TENDER W-2017-4 NASSAU MILLS ROAD WATER MAIN

TENDER W-2017-4
NASSAU MILLS ROAD WATER MAIN
EXTENSION, WEST BANK DRIVE TO
TRENT CANAL, PETERBOROUGH
March 2017
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
TENDER W-2017-4
TABLE OF CONTENTS
CONTRACTOR SAFETY QUALIFICATION .............................................................................. 1
TENDER DRAWING INDEX ...................................................................................................... 7
1.0
1.1
1.2
1.3
1.4
1.5
1.6
1.7
1.8
1.9
1.10
1.11
1.12
1.13
1.14
1.15
1.16
1.17
1.18
1.19
1.20
1.21
1.22
1.23
1.24
1.25
1.26
1.27
1.28
1.29
2.0
INFORMATION FOR TENDERERS ............................................................................10
General ......................................................................................................................10
Public Opening ...........................................................................................................10
Deposit with Tenders ..................................................................................................10
Format of Submission .................................................................................................11
Tenderers to Investigate .............................................................................................12
Items in Schedule of Prices And Summary of Quantities ...........................................12
Ability and Experience of Tenderer .............................................................................13
Evaluation...................................................................................................................14
Right to Accept or Reject Tenders ..............................................................................15
Owner's Right to Clarify Tender Submissions .............................................................16
Informal Tenders ........................................................................................................16
Unbalanced Tenders ..................................................................................................16
Independent Contractor ..............................................................................................16
Non-Resident Contractor ............................................................................................16
Sales Tax - General....................................................................................................17
Municipal Freedom of Information Act ........................................................................17
Minor Changes ...........................................................................................................17
Courier/Facsimile........................................................................................................18
Laws ...........................................................................................................................18
Safety .........................................................................................................................18
Soil Classification .......................................................................................................18
Geotechnical Investigation ..........................................................................................18
Peterborough Utilities Services Inc. (PUSI).................................................................19
Drinking Water Quality Management System Policy ...................................................19
Questions / Discrepancies / Clarifications ...................................................................19
Addenda .....................................................................................................................20
Adjustments to Tenders ..............................................................................................20
Accessibility ................................................................................................................21
Lump Sum for all Other Items .....................................................................................25
FORM OF TENDER ....................................................................................................26
2.1
2.2
2.3
2.4
2.5
Identification of Tenderer ............................................................................................26
Mandatory Requirements Checklist ............................................................................27
Work to be Done.........................................................................................................28
Summary of Tender Prices - Tender W-2017-4 ..........................................................29
To the Chair and Members of the Peterborough Utilities Commission of the City of
Peterborough..............................................................................................................30
Schedule of Prices and Summary of Quantities.....................................................................31
2.6
Contractors Reference Schedule - Statement 'A' ........................................................42
2.7
Contractor's Proposed Supervisory Staff – Statement 'B'...........................................43
2.8
Contractor's Equipment - Statement 'C' ......................................................................44
2.9
Contractor's Proposed Work Schedule – Statement 'D' ............................................45
2.10 Sub-Contractor's Reference Schedule - Statement 'E' ................................................46
2.11 Contractor's Labour and Equipment Rental Rates – Statement 'F' .............................47
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
2.12
TENDER W-2017-4
Contractor's Excavation and/or Soil Support System - Statement 'G' .........................48
3.0
CONTRACT FORMS ..................................................................................................50
4.0
GENERAL CONDITIONS OF CONTRACT .................................................................60
5.0
SUPPLEMENTARY GENERAL CONDITIONS ...........................................................61
5.1
5.2
5.3
5.4
5.5
5.6
5.7
5.8
5.9
5.10
5.11
5.12
5.13
6.0
6.1
6.2
6.3
6.4
6.5
6.6
6.7
6.8
6.9
6.10
6.11
6.12
6.13
6.14
6.15
6.16
6.17
6.18
6.19
6.20
6.21
6.22
6.23
6.24
6.25
6.26
6.27
6.28
6.29
6.30
The Occupational Health and Safety Act ....................................................................61
Non-Standard Work Hours .........................................................................................61
Provisional Unit Pricing Items in Tender Form ............................................................62
Maintenance Work......................................................................................................62
Cut Permit ..................................................................................................................62
Removal of Obstructions ............................................................................................63
Re-Building Existing Sewers and Drains .....................................................................63
Provisions for Traffic ...................................................................................................64
Traffic Control .............................................................................................................65
Barriers and Lights .....................................................................................................65
Pedestrian Safety .......................................................................................................66
Utility Poles .................................................................................................................66
Contractor Performance Evaluation ............................................................................66
SPECIAL PROVISIONS – GENERAL ........................................................................69
Contractor’s Use of Premises .....................................................................................69
Project Coordination ...................................................................................................69
Public Relations and Notices ......................................................................................70
Grades, Lines and Levels ...........................................................................................70
Project Meetings .........................................................................................................71
Survey Data ................................................................................................................72
Shop Drawings and Product Data ...............................................................................72
Quality Control ............................................................................................................73
Temporary Facilities ...................................................................................................74
Tree and Plant Protection ...........................................................................................74
Noise Control..............................................................................................................75
Dust Supression .........................................................................................................76
Pollution Control .........................................................................................................77
Erosion Control ...........................................................................................................79
Maintenance of Traffic and Construction Signage.......................................................79
Mainteance Work........................................................................................................84
Maintenance Security .................................................................................................85
Owner of the Works ....................................................................................................87
Schedule of Work .......................................................................................................87
Contract Award ...........................................................................................................87
Existing Utilities and Structures ..................................................................................88
Trucking Routes .........................................................................................................90
Geotechnical Inspection and Testing ..........................................................................90
Material to be Stockpiled ............................................................................................92
Surplus Excavation .....................................................................................................92
Disposal of Debris ......................................................................................................93
Use of Private Property...............................................................................................93
Daily Clean-up ............................................................................................................93
Dewatering .................................................................................................................94
Shoring and Bracing ...................................................................................................95
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
7.0
7.1
7.2
7.3
7.4
7.5
7.6
7.7
7.8
7.9
7.10
7.11
7.12
7.13
7.14
7.15
7.16
7.17
7.18
7.19
7.20
7.21
TENDER W-2017-4
SPECIAL PROVISIONS – ITEMS ...............................................................................96
Mobilization and Demobilization .................................................................................96
Engineer’s Field Office................................................................................................97
Exploratory Test Pits ..................................................................................................99
Temporary Line Stopping and By-pass .......................................................................99
Water main ...............................................................................................................111
Water main Suspended on Bridge (Over Otonabee River) .......................................121
Electrical Works ........................................................................................................124
Water main Commissioning ......................................................................................129
Cathodic Protection ..................................................................................................136
Valves ......................................................................................................................138
Hydrants ...................................................................................................................139
New 450mm Tee on Existing 450mm CPP Water main ............................................141
Connection to Existing Water main ...........................................................................142
Clearing and Grubbing..............................................................................................145
Chain Link Fence......................................................................................................145
Remove and Dispose of Existing Bedrock ................................................................146
Sediment Controls ....................................................................................................146
Repair Unmarked Storm Drains ................................................................................148
Decomission Existing Monitoring Well ......................................................................148
Amendments to OPSS..............................................................................................149
Amendments to OPSD .............................................................................................150
8.0
APPROVED MANUFACTURERS’ PRODUCTS FOR THE PETERBOROUGH WATER
SYSTEM ...................................................................................................................152
9.0
DEFINITIONS AND ABBREVIATIONS .....................................................................162
9.1
9.2
10.0
Definitions.................................................................................................................162
Abbreviations ............................................................................................................163
GEOTECHNICAL INVESTIGATION .........................................................................165
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
1
TENDER W-2017-4
CONTRACTOR SAFETY QUALIFICATION
Peterborough Utilities Group (PUG) wishes to emphasize to all
subcontractors the importance of maintaining Health & Safety work
practices while working in conjunction with us. All work is to conform
to the Occupational Health & Safety Act & Regulations and any other
applicable legislation or regulations. In order to achieve this goal, all
contractors must complete the Contractor Safety Qualification in its
entirety. Contractors will be evaluated on the information requested in
this questionnaire and supporting safety documents submitted.
Contractor Firm Legal Name:
Address:
Phone No: (
)
Type of Work:
Fax No: (
)
Nature of Business:
Corporate Officer Responsible for Safety:
Number of Employees:
1)
SAFETY DOCUMENT CHECKLIST
Signed and Dated Company Safety Policy
Attached?
Yes
No
Copy of Written Safety Manual / Documents
Attached?
Yes
No
Proof of Insurance (As per “Appendix A”)
Attached?
Yes
No
WSIB Clearance Certificate
Attached?
Yes
No
WSIB Injury Summary Report
NOTE: A Workplace Injury Summary Report, otherwise known
as (eWISR) can be obtained one of two ways:
1.
Call WSIB at 1-800-387-0750 and request a copy.
2.
Create an online WSIB eServices Account for eWISR
and download one at www.wsib.on.ca
Attached?
Yes
No
Violence and Harassment Policy
Attached?
Yes
No
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
2
TENDER W-2017-4
2) SAFETY PROGRAM
YES
Does your company have a written safety manual?
(If yes, attach a copy containing the following if applicable)
a) Health & Safety Policy Statement
b) Violence & Harassment Policy
c) WHMIS Policy / Program
d) Safety Rules / Enforcement Procedures
e) Fall Protection Policy / Program
f) Management, Supervisor & Worker Responsibilities
g) Injury Treatment Procedures – Medical Aid / First Aid
h) Use of Personal Protective Equipment
i) Orientation Policy / Program
j) Trenching / Excavation Procedures
k) Electrical Safety & Lockout / Tagout
l) Confined Space Entry Procedures
m) Welding / Burning Permit Procedures (hot work)
n) Arc Flash Procedures
o) Incident Reporting and Investigation Procedures
p) Diving Operations
q) Hazard Assessment
r) Daily Tailboard / Safety Meetings
Other:
Other:
3) SAFETY PROFESSIONALS & REPRESENTATIVES
Highest ranking safety professional in your
organization:
Number of full or part time safety professionals
employed by your company?
Number of WSIB certified members employed by
your company?
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
Name:
Title:
Titles:
NO
N/A
PETERBOROUGH UTILITIES COMMISSION
3
TENDER W-2017-4
4) SAFETY ASSOCIATION MEMBER
YES
NO
Are you a member of a recognized Safety Association?
Electrical Contractors Association of Ontario (ECAO)?
Infrastructure Health and Safety Association (IHSA)?
Workplace Safety North (WSN)?
Workplace Safety and Prevention Services (WSPS)?
WSIB Safety Groups?
Other? Please State:
5) SAFETY PERFORMANCE RECORD
a) Number of Lost Time Injuries in the last (4) years:
b) Number of lost workdays, due to workplace injury or accident, in the
past four (4) years:
c) Number of reported workplace injuries and accidents in past four (4)
years:
d) Number of stop work orders issued by the MOL in the past four (4)
years:
(If yes, provide a brief explanation including resolution for compliance.)
e) Number of charges under the Occupational Health & Safety Act or
Regulations in the past four (4) years:
(If yes, provide a brief explanation including current status and resolution.)
6) SAFETY MEETING
Do you have a JHSC Committee?
YES
NO
Attach details if
applicable.
Attach details if
applicable.
FREQUENCY
N/A
Do you hold regular Joint Health & Safety Committee
Meetings? What is the meeting frequency?
Do you conduct daily tailboard / safety talk / meetings?
N/A
Do you conduct weekly safety talks / meetings?
N/A
Do you conduct monthly safety talks / meetings?
N/A
Do you conduct quarterly safety talks / meetings?
N/A
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
7)
4
TENDER W-2017-4
JOB SITE SAFETY INSPECTIONS
YES
NO
FREQUENCY
Do you conduct job site safety inspections?
Who conducts these inspections?
Name(s):
Title(s):
8) REPORTING REQUIREMENTS
Who conducts accident investigations?
Name(s):
Title(s):
Who reviews accident and investigation reports
as well as corrective actions?
Name(s):
Title(s):
Who is accountable for safety on the job site?
Name(s):
Title(s):
9) TRAINING RECORDS
Contractor to attach a sample of training records for (1) or (2) employees in
accordance with the below-listed Work Activity Chart entitled “Appendix B”.
This list is not to be taken as an all-inclusive of training required. The
Contractor is responsible to ensure all labour is properly trained for the work
being undertaken and considering the local site environment. Proponent
should provide any additional training records required for this work but not
listed in “Appendix B”.
Attached?
Yes
No
Attached?
Yes
No
10) ADDITIONAL INFORMATION
Please feel free to attach any other programs, activities or information that
you believe demonstrates or promotes your Company in performing work
safely and in accordance with all Provincial Health & Safety requirements.
APPENDIX A – CERTIFICATE OF INSURANCE
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
5
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
TENDER W-2017-4
6
PETERBOROUGH UTILITIES COMMISSION
TENDER W-2017-4
APPENDIX B – WORK ACTIVITY CHART
WHMIS




Supervisor Competency




Trade License




Trench Work Safety



Small Tools Training
Working in Traffic Areas
Safety
Book 7 /
Work Area Protection
Stray Current Hazard
Awareness
Electrical Safety Awareness


Heavy Equipment Training











Pressurized Systems Safety


Working around Gas Safety


First Aid & CPR / AED


Fall Protection


Rescue Techniques


Confined Space Entry
Transportation of Dangerous
Goods
Mobile Crane Ops over 8 tons
Workplace Harassment
Awareness






F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx






Crane or Hoist
Operation
Over (8) Tons
Hydro
Excavation
Electrical
Maintenance
Waste Removal
Spill
Management
RECORD OF TRAINING
Municipal
Water
Infrastructure
NOTE 3:
Civil Work
NOTE 2:
Contractor to attach a sample of training records for (1) or (2) employees in
accordance with the following Work Activity Chart.
In lieu of a Supervisor Competency Certificate, a signed statement on company
letterhead by a Senior Official stating that supervisors are competent as defined
in OHSA is acceptable.
This list is not to be taken as an all-inclusive of training required. The Contractor
is responsible to ensure all labour is properly trained for the work being
undertaken and considering the local site environment. Proponent should
provide any additional training records required for this work but not listed in
“Appendix B - Work Activity Chart”.
Municipal
Water Main
Construction
NOTE 1:
PETERBOROUGH UTILITIES COMMISSION
7
Tender W-2017-4
TENDER DRAWING INDEX
The following drawings accompany and form part of these specifications:
Tender Drawing Number
C01
C02
C03
C04
C05
C06
S01
E001
E002
E003
Description
Civil Notes and Legend
Removals and Erosion Control
Nassau Mills Road- Sta. 1+040 to 1+385
Nassau Mills Road- Sta. 1+385 to 1+700
Construction Details 1
Construction Details 2
Structural Details
Electrical Site Plan and Single Line Diagram
Electrical Details
Outdoor Enclosure
Standard Drawing
Description
Number
Peterborough Utilities Commission Standard Drawings
A1633
Standard hydrant and valve installation with concrete
thrust blocks
A1719
Concrete thrust block
A1769
Water main trench bedding and cover details
A1997
Recommended method of support for water main in
casing pipe
A2000
Lowering & securing of new or existing water main
crossing new or existing culvert, storm sewer or ditch
A2200
Concrete thrust blocks for vertical bends
A2370
Detail for Connecting Anodes to Ductile Iron Water Mains
A2729
Standard Hydrant and Valve Installation with Mechanical
Restrained Joints
A2730
Restrained Joint Detail for PVC Pipe
A2731
Joint Restraining Length for PVC Pipe (in combination
with granular thrust block)
A2732
Cathodic Protection / Bonding Cable / Tracer Wire for
Non Metallic Water Mains
A2733
Cathodic Protection for Valves & Fittings on Non-Metallic
Pipe
A2734
Thrust Blocks and Restrained Joints for PVC Water
Mains, Tees, Crosses and Dead Ends
A2778
Supports for Water Mains at Sewer, Piping and Conduit
Crossing
A2976
Standard Hydrant, Anchor Tee and Valve Installation
with Mechanical Restrained Joints
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
Standard Drawing
Number
A3004
8
Tender W-2017-4
Description
Potable Water Supply for Testing New, Replaced and
Lined Water Main. Chlorination and Bacteriological Test
Point Bypass.
B1810
Precast 2400 mm x 1800 mm Rectangular Butterfly
Valve Chamber (400 mm to 600 mm)
Ontario Provincial Standard Specification
OPS.MUN-100
OPS General Conditions of Contract
OPS.MUN-106
Notice to Users of OPSS 106
OPS.MUN-180
General Specifications for the management of Excess
Materials
OPS.MUN-182
Environmental Protection for Construciton in
Waterbodies and on Waterbody Banks
OPS.MUN-314
Untreated Sub base, Base, Surface, Shoulder, Selected
Subgrade, and Stockpiling
OPS.MUN-401
Trenching, Backfilling, and Compacting
OPS.MUN-402
Excavating, Backfilling, and Compacting for Maintenance
Holes, Catch Basins, Ditch Inlets and valve chambers
OPS.MUN-441
Water main Installation in Open Cut
OPS.MUN-442
Corrosion Protection of New and Existing Water mains
OPS.MUN-501
Compacting
OPS.MUN-510
Removal
OPS.MUN-517
Dewatering
OPS.MUN-518
Control of Water from Dewatering Operations
OPS.MUN-539
Temporary Protection Systems
OPS.MUN-911
Coating Structural Steel Systems
OPS 201
Clearing, Close Cut Clearing, Grubbing, and Removal of
Surace and Piled Boulders
OPS 407
Maintenance Hole, Catch Basin, Ditch Inlet, and Valve
Chamber Installation
OPS 490
Site Preparation for Pipelines, Utilities, and Associated
Structures (Formerly OPSS 503)
OPS 506
Dust Suppressants
OPS 603
Installation of Ducts
OPS 604
Installation of Cable
OPS 609
Grounding
OPS 805
Temporary Erosion and Sediment Control Measures
(Formerly OPSS 577)
City of Peterborough Standard Drawings
CPD410.02
Clear Stone Pipe Bedding Foundation
CPD510.01
Transition Treatment Detail
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
9
Tender W-2017-4
Additional Information
http://www.peterborough.ca/
Assets/City+Assets/eTenders/
Open/Construction+Supplem
ental+Information+Package/
A+Unit+Price+Supplemental
+Information+Package.pdf
THE DRAWINGS ARE
SPECIFICATIONS.
City of Peterborough Unit Price Contract Standard
Specifications and Drawings – January 2017
TO
ACCOMPANY
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
AND
FORM
PART
OF
THESE
10
PETERBOROUGH UTILITIES COMMISSION
1.0
1.1
Tender W-2017-4
INFORMATION FOR TENDERERS
GENERAL
TENDERS IN SEALED ENVELOPES, clearly marked as to contents, and
addressed to the Peterborough Utilities Commission, will be received for the
construction of:
Tender W-2017-4
The work includes: Construction of a water main extension on Nassau Mills
Road in the City of Peterborough, including suspension of a portion of the water
main on the Nassau Mills Road bridge crossing the Otonabee River.
Tenders must be received by Mr. Jim Ayrheart, Purchasing and Materials
Manager, at his office, 1867 Ashburnham Drive, P.O. Box 4125, Peterborough,
Ontario, K9L 1P8 not later than 2:00:00 P.M., Local Time, Thursday, April 6,
2017.
PLEASE NOTE Tenders received after the closing time WILL NOT BE
ACCEPTED and returned unopened.
All tenders for the execution of the work herein set forth or referred to must be
made on the printed forms supplied for and the decision of the Engineer in regard
thereto shall be final, and the inclusion or correction of any such omission or misstatement shall not be deemed to be an addition to or deviation from, the works
hereby contracted for; nor shall such decision or correction entitle the Contractor
to an extension of time for the completion of the Tender.
Please ensure that the Contractor Safety Qualification form and associated
documentation (i.e. Safety Policy, Safety Manual, Insurance Form, WSIB
Documentation, etc.) are submitted in a bound package separate from that of the
main submission.
1.2
PUBLIC OPENING
The Commission endorses a public tender opening to provide openness and
foster public confidence in the purchasing system. Tenders will be opened in the
Commission's boardroom following the closing time and date. Bidders may be
present either in person or by representative and are encouraged to attend.
1.3
DEPOSIT WITH TENDERS
Every tender shall be accompanied by:
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
11
Tender W-2017-4
(a) An "Agreement to Bond" with a provision stating that the Contractor
provide a 100% Performance Bond on the Commission's Bond Form.
AND
(b) A 10% Tender Deposit Certified Cheque or Bank Draft OR a 10% Bid
Bond.
Cheques shall be Certified and made payable to the Peterborough Utilities
Commission. The tender deposit cheque or Bid Bond shall be equal to 10% of
the total value of the Tender. The Agreement to Bond shall be executed on
behalf of the Canadian Surety Company by its authorized officers under the
Company's Corporate Seal. In the Agreement to Bond, the Surety Company
shall agree to provide a Performance Bond in the amount of 100% of the Tender
price. The Bid Bond submitted must be an original as no photocopies or facsimile
copies will be accepted.
The Agreement to Bond, Tender Deposit or Bid Bond of the two lowest evaluated
Tenderers will be retained until the Tender has been signed and the Performance
Bond and necessary Liability Insurance Certificate has been provided to the
satisfaction of the Commission by the lowest evaluated Tenderer.
1.4
FORMAT OF SUBMISSION
One (1) hard copy of the response to the Tender Request shall be provided.
The copy is to be bound and include a cover that clearly identifies the responding
firm.
Please also include one (1) electronic version of the response in PDF format on
a CD or USB drive. Note that this electronic version may include in a separate
file the Safety Policies, Safety Manual, Insurance Form, WSIB Documentation,
etc. as requested in the Contractor Safety Qualification section above.
(NOTE: In the case of a discrepancy between any information contained in the
hard copy submission and the electronic version, the hard copy will take
precedence.)
Please ensure that the Contractor Safety Qualification form and associated
documentation (i.e. Safety Policy, Safety Manual, Insurance Form, WSIB
Documentation, etc.) are submitted in a bound package separate from that of the
main submission.
The Tender Request must contain a Table of Contents to facilitate
cross-reference of the information contained in the Tender to the requirements of
the Tender Request.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
12
Tender W-2017-4
A completed, signed and sealed Form of Tender as shown in Section 2.0, must
be included.
1.5
TENDERERS TO INVESTIGATE
Tenderers must satisfy themselves by personal examination of the location of the
proposed work and by such other means as they may prefer, as to actual
conditions and requirements of the work. Tenderers are not to claim at any time
after submission of their tenders that there was any misunderstanding of the
terms and conditions of the tender relating to site conditions.
Should Tenderers find discrepancies in, or omissions from, the tender
documents, or should they be in doubt as to their meaning, they shall clarify them
with the Engineer who may send an addendum to all Tenderers. The Engineer
will make no oral explanation or interpretation.
The Contractor is expected to make such examination of the soil as they may feel
necessary to assure themselves of the conditions to be encountered and must
assume full responsibility for whatever underground conditions may be
encountered, in the construction of the works under this Tender.
The Commission has made arrangements to excavate test pits along the route of
the water main for the benefit of prospective tenderers, so that they may witness,
first hand, the soils conditions present at the location of the Work. Test pits are
scheduled to be excavated on Thursday, March 23rd, 2017 commencing at 10:00
am near the north limit of the Contract.
1.6
ITEMS IN SCHEDULE
QUANTITIES
OF
PRICES
AND
SUMMARY
OF
Certain items are provided with Unit prices to be tendered, so that in the event of
an increase or decrease in the quantity of any such particular item of work, the
actual quantities executed may be paid for at the rate stated for that particular
item of work in the Form of Tender.
Wherever in a tender, the amount tendered for an Item does not agree with the
extension of the estimated quantity and the tendered unit price, the unit price
shall govern and the amount of the total Tender price shall be corrected
accordingly.
The quantity shown for any Item is approximate only and may be increased,
decreased or entirely eliminated by the Engineer without penalty.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
1.7
13
Tender W-2017-4
ABILITY AND EXPERIENCE OF TENDERER
It is not the intent of the Commission to award this Tender to any Tenderer who
does not furnish satisfactory evidence that they have the ability and experience in
this class of work, and that they have sufficient capital and plant to enable them
to execute and complete the same successfully and to complete it in the time
stated in the Form of Tender.
