EQUIPMENT SUPPLY CONTRACT

204
EQUIPMENT SUPPLY CONTRACT City of Powell River Consolidated Wastewater Treatment Facility Dissolved Air Flotation (DAF) Equipment Supply RFP 201902 DECEMBER 2019

Transcript of EQUIPMENT SUPPLY CONTRACT

Page 1: EQUIPMENT SUPPLY CONTRACT

   

EQUIPMENT SUPPLY CONTRACT 

City of Powell River   Consolidated Wastewater Treatment Facility Dissolved Air Flotation (DAF) Equipment Supply RFP 2019‐02 

DECEMBER 2019 

Page 2: EQUIPMENT SUPPLY CONTRACT
Page 3: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 01 10 Consolidated Wastewater Treatment Facility TABLE OF CONTENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 2

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\000110.doc: December 24, 2019

TABLE OF CONTENTS PAGES

DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS

Section 00 01 07 - Certification Page 1 Section 00 01 10 - Table of Contents 1 Section 00 11 19 - Request for Proposal 1 Section 00 21 16 - Instructions and Information 9 Section 00 42 00 - Proposal Form 19 Section 00 43 14 - Consent of Surety Company 1 Section 00 43 44 - Equipment Suppliers List 1 Section 00 43 60 - Proposed Variations 1 Section 00 43 86.01 - Schedule of Supply and Delivery 3 Section 00 45 13 - Manufacturer's Experience 1 Section 00 52 00 - Form of Agreement 3 Section 00 61 13.13 - Performance Bond 3 Section 00 72 00 - General Conditions 26 Section 00 73 00 - Supplementary Conditions 4

DIVISION 01 - GENERAL REQUIREMENTS

Section 01 27 00 - Payment Schedule and Warranty 2 Section 01 33 00 - Submittals 4 Section 01 33 00.01 - Submittal Transmittal Form 1 Section 01 42 19 - Reference Standards 3 Section 01 65 00 - Shipment, Protection and Storage 1 Section 01 78 23 - Operating and Maintenance Data 5 Section 01 78 24 - Spare Parts and Maintenance Materials 2 Section 01 79 00 - Training 3 Section 01 87 13 - Equipment, System Performance & Operational Testing 5

DIVISION 26 - ELECTRICAL

Section 26 05 02 - Electrical: General Requirements 9 Section 26 05 43 - Electrical Installation 13 Section 26 05 50 - Variable Frequency Drive Equipment 9 Section 26 05 80 - Fractional Horsepower Motors 2 Section 26 05 81 - Motors: 0.746 to 149 kW 4

Page 4: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 01 10 Consolidated Wastewater Treatment Facility TABLE OF CONTENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 2 of 2

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\000110.doc: December 24, 2019

Section 26 29 03 - Membrane System Control Panel 11 Section 46 71 23 - Dissolved Air Flotation Thickening Equipment 16

END OF DOCUMENT

Page 5: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 11 19 Consolidated Wastewater Treatment Facility REQUEST FOR PROPOSAL DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 1

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\001119.doc: December 20, 2019

CITY OF POWELL RIVER

REQUEST FOR PROPOSALS ("RFP") CONSOLIDATED WASTEWATER TREATMENT FACILITY

DAF THICKENER EQUIPMENT SUPPLY - RFP 2019-02

Proposals in a sealed package clearly marked for above Supply Contract, will be received at the offices of City of Powell River, 6910 Duncan Street, Powell River, B.C., V8A 1V4, up to exactly 4:00 p.m., as per the details in Section 00 21 16 – Instructions and Information. Please use the above RFP description on all correspondence. It is the sole responsibility of the Proponent to ensure that its proposal is received at the specific physical location indicated, by the stipulated time. Proposals received at the specific location after the stipulated time shall be returned to the Proponent unopened. The Proposals shall be for furnishing all equipment, material, software, and on-site services except material supplied by the City of Powell River, for the supply of DAF thickener equipment, necessary control and instrumentation devices, and other system appurtenances necessary for complete and functional operation. Services will include design, manufacturing, testing, supply, commissioning, and operator training. Installation of the equipment will be by others. The lowest cost or any proposal will not necessarily be accepted. The City reserves the right to accept or reject any or all proposals in whole or in part. Proponents may be required to provide supplementary information after the closing date to support their Proposal. Technical inquiries may be directed to Tom Robinson, at Associated Engineering, Telephone: (604) 293-1411 or Email: [email protected] Tom Robinson, M.A.Sc., P.Eng. Nagi Rizk, P.Eng, Project Manager Manager of Engineering Services Associated Engineering City of Powell River #500 – 2889 East 12th Avenue 6910 Duncan Street Vancouver, BC V5M 4T5 Powell River, BC V8A 1V4

END OF DOCUMENT

Page 6: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 21 16 Consolidated Wastewater Treatment Facility INSTRUCTIONS AND INFORMATION DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\002116.doc: December 20, 2019

Part 1 General

1.1 SCOPE

.1 The Owner requests proposals for the supply, delivery, and related support services for DAF thickener equipment, and related systems and services (the “Goods”). Upon the completion of review of proposals, it is the intent of the City of Powell River (the “Owner”) to enter into a contract for the supply of the “Goods” as part of the Consolidated Wastewater Treatment Facility Project.

.2 The equipment is to be fabricated, delivered and supplied such that it will fit in the space provided in accordance with the drawings appended in Appendix A.

.3 Capacity and operating conditions are specified under Section 46 71 23 – Dissolved Air Flotation Thickener Equipment

.4 Installation of the suppled equipment will be undertaken by a General Contractor retained by the Owner at a later date. The successful proponent Contract will be novated to the General Contractor’s agreement once that contractor has been selected. The successful proponent will provide support to the General Contractor as identified in the RFP documents.

1.2 DESCRIPTION OF SUPPLY

.1 This RFP is for the supply and delivery of the DAF thickener system and related systems to the FOB Point. The Goods supplied under the proposed contract will be installed by others during the construction stage. The Goods supplied under the proposed contract shall include, but are not necessarily limited to the following:

.1 Supply of DAF thickener equipment, necessary control and instrumentation devices, and other system appurtenances necessary for complete and functional operation. Services to be provided will include, but not limited to design, shop drawings, factory testing, installation and commissioning services (to a General Contractor), field inspection and testing, operator training, operating and maintenance data and record drawings.

.2 Provision of all necessary instruction to ensure satisfactory off-loading, storage, and installation at the Consolidated Wastewater Treatment Facility site and testing of the Goods supplied. The General Contractor retained by the Owner will provide all necessary labour, plant and equipment at the off-load location and install the Goods.

.3 Completion of site testing and commissioning of the equipment.

.4 Training of the Owner’s personnel.

.5 As required, and at no cost to the Owner, modification and/or replacement of the equipment to ensure that performance guarantees provided in the Proponent’s Proposal are met.

.6 Provision of technical support for and repair of all defects to the equipment, at no cost to the Owner, during the Warranty Period.

Page 7: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 21 16 Consolidated Wastewater Treatment Facility INSTRUCTIONS AND INFORMATION DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 2 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\002116.doc: December 20, 2019

.7 Delivery of the Goods freight pre-paid to FOB Point:

City of Powell River Consolidated Wastewater Treatment Plant (Coordinates: 49.8615 N, 124.5469 W; PID: 030-198-861)

.8 Delivery of the Goods to the FOB Point shall be as per the requirements in the Schedule of Supply and Delivery as the Supply Contractor’s date of delivery of the Goods to the FOB Point (Section 00 43 86.01) unless agreed with the Owner in writing. Installation and testing of the Goods shall be at such time as stipulated by the Owner.

.9 Coordination of the delivery and installation of the Goods with the General Contractor retained by the Owner.

1.3 CLOSING DATE FOR PROPONENTS RESPONSE

.1 The Owner will accept one (1) hard copy and one (1) digital copy of the Proponent's Proposal, each in a sealed package, at the following specific physical location not later than exactly 4:00 p.m. local time on January 24, 2020 (the "Proposal Closing"):

City of Powell River 6910 Duncan Street Powell River, BC V8A 1V4

It is the sole responsibility of the Proponent to ensure that its proposal and any amendments are received at the specific location indicated, by the Proposal Closing. Proposals received at the specific location after the Proposal Closing will not be considered and will be returned to the Proponent unopened.

.2 Proponents may submit the executed offer electronically.

.1 Submit one (1) pdf copy of the Proponent’s Proposal, signed with original signature(s) and corporate sealed where applicable, together with the required Supplements to Proposal Form via email. Email to be sent to the City of Powell River at [email protected]. The email subject line should read “Request for Proposal RFP 2019-02 DAF Thickener Equipment System”.

.2 It is the sole responsibility of the proponent to ensure that any electronic submission has been received by the Owner. The Owner accepts no responsibility whatsoever for any failed transmission by the Proponent.

.3 Proponents submitting the executed offer electronically must also send the hard copy of the offer. The hard copy of the executed offer must be received at the offices of the Owner by January 27, 2020 at 4:00 pm.

.4 Electronic and original paper copies must be identical.

.3 The submission of a proposal constitutes the agreement of the Proponent to be solely responsible for any and all costs and expenses incurred by it in preparing and submitting its proposal, including any costs incurred by the Proponent after the Proposal Closing.

1.4 PROPOSAL DOCUMENTS

.1 Proponents are advised to read and respond fully to all sections of the RFP including the schedules and supplements; an incomplete proposal may be rejected.

Page 8: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 21 16 Consolidated Wastewater Treatment Facility INSTRUCTIONS AND INFORMATION DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 3 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\002116.doc: December 20, 2019

1.5 VALIDITY OF PROPOSAL

.1 The Proposal submitted by the Proponent shall be valid for a period of 60 days from the Proposal Closing, whether another Proposal has been accepted or not.

1.6 ENQUIRIES AND ADDENDA

.1 Enquiries should be addressed to:

Tom Robinson, M.A.Sc., P.Eng. Project Manager Associated Engineering (B.C.) Ltd. #500 – 2889 East 12th Ave. Vancouver, B.C., V5M 4T5 Telephone: (604) 293-1411 Email: [email protected]

.2 Any requests for explanations, interpretations or clarifications made by Proponents must be submitted in writing to the Engineer not less than three (3) working days prior to the Proposal Closing.

.3 Any explanations, interpretations or clarifications will be made in the form of Addenda.

.4 All Addenda issued by the Owner shall be incorporated into and become part of the RFP Documents.

.5 If a Proponent finds any errors, omissions or discrepancies in the RFP Documents, it shall immediately notify the Engineer in writing.

.6 No oral explanation, interpretation or clarification of the RFP Documents by any person whatsoever shall bind the Owner in the interpretation of the RFP Documents.

1.7 COMPLETION OF PROPOSAL

.1 The Proponent shall submit a Proposal that meets the requirements and specifications of the RFP. If the Proponent wishes to submit a Proposal that varies from the requirements or specifications, it shall declare in detail in the Proposal where and how its Proposal varies from the requirements and specifications as per the requirements in Section 00 43 60 – Proposed Variations. The Proponent shall submit a complete Proposal as required herein.

.2 The Proponent shall complete all applicable RFP Documents in ink or in type.

.3 Unit prices, in Canadian currency, shall be shown for each item specified including labour rates and shall include all packing, crating, freight, cartage, shipping charges, cost of unloading supplies at destination, and all tariffs, excise taxes and duties.

.4 The Owner may exclude certain items and services listed in the Schedule of Proposal Prices after the Proposal Closing.

.5 The Proponent shall carefully review the RFP Documents and all Addenda issued by the Owner.

Page 9: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 21 16 Consolidated Wastewater Treatment Facility INSTRUCTIONS AND INFORMATION DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 4 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\002116.doc: December 20, 2019

.6 The Proposal shall be in accordance with the terms and conditions contained in the RFP Documents. Any Proposal received which attempts to materially changes these terms and conditions by, for example, including the Proponent’s standard terms of sale may be rejected.

.7 If a Proposal contains a defect or fails in some way to comply with the requirements of the RFP Documents, which in the sole discretion of the Owner is not material, the Owner may waive the defect and accept the Proposal.

1.8 SOLICITATION

.1 If any director, officer, employee, agent or other representative of a Proponent makes any representation or solicitation to any director, officer or employee of the Owner with respect to the Proposal, whether before or after the submission of the Proposal, the Owner shall be entitled to reject or not accept the Proposal.

1.9 SUBMISSION OF PROPOSALS

.1 No oral transmitted Proposals or amendments to Proposals will be considered.

.2 The Owner will not accept an amendment to a previously submitted Proposal unless:

.1 It is in writing.

.2 It is received at the specific physical location set out in Article 1.3, prior to the Proposal Closing in a sealed envelope or package on the exterior of which shall be indicated the name of the Proponent, the name of the Contract and the RFP Number.

.3 It indicates changes to a Proposal already submitted.

.4 It is signed by the person or persons who signed the original Proposal.

.3 Proponents shall be solely responsible for the completion and delivery of Proposals and any amendments in the manner and time specified. No extension of the Proposal Closing will be given to accommodate Proposals or amendments to Proposals that do not comply with the requirements herein.

1.10 REQUIRED PROPOSAL FORMAT

.1 The Proponent shall submit to the Engineer the following completed and executed documentation:

.1 Proposal Form, Section 00 42 00, including all Schedules.

.2 Acknowledgment of Receipt of Addenda.

.3 Consent of Surety:

.1 Submit with the Proposal Form a letter of consent on the form provided in Section 00 43 14, stating that the surety is willing to supply a Performance Bond, as specified in the contract documents. The issuer shall be by a company licensed to do business in the Province of British Columbia.

Page 10: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 21 16 Consolidated Wastewater Treatment Facility INSTRUCTIONS AND INFORMATION DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 5 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\002116.doc: December 20, 2019

.4 All other applicable forms. Refer to Article 1.5 of Section 00 42 00 – Proposal Form.

1.11 VARIATION TO RFP DOCUMENTS

.1 If the Proponent wishes to submit a proposal based on specifications or terms that differ from the specifications or RFP Documents, it shall show in detail the proposed variations as per the requirements in Section 00 43 60 – Proposed Variations.

.2 The acceptability of any such variations will be at the Owner’s and Engineer’s sole discretion.

.3 Unless otherwise expressly stated in the Proposal Form or corresponding documentation, the Proponent agrees to accept without reservation or amendment, the whole of the specifications and RFP Documents.

1.12 EVALUATION METHODOLOGY

.1 The proposal evaluation includes both economic and non-economic evaluation criteria. The criteria are provided in Article 1.13.

.2 The acceptance of the Proposal by a Letter of Intent, signed by a duly authorized representative of the Owner, shall be the only method constituting acceptance.

.3 The Owner reserves the right to allocate reasonable costs to submissions in areas where the Owner and Engineer determine that costs have been omitted for any reason. The owner reserves the right to allocate reasonable costs during the evaluation process to such deficiencies.

.4 The proposals will receive further evaluation that may include visits by representatives of the Owner and/or Engineer, at their own expense, to the Proponent's factory or field installations to observe successful DAF thickener equipment systems similar to that being proposed.

.5 The Proposal containing the lowest price will not necessarily be accepted. The Owner reserves without restriction, sole discretion in determining best value and whether or not any proposal received provides the necessary level of value to the Owner result in the award of a contract.

1.13 EVALUATION CRITERIA

.1 Proposals will be evaluated based on the parameters identified in the table below

Category Points Description

Capital Cost 30

Lowest price for an acceptable proposal receives 30 points and each subsequent proponent receives points relative to the lowest price according to the formula. Formula: points received = (lowest price x 30) / proposal price

Page 11: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 21 16 Consolidated Wastewater Treatment Facility INSTRUCTIONS AND INFORMATION DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 6 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\002116.doc: December 20, 2019

Category Points Description

Maintenance Requirements

20

Proponent to provide costs for spare parts, frequency of replacement and provide a complete response to the requirements during maintenance activities (i.e. shutdown of DAF, mechanical component adjustment or replacement, confined space entry) as per Schedule C and Schedule D of the Proposal Form.

References 25

Proponent to provide a list of up to 5 references for the same (or very similar) equipment installations that they have sold in the last 10 years, for a similar range design loading rates as per the technical specifications, herein. Engineer will contact 3 but retains the right to contact all references, and consider other sources of information, at its sole discretion. 2 point for each reference (maxim um 10 points) 5 points possible for each contacted reference based on reference's overall satisfaction and perceived value of the equipment. (maximum 10 points)

Compliance with Technical Specifications

15

Points will be deducted from a score of 15 points for non-compliances at the discretion of the Engineer and Owner. Where the Proponent believes a non-compliance to be better than or equivalent to the specifications, proponent shall provide information for evaluation by Engineer and Owner.

Proponents shall complete Section 00 43 60 – Proposed Variations.

Performance of Equipment

5

3 points if guaranteed Solids Capture is greater than or equal to 97% 2 points if guaranteed Solids Capture is between 95-97% 1 point if guaranteed Solids Capture is between 90 - 95% 0 points if guaranteed Solids Capture is less than 90% and, 2 points if guaranteed thickened DAF float between 4% to 5% solids concentration 0 points if guaranteed thickened DAF float concentration is less than 4% or greater than 5% solids concentration.

Technical Support 5

Points will be allocated based on technical support. For instances where support is not present in Western Canada or the United States Pacific Northwest, provide explanation of how effective and responsive technical support will be provided.

Compliance with Commercial Terms

Pass/Fail Proponents shall complete Section 00 43 60 – Proposed Variations.

Notes: Owner may elect at its sole discretion to disqualify from the evaluation process any proposal that has significant non-compliances with any of the evaluation criteria presented above.

Page 12: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 21 16 Consolidated Wastewater Treatment Facility INSTRUCTIONS AND INFORMATION DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 7 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\002116.doc: December 20, 2019

1.14 CHANGES TO PROPOSAL WORDING

.1 The Proponent shall not change the wording of the proposal after the Proposal Closing and without restricting the generality of the foregoing, no words or comments shall be added to the proposal, the terms and conditions, if any, or the Specifications unless requested by the Owner or the Engineer for purpose of clarification.

1.15 OWNERSHIP OF PROPOSALS

.1 All responses to this RFP become the property of the Owner.

1.16 OWNER’S RIGHT TO MODIFY TERMS

.1 The Owner in its sole discretion, reserves the right to modify the terms of the RFP at any time, both before and after the Proposal Closing.

1.17 SUBCONTRACTING

.1 Utilizing a subcontractor (who must be clearly identified in the Proposal) is acceptable. This also includes a joint submission by two proponents having no formal corporate links. However, in the case of a joint submission, the Proposal must include a joint and several undertaking that one of these Proponents must be prepared to take overall responsibility for successful interconnection of the two services. This must be defined in the Proposal to the satisfaction of the Owner.

1.18 ACCEPTANCE OF PROPOSALS

.1 Notwithstanding any other provision in the RFP Documents or any practice or custom in the industry, Owner, in its sole discretion, shall have the unfettered right to:

.1 Accept any proposal.

.2 Reject any proposal.

.3 Reject all proposals.

.4 Accept a proposal which is not the lowest priced proposal.

.5 Reject a proposal even if it is the only proposal received by the Owner.

.6 Negotiate contract terms with any proponent.

.2 Acceptance of any proposal is subject to funding approval.

.3 The Owner will notify the successful Proponent in writing that its proposal, including any subsequent negotiations and agreement, has been accepted (the "Notice of Acceptance"). The Notice of Acceptance is subject to the terms and conditions of the Contract. Upon the receipt of the Notice of Acceptance the successful Proponent shall commence Shop Drawing preparation.

1.19 ACCEPTANCE OF TERMS

.1 The submission of a proposal constitutes the agreement of the Proponent that all the terms and conditions of this RFP are accepted by the Proponent and incorporated in its

Page 13: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 21 16 Consolidated Wastewater Treatment Facility INSTRUCTIONS AND INFORMATION DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 8 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\002116.doc: December 20, 2019

proposal, except those conditions and provisions which are expressly excluded by the Proponent's Proposal.

.2 General Conditions which will be part of this Contract are included for the Proponents’ information in Section 00 72 00 – General Conditions and Section 00 73 00 – Supplementary Conditions.

1.20 NEGOTIATION

.1 Subsequent to the submission of proposals, interviews and negotiations may be conducted with any of the proponents, but there shall be no obligation on the City Powell River to receive further information, whether written or oral, from any proponent nor to disclose the nature of any proposal received.

1.21 CONFIDENTIALITY

.1 The following conditions apply:

.1 The RFP Documents or any portion thereof, may not be used for any purpose other than submission of proposals.

.2 The successful Proponent must agree not to divulge or release any information that has been given to it or acquired by it on a confidential basis during the course of carrying out its duties or performing its services.

.3 It is the Owner’s policy to maintain confidentiality with respect to all confidential information related to Proposals, subject to the requirements of the Freedom of Information and Protection of Privacy Act. Other sections of the Act may require that information may have to be disclosed to members of the public who request access to records in Owner custody and control.

.4 If the proponent considers that any of its information is confidential, the proponent shall identify that confidential information and advise the Owner in its proposal.

.5 All documents and data, including documents and data on electronic media, prepared by the Proponent in conjunction with the project will become the Proponent of the Owner and may be made available under the Freedom of Information and Protection Privacy Act. The Owner will have the right to reproduce the documents and data for its own internal use. Subject to the foregoing, copyright in the drawings prepared by the Proponent shall remain with the Proponent.

1.22 DISCLAIMERS/LIMITATIONS OF LIABILITY

.1 Neither acceptance of a proposal nor execution of an Agreement shall constitute approval of any activity or development contemplated in any proposal that requires any approval, permit or license pursuant to any federal, provincial, and local laws, regulations and ordinances. It is the responsibility of the successful Proponent (i.e. Supply Contractor) to obtain such prior to commencement of the services under the anticipated contract.

.2 The Owner and the Engineer, their respective directors, officers, servants, employees, agents and consultants expressly disclaim any and all liability for representations, warranties express or implied or contained in, or for omissions from the RFP documents

Page 14: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 21 16 Consolidated Wastewater Treatment Facility INSTRUCTIONS AND INFORMATION DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 9 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\002116.doc: December 20, 2019

or any written or oral information transmitted or made available at any time to a proponent by or on behalf of the Owner. Nothing in the RFP documents is intended to relieve a Proponent from forming their own opinions and conclusions in respect of this RFP.

1.23 AWARD

.1 The Owner will notify Proponents in writing when a contract award has been made.

.2 No information with regard to an award of a contract will be made available between the time of opening proposals and when a contract award has been made.

1.24 AGREEMENT

.1 The Owner shall not be obligated in any manner to any Proponent whatsoever until a written agreement has been duly agreed to by the parties relating to an accepted Proposal.

.2 The Proponent shall within 10 days of the Owner issuing a Notice of Acceptance, execute and deliver the Agreement, in triplicate, to the Owner.

1.25 INSURANCE

.1 Refer to GC9. INSURANCE of Section 00 73 00 – Supplementary Conditions.

1.26 NOVATION AGREEMENT

.1 The Owner will assign the Contract arising from acceptance of a Proposal hereunder to a General Contractor for the project when such General Contractor has been selected. The Supply Contractor under this Contract (Supply Contract) will be required to join in a Novation Agreement in the form set out in Appendix B (Section 00 52 61).

.2 The Proposal shall be accompanied by a letter of consent from the Proponent’s surety confirming that it will issue new bonds in favour of the General Contractor upon the execution of the Novation Agreement and the surrender of the original bonds.

.3 The terms of the Supply Contract, including the price and payment terms, will be included in the proposed information for the Construction Contract and the Contract Price for the Construction Contract, as defined therein, will include the price of the Supply Contract.

END OF DOCUMENT

Page 15: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 42 00 Consolidated Wastewater Treatment Facility PROPOSAL FORM DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 19

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\004200.doc: December 20, 2019

Part 1 General

1.1 PROPONENT'S NAME

.1 This Proposal for supply, delivery, and related support services for the DAF thickener system and other system appurtenances necessary for complete and functional operation at the City of Powell River Consolidated Wastewater Treatment Facility is hereby submitted by:

Name of Proponent

________________________________________________

________________________________________________ Address of Proponent

________________________________________________ Telephone Number of Proponent

________________________________________________ Proponent’s Representative’s Name

________________________________________________ Proponent’s Representative’s Email Address

1.2 PROPOSAL DOCUMENTS

.1 The Proposal Documents for this Contract include the following:

.1 All documents listed in Section 00 01 10 - Table of Contents.

.2 Addenda.

.3 Appendices.

1.3 PROPONENT'S OFFER

.1 The Proponent offers to supply the Goods to the Consolidated Wastewater Treatment Facility for the Total Proposal Price of (fill in blank):

TOTAL PROPOSAL PRICE: (excluding GST): $

Goods and Services Tax: $

TOTAL PROPOSAL PRICE (including GST): $

To be completed by Proponent.

1.4 PROPONENT'S DECLARATIONS

.1 The Proponent declares that it has read and understood and agrees to be bound by the RFP Documents.

Page 16: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 42 00 Consolidated Wastewater Treatment Facility PROPOSAL FORM DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 2 of 19

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\004200.doc: December 20, 2019

.2 The Proponent declares that it has fulfilled and complied with all of those obligations and requirements under the RFP Documents which are required to be fulfilled by the Proposal Closing.

.3 The Proponent confirms, represents and warrants that all information which it has provided or will provide to the Owner is true and accurate in every respect.

.4 The Proponent also agrees:

.1 The Owner is in no way obligated to accept this Proposal.

.2 The Owner may, at Owner’s discretion, accept other than the lowest Proposal.

.3 That should the Proposal Form be improperly completed or be incomplete, the Owner shall have the right to disqualify and/or reject this Proposal.

.4 That this proposal is made without knowledge of the Proposal prices to be submitted for this work by any other company, firm, or person.

.5 This proposal is made without any connection or arrangement with any other company, firm, or person submitting a Proposal for this work.

.6 This proposal is made without any undisclosed connection or arrangement with any other company, firm, or person having an interest in this Proposal or in the proposed Contract.

.7 The Proponent hereby submitted itemized prices as required by the specifications and agrees that these prices will be used for payment of work additional to and deleted from the Contract and agrees that the prices quoted shall remain in force until the date of completion of the Contract.

.8 The Proponent confirms that the itemized prices quoted include all necessary costs under the terms of the Contract, including but not limited to supply, fabrication and finishing, conveyance and delivery to Site, packing, crating, freight, cartage, shipping charges, unloading, installation support, drafting charges, overhead, profit and all tariffs, duties and taxes, and excluding the GST.

.9 That this Proposal fees shall be valid for sixty (60) days after the closing date for receipt of Proposal and that Owner may at any time within such period accept this Proposal whether any other Proposal has previously been accepted or not and whether notice of award of a contract has been given or not.

.10 To execute the Contract Agreement and deposit with Owner a Performance Bond for the amount specified in Section 00 61 13.13 – Performance Bond within ten (10) days of the date of the Notice of Acceptance of the Contract, such time limit being extended only on the written approval of Owner.

.11 To commence and proceed actively with the work promptly following receipt of the Notice of Award, and to deliver Goods to site as per the requirements set out in Section 00 43 86.01.

.12 To compensate the Owner in accordance with the Contract Documents if the work is not completed within the Contract Time.

.13 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 the General Conditions.

Page 17: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 42 00 Consolidated Wastewater Treatment Facility PROPOSAL FORM DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 3 of 19

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\004200.doc: December 20, 2019

.14 That payment for the work done will be made on the basis of the prices shown in the Proposal Form which shall be compensation in full for the work done under the terms of the Contract, exclusive of GST payable by Owner.

.15 That the estimate of quantities shown in the Proposal Form serves only to provide a basis for comparing proposals and that no representations have been made by either the Owner or Engineer that the actual quantities will even 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.

.16 That all prices shown in this proposal are in Canadian currency, including the hourly rates for labour.

.17 If the Proponent, for any reason whatsoever, fails or defaults, in the opinion of the Engineer, in respect of any matter or thing which is an obligation of the Proponent in the Terms of this Proposal, the Owner at its opinion may either:

.1 Consider the Proponent has abandoned the offer made or the Contract if the offer has been accepted, whereupon the acceptance, if any, of the Owner shall be null and void.

and

.2 Further, the Proponent will fully indemnify and save harmless the Owner, its officers, employees and agents from all loss, damage, liability, cost, charge and expense whatever which it, they or any of them may suffer, incur or be put to by reason of such default or failure of the Proponent.

.18 The proponent agrees to join in an assignment and Novation Agreement in the form set out in Appendix B (Section 00 52 61), as soon as the contract between the Owner and the Contractor has been signed.

1.5 SUPPLEMENT TO PROPOSAL FORM

.1 Schedules

.1 The Proponent shall complete all of the Schedules attached.

.2 The completed Schedules shall form part of the Proposal Documents.

.2 Acknowledgement of Receipt of Addenda

.3 Completed Section 00 43 13 – Consent of Surety Company

.4 Completed Section 00 43 44 – Equipment Supplier’s List

.5 Completed Section 00 45 13 – Manufacturer’s Experience

.1 Provide a listing of similarly sized installations for DAF thickener equipment.

.6 Compliance with Technical Terms

.1 Completed Section 00 43 60

.7 Compliance with Commercial Terms

.1 Completed Section 00 43 60

Page 18: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 42 00 Consolidated Wastewater Treatment Facility PROPOSAL FORM DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 4 of 19

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\004200.doc: December 20, 2019

Part 2 Products

.1 Not Used.

Page 19: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 42 00 Consolidated Wastewater Treatment Facility PROPOSAL FORM DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 5 of 19

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\004200.doc: December 20, 2019

Part 3 Execution

3.1 EXECUTION BY PROPONENT

This proposal is executed under seal at

this day of , 2020.

Name of Firm

Address

For Individual or Partnership: SIGNED, SEALED AND DELIVERED by Proponent (please print) Signature

IN THE PRESENCE OF:

Title

Name

Seal

Address

City/Prov/PC

Occupation

For Limited Company: The Corporate Seal of

Seal

Proponent (please print)

WAS HEREUNTO AFFIXED IN THE PRESENCE OF:

Authorized Signing Officer

Authorized Signing Officer NOTE: If the proposal 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 20: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 42 00 Consolidated Wastewater Treatment Facility PROPOSAL FORM DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 6 of 19

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\004200.doc: December 20, 2019

INDEX Clause Title Page No.

Schedule A – Price Breakdown 7 Schedule D – List of Recommended Spare Parts, Prices, Delivery Time and Storage Location 10 Schedule E – Additional Prices 11 Schedule F – Equipment Delivery Schedule 13 Schedule G – Site Storage Requirements 14 Schedule H– Special Maintenance Requirements During Storage On Site 15 Schedule I – Elements Requiring Re-Assembly 16 Schedule J – Qualifications of Supplier’s Field Support Staff 17 Schedule K –Training 18 Schedule L – Quality Management 19 

Page 21: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 42 00 Consolidated Wastewater Treatment Facility PROPOSAL FORM DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 7 of 19

Schedule A

Price Breakdown

.1 The total of the unit prices plus GST must agree with the total proposal price identified in Clause 1.3 of Section 00 42 00 - Proposal Form. We certify that the following is an accurate and balanced breakdown of our lump sum price(s). Work required, but not specifically mentioned, is included in the item with which it is most closely associated. Prices for specified items F.O.B. Jobsite Powell River, BC (itemize on separate sheet if applicable).

Item Description Lump Sum Price

.1 Shop Drawing Preparation $

.2 DAF Thickener Equipment $

.3 Electrical, Instrumentation and Controls $

.3 Firm freight charges to project location (including transit insurance) $

.4 Pre-start-up assistance, and initial performance testing $

.5 Commissioning and start-up assistance $

.6 Operations and Maintenance Training and O&M Manuals $

.7 Spare Parts (Schedule D) $

TOTAL LUMP SUM PRICE (excluding GST) $

Goods and Services Tax

Additional numbered pages outlining this portion of the Proposal may be attached to this page and/or separate documents listed above may be submitted with these schedules.

Page 22: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 42 00 Consolidated Wastewater Treatment Facility PROPOSAL FORM DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 8 of 19

Schedule B Not used.

Page 23: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 42 00 Consolidated Wastewater Treatment Facility PROPOSAL FORM DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 9 of 19

Schedule C

Maintenance Requirements Describe the recommended maintenance requirements for the proposed equipment in this application. This schedule should be completed in cooperation with Schedule D - List of Spare Parts, Consumables, Prices, Delivery Times and Storage Location.

For the Column titled “Work Procedure,” Proponent to use the following number code:

1. Equipment remains online.

2. Equipment must be isolated/offline.

3. DAF Tank must be drained/emptied.

4. Confined space entry required into tank.

5. Special maintenance equipment required. Please specify equipment.

6. Other requirement. Please specify.

Required Maintenance Frequency (based on run time hours)

Work Procedure

(Select all that apply from 1 to 6)

Provide design run time hours per day: ___________ hours

Page 24: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 42 00 Consolidated Wastewater Treatment Facility PROPOSAL FORM DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 10 of 19

Schedule D List of Spare Parts, Consumables, Prices, and Storage

Location Provide quantity of the Manufacturer’s recommended spare parts and special tools as outlined in the Technical Specifications, complete with prices current at the time of submission of the proposal, standard delivery time and estimated frequency of replacement and dispatch location for all parts that have been proposed. The unit prices shall include all applicable custom duties, shipping charges to site and federal G.S.T.

This schedule should be completed in cooperation with Schedule C – Maintenance Requirements.

Recommended Spare Parts

Description Qty. Unit Price (CDN $)

Dispatch Location

Subtotal of Recommended Spare Parts

Total of Required and Recommended Spare Parts

Additional numbered pages outlining this portion of the Proposal may be attached to this page and/or separate documents listed above may be submitted with these schedules.

Page 25: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 42 00 Consolidated Wastewater Treatment Facility PROPOSAL FORM DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 11 of 19

Schedule E

Additional Prices 1.0 COMMISSIONING / TESTING / INSTRUCTION / TRAINING SUPPORT The Proponent agrees that the days stipulated in the Specifications for site services are not necessarily concurrent and are at the discretion of the Engineer. If additional or fewer person days are required for site services, the Total Price will be adjusted upward or downward respectively, in accordance with the following unit rates as applicable. The unit rate per eight (8) hour person day shall be inclusive of all payroll burdens, overhead, profit and other relevant costs. The costs, if any, for additional person days required to correct faulty designed or manufactured equipment and materials shall be borne by the Supplier.

1.1 WORK HOUR RATES:

Engineer

Service Technician

Other

(Specify)

Number of days included in quoted price

Number of trips included in quoted price

Hours per standard working day h h h

Regular charge-out rate $ /h $ /h $ /h

Premium (% mark-up) for hours in excess of standard working day, weekends or holiday % % %

Standby or layover rates (if applicable) $ /h $ /h $ /h

1.2 TRAVEL TIME

Travel and living expenses, for additional work approved by Purchaser, will be reimbursed Local travel, meals and lodging will be paid at cost. Copies of invoices must be submitted.

Service and technical personnel will be dispatched from:

Page 26: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 42 00 Consolidated Wastewater Treatment Facility PROPOSAL FORM DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 12 of 19

Provide the location from which operator instruction and training personnel will be dispatched from:

2.0 SHOP RATES

Provide hourly rates for shop re-work.

Drafting/

Engineering

Shop Floor Personnel (Specify Trade)

Other

(Specify)

Hours per standard working day h h h

Regular charge-out rate $ /h $ /h $ /h

Premium (% mark-up) for hours in excess of standard working day, weekends or holiday % % %

Standby or layover rates (if applicable) $ /h $ /h $ /h

3.0 STORAGE RATES The intention is to manufacture and deliver equipment in a timely manner after the Notice to Manufacturer and Deliver has been issued. In the event that the General Contractor is not prepared to accept equipment based on the Supply’s Contractor schedule, please provide a daily rate for storage at the point of manufacturer. $ /d Additional numbered pages outlining this portion of the Proposal may be attached to this page and/or separate documents listed above may be submitted with these schedule.

Page 27: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 42 00 Consolidated Wastewater Treatment Facility PROPOSAL FORM DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 13 of 19

Schedule F

Equipment Delivery Schedule

The Proponent shall note the following and provide the information required on Delivery Period for the equipment.

Note: The Goods are required to be delivered as per the requirements set out in Section 00 43 86.01 – Schedule of Supply and Delivery.

Quantify the delivery of detailed shop drawings following the Notice of Acceptance (in calendar days): .

Review and return of one copy of shop drawings will be accomplished within fourteen (14) calendar days of receipt by the Engineer of shop drawings submission.

Quantify the maximum estimated time for manufacture and delivery of Goods to the FOB point following issue of the Notice to Manufacture and Deliver (in calendar days): .

Liquidated damages for delay of contract completion resulting from failure to complete the Work or meet the specified delivery: refer to Section 00 72 00, Article 6.1.11.

The Proponent is encouraged to suggest alternative approaches to scheduling, manufacturing, storage of and payment for equipment which may reduce costs for the Owner.

Additional numbered pages outlining this portion of the Proposal may be attached to this page and/or separate documents listed above may be submitted with this schedule.

Page 28: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 42 00 Consolidated Wastewater Treatment Facility PROPOSAL FORM DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 14 of 19

Schedule G

Site Storage Requirements The Proponent shall state the minimum storage requirements for the equipment on site. Such storage requirements shall be provided by the General Contractor if the equipment is delivered according to the equipment delivery schedule provided in Section 00 43 86.01 – Schedule of Supply and Delivery.

State which items require sheltered or heated storage.

Weights and Dimensions Itemize individual pieces on quotation:

Total shipping weight (kg): Dimensions of largest component (m): Weight of largest component (kg): Dimensions of second largest component (m): Weight of second largest component (kg):

Additional numbered pages outlining this portion of the Proposal may be attached to this page and/or separate documents listed above may be submitted with these schedules.

Page 29: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 42 00 Consolidated Wastewater Treatment Facility PROPOSAL FORM DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 15 of 19

Schedule H

Special Maintenance Requirements

During Storage On Site State any special maintenance required to the equipment whilst in storage on site or off site. Such maintenance shall be provided by the Supplier or its subcontractor. The General Contractor’s responsibility will be limited to providing storage as specified in Schedules H and I, including provision of electrical power for motor space heaters, if required by the Supplier or the Engineer.

Additional numbered pages outlining this portion of the Proposal may be attached to this page and/or separate documents listed above may be submitted with these schedules.

Page 30: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 42 00 Consolidated Wastewater Treatment Facility PROPOSAL FORM DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 16 of 19

Schedule I

Elements Requiring Re-Assembly State which parts of the equipment, if any, will be dismantled for shipping, and will therefore, require re-assembly by the General Contractor under the supervision of the Supply Contractor, under the General Construction Contracts. Details of the Work involved may be submitted with the detailed shop drawings after the Notice of Acceptance is issued.

Additional numbered pages outlining this portion of the Proposal may be attached to this page and/or separate documents listed above may be submitted with these schedules.

Page 31: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 42 00 Consolidated Wastewater Treatment Facility PROPOSAL FORM DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 17 of 19

Schedule J

Qualifications of Supplier’s Field Support Staff Provide the name and qualifications of at least two (2) trained, experienced technicians proposed for delivery inspection, installation training, installation witnessing, testing witnessing, commissioning witnessing, guaranteed performance testing and ongoing maintenance of the equipment supplied under this Request for Proposal.

Name No. 1

Employer

Home Base

Qualifications

Name No. 2

Employer

Home Base

Qualifications

Provide name and location of nearest Technical Representative (if applicable):

Name Home Base Guaranteed Response Time

Attach references of named personnel to the completed Schedule J.

Additional numbered pages outlining this portion of the Proposal may be attached to this page and/or separate documents listed above may be submitted with these schedules.

Page 32: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 42 00 Consolidated Wastewater Treatment Facility PROPOSAL FORM DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 18 of 19

Schedule K

Training Provide the name and qualifications of at least two (2) trained, experienced individuals proposed for training Operator Staff in the proper operation and maintenance of the equipment and systems supplied under this Request for Proposal.

Name No. 1

Employer

Home Base

Qualifications and Relevant Experience

Name No. 2

Employer

Home Base

Qualifications and Relevant Experience

Attach list of qualifications and relevant experience if additional space is required.

Attach references of the named personnel to the completed Schedule K.

Additional numbered pages outlining this portion of the Proposal may be attached to this page and/or separate documents listed above may be submitted with these schedules.

Page 33: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 42 00 Consolidated Wastewater Treatment Facility PROPOSAL FORM DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 19 of 19

Schedule L

Quality Management

Part 4 QUALITY CONTROL AND QUALITY ASSURANCE

Provide details of Quality Control and Quality Assurance measures currently in place for the following:

.1 Design Work:

.1 Computational fluid dynamics modeling

.2 Lab Testing

.3 Shop drawing control.

.4 Design change management.

.2 Manufacturing:

.1 Material control.

.2 Material testing.

.3 Shop testing.

.3 Installation:

.1 Inspection, monitoring, supervision.

