Professional Documents
Culture Documents
SUPPLY CONTRACT
City of Powell River
Consolidated Wastewater Treatment Plant
Secondary Clarifier Equipment Supply
RFP 2020‐08
APRIL 2020
City of Powell River 00 01 10
Consolidated Wastewater Treatment Plant TABLE OF CONTENTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 2
TABLE OF CONTENTS
PAGES
DIVISION 03 - CONCRETE
DIVISION 09 - FINISHES
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\000110.doc:
April 03, 2020
City of Powell River 00 01 10
Consolidated Wastewater Treatment Plant TABLE OF CONTENTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 2
DIVISION 26 - ELECTRICAL
APPENDICES
Appendix A – Drawings
Appendix B – Novation Agreement
Appendix C – Clarifier Schedule
END OF DOCUMENT
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\000110.doc:
April 03, 2020
City of Powell River 00 01 15
Consolidated Wastewater Treatment Plant LIST OF DRAWINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 1
END OF DOCUMENT
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\000115.doc:
April 03, 2020
City of Powell River 00 11 19
Consolidated Wastewater Treatment Plant REQUEST FOR PROPOSAL
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 1
Proposals in a sealed package clearly marked for above Supply Contract, will be received at the
offices of City of Powell River, 6910 Duncan Street, Powell River, B.C., V8A 1V4, up to exactly
4:00 p.m., as per the details in Section 00 21 16 – Instructions and Information. Please use the
above RFP description on all correspondence.
It is the sole responsibility of the Proponent to ensure that its proposal is received at the specific
physical location indicated, by the stipulated time. Proposals received at the specific location
after the stipulated time shall be returned to the Proponent unopened.
The Proposals shall be for furnishing all equipment, material, software, and on-site services
except material supplied by the City of Powell River, for the design, supply and installation
support of secondary clarifier equipment, necessary control and instrumentation devices, and
other system appurtenances necessary for complete and functional operation. Services will
include design, manufacturing, testing, supply, commissioning, and operator training.
Installation of the equipment will be led by others, and supported by the selected proponent.
The lowest cost or any proposal will not necessarily be accepted. The City reserves the right to
accept or reject any or all proposals in whole or in part. Proponents may be required to provide
supplementary information after the closing date to support their Proposal.
END OF DOCUMENT
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\001119.doc:
April 03, 2020
City of Powell River 00 21 16
Consolidated Wastewater Treatment Plant INSTRUCTIONS AND INFORMATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 10
Part 1 General
1.1 SCOPE
.1 The Owner requests proposals for the design, fabrication, and delivery to site of four (4)
complete secondary clarifier steel tanks, secondary clarifier mechanism equipment, and
related systems and services (the “Goods”). Upon the completion of review of proposals,
it is the intent of the City of Powell River (the “Owner”) to enter into a contract for the
supply of the “Goods” with the successful proponent (i.e. the Supply Contractor) as part
of the Consolidated Wastewater Treatment Facility Project.
.2 The equipment is to be designed fabricated, and delivered with reference to the reference
drawings provided in Appendix A.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\002116.doc:
April 03, 2020
City of Powell River 00 21 16
Consolidated Wastewater Treatment Plant INSTRUCTIONS AND INFORMATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 10
It is the sole responsibility of the Proponent to ensure that its proposal and any
amendments are received at the specific location indicated, by the Proposal Closing.
Proposals received at the specific location after the Proposal Closing will not be
considered and will be returned to the Proponent unopened.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\002116.doc:
April 03, 2020
City of Powell River 00 21 16
Consolidated Wastewater Treatment Plant INSTRUCTIONS AND INFORMATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 10
.1 Submit one (1) pdf copy of the Proponent’s Proposal, signed with original
signature(s) and corporate sealed where applicable, together with the required
Supplements to Proposal Form via email. Email to be sent to the City of Powell
River at nrizk@powellriver.ca. The email subject line should read “Request for
Proposal RFP 2020-08 Secondary Clarifier Equipment Supply”.
.2 It is the sole responsibility of the proponent to ensure that any electronic
submission has been received by the Owner. The Owner accepts no
responsibility whatsoever for any failed transmission by the Proponent.
.3 Proponents submitting the executed offer electronically must also send the hard
copy of the offer. The hard copy of the executed offer must be received at the
offices of the Owner by May 19, 2020 at 4:00 pm.
.4 Electronic and original paper copies must be identical.
.3 The submission of a proposal constitutes the agreement of the Proponent to be solely
responsible for any and all costs and expenses incurred by it in preparing and submitting
its proposal, including any costs incurred by the Proponent after the Proposal Closing.
.4 All Addenda issued by the Owner shall be incorporated into and become part of the RFP
Documents.
.5 If a Proponent finds any errors, omissions or discrepancies in the RFP Documents, it shall
immediately notify the Engineer in writing.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\002116.doc:
April 03, 2020
City of Powell River 00 21 16
Consolidated Wastewater Treatment Plant INSTRUCTIONS AND INFORMATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 10
.2 The Proponent shall complete all applicable RFP Documents in ink or in type.
.3 Unit prices, in Canadian currency, shall be shown for each item specified including
labour rates and shall include all packing, crating, freight, cartage, shipping charges, cost
of unloading supplies at destination, and all tariffs, excise taxes and duties.
.4 The Owner may exclude certain items and services listed in the Schedule of Proposal
Prices after the Proposal Closing.
.5 The Proponent shall carefully review the RFP Documents and all Addenda issued by the
Owner.
.6 The Proposal shall be in accordance with the terms and conditions contained in the RFP
Documents. Any Proposal received which attempts to materially changes these terms
and conditions by, for example, including the Proponent’s standard terms of sale may be
rejected.
.7 If a Proposal contains a defect or fails in some way to comply with the requirements of
the RFP Documents, which in the sole discretion of the Owner is not material, the Owner
may waive the defect and accept the Proposal.
1.8 SOLICITATION
.1 If any director, officer, employee, agent or other representative of a Proponent makes any
representation or solicitation to any director, officer or employee of the Owner with
respect to the Proposal, whether before or after the submission of the Proposal, the Owner
shall be entitled to reject or not accept the Proposal.
.2 The Owner will not accept an amendment to a previously submitted Proposal unless:
.1 It is in writing.
.2 It is received at the specific physical location set out in Article 1.3, prior to the
Proposal Closing in a sealed envelope or package on the exterior of which shall
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\002116.doc:
April 03, 2020
City of Powell River 00 21 16
Consolidated Wastewater Treatment Plant INSTRUCTIONS AND INFORMATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 10
be indicated the name of the Proponent, the name of the Contract and the RFP
Number.
.3 It indicates changes to a Proposal already submitted.
.4 It is signed by the person or persons who signed the original Proposal.
.3 Proponents shall be solely responsible for the completion and delivery of Proposals and
any amendments in the manner and time specified. No extension of the Proposal Closing
will be given to accommodate Proposals or amendments to Proposals that do not comply
with the requirements herein.
.2 The acceptability of any such variations will be at the Owner’s sole discretion.
.3 The Owner reserves the right to allocate costs to submissions in areas where the Owner
and Engineer determine that costs have been omitted for any reason. The owner reserves
the right to allocate reasonable costs during the evaluation process to such deficiencies.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\002116.doc:
April 03, 2020
City of Powell River 00 21 16
Consolidated Wastewater Treatment Plant INSTRUCTIONS AND INFORMATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 6 of 10
.4 The proposals will receive further evaluation that may include visits by representatives of
the Owner and/or Engineer, at their own expense, to the Proponent's factory or field
installations to observe fabrication of secondary clarifier equipment and systems similar
to that being proposed.
.5 The Proposal containing the lowest price will not necessarily be accepted. The Owner
reserves without restriction, sole discretion in determining best value and whether or not
any proposal received provides the necessary level of value to the Owner results in the
award of a contract.
Engineer will contact all four references, and consider other sources of
information, at its sole discretion.
Engineer will contact three but retains the right to contact all references,
and consider other sources of information, at its sole discretion.
2 points possible for each contacted reference based on reference's
overall satisfaction and perceived value of the equipment
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\002116.doc:
April 03, 2020
City of Powell River 00 21 16
Consolidated Wastewater Treatment Plant INSTRUCTIONS AND INFORMATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 7 of 10
1.17 SUBCONTRACTING
.1 Utilizing a subcontractor (who must be clearly identified in the Proposal) is acceptable.
This also includes a joint submission by two proponents having no formal corporate
links. However, in the case of a joint submission, the Proposal must include a joint and
several undertaking that one of these Proponents must be prepared to take overall
responsibility for successful interconnection of the two services. This must be defined in
the Proposal to the satisfaction of the Owner.
.3 The Owner will notify the successful Proponent in writing that its proposal, including any
subsequent negotiations and agreement, has been accepted (the "Notice of Award"). The
Notice of Award is subject to the terms and conditions of the Contract. Upon the receipt
of the Notice of Award the successful Proponent shall commence Shop Drawing
preparation.
.2 General Conditions which will be part of this Contract are included for the Proponents’
information in Section 00 72 00 – General Conditions and Section 00 73 00 –
Supplementary Conditions.
1.20 NEGOTIATION
.1 Subsequent to the submission of proposals, interviews and negotiations may be
conducted with any of the proponents, but there shall be no obligation on the City Powell
River to receive further information, whether written or oral, from any proponent nor to
disclose the nature of any proposal received.
1.21 CONFIDENTIALITY
.1 The following conditions apply:
.1 The RFP Documents or any portion thereof, may not be used for any purpose
other than submission of proposals.
.2 The successful Proponent must agree not to divulge or release any information
that has been given to it or acquired by it on a confidential basis during the
course of carrying out its duties or performing its services.
.3 It is the Owner’s policy to maintain confidentiality with respect to all confidential
information related to Proposals, subject to the requirements of the Freedom of
Information and Protection of Privacy Act. Other sections of the Act may require
that information may have to be disclosed to members of the public who request
access to records in Owner custody and control.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\002116.doc:
April 03, 2020
City of Powell River 00 21 16
Consolidated Wastewater Treatment Plant INSTRUCTIONS AND INFORMATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 9 of 10
.2 The Owner and the Engineer, their respective directors, officers, servants, employees,
agents and consultants expressly disclaim any and all liability for representations,
warranties express or implied or contained in, or for omissions from the RFP documents
or any written or oral information transmitted or made available at any time to a
proponent by or on behalf of the Owner. Nothing in the RFP documents is intended to
relieve a Proponent from forming their own opinions and conclusions in respect of this
RFP.
1.23 AWARD
.1 The Owner will notify Proponents in writing when a contract award has been made.
.2 No information with regard to an award of a contract will be made available between the
time of opening proposals and when a contract award has been made.
1.24 AGREEMENT
.1 The Owner shall not be obligated in any manner to any Proponent whatsoever until a
written agreement has been duly agreed to by the parties relating to an accepted Proposal.
.2 The Proponent shall within 10 days of the Owner issuing a Notice of Award, execute and
deliver the Agreement, in triplicate, to the Owner.
1.25 INSURANCE
.1 Refer to GC9. INSURANCE of Section 00 73 00 – Supplementary Conditions.
Supply Contractor under this Contract (Supply Contract) will be required to join in a
Novation Agreement in the form set out in Appendix B (Section 00 52 61).
.2 The Proposal shall be accompanied by a letter of consent from the Proponent’s surety
confirming that it will issue new bonds in favour of the General Contractor upon the
execution of the Novation Agreement and the surrender of the original bonds.
.3 The terms of the Supply Contract, including the price and payment terms, will be
included in the proposed information for the Construction Contract and the Contract Price
for the Construction Contract, as defined therein, will include the price of the Supply
Contract.
END OF DOCUMENT
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\002116.doc:
April 03, 2020
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 19
Part 1 General
Name of Proponent
________________________________________________
________________________________________________
Address of Proponent
________________________________________________
Telephone Number of Proponent
________________________________________________
Proponent’s Representative’s Name
________________________________________________
Proponent’s Representative’s Email Address
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\004200r.doc:
April 03, 2020
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 19
To be completed by Proponent.
.2 The Proponent declares that it has fulfilled and complied with all of those obligations and
requirements under the RFP Documents which are required to be fulfilled by the Proposal
Closing.
.3 The Proponent confirms, represents and warrants that all information which it has
provided or will provide to the Owner is true and accurate in every respect.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\004200r.doc:
April 03, 2020
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 19
.11 To commence and proceed actively with the work promptly following receipt of
the Notice of Award, and to deliver Goods to site as per the requirements set out
in Section 00 43 86.01.
.12 To compensate the Owner in accordance with the Contract Documents if the
work is not completed within the Contract Time.
.13 To do all extra work not reasonably inferable from the specifications or drawings
but called for in writing by the Engineer and to accept as full compensation
therefore payment in accordance with the provisions of the General Conditions.
.14 That payment for the work done will be made on the basis of the prices shown in
the Proposal Form which shall be compensation in full for the work done under
the terms of the Contract, exclusive of GST payable by Owner.
.15 That the estimate of quantities shown in the Proposal Form serves only to
provide a basis for comparing proposals and that no representations have been
made by either the Owner or Engineer that the actual quantities will even
approximately correspond therewith, and further, that the Owner has the right to
increase or decrease the quantities in any or all items and to eliminate items
entirely from the work.
.16 That all prices shown in this proposal are in Canadian currency, including the
hourly rates for labour.
.17 If the Proponent, for any reason whatsoever, fails or defaults, in the opinion of
the Engineer, in respect of any matter or thing which is an obligation of the
Proponent in the Terms of this Proposal, the Owner at its opinion may either:
.1 Consider the Proponent has abandoned the offer made or the Contract if
the offer has been accepted, whereupon the acceptance, if any, of the
Owner shall be null and void.
.2 Further, the Proponent will fully indemnify and save harmless the
Owner, its officers, employees and agents from all loss, damage,
liability, cost, charge and expense whatever which it, they or any of them
may suffer, incur or be put to by reason of such default or failure of the
Proponent.
.18 The proponent agrees to join in an assignment and Novation Agreement in the
form set out in Appendix B (Section 00 52 61), as soon as the contract between
the Owner and the Contractor has been signed.
Part 2 Products
.1 Not Used.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\004200r.doc:
April 03, 2020
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 19
Part 3 Execution
Name of Firm
Address
Address
Seal
City/Prov/PC
Occupation
For Limited Company:
The Corporate Seal of
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\004200r.doc:
April 03, 2020
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 6 of 19
INDEX
Clause Title Page No.
Schedule A – Price Breakdown 7
Schedule D – List of Recommended Spare Parts, Prices, Delivery Time and Storage Location 10
Schedule E – Additional Prices 11
Schedule F – Equipment Delivery Schedule 13
Schedule G – Site Storage Requirements 14
Schedule H– Special Maintenance Requirements During Storage On Site 15
Schedule I – Elements Requiring Re-Assembly 16
Schedule J – Qualifications of Supplier’s Field Support Staff 17
Schedule K –Training 18
Schedule L – Quality Management 19
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\004200r.doc:
April 03, 2020
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 7 of 19
Schedule A
Price Breakdown
.1 The total of the unit prices plus GST must agree with the total proposal price identified in
Clause 1.3 of Section 00 42 00 - Proposal Form. We certify that the following is an
accurate and balanced breakdown of our lump sum price(s). Work required, but not
specifically mentioned, is included in the item with which it is most closely associated.
Prices for specified items F.O.B. Jobsite Powell River, BC (itemize on separate sheet if
applicable).
Schedule B
Not used.
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 9 of 19
Schedule C
Maintenance Requirements
Describe the recommended maintenance requirements for the proposed equipment in this
application. This schedule should be completed in cooperation with Schedule D - List of Spare
Parts, Consumables, Prices, Delivery Times and Storage Location.
For the Column titled “Work Procedure,” Proponent to use the following number code:
1. Equipment remains online.
2. Equipment must be isolated/offline.
3. Secondary Clarifier must be drained.
4. Covers on launders must be removed.
5. Confined space entry required into the tank.
6. Special equipment (i.e. gantry) required. Please specify equipment.
7. Other requirement. Please specify.
Schedule D
List of Spare Parts, Consumables, Prices, and Storage
Location
Provide quantity of the Manufacturer’s recommended spare parts and special tools as outlined in
the Technical Specifications, complete with prices current at the time of submission of the
proposal, standard delivery time and estimated frequency of replacement and dispatch location
for all parts that have been proposed. The unit prices shall include all applicable custom duties,
shipping charges to site and federal G.S.T.
This schedule should be completed in cooperation with Schedule C – Maintenance
Requirements.
Recommended Spare Parts
Description Qty. Unit Price Dispatch Location
(CDN $)
Additional numbered pages outlining this portion of the Proposal may be attached to this page
and/or separate documents listed above may be submitted with these schedules.
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 11 of 19
Schedule E
Additional Prices
1.0 COMMISSIONING / TESTING / INSTRUCTION / TRAINING SUPPORT
The Proponent agrees that the days stipulated in the Specifications for site services are not
necessarily concurrent and are at the discretion of the Engineer. If additional or fewer person
days are required for site services, the Total Price will be adjusted upward or downward
respectively, in accordance with the following unit rates as applicable.
The unit rate per eight (8) hour person day shall be inclusive of all payroll burdens, overhead,
profit and other relevant costs.
The costs, if any, for additional person days required to correct faulty designed or manufactured
equipment and materials shall be borne by the Supplier.
Provide the location from which operator instruction and training personnel will be dispatched
from:
The intention is to manufacture and deliver equipment in a timely manner after the Notice to
Manufacturer and Deliver has been issued. In the event that the General Contractor is not
prepared to accept equipment based on the Supply’s Contractor schedule, provide a daily rate for
storage at the point of manufacturer.
$ /d
Additional numbered pages outlining this portion of the Proposal may be attached to this page
and/or separate documents listed above may be submitted with this schedule.
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 13 of 19
Schedule F
Equipment Delivery Schedule
The Proponent shall note the following and provide the information required on Delivery Period
for the equipment.
Note: The Goods are required to be delivered as per the requirements set out in Section 00 43
86.01 – Schedule of Supply and Delivery.
Quantify the delivery of detailed shop drawings following the Notice of Award
(in calendar days): .
Review and return of one copy of shop drawings will be accomplished within fourteen (14)
calendar days of receipt by the Engineer of shop drawings submission.
Quantify the maximum estimated time for manufacture and delivery of Goods to the FOB point
following issue of the Notice to Manufacture and Deliver (in calendar days): .
Liquidated damages for delay of contract completion resulting from failure to complete the Work
or meet the specified delivery: refer to Section 00 72 00, Article 6.1.11.
Additional numbered pages outlining this portion of the Proposal may be attached to this page
and/or separate documents listed above may be submitted with this schedule.
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 14 of 19
Schedule G
Site Storage Requirements
The Proponent shall state the minimum storage requirements for the equipment on site. Such
storage requirements shall be provided by the General Contractor if the equipment is delivered
according to the equipment delivery schedule provided in Section 00 43 86.01 – Schedule of
Supply and Delivery.
Additional numbered pages outlining this portion of the Proposal may be attached to this page
and/or separate documents listed above may be submitted with these schedules.
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 15 of 19
Schedule H
Special Maintenance Requirements
During Storage On Site
State any special maintenance required to the equipment whilst in storage on site or off site. Such
maintenance shall be provided by the Supplier or its subcontractor. The General Contractor’s
responsibility will be limited to providing storage as specified in Schedules H and I, including
provision of electrical power for motor space heaters, if required by the Supplier or the Engineer.
Additional numbered pages outlining this portion of the Proposal may be attached to this page
and/or separate documents listed above may be submitted with these schedules.
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 16 of 19
Schedule I
Elements Requiring Re-Assembly
State which parts of the equipment, if any, will be dismantled for shipping, and will therefore,
require re-assembly by the General Contractor under the supervision of the Supply Contractor,
under the General Construction Contracts. Details of the Work involved may be submitted with
the detailed shop drawings after the Notice of Award is issued.
Additional numbered pages outlining this portion of the Proposal may be attached to this page
and/or separate documents listed above may be submitted with these schedules.
City of Powell River 00 42 00
Consolidated Wastewater Treatment Plant PROPOSAL FORM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 17 of 19
Schedule J
Qualifications of Supplier’s Field Support Staff
Provide the name and qualifications of at least two (2) trained, experienced technicians proposed
for delivery inspection, installation training, installation witnessing, testing witnessing,
commissioning witnessing, guaranteed performance testing and ongoing maintenance of the
equipment supplied under this Request for Proposal.
Name No. 1
Employer
Home Base
Qualifications
Name No. 2
Employer
Home Base
Qualifications
Schedule K
Training
Provide the name and qualifications of at least two (2) trained, experienced individuals proposed
for training Operator Staff in the proper operation and maintenance of the equipment and
systems supplied under this Request for Proposal.
Name No. 1
Employer
Home Base
Name No. 2
Employer
Home Base
Schedule L
Quality Management
Additional numbered pages outlining this portion of the Proposal may be attached to this page
and/or separate documents listed above may be submitted with these schedules.
END OF DOCUMENT
City of Powell River 00 43 14
Consolidated Wastewater Treatment Plant CONSENT OF SURETY COMPANY
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 1
We, the undersigned Surety Company, do hereby consent and agree to become bound as guarantor in a
Performance Bond in the amount of fifty percent (50%) of the total proposal price for the fulfilment of the
Contract, with
……………………………………………………………………………………………………..
as principal for the works specified in the Contract Documents entitled
……………………………………………………………………………………………………..
which Contract may be awarded within sixty (60) days from the closing date of proposals to
…………………………………………………………………………………………………….
at the price(s) set forth in the Proposal Form. The Bonds shall be issued in the form and manner specified
within the Contract Documents. We confirm that we will we will issue new bonds in favour of the
General Contractor upon execution of the Novation Agreement and the surrender of the original bonds.
We hereby further declare that our Company is licensed to conduct business in the province or territory
wherein the work is located and has a net worth greater than the amount of the required guarantee.
Surety Company
Title
Place ………………………………………
Date ………………………………………
END OF DOCUMENT
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\004314.doc:
April 03, 2020
City of Powell River 00 43 44
Consolidated Wastewater Treatment Plant EQUIPMENT SUPPLIERS LIST
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 1
The following is a list of suppliers from whom we intend to purchase various items of material
indicated, together with the product brand name or the name of the manufacturer of each. This
list will include equipment supplied by the Proponent.
We will alter neither products nor suppliers from those listed below without the written
authorization of the Engineer.
END OF DOCUMENT
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\004344.doc:
April 03, 2020
City of Powell River 00 43 60
Consolidated Wastewater Treatment Plant PROPOSED VARIATIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 1
Part 1 General
Section Number Clause Variation from Specification Explanation for Variation, including
any financial implications
Additional numbered pages, following the exact format as above may be attached to this page.
Proponent’s submitting variations (both technical and commercial) that are not documented in this format
will not be accepted. Each additional numbered page and separate document shall be signed by the
Proponent.
_____________________________
Corporate Name of Proponent
_____________________________
Signature of Proponent
_____________________________
Date
END OF DOCUMENT
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\004360.doc:
April 03, 2020
City of Powell River 00 43 86.01
Consolidated Wastewater Treatment Plant SCHEDULE OF SUPPLY AND DELIVERY
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 3
Part 1 General
1.1 INTENT
.1 The preliminary delivery schedule presented herein is based on an estimated project
completion date of December 31, 2022. Upon award of the main Construction Contract
for the Consolidated Wastewater Treatment Facility, the General Contractor will create a
firm schedule and update the Supply Contractor on the firm schedule.
.2 Modifications to the proposed schedule will be allowed to the extent that it does not
compromise the General Contractor's ability to complete the project on time.
d) Delivery of Equipment to the Wastewater Treatment Plant January 2022 - July 2022
e) Commence Performance Testing, Start-up and Commissioning October 2022 -December 2022
.2 Proponent to identify any issues, concerns, or constraints with the preliminary schedule.
.3 Based on the Preliminary Schedule above, Prepare a Preliminary Schedule of Supply and
Delivery (the “Preliminary Schedule”) in the form of a horizontal bar chart.
.5 Provide horizontal time scale identifying the first work day of each week.
.7 Submission of shop drawings and product data is to be no later than 30 calendar days
from the Notice of Acceptance.
.8 Submit electronic copy of initial Preliminary Schedule within 15 days after award of
Contract.
.9 Engineer will review Preliminary Schedule and return reviewed copy within 14 calendar
days after receipt.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\00438601.doc
: April 03, 2020
City of Powell River 00 43 86.01
Consolidated Wastewater Treatment Plant SCHEDULE OF SUPPLY AND DELIVERY
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 3
.10 Distribute copies of the finalized Preliminary Schedule to both the Engineer and Owner.
.11 No progress payment will be approved until receipt of a Preliminary Schedule acceptable
to Engineer.
.2 The Supply Contractor to update the Preliminary Schedule based on the General
Contractor’s requirements. This updated schedule to become the Schedule of Supply and
Deliver “the Schedule.”
.3 Submit electronic copy of initial Schedule within 15 days after notification from the
General Contractor on the updated dates.
.5 Revise and resubmit schedule and work plan within 5 days after notification by Engineer
that previously reviewed schedule is not being met. Show changes in operations proposed
to complete construction work within Contract Time.
.6 If, during course of work, Contract Time is extended, correct construction schedule and
work plan to show revised commencement and completion dates of affected parts of
work.
.7 Supply Contractor to provide the maximum estimated time for manufacture and delivery
of Goods to the FOB point following issue of the Notice to Manufacture and Deliver, as
per Schedule F of Section 00 42 00 – Proposal Form.
.8 In the event that the General Contractor is not able to accept the equipment in the
timeline after Notice to Manufacture and Deliver has been issued, Supply Contractor may
be required to store and maintain equipment (as per the requirements set out in Schedule
G and H of Section 00 42 00 – Proposal Form). Complete Article 3 of Schedule E of
Section 00 42 00 – Proposal Form to provide a daily rate for storage at the point of
manufacture.
Part 2 Products
.1 Not Used.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\00438601.doc
: April 03, 2020
City of Powell River 00 43 86.01
Consolidated Wastewater Treatment Plant SCHEDULE OF SUPPLY AND DELIVERY
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 3
Part 3 Execution
.1 Not Used.
END OF SECTION
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\00438601.doc
: April 03, 2020
City of Powell River 00 45 13
Consolidated Wastewater Treatment Plant MANUFACTURER'S EXPERIENCE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04172098 Page 1 of 2
Part 1 General
1.1 QUALIFICATIONS
.1 List all similar installed secondary clarifier systems, supplied in North America in the last
ten (10) years. Complete separate lists for similar stainless steel circular tanks, and
secondary clarifier mechanisms. Arrange list chronologically and provide contact names
and phone numbers for all.
.1 Projects should be for municipal wastewater treatment facilities.
.2 Projects should be of similar size and scope as the one proposed (AAF =
9.3 MLD, PIWWF = 60.5 MLD).
1.
2.
3.
4.
5.
6.
7.
8.
9.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\004513.doc:
April 03, 2020
City of Powell River 00 45 13
Consolidated Wastewater Treatment Plant MANUFACTURER'S EXPERIENCE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04172098 Page 2 of 2
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Additional numbered pages outlining this portion of the Contract may be attached to this page and/or
separate documents listed above maybe be submitted with this schedule.
END OF DOCUMENT
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\004513.doc:
April 03, 2020
City of Powell River 00 52 00
Consolidated Wastewater Treatment Plant FORM OF AGREEMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 3
BETWEEN:
___________________________________
(Herein called "The Supply Contractor")
AND:
1. The Supply Contractor shall provide all labour, equipment and materials required to design
and supply the Goods, as required by the Contract Documents.
2. The Owner shall pay the Supply Contractor the Contract Price, as required by the Contract
Documents.
3. The Contract Price shall be the sum in Canadian Dollars of the following:
(a) The total Proposal Price, as set out in Section 00 41 00, and
(b) any payments made on account of changes, as may be required by the Contract
Documents.
The Contract Price shall be the entire compensation owing to the Supply Contractor by The
Owner for the Goods and shall cover and include overhead, profit, transportation, storage,
customs and excise duties or charges, financing costs and all other costs and expenses
whatsoever incurred in performing the Contract.
4. The Supply Contractor shall supply all Goods to the FOB Point no later than outlined on the
Schedule of Supply and Delivery (Section 00 43 86.01) as the Proponent's date of delivery
of goods to the FOB Point.
