MPI Painting Specification Manual and shall be compatible with other coating materials as required.

.5 Standard of Acceptance:

.1 Walls: No defects visible from a distance of 1000 mm to surface.

.2 Final coat to exhibit uniformity of colour and uniformity of sheen across full surface area.

1.3 SUBMITTALS

.1 Submit product data and manufacturer's installation/application instructions for each paint and coating product to be used in accordance with Section 01010 – General Requirements.

.2 Upon completion, submit records of products used. List products in relation to finish system and include the following:

.1 Product name, type and use.

Page 461: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 09911 Tender No. T-2338-2019 PAINTING Towers Pump Station 2019-02/172057 Page 2 of 6

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\09911.doc: February 19, 2019

.2 Manufacturer's product number.

.3 Colour numbers.

.4 MPI Environmentally Friendly classification system rating.

.5 Manufacturer's Material Safety Data Sheets (MSDS).

1.4 SAMPLES

.1 Submit full range colour sample chips in accordance with Section 01010 – General Requirements. Indicate where colour availability is restricted.

1.5 DELIVERY, HANDLING AND STORAGE

.1 Observe manufacturer's recommendations for storage and handling.

.2 Store materials and supplies away from heat generating devices.

.3 Store temperature sensitive products above minimum temperature as recommended by manufacturer.

.4 Comply with requirements of Workplace Hazardous Materials Information System (WHMIS) regarding use, handling storage, and disposal of hazardous materials.

2 Products

2.1 MATERIALS

.1 Paint materials listed in the MPI Approved Products List (APL) are acceptable for use on this project.

.2 Paint materials for paint systems shall be products of a single manufacturer.

2.2 COLOURS

.1 Refer to finish schedule.

2.3 GLOSS/SHEEN RATINGS

.1 Paint gloss shall be defined as the sheen rating of applied paint, in accordance with the following values:

Gloss Level Category Units @ 60º Units @ 85º G1 - matte finish 0 to 5 max. 10

G2 - velvet finish 0 to 10 10 to 35

G3 - eggshell finish 10 to 25 10 to 35

G4 - satin finish 20 to 35 min. 35

G5 - semi-gloss finish 35 to 70

Page 462: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 09911 Tender No. T-2338-2019 PAINTING Towers Pump Station 2019-02/172057 Page 3 of 6

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\09911.doc: February 19, 2019

Gloss Level Category Units @ 60º Units @ 85º G6 - gloss finish 70 to 85

G7 - high gloss finish > 85

.2 Gloss level ratings of painted surfaces shall be as specified herein.

2.4 PAINTING SYSTEMS

.1 Galvanized Metal: doors, frames, railings, misc. steel, pipes, overhead decking, ducts, etc:

.1 One (1) coat alkyd primer.

.2 Two (2) coats alkyd oil base semi-gloss.

.2 Wood Paneling and Casework: partitions, panels, sheathing, shelving, millwork, etc:

.1 Alkyd satin coat over alkyd sealer.

.3 Plaster and Gypsum Board: gypsum wallboard, drywall, "sheet rock type material", etc., and textured finishes:

.1 Latex semi-gloss over latex sealer.

3 Execution

3.1 GENERAL

.1 Perform preparation and operations for interior painting in accordance with MPI Painting Specifications Manual except where specified otherwise.

.2 Apply paint materials in accordance with paint manufacturer's written application instructions.

3.2 EXISTING CONDITIONS

.1 Investigate existing substrates for problems related to proper and complete preparation of surfaces to be painted. Report to Engineer damages, defects, unsatisfactory or unfavourable conditions before proceeding with work.

.2 Maximum moisture content as follows:

.1 Stucco, Plaster and Gypsum Board: 12%.

.2 Concrete: 12%.

.3 Clay and Concrete Block/Brick: 12%.

.4 Wood: 15%.

3.3 PROTECTION

.1 Protect existing building surfaces and adjacent structures from paint spatters, markings and other damage by suitable non-staining covers or masking. If damaged, clean and restore such surfaces as directed by Engineer.

Page 463: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 09911 Tender No. T-2338-2019 PAINTING Towers Pump Station 2019-02/172057 Page 4 of 6

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\09911.doc: February 19, 2019

.2 Protect items that are permanently attached such as Fire Labels on doors and frames.

.3 Protect factory finished products and equipment.

.4 Protect passing pedestrians, building occupants and general public in and about the building.

3.4 CLEANING AND PREPARATION

.1 Clean and prepare surfaces in accordance with MPI Painting Specification Manual requirements. Refer to MPI Manual in regard to specific requirements and as follows:

.1 Remove dust, dirt, and other surface debris by vacuuming, wiping with dry, clean cloths. .2 Wash surfaces with a biodegradable detergent and bleach where applicable and clean warm water using a stiff bristle brush to remove dirt, oil and other surface contaminants. .3 Rinse scrubbed surfaces with clean water until foreign matter is flushed from surface.

.2 Prevent contamination of cleaned surfaces by salts, acids, alkalis, other corrosive chemicals, grease, oil and solvents before prime coat is applied and between applications of remaining coats. Apply primer, paint, or pretreatment as soon as possible after cleaning and before deterioration occurs.

.3 Sand and dust between coats as required to provide adequate adhesion for next coat and to remove defects visible from a distance up to 1000 mm.

.4 Clean metal surfaces to be painted by removing rust, loose mill scale, welding slag, dirt, oil, grease and other foreign substances in accordance with MPI requirements. Remove traces of blast products from surfaces, pockets and corners to be painted by brushing.

.5 Touch up of shop primers with primer as specified in applicable section. Major touch-up including cleaning and painting of field connections, welds, rivets, nuts, washers, bolts, and damaged or defective paint and rusted areas, shall be by supplier of fabricated material.

.6 Do not apply paint until prepared surfaces have been accepted by Engineer.

3.5 APPLICATION

.1 Method of application to be as approved by Engineer. Conform to manufacturer's application instructions unless specified otherwise.

.2 Brush and Roller Application:

.1 Apply paint in a uniform layer using brush and/or roller of types suitable for application.

Page 464: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 09911 Tender No. T-2338-2019 PAINTING Towers Pump Station 2019-02/172057 Page 5 of 6

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\09911.doc: February 19, 2019

.2 Work paint into cracks, crevices and corners.

.3 Paint surfaces and corners not accessible to brush using spray, daubers and/or sheepskins. Paint surfaces and corners not accessible to roller using brush, or daubers. .4 Brush and/or roll out runs and sags, and over-lap marks. Rolled surfaces shall be free of roller tracking and heavy stipple. .5 Remove runs, sags and brush marks from finished work and repaint.

.3 Spray application:

.1 Provide and maintain equipment that is suitable for intended purpose, capable of properly atomizing paint to be applied, and equipped with suitable pressure regulators and gauges. .2 Keep paint ingredients properly mixed in containers during paint application either by continuous mechanical agitation or by intermittent agitation as frequently as necessary. .3 Apply paint in a uniform layer, with overlapping at edges of spray pattern. .4 Brush out immediately all runs and sags. .5 Use brushes to work paint into cracks, crevices and places which are not adequately painted by spray.

.4 Apply coats of paint as a continuous film of uniform thickness. Repaint thin spots or bare areas before next coat of paint is applied.

.5 Allow surfaces to dry and properly cure after cleaning and between subsequent coats for minimum time period as recommended by manufacturer.

.6 Sand and dust between coats to remove visible defects.

.7 Finish surfaces both above and below sight lines as specified for surrounding surfaces, including such surfaces as tops of interior cupboards and cabinets and projecting ledges.

.8 Finish inside of cupboards and cabinets as specified for outside surfaces.

.9 Finish closets and alcoves as specified for adjoining rooms.

.10 Finish top, bottom, edges and cutouts of doors after fitting as specified for door surfaces.

3.6 MECHANICAL/ELECTRICAL EQUIPMENT

.1 Unless otherwise specified, paint finished area exposed conduits, piping, hangers, ductwork and other mechanical and electrical equipment with colour and finish to match adjacent surfaces, except where adjacent surfaces are factory pre-finished.

.2 Mechanical and electrical rooms: paint exposed conduits, piping, hangers, ductwork and other mechanical and electrical equipment.

Page 465: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 09911 Tender No. T-2338-2019 PAINTING Towers Pump Station 2019-02/172057 Page 6 of 6

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\09911.doc: February 19, 2019

.3 Other unfinished areas: leave exposed conduits, piping, hangers, ductwork and other mechanical and electrical equipment in original finish and touch up scratches and marks.

.4 Touch up scratches and marks on factory painted finishes and equipment with paint as supplied by manufacturer of equipment.

.5 Do not paint over nameplates.

.6 Keep sprinkler heads free of paint.

.7 Paint inside of ductwork where visible behind grilles, registers and diffusers with primer and one coat of matt black paint.

.8 Paint fire protection piping red.

.9 Paint natural gas piping yellow.

.10 Paint both sides and edges of backboards for telephone and electrical equipment before installation. Leave equipment in original finish except for touch-up as required, and paint conduits, mounting accessories and other unfinished items.

.11 Do not paint interior transformers and substation equipment.

END OF SECTION

Page 466: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15010 Tender No. T-2338-2019 MECHANICAL GENERAL REQUIREMENTS Towers Pump Station 2019-02/172057 Page 1 of 4

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15010.doc: February 19, 2019

1 General

1.1 ACTION AND INFORMATIONAL SUBMITTALS

.1 Submit in accordance with Section 01330 - Submissions.

.2 Product Data:

.1 Submit manufacturer's instructions, printed product literature and data sheets for the building mechanical equipment shown in the schedules of the building mechanical design section, and include product characteristics, performance criteria, physical size, finish and limitations.

.3 Shop drawings:

.1 Drawings to show: .1 Mounting arrangements. .2 Operating and maintenance clearances.

.2 Drawings and product data accompanied by: .1 Detailed drawings of bases, supports, and anchor bolts. .2 Acoustical sound power data, where applicable. .3 Points of operation on performance curves. .4 Manufacturer to certify current model production. .5 Certification of compliance to applicable codes.

1.2 CLOSEOUT SUBMITTALS

.1 Operation and Maintenance Data: submit operation and maintenance data for all building mechanical equipment for incorporation into manual.

.1 Operation data to include: .1 Control schematics for systems including environmental controls. .2 Description of systems and their controls. .3 Description of operation of systems at various loads together with reset schedules and seasonal variances. .4 Operation instruction for systems and component. .5 Description of actions to be taken in event of equipment failure. .6 Colour coding chart.

.2 Maintenance data to include: .1 Servicing, maintenance, operation and trouble-shooting instructions for each item of equipment. .2 Data to include schedules of tasks, frequency, tools required and task time.

Page 467: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15010 Tender No. T-2338-2019 MECHANICAL GENERAL REQUIREMENTS Towers Pump Station 2019-02/172057 Page 2 of 4

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15010.doc: February 19, 2019

.3 Performance data to include: .1 Equipment manufacturer's performance datasheets with point of operation as left after commissioning is complete. .2 Equipment performance verification test results. .3 Special performance data as specified. .4 Testing, adjusting and balancing reports as specified in Section 15950 - Testing, Adjusting and Balancing for HVAC.

.4 Approvals: .1 Submit 1 copy of draft Operation and Maintenance Manual to Engineer for approval. Submission of individual data will not be accepted unless directed by Engineer. .2 Make changes as required and re-submit as directed by Engineer.

.5 Additional data: .1 Prepare and insert into operation and maintenance manual additional data when need for it becomes apparent during specified demonstrations and instructions.

.6 Site records: .1 Engineer will provide 1 set of reproducible mechanical drawings. Provide sets of white prints as required for each phase of work. Mark changes as work progresses and as changes occur. Include changes to existing mechanical systems, control systems and low voltage control wiring. .2 Transfer information weekly to reproducibles, revising reproducibles to show work as actually installed. .3 Use different colour waterproof ink for each service. .4 Make available for reference purposes and inspection.

.7 As-Built drawings: .1 Prior to start of Testing, Adjusting and Balancing for HVAC, finalize production of as-built drawings. .2 Identify each drawing in lower right-hand corner in letters at least 12 mm high as follows: "AS BUILT DRAWINGS: THIS DRAWING HAS BEEN REVISED TO SHOW MECHANICAL SYSTEMS AS INSTALLED" (Signature of Contractor) (Date). .3 Submit to Engineer for approval and make corrections as directed. .4 Perform testing, adjusting and balancing for HVAC using as-built drawings. .5 Submit completed reproducible as-built drawings with Operating and Maintenance Manuals.

.8 Submit copies of as-built drawings for inclusion in final TAB report.

1.3 MAINTENANCE MATERIAL SUBMITTALS

.1 Furnish spare parts as follows:

Page 468: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15010 Tender No. T-2338-2019 MECHANICAL GENERAL REQUIREMENTS Towers Pump Station 2019-02/172057 Page 3 of 4

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15010.doc: February 19, 2019

.1 One filter cartridge or set of filter media for each filter or filter bank in addition to final operating set.

.2 Provide one set of special tools required to service equipment as recommended by manufacturers.

1.4 DELIVERY, STORAGE AND HANDLING

.1 Deliver, store and handle materials in accordance with product requirements and with manufacturer's written instructions.

.2 Delivery and Acceptance Requirements: deliver materials to site in original factory packaging, labelled with manufacturer's name and address.

.3 Storage and Handling Requirements:

.1 Store materials indoors in dry location off ground and in accordance with manufacturer's recommendations in clean, dry, well-ventilated area. .2 Store and protect equipment from nicks, scratches, and blemishes. .3 Replace defective or damaged materials with new.

2 Execution

2.1 EXAMINATION

.1 Verification of Conditions: verify that conditions of substrate previously installed under other Sections or Contracts are acceptable for installation in accordance with manufacturer's written instructions.

.1 Visually inspect substrate in presence of Owner and Engineer.

.2 Inform Engineer of unacceptable conditions immediately upon discovery.

.3 Proceed with installation only after unacceptable conditions have been remedied.

2.2 PAINTING REPAIRS AND RESTORATION

.1 Prime and touch up marred finished paintwork to match original.

.2 Restore to new condition, finishes which have been damaged.

2.3 SYSTEM CLEANING

.1 Clean interior and exterior of all systems including strainers. Vacuum interior of plenums, ductwork, unit heaters and fans.

2.4 DEMONSTRATION

.1 Supply tools, equipment and personnel to demonstrate and instruct operating and maintenance personnel in operating, controlling, adjusting, trouble-shooting and servicing of all systems and equipment during regular work hours, prior to acceptance.

.2 Use operation and maintenance manual, as-built drawings, and audio-visual aids as part of instruction materials.

Page 469: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15010 Tender No. T-2338-2019 MECHANICAL GENERAL REQUIREMENTS Towers Pump Station 2019-02/172057 Page 4 of 4

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15010.doc: February 19, 2019

.3 Instruction duration time requirements as specified in appropriate sections.

.4 Engineer will witness these demonstrations.

2.5 CLEANING

.1 Progress Cleaning: clean the area after the work completed.

.1 Leave Work area clean at end of each day.

.2 Final Cleaning: upon completion remove surplus materials, rubbish, tools and equipment.

2.6 PROTECTION

.1 Protect equipment and systems openings from dirt, dust, and other foreign materials with materials appropriate to system.

END OF SECTION

Page 470: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 15040

Towers Pump Station PIPING AND VALVES IN BUILDING

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 1 of 8

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 15040 Piping and Valves in Buildings rev1.doc

1.0 GENERAL

1.1 SCOPE

.1 This section refers to pressure pipe, valves and fittings for water supply piping, and pipe, valves,

and fittings inside the building.

.2 Welding shall be as specified in Section 05090 – Field Welding

1.2 APPROVED PRODUCTS

.1 Unless noted otherwise in this specification the approved products are to be as per the City of

Nanaimo Approved Product List dated November 2016. Product substitution is subject to the City

Engineer’s approval.

1.3 PRESSURES

.1 The working pressure in the piping is as follows:

.1 Suction side of the pumps is approximately 138 kPa (20 psi).

.2 Discharge side of the pumps is approximately 412 kPa (60 psi).

.2 The test pressures for the piping and appurtenances are listed in Section 3.6.

2.0 MATERIALS

2.1 MATERIALS TESTING

.1 The Owner may retain the services of an independent testing company to provide test reports on

pipe and fittings in accordance with the applicable standard specifications.

.2 Test specimens may be selected by the Engineer either at the place of manufacture or at the job site

and shall be delivered to the testing laboratory by the Contractor. The number of pipe specimens to

be tested shall not normally exceed 0.5% of the number of pieces to be installed on the job.

However, where initial testing indicates inadequacies in the pipe, additional testing may be

required.

.3 The entire costs of such initial testing, including materials and transportation costs, will be paid by

the Owner. Any costs incurred for extra testing requested by the Contractor, or resulting from

unsatisfactory initial test results, shall be charged to the Contractor.

2.2 PIPE AND JOINTS

.1 Piping shall be sized as shown on the drawings, and shall be AWWA and CSA approved. The

supplier shall, if requested by the Engineer, submit an affidavit of compliance with the standard

specifications and supplementary date. All pipe shall bear the underwriter's label.

.2 SCH80 PVC shall be certified to CSA B137.3 and be suitable for potable water as specified in

CSA B137.0. Pipe shall be joined by using solvent-based cement manufactured in accordance with

ASTM D2564. All joints shall be treated with an approved pipe primer as recommended by the

pipe manufacturer prior to application of the pipe cement.

Page 471: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 15040

Towers Pump Station PIPING AND VALVES IN BUILDING

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 2 of 8

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 15040 Piping and Valves in Buildings rev1.doc

.3 Small diameter stainless steel piping (50 mm and under) shall be Type 304 Schedule 10 NPT

threaded or Victaulic Vic-Press pipe system.

.4 PEX Piping shall conform to AWWA C904 and ASTM 876/877 and shall be rated for 160 psi with

a standard dimension ration of 9 (SDR9). Pipes shall be joined in accordance with the

manufactures specifications. Pipe shall be Vangaurd Canpex Ultra, Rehau Municipex or approved

equal.

.5 Stainless Steel Piping

.1 Stainless steel pipe, fittings and specials, shall conform to the following standard

specifications: AWWA C220, ASTM A312, ASTM A778.

.2 Stainless Steel Pipe shall be Type 316L Schedule 10 with ends prepared for butt welding.

.3 All surfaces in contact with potable water shall be constructed of materials certified as

suitable for contact with drinking water by an accredited certification organization in

accordance with NSF61.

.4 All welding of austenitic stainless steel shall be done using the Gas Tungsten-Arc Welding

(GTAW) process with shielding gas protection on the backside of the weld. The Shield

Metal Arc Welding (SMAW) process may only be used in situations where the Contract

Administrator determines it is not possible to use the GTAW process. All fabricated

stainless steel assemblies shall be mechanically descaled and immersed in a liquor solution

as described in ASTM A380 when shape and dimensions of fabricated assembly allows

immersed pickling. Large fabricated assemblies shall be mechanically descaled and spot

pickled as described in ASTM A967 when immersion is impractical.

.5 Stainless Steel specials and fittings shall be designed to have the same strength as the piping.

Reinforcing collars, or wrappers, shall be provided where required to accommodate the

system operating pressures. The minimum wall thickness of fittings shall equal the wall

thickness of pipe. Design standard shall be to ASTM A774 and ANSI B16.9 – B16.28.

Where requested by the Contract Administrator, the Contractor shall submit shop drawings

of fabricated steel fittings.

2.3 FITTINGS

.1 Stainless Steel specials and fittings shall be designed to have the same strength as the piping.

Reinforcing collars, or wrappers, shall be provided where required to accommodate the water

system operating pressures (minimum 150 psi). The minimum wall thickness of fittings shall be

Type 316L Sch 10. Design standard shall be to ATSM A774 and ANSI B16.9 – B16.28. Where

requested by the Engineer, the Contractor shall submit shop drawings of fabricated steel fittings.

2.4 FLANGES, GASKETS, BOLTS, AND TIE-RODS.

.1 Flanges:

.1 Stainless Steel Flanges shall be type 304L to AWWA C228 Class SD, unless otherwise

specified on the drawings. Flanges shall conform in dimensions and drilling to ANSI B16.5

or ANSI B16.1, unless otherwise specified. Flanges shall be machined true and square for

the connection to valves or other piece of equipment. Stainless steel flanges connecting to

ductile iron flanges shall be flat faced.

Page 472: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 15040

Towers Pump Station PIPING AND VALVES IN BUILDING

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 3 of 8

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 15040 Piping and Valves in Buildings rev1.doc

.2 Flange gaskets for flat face flanges shall be full face type, manufactured from red rubber Garlock

22 or approved equal and shall conform to the requirements listed in AWWA C110, C153, C207 or

C228. Gaskets shall be 3.18 mm (1/8 inch) thick.

.3 Bolts

.1 Stainless steel bolts shall be in accordance with ASTM F593 AISI 304 and have hexagonal

heads in accordance with ASME B18.2.1. Stainless steel nuts shall be in accordance with

ASTM F594 and have hexagonal heads in accordance with ASME B18.2.2. Stainless steel

washers shall be used on all stainless steel bolt heads and nuts. Bolt sizes shall be to

AWWA C110, C207 and C208. Bolt length shall be such that, after the joints are made up,

bolts shall protrude through the nut, but not more than 12mm.

.2 All nuts shall be tightened using a lubricant to prevent galling. Approved products are

Copper Coat NV-21, Never Seez NSBT-16, and Anti Seez NSBT-8.

.4 Tie Rods

.1 Stainless steel rods shall be strain hardened to ASTM F593, Group 1 and shall be

continuously threaded, quenched and tempered alloyed steel to ASTM A354, with a

minimum yield strength of 752 MPa (109,000 psi) and be fabricated in accordance with

ASME B1.1 for screw threads, coarse thread series.

2.5 DISMANTLING JOINTS

.1 Dismantling Joints shall have AWWA C207 Class D Flanges. The internal lining and exterior

coating shall be fusion bonded epoxy in accordance with AWWA C213. Bolts and nuts shall be

stainless steel.

2.6 VICTAULIC COUPLINGS

.1 Housing

.1 Material: Ductile iron conforming to ASTM A536, Grade 65-45-12

.2 Coating: Hot dipped galvanized per ASTM A123

.3 Gasket: EPDM suitable for potable water

.4 Bolts/Nuts: Stainless Steel

.2 Approved Manufacturers

.1 Victaulic: Style 89

2.7 VALVES

.1 Pressure Relief and Surge Anticipation Valve

.1 Type: Angle Style Valve, full port.

.2 Size: 75 mm, ANSI 16.5 Class 150 flanges.

.3 Material: Ductile iron, fusion bond epoxy, stainless steel trim.

.4 Valve control piloting shall include the following:

.1 Stainless steel braided hose tubing

Page 473: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 15040

Towers Pump Station PIPING AND VALVES IN BUILDING

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 4 of 8

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 15040 Piping and Valves in Buildings rev1.doc

.2 Manual Isolation on the piloting

.3 Filter cartridge and strainer

.4 Limit Switch (open position indication)

.5 Acceptable Manufacturers:

CLA-VAL 52-03

Singer Model 106-RPS-L&H as per Schematic A-0400C

.2 Gate valves

.1 Gate valves shall be resilient seat valves conforming to AWWA C509 and shall be UL listed

and FM approved. Valves shall be non-rising stem, open left (counter-clockwise) and shall

have a hand wheel, unless otherwise shown.

.2 The wedge shall be cast or ductile iron, fully encapsulated with rubber. Stems and stem nuts

shall be bronze or stainless steel and shall be o-ring seal type with two rings located above

the thrust collar. There shall be two low torque thrust washers located above and below the

stem collar.

.3 The body and bonnet shall be coated with fusion bond epoxy inside and outside. Each valve

shall have the manufacturer’s name, pressure rating and year of manufacture cast in the

body.

.3 Check Valve

.1 Check valves for water service shall be silent check globe style suitable for a work pressure

of 1,035 kPa, and shall conform to the following supplemental data:

.1 Class 125 Flanges

.2 Body shall be cast iron, fusion bonded epoxy coated in accordance with AWWA

C550

.3 NSF 61 Rated

.4 Air Valves

.1 Air valves shall be the combination type. Air Valves shall be design for a working pressure

of 1,034 kPa (150 psi). Approved air valves manufactures are ARI Model D-040.

.5 Ball Valves

.1 Ball valves shall be stainless steel, UL approved, service rated at 600 psi.

.6 2-Way Manifold Valves

.1 2-Way Manifold Valves shall be stainless, service rated to 200 psi.

.2 Valve to have a 6 mm (1/4 inch) vent connection.

.3 Approved manufacturer: Ashcroft V02 Series Style A, or approved equal

.7 Wall Hydrant

.1 Wall hydrant to be frost proof and self-draining with treaded connections.

