VILLAGE OF LYTTON

63
VILLAGE OF LYTTON TENDER NO. T2017-02 GROUNDWATER DEVELOPMENT PROJECT September 2017 OPUS INTERNATIONAL CONSULTANT (CANADA) LTD #210 889 Harbourside Drive North Vancouver, B.C. V7P 3S1 D-99404.00

Transcript of VILLAGE OF LYTTON

Page 1: VILLAGE OF LYTTON

VILLAGE OF LYTTON

TENDER NO. T2017-02

GROUNDWATER DEVELOPMENT PROJECT

September 2017

OPUS INTERNATIONAL CONSULTANT (CANADA) LTD

#210 – 889 Harbourside Drive

North Vancouver, B.C. V7P 3S1

D-99404.00

Page 2: VILLAGE OF LYTTON

Village of Lytton

Groundwater Development Project

Tender No. T2017-02

TABLE OF CONTENTS

The complete Project Construction Documents consist of the following parts:

1. The Master Municipal Construction Documents (Tender Package) consisting of the following

parts (included in this tender package):

• Invitation to Tenderers

• Instructions to Tender, Part I

• Form of Tender

Appendix 1 – Schedule of Quantities and Prices

Appendix 2 – Preliminary Construction Schedule

Appendix 3 – Experience of Superintendent

Appendix 4 – Comparable Work Experience

Appendix 5 – Subcontractors

Appendix 6 – Schedule of Force Account Rates

• Agreement

Schedule 1 – Schedule of Contract Documents

Schedule 2 – List of Drawings

• Supplementary General Conditions

• Supplementary Specifications

2. The balance of the Master Municipal Construction Documents, Platinum, latest edition. These

documents are available in the “MMCD – General Conditions, Specifications and Standard

Detail Drawings” (not distributed in this tender package):

• Instructions to Tenderers, Part II

• General Conditions

• Technical Specifications

• Standard Detail Drawings

3. Appendix A : Geotechnical Report – exp Services Inc.

D-99404 September 2017

Page 3: VILLAGE OF LYTTON

UNIT PRICE CONTRACT

INVITATION TO TENDERERS

INVITATION TO TENDERERS PAGE 1 OF 1

SEPT 2017

Owner: Village of Lytton

( NAME OF OWNER )

Contract: Groundwater Development Project

Reference No. T2017-02

The Owner invites tenders for:

Approximately 1.6km of DN100, 150 and 200 pipe roughly half in ductile iron (TR Flex) and half in, optionally, TR Flex or PVCO, an encased track and highway crossing, the installation of two well pumps and their control kiosks, a packaged WTP (two steel containers) with electrical /mechanical. The 2 well pumps & some of the internals of the WTP & the kiosks are Owner supplied.

Hardcopy Documents available

at:

Opus International Consultants Ltd.

210-889 Harbourside Drive, North Vancouver, BC, V7P 2E7 or,

Optionally available on payment of a non-refundable amount of $100 including

GST payable to: Village of Lytton

The Contract Documents are

available online at:

http://www.lytton.ca/content/useful-links OR http://www.bcbid.gov.bc.ca/open.dll/welcome?language=En

Tender close:

Tender Closing Time: 2:00 PM local time

Tender Closing Date: Tues, 17th October, 2017

Tender Delivery Address:

Village of Lytton

380 Main Street, P.O. Box 100

Lytton, BC. V0K 1Z0

OR

Deliver electronically to: [email protected] by closing time and date

AND

Deliver Hard Copy of electronic version to the Tender Delivery Address

Within three business days of closing

Pre- Tender Meeting:

A site meeting is not proposed as the site is easily viewed. Contact the Village at (250) 455-2355 for access to the old P.S. for the repeater equipment.

NAME OF OWNER’S TENDER

REPRESENTATIVE

Kendrick Carnes, Opus International

250 562 0038 [email protected] ( PHONE ) (e-mail)

D-99404.00 September 2017

Page 4: VILLAGE OF LYTTON

Instruction

to Tenders

Page 5: VILLAGE OF LYTTON

UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS PART I

TABLE OF CONTENTS IT – PART I 1 OF 2

SEPT 2017

D-9904.00 September 2017

1.0 Introduction ........................................................ ………………………………………IT - 1

2.0 Tender Documents ............................................ ………………………………………IT - 1

3.0 Submission of Tenders ......................................................... ………………………IT - 2

4.0 Additional Instructions to Tenderers…………………… ............ ……………………IT - 3

Page 6: VILLAGE OF LYTTON

UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS PART I

TABLE OF CONTENTS IT – PART I 2 OF 2

SEPT 2017

D-9904.00 September 2017

THIS PAGE INTENTIONALLY LEFT BLANK

Page 7: VILLAGE OF LYTTON

UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS PART I

IT – PART I IT - 1

SEPT 2017

D-9904.00 September 2017

(TO BE READ WITH “INSTRUCTIONS TO TENDERERS - PART II” CONTAINED IN THE EDITION OF THE PUBLICATION

“MASTER MUNICIPAL CONSTRUCTION DOCUMENTS” SPECIFIED IN ARTICLE 2.2 BELOW)

Owner: Village of Lytton

Contract: Groundwater Development Project

Reference No. T2017-02

1.0 Introduction 1.1 These Instructions apply to and govern the preparation of tenders for this

Contract. The Contract is generally for the following work:

The installation and activation of two owner supplied well pumps,

provision of the two associated well-head kiosks, water mains from the

wells to the new water treatment plant (WTP), including two encased

crossings (CP and MoTI), new packaged WTP.

Opus International Consultants Ltd.

Kendrick Carnes, Tender Assistance Engineer

Email: [email protected]

Fax: 250-562-40038

Only inquiries by email or fax will be addressed. Phone call inquiries will

not be accepted.

Written responses to questions will be posted to BC Bid and the Village’s site

in the form of Addenda. On downloading documents, Tenderer’s are

encourage to register their intent with the Tender Assistance Engineer and in

this case their information will be shared with prospective sub-contractors and

notification will be provided of any Addenda which are posted.

No inquiries to questions will be accepted after three (3) working days prior to

tender closing date and the final Addendum, if any, will be issued by two (2)

working days prior to tender closing.

2.0 Tender

Documents

2.1 The tender documents which a tenderer should review to prepare a tender

consist of all of the Contract Documents listed in Schedule 1 entitled

“Schedule of Contract Documents”. Schedule 1 is attached to the

Agreement which is included as part of the tender package. The Contract

Documents include the drawings listed in Schedule 2 to the Agreement,

entitled “List of Contract Drawings”.

2.2 A portion of the Contract Documents are included by reference. Copies of

these documents have not been included with the tender package. These

documents are the Instructions to Tenderers - Part II, General Conditions,

Specifications and Standard Detail Drawings. They are those contained in

the publication entitled “Master Municipal Construction Documents -

Page 8: VILLAGE OF LYTTON

UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS PART I

IT – PART I IT - 2

SEPT 2017

D-9904.00 September 2017

General Conditions, Specifications and Standard Detail Drawings”. Refer to

Schedule 1 to the Agreement or, if not specified in Schedule 1, then the

applicable edition shall be the most recent edition as of the date of the

Tender Closing Date. All sections of this publication are by reference

included in the Contract Documents.

2.3 Any additional information made available to tenderers prior to the Tender

Closing Time by the Owner or representative of the Owner, such as

geotechnical reports or as-built plans, which is not expressly included in

Schedule 1 or Schedule 2 to the Agreement, is not included in the Contract

Documents. Such additional information is made available only for the

assistance of tenderers who must make their own judgment about its

reliability, accuracy, completeness and relevance to the Contract, and

neither the Owner nor any representative of the Owner gives any guarantee

or representation that the additional information is reliable, accurate,

complete or relevant.

3.0 Pre-Tender

Meeting

3.1 A pretender meeting is not proposed as the site is easily viewable and

readily accessible. Should access to the old pumping station (to be gutted

and communication repeater equipment installed) tenderer’s may phone the

Village to make arrangements at:

Phone: (250) 455-2355

4.0 Submission of

Tenders

4.1 Tenders may be submitted in a sealed envelope, marked on the outside with

the above Contract Title and Reference No., and must be received by the

office of:

Village of Lytton

on or before:

Tender Closing Time: 2:00 PM local time

Tender Closing Date: Tuesday, 17th October, 2017

at

Address: Village of Lytton

380 Main Street,, P.O. Box 100

Lytton, B.C., V0K 1Z0

Fax: (250) 455-2142

4.2 Late tenders will not be accepted or considered, and will be returned

unopened.

OR

4.3 Tenders may be submitted electronically by the closing time and date to:

[email protected]

AND

Page 9: VILLAGE OF LYTTON

UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS PART I

IT – PART I IT - 3

SEPT 2017

D-9904.00 September 2017

4.4 Shall deliver the original signed and sealed Tender within three business

days of the closing date of the tender. If the originals do not arrive within

three business days, the Tender will be rejected.

5.0 Additional

Instructions to

Tenderers

5.1

Copies of the Master Municipal Construction Documents (MMCD) are

available separately from:

Support Services Unlimited

#102 – 211 Columbia Street

Vancouver, B.C. V6A 2R5

Tel (604) 681-0295

Attn: Ms.Donna Denham

5.2 Construction Layout

All construction layout will be provided by the Contractor. The Contractor

shall provide a qualified surveyor acceptable to the Village. The

Contractor shall provide the location, alignment, and elevation of the works

to the accuracy required to satisfy the tolerances specified. The Contractor

shall establish and maintain a reference baseline to facilitate the inspection

of the work and shall supply devices, stakes, or other survey markers

required for the laying out of the work. The Contractor shall record

locations of underground utilities and constructed works. The Contractor

shall maintain a complete, accurate log of control as the survey work

progresses and provide survey work to the Consultant.

5.3 Material Testing

All material testing including granular materials, asphalt and compaction

tests will be arranged by and paid for by the Contractor. Where initial tests

fail and subsequent testing is deemed necessary by the Engineer, the cost of

the subsequent testing shall be the responsibility of the Contractor.

5.4 Alternative materials proposed by tenderer must be submitted for approval

to the Project Engineer five (5) days prior to tender closing time.

5.5 Completing the Form of Tender

The submitted Form of Tender must be legible, written in ink, or by

typewriter and ALL ITEMS MUST BE BID, unless the Form of Tender

specifically permits otherwise, with the price for every item and other

extras clearly shown. Each page must be initialed by the Tenderer.

The Tenderer shall be deemed to have satisfied themselves as to the

sufficiency of their tender for the work and of the unit and lump sum prices

stated in the Form of Tender. These unit prices shall cover all their costs

including overhead, profit and tax, except for the Goods and Services Tax

as explained in the following paragraphs of this section, for carrying out the

Page 10: VILLAGE OF LYTTON

UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS PART I

IT – PART I IT - 4

SEPT 2017

D-9904.00 September 2017

works and their obligations under this Contract

The Contractor shall complete and submit the Form of Tender, in

accordance with the Instructions to Tenderers and keep the remaining

documents for record purposes.

The “Amount” column shall be totaled in groups of items as shown and

each total for a group of items shall be carried to the Summary Sheet for

insertion in the appropriate place. The totals for all groups of items shall be

added to give the Total Tender Price, Goods and Services Tax of 5% shall

be calculated separately then added to arrive at the Total Tender Price

including GST.

The Tenderers attention is drawn to the MMCD Tender Requirements,

Qualifications, Modifications, Alternative Tenders, Approved Equals,

Inspection of the Place of Work, Interpretation of Contract Documents,

Prices, Taxes, and Amendment of Tenders, Duration of Tenders,

Qualification of Tenderers, Award, Subcontractors, and Optional Work, and

as amended below.

5.6 Right to Accept or Reject Tenders

The Owner reserves the right to reject any or all tenders or to accept any

tender should it be deemed in the interest of the Owner to do so. The

lowest tender will not necessarily be accepted.

For each item listed in the Form of Tender, there shall be a reasonable unit

price. Under no conditions will an unbalanced tender be considered. The

Owner will be the sole judge of such matters. Any tender considered to be

unbalanced shall be rejected by the Owner.

Without limiting the generality of the foregoing, any tender may be

disqualified or rejected which is incomplete, obscure or irregular, which

had erasures or corrections in the Form of Tender, in which prices are

omitted or which has an insufficient or irregular Surety.

5.7 Hours of Work

The hours of work must not extend beyond 0700 h and 1900 h, inclusive,

daily. The Contractor shall schedule their work within these hours and will

not be permitted to commence work earlier than 0700 h and/or work later

than 1900 h, except as authorized by the Engineer.

No Saturday or Sunday work will be permitted except in case of emergency

and then only with written permission of the Engineer and to such extent as

they deem necessary.

In case the Contractor desires to work on a day which is a statutory holiday,

they shall notify the Engineer in writing at least four (4) days in advance of

such holiday, stating those places where said work will be conducted. In

case the Contractor fails to give such notice in advance of any statutory

Page 11: VILLAGE OF LYTTON

UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS PART I

IT – PART I IT - 5

SEPT 2017

D-9904.00 September 2017

holiday, no work within the terms of the Contract shall be done on such

holiday.

5.8 Environmental Protection

The Contractor is advised that they are responsible for all necessary

measures required to prevent the transportation of any silt or other

deleterious material from the site into any fish bearing watercourses or their

tributaries. All requirements of the Ministry of Environment, Lands and

Parks, Fish and Wildlife Branch and Fisheries & Oceans Canada, with

respect to air, earth and water pollution, must be strictly adhered to.

5.9 Environmental Monitoring

The Contractor shall include a qualified Environmental Monitor as required

in the Contract Documents.

5.10

Specifications

In this document, ‘Standard Specifications’ refers to the Master Municipal

Construction Documents.

