INVITATION TO TENDER “ITT” PS20162025

130
FINANCE RISK AND SUPPLY CHAIN MANAGEMENT SUPPLY CHAIN MANAGEMENT Page 1 of 2 City of Vancouver Finance, Risk and Supply Chain Management - Supply Chain Management 453 West 12th Avenue Vancouver, British Columbia V5Y 1V4 Canada tel: 604.873.7263 fax: 604.873.7057 website: vancouver.ca INVITATION TO TENDER “ITT” PS20162025 BURRARD MARINA FLOAT RENEWAL ADDENDUM NO. 1 March 24, 2017 1. SPECIFICATIONS Delete from the Specifications all specifications listed in Schedule 2 of Part D and add the following specifications attached hereto: Section No. Title Revision 01 00 00 General Instructions March 22, 2017 01 74 19 Project Waste Management March 22, 2017 02 42 13 Deconstruction March 22, 2017 03 20 00 Concrete Reinforcing D 03 40 00 Precast Concrete D 13 34 00 Water Entry Enclosure-Design Build C 21 00 00 Fire Water System D 26 00 00 Electrical General Requirements B 31 62 00 Driven Piles D 35 51 30 Marina Floats D 331116.03 Marina Potable Water on Floats C All other conditions and specifications remain unchanged. [End of page]

Transcript of INVITATION TO TENDER “ITT” PS20162025

Page 1: INVITATION TO TENDER “ITT” PS20162025

FINANCE RISK AND SUPPLY CHAIN MANAGEMENTSUPPLY CHAIN MANAGEMENT

Page 1 of 2 City of Vancouver Finance, Risk and Supply Chain Management - Supply Chain Management 453 West 12th Avenue Vancouver, British Columbia V5Y 1V4 Canada tel: 604.873.7263 fax: 604.873.7057 website: vancouver.ca

INVITATION TO TENDER “ITT” PS20162025

BURRARD MARINA FLOAT RENEWAL

ADDENDUM NO. 1

March 24, 2017

1. SPECIFICATIONS

Delete from the Specifications all specifications listed in Schedule 2 of Part D and add the following specifications attached hereto:

Section No. Title Revision

01 00 00 General Instructions March 22, 2017

01 74 19 Project Waste Management March 22, 2017

02 42 13 Deconstruction March 22, 2017

03 20 00 Concrete Reinforcing D

03 40 00 Precast Concrete D

13 34 00 Water Entry Enclosure-Design Build C

21 00 00 Fire Water System D

26 00 00 Electrical General Requirements B

31 62 00 Driven Piles D

35 51 30 Marina Floats D

331116.03 Marina Potable Water on Floats C

All other conditions and specifications remain unchanged.

[End of page]

Page 2: INVITATION TO TENDER “ITT” PS20162025

FINANCE RISK AND SUPPLY CHAIN MANAGEMENTSUPPLY CHAIN MANAGEMENT

Page 2 of 2 City of Vancouver Finance, Risk and Supply Chain Management - Supply Chain Management 453 West 12th Avenue Vancouver, British Columbia V5Y 1V4 Canada tel: 604.873.7263 fax: 604.873.7057 website: vancouver.ca

This addendum must be completed and attached to the Tenderer’s Tender.

If the Tenderer has already submitted its Tender, this addendum shall be submitted to the Supply Chain Management Office, City of Vancouver, 453 West 12th Avenue, Vancouver, British Columbia, Canada, V5Y 1V4, (courier delivery and drop off is at the drop box at the Supply Chain Management Office on the 4th Floor of the same address), prior to the Closing Time: 3:00 p.m. Vancouver Time, Tuesday, April 18, 2017 in an envelope clearly marked “Addendum No. 1 to ITT No. PS20162025: Burrard Marina Float Renewal.”

NAME OF VENDOR

________________________________________

SIGNATURE OF AUTHORIZED SIGNATORY

DATE

Page 3: INVITATION TO TENDER “ITT” PS20162025

INVITATION TO TENDER NO. PS20162025 Section 01 00 00 BURRARD MARINA FLOAT RENEWAL GENERAL INSTRUCTIONS _________________________________________________________________________________________

1.1 Related Sections

.1 01 74 19 - Project Waste Management.

1.2 Summary of Work

.1 The Work includes, but is not limited to, the following major items of Work:

Burrard Marina – Upland Infrastructure – Electrical and Water Distribution

Refer documents prepared by Advisian/Worley Parsons

.2 Work by other contractors under a separate contract:

Burrard Marina – Float Renewal, including pile driving and utilities distribution

1.3 Documents Required

.1 Retain on site or have digital access to the following documents on site at all times:

.1 As well as the Documents listed in the Invitation to Tender and the General Conditions, the Documents at the site shall also include:

a) Vancouver Building By-law – latest revision in force. b) Reviewed Shop Drawings.

c) Contemplated Change Orders.

d) Change Orders.

e) Supplemental Instructions.

f) Field Test Reports.

g) Approved and Current Construction Schedule.

h) Manufacturer's installation and application instructions.

i) Approved colour schedule and colour board.

j) Letters of Environmental Approval

k) WCB Regulations.

l) Contractor Safety Manual.

1.4 Specifications

.1 The Specifications are complementary to the Drawings and Details and what is required by any one shall be as binding as if required by all.

.2 The General Conditions of the Contract, Supplementary General Conditions, and General Requirements all form an integral part of each individual section of the Specifications. Read, interpret, and coordinate with all other parts.

1.5 Notification and Regulatory Requirements

.1 Notification of Authorities:

March 22, 2017 Page 1

Page 4: INVITATION TO TENDER “ITT” PS20162025

INVITATION TO TENDER NO. PS20162025 Section 01 00 00 BURRARD MARINA FLOAT RENEWAL GENERAL INSTRUCTIONS _________________________________________________________________________________________

a) Notify the appropriate authorities of intention to carry out operations in the vicinity of a utility or structure at least one (1) week prior to commencement of such operation.

b) Obtain approval for access to any operations carried out on adjacent public and private property.

1.6 Site Superintendent

.1 Provide Construction Manager’s and Site Superintendent’s mobile phone numbers and email addresses to the Project Manager.

1.7 Noisy Work Hours of Operation

.1 Conform to the City of Vancouver Noise By-Laws.

Testing Laboratory Services and Inspections

.1 The Contractor is responsible for coordination and costs of inspections and tests required by laws, ordinance, rules, guaranties/warranties, contract documents, regulations, orders or approvals of public authorities relating to the work and for the preservation of public health and construction safety. Such inspections shall be included, arranged and paid for directly by the Contractor.

Refer to specific sections of the specifications for other required inspections to be arranged and paid for by the Contractor as part of this Contract.

.2 The Owner will employ and pay for the following inspections:

i. Geotechnical testing by the geotechnical engineering firm that prepared the geotechnical

ii. reports accompanying these documents, as outlined by the geotechnical reports and where required by the Contract Documents.

iii. Concrete testing as outlined in 03 30 00.

iv. Welding Engineer and Testing Agency (if applicable) as outlined in 05 10 00.

v. Other inspections as noted in the Contract Documents.

.3 The Contractor shall inform the Owner about the schedule for such inspections, co-operate with inspectors and facilitate the execution of all inspection services.

Particular requirements for inspection and testing to be carried out by testing laboratory approved by the Owner or Consultant, if one is retained, are specified under various sections.

Where tests or inspections by designated testing laboratory reveal Work not in accordance with contract requirements, the Contractor is responsible to pay costs for additional tests or inspections as the Owner or Consultant may request in order to verify acceptability of corrected Work.

.4 The contractor shall be responsible for site surveying, providing a utility locate survey and complete a BC One Call “before you dig” before excavation of the site in order to complete the work.

March 22, 2017 Page 2

Page 5: INVITATION TO TENDER “ITT” PS20162025

INVITATION TO TENDER NO. PS20162025 Section 01 00 00 BURRARD MARINA FLOAT RENEWAL GENERAL INSTRUCTIONS _________________________________________________________________________________________

Part 2 Administrative Requirements

2.1 Separate Contracts

.1 The Owner reserves the right to enter into other contracts in connection with this Work. Provide reasonable opportunity to other contractors for execution of their Work and proper connection and coordination of their Work.

.2 The Contractor is to remain the designated “prime contractor” under the WorkSafe BC Rules for the site for the duration of the Work unless other specific arrangements are made with the Owner.

.3 If any part of the Work depends on proper execution of the Work of any other contractor, inspect and promptly report to the Owner or Consultant if one is retained any defects in such Work that render it unsuitable. Failure to so inspect and report will constitute an acceptance of the other contractor's Work as fit and proper. A defect which may develop later in the other contractors' Work is an exception.

2.2 Construction Progress Schedule

.1 Provide, within seven (7) Working days after Contract award or as otherwise specified in the contract documents, schedule showing anticipated progress stages and final completion of Work within time period required by the Contract Documents.

.2 Provide Schedule in a Critical Path Method Bar (GANTT) Chart format as otherwise required by the Owner or Consultant.

.3 Throughout the duration of the Work, revise schedule whenever any significant change occurs that, in the opinion of the Owner or Consultant if one is retained, necessitates revisions.

.4 the Burrard Marina is to remain fully operational with limited disruptions and the contractor shall maintain the life safety requirements during the work, which includes and monitory fixed physical exit path of travel. The contractor shall schedule the construction work with limited number 2 – 3 partial closures lasting 1-2 days. The contractor shall coordinate and provide a detailed construction schedule of the intended closures for coordination with the marina staff and its member and public.

2.3 Pre-construction Meeting

.1 Within one week after award of the Contract, the Consultant will request a meeting to discuss and resolve administrative procedures and responsibilities.

.2 Ensure representatives of the Owner, Contractor and major Subcontractors are in

attendance.

.3 Establish time and location of meeting and notify all parties concerned to attend. Notify all parties minimum 5 days before meeting.

.4 The Agenda includes the following:

a) Appointment of official representatives of participants in the Work.

b) Schedules of work, progress scheduling.

c) Schedule and procedures for submission of shop drawings, products,

materials, samples and mock-ups.

d) Requirements for temporary facilities, offices, storage sheds, utilities, March 22, 2017 Page 3

Page 6: INVITATION TO TENDER “ITT” PS20162025

INVITATION TO TENDER NO. PS20162025 Section 01 00 00 BURRARD MARINA FLOAT RENEWAL GENERAL INSTRUCTIONS _________________________________________________________________________________________

hoarding, temporary dust tight partitions.

e) Traffic Management Plan – when required by schedule.

f) Substitutions.

g) Delivery schedule of specified equipment.

h) Site security.

i) Change Directives, Notices of Contemplated Changes, Change Orders, procedures, approvals required, time extensions, overtime, administrative requirements.

j) Owner-provided products.

k) Quality Control.

l) Discuss communication by correspondence, transmittals, reports and the like, between parties.

m) Review adequacy of distribution of Contract Documents.

n) Record Drawings.

o) Maintenance Manuals.

p) Take-over procedures, acceptance, warranties.

q) Monthly progress claims, administrative procedures, photographs, hold-backs.

r) Appointment of inspection and testing agencies or firms.

s) Insurances, transcript of policies.

t) Mutually agreed variations to Tender or Contract Documents.

u) Site Use Plan. 2.4 Progress Meetings .1 Schedule and administer regular progress meetings twice monthly throughout

the progress of the Work. Be responsible to:

a) Prepare agenda for meetings.

b) Distribute written notice of each meeting two (2) days in advance of meeting date.

c) Make physical arrangements for meetings.

d) Preside at meetings.

e) Record minutes to include significant proceedings and decisions.

f) Reproduce and distribute copies of minutes.

g) Include health and safety, security, hazardous materials management, waste

management, schedule and upcoming work as standard agenda items. .2 Be prepared to discuss the progress of the Work including but not limited to the

March 22, 2017 Page 4

Page 7: INVITATION TO TENDER “ITT” PS20162025

INVITATION TO TENDER NO. PS20162025 Section 01 00 00 BURRARD MARINA FLOAT RENEWAL GENERAL INSTRUCTIONS _________________________________________________________________________________________

following:

a) Review progress report updates.

b) Review critical Work sequences.

c) Review possible disruptions and disputes caused by industries and trades.

d) Review potential delivery and delay problems and strategies to correct or resolve.

e) Review and identify all shop drawings, samples and mock-ups required. f) Review of Contractor's quality control program and testing.

g) Review off-site fabrication of materials.

h) Delivery, delays, substitutions, colour samples.

i) Review of Contemplated Changes to the Work and Change Orders.

j) Review of applications for payment.

k) Review of any observations, requests for clarification, problems, conflicts and

coordination that may impede Work progress. .3 Representatives of Subcontractors and Suppliers shall attend progress

meetings as required and be qualified and authorized to act on behalf of the entity each represents.

2.5 Safety Requirements

.1 Observe and enforce all construction safety measures by the Canadian Construction Safety Code supplemented by the Vancouver Building By-Law, applicable WorkSafe BC requirements, and local statutes and By-laws.

.2 In the event of conflict between any provisions of the above authorities, the most stringent will apply.

.3 Employ a Construction Safety Officer as required for compliance with the Vancouver Building By-Law and/or WorkSafe BC regulations.

.4 Submit a Fire Safety Plan for the duration of the contract which shall include:

a) Plans as necessary to provide temporary access (day to day for patrons) and emergency egress and emergency access for Fire Fighters and other Emergency personnel.

b) Provide directional and wayfinding signage – large and commercially printed to aid in access for patrons and emergency responders. Change sign locations as necessary to suit the work.

.5 Provide a fire watch to be in effect whenever the fire suppression system is not in operation.

2.6 Workers' Compensation (WorkSafe BC)

.1 Prior to commencing Work provide evidence of compliance with all requirements of WorkSafe BC, including submission of all requirements and Notice of Project. The Contractor shall act as Prime Contractor for the purposes of WorkSafe BC regulations for the defined project area.

.2 At any time during the term of the Contract, when requested by the Owner or Consultant, provide such evidence of compliance for any or all subcontractors.

March 22, 2017 Page 5

Page 8: INVITATION TO TENDER “ITT” PS20162025

INVITATION TO TENDER NO. PS20162025 Section 01 00 00 BURRARD MARINA FLOAT RENEWAL GENERAL INSTRUCTIONS _________________________________________________________________________________________

2.7 Submittals

.1 The Contractor shall submit to the Consultant all submittals required for review by the Consultant with reasonable promptness and in an orderly sequence so as to not to cause delay in the Work. Allow for a minimum of seven (7) days review time. Submit the following as applicable: Shop drawings and samples as specified or noted on drawings; waste management plan.

.2 Work affected by the submittals shall not proceed until review is complete.

.3 The Contractor shall review submittals prior to submission to the Consultant. This

review indicates that necessary requirements have been determined and verified, or will be, and that each submittals 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 shall be considered rejected.

.4 The Contractor shall verify that the field measurements and affected adjacent

Work are co- ordinated.

.5 The Contractor’s responsibility for errors and omissions in submission is not relieved by the Consultant’s review of submittals.

.6 The Contractor’s responsibility for deviations in submission from requirements of

the Contract Documents is not relieved by the Consultant’s review.

.7 The Contractor will keep one reviewed copy of each submission on site.

2.8 Shop Drawings:

.1 The Contractor shall submit to the Consultant prior to starting work, a detailed list of all shop drawings that he intends to submit for review.

.2 Prepare Shop Drawings which illustrate appropriate portion of Work; showing fabrication, layout, setting or erection details and as specified in relevant Sections. a) Review shop drawings, product data, and samples prior to submission. b) Verify and clearly identify on each shop drawing:

.1 Field measurements.

.2 Field construction criteria.

.3 Catalogue numbers and similar data. c) Coordinate each submission with requirements of the Work and Contract Documents. d) Include the Contractor's stamp, initialled or signed, certifying review of submission,

verification of field measurements and compliance with the Contract Documents. e) The Contractor's responsibility for errors and omissions is not relieved by the Owner or

Consultant's review of submittals. f) The Contractor's responsibility for deviations in submission from requirements of the

Contract Documents is not relieved by the Owner or Consultant's review of submission, unless the Owner or Consultant gives written acceptance of specified deviations.

March 22, 2017 Page 6

Page 9: INVITATION TO TENDER “ITT” PS20162025

INVITATION TO TENDER NO. PS20162025 Section 01 00 00 BURRARD MARINA FLOAT RENEWAL GENERAL INSTRUCTIONS _________________________________________________________________________________________

g) Notify the Owner or Consultant in writing, at time of submission, of deviations from requirements of the Contract Documents.

h) Schedule submissions at least ten (10) Working days before dates that reviewed submissions will be needed.

.3 Product Data:

a) Preparation: .1 Clearly mark each copy to identify pertinent products or models. .2 Show performance characteristics and capacities. .3 Show dimensions and clearances required. .4 Show wiring or piping diagrams and controls.

b) Manufacturer's Standard Schematic Drawings and Diagrams: .1 Modify drawings and diagrams to delete information which is not applicable to

the Work. .2 Supplement additional information to provide information specifically applicable

to the Work.

.4 Samples:

a) Provide office samples of sufficient size and quantity to clearly illustrate: .1 Functional characteristics of the product, with integrally related parts and

attachment devices. .2 Full range of colour, texture, and pattern.

b) Field Samples: .1 Provide Field Samples as requested in relevant Sections.

c) Number of submittals required: .1 Product data: Submit the number of copies which the Contractor requires, plus

three copies which will be retained by the Consultant if one is retained and Owner Representative.

.2 Samples: Submit the number stated in each Specification Section.

.3 Shop Drawings: Submit one reproducible plus six prints which will be retained by the Consultant/Owner Representative or as specified in Structural, Mechanical, and Electrical divisions.

d) Submittals shall contain: .1 The date of submission and the dates of any previous submissions. .2 The project title and number. .3 Contract identification. .4 The names of the Contractor, the Supplier and the Manufacturer. .5 Identification of the product, with the specification number. .6 Field dimensions, clearly identified as such, in imperial. .7 Relation to adjacent or critical features of the Work or materials. .8 Applicable standards, such as CSA, CGSB or ASTM. .9 Identification of deviations from Contract Documents. .10 Identification of revisions on resubmittals. .11 The Contractor's stamp, initialled or signed, certifying to review of submittal,

verification of products, field measurements and field construction criteria, and

March 22, 2017 Page 7

Page 10: INVITATION TO TENDER “ITT” PS20162025

INVITATION TO TENDER NO. PS20162025 Section 01 00 00 BURRARD MARINA FLOAT RENEWAL GENERAL INSTRUCTIONS _________________________________________________________________________________________

coordination of the information within the submittal with requirements of the Work and of the Contract Documents.

.12 Provide Engineer's seal where required.

2.9 Project Record Documents

.1 Record Drawings:

a) The Contractor shall keep one (1) set of black-line prints of all Contract drawings and all addenda, revisions, clarifications, change orders and reviewed shop drawings, in the site office and shall label each document “PROJECT RECORD” in neat large printed letters. Project Record documents shall be used for the sole purpose of recording “as-built conditions”.

b) As the Work proceeds, the Contractor shall record, concurrently with construction progress, clearly and indelibly in red ink, as-built conditions wherever they deviate from the original directions of the Contract Documents. The Contractor shall not conceal work until required information is recorded. Failure to maintain current record documents shall be considered a

deficiency against the monthly progress claims.

c) The Contractor shall legibly mark to record actual construction: i) Depth of various elements of foundation in relation to finish first floor

datum. ii) Horizontal and vertical locations of underground utilities and

appurtenances, referenced to visible and accessible features of the structure.

iii) Location of internal utilities and appurtenances, concealed in the construction, referenced to visible and accessible features of the structure.

iv) Filed changes of dimension and detail. v) Changes made by Supplemental Instruction or by Change Order. vi) Details not on original drawings vii) All water lines, along with invert elevations at each junction, direction

change and every 30 meters of run. Indicate type of material used.

viii) All sewer lines along with invert elevations and location at each manhole and clean- out. Indicate type of material used.

ix) All storm drains and sewers along with invert elevations at each manhole, clean-out, change of direction, junctions, both end of culverts and every 30 meters of run. Indicate type of material used.

x) All electrical ducts and conduits, including telephone, sound, radio and TV systems, fire alarm and other signal systems, along with invert elevations at each pulling pit, high point, low point (if not a pulling pit)

March 22, 2017 Page 8

Page 11: INVITATION TO TENDER “ITT” PS20162025

INVITATION TO TENDER NO. PS20162025 Section 01 00 00 BURRARD MARINA FLOAT RENEWAL GENERAL INSTRUCTIONS _________________________________________________________________________________________

and at change of direction.

xi) All gas lines along with invert elevations at each junction, entry to building, change of direction, and at high & low points.

xii) All irrigation piping.

d) Approval for backfilling of underground services will not be given before the Owner is satisfied that the exact location of all underground services has been surveyed and recorded. The Contractor must employ a qualified surveyor to record the horizontal and vertical location of underground services. This survey information is to be shown on record drawings and must indicate the location of all buried services, as well as those capped or exposed by the work of this contract.

e) The Contractor shall certify by seal and signature that the site “Record

Documents” and subsequent amended drawings represent the work “as-built”.

f) At the time of substantial performance, the Contractor shall turn over to the Consultant, the sealed and signed “Record Documents” from all disciplines, showing all deviations, including those called for by addenda, revisions, clarifications, shop drawings and change orders.

g) The cost of transcribing Record Documents into electronic files for the architectural, structural, landscape and civil disciplines is included in the Contract Price through the General Contractor’s cash allowance as defined in Part 1.2 of the Stipulated Price Bid Form.

h) The cost of transcribing Record Documents into electronic files for the mechanical and electrical disciplines is included in the Contract Price through cash allowances carried by the mechanical and electrical sub-contractors (refer to mechanical and electrical specifications).

i) The procedures for transcribing Record Documents into electronic files for

the electrical and mechanical disciplines are described by divisions 20 through 26.

2.10 Maintenance Manuals

.1 General Requirements:

a) The Contractor shall control, administer and expedite the submission of maintenance manuals.

b) Manuals shall include: i) Full operating and maintenance instructions for all building

elements, systems, equipment, fixtures and finishes, etc. provided by the contract.

ii) Complete sets of shop drawings bearing all markings and approvals in good condition. Drawings larger than 11x17 are to be submitted in roll form for flat storage.

March 22, 2017 Page 9

Page 12: INVITATION TO TENDER “ITT” PS20162025

INVITATION TO TENDER NO. PS20162025 Section 01 00 00 BURRARD MARINA FLOAT RENEWAL GENERAL INSTRUCTIONS _________________________________________________________________________________________

iii) A maintenance schedule for the building and a section where the Owners can record maintenance tasks.

c) Three (3) sets of complete manuals, plus a PDF version on disk shall be provided to the Consultant for Owner’s future use.

.2 Preparation of Manuals:

a) Prepare separately bound manuals for architectural, landscaping,

electrical and mechanical instructions. b) The title sheet in each manual shall identify the project, the date and the

owner and shall state the names, addresses, and telephone numbers of the Consultant, applicable consultants, Contractor and applicable sub-contractor.

c) Instructions shall be clear, simple and complete for installation, operation and

maintenance of all components. Data generally shall consist of the description of the item; the manufacturer’s name, the local representative, distributors or service firm; and the recommended practice of maintenance, repair or replacement.

d) Where applicable, include information such as: i) Names of sub-trades and suppliers with addresses and phone numbers. ii) Trade name, make. iii) Model numbers. iv) Part numbers. v) Colour numbers or description and finish. vi) Gauges, thickness and dimensions. vii) Special ratings. viii) Installation, assembly, removal procedures. ix) Cleaning, handling, compatibility requirements. x) Guarantees, warranties and bonds specifying name of project,

commencement date and duration.

xi) Signature and seal of Contractor.

.3 Preparation schedule

a) Draft copies (1 only for each discipline) of the proposed manuals are to be submitted to the Consultant for ongoing approval at 75% construction completion. The contractor will forward additional inserts as they become available with the intent that at substantial performance, most if not all shop drawings, brochure information and warranty certificates will be compiled. Failure to submit the draft manual at 75% completion will result in a deficiency holdback on progress claims, an amount determined by the consultant.

b) After the manuals are reviewed and returned to the Contractor, 2 complete

March 22, 2017 Page 10

Page 13: INVITATION TO TENDER “ITT” PS20162025

INVITATION TO TENDER NO. PS20162025 Section 01 00 00 BURRARD MARINA FLOAT RENEWAL GENERAL INSTRUCTIONS _________________________________________________________________________________________

revised sets of the manuals are to be prepared and submitted to the Consultant prior to release of Deficiency Holdback monies and as a condition thereof.

.4 Bindings for Manuals

a) The information shall be printed on letter sized heavy bond or offset book paper, all punched, trimmed and bound in a type “D” ring binder, heavy duty, with metal hinge covers.

2.11 Construction Site Safety Plan

.1 Provide Construction Site Safety Plans and execute the work in strict accordance with the Vancouver Building By-Law, the B.C. Workers Compensation Act and other municipal and provincial regulations.

.2 The Contractor shall provide and maintain a traffic management plan that will involve the operations of the Marina and the Sea Wall traffic; pedestrian cycling and vehicular. The traffic management plan shall be related to schedule of the work, include signage to WorksafeBC and COV engineering standards and have (TCP) Traffic Management Personnel adequate to direct safe movement at the work site.

Part 3 Quality Requirements

3.1 Codes and Standards

.1 Execute the Work in accordance with the Vancouver Building By-Law (latest revision) and the B.C. Workers Compensation Act.

.2 Conform to the latest issue of codes and standards specified, as amended and revised on the date of receipt of Tenders unless otherwise required to meet applicable Codes and Standards.

.3 Materials and Workmanship: Comply with or exceed applicable standards of Canadian Government Specification Board (CGSB), Canadian Standards Association (CSA), American Society for Testing and Materials (ASTM), and other referenced organizations.

.4 If required by the Owner or Consultant, furnish documentation indicating compliance with the specified requirements including certification by a Professional Engineer registered in the Province of British Columbia.

3.2 Fees, Permits, Licenses

.1 Unless otherwise specified, any required Development and Building Permits will be obtained and paid for by the Owner contingent on any information required to be provided by the Contractor.

.2 Obtain and pay for Abatement Permit, Street Use Permits all other permits, trade permits, licenses including business license and certificates required for performance of the Work.

.3 Provide inspection authorities with plans and information as required for issue of acceptance certificates.

.4 Provide inspection certificates in evidence that installed Work complies with the requirements of the authority having jurisdiction.

March 22, 2017 Page 11

Page 14: INVITATION TO TENDER “ITT” PS20162025

INVITATION TO TENDER NO. PS20162024 Section 01 00 00 BURRARD MARINA FLOAT RENEWAL GENERAL INSTRUCTIONS ____________________________________________________________________________________ Part 4 Temporary Facilities and Controls

4.1 Protection of Public Work and Property

.1 Assume responsibility for any damage to existing paving, walks, adjacent building and property, services, etc., caused by construction operations and make good any damaged areas.