The Commission may make such investigation as it deems necessary to
determine the ability of the Tenderer to perform the work, and the Tenderer shall
furnish the Commission all such information and data it may request for this
purpose. The Commission reserves the right to reject any tender, if the evidence
submitted by, or investigation of such Tenderer fails to satisfy the Commission
that such Tenderer is properly qualified to carry out the obligations of the Tender
and to complete to work as contemplated therein.
In order to aid the Commission in determining the responsibility of each
Tenderer, the Tenderer shall complete the following statement sheets which are
bound, herein:
STATEMENT "A": Stating the Tenderer's experience in similar work which has
been successfully completed.
STATEMENT "B": Giving a list of the Tenderer's senior supervisory staff with a
summary of the experience of each.
STATEMENT "C": Giving the location and description of the construction plant
which the Tenderer proposes to use, the plant they have available or under their
control, the plant to be rented and the plant to be purchased.
STATEMENT "D": Giving the Tenderer's proposed schedule indicating relative
timing, number of crews, etc.
STATEMENT "E": The Tenderer shall give the name and address of each
proposed sub-contractor used in making up their tender and shall state the
portion of the work allotted to each. Only one sub-contractor shall be named for
each part of the work to be sublet.
STATEMENT "F": Giving the Tenderer's labour and equipment rental rates while
employed on the site for construction of the works. The labour and equipment
rental rates shall exclude HST and be added on invoices as specified in section
1.13.
STATEMENT "G": Giving the Tenderer's method of excavation and/or soil
support systems to be employed on site for construction of the works.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
1.8
14
Tender W-2017-4
EVALUATION
The bid evaluation process provides a fair and transparent means by which PUC
will determine the most cost effective compliant bid submitted. The criteria and
weighting schemes will vary based on the particular product or service being
sought. An Evaluation Committee will analyze and assess bid submissions in
accordance with weighted evaluation criteria as indicated in Section 1.8.1 below.
1.8.1 Evaluation Scoring
Total evaluation scoring will be based on a scale of 0 - 100 (0 being the lowest
score and 100 being the highest score) which will be applied to each bidder’s
submission based on a consensus reached by the Committee. The weighting
factor for each criterion will be applied to the individual scores and a per criteria
final score will be determined. All final criteria scoring will be totaled and an
overall Bidder score will be determined. PUC reserves the option to break down
scoring criteria into sub categories. This may result in a division of the total
weighting applied to the scoring criteria.
The decision of the PUC is final. This decision is not subject to appeal or protest.
Upon PUC formally accepting the successful Bidders’ submission, a contract may
be confirmed, in the form of a formal construction contract documents or
Purchase Order.
1.8.2 Bid Analysis
Bid analysis and assessment will be performed by the Evaluation Committee
utilizing the following means but not limited to:
Evidence / Data / Information provided by Bidder in bid submission
Pricing Information / Data supplied by Bidder
References / Past performance obtained both internally as well as externally
Presentation analysis - Post closing
Or by any other means as deemed necessary by PUC
1.8.3 Evaluation Committee
The Evaluation Committee may consist of:
Individual(s) from the end user department
Individual(s) from the Purchasing Department
Other stakeholders
3rd party consultants
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
15
Tender W-2017-4
Tenders will be evaluated, at the sole discretion of PUC, on the following
criteria:
Scoring Criteria
Safety
Contractor
Experience
Price Submitted
Detail
Bidder shall complete the safety
qualification form supplied and provide
appropriate documentation
Bidder shall complete Item 2.6
Contractors Reference Schedule –
Statement “A”
Schedule of Prices and Summary of
Quantities Schedules
Weighting
15%
10%
75%
Safety – Note that where a score is less than 10 there may be a requirement to
provide certain safety documentation or safety assurances as a condition of
award of contract, depending on the significance of missing information or
documents.
1.9
RIGHT TO ACCEPT OR REJECT TENDERS
The Commission reserves the right to reject any or all tenders or to accept any
tender should it be deemed in the interest of the Commission to do so.
Should the Commission receive only one (1) tender or multiple tenders where
only one (1) tender is deemed compliant for goods/services that have a known
multiple-source potential, the Commission reserves the right to recall or cancel
the tender process.
The award of the accepted tender will be on the basis of the entire work and/or
parts of the work contained in the tender. This tender will not be split between
different contractors. The award is subject to the following:
a)
b)
approval of our President and Board;
adequate Peterborough Utilities Commission budget for the project.
Failure of Peterborough Utilities Commission to receive/confirm any of the above
may result in the Tender not being awarded. Peterborough Utilities Commission
will not bear any costs incurred by any bidder in the event of the Tender not
being awarded.
Lowest or any tender not necessarily accepted.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
16
Tender W-2017-4
1.10 OWNER'S RIGHT TO CLARIFY TENDER SUBMISSIONS
The Commission reserves the right in its sole discretion to clarify any submission
after the closing date by seeking and/or acquiring additional information from one
or all bidders without obligation to clarify or obtain additional information from any
or all other bidders.
However, bidders are advised that any clarifications sought or obtained will not
be an opportunity to correct errors or alter their bids in any significant way.
1.11 INFORMAL TENDERS
Tenders which are incomplete, conditional or obscure or which contain additions
not called for, erasures, alterations or irregularities of any kind, may be rejected
as informal. The Tenderer may, however, submit in addition to the initially
requested prices for each item, alternative items and prices for consideration.
The Commission reserves the right to waive informalities at its discretion.
1.12 UNBALANCED TENDERS
Each item in the Form of Tender shall be a reasonable price for such item.
Tenders containing prices which are unbalanced and are likely to affect adversely
the interest of the Commission, may be rejected. The Commission will be the
sole judge of such matters, and should any Tender be considered to be
unbalanced, then same may be rejected by the Commission.
1.13 INDEPENDENT CONTRACTOR
At all times when performing work under this Tender, the Contractor shall
perform as an INDEPENDENT CONTRACTOR and nothing shall be construed
as constituting any relationship with the Owner, other than that of Owner and
Independent Contractor. Not withstanding, the Tender documents shall not be
construed to create any contractual relationship between the Owner and a
subcontractor, other supplier, or any of their respective agents or employee, or
any other person performing the work acknowledges that they are the
Constructor, as defined by the province’s Occupational Health & Safety Act.
1.14 NON-RESIDENT CONTRACTOR
Parties tendering on this Tender must be bona-fide residents of Canada who are
Canadian citizens or landed immigrants.
If the Contractor is non-resident in Ontario, they shall immediately after being
notified by the Commission that the Agreement has been executed by the
Commission, obtain from the Canada Revenue Agency a certificate showing that
the Contractor has registered with the Canada Revenue Agency and shall submit
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
17
Tender W-2017-4
such certificate to the Commission at the same time that they furnish the
Performance Bond.
The Engineer may withhold the issuance of the instruction to commence work to
a non-resident contractor if the required certificate has not been furnished.
If the Contractor is non-resident in Ontario, they shall not commence work or
order any materials or equipment for the Tender until they have furnished to the
Commission the required certificate.
The Contractor shall ensure that all Sub-contractors whom they propose to use
for carrying out any of the work required by the Tender and who are non-resident
in Ontario have registered with and have complied with the requirements of the
Canada Revenue Agency, before they commence any such work.
1.15 SALES TAX - GENERAL
Price(s) in Canadian Funds excluding all applicable taxes are to be firm, not
subject to any escalation clause, and open for acceptance for sixty (60) days
after the closing of this tender. Unit and/or lump sum prices shall not include
HST in the Schedule of Prices.
1.16 MUNICIPAL FREEDOM OF INFORMATION ACT
The information supplied with this tender will be subject to the Provisions of Bill
49 - Municipal Freedom of Information and Protection of Individual Privacy Act.
All Tender submissions, documentation and information provided to PUSI and
the PUC by Bidders in connection with, or arising from the Tender Submission
and/or subsequent Contract shall become the property of PUSI and the PUC,
and as such are subject to requests under the Municipal Freedom of Information
and Protection of Privacy Act. Accordingly, Proponents are requested to identify
any information in their Tender submission that, if disclosed, could cause them
injury. PUSI and the PUC will make every effort to maintain the confidentiality of
such information, but Proponents must be aware that the information may
become public through a request for information under the Act. PUSI and the
PUC shall not be liable if any such confidential information becomes public or is
disclosed. Proponents may not identify their entire Tender submissions as
“Confidential”.
Such a notation may be considered as grounds for
disqualification.
1.17 MINOR CHANGES
The Peterborough Utilities Commission reserves the right to negotiate minor
changes or variations to this Tender with the successful Contractor without
recalling the tender.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
18
Tender W-2017-4
1.18 COURIER/FACSIMILE
It is in the Contractor's best interest that they do not submit their Tender via a
courier service. The outer tender envelope must clearly identify the contents as a
tender and the Commission shall not be responsible for identifying tender
envelopes contained in courier envelopes.
Tenders received orally, by telephone, facsimile or email shall not be accepted.
1.19 LAWS
The Tender arising out of acceptance of this Tender shall be interpreted in
accordance with the laws of Ontario, Canada.
1.20 SAFETY
The Contractor must comply with ALL Safety Standards established by law and
with Safety Standards established by Industry Associations applicable to the
specific work required. Breach of this condition shall be a fundamental Breach of
Contract. Please specify and include with your submitted tender all applicable
safety standards related to this type of work.
1.21 SOIL CLASSIFICATION
All excavation under this Tender is expected to be in pre-excavated soil,
therefore in most cases classified as Type 3 soil under the Occupational Health
and Safety Act and Regulations for Construction Projects (Part III, section 226.4).
The Contractor shall, in any case, be required to conduct their own assessment
at each excavation location and make their own determination of soil class for the
purposes of meeting the Occupational Health & Safety Act.
1.22 GEOTECHNICAL INVESTIGATION
Investigations have been carried out in the Contract area by GHD of
Peterborough, Ontario, and the following report has been produced:
1. Geotechnical Investigation, Trent Research and Innovative Park
Servicing, Pioneer Road and Nassau Mills Road, Peterborough, ON
August 16, 2016
The above report is included in these tender documents, see Section 10. It is to
be clearly understood that the information was accumulated for design purposes
only and any interpretation placed on it by the Contractor is solely the
responsibility of the Contractor.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
19
Tender W-2017-4
1.23 PETERBOROUGH UTILITIES SERVICES INC. (PUSI)
CIMA Canada Inc. are acting as Agents for PUSI who in turn are acting as
agents for the Owner, the Peterborough Utilities Commission. All insurance
requirements shall include CIMA Canada Inc., PUSI and the City of Peterborough
as additionally insured.
1.24 DRINKING WATER QUALITY MANAGEMENT SYSTEM POLICY
Peterborough Utilities Services Inc. is committed to managing the drinking water
system on behalf of the Peterborough Utilities Commission for the City of
Peterborough by effectively establishing, maintaining and continually improving
its Drinking Water Quality Management System to help ensure its customers
receive clean, safe drinking water at all times. Consumer confidence in the
drinking water quality shall be achieved through a proactive approach to meet or
exceed applicable drinking water legislation, regulations and standards. Drinking
water quality is ensured by a comprehensive risk-based process control system
that is staffed by competent employees who are dedicated to providing reliable,
safe drinking water to the City of Peterborough.
1.25 QUESTIONS / DISCREPANCIES / CLARIFICATIONS
Proponents with questions related to this proposal, finding errors in, or omissions
from the drawings or documents, or having any doubt as to the meaning or intent
of any part of the proposal, must submit ALL enquiries through Julie Webb,
Engineering
Administrative
Assistant
by
email
[email protected]) providing reference to the applicable Section(s)
and Item number(s), prior to 4:00:00 p.m., Local Time, Thursday, March 30,
2017.
This will allow staff time to respond or to prepare and distribute an addendum as
necessary, and to allow time for Proponents to receive and process the new
information. Questions received after this date and time will not be addressed.
During the proposal period, no officer, agent, or employee of Peterborough
Utilities Services Inc. is authorized to alter orally any portions of these
documents. Any alterations required will be issued to all Proponents as written
addenda. Addenda shall be considered as an integral part of the contract
documents. The Proponent shall list in its proposal all addenda that were
considered when its proposal was prepared.
Proponents are advised that oral information provided to any Proponent will not
be binding on the Owner.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
20
Tender W-2017-4
There will be no consideration of any claim after submission of the proposal, that
there is a misunderstanding with respect to the conditions imposed by the
proposal.
Nothing in the proposal is intended to relieve the Proponent from forming their
own opinions and consideration with respect to the matters addressed in the
proposal.
PUSI and the PUC shall not be held liable for any errors or omissions in any part
of this proposal.
1.26 ADDENDA
It may be necessary for a variety of reasons to issue addenda that may include,
but not be limited to:
a)
b)
c)
d)
Correction to or clarification of the tender;
Extension of the tender closing;
Retraction or cancellation of the tender; or
Response or clarification to Bidder’s questions.
All Bidders must register with Julie Webb at [email protected]
providing company and contact information, including mailing and email
addresses, phone and fax numbers, in order to be advised of addenda, if issued,
or further information, and to be placed on the Distribution List.
All addenda issued via email or fax to registered Bidders will request that the
recipient confirm receipt of the most recent addendum.
Addenda will be emailed or faxed to the latest contact information, as provided by
the Bidder. It is the Bidder’s responsibility to notify Julie Webb at Peterborough
Utilities Services Inc. of any change to their contact information.
Although PUSI will make every reasonable effort to ensure a Bidder receives all
addenda issued, it is the Bidder’s ultimate responsibility to ensure all addenda
have been received and taken into consideration prior to submitting a final
tender.
1.27 ADJUSTMENTS TO TENDERS
Adjustment requests received by telephone, email, mail or fax shall not be
considered.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
1.27.1
21
Tender W-2017-4
Request to Adjust a Tender Prior to Closing
A Bidder who has already submitted a tender may make a request to adjust their
tender before the closing time.
In order to make the adjustment, the already submitted tender may:
a) Be returned to the Bidder for adjustment and re-submission before the
closing time; or
b) Be superseded by the Bidder making another submission before the
closing time.
The tender contained in the envelope bearing the latest date and time stamp
shall be considered the intended tender and any others shall be considered
withdrawn and will be returned to the Bidder.
1.27.2
Request To Withdraw a Tender Prior To Closing
A Bidder who has already submitted a tender may request that their tender be
withdrawn prior to the closing time. The request must be provided in writing, on
Company letterhead and include contact information for verification.
Authenticity of the request may be confirmed by PUC. Tenders withdrawn under
this procedure cannot be reinstated.
1.28 ACCESSIBILITY
1.28.1
Accessibility Standards for Customer Service
AODA Training
The successful Proponent shall ensure their employees, agents, volunteers, or
others they are responsible for, complete training on:
a) Accessibility Standards for Customer Service, Ontario Regulation 429/07.
Module available at: www.mcss.gov.on.ca/en/serve-ability/index.aspx
b) Integrated Accessibility Standards; or “IAS”, Ontario Regulation 191/11, as it
is to the scope of work. The following chart outlines required training for the
Work / Project:
IAS Training Category
General Requirements Training
Ontario’s Human Rights Code Training
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
Required
X
X
PETERBOROUGH UTILITIES COMMISSION
22
Tender W-2017-4
c) Training modules available at www.accessforward.ca and
www.peterborough.ca/AODATraining
The successful Proponent shall submit the completed “Appendix C” within ten
(10) business days of notification of award. If not submitted, the Contract may be
terminated.
a) Upon request, the successful Proponent shall submit their accessibility
training policies, procedures, content and records of training. The PUG
reserves the right to require the successful Proponent, at the successful
Proponent’s expense, to amend their accessibility training program, if the
PUG deems them to not be in compliance with the requirements of the
AODA.
b) The successful Proponent shall only assign the employees who have
completed accessibility training, to provide services on behalf of the PUG.
1.28.2
Incorporating Accessibility into Goods, Services and Facilities
a) The successful Proponent shall ensure accessibility design, criteria and
features be incorporated into the Work / Project, where practicable.
b) Where it is not practicable to incorporate accessibility, the successful
Proponent shall provide an explanation, if requested.
c) Public Spaces:
The successful Proponent shall ensure new construction or redevelopment
work complies with the Design of Public Spaces Standards made under Part
IV.1 of the IAS regulation.
i.
Buildings: The successful Proponent shall ensure new construction, major
renovation and change of use work complies with the Final Proposed
Accessible Built Environment Standard; or “BES”, July 2010. The BES does
not replace or affect legal obligations under the Ontario Building Code; or
“OBC”; and other laws relating to accessibility in the built environment.
www.peterborough.ca/FinalProposedBES
1.28.3
AODA Resources
The following resources are available to the Bidder:
a) The PUG’s Accessibility Policies and related information:
www.peterboroughutilities/corporate/accessibility.htm
b) Government of Ontario’s Access On website to assist public and private
sector organizations in complying with the Accessibility Standards:
www.mcss.gov.on.ca/en/mcss/programs/accessibility/index.aspx
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
23
Tender W-2017-4
If you require clarification of the accessibility requirements, please contact the
Accessibility Coordinator by phone at 705-748-9301 ext. 1285, or by email
[email protected]
1.28.4
Integrated Accessibility Standards
Pursuant to Section 7 of Ontario Regulation 191/11, Integrated Accessibility
Standards (“IAS”) made under the AODA, the successful Bidder shall ensure that
all of their employees, agents, volunteers, or others for whom they are
responsible for, complete training, including:
Training on the general requirements in the IAS;
a) A review of the Human Rights Code as it pertains to persons with disabilities
and understanding the differences between the Human Rights Code and the
IAS.
1.28.5
Accessible Built Environment Standard
a) Built Environment Standard training is currently not required.
b) The PUG has adopted the Final Proposed Accessible Built Environment
Standard; or the “Built Environment Standard”; released by the Ontario
Government in July 2010, as the corporate standard in conjunction with the
Ontario Building Code; or “OBC”. These standards apply to new construction,
major renovations and change of use. It is important to note, where the Built
Environment Standard does not make explicit reference to an element in the
OBC or other existing Ontario regulations, the requirements within the
existing Ontario regulations will apply. Where the OBC requirements provide
a higher level of accessibility than the requirements of the Built Environment
Standard, the OBC requirement will apply. The successful Bidder shall abide
by the requirements and will incorporate them as required.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
24
Tender W-2017-4
APPENDIX C – REPRESENTATION, WARRANTY AND
ACKNOWLEDGMENT
Regarding Accessibility Training
(Company Name)
hereby represents and warrants that:
My / Our employees, agents, volunteers, or others for whom I / we are responsible, will
have successfully completed Accessibility Training as required in this Competitive Bid
prior to commencement of the Project on behalf of the Peterborough Utilities Group, in
accordance with the award of W-2017-4.
Acknowledgement
I / We, the undersigned, acknowledge and agree that this representation and warranty
will be relied upon by the Peterborough Utilities Group and as such I / we solemnly
provide this representation and warranty as if it were given under oath.
I / We have the authority to bind the Company.
Company Name:
Signature(s):
Name(s):
Title(s):
Date:
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
25
Tender W-2017-4
1.29 LUMP SUM FOR ALL OTHER ITEMS
In this item of the Schedule of Items and Prices, or in the case of a lump sum
type contract, in the Breakdown Schedule, the tenderer shall enter his/her tender
price for providing items such as watchmen, permits and approvals (other than
those to be paid by the Owner), items required by the Drawings or Specifications
but which have been omitted from the Schedule and other items required by the
Contract but not specifically covered by or related to the other items in the
Schedule.
Each Progress Payment Certificate will include a percentage of the tender price
for this item in proportion to the percentage of the permanent works completed.
The submission by a tenderer of an unbalanced price for this item renders the
tender liable to disqualification.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
26
Tender W-2017-4
2.0 FORM OF TENDER
2.1
IDENTIFICATION OF TENDERER
FOR THE CONSTRUCTION OF A WATER MAIN EXTENSION ON NASSAU MILLS
ROAD FROM WEST BANK DRIVE TO TRENT CANAL
TENDER W-2017-4
TO: PETERBOROUGH UTILITIES COMMISSION
NOTE: The Tenderer's name and address must be inserted here and, in the case of
Firms, the name and address of each and every Firm must be inserted.
TENDER BY
ADDRESS
And
ADDRESS
COMPRISING THE FIRM OF
A Company duly incorporated under the laws of
and having their Head Office at
Hereinafter called “The Tenderer”.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
2.2
27
Tender W-2017-4
MANDATORY REQUIREMENTS CHECKLIST
Before submitting your tender, check the following points and include this page
with your tender submission:
 Contractor Safety Qualification (Please ensure your response to this
section is submitted in a bound package separate from that of the main
submission and includes all required documentation). Health & Safety
Policy and Manual (electronic format preferred).
 Tender has been signed
 Form of Tender has been completed
 All Schedules are completed
 All addenda are signed and included with documents
 "Agreement to Bond" and "Tender Deposit Cheque" or "10% Bid Bond"
are included
 "Bidder's Certification" is included
Should you be the successful Bidder, please ensure that the below listed
documents can be submitted at or after award of contract:
 Listing of Hazardous Materials to be Brought On-Site
 Applicable MSDS Sheets
 Appendix C Accessibility Training Representation, Warranty and
Acknowledgement Form
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
2.3
28
Tender W-2017-4
WORK TO BE DONE
The Contractor shall, unless specified otherwise, furnish all materials, equipment,
tools, and labour, necessary to do the work required under this Tender.
All work shall be done by the Contractor in accordance with the GENERAL
CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, STANDARD
SPECIFICATIONS, SPECIAL PROVISIONS and DRAWINGS included in this
Tender.
The unit prices entered in the Form of Tender shall cover complete compensation
for supplying all labour, equipment, and materials, as described herein, to
construct the work as specified to the limits indicated unless otherwise specified.
Work listed under Item 4.0 - Provisional Items, may or may not be taken into
account by the Owner in comparing tenders and awarding a contract.
Consideration of Provisional Items will be at the discretion of the Owner.
Index for “SPEC NO.” Column
IT
Number
(ie. 441)
SP
Refers to Information for Tenderers
Refers to Ontario Provincial Standard Specifications (OPSS) as listed in
Special Provision Clause 1.0 “Contract Documents” (copies are not
included in the Contract Documents and each contractor must obtain the
current issue of these specifications)
Refers to the Special Provisions.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
2.4
29
Tender W-2017-4
SUMMARY OF TENDER PRICES - TENDER W-2017-4
TOTAL TENDERED AMOUNT
OF SCHEDULE
SCHEDULE "A" - General Requirements
_________________________
SCHEDULE "B"
_________________________
Water Main
SCHEDULE "C" - Appurtenances
_________________________
SCHEDULE "D"
Provisional Items
_________________________
SCHEDULE "E"
Miscellaneous Items
_________________________
TOTAL SCHEDULES A, B, C, D & E
(Do not include HST in prices quoted.)
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
$
════════════════════
PETERBOROUGH UTILITIES COMMISSION
2.5
30
Tender W-2017-4
TO THE CHAIR AND MEMBERS OF THE PETERBOROUGH
UTILITIES COMMISSION OF THE CITY OF PETERBOROUGH
2.5.1 No person, firm or corporation other than the Tenderer, has any interest in
this tender or in the proposed Tender for which this tender is made and to which
it relates.
2.5.2 This tender is made by the Tenderer without any connection, knowledge,
comparison of figures or arrangement with any other person or persons making a
tender for the same work, and is in all respects fair and without collusion or fraud.
2.5.3 No member of the Council, Commission or any Officer of the City of
Peterborough or the Utilities Commission is, shall be, or shall become interested
directly or indirectly, as a contracting party, partner, stockholder, surety or
otherwise in or in the performance of the Tender, or in any portion of the profits
thereof, or of any such supplies to be used therein, or in any of the monies to be
derived therefrom.
2.5.4 The Tenderer has carefully examined the conditions, locality, and site of
the proposed works, as well as all the Plans, Drawings, Profiles, Form of Tender,
Information for Tenderers, Particular Specifications, Specifications, General
Conditions, Affidavits, Agreement and Bond relating thereto, and hereby tenders
and offers to enter into a Tender to do all the work provide all the labour, and to
provide, furnish, deliver, place and erect all materials mentioned and described or
implied therein including, in every case, freight, duty, exchange, applicable sales
tax, royalties, and all other charges on the terms and conditions and under
provisions therein set forth and to accept full payment therefore, per schedule of
prices set forth in the Schedule of Prices, as follows:
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
31
Tender W-2017-4
SCHEDULE OF PRICES AND SUMMARY OF QUANTITIES
ITEM
NO.
SPEC DESCRIPTION
1.0
1.01
1.02
EST.
UNIT
UNIT
QUAN.