5.11 Compliance with Workers’ Compensation Act

As stipulated in GC 21 the Contractor shall comply with the WorkSafe BC

“Industrial Health and Safety Regulations”, B.C. Regulation 296/97

“Occupational Health and Safety Requirements”, effective April 15, 1998

shall apply. The Tenderer shall submit a WCB Clearance letter with

completed Tender. The Contractor shall give notice in writing to the Board

before commencement of any work and post a copy of the notice at the

construction project site. The Contractor shall be the specified “Prime

Contractor”, and shall assume the responsibilities assigned to that position

under WorkSafe BC Industry/Activity Specific Requirements. The

Contractor shall provide the Corporation with written documentation that

their confined space entry procedures comply with WCB requirements

before commencement of any work at any of the construction project sites.

The Contractor shall provide the Corporation with a written confined space

entry procedure and a written confined space rescue procedure before

commencement of any work at any of the construction project sites.

Compliance with this requirement shall be considered incidental to the

project. No separate payment will be made to the Contractor for its

compliance.

5.12 Measurement and Payment

Delete all ‘Measurement and Payment’ Clauses from the MMCD Master

Municipal Specifications. Refer to the Supplementary Specifications 01200

contained within this document for all measurement and payment items.

Page 12: VILLAGE OF LYTTON

UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS PART I

IT – PART I IT - 6

SEPT 2017

D-9904.00 September 2017

SUPPLEMENTAL INSTRUCTIONS TO TENDERERS – PART II

These Supplemental Instructions to Tenderers modify the MMCD

Instructions to Tenderers - Part II, in the following sections:

Tender Requirements 5 IT – Part II 5 is amended by the following, as applicable.

5.2.3 A Consent of Surety

The Contractor shall provide a Consent of Surety for the issue of a

Performance Bond and a Labour and Material Payment Bond, each in the

amount of 50% of the Contract Price, covering the performance of the

Work, including the Contractor’s obligations during the Maintenance

Period, issued by a surety licensed to carry on the business of suretyship in

the province of British Columbia, and in a form acceptable to the Owner.

Inspection of the

Place of the Work

8 IT – Part II 8 is amended by the following, as applicable.

8.1 Examination and Site Inspection

The Tenderer must examine the site of the work before submitting their

tender; either personally or through a representative and satisfy themselves

as to the nature and location of the work; local conditions, soil structure and

topography at the site of the work; the nature and quality of the materials to

be used, the equipment and facilities needed preliminary to and during the

prosecution of the work; the means of access to the site, all necessary

information as to risks, contingencies and circumstances as may affect their

tender; and all other matters which can in any way affect the work under

this Contract. The Tenderer is fully responsible for conducting sufficient

field investigation (test pits/bore holes) and obtaining all information

required for the preparation of their tender and for the execution of the

work.

Award 15 IT – Part II 15 is amended by the following, as applicable

15.1 Award

Add the following:

Without limiting the generality of the foregoing, any tender

• that is incomplete, obscure, or irregular may be rejected.

• having erasures, corrections, in the Form of Tender Schedule 1 may

be rejected.

• that has unit prices omitted or obviously imbalanced may be

rejected.

• accompanied by an insufficient bond may be rejected.

Page 13: VILLAGE OF LYTTON

UNIT PRICE CONTRACT

INSTRUCTIONS TO TENDERERS PART I

IT – PART I IT - 7

SEPT 2017

D-9904.00 September 2017

Add the following:

The award of any contract shall be based on the evaluation of the Tenders

by the Owner or any basis the Owner deems will best serve its interests,

including but not limited to the following criteria based review of

completed Appendices 1 to 6 to the Form of Tender:

a) the overall cost impact of the Tender on the operations of the

Owner;

b) the reputation and experience of the Tenderer and of the Tenderer’s

staff to be allocated to the work, the supply of goods and services

or the supply of any equipment required by this Tender;

c) the technical credibility, financial resources and environmental

responsibility of the Tenderer;

d) the source of any materials to be utilized by the Tenderer in the

performance of the contract;

e) the Owner’s assessment of the capability of the Tenderer and of the

Tender’s staff to supply the goods, services or equipment within the

time frame required by the Owner;

The Owner will, following receipt of an acceptable tender, issue in writing

a Notice of Award to the successful Tenderer. This notice will be given as

soon as possible following the closing of tenders and, unless otherwise

agreed to by the Tender, not later than sixty (60) days following the closing

of tenders.

The Tenderer acknowledges and agrees that the Owner will not be

responsible for any costs, expenses, losses, damages or liability incurred by

the Tenderer as a result of or arising out of submitting a Tender for the

proposed contract, or due to the Owner’s acceptance or non-acceptance of

their Tender.

The award of this Contract is subject to approval of the Owner and to the

availability of sufficient funds to complete the work. Certain portions of

the work may be deleted if Bid prices exceed available budget.

END OF SECTION

Page 14: VILLAGE OF LYTTON

Form of

Agreement

Page 15: VILLAGE OF LYTTON

UNIT

PRICE

CONTRACT FORM OF AGREEMENT

FORM OF AGREEMENT

PAGE 1 OF 8

SEPT 2017

BETWEEN OWNER AND CONTRACTOR

This agreement made in duplicate this

______ day of ___________, 20_____.

Contract: Village of Lytton Groundwater Development Project

Reference No. T2017-02

BETWEEN:

The Village of Lytton

( NAME OF OWNER )

(the “Owner”)

AND:

( NAME AND OFFICE ADDRESS OF CONTRACTOR )

(the “Contractor”)

The Owner and the Contractor agree as follows:

Article 1 The Work Start / Completion Dates

1.1 The Contractor will perform all Work and provide all labour, equipment and material and do all things strictly as required by the Contract Documents.

1.2 The Contractor will commence the Work in accordance with the Notice to Proceed. The Contractor will proceed with the Work diligently, will perform the Work generally in accordance with the construction schedules as required by the Contract Documents and will achieve Substantial Performance of the Work on or before 31 March, 2018 subject to the provisions of the Contract Documents for adjustments to the Contract Time

1.3 Time shall be of the essence of the Contract.

Page 16: VILLAGE OF LYTTON

UNIT

PRICE

CONTRACT FORM OF AGREEMENT

FORM OF AGREEMENT

PAGE 2 OF 8

SEPT 2017

Article 2 Contract Documents

2.1 The “Contract Documents” consist of the documents listed or referred to in Schedule 1, entitled “Schedule of Contract Documents”, which is attached and forms a part of this Agreement, and includes any and all additional and amending documents issued in accordance with the provisions of the Contract Documents. All of the Contract Documents shall constitute the entire Contract between the Owner and the Contractor.

2.2 The Contract supersedes all prior negotiations, representations or agreements, whether written or oral, and the Contract may be amended only in strict accordance with the provisions of the Contract Documents.

Article 3 Contract Price

3.1 The price for the Work (“Contract Price”) shall be the sum in Canadian dollars of the following

1.1.1 the product of the actual quantities of the items of Work listed in

the Schedule of Quantities and Prices which are incorporated into

or made necessary by the Work and the unit prices listed in the

Schedule of Quantities and Prices; plus

1.1.2 all lump sums, if any, as listed in the Schedule of Quantities and

Prices, for items relating to or incorporated into the Work; plus

1.1.3 any adjustments, including any payments owing on account of

Changes and agreed to Extra Work, approved in accordance with

the provisions of the Contract Documents.

3.2 The Contract Price shall be the entire compensation owing to the Contractor for the Work and this compensation shall cover and include all profit and all costs of supervision, labour, material, equipment, overhead, financing, and all other costs and expenses whatsoever incurred in performing the Work.

Article 4 Payment 4.1 Subject to applicable legislation and the provisions of the Contract Documents, the Owner shall make payments to the Contractor.

4.2 If the Owner fails to make payments to the Contractor as they become due in accordance with the terms of the Contract Documents then interest calculated at 2% per annum over the prime commercial lending rate of the Royal Bank of Canada on such unpaid amounts shall also become due and payable until payment. Such interest shall be calculated and added to any unpaid amounts monthly.

Article 5 Rights and Remedies

5.1 The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law.

Page 17: VILLAGE OF LYTTON

UNIT

PRICE

CONTRACT FORM OF AGREEMENT

FORM OF AGREEMENT

PAGE 3 OF 8

SEPT 2017

5.2 Except as specifically set out in the Contract Documents, no action or failure to act by the Owner, Contract Administrator or Contractor shall constitute a waiver of any of the parties’ rights or duties afforded under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach under the Contract.

Article 6 Notices 6.1 Communications among the Owner, the Contract Administrator and the Contractor, including all written notices required by the Contract Documents, may be delivered by hand, or by fax, or by pre-paid registered mail to the addresses as set out below:

The Owner:

Village of Lytton 380 Main Street,, P.O. Box 100 Lytton, B.C., V0K 1Z0

Fax: (250) 455-2142

Attention: Lonny Miller

The Contractor:

Fax:

Attention:

The Contract Administrator:

Opus International Consultants Ltd. #210 – 889 Harbourside Dr. North Vancouver, B.C. V7P 3S1

Fax: 604-990-4805

Attention: Mr. Walt Bayless, P.Eng.

6.2 A communication or notice that is addressed as above shall be considered to have been received

1.1.4 immediately upon delivery, if delivered by hand; or

1.1.5 immediately upon transmission if sent by fax and received in hard copy; or

1.1.6 after 5 Days from date of posting if sent by registered mail.

Page 18: VILLAGE OF LYTTON

UNIT

PRICE

CONTRACT FORM OF AGREEMENT

FORM OF AGREEMENT

PAGE 4 OF 8

SEPT 2017

6.3 The Owner or the Contractor may, at any time, change its address for notice by giving written notice to the other at the address then applicable. Similarly if the Contract Administrator changes its address for notice then the Owner will give or cause to be given written notice to the Contractor.

6.4 The sender of a notice by fax assumes all risk that the fax is received in hard copy.

Article 7 General 7.1 This Contract shall be construed according to the laws of British Columbia.

7.2 The Contractor shall not, without the express written consent of the Owner, assign this Contract, or any portion of this Contract.

7.3 The headings included in the Contract Documents are for convenience only and do not form part of this Contract and will not be used to interpret, define or limit the scope or intent of this Contract or any of the provisions of the Contract Documents.

7.4 A word in the Contract Documents in the singular includes the plural and, in each case, vice versa.

7.5 This agreement shall ensure to the benefit of and be binding upon the parties and their successors, executors, administrators and assigns.

IN WITNESS WHEREOF the parties hereto have executed this Agreement the day and year first written above.

Contractor:

(FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL)

(AUTHORIZED SIGNATORY)

(AUTHORIZED SIGNATORY)

Owner:

(FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL)

(AUTHORIZED SIGNATORY)

(AUTHORIZED SIGNATORY)

Page 19: VILLAGE OF LYTTON

UNIT

PRICE

CONTRACT FORM OF AGREEMENT

FORM OF AGREEMENT

PAGE 5 OF 8

SEPT 2017

Schedule 1 Schedule of Contract Drawings

The following is an exact and complete list of the Contract Documents, as referred to in Article 2.1 of the Agreement.

NOTE: The documents noted with “*” are contained in the “Master Municipal Construction Documents Platinum Edition Volume II – Instructions to Tenderers – Part II, General Conditions, Specifications, and Standard Detail Drawings”, edition dated 2009. All sections of this publication are included in the Contract Documents.

8.1 Agreement, including all Schedules;

8.2 Supplementary General Conditions;

8.3 General Conditions*;

8.4 Supplementary Specifications (Division 1 through 16 attached);

8.5 Specifications*;

8.6 Supplementary Standard Detail Drawings;

8.7 Standard Detail Drawings*;

8.8 Executed Form of Tender, including all Appendices;

8.9 Contract Drawings listed in Schedule 2 to the Agreement –”List of Contract Drawings”;

8.10 Instructions to Tenderers - Part I;

8.11 Instructions to Tenderers - Part II*;

8.12 The following Addenda:

( ADDENDA, IF ANY )

8.13 MMCD Supplementary Updates up to and including MMCD Platinum Edition Supplemental Update 18th November, 2016

Page 20: VILLAGE OF LYTTON

UNIT

PRICE

CONTRACT FORM OF AGREEMENT

FORM OF AGREEMENT

PAGE 6 OF 8

SEPT 2017

Schedule 2 List of Contract Drawings

TITLE DRAWING

NO.

REV.

NO.

REV.

DATE

TITLE AND COVER TO DRAWINGS C100 1 17 SEP 17

LEGEND, INDEX AND OVERALL PLAN C101 1 17 SEP 17

WELL 2 C102 1 17 SEP 17

RAW WATER PIPELINE PLAN AND PROFILE

0+000 TO 0+276 (MAIN ST.) C103

1 17 SEP 17

RAW WATER PIPELINE PLAN AND PROFILE

0+000 TO 0+165 (STATION RD.) C104

1 17 SEP 17

RAW WATER PIPELINE PLAN AND PROFILE

0+000 TO 0+370 C105

1 17 SEP 17

RAW WATER PIPELINE PLAN AND PROFILE

0+370 TO 0+700 C106

1 17 SEP 17

RAW WATER PIPELINE PLAN AND PROFILE

0+700 TO 0+980 C107

1 17 SEP 17

RAW WATER PIPELINE PLAN AND PROFILE

0+980 TO WATER TREATMENT PLANT C108

1 17 SEP 17

WATER TREATMENT PLANT GENERAL SITE PLAN C109 1 17 SEP 17

PLAN AND PROFILE HIGHWAY 1 CROSSING C110 1 17 SEP 17

CP RAILWAY WATERMAIN CROSSING – MILE 95.04 C111 1 17 SEP 17

RAW WATER PIPELINE SECTIONS C112 1 17 SEP 17

RAW WATER PIPELINE DETAILS C113 1 17 SEP 17

RAW WATER PIPELINE DETAILS C114 1 17 SEP 17

RAW WATER PIPELINE DETAILS C115 1 17 SEP 17

PROCESS AND INSTRUMENTATION

STANDARD TAGS AND ABBREVIATIONS P001

1 17 SEP 17

PROCESS AND INSTRUMENTATION STD. SYMBOLS,

EQUIPMENT, VALVES & INSTRUMENTATION P002 1 17 SEP 17

PROCESS AND INSTRUMENTATION

GENERAL ARRANGEMENT P003

1 17 SEP 17

PROCESS AND INSTRUMENTATION

WELL NO.1 ALONSO WAY P004 1 17 SEP 17

PROCESS AND INSTRUMENTATION

WELL NO.2 SCHOOL GROUNDS P005 1 17 SEP 17

Page 21: VILLAGE OF LYTTON

UNIT

PRICE

CONTRACT FORM OF AGREEMENT

FORM OF AGREEMENT

PAGE 7 OF 8

SEPT 2017

TITLE DRAWING

NO.