.2 Be mindful of the existence and possible existence of aerial and underground power lines, pipelines and other concealed services, and other public or private improvements within or adjacent to the Work area, that may not be shown in the Contract Documents.

a) Ascertain the existence, position and ownership of all such structures that may be subject to damage by reason of his operations.

b) Take every precaution to preserve and protect any such improvement from injury or damage during the Work.

.3 Notify the Owner immediately of any damage to existing amenities or services.

a) Maintain access to existing manholes, catch basins, electrical pull boxes, fire hydrants, valve boxes and allied services underground and on the surface.

4.2 Cooperation and Coordination

.1 Cooperate with the authorities having jurisdiction and other contractors engaged in simultaneous work and tender packages (including hazardous materials abatement work) on site or adjacent facilities. Coordinate access to the site, the location, removal or adjustment of temporary fences, sheds and utility services.

.2 Other contractors may be independently appointed by the Owner. Cooperate with these other contractors and allow them to proceed with their Work.

.3 the contractor shall make all necessary structural and utility service connections for the new floats to the existing floats of the Marina;

4.3 Construction Facilities and Temporary Controls

.1 Installation/Removal:

a) Provide construction facilities and temporary controls in order to execute Work expeditiously.

b) Remove from site all such facilities after use.

.2 Security: The Contractor is responsible for security of the site during the course of the work.

Hoarding:

a) Erect hoarding around entire perimeter of site to protect public, Workers, public and private property from injury or damage.

b) Provide hoarding, as specified or at a minimum Moduloc 6 feet high with lockable gates for access to site by workers and vehicles.

c) Maintain public access to walking and cycling paths in the vicinity of the work. Minimize disruption and provide flagging personnel if work is carried out in proximity to these facilities.

.3 Guard Rails and Barricades

March 22, 2017 Page 12

Page 15: INVITATION TO TENDER “ITT” PS20162025

INVITATION TO TENDER NO. PS20162024 Section 01 00 00 BURRARD MARINA FLOAT RENEWAL GENERAL INSTRUCTIONS ____________________________________________________________________________________

a) Provide as required by governing authorities, secure, rigid guard railings and barricades around deep excavations, open shafts, open stair wells, open edges of floors and roofs.

.4 Dewatering

a) Provide temporary drainage and pumping facilities to keep excavations and site free from standing water.

b) Obtain discharge permits as required, and comply with Metro Vancouver and municipal regulations.

.5 Sanitary Facilities:

a) Provide sufficient sanitary facilities for Workers in accordance with local health authorities.

b) Maintain in clean condition.

.6 Water Supply:

a) Provide a continuous supply of potable water for construction use. b) Water may be available from the existing building until service is discontinued as

required for the progress of the Work. c) Contractor to arrange and coordinate water disconnection work when it is

required. d) Once water is discontinued the Contractor shall arrange and pay for water

supply. .1 Owner assumes no responsibility for inconvenience or costs incurred due to loss

of water or interruptions.

.7 Temporary Power and Lighting

a) Power may be available from the existing building until service is discontinued as required for the progress of the Work.

b) Contractor to arrange and coordinate power disconnection work when it is required.

c) Once power is discontinued the Contractor shall arrange and pay for temporary power required during deconstruction for temporary lighting and operating of power tools.

d) Arrange for connection with appropriate utility company. Pay costs for installation, maintenance and removal.

e) Provide connections from designated take-off points. f) Provide and maintain temporary lighting throughout the Project.. g) Temporary power for electric cranes and other equipment shall be the

responsibility of the Contractor. h) Owner assumes no responsibility for inconvenience or costs incurred due to loss

of power or interruptions. i) Provide and pay for temporary telephones necessary for own use.

.8 Construction offices:

a) Provide and maintain in clean condition during progress of Work, adequately lighted, heated and ventilated space for filing and layout of Contract Documents and Contractor's normal site office staff.

b) Provide adequate required first aid facilities.

March 22, 2017 Page 13

Page 16: INVITATION TO TENDER “ITT” PS20162025

INVITATION TO TENDER NO. PS20162024 Section 01 00 00 BURRARD MARINA FLOAT RENEWAL GENERAL INSTRUCTIONS ____________________________________________________________________________________

c) Subcontractors may provide their own offices as necessary. Direct the locations of these offices.

.9 Equipment/tool/Materials Storage:

a) Provide and maintain, in clean and orderly condition, lockable weatherproof sheds for storage of tools, equipment and materials.

b) Locate materials not required to be stored in weatherproof sheds on site in manner to cause least interference with Work activities.

.10 Access to Site:

a) Provide and maintain access roads, sidewalk crossings, ramps and construction runways as may be required for access to the Work.

.11 Construction Parking:

a) Subject to the approval of the Owner, parking will be permitted on site provided it does not disrupt the performance of Work.

4.4 Project Sign

.1 Placement of signs will be at the discretion of the Consultant or Owner. No other signs or advertisements other than warning signs shall be exhibited on the site.

Part 5 Product Requirements

5.1 Workmanship

.1 General:

a) Workmanship shall be the best quality, executed by Workers experienced and skilled in the respective duties for which they are employed. Immediately notify the Owner or Consultant if required Work is such as to make it impractical to produce required results.

b) Do not employ any unfit person or anyone unskilled in their required duties. The Owner or Consultant reserves the right to require the dismissal from the site, Workers deemed incompetent, careless, insubordinate or otherwise objectionable.

c) Decisions as to the quality or fitness of Workmanship in cases of dispute rest solely with the Owner or Consultant if one is retained, whose decision is final.

.2 Coordination:

a) Ensure cooperation of Workers in laying out the Work. Maintain efficient and continuous supervision.

b) the contractor shall make all necessary structural and utility service connections for the new floats to the existing floats of the Marina;

Part 6 Execution and Closeout Requirements

6.1 Adjacent Property

.1 Conduct construction operations with minimum interference to adjacent roadways, sidewalks, and access facilities in general.

March 22, 2017 Page 14

Page 17: INVITATION TO TENDER “ITT” PS20162025

INVITATION TO TENDER NO. PS20162024 Section 01 00 00 BURRARD MARINA FLOAT RENEWAL GENERAL INSTRUCTIONS ____________________________________________________________________________________

.2 Keep such areas free from materials, debris, and equipment at all times. Confine operations to areas designated by the Consultant and/or Owner.

.3 Maintain fire vehicular access to existing building at all times.

.4 Use of streets and public rights of way is only permitted if the Contractor obtains all permits from the City of Vancouver.

6.2 Repair and Replacement of City Sidewalk

.1 Coordinate and cooperate with the Municipality to perform sidewalk repair, and replacement and repair of lane to Municipality standards for any damage caused by deconstruction activities. The cost of such Work will be paid for by the Contractor, directly to the Municipality.

6.3 Location of Fixtures and Equipment

.1 Location of equipment, fixtures, and outlets indicated or specified are to be considered as approximate. Location of service runs, ducts, conduits, piping, suspension systems, and other concealed items shown on drawings are diagrammatic.

.2 Contractor shall employ a qualified utility location company to verify the location of all services within the site.

6.4 Execution

a) Perform work in accordance with the contract Documents. b) Perform cutting, fitting, and patching including excavation and fill, to complete the

Work. c) Remove and replace defective and nonconforming Work.

Perform Work to avoid damage to other Work and to neighbouring properties and streets.

6.5 `Field Engineering

.1 Survey Requirements

a) Survey work is to be done by a qualified registered land surveyor, acceptable to Owner.

b) Locate, confirm and protect control points prior to starting site Work. Preserve permanent reference points during construction.

c) Establish two (2) permanent bench marks on site, referenced to established bench marks by survey control points. Record locations, with horizontal and vertical data in Project Record Documents.

d) Establish lines and levels, locate and lay out, by instrumentation. e) Maintain a complete, accurate log of control and survey Work as it progresses. f) On completion of construction, prepare certified survey showing dimensions,

locations, angles and elevations of any element of the existing building or structures that is retained.

g) Establish all lines and levels required for construction of the Work, from existing buildings. Provide all lines and stakes and provide required instruments and labour for placing and maintenance of such lines and stakes.

h) All lines and levels shall be subject to checking by the Owner or Consultant.

March 22, 2017 Page 15

Page 18: INVITATION TO TENDER “ITT” PS20162025

INVITATION TO TENDER NO. PS20162024 Section 01 00 00 BURRARD MARINA FLOAT RENEWAL GENERAL INSTRUCTIONS ____________________________________________________________________________________

i) Contractor shall cooperate by making the Work available for such checking at suitable times, as required by the Owner or Consultant. This checking does not relieve the Contractor from his responsibility for the correctness of the layout Work.

.2 Subsurface Conditions

a) Refer to General Conditions, GC6.4, CONCEALED OR UNKNOWN CONDITIONS.

.3 Toxic and Hazardous Substances and Materials

a) Also refer to General Conditions, GC9.2, TOXIC AND HAZARDOUS SUBSTANCES.

b) Site remediation has been completed or will be completed by the City’s Contaminated Sites Team to ensure compliance with the Contaminated Sites Regulation. Should suspect contaminated material be encountered, the project will be immediately shut down and the Contaminated Sites Team must be contacted.

c) Asbestos discovery: Disturbance of asbestos-containing materials may be hazardous to health. Should known or suspect asbestos-containing material be encountered in the course of the Work, stop Work and notify Owner immediately. Do not proceed until written instructions have been received from the City’s Hazardous Materials Team.

d) All hazardous material remediation must be verified by a third party acceptable to the Owner and overseen by the City’s Hazardous Materials Team.

6.6 Waste Management

.1 Refer to ITT Document and Form of Agreement for Project Waste Management requirements.

6.7 Erosion and Sedimentation Control

.1 The Contractor will provide Site Erosion and Sediment Control Plan fourteen (14) days before date established for commencement of the Work on Site.

.2 Site Erosion and Sediment Control Plan

.1 The sediment and erosion control plan will be in compliance with, municipality requirements. Plan will comply with following objectives: .1 Prevent loss of soil during construction by storm water runoff. .2 Prevent loss of soil during construction by wind erosion. .3 Prevent sedimentation of storm sewer or receiving streams. .4 Prevent polluting the air with dust and particulate matter.

.2 Obtain approval by authority having jurisdiction prior to work beginning on site, and submit a copy of the approved plan to the Owner or Consultant.

.3 Comply with monitoring activities and procedures.

6.8 Cleaning During Construction

.1 Maintain project grounds and public properties free from accumulations of waste materials and rubbish.

March 22, 2017 Page 16

Page 19: INVITATION TO TENDER “ITT” PS20162025

INVITATION TO TENDER NO. PS20162024 Section 01 00 00 BURRARD MARINA FLOAT RENEWAL GENERAL INSTRUCTIONS ____________________________________________________________________________________ 6.9 Making Good

.1 Make good all surfaces and installations disturbed in any way by the Work of the Contract.

.2 Refinish surfaces to match adjacent finishes; for continuous, surfaces refinish to nearest intersection; for assembly, refinish entire unit.

6.10 Project Closeout

.1 Final Cleaning

a) Also refer to General Conditions, GC3.13, CLEANUP. b) Remove waste materials and debris from site at regularly scheduled times or

dispose of as directed by Consultant or Owner. . c) Broom clean and wash exterior walks, steps and surfaces. d) Remove dirt and other disfigurations from exterior surfaces.

.2 Collect reviewed submittals and assemble documents executed by Subcontractors,

suppliers, and manufacturers. .1 Submit materials prior to final Application for Payment. .2 Submit record (as-built) drawings. .3 Provide warranties [and bonds] fully executed and notarized. Execute transition

of Performance and Labour and Materials Payment Bond to warranty period requirements.

.4 Submit final Waste Tracking Form and a summary of all Waste Tracking forms.

.3 Submit a final statement of accounting giving total adjusted Contract Price, previous payments, and monies remaining due.

.4 Inspection/Takeover Procedures

.1 Prior to application for certificate of Substantial Performance, carefully inspect the Work and ensure it is complete, that deficiencies are complete, defects are corrected and site is clean.

.2 When Contractor considers deficiencies and defects have been corrected and requirements of Contract have been performed, make application for certificate of Substantial Performance. Refer to General Conditions Article GC5.4, SUBSTANTIAL PERFORMANCE OF THE WORK, for specifics to application.

END OF SECTION

March 22, 2017 Page 17

Page 20: INVITATION TO TENDER “ITT” PS20162025

BURRARD MARINA FLOAT RENEWAL Section 01 74 19 Issued for Tender PROJECT WASTE MANAGEMENT Project No. 1505-000 Page 1 of 6 1.0 GENERAL

1.1 WASTE MANAGEMENT GOALS FOR THE PROJECT .1 The Owner has established that this Project shall generate the least amount of waste possible

and that processes shall be employed that ensure the generation of as little waste as possible including prevention of damage due to mishandling, improper storage, contamination, inadequate protection or other factors as well as minimizing over packaging and poor quantity estimating.

.2 Of the inevitable waste that is generated, the waste materials designated in this specification shall be salvaged for reuse and or recycling. Waste disposal in landfills or incinerators shall be minimized. On new construction projects this means careful recycling of job site waste, on demolition projects this also means careful removal for salvage.

.3 The minimum diversion rate goal for this project is 85% from all landfills. 1.2 SECTION INCLUDES

.1 Submission and implementation of a project Waste Management Plan. 1.3 RELATED SECTIONS .1 Hazardous Materials reporting and requirements as included in the ITT. .2 Section 01 00 00 - General Instructions .3 Section 02 42 13 – Deconstruction 1.4 DEFINITIONS

.1 Deconstruction: Systematic disassembly of a building or part of a building in a manner that achieves and maximum salvage and recycling of materials.

.2 Demolition: Rapid destruction of a building or part of a building after removal of hazardous

materials. .3 Diversion Rate: Weight of materials reused or recycled ÷ total weight of all Waste Material (not

including Hazardous Materials) x 100 .4 “Hazardous Materials” means any material, product or substance regulated as a controlled

product or hazardous waste under the under Canadian Environmental Protection Act, the B.C. Workers Compensation Act and Environmental Management Act, respectively, that is present on a demolition site or is produced, originates or results from demolition;

.5 “Material Recycling Facility” includes a facility or licensed business, other than a disposal or

incinerator facility, that: .1 Has a subsisting permit, license, or operational certificate issued under the GVS & DD’s

Municipal Solid Waste and Recyclable Material Regulatory Bylaw No, 181;

March 22, 2017

Page 21: INVITATION TO TENDER “ITT” PS20162025

BURRARD MARINA FLOAT RENEWAL Section 01 74 19 Issued for Tender PROJECT WASTE MANAGEMENT Project No. 1505-000 Page 2 of 6

.2 Is a publicly-owned transfer station under the Integrated Solid Waste and Resource Management Plan for purposes other than disposal;

.3 Accepts only asphalt and concrete for the purposes of reprocessing, resale and reuse;

.4 Is a drop off depot owned or operated by a charitable organization registered under the Income Tax Act (Canada) or a non-profit organization to which section 149 of the Income Tax Act applies;

.5 Receives, cleans, sorts, bales or packages recyclable material for the purpose of recycling; or

.6 Builds products using reused or recycled building materials or resells salvaged building materials.

.6 Waste Material: .1 Material which originates from residential, industrial, commercial, institutional, demolition,

land clearing or construction sources, that is unable to be reused or recycled .2 Waste Material does not include Hazardous Materials.

.7 “Recycling” means the process of collecting, sorting, cleaning, treating and reconstituting

materials that would otherwise be waste, and converting them into material that can be used for new products, and includes storage for such purpose;

.8 Recycled Content: can be designated either Pre or Post-consumer Recycled Content.

.1 Post-industrial recycled content (Pre-consumer recycled content): used when the recycled content is made up of waste generated by the commercial operations that process and convert manufactured materials into new products such as companies that convert floor cuttings into new envelopes or cardboard into boxes.

.2 Post-Consumer Recycled Content: used when the recycled content is made up from products disposed of after final use by consumers and businesses.

.9 Reuse: further or repeated use of a product in the same form but not necessarily for the same

purpose. .10 Salvage: removal of structural and non-structural building materials from residential, industrial,

commercial and institutional buildings deconstruction projects for the purpose of reuse or recycling.

1.5 REGULATORY REQUIREMENTS

.1 Conform to applicable codes and regulations for disposal and removal of common and hazardous waste. Handle and dispose of all hazardous and banned materials in accordance with the under Canadian Environmental Protection Act, the BC Workers Compensation Act, BC Environmental Management Act , BC Hazardous Waste Regulation, and regional and municipal regulations.

March 22, 2017

Page 22: INVITATION TO TENDER “ITT” PS20162025

BURRARD MARINA FLOAT RENEWAL Section 01 74 19 Issued for Tender PROJECT WASTE MANAGEMENT Project No. 1505-000 Page 3 of 6

These hazardous and banned materials include but are not limited to asbestos, drywall (banned from disposal), underground storage tanks, Polychlorinated Biphenyls (PCBs), abandoned chemicals (gasoline, pesticides, herbicides, flammable and combustible substances), Freon from cooling equipment, lead-based coatings, smoke detectors, and mercury containing switches.

.2 Licensed facilities: Only those disposal facilities which comply with the descriptions below shall

be used by the Contractor for the disposal of waste materials generated at deconstruction and renovation projects. .1 Has a subsisting permit, licence, or operational certificate issued under the GVS & DD’s

Municipal Solid Waste and Recycling Material Regulatory Bylaw No. 181; .2 Is a publicly-owned transfer station under the Integrated Solid Waste and Resource

Management Plan; .3 Accepts only asphalt and concrete for the purpose of reprocessing, resale and reuse; .4 Is a drop off depot owned or operated by a charitable organization registered under the

Income Tax Act (Canada) or a non-profit organization to which section 149 of the Income Tax Act applies;

.5 Receives, cleans, sorts, bales or packages recyclable material for the purpose of recycling; or

.6 Builds products using reused or recycled building materials or resells salvaged building materials.

1.6 WASTE MANAGEMENT PLAN

.1 Waste Management Plan: Prior to award of Contract, the Contractor shall submit to the Owner and Consultant if one is retained a Waste Management Plan that demonstrates best practices of material salvage, reuse and recycling to limit the amount of materials that are disposed to landfill. Attached is a sample format together with sample waste generation rates to aid the Contractor in formulating the Plan. The Contractor may use this form or provide a custom report containing the same information along with any additional matters related to achieving salvage, reuse and recycling. The Plan shall contain the following: .1 Assessment of the proposed job site and an analysis of the residual materials expected

to be generated by the project. The analysis is to identify the materials that are able to be: .1 salvaged and reused- including a list of each item proposed to be salvaged

during the course of the project along with the name and address of the used building materials yards, licensed recycling and disposal facilities accepting the materials generated by your project.

.2 recycled, including the name of the facility where recycling will take place

.3 the residual waste materials (by weight) to be disposed.

.2 A description of the on-site procedures for separating recyclables from other waste materials

March 22, 2017

Page 23: INVITATION TO TENDER “ITT” PS20162025

BURRARD MARINA FLOAT RENEWAL Section 01 74 19 Issued for Tender PROJECT WASTE MANAGEMENT Project No. 1505-000 Page 4 of 6

.3 List of compulsory materials to be recycled, shall include, at minimum, the following materials:

.1 Corrugated cardboard. .2 Dimensional wood, wood pallets. .3 Concrete/Brick/Concrete Block. .4 Metal. .5 Drywall. .6 Unused paint or coatings. .7 Ceiling tiles. .8 Carpet (nylon based.) .9 Asphalt. .10 Asphalt shingles (free of asbestos) .11 Fluorescent tubes and CFLs. .12 Land clearing debris. .4 List of Materials to be Salvaged (depending on condition of materials, to be assessed

through pre-salvage assessment part of Waste Management Plan. Materials not suitable for salvage are to be recycled)

.1 Dimensioned Lumber and Heavy Timbers. .2 Wood siding. .3 Structural Steel.

.4 Wood Paneling, molding, trim and Wainscoting.

.5 Heritage architectural elements such as mantle pieces, columns, etc.

.6 Cabinets and casework.

.7 Insulation.

.8 Brick and block.

.9 Electric Equipment and Light Fixtures.

.10 Plumbing fixtures and brass.

.11 Windows, doors and frames.

.12 Hardwood flooring.

.2 Meetings: Contractor shall conduct Project Waste Management meetings. Meetings shall include subcontractors affected by the Waste Management Plan. At a minimum, waste management goals and issues shall be discussed at the following meetings:

.1 Pre-bid meeting. .2 Pre-construction or pre-deconstruction meeting. .3 Regular job-site meetings.

March 22, 2017

Page 24: INVITATION TO TENDER “ITT” PS20162025

BURRARD MARINA FLOAT RENEWAL Section 01 74 19 Issued for Tender PROJECT WASTE MANAGEMENT Project No. 1505-000 Page 5 of 6

.3 Materials Handling Procedures: prevent contamination of materials to be recycled and salvaged and handle materials consistent with requirements for acceptance by designated facilities. Source separation of materials is recommended in order to achieve better reuse and recycling performance. If recyclable materials are co-mingled they must be taken to a material recovery facility for separation, sorting, and recycling off site.

.4 Transportation: The Contractor may engage a hauling subcontractor or self haul or make each

subcontractor responsible for their own waste. In any case compliance with these requirements is mandatory and record keeping for the purposes of reporting overall waste tracking is the responsibility of The Contractor. Hauling hazardous materials must be in accordance with the Canadian Transportation of Dangerous Goods Act and BC Hazardous Waste Regulation (if applicable).

.5 Waste Management Plan Implementation: .1 Manager: The Contractor shall designate an on-site party (or parties) responsible for

instructing workers and overseeing and documenting results of the Waste Management Plan for the project.

.2 Distribution: The Contractor shall distribute copies of the Waste Management Plan to the Job Site Foreman, each Subcontractor, the Owner, and the Consultant if one is retained.

.3 Instruction: The Contractor shall provide on-site instruction of appropriate separation, handling, and recycling to be used by all parties at the appropriate stages of the Project. On demolition projects the Contractor shall provide on-site instructions for salvage and requirements for reusing salvaged materials within the project, either in new construction or in a renovation.

.4 Separation facilities: The Contractor shall lay out and label a specific area to facilitate separation of materials for recycling and salvage. Recycling and waste bin areas are to be kept neat and clean and clearly marked in order to avoid contamination of materials. The requirement for separation will only be waived if the Contractor can demonstrate to the Owner and Consultant if one is retained that there is insufficient room to accommodate it. If this is the case the materials must be sent to a material recovery facility for separation, sorting, and recycling off site.

.5 Application for Progress Payments: The Contractor shall submit with each Application for Progress Payment a summary of waste materials, recycled, salvaged and disposed to landfill by the Project using the Deconstruction Waste Tracking Form appended to this specification, along with copies of all waybills, invoices, and other documentation. (NOTE: do not hide, black-out any information on waybills) Failure to submit this information shall render the Application for Payment incomplete and shall delay Progress Payment. The Summary shall contain the following information: .1 For each material salvaged and recycled from the Project include:

.1 the amount (in tonnes or in the case of salvaged items state total weight and quantities by number, type and size of items) and the destination (i.e. material recycling facility).

March 22, 2017

Page 25: INVITATION TO TENDER “ITT” PS20162025

BURRARD MARINA FLOAT RENEWAL Section 01 74 19 Issued for Tender PROJECT WASTE MANAGEMENT Project No. 1505-000 Page 6 of 6

.2 For each material disposed to landfill from the Project, include the amount (tonnes) of material and the identity of the landfill, incinerator and/or transfer station.Products

2. CONCRETE RECYCLING

No portion or all (space permitting) of the existing building concrete material may be crushed on site for use as structural fill as specified in the Geotechnical Report.

A portion or all of the existing building concrete material may be transported to the City of Vancouver’s Kent Construction Supplies and Services, 900 Kent Avenue South East, V5X 2X9, for processing at the Concrete Recycling Facility, provided it meets the facility’s acceptance criteria. The City’s concrete facility will not charge for the processing of the concrete material. The Kent Facility will accept the material free of charge and will provide documentation or data suitable for inclusion in the Waste Diversion Report. The Kent Construction Facility will only accept the concrete or granular file as specified below:

• Clean concrete and asphalt • Granular base • No or minimal rebar or wire mesh • No light pole bases, manhole bases, footings, beams, columns unless broken up and

rebar is cut • No turf, landscaping, organics, or other material classifications other than concrete • Slab size up to about 2 ft. x 2 ft. x 10 in. thick provided may contain rebar

Generally, by the time the contractor has broken material to get the steel out the slab size will be acceptable. Small amount of rebar still embedded in concrete can be accepted provided there remains no long protruding rebar. Small amounts (5 % or less by weight) of cinder block can be accepted provided that it arrives with other concrete material to allow blending.

Part 2 Execution

.1 not applicable

END OF SECTION

March 22, 2017

Page 26: INVITATION TO TENDER “ITT” PS20162025

BURRARD MARINA FLOAT RENEWAL Section 02 42 13 Issued for Tender DECONSTRUCTION Project No. 1505-000 Page 1 of 8

Part 1 Note: Section intended for use for partial building deconstructions and include all other sections for new construction or renovation work.

1.0 GENERAL 1.1 WASTE MANAGEMENT GOALS FOR THE PROJECT

.1 The Owner has established that deconstruction for this Project, complete or partial in the case of renovations, shall be carried out in such a way as to salvage for reuse and recycling the largest amount of material possible. Processes shall be employed that ensure the prevention of damage to these materials due to mishandling, improper storage, contamination, inadequate protection or other factors.

.2 The work of this section shall be performed in conjunction with Section 01 74 19 Project Waste Management.

1.2 SECTION INCLUDES

.1 Preparation and protection of materials to be salvaged.

.2 Dismantling of designated items and materials.

.3 Storage of salvaged items and materials.

.4 Distribution and removal from site of salvaged items and materials.

1.3 RELATED SECTIONS .1 Section 01 00 00 - General Instructions

.2 Section 01 74 19 - Project Waste Management

1.4 QUALIFICATIONS

.1 Salvage or Demolition Firm: Company (ies) experienced and specializing in performing the Work of this Section with documented experience in similar types of deconstruction work and approved by the City of Vancouver.

.2 Qualifications of Workers: Provide a Supervisor who shall be present at all times during the

deconstruction work and who shall be thoroughly familiar with the work required and who shall direct all work. Provide one (1) person on site who is responsible for maintaining the safety barriers and protection of the workers and the public.

1.5 REGULATORY REQUIREMENTS .1 Conform to applicable codes and regulations for deconstruction of buildings, safety of adjacent

structures and properties, noise and dust control, public safety and disposal and removal of common and hazardous waste. Refer also to Article 1.6 of this section.

March 22, 2017

Page 27: INVITATION TO TENDER “ITT” PS20162025

BURRARD MARINA FLOAT RENEWAL Section 02 42 13 Issued for Tender DECONSTRUCTION Project No. 1505-000 Page 2 of 8

.2 Codes and Regulations: Complete all deconstruction work according to the requirements of City of Vancouver Building By-law, City of Vancouver Green Demolition By-law, the Provincial Workers’ Compensation Board Regulations (WorkSafeBC), Environmental Management Act, Hazardous Waste Regulation, and the Canadian Construction Safety Code.