PRICE
AMOUNT
GENERAL REQUIREMENTS
IT
IT
Mobilization and
demobilization at the job
site of offices, stores,
conveniences, other
temporary facilities,
construction plant and
other items not required to
form part of the permanent
works and not covered by
other items of the
Schedule of Items and
Prices (refer to Clause 31
of the Information for
Tenderers)
L.S.
$
Cost of 100%
Performance Bond, and
100% Labour and Material
Payment Bonds, as
specified in the forms
bound herein
L.S.
$
L.S.
$
L.S.
$
L.S.
$
1.03
IT
Cost of Insurance
1.04
IT
SP
Contractor Layout
1.05
IT
Provision of Field Office as
specified in Clause 2 of
Information for Tenderers
(75% payment after set up
and 25% payment on
removal and restoration)
SUB-TOTAL – ITEM 1.0 – GENERAL REQUIREMENTS
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
$
PETERBOROUGH UTILITIES COMMISSION
ITEM
NO.
SPEC
2.0
32
DESCRIPTION
Tender W-2017-4
EST.
QUAN.
UNIT
UNIT
PRICE
AMOUNT
WATER MAIN
Supply and install the following water mains, appurtenances and
service lateral connections complete, including all traffic control,
excavation, temporary support, protection of existing facitilites,
dewatering, bedding, backfilling, compaction, disposal of surplus
material, testing, and surface restoration to match existing.
2.01
2.02
SP
SP
2.03
2.04
a)
b)
c)
Exploratory test pits to
confirm location and
configuration of existing
450mm CPP water
main at north project
limits
Supply, install, maintain
and remove double line
stop and bypass for
installation of new
450mm tee at West
Bank Drive
450mm PVC DR 18
water main complete
with tracer wire, from
existing to the south
limit at the Trent Canal
441
492
SP
1
LS
1
LS
$
$
$
$
390
m
$
$
450mm DI Class 52
pipe, complete with pipe
supports and hangers,
insulation and jacketting
10
m
$
$
450mm DR18 Preinsulated fusable PVC
pipe, complete with
insulation and jacketting
70
m
$
$
Double Ball Flexible
Expansion Joints
2
ea
$
$
Extra-over the unit price
for water main to
suspend the water main
on the bridge over the
Otonabee River
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
ITEM
NO.
SPEC
d)
e)
2.05
a)
441
442
492
SP
33
DESCRIPTION
Tender W-2017-4
EST.
QUAN.
UNIT
UNIT
PRICE
AMOUNT
Support System
(hangers and support
brackets including,
blasting, installation on
existing bridge
structure, and coating)
22
ea
$
$
Supply and install
combination air/vacuum
release valve
1
LS
$
1
LS
$
Connect to existing
water main, including
chamber, all fittings,
reducers, bends, thrust
blocks, and restraints as
required.
450mm to 450 mm c/w
450mm gate valve and
1.8 x 2.4m chamber.
SUB-TOTAL ITEM 2.0 – WATER MAIN
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
$
PETERBOROUGH UTILITIES COMMISSION
ITEM
NO.
SPEC
34
EST.
QUAN.
UNIT
UNIT
PRICE
AMOUNT
2
ea
$
$
ea.
$
$
1
ea
$
$
Supply and install 32mm
rigid PVC duct from
existing utility Pole to the
location of the Heat
Trace Control Panel
15
m
$
$
Supply and install all
equipment including pole
mounted weatherhead
and stack, 2 pole
breaker, and Urecon
UTC-2030-11 Heat Trace
Controller
1
LS
Supply and Install 2-1/C
#4 AWG RWU90 from
the 2-Pole breaker to the
control panel and
complete connection
15
m
d)
Supply and Install
grounding system
1
LS
$
e)
Obtain ESA inspection
certificate and complete
connection of termination
from 2-Pole Breaker to
existing O/H Cable
1
LS
$
3.0
3.01
DESCRIPTION
Tender W-2017-4
APPURTENANCES
SP
Supply and install valve
chamber complete
450mm
a)
441
442
492
510
SP
Hydrant Set, including
150 mm diameter gate
valve & box, lead,
extension (if required),
restrainers, and tracer
wire
3.03
SP
Temporary Swab Launch
3.04
SP
Electrical
3.02
a)
b)
c)
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
$
$
$
PETERBOROUGH UTILITIES COMMISSION
ITEM
NO.
f)
SPEC
35
DESCRIPTION
Supply and install Heat
Tracing cable along preinsulated pipe run,
including connection and
configuration with Heat
Trace Controller
SUB-TOTAL ITEM 3.0 – APPURTENANCES
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
Tender W-2017-4
EST.
QUAN.
UNIT
UNIT
PRICE
AMOUNT
85
m
$
$
$
PETERBOROUGH UTILITIES COMMISSION
ITEM
NO.
SPEC
4.0
4.01
36
DESCRIPTION
Tender W-2017-4
EST.
QUAN.
UNIT
UNIT
PRICE
AMOUNT
PROVISIONAL ITEMS
206
SP
Additional excavation in all
kinds of material, except
rock, including sheeting,
removal of surplus
material, water and all
incidentals specified,
where directed by the
Contract Administrator
a)
0.0 m to 2.0 m depth
100
m3
$
$
b)
2.0 m to 4.0 m depth
50
m3
$
$
4.02
501
1010
Supply, place and
compact in any excavation
or as fill
a)
Granular A
100
m3
$
$
b)
Granular B, Type I
100
m3
$
$
c)
Select Fill
100
m3
$
$
d)
19 mm clear stone
100
m3
$
$
e)
Unshrinkable fill
100
m3
$
$
100
m3
$
$
4.03
515
SP
Remove and Dispose of
Rock
4.04
SP
Repair of Unmarked drains
a)
100mm dia.
10
m
$
$
b)
150mm dia.
10
m
$
$
c)
200mm dia.
10
m
$
$
506
SP
Supply and place calcium
chloride for dust control as
directed by the Engineer.
500
Kg
$
$
506
SP
Supply and place
additional water for dust
control, as directed by the
Engineer.
10
m3
$
$
4.05
4.06
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
ITEM
NO.
SPEC
37
DESCRIPTION
Tender W-2017-4
EST.
QUAN.
UNIT
UNIT
PRICE
AMOUNT
4.07
Additional labour ordered
on a time and material
basis including all costs for
lodging, travel,
subsidence, supervision,
overhead and profit
a)
Superintendent
50
hrs.
$
$
b)
Foreman
100
hrs.
$
$
c)
Skilled Labour
100
hrs.
$
$
d)
General Labour
100
hrs.
$
$
e)
Equipment Operator
100
hrs.
$
$
SUB-TOTAL ITEM 4.0 – PROVISIONAL ITEMS
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
$
PETERBOROUGH UTILITIES COMMISSION
ITEM
NO.
SPEC
38
DESCRIPTION
5.0
MISCELLANEOUS ITEMS
5.01
SP
Clearing and Grubbing for
installation of the New
Water main
805
SP
Chain Link Fencing at
bridge abutments
5.02
Tender W-2017-4
EST.
QUAN.
UNIT
1
LS
UNIT
PRICE
AMOUNT
$
a)
1.8m chain link fence,
including terminal posts
30
m
$
$
b)
1.5m single swing gate
2
Ea.
$
$
5.03
SP
Supply, install and
maintain and remove
sediment control
measures as indicated on
the drawings.
a)
Heavy Duty Silt Fence
(OPSD 219.131)
390
m
$
$
b)
Staked Straw bale Check
dams (OPSD 219.180)
15
Ea.
$
$
c)
Catchbasin Inlet Protection
(Silt Sacks)
2
Ea.
$
$
5.04
SP
Traffic Control
1
LS
5.05
SP
Decommission /Abandon
existing monitoring well
1
Ea.
$
$
5.06
SP
Allowance for 3rd Party
Inspections
(welding/coating)
Allow
$
$
10,000.00
5.07
5.08*
IT
$
Lump Sum item to cover
all other requirements of
the Contract not
specifically covered by or
related to the preceding
items hereof (Refer to
Clause 29 of the
Information for Tenderers)
1
L.S.
$
Contingency Allowance
1
Allow
$ 150,000.00
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
ITEM
NO.
SPEC
39
DESCRIPTION
Tender W-2017-4
EST.
QUAN.
SUB-TOTAL ITEM 5.0 – MISCELLANEOUS ITEMS
UNIT
UNIT
PRICE
AMOUNT
$
*NOTE: (ITEM 5.08) – The Contractor agrees that he/she is not entitled to payment of
Contingency Allowance except for additional work carreid out by him/her in accordance
with the Contract as directed by the Engineering in writing and only to the extent of such
additional work.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
40
Tender W-2017-4
2.5.5 The Tenderer agrees that this offer is to continue open to acceptance for a
period of 60 days from closing or until the formal Tender is executed by the
successful Tenderer for said work and that the Commission may, at any time,
without notice, accept this tender whether any other tender has been previously
accepted or not.
2.5.6 The Tenderers agree that, if they withdraw their tender before the
Commission shall have considered the tenders and awarded a Tender, the
amount of the deposit or Bid Bond for this tender shall be forfeited to the
Commission.
2.5.7 The Tenderer agrees that the awarding of the Tender by the Commission
based on this tender, shall be an acceptance of this tender without
communication or notice thereof.
2.5.8 If this tender is accepted, the Tenderer agrees to furnish an approved
Surety for the proper fulfilment of the Tender and to execute the Affidavit,
Agreement and Bond and provide the requirements with regards to Insurance
Policies in duplicate, within fourteen (14) working days after being notified to do
so by the Commission, or by anyone acting on behalf of the Commission.
In the event of default or failure on the Tenderer's part to do so, the Commission
shall be at liberty to retain the security deposited by the Tenderer to use by the
Commission: to accept the next lowest or any tender, or to advertise for new
tenders, or to carry out the work in any other way they may deem best. The
Tenderer also agrees to pay the said Commission the difference between this
tender and any greater sum which the Commission may incur by reason of such
default or failure, or by reason of such action, as aforesaid on their part,
including the cost of any advertisement for new tenders; and to indemnify and
save harmless the said Commission and their officers from all loss, damage,
cost charges and expenses which they may suffer or be put to by reason of any
such default or failure on the Tenderer's part.
2.5.9 The Tenderer shall provide at the time of tendering, an Agreement to
Bond with a Surety which is willing to become bound with the undersigned in
the amount designated in Clause 1.3 of this Tender for the due performance
and fulfilment of the Tender for which this is a tender.
The Surety must be a satisfactory Guaranty Company, resident in Canada, or
authorized by law to carry on business in the Province of Ontario.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
41
(................................................................
Tenderer's
(..........................................................
Signature
(..........................................................
(..........................................................
Witness: ........................................
Date: .........................................…
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
Tender W-2017-4
PETERBOROUGH UTILITIES COMMISSION
2.6
42
Tender W-2017-4
CONTRACTORS REFERENCE SCHEDULE - STATEMENT 'A'
The Contractor shall list below the names of Municipalities where work of a
similar nature has been performed by their Company within the last two years.
YEAR
DESCRIPTION OF WORK
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
OWNER
TENDER
VALUE
OWNER’S PROJECT
SUPERVISOR
PETERBOROUGH UTILITIES COMMISSION
2.7
43
Tender W-2017-4
CONTRACTOR'S PROPOSED SUPERVISORY STAFF –
STATEMENT 'B'
The Contractor shall list below the names and experience of the Supervisory
Personnel to be employed on this Tender.
NAME
CLASSIFICATION
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
QUALIFICATIONS & EXPERIENCE
PETERBOROUGH UTILITIES COMMISSION
2.8
44
Tender W-2017-4
CONTRACTOR'S EQUIPMENT - STATEMENT 'C'
The Contractor is asked to provide the description of all the construction plant
and equipment to be used if successful on this Tender. The description should
include the YEAR, MAKE, MODEL and CAPACITY.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
2.9
45
Tender W-2017-4
CONTRACTOR'S PROPOSED WORK SCHEDULE –
STATEMENT 'D'
The Contractor shall outline below, a work schedule broken down into work
crews, that is proposed to be used if awarded this Tender.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
46
Tender W-2017-4
2.10 SUB-CONTRACTOR'S REFERENCE SCHEDULE - STATEMENT 'E'
The Contractor shall list below the names of each proposed Supplier/
Subcontractor and state the portion of work allotted to each. Where the bidder
does not intend to employ a subcontractor, they shall insert the words “Own
Forces” or if the item does not apply to this project insert “N/A”.
SUB-TRADE
NAME OF SUBCONTRACTOR
Excavation &
Backfill
Granular ‘A’
Supplier
Granular ‘B’
Supplier
QC Lab Testing
Concrete
Supplier
Topsoil &
Finished Grading
Sodding/
Seeding
Concrete Pipe
Supplier
PVC Pipe
Supplier
Other
Other
Other
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
SCOPE OF WORK
PETERBOROUGH UTILITIES COMMISSION
47
Tender W-2017-4
2.11 CONTRACTOR'S LABOUR AND EQUIPMENT RENTAL RATES –
STATEMENT 'F'
(Refer to Section 4.2.2 Alterations, Extras, Deductions and Claims)
a) LABOUR RATES (List by skill and classification, etc.)
b) EQUIPMENT RENTAL RATES (List equipment by make, size, etc.) (Not to
exceed OPSS Form 127 Rates)
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
48
Tender W-2017-4
2.12 CONTRACTOR'S EXCAVATION AND/OR SOIL SUPPORT
SYSTEM - STATEMENT 'G'
Method(s) of soil support to be used for the work (check all applicable and
provide corresponding information):
Open Cut Method
Timbering and Shoring
Pre-fabricated Shoring System
Name and Model
Name of Manufacturer
Address of Manufacturer
Hydraulic Support System
Name and Model
Name of Manufacturer
Address of Manufacturer
Engineered Support System
Name and Model
Name of Manufacturer
Address of Manufacturer
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
49
PETERBOROUGH UTILITIES COMMISSION
Tender W-2017-4
BIDDER'S CERTIFICATION
(At time of tender)
RE:
PETERBOROUGH UTILITIES COMMISSION
TENDER W-2017-4
I,
, of
DO SOLEMNLY SWEAR THAT the matters stated in the foregoing Tender are in all
respects true. AND I make this solemn declaration, conscientiously believing it to be
true and knowing that false statements or incomplete tender information may nullify any
Tender entered into.
DECLARED
This
day of
20
.
……………………………………………………….
(Signature of person with authority to bind the company)
Persons tendering are required to fill in all blanks. Should any uncertainty arise as to
the proper manner of doing so, the requisite information will, upon request, be given by
the Commission or its Engineers.
All blanks must be legibly and properly filled in, or the tender may be declared
INFORMAL.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
50
PETERBOROUGH UTILITIES COMMISSION
Tender W-2017-4
3.0 CONTRACT FORMS
AGREEMENT
This is the form of Agreement referred to in the annexed Bond, Tender,
Specifications, General Conditions and in the Plans and Profiles therein referred to,
and, with such Documents and Plans, form the Contract in this matter.
THIS INDENTURE made (in duplicate) the ...................................................... day of
....................................., Two Thousand ……….
BETWEEN:
THE PETERBOROUGH UTILITIES COMMISSION hereinafter called the
Commission of the First Part,
and......................................................................................................................................
hereinafter called the Contractor of the Second Part.
WHEREAS the said Commission has awarded to the said Contractor for
the
............................................................................................................................................
............................................................................................................................................
referred to, the said Contractor having put in a Tender therefore, a copy of which is
hereto annexed, which said Tender was accepted by the said Commission on the
.............................. day
of ...........................
NOW THESE PRESENT WITNESS that the said Contractor doth hereby
covenant and agree with the said Commission in manner following, namely:
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
51
Tender W-2017-4
1) To execute and perform the whole of the work herein mentioned with due
expedition and in a thoroughly workmanlike manner, in strict accordance with the
provisions of this Contract, and the said Specifications and General Conditions
and the Plans therein referred to (which are identified by the signature of the said
Contractor, and are made part of this Contract as if embodied herein) and
thereafter to maintain the same as therein provided, and that in the execution
and performance of the said work, the said Contractor will carry out, perform,
observe, fulfill and abide by all the covenants, agreements, stipulations,
provisions and conditions mentioned and contained in the said specifications and
General Conditions to be carried out, performed, observed and fulfilled by the
said Contractor to the same extent and as fully as if each of them was set out
and specifically repeated herein.
2) To indemnify and keep indemnified and save harmless the said Commission and
each of its officers, servants and agents from and against all actions, suits,
claims, executions and demands which may be brought against or made upon
the said Commission, its officers, servants and agents, and from all loss, costs,
charges, damages, liens and expenses which may be paid, sustained or incurred
by the said Commission, its officers, servants and agents by reason of or on
account or in consequence of the execution and performance of the said work or
of the non-execution or imperfect execution thereof or of the supply or nonsupply of plant or material therefore.
3) To pay to the said Commission, on demand, all loss, costs, damages or
expenses which may be paid, sustained or incurred by the said Commission or
any of its officers, servants or agents in consequence of any such action, suit,
claim, lien, execution or demand, and any monies paid or payable by the said
Commission or any of its officers, servants or agents in settlement or in
discharge thereof, or on account thereof, and that in default of monies so paid or
payable by the said Commission, its officers, servants or agents, and also any
monies payable by the Contractor under any of the terms and conditions of the
Contract may be deducted from any monies of the said Contractor then
remaining in possession of the said Commission on account of this or any other
Contract, or may be recovered from the said Contractor or the Surety named in
the Bond hereto attached in any court of competent jurisdiction and monies paid
at their request.
And the said Contractor hereby authorizes and empowers the said Commission or its
Solicitor for the time being, to defend, settle or compromise any such actions, suits,
claims, liens, executions or demands as the said Commission or its Solicitor may deem
expedient, and also hereby agrees to ratify and confirm all the acts of the said
Commission or its Solicitor in that behalf; and to pay to the said Solicitor on demand the
reasonable costs of defending, settling, or compromising any such action, suits, claims,
liens, executions or demands as the said Commission may deem it expedient to defend,
settle or compromise, and that in default of such payment, the same may be deducted
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
52
Tender W-2017-4
from any monies payable by the said Commission to the said Contractor on any
account.
The said Commission covenants with the said Contractor that if the said work, including
all extras in connection therewith, shall be duly and properly executed as aforesaid, and
that if the said Contractor shall carry out, perform, observe, fulfill, keep and abide by all
the covenants, agreements, stipulations, provisions, terms and conditions of this
Contract, the Commission will pay the said Contractor therefore the Contract price
mentioned in said Tender (which are to apply to all extras of the character specified in
the schedule of rates forming part of said Tender) such payment to be made in the
manner and subject to drawbacks and liquidated damages mentioned in the said
General Conditions, upon estimates or certificates signed by the Engineer, issued in
accordance with Clause 4.7.1 of the General Conditions incorporated with and made
part of this Contract,
PROVIDED that no monies shall become due or be payable under this Contract unless
and until an estimate or certificate therefore shall have been signed by the said
Engineer as herein provided, the possession of which is hereby made a condition
precedent to the right of the Contract to be paid or to maintain any action for such
money or for any part thereof, PROVIDED that the said Commission shall not be liable
or compelled to pay for any extras or additional work not included in this Contract,
except only in the manner and as provided for herein, PROVIDED ALSO, that the said
Commission shall not be liable or compelled to grant or insure any estimate or
certificate for work rejected or condemned by the said Engineer or to pay any money
therefore until the work so rejected or condemned has been replaced by new material
and workmanship to the written satisfaction of the said Engineer, and it is hereby
expressly provided that the granting of any estimate or certificate, or the payment of any
monies thereunder, shall not be construed as an acceptance of any bad or defective
work or material, to which the same relates, or as an admission of liability to pay any
money in respect thereof, and shall not in any manner lessen the liability of the
Contractor to replace such work or material, although the condition of the same may not
have been known to, or discovered by the said Engineer at the time such estimate or
certificate was granted, or monies paid thereon.
AND it is understood and agreed between the parties hereto as follows:
That this Agreement and the covenants and conditions herein, and in the said General
Conditions contained shall extend to and be binding upon the heirs, executors,
administrators, successors and assigns, of the said Contractor and the said
Commission respectively. In this Agreement, and in the Contract, of which this
Agreement forms a part, the words, "person", "plans", "shall", "may", "herein", "work",
"Contract", "Contractor", "Inspector", "Engineer", and words used in the singular number
of the masculine gender, shall have the meaning and effect given to them in the
General Conditions hereto annexed, or in the Interpretation Act of the Revised Statutes
of Ontario.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
53
Tender W-2017-4
IN WITNESS WHEREOF the said Commission has hereunto affixed its Corporate Seal
and the hand of the President & CEO of the said Commission, countersigned, Chair of
the said Commission and the said Contractor has hereunto affixed their Corporate Seal
and the name of their proper officer in that behalf.
N.B. TENDERERS WILL PLEASE READ THE FOREGOING BEFORE EXECUTION.
SIGNED, SEALED AND DELIVERED
PETERBOROUGH UTILITIES COMMISSION
IN THE PRESENCE OF
)
)
).....................................................................
)
CHAIR
)
)
)....................................................................
)
PRESIDENT & CEO
)
)
).....................................................................
)
)
).....................................................................
)
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
CONTRACTOR'S SIGNATURE
PETERBOROUGH UTILITIES COMMISSION
54
Tender W-2017-4
WORKPLACE SAFETY & INSURANCE BOARD DECLARATION
DOMINION OF CANADA
)
)
)
)
)
)
)
)
)
)
)
IN THE MATTER OF a proposed Contract
for the ..........................................….….......
............................................................…......
...........................................................….......
..........................................................…........
for the ................................................….......
.................................................................................................................................….......
.................................................................................................................................….......
DO SOLEMNLY DECLARE that all payments of assessment or compensation due the
Workplace Safety and Insurance Board, as provided by Clause 4.5.3 of the General
Conditions, have been paid.
AND ......................................make this solemn declaration, conscientiously believing it
to be true, and knowing that it is of the same force and effect as if made under oath, and
by virtue of "The Canada Evidence Act."
SEVERALLY DECLARED before me )
at the ...............................of..…..........)
in the County of ..............................…)
this ..................................................…)
day of ..................................., 20....…)
………………………………………….
A Commissioner, Etc.
(or Notary Public)
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
55
Tender W-2017-4
PERFORMANCE BOND
KNOW ALL PEOPLE BY THESE PRESENT that
As principal, hereinafter called the “Principal”, and
hereinafter called the “Surety”, are held and firmly
bound unto Peterborough Utilities Commission as obligee, hereinafter called the
“Obligee”, in the amount of
DOLLARS of
lawful money of Canada, for the payments of which sum, well and truly to be made, the
Principal and Surety bind themselves, their heirs, executors, administrators, successors
and assigns, jointly and severally, firmly by these presents.
WHEREAS the Principal has entered into a written contract with the Obligee
dated the
day of
, 20
for
in
accordance with the contract documents submitted therefore which, together with any
subsequent additions, amendments or deletions which have not now or may be agreed
to between the Principal and Obligee, are by reference made part hereof and are
hereinafter referred to as the "Contract".
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
the Principal shall promptly and faithfully perform the Contract then this obligation shall
be null and void; otherwise it shall remain in full force and effect.
WHENEVER, the Principal shall be, and declared by the Obligee to be, in default
under the Contract, the Surety may promptly remedy the default , or shall promptly;
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
56
Tender W-2017-4
(1) complete the Contract in accordance with its terms and conditions or
(2) obtain a bid or bids for submission to the Obligee for completing the Contract
in accordance with its terms and conditions, and upon determination by the
Obligee and the Surety of the lowest responsible bidder, arrange for a
Contract between such bidder and the Obligee and make available as work
progresses (even though there should be a default, or a succession of
defaults, under 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 the Contract price", as used in this
paragraph, shall mean the total amount payable by the Obligee to the Principal
under the Contract, less the amount properly paid by the Obligee to the
Principal, providing that the Obligee shall be entitled, on any reasonable
ground to determine which of any bidders referred to above are responsible.
Any suit under this Bond must be instituted before the expiration of two (2)
years from the date on which final payment under the Contract falls due.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
57
Tender W-2017-4
The surety shall not be liable for a greater sum than the specified penalty of
this Bond.
No right of action shall accrue on this Bond, to or for the use of, any person or
corporation other than the Obligee named herein, or the heirs, executors,
administrators or successors of the Obligee.
IN WITNESS WHEREOF, the Principal and the Surety have Signed and Sealed
this Bond this
day of
, 20
.
Principal
Surety
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
58
Tender W-2017-4
CERTIFICATE OF COMPLETION
CONTRACT: W-2017-4
This is to certify that Contract W-2017-4 between the PETERBOROUGH UTILITIES
COMMISSION and ______________________________________________________
is complete as of ___________________________.
The guaranteed maintenance
period will extend to ____________________________.