REV.

NO.

REV.

DATE

PROCESS AND INSTRUMENTATION

WELL NO.3 – IR18 P006 1 17 SEP 17

PROCESS AND INSTRUMENTATION

WATER TREATMENT PLANT P007 1 17 SEP 17

PROCESS AND INSTRUMENTATION

CHLORINATION SYSTEM DIAGRAM P008 1 17 SEP 17

STRUCTURAL NEW DISINFECTION CONTAINER S001 1 17 SEP 17

STRUCTURAL NEW DISINFECTION CONTAINER S002 1 17 SEP 17

STRUCTURAL NEW DISINFECTION CONTAINER S003 1 17 SEP 17

MECHANICAL NEW DISINFECTION CONTAINER M01 1 17 SEP 17

MECHANICAL NEW DISINFECTION CONTAINER M02 1 17 SEP 17

MECHANICAL NEW DISINFECTION CONTAINER M03 1 17 SEP 17

MECHANICAL ABOVE GROUND FLOW METER KIOSK M04 1 17 SEP 17

ELECTRICAL – WELL #2 SITE PLAN E201 1 17 SEP 17

ELECTRICAL – WELL #2 SINGLE LINE DIAGRAM E202 1 17 SEP 17

ELECTRICAL – WELL #2 PUMP MOTOR STARTER SCHEMATIC E203 1 17 SEP 17

ELECTRICAL – WELL #2 KIOSK LAYOUT E204 1 17 SEP 17

ELECTRICAL – WELL #2 ELECTRICAL SECTIONS LAYOUT E205 1 17 SEP 17

ELECTRICAL – WELL #2 RTU/IO E206 1 17 SEP 17

ELECTRICAL – WELL #3 SITE PLAN E301 1 17 SEP 17

ELECTRICAL – WELL #3 SINGLE LINE DIAGRAM E302 1 17 SEP 17

ELECTRICAL – WELL #3 PUMP MOTOR STARTER SCHEMATIC E303 1 17 SEP 17

ELECTRICAL – WELL #3 KIOSK LAYOUT E304 1 17 SEP 17

ELECTRICAL – WELL #3 ELECTRICAL SECTIONS LAYOUT E305 1 17 SEP 17

ELECTRICAL – WELL #3 RTU/IO E306 1 17 SEP 17

ELECTRICAL – WATER TREATMENT PLANT SITE PLAN E401 1 17 SEP 17

ELECTRICAL – WATER TREATMENT PLANT

SINGLE LINE DIAGRAM E402 1 17 SEP 17

ELECTRICAL – WATER TREATMENT PLANT CABLE SCHEDULE E403 1 17 SEP 17

ELECTRICAL – WATER TREATMENT PLANT

MISCELLANEOUS DETAILS E404 1 17 SEP 17

ELECTRICAL – WATER TREATMENT PLANT

EQUIPMENT LAYOUT E405 1 17 SEP 17

Page 22: VILLAGE OF LYTTON

UNIT

PRICE

CONTRACT FORM OF AGREEMENT

FORM OF AGREEMENT

PAGE 8 OF 8

SEPT 2017

TITLE DRAWING

NO.

REV.

NO.

REV.

DATE

ELECTRICAL – WATER TREATMENT PLANT RTU I/O E406 1 17 SEP 17

ELECTRICAL – WATER TREATMENT PLANT

RTU I/O – ADDITIONAL MODULES E407 1 17 SEP 17

ELECTRICAL – WATER TREATMENT PLANT

RTU I/O – ADDITIONAL MODULES E408 1 17 SEP 17

ELECTRICAL – WATER TREATMENT PLANT

RTU I/O – ADDITIONAL MODULES E409 1 17 SEP 17

ELECTRICAL – WATER TREATMENT PLANT

CONTROL POWER AND CONTROL BLOCK DIAGRAM E410 1 17 SEP 17

ELECTRICAL – INTERMEDIATE STATION

SITE PLAN E501 1 17 SEP 17

ELECTRICAL – INTERMEDIATE STATION

SINGLE LINE DIAGRAM AND CONTROL PANELS E502 1 17 SEP 17

END

Page 23: VILLAGE OF LYTTON

Form of

Tender

Page 24: VILLAGE OF LYTTON

UNIT

PRICE

CONTRACT

FORM OF TENDER

FORM OF TENDER

PAGE 1 OF 3

SEPT 2017

Owner:

Village of Lytton

Contract:

Groundwater Development Project

Reference No.

T2017-02

To Owner:

WE, THE

UNDERSIGNED:

1.1 have received and carefully reviewed all of the Contract

Documents, including the Instructions to Tenderers, the specified

edition of the “Master Municipal Construction Documents –

Instructions to Tenderers – Part II, General Conditions,

Specifications, and Standard Detail Drawings” and the following

Addenda:

; ( ADDENDA, IF ANY )

1.2 have full knowledge of the Place of the Work, and the Work

required; and

1.3 have complied with the Instructions to Tenderers; and

ACCORDINGLY WE

HEREBY OFFER

2.1 to perform and complete all of the Work and to provide all the

labour, equipment and material all as set out in the Contract

Documents, in strict compliance with the Contract Documents; and

2.2 to achieve Substantial Performance of the Work on or before 31st

March, 2018; and

2.3 to do the Work for the price, which is the sum of the products of

the actual quantities incorporated into the Work and the

appropriate unit prices set out in Appendix 1, the “Schedule of

Quantities and Prices”, plus any lump sums or specific prices and

adjustment amounts as provided by the Contract Documents. For

the purposes of tender comparison, our offer is to complete the

Work for the “Tender Price” as set out on Appendix 1 of this Form

of Tender. Our Tender Price is based on the estimated quantities

listed in the Schedule of Quantities and Prices, and excludes GST.

WE CONFIRM: 3.1 that we understand and agree that the quantities as listed in the

Schedule of Quantities and Prices are estimated, and that the

actual quantities will vary.

Page 25: VILLAGE OF LYTTON

UNIT

PRICE

CONTRACT

FORM OF TENDER

FORM OF TENDER

PAGE 2 OF 3

SEPT 2017

WE CONFIRM: 4.1 that the following appendices are attached to and form a part of this

tender:

4.1.1 the appendices as required by paragraph 5.3 of the

Instructions to Tenderers – Part II; and

4.1.2 the Bid Security as required by paragraph 5.2 of the

Instructions to Tenderers – Part II.

WE AGREE: 5.1 that this tender will be irrevocable and open for acceptance by the

Owner for a period of 60 calendar days from the day following the

Tender Closing Date and Time, even if the tender of another

tenderer is accepted by the Owner. If within this period the Owner

delivers a written notice (“Notice of Award”) by which the Owner

accepts our tender we will:

5.1.1 within 15 Days of receipt of the written Notice of Award

deliver to the Owner:

.1 a Performance Bond and a Labour and Material

Payment Bond, each in the amount of 50% of the

Contract Price, covering the performance of the

Work including the Contractor’s obligations during

the Maintenance Period, issued by a surety licensed

to carry on the business of suretyship in the

province of British Columbia, and in a form

acceptable to the Owner;

.2 a Baseline Construction Schedule, as provided by

GC 4.6.1;

.3 a “clearance letter” indicating that the tenderer is in

Worksafe BC compliance; and

.4 a copy of the insurance policies as specified in GC

24 indicating that all such insurance coverage is in

place and;

5.1.2 within 2 Days of receipt of written “Notice to Proceed”, or

such longer time as may be otherwise specified in the

Notice to Proceed, commence the Work; and

5.1.3 sign the Contract Documents as required by GC 2.1.2.

WE AGREE: 6.1 that, if we receive written Notice of Award of this Contract and,

contrary to paragraph 5 of this Form of Tender, we:

6.1.1 fail or refuse to deliver the documents as specified by

paragraph 5.1.1 of this Form of Tender; or

Page 26: VILLAGE OF LYTTON

UNIT

PRICE

CONTRACT

FORM OF TENDER

FORM OF TENDER

PAGE 3 OF 3

SEPT 2017

6.1.2 fail or refuse to commence the Work as required by the

Notice to Proceed,

then such failure or refusal will be deemed to be a refusal

by us to enter into the Contract and the Owner may, on

written notice to us, award the Contract to another party.

We further agree that, as full compensation on account of

damages suffered by the Owner because of such failure or

refusal, the Bid Security shall be forfeited to the Owner, in

an amount equal to the lesser of:

6.1.3 the face value of the Bid Security; and

6.1.4 the amount by which our Tender Price is less than the

amount for which the Owner contracts with another party to

perform the Work.

OUR ADDRESS IS AS

FOLLOWS:

1

Phone:

Fax:

Attention:

This Tender is executed this

_______ day of ______________________, 20 ______.

Contractor:

(FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL)

(AUTHORIZED SIGNATORY)

(AUTHORIZED SIGNATORY)

Page 27: VILLAGE OF LYTTON

UNIT PRICE CONTRACT

APPENDIX 1 – SCHEDULE OF QUANTITIES AND

PRICES

APPENDIX 1 PAGE 1 OF 6 SEPT 2017

Tenderer’s Initials _______________________

Item #

Description or Classification of Work Unit Qty Unit

Price ($) Amoun

t ($)

1.0 ITEM 1 - GENERAL REQUIREMENTS

1.1 Mobilization and Demobilization (including Sub-contractors) L.S. 1

1.2 Environmental Protection L.S. 1

1.3 Traffic Control and Traffic Management Plan L.S. 1

1.4 Quality Control, Testing Management Plan, 3rd Party Testing, Examination / Certification

L.S. 1

1.5 Bonding/Security/ Insurances, permits, all other associated items. L.S. 1

ITEM 1 SUBTOTAL (Carry forward to Summary) $

2.0 ITEM 2 – WELLS

2.1 Well #2

a) Stripping & re-use, Site Prep, Site Work, Drain & Exfiltration Chamber, Excavation, Compaction, Concrete, Grading, Fencing, Restoration

L.S. 1

b) Installation of Pitless Adapter L.S. 1

c) Installation of well pumps and pipe L.S. 1

d) Well Sealing (Bentonite) L.S. 1

e) Mechanical including kiosk & internals L.S. 1

f) Electrical including kiosk & internals L.S. 1

g) Pole/ Antenna / Radio / SCADA L.S. 1

h) BC Hydro Service, Connection and meter base L.S. 1

i) Pressure Testing, Flushing and Disinfection L.S. 1

j) Testing, Commissioning, Training, O&M Manuals (Mechanical) L.S. 1

k) Testing, Commissioning, Training, O&M Manuals (Electrical) L.S. 1

l) Reinstatement L.S. 1

WELL #2 SUBTOTAL (Carry forward to Summary) $

2.2 Well #3

a) Stripping & re-use, Site Prep, Site Work, Excavation, Drain & Exfiltration Chamber, Compaction, Concrete, Grading, Restoration

L.S. 1

b) Installation of Pitless Adapter L.S. 1

c) Installation of well pumps and pipe L.S. 1

d) Well Sealing (Bentonite) L.S. 1

e) Mechanical including kiosk & internals L.S. 1

f) Electrical including kiosk & internals L.S. 1

g) Pole/ Antenna / Radio / SCADA L.S. 1

h) BC Hydro Service, Connection and meter base L.S. 1

i) Pressure Testing, Flushing and Disinfection L.S. 1

j) Testing, Commissioning, Training, O&M Manuals (Mechanical) L.S. 1

k) Testing, Commissioning, Training, O&M Manuals (Electrical) L.S. 1

l) Reinstatement

WELL #3 SUBTOTAL (Carry forward to Summary) $

Page 28: VILLAGE OF LYTTON

UNIT PRICE CONTRACT

APPENDIX 1 – SCHEDULE OF QUANTITIES AND

PRICES

APPENDIX 1 PAGE 2 OF 6 SEPT 2017

Tenderer’s Initials _______________________

Item #

Description or Classification of Work Uni

t Qty

Unit Price ($)

Amount ($)

3.0 ITEM 3 – PIPE INSTALLATION - SCHOOL

3.1 Stripping and re-use (140m x 8m) L.S. 1

3.2 DN100 DICL CL350 l.m. 6

3.3 DN150 DICL CL350 l.m. 134

3.4 Tunnel Under Retaining Walls ea. 2

3.5 Anchor blocks/trench dams ea. 7

3.6 Remove and reinstate play equipment & stairs L.S. 1

3.7 Repair/reinstate sprinkler system, grassed & play surfaces L.S. 1

3.8 Flushing and Testing L.S. 1

3.9 Disinfection l.m. 140

ITEM 3 SUBTOTAL (Carry forward to Summary) $

4.0 ITEM 4 – Pipe Installation – IR18

4.1 Asphalt Cutting and Removal m2 1050

4.2 Sub-grade removal, stockpile, replacement, compaction m3 640

4.3 DN100 DICL CL350 l.m. 275

4.4 Valves, bends, Tees, reducers, fittings L.S. 1

4.5 Vacuum / Air Release Unit and Valve ea. 1

4.6 Flushing and Testing L.S. 1

4.7 Disinfection l.m. 275

4.8 Base Material (100mm thk. 19mm crushed aggregate) m3 145

4.9 Sub-Base (450mm thk. Pit-run 75mm minus) m3 540

4.10 Asphalt Concrete (100mm) m2 1050

4.11 Reinstatement L.S. 1

ITEM 4 SUBTOTAL (Carry forward to Summary) $

5.0 ITEM 5 – Pipe Installation – Station Road to CP Crossing

5.1 Asphalt Cutting and Removal m2 820

5.2 Sub-grade removal, stockpile, replacement, compaction m3 550

5.3 DN100 DICL CL350 l.m. 245

5.4 Valves, bends, Tees, fittings L.S. 1

5.5 Vacuum / Air Release Unit and Valve ea. 1

5.6 Drainage / flush point c/w chamber complete L.S. 1

5.7 Flushing and Testing L.S. 1

5.8 Disinfection l.m. 245

5.9 Base Material (75mm thk. 19mm crushed aggregate) m3 95

5.10 Sub-Base (300mm thk. Pit-run 75mm minus) m3 320

5.11 Asphalt Concrete (50mm) m2 820

5.12 Reinstatement L.S. 1

ITEM 5 SUBTOTAL (Carry forward to Summary) $

Page 29: VILLAGE OF LYTTON

UNIT PRICE CONTRACT

APPENDIX 1 – SCHEDULE OF QUANTITIES AND

PRICES

APPENDIX 1 PAGE 3 OF 6 SEPT 2017

Tenderer’s Initials _______________________

Item #

Description or Classification of Work Uni

t Qty

Unit Price ($)