5. The Contract Documents shall form a part of this Agreement as though recited in full.
employees shall be binding on the Owner or the Engineer unless contained in this Contract
and no local, general or trade customs or previous course of dealing or performance shall
alter or vary the terms hereof.
7. The Supply Contractor shall not assign the Contract, or any portion of the Contract, or any
payments due or to become due under the Contract, without the express written consent of
the Owner.
8. No action or failure to act by the Owner or the Engineer shall constitute a waiver of any
right or duty afforded any of them under the Contract, or constitute an approval or
acquiescence in any breach thereunder, except as may be specifically agreed in writing.
9. This Agreement shall enure to the benefit of and be binding upon the Owner and the Supply
Contractor and their respective heirs, executors, legal representatives, successors and
permitted assigns.
10. The Owner will enter into a Contract with a General Contractor of the Owner’s choosing for
the installation of equipment supplied under this Supply Contract. The Supply Contractor
under this Supply Contract agrees to join in an assignment and Novation Agreement in the
form set out in Appendix B as soon as the contract between the Owner and General Contract
has been signed.
11. The terms of the Supply Contract, including the price and payments, will be included in
the bid information for the Construction Contract, and the Contract price of the
Construction Contract, as defined therein, will include the prices of the Supply Contract.
The Supply Contractor shall provide a Performance Bond in the sum of 50% of the
Supply Contract Price, in favour of the General Contractor.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\005200.doc:
April 03, 2020
City of Powell River 00 52 00
Consolidated Wastewater Treatment Plant FORM OF AGREEMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 3
IN WITNESS WHEREOF the Supply Contractor and the Owner have executed this Agreement as
of the ______ day of _____________, 2020.
END OF DOCUMENT
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\005200.doc:
April 03, 2020
City of Powell River 00 61 13.13
Consolidated Wastewater Treatment Plant PERFORMANCE BOND
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 2
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\00611313.doc
: April 03, 2020
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\00611313.doc
: April 03, 2020
PERFORMANCE BOND
No………………………………………………………………. $ .............................................................................................................
KNOW ALL MEN BY THESE PRESENTS THAT ........................................................................................................................................
.................................................................................................................................................................................................. as Principal
hereinafter called the Principal, and ............................................................................................................................................................
a corporation created and existing under the laws of ..................................................................................................................................
and duly authorized to transact the business of Suretyship in .....................................................................................................................
as Surety, hereinafter called the Surety, are held and firmly bound unto .....................................................................................................
................................................................................................................................................................................................... as Obligee
hereinafter called the Obligee, in the amount of ..........................................................................................................................................
………………………………………………………….. Dollars ($ ................................................................................................................... )
lawful money of Canada, for the payment of which sum, well and truly to be made, the Principal and the Surety bind themselves,
their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a written tender to the Obligee, dated the .....................................................................................
day of …………………………………………………………, 20………….. for ................................................................................................
....................................................................................................................................................................................................................
....................................................................................................................................................................................................................
....................................................................................................................................................................................................................
in accordance with the Contract Documents submitted therefor which are by reference made part hereof and are hereinafter referred
to as the Contract.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION is such that if the Principal shall promptly and faithfully perform
the Contract then this obligation shall be null and void; otherwise it shall remain in full force and affect.
Whenever the Principal shall be, and declared by the Obligee to be, in default under the Contract, the Obligee having performed the
Obligee’s obligations thereunder, the Surety shall promptly remedy the default, or shall promptly:
(1) complete the Contract in accordance with its terms and conditions, or
(2) obtain a bid or bids for submission to Obligee for completing the Contract in accordance with its terms and conditions,
and upon determination by the Obligee and the Surety of the lowest responsible bidder, arrange for a contract between
such bidder and the Obligee and make available as work progresses (even though there should be a default, or a
succession of defaults, under the contract or contracts of completion, arranged under this paragraph) sufficient funds to
pay the cost of completion less the balance of the Contract price; but not exceeding, including other costs and damages
for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term “balance of
Contract price”, as used in this paragraph, shall mean the total amount payable by the Obligee to the Principal under
the Contract, less the amount properly paid by the Obligee to the Principal.
Any suit under this Bond must be instituted before the expiration of two (2) years from the date on which the final payment under the
Contract falls due.
The Surety shall not be liable for a greater sum than the specified penalty of the Bond.
No right of action shall accrue on this Bond, to or for the use of, any person or corporation other than the Obligee named herein, or
the heirs, executors, administrators or successors of the Obligee.
IN WITNESS WHEREOF, the Principal and the Surety have Signed and Sealed this Bond this .................................................................
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\00611313.doc
: April 03, 2020
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\00611313.doc
: April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page i of 25
PART 1 GENERAL 1
GC 1.1 Definitions 1
GC 1.2 Joint Ventures 4
GC 1.3 Contract Requirements 4
GC 1.4 Laws, Regulations and Permits 4
GC 1.5 Local Conditions 5
GC 1.6 Assignment of Contract 5
GC 1.7 Headings 5
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page ii of 25
PART 7 PAYMENT 18
GC 7.1 Payments To Supply Contractor 18
GC 7.2 Builders’ Lien Act 19
GC 7.3 Substantial Performance 19
GC 7.4 Holdback Release Documents 20
GC 7.5 Change Orders / Change Directives 20
GC 7.6 Extra Work 20
GC 7.7 Force Account 21
GC 7.8 Work And Materials Omitted 22
GC 7.9 Completion Certificate 22
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 23
PART 1 GENERAL
GC 1.1 DEFINITIONS
The following words and terms, unless the context otherwise requires, in all Contract Documents,
shall have the meanings set out below. Words importing the male gender include the female gender
and either includes the neuter and vice versa and words importing the singular number includes the
plural number and vice versa.
"Act of God" means a cataclysmic phenomenon of nature, including earthquake, flood or cyclone.
Rain, snow, wind, high water, or any other natural phenomenon which might reasonably have been
anticipated from historical records of the general locality of the Work shall be deemed not to be acts
of God.
"Addenda" means the supplemental written conditions, specifications or drawings issued prior to
execution of the Agreement which modify or interpret the Contract Documents by addition, deletion,
clarification, or corrections.
“Completion Certificate” means a certificate issued by the Engineer stating that the total
performance of all work, other than the Supply Contractor’s obligations in respect of the performance
of the warranty provisions set out herein has been achieved.
"Construction Contract" means the agreement between the Owner and the General Contractor who
is to install the Goods supplied pursuant to the Contract.
"Contract" means the agreement formed by the Owner's acceptance of the Proponent's Proposal
including any and all contract terms negotiated and agreed upon subsequent to the Proposal Closing
for completion of the work set out in the Contract Documents.
"Contract Documents" means the following documents:
.1 the RFP Documents
.2 the executed Proposal Form
.3 the executed Bond
.4 the executed Agreement
.5 the General Conditions
.6 the Notice of Award
.7 the Notice to Manufacture and Deliver
.8 Change orders
.9 Such other documents as may be specifically included.
"Contract Price" or "Contract Amount" shall mean the amount stated in the Agreement as the
contract price for the complete work of the Contract.
"Contract Time" shall mean the date by which the provisions of the Contract require the total
performance of all work, other than the Supply Contractor’s obligations in respect of the performance
of the warranty provisions set out herein. The date is either a fixed date as provided in the Contract
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 23
Documents or may be established by reference to a stated number of calendar days from the Notice to
Manufacturer and Deliver, as provided in the Contract Documents.
"Drawings" means the drawings included in the RFP Documents together with those prepared by the
Owner and the General Contractor and the Supply Contractor pursuant to the terms of the Contract
and include:
.1 Modifications of drawings issued by Addenda;
.2 Drawings submitted by the General Contractor or Supply Contractor during the progress
of the work and accepted by the Owner either as attachments to change orders or as non-
modifying supplements to the drawings in the RFP Documents including drawings issued
by Addenda;
.3 Drawings submitted by the Owner to the General Contractor or Supply Contractor during
the progress of the work either as attachments to change orders or as explanatory
supplements to the drawings in the RFP Documents including drawings issued by
Addenda;
"Engineer" means Associated Engineering B.C. Limited or such other person, firm or corporation as
may be substituted therefore by the Owner.
"FOB Point" has the meaning set out in Section 002116 Clause 1.2.8 and means the location to
which the Goods are delivered by the Supply Contractor.
"Goods" means all the labour, materials, equipment, software, licences, supplies, services,
accessories, tools, spare parts, maintenance materials and other items necessary for the execution,
completion and fulfilment of work set out in the Contract Documents.
"Herein" and "Hereof", and similar expressions wherever used in the Contract Documents, shall
relate to the whole of the Contract Documents and not to any one (1) paragraph alone, unless the
context specifically requires it.
"Inspector" shall mean a person or company authorized by the Engineer or the Owner to inspect the
work of the Contract or any part thereof.
“Law” means the common law and all applicable decrees, statutes, laws, by-laws, rules, orders,
codes, directives and regulations in effect from time to time and made or issued by any Governmental
Authority having jurisdiction over any aspect of the Project, the Work, this Contract, the Owner, the
General Contractor, Supply Contractor and the Subcontractors, and includes any applicable
replacement, amendment or supplementary legislation, and any applicable regulations, and further
includes the OH&S Legislation.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 23
“Lien Act” means the applicable provincial or territorial lien legislation, including regulations
enacted pursuant to that lien statute, at the Work Site, current at the date of the Notice to Manufacture
and Deliver and as may be revised during the Contract Time.
“Notice” means any notice, order, request or other communication given by the Owner the Supply
Contractor or the Engineer, in writing and delivered personally, by commercial courier or transmitted
by email.
"Notice of Award" means the notification from the Owner to the successful proponent of the
Owner’s acceptance of the proponent’s proposal or modified proposal, including negotiated adjusts to
that proposal, if any. At this point the successful proponent becomes the Supply Contractor.
"Notice to Manufacture and Deliver" means the notification from the Owner to the Supply
Contractor authorizing the Supply Contractor to proceed with the manufacture and delivery of the
equipment following acceptance by the Engineer of design submittals as set out in the RFP
Documents.
(a) in relation to any Party and its affiliates, elected officials, directors, officers, employees,
contract personnel, non-employed representatives, contractors, consultants and agents,
including those who are assigned or seconded to the Project; and
(b) in relation to any other Person, each of their respective elected officials, directors, officers,
employees, contract personnel, non-employed representatives, contractors, consultants and
agents, including those who are assigned or seconded to the Project.
"Proponent" means the individual, partnership, corporation, or a combination thereof, including
joint venturers, who or which execute the Proposal Form.
"Proposal" means the Proponent's proposal in response to the RFP including made in the Proposal
Form set out in the RFP Documents.
"Proposal Closing" means the closing for acceptance of proposals, as set out in Section 002116,
Clause 1.3.1.
"RFP Documents" means the documents and drawings set out in Section 004200,
Clause 1.2.
"Specifications" means that part of the Contract Documents consisting of general requirements and
written descriptions of the technical features of materials, equipment, construction systems, standards
and workmanship.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 23
"Submittals" means the information which has to be submitted to the Engineer in accordance with
the Contract and detailed in the Specifications.
"Subcontractor" shall mean any person, firm, or corporation having a contract with the Supply
Contractor for the execution of a part or parts of the work included in this Contract, and a person,
firm, or corporation furnishing material called for in this Contract and worked to a special design
according to the drawings or specifications but does not include one who merely furnishes material
not so worked.
"Substantial Performance" shall have the meaning as described in the Lien Act with respect to the
work of the Supply Contractor and Subcontractors under this Contract.
"Supply Contractor's Plant and Equipment" means the equipment, material, supplies and all other
items (except labour) brought onto the Work Site by the Supply Contractor to carry out the work, but
not to be incorporated in the Goods.
“Work” means and includes anything and everything required to be done for the fulfilment and
completion of the Contract.
“Working Day” means days between and including Monday through Friday and does not include
weekends or statutory holiday recognized in the province or territory wherein the Work Site is
located.
"Work Site" means the site where the Goods are to be installed at the Owner’s facility for which the
Goods are being supplied, as stipulated elsewhere in the Contract Documents.
.2 Assignment of Contract: The Contract shall not be assigned in whole or in part by the Supply
Contractor without the prior written consent of the Owner. Involuntary assignment of the
Contract as a result of, inter alia, bankruptcy, assignment of the Contract for the benefit of
creditors or appointment of a receiver, or insolvency shall be deemed default under the Contract
entitling the Owner to terminate the Contract as hereinafter provided.
.3 Waiver of Rights: Except as herein provided, no act or failure to act by the Supply Contractor, the
Owner, or the Engineer at any time with respect to the exercise of any right or remedies conferred
upon them under this Contract shall be deemed to be a waiver on the part of the Supply
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 23
Contractor, the Owner or the Engineer, as the case may be, of any of their rights or remedies. No
waiver shall be effective except in writing. No waiver of one right or remedy shall act as a waiver
of any other right or remedy or as a subsequent waiver of the same right or remedy.
.4 Amendment of Contract Documents: The Contract Documents shall not be amended except as
specifically agreed in writing signed by both the Owner and the Supply Contractor.
.2 The Supply Contractor shall give all notices required by law and shall comply with all laws, acts,
ordinances, rules and regulations relating to or affecting the Goods. If any permits, authorizations,
approvals or licences from any government or governmental agencies are necessary or desirable
for the execution of the work, they shall be obtained by the Supply Contractor at its own expense.
Provided that the Supply Contractor shall not make application for any such permit,
authorization, approval or licence without first obtaining the written consent of the Owner.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 6 of 23
GC 1.7 HEADINGS
.1 Headings to parts, divisions, sections, clauses and forms are inserted for convenience of reference
only and shall not affect the interpretation of the Contract Documents.
.2 The duties, responsibilities, and limitations of authority of the Engineer shall only be modified or
extended by a Notice issued by the Owner to the Supply Contractor.
.3 The Engineer shall, to the extent specifically provided for in this Contract, be a representative of
the Owner during the performance of the Work until the date of the total performance of the
Work and the completion of the warranty work. The Engineer’s instructions to the Contractor
shall be forwarded directly from the Engineer, or alternatively through the Owner, as may be
determined appropriate by the Owner from time to time.
.4 The Engineer shall visit the Work Site at intervals appropriate to the progress of the Work to
observe the progress and quality of the Work and to determine if the Work is proceeding in
general conformity with this Contract.
.5 The Engineer may provide at the Work Site one or more Personnel to assist in carrying out the
Engineer’s responsibilities.
.6 Based upon the Engineer’s observations and evaluation of the Contractor’s applications for
payment, the Engineer shall make an assessment as to the amounts owing to the Contractor under
this Contract and shall issue payment certificates as provided for in PART 7 PAYMENT.
.7 The Engineer shall not be responsible for, and shall not have control, charge, or supervision of
construction means, methods, techniques, sequences, or procedures, quality assurance or safety or
environmental protection programs and other programs required in connection with the Work in
accordance with applicable Law or general construction practice.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 7 of 23
.8 The Engineer shall not be responsible for the Supply Contractor’s failure to carry out its
obligations in accordance with the Contract Documents. The Engineer shall not have control
over, charge of, or be responsible for the acts or omissions of the Supply Contractor or any
Person for whom the Supply Contractor is responsible at Law.
.9 The Engineer shall be, in the first instance, the interpreter of the requirements of this Contract and
shall make determinations as to the performance under the Contract by the Owner and the Supply
Contractor and the Subcontractors. Interpretations and determinations of the Engineer shall be
consistent with the intent of the Contract Documents.
.10 Claims, disputes, and other matters in question relating to the performance of the Work or the
interpretation of the Contract Documents, shall be referred initially by Notice to the Engineer for
the Engineer’s interpretation and determination. The Engineer’s interpretation and
determinations shall be given by Notice to both the Owner and the Supply Contractor.
.11 The Engineer shall have authority to reject work which, in the Engineer’s opinion, does not
conform to the requirements of this Contract. Whenever the Engineer considers it necessary or
advisable, the Engineer shall have authority to require inspection or testing of Work, whether or
not such Work is fabricated, installed or completed. However, neither the authority of the
Engineer to act, nor any decision either to exercise or not exercise such authority, shall give rise
to any duty or responsibility of the Engineer to the Supply Contractor.
.12 During the progress of the Work, from time to time the Engineer may issue instructions to the
Supply Contractor. The Supply Contractor shall comply with the instructions with reasonable
promptness or in accordance with a schedule for implementation of such instructions agreed to by
the Engineer and the Supply Contractor.
.13 The Engineer shall review and take appropriate action upon the Supply Contractor’s submittals
such as shop drawings and samples.
.14 The Engineer shall prepare change orders, change directives, and contemplated change notices as
provided in GC 7.6. Neither a change order nor a change directive shall constitute a change
unless signed by the Owner.
.15 The Engineer shall conduct reviews of the Work to verify Substantial Performance of the Work
and total performance of the Work.
.16 The Engineer shall make reasonable efforts to promptly review and take appropriate action with
respect to documents submitted by the Supply Contractor, including written warranties and
related documents, and upon the Owner’s request, shall establish a process for the Owner’s
review of some or all such documents.
.17 In the event that the Supply Contractor believes that the Engineer is not promptly reviewing or
taking appropriate action with respect to any samples or documents submitted by the Supply
Contractor, the Supply Contractor shall, within five (5) Business Days of such event occurring,
provide Notice to the Engineer and the Owner setting out which samples or documents have not
been promptly reviewed or in relation to which the Engineer has not taken appropriate action and
the effect of such conduct. If the Supply Contractor does not provide such Notice within the
specified time, the Supply Contractor shall have no claim against the Owner for any reason
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 8 of 23
relating to the conduct of the Engineer with respect to the review of samples or documents
submitted by the Supply Contractor.
.1 The Owner and the Engineer shall have access to the Work at all times provided they follow the
Supply Contractor’s safety requirements.
.2 The Supply Contractor shall supply sufficient, safe, and proper facilities at all times for the
review and inspection of the Work by the Owner, the Engineer and Governmental Authorities. If
parts of the Work are in preparation at locations other than the Work Site, the Owner and the
Engineer shall be given access to such parts of the Work.
.3 The Owner may review the Work Site at any time to observe whether the Supply Contractor is
fulfilling its responsibilities as Prime Contractor for Safety and under the OH&S Legislation.
Reviews may include: Work Site conditions, work processes, procedures and documentation of
Work Site safety related activities. Observed infractions or possible infractions will be reported to
the Engineer and the Supply Contractor for further investigation and action by the Supply
Contractor.
.4 The Supply Contractor shall promptly deliver to the Engineer two copies of any certificates and
inspection reports relating to the Work, or any portion thereof.
.5 Within ten (10) Business Days of the commencement of the Work, the Owner and the Engineer,
in conjunction with the Supply Contractor, shall jointly develop a schedule of items of Work
which are designated for special tests, inspections, or approvals.
.6 If the Supply Contractor covers or permits to be covered, Work that has been designated for
special tests, inspections, or approvals before such special tests, inspections, or approvals are
made, given or completed, the Supply Contractor shall, if so directed, uncover such Work, have
the inspections or tests satisfactorily completed, and re-perform all covering Work, all at the
Supply Contractor’s expense, regardless of the outcome of the tests.
.7 The Engineer may order any portion or portions of the Work to be examined to confirm the Work
is in accordance with the requirements of this Contract. If the Engineer provides Notice to the
Supply Contractor that the Work is not in accordance with the requirements of this Contract, the
Supply Contractor shall correct the Work and pay the cost of examination, correction and
restoration. If, on such examination, the Work has been completed in accordance with the
requirements of this Contract, the Owner shall be responsible for the cost of examination and
restoration, except as provided for in GC 17.7.
.8 Neither the failure of the Engineer, or an inspection agency appointed by the Owner or the
Engineer, to carry out any reviews or inspections, nor errors or omissions in the performance of
such reviews and inspections by the Engineer, or an appointed inspection agency, shall relieve the
Supply Contractor from responsibility that the Work, or any portion thereof, is performed in
accordance with this Contract.
.9 The Supply Contractor shall continuously monitor and inspect the Work of the Subcontractors for
deficiencies and ensure that all deficiencies are promptly corrected.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 9 of 23
.10 The Supply Contractor shall implement and follow a quality assurance program with respect to
the performance of the Work, and shall ensure the compliance of the Subcontractors with its
quality assurance program, to ensure that the quality of the Work meets or exceeds the standards
of performance and quality required by this Contract.
.2 The Supply Contractor shall advise the Engineer in writing of the name of the Supply
Contractor's authorized representative.
.3 The Supply Contractor shall provide all necessary instruction to the General Contractor for off-
loading, storing, testing and installation of goods, within the destination facility AND supervisory
personnel to monitor the General Contractor’s work with respect to the off-loading, storing,
testing and installation of goods, within the destination facility. The Supply Contractor shall, by
monitoring, personal inspection, examination or by other means available, satisfy itself that the
off-loading, storing, testing and installation work is in strict accordance with the Supply
Contractor’s requirements.
.4 Shipment: the Supply Contractor shall properly package all Goods for safe shipment to the Work
Site and a Notice of Shipment shall be sent by the Supply Contractor to the Owner at least 2
weeks before the Goods are shipped. The Notice of Shipment shall state the number of the order,
the kind of goods, the Supply Contractor's name and the carrier and route by which the shipment
is being made. The Notice of Shipment shall indicate appropriate instructions, considerations or
other information regarding the proper storage, handling, transfer, off-loading and installation of
the Goods.
.5 Acceptable the for delivery: the Supply Contractor will arrange to have the Goods delivered to
the FOB Point between 8:00 A.M. and 3:00 P.M, Monday to Friday, statutory holidays excepted.
The Owner shall not be responsible for Goods delivered outside the acceptable time for delivery.
.6 Transportation costs: if the Contract calls for payment of any transportation cost by the Owner,
the Owner shall in no event be liable or accountable in excess of the actual costs of transportation.
The Supply Contractor shall be accountable for and pay any excess transportation costs arising
from the Supply Contractor's failure to make delivery to the F.O.B. Point or to follow shipping
instructions furnished by the Owner.
.7 Employee safety: The Supply Contractor alone shall at all times be responsible for the safety of
its employees, its subcontractors' employees and other persons and equipment lawfully on the
Work Site in connection with the supply of Goods and in compliance with the requirements and
regulations of the authorities having jurisdiction, including the Prime Contractor for Safety at the
Work Site.
is performing the work. The Supply Contractor shall fully co-operate and co-ordinate its work
with the work of the Owner, the General Contractor and other contractors so that work on the
entire scheme of development may be performed with utmost speed consistent with good
practice.
GC 2.5 DISPUTES
.1 Determination by Engineer: Except as otherwise specifically provided, questions regarding
meaning, interpretation and intent of the Contract or Contract Documents shall be referred by the
Supply Contractor in writing to the Engineer for its decision. The Engineer shall, within twenty
(20) days, respond to the Supply Contractor in writing with its decision. Failure of the Supply
Contractor to notify the Owner in writing of disagreement with the Engineer's decision within ten
(10) days of receipt of the Engineer's decision shall constitute a waiver of the Supply Contractor's
right to thereafter assert a claim resulting from such decision.
GC 2.6 SUBCONTRACTS
.1 No Subcontractor other than those named in the Proposal Form shall be employed by the Supply
Contractor without the written approval of the Engineer. Subcontractors named in the Proposal
Form and those subsequently approved shall not be changed without the written consent of the
Engineer. The Supply Contractor is responsible to the Owner for the acts and omissions of said
Subcontractors and of their employees, to the same extent that the Supply Contractor is
responsible for the acts or omissions of persons employed by the Supply Contractor. Nothing in
the Contract Documents shall create any contractual relation between any Subcontractor and
Owner. The Supply Contractor shall bind every Subcontractor to the terms of the Contract
Documents.
.2 Request for Clarification: If the Supply Contractor requires any clarification concerning the
Goods, it shall direct its request in writing for clarification to the Engineer.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 11 of 23
.1 Specifications and Drawings are divided into groups for the convenience of the Owner and the
Engineer. These divisions are not for the purpose of apportioning work or responsibility for work
among subcontractors, suppliers and manufacturers.
.3 The Supply Contractor shall review the Contract Documents provided by the Owner or the
Engineer and shall promptly provide Notice to the Engineer of any of the following that the
Supply Contractor discovers or becomes aware of:
(a) any errors, inconsistencies, omissions or ambiguities in the Contract Documents;
(b) doubt as to the meaning or intent of any part of the Contract Documents;
(c) any variance between the content of the Contract Documents and the Law; or
modifications required to be made to the Contract Documents as a result of revisions
made to the Law
.4 If the Supply Contractor does discover any conditions described herein, the Supply Contractor
shall not proceed with the Work affected until the Supply Contractor has received clarification of
or revisions to the Contract Documents from the Engineer.
.5 If the Supply Contractor fails to provide Notice as required herein or proceeds with the Work
before receiving clarification of or revisions to the Contract Documents from the Engineer the
Supply Contractor shall be responsible for and shall bear the costs, expenses, and damages
attributable to any such failure, or of proceeding in such manner.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 12 of 23
.6 Unless otherwise expressly agreed to in writing by the Owner, nothing contained in the Contract
Documents shall create any contractual relationship between:
(a) the Owner or its Personnel and any Subcontractor or its Personnel, or other Persons
engaged in the performance of the Work; or
(b) the Engineer or its Personnel and the Supply Contractor, or any Subcontractor, or their
respective Personnel, or other Persons engaged by them in the performance of the Work.
PART 4 MATERIAL, EQUIPMENT AND WORKMANSHIP
GC 4.1 GENERAL
.1 The Goods shall be new and of the quality specified. All work related to the Contract Documents
shall be done with new materials, articles, equipment and workmanship of the best quality and
description and by employment of properly skilled workers and in strict conformity with and as
required by the Contract Documents. Materials and equipment shall be the product of suppliers or
manufacturers of established good reputation, regularly engaged in the supply or manufacture of
such materials or equipment.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 13 of 23
(f) Notwithstanding any prior payment therefore, all Goods are subject to inspection and
testing by the Owner at the Work Site and if the Goods are to be incorporated into the
operating facility, the Owner's inspection and testing of the Goods may be made under
operating conditions after the Goods have been installed.
.2 Certification: Where compliance of Goods, materials or equipment with the Contract Documents
is not readily determinable through inspection and tests, the Engineer may require that the Supply
Contractor provide, at the Supply Contractor's expense, properly authenticated documents,
certificates or other satisfactory proof of compliance. These documents, certificates or other proof
shall include performance characteristics, materials of construction and the physical or chemical
characteristics of materials.
.3 Expenses: Unless otherwise specified in the Contract Documents, the Engineer's travel,
subsistence and labour expenses for inspection and testing shall be paid by the Owner. If the
Supply Contractor requests the Engineer to inspect and test Goods, materials or equipment at the
point of manufacture, then the additional costs to the Owner for travel, subsistence and labour
expenses shall be paid by the Supply Contractor and may be deducted by the Owner from any
payment due to the Supply Contractor under the Contract. After an inspection by the Engineer, if
the Goods, materials or equipment require further inspection by the Engineer, then the additional
costs to the Owner for travel, subsistence, and labour expenses shall be paid by the Supply
Contractor and may be deducted from any payment due to the Supply Contractor under the
Contract.
.2 If upon inspection, testing or otherwise the Goods or any portion thereof are found to be non-
conforming, unsatisfactory, defective, or inferior quality or workmanship, or fail to meet any
guarantee of operating or other specifications contained herein, or any other requirements of the
Contract Documents, then without prejudice to any other rights or remedies, the Owner may
return the Goods or any part thereof to the Supply Contractor at the Supply Contractor's sole cost
and all amounts theretofore paid by the Owner to the Supply Contractor on account of the
Contract Price of such returned Goods, shall be repaid to the Owner by the Supply Contractor.
The Supply Contractor shall advise the Owner, in writing, where to return the Goods, and failing
such advice from the Supply Contractor, the Supply Contractor agrees to accept the returned
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 14 of 23
Goods at the Supply Contractor's registered office. Neither the inspection nor failure to make
inspection, nor acceptance of Goods shall release the Supply Contractor from any warranties or
other provisions of this Contract nor impair the Owner's right to reject non-conforming Goods.