__________________________, P.Eng.
Water Utility Manager
Date ______________________
__________________________
Contractor
Date ______________________
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
59
Tender W-2017-4
PETERBOROUGH UTILITIES COMMISSION
1867 Ashburnham Drive, Peterborough, Ontario
STATUTORY DECLARATION
(At completion of Contract)
RE:
PETERBOROUGH UTILITIES COMMISSION
CONTRACT W-2017-4
I, ___________________________, ________________________________________
name
position or title
of ____________________________________________________________________
company name
certify that all payments due including wages and salaries for work done and materials
furnished in connection with this Contract have been paid except holdbacks, for
supplies, equipment and sub-contractors. The work has been fully completed in
accordance with Contract and specifications. All assessments and levies under the
Worker's Compensation Act or other labour legislation in respect of said subcontractors
have been duly paid and are free of all liens and encumbrances. And I make this
Solemn Declaration conscientiously believing it to be true, and knowing that it is of the
same force and effect as if made under oath, and by virtue of the Canada Evidence Act.
DECLARED before me at _________________________________________________
this ______ day of _______________, 20 ____.
____________________________________________
(Signature of person before whom declaration is made)
A Notary Public, Commissioner, Etc.
(Please clearly state authority for
receiving solemn declarations Notaries to affix Notarial Seal)
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
60
4.0 GENERAL CONDITIONS OF CONTRACT
Refer to OPSS.MUNI 0100 – General Conditions of Contract
(not attached).
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
Tender W-2017-4
PETERBOROUGH UTILITIES COMMISSION
61
Tender W-2017-4
5.0 SUPPLEMENTARY GENERAL CONDITIONS
5.1
THE OCCUPATIONAL HEALTH AND SAFETY ACT
The Contractor shall carry out all of their work in strict conformity with the latest
issued edition of the Occupational Health and Safety Act and Regulations for
Construction Projects,1990, 2012 Revision or latest revision issued.
In order to avoid any misunderstanding as to the nature of the work to be
performed herein, the Contractor, by executing this contract unequivocally
acknowledges that they are the "Constructor" within the meaning of The
Occupational Health and Safety Act -1990, 2012 Revision or latest revision
issued.
It is the Contractor's responsibility to file the "Notice of Project" with the Ministry
of Labour. Proof of such notice shall be provided to the Commission prior to any
work.
The Contractor shall, at all times, maintain safe clearances from energized
electrical conductors according to the requirements of the Occupational Health &
Safety Act.
If the Contractor requires working clearance around energized equipment the
Commission's position shall be one of the following:
A. The energized equipment be disconnected by Commission personnel
and be visibly grounded. The Contractor should be aware that in most
cases this is not possible, because of the almost continual need for
electricity by the Commission’s customers served by the power line.
B. Be energized equipment be rerouted to provide the clearance required
under the Act.
The Contractor will be responsible for the cost involved in either one of these
alternatives as well as providing a deposit for the estimated cost of the work prior
to it being carried out. The Contractor will be expected to make arrangements for
the work suitably in advance and no claim will be entertained from delays caused
by insufficient notice.
5.2
NON-STANDARD WORK HOURS
The Contractor shall recognize the commercial and residential nature of the
streets he is to work on and shall take steps satisfactory to the Engineer or his
designated agent to minimize the disruption to the businesses and the travelling
public in carrying out this work.
The Commission reserves the right to request the Contractor to work nonstandard work hours, including Sundays and Statutory Holidays, where the
Commission deems it necessary to avoid substantial interference with downtown
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
62
Tender W-2017-4
businesses. The Commission also reserves the right to limit or restrict the
amount of work being carried out simultaneously in any area or on any street or
adjacent street. The Contractor shall not be due any additional payment for work
restrictions or work performed during non-standard hours, at the request of the
Commission.
5.3
PROVISIONAL UNIT PRICING ITEMS IN TENDER FORM
Unless otherwise indicated, the items shown in the Tender Form as “Provisional
Items” shall be full compensation for the work specified and includes labour,
material and equipment. Provisional Items shall be considered part of the
evaluation process and award of the contract bid. The Contractor agrees that
he/she is not entitled to payment of Provisional Items except for additional work
carried out by him/her in accordance with the Contract as directed by the
Contract Administrator in writing and only to the extent of such additional work.
5.4
MAINTENANCE WORK
Before the Contractor leaves the site, the Commission may request the
Contractor submit a letter setting out the arrangement they have made for the
carrying out of maintenance work up to the end of the period of guaranteed
maintenance. This letter shall give a telephone number and address for the
receipt of notices relating to maintenance. Unless the Contractor's headquarters
are close to the site of the works, they shall be required to make satisfactory
arrangements with a local contractor for attending to surface maintenance work,
or with the Municipality for same to be carried out by the Public Works
Department at the Contractor's cost. A copy of the Contractor's purchase order
on such arrangement shall be provided to the Engineer.
Failure of the Contractor to make such arrangements and submit a copy of their
purchase order for same to the Engineer may delay processing of the Completion
Certificate and accompanying payments.
Moreover, in the case of the
Contractor's failure to arrange in a satisfactory manner for maintenance work, the
Engineer may order required maintenance work to be carried out by others at the
Contractor's expense.
For maintenance work during construction, reference is to be made to the
relevant provisions in this contract on the clearing and cleaning up and
reinstatement work.
5.5
CUT PERMIT
The City of Peterborough requires that "Cut Permits" be obtained prior to the
work commencing for excavation work carried out on City streets, boulevards or
public rights of way. The City requires that the Commission take out the permits
for Contractors working directly for the Commission. The Contractor shall adhere
to all requirements of the Cut Permit Regulations and request the Commission to
take out these permits at least 48 hours in advance of the start of the work.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
63
Tender W-2017-4
The Contractor is responsible for notifying the City of Peterborough Public Works
Department, Fire Department, Police Department, City Transit Department,
Ambulance, and any other utilities or department, etc., which might be affected
by the work. This notification should be in writing, and should include a list of the
Contractor's personnel to be contacted in case of problems in connection with
this work.
5.6
REMOVAL OF OBSTRUCTIONS
Should the location or position of any gas or water pipe, public or private sewer
or drain, conduit, foundations, walls, railway or other structures, be such as, in
the opinion of the Engineer, to require its removal, re-alignment or change and is
not detailed on the drawings, such removal, realignment or change shall, subject
to the provisions of Clause 4.2.2, be without cost to the Contractor for the work of
removal, re-alignment or change only. However, such structure shall be stripped
or uncovered and supported or sustained by the Contractor, at their own cost and
expense as constituting part of the contract, before such removal or before and
after such realignment or change. The Contractor shall not become entitled to
claim any damage or extra compensation from or on account of the presence of
such structure or on account of any delay due to removal or re¬arrangement of
the same. The Contractor shall be entitled to such an extension of the time for
the completion of this contract as the Engineer shall decide is equivalent to the
time that the work has been delayed by the removal, realignment or change of
any obstruction.
The Contractor shall not cause any hindrance to, nor interference with any
individual, Civic Department, Commission, provincial or federal authority, gas,
railroad or other company in the protection of their mains, pipes, tracks, poles or
posts, or other structures, nor in shifting, removing, or replacing the same.
However, the Contractor shall suffer the said individual, Civic Department,
Commission or provincial or federal authority or company to take all such
measures as they deem wise or as may become necessary for the purposes
aforesaid.
5.7
RE-BUILDING EXISTING SEWERS AND DRAINS
When an existing sewer or drain comes within the limits of or crosses the trench
at such a place or in such a manner as shall require the sewer or drain to be
removed, realigned or changed, the Contractor shall report this to the City of
Peterborough Public Works Department. The work required to realign or change
such sewer or drain, or remove and rebuild it and make good all connections of
whatever nature that existed at the time of removal shall be done by the Public
Works Department, unless other approved arrangements are made, in a manner
suitable and acceptable to the Public Works Department. The responsibility for
payment for any such removal, realignment or change shall be determined by the
Engineer.
Temporary connections, piping, etc. shall be installed to convey the flow across
the trench and the flow shall not be interrupted. In the case where the contractor
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
64
Tender W-2017-4
removes an existing sewer or drain to facilitate water main or service installation,
the affected pipe shall be cut clean and restored to equal or better than existing
condition using proper couplers, adapters or sweep bends as required. All
material and workmanship shall be approved by the City of Peterborough Public
Works. No additional payment shall be made for this work.
All materials from any existing sewers, drains, or culverts taken up by the
Contractor during the construction of the work shall be disposed of by the
Contractor and replaced with new material approved by the City of Peterborough
Public Works, at their own cost and expense, as the Engineer may direct.
5.8
PROVISIONS FOR TRAFFIC
All traffic measures will follow Ontario Traffic Manual Book #7 Temporary
Conditions unless otherwise stated in this section. The operations along public
roads and highways shall be conducted so as to cause minimum inconvenience
and hazards to traffic. Roadways shall be maintained in a condition suitable and
safe for passing traffic, for access to lateral streets and for access to residences
and other buildings situated on the street. The construction across lateral streets
and driveways shall be completed, the trench backfilled, consolidated and traffic
restored as quickly as possible. Access shall be provided by the Contractor at
their own expense, to branch streets, gas stations, shops and private properties
along the route of the water main by bridging the trench.
If the Contractor wishes to close any road to through traffic or one ¬way traffic,
they shall first obtain the approval of the City Engineer. No roadway shall be
closed without consent of the City Engineer. Where any of the works are carried
out on Ministry of Transportation property, the Ministry shall be notified. When
permission to close a street for construction is granted by the City Engineer, the
Contractor shall notify the City of Peterborough Public Works Department, Police
Department, Fire Department, Transit Department, Ambulance, etc., at least 48
hours in advance of the closing and comply with any other conditions required in
connection with the closing.
Detours for through traffic shall be carried out in a manner approved by the City
Engineer or a designated representative and shall be sufficiently marked, as
directed by the appropriate City Authority and the City Engineer.
Unless otherwise approved by the City Engineer, two-way traffic shall be
maintained at all times in carrying out work on or adjacent to or across streets or
highways with hot mix asphalt paved surfaces. In the case of the street or
highway crossings (i.e. for services), the work shall be arranged in sections such
that two-way traffic flow is maintained.
Where only one lane of traffic is possible, the Contractor shall provide approved
passing space for vehicles and shall provide a flagman at each end of the
affected section to direct the traffic. When it is necessary to maintain traffic on
the shoulders, the Contractor is required to supply, place and maintain a suitable
crushed gravel surface on such shoulders.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
65
Tender W-2017-4
Where the Contractor is allowed to close roads to general traffic, they shall
confine their operations so that only a minimum length of trench is open at any
time. The Contractor shall backfill each day a length of trench equivalent to that
opened each day, shall maintain pedestrian access to all properties along the
route and shall provide temporary wooden walks, bridges, fences, etc., as
required.
The Contractor shall maintain a traffic way over which their equipment travels
and shall be prepared, at any time, to remove their equipment to allow use of the
traffic way for emergency access to hydrants or property by fire trucks,
ambulances or other vehicles requiring such emergency access.
The Contractor shall carry out their operations in such a manner that there will be
a minimum of inconvenience to the people on the various streets. Sufficient
warning and information signs shall be placed at various street intersections so
that the travelling public are informed of the work in progress and provided with a
suggested alternate route around the work.
The cost of providing all flagmen, barricades, signs, lights, etc., necessary to
properly inform the public and to ensure their safety shall be borne by the
Contractor.
5.9
TRAFFIC CONTROL
Any traffic within, entering or leaving the construction zone shall be controlled by
the contractor in accordance with Ontario Traffic Control Manual - Temporary
Conditions Book 7, copies of this manual are available from Service Ontario.
Traffic Control Persons shal be trained in accordance with the Occupational
Health and Safety Act and Regulations for Construction Projects, 1990, January
2012 Revision or latest revision issued.
With the exception of section 4.6.16, all traffic control and flagging operations
shall conform to the Occupational Health and Safety Act and Regulations for
Construction Projects, 1990, O.Reg 213/91 January 2012 revision or latest
edition.
The cost of providing flagging for traffic control shall be borne entirely by the
Contractor.
5.10 BARRIERS AND LIGHTS
The Contractor must, at their own expense, and without further or other order,
provide, erect and maintain all requisite barriers, fences or other proper
protection, and must provide, keep and maintain watchmen and lights with red
globes as may be necessary, in order to ensure safety to the public as well as to
those engaged about the premises or works. Should the Contractor neglect to
carry out the above requirement, the Engineer is hereby authorized to place such
watchmen, lights, barriers, etc., as are required, and charge the cost to the
Contractor without relieving the Contractor of any claims for damages or
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
66
Tender W-2017-4
accident. The Contractor must also provide a sufficient number of "NO
THOROUGHFARE" or other proper notices, which must be placed and
maintained in good order in conspicuous places wherever any roadway, sidewalk
or thoroughfare is torn up or dangerous, and so long as it remains unsafe or
unfinished. When any work is carried on at night, the Contractor must supply, at
their own expense, a sufficient number of electric or other approved and efficient
lights, to enable the work to be done in a safe and efficient manner to the
satisfactory of the Engineer.
5.11 PEDESTRIAN SAFETY
In areas where sidewalks or pedestrian walkways are affected, special
precautions will be required to protect pedestrians and the general public. The
Contractor is responsible to fence, sign and make safe an alternate walkway for
pedestrian traffic around the work zone for the duration of the project. Access to
local businesses must be maintained during their operating hours. Coordination
will be required with each affected business and temporary wooden walks,
bridges, etc. be safely in place throughout the project. These special precautions
must be completed and in-place prior to commencement of project and be
approved by the Engineer.
5.12 UTILITY POLES
If any part of a utility pole base is within 2.0 metres of the centreline of the
proposed pipe or within 2.0 metres from the edge of a proposed structure and, in
the opinion of the Engineer, is necessary to remove and replace or support as
part of the work, the cost of such work shall be borne by the Commission. If a
pole is beyond the 2.0 metre distance, pole removal, replacement, temporary
support, temporary change in guy wires, overhead wires of any description or any
indirect cost from temporary change of such overhead wires shall be at the
Contractor's own expense.
Where the Contractor, without specific direction from the Engineer, removes or
replaces poles that are not considered necessary as part of the work, costs of
this work shall be at the Contractor's own expense.
Failure of the Engineer to instruct the Contractor to remove or replace poles or
posts in no way relieves the Contractor of the responsibility of providing adequate
support for poles.
5.13 CONTRACTOR PERFORMANCE EVALUATION
The Contractor shall be evaluated on a regular basis, at the sole discretion of the
Engineer, for aspects related to safety, public relations, efficiency and quality. All
evaluations shall be shared by PUSI with the Contractor in order to identify areas
for improvement and to ensure that positive change takes place. Upon final
completion, a final evaluation shall be completed, which will assist the PUSI in
determining whether the Contractor should be considered for other work of similar
nature.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
67
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
Tender W-2017-4
PETERBOROUGH UTILITIES COMMISSION
68
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
Tender W-2017-4
PETERBOROUGH UTILITIES COMMISSION
69
Tender W-2017-4
6.0 SPECIAL PROVISIONS – GENERAL
6.1
CONTRACTOR’S USE OF PREMISES
Scope
This section specifies requriements for the Contractor’s use of project site.
General
The Owner has not arranged for temporary working areas for construction,
storage and access, beyond the existing Nassau Mills Road right-of-way.
The Contractor is to make arrangements with property owners if additional areas
are required. Obtain written agreements and submit copies to Engineer.
There shall be no side-casting of material onto the travelled portion of the
roadway.
Work Areas
Snow fencing is to be installed and maintained along working and storage areas
and access routes.
The Contractor is not to enter upon or occupy with workers, tools or materials any
lands other than public streets, roadways, rights-of-way or easements shown on
Contract Drawings except after written consent has been received from property
owner.
6.2
PROJECT COORDINATION
Scope
This section outlines requirements for co-ordination with other contractors.
General
Other Contracts may be awarded by the Owner for work to be done adjacent to
and/or within limits of construction as shown on Contract Drawings. Limits of
work included in any such contracts are identified on Contract Drawings or
elsewhere in Contract Documents.
Do not undertake any part of work without permission of Engineer.
Co-operation with Other Contractors
The Contractor is to co-operate and make suitable working arrangements with
other Contractor(s) to ensure satisfactory completion of work.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
70
Tender W-2017-4
Written approval is to be obtained from the Engineer for all arrangements made
with other Contractor(s).
The Engineer will determine co-ordination and execution of work in the event that
Contractors are unable to reach satisfactory working agreement.
6.3
PUBLIC RELATIONS AND NOTICES
Scope
This section outlines requirements for dealing with complaints from and notifying
public.
General
The Contractor is to appoint a competent representative to receive and deal with
any complaints from public in regard to safety, protection of traffic, condition of
road surfaces along line of work, or nuisances on account of work.
The Contract Administrator, the Commission, the City and local police are to be
notified of name, address and telephone number of public relations
representative within two (2) weeks after date of order to commence work.
The Contractor/representative is to deal promptly with all complaints received
and carry out remedial actions to prevent further complaints.
Notices
Adequate notice of schedule (timing and location) of movement of materials,
construction activities, maintenance and repairs is to be given to affected
landowners and occupants of properties adjacent to work areas.
Notify the Contract Administrator immediately of any complaints of damage to
property or personal injury.
Notify the Contract Administrator as soon as possible of action taken in respect to
any complaints and outcome of such actions.
6.4
GRADES, LINES AND LEVELS
Scope
This section specifies requirements for setting out of works. Contractor shall be
responsible for all costs to provide grade, lines and levels, and layout.
The Contractor shall be required, but not limited to, the following:
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
•
•
•
•
•
•
71
Tender W-2017-4
Set out works to correct lines, grades and levels.
Establish control lines and levels for construction of work.
Provide a minimum of three (3) consecutive reference points at a distance
not exceeding fifteen (15) metres for each section of work.
Provide reference points at closer spacing as required or as directed by
Engineer.
Control of lines and grades by use of lasers must be used for all pipeline
installations.
Do not lay pipe unless all reference points and levels are in place along
section of work under construction.
Related Work Specified Elsewhere
Survey Data - Clauses 8.0 and Layout - Clause 30.0 hereof.
Basis of Payment
Payment for setting out of works and layout to be included in price bid in Form of
Tender for construction of works.
6.5
PROJECT MEETINGS
Scope
This section outlines requirements for project meetings.
The Contractor is required to attend any and all project meetings scheduled by
Engineer.
Pre-Construction Meeting
The Engineer will schedule meetings and notice will be given in writing at least
two (2) days before date of meeting.
Meetings will be held at a location/site designated by Engineer.
The following are to attend:
i) Engineer’s Representative
ii) Contractor’s Representative and Superintendent
iii) Resident Inspector
iv) Others as appropriate
Purpose of Meeting:
i) Identify and introduce personnel
ii) To discuss communication requirements between parties
iii) To discuss contract procedures and processing of field discussion,
submittals, change orders and application for payment.
iv) To discuss any other matters that may have arisen.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
72
Tender W-2017-4
Representatives of the Contractor attending meeting should be thoroughly
informed and knowledgeable with respect to proposed topic of discussion and
authorized to act and make commitments with respect to matters agreed to at the
meeting.
6.6
SURVEY DATA
General
All elevations indicated in Contract are referred to datum of Geodetic Survey of
Canada and to a benchmark established at or near site of work.
Information on and identification of existing control points and property lines
indicated on Contract Drawings will be provided by Engineer.
Engineer will provide principal reference points and benchmarks in accordance
with General Conditions.
The location of property lines, shown on the contract drawings, have been
inferred from assessment maps and are believed to be correct, however,
inconsistencies have been found with other drawings of record and accordingly,
property lines shown on these drawings are not certified to be correct. Works to
be constructed are to be located in reference to other topographic features as
illustrated by offset dimensions on these drawings.
Contractors’ Responsibilities
The Contractor is to locate and confirm all control points prior to commencement
of works, establish benchmarks along the route of the pipeline for checking grade
and provide all information on benchmarks set by the Contractor for use by the
Site Inspector.
All permanent reference points are to be protected and preserved during
construction.
Related Work Specified Elsewhere
Grades, Lines and Levels - Clause 5.0 and Layout - Clause 30.0 hereof.
6.7
SHOP DRAWINGS AND PRODUCT DATA
Scope
Submit shop drawings and product data requested by Engineer.
Shop Drawings
The Contractor is to provide five (5) copies to Engineer for review.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
73
Tender W-2017-4
Each shop drawing is to be identified giving references such as:
i) Section of Contract where specified
ii) Location where equipment or material is to be installed
iii) Name of subcontractor or supplier
iv) Other relevant information.
The Contractor shall check and initial all shop drawings before submission to
Engineer.
Shop drawings will not be reviewed by Engineer unless they have been
previously checked and initialled by Contractor.
The contractor should be aware that the review of shop drawings by the Engineer
does not in any way relieve the Contractor of responsibility for its accuracy or for
compliance with the contract documents. The contractor must check the
correctness of all components prior to installation. If any component does not
correctly fit together, then it is the responsibility of the Contractor to make any
corrections.
Revision of Shop Drawings
The Contractor will make corrections or changes required by Engineer, and
resubmit five (5) copies of revised drawings.
No changes to the shop drawings are to be made after final review without
written permission of Engineer.
6.8
QUALITY CONTROL
General
Adhere to manufacturer’s recommendations with respect to handling,
preparation, installation, testing, operation or protection of any product or material
to be incorporated in work.
Ensure that all materials supplied are compatible with each other unless specific
adjacent materials have been specified. Correct any defective work caused by
non-compatibility of materials.
Inspection
Where practical or desirable, tests will be conducted by Engineer on materials
and equipment to be incorporated into permanent works before delivery to site.
Submittals
Submit to Engineer full information on materials, equipment and related
arrangements to be furnished.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
74
Tender W-2017-4
Submit information in a form approved by Engineer.
Submit sufficient information to enable Engineer to determine whether proposed
materials, equipment and arrangements meet contract requirements.
6.9 TEMPORARY FACILITIES
Scope
This section specifies requirements for provision of temporary facilities.
General
The Contractor is to furnish, install and maintain temporary facilities required for
construction of works.
All temporary facilities are to be removed upon completion of contract.
Temporary Buildings
Temporary buildings for staff and construction purposes are to be provided at
location(s) approved by Engineer.
Temporary buildings are to be kept clean and free from nuisance.
Temporary Utilities
All temporary telephone, water, power and light required are to be provided
during construction.
The Contractor is to make all necessary applications, obtain permits and pay all
fees and charges for service and use.
The Engineer is to be provided with a separate telephone line to be located in
Engineer’s field office.
Temporary Fencing
Temporary fencing is to be provided and erected as noted on the drawings,
required by the Contract or as directed by Engineer.
6.10 TREE AND PLANT PROTECTION
Scope
This section specifies requirements for protection of trees and plants during
construction operations.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
75
Tender W-2017-4
Tree Protection
All trees and plants that are designated to remain are to be protected as follows:
•
•
•
•
•
•
Do not stockpile material within drip line.
Do not allow traffic, vehicles or equipment to compact soil within drip
line.
Prune interfering branches to OPSS 490.
Do not cut tree roots.
Tunnel under or around roots by hand digging without damaging roots.
Treat all damaged roots over 25 mm in diameter immediately with
approved tree paint.
Raising Grades
When fill is less than 400 mm deep, place clean washed gravel around tree trunk
to a minimum radius of 450 mm and approximately 50 mm above finished grade.
Use gravel graded 25 mm to 50 mm in size.
Place gravel before earth fill.
Do not leave earth fill in contact with trunks.
When fill is more than 400 mm deep, remove and replant tree to match finished
grade.
Lowering Grades
Provide broad rounded mounds for trees to be preserved and located above
finished grade.
Cut all exposed or broken roots greater than 25 mm diameter cleanly and cover
with top soil.
Damaged Trees
All trees that have been damaged beyond saving are to be replaced.
Replacement trees are to be a similar size and species or as approved by
Engineer.
6.11 NOISE CONTROL
Scope
This section specifies requirements for noise control.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
76
Tender W-2017-4
General
Site procedures are to be established and maintained such that noise levels from
construction areas are minimized.
The Contractor shall take all necessary actions necessary to ensure that the
Contractor will not be in violation of the Town Noise By-law.
Measures
Use vehicles and equipment equipped with efficient muffling devices.
Provide and use devices that will minimize noise level in construction area.
6.12 DUST SUPRESSION
Scope
This section specifies requirements for dust suppression.
General
Prevent dust nuisance resulting from construction operations at all locations on
site.
Dust suppression shall be in accordance with OPSS 506.