.3 Obtain Abatement Permit, Demolition Permit, trade permits and any other required permits from

authorities having jurisdiction. .4 Notify the Owner and affected utility companies before starting Work, and comply with their

requirements.

.5 Do not close or obstruct safety exits, adjacent sidewalks, hydrants, parking or storage areas without prior approval of Owner.

.6 Conform to applicable regulatory procedures when discovering hazardous or contaminated

materials not documented prior to this Contract. .7 Conform to rodent and pest control measures and regulations of the City of Vancouver. .8 Recycling and Waste Handling Facilities

.1 The contractor shall only use recycling and waste handling facilities that meet the following criteria: .1 has an existing current permit, license, or operational certificate issued under the

GVS & DD’s Municipal Solid Waste and Recyclable Material Regulatory Bylaw No, 181;

.2 is a publicly-owned transfer station under the Integrated Solid Waste and Resource Management Plan for purposes other than disposal;

.3 accepts only asphalt and concrete for the purposes of reprocessing, resale and reuse;

.4 is a drop off depot owned or operated by a charitable organization registered under the Income Tax Act (Canada) or a non-profit organization to which section 149 of the Income Tax Act applies;

.5 receives, cleans, sorts, bales or packages recyclable material for the purpose of recycling; or

.6 builds products using reused or recycled building materials or resells salvaged building materials.

.7 use of any other facility requires prior approval of the Owner.

1.6 Existing Conditions .1 Accept the site as it exists and be responsible for all deconstruction work as required.

March 22, 2017

Page 28: INVITATION TO TENDER “ITT” PS20162025

BURRARD MARINA FLOAT RENEWAL Section 02 42 13 Issued for Tender DECONSTRUCTION Project No. 1505-000 Page 3 of 8

.2 Visit the site at own expense prior to the submission of tenders and take whatever time is required to ascertain existing site conditions and surrounding features related to the proposed deconstruction, and ensure that conditions are suitable or can be made suitable for execution of the work.

.3 Where non-visible (ie. concealed by other materials) conditions upon exposure, are revealed to

be other than those indicated in the Contract Documents, immediately inform the Consultant, should such variance of conditions result in a contemplated change to the cost and/or hazardous materials management requirements of the work. Should an alternate method of deconstruction or change of materials be appropriate, the Owner or Consultant will provide direction before the Work proceeds.

.4 If during the course of deconstruction Work, the Contractor observes or suspects the existence of

hazardous materials in areas of the structure or components of the buildings not previously noted, the Contractor shall immediately stop Work in the immediate area and notify the Owner who will arrange for abatement either though this contract or separately.

.5 Handle and dispose of all hazardous and banned materials in accordance with the Hazardous

Waste Regulation, and Regional and Municipal regulations. These hazardous and materials banned from disposal include but are not limited to asbestos, drywall (banned from disposal), Polychlorinated Biphenyls (PCBs), abandoned chemicals (gasoline, pesticides, herbicides, flammable and combustible substances), ozone-depleting substances, lead-based coatings, smoke detectors, and mercury-containing switches.

.6 If un-anticipated or undocumented underground storage tanks are encountered, notify the

Owner/Project Manager and await direction from City of Vancouver Contaminated Sites Team.

.7 Prior to start of work examine existing conditions and create a photographic record of components on and adjacent that are to the site that are to remain in-situ after the deconstruction.

1.7 Deconstruction Planning

.1 Waste Management Plan .1 Provide the Owner with an inventory of quantities of materials to be salvaged, recycled or

disposed of. Materials are to be shown as noted in the attached sample Waste Management Plan form or on a Contractor generated form containing the same information.

.2 The primary objective of a Waste Management Plan is to determine the quantities of reusable and recyclable building materials and quantities of materials to be disposed of.

.3 Include quantities for materials, measured by weight, to be salvaged for reuse, recycled, or sent for disposal along with an anticipated reuse and recycling percentage.

.4 Include destination of materials listed above.

.5 Include location, security and protection of storage areas (if materials are to be stored on site).

.6 Refer to Owner’s hazardous materials reporting, and incorporate into planning and project close-out reporting.

March 22, 2017

Page 29: INVITATION TO TENDER “ITT” PS20162025

BURRARD MARINA FLOAT RENEWAL Section 02 42 13 Issued for Tender DECONSTRUCTION Project No. 1505-000 Page 4 of 8

.2 Deconstruction .1 Provide the Owner with a Deconstruction Plan which includes the deconstruction

methodology and sequencing of activities. .2 The contractor shall deconstruct in conformity to the Consultants documents and to allow

for the adequate material for the renovation activities to take place. .3 Schedule for the deconstruction. .4 Details on materials handling and removal procedures. .5 For removal of structural items describe the removal, temporary shoring, if required,

locations of safety barriers, and all other items required for safe execution of the work. .6 Drawings signed and sealed by a Professional Engineer registered in the Province of

British Columbia for portions of the deconstruction plan related to the primary structure. .7 A site plan showing hoarding, locations of safety barriers, site signage & office and

facilities, material storage and vehicular access to the site. .8 Traffic management plan including but not limited to road use, parking, access of

equipment or mechanical apparatus, material handling, hauling, removal and noting item like barriers signage - flagging personnel and procedures.

1.8 Material Handling .1 Materials Handling Procedures: Prevent contamination of materials to be salvaged and handle

materials consistent with requirements for acceptance by designated facilities. Refer to Section 01 74 19 - Project Waste Management.

.2 Materials to be salvaged shall be handled in the same manner as for similar new materials.

1.9 Coordination and Cooperation .1 The Contractor shall take every common and reasonable precaution to avoid damage and

minimize interruption to adjacent property and services. All costs associated with making good any damage and/or providing temporary service or protection shall be borne by the Contractor.

.2 Cooperate and coordinate with the work of other related trades on which the work of this section depends, in order that the work may proceed in an orderly and timely basis in accordance with the Contractor's schedule and to avoid duplication of costs and work.

.3 Obtain written permission from Owner when deconstruction equipment will traverse, infringe upon, or limit access to areas other than the defined site or work area.

1.10 Submittals .1 Submit the Waste Management Plan for approval prior to award of contract. .2 Submit the Deconstruction Plan for approval prior to start of work.

March 22, 2017

Page 30: INVITATION TO TENDER “ITT” PS20162025

BURRARD MARINA FLOAT RENEWAL Section 02 42 13 Issued for Tender DECONSTRUCTION Project No. 1505-000 Page 5 of 8

.3 Project Waste Summary: Submit with the final Application for Payment an electronic (Excel) summary of waste materials salvaged, recycled and disposed of by the Project using the Deconstruction Waste Tracking form appended to this specification or a form generated by the Contractor containing the same information. Submit with this form, documentation (receipts/scale tickets/waybills) showing the quantities and types of materials diverted and disposed of. Failure to submit this information will render the application incomplete and will result in hold back of the final payment. Included in the Summary the following information:

.1 For each material salvaged and recycled from the Project, include the weight (in tons) and the destination (i.e. recycling facility or used building materials yard). For each material landfilled or incinerated from the Project, include the amount (in tons) of material and the identity of the landfill, incinerator and/or transfer station.

.2 Provide reporting on hazardous materials removed and abated during the project, noting materials and locations from which they were removed (for the City to update their Hazardous Materials Inventory). Include all manifests and disposal documentation for all hazardous materials removed from the site.

2.0 PRODUCTS Not Applicable 3.0 EXECUTION 3.1 PREPARATION .1 Mark location of all utilities.

.2 Shut-off, disconnect, cap-off and seal all plumbing, mechanical, and electrical services, in accordance with the requirements of the authorities having jurisdiction, before starting deconstruction.

.3 Clearly mark location of all salvaged material’s storage areas as indicated on the Deconstruction

Plan and provide and erect barriers and security devices as required. .4 If un-anticipated or undocumented underground storage tanks are encountered, notify the

Owner/Project Manager and await direction from City of Vancouver Contaminated Sites Team.

.5 Perform pest control prior to start of Deconstruction.

3.2 PROTECTION

.1 Conduct operations with minimum interference to public or private accesses. Maintain protected egress and access at all times.

.2 Cease operations immediately if adjacent structures appear to be at risk or have been impacted

by the work. Notify Owner. Do not resume operations until directed by Owner.

March 22, 2017

Page 31: INVITATION TO TENDER “ITT” PS20162025

BURRARD MARINA FLOAT RENEWAL Section 02 42 13 Issued for Tender DECONSTRUCTION Project No. 1505-000 Page 6 of 8

.3 Maintain required clearances from hydro equipment: Refer to Bulletin 2015-002-AD/EL, March 20,2015, “Clearances from the Existing BC Hydro High Voltage Overhead Conductors And Transformers”

.4 Provide and maintain all legal and necessary guards, railings and warning signs during the

execution of the work to fully protect all persons and Owner from loss, damage, death or injury through the neglect, carelessness or incompetence of the Contractor or his employees or the condition or handling of equipment.

.5 It is the Contractor’s responsibility to ensure that the methods and equipment used to deconstruct

the various areas do not exceed the safe loading capacity of the structure or cause unnecessary damage to sections of the structure, if any, which will form part of the finished work. Engage the services of a Professional Engineer registered in the Province of British Columbia as necessary to ensure the safe deconstruction of the work.

.6 The Contractor shall assume full responsibility for the design and adequacy of any temporary

shoring and/or bracing required during deconstruction. Include all necessary signs, barricades and screens as required for the safety of the structure, third parties and workmen.

.7 Protect site improvements such as sidewalks, curbs, existing landscaped and asphalt areas, and

all interior finishes that lie along the path of removal. .8 Prevent debris from blocking items including, but not limited to, surface drainage inlets and

systems, elevators, mechanical and electrical systems which must remain in operation. .9 Provide temporary enclosures for securing off of work and the maintenance of any services

necessary to the proper and efficient operation of the project. .10 Prevent overloading of any part of the building. Do not cut, drill or otherwise sleeve any structural

member, slab or demising wall, without written approval of the Consultant or Owner. .11 Provide temporary connections for emergency lighting, lighting, sprinklers and fire alarms as work

proceeds. .12 Protect existing structures, equipment and machinery which are not to be dismantled or salvaged. .13 Protect existing fixtures and services during the work. Any fixtures that need to be removed to

complete the work shall be removed carefully and stored by the Contractor. The Contractor shall clean and have items reinstalled as noted, required or as directed.

.14 Where applicable the Contractor shall separate the work being done in existing buildings from the

remainder of the building by using solid hoardings and dustproof screens, including protected egress with appropriate signage.

March 22, 2017

Page 32: INVITATION TO TENDER “ITT” PS20162025

BURRARD MARINA FLOAT RENEWAL Section 02 42 13 Issued for Tender DECONSTRUCTION Project No. 1505-000 Page 7 of 8

.15 Where work is confined inside a room the room temporarily weather-strip the door to prevent dust from leaving the room. Protect existing fixtures and furniture with tarps or solid hoarding.

.16 Securely seal air supply and return ducts and chases or install temporary filters to prevent

migration of dust and noise through the air system. .17 All safety exits and exit paths must be maintained throughout the duration of this work. This shall

include the provision of temporary exit stairs supplied and engineered by the Contractor, as indicated on the drawings.

3.3 DISMANTLING AND SALVAGE REQUIREMENTS

.1 Remove and store materials to be salvaged, in a manner to prevent damage. Store and protect in accordance with requirements for maximum preservation of material. Handle all salvaged materials as for new materials.

.2 For details on salvage and storage requirements for selected materials, refer to Handling and

Storage Procedures appended to this specification. .3 Materials that cannot be salvaged for reuse shall be source separated for recycling including

wood, metal, concrete and asphalt. .4 Remove materials that cannot be salvaged or recycled and dispose of in accordance with

applicable codes at licensed facilities. .5 Do not bury materials on site unless it can be processed for use as fill, is authorized by the Owner

and meets all applicable Provincial, Regional and Municipal codes and policies. .6 Remove trees and shrubs suitable for reuse and store on site appropriately to prevent damage;

Tree removal shall be in accordance with the Protection of Trees Bylaw 9958 and with the Tree Removal Permit provided by the Owner.

.7 Ensure that before and during deconstruction the structure is protected from damage until that

part of the structure is ready to be deconstructed. .8 Deconstruct parts of existing building as shown on drawings and in accordance with submitted

Deconstruction Plan. Include removal or removal and relocation of equipment, fixtures, and services as indicated.

.9 Where existing materials are to be re-used in the work, use special care in removal, handling,

storage and re-installation to assure proper function in the completed Work. Reinstallation shall be performed by trades people skilled in that particular type of work.

March 22, 2017

Page 33: INVITATION TO TENDER “ITT” PS20162025

BURRARD MARINA FLOAT RENEWAL Section 02 42 13 Issued for Tender DECONSTRUCTION Project No. 1505-000 Page 8 of 8

2.10 Wherever and whenever the Contractor removes more material than required, directed or intended to be removed as shown on the Drawings or as directed by the Consultant, the replacement of that amount of material will be at the Contractor's expense. Unnecessary damage to parts of the structure forming part of the completed work shall be repaired by the Contractor at the Contractor's expense.

2.11 Remove existing millwork fixtures, services, and building components where required for

refinishing, altering or make good of existing surfaces, and replace same as work progresses. 2.12 Where applicable, at locations where reinforcing bars have been cut during deconstruction, mark

ends with flag tape and then paint ends of bars with a highly visible colour zinc-rich paint, Galvicon or pre-approved alternate.

3.4 STORAGE OF SALVAGED MATERIALS .1 Salvaged materials shall be stored in the same manner as for similar new materials.

.2 Provide security and protective measures to protect the salvaged material from weather, mishandling, theft, vandalism and fire.

.3 All materials produced during the dismantling of these structures will be separated and stored in

designated areas. Refer also to the Waste Management Plan and the Deconstruction Plan. 3.5 DISTRIBUTION AND REMOVAL OF SALVAGED ITEMS AND MATERIALS

.1 Remove materials from deconstruction promptly as the work progresses. Materials may be sold at the site only with the approved consent of the Owner, provided that this can be accomplished with safety and meets all applicable codes and By-laws.

.2 The Contractor will prepare a project summary to verify the destination and quantities on a

material-by-material basis as identified in the Waste Management Plan. Refer to Article 1.10 Submittals.

3.6 TEMPORARY FILL

.1 See the Geotechnical Report for the back fill specifications. This section is for whole or partial structure has been removed, including underground utilities and foundations, with site backfill as shown on the plans or a result of the removed foundation, footings and exaction of building systems or services with the material approved by the Geotechnical consultant. Identify source and makeup of the fill material and submit soil report to the Owner and Geotechnical consultant for approval prior to placement.

END OF SECTION

March 22, 2017

Page 34: INVITATION TO TENDER “ITT” PS20162025
Page 35: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 03 20 00 Burrard Civic Marina CONCRETE REINFORCING 2017 Marina Upgrade - Offshore

Table of Contents

1 GENERAL ............................................................................................................................... 1

1.1 Related Sections ........................................................................................................... 1

1.2 References .................................................................................................................... 1

1.3 Submittals ...................................................................................................................... 1

1.4 Quality Control Submittals ............................................................................................. 1

1.5 Delivery, Storage, and Handling ................................................................................... 1

2 PRODUCTS ............................................................................................................................ 2

2.1 Materials ........................................................................................................................ 2

3 EXECUTION ............................................................................................................................ 2

3.1 Fabrication ..................................................................................................................... 2

3.2 Placing of Reinforcement .............................................................................................. 2

3.3 Field Bending ................................................................................................................ 2

3.4 Tolerances ..................................................................................................................... 3

307071-01059-00-ma-spc-032000_rd.docx Page ii 307071-01059tmw : Rev. D : 22-Nov-16

Page 36: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 03 20 00 Burrard Civic Marina CONCRETE REINFORCING 2017 Marina Upgrade - Offshore

1 GENERAL

1.1 Related Sections

.1 Section 03 40 00 Precast Concrete

.2 Section 35 51 30 Marina Floats

1.2 References

.1 CSA A23.1-14/A23.2-14 Concrete Materials and Methods of Concrete Construction/Test Methods and Standard Practices for Concrete

.2 CSA A23.3-14 Design of Concrete Structures

.3 CSA S6-14 Canadian Highway Bridge Design Code

.4 CSA G30.18-09 Carbon Steel Bars for Concrete Reinforcement

.5 CSA G40.20-13/G40.21-13 General Requirements for Rolled or Welded Structural Quality Steel/Structural Quality Steel

1.3 Submittals

.1 See Section 35 51 30 - Marina Floats for Shop Drawing requirements.

1.4 Quality Control Submittals

.1 Submit a certified copy of each mill test report for all reinforcing steel supplied, showing physical and chemical analyses, a minimum four weeks prior to commencing fabrication.

.2 Inform the City of Vancouver’s representative of proposed source(s) of products to be supplied.

1.5 Delivery, Storage, and Handling

.1 Ship reinforcing steel in bundles with identifying tags or markings. Take necessary precautions to maintain identification after the bundles are broken.

.2 Store reinforcing steel above ground on platforms, skids or racks, and protect from prolonged exposure to weather.

307071-01059-00-ma-spc-032000_rd.docx Page 1 of 3 307071-01059tmw : Rev. D : 22-Nov-16

Page 37: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 03 20 00 Burrard Civic Marina CONCRETE REINFORCING 2017 Marina Upgrade - Offshore

2 PRODUCTS

2.1 Materials

.1 Reinforcing Steel: billet-steel deformed bars to CSAG30.18, Grade 400W, bearing identifying marks indicating size and grade. All reinforcing steel shall be weldable.

.2 Chairs, Bolsters, Bar Supports, Spacers: to CSA A23.1.

.3 Substitute different size bars only if permitted accepted in writing by the City of Vancouver’s representative.

3 EXECUTION

3.1 Fabrication

.1 Fabricate reinforcing in accordance with CSA A23.1, Clause 6.

.2 Design and detail lap lengths and bar development lengths to CSA A23.3 unless otherwise indicated.

.3 Obtain the City of Vancouver’s representative’s approval for locations of reinforcement splices other than shown on the construction Drawings.

3.2 Placing of Reinforcement

.1 Place reinforcing steel as indicated on reviewed placing Drawings and in accordance with CSA A23.1. Ensure materials, before being placed, are free of loose scaly rust, dirt, oil, paint, or other bond-breaking coating.

.2 Prior to placing concrete, obtain the City of Vancouver’s representative’s acceptance of reinforcing steel and position.

.3 Provide minimum concrete cover for reinforcement in accordance with CSA A23.1, Clause 6, unless indicated otherwise on the construction Drawings.

.4 Dowels must be securely tied into position prior to placing concrete; wet dowelling is not permitted.

3.3 Field Bending

.1 Do not field bend reinforcement except where indicated or authorized by the City of Vancouver’s representative.

.2 When field bending is authorized, bend without heat, applying a slow and steady pressure.

.3 Replace bars which develop cracks or splits.

307071-01059-00-ma-spc-032000_rd.docx Page 2 of 3 307071-01059tmw : Rev. D : 22-Nov-16

Page 38: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 03 20 00 Burrard Civic Marina CONCRETE REINFORCING 2017 Marina Upgrade - Offshore

3.4 Tolerances

.1 Tolerances for placing reinforcing steel shall be in accordance with CSA A23.1, Clause 6.

*** END OF SECTION ***

307071-01059-00-ma-spc-032000_rd.docx Page 3 of 3 307071-01059tmw : Rev. D : 22-Nov-16

Page 39: INVITATION TO TENDER “ITT” PS20162025
Page 40: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 03 40 00 Burrard Civic Marina PRECAST CONCRETE 2017 Marina Upgrade - Offshore

Table of Contents

1 GENERAL ............................................................................................................................... 1

1.1 Summary ....................................................................................................................... 1

1.2 Related Sections ........................................................................................................... 1

1.3 References .................................................................................................................... 1

1.4 Definitions ...................................................................................................................... 1

1.5 Submittals ...................................................................................................................... 2

1.6 Quality Control ............................................................................................................... 2

1.7 Qualifications ................................................................................................................. 2

2 PRODUCTS ............................................................................................................................ 2

2.1 Materials ........................................................................................................................ 2

2.2 Other Materials .............................................................................................................. 3

2.3 Concrete Mixes ............................................................................................................. 3

3 EXECUTION ............................................................................................................................ 4

3.1 Manufacture .................................................................................................................. 4

3.2 Plant Finishing and Curing ............................................................................................ 4

3.3 Handling ........................................................................................................................ 4

3.4 Installation ..................................................................................................................... 5

3.5 Protection ...................................................................................................................... 5

307071-01059-00-ma-spc-034000_rd.docx Page ii 307071-01059tmw : Rev. D : 22-Nov-16

Page 41: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 03 40 00 Burrard Civic Marina PRECAST CONCRETE 2017 Marina Upgrade - Offshore

1 GENERAL

1.1 Summary

.1 This section describes the requirements for manufacture and installation of precast units for the Work.

1.2 Related Sections

.1 Section 03 20 00 Concrete Reinforcing

.2 Section 35 51 30 Marina Floats

1.3 References

.1 CSA A23.1-14/A23.2-14 Concrete Materials and Methods of Concrete Construction/Test Methods and Standard Practices for Concrete

.2 CSAA23.4-16 Precast Concrete - Materials and Construction

.3 CSA-CAN/CSA-A3000-13 Cementitious Materials Compendium

.4 CSA S6-14 Canadian Highway Bridge Design Code

.5 ASTM C1202 Standard Test Method for Electrical Indication for Concrete’s Ability to Resist Chloride Ion Penetration

.6 ASTM C1017/C1017M Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete

.7 ASTM C260/C260M Standard Specification for Air-Entraining Admixtures for Concrete

.8 ASTM C494/C494M Standard Specification for Chemical Admixtures for Concrete

.9 Additional material and testing standards listed in Clause 2 of CSA A23.1-14.

1.4 Definitions

.1 “Permeability” referred to in this section shall mean chloride permeability of concrete when tested using ASTM C1202 procedures at 28 days standard moist curing.

307071-01059-00-ma-spc-034000_rd.docx Page 1 of 5 307071-01059tmw : Rev. D : 22-Nov-16

Page 42: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 03 40 00 Burrard Civic Marina PRECAST CONCRETE 2017 Marina Upgrade - Offshore

1.5 Submittals

.1 For Shop Drawing requirements, see Section 35 51 30 - Marina Floats.

.2 Submit concrete mix designs and test results based on trial mixes showing that concrete mix designs will produce concrete meeting the requirements of this section. The submittal shall include complete details of mix proportions.

.3 At least four weeks prior to commencing the Work of this section, submit a statement from the concrete Supplier identifying the proposed source of aggregate and certifying that the proposed aggregate/cement combination will not produce deleterious expansion due to alkali-aggregate reaction. The statement shall reference and accompany recent test results from samples taken from the same source as is proposed for this Work that substantiate the statement.

.4 At least 14 days before construction commences, submit for review a copy of the Supplier’s Quality Management System, which shall generally conform with ISO 9000:2000, or other similar Quality Management Systems.

.5 Submit test results of precast fabricator’s internal quality assurance program as requested by the City of Vancouver’s representative.

1.6 Quality Control

.1 Provide the City of Vancouver’s representative with certified copies of quality control tests related to this project as specified in CSA A23.4.

.2 Cost of quality control tests shall be considered incidental to supply of precast concrete.

1.7 Qualifications

.1 Manufacturers of precast concrete elements shall be certified by CSA as meeting requirements of CSA A23.4 for Category PC products.

2 PRODUCTS

2.1 Materials

.1 All Materials (Unless Specified Otherwise): to CSA A23.4.

.2 Portland Cement: Type GU (10) portland cement to CSA A23.4 but with tricalcium aluminate (C3A) content between 4% and 8%, and total alkali content not greater than 0.60% sodium oxide equivalent.

.3 Supplementary Cementing Materials: Type F or C1 fly ash measuring 20% by mass of total cementitious material and Type SF silica fume measuring 5% by mass of total cementitious material to CAN/CSA-A3000.

307071-01059-00-ma-spc-034000_rd.docx Page 2 of 5 307071-01059tmw : Rev. D : 22-Nov-16

Page 43: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 03 40 00 Burrard Civic Marina PRECAST CONCRETE 2017 Marina Upgrade - Offshore

.4 Water: to CSA A23.1.

.5 Aggregates: to CSA A23.1, normal density.

.6 Air Entraining Admixtures: to ASTM C260.

.7 Chemical Admixtures: to ASTM C494. City of Vancouver’s representative to approve type and use of admixtures.

.8 Super Plasticizing Admixtures: to ASTM C1017.

.9 Reinforcement and Accessories: to Section 03 20 00 - Concrete Reinforcing.

2.2 Other Materials

.1 Embedment lengths and inserts as indicated on the construction Drawings.

2.3 Concrete Mixes

.1 Mix No. 1: select concrete mix proportions in accordance with CSAA23.1, Alternative 1 to give the following properties for all precast units:

.1 Minimum Compressive Strength at 28 Days: 35 MPa.

.2 Maximum Water/Cementing Materials Ratio: 0.40.

.3 Exposure Class: C-1.

.4 Nominal Maximum Size of Coarse Aggregate: 14 mm.

.5 Superplasticizing Admixture: to ASTM C1017.

.2 The concentration of corrosion-inducing chemicals from all sources in the concrete mix, expressed as a percentage of the mass of the total cementitious materials, shall not exceed the following limits when tested according to the noted methods:

.1 Chlorides: 0.06% (ASTM D512)

.2 Fluorides: 0.06% (ASTM D1179)

.3 Sulphites: 0.08% (ASTM D1339)

.4 Nitrates: 0.10% (ASTM D3867)

.3 Do not change concrete mix without prior approval of the City of Vancouver’s representative. Should change in material source be proposed, new mix design to be approved by the City of Vancouver’s representative.

307071-01059-00-ma-spc-034000_rd.docx Page 3 of 5 307071-01059tmw : Rev. D : 22-Nov-16

Page 44: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 03 40 00 Burrard Civic Marina PRECAST CONCRETE 2017 Marina Upgrade - Offshore

3 EXECUTION

3.1 Manufacture

.1 Manufacture units in accordance with CSA A23.1 and CSA A23.4. Manufacturing tolerance of precast elements shall be in accordance with CSA A23.4, Clause 12.

.2 Fabricate steel embedments as noted on the Drawings. Install all embedded conduits, anchor inserts, and other items as indicated on the Drawings.

.3 Mark each precast unit, on part of unit which will not be exposed, with date cast and location identification corresponding to Shop Drawings.

3.2 Plant Finishing and Curing

.1 Unformed concrete surfaces shall be finished in accordance with CSA A23.1, Clause 7 and as specified below:

.1 Top surfaces of all units shall receive a broom.

.2 Finish formed surfaces of units to CSA A23.4, Clause 26 - Standard Grade and as specified below:

.1 Voids deeper than 4 mm shall be patched in accordance with CSA A23.1, Clause 7.