The Owner reserves the right even after it has paid for accepted Goods to make a claim against
the Supply Contractor on account of any Goods which do not prove to be satisfactory or are
defective irrespective of the Owner's failure to notify the Supply Contractor of a rejection of non-
conforming Goods or revocation of acceptance thereof, or to specify with particularity any defect
in non-conforming Goods after rejection or acceptance thereof.
.3 Retention of Defective Work: If in the opinion of the Engineer any portion of the work done
under the Contract is defective or not in accordance with the Contract Documents and if the
defect or imperfection in the same is not of sufficient magnitude or importance to make the
Goods dangerous or undesirable, or if the removal of such Goods is impracticable, or will create
conditions which are dangerous or undesirable, the Owner shall have the right and authority to
retain such Goods instead of requiring the defective or imperfect Goods to be removed and
reconstructed, but the Owner shall be entitled to make such deductions from the payments due or
to become due to the Supply Contractor as are just and reasonable.
.4 No Implied Approval: The fact that the Engineer or the Owner has not disapproved of or rejected
any part of the Goods or any of the plant used in connection therewith shall not be deemed or be
construed to be an acceptance of any such part of the Goods or any such materials.
.2 The Supply Contractor warrants and guarantees that the Goods are free from all defects arising
from faulty construction, manufacturing, installation, materials, equipment or workmanship in
any part of the Goods for a period of two years commencing from the date of acceptance by the
Engineer after each operational testing under each construction contract. During the warranty
period, the Supply Contractor, upon the receipt of notice in writing from the Owner or the
Engineer, shall promptly make all repairs arising out of the defects. The Owner shall be entitled
to make such repairs, if ten (10) days after the giving of such notice to the Supply Contractor, the
Supply Contractor has failed to make or undertake with due diligence the repairs. In case of an
emergency, where, in the opinion of the Owner or the Engineer, delay could cause serious loss or
damage, or inconvenience to the public, repairs may be made without notice being sent to the
Supply Contractor. The costs of any repair made by the Owner in connection with this clause
shall be charged to the Supply Contractor and the Supply Contractor shall reimburse the Owner
for such costs. All covenants and agreements shall continue to be binding on the Supply
Contractor until they have been fulfilled.
.3 The Owner is relying on Supply Contractor's skill and judgment in selecting and providing the
proper Goods and any applicable services for the Owner's particular use. The Supply Contractor
warrants to the Owner and its successors in interest that the Goods and any services covered
hereby will correspond with the description of the same in the Contract Documents, will conform
to all applicable Specifications, will be new and of the best quality and, unless otherwise
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 15 of 23
specified, will be fit for the purpose for which they are to be used and will conform in all aspects,
both in the manufacture and use thereof, with all applicable safety orders or regulations
applicable in the place of the Work. The Supply Contractor also warrants that the Goods are free
and clear of all liens and encumbrances whatsoever and that the Supply Contractor has a good
and marketable title to the same.
.4 The Supply Contractor warrants and guarantees that the Goods are free from all defects arising at
any time from faulty design in any part of the Goods.
GC 5.1 INDEMNIFICATION
.1 The Supply Contractor shall at all times and without limitation, be fully liable for, and shall
indemnify and save harmless the Owner and its Personnel, including the Engineer, from and
against all liabilities, losses, injuries, costs, damages, legal fees and disbursements on a solicitor
and own client basis, disbursements, fines, penalties, expenses, all manner of actions, causes of
action, claims, demands and proceedings, all of whatever nature and kind, which any of the
Owner and its Personnel, including the Engineer, may sustain, pay or incur or which may be
brought or made against all or any of them, and whether or not incurred, in connection with any
action or other proceedings or claims or demands made by third parties, relating to, or resulting
from or arising out of all or any of the following:
(a) the misconduct, negligent action or negligent failure to act, as the case may be, of the
Supply Contractor or any of those Persons for whom the Supply Contractor is responsible
at Law (including, without limitation, any of its Personnel or Subcontractors);
(b) the costs of repairs, clean-up or restoration paid by the Owner and any fines levied
against the Owner or the Supply Contractor;
(c) any breach, violation or non-performance of any representation, warranty, obligation,
covenant, condition or agreement in this Contract set forth and contained on the part of
the Supply Contractor to be fulfilled, kept, observed or performed, as the case may be;
(d) any damages to third parties caused by, resulting at any time from, arising out of or in
consequence of the misconduct, negligent action or failure to act of the Supply Contractor
or any of those Persons for whom the Supply Contractor is responsible at Law (including,
without limitation, any of its Personnel or Subcontractors); or
(e) any damages, costs, fines, expenses and penalties that the Owner is required to pay on
account of the Supply Contractor performing the Work in breach of any Workers
Compensation Legislation order or regulation.
.2 The provisions herein are in addition to and shall not prejudice any other rights of the Owner at
Law or in equity.
(a) The Owner shall indemnify and hold harmless the Supply Contractor and its Personnel
from and against claims, demands, losses, costs, damages, actions, suits, or proceedings
arising out of the Supply Contractor’s performance of the Contract which are attributable
to a lack of or defect in title to the Work Site.
(b) If the Owner performs work at the Work Site at the same time as the Supply Contractor is
performing the Work, then the Owner shall indemnify and hold harmless the Supply
Contractor and its Personnel from and against claims, demands, losses, costs, damages,
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 16 of 23
actions, suits or proceedings by third parties that arise out of or are attributable to, any act
or omission or alleged act or omission of the Owner and its Personnel in the performance
of that work.
(c) If it becomes necessary for the Owner or its Personnel, including the Engineer, to take or
to become involved in any action, including but not limited to legal proceedings, to
enforce any term of this Contract, the Supply Contractor shall be liable for and will pay
to the Owner and its Personnel, including the Engineer, all costs, including but not
limited to legal fees and disbursements on a solicitor and own client basis, incurred by the
Owner and its Personnel, including the Engineer, in relation to the action to enforce any
term of this Contract.
(d) The Supply Contractor represents that it has fully investigated all Specifications,
including any furnished by the Owner, in connection with the Goods and based on such
investigation and its past experience and superior knowledge with respect to such Goods
has determined that the production and supply thereof will not infringe any patent,
trademark or copyright.
(e) The Supply Contractor warrants to the Owner and its successors in interest that the
manufacture, sale or use of the Goods and any services covered by this Contract, whether
manufactured in accordance with the Owner's Specifications or otherwise, do not and will
not infringe upon any patent, trademark or copyright. The Supply Contractor shall save
harmless and indemnify the Indemnified Parties from and against all actions, claims,
demands, proceedings, suits, losses, damages, costs and expenses of whatsoever kind or
nature arising in any way from liability of any nature or kind for or on account of any
copyrighted or un-copyrighted composition, secret or other process, patented or un-
patented invention, articles or appliances manufactured or used in connection with the
Goods, and used or to be used by the Owner before or after completion of the work
unless otherwise stipulated in this Contract, and if the Supply Contractor shall fail to save
harmless and indemnify in manner aforesaid, any money collected from the Indemnified
Parties shall be charged to the Supply Contractor.
.2 The Supply Contractor will be responsible and pay for all transportation, freight, insurance,
storage, customs or excise charges or duties and all other costs and expenses whatsoever incurred
in connection with the Goods prior to the Goods being delivered to the FOB Point.
.3 Notwithstanding any shipping instructions or otherwise, the Supply Contractor shall assume and
pay any and all loss or damage to the Goods from any cause whatsoever up to the FOB Point.
.4 If loss or damage to the Goods occurs for which the Supply Contractor is responsible, the Supply
Contractor shall immediately effect repairs or replace any property as necessary in order to make
good any such loss or damage. If the Supply Contractor refuses or neglects to do so, the Owner
may make good any such loss or damage, either by itself or by employing some other person, and
the expense of doing so shall be charged to the Supply Contractor. If any repair or replacement of
property is performed on the goods as a result of loss or damage to the goods for which the
supply contractor is responsible the Supply Contractor represents and warrants that the warranty
provided herein shall not be affected or changed to any manner or respect whatsoever.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 17 of 23
.2 Schedule: The Supply Contractor shall provide a schedule and reports in accordance with the
Contract requirements for scheduling and coordinating the work and supply of Goods within the
prescribed time. Contract time extensions, if any, under the Contract shall be incorporated into
updated schedules. The failure of the Supply Contractor to comply with this requirement shall
entitle the Owner to terminate the Supply Contractor's right to continue with the work and supply
of Goods or to delay progress payments.
.3 Progress: If the work or supply of the Goods falls behind schedule, the Supply Contractor shall
advise the Engineer what actions will be taken to return the work or supply of the Goods or
portions thereof to comply with the schedule including:
(a) Increase manpower in quantities and crafts;
(b) Increase the number of working hours per shift, shifts per working day, working days per
week, or the amount of equipment, or any combination of the foregoing; and
(c) Reschedule activities.
.4 The Supply Contractor upon request of the Engineer shall prepare a proposed schedule revision to
make up the delay in progress and ensure completion of the work and supply of the Goods in
accordance with the Contract Documents. The proposed schedule revisions shall be submitted to
the Engineer in accordance with the Contract. All costs and expenses of getting the work or
supply of Goods back on schedule shall be for the Supply Contractor's account.
.5 None of the services performed by the Engineer in monitoring, reviewing and reporting on the
status and progress of the work or supply of the Goods shall relieve the Supply Contractor of
responsibility for planning and managing the work or supply of the Goods in conformance with
the Contract Documents.
.6 If the Engineer makes any suggestion to the Supply Contractor relating to the work or supply of
the Goods which is not set out or provided for in the Contract Documents and which the Supply
Contractor adopts and uses, in whole or in part, such adoption or use shall be at the risk of the
Supply Contractor. The Owner and the Engineer shall bear no risk or responsibility for the
adoption and use of such suggestion and without limitation will not be responsible for any
defects, non-compliance with the Contract Documents or delay in the work or supply of the
Goods, which may result from the adoption and use of such suggestion.
.7 Extension of Time: If the Supply Contractor wishes to claim an extension of the time allowed for
the completion of all or any portion of the work or supply of the Goods by reason of being
ordered to perform extra work or furnish extra material, or consequent upon any delay occasioned
by strikes, lockouts (other than by the Supply Contractor alone), Act of God or any other cause
beyond the control of the Supply Contractor, whether or not of similar kind or nature, the Supply
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 18 of 23
Contractor must give notice in writing to the Engineer within ten (10) days after any such order
has been given or such delay has first arisen, stating the reason for such delay and requesting an
extension of time. In such event, the Engineer shall advise the Owner of the notice it received
from the Supply Contractor and shall review the request within fifteen (15) days and make a
recommendation to the Owner about the disposition of the request. The Owner, after receipt of
the Engineer's recommendation, shall reasonably determine what extension of time, if any, the
Supply Contractor shall be allowed for the supply of Goods.
.8 No claim by the Supply Contractor for an extension of the time allowed for the completion of all
or part of the supply of the Goods shall be considered or allowed by the Owner unless it is for and
results from one or more of the events or causes set out in GC 6.1.7.
.9 The Owner's determination under GC 6.1.7 shall not in any way affect the adequacy of the
Contract Price or derogate from the rights of the Owner under any provision of the Contract
Documents. Any extension of time granted pursuant to GC 6.1.7 shall be deemed to be in full and
final compensation and satisfaction for any actual or probable losses, claims, damages, costs,
expenses, causes of action or injuries sustained or sustainable by the Supply Contractor in respect
of any matter or things for which an extension of time is granted.
.10 Consequential Damages: The Owner, and the Engineer shall not be liable to the Supply
Contractor for, and the Supply Contractor hereby waives recovery from them of, loss of profits or
anticipated profits, loss of production, impact costs, overhead, claims of the Supply Contractor's
customers, suppliers or contractors, or other indirect or consequential damages arising at any time
from any cause whatsoever, whether arising under tort, implied or statutory warranties, strict
liability or breach of contract ("Consequential Damages") notwithstanding any right or remedy
available to the Supply Contractor at law or in equity to Consequential Damages.
.11 Liquidated Damages: If the Supply Contractor fails to supply the Goods to the FOB Point on or
before the dates shown on the schedule of Supply and Delivery, the Supply Contractor shall pay
consideration to the Owner in accordance with the following schedule for each working day or
part thereof after the dates upon which the Goods were required to be delivered to the FOB Point.
Amount Payable
per Working Day
$ 2,000
The total consideration payable by the Supply Contractor pursuant to this clause is up to a
maximum of $100,000.
.12 Every amount charged to the Supply Contractor or owed to the Owner by the Supply Contractor
shall be paid by the Supply Contractor to the Owner on demand or, in the Owner's discretion,
may be set off by the Owner from monies due to the Supply Contractor under this Contract or
recovered by the Owner from the Supply Contractor or its Surety.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 19 of 23
.2 If at any time the Owner forms the opinion that the Supply Contractor is in default under this
Contract because the Supply Contractor:
(a) has breached a fundamental term of the Contract or is in substantial breach of the terms
of the Contract;
(b) has failed to commence work or supply the Goods, within the time specified in the
Contract Documents;
(c) has failed or is failing to furnish or to maintain a detailed schedule;
(d) has become in any way unable to carry on the work or supply the Goods or any part
thereof;
(e) has abandoned the work or failed to supply the Goods; or
(f) has repeatedly failed to make prompt payments to subcontractors, suppliers or others for
labour, materials or equipment; then the Owner may give notice in writing to the Supply
Contractor of such opinion and require that such default or defaults be remedied
forthwith. If, within five (5) days of such notice, such default or defaults are not remedied
to the satisfaction of the Owner, the Owner may terminate the Contract. Such termination
shall be effective immediately.
.3 Upon termination, the Owner may take all Goods out of the Supply Contractor's hands and
employ such means as the Owner may see fit to complete the work. In such case:
(a) The Supply Contractor shall have no claim for any further payment in respect of the
Goods;
(b) No objection or claim shall be raised or made by the Supply Contractor by reason of or
on account of the ultimate cost of the Goods so taken over for any reason proving greater
than, in the opinion of the Supply Contractor, it should have been;
(c) Notwithstanding Part 7, all materials and all rights, proprietary or otherwise, licences,
powers and privileges, whether relating to or affecting real or personal property,
acquired, possessed, or provided by the Supply Contractor for the purposes of supply of
the Goods will become or remain and be the property of the Owner for all purposes
incidental to the completion of supply of the Goods and may be used, exercised, and
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 20 of 23
enjoyed by the Owner as fully to all intents and purposes connected with supply of the
Goods as they might theretofore have been used, exercised, and enjoyed by the Supply
Contractor;
(d) The Owner may assign all rights and privileges granted to the Owner in this clause to
another supply contractor retained by the Owner to continue with the work or supply of
the Goods.
(e) If the Supply Contractor's right to supply the Goods is terminated in accordance with the
provisions of this clause, the Supply Contractor shall not be entitled to receive any further
payment until the work and supply of Goods is completed.
.4 Except as hereinbefore provided, the Supply Contractor shall have no claim against the Owner for
any reason whatsoever by reason of the termination of the Contract.
PART 7 PAYMENT
.2 The Supply Contractor shall submit to the Engineer at each scheduled payment event, a request
for a payment to the Supply Contractor. If requested by the Engineer, the Supply Contractor shall
provide such additional information as may be reasonably required to support the request for a
payment. Such information may include satisfactory evidence of payment for equipment,
materials and labour including payments to subcontractors and suppliers.
.3 Within ten (10) days after receipt of the request for a schedule payment, the Engineer will review
the request and recommend to the Owner the amount of the schedule payment to be made to the
Supply Contractor. Subject to the provisions of the Contract, the Owner will after receipt of the
Engineer's recommendation, process the payment.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 72 00
Consolidated Wastewater Treatment Plant GENERAL CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 21 of 23
(a) Any deduction the Owner may be entitled to under the Contract;
(b) Such reasonable amount as the Owner determines appropriate for any part of the Goods
that are not supplied or with respect to work otherwise not in compliance with the
Contract Documents.
(c) Holdbacks in accordance with applicable legislation.
.5 Payments may be withheld in accordance the Contract until the relevant operating manuals and
all operating and maintenance materials together with all warranties have been delivered to the
Engineer.
.6 In addition to any other remedy the Owner may have in the Contract or law, the Owner may
refuse to make payment because of subsequently discovered evidence or test results, and shall be
compensated for any payment previously made to the Supply Contractor to such extent as may be
necessary to protect the Owner from loss as a result of:
(a) Defective or damaged Goods;
(b) A deductive change order;
(c) Failure of the Supply Contractor to perform the work or supply the Goods in accordance
with the Contract Documents, including failure to maintain the supply of the Goods in
accordance with the schedule;
(d) Disregard by the Supply Contractor of the authority of the Engineer or the Law.
The Owner may refuse to make payment of the full amount because of claims made against the
Owner on account of the Supply Contractor's performance or supply of Goods. In such case, the
Owner shall give the Supply Contractor prompt written notice stating the reasons for each action.
(b) a sworn declaration in a form acceptable to the Engineer to state that all accounts for
labour, subcontracts, Materials, Construction Equipment, and other indebtedness which
may have been incurred by the Supply Contractor in the Substantial Performance of the
Work and for which the Owner might in any way be held responsible have been paid in
full, except for amounts properly retained as a holdback or as an identified amount in
dispute; and
(c) documents satisfactory to the Engineer showing compliance with the applicable Workers
Compensation Legislation at the Work Site including payments due thereunder.
.2 Where agreement cannot be reached between the Supply Contractor and the Engineer on the fair
value of the cost of the change, the Engineer may instruct the Supply Contractor to proceed under
the Force Account provisions of the Contract.
.2 Nevertheless, the giving of such a written statement to the Engineer shall not relieve the Supply
Contractor of its obligations to carry out and obey such orders and instructions.
“Blue Book” Equipment Rental Rates. The Supply Contractor will be allowed a ten
percent (10%) fee based on the gross cost of equipment as described above. Such fees
shall be applied to the rental charge for equipment and will be the maximum paid
regardless of the ownership.
(c) On subcontract work, the percentage fee allowable to the Supply Contractor shall be ten
percent (10%) of the subcontractor's bill for such work performed.
(d) Materials supplied by the Supply Contractor shall be paid for at the supplier's invoice
price plus an additional payment of ten percent (10%) of cost to cover handling and
indirect overhead costs, plus ten percent (10%) of all costs, including handling and
indirect overhead as its fee.
(e) The proper proportion, if applicable, as determined by the Engineer, of the net board and
lodging costs of the labour employed on extra work or of applicable reasonable living-out
allowances paid in lieu thereof.
(f) The cost of the work done each day will be submitted to the Engineer in a satisfactory
form on each succeeding day after force account work is carried out and shall be applied
or adjusted by the Engineer.
The submission to, or acceptance of, or approval by, the Engineer of daily force account work
records shall not at any time be deemed an admission that the work is properly chargeable to
force account.
.2 The Owner, subject to the Owner’s acceptance of this recommendation, will issue the Completion
Certificate.
END OF DOCUMENT
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007200.doc:
April 03, 2020
City of Powell River 00 73 00
Consolidated Wastewater Treatment Plant SUPPLEMENTARY CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 4
The Owner will assign the Contract arising from the acceptance of a Proposal hereunder to a General
Contractor, when the General Contractor has been selected. The Supply Contractor under this Contract
will be required to execute a tripartite Assignment and Novation Agreement with the Owner and the said
General Contractor.
(a) a performance bond, in the amount of 50% of Contract Price, covering the performance
of this Contract, including any warranty requirements; and
.2 The Owner shall not be obligated to make any payment to the Supply Contractor until such time
as the bonds specified in GC 1.8 have been delivered to the Owner by the Supply Contractor.
.3 The cost of all Contract Security shall be included in the Proposal Price.
(a) in the form which is in accordance with the latest edition of the CCDC approved bond
forms;
(b) issued by a duly licensed surety company authorized to transact the business of
suretyship in the province or territory of the Project Site;
(c) acceptable to the Owner; and maintained in good standing until the fulfillment of the
Contract.
.5 The Proposal shall be accompanied by a letter of consent from the Proponent’s surety confirming
that it will issue new bonds in favour of the General Contractor upon execution of the Novation
Agreement and the surrender of the original bonds.
.1 In accordance with Canadian anti-spam legislation, each Party consents to contacting the other
Party and its personnel through electronic messages relating to the Project. Following completion
of the Project, either Party may withdraw consent by contacting the other Party.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007300.doc:
April 03, 2020
City of Powell River 00 73 00
Consolidated Wastewater Treatment Plant SUPPLEMENTARY CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 4
GC9. INSURANCE
Without limiting any of Supply Contractor’s obligations or liabilities under the Contract Documents,
Supply Contractor shall, and shall cause its Subcontractors to, obtain and continuously carry, while Work
is being performed and, unless otherwise specified in this Section, while any remedial or warranty work is
being undertaken, at Supply Contractor’s own expense and cost, the following insurance coverage with
minimum limits not less than those stated:
Commercial General Liability Insurance, in a form acceptable to Owner, with limits of not less than
$5,000,000.00 inclusive per occurrence for bodily injury, death and damage to property, including loss of
use thereof.
a. Additional Insured: Owner and Engineer are added as additional insured, but only with respect to
liability arising out of the Supply Contractor's performance of the Contract.
b. Bodily Injury and Property Damage to third parties arising out of the operations of the Supply
Contractor.
c. Products and Completed Operations: Coverage for bodily injury or property damage arising out
of goods or products manufactured, sold, handled, or distributed by the Supply Contractor and/or
arising out of operations that have been completed by the Supply Contractor.
d. Personal Injury: While not limited to, the coverage must include Violation of Privacy, Libel and
Slander, False Arrest, Detention or Imprisonment and Defamation of Character.
e. Cross Liability/Separation of Insureds: Without increasing the limit of liability, the policy must
protect all insured parties to the full extent of coverage provided. Further, the policy must apply
to each Insured in the same manner and to the same extent as if a separate policy had been issued
to each.
f. Blanket Contractual Liability: The policy must, on a blanket basis or by specific reference to the
Contract, extend to assumed liabilities with respect to contractual provisions.
g. Employees must be included as Additional Insured.
h. Employers' Liability (or confirmation that all employees are covered by Worker's compensation
(WSIB) or similar program)
i. Broad Form Property Damage including Completed Operations: Expands the Property Damage
coverage to include certain losses that would otherwise be excluded by the standard care, custody
or control exclusion found in a standard policy.
j. Notice of Cancellation: The Insurer will provide the Owner thirty (30) days written notice of
policy cancellation.
l. Owners' or Supply Contractors' Protective Liability: Covers the damages that the Supply
Contractor becomes legally obligated to pay arising out of the operations of a subcontractor.
m. Non-Owned Automobile Liability - Coverage for suits against the Supply Contractor resulting
from the use of hired or non-owned vehicles.
o. All Risks Tenants Legal Liability - to protect the Supply Contractor for liabilities arising out of
its occupancy of leased premises. (Sub-limit of $1,000,000)
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007300.doc:
April 03, 2020
City of Powell River 00 73 00
Consolidated Wastewater Treatment Plant SUPPLEMENTARY CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 4
p. Sudden and Accidental Pollution Liability (minimum 120 hours): To protect the Supply
Contractor for liabilities arising from damages caused by accidental pollution incidents. (Sub-
limit of $2,000,000)
Automobile Liability Insurance in an amount usual for a contract of this nature, but for not less
than $2,000,000 per accident or occurrence., covering death and damage to property, effective for
all licensed vehicles owned, leased, rented or used by Supply Contractor.
“All-Risk” Supply Contractors’ Equipment Insurance to the full insurable value of construction
machinery and equipment used by Supply Contractor in the performance of Work, including
boiler insurance for temporary boilers and pressure vessels as applicable.
General Provisions
All policies of insurance shall be in a form acceptable to Owner and shall not allow subrogation claims by
the insurer against Owner or Engineer.
All policies of insurance that Supply Contractor is required to obtain will be considered as primary
insurances in relation to insurances held by Owner or Engineer without any right of contribution from any
policies of insurance held by Owner or Engineer.
All policies of insurance shall provide that at least 30 days prior written notice be given to Owner in the
event of cancellation or amendment restricting coverage.
Prior to commencing Work, Supply Contractor shall provide Owner with Certificates of Insurance in a
form acceptable to Owner, and with a letter from the insurer stating that the insurance provided complies
with the requirements of the Contract.
Deductibles, if any, which are applicable to the insurance specified herein, shall be borne by Supply
Contractor.
The specified limits of insurance and coverages in no way define or limit the obligation of Supply
Contractor to indemnify Owner in the event of loss.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007300.doc:
April 03, 2020
City of Powell River 00 73 00
Consolidated Wastewater Treatment Plant SUPPLEMENTARY CONDITIONS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 4
Owner makes no representation or warranty with respect to the extent or adequacy of the insurance
protection afforded by the insurance policies that are specified in this section. Supply Contractor shall be
fully responsible to determine additional insurance coverages that may be necessary and advisable for
protection of Supply Contractor or to fulfil Supply Contractor’s obligations under this Contract.
END OF DOCUMENT
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\007300.doc:
April 03, 2020
City of Powell River 01 27 00
Consolidated Wastewater Treatment Plant PAYMENT SCHEDULE AND WARRANTY
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 3
Part 1 General
.2 Payment for the Goods of this Contract shall be based on the Lump Sum Price as
determined from the breakdown in Section 00 42 00, Schedule A:
.1 Bonding and Insurance
.1 Bonding and Insurance to be as lump sum per Section 00 73 00 –
Supplementary Conditions.
.2 Design of Secondary Clarifier System
.1 Measure Goods as lump sum for the design of secondary clarifier system
including work associated with the design and design integration of
components as necessary to support the fabrication and construction of
the secondary clarifier systems outlined in the technical specifications
including production of detailed design drawing production and reviews.
Components included in the detailed design drawings in are outlined in
the reference drawings in Appendix A, and:
.1 Section 09 97 00 – Special Coatings
.2 Section 26 05 80 – Fractional Horsepower motors
.3 Section 40 05 71.14 – Elastomeric Inline Check Valve
.4 Section 40 05 73.16 – Flap Gate
.5 Section 46 43 21 – Circular Clarifier
.6 Section 46 43 22 - Secondary Clarifier Mechanism
.7 Section 46 43 23 – Density Current Baffle
.3 Secondary Clarifier Equipment and Appurtenances
.1 Measure Goods as lump sum for the manufacture and fabrication of the
secondary clarifier equipment and components, as designed by the
Supply Contractor, including material purchase, transportation between
Supply Contractor’s facilities, shop drawings, quality assurance,
fabrication, protective coating application, storage and protection,
.4 Firm freight charges to project location (including transit)
.1 Measure as lump sum for the transportation of secondary clarifier
components and equipment from the Supply Contractor’s facilities to the
CWWTP jobsite, FOB.
.5 Installation assistance, pre-start-up assistance
.1 Measure as lump sum for assisting the General Contractor with
installation and pre-start-up assistance.
.6 Commissioning and start-up assistance
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\012700.doc:
April 03, 2020
City of Powell River 01 27 00
Consolidated Wastewater Treatment Plant PAYMENT SCHEDULE AND WARRANTY
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 3
.1 Measure as lump sum for the assisting the General Contractor with
commissioning and start-up, post installation, including manufacturer
representative field assistance, coordination, and field reviews.
.7 Operation and Maintenance Training and O&M Manuals
.1 Measure as lump sum for production of operation and maintenance
manuals, as outlined in Section 01 78 23 – Operating and Maintenance
Data
.8 Spare Parts (Schedule D)
.1 Measure cost for spare parts as lump sum based on Supply Contractor’s
estimation of recommended spare parts as outlined in Section 00 42 00 –
Proposal Form, Schedule D
.3 Method of measurement to be used for unit price items is detailed in the Section herein,
exclusive of applicable taxes.
.4 Engineer will calculate payment based on lump sum price and accomplishment of the
following milestones, less 10% for Lien Fund Holdback:
.1 10% of the Lump Sum Price upon final review of Supply Contractor’s detailed
design drawings.
.2 20% of the Lump Sum Price upon proof of receipt of materials for fabrication at
Supply Contractor’s shop.
.3 50% of the Lump Sum Price on receipt of equipment at the CWWTP job site.
.4 10% of the Lump Sum Price upon completion of satisfactory equipment
installation.
.5 5% of the Lump Sum Price upon issue of the Certificate of Substantial
Performance.