Amount ($)

6.0 ITEM 6 – CP Crossing

6.1 CP Co-ordination, flagging and fees L.S. 1

6.2 Civil for boring/jacking drive pits and reinstatement L.S. 1

6.3 CP Track Monitoring and Reporting L.S. 1

6.4 DN400 Steel Casing pipe – bored and jacked l.m. 60

6.5 Spacers, marker signs, ancillaries L.S. 1

6.6 DN150 DICL CL350 TR Flex Carrier l.m. 60

6.7 Anchor blocks/trench dams e.a. 2

6.8 Flushing and Testing L.S. 1

6.9 Disinfection l.m. 60

ITEM 6 SUBTOTAL (Carry forward to Summary) $

7.0 ITEM 7 – Pipe Installation - CP Crossing to Highway

7.1 Stripping and re-use (80m x 8m) L.S. 1

7.2 DN150 DICL CL350 l.m. 80

7.3 DN 200 DICL CL350 l.m. 12

7.4 Valves, bends, Tees, reducers, fittings L.S. 1

7.5 Connections, cut-ins and caps ea. 3

7.6 DN25 Cu service to Mc Millan, c/w tapping saddle, curb cock, corp stop. L.S. 1

7.7 Anchor blocks/trench dams e.a. 21

7.8 Flushing and Testing L.S. 1

7.9 Disinfection l.m. 80

7.10 Access Road regrading and drainage sump L.S. 1

7.11 Reinstatement L.S. 1

ITEM 7 SUBTOTAL (Carry forward to Summary) $

8.0 ITEM 8 - Communications Repeater

8.1 Building interior demolition L.S. 1

8.2 Pole and Antenna L.S. 1

8.3 Radio Comms, Electrical, Panel L.S. 1

8.4 Indeterminate Item - Provision for radio-communication bucket survey - - - $ 8,000.00

ITEM 8 SUBTOTAL (Carry forward to Summary) $

9.0 ITEM 9 – Highway #1 Crossing

9.1 MoTI Co-ordination, application, fees L.S. 1

9.2 Civil for boring/jacking drive pits and reinstatement L.S. 1

9.3 MoTI Subsidence movement Monitoring and Reporting L.S. 1

9.4 DN750 Steel Casing pipe – bored and jacked l.m. 43

9.5 Spacers, marker signs, ancillaries L.S. 1

9.6 DN200 DICL CL350 Carrier l.m. 86

9.7 DN200 DICL CL350 l.m. 50

Page 30: VILLAGE OF LYTTON

UNIT PRICE CONTRACT

APPENDIX 1 – SCHEDULE OF QUANTITIES AND

PRICES

APPENDIX 1 PAGE 4 OF 6 SEPT 2017

Tenderer’s Initials _______________________

Item

# Description or Classification of Work Unit Qty

Unit Price ($)

Amount ($)

9.0 ITEM 9 – Highway #1 Crossing – (Cont.)

9.8 Valves, bends, Tees, reducers, fittings L.S. 1

9.9 Connections, cut-ins and caps e.a. 1

9.10 Reinstatement L.S. 1

9.11 Flushing and Testing L.S. 1

9.12 Disinfection l.m. 86

ITEM 9 SUBTOTAL (Carry forward to Summary) $

10.0 ITEM 10 – Pipe Installation - Highway Crossing to 265 Reservoir High Point

10.1 Stripping and re-use (135m x 8m) L.S. 1

10.2 DN150 DICL CL350 l.m. 135

10.3 Bends, fittings L.S. 1

10.4 Board Insulation (100mm thk) m2 40

10.5 Rip-rap (300mm size) and geotextile lining in channel m2 40

10.6 Vacuum / Air Release Unit and Valve ea. 1

10.7 Anchor blocks/trench dams e.a. 26

10.8 Reinstatement L.S. 1

10.9 Flushing and Testing L.S. 1

10.10 Disinfection l.m. 135

ITEM 10 SUBTOTAL (Carry forward to Summary) $

11.0 ITEM 11 – Pipe Installation - 265 Reservoir High Point to Water Treatment Plant

11.1 Stripping and re-use (720m x 8m) L.S. 1

11.2 DN150 DICL CL350 or PVC-O AWWA C909 l.m. 720

11.3 Valves, bends, fittings L.S. 1

11.4 Drainage / flush point c/w chamber complete L.S. 1

11.5 Infill and regrade infill areas m3 300

11.6 Anchor blocks/trench dams e.a. 85

11.7 Flushing and Testing L.S. 1

11.8 Disinfection l.m. 135

11.9 Reinstatement L.S. 1

ITEM 11 SUBTOTAL (Carry forward to Summary) $

12.0 Water Treatment Plant

12.1 Civil Work

a) Site Grading / Drainage (cut to fill) m3 60

b) Lock Block Wall (17 blocks) L.S. 1

c) Granular Parking and Access Area m2 180

d) Reinforced Concrete Slab on Grade and Concrete Curb m2 71

Page 31: VILLAGE OF LYTTON

UNIT PRICE CONTRACT

APPENDIX 1 – SCHEDULE OF QUANTITIES AND

PRICES

APPENDIX 1 PAGE 5 OF 6 SEPT 2017

Tenderer’s Initials _______________________

Item

# Description or Classification of Work Unit Qty

Unit Price ($)

Amount ($)

12.0 Water Treatment Plant (Cont.)

12.1 Civil Work (Cont.)

e) Dechlorination MH ea. 1

f) Connect Creek and Wells to WTP L.S. 1

g) Site (yard) pipe and connections L.S. 1

h) Wood frame structure around Steel Containers L.S. 1

12.2 Mechanical incl. Steel Containers and Internals L.S. 1

12.3 Instrumentation, Electrical and Controls L.S. 1

12.4 Communications and SCADA L.S. 1

12.5 Start-up Testing and Commissioning L.S. 1

12.6 BC Hydro Service L.S. 1

12.7 O&M Manuals and Training L.S. 1

ITEM 12 SUBTOTAL (Carry forward to Summary) $

CARRY ITEM PRICES TO SUMMARY PAGE FOLLOWING

Page 32: VILLAGE OF LYTTON

UNIT PRICE CONTRACT

APPENDIX 1 – SCHEDULE OF QUANTITIES AND

PRICES

APPENDIX 1 PAGE 6 OF 6 SEPT 2017

Tenderer’s Initials _______________________

SUMMARY

ITEM 1 GENERAL REQUIREMENTS

ITEM 2.1 - WELL #2

ITEM 2.2 – WELL #3

ITEM 3 – PIPE INSTALLATION - SCHOOL

ITEM 4 – PIPE INSTALLATION – IR18

ITEM 5 – PIPE INSTALLATION – STATION ROAD TO CP CROSSING

ITEM 6 – CP CROSSING

ITEM 7 – PIPE INSTALLATION – CP CROSSING TO HIGHWAY

ITEM 8 – COMMUNICATIONS REPEATER

ITEM 9 – HIGHWAY #1 CROSSING

ITEM 10 – PIPE INSTALLATION – HIGHWAY CROSSING TO 265 RESERVOIR HIGH POINT

ITEM 11 – PIPE INSTALLATION – 265 RESERVOIR TO WATER TREATMENT PLANT

ITEM 12 – WATER TREATMENT PLANT

SUBTOTAL (Items 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12)

TENDER PRICE

GST 5%

TOTAL AMOUNT OF TENDER

Indeterminate Items The Indeterminate Items included in the Contract Price are intended for budgetary purposes to cover work which is only generally defined at this time or which may, or may not be required and performed under the Contract. Expenditures under Indeterminate Items shall only be made at the direction and the discretion of the Owner through the Engineer. The Contractor shall not be entitled to any portion of any Indeterminate Items, which remains unspent, nor for any compensation because of a decrease or increase in the total value of the Contract due to expenditures under Indeterminate Items exceeding or being less than the amount of the original tendered unit prices. In the case of tendered unit price Indeterminate Items, payment to the Contractor shall be on the basis of actual quantities installed in the works, and authorized and measured by the Owner. Indeterminate Items must be included in the total tender price to provide a basis for comparing Tenders. No representations are made by either the Owner or the Engineer that the actual quantities will be the same as the estimate quantities.

Page 33: VILLAGE OF LYTTON

UNIT PRICE CONTRACT APPENDIX 2 – PRELIMINARY CONSTRUCTION SCHEDULE

APPENDIX 2 PAGE 1 OF 1

SEPT 2017

Tenderer’s Initials _______________________ D-99404.00

Lytton Groundwater Development Project See paragraph 5.3.2 of the Instructions to Tenderers – Part II. Indicate Schedule with bar chart with major item descriptions and time. Add sheets as required. MILESTONE DATES Event Date _________________________________________ _________________________________________ _________________________________________ _________________________________________ _________________________________________ _________________________________________ _________________________________________

ACTIVITY CONSTRUCTION SCHEDULE

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20

Page 34: VILLAGE OF LYTTON

UNIT PRICE CONTRACT

APPENDIX 3 – EXPERIENCE OF SUPERINTENDENT

APPENDIX 3 PAGE 1 OF 1 SEPT 2017

Tenderer’s Initials _______________________ D-99404.00

Village of Lytton. Groundwater Development Project

( TITLE OF CONTRACT )

See paragraph 5.3.3 of the Instructions to Tenderers – Part II.

Name:

Experience:

Dates:

Project Name:

Responsibility:

References:

Dates:

Project Name:

Responsibility:

References:

Dates:

Project Name:

Responsibility:

References:

Dates:

Project Name:

Responsibility:

References:

Page 35: VILLAGE OF LYTTON

UNIT PRICE CONTRACT

APPENDIX 4 – COMPARABLE WORK EXPERIENCE

APPENDIX 4 PAGE 1 OF 1

SEPT 2017

Tenderer’s Initials _____________________________ D-99404.00

Village of Lytton Groundwater Development Project

( TITLE OF CONTRACT )

See paragraph 5.3.4 of the Instructions to Tenderers – Part II.

PROJECT

OWNER / CONTACT NAME

PHONE and FAX WORK

DESCRIPTION VALUE ($)

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Owner / Contract

Phone ( ) Fax ( )

Page 36: VILLAGE OF LYTTON

UNIT PRICE CONTRACT

APPENDIX 5 - SUBCONTRACTORS

APPENDIX 5 PAGE 1 OF 1

SEPT 2017

Tenderer’s Initials _______________________ D-99404.00

Village of Lytton Groundwater Development Project

( TITLE OF CONTRACT )

See paragraph 5.3.5 of the Instructions to Tenderers – Part II.

TENDER ITEM TRADE SUBCONTRACTOR NAME PHONE NUMBER

Page 37: VILLAGE OF LYTTON

UNIT PRICE CONTRACT

APPENDIX 6 – FORCE ACCOUNT RATES

APPENDIX 6 PAGE 1 OF 1

2017

Tenderer’s Initials _______________________ D-99404.00

Lytton Groundwater Development Project

( TITLE OF CONTRACT )

See paragraph 5.3.6 of the Instructions to Tenderers – Part II.

LABOUR CLASSIFICATION HOURLY RATE OVERTIME

Superintendent $ /hr $ /hr

Foreman $ /hr $ /hr

Equipment Operator $ /hr $ /hr

Labourer $ /hr $ /hr

Flag Person $ /hr $ /hr

Grade Person $ /hr $ /hr

Pipe Layer $ /hr $ /hr

Plumber $ /hr $ /hr

Pipe Fitter $ /hr $ /hr

Electrician $ /hr $ /hr

List others – provide sheets as required

$ /hr $ /hr

EQUIPMENT (List all equipment which will be

used – provide sheets as required) RATE ($ / hr) including operator

$ /hr

$ /hr

$ /hr

$ /hr

$ /hr

$ /hr

$ /hr

Page 38: VILLAGE OF LYTTON

Supplementary

General Conditions

Page 39: VILLAGE OF LYTTON

UNIT

PRICE

CONTRACT

SUPPLEMENTARY GENERAL CONDITIONS

SUPPLEMENTARY GENERAL CONDITIONS

PAGE 1 OF 5

SEPT 2017

Clause Sub-

Clause Item Supplemental

1.0 1.21 Contract

Administrator

Contract Administrator shall mean Opus International Consultants Ltd. as

indicated in the Form of Agreement

1.51 Owner Owner shall mean the Village of Lytton, or the authorized representative of the

Village of Lytton.

3.0 3.3.5 Contract

Administration

Add to Clause 3.3.5.

Construction layout shall be provided by the Contractor. Control points are

indicated on Drawing C101

4.1 4.1.3 Construction

Survey Layout

Add new Clause SGC 4.1.3

The Contactor is responsible for staking and survey layout required for the

completion of Work, as shown on the Drawings or as directed by the Contract

Administrator, and also to affect incidental field adjustments.