.3 Cure precast units in accordance with CSA A23.4, Clause 23. In addition, after removal of precast units from the forms, keep all surfaces continuously wet for seven days by application of soaker hoses or similar procedures approved by the City of Vancouver’s representative. Curing membrane shall not be used as a substitute for moist curing.

.2 Inspect the finishing of all formed surfaces immediately after stripping forms. Provide the City of Vancouver’s representative with a report within 24 hours of stripping, covering non-conformances observed and proposed repairs. Obtain the approval of the City of Vancouver’s representative for any repairs required before commencing repairs.

3.3 Handling

.1 Precast units shall be lifted from the ends such that moments causing tension in the tops of precast units shall not be induced.

.2 Lifting locations and handling procedures shall be submitted to the City of Vancouver’s representative for review and approval. The Contractor shall remain responsible for the integrity of the precast units during the construction process.

307071-01059-00-ma-spc-034000_rd.docx Page 4 of 5 307071-01059tmw : Rev. D : 22-Nov-16

Page 45: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 03 40 00 Burrard Civic Marina PRECAST CONCRETE 2017 Marina Upgrade - Offshore

3.4 Installation

.1 Install precast units as indicated on the construction Drawings.

.2 Precast units shall be placed taking into account the design loading of the support elements. Precast units shall not be temporarily stacked during erection, on other units without approval from the City of Vancouver’s representative.

.3 Non-cumulative erection tolerances shall be in accordance with CSA A23.4, Clause 12.

.4 Temporary lifting and handling devices cast into precast units shall be removed following erection. Embedded steel hardware used shall be burned off 25 mm below the surface of the concrete and patched with grout as directed by the City of Vancouver’s representative.

3.5 Protection

.1 Deliver, handle, and store precast units according to manufacturer’s instructions and in accordance with CSA A23.4.

.2 Protect precast units from damage during transportation, storage, and installation.

.3 Protect installed units from damage, due to overload or other causes, during completion of the Work.

*** END OF SECTION ***

307071-01059-00-ma-spc-034000_rd.docx Page 5 of 5 307071-01059tmw : Rev. D : 22-Nov-16

Page 46: INVITATION TO TENDER “ITT” PS20162025
Page 47: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 13 34 00 BURRARD CIVIC MARINA WATER ENTRY ENCLOSURE - DESIGN BUILD 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-133400_rc.docx Page ii 307071-01059eal : Rev. C : 23-Nov-16

Table of Contents

1 GENERAL ............................................................................................................................... 1

1.1 Section Includes ............................................................................................................ 1

1.2 Definitions ...................................................................................................................... 1

1.3 References .................................................................................................................... 2

1.4 Scope of Work ............................................................................................................... 2

1.5 Design Criteria ............................................................................................................... 3

1.6 Performance Criteria ..................................................................................................... 5

1.7 Fabrication ..................................................................................................................... 5

1.8 Coordination .................................................................................................................. 6

1.9 Quality and Quality Assurance ...................................................................................... 6

1.10 Submittals ...................................................................................................................... 6

1.11 Delivery, Storage and Handling .................................................................................... 8

1.12 Pre-installation Meeting: ................................................................................................ 8

1.13 Qualifications & Experience .......................................................................................... 8

2 MATERIALS ............................................................................................................................ 9

2.1 Material Quality ............................................................................................................. 9

2.2 Requirements ................................................................................................................ 9

2.3 Enclosure sizes: .......................................................................................................... 10

2.4 Components ................................................................................................................ 10

2.5 Doors ........................................................................................................................... 10

2.6 Name Plates & Markers .............................................................................................. 10

2.7 Insulation ..................................................................................................................... 11

2.8 Finish ........................................................................................................................... 11

2.9 Grounding .................................................................................................................... 11

2.10 Foundation .................................................................................................................. 11

Page 48: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 13 34 00 BURRARD CIVIC MARINA WATER ENTRY ENCLOSURE - DESIGN BUILD 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-133400_rc.docx Page iii 307071-01059eal : Rev. C : 23-Nov-16

3 EXECUTION .......................................................................................................................... 12

3.1 Coordination ................................................................................................................ 12

3.2 Application ................................................................................................................... 12

3.3 Installation Requirements ............................................................................................ 12

3.4 Grades ......................................................................................................................... 12

3.5 Connections ................................................................................................................ 12

3.6 Buried Piping and Conduits: ........................................................................................ 12

3.7 Cleaning ...................................................................................................................... 13

Page 49: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 13 34 00 BURRARD CIVIC MARINA WATER ENTRY ENCLOSURE - DESIGN BUILD 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-133400_rc.docx Page 1 307071-01059eal : Rev. C : 23-Nov-16

1 GENERAL

1.1 Section Includes

.1 This specification includes the requirement for a design build enclosure to house the marina water system entry mechanical and fire control components. The enclosure may be prefabricated or constructed on site.

.2 It is not the intent of this specification to specify all details of the design of the enclosure.

.3 It is not intended to house electrical equipment except for the electrical equipment for heating and controls related to the civil utilities.

.4 General requirements for the equipment and electrical components inside the enclosure are noted here. Refer to other sections and codes for the design, manufacture, and installation of enclosed equipment and electrical components.

1.2 Definitions

.1 COV refers to City of Vancouver.

.2 COV’s Representative refers to COV designated representative.

.3 Work shall be defined as part or complete scope of the Burrard Civic Marina electrical upgrade project (Phase 1 and 2).

.4 Design shall be defined as including, but not necessarily be limited to, the design of the electrical system based on applicable codes and accepted practice and to the best interest of COV.

.5 Provide or Supply shall be defined as including, but not necessarily be limited to, the supply of electrical equipment and all other tools, materials and labour and required to carry out the Work.

.6 Install or Installation shall be defined as including the supply of labour, materials, tools, mobile and construction equipment, required to install, test and commission the Work.

.7 Demolition shall be defined as including the supply of labour and services, tools, mobile and construction equipment, temporary works required to remove, handling and disposal of the existing infrastructure.

.8 Remove and Salvage shall be defined as demolition where the parts or equipment being salvaged are not damaged or disposed of, but rather kept for re-use as part of the Work or free-issued back to COV to be kept as spares, delivered to a location on-Site of COV’s choosing.

Page 50: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 13 34 00 BURRARD CIVIC MARINA WATER ENTRY ENCLOSURE - DESIGN BUILD 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-133400_rc.docx Page 2 307071-01059eal : Rev. C : 23-Nov-16

.9 Contractor refers to the company or organization that enters a Contract with the owner as the result of a successful tender.

.10 Designer is the Professional Engineer or Architect employed by the Contractor to design the Works.

1.3 References

.1 MMCD

.1 This specification is to be used With MMCD 2000 Gold edition as an additional section.

.2 Where reference is made to a specific edition or version the edition in use at the time the Contract is signed is to be used. If a reference is made to a document which is no longer published the successor replacement document or documents, as defined by the publisher of the reference, in use at the time the Contract is signed will be used.

.3 Where a conflict exists between any of the references the most stringent requirement will apply. Where a conflict exists between the references and the contract or contract drawings the most stringent requirement will apply.

.4 American Society of Heating, Refrigerating and Air-Conditioning Engineers, Inc. (ASHRAE)

.1 ASHRAE 90.1 (SI Edition), Energy Standard for Buildings Except Low-Rise Residential Buildings.

.5 City of Vancouver

.1 Vancouver Building Bylaw (which includes plumbing, marinas, and float homes.)

.2 Vancouver Fire Bylaw.

1.4 Scope of Work

.1 The Work to be performed under this section includes design, construction, installation, and quality control for the Water Entry Enclosure. The Work will meet the requirements of this section and:

.1 Specifications

.2 Drawings

.3 Contract Documents

.4 All Laws and Regulations

.5 All current Codes, Guidelines, Best Practices, and By-Laws

.6 Good industry practice.

Page 51: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 13 34 00 BURRARD CIVIC MARINA WATER ENTRY ENCLOSURE - DESIGN BUILD 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-133400_rc.docx Page 3 307071-01059eal : Rev. C : 23-Nov-16

.2 The Work includes supply of all components and materials, delivery to Site, installation, testing, and certification.

.3 The Contractor is responsible for coordination of sub-trades.

.4 The Contractor will engage a qualified registered Professional Engineer to complete the design, inspection, certification of the Works. All Professionals will be registered in the Province of British Columbia. The Professional will be the Engineer of record.

.5 Where the COV’s Representative, COV’s Consultant, or COV have completed Letters of Assurance, or other undertakings or commitments for the Work the Contractor and Designer will accept responsibility for them, or replace them with new Letters of Assurance, or other undertakings or commitments for the Work.

1.5 Design Criteria

.1 Not all applicable laws are listed in this section, as it is the Designer’s responsibility to determine applicable Laws. In addition to applicable Laws the following apply to the Works.

.1 Vancouver Building Bylaw

.2 Vancouver Fire Bylaw

.2 The Drawings indicate the general intent of the layout of the Works.

.1 Proposed revisions to the intended layout will be submitted to the COV’s Representative.

.3 COV overriding requirement is that the buildings are fit for their intended purpose and suitable in all respects for safe, efficient, reliable and continuous use and occupancy under operational conditions at the Marina, which is a modern, high density, low maintenance, long term, continuously operating Marina.

.4 Generally the enclosure is intended to enclose equipment used to control the water entering in the Marina for domestic water and fire water uses.

.5 The enclosure will house the control panel for the fire alarm system. The, exterior of the enclosure will include the fire alarm enunciator panel, strobe light, and alarm bell.

.6 The enclosure dimensions will meet the following:

.1 Enclosure is large enough so that each water valve or fitting can be removed without removing other components or piping.

.2 There is 1 m of working room in front of all water valves and fittings, and there is sufficient room behind the valves, fittings and pipes to allow normal working space for removal without using special tools.

Page 52: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 13 34 00 BURRARD CIVIC MARINA WATER ENTRY ENCLOSURE - DESIGN BUILD 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-133400_rc.docx Page 4 307071-01059eal : Rev. C : 23-Nov-16

.3 There is 1 m of working room in front of all electrical panels and control panels.

.4 Working spaces may overlap provided the overall minimum working space is not less than 1 m x 1.5 m.

.7 The minimum service for all components is 50 years in the environment and climatic conditions it will operate in.

.1 Where serviceability or service life are defined in other codes and documents the most stringent will apply.

.2 The components will be designed to require only inspection and preventive maintenance during the first 70% of their service life.

.3 The period to first maintenance does not include routine maintenance activities which would normally be required to be carried out at relatively frequent intervals such as cleaning, removal of deleterious deposits, and manufacturer’s scheduled maintenance operations for electrical and mechanical systems.

.4 Routine maintenance does not include repainting or replacement of components such as caulking, sealants, flashings, wall board, connectors, sheet metal products, etc.

.8 The components will be designed to require only inspection, preventive maintenance and minor repairs in the remaining 30% of their service life.

.9 Provide ventilation to reduce condensation. Slope all floors to floor drain to collect general condensations. Without running piping on the floor; Pipe all equipment drains, test ports, and atmospheric vents to a drain.

.10 Enclosure will be watertight construction.

.11 Provide for positive drainage of condensation occurring within wall construction and water entering at joints, to exterior face of wall in accordance with "Rain Screen Principles", as described by NRC/IRC.

.12 Design foundations in accordance with Building Code requirements to permissible soil loads found on site. Where required hire a Geotechnical Engineer registered in the Province of British Columbia to review excavation and provide foundation recommendations.

.13 Enclosure interior environment: heated and cooled to maintain temperature of 5 degrees C minimum with relative humidity of 25% to 50%.

.14 Enclosure lighting: maintain measured lighting level of 10 lux at 1500 mm above finished floor, after enclosure finishes and painting complete.

.15 Provide conduits for security system, and wiring and appliances for smoke and heat detection. If fuel based heating system is used provide wiring and appliances for carbon monoxide.

Page 53: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 13 34 00 BURRARD CIVIC MARINA WATER ENTRY ENCLOSURE - DESIGN BUILD 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-133400_rc.docx Page 5 307071-01059eal : Rev. C : 23-Nov-16

.16 Exterior of the enclosure will have 1 vandal proof light controlled be a photocell, and one duplex GFI weatherproof plug operated by a switch inside the enclosure.

.17 The Exterior of the enclosure will have one key operated tamper proof hose bib. Hose bid to be frost free, with a replaceable vacuum break on the hose bib. The hose bib to be fed from the domestic water system downstream of the all control valves.

.18 All exterior mounted equipment including; lights, plugs, enunciator panels, strobe lights, bells, horns and taps will be located on the front of the enclosure.

.19 All electrical devices will be wired to a 120/208V 3 phase 24 circuit panel complete with a 30 Amp main breaker.

.20 Enclosure will not include any windows.

.21 Access door to sizes and locations indicated weather resistant insulated weather-stripped with metal frame and metal door.

.22 The Works will be handicap accessible throughout the Works unless identified on drawings.

.23 A 100 mm diameter drain. Drain to run to rock pit / storm sewer as directed on the drawings.

1.6 Performance Criteria

.1 Maintain following tolerances for enclosure structure and enclosure elements.

.1 Maximum variation from plane or location shown on shop drawings: 1 mm/1 m of length and up to 1 mm/5 m maximum.

.2 Maximum offset from true alignment between two adjacent members abutting end to end, in line: 0.75 mm.

1.7 Fabrication

.1 Maintain air and vapour and thermal barrier throughout enclosure elements.

.2 Locate vapour barrier on warm side of thermal insulation.

.3 Locate air barrier as detailed.

.4 Complete enclosure assembly with exterior skin, access doors, inner air/vapour seal membrane, thermal insulation and interior finish.

.5 Accurately fit and rigidly frame together joints, corners and mitres.

.1 Match components carefully to produce continuity of line and design.

.2 Make joints and connections toward exterior weathertight.

.3 Provide hairline joints for materials in contact.

Page 54: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 13 34 00 BURRARD CIVIC MARINA WATER ENTRY ENCLOSURE - DESIGN BUILD 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-133400_rc.docx Page 6 307071-01059eal : Rev. C : 23-Nov-16

.4 Co-ordinate location of visible joints.

.6 Finishes

.1 Submit all proposed finishes to COV’s Representative, prior to construction. COV’s Representative will review and approve the finishes. Revise and re-submit where required, and do not commence construction until approval as be received from COV’s Representative.

.2 Floors are to be smooth and uniform.

.3 Paint colour to match existing marina operations building.

1.8 Coordination

.1 The Contractor will arrange for the delivery of components to the Site. The delivery schedule will be mutually agreed with the COV’s Representative.

1.9 Quality and Quality Assurance

.1 Quality control will be performed by the Contractor. Contractor will perform quality control testing as necessary to show the Work and materials are in accordance with the Project Specifications.

.2 Quality assurance may be performed by the COV’s Representative. Contractor will coordinate activities, provide construction support and cooperate with the COV’s Representative, or his representative, in the execution of quality assurance.

1.10 Submittals

.1 Contractor will submit reports, drawings, calculations and Shop Drawings. These documents will identify design requirements, design codes used, layout, member sizes, connections, dimensions, materials, and finishes for the Works. Contractor will submit:

.1 Preliminary submission for review by the COV’s Representative

.2 All interim submissions to remedy defects, provide clarification or additional detail as requested by the COV’s Representative

.3 Final submission sealed by a Professional Engineer licensed in British Columbia (BC), Canada.

.4 Fabrication and installation of the components are not to begin until all drawings and calculations are approved by the COV’s Representative.

.2 The format of submittals will meet the following requirements:

.1 Metric units will be used for all calculations, drawings and reports

Page 55: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 13 34 00 BURRARD CIVIC MARINA WATER ENTRY ENCLOSURE - DESIGN BUILD 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-133400_rc.docx Page 7 307071-01059eal : Rev. C : 23-Nov-16

.2 Drawings will be at appropriate scale to show the design intent

.3 Drawings will be provided in AutoCAD format.

.3 Contractor will submit product information for vendor supplied materials.

.4 All quality control test results will be promptly submitted to the COV’s Representative.

.5 Within one month of Substantial Completion the Contractor will update reports, drawings, calculations and Shop Drawings as necessary to record as-built conditions and submit electronic and paper copies to the COV’s Representative.

.6 Product Data:

.1 Submit manufacturer's instructions, printed product literature and data sheets for sealants, insulation, and enclosure materials and include product characteristics, performance criteria, physical size, finish and limitations.

.2 Submit 2 copies of WHMIS MSDS for the following.

.1 Sealants.

.2 Tape.

.3 Proprietary joints.

.7 Shop Drawings:

.1 Submit drawings stamped and signed by professional engineer registered or licensed in Province of British Columbia, Canada.

.1 Submit drawings for fabricator designed assemblies, components and connections.

.8 Design Submittals:

.1 Indicate plans and grid lines, structural members and connection details, bearing and anchorage details roof cladding wall cladding, framed openings, accessories, schedule of materials and finishes, camber and loadings, fasteners and welds.

.2 Indicate detailed description of mechanical, electrical and other systems in Work.

.3 Describe requirements of other systems of components related to this Work but provided by others.

.1 Obtain necessary information required to detail this Work including methods of integration and securing.

.4 Submit erection drawings to for approval, before construction.

.5 Indicate erection dimensions and methods.

Page 56: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 13 34 00 BURRARD CIVIC MARINA WATER ENTRY ENCLOSURE - DESIGN BUILD 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-133400_rc.docx Page 8 307071-01059eal : Rev. C : 23-Nov-16

.6 Manufacturer's Instructions: submit application instructions for caulking.

.7 Manufacturer's Field Reports: submit to COV’s Representative manufacturer's written report, within 3 days of review, verifying compliance of Work, as described in PART 3 - Field Quality Control.

1.11 Delivery, Storage and Handling

.1 Deliver, store and handle materials in accordance with manufacturer's written instructions.

.2 Delivery and Acceptance Requirements: deliver materials to site in original factory packaging, labelled with manufacturer's name and address.

.3 Only materials and products that have been reviewed and approved by the COV’s Representative will be delivered to site.

.4 Storage and Handling Requirements:

.1 Store materials off ground in dry location and in accordance with manufacturer's recommendations.

.2 Store and protect components and equipment from nicks, scratches, and blemishes.

.3 Replace defective or damaged materials with new.

.5 Packaging Waste Management: remove for reuse and return by manufacturer of pallets, crates, padding, and packaging materials.

1.12 Pre-installation Meeting:

.1 Convene pre-installation meeting 1 week prior to beginning on-site installation, with COV’s Representative to:

.1 Verify project requirements.

.2 Review installation and substrate conditions.

.3 Co-ordination with other building construction sub trades.

.4 Review manufacturer's written installation instructions and warranty requirements.

1.13 Qualifications & Experience

.1 The Contractor will have a minimum of five years of successful experience completing similar Works in the Province of British Columbia Canada.

.2 Design Engineers will have a minimum of five years of successful experience completing similar Works in the Province of British Columbia Canada.

Page 57: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 13 34 00 BURRARD CIVIC MARINA WATER ENTRY ENCLOSURE - DESIGN BUILD 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-133400_rc.docx Page 9 307071-01059eal : Rev. C : 23-Nov-16

.3 Previous Works References

.1 The Contractor is to provide three references for similar Works.

.2 The Designer is to provide three references for similar Works.

.3 References should include the following:

.1 Project Name

.2 Brief description of the work performed

.3 Location of the project

.4 Name of Contact and their position on the project

.5 Current phone number

.6 Current email address.

2 MATERIALS

2.1 Material Quality

.1 All materials and equipment will be of first quality, produced or manufactured by nationally or internationally recognized firms which possess an acknowledged reputation for the production or manufacture of quality products. Where feasible and practicable, suppliers and manufacturers of products will be ISO 9000 certified. It is recognized that the ISO 9000 registration system does not extend to all firms producing or manufacturing products in the construction industry, the COV reserves the right to reject any or all products not conforming to this requirement where three or more suppliers or manufacturers supplying into the BC construction industry are ISO 9000 certified.

.2 The selection of accessories, materials and methods not specified here or in Reference Documents are:

.1 The responsibility of the Contractor.

.2 To be designed, manufactured and installed with industry accepted practices.

.3 ISO14001 Environmental Management.

.4 All materials shall be Restriction of Hazardous Substances (RoHS) compliant.

2.2 Requirements

.1 Meets NEMA/EEMAC Type 4X classification.

.2 Suitable to carry the loads applied by the equipment mounted inside and on the doors without warping.

Page 58: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 13 34 00 BURRARD CIVIC MARINA WATER ENTRY ENCLOSURE - DESIGN BUILD 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-133400_rc.docx Page 10 307071-01059eal : Rev. C : 23-Nov-16

.3 Stiffened to prevent any deformation or bowing during installation and after components are mounted.

.4 For surface mounted enclosures the minimum thickness of the sheet metal is 1.59 mm (16 gauge).

.5 For free standing enclosures the minimum thickness of the sheet metal is 1.98 mm (14 gauge).

2.3 Enclosure sizes:

.1 Are the responsibility of the Contractor and the Contractor is to verify all selected materials will fit into the enclosure.

.2 Contract drawings and specifications show the approximate size and location.

.3 Confirm size and location as part of the shop drawing review process.

2.4 Components

.1 As specified in Design Criteria.

.2 The full wiring of all components inside the enclosure is included under this section.

2.5 Doors

.1 All doors are to be large enough to facilitate the installation, removal and maintenance of the components located inside the enclosure.

.2 Enclosures are to have a single door located on the front side only.

.3 Doors are:

.1 Have and integral drip strip above the door

.2 To be fitted with a key lockable 3 point heavy duty latching assemblies.

.3 To have continuous piano hinges.

.4 To have pneumatic hold open devices on each door leaf.

.5 Each door leaf is to be grounded to the main enclosure.

2.6 Name Plates & Markers

.1 Name Plate on the exterior of the enclosure is to be 2.5 mm lamacoid black face with white letters. Minimum letter size 25 mm high.

.2 Name Plate on the interior of the enclosure is to be 1.6 mm lamacoid black face with white letters. Minimum letter size 10 mm high.

Page 59: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 13 34 00 BURRARD CIVIC MARINA WATER ENTRY ENCLOSURE - DESIGN BUILD 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-133400_rc.docx Page 11 307071-01059eal : Rev. C : 23-Nov-16

.3 Name plates to be securely fastened in a visible location.

.4 Each pipe, conduit or wire is to be labelled with permanent stainless steel tag.

2.7 Insulation

.1 Insulate interior of enclosure with Polyisocyanurate ridged foam or Foamglas ridge insulation.

.2 All insulation covering and joints shall be non-combustible type with fire resistance ratings conforming to those specified by the Underwriters Laboratories, ASTM E84 method and the following criteria:

.1 Fire spread rating 25 maximum

.2 Combustible components 0

.3 Smoke generation 50 maximum

.3 Insulation should provide a thermal break. Thermal breaks may be accomplished by using multiple layers of insulation, or other devices.

.4 Insulation is to be thick enough to provide a nominal R rating of R14.

2.8 Finish

.1 Outside finishes are to be ANSI 61 grey unless noted on the drawings.

.2 Interior is to be finished with white paint.

2.9 Grounding

.1 Where site wide or building wide grounding systems are used consult with Engineer to determine grounding requirements. Metal enclosures are to be grounded with a #2 AWG and copper grounding wire and a grounding bar 39mm diameter and 1800mm long.

2.10 Foundation

.1 Enclosure to be constructed on a concrete foundation.

.2 Concrete is to be a minimum of 35 MPa strength.

.3 Internal thickness of slab to be minimum 125 mm thick with thickened edge 300 mm high by 300mm wide.

.4 Foundation slab to have a minimum rebar of:

.1 M 300 mm on centre each way.

Page 60: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 13 34 00 BURRARD CIVIC MARINA WATER ENTRY ENCLOSURE - DESIGN BUILD 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-133400_rc.docx Page 12 307071-01059eal : Rev. C : 23-Nov-16

.2 Edge thickening to have 2 -15M all way around 75 mm above bottom of thickened area.

.5 Top of foundation is to be 75 mm above surrounding finished elevation.

.6 Anchors bolts are to be located at every corner and every 1000 mm along walls or internal dividers.

3 EXECUTION

3.1 Coordination

.1 Coordinate piping, conduit and wiring installation routes and elevations with installation of all other utilities.

3.2 Application

.1 Comply with manufacturer's written recommendations, including product technical bulletins, handling, storage and installation instructions, and datasheets.

3.3 Installation Requirements

.1 Locate as indicated on the drawings.

.2 Install and mount all specified equipment within the enclosure.

.3 Connect all water, sewer, storms, power, instrumentation and control and all other utilities and field wiring.

.4 Label all equipment.

.5 Label the enclosure.

3.4 Grades

.1 Grade the area around the enclosure to direct water away from the enclosure.

.2 Ponding of water is not allowed within 3 m of enclosure.

3.5 Connections

.1 All connections should be routed through the foundation, except for components designed to be mounted on the exterior of the enclosure.

3.6 Buried Piping and Conduits:

.1 Sleeve piping and conduit buried under enclosure so that pipe can move freely; minimize joints and fittings in piping buried under enclosure.

Page 61: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 13 34 00 BURRARD CIVIC MARINA WATER ENTRY ENCLOSURE - DESIGN BUILD 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-133400_rc.docx Page 13 307071-01059eal : Rev. C : 23-Nov-16

.2 Lay in well compacted Fine Drain Rock or Granular Pipe Bedding and Surround Material.

.3 Fill joints with flexible compound compatible with the pipe, conduit or wire it is in contact with.

3.7 Cleaning

.1 Remove any manufactures protective coatings before assembling the enclosure.

.2 Clean exterior of enclosure with mild soap and water to remove grease, oil and other stains.

.3 Sweep or vacuum interior of closure before handover.

*** END OF SECTION ***

Page 62: INVITATION TO TENDER “ITT” PS20162025
Page 63: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 21 00 00

BURRARD CIVIC MARINA FIRE WATER SYSTEM

2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-210000_rd.docx Page ii 307071-01059 : Rev. D : 16-Mar-17

Table of Contents

1 GENERAL ............................................................................................................................... 1

1.1 Scope ............................................................................................................................ 1

1.2 Definitions ...................................................................................................................... 1

1.3 Reference Documents................................................................................................... 2

1.4 Coordination .................................................................................................................. 3

1.5 Submittals ...................................................................................................................... 3

1.6 Quality Control ............................................................................................................... 4

1.7 Qualifications and Experience ....................................................................................... 5

2 MATERIALS ............................................................................................................................ 5

2.1 General .......................................................................................................................... 5

2.2 CPVC Pipe General ...................................................................................................... 6

2.3 CPVC Pipe and Fittings................................................................................................. 6

2.4 Cement .......................................................................................................................... 6

2.5 Well Service Air Valve ................................................................................................... 6

2.6 Standpipe ...................................................................................................................... 7

2.7 Fire Department Connection ......................................................................................... 7

2.8 Pressure Gauges .......................................................................................................... 7

2.9 Paint .............................................................................................................................. 8

2.10 Cleaning Solutions, Pipe and Equipment ...................................................................... 8

3 EXECUTION ............................................................................................................................ 8

3.1 Application ..................................................................................................................... 8

3.2 Clearances .................................................................................................................... 8

3.3 Installation Requirements .............................................................................................. 8

3.4 Routes and Grades ....................................................................................................... 9

3.5 Piping Connections ....................................................................................................... 9

Page 64: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 21 00 00

BURRARD CIVIC MARINA FIRE WATER SYSTEM

2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-210000_rd.docx Page iii 307071-01059 : Rev. D : 16-Mar-17

3.6 Standpipes .................................................................................................................... 9

3.7 Existing Systems ........................................................................................................... 9

3.8 Pressure Tests .............................................................................................................. 9

3.9 Flushing and Cleaning................................................................................................. 10

3.10 Start-Up ....................................................................................................................... 10

Page 65: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 21 00 00

BURRARD CIVIC MARINA FIRE WATER SYSTEM

2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-210000_rd.docx Page 1 307071-01059 : Rev. D : 16-Mar-17

1 GENERAL

1.1 Scope

.1 This Specification covers the design, supply, delivery, installation and testing requirements

of the fire water piping system and associated equipment for the Burrard Civic Marina

located in Vancouver, British Columbia (BC). This section only applies to the pump house

and off shore components of the system within the battery limits listed in Battery Limits.