Measures
Calcium chloride (flake or solution) may be used on existing granular materials
and/or on subgrade material. The use of calcium chloride solid or calcium
chloride solution for dust suppression will not be permitted on completed granular
courses. Only water may be used for dust suppression on completed granular
courses.
Dusty materials are to be transported in covered haulage vehicles.
Public roadways shall be kept clean and free of mud. The Contractor shall scrape
all surrounding streets and remove any accumulated sediments at the end of
each work day. The Contractor shall flush or power sweep surrounding streets at
the end of the week to minimize dust nuisance during non-work periods.
The Contract Administrator may order the Contractor to apply water for additional
dust suppression. When ordered by the Contract Administrator, the volume of
water applied for dust suppression shall be verified by the Contract Administrator
or his representative on a daily basis.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
77
Tender W-2017-4
Measurement for Payment
Payment for use of water or calcium chloride for dust control to be included as
part of the unit price for pipeline installation.
Where the contractor is directed by the Contract Administrator to apply additional
calcium chloride, measurement for payment shall be made in kilograms of
calcium chloride applied.
Water to be measured in litres (only as directed by the Contract Administrator).
Basis of Payment
Payment for use of water or calcium chloride for dust control to be included as
part of the unit price for pipeline installation unless otherwise directed by the
Contract Administrator
Payment at the Contract price for Water for Dust Suppression, when ordered by
the Contract Administrator, shall be full compensation for all labour, equipment
and material to do the work.
6.13 POLLUTION CONTROL
Scope
This section specifies requirements for various pollution control methods.
Refuelling Areas
Review in detail proposed route of construction to plan access routes and fuelling
areas.
Establish suitable fuelling and maintenance areas and obtain approval from
Engineer.
Do not refuel or maintain equipment adjacent to or in watercourse.
Do not fuel equipment within thirty (30) metres of any watercourse unless nonspill facilities are used.
Cleaning Equipment
Do not clean equipment in streams or lakes.
Clean construction equipment prior to entering roadways.
Do not clean equipment in locations where debris can gain access to sewers or
watercourses.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
78
Tender W-2017-4
Spills
Submit procedures for interception, rapid clean up and disposal of spillages that
may occur, for Engineer’s review, prior to commencing work.
Be prepared at all times to intercept, clean up and dispose of any spillage that
may occur whether on land or water.
Keep all materials required for cleanup of spillages readily accessible on site.
Report immediately any spills causing damage to environment to Spills Action
Centre of the Ministry of the Environment at (416) 325-3000.
Use of Herbicides and Pesticides
Co-ordinate use of herbicides and pesticides with land owners and occupants
and Regional Pesticides Control Office of Ministry of the Environment.
Sensitive Areas
The Engineer is to be informed in writing of particular schedules for each river
crossing, channelizing or other work in designated sensitive areas.
Avoid encroachment on unique natural areas.
Do not disturb habitats of rare or endangered species.
Protect wetland sites used as feeding or breeding areas by migratory fowls or as
habitats for other animals.
Schedule construction in sensitive areas so that there will be minimal interference
with water uses including fish migration or spawning, or disruption of incubating
period of eggs.
Keep removal of vegetation to a minimum.
Contain and deposit on land all aquatic plants uprooted or cut prior to or during
construction.
Disposal
Do not empty fuel, lubricants or pesticides into sewers or watercourses.
Dispose of all construction debris in an approved location.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
79
Tender W-2017-4
6.14 EROSION CONTROL
Description
This section outlines the requirements for erosion control
Erosion Control Measures
Removal of vegetation from sloped approaches to watercourses to be kept to a
minimum.
Excavate and stabilize temporary channel beds prior to any diversion of flow.
Compact, stabilize, and rip-rap banks and river beds that have been disturbed or
damaged during construction.
Provide splash pads where water is discharged into watercourses.
Removal of vegetation from slopes to be kept to a minimum.
6.15 Maintenance of Traffic and Construction Signage
General
All lane restrictions must be reviewed and approved by the local road
authority prior to their implementation. A traffic control plan must be
submitted for review to the Contract Administrator at the Pre-construction
meeting.
The contractor is not permitted to close any roads affected by construction to
through traffic at any time during construction. The contractor must maintain a
minimum of two lanes of traffic at all times (one lane in each direction) using
flagging, traffic barrels, and concrete barriers as per the Ontario Traffic Manual Book 7 at all times during construction except as detailed below. The Contractor
may submit an application to temporarily close roads for construction to City of
Peterborough, Peterborough Utilities Commission and Contract Administrator.
Approval of road closures is at the sole discretion of City, PUC and Contract
administrator. Specific conditions related to traffic restrictions are outlined below:
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
Scenario
Water main in
granular
shoulder
Water main
crossing
Armour Road
Water main
installed
hanging on
Bridge
80
Tender W-2017-4
Condition
Contractor will be permitted to occupy one (1) lane during working
hours. Minimum one lane shall remain open for traffic at all times,
with two way traffic permitted and controlled by flag person.
Contractor shall be permitted to close Armour Road for a
maximum of 12 hours to complete the water main installation and
temporary restoration of the roadway.
Contractor to maintain road crossing trench to the satisfaction of
the City of Peterborough, Peterborough Utilities Commission and
the Contract Administrator.
Trench to be restored with compacted Granular ‘A” flush with the
existing asphalt surface as soon as possible following completion
of the installation.
Contractor will be permitted to occupy one (1) lane of the bridge
during the week (Monday to Friday) when installing the portion of
water main hanging on the existing bridge structure. Two lanes of
traffic are to be restored for weekends. Traffic control during
working hours for duration of bridge work shall be completed using
temporary signals.
If permission to close a street for construction is granted by the City Engineer,
PUC and Contract Administrator, the Contractor shall notify the City of
Peterborough Public Works Department, Police Department, Fire Department,
Transit Department, Ambulance, etc., at least 48 hours in advance of the closing
and comply with any other conditions required in connection with the closing.
The Contractor is to provide signs, flags, flag persons, lighting devices, etc. in
accordance with MTO “Ontario Traffic Manual Book 7" to conduct traffic through
the traffic control area.
All traffic control signs are to be set up in accordance with MTO “Ontario Traffic
Manual Book 7". All highway “Regulatory” traffic control signs as defined in the
Highway Traffic Act that are disturbed are to be replaced or reinstated
immediately. Prior to the start of construction, the contractor shall submit a plan
of traffic control measures to the Engineer for review.
Construction operations are to be maintained within a confined area of a
minimum size.
Access to private properties, buildings, driveways, lanes and commercial
establishments is to be provided at all times.
Traffic controls are to be limited to the immediate area of pipeline installation and
not to exceed 100 metres in length.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
81
Tender W-2017-4
The Contractor is responsible for all measures required to ensure the safety of
the travelling public and controlling traffic by utilizing adequate flag persons,
signs and/or lighting.
Immediate and safe passage through work areas is to be provided at all times for
emergency vehicles including police, fire and ambulance etc.
Mud or other debris caused by the Contractor’s operation is to be promptly
cleaned from public roadways; failure to clean roadways will be sufficient cause
for the Engineer to stop work until this requirement is complied with.
Stockpiling of pipe adjacent to travelled portion of road will not be permitted after
working hours.
Roadway drainage is to be maintained at all times.
All highway road signs that require temporary relocation for a temporary period
must not be damaged and must be replaced in original condition and location
prior to leaving the site at the end of same working day.
Vehicles and equipment shall not be parked on the pavement at night except in
an emergency and must be suitably illuminated.
Backfill trench to existing ground level with specified materials and compact to
specified degree immediately following pipeline installation.
Side casting of excavated materials and stockpiling of excavated materials on the
gravel shoulders, pavement or travelled portion of the roadway will not be
permitted unless otherwise agreed upon in writing by the Road Authority having
jurisdiction prior to construction and the Engineer.
Provide, place and maintain shoring and bracing to protect sides and bottom of
excavation to prevent undermining of existing pavement. Repair any settlement
as a result of work.
Paving material, backfill material and compaction
requirements shall be as indicated on Contract Drawings and as specified.
All excavation should be barricaded and the appropriate lighting installed, if in an
emergency that the excavation is to be left open after working hours, including
nights, weekends and holidays.
The Contractor is to advise the Owner of the name and phone number of
Contractor’s personnel who may be contacted in the event of an emergency after
working hours, weekends, or holidays.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
82
Tender W-2017-4
Construction and Removal of Detours
Detours for through traffic shall be carried out in a manner approved by the City
Engineer or a designated representative and shall be sufficiently marked, as
directed by the appropriate City Authority and the City Engineer.
Where the Contractor wishes to construct detours at specific locations where
none are called for in the contract, and if the Road authority having jurisdiction
and the Engineer approves the construction of such detours, the construction
and, if required the subsequent removal, will be carried out at the Contractor’s
expense. Removal will be carried out as directed and at the discretion of the
Engineer and shall consist of the disposal, levelling, and trimming of the
excavated material and such restorative measures as may be required. Such
detours shall be constructed with granular base courses consisting of minimum
depths of 150 mm of granular “B” and 150 mm of granular “A” compacted to dry
densities of 98% of the maximum dry densities.
Where detours are not called for in the contract, a reduction in the width or in the
number of traffic lanes will be permitted only when specified in the contract
documents, no danger or inconvenience to the travelling public will result from
such reduction.
Maintenance of Road Throughout the Work
It is the Contractor’s responsibility to maintain existing and new roads throughout
the duration of the works.
The Contractor shall supply at his expense, all labour, equipment, and material to
maintain the road in a satisfactory condition, except that when required for
normal maintenance purposes as directed by the Engineer, the supply and
placing of granular “A”, calcium chloride, and bituminous patching materials, will
be paid for at the appropriate tender unit prices.
Where the Contractor has constructed detours which are not called for in the
Contract and where labour, equipment and material are required to effect repairs
to such detours due to failure of the roadbed such work will not be considered as
normal maintenance but as part of the cost of construction, and all such work will
be at the Contractor’s expense.
Contractor’s Supply of Construction Signs
The Contractor is responsible for the supply, erection, maintenance and
subsequent removal of all temporary traffic controls, including signs, lights,
barricades, delineators, cones, etc., required on the work.
Traffic controls shall be provided in general accordance with the latest edition of
the MTO publication “Ontario Traffic Manual”, Book 6 and/or 7.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
83
Tender W-2017-4
Traffic controls shall be operational before work affecting traffic begins.
Pedestrian Safety
In areas where sidewalks or pedestrian walkways are affected, special
precautions will be required to protect pedestrians and the general public. The
Contractor is responsible to fence, sign and make safe an alternate walkway for
pedestrian traffic around the work zone for the duration of the project. Access to
local businesses must be maintained during their operating hours. Coordination
will be required with each affected business and temporary wooden walks,
bridges, etc. be safely in place throughout the project. These special precautions
must be completed and in-place prior to commencement of project and be
approved by the City of Peterborough, Peterborough Utilities Commission, and
Contract Administrator.
Traffic Control Plan
The contractor will be required to provide a traffic control plan with specific details
as to how traffic management will be phase/maintained during construction. The
traffic management plan is subject to approval by the City of Peterborough,
Peterborough Utilities Commission and the Contract Administrator.
The contractor shall provide good vehicular and pedestrian access at all times to
all local properties with existing access. Where there is no alternative but to shut
off access temporarily to a property, the contractor shall first notify the persons
affected, giving residents a minimum of 48 hours advance notice, and shall work
so as to keep the period of inconvenience to a minimum. Notwithstanding, any
closure of access must be approved by the Contract Administrator in writing prior
to closing.
It is of prime importance that the Contractor shall visit the site prior to submitting
a bid to examine the existing pavement widths and allowable space to maintain
traffic requirements as described in the preceding paragraph and examine the
traffic flow during peak and off peak periods.
Measurement for Payment
Measurement for payment will be a lump sum as indicated in the Form of Tender.
Basis of Payment
This item is for the extra cost involved in keeping the road open to through traffic
on a paved surface during construction, for the maintenance of the road, for
carrying out other activities as specified herein and in accordance with the terms
as identified in the Special Provisions – General and detailed in the Contract
Drawings and in accordance with directions to be given to the Contractor by the
Engineer.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
84
Tender W-2017-4
Under this item, and for the lump sum price bid, the Contractor shall provide
temporary signals, flagmen, signs, protective enclosures, barricades, barrels and
pedestrian fencing as required.
Included in this item shall be the supply, installation and removal of all barriers,
barricades, delineators, lane control devices, warning signs, flashing lights,
flares, traffic control devices, sign trucks, crash trucks, blocker trucks, and speed
control devices, and digital traffic communication signs as required to complete
the work.
The work may include traffic control persons and Police Constables as required
to safely control traffic, particularly when construction activities encroach the
intersection. The Contractor is reminded that Police Constables are the only
mechanisms for controlling traffic at signalized intersection.
Signalized
intersections include all intersections in which traffic is controlled by traffic lights,
and include signal controlled commercial driveway accesses.
The Contractor shall supply additional pedestrian signs or flagpersons during
construction stages as deemed necessary by the Engineer.
Payment shall be made on a prorata basis per month for the term of the contract.
A separate traffic control payment shall be made for each street included in the
project as indicated within the “Schedule of Items and Unit Prices”. The lump sum
price bid shall be payment in full for all labour, equipment and materials
necessary to complete the work.
Payment at the contract lump sum price for this item shall be full compensation
for the supply of all labour, equipment and materials necessary to meet the traffic
management restrictions and requirements set forth in the Contract and in
accordance with Section 28 and 29 of the City of Peterborough Supplemental
General Conditions.
6.16 MAINTEANCE WORK
Scope
This section specifies requirements for maintenance work during construction of
works and period of guaranteed maintenance.
General
Perform all maintenance work required during progress of work and period of
guaranteed maintenance.ccy.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
85
Tender W-2017-4
Submittals
The Contractor is to submit to the Engineer a letter setting out arrangements
made for carrying out maintenance work during period of guaranteed
maintenance.
The letter is to include telephone numbers and addresses for receipt of notices
relating to matters requiring action by Contractor at job site.
Maintenance During Construction
Pavement surfaces adjacent to and within work area are to be kept clean.
Temporary road surfaces over backfilled excavations are to be kept free from
potholes.
All surfaces are to be maintained in good condition.
Maintenance During Guarantee Period
Perform all maintenance work required upon receipt of verbal or written notice
from Engineer.
Repair or make good sinkages and defects on surfaces of backfilled trenches or
excavations.
Repair all damages to structures caused by settlement of ground adjacent to or
over excavations.
Maintenance By Owner
The Owner will, without giving notice to Contractor, repair shrinkages or defects
which are dangerous in nature and constitute an emergency.
The Engineer will notify Contractor of emergency work performed by Owner.
The cost of labour, equipment and material required to perform emergency work
is to be charged to Contractor.
6.17 MAINTENANCE SECURITY
Scope
This section outlines amount of maintenance security and period for which it is to
be provided.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
86
Tender W-2017-4
Period of Maintenance
The period of maintenance for this project is 12 months from the date of
Completion of the work as set out in the Certificate of Completion. Delete
sentences .02 a), b), and c) of Clause 7.16 – Warranty of the General Conditions
of Contract and replace with:
.02 a) prior to and during the period from the date of Completion of the Work, as
set out in the Certificate of Completion of the Work.
Amount of Maintenance Security
The Contractor shall provide to the Owner for the duration of the period of
maintenance, a maintenance security, the value of which shall be derived from
the following table:
CONTRACT PRICE
VALUE OF MAINTENANCE SECURITY $
FROM $
TO $
Less than 0.1 M
4% of Final Contract Price
0.1M
0.5M
4,000 on first 0.1M + 3.0% on next 0.4M
0.5M
1.0M
16,000 on first 0.5M + 2.4% on next 0.5M
1.0M
2.0M
28,000 on first 1.0M + 2.2% on next 1.0M
2.0M
4.0M
50,000 on first 2.0M + 2.0% on next 2.0M
4.0M
6.0M
90,000 on first 4.0M + 1.8% on next 2.0M
6.0M
10.0M
126,000 on first 6.0M + 1.5% on next 4.0M
Over 10.0M
186,000 on first 10.0M + 1.0% on balance
The maintenance security, which is at no time a part of the statutory holdback,
shall be retained by the Owner in increments from monies that would otherwise
be payable to the Contractor, commencing during the latter part of the period of
construction, so that by the date of substantial performance of the contract the
full value of the required maintenance security has been retained.
At the time of Substantial Performance of the Contract, the Contractor may
request that the Owner accept an unconditional, irrevocable Letter of Credit for
the monies retained as the Maintenance Security. Following receipt and
acceptance of the Letter of Credit by the Owner, the monies previously retained
as the Maintenance Security will be released to the Contractor.
One month prior to the expiry of the Period of Maintenance, the Contractor shall
request an inspection. The inspection team shall consist of the Engineer and the
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
87
Tender W-2017-4
Contractor. A final list of deficiencies will be prepared. These deficiencies shall be
corrected by the Contractor as soon as possible, and the Engineer notified in
writing by the Contractor when all items are to be completed.
The Maintenance Security, less any deductions made as provided for in the
Contract, shall be released to the Contractor following issuance by the Engineer
of the Final Certificate at the end of the Period of Maintenance.
6.18 OWNER OF THE WORKS
The Owner of the works is Peterborough Utilities Commission.
6.19 SCHEDULE OF WORK
General
The Contractor shall supply a schedule of work within fourteen (14) days of
award of Contract. The Contractor shall update his schedule as required by the
Engineer during the course of Construction.
The Contractor shall use extra forces and equipment, or revise method of
operation when progress of work is not sufficient to meet project schedule.
Restrictions on Construction Operations
All construction operations shall be carried out during the following periods:
Monday to Thursday
7:00 a.m. to 7:00 p.m.
Friday or a day preceding a Statutory
Holiday
7:00 a.m. to 5:00 p.m.
Saturday
Sunday and Statutory Holidays
No work without authorization by the
Owner
No work will be allowed
For approval of extended working hours or working on weekends, the additional
Consulting Engineer’s site supervision costs are to be paid by the Contractor.
6.20 CONTRACT AWARD
General
No contract award and/or order to commence work will be issued until approvals
are received from Otonabee River Conservation Authority, Transport Canada,
and the City of Peterborough.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
88
Tender W-2017-4
6.21 EXISTING UTILITIES AND STRUCTURES
Advance Verification of Underground Facilities
The locations of utilities and drainage piping as shown on the drawings are in
accordance with the information available from the various utilities and the
owners of drainage pipe at the time when the drawings were prepared and are
not certified to be accurate.
The onus lies upon the Tenderer (and after acceptance of any Tender, upon the
Contractor) to ascertain, at his/her own expense, the exact location of each utility,
and to notify the Engineer immediately of any discrepancies or conflicts subject to
review of the engineer. No extra to the work, or claim for compensation will be
allowed if it should be discovered that any utility is actually located in a site, line
or grade that is at variance with the site, line or grade shown on the drawings.
The Contractor shall remain responsible to the Owner of any utility for damage
done to that utility arising out of any act or neglect by the Contractor, or anyone
acting under his authority, during the course of the work.
Protection and Support of Utilities
The Contractor shall carefully examine the site of the work and the drawings to
determine the location of buried and aboveground utilities.
The Contractor shall preserve and protect all existing facilities in accordance with
OPSS 491.
The unit price for the various items shall include all costs for temporary and
permanent protection and support of these utilities and no consideration will be
given for additional payment for so doing. In particular, the Contractor shall be
responsible for arranging with the appropriate utility for the temporary removal of
guy wires and temporary support of poles necessary for the construction of
pipeline, service connections and appurtenances thereto. The contractor is not
permitted to excavate within 2.0m of any existing pole, guy wire or support
without providing temporary support.
Payment for protection and support of existing utilities, including making
necessary arrangements with the owner of the utility, shall be included in the unit
price bid for the construction of pipeline, service connections and appurtenances
thereto, except for the payable items as otherwise provided in the Form of
Tender.
Damage
The Contractor shall take the necessary steps to ensure that no damage is
caused to existing structures, buildings, foundations, roads, sidewalks, property,
utility service, and other similar items during the progress of the Work.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
89
Tender W-2017-4
If any damage is caused, the Contractor shall repair and make good such
damage at his own expense within a reasonable time and to the satisfaction of
the Engineer.
Obstruction of Utility Services
The Contractor must ensure that all existing valve boxes, curb stop boxes, fire or
police call boxes, or other utility controls shall remain unobstructed and
accessible during the construction of the work.
Operation of Utility Services
The Contractor shall obtain written approval from the Utility concerned and the
Engineer before operating any valve, switch, or other control on existing utility
services.
All consumers affected by such operation shall be notified by the Contractor,
before the operation, of the date, time and probable length of time of service
interruption.
Water and Electricity for Construction
The Contractor shall supply water and electricity for the construction of the Works
at his/her own expense. If existing water and electric services are used, the
Contractor shall pay for such services at the rate agreed upon by the Contractor
and the Utility concerned.
Advance arrangements must be made with the operating authority for water
required during construction including cleaning, swabbing, flushing, testing, etc.
All water supplied from the municipal water system must be metered by the
contractor with an approved and calibrated flow metering device and backflow
prevention device prior to any connections being made to the existing water
system.
The cost of water obtained from the existing municipal water system shall be in
accordance with metered rates in effect at the time of use (current water rate in
Leamington is $0.40/m3). The Contractor shall pay the Owner for all water
obtained from the municipal water system and provide the Engineer with copies
of the payment receipts.
Water Service Interruption
The Contractor shall take all measures reasonable to ensure that water service is
not interrupted before 9:00 a.m. or after 4:00 p.m. The Owner reserves the right
to require that specified water users not be interrupted at all or that the
interruption is limited to a certain time span. The Owner also reserves the right to
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
90
Tender W-2017-4
require that any water interruptions is conducted outside of normal working
hours.
The Contractor shall provide written hand delivered notification of any planned
water service interruption at least 48 hours prior to the interruption to all affected
water users. The notification letter/door hanger shall be to the local operating
authority’s standards and approved by the local operating authority prior to
distribution.
The notification shall include:
i)
24 hr Contractor contact name(s) and phone number(s).
ii)
Start date and time.
iii)
Duration of service interruption.
iv) Requirements Outside of Contract Limits
6.22 TRUCKING ROUTES
General
Trucking operations are to be confined to the routes permitted by the appropriate
road authorities.
The road authorities may impose load restrictions on their roads including the
truck haul routes at any time as they may deem necessary and/or according to
Bylaws. The Contractor shall comply with these conditions.
The Contractor shall not be entitled to any compensation for loss due to
additional trucking operations and construction activities as a result of the load
restrictions imposed by road authorities.
No extension of time for completion will be allowed for any delay caused by the
load restrictions imposed by road authorities.
Trucking routes to be approved by the appropriate road authorities prior to
construction.
Any damage to haul roads will be repaired to existing or better conditions to the
approval of the Contract Administrator and Municipality.
6.23 GEOTECHNICAL INSPECTION AND TESTING
Scope
This section specifies requirements for geotechnical inspection, compaction
control and testing of materials throughout progress of works.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
91
Tender W-2017-4
A program of geotechnical inspection and testing shall be carried out during
construction to:
Confirm that the conditions encountered in excavations are consistent with
the conditions encountered in the boreholes and used in the design
assumptions.
ii) Ensure compliance with material requirements and specifications for
trench backfill, granular, asphalt and cast-in-place concrete.
iii) Verify that specified in-situ densities are being met for pipe bedding and
cover, trench backfill materials, and road structure.
i)
Definitions
Standard Proctor Density (SPD) : as defined in ASTM D698.
Quality Control Testing
Quality Control Testing shall be performed by the Contractor in accordance with
OPSS MUNI-501, Method A.
In addition, the Owner shall engage the services of an Independent Geotechnical
Consulting Engineering firm (Geotechnical Specialist) for the purpose of Quality
Assurance testing of the works as described above.
Employment of the Geotechnical Specialist by the Owner does not relieve the
Contractor of the responsibility to Undertake their own QC testing, or to perform
the works in accordance with the Contract Documents and as directed by the
Engineer.
Testing and Inspection Requirements
The general testing and inspection requirements are summarized as follows:
Testing of all granular materials to be supplied under contract to confirm
conformity to specifications.
ii) Review and approval of concrete mix designs for concrete to be
incorporated into the works.
iii) Review and comment on Contractor’s proposed dewatering scheme(s).
iv) Inspection of trenches to confirm soils types as defined under Ontario
Regulation 213 (latest edition) and to confirm excavation support
requirements as specified by the Occupational Health and Safety Act.
v) Inspection of trenches to confirm stable base for bedding.
vi) Compaction testing of bedding and cover material.
vii) Compaction testing of trench backfill.
viii) Witness and certification of sub-grade proof roll prior to placement of
granular sub-base course.
ix) Compaction testing of sub-grade, sub-base and base granular courses.
x) Concrete compression strength testing.
i)
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
92
Tender W-2017-4
Access to Work
The Contractor shall allow the Engineer access to off-site and on-site material
stockpiles and the work to be inspected and tested.