4.3 4.3.4 Protection of

Work, Property

and the Public

Add to Clause 4.3.4:

The Contractor shall contact BC One Call 1-800-474-6886 prior to construction.

The Contractor shall co-ordinate his activities with utility owners and is

responsible for protecting and supporting all utilities during construction in a

manner acceptable to the utility Owner.

4.3.5 Add to Clause 4.3.5

“The Contractor shall promptly repair or have repaired any and all damaged utilities.

The Contractor shall arrange for the Owner to repair or replace all utilities (water,

sewer, drainage) under its jurisdiction.”

4.3.7 Add new Clause SGC 4.3.7.

The cost of utility relocation shall be paid by the Contractor if the relocation is for

the convenience or safety of construction, and by the Owner if the relocation is

necessary by a direct conflict between the work and the utility which, in the opinion

of the Contract Administrator, cannot be otherwise avoided except as noted herein or

on the drawings as being the Contractor’s responsibility.

4.3.8 Add new Clause SCG 4.3.8.

It shall be the responsibility of the Contractor to reinstate, stabilize and maintain

for a one year maintenance period, ditched drainage facilities, wherever the

workings of the Contractor interferes with, crosses or closely parallels said ditched

facilities. Ditched drainage facilities shall have the same or increased flow

capacity after construction.

4.3.9 Add Clause 4.3.9.

Nothing shown, or anything not shown, on the drawings will not relieve the

Contractor of the responsibility for damage to persons or property, or delay in

construction, caused by damage to, or interference with, existing utilities along the

route of the work to be completed under this Contract. No payment will be made

for any loss or cost to the Contractor occasioned by damage to or interference with

utilities.

Page 40: VILLAGE OF LYTTON

UNIT

PRICE

CONTRACT

SUPPLEMENTARY GENERAL CONDITIONS

SUPPLEMENTARY GENERAL CONDITIONS

PAGE 2 OF 5

SEPT 2017

Clause Sub-

Clause Item Supplemental

4.3.10 Add Clause SGC 4.3.10.

Protect trees not located immediately within the excavation zone from damage

during construction, except those trees which would endanger persons or property

shall be removed by the Contractor upon approval by the Owner. No trees on

private property shall be damaged.

4.3.11 Add Clause SGC 4.3.11.

Use test excavations well in advance of pipe laying, as necessary. Backfill test

excavations immediately, unless the pipe laying proceeds immediately. The

Owner reserves the right to revise the pipeline alignment and grade to avoid

conflicts with existing utilities without additional costs to the Owner.

4.3.12 Add Clause SGC 4.3.12

Where traffic must cross open trenches, the Contractor shall provide suitable

bridges. Where trenches have been backfilled or where road improvements are

incomplete the Contractor shall take any steps necessary to prevent potholes or

other hazards. Where the Contract Administrator so instructs or where Contract

Specifications so require, the Contractor shall provide temporary asphalt patching

of such hazards.

During all phases of the work the Contractor shall abate nuisance caused by mud

or dust by clean-up, sweeping, sprinkling with water, or other means as necessary

to accomplish results satisfactory to the Contract Administrator.

The Contractor shall take care to prevent spillage on streets over which hauling is

done and the Contractor shall immediately clean up any spillage or debris

deposited on streets due to his operations.

The Contractor shall not deposit any material upon any street, sidewalk, boulevard

or other property, without the Contract Administrator's or the Owner's permission,

nor shall the Contractor allow the same to remain longer than necessary. All

surplus spoil and rubbish and other waste material shall be removed from the site

so that the area of work is cleaned up and restored to as clean a condition as it was

before the Contract started, within four days of the Contract Administrator's

written request to do so, failing which the Owner may carry out the work or have

the work carried out by others and recover the costs from the Contractor or may

deduct the cost from any monies due or that may become due to the Contractor.

4.6 4.6.2

Construction

Schedule

Delete GC 4.6.2 and replace with the following:

The Construction Schedule will be consistent in all respects with the requirements

of the Contract, and will make adequate provision for adverse weather which may

be expected from records for the area. The construction schedule submitted and

maintained by the Contractor should be realistic.

The Construction Schedule will be submitted in the following format:

A bar chart derived from the Project schedule submitted with the Form of Tender,

listing at least all the following construction items, and showing graphically the

length of time needed for each. The bar chart must indicate the critical path. The

critical path is defined as the longest path through the network. No activity along

the critical path can be delayed without extending the completion date of the

Page 41: VILLAGE OF LYTTON

UNIT

PRICE

CONTRACT

SUPPLEMENTARY GENERAL CONDITIONS

SUPPLEMENTARY GENERAL CONDITIONS

PAGE 3 OF 5

SEPT 2017

Clause Sub-

Clause Item Supplemental

project.

Task

• Mobilization

• Survey Layout

• Clearing & Grubbing

• Well Installation

• Kiosk Installation

• CP and Highway Crossings

• Pipe Installation

• Pressure and Bacteriological testing

• Water Treatment Plant Site and Civil Works

• Water Treatment Plant Installation

• Commissioning

• Landscaping & Restoration

• Completion Date

Important construction dates the Contractor shall be aware of are:

• Commission Water Treatment Plant by February 19, 2018.

• Substantial completion to be achieved no later than March 31, 2018.

4.6.4 Delete GC 4.6.4 and replace with the following:

The Contractor will provide an updated Construction Schedule to the Contract

Administrator on a monthly basis. It will include the progress to date, with

comparison to the Contractor’s initial Construction Schedule, and a forecast for

completion. The updated Construction Schedule will also include the Contractor’s

proposed operations for the next thirty (30) days. This information, in a form

satisfactory to the Contract Administrator, will be provided to the Contract

Administrator within five (5) working days after the end of each month, and will

also be provided at any other time, within ten working days of the Contract

Administrator’s request.

Where the monthly update shows that the Contractor’s execution of the Work is

falling behind the Construction Schedule to the extent that in the opinion of the

Contract Administrator any one of the Milestone Dates or the Completion Dates

shown above may not be met, the Contractor will immediately submit to the

Contract Administrator details of the action the Contractor proposes to take to

bring the Work back on schedule.

Page 42: VILLAGE OF LYTTON

UNIT

PRICE

CONTRACT

SUPPLEMENTARY GENERAL CONDITIONS

SUPPLEMENTARY GENERAL CONDITIONS

PAGE 4 OF 5

SEPT 2017

Clause Sub-

Clause Item Supplemental

4.6 4.6.7 Construction

Schedule

Add to Clause 4.6.7

The hours of work must not extend beyond 0700 h and 1900 h, inclusive, daily.

The Contractor shall schedule their work within these hours and will not be

permitted to commence work earlier than 0700 h and/or work later than 1900 h,

except as authorized by the Contract Administrator.

No Saturday or Sunday work will be permitted except in case of emergency and

then only with written permission of the Contract Administrator and to such extent

as they deem necessary.

In case the Contractor desires to work on a day which is a statutory holiday, they

shall notify the Contract Administrator in writing at least four (4) days in advance

of such holiday, stating those places where said work will be conducted. In case

the Contractor fails to give such notice in advance of any statutory holiday, no

work within the terms of the Contract shall be done on such holiday.

The Owner has the right to deny work to be undertaken on Statutory Holidays.

The Contractor shall not schedule construction work requiring inspection in excess

of a 54 hour working week.

The Contract Administrator, may approve extended hours on working days for a

particular operation, which must reasonably be completed on that date.

4.9 4.9.3 Materials Add new Clause SGC 4.9.3

The Contractor shall:

a) Be responsible for storing all of the materials supplied for the Work either by

the Contractor or the Owner, until it has been incorporated into the completed

Work;

b) Store all materials in a matter which will prevent damage from the weather,

dirt, foreign matter, vandalism and theft;

c) Arrange for and/or verify the time of delivery of all materials to be supplied

by the Contractor or the Owner to ensure that delivery will coincide with the

Contractor's work schedule.

d) Examine with the Contract Administrator the quantities and details of all

materials supplied by the Owner at the time and place of delivery or those

materials already at the Place of Work, and prepare and sign a Statement of

Materials Acceptance, specifically noting and rejecting any defective

material;

e) Assume responsibility, upon signing of the Contract, for all materials

supplied by the Owner and already at the Place of Work ;

f) Replace all materials supplied by the Contractor or the Owner which are

found to be stolen, missing or damaged while under his care;

g) Replace all materials found to be defective in manufacture which have been

supplied by the Contractor.

Owner Supplied Equipment includes:

Page 43: VILLAGE OF LYTTON

UNIT

PRICE

CONTRACT

SUPPLEMENTARY GENERAL CONDITIONS

SUPPLEMENTARY GENERAL CONDITIONS

PAGE 5 OF 5

SEPT 2017

Clause Sub-

Clause Item Supplemental

a) The sodium hypochlorite dosing system

b) The two UV reactors, cables and electrical controls

c) The two well pumps, pitless adaptors, riser pipe and cable

d) Two magnetic flow meters, one at each of the two well kiosks, and one at

each of the two inlets of the water treatment plant

e) One chlorine analyzer

f) Three turbidity analyzers: one at each of the wells; one at the treatment plant

g) One UVT analyzer for the water treatment plant.

Shop drawing information for Owner supplied equipment is available on request.

4.12 4.12.4 Revise GC 4.12.4 as follows:

Replace: “perform, or cause to be performed,”

With: “engage a firm of testing engineers selected by the Contractor and approved

by the Owner to perform”

4.12.11 Add new Clause SGC 4.12.11

The following outlines the minimum testing frequency for various components of

the Contract:

Frequency of Testing

Concrete 1 per 50cu.m, one per day

Road Subbase and

Granular Base

1 per 500sq.m

Topsoil 1 prior to commencing work

Sieve Analyses 1 prior to commencing work

Proctors 1 every 200 tonnes

Trenches (Densities) 1 per 100 lineal m. per 300mm lift

Asphalt – Marshall Test 1 test per asphalt type. Min 1 per day

Asphalt – Core every 200m per lane

4.17 4.17 Disposal Site Add new Clause SGC 4.17

The Contractor is responsible for the provision of all off-site disposal sites for

materials that are to be removed from construction sites in this Contract.

The Contractor is responsible for all fees, permits, and costs associated with the

off-site disposal of materials.

6.0 6.2.1 Coordination &

Connection

Add the following to Clause GC 6.2.1

The Owner will not be liable for claims for delay caused by BC Hydro, Telus,

FortisBC, CP Railway, MoTI, nor Municipality forces for work required to be

undertaken on this contract.

9.4 9.4.1 Quantity

Variations

Add the following to Clause GC 9.4.1

In the case where one item is included in more than one section of the Schedule of

Quantities and Prices, the combined actual quantity of all Sections and the

combined tender quantity of all Sections shall be used to determine if the quantity

varies by more than plus or minus the Variance Threshold Percentage.

END OF SUPPLEMENTARY GENERAL CONDITIONS

Page 44: VILLAGE OF LYTTON

Appendix A

Page 45: VILLAGE OF LYTTON

275 – 3001 Wayburne Drive, Burnaby, BC V5G 4W3, Canada T: +1.604.874.1245 www.exp.com

ISO

9001:2008 REGISTERED

June 27, 2017 Reference: VAN-00239120-A0 Opus International Consultants (Canada) Ltd. #210 - 889 Harbourside Drive North Vancouver, BC V7P 3S1 via email: [email protected] Attention: Walt Bayless, P.Eng. Re: Geotechnical Assessment Report Proposed Lytton Water Supply Improvements, Lytton, BC Dear Sir: 1.0 INTRODUCTION As requested, exp Services Inc. (exp) has completed a geotechnical assessment for the proposed Water Supply Improvements in Lytton, BC. The purpose of the assessment was to evaluate the subsoil and groundwater conditions underlying the site, and to provide geotechnical recommendations for the design and construction for the proposed water supply improvement project. Exp’s services have been performed in general accordance with Exhibit B of the Opus International Consultants (Canada) Ltd. (Opus) Sub-consultant agreement dated March 28, 2017. No sampling or testing of soils retrieved as part of the current exploration program was carried out with respect to environmental issues or soil corrosion. 2.0 SITE CONDITIONS AND PROJECT DESCRIPTION It is understood that the project involves the construction of a 1.4km watermain starting from the center of the Village of Lytton, crossing the CP Rail Line and Highway 1, and ending at the existing reservoirs southeast of the village. It was understood that the watermain would typically be constructed to provide 1.8m cover over the pipe. The project would also include the construction of a small UV chlorine facility at south end of the watermain and a small groundwater well building, understood to be on the school property in the village center at the north end of the watermain. The proposed alignment is reasonably flat to the west of the CP Rail Line, and slopes upwards to the east as the proposed route approaches the base of Mt. Lytton. It crosses the mouth of two ravines east of the village, and runs up along the face of another ravine. 3.0 KEY GEOTECHNICAL DESIGN ISSUES Key geotechnical evaluation and design issues for the project are:

Assess the subsurface soil and groundwater conditions;

Provide recommendations on excavation, dewatering and backfilling;

Comment on pipe crossings of the CP Rail Line and Highway 1;

Page 46: VILLAGE OF LYTTON

exp Services Inc.

Geotechnical Assessment Report Proposed Lytton Water Supply Improvements, Lytton, BC

Reference No.: VAN-00239120-A0 June 27, 2017

- 2 -

Provide subgrade preparation and backfill recommendations for the proposed watermain;

Provide recommendations regarding road restoration, where applicable;

Provide foundation recommendations for proposed UV chlorine facility and groundwater well building.