.2 Complete with 19mm hose bib outlet.

.3 Approved manufacturer: Watts Series FH or approved equal.

Page 474: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 15040

Towers Pump Station PIPING AND VALVES IN BUILDING

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 5 of 8

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 15040 Piping and Valves in Buildings rev1.doc

2.8 FLOW METER

.1 Flow meter shall turbine style in accordance with AWWA C701 and shall be NSF61 approved.

.2 Flow meter shall be Sensus Omni T2 or approved equal.

2.9 PIPE SUPPORTS

.1 All metal pipe supports, bolts, washers, and nuts shall be hot dip galvanized after fabrication.

.2 Unless otherwise shown, floor supports shall be Standon Model S89, or approved equal.

3.0 WORKMANSHIP

3.1 PIPE INSTALLATION

.1 Pipe installation shall be in accordance with AWWA M11 for steel pipe, except where otherwise

varied by this specification.

.2 Pipe shall be checked before being installed to ensure that no foreign material, manufacturer's

defects, or cracks exist that might prevent the proper jointing of the pipe or its operation. Pipe and

fittings shall be carefully lowered into the trench by means of derricks, ropes, or other approved

tools or equipment in a manner that will prevent damage to the pipe and injury of workmen.

.3 Pipe shall be jointed in strict accordance with the manufacturer's recommended practice. The open

end of the pipe in the trench shall be suitably covered to prevent entrance of trench water and other

material during periods when pipe is not being installed.

.4 Precaution shall be taken to ensure that displacement of the pipe in the trench does not occur

through soil displacement or flotation due to the presence of trench water. Pipe that has been

displaced shall be removed from the trench and relaid.

.5 Fittings shall be supported adequately on bedding material so as to reduce the transmission of any

undesirable load or stress on the adjoining pipe.

.6 All piping shall be supported after alignment and before tightening joints. Pipes shall not be

moved after tightening joints.

.7 Piping 50 mm diameter and smaller passing through walls shall be installed in sleeves. All piping

passing through the walls shall be sealed airtight.

.8 Pipe installation for PEX piping shall be in accordance with AWWA C904 and manufacturers

recommendations. Bending of PEX piping is not permitted closer than 10 pipe diameters from any

fitting or valve. The minimum bending radius is 30 diameters or the coil radius when bending with

the coil.

3.2 CONNECTIONS TO EXISTING PIPING

.1 Connections shall be made to existing piping at locations shown on the drawings. Caution shall be

exercised in uncovering existing pipe to ensure that no damage occurs to the pipe.

.2 The Contractor shall notify the Engineer at least 3 working days during the work week of Monday

to Friday (not including weekends or statutory holidays) prior to making water main tie-in

connections and shall fully co-ordinate all activities.

Page 475: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 15040

Towers Pump Station PIPING AND VALVES IN BUILDING

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 6 of 8

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 15040 Piping and Valves in Buildings rev1.doc

3.3 VALVES

.1 Valves shall be installed in accordance with the manufacturer’s recommendations. The operating

stems shall be vertical, unless otherwise shown on the drawings, and shall have additional supports

where necessary.

3.4 PRESSURE GAUGES

.1 The pressure gauges shall be installed in accordance with the supplier’s recommendations.

3.5 FLUSHING

.1 The pipes shall be cleaned of dirt and other foreign materials. Flushing water shall be discharged

to water courses or ditches that have sufficient capacity to carry the flow.

.2 The pipes shall be flushed at water velocities of 1.0 m/sec or as high a velocity as can be obtained

from the available water sources. Flush each line for approximately 5 minutes or until all foreign

matter has been removed from the pipe and the flushed water is clean.

.3 All instrumentation and susceptible small orifice equipment and tubing to be isolated from flushing

stream.

.4 Water for flushing will be made available by the City. The Contractor shall give the City at least 2

working days, during the work week of Monday to Friday (not including weekends or statutory

holidays), notice of when the water will be required.

.5 Contractor responsible for all temporary connections, valves, blanks, plugs, etc. to complete

flushing program effectively

.6 Before discharging non chlorinated water to any salmonoid stream or river, the Contractor shall

provide to the Engineer for approval, a detailed method of disposal.

3.6 LEAKAGE TESTS

.1 Pressure testing to be done in accordance with ASME B31.3, Section 345 for hydrostatic leak test.

.2 Pneumatic tests not to be used.

.3 Pressure test all piping in "as-erected" condition to assure watertightness and sound construction as

herein specified.

.4 Provide all necessary valves, plugs, blanks, gauges, pumps and other equipment and materials for

testing.

.5 All instruments that have a maximum range of less than the hydrostatic test pressure to be removed

or isolated during the pressure test.

.6 All joints to be left uncovered for examination during the test. Insulation to be installed only after

pressure testing.

.7 Notify the Engineer at least two (2) days in advance of any pressure testing.

.8 Each piping system to be tested to the pressure and the time period specified.

.9 Test pressures are based on elevation of lowest point in pipe test section and corrected to elevation

of test pressure gauge.

.10 Piping, fitting, valves and appurtenances to be carefully examined for leaks and distortion.

Page 476: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 15040

Towers Pump Station PIPING AND VALVES IN BUILDING

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 7 of 8

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 15040 Piping and Valves in Buildings rev1.doc

.11 All leaks or defects disclosed by the test to be repaired immediately and testing repeated until no

leakage occurs.

.12 Testing water to be provided from the Owner’s water system and is to be arranged in advance with

the Owner.

.13 Hydrostatic pressure testing to be conducted on the piping systems to the pressures and durations as

follows:

Piping System System Test Pressure

(kPa/psi)

Duration of

Test

.1 Suction Piping 1,034/150 1h

.2 Discharge Piping 1,034/150 1h

.3 Small dia. process water piping 1,034/150 1h

.14 After hydrostatic pressure testing, adjust and put all parts of piping system into proper order in

preparation for start-up procedures.

.15 Defects and Repairs:

.1 Defects disclosed in the piping system to be made good and retested or the work replaced.

.2 Repairs to piping systems to be made with new material. No caulking, cracks or holes will

be acceptable.

.16 Tests to be repeated after any work has been replaced, as required by the Engineer.

.17 All pressure testing to be done in the presence of the Engineer.

3.7 CHLORINATION

.1 On completion of the flushing and pressure testing operation, main pipes and services shall be

chlorinated. Chlorination procedures shall conform to AWWA C651.

.2 On completion of chlorination, the entire piping system shall be thoroughly flushed and water

samples shall be taken from the pipe and from the water source by the Engineer (one after flushing

and the second 24 hours after flushing). The water samples shall be taken to an approved lab to

confirm that the water quality meets the Canadian drinking water standards. Upon confirmation

from the lab that the samples meet the Canadian drinking water standards the pipes shall be left in a

condition ready for use.

.3 If the results of the water samples do not meet the Canadian drinking water standards then the

Contractor shall repeat the procedures 1 through 3 until the water samples meet the Canadian

drinking water standards. The Owner will only be responsible for the initial lab costs. The

Contractor shall be responsible any additional lab costs incurred for subsequent testing. Once the

water samples have met the Canadian drinking water standards the pipes shall be left in a condition

ready for use.

3.8 DISPOSING OF CHLORINATED WATER

.1 Chlorinated water shall be disposed of in a way that will not cause harm or damage to vegetation or

aquatic life in bodies of water or water courses. Points of discharge are to be approved by the

Engineer. The Contractor shall apply a neutralizing chemical to the chlorinated water as listed in

Page 477: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 15040

Towers Pump Station PIPING AND VALVES IN BUILDING

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 8 of 8

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 15040 Piping and Valves in Buildings rev1.doc

AWWA C651, or as approved by the Engineer. The Contractor shall be required to monitor the

chlorine residual in the ditch downstream of the discharge point to ensure that a residual of 0.1 ppm

has been achieved after the neutralizing agent.

END OF SECTION

Page 478: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15061 Tender No. T-2338-2019 BASES, HANGERS AND SUPPORTS Towers Pump Station 2019-02/172057 Page 1 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15061.doc: February 19, 2019

1 General

1.1 REFERENCE STANDARDS

.1 ASTM International

.1 ASTM A125, Standard Specification for Steel Springs, Helical, Heat-Treated.

.2 ASTM F593, Standard Specification for Stainless Steel Bolts, Hex Cap Screws and Studs. .3 ASTM F594 Standard Specification for Stainless Steel Nuts.

.2 ANSI/SMACNA 006 Construction Standard.

1.2 ACTION AND INFORMATIONAL SUBMITTALS

.1 Provide submittals in accordance with Section 01330 – Submissions.

.2 Product Data:

.1 Provide manufacturer's printed product literature and data sheets for hangers and supports and include product characteristics, performance criteria, physical size, finish and limitations.

.3 Shop Drawings:

.1 Submit shop drawings for: .1 Bases, hangers and supports. .2 Connections to equipment and structure. .3 Structural assemblies.

.4 Certificates:

.1 Submit certificates signed by manufacturer certifying that materials comply with specified performance characteristics and physical properties.

.5 Manufacturers' Instructions:

.1 Provide manufacturer's installation instructions.

1.3 DELIVERY, STORAGE AND HANDLING

.1 Deliver, store and handle materials in accordance with Section with manufacturer's written instructions.

.2 Delivery and Acceptance Requirements: deliver materials to site in original factory packaging, labelled with manufacturer's name and address.

.3 Storage and Handling Requirements:

.1 Store materials in accordance with manufacturer's recommendations.

.2 Store and protect equipment from mechanical damage.

.3 Replace defective or damaged material with new.

Page 479: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15061 Tender No. T-2338-2019 BASES, HANGERS AND SUPPORTS Towers Pump Station 2019-02/172057 Page 2 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15061.doc: February 19, 2019

.4 Contractor is responsible that the supplied materials are not damaged or missed from site.

2 Products

2.1 EQUIPMENT SUPPORTS

.1 Fabricate equipment supports not provided by equipment manufacturer from structural grade steel meeting requirements of Section 05121 - Structural Steel for Buildings.

.2 Contractor to mount Ventilation Fans in accordance with manufacturer’s requirements of the weight support. Please refer to manufacturer’s installation requirements. Anchors for the fans to be Hilti HIT – TZ or equivalent.

2.2 EQUIPMENT ANCHOR BOLTS AND TEMPLATES

.1 Provide templates to ensure accurate location of anchor bolts.

3 Execution

3.1 MANUFACTURER'S INSTRUCTIONS

.1 Compliance: comply with manufacturer's written recommendations or specifications, including product technical bulletins, handling, storage and installation instructions, and datasheet.

3.2 INSTALLATION

.1 Install in accordance with Manufacturer's instructions and recommendations.

.2 Provide supplementary structural steelwork where structural bearings do not exist.

.3 Use approved constant support type hangers where:

.1 Transfer of load to adjacent hangers or connected equipment is not permitted.

3.3 HANGER INSTALLATION

.1 Install hanger so that rod is vertical under operating conditions.

.2 Adjust hangers to equalize load.

.3 Support from structural members. Where structural bearing does not exist or inserts are not in suitable locations, provide supplementary structural steel members.

3.4 FINAL ADJUSTMENT

.1 Adjust hangers and supports:

.1 Ensure that rod is vertical under operating conditions.

.2 Equalize loads.

Page 480: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15061 Tender No. T-2338-2019 BASES, HANGERS AND SUPPORTS Towers Pump Station 2019-02/172057 Page 3 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15061.doc: February 19, 2019

3.5 CLEANING

.1 Progress Cleaning: clean in accordance with Section 01742 – Cleaning and Disinfection.

.2 Leave Work area clean at end of each day.

.3 Final Cleaning: upon completion remove surplus materials, tools and equipment and clean space/floor.

.4 Remove and dispose the generated rubbish according to authorities having jurisdiction.

END OF SECTION

Page 481: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15072 Tender No. T-2338-2019 VIBRATION ISOLATION AND SEISMIC CONTROL Towers Pump Station MEASURES 2019-02/172057 Page 1 of 5

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15072.doc: February 19, 2019

1 General

1.1 SUMMARY

.1 Section Includes:

.1 Vibration isolation materials and components, seismic control measures and their installation.

.2 Related Requirements:

.1 Seismic control measures to meet requirements of NBC.

.2 Provide seismic restraints on all piping, ducts and mechanical equipment. Restraints are to be in accordance with the latest edition of the Seismic Restraint Manual for Mechanical Systems produced by SMACNA and the latest edition of the ASHRAE Applications Handbook Chapter 49 Seismic Restraint Design. .3 Provide seismic restraints on all cable trays, lighting, transformers and all other electrical equipment. Restraints to be in accordance with the latest edition of the Seismic Restraint Standards Manual - Guidelines for Electrical Systems, published by the Electrical Contractors Association of British Columbia (ECABC). .4 Where rotating equipment is factory installed in a cabinet or enclosure and the vibration isolation mounts are also factory installed, they are to have factory installed seismic restraints and provisions for anchoring complete unit to structure. The manufacturer is to supply certificates verifying the design of the seismic restraints in accordance with the provisions of this section. .5 Before substantial performance, Contractor’s professional engineer for seismic design is to visit the site to verify seismic restraints installation and provide a letter of conformance in accordance with the applicable building code.

1.2 ACTION AND INFORMATIONAL SUBMITTALS

.1 Submittals:

.1 Submit manufacturer's printed product literature, specifications and datasheets in accordance with Section 01330 - Submissions. Include product characteristics, performance criteria, and limitations. .2 Provide stamped and signed letter of assurance by Contractor’s Professional Seismic Engineer.

.2 Submit shop drawings in accordance with Section 01330 - Submissions.

.1 Provide separate shop drawings for each isolated system complete with performance and product data. .2 Provide detailed drawings of seismic control measures for equipment.

1.3 DELIVERY, STORAGE, AND HANDLING

.1 Packing, shipping, handling and unloading:

Page 482: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15072 Tender No. T-2338-2019 VIBRATION ISOLATION AND SEISMIC CONTROL Towers Pump Station MEASURES 2019-02/172057 Page 2 of 5

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15072.doc: February 19, 2019

.1 Deliver, store and handle in accordance with Section 01610 - Basic Product Requirements. .2 Deliver, store and handle materials in accordance with manufacturer's written instructions.

1.4 SEISMIC CONTROL MEASURES

.1 General:

.1 Emergency lighting system to remain operational during and after earthquakes.

.2 Seismic control systems to work in all directions.

.3 Fasteners and attachment points to resist same maximum load as seismic restraint.

.4 Drilled or power-driven anchors and fasteners not permitted.

.5 No equipment, equipment supports or mounts to fail before failure of structure.

.2 Static equipment: Anchor equipment to equipment supports. Anchor equipment supports to equipment pad or slab.

.3 Suspended equipment: Use one or more of following methods or as indicated.

.1 Install tight to structure.

.2 Cross brace in all directions.

.3 Brace back to structure.

.4 Cable restraint system.

.4 Seismic restraints:

.1 Cushioning action to be gentle and steady.

.2 Never to reach metal like stiffness.

.5 Vibration isolated equipment:

.1 Seismic control measures not to jeopardize noise and vibration isolation systems. Provide 6 to 9 mm clearance during normal operation of equipment and systems between seismic restraint and equipment. .2 Incorporate seismic restraints into vibration isolation system to resist complete isolator unloading.

.6 Bracing methods:

.1 Designed by Professional Engineer registered in British Columbia.

.2 Structural angles or channels.

.3 Cable restraint system incorporating grommets, shackles and other hardware to ensure alignment of restraints and to avoid bending of cables at connection points. Incorporate neoprene into cable connections to reduce shock loads.

Page 483: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15072 Tender No. T-2338-2019 VIBRATION ISOLATION AND SEISMIC CONTROL Towers Pump Station MEASURES 2019-02/172057 Page 3 of 5

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15072.doc: February 19, 2019

2 Products

2.1 CABLE RESTRAINTS

.1 Provide slack cable restraint systems and/or other approved systems, for general seismic bracing of suspended equipment.

.2 Acceptable material: Mason, Vibron.

2.2 ELASTOMERIC MOUNTS

.1 Colour coded; neoprene in shear; maximum durometer of 60; threaded insert and two bolt down holes; ribbed top and bottom surfaces.

.2 Acceptable material: Mason, Korfund, Vibron.

2.3 SPRINGS

.1 Design stable springs so that ratio of lateral to axial stiffness is equal to or greater than 1.2 times the ratio of static deflection to working height. Select for 50% travel beyond rated load. Units to be complete with levelling devices.

.2 Ratio of height when loaded to diameter of spring between 0.8 to 1.0.

.3 Cadmium plate for all installations.

.4 Colour code springs.

2.4 SPRING MOUNT

.1 Zinc or cadmium plated hardware; housings coated with rust resistant paint.

.2 Restrained stable open spring: supported on bonded 6 mm minimum thick ribbed neoprene or rubber friction and acoustic pad; built in resilient limit stops, removable spacer plates.

.3 Performance: 25 mm deflection.

.4 Acceptable material: Mason, Korfund, Vibron.

2.5 HANGERS

.1 Colour coded springs, rust resistant, painted box type hangers. Arrange to permit hanger box or rod to move through a 30 arc without metal to metal contact.

.2 Type H1 - neoprene - in shear, molded with rod isolation bushing which passes through hanger box.

.3 Type H2 - stable spring, elastomeric washer, cup with molded isolation bushing which passes through hanger box.

.4 Acceptable material: Korfund, Mason, Vibron.

Page 484: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15072 Tender No. T-2338-2019 VIBRATION ISOLATION AND SEISMIC CONTROL Towers Pump Station MEASURES 2019-02/172057 Page 4 of 5

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15072.doc: February 19, 2019

2.6 HORIZONTAL THRUST RESTRAINT

.1 Spring and elastomeric element housed in box frame; assembly complete with rods and angle brackets for equipment and ductwork attachment; provision for adjustment to limit maximum start and stop movement to 10 mm.

.2 Arrange restraints symmetrically on either side of unit and attach at centreline of thrust.

.3 Acceptable material: Korfund, Mason, Vibron.

3 Execution

3.1 MANUFACTURER'S INSTRUCTIONS

.1 Compliance: comply with manufacturer's written recommendations or specifications, including product technical bulletins, handling, storage and installation instructions, and datasheet.

3.2 INSTALLATION

.1 Install vibration isolation equipment in accordance with manufacturer’s instructions and adjust mountings to level equipment.

.2 Ensure piping, ducting and electrical connections to isolated equipment do not reduce system flexibility and that piping, conduit and ducting passage through walls and floors do not transmit vibrations.

.3 Where isolation is bolted to floor use vibration isolation rubber washers.

.4 Block and shim level bases so that ductwork and piping connections can be made to a rigid system at the operating level, before isolator adjustment is made. Ensure that there is no physical contact between isolated equipment and building structure.

.5 Provide slack cable restrains on the fans, unit heaters, and other suspended equipment, and connect to the units in such a way that the axial projection of the wires pass through the centre of gravity of the equipment, where possible.

.6 Orient restrain wires on fans and equipment at approximately 90 to each other (in plan), and tie back to the ceiling slab at an angle not exceeding 45 to the slab.

.7 Select the restraints for the specified seismic requirements. (These requirements are generally 0.8 g for normal fans and piping and 1.4 g for piping and equipment containing toxic materials).

.8 Select the anchor in the concrete slab for a load equal to one quarter of the weight of the fan at a 45 pull (0.35 x the specified seismic requirements).

.9 Install cables using appropriate grommet, shackles, and other hardware to ensure alignment of the restraints and to avoid bending the cables at connection points. Cables can be directly wrapped around the pipe as opposed to using collars.

.10 Install restraints at least 25 mm clear of all other equipment and services.

Page 485: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15072 Tender No. T-2338-2019 VIBRATION ISOLATION AND SEISMIC CONTROL Towers Pump Station MEASURES 2019-02/172057 Page 5 of 5

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15072.doc: February 19, 2019

.11 Adjust restraint cables such that they are not visibly slack, or that the flexibility is approximately 35 mm under thumb pressure for a 1500 mm cable length (equivalent ratio for other cable lengths). Adjust the clearance at cable/spacer piece restrains to not exceed 6 mm.

.12 Bolt all non-isolated equipment to structure.

3.3 CLEANING

.1 Upon completion and verification of performance of installation, remove surplus materials, excess materials, rubbish, tools and equipment.

END OF SECTION

Page 486: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 15600

Towers Pump Station PUMPS

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 1 of 3

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 15600 Pumps.doc

1.0 GENERAL

1.1 SCOPE

.1 This section includes the supply and installation of two vertical multistage centrifugal pumps

(Pumps 1, and 2).

1.2 RELATED WORK

.1 Piping Systems Section 15040

.2 Electrical Division 16

1.3 QUALITY ASSURANCE

.1 Installation of the pumping units shall be carried out by pumping specialists skilled in installation

and alignment of pumping equipment. Submit qualifications of proposed individual(s).

1.4 SUBMITTALS

.1 Provide shop drawings for all pumps and motors specified in the section, in accordance with

Section 01330.

.2 Submit manufacturer’s literature and catalog information for all pumps and motors.

1.5 DELIVERY, STORAGE, AND HANDLING

.1 Protect all pumps and motors from weather, and damage.

2.0 MATERIALS

2.1 PUMPS 1, & 2

.1 Two vertical multistage centrifugal pumps, each pump rated at 9.0 l/s (143 usgpm) at 26 m (85ft)

of TDH.

.2 The motors shall be 5 hp, totally enclosed fan cooled (TEFC), 240V, 3 phase, 60 hz,. The Supplier

shall verify that this motor has sufficient capacity to provide power over the whole length of the

curve.

.3 The minimum anticipated suction pressure is approximately 20 psi (138 kPa)

.4 See Division 16 for VFD information.

2.2 MISC. EQUIPMENT

.1 Winding Thermistors

1. The pump motors shall be equipped with winding thermistors for over-temperature protection.

2.3 CERTIFICATION

.1 The Contractor shall submit certified pump performance test results.

Page 487: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 15600

Towers Pump Station PUMPS

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 2 of 3

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 15600 Pumps.doc

.2 The pumps shall be given a non-witness performance test using manufacturer’s standard calibrated

electric motor to establish head, capacity and efficiency along the pump curve. The test shall be

conducted in accordance with the standards of the Hydraulic Institute. Certified test curves, in

metric units, shall be provided to the Owner.

.3 The pump casings shall be hydraulically tested to 150 psi.

2.4 APPROVED PUMPS

.1 The following are approved pumps:

.1 Grundfos CR20-2

.2 Alternate pump manufacturers are subject to Engineer approval.

3.0 WORKMANSHIP

3.1 SCHEDULING

.1 The Towers Pump Station shall be weathertight prior to installation of the new pumps.

3.2 INSTALLATION OF PUMPS

.1 The pumping units shall be installed as detailed on the drawing and in accordance with good

practice as defined by the Hydraulic Institute Standards.

.2 The foundation for the pump and motors shall be constructed as detailed on the structural and

mechanical drawings after suction and discharge piping is complete and so reinforcing steel cage

goes around pipe sleeves. Pipe sleeves and anchor bolt assemblies for the pumps shall be placed

and drilled with pump aligned between the suction and discharge piping. The pump bases and

anchor bolts shall be grouted into place only after shimming and connection of the pump to suction

and discharge piping with no misalignment of the piping with flanged pump connections. The

pump base must be grouted exactly level.

3.3 ELECTRICAL CONNECTIONS

.1 By Division 16.

3.4 TOUCH UP PAINTING

.1 The Contractor shall ensure that the coatings and painted surfaces of all equipment is not damaged

during installation. Should damage occur, surfaces shall be touched up to match existing colour

and texture by a qualified painter.

3.5 TESTING AND START UP

.1 Prior to start up and testing, pumps, electric motors shall all be lubricated as required by the

manufacturer.

.2 The Contractor shall arrange for a qualified technical representative of the Supplier is present to

check rotation of all pumps prior to testing and assist the Owner during start-up and testing of the

pumping installation. The pumping units shall be tested in accordance with the applicable sections

of the Hydraulic Institute Standards (current edition).

Page 488: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO Section 15600

Towers Pump Station PUMPS

City File Number: 5600.12.124

Contract: T-2338-2019

February 2019 Page 3 of 3

H:\5250 Nanaimo City\1725 College Heights Water Supply & Utilities Upgrades\04 Contract Documents\Pump Station\Final Specs\Word\Section 15600 Pumps.doc

.3 Each pumping unit will be tested over its operating range. Vibration, and current readings shall be

taken to verify pump performance and a report shall be provided, including certification that the

equipment is ready for permanent operation.