.6 5% of Lump Sum Price upon completion of commissioning and satisfactory
training for all equipment/materials, and reception of O&M Manuals.
.5 Payment of the Lien Fund Holdback will be in accordance with the BC Lien Act.
1.2 WARRANTY
.1 Refer to Section 00 72 00 – General Conditions, GC 4.4 Warranty and Guarantee
.3 If completion of repairs or replacement takes more than six (6) weeks, the Supply
Contractor shall provide and install any required temporary facilities at the Supply
Contractor’s expense until the repairs are completed.
.4 The decision of the Engineer is to be final as to the nature and cause of any such
deficiency and the necessity to remedy same.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\012700.doc:
April 03, 2020
City of Powell River 01 27 00
Consolidated Wastewater Treatment Plant PAYMENT SCHEDULE AND WARRANTY
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 3
.7 List the nearest service centre location that has fully trained technicians.
.8 List location of parts centre and list all relevant stock items carried.
END OF SECTION
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\012700.doc:
April 03, 2020
City of Powell River 01 33 00
Consolidated Wastewater Treatment Plant SUBMITTALS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 4
Part 1 General
1.2 ADMINISTRATIVE
.1 Provide to Engineer for review the submittals specified. Submit in accordance with the
Proposal Schedule.
.3 At Engineer’s request, prepare and submit a schedule fixing the dates for all submission.
.4 Do not proceed with Work affected by the submittal until review is complete and a
Notice to Manufacture and Deliver the Goods has been issued.
.5 Review submittals prior to submission to the Engineer. This review represents that
necessary requirements have been determined and verified, or will be, and that each
submittal has been checked and coordinated with the requirements of the Work and the
Contract Documents. Submittals not stamped, signed, dated and identified as to the
specific project will be returned without being examined and will be considered rejected.
.6 Supply Contractor’s responsibility for errors and omissions in submission is not relieved
by Engineer’s review of submittals.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\013300.doc:
April 03, 2020
City of Powell River 01 33 00
Consolidated Wastewater Treatment Plant SUBMITTALS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 4
.4 After final review by the Engineer, the latest revision of the Supply Contractor’s detailed
design drawings to be signed and sealed by an Engineer, retained by the Supply
Contractor, and whom is licensed to practice in the Province of British Columbia.
.2 Detail all shop drawings using the metric system. If customary units are presented,
provide them after the metric units, in brackets. Prepare to a drafting standard equivalent
to the Engineer’s existing drawings. Coordinate as necessary.
.4 Adjustments made on shop drawings by the Supply Contractor are not intended to change
the Contract Amount.
.5 Make such changes in shop drawings as the as required, consistent with Contract
Documents. When resubmitting, notify the Engineer in writing of any revisions other
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\013300.doc:
April 03, 2020
City of Powell River 01 33 00
Consolidated Wastewater Treatment Plant SUBMITTALS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 4
than those requested. Include the Engineer’s preferred tags for valves, instruments,
process variables etc.
.8 Supply Contractor to review submittals with one or more of the following notations. Take
action as noted:
.1 “REVIEWED” - Make and distribute additional copies as required for execution
of the Work.
.2 “REVISE & RESUBMIT” - Make the necessary revisions and resubmit revised
drawings for review. Show the drawing number of the first such revised drawing
and show the latest revision number applicable to the drawing by adding a suffix
to the drawing number as - “REV. 1”, “REV. 2”, etc.
.3 “NOT REVIEWED” - This notation indicates when the Engineer has not
reviewed the drawing. It may also be used in combination with the notation to
revise and resubmit the drawing where the Engineer lacks sufficient information
to complete his review and requires the drawing to be resubmitted for review
after revision.
.4 Drawings will be marked “REVIEWED” together with the notation to “REVISE
& RESUBMIT” when the Engineer requires resubmission of a revised drawing
showing corrections made as a result of the Engineer’s notations on the shop
drawings. This procedure will not relieve the Supply Contractor of responsibility
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\013300.doc:
April 03, 2020
City of Powell River 01 33 00
Consolidated Wastewater Treatment Plant SUBMITTALS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 4
for errors or omissions in the shop drawings or of responsibility for meeting all
requirements of the Contract.
.9 Use only those shop drawings on the work that bear the “REVIEWED” notation.
.10 Do not revise shop drawings marked “REVIEWED” unless resubmitted to the Supply
Contractor for further review.
.11 Where more than one type of shop drawing has been specified for one item, e.g., wiring
diagrams, layout details, and dimensional drawings, the shop drawings shall be submitted
together, to enable the Engineer to review the drawings as a package.
.12 Catalogue pages or drawings applicable to an entire family or range of equipment will not
be accepted as shop drawings unless they are clearly marked to show the pertinent data
for the particular materials.
.13 Indicate the tag number of instruments and valves and clearly show the features and
details applicable to the equipment being supplied. Tag all equipment and instruments
cables, conductors etc. as specified by the Engineer.
.14 Determine which shop drawings have, in addition to those drawings specifically
mentioned in the Contract, design elements requiring the seal of a Professional Engineer
registered where the work is located, in accordance with the governing legislation. Seal
such drawings before submitting them for review. Submit for review engineering
calculations signed by the registered Professional Engineer responsible for the shop
drawing design elements.
1.5 COORDINATION
.1 Coordinate with other divisions to ensure that there are no conflicts in the work.
Part 2 Products
Not used.
Part 3 Execution
Not used.
END OF SECTION
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\013300.doc:
April 03, 2020
SHOP DRAWING / SUBMITTAL TRANSMITTAL
Submittal Description: File Number:
Submittal Number:
Specification Section:
CONTRACTOR
Associated Engineering
ENGINEER
SUPPLY
500 – 2889 East 12th Avenue
Enclosed are the following ___ Submittals for Review ___ Submittals for Information ___ O&M Manual Data
Remarks:
1
Review Action: REV = Reviewed; RAR = Revise and Resubmit; NR = Not Reviewed
Certified by:
Supply Contractor’s Signature
Part 1 General
1.2 ABBREVIATIONS
AASHTO American Association of State Highway and Transportation Officials
ACI American Concrete Institute
AFBMA Antifriction Bearing Manufacturers Association
AGA American Gas Association
AGMA American Gear Manufacturers Association
AISC American Institute of Steel Construction
AMCA Air Moving and Conditioning Association
ANSI American National Standards Institute
API American Petroleum Institute
ARI Air-Conditioning and Refrigeration Institute
ASCE American Society of Civil Engineers
ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers
ASME American Society of Mechanical Engineers
ASTM American Society for Testing and Materials
AWMAC Architectural Woodworkers Manufacturers Association of Canada
AWPA American Wood Preservers Association
AWS American Welding Society
AWWA American Water Works Association
BCBC British Columbia Building Code
CAN Canadian National Standard
CBM Certified Ballast Manufacturers
CBTIC Clay Brick and Tile Institute of Canada
CEC Canadian Electrical Code
CEMA Canadian Electrical Manufacturers Association
CGA Canadian Gas Association
CGRA Canadian Good Roads Association
CGSB Canadian General Standards Board
CISC Canadian Institute of Steel Construction
CITC Canadian Institute of Timber Construction
CLA Canadian Lumbermen Association
CMAA Crane Manufacturers Association of America
CMHC Canada Mortgage and Housing Corporation
CPCA Canadian Painting Contractors Association
CPCI Canadian Prestressed Concrete Institute
CRCA Canadian Roofing Contractors Association
CRSI Concrete Reinforcing Steel Institute
CSA Canadian Standards Association
CSSBI Canadian Sheet Steel Building Institute
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\014219.doc:
April 03, 2020
City of Powell River 01 42 19
Consolidated Wastewater Treatment Plant REFERENCE STANDARDS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 3
1.3 CONFORMANCE
.1 Conform to these standards, in whole or in part as specifically requested in
Specifications.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\014219.doc:
April 03, 2020
City of Powell River 01 42 19
Consolidated Wastewater Treatment Plant REFERENCE STANDARDS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 3
.3 The cost for such testing will be born by Owner in the event of conformance with
Contract Documents or by Contractor in the event of non-conformance.
Part 2 Products
Not Used.
Part 3 Execution
Not Used.
END OF SECTION
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\014219.doc:
April 03, 2020
City of Powell River 01 65 00
Consolidated Wastewater Treatment Plant SHIPMENT, PROTECTION AND STORAGE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 1
Part 1 General
1.1 DESCRIPTION
.1 This Section describes the general requirements for the shipment, protection and storage
of the Goods.
.2 The Supply Contractor shall take responsibility for all items arising under this Section up
to and including delivery of the Goods.
1.2 CARE
.1 Ship, handle, and store the Goods to prevent damage.
.2 Damaged items will not be permitted as part of the Goods except in cases of minor
damage that have been satisfactorily repaired and are acceptable to the Engineer.
1.3 TRANSPORTATION
.1 Pay all costs of transportation of the Goods to the FOB Point.
.2 Provide protection against damage from moisture, freezing, dust, handling, or other cause
during transport from manufacturer's premises to Work Site.
.3 Items or components of items with unique numbering systems such as mechanical and
electrical equipment and instruments shall be clearly tagged with such numbers.
.6 Wrap or otherwise seal bearing housings, vents and other types of openings to prevent
contamination by grit and dirt.
.7 Correct any damage to conform to the requirements of this Contract before the Goods are
incorporated into the work and pay the costs arising out of dismantling, inspection, repair
and reassembly as necessary.
Part 2 Products
.1 Not Used.
Part 3 Execution
.1 Not Used.
END OF SECTION
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\016500.doc:
April 03, 2020
City of Powell River 01 78 23
Consolidated Wastewater Treatment Plant OPERATING AND MAINTENANCE DATA
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 5
Part 1 General
1.1 MANUAL
.1 Furnish complete manuals for installation, operation, maintenance, and lubrication
requirements for each unit of mechanical, electrical, and instrumentation equipment and
each instrument of the Goods.
.2 Provide separate manuals for operating data and for maintenance data.
.3 Customize the manuals to describe the equipment supplied. Do not include extraneous
data for models, options, or sizes not supplied. When more than one model or size of
equipment type is furnished, show the information pertaining to each model, option or
size.
1.2 GENERAL
.1 Assemble each copy of the manual in the specified three-ring hard-back type binders.
Assemble the binders in the following manner:
.1 Label each binder to designate the system or equipment with reference to the
equipment number, and Specification section. Provide each binder with a table
of contents and heavy section dividers with numbered plastic index tabs.
.2 Provide each binder with title page to include names and addresses of the
manufacturer, the nearest representative of the manufacturer, nearest supplier of
the manufacturer's equipment and parts.
.3 Where more than one binder is required, label each binder "Vol. 1 of," "Vol. 2
of," etc.
.4 Punch all data for binding and composition. Arrange printing so that punching
holes does not obliterate data.
.5 Provide materials suitable for photographic reproduction. If copies are used, they
shall equal the clarity and quality of the original.
.6 Provide drawings, diagrams and manufacturer's literature which are legible and
no larger than 11x17 fold out.
.7 All instructions in these manuals shall be in simple language.
1.3 BINDERS
.1 Hard cover, extension-type, bound in heavy-weight fabricord, 3-hole, loose leaf, for 215
x 280-mm paper.
.2 Identification: Lettering on front and spine. Include Specification numbers, title, and
equipment numbers.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\017823.doc:
April 03, 2020
City of Powell River 01 78 23
Consolidated Wastewater Treatment Plant OPERATING AND MAINTENANCE DATA
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 5
1.4 REQUIREMENTS
.1 For each identification, appropriately label each manufacturer's manual with the
equipment name, equipment number, and Specification section as it appears in the
Contract Documents. Organize the information in the binders by Specification section,
numerically ordered by the equipment numbers assigned in the Contract Documents.
.2 Group the documents into tabbed sections as listed below. Provide each section with
tabbed dividers marked with the tab number and title and sequential page numbers.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\017823.doc:
April 03, 2020
City of Powell River 01 78 23
Consolidated Wastewater Treatment Plant OPERATING AND MAINTENANCE DATA
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 5
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\017823.doc:
April 03, 2020
City of Powell River 01 78 23
Consolidated Wastewater Treatment Plant OPERATING AND MAINTENANCE DATA
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 5
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\017823.doc:
April 03, 2020
City of Powell River 01 78 23
Consolidated Wastewater Treatment Plant OPERATING AND MAINTENANCE DATA
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 5
.8 Tab 7 - Drawings
.1 Provide drawings which completely document the equipment, assembly,
subassembly or material which the instruction is for. Provide the following
drawings as applicable:
.1 Fabricated details.
.2 Wiring and connection diagrams.
.3 Electrical and piping schematics.
.4 Block or logic diagrams.
.5 Shop drawings.
.6 Installation drawings.
.7 Layout and dimension drawings.
.8 Electrical component fabrication drawings.
.9 Tab 8 - Other Required Information
.1 Include maintenance instructions for components and assemblies which are part
of the equipment, but which do not have separate instruction sections. List the
information on a sheet directly behind this tab.
.10 Warranties and Guarantees
.1 Include a copy of all warranties and guarantees required by the Contract. Include
the name and telephone number of the manufacturer's contact person. Indicate
the time frame of each warranty or guarantee.
END OF SECTION
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\017823.doc:
April 03, 2020
City of Powell River 01 78 24
Consolidated Wastewater Treatment Plant SPARE PARTS AND MAINTENANCE
Secondary Clarifier Equipment Supply - RFP 2020-08 MATERIALS
2020-04/172098 Page 1 of 2
Part 1 General
1.1 GENERAL
.1 Specific requirements for maintenance materials, tools and spare parts are specified in
individual specification sections. Supply Contractor is to identify and supply specific
required spare parts.
.2 Supply special tools, wrenches, and accessories that are required for removing worn
parts, making adjustments, and carrying out maintenance works.
.3 Deliver maintenance materials, special tools and spare parts in designated area as directed
by Engineer.
.4 Prepare lists of maintenance materials special tools and spare parts for inclusion in
operations and maintenance manuals.
.2 Identify, on carton or package, colour, room number, system or area, as applicable, where
item is to be used.
.2 Include following:
.1 Identification tag reference.
.2 Identification of equipment or system for which tools are applicable.
.3 Instruction on intended use of tool.
.4 Identify special tools to indicate equipment or system for which tools are intended.
Part 2 Products
Not Used
Part 3 Execution
Not Used
END OF SECTION
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\017824.doc:
April 03, 2020
City of Powell River 01 79 00
Consolidated Wastewater Treatment Plant TRAINING
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 3
Part 1 General
1.1 DESCRIPTION
.1 This Section contains requirements for training the Owner's personnel, by persons
retained by the Supply Contractor specifically for the purpose, in the proper operation
and maintenance of the Goods and systems supplied under this Contract.
Part 2 Products
2.1 GENERAL
.1 Conduct training sessions for the Owner's operation and maintenance personnel on the
operation, care, and maintenance of the Goods supplied under this Contract. Training will
take place at the City of Powell River site and under the conditions specified in the
following paragraphs. Operation and maintenance manuals will be reviewed and accepted
at least 15 days prior to the date scheduled for the initial training session.
2.2 LOCATION
.1 Field training sessions will take place at the installed location of the Goods.
.4 Troubleshooting
.5 Preventive maintenance
.6 Corrective maintenance
.7 Parts
.8 Local representatives
Part 3 Execution
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\017900.doc:
April 03, 2020
City of Powell River 01 79 00
Consolidated Wastewater Treatment Plant TRAINING
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 3
END OF SECTION
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\017900.doc:
April 03, 2020
City of Powell River 01 87 13
Consolidated Wastewater Treatment Plant EQUIPMENT, SYSTEM PERFORMANCE &
Secondary Clarifier Equipment Supply - RFP 2020-08 OPERATIONAL TESTING
2020-04/172098 Page 1 of 5
Part 1 General
1.1 DESCRIPTION
.1 This Section contains general requirements for testing and documentation. These
requirements supplement, but do not supersede, specific testing requirements found
elsewhere in the Specifications. The Supply Contractor will conduct any shop or factory
tests required by the Specifications. The General Contractor will develop and carry out
field testing of all items supplied under this contract, with the assistance of the Supply
Contractor. Any retesting of goods supplied under this contract due to failure to meet
specified performance criteria will be paid for by the Supply Contractor.
.2 The Supply Contractor will provide input to the quality assurance program for the
supplied equipment including:
.1 Required testing of goods and instruments.
.2 A testing plan detailing the sequence and how the specified testing work will be
implemented. Include procedures for performance and operational testing.
.3 Review and certification of the installation prior to start of testing, if installation
is by a subcontractor.
.4 A documentation program to record the results of equipment and system tests.
.3 The Engineer and/or Owner reserves the right to attend and witness Factory Testing of
the equipment. The Supply Contractor to provide four (4) weeks notice to Engineer prior
to any Factory Testing.
.2 Factory Testing
.1 A detailed testing plan for factory testing setting forth step-by-step descriptions
of the procedures proposed by the Supply Contractor for the systematic factory
calibration and testing of all equipment supplied under this Contract.
.2 Provide Factory Acceptance Report upon the conclusion of Factory Testing.
Include photos, video, and signed Test and Inspection Plans, as necessary for the
Engineer to ascertain acceptable performance.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\018713.doc:
April 03, 2020
City of Powell River 01 87 13
Consolidated Wastewater Treatment Plant EQUIPMENT, SYSTEM PERFORMANCE &
Secondary Clarifier Equipment Supply - RFP 2020-08 OPERATIONAL TESTING
2020-04/172098 Page 2 of 5
.3 Field Testing
.1 Certification that the Goods have been installed in accordance with the
manufacturer's recommendations.
.2 A detailed testing plan for performance testing setting forth step-by-step
descriptions of the procedures proposed by the Supply Contractor for the testing
of all equipment under this Contract.
.3 Performance test results of equipment and system prior to commencement of the
operational test.
.4 Sample forms for documenting the results of field performance tests and
operational tests.
Part 2 Products
2.1 GENERAL
.1 Prepare test and documentation plans as specified in the following paragraphs. Test work
for the purpose of acceptance will not commence until all test documentation and
calibration plans and the specified system or equipment test plans have been submitted
and reviewed by Engineer.
2.2 DOCUMENTATION
.1 Develop and implement a records-keeping system to document compliance with the
requirements of this Section.
.2 Include, as a minimum, for equipment and system documentation, date of test, equipment
number, nature of test (factory or field performance) test objectives, test results, test
instruments employed for the test and signature spaces for the Engineer and the
Contractor. Establish a file for each item of equipment. Include in the files the following
information as a minimum:
.1 Factory performance tests
.2 Field performance tests
.3 Develop test documentation forms specific for each system and associated equipment
items under this Contract. Produce acceptable documentation forms for all systems and
items of equipment for review by the Engineer a minimum of 4 weeks prior to any
performance testing. Once the Engineer has reviewed, produce sufficient forms to
document all testing work.
.4 Develop test plans detailing the sequential testing of each item of equipment. Identify test
plans by specific equipment or tag number each device or control station to be
manipulated or observed during the test procedure and the specific results to be observed
or obtained. Test plans are to also be specific as to support systems required to complete
the test work, temporary systems required during the test work, manufacturers'
representatives to be present and expected test duration.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\018713.doc:
April 03, 2020
City of Powell River 01 87 13
Consolidated Wastewater Treatment Plant EQUIPMENT, SYSTEM PERFORMANCE &
Secondary Clarifier Equipment Supply - RFP 2020-08 OPERATIONAL TESTING
2020-04/172098 Page 3 of 5
Part 3 Execution
3.1 GENERAL
.1 Provide required test and documentation plans and field personnel to test each item
supplied under this Contract to demonstrate compliance with the specified performance
requirements.
.2 The testing program will demonstrate to the Engineer's complete satisfaction that the
equipment meets specified performance requirements and the facility is ready for the
commissioning process to commence.
.3 Retesting required due to the failure of goods furnished under this contract to meet the
specified performance requirements will be paid for by the Supplied Contractor.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\018713.doc:
April 03, 2020
City of Powell River 01 87 13
Consolidated Wastewater Treatment Plant EQUIPMENT, SYSTEM PERFORMANCE &
Secondary Clarifier Equipment Supply - RFP 2020-08 OPERATIONAL TESTING
2020-04/172098 Page 4 of 5
.2 Variable testing:
.1 Monitoring the characteristics of equipment according to manufacturer
information and specifications. Report any unusual conditions to the Engineer.
.3 Continuous 5-day testing:
.1 The 5-day test period shall commence after all work associated with variable
testing is completed.
.2 The testing period shall be 24 hours per day for 5 continuous days. The test
period can be changed as directed by the Owner in writing; however, a minimum
of 120 hours will be required.
.3 Should the operational testing period be halted or rescheduled for any reason
related to the facilities constructed or the equipment furnished under this
contract, or the Supply Contractor's temporary testing systems, the testing
program will be repeated until continuous operation for the specified period has
been accomplished without interruption.
.4 All process units shall be brought to full operating conditions.
.5 The intent of the test is to prove satisfactory operation of the aeration system and
compliance with all specified performance criteria under all anticipated operating
conditions.
.4 The Owner may sample and perform laboratory tests or conduct other tests to confirm
that performance meets all of the requirements of the Supply and General Contracts. Any
additional testing required by the Supply Contractor will be completed by a third party
and paid for by the requesting party.
.5 Following successful completion of the operational testing, the system can be turned over
to the Owner.
3.4 RETESTING
.1 If under performance or operational tests, any portion of the work should fail to fulfill the
Contract requirements and is adjusted, altered, renewed, or replaced, tests on that portion
when so adjusted, altered, removed, or replaced, together with all other portions of the
work as are affected thereby, shall, unless otherwise directed by the Engineer, be repeated
within reasonable time and in accordance with the specified conditions. The Supply
Contractor shall pay to the Owner all reasonable expenses incurred by the Owner,
including the costs of the Engineer, as a result of repeating such tests.
END OF SECTION
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\018713.doc:
April 03, 2020
City of Powell River 03 15 20
Consolidated Wastewater Treatment Plant ANCHOR BOLTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 4
Part 1 General
1.1 DESCRIPTION
.1 This Section outlines the design, supply, and installation requirements of post-installed,
concrete adhesive anchors as outlined in other Sections of this Specification.
.2 Supply Contractor to design and supply the post-installed, concrete adhesive anchors in
accordance with the requirements of this Section and industry best practices.
.2 Installation instructions.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\031520.doc:
April 03, 2020
City of Powell River 03 15 20
Consolidated Wastewater Treatment Plant ANCHOR BOLTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 4
.3 Pull out tests will be carried out by a Testing Laboratory designated by Engineer.
.4 Pull out tests must be performed prior to the use of the anchors on site.
1.6 COORDINATION
.1 Allow for iterative design coordination with the Engineer as necessary and until the
Engineer is satisfied.
.2 Supply Contractor and General Contractor to coordinate anchors with concrete and/or
other Sections including materials requiring setting and/or building-in in concrete or
other trades. This includes inserts, anchors, sleeves, etc. Verify locations of these
materials on site before fabrication and erection.
Part 2 Products
.2 Design anchorage for vertical and lateral loading in accordance with BCBC 2018 and
Seismic Requirements.
.3 Anchor sizing required a minimum factor of safety of 4 to 1 (allowable load vs. actual
load).
2.2 MATERIALS
.1 General:
.1 Material and Protective coating as shown in Anchor Bolt Schedule at end of this
section.
.2 All materials utilized to be NSF 61 approved for use with Potable Water.
.2 Adhesive Anchors:
.1 Threaded Rod:
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\031520.doc:
April 03, 2020
City of Powell River 03 15 20
Consolidated Wastewater Treatment Plant ANCHOR BOLTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 4
Part 3 Execution
.2 Threaded portion of the anchor rod to project a minimum of 50 mm from the face of the
flange for the installation of the nut, washer, and isolating sleeve.
.4 For submerged conditions, use lock nuts or nuts with lock washer.
.5 Provide isolating sleeve with integral isolating washer between all dissimilar metals
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\031520.doc:
April 03, 2020
City of Powell River 03 15 20
Consolidated Wastewater Treatment Plant ANCHOR BOLTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 4
END OF SECTION
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\031520.doc:
April 03, 2020
City of Powell River 09 97 00
Consolidated Wastewater Treatment Plant SPECIAL COATINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 11
Part 1 General
1.1 DESCRIPTION
.1 This specification defines the minimum requirements for the supply and application of a
shop applied, sprayed epoxy coating system for four (4) complete secondary clarifier
fabricated steel components including surface preparation, coating application, and
quality assurance testing for the following:
.1 Circular steel tank assemblies with check valves, flap gates, and manways;
.2 Two external partition walls;
.3 Clarifier effluent launder assemblies including scum beach and collection hopper,
an outlet pipe outlet assembly;
.4 Bioreactor outlet box;
.5 Bridge assembly spanning the bioreactor and providing access to clarifier drive;
.6 Secondary clarifier mechanism and supports.
.2 Supply Contractor responsible for retaining and coordinating all parties for work
specified under this section, unless otherwise specified.
.3 Supply Contractor is required to adhere strictly to the requirements of this section.
Coordination of activities and hold points with the Engineer are of paramount
importance, and will be rigidly enforced by the Engineer.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\099700.doc:
April 03, 2020
City of Powell River 09 97 00
Consolidated Wastewater Treatment Plant SPECIAL COATINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 11
1.2 DEFINITIONS
.1 Supply Contractor: As defined in Section 00 72 00 – General Conditions
.2 Coating Manufacturer: Manufacturer of selected coating system that meets the
requirements of the specification herein.
.3 Coating Manufacturer’s Representative: Representative of the Coating Manufacturer
knowledgeable in the selected coating system and experienced in the surface preparation,
coating application and inspection. Representative to provide on-site assistance to
Coating Applicator with regards to training and outlining requirements for surface
preparation, coating, and quality assurance.
.4 Coating Applicator: Specialist coatings application firm retained by the Supply
Contractor to provide surface preparation, application of protective coatings, coating
repairs, and overall coating quality assurance in accordance with the requirements,
herein.
.5 Engineer: As defined in Section 00 72 00 – General Conditions Engineer’s NACE
Inspector: Third-Party NACE certified coating inspector retained by the Engineer to
provide review of all coating activities and submittals.
1.3 SUBMITTALS
.1 Comply with Requirements of Section 01 33 00 – Submittals.
.2 Product Data:
.1 Submit Coating Manufacturer’s surface preparation, application, and testing
requirements. Indicate areas which do not meet AWWA C210 minimum
requirements, if any.
.2 Submit WHMIS Safety Data Sheets for all materials utilized.
.3 Submit product sheets for abrasive blast media.
.4 Submit products for coating application equipment.
.5 Submit calibration data for all quality assurance equipment.
.3 Colour Samples:
.1 Submit three (3) colour paint swatches samples of each selected colour scheme to
the Engineer.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\099700.doc:
April 03, 2020
City of Powell River 09 97 00
Consolidated Wastewater Treatment Plant SPECIAL COATINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 11
.4 References:
.1 Submit five (5) references of Coating Manufacturer indicating successful
performance for proposed coating system products for similar enclosed,
immersed application associated with raw, untreated municipal wastewater.
.2 Submit Coating Applicator experience demonstrating proficiency in application
of the specified products.
.3 Submit a summary of experience of applicator’s personnel for the project,
including details on relevant training and experience.
.5 Work Plan:
.1 Submit a work plan and schedule for all surface-preparation and coating work.
Include all hold points in schedule.
.6 Inspection Plan
.1 Submit inspection plan outlining quality assurance activities. Provide schedule
for quality assurance activities. Include all hold points in schedule.
.7 Inspection Results:
.1 Shop Application:
.1 Certification of surface preparation for all steel components.
.2 Certification of film coat thickness for all coated components.
.3 Certification of curing for all coated components.
.4 Certification of holiday inspection by electrical continuity test for all
coated components.
.5 Certification of coating adhesion for all adhesion tests.
.2 Post Field Erection:
.1 Certification of film coat thickness for all field coated repairs.
.2 Certification of curing for all field coated repairs.
.8 Daily Coating Reports:
.1 Shop Application:
.1 Coating Applicator to provide Daily Coating Report indicating
environmental conditions, temperature, coating application setting or
parameters, prepared surface profile, and all other parameters per
AWWA C210.