4.0 SUBSURFACE CONDITIONS 4.1 Surficial Geology Based on Young, G, et. al. (1992) and The Department of Mines and Technical Surveys (1958), the area is typically underlain by medium-to-coarse to coarse fluvioglacial deposits overlying medium to coarse morainal deposits. These deposits are typically described as “exceedingly stoney”, and can be expected to consist of a poorly sorted mix of boulders, cobbles, gravel, sand and silt. The topography is generally described as terraced, dissected, and hilly. The erosion of streams which created the ravines dissecting the hillside can be expected to have caused colluvium to form in the ravines. This colluvium would be derived from the fluvioglacial and morainal deposits. 4.2 Geotechnical Drilling and Subsurface Exploration Exp’s fieldwork was carried out on May 2 and 3, 2017 and included the following:

As part of due diligence, a BC One Call was made, and prior to the commencement of the drilling work, an electro-magnetic survey of the site was completed to locate buried utility lines. This survey was carried out by sub-contractor Western Locate Services Ltd. of Coquitlam, BC.

Eight test pits (designated as TP17-01 through TP17-08) were excavated to depths of about 2.1m to 3.0m, using a rubber-tire backhoe supplied by the Village of Lytton.

All field work was carried out under the full-time supervision of a member of the exp geotechnical staff, who located the test pits in the field, examined and logged the subsurface condition encountered, and collected representative soil samples for visual examination and testing in our laboratory. Following completion, the test pits were backfilled in lifts and nominally compacted by tamping with the bucket of the backhoe. Moisture content determinations were performed on select soil samples obtained from the exploration to assist in identification of soil types and to correlate with engineering design parameters. The tests were done in general accordance with the test procedures in ASTM D-2216. Results of the tests are shown on the test pit logs, provided in Appendix A. The locations of the test pits are shown on the attached Figure 1 Testhole Location Plan, and the test pit logs are presented in Appendix A. 4.3 Subsoil Conditions As described above, geological mapping of the site suggested the site to be underlain by fluvioglacial, morainal, or colluvium deposits, consisting of a poorly sorted mix of boulders, cobbles, gravel, sand and silt. The subsurface conditions encountered in the test pits were found to be generally consistent with the geological mapping. The predominant soil types encountered at the test pits were various mixtures of sand, gravel, cobbles and boulders with trace to some silt, with less frequently occurring layers of silty sand to

Page 47: VILLAGE OF LYTTON

exp Services Inc.

Geotechnical Assessment Report Proposed Lytton Water Supply Improvements, Lytton, BC

Reference No.: VAN-00239120-A0 June 27, 2017

- 3 -

sandy silt also containing varying amounts of gravel, cobbles and boulders. A layer of silt to sandy silt was encountered at or near the surface and extending up to about 1.2m deep at several locations. These upper silty soils were generally characterized as firm or firm to stiff. The coarser predominantly granular soils were generally characterized as compact, with the exception of the northernmost test pit (TP17-08) where upper portion of the granular soil was primary loose to compact sand, and then became cobbly/bouldery below about 2.7m. Boulders observed in the test pits ranged up to about 1m in diameter. TP17-01 at the location of 7 Street found a pavement structure consisting of 50mm thick asphalt pavement, overlying 550mm thick well-graded, rounded, compact gravelly sand with some cobbles and trace silt. Test pit TP17-08 was added for the purposes of a potential future groundwater well building to be constructed near an existing water well at that location. This location was underlain by silt and sand fill followed by sandy silt with trace gravel and some organics to about 1.2m, underlain by loose to compact sand with some silt which became cobbly/boulder below about 2.7m depth. The proposed UV chlorine facility would be constructed near TP17-02. This location was underlain by gravelly sand with frequent cobbles and boulders at shallow depth. A Piteau Associates study for a previously proposed water treatment plant at that general location encountered loose to compact gravel, cobbles and boulders with trace to some silt and sand interpreted to be colluvium, underlain by compact to dense gravelly cobbles to gravel and cobbles with trace to some sand and boulders to 1m diameter. Significant groundwater seepage was encountered in three of their four test pits at depths ranging from 1.2 to 2.3m, suggesting a relatively high groundwater table, especially in the lower elevations of the site. A layer of concrete, found in TP17-07, at a depth of about 0.6m was inferred to be the floor slab of a house that once existed at that location. 4.4 Groundwater Conditions Groundwater seepage was not encountered in the test pits during the time they remained open. There was an observation of elevated moisture content at a depth of about 1.1m at TP17-01 which may have been the remnants of a temporary perched groundwater condition. Anecdotally, the excavator crew carrying out the exploration, who were local to the area, told the exp representative that groundwater springs could be found throughout the area. Due to the relatively high permeability of soils typically encountered in the test pits, and the relatively steep topography of the area, it is likely that the groundwater table is below the zone of interest along much of the alignment. However, as mentioned above, there are areas where the groundwater may be near the ground surface, particularly west of the CP Rail line in the Village of Lytton where the topography is more flat. Further, it appears that there may be the presence of a relatively high groundwater table in the area of the proposed UV chorine facility. Additionally, where low-permeability soils are present, it is possible that zones of perched groundwater may form, particularly during the wet season. 6.0 CONCLUSIONS AND RECOMMENDATIONS 6.1 General Excavations for the watermain installation are expected to extend to a maximum typical depth of about 2.5m. Where the surrounding grade is relatively gentle, excavations can be carried out by sloping the sides of the excavation as described below, or using trench box type shoring. The nearby grade is relatively steep near the easternmost 400m of the proposed alignment, and therefore, trench box or other comparable

Page 48: VILLAGE OF LYTTON

exp Services Inc.

Geotechnical Assessment Report Proposed Lytton Water Supply Improvements, Lytton, BC

Reference No.: VAN-00239120-A0 June 27, 2017

- 4 -

type shoring should be used for temporary stability and worker safety purposes. Further comments are provided below. The excavations are expected to be typically dry. However, based on anecdotal information suggesting the presence of localized springs and the inferred elevated moisture condition at TP17-01, groundwater may be encountered in some areas along the proposed watermain alignment, which may be seasonal. Relatively shallow groundwater would be expected near the location of the proposed UV chorine facility per the Piteau report. Excavation below the water table will require dewatering to facilitate installation and backfill in the dry. The type of dewatering will depend on factors such as the time of year of construction, aerial extent of the excavation and the depth of excavation below groundwater and could range from sump pumping to well-point dewatering. Shallowing the pipe embedment and use of pipe insulation for frost protection could be a way to avoid well point dewatering where otherwise required. Details for the groundwater well building and UV chlorine facility have not been provided to exp. Some recommendations are presented below, based on the assumption that the buildings will be relatively light, above-ground structure. If below grade construction is required for these buildings, as mentioned above, dewatering may be required to facilitate excavation. It is understood that trenchless pipe installation would be used to cross beneath the CP Rail Line and Highway 1. The key issue is expected to be the widespread presence of boulders and cobbles in the soil. Further comments are presented below. 6.2 Temporary Excavation Where temporary slopes are considered feasible, they should be planned no steeper than 1H:1V in drained conditions, and follow WorkSafeBC regulations. Flatter slopes up to about 1.5H:1V may be required in areas where caving/sloughing soils and/or groundwater seepage is encountered. For temporary slopes, the face of the slope should be cleared of all overhanging boulders and other loose material likely to slough into the excavation. Where the crest of a sloped excavation would be less than 6m from the toe of an existing slope which is steeper than 2.5H:1V, trench box other comparable type shoring is recommended for temporary stability and worker safety purposes. The watermain alignment should be set so that a trench box system would not encroach with 5m of the toe of existing slope. Where the crest of a sloped excavation would be between 6 and 10m from the toe of such an existing slope, it can be assumed for planning purposes that the excavation could be sloped without the use of shoring if carried out in discreet sections of a maximum length to be determined based on a field review by a geotechnical engineer prior to the start of trench excavation. Restrictions on temporary slopes would generally not be a concern where the crest of the slope is set back at least 10m from an existing slope. With the guidelines provided above, a trench box type shoring should be assumed over the easternmost 400m of the alignment, where the alignment runs along the toe of a relatively steep slope, and the excavation for this shoring system should not encroach within 5m of the toe of the slope. This would likely require the alignment to be located near the edge of the existing roadway on the opposite side of the existing slope. Excavation is expected to encounter frequent cobbles and boulders which may make excavation difficult. Some rock-breaking or possibly even blasting may be required to facilitate the removal of large boulders, particularly when using trench box type shoring.

Page 49: VILLAGE OF LYTTON

exp Services Inc.

Geotechnical Assessment Report Proposed Lytton Water Supply Improvements, Lytton, BC

Reference No.: VAN-00239120-A0 June 27, 2017

- 5 -

Excavation below the water table will require dewatering to facilitate pipe installation and backfill or foundation construction in the dry. The type of dewatering will depend on factors such as the time of year of construction, aerial extent of the excavation and the depth of excavation below groundwater, and could range from sump pumping to well-point dewatering. Shallowing the pipe embedment and use of pipe insulation for frost protection could be a way to avoid well point dewatering where otherwise required. Ultimately, the design, operation, and maintenance of the dewatering and shoring system should be the responsibility of the contractor. The contractor will need to determine the means and methods of dewatering necessary to meet the project requirements. 6.3 Design to Prevent Flotation of Manholes or Vaults As mentioned above, anecdotal information suggests that localized groundwater springs have been encountered throughout the area, although not specifically encountered at our test pit locations. Therefore, for static buoyancy design, a groundwater level at ground surface (i.e., full hydrostatic head) is recommended for the design of manholes and vaults. The dead load of the structure plus any permanent equipment, the mass of any overlying fill soil, the mass of soil column engaged by the perimeter area of the foundation slab and the shear resistance of the vertical soil to soil contact surface (a friction coefficient of 0.3 times the vertical effective weight of soil is appropriate) should be used to check the resistance to buoyancy. Further consultation between the Structural and Geotechnical Engineers should be undertaken for this assessment. 6.4 Pipe Foundation and Bedding Based on the interpreted subsoil conditions, it appears that the subgrade at pipe invert level would likely consist of various mixtures of sand, gravel, cobbles and boulders with trace to some silt, with less frequently occurring layers of silty sand to sandy silt also containing varying amounts of gravel, cobbles and boulders, generally in a compact condition. Existing loose granular soils encountered at the pipe subgrade should be re-compacted to at least 95% MPMDD. Due to the cobbly/bouldery nature of the anticipated subgrade soils, we recommend that a minimum bedding thickness of 300mm be allowed for beneath the pipe. After excavating to 300mm below the design pipe invert level, any cavities left by the removal of protruding cobbles or boulders should be infilled with the bedding material and compacted. The bedding material should meet gradation specification for Type 1 “Granular Pipe Bedding and Surround Material” per MMCD Section 31 05 17 Item 2.7. 6.5 Trench Backfill and Pavement Restoration In general, backfill for trenches and excavations should consist of free draining granular soil. Imported backfill may consist of sand 100mm minus pit run sand and gravel, or approved equivalent. Free draining granular soil should have no more than 5% passing the 0.075mm sieve size. The granular backfill should be placed in 300mm loose lifts and compacted to achieve at least 95% Modified Proctor maximum dry density (ASTM D-1557). Note that the existing silty soils are generally not suitable for trench backfill. The existing granular soils may be suitable for re-use as trench backfill provided that particles larger than 150mm size are removed, and subject to the review and approval of the Geotechnical Engineer at time of construction. With the often frequent cobble and boulder content, removal of large particles may not be practical in many areas.

Page 50: VILLAGE OF LYTTON

exp Services Inc.

Geotechnical Assessment Report Proposed Lytton Water Supply Improvements, Lytton, BC

Reference No.: VAN-00239120-A0 June 27, 2017

- 6 -

Pavement restoration should conform to MMCD guidelines, and should at a minimum match the existing pavement structure. 6.6 Trenchless Construction To minimize disruption to the CP Rail Line and Highway 1, trenchless construction was to be considered as part of this study. Soils encountered in the test pits nearest these crossings (TP17-04, -06, -07) included sand, gravelly sand, and sandy silt, with boulders and cobbles throughout. The granular soils were noted to be compact, and the upper silt soils were noted to be firm to stiff. Groundwater was not encountered in these test pits. Horizontal Directional Drilling (HDD) and jack and bore methods may be feasible in these soils. Pipe jacking/ramming may not be feasible in these soils due to the presence of frequent cobbles and boulders. Excavation for the entry and exit pits should follow the recommendations for temporary excavations, as discussed in Section 6.2. If shoring is required, a soldier pile and lagging system may be needed due to the coarse nature of the soils that would likely not facilitate a shotcrete and anchor shoring method. These methods require the use of a highly experienced specialty contractor, who would prepare a design-build bid for such work. The contractor should be required to employ techniques that will avoid settlement or heaving of the railway tracks and highway pavement, and this should be confirmed by survey monitoring during installation. They should also be required to employ techniques according to the anticipated ground conditions that will minimize the creation of voids that could cause ground subsidence during or after completion of construction, and should be required to provide adequate warranty against such subsidence, and be responsible for mitigation of any ground subsidence arising as a consequence of their work. 6.7 Building Foundation Design No details regarding the proposed buildings were available at the time of this report; however, it was assumed that the UV chlorine facility and groundwater well building would be relatively light above-ground structures. Based on the Piteau report, the proposed UV chlorine facility area is inferred to be underlain by loose to compact gravel, cobbles and boulders with trace to some silt and sand interpreted to be colluvium, underlain by compact to dense gravelly cobbles to gravel and cobbles with trace to some sand and boulders to 1m diameter. Significant groundwater seepage was encountered in three of their four test pits at depths ranging from 1.2 to 2.3m, suggesting a relatively high groundwater table, especially in the lower elevations of the site. The soils were generally described as compact below about 1.2 to 1.4m. Based on the current test pit TP17-08, the proposed groundwater well building area is inferred to be underlain by silt and sand fill followed by sandy silt with trace gravel and some organics to about 1.2m, underlain by loose to compact sand with some silt which became cobbly/boulder below about 2.7m depth With the inferred subsurface conditions described above, the proposed UV chlorine building may be supported on spread footings founded on loose to compact gravelly/cobbly soils anticipated to be encountered at the design foundation depth. The proposed groundwater well building may be supported on spread footings founded on loose to compact sand soils anticipated to be encountered at design foundation elevation. Due to the cobbly/bouldery nature of the anticipated subgrade soils at the UV chlorine building location, it is recommended that the footings be over-excavated a minimum of 300mm and reinstated with 75mm minus granular structural fill (or 19mm granular base or clear crushed rock) compacted to at least 95% Modified Proctor density. After over-excavating to 300mm below the design footing level, any cavities left

Page 51: VILLAGE OF LYTTON

exp Services Inc.