END OF SECTION

Page 489: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15766 Tender No. T-2338-2019 UNIT HEATERS - ELECTRIC Towers Pump Station 2019-02/172057 Page 1 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15766.doc: February 19, 2019

1 General

1.1 REFERENCE STANDARDS

.1 ASTM International

.1 ASTM E84, Standard Test Method for Surface Burning Characteristics of Building Materials. .2 ASTM C916, Standard Specification for Adhesives for Duct Thermal Insulation. .3 ASTM C1071, Standard Specification for Fibrous Glass Duct Lining Insulation (Thermal and Sound Absorbing Material).

.2 National Fire Protection Association (NFPA)

.1 NFPA 90A, Standard for the Installation of Air Conditioning and Ventilating Systems. .2 NFPA 90B, Standard for the Installation of Warm Air Heating and Air Conditioning Systems (ANSI).

.3 Underwriters' Laboratories (UL) Inc.

.1 UL 2021, Fixed and Location-Dedicated Electric Room Heaters.

1.2 ACTION AND INFORMATIONAL SUBMITTALS

.1 Product Data:

.1 Submit manufacturer's instructions, printed product literature and data sheets for wall-mounted, concealed electric fan heaters and include product characteristics, performance criteria, physical size, finish and limitations.

.2 Manufacturer's Instructions: provide to indicate special handling criteria, installation sequence, and cleaning procedures.

.3 Shop Drawings:

.1 Indicate on drawings: .1 Equipment, capacity and piping connections. .2 Dimensions, internal and external construction details, recommended method of installation with proposed structural steel support, sizes and location of mounting bolt holes.

1.3 CLOSEOUT SUBMITTALS

.1 Operation and Maintenance Data: submit operation and maintenance data for unit heaters for incorporation into manual.

1.4 DELIVERY, STORAGE AND HANDLING

.1 Deliver, store and handle materials in accordance with Section with manufacturer's written instructions.

Page 490: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15766 Tender No. T-2338-2019 UNIT HEATERS - ELECTRIC Towers Pump Station 2019-02/172057 Page 2 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15766.doc: February 19, 2019

.2 Delivery and Acceptance Requirements: deliver materials to site in original factory packaging, labelled with manufacturer's name and address.

.3 Storage and Handling Requirements:

.1 Store materials in accordance with manufacturer's recommendations.

.2 Store and protect equipment from mechanical damage.

.3 Replace defective or damaged material with new.

.4 Contractor is responsible that the supplied materials are not damaged or missed from site.

2 Products

2.1 ELECTRIC UNIT HEATERS

.1 Cabinet Electric Fan Heaters: to UL 2021.

.2 Refer to mechanical equipment schedule for quantities and types.

.1 Preferred supplier – Ouellet. Alternatives will be considered.

.3 Capacity: as indicated on the mechanical drawings.

.4 Control:

.1 On-off switch by manufacturer for isolation and maintenance.

.2 Automated control through temperature controllers in each room.

3 Execution

3.1 EXAMINATION

.1 Verification of Conditions: verify that conditions of substrate previously installed under other Sections or Contracts are acceptable for air duct accessories installation in accordance with manufacturer's written instructions.

.1 Visually inspect substrate in presence of Engineer.

.2 Inform Engineer of unacceptable conditions immediately upon discovery.

.3 Proceed with installation only after unacceptable conditions have been remedied and after receipt of written approval to proceed from Engineer.

3.2 INSTALLATION

.1 Install in accordance with manufacturer's instructions.

.2 Check final location with Engineer if different from that indicated prior to installation.

.1 Should deviations beyond allowable clearances arise, request and follow Engineer's directive.

.3 Provide proper sealing around the edge of the blower heater.

Page 491: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15766 Tender No. T-2338-2019 UNIT HEATERS - ELECTRIC Towers Pump Station 2019-02/172057 Page 3 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15766.doc: February 19, 2019

.4 Install control and isolating devices.

3.3 CLEANING

.1 Progress Cleaning: clean in accordance with Section 01742 – Cleaning and Disinfection.

.2 Leave Work area clean at end of each day.

.3 Final Cleaning: upon completion remove surplus materials, tools and equipment and clean space/floor.

.4 Remove and dispose the generated rubbish per authorities having jurisdiction.

3.4 PROTECTION

.1 Protect installed products and components from damage during construction.

.2 Repair damage to adjacent materials caused by unit heaters installation.

END OF SECTION

Page 492: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15822 Tender No. T-2338-2019 DAMPERS - OPERATING Towers Pump Station 2019-02/172057 Page 1 of 2

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15822.doc: February 19, 2019

1 General

1.1 REFERENCE STANDARDS

.1 ASTM International

.1 ASTM A653/A653M, Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by Hot-Dip Process.

1.2 ACTION AND INFORMATIONAL SUBMITTALS

.1 Product Data:

.1 Submit manufacturer's instructions, printed product literature and data sheets for dampers and include product characteristics, performance criteria, physical size, finish and limitations.

1.3 DELIVERY, STORAGE AND HANDLING

.1 Deliver, store and handle materials in accordance with Section with manufacturer's written instructions.

.2 Delivery and Acceptance Requirements: deliver materials to site in original factory packaging, labelled with manufacturer's name and address.

.3 Storage and Handling Requirements:

.1 Store materials indoors and in accordance with manufacturer's recommendations in clean, dry, well-ventilated area. .2 Store and protect dampers from nicks, scratches, and blemishes. .3 Replace defective or damaged materials with new.

2 Products

2.1 MULTI-LEAF DAMPERS

.1 Opposed blade type as indicated.

.2 Tamco Series 1000 or equivalent is acceptable.

.3 Extruded aluminum, interlocking blades, complete with extruded vinyl seals, extruded aluminum frame.

.4 Nylon bearings.

.5 Performance:

.1 Leakage: in closed position less than 2% of rated air flow at 100 Pa.

.2 Pressure drop: at full open position less than 5 Pa.

.6 Motorized actuators:

Page 493: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15822 Tender No. T-2338-2019 DAMPERS - OPERATING Towers Pump Station 2019-02/172057 Page 2 of 2

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15822.doc: February 19, 2019

.1 120 V, 1 Ph, 60 Hz by Belimo or equivalent. The HVAC controller will provide on-off control and power distribution to all dampers. An internally fused 120 VAC control output will be provided for each damper actuator.

3 Execution

3.1 INSTALLATION

.1 Install where indicated.

.2 Install in accordance with recommendations of SMACNA and manufacturer's instructions.

.3 Seal damper modules with silicon sealant.

.4 Install access door adjacent to each damper.

.5 Ensure dampers are observable and accessible.

3.2 CLEANING

.1 Progress Cleaning:

.1 Leave Work area clean at end of each day.

.2 Final Cleaning: upon completion remove surplus materials, rubbish, tools and equipment.

END OF SECTION

Page 494: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15831 Tender No. T-2338-2019 COMMERCIAL FANS Towers Pump Station 2019-02/172057 Page 1 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15831.doc: February 19, 2019

1 General

1.1 REFERENCE STANDARDS

.1 AMCA 99, Standards Handbook.

.2 ANSI/AMCA 210, Laboratory Methods of Testing Fans for Rating.

.3 AMCA 300, Reverberant Room Method for Sound Testing of Fans.

.4 AMCA 301, Methods for Calculating Fan Sound Ratings from Laboratory Test Data.

.5 ANSI/ASHRAE 51, Laboratory Methods of Testing Fans for Rating.

.6 CGSB 1-GP-181M, Coating, Zinc Rich, Organic, Ready Mixed.

1.2 ACTION AND INFORMATIONAL SUBMITTALS

.1 Product Data:

.1 Submit manufacturer's instructions, printed product literature and data sheets for HVAC fans and include product characteristics, performance criteria, physical size, finish and limitations.

1.3 DELIVERY, STORAGE AND HANDLING

.1 Deliver, store and handle materials in accordance with Section with manufacturer's written instructions.

.2 Delivery and Acceptance Requirements: deliver materials to site in original factory packaging, labelled with manufacturer's name and address.

.3 Storage and Handling Requirements:

.1 Store materials indoors and in accordance with manufacturer's recommendations in clean, dry, well-ventilated area. .2 Store and protect equipment from nicks, scratches, and blemishes. .3 Replace defective or damaged materials with new.

1.4 FANS GENERAL

.1 Fans: Inline centrifugal, Aluminum Propeller, Direct Drive. Statically and dynamically balanced in accordance with AMCA 204-05, constructed in conformity with AMCA 99.

.2 Sound ratings: comply with AMCA (Air Moving and Conditioning Association) 301, tested to AMCA 300. Unit shall bear AMCA certified sound rating seal.

.3 Performance ratings: based on tests performed in accordance with ANSI/AMCA 210, and ANSI/ASHRAE 51.

.4 Motors:

.1 Size and type as indicated.

Page 495: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15831 Tender No. T-2338-2019 COMMERCIAL FANS Towers Pump Station 2019-02/172057 Page 2 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15831.doc: February 19, 2019

.2 EC motors controlled via 2-10V analog signal from controller.

.3 Premium efficiency where available for size specified.

.4 Fan to have a control module capable to accept modulation control signal.

.5 Accepted manufacturers: Greenheck, Loren-Cook. Equivalent manufacturers to be considered. .6 Fans to have a seismic support and restraints as per seismic Section 15072 – Vibration Isolation and Seismic Control Measures.

2 Products

2.1 NOT USED

.1 Not Used

3 Execution

3.1 EXAMINATION

.1 Verification of Conditions: verify that conditions of substrate previously installed under other Sections or Contracts are acceptable for HVAC fans installation in accordance with manufacturer's written instructions.

.1 Visually inspect substrate in presence of Engineer. Inform Engineer of unacceptable conditions immediately upon discovery. .2 Proceed with installation only after unacceptable conditions have been remedied and after receipt of written approval to proceed from Engineer.

3.2 FAN INSTALLATION

.1 Install fans in accordance with the manufacturer’s instructions and Installation Guides, which includes acceptable mounting methods.

.2 Install fans as indicated, complete with resilient mountings, and flexible electrical leads.

.3 Perform a final air balance.

.4 Motors, access doors and access panels to be easily accessible.

.5 Provide accessible air filters upstream as indicated.

3.3 CLEANING

.1 Progress Cleaning:

.1 Leave Work area clean at end of each day.

Page 496: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15831 Tender No. T-2338-2019 COMMERCIAL FANS Towers Pump Station 2019-02/172057 Page 3 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15831.doc: February 19, 2019

.2 Final Cleaning: upon completion remove surplus materials, rubbish, tools and equipment.

END OF SECTION

Page 497: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15851 Tender No. T-2338-2019 LOUVRES, INTAKES AND VENTS Towers Pump Station 2019-02/172057 Page 1 of 2

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15851.doc: February 19, 2019

1 General

1.1 REFERENCES

.1 ASTM E90, Method for Laboratory Measurement of Airborne Sound Transmission Loss of Building Partitions.

.2 AMCA 511, Air Movement and Control Association - Certified Ratings Program for Air Control Devices.

1.2 PRODUCT DATA

.1 Submit product data.

.2 Indicate the following:

.1 Pressure drop.

.2 Water penetration data.

.3 Face area.

.4 Free area.

.5 Size.

1.3 CERTIFICATION OF RATINGS

.1 Catalogued or published ratings shall be those obtained from tests carried out by manufacturer or those ordered by him from independent testing agency based on procedures in accordance with AMCA 511.

2 Products

2.1 FIXED LOUVRES

.1 Construction: welded with exposed joints ground flush and smooth.

.2 Material: extruded aluminum alloy 6063-T5.

.3 Blade: stationary type with J style, 6063T5 extruded aluminum, 2 mm (0.081 in.) nominal wall thickness, positioned at 37 degrees on approximately 102 mm centre.

.4 Frame: heavy gauge 6063T5 extruded aluminum, 102 x 2 mm (4 x 0.081 in.) nominal dimensions.

.5 Head member, jamb: incorporate an integral gutter and downspout so water drains to the head end, then down the downspouts and out at the louvre sill.

.6 Mullions: at 1220 mm maximum centres.

.7 Fastenings: stainless steel (Society of Automotive Engineers) SAE-194-8F with SAE-194- SFB nuts and resilient neoprene washers between aluminum and head of bolt, or between nut, SS washer and aluminum body.

Page 498: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15851 Tender No. T-2338-2019 LOUVRES, INTAKES AND VENTS Towers Pump Station 2019-02/172057 Page 2 of 2

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15851.doc: February 19, 2019

.8 Screen: 19 mm intake mesh, 1.3 mm dia. wire expanded aluminum birdscreen on inside face of louvres in removable frame.

.9 Louvres to bear AMCA certified rating seals for air performance and water penetration.

.10 Finish: Mill.

.11 Recess installation.

.12 Provide multiple equal section as required.

.13 Acceptable suppliers: Greenheck, EH Price, Ventex/Alumavent.

.14 Refer to mechanical package for sizes and other details.

3 Execution

3.1 INSTALLATION

.1 In accordance with manufacturers and SMACNA recommendations.

.2 Anchor securely into opening. Seal with caulking all around to ensure weather tightness.

.3 Seal airtight to connecting ductwork or plenums.

END OF SECTION

Page 499: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15916 Tender No. T-2338-2019 ELECTRIC HEATING AND COOLING CONTROLS Towers Pump Station 2019-02/172057 Page 1 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15916.doc: February 19, 2019

1 General

1.1 ACTION AND INFORMATIONAL SUBMITTALS

.1 Product Data:

.1 Submit manufacturer's instructions, printed product literature and data sheets for electric and electronic control system for HVAC and include product characteristics, performance criteria, physical size, finish and limitations. .2 Submit controls wiring and schematic diagrams for each controlled element of the HVAC system.

.2 Certificates: submit certificates signed by manufacturer certifying that materials comply with specified performance characteristics and physical properties.

1.2 DELIVERY, STORAGE AND HANDLING

.1 Deliver, store and handle materials in accordance with Section with manufacturer's written instructions.

.2 Delivery and Acceptance Requirements: deliver materials to site in original factory packaging, labelled with manufacturer's name and address.

.3 Storage and Handling Requirements:

.1 Store materials in accordance with manufacturer's recommendations.

.2 Store and protect equipment from mechanical damage.

.3 Replace defective or damaged material with new.

.4 Contractor is responsible that the supplied materials are not damaged or missed from site.

2 Products

2.1 HVAC CONTROLLER

.1 Model TE226 by Spartan Controls On/Off Heating/Cooling Programmable Digital Temperature Controller with P+I Control for ECM fan.

.1 Power Supply: 24 VAC/VDC, requires local transformer from 120VAC

.2 Analog Output: 2, Electronic Series 90; 4-20 mA; 0-10 Vdc; 2-10 Vdc.

.3 Digital Outputs: 2 SPDT.

.4 Setpoint Temperature Range (C): 0C to 50C.

2.2 FAN DISCONNECT SWITCHES

.1 Wall switches by fan manufacturer or equivalent to energize/de-energize fans.

2.3 WALL-MOUNTED EQUIPMENT GUARDS

.1 Temperature controller guards: plastic. Slots for air circulation to the equipment.

Page 500: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15916 Tender No. T-2338-2019 ELECTRIC HEATING AND COOLING CONTROLS Towers Pump Station 2019-02/172057 Page 2 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15916.doc: February 19, 2019

3 Execution

3.1 EXAMINATION

.1 Verification of Conditions: verify that conditions of substrate previously installed under other Sections or Contracts are acceptable for electric and electronic control systems installation in accordance with manufacturer's written instructions.

.1 Visually inspect substrate in presence of Engineer.

.2 Inform Engineer of unacceptable conditions immediately upon discovery.

.3 Proceed with installation only after unacceptable conditions have been remedied and after receipt of written approval to proceed from Engineer.

3.2 INSTALLATION

.1 Install control devices.

.2 On outside wall, mount thermostats on bracket or insulated pad 25 mm from exterior wall.

3.3 CLEANING

.1 Progress Cleaning: clean in accordance with Section 01742 – Cleaning and Disinfection.

.2 Leave Work area clean at end of each day.

.3 Final Cleaning: upon completion remove surplus materials, tools and equipment and clean space/floor.

.4 Remove and dispose the generated rubbish per authorities having jurisdiction.

3.4 SEQUENCING

.1 Process Room and Electrical Room

.1 Key Components .1 Supply fan, SF-1. .2 Supply fan, SF-2. .3 Motorized Dampers, DM-1, DM-2, DM-3. .4 Electric Fan Heaters, EH-1, EH-2. .5 Temperature Controller, TC-1, TC-2.

.2 The College Heights Pump Station Building HVAC systems will be controlled using local electro-mechanical controls. Indoor temperature will be controlled by local controllers and sensors. The building itself will be rarely used.

.3 The control sequence is as follows:

.1 Cooling and ventilation overall strategy: .1 SF-1 and SF-2 will be used for space cooling and ventilation. The ventilation will be activated only during the occupancy mode. TC-1 temperature controller

Page 501: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15916 Tender No. T-2338-2019 ELECTRIC HEATING AND COOLING CONTROLS Towers Pump Station 2019-02/172057 Page 3 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15916.doc: February 19, 2019

will modulate the SF-1 based on the indoor temperature readings. On occupancy demand, TC-1 will run the fan on the low speed. EC motor shall be controlled via 0-10Vdc signal from the controller. The similar sequence to be applied for SF-2 and TC-2. .2 SF-1 and SF-2 shall operate, via modulating signal from the respective controllers, during the cooling mode the indoor temperature setpoint shall be kept at 25oC. .3 On call for cooling DM-1 and DM-3 must be interlocked with the SF-1 via relay outputs. Also, DM-3 will be opened on either SF-1 and/ or SF-2 running. .4 During maintenance or any other occupied periods without pumps running each of the supply fans can be energized to provide ventilation at low speed. Occupancy mode shall be triggered via the occupancy push button on the controller. The operator will select a time and press the associated button. The contact closure will provide an input signal to controller to initiate the occupied mode.

.2 Heating overall strategy .1 There are (2) electric fan heaters concealed in the walls of the building, each serving its own area and independently operated. .2 Both fan heaters will cycle to maintain 12oC setpoint of space temperature in the respective areas. .3 Both EH-1 and EH-2 will be controlled from temperature controllers in each room.

END OF SECTION

Page 502: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15950 Tender No. T-2338-2019 TESTING, ADJUSTING AND BALANCING OF Towers Pump Station MECHANICAL SYSTEMS 2019-02/172057 Page 1 of 5

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15950.doc: February 19, 2019

1 General

1.1 SUMMARY

.1 TAB is used throughout this Section to describe the process, methods and requirements of testing, adjusting and balancing for HVAC.

.2 TAB means to test, adjust and balance to perform in accordance with requirements of Contract Documents and to do other work as specified in this section.

1.2 QUALIFICATIONS OF TAB PERSONNEL

.1 Submit names of personnel to perform TAB to Engineer within 30 days of award of contract.

.2 Provide documentation confirming qualifications, successful experience.

.3 TAB: performed in accordance with the requirements of standard under which TAB Firm's qualifications are approved:

.1 Associated Air Balance Council, (AABC) National Standards for Total System Balance, MN-1. .2 National Environmental Balancing Bureau (NEBB) TABES, Procedural Standards for Testing, Adjusting, Balancing of Environmental Systems .3 Sheet Metal and Air Conditioning Contractors' National Association (SMACNA), HVAC TAB HVAC Systems - Testing, Adjusting and Balancing.

.4 Recommendations and suggested practices contained in the TAB Standard: mandatory.

.5 Use TAB Standard provisions, including checklists, and report forms to satisfy Contract requirements.

.6 Use TAB Standard for TAB, including qualifications for TAB Firm and Specialist and calibration of TAB instruments.

.7 Where instrument manufacturer calibration recommendations are more stringent than those listed in TAB Standard, use manufacturer's recommendations.

.8 TAB Standard quality assurance provisions such as performance guarantees form part of this contract.

.1 For systems or system components not covered in TAB Standard, use TAB procedures developed by TAB Specialist. .2 Where new procedures, and requirements, are applicable to Contract requirements have been published or adopted by body responsible for TAB Standard used (AABC, NEBB, or TABB), requirements and recommendations contained in these procedures and requirements are mandatory.

Page 503: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15950 Tender No. T-2338-2019 TESTING, ADJUSTING AND BALANCING OF Towers Pump Station MECHANICAL SYSTEMS 2019-02/172057 Page 2 of 5

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15950.doc: February 19, 2019

1.3 PURPOSE OF TAB

.1 Test to verify proper and safe operation, determine actual point of performance, evaluate qualitative and quantitative performance of equipment, systems and controls at design, average and low loads using actual or simulated loads.

.2 Adjust and regulate equipment and systems to meet specified performance requirements and to achieve specified interaction with other related systems under normal and emergency loads and operating conditions.

.3 Balance systems and equipment to regulate flow rates to match load requirements over full operating ranges.

1.4 EXCEPTIONS

.1 TAB of systems and equipment regulated by codes, standards to satisfaction of authority having jurisdiction.

1.5 CO-ORDINATION

.1 Schedule time required for TAB (including repairs, re-testing) into project construction and completion schedule to ensure completion before acceptance of project.

.2 Do TAB of each system independently and subsequently, where interlocked with other systems, in unison with those systems.

.3 Coordinate and work with HVAC Contractor to set damper mechanical hard stops to achieve design airflows, as well as to program temperature controller to minimum and maximum fan flow rates.

1.6 PRE-TAB REVIEW

.1 Review Contract Documents before project construction is started confirming in writing to Engineer adequacy of provisions for TAB and other aspects of design and installation pertinent to success of TAB.

.2 Review specified standards and report to Engineer in writing proposed procedures which vary from standard.

.3 During construction, co-ordinate location and installation of TAB devices, equipment, accessories, measurement ports and fittings as required.

1.7 START-UP

.1 Follow start-up procedures as recommended by equipment manufacturer unless specified otherwise.

.2 Follow special start-up procedures specified elsewhere in specifications.

1.8 OPERATION OF SYSTEMS DURING TAB

.1 Operate systems for length of time required for TAB and as required by Engineer for verification of TAB reports.

Page 504: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15950 Tender No. T-2338-2019 TESTING, ADJUSTING AND BALANCING OF Towers Pump Station MECHANICAL SYSTEMS 2019-02/172057 Page 3 of 5

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15950.doc: February 19, 2019

1.9 START OF TAB

.1 Notify Engineer and Owner 7 days prior to start of TAB.

.2 Start TAB when building is essentially completed, including:

.3 Installation of ceilings, doors, windows, other construction affecting TAB.

.4 Application of weather-stripping, sealing, and caulking.

.5 Pressure, leakage, other tests specified elsewhere in specifications.

.6 Provisions for TAB installed and operational.

.7 Start-up, verification for proper, normal and safe operation of mechanical and associated electrical and control systems affecting TAB including but not limited to:

.1 Proper thermal overload protection in place for electrical equipment.

.2 Air systems: .1 Filters in place, clean. .2 Duct systems clean. .3 Ducts, air shafts, ceiling plenums are airtight to within specified tolerances. .4 Correct fan rotation. .5 Fire, smoke, volume control dampers installed and open. .6 Coil fins combed, clean. .7 Access doors, installed, closed. .8 Outlets installed, volume control dampers open.

1.10 APPLICATION TOLERANCES

.1 Do TAB to following tolerances of design values:

.1 HVAC systems: plus 5%, minus 0% or code minimum.

1.11 ACCURACY TOLERANCES

.1 Measured values accurate to within plus or minus 2% of actual values.

1.12 INSTRUMENTS

.1 Prior to TAB, submit to Engineer and the Owner list of instruments used together with serial numbers.

.2 Calibrate in accordance with requirements of most stringent of referenced standard for either applicable system or HVAC system.

.3 Calibrate within 3 months of TAB. Provide certificate of calibration to Engineer.

1.13 ACTION AND INFORMATIONAL SUBMITTALS

.1 Submit, prior to commencement of TAB:

Page 505: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15950 Tender No. T-2338-2019 TESTING, ADJUSTING AND BALANCING OF Towers Pump Station MECHANICAL SYSTEMS 2019-02/172057 Page 4 of 5

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15950.doc: February 19, 2019

.2 Proposed methodology and procedures for performing TAB if different from referenced standard.

1.14 PRELIMINARY TAB REPORT

.1 Submit for checking and approval of Engineer, prior to submission of formal TAB report, sample of rough TAB sheets. Include:

.1 Details of instruments used.

.2 Details of TAB procedures employed.

.3 Calculations procedures.

.4 Summaries.

1.15 TAB REPORT

.1 Format in accordance with National Environmental Balancing Bureau (NEBB).

.2 TAB report to show results in SI units and to include:

.1 Project record drawings.

.2 System schematics.

.3 Submit 2 copies of TAB Report to Engineer for verification and approval, in English in D-ring binders, complete with index tabs.

1.16 VERIFICATION

.1 Reported results subject to verification by Engineer.