.2 Repairs / Application After Erection
.1 Coating Applicator to provide Daily Coating Report indicating areas in
which coating repairs are required. Report to outline environmental
conditions, temperature, and all other parameters per AWWA C210.
.9 Warranty:
.1 Submit manufacturer’s and applicator’s extended warranty.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\099700.doc:
April 03, 2020
City of Powell River 09 97 00
Consolidated Wastewater Treatment Plant SPECIAL COATINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 11
1.5 COORDINATION
.1 Supply Contractor to coordinate all work and inspections between all respective parties.
Note that coordination applies to all four (4) secondary clarifier packages.
.1 Coating Manufacturer and Coating Manufacturer’s Representative
.2 Coating Applicator
.3 Engineer and Engineer’s NACE Inspector
.4 General Contractor
.2 Supply Contractor coordination of hold points with the Engineer is of paramount
importance and will be rigidly enforced by the Engineer.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\099700.doc:
April 03, 2020
City of Powell River 09 97 00
Consolidated Wastewater Treatment Plant SPECIAL COATINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 11
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\099700.doc:
April 03, 2020
City of Powell River 09 97 00
Consolidated Wastewater Treatment Plant SPECIAL COATINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 6 of 11
.5 Maintain a copy of the applicable safety data sheets with each material and make
available upon request.
.6 Protect materials during handling and application to prevent damage.
.7 Inspect all epoxy-coated steel components after delivery to the construction site. Any
coating deficiencies identified shall be marked with a visible marking system and
recorded in an Excel spreadsheet format (.xlsx) which is provided to the Engineer.
Coating repairs shall be undertaken after erection of the clarifier assemblies in
accordance with AWWA C210 and Coating Manufacturer’s recommendations.
1.10 WARRANTY
.1 Notwithstanding the warranty requirements per Section 00 72 00 – General Conditions,
provide a minimum 5-year material warranty and 2-year labour warranty.
Part 2 Products
2.1 GENERAL
.1 Product requirements to follow Section 01 60 00 – Basic Product Requirements, in
addition to the following:
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\099700.doc:
April 03, 2020
City of Powell River 09 97 00
Consolidated Wastewater Treatment Plant SPECIAL COATINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 7 of 11
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\099700.doc:
April 03, 2020
City of Powell River 09 97 00
Consolidated Wastewater Treatment Plant SPECIAL COATINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 8 of 11
Part 3 Execution
3.1 GENERAL
.1 Contractor is responsible for providing any temporary materials required to provide an
environment conducive to the Coating Manufacturer’s and AWWA C210 requirements.
.2 The areas to be coated include:
.1 All steel components of the circular steel tank assemblies with check valves, flap
gates, and manways;
.1 Colour: RAL 7037, Dusty Grey.
.2 All steel components of the two external partition walls;
.1 Colour: RAL 7037, Dusty Grey.
.3 All steel components of the clarifier effluent launder assemblies including scum
beach and collection hopper, an outlet pipe outlet assembly;
.1 Colour: RAL 7037, Dusty Grey.
.4 All steel components of the bioreactor outlet box;
.1 Colour: RAL 7037, Dusty Grey.
.5 All steel components of the bridge assembly spanning the bioreactor and
providing access to clarifier drive;
.1 Colour of Structures: RAL 7037, Dusty Grey
.2 Colour of Handrails and Kickplates: AMS-STD-595-13591, OSHA
Safety Yellow.
.6 All steel components of the secondary clarifier mechanism and supports.
.1 Colour: RAL 7037, Dusty Grey.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\099700.doc:
April 03, 2020
City of Powell River 09 97 00
Consolidated Wastewater Treatment Plant SPECIAL COATINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 9 of 11
3.3 EXAMINATION
.1 Inspect fabricated steel elements where coating system will be applied. Notify the
Engineer and Engineer’s NACE Coating Inspector of conditions that would adversely
affect the application or subsequent utilization of the coating. Do not proceed with
application until unsatisfactory conditions are corrected to the satisfaction of the Coating
Manufacturer’s Representative and Engineer’s NACE Inspector.
.2 All surfaces receiving protecting coatings are subject to inspection at the call of the
Engineer and/or Engineer’s NACE Inspector to determine conformance.
.3 All coating equipment and techniques are subject to inspection and acceptance by the
Engineer and/or Engineer’s NACE Inspector.
.4 Notify the Engineer’s NACE Inspector a minimum of forty-eight (48) hours in advance
of the surface preparation and application.
.5 Provide access to all areas, records, etc. which are relevant to the work.
.6 The Engineer and/or Engineer’s NACE Inspector will:
.1 Review the surface preparation procedures and visually inspect the blasting
equipment.
.2 After surface preparation, visually inspect the steel fabrications and identify
defects and imperfections requiring repair or patching work and to ensure the
surface preparation is in conformance to AWWA C210 for surface profile for
bonding.
.3 After coating of the steel surfaces, visually inspect the coated surface.
.4 After coating has been fully cured, witness Coating Applicator’s quality
assurance testing.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\099700.doc:
April 03, 2020
City of Powell River 09 97 00
Consolidated Wastewater Treatment Plant SPECIAL COATINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 10 of 11
.2 The finished film to be free of all holidays, detrimental intercoat, and surface defects
(inclusions, porosity, runs, orange peel, sags, fisheyes or cratering, mudracking,
wrinkling, overspray, blistering, delamination) and be smooth and glossy.
.3 The coating material is required to be used within the Coating Manufacturer’s stated
working time starting from the commencement of mixing. No material shall be applied
that has exceeded the Coating Manufacturer’s recommended working time.
.4 No coating application is to be performed concurrently while sandblasting, high pressure
water cleaning, or other surface preparations are in operation, or where any
contamination of the steel surface is possible.
.5 Any coating damage, which occurs during the application process, shall be repaired or
replaced to the satisfaction of the Engineer’s NACE Inspector. Repair procedures shall
meet the requirements of the Coating Manufacturer’s recommendations and AWWA
C210.
.6 Coating materials intended for application shall be purchased, shipped, stored, mixed,
and applied in accordance with the Coating Manufacturer’s recommendations.
.7 Wet film gauges shall be considered as supplication aids only, and readings cannot
substitute for properly cured dry film thickness (DFT) measurements.
.8 Maximum film build per coat for multi-coat liquid systems shall not exceed the Coating
Manufacturer’s recommended dry film thickness per coat.
.9 Dismantle and remove scaffolding including decking and platform materials after all
repair, inspection, testing and coating work are completed.
.10 Recoating:
.1 Apply product within the Coating Manufacturer’s stated recoat time.
.2 For multi-coat systems, use alternate contrasting colours as required.
.11 Where necessary to meet the Coating Manufacturer’s environmental requirements and
WorkSafe BC OHS regulations, forced ventilation with, but are not limited to, clean
make-up air and dehumidification shall be maintained during recoat intervals and curing.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\099700.doc:
April 03, 2020
City of Powell River 09 97 00
Consolidated Wastewater Treatment Plant SPECIAL COATINGS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 11 of 11
.6 Test all coated steel surfaces for holidays using electrical continuity inspect
equipment, in accordance with AWWA C210 and NACE SP0188. Mark and
repair any holidays found.
.7 At locations determined by the Engineer’s NACE Coating Inspector, perform
random adhesion tests on coated steel surfaces, in accordance with AWWA C210
and ASTM D451. If the adhesion test is a destruct test, patch at no additional
expense. Allow for one (1) adhesion tests (each set consisting of three (3)
replications in a 0.09 square metre area) per every five (5) square metres of
coating.
.3 Post Field-Erection Quality Control
.1 Conduct visual inspection of coating in accordance with AWWA C210. Mark
and repair any holidays found.
.4 All test and inspection results to be recorded and provided to the Supply Contractor for
incorporation in the O&M Manual per Section 01 78 23 – Operating and Maintenance
Data.
3.8 TRAINING
.1 Coating Manufacturer’s Representative to provide a one (1) day, on-site training session
for Owner’s Operation Staff in the correct procedure for coating repair. Training session
to include hands-on demonstration of coating repair on representative coated steel
elements. Owner to schedule at training at their convenience with a minimum two (2)
weeks notice provided to the Manufacturer’s Representative. Coating Manufacturer will
provide all materials necessary to facilitate the training session.
END OF SECTION
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\099700.doc:
April 03, 2020
City of Powell River 26 05 02
Consolidated Wastewater Treatment Plant ELECTRICAL: GENERAL REQUIREMENTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 9
Part 1 General
1.1 REQUIREMENTS
.1 This Section covers items common to Sections of Division 26. This section supplements
requirements of Division 1.
.2 Do overhead and underground systems in accordance with CSA C22.3, No.1 and CSA
C22.3 No. 7, except where specified otherwise.
.4 In addition to the above, the requirements related to electrical installations that are not
governed by the Rules and Regulations but are required by the B.C. Building Code, BC
Hydro, Telus, and the Workers Compensation Board, shall be met.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260502.docx:
April 03, 2020
City of Powell River 26 05 02
Consolidated Wastewater Treatment Plant ELECTRICAL: GENERAL REQUIREMENTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 9
1.6 FINISHES
.1 Shop finish metal enclosure surfaces by application of rust resistant primer inside and
outside, and at least two coats of finish air dry enamel.
.1 Paint outdoor electrical equipment "dark transformer green" finish to
NEMA Y1-2.
.2 Paint indoor switchgear and distribution enclosures and outdoor junction boxes
light grey air dry enamel to NEMA 2Y 1.
.2 If acceptable to Engineer, clean and touch up surfaces of shop painted equipment
scratched or marred during shipment or installation, to match original paint.
.3 Clean and prime exposed non galvanized hangers, racks and fastenings to prevent rusting.
.2 Nameplates:
.1 Lamacoid 2-ply, 3 mm thick plastic engraving sheet, white face, black backing,
attached with foam-tape 3M Scotch-Mount No. 4032 adhesive backing where
used in controlled environment indoor areas and with self-tapping screws
(riveting not acceptable) where used outdoors or in wet, damp or contaminated
indoor areas. Epoxy glued where integrity of enclosure would be impeded by
screw-holes.
NAMEPLATE SIZES
Size 1 13 x 50 mm 1 line 4 mm high letters
Size 2 13 x 70 mm 1 line 4 mm high letters
Size 3 20 x 50 mm 2 lines 4 mm high letters
Size 4 20 x 70 mm 2 lines 4 mm high letters
Size 5 27 x 70 mm 3 lines 4 mm high letters
Size 6 27 x 90 mm 4 lines 3 mm high letters
Size 7 70 x 150 mm as required min. 10 mm high letters
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260502.docx:
April 03, 2020
City of Powell River 26 05 02
Consolidated Wastewater Treatment Plant ELECTRICAL: GENERAL REQUIREMENTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 9
.3 Labels:
.1 Embossed plastic labels with 6 mm high letters unless specified otherwise, for
use inside cabinets and panels only.
.4 Nameplates shall include the device, loop number, and the description from the single
line diagrams and schematics as typically shown below.
P-101
WASTEWATER PUMP #1
SF-250
CHEMICAL ROOM
SUPPLY FAN
.5 Nameplate sizes shall be verified as being adequate before they are fabricated.
.6 Nameplates for terminal cabinets and junction boxes to indicate system and/or voltage
characteristics.
.7 Disconnects, starters and contactors: indicate equipment being controlled and voltage.
.3 Identify conduits and cables installed outdoors or in hazardous or corrosive areas with
stainless steel, embossed metal marker plate, Panduit #MMP, fastened with stainless
steel, Panduit #MLT PANSTEEL ties. Use #304 or #316 stainless steel as appropriate.
.4 Identify conduits and cables installed in areas where they are subjected to chemical attack
with stainless steel marker plates as specified above and fastened with Panduit #PLT xx -
x76 Pan-Ty TEFZEL ties.
.5 Provide the required embossing and printing equipment, complete with software where
applicable. Keep equipment on-site until plant commissioning is complete.
.6 Catalogue numbers specified are for the purpose of illustrating features and quality of the
conduit and cable identification system. Products from other manufacturers are
acceptable subject to meeting or exceeding the specified products.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260502.docx:
April 03, 2020
City of Powell River 26 05 02
Consolidated Wastewater Treatment Plant ELECTRICAL: GENERAL REQUIREMENTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 9
.2 Unless otherwise specified or shown, wire numbers and terminal block numbers shall be
the same.
.2 Install cables, conduits, and fittings to be plastered over, neatly and close to building
structure so furring can be kept to minimum.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260502.docx:
April 03, 2020
City of Powell River 26 05 02
Consolidated Wastewater Treatment Plant ELECTRICAL: GENERAL REQUIREMENTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 9
.2 Drawings do not show all conduits, cables and equipment. Those shown are in
diagrammatic form only. Provide all wiring required to complete the systems.
.3 Change location of outlets at no extra cost or credit, providing distance does not exceed
1000 mm, and information is given before installation.
.4 Check the location of all items fed by conduit embedded in or below the floor slab.
Ensure that the conduit is located correctly.
.2 Supply all necessary instruments, meters, equipment and qualified personnel to perform
tests and calibrations.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260502.docx:
April 03, 2020
City of Powell River 26 05 02
Consolidated Wastewater Treatment Plant ELECTRICAL: GENERAL REQUIREMENTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 6 of 9
.1 Megger circuits, feeders and equipment up to 350 V with a 500 V instrument; use
a 1000 V instrument for system voltages above 350 V. Note: Disconnect cables
connected to instruments, controllers and similar devices.
.2 Check resistance to ground before energizing.
.3 Carry out tests in presence of Engineer.
.4 Provide instruments, meters, equipment and personnel required to conduct tests
during and at conclusion of project.
.5 Submit test results for Engineer's review.
.5 Check electrical equipment and motor nameplates to ensure that the breakers, fuses,
overload heaters and conductors are sized in accordance with the Rules and Regulations.
.6 Ensure that circuit protective devices such as overcurrent trips, relays, fuses, and the like,
are set to required values.
.7 Provide Engineer with list of test results including, but not limited to, the following:
.1 Nameplate full load current of each motor.
.2 Measured operating current of each motor.
.3 Cat. No. and current range of installed O/L heater or settings, as applicable.
.4 Setting of circuit breakers.
.5 Settings of all protective relays.
.6 Thermostat settings.
.7 Calibration calculations.
.8 Analog and control setpoints.
.9 Parameter setting record sheets for devices and equipment which need
programming, e.g. PAT controllers, ATS, and the like.
.10 All other relevant and similar data.
.8 Submit a completed Motor Data Sheet as shown appended to this Section.
1.17 GUARDING
.1 Guard exposed live equipment during construction for personnel safety.
.2 Shield and mark live parts "LIVE 120 VOLTS", or with appropriate voltage.
1.18 PROTECTION
.1 Protect equipment and material from the weather, moisture, dust and physical damage.
.2 Cover equipment openings and open ends of conduit piping and pullboxes as work
progresses. Failure to do so will result in the Contractor being required to adequately
clean or replace materials and equipment at no extra cost to the Owner.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260502.docx:
April 03, 2020
City of Powell River 26 05 02
Consolidated Wastewater Treatment Plant ELECTRICAL: GENERAL REQUIREMENTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 7 of 9
.4 Protect all existing services encountered. Obtain instructions from the Engineer when
existing services require relocation or modification, further to that defined in these
contract documents.
1.19 WORKMANSHIP
.1 Workmanship shall be in accordance with well-established practice and standards
accepted by Engineer.
.2 The Engineer has the right to reject any item of work that does not conform to the
contract documents and accepted standards of performance, quietness of operations,
finish and appearance.
.2 Take field measurements where equipment and material dimensions are dependent upon
buildings.
.4 Ensure that all suppliers of equipment and material have sufficient information to
determine that their equipment and material is suitable for the intended use shown in
these documents.
1.22 EXAMINATION
.1 Locations shown on the Drawings must be verified and the responsibility for any error
resulting from failure to exercise such precaution shall be the responsibility of this
Contractor.
.2 Examine the documents for details of work included. Obtain written clarification from
the Engineer, in the event of conflict within the Specification, between the Specification
and Drawings, or in the Drawings. Obtain written clarification from the Engineer if work
affecting the installation is not clear.
.2 Shop drawings depicting schematic and single line diagrams, connection diagrams, panel
layouts, and the like must be prepared by electronic drafting means.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260502.docx:
April 03, 2020
City of Powell River 26 05 02
Consolidated Wastewater Treatment Plant ELECTRICAL: GENERAL REQUIREMENTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 8 of 9
.2 Record drawings and information is to include but is not limited to the following:
.1 Field Instrument Manufacturer calibration certification sheets.
.2 Shop drawings, revised to as constructed status; refer also to another clause in
this Section entitled Shop Drawings.
.3 Design drawings, revised to as constructed status.
.4 Instrument and calibration record forms.
.5 Data sheets with listing of programming and configuration variables of such
equipment as transmitters, control systems, and the like.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260502.docx:
April 03, 2020
City of Powell River 26 05 02
Consolidated Wastewater Treatment Plant ELECTRICAL: GENERAL REQUIREMENTS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 9 of 9
.2 The data must include all information listed under another item of this Section entitled
Shop Drawings and Product Data, supplemented by illustrated parts lists, catalogue
numbers and detailed instructions to permit effective operation, maintenance and repair
of the equipment.
.4 For each manual, provide 1 print of each shop drawing, revised to as-built status,
including all final settings and sizes of circuit breakers, fuses, relays, and the like.
.6 Information must be for actual piece of equipment supplied; literature which covers an
entire family of equipment is only acceptable if the equipment in use is clearly
highlighted.
1.27 TERMINOLOGY
.1 Unless further qualified, the following definitions apply:
.1 Wiring - refers to any or all of conduits, cables, wires, conductors and associated
fittings and hardware.
.2 Conductor - refers to the current carrying portion of an insulated or non-insulated
wire.
.3 Wire - refers to a single, insulated conductor.
.4 Cable - refers to an assembly of a single or multiple wires with shield, jacket,
sheath or armour.
.5 Field wiring - refers to wiring outside a control panel or kiosk.
.2 Wherever the term 'duct' appears, it applies equally to conduit.
Part 2 Products
.1 Not Used
Part 3 Execution
.1 Not Used
END OF SECTION
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260502.docx:
April 03, 2020
City of Powell River 26 05 43
Consolidated Wastewater Treatment Plant ELECTRICAL INSTALLATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 13
Part 1 General
1.1 REQUIREMENTS
.1 This section is a general specification for the supply and installation of the electrical
systems and components, as identified here-in.
.2 The scope of the work for this project is identified on the drawings.
.3 Not all systems and components identified in this specification section are required for
this project.
.4 Components and systems identified is this section that are required to complete the scope
of the work, or are incidental to complete the scope of work, or is required by other
specification sections, shall be supplied and installed in accordance with the relevant
parts of this section.
Part 2 Products
2.1 CONDUITS
.1 Conduit sizes, unless otherwise specified, are given in metric trade sizes as listed in the
Rules and Regulations.
.4 Rigid aluminum threaded conduit (RA), to CSA C22.2 No. 45 and No. 18.
.7 Liquid-tight flexible metal conduit (FLC), to CSA C22.2, No. 56 from flat spiral-wound
galvanized steel strip, smooth inside, Thomas and Betts Type CSA.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260543.doc:
April 03, 2020
City of Powell River 26 05 43
Consolidated Wastewater Treatment Plant ELECTRICAL INSTALLATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 13
.8 Liquid-tight flexible non-metallic conduit (FNC), to CSA C22.2, No. 227.2, Hubbell
Polytuff Gray, Thomas and Betts Type LTC.
.2 For outdoor and corrosive environment applications, two hole ultra-violet stabilized PVC
straps to secure surface conduits 50 mm and smaller. Two hole PVC-coated steel straps
for conduits larger than 50 mm.
.4 Channel type supports for two or more conduits at spacing required by the Rules and
Regulations.
.2 Factory "ells" where 90° bends are required for 25 mm and larger conduits.
.3 Liquid tight connectors for flexible conduit; dry-type will not be accepted.
.5 Threaded couplings for metal conduit. Solvent-weld couplings for PVC conduit.
2.4 WIREWAYS
.1 Sheet steel with hinged cover to give uninterrupted access, non-metallic (polyester or
fibreglass) in outdoor and corrosive environments.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260543.doc:
April 03, 2020
City of Powell River 26 05 43
Consolidated Wastewater Treatment Plant ELECTRICAL INSTALLATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 13
.3 Conductors:
.1 Grounding conductor: copper.
.2 Circuit conductors: copper, size as specified.
.4 Insulation:
.1 Chemically cross-linked thermosetting polyethylene rated type RW90.
.2 600 V insulation for circuits up to nominal 240 VAC.
.3 1000 V insulation for circuits above 240 VAC.
.5 Inner jacket: thermosetting polyvinyl chloride material.
.7 Overall covering: polyvinyl chloride material, rated -40°C and meeting low gas emission
and FT4 flame test requirements set forth in CSA C22.2, No. 03.
.3 CSA Type ACIC (armoured) for surface or direct buried installation, or installation into
non-magnetic conduit.
.4 Common features:
.1 Single or multiple twisted pair #16 AWG copper conductors, number as
specified.
.2 300 V insulation, except 600 V insulation where required by the Rules and
Regulations for installation on common raceway (tray) with other 600 V circuits.
.3 Shield with drain wire for each pair and overall shield with drain wire for
multiple pair cables.
.4 PVC outer jacket, 90°C and -40°C, FT-4 rated.
.5 Acceptable products, in alphabetical order:
.1 for CSA Type CIC (unarmoured)
- Belden Series 224XX
- Nexans Series 900 000
- Shawflex Series 6B021M16XX
.2 For CSA Type ACIC (armoured)
- Belden Series 245XX (aluminum armour)
- Nexans Series 910 000 (aluminum armour)
- Shawflex Series 6B222M16XX (aluminum armour)
.3 The above product numbers are for 300 V-rated cables; adjust as required for
600 V-rated cables.
.6 Factory-supplied shielded cables where forming part of an instrument assembly.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260543.doc:
April 03, 2020
City of Powell River 26 05 43
Consolidated Wastewater Treatment Plant ELECTRICAL INSTALLATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 13
.3 Wiring shall be free from abrasion and tool marks and shall have a minimum bending
radius of 1¼ inch.
.4 Unsupported wiring on panels will not be permitted. Control wire and cable shall be
formed in accordance with good wiring practices. Where cable bundles must be carried
across hinges to devices mounted on doors, each cable or wire bundle shall be looped and
carried between a clamp on the door and one on the fixed portion of the cabinet in such a
manner that torsion and flexure in the loop shall be minimized. The cables shall be
protected against abrasion with "spiral" or "snakeskin" protection material.
.5 Wiring between terminals of various devices shall be "point-to-point" (no splicing or tee
connections of wire will be permitted), with wires neatly tucked along the back of the
panels. Adequate support shall be provided to prevent sagging or damage from vibration
in transit and operation.
.6 All wire shields / drain wires shall be grounded on the PLC side of the cable. Instrument
side to be ground isolated.
.2 Welded steel or aluminum construction with screw-on flat covers for surface mounting in
dry indoor areas.
.3 Non-metallic, PVC, fibreglass, polyester or similar materials, with screw-on covers for
outdoor, wet and corrosive areas, such as chemical room and as shown on the drawings.
.4 Aluminum EEMAC Type 4 construction for larger size boxes used for outdoor surface
mounting. Provide a breather fitting where box serves as a protective enclosure for other
enclosed equipment.
.7 Provide appropriate terminations and identification in control terminal boxes (CTB) and
instrument terminal boxes (ITB).
.5 Combination boxes with barriers where more than one system is present.
.6 Boxes suitable for area classification shown or specified and where available or noted,
made of same material or to have same finish as connecting conduit.
.9 Surface-type FS or FD style fibreglass or PVC boxes with hubs and mounting feet for
corrosive and wet locations, such as chemical room.
2.14 FITTINGS
.1 Bushing and connectors with nylon insulated throats.
.3 Conduit outlet bodies for conduit up to 32 mm and pull boxes for larger conduits.
.2 Steel for dry indoor location, fibreglass for outdoor and wet and corrosive locations.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260543.doc:
April 03, 2020
City of Powell River 26 05 43
Consolidated Wastewater Treatment Plant ELECTRICAL INSTALLATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 7 of 13
.3 Acceptable products: for fibreglass, Champion, available from Milham Industries, Delta,
B.C.
.4 Main and branch lugs or connection bars to match required size and number of
connecting conductors as indicated.
.2 Temperature compensation for 40°C ambient. Thermal and magnetic tripping devices to
provide inverse time current tripping and instantaneous tripping for overload and short
circuit protection.
.2 Magnetic starter, EEMAC-rated of size as indicated with 120 VAC coil, with:
.1 3-pole, ambient-compensated overloads with isolated N/C and N/O Contracts.
.2 Door-mounted manual reset button, labelled as “OVERLOAD RESET”.
.3 Accessories: Auxiliary contacts, push buttons, selector switches, pilot lights, as
indicated on drawings.
.4 Power and control terminal blocks.
.3 Motor circuit interrupter with magnetic, instantaneous trip elements, with:
.1 Handle, with door interlock, complete with defeater mechanism.
.2 Adjustable trip setting from 3 to 18 times motor full load current.
.4 Charts listing motor overload heaters and motor circuit interrupter settings to be affixed
to interior of door.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260543.doc:
April 03, 2020
City of Powell River 26 05 43
Consolidated Wastewater Treatment Plant ELECTRICAL INSTALLATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 8 of 13
.2 Lamps.
.1 LED Bars for use in control panels.
.1 Colour temperature 4000K unless otherwise specified. Refer to
Luminaire Schedule.
.2 CRI not less than 80%.
.3 Rated life at 70% lumen maintenance (L70) minimum 50,000 hours.
.4 Power Factor at 85% of better, unless otherwise specified.
.5 For wet and corrosive locations, such as chemical room, use IPEX/SCEPTER #VSC
15/10 cover plates.
2.20 CONNECTORS
.1 Pressure type wire connectors: with current carrying parts sized to fit copper/ aluminum
conductors.
.2 Fixture type splicing connectors: with current carrying parts of copper sized to fit copper
conductors 10 AWG or less.
Part 3 Execution
3.1 WIRING
.1 Wiring to be surface-installed, except where it services equipment located away from
walls in which case wiring shall be installed in or below slabs, as indicated on the
drawings.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260543.doc:
April 03, 2020
City of Powell River 26 05 43
Consolidated Wastewater Treatment Plant ELECTRICAL INSTALLATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 9 of 13
.3 Unless otherwise specified, do not install wiring on exterior building surfaces; instead,
run conduit on inside wall and enter boxes and equipment from the back.
.4 Unless otherwise specified, minimum conductor size is #12 AWG, except for control and
instrumentation wiring which may be done with #14 AWG and #18 AWG respectively.
.5 Line voltage wiring for the HVAC system shall be done to the same standards as
specified in this Section. Low voltage wiring method must provide protection against
physical damage.
.6 Run surface wiring parallel or perpendicular to building lines; where applicable, run
wiring in flanged portion of structural steel. Wherever possible, group wiring on profile
channels. Do not pass wiring through structural members except as indicated.
.7 Use rigid PVC conduit or Teck cable, except where specified otherwise. If metallic
conduit is required use rigid aluminum. Conduit will be suitable
.8 Use liquid tight flexible metal conduit or Type SOW cable, as permitted by the Rules and
Regulations, for connection to motors and other devices requiring flexible connection.
Maximum length 450 mm.
.9 Where permitted by the Rules and Regulations, Teck and Teck-style cable may be used
in lieu of liquid-tight conduit for motors, control and instrumentation wiring respectively.
.10 In corrosive areas, and as permitted by the Rules and Regulations, liquid-tight conduit
shall be non-metallic.
.11 Use DB2 conduit, rigid PVC conduit, or a combination thereof for wiring buried below
grade or in wet and damp areas.
.13 Install plastic warning tape over underground wiring, placed 300 mm below finished
grade. Minimum burial depth of conduit is 900 mm or as shown.
.14 Place U/G wiring in a sand envelope of not less than 100 mm.
.15 Slightly snake direct-buried U/G cable when laying into trench, to allow for some take-up
during settlement of ground.
.16 Except as otherwise shown, maintain a separation of not less than 300 mm between
analog instrumentation and power wiring where they run parallel to each other.