.2 Acceptable tolerances.

.3 Material testing.

.4 Performance testing.

Define QA/QC procedures for commissioning.

Define deliverables for all.

Proponent to list company management system (e.g., ISO 14001).

Additional numbered pages outlining this portion of the Proposal may be attached to this page and/or separate documents listed above may be submitted with these schedules.

END OF DOCUMENT

Page 34: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 43 14 Consolidated Wastewater Treatment Facility CONSENT OF SURETY COMPANY DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 1

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\004314.doc: December 20, 2019

Supplement to Proposal Form

We, the undersigned Surety Company, do hereby consent and agree to become bound as guarantor in a Performance Bond in the amount of fifty percent (50%) of the total proposal price for the fulfilment 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 proposals to ……………………………………………………………………………………………………. at the price(s) set forth in the Proposal Form. The Bonds shall be issued in the form and manner specified within the Contract Documents. We confirm that we will we will issue new bonds in favour of the General Contractor upon execution of the Novation Agreement and the surrender of the original bonds. 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 ………………………………………

END OF DOCUMENT

Page 35: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 43 44 Consolidated Wastewater Treatment Facility EQUIPMENT SUPPLIERS LIST DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 1

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\004344.doc: December 20, 2019

Supplement to Proposal Form

The following is a list of suppliers from whom we intend to purchase various items of material indicated, together with the product brand name or the name of the manufacturer of each. This list will include equipment supplied by the Proponent.

We will alter neither products nor suppliers from those listed below without the written authorization of the Engineer.

Item Product Brand Name or Manufacturer Supplier

END OF DOCUMENT

Page 36: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 43 60 Consolidated Wastewater Treatment Facility PROPOSED VARIATIONS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 1

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\004360.doc: December 20, 2019

Supplement to Proposal Form

Part 1 General

1.1 PROPOSED VARIATIONS

.1 The following is a full and complete statement and description of the Proponent’s proposed variations to the Specifications and/or Drawings. Variations must be identified with the Specifications to which they pertain.

Section Number Clause Variation from Specification Explanation for Variation

Additional numbered pages, following the exact format as above may be attached to this page. Proponent’s submitting variations (both technical and commercial) that are not documented in this format will not be accepted. Each additional numbered page and separate document shall be signed by the Proponent.

_____________________________

Corporate Name of Proponent

_____________________________

Signature of Proponent

_____________________________

Date

END OF DOCUMENT

Page 37: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 43 86.01 Consolidated Wastewater Treatment Facility SCHEDULE OF SUPPLY AND DELIVERY DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 3

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\00438601.doc: December 20, 2019

Part 1 General

1.1 INTENT

.1 The preliminary delivery schedule presented herein is based on an estimated project completion date of December 31, 2021. Upon award of the main Construction Contract for the Consolidated Wastewater Treatment Facility, the General Contractor will create a firm schedule and update the Supply Contractor on the firm schedule.

.2 Modifications to the proposed schedule will be allowed to the extent that it does not compromise the General Contractor's ability to complete the project on time.

1.2 PRELIMINARY SCHEDULE OF SUPPLY AND DELIVERY

.1 The preliminary schedule is as follows:

Milestone Date/ Time Range

a) Completion of Engineering Services / Shop Drawings Submission and Review

March 2020 (firm)

b) Award of Construction Contract June 2020

c) Notice to Manufacture and Deliver November 2020-January 2021

d) Delivery of Equipment to the Wastewater Treatment Plant

April 2021-July 2021 (6 months after Notice to Manufacture and Deliver is provided to Supply Contractor)

e) Commence Performance Testing, Start-up and Commissioning

October 2021 -December 2021

.2 Proponent to identify any issues, concerns, or constraints with the preliminary schedule.

.3 Based on the Preliminary Schedule above, Prepare a Preliminary Schedule of Supply and Delivery (the “Preliminary Schedule”) in the form of a horizontal bar chart.

.4 The Preliminary Schedule should be the Proponent’s best realistic delivery.

.5 Provide horizontal time scale identifying the first work day of each week.

.6 Show delivery dates of submittals and major pieces of equipment.

.7 Submission of shop drawings and product data is to be no later than 30 calendar days from the Notice of Acceptance.

.8 Submit electronic copy of initial Preliminary Schedule within 15 days after award of Contract.

Page 38: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 43 86.01 Consolidated Wastewater Treatment Facility SCHEDULE OF SUPPLY AND DELIVERY DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 2 of 3

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\00438601.doc: December 20, 2019

.9 Engineer will review Preliminary Schedule and return reviewed copy within 14 calendar days after receipt.

.10 Distribute copies of the finalized Preliminary Schedule to both the Engineer and Owner.

.11 No progress payment will be approved until receipt of a Preliminary Schedule acceptable to Engineer.

1.3 SCHEDULE OF SUPPLY AND DELIVERY

.1 The Preliminary Schedule provided herein is based on a General Contractor being awarded the Construction Contract in June 2020. At time of execution of the Construction Contract, the General Contractor will be required to provide a firm Construction Schedule, confirm that the Preliminary Schedule in this Contract can be fulfilled and provide the Supply Contractor with the updated timeframe.

.2 The Supply Contractor to update the Preliminary Schedule based on the General Contractor’s requirements. This updated schedule to become the Schedule of Supply and Deliver “the Schedule.”

.3 Submit electronic copy of initial Schedule within 15 days after notification from the General Contractor on the updated dates.

.4 Instruct recipients to report to Supply Contractor, within 10 days, any problems anticipated by the timetable shown in the schedule.

.5 Revise and resubmit schedule and work plan within 5 days after notification by Engineer that previously reviewed schedule is not being met. Show changes in operations proposed to complete construction work within Contract Time.

.6 If, during course of work, Contract Time is extended, correct construction schedule and work plan to show revised commencement and completion dates of affected parts of work.

.7 Supply Contractor to provide the maximum estimated time for manufacture and delivery of Goods to the FOB point following issue of the Notice to Manufacture and Deliver, as per Schedule F of Section 00 42 00 – Proposal Form.

.8 In the event that the General Contractor is not able to accept the equipment in the timeline after Notice to Manufacture and Deliver has been issued, Supply Contractor may be required to store and maintain equipment (as per the requirements set out in Schedule G and H of Section 00 42 00 – Proposal Form). Complete Article 3 of Schedule E of Section 00 42 00 – Proposal Form to provide a daily rate for storage at the point of manufacture.

Part 2 Products

.1 Not Used.

Page 39: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 43 86.01 Consolidated Wastewater Treatment Facility SCHEDULE OF SUPPLY AND DELIVERY DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 3 of 3

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\00438601.doc: December 20, 2019

Part 3 Execution

.1 Not Used.

END OF SECTION

Page 40: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 45 13 Consolidated Wastewater Treatment Facility MANUFACTURER'S EXPERIENCE DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 1

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\004513.doc: December 20, 2019

Supplement to Proposal Form

Part 1 General

1.1 QUALIFICATIONS

.1 List all similar installed DAF thickener systems, supplied in North America in the last ten (10) years. Arrange list chronologically and provide contact names and phone numbers for all.

.1 Projects should be for municipal wastewater treatment facilities.

.2 Projects should be of similar size and scope as the one proposed (WAS Solids Loading = 1155 kg/d).

Pumping System Manufacturer Experience

Project Name, Location & Owner

WAS Solids Loading (kg/d)

Years in Operation

Owner Reference

(Name and Number)

1.

2.

3.

4.

5.

6.

7.

8.

Additional numbered pages outlining this portion of the Contract may be attached to this page and/or separate documents listed above maybe be submitted with this schedule.

END OF DOCUMENT

Page 41: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 52 00 Consolidated Wastewater Treatment Facility FORM OF AGREEMENT DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 3

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\005200.doc: December 20, 2019

THIS AGREEMENT made this ____ day of _________________, 2020. BETWEEN: ___________________________________ (Herein called "The Supply Contractor") OF THE FIRST PART AND: THE CITY OF POWELL RIVER (Herein called "The Owner") OF THE SECOND PART 1. The Supply Contractor shall provide all labour, equipment and materials required to supply

the Goods, as required by the Contract Documents. 2. The Owner shall pay the Supply Contractor the Contract Price, as required by the Contract

Documents. 3. The Contract Price shall be the sum in Canadian Dollars of the following: (a) The total Proposal Price, as set out in Section 00 41 00, and (b) any payments made on account of changes, as may be required by the Contract

Documents. The Contract Price shall be the entire compensation owing to the Supply Contractor by The

Owner for the Goods and shall cover and include overhead, profit, transportation, storage, customs and excise duties or charges, financing costs and all other costs and expenses whatsoever incurred in performing the Contract.

4. The Supply Contractor shall supply all Goods to the FOB Point no later than outlined on the

Schedule of Supply and Delivery (Section 00 43 86.01) as the Proponent's date of delivery of goods to the FOB Point.

5. The Contract Documents shall form a part of this Agreement as though recited in full. 6. The Contract supersedes all prior negotiations, representations or agreements, whether

written or oral except those expressly listed and is the entire agreement between the Owner and the Supply Contractor with respect to the subject matter of this Agreement. All, or any, previous communications are hereby abrogated and withdrawn and no stipulations, representations or agreements by the Owner or the Engineer or their officers, agents or

Page 42: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 52 00 Consolidated Wastewater Treatment Facility FORM OF AGREEMENT DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 2 of 3

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\005200.doc: December 20, 2019

employees shall be binding on the Owner or the Engineer unless contained in this Contract and no local, general or trade customs or previous course of dealing or performance shall alter or vary the terms hereof.

7. The Supply Contractor shall not assign the Contract, or any portion of the Contract, or any

payments due or to become due under the Contract, without the express written consent of the Owner.

8. No action or failure to act by the Owner or the Engineer shall constitute a waiver of any

right or duty afforded any of them under the Contract, or constitute an approval or acquiescence in any breach thereunder, except as may be specifically agreed in writing.

9. This Agreement shall enure to the benefit of and be binding upon the Owner and the Supply

Contractor and their respective heirs, executors, legal representatives, successors and permitted assigns.

10. The Owner will enter into a Contract with a General Contractor of the Owner’s choosing for

the installation of equipment supplied under this Supply Contract. The Supply Contractor under this Supply Contract agrees to join in an assignment and Novation Agreement in the form set out in Appendix B as soon as the contract between the Owner and General Contract has been signed.

11. The terms of the Supply Contract, including the price and payments, will be included in the bid information for the Construction Contract, and the Contract price of the Construction Contract, as defined therein, will include the prices of the Supply Contract. The Supply Contractor shall provide a Performance Bond in the sum of 50% of the Supply Contract Price, in favour of the General Contractor.

12. Time shall be of the essence of this Agreement.

Page 43: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 52 00 Consolidated Wastewater Treatment Facility FORM OF AGREEMENT DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 3 of 3

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\005200.doc: December 20, 2019

IN WITNESS WHEREOF the Supply Contractor and the Owner have executed this Agreement as of the ______ day of _____________, 2020. THE CORPORATE SEAL of ) ) ) ) ) ) ) ) C/S was hereunto affixed in the presence of: ) ) ) ) ______________________________________________ ) Authorized Signing Officer Title ) ) ) _____________________________________________ ) Authorized Signing Officer Title ) THE CORPORATE SEAL of ) ) The City of Powell River ) ) C/S was hereunto affixed in the presence of: ) ) ) ______________________________________________ ) Nagi Rizk City Clerk ) ) ) ______________________________________________ ) Dave Formosa Mayor )

END OF DOCUMENT

Page 44: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 61 13.13 Consolidated Wastewater Treatment Facility PERFORMANCE BOND DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 2

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\00611313.doc: December 20, 2019

Use CCDC standard form 221, an example of which follows.

Page 45: EQUIPMENT SUPPLY CONTRACT

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\00611313.doc: December 20, 2019

Page 46: EQUIPMENT SUPPLY CONTRACT

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\00611313.doc: December 20, 2019

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 Contract Documents submitted therefor which are by reference made part hereof and are hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITIONS 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 affect. 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 shall 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 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 the contract or contracts of completion, arranged 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 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 the final payment under the Contract falls due. The Surety shall not be liable for a greater sum than the specified penalty of the Bond. No right of action shall accrue on this Bond, to or for the use of, any person or corporation 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 in the presence of ( ( ( (………………………………………………………………………………………(Seal) Principal ( ( ( (……………………………………………………………………………………... (Seal) Surety

Page 47: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS DAF Thickener Equipment Supply - RFP 2019-02 TABLE OF CONTENTS 2019-12/172098 Page i of ii

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

Table of Contents Page PART 1 GENERAL 1

GC 1.1 Definitions 1 GC 1.2 Joint Ventures 4 GC 1.3 Contract Requirements 4 GC 1.4 Laws, Regulations and Permits 4 GC 1.5 Local Conditions 5 GC 1.6 Assignment of Contract 5 GC 1.7 Headings 5

PART 2 OWNER - SUPPLY CONTRACTOR RELATIONS 6 GC 2.1 Authority of Engineer 6 GC 2.2 Responsibilities of the Supply Contractor 6 GC 2.3 Owner - Supply Contractor Co-Ordination 7 GC 2.4 Disputes 7 GC 2.5 Subcontracts 8 GC 2.6 Oral Agreements 8

PART 3 SPECIFICATIONS AND DRAWINGS 8 GC 3.1 Interpretation Of Specifications And Drawings 8 GC 3.2 Division Of Specifications And Drawings 8 GC 3.3 Conflicting Provisions, Errors And Omissions In Contract 9

PART 4 MATERIAL, EQUIPMENT AND WORKMANSHIP 9 GC 4.1 General 9 GC 4.2 Demonstration Of Compliance With Contract Requirements 9 GC 4.3 Defective Or Improper Goods 11 GC 4.4 Warranty And Guarantee 12

PART 5 INDEMNIFICATION OF OWNER 13 GC 5.1 Indemnification 13 GC 5.2 Shipment Of Goods/Damage To Goods 14

PART 6 PROGRESS AND COMPLETION 14 GC 6.1 Contract Time 14 GC 6.2 Suspension Of Work By Owner 16 GC 6.3 Owner’s Termination Of Contract 16 GC 6.4 Supply Contractor’s Termination Of Contract 18

Page 48: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS DAF Thickener Equipment Supply - RFP 2019-02 TABLE OF CONTENTS 2019-12/172098 Page ii of ii

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

PART 7 PAYMENT 18 GC 7.1 Payments To Supply Contractor 18 GC 7.2 Builders’ Lien Act 19 GC 7.3 Substantial Performance 19 GC 7.4 Holdback Release Documents 20 GC 7.5 Change Orders / Change Directives 20 GC 7.6 Extra Work 20 GC 7.7 Force Account 21 GC 7.8 Work And Materials Omitted 22 GC 7.9 Completion Certificate 22

Page 49: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 1 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

PART 1 GENERAL

GC 1.1 DEFINITIONS

The following words and terms, unless the context otherwise requires, in all Contract Documents, shall have the meanings set out below. Words importing the male gender include the female gender and either includes the neuter and vice versa and words importing the singular number includes the plural number and vice versa.

"Act of God" means a cataclysmic phenomenon of nature, including earthquake, flood or cyclone. Rain, snow, wind, high water, or any other natural phenomenon which might reasonably have been anticipated from historical records of the general locality of the Work shall be deemed not to be acts of God.

"Addenda" means the supplemental written conditions, specifications or drawings issued prior to execution of the Agreement which modify or interpret the Contract Documents by addition, deletion, clarification, or corrections.

"Agreement" means the agreement set out in Section 005200.

“Completion Certificate” means a certificate issued by the Engineer stating that the total performance of all work, other than the Supply Contractor’s obligations in respect of the performance of the warranty provisions set out herein has been achieved.

"Consequential Damages" has the meaning set out in GC 6.1.10.

"Construction Contract" means the agreement between the Owner and the General Contractor who is to install the Goods supplied pursuant to the Contract.

"Contract" means the agreement formed by the Owner's acceptance of the Proponent's Proposal including any and all contract terms negotiated and agreed upon subsequent to the Proposal Closing for completion of the work set out in the Contract Documents.

"Contract Documents" means the following documents: .1 the RFP Documents .2 the executed Proposal Form .3 the executed Bond .4 the executed Agreement .5 the General Conditions .6 the Notice of Award .7 the Notice to Manufacture and Deliver .8 Change orders .9 Such other documents as may be specifically included.

"Contract Price" or "Contract Amount" shall mean the amount stated in the Agreement as the contract price for the complete work of the Contract.

"Contract Time" shall mean the date by which the provisions of the Contract require the total performance of all work, other than the Supply Contractor’s obligations in respect of the performance of the warranty provisions set out herein. The date is either a fixed date as provided in the Contract

Page 50: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 2 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

Documents or may be established by reference to a stated number of calendar days from the Notice to Manufacturer and Deliver, as provided in the Contract Documents.

"Day" means calendar day.

"Owner" means Owner acting through its duly authorized representatives.

"Drawings" means the drawings included in the RFP Documents together with those prepared by the Owner and the General Contractor and the Supply Contractor pursuant to the terms of the Contract and include:

.1 Modifications of drawings issued by Addenda;

.2 Drawings submitted by the General Contractor or Supply Contractor during the progress of the work and accepted by the Owner either as attachments to change orders or as non-modifying supplements to the drawings in the RFP Documents including drawings issued by Addenda;

.3 Drawings submitted by the Owner to the General Contractor or Supply Contractor during the progress of the work either as attachments to change orders or as explanatory supplements to the drawings in the RFP Documents including drawings issued by Addenda;

"Engineer" means Associated Engineering B.C. Limited or such other person, firm or corporation as may be substituted therefore by the Owner.

"FOB Point" has the meaning set out in Section 002116 Clause 1.2.8 and means the location to which the Goods are delivered by the Supply Contractor.

"General Contractor" means the individual, partnership, corporation, or combination thereof, including joint venturers who or which are to install the Goods supplied pursuant to the Contract.

"Goods" means all the labour, materials, equipment, software, licences, supplies, services, accessories, tools, spare parts, maintenance materials and other items necessary for the execution, completion and fulfilment of work set out in the Contract Documents.

"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.

"Inspector" shall mean a person or company authorized by the Engineer or the Owner to inspect the work of the Contract or any part thereof.

“Law” means the common law and all applicable decrees, statutes, laws, by-laws, rules, orders, codes, directives and regulations in effect from time to time and made or issued by any Governmental Authority having jurisdiction over any aspect of the Project, the Work, this Contract, the Owner, the General Contractor, Supply Contractor and the Subcontractors, and includes any applicable replacement, amendment or supplementary legislation, and any applicable regulations, and further includes the OH&S Legislation.

“Lien Act” means the applicable provincial or territorial lien legislation, including regulations enacted pursuant to that lien statute, at the Work Site, current at the date of the Notice to Manufacture and Deliver and as may be revised during the Contract Time.

Page 51: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 3 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

“Notice” means any notice, order, request or other communication given by the Owner the Supply Contractor or the Engineer, in writing and delivered personally, by commercial courier or transmitted by email.

"Notice of Award" means the notification from the Owner to the successful proponent of the Owner’s acceptance of the proponent’s proposal or modified proposal, including negotiated adjusts to that proposal, if any. At this point the successful proponent becomes the Supply Contractor.

"Notice to Manufacture and Deliver" means the notification from the Owner to the Supply Contractor authorizing the Supply Contractor to proceed with the manufacture and delivery of the equipment following acceptance by the Engineer of design submittals as set out in the RFP Documents.

"Owner" means the party identified as such in the Form of Agreement.

“Prime Contractor for Safety” means “Prime Contractor”, “Constructor”, “Principal Contractor”, or such other position of similar import as the case may be according to the location of the Work Site, as is defined in the OH&S Legislation.

“Project” means the project identified in Article 1 of Section 00 52 00 - Contract Agreement.

“Personnel” means, without limitation:

(a) in relation to any Party and its affiliates, elected officials, directors, officers, employees, contract personnel, non-employed representatives, contractors, consultants and agents, including those who are assigned or seconded to the Project; and

(b) in relation to any other Person, each of their respective elected officials, directors, officers, employees, contract personnel, non-employed representatives, contractors, consultants and agents, including those who are assigned or seconded to the Project.

"Proponent" means the individual, partnership, corporation, or a combination thereof, including joint venturers, who or which execute the Proposal Form.

"Proposal" means the Proponent's proposal in response to the RFP including made in the Proposal Form set out in the RFP Documents.

"Proposal Closing" means the closing for acceptance of proposals, as set out in Section 002116, Clause 1.3.1.

"RFP Documents" means the documents and drawings set out in Section 004200, Clause 1.2.

"Specifications" means that part of the Contract Documents consisting of general requirements and written descriptions of the technical features of materials, equipment, construction systems, standards and workmanship.

"Submittals" means the information which has to be submitted to the Engineer in accordance with the Contract and detailed in the Specifications.

"Supply Contractor" or “Supplier” means the individual partnership, corporation or combination thereof, including joint venturers who or which execute the Agreement (may also be referred to in the Documents and elsewhere as “Vendor” or “Proponent”).

Page 52: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 4 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

"Subcontractor" shall mean any person, firm, or corporation having a contract with the Supply Contractor for the execution of a part or parts of the work included in this Contract, and a person, firm, or corporation furnishing material called for in this Contract and worked to a special design according to the drawings or specifications but does not include one who merely furnishes material not so worked.

"Substantial Performance" shall have the meaning as described in the Lien Act with respect to the work of the Supply Contractor and Subcontractors under this Contract.

"Supply Contractor's Plant and Equipment" means the equipment, material, supplies and all other items (except labour) brought onto the Work Site by the Supply Contractor to carry out the work, but not to be incorporated in the Goods.

“Work” means and includes anything and everything required to be done for the fulfilment and completion of the Contract.

“Working Day” means days between and including Monday through Friday and does not include weekends or statutory holiday recognized in the province or territory wherein the Work Site is located.

"Work Site" means the site where the Goods are to be installed at the Owner’s facility for which the Goods are being supplied, as stipulated elsewhere in the Contract Documents.

GC 1.2 JOINT VENTURES

1.2.1 If the Supply Contractor is a joint venture of two or more entities, the grants, covenants, provisos and claims, rights, powers, privileges and liabilities of the Supply Contractor shall be joint and several.

GC 1.3 CONTRACT REQUIREMENTS

1.3.1 Successors' Obligations: The Contract shall enure to the benefit of and be binding upon not only the parties hereto but also their respective successors and permitted assigns.

1.3.2 Assignment of Contract: The Contract shall not be assigned in whole or in part by the Supply Contractor without the prior written consent of the Owner. Involuntary assignment of the Contract as a result of, inter alia, bankruptcy, assignment of the Contract for the benefit of creditors or appointment of a receiver, or insolvency shall be deemed default under the Contract entitling the Owner to terminate the Contract as hereinafter provided.

1.3.3 Waiver of Rights: Except as herein provided, no act or failure to act by the Supply Contractor, the Owner, or the Engineer at any time with respect to the exercise of any right or remedies conferred upon them under this Contract shall be deemed to be a waiver on the part of the Supply Contractor, the Owner or the Engineer, as the case may be, of any of their rights or remedies. No waiver shall be effective except in writing. No waiver of one right or remedy shall act as a waiver of any other right or remedy or as a subsequent waiver of the same right or remedy.

1.3.4 Amendment of Contract Documents: The Contract Documents shall not be amended except as specifically agreed in writing signed by both the Owner and the Supply Contractor.

Page 53: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 5 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

GC 1.4 LAWS, REGULATIONS AND PERMITS

1.4.1 The Supply Contractor shall comply with all federal, territorial, provincial, and local laws, regulations and ordinances affecting the execution of the work.

1.4.2 The Supply Contractor shall give all notices required by law and shall comply with all laws, acts, ordinances, rules and regulations relating to or affecting the Goods. If any permits, authorizations, approvals or licences from any government or governmental agencies are necessary or desirable for the execution of the work, they shall be obtained by the Supply Contractor at its own expense. Provided that the Supply Contractor shall not make application for any such permit, authorization, approval or licence without first obtaining the written consent of the Owner.

1.4.3 Patents, Royalties and Copyright .1 The Supply Contractor shall pay all fees, royalties or claims for any patented invention,

article, process or method that may be used upon or in a manner connected with the Goods or with the use of the Goods by the Owner. Before final payment is made on the account of this Contract, the Supply Contractor shall, if requested by the Owner, furnish acceptable proof of a proper release from all such fees or claims.

.2 If the Supply Contractor, its agent, employee or any of them is prevented from furnishing or using any invention, article, material or Drawings supplied or required to be supplied or used under this Contract, the Supply Contractor either shall promptly pay such royalties and secure the requisite licences or, subject to written approval by the Owner, substitute other articles, materials or appliances in lieu thereof which are of equal or better efficiency, quality, finish, suitability and market value to those planned or required under the Contract.

.3 The Supply Contractor shall submit to the Engineer descriptive information of these proposed substitutions. Approval by the Owner of any substitutions shall not relieve the Supply Contractor of its responsibility if the substitutions do not function as well as the original specified in the Contract and shall not be deemed an assumption of risk or responsibility by the Owner. Approval shall only mean the Owner has no objection to the substitution being utilized at the Supply Contractor's risk. If the Owner refuses to approve the substitution, the Supply Contractor shall pay such royalties and secure such valid licences as may be requisite for the Owner, its directors, officers, agents and employees or any of them, to use such invention, article, material or appliance without being disturbed or in any way interfered with by any proceeding in law or equity on account thereof.

1.4.4 All references to money in the Contract Documents shall be interpreted as meaning lawful currency of Canada.

GC 1.5 LOCAL CONDITIONS

1.5.1 The Supply Contractor shall, by personal inspection, examination, calculations or tests, or by any other means, satisfy itself with respect to the local conditions to be encountered and the quantities, quality, and practicability of the work and of its methods of procedure.

GC 1.6 ASSIGNMENT OF CONTRACT

1.6.1 Neither party shall sublet, sell, transfer, assign, or otherwise dispose of the Contract or any portions thereof, or the right, title, or interest therein, or obligations thereunder without written

Page 54: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 6 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

consent of the other party, except for an assignment to a bank of the payments to be received hereunder.

GC 1.7 HEADINGS

1.7.1 Headings to parts, divisions, sections, clauses and forms are inserted for convenience of reference only and shall not affect the interpretation of the Contract Documents.

PART 2 OWNER - SUPPLY CONTRACTOR RELATIONS

GC 2.1 AUTHORITY OF ENGINEER 2.1.1 The Engineer shall have authority to act on behalf of the Owner only to the extent provided for in this Contract or as the Owner may authorize, from time to time, but only to the extent that such authorization is communicated to the Supply Contractor by Notice from the Owner.

2.1.2 The duties, responsibilities, and limitations of authority of the Engineer shall only be modified or extended by a Notice issued by the Owner to the Supply Contractor.

2.1.3 The Engineer shall, to the extent specifically provided for in this Contract, be a representative of the Owner during the performance of the Work until the date of the total performance of the Work and the completion of the warranty work. The Engineer’s instructions to the Contractor shall be forwarded directly from the Engineer, or alternatively through the Owner, as may be determined appropriate by the Owner from time to time.

2.1.4 The Engineer shall visit the Work Site at intervals appropriate to the progress of the Work to observe the progress and quality of the Work and to determine if the Work is proceeding in general conformity with this Contract.

2.1.5 The Engineer may provide at the Work Site one or more Personnel to assist in carrying out the Engineer’s responsibilities.

2.1.6 Based upon the Engineer’s observations and evaluation of the Contractor’s applications for payment, the Engineer shall make an assessment as to the amounts owing to the Contractor under this Contract and shall issue payment certificates as provided for in PART 7 PAYMENT.

2.1.7 The Engineer shall not be responsible for, and shall not have control, charge, or supervision of construction means, methods, techniques, sequences, or procedures, quality assurance or safety or environmental protection programs and other programs required in connection with the Work in accordance with applicable Law or general construction practice.

2.1.8 The Engineer shall not be responsible for the Supply Contractor’s failure to carry out its obligations in accordance with the Contract Documents. The Engineer shall not have control over, charge of, or be responsible for the acts or omissions of the Supply Contractor or any Person for whom the Supply Contractor is responsible at Law.

2.1.9 The Engineer shall be, in the first instance, the interpreter of the requirements of this Contract and shall make determinations as to the performance under the Contract by the Owner and the Supply Contractor and the Subcontractors. Interpretations and determinations of the Engineer shall be consistent with the intent of the Contract Documents.

Page 55: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 7 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

2.1.10 Claims, disputes, and other matters in question relating to the performance of the Work or the interpretation of the Contract Documents, shall be referred initially by Notice to the Engineer for the Engineer’s interpretation and determination. The Engineer’s interpretation and determinations shall be given by Notice to both the Owner and the Supply Contractor.

2.1.11 The Engineer shall have authority to reject work which, in the Engineer’s opinion, does not conform to the requirements of this Contract. Whenever the Engineer considers it necessary or advisable, the Engineer shall have authority to require inspection or testing of Work, whether or not such Work is fabricated, installed or completed. However, neither the authority of the Engineer to act, nor any decision either to exercise or not exercise such authority, shall give rise to any duty or responsibility of the Engineer to the Supply Contractor.

2.1.12 During the progress of the Work, from time to time the Engineer may issue instructions to the Supply Contractor. The Supply Contractor shall comply with the instructions with reasonable promptness or in accordance with a schedule for implementation of such instructions agreed to by the Engineer and the Supply Contractor.

2.1.13 The Engineer shall review and take appropriate action upon the Supply Contractor’s submittals such as shop drawings and samples.

2.1.14 The Engineer shall prepare change orders, change directives, and contemplated change notices as provided in GC 7.6. Neither a change order nor a change directive shall constitute a change unless signed by the Owner.

2.1.15 The Engineer shall conduct reviews of the Work to verify Substantial Performance of the Work and total performance of the Work.

2.1.16 The Engineer shall make reasonable efforts to promptly review and take appropriate action with respect to documents submitted by the Supply Contractor, including written warranties and related documents, and upon the Owner’s request, shall establish a process for the Owner’s review of some or all such documents.

2.1.17 In the event that the Supply Contractor believes that the Engineer is not promptly reviewing or taking appropriate action with respect to any samples or documents submitted by the Supply Contractor, the Supply Contractor shall, within five (5) Business Days of such event occurring, provide Notice to the Engineer and the Owner setting out which samples or documents have not been promptly reviewed or in relation to which the Engineer has not taken appropriate action and the effect of such conduct. If the Supply Contractor does not provide such Notice within the specified time, the Supply Contractor shall have no claim against the Owner for any reason relating to the conduct of the Engineer with respect to the review of samples or documents submitted by the Supply Contractor.

GC 2.2. REVIEW AND INSPECTION OF THE WORK

2.2.1 The Owner and the Engineer shall have access to the Work at all times provided they follow the Supply Contractor’s safety requirements.

2.2.2 The Supply Contractor shall supply sufficient, safe, and proper facilities at all times for the review and inspection of the Work by the Owner, the Engineer and Governmental Authorities. If

Page 56: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 8 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

parts of the Work are in preparation at locations other than the Work Site, the Owner and the Engineer shall be given access to such parts of the Work.

2.2.3 The Owner may review the Work Site at any time to observe whether the Supply Contractor is fulfilling its responsibilities as Prime Contractor for Safety and under the OH&S Legislation. Reviews may include: Work Site conditions, work processes, procedures and documentation of Work Site safety related activities. Observed infractions or possible infractions will be reported to the Engineer and the Supply Contractor for further investigation and action by the Supply Contractor.

2.2.4 The Supply Contractor shall promptly deliver to the Engineer two copies of any certificates and inspection reports relating to the Work, or any portion thereof.

2.2.5 Within ten (10) Business Days of the commencement of the Work, the Owner and the Engineer, in conjunction with the Supply Contractor, shall jointly develop a schedule of items of Work which are designated for special tests, inspections, or approvals.

2.2.6 If the Supply Contractor covers or permits to be covered, Work that has been designated for special tests, inspections, or approvals before such special tests, inspections, or approvals are made, given or completed, the Supply Contractor shall, if so directed, uncover such Work, have the inspections or tests satisfactorily completed, and re-perform all covering Work, all at the Supply Contractor’s expense, regardless of the outcome of the tests.

2.2.7 The Engineer may order any portion or portions of the Work to be examined to confirm the Work is in accordance with the requirements of this Contract. If the Engineer provides Notice to the Supply Contractor that the Work is not in accordance with the requirements of this Contract, the Supply Contractor shall correct the Work and pay the cost of examination, correction and restoration. If, on such examination, the Work has been completed in accordance with the requirements of this Contract, the Owner shall be responsible for the cost of examination and restoration, except as provided for in GC 17.7.

2.2.8 Neither the failure of the Engineer, or an inspection agency appointed by the Owner or the Engineer, to carry out any reviews or inspections, nor errors or omissions in the performance of such reviews and inspections by the Engineer, or an appointed inspection agency, shall relieve the Supply Contractor from responsibility that the Work, or any portion thereof, is performed in accordance with this Contract.

2.2.9 The Supply Contractor shall continuously monitor and inspect the Work of the Subcontractors for deficiencies and ensure that all deficiencies are promptly corrected.

2.2.10 The Supply Contractor shall implement and follow a quality assurance program with respect to the performance of the Work, and shall ensure the compliance of the Subcontractors with its quality assurance program, to ensure that the quality of the Work meets or exceeds the standards of performance and quality required by this Contract.

GC 2.3 RESPONSIBILITIES OF THE SUPPLY CONTRACTOR

2.3.1 Attention to Work: The Supply Contractor shall diligently manage the work so that it is executed faithfully, expeditiously and in accordance with the Contract Documents.

Page 57: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 9 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

2.3.2 The Supply Contractor shall advise the Engineer in writing of the name of the Supply Contractor's authorized representative.

2.3.3 The Supply Contractor shall provide all necessary instruction to the General Contractor for off-loading, storing, testing and installation of goods, within the destination facility AND supervisory personnel to monitor the General Contractor’s work with respect to the off-loading, storing, testing and installation of goods, within the destination facility. The Supply Contractor shall, by monitoring, personal inspection, examination or by other means available, satisfy itself that the off-loading, storing, testing and installation work is in strict accordance with the Supply Contractor’s requirements.

2.3.4 Shipment: the Supply Contractor shall properly package all Goods for safe shipment to the Work Site and a Notice of Shipment shall be sent by the Supply Contractor to the Owner at least 2 weeks before the Goods are shipped. The Notice of Shipment shall state the number of the order, the kind of goods, the Supply Contractor's name and the carrier and route by which the shipment is being made. The Notice of Shipment shall indicate appropriate instructions, considerations or other information regarding the proper storage, handling, transfer, off-loading and installation of the Goods.

2.3.5 Acceptable the for delivery: the Supply Contractor will arrange to have the Goods delivered to the FOB Point between 8:00 A.M. and 3:00 P.M, Monday to Friday, statutory holidays excepted. The Owner shall not be responsible for Goods delivered outside the acceptable time for delivery.

2.3.6 Transportation costs: if the Contract calls for payment of any transportation cost by the Owner, the Owner shall in no event be liable or accountable in excess of the actual costs of transportation. The Supply Contractor shall be accountable for and pay any excess transportation costs arising from the Supply Contractor's failure to make delivery to the F.O.B. Point or to follow shipping instructions furnished by the Owner.

2.3.7 Employee safety: The Supply Contractor alone shall at all times be responsible for the safety of its employees, its subcontractors' employees and other persons and equipment lawfully on the Work Site in connection with the supply of Goods and in compliance with the requirements and regulations of the authorities having jurisdiction, including the Prime Contractor for Safety at the Work Site.

GC 2.4 OWNER - SUPPLY CONTRACTOR CO-ORDINATION

2.4.1 Performance under the Contract may be dependent upon other work by the Owner, the General Contractor or other contractors on and about the Work Site during the time the Supply Contractor is performing the work. The Supply Contractor shall fully co-operate and co-ordinate its work with the work of the Owner, the General Contractor and other contractors so that work on the entire scheme of development may be performed with utmost speed consistent with good practice.

GC 2.5 DISPUTES

2.5.1 Determination by Engineer: Except as otherwise specifically provided, questions regarding meaning, interpretation and intent of the Contract or Contract Documents shall be referred by the Supply Contractor in writing to the Engineer for its decision. The Engineer shall, within twenty (20) days, respond to the Supply Contractor in writing with its decision. Failure of the Supply Contractor to notify the Owner in writing of disagreement with the Engineer's decision within ten

Page 58: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 10 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

(10) days of receipt of the Engineer's decision shall constitute a waiver of the Supply Contractor's right to thereafter assert a claim resulting from such decision.

GC 2.6 SUBCONTRACTS

2.6.1 No Subcontractor other than those named in the Proposal Form shall be employed by the Supply Contractor without the written approval of the Engineer. Subcontractors named in the Proposal Form and those subsequently approved shall not be changed without the written consent of the Engineer. The Supply Contractor is responsible to the Owner for the acts and omissions of said Subcontractors and of their employees, to the same extent that the Supply Contractor is responsible for the acts or omissions of persons employed by the Supply Contractor. Nothing in the Contract Documents shall create any contractual relation between any Subcontractor and Owner. The Supply Contractor shall bind every Subcontractor to the terms of the Contract Documents.

GC 2.7 ORAL AGREEMENTS

2.7.1 No oral instruction, objection, claim, or notice by any party to the others 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 or failure to act whatsoever, other than by a waiver or modification thereof in writing and agreed to by the parties to the Contract.

PART 3 SPECIFICATIONS AND DRAWINGS

GC 3.1 INTERPRETATION OF SPECIFICATIONS AND DRAWINGS

3.1.1 General: The Specifications and Drawings are intended to be explanatory of each other. Work specified on the Drawings and not in the Specifications, or vice versa, shall be executed as if specified in both.

3.1.2 Request for Clarification: If the Supply Contractor requires any clarification concerning the Goods, it shall direct its request in writing for clarification to the Engineer.

GC 3.2 DIVISION OF SPECIFICATIONS AND DRAWINGS

3.2.1 Specifications and Drawings are divided into groups for the convenience of the Owner and the Engineer. These divisions are not for the purpose of apportioning work or responsibility for work among subcontractors, suppliers and manufacturers.

GC 3.3 CONFLICTING PROVISIONS, ERRORS AND OMISSIONS IN CONTRACT DOCUMENTS

3.3.1 Conflicting Provisions: 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 Agreement

.2 Supplementary General Conditions

.3 General Conditions

.4 Specifications

.5 Drawings

Page 59: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 11 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

.6 Executed Proposal Form

.7 Instructions to Proponent

.8 Request for Proposal (RFP)

.9 All Other Documents. 3.3.2 Figured dimensions on a drawing take precedence over measurements scaled from the

drawing, and large-scale drawings take precedence over those of a 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.

3.3.3 The Supply Contractor shall review the Contract Documents provided by the Owner or the Engineer and shall promptly provide Notice to the Engineer of any of the following that the Supply Contractor discovers or becomes aware of:

a. any errors, inconsistencies, omissions or ambiguities in the Contract Documents;

b. doubt as to the meaning or intent of any part of the Contract Documents;

c. any variance between the content of the Contract Documents and the Law; or modifications required to be made to the Contract Documents as a result of revisions made to the Law

3.3.4 If the Supply Contractor does discover any conditions described herein, the Supply Contractor shall not proceed with the Work affected until the Supply Contractor has received clarification of or revisions to the Contract Documents from the Engineer.

3.3.5 If the Supply Contractor fails to provide Notice as required herein or proceeds with the Work before receiving clarification of or revisions to the Contract Documents from the Engineer the Supply Contractor shall be responsible for and shall bear the costs, expenses, and damages attributable to any such failure, or of proceeding in such manner.

3.3.6 Unless otherwise expressly agreed to in writing by the Owner, nothing contained in the Contract Documents shall create any contractual relationship between:

a. the Owner or its Personnel and any Subcontractor or its Personnel, or other Persons engaged in the performance of the Work; or

b. the Engineer or its Personnel and the Supply Contractor, or any Subcontractor, or their respective Personnel, or other Persons engaged by them in the performance of the Work.

PART 4 MATERIAL, EQUIPMENT AND WORKMANSHIP

GC 4.1 GENERAL

4.1.1 The Goods shall be new and of the quality specified. All work related to the Contract Documents shall be done with new materials, articles, equipment and workmanship of the best quality and description and by employment of properly skilled workers and in strict conformity with and as required by the Contract Documents. Materials and equipment shall be the product of suppliers or

Page 60: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 12 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

manufacturers of established good reputation, regularly engaged in the supply or manufacture of such materials or equipment.

GC 4.2 DEMONSTRATION OF COMPLIANCE WITH CONTRACT REQUIREMENTS

4.2.1 Inspection:

.1 The Owner or the Engineer or an Inspector or agent appointed by either of them shall have access to the Goods and to the places the Goods are being manufactured, assembled, fabricated, stored or transported or where materials, equipment and machinery are being obtained for the Goods. The Supply Contractor, at the Supply Contractor's sole cost, shall provide to the Engineer or the Owner the assistance necessary for obtaining such access, and shall provide all information necessary or desirable in connection with the inspection of the Goods.