.2 Battery Limits:

.1 Pump House: The pumphouse component starts at flanged stub out on the inlet pipe,

ends at a flanged stub out on the outlet pipe to the fire water system and ends at a

flanged stub out on the outlet pipe to the domestic water system.

.2 Offshore: The Offshore component starts at a flanged stub out at the top of the

gangway.

.3 The Work to be performed under this section includes design, construction, installation, and

quality control of the Fire Water System, and domestic water entry to meet the requirements

of this section and the following:

.1 Specifications

.2 Drawings

.3 Contract Documents

.4 All Laws and Regulations

.5 All current Codes, Guidelines, Best Practices, and By-laws

.6 Good industry practice.

.4 The Work includes supply of all components and materials, delivery to Site, installation,

testing, and certification.

.5 The Contractor is responsible for coordination of sub-trades.

1.2 Definitions

.1 COV refers to City of Vancouver.

.2 COV’s Representative refers to COV designated representative.

.3 Work shall be defined as part or complete scope of the Burrard Civic Marina electrical

upgrade project (Phase 1 and 2).

Page 66: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 21 00 00

BURRARD CIVIC MARINA FIRE WATER SYSTEM

2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-210000_rd.docx Page 2 307071-01059 : Rev. D : 16-Mar-17

.4 Design shall be defined as including, but not necessarily be limited to, the design of the

electrical system based on applicable codes and accepted practice and to the best interest

of COV.

.5 Provide or Supply shall be defined as including, but not necessarily be limited to, the

supply of electrical equipment and all other tools, materials and labour and required to carry

out the Work.

.6 Install or Installation shall be defined as including the supply of labour, materials, tools,

mobile and construction equipment, required to install, test and commission the Work.

.7 Demolition shall be defined as including the supply of labour and services, tools, mobile

and construction equipment, temporary works required to remove, handling and disposal of

the existing infrastructure.

.8 Remove and Salvage shall be defined as demolition where the parts or equipment being

salvaged are not damaged or disposed of, but rather kept for re-use as part of the Work or

free-issued back to COV to be kept as spares, delivered to a location on-Site of COV’s

choosing.

.9 Contractor refers to the company or organization that enters a Contract with the owner as

the result of a successful tender.

.10 Designer is the Professional Engineer or Architect employed by the Contractor to design

the Works.

.11 Abbreviations:

.1 ASTM = ASTM International Inc.

.2 NSF = National Sanitation Foundation International

.3 NFPA = National Fire Protection Association

.4 UL or ULC = UL / ULC Underwriters Laboratory

.5 FM = Factory Mutual

.6 ISO = International Organization for Standardization

.7 CSA = Canadian Standards Association

1.3 Reference Documents

.1 Where reference is made to a specific edition or version the edition in use at the time the

Contract is signed is to be used. If a reference is made to a document which is no longer

published the successor replacement document or documents, as defined by the publisher

of the reference, in use at the time the Contract is signed will be used.

Page 67: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 21 00 00

BURRARD CIVIC MARINA FIRE WATER SYSTEM

2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-210000_rd.docx Page 3 307071-01059 : Rev. D : 16-Mar-17

.2 National Research Council Canada:

.1 National Building Code of Canada

.3 Government of British Columbia:

.1 BC Building Code

.2 BC Fire Code

.3 BC Plumbing Code

.4 City of Vancouver:

.1 Building By-law

.2 Fire By-law

.5 NFPA:

.1 NFPA 13 – Standard for the Installation of Sprinkler Systems

.2 NFPA 14 – Standard for the Installation of Standpipe and Hose Systems

.3 NFPA 24 – Standard for the Installation of Private Fire Service Mains and Their

Appurtenances.

.4 NFPA 72 – National Fire Alarm and Signalling Code

.5 NFPA 303 – Fire Protection Standard for Marinas and Boatyards

1.4 Coordination

.1 The Contractor will arrange for the delivery of components to the Site. The delivery schedule

will be mutually agreed with the Consultant.

.2 The Contractor is responsible for coordination of sub-trades.

.3 Coordinate piping installation routes and elevations with installation of all other utilities.

1.5 Submittals

.1 Proposed revisions to the intended layout will be submitted to the Consultant for review.

.2 Contractor will submit reports, drawings, calculations and Shop Drawings. These documents

will identify design requirements, design codes used, layout, member sizes, connections,

dimensions, materials, and finishes for the Works. Contractor will submit:

.1 Preliminary submission for review by the Consultant.

.2 All interim submissions to remedy defects, provide clarification or additional detail as

requested by the Consultant.

Page 68: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 21 00 00

BURRARD CIVIC MARINA FIRE WATER SYSTEM

2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-210000_rd.docx Page 4 307071-01059 : Rev. D : 16-Mar-17

.3 Final submission sealed by a Professional Engineer licensed in BC, Canada.

.4 Fabrication and installation of the components are not to begin until all drawings and

calculations are reviewed by the Consultant.

.3 Shop drawings: submit drawings stamped and signed by professional engineer registered or

licensed in BC, Canada.

.4 Contractor will submit product information for vendor supplied materials.

.5 Provide manufacturer's printed product literature and datasheets for materials and

adhesives, and include product characteristics, performance criteria, physical size, finish

and limitations.

.6 Submit certified test reports for all components of the system from approved independent

testing laboratories, indicating compliance with specifications for specified performance

characteristics and physical properties.

.7 All quality control test results will be promptly submitted to the Consultant.

.8 Closeout Submittals:

.1 Provide maintenance data for all components to be incorporated into the maintenance

manual.

.2 Within one month of Substantial Completion the Contractor will update reports,

drawings, calculations and Shop Drawings as necessary to record as-built conditions

and submit electronic and paper copies to the Consultant.

.9 The format of submittals will meet the following requirements:

.1 Metric units will be used for all calculations, drawings and reports.

.2 Drawing will be at appropriate scale to show the design intent.

.3 Drawing will be provided in AutoCAD format.

1.6 Quality Control

.1 Arrange and pay for site services of pipe and joint system supplier or proponent to Instruct

on the correct use of the system.

.2 For standpipe: supply fittings, valves, and specialties from a single manufacturer. Use date

stamped castings for coupling housings, fittings, valve bodies, for quality assurance and

traceability.

.3 Quality control will be performed by the Contractor. Contractor will perform quality control

testing as necessary to show the Work and materials are in accordance with the Project

Specifications.

Page 69: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 21 00 00

BURRARD CIVIC MARINA FIRE WATER SYSTEM

2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-210000_rd.docx Page 5 307071-01059 : Rev. D : 16-Mar-17

.4 Testing and certification of the system will be the responsibility of the Contractor.

.5 Quality assurance may be performed by the Consultant. Contractor will coordinate activities,

provide construction support and cooperate with the Consultant, or his representative, in the

execution of quality assurance.

1.7 Qualifications and Experience

.1 The Contractor will have a minimum of five years of successful experience completing

similar Works in Canada.

.2 Previous Works References

.1 The Contractor is to provide three references for similar Works.

.2 References should include the following:

.1 Project Name

.2 Brief description of the work performed

.3 Location of the project

.4 Name of Contact and their position on the project

.5 Current phone number

.6 Current email address.

2 MATERIALS

2.1 General

.1 All materials and equipment will be of first quality, produced or manufactured by nationally or

internationally recognized firms which possess an acknowledged reputation for the

production or manufacture of quality products. Where feasible and practicable, suppliers and

manufacturers of products will be ISO 9000 certified.

.2 Supply grooved joint couplings, fittings, valves, grooving tools and specialties from a single

manufacturer. Use date stamped castings for coupling housings, fittings, valve bodies, for

quality assurance and traceability.

.3 Manufactured under ISO 9001 Quality.

.4 ISO14001 Environmental Management.

.5 All materials will be RoHS compliant.

Page 70: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 21 00 00

BURRARD CIVIC MARINA FIRE WATER SYSTEM

2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-210000_rd.docx Page 6 307071-01059 : Rev. D : 16-Mar-17

2.2 CPVC Pipe General

.1 Approved by NSF International for use with potable water (NSF 61).

.2 Have a flame spread rating of less than 25 and a smoke development rating less than 50

when tested for surface burning characteristics in accordance with CAN/ULC-S102-2-M88

or equivalent.

.3 Meet NSF Standard 14.

.4 Meet CSA Standard B137.3.

.5 Pipe is to be marked with the following information:

.1 Manufacturer’s name.

.2 Nominal pipe size.

.3 Material designation code.

.4 Pipe schedule and pressure rating in kPa for water at 23 deg. C.

.5 Bear the mark of the Listing agencies.

.6 Laboratory’s seal of approval for potable water usage.

.7 Flame spread and smoke development ratings.

.8 Date and time of manufacture.

2.3 CPVC Pipe and Fittings

.1 Pipe shall be a rigid chlorinated polyvinyl chloride (CPVC) compound, Type IV Grade I, with

a Cell Classification of 23447 as defined in ASTM D1784.

.2 Schedules 80:

.1 Physical dimensions and tolerances to the requirements of ASTM F441.

.2 Tested to the requirements of ASTM F441.

2.4 Cement

.1 CPVC Solvent Cement: to ASTM D2564.

.2 CPVC Solvent Cement to be safe for potable water systems.

2.5 Well Service Air Valve

.1 To AWWA C512 requirements.

.2 ULC Listed.

Page 71: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 21 00 00

BURRARD CIVIC MARINA FIRE WATER SYSTEM

2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-210000_rd.docx Page 7 307071-01059 : Rev. D : 16-Mar-17

.3 FM Listed.

.4 External surface of valve to be epoxy coated.

2.6 Standpipe

.1 Pipes:

.1 Pipes and Fittings to NFPA 14.

.2 Valves:

.1 ULC listed for fire protection service.

.2 FM Rated

.3 Up to NPS 2: bronze, screwed ends, OS&Y gate.

.4 NPS 2½ and over: cast or ductile iron, flanged ends, indicating butterfly valve.

.5 Check valves: spring actuated swing type, composition disc or seal.

.3 Drain valve: NPS 1, complete with hose end, cap and chain.

.4 Inspector's test connections: NPS 1 gate valve.

.5 Angle Values:

.1 ULC listed for fire service. NPS 1½ cast or forged brass complete with hand

wheel, open or drip connections, or hydrolator valve. Where water pressure exceeds

690 kPa, provide ULC listed pressure reducing device.

2.7 Fire Department Connection

.1 ULC listed, Siamese NPS 2½ forged or cast brass angle valve: with thread compatible

with local fire department, complete with handwheel, cap and chain. Cap to be part of

ULC listing for valve. Free standing.

2.8 Pressure Gauges

.1 mm, dial type: to ASME B40.100, Grade 2A, stainless steel bourdon tube having 0.5%

accuracy full scale unless otherwise specified.

.2 Design point to be at midpoint of scale or range.

.3 Ranges: 0-1379 KPa (0–200 psi).

.4 Provide Bronze stop cock.

Page 72: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 21 00 00

BURRARD CIVIC MARINA FIRE WATER SYSTEM

2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-210000_rd.docx Page 8 307071-01059 : Rev. D : 16-Mar-17

2.9 Paint

.1 Paint: zinc-rich to CAN/CGSB-1.181.

.2 Primers Paints and: in accordance with manufacturer's recommendations for surface

conditions.

2.10 Cleaning Solutions, Pipe and Equipment

.1 Use the following cleaning solution on the exterior and interior of non-potable waters

systems:

.1 Tri-sodium phosphate: 0.40 kg per 100 L water in system.

.2 Sodium carbonate: 0.40 kg per 100 L water in system.

.3 Low-foaming detergent: 0.01 kg per 100 L water in system.

.2 Use the following disinfection solution on the interior of potable waters systems:

.1 Sodium hypochlorite Calcium hypochlorite to ANSI/AWWA B300.

.2 Liquid chlorine Sodium chlorite to ANSI/AWWA B301 ANSI/AWWA B303.

3 EXECUTION

3.1 Application

.1 Comply with manufacturer's written recommendations, including product technical bulletins,

handling, storage and installation instructions, and datasheets.

3.2 Clearances

.1 Provide clearance around systems, equipment and components for observation of

operation, inspection, servicing, maintenance and as recommended by manufacturer and

Vancouver Fire Bylaw, and BC Fire Code.

.2 Provide space for disassembly, removal of equipment and components as recommended by

manufacturer and CSA B139 without interrupting operation of other system, equipment,

components.

3.3 Installation Requirements

.1 Install piping systems in accordance with the most stringent requirement of the National

Building Code of Canada 2005, BC Plumbing Code, or authority having jurisdiction.

.2 Install piping to allow for expansion and contraction without exceeding maximum allowable

stresses for pipe and equipment flanges.

Page 73: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 21 00 00

BURRARD CIVIC MARINA FIRE WATER SYSTEM

2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-210000_rd.docx Page 9 307071-01059 : Rev. D : 16-Mar-17

.3 Provide clearance for proper installation of insulation and for access to valves, air vents,

drains and unions.

.4 Ensure that all pipes and valves are 40 mm above the bottom of any service box.

.5 Provide all offsets necessary to install piping systems within the physical limitations of the

floats.

3.4 Routes and Grades

.1 Route piping in an orderly manner and maintain proper grades.

.2 Install piping to conserve headroom and space.

.3 Route above grade piping parallel to floats.

.4 Where practicable, group piping at common elevations.

.5 Ensure water system piping does not have any low points.

.6 Make reductions in water piping with eccentric reducing fittings to provide complete drainage

and venting.

3.5 Piping Connections

.1 Use non-toxic joint compound on fire water lines.

3.6 Standpipes

.1 Install and test to acceptance in accordance with NFPA 14.

.2 Install pipework in accordance with Section Installation of Pipework, supplemented as

specified.

.3 Install drain pipes and valves to drain parts of systems and so arranged that any one

standpipe riser can be drained without shutting down any other parts of systems.

3.7 Existing Systems

.1 Connect into existing piping systems at times approved by Consultant.

.2 Request written approval by Consultant 10 days minimum, prior to commencement of work.

.3 Be responsible for damage to existing plant by this work.

3.8 Pressure Tests

.1 Test pressure: Test in accordance with NFPA 14.

Page 74: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 21 00 00

BURRARD CIVIC MARINA FIRE WATER SYSTEM

2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-210000_rd.docx Page 10 307071-01059 : Rev. D : 16-Mar-17

3.9 Flushing and Cleaning

.1 Flush entire system for eight hours. Ensure outlets flushed for two hours. Let stand for

24 hours, and then draw one sample off longest run. Submit to testing laboratory to verify

that system is clean to Provincial potable water guidelines.

3.10 Start-Up

.1 Pre-Start-Up:

.1 System is to be complete prior to start-up.

.2 Verify that system can be completely drained.

.3 Pressure tests have been completed.

.4 Disinfection procedures have been completed.

.5 Certificate of static completion has been issued.

.2 Provide continuous supervision during start-up.

.3 Start-up procedures:

.1 Establish circulation and ensure that air is eliminated.

.2 Check pressurization to ensure proper operation and to prevent water hammer,

flashing and/or cavitation.

.3 Check control, limit, safety devices for normal and safe operation.

.4 Rectify start-up deficiencies.

Page 75: INVITATION TO TENDER “ITT” PS20162025
Page 76: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 26 00 00 BURRARD CIVIC MARINA ELECTRICAL GENERAL REQUIREMENTS 2017 Marina Upgrade - Offshore

307071-01059-00-el-spc-4002_rb.doc Page ii 307071-01059eal : Rev. A : 22-Nov-16

Table of Contents

1 GENERAL ............................................................................................................................... 1

1.1 Project Overview ........................................................................................................... 1

1.1.2 Phase 2 - Offshore .............................................................................................. 1

1.2 Definitions ...................................................................................................................... 2

1.3 Codes and Standards.................................................................................................... 2

2 SCOPE OF WORK .................................................................................................................. 3

2.2 Workmanship ................................................................................................................ 3

2.3 General .......................................................................................................................... 4

2.4 Design ........................................................................................................................... 5

2.5 Execution ....................................................................................................................... 7

2.6 Shop Drawings .............................................................................................................. 7

3 PRODUCTS ............................................................................................................................ 8

3.1.2 Teck 90 Cable, 600 V (Control) and 1,000 V (Power) ........................................ 8

3.2 Grounding and Bonding ................................................................................................ 8

3.3 Cable Markers ............................................................................................................... 8

3.4 Wire Markers ................................................................................................................. 9

3.5 Cable Supports .............................................................................................................. 9

3.6 Equipment Label ........................................................................................................... 9

3.7 Connectors and Terminations ....................................................................................... 9

3.7.1 Lug Connectors and Terminations - General ...................................................... 9

3.7.2 Teck Connectors ............................................................................................... 10

3.8 Power Distribution Center ........................................................................................... 10

3.8.1 Overview ........................................................................................................... 10

3.8.2 Molded Case Circuit Breaker ............................................................................ 12

Dry-type Transformer .................................................................................................. 12

Page 77: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 26 00 00 BURRARD CIVIC MARINA ELECTRICAL GENERAL REQUIREMENTS 2017 Marina Upgrade - Offshore

307071-01059-00-el-spc-4002_rb.doc Page iii 307071-01059eal : Rev. A : 22-Nov-16

3.8.3 600 V Distribution Panel.................................................................................... 13

3.8.4 120/208 V Circuit Breaker Panelboards ............................................................ 13

3.8.5 Identifications .................................................................................................... 13

3.9 Marina Pedestals ......................................................................................................... 13

3.10 PVC Duct-Underground .............................................................................................. 14

3.11 Arc-Flash Labels ......................................................................................................... 14

4 EXECUTION .......................................................................................................................... 14

4.1 Responsibility .............................................................................................................. 14

4.2 Installation ................................................................................................................... 15

4.2.1 Wire and Cables ................................................................................................ 15

4.2.2 Grounding and Bonding .................................................................................... 15

4.2.3 Trench Excavation ............................................................................................ 15

4.2.4 Duct and Conduit Installation ............................................................................ 16

5 FIELD QUALITY CONTROL ................................................................................................. 17

5.1 General ........................................................................................................................ 17

5.2 Readiness for Testing ................................................................................................. 17

5.3 Insulation Resistance Tests ........................................................................................ 18

5.4 Minimum Tests Required for Electrical System .......................................................... 18

Tables

Table A Floats Electrical Load Summary ................................................................................... 6

Table B Insulation Resistance Test Values (Electrical Apparatus and Systems) .................... 18

Page 78: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 26 00 00 BURRARD CIVIC MARINA ELECTRICAL GENERAL REQUIREMENTS 2017 Marina Upgrade - Offshore

307071-01059-00-el-spc-4002_rb.doc Page 1 of 19 307071-01059eal : Rev. A : 22-Nov-16

1 GENERAL

1.1 Project Overview

.1 The City of Vancouver (COV) completed a site power demand assessment of the Burrard Civic Marina in 2015. This study indicated the actual site peak power demand was 181 kW, which exceeds the capacity of the existing BC Hydro 150 kVA supply transformer. COV is planning to upgrade the floats and their electrical pedestals. The Marina’s power supply capacity needs to be increased to meet present and future electrical load requirements.

.2 The Marina’s power system upgrade will occur in two phases. The first phase (Phase 1- Uplands) involves replacing the existing main 120/208 V power distribution system (on land) with a new 600 V power distribution system. The second phase (Phase 2- Offshore) involves upgrading the electrical system on the marina floats and boat slips with the upgrade of the float structures (Float G and Float G to L).

1.1.2 Phase 2 - Offshore

.1 The Phase 2 of the electrical system upgrade is a design-built package as part of the replacement of the marina float structures (Float G and Float G to L) contract package. Electrical upgrade will include:

.1 Final electrical design to ensure the power is sufficient for current and future loads and the design is compliant with code requirements and standards. The design shall be verified by a professional engineer registered in the province of British Columbia. Design concept is provided on the Drawings.

.2 Power distribution system and cable sizing. New embedded cabling system for the new marina Float G and Float G to L including conduits for power and future metering, communication and all required components including stub outs and junction boxes. The system will connect to the existing local distribution panels on branch floats via existing conduits on each float but will have extra capacity for the future upgrade of all floats.

.3 New Power Distribution Centers (PDC-3 &4) on the marina for voltage step-down (600-120/208V) and supply power to local distribution panels.

.4 New electrical pedestal units which will be located on Float G and on Float G-L.

.5 Grounding/bonding system

Page 79: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 26 00 00 BURRARD CIVIC MARINA ELECTRICAL GENERAL REQUIREMENTS 2017 Marina Upgrade - Offshore

307071-01059-00-el-spc-4002_rb.doc Page 2 of 19 307071-01059eal : Rev. A : 22-Nov-16

1.2 Definitions

.1 COV refers to City of Vancouver.

.2 COV’s Representative refers to COV designated representative

.3 Work shall be defined as part or complete scope of the Burrard Civic Marina electrical upgrade project .

.4 Design shall be defined as including, but not necessarily be limited to, the design of the electrical system based on applicable codes and accepted practice and to the best interest of COV.

.5 Provide or Supply shall be defined as including, but not necessarily be limited to, the supply of electrical equipment and all other tools, materials and labour and required to carry out the Work.

.6 Install or Installation shall be defined as including the supply of labour, materials, tools, mobile and construction equipment, required to install, test and commission the Work.

.7 Demolition shall be defined as including the supply of labour and services, tools, mobile and construction equipment, temporary works required to remove, handling and disposal of the existing infrastructure.

.8 Remove and Salvage shall be defined as demolition where the parts or equipment being salvaged are not damaged or disposed of, but rather kept for re-use as part of the Work or free-issued back to COV to be kept as spares, delivered to a location on-Site of COV’s choosing.

.9 Contractor refers to the company or organization that enters a Contract with the owner as the result of a successful tender.

1.3 Codes and Standards

.1 Electrical equipment and controls equipment supplied and installed by Contractor shall comply with the latest adopted revision and amendments, of the following standards, codes, and regulations:

.1 British Columbia Safety Authority (BCSA)

.2 Canadian Electrical Code (CEC) CSA C22.1 as adopted by the BCSA

.3 WorkSafe BC

.4 MMCD Gold 2000 – COV Streets Restoration manual and Utility Design manual

Page 80: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 26 00 00 BURRARD CIVIC MARINA ELECTRICAL GENERAL REQUIREMENTS 2017 Marina Upgrade - Offshore

307071-01059-00-el-spc-4002_rb.doc Page 3 of 19 307071-01059eal : Rev. A : 22-Nov-16

.2 In particular, all materials and equipment shall be supplied and installed in accordance with the latest edition of:

.1 CSA C22.1 - Canadian Electrical Code as adopted by the British Columbia Safety Authority.

.3 All materials and equipment supplied by Contractor shall be new and bear a factory installed CSA label. A factory installed ULC or cUL label is acceptable in lieu of a CSA label. Any special certification inspections required must be done at the factory and the certifying sticker be applied before shipping to site.

.4 The safety authority indicated in this Specification will be the British Columbia Safety Authority.

2 SCOPE OF WORK

.1 This section covers the scope of work for Phase 2.

2.2 Workmanship

.1 Workmanship shall be of the professional quality, executed by workers experienced and skilled in the respective duties for which they are employed. Immediately notify COV if required Work is such as to make it impractical to produce required results.

.2 Do not employ any unfit person or anyone unskilled in their required duties. Only qualified persons are to perform electrical work as defined under Part 4 of the Electrical Safety Act. COV reserves the right to require the dismissal from the Work Site of workers deemed incompetent, careless, insubordinate, or otherwise objectionable.

.3 Decisions as to the quality of workmanship in cases of dispute rest solely with COV, whose decision is final.

.4 Ensure cooperation of workers in laying out the Work. Maintain efficient and continuous supervision.

.5 Protection of Work in Progress:

.1 Adequately protect Work completed or in progress. Work damaged or defaced due to failure in providing such protection is to be removed and replaced, or repaired, as directed by COV.

.2 Prevent overloading of any part of the structure. Do not cut, drill, or sleeve any load bearing structural member, unless specifically indicated, without written approval of COV.

Page 81: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 26 00 00 BURRARD CIVIC MARINA ELECTRICAL GENERAL REQUIREMENTS 2017 Marina Upgrade - Offshore

307071-01059-00-el-spc-4002_rb.doc Page 4 of 19 307071-01059eal : Rev. A : 22-Nov-16

2.3 General

.1 The Work shall consist of supplying all materials, equipment, temporary facilities, labour, supervision, tools, permits, and everything required to complete the items shown on the Drawings or called for in this Specification.

.2 Contractor shall perform all Work in accordance with all applicable federal, provincial, and local authority regulations and requirements.

.3 Contractor shall perform all Work in accordance with the Drawings, Specifications, manufacturer’s requirements, and additional procedures and direction provided by the COV Representative.

.4 Contractor shall ensure that all required certification documents required to perform the Work are prepared and available for COV to review prior to performing the Work.

.5 Contractor shall ensure that all training required by COV or other authorities to perform the construction activities is completed and in place prior to beginning the Work.

.6 Contractor shall accept the site in its existing condition at the time of commencement of the Work.

.7 Contractor shall unload and receive the electrical equipment (including COV supplied) following Contract award.

.8 Contractor shall supply temporary lighting, power, and generators to facilitate to the installation.

.9 Contractor is responsible for supplying any equipment required for construction related to the scope of this project including and not limited to: forklift, crane, scaffolding, and man-lifts.

.10 Contractor shall coordinate the Work with the work of other trades, including:

.1 COV’s planned activities.

.11 Contractor shall prepare and maintain a detailed Microsoft Project schedule before work starts. The details and scheduled dates are to be agreed to with COV Representative. Contractor is to provide progress reporting and construction program updates at a frequency to be agreed with COV Representative.

.12 As-Built Drawings:

.1 Contractor shall maintain all drawings in an “as-built” status and submit them to COV at the completion of the Work. Two blue prints of each of the Drawings will be provided for this purpose and shall be marked-up in red to show the final version of the installation as installed.