.17 Bend metal conduit cold. Replace conduit if kinked or flattened more than 1/10th of its
original diameter.
.19 Sleeves through concrete: Schedule 40 plastic pipe, sized for free passage of conduit or
cable, and protruding 50 mm. After installation of conduit or cable, seal voids with
approved compounds such as Duxseal or expandable foam material. Seal larger-sized
openings, provided for passage of cables from one area to another, in a similar fashion.
Seal all openings around wiring entering or leaving the wet well and building.
.20 Where it is essential that the integrity of a room or space is preserved, seal voids around
sleeves, cables and conduits with fire-rated material approved for that purpose.
.21 Field threads on rigid conduit must be of sufficient length to draw conduits up tight.
.22 U/G conduit joints for PVC conduits to be done with solvent cement; push-fit couplings
not acceptable unless conduit is concrete encased.
.23 Where conduits become blocked, remove and replace blocked section. Do not use liquids
to clean out conduits.
.26 Use non-metallic boxes, fittings and straps in wet, damp and corrosive environments.
.27 Unless otherwise specified, terminate conduit sleeves and spare conduits in an coupling
or end bell.
3.5 WIREWAYS
.1 Wireways and auxiliary gutters may be used to facilitate multiple conduit or cable entries
into an enclosure.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260543.doc:
April 03, 2020
City of Powell River 26 05 43
Consolidated Wastewater Treatment Plant ELECTRICAL INSTALLATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 11 of 13
.3 Use CSA approved lubricants of type compatible with cable jacket to reduce pulling
tension.
.3 Maintain a separation of not less than 300 mm between analog instrumentation and
power wiring where they run parallel to each other.
.2 Only main junction boxes are indicated. Install pull boxes as required.
.4 Provide correct size of openings in boxes for conduit and cable connections. Reducing
washers not allowed.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260543.doc:
April 03, 2020
City of Powell River 26 05 43
Consolidated Wastewater Treatment Plant ELECTRICAL INSTALLATION
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 12 of 13
.2 Do not use coverplates meant for flush outlet boxes on surface-mounted boxes.
3.11 CONNECTORS
.1 Remove insulation carefully from ends of conductors.
.2 Install mechanical pressure type connectors and tighten screws with appropriate
compression tool recommended by manufacturer. Installation shall meet secureness tests
in accordance with CSA C22.2, No. 65.
.2 Support equipment, conduit or cables using clips, spring loaded bolts, cable clamps
designed as accessories to basic channel members. In outdoor or corrosive areas use non-
metallic, stainless steel or brass materials and brass or stainless steel screws and bolts.
.3 Fasten exposed conduit or cables to structures or support system using PVC straps or
other non-metallic straps. Straps exposed to daylight must be of ultra-violet stabilized
materials.
.5 Provide brackets, frames, hangers, clamps and related types of support structures as
required to support conduit and cable runs.
.6 Ensure adequate support for raceways and cables dropped vertically to equipment where
there is no wall support.
.7 Do not use wire lashing or perforated strap to support or secure raceways or cables.
.8 Do not use supports or equipment installed for other trades for conduit or cable support
except with permission of other trade and approval of Engineer.
.9 Install fastenings and supports as required for each type of equipment, cables and
conduits, and in accordance with manufacturer's installation recommendations.
.2 Support luminaires level and plumb and true with structure and other equipment in
horizontal or vertical position as intended. Install wall or side bracket mounted luminaire
housings rigidly and adjust to a neat flush fit with mounting surface.
.4 Completely clean all luminaires, including lenses, lamps, hangers and interiors at
completion of project and before final acceptance of project.
.3 Do not cut off excess lengths of flexible power and control cables; neatly coil any excess
cable and attach to hooks with nylon ties.
.2 Identify each phase conductor of feeders and check phase rotation for 3-phase systems.
.3 Check each feeder for continuity, short circuits and grounds. Ensure resistance to ground
of circuits is not less than 50 megohms.
.5 Remove and replace entire length of cable if cable fails to meet any of test criteria.
END OF SECTION
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260543.doc:
April 03, 2020
City of Powell River 26 05 80
Consolidated Wastewater Treatment Plant FRACTIONAL HORSEPOWER MOTORS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 2
Part 1 General
1.2 SUBMITTALS
.1 Provide detailed design drawings in accordance with Section 01 33 00 – Submittals
Part 2 Products
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260580.doc:
April 03, 2020
City of Powell River 26 05 80
Consolidated Wastewater Treatment Plant FRACTIONAL HORSEPOWER MOTORS
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 2
Part 3 Execution
3.2 INSTALLATION
.1 General Contractor to install wiring, flexible connections and grounding.
.2 General Contractor to check rotation before coupling to driven equipment.
END OF SECTION
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260580.doc:
April 03, 2020
City of Powell River 26 05 81
Consolidated Wastewater Treatment Plant MOTORS: 0.746 TO 149 kW
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 4
Part 1 General
1.2 SUBMITTALS
.1 Provide detailed design drawings in accordance with Section 01 33 00 – Submittals
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260581.doc:
April 03, 2020
City of Powell River 26 05 81
Consolidated Wastewater Treatment Plant MOTORS: 0.746 TO 149 kW
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 4
Part 2 Products
2.1 MATERIALS
.1 Motors:
.1 Non-hazardous locations: to CSA C22.2 No. 100.
.2 Hazardous locations: to CSA C22.2 No. 145.
.2 Lead markings: to EEMAC M2-1.
2.3 RATING
.1 Motor:
.1 Single speed: hp, sized as required.
.2 Two speed: hp, sized as required.
.3 600 V, 3 phase, 60 Hz, or as required.
.4 Frame size: to industry and NEMA MG1 standards.
.5 Enclosure: TEFC, fully guarded and rated for the area.
.6 Operation: as required by equipment manufacturer.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260581.doc:
April 03, 2020
City of Powell River 26 05 81
Consolidated Wastewater Treatment Plant MOTORS: 0.746 TO 149 kW
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 4
2.6 ENCLOSURE
.1 Totally enclosed fan cooled.
.2 Totally enclosed explosion proof for use in: Class 1 Zone 1 group IIa/b hazardous
location or Class 1 Zone 2 Group IIa/b (where applicable).
2.8 APPLICATION
.1 Motor suitable for driving supplier equipment.
2.10 INSULATION
.1 Class: F.
.2 Ambient temperature: 40C.
.3 Temperature rise: class B.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260581.doc:
April 03, 2020
City of Powell River 26 05 81
Consolidated Wastewater Treatment Plant MOTORS: 0.746 TO 149 kW
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 4
Part 3 Execution
3.2 INSTALLATION
.1 Dry out motor if dampness present in accordance with manufacturer's instructions.
.2 Install motor plumb and square, using only lifting facilities provided.
.3 Make wiring connections.
.1 Use liquid tight PVC jacketed flexible conduit between rigid conduit and motor.
.4 Make flexible conduit long enough to permit movement of motor over entire length of
slide rails.
.5 Check for correct direction of rotation, with motor uncoupled from driven equipment.
.6 Align and couple motor to driven machinery to manufacturer's instructions, using only
correct parts such as couplings, belts, sheaves, as provided by manufacturer.
END OF SECTION
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\260581.doc:
April 03, 2020
City of Powell River 40 05 71.14
Consolidated Wastewater Treatment Plant ELASTOMERIC INLINE CHECK VALVE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 7
Part 1 General
1.1 DESCRIPTION
.1 This section specifies the design criteria, design, supply, and installation, testing, and
commissioning of elastomeric inline check valves.
.2 The Supply Contractor is responsible for the selection, procurement, and integration of
the elastomeric inline check valves, including any structural design to the secondary
clarifier perimeter wall or other items required for the system to operate on the
parameters identified herein.
.3 The General Contractor is responsible for the receiving, unloading, on-site storage, and
installation of the elastomeric check valves in accordance with the requirements of the
Manufacturer and the Supply Contractor.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057114.doc
: April 03, 2020
City of Powell River 40 05 71.14
Consolidated Wastewater Treatment Plant ELASTOMERIC INLINE CHECK VALVE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 7
1.6 COORDINATION
.1 Supply Contractor to coordinate this section with all other sections contained within these
specifications.
.2 Supply Contractor to coordinate all delivery, offloading, storage, installation, and testing
requirements with the General Contractor as necessary.
Part 2 Products
2.1 GENERAL
.1 Drainage check valves to allow flow from the secondary clarifier into the bioreactor
during draining of the bioreactor by the bioreactor transfer pumps (TP-2101, TP-2201,
TP-2301, TP-2401) under a peak flow of 450 L/s.
.2 Drainage check valves to be typically closed during normal bioreactor operation.
Differential backpressure on drainage check valve to be between 17 to 318 mm during
normal operation.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057114.doc
: April 03, 2020
City of Powell River 40 05 71.14
Consolidated Wastewater Treatment Plant ELASTOMERIC INLINE CHECK VALVE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 7
.3 When line pressure exceeds the backpressure, the line pressure forces the bill and saddle
of the valve open, allowing flow to pass. When the backpressure exceeds the line
pressure, or in the absence of any upstream or downstream pressure, the bill and saddle of
the valve is forced closed, preventing backflow.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057114.doc
: April 03, 2020
City of Powell River 40 05 71.14
Consolidated Wastewater Treatment Plant ELASTOMERIC INLINE CHECK VALVE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 7
Component Nominal Snap Open Snap Close Max. Design Headloss at Max
Size (mm) (mmH2O) (mmH2O) Flow Rate Design Flow Rate
(L/s) (mmH2O)
CHV- 2101
300 200 100 75 380
CHV – 2102
300 200 100 75 380
CHV – 2103
300 200 100 75 380
CHV – 2104
300 200 100 75 380
CHV – 2105
300 200 100 75 380
CHV – 2106
300 200 100 75 380
CHV- 2201
300 200 100 75 380
CHV – 2202
300 200 100 75 380
CHV – 2203
300 200 100 75 380
CHV – 2204
300 200 100 75 380
CHV – 2205
300 200 100 75 380
CHV – 2206
300 200 100 75 380
CHV- 2301
300 200 100 75 380
CHV – 2302
300 200 100 75 380
CHV – 2303
300 200 100 75 380
CHV – 2304
300 200 100 75 380
CHV – 2305
300 200 100 75 380
CHV – 2306
300 200 100 75 380
CHV- 2401
300 200 100 75 380
CHV – 2402
300 200 100 75 380
CHV – 2403
300 200 100 75 380
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057114.doc
: April 03, 2020
City of Powell River 40 05 71.14
Consolidated Wastewater Treatment Plant ELASTOMERIC INLINE CHECK VALVE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 7
Component Nominal Snap Open Snap Close Max. Design Headloss at Max
Size (mm) (mmH2O) (mmH2O) Flow Rate Design Flow Rate
(L/s) (mmH2O)
CHV – 2404
300 200 100 75 380
CHV – 2405
300 200 100 75 380
CHV – 2406
300 200 100 75 380
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057114.doc
: April 03, 2020
City of Powell River 40 05 71.14
Consolidated Wastewater Treatment Plant ELASTOMERIC INLINE CHECK VALVE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 6 of 7
Part 3 Execution
3.1 WARRANTY
.1 The Supply Contractor to provide a warranty period in accordance with GC 4.4 Warranty
and Guarantee, in Section 00 72 00 – General Conditions.
3.4 INSTALLATION
.1 Valve shall be installed in accordance with manufacturer’s written Installation and
Operation Manual and reviewed submittals.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057114.doc
: April 03, 2020
City of Powell River 40 05 71.14
Consolidated Wastewater Treatment Plant ELASTOMERIC INLINE CHECK VALVE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 7 of 7
END OF SECTION
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057114.doc
: April 03, 2020
City of Powell River 40 05 73.16
Consolidated Wastewater Treatment Plant FLAP GATE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 7
Part 1 General
1.1 DESCRIPTION
.1 This section specifies the design criteria, design, supply, and installation, testing, and
commissioning of weighted flap gates.
.2 The Supply Contractor is responsible for the selection, procurement, and integration of
the flap gates, including structural design to the secondary clarifier perimeter wall or
other items required for the system to operate on the parameters identified herein.
.3 The General Contractor is responsible for the receiving, unloading, onsite storage, and
installation of the flap gate in accordance with the requirements of the Manufacturer and
the Supply Contractor.
1.3 SUBMITTALS
.1 Submit product literature that includes information on the performance and operation of
the weight flap gate, materials of construction, dimensions and weights, headloss, flow
data and pressure ratings.
.2 Provide shop drawings that clearly identify the weight flap gate materials of construction
and dimensions.
.3 Provide factory test data for each weighted flap gate demonstrating headloss curve,
cracking pressure, seating pressure, and any other hydraulic data.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057316.doc
: April 03, 2020
City of Powell River 40 05 73.16
Consolidated Wastewater Treatment Plant FLAP GATE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 7
1.5 COORDINATION
.1 Supply Contractor to coordinate this section with all other sections contained within these
specifications.
.2 Supply Contractor to coordinate all delivery, offloading, storage, installation, and testing
requirements with the General Contractor as necessary.
Part 2 Products
2.1 GENERAL
.1 Provide weight flap gate assemblies as per the Reference Drawings in Appendix A and
specification herein
.2 Weighted flap gates to allow flow from the bioreactor into the secondary clarifier during
filling of the bioreactor by the bioreactor transfer pumps (TP-2101, TP-2201, TP-2301,
TP-2401) under a peak flow of 450 L/s.
.3 Weighted flap gates to be fully seated during normal bioreactor and secondary clarifier
operation. Differential pressure across the weighted flap gate to be between 17 to 318
mm in the forward direction (i.e. bioreactor to secondary clarifier) during normal
operation.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057316.doc
: April 03, 2020
City of Powell River 40 05 73.16
Consolidated Wastewater Treatment Plant FLAP GATE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 7
.1 Materials
Component Material
Frame Epoxy Coated Ductile Iron, ASTM A536
Flap, Stiffeners, and Hinge Arm Epoxy Coated Ductile Iron, ASTM A536
Hinge Pins Stainless Steel Type 316/316L, ASTM A276,
Seals EPDM, ASTM D-2000
Anchors, Fasteners, and Nuts Stainless Steel, Type 316/316L, ASTM F593 and
F594
Gaskets EPDM, ASTM D-2000
Counter-Weights Stainless Steel, Type 304/304L, ASTM A276
.2 Allowable leakage rate: 0.00 L/s per metre of wetted perimeter at seated head conditions.
.3 All welds shall be performed by welders with AWS D1.6 certification.
.4 Finish: Mill finish on stainless steel. Welds shall be sandblasted to remove weld burn and
scale.
.5 Provide method for galvanic isolation of dissimilar metals.
.6 Approved Manufacturer:
.1 Whipps Inc.
.2 Hydro Gate
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057316.doc
: April 03, 2020
City of Powell River 40 05 73.16
Consolidated Wastewater Treatment Plant FLAP GATE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 7
.3 Waterman
.4 Approved alternative,
2.4 FRAME
.1 The frame shall be constructed of formed stainless steel plate with a minimum thickness
of 6.4 mm.
.2 Frame design shall be of the flanged back type suitable for mounting directly to a steel
perimeter wall via steel pipe flange with stainless steel mounting studs and an EPDM
gasket.
.3 The angle of the flap when seated against the frame to be between 3 degrees and
7 degrees from the vertical.
.4 Lifting lugs shall be provided on the top of the frame to facilitate installation.
2.6 FLAP
.1 The flap shall not deflect more than 1/360 of the span under the maximum design head.
.2 Reinforcing stiffeners shall be welded to the flap.
.3 A lifting lug shall be provided on the bottom of the flap.
2.8 SEALS
.1 All flap gates to be provided with a continuous resilient seal system on the seating
surfaces to restrict leakage in accordance with the requirements listed in this
specification.
.2 The seals to be held in place by a stainless steel retainer and stainless steel attachment
bolts. The attachment bolts shall have a minimum diameter of 8 mm.
.3 The seal system shall be durable and shall be designed to accommodate frequent
operation without loosening or suffering damage.
.4 All seals must be bolted or otherwise mechanically fastened to the frame. Arrangement
with seals that are force fit and/or held in place with adhesives are unacceptable.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057316.doc
: April 03, 2020
City of Powell River 40 05 73.16
Consolidated Wastewater Treatment Plant FLAP GATE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 6 of 7
.5 The seals shall be mounted so as not to obstruct the water way opening.
Part 3 Execution
3.1 WARRANTY
.1 The Supply Contractor to provide a warranty period in accordance with GC 4.4 Warranty
and Guarantee, in Section 00 72 00 – General Conditions.
3.4 INSTALLATION
.1 Manufacturer to supply all necessary components and fasteners required for installation
of the weighted flap gates.
.2 The General Contractor to install flap gate in accordance with the installation drawings
and installation instruction as provided by the Manufacturer and Supply Contractor.
.3 The flap gate assemblies shall be installed in a true vertical plane, square and plumb.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057316.doc
: April 03, 2020
City of Powell River 40 05 73.16
Consolidated Wastewater Treatment Plant FLAP GATE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 7 of 7
END OF SECTION
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\40057316.doc
: April 03, 2020
City of Powell River 46 43 21
Consolidated Wastewater Treatment Plant CIRCULAR CLARIFIER EQUIPMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 13
Part 1 General
1.1 DESCRIPTION
.1 This section provides the design criteria for a Supply Contractor to design, fabricate and
supply four (4) secondary clarifier tank assemblies, including:
.1 Circular, epoxy coated, steel tank assemblies with check valves, flap gates, and
manways.
.2 Two (2) external partition walls between each circular tank and the concrete
bioreactor walls.
.3 Clarifier effluent launder assemblies including adjustable v-notch weir, scum
baffle, launder covers, and outlet pipe outlet assembly with a removable bar
screen.
.4 Density current baffles.
.5 Bioreactor outlet boxes.
.6 Post-installed epoxy-type anchors, and bolts sets for complete installation, as
shown on the reference drawings in Appendix A.
.2 Each circular clarifier has a corresponding aerated bioreactor; the two will only be in
operation together. The circular clarifier is located inside the square concrete bioreactor;
the space outside the circular clarifier is the bioreactor. A series of check valves and
swing gates in the clarifier steel shell wall will function to ensure passive transfer of fluid
between the secondary clarifier and bioreactor during filling/emptying of the
bioreactor/secondary clarifier. Therefore, the design of the circular steel shell need not
be designed for full hydrostatic loading in either direction.
.3 The Supply Contractor is responsible for the complete design, fabrication, supply of all
components, and shipping to site of the secondary clarifier tanks and ancillary items
required for the system to operate on the parameters identified herein. The Supply
Contractor shall also review and assist the General Contractor in the successful
installation of the components, and with testing and commissioning.
.4 No field welding will be permitted. The Supply Contractor shall erect and level each of
the circular tanks and partition walls in their shop in order to verify all key dimensions
and confirm that all mating connections on the tanks and launders fit together as required.
This shall be undertaken before surface preparation and coating of the fabricated
elements, and be coordinated with the Engineer who will attend and observe.
.5 Surface preparation and application of corrosion protective coating will be coordinated
with the Engineer, who will attend and observe.
.6 The General Contractor will be responsible for the receiving, unloading, onsite storage,
and installation, and commissioning of the clarifier systems, in accordance with the
requirements of the Supply Contractor. The Supply Contractor will review the installation
at key intervals to assist the General Contractor and confirm that the installation is in
accordance with all aspects of design.
.7 Refer to the reference drawings in Appendix A for the circular clarifier dimensions,
elevations, details, and general layouts and sections. The reference drawings show
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464321.doc:
April 03, 2020
City of Powell River 46 43 21
Consolidated Wastewater Treatment Plant CIRCULAR CLARIFIER EQUIPMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 13
indicative components; the Supply Contractor is to finalize the design and have full
responsibility for all aspects of the final design.
.8 Tank shells should be designed and fabricated in sections that bolt together on site
without any welding required. Bolted connections should be effectively sealed to be
leakproof.
.9 An allowance for grout is required to enable the entire tank shell to be leveled and set to
the correct elevation during installation.
1.2 QUALIFICATIONS
.1 The Supply Contractor to provide references for four (4) large steel fabrications operating
in a wastewater treatment or industrial processing application, that have successfully
operated for a minimum of five (5) years in each of at least five (5) wastewater treatment
facilities in North America. Provide list of references with proposal.
.2 If a piece of equipment will not be manufactured by the Supply Contractor, including
welding and machining, the name and contact information of the manufacturing facility
must be supplied; if more than one manufacturer is used, name and contact information
for all companies and facilities must be provided for review by the Engineer. Refer to
Section 00 43 44 - Equipment Supplier’s List.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464321.doc:
April 03, 2020
City of Powell River 46 43 21
Consolidated Wastewater Treatment Plant CIRCULAR CLARIFIER EQUIPMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 13
.6 British Columbia Building Code (BCBC) 2018 and National Building Code of Canada
(NBCC) 2015; where there are conflicts, the more onerous requirement will be followed
.7 JIC EMP-1, Electrical Standards for Mass Production Equipment
.8 NEMA ICS 2, Industrial Control Devices, Controllers and Assemblies
.9 NEMA ICS 6, Enclosure for Industrial Controls and Systems
.10 AWS-D1.1, Structural Welding Code-Steel
.11 AISI, Pocketbook of AISI Standard Steels
.12 AFBMA Std. 9, Load Ratings and Fatigue Life for Ball Bearings
.13 AGMA 6010 E, Spur, Helical, Herringbone, and Bevel Enclosed Drives
.14 ANSI/AGMA B97, Standard for Rating the Pitting Resistance and Bending Strength of
Spur and Helical Involute Gear Teeth
.15 ANSI/AGMA 6034-B, Practice for Single- and Double-Reduction Cylindrical-Worm and
Helical-Worm Speed Reducers
.16 NFPA 820, Standard for Fire Protection in Wastewater Treatment and Collection
Facilities
.17 WorkSafeBC Occupational Health and Safety Regulations
.2 Use qualified and licensed welders possessing certificate for each procedure
performed from authority having jurisdiction.
.3 Submit welder’s qualifications to Contract Administrator. Each welder to possess
identification symbol issued by authority having jurisdiction.
.4 Certification of companies for fusion welding of steel in accordance with CSA
W47.1.
.3 Welding Inspection Qualification:
.1 Welding Inspector qualifications in accordance with CSA W178.2.
.2 Submit welding inspector’s qualifications to Contract Administrator. Each
welding inspector to possess identification symbol issued by authority having
jurisdiction.
.3 Certification of companies for welding inspection in accordance with CSA-
W47.2.
.4 Mill Certificates:
.1 Mill Certificates of each lot of steel received from the mill by the Supply
Contractor to be provided. The mill certificates to record results of tests for the
following:
.1 Yield Strength
.2 Ultimate Tensile Strength
.3 Percent Elongation
.4 Chemical Composition.
1.8 COORDINATION
.1 Supply Contractor to coordinate this section with all other sections contained within these
specifications to ensure that there are no conflicts or gaps in the work.
.2 Supply Contractor to coordinate design of anchor systems with the Engineer, as required
herein, specifically:
.1 Drilled anchors (epoxy-type) for circular tank shell
.2 Drilled anchors (epoxy-type) for partition walls
.3 Drilled anchors (epoxy-type) for bioreactor outlet box
.3 Supply Contractor to coordinate the interconnection of piping systems with the Engineer,
as required herein, specifically:
.1 Outlet pipe from bioreactor outlet box
.2 Inlet pipe to secondary clarifier (by General Contractor). Refer to Section 46 43
21 – Secondary Clarifier Mechanism.
.3 RAS/WAS outlet pipe (by General Contractor). Refer to Section 46 43 21 –
Secondary Clarifier Mechanism.
.4 Clarified effluent outlet pipe
.5 Scum outlet pipe
.4 Coordinate “hold point” shop inspections with the Engineer at the following milestones:
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464321.doc:
April 03, 2020
City of Powell River 46 43 21
Consolidated Wastewater Treatment Plant CIRCULAR CLARIFIER EQUIPMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 6 of 13
.1 Shop assembly and leveling of the circular tank sections, for verification of key
dimensions and confirmation that all mating connections on the tanks and
launders fit together as required.
.2 Refer to Section 09 97 00 – Special Coatings for other requirements.
.3 Refer to Section 46 43 22 – Secondary Clarifier Mechanism for other
requirements.
.5 Supply Contractor to coordinate delivery, offloading, storage, installation, and testing
requirements with the General Contractor as necessary.
Part 2 Products
2.1 GENERAL
.1 This section specifies the design criteria, design, fabrication and supply, shipping,
installation assistance, testing, certification, and commissioning of four (4) secondary
clarifier tanks, each complete and fully functional for secondary clarification of mixed-
liquor each as follows:
.1 Circular steel shell tank with integrated effluent launder having an internal
diameter of 18.000 m.
.2 A number of check valves, flap gates, that enable the circular clarifier to be
passively filled when being put into service, and passively drained when being
taken out of service.
.3 Two external steel partitions spanning between the circular tank shell and the
concrete bioreactor walls;
.4 Clarifier effluent launder assemblies will include adjustable v-notch weir, scum
baffle, launder covers, and an outlet assembly with a bar screen;
.5 Density current baffle;
.6 Bioreactor outlet box;
.7 Drill-in epoxy-type anchors, and bolts sets for complete installation, as shown on
the reference drawings in Appendix A.
.8 The design/fabrication/supply of the above shall be signed and sealed by an
Engineer licensed to practice in the Province of British Columbia.
2.2 FUNCTION
.1 Each circular secondary clarifier tank system shall:
.1 Provide an efficient separation wall between the aerated bioreactor process
(outside) and its corresponding secondary clarifier process (inside), which will
only be in operation together. Therefore, the design of the circular steel shell
wall need not be designed for full hydrostatic loading in either direction.
.2 Provide all of the static components of a fully functional secondary clarifier
system including the tank and appurtenances including those not normally
supplied in a secondary clarifier mechanism package, including a circular
external perimeter wall, effluent launder, v-notch effluent weir, scum baffle,
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464321.doc:
April 03, 2020
City of Powell River 46 43 21
Consolidated Wastewater Treatment Plant CIRCULAR CLARIFIER EQUIPMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 7 of 13
effluent launder covers, a perimeter density current baffle, and an outlet pipe
assembly.
.3 Provide 9 mm bar screens at the outlet of each effluent launder to prevent debris
from causing damage to the UV disinfection systems downstream.
.4 Provide a bridge assembly that will span between the opposite concrete walls and
provide access to the clarifier drive mechanism. Design of the bridge shall be
coordinated with the manufacturer of the clarifier mechanism. Refer to Section
46 43 21 – Secondary Clarifier Mechanism.
.5 Provide ancillary metal components to the clarifier system, including two steel
baffle partition walls between the circular clarifier shell and the concrete
bioreactor walls and a bioreactor mixed-liquor outlet box, that controls the liquid
level in the bioreactor, and conveys the mixed-liquor into the secondary clarifier
feed pipeline.
.6 Provide complete and seamless coordination with the manufacturer of the
clarifier mechanism equipment (i.e. the rotating equipment) including: the inlet
column, inlet feed well, energy dissipating baffle, rotating scum skimming
system, the sludge suction collection system. Refer to Section 46 43 21 –
Secondary Clarifier Mechanism
.7 A scum beach and collection hopper mounted to the perimeter wall that functions
in conjunction with the Secondary Clarifier Mechanism in order to remove
accumulated scum. Refer to Section 46 43 21 – Secondary Clarifier Mechanism.
.8 Provide check valves and flap gates, integrated with the secondary clarifier
perimeter wall, to provide passive transfer of fluid between the secondary
clarifier and bioreactor during filling/emptying of the bioreactor and secondary
clarifier. Refer to Section 40 05 71.14 – Elastomeric Inline Check Valve and
Section 40 05 73.16 – Flap Gate
.9 By integrating all of the above, each secondary clarifier system shall be fully
functional for the intended purpose, including separation and removal of floating
scum, separation and removal of recycle/waste activated sludge, and discharge of
clarified secondary effluent.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464321.doc:
April 03, 2020
City of Powell River 46 43 21
Consolidated Wastewater Treatment Plant CIRCULAR CLARIFIER EQUIPMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 8 of 13
.3 The steel perimeter shell wall shall have an integrated effluent launder trough as shown in
the reference drawings in Appendix A.