.2 The Supply Contractor shall at all times give and cause to be given to the Owner or the Engineer or an Inspector free access to inspect and test the Goods, wherever same is being performed or carried out.

.3 Such inspections and testing shall not in any way relieve the Supply Contractor from any of its obligations or responsibilities under the Contract Documents, and shall not in any way prejudice or constitute a waiver of any rights or remedies of the Owner or any guarantees, warranties or covenants in favour of the Owner, and the Owner shall be entitled to rely on the expertise and obligations of the Supply Contractor and its subcontractors and their consultants and engineers to the same extent as if such inspections and testing by the Owner or the Engineer or an Inspector had not taken place.

.4 If the Contract Documents, laws, ordinances, or any public regulatory authority requires parts of the Goods to be specially inspected, tested or approved, the Supply Contractor agrees that the Goods shall comply.

.5 The Goods are subject to inspection and acceptance by the Engineer within a reasonable time after receipt. The Engineer will notify the Supply Contractor in writing of the rejection of any of the Goods, which are not in accordance with the Contract Documents, and the Goods will be held subject to disposition by the Supply Contractor at the Supply Contractor's risk and subject to all charges accruing as a result of such rejection.

.6 Notwithstanding any prior payment therefore, all Goods are subject to inspection and testing by the Owner at the Work Site and if the Goods are to be incorporated into the operating facility, the Owner's inspection and testing of the Goods may be made under operating conditions after the Goods have been installed.

4.2.2 Certification: Where compliance of Goods, materials or equipment with the Contract Documents is not readily determinable through inspection and tests, the Engineer may require that the Supply Contractor provide, at the Supply Contractor's expense, properly authenticated documents, certificates or other satisfactory proof of compliance. These documents, certificates or other proof shall include performance characteristics, materials of construction and the physical or chemical characteristics of materials.

4.2.3 Expenses: Unless otherwise specified in the Contract Documents, the Engineer's travel, subsistence and labour expenses for inspection and testing shall be paid by the Owner. If the Supply Contractor requests the Engineer to inspect and test Goods, materials or equipment at the point of manufacture, then the additional costs to the Owner for travel, subsistence and labour expenses shall be paid by the Supply Contractor and may be deducted by the Owner from any payment due to the Supply Contractor under the Contract. After an inspection by the Engineer, if the Goods, materials or

Page 61: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 13 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

equipment require further inspection by the Engineer, then the additional costs to the Owner for travel, subsistence, and labour expenses shall be paid by the Supply Contractor and may be deducted from any payment due to the Supply Contractor under the Contract.

GC 4.3 DEFECTIVE OR IMPROPER GOODS

4.3.1 Correction of Defective Goods: If upon inspection, testing or otherwise the Goods or any portion thereof are found to be non-conforming, unsatisfactory, defective, or inferior quality or workmanship, or fail to meet any guarantee of operating or other specifications contained herein, or any other requirements of the Contract Documents, then without prejudice to any other rights or remedies, the Engineer may give notice of its dissatisfaction to the Supply Contractor either verbally or in writing and the Supply Contractor shall immediately upon receipt of such notice do all things that are required to satisfy the Engineer. Any such verbal notice shall be confirmed in writing by the Engineer if requested by the Supply Contractor within one working day of the verbal notice. If the Supply Contractor refuses or neglects to do all things that are required to satisfy the Engineer within ten (10) days from the receipt of notice, the Owner may employ some other person to do so and all expenses and costs consequent thereon or incidental thereto shall be charged to the Supply Contractor. The employment of such other person or the doing of the said work by the Owner itself shall not affect the Supply Contractor's duties and liabilities hereunder or relieve the Supply Contractor from the performance and fulfilment of any or all of the Supply Contractor's warranties, covenants, undertakings, obligations and duties under the Contract.

4.3.2 If upon inspection, testing or otherwise the Goods or any portion thereof are found to be non-conforming, unsatisfactory, defective, or inferior quality or workmanship, or fail to meet any guarantee of operating or other specifications contained herein, or any other requirements of the Contract Documents, then without prejudice to any other rights or remedies, the Owner may return the Goods or any part thereof to the Supply Contractor at the Supply Contractor's sole cost and all amounts theretofore paid by the Owner to the Supply Contractor on account of the Contract Price of such returned Goods, shall be repaid to the Owner by the Supply Contractor. The Supply Contractor shall advise the Owner, in writing, where to return the Goods, and failing such advice from the Supply Contractor, the Supply Contractor agrees to accept the returned Goods at the Supply Contractor's registered office. Neither the inspection nor failure to make inspection, nor acceptance of Goods shall release the Supply Contractor from any warranties or other provisions of this Contract nor impair the Owner's right to reject non-conforming Goods. The Owner reserves the right even after it has paid for accepted Goods to make a claim against the Supply Contractor on account of any Goods which do not prove to be satisfactory or are defective irrespective of the Owner's failure to notify the Supply Contractor of a rejection of non-conforming Goods or revocation of acceptance thereof, or to specify with particularity any defect in non-conforming Goods after rejection or acceptance thereof.

4.3.3 Retention of Defective Work: If in the opinion of the Engineer any portion of the work done under the Contract is defective or not in accordance with the Contract Documents and if the defect or imperfection in the same is not of sufficient magnitude or importance to make the Goods dangerous or undesirable, or if the removal of such Goods is impracticable, or will create conditions which are dangerous or undesirable, the Owner shall have the right and authority to retain such Goods instead of requiring the defective or imperfect Goods to be removed and reconstructed, but the Owner shall be entitled to make such deductions from the payments due or to become due to the Supply Contractor as are just and reasonable.

Page 62: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 14 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

4.3.4 No Implied Approval: The fact that the Engineer or the Owner has not disapproved of or rejected any part of the Goods or any of the plant used in connection therewith shall not be deemed or be construed to be an acceptance of any such part of the Goods or any such materials.

GC 4.4 WARRANTY AND GUARANTEE

4.4.1 The Supply Contractor agrees that the Goods manufacturer's standard warranty will be to the benefit of the Owner and that the Goods are free from all defects arising from faulty construction, manufacturing, materials, equipment or workmanship for a period of the lesser of two (2) years from the date of Substantial Performance.

4.4.2 The Supply Contractor warrants and guarantees that the Goods are free from all defects arising from faulty construction, manufacturing, installation, materials, equipment or workmanship in any part of the Goods for a period of two years commencing from the date of acceptance by the Engineer after each operational testing under each construction contract. During the warranty period, the Supply Contractor, upon the receipt of notice in writing from the Owner or the Engineer, shall promptly make all repairs arising out of the defects. The Owner shall be entitled to make such repairs, if ten (10) days after the giving of such notice to the Supply Contractor, the Supply Contractor has failed to make or undertake with due diligence the repairs. In case of an emergency, where, in the opinion of the Owner or the Engineer, delay could cause serious loss or damage, or inconvenience to the public, repairs may be made without notice being sent to the Supply Contractor. The costs of any repair made by the Owner in connection with this clause shall be charged to the Supply Contractor and the Supply Contractor shall reimburse the Owner for such costs. All covenants and agreements shall continue to be binding on the Supply Contractor until they have been fulfilled.

4.4.3 The Owner is relying on Supply Contractor's skill and judgment in selecting and providing the proper Goods and any applicable services for the Owner's particular use. The Supply Contractor warrants to the Owner and its successors in interest that the Goods and any services covered hereby will correspond with the description of the same in the Contract Documents, will conform to all applicable Specifications, will be new and of the best quality and, unless otherwise specified, will be fit for the purpose for which they are to be used and will conform in all aspects, both in the manufacture and use thereof, with all applicable safety orders or regulations applicable in the place of the Work. The Supply Contractor also warrants that the Goods are free and clear of all liens and encumbrances whatsoever and that the Supply Contractor has a good and marketable title to the same.

4.4.4 The Supply Contractor warrants and guarantees that the Goods are free from all defects arising at any time from faulty design in any part of the Goods.

PART 5 INDEMNIFICATION OF OWNER

GC 5.1 INDEMNIFICATION

5.1.1 The Supply Contractor shall at all times and without limitation, be fully liable for, and shall indemnify and save harmless the Owner and its Personnel, including the Engineer, from and against all liabilities, losses, injuries, costs, damages, legal fees and disbursements on a solicitor and own client basis, disbursements, fines, penalties, expenses, all manner of actions, causes of action, claims, demands and proceedings, all of whatever nature and kind, which any of the Owner and its Personnel, including the Engineer, may sustain, pay or incur or which may be brought or made

Page 63: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 15 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

against all or any of them, and whether or not incurred, in connection with any action or other proceedings or claims or demands made by third parties, relating to, or resulting from or arising out of all or any of the following:

Page 64: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 16 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

(a) the misconduct, negligent action or negligent failure to act, as the case may be, of the Supply Contractor or any of those Persons for whom the Supply Contractor is responsible at Law (including, without limitation, any of its Personnel or Subcontractors);

(b) the costs of repairs, clean-up or restoration paid by the Owner and any fines levied against the Owner or the Supply Contractor;

(c) any breach, violation or non-performance of any representation, warranty, obligation, covenant, condition or agreement in this Contract set forth and contained on the part of the Supply Contractor to be fulfilled, kept, observed or performed, as the case may be;

(d) any damages to third parties caused by, resulting at any time from, arising out of or in consequence of the misconduct, negligent action or failure to act of the Supply Contractor or any of those Persons for whom the Supply Contractor is responsible at Law (including, without limitation, any of its Personnel or Subcontractors); or

(e) any damages, costs, fines, expenses and penalties that the Owner is required to pay on account of the Supply Contractor performing the Work in breach of any Workers Compensation Legislation order or regulation.

The provisions herein are in addition to and shall not prejudice any other rights of the Owner at Law or in equity.

5.1.2 The Owner shall indemnify and hold harmless the Supply Contractor and its Personnel from and against claims, demands, losses, costs, damages, actions, suits, or proceedings arising out of the Supply Contractor’s performance of the Contract which are attributable to a lack of or defect in title to the Work Site.

5.1.3 If the Owner performs work at the Work Site at the same time as the Supply Contractor is performing the Work, then the Owner shall indemnify and hold harmless the Supply Contractor and its Personnel from and against claims, demands, losses, costs, damages, actions, suits or proceedings by third parties that arise out of or are attributable to, any act or omission or alleged act or omission of the Owner and its Personnel in the performance of that work.

5.1.4 If it becomes necessary for the Owner or its Personnel, including the Engineer, to take or to become involved in any action, including but not limited to legal proceedings, to enforce any term of this Contract, the Supply Contractor shall be liable for and will pay to the Owner and its Personnel, including the Engineer, all costs, including but not limited to legal fees and disbursements on a solicitor and own client basis, incurred by the Owner and its Personnel, including the Engineer, in relation to the action to enforce any term of this Contract.

5.1.5 The Supply Contractor represents that it has fully investigated all Specifications, including any furnished by the Owner, in connection with the Goods and based on such investigation and its past experience and superior knowledge with respect to such Goods has determined that the production and supply thereof will not infringe any patent, trademark or copyright.

5.1.6 The Supply Contractor warrants to the Owner and its successors in interest that the manufacture, sale or use of the Goods and any services covered by this Contract, whether manufactured in accordance with the Owner's Specifications or otherwise, do not and will not

Page 65: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 17 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

infringe upon any patent, trademark or copyright. The Supply Contractor shall save harmless and indemnify the Indemnified Parties from and against all actions, claims, demands, proceedings, suits, losses, damages, costs and expenses of whatsoever kind or nature arising in any way from liability of any nature or kind for or on account of any copyrighted or un-copyrighted composition, secret or other process, patented or un-patented invention, articles or appliances manufactured or used in connection with the Goods, and used or to be used by the Owner before or after completion of the work unless otherwise stipulated in this Contract, and if the Supply Contractor shall fail to save harmless and indemnify in manner aforesaid, any money collected from the Indemnified Parties shall be charged to the Supply Contractor.

GC 5.2 SHIPMENT OF GOODS/DAMAGE TO GOODS

5.2.1 The Goods will be delivered by the Supply Contractor to the FOB Point.

5.2.2 The Supply Contractor will be responsible and pay for all transportation, freight, insurance, storage, customs or excise charges or duties and all other costs and expenses whatsoever incurred in connection with the Goods prior to the Goods being delivered to the FOB Point.

5.2.3 Notwithstanding any shipping instructions or otherwise, the Supply Contractor shall assume and pay any and all loss or damage to the Goods from any cause whatsoever up to the FOB Point.

5.2.4 If loss or damage to the Goods occurs for which the Supply Contractor is responsible, the Supply Contractor shall immediately effect repairs or replace any property as necessary in order to make good any such loss or damage. If the Supply Contractor refuses or neglects to do so, the Owner may make good any such loss or damage, either by itself or by employing some other person, and the expense of doing so shall be charged to the Supply Contractor. If any repair or replacement of property is performed on the goods as a result of loss or damage to the goods for which the supply contractor is responsible the Supply Contractor represents and warrants that the warranty provided herein shall not be affected or changed to any manner or respect whatsoever.

PART 6 PROGRESS AND COMPLETION

GC 6.1 CONTRACT TIME

6.1.1 Execution of the Work: Time shall be strictly of the essence. The Supply Contractor shall supply the Goods and all portions of the work thereof shall be completed in accordance with the Contract Documents. The Supply Contractor acknowledges that the schedule for the work and supply of the Goods as set out in the Contract Documents is reasonable.

6.1.2 Schedule: The Supply Contractor shall provide a schedule and reports in accordance with the Contract requirements for scheduling and coordinating the work and supply of Goods within the prescribed time. Contract time extensions, if any, under the Contract shall be incorporated into updated schedules. The failure of the Supply Contractor to comply with this requirement shall entitle the Owner to terminate the Supply Contractor's right to continue with the work and supply of Goods or to delay progress payments.

6.1.3 Progress: If the work or supply of the Goods falls behind schedule, the Supply Contractor shall advise the Engineer what actions will be taken to return the work or supply of the Goods or portions thereof to comply with the schedule including:

.1 Increase manpower in quantities and crafts;

Page 66: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 18 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

.2 Increase the number of working hours per shift, shifts per working day, working days per week, or the amount of equipment, or any combination of the foregoing; and

.3 Reschedule activities.

6.1.4 The Supply Contractor upon request of the Engineer shall prepare a proposed schedule revision to make up the delay in progress and ensure completion of the work and supply of the Goods in accordance with the Contract Documents. The proposed schedule revisions shall be submitted to the Engineer in accordance with the Contract. All costs and expenses of getting the work or supply of Goods back on schedule shall be for the Supply Contractor's account.

6.1.5 None of the services performed by the Engineer in monitoring, reviewing and reporting on the status and progress of the work or supply of the Goods shall relieve the Supply Contractor of responsibility for planning and managing the work or supply of the Goods in conformance with the Contract Documents.

6.1.6 If the Engineer makes any suggestion to the Supply Contractor relating to the work or supply of the Goods which is not set out or provided for in the Contract Documents and which the Supply Contractor adopts and uses, in whole or in part, such adoption or use shall be at the risk of the Supply Contractor. The Owner and the Engineer shall bear no risk or responsibility for the adoption and use of such suggestion and without limitation will not be responsible for any defects, non-compliance with the Contract Documents or delay in the work or supply of the Goods, which may result from the adoption and use of such suggestion.

6.1.7 Extension of Time: If the Supply Contractor wishes to claim an extension of the time allowed for the completion of all or any portion of the work or supply of the Goods by reason of being ordered to perform extra work or furnish extra material, or consequent upon any delay occasioned by strikes, lockouts (other than by the Supply Contractor alone), Act of God or any other cause beyond the control of the Supply Contractor, whether or not of similar kind or nature, the Supply Contractor must give notice in writing to the Engineer within ten (10) days after any such order has been given or such delay has first arisen, stating the reason for such delay and requesting an extension of time. In such event, the Engineer shall advise the Owner of the notice it received from the Supply Contractor and shall review the request within fifteen (15) days and make a recommendation to the Owner about the disposition of the request. The Owner, after receipt of the Engineer's recommendation, shall reasonably determine what extension of time, if any, the Supply Contractor shall be allowed for the supply of Goods.

6.1.8 No claim by the Supply Contractor for an extension of the time allowed for the completion of all or part of the supply of the Goods shall be considered or allowed by the Owner unless it is for and results from one or more of the events or causes set out in GC 6.1.7.

6.1.9 The Owner's determination under GC 6.1.7 shall not in any way affect the adequacy of the Contract Price or derogate from the rights of the Owner under any provision of the Contract Documents. Any extension of time granted pursuant to GC 6.1.7 shall be deemed to be in full and final compensation and satisfaction for any actual or probable losses, claims, damages, costs, expenses, causes of action or injuries sustained or sustainable by the Supply Contractor in respect of any matter or things for which an extension of time is granted.

6.1.10 Consequential Damages: The Owner, and the Engineer shall not be liable to the Supply Contractor for, and the Supply Contractor hereby waives recovery from them of, loss of profits or anticipated profits, loss of production, impact costs, overhead, claims of the Supply Contractor's

Page 67: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 19 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

customers, suppliers or contractors, or other indirect or consequential damages arising at any time from any cause whatsoever, whether arising under tort, implied or statutory warranties, strict liability or breach of contract ("Consequential Damages") notwithstanding any right or remedy available to the Supply Contractor at law or in equity to Consequential Damages.

6.1.11 Liquidated Damages: If the Supply Contractor fails to supply the Goods to the FOB Point on or before the dates shown on the schedule of Supply and Delivery, the Supply Contractor shall pay consideration to the Owner in accordance with the following schedule for each working day or part thereof after the dates upon which the Goods were required to be delivered to the FOB Point.

Amount Payable per Working Day

$ 2,000

The total consideration payable by the Supply Contractor pursuant to this clause is up to a maximum of $ 100,000.

6.1.12 Every amount charged to the Supply Contractor or owed to the Owner by the Supply Contractor shall be paid by the Supply Contractor to the Owner on demand or, in the Owner's discretion, may be set off by the Owner from monies due to the Supply Contractor under this Contract or recovered by the Owner from the Supply Contractor or its Surety.

GC 6.2 SUSPENSION OF WORK BY OWNER

6.2.1 The Owner may at any time suspend the Work, or any portion thereof, provided that the Owner gives the Supply Contractor five (5) days written notice of suspension. The Supply 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 Supply Contractor for direct and provable costs and expenses incurred by the Supply Contractor necessitated by such suspension of work or portion thereof, but the Supply Contractor shall not recover from the Owner payment for any loss of profits or damages. If the suspension notice lasts more than ninety (90) days, the Supply Contractor may, on ten (10) days written notice, terminate the contract.

GC 6.3 OWNER’S TERMINATION OF CONTRACT

6.3.1 The Owner may terminate the Contract if the Supply Contractor at any time becomes bankrupt, makes an assignment of his property for the benefit of his creditors, or if a receiver or liquidator should be appointed. Such termination shall be effective upon the Owner giving notice thereof.

6.3.2 If at any time the Owner forms the opinion that the Supply Contractor is in default under this Contract because the Supply Contractor:

.1 has breached a fundamental term of the Contract or is in substantial breach of the terms of the Contract;

.2 has failed to commence work or supply the Goods, within the time specified in the Contract Documents;

.3 has failed or is failing to furnish or to maintain a detailed schedule;

Page 68: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 20 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

.4 has become in any way unable to carry on the work or supply the Goods or any part thereof;

.5 has abandoned the work or failed to supply the Goods; or

.6 has repeatedly failed to make prompt payments to subcontractors, suppliers or others for labour, materials or equipment; then the Owner may give notice in writing to the Supply Contractor of such opinion and require 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 Owner, the Owner may terminate the Contract. Such termination shall be effective immediately.

6.3.3 Upon termination, the Owner may take all Goods out of the Supply Contractor's hands and employ such means as the Owner may see fit to complete the work. In such case:

.1 The Supply Contractor shall have no claim for any further payment in respect of the Goods;

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

.3 Notwithstanding Part 7, all materials and all rights, proprietary or otherwise, licences, powers and privileges, whether relating to or affecting real or personal property, acquired, possessed, or provided by the Supply Contractor for the purposes of supply of the Goods will become or remain and be the property of the Owner for all purposes incidental to the completion of supply of the Goods and may be used, exercised, and enjoyed by the Owner as fully to all intents and purposes connected with supply of the Goods as they might theretofore have been used, exercised, and enjoyed by the Supply Contractor;

.4 The Owner may assign all rights and privileges granted to the Owner in this clause to another supply contractor retained by the Owner to continue with the work or supply of the Goods.

If the Supply Contractor's right to supply the Goods is terminated in accordance with the provisions of this clause, the Supply Contractor shall not be entitled to receive any further payment until the work and supply of Goods is completed.

6.3.4 Except as hereinbefore provided, the Supply Contractor shall have no claim against the Owner for any reason whatsoever by reason of the termination of the Contract.

GC 6.4 SUPPLY CONTRACTOR’S TERMINATION OF CONTRACT 6.4.1 The Supply Contractor shall have the right to terminate the Contract for any of the following reasons:

.1 In the event 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 Supply Contractor’s written notice to do so.

.2 In the event the Owner suspends work as provided for herein for more than ninety (90) days.

In such event, the Supply Contractor will receive from the Owner payment for all work performed, losses sustained in respect of any materials, loss of profits, damages and expenses. Such termination shall be effective upon the Supply Contractor giving notice thereof.

Page 69: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 21 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

PART 7 PAYMENT

GC 7.1 PAYMENTS TO SUPPLY CONTRACTOR

7.1.1 Progressive payments to the Supply Contractor will be made on the basis of the schedule of proposal prices as presented on the Proposal Form.

7.1.2 The Supply Contractor shall submit to the Engineer at each scheduled payment event, a request for a payment to the Supply Contractor. If requested by the Engineer, the Supply Contractor shall provide such additional information as may be reasonably required to support the request for a payment. Such information may include satisfactory evidence of payment for equipment, materials and labour including payments to subcontractors and suppliers.

7.1.3 Within ten (10) days after receipt of the request for a schedule payment, the Engineer will review the request and recommend to the Owner the amount of the schedule payment to be made to the Supply Contractor. Subject to the provisions of the Contract, the Owner will after receipt of the Engineer's recommendation, process the payment.

7.1.4 The Owner may withhold from any scheduled payment:

.1 Any deduction the Owner may be entitled to under the Contract;

.2 Such reasonable amount as the Owner determines appropriate for any part of the Goods that are not supplied or with respect to work otherwise not in compliance with the Contract Documents.

.3 Holdbacks in accordance with applicable legislation.

7.1.5 Payments may be withheld in accordance the Contract until the relevant operating manuals and all operating and maintenance materials together with all warranties have been delivered to the Engineer.

7.1.6 In addition to any other remedy the Owner may have in the Contract or law, the Owner may refuse to make payment because of subsequently discovered evidence or test results, and shall be compensated for any payment previously made to the Supply Contractor to such extent as may be necessary to protect the Owner from loss as a result of:

.1 Defective or damaged Goods;

.2 A deductive change order;

.3 Failure of the Supply Contractor to perform the work or supply the Goods in accordance with the Contract Documents, including failure to maintain the supply of the Goods in accordance with the schedule;

.4 Disregard by the Supply Contractor of the authority of the Engineer or the Law.

The Owner may refuse to make payment of the full amount because of claims made against the Owner on account of the Supply Contractor's performance or supply of Goods. In such case, the Owner shall give the Supply Contractor prompt written notice stating the reasons for each action.

7.1.7 The Owner, may withhold from payment to the Supply Contractor:

.1 Any set-off the Owner may be entitled to under the Contract;

.2 The amount of any bona fide builders lien claim asserted against the Owner or which the Owner acting reasonably anticipates will be made against the Owner; and

Page 70: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 22 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

7.1.8 Prior to payment to the Supply Contractor, if requested by the Owner, the Supply Contractor shall deliver to the Owner a statutory declaration in form satisfactory to the Owner declaring that all subcontractors, labour and accounts for material and equipment have been paid.

GC 7.2 BUILDERS’ LIEN ACT

7.2.1 The amounts withheld to comply with the Lien Act will be retained by the Owner until payment is due in accordance with the provisions of the relevant legislation. In those cases where work is such that the Lien Act does not apply or does not require the retention of holdback, the Owner will nevertheless retain holdbacks to the same extent as if such legislation applied to the Work.

GC 7.3 SUBSTANTIAL PERFORMANCE 7.3.1 Substantial Performance shall be as defined under the Lien Act of British Columbia.

GC 7.4 HOLDBACK RELEASE DOCUMENTS

7.4.1 Upon the expiry of the statutory time for filing liens under the Lien Act, the Supply Contractor shall submit the following documents to the Engineer:

(a) an application for payment of the holdback amount; (b) a sworn declaration in a form acceptable to the Engineer to state that all accounts for

labour, subcontracts, Materials, Construction Equipment, and other indebtedness which may have been incurred by the Supply Contractor in the Substantial Performance of the Work and for which the Owner might in any way be held responsible have been paid in full, except for amounts properly retained as a holdback or as an identified amount in dispute; and

(c) documents satisfactory to the Engineer showing compliance with the applicable Workers

Compensation Legislation at the Work Site including payments due thereunder.

GC 7.5 CHANGE ORDERS / CHANGE DIRECTIVES

7.5.1 The Owner may at any time make any change in the Goods within the general scope of the work including a deceleration or an acceleration of the supply of the Goods or any portion thereof by issuing a change order to the Supply Contractor.

7.5.2 Where agreement cannot be reached between the Supply Contractor and the Engineer on the fair value of the cost of the change, the Engineer may instruct the Supply Contractor to proceed under the Force Account provisions of the Contract.

GC 7.6 EXTRA WORK

7.6.1 Extra work means the furnishing of goods, materials and equipment or the doing of work not directly or by implication called for in the Contract. If the Owner requires extra work it may do it itself or by the employment of others or it may direct the Supply Contractor to do the extra work by the issuance of a change order at a mutually agreed upon lump sum. If the Owner and the Supply Contractor cannot agree upon a lump sum and the Supply Contractor intends to assert a claim for an adjustment under this section, it must, within fifteen (15) days after receipt of a written change order or the furnishing of a written notice, submit to the Engineer a written statement setting forth the

Page 71: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 23 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

general nature and monetary extent of such claim, unless the Engineer extends this period. The statement of a claim hereunder may be included in this written statement.

7.6.2 Nevertheless, the giving of such a written statement to the Engineer shall not relieve the Supply Contractor of its obligations to carry out and obey such orders and instructions.

GC 7.7 FORCE ACCOUNT 7.7.1 Compensation for work done on a force account basis authorized by Engineer will be made in accordance with the following:

.1 Labour: All classifications of labour actually employed on the extra work will be paid for at the rates actually expended by or legally payable by the Supply Contractor including assessments payable under any statutory scheme relating to workers' compensation, pension, unemployment insurance, or holidays with pay. The Supply Contractor will be allowed a twenty percent (20%) fee based on the gross cost of labour as described above.

.2 Equipment: The rates for equipment, vehicles, and power tools shall include operator's wages and fringe and other benefits, all maintenance and operating costs. Compensation will be paid at the rates listed in the latest edition of the Province of British Columbia “Blue Book” Equipment Rental Rates. The Supply Contractor will be allowed a ten percent (10%) fee based on the gross cost of equipment as described above. Such fees shall be applied to the rental charge for equipment and will be the maximum paid regardless of the ownership.

.3 On subcontract work, the percentage fee allowable to the Supply Contractor shall be ten percent (10%) of the subcontractor's bill for such work performed.

.4 Materials supplied by the Supply Contractor shall be paid for at the supplier's invoice price plus an additional payment of ten percent (10%) of cost to cover handling and indirect overhead costs, plus ten percent (10%) of all costs, including handling and indirect overhead as its fee.

.5 The proper proportion, if applicable, as determined by the Engineer, of the net board and lodging costs of the labour employed on extra work or of applicable reasonable living-out allowances paid in lieu thereof.

.6 The cost of the work done each day will be submitted to the Engineer in a satisfactory form on each succeeding day after force account work is carried out and shall be applied or adjusted by the Engineer.

The submission to, or acceptance of, or approval by, the Engineer of daily force account work records shall not at any time be deemed an admission that the work is properly chargeable to force account.

GC 7.8 WORK AND MATERIALS OMITTED

7.8.1 The Supply Contractor shall, when ordered by change order, omit goods, materials or equipment or work to be done or furnished under the Contract Documents and the value of the omitted goods, materials, equipment or work will be deducted from the total Contract Price. The value of the omitted goods, materials, equipment or work will be valued on the basis of the actual direct cost saving to the Supply Contractor and based on the breakdown of prices submitted by the Supply Contractor pursuant to Section 00 42 00 – Proposal Form.

GC 7.9 COMPLETION CERTIFICATE

7.9.1 When the Supply Contractor is of the opinion that Work has been completely performed, the Supply Contractor shall submit a written request to Engineer for a final inspection. The Engineer

Page 72: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 72 00 Consolidated Wastewater Treatment Facility GENERAL CONDITIONS TABLE OF DAF Thickener Equipment Supply - RFP 2019-02 CONTENTS 2019-12/172098 Page 24 of 24

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\00_front_end\007200.doc: December 04, 2019

will make an inspection and will notify the Supply Contractor in writing of any defects or deficiencies, which require to be corrected before all the Work has been performed. When the defects or deficiencies, if any, have been corrected and the Supply Contractor has submitted to the Engineer a written statement that all claims and demands of the Supply Contractor for extra work or otherwise in connection with the Contract have been presented in writing to the Engineer, the Engineer will recommend to the Owner that a Completion Certificate be issued to the Supply Contractor.

7.9.2 The Owner, subject to the Owner’s acceptance of this recommendation, will issue the Completion Certificate.

END OF DOCUMENT

Page 73: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 73 00 Consolidated Wastewater Treatment Facility SUPPLEMENTARY CONDITIONS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 4

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\007300.doc: December 20, 2019

MODIFICATIONS TO GENERAL CONDITIONS The General Conditions are hereby revised as follows: ADDITIONAL GENERAL CONDITIONS Add the following: Add GC1.6.2 as follows: The Owner will assign the Contract arising from the acceptance of a Proposal hereunder to a General Contractor, when the General Contractor has been selected. The Supply Contractor under this Contract will be required to execute a tripartite Assignment and Novation Agreement with the Owner and the said General Contractor. Add GC 1.8 BONDS as follows: .1 The Supply Contractor shall, prior to commencement of the Work, pay for and provide to the

Owner: (a) a performance bond, in the amount of 50% of Contract Price, covering the performance

of this Contract, including any warranty requirements; and

.2 The Owner shall not be obligated to make any payment to the Supply Contractor until such time as the bonds specified in GC 1.8 have been delivered to the Owner by the Supply Contractor.

.3 The cost of all Contract Security shall be included in the Proposal Price. .4 The bonds specified in GC 1.8 shall be:

(a) in the form which is in accordance with the latest edition of the CCDC approved bond forms;

(b) issued by a duly licensed surety company authorized to transact the business of

suretyship in the province or territory of the Project Site; (c) acceptable to the Owner; and maintained in good standing until the fulfillment of the

Contract.

.5 The Proposal shall be accompanied by a letter of consent from the Proponent’s surety confirming that it will issue new bonds in favour of the General Contractor upon execution of the Novation Agreement and the surrender of the original bonds.

GC8. CANADIAN ANTI-SPAM LEGISLATION .1 In accordance with Canadian anti-spam legislation, each Party consents to contacting the other

Party and its personnel through electronic messages relating to the Project. Following completion of the Project, either Party may withdraw consent by contacting the other Party.

Page 74: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 73 00 Consolidated Wastewater Treatment Facility SUPPLEMENTARY CONDITIONS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 2 of 4

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\007300.doc: December 20, 2019

GC9. INSURANCE Without limiting any of Supply Contractor’s obligations or liabilities under the Contract Documents, Supply Contractor shall, and shall cause its Subcontractors to, obtain and continuously carry, while Work is being performed and, unless otherwise specified in this Section, while any remedial or warranty work is being undertaken, at Supply Contractor’s own expense and cost, the following insurance coverage with minimum limits not less than those stated: Commercial General Liability Insurance Commercial General Liability Insurance, in a form acceptable to Owner, with limits of not less than $5,000,000.00 inclusive per occurrence for bodily injury, death and damage to property, including loss of use thereof. Commercial General Liability policy shall include the following:

a. Additional Insured: Owner and Engineer are added as additional insured, but only with respect to liability arising out of the Supply Contractor's performance of the Contract.

b. Bodily Injury and Property Damage to third parties arising out of the operations of the Supply Contractor.

c. Products and Completed Operations: Coverage for bodily injury or property damage arising out of goods or products manufactured, sold, handled, or distributed by the Supply Contractor and/or arising out of operations that have been completed by the Supply Contractor.

d. Personal Injury: While not limited to, the coverage must include Violation of Privacy, Libel and Slander, False Arrest, Detention or Imprisonment and Defamation of Character.

e. Cross Liability/Separation of Insureds: Without increasing the limit of liability, the policy must protect all insured parties to the full extent of coverage provided. Further, the policy must apply to each Insured in the same manner and to the same extent as if a separate policy had been issued to each.

f. Blanket Contractual Liability: The policy must, on a blanket basis or by specific reference to the Contract, extend to assumed liabilities with respect to contractual provisions.

g. Employees must be included as Additional Insured. h. Employers' Liability (or confirmation that all employees are covered by Worker's compensation

(WSIB) or similar program) i. Broad Form Property Damage including Completed Operations: Expands the Property Damage

coverage to include certain losses that would otherwise be excluded by the standard care, custody or control exclusion found in a standard policy.

j. Notice of Cancellation: The Insurer will provide the Owner thirty (30) days written notice of policy cancellation.

l. Owners' or Supply Contractors' Protective Liability: Covers the damages that the Supply Contractor becomes legally obligated to pay arising out of the operations of a subcontractor.

m. Non-Owned Automobile Liability - Coverage for suits against the Supply Contractor resulting from the use of hired or non-owned vehicles.

o. All Risks Tenants Legal Liability - to protect the Supply Contractor for liabilities arising out of its occupancy of leased premises. (Sub-limit of $1,000,000)

p. Sudden and Accidental Pollution Liability (minimum 120 hours): To protect the Supply Contractor for liabilities arising from damages caused by accidental pollution incidents. (Sub-limit of $2,000,000)

Page 75: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 73 00 Consolidated Wastewater Treatment Facility SUPPLEMENTARY CONDITIONS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 3 of 4

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\007300.doc: December 20, 2019

Automobile Insurance (Owned and Non-Owned)

Automobile Liability Insurance in an amount usual for a contract of this nature, but for not less than $2,000,000 per accident or occurrence., covering death and damage to property, effective for all licensed vehicles owned, leased, rented or used by Supply Contractor. The policy shall include the following: a. Third Party Liability - $2,000,000 Minimum Limit per Accident or Occurrence b. Accident Benefits - all jurisdictional statutes c. Uninsured Motorist Protection d. Notice of Cancellation: The Insurer will endeavour to provide the Contracting Authority

thirty (30) days written notice of cancellation Supply Contractors’ Equipment Insurance

“All-Risk” Supply Contractors’ Equipment Insurance to the full insurable value of construction machinery and equipment used by Supply Contractor in the performance of Work, including boiler insurance for temporary boilers and pressure vessels as applicable.

General Provisions All policies of insurance shall be in a form acceptable to Owner and shall not allow subrogation claims by the insurer against Owner or Engineer. All policies of insurance that Supply Contractor is required to obtain will be considered as primary insurances in relation to insurances held by Owner or Engineer without any right of contribution from any policies of insurance held by Owner or Engineer. All policies of insurance shall provide that at least 30 days prior written notice be given to Owner in the event of cancellation or amendment restricting coverage. Prior to commencing Work, Supply Contractor shall provide Owner with Certificates of Insurance in a form acceptable to Owner, and with a letter from the insurer stating that the insurance provided complies with the requirements of the Contract. Deductibles, if any, which are applicable to the insurance specified herein, shall be borne by Supply Contractor. The specified limits of insurance and coverages in no way define or limit the obligation of Supply Contractor to indemnify Owner in the event of loss.

Page 76: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 73 00 Consolidated Wastewater Treatment Facility SUPPLEMENTARY CONDITIONS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 4 of 4

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\007300.doc: December 20, 2019

Owner makes no representation or warranty with respect to the extent or adequacy of the insurance protection afforded by the insurance policies that are specified in this section. Supply Contractor shall be fully responsible to determine additional insurance coverages that may be necessary and advisable for protection of Supply Contractor or to fulfil Supply Contractor’s obligations under this Contract.

END OF DOCUMENT

Page 77: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 27 00 Consolidated Wastewater Treatment Facility PAYMENT SCHEDULE AND WARRANTY DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 2

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\012700.doc: December 20, 2019

Part 1 General

1.1 PAYMENT SCHEDULE

.1 Payment for the work of this Contract shall be based on the Lump Sum Price and the breakdown in Section 00 42 00, Schedule A, not to exceed:

.1 5% of the Lump Sum Price upon final review of Engineer stamped shop drawings.

.2 50% of the Lump Sum Price on receipt of equipment on-site.

.3 15% of the Lump Sum Price upon completion of satisfactory equipment installation.

.4 15% of the Lump Sum Price upon issue of the Certificate of Substantial Performance.

.5 15% of Lump Sum Price upon completion of commissioning and satisfactory training for all equipment/materials, and reception of O&M Manuals.

.6 Payment of the Lien Fund Holdback will be in accordance with the Lien Act.

1.2 WARRANTY

.1 Defects in the Work due to faulty design, products or workmanship appearing within two (2) years from the date of Substantial Performance of the Supply Contract shall be promptly replaced or corrected at no expense to the Owner.

.2 Defects in any repaired or replaced product or work appearing within two (2) years of the date of the repair or replacement shall be promptly corrected at no expense to the Owner and a one (1) year warranty shall remain in effect for the repaired or replaced part after the repair or replacement.

.3 If completion of repairs or replacement parts takes more than four (4) weeks, then the Supply Contractor shall provide and install temporary facilities at the Supply Contractor’s expense until the repairs are completed.

.4 The decision of the Engineer is to be final as to the nature and cause of any such deficiency and the necessity to remedy same.

.5 Provide scope of warranty and associated services.

.6 Detail specific extended warranty or additional items offered in the proposal.

.7 List the nearest service centre location that has fully trained technicians.

.8 List location of parts centre and list all relevant stock items carried.

Page 78: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 27 00 Consolidated Wastewater Treatment Facility PAYMENT SCHEDULE AND WARRANTY DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 2 of 2

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\012700.doc: December 20, 2019

.9 Describe technical support and available hours.

END OF SECTION

Page 79: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 33 00 Consolidated Wastewater Treatment Facility SUBMITTALS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 4

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\013300.doc: December 20, 2019

Part 1 General

1.1 REQUIREMENTS INCLUDED

.1 Shop drawings and product data.

.2 Operating and maintenance manuals.

.3 Testing procedures, reports and related documentation.

1.2 ADMINISTRATIVE

.1 Provide to Engineer for review the submittals specified. Submit in accordance with the Proposal Schedule.

.2 At Engineer’s request, prepare and submit a 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 and a Notice to Manufacture and Deliver the Goods has been issued.

.4 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 coordinated 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 Supply Contractor’s responsibility for errors and omissions in submission is not relieved by Engineer’s review of submittals.

.6 Supply Contractor’s responsibility for deviations in submission from requirements of Contract Documents is not relieved by Engineer’s review.

1.3 SHOP DRAWINGS AND PRODUCT DATA

.1 Detail all shop drawings using the metric system. If customary units are presented, provide them after the metric units, in brackets. Prepare to a drafting standard equivalent to the Owner’s existing record drawings.

.2 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 or equipment attach or connect to other articles or equipment, indicate that such items have been coordinated, regardless of the Section under which the adjacent items will be supplied and installed. Indicate cross references to design drawings and specifications.

.3 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.

Page 80: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 33 00 Consolidated Wastewater Treatment Facility SUBMITTALS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 2 of 4

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\013300.doc: December 20, 2019

.4 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. Include owner specified tags for valves, instruments, process variables etc.

.5 Submissions shall include:

.1 Date and revision dates.

.2 Project title and number.

.3 Name and address of:

.1 Subcontractor.

.2 Supplier.

.3 Manufacturer.

.4 Details of appropriate portions of Work as applicable:

.1 Fabrication.

.2 Layout, showing dimensions, including identified field dimensions, and clearances.

.3 Setting or erection details.

.4 Capacities.

.5 Performance characteristics.

.6 Standards.

.7 Operating weight.

.8 Wiring diagrams.

.9 Single line and schematic diagrams.

.10 Relationship to adjacent work.