The Contractor shall provide labour, equipment and facilities to obtain and handle
samples and materials on site and to facilitate inspection and testing by the
Engineer at no extra cost to the Contract.
Defects
If defects are revealed during Quality Assurance testing, additional inspection
and/or testing to determine the full extent of defects shall be undertaken by the
Contractor at no additional cost to the Contract.
Any defective work which has been identified by the Geotechnical Specialist or
the Engineer as failing to conform to the Contract Specifications shall be
corrected by the Contractor to the complete satisfaction of the Engineer at no
additional cost to the Contract.
Any compaction tests that fail to meet the minimum requirement of that operation
or material shall be re-tested at the same location after the Contractor has
provided additional compaction effort. All reports shall clearly indicate the
acceptable compaction result of a previously recorded compaction failure.
Reporting
At the cut-off date, the Contractor shall provide the Owner and the Engineer's
Resident Inspector with all QC testing reports prepared during the previous
month. This report shall identify the results of all material and compaction testing
undertaken that day.
6.24 MATERIAL TO BE STOCKPILED
General
The Contractor shall stockpile construction material at locations as approved by
the Owner. Stockpiles are not to be located in areas which could inconvenience
property owners, pedestrian or vehicular traffic.
6.25 SURPLUS EXCAVATION
General
Surplus fill from this contract shall be managed as disposable fill in accordance
with OPSS 180.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
93
Tender W-2017-4
The Contractor shall be responsible for managing and disposing of all surplus
excavation at approved disposal sites at no additional cost to the Contract.
The Contractor must obtain written authorization and releases from the owners of
all private property used to dispose of surplus material in a form acceptable to the
Engineer.
6.26 DISPOSAL OF DEBRIS
General
Debris encountered within the proposed alignment of the pipeline which is not
attributable to the operations of the Contractor and which the Engineer instructs
the Contractor to remove from the site, shall be hauled away to appropriate
disposal areas chosen by the Contractor. All costs associated with disposal of
debris shall be included in the tendered unit price for water main construction
including all necessary loading, hauling and tipping fees.
6.27 USE OF PRIVATE PROPERTY
General
The Contractor must obtain written authorization from the owner of any private
property which is proposed for the storage of materials, equipment, etc. The
contractor shall provide the Engineer with a copy of the written authorization prior
to using the property.
At the completion of the work, such properties are to be reinstated to original
(pre-construction) condition and a written release is to be obtained from the
property owner by the Contractor in a form acceptable to the Engineer. The
contractor shall provide the Engineer with copies of the written releases prior to
substantial performance.
6.28 DAILY CLEAN-UP
General
Daily grading of trenches and removal of excess materials will be required. All
excavated areas shall be backfilled within the same working day. If dirt or mud is
tracked onto the travelled roadway, it shall be removed forthwith and in no case
left overnight.
Should any equipment or excess materials be left overnight within 4 metres of the
edge of pavement, they shall be neatly stockpiled, barricaded and delineated with
flashing markers.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
94
Tender W-2017-4
6.29 DEWATERING
Scope
Pipelines and associated appurtenances are to be installed in dry trenches
and/or excavation on a stable base.
All labour, plant and materials necessary to keep excavations stable and free of
water and to dispose of the water while work is in progress is to be provided.
Dewatering and control of water shall conform to OPSS 517 and 518.
disposal of water to conform to OPSS 518.
The
Provisions for disposal of water to be subject to Engineer’s review.
Construction
The Contractor is to assume responsibility for choice of dewatering method,
based on your interpretation of information in Soils Report including
supplementary test pit report(s), and observation of actual conditions
encountered during test pit excavations.
The Contractor is to submit details for methods of discharging water and
prevention of erosion and indicate the locations of discharge for approval.
All excavations are to be protected against flooding and damage due to surface
run-off.
There will be no extension of the “Time for Completion”, due to unsatisfactory
dewatering methods as determined by the Engineer.
Measurement for Payment
There will be no measurement for payment for groundwater control systems for
the construction of pipelines, service connections and appurtenances thereto.
Basis for Payment
The cost for all labour, equipment and materials required to perform the work as
specified including groundwater control shall be included in the unit price bid for
the construction of new water main.
No extra payment will be made for measures ordered by the Engineer to correct
problems caused by inadequate dewatering.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
95
Tender W-2017-4
6.30 SHORING AND BRACING
General
Due to the close proximity of construction excavation to existing structures and
facilities, it may be deemed necessary to install and maintain a shoring and
bracing system for excavation at some areas. It is the Contractor’s responsibility
to ensure that no buildings, structures or utilities will be damaged as a result of
his construction activities.
The Contractor shall provide, place and maintain the shoring and bracing at
areas that exhibit unstable soil conditions to:
support and protect sides and bottom of excavation.
ii) prevent any disturbance for weakening of support material below or
beside the works.
iii) prevent movement of ground which may disturb or damage works,
adjacent pavements, property, structures or other works.
iv) prevent inflow of groundwater or soil into excavation.
i)
The Contractor shall submit working drawings and supporting data for the
proposed shoring and bracing systems to Engineer for review at least two weeks
prior to commencing work. These submissions must be certified by a licensed
Professional Engineer of Ontario.
All shoring and bracing works including materials shall comply with the Ontario
Occupational Health and Safety Act and Regulations for Construction Projects.
All shoring and bracing to conform with OPSS 404, 491 and 539.
Contractor is not relieved of any responsibility by absence of direction from
Engineer or Inspector regarding shoring and bracing or by approval or
disapproval by Engineer or Inspector of measures taken by Contractor.
Drive and place shoring and bracing so that it can be removed as backfilling
takes place without damage to adjacent works, dwellings, structures and utilities.
Withdraw shoring gradually as excavations are being backfilled. Do not remove
bracing until backfill reaches the level of bracing. Withdraw shoring in 150 mm
increments until safely clear of pipelines or structures. Remove shoring once
clear of pipeline or structure in increments that ensure backfill is at least 1 m
above toe of shoring. Cut off all shoring left in place as directed by Engineer.
Payment for shoring and bracing including all labour, equipment and materials
(sheathing, braces, shores, supports, stringers, waling strips and sheet piling,
etc.), shall be included in the unit price bid for pipeline construction.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
96
Tender W-2017-4
7.0 SPECIAL PROVISIONS – ITEMS
7.1
MOBILIZATION AND DEMOBILIZATION
Scope
This section specifies requirements for Mobilization and Demobilization of
equipment and materials from the jobsite.
Payment is to cover the Contractor’s cost of mobilization at the beginning of the
construction period and demobilization at the close of the construction period.
General
The price entered for this item shall be consistent with the costs involved but
shall not, in any event, exceed ten percent (10%) of the total tender price.
If the tenderer has entered against this item in his/her tender a price in excess of
ten percent (10%) of the total tender price, the Owner shall, in preparing contract
documents based upon the tender, reduce the price for the said item to an
amount not exceeding ten percent (10%) of the total tender price and shall add
the amount of the reduction to the price for the “Lump Sum for Other
Requirements” item, so that the total tender price shall not be affected.
Measurement for Payment
Measurement for payment shall be made by lump sum, as shown in the form of
tender.
Payment shall be made as follows:
•
•
60% for mobilization to site, to be included in the first payment
certificate subject to the Engieer being satisfied that full mobilization has
been carried out.
40% for demobilization, to become due following substantial
performance of the works and subject to the Engineer being satisfied
that full demobilization has been completed. Basis for Payment
Basis for Payment
Payment at the contract price shall be full compensation for all labour, equipment
and materials to complete mobilization to site and demobilization from site.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
7.2
97
Tender W-2017-4
ENGINEER’S FIELD OFFICE
Scope
This section specifies requirements for supplying the engineer’s field office for the
duration of construction.
General
Prior to commencement of work, the Contractor shall provide a separate
temporary lock-up office building as specified hereunder, complete with all
fixtures, furnishings, and outside sanitary facilities for the sole use of the
Engineer. The Contractor shall maintain the building with heat, light and
telephone service with local phone number and answering service, and shall
have it cleaned and garbage removed once a week. The location of the site
office building will be chosen by the Engineer. The office shall be on the job site
from the commencement of the Contract until 30 days after completion. The
Contractor shall provide for its removal upon completion of the works.
The field office shall be at least 4 m long by 3 m wide by 2.6 m high with two
opening windows of not less than 1.2 m x 0.75 m in size complete with fly
screens. The floor shall be at least 300 mm above ground level and the office
shall be fully weatherproofed, insulated, panelled, painted, heated, ventilated,
and lit to the satisfaction of the Engineer.
The following fixtures and furnishings are required:
Fixture/Furnishing
Quantity
Standard adjustable drafting board/drawing table 1500 x
900 mm
1
Padded drafting stool with back and hydraulic lift
1
Office desk having 3 lockable drawers
1
Fluorescent lighting fixtures
2
Padded swivel office chair
1
Plastic chairs
6
Wall-set electric heater
1
Window mounted air conditioning unit
1
Double electrical receptacles
4
Standard lockable filing cabinet with at least three drawers
1
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
98
Fixture/Furnishing
Tender W-2017-4
Quantity
Three-shelved bookcase
1
Lockable closet 1000 mm by 750 mm depth and full floor to
ceiling height
1
A high speed internet/email account from a local service
provider or Bell Sympatico, and compatible external
modem. Contractor will be responsible for paying all set up
and usage charges
1
A plain paper facsimile transmission machine capable of
operating at G3 level with independent telephone line,
phone and adequate supply of paper and toner for duration
of contract.
1
New white approved hard hats to the site inspector for the
specific use of visitors
3
The supply and installation of any of the required fixtures and furnishings may be
deferred by the Engineer.
Contractor to include cost allowance for long distance telephone/fax charges of
$200.00 plus taxes per month for the duration of the contract. Long distance
charges in addition to this allowance shall be paid by the Engineer.
The Contractor may elect to provide a cellular phone with a local telephone
number and “Call Answer” service for the exclusive use of the Engineer, in lieu of
the telephone service and answering machine within the site trailer.
Measurement for Payment
Measurement for payment shall be made by lump sum, as shown in the form of
tender.
Payment shall be made as follows:
•
•
•
50% for supply and installation
25% for maintenance (as required) and relocation (in necessary)
25% for removal
Basis for Payment
Payment at the contract price shall be full compensation for all labour, equipment
and materials to supply and install the engineer’s field office, including all
associated service charges and rental costs.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
7.3
99
Tender W-2017-4
EXPLORATORY TEST PITS
Scope
The contractor shall locate, excavate and measure the existing 450mm CPP
water main at the west project limit in order to determine the exact location and
configuration for VC#1, 1nd for the manufacture of the proposed CPP transition
pieces. The contractor shall excavate a sufficient portion of the existing 450mm
CPP water main in order to ascertain the location of the nearest pipe joints and to
confirm that the upstream and downstream joints have be adequately restrained
to allow the installation of the new 450mm x 450mm tee connection.
Excavation shall be in accordance with OPSS 502.
Basis for Payment
Payment at the contract price shall be full compensation for all labour, equipment
and materials to do the work.
Payment shall include supplying all material, performing all excavation (including
hydroexcavation if required), dewatering, sheathing, shoring and disposal of
excess material and all other work to complete the work as specified.
7.4
TEMPORARY LINE STOPPING AND BY-PASS
Scope
This section describes the work of design, construction, commissioning,
maintenance and removal of a double line stop and bypass to maintain potable
water supply to Trent University during the connection to the existing 450mm dia.
CPP Water main at West Bank Drive.
General
Live Tapping and Line Stopping are mechanical methods that have been
developed to permit alterations to be made to a pressurized operating pipe
system without having to interrupt service. Live tapping is also referred to ‘wet
tapping’ and ‘hot tapping’. The live tap method gains access, under pressure, into
the pipe system and the line stop method permits the introduction of a plugging
tool into the system to permit isolation of a specific section of system. Isolation
can be accomplished with the line plugging equipment alone or in conjunction
with temporary or permanent by-pass assemblies. In the case of line stopping, a
temporary valve will be provided by the Contractor and will be recovered, "under
pressure" upon job completion.
All fittings, equipment and work will be completed only by a specialty contractor
and/or sub-contractor that can demonstrate at least a ten year history of
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
100
Tender W-2017-4
successful application of these methods and in the pipe size(s) and complexity as
detailed and specified.
It is the intention of this section to clearly outline the use of materials methods
and procedures to be employed by a "specialty contractor" for the safe and
successful alteration to the existing pipe system while it remains in service and
under pressure. The accepted process will use live tapping and line stopping as a
means of system alterations while providing continuous service.
The Contractor will be directly responsible for all aspects of the pipe alterations
process under pressure and shall retain only pipe manufacturers or specialty
contractor firms that have a minimum of ten years demonstrated history of
performing these types of operations without service interruption.
The contract plans and documents indicate the location of the existing pipe
system where the work is to be performed.
Working Drawings
1. Submit Working Drawings in accordance with GC 3.02.
2. Submit Working Drawings showing:
a. Detailed layout drawings showing direction of installation and
sequence of operations. Identify sequence to connecting to
existing mains. Location of field closures pieces when
connecting to any pipes.
b. Pipe fabrication drawings, including special fittings, bends,
coatings, joining details, bulkheads, dimensions and other
pertinent information.
c. Joint and thrust restraint system for all pressure pipes,
signed and sealed by a licensed Professional Engineer,
registered in the Province of Ontario. Concrete thrust blocks
will not be permitted unless approved by the Engineer. The
Contractor shall engage a licensed Professional Engineer,
with a minimum of five years’ experience in water main thrust
design, to design and supervise construction of temporary
piping, supports and structures which are required to execute
construction of permanent works.
d. Joint detail when changing from one pipe material to another.
e. Product data for any accessories such as couplings, saddles,
gaskets.
f. Manufacturer's certificate of compliance to standards
specified and referenced.
g. Outside diameter and thickness of steel cylinder for concrete
pressure pipe.
h. Precast chamber fabrication of sections and all
appurtenances such as castings, gratings, safety platforms,
and configuration of these items.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
101
Tender W-2017-4
i. all valves and operators.
3. Submit testing procedures indicating:
a. Hydrostatic Pressure and Leakage testing.
b. Disinfecting bypass piping and bypass fittings
c. Flushing and swabbing.
d. Piping systems to be tested, method of testing, data of test,
test section, location of temporary bulkheads, equipment to
be used during the tests.
Specialty Contractor Responsibilities and Qualifications
1. Live Tap Technician Qualification: Live tap technician operating the
machinery will have, as a minimum, a five-year continuous
employment history with the Specialty Contractor. Live tap Specialty
Contractor will be required to furnish employment history for this
technician along with a summary of safety and other operational
training. In no case will a technician without required supporting
documentation and qualifications be permitted to work on the job site.
2. Live Tap/Line Plugging Company Qualifications: Companies to be
employed for this highly specialized work will have as a minimum
ISO 9001 and 9002 Quality standards certification and must be
registered as such with both of these qualifications in Canada.
3. Comply with all safety requirements of the Occupational Health and
Safety Act and the Ontario Building Code.
4. The Contractor shall be responsible for all temporary thrust design
calculations and support placement required for live tapping and line
stopping procedure. This includes lateral pipe thrust restraint for
forces encountered as a result of the live tapping and line stopping
process, and all pipe support based on the size and weight of the
equipment to be utilized.
5. Pre-approved contractors for this specialized work will be:
a. Pipeline Repair Services Inc.
b. TDW Services Inc.
Equipment
1. All equipment utilized for the hot tapping and line plugging operation
will be designed and manufactured to meet the maximum pressures
of the system of this specific project. All equipment will be suitably
chlorinated prior to mounting to the line plugging fitting for potable
water systems.
2. Temporary Line Plugging Control Valve (Sandwich Valve): Will be
provided by the Contractor along with a certificate of pressure test at
the factory for the maximum pressures to be encountered while
working on the water main. All valves will have a minimum bore that
permits placement and removal of the completion plug. All temporary
valves are the property of the tapping contractor and will be returned
upon project completion.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
102
Tender W-2017-4
3. Hot Tapping Machinery: Will be designed and constructed in such a
manner that all components will withstand the pressure ranges and
mechanical forces to be encountered during the hot tapping and
completion plug setting process. Equipment will be power operated.
The machinery utilized to perform each hot tap shall have a pressure
tight chamber attached to the power rotation portion of the
mechanism. The shell cutter shall have carbide or diamond tips to
insure a smooth cut. The pilot drill will also have carbide or diamond
tips and will contain a "coupon catching" device to insure that the hot
tap coupon is not lost in the pipe system.
4. Line Plugging Machinery: The line plugging machinery will consist of
an actuator attached to a pressure tight housing. Contained within
the pressure tight housing shall be an articulated pivoting plugging
head with an elastomer seal captured between steel plates. The
design and operation of the plugging head and sealing element shall
meet the maximum pressures to be encountered in the pipe system.
5. The sealing element shall be manufactured of elastomeric material
and moulded per pipe I.D., range for each application. The use of
hand moulded or alternate types of seals used for Line Stopping is
prohibited.
6. Line Stop Plugging heads utilized for applications on concrete pipe
will be of the folding head design. They will access the concrete pipe
through a tapped hole that is at least one full pipe size below the
existing pipe to be altered.
7. Bring a minimum of two different sizes of folding head line stop
plugging heads to site for each location to be plugged. Size selection
based on nearest available sizes to assumed inside diameter of pipe
on which line stopping is being carried out.
8. Design of the Line Stop Machinery: The line stop plugging heads and
machines shall be designed in accordance with the sound
engineering calculations and shall be certified pressure tested at the
factory prior to use on the work site. At the engineer's discretion and
expense they may wish to visit the factory to witness such testing.
9. Plugging Head Seal: The seal utilized for the folding plugging head
shall be manufactured from elastomeric material and the design shall
undergo pressure testing at the factory at minimum of 1.5 times
system operating pressure.
10. Extent of Seal in the Pipeline Under Field Conditions: Due to possible
internal build up in the pipe system, a 100 per cent shutdown may
not be possible. The extent of shutdown will be verified by the purge
fitting assembly and it may be necessary to "sweep" the pipe system
or replace a folding head seal. A workable shutdown is one that
permits the line to be modified using drainage pumps and other
appropriate methods.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
103
Tender W-2017-4
Products
Live Tapping and Line Stopping Fitting
1. Fitting Design Features: The fitting utilized for both live tapping and
line stopping will be manufactured in three sections. Multiple straps
for the back half radiused to the outside pipe diameter will bolt to a
radiused top half. The top half will be provided with foam outer seals,
grout outlet horns and a nozzle-flange assembly. The third
component shall consist of a nozzle gland assembly provided with a
contoured elastomeric ring neck seal and terminating in a locking
flange to permit recovery of the temporary control valve under
pressure at the completion of the project.
2. Fitting Body
a. The top saddle plate shall be manufactured from ASTM A285, Grade C steel as a minimum.
b. The back portion of the saddle shall use support straps that
draw the saddle plate to the pipe surface in a uniform
manner. Straps will be manufactured from rolled steel, also
ASTM A-285, grade C steel.
3. Body Nozzle Outlet and Draw Flange: The body outlet nozzle,
connected to the upper saddle plate, shall be fabricated rom ASTM
A-285 grade C steel as a minimum. The draw flange shall be in
accordance with AWWA C-207-B thickness, as a minimum, and shall
mate to the inlet draw flange of the gland nozzle outlet. Flange
material shall be ASTM A-285 grade C or ASTM A-36.
4. Gland Nozzle Outlet and Flange
a. The gland nozzle outlet assembly will be manufactured from
ASTM A-285 grade C steel as a minimum. The gland nozzle
outlet interior shall be factory coated with cement mortar or a
minimum of 15 mils of potable water approved epoxy paint to
NSF61.
b. The gland nozzle outlet shall be fabricated having two
flanges: the inlet flange will mate to the body nozzle outlet
draw flange. The tapping flange used for connecting the
temporary control valve will be fitted at the factory with a
completion plug flange as specified below.
5. Gland Nozzle Seal Gasket: The gasket for sealing to the glandnozzle assembly to the pipe's steel cylinder shall have a broad flat
sealing surface and shall be manufactured of a material suitable for
water service. Gasket material shall be Buna-N with a Shore A
durometer between 50 and 70.
6. Gland Nozzle Completion Plug Flange: The gland outlet flange will
be provided, from the factory, with an internal locking mechanism
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
104
Tender W-2017-4
that permits recovery of the temporary control valve used in the hot
tapping / stopping process upon project termination. Completion plug
flange will be TDW standard Cam or Lock-O-Ring completion flange
with completion plug, gasket, blind flange, studs, and nuts. Flanges
used for line plugging shall be manufactured in accordance with
ASME B16.5 in sizes up to 600mm and in accordance with MSS-SP
44 for sizes 650mm and above (prior to modification for the
installation of locking mechanisms). Completion Plug locking
mechanisms shall consist of ring segments or cam lock leaves that
lock rom or into the flange bore. Alternate locking mechanisms shall
consist of set screws radially placed between every flange bolt hole.
The use of locking set pins requires the contractor to provided
calculations to insure sufficient area of the set screws to withhold the
anticipated maximum line pressure. The use of locking ring segments
or locking pins that are actuated from a radial drilling from the flanges
outer periphery shall be equipped with a minimum of one "O" ring
seal per actuator. All access ports for locking rings or pins shall have
a pipe thread machined into the flange outer periphery and shall be
designed to accept a mating threaded face bushing or plug for each
port. The use of "point loading" set screws is strictly prohibited.
7. Completion Plugs: Shall be manufactured from steel plate, ASTM A36 grade material as a minimum. Recommended materials for
completion plugs shall be ASTM 516 Grade 50 or 70. Locking
grooves and locking leaves will be designed to meet maximum shear
based upon the maximum working pressure of the system.
8. Blind Flange Gasket: All gaskets will be of non-asbestos composition
and will be designed to mate to the inner bore and inner bolt circle
diameter of the line plugging flange. All gaskets will be at least
3.1mm in thickness.
9. Blind Flanges: Must be AWWA Class E with a minimum blind flange
thickness per AWWA C-207.
10. Bolts: All external bolting, studs and nuts that shall become a
permanent part of the fitting installation shall be corrosion resistant,
high strength, low alloy (AWWA C-111 – ANSI 21.111). Optional
Stainless Steel 18-8 type 304.
11. Finish: After completion of fabrication, all fittings shall be coated both
internally and externally with fusion bonded epoxy coating (per
AWWA specification ANSI/NSF61.
12. De-pressurization / draining will be accomplished in accordance with
the below listed purge / equalization fitting sizes (or through existing
pipe connections already in place) and based upon the pipe size
being plugged:
a. Pipe size:
100mm to 500mm use 50mm
b. Pipe size
550mm to 900mm use 100mm
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
105
Tender W-2017-4
13. Purge/Equalization: Line plugging requires the use of an ancillary
fitting for de-pressurization of the isolated section of the pipe system
after the plugging heads are in place. The purge / equalization fitting
is used to insure the integrity of the line stop, to insure no other
valves in the system might be open or not holding and to safely depressurize and pump the water out of the isolated section prior to
modification. This fitting is also required to re-introduce pressure into
the pipe system after alterations are completed. The pipe system
pressure must be "equalized" on both sides of the plugging head to
permit the plugging head's removal from the system. Where ever
possible, existing connections will be used for this purpose. When
existing fittings are not available, then the tapping contractor will
provide a completion type purge / equalization fitting for this purpose.
14. De-Pressurization: De-pressurization and disposal of all liquids /
solids through purge / equalization fittings, or other existing
connections, will be the responsibility of the Contractor. Once depressurization is confirmed then the Contractor may perform
alterations to the pipe system as detailed and specified.
Tapping Valve
1. Acceptable Suppliers
a.
b.
c.
d.
Mueller No. 56
Mueller H667 (150mm diameter and larger)
ClowF6114
American Valve
Tapping Sleeves
1. Ductile Iron and Cast Iron Pipe (Acceptable Suppliers):
a.
b.
c.
d.
e.
f.
Mueller H304
Robar 6606 with full liner
Mueller H 613 for Ductile Iron only
Romac 304SS
Ford 'Fast' – all Stainless Steel
Smith-Blair 663
2. Concrete Pressure Pipe: For concrete pressure pipe, tapping sleeves shall
be supplied by the corresponding manufacturer.