Page 82: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 26 00 00 BURRARD CIVIC MARINA ELECTRICAL GENERAL REQUIREMENTS 2017 Marina Upgrade - Offshore

307071-01059-00-el-spc-4002_rb.doc Page 5 of 19 307071-01059eal : Rev. A : 22-Nov-16

.2 Supplemental drawings and sketches may be added if required. Dimensions, clearances, sizes, and significant references shall be made clear and kept up-to-date. All additional sketches, notes, and data shall be sufficiently clear to permit photo-reproduction when needed.

.3 Contractor shall submit a “final” set of all vendor drawings and documents.

.4 Contractor shall submit to COV the as-built information within one week of the completion of the commissioning.

.13 Contractor shall clean-up and disposal of all construction debris associated with the Work.

.14 Contractor shall properly dispose of all demolished material and equipment.

.15 Drawings and Scope of Work shows the approximate locations of equipment. COV will provide the exact location of all equipment.

.16 Contractor is required to pay for all costs for the mobilization/demobilization.

.17 Contractor shall apply, pay for, and obtain an installation/inspection permit from the authority having jurisdiction before starting the Work.

.18 Contractor shall provide a complete and fully operational and functional electrical system in accordance with all applicable codes and standards to the electrical Specifications and Drawings. Scope of Work is only a general outline of the Work included in electrical division.

.19 Contractor is responsible to supply, maintain and connect their construction trailers.

.20 Contractor shall be aware that a portion of this Scope of Work is to be performed in and around public areas. Contractor shall include in the Tender Sum all costs which result from the provision of systems and procedures to ensure a safe and efficient work site, including safety equipment, barriers, traffic control, etc.

2.4 Design

.1 Conceptual design for phase 2 has been completed by the COV’s Representative. Contractor shall review and finalize the design according to applicable standards and best industry practices. Design to be authenticated (signed and sealed) by a Professional Engineer registered in the province of British Columbia. Final drawings shall be submitted to COV for approval prior to construction. The following shall be considered:

.1 Power is supplied to the marina from the main PDC (PDC-1) on land through a 400A, 600V local disconnect switch (LDS-1). The installation of LDC-1 is not part of phase 2 scope of work.

Page 83: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 26 00 00 BURRARD CIVIC MARINA ELECTRICAL GENERAL REQUIREMENTS 2017 Marina Upgrade - Offshore

307071-01059-00-el-spc-4002_rb.doc Page 6 of 19 307071-01059eal : Rev. A : 22-Nov-16

.2 The new power distribution installation will supply sufficient power to the new pedestals on Float G, new lighting pedestals on Float G to L and the existing distribution panels located on floats F, H, I, J, K, L, M, N, O, P, R, S and T.

.3 Illumination levels along the float G and float “”G to L” shall have a minimum average level of 50 Lux as measured at the float surface with an uniformity valve (EAVE/EMIN) of a maximum of 3.

.4 The new electrical system including PDC-3, PDC-4, cable routing and cable sizes shall be sufficient for future connected load when the floats F, H, I, J, K, L, M, N, O, P, Q, R, S and T will be upgraded with new pedestals. All these new pedestals will come with two 30A receptacles. The number of receptacles needed for each slip is based on the size of the boats. Table summarizes the number of slips and receptacles that will be installed in the future upgrade and can be used for current overall load verification:

Table A Floats Electrical Load Summary

Float Name No. of Slips No. of Future 30A Receptacles

F&G 55 75

H 21 22

I 33 34

J 36 36

K 32 34

L 25 27

M 7 14

N 14 16

O 16 18

P 18 20

R 16 16

S 14 14

T 10 10

.5 Complete design of PDC-3 and PDC-4 as per load analysis requirements. Provisions to be made (space, internal connections) for future installation of one power metering unit inside PDC-3 and PDC-4.

.6 Finalize the location of new electrical pedestals.

Page 84: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 26 00 00 BURRARD CIVIC MARINA ELECTRICAL GENERAL REQUIREMENTS 2017 Marina Upgrade - Offshore

307071-01059-00-el-spc-4002_rb.doc Page 7 of 19 307071-01059eal : Rev. A : 22-Nov-16

.7 Cable conduits design (sizing, layout, etc) for the the new floats and between electrical equipment and to be embedded in the float structure. Provisions to be made for future metering connections from each pedestal on the upgraded floats to the metering unit inside PDC-3 and PDC-4.

2.5 Execution

.1 The execution of the offshore electrical system will be performed as part of the marina float upgrade. Contractor to coordinate with structural construction and installation:

.1 Disconnect and remove all cables from the existing floats G and G-L. Consideration to be given while disconnecting the cables from the existing panels on the floats F, H, I, J, K, L, M, N, O, P, R, S and T to minimize the damage to the panels and the embedded conduits in these floats.

.2 Supply and install PDC-3 and PDC-4 completed with all the internal equipment and connections. Contractor is responsible to coordinate with the design of the structural platforms.

.3 Supply, install and terminate cables and cable conduits from the main disconnect switch located on land (LDS-1) to PDC-3 and from the PDC-3 and PDC-4 to all electrical equipment and existing distribution panels. Refer to drawing No. 307071-01059-02-EL-DAL-4012. Installation shall be completed with all the required junction boxes and other miscellaneous items.

.4 Connections to the distribution panels on the existing floats to be completed via the existing conduits on these floats. Contractor to inform COV if this will not be achievable due to the size or condition of the existing conduits.

2.6 Shop Drawings

.1 The following Shop Drawings shall be supplied for review by COV and COV’s Representative:

.1 Power distribution kiosks PDC-3 and PDC-4, including transformers, panels, and breakers.

.2 Power distribution and conduit layout and details complete with final location and details of the new pedestals, junction boxes, pull boxes, etc on the new floats.

.3 Electrical and lighting pedestals datasheet and vendor documentations.

.4 Contractor shall provide the data sheets or vendor data of the components of its supply.

Page 85: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 26 00 00 BURRARD CIVIC MARINA ELECTRICAL GENERAL REQUIREMENTS 2017 Marina Upgrade - Offshore

307071-01059-00-el-spc-4002_rb.doc Page 8 of 19 307071-01059eal : Rev. A : 22-Nov-16

3 PRODUCTS

.1 These products are general items and apply to both phases of the Work. Wiring and Cables

3.1.2 Teck 90 Cable, 600 V (Control) and 1,000 V (Power)

.1 Conductor and Ground Wire: Class B stranded copper

.2 Insulation: XLPE

.3 Inner Jacket: PVC

.4 Armour: aluminum

.5 Outer Jacket: PVC, black colour, and UV resistant

.6 Flexibility at Low Temperature: suitable for installation at -40 deg. C.

.7 Standard: CSA C22.2 No 131-Teck cable

.8 Rating: CSA FT4

3.2 Grounding and Bonding

.1 Grounding conductor shall be stranded copper.

.2 Connectors and terminations shall be from a common manufacturer. All components shall be CSA approved and bear CSA marking. Approved manufacturers are:

.1 Burndy

.2 Panduit

.3 Thomas & Betts

.3 Grounding and bonding connectors and terminations shall be made with compression type fittings.

.4 Connectors and terminations shall be made of copper, bronze, or brass. Fittings shall be sized according to the manufacturer’s specific guidelines for cable sizes and reinforcing steel sizes as required.

3.3 Cable Markers

.1 Non-armoured cable shall be provided with cable shrink sleeve on both ends. Cable shrink sleeve type: 3M - 1 kV-ITCSN Series, heat shrinkable, pre-coated adhesive to ensure environmental sealing.

.2 Armoured cable shall be provided with stainless steel label with machine engraved wire numbers and black infill on both ends.

Page 86: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 26 00 00 BURRARD CIVIC MARINA ELECTRICAL GENERAL REQUIREMENTS 2017 Marina Upgrade - Offshore

307071-01059-00-el-spc-4002_rb.doc Page 9 of 19 307071-01059eal : Rev. A : 22-Nov-16

.3 Armoured cables in underground pull box shall be provided with stainless steel label with machine engraved wire numbers and black infill on both ends entering and exiting pull box.

.4 Slots on both ends of stainless steel label for fastening cable with cable ties.

3.4 Wire Markers

.1 Block capital, black on white background, typed or machine printed (hand-written not acceptable), heat shrinkable sleeve type markers.

3.5 Cable Supports

.1 All supports shall be fabricated with stainless steel.

3.6 Equipment Label

.1 Panels, enclosures, terminal, control stations, and junction boxes shall be identified using lamicoid nameplates unless otherwise specified. Black lettering on white background, letters shall be 6 mm high and inscription to be as shown on the Drawings. All lamicoid nameplates shall be fastened to sheet metal surfaces using stainless steel metal screws. Refer to the Drawings for equipment tagging information.

3.7 Connectors and Terminations

3.7.1 Lug Connectors and Terminations - General

.1 Low Voltage:

.1 Provide copper compression connectors as required, sized for conductors as indicated on the Drawings.

.2 Connectors shall be CSA rated for operation at 75 deg. C and voltage rated up to 1,000 V.

.3 Provide one-hole or two-hole lugs as required. Cables #1/0 and larger shall generally be connected with two-hole lugs.

.4 Approved connector manufacturers are:

.1 Thomas & Betts

.2 O-Z/Gedney

.3 Panduit

Page 87: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 26 00 00 BURRARD CIVIC MARINA ELECTRICAL GENERAL REQUIREMENTS 2017 Marina Upgrade - Offshore

307071-01059-00-el-spc-4002_rb.doc Page 10 of 19 307071-01059eal : Rev. A : 22-Nov-16

3.7.2 Teck Connectors

.1 Low Voltage:

.1 Low voltage Teck cable connectors shall be CSA approved for use with jacketed aluminium interlocked armour cable (Teck 90) up to 1,000 V insulation rating.

.2 Connector body shall be aluminium.

.3 Connectors shall be selected in accordance with the cable sizes as indicated on the Drawings and the hub sizes required for the equipment.

.4 Provide Thomas & Betts Star-Teck connectors or approved equal.

3.8 Power Distribution Center

3.8.1 Overview

.1 Power Distribution Center – PDC-3:

.1 Stainless steel construction:

.2 CSA Type 3R Rated.

.3 Powder coated PC 114 COV Green.

.4 Single-sided, double-door, pad-mount design.

.5 Hinged doors with pour-in-place gasket.

.6 Recessed three-point latch mechanism on main door.

.7 Peaked roof with rain gutter.

.8 Incoming main cable wireway.

.9 (1) x 400 A 3PH 3 Wire 600 V distribution panel, minimum 18 kAIC rated c/w:

.1 (1) x 400 AT / 400 AF 3P Main Breaker, minimum 18 kAIC rated @ 600 V.

.2 (2) x 200AT/200AF3P Bolt-on sub-breakers, minimum 18 kAIC rated @ 600 V

.10 (1) x 150 kVA, 3 PH, 600-120/208V, Dry Type transformer

.11 (1) x 400 A 3PH 4 Wire 120/208 V distribution panel, minimum 10 kAIC rated c/w:

.1 (1) x 400 AT / 400 AF 3P Main Breaker, minimum 10 kAIC rated @ 208 V.

.2 Bolt-on sub-breakers as per the drawing, minimum 10 kAIC rated @ 208 V.

.12 Dead front wire ways

Page 88: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 26 00 00 BURRARD CIVIC MARINA ELECTRICAL GENERAL REQUIREMENTS 2017 Marina Upgrade - Offshore

307071-01059-00-el-spc-4002_rb.doc Page 11 of 19 307071-01059eal : Rev. A : 22-Nov-16

.13 Space only for future Powerlogic EM4800 metering panel.

.14 Interior light fixture and switch

.15 (1) x 120 V , 20 Amp GFI Duplex receptacle

.16 Cooling fans (if required)

.17 Lamacoid labeling.

.18 Cable entry: Bottom.

.19 Lifting lugs.

.2 Power Distribution Center – PDC-4:

.1 Stainless steel construction:

.2 CSA Type 3R Rated.

.3 Powder coated PC 114 COV Green.

.4 Single-sided, double-door, pad-mount design.

.5 Hinged doors with pour-in-place gasket.

.6 Recessed three-point latch mechanism on main door.

.7 Peaked roof with rain gutter.

.8 Incoming main cable wireway.

.9 (1) x 150 kVA, 3 PH, 600-120/208V, Dry Type transformer

.10 (1) x 400 A 3PH 4 Wire 120/208 V distribution panel, minimum 10 kAIC rated c/w:

.1 (1) x 400 AT / 400 AF 3P Main Breaker, minimum 10 kAIC rated @ 208 V.

.2 Bolt-on sub-breakers as per the drawing, minimum 10 kAIC rated @ 208 V.

.11 Dead front wire ways

.12 Space only for future Powerlogic EM4800 metering panel.

.13 Interior light fixture and switch

.14 (1) x 120 V , 20 Amp GFI Duplex receptacle

.15 Cooling fans ( if required)

.16 Lamacoid labeling.

.17 Cable entry: Bottom.

Page 89: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 26 00 00 BURRARD CIVIC MARINA ELECTRICAL GENERAL REQUIREMENTS 2017 Marina Upgrade - Offshore

307071-01059-00-el-spc-4002_rb.doc Page 12 of 19 307071-01059eal : Rev. A : 22-Nov-16

.18 Lifting lugs.

3.8.2 Molded Case Circuit Breaker

.1 As indicated on the Drawings, circuit breaker frames 400 Ampere and over shall have microprocessor-based RMS sensing trip units c/w adjustable Long, Short, Instantaneous, and Ground Fault protection. Continuous current ratings shall be adjustable from 20% to 100% of the trip unit rating, without the need for changing the rating plug. Circuit breaker frames 400A and larger and where indicated on the drawings shall be 100% equipment rated.

.2 Unless otherwise noted on the Drawings, all Circuit breakers frames 200 Ampere and below shall have thermal-magnetic trip units, with inverse time-current characteristics.

.3 Changing the breaker’s continuous rating shall be accomplished by the use of a mechanically interlocked rating plug, with no exposure to live parts.

.4 The breakers shall come complete with provisions for pad-locking the breaker.

Dry-type Transformer

.5 The transformer shall be Vacuum Pressure Impregnated (VPI) construction and ANN type, be built as CSA/C9, and/or CSA/C22.2 No.47.

.6 The average temperature rise of the transformer winding shall be rated at 150 deg. C, and shall be built utilizing Class 220 deg. C insulation.

.7 The transformer winding shall be copper, and the impedance of the transformer shall be no higher than 3.5%.

.8 The transformer efficiency shall conform to CSA/C802.2.

.9 The transformer shall be provided with removable case panel for access to HV taps.

.10 The transformer shall be provided with line voltage adjustment taps, 2-FCAN (Full Capacity Above Nominal), and 2-FCBN (Full Capacity Below Nominal), all at 2.5%.

.11 The approved manufacturer:

.1 Eaton

.2 GE

.3 Siemens

.4 Square D

Page 90: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 26 00 00 BURRARD CIVIC MARINA ELECTRICAL GENERAL REQUIREMENTS 2017 Marina Upgrade - Offshore

307071-01059-00-el-spc-4002_rb.doc Page 13 of 19 307071-01059eal : Rev. A : 22-Nov-16

3.8.3 600 V Distribution Panel

.1 Panel bus shall be copper.

.2 Neutral bus, if applicable, shall be the same rating as the phase bus.

.3 Panel bus short circuit bracing rating shall be as per the drawing.

.4 The panel section shall have provisions to accept breakers to a maximum of 600 A.

.5 Any space not occupied by a feeder breaker shall have a filler plate allowing no access to parts when energized.

3.8.4 120/208 V Circuit Breaker Panelboards

.1 The 120/208V panelboards shall be rated for 120/208 V, 3 phase, four wire, 42 circuits c/w main breaker. The breakers shall be rated for 10 KAIC and be the bolt on type.

3.8.5 Identifications

.1 Identify each individual piece of electrical equipment and instrumentation inside the kiosks with lamacoid nameplates as shown on the drawings. Label shall be white color with letters engraved in black. Letters shall be 8 mm high.

.2 Identify each kiosk with stainless steel identification tags. The tags shall be made of Type 316 stainless steel. The letters shall be engraved at a depth of 0.2 mm and the groove shall be filled with black paint. Letters shall be 12 mm high.

.3 Provide typed panel directories.

3.9 Marina Pedestals

.1 The pedestal units shall have the following features:

.1 Enclosure shall be rated for NEMA 3R.

.2 Photocell controlled 2 x 14.5 (minimum ) watt 270° LED lighting with amber lens for bug reduction. There should be no lens on the side of the pedestal facing the water.

.3 Lockable weatherproof doors which protect breakers and receptacles while in use Bus Bar Rating.

.4 Hose and cable brackets.

.5 White heavy resin housing with a two-part polyurethane coating for a UV resistant, long lasting finish.

.6 "Hingeless" base providing easy access for both installation and maintenance.

Page 91: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 26 00 00 BURRARD CIVIC MARINA ELECTRICAL GENERAL REQUIREMENTS 2017 Marina Upgrade - Offshore

307071-01059-00-el-spc-4002_rb.doc Page 14 of 19 307071-01059eal : Rev. A : 22-Nov-16

.7 Backlit faceplate for easy receptacle plug-in at night.

.8 Stainless Steel Door Hinge on Receptacle Main Doors.

.9 Two 30A receptacles with individual 30 A single pole breakers (As indicated on the drawings).

.10 Two 20A/120V GFI Receptacles (As indicated on the drawings).

.11 Dual Steel 1/4 Turn Ball Valves with 3/4” Hose Bibs and Stainless Steel Handles.

.12 All internal wiring shall be made of copper.

.13 All exposed metallic parts must have an integral ground that is a part of the equipment grounding system.

.14 All circuit breakers shall be thermal magnetic type, 10,000 A.I.C.

.2 Acceptable Manufacturer: Valid Manufacturing Ltd.

3.10 PVC Duct-Underground

.1 Power cable ducts and fitting shall conform to CSA Standard C22.2 No. 211.2, Rigid type schedule 40 PVC conduit.

3.11 Arc-Flash Labels

.1 Size: 3.5” H x 5” W

.2 Material: UV and chemical resistant 3.2 mil laminated vinyl labels

.3 Legend:

WARNING Arc Flash and Shock Hazard Appropriate PPE Required Do not operate controls or open covers without appropriate personal protection equipment. Failure to comply may result in injury or death! Refer to CSA Z462 for minimum PPE required.

4 EXECUTION

4.1 Responsibility

.1 The Drawings indicate the general location and route to be followed by the trench and cables. Where the required boxes are not shown on the Drawings or only shown diagrammatically, they shall be installed in such a way as to conserve maximum headroom and interfere as little as possible with the free use of the space through which they pass.

.2 As the Work progresses and before installing fixtures and other fittings and equipment which may interfere with the interior treatment and use of the building, obtain instructions for the exact location of such equipment.

Page 92: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 26 00 00 BURRARD CIVIC MARINA ELECTRICAL GENERAL REQUIREMENTS 2017 Marina Upgrade - Offshore

307071-01059-00-el-spc-4002_rb.doc Page 15 of 19 307071-01059eal : Rev. A : 22-Nov-16

4.2 Installation

4.2.1 Wire and Cables

.1 Remove cables from spools and reels in a manner recommended by manufacturer to avoid kinks and twisting. Bends must be made with minimum bending radii according to the manufacturer’s instructions and to code, with all bends measured to inside diameter. Cables bending radius shall be no less than seven times the outside diameter of the non-shield armoured cable, and no less than 12 times the outside diameter of the shield armoured cable.

.2 Follow manufacturer’s recommended practices when installing cables. Do not damage cable sheaths, conductors, or insulation.

.3 Terminate, test, and label all unused cables.

.4 Cables shall be installed in continuous lengths without joints.

.5 Each cable installed shall be labelled, identically at each end.

4.2.2 Grounding and Bonding

.1 Install connectors in accordance with manufacturer's instructions. Use the correct manufacturer specified compression tool and die sets compatible with sizes of conductors or steel that is to be connected.

.2 Protect exposed grounding conductors from mechanical damage by using RGS conduit.

.3 Use mechanical connection for grounding connectors to equipment provided with lugs.

.4 Soldered joints not permitted.

.5 Install grounding connections to typical equipment and structures.

4.2.3 Trench Excavation

.1 Trench excavation shall meet all WorkSafeBC BC requirements.

.2 Prior to commencing construction, Contractor shall verify that the topography and conditions encountered at any particular construction location are similar to those shown on the drawings. Report any discrepancy, deficiency or conflict directly to owner’s representative. Design adjustments, if required, may be carried out.

.3 The locations of existing underground utilities shown hereon have been obtained from available records and should be considered approximate and not necessarily complete. Contractor shall field survey the existing underground utilities, particularly at crossing or connections, avoid any existing underground utilities, and report any conflict, omission or discrepancy to Owner’s Representative immediately and prior to commencing construction.

Page 93: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 26 00 00 BURRARD CIVIC MARINA ELECTRICAL GENERAL REQUIREMENTS 2017 Marina Upgrade - Offshore

307071-01059-00-el-spc-4002_rb.doc Page 16 of 19 307071-01059eal : Rev. A : 22-Nov-16

.4 Contractor to contact Owner a minimum of 72 hours before commencing any excavation or earthworks.

.5 Contractor shall take extreme care when working near or around existing services. Any disturbances and all pipe bedding and backfill shall be replaced or made good to the satisfaction of COV’s Representative.

.6 Prior to performing work on site, it is Contractor’s responsibility to coordinate consecutive or overlapping work with Contractors or forces to the satisfaction of COV’s Representative. Contractor shall perform the work specified in a way that will minimize interference and delay for all forces involved.

.7 All existing landscaping, asphalt, fences, signs, etc. shall be restored to original or better condition subsequent to construction unless otherwise noted.

.8 Contractor to provide temporary access to surrounding structures and facilities during construction.

.9 Contractor shall record and keep proper as built information during construction and submit the information to COV’s Representative.

.10 Protect exposed grounding conductor.

4.2.4 Duct and Conduit Installation

.1 Install duct as indicated and to manufacturer's instructions.

.2 The conduits shall be spaced using acceptable PVC conduit spacers at intervals to ensure that the correct duct separations.

.3 The minimum radius of any conduit bend must be 900 mm (3.0 ft.).

.4 Cut, rim and taper end of ducts in field to manufacturer's recommendations, so that duct ends are fully equal to factory made ends.

.5 During construction, cap ends of ducts to prevent entrance of foreign materials.

.6 Make transpositions, offsets and changes in direction using 5 degree bend sections, do not exceed a total of 20 degrees with duct offset.

.7 In each duct install pull rope continuous throughout each duct run with 3 m (10 ft.) spare rope at each end.

Page 94: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 26 00 00 BURRARD CIVIC MARINA ELECTRICAL GENERAL REQUIREMENTS 2017 Marina Upgrade - Offshore

307071-01059-00-el-spc-4002_rb.doc Page 17 of 19 307071-01059eal : Rev. A : 22-Nov-16

5 FIELD QUALITY CONTROL

5.1 General

.1 Contractor shall carry out all tests necessary to ensure that the entire electrical installation and its equipment, materials, and components are in a satisfactory physical condition electrically, and shall perform the intended functions and operations. Tests shall be conducted by an independent testing agency with personnel having a minimum of five years’ experience in the type of equipment and testing required.

.2 Contractor shall provide all instruments and equipment necessary for the required tests. All instruments shall be recently calibrated and shall have calibration certificates submitted to COV for review. Contractor shall submit a detailed ITP (inspection and test procedure) including all test acceptance values and a proposed schedule for review by COV prior to commencing test Work at the Work site.

.3 Contractor shall correct all errors, omissions, and deficiencies which are found by the tests without additional cost to COV.

.4 Results of all tests shall be recorded and one set of test records, comprising a complete checklist for each item tested, shall be furnished to COV.

5.2 Readiness for Testing

.1 Prior to energizing any equipment and commencement of tests, Contractor shall visually check and verify that the following has been completed:

.1 The entire assembly is clean inside and outside. The cables are not lying loosely or hanging free. Spare conductors are neatly identified and bundled together.

.2 The equipment is adequately bonded and grounded with the ground wires installed clear of bus work.

.3 The phasing of all bus work and primary circuits is identified.

.4 All cables leaving electrical equipment have proper cable connectors, and are properly identified as per cable schedule and wiring diagrams.

.5 All unused holes are adequately plugged.

.6 All unused wall and floor openings are sealed.

.7 The installation is in a safe condition, there are not unguarded live parts. Conduit seals are in place if a hazardous condition could occur during the testing phase.

.8 Test in accordance with approved procedure.

Page 95: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 26 00 00 BURRARD CIVIC MARINA ELECTRICAL GENERAL REQUIREMENTS 2017 Marina Upgrade - Offshore

307071-01059-00-el-spc-4002_rb.doc Page 18 of 19 307071-01059eal : Rev. A : 22-Nov-16

.9 All defects disclosed from testing shall be repaired or replaced and re-tested.

.10 Sign and date all test reports. Submit the test reports to COV’s Representative within five working days of testing.

.11 Provide one week written notice to COV’s Representative prior to energizing any system to allow for inspection by COV’s Representative of the following:

.1 Proper mounting and connections as per design.

.2 Complete signed Inspection and Test Plan (ITP) record.

.12 Provide a written record for all tests with witness signatures.

5.3 Insulation Resistance Tests

.1 All low voltage power cables shall perform the Insulation Resistance Tests and pass the recommended values in Table B.

Table B Insulation Resistance Test Values (Electrical Apparatus and Systems)

Nominal Rating of Equipment (V)

Minimum Test Voltage (DC, V)

Recommended Minimum Insulation Resistance (MΩ)

250 500 25

600 1,000 100

1,000 1,000 100

25,000 5,000 20,000

5.4 Minimum Tests Required for Electrical System

.1 Wires and Cables 0 V to 1,000 V and Associated Fastenings and Fittings:

.1 Compare cable data with Drawings and Specifications.

.2 Inspect physical and mechanical conditions; inspect exposed sections of cable for physical damage and correct connection in accordance with Drawings.

.3 Verify tightness of bolted electrical connections, fittings, and fastenings with calibrated torque wrench and compare with manufacturers published data.

.4 Check cable bend radius.

.5 Inspect compression-applied connectors for correct cable match and indentation.

.6 Verify cable colour coding with the Specifications and the Canadian Electrical Code (CEC).

Page 96: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 26 00 00 BURRARD CIVIC MARINA ELECTRICAL GENERAL REQUIREMENTS 2017 Marina Upgrade - Offshore

307071-01059-00-el-spc-4002_rb.doc Page 19 of 19 307071-01059eal : Rev. A : 22-Nov-16

.7 Perform insulation resistance test on each conductor with respect to ground and adjacent conductors. Test duration shall be one minute. Refer to Table B for test voltage and minimum insulation-resistance values.

.8 Any cable failing to pass the megger test shall be replaced without further testing.

.2 Site Grounding and Bonding:

.1 Verify that installation is in accordance with the Drawings and this Specification.