.2 Provide personnel and instrumentation to verify up to 30% of reported results.

.3 Number and location of verified results as directed by Engineer.

.4 Pay costs to repeat TAB as required to satisfaction of Engineer or the Owner.

1.17 SETTINGS

.1 After TAB is completed to satisfaction of Engineer or Owner, replace drive guards, close access doors, lock devices in set positions, ensure sensors are at required settings.

.2 Permanently mark settings to allow restoration at any time during life of facility. Do not eradicate or cover markings.

1.18 COMPLETION OF TAB

.1 TAB considered complete when final TAB Report received and approved by Engineer.

1.19 AIR SYSTEMS

.1 Standard: TAB to most stringent of ASHRAE, SMACNA, or NEBB.

.2 Do TAB of following systems, equipment, components, controls:

.1 Supply Fan (SF-1) serving the pump room.

Page 506: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 15950 Tender No. T-2338-2019 TESTING, ADJUSTING AND BALANCING OF Towers Pump Station MECHANICAL SYSTEMS 2019-02/172057 Page 5 of 5

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\15950.doc: February 19, 2019

.2 Supply Fan (SF-2) serving the electrical room.

.3 Electric Fan Heaters (EH-1, EH-2).

.4 Motorized dampers (DM-1, DM-2, DM-3).

.5 Controls.

.3 Qualifications: personnel performing TAB qualified to standards of AABC and/or NEBB; company or personnel in good standing of AABC and/or NEBB.

.4 Quality assurance: perform TAB under direction of supervisor qualified to standards of NEBB and/or AABC.

.5 Measurements: to include as appropriate for systems, equipment, components, controls: air velocity, static pressure, flow rate, pressure drop (or loss), temperatures, duct cross-sectional area, RPM, electrical power, voltage, noise, vibration.

.6 Locations of equipment measurements: to include as appropriate:

.1 Inlet and outlet of dampers, filter, coil, fan, other equipment causing changes in conditions. .2 At controllers, controlled device.

.7 Locations of systems measurements to include as appropriate: main ducts, main branch, sub-branch, run-out (or grille, register or diffuser).

1.20 OTHER TAB REQUIREMENTS

.1 General requirements applicable to work specified this paragraph:

.1 Qualifications of TAB personnel: as for air systems specified this section.

.2 Quality assurance: as for air systems specified this section.

1.21 SYSTEM BALANCE VALUES

.1 Refer to drawings and mechanical schedules.

END OF SECTION

Page 507: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16010 Tender No. T-2338-2019 ELECTRICAL: GENERAL REQUIREMENTS Towers Pump Station 2019-02/172057 Page 1 of 10

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16010.doc: February 19, 2019

Part 1 General

1.1 GENERAL

.1 This Section covers items common to Sections of Division 16.

1.2 CODES AND STANDARDS

.1 Except where specified otherwise, do complete installation in accordance with CSA C22.1 Part I and as amended for use in the British Columbia, henceforth alternatively referred to as the Rules and Regulations.

.2 Do overhead and underground systems in accordance with CSA C22.3, No.1 and CSA C22.3 No. 7, except where specified otherwise.

.3 Abbreviations for electrical terms: to CSA Z85.

.4 In addition to the above, the requirements related to electrical installations that are not governed by the Rules and Regulations but are required by the BC Building Code, and the WorksafeBC, shall be met.

1.3 CARE, OPERATION AND START-UP

.1 Refer to Section 01751 for Pre-start-up, Start-up and Commissioning requirements.

.2 Instruct operating personnel in the operation, care and maintenance of equipment.

.3 Arrange and pay for services of manufacturer's qualified field service representative (FSR) to supervise start-up of installation, check, adjust, balance and calibrate components.

.4 Provide these services for such period, and for as many visits as necessary to put equipment in operation, and ensure that operating personnel are conversant with all aspects of its care and operation.

.5 Submit a service and commissioning report, by the FSR, for each applicable piece of equipment or system.

1.4 UTILITY COORDINATION

.1 Submit all pertinent information to the electrical utility and when requested, to Technical Safety BC. Ensure proper coordination between each utility protection device and site incoming service breaker. Include short circuit ratings of the service entrance breaker and, where applicable, motor control centre components. Forward any recommended changes to Engineer for approval prior to making such changes.

.2 At the pumps station a new 100 A, 120/240 V, 1 phase, 3 wire overhead service is required to the electrical building service breaker. Coordinate new service and power conductor supply and installation with BC Hydro.

Page 508: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16010 Tender No. T-2338-2019 ELECTRICAL: GENERAL REQUIREMENTS Towers Pump Station 2019-02/172057 Page 2 of 10

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16010.doc: February 19, 2019

.3 Coordinate work with BC Hydro and carry out the work in accordance with BC Hydro standards and requirements.

1.5 VOLTAGE RATINGS

.1 Operating voltages: to CAN3-C235.

.2 Electric equipment to operate satisfactorily at 60 Hz within normal operating limits established by above standard. Equipment to operate in extreme operating conditions established in above standard without damage to equipment.

1.6 PERMITS, FEES AND INSPECTION

.1 Submit to Technical Safety BC the necessary number of drawings and specifications for examination and approval prior to commencement of work.

.2 Pay associated fees.

.3 Upon request of Contractor, Engineer will provide drawings and specifications to Contractor, as required by Technical Safety BC at no cost.

.4 Notify Engineer of changes required by Technical Safety BC branch prior to making changes.

.5 Furnish Certificates of Acceptance from Technical Safety BC and authorities having jurisdiction on completion of work. The Contractor’s Declaration of Completion, countersigned by the Electrical Inspector will be accepted as the Final Certificate.

.6 Pay all fees and charges for FSR for testing, start-up, and commissioning of equipment.

1.7 MATERIALS AND EQUIPMENT

.1 Equipment and material to be of manufacturer’s current design and to be certified by CSA or an equivalent certification agency as identified in the Rules and Regulations. Where there is no alternative to supplying equipment which is thus certified, obtain special approval from Technical Safety BC.

.2 Factory assemble control panels and component assemblies.

.3 Listing of a company as an acceptable manufacturer or supplier of equipment and materials is conditional to compliance with the specified requirements.

.4 Uniformity of equipment: Materials and equipment of similar or identical nature shall be of same manufacture and type.

.5 Upgrades to existing equipment: materials and equipment required for modifications to existing electrical equipment to be supplied and installed by the manufacturer’s service group.

Page 509: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16010 Tender No. T-2338-2019 ELECTRICAL: GENERAL REQUIREMENTS Towers Pump Station 2019-02/172057 Page 3 of 10

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16010.doc: February 19, 2019

1.8 FINISHES

.1 Shop finish metal enclosure surfaces by application of rust resistant primer inside and outside, and at least two coats of finish air dry enamel.

.1 Paint outdoor electrical equipment "dark transformer green" finish to EEMAC Y1-2.

.2 Paint indoor switchgear and distribution enclosures and outdoor junction boxes light grey air dry enamel to EEMAC 2Y-1.

.2 If acceptable to Engineer, clean and touch up surfaces of shop-painted equipment scratched or marred during shipment or installation, to match original paint.

.3 Clean and prime exposed non-galvanized hangers, racks and fastenings to prevent rusting.

.4 If acceptable to Engineer, apply Galvacon touch-up paint to damaged portions of galvanized threads and surfaces.

1.9 EQUIPMENT IDENTIFICATION

.1 Identify electrical equipment, instruments, control devices and mechanical equipment which have an electrical component with nameplates and labels as follows.

.2 Nameplates:

.1 Lamacoid 2-ply, 3 mm thick plastic engraving sheet, white face, black backing, attached with foam-tape 3M Scotch-Mount No. 4032 adhesive backing where used in controlled environment indoor areas and with self tapping screws (rivetting not acceptable) where used outdoors or in wet, damp or contaminated indoor areas. Epoxy glued where integrity of enclosure would be impeded by screwholes.

NAMEPLATE SIZES Size 1 13 x 50 mm 1 line 4 mm high letters Size 2 13 x 70 mm 1 line 4 mm high letters Size 3 20 x 50 mm 2 lines 4 mm high letters Size 4 20 x 70 mm 2 lines 4 mm high letters Size 5 27 x 70 mm 3 lines 4 mm high letters Size 6 27 x 90 mm 4 lines 3 mm high letters Size 7 70 x 150 mm as required min. 10 mm high letters

.3 Labels:

.1 Embossed plastic labels with 6 mm high letters unless specified otherwise, for use inside cabinets and panels only.

.4 Nameplates shall include the device, loop number, and the description from the single line diagrams and schematics as typically shown below.

Page 510: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16010 Tender No. T-2338-2019 ELECTRICAL: GENERAL REQUIREMENTS Towers Pump Station 2019-02/172057 Page 4 of 10

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16010.doc: February 19, 2019

.5 Nameplate sizes shall be verified as being adequate before they are fabricated.

.6 Nameplates for terminal cabinets and junction boxes to indicate system and/or voltage characteristics.

.7 Disconnects, starters and contactors: indicate equipment being controlled and voltage.

1.10 CONDUIT AND CABLE IDENTIFICATION

.1 Identify conduits and cables which are numbered on the drawings or schedules using the alpha-numeric tag number as shown. Attach a tag at each point of termination or connection.

.2 Identify conduits and cables installed in non-hazardous or non-corrosive indoor areas or within enclosures with white nylon marker plates, Panduit #MP xxx-C, fastened with locking-type black nylon ties. Use intermediate grade ties, Panduit #PLT xxI-CO. If tie also serves as cable strap, use heavier grade tie.

.3 Identify conduits and cables installed outdoors or in hazardous or corrosive areas with stainless steel, embossed metal marker plate, Panduit #MMP, fastened with stainless steel, Panduit #MLT PANSTEEL ties. Use #304 or #316 stainless steel as appropriate.

.4 Identify conduits and cables installed in areas where they are subjected to chemical attack with stainless steel marker plates as specified above and fastened with Panduit #PLT xx - x76 Pan-Ty TEFZEL ties.

.5 Provide the required embossing and printing equipment, complete with software where applicable. Keep equipment on-site until plant commissioning is complete.

.6 Catalogue numbers specified are for the purpose of illustrating features and quality of the conduit and cable identification system. Products from other manufacturers are acceptable subject to meeting or exceeding the specified products.

1.11 WIRE IDENTIFICATION

.1 Identify control and instrument wires with permanent, indelible numbered markings on both ends of wires, i.e. at all points of terminations and splices. Characters to be no less than 2 mm high. Numbering shall not be handwritten.

.2 Unless otherwise specified or shown, wire numbers and terminal block numbers shall be the same.

P-101 WATER PUMP #1

SF-250 CHEMICAL ROOM

SUPPLY FAN

Page 511: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16010 Tender No. T-2338-2019 ELECTRICAL: GENERAL REQUIREMENTS Towers Pump Station 2019-02/172057 Page 5 of 10

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16010.doc: February 19, 2019

.3 Maintain phase sequence and colour coding of wires throughout.

.4 Colour code wires to CSA C22.1 and as follows:

.1 Power wires: phase A-B-C from left to right or front to back, red-black-blue

.2 Neutral: white

.3 AC, control: blue

.4 AC, ground: green

.5 DC + (ungrounded): red

.6 DC- (grounded): black

.7 Instrument wires: shielded twisted pairs, white for higher potential, black for lower potential, grey overall jacket.

.8 Taping for the purpose of colour coding will not be accepted for conductors less than #2 AWG.

1.12 CONDUCTOR TERMINATIONS

.1 Lugs, terminals, screws used for termination of conductors to be suitable for copper and aluminum conductors.

1.13 MANUFACTURERS AND APPROVAL LABELS

.1 Visible and legible after equipment is installed.

1.14 WARNING SIGNS

.1 As specified and to meet requirements of Technical Safety BC and Engineer.

.2 Decal signs, minimum size 175 x 250 mm.

1.15 CONDUIT AND CABLE INSTALLATION

.1 Install conduit and sleeves prior to pouring of concrete. Sleeves through concrete, unless otherwise shown: Schedule 40 PVC, sized for free passage of conduit and cable, and protruding 50 mm.

.2 Install cables, conduits, and fittings to be plastered over, neatly and close to building structure so furring can be kept to minimum.

1.16 LOCATION OF WIRING, OUTLETS, AND EQUIPMENT

.1 Wiring, outlets and equipment locations shown on the drawings are of a general nature.

.2 Drawings do not show all conduits, cables and equipment. Those shown are in diagrammatic form only. Provide all wiring required to complete the systems.

.3 Change location of outlets at no extra cost or credit, providing distance does not exceed 1000 mm, and information is given before installation.

Page 512: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16010 Tender No. T-2338-2019 ELECTRICAL: GENERAL REQUIREMENTS Towers Pump Station 2019-02/172057 Page 6 of 10

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16010.doc: February 19, 2019

.4 Check the location of all items fed by conduit embedded in or below the floor slab. Ensure that the conduit is located correctly.

1.17 MOUNTING HEIGHTS

.1 Mounting height of equipment is from finished floor (AFF) to centreline of equipment unless specified or indicated otherwise.

.2 If mounting height of equipment is not specified or indicated, verify before proceeding with installation.

.3 Install electrical equipment at the following heights unless indicated otherwise:

.1 Switches: 1400 mm.

.2 Wall receptacles: .1 General: 400 mm. .2 Process areas: 1000 mm. .3 Above top of continuous baseboard heater: 200 mm.

.3 Panelboards: as required by Code or as indicated.

.4 Thermostats: 1400 mm.

1.18 LOAD BALANCE

.1 Measure phase current with normal loads operating at time of acceptance. Adjust panelboard branch circuit connections as required to obtain best balance of current between phases and record changes.

.2 Measure phase voltages at loads and, where applicable, adjust transformer taps to within 2% of rated voltage of equipment.

.3 Submit, at completion of work, a report listing phase voltages, phase currents and if applicable, neutral currents on panelboard and motors, operating under normal load. State hour and date on which each load was measured, and voltage at time of test.

1.19 QUALITY CONTROL

.1 Test, calibrate and, unless otherwise specified, program and configure the new works to ensure that they are operating in accordance with the intent of the drawings and specifications. Any clarification required as to the intent of the drawings and specifications must be obtained prior to bid closing.

.2 Supply all necessary instruments, meters, equipment and qualified personnel to perform tests and calibrations.

.3 Furnish manufacturer's certificate or letter confirming that entire installation, as it pertains to each system, has been installed to manufacturer's instructions.

Page 513: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16010 Tender No. T-2338-2019 ELECTRICAL: GENERAL REQUIREMENTS Towers Pump Station 2019-02/172057 Page 7 of 10

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16010.doc: February 19, 2019

.4 Insulation resistance testing:

.1 Megger circuits, feeders and equipment up to 350 V with a 500 V instrument; use a 1000 V instrument for system voltages above 350 V. Note: Disconnect cables connected to instruments, controllers and similar devices.

.2 Check resistance to ground before energizing.

.3 Carry out tests in presence of Engineer.

.4 Provide instruments, meters, equipment and personnel required to conduct tests during and at conclusion of project. Instruments should be calibrated within the last 12 months.

.5 Submit test results for Engineer's review.

.5 Check electrical equipment and motor nameplates to ensure that the breakers, fuses, overload heaters and conductors are sized in accordance with the Rules and Regulations.

.6 Ensure that circuit protective devices such as overcurrent trips, relays, fuses, and the like, are set to required values.

.7 Provide Engineer with list of test results including, but not limited to, the following:

.1 Nameplate full load current of each motor.

.2 Measured operating current of each motor.

.3 Cat. No. and current range of installed O/L heater or settings, as applicable.

.4 Setting of circuit breakers.

.5 Settings of all protective relays.

.6 Thermostat settings.

.7 Calibration calculations.

.8 Analog and control setpoints.

.9 Parameter setting record sheets for devices and equipment which need programming, e.g. UV control panel, chlorination control, and the like.

.10 All other relevant and similar data.

.8 Submit a completed Motor Data Sheet as shown appended to this Section.

1.20 GUARDING

.1 Guard exposed live equipment during construction for personnel safety.

.2 Shield and mark live parts "LIVE 120 VOLTS", or with appropriate voltage.

1.21 PROTECTION

.1 Protect equipment and material from the weather, moisture, dust and physical damage.

.2 Cover equipment openings and open ends of conduit piping and pullboxes as work progresses. Failure to do so will result in the Contractor being required to adequately clean or replace materials and equipment at no extra cost to the Owner.

.3 Refinish damaged or marred factory finish to as-new condition.

Page 514: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16010 Tender No. T-2338-2019 ELECTRICAL: GENERAL REQUIREMENTS Towers Pump Station 2019-02/172057 Page 8 of 10

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16010.doc: February 19, 2019

.4 Protect all existing services encountered. Obtain instructions from the Engineer when existing services require relocation or modification, further to that defined in these contract documents.

1.22 CLEANING

.1 Do final cleaning in accordance with GC 4.14.

1.23 WORKMANSHIP

.1 Workmanship shall be in accordance with well established practice and standards accepted by Engineer.

.2 The Engineer has the right to reject any item of work that does not conform to the contract documents and accepted standards of performance, quietness of operations, finish and appearance.

1.24 SEISMIC RESTRAINTS

.1 Provide seismic restraints for cable tray, luminaries, control panels and the like in accordance with Section 15072 - Vibration Isolation and Seismic Control Measures.

1.25 DRAWINGS AND MEASUREMENTS

.1 Drawings are generally diagrammatic and are intended to indicate the scope and general arrangement of the work. Do not scale the drawings.

.2 Take field measurements where equipment and material dimensions are dependent upon buildings.

.3 Ensure adequate clearance in front of all electrical panels and equipment.

.4 Ensure that all suppliers of equipment and material have sufficient information to determine that their equipment and material is suitable for the intended use shown in these documents.

1.26 EXAMINATION

.1 Locations shown on the Drawings must be verified and the responsibility for any error resulting from failure to exercise such precaution shall be the responsibility of this Contractor.

.2 Examine the documents for details of work included. Obtain written clarification from the Engineer, in the event of conflict within the Specification, between the Specification and Drawings, or in the Drawings. Obtain written clarification from the Engineer if work affecting the installation is not clear.

1.27 SHOP DRAWINGS AND PRODUCT DATA

.1 Submit shop drawings and product data as specified.

Page 515: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16010 Tender No. T-2338-2019 ELECTRICAL: GENERAL REQUIREMENTS Towers Pump Station 2019-02/172057 Page 9 of 10

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16010.doc: February 19, 2019

.2 Shop drawings depicting schematic and single line diagrams, connection diagrams, panel layouts, and the like must be prepared by electronic drafting means.

.3 Include information for the following:

.1 Electrical distribution equipment, such as panelboards.

.2 Lighting equipment including ballasts and applicable photometrics with coefficient of utilization tables.

.3 Instrumentation equipment.

.4 Information for the above listed items to include, but not be limited to, wiring diagrams, bills of materials, dimensional data and operating descriptions. Catalogue sheets may be submitted as shop drawings provided they are for actual piece of equipment supplied; literature which covers an entire family of equipment is only acceptable if the equipment proposed is clearly highlighted.

1.28 INSTALLATION INSTRUCTIONS

.1 Obtain the manufacturer's instructions necessary for the correct installation, calibration and adjustment for all equipment well in advance of commencement of shop and site work.

1.29 RECORD DRAWINGS

.1 Contractor to provide project record documents.

.2 Record drawings and information is to include but is not limited to the following:

.1 Field Instrument Manufacturer calibration certification sheets.

.2 Shop drawings, revised to as constructed status; refer also to another clause in this Section entitled Shop Drawings.

.3 Design drawings, revised to as constructed status.

.4 Instrument and calibration record forms.

.5 Data sheets with listing of programming and configuration variables of such equipment as Transmitters, Metering Systems, and the like.

1.30 OPERATIONS AND MAINTENANCE MANUAL

.1 Provide operation and maintenance data for incorporation into Operation and Maintenance Manual.

.2 The data must include all information listed under another item of this Section entitled Shop Drawings and Product Data, supplemented by illustrated parts lists, catalogue numbers and detailed instructions to permit effective operation, maintenance and repair of the equipment.

.3 Include data for each type and style of device.

.4 For each manual, provide 1 print of each shop drawing, revised to as-built status, including all final settings and sizes of circuit breakers, fuses, relays, and the like.

Page 516: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16010 Tender No. T-2338-2019 ELECTRICAL: GENERAL REQUIREMENTS Towers Pump Station 2019-02/172057 Page 10 of 10

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16010.doc: February 19, 2019

.5 Information must be for actual piece of equipment supplied; literature which covers an entire family of equipment is only acceptable if the equipment in use is clearly highlighted.

1.31 TERMINOLOGY

.1 Unless further qualified, the following definitions apply:

.1 Wiring - refers to any or all of conduits, cables, wires, conductors and associated fittings and hardware.

.2 Conductor - refers to the current carrying portion of an insulated or non-insulated wire.

.3 Wire - refers to a single, insulated conductor.

.4 Cable - refers to an assembly of a single or multiple wires with shield, jacket, sheath or armour.

.5 Field wiring - refers to wiring outside a control panel or kiosk.

.2 Wherever the term 'duct' appears, it applies equally to conduit.

Part 2 Products Not Used

Part 3 Execution Not Used

END OF SECTION

Page 517: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 1 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

1 General

1.1 REQUIREMENTS

.1 This section is a general specification for the supply and installation of the electrical systems and components, as identified here-in.

.2 The scope of the work for this project is identified on the drawings.

.3 Not all systems and components identified in this specification section are required for this project.

.4 Components and systems identified is this section that are required to complete the scope of the work, or are incidental to complete the scope of work, or is required by other specification sections, shall be supplied and installed in accordance with the relevant parts of this section.

1.2 SHOP DRAWINGS AND PRODUCT DATA

.1 Submit shop drawings and product data in accordance with the requirements of Division 1 and Section 16010 – Electrical: General Requirements.

1.3 OPERATION AND MAINTENANCE DATA

.1 Provide operation and maintenance data for inclusion into manual specified in Section 16010 – Electrical: General Requirements and Division 01.

1.4 POWER SERVICE

.1 Refer to Utility Coordination in Section 16010 - Electrical: General Requirements.

2 Products

2.1 CONDUITS

.1 Conduit sizes, unless otherwise specified, are given in metric trade sizes as listed in the Rules and Regulations.

.2 Minimum size 21 mm, except as otherwise specified.

.3 Abbreviations shown in brackets correspond to type identification shown on drawings.

.4 Rigid aluminum threaded conduit (RA), to CSA C22.2 No. 45 and No. 18.

.5 Rigid PVC conduit (RPVC) to CSA C22.2 No. 211.2.

.6 Rigid DB2 PVC conduit, to CSA C22.2, No. 211.1.

Page 518: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 2 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

.7 Liquid-tight flexible metal conduit (FLC), to CSA C22.2, No. 56 from flat spiral-wound galvanized steel strip, smooth inside, Thomas and Betts Type CSA.

.8 Liquid-tight flexible non-metallic conduit (FNC), to CSA C22.2, No. 227.2, Hubbell Polytuff Gray, Thomas and Betts Type LTC.

2.2 CONDUIT FASTENINGS AND SUPPORTS

.1 One hole malleable iron straps to secure surface conduits 50 mm and smaller. Two hole steel straps for conduits larger than 50 mm.

.2 For outdoor and corrosive environment applications, two hole ultra-violet stabilized PVC straps to secure surface conduits 50 mm and smaller. Two hole PVC-coated steel straps for conduits larger than 50 mm.

.3 Beam clamps to secure conduits to exposed steel work.

.4 Channel type supports for two or more conduits at spacing required by the Rules and Regulations.

.5 6 mm diameter threaded rods to support suspended channels.

2.3 CONDUIT FITTINGS AND COUPLINGS

.1 Fittings: manufactured for use with conduit specified. Coating: same as conduit.

.2 Factory "ells" where 90° bends are required for 25 mm and larger conduits.

.3 Liquid tight connectors for flexible conduit; dry-type will not be accepted.

.4 Non-metallic connectors for non-metallic conduits.

.5 Threaded couplings for metal conduit. Solvent-weld couplings for PVC conduit.

2.4 WARNING TAPE

.1 Red (or Yellow) plastic tape, Brady No. 91295.

2.5 PULLSTRING

.1 6 mm stranded nylon pull string, tensile strength 5 kN.

2.6 WIREWAYS

.1 Sheet steel with hinged cover to give uninterrupted access, non-metallic (polyester or fibreglass) in outdoor and corrosive environments.

.2 Cross section dimensions: minimum 50 x 50 mm.

Page 519: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 3 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

.3 Finish: baked grey enamel for metallic enclosures.

.4 Elbows, tees, couplings and hanger fittings manufactured as accessories to wireway supplied.