3. All tapping sleeves to be supplied with stainless steel (passive 304) nuts
and bolts.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
106
Tender W-2017-4
Construction
Scheduling of Work
1. Schedule work to minimize interruptions to existing services and to
maintain existing flows in the water main during construction.
2. Submit a schedule of expected water main tapping work and related
preparation activities, methodologies, contingencies to the Engineer for
approval a minimum of 15 working days in advance of any line tapping
work, and adhere to schedule as approved by the Engineer.
Location of Existing Utilities and Services
1. The Contractor shall be responsible to locate and protect all utilities and
existing facilities within limits of contract in accordance with OPSS 491.
2. Existing plant drawings will be made available to the Contractor. The
existing drawings may reflect the latest changes or locations. However,
the Contractor shall carry out direct inspection to locate utilities, pipes and
other buried services.
3. The Contractor shall excavate test pits as required to confirm the location
of existing yard piping to endure that it does not conflict with proposed
pipes and services indicated on drawings. Provide a written report of each
test pit to the Engineer.
4. Test pits shall be excavated ahead of ordering pipe materials so that the
alignment can be changed where a potential conflict between utilities
exists. No consideration for delays will be considered where the
Contractor fails to carry out this work in a timely manner.
5. The test pits to locate the existing utilities and yard piping together with the
written report completed in a timely manner to achieve completion without
impacting the project schedule.
6. For connections to concrete pressure pipes, the test pits shall expose the
pipe and joints sufficiently to permit accurate measurement of existing
condition so that the new fittings and field closure pieces can be
manufactured and supplied to make the connections.
Preliminary Investigations
1. Prior to placement of material orders for this portion of the project, the
Contractor shall obtain and confirm field dimensions at the job site to
facilitate the proper manufacture of components needed to complete the
alterations under pressure.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
107
Tender W-2017-4
2. Submit all relevant data to the Engineer a minimum of 15 working days
prior to the required mobilization of the specialty fittings, equipment, and
technicians to the work site.
3. The Engineer will review the required data for general conformance only
and return the documents to the Contractor within 15 working days.
4. Prior to fabrication of materials required for the live tapping and/or line
stopping process, the Contractor will determine, in the field, the actual site
conditions of the pipe at the location where the work is to take place, and
all field dimensions.
5. Excavation drawings (including all dimensions) will be prepared by the live
tapping Contractor for the purpose of taking physical pipe dimensions at
the actual work site to generate shop drawings for approval and prior to
ordering any materials for this portion of the project.
6. The Contractor will safely shore, excavate, expose and clean the outside
of the pipe (including power brushing and/or power washing) to permit the
Contractor to accurately circumferentially tape measure and calliper the
pipe for the purpose of determining the outside diameter and ovality of the
pipe to which the specialty fitting must be installed.
7. Should the existing pipe be encased in concrete or other protective
material, the encasement will be removed in the presence of the pipe
manufacturer's representative, down to the factory supplied pipe outside
diameter or the location for the work changed to an area where the factory
supplied pipe is accessible.
8. If existing site conditions preclude the complete operation from taking
place at the designated location, the Engineer is to be so advised. The
Contractor shall submit an alternative location for the work that achieves
the same result to the Engineer for approval.
Preparation Process
1. The concrete pipe, at each location, will be circumference tape measured
and callipered about its circumference to verify pipe outside diameter and
ovality. This data will be submitted, for each location, on a drawing.
Submit an electronic CAD drawing and six hard copies.
2. For line stop applications that will take place on concrete cylinder pipe, the
Contractor shall generate a template, in the field, of the radius of the steel
cylinder and its location in relation to the measured pipe outside diameter.
3. The template process will require the removal of a small window section of
the outer concrete coating down to the steel cylinder. The template will,
reproduce the radius of the steel cylinder to insure that the concrete
tapping saddle gland will effectively seal to the steel cylinder. Every effort
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
108
Tender W-2017-4
shall be made not to cut any of the pre-stressing or reinforcing wires
during this process. If wire cutting is absolutely necessary, the contractor
will make provisions to safely anchor each section of the wire above and
below where it must be cut. The Contractor shall engage the services of
the pipe manufacturer, at his cost, to advise on the suitability of the cutting
of any pre-stressed reinforcing wires of the concrete pressure pipe.
4. After the template has been produced, the concrete pipe will have a
mortar coating applied to the window opening as protection against
corrosion during the concrete tapping/stopping fitting fabrication process.
5. After this information has been obtained at each site, the Contractor will
carefully back fill the site.
Fitting Installation Procedures for Concrete Cylinder Pipe
1. Prior to any attempt to install the concrete tapping / stopping saddles, the
Contractor will produce and review pressure calculation forces for the "unsupported steel cylinder" that will be encountered when the pre-stressing
or re-enforcing wires are removed from the area of the pipe requiring
saddle gland installation. A minimum of 40 per cent pressure reduction
may be required as an adequate safety factor relating to the maximum
operating pressure of "un-supported steel cylinder" at the time of gland
installation, pressure testing and hot tap process. Only after the hot tap
has been performed at each location may the pipeline pressure be
returned to its normal pressure should that pressure exceed the safety
factor.
2. The outer portion of the concrete pipe shall be thoroughly cleaned by the
Contractor, including pressure washing if necessary.
3. The top half and straps shall be placed around the pipe at the location
where the Template procedure was performed. The straps will be
tightened with the nuts provided. No attempt shall be made to "force" the
saddle plates to conform to the pipe outside diameter, rather, if required,
they shall be removed and adjustments performed away from the pipe
surface.
4. The top portion of the saddle plate, after tightening and compression of
the foam gasket, will have a rich grout mixture poured into the grout horns.
At no time is hammering on the outer plates permitted to cause the grout
to seat into the annual space between the inside of the saddle plate and
the pipe outer circumference.
5. The outer concrete surface coating contained within the tapping nozzle will
be removed using a small chipping hammer. Concrete will be uniformly
removed down to the wires across the entire area to be hot tapped.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
109
Tender W-2017-4
6. Prior to cutting the exposed wires, the Contractor shall arrange, at his
cost, a joint safety meeting between that Contractor, the Engineer and the
pipe system operator and manufacturer to insure the specified maximum
operating pressure during this phase of the operation is not exceeded.
The Contractor will take all necessary steps to insure that no pumps,
valves or other pressure contributing devices will engage the system
during this phase of the operation.
Fitting Gland Installation
1. Wire Cutting: The removal of re-enforcing or pre-stressing wires shall be
performed with care under the Contractor arranged supervision from the
pipe manufacturer. Cutting shall be accomplished by using an acetylene
torch or cold chisel or as may be instructed by the pipe manufacturer. If
concrete is present below the wires, it will be very carefully removed by
using a chipping hammer and keeping the flat blade of the tool
perpendicular to the pipe face so as not to nick or damage the cylinder.
Should a set of wires be adjacent to the steel cylinder, extreme care will
be used to prevent damaging the steel cylinder during removal.
2. Steel Cylinder Irregularities: Should the area to be tapped include a
longitudinal seam in the steel cylinder, the seam will be very carefully
inspected to determine if the "O" ring on the gland assembly will compress
sufficiently to effect a seal.
3. Toggle Procedure: The steel cylinder and inner concrete core of the pipe
will be "toggled" under pressure in at least two points on the surface of the
steel cylinder. The toggles shall be of at least 8mm threaded rod and shall
be carefully placed inside the radius of the hot tap shell cutter in such a
position that they will not interfere with the cutting operation of the pilot
drill. The use of stiffeners is optional, but recommended. Toggle procedure
may be optional with the use of a chip sweep.
4. Gland Installation: The gland assembly will have the contoured
elastomeric ring seal securely attached to the gland body recess. The
gland will be carefully placed into the neck of the saddle plate nozzle and
secured to the draw flange with the draw bolts provided for that purpose.
The gland is to be uniformly pulled down to the surface of the steel
cylinder and checked with a feeler gauge to insure sufficient gasket
compression. Load bearing set screws should be activated through the top
draw flange after compression of the seal.
5. Pressure Testing: A blind flange should now be attached to the completion
plug outlet flange and a suitable pressure test applied to check the
contoured elastomeric ring seal. Over pressurization during testing at this
point in the installation could result in steel cylinder implosion and collapse
of the pipe within the gland, testing is recommended at a pressure no
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
110
Tender W-2017-4
more than 10 per cent above actual line pressure at the time of
installation. After successful pressure test, the blind flange is to be
removed.
6. Gland Grouting: The annular space between the saddle plate nozzle and
the gland will be grouted with concrete and allowed to "set up" prior to
attaching any valves or equipment.
7. Concrete Encasement: The entire fitting assembly will now be encased in
35 MPa concrete in a form condition and as recommended by the
Engineer. The concrete must be able to support the weight of the
equipment and also the lateral thrust forces that will be placed on this pipe
section when the downstream sections of pipe are removed from the
system. Concrete encasement will be up to at least the neck of the saddle
plate nozzle outlet and will leave sufficient room for the attachment of
studs and nuts of the valve to be mounted to the completion plug flange.
Tapping of Water Main
1. The intent and requirement of this subsection is to make a connection to
the existing concrete pressure pipe water mains by tapping the sleeve and
valve. Include for all labour, equipment, and materials required to carry out
the following:
a. Coordinate timing of construction with the Engineer and system
operators.
b. The Contractor shall arrange with the pipe manufacturer and the
service of an experienced and competent contractor for tapping as
specified. The work will be carried out as detailed and specified
and as directed by the Engineer and as required by the pipe
manufacturer's specification.
c. The Contractor shall excavate and locate joints on the existing
water main for the pipe manufacturer to determine the location of
the tap.
d. The Contractor shall exercise caution during the excavation
procedure. The Contractor shall be responsible to repair any
damages and compensate any losses incurred resulting from
damage due to the excavation procedure.
e. Protect, support, and relocate any utilities as required to carry out
tapping of water main.
f. Supply and install tapping sleeve and valve, and connect the 450
mm diameter water main to the existing 450mm diameter water
main, as shown generally on the Contract drawings.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
111
Tender W-2017-4
Construction of By-Pass Piping
1. By-pass piping shall be constructed on accordance with OPSS 441, and
the Special Provisions.
2. Subject to the Contractor’s Joint and Thrust restraint plan, the bypass
piping may be constructed on grade, or may be installed within a trench.
The Contractor shall be responsible for protecting the temporary bypass
piping from adverse weather conditions and/or the public, until VC#1 is
installed and the existing water main is placed back in service.
3. All by-pass piping shall be subjected to hydrostatic pressure and leakage
testing in accordance with OPSS 441.07.24 ; and shall be disinfected in
accordance with OPSS 441.07.25 prior to placing the by-pass in service.
Measurement for Payment
Measurement for Payment shall be made as follows:
• 10% of the Lump Sum Price for submission of Working Drawings
• 75% of the Lump Sum Price for installation and commissioning of the
temporary line stopping and bypass system,
• 15% of the Lump Sum Price for maintenance, for removal of the line
stopping and bypass system, and for restoration.
Basis of Payment
Payment at the Lump Sum Price for the Line Stop and Bypass system shall be
compensation in full for all works necessary to plan, construct, commission,
maintain and remove the double line stop and bypass system.
7.5
WATER MAIN
Scope
Water mains, appurtenances and connections shall be constructed in accordance
with the City of Peterborough Standards and the Ontario Provincial Standard
Specification 441.
All line water mains, appurtenances and connections shall conform to the
Peterborough Utilities Commission “Approved Manufacturers’ Products for the
Peterborough Water System”, as appended to these special provisions.
The Peterborough Utilities Commission Approved Manufacturer’s Product list is
appended to the contract special provisions.
Design Basis
Design and Test Pressures:
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
•
•
•
112
Tender W-2017-4
Working design pressure: 690 kPa (100 psi).
Test pressure: 1,035 kPa (150 psi).
Surge pressure allowance: based on 0.6 m/s (2 ft /sec) instantaneous
flow velocity change.
Pipe Sizes: All nominal pipe sizes to be actual inside diameters.
Basis of Design:
•
•
•
•
•
•
•
Depth of cover varies and shall be as detailed on the Contract
Drawings.
Trench width varies and shall be as detailed on the Contract Drawings.
Live load: (AASHTO) HS20 Highway loading with a 1.5 Impact Factor.
Unit Weight of Backfill: 2040 kg/m3 for Granular; 1840 kg/m3 for native.
Temperature Range of Water: 1oC to 23oC
Vacuum Pressure: 14.7 psi.
Soil Modulus E: 1000 psi.
All water main fittings including tees, sleeves, bends, reducers, etc., and valves,
hydrant leads, swab launches/retrievals and plugs / caps, shall be restrained
using approved mechanical restraint devices.
Design calculations must be submitted for the mechanical joint restraint system
and the above conditions. Restrained joints must be approved by the pipe
manufacturer for use on their pipe.
Factory Testing
•
•
The chosen pipe manufacturer shall supply to the owner all test results
carried out on the pipe materials and final products in accordance with
the appropriate AWWA Standards.
If the owner decides to obtain the services of an Independent testing
company, then the pipe supplier shall co-operate fully with the testing
requirements and will provide material samples and final product for the
required appropriate AWWA Standard Tests.
Materials
All water main materials are to conform to the Peterborough Utilities Commission
“Approved Manufacturers’ Products for the Peterborough Water System”, as
appended to these special provisions.
Water main Pipe
All water mains shall be constructed using Polyvinyl Chloride (PVC) pipe, unless
otherwise shown on the construction drawings.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
113
Tender W-2017-4
100 mm dia. to 300 mm dia. water main piping shall be constructed using Class
150 - DR18 PVC pipe conforming to AWWA C900, certified to CSA B137.3., with
cast iron O.D.
450mm dia. water main pipe shall be constructed using PR 235 – DR 18 PVC
pipe conforming to AWWA C905 and certified to CSA B137.3.
Ductile Iron water main pipe shall be constructed using cement lined ductile iron
pipe conforming to AWWA C151/A21.51-02 and C104/A21.4-08, with flanged
joints.
Pipe Joints
Bell and Spigot with rubber gaskets (rings) to ASTM D3139.
All joints are to be restrained with mechanical restraint devices.
Fittings
100 mm to 200 mm dia. fittings shall be push on joints, injection molded
conforming to AWWA C907, certified to CSA B137.2, Class 150 and colour
coded blue.
250 mm to 300 mm dia. fittings shall be push on joints fabricated from AWWA
C900 Class 150 - DR18 PVC pipe with pressure rating to match pipe, certified to
CSA B137.3. and colour coded blue.
450mm dia. fittings shall be cement lined ductile iron or grey iron compact fittings
conforming to AWWA C110, and C104; provided with mechanical joint
connections.
Flexible expansion fittings shall be ductile iron double-ball flexible expansion
joints, coated inside and outside with minimum 15 mil fusion bonded epoxy,
applied and tested in accordance with AWWA C213. Flexible expansion joints
shall be rated for minimum 350 psi, and shall be provided with type 304 stainless
steel fasteners. Flexible expansion joints shall be able to accommodate 15o
deflection at each ball joint, and shall accommodate minimum 150mm (6”) of
horizontal expansion.
Acceptable products for the flexible double-ball expansion joints include:
•
•
•
StarFlex Series 5000
Romac FJ Restraint
Or approved equal
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
114
Tender W-2017-4
Tracer Wire
All pipe types and service connections to include tracer wire equal to #10 AWG
solid copper, solid white, TWU flameseal wire.
All tracer wire connectors shall be Marr type connectors, brass split bolt
connectors or soldered and wrapped with insulating tape.
Mechanical Thrust Restraints
Thrust restraints are to be provided on all fittings including bends, tees,
couplings, etc., and valves in accordance with drawings and details herein, and
as directed by engineer in field at time of construction.
Thrust restraints shall be mechanical restraint devices. No concrete trust blocks
are to be used, unless otherwise indicated on the drawings.
All threaded rods and bolts including all fastening hardware on thrust restraining
systems shall be stainless steel including bolts, rods, washers and nuts.
The manufacturer of the mechanical restraint system in coordination with the pipe
supplier shall confirm with calculations, the length of restraint required (as shown
on the drawings) to suit the specific site conditions at every location where a
restraint system is used.
Mechanical Joint Systems
All bolts and nuts on mechanical joint systems shall be Type 3104stainless steel.
Pipe Bedding
Pipe bedding and cover material shall be Granular “A” modified to restrict the
maximum stone size to 19mm, and placed per OPSD 802.010, 802.030,
802.031, or 802.032.
The bedding shall not contain organic matter or excessive fine or coarse
particles. Granular materials greater than 19 mm in size shall not be used for
pipe bedding. Submit samples to Geotechnical Testing Agency for approval prior
to construction.
If excessive ground water conditions exist, the Contractor may be permitted to
use clear stone as an alternate bedding material upon approval of the Engineer.
In such a case, a geosynthetic fabric shall be installed to envelope the clear
stone bedding to provide separation from the surrounding material and prevent
migration of surrounding fine materials into the clear stone. Geosynthetic
separation fabric shall conform to the requirements of OPSS 1860 with 300 micro
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
115
Tender W-2017-4
metres or equivalent opening size. No additional payment will be made to the
Contractor for using clear stone wrapped in geosynthetic fabric.
Concrete for class ‘A’ or class’A-A’ bedding shall conform to OPSS 1350 with a
minimum 28 day compressive strength of 15 MPA. Type 20 Normal Portland
Cement shall be used for concrete.
Backfill Materials
Trench backfill shall be imported Granular B, Type I per OPSS 1010, Select
Subgrade Material per OPSS 1010, or select native granular material, compacted
to minimum 95% SPD. The upper 1.0m of trench backfill shall be compacted to
minimum 98% SPD.
Topsoil, organic material, pavement, native silty clay, fill material and other
deleterious material excavated from the site will not be acceptable for backfill,
unless approved in writing by the Engineer.
Moisture content of the native backfill material at the time of placement shall not
be within 2% below to 4% above the optimum moisture content. It may be
necessary for the Contractor to stockpile materials in approved areas and let
them air dry until the materials reach their optimum moisture content. No
additional payment will be made for handling and/or managing backfill material.
Where there is a shortage of suitable native material for backfill, the contactor
shall be responsible for importing suitable backfill material at no additional cost to
the contract.
Construction
Installation and jointing of pipes shall be in accordance with OPSS 441 and as
specified herein.
Pipes shall be kept clean as work progresses. Water shall not be allowed to flow
through the pipe during construction. A removal watertight bulkhead shall be
installed at the open end of the last pipe laid whenever work is suspended.
Where water mains cross over existing utilities or sewers, the minimum clearance
shall be 150 mm between the nearest edge of the water main and the existing
utility or sewer.
Where water mains cross under existing utilities or sewers except drainage
culverts, a vertical separation of at least 500 mm must be maintained between
the bottom of the utility or sewer and the crown of the water main. Adequate
structural support must be provided for the utility or sewer.
Where water mains pass beneath existing culverts or drains, a minimum
clearance of 1.2 metres (or clearance indicated on the drawings) must be
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
116
Tender W-2017-4
maintained between the top of the water main and the bottom of the culvert or
drain. Provide insulation as indicated on the drawings for locations where the
separation is less than 1.2 m.
Transition gaskets and couplings shall be used where required to connect
different size outside diameter pipe to each other and at fittings, valves, etc.
Couplings and gaskets are to be included in the unit price bid for water main
construction as no additional remuneration will be paid.
Provide approved thrust restraints as specified herein and as shown on the
drawings.
Trenching, Backfilling and Compacting
Trenching, backfilling and compacting shall conform to OPSS.MUNI 401 and the
Ontario Occupational Health and Safety Act and Regulations for Construction
Projects.
Maximum allowable excavation width measured at top of pipe and centred on the
centreline of the pipe shall not exceed:
•
Water Main Trench: As per details on contract drawings
Provide all temporary supports to telephone and/or hydro poles and other
underground pipes and utilities necessary for the installation of sewers, water
mains and service connections. No extra payment will be made for this work.
Contractor shall take all necessary precautions to confine excavations to within
easements, and rights-of-way.
Backfilling and compaction of backfill material to be carried out immediately
following pipe installation.
Compact backfill material by mechanical compaction method of OPSS 401 to:
•
•
95% of its Standard Proctor maximum dry density
Where the upper one metre of trench backfill forms an existing or
future roadway subgrade, it shall be uniformly compacted to at least
98% of Standard Proctor maximum dry density as specified in
standard details.
In the event the Contractor uses select native materials for trench backfill, and
QA testing demonstrates repeated compaction failures, the Owner reserves the
right to reject the use of select native material for trench backfill, and will require
the use of imported backfill material at no extra cost to the Contract.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
117
Tender W-2017-4
Pipe Bedding and Cover
Pipe bedding shall be shaped true to line and grade, free from sags and high
points. Bedding shall be shaped to a cylindrical surface with the radius
conforming to the pipe in accordance with the pipe manufacturer’s
recommendations. Bedding materials shall be placed simultaneously on each
side of the springline of the pipe.
At pipe joints, bedding materials shall be left clear of the joints to permit their
completion. After connection has been completed, approved bedding materials
shall be placed under the joint and thoroughly tamped to the compaction
specified. Bedding material shall not be taken from completed portions of the
trench for this purpose.
Pipe bedding material shall be uniformly compacted in layers not exceeding 150
mm in thickness. Compaction shall conform to OPSS 501 using mechanical
compaction methods with a density of not less than 95% of maximum dry density.
Cover material shall be placed 300 mm above crown of water main and 300 mm
above water service connections in layers not exceeding 150 mm. Compaction
of cover material shall conform to OPSS 501 with a density of 95% of its
maximum dry density by mechanical compaction methods. A 300 mm layer of
cover material shall be provided above the pipe before using mechanical
compaction methods on top of pipe.
Installation of Valves
Valves shall be installed at the locations shown on the contract drawings. Valves
and connecting pipes shall be aligned accurately and supported on concrete
blocks and restrained with mechanical restrainers as per specifications.
A valve box shall be provided for every valve. The valve box will be supported by
crushed stone as not to transmit shock or stress to the valve and shall be centred
and plumb over the operating nut of the valve, with the box cover flush with the
surface of the finished pavement or such other level as may be directed.
A valve marker post shall be provided for every valve as specified herein and as
detailed on the contract drawings. Valve marker posts shall be 100 mm x 100
mm x 1800 mm long.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
118
Tender W-2017-4
Installation of Swab Launch/Removal Units
Piping shall be installed where shown and in accordance with details shown on
contract drawings.
Install piping at locations and orientation shown on the contract drawings or as
directed by the Engineer in the field.
Piping shall be used for withdrawing pipe swab (where applicable) and flushing
during the pipe cleaning period.
Supply and install one 100 x 100x 1800 marker post, adjacent to blow-off cap as
specified herein and detailed on contract drawings which shall identify both the
valve and cap together.
Installation of Tracer Wire
Tracing wire is to be installed on all water main pipes for locating purposes.
Install tracer wire continuously on top of the water main attaching it at 3 metre
intervals with several wraps of tape around the water main.
Tracer wire shall be run up and down exterior side of each valve box (looped but
not cut) and protrude (by drilling) into the valve box just below the cover.
Continue wire into chambers and terminate in loop 150 mm beneath chamber
cover.
Care must be taken to avoid damaging the plastic coating. Splices are not
generally allowed, but if absolutely necessary, splices must be waterproofed as
must the ends of the wire so no bare copper wired is exposed.
Confirm electrical conductivity by applying an electrical current in the presence of
the Engineer.
Cathodic Protection System
Install cathodic protection as detailed elsewhere in the specifications.
Shutting Down or Charging Mains
Only authorized operating authority personnel shall operate valves on existing
water mains for the purpose of controlling water. No person other than the
authorized operating authority personnel shall shut down or charge any section of
existing water main or operate any valve for the purpose of controlling water from
existing water mains.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
119
Tender W-2017-4
The Contractor shall provide the local operating authority with at least 48 hours
advance notice when a change in control of the water is required. All necessary
water supply interruptions shall be scheduled in cooperation with the local
operating authority.
The Contractor shall operate only those valves, hydrants and curb stops installed
in their Contract during the construction period and prior to the date when the
Owner accepts the Contractor's work. After the works are accepted, only the local
operating authority may operate the system.
Restoration
No separate payment will be made for restoration. The cost of restoration shall
be included in the unit price for water main construction..
Asphalt Restoration
The City of Peterborough will complete all asphalt placement, compaction and
finishing using their own materials and forces. Within disturbed asphalted areas,
the contractor is required to complete the trench restoration up to and including
supply, placement, and compaction of the granular base materials. The
contractor is to install granular ‘A’ material flush to the surface of the existing
asphalt road for future restoration by the City.