.4 All mating surfaces between individual sections to be bolted. Provide a gasket between
bolted surfaces to provide a leak-proof seal. Gasket material to be chemically compatible
with an environment containing raw municipal wastewater.
.5 No field welding will be permitted. Supply Contractor shall assemble and level the
circular tank sections, for verification of key dimensions and confirmation that all mating
connections on the tanks and launders fit together as required.
.6 Hydraulic Design Requirements:
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464321.doc:
April 03, 2020
City of Powell River 46 43 21
Consolidated Wastewater Treatment Plant CIRCULAR CLARIFIER EQUIPMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 9 of 13
.9 Access Hatches
.1 Two (2) 760-mm-diameter access hatches.
.2 Access hatches will be leak-proof, when bolted shut.
.3 Gasket material shall be chemically compatible with an environment containing
raw municipal wastewater (i.e., EPDM or approved alternate).
.10 Elastomeric Inline Check Valves and Flap Gates
.1 Refer to Section 40 05 73.16 – Flap Gates, Section 40 05 71.14 – Elastomeric
Inline Check Valve, and Reference Drawings in Appendix A and Appendix C.
.2 Check valves and flap gates to be mounted to the clarifier perimeter wall, as
shown in the reference drawings in Appendix A.
.3 Clarifier perimeter wall to be to be locally reinforced as necessary to
accommodate the weight of the flap gate and check valve assemblies.
Component Material
Fasteners Bolts: ASTM F593 GR2 for Type 316/316L
Nuts: ASTM F594 GR2 for Type 316/316L
Washer: ASME B18.21.1 for Type 316/316L
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464321.doc:
April 03, 2020
City of Powell River 46 43 21
Consolidated Wastewater Treatment Plant CIRCULAR CLARIFIER EQUIPMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 12 of 13
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464321.doc:
April 03, 2020
City of Powell River 46 43 21
Consolidated Wastewater Treatment Plant CIRCULAR CLARIFIER EQUIPMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 13 of 13
Part 3 Execution
3.1 SHIPMENT
.1 Pre-assemble sections to the largest degree which is practical for shipment.
.2 Provide each component with visible identification markings to be utilized with the
Assembly Plan.
.3 Ensure there is no uneven wear, distortion, or weathering of components.
.4 Coordinate shipment with General Contractor.
3.2 INSTALLATION
.1 Supply Contractor to supply all necessary components and fasteners required for
installation of the clarifier system.
.2 During field assembly of the clarifier system, the Supply Contractor to verify that the
General Contractor’s installation is in conformance with the design including all
necessary field engineering reviews in accordance with BCBC 2018.
3.3 COMMISSIONING
.1 After installation, General Contractor to field test the clarifier tank/assembly in the
presence of the Engineer.
.2 Clarifier Leak Testing
.1 Fill the secondary clarifier with potable water and fill the bioreactor to a level
300 mm above the secondary clarifier.
.2 Introduce a water soluble, biodegradable, non-toxic, NSF 60 approved, orange or
yellow colour dye into the bioreactor. Provide sufficient dye to ensure complete
dye coverage of bioreactor.
.3 Inspect all seal and connections points via video camera. Provide video
recordings and inspection reports to the Engineer for records.
.4 Any leak deemed significant, in the opinion of the Engineer, shall be repaired in
a manner deemed suitable to the Engineer. Do not proceed with repairs until
written permission is provided.
.5 Provide system to maintain differential level, as deemed necessary by the
Engineer.
.6 Repeat testing until all leaks are rectified or to the satisfaction of the Engineer.
END OF SECTION
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464321.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 17
Part 1 General
1.1 DESCRIPTION
.1 This section provides the design criteria for a Supply Contractor to design, fabricate and
supply, and ship four (4) suction-type clarifier mechanisms, including:
.1 Bridge assembly spanning the bioreactor and providing access to clarifier drive;
and all other appurtenances;
.2 Handrails and kickplates;
.3 Embedded anchors and templates for the centre column assembly and sludge
suction box;
.4 Centre pier;
.5 Energy dissipating inlet and flocculation well;
.6 Scum skimmer and scum box including flushing mechanism;
.7 Sludge suction box, and suction header;
.8 Rotating drive mechanism;
.2 The secondary clarifier mechanisms to be located within steel perimeter walls, and
function as a complete system.
.3 The secondary clarifier mechanism to provide clarification of mixed liquor originating
from an activated sludge bioreactor treating municipal wastewater. The mechanism to
provide inlet to the secondary clarifier, inlet flocculation and inlet energy dissipation, and
withdrawal of settled sludge utilizing a rotating suction-type header mechanism.
.4 Supply Contractor will be solely responsible for all aspects of the design, fabrication and
shipping of the components to the work site, in Powell River. The Supply Contractor
shall also review and assist the General Contractor in the successful installation of the
components, and with testing and commissioning.
1.2 QUALIFICATIONS
.1 The Supply Contractor shall design and supply four (4) suction-type secondary clarifier
mechanisms, of the type specified herein, that have successfully operated on similar
waste streams for a minimum of five (5) years in each of at least five (5) wastewater
treatment facilities in North America. Provide list of references with proposal.
.2 If a piece of equipment will not be manufactured by the Supply Contractor, including
welding and machining, the name and contact information of the manufacturing facility
must be supplied; if more than one manufacturer is used, name and contact information
for all companies and facilities must be provided for review by the Engineer. Refer to
Section 00 43 44 - Equipment Supplier’s List.
.3 If patents protecting equipment are not owned by manufacturer then an affidavit must be
supplied stating owner of design and expiration of licensing agreement.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 17
.9 Design calculations and details for clarifier bridge assembly including connection details
and anchorsage, signed and sealed by an Engineer licensed to practice within the
Province of British Columbia.
.10 Provide the following information in one complete submittal in accordance with Section
01 33 00 – Submittals, 26 05 02 – Electrical General Requirements, 26 05 43 – Electrical
Installation and 26 29 03 – Control Panels for requirements related to control panels and
local control stations.
.1 Electrical Single Line Diagram
.2 Instrumentation Diagrams.
.11 Prior to delivery, submit all shop performance testing reports.
.12 Prior to delivery, submit all inspection reports including weld inspections.
.13 Site performance validation and testing reports.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 17
1.9 COORDINATION
.1 Supply Contractor to coordinate this section with all other sections contained within these
specifications to ensure that there are no conflicts or gaps in the work.
.2 Supply Contractor to coordinate design of anchor systems with the Engineer, as required
herein, specifically:
.1 Embedded anchors for centre column
.2 Embedded anchors for sludge suction box seal plate
.3 Embedded anchors for bridge
.3 Supply Contractor to coordinate the interconnection of piping systems with the Engineer,
as required herein, specifically:
.1 Inlet pipe to secondary clarifier (by General Contractor)
.2 RAS/WAS outlet pipe (by General Contractor)
.4 Coordinate shop inspections with the Engineer at the following milestones:
.1 Factory testing of secondary clarifier mechanism components.
.5 Supply Contractor to coordinate delivery, offloading, storage, installation, and testing
requirements with the General Contractor.
.6 Coordinate all equipment, materials, and installations to be provided by the Contractor.
.7 Coordinate equipment delivery/offloading, installation requirements, testing, and training
with the Engineer and General Contractor.
Part 2 Products
General Contractor may be able to secure a waterfront access for receiving large
components.
.2 Hydraulic Design Criteria are provided herein, for reference.
.1 Flow parameters per secondary clarifier, assuming three (3) of four (4) secondary
clarifiers in operation.
Parameter Average Max Day Peak Hour
Annual Flow Flow Flow
.4 Clarifier Mechanism Design Criteria are provided herein, and also in the reference
drawings in Appendix A.
Component Value
General
Internal Diameter (m) 18.0
Side Water Depth (m) 6.0
Minimum Freeboard (m) 0.5
Floor Slope 0.0%
Centre Pier
Minimum inside diameter (m) 0.60
Flocculation Well
Diameter (m) 3.78
Depth below water surface (m) 1.5
Number of Scum ports 4
Well Thickness (mm) 4.8
Configuration Circle
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 7 of 17
Component Value
Energy Dissipating Inlet
Plate Thickness (mm) 4.8
Impingement Zone 4
Skimmer
Number of Skimmer Arms 1
Sludge Header
Maximum Headloss for Header 457
(mm)
Minimum Flow Velocity in 0.15
Header (m/s)
Minimum Header Orifice 38
Diameter (mm)
Header Thickness (mm) 6.4
Header Support Type Tie bar
Component Value
Maximum Drive Speed (RPM) 0.04
Drive Motor Service Factor 1.25
.3 Motors shall be rated for continuous duty, constant speed operation with a
service factor of 1.25.
.4 Motor be provided with a minimum IP65 rating.
.5 Drive mechanism shall be of primary helical gear reduction, intermediate worm
gear reduction unit and enclosed final reduction unit consisting of internal spur
gear and pinion in a turntable base is to be completely assembled and finish
painted in the Manufacturer's shop.
.6 All gearing shall be enclosed in gray cast iron ASTM A48 Class 40B housings.
Fabricated steel housings, exposed gearing and submerged bearings will not be
acceptable. Housing to be Epoxy coated in accordance with Section 09 97 00 –
Special Coatings.
.7 The drive shall be designed to allow removal and replacement of internal gear,
balls and strip liners without raising the walkway.
.8 All components of the drive mechanism shall be designed in accordance with
AGMA Standard 6034-B92 and Standard 2001-D04 for 24-hour continuous,
uniform load duty and 20-year design gear life at the output speed. The AGMA
rated torque of the drive shall be the lowest value computed for worm gear set,
spur gear and pinion for strength and durability.
.9 Select conservative values for bending strength and pitting resistance life factors
Kl and Cl based on a minimum of 420,000 cycles of the main gear. The drive
AGMA torque rating shall be as specified above with a minimum 1.25 service
factor.
.10 All bearings shall be designed for a minimum B-10 life of 200,000 hours.
.8 Primary Reduction Unit
.1 Provide commercially available helical gear reducer or gearmotor in a cast
housing.
.2 All bearings shall be anti-friction type running in oil.
.3 Primary reduction unit shall drive the intermediate reduction through a chain and
sprocket arrangement with #80L self-lubricating chain and non-corrosive
WorkSafe BC approved removable chain guard.
.4 Provide proper chain tension by an adjustable steel base mounted on the
intermediate reduction unit.
.9 Intermediate Reduction Unit
.1 Provide worm gear speed reduction with grease and oil lubricated anti-friction
type bearings in cast iron housing securely bolted on the machined top face of the
final reduction unit. Worm and shaft shall be a two-piece assembly for ease of
maintenance. Cycloidal and planetary gearing will not be acceptable.
.2 Align and maintain accurate centers with the final reduction gearing. Swivel
base mounting of the intermediate unit will not be acceptable.
.3 Mount an electro-mechanical overload device on the thrust end of the worm shaft
consisting of plate spring assembly, plunger, indicator dial, and two (2) DPDT
(form C) contact outputs (eg. micro-switches). Provide a terminal block or strip
to allow for wiring all contacts to external devices. Enclose in a NEMA 4X
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 9 of 17
housing. Current metering devices will not be considered equal to the overload
device specified.
.4 Switches shall be factory set to:
.1 Change state of the first contact set when the load on the mechanism
reaches 100% of the AGMA torque, to be used for alarming; and
.2 Change state of the second contact set, interlocked with the motor so that
it shuts down when the load reaches 120% of the AGMA torque.
.5 Provide a shear pin device mounted on the drive end of the worm shaft.
.10 Final Reduction
.1 Provide internal, full depth involute tooth design, ductile iron spur gear driven by
a heat-treated steel pinion from the slow speed shaft of the intermediate reduction
unit. Stub tooth design will not be acceptable.
.2 Provide bearings at top and bottom of pinion to ensure complete tooth contact
between mating surfaces. Pinion and pinion shaft shall be furnished as a two-
piece assembly for ease of maintenance.
.3 Provide cast iron turntable base with annular raceway to contain balls upon
which the internal gear rotates. The ball race shall ensure low unit ball load, long
life and stability without the use of submerged guide shoes, bumpers or steady
bearings.
.4 Provide four (4) 9.5 mm thick x 19 mm wide renewable special hardened (38-42
Rockwell C) steel liner strips force fitted (pins and cap screws not permitted) into
the turntable base and internal gear for balls to bear on vertically and
horizontally.
.5 Provide an internal gear of split design with precision mating surfaces for ease of
removal of gear, balls and liner strips without raising bridge. Drives without this
feature are not acceptable.
.6 Internal gear, pinion and balls to run in an oil bath and be protected by a felt seal
and vertical neoprene dust shield.
.7 Provide oil filling and level pipe along with a drain plug and sight gauge.
.8 Turntable base shall be bolted to the center column and be designed to support
the bridge, internal gear and rotating mechanism.
.11 Flocculation Baffles
.1 Provide inlet baffles to promote effective mixing and tapered flocculation.
.2 Flow shall impinge three (3) overlapping vertical target baffles in secession with
a series of four (4) impingement zones.
.3 Design to provide a "Gt" (t in seconds) value in the well not exceeding 6,000
with a velocity gradient "G" within the well of at least 35 m/s/m and not
exceeding 60 m/s/m at a minimum water temperature of 8°C at peak influent
flow.
.4 Provide horizontal shelf baffles to prevent downward movement in flocculation
zone.
.5 Baffles shall bolt to center cage and well support beams.
.6 The baffles to be fabricated from minimum 4.8 mm thick A36 carbon steel plate.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 10 of 17
wiper blade shall have a wearing strip on its outer end which contacts the scum
baffle and neoprene strip on its inner and lower edges which contact the scum
trough.
.4 All springs, pivot points and threaded fasteners shall be constructed of 316
stainless steel. The hinged wiper assembly epoxy coated steel. The wiper blade
shall be Neoprene. The wiper assembly shall be the same dimension of the scum
trough.
.5 Wiper blade material to be easily replaceable in the field.
.6 Provide a manual lockout mechanism on hinged skimmer assembly to allow for
flexible independent operation for surface ice. Lockout mechanism shall raise
hinged skimmer assembly above water surface without removal.
.7 Provide one (1) scum trough 1,200 mm wide with inclined beach of 6.3 mm thick
plate, supported from the perimeter wall.
.8 Scum trough shall have an overall length of approximately 1,400 mm along the
scum baffle consisting of beach plate, inner radius baffle, hopper and 6"
discharge pipe. Manufacturer shall provide a loose plate flange for contractor to
field weld and connect to scum drain piping.
.9 Beach plate to slope at a nominal incline of 14.5% to a point 120 mm below the
maximum water elevation. The trough shall be provided with a submerged shelf
extension spanning an additional 1,200 mm along the scum baffle. An inner
radius baffle extending 230 mm below and 76 mm above maximum water level
shall run from the trough to the end of the submerged shelf.
.10 Provide a mechanical flushing device made from 316 stainless steel and activated
by the main tank skimmer arm. The flushing device shall pivot on a fabricated
hinge that uses a 19 mm diameter minimum stainless steel pin/bolt. The flushing
device will provide a counter weight action which in conjunction with a neoprene
seal will assure a positive closure. The flushing device shall be held open to
allow 57 to 94 litres of flushing water per trip. Duration of time in which flow
occurs after activation to be user adjustable up to a maximum flushing time of 10
minutes.
.17 Access Bridge
.1 Provide a bridge of wide flange beam construction extending from the concrete
bioreactor wall to the secondary clarifier drive base, and extending to the
concrete bioreactor wall on the opposite site.
.2 Review and confirm all supporting conditions for the bridge. Coordinate with
Engineer as necessary.
.3 Bridges to be designed to support all expected loads, in accordance with BCBC
2018, and signed and sealed by a Professional Engineer licenced to practice in
the Province of British Columbia. Provide field review of installation in
accordance with BCBC 2018.
.4 Design stairs to meet BCBC 2018 requirements for rise and run for stairs, and as
shown on the reference drawings in Appendix A. Coordinate with Engineer as
necessary. Provide field review of installation in accordance with BCBC 2018.
.5 All field connections shall be bolted. No field welding is permitted.
.6 Bolted connections with dissimilar metals to galvanically isolated.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 13 of 17
.7 All welds to be shop welded. No welding will be permitted after coating has been
applied. No field welding is permitted.
.8 Design and provide anchor system suitable for the expected seismic forces for a
post-disaster facility in accordance with BCBC 2018. Ensure that the earthquake
uplift forces can be transferred adequately into the concrete slab base. Provide
factored forces, anchorage connection details, anchorage sizes, and loading to
Engineer for coordination of base structure design. Anchorage to be signed and
sealed by an Engineer licensed to practice in the Province of British Columbia.
.9 Provide contiguous guardrails (handrails) and toeboards (kickplates) surrounding
the exterior facing portions of the bridge and stairs in accordance with
WorkSafeBC requirements. Note that bridges for Secondary Clarifiers No. 1 and
No. 2 are access walkways without closed ends; bridges for Secondary Clarifiers
No. 3 and No. 4 are to be closed on the west end, as per reference drawings in
Appendix A. Coordinate components of this work with General Contractor to
ensure a continuous transition between the handrail/kickplate systems provided
by others.
.10 Minimum width for bridge walkway to be 950 mm.
.11 Provide a minimum 2,765 mm x 2,750 mm rectangular platform to provide a
minimum 600 mm working clearance around the drive.
.12 Bridges to support process aeration piping. Aeration piping and piping supports
to be designed by the Engineer and installed by the General Contractor.
Coordinate with Engineer as necessary.
.13 Bridge and Stairway Design Loads
.1 Minimum Live load = 4.8 kPa.
.2 Maximum deflection = L/360.
.14 Guardrail Design Loads:
.1 Concentrated load of 1.3 kN applied at any point on the rails so as to
produce the most critical effect.
.2 Vertical load on top rail of 1.5 kN/m and need not be considered to act
simultaneously with the load specified above.
.3 Maximum horizontal post deflection = L/50.
.15 Grating
.1 Provide FRP grating with non-slip, gritted walking surface.
.2 Grating to be affixed to bridge structure using stainless steel 316/316L
G-type hold down clips. Provide method to galvanically isolate
dissimilar metals.
.3 Grating to be provided in individual sections not exceeding 15 kg and
two (2) metres length.
.4 Colour: Grey
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 14 of 17
2.2 MATERIALS
Component Material
Driver Housing ASTM A48 Cast Iron, Epoxy Coated
Submerged Clarifier Components ASTM A36 Carbon Steel, Epoxy Coated
Non-Submerged Clarifier Components ASTM A36 Carbon Steel, Epoxy Coated
Walkway Bridge ASTM A709 Carbon Steel, Epoxy Coated
Grating ASTM F3059 FRP
Handrails ASTM A500 Tubular Carbon Steel Schedule 40,
Epoxy Coated
Sludge Collection Header ASTM A36 Carbon Steel, Epoxy Coated and Lined
Surface Skimmer ASTM A36/ASTM A500 Carbon Steel, Epoxy Coated
Surface Skimmer and Sludge Header ASTM D 2000 Neoprene, Minimum Durometer
Wiper Hardness of 50
Anchors ASTM F593 Stainless Steel 316/316L
Fasteners Bolts: ASTM F593 GR2 Stainless Steel 316/316L
Nuts: ASTM F594 GR2 Stainless Steel 316/316L
Washers: ASME B18.21.1 Stainless Steel 316/316L
Grating Hardware Stainless Steel 316/316L
Part 3 Execution
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 15 of 17
.2 The minimum site attendance is identified in the following table along with the form that
is required to be completed on each of these trips. A “day” is defined as 8 working hours
on site.
3.2 WARRANTY
.1 The Supply Contractor to provide a warranty period in accordance with GC 4.4 Warranty
and Guarantee, in Section 00 72 00 – General Conditions.
3.5 INSTALLATION
.1 Conform to the requirements of Section 01 87 13 – Equipment, System Performance, and
Operational Testing.
.2 The General Contractor is to ensure the equipment is installed plumb, square and true in
accordance with the Supply Contractor’s written requirements and installation
instructions.
.1 Drive
.1 Alignment and Installation
.1 Check alignment of the drive and driven sprockets.
.2 Check chain for proper tension.
.3 Ensure proper fit of chain guard.
.4 Measure the stop block clearance and lower drive housing.
.5 Review and confirm the correct motor, gear reducer, and drive
chain have been installed on the clarifier drive per the defined
mechanism design.
.6 Confirm installation of the proper shear pin.
.7 Bump motor to confirm correct rotation.
.2 Lubrication
.1 Check the drive mechanism for the correct lubrication levels.
.2 Service all lubrication points and grease fittings.
.3 Check the air vents in the gear reducers.
.3 Micro-switches
.1 The torque protection micro-switches must be connected per the
diagram on the drive drawing.
.2 The shut-down switch must be connected: a manual reset must
be wired in the circuit when the motor shut-off switch is
activated.
.3 Set alarm and motor shut-off torque overload gap.
.2 Clarifier Mechanism
.1 Installation
.1 Confirm proper installation of all field bolted materials.
.2 Check the bridge and platform for proper level installation.
.3 Ensure proper spacing has been installed on the bridge expansion
end to allow for sufficient room to expand and contract.
.4 Run the mechanism and check the horizontal plane at four points
on the wall (90 deg. apart). Always recheck starting point.
.5 Check manifold runs concentric to center pier.
.6 Check the slope of the header at fluidizing blade.
.7 Confirm that the upper and lower manifold seals are installed
properly.
.8 Check the elevation and scum beach level relative to the max
water surface.
.9 Preform alignment check of the header and truss arms.
.10 Proper tracking and alignment of skimmer assembly with water
elevation and scum trough.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 22
Consolidated Wastewater Treatment Plant SECONDARY CLARIFIER MECHANISM
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 17 of 17
END OF SECTION
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464322.doc:
April 03, 2020
City of Powell River 46 43 23
Consolidated Wastewater Treatment Plant DENSITY CURRENT BAFFLE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 6
Part 1 General
1.1 DESCRIPTION
.1 This section provides design criteria for a Supply Contractor to design, fabricate, and
supply four (4) density current baffle assemblies.
1.2 DEFINITIONS
.1 FRP: Fibre Reinforced Plastic
.2 UV: Ultraviolet
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464323.doc:
April 03, 2020
City of Powell River 46 43 23
Consolidated Wastewater Treatment Plant DENSITY CURRENT BAFFLE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 6
1.7 COORDINATION
.1 Supply Contractor to coordinate this section with all other sections contained within these
specifications.
.2 Supply Contractor to coordinate installation and inspections with General Contractor, as
required.
Part 2 Products
2.1 FUNCTION
.1 The density current baffle is a fibre reinforced plastic baffle designed to increase the
performance of the clarifier by substantially reducing clarifier effluent solids, increasing
the clarifier’s hydraulic capacity, promoting blanket formation, and minimizing potential
short-circuiting through gas vents.
.2 The density current baffle is to be mounted to the interior portion of each secondary
clarifier perimeter wall in order to achieve the performance enhancement previously
mentioned.
.4 The panels shall be designed such that adjacent panels fit together without
overlapping or cutting, and the completed baffle when installed, has a well-
engineered and professional appearance.
.2 Design:
.1 The inclination angle of the baffle to be 30 degrees as measured from the
horizontal
.2 Horizontal projection of the baffle to defined by the following equation:
.1 Horizontal Projection (mm) = 457 mm + 25 mm/m x (clarifier diameter
(m) – 9.14).
.3 Density Current Baffle horizontal projection and vertical mounting (height above
clarifier floor) to be such that the relative percent solids removed, to a “no baffle”
benchmark, be greater than 75% under peak hour flow scenario and
corresponding solids loading.
.4 Provision to be made to attach the panels to the clarifier wall and support them at
the proper angle using a triangular panel bracket. The panel and bracket to be
molded as an integral part of each panel, forming a baffle module. A specially
formed “free-end” bracket to be provided to support the free end of the last panel
where the run of panels is interrupted by an obstruction.
.5 If separate panels and brackets are supplied, the panels shall be molded of
fiberglass and shall meet the specifications of this section. The brackets shall be
fabricated of 75 mm x 75 mm x 6 mm stainless steel angle and shall be triangular
in shape, with the corners welded. Brackets shall be installed at a maximum
spacing of 1200 mm. The panels shall be fastened to the brackets with stainless
steel nuts, bolts and lock washers every 200 mm.
.6 Secondary Clarifier to possess inboard launders. Supply Contractor to coordinate
placement of the Density Current Baffles with other sections in the
specifications.
.1 If there is sufficient vertical clearance between the top of the blanket and
the bottom of the launder to position the bottom of the baffle at least two
feet above the top of blanket, then the baffle shall be mounted directly to
the tank wall at or above that position.
.2 Where the clearance is more restricted, the baffle shall be mounted to the
lower inboard corner of the launder trough. In this case, the width of the
trough shall be taken into account when calculating the horizontal
projection of the baffle, and the horizontal projection shall not be less
than 610 mm.
.7 A method of interconnecting adjacent panels is to be provided such that the entire
assembly forms a completely rigid structure capable of supporting its own weight
plus snow and wind loads, in accordance with environmental conditions outlined
in BCBC 2018. The baffle is to also be designed to withstand a buoyant force
load equal to the weight of the water displace from the volume beneath the
baffle. The angled working surface of each baffle is to be sufficient in pitch and
width to divert the flow and to create a self-cleaning action of the baffle itself.
.8 Provision shall also be made to vent gases that may form beneath the baffle
through 75 mm diameter half-round openings molded into the panel at its highest
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464323.doc:
April 03, 2020
City of Powell River 46 43 23
Consolidated Wastewater Treatment Plant DENSITY CURRENT BAFFLE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 6
point. The vents should aim radially towards the center of the tank, such that any
bubbling and/or bypassing current is directed away from the weir, preventing
short-circuiting. Specially in cases where the panels are to be launder-mounted,
with the vents sitting directly below the weir and scum baffle.
.3 Materials:
Component Material
Fasteners Bolts: ASTM F593 GR2 for Type 316/316L
Nuts: ASTM F594 GR2 for Type 316/316L
Washer: ASTM A193 for Type 316/316L
Resin Corezyn COR75-AQ-010
Surfacing Mat Type C Veil
Glass Reinforcement 357-211 PLN CTC chopped strand roving
.4 Each baffle panel to be molded of fiberglass-reinforced plastic. The resins and fiberglass
reinforcing material to be consistent with the environmental conditions and structural
requirements of the system.
.5 Each baffle panel to have the following minimum physical properties:
Property Minimum Values
Tensile Strength 12,000 PSI (ASTM D638)
Flexural Strength 20,000 PSI (ASTM D790)
Flexural Modulus 1x106 PSI (ASTM D790)
Notched Izod Impact 12 ft-lbs/inch (ASTM D256)
Barcol Hardness 40 (ASTM D2583)
Water Adsorption 0.2 % (ASTM D570)
.6 The resin to be an isophthalic polyester resin with corrosion-resistant properties, suitable
for use in submerged waste treatment applications. The resin shall not contain fillers
except as required for viscosity control. For viscosity control, a thixotropic agent up to
5% by weight may be added to the resin.
.7 The resin to be treated to provide UV protection utilizing an UV inhibitor.
.8 Glass reinforcement to consist of chemically bonded surfacing mat and chopped strand
roving. The glass content of the finished laminate shall not be less than 30% by weight.
The nominal thickness of each baffle panel shall be 6 mm ± 1.5 mm thick with resin rich
surfaces and edges to prevent migration of moisture and fiber “blooming”.
.9 Colour: Grey.
.10 The upper surface of each panel to be mold smooth will no exposed glass fibers.
Laminations shall be dense and free of voids, dry spots, cracks or crazes. The upper
surface of the baffle to be reinforced with one layer of surfacing veil followed by 2
ounces or more of chopped strand roving. In addition, the vertical mounting flange
(return flange on launder mount applications) shall be reinforced with one layer of 24 oz
woven roving.
.11 No other glass product is permitted between these layers. All factory-trimmed edges to be
“hot coated” with resin to prevent wicking.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464323.doc:
April 03, 2020
City of Powell River 46 43 23
Consolidated Wastewater Treatment Plant DENSITY CURRENT BAFFLE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 6
Part 3 Execution
3.2 WARRANTY
.1 The Supply Contractor to provide a warranty period in accordance with GC 4.4 Warranty
and Guarantee, in Section 00 72 00 – General Conditions.