2.7 BUILDING WIRES

.1 Compliance: CSA C22.2, No. 38.

.2 Conductors: stranded; solid conductors will not be accepted.

.3 Copper conductors: size as specified, with 600 V insulation of chemically cross-linked thermosetting polyethylene material rated RW90.

2.8 ETHERNET AND FIBRE OPTIC CABLING

.1 All Ethernet cabling and components must be CAT6 or better, as defined by TIA/EIA-568-A.

2.9 TECK CABLES AND CONNECTORS

.1 Compliance: CSA C22.2, No. 03 and No. 131.

.2 CSA Type TECK.

.3 Conductors:

.1 Grounding conductor: copper.

.2 Circuit conductors: copper, size as indicated.

.4 Insulation:

.1 Chemically cross-linked thermosetting polyethylene rated type RW90.

.2 600 V insulation for circuits up to nominal 240 VAC.

.3 1000 V insulation for circuits above 240 VAC.

.5 Inner jacket: thermosetting polyvinyl chloride material.

.6 Armour: interlocking aluminum.

.7 Overall covering: polyvinyl chloride material, rated -40°C and meeting low gas emission and FT4 flame test requirements set forth in CSA C22.2, No. 03.

.8 Fastenings and Supports:

.1 Refer to another clause in this specification, entitled Conduit Fastenings.

.2 6 mm dia threaded rods to support suspended channels.

Page 520: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 4 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

.3 Except as otherwise noted, cable ties are only to be used with the approval of the Engineer and shall meet the requirements specified in Section 16010 – Electrical: General Requirements.

.9 Connectors:

.1 Watertight, approved for TECK cable; dry-type not accepted.

.2 Approved for hazardous location where applicable.

.3 Acceptable products: Thomas and Betts "STAR TECK" series.

2.10 FLEXIBLE CABLES

.1 Compliance: CSA C22.2, No. 49.

.2 CSA Type SOW, size and number of conductors as shown.

.3 Other flexible cable as factory-supplied with equipment.

2.11 SHIELDED CABLES

.1 Compliance CSA C22.2 No. 239.

.2 CSA Type CIC (unarmoured) for installation into conduit.

.3 CSA Type ACIC (armoured) for surface or direct buried installation, or installation into non-magnetic conduit.

.4 Common features:

.1 Single or multiple twisted pair #16 AWG copper conductors, number as specified.

.2 300 V insulation, except 600 V insulation where required by the Rules and Regulations for installation on common raceway (tray) with other 600 V circuits.

.3 Shield with drain wire for each pair and overall shield with drain wire for multiple pair cables.

.4 PVC outer jacket, 90°C and -40°C, FT-4 rated.

.5 Acceptable products, in alphabetical order:

.1 for CSA Type CIC (unarmoured) - Belden Series 224XX

- Nexans Series 900 000 - Shawflex Series 6B021M16XX

Page 521: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 5 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

.2 For CSA Type ACIC (armoured)

- Belden Series 245XX (aluminum armour) - Nexans Series 910 000 (aluminum armour) - Shawflex Series 6B222M16XX (aluminum armour)

.3 The above product numbers are for 300 V-rated cables; adjust as required for 600 V-rated cables.

.6 Factory-supplied shielded cables where forming part of an instrument assembly.

2.12 PHOTOVOLTAIC CABLE

1. Conductors: stranded for 10 AWG and larger. Minimum size: 10 AWG.

2. Copper conductors: size as indicated, with 1000 V insulation of cross-linked thermosetting polyethylene material rated RPV90 XLPE.

2.13 INSTRUMENTATION WIRING

.1 Instrumentation and control wiring external of cabinets shall be as minimum:

.1 For control, no smaller than #14 AWG stranded copper or as indicated in drawings.

.2 For instrumentation, #16 AWG stranded copper or as indicated in drawings. All instrumentation wiring pairs shall be individually shielded.

.2 Control wires which terminate to a screw stud which are not equipped with terminal saddles shall be made using fork lugs that are insulated and locking.

.3 Wiring shall be free from abrasion and tool marks and shall have a minimum bending radius of 1¼ inch.

.4 Unsupported wiring on panels will not be permitted. Control wire and cable shall be formed in accordance with good wiring practices. Where cable bundles must be carried across hinges to devices mounted on doors, each cable or wire bundle shall be looped and carried between a clamp on the door and one on the fixed portion of the cabinet in such a manner that torsion and flexure in the loop shall be minimized. The cables shall be protected against abrasion with "spiral" or "snakeskin" protection material.

.5 Wiring between terminals of various devices shall be "point-to-point" (no splicing or tee connections of wire will be permitted), with wires neatly tucked along the back of the panels. Adequate support shall be provided to prevent sagging or damage from vibration in transit and operation.

.6 All wire shields / drain wires shall be grounded on the PLC side of the cable. Instrument side to be ground isolated.

Page 522: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 6 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

.7 Refer to the Instrumentation drawings.

.8 Conductor color coding as follows:

.1 120 VAC line: Black.

.2 120 VAC neutral: White.

.3 120V control: Red.

.4 Ground: Green.

.5 24 VDC +: Blue

.6 24 VDC Control: Red w/ blue strip.

.7 24 VDC -: White w/ blue strip.

.8 Input: Yellow.

.9 Output: Orange.

.10 Shielded twisted pairs: Black is positive; White or Clear is negative.

2.14 UNDERGROUND VENTILATED CABLE BUS SYSTEM

.1 System Characteristics

.1 Voltage: 600 V 3 Phase 4W

.2 Ampacity: 2500A

.3 Ambient Temperature: 30C

.4 Cable Operating Temperature: 75C

.2 The components and complete assembly of the System and its installation shall meet the requirements of the following Standards, as applicable:

.1 Canadian Electrical Code C22.1 (CE Code Part I)

.2 Canadian Standards Association

.1 CSA C22.2 #273 – Cablebus

.2 CSA C22.2 #38 – Thermoset Insulated Wires and Cables

.3 Ventilated Cable Bus Enclosure

.1 Enclosure material

.1 The cable feeder dual level enclosure shall be constructed of high strength, high conductivity, 6063-T6 corrosion resistant aluminum alloy meeting the requirements of CSA C22.2 #126.1, unless otherwise specified.

.2 Enclosure Ventilation

Page 523: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 7 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

.1 The enclosure shall be completely enclosed on both sides, and both top and bottom of the enclosure shall be ventilated with vents that do not expose the Cable Bus system nor allow mechanical penetration at 90 degrees from each surface.

.3 Cable Bus Supports Within Enclosure

.1 Cables shall be supported within the enclosure and on each level by metal supports which shall be at least 45 mm (1.77 in.) in width.

.2 The metal cable supports shall be repeated throughout the cable enclosure at regular intervals not exceeding 305 mm (12 in.).

.3 Metal supports on each successive vertical cable level shall be longitudinally offset by 1/2 of the support spacing, relative to the supports in the level immediately below.

.4 Cable Bus Clamping Within Enclosure

.1 Cable clamps shall be clamped to the metal supports at intervals not exceeding 1143 mm (48 in.).

.2 Cables shall be secured to a cable support by use of a one-piece non-ferrous metal clamp, of width equal to the underlying cable support, providing a trefoil cable arrangement.

.3 Each clamp shall be formed to provide a sufficient number of cable ports to secure the designated number of feeder cables.

.5 Power Cables

.1 Each individual power cable shall be of a single, continuous length between terminals, and shall meet the requirements of the appropriate Standard listed in above, consistent with the system design voltage.

.2 Conductors shall be of annealed uncoated Class B stranded copper, sized to meet the current load requirements.

.3 Cable Bus cable insulation shall be composed of a CSA approved high dielectric elastomeric insulation for voltages 600 volts and greater.

.4 Strand and insulation shields shall be required on all cables rated 1000 volts or greater.

.5 Nonmetallic semiconducting shields shall be of thermosetting material, compatible with the insulation material.

.6 Metallic shielding shall consist of overlapped copper tape which is annealed and uncoated.

.7 All cables, rated 600 volts and greater, shall be FT-4 rated and shall include a protective jacket.

.6 Grounding

.1 The enclosure system shall be certified as a continuous bonding conductor, with provision for a ground clamp at each end of each enclosure section.

Page 524: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 8 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

.2 A bonding conductor shall be connected at a single point to the inside wall of the enclosure system’s top level within each longitudinal section of the enclosure and considered to be an equipment bond. A system grounding conductor, if required, shall be the responsibility of the electrical contractor.

.7 Weatherproof Plate

.1 For outdoor feeder system termination points a weatherproof plate must be provided to prevent water from penetrating the termination housing. The plate shall be supplied complete by the cable bus manufacturer, pre-assembled with compatible weatherproof cable connectors and pre-drilled mounting holes with mounting hardware.

.8 Penetration Fire Seals

.1 At the entry from the exterior cable bus section to the interior section at the electrical room outside wall, all openings around the enclosure and around each individual cable within the enclosure shall be properly closed or sealed with an elastomeric three-hour rated sealing system, in compliance with the National Building Code of Canada.

.9 Concrete Encasement (for below grade installations)

.1 Provide the precast encasement as designed by the manufacturer to house the Cable Bus system. The power and off-set vents are to be positioned in accordance with the manufacturer’s technical requirements.

.2 Exterior precast encasement to be Road Grade for 39,000 lbs / axle

.3 Indoor precast encasement to be rated for 7,000 lbs.

.10 Acceptable Manufacturers

.1 Cable Bus shall be the product of United Wire & Cable (MAXIAMP Underground Cable Bus), or equivalent.

2.15 CABLE TRAYS AND SUPPORTS

.1 CSA Standard CSA22.2, No. 126.

.2 Acceptable manufacturers, subject to compliance with specified requirements, in alphabetical order: Canadian Electrical Raceways (CER), MP Husky, and Code Electric (Tech Tray).

.3 Catalogue numbers specified are for the purpose of illustrating features and to establish the grade of quality of the cable tray system. Products from other listed manufacturers which have identical features and characteristics are acceptable.

.4 Aluminum Tray:

.1 Made of 6063 aluminum with T6 temper, with minimum 100 mm loading depth.

Page 525: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 9 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

.2 Ladder-type CSA Load Class D1, with 150 mm rung spacing, CER Type LDA5 for instrumentation cables and 300 mm rung spacing for other cables.

.5 Horizontal elbows, drop-outs, tees, wyes, reducers, and plates and vertical risers as required, of same material and finish as straight lengths. Fittings: manufactured accessories for the cable tray supplied. Radii on fittings: 300 mm and 600 mm as required.

.6 Rod hangers, hanger clamps, wall mounting support brackets, and all necessary accessories as required for complete installation, made from galvanized steel or Omnistrut fibreglass for metallic and non-metallic trays respectively.

.7 Hangers, rods, minimum 12 mm diameter.

2.16 JUNCTION, PULL AND TERMINAL BOXES

.1 To CSA C22.2, No. 40.

.2 Welded steel or aluminum construction with screw-on flat covers for surface mounting in dry indoor areas.

.3 Non-metallic, PVC, fibreglass, polyester or similar materials, with screw-on covers for outdoor, wet and corrosive areas, such as chemical room and as shown on the drawings.

.4 Aluminum EEMAC Type 4 construction for larger size boxes used for outdoor surface mounting. Provide a breather fitting where box serves as a protective enclosure for other enclosed equipment.

.5 Copper free aluminum in areas classified as hazardous.

.6 Complete with terminal block kit assembly, where applicable.

.7 Provide appropriate terminations and identification in control terminal boxes (CTB) and instrument terminal boxes (ITB).

2.17 OUTLET AND CONDUIT BOXES GENERAL

.1 Compliance: CSA C22.2, No. 18.

.2 Size boxes in accordance with CSA C22.1.

.3 102 mm square or larger outlet boxes as required for special devices.

.4 Blank cover plates for boxes without wiring devices.

.5 Combination boxes with barriers where more than one system is present.

Page 526: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 10 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

.6 Boxes suitable for area classification shown or specified and where available or noted, made of same material or to have same finish as connecting conduit.

.7 Gang boxes where wiring devices are grouped.

.8 Cast FS or FD copper-free aluminum boxes with factory-threaded hubs and mounting feet for surface wiring of switches and receptacle. Pressed sheet steel boxes and sectional boxes not acceptable for surface-mounted devices.

.9 Surface-type FS or FD style fibreglass or PVC boxes with hubs and mounting feet for corrosive and wet locations, such as chemical room.

2.18 CABLE GRIPS

.1 Sized to suit cable diameter.

.2 With stainless-steel or non-metallic mesh.

2.19 FITTINGS

.1 Bushing and connectors with nylon insulated throats.

.2 Knock-out fillers to prevent entry of foreign materials.

.3 Conduit outlet bodies for conduit up to 32 mm and pull boxes for larger conduits.

.4 Double locknuts and insulated bushings on sheet metal boxes or enclosures.

2.20 SUPPORT CHANNELS

.1 C-shape, size 41 x 41 mm, 2.5 mm thick, surface mounted or suspended.

.2 Steel for dry indoor location, fibreglass for outdoor and wet and corrosive locations.

.3 Acceptable products: for fibreglass, Champion, available from Milham Industries, Delta, B.C.

2.21 SPLITTERS

.1 Compliance: CAN/CSA C22.2 - No. 76.

.2 Sheet metal enclosure, welded corner and formed hinged gasketed cover suitable for locking in closed position.

.3 Main and branch lugs or connection bars to match required size and number of connecting conductors as indicated.

.4 At least three spare terminals on each set of lugs in splitters.

Page 527: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 11 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

2.22 METER BASE

.1 Meter base/socket for underground service as indicated.

.2 To Supply Authority requirements.

2.23 MOULDED CASE CIRCUIT BREAKERS

.1 Common-trip breakers: quick-make, quick-break type with single handle for multi-pole applications.

.2 Temperature compensation for 40°C ambient. Thermal and magnetic tripping devices to provide inverse time current tripping and instantaneous tripping for overload and short circuit protection.

.3 Handle with door interlock, complete with interlock defeater mechanism.

.4 On-off locking device for operating handle.

.5 EEMAC Type 12 enclosure.

2.24 MAGNETIC MOTOR STARTERS

.1 Combination type magnetic motor starter with motor circuit interrupter.

.2 Magnetic starter, EEMAC-rated of size as indicated with 120 VAC coil, with:

.1 3-pole, ambient-compensated overloads with isolated N/C and N/O Contracts.

.2 Door-mounted manual reset button, labelled as “OVERLOAD RESET”.

.3 Accessories: Auxiliary contacts, push buttons, selector switches, pilot lights, as indicated on drawings.

.4 Power and control terminal blocks.

.3 Motor circuit interrupter with magnetic, instantaneous trip elements, with:

.1 Handle, with door interlock, complete with defeater mechanism.

.2 Adjustable trip setting from 3 to 18 times motor full load current.

.4 Charts listing motor overload heaters and motor circuit interrupter settings to be affixed to interior of door.

.5 EEMAC Type 12 enclosure; if required, use oversized enclosure to house auxiliary control devices.

2.25 PANELBOARDS

.1 Panelboard, not load centre, to CSA C22.2, No. 29.

Page 528: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 12 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

.2 Sequence phase bussing with odd numbered breakers on left and even on right, with each breaker identified by permanent number identification as to circuit number and phase. Buss bar arranged to permit installation of multi-pole branch breakers at any location.

.3 Voltage, mains, number of phases and circuits, and number and size of branch circuit breakers as indicated.

.4 Surface-mounted enclosure or mounted in a MCC, as shown on the drawings, with hinged door.

.5 Copper or aluminum bus with neutral of same ampere rating as mains.

.6 Ground bar.

.7 Mains: suitable for bolt-on breakers.

.8 Trim and door finish: baked grey enamel.

.9 "Full-width" circuit breakers moulded case with thermal and magnetic tripping; half-width type not acceptable.

.10 Common-trip breakers with single handle for multi-pole applications.

.11 Ground fault circuit interrupters (GFCI) breakers as indicated; Class A unless otherwise noted.

.12 Lock-Off/Lock-On devices for breakers serving critical circuits such as alarm and control circuits.

.13 Circuit schedule, typed on a removable cardboard for installation on inside of panel door.

2.26 LIGHTING EQUIPMENT

.1 Provide luminaires complete with lamps of type as shown on the drawings.

.2 Lamps.

.1 LED Bars, Boards and Lamps.

.1 Colour temperature 4000K unless otherwise specified. Refer to Luminaire Schedule.

.2 CRI not less than 80%.

.3 Rated life at 70% lumen maintenance (L70) minimum 110 000 hours.

.4 Power Factor at 85% of better, unless otherwise specified.

.2 Manufacturer's warranty to be no less than 3 years from date of energization.

Page 529: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 13 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

.3 Emergency Lights.

.1 Compliance: CSA Standard C22.2, No. 141.

.2 Control Unit.

.1 Supply voltage: 120 V, ac.

.2 Output voltage: 12 V dc.

.3 Operating time: 30 min.

.4 Battery: sealed, maintenance free, 10-year life, with 50% spare capacity to allow for connection of future additional light heads.

.5 Charger: solid state, multi-rate, voltage/current regulated, inverse temperature compensated, short circuit protected. Capable of restoring battery to full charge within 12 hours after a discharge of not more than 30 minutes at rated load.

.6 Solid state transfer.

.7 Low voltage disconnect: solid state, modular, to operate at 80% battery output voltage.

.8 Signal lights: solid state, life expectancy 100,000 h minimum, for 'AC Power ON' and 'High Charge'.

.9 Cabinet: EEMAC Type 12. Wall or shelf mounting as applicable, with provision for wiring entry.

.10 Ready access to battery.

.11 With integral lamp heads and provision for remote heads.

.12 Auxiliary equipment:

.1 Lamp disconnect switch.

.2 Test switch.

.3 Time delay relay upon return of normal power.

.4 ac input and dc output terminal blocks inside cabinet.

.5 Shelf or bracket as required.

.6 Cord and single twist-lock plug connection for ac connection.

.7 RFI suppressors.

.3 Lamp Heads

.1 Swivel-type integral on unit, 360° horizontal, 180° vertical adjustment.

.2 Remote-type for installation on surface-mounted box, with swivel-type adjustment.

.3 Remote, adjustable gimbal-type for installation in T-bar ceiling.

.4 Lamp type: LED, sealed-beam.

Page 530: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 14 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

2.27 ALARM STROBES

.1 Detected chlorine leaks signal a plant wide alarm. Combined beacons/horns to be Edwards Signaling 51XBR Xtra-Brite.

2.28 LIGHTING CONTROL – EXTERIOR

.1 Wall or fixture mounting, as applicable.

.2 Capable of switching 1800 W of lighting at 120 V.

.3 Voltage variation: plus or minus 10%.

.4 Temperature range: -50°C to +40°C.

.5 Switching on lights at dusk.

.6 Switching off lights at dawn.

.7 Rated for 5000 operations.

.8 Switching time delay of minimum 30 s.

.9 Wall mounting bracket.

.10 Colour coded leads: size 10 AWG, 460 mm long.

2.29 LIGHTING CONTROLS – INTERIOR

.1 For spaces equipped with occupancy sensors and daylight harvesting photo sensors, supply and install a custom lighting control system base on the Douglas Lighting Controls WRC-3160 Dialog Room Controller.

.2 Submit shop drawings showing the proposed control and connection plan and equipment.

.3 Utilize expansion relays as required to provide switching of receptacles, where indicated.

.4 Ceiling mount occupancy sensors – Dual Technology PIR and Ultrasonic. Douglas Diversa WORSDU.

.5 Ceiling mount photoelectric sensors – Douglas WPP-INT.

2.30 LIGHT SWITCHES

.1 15 A, 120 V, single pole, double pole, three-way, four-way switches as indicated.

Page 531: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 15 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

.2 Manually-operated, general purpose, specification-grade, ac switches with following features:

.1 Terminal holes approved for No. 10 AWG wire.

.2 Silver alloy contacts.

.3 Urea or melamine moulding for parts subject to carbon tracking.

.4 Suitable for back and side wiring.

.5 Ivory or brown toggle for light or dark surrounding wall surfaces respectively.

.3 Toggle operated fully rated for tungsten filament and fluorescent lamps, and up to 80% of rated capacity of motor loads.

.4 Snap switch where used to switch a motor load.

.5 For wet and corrosive locations, such as chemical room, use IPEX/SCEPTER #VSC 15/10 cover plates.

2.31 RECEPTACLES

.1 Duplex receptacles, CSA type 5-15 R, 125 V, 15 A, U ground, premium specification-grade, with following features:

.1 Urea moulded housing.

.2 Suitable for No. 10 AWG for back and side wiring.

.3 Break-off links for use as split receptacles.

.4 Eight back wired entrances, four side wiring screws.

.5 Double wipe contacts and rivetted grounding contacts.

.2 Single receptacles CSA type 5-15 R, 125 V, 15 A, U ground, premium specification-grade, with following features:

.1 Urea moulded housing.

.2 Suitable for No. 10 AWG for back and side wiring.

.3 Four back wired entrances, 2 side wiring screws.

.3 Twistlock receptacles, specification grade, CSA type L5-15 R, 125 V, 15 A.

.4 Other receptacles with ampacity and voltage as indicated.

.5 Except as otherwise specified, ivory or brown coloured bodies for light or dark surrounding wall surfaces respectively.

.6 For wet and corrosive locations, such as chemical room, yellow melamine body Hubbell 52CM61/62.

Page 532: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 16 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

2.32 WIRING DEVICE COVER PLATES

.1 Cover plates for wiring devices from one manufacturer throughout project.

.2 Brushed stainless steel coverplates for recessed locations.

.3 Sheet metal cover plates with rounded edges for wiring devices mounted in surface-mounted metal boxes.

.4 Lever-type Ipex/Sceptre, Type VSC 15/10, switchplates for weatherproof, wet or corrosive locations.

.5 PVC coverplates for PVC boxes.

.6 Cast aluminum with double lids "cover open" type, Hubbell Series 520*WO, receptacle plates for weatherproof, wet or corrosive locations.

.7 Provide multi gang cover plates on multi gang boxes.

2.33 MANUAL MOTOR STARTERS

.1 With inverse time-limit thermal overload to match the full-load current of the protected motor.

.2 Sufficient number of poles to disconnect all ungrounded conductors.

.3 Two-speed types to be compatible with motor winding configuration.

2.34 INTRUDER SWITCHES

.1 Oiltight limit switch, 120 VAC-rated, spring-return lever or push-type operator.

.2 N/O contact to be held closed when door is closed.

.3 Provide an actuator plate or bracket on the door, suitable for the limit switch supplied.

2.35 CONNECTORS

.1 Pressure type wire connectors: with current carrying parts sized to fit copper/ aluminum conductors.

.2 Fixture type splicing connectors: with current carrying parts of copper sized to fit copper conductors 10 AWG or less.

.3 Clamps or connectors for armoured cable, flexible conduit, as required.

Page 533: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 17 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

2.36 GROUNDING

.1 Unless specifically differentiated, the terms "grounding" applies equally to the system grounding and equipment bonding requirements.

.2 Clamps for connection of conductor, size as required to electrically conductive underground water pipe or ground electrode.

.3 Rod electrodes, copper clad steel 19 mm dia by 3 m long.

.4 Grounding conductors, bare and insulated stranded copper, size as indicated.

.5 Equipment bonding conductors, bare and insulated stranded soft annealed copper size as indicated or as required by the Rules and Regulations.

.6 Insulated grounding conductors: green, insulation to match circuit conductors.

.7 Non-corroding accessories necessary for grounding system, type, size, material as required, including but not necessarily limited to:

.1 Grounding and bonding bushings.

.2 Protective type clamps.

.3 Compression type conductor to conductor connectors.

.4 Exothermic welded type conductor connectors.

.5 Bonding jumpers, straps.

.6 Pressure type conductor to equipment connectors.

.7 Ground electrode box, Thomas & Betts #51629 or Slocan #22109.

.8 All grounding connections should be cleaned of oxidation prior to connection, and protected against corrosion by corrosion inhibiting compound, such as De-ox or approved similar.

3 Execution

3.1 WIRING

.1 Wiring to be surface-installed, except where it services equipment located away from walls in which case wiring shall be installed in or below slabs, as indicated on the drawings.

.2 Where wiring is subject to mechanical injury, provide additional mechanical protection.

.3 Unless otherwise specified, do not install wiring on exterior building surfaces; instead, run conduit on inside wall and enter boxes and equipment from the back.

Page 534: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 18 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

.4 Unless otherwise specified, minimum conductor size is #12 AWG, except for control and instrumentation wiring which may be done with #14 AWG and #18 AWG respectively.

.5 Line voltage wiring for the HVAC system shall be done to the same standards as specified in this Section. Low voltage wiring method must provide protection against physical damage.