.6 Submit a searchable electronic PDF copies and one hard copy of product data sheets or brochures for requirements requested in the specifications of Divisions 26 and 46 and as the Engineer may reasonably request where shop drawings will not be prepared due to standardized manufacture of product.

.7 Submit a searchable electronic PDF copy and one hard copy of shop drawings for each requirement requested in specification Sections and as the Engineer may reasonably request.

.8 Submittals will be returned with one or more of the following notations. Take action as noted:

.1 “REVIEWED” - Make and distribute additional copies as required for execution of the Work.

.2 “REVISE & RESUBMIT” - Make the 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

Page 81: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 33 00 Consolidated Wastewater Treatment Facility SUBMITTALS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 3 of 4

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\013300.doc: December 20, 2019

to complete his review and requires the drawing to be resubmitted for review after revision.

.4 Drawings will be marked “REVIEWED” together with the notation to “REVISE & RESUBMIT” when the Engineer requires resubmission of a revised drawing showing corrections made as a result of the Engineer’s notations on the shop drawings. This procedure will not relieve the Supply Contractor of responsibility for errors or omissions in the shop drawings or of responsibility for meeting all requirements of the Contract.

.9 Use only those shop drawings on the work that bear the “REVIEWED” notation.

.10 Do not revise shop drawings marked “REVIEWED” unless resubmitted to the Engineer for further review.

.11 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.

.12 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 materials.

.13 Manufacturers’ catalogues, manuals, or price lists will not be accepted as shop drawings. Such materials may be used as supplemental information to the shop drawings.

.14 Indicate the tag number of instruments and valves and clearly show the features and details applicable to the equipment being supplied. Tag all equipment and instruments cables, conductors etc. as specified by the Engineer.

.15 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 where the work is located, in accordance with the 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.

.16 If upon review by the Engineer, no errors or omissions are discovered or if only minor corrections are made, the electronic copy will be returned. If shop drawings are rejected, noted copy will be returned and resubmission of corrected shop drawings, through the same procedure indicated above, must be performed before fabrication and installation of Work may proceed.

.17 Owner may deduct, from payments due to Supply Contractor for costs of additional Engineering work associated with the review of resubmitted shop drawings.

.18 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 Supply Contractor, and such review does not relieve the Supply Contractor of his responsibility

Page 82: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 33 00 Consolidated Wastewater Treatment Facility SUBMITTALS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 4 of 4

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\013300.doc: December 20, 2019

for errors or omissions in the shop drawings or of his responsibility for meeting all requirements of the Contract Documents.

1.4 COORDINATION

.1 Coordinate with other divisions to ensure that there are no conflicts in the work.

1.5 WORK BY OTHERS

.1 The General Contractor is responsible for dimensions to be confirmed and correlated at the job-site, for information that pertains solely to fabrication processes or to techniques of construction and installation and for coordination of the work of all sub-trades.

Part 2 Products

Not used.

Part 3 Execution

Not used.

END OF SECTION

Page 83: EQUIPMENT SUPPLY CONTRACT

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\01330001.doc: December 20, 2019

SHOP DRAWING / SUBMITTAL TRANSMITTAL

Submittal Description: File Number:

Submittal Number:

Specification Section:

EN

GIN

EE

R Associated Engineering

SU

PP

LY

C

ON

TR

AC

TO

R

500 – 2889 East 12th Avenue

Vancouver, BC V5M 4T5

Attention: Tom Robinson, P.Eng. Attention:

Associated Engineering Project No.: 2017-2098 Supply Contractor Project No.:

Routing: Date Sent Supply Contractor to Engineer Date Received

Date Sent Engineer to Supply Contractor Date Received

Owner: Contract:

Project: Contract Number:

Enclosed are the following ___ Submittals for Review ___ Submittals for Information ___ O&M Manual Data

Remarks:

SUPPLY CONTRACTOR ENGINEER

Item Copies

Submitted Description (Drawing Number, Revision Number, Title, Item Description)

Copies Returned

ReviewAction1

ReviewerInitials

CommentsAttached

1 Review Action: REV = Reviewed; RAR = Revise and Resubmit; NR = Not Reviewed

Supply Contractor certification (certify either A or B):

G A. We have verified that the material or equipment covered by this submittal meets all specified requirements, including coordination with all related work.

G B. We have verified that the material or equipment covered by this submittal meets all specified requirements except for the noted deviations. (Record deviations below or on attachments. Be specific.)

Item Number Deviation

Certified by:

Supply Contractor’s Signature

Page 84: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 42 19 Consolidated Wastewater Treatment Facility REFERENCE STANDARDS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 3

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\014219.doc: December 20, 2019

Part 1 General

1.1 LATEST EDITIONS

.1 All references to specifications, standards, or methods of technical associations refer to the latest adopted revision, including all amendments, in effect on the date of submission of bids, except where a date or issue is specifically noted.

1.2 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 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 Lumbermen Association CMAA Crane Manufacturers Association of America CMHC Canada Mortgage and Housing Corporation CPCA Canadian Painting Contractors Association 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

Page 85: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 42 19 Consolidated Wastewater Treatment Facility REFERENCE STANDARDS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 2 of 3

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\014219.doc: December 20, 2019

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 Insurers' 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 IES Illuminating Engineering Society IGMAC Insulated Glass Manufacturers 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

NAAMM National Association of Architectural Metal Manufacturers NBC National Building Code of Canada NEC National Electrical Code 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 RTAC Road and Transportation Association of Canada SAE Society of Automotive Engineers SBI Steel Boilers Institute SJI Steel Joist Institute SSPC Steel Structures Painting Council TTMAC Terrazzo, Tile and Marble Association of Canada ULC Underwriters' Laboratories of Canada USFG United States Federal Government WCB Workers' Compensation Board WCLIB West Coast Lumber Inspection Bureau

1.3 CONFORMANCE

.1 Conform to these standards, in whole or in part as specifically requested in Specifications.

Page 86: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 42 19 Consolidated Wastewater Treatment Facility REFERENCE STANDARDS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 3 of 3

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\014219.doc: December 20, 2019

.2 If there is question as to whether any product or system is in conformance with applicable standards, 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 Owner in the event of conformance with Contract Documents or by Contractor in the event of non-conformance.

Part 2 Products

Not Used.

Part 3 Execution

Not Used.

END OF SECTION

Page 87: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 65 00 Consolidated Wastewater Treatment Facility SHIPMENT, PROTECTION AND STORAGE DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 1

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\016500.doc: December 20, 2019

Part 1 General

1.1 DESCRIPTION

.1 This Section describes the general requirements for the shipment, protection and storage of the Goods.

.2 The Supply Contractor shall take responsibility for all items arising under this Section up to and including delivery of the Goods.

1.2 CARE

.1 Ship, handle, and store the Goods to prevent damage.

.2 Damaged items will not be permitted as part of the Goods except in cases of minor damage that have been satisfactorily repaired and are acceptable to the Engineer.

1.3 TRANSPORTATION

.1 Pay all costs of transportation of the Goods to the FOB Point.

.2 Provide protection against damage from moisture, freezing, dust, handling, or other cause during transport from manufacturer's premises to Work Site.

.3 Items or components of items with unique numbering systems such as mechanical and electrical equipment and instruments shall be clearly tagged with such numbers.

.4 Use stiffeners where necessary to maintain shapes and to give rigidity.

.5 Deliver parts of Goods in assembled units where possible.

.6 Wrap or otherwise seal bearing housings, vents and other types of openings to prevent contamination by grit and dirt.

.7 Correct any damage to conform to the requirements of this Contract before the Goods are incorporated into the work and pay the costs arising out of dismantling, inspection, repair and reassembly as necessary.

Part 2 Products

.1 Not Used.

Part 3 Execution

.1 Not Used.

END OF SECTION

Page 88: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 78 23 Consolidated Wastewater Treatment Facility OPERATING AND MAINTENANCE DATA DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 5

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\017823.doc: December 20, 2019

Part 1 General

1.1 MANUAL

.1 Furnish complete manuals for installation, operation, maintenance, and lubrication requirements for each unit of mechanical, electrical, and instrumentation equipment and each instrument of the Goods.

.2 Provide separate manuals for operating data and for maintenance data.

.3 Customize the manuals to describe the equipment supplied. Do not include extraneous data for models, options, or sizes not supplied. When more than one model or size of equipment type is furnished, show the information pertaining to each model, option or size.

.4 Provide two (2) copies of each manual.

.5 Provide one (1) electronic version of manual in searchable .pdf format.

1.2 GENERAL

.1 Assemble each copy of the manual in the specified three-ring hard-back type binders. Assemble the binders in the following manner:

.1 Label each binder to designate the system or equipment with reference to the equipment number, and Specification section. Provide each binder with a table of contents and heavy section dividers with numbered plastic index tabs.

.2 Provide each binder with title page to include names and addresses of the manufacturer, the nearest representative of the manufacturer, nearest supplier of the manufacturer's equipment and parts.

.3 Where more than one binder is required, label each binder "Vol. 1 of," "Vol. 2 of," etc.

.4 Punch all data for binding and composition. Arrange printing so that punching holes does not obliterate data.

.5 Provide materials suitable for photographic reproduction. If copies are used, they shall equal the clarity and quality of the original.

.6 Provide drawings, diagrams and manufacturer's literature which are legible and no larger than 11x17 fold out.

.7 All instructions in these manuals shall be in simple language.

1.3 BINDERS

.1 Hard cover, extension-type, bound in heavy-weight fabricord, 3-hole, loose leaf, for 215 x 280-mm paper.

.2 Identification: Lettering on front and spine. Include Specification numbers, title, and equipment numbers.

Page 89: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 78 23 Consolidated Wastewater Treatment Facility OPERATING AND MAINTENANCE DATA DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 2 of 5

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\017823.doc: December 20, 2019

1.4 REQUIREMENTS

.1 For each identification, appropriately label each manufacturer's manual with the equipment name, equipment number, and Specification section as it appears in the Contract Documents. Organize the information in the binders by Specification section, numerically ordered by the equipment numbers assigned in the Contract Documents.

.2 Group the documents into tabbed sections as listed below. Provide each section with tabbed dividers marked with the tab number and title and sequential page numbers.

.3 Manufacturer's equipment specific manuals may be substituted for the documents specified to be contained within tabs 3 through 9. If the manufacturer's standard manuals do not contain all the required information, provide the missing information in supplementary documents and drawings inserted behind the appropriate tabs.

.4 Mark or highlight manufacturer's standard documents to indicate the specific information applicable to the equipment, assembly, subassembly or material supplied. Cross out, annotate or eliminate extraneous material.

.5 Label those tab sections that are not applicable "N/A".

1.5 OPERATING DATA MANUAL CONTENTS

.1 Cover Sheet

.1 Show on the cover sheet for each set of operating data a functional title of the system, equipment or material, list of equipment numbers and corresponding function descriptions, revision date and Specification reference.

.2 Tab 1 - Table of Contents

.1 List the tab numbers and corresponding tab label and a one- or two-line description of the tab contents.

.3 Tab 2 - Reference Data

.1 Include Specifications and Drawing references, completed equipment maintenance summary forms, warranties and guarantees, address and telephone number of the manufacturer and the nearest manufacturer's representative.

.4 Tab 3 - Technical Data

.1 Include manufacturer's technical Specification and data sheets, certified performance curves for the Goods and protective device setting under this item.

.5 Tab 4 - Start-Up Instructions

.1 Provide requirements to set up and prepare each system for use. Include all required and recommended step-by-step inspections, lubrications, adjustments, alignments, balancing and calibrations. Include warnings and cautions to prevent equipment damage and to ensure personnel safety.

Page 90: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 78 23 Consolidated Wastewater Treatment Facility OPERATING AND MAINTENANCE DATA DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 3 of 5

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\017823.doc: December 20, 2019

.6 Tab 5 - Operating Instructions

.1 Include the manufacturer's recommended step-by-step procedures for starting, stopping normal and emergency operation. Include all specified modes of operation including recommended operation while the assembly or equipment is in long-term storage. Provide control diagrams with data to explain operation and control of systems and specific equipment. Include alarm analysis and trouble shooting.

1.6 MAINTENANCE DATA MANUAL CONTENTS

.1 Cover Sheet

.1 Show on cover sheet for each set of maintenance data the functional title of the system, equipment, list of equipment numbers and Specification reference.

.2 Tab 1 - Table of Contents

.1 List the tab numbers and corresponding tab label and a one or two line description of the tab contents.

.3 Tab 2 - Reference Data

.1 Include Contract Specification, Drawings, and equipment data sheet references, address and telephone numbers of the manufacturers and nearest manufacturer's representative.

.4 Tab 3 - Preventive Maintenance Instructions

.1 Provide the following information for preventative and scheduled maintenance:

.1 Lubrication data, other than instructions for lubrication.

.2 A table showing recommended lubricants for specific temperature ranges and applications.

.3 Charts with a schematic diagram of the equipment showing lubrication points, recommended types and grades of lubricants, and capacities.

.4 A lubrication schedule showing service interval frequency.

.5 Manufacturer's schedule for routine preventive maintenance, inspections, tests, and adjustments required to ensure proper and economical operation and to minimize corrective maintenance and repair.

.6 Provide manufacturer's projection of preventive maintenance man-hours on a daily, weekly, monthly, and annual basis including craft requirements by type of craft.

.5 Tab 4 - Corrective Maintenance Instructions

.1 Provide manufacturer's recommendations on procedures and instructions for correcting problems and making repairs.

.2 Provide step-by-step procedures to isolate the cause of typical malfunctions. Describe clearly why the checkout is performed and what conditions are to be sought. Identify tests or inspections and test equipment required to determine whether parts and equipment may be reused or require replacement.

Page 91: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 78 23 Consolidated Wastewater Treatment Facility OPERATING AND MAINTENANCE DATA DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 4 of 5

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\017823.doc: December 20, 2019

.3 Provide wiring diagrams and control diagrams with point-to-point drawings of wiring and control circuits including factory-field interfaces. Provide a complete and accurate depiction of the actual job-specific wiring and control work. On diagrams, number electrical and electronic wiring and pneumatic control tubing and the terminals for each type identically to actual installation numbering.

.4 Provide instructions and list tools required to restore product or equipment to proper condition or operating standards.

.5 Provide step-by-step procedures and list required tools and supplies for removal, replacement, disassembly, and assembly of components, assemblies, subassemblies, accessories, and attachments. Provide tolerances, dimensions, settings, and adjustments required. Instructions shall include a combination of text and illustrations.

.6 Provide lists of spare parts and supplies required for maintenance and repair to ensure continued service or operation without unreasonable delays. List spare parts and supplies that have a long lead time to obtain.

.7 Provide manufacturer's projection of corrective maintenance man-hours including craft requirements by type of craft. Separately identify and tabulate corrective maintenance which requires participation of the equipment manufacturer.

.6 Tab 5 - Parts Identification

.1 Provide the following information, including information not specified in the preceding paragraphs but pertinent to the maintenance or operation of the Goods:

.1 Identification and coverage for all parts of each component, assembly, subassembly, and accessory of the end items subject to replacement. Include special hardware requirements, such as requirement to use high-strength bolts and nuts. Identify parts by make, model, serial number, and source of supply to allow reordering without further identification.

.2 Clear and legible illustrations, drawings, and exploded views to enable easy identification of the items. When illustrations omit the part numbers and description, both the illustrations and separate listing shall show the index, reference, or key number which will cross-reference the illustrated part to the listed part. Parts shown in the listings shall be grouped by components, assemblies, and subassemblies.

.3 Spare parts list which includes the manufacturer's recommendations for quantities of spare parts which the Owner should keep on hand. Special storage precautions will be noted.

.7 Tab 6 - Training and Testing Equipment

.1 Provide the following:

.1 Information available from the manufacturers to use in training personnel to maintain the Goods properly.

.2 Information on test equipment required to perform specified tests and on special tools needed for the maintenance and repair of components.

Page 92: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 78 23 Consolidated Wastewater Treatment Facility OPERATING AND MAINTENANCE DATA DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 5 of 5

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\017823.doc: December 20, 2019

.8 Tab 7 - Drawings

.1 Provide drawings which completely document the equipment, assembly, subassembly or material which the instruction is for. Provide the following drawings as applicable:

.2 Fabricated details.

.3 Wiring and connection diagrams.

.4 Electrical and piping schematics.

.5 Block or logic diagrams.

.6 Shop drawings.

.7 Installation drawings.

.8 Layout and dimension drawings.

.9 Electrical component fabrication drawings.

.9 Tab 8 - Other Required Information

.1 Include maintenance instructions for components and assemblies which are part of the equipment, but which do not have separate instruction sections. List the information on a sheet directly behind this tab.

.10 Warranties and Guarantees

.1 Include a copy of all warranties and guarantees required by the Contract. Include the name and telephone number of the manufacturer's contact person. Indicate the time frame of each warranty or guarantee.

1.7 FIELD CHANGES

.1 Following the acceptable installation and operation of an equipment item, modify and supplement the item's instructions and procedures to reflect any field changes or information requiring field data.

END OF SECTION

Page 93: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 78 24 Consolidated Wastewater Treatment Facility SPARE PARTS AND MAINTENANCE DAF Thickener Equipment Supply - RFP 2019-02 MATERIALS 2019-12/172098 Page 1 of 2

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\017824.doc: December 20, 2019

Part 1 General

1.1 GENERAL

.1 Specific requirements for maintenance materials, tools and spare parts are specified in individual specification sections. Supply Contractor is to identify and supply specific required spare parts.

.2 Supply special tools, wrenches, and accessories that are required for removing worn parts, making adjustments, and carrying out maintenance works.

.3 Deliver maintenance materials, special tools and spare parts in designated area as directed by Engineer.

.4 Prepare lists of maintenance materials special tools and spare parts for inclusion in operations and maintenance manuals.

1.2 MAINTENANCE MATERIALS

.1 Deliver specified items packaged to prevent damage.

.2 Identify, on carton or package, colour, room number, system or area, as applicable, where item is to be used.

1.3 SPECIAL TOOLS

.1 Assemble special tools as specified and/or required.

.2 Include following:

.1 Identification tag reference.

.2 Identification of equipment or system for which tools are applicable.

.3 Instruction on intended use of tool.

.4 Identify special tools to indicate equipment or system for which tools are intended.

1.4 SPARE PARTS

.1 Assemble spare parts as specified and/or required.

.2 Include the following:

.1 Part number.

.2 Identification of equipment or system for which parts are applicable.

.3 Installation instructions as applicable.

.4 Name and address of nearest supplier.

.3 Identify spare parts to indicate equipment or system for which parts are applicable.

Page 94: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 78 24 Consolidated Wastewater Treatment Facility SPARE PARTS AND MAINTENANCE DAF Thickener Equipment Supply - RFP 2019-02 MATERIALS 2019-12/172098 Page 2 of 2

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\017824.doc: December 20, 2019

Part 2 Products

Not Used

Part 3 Execution

Not Used

END OF SECTION

Page 95: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 79 00 Consolidated Wastewater Treatment Facility TRAINING DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 3

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\017900.doc: December 20, 2019

Part 1 General

1.1 DESCRIPTION

.1 This Section contains requirements for training the Owner's personnel, by persons retained by the Supply Contractor specifically for the purpose, in the proper operation and maintenance of the Goods and systems supplied under this Contract.

1.2 QUALITY ASSURANCE

.1 Provide on-the-job training of the Owner's personnel. Training sessions are to be conducted by qualified, experienced (5 years minimum), manufacturer-trained representatives. Training includes instruction in equipment operation, preventative maintenance regular maintenance, trouble-shooting, and repair for operators, plant mechanics, electricians, and electronics technicians.

Part 2 Products

2.1 GENERAL

.1 Conduct training sessions for the Owner's operation and maintenance personnel on the operation, care, and maintenance of the Goods supplied under this Contract. Training will take place at the City of Powell River site and under the conditions specified in the following paragraphs. Operation and maintenance manuals will be reviewed and accepted at least 15 days prior to the date scheduled for the initial training session.

2.2 LOCATION

.1 Field training sessions will take place at the installed location of the Goods.

2.3 LESSON PLANS

.1 Prepare formal written lesson plan for each training session and coordinate with the Engineer. Lesson plan shall contain an outline of the material to be presented along with a description of visual aids to be utilized during the session. Include a time allocation for each subject. Furnish 5 copies of necessary training manuals, handouts, visual aids and reference materials at least 3 weeks prior to each training session. Provide electronic versions in pdf format of all training materials to the Owner and Engineer.

2.4 FORMAT AND CONTENT

.1 Include time in the classroom and at the installed location of the Goods for each training session. As a minimum, cover the following topics for each item of equipment:

.1 Familiarization

.2 Safety

.3 Operation

Page 96: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 79 00 Consolidated Wastewater Treatment Facility TRAINING DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 2 of 3

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\017900.doc: December 20, 2019

.4 Troubleshooting

.5 Preventive maintenance

.6 Corrective maintenance

.7 Parts

.8 Local representatives

2.5 VIDEO RECORDING

.1 The Owner may record each training session. After taping, the material may be edited and supplemented with professionally produced graphics to provide a permanent record for the Owner's use.

Part 3 Execution

3.1 GENERAL REQUIREMENTS

.1 Conduct training in conjunction with the operational testing and commissioning periods. Schedule classes such that classroom sessions are interspersed with field instruction in logical sequence. Arrange to have the training conducted on consecutive days, with no more than 4 hours of classes scheduled for any one day.

.2 Provide acceptable operation and maintenance manuals, as defined in Section 01 78 23 – Operating and Maintenance Data, for the specific equipment to the Owner's at least 3 weeks prior to the start of any training.

3.2 OPERATOR CLASSROOM TRAINING

.1 As a minimum, classroom equipment training for operations personnel will include:

.1 The Goods' specific location in the plant and an operational overview. Use slides and drawings to aid discussion.

.2 Purpose and plant function of the Goods.

.3 The operating theory of the Goods.

.4 Start-up, shutdown, normal operation, and emergency operating procedures, including system integration and electrical interlocks, if any.

.5 Safety items and procedures.

.6 Routine preventative maintenance, including specific details on lubrication and maintenance of corrosion protection of the Goods and ancillary components.

.7 Operator detection, without test instruments, of specific equipment trouble symptoms.

.8 Required equipment exercise procedures and intervals.

.9 Routine disassembly and assembly of Goods if applicable (as judged by the Owner on a case-by-case basis) for purposes such as operator inspection of equipment.

Page 97: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 79 00 Consolidated Wastewater Treatment Facility TRAINING DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 3 of 3

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\017900.doc: December 20, 2019

3.3 OPERATOR HANDS-ON TRAINING

.1 As a minimum, hands-on training for operations personnel will include:

.1 Discussing, demonstrating, and performing standard operating procedures and round checks.

.2 Discussing and performing the preventative maintenance activities.

.3 Discussing and performing start-up and shutdown procedures.

.4 Performing the required equipment exercise procedures.

.5 Performing routine disassembly and assembly of equipment if applicable.

.6 Identifying and reviewing safety items and performing safety procedures, if feasible.

3.4 MAINTENANCE CLASSROOM TRAINING

.1 Classroom equipment training for the maintenance and repair personnel will include:

.1 Basic theory of operation.

.2 Description and function of equipment.

.3 Routine start-up and shutdown procedures.

.4 Normal and major repair procedures.

.5 Equipment inspection and troubleshooting procedures.

.6 Safety procedures.

.7 Preventive and normal maintenance.

3.5 MAINTENANCE HANDS-ON TRAINING

.1 Hands-on training for maintenance and repair personnel will include:

.1 Locating and identifying equipment components.

.2 Reviewing the equipment function and theory of operation.

.3 Reviewing normal repair procedures.

.4 Performing routine start-up and shutdown procedures.

.5 Reviewing and performing the safety procedures.

.6 Reviewing and using equipment manufacturer's manuals in the hands-on training.

END OF SECTION

Page 98: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 87 13 Consolidated Wastewater Treatment Facility EQUIPMENT, SYSTEM PERFORMANCE DAF Thickener Equipment Supply - RFP 2019-02 & OPERATIONAL TESTING 2019-12/172098 Page 1 of 5

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\018713.doc: December 20, 2019

Part 1 General

1.1 DESCRIPTION

.1 This Section contains general requirements for testing and documentation. These requirements supplement, but do not supersede, specific testing requirements found elsewhere in the Specifications. The Supply Contractor will conduct any shop or factory tests required by the Specifications. The General Contractor will develop and carry out field testing of all items supplied under this contract, with the assistance of the Supply Contractor. Any retesting of goods supplied under this contract due to failure to meet specified performance criteria will be paid for by the Supply Contractor.

1.2 QUALITY ASSURANCE

.1 The Supply Contractor will manage, coordinate, and conduct the testing program. The Supply Contractor will develop and carry out the performance testing requirements for the supplied equipment.

.2 The Supply Contractor will provide input to the quality assurance program for the supplied equipment including:

.1 Required testing of goods and instruments.

.2 A testing plan detailing the sequence and how the specified testing work will be implemented. Include procedures for performance and operational testing.

.3 Review and certification of the installation prior to start of testing, if installation is by a subcontractor.

.4 A documentation program to record the results of equipment and system tests.

.3 The Engineer and/or Owner reserves the right to attend and witness Factory Testing of the equipment. The Supply Contractor to provide four (4) weeks notice to Engineer prior to any Factory Testing.

1.3 SUBMITTALS FOR REVIEW

.1 The Supply Contractor to provide 6 copies of the following in accordance with Section 01 33 00 - Submittals.

.2 Factory Testing

.1 A detailed testing plan for factory testing setting forth step-by-step descriptions of the procedures proposed by the Supply Contractor for the systematic factory calibration and testing of all equipment supplied under this Contract.

.2 Provide Factory Acceptance Report upon the conclusion of Factory Testing. Include photos, video, and signed Test and Inspection Plans, as necessary for the Engineer to ascertain acceptable performance.

Page 99: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 87 13 Consolidated Wastewater Treatment Facility EQUIPMENT, SYSTEM PERFORMANCE DAF Thickener Equipment Supply - RFP 2019-02 & OPERATIONAL TESTING 2019-12/172098 Page 2 of 5

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\018713.doc: December 20, 2019

.3 Field Testing

.1 Certification that the Goods have been installed in accordance with the manufacturer's recommendations.

.2 A detailed testing plan for performance testing setting forth step-by-step descriptions of the procedures proposed by the Supply Contractor for the testing of all equipment under this Contract.

.3 Performance test results of equipment and system prior to commencement of the operational test.

.4 Sample forms for documenting the results of field performance tests and operational tests.

Part 2 Products

2.1 GENERAL

.1 Prepare test and documentation plans as specified in the following paragraphs. Test work for the purpose of acceptance will not commence until all test documentation and calibration plans and the specified system or equipment test plans have been submitted and reviewed by Engineer.

2.2 DOCUMENTATION

.1 Develop and implement a records keeping system to document compliance with the requirements of this Section.

.2 Include, as a minimum, for equipment and system documentation, date of test, equipment number, nature of test (factory or field performance) test objectives, test results, test instruments employed for the test and signature spaces for the Engineer and the Contractor. Establish a file for each item of equipment. Include in the files the following information as a minimum:

.1 Factory performance tests

.2 Field performance tests

.3 Develop test documentation forms specific for each system and associated equipment items under this Contract. Produce acceptable documentation forms for all systems and items of equipment for review by the Engineer a minimum of 4 weeks prior to any performance testing. Once the Engineer has reviewed, produce sufficient forms to document all testing work.

.4 Develop test plans detailing the sequential testing of each item of equipment. Identify test plans by specific equipment or tag number each device or control station to be manipulated or observed during the test procedure and the specific results to be observed or obtained. Test plans are to also be specific as to support systems required to complete the test work, temporary systems required during the test work, manufacturers' representatives to be present and expected test duration.

Page 100: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 87 13 Consolidated Wastewater Treatment Facility EQUIPMENT, SYSTEM PERFORMANCE DAF Thickener Equipment Supply - RFP 2019-02 & OPERATIONAL TESTING 2019-12/172098 Page 3 of 5

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\018713.doc: December 20, 2019

Part 3 Execution

3.1 GENERAL

.1 Provide required test and documentation plans and field personnel to test each item supplied under this Contract to demonstrate compliance with the specified performance requirements.

.2 The testing program will demonstrate to the Engineer's complete satisfaction that the equipment meets specified performance requirements and the facility is ready for the commissioning process to commence.

.3 Retesting required due to the failure of goods furnished under this contract to meet the specified performance requirements will be paid for by the Supplied Contractor.

3.2 PERFORMANCE TESTS

.1 Performance tests consist of the following:

.1 Pre-Operational checkout of all systems and mechanical equipment.

.2 Functional tests of all mechanical and instrumentation equipment and systems.

.2 Pre-Operational Checkout

.1 Prior to energization (in the case of electrical systems and equipment) ring out and test all circuits for continuity and shielding.

.2 Pre-operational check-out shall include the following:

.1 Manufacturer's recommendations for pre-start preparation.

.3 Functional Tests

.1 Once specified pre-operational check-out procedures are complete and the Engineer has witnessed and has not found deficiencies, equipment and systems may be started and operated under simulated operating conditions. Operate equipment a sufficient period of time to determine operating characteristics; to observe and document performance characteristics; and to permit initial adjustment of operating controls.

.2 Test results shall be within the tolerances set forth in the detailed specifications. If no tolerances have been specified, test results shall conform to tolerances established by recognized industry practice. Should any doubt, dispute, or difference arise between the Engineer and the Supply Contractor regarding the test results or the methods or equipment used the Engineer may order the test to be repeated. If the repeated test substantially confirms the previous test, then all costs in connection with the repeated test will be paid by the Owner, otherwise the costs shall be at the expense of the Contractor. Should the test results fail to comply with the specifications then retest as necessary to achieve the Contract requirements at the Supply Contractor's expense.

Page 101: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 87 13 Consolidated Wastewater Treatment Facility EQUIPMENT, SYSTEM PERFORMANCE DAF Thickener Equipment Supply - RFP 2019-02 & OPERATIONAL TESTING 2019-12/172098 Page 4 of 5

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\018713.doc: December 20, 2019

3.3 OPERATIONAL TESTS

.1 After completion of all performance testing and receipt by the Engineer of all test submittals that show all equipment complies with the requirements of the specifications, the following operational tests will be completed.

.2 Variable testing:

.1 Monitoring the characteristics of equipment according to manufacturer information and specifications. Report any unusual conditions to the Engineer.

.3 Continuous 5-day testing:

.1 The 5-day test period shall commence after all work associated with variable testing is completed.

.2 The testing period shall be 24 hours per day for 5 continuous days. The test period can be changed as directed by the Owner in writing; however, a minimum of 120 hours will be required.

.3 Should the operational testing period be halted or rescheduled for any reason related to the facilities constructed or the equipment furnished under this contract, or the Supply Contractor's temporary testing systems, the testing program will be repeated until continuous operation for the specified period has been accomplished without interruption.

.4 All process units shall be brought to full operating conditions.

.5 The intent of the test is to prove satisfactory operation of the aeration system and compliance with all specified performance criteria under all anticipated operating conditions.

.4 The Owner may sample and perform laboratory tests or conduct other tests to confirm that performance meets all of the requirements of the Supply and General Contracts. Any additional testing required by the Supply Contractor will be completed by a third party and paid for by the requesting party.

.5 Following successful completion of the operational testing, the system can be turned over to the Owner.

3.4 RETESTING

.1 If under performance or operational tests, any portion of the work should fail to fulfill the Contract requirements and is adjusted, altered, renewed, or replaced, tests on that portion when so adjusted, altered, removed, or replaced, together with all other portions of the work as are affected thereby, shall, unless otherwise directed by the Engineer, be repeated within reasonable time and in accordance with the specified conditions. The Supply Contractor shall pay to the Owner all reasonable expenses incurred by the Owner, including the costs of the Engineer, as a result of repeating such tests.

3.5 POST-TEST INSPECTION

.1 Once performance and operational testing has been completed, recheck all equipment and adjust, as required. Check all equipment for loose connections, unusual movement, or

Page 102: EQUIPMENT SUPPLY CONTRACT

City of Powell River 01 87 13 Consolidated Wastewater Treatment Facility EQUIPMENT, SYSTEM PERFORMANCE DAF Thickener Equipment Supply - RFP 2019-02 & OPERATIONAL TESTING 2019-12/172098 Page 5 of 5

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\018713.doc: December 20, 2019

other indications of improper operating characteristics. Correct any deficiencies to the satisfaction of the Engineer.

END OF SECTION

Page 103: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 02 Consolidated Wastewater Treatment Facility ELECTRICAL: GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260502.docx: December 23, 2019

Part 1 General

1.1 REQUIREMENTS

.1 This Section covers items common to Sections of Division 26. This section supplements requirements of Division 1.

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 Province of 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 B.C. Building Code, BC Hydro, Telus, and the Workers Compensation Board, shall be met.

1.3 CARE, OPERATION AND START UP

.1 Refer to Section 01 87 13 – Equipment, Performance, and Operational Testing.

.2 Instruct operating personnel in the operation, care and maintenance of equipment.

1.4 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.

1.5 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 B.C. Electrical Safety Authority.

.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.

Page 104: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 02 Consolidated Wastewater Treatment Facility ELECTRICAL: GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 2 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260502.docx: December 23, 2019

.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.

1.6 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 NEMA Y1-2.

.2 Paint indoor switchgear and distribution enclosures and outdoor junction boxes light grey air dry enamel to NEMA 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.

1.7 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 (riveting not acceptable) where used outdoors or in wet, damp or contaminated indoor areas. Epoxy glued where integrity of enclosure would be impeded by screw-holes.

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.

Page 105: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 02 Consolidated Wastewater Treatment Facility ELECTRICAL: GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 3 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260502.docx: December 23, 2019

.4 Nameplates shall include the device, loop number, and the description from the single line diagrams and schematics as typically shown below.

.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.

1.8 CONDUIT AND CABLE IDENTIFICATION

.1 Identify conduits and cables which are numbered on the drawings or schedules using the alpha-numeric code 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.

1.9 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.

P-101 WASTEWATER PUMP #1

SF-250 CHEMICAL ROOM

SUPPLY FAN

Page 106: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 02 Consolidated Wastewater Treatment Facility ELECTRICAL: GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 4 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260502.docx: December 23, 2019

.2 Unless otherwise specified or shown, wire numbers and terminal block numbers shall be the same.

.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: red

.4 AC, ground: green

.5 DC +: white

.6 DC -: 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.

1.10 CONDUCTOR TERMINATIONS

.1 Lugs, terminals, screws used for termination of conductors to be suitable for copper and aluminum conductors.

1.11 MANUFACTURERS AND APPROVAL LABELS

.1 Visible and legible after equipment is installed.

1.12 WARNING SIGNS

.1 As specified and to meet requirements of Electrical Safety Authority and Engineer.

.2 Decal signs, minimum size 175 x 250 mm.

1.13 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.

1.14 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.

Page 107: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 02 Consolidated Wastewater Treatment Facility ELECTRICAL: GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 5 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260502.docx: December 23, 2019

.3 Change location of outlets at no extra cost or credit, providing distance does not exceed 1000 mm, and information is given before installation.

.4 Check the location of all items fed by conduit embedded in or below the floor slab. Ensure that the conduit is located correctly.

1.15 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.

.4 Above top of counters or splashbacks: 175 mm.

.3 Panelboards: as required by Code or as indicated.

.4 Thermostats: 1520 mm.

1.16 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.

.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.

.5 Submit test results for Engineer's review.

Page 108: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 02 Consolidated Wastewater Treatment Facility ELECTRICAL: GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 6 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260502.docx: December 23, 2019

.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. PAT controllers, ATS, and the like.

.10 All other relevant and similar data.

.8 Submit a completed Motor Data Sheet as shown appended to this Section.

1.17 GUARDING

.1 Guard exposed live equipment during construction for personnel safety.

.2 Shield and mark live parts "LIVE 120 VOLTS", or with appropriate voltage.

1.18 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.

.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.

1.19 WORKMANSHIP

.1 Workmanship shall be in accordance with well-established practice and standards accepted by Engineer.

Page 109: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 02 Consolidated Wastewater Treatment Facility ELECTRICAL: GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 7 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260502.docx: December 23, 2019

.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.

1.20 SEISMIC RESTRAINTS

.1 Provide seismic restraints for cable tray, luminaries, transformers, switchboards, control panels, meter boxes, and the like.

1.21 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.

1.22 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.

1.23 SHOP DRAWINGS AND PRODUCT DATA

.1 Submit shop drawings and product data as specified and in accordance with Section 01 33 00 - Submittals.

.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 Service entrance equipment, including main breaker trip and close circuits, and system three-line wiring diagram.

.2 Electrical distribution equipment, such as switchboards, transformers and panelboards.

.3 Lighting equipment including ballasts and applicable photometrics with coefficient of utilization tables.

Page 110: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 02 Consolidated Wastewater Treatment Facility ELECTRICAL: GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 8 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260502.docx: December 23, 2019

.4 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.

.5 Provide full programming instructions for devices which need to be programmed:

.6 Examples: - Protective relays and devices - Automatic transfer switch (ATS) - Programmable logic controllers (PLC)

- Instruments

1.24 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.

1.25 RECORD DRAWINGS

.1 Refer to Section 01 33 00 - Submittals and Section 01 78 23 – Operating and Maintenance Data.

.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, control systems, and the like.

1.26 OPERATIONS AND MAINTENANCE MANUAL

.1 Provide operation and maintenance data for incorporation into manual as specified in Section 01 78 23 - Operating and Maintenance Data.

.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 111: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 02 Consolidated Wastewater Treatment Facility ELECTRICAL: GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 9 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260502.docx: December 23, 2019

.5 For control, instrumentation and other similar equipment, include information on calibration and programming.

.6 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.

1.27 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

.1 Not Used

Part 3 Execution

.1 Not Used

END OF SECTION

Page 112: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 43 Consolidated Wastewater Treatment Facility ELECTRICAL INSTALLATION DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 13

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260543.doc: December 23, 2019

Part 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 26 05 02 – Electrical: General Requirements.

1.3 OPERATION AND MAINTENANCE DATA

.1 Provide operation and maintenance data for inclusion into manual specified in Section 26 05 02 – Electrical: General Requirements and Division 01.

Part 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.

.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.

Page 113: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 43 Consolidated Wastewater Treatment Facility ELECTRICAL INSTALLATION DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 2 of 13

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260543.doc: December 23, 2019

.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 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.

.3 Finish: baked grey enamel for metallic enclosures.

.4 Elbows, tees, couplings and hanger fittings manufactured as accessories to wireway supplied.

2.5 BUILDING WIRES

.1 Compliance: CSA C22.2, No. 38.

.2 Conductors: stranded; solid conductors will not be accepted.

Page 114: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 43 Consolidated Wastewater Treatment Facility ELECTRICAL INSTALLATION DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 3 of 13

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260543.doc: December 23, 2019

.3 Copper conductors: size as specified, with 600 V insulation of chemically cross-linked thermosetting polyethylene material rated RW90 for 240 V and below, and 1000 V insulation for 600 V applications.

2.6 ETHERNET AND FIBRE OPTIC CABLING

.1 All Ethernet cabling must be CAT5e or better.

2.7 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 specified.

.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.

.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 26 05 02 – 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.

2.8 FLEXIBLE CABLES

.1 Compliance: CSA C22.2, No. 49.

.2 CSA Type SOW, size and number of conductors as shown.

Page 115: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 43 Consolidated Wastewater Treatment Facility ELECTRICAL INSTALLATION DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 4 of 13

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260543.doc: December 23, 2019

.3 Other flexible cable as factory-supplied with equipment.

2.9 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

.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.

2.10 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.

Page 116: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 43 Consolidated Wastewater Treatment Facility ELECTRICAL INSTALLATION DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 5 of 13

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260543.doc: December 23, 2019

.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.

.7 Refer to the Control Block drawing.

.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 +: Yellow

.6 24 VDC Control: Yellow

.7 24 VDC -: Blue

.8 Input: Yellow.

.9 Output: Orange.

.10 Shielded twisted pairs: Black is positive; White or Clear is negative.

2.11 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.

Page 117: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 43 Consolidated Wastewater Treatment Facility ELECTRICAL INSTALLATION DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 6 of 13

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260543.doc: December 23, 2019

.7 Provide appropriate terminations and identification in control terminal boxes (CTB) and instrument terminal boxes (ITB).

2.12 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.

.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.

2.13 CABLE GRIPS

.1 Sized to suit cable diameter.

.2 With stainless-steel or non-metallic mesh.

2.14 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.

2.15 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.

Page 118: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 43 Consolidated Wastewater Treatment Facility ELECTRICAL INSTALLATION DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 7 of 13

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260543.doc: December 23, 2019

.4 Main and branch lugs or connection bars to match required size and number of connecting conductors as indicated.

.5 At least three spare terminals on each set of lugs in splitters.

2.16 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.

2.17 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.

2.18 LIGHTING EQUIPMENT

.1 Provide luminaires complete with lamps of type as shown on the drawings.