.2 Verify each connection by visual inspection and physical handling to assure that connections are not lose or partially compressed. Physical handling may include tapping the connection with a small hammer to verify mechanical integrity.

.3 Perform point-to-point resistivity tests with an Ohm-meter to verify low resistance between connections and from all bonded steel to grounding system. Measurements shall be recorded and submitted to Engineer at Site as part of the approval process. Point-to-point resistance values shall be less than 0.25 Ω. If values exceed this limit, then further investigation and possible re-working will be required.

.4 Each ground rod, before connection to the ground mat, shall be tested for resistance to earth by a standard method. A Ground Resistance Tester shall be used in accordance with manufacturer's instructions. Ground rod resistance to earth should be calculated, and the following shall apply:

.1 Maximum ground rod resistance to earth shall be 5 Ω.

.2 If the resistance is found to be higher than 5 Ω, additional ground rods shall be driven and connected in multiple with the rod under test until 5 Ω is obtained. Spacing of rods shall be a minimum of ten feet.

.3 Transformer:

.1 Verify tap setting for proper voltage.

.2 Conduct insulation resistance test immediately prior energizing. The test result shall be no less than a minimum of 2 MΩ per 1,000 VAC of nameplate voltage rating. If insulation resistance is less than the minimum values specified here, do not energize the transformer. Proceed to drying first.

*** END OF SECTION ***

Page 97: INVITATION TO TENDER “ITT” PS20162025
Page 98: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 31 62 00 Burrard Civic Marina DRIVEN PILES 2017 Marina Upgrade - Offshore

Table of Contents

1 GENERAL ............................................................................................................................... 1

1.1 Summary ....................................................................................................................... 1

1.2 References .................................................................................................................... 1

1.3 Site Conditions and Available Data ............................................................................... 1

1.4 Protection of Existing Features ..................................................................................... 1

1.5 Review of Information by Pile Driving Contractor ......................................................... 1

1.6 Submittals ...................................................................................................................... 2

1.7 Quality Control Submittals ............................................................................................. 2

2 PRODUCTS ............................................................................................................................ 2

2.1 Other Materials .............................................................................................................. 2

3 EXECUTION ............................................................................................................................ 3

3.1 General .......................................................................................................................... 3

3.2 Equipment Requirements .............................................................................................. 3

3.3 Preparation .................................................................................................................... 3

3.4 Splicing and Pile Tip Modification ................................................................................. 4

3.5 Installation ..................................................................................................................... 4

3.6 Pile Cut-Off and Completion ......................................................................................... 6

3.7 Damaged or Defective Piles .......................................................................................... 6

3.8 Pile Driving Quality Control ........................................................................................... 7

307071-01059-00-ma-spc-316200_rd.docx Page ii 307071-01059tmw : Rev. D : 22-Nov-16

Page 99: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 31 62 00 Burrard Civic Marina DRIVEN PILES 2017 Marina Upgrade - Offshore

1 GENERAL

1.1 Summary

.1 This Specification describes the requirements for the transport and installation of the steel pipe piles.

1.2 References

.1 CSA G40.20-13/G40.21-13 General Requirements for Rolled or Welded Structural Quality Steel/Structural Quality Steel

.2 CSA W47.1-09 Certification of Companies for Fusion Welding of Steel

.3 CSA W48-14 Filler Metals and Allied Materials for Metal Arc Welding

.4 CSA W59-13 Welded Steel Construction (Metal Arc Welding)

.5 CSA W178.1-14 Certification of Welding Inspection Organizations

.6 CSA W178.2-14 Certification of Welding Inspectors

1.3 Site Conditions and Available Data

.1 Reference Drawings for the existing dock structure are available upon Contractor’s request.

1.4 Protection of Existing Features

.1 Take all necessary precautions, including the provision of suitable screening fences or barriers to protect public, environment, existing structures, existing outfalls, facilities, and services from damage due to the pile installation and associated Works.

.2 Complete pile driving in conformance with Best Management Practices for Pile Driving and Related Operations - BC Marine and Pile Driving Contractors Association (BCMPDCA) (draft dated March 2003) and other requirements as noted in the Specification sections.

.3 Additional information and requirements concerning monitoring and mitigation measures during pile driving as described in “On the Impact of Underwater Pile Driving Noise on Marine Life” by Svein Vage, Institute of Ocean Science, February 2003.

1.5 Review of Information by Pile Driving Contractor

.1 Contractor shall review all information pertinent to the Work, visit the Site, carry-out all necessary examinations, and shall make independent interpretations of all available information regarding the requirements, limitations, and constraints of the Work and the conditions under which the Work will be performed.

307071-01059-00-ma-spc-316200_rd.docx Page 1 of 7 307071-01059tmw : Rev. D : 22-Nov-16

Page 100: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 31 62 00 Burrard Civic Marina DRIVEN PILES 2017 Marina Upgrade - Offshore

.2 Contractor shall promptly notify the City of Vancouver and the City of Vancouver’s representative of any ambiguity, inconsistency, or perceived error in the Specifications that may be discovered.

1.6 Submittals

.1 Submit preliminary pile installation plan including proposed equipment, methods, and splicing procedures submission. Submission shall include an experience summary of specialist pile installations of a similar nature.

.2 Submit details of proposed pile driving equipment and methods and schedules to the City of Vancouver and the City of Vancouver’s representative for review a minimum of 10 days prior to mobilization of equipment.

.3 Submit full details of proposed pile splices and pile cutting shoe, if required, welding procedures or other connecting methodology, with Drawings and schedules as may be necessary, to the City of Vancouver’s representative for review a minimum of seven days prior to the start of fabrication.

.4 Submit pile schedule, indicating pile splice locations and proposed lengths of pipe to be used to fabricate piles to the Company’s representative for review a minimum of seven days prior to the start of fabrication.

1.7 Quality Control Submittals

.1 Provide the City of Vancouver’s representative with copies of pile installation records at the end of each day of pile installation.

.2 Provide the City of Vancouver’s representative with survey data to confirm that piles have not moved during driving of adjacent piles.

2 PRODUCTS

2.1 Other Materials

.1 Rolled Steel for Backing Rings, Shear Rings, and Steel Plate: to CAN/CSA G40.20-13/ G40.21-13.

.2 Welding Consumables: to CSA W48-14. The metallurgy of deposited weld metal shall match that of the metallurgy of the base metal. The tensile strength of the weld metal shall exceed the tensile strength of the base metal.

.3 Pile Tip: the Contractor shall select an appropriate cutting shoe arrangement in conjunction with the proposed pile installation method.

307071-01059-00-ma-spc-316200_rd.docx Page 2 of 7 307071-01059tmw : Rev. D : 22-Nov-16

Page 101: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 31 62 00 Burrard Civic Marina DRIVEN PILES 2017 Marina Upgrade - Offshore

3 EXECUTION

3.1 General

.1 Contractor shall transport pipe for piles to the location of the Work.

.2 Drive each pile continuously to achieve depth penetrations as shown on the Drawings and approved by the City of Vancouver’s representative.

.3 Install each pile to achieve full tip embedment in till or as per the City of Vancouver’s representative’s satisfaction (provided in writing).

.4 Piles shall be spliced as required as approved by the City of Vancouver’s representative.

.5 Installation of each pile will be subject to the approval of the City of Vancouver’s representative, who will be sole judge of acceptability of each pile.

.6 Do not remove the pile driving rig(s) from the Site until the City of Vancouver’s representative has approved the installation of all piles.

.7 Provide suitable equipment on Site to extract piles if an obstruction is encountered that cannot be bypassed and at the completion of driving.

.8 Comply with all recommendations and requirements of the letter “DFO Self-Assessment - Burrard 2017 Civic Marina Upgrade Project” dated November 18, 2016 included in the appendix.

3.2 Equipment Requirements

.1 Contractor shall select suitable equipment for installing piles to achieve depth penetrations as shown on the Drawings and approved by the City of Vancouver’s representative.

3.3 Preparation

.1 Protect public and construction personnel, adjacent structures, and the Work of other Contractors from hazards attributable to pile driving operations.

.2 Exercise care when driving piles adjacent to existing structures to ensure no contact between pile and structure takes place.

.3 Where coarse rock, riprap, or concrete/asphalt covers the ground surface at locations of piles to be installed, temporarily remove such rock to allow piles to be installed without damage.

.4 Provide suitable measures to maintain noise levels to within limits imposed by the Government of BC’s appropriate authorities and Site requirements.

307071-01059-00-ma-spc-316200_rd.docx Page 3 of 7 307071-01059tmw : Rev. D : 22-Nov-16

Page 102: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 31 62 00 Burrard Civic Marina DRIVEN PILES 2017 Marina Upgrade - Offshore

3.4 Splicing and Pile Tip Modification

.1 Piling shall be spliced as necessary as approved by the City of Vancouver’s representative. Contractor shall note specifically if field splices are required.

.2 Ensure good alignment of spliced parts.

.3 All welding shall conform in quality and workmanship to CSA W59, Clause 11. The weld area shall be dry and wind free during welding and shall cool without chilling following welding.

.4 Welding shall be undertaken by a company approved by the Canadian Welding Bureau (CWB) to the requirements of CSA W47.1, Division 3 or better.

.5 Splicing may also be inspected and/or tested by an inspector appointed by the City of Vancouver’s representative at the City of Vancouver’s expense. Such additional inspection and/or testing will not augment or replace the Contractor’s quality control nor relieve him of his contractual responsibilities.

3.5 Installation

.1 Contractor shall inform the City of Vancouver’s representative 48 hours in advance of each pile installation.

.2 Piles shall be installed in the locations shown on the Drawings.

.3 Maximum tolerances for the installed piles are as follows:

.1 Maximum horizontal tolerances from locations shown on the Drawings shall be as follows:

.1 At Ground Line or Water Line: 25 mm

.2 At Cut-Off for Extended Piles: 25 mm

.2 Maximum deviation from plumb or specified batter, below water or ground line shall be ¹⁄50.

.3 Pile cut-off shall be within 10 mm of elevations indicated.

.4 Tolerances listed above shall be met after all piles are installed.

.5 Piles anchoring floating docks shall be installed to allow full movement of floating docks through all tidal cycles.

.4 The Contractor shall maintain pile driving records as directed by the City of Vancouver’s representative.

307071-01059-00-ma-spc-316200_rd.docx Page 4 of 7 307071-01059tmw : Rev. D : 22-Nov-16

Page 103: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 31 62 00 Burrard Civic Marina DRIVEN PILES 2017 Marina Upgrade - Offshore

.5 Pile installation equipment shall be capable of installing the pile to the estimated pile tip elevations. Jetting shall not be used for pile installation.

.6 The integrity of the piles during construction shall remain the responsibility of the Contractor.

.7 Piles shall be installed to the tip elevations shown on the Drawings.

.8 Piles may be installed with a vibratory hammer. However, the last 2 m shall be driven with an impact hammer unless waived by the City of Vancouver’s representative.

.9 Contractor shall provide silt curtains, bubble curtains, or other sediment and noise control measures, as outlined in the Specifications if required.

.10 Water in the piling shall be pumped out; capture and disposed of in accordance with municipal, provincial, and federal requirements.

.11 Piles shall be installed without causing damage to the pile. The top of piles shall be protected by a suitable means to prevent damage to the piles. Any pile so damaged as to be unfit for the use for which it is intended, or any pile that cannot be brought within tolerance for location, will be rejected. A rejected pile shall be extracted and replaced by a new pile. Costs associated with rejected piles shall be for the Contractor's account.

.12 Sufficient lengths of pile above cut-off shall be allowed so that no part of the head of the pile is damaged during installation remains in the Work.

.13 Piles shall be cut-off in accordance with the Drawings.

.14 Hold piles securely and accurately in position while driving.

.15 Sequence the driving of piles on sloping ground in a manner that minimizes the movement of piles after driving.

.16 Re-drive piles which heave during driving of adjacent piles.

.17 Support all piles laterally, to the satisfaction of the City of Vancouver’s representative, to prevent damage to the piles until the formwork or pile caps provide adequate lateral support.

.18 Where conditions are encountered which make it difficult to drive a pile in the location shown and to a depth consistent with the surrounding piles and to attain the required capacity, employ all reasonable means to advance the pile. The Contractor shall propose alternative reasonable means should the advancement of any pile be retarded. Proposed means must not result in additional damages to the existing structures. If in the event it does, costs associated with any damage are solely the Contractors.

307071-01059-00-ma-spc-316200_rd.docx Page 5 of 7 307071-01059tmw : Rev. D : 22-Nov-16

Page 104: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 31 62 00 Burrard Civic Marina DRIVEN PILES 2017 Marina Upgrade - Offshore

.19 If an obstruction to pile penetration is encountered during installation, the Contractor shall immediately advise the City of Vancouver’s representative if it prevents the installation of the piles to its required penetration. Based on review of the situation, the Contractor may be directed by the City of Vancouver’s representative to relocate the pile so as to avoid the obstruction.

.20 Unless otherwise directed by the City of Vancouver’s representative, terminate any special installation techniques at least 3 m prior to reaching the estimated penetration and as required to achieve pile capacity. Complete installation using conventional methods.

.21 Piles shall be painted in accordance with the Drawings.

.22 The Contractor shall select its own method of installing the steel pipe piles, sealing piles when they are at their final tip elevations. The Contractor shall submit a written pile installation procedure, including a detailed description of the proposed pile driving techniques, cleaning, rebar installation if applicable, and grout placement. The methods shall be reviewed by the City of Vancouver’s representative prior to commencement of the Work.

3.6 Pile Cut-Off and Completion

.1 Cut off and complete piles in accordance with the appropriate Specifications and as shown on the Drawings.

.2 Cut off piles neatly and squarely at the elevations indicated on the construction Drawings. Provide sufficient length above the cut-off elevation so that any part damaged during driving is cut off. Remove cut-off lengths from Site.

.3 Piles shall be cut in a flat, horizontal plane. A suitable guide shall be used to aid in cutting piles so that the cut-off plane is flat to within 2 mm. If a satisfactory handheld cut cannot be obtained, the Contractor shall cut the pile with an automatic cutter operated so as to leave a true horizontal cut.

.4 All cut-off pile pipe sections not otherwise required by the City of Vancouver belong to the Contractor.

3.7 Damaged or Defective Piles

.1 The integrity of the piles shall remain at all times the responsibility of the Contractor. Should any pile be damaged by overdriving or by pile installation techniques or other causes including attempting to pass an obstruction, or be out of position as a result of improper survey or driving practice, it shall be replaced as directed by the City of Vancouver’s representative. No extra compensation will be made for removing and replacing piles, driving extra piles, or other Work made necessary through rejection of a defective or damaged pile.

307071-01059-00-ma-spc-316200_rd.docx Page 6 of 7 307071-01059tmw : Rev. D : 22-Nov-16

Page 105: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 31 62 00 Burrard Civic Marina DRIVEN PILES 2017 Marina Upgrade - Offshore

.2 If, in the judgement of the City of Vancouver and the City of Vancouver’s representative, the Contractor is unable to properly complete installation of any pile by resorting to the reasonable methods described in Clause 3.5.18, the City of Vancouver and the City of Vancouver’s representative may order an additional pile or piles to be installed for which the Contractor will be paid in accordance with provisions of the Contract between the City of Vancouver and the Contractor for evaluation of changes to the Work. Piles abandoned or installed out of place or alignment because of obstructions, as determined by the City of Vancouver’s representative, will be paid for as completed piles. Such abandoned piles must be removed if required by the City of Vancouver’s representative, and their removal paid for in accordance with the provisions of the Contract between the City of Vancouver and the Contractor for evaluation of changes to the Work.

3.8 Pile Driving Quality Control

.1 Maintain accurate records of driving for each pile, including:

.1 Date and weather.

.2 Type and make of equipment used in installation.

.3 Pile size, length pitched in the leads and splice lengths, location of pile.

.4 Accurately time the installation of the piles (pile driving start times and end times).

.5 Blow counts per 0.3 m.

.6 Sequence of pilling and pre-selected pile numbering system.

.7 Seating procedures.

.8 Final tip and cut-off elevations.

.9 Other pertinent information such as interruption of continuous driving, pile damage, etc.

*** END OF SECTION ***

307071-01059-00-ma-spc-316200_rd.docx Page 7 of 7 307071-01059tmw : Rev. D : 22-Nov-16

Page 106: INVITATION TO TENDER “ITT” PS20162025
Page 107: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 35 51 30 Burrard Civic Marina MARINA FLOATS 2017 Marina Upgrade - Offshore

Table of Contents

1 GENERAL REQUIREMENTS ................................................................................................. 1

1.1 General .......................................................................................................................... 1

1.1.1 Definitions ........................................................................................................... 1

1.1.2 Objectives ........................................................................................................... 1

1.2 Scope of Work ............................................................................................................... 1

1.2.1 General................................................................................................................ 1

1.2.2 Floating Structures .............................................................................................. 2

1.2.3 Mooring System .................................................................................................. 4

1.2.4 Connections and Hardware ................................................................................ 5

1.2.5 Services .............................................................................................................. 6

1.3 Materials and Fabrication .............................................................................................. 6

1.4 Submittals ...................................................................................................................... 7

1.5 Quality Control and Quality Assurance ......................................................................... 7

2 DESIGN REQUIREMENTS - GENERAL ................................................................................ 7

2.1 Design Team ................................................................................................................. 7

2.2 Relevant Codes, Standards, and Regulations .............................................................. 8

2.3 Design Criteria ............................................................................................................. 10

2.4 Design Documents ...................................................................................................... 10

2.4.1 Preliminary Design and Shop Drawings ........................................................... 10

2.4.2 Final Design Drawings and Shop Drawings...................................................... 10

2.4.3 Record Drawings ............................................................................................... 11

307071-01059-00-ma-spc-355130_rd.docx Page ii 307071-01059tmw : Rev. D : 22-Nov-16

Page 108: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 35 51 30 Burrard Civic Marina MARINA FLOATS 2017 Marina Upgrade - Offshore

1 GENERAL REQUIREMENTS

1.1 General

1.1.1 Definitions

.1 Reference to the “Contractor” in these requirements denotes the Contractor assigned to carry out the Work of this Contract.

1.1.2 Objectives

.1 These performance requirements set out the functional, quality, performance, and durability requirements for the Float G and Float G to L dock at Burrard Civic Marina. The Work encompasses the design and construction of the following systems:

.1 Float docks.

.2 Anchor system.

.3 Connections and hardware.

.2 These performance requirements are minimum requirements. The Contractor shall give due consideration in the design to minimizing operating and maintenance costs to achieve an optimum lifetime cost and to minimize the extent/frequency of maintenance and its disruptive effect on operations.

1.2 Scope of Work

1.2.1 General

.1 The Work to be performed under this section includes design of the float dock systems to meet the requirements of this section, the Specifications, the Drawings, other Contract Documents, and good industry practice.

.2 The Work includes supply of all components and materials, delivery to Site, and installation of the float dock systems.

.3 The float dock systems shall be designed to meet the requirements and codes identified in this Specification as well the requirements of all other Specifications, on the Drawings, and other Contract Documents.

.4 The float dock systems shall permit access, mooring, and berthing of vessels of the size noted in this Specification.

307071-01059-00-ma-spc-355130_rd.docx Page 1 of 11 307071-01059tmw : Rev. D : 22-Nov-16

Page 109: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 35 51 30 Burrard Civic Marina MARINA FLOATS 2017 Marina Upgrade - Offshore

.5 The Drawings indicate the general intent of the layout of the float dock systems. The Contractor shall complete detailed design and be responsible for coordination of sub-trades. Proposed revisions to the intended layout shall be submitted to the City of Vancouver’s representative for review and acceptance.

.6 The Contractor shall be fully responsible for the design, construction, installation, and quality control of the floats and mooring system, and ensure that they meet the structural strength, buoyancy, durability, and performance requirements as established by these Specifications and other Contract Documents.

.7 The Contractor shall arrange and pay for the delivery of the floats to the Site either by land or by water. The delivery schedule shall be mutually agreed with the City of Vancouver.

.8 The minimum service life of the marina float assembly shall be 25 years in a marine environment.

1.2.2 Floating Structures

.1 The layout of floats will be as shown on the Drawings. The main walkway float docks and finger float docks shall be a concrete encased float system. Concrete shall encase top, sides, and bottom (all sides). All foam shall be encased to prevent deterioration from the elements or wildlife. The floats shall be designed such that they remain floating through all water levels and are not to bear upon the ground at low water.

.2 The quantity of individual float modules shall be determined by the Contractor.

.3 The Contractor’s scope of Work shall include the design and installation of the transition ramps and all other associated connection hardware. Transition ramps and connections shall be compatible with wheeled carts.

.4 All float docks shall be designed so they do not bear on the seabed surface during low water conditions. Connections shall allow the main walkway float docks, finger float docks, and all transition ramps and connections to function together through all water levels. Contractor shall verify the water depths along shore at Float G and verify depths are adequate prior to design and fabrication of the float docks.

.5 The Contractor is responsible for verifying the stability and structural integrity of the marina floats due to any singular or realistic combination of loading conditions given herein.

.6 The float assembly design shall allow for easy replacement in the event of damage.

307071-01059-00-ma-spc-355130_rd.docx Page 2 of 11 307071-01059tmw : Rev. D : 22-Nov-16

Page 110: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 35 51 30 Burrard Civic Marina MARINA FLOATS 2017 Marina Upgrade - Offshore

.7 Main Walkways:

.1 The float dock assembly for the main walkway floats shall have the following characteristics under dead load:

.1 Width: 2.438 m (8 ft.)

.2 Freeboard: 457 mm (18.0 in.) - after one year service life

.3 Length: Float module length shall be determined by the Contractor (full constructed length as shown on the Drawings)

.4 Draft: Shall be determined by the Contractor

.2 Finger float dock shall have the following characteristics under dead load:

.1 Width: As noted on plans, but not less than 0.914 m (3 ft.)

.2 Freeboard: 457 mm (18.0 in.) - after one year service life

.3 Length: Float module length shall be determined by the Contractor (full constructed length as shown on Drawings)

.4 Draft: Shall be determined by the Contractor

.8 Float widths given are “clear” widths and include walers. Deck width should be adjusted accordingly.

.9 All floats shall have precast concrete decking which has a uniform appearance.

.10 All floats shall have broom finished concrete decking.

.11 Power, lighting, and communication shall be in accordance with the Drawings and Specifications, especially as identified in the electrical sections.

.12 Water and fire protection shall be in accordance with the Drawings and Specifications, especially as identified in the civil sections.

.13 The deck shall sit level with a maximum cross slope of 2% and maximum longitudinal slope of 1.6%, under the influence of live load and point loads, and less than 100 mm deviation between highest and lowest deck elevations throughout the system of floats.

.14 The differential elevation between adjacent float units, in place, shall be no more than 13 mm. Changes in level between 6 mm and 13 mm shall be beveled with a slope not steeper than 1:2.

.15 Gaps between adjacent float units shall have a cover suitable for wheeled carts to travel between modules.

307071-01059-00-ma-spc-355130_rd.docx Page 3 of 11 307071-01059tmw : Rev. D : 22-Nov-16

Page 111: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 35 51 30 Burrard Civic Marina MARINA FLOATS 2017 Marina Upgrade - Offshore

.16 All floats shall be designed to carry a uniformly distributed live load of 2.88 kPa over the whole or any part of the deck. Stability shall be checked and verified for this loading condition.

.17 Main walkway floats shall be designed to carry the dead loads from transformers as indicated on the Drawings. Stability shall be checked and verified for this loading condition. Contractor to verify final weights prior to float design.

.18 Floats shall be designed to carry, at any location on the float deck, but no closer than 300 mm from the edge of the float, a concentrated load of 1.8 kN. Minimum acceptable freeboard under the application of the concentrated load, in addition to dead load, shall be 200 mm. Loading should not create a cross slope greater than 2%. Stability shall be checked and verified for this loading condition.

.19 Float dock shall be designed so as to allow its removal without removing steel pipe piles.

.20 Connections between float units shall be designed to carry the loads with consideration given to the cyclic nature of the wave loads and the resulting effect of fatigue and wear on connecting surfaces. Provision shall be made for energy and shock absorption at the connection.

.21 All marina floats shall have a fender board that extends to within 200 mm (8 in.) of the water level, to protect all boats from contacting directly with the float module or marine growth on the submerged portion of the floats. The fender board shall also have a continuous fender (rub strip) for protecting vessels from rubbing upon the fender surface.

.22 Float G to L shall have provisions for future renovations to add finger docks to each side of the dock systems. These connection provisions will allow the fingers to accommodate various spacing requirements with an adjustment of no less than 1 ft. intervals.

1.2.3 Mooring System

.1 The Contractor’s Work shall include the design, fabrication, shipment, installation, and quality control of the mooring system.

.2 The design for the float dock mooring system shall be in general accordance with the minimum design shown on the Drawings and in accordance with the Specifications and other Contract Documents. The Contractor shall complete detailed design and be responsible for coordination of sub-trades.

307071-01059-00-ma-spc-355130_rd.docx Page 4 of 11 307071-01059tmw : Rev. D : 22-Nov-16

Page 112: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 35 51 30 Burrard Civic Marina MARINA FLOATS 2017 Marina Upgrade - Offshore

.3 The float dock mooring systems shall be composed of steel pipe piles. At a minimum the Contractor shall provide five steel pipe piles with a minimum diameter of 305 mm and a minimum thickness of 12.7 mm for the Float G dock, and nine steel pipe piles with a minimum diameter of 305 mm and a minimum thickness of 12.7 mm for the Float G to L dock. Contractor may increase the quantity, or thickness of the piles, or increase the diameter of the piles up to 406 mm as required for properly mooring the floating docks. The pile material and protective coating shall be as noted on the Drawings.

.4 Contractor shall provide mooring systems for Floats H, I, J, K, L, and R where required due to the change in connection with Float G to L dock. At a minimum the Contractor shall provide one steel pipe pile with a minimum diameter of 305 mm and a minimum thickness of 12.7 mm at the end of each disconnected and unsupported float dock.

.5 Contractor shall perform any geotechnical investigation as needed to design the mooring system.

.6 Proposed revisions to the intended layout shall be submitted to the City of Vancouver’s representative for review and acceptance.

.7 Pile brackets shall have galvanized steel frames and make use of UHMW-PE to minimize wear on piles and steel frames. Pile brackets shall be securely attached to the float to prevent pull out or separation during peak loading.

1.2.4 Connections and Hardware

.1 All connections between marina floats should be of high reliability and suitable for public use.

.2 Provide galvanized cleats with a minimum 44.5 kN loading capacity for vessel moorage. Alternatives must be reviewed and accepted by the City of Vancouver’s representative. There shall be a minimum of four cleats along each vessel berth side and two at the head of each vessel single berth and four at the head of each double berth.

.3 Fenders:

.1 Provide a continuous rub strip around the perimeter of the float docks where vessels could impact the docks during berthing or mooring. These continuous rub strips shall be fabricated from high quality, white PVC material with high resistance to environmental elements (including UV light) and biological growth. Rub strips shall be attached with stainless steel fasteners with the fasteners installed to prevent contact with vessels when the rub strip is compressed under vessel impact. Rub strips shall be appropriate for the vessel size.