Geotechnical Assessment Report Proposed Lytton Water Supply Improvements, Lytton, BC

Reference No.: VAN-00239120-A0 June 27, 2017

- 7 -

by the removal of protruding cobbles or boulders should be infilled with the same compacted structural fill. It is recommended that the excavated foundation subgrade at the proposed groundwater well building be compacted with suitable vibratory compaction equipment to achieve a minimum 95% Modified Proctor density within at least the top 300mm. Footings supported in the manner recommended above may be designed using Serviceability Limit State bearing resistance of 100kPa and a Factored Ultimate Limit State bearing resistance of 150kPa. For confinement and frost protection purposes, the underside of footings should be placed at least 1.2m below finished adjacent finished grades. Strip and spread footings should have minimum widths of 0.45 and 0.9m, respectively. Using the recommended SLS bearing resistance, it is estimated that the long-term total settlement would be less than about 25mm for footings designed and built as described above. Anticipated differential settlement should be less than 15mm over a horizontal distance of 10m. The exposed subgrade should be reviewed as soon as practical after excavation to confirm the recommended bearing resistance. Loose/soft, organic-rich, disturbed or sloughed materials should be removed from the footing subgrade. Over-excavation of disturbed or loosened materials within the bearing surface may be required as directed by the Geotechnical Engineer. 6.8 Liquefaction Considerations A formal liquefaction assessment was beyond the scope of this study. However, based on the soils data and knowledge of seismicity in the area, it is considered possible that submerged, loose to compact granular soil layers may occur beneath the site that have potential to liquefying during a design 1 in 2475 year return period earthquake event as outlined in the 2012 BCBC. A more detailed investigation using boreholes and/or other methods would be required to substantiate whether or not liquefaction is a concern at this site. The consequences of liquefaction would be significant lateral and vertical ground displacements beneath the site, with corresponding watermain and building movements. Ground improvement techniques would need to be employed to mitigate the effects of liquefaction, which would likely be impractical and cost prohibitive for a project of this nature. Nevertheless, at this point, the Owner needs to accept the risk that liquefaction beneath the site is possible, and if it were to occur, there is potential for the watermain and proposed buildings to be put out of service during a major earthquake event. These risks are likely to commensurate with the existing water system infrastructure within the Village of Lytton. The use of flexible joints and connections would help to reduce the potential for breaks in the system due to ground displacements. Also, tying footings together in both directions or using a monolithic raft slab type foundation would help mitigate potential liquefaction induced impacts on the proposed buildings. 6.9 Subgrade Review and Testing It is recommended that exp be engaged to complete engineering review of site stripping and foundation subgrade preparation, excavation stability and monitoring and testing of backfills during the progress of the work. This will allow for geotechnical aspects of the project to be verified for compliance with the geotechnical recommendations and allow for design changes during construction, as appropriate. 7.0 CLOSURE Please be advised that the contents of this report are based on preliminary information and drawings provided to us and our understanding of the project as described in this report.

Page 52: VILLAGE OF LYTTON
Page 53: VILLAGE OF LYTTON

INTERPRETATION & USE OF STUDY AND REPORT

1. STANDARD OF CARE This study and Report have been prepared in accordance with generally accepted engineering consulting practices in this area. No other warranty, expressed or implied, is made. Engineering studies and reports do not include environmental consulting unless specifically stated in the engineering report. 2. COMPLETE REPORT All documents, records, data and files, whether electronic or otherwise, generated as part of this assignment are a part of the Report which is of a summary nature and is not intended to stand alone without reference to the instructions given to us by the Client, communications between us and the Client, and to any other reports, writings, proposals or documents prepared by us for the Client relative to the specific site described herein, all of which constitute the Report. IN ORDER TO PROPERLY UNDERSTAND THE SUGGESTIONS, RECOMMENDATIONS AND OPINIONS EXPRESSED HEREIN, REFERENCE MUST BE MADE TO THE WHOLE OF THE REPORT. WE CANNOT BE RESPONSIBLE FOR USE BY ANY PARTY OF PORTIONS OF THE REPORT WITHOUT REFERENCE TO THE WHOLE REPORT. 3. BASIS OF THE REPORT The Report has been prepared for the specific site, development, building, design or building assessment objectives and purpose that were described to us by the Client. The applicability and reliability of any of the findings, recommendations, suggestions, or opinions expressed in the document are only valid to the extent that there has been no material alteration to or variation from any of the said descriptions provided to us unless we are specifically requested by the Client to review and revise the Report in light of such alteration or variation. 4. USE OF THE REPORT The information and opinions expressed in the Report, or any document forming the Report, are for the sole benefit of the Client. NO OTHER PARTY MAY USE OR RELY UPON THE REPORT OR ANY PORTION THEREOF WITHOUT OUR WRITTEN CONSENT. WE WILL CONSENT TO ANY REASONABLE REQUEST BY THE CLIENT TO APPROVE THE USE OF THIS REPORT BY OTHER PARTIES AS “APPROVED USERS”. The contents of the Report remain our copyright property and we authorise only the Client and Approved Users to make copies of the Report only in such quantities as are reasonably necessary for the use of the Report by those parties. The Client and Approved Users may not give, lend, sell or otherwise make the Report, or any portion thereof, available to any party without our written permission. Any use which a third party makes of the Report, or any portion of the Report, are the sole responsibility of such third parties. We accept no responsibility for damages suffered by any third party resulting from unauthorised use of the Report. 5. INTERPRETATION OF THE REPORT a. Nature and Exactness of Descriptions: Classification and identification of soils, rocks, geological units, contaminant materials, building

envelopment assessments, and engineering estimates have been based on investigations performed in accordance with the standards set out in Paragraph 1. Classification and identification of these factors are judgmental in nature and even comprehensive sampling and testing programs, implemented with the appropriate equipment by experienced personnel, may fail to locate some conditions. All investigations, or building envelope descriptions, utilizing the standards of Paragraph 1 will involve an inherent risk that some conditions will not be detected and all documents or records summarising such investigations will be based on assumptions of what exists between the actual points sampled. Actual conditions may vary significantly between the points investigated and all persons making use of such documents or records should be aware of, and accept, this risk. Some conditions are subject to change over time and those making use of the Report should be aware of this possibility and understand that the Report only presents the conditions at the sampled points at the time of sampling. Where special concerns exist, or the Client has special considerations or requirements, the Client should disclose them so that additional or special investigations may be undertaken which would not otherwise be within the scope of investigations made for the purposes of the Report.

b. Reliance on Provided information: The evaluation and conclusions contained in the Report have been prepared on the basis of conditions in evidence at the time of site inspections and on the basis of information provided to us. We have relied in good faith upon representations, information and instructions provided by the Client and others concerning the site. Accordingly, we cannot accept responsibility for any deficiency, misstatement or inaccuracy contained in the report as a result of misstatements, omissions, misrepresentations or fraudulent acts of persons providing information.

c. To avoid misunderstandings, exp Services Inc. (exp) should be retained to work with the other design professionals to explain relevant

engineering findings and to review their plans, drawings, and specifications relative to engineering issues pertaining to consulting services

provided by exp. Further, exp should be retained to provide field reviews during the construction, consistent with building codes guidelines

and generally accepted practices. Where applicable, the field services recommended for the project are the minimum necessary to

ascertain that the Contractor’s work is being carried out in general conformity with exp’s recommendations. Any reduction from the level of

services normally recommended will result in exp providing qualified opinions regarding adequacy of the work.

6.0 ALTERNATE REPORT FORMAT When exp submits both electronic file and hard copies of reports, drawings and other documents and deliverables (exp’s instruments of professional service), the Client agrees that only the signed and sealed hard copy versions shall be considered final and legally binding. The hard copy versions submitted by exp shall be the original documents for record and working purposes, and, in the event of a dispute or discrepancy, the hard copy

versions shall govern over the electronic versions. Furthermore, the Client agrees and waives all future right of dispute that the original hard copy signed version archived by exp shall be deemed to be the overall original for the Project. The Client agrees that both electronic file and hard copy versions of exp’s instruments of professional service shall not, under any circumstances, no matter who owns or uses them, be altered by any party except exp. The Client warrants that exp’s instruments of professional service will be used only and exactly as submitted by exp. The Client recognizes and agrees that electronic files submitted by exp have been prepared and submitted using specific software and hardware systems. Exp makes no representation about the compatibility of these files with the Client’s current or future software and hardware systems.

Page 54: VILLAGE OF LYTTON

TP17-08

TP17-01

TP17-07

TP17-04

TP17-06

TP17-05

TP17-03

TP17-02

Test Pit Location PlanOpus International Consultants (Canada) Ltd.

Lytton Water SupplyGeotechnical Assessment

VAN-00239120-A0 MG DGS BW 2017-05-09 1:7500 Figure 1

LEGEND

TEST PIT LOCATION

REFERENCE IMAGE FROMGOOGLE EARTH, 2017-05-09

Page 55: VILLAGE OF LYTTON

exp Services Inc.

Geotechnical Assessment Report Proposed Lytton Water Supply Improvements, Lytton, BC

Reference No.: VAN-00239120-A0 June 27, 2017

Appendix A

Test Hole Logs

TP17-01 to TP17-08

Page 56: VILLAGE OF LYTTON

ASPHALT, 50mm

GRAVELLY SAND, some cobbles, trace silt, occasional boulders, lightbrown, moist, (compact) gravel was rounded and well-graded (FILL)

GRAVEL & SAND, some cobbles and boulders, brownish grey, moist,(compact) sand was coarse grained. gravel was rounded tosub-rounded

-becoming wet at 1.1m

-gravel content increasing with depth

Bottom of test pit at 2.6m.

NOTES: Hole sloughing in at depth. No visibleseepage/groundwater.

198.90.1

198.4

0.6

196.4

GB

GB

GB

S1

S2

S3

STRATA

DEPTH

(m)

1

2

SOIL DESCRIPTION

MC

20 40 60 80

ELEV.DEPTH

(m)

SAMPLES FINES CONTENT(%)

20 40 60 80

TY

PE

NU

MB

ER

RE

CO

VE

RY

%

PLASTIC & LIQUID LIMITMOISTURE CONTENT

20 40 60 80

PL LL

SPT N VALUEBLOWS/0.3m

20 40 60 80

POCKET PEN. (kPa)

100 200 300 400

DYNAMIC CONEBLOWS/0.3m

20 40 60 80

FIELD VANESHEAR (kPa)

40 80 120 160

Peak Remold

RECORD OF TEST PIT : TP17-01PAGE 1 OF 1

EXCAVATION CONTRACTOR Village of Lytton

EQUIPMENT TYPE Backhoe

LOGGED BY DGS CHECKED BY BW AFTER EXCAVATION ---

AT END OF EXCAVATION ---

AT TIME OF EXCAVATION ---GROUND WATER LEVELS:

EXCAVATION DATE 2017-05-02 TEST PIT LOCATION N: 5565551 E: 601240

EXCAVATION METHOD Test Pit

ELEVATION 199m approximate

PROJECT LOCATION Lytton, BC

PROJECT NUMBER VAN-00239120-A0

PROJECT NAME Lytton Water Supply, Geotechnical Assessment

CLIENT Opus International Consultants (Canada) Ltd.

EX

P G

EO

02

3912

0-A

0.G

PJ

EX

P S

TD

.GD

T

6/27

/17

exp Services Inc.275 - 3001 Wayburne DriveBurnaby, BC V5G 4W3Telephone: 1.604.874.1245Fax: 1.604.874.2358

6

Page 57: VILLAGE OF LYTTON

GRAVELLY SAND, some silt, brown, dry, (compact) (FILL)

GRAVEL & SAND, frequent cobbles and boulders, trace silt,occasional wood and organics, brown, damp, (compact) sand wasmedium to coarse grained, gravel was rounded to subrounded (FILL)

GRAVELLY SANDY COBBLES & BOULDERS, trace silt, brown, damp,(compact)

-less cobbles and boulders with depth

Bottom of test pit at 2.3m.

NOTES: No visible seepage/groundwater.

342.90.1

342.5

0.5

340.7

GB

GB

S4

S5

STRATA

DEPTH

(m)

1

2

SOIL DESCRIPTION

MC

20 40 60 80

ELEV.DEPTH

(m)

SAMPLES FINES CONTENT(%)

20 40 60 80

TY

PE

NU

MB

ER

RE

CO

VE

RY

%

PLASTIC & LIQUID LIMITMOISTURE CONTENT

20 40 60 80

PL LL

SPT N VALUEBLOWS/0.3m

20 40 60 80

POCKET PEN. (kPa)

100 200 300 400

DYNAMIC CONEBLOWS/0.3m

20 40 60 80

FIELD VANESHEAR (kPa)

40 80 120 160

Peak Remold

RECORD OF TEST PIT : TP17-02PAGE 1 OF 1

EXCAVATION CONTRACTOR Village of Lytton

EQUIPMENT TYPE Backhoe

LOGGED BY DGS CHECKED BY BW AFTER EXCAVATION ---

AT END OF EXCAVATION ---

AT TIME OF EXCAVATION ---GROUND WATER LEVELS:

EXCAVATION DATE 2017-05-02 TEST PIT LOCATION N: 5564775 E: 601942

EXCAVATION METHOD Test Pit

ELEVATION 343m approximate

PROJECT LOCATION Lytton, BC

PROJECT NUMBER VAN-00239120-A0

PROJECT NAME Lytton Water Supply, Geotechnical Assessment

CLIENT Opus International Consultants (Canada) Ltd.