.2 Lamps.

.1 LED Bars for use in control panels.

Page 119: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 43 Consolidated Wastewater Treatment Facility ELECTRICAL INSTALLATION DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 8 of 13

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260543.doc: December 23, 2019

.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 50,000 hours.

.4 Power Factor at 85% of better, unless otherwise specified.

2.19 LIGHT SWITCHES

.1 15 A, 120 V, single pole switches.

.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.

2.20 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.

Part 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 by installing wiring in conduit.

Page 120: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 43 Consolidated Wastewater Treatment Facility ELECTRICAL INSTALLATION DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 9 of 13

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260543.doc: December 23, 2019

.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.

.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 Use rigid PVC conduit or Teck cable, except where specified otherwise. If metallic conduit is required use rigid aluminum. Conduit will be suitable

.8 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.

.9 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.

.10 In corrosive areas, and as permitted by the Rules and Regulations, liquid-tight conduit shall be non-metallic.

.11 Use DB2 conduit, rigid PVC conduit, or a combination thereof for wiring buried below grade or in wet and damp areas.

.12 CSA Type AC cable ("BX" cable) is not acceptable.

.13 Install plastic warning tape over underground wiring, placed 300 mm below finished grade. Minimum burial depth of conduit is 900 mm or as shown.

.14 Place U/G wiring in a sand envelope of not less than 100 mm.

.15 Slightly snake direct-buried U/G cable when laying into trench, to allow for some take-up during settlement of ground.

.16 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.

.17 Bend metal conduit cold. Replace conduit if kinked or flattened more than 1/10th of its original diameter.

.18 Mechanically bend metal conduit over 19 mm diameter.

.19 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

Page 121: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 43 Consolidated Wastewater Treatment Facility ELECTRICAL INSTALLATION DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 10 of 13

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260543.doc: December 23, 2019

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.

.20 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.

.21 Field threads on rigid conduit must be of sufficient length to draw conduits up tight.

.22 U/G conduit joints for PVC conduits to be done with solvent cement; push-fit couplings not acceptable unless conduit is concrete encased.

.23 Where conduits become blocked, remove and replace blocked section. Do not use liquids to clean out conduits.

.24 Dry conduits out before installing wire.

.25 Install pullstring in empty conduit.

.26 Use non-metallic boxes, fittings and straps in wet, damp and corrosive environments.

.27 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. 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.

Page 122: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 43 Consolidated Wastewater Treatment Facility ELECTRICAL INSTALLATION DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 11 of 13

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260543.doc: December 23, 2019

.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 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.

3.10 WIRING DEVICES

.1 Install wiring devices as indicated.

.2 Do not use coverplates meant for flush outlet boxes on surface-mounted boxes.

Page 123: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 43 Consolidated Wastewater Treatment Facility ELECTRICAL INSTALLATION DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 12 of 13

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260543.doc: December 23, 2019

3.11 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.

3.12 FASTENING AND SUPPORTS

.1 Secure equipment to metal members by clamping or by drilling and tapping. Welding will not be acceptable.

.2 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.

.3 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.

.4 For surface mounting of 3 or more conduits or cables use channels at spacing in accordance with the Rules and Regulations.

.5 Provide brackets, frames, hangers, clamps and related types of support structures as required to support conduit and cable runs.

.6 Ensure adequate support for raceways and cables dropped vertically to equipment where there is no wall support.

.7 Do not use wire lashing or perforated strap to support or secure raceways or cables.

.8 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.

.9 Install fastenings and supports as required for each type of equipment, cables and conduits, and in accordance with manufacturer's installation recommendations.

3.13 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 Align luminaires mounted in continuous rows to form straight uninterrupted line.

Page 124: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 43 Consolidated Wastewater Treatment Facility ELECTRICAL INSTALLATION DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 13 of 13

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260543.doc: December 23, 2019

.4 Completely clean all luminaires, including lenses, lamps, hangers and interiors at completion of project and before final acceptance of project.

.5 Perform tests in accordance with Section 26 05 02 – Electrical: General Requirements. Do not megger the luminaires.

3.14 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.

3.15 FIELD QUALITY CONTROL

.1 Perform tests in accordance with Section 26 05 02 – 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 Provide Engineer with list of test results.

.5 Remove and replace entire length of cable if cable fails to meet any of test criteria.

END OF SECTION

Page 125: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 50 Consolidated Wastewater Treatment Facility VARIABLE FREQUENCY DRIVE EQUIPMENT DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260550.doc: December 23, 2019

Part 1 General

1.1 GENERAL

.1 This Section covers the requirements of variable frequency drive (VFD) equipment. The VFD equipment consists of the following components: VFD controller, protection devices, input and output power conditioning devices, and ancillary control devices (switches, relays and signal conditioners). Note that throughout this section the term “VFD equipment” refers to the completely assembled and packaged system while the term “VFD controller” refers to just the component responsible for generating and controlling the variable frequency motive power.

.2 House the VFD equipment in a MCC, specified elsewhere.

.3 Switching, protection, power conditioning and ancillary control devices to be approved for use by the VFD controller manufacturer to provide a properly coordinated system.

.4 The components of the VFD equipment shall be standard “off the shelf” designs. No field modified or custom designed systems will be allowed.

1.2 VFD POWER SUPPLY

.1 The VFD equipment will be powered from a 600 VAC, 3-phase, 4-wire, 60 Hz solidly grounded utility system.

.2 Output to the motor shall be 600 V, 3-phase.

1.3 DRIVEN MOTOR LOAD

.1 Provide VFDs suitable for the connected motors and the pump load characteristics.

1.4 DESCRIPTION OF EQUIPMENT

.1 VFD equipment to include the following components:

.1 Variable Frequency Drive controller including rectifier, D.C. bus, inverter, controller, control I/O, alarm I/O, and control panel door mounted keypad and display.

.2 Electrical switch components, power disconnect, etc.

.3 Electrical protection components, power fuses, circuit breakers, etc.

.4 Input power factor correction and harmonic correction components.

.5 Enclosure ventilation components (when required).

.6 Additional operator control and signal selection control devices.

1.5 PROGRAMMING, CONFIGURATION AND COMMUNICATION

.1 The VFD shall be programmed and configured by the supplier as specified in this Section.

Page 126: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 50 Consolidated Wastewater Treatment Facility VARIABLE FREQUENCY DRIVE EQUIPMENT DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 2 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260550.doc: December 23, 2019

.2 Communication between control panels and VFD drives to be Modbus TCP based.

1.6 QUALITY CONTROL

.1 The following terms are used for the purpose of describing quality assurance and testing requirements.

.1 Factory Tests: testing of components at the manufacturing level.

.2 Field Tests: testing of assembled VFD equipment. Includes load testing of each VFD with representative motor load and simulation of control signals.

.2 Perform tests in accordance with Section 26 05 02 – Electrical: General Requirements and the requirements specified in this Section.

1.7 REFERENCES AND STANDARDS

.1 Design and manufacture of VFD equipment (including all of its components) to conform to latest editions of applicable CSA, EEMAC, ANSI C-343, and IEEE 519 standards. Equipment to be ULC listed and/or CSA approved.

1.8 PRODUCT DATA AND SHOP DRAWINGS

.1 Submit product data and shop drawings in accordance with the requirements of Division 1 and 26 05 02 – Electrical: General Requirements.

.2 For each component included in the complete VFD equipment provide:

.1 Catalog and technical data.

.2 Control schematics.

.3 In addition, for the VFD controller, provide:

.1 Configuration manual and software (if applicable).

.4 For the complete VFD equipment provide:

.1 Outline and component mounting dimensions.

.2 Control schematics.

.3 External connection diagram showing function and identification of all terminals requiring external connections.

1.9 OPERATION AND MAINTENANCE DATA

.1 Provide operation and maintenance data for variable frequency drive controllers for incorporation into manual specified in Division 1 and Section 26 05 02 – Electrical: General Requirements.

.2 To include, but not be limited to:

.1 All approved shop drawing information listed above.

.2 Troubleshooting flowcharts for all component faults.

Page 127: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 50 Consolidated Wastewater Treatment Facility VARIABLE FREQUENCY DRIVE EQUIPMENT DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 3 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260550.doc: December 23, 2019

.3 An instruction manual for programming and hardware, provided with the VFD controller at time of shipment.

.4 Setting sheets to record all VFD controller configuration options/selections for drive setup.

.5 Component fabrication drawings consisting of detailed circuit schematics, printed circuit board drawings, and chassis layouts for all electrical and electronic components.

1.10 RECORD DRAWINGS

.1 Provide record drawings in accordance with the requirements of Division 1 and Section 26 05 02 – Electrical: General Requirements.

1.11 SPARE PARTS AND MAINTENANCE MANUALS

.1 Provide maintenance materials in accordance with Section 26 05 02 – Electrical: General Requirements and as recommended by VFD equipment manufacturer.

.2 In addition, provide a priced list of further recommended spare parts and maintenance materials at time of bid.

Part 2 Products

2.1 MANUFACTURERS

.1 The complete VFD equipment to be designed, manufactured and tested by a fully qualified and certified firm.

.2 Approved suppliers:

.1 Allen Bradley

.2 Eaton Cutler Hammer

.3 Schneider

.4 Siemens

.5 Danfoss Vacon

.6 Yaskawa

.7 ABB

2.2 EQUIPMENT RATINGS

.1 Unless otherwise noted, contactors, relays, switches to be NEMA-rated.

2.3 AMBIENT

.1 The VFD to be suitable for use in normal indoor non-hazardous industrial environments subject to the following conditions.

.2 For enclosed units, an ambient temperature range of 0 to 40°C (32 to 104°F).

Page 128: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 50 Consolidated Wastewater Treatment Facility VARIABLE FREQUENCY DRIVE EQUIPMENT DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 4 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260550.doc: December 23, 2019

.3 A humidity range from 5 to 95%, non-condensing.

2.4 VFD EQUIPMENT DESIGN AND CONSTRUCTION

.1 Design the VFD equipment to provide for ease of maintenance.

.2 Provide front accessible VFD equipment. Equipment shall not require rear access. Arrange units for clear entry of load and control cables. Separate the VFD power terminal blocks physically from control signal terminal blocks.

.3 VFD controller manufacturer to ensure adequacy of electrical protection of VFD equipment.

.4 VFD controller keypad/display unit and any control devices such as pushbuttons, selector switches and keypad to be door-mounted, visible and accessible while the VFD is in operation.

.5 Electrical noise, (radio interference and AC line harmonics) shall be limited to levels specified in applicable standards. VFD equipment to be so designed that use of radio communication equipment adjacent to VFD units is possible. Likewise, the VFD equipment shall not to be susceptible to interference from radio equipment operated adjacent to it.

.6 The VFD equipment shall maintain an electrical power load with a system power factor at no less than 95% lagging, but not to exceed unity over the entire speed range.

.7 The VFD equipment shall have a minimum efficiency of 96% at rated load.

.8 Provide forced air ventilation within the enclosure for cooling of the VFD equipment within the temperature conditions outlined. Forced air ventilation fan(s) shall be powered from an internal VFD 120 VAC power source, and shall be switched on to only operate while the specific VFD is operating a pump.

.9 Control Features:

.1 Refer to the control schematic drawings; control features include, but are not limited to:

.1 120 VAC control transformer of not less than 100 VA complete with both primary and secondary fusing. This transformer to be used to power the ventilation fans. The control transformer circuit can also be used for all external status (running/stop, fault, etc.) and command (run/stop) discrete control signals.

.2 Three position “Hand-Off-Auto” maintained position selector switch on the front of the control panel. When the switch is in the “Hand” position the start/stop and speed reference signals to be from the VFD controller display/keypad unit mounted on control panel door. In the “Off” position the VFD equipment shall not provide any motor load power whatsoever. In the “Auto” position the run/stop and speed control, including feedback information to be determined by pump system controller.

Page 129: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 50 Consolidated Wastewater Treatment Facility VARIABLE FREQUENCY DRIVE EQUIPMENT DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 5 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260550.doc: December 23, 2019

.3 Two position forward/reverse switch on front of the control panel for reversing motors (if applicable).

.4 Start / stop pushbuttons on front of the control panel for non-reversing motors (if applicable).

.5 Where applicable, one isolated form C contact (i.e. 1 each of NO and NC contacts) rated for 5A at 120 Vac for each of the following VFD equipment status conditions:

.1 VFD equipment “Running” status (within 5% of desired operating frequency greater than minimum operation frequency).

.2 VFD equipment “Fault” status.

.3 VFD equipment in “Remote” control mode.

.6 Where applicable, 120 V LED pilot lights to indicate status of pump operation. Pilot lights to be push-to-test type, with the colours as indicated on the drawings.

.7 Where applicable, one isolated 4-20 mA analog output signal. This signal shall be field configuration selectable to represent either the motor load or speed; speed shall be the default signal.

.8 One common “RESET” pushbutton on the door of the control panel to accomplish VFD fault and pump motor protective device reset.

.9 Control panel door mounted keypad with LCD display to allow programming of the VFD controller and to indicate status and fault conditions. Parameters to be displayed to include speed/frequency, voltage, current.

.10 Built-in communication card utilizing Modbus TCP.

.10 Auto restart after power failure, provided that the ‘Run’ command is maintained.

2.5 VFD POWER SWITCH AND PROTECTION EQUIPMENT

.1 Provide fusing and VFD controller protection devices as required by VFD controller manufacturer.

.2 Provision for padlocking the VFD power supply disconnection device in ON and OFF positions.

2.6 INPUT AND OUTPUT FILTERS

.1 Provide 5% line reactors and output dv/dt filter within the enclosure housing the VFD equipment. If the VFD’s are required to be external, they shall be installed in either NEMA 4X or NEMA 12 depending on the installation environment.

.2 5% line reactors to be MTE RL, Mirus Lineator or approved equivalent.

.3 dV/dt filters to be MTE Sentry, or Mirus Inversine, or approved equivalent.

2.7 VFD CONTROLLER

.1 VFD Controller design:

Page 130: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 50 Consolidated Wastewater Treatment Facility VARIABLE FREQUENCY DRIVE EQUIPMENT DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 6 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260550.doc: December 23, 2019

.1 The VFD controller topology shall include input rectifier, DC storage capacitor, and sine-weighted pulse width modulated (PWM) type inverter section.

.2 A fully digital keypad/display to indicate all programming, operation, fault code diagnostic information within the VFD controller. Display capability shall include operational speed (rpm), load (0-100%), Hz, electrical parameters (Vin, Vout, Iin, Iout) fault conditions and operating status. The display shall default to speed indication. The keypad shall include: remote, local, start, stop, reset, increase, decrease pushbuttons.

.3 The VFD controller shall be configured to restart after power outage (provided run command is maintained).

.4 The VFD controller shall produce an output frequency proportional to the speed reference.

.5 For all external analog speed reference commands, the VFD controller shall maintain set frequency to within 0.6 Hz during power line fluctuations or changes in ambient temperatures.

.6 For all internal digital speed commands, the VFD controller shall maintain set frequency to within 0.01 Hz during power line fluctuations or changes in ambient temperatures.

.7 All VFD controller set-up operations and adjustments shall be digital and stored in a nonvolatile memory (EEPROM). No analog or potentiometer adjustments will be allowed.

.8 The VFD controller shall be modularly constructed. Provide printed circuit boards with plug-in connections, easily removable from the drive. Provide power components readily accessible with “Fast-on” or screw terminal connections for easy removal.

.2 The VFD controller shall operate with the following input power conditions:

.1 VFD Controller shall be capable of operation at full load under any or all of the following input supply variations:

.1 Sustained input supply average phase voltage level variations of up to 115% and down to 90% of the nominal supply voltage.

.2 Sustained input supply frequency variation of up to 62 Hz and down to 58 Hz.

.3 Sustained input supply phase unbalance voltage variations of up to 3% (calculated as maximum deviation of one phase from average voltage divided by average phase voltage).

.4 Power line interruptions of up to 0.5 seconds.

.5 If operation of the VFD controller beyond the input supply variations listed above can cause damage, then the VFD controller must detect a fault and automatically initiate an internal shut down.

.6 The VFD controller shall include transient voltage suppression to allow reliable operation encountered in an utility distribution system.

.3 The VFD controller shall provide power output that meets the following conditions:

.1 The VFD controller shall be suitable for use with the specified pump motors.

Page 131: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 50 Consolidated Wastewater Treatment Facility VARIABLE FREQUENCY DRIVE EQUIPMENT DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 7 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260550.doc: December 23, 2019

.2 The VFD controller shall be suitable for smooth operation in pumping applications.

.3 The VFD controller shall include inherent short circuit protection for output line to line and line to ground faults. If either of these faults occur on the output of the VFD equipment, the VFD controller shall safely shut down without damaging any power circuit devices. VFD equipment or VFD controllers utilizing fuses or isolation transformers to provide this protection shall not be acceptable.

.4 The VFD controller shall include electronic instantaneous overcurrent protection.

.5 The VFD controller shall include current limit, adjustable between 0 and 150% of rated output. Independent adjustment shall be provided for both monitoring and regenerating operating modes.

.6 The VFD controller shall include adjustable minimum speed of 0-80% (0-48 Hz), and adjustable maximum speed of 50-110% (30-66 Hz).

.7 The VFD controller shall include separately adjustable acceleration and deceleration ramps.

.8 The VFD controller shall be capable of running without a motor connected for setup and testing.

2.8 CONTROL CIRCUIT TRANSFORMERS

.1 Single phase, dry type.

.2 Primary voltage to be 600 VAC; secondary voltage to be 120 VAC.

.3 Primary protection as indicated or where required by UL/EEMAC.

.4 Secondary fuse as indicated or as required by load being served.

.5 Close voltage regulation as required by magnetic coils, solenoid coils.

.6 Transformers fused with separate fuse block. Fuses as specified in another clause of this section entitled Control Fuseholders and Fuses.

2.9 CONTROL FUSE HOLDERS AND FUSES

.1 Applicable to fuses protecting control circuits, primary and secondary windings of instrument transformers, voltage sensing circuits, and other similar circuits.

.2 Type and size as indicated or as selected by panel builder for optimum protection of equipment being served.

.3 Door mounted fuse holders for small dimension fuses 6.4 x 31.8 mm (1/4 in. x 1-1/4 in.), Bussmann. Where possible, use different models for different voltages:

.1 120 VAC circuits, Type HKL with clear octagon knob.

.2 12 V DC circuits, Type HKT with amber octagon knob.

.3 24 V DC circuits, Type HKX with amber flat sided knob.

Page 132: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 50 Consolidated Wastewater Treatment Facility VARIABLE FREQUENCY DRIVE EQUIPMENT DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 8 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260550.doc: December 23, 2019

.4 Fuse holders mounted on back pan to be dead-front indicating type, Gould Shawmut “Ultrasafe” Type USCC*I, for use with Class CC HRC fuses, or approved alternative.

2.10 OPERATOR DEVICES

.1 Applicable to push buttons, selector switches, and pilot lights.

.2 Heavy duty, nominal 30 mm size, oiltight.

.3 Contact rating EEMAC 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.

.4 For key-actuated switch, coordinate keying with Owner.

.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: Allan Bradley Bull.800T, Cutler-Hammer 30.5 mm heavy duty, oiltight.

2.11 TESTS

.1 Factory testing to be carried out to CSA, IEEE and local authority standards on all components prior to shipment. Factory test certificates to be submitted to the Engineer for review.

.2 Shop Tests: to be done by manufacturer to ensure proper system operation, freedom from grounds and open and short circuits.

Part 3 Execution

3.1 INSTALLATION

.1 Assemble and install all components of VFD into supplier equipment. Ensure that the installation conforms with the manufacturer requirements.

Page 133: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 50 Consolidated Wastewater Treatment Facility VARIABLE FREQUENCY DRIVE EQUIPMENT DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 9 of 9

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260550.doc: December 23, 2019

3.2 FIELD TESTS AND START-UP SERVICES

.1 Perform tests in accordance with 26 05 02 – Electrical: General Requirements and:

.1 Verify continuity of wiring.

.2 Verify correctness of operation of all controls, interlocks.

.3 Adjust all setpoints, minimum frequency, maximum frequency, acceleration time, deceleration time, output current, constant speed, for each variable frequency drive based on the process requirements.

.4 Verify compliance of harmonic distortion limits against specified values. Provide the test instruments required for this task.

.2 Provide the services of the manufacturer’s field service representative (FSR) to instruct Owner’s operating personnel in the operation, care and maintenance of the equipment.

.3 Provide completion certificates for testing, load runs, commissioning procedures of the factory tests per Division 1 requirements.

.4 Provide parameter setting sheet for review by Engineer. To be included in operation and maintenance manual.

.5 Provide operator’s manuals and quick reference cards.

END OF SECTION

Page 134: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 80 Consolidated Wastewater Treatment Facility FRACTIONAL HORSEPOWER MOTORS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 2

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260580.doc: December 23, 2019

Part 1 General

1.1 REFERENCE STANDARDS

.1 Canadian Standards Association (CSA International)

.1 CSA C22.2 No. 100, Motors and Generators.

.2 CSA C22.2 No. 145, Motors and Generators for Use in Hazardous Locations.

.2 Electrical and Electronic Manufacturers' Association of Canada (EEMAC)

.1 EEMAC M1-7, Standard for Motors and Generators.

1.2 ACTION AND INFORMATIONAL SUBMITTALS

.1 Submittals: in accordance with Section 01 33 00 - Submittal.

.2 Shop drawings:

.1 Submit drawings stamped and signed by professional engineer registered or licensed in British Columbia, Canada.

.2 Indicate dimensions, recommended installation procedure, wiring diagrams, sizes and location of mounting bolt holes and recommended support method.

.3 Quality Assurance Submittals:

.1 Certificates: submit certificates signed by manufacturer certifying that materials comply with specified performance characteristics and physical properties.

.2 Manufacturer's Instructions: submit manufacturer's installation instructions.

.4 Closeout Submittals:

.1 Provide maintenance data for fractional horsepower motors for incorporation into manual specified in Section 01 78 23 – Operating and Maintenance Data.

Part 2 Products

2.1 FRACTIONAL HORSEPOWER MOTOR

.1 Non-hazardous locations: to CSA C22.2 No. 100.

.2 Hazardous locations: to CSA C22.2 No. 145.

.1 Rating: manufacturer standard.

.2 Type: manufacturer standard.

.3 Bearings: manufacturer standard.

.4 Frame size: to NEMA MG1 standards.

.5 Enclosure: TEFC, fully guarded and rated for the area.

.6 Mounting: per manufacturer instructions.

.3 Motor with inherent overheating protectors (if required).

Page 135: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 80 Consolidated Wastewater Treatment Facility FRACTIONAL HORSEPOWER MOTORS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 2 of 2

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260580.doc: December 23, 2019

Part 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 datasheets.

3.2 INSTALLATION

.1 Install wiring, flexible connections and grounding.

.2 Check rotation before coupling to driven equipment.

END OF SECTION

Page 136: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 81 Consolidated Wastewater Treatment Facility MOTORS: 0.746 TO 149 KW DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 4

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260581.doc: December 23, 2019

Part 1 General

1.1 REFERENCE STANDARDS

.1 Canadian Standards Association (CSA International)

.1 CSA C22.2 No. 100, Motors and Generators.

.2 CSA C22.2 No. 145, Motors and Generators for Use in Hazardous Locations.

.2 Electrical and Electronic Manufacturers' Association of Canada (EEMAC)

.1 EEMAC M1-7, Standard for Motors and Generators.

.2 EEMAC M2-1, Standard for Lead Marking and Connections for Single-Phase and Polyphase Induction Motors.

1.2 ACTION AND INFORMATIONAL SUBMITTALS

.1 Submittals: in accordance with Section 01 33 00 - Submittals.

.2 Shop drawings:

.1 Submit drawings stamped and signed by professional engineer registered or licensed in British Columbia, Canada.

.2 Indicate:

.1 Overall dimensions of motor.

.2 Shaft centreline to base dimension.

.3 Shaft extension diameter and keyway, coupling dimensions and details.

.4 Fixing support dimensions.

.5 Dimensioned position of ventilation openings. Details of ventilation duct attachments.

.6 Terminal box location and size of terminals.

.7 Arrangement and dimensions of accessories.

.8 Diagram of connections.

.9 Starting current and relative data necessary for use in design of motor starting equipment.

.10 Speed/torque characteristic.

.11 Weight.

.12 Installation data.

.13 Shop test report of motor operation.

.3 Closeout Submittals:

.1 Provide maintenance data for motors for incorporation into manual specified in Section 01 78 23 – Operating and Maintenance Data.

.2 Data necessary for maintenance of motors.

.3 Manufacturer's recommended list of spare parts.

Page 137: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 81 Consolidated Wastewater Treatment Facility MOTORS: 0.746 TO 149 KW DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 2 of 4

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260581.doc: December 23, 2019

.4 Quality Assurance:

.1 Engineer reserves the right to witness standard factory testing of motors 50 hp and above.

.2 Submit site tests results of installed electrical systems and instrumentation.

1.3 DELIVERY, STORAGE AND HANDLING

.1 Deliver, store, handle and protect materials in accordance with Section 01 65 00 -Shipment, Protection and Storage.

.2 Deliver, store and handle materials in accordance with manufacturer's written instructions.

.3 Handle motors with suitable lifting equipment.

.4 Store motors in heated, dry, weather-protected enclosure.

1.4 EXTRA MATERIALS

.1 Provide maintenance materials and spare parts in accordance Section 01 78 23 – Operating and Maintenance Data.

Part 2 Products

2.1 MATERIALS

.1 Motors:

.1 Non-hazardous locations: to CSA C22.2 No. 100.

.2 Hazardous locations: to CSA C22.2 No. 145.

.2 Lead markings: to EEMAC M2-1.

2.2 CORROSION PREVENTION AND FINISH PAINTING

.1 Provide equipment resistant to corrosion from severe moisture conditions.

2.3 RATING

.1 Motor:

.1 Single speed: hp, sized as required.

.2 Two speed: hp, sized as required.

.3 600 V, 3 phase, 60 Hz, or as required.

.4 Frame size: to industry and NEMA MG1 standards.

.5 Enclosure: TEFC, fully guarded and rated for the area.

.6 Operation: as required by equipment manufacturer.

2.4 MOTOR TYPE

.1 Squirrel cage or wound rotor induction, as required and approved by Engineer.

Page 138: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 81 Consolidated Wastewater Treatment Facility MOTORS: 0.746 TO 149 KW DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 3 of 4

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260581.doc: December 23, 2019

.2 Motors utilizing VFDs are to be inverter duty rated in accordance with NEMA MG1 MG1.

2.5 DESIGN LETTERS

.1 Polyphase squirrel cage induction motors design B.

2.6 ENCLOSURE

.1 Totally enclosed fan cooled.

.2 Totally enclosed explosion proof for use in: Class 1 Zone 1 group IIa/b hazardous location or Class 1 Zone 2 Group IIa/b (where applicable).

2.7 SERVICE CONDITIONS

.1 Suitable for use in the environment and process.

2.8 APPLICATION

.1 Motor suitable for driving supplier equipment.

2.9 PERFORMANCE CHARACTERISTICS

.1 Efficiency: Premium efficiency.

.2 Service factor:

.1 1.00 for inverter duty.

.2 1.15 for all others.

.3 Time rating: continuous or intermittent duty (per supplier’s standard product).

2.10 INSULATION

.1 Class: F.

.2 Ambient temperature: 40C.

.3 Temperature rise: Class B.

2.11 THERMAL PROTECTION

.1 Factory installed thermal protection in each phase, wired to identified terminals in motor terminal box (if requested in equipment supply).

Part 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 datasheets.

Page 139: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 05 81 Consolidated Wastewater Treatment Facility MOTORS: 0.746 TO 149 KW DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 4 of 4

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\260581.doc: December 23, 2019

3.2 INSTALLATION

.1 Dry out motor if dampness present in accordance with manufacturer's instructions.

.2 Install motor rigid plumb and square, using only lifting facilities provided.

.3 Make wiring connections.

.1 Use liquid tight PVC jacketed flexible conduit between rigid conduit and motor.

.4 Make flexible conduit long enough to permit movement of motor over entire length of slide rails.

.5 Check for correct direction of rotation, with motor uncoupled from driven equipment.

.6 Align and couple motor to driven machinery to manufacturer's instructions, using only correct parts such as couplings, belts, sheaves, as provided by manufacturer.

3.3 FACTORY ACCEPTANCE TESTING

.1 Perform tests in accordance with Division 01.

END OF SECTION

Page 140: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 29 03 Consolidated Wastewater Treatment Facility MEMBRANE SYSTEM CONTROL PANEL DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 11

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\262903.docx: December 23, 2019

Part 1 General

1.1 REQUIREMENTS

.1 This Section refers to all system Control panels, Remote I/O panels, Local Control panels and Pushbutton stations. Supplier to provide all control and remote I/O panels required for a complete, functional package as described in Section 46 71 23 – Dissolved Air Flotation Thickening Equipment.

1.2 REFERENCES

.1 CAN/CSA 22.1, Canadian Electrical Code.

.2 C22.2 No.14, Industrial Control Equipment.

.3 C22.2 No.40, Conduit, Junction and Pull Boxes.

.4 C22.2 No.94, Special Purpose Enclosures.

.5 NEMA Standards for Enclosures.

1.3 SCOPE OF WORK

.1 It is not the intent of this specification to completely specify all details of design and construction.

.2 The selection of all accessories, materials and methods of fabrication not specifically covered by these specifications, but which are necessary to complete the fabrication of the control panels, shall be the responsibility of the Fabricator and shall be carried out in accordance with good engineering practices.

.3 In case of conflict within this specification or between the specification, drawings, purchase order, the accompanying data sheets and any other supplemental specifications, the Supplier shall immediately submit the matter in writing to the Owner’s Representative who shall make a determination and written clarification.

.4 Supplier shall have full responsibility for adhering to all local Codes and local inspector's requirements such that there shall be no impact to project schedule.

.5 All panel components, wiring methods and completed panel assemblies must conform to CSA/ULC requirements.

.1 Panel is to be CSA approved in accordance with section 260502 – Electrical: General Requirements.

.2 CSA/ULC special inspection to be applied if no valid Canadian certification is available.

If any supplied equipment lacks the required Canadian certification, supplier will be responsible for any costs incurred for special inspections and any resulting modifications required to meet Canadian codes.

Page 141: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 29 03 Consolidated Wastewater Treatment Facility MEMBRANE SYSTEM CONTROL PANEL DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 2 of 11

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\262903.docx: December 23, 2019

1.4 SHOP DRAWINGS AND PRODUCT DATA

.1 Submit shop drawings in accordance with Section 01 33 00 - Submittals.

.2 Indicate the following:

.1 Bill of Materials showing item reference, tag, quantity, description, manufacturer, model number, and whether the item is shipped loose or installed.

.2 Scaled layouts of door and interior of panels.

.3 Separate shop drawings for the uninterruptible power supply, terminals, DC power supply, surge suppressor, push buttons, switches, indicator lights, relays, Ethernet switches, control panel breakers, disconnects, motor starters, overload relays, variable frequency drives, panel lighting, panel power bars etc.

.4 Separate shop drawings for the PLC including the rack, CPU, communication cards, I/O modules and cables.

.5 For panels with a touch-screen HMI panel, provide separate shop drawings for the HMI including installation details and cables.

.6 Separate shop drawings for step down transformer, if required.

.7 Loop drawings or schematics showing all internal and field wiring along with terminal numbers, equipment tags, wire tags, settings (for example timer relays) and calibrated ranges (if applicable).

.8 Internal elevation of all back panels and equipment.

.9 External elevation including enclosure rating and dimensions.

.10 List of Lamacoid labels.

.11 Clearly identify field wiring connections and terminal numbers.

.3 Cable Schedule or Cabling Block Diagram, clearly documenting cable requirements for contractor installation of the panels and equipment, including power, instrumentation, control, and communications cables.

.1 Include minimum recommended conductor sizes in AWG.

.4 Operation and Maintenance Manuals. Submit in hard copy format as well as in electronic format (PDF format or other electronic formats as approved by the Engineer). In addition, the electronic format shall allow editing to accommodate as-built or future changes.

Provide documentation showing final settings for all devices (e.g., switches, jumpers, or parameters) after commissioning.

1.5 CLOSEOUT SUBMITTALS

.1 Provide operation and maintenance data for the control panels for incorporation into the maintenance manual, including all final equipment parameter settings after commissioning.

.2 Detailed instructions to permit effective operation, maintenance and repair.

Page 142: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 29 03 Consolidated Wastewater Treatment Facility MEMBRANE SYSTEM CONTROL PANEL DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 3 of 11

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\262903.docx: December 23, 2019

.3 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.

1.6 SYSTEM CONTROL

.1 General

.1 A detailed control philosophy will be prepared for the facility during the design process. The control philosophy will be prepared by the Engineer with input from the system manufacturer.

.2 System Components

.1 Equipment Control panel: Provide a control panel containing appropriate power distribution, harmonic distortion mitigation, UPS equipment, a PLC, and a HMI which will operate the DAF Thickener equipment.

.2 Local Control panel: Provide a local panel with switches, buttons and indicator lamps to allow operator control of equipment related to the DAF Thickener. This control panel may also include relays and solenoid valves for control of compressed air flow.

.3 A main plant control system supplied by others will be connected to the system PLC. Communications between the plant control system and the system will be Modbus TCP (Modbus Over Ethernet) network protocol. Operating data from the control panel will be available to the Main Plant PLC, and data will be listed in a data table provided by the supply contractor. The system will be able to be operated either locally (from the control panel) or remotely (from the main plant PLC).

.4 Provide data table after tender with shop drawing submittal.

1.7 PROGRAMMING AND CONFIGURATION

.1 Programming and configuration of the control panel PLC and operator interface will be by the Supply Contractor. All program source code will be property of the Owner, and PLC/HMI processors will not be left in a password protected mode after completion of the project.

.2 The PLC data table must be provided to the Engineer for programming PLC data exchange to the Main Plant PLC. This information must be provided to the Engineer before the equipment is shipped from the factory.

Part 2 Products

2.1 GENERAL

.1 Assembled control panels and all internal components shall be CSA certified and a CSA tag shall be affixed to the inside of the front door for each assembled control panel enclosure.

Page 143: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 29 03 Consolidated Wastewater Treatment Facility MEMBRANE SYSTEM CONTROL PANEL DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 4 of 11

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\262903.docx: December 23, 2019

2.2 ENCLOSURE

.1 NEMA rated enclosures:

.1 For electrical room or similar environment – NEMA 12 mild steel.

.2 For process areas – NEMA 4X stainless steel c/w NEMA 4X drain to prevent moisture accumulation.

.2 12 gauge steel, seams to be continuously welded and ground smooth with body stiffeners (as required), back panel supports, heavy duty hinges, heavy duty lifting eyes (as required), oil resistant door gasket, grounding stud on doors and body and painted ASA 61 – Grey or unpainted if stainless steel.

.3 Floor mounted for panel height >1500 mm or wall mounted for panel height 1500 mm or less.

.4 Floor mount panels on legs to permit bottom cable entry.

.5 Single or double lockable doors with three-point latch and stainless steel handle.

.6 Solid cover and sides.

.7 Steel back panel(s) extending entire width of panel.

.8 Data pocket inside of door with folding shelf for laptop

.9 LED light activated by door switch, one for each door.

.10 Powder coat epoxy paint.

.11 Cooling fans and filters as required, for continuous operation.

.12 Cable entry from power supply to be through the bottom or side of panels.

.13 For classified areas – Explosion-proof enclosures in conformance with area classification. E.g., typically Class 1, Zone 2, Group IIa/IIb or Class 1, Zone 1, Group IIa/IIb.

2.3 ELECTRICAL

.1 Electrical supply shall be 600 VAC, 3 phase, 60 Hz. Control circuits to be 120 VAC, 1 phase, 60 Hz. Provide control transformer in panel for control circuits.

.2 Provide Uninterruptable Power Supply (UPS), securely mounted within control panel.

.1 True sine wave output with line conditioning for stable output during supply power fluctuations.

.2 Auto restart on restoration of input power after power loss.

.3 Minimum capacity – 1000 VA.

.4 Sized to provide minimum of 10 minutes of backup power to the control panel and anticipated control panel loads.

Page 144: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 29 03 Consolidated Wastewater Treatment Facility MEMBRANE SYSTEM CONTROL PANEL DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 5 of 11

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\262903.docx: December 23, 2019

.5 Provide contact output to indicate ‘UPS Fault’ to indicate failure of UPS or battery. Connect the fault output to a PLC input channel.

.6 Typical products; Always On L-Series, APC Smart-UPS SMC Series.

.3 Provide fused terminals or circuit breakers to distribute 120 VAC control power from supplied UPS to internal and external.

2.4 PROGRAMMABLE LOGIC CONTROLLER (PLC) AND HUMAN MACHINE INTERFACE (HMI)

.1 PLCs and HMIs must be compatible with the Main Plant PLC, Schneider Modicon M340. Modicon M340 PLCs with communication via integral Ethernet port to be used for system controls.

.2 Equipment control panel shall be complete with an HMI. The HMI shall be minimum 7-inch colour touchscreen type HMI for use on plant operating floor rated for wet or outdoor environment. All status and alarm information available on the control panel HMs shall be made available to the plant main PLC via Modbus Ethernet connection. Acceptable products:

.1 Maple Systems “L” Series HMI.

.3 Allow for 10% spare PLC I/O points, with corresponding 10% installed and internally wired spare terminals. Install wires from the installed ‘spare’ terminal blocks to the respective I/O cards.

.4 PLC discrete inputs shall be isolated, 24 VDC or 120 VAC, as required.

.5 PLC discrete outputs shall be isolated mechanical relay outputs rated for 120 VAC.

.6 PLC analog inputs and outputs shall be isolated 24 VDC, 4-20 mA.

.7 PLC Data Transfer Requirements

.1 The Supply Contractor shall program the PLC logic.

.2 The Supply Contractor shall fully document the PLC programs. Document every I/O point and internal memory address or Tag ID used and add comments to explain the rungs, networks and files.

.3 The Supply Contractor shall provide technical support to the City and to the Engineer during the design stage to finalize data transfer requirements.

.4 The Supply Contractor shall turn over the PLC program for the City to program the Plant PLC. PLC and program shall not be locked or password protected.

.8 Plant Main PLC

.1 The Plant Main PLC, supplied by others, will have an HMI to display all the control panel status and alarm points as well as all plant information, setpoints and controls.

.2 The Supply Contractor will provide layer 2 managed 10/100 mbps industrial Ethernet switch with support for ring network, with minimum 8 (eight) port

Page 145: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 29 03 Consolidated Wastewater Treatment Facility MEMBRANE SYSTEM CONTROL PANEL DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 6 of 11

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\262903.docx: December 23, 2019

count for all device and remote I/O connections, providing 2 spare ports for technician laptops or future needs. Acceptable product:

.1 Sixnet SLX-8MS-1. No substitutions are permitted, as any other make will not support the Sixnet ring network.

.3 Supply all data and controls addresses, in a format suitable for the SCADA system.

2.5 SURGE PROTECTION DEVICE – CONTROL POWER

.1 UL1449 3rd Edition rated using metal oxide varisters.

.2 120 V, 15 A, 2 wire grounded input.

.3 MCOV: 150 V.

.4 Surge Current: 60 kA per phase.

.5 3 modes of protection: L-N, L-G, and N-G.

.6 Filtering Bandwidth: 10 kHz to 50 MHz.

.7 Noise Attenuation: Normal Mode 75 dB at 100 kHz.

.8 Let Through voltage: 8 V A3 ringwave, 8 V B3 Ringwave, 112 V, B3/C1 impulse.

.9 Manufacturer: Cutler Hammer Aegis, or equivalent.

2.6 CONTROLS CIRCUIT PROTECTION

.1 Fuses: size as required, to match terminal blocks. Terminal blocks to be Weidmuller W-series or equivalent.

.2 Internal Control Panel Breakers:

.1 DIN rail mounted.

.2 CSA certified as a branch breaker protecting conductors on load side of breaker. .3 Size as required, maximum rating to be 80% of load side wire rating.

2.7 WIREWAYS

.1 Plastic wiring raceway with removable covers, sized for 50% fill (including field wiring).

.1 Gray colour for all raceways, except;

.2 Blue colour for all Intrinsically Safe (I.S.) protected conductors.

.2 Ensure that sufficient wiring raceway is provided to ensure space for field wiring needs, including separate raceways for 24 VDC and 120 VAC conductors.

.3 Ensure that all I.S. wiring is separated from other conductors by providing routing into blue raceway for the I.S. wires from point of entry into the panel to termination points at the I.S. barriers or devices.

Page 146: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 29 03 Consolidated Wastewater Treatment Facility MEMBRANE SYSTEM CONTROL PANEL DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 7 of 11

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\262903.docx: December 23, 2019

2.8 GENERAL PURPOSE RELAYS

.1 DIN rail mounted.

.2 Coil voltage as required.