.6 Run surface wiring parallel or perpendicular to building lines; where applicable, run wiring in flanged portion of structural steel. Wherever possible, group wiring on profile channels. Do not pass wiring through structural members except as indicated.

.7 Install wiring to conserve headroom in exposed locations and cause minimum interference in spaces through which they pass.

.8 Use rigid PVC conduit or Teck cable, except where specified otherwise. If metallic conduit is required use rigid aluminum.

.9 Use liquid tight flexible metal conduit or Type SOW cable, as permitted by the Rules and Regulations, for connection to motors and other devices requiring flexible connection. Maximum length 450 mm.

.10 Where permitted by the Rules and Regulations, Teck and Teck-style cable may be used in lieu of liquid-tight conduit for motors, control and instrumentation wiring respectively.

.11 In corrosive areas, and as permitted by the Rules and Regulations, liquid-tight conduit shall be non-metallic.

.12 Use DB2 conduit, rigid PVC conduit, Teck cable or a combination thereof for wiring buried below grade or in wet and damp areas.

.13 CSA Type AC cable ("BX" cable) is not acceptable.

.14 Install plastic warning tape over underground wiring, placed 300 mm below finished grade. Minimum burial depth of conduit is 900 mm or as shown.

.15 Place U/G wiring in a sand envelope of not less than 100 mm.

.16 Slightly snake direct-buried U/G cable when laying into trench, to allow for some take-up during settlement of ground.

.17 Except as otherwise shown, maintain a separation of not less than 300 mm between analog instrumentation and power wiring where they run parallel to each other.

.18 Bend metal conduit cold. Replace conduit if kinked or flattened more than 1/10th of its original diameter.

Page 535: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 19 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

.19 Mechanically bend metal conduit over 19 mm diameter.

.20 Sleeves through concrete: Schedule 40 plastic pipe, sized for free passage of conduit or cable, and protruding 50 mm. After installation of conduit or cable, seal voids with approved compounds such as Duxseal or expandable foam material. Seal larger-sized openings, provided for passage of cables from one area to another, in a similar fashion. Seal all openings around wiring entering or leaving the wet well and building.

.21 Where it is essential that the integrity of a room or space is preserved, seal voids around sleeves, cables and conduits with fire-rated material approved for that purpose.

.22 Field threads on rigid conduit must be of sufficient length to draw conduits up tight.

.23 U/G conduit joints for PVC conduits to be done with solvent cement; push-fit couplings not acceptable unless conduit is concrete encased.

.24 Where conduits become blocked, remove and replace blocked section. Do not use liquids to clean out conduits.

.25 Dry conduits out before installing wire.

.26 Install pullstring in empty conduit.

.27 Use non-metallic boxes, fittings and straps in wet, damp and corrosive environments.

.28 Unless otherwise specified, terminate conduit sleeves and spare conduits in an coupling or end bell.

3.2 WATERPROOFING IN PITLESS ADAPTERS

.1 Wrap conduit connectors, fittings, as well as connection points, especially any exposed threads, with Denso Tape to prevent moisture from entering the electrical system.

.2 Follow the manufacturer’s recommendations and instructions strictly in the application of the tape.

3.3 INSPECTION FOR BURIED WIRING

.1 Advise Engineer a minimum of 2 working days in advance of placing conduit and cables so that they may be present during installation, including cleanout and backfilling.

3.4 FIRE RATED SEALS

.1 After installation of cables and conduits, seal voids around cables and conduits with an approved re-enterable fire stop compound, full thickness of the construction material.

Page 536: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 20 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

Trim any excess material to obtain a neat appearance; do not damage outer jacket of armoured cable. Strictly follow the fire stop manufacturer’s instructions.

3.5 WIREWAYS

.1 Wireways and auxiliary gutters may be used to facilitate multiple conduit or cable entries into an enclosure.

.2 Keep number of elbows, offsets, connections to minimum.

.3 Install supports, elbows, tees, connectors, fittings.

.4 Install barriers where required.

.5 Install gutter to full length of equipment.

3.6 BUILDING WIRES AND CABLES

.1 Do not pull spliced wires and cables inside conduits.

.2 Install multiple wires and cables into conduit simultaneously.

.3 Use CSA approved lubricants of type compatible with cable jacket to reduce pulling tension.

.4 Wherever possible, group cables on channels.

.5 Terminate cables in strict conformance with manufacturer’s instructions.

3.7 SHIELDED CABLES

.1 Unless cable has its own magnetic armour, install shielded cables for instrumentation wiring into magnetic, i.e. steel, conduit.

.2 Ground cable shield.

.3 Maintain a separation of not less than 300 mm between analog instrumentation and power wiring where they run parallel to each other.

3.8 JUNCTION AND PULL BOXES

.1 Install pull boxes in accessible locations.

.2 Only main junction boxes are indicated. Install pull boxes as required.

3.9 CABLE TRAYS AND SUPPORTS

.1 Install a complete tray system as shown and specified. Cut to length section of tray as required to fit into the available space.

Page 537: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 21 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

.2 Install cable tray on wall brackets where tray runs along structural columns or walls.

.3 Space supports as required by classification rating and weight of cables to be installed. Allow for 50% additional cable weight in determining tray support spacing. Secure tray to supports by suitable brackets and bolts.

.4 At corners provide a support installed as close as possible to the corner.

.5 Provide vertical clearance of 300 mm above the trays. This clearance can be reduced at piping or duct crossovers, but shall not be less than 150 mm.

.6 Maintain minimum 20 mm clearance between tray and concrete surfaces.

.7 All trays are shown diagrammatically on the drawings. The exact location is to be determined in the field. Determine the exact location of tray supports and runs in the field to prevent interferences with other structures and to maintain clearance for tray access.

.8 Use manufactured links to bolt individual tray lengths together or, where there is a separation between metallic tray sections, use a #4/0 copper bonding conductor between two sections.

.9 Install a #2 copper bonding conductor along the full length of the metallic tray system. Solidly bond the tray to the building steel and grounding system at the intervals required by the Rules and Regulations.

.10 Run trays parallel to building lines unless otherwise shown on the drawings.

.11 Remove sharp burrs or projections to prevent damage to cables or injury to personnel.

.12 Use beam clamps to fasten support systems to structural steel. Welding, drilling and cutting of structural steel is not permitted without approval by the Engineer.

3.10 CABLE INSTALLATION IN TRAY

.1 Arrange cables so as to provide a minimum of cable crossovers. Except where otherwise noted, use random spacing with appropriate cable derating. Do not tie random spaced cables in horizontal tray.

.2 Maintain specified cable spacing for cables designated for maintained spacing.

.3 Lay cables into cabletray. Use rollers when necessary to pull cables.

.4 Provide cable support in cabletrays inclined by more than 30° and in vertical cable trays if vertical distance exceeds 2 m or if cables terminate vertically, to an enclosure or box. Position cable ties such that they cause no damage to other cables being pulled.

.5 Provide mechanical support for cables which exit trays.

Page 538: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 22 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

.6 Generally, install cables of different voltage classes in separate trays. Where a common tray is shown on drawings, separate the cables for different voltage classes from each other by barriers as manufactured by the tray manufacture.

.7 After installation of cables, seal voids around cables and cable tray where they pass through an exterior wall or a fire-rated wall with an approved re-enterable fire stop compound. Trim any excess materials to obtain a neat appearance. Strictly follow the fire stop manufacturer’s instructions.

3.11 CONDUIT AND OUTLET BOXES

.1 Use FS-style boxes for surface installations; sheet steel utility boxes not acceptable.

.2 Use non-metallic boxes in wet, damp or corrosive areas.

.3 Support boxes independently of connecting conduits and cables.

.4 Provide correct size of openings in boxes for conduit and cable connections. Reducing washers not allowed.

3.12 WIRING DEVICES

.1 Install wiring devices as indicated.

.2 Do not use coverplates meant for flush outlet boxes on surface-mounted boxes.

3.13 CONNECTORS

.1 Remove insulation carefully from ends of conductors.

.2 Install mechanical pressure type connectors and tighten screws with appropriate compression tool recommended by manufacturer. Installation shall meet secureness tests in accordance with CSA C22.2, No. 65.

.3 Install fixture type connectors and tighten. Replace insulating cap.

3.14 FASTENING AND SUPPORTS

.1 Secure equipment to metal members by clamping or by drilling and tapping. Welding will not be acceptable.

.2 Secure equipment to poured concrete with non-corroding expandable inserts.

.3 Support equipment, conduit or cables using clips, spring loaded bolts, cable clamps designed as accessories to basic channel members. In outdoor or corrosive areas use non-metallic, stainless steel or brass materials and brass or stainless steel screws and bolts.

Page 539: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 23 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

.4 Fasten exposed conduit or cables to structures or support system using PVC straps or other non-metallic straps. Straps exposed to daylight must be of ultra-violet stabilized materials.

.5 Suspended support systems:

.1 Support individual cable or conduit runs with 6 mm dia threaded rods and spring clips.

.2 Support 3 or more cables or conduits on channels supported by 6 mm dia threaded rod hangers where direct fastening to building construction is impractical.

.6 For surface mounting of 3 or more conduits or cables use channels at spacing in accordance with the Rules and Regulations.

.7 Provide brackets, frames, hangers, clamps and related types of support structures as required to support conduit and cable runs.

.8 Ensure adequate support for raceways and cables dropped vertically to equipment where there is no wall support.

.9 Do not use wire lashing or perforated strap to support or secure raceways or cables.

.10 Do not use supports or equipment installed for other trades for conduit or cable support except with permission of other trade and approval of Engineer.

.11 Install fastenings and supports as required for each type of equipment, cables and conduits, and in accordance with manufacturer's installation recommendations.

3.15 LIGHTING EQUIPMENT

.1 Locate and install luminaires as required and in accordance with manufacturer's instructions.

.2 Support luminaires level and plumb and true with structure and other equipment in horizontal or vertical position as intended. Install wall or side bracket mounted luminaire housings rigidly and adjust to a neat flush fit with mounting surface.

.3 Hang and mount luminaires to prevent distorting frame, housing, sides or lens.

.4 Connect suspended fluorescent luminaires to splice box through a length of flexible conduit.

.5 Use stainless steel fixture chain, hangers or rigid steel conduit for suspended luminaires in dry locations; stainless steel chain or nylon covered stainless steel wire in wet, unheated or corrosive areas. EMT is not acceptable for hanging luminaries.

.6 Use aligning channels approved as raceway for mounting suspended continuous row luminaires in dry locations.

Page 540: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 24 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

.7 Align luminaires mounted in continuous rows to form straight uninterrupted line.

.8 Align luminaires mounted individually parallel or perpendicular to building grid lines.

.9 Remove any noisy ballasts from the luminaires and replace at no additional cost to the Owner prior to completion and final acceptance of the installation.

.10 Emergency lights:

.1 Fill batteries delivered in dry state with electrolyte.

.2 Install unit equipment and remote mounted fixtures as indicated.

.3 Direct heads as required to obtain optimum illumination.

.11 Completely clean all luminaires, including lenses, lamps, hangers and interiors at completion of project and before final acceptance of project.

.12 Perform tests in accordance with Section 16010 – Electrical: General Requirements. Do not megger the luminaires.

3.16 SUBMERSIBLE PUMPS

.1 Cables to be installed directly to the junction boxes adjacent to the pitless adapters, without making a splice in the well.

.2 Where required, suspend cables from hooks using cable grips.

.3 Do not cut off excess lengths of flexible power and control cables; neatly coil any excess cable and attach to hooks with nylon ties.

3.17 GROUNDING SYSTEM

.1 Install complete system grounding and equipment bonding systems including number of electrodes, conductors, connectors and accessories to conform to requirements of Contract Administrator, and local authority having jurisdiction over installation.

.2 Install a grounding conductor in each conduit run unless otherwise indicated.

.3 Install connectors in accordance with manufacturer's instructions.

.4 Protect exposed grounding conductors from mechanical injury.

.5 Make buried connections to electrodes using copper welding by exothermic process or high pressure compression connectors. Bolt-type connectors are not acceptable.

.6 Install an electrode box, placed flush with finished grade, high pressure compression connectors. Bolt-type connectors are not acceptable for access to top of ground rods.

Page 541: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16050 Tender No. T-2338-2019 ELECTRICAL INSTALLATION Towers Pump Station 2019-02/172057 Page 25 of 25

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16050.doc: February 19, 2019

.7 Use mechanical connectors for grounding connections to equipment provided with lugs.

.8 Use Penetrox "E" joint compound on all connections.

.9 Soldered joints not permitted.

3.18 FIELD QUALITY CONTROL

.1 Perform tests in accordance with Section 16010 – Electrical: General Requirements.

.2 Identify each phase conductor of feeders and check phase rotation for 3-phase systems.

.3 Check each feeder for continuity, short circuits and grounds. Ensure resistance to ground of circuits is not less than 50 megohms.

.4 Perform ground continuity and resistance tests using method appropriate to site conditions and to approval of Engineer, to ensure compliance with the Canadian Electrical Code, but not to be less than 5 ohms. The test to include the complete grounding system.

.5 Provide Engineer with list of test results.

.6 Remove and replace entire length of cable if cable fails to meet any of test criteria.

END OF SECTION

Page 542: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16263 Tender No. T-2338-2019 VARIABLE FREQUENCY DRIVES Towers Pump Station 2019-02/172057 Page 1 of 6

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16263.doc: February 19, 2019

1 General

1.1 DESCRIPTION

.1 The following specification describes the minimum requirements for the design, fabrication, test, installation and documentation of the variable frequency drive (VFD) controller.

.2 The performance characteristics of the VFD shall match the performance characteristics of the pumps they are driving.

1.2 CODES AND STANDARDS

.1 If this specification or the referenced drawings conflict in any way with the requirements of the applicable codes and/or standards, the more rigorous requirement shall prevail. Contractor shall be responsible for the compliance with applicable codes and/or standards.

.2 The equipment shall be designed, manufactured and tested in accordance with the latest applicable revisions of the following standards: IEEE 519.

.3 All units to be UL listed, CSA approved.

1.3 SOURCE QUALITY CONTROL

.1 The manufacturer of the convertor and invertor and controls shall be ISO 9000 certified.

.2 Conduct equipment inspection at manufacturer’s plant.

.3 Provide manufacturer’s type test certificates.

.4 Submit written test results to Engineer.

.5 Include written test results in the VFD section of the Maintenance Manual.

1.4 SHOP DRAWINGS

.1 Submit shop drawings and product data in accordance with specified submittals.

.2 Include final approved drawings in the Maintenance Manual.

1.5 MOUNTING

.1 Variable frequency drive controller shall be wall mounted as shown in the electrical drawings.

1.6 OPERATION AND MAINTENANCE DATA

.1 Provide data for incorporation into Maintenance Manual specified in Operating and Maintenance Data and Section 16010 - Electrical: General Requirements.

1.7 MANUFACTURER

.1 Approved products:

Page 543: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16263 Tender No. T-2338-2019 VARIABLE FREQUENCY DRIVES Towers Pump Station 2019-02/172057 Page 2 of 6

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16263.doc: February 19, 2019

.1 Yaskawa A1000

.2 Cutler Hammer SVX9000

.3 Allen Bradley Powerflex

.4 Danfoss Vacon

.5 Or approved equal

2 Products

2.1 SOURCE POWER

.1 Nominal source power: 120/240 volt, 1 phase, 60 Hz.

2.2 EQUIPMENT REQUIREMENTS

.1 The VFD shall be rated for variable torque application and match the load requirements and motor service factor ampacity of the drive motor.

.2 The VFD shall be placed inside the kiosk, complete with the following components:

.1 3% line reactor.

.2 dV/dt filter between the VFD and the load.

.3 24 VDC control power.

.4 Interposing relay logic as per control diagram.

.3 All power and control cables shall connect to the VFD from the bottom.

.1 Variable voltage or current source VFDs shall not be provided. In the output inverter, the order of preference for the type of power switching device will be IGBT transistors and then Darlington transistors. GTO’s and SCR’s are not acceptable. .2 The individual drives will be capable of being controlled from the PLC control system using discrete logic (loop control). .3 All materials and equipment shall be new. .4 Standard catalogue items and NEMA sizes, rating capacities and voltages shall be given preference. .5 To the extent that is practical, only fireproof and flame retardant materials shall be used. .6 Furnish equipment to include all the necessary features, components, accessories and apparatus whether mentioned in this specification or not. These shall include, but shall not necessarily be limited to the following:

.1 Necessary steel lifting beams for handling controller/MCC line-ups, which were segmented for shipping. .2 Provision for lifting, rolling and jacking of controller or subsections for installation, maintenance and inspection.

Page 544: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16263 Tender No. T-2338-2019 VARIABLE FREQUENCY DRIVES Towers Pump Station 2019-02/172057 Page 3 of 6

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16263.doc: February 19, 2019

.3 Furnish technical assistance, including instruction manuals as required to facilitate unloading, storage, installation, maintenance and placing in service of the VFDs as manufactured.

.4 VFD Rectifier Section

.1 The rectifier or front end of the VFD shall include: .1 A minimum 3% line reactor. .2 Or larger as indicated in drawings.

.2 Line filter (line reactor) shall be installed onto the power feeder as near as possible to the VFD.

.5 VFD Inverter Section

.1 In the output inverter, the order of preference for the type of power switching device will be Insulated Gate Bipolar Transistors (IGBT) transistors and then Darlington transistors. Gate Turn-Off Thyrister (GTO) and Silicon Controlled Rectifier (SCR) are not acceptable. .2 The variable frequency drive shall provide stable operation of the motor without compromising the motor insulation system, regardless of motor cable distance. The vendor shall clearly state the limitations in motor cable distance with the proposal. If an output filter is required to mitigate reflected waves, or to meet any special requirements of the application, it must be integral to the VFD controller. .3 Frequency stability of +/-0.05% for 24 hours with voltage regulation of +/-1% of maximum rated output voltage. .4 Speed regulation of +/- 0.5% of base speed. .5 Load inertia dependant carry over (ride through) during utility loss. .6 Insensitive to input line rotation.

.6 Load Side Harmonics

.1 The VFD vendor must provide load side harmonic mitigation to protect the load.

.7 Source Power: Nominal source voltage shall be applicable to CAN3 C235 and conform to voltage specified in drawings.

2.3 CONTROLS

.1 Programming requirement of VFD: the duration between the start of VFD till the desired speed of VFD is reached (to achieve required pressure settings) is not more than 3 minutes.

.2 Control Wires

.1 All wire to be tagged, labelled from factory.

.2 Control wiring shall be kept separate from power wiring. Cut-outs and gasketed removable cover plates shall be provided by the manufacturer to facilitate routing of cables installed in the field.

Page 545: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16263 Tender No. T-2338-2019 VARIABLE FREQUENCY DRIVES Towers Pump Station 2019-02/172057 Page 4 of 6

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16263.doc: February 19, 2019

.3 The VFD shall provide the following control system interface signals to the pump control system:

Description Signal Convention Remarks

Speed control Analog (Input)

Minimum speed (0%) as determined by pump requirements to max speed (100%=60Hz).

Reference speed from external control system.

Motor feedback parameter frequency

Analog (Output)

0 to max speed (100%) Signal to external control system representing actual motor rotating frequency.

Motor feedback parameter current (optional)

Analog (Output)

0 to max current (100%) Signal to external control system representing actual drive output motor current.

Ready to Start Discrete (Output)

Signal when VFD is in positioned to accept and act upon “motor run” signal from external control system

Signal to external control system; Not ready if VFD in “off” or “hand/manual” position.

Run Discrete (Input)

close to run Signal from external control system to run VFD if “ready to run”; VFD shall stop if signal not present and run.

Trip Discrete Open when VFD in alarm condition Signal to external control system.

Emergency Stop Discrete (Input)

Disconnects power to control logic on VFD

Fail safe signal to terminate VFD operation.

2.4 COMPONENTS - WIRES

.1 Control Wiring shall not be smaller than #14 AWG for control and #16 AWG for instrumentation circuits. All instrumentation wiring pairs shall be individually shielded.

.2 All control wires to studs or similar device terminals on relays, indicating instruments, control switches, which are not equipped with terminal saddles shall be made with insulated locking fork lugs.

.3 Wiring shall be free from abrasion and tool marks and shall have a minimum bending radius of 1¼ inch and be of stranded type. A maximum of 12 stranded wires may be in a bundle to facilitate tracing of wires.

.4 Unsupported wiring on panels will not be permitted. Control wire bundles shall be formed in accordance with good wiring practices. Where cable bundles must be carried across hinges to devices mounted on doors, each cable or wire bundle shall be looped and carried between a clamp on the door and one on the fixed portion of the cabinet in such a manner that torsion and flexure in the loop shall be minimized. The cables shall be protected against abrasion with “spiral” or “snakeskin” protection material.

.5 Wiring between terminals of various devices shall be “point-to-point” (no splicing or tee connections of wire will be permitted), with wires neatly tucked along the back of

Page 546: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16263 Tender No. T-2338-2019 VARIABLE FREQUENCY DRIVES Towers Pump Station 2019-02/172057 Page 5 of 6

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16263.doc: February 19, 2019

the panels. Adequate support shall be provided to prevent sagging or damage from vibration in transit and operation.

.6 All control wires to shall be provided with indelible permanent wire tags at each end of the wire. Numbering shall be via polyester or polyolefin heat-shrinkable sleeves. Marking shall be abrasion, ozone, ultraviolet, and solvent resistant. Numbering shall match control wiring diagrams.

.7 All control cables will enter the VFD’s via top fed cable or conduit. Cut-outs and gasketed removable cover plates shall be provided by the manufacturer to facilitate routing of cables installed in the field.

.8 Terminal blocks shall be provided for all control and instrumentation cabling entering or exiting the VFD. Each terminal block shall be clearly identified, and each point shall be marked. For stripping and bending of incoming cables, terminals shall be located at least eight (8) inches away from cable entrances and at least twelve (12) inches above the floor. All terminals shall be segregated by voltage and service. Power leads shall be separated from control signals. Terminals shall allow the attachment of up to two (2) #14 AWG conductors without the use of ferrules or lugs. No more than two (2) conductors are permitted into a single terminal block point.

2.5 COMPONENTS - FUSES

.1 All control fuses shall be installed such that easy removal is possible without disconnecting the incoming power to the drive or the use of special tools (i.e. insulated fuse holders).

2.6 COMPONENTS – LINE FILTER

.1 Line filters (3%) shall be installed onto the VFD power feeder as near as possible to the VFD.

2.7 COMPONENTS – DV/DT FILTER

.1 The dV/dt filter shall be installed between the VFD and the load as near as possible to the VFD.

2.8 COMPONENTS - BUSSING

.1 All bus work shall be constructed of nickel plated copper. Aluminium bus bars are not acceptable.

2.9 GENERAL LAYOUT AND ARRANGEMENTS

.1 The arrangement of equipment inside the cabinet shall be such that rear access is not required. Preference will be given to modular design (i.e. rack-out sections or modules), for efficient repair and troubleshooting.

.2 All indicators and control devices shall be accessible with the front door(s) closed.

Page 547: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16263 Tender No. T-2338-2019 VARIABLE FREQUENCY DRIVES Towers Pump Station 2019-02/172057 Page 6 of 6

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16263.doc: February 19, 2019

2.10 FINISHES

.1 Apply finishes in accordance with Section 26 05 02 – Electrical: General Requirements.

3 Execution

3.1 INSTALLATION

.1 Install variable speed drives as shown on the drawings and in accordance with manufacturer’s specifications.

.2 Protect against dust and damage during entire construction period.

3.2 START-UP TESTING AND COMMISSIONING

.1 Retain the service of the manufacturer’s representative for commissioning of the equipment after installation. Testing to be in accordance with Section 16010 – Electrical: General Requirements, and shall include but not be necessarily limited to:

.1 All equipment will be function tested, calibrated and load tested.

.2 Prior to performing any tests or applying power to the drives, it is the contractor’s responsibility to verify all cable and wiring connections as well as equipment setup and mounting arrangement (i.e. foundation, cable entry, etc.). .3 The manufacturer’s representative shall fully configure the VFD controls for the operational requirements of the pumping system. .4 Contractor to pay for one full day of manufacturer’s representative to be on site to train the operators on VFD operation. .5 Configuration documentation shall be signed and dated by the manufacturer’s representative and included in the Maintenance Manual. .6 Settings

.1 The VFD shall be configured to automatically restart after an under voltage trip. .2 The VFD minimum speed shall be set to 40% speed. .3 The ramp up time between VFD minimum speed to desired speed must be a maximum of 3 minutes. .4 The VFD carrier frequency shall be configured to work with the output filter as per manufacturer recommendations.

.2 Provide Owner with electronic copy of all VFD setting and configuration file as part of the O&M manual.