.2 Provide corner bumpers at all outside corners where vessels could impact the docks during berthing or mooring. Corner bumpers shall be appropriate for the vessel size.

307071-01059-00-ma-spc-355130_rd.docx Page 5 of 11 307071-01059tmw : Rev. D : 22-Nov-16

Page 113: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 35 51 30 Burrard Civic Marina MARINA FLOATS 2017 Marina Upgrade - Offshore

.4 Safety Ladders: Contractor shall provide lifting safety ladders along the float dock. The lifting ladders will be free of the water when lifted and extend 1 m minimum below the water surface when deployed. They shall be suitable for inadvertent swimmers to access the ladder and egress the water. Ladders will be placed such that the maximum water distance between ladders is 30 m.

.5 Life Rings: safety life rings complete with stand and throw rope shall be provided at 23 m maximum intervals at locations along each main dock walkway (Float G and Float G to L).

.6 Fire Extinguishers: proper Type ABC fire extinguishers shall be provided in a stand at 23 m maximum intervals along each main dock walkway (Float G and Float G to L).

.7 Pile Caps: all piles shall have a high gloss, long lasting, white fibreglass pile cap with a 60 degree conical tip and a minimum 4 in. sleeve. The pile cap shall be securely fastened to the pile with 316 stainless steel screws.

1.2.5 Services

.1 A utility corridor to house PVC conduit pipes shall be provided. No permanent utility lines should be located on or attached to the deck surface of the marina float. Care should be taken when placing the utility corridor that access panels will not create a tripping hazard.

.2 Access panels with removable covers shall be provided to give access to the utility corridor at regular intervals along the full length of the marina float.

.3 The utility corridor shall be constructed with regular drainage holes and moderate slopes so that there is no standing water within the corridor.

.4 No utility lines shall have less than 150 mm clearance above the water surface under dead load only and not less than 50 mm clearance under dead load, 1.44 kPa uniform live loads, and/or point loads.

.5 The holes where utility lines pass through structural members shall be chamfered 6 mm to 13 mm to reduce wear on the conduit. Alternatives shall be approved by the City of Vancouver’s representative.

1.3 Materials and Fabrication

.1 All materials and equipment shall be of first quality, produced or manufactured by nationally or internationally recognized firms which possess an acknowledged reputation for the production or manufacture of quality products. Where feasible and practicable, suppliers and manufacturers of products shall be ISO 9000 certified.

.2 Materials and fabrication will be as specified on the Drawings and in the Specifications.

307071-01059-00-ma-spc-355130_rd.docx Page 6 of 11 307071-01059tmw : Rev. D : 22-Nov-16

Page 114: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 35 51 30 Burrard Civic Marina MARINA FLOATS 2017 Marina Upgrade - Offshore

.3 Foam: foam floatation shall be expanded polystyrene foam block and shall have a minimum density of 16 kg/m3, per ASTM C578. The block shall be solid with no loose beads or void areas, and have a maximum water absorbency of 48 kg/m3 at seven days according to the “Seven Day Hunt Absorption Test”.

.4 Float Dock Concrete: concrete for the precast concrete float units shall comply with the requirements of Sections 03 40 00 - Precast Concrete and 03 20 00 - Concrete Reinforcing.

1.4 Submittals

.1 Contractor shall submit drawings and calculations sealed by a Professional Engineer licensed in British Columbia (BC), Canada. These Drawings shall identify design requirements, design codes used, layout, member sizes, connections, dimensions, materials, and finishes for the project. Fabrication and installation of the components shall not begin until Drawings and calculations are approved by the City of Vancouver representative. See Clause 2 for detailed design submittal requirements.

.2 Submit float manufacturer’s qualifications with the Bid. See Clause 2 for detailed submittal requirements.

.3 Contractor shall submit product information for all hardware installed upon the float docks including, but not limited to, cleats, safety ladders, life rings, fire extinguishers, fender strips, and corner fenders.

1.5 Quality Control and Quality Assurance

.1 Quality control shall be performed by the Contractor. Contractor shall perform quality control testing as necessary to show the Work and materials are in accordance with the project Specifications. All quality control test results shall be promptly submitted to the City of Vancouver representative.

.2 Quality assurance may be performed by the City of Vancouver. Contractor shall coordinate activities, provide construction support, and cooperate with the City of Vancouver, or City of Vancouver’s representative, in the execution of quality assurance.

2 DESIGN REQUIREMENTS - GENERAL

2.1 Design Team

.1 The float manufacturer shall have a minimum of five years of successful experience designing, fabricating, and installing float docks for public use in the coastal waters of BC.

307071-01059-00-ma-spc-355130_rd.docx Page 7 of 11 307071-01059tmw : Rev. D : 22-Nov-16

Page 115: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 35 51 30 Burrard Civic Marina MARINA FLOATS 2017 Marina Upgrade - Offshore

.2 Contractor shall submit the float manufacturer’s qualifications for review and acceptance by the City of Vancouver with the Bid Documents. Qualifications shall include example design projects with photographs, Drawings, and calculations. Contractor shall provide contact information for the Owner or Operator of three facilities the City of Vancouver may call for reference.

.3 The Engineers of Record for the various engineering disciplines shall be members of APEGBC, licensed to practise engineering in BC, and shall possess five years post registration experience as Engineer of Record on similar facilities. They shall perform their work in conformance with the Guidelines for Professional Practice as issued and amended by APEGBC.

.4 The design shall be in accordance with all federal, provincial, and City of Vancouver laws and regulations for this facility, including all environmental laws, regulations, or other project specific requirements.

2.2 Relevant Codes, Standards, and Regulations

.1 All Work on this project shall be carried out in conformance with all applicable federal, provincial, and municipal regulations.

.2 All Work on this project shall comply with the City of Vancouver Building Code including all amendments.

.3 The British Standard (BS 6349) shall be used as marine code, as applicable to the facility use, when the Canadian codes/standards do not provide marine guidance. Whenever BS 6349 does not provide sufficient information or is not applicable, reference can be made to other international codes/standards or guidelines.

.4 Any conflict between this Specification and the referenced codes, standards and regulations, shall be immediately brought to the City of Vancouver’s representative’s attention for resolution.

.5 The latest edition of, and any standards referenced by, the following standards shall apply to the Work.

.6 The following codes and standards shall be referenced and adhered to where appropriate for design, performance, materials, and quality:

.1 Canadian Standards Association (CSA International):

.1 CSA A23.1-14/A23.2-14 Concrete Materials and Methods of Concrete Construction/Test Methods and Standard Practices for Concrete

307071-01059-00-ma-spc-355130_rd.docx Page 8 of 11 307071-01059tmw : Rev. D : 22-Nov-16

Page 116: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 35 51 30 Burrard Civic Marina MARINA FLOATS 2017 Marina Upgrade - Offshore

.2 CSA A23.3-14 Design of Concrete Structures

.3 CSA A23.4-16 Precast Concrete - Materials and Construction

.4 CSA CAN/CSA-A3000-13 Cementitious Materials Compendium

.5 CSA G30.18-09 (R 2014) Carbon Steel Bars for Concrete Reinforcement

.6 CSA G40.20-13/G40.21-13 General Requirements for Rolled or Welded Structural Quality Steel/Structural Quality Steel

.7 CSA CAN/CSA O80 Series-15 Wood Preservation

.8 CSA O86-14 Engineering Design in Wood

.9 CSA O112.9-10 Evaluation of Adhesives for Structural Wood Products (Exterior Exposure)

.10 CSA S6-14 Design of Highway Bridges

.11 CSA S16-14 Design of Steel Structures

.12 CSA CAN/CSA-S157-05/S157.1-05 (R 2015) Strength Design in Aluminum

.13 CSA CAN/CSA-S269.3-M92 (R2013) Concrete Formwork

.14 CSA W59-13 Welded Steel Construction (Metal Arc Welding)

.15 CSA W186-M1990 Welding of Reinforcing Bars in Reinforced Concrete Construction

.2 Underwriters Laboratories of Canada (ULC):

.1 ULC CAN/ULS-S701-11 Standard for Thermal Insulation, Polystyrene, Boards and Pipe Covering

.3 NLGA Standard Grading Rules for Canadian Lumber

.4 The Engineered Wood Association (APA)

.5 All Other Applicable Codes

307071-01059-00-ma-spc-355130_rd.docx Page 9 of 11 307071-01059tmw : Rev. D : 22-Nov-16

Page 117: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 35 51 30 Burrard Civic Marina MARINA FLOATS 2017 Marina Upgrade - Offshore

2.3 Design Criteria

.1 General:

.1 All floating units and mooring systems shall be designed to withstand the forces and displacements for the design criteria identified in this Specification, other Specifications, the Drawings, Specifications, and other Contract Documents.

.2 The floating units and mooring system shall be designed as permanent structures and shall be designed to function in this section of False Creek.

.2 Environmental:

.1 As noted in the general notes on the Drawings.

.3 Vessel Data:

.1 All floats shall be designed to resist the loads from the following berthing criteria:

.1 LOA: As shown on the Drawings

.2 Velocity: 0.6 m/s

.3 Angle of Impact: 0 degrees to 180 degrees (90 degrees is perpendicular to the dock face)

2.4 Design Documents

2.4.1 Preliminary Design and Shop Drawings

.1 Based on the layout shown in the Drawings, the Contractor shall submit preliminary Shop Drawings for review by the City of Vancouver and the City of Vancouver’s representative.

.2 Preliminary Drawings shall show the following:

.1 The general arrangement of the floats.

.2 The general layout of the float substructure.

2.4.2 Final Design Drawings and Shop Drawings

.1 Upon the completion of the City of Vancouver’s review and acceptance of the details as shown on the preliminary Drawings, the Contractor shall proceed with detailed design and detailing of the floats.

.2 Detailed Shop Drawings showing all details necessary for construction shall be submitted for review by the City of Vancouver and the City of Vancouver’s representative.

.3 Detailed Shop Drawings shall be in AutoCAD format.

307071-01059-00-ma-spc-355130_rd.docx Page 10 of 11 307071-01059tmw : Rev. D : 22-Nov-16

Page 118: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 35 51 30 Burrard Civic Marina MARINA FLOATS 2017 Marina Upgrade - Offshore

.4 All Shop Drawings shall be in metric units at an appropriate scale to show the design intent.

.5 After receipt of reviewed Shop Drawings, the Contractor shall resolve all remaining design issues to the satisfaction of the City of Vancouver and finalize Shop Drawings for construction.

.6 The Contractor shall submit final Shop Drawings as issued for construction. Final Shop Drawings shall bear the seal of a Professional Engineer registered in the Province of BC, Canada who is responsible for the design of the floating structure.

2.4.3 Record Drawings

.1 At the completion of floating structure construction and installation, the Contractor shall update Shop Drawings as necessary to record as-built conditions and submit electronic and sealed paper copies to the City of Vancouver.

*** END OF SECTION ***

307071-01059-00-ma-spc-355130_rd.docx Page 11 of 11 307071-01059tmw : Rev. D : 22-Nov-16

Page 119: INVITATION TO TENDER “ITT” PS20162025
Page 120: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 331116.03 BURRARD CIVIC MARINA MARINA POTABLE WATER ON FLOATS 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-331116.03_rc.docx Page ii 307071-01059eal : Rev. C : 23-Nov-16

Table of Contents

1 GENERAL ............................................................................................................................... 1

1.1 Section Includes ............................................................................................................ 1

1.2 Definitions ...................................................................................................................... 1

1.3 Abbreviations ................................................................................................................. 2

1.4 References .................................................................................................................... 2

1.5 Objectives ...................................................................................................................... 2

1.6 Scope of Work ............................................................................................................... 3

1.7 Coordination .................................................................................................................. 5

1.8 Quality and Quality Assurance ...................................................................................... 5

1.9 Submittals ...................................................................................................................... 5

1.10 Qualifications & Experience .......................................................................................... 6

2 MATERIALS ............................................................................................................................ 6

2.1 General .......................................................................................................................... 6

2.2 Contractor's Quality Control .......................................................................................... 6

2.3 CPVC Pipe General ...................................................................................................... 7

2.4 CPVC Pipe & Fittings .................................................................................................... 7

2.5 Valves ............................................................................................................................ 7

2.6 Cement .......................................................................................................................... 8

3 EXECUTION ............................................................................................................................ 8

3.1 Coordination .................................................................................................................. 8

3.2 Application ..................................................................................................................... 8

3.3 Installation Requirements .............................................................................................. 8

3.4 Routes and Grades ....................................................................................................... 8

3.5 Piping Connections ....................................................................................................... 9

3.6 Pressure Tests .............................................................................................................. 9

Page 121: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 331116.03 BURRARD CIVIC MARINA MARINA POTABLE WATER ON FLOATS 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-331116.03_rc.docx Page iii 307071-01059eal : Rev. C : 23-Nov-16

3.7 Flushing and Cleaning................................................................................................... 9

3.8 Start-Up ......................................................................................................................... 9

Page 122: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 331116.03 BURRARD CIVIC MARINA MARINA POTABLE WATER ON FLOATS 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-331116.03_rc.docx Page 1 307071-01059eal : Rev. C : 23-Nov-16

1 GENERAL

1.1 Section Includes

.1 This Section includes requirements for pipe and pipe fittings for potable water services on the marina floats using CPVC piping. The specification is for use with pedestals that include the domestic service to boats, and this specification excludes the following;

.1 Hose bibs (specified as part of the pedestals)

.2 Pedestals (specified elsewhere)

.3 On shore water system (specified elsewhere)

1.2 Definitions

.1 COV refers to City of Vancouver.

.2 COV’s Representative refers to COV designated representative

.3 Work shall be defined as part or complete scope of the Burrard Civic Marina electrical upgrade project (Phase 1 and 2).

.4 Design shall be defined as including, but not necessarily be limited to, the design of the electrical system based on applicable codes and accepted practice and to the best interest of COV.

.5 Provide or Supply shall be defined as including, but not necessarily be limited to, the supply of electrical equipment and all other tools, materials and labour and required to carry out the Work.

.6 Install or Installation shall be defined as including the supply of labour, materials, tools, mobile and construction equipment, required to install, test and commission the Work.

.7 Demolition shall be defined as including the supply of labour and services, tools, mobile and construction equipment, temporary works required to remove, handling and disposal of the existing infrastructure.

.8 Remove and Salvage shall be defined as demolition where the parts or equipment being salvaged are not damaged or disposed of, but rather kept for re-use as part of the Work or free-issued back to COV to be kept as spares, delivered to a location on-Site of COV’s choosing.

.9 Contractor refers to the company or organization that enters a Contract with the owner as the result of a successful tender.

Page 123: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 331116.03 BURRARD CIVIC MARINA MARINA POTABLE WATER ON FLOATS 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-331116.03_rc.docx Page 2 307071-01059eal : Rev. C : 23-Nov-16

.10 Designer is the Professional Engineer or Architect employed by the Contractor to design the Works.

1.3 Abbreviations

.1 ASTM = ASTM International Inc.

.2 NSF = National Sanitation Foundation International

.3 UL or ULC = UL / ULC Underwriters Laboratory

.4 FM = Factory Mutual

.5 ISO = International Organization for Standardization

.6 CSA = Canadian Standards Association

1.4 References

.1 All references made to external documents are to the most current edition at the time the Contract is signed. Where a specific edition or version is referred to the edition in use at the time the Contract is signed is to be used. If a reference is made to a document which is no longer published the successor replacement document or documents as defined by the publisher of the reference and in use at the time the Contract is signed will be used.

1.5 Objectives

.1 These performance requirements set out the functional, quality, performance, and durability requirements for the Burrard Civic Marina 2017 Upgrade Works. The Work encompasses the design and construction of the following systems:

.1 Potable Water System on the Ramp, Float G, and Float G to L

.2 Connection to the existing combined potable / fire water system on Floats H through T inclusive.

.3 Connection to the upland water system at the top of the Ramp.

.2 These performance requirements are minimum requirements. The Contractor will give due consideration in the design to minimizing operating and maintenance costs and to minimize the duration/frequency of maintenance and its disruptive effect on operations.

Page 124: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 331116.03 BURRARD CIVIC MARINA MARINA POTABLE WATER ON FLOATS 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-331116.03_rc.docx Page 3 307071-01059eal : Rev. C : 23-Nov-16

1.6 Scope of Work

.1 The Work to be performed under this section includes design, construction, installation, and quality control of the Domestic Potable Water System to meet the requirements of this section and the following:

.1 Specifications

.2 Drawings

.3 Contract Documents

.4 All Laws and Regulations

.5 All current Codes, Guidelines, Best Practices, and By-Laws

.6 Good industry practice.

.2 The Work includes supply of all components and materials, delivery to Site, installation, testing, and certification.

.3 The Contractor is responsible for coordination of sub-trades.

.4 The Contractor will engage a qualified registered Professional Engineer to complete the design, inspection, certification of the Works. All Professionals will be registered in the Province of British Columbia. The Professional will be the Engineer of record.

.5 Where the Consultant or Owner have completed Letters of Assurance, or other undertakings or commitments for the Work, the Contractor and Designer will accept responsibility for them, or replace them with new Letters of Assurance, or other undertakings or commitments for the Work.

.6 Not all applicable laws are listed in this section, as it is the Designer’s responsibility to determine applicable Laws. In addition to applicable Laws the following apply to the Works.

.1 Vancouver Building Bylaw (which includes plumbing, marinas, and float homes.)

.2 Vancouver Fire Bylaw.

.7 The Drawings indicate the general intent of the layout of the Works.

.1 Proposed revisions to the intended layout will be submitted to the Consultant for review and acceptance.

.2 Sealed or signed Drawings are provided to the Contractor for the Works, they are to be considered “Preliminary”, and the Designer cannot rely on them.

.8 All components of the Works must be 100mm above the water line.

Page 125: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 331116.03 BURRARD CIVIC MARINA MARINA POTABLE WATER ON FLOATS 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-331116.03_rc.docx Page 4 307071-01059eal : Rev. C : 23-Nov-16

.9 The minimum service for all components is 50 years in the environment and climatic conditions it will operate in.

.1 Where serviceability or service life are defined in other codes and documents the most stringent will apply.

.2 The components will be designed to require only inspection and preventive maintenance during the first 70% of their service life

.3 The components will be designed to require only inspection, preventive maintenance and minor repairs in the remaining 30% of their service life.

.10 All components must be designed to provide the following Earthquake performance:

.1 All components must survive the 1:475 year Earthquake, and be repairable.

.2 All components must survive the 1:2475 year Earthquake to the extent where no loss of life occurs.

.3 Where Earthquake / Seismic criteria are defined in other codes and documents the most stringent criteria will apply.

.11 Backflow Prevention

.1 Include a reverse pressure principle check valve assembly at the connection to Floats L through T Inclusive.

.1 Diameter of backflow preventer is to be the same diameter of the new main servicing the float or larger.

.2 Valve will not produce a pressure drop greater than 41 KPa (6 psi) at the maximum operating flow

.3 Will be Watts LF007 or approved equal

.4 Mounting:

.1 In a box with drain built into the float. Valve to be at least 100 mm above the waterline

.2 Or mounted on the side of the float and at least 150 mm above the top of the float.

.2 Include a dual check valve.

.1 Diameter of backflow preventer is to be the same diameter of the new main servicing the float or larger.

.2 Valve will not produce a pressure drop greater than 41 KPa (6 psi) at the maximum operating flow.

Page 126: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 331116.03 BURRARD CIVIC MARINA MARINA POTABLE WATER ON FLOATS 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-331116.03_rc.docx Page 5 307071-01059eal : Rev. C : 23-Nov-16

.3 Will be Watts LF7R or approved equal.

.4 Mounting:

.1 One valve to be mounted in each pedestal

.2 Assessable from the float side of the pedestal

.3 Hose Bibs:

.1 All hose bibs to be fitted with a vacuum break built into the hose bib.

1.7 Coordination

.1 The Contractor will arrange for the delivery of components to the Site. The delivery schedule will be mutually agreed with the Consultant.

1.8 Quality and Quality Assurance

.1 Quality control will be performed by the Contractor. Contractor will perform quality control testing as necessary to show the Work and materials are in accordance with the Project Specifications.

.2 Quality assurance may be performed by the Consultant. Contractor will coordinate activities, provide construction support and cooperate with the Consultant, or his representative, in the execution of quality assurance.

1.9 Submittals

.1 Contractor will submit reports, drawings, calculations and Shop Drawings. These documents will identify design requirements, design codes used, layout, member sizes, connections, dimensions, materials, and finishes for the Works. Contractor will submit:

.1 Preliminary submission for review by the Consultant

.2 All interim submissions to remedy defects, provide clarification or additional detail as requested by the Consultant

.3 Final submission sealed by a Professional Engineer licensed in British Columbia (BC), Canada.

.4 Fabrication and installation of the components are not to begin until all drawings and calculations are approved by the Consultant.

.2 The format of submittals meet the following requirements:

.1 Metric units will be used for all calculations, drawings and reports

.2 Drawing will be at appropriate scale to show the design intent

Page 127: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 331116.03 BURRARD CIVIC MARINA MARINA POTABLE WATER ON FLOATS 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-331116.03_rc.docx Page 6 307071-01059eal : Rev. C : 23-Nov-16

.3 Drawing will be provided in AutoCAD format

.3 Contractor will submit product information for vendor supplied materials.

.4 All quality control test results will be promptly submitted to the Consultant.

.5 Within one month of Substantial Completion the Contractor will update reports, drawings, calculations and Shop Drawings as necessary to record as-built conditions and submit electronic and sealed paper copies to the Consultant.

1.10 Qualifications & Experience

.1 The Contractor will have a minimum of five years of successful experience completing similar project in the Province of BC, Canada.

.2 Design Engineers will have a minimum of five years of successful experience completing similar project in the Province of BC, Canada.

.3 Previous Project References

.1 The Contractor is to provide three references for similar Works.

.2 Project references should include the following:

.1 Project Name

.2 Brief description of the work performed

.3 Location of the project

.4 Name of Contact and their position on the project

.5 Current phone number

.6 Current email address.

2 MATERIALS

2.1 General

.1 Manufactured under ISO9001 Quality

.2 ISO14001 Environmental Management.

.3 All materials shall be RoHS compliant

2.2 Contractor's Quality Control

.1 Arrange and pay for site services of pipe and joint system supplier or proponent to Instruct on the correct use of the system.

Page 128: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 331116.03 BURRARD CIVIC MARINA MARINA POTABLE WATER ON FLOATS 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-331116.03_rc.docx Page 7 307071-01059eal : Rev. C : 23-Nov-16

.2 Supply fittings, valves, and specialties from a single manufacturer. Use date stamped castings for coupling housings, fittings, valve bodies, for quality assurance and traceability.

2.3 CPVC Pipe General

.1 Approved by NSF International for use with potable water (NSF 61)

.2 Have a flame spread rating of less than 25 and a smoke development rating less than 50 when tested for surface burning characteristics in accordance with CAN/ULC-S102-2-M88 or equivalent.

.3 Meet NSF Standard 14

.4 Meet CSA Standard B137.3

.5 Pipe is to be marked with the following information:

.1 The manufacturer’s name;

.2 The nominal pipe size;

.3 The material designation code;

.4 The pipe schedule and pressure rating in kPa for water @ 23 C;

.5 Bear the mark of the Listing agencies;

.6 The laboratory’s seal of approval for potable water usage;

.7 Flame spread and smoke development ratings;

.8 and the date and time of manufacture.

2.4 CPVC Pipe & Fittings

.1 Pipe shall be a rigid chlorinated polyvinyl chloride (CPVC) compound, Type IV Grade I, with a Cell Classification of 23447 as defined in ASTM D1784.

.2 Schedules 80

.1 Physical dimensions and tolerances to the requirements of ASTM F441

.2 Tested to the requirements of ASTM F441

2.5 Valves

.1 Shall have unions be removable and fully serviceable

.2 Certified for vertical and horizontal applications

.3 Minimum working pressure of 1035 kPa (150psi)

Page 129: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 331116.03 BURRARD CIVIC MARINA MARINA POTABLE WATER ON FLOATS 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-331116.03_rc.docx Page 8 307071-01059eal : Rev. C : 23-Nov-16

.4 Tested in accordance to ISO9393

.5 Designed to ISO16136 standards.

.6 CPVC valves shall meet ASTM D1784 cell classification 3447-B standards

2.6 Cement

.1 CPVC Solvent Cement: to ASTM D2564.

.2 CPVC Solvent Cement to be safe for potable water systems.

3 EXECUTION

3.1 Coordination

.1 Coordinate piping installation routes and elevations with installation of all other utilities.

3.2 Application

.1 Comply with manufacturer's written recommendations, including product technical bulletins, handling, storage and installation instructions, and datasheets.

3.3 Installation Requirements

.1 Install piping systems in accordance with the most stringent requirement of the National Building Code of Canada 2005, BC Plumbing Code, or authority having jurisdiction.

.2 Install piping to allow for expansion and contraction without exceeding maximum allowable stresses for pipe and equipment flanges.

.3 Provide clearance for proper installation of insulation and for access to valves, air vents, drains and unions.

.4 Ensure that all pipes and valves are 40mm above the bottom of any service box.

.5 Provide all offsets necessary to install piping systems within the physical limitations of the floats.

3.4 Routes and Grades

.1 Route piping in an orderly manner and maintain proper grades.

.2 Install piping to conserve headroom and space.

.3 Route above grade piping parallel to floats.

.4 Where practicable, group piping at common elevations.

.5 Ensure water system piping does not have any low points.

Page 130: INVITATION TO TENDER “ITT” PS20162025

CITY OF VANCOUVER SECTION 331116.03 BURRARD CIVIC MARINA MARINA POTABLE WATER ON FLOATS 2017 MARINA UPGRADE - OFFSHORE

307071-01059-02-ci-spc-331116.03_rc.docx Page 9 307071-01059eal : Rev. C : 23-Nov-16

.6 Make reductions in water piping with eccentric reducing fittings to provide complete drainage and venting.

3.5 Piping Connections

.1 Use non-toxic joint compound on potable water lines.

3.6 Pressure Tests

.1 Test pressure: greater of 1 times maximum system operating pressure or 860 kPa.

3.7 Flushing and Cleaning

.1 Flush entire system for 8 h. Ensure outlets flushed for 2 hours. Let stand for 24 hours, then draw one sample off longest run. Submit to testing laboratory to verify that system is clean to Provincial potable water guidelines.

3.8 Start-Up

.1 Pre-Start-Up

.1 System is to be complete prior to start-up.

.2 Verify that system can be completely drained.

.3 Pressure tests have been completed.

.4 Disinfection procedures have been completed.

.5 Certificate of static completion has been issued.

.2 Provide continuous supervision during start-up.

.3 Start-up procedures:

.1 Establish circulation and ensure that air is eliminated.

.2 Check pressurization to ensure proper operation and to prevent water hammer, flashing and/or cavitation.

.3 Check control, limit, safety devices for normal and safe operation.

.4 Rectify start-up deficiencies.

*** END OF SECTION ***