.3 Contacts rated 5A, 120/240 V AC inductive, with two (2) N/O and (2) N/C contacts minimum.

.4 Operating time to be 20 ms maximum or AC coil and 30 ms maximum for DC coil.

.5 Rated for 100,000 operations at 5A, 120/240 VAC.

.6 With socket, built in LED or neon lamp operation indicator and push to test push button.

2.9 TIME DELAY RELAYS

.1 DIN rail mounted.

.2 Operating voltage as required.

.3 Contacts rated 5A, 120/240 V AC inductive with one N/O contact and one N/C contact.

.4 Rated for 100,000 operations at 2 A, 120/240 VAC.

.5 Output status light.

.6 With adjustable timing dial and On delay or Off delay time as required.

2.10 DC POWER SUPPLY

.1 DIN rail mounted.

.2 Switched mode type.

.3 Input voltage 120 VAC.

.4 Output voltage 24 VDC output adjustable to + 10%.

.5 Power output as required with 25% spare capacity.

.6 Built-in overload protection.

.7 0.5% voltage regulation Minimum-Maximum input voltage.

.8 1.0% voltage regulation 10% to 100% load.

.9 Manufacturer: Phoenix, Weidmuller or equivalent.

2.11 WIRING

Page 147: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 29 03 Consolidated Wastewater Treatment Facility MEMBRANE SYSTEM CONTROL PANEL DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 8 of 11

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\262903.docx: December 23, 2019

.1 Internal Control Panel Wiring for 120 VAC Power Distribution Circuits

.1 Type TEW, minimum 14 AWG, 600V PVC type insulation rated for -40C to +105C, CSA rating TR-32, UL Style 1015, stranded copper conductor.

.2 Internal Control Panel Wiring for PLC 120 VAC and 24 VDC Discrete Signals.

.1 Maximum 8 A circuit protection: Type TEW, minimum 16 AWG, 600 V PVC type insulation rated for -40C to +105C, CSA rating TR-32, UL Style 1015, stranded copper conductor.

.2 Maximum 15 A circuit protection: Type TEW minimum 14 AWG, 600 V PVC type insulation rated for -40C to +105C, CSA rating TR-32, UL Style 1015, stranded copper conductor.

.3 Internal control panel wiring for analog signals:

.1 Compliance CSA C22.2, No. 239, CSA CIC.

.2 Common features:

.1 Single or multiple twisted pair 18 AWG copper conductors with 300 V insulation.

.2 Shield with drain wire for each pair and overall shield with drain wire for multiple pair cables.

.3 PVC outer jacket, -40C to 90C, FT-4 rated.

.4 Maintain phase sequence and colour coding of wires throughout.

.5 Colour code wires to CSA C22.1 and as described in section 26 05 02 – Electrical: General Requirements.

2.12 NON-ILLUMINATED PUSH BUTTONS

.1 Oil tight, 30 mm, 120 V.

.2 Operator flush or mushroom type for emergency stop.

.3 Red for emergency stop.

.4 Number of contacts as required.

.5 As manufactured by Allen-Bradley, 800 series (no alternates allowed).

.1 A-B 800T series (Type 4/13 oiltight/watertight), or

.2 A-B 800H series (Type 4/4X/13 corrosion-resistant/oiltight/watertight) in process areas.

2.13 SELECTOR SWITCHES

.1 Oiltight, 30 mm, 120 V.

.2 Maintained, number of positions and contact arrangement as required.

.3 Momentary, number of contacts as required.

Page 148: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 29 03 Consolidated Wastewater Treatment Facility MEMBRANE SYSTEM CONTROL PANEL DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 9 of 11

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\262903.docx: December 23, 2019

.4 As manufactured by Allen-Bradley, 800 series (no alternates allowed).

.1 A-B 800T series (Type 4/13 oiltight/watertight), or

.2 A-B 800H series (Type 4/4X/13 corrosion-resistant/oiltight/watertight) in process areas.

2.14 INDICATING LIGHTS

.1 30 mm, oiltight, full voltage LED cluster type, push to test.

.2 Provide indicating lights on the front of the Control Panel for the following requirements, if not displayed on an HMI. Each light shall be driven by a DO signal from the PLC output card. Each light shall be labelled with nameplates with text as follows:

Lens Color Lens Lamacoid Text White Power is On Green Equipment is Operating Amber Equipment Alarm or Common Alarm

Red Equipment is OFF

.3 As manufactured by Allen-Bradley, 800 series (no alternates allowed).

.1 A-B 800T series (Type 4/13 oiltight/watertight), or

.2 A-B 800H series (Type 4/4X/13 corrosion-resistant/oiltight/watertight) in process areas.

2.15 GROUNDING

.1 Provided grounding lug, suitable for termination of #6 to #2 AWG copper grounding cable.

.2 Separate grounding bars are to be provided for power grounds and instrument control system grounds (signal cable grounding, etc.). The instrument ground bar is to be isolated from the panel and connected to the power ground with a #14 AWG wire.

2.16 SPARE PARTS

.1 Provide the following spare parts:

.1 5 bulbs of each type used.

.2 10 fuses of each type and rating used.

.3 2 control relays of each type used.

.4 1 time delay relay of each type used.

.5 2 push button contact blocks of each type used.

.6 One (1) spare PLC Input card for each type of input card used. One (1) spare PLC Output card for each type of output card used.

2.22 ACCESSORIES

.1 Minimum of 1, 120 VAC NEMA 5-15R UPS-powered receptacle for laptop programming computer.

Page 149: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 29 03 Consolidated Wastewater Treatment Facility MEMBRANE SYSTEM CONTROL PANEL DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 10 of 11

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\262903.docx: December 23, 2019

.2 Instrument ground bus.

Part 3 Execution

3.1 GENERAL

.1 Terminate control feeder conductors on surge suppression device.

.2 Install a maximum of one wire per terminal.

.3 Install terminal cross connects where required. Where feasible do not install jumper wires.

.4 Label all wire, terminals, cables and devices.

.5 Mount lamacoids using self tapping stainless steel screws. Do not mount on removable covers.

.6 All devices to be protected with either fuses or breakers, including the control Panel CPU’s and PLC I/O cards.

.7 The control panels shall be capable of manual operation of the system from the touch screen HMI if communication is lost with the plant Master PLC.

.8 All control panel wiring shall be terminated on approved terminals.

.9 Control panel wiring junctions shall be made using terminal blocks. Wire splices are not allowed.

.10 Provide end brackets and lamacoid markers to identify groups of terminals.

.11 Each terminal shall be uniquely identified and labelled.

.12 The control panel shall isolate wiring with different voltages (i.e.) 600 VAC circuitry shall be separated from120 VAC circuitry; and 120 VAC circuitry shall be isolated from 24 VDC circuitry, by means of separate wireways.

.13 Each wire shall be tagged at both ends. The tag shall identify the component where the ‘opposite’ end of the wire is connected to, such as terminal strip and junction box, terminal strip and control panel, relay name/number including the relay’s contact number, relay name/number including the relay’s power coil terminal number, etc.

.14 All spare wires terminated within the Control Panels shall be labelled as follows: SPARE-1, SPARE-2, SPARE-3, etc.

.15 PLC tagging to match device tagging shown on P&ID drawings.

.16 Exchange Table

.1 The Vendor shall submit a list of all PLC addresses that will be available to SCADA to the Owner and the Owner’s Representative for review as part of the

Page 150: EQUIPMENT SUPPLY CONTRACT

City of Powell River 26 29 03 Consolidated Wastewater Treatment Facility MEMBRANE SYSTEM CONTROL PANEL DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 11 of 11

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\262903.docx: December 23, 2019

shop drawings. This list shall be in the form of an Excel spreadsheet which shall include the following fields: point description, data type, tag name, PLC Address Alarm and Comment field.

3.2 INSPECTION AND TESTING

.1 Factory assembly and tests of control panels in accordance with Section 46 71 23 – Dissolved Air Flotation Thickening Equipment.

.2 Field performance and operational tests in accordance with Section 01 87 13 – Equipment, System Performance and Operational Testing

3.3 PACKAGING AND SHIPPING

.1 The panels shall be prepared for shipment so as to protect it from physical damage. Assemblies shall be packaged in generously padded cartons or containers. Partial shipment shall only be allowed by written approval of the Owner’s Representative.

.2 All shelf mounted instrumentation shall be removed from the panel before shipment, and re-packaged in its original containers for shipment to the job site.

.3 Any other "loose" components shall be taped or tied down, and/or supported with polyurethane foam so as to provide a tight, vibration free shipping unit.

.4 In addition to the Owner's name and the shipping destination, the outside of each crate or carton shall be marked with the Purchase Order and Item Number(s). A label listing contents and a duplicate listing shall be included inside the package.

3.4 PAINTING

.1 Painted surfaces on material supplied or installed under this contract which are damaged in any way, i.e. by welding, scraping, cutting, etc., to be thoroughly cleaned, primed with a rust inhibiting primer and repainted to the original colour. The finished product shall meet or exceed the original painting specification.

3.5 CHANGES DURING DESIGN

.1 The Owner and the Owner’s Representative shall reserve the right to change and modify the following items during the design stage. The following items shall not constitute a change to the Supply Contractor’s scope of supply and shall not constitute any price alterations to the Total Proposed Price indicated in the Section 00 42 00 - Proposal Form of the contract documents.

.1 Equipment names, descriptors, and associated equipment nameplates.

.2 Wire and cable marker nomenclature.

END OF SECTION

Page 151: EQUIPMENT SUPPLY CONTRACT

City of Powell River 40 05 00 Consolidated Wastewater Treatment Facility MECHANICAL GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\400500.doc: December 24, 2019

Part 1 General

1.1 DESCRIPTION

.1 This Section of the specifications refers to the installation of equipment, piping, fittings, valves and all piping specialties and supporting devices provided under this contract within the building confines. Also included are the equipment, valve and commodity identification legends for all piping systems to be installed within the building.

.2 Control valves and other in-line equipment, specified in Divisions 40, to be installed under this Section.

1.2 REFERENCE STANDARDS

.1 Conform to the following reference standards:

.1 ANSI/AWWA A21.16/C116, Protective Fusion Bonded Epoxy Coatings for Interior and Exterior Surfaces of Ductile Iron and Gray Iron Fittings for Water Supply Service

.2 ANSI B1.1, Unified and American Screw Threads

.3 ANSI B1.20.1, Pipe Threads, General Purpose

.4 ANSI B16.1, Cast Iron Pipe Flanges and Flanged Fittings, Class 25, 125, 250, and 800

.5 ANSI B16.3, Malleable Iron Threaded Fittings Class 150 and 300

.6 ANSI B16.4, Cast Iron Threaded Fittings, Class 125 and 250

.7 ANSI B16.5, Pipe Flanges and Flanged Fittings

.8 ANSI B16.9, Factory-Made Wrought Steel Butt Welding Fittings

.9 ANSI B16.11, Forged Steel Fittings, Socket Welding and Threaded

.10 ANSI B16.12, Cast Iron Threaded Drainage Fittings

.11 ANSI B16.15, Pipe Flanges and Flanged Fittings, Classes 150 and 300

.12 ANSI B16.18, Cast Copper Alloy Solder Joint Pressure Fittings

.13 ANSI B16.22, Wrought Copper and Copper Alloy Solder Joint Pressure Fittings

.14 ANSI B36.10M, Welded and Seamless Wrought Steel Pipe

.15 ANSI B36.19M, Stainless Steel Pipe

.16 ANSI/ASME B16.25, Buttwelding Ends

.17 ANSI/ASME B31, Code for Pressure Piping

.18 ANSI/ASME B31.3, Process Piping

.19 ASME Boiler and Pressure Vessel Code

.20 ASTM A47, Malleable Iron Castings

.21 ASTM A105/A105M, Forgings, Carbon Steel, for Piping Components

.22 ASTM A106, Seamless Carbon Steel Pipe for High Temperature Service

.23 ASTM A126, Grey-Iron Castings for Valves, Flanges, and Pipe Fittings

.24 ASTM A135, Electric-Resistance-Welded Steel Pipe

Page 152: EQUIPMENT SUPPLY CONTRACT

City of Powell River 40 05 00 Consolidated Wastewater Treatment Facility MECHANICAL GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 2 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\400500.doc: December 24, 2019

.25 ASTM A139, Electric-Fusion (ARC)-Welded Steel Pipe (NPS 4 and Over)

.26 ASTM A167, Stainless Steel and Heat-Resisting Chromium-Nickel Steel Plate

.27 ASTM A181/181M, Forgings, Carbon Steel, for General Purpose Piping

.28 ASTM A182, Forged or Rolled Alloy Steel Pipe Flanges, Forged Fittings, and Valves and Parts for High Temperature Service

.29 ASTM A193, Alloy Steel and Stainless Steel Bolting Materials for High Temperature Service

.30 ASTM A194, Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both

.1 ASTM A234, Piping Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and High Temperature Service

.31 ASTM A269, Seamless and Welded Austenitic Stainless Steel Tubing for General Service

.32 ASTM A276, Stainless and Heat-Resisting Steel Bars and Shapes

.33 ASTM A307, Carbon Steel Bolts and Studs, 60 000 psi Tensile Strength

.34 ASTM A312/312M, Seamless and Welded Austenitic Stainless Steel Pipe

.35 ASTM A320/320M, Alloy Steel Bolting Materials for Low-Temperature Service

.36 ASTM A403/A403M, Wrought Austenitic Stainless Steel Piping Fittings

.1 ASTM A480, General Requirements for Flat-Rolled Stainless and Heat-Resisting Steel Plate, Sheet, and Strip

.2 ASTM A515, Pressure Vessel Plates, Carbon Steel, for Intermediate- and Higher-Temperature Service

.37 ASTM A536, Ductile Iron Castings

.38 ASTM A563, Carbon and Alloy Steel Nuts

.39 ASTM A570/A570M, Hot-Rolled Carbon Steel Sheet and Strip, Structural Quality

.40 ASTM A774/A774M, As-Welded Wrought Austenitic Stainless Steel Fittings for General Corrosive Service at Low and Moderate Temperatures

.41 ASTM A778, Welded, Unannealed Austenitic Stainless Steel Tubular Products

.42 ASTM D638, Test Method for Tensile Properties of Plastics

.43 ASTM D792, Test Method for Specific Gravity and Density of Plastics by Displacement

.44 ASTM D1248, Polyethylene Plastics Moulding and Extrusion Materials

.45 ASTM D1457, PTFE Moulding and Extrusion Materials

.46 ASTM D1784, Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds

.47 ASTM D1785, Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120

.48 ASTM D2000, Classification System for Rubber Products in Automotive Applications

.49 ASTM D2241, Poly (Vinyl Chloride) (PVC) Plastic Pipe (SDR-PR)

.50 ASTM D2466, Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40

.51 ASTM D2467, Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80

Page 153: EQUIPMENT SUPPLY CONTRACT

City of Powell River 40 05 00 Consolidated Wastewater Treatment Facility MECHANICAL GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 3 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\400500.doc: December 24, 2019

.52 ASTM D2513, Thermoplastic Gas Pressure Pipe, Tubing, and Fittings

.53 ASTM D2564, Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings

.54 ASTM D2665, Poly (Vinyl Chloride) (PVC) Plastic Drain, Waste, and Vent Pipe and Fittings

.55 ASTM D2996, Filament-Wound Reinforced Thermosetting Resin Pipe

.56 ASTM D3212, Joints for Drain and Sewer Plastic Pipes using Flexible Elastomeric Seals

.57 ASTM D3261, Butt Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Fittings

.58 ASTM D4101, Propylene Plastic Injection and Extrusion Materials

.1 ASTM F37, Test Methods for Sealability of Gasket Materials

.2 ASTM F104, Classification System for Nonmetallic Gasket Materials

.3 ASTM F152, Test Methods for Tension Testing of Nonmetallic Gasket Materials

.59 ASTM F441, Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe, Schedules 40 and 80

.60 AWWA C104, See ANSI/AWWA A21.4/C104

.61 AWWA C105, See ANSI/AWWA A21.5/C105

.62 AWWA C110, See ANSI/AWWA A21.10/C110

.63 AWWA C111, See ANSI/AWWA A21.11/C111

.64 AWWA C115, See ANSI/AWWA A21.15/C115

.65 AWWA C116, See ANSI/AWWA A21.16/C116

.66 AWWA C150, See ANSI/AWWA A21.50/C150

.67 AWWA C151, See ANSI/AWWA A21.51/C151

.68 AWWA C200, Steel Water Pipe, 6 Inches and Larger

.69 AWWA C606, Grooved and Shouldered Joints

.70 AWWA C900, Polyvinyl Chloride (PVC) Pressure Pipe, 4 Inches Through 12 Inches, for Water

.71 AWWA M11, Steel Pipe - A Guide for Design and Installation

.72 CAN3-B181.2 PVC Drain, Waste and Vent Pipe and Pipe Fittings

.73 CAN3-Z299.3-85: Quality Assurance Program - Category 3

.74 CAN/CSA W48-01, Filler Metals and Allied Materials for Metal Arc Welding

.75 CSA B137.3, Rigid PVC Pipe for Pressure Applications

.76 CSA CAN3-Z299.3, Quality Verification Program Requirements

.77 CSA B242 Groove and Shoulder Type Mechanical Pipe Couplings

.78 CSA W178, Certification of Welding Inspectors

.79 MSS SP25, Standard Marking System for Valves, Fittings, Flanges and Unions

.80 MSS SP43, Wrought Stainless Steel Butt Welding Fittings

.81 MSS SP70, Cast Iron Gate Valves, Flanged and Threaded Ends

.82 SAE J1227, Assessing Cleanliness of Hydraulic Fluid Power Components and Systems

Page 154: EQUIPMENT SUPPLY CONTRACT

City of Powell River 40 05 00 Consolidated Wastewater Treatment Facility MECHANICAL GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 4 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\400500.doc: December 24, 2019

.83 SSPC-P3, Canadian Government Standards Board

.84 SSPC-SP6, Canadian Government Standards Board

.85 SSPC-SP10, Canadian Government Standards Board

.86 Air-Conditioning and Refrigeration Institute (ARI)

.87 Air Movement and Control Association (AMCA)

.88 National Fire Protection Association (NFPA)

.89 National Plumbing Code of Canada (NPC)

.90 Sheet Metal and Air Conditioning Contractor's National Association (SMACNA)

.91 The American Society of Heating, Refrigeration and Air-Conditioning Engineers (ASHRAE)

1.3 OPERATING AND MAINTENANCE DATA

.1 Provide as specified in Division 1.

1.4 SUBMITTALS FOR REVIEW

.1 Provide as specified in Division 1.

.2 Submit document listing pipe, fittings, flexible connectors, linings, coatings, and valving to be used for each pipe system.

.3 Radiographic weld testing: Submit the name and qualifications of at least two independent firms for the radiographic weld testing to be undertaken by the Contractor. The selected firm will be subject to the review and acceptance of the Engineer.

.4 Manufacturer's affidavit of compliance with specified AWWA standards for valves, pipe, fittings, linings, and coatings.

.5 Design, select, locate and provide piping supports, pipe guides, seismic bracing, expansion joints and anchors required for final piping layout. Typical details and acceptable attachments shown on the drawings are provided only for general guidance.

.6 Provide the necessary submittals and ensure the proper registration of piping systems and system components as required by the regulatory authorities having jurisdiction.

1.5 SUBMITTALS FOR INFORMATION ONLY

.1 For all pipe greater than or equal to 50 mm diameter, submit isometric drawings, to indicate the assembly details, the welds, flanges, valve placement, cathodic protection, seismic restraint system, expansion joints, guides, anchors, hangers, supports, and the provisions for thrust restraint, as well as any other pertinent details.

.2 Submit piping layout drawings by plant area which indicate location and placement of valves, fittings and other appurtenances for all piping, greater or equal to 150 mm diameter, in that area. Indicate location and clearances from structures and other utilities (ductwork, conduit, electrical tray, etc.).

Page 155: EQUIPMENT SUPPLY CONTRACT

City of Powell River 40 05 00 Consolidated Wastewater Treatment Facility MECHANICAL GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 5 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\400500.doc: December 24, 2019

.3 Submit copies of all original submittals and all related correspondence made as part of the regulatory submissions required by regulatory authorities.

.4 Product Samples: Where specified or when directed by the Engineer, provide mill test results or product samples.

.5 Provide hanger, expansion joint, guide, anchor, support and seismic restraint system design details including locations, load information, design calculations and illustrative drawings, stamped and signed by a Professional Engineer registered in the Province of Alberta.

.6 For expansion joints submit manufacturer's catalog data, shop drawings and assembly drawings confirming general arrangement, dimensions, tolerances, materials of construction, weights and installation details. Submit calculations to substantiate expansion joint selection and amount of precompression, stamped and signed by a professional Engineer registered in the Province of Alberta.

.7 Welding: Prior to commencing any welding of stainless steel pipe, prepare and submit to the Engineer a written description of welding techniques including but not limited to materials, methods, and quality control. Identify differences in shop and field techniques. Indicate in the submission that the welding technique has been reviewed for each commodity and certify that the technique is acceptable for the intended service condition. Written procedures to be stamped and sealed by a Professional Engineer registered in the Province of Alberta and qualified for welding design.

.8 Radiographic weld test results.

.9 Submit current and complete documentation of the welder's qualifications prior to the commencement of welding.

1.6 SHIPMENT, PROTECTION AND COATING

.1 Ship, handle and store the Goods to prevent damage.

.2 Damaged items will not be permitted as part of the Goods, except in cases of minor damage that have been satisfactorily repaired and are acceptable to Engineer.

.3 Clearly tag Goods, stating size, type, coating and mating parts, if applicable.

.4 Store Goods on site until ready for incorporation in the work using methods recommended by Manufacturer to prevent damage or weathering.

1.7 PIPE MATERIALS – GENERAL

.1 All pipe materials to be new, free from defects and conforming to applicable reference standards.

.2 All materials, linings and coatings in contact with water to be NSF approved for potable water.

Page 156: EQUIPMENT SUPPLY CONTRACT

City of Powell River 40 05 00 Consolidated Wastewater Treatment Facility MECHANICAL GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 6 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\400500.doc: December 24, 2019

.3 Where any standard referenced has been superseded prior to bidding, the Contractor shall comply with the current standard.

1.8 JOINTS – GENERAL

.1 Provide joints which may be disassembled at the minimum, within 1.0 metre of any connection to equipment, on both sides of structural penetrations, within 0.6 metres of all threaded end valves.

.2 For carbon steel piping less than 75 mm in diameter, butt-weld or use threaded couplings. Use unions where disassembly is required.

.3 For steel piping equal to or greater than 75 mm in diameter, where not specified or shown otherwise, butt-weld according to ASME Boiler and Pressure Vessel Code or furnish slip-on flanges, conforming to ANSI B16.5, Class 150. Unless indicated otherwise on the drawings or detail specifications, where disassembly is required, use flanges.

.4 For stainless steel tubing use stainless steel compression fittings.

.5 For schedule rated stainless steel pipe smaller than 75 mm in diameter, socket-weld pipe. Where disassembly is required, use threaded unions.

.6 For thin wall or schedule rated stainless steel pipe equal to or greater than 75 mm in diameter, butt-weld pipe unless otherwise shown or specified.

.7 For copper or brass piping, use soldered couplings. Where disassembly is required, use compression unions.

.8 For ductile iron piping, where not shown or otherwise specified, and for other piping where specified or shown, use grooved joints in accordance with AWWA C606.

.9 Where not shown or otherwise specified, use solvent weld joints for PVC and FRP piping. Provide flanges or unions where disassembly is required or connection between dissimilar materials occurs.

.1 The Supply Contractor is to consult with PVC pipe manufacturer’s representative to ensure the most current socket welding solvent and application methods are used.

Part 2 Products

2.1 FLANGES

.1 Unless otherwise noted, make flanges on steel pipe Class 150, or greater as required, conforming to ANSI B16.5. Companion flanges for connection to cast iron or ductile iron equipment flanges shall be refaced to be flush with the companion flange.

.2 Make flanges on stainless steel piping stainless steel slip-on, lap joint flange type, with a stainless steel (equivalent material to piping) back-up ring drilled to ANSI B16.1, Class 150. Make the angle ring thickness equal or greater than the pipe or fitting to which it is

Page 157: EQUIPMENT SUPPLY CONTRACT

City of Powell River 40 05 00 Consolidated Wastewater Treatment Facility MECHANICAL GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 7 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\400500.doc: December 24, 2019

welded. For submerged joints, make the backup ring stainless steel. For submerged joints, make the Lap-joint flange stainless steel.

.3 General requirements for flanges are as follows:

.1 Compatible flanges for mating to equipment or valves.

.2 Provide flat-faced flanges on each side of butterfly valves.

.3 For steel piping, provide weld neck flanges on both sides of wafer or lug body valves.

.4 Do not use slip-on flanges that are attached to a pipe by means of set screws and gaskets.

2.2 THREADED COUPLINGS

.1 Make screwed joints using American Standard threads to ANSI B1.20.1.

.2 Use Teflon tape as thread lubricant for threaded joints.

.3 Conform to ASTM A182 or ASTM A276, Class 150 or greater as required, for threaded connections to stainless steel pipe, threadolets to be shop welded to the pipe at the locations specified. No Field Welding is permitted.

.4 Provide threaded-end to flanged-end adaptors where required to connect to flanges.

2.3 COMPRESSION COUPLINGS

.1 Furnish compression couplings for stainless steel tubing of the same material as the pipe, capable of withstanding the maximum pressure to which the pipe is subjected.

2.4 POLYETHYLENE (HDPE) PIPE JOINTS

.1 Refer to pipe manufacturer's specifications for product information and installation instruction.

.2 Provide pipe, pipe support and restraints to withstand stresses induced by joint design.

.3 Provide pipe, pipe supports and restraints to withstand the stresses incurred during placement of concrete surround.

Page 158: EQUIPMENT SUPPLY CONTRACT

City of Powell River 40 05 00 Consolidated Wastewater Treatment Facility MECHANICAL GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 8 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\400500.doc: December 24, 2019

2.5 EQUIPMENT CONNECTIONS

.1 Unless specified otherwise provide the following pipe ends for equipment connections. See below for Dissimilar Metal Connections.

Equipment End: Tubing/Various Equipment End: Cast Iron or Steel Female Thread Piping Material Pipe End [Diameter Range]

a)Stainless Steel:Tubing [6 - 25 mm]Nut and Double Ferrule Type Connectors or Adaptors as Required Rating: Class 1000

[10 - 65 mm]150 mm SS Threaded Nipple and Union Rating: Class 250

b)Stainless Steel: Gauge &Schedule 10S

[10 - 65 mm]Socket Weld Nipple and Union Rating: Class 3000

c)Stainless Steel: Schedule 40S

[10 - 65 mm]150 mm SS Threaded Nipple and Union Rating: Class 250

d)Steel: StandardWt. and Schedule 40

[10 - 65 mm]150 mm Galvanized Threaded Nipple and Union Rating: Class 250

e)Steel: Schedule 80 [10 - 65 mm]Threaded Nipple and Union Rating: 3000 kPa

i)PVC: Schedule 40

j)PVC: Schedule 80 [10 - 65 mm]150 mm PVC Nipple and Union Rating: Schedule 80

k)HDPE [10 - 65 mm]150 mm Galvanized Steel Nipple and Grooved Joint, Transition Coupling

Equipment End: Cast

Iron Flanged Equipment End: Steel/Stainless

Flanged

Equipment End: Steel/Stainless Plain

End

Piping Material Pipe End [Diameter Range]

a)Stainless Steel: Tubing

b)Stainless Steel: Gauge &Schedule 10S

[>65 mm]Rolled Angle Van Stone or Lap-Joint Flange, as specified Rating: Class 125 FF

[>65 mm]Rolled Angle Van Stone or Lap-Joint Flange, as specified Rating: Class 150 RF

Flexible Joint Flanged One End Rating: Class 150 RFor Flange Adaptor and Van Stone Flange Rating: Class 150 RF

c)Stainless Steel: Schedule 40S

[>65 mm]Rolled Angle Van Stone Flange Rating: Class 125 FF

[>65 mm]Rolled Angle Van Stone Flange Rating: Class 150 RF

Flexible Joint Flanged One End Rating: Class 150 RFor Flange Adaptor and Van Stone Flange Rating: Class 150 RF

Page 159: EQUIPMENT SUPPLY CONTRACT

City of Powell River 40 05 00 Consolidated Wastewater Treatment Facility MECHANICAL GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 9 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\400500.doc: December 24, 2019

Equipment End: Cast Iron Flanged

Equipment End: Steel/Stainless

Flanged

Equipment End: Steel/Stainless Plain

End

Piping Material Pipe End [Diameter Range]

d)Steel: Standard Wt. and Schedule 40

[10 - 65 mm]Threaded Steel Flange Rating: Class 125 FF[>65 mm]Steel Flange Rating: Class 125 FF

[10 - 65 mm]Threaded Steel Flange Rating: Class 150 RF[>65 mm]Steel Flange Rating: Class 150 RF

Flexible Joint Flanged One End Rating: Class 150 RF

e)Steel: Schedule 80 [10 - 65 mm]Threaded Steel Flange Rating: Class 125 FF[>65 mm]Steel Flange Rating: Class 125 FF

[10 - 65 mm]Threaded Steel Flange Rating: Class 150 RF[>65 mm]Steel Flange Rating: Class 150 RF

Flexible Joint Flanged One End Rating: Class 150 RF

f)Ductile Iron [>65]Grooved End to Flanged Adaptor Rating: Class 125 FF

[>65]Grooved End to Flanged Adaptor Rating: Class 150 RF

g)Cast Iron [>65]Grooved End to Flanged Adaptor Rating: Class 125 FF

[>65]Grooved End to Flanged Adaptor Rating: Class 150 RF

i)PVC: Schedule 40 [>65]PVC Van Stone Flange Rating: Class 125 FF

[>65]PVC Van Stone Flange Rating: Class 150 RF

j)PVC: Schedule 80 [>65 mm]PVC Flange (Sch.80)Rating: Class 125 FF

[>65 mm]PVC Flange (Sch.80)Rating: Class 150 RF

k)HDPE Stub End and Ductile Iron Backup Ring Rating: Class 125 FF

Stub End and Steel Backup Ring Rating: Class 150 RF

Equipment End:Steel or

Stainless Welding End Equipment

End:Fibreglass Flanged

Equipment End:PVC Female Thread

Piping Material Pipe End [Diameter Range]

a)Stainless Steel:Tubing [10 - 65 mm]150 mm SS Threaded Nipple and Union Rating: Class 250

b)Stainless Steel: Gauge &Schedule 10S

Butt Welded(SS Equip. End)

Rolled Angle Van Stone or Lap-Joint Flange, as specified Rating: Class 150 RF

[10 - 65 mm]Socket Weld Nipple and Union Rating: Class 3000

c)Stainless Steel: Schedule 40S

Butt Welded(SS Equip. End)

[10 - 65 mm]150 mm SS Threaded Nipple and UnionRating: Class 250

Page 160: EQUIPMENT SUPPLY CONTRACT

City of Powell River 40 05 00 Consolidated Wastewater Treatment Facility MECHANICAL GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 10 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\400500.doc: December 24, 2019

Equipment End:Steel or Stainless Welding End

Equipment End:Fibreglass

Flanged

Equipment End:PVC Female Thread

Piping Material Pipe End [Diameter Range]

d)Steel: Standard Wt. and Schedule 40

Butt Welded(Steel Equip. End)

[10 - 65 mm]150 mm Galv. Threaded Nipple and Union Rating: Class 250

e)Steel: Schedule 80 Butt Welded(Steel Equip. End)

[10 - 65 mm]Threaded Nipple and Union Rating: 3000 kPa

f)Ductile Iron i)PVC: Schedule 40 150 mm PVC Nipple

and Union Rating: Schedule 80

j)PVC: Schedule 80 150 mm PVC Nipple and Union Rating: Schedule 80

k)HDPE

2.6 FITTINGS

.1 For steel pipelines 75 mm in diameter or greater, fittings to conform to ANSI B16.9, ANSI B16.11 or ANSI B16.5. Provide fittings with a wall thickness equal to or greater than the pipe. In steel pipelines less than 75 mm in diameter provide threaded malleable iron fittings, conforming to ANSI B16.3.

.2 Provide long radius steel grooved-joint fittings conforming to ANSI B16.9 in steel grooved-joint pipeline systems. Grooved joint adapters may be welded to fitting ends; dimension and cut the groove of the adapter in accordance with the coupling manufacturer's recommendations; materials and inside diameter to be the same as the pipe; grind the interior weld smooth and meet the lining manufacturer's recommendations.

.3 For steel grooved-joint pipe of diameters of 150 mm and less, the Contractor may provide ductile iron grooved-joint fittings which have an outside diameter equal to the steel pipe diameter. Provide ductile iron to ASTM A536, dimensioned to 1.5 diameter radius bends, and cut grooving dimensions to AWWA C606 IPS dimensions. The lining and coating of the ductile iron fittings must equal the lining and coating of the steel pipeline system.

.4 Standard radius elbows to dimensions of ANSI B16.5 may be provided on clean water grooved-joint piping systems only.

.5 Provide butt welding fittings in stainless steel pipelines less than 75 mm of the same class as the pipe, conforming to ASTM A403 and ANSI B16.11. Provide socket welding fittings in stainless steel pipelines less than 75 mm to Cl. 3000, same material as the pipe, and ANSI B16.11. Fabricate fittings in stainless steel pipelines equal to or greater than

Page 161: EQUIPMENT SUPPLY CONTRACT

City of Powell River 40 05 00 Consolidated Wastewater Treatment Facility MECHANICAL GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 11 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\400500.doc: December 24, 2019

75 mm in diameter using similar materials and classes as the pipe and conform to ASTM A774.

.6 Provide fittings in flanged ductile iron pipelines that conform to ANSI B16.1 and in grooved end or mechanical joint ductile iron pipelines to AWWA C110.

.7 Provide ductile iron fittings in PVC pipelines that conform to AWWA C110 or provide PVC to CSA B137.3, of the same material and class as the pipe.

.8 Provide eccentric reducers in horizontal lines with the flat side on top, unless shown otherwise.

.9 Provide concentric reducers in vertical lines unless indicated otherwise.

.10 Provide long radius elbows. Provide smooth flow carbon or stainless steel elbows 350 mm and less, to ANSI B16.9. Provide mitered elbows greater than 350 mm, to AWWA C208 unless otherwise shown or specified. Use 3-piece construction .

2.7 GASKETS

.1 For flat faced flanges, use full-face gaskets. For raised-face flanges, use ring type gaskets. Conform to ASME B16.20 and B16.21.

.2 Ring Type:

.1 Approved Product: Flexitallic Style CG.

.3 Use gasket materials for flanged connections suitable for the temperature, pressure, and corrosivity of the fluid conveyed in the pipeline.

.4 Unless otherwise specified, minimum gasket material thickness for full face gaskets:

.1 75 to 250 mm pipe diameter; 1.6 mm thick.

.2 Greater than 250 mm pipe diameter; 3.2 mm thick.

.5 Unless otherwise specified, minimum gasket material thickness for raised face ring gaskets:

.1 75 to 100 mm pipe diameter; 1.6 mm thick.

.2 Greater than 100 mm pipe diameter; 3.2 mm thick.

.6 Grooved joint gasket materials to be as recommended by the manufacturer for the service conditions indicated. Unless otherwise specified, provide flush seal type gaskets for all grooved joint systems. Acceptable products: Victaulic Flush-Seal.

2.8 BOLTS AND NUTS

.1 Provide hex head bolts and nuts. Threads to be ANSI B1.1, standard coarse thread series.

.2 For general service, use bolts and nuts conforming to ASTM A307, Grade A; nuts conforming to ASTM A563, Gr.A. For general interior service, use bolts and nuts conforming to ASTM A307, Grade A; nuts conforming to ASTM A563, Gr.A.

Page 162: EQUIPMENT SUPPLY CONTRACT

City of Powell River 40 05 00 Consolidated Wastewater Treatment Facility MECHANICAL GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 12 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\400500.doc: December 24, 2019

.3 Provide stainless steel bolts, nuts and washers for submerged, buried and concrete encased service; bolts conforming to ASTM A193, Gr.B8, C1.1; nuts conforming to ASTM A194, Gr.8. For exposed (exterior), submerged, buried and concrete encased service, provide stainless steel bolts, nuts and washers; bolts conforming to ASTM A193, Gr.B8, C1.1; nuts conforming to ASTM A194, Gr.8.

.4 Provide hot dip galvanized bolts, nuts and washers for use with hot dip galvanized Van Stone flange back-up rings and Lap-joint flange back-up rings.

.5 Provide hex nuts equal to or less than 25 mm. Greater than 25 mm, provide heavy hex.

2.9 WELDING MATERIALS

.1 Use welding materials conforming to CSA W48.1.

.2 Provide electrodes compatible with the material welded and which deposit metal with strength and corrosion resistance properties at least equivalent to the base metal.

.3 Provide proper storage for welding rod. Provide rod ovens in cold or inclement weather.

2.10 DISSIMILAR METAL CONNECTIONS

.1 Where dissimilar metals are to be connected, furnish dielectric fittings and/or isolating flanges.

2.11 INSTRUMENT AIR CONNECTIONS

.1 Provide instrument air connections to each instrument with a run of tubing from the nearest instrument air header to within close proximity of each device requiring instrument air.

.2 Terminate each tubing run with a ball valve (stainless steel), of equivalent line diameter, within 1500 mm horizontal distance of the device and 1,500 mm off the floor. Group multiple valves neatly together with a common orientation.

.3 Provide a vertical riser connection at the header to avoid condensate entrainment. From the top of the riser, slope the tubing generally down to the device.

2.12 FLUSHING CONNECTIONS

.1 Provide flushing connections on all piping for the conveyance of sludge, scum, grit or other liquid containing solids greater than 0.5 percent. Locate flushing connections adjacent to all isolation valves, on dead end branches, at tees and 90 degree elbows, and at intermediate locations which limit the distance between flushing connections to less than 30 metres. Show flushing connections on piping submittals.

2.13 ACCESS DOORS

.1 Provide access doors to concealed mechanical equipment for operating, inspecting and servicing.

Page 163: EQUIPMENT SUPPLY CONTRACT

City of Powell River 40 05 00 Consolidated Wastewater Treatment Facility MECHANICAL GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 13 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\400500.doc: December 24, 2019

.2 Flush mounted, 600 x 600 mm size for body entry and 300 x 300 mm for hand entry, unless noted otherwise.

.3 Doors to open 90°, have rounded safety corners, concealed hinges, screwdriver latches and anchor straps.

.4 Finishes:

.1 Stainless Steel Type 304/304L

.5 Hardware:

.1 Stainless Steel Type 304/304L

2.14 DRAIN VALVES

.1 Locate at all low points and section isolating valves unless otherwise specified.

.2 Minimum 20 mm size unless otherwise specified: straight pattern bronze with hose end male thread and complete with cap and chain.

2.15 DRIVES, GUARDS AND LUBRICATION ACCESSORIES

.1 Select variable and adjustable pitch sheaves unless otherwise specified.

.2 Provide motor driven equipment using 3 or more belts with fixed sheaves.

.3 Fit reinforced belts in sheave matched to drive. Multiple belts on unit to be matched set.

.4 Use cast iron or steel sheaves secured to shafts with removable keys.

.5 Standard adjustable pitch drive sheaves having + 10% range to be used on motors from 0.25 kW to 7.5 kW. Use mid-position of range for specified RPM.

.6 For drives larger than 7.5 kW, sheaves to be split tapered bushing and keyway having a fixed pitch, unless specifically required for item concerned. Provide sheave of correct size for balancing.

.7 Minimum drive rating to be 1.5 times nameplate rating of motor. Keep overhung loads within manufacturer's design requirements on prime mover shafts.

.8 Motor slide rail adjustment plates to allow for centerline adjustment.

.9 Provide guards for exposed drives.

.10 Guards for drives to have:

.1 Expanded metal screen welded to 25 mm steel angle frame.

.2 18 Ga. galvanized sheet metal tops and bottoms.

.3 Removable sides for servicing.

.4 40 mm diameter holes on both shaft centers for insertion of a tachometer.

Page 164: EQUIPMENT SUPPLY CONTRACT

City of Powell River 40 05 00 Consolidated Wastewater Treatment Facility MECHANICAL GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 14 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\400500.doc: December 24, 2019

.11 Secure guards to driven machine, foundations or floors with heavy angle supports and anchor bolts.

.12 Do not short circuit vibration isolators.

.13 Provide means to permit lubrication, use of speed counters, or other maintenance and testing operations, with the guard in place.

.14 Install belt guards to permit movement of motors for adjusting belt tension.

.15 For flexible couplings, provide removable "U" shaped guards fabricated from 12 Ga. galvanized steel frame with 18 Ga. expanded mesh face.

.16 Provide protective screen on both inlet and outlet of exposed fan blades. Screen to be fabricated from 20 mm mesh minimum galvanized expanded metal such that the net free area of openings is not less than 80% of the original opening.