END OF SECTION

Page 548: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16301 Tender No. T-2338-2019 MANUAL TRANSFER SWITCHES Towers Pump Station 2019-02/172057 Page 1 of 4

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16301.doc: February 19, 2019

Approved: 2011-06-30

1 General

1.1 REFERENCE STANDARDS

.1 CSA International

.1 CSA C22.2 No.5, Moulded-Case Circuit Breakers, Molded-Case Switches and Circuit-Breaker Enclosures (Tri-national standard with UL 489, NMX-J-266-ANCE-2010). .2 CSA C22.2 No.178.1, Automatic Transfer Switches. .3 CAN/CSA C60044-1, Instrument Transformers.

.2 National Electrical Manufacturers Association (NEMA)

.1 NEMA ICS 2, Controllers, Contactors, and Overload Relays, Rated Not More Than 2000 Volts AC or 750 Volts DC, Part 8: Disconnect Devices for Use in Industrial Control Equipment.

1.2 ACTION AND INFORMATIONAL SUBMITTALS

.1 Submit in accordance with Section 01330 - Submissions.

.2 Product Data:

.1 Submit manufacturer's instructions, printed product literature and data sheets for transfer switches and include product characteristics, performance criteria, physical size, finish and limitations.

.3 Shop Drawings:

.1 Submit drawings and product data sheets. .1 Indicate on drawings:

.1 Make, model and type.

.2 Load classification: .1 Ballast lamp load: .2 Motor load: .3 Restricted use: resistance and general loads, 0.8 pf or higher.

.3 Single line diagram showing controls and relays.

.4 Description of equipment operation including: .1 Manual control.

1.3 CLOSEOUT SUBMITTALS

.1 Submit in accordance with Division 1.

.2 Operation and Maintenance Data: submit operation and maintenance data for transfer switches for incorporation into manual.

Page 549: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16301 Tender No. T-2338-2019 MANUAL TRANSFER SWITCHES Towers Pump Station 2019-02/172057 Page 2 of 4

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16301.doc: February 19, 2019

.3 Detailed instructions to permit effective operation, maintenance and repair.

.4 Technical data:

.1 Schematic diagram of components, controls and relays.

.2 Illustrated parts lists with parts catalogue numbers.

.3 Certified copy of factory test results.

1.4 DELIVERY, STORAGE AND HANDLING

.1 Deliver, store and handle materials in accordance with manufacturer's written instructions.

.2 Delivery and Acceptance Requirements: deliver materials to site in original factory packaging, labelled with manufacturer's name and address.

.3 Storage and Handling Requirements:

.1 Store materials indoors and in accordance with manufacturer's recommendations in clean, dry, well-ventilated area. .2 Store and protect transfer switches from nicks, scratches, and blemishes. .3 Replace defective or damaged materials with new.

2 Products

2.1 SYSTEM DESCRIPTION

.1 Manual load transfer equipment to:

.1 Transfer load from normal supply to emergency unit.

.2 Transfer load from emergency unit to normal power supply.

2.2 MATERIALS

.1 Instrument transformers: to CAN/CSA C60044-1.

.2 Contactors: to NEMA ICS2.

2.3 CIRCUIT BREAKER TYPE TRANSFER EQUIPMENT

.1 Circuit Breaker Type Transfer Equipment: to CSA C22.2 No.5.

.2 Rated: 120/240 V, 60Hz, 100 A, 3 wire, switched neutral.

.1 Fault withstand rating: 10 kA symmetrical for 3 cycles with maximum peak value of 10 kA. .2 One normal - 3 pole moulded-case circuit breaker with non-auto trip unit, mounted on common base, designed for double throw action, motor operated, mechanically held and interlocked. .3 One emergency - 3 pole moulded-case circuit breaker with non-auto trip unit, motor operated, and interlocked.

Page 550: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16301 Tender No. T-2338-2019 MANUAL TRANSFER SWITCHES Towers Pump Station 2019-02/172057 Page 3 of 4

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16301.doc: February 19, 2019

.4 Circuit breakers: .1 Trip free in closed position. .2 Interrupting rating: 10 kA symmetrical.

.5 Dead front construction with access to relays and controls for inspection and maintenance, and manual operating lever for transfer switch. .6 Auxiliary contact: to initiate emergency generator start-up on failure of normal power.

2.4 ACCESSORIES

.1 Ensure pilot lights indicate power availability normal and standby, switch position, green for normal, red for standby, mounted in panel.

2.5 EQUIPMENT IDENTIFICATION

.1 Identify equipment in accordance with Section 16010 – Electrical: General Requirements.

.2 Control panel:

.1 For selector switch and manual switch: size 4 nameplates.

.2 For meters, indicating lights, minor controls: use size 2 nameplates.

2.6 SOURCE QUALITY CONTROL

.1 Complete equipment, including transfer mechanism, controls, relays and accessories factory assembled and tested.

.2 Tests:

.1 Operate equipment mechanically to ensure proper performance.

3 Execution

3.1 EXAMINATION

.1 Verification of Conditions: verify that conditions of substrate previously installed under other Sections or Contracts are acceptable for transfer switches installation in accordance with manufacturer's written instructions.

.1 Inform Engineer of unacceptable conditions immediately upon discovery.

.2 Proceed with installation only after unacceptable conditions have been remedied and after receipt of written approval to proceed Engineer.

3.2 INSTALLATION

.1 Locate, install and connect transfer equipment as indicated.

3.3 FIELD QUALITY CONTROL

.1 Perform tests in accordance with Section 16010 – Electrical: General Requirements.

.2 Energize transfer equipment from normal power supply.

Page 551: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16301 Tender No. T-2338-2019 MANUAL TRANSFER SWITCHES Towers Pump Station 2019-02/172057 Page 4 of 4

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16301.doc: February 19, 2019

.3 Set selector switch to both “Generator” and “Utility” positions and check to ensure proper performance.

3.4 CLEANING

.1 Progress Cleaning: clean in accordance with Section 01742 – Cleaning and Disinfection.

.1 Leave Work area clean at end of each day.

.2 Final Cleaning: upon completion remove surplus materials, rubbish, tools and equipment in accordance with Section 01742 – Cleaning and Disinfection.

END OF SECTION

Page 552: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16310 Tender No. T-2338-2019 CONTROL PANEL Towers Pump Station 2019-02/172057 Page 1 of 11

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16310.doc: February 19, 2019

1 General

1.1 REQUIREMENTS

.1 This section describes the requirements for the fabrication, inspection, testing, delivery and installation of CP-100.

1.2 CONTROL SYSTEM

.1 P&ID, controls schematic, and specifications forming part of these specifications are a guide for the detailed design and work of the overall control system.

.2 Examine and become familiar with control and instrumentation systems based on equipment specified and equipment being supplied.

.3 Complete the control panel designs and wiring, fabricate the control panels, configure all elements of the control system, and test and commission the control system.

.4 Make adjustments and modifications to the systems and equipment supplied as required during shop drawing, manufacture, installation, testing, and start-up stages.

1.3 REFERENCES AND STANDARDS

.1 Design and manufacture of equipment to conform to latest editions of applicable CSA and NEMA standards.

1.4 COMMUNICATIONS

.1 Cat6 (EIA/TIA-568) cabling to be used for all ethernet based communications.

.2 Station will communicate with the City’s central SCADA system via 900 MHz spread spectrum radio.

1.5 PROGRAMMING AND CONFIGURATION

.1 The City will complete all programming of PLC and HMI.

.2 Contractor to coordinate with City for commissioning of pump station to allow for enough time to program and test the control panel.

1.6 SOURCE QUALITY CONTROL

.1 Assembly and wiring of control panel by certified and qualified panel shop.

.2 Notify Engineer 3 days in advance of shop testing. Engineer reserves the right to witness shop testing of control panel including operation of switches, relays and controls.

Page 553: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16310 Tender No. T-2338-2019 CONTROL PANEL Towers Pump Station 2019-02/172057 Page 2 of 11

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16310.doc: February 19, 2019

.3 Supply all necessary instruments, meters, equipment, and qualified personnel to perform tests and calibrations.

.4 Provide a wiring person for the duration of shop testing to troubleshoot/ revise/interconnect the system as instructed by the Engineer.

1.7 PRODUCT DATA

.1 Include details of control and instrumentation equipment.

1.8 SHOP DRAWINGS

.1 Submit shop drawings for approval prior to fabrication of control panel in accordance with Section 16010 – Electrical: General Requirements.

.2 Indicate:

.1 Outline dimensions of panels.

.2 Scaled door and interior layouts of panels.

.3 Power and control schematic wiring diagrams, complete with trip ranges and settings of circuit breakers, fuses, relays, as applicable.

.4 Cable entry and exit locations.

.5 Bill of materials with identification of each device by make and complete model number.

1.9 OPERATION AND MAINTENANCE DATA

.1 Provide operation and maintenance data for control panel and its contents for incorporation into manual as specified in Section 16010 – Electrical: General Requirements.

1.10 RECORD DRAWINGS

.1 Provide record drawings in accordance with Section 16010 – Electrical: General Requirements.

1.11 MAINTENANCE MATERIALS

.1 Provide maintenance materials.

.2 For each panel, provide:

.1 Three (3) power fuses of each type in use.

.2 Five (5) control fuses of each type in use.

.3 Two (2) pilot lamps of each type in use, including a lamp-removing tool if necessary.

Page 554: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16310 Tender No. T-2338-2019 CONTROL PANEL Towers Pump Station 2019-02/172057 Page 3 of 11

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16310.doc: February 19, 2019

.4 One (1) control relay of each type in use.

.5 Touch-up paint, one (1) 750 mL aerosol can.

.6 Any other additional components which the Contractor recommends to be kept as spares.

.3 Supply these maintenance materials in their original packages, clearly showing the manufacturers and catalogue or part numbers.

2 Products

2.1 ACCEPTABLE MANUFACTURERS

.1 Allied Controls Ltd., Burnaby, BC.

.2 Interior Instrument Tech Services Ltd., Kelowna, BC.

.3 Stellar Power and Controls Solutions, Port Coquitlam, BC.

.4 Turn-Key Controls Ltd., Vernon, BC.

.5 Western Systems Controls Ltd., Kamloops, BC.

.6 Betts Electric Ltd, Penticton, BC.

.7 3 Phase Power Systems Inc, Delta, BC.

.8 Alternates must be approved by Engineer.

2.2 SUPPLY CHARACTERISTICS

.1 120 VAC, 60 Hz.

2.3 GENERAL DESCRIPTION (CP-100)

.1 NEMA Type 12 enclosure, formed and welded from minimum 1.9 mm (14-gauge) sheet steel, suitable for floor mounting as shown on drawings.

.2 Panel door with formed edges and 3-point automotive handle, snap-latch or twist-latch closures and pocket for schematic drawings. Hinged as shown on the drawings.

.3 Removable equipment mounting pan made from minimum 2.6 mm (12 gauge) steel.

.4 Exterior finish light grey, interior white.

.5 Size control panel generously, but not less than the dimensions shown on the drawings, to allow for future additional equipment. As a minimum allow for the future addition of:

Page 555: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16310 Tender No. T-2338-2019 CONTROL PANEL Towers Pump Station 2019-02/172057 Page 4 of 11

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16310.doc: February 19, 2019

.1 4 control or timer relays.

.2 20 terminal blocks.

.6 Utilize plastic wiring ducts such as Panduit for organization of all interior and field wiring. Ducts are to be filled to no more than 50% of capacity.

.7 A space of no less than 300 mm must be kept clear across the top or bottom of the panel for field wiring.

.8 Provide terminal block assemblies and wiring ducts for DC instrument signal wiring separate from 120 VAC control terminal blocks and wiring.

.9 Provide buss bars for grounding connection as shown on drawings.

.10 Acceptable manufacturers, in alphabetical order: Hammond and Hoffman.

.11 The control panel will be powered by a 120 VAC circuit as follows:

.1 The power feed circuit will be connected to terminal blocks and then directly feed a control panel right side panel mounted external duplex receptacle. UPS will be mounted on the right side of the control panel and be seismically restrained on contractor supplied UPS shelf.

.1 The external UPS will plug into this receptacle for power.

.2 The UPS will then feed UPS power to the control panel through a flexible cable with a plugged into one of the UPS output receptacles.

.3 The other end of the UPS power cable will connect directly to control panel terminal blocks which will then power the control panel equipment and I/O.

.4 The initial non-UPS feed into the panel, which powers the UPS, will be monitored by a relay whose contact will be monitored by the PLC. Normally when power is available, the relay contact will be closed. When power feeding the control panel fails, the relay will de-energize and open the contact that is monitored by the PLC to indicate a power failure and that the controls are now operating on UPS power.

.2 In case the UPS fails, configure the cable feeding the UPS power to the control panel so that it can be unplugged from the UPS and plugged into the control panel external receptacle thus bypassing the UPS and feeding the control panel controls with non-UPS power.

2.4 GROUNDING

.1 Copper buss size 25 x 6 mm minimum 150 mm long, located at bottom and bonded to metal cabinet. Drilled and tapped for lugs as required by the Rules and Regulations for each incoming and outgoing feeds; identified as "Panel Ground".

Page 556: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16310 Tender No. T-2338-2019 CONTROL PANEL Towers Pump Station 2019-02/172057 Page 5 of 11

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16310.doc: February 19, 2019

2.5 24 VDC POWER SUPPLY

.1 Short circuit protected.

.2 5A, 24 VDC output.

.3 Dual power supplies with Diode module to be installed for redundant protection.

.4 Acceptable manufacturer: Weidmuller or approved equivalent.

2.6 UNINTERRUPTIBLE POWER SUPPLY (UPS)

.1 Supplied and installed inside control panel on floor.

.2 Batteries integral or in a close-coupled separate enclosure, as dictated by standby capacity.

.3 Ratings:

.1 Minimum 1500 VA output capacity.

.2 120 VAC, 60 Hz input/output.

.3 3% THD or less.

.4 150% overload capacity for 60 seconds.

.5 30 minutes of operation at 100% rated load.

.4 True online UPS with protection against power failures, brownouts, sags, surges, high voltage, spikes, switching transients, line noise, frequency variations and harmonic distortion.

.5 Input power supply via a flexible cord connection CSA 5-15P.

.6 Output power provided from receptacle(s), CSA 5-15R.

.7 Acceptable manufacturers

.1 Eaton 5PX Series.

.2 Eaton Powerware Series.

.3 Always-On.

.4 APC.

.5 Engineer approved alternate.

2.7 ETHERNET SWITCHES

.1 Provide and install one managed ethernet switch with a minimum of 4 RJ-45 ports in CP-100 as shown on drawings.

Page 557: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16310 Tender No. T-2338-2019 CONTROL PANEL Towers Pump Station 2019-02/172057 Page 6 of 11

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16310.doc: February 19, 2019

2.8 PROGRAMMABLE LOGIC CONTROLLER

.1 Provide and install a SCADAPack 334 PLCs in CP-100 with required expansion I/O modules as shown on drawings.

2.9 HMI

.1 Supply and install an HMI terminal in CP-100 as shown on drawings.

.2 HMI must include:

.1 Full-colour graphical touch screen interface.

.2 Minimum one (1) Ethernet port.

.3 NEMA 4X front (screen) rating.

.4 Minimum display size of 9”.

.5 Open access configuration and graphical design software, freely downloadable from vendor.

.6 Modbus TCP communication driver.

.3 Acceptable Products:

.1 Red Lion CR1000, CR3000, and Graphite HMI Modules.

2.10 SCADA RADIO

.1 Provide and install a 900 MHz spread spectrum radio.

.2 Acceptable Products:

.1 GE MDS Transnet.

.3 SCADA Radio to communicate with PLC via Transnet on Serial Port 2.

.4 Compatible Yagi antenna on roof of pumps station with attachment hardware.

.5 Coaxial cable surge protection as shown on drawings.

2.11 CONTROL RELAYS

.1 Unless otherwise noted, use plug-in relays. If contact requirements exceed 3 NO/NC contacts use fixed-type relays with field convertible contacts.

.2 Plug-in relays encapsulated type with indicating lamp across coil for relay status.

.3 All relays 3 PDT relays with 11-pin base, unless otherwise specified.

.4 Relay contacts rated minimum 230 VAC, 10 A resistive, 6 A inductive, or as required by switching duty.

Page 558: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16310 Tender No. T-2338-2019 CONTROL PANEL Towers Pump Station 2019-02/172057 Page 7 of 11

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16310.doc: February 19, 2019

.5 Coil voltage as indicated.

.6 Acceptable products in alphabetical order, include: Allen-Bradley Bull. 700-HA **-4, Omron Model MK, Potter & Brumfield Type KRP-N, Releco, Model C.

2.12 PLUG-IN SOCKETS

.1 Applicable to plug-in relays.

.2 Front-wired with binding head screw terminals.

.3 Heavy-duty industrial type.

.4 Provision for relay retaining clip or hold-down spring.

2.13 OPERATOR DEVICES

.1 Applicable to push buttons, selector switches, and pilot lights.

.2 Heavy duty, nominal 30 mm size, oiltight.

.3 Contact rating NEMA A600 (a.c.), P600 (d.c.)

.4 Selector switches:

.1 Maintained, spring return, 2, 3 or multiple position as indicated.

.2 Operator style: standard, unless otherwise indicated.

.3 Contact arrangement as indicated and to suit control requirements.

.5 Pushbuttons:

.1 Operator colour coding: red for stop, green for start, black for reset, others as selected by panel builder.

.6 Pilot lights:

.1 Push-to-test type where indicated with LED bulbs.

.2 AC type to be transformer type.

.3 Lens colours: green for running, red for stop, failure or alarm, amber or white for general status, or as indicated.

.7 Acceptable Product Families: Allen Bradley Bull.800T, Cutler-Hammer 30.5 mm heavy duty, oiltight.

2.14 WIRES

.1 Stranded copper.

Page 559: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16310 Tender No. T-2338-2019 CONTROL PANEL Towers Pump Station 2019-02/172057 Page 8 of 11

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16310.doc: February 19, 2019

.2 Insulation Type TEW, 105C for conductors 10 AWG, and smaller, Type RW X-link, 90C for conductors larger than 10 AWG.

.3 Instrumentation and Control wiring within cabinets shall be, as minimum #18 AWG or as indicated in drawings.

.4 Colour coding to Section 16010 - Electrical: General Requirements.

2.15 SHIELDED WIRES

.1 Copper, 7-strands, XLPE insulation, rated 300 V.

.2 Minimum 18 AWG.

.3 Twisted pair with foil shield and drain wire.

.4 Overall PVC jacket.

.5 Acceptable manufacturers: Shawflex, Type 64021-1801, or as specified by equipment manufacturer.

2.16 TERMINAL BLOCKS

.1 Unfused terminals to be CSA approved for 600 V, 10 A, accepting #12 - #18 wire, and colored beige or grey. Terminals to be one of, or approved alternate:

.1 Phoenix Contact UK5N

.2 Wieland WK4U

.3 Weidmuller WDU4

.4 Allen-Bradley 1492-W4

.2 Fused terminals to be CSA approved for 300 V, 10A, with blown-fuse indicator operating on 120 VAC, accepting #10 - #14 wires, colored beige or grey, and either 5x20 mm fuses or ¼" x 1¼" fuses, or both. Terminals to be one of, or approved alternate:

.1 Phoenix Contact UK5HESI (Grey)

.2 Weidmuller WSI 6/LD (Beige)

.3 Wieland WK4/THSi6GL250U (Beige)

.4 Allen-Bradley 1492H5 (Grey)

.3 Provide and install 10% spare terminals of each type used.

.4 Grounding terminals to be CSA approved for 300 V, 15 A, accepting #14 wires, grounding to the rail, and colored green and yellow. Terminals to be one of, or approved alternate:

Page 560: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16310 Tender No. T-2338-2019 CONTROL PANEL Towers Pump Station 2019-02/172057 Page 9 of 11

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16310.doc: February 19, 2019

.1 Phoenix Contact USLKG5

.2 Wieland WK4SL/U

.3 Weidmuller WPE 2.5

.4 Allen-Bradley WG4

.5 Insulated shorting bars to be used for jumpering lengths longer than 2 terminals. Wire jumpers are not acceptable unless specific approval is obtained from engineer.

2.17 FUSES

.1 All control fuses shall be installed such that easy removal is possible without disconnecting the incoming power to the drive or the use of special tools (i.e. insulated fuse holders).

2.18 WIRE IDENTIFICATION

.1 Provide wire identification to match control panel termination designations.

2.19 EQUIPMENT IDENTIFICATION

.1 Provide equipment identification.

.2 In addition to manufacturer's standard nameplate, install a size no. 7 engraved nameplate bearing the panel's tag number.

.3 Each component inside the panel to be identified with a nameplate or an embossed plastic label as further specified.

.4 Each door-mounted device to be identified with an engraved lamacoid nameplate.

.5 Nameplates and labels clearly visible and positioned such that the removal of the device identified does not remove the nameplate or label.

.6 Nameplates and escutcheon plates to give an accurate description of the equipment or the functions of the device. Relays to be identified by their numbers corresponding to the drawings.

3 Execution

3.1 EQUIPMENT MOUNTING

.1 Readily accessible for servicing, maintenance and adjustments.

.2 Space plug-in sockets as required for 11-pin devices to allow ready interchange between 8-pin and 11-pin plug-in relays and timers.

Page 561: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16310 Tender No. T-2338-2019 CONTROL PANEL Towers Pump Station 2019-02/172057 Page 10 of 11

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16310.doc: February 19, 2019

.3 Door-mount devices such as selector switches, pushbuttons, pilot lights, elapsed time meters, disconnect and circuit breaker operating handles.

.4 Devices and equipment which have integral indicating lights, LED’s and alpha-numeric displays must be viewable without the need to open the panel door. Solid state timer relays are exempt from this requirement. Similarly, access to operational pushbuttons and control switches which are part of the devices must be accessible without the need to open the door.

.5 Door cut-outs for access to equipment must be finished with polyethylene grommet edging.

.6 Live terminals, subject to accidental contact when doors are open must be effectively guarded.

3.2 WIRE INSTALLATION AND TERMINATIONS

.1 Run wires in plastic wiring duct wherever possible. Bundle and tie wires neatly where not run in wiring ducts and hold with fastening tabs.

.2 Self-adhesive tabs not acceptable where bundle is under strain or weight is excessive.

.3 Use insulated compression spade lugs to terminate conductors on binding head screws. Crimping die as per manufacturer's instructions.

.4 Group ac-, dc- and instrumentation wires separately from each other.

.5 Terminate drain wire of a shielded cable on a terminal block. Ground shield at control panel end, unless otherwise indicated.

.6 Provide a terminal block for each field wire. Multiple connections will not be accepted.

3.3 PANEL INSTALLATION

.1 Set and secure panels in place, rigid, plumb and square to building floor and wall.

.2 Provide fastenings and supports to meet the seismic requirements.

.3 Make field power and control connections as indicated.

.4 Protect against dust and damage during entire construction period.

.5 After connections have been made, vacuum-clean interior. Hand-clean exterior and touch-up damaged paint.

.6 Install Panel such that HMI is 1600 mm above finished floor.

Page 562: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16310 Tender No. T-2338-2019 CONTROL PANEL Towers Pump Station 2019-02/172057 Page 11 of 11

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16310.doc: February 19, 2019

3.4 UPS INSTALLATION

.1 Shelf-mount UPS inside cabinet on floor.

.2 Provide fastenings and supports to meet the seismic requirements.

.3 Secure power cord connections in field to prevent accidental disconnection.

3.5 TESTS

.1 Perform tests of controls and control panel prior to delivery to site.

.2 Ensure moving and working parts are lubricated where required.

.3 Shop test prior to shipping:

.1 First tests to be done by manufacturer to ensure proper system operation, freedom from grounds and open and short circuits.

.2 Following above tests, notify Engineer minimum seven working days in advance of official shop tests.

.3 The Engineer reserves the right to witness official shop test.

.4 Perform:

.1 Functional test of control circuits. Simulate field contacts where necessary.

.2 Insulation resistance test on power and control wiring, freedom from grounds and open and short circuits.

.4 Submit to Engineer one copy of test results.

3.6 CONTROL PHILOSOPHY

.1 Refer to the P&ID for an overview of the system requirements.

3.7 COMMISSIONING AND START-UP

.1 Consultant to commission the complete installed control system and demonstrate operation under all operating conditions.

END OF SECTION

Page 563: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16312 Tender No. T-2338-2019 PROCESS INSTRUMENTATION Towers Pump Station 2019-02/172057 Page 1 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16312.doc: February 19, 2019

1 General

1.1 REQUIREMENTS

.1 This section specifies the supply and installation and, unless specified otherwise, the configuration, calibration and verification of instrumentation and control devices for this project.