3.4 INSTALLATION
.1 Conform to the requirements of Section 01 87 13 – Equipment, System Performance, and
Operational Testing.
.2 The General Contractor to field verify existing dimensions and install the baffle in
accordance with the contract drawings, reviewed shop drawings and manufacturer’s
written requirements.
.3 Mounting holes to be factory drilled. Field cutting of baffle panels will be allowed to
complete the structure and accommodate in-tank obstructions upon written approval from
the Density Current Baffle manufacturer. All field cut or drilled edges to be repaired per
the manufacturer’s requirements to prevent fiber blooming or fraying.
.4 All field modifications to the FRP structure to be recorded via written report outlining
outstanding issue, modification to FRP structure required, and FRP repair methodology.
Provide photographs showing FRP structure prior to field modification, post field
modification, and after field repairs of FRP structure.
.5 All of the fasteners required for installation to be supplied by the Supply Contractor. The
baffle panels to be attached to the wall using a minimum 9.5 mm bolts with washers, and
hex nuts. Adjacent baffle panels are fastened together using a minimum 6 mm bolts, two
(2) flat washers, lock washer, and hex nut. All fasteners shall to be stainless steel as per
the specifications.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464323.doc:
April 03, 2020
City of Powell River 46 43 23
Consolidated Wastewater Treatment Plant DENSITY CURRENT BAFFLE
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 6 of 6
.6 The density current baffle to extend completely around the tank and shall be level, rigid
and free of sway that could work anchors loose or cause undue wear.
END OF SECTION
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\464323.doc:
April 03, 2020
P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\cover_ld_sheets.docx
City of Powell River
APPENDIX A ‐ DRAWING PACKAGE
A‐1
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE
3.1 3.2
3.3 3.4
BIOREACTOR 1
BIOREACTOR 2
TPR
LAUN
E A.3
FLOW FLOW
SECONDARY
CLARIFIER 1
SECONDARY ROTATION
ROTATION DIRECTION
AEROBIC DIGESTER 1 CLARIFIER 2 DIRECTION
B.3
PROCESS GALLERY
\\S-edm-fs-01\projects\20172098\00_Pwll_Rvr_WWTP\Working_Dwgs\400_Process_Mech\Revit 2017\2098-00-d-PW WWTP_for RFP-20191202_detached V2.rvt
C.3
ROTATION
DIRECTION ROTATION
DIRECTION
AEROBIC DIGESTER 2
SECONDARY
CLARIFIER 3 SECONDARY
CLARIFIER 4
FLOW
FLOW
D.3
DATE: 2020-04-01 10:41:55 AM
BIOREACTOR 3 BIOREACTOR 4
1 PLAN 1 : 150
-
GENERAL PLAN AT
16.00
2098-00-P001 A
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE
BIOREACTOR 2 BIOREACTOR 1
A.3
FLOW FLOW
SECONDARY SECONDARY
CLARIFIER 2 CLARIFIER 1
ROTATION
ROTATION DIRECTION
AEROBIC DIGESTER 1 DIRECTION
B.3
\\S-edm-fs-01\projects\20172098\00_Pwll_Rvr_WWTP\Working_Dwgs\400_Process_Mech\Revit 2017\2098-00-d-PW WWTP_for RFP-20191202_detached V2.rvt
C.3
ROTATION
DIRECTION ROTATION
DIRECTION
AEROBIC DIGESTER 2
SECONDARY SECONDARY
CLARIFIER 3 CLARIFIER 4
FLOW FLOW
D.3
DATE: 2020-04-01 10:41:57 AM
BIOREACTOR 3 BIOREACTOR 4
1 PLAN 1 : 150
-
GENERAL PLAN AT
22.50
2098-00-P002 A
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE
A.3 A.3
1500
BOTTOM FLANGE (BY S.C.)
1500
EFFLUENT LAUNDER
SECONDARY CLARIFIER TANK (BY S.C.)
WALL (BY S.C.)
450Ø FLAP GATE EFFLUENT V-NOTCH WEIR
(BY S.C., TYP. OF 2) (BY S.C.)
SCUM BAFFLE
760Ø ACCESS (BY S.C.)
HATCH
(BY S.C.)
FLOCCULATION WELL
21000
DETAIL PLATE BY S.C.)
3
P503
25.1°
\\S-edm-fs-01\projects\20172098\00_Pwll_Rvr_WWTP\Working_Dwgs\400_Process_Mech\Revit 2017\2098-00-d-PW WWTP_for RFP-20191202_detached V2.rvt
500Ø SECONDARY
CLARIFIER INFLUENT
PIPE (BY G.C.)
45.
0°
300Ø WAS/RAS
PIPE
(BY G.C.)
760Ø ACCESS
HATCH (BY S.C.)
1155
.0°
135
BIOREACTOR
1220
OUTLET BOX
(BY S.C.), SEE
2145 DETAIL ON
1
P502
SECONDARY EFFLUENT
LAUNDER OUTLET (BY S.C.)
SCUM HOPPER
500Ø SECONDARY EFFLUENT PIPE (BY S.C.)
1 _
______ 1 _
______
(BY S.C.)
P301 GROOVED COUPLINGS (BY G.C.)
P301
B.3 B.3
2 PLAN 1 : 75
NOTE:
1 PLAN 1 : 75 -
BIOREACTOR/CLARIFIER DIMENSIONS OF FABRICATED COMPONENTS (WITH THE EXCEPTION OF
-
BIOREACTOR/CLARIFIER NO. 1 - PLAN AT 20.45 TOP ELEVATIONS AND THE CLARIFIER PARTITION DIAMETER) ARE MEANT
NO. 1 - PLAN AT 16.70 TO BE INDICATIVE OF WHAT IS EXPECTED. SUPPLIERS ARE TO FINISH THE
PROCESS/HYDRAULIC DESIGN AND THE STRUCTURAL DESIGN AND
PROPOSE THEIR PRODUCTS THAT BEST FIT THIS APPLICATION.
2098-00-P101 A
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE
3.3 3.4
2 _
______
P302
BIOREACTOR 1
A.3
WALKWAY
(BY S.C.)
EFFLUENT LAUNDER
COVER PANELS (BY S.C.)
9125
950
SECONDARY
CLARIFIER 1
2765 DIVIDING WALL 2 STEEL
PLATE
(BY S.C.)
\\S-edm-fs-01\projects\20172098\00_Pwll_Rvr_WWTP\Working_Dwgs\400_Process_Mech\Revit 2017\2098-00-d-PW WWTP_for RFP-20191202_detached V2.rvt
2750
BIOREACTOR OUTLET BOX
(BY S.C.)
B.3
DATE: 2020-04-01 10:42:00 AM
NOTE:
2098-00-P102 A
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE
FLOCCULATION WELL
WALKWAY
ENERGY DISSIPATING INLET
DENSITY CURRENT
BAFFLE
CENTER PIER
T/CONCRETE
21.50
WALKWAY (BY S.C.) T/PLATFORM 21.90
3.3 3.4
B/V-NOTCH WEIR 20.65
BIOREACTOR
\\S-edm-fs-01\projects\20172098\00_Pwll_Rvr_WWTP\Working_Dwgs\400_Process_Mech\Revit 2017\2098-00-d-PW WWTP_for RFP-20191202_detached V2.rvt
GROOVED COUPLING
(BY G.C.)
B/LAUNDER
19.61 2145 500Ø S.S. PIPE
1160 (BY G.C.)
DIVIDING WALL 2
STEEL PLATE (BY S.C.)
2450
16.00 FLANGE CONNECTION
(BY G.C.)
15.50 15.50 15.50
BIOREACTOR
GROUND FLR
15000
DATE: 2020-04-01 10:42:04 AM
NOTE:
1 1 SECTION 1 : 50
DIMENSIONS OF FABRICATED COMPONENTS (WITH THE EXCEPTION OF
P102 P101 TOP ELEVATIONS AND THE CLARIFIER PARTITION DIAMETER) ARE MEANT
BIOREACTOR/CLARIFIER
TO BE INDICATIVE OF WHAT IS EXPECTED. SUPPLIERS ARE TO FINISH THE
NO. 1 SECTION 1 PROCESS/HYDRAULIC DESIGN AND THE STRUCTURAL DESIGN AND
PROPOSE THEIR PRODUCTS THAT BEST FIT THIS APPLICATION.
2098-00-P301 A
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE
300Ø DEWATERING PIPE c/w TIDEFLEX VALVE (BY S.C.) SCUM HOPPER
(BY S.C.)
BIOREACTOR TOP
21500
ADJUSTABLE WEIR
(BY S.C.), SEE DETAIL
2
P503
DENSITY CURRENT
BAFFLE (BY S.C.)
6500
ENERGY DISSIPATING INLET
(BY S.C.)
GROOVED COUPLINGS
2 (BY G.C.)
1 CENTER PIER BASE (BY S.C.), SEE DETAIL
P503 P501
SLUDGE SUCTION MANIFOLD
(BY S.C.) 500Ø S.S. SECONDARY
SEE NOTE 2 CLARIFIER EFFLUENT PIPE
(BY S.C.)
300Ø S.S. WAS/RAS PIPE (BY G.C.)
500Ø S.S. SECONDARY CLARIFIER BIOREACTOR
INFLUENT PIPE (BY G.C.)
GROUND FLR
15000
NOTES:
2098-00-P302 A
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE
0
58
00
CONNECTION
92
GE
AN
FL
0
R
00
TE
.9
OU
I.D
00 A A
83
R
EI
W
CH
N OT 0
V- E 810
L
FF
BA
UM PLAN
SC
500Ø CENTER PIER
SCUM BAFFLE
BASE SEAL PLATE SLUDGE SUCTION MANIFOLD
EFFLUENT LAUNDER
SECTION A-A
2 DETAIL
1 DETAIL SECONDARY
SECONDARY CLARIFIER CENTER
EDGES OF EFFLUENT LAUNDER PIER BASE (N.T.S.)
DATE: 2020-04-01 10:42:10 AM
2098-00-P501 A
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE
2800
OUTLET BOX WALL FLANGE (BY S.C.)
A
SUPPORT BRACKET AS REQ'D
SLOTTED HOLE (TYP.) T/PERIMETER WALL EL. 21.00 (BY S.C.)
12
(BY S.C.) 0.0
°
500
SCUM BAFFLE TOP EL. 20.78
(BY S.C.)
1400
300
SCUM BAFFLE SUPPORT BRACKET AS REQ'D
(BY S.C.)
EFFLUENT LAUNDER EL. 19.61
(BY S.C.)
2800
HORIZONTAL STIFFENER AS REQ'D (BY S.C.)
EFFLUENT LAUNDER
SUPPORT BRACE AS REQ'D
SECTION A-A SUPPORT BRACKET (BY S.C., TYP. OF 2) (BY S.C.)
790
500Ø PLAIN-END PIPE (BY S.C.)
1400
DENSITY CURRENT DENSITY CURRENT BAFFLE
BAFFLE SUPPORT BRACE (BY S.C.)
AS REQ'D (BY S.C.)
1400
\\S-edm-fs-01\projects\20172098\00_Pwll_Rvr_WWTP\Working_Dwgs\400_Process_Mech\Revit 2017\2098-00-d-PW WWTP_for RFP-20191202_detached V2.rvt
500
300
A B B 2 DETAIL
EFFLUENT LAUNDER
DETAIL (N.T.S.)
PLAN
SECTION B-B
1 DETAIL
200
BIOREACTOR SS316/316L ANCHOR ROD c/w
SS316/316L NUT AND WASHER
OUTLET BOX (N.T.S.)
PERIMETER WALL FLANGE
GASKET (TYP.)
BOTTOM OF V-NOTCH PERIMETER WALL (TYP.)
5
6 DETAIL
178
2098-00-P502 A
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE
A.3
3.4
T/CONCRETE 21.50
1500
BIOREACTOR TOP BIOREACTOR TOP
21500 21.00
21500
20.67
ADJUSTABLE 20.57
BAFFLE, SEE MOUNT STEEL PLATE ON
DETAIL TANK WALL (MOUNTING
2 MATERIALS BY S.C.,
INSTALLATION BY G.C.)
P503
STEEL PLATE
(BY S.C.)
STEEL PLATE
(BY S.C.)
3550
PLATE MOUNTED ON
CONCRETE WALL
(MOUNTING MATERIALS BY
S.C., INSTALLATION BY G.C.)
6000
5570
STEEL PLATE MOUNT ON
CONCRETE WALL
(MOUNTING MATERIALS BY
REINFORCED CONCRETE
S.C., INSTALLATION BY G.C.)
(BY G.C.)
\\S-edm-fs-01\projects\20172098\00_Pwll_Rvr_WWTP\Working_Dwgs\400_Process_Mech\Revit 2017\2098-00-d-PW WWTP_for RFP-20191202_detached V2.rvt
1500
100
BIOREACTOR BIOREACTOR
T/O SLAB GROUND
GROUND FLR GROUND FLR
100
300
15000 15000
100
2098-00-P503 A
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE
No.1
RUN ALARM RUN ALARM SPEED SPEED
PI RUN ALARM AUTO CNTRL IND
XR XA XR XA
215 XR XA UA SC SI
215 215 216 216
217 217 217 217 217
SCADA
S
25 - PPSW - E1
E 1 VFD -217 (TYPICAL FOR VFD -218)
NO TO STARTER IN MCC
SERVICE
WATER
CDM-2101
M
SUBMERGED IN GALLERY
500 - SE - H1
A D-024
TO UV
CLS-2101
PI PIT
SECONDARY NC 215 215
PI
CLARIFIER 1
216
NC
NOTE 5
PLV-2121 NO
NO
NC
1 M NO
100 - SC - B3
F D-027
UNDER
FLOOR
CHV-2121 PLV-2122
SCUM TO
NC
NOTE 3 TO SCADA VC VC
SMP-2121 SCUM HEADER 1
PI
500 - ML - H1 217
A D-016
GALLERY
NOTE 3
FROM
300 - RAS - H1
VFD 217 FE
BIO-REACTOR 1
DN50
217
NC
NO
NO
M NO
300 - RAS - H1 300 - RAS - H1
300 - RAS - H1 M D D-016
FBS CHV-2102 PLV-2102 PLV-2103
DN50
PLV-2101 FBS NC DJ DJ NC RAS TO
DJ BIO-REACTOR 1
RASP-2101
300 150
TO SCADA
PI
218
D1
LC
300
VFD 218 FE
218
DN50
NC
100
D1
M NO 100 - WAS - H1
NO 100 - WAS - H1
DWG PATH: p:\20172098\00_pwll_rvr_wwtp\working_dwgs\400_process_mech\2098-00-d-020.dwg
DN50
PLV-2111 FBS NC VC VC NO VC VC NC VF TO DAF
DJ
WASP-2111 THICKENER
100 - DR - E2
D1 E D-014
PLANT RECYCLE
NOTES:
1. INSULATE AND HEAT SERVICE PIPE OUTSIDE AND ABOVE FROST LEVEL. DRAIN
SAVE DATE: 2020-03-10 3:14:09 PM SAVED BY: BRACHOC
2098-00-D-020 B
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE
SPEED SPEED
No.1
RUN ALARM RUN ALARM RUN ALARM AUTO CNTRL IND
PI
XR XA XR XA XR XA UA SC SI
225
225 225 226 226 227 227 227 227 227
SCADA
S
25 - PPSW - E1
H1
A D-016 E 1
VFD -227 (TYPICAL FOR VFD -228)
NO TO STARTER IN MCC
SERVICE
WATER
500 - SE - H1
B D-024
TO UV
CLS-2201
SECONDARY PI PIT
CLARIFIER 2 NC 225 225
PI
226
NC
NOTE 5
PLV-2221 NO
NO
NC
1 M NO
100 - SC - B3
G D-027
UNDER
FLOOR
CHV-2221 PLV-2222
SCUM TO
NC
NOTE 3 TO SCADA VC VC
SMP-2221 SCUM HEADER 1
PI
500 - ML - H1 227
A D-016
GALLERY
NOTE 3
FROM FE
VFD 227
300 - RAS - H1
BIO-REACTOR 1
DN50
227
NC
M NO NO
NO 300 - RAS - H1 300 - RAS - H1
300 - RAS - H1 M D D-016
FBS PLV-2202 PLV-2203
DN50
PLV-2201 FBS NC CHV-2202 DJ DJ RAS TO
NC
DJ BIO-REACTOR 1
RASP-2201
300 150
TO SCADA
PI
228
D1
LC
300
VFD 228 FE
228
DN50
NC
D1
100
M NO NO NO
NO 100 - WAS - H1
DWG PATH: p:\20172098\00_pwll_rvr_wwtp\working_dwgs\400_process_mech\2098-00-d-021.dwg
DN50
PLV-2211 FBS NC VC VC VC VC NC VF TO DAF
DJ
WASP-2211 THICKENER
100 - DR - E2
D1 C D-020
PLANT RECYCLE
NOTES:
1. INSULATE AND HEAT SERVICE PIPE OUTSIDE AND ABOVE FROST LEVEL. DRAIN
SAVE DATE: 2020-03-10 3:15:54 PM SAVED BY: BRACHOC
2098-00-D-021 B
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE
SPEED SPEED
No.1 AUTO
RUN ALARM RUN ALARM RUN ALARM CNTRL IND
PI
XR XA XR XA XR XA UA SC SI
235
235 235 236 236 237 237 237 237 237
SCADA
S
25 - PPSW - E1
E
1 VFD -237 (TYPICAL FOR VFD -238)
A D-016
NO TO STARTER IN MCC
SERVICE
WATER
500 - SE - H1
C D-024
TO UV
CLS-2301
SECONDARY
PI PIT
CLARIFIER 3 235 235
NC
PI
236
NC
NOTE 5
PLV-2321 NO
NO
NC
1 M NO
100 - SC - B3
H D-027
UNDER
FLOOR
CHV-2321 PLV-2322
SCUM TO
NC
NOTE 3 TO SCADA VC VC
SMP-2321 SCUM HEADER 1
PI
500 - ML - H1 237
A D-016
GALLERY
NOTE 3
FROM FE
VFD 237
300 - RAS - H1
BIO-REACTOR 1 237
NC
M NO
NO 300 - RAS - H1 300 - RAS - H1
300 - RAS - H1 M D D-016
FBS PLV-2302 PLV-2303
DN50
PLV-2301 FBS NC CHV-2302 DJ RAS TO
NC
DJ NO
DJ BIO-REACTOR 1
RASP-2301
300 150
TO SCADA
PI
238
D1
LC
300
VFD 238 FE
238
DN50
NC
D1
100
M NO NO NO
NO 100 - WAS - H1
DWG PATH: p:\20172098\00_pwll_rvr_wwtp\working_dwgs\400_process_mech\2098-00-d-022.dwg
DN50
PLV-2311 FBS NC VC VC VC VC NC VF TO DAF
DJ
WASP-2311 THICKENER
150 - DR - E2
D1 D D-020
PLANT RECYCLE
NOTES:
1. INSULATE AND HEAT SERVICE PIPE OUTSIDE AND ABOVE FROST LEVEL. DRAIN
SAVE DATE: 2020-03-10 3:17:13 PM SAVED BY: BRACHOC
2098-00-D-022 B
IF NOT 50 mm ADJUST SCALES
50 mm SCALE(S) SHOWN ARE INTENDED FOR ANSI D (22X34) SIZE DRAWINGS, TABLOID (11X17) SIZE DRAWINGS ARE 1/2 OF SCALE(S) SHOWN UNLESS NOTED OTHERWISE
SPEED SPEED
No.1 AUTO
RUN ALARM RUN ALARM RUN ALARM CNTRL IND
PI
XR XA XR XA XR XA UA SC SI
245
245 245 246 246 247 247 247 247 247
SCADA
S
25 - PPSW - H1 1 VFD -247 (TYPICAL FOR VFD -248)
A D-016 E
NO TO STARTER IN MCC
SERVICE
WATER
CDM-2401
M
SUBMERGED IN GALLERY
500 - SE - H1
D D-024
TO UV
CLS-2401
SECONDARY PI PIT
CLARIFIER 4 NC 245 245
PI
246
NC
NOTE 5
PLV-2421 NO
NO
NC
1 M NO
100 - SC -B3
I D-027
UNDER
FLOOR
CHV-2421 PLV-2422
SCUM TO
NC
NOTE 3 TO SCADA VC VC
SMP-2421 SCUM HEADER 1
PI
500 - ML - H1 237
A D-016
GALLERY
NOTE 3
FROM FE
BIO-REACTOR 1 VFD 237
300 - RAS - H1
247
NC
NO
NO
M
300 - RAS - H1 NO 300 - RAS - H1
300 - RAS - H1 M D D-016
FBS CHV-2402 PLV-2402 SB-2402 PLV-2403
DN50
FBS DJ DJ RAS TO
NC
PLV-2401 NC
DJ BIO-REACTOR 1
RASP-2401
300 150
TO SCADA
PI
238
D1
LC
300
VFD 238 FE
248
NC
D1 NO SB-2412 NO
100
M
100 - WAS - H1 NO
NO
DWG PATH: p:\20172098\00_pwll_rvr_wwtp\working_dwgs\400_process_mech\2098-00-d-023.dwg
DN50
PLV-2411 FBS NC VC VC VC VC NC VF TO DAF
DJ
WASP-2411 THICKENER
150 - DR - E2
D1 E D-020
PLANT RECYCLE
NOTES:
1. INSULATE AND HEAT SERVICE PIPE OUTSIDE AND ABOVE FROST LEVEL. DRAIN
SAVE DATE: 2020-03-10 3:18:26 PM SAVED BY: BRACHOC
2098-00-D-023 B
P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\02_DAF_thickener\cover_ld_sheets.docx
City of Powell River
APPENDIX B ‐ NOVATION AGREEMENT
B‐1
City of Powell River 00 52 61
Consolidated Wastewater Treatment Plant NOVATION AGREEMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 1 of 5
NOVATION AGREEMENT
BETWEEN:
AND:
(CONTRACTOR)
AND:
(SUPPLY CONTRACTOR)
WHEREAS:
A. Owner entered into a Contract with Supply Contractor dated [ ], for the supply of
[ ] (Supply Contract), which is annexed hereto as Appendix "A";
B. It is a requirement of the Supply Contract that the Supply Contractor enter into a
Novation Agreement with the General Contractor selected by the Owner;
1. The Contractor and Supply Contractor agree to be bound by the terms of the Supply
Contract, annexed hereto as Appendix "A", with the Contractor assuming all the rights and
obligations of the Owner as set out therein.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\AppendixB_00
5261.doc: April 03, 2020
City of Powell River 00 52 61
Consolidated Wastewater Treatment Plant NOVATION AGREEMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 2 of 5
2. Supply Contractor retains all the rights and obligations set out in the Supply Contract
and henceforth accepts the Contractor in place of the Owner.
4. Supply Contractor hereby releases the Owner from all of the Owner's obligations
under the Supply Contract and from all claims of every nature whatsoever arising therefrom,
excepting only those claims, if any, already notified to the Owner in writing, and acknowledges
that it will henceforth look only to the Contractor for the discharge of the Owner's obligations
thereunder and that only the Contractor may exercise the rights of the Owner thereunder.
5. Henceforth, the terms and conditions of the Construction Contract insofar as they can
apply to a subcontract shall govern the relations between the Contractor and the Supply
Contractor; provided nevertheless, that if any term of the Construction Contract is inconsistent
with any payment provision or Special Condition or Special Provision in the Supply Contract
such payment provision, Special Condition or Special Provision of the Supply Contract shall
prevail.
6. The Owner and Supply Contractor agree that the Supply Contract between them has
been terminated.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\AppendixB_00
5261.doc: April 03, 2020
City of Powell River 00 52 61
Consolidated Wastewater Treatment Plant NOVATION AGREEMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 3 of 5
IN WITNESS WHEREOF the parties have hereunto affixed their hands and seals this _____ day
of ______ , 20 _____ .
Signature of Witness
Address of Witness
Occupation
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\AppendixB_00
5261.doc: April 03, 2020
City of Powell River 00 52 61
Consolidated Wastewater Treatment Plant NOVATION AGREEMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 4 of 5
Address
City/Prov/PC Seal
Occupation
NOTE: If Contractor is a joint venture, add additional forms of execution for each
member of the joint venture in the appropriate form or forms as above.
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\AppendixB_00
5261.doc: April 03, 2020
City of Powell River 00 52 61
Consolidated Wastewater Treatment Plant NOVATION AGREEMENT
Secondary Clarifier Equipment Supply - RFP 2020-08
2020-04/172098 Page 5 of 5
Address
City/Prov/PC Seal
Occupation
NOTE: If Supply Contractor is a joint venture, add additional forms of execution for each
member of the joint venture in the appropriate form or forms as above.
END OF DOCUMENT
\\s-van-fs-
01\projects\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\AppendixB_00
5261.doc: April 03, 2020
P:\20172098\00_Pwll_Rvr_WWTP\Engineering\07.00_Contract_Doc_Prep\Equip_prepurchase\08_secondary_clarifiers\cover_ld_sheets.docx
City of Powell River
APPENDIX C ‐ CLARIFIER SCHEDULE
C‐1
Powell River WWTP - Clarifier 1 Tank - Schedule of Accessories
Distance from
Centreline of Item
Accessory Top of Slab to
Tank Opening Description Size (mm) (clockwise degrees
ID Centreline of
from top of page)
Item (mm)
Distance from
Centreline of Item
Accessory Top of Slab to
Tank Opening Description Size (mm) (clockwise degrees
ID Centreline of
from top of page)
Item (mm)
Distance from
Centreline of Item
Accessory Top of Slab to
Tank Opening Description Size (mm) (clockwise degrees
ID Centreline of
from top of page)
Item (mm)
301 Clarifier 3 Secondary Effluent Launder Hopper & Pipe 500 dia. 0 / 360 4370
302 Clarifier 3 Relief 1 into Clarifier (flange on inside) 450 dia. 30 1000
303 Clarifier 3 Manway 1 760 dia. 45 1000
304 Clarifier 3 Relief 1 to Bioreactor 300 dia. 60 500
305 Clarifier 3 Relief 2 to Bioreactor 300 dia. 120 500
306 Clarifier 3 Relief 3 to Bioreactor 300 dia. 150 500
307 Clarifier 3 Dividing Wall 1 1500 x 5570 180 2785
308 Clarifier 3 Relief 2 into Clarifier (flange on inside) 450 dia. 210 1000
309 Clarifier 3 Manway 2 (flange on inside) 760 dia. 225 1000
310 Clarifier 3 Relief 4 to Bioreactor 300 dia. 240 500
311 Clarifier 3 Dividing Wall 2 1500 x 3550 270 4225
312 Clarifier 3 Relief 5 to Bioreactor 300 dia. 300 500
313 Clarifier 3 Relief 6 to Bioreactor 300 dia. 330 500
314 Clarifier 3 Scum Hopper Outlet/Pipe 100 dia. 8 3500
Powell River WWTP - Clarifier 4 Tank - Schedule of Accessories
Distance from
Centreline of Item
Accessory Top of Slab to
Tank Opening Description Size (mm) (clockwise degrees
ID Centreline of
from top of page)
Item (mm)
401 Clarifier 4 Secondary Effluent Launder Hopper & Pipe 500 dia. 0 / 360 4370
402 Clarifier 4 Relief 1 to Bioreactor 300 dia. 30 500
403 Clarifier 4 Relief 2 to Bioreactor 300 dia. 60 500
404 Clarifier 4 Dividing Wall 2 1500 x 3550 90 4225
405 Clarifier 4 Relief 3 to Bioreactor 300 dia. 120 500
406 Clarifier 4 Manway 1 (flange on inside) 760 dia. 135 1000
407 Clarifier 4 Relief 1 into Clarifier (flange on inside) 450 dia. 150 1000
408 Clarifier 4 Dividing Wall 1 1500 x 55570 180 2785
409 Clarifier 4 Relief 4 to Bioreactor 300 dia. 210 500
410 Clarifier 4 Relief 5 to Bioreactor 300 dia. 240 500
411 Clarifier 4 Relief 6 to Bioreactor 300 dia. 300 500
412 Clarifier 4 Manway 2 760 dia. 315 1000
413 Clarifier 4 Relief 2 into Clarifier (flange on inside) 450 dia. 330 1000
414 Clarifier 4 Scum Hopper Outlet/Pipe 100 dia. 352 3500