.17 Provide oil gauges, grease cups, oil cups or grease gun fittings at all points requiring lubrication. Extend all fittings as required to be fully accessible without requiring any disassembly or removal of guards.

2.16 SPRAY NOZZLES

.1 Supply spray nozzle assembly, plus ten (10) spare nozzle assemblies.

.2 Assembly shall consist of spray nozzles plus adjustable ball joints.

.3 Provide nozzles and ball joints of 316 stainless steel.

.4 Acceptable Products:

.1 John Brooks Company

.2 Spraying Systems Company

2.17 DIELECTRIC COUPLINGS

.1 Wherever pipes of dissimilar metals are joined.

.2 Insulating unions for pipe sizes 50 mm and smaller and insulating flanges for pipe sizes larger than 50 mm.

Part 3 Execution

3.1 VALVES AND EQUIPMENT IDENTIFICATION

.1 Identify valves utilizing a tagging convention acceptable to the Engineer.

Page 165: EQUIPMENT SUPPLY CONTRACT

City of Powell River 40 05 00 Consolidated Wastewater Treatment Facility MECHANICAL GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 15 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\400500.doc: December 24, 2019

3.2 PROTECTION OF OPENINGS

.1 Provide system for protection of equipment and system openings from dirt, dust and other foreign materials.

3.3 EQUIPMENT PIPING CONNECTIONS

.1 Where equipment connections are a different size from the piping serving it all associated isolating valves and fittings to be the larger pipe size unless specifically indicated otherwise on the drawings. This rule to also apply in the case of control valves.

3.4 EQUIPMENT LUBRICATION

.1 All equipment placed in operation prior to the completion of the contract to be maintained and adequately lubricated in accordance with the manufacturer's instructions.

.2 All equipment to be lubricated in accordance with the manufacturer's instructions prior to acceptance of any system.

.3 Oil level gauges, grease cups and grease fittings for all machinery bearings, etc., to be provided as recommended by the manufacturer. Locate oil level gauges for easy viewing.

.4 All bearings to be flushed out and refilled with new change of oil prior to final acceptance.

.5 Protect bearings and shafts during installation. Grease shafts and sheaves to prevent corrosion.

3.5 VIBRATION ISOLATION

.1 Installation:

.1 Where necessary, provide vibration isolation equipment in accordance with manufacturer's instructions and adjust mounting to level equipment.

.2 Ensure piping, ducting and electrical connections to isolated equipment do not reduce system flexibility and that piping and ducting passage through walls and floors do not transmit vibrations.

.3 Support piping connected to isolated equipment with spring mounts or spring hangers with 25 mm minimum static deflection as follows:

.1 Up to 100 mm size: first 3 points of support; 150 mm to 200 mm size: first 4 points of support; 250 mm size and larger: first 6 points of support.

.2 First point of support to have static deflection of twice deflection of isolated equipment, but not more than 50 mm.

.4 Where isolation is bolted to the floor avoid short circuiting of sound pads by using vibration isolation washers.

.5 Block and shim level all bases so that ductwork and piping connections can be made to a rigid system at the operating level before isolator adjustment is made.

Page 166: EQUIPMENT SUPPLY CONTRACT

City of Powell River 40 05 00 Consolidated Wastewater Treatment Facility MECHANICAL GENERAL REQUIREMENTS DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 16 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\400500.doc: December 24, 2019

Ensure that there is no physical contact between isolated equipment and building structure.

END OF SECTION

Page 167: EQUIPMENT SUPPLY CONTRACT

City of Powell River 40 05 05 Consolidated Wastewater Treatment Facility VALVES DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 6

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\400505.doc: December 24, 2019

Part 1 General

1.1 DESCRIPTION

.1 This Section specifies the supply, installation and testing of manually operated valves used for isolation, manual throttling, and bypass; and for specialty valves not requiring electric or pneumatic actuation.

1.2 DEFINITIONS

.1 Valve Identification

.1 Process valves are identified utilizing symbols acceptable to the Engineer.

.2 Actuators

.1 Valves are supplied with their standard manual operators as detailed in Part 2 unless otherwise noted.

1.3 SUBMITTALS

.1 Submit the following information in accordance with Section 01 30 00:

.1 Catalog cuts and/or shop drawings for each type of valve indicating the valve number, materials of construction, dimensions, head loss characteristics through the valve, operating torque and valve end configuration.

.2 An amended Detailed Valve Specification Sheet or Specialty Valve Data Sheet for all valves. Indicate with check marks where the valve supplied meets the requirements specified and with written amendments where the product differs from the specification.

.3 Operating and Maintenance data for incorporation in operation and maintenance manual. Include complete description of operation together with detailed drawings, a complete list of replacement and repair parts, and parts manufacturer's identifying numbers.

.4 Affidavits and registration numbers described below in Quality Assurance.

1.4 QUALITY ASSURANCE

.1 Provide affidavits of compliance, as required by AWWA standards for various valves.

.2 Valves are to be marked in accordance with MSS SP-25.

1.5 SHIPMENT, PROTECTION AND STORAGE

.1 Deliver valves to site in accordance with Section 01 65 00 and using loading methods that do not damage casings or coatings.

.2 Valves will be clearly tagged stating size, type, tag number, coatings and mating parts, and pressure rating.

Page 168: EQUIPMENT SUPPLY CONTRACT

City of Powell River 40 05 05 Consolidated Wastewater Treatment Facility VALVES DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 2 of 6

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\400505.doc: December 24, 2019

Part 2 Products

2.1 GENERAL

.1 Provide valves of the same type, size range and service from a single manufacturer.

.2 Provide new, unused valves for the work.

.3 Valve materials to be free from defects or flaws, with true alignment and bores.

.4 Clearly mark valve bodies in raised lettering to indicate the valve type, rating, and where applicable, the direction of flow. Conform to MSS SP25.

.5 Specific requirements for the materials, ratings and service conditions for each valve are listed in Section 15105.

.6 Valves to open counter-clockwise.

2.2 DRAWINGS

.1 The P&IDs indicate major process valves required for the process to operate as intended.

.2 In pipe runs, less than 100 mm diameter, in addition to the valves indicated on the P&ID's, detailed drawings and standard drawings, provide isolation valves in straight pipe runs at intervals no greater than 60 m and at takeoffs to individual services. Provide ball isolation valves in pipe of 65 mm diameter and less, or in pipe of less than 100 mm diameter and carrying solids. Provide butterfly isolation valves in pipe of 75 mm diameter and greater and not carrying solids.

.3 In pipe runs carrying sludge or scum tap bottom of pipe at low point of runs and install short nipple and drain valve.

2.3 VALVES

.1 Valve sizing and selection is the responsibility of the Supply Contractor.

.2 All provide valves to have a proven track record and be compatible with the expected service environment.

.3 Knife Gate Valve:

.1 Knife Gate Valves to be bi-directional, resilient seated with non-rising steam.

.2 Acceptable Products:

.1 Wey Series VM

.2 AVK Knife Gate Valve

.4 At the discretion of the Engineer, valves deemed unsuitable for service are to be replaced with valves of suitable quality and performance at no extra cost.

Page 169: EQUIPMENT SUPPLY CONTRACT

City of Powell River 40 05 05 Consolidated Wastewater Treatment Facility VALVES DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 3 of 6

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\400505.doc: December 24, 2019

2.4 VALVE ENDS

.1 In pipe runs less than 75 mm diameter provide valves with female threaded ends, unless indicated otherwise. Threads to conform to ANSI B1.20.1.

.2 Valves in pipe runs equal to or greater than 75 mm diameter to be flanged unless indicated otherwise.

.3 For cast iron body valves, drill flanges to Class 125 pattern conforming to ANSI B16.1. For steel body valves, flanges to be Class 150 pattern or Class 300 pattern conforming to ANSI B16.5.

.4 Do not use grooved joint valve ends.

.5 Lug style wafer body valves shall have tapped holes, suitable for the bolt spacing of the pipe flanges placed on either side.

.6 Wafer body valves shall have positioning holes, suitable for the bolt spacing of the pipe flanges placed on either side.

2.5 MANUAL OPERATORS

.1 Provide valves with manual operators unless specifically indicated otherwise

.2 For hand wheels, clearly show the direction of opening in raised lettering and symbols.

.3 Hand wheel diameter to conform to the following:

Nominal Minimum Valve Size (mm) Hand Wheel Diameter (mm)

12 50 20 50

25 60 38 75 50 85 65 105 75 200 100 250 150 300 200 350 250 400 300 450 350 450 400 550 450 600 500 600 600 600

Page 170: EQUIPMENT SUPPLY CONTRACT

City of Powell River 40 05 05 Consolidated Wastewater Treatment Facility VALVES DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 4 of 6

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\400505.doc: December 24, 2019

.4 The maximum rim pull on a hand wheel not to exceed 300 N when one side of the valve is at test pressure and the other side is at atmospheric pressure. Where a shaft mounted hand wheel would require greater than this force to operate, provide a gear operator. Unless different operators are scheduled or shown in the drawings, conform to the following minimum requirements:

.1 Knife Gate Valves: less than 300 mm, handwheel; equal to or greater than 300 mm, gear operator.

.5 Lever operators to conform to the following dimensions:

Nominal Minimum Valve Size (mm) Length of Lever (mm)

6 80 12 80 20 100 38 150 50 150 65 150 75 175 100 225 150 250 200 300 250 450 300 450

.6 Quarter turn lever operators to be perpendicular to the pipe run when the valve is closed.

.7 Provide two position lever operators on ball valves.

.8 The maximum pull at the end of the lever arm not to exceed 300 N when one side of the valve is at test pressure and one side is at atmospheric pressure. Where greater than this force would be required to operate the valve with a lever, provide a gear operator. Unless different operators are scheduled or shown in the drawings, conform to the following minimum requirements:

.1 Ball Valves: less than 150 mm, lever operator; greater than or equal to 150 mm, gear operator.

.9 Gear operator to be worm gear type, equipped with a hand wheel and a visual indicator of the valve position. Equip operators with adjustable mechanical stop-limiting devices to prevent overtravel of the disc/ball in the open and closed positions and which are self-locking and designed to hold the valve in any intermediate position between full open and full closed. Gear operators shall be grease lubricated. Where gear operators are intended for direct bury or submergence, seal units with long life lubricant.

.10 For manual valves on lines 75 mm and greater, mounted over 2.0 metres above the operating floor, provide chain wheel gear operators. Design the operator so that a force of 150N is sufficient to open the valve when one side of the valve is at test pressure and the other side is at atmospheric pressure. The chain pulley to mesh positively with the

Page 171: EQUIPMENT SUPPLY CONTRACT

City of Powell River 40 05 05 Consolidated Wastewater Treatment Facility VALVES DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 5 of 6

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\400505.doc: December 24, 2019

chain. The chain will extend from the valve operator to operating height 1.2 metres above the floor or as directed by the Engineer. The exact dimensions shall be field determined. Provide approved chain hooks where required to prevent chain from hanging within traffic paths.

2.6 VALVE STEM EXTENSIONS

.1 Provide valve stem extensions where additional clearance is required where valve operation without the extension is difficult.

.2 Where angle valve stem extensions are employed, they shall be angle geared. Universal joint types are not permitted.

2.7 SPARE PARTS

.1 Provide spare parts in accordance with Section 01750.

.2 Provide a list of all spare parts which would be expected to be required under normal conditions for a period of five years. At the Engineer's request, provide a price for these parts.

Part 3 Execution

3.1 PREPARATION

.1 The valve and piping arrangement indicated in the drawings is based on typical dimensions for valves of the specified type. Make the necessary modifications in the piping to allow for discrepancies between the valve dimensions shown and those supplied for the work.

.2 Prior to the installation of the valves, field measure and check all equipment locations, pipe alignments, and structural installation. Ensure that the valve location and orientation provides suitable access to manual operators and that sufficient space and accessibility is available for pneumatic and electric actuators.

.3 Where conflicts are identified, inform the Engineer and initiate the necessary piping modifications at no cost to the City.

3.2 VALVE INSTALLATION

.1 Install valves in conjunction with the piping described in Section 15050 and with control valves and their appurtenances described in Division 17.

.2 In horizontal pipe runs other than in locations where space does not permit, mount all valves except for butterfly valves and trunnion ball valves with a vertical operating shaft with the actuator at the top. In no case install a valve with the operator shaft pointing down.

.3 Mount butterfly valves and trunnion ball valves with the shaft in a horizontal orientation.

Page 172: EQUIPMENT SUPPLY CONTRACT

City of Powell River 40 05 05 Consolidated Wastewater Treatment Facility VALVES DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 6 of 6

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\400505.doc: December 24, 2019

.4 When joining valves to pipe or fittings, do not over torque bolts to correct for misalignment.

.5 Support valves in position using temporary supports until valves are fixed in place.

.6 Permanently support valves to prevent transmission of loads to adjacent pipework and/or equipment.

.7 Where valves are installed in PVC pipework greater than 100 mm diameter, support valves independently and brace against operating loads and torque to prevent transmission of stresses to the adjacent pipework.

.8 Generally pipe supports and hangers are not shown unless for indication purposes only.

.9 Install gate valves in the closed position.

.10 Install valves which are bubble tight in one direction to seal in a direction opposite to normal flow unless otherwise noted or directed by the Engineer.

.11 Unless otherwise specified, install single seated ball valves and knife gate valves with the seat downstream. Install at tank connections with seat away from tank. Install on pump discharge and suction lines with seat adjacent to the pump.

.12 Install all valves in accordance with the manufacturer's recommendations.

.13 Protect valves installed below grade with a shrink sleeve or polyethylene sheath attached to the pipe with tapewrap.

3.3 VALVE EXTENSIONS

.1 Install valve stem extensions where necessary to provide clearance from insulation.

3.4 VALVE TESTING

.1 Operate valves under simulated and/or real process conditions to ensure they operate as intended.

END OF SECTION

Page 173: EQUIPMENT SUPPLY CONTRACT

City of Powell River 46 71 23 Consolidated Wastewater Treatment Facility DISSOLVED AIR FLOTATION THICKENING DAF Thickener Equipment Supply - RFP 2019-02 EQUIPMENT 2019-12/172098 Page 1 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\467123.doc: December 23, 2019

Part 1 General

1.1 DESCRIPTION

.1 This section specifies the design, supply, delivery, certification of installation, testing, training, spare parts and specials tools, start-up/commissioning and system support services for a dissolved air flotation (DAF) system complete with pressurization system, recirculation pumps, sludge pumps, flocculator, pneumatic panels, equipment control panel, valves, special equipment and appurtenances including, but not limited to, skimming device, sludge collector mechanisms, instrument and sensors, elevated walkway, access stair, and seismic anchorage as specified herein to provide a complete and operable system, fit for purpose, in accordance with the requirements of the Contract Documents. All components shall be integrated and supplied from a single vendor.

.2 DAF system is intended to thicken municipal Waste Activated Sludge (WAS) prior to Aerobic Digestion. WAS is to be pumped to the DAF Thickener, after which the thickened WAS float (DAF float) will be pumped to the Aerobic Digester.

.3 System controls to be an integrated package designed to work together as a complete functioning system and communicate with the main control panel for the entire treatment facility.

.4 All components (including local controls) shall be suitable for installation in a Class 1, Zone 2 Group IIa/IIb Hazardous Area. The equipment control panel will be located in an unclassified room adjacent to the classified space. Refer to 26 05 02 – Electrical General Requirements and 26 29 03 – Control Panels for requirements related to control panels and local control stations.

.5 Refer to the drawings in Appendix A for the anticipated DAF room size and layout. The DAF with ancillary components must fit within the room and also provide sufficient free space for personnel to conduct normal maintenance activities.

1.2 DEFINITIONS

.1 Downstream Compliance Point (DCP): Location after all DAF thickening, and prior to discharge to Aerobic Digester.

.2 Upstream Compliance Point (UCP): Location after WAS flocculation and prior to DAF thickening.

.3 DAF: Dissolved Air Floatation.

.4 WAS: Waste Activated Sludge.

.5 % Solids: Percent solids by mass, as calculated as follows:

% Solids = Mass of Solute

x 100% Mass of Solute + Mass of Solvent

.6 Solute: Total Solids in a WAS/DAF float sample as measured via Standard Methods 2540B.

.7 Solvent: Water, density at 1000 kg/m3.

Page 174: EQUIPMENT SUPPLY CONTRACT

City of Powell River 46 71 23 Consolidated Wastewater Treatment Facility DISSOLVED AIR FLOTATION THICKENING DAF Thickener Equipment Supply - RFP 2019-02 EQUIPMENT 2019-12/172098 Page 2 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\467123.doc: December 23, 2019

.8 % Solids Capture: Percentage of solids in waste stream removed as DAF float, as calculated as follows:

% Solids Capture =

TSP(TSF – TSSS) x 100%

TSF(TSP-TSSS)

where,

TSP = % Solids by weight of DAF float.

TSF = % Solids by weight of feed sludge (WAS) after coagulation/flocculation.

TSSS = % Solids by weight of subnatant.

1.3 REFERENCE STANDARDS

.1 Refer to latest version of all referenced standards.

.2 Wherever the requirements of the specifications exceed those of these codes, the requirements of the specifications shall govern. Code compliance is mandatory.

.3 To ensure the latest proven technology and latest applied standards are included in the system provided, equipment supplied under this section must be manufactured after the date the contract is awarded.

.4 American Standard for Testing and Materials (ASTM)

.1 ASTM A554 – Standard Specification for Welded Stainless Steel Mechanical Tubing

.2 ASTM A276M – Standard Specification for Stainless Steel Bars and Shapes

.3 ASTM A240M – Standard Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications

.4 ASTM A480M – Standard Specification for General Requirements for Flat-Rolled Stainless and Heat-Resisting Steel Plate, Sheet, and Strip

.5 ASTM A312M – Standard Specification for Seamless, Welded, and Heavily Cold Worked Austenitic Stainless Steel Pipes

.6 ASTM A967M – Standard Specification for Chemical Passivation Treatments for Stainless Steel Parts

.7 ASTM A380M – Standard Practice for Cleaning, Descaling, and Passivation of Stainless Steel Parts, Equipment, and Systems

.5 American Society of Mechanical Engineers (ASME)

.1 ASME B16.5 - Pipe Flanges and Flanged Fittings: NPS 1/2 through NPS 24 Metric/Inch Standard

.6 WorkSafe BC

.1 WorkSafeBC Occupational Health and Safety (OHS) Regulation

.7 Canadian Electrical Code (CEC)

.8 British Columbia Building Code (BCBC) 2018 and National Building Code of Canada (NBCC) 2015; where there are conflicts, the more onerous requirement will be followed.

Page 175: EQUIPMENT SUPPLY CONTRACT

City of Powell River 46 71 23 Consolidated Wastewater Treatment Facility DISSOLVED AIR FLOTATION THICKENING DAF Thickener Equipment Supply - RFP 2019-02 EQUIPMENT 2019-12/172098 Page 3 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\467123.doc: December 23, 2019

.9 Standard Methods for the Examination of Water and Wastewater (Standard Methods) 2540 B – Total Solids Dried at 103 – 105 °C

.10 ANSI-B11.19, Performance Requirements for Safeguarding.

1.4 EQUIPMENT LIST

Equipment Name Equipment No.

DAF Thickener TH-3101

Air Compressor AC-3101

1.5 QUALIFICATIONS

.1 The Supply Contractor shall have dissolved air flotation units of the type specified herein successfully operating on similar waste streams for a minimum of five (5) years in each of at least five (5) wastewater treatment facilities in Canada. Provide list of references with proposal.

.2 If equipment is not manufactured by the Supply Contractor, including welding and machining, the name and contact information of manufacturing facility must be supplied. If more than one manufacturer is used all companies and facilities must be provided for review. Refer to Section 00 43 44 - Equipment Supplier’s List.

.3 If patents protecting equipment are not owned by manufacturer then an affidavit must be supplied stating owner of design and expiration of licensing agreement.

1.6 COORDINATION

.1 Allow for iterative design coordination with the Engineer as necessary and until satisfaction is achieved by the Engineer.

.2 Coordinate with other divisions to ensure that there are no conflicts or gaps in the work.

.3 Coordinate equipment delivery/offloading, installation, testing, and training with the Engineer and General Contractor.

.4 Tag all equipment in accordance with the Engineer’s preferred tagging convention.

1.7 QUALITY ASSURANCE

.1 Compliance with the performance requirements of the specifications shall not relieve the vendor of his responsibilities of supplying equipment having the specified structural, mechanical, corrosion resistance and operational features.

.2 Structural Design: Design all steel structural components so that the stresses developed under installation and operating conditions will not exceed the allowable stresses defined by the latest AISC Standards and the aforementioned standards.

.3 Welder Qualifications:

.1 Welder qualifications in accordance with CSA W47 and/or CSA W59.

.2 Use qualified and licensed welders possessing certificate for each procedure performed from authority having jurisdiction.

Page 176: EQUIPMENT SUPPLY CONTRACT

City of Powell River 46 71 23 Consolidated Wastewater Treatment Facility DISSOLVED AIR FLOTATION THICKENING DAF Thickener Equipment Supply - RFP 2019-02 EQUIPMENT 2019-12/172098 Page 4 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\467123.doc: December 23, 2019

.3 Submit welder’s qualifications to Engineer. Each welder to possess identification symbol issued by authority having jurisdiction.

.4 Submit certification of companies for welding of stainless steel in accordance with CSA W47 and/or CSA W59.

.4 Welding Inspection Qualification:

.1 Welding Inspector qualifications in accordance with CSA W178.

.2 Submit welding inspector’s qualifications to Engineer. Each welding inspector to possess identification symbol issued by authority having jurisdiction.

.3 Certification of companies for welding inspection in accordance with CSA-W47.2.

1.8 SUBMITTALS

.1 Provide the following information in one complete submittal in accordance with Section 01 33 00 – Submittals, 26 05 02 – Electrical General Requirements, 26 05 43 – Electrical Installation and 26 29 03 – Control Panels for requirements related to control panels and local control stations.

.2 Shop drawings must be for the specific unit which is being supplied. Drawings or information which shows multiple options will not be accepted.

.3 Equipment Shop Drawing Submittals

.1 Submit all layout drawings in electronic format, PDF and DWG.

.2 Provide the equipment 3D model file, compatible with Revit 2019 or 2017 (preferred) or 2017 3D AutoCAD, for incorporation in design model and drawings.

.3 Submit bill of materials indicating make, model, and catalog cutsheet information of all process equipment including, but not limited to, recirculation pumps, sludge pumps, motors, flocculators, air compressor, instruments, control panels, valves, and actuators.

.4 Submit detailed specifications and data describing the materials of construction.

.5 Submit mill certificates.

.6 Submit layout drawings including all proposed system components with dimensions, clearances required, and sizes indicated and total weights.

.7 Submit load list providing complete information on electric motors furnished including make and type of motor, brake horsepower and locked rotor current at full voltage, and hazardous zone classification.

.8 Submit complete electrical wiring diagrams and data on controls to be furnished.

.9 Submit pump performance curves.

.10 Submit installation instructions, with dimensional drawings, points of electrical plumbing connection requirements clearly shown, and equipment offloading and installation instructions.

.11 Submit field installation assembly drawings and all installation requirements.

.12 Submit table of heat rejection rates for all equipment.

.13 Submit Quality Assurance plan outlining all quality assurance and control activities.

Page 177: EQUIPMENT SUPPLY CONTRACT

City of Powell River 46 71 23 Consolidated Wastewater Treatment Facility DISSOLVED AIR FLOTATION THICKENING DAF Thickener Equipment Supply - RFP 2019-02 EQUIPMENT 2019-12/172098 Page 5 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\467123.doc: December 23, 2019

.14 Submit cutsheets and details regarding welding methodology, welding equipment, filler, and/or flux.

.15 Submit welder certifications.

.16 Submit welding inspector certification.

.17 Submit design calculations outlining input design parameters, hydraulic loading rate, solids loading rate, dissolved air-to-solids ratio.

.18 Submit DAF thickener Process Control Narrative.

.19 Submit reaction forces, including seismic forces, to the supporting base structure for the equipment and all components.

.20 Include statement confirming the Class 1, Zone 2 Group IIa/IIb Hazardous Area service rating for the DAF equipment and local control station.

.21 Detailed control requirements including I/O, Start-up, Shutdown, alarm, and operating logic to enable the purchaser's engineer to configure the plant PLC and operator interface.

.22 Electrical single line diagram.

.23 Harmonic analysis.

.4 Submittals during or after fabrication:

.1 Prior to unit delivery to site, submit all shop performance testing reports.

.2 Prior to unit delivery to site, submit all welding inspection reports.

.3 Site performance validation and testing reports.

1.9 OPERATION AND MAINTENANCE INFORMATION

.1 Provide operation and maintenance data for incorporation into operation and maintenance manual in accordance with Section 01 78 23 – Operating and Maintenance Data. Coordinate with Contractor for inclusion into facility Operation and Maintenance manual.

.2 Provide Manufacturer’s written installation warranty and incorporate into operation and maintenance manual in accordance with Section 01 78 23 – Operating and Maintenance Data.

Part 2 Products

2.1 APPROVED SUPPLY CONTRACTOR

.1 All products to be provided as a single integrated package by the Supply Contractor.

.2 Not withstanding the requirement to substantially meet the technical specifications herein, the following Supply Contractors are provisionally approved:

.1 WesTech

.2 Siemens

.3 Envirex (Evoqua)

.4 FRC Systems International

.5 AWC Water Solutions Ltd.

.6 Ovivo

Page 178: EQUIPMENT SUPPLY CONTRACT

City of Powell River 46 71 23 Consolidated Wastewater Treatment Facility DISSOLVED AIR FLOTATION THICKENING DAF Thickener Equipment Supply - RFP 2019-02 EQUIPMENT 2019-12/172098 Page 6 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\467123.doc: December 23, 2019

2.2 DESIGN CRITERIA

.1 The dissolved air flotation (DAF) system shall be a low-rate separator system without plate packs for dissolved-air-assisted separation of free and/or flocculated solids from the equalization basin.

.2 DAF unit to be designed and constructed in accordance with the following requirements:

.1 Design Parameters

Parameter Value

Average WAS Solids Loading (kg/d) 1,155

Average WAS Solids Loading (kg/h) over a 6 hour period

192.5

Assumed DAF Inlet (WAS Underflow) Concentration

0.5% to 1%

Assumed WAS Flowrate (m3/h) 19.3 to 38.5

Average Solids Loading (kg/m2/m3) < 12.5

Hydraulic Loading Rate (m3/hr/m2) < 4.0

Air to Solids Ratio (kg Air/kg Solids) 0.01:1 to 0.03:1

.3 Supply Contractor to provide calculations demonstrating that hydraulic loading, solids loading, and dissolved air-to-solid ratios are satisfied.

2.3 REQUIRED PERFORMANCE CRITERIA

.1 Under average loading conditions, the DAF thickener is required to meet the following performance criteria:

Parameter Value

Required Float Concentration 4% to 5%

Required Solids Capture > 97%

.2 DAF performance to be in conjunction with the usage of FLOPAM FO 4800 SH (Cationic Polymer).

2.4 MATERIALS

.1 The system package shall include the DAF unit, the flocculator, L-shape elevated walkway, control system and spare parts with ancillary equipment and features as specified to make a complete and fully functional system.

.2 All water-retaining vessels or components to be fully shop welded. No field welding or bolted vessels are permitted.

.3 All field connections for structural components are to be bolted. Field welding is not permitted.

.4 Isolate or carefully select dissimilar metals to prevent galvanic corrosion.

.5 Provide stainless steel ASTM A276 Type 304 components, unless otherwise noted:

Page 179: EQUIPMENT SUPPLY CONTRACT

City of Powell River 46 71 23 Consolidated Wastewater Treatment Facility DISSOLVED AIR FLOTATION THICKENING DAF Thickener Equipment Supply - RFP 2019-02 EQUIPMENT 2019-12/172098 Page 7 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\467123.doc: December 23, 2019

Component Material

DAF Tank Stainless Steel ASTM A276 Type 304 or 304 L

DAF Tank structural supports Stainless Steel ASTM A276 Type 304 or 304 L

Elevated Walkway including Guardrails

Stainless Steel ASTM A276 Type 304 or 304 L

Elevated Walkway Grating Stainless Steel ASTM A276 Type 304 or 304 L or FRP ASTM F3059

Drive Chain Ultra-high molecular-weight-polyethylene (UHMWPE)

Skimmer Flight Stainless Steel ASTM A276 Type 304 or 304 L

Lifting hooks Minimum Stainless Steel ASTM A276 Type 304 or 304 L

Guide rails Stainless Steel ASTM A276 Type 316 or 316 L

Shafts Stainless Steel ASTM A276 Type 316 or 316 L

Discharge trough/hopper Stainless Steel ASTM A276 Type 304 or 304 L

Miscellaneous Piping Stainless Steel ASTM A276 Type 304, Schedule 40

Spray wash nozzles Stainless Steel ASTM A276 Type 304,

Supports for local control station Stainless Steel ASTM A276 Type 304 or Type 304L

Fasteners Bolts: ASTM F593 GR2 for Type 316 Nuts: ASTM F594 GR2 for Type 316

Anchor bolts and miscellaneous hardware

Stainless Steel ASTM A276, Type 316

Flocculator Piping PVC, PP, or HDPE, equivalent to Sch. 40

2.5 EQUIPMENT COMPONENTS

.1 Dissolved Air Flotation Units

.1 DAF tank vessel to have approximate overall dimensions of 9.6 m long by 2.4 m wide by 2.5 m high. Units having other dimensions that differ significantly will be considered but may not fit within the available space.

.1 Full-surface skimming system with stainless steel skimmer blades.

.2 Bottom settled solids removal system with solids conveyor and/or cone with dump valves and air purge valves; no bottom skimmers are allowed.

.3 Manually adjustable effluent weirs.

.2 An aeration system shall be provided for each DAF system. The aeration system shall recycle water from the effluent compartment of the DAF unit to the inclined, air-dissolving tube.

.3 Furnish a pneumatic control panel for each DAF unit with pressure switches, air flow solenoid valves and pressure gauges for monitoring and control of air to the system.

.4 Provide a single equipment control panel with operator interface terminal (OIT) to allow for local manual or completely automated control of each DAF system.

Page 180: EQUIPMENT SUPPLY CONTRACT

City of Powell River 46 71 23 Consolidated Wastewater Treatment Facility DISSOLVED AIR FLOTATION THICKENING DAF Thickener Equipment Supply - RFP 2019-02 EQUIPMENT 2019-12/172098 Page 8 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\467123.doc: December 23, 2019

.5 Provide process connections on DAF unit, as indicated in Drawing 2098-00-D-026. All process connections to be Class 150 Flanges unless otherwise noted.

.6 Design and provide anchorage system suitable for the expected seismic forces for a post-disaster facility in accordance with BCBC 2018 or NBCC 2015 (whichever is stricter). Ensure that the earthquake uplift forces can be transferred adequately into the concrete slab base. Provide factored forces, anchorage connection details, anchorage sizes, and loading to Engineer for coordination of base structure design. Structural design and anchorage details to be signed and sealed by an Engineer licensed to practice in the Province of British Columbia.

.7 Provide sample connections with isolation valves at the Downstream and Upstream Compliances Points in a manner satisfactory to the Engineer.

.2 Elevated Walkway

.1 Provide a walkway, as indicated on Drawing 2098-00-D-2-308 and 2098-00-D-2-106, with a minimum walkable width of 900 mm.

.2 Provide continuous guardrail (handrail) with toeboards (kickplates) surrounding the exterior facing portions of the walkway in accordance with WorkSafeBC requirements.

.3 Walkway Design Loads

.1 Live load = 4.8 kPa.

.2 Maximum deflection = L/360.

.4 Guardrail Design Loads:

.1 Concentrated load of 1.3 kN applied at any point on the rails so as to produce the most critical effect.

.2 Vertical load on top rail of 1.5 kN/m and need not be considered to act simultaneously with the load specified above.

.3 Maximum horizontal post deflection = L/50.

.5 Design stairs to meet BCBC 2018 requirements for rise and run for stairs. Coordinate with Engineer as necessary.

.6 Design and provide anchorage system suitable for the expected seismic forces for a post-disaster facility in accordance with BCBC 2018. Ensure that the earthquake uplift forces can be transferred adequately into the concrete slab base. Provide factored forces, anchorage connection details, anchorage sizes, and loading to Engineer for coordination of base structure design. Anchorage to be signed and sealed by an Engineer licensed to practice in the Province of British Columbia.

.3 Aeration System

.1 Each aeration system shall be a complete functioning system with two (2) centrifugal recirculation pumps, air dissolving mechanism, aeration header, valves and appurtenances, one (1) air compressor, and aeration tubing. Pumps shall be furnished as one (1) operating and one (1) standby for each aeration system. No narrow tolerance pumps shall be allowed, nor aspirating pumps or special DAF recycle pumps with air dissolving capability. The recirculation pumps shall increase the water pressure to approximately 90 psig.

.2 Compressed air shall be introduced into the recycle water stream in the air dissolving tube and the air saturated recycle water shall be distributed to various

Page 181: EQUIPMENT SUPPLY CONTRACT

City of Powell River 46 71 23 Consolidated Wastewater Treatment Facility DISSOLVED AIR FLOTATION THICKENING DAF Thickener Equipment Supply - RFP 2019-02 EQUIPMENT 2019-12/172098 Page 9 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\467123.doc: December 23, 2019

points within the DAF unit. The air pressure shall be 7-10 psig greater than the pressure of the water in the recycle stream.

.3 Air shall dissolve into the recycle water stream over the entire length of the air dissolving tube.

.4 Air flow meters and adjusting valves shall be provided in the pneumatic panel for each DAF unit to allow for regulation of the air volume metered into the air dissolving tube.

.5 The recycle water, saturated with air, shall be dosed through the aeration header to strategic points within the DAF unit, including the wastewater inlet to the unit and the final bays near the skim ramp. The recycle water dosing system shall be designed to provide sufficient air bubbles to provide buoyancy to the floc and to create an air cushion below the float mat.

.6 Depressurization shall occur through specifically designed inlet devices resulting in fine air bubbles that adhere to and carry particulate contaminants upward to the float mat.

.7 A portion of the pressurized recycle stream, saturated with air shall be dosed to the flocculator to mix air bubbles with the floc before the wastewater enters the flotation unit.

.4 Air Compressor

.1 Provide one (1) oil-free, air-cooled, horizontal duplex piston air compressor complete with:

.1 Air receiver.

.2 Inlet air filter.

.3 Inlet air silencer.

.4 Silencing hood.

.5 Air dryer, mounted on discharge.

.6 Automatic compensated drain valve with user programmable timer.

.7 Blow-off silencer.

.8 Air receiver pressure relief valve.

.9 Horizontal air receiver vessel.

.10 Dual compressors in a duty/standby configuration.

.2 DAF Supply Contractor responsible for selection and integration of air compressor into DAF system package.

.3 Supply Voltage, either of:

.1 600 V/3-Ph/60 Hz.

.2 120-208 V/3-Ph/60 Hz.

.4 Approved Manufacturers:

.1 Atlas Copco

.2 Ingersoll Rand

.5 Skimming and Grit/Sludge Collection and Removal Systems

.1 DAF unit to have a float dewatering/skimming system with adjustable outlet weirs for regulating the solids content of the skimmed material.

Page 182: EQUIPMENT SUPPLY CONTRACT

City of Powell River 46 71 23 Consolidated Wastewater Treatment Facility DISSOLVED AIR FLOTATION THICKENING DAF Thickener Equipment Supply - RFP 2019-02 EQUIPMENT 2019-12/172098 Page 10 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\467123.doc: December 23, 2019

.1 The adjustable outlet weirs shall be located downstream of a retention baffle which holds the float mat within the dewatering zone.

.2 A grid thickening system shall be provided above the inclined plate pack to allow for thickening or partial dewatering of the scum mat before it is taken off by the skimmer blades.

.3 A skimming system consisting of skimmer blades on a chain assembly shall be provided to continuously or intermittently remove the thickened float. An adjustable timer shall be provided to allow the float mat to build and thicken or dewater between scraping cycles if continuous operation does not provide a satisfactory solids concentration.

.4 The skimming system to be driven by a variable speed motor with a maximum speed of 7.6 m/min.

.2 Each DAF unit shall be provided with a grit collection and removal system. The grit collection and removal system shall be located at the base of the influent compartment.

.1 Heavy sand and sediment (grit) shall settle and be conveyed by an auger system. Bottom skimmers are not permitted.

.2 The grit shall be removed from the grit collection trough by means of a time controlled and pneumatically operated valve.

.3 DAF unit to be provided with a DAF float collection and removal system. The DAF float shall be collected in a DAF float collection trough.

.1 The DAF float shall be removed from the DAF float collection trough by a progressive cavity pump (supplied by others). Provide a 150 mm nominal diameter (size to be confirmed) Class 150 flange for connection to suction side of progressive cavity pump.

.2 Provide a solenoid actuated spray-bar for washdown of DAF float collection trough. Solenoid actuated spray bar to be controlled by user programmable timer that may be interlocked with DAF float pump operation.

.3 Spray bar to provide sufficient spray coverage to provide washdown of the entire DAF float collection trough utilizing potable water.

.6 Flocculator Tubes

.1 Flocculator shall have three (3) chemical (coagulant, neutralizer and flocculant) injection points, four sample valves, chemical injection valves and stainless-steel aeration valves, suitable for the intended service. Ball isolation valves to be provided as necessary.

.2 Materials of construction shall be either stainless steel, HDPE or PP; PVC material shall not be allowed when diameter is > 4” (short radius bends).

.3 Usage of static mixers is not permitted.

.4 Furnish with stainless steel support structure.

.5 DAF Supply Contractor responsible for sizing and selecting flocculator tube assembly to adequately flocculate WAS prior to DAF thickening.

.6 Design and provide anchorage system suitable for the expected seismic forces for a post-disaster facility in accordance with BCBC 2018 or NBCC 2015 (whichever is stricter). Ensure that the earthquake uplift forces can be transferred

Page 183: EQUIPMENT SUPPLY CONTRACT

City of Powell River 46 71 23 Consolidated Wastewater Treatment Facility DISSOLVED AIR FLOTATION THICKENING DAF Thickener Equipment Supply - RFP 2019-02 EQUIPMENT 2019-12/172098 Page 11 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\467123.doc: December 23, 2019

adequately into the concrete slab base. Provide factored forces, anchorage connection details, anchorage sizes, and loading to Engineer for coordination of base structure design. Structural design and anchorage details to be signed and sealed by an Engineer licensed to practice in the Province of British Columbia.

.7 Local Control Panel

.1 Provide one (1) equipment control panel complete for automatic and manual operation of for the DAF system. Control panel shall be designed for wall mounting.

.2 Main Control panel shall be a NEMA 12 stainless steel enclosure complete with the following components and shall be unclassified and supplied in accordance with the requirements of Section 26 29 03 – Control Panels and shall contain at a minimum the following:

.1 Main panel electrical disconnect.

.2 Terminal blocks for all field wiring to instrumentation, control devices and pressurization system.

.3 Wire management system for internal panel wiring.

.4 Emergency stop push button for shutdown influent feed to DAFs

.5 Control transformer and circuit breakers as required.

.6 Drives for the skimmers and motor starters for the augers. Motor starters and contactors shall be either NEMA or IEC type, whichever is Supplier standard.

.7 Drives requiring VFDs shall be installed in accordance with the requirements of Section 26 05 50 – Variable Frequency Drive Equipment.

.8 Programmable logic controller shall be Modicon M340 and shall be in accordance with Section 26 29 03 – Control Panels. Alternatives shall be by approval of Engineer.

.9 Provide Human Machine Interface (HMI) , managed ethernet switch, Uninterruptible Power Supply (UPS) as described in Section 26 29 03 – Control Panels.

.10 Complete all programming for the PLC and the HMI.

.3 Local DAF control panel shall be configured to provide graphical screens depicting the following information, alarms, control functions:

.1 Main Operations Screen for DAFs:

.2 Start/stop control of DAFs & Pressurization System

.3 Adjustment of time cycle for each skimmer and sludge augers

.4 Speed control for skimmer drive

.5 Influent flow rate to each unit

.6 Chemical feed rate into each DAF

.7 Run indication status of skimmers, chemical feeds pumps, augers and other ancillary equipment for each DAF

.8 Blending tanks inlet & outlet valving position indication (remotely derived)

.9 Blending tank level indications for each tank (remotely derived)

Page 184: EQUIPMENT SUPPLY CONTRACT

City of Powell River 46 71 23 Consolidated Wastewater Treatment Facility DISSOLVED AIR FLOTATION THICKENING DAF Thickener Equipment Supply - RFP 2019-02 EQUIPMENT 2019-12/172098 Page 12 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\467123.doc: December 23, 2019

.10 General system alarm indication for each DAF.