1.2 REFERENCES AND STANDARDS

.1 For control equipment, conform to CSA Standard C22.2, No. 14 - Industrial Control Equipment.

1.3 SHOP DRAWINGS AND PRODUCT DATA

.1 Refer Section 16010 - Electrical: General Requirements.

1.4 EQUIPMENT IDENTIFICATION

.1 Identify instruments with nameplates and labels as specified in Section 16010 - Electrical: General Requirements.

1.5 QUALITY CONTROL

.1 Refer to Section 16010 - Electrical: General Requirements.

.2 Instruments shall be pre-calibrated by manufacturer or supplier whenever possible. When pre-calibration is not possible or re-calibration is required, conduct instrument calibration.

.3 Verification of each instrument’s calibration or pre-calibration shall be completed prior to its installation.

.4 Confirm instrument selection with manufacturer. In particular, confirm materials selection for process conditions (fluid type, temperature, pressure) and instrument sizing (device span, valve sizing, actuator sizing).

1.6 OPERATION AND MAINTENANCE MANUAL

.1 Refer to the requirements of Section 01783 – Operating and Maintenance Manual and Section 16010 - Electrical: General Requirements.

1.7 RECORD DRAWINGS

.1 Refer to the requirements of Division 1 and Section 16010 - Electrical: General Requirements.

Page 564: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16312 Tender No. T-2338-2019 PROCESS INSTRUMENTATION Towers Pump Station 2019-02/172057 Page 2 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16312.doc: February 19, 2019

.2 Provide calibration certification of all pre-calibrated instruments. Annotate such certificates with the instrument tag number.

.3 Provide calibration documentation for all instruments which require calibration.

.4 Provide verification testing documentation for all instruments.

.5 Organize all instrumentation field device pre-calibration, calibration and verification documentation on a per-device basis and provide in a single binder.

2 Products

2.1 EQUIPMENT COMPONENTS

.1 Transmitters shall have adequate power output to drive all devices associated with the signal loop. Provide signal boosters as required to achieve adequate signal strength.

.2 All transmitters are to include a lamacoid label indicating the tag ID and description. The transmitter is to be mounted such that this label is visible from the normal operating floor position.

.3 Equipment tag numbers and quantities listed are for the benefit of the contractor. The contractor is responsible for ascertaining the correct quantities required.

.4 Transmitter and/or primary element enclosures (or housings) to be, as a minimum, rated NEMA Type 4; where located outdoors or in areas specified as corrosive, enclosures to meet NEMA Type 4X requirements.

.5 Transmitter flanges, adapters and associated bolts, nuts, etc. to be fabricated from 316 stainless steel.

.6 Provide all mounting brackets, cables, connectors and hardware necessary to install primary elements. Provide any and all brackets and sundry hardware to mount the transmitter on standard 50 mm pipe stands. Fabricate all brackets from aluminum or stainless steel and all sundry hardware from stainless steel. Primary elements and transmitters to be complete with all necessary liquid filling, identification, configuration, etc. as necessary to make the unit ready for use.

2.2 INTRUSION SWITCHES

.1 Provide and install one intrusion switch on the entrance to the facility.

2.3 INSTRUMENT SPECIFICATIONS

.1 Instruments to be supplied in accordance with individual instrument spec sheets included in this section.

Page 565: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CITY OF NANAIMO 16312 Tender No. T-2338-2019 PROCESS INSTRUMENTATION Towers Pump Station 2019-02/172057 Page 3 of 3

P:\20172057\00_CH_Wtr_Spply_PS\Engineering\07.00_Contract_Doc_Prep\cds_pump_station_0219\16312.doc: February 19, 2019

.2 Where model numbers have been superseded or are unavailable, alternates following the specifications may be used.

.3 Alternate suppliers may be used following approval from the Engineer.

3 Execution

3.1 INSTALLATION

.1 Install instrumentation as shown on drawings, readily accessible for maintenance and adjustments.

.2 Install all security contacts such that a closed door provides a closed contact. Contact to open when door is opened.

END OF SECTION

Page 566: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

INSTRUMENT SPECIFICATIONPRESSURE TRANSMITTER

CLIENT CITY OF NANAIMO JOB NUMBER 2017-2057PROJECT TOWERS PUMP STATION LOCATION NANAIMO

TAG No. PT-10, PT-30 PROCESS DWG

SERVICE WATER LOCATION DWG

MANUFACTURER Endress + Hauser LOOP DWG

MODEL SERIES Cerabar S PMC71 DETAIL

OPERATING CONDITIONSFLUID Treated Water

SPECIFIC GRAVITY 1.0

TEMPERATURE °C MIN: 0 MAX: 25

FLOW RATE L/S MIN: NA MAX: NA

PRESSURE kPa MIN: 0 MAX: 100

TRANSMITTERMODEL No. PMC71

CALIBRATION 4 to 20 mA = 0 to 100 kPa

RANGE SUPP./ELEV. 0 kPa

RANGE LIMIT 100 kPa

FAIL POSITION Low DAMPING:

ADJUSTMENTS Span and zero

MAX. OVER PRESSURE 150 kPa

OUTPUT SIGNAL 4 - 20 mA DC ACCURACY: +/- 0.075% of set span

POWER SUPPLY 120VAC

INDICATOR LCD Meter, Analog, 0 - 700 kPa

MOUNTING Bottom connection

APPROVAL CSA: Yes AREA: General

ENCLOSURE Nema 4X

CONSTRUCTION SENSOR Ceramic

GASKET MATERIAL EPDM cell seal

SENSOR FILL FLUID N/A

PROCESS CONNECTIONS 1/2" NPT

DRAINS 316 SS High

DRAIN LOCATION Side/ Top

ACCESSORIES Mounting bracket for wall mount, SS Tag

NOTESApproved Alternate: SiemensTransmitter must be assembled to a 316 SS 2-valve manifold.

REV REVISED BY REVISION DATE

SECTION 16312

DESCRIPTION

Page 1 of 4

Page 567: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

CLIENT CITY OF NANAIMO JOB NUMBER 2017-2057PROJECT TOWERS PUMP STATION LOCATION NANAIMO

TAG No. FIT-20 PROCESS DWG

SERVICE WATER LOCATION DWG

MANUFACTURER Sensus LOOP DWGMODEL SERIES Omni T2 DETAIL

OPERATING CONDITIONSFLUID Filtered Water

SPECIFIC GRAVITY 1.0

TEMPERATURE °C MIN: 0 MAX: 25

FLOW RATE L/s MIN: 0 MAX: 100

PRESSURE kPa MIN: 0 MAX: 1034

TRANSMITTERMODEL No. ACT-PAK 100DN

CALIBRATION 3-point 0.5% calibration

OUTPUT SIGNAL (1) 4 - 20 mA ACCURACY: +/- 0.5% Measuring Accuracy

(2) Frequency Output

POWER SUPPLY 120 VAC

LOCAL INDICATION No

MOUNTING Mounted on Sensor

APPROVAL CSA: Yes AREA: General

ENCLOSURE Nema 4X

ACCESSORIES SS Tag

ELEMENTTAG NUMBER FE-20

MODEL No. Same as transmitter above

PROCESS CONNECTION 200mm FXF LINE SIZE: 200 mm

MATERIALS SENSOR BODY: DI INSERTION HARDWARE NSF Certified Fusion Bonded Epoxy Coating

ELECTRODE: NSF EPOXY FLANGE: CIass 150 ANSI B16.5, A105 Flanges

AREA CLASSIFICATION General

SIGNAL CABLE LENGTH: As Required TYPE: As Required

ACCESSORIES SS Tag

NOTES

Other acceptable manufacturers: ABB, Rosemount, Siemens

REV REVISED BY REVISION DATE

SECTION 16312INSTRUMENT SPECIFICATION

FLOW METER

DESCRIPTION

Page 568: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

INSTRUMENT SPECIFICATIONANALYZER, CHLORINE

CLIENT CITY OF NANAIMO JOB NUMBER 2017-2057PROJECT TOWERS PUMP STATION LOCATION NANAIMO

TAG No. AIT-40 PROCESS DWG

SERVICE TREATED WATER LOCATION DWG

MANUFACTURER EVOQUA LOOP DWG

MODEL SERIES DEPOLOX 5 DETAIL

OPERATING CONDITIONS

FLUID Treated Water

SPECIFIC GRAVITY 1.0TEMPERATURE °C MIN: 0 MAX: 25FLOW RATE L/s MIN: 0 MAX: 10PRESSURE PSI MIN: 0 MAX: 100

TRANSMITTER

MODEL No. Depolox 5 c/w Controller

OUTPUT SIGNAL 4 to 20 mA

POWER SUPPLY 100-120VAC VAC, Single Phase, 50/60 Hz, 30 VA

CALIBRATION 4-20 mA = 0-5PPMACCURACY +/- 0.5% of reading

INDICATION Backlit LCD Display

CONTACTS RELAY A: LOW RELAY C:

RELAY B: HIGH RELAY D:

APPROVAL CSA: Yes AREA: General

ENCLOSURE Nema 4X

MOUNTING Wall panel mount

PROCESS CONNECTION SIZE Inlet: 8 mm / Drain: 15 mm

SAMPLE FLOW REQUIRED 200 to 750 mL/min

ACCESSORIES SS Tag, calibration kit, calibration cylinder,

plastic tubing for instrument inlet connection lines, clear PVC tubing for drain lines

NOTESContractor to provide all hardware necessary for installation and install analyzer and components as per Manufacturer's instructions.Alarm must be operator selectable. Analyzer shall come as a complete ready to mount package with all necessary plumbing and flowdevices

REV REVISED BY REVISION DATE

SECTION 16312

DESCRIPTION

Sheet 3 of 4

Page 569: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

INSTRUMENT SPECIFICATIONPRESSURE GAUGE

CLIENT CITY OF NANAIMO JOB NUMBER 2017-2057PROJECT TOWERS PUMP STATION LOCATION Nanaimo

TAG No. PI-10, PI-30, PI-02, PI-04 PROCESS DWGDESCRIPTION PRESSURE GAUGE LOCATION DWGMANUFACTURER LOOP DWGMODEL SERIES DETAIL DWG

OPERATING CONDITIONSService WATERFluid TREATED WATERFluid Temperature (° C) 0-25Pressure (Min/Max) (PSI) 0/150 PSICASEMaterial PHENOLICDial Diameter (mm) 100mmDial ColorLensELEMENTType BOURDON TUBEMaterial PVCZero AdjustmentPROCESS CONNECTIONSize 12mmType NPT MALEConnection LocationOTHERSScale Size / Range 0-150 PSIScale Units kPA/PSIAccuracyFill Fluid OILACCESSORIES1 STAINLESS STEEL NIPPLES AND BALL VALVE23ACCPT MANUFACTURERS1 AMETEK2 ASHCROFT3 MARSH

NOTES

REV REVISED BY REVISION DATE

SECTION 16312

DESCRIPTION

Page 570: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

APPENDIX 1

Receipt Confirmation

Page 571: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

APPENDIX 1

RECEIPT CONFIRMATION FORM

Invitation to Tender 2338-2019

TOWERS PUMP STATION

Closing date and time: 3:00 PM, Pacific Time, Tuesday, March 19, 2019

As receipt of this document and to receive any addendums for this Tender, please return form to:

CONSTRUCTION DEPARTMENT

City of Nanaimo 2020 Labieux Road

Nanaimo, BC, V2T 4M7 Fax: 250.756.5336

Email: [email protected]

COMPANY NAME: ________________________________________________

STREET ADDRESS: _______________________________________________

CITY/PROVINCE: _________________________________________________

POSTAL CODE: __________________________________________________

PHONE NUMBER: ________________________________________________

FAX NUMBER: ___________________________________________________

CONTACT PERSON: ______________________________________________

EMAIL ADDRESS: ________________________________________________

SIGNATURE: ___________________________________________________________

Page 572: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

APPENDIX 2

Asbestos Cement Pipe Safework Procedures City of Nanaimo, Jan. 30, 2015

Page 573: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Department: Public Works

Subject: AC Pipe Cutting and Disposal Procedures

Asbestos Cement Pipe Safe Work Procedures Background: Although AC pipe will not be used in new installations, there is still a need for work to be done on existing AC pipe. Cutting into AC pipe sections may sometimes be required for repair or tying into new connections. Exposure to asbestos can occur during work performed on AC pipes. To minimize fiber release, and prevent exposure to fibers during work activities, the following procedures are to be followed when performing work on AC pipe. All employees and contractors throughout The City of Nanaimo must understand the requirements of these procedures prior to conducting any work on AC pipe. The following procedures are for snap cutters, handsaws, tapping machines and hand drills. The operation of hand tools with AC pipe has been determined to be a Moderate Risk Work Activity as outlined in Worksafe Regulation 6.1. Snap cutters (roller chain cutters) consist of deep penetrating cutting wheels mounted in a chain that is wrapped around the pipe barrel. A cut is made when pressure is applied by means of a hydraulic pump or a manual ratchet depending on the size of the pipe. Hazards: • The use of powered disc saws (cut-off saw, K-5 saw, stihl saw, etc) MUST NOT be used to cut

AC pipe. The use of such abrasive disc saws will release excessive levels of asbestos fibres into the atmosphere and cause over-exposure to employees, contractors and the public.

• Exposure to asbestos fibres can lead to grievous long term illness and death. All efforts must be made to avoid exposure to asbestos fibres. If an exposure is suspected during your shift, report this suspected exposure to the OH&S Department without delay.

• If clothing is exposed to asbestos fibres, that clothing needs to be bagged, marked and cleaned appropriately. Don’t risk bringing asbestos home to your family.

• Heat Exposure is amplified during the summer months while performing this procedure due to the use of Tyvex suits. Workers and supervisors must be aware of the signs and symptoms of Hyperthermia (unsafe increase in the body’s core temperature). If the worker is feeling these signs and symptoms, they must follow decontamination procedures to exit the “Asbestos Work Zone” and take a break in a cool place while having some water.

PPE Required: The use of disposable material is to ensure asbestos fibres that can be found in the AC pipe debris do not get transferred out of the asbestos workzone. • ½ Mask Respirator with a

“100” (HEPA) filter • Disposable Coveralls – Impermeable protective coveralls must

have a hood, and elastic seals • Rubber Boots - NO laces • Disposable Gloves • Hardhat • Eye Protection (Where Required) • Hearing Protection (Where Required) Special Equipment Required: • Asbestos Disposal Bags

• Asbestos Warning Tape

• Snap Cutters or other non

powered hand tools. • Duct Tape for

sealing bags. • Asbestos Hazard Warning Signs

• 4 “Candle Stick” style traffic delineators for creating the 4 corners of the “Asbestos Work Zone”, OR, any other suitable posts or stakes

Page 574: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Pre Set-Up: • Perform pre-excavation hazard identification and risk assessment through the use of a Pre-

Excavation Checklist. Keep completed checklist on site. • Complete the appropriate WSBC NOP for work on Asbestos Containing Materials. Ensure that

a copy of the NOP(A) is on site at all times. • Ensure that the Pre-Ex is on site and utilities have been marked out before carrying out any

excavations. • Set up work zone appropriately – utilize traffic control if needed. • Ensure all workers on site are trained and aware of the hazards which exist. • Any workers who are going to be carrying out AC Pipe procedures need to have attended an

AC Pipe Procedures safety talk. • Ensure this procedure and the AC Pipe Exposure Control Plan are on site and that all workers

have been trained in both. • Ensure a continuous water supply is available on site. Procedure: • Expose AC Pipe in accordance with City of Nanaimo Excavation and Trenching Safety

program. • Create an “Asbestos Work Zone”. Use four “Candlestick” style traffic control posts as the

corners of the work zone. Use “Asbestos Hazard” warning tape to create a barrier surrounding the work zone, connecting all 4 corners. The work zone barrier must keep all non protected workers 10 feet away from the work zone. Post Asbestos Warning Signs where appropriate.

• Employees entering the “Asbestos Work Zone” must be wearing the required personal protective equipment.

• Low flow water must be constantly applied to the area being cut and continued until the cutting is complete. Ensure the water is applied in sufficient quantities so that the area being cut is continuously wet and no asbestos fibres are being released.

• Operate the cutting tool in accordance with the manufacturer’s instructions and City of Nanaimo SWPs until cutting is complete. Snap Cutters are generally the preferred tool for cutting AC Pipe.

• If the use of snap cutters is impractical, other non powered hand tools may be utilized as per manufacturer’s instructions and city policies. All the same controls used for snap cutters must still be utilized (i.e. continuous flow water.

• Once the final cut has been completed, thoroughly wash the cutting equipment in the excavation with a hose using clean water to remove all AC pipe debris. Pass tools out of the excavation once they are cleaned.

• If flowing water is not available, wash the equipment in large buckets of water and dump that water into the excavation.

• There are two different options for the waste pipe: 1) Remove from trench and dispose in asbestos waste bin: Cut the pipe into short enough pieces (4 foot lengths) to fit into the Asbestos Waste Bags

while still in the trench. Place the pipe of piece and any visible pieces or debris into the Asbestos Waste Bag. Twist the top of the bag to close it, and then fold over twisted portion and use duct tape

to tape the twisted portion to the bag. Place the bagged section near the edge of the “Asbestos Work Zone”. Wipe down bag with a wet disposable cloth to remove any asbestos debris. Place the bag into a second Asbestos Waste Bag and duct tape closed the same way. Where use of Asbestos Waste Bags is not applicable (i.e. length of AC

Pipe to be removed is longer than 4 feet or too large for the bag to contain) Polyethylene drop sheets can be utilized. Two layers of Polyethylene drop sheets will be placed on the edge of the trench. Once removed, the AC Pipe will be placed directly onto the

Page 575: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

Polyethylene drop sheets. The first layer of the Polyethylene drop sheet will be used to contain the AC Pipe by wrapping around the pipe and tying the ends in a goose neck fashion and sealing with duct tape. The second layer of Polyethylene sheeting will be utilized to further contain the AC Pipe by double-wrapping the pipe and tying the ends in a goose neck fashion and sealing with duct tape. The double wrapped AC Pipe will then be labelled with an Asbestos Warning Sticker or marked appropriately with other means.

Place the bag back of truck and dispose of in the designated Asbestos Disposal Bin at the back of the yard and advise Stores that you have done so. AC Pipe must never be left in the back of a truck overnight.

2) Leave in trench whole: If the trench is large enough to leave the AC Pipe section in the trench, this is another

option. However, this practice is discouraged as the remaining AC Pipe must now be marked on the City of Nanaimo Asbestos Inventory and an exposure control plan must be implemented for future work in the area.

Cut AC Pipe into sections small enough to either fit into Asbestos Waste Bags or small enough to be able to wrap poly around it.

Place the AC Pipe section into an Asbestos Waste Bag and seal in a goose neck fashion with duct tape. Place that bagged piece into a second bag and seal in the same fashion.

If section is too big to fit into Asbestos Waste Bag, wrap with poly and mark the poly wrap with Asbestos Hazard Stickers.

Place “Asbestos Hazard” warning tape over the waste pipe during back fill. Forward location of buried and marked AC Pipe to OH&S and Public Works for

placement into the Asbestos Inventory. When backfilling, bury asbestos hazard tape 2 feet below grade above the waste pipe.

Post Procedure/Take Down 1.) Decontaminate equipment:

Once the final cut has been completed, thoroughly wash the cutting equipment in the excavation with clean, low pressure water to remove all AC pipe debris.

Wash down excavator bucket and thumb with low flow water to remove all AC pipe debris and asbestos fibers.

Remove all cleaned tools from the excavation. 2.) Decontamination of all workers handling asbestos (other than last worker to decontaminate)

Proceed to where the wash station/ asbestos & asbestos waste bag is Thoroughly wash off boots & hard hat with low flow water.

Remove gloves (first aid method turning inside out) and place in the asbestos waste bag

Remove Tyvek and gently place in Asbestos Waste Bag Wash face and any exposed hair & hands with water and rag/ wet wipes Remove respirator cartridges and place into asbestos waste bag Thoroughly clean safety glasses & respirator with a disposable wet cloth/ wet wipes Throw away all clothes/ wet wipes into asbestos waste bag Step out of Asbestos Work Zone

3.) Last person out of excavation to decontaminate Take down barrier and dispose of tape in asbestos waste bag Proceed to where the wash station/ asbestos waste bag is Thoroughly wash off boots & hard hat Remove gloves (first aid method turning inside out) and place in the asbestos waste

bag Remove Tyvek and gently place in asbestos waste bag Thoroughly clean safety glasses & respirator with a disposable wet cloth/ wet wipes Put all disposable clothes/ wet wipes in asbestos waste bag With respirator still on:

Page 576: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

o Wash respirator, face and any exposed hair & hands with water and rag/ wet wipes

o Gently twist the Asbestos Waste Bag closed (Do NOT squish out the air) and then fold over twisted portion (goose neck) and duct tape closed.

o Wipe down the outside of the asbestos waste bag and place aside momentarily

o Remove cartridges and place into second asbestos waste bag o Remove respirator, wipe down and set aside. o Place first asbestos waste bag into second asbestos waste bag (has your

respirator cartridges already in it) o Twist the top of the bag to close it, and then fold over twisted portion and use

duct tape to tape the twisted portion to the bag o Place asbestos waste bags into bin with rest of double wrapped AC Pipe

4.) Backfill excavation as per usual procedures.

Other Considerations 1. Specific Respirator Maintenance

• Clean respirator by washing with respirator wipes • Rinse in clean, warm water • Wipe dry and hang to complete drying • Visually inspect inhalation and exhalation valve before replacing

2. Contingency Plan – Spill/ Split Double Bag or Poly Wrap The section is to be used in the event a bag breaks open, a wrapped asbestos containing pipe is dropped or the double poly breaks open or other small spill of pre-bagged asbestos containing material.

• Immediately soak down the contents with low flow water and barricade the area that the spill has occurred to keep unprotected workers and public out of area:

o Create an “Asbestos Work Zone”. Use four “Candlestick” style traffic control posts as the corners of the work zone. Use “Asbestos Hazard” warning tape to create a barrier surrounding the work zone, connecting all 4 corners. The work zone barrier must keep all non protected workers 10 feet away from the work zone. Post Asbestos Warning Signs where appropriate.

o Employees entering the “Asbestos Work Zone” must be wearing the required personal protective equipment.

• If workers are not already in Tyvek and other required PPE or workers with Tyvek and all other required PPE are unavailable Have workers don all appropriate personal protective equipment required for Moderate Risk Asbestos Procedures.

• Rewrap the Asbestos:

o Small Debris - Use the double bagging procedure: Place the pipe of piece and any visible pieces or debris into the Asbestos

Waste Bag. Twist the top of the bag to close it, and then fold over twisted portion and

use duct tape to tape the twisted portion to the bag. Place the bagged section near the edge of the “Asbestos Work Zone”. Wipe down bag with a wet disposable cloth to remove any asbestos

debris. Place the bag into a second Asbestos Waste Bag and duct tape closed

the same way.

Page 577: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

o Large Debris: Wrap the first layer of poly over the pipe like a present and tape into

position. Wipe down 1st layer with damp cloth to eliminate any fibers. Wrap the second layer of poly over the pipe (again like a present) and

tape down. Apply asbestos hazard labels Dispose of in bin with other double wrapped AC Pipe

• In addition to the above:

o If contents were spilled on soil: Ensure a layer of top soil is removed with the asbestos debris to

minimize future exposure. • Utilizing a flat faced spade style shovel, dig horizontally deep

enough under the surface to capture all of the fibers that may have been collected within the surface soils.

• Gently place each shovel full into an Asbestos Waste Bag. • Seal bag as per “Small Debris” procedures above. • Decontaminate shovel with running water prior to removing from

“Asbestos Work Zone”

o If contents were spilled on asphalt, concrete or other hard surface: Hepa vac contents up using DOP tested hepa vacuum Wet wipe the area with disposable wet rags Dispose of rags in double bag

Created: 2010-Mar-08 Revised: 2015-Jan-30

Created by: Jason Duchak Revised by: Jason Duchak

Page 578: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

APPENDIX 3

Geotechnical Report College Heights Water Supply & Utility

Upgrades Report, WSP Canada Inc., September 2017

Page 579: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager
Page 580: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager
Page 581: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager
Page 582: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager
Page 583: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager
Page 584: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager
Page 585: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager
Page 586: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager
Page 587: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager
Page 588: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager
Page 589: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager
Page 590: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager
Page 591: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

APPENDIX 4

Vancouver Island Health Authority

Construction Permit

Page 592: Contract T-2338-2019 · INVITATION TO TENDER TOWERS PUMP STATION Tender T-2338-2019 Sealed tenders, clearly marked Towers Pump Station “ T-2338-2019” will be received by the Manager

APPENDIX 5

Building Permit