EX

P G

EO

02

3912

0-A

0.G

PJ

EX

P S

TD

.GD

T

6/27

/17

exp Services Inc.275 - 3001 Wayburne DriveBurnaby, BC V5G 4W3Telephone: 1.604.874.1245Fax: 1.604.874.2358

Page 58: VILLAGE OF LYTTON

SOD

SILT, trace sand, trace gravel, frequent rootlets, occasional cobbles,orangish brown, moist, (firm)

-less silt with depth

SILTY SAND to SAND with some silt, some gravel, frequent cobblesand boulders, brown, moist, (compact)

-hole sloughing below 1m

Bottom of test pit at 2.4m.

NOTES: No visible seepage/groundwater.

297.90.1

297.3

0.7

295.6

AU

AU

S6

S7

STRATA

DEPTH

(m)

1

2

SOIL DESCRIPTION

MC

20 40 60 80

ELEV.DEPTH

(m)

SAMPLES FINES CONTENT(%)

20 40 60 80

TY

PE

NU

MB

ER

RE

CO

VE

RY

%

PLASTIC & LIQUID LIMITMOISTURE CONTENT

20 40 60 80

PL LL

SPT N VALUEBLOWS/0.3m

20 40 60 80

POCKET PEN. (kPa)

100 200 300 400

DYNAMIC CONEBLOWS/0.3m

20 40 60 80

FIELD VANESHEAR (kPa)

40 80 120 160

Peak Remold

RECORD OF TEST PIT : TP17-03PAGE 1 OF 1

EXCAVATION CONTRACTOR Village of Lytton

EQUIPMENT TYPE Backhoe

LOGGED BY DGS CHECKED BY BW AFTER EXCAVATION ---

AT END OF EXCAVATION ---

AT TIME OF EXCAVATION ---GROUND WATER LEVELS:

EXCAVATION DATE 2017-05-02 TEST PIT LOCATION N: 5564821 E: 601687

EXCAVATION METHOD Test Pit

ELEVATION 298m approximate

PROJECT LOCATION Lytton, BC

PROJECT NUMBER VAN-00239120-A0

PROJECT NAME Lytton Water Supply, Geotechnical Assessment

CLIENT Opus International Consultants (Canada) Ltd.

EX

P G

EO

02

3912

0-A

0.G

PJ

EX

P S

TD

.GD

T

6/27

/17

exp Services Inc.275 - 3001 Wayburne DriveBurnaby, BC V5G 4W3Telephone: 1.604.874.1245Fax: 1.604.874.2358

12

7

Page 59: VILLAGE OF LYTTON

SOD

SILT, some fine sand, occasional roots and decaying organics, brown,damp, (firm to stiff)

GRAVELLY SAND, some cobbles, trace to some silt, brown, damp,(compact) sand was medium to coarse grained

-large boulders became frequent below 2m

Refusal at 2.1m.

NOTES: Refusal due to large boulders. No visibleseepage/groundwater.

216.90.1

215.8

1.2

214.9

GB

GB

GB

GB

S8

S9

S10

S11

STRATA

DEPTH

(m)

1

2

SOIL DESCRIPTION

MC

20 40 60 80

ELEV.DEPTH

(m)

SAMPLES FINES CONTENT(%)

20 40 60 80

TY

PE

NU

MB

ER

RE

CO

VE

RY

%

PLASTIC & LIQUID LIMITMOISTURE CONTENT

20 40 60 80

PL LL

SPT N VALUEBLOWS/0.3m

20 40 60 80

POCKET PEN. (kPa)

100 200 300 400

DYNAMIC CONEBLOWS/0.3m

20 40 60 80

FIELD VANESHEAR (kPa)

40 80 120 160

Peak Remold

RECORD OF TEST PIT : TP17-04PAGE 1 OF 1

EXCAVATION CONTRACTOR Village of Lytton

EQUIPMENT TYPE Backhoe

LOGGED BY DGS CHECKED BY BW AFTER EXCAVATION ---

AT END OF EXCAVATION ---

AT TIME OF EXCAVATION ---GROUND WATER LEVELS:

EXCAVATION DATE 2017-05-03 TEST PIT LOCATION N: 5565369 E: 601339

EXCAVATION METHOD Test Pit

ELEVATION 217m approximate

PROJECT LOCATION Lytton, BC

PROJECT NUMBER VAN-00239120-A0

PROJECT NAME Lytton Water Supply, Geotechnical Assessment

CLIENT Opus International Consultants (Canada) Ltd.

EX

P G

EO

02

3912

0-A

0.G

PJ

EX

P S

TD

.GD

T

6/27

/17

exp Services Inc.275 - 3001 Wayburne DriveBurnaby, BC V5G 4W3Telephone: 1.604.874.1245Fax: 1.604.874.2358

16

21

7

Page 60: VILLAGE OF LYTTON

SILT, some sand to sandy, some gravel, frequent rootlets, occasionalcobbles, reddish light brown, damp, (firm)

GRAVELLY SAND, some cobbles and boulders, trace to some silt,grey and brown, damp, (compact) sand was medium to coarse grained

Bottom of test pit at 2.7m.

NOTES: No visible seepage/groundwater.

266.3

0.7

264.3

GB

GB

GB

S12

S13

S14

STRATA

DEPTH

(m)

1

2

SOIL DESCRIPTION

MC

20 40 60 80

ELEV.DEPTH

(m)

SAMPLES FINES CONTENT(%)

20 40 60 80

TY

PE

NU

MB

ER

RE

CO

VE

RY

%

PLASTIC & LIQUID LIMITMOISTURE CONTENT

20 40 60 80

PL LL

SPT N VALUEBLOWS/0.3m

20 40 60 80

POCKET PEN. (kPa)

100 200 300 400

DYNAMIC CONEBLOWS/0.3m

20 40 60 80

FIELD VANESHEAR (kPa)

40 80 120 160

Peak Remold

RECORD OF TEST PIT : TP17-05PAGE 1 OF 1

EXCAVATION CONTRACTOR Village of Lytton

EQUIPMENT TYPE Backhoe

LOGGED BY DGS CHECKED BY BW AFTER EXCAVATION ---

AT END OF EXCAVATION ---

AT TIME OF EXCAVATION ---GROUND WATER LEVELS:

EXCAVATION DATE 2017-05-03 TEST PIT LOCATION N: 5565142 E: 601456

EXCAVATION METHOD Test Pit

ELEVATION 267m approximate

PROJECT LOCATION Lytton, BC

PROJECT NUMBER VAN-00239120-A0

PROJECT NAME Lytton Water Supply, Geotechnical Assessment

CLIENT Opus International Consultants (Canada) Ltd.

EX

P G

EO

02

3912

0-A

0.G

PJ

EX

P S

TD

.GD

T

6/27

/17

exp Services Inc.275 - 3001 Wayburne DriveBurnaby, BC V5G 4W3Telephone: 1.604.874.1245Fax: 1.604.874.2358

9

Page 61: VILLAGE OF LYTTON

FOREST DETRITUS

GRAVELLY SAND, some silt, some cobbles and boulders, brown,damp, (compact)

-large (900mm) boulder

SANDY SILT, some gravel, trace cobbles and boulders, damp,(compact) sand was fine grained

-grades to sand & silt, medium to coarse grained by 2.1m

Bottom of test pit at 2.9m.

NOTES: No visible seepage/groundwater.

242.8

0.2

241.6

1.4

240.1

GB

GB

GB

S15

S16

S17

STRATA

DEPTH

(m)

1

2

SOIL DESCRIPTION

MC

20 40 60 80

ELEV.DEPTH

(m)

SAMPLES FINES CONTENT(%)

20 40 60 80

TY

PE

NU

MB

ER

RE

CO

VE

RY

%

PLASTIC & LIQUID LIMITMOISTURE CONTENT

20 40 60 80

PL LL

SPT N VALUEBLOWS/0.3m

20 40 60 80

POCKET PEN. (kPa)

100 200 300 400

DYNAMIC CONEBLOWS/0.3m

20 40 60 80

FIELD VANESHEAR (kPa)

40 80 120 160

Peak Remold

RECORD OF TEST PIT : TP17-06PAGE 1 OF 1

EXCAVATION CONTRACTOR Village of Lytton

EQUIPMENT TYPE Backhoe

LOGGED BY DGS CHECKED BY BW AFTER EXCAVATION ---

AT END OF EXCAVATION ---

AT TIME OF EXCAVATION ---GROUND WATER LEVELS:

EXCAVATION DATE 2017-05-03 TEST PIT LOCATION N: 5565247 E: 601403

EXCAVATION METHOD Test Pit

ELEVATION 243m approximate

PROJECT LOCATION Lytton, BC

PROJECT NUMBER VAN-00239120-A0

PROJECT NAME Lytton Water Supply, Geotechnical Assessment

CLIENT Opus International Consultants (Canada) Ltd.

EX

P G

EO

02

3912

0-A

0.G

PJ

EX

P S

TD

.GD

T

6/27

/17

exp Services Inc.275 - 3001 Wayburne DriveBurnaby, BC V5G 4W3Telephone: 1.604.874.1245Fax: 1.604.874.2358

4

10

4

Page 62: VILLAGE OF LYTTON

SOD

SILT, some sand, some gravel, frequent roots, occasional bouldersand cobbles, brown, damp, (firm to stiff) (FILL)

CONCRETE

SANDY SILT, some sand, some gravel, frequent boulders andcobbles, brown, damp, (loose to compact)

-large (700mm) boulder

GRAVEL & SAND, some silt, frequent boulders and cobbles, brown,damp, (compact)

SAND, some gravel, some silt to silty, frequent boulders and cobbles,brown, damp, (compact)

-becomes very bouldery by 2.44m

Bottom of test pit at 2.9m.

NOTES: No visible seepage/groundwater.

206.90.1

206.40.6

206.30.7

205.8

1.2

205.3

1.7

204.1

GB

GB

GB

S18

S19

S20

STRATA

DEPTH

(m)

1

2

SOIL DESCRIPTION

MC

20 40 60 80

ELEV.DEPTH

(m)

SAMPLES FINES CONTENT(%)

20 40 60 80

TY

PE

NU

MB

ER

RE

CO

VE

RY

%

PLASTIC & LIQUID LIMITMOISTURE CONTENT

20 40 60 80

PL LL

SPT N VALUEBLOWS/0.3m

20 40 60 80

POCKET PEN. (kPa)

100 200 300 400

DYNAMIC CONEBLOWS/0.3m

20 40 60 80

FIELD VANESHEAR (kPa)

40 80 120 160

Peak Remold

RECORD OF TEST PIT : TP17-07PAGE 1 OF 1

EXCAVATION CONTRACTOR Village of Lytton

EQUIPMENT TYPE Backhoe

LOGGED BY DGS CHECKED BY BW AFTER EXCAVATION ---

AT END OF EXCAVATION ---

AT TIME OF EXCAVATION ---GROUND WATER LEVELS:

EXCAVATION DATE 2017-05-03 TEST PIT LOCATION N: 5565373 E: 601287

EXCAVATION METHOD Test Pit

ELEVATION 207m approximate

PROJECT LOCATION Lytton, BC

PROJECT NUMBER VAN-00239120-A0

PROJECT NAME Lytton Water Supply, Geotechnical Assessment

CLIENT Opus International Consultants (Canada) Ltd.

EX

P G

EO

02

3912

0-A

0.G

PJ

EX

P S

TD

.GD

T

6/27

/17

exp Services Inc.275 - 3001 Wayburne DriveBurnaby, BC V5G 4W3Telephone: 1.604.874.1245Fax: 1.604.874.2358

8

7

7

Page 63: VILLAGE OF LYTTON

SOD

SILT, some sand, some gravel, frequent rootlets, plastic, wood, brown,damp, (stiff) (FILL)

SAND, some silt, grey, dry, (compact) medium to coarse grained (FILL)

SANDY SILT, trace gravel, frequent rootlets and organics, darkbrownish black, damp, (firm)

SAND, some silt, reddish brown, damp, (loose to compact) fine grained

-frequent cobbles and boulders below 2.7m

Bottom of test pit at 3.0m.

NOTES: No visible seepage/groundwater.

201.90.1

201.80.2

201.6

0.4

200.8

1.2

199.0

GB

GB

GB

GB

S21

S22

S23

S24

STRATA

DEPTH

(m)

1

2

3

SOIL DESCRIPTION

MC

20 40 60 80

ELEV.DEPTH

(m)

SAMPLES FINES CONTENT(%)

20 40 60 80

TY

PE

NU

MB

ER

RE

CO

VE

RY

%

PLASTIC & LIQUID LIMITMOISTURE CONTENT

20 40 60 80

PL LL

SPT N VALUEBLOWS/0.3m

20 40 60 80

POCKET PEN. (kPa)

100 200 300 400

DYNAMIC CONEBLOWS/0.3m

20 40 60 80

FIELD VANESHEAR (kPa)

40 80 120 160

Peak Remold

RECORD OF TEST PIT : TP17-08PAGE 1 OF 1

EXCAVATION CONTRACTOR Village of Lytton

EQUIPMENT TYPE Backhoe

LOGGED BY DGS CHECKED BY BW AFTER EXCAVATION ---

AT END OF EXCAVATION ---

AT TIME OF EXCAVATION ---GROUND WATER LEVELS:

EXCAVATION DATE 2017-05-03 TEST PIT LOCATION N: 5565878 E: 601368

EXCAVATION METHOD Test Pit

ELEVATION 202m approximate

PROJECT LOCATION Lytton, BC

PROJECT NUMBER VAN-00239120-A0

PROJECT NAME Lytton Water Supply, Geotechnical Assessment

CLIENT Opus International Consultants (Canada) Ltd.

EX

P G

EO

02

3912

0-A

0.G

PJ

EX

P S

TD

.GD

T

6/27

/17

exp Services Inc.275 - 3001 Wayburne DriveBurnaby, BC V5G 4W3Telephone: 1.604.874.1245Fax: 1.604.874.2358