.11 Alarms Screen

.12 Alarm and horn acknowledge/reset

.13 Recirculation Water pressure Low

.14 Low Air pressure

.15 Skimmer stopped fault for reach

.16 Auger Fault for each

.17 Float hopper high level / low level

.4 Scope of supply shall include any and all components, accessory devices, valves and controls required for a complete and functional installation.

.5 For full requirements on electrical control stations and enclosures, refer to Division 26.

.8 Electrical

.1 All electrical components to be rated for Class 1 Zone 2 Group IIa/IIb

.2 Motors shall be supplied in accordance with Section 26 05 80 - Fractional Horsepower Motors and/or 26 05 81 – Motors 0.746 to 149 kW for motor requirements.

.3 Provide totally-enclosed, fan-cooled (TEFC), 600V, 60 Hz, 3 phase motors. Provide motors suitable for installation in Class 1 Zone 2 Group IIa/IIb hazardous location, in accordance with NFPA 820 and CSA C22.1.

.4 Provide motors suitable for continuous duty, constant speed operation. Minimum Service Factor: 1.15.

.5 Motors supplied by VFD shall be inverter duty rated.

.6 All electrical components shall be CSA certified, or other acceptable certification body as per Technical Safety BC’s list of approved certification marks. If the Suppliers equipment does not conform to the requirements of the subclause, Supplier shall be responsible for obtaining special inspection for CSA approval. The Supplier shall be responsible to bare the costs of any required changes.

.9 Maintenance and Accessibility

.1 DAF much be designed to permit routine service, repair or replacement of parts by operations staff without having to enter DAF tank, conduct confined space entry, or awkward work postures as defined by WorkSafeBC OHS Regulation and WorkSafeBC OHS Guidelines.

.2 Provide access hatches in the elevated walkway as necessary to permit access to any mechanical equipment located below the walkway.

.10 Lubrication

.1 Provide lubrication points and grease fittings in readily accessible areas for operations staff.

.2 Provide sight tubes to indicate oil levels.

Page 185: EQUIPMENT SUPPLY CONTRACT

City of Powell River 46 71 23 Consolidated Wastewater Treatment Facility DISSOLVED AIR FLOTATION THICKENING DAF Thickener Equipment Supply - RFP 2019-02 EQUIPMENT 2019-12/172098 Page 13 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\467123.doc: December 23, 2019

2.6 ACCESSORIES

.1 Equipment Identifications Plates: Provide 16-gauge stainless steel identification plates securely mounted to all major equipment and motorized components in a readily visible location. The plate to bear ¼ inch die stamped equipment name, tag number, and relevant equipment information.

2.7 SURFACE PROTECTION

.1 Provide completely corrosion resistant materials of construction (stainless steel, fiberglass, plastic, etc.) such that shop, or field applied protective coating are not required.

.2 Provide completely corrosion resistant miscellaneous parts such as brackets, spacers, guards, fabricated from type 304 stainless steel or plastic.

.3 Ensure all plastic components are chemically compatible for service.

.4 Chemically passivate all stainless steel components and welds in accordance with ASTM A967M.

.5 Provide items such as motors, gear reducers, pumps, air compressors, etc. with manufacturer's finish coatings suitable for service with the expected environment.

2.8 SPARE PARTS

.1 Supply spare parts as recommended by the equipment Supply Contractor. Include two of each item which are recommended to be replaced during the normal annual preventative maintenance routine.

Part 3 Execution

3.1 SUPPLY CONTRACTOR’S REPRESENTATIVE

.1 The Supply Contractor’s representative is required to attend site and provide training for operations and maintenance staff, witness installation and start-up testing, modifying control system programming, witness and optimize operation during commissioning, and ensure the equipment is installed and operated as intended.

.2 The minimum site attendance is identified in the following table along with the form that is required to be completed on each of these trips. A “day” is defined as eight working hours on site.

Visit Number Description/Task Duration (days)

1 Inspection of equipment upon delivery and offloading, and review of storage facilities

1

3 Installation Assistance, Witnessing of Equipment Installation, and Certification of Installation

2

4 Start-up Testing Witnessing 1

Page 186: EQUIPMENT SUPPLY CONTRACT

City of Powell River 46 71 23 Consolidated Wastewater Treatment Facility DISSOLVED AIR FLOTATION THICKENING DAF Thickener Equipment Supply - RFP 2019-02 EQUIPMENT 2019-12/172098 Page 14 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\467123.doc: December 23, 2019

Visit Number Description/Task Duration (days)

5 Commissioning and Performance Evaluation 5

6 Operator and Maintenance Training 2

3.2 WARRANTY

.1 The Supply Contractor to provide a warranty period in accordance with GC 4.4 Warranty and Guarantee, in Section 00 72 00 – General Conditions.

3.3 FACTORY TESTING

.1 Conduct factory acceptance testing prior to unit shipment to site. Make allowances for witness of factory acceptance testing by the Engineer.

.2 The factory acceptance test to include tank and piping leakage tests, motor voltage and rotation checks and complete testing of control function. Submit factory acceptance testing reports.

.3 Notify the Engineer of a factory test at least four (4) weeks prior to the estimated test date. The Engineer reserves the right to witness factory testing.

3.4 DELIVERY, STORAGE, AND HANDLING

.1 Deliver, store, and handle equipment in accordance with Section 01 65 00 – Shipment, Protection, and Storage. Coordinate with Contractor as necessary.

.2 Ship equipment pre-assembled to the degree which is practicable; equipment to be appropriately crated and delivered to protect against damage during shipment.

.3 Provide storage instructions indicated specific requirements to ensure there is no weathering, corrosion, contamination, mechanical damage, distortion, or any other deterioration of the components.

.4 Identify all other special storage requirements and ensure requirements are clearly communicated to and understood by the General Contractor

3.5 INSTALLATION

.1 Conform to the requirements of Section 01 87 13 – Equipment, System Performance, and Operational Testing.

.2 The General Contractor is to ensure the equipment is installed plumb, square and true in accordance with the Supply Contractor’s written requirements and instructions.

.3 Include the recommended oil and grease for the first twelve (12) months of operation.

.4 Nameplates, plant equipment identification and maintenance direction signs must be clearly visible. Apply manufacture supplied warning and maintenance instructions in conspicuous locations.

Page 187: EQUIPMENT SUPPLY CONTRACT

City of Powell River 46 71 23 Consolidated Wastewater Treatment Facility DISSOLVED AIR FLOTATION THICKENING DAF Thickener Equipment Supply - RFP 2019-02 EQUIPMENT 2019-12/172098 Page 15 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\467123.doc: December 23, 2019

3.6 START-UP TESTING

.1 Contractor to conduct start-up testing in accordance with Section 01 87 19 – Equipment, System Performance, and Operational Testing, prior to commissioning and performance evaluation.

.2 Supply Contractor to provide factory trained engineer/technician to inspect the installation of the equipment, test the equipment, supervise the initial operation of the treatment system, demonstrate the performance of the equipment, and to instruct the Owner’s personnel in the operation of the equipment. Factory services shall include give (5) days on-site during installation, start-up and performance demonstration.

.3 Prior to unit start-up, all installed equipment shall be inspected for proper alignment, proper connection and satisfactory performance in accordance with Section 01 87 19 – Equipment, System Performance, and Operational Testing.

3.7 COMMISSIONING AND PROCESS PERFORMANCE EVALUATION

.1 Commissioning of the DAF system to occur upon the wastewater treatment facility biological reactors achieving steady-state performance.

.2 During start-up and commissioning of the DAF system, the equipment Supply Contractor is to make all initial adjustments to the equipment and operate the equipment intermittently for five (5) continuous days at 8 hours per day, to demonstrate that the system performs its intended functions. During this performance period, not less than four (4) representative samples per day of DAF float and WAS feed shall be tested for D total solids concentration and fats, oils and grease. Solids feed rates and polymer consumption shall be recorded.

.3 In the event of a mechanical failure occurs, the testing period shall cease, and corrective action taken. After completion of the corrective action the commissioning period will be restarted for another five (5) day period until satisfactory operation is achieved.

.4 In the event that the DAF system fails to meet the required performance, the testing period shall cease, and corrective action taken upon approval of the Engineer. After completion of the corrective action the commissioning period to be restarted for another five (5) day period until satisfactory operation is achieved.

.5 All costs associated with failure to achieve the required performance or mechanical failure are solely the responsibility of the General Contractor or Supply Contractor.

3.8 OPERATOR TRAINING

.1 Provide training sessions to instruct the Owner’s personnel in the operation and maintenance of the system, in accordance with Section 01 79 00 - Training. Training of the Owner’s personnel to be provided by an experienced factory engineer. Training to include a hands-on demonstration of all aspects of the operation and a simulation of all control and alarm functions.

.2 General Contractor responsible for overall coordination of training activities.

.3 Supply Contractor to coordinate training activities with General Contractor and integrate with other training components if necessary. Provide training only after Engineer’s acceptance of treatment facility Operating and Maintenance Manuals.

Page 188: EQUIPMENT SUPPLY CONTRACT

City of Powell River 46 71 23 Consolidated Wastewater Treatment Facility DISSOLVED AIR FLOTATION THICKENING DAF Thickener Equipment Supply - RFP 2019-02 EQUIPMENT 2019-12/172098 Page 16 of 16

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\467123.doc: December 23, 2019

.4 Owner to set training date. Supply Contractor to be given at least four (4) weeks notice prior.

END OF SECTION

Page 189: EQUIPMENT SUPPLY CONTRACT
Page 190: EQUIPMENT SUPPLY CONTRACT

City of Powell River     

  A‐1 P:\20

1720

98\00_Pwll_Rvr_W

WTP

\Eng

ineerin

g\07

.00_Con

tract_Doc_Prep\Eq

uip_prep

urchase\02

_DAF_thickene

r\cover_ld_she

ets.do

cx 

APPENDIX A ‐ DRAWING PACKAGE 

   

Page 191: EQUIPMENT SUPPLY CONTRACT

SCREEN #1

SCREEN #2

INFLUENT

CHAMBER

LIFT

STATION

FORCE MAIN

FROM WESTVIEW

GRAVITY SEWER FROM

TOWNSITE/CRANBERRY

ASH STREET AND

MILL HAUL ROAD

M

BYPASS

EFFLUENT

CHAMBER

PARSHALL

FLUME

BIO-REACTOR

INFLUENT

SPLITTER

ANOXIC

AN1

AERATION

A1

AERATION

A2

SECONDARY

CLARIFIER 1

UV #1

UV #2

UV #3

TREATED EFFLUENT

TO MARINE OUTFALL

DISCHARGE

AERATION

A1

SECONDARY

CLARIFIER 2

AERATION

A1

SECONDARY

CLARIFIER 3

AERATION

A1

SECONDARY

CLARIFIER 4

TO OFF SITE

BENEFICIAL REUSE

CENTRIFUGE

#1

CENTRIFUGE

#2

DISSOLVED

AIR

FLOTATION

THICKENER

AEROBIC

DIGESTER

#1

AEROBIC

DIGESTER

#2

GRIT

SYSTEM

LEGEND

SEWAGE (MAJOR PROCESS)

SLUDGE / SCUM / SCREENINGS / GRIT

SEWAGE (MINOR PROCESS)

LUND SLUDGE

LUND SLUDGE

INTERNAL RECYCLING

RAS

RAS

RAS

RAS

BIO-REACTOR #1

Na

2

CO

3

Na

2

CO

3

BIO-REACTOR #2

BIO-REACTOR #3

BIO-REACTOR #4

WAS

WAS

WAS

WAS

POLYMER

BYPASS

POLYMER

INTERNAL RECYCLING

INTERNAL RECYCLING

INTERNAL RECYCLING

WET WEATHER STEP FEED

Na

2

CO

3

TO OFF SITE

DISPOSAL

O / F BYPASS

FORCE MAIN

FROM WESTVIEW

SEPTAGE

RECEIVING

STATION

POLYMER

ANOXIC

AN1

ANOXIC

AN1

ANOXIC

AN1

AERATION

A2

AERATION

A2

AERATION

A2

SCUM

SCUM

SCUM

SCUM

CITY OF POWELL RIVER

CONSOLIDATED WWTP

20172098-00

 

PROCESS

GENERAL

PROCESS FLOW DIAGRAM

2098-00-D-001 B

A 2019JAN14 T. ROBINSON K. LUI ISSUED FOR 60% DESIGN

B 2019MAR29 T. ROBINSON C. BRACHO ISSUED FOR 90% DESIGN

         

         

         

         

PLO

T D

AT

E: 3/29/2019 10:46:35 A

M

SA

VE

D

AT

E: 3/28/2019 11:48:28 A

M S

AV

ED

B

Y: B

RA

CH

OC

DW

G P

AT

H: \\s-edm

-fs-01\projects\20172098\00_pw

ll_rvr_w

wtp\w

orking_dw

gs\400_process_m

ech\2098-00-d-001.dw

g

DRAWING REVISIONDESCRIPTIONDRAWNDESIGNDATEREV SHEET

IF NOT 50 mm ADJUST SCALES

50 mm

SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE

SCALE:

PRELIMINARY/

FOR DISCUSSION

NOT FOR CONSTRUCTION

DRAFT

Page 192: EQUIPMENT SUPPLY CONTRACT

G

G

G

G

G

G

G

G

GG

G

G

G

G

G

G

G

G

G

G

G

G

G

G

L

O

G

D

U

M

P

SS

SS

SS

SS SS SS SS SS SS

SS

SS

SS

SS

SS

SS

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

UT

UT

UT

UT

UT

UT

UT

UT

UT

W

W

W

W

W

P

P

P

P

P

P

P

P

P

S

S

S

S

S

S

S

S

S

S

S

S

S

S

X

X

X

X

X

X

X

X

X

X

C

B

C

O

S

S

S

S

C

P

S

S

S

S

C

P

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

X

S

S

S

S

S

S

S

S

S

S

S

S

X X X X X X X X X X

SS

SS

SS

SS

S

S

S

S

S

S

S

S

C

B

C

B

C

B

SS SS SS

C

B

C

B

C

B

C

B

SS

S

S

SS

SS

C

B

D

DD

D

SS

SS

SS

SS

SS

SS

SS

SS

DD

F

H

D

CP

PB

FM

FM

FM

FM

F

H

W W W

W

W

W

W W

W

RW

RW

RW RW

FM

FM

F

H

RW RW RW RW RW

RWRW

RWRW

RW

D

X X X X X X X

SS

SS

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

SS

SS

SS

SS

BIOREACTOR COMPLEX

18

19

20

21

22

23

24

27

26

28

29

3

2

17

1

3

1

2

13

14

15

1

7

18

19

20

21

23

24

22

8

9

11

12

10

7

30

33

31

32

27

28

29

26

2

5

DRAWING REVISIONDESCRIPTIONDRAWNDESIGNDATEREV SHEET

IF NOT 50 mm ADJUST SCALES

50 mm

SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE

SCALE:

PRELIMINARY/

FOR DISCUSSION

NOT FOR CONSTRUCTION

DRAFT

PLO

T D

AT

E: 2019-03-29 10:28:07 A

M

SA

VE

D

AT

E: 2019-03-29 9:41:58 A

M S

AV

ED

B

Y: S

HE

WA

NA

DW

G P

AT

H: p:\20172098\00_pw

ll_rvr_w

wtp\w

orking_dw

gs\100_civil\2098-00-c-101.dw

g

CITY OF POWELL RIVER

CONSOLIDATED WWTP

20172098-00

1:500

CIVIL

SITE PLAN

2098-00-C-101 B

A 2019JAN14 D. ANGGABRATA A. SHEWAN ISSUED FOR 60% DESIGN

B 2019MAR29 D. ANGGABRATA A. SHEWAN ISSUED FOR 90% DESIGN

TIE IN WALKWAY TO

EXISTING PATH

TIE IN WALKWAY TO

EXISTING PATH

CONNECT PROPOSED

ACCESS DRIVEWAY TO

EXISTING HAUL ROAD

PROPOSED

LIFT STATION

4 x GRAVITY

PROCESS MAINS TO

BIO-REACTOR

COMPLEX

PROPOSED GENERATOR

600Ø C.M.P. CULVERT c/w

TYPE 11-13 HEADWALLS

ASPHALT

TOP OF SLOPE

900Ø HDPE DR 13.5

OUTFALL

PAD MOUNT

TRANSFORMER

INTERCEPT EXISTING 30"

SANITARY SEWER

WATER FROM

LARCH/LABERNUM

NEIGHBOURHOOD

POWER & COMMUNICATIONS

LARCH/LABERNUM NEIGHBOURHOOD

INTERCEPT EXISTING 30"

SANITARY SEWER

AEROBIC

DIGESTER

#1

AEROBIC

DIGESTER

#2

BIOREACTOR

CELL #3

BIOREACTOR

CELL #4

BIOREACTOR

CELL #1

BIOREACTOR

CELL #2

EXISTING TREATMENT BUILDING

PROCESS GALLERY

TREATMENT

PROCESS BUILDING

ADMINISTRATION

BUILDING

ODOUR CONTROL UNIT

GENERAL NOTES:

1. THE PROJECT COORDINATE SYSTEM IS IN GROUND COORDINATE. TO CONVERT

TO UTM GRID COORDINATES, MULTIPLY EACH COORDINATE BY COMBINED SCALE

FACTOR OF 0.9997455.

2. THE BASE PLAN AN SURVEY PROVIDED BY KOERS ENGINEERING.

3. ALL UNITS ARE IN METERS, UNLESS OTHERWISE NOTED.

4. CONTRACTOR TO PRE-LOCATE EXISTING UTILITIES. NOTIFY ENGINEER

IMMEDIATELY OF CONFLICT WITH DESIGN. CONTACT AND OBTAIN PERMIT FROM

THIRD PARTY UTILITY OWNER(S).

5. DRAWINGS TO BE READ IN CONJUNCTION WITH MMCD (MASTER MUNICIPAL

CONSTRUCTION DOCUMENTS) AND CITY'S BYLAW

6. HIGH DENSITY POLYETHYLENE PIPE:

6.1. PIPE

6.1.1. TO MMCD, CITY'S BYLAW, AWWA MANUAL M55 LATEST EDITION, AWWA

C906, STANDARD PE CODE DESIGNATION PE4710, CELL

CLASSIFICATION PE334434C HYDROSTATIC DESIGN STRESS OF 5.52

MPA (800 PSI) IPS OUTSIDE DIAMETER

6.1.2. PIPE PRESSURE CLASSES SHALL BE DR17 OR AS INDICATED ON

DRAWING, WHICHEVER HAS GREATER CAPACITY.

6.2. JOINTS

6.2.1. HEAT BUTT FUSION TO ASTM D2657 AND IN ACCORDANCE WITH

MANUFACTURER'S RECOMMENDATIONS.

6.2.2. THE CONTRACTOR WILL SUBMIT THE MANUFACTURER'S FUSION

PROCEDURE TO THE ENGINEER FOR REVIEW TWO WEEKS PRIOR

TOFUSION TAKING PLACE. THE PROCEDURE WILL SPECIFY ALL

REQUIRED FUSION PARAMETERS INCLUDING, BUT NOT LIMITED TO,

PRESSURE,TEMPERATURE, DURATION, ACCEPTABLE AMBIENT

CONDITIONS.

6.3. FITTINGS

6.3.1. ALL FITTINGS, BENDS, VALVES AND OTHER FORCEMAIN

APPURTENANCES TO BE FULLY RESTRAINED.

6.3.2. FABRICATED HDPE MITRED FITTINGS TO AWWA C906 SUITABLE FOR

PIPE PRESSURE RATING.

6.3.3. MOULDED HDPE FITTINGS TO ASTM 3261 SUITABLE FOR PIPE

PRESSURE RATING.

6.3.4. FLANGED JOINTS TO AWWA C906 FLAT FACED STUB END AND LOOSE

HOT-DIP GALVANIZED DUCTILE IRON ASTM A536 BACKUP RING

DRILLING TO ANSI C207, CLASS SUITABLE FOR PRESSURE RATING

SPECIFIED IN CONTRACT DOCUMENTS.

7. PVC JOINT RESTRAINT: UNIFLANGE SERIES 1300 OR APPROVED EQUAL.

8. ALL PIPE JOINTS, FITTINGS AND APPURTENANCES TO BE RESTRAINED.

9. RESTRAINERS, BOLTS, FLANGES, AND METALLIC FITTINGS TO BE WRAPPED IN

DENSO PASTE, TAPE, AND PROFILING MASTIC.

10. ALL BOLTS, NUTS, AND WASHERS TO BE STAINLESS STEEL (TYP.).

11. CONTRACTOR TO BE RESPONSIBLE FOR HANDLING AND DISPOSAL OF ASBESTOS

CEMENT PIPE MATERIAL IF ANY.

12. REFER TO MMCD (MASTER MUNICIPAL CONSTRUCTION DOCUMENTS) AND CITY'S

BYLAW FOR DETAILS

13. DRAWINGS TO BE READ IN CONJUNCTION WITH GEOTECHNICAL REPORT BY WSP

CANADA INC. DATED DECEMBER 2018

14. WHERE UTILITIES CROSS WITH SEPARATION LESS THAN 300mm, CONTRACTOR

TO PROVIDE AND PLACE STYROFOAM/ POLYSTYRENE PADS BETWEEN THE

CROSSING UTILITIES, TO EXTEND FOR FULL TRENCH WIDTH AND 1.0m EACH SIDE

OF CROSSING.

15. CONTRACTOR TO BACKFILL TRENCH USING COMPACTED CONTROLLED DENSITY

FILL (CDF) FOR PIPE COVER WITH DEPTH LESS THAN 1.0m.

-

SEE PROJECT COVER SHEET FOR

HOLD ITEM DESCRIPTIONS

(HOLD)

15

16

5

9

600Ø C.M.P. CULVERT c/w

TYPE 11-13 HEADWALLS

350Ø HDPE SANITARY SIPHON

(BY KOER'S ENGINEERING)

450Ø SANITARY FORCEMAIN

(BY KOERS ENGINEERING)

LOCK BLOCK WALLLOCK BLOCK WALL

LOCK BLOCK WALL

16

15

18

17 FIBRE OPTIC CONNECTION FROM NORTH HARBOUR PS

RECLAIMED WATER CONNECTION FROM NORTH HARBOUR PS

Page 193: EQUIPMENT SUPPLY CONTRACT

D-020A

FROM SC 1

D-021B

FROM SC 2

D-022C

FROM SC 3

D-023D

FROM SC 4

D-014G

TO PLANT RECYCLE

D-027A

TO DIGESTERS

PI

311C

NO

PI

311D

VFD

M

FE

311

NO

S

PI

311B

100 - WAS - H1

15 - SA - H1

DN

25

DN

25

200 - WW - H1

100 - TWAS - H1

65 - RF - H1

65 - R

F - H

1

100 - RF - H1

NC

100 x 150

NOTES:

1. INSULATE AND HEAT SERVICE PIPE OUTSIDE AND ABOVE

FROST LEVEL. DRAIN THE SERVICE WATER LINE WHEN NOT USE.

2. REFER TO STANDARDS FOR PIPE PENETRATIONS.

M

TH-3101

SERVICE WATER

DN25

25 - PPSW - E1

TWP-3101

VENDOR SUPPLIED PACKAGE

M

D-029A

FROM POLYMER

SYSTEM

D1

D1

KG

V-3101

AC-3101

NC

DN

50

NC

DN

50

NO

D1

FLOCCULATORNC

NO

NC

NC

P-3101

S

VC

M

M

DAF THICKENER

VC

S

200-TWAS- H1

150-WAS- H1

200-DR- H1

SC-3101

SCC-3101

D1

NO

TWP-3101 THICKENED WAS PUMP No. 1

MAN: NETZCH

TYPE: PROGRESSIVE CAVITY

SIZE: NEMO NM 038BY01P058

FLOW: 2.2 L/S

HEAD: 5 M

DRIVE: 3 HP / 600 V

NOTES:

P-3101 PRESSURIZATION PUMP No. 1

MAN: MP PUMPS

TYPE: CENTRIFUGAL

SIZE:

FLOW: 23 m³/ hr

HEAD: 62.5 M

DRIVE: 11.25 KW / 600 V

NOTES:

PI

311A

NO

CIVIL

MECH

H1

E8

NOTE 2

100 - WAS - H1

100 - WAS - H1

100 - WAS - H1

NO

M

50 - PLY - E1

MECHCIVIL

FC

INSIDE

OUTSIDE

AIR

DRYER

SCC-3101 AUGER

MAN: SEW EURODRIVE

TYPE: MOTOR

SIZE:

MAT: 304SS

POWER: 0.25 KW / 600 V

NOTES:

SCC-3101 DAF SKIMMER

MAN: SEW EURODRIVE

TYPE: MOTOR

SIZE:

MAT: 304SS

POWER: 0.25 KW / 600 V

NOTES:

AC-3101 AIR COMPRESSOR

MAN: ATLAS COPCO

TYPE: AIR COMPRESSOR

SIZE: LF10-10 CV PF 500

MAT: 304SS

CAP: 38.6 CFM @ 10 PSI

POWER: 10 HP / 230 V / 1800 RPM

NOTES:

SCADA

311

LCP-310

TO SCADA

XR

310

XS

310

XA

310

FROM VENDOR PACKAGE

LCP-310

TO VENDOR LCP

TO VENDOR LCP

VFD -227 TYPICAL FOR (VFD -228)

RUN

STOPALARM

KG

V-

NO

KGV-

NO

KGV-

NO

KGV-

D-014

TO HEADWORKS

BA

V-

KGV-

NO

BA

V-

BA

V-

BA

V-

BA

V-

BA

V-

PNEUMATIC PANEL

KGV-

CHV-

NONO

S

D1

S

AIR DISSOLVING TUBE

3x DN15

PVC C/W

DN15 BALL

VALVES

CITY OF POWELL RIVER

CONSOLIDATED WWTP

20172098-00

PROCESS

PIPING AND INSTRUMENTATION DIAGRAM

DAF SLUDGE THICKENER

2098-00-D-026 B

A 2019JAN14 T. ROBINSON K. LUI ISSUED FOR 60% DESIGN

B 2019MAR29 J. LEONG C. BRACHO ISSUED FOR 90% DESIGN

PLO

T D

AT

E: 3/29/2019 11:00:54 A

M

SA

VE

D

AT

E: 3/29/2019 10:29:26 A

M S

AV

ED

B

Y: B

RA

CH

OC

DW

G P

AT

H: \\s-edm

-fs-01\projects\20172098\00_pw

ll_rvr_w

wtp\w

orking_dw

gs\400_process_m

ech\2098-00-d-026.dw

g

DRAWING REVISIONDESCRIPTIONDRAWNDESIGNDATEREV SHEET

IF NOT 50 mm ADJUST SCALES

50 mm

SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE

SCALE:

PRELIMINARY/

FOR DISCUSSION

NOT FOR CONSTRUCTION

DRAFT

4

SEE PROJECT COVER SHEET

FOR HOLD ITEM DESCRIPTIONS

(HOLD)

Page 194: EQUIPMENT SUPPLY CONTRACT

A.3

C.3

B.3

D.3

3.1 3.33.2 3.4

2.32.22.1

A.2

B.2

2.72.62.52.42.32.22.1

A.2

B.2

C.2

2.72.62.52.42.32.22.1

A.2

B.2

C.2

AREA CLASSIFICATION LEGENDCLASS 1, ZONE 2HAZARDOUS LOCATIONCATEGORY 2 CORROSIVE

CATEGORY 2 CORROSIVE

DA

TE

:

50 mm

DRAFT

PRELIMINARY/FOR DISCUSSIONNOT FOR CONSTRUCTION

IF NOT 50 mm ADJUST SCALESSCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE

DESCRIPTIONDRAWNDESIGNDATEREV SCALE: AS SHOWN DRAWING REVISION SHEET

2019

-03-

29 1

2:38

:39

PM

Z:\a

e\b

im\r

evi

t_2

019\

209

8-0

0-m

p-e

lec_

tum

ak_

bac

k up

\20

98-0

0-m

p-e

lec_

tum

ak.r

vt

SITE HAZARDOUS AREA CLASSIFICATIONS

514

ELECTRICAL

CITY OF POWELL RIVER

CONSOLIDATED WWTP

20172098-00

2098-00-E- B

A L. DELANGE2019JAN14 S. ROOT ISSUED FOR 60% DESIGN

B S. PODDER2019MAR29 K. TUMA ISSUED FOR 90% DESIGN

PLAN-

1 : 200

BIOREACTOR

1

PLAN-

1 : 200

PROCESS BASEMENT

2

PLAN-

1 : 200

PROCESS FIRSTFLOOR

5

PLAN-

1 : 200

PROCESS GROUNDFLOOR

4

Page 195: EQUIPMENT SUPPLY CONTRACT

A.2

B.2

C.2

2.5 2.6 2.7

1D-2-301

_______

1D-2-302

_______

1D-2-305

_______ 1D-2-306

_______ 1D-2-307

_______

VIEWING ROOM

DAF ROOM

CENTRIFUGE ROOM

1D-2-308

_______ DAF THICKENERTH-3101

2D-2-306

_______

2D-2-307

_______ 3D-2-307

_______

100 mm- GR- B3GRIT PUMP DISCHARGE TOGRIT CLASSIFIER

200 mm- WW- H1DAF DRAIN RECYCLE TOPLANT INLET CHAMBER

200mm KNIFE GATE VALVE(N/O)

200 mm- WW- H1DAF DRAIN RECYCLE TOPLANT INLET CHAMBER

100 mm- TWAS- H1THICKENED SLUDGE FROMDAF TO DIGESTERS

200 mm- TWAS- H1SLUDGE TRANSFER PUMPSUCTION

150 mm- WAS- H1SLUDGE PIPE FROMFLOCCULATION TO DAF

25 mm- SA- H1TO AIR DISSOLVING TUBE

SLUDGE TRANSFERPUMPTWP-3101

FLOCCULATOR

AIR RELEASE VALVE

50 mm- PLYS- E1POLYMER DOSING PIPE

150 mm- WAS- H1

65 mm- RF- H1CONNECT WITH AIRDISSOLVING TUBE

25 mm- PLYS- E1

100 mm- AAS- H1CENTRIFUGE DRAIN, SEEMECHANICAL DWG. FORCONTINUATION

CENTRIFUGE 1CEF-3301

100 mm- AAS- H1CENTRIFUGE DRAIN, SEEMECHANICAL DWG. FORCONTINUATION

CENTRIFUGE 2CEF-3302

25 mm- PLYS- E1

GANTRY CRANE

DAF COMPRESSOR

NOTE:REFER TO DWG. D-2-102 FOR HOLD ITEMS.

DA

TE

:

50 mm

DRAFT

PRELIMINARY/FOR DISCUSSIONNOT FOR CONSTRUCTION

IF NOT 50 mm ADJUST SCALESSCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE

DESCRIPTIONDRAWNDESIGNDATEREV SCALE: AS SHOWN DRAWING REVISION SHEET

2019

-03-

28 2

:03:

51 P

MZ

:\ae\

cad

\209

8-0 0

-d-P

W W

WT

P_z

hou

j.rvt

DAF AND CENTRIFUGES - PLAN AT 27.30

D-2-106

PROCESS MECHANICAL

CITY OF POWELL RIVER

CONSOLIDATED WWTP

20172098-00

2098-00-

PROCESS BUILDING

B

A M.TSHIBANG2019JAN14 J.ZHOU ISSUED FOR 60% DESIGN

B T.ROBINSON2019MAR29 J.ZHOU ISSUED FOR 90% DESIGN

PLAN-

1 : 50

DAF ANDCENTRIFUGES - PLANAT 27.30

1

PLANTRUE

(HOLD)

SEE PROJECT COVER SHEETFOR HOLD ITEM DESCRIPTIONS

-

Page 196: EQUIPMENT SUPPLY CONTRACT

A.2

B.2

C.2

2.5 2.6 2.7

1D-2-301

_______

1D-2-302

_______

1D-2-305

_______ 1D-2-306

_______ 1D-2-307

_______

1D-2-308

_______

CHEMICAL ROOM

CENTRIFUGE BIN ROOM

ELECTRICAL ROOMCONTROL ROOM

SLUDGE BIN

SLUDGE BIN

2D-2-306

_______

100 mm- TWAS- H1THICKENED SLUDGE FROMDAF TO DIGESTERS

200 mm- WAS- H1WAS HEADER FROMSECONDARY CLARIFIERS TODAF

150 mm- DIS- H1DIGESTED SLUDGE FROMAEROBIC DIGESTERS TOCENTRIFUGES

POLYMER PUMP SKIDPYSP-3402/PYSP-3401

FUTURE POLYMERMIXING AND DAY TANK

POLYMER MIXING ANDDAY TANK

POLYMER DISPERSERSKID

FUTURE POLYMERDISPERSER SKID

NOTE:REFER TO DWG. D-2-102 FOR HOLD ITEMS.

DA

TE

:

50 mm

DRAFT

PRELIMINARY/FOR DISCUSSIONNOT FOR CONSTRUCTION

IF NOT 50 mm ADJUST SCALESSCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE

DESCRIPTIONDRAWNDESIGNDATEREV SCALE: AS SHOWN DRAWING REVISION SHEET

2019

-03-

28 2

:03:

53 P

MZ

:\ae\

cad

\209

8-0 0

-d-P

W W

WT

P_z

hou

j.rvt

DAF AND CENTRIFUGES - PLAN AT 22.50

D-2-107

PROCESS MECHANICAL

CITY OF POWELL RIVER

CONSOLIDATED WWTP

20172098-00

2098-00-

PROCESS BUILDING

B

A M.TSHIBANG2019JAN14 J.ZHOU ISSUED FOR 60% DESIGN

B T.ROBINSON2019MAR29 J.ZHOU ISSUED FOR 90% DESIGN

PLAN-

1 : 50

DAF ANDCENTRIFUGES - PLANAT 22.50

1

PLANTRUE

(HOLD)

SEE PROJECT COVER SHEETFOR HOLD ITEM DESCRIPTIONS

-

Page 197: EQUIPMENT SUPPLY CONTRACT

BIO ROOF

21500

PRO FIRST FLOOR

25300

PRO ROOF

29900

PRO BASEMENT

20500

2.52.62.7

DAF ROOM

ELECTRICAL ROOM

CONTROL ROOM

DAF THICKENERTH-3101

200mm KNIFE GATE VALVE

25 mm- SA- H1TO AIR DISSOLVING TUBE

200 mm- TWAS- H1SLUDGE TRANSFER PUMPSUCTION

150 mm- WAS- H1SLUDGE PIPE FROMFLOCCULATION TO DAF

65 mm- RF- H1CONNECT WITH AIRDISSOLVING TUBE

100 mm- TWAS- H1THICKENED SLUDGE FROMDAF TO DIGESTERS

200 mm- AAS- H1DAF DRAIN, SEE MECHANICALDWG. FOR CONTINUATION 86

5

200 mm- WW- H1DAF DRAIN RECYCLE TOPLANT INLET CHAMBER

DA

TE

:

50 mm

DRAFT

PRELIMINARY/FOR DISCUSSIONNOT FOR CONSTRUCTION

IF NOT 50 mm ADJUST SCALESSCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE

DESCRIPTIONDRAWNDESIGNDATEREV SCALE: AS SHOWN DRAWING REVISION SHEET

2019

-03-

28 2

:04:

49 P

MZ

:\ae\

cad

\209

8-0 0

-d-P

W W

WT

P_z

hou

j.rvt

DAF AND CENTRIFUGES - SECTION (3)

D-2-308

PROCESS MECHANICAL

CITY OF POWELL RIVER

CONSOLIDATED WWTP

20172098-00

2098-00-

PROCESS BUILDING

B

A M.TSHIBANG2019JAN14 J.ZHOU ISSUED FOR 60% DESIGN

B T.ROBINSON2019MAR29 J.ZHOU ISSUED FOR 90% DESIGN

SECTION 1 : 50

D-2-106 SECTION A16

1

4

(HOLD)

(HOLD)

SEE PROJECT COVER SHEETFOR HOLD ITEM DESCRIPTIONS

-

Page 198: EQUIPMENT SUPPLY CONTRACT
Page 199: EQUIPMENT SUPPLY CONTRACT

City of Powell River     

  B‐1 P:\20

1720

98\00_Pwll_Rvr_W

WTP

\Eng

ineerin

g\07

.00_Con

tract_Doc_Prep\Eq

uip_prep

urchase\02

_DAF_thickene

r\cover_ld_she

ets.do

cx 

APPENDIX B ‐ NOVATION AGREEMENT 

    

Page 200: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 52 61 Consolidated Wastewater Treatment Facility NOVATION AGREEMENT DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 1 of 5

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\AppendixB_005261.doc: December 20, 2019

NOVATION AGREEMENT BETWEEN:

THE CITY OF POWELL RIVER (OWNER) AND:

(CONTRACTOR) AND:

(SUPPLY CONTRACTOR) WHEREAS:

A. Owner entered into a Contract with Supply Contractor dated [ ], for the supply of

[ ] (Supply Contract), which is annexed hereto as Appendix "A";

B. It is a requirement of the Supply Contract that the Supply Contractor enter into a

Novation Agreement with the General Contractor selected by the Owner;

C. Owner entered into a contract with Contractor dated [ ], for [ ]

(Construction Contract);

D. It is a requirement of the Construction Contract that the Contractor enter into a

Novation Agreement with Supply Contractor so that Supply Contractor becomes a subcontractor

to Contractor;

NOW THEREFORE in consideration of the premises and of the mutual agreements

hereinafter contained the parties agree as follows;

1. The Contractor and Supply Contractor agree to be bound by the terms of the Supply

Contract, annexed hereto as Appendix "A", with the Contractor assuming all the rights and

obligations of the Owner as set out therein.

2. Supply Contractor retains all the rights and obligations set out in the Supply Contract

and henceforth accepts the Contractor in place of the Owner.

Page 201: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 52 61 Consolidated Wastewater Treatment Facility NOVATION AGREEMENT DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 2 of 5

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\AppendixB_005261.doc: December 20, 2019

3. Supply Contractor agrees that henceforth it is a subcontractor to the Contractor in

respect of the Construction Contract.

4. Supply Contractor hereby releases the Owner from all of the Owner's obligations

under the Supply Contract and from all claims of every nature whatsoever arising therefrom,

excepting only those claims, if any, already notified to the Owner in writing, and acknowledges

that it will henceforth look only to the Contractor for the discharge of the Owner's obligations

thereunder and that only the Contractor may exercise the rights of the Owner thereunder.

5. Henceforth, the terms and conditions of the Construction Contract insofar as they can

apply to a subcontract shall govern the relations between the Contractor and the Supply

Contractor; provided nevertheless, that if any term of the Construction Contract is inconsistent

with any payment provision or Special Condition or Special Provision in the Supply Contract

such payment provision, Special Condition or Special Provision of the Supply Contract shall

prevail.

6. The Owner and Supply Contractor agree that the Supply Contract between them has

been terminated.

7. It is agreed that as of the date hereof [$ ___________] is owing to the Supply

Contractor under the Supply Contract.

Page 202: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 52 61 Consolidated Wastewater Treatment Facility NOVATION AGREEMENT DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 3 of 5

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\AppendixB_005261.doc: December 20, 2019

IN WITNESS WHEREOF the parties have hereunto affixed their hands and seals this _____ day of ______ , 20 _____ . For Corporate Owner: The Corporate Seal of:

Owner (please print full corporate name) Seal

was hereunto affixed in the presence of:

Authorized Signing Officer Title

Authorized Signing Officer Title

For Individual Owner:

Owner (please print) Signature

Signature of Witness

Address of Witness

Occupation

Page 203: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 52 61 Consolidated Wastewater Treatment Facility NOVATION AGREEMENT DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 4 of 5

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\AppendixB_005261.doc: December 20, 2019

For Individual or Partnership: SIGNED, SEALED AND DELIVERED by:

Contractor (please print) Signature

in the presence of: Title

Name

Address

City/Prov/PC Seal

Occupation For Limited Company:

The Corporate Seal of:

l Contractor (please print) was hereunto affixed in the presence of:

Authorized Signing Officer Title Seal

Authorized Signing Officer Title

NOTE: If Contractor is a joint venture, add additional forms of execution for each member of the joint venture in the appropriate form or forms as above.

Page 204: EQUIPMENT SUPPLY CONTRACT

City of Powell River 00 52 61 Consolidated Wastewater Treatment Facility NOVATION AGREEMENT DAF Thickener Equipment Supply - RFP 2019-02 2019-12/172098 Page 5 of 5

P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\AppendixB_005261.doc: December 20, 2019

For Individual or Partnership: SIGNED, SEALED AND DELIVERED by:

Supply Contractor (please print) Signature

in the presence of: Title

Name

Address

City/Prov/PC Seal

Occupation For Limited Company:

The Corporate Seal of:

Supply Contractor (please print) was hereunto affixed in the presence of:

Authorized Signing Officer Title Seal

Authorized Signing Officer Title

NOTE: If Supply Contractor is a joint venture, add additional forms of execution for each member of the joint venture in the appropriate form or forms as above.

END OF DOCUMENT