The contractor shall prioritize the restoration of any disturbed asphalt roadway
sections immediately after installation of the new water main so that road is
reinstated with compacted Graunuar ‘A’ flush to the existing asphalt surface
within 24 hours of completing the installation of the pipeline, excluding delays
resulting from weather.
Cutting Roadway Pavement
Peterborough Utilities Commission will apply for the necessary Road Cut Permit
from the City of Peterborough. The contractor will be required to adhere to the
requirements of the Cut Permit.
When cutting roadway pavement, the Contractor shall make every effort to keep
the amount of pavement damage to a minimum. Cutting of roadway pavement
shall be in accordance with OPSS 510 – removals, subsection 510.07.06.02 –
Cutting Existing Pavement.
The Contractor shall allow sufficient Granular road base depth for the future
asphalt restoration (by others) using the following minimum depths for asphalt
pavement restoration:
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
•
•
120
Tender W-2017-4
100 mm HL4 (base course )
40 mm HL3 (surface course)
In no case shall the asphalt depth be less than that of the existing pavement.
Where asphalt has been removed for the installation or adjustment of a water
valve, manhole or other structure, the asphalt shall be neatly cut and restored in
a diamond pattern in the direction of travel (i.e. cuts are not to be transverse to
the vehicle wheel path).
Payment for trench restoration up to the existing asphalt level shall be included in
the unit price bid for the construction of pipeline except for the payable items as
otherwise provided in the Form of Tender.
Seed and Hydraulic Mulch
Work under this item shall be completed in accordance with OPSS 803.
All disturbed areas that fall outside the existing roadway pavement and shoulder
shall be restored with a minimum 100mm topsoil seed and mulch. Seed and
mulch to be applied hydraulically from a vehicle mounted sprayer. All work to be
performed by a contractor experienced in the application of hydro-seed.
Construction
Seeding operations shall not proceed until clearance to do so has been provided
by the Contract Administrator following checking of topsoil depth and placement
grading..
The Contractor shall maintain the seed/mulch as required to obtain growth
acceptable to the Contract Administrator. The Contractor shall continue to
provide ongoing maintenance, including watering to the restored areas for a
period of six (6) weeks from the installation of the seed. There will be no
separate payment of the application of water. The cost of water and watering the
seed to obtain growth acceptable to the Contract Administrator is considered
incidental to the item for sod.
This period of maintenance will apply even if the Contract is completed, but the
sodding is not completed and accepted by the date specified above and the
Contractor shall allow for such repair work in his Contract prices.
Measurement for Payment
Measurement for payment shall be in accordance with OPSS 441.09.01 – Actual
measurement. No separate measurement for payment will be made for
restoration items. All costs associated with trench backfilling and restoration are
to be included in the unit rates for water main installation.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
121
Tender W-2017-4
Basis for Payment
Payment at the contract price shall be full compensation for all labour, equipment
and materials to do the work.
Payment shall include supplying all material, performing all excavation,
dewatering, sheathing, shoring and disposal of excess material, supplying,
placing and compacting bedding, cover and backfill material; supplying and
installing water main; and all other work to complete the work as specified.
The unit price for water main and service installation shall include all costs for
restoration including the cost of curb removal and replacement, sidewalk removal
and replacement, asphalt removal and trench restoration, driveway envelope
removal and restoration, and boulevard restoration.
Tracing wire, cathodic protection, mechanical restraining devices and concrete
trust blocks where indicated, shall be included in the unit price for water main.
7.6
WATER MAIN SUSPENDED ON BRIDGE (Over Otonabee River)
Scope
This section outlines the requirements for all work associated with the installation
of the water main hanging on the existing bridge structure over the Otonabee
River (from approximately STA 1+138 to 1+208).
General
This work shall be carried out by a specialized Contractor experienced in
installations of new water mains on existing bridge structures.
All welding for attachment of the pipe support brackets shall be constructed in
accordance with the City of Peterborough Standards and the Ontario Provincial
Standard Specification 906.
Coating after installation of the weld on steel brackets shall per OPSD 911.
All welding and surface finish requirements shall be conducted in conformance
with CSA-W59 and CSA-W47, using only Canadian Welding Bureau approved
welders, and NACE Standard RPO178-95.
Submittals
The Contractor shall submit a detailed work plan and schedule to the Engineer at
least three (3) weeks prior to commencing work. The Engineer will review and
may require amendments to certain areas of the Work Plan, Traffic Control Plan,
and Safety Plan. The Contractor shall incorporate such amendments and
resubmit affected plans to the Engineer within one (1) week of receiving such
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
122
Tender W-2017-4
amendments from the Engineer. The detailed work plan is to include surface
preparation methodology, including blasting and hoarding (containment) controls.
Work is not to proceed until the Work Plan, Traffic Control Plan, and Safety Plan
have been accepted by the Engineer. The Contractor is totally responsible for the
performance of the equipment, methods and materials selected for construction.
The Engineer’s acceptance signifies only that the construction process is
compatible with the overall objectives of the work.
The contractor shall submit three (3) copies of shop/fabrication drawings for the
pipe support system brackets, yolks and support rods and proposed welding
procedures to the Contract Administrator for review. Certificates for all welders
proposed for the project shall be included in the welding procedures submission.
Allow for two (2) weeks for engineer’s review.
Materials
Contractor shall submit all relevant data regarding the proposed materials as
necessary. All materials shall conform to the Peterborough Utilities Commission
“Approved Manufacturers’ Products for the Peterborough Water System”, as
appended to these special provisions.
Pipeline material shall consist of the following:
1. Pre-insulated, heat traced, fusible PVC DR18 (IPEX fusible CIOD TerraBrute or approved Alternate) for water main hanging on the bridge
between the flexible joints.
2. Pre-insulated, heat traced, 450mm DI Class 52 Cement Lined, for water
main and fittings from the flexible joints on either side of the bridge span to
the first buried joint below the frost line.
3. Double ball flexible expansion joints (StarFlex, Romac FJ Restraint or
approved alternate)
4. All air release, air and vacuum, and combination air release valves shall
have high strength cast iron bodies conforming to ASTM A-126 Class B
and ANSI/AWWA C512-07 or the latest revision thereof, designed to be
used in service with potable water up to 1035 kPa (150 psi). The float,
guide shafts and bushings shall be constructed of Type 304 stainless
steel. The model shall be selected to match the application and approved
by the Engineer prior to installation. Valves shall be supplied with all
rings, rubbers/gaskets and hardware required for a complete installation.
5. Pipes above the frost depth are to be pre-insulated and heat traced using
a proprietary system. For all above ground pipes, Urecon Aluminum
Spiwrap pre-insulated pipe or approved alternate shall be used. For
buried applications, Urecon double wrap (75mils) polyethylene preinsulated pipe system or approved alternate shall be used.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
123
Tender W-2017-4
6. Heat Tracing shall be designed to function in conjunction with the preinsulated pipe system (Urecon heat tracing for above grade water main
piping or approved alternate)
7. Support brackets to be hot dipped galvanized weld on brackets (Anvil
Heavy Welded Steel Bracket or approved alternate). Shop fabricated
brackets are permitted provided they are designed and sealed by a
structural engineer and fabricated by licensed welders.
8. Hangers to be roller type (Anvil Adjustable Steel Yoke Roller Hanger or
approved alternate)
9. The Pipe Yolk support rod and fastening hardware to be 304 stainless
steel.
10. Protective coatings shall be zinc rich primer
Construction
The Contractor shall install the pipes, flexible joints, brackets, hangers and heat
tracing as shown on the drawings or as may be amended by the Contractor Work
Plan and accepted by the Engineer.
Prepare the surface of the existing bridge structure for welding by removing all
traces of the existing bridge steel coating in the location of the new steel support
brackets by abrasive blasting. The contractor shall not blast 100mm beyond the
installation location of the support bracket. Areas adjacent to the locations of the
new brackets are to be protected from damage during blasting and welding
operations. The contractor is required to provide sufficient hoarding to ensure
that no blasting dust/debris escapes the immediate work area. The Contract
administrator reserves the right to stop work or require the contractor to provide
additional/different containment methods if blasting dust/debris is observed
escaping the work area.
Prior to coating the new bracket the contractor shall notify the engineer for visual
inspection. At the direction of the engineer, the contractor shall obtain a 3rd party
welding inspections by an independent testing organization per OPSS
906.07.01.07.11. The contractor shall provide free and safe access to the work
area for the inspector to complete their evaluation of the welds. If a section of
weld is determined to be unacceptable, the contractor shall repair the defective
weld at no additional cost. All costs to re-inspect and re-test the repaired section
shall be borne by the contractor.
Upon acceptance of the welds by the contract administrator, the contractor shall
apply a zinc rich primer over the entire bracket and existing bridge structure
impacted by the welding to a minimum dry film thickness of 75 microns.
At no time during construction will the contractor be permitted to enter the
Otonabee River with equipment or personnel unless given prior approval by the
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
124
Tender W-2017-4
Peterborough Utilities Commission and the Contract Administrator. All work must
be completed from the bridge deck or embankments on either side of the
crossing.
The contractor must make all reasonable efforts to prevent debris and sediment
from entering the waterway during construction.
Product Testing
The portion of the pipeline from the first 90o bend on the west side at ground
level on the west side of the bridge crossing to the final 90 o bend at ground level
on the east side of the bridge shall be pre-tested for leakage, prior to finalizing
the installation of the field installed insulation over the pipe joints/fitting or
connecting to the remainder of the water main.
All installed water main shall be tested for leakage as per OPSS 441.07.24.
At the direction of the Contract Administrator, the contractor shall obtain 3rd party
welding inspections of the welded on steel brackets.
Basis for Payment
Payment at the unit rate in the Schedule of Items and Prices for suspending the
water main on the existing bridge over the Otonabee river shall be compensation
in full for all labour, equipment and material required to complete the work as
specified.
Payment for 3rd party welding inspections, as directed by the Contractor
Administrator, shall be drawn from the provisional allowance included in the form
of tender.
7.7
ELECTRICAL WORKS
General
The electrical work shall be carried out as per Peterborough Utilities Services,
OPSS 106, and ESA inspection requirements.
The work shall include coordination with ESA, Peterborough Distribution Inc,
Peterborough Utilities Services, utility locates and stake-outs, permits, fees and
certificates, layout of electrical work, quality control and quantity assurance.
ESA inspection and testing costs and Hydro power servicing and connection
costs and all permits to carry out the work are to be covered under this item.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
125
Tender W-2017-4
The work will be administered by a designated Contract Administrator. The
Contractor shall obtain approvals from the Contract Administrator of all footings
and equipment.
Payment for lump sum contract price for the work specified herein shall be full
compensation for all labour, equipment and material required to do the work and
shall include all costs other than stipulated in unit prices.
Supply a NEMA 4X Outdoor Enclosure
Supply and install a NEMA 4X outdoor enclosure. All equipment that is to be
included and mounted in the enclosure is included in the bill of material included
in the contract drawings.
Outdoor Enclosure Specifications:
1. The outdoor enclosure is to be sized to include all breakers, lighting panel,
surge suppressor device, heater, auto dialer, 24 VDC power supply for the
auto dialer, duplex receptacle, lighting, Bell telephone connection port, and
heat trace control panel.
2. Provide inner panel complete with DIN rails for mounting equipment, wire
ways, and a drip shield across the top of the panel. All components in the
enclosure to be DIN rail mounted.
3. The outdoor enclosure is to be 14 gauge stainless steel, with a brushed or
matt finish, phosphatized, primed, and painted with two coats of ASA 61
Gray baked enamel inside and outside.
4. Supply and install a NEMA 4X lockable utility meter enclosure complete
with clear lexan viewing window and 7 jaw polyphaser meter base and
mount on the side of the outdoor enclosure. The center of the utility meter
is to be 1700 mm above finished grade. The utility meter must meet ESA
requirements and accept a 200A, 120/240VAC service.
5. The enclosure is to be full depth and come with backplate for mounting.
6. Contractor is responsible for all conduits, wiring, din rails, etc. that is
included in the enclosure.
7. The enclosure is to include a 3 point lockable handle as opposed to cover
bolts. Ensure that the lockable handle is corrosion resistant stainless steel.
Contractor to also provide a corrosion resistant stainless steel lock for the
door handles and provide the respective keys to the Owner.
8. Refer to contract drawings for outdoor enclosure details.
Supply and Install Heat Trace Control Panel
Supply and install heat trace control panel and mount in the main outdoor panel
as shown in contract drawings.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
126
Tender W-2017-4
Heat Trace Control Panel Specifications:
Manufacturer: Urecon
Model #: UTC-2230-11 (with 2-pole circuit breaker)
Enclosure: NEMA 4
Power Supply: 240 VAC
Total Current Draw: 30A
Sensors: Total of 3 sensors. Provide 2 control sensors ( Model #: URTD-15-G)
and 1 high limit protection sensor (Model #: URTD-15-R)
Integral Ground Fault Protection to be included.
Alarm Output to be included and wired to the auto dialer.
Power Feed Kits Model #: PFK1 – Power Feed Kits
Heat Trace Thermocables Model #: C13-240-COJ
Heat Trace Cable Installations:
Urecon is to supply the heat trace control panel whereas the contractor is to
supply a NEMA 4X junction box and all materials in the junction box and the
materials between the junction box and the thermostat. All wiring, flexible
conduits, connectors, junction box, etc, is the responsibility of the contractor.
Contractor to provide and install a full redundant heat trace cabling/channel
system. Contractor to provide the necessary power feed cables, heat trace
thermocables, and heat trace channels as recommended by Urecon.
Contractor to confirm and use recommended materials and installation guidelines
with Urecon prior to construction.
Contractor to refer to contract drawing E002, installation details 1 and 2 as a
reference only.
Supply and Install Auto Dialer
Supply and install an auto dialer and mount in the main outdoor panel as shown
in contract drawings.
Auto Dialer Specifications:
Manufacturer: Barnett Engineering Ltd.
Model #: Protalk Plus
Contractor to supply and install a 24 VDC supply to power the auto dialer.
Contractor to program the Auto Dialer for the respective channels and provide
recordings upon approval from Peterborough Utilities Services.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
127
Tender W-2017-4
Supply and Install Lighting Panel
Supply and install a lighting panel and mount in the main outdoor enclosure as
shown in contract drawings. Lighting panel ‘LP-A’ to be a NEMA 12 panel,
120/240 VAC, single phase, stainless steel enclosure painted ASA 61 Gray
enamel inside and out. The lighting panel will be the main power source to all
components in the main outdoor enclosure which will be powered from the main
breaker located on the hydro pole.
Supply and Install RWU90 PVC Duct
Underground direct buried 41 mm RWU90 PVC duct shall be installed from the
60A disconnect switch to the outdoor enclosure.
Underground direct buried 35 mm RWU90 duct shall be installed from the Bell
terminal box located on the contract drawings to the outdoor enclosure’s bell
terminal point.
Underground direct buried 35 mm RWU90 duct shall be installed from the heat
trace control panel to the heat trace junction box.
Exact location/routing of duct bank shall be determined on site. Contractor to
conform to CSA C22.2 No. 211.2, OPSS 603, OPSD 2103.02, 2103.05, and
Contract Drawings. The underground system installation shall comply with CSA
C22.3 No.7-10. Wherever underground duct passes under roadways or areas
exposed to vehicular traffic, the duct shall be concrete encased.
Price is to include saw cut of trenching, excavation, backfill, compaction,
restoration of surface temporary asphalt patching and all costs related to the
purchase, transportation and installation of the underground ducts, complete with
pull rope, elbows, and fittings.
Provide expansion fittings for conduits in accordance with the OESC.
Refer to additional notes on the contract drawings.
The Contractor shall supply and install a pole mounted service entrance
weatherhead, conduit and fittings on the hydro pole as required to complete the
electrical connection to the main 60A disconnect switch that will supply the main
outdoor enclosure.
The Contractor shall supply and install conductors that match the Utility cable
sizing and rating in the service weatherhead and underground ducts that connect
to the main outdoor enclosure.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
128
Tender W-2017-4
Pullboxes:
The Contractor shall supply and install underground pullbox enclosures in the
power distribution underground duct bank system as indicated on the Contract
Drawings. Exact locations to be determined on site. Pullbox enclosures shall be
constructed of polymer concrete with fiberglass cloth reinforcement. The pullbox
enclosures shall be a straight wall design.
The nominal length, width, and depth dimensions shall be determined by the
requirements of the application and is the responsibility of the Contractor.
However, the minimum nominal dimensions for the pullbox enclosure shall be:
Nominal Depth: 24 inches (610 mm)
Nominal Width: 17 inches (432 mm)
Nominal Length: 30 inches (762 mm)
Load rating shall be Tier 15 as set forth by ANSI/SCTE 77 2010. Tier 15 is
defined as driveway, parking lot, and off-roadway applications subject to
occasional non-delibrate heavy vehicular traffic. The cover shall be securable
with security bolts (five sided bolts). A five sided wrench shall be provided to the
Owner for each pullbox installed.
Acceptable Products:
•
•
•
Hubbell Quazite Precast Products
NewBasis Composite Products
Approved Equivalent
Supply and Install Low Voltage Cables in Ducts and Pole
Work shall be completed in compliance with OPSS 604. The Contractor shall
supply and install cables in the underground ducts as indicated in the Contract
Drawings.
Coordination with Peterborough Distribution Inc.
Refer to contract drawings for hydro pole service cable installation detail and
demarcation point. Installation and upgrades are to comply with Peterborough
Distribution Inc and Ontario Electrical Safety Code. Prior to the final connection,
the contractor is to acquire ESA’s approval.
Final Connection to Disconnect Switch on Hydro Pole:
The Contractor shall provide conductors that match Utility conductor with
sufficient length to reach the closest feasible supply point shown on the contract
drawings. The Contractor shall provide excess length of wire and coil the wire.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
129
Tender W-2017-4
The Contractor shall coordinate the final connection with Peterborough
Distribution Inc.
Coordination with Bell
The contractor shall coordinate with the bell landline connection between the
outdoor enclosure and the bell terminal box with Bell. Refer to contract drawings
for coordination with Bell.
Electrical Contract Drawings
Electrical contract drawings shall be considered as a part of this documentation.
All instructions in the drawings are within the scope of work of this document,
whether reference is included in this document or not.
Basis for Payment
Payment at the unit rate in the Schedule of Items and Prices for suspending the
water main on the existing bridge over the Otonabee river shall be compensation
in full for all labour, equipment and material required to complete the work as
specified.
7.8
WATER MAIN COMMISSIONING
Scope
In order for a water main to be considered for acceptance by the Owner, the
following procedures and tests shall be successfully completed in the presence of
the operating authority and Engineer.
i)
ii)
iii)
iv)
v)
Swabbing
Hydrostatic pressure test
Disinfection
De-chlorination
Chlorine residual and bacteriological tests
Prior to the initiation of the water main commissioning procedures, the Contractor
shall submit a Water main Commissioning Plan for review by the Owner and
Engineer. The Water main Commissioning Plan shall contain a complete
description of the steps the Contractor will undertake to ensure the water main
satisfies all testing and sampling requirements. The Water main Commissioning
Plan shall be submitted a minimum of two (2) weeks in advance of the initiation of
the water main commissioning. This plan shall also include the specific reporting
protocols as described under the particular commissioning procedures in the
following sections.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
130
Tender W-2017-4
Construction
Swabbing
Prior to disinfection, all sections of water main shall be swabbed using a
minimum of four new foam swabs. Swabs shall be polyurethane with a density of
24.7 kg/m3 and shall have a minimum diameter 50 mm larger than the diameter
of the water main and have a minimum length of one and one half times its
diameter.
The Contractor shall charge the water main fully with water prior to the
commencement of swabbing.
Swabs shall be propelled through the water main at a speed of 0.5 to 1.0 m/s
using potable water.
The Contractor shall discharge water to an approved outlet ensuring all required
erosion and sediment control and de-chlorination measures are followed. The
Contractor shall demonstrate how the appropriate swabbing velocity will be
achieved.
Stubs for future water mains longer than one pipe length shall be swabbed.
The swabbing shall continue until the discharge water runs clear within ten
seconds of the last swab exiting the discharge point.
After swabbing has been completed, the Contractor shall flush every fire hydrant
lead, stub and service.
The Contractor shall mark, number and demonstrate to the Engineer that all
swabs, or parts thereof, have been retrieved. The Contractor shall be liable for
costs associated with damage caused by and retrieving swabs that, for whatever
reason, escape into the existing water distribution system. The Contractor shall
provide a letter certifying that all swabs were retrieved.
Hydrostatic Pressure Test
Hydrostatic pressuring testing shall be carried in accordance with OPSS 441.
Disinfection
Disinfection shall be carried in accordance with OPSS 441. The chlorine
injection concentration and the chlorine concentration at any point in the piping
shall not exceed 100 mg/l.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
131
Tender W-2017-4
De-Chlorination
All water wasted must be neutralized to provide a total chlorine residual of less
than 0.2 mg/l. The Contractor shall monitor the discharge of wastewater. Should
tests show a residual greater than 0.2 mg/l, the discharge shall be ceased
immediately and the procedure modified to meet less than the 0.2 mg/l objective.
Where detrimental effects may be suffered by plants and/or animals in the natural
environment, the wasted water shall be neutralized to provide a total chlorine
residual of less than 0.002 mg/l (2 ppb) (Provincial Water Quality Objective) at
the outfall. The Contractor will monitor the discharge of wastewater. Should tests
show a residual greater than 0.002 mg/l, the discharge shall be ceased
immediately and the procedure modified to meet the less than 0.002 mg/l
objective.
Sites within 100m of natural drainage, or with direct discharge to a water body,
should be considered high risk. In such instances, the Engineer may request a
de-chlorination plan along with contingency and mitigation plans in the event that
the chlorine residuals exceed those specified.
The Contractor shall flush every part of the water system including fire hydrants,
stubs for future water mains and services to remove all super chlorinated water.
Chlorine Residual & Bacteriological Testing
Prior to the commencement of chlorination residual and bacteriological testing,
the Contractor shall submit a sampling plan detailing the source water location,
final connection locations and the sampling locations via the Engineer to the
Municipality for approval. The Contractor shall allow 2 weeks for approval.
Appropriate coding or labelling must be provided on the plan to clearly collate the
sample results to the sampling locations.
Before the water main can be approved for connection to the existing water
distribution system, two (2) consecutive rounds of water samples, taken at least
24 hours apart, shall pass the both the chlorine residual and bacteriological
standards outlined below for coincident samples. Prior to chlorine residual and
bacteriological testing, all other testing (i.e. hydrostatic, disinfection) shall be
completed and any super-chlorinated water removed from all portions of the
water main system under consideration including fire hydrant leads, stubs,
branches, services, etc.
The water main test section must not be disturbed or flushed during the period
between the 1st and 2nd sampling rounds, except to obtain a water sample.
The water main must be continually pressurized from the start of bacteriological
testing until the final connection to the existing system is undertaken.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
132
Tender W-2017-4
Only after the tested water main has passed all chlorine residual and
bacteriological requirements and has been approved to be into service by the
Municipality, shall the water main be connected to the existing water distribution
system.
After the final connection, the water main shall be re-pressurized by the existing
system as soon as possible.
The Municipality or the Engineer may request additional bacteriological sampling
after the final connection has been made as a precaution against or in response
to possible contamination during the final connection.
Source Water
The water used to conduct the chlorine residual and bacteriological testing shall
be normal to the existing water distribution system.
In most cases, test water can be supplied by the adjacent existing distribution
system, however if this source is not available, or the Contractor elects not to
use, then potable water from a prior Municipally approved location within the
existing water distribution system may be brought to the water main under
consideration at the Contractor’s expense.
Should the Contractor elect to undertake a bacteriological sample of source
water from a municipal system, the sample must be taken from the new water
main side of the backflow preventor. In the event that this sample is adverse, the
Municipality will undertake a sample of the municipal system to verify results.
Sample Locations
Chlorine residual and bacteriological testing samples shall be taken:
•
•
•
•
•
•
at the end of each branch or stub (excluding fire hydrants);
at end of services 100 mm or larger;
a maximum of every 350 metres along the water main test section;
as identified in the Special Provisions;
as directed by the Engineer; and,
as directed by the Municipality.
Sampling of fire hydrant leads is not required unless the Contractor has elected
or is requested to utilize a fire hydrant location to satisfy any of the above
sampling location criteria. Regardless of whether fire hydrants are used for a
sampling location, all fire hydrant leads shall be thoroughly flushed to remove
debris and any super-chlorinated water.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
133
Tender W-2017-4
In the event that the maximum distance criteria cannot be satisfied or if additional
sampling points are required by the Municipality, the Contractor may be directed
to install sampling taps on the water main for the sole purpose of obtaining a
water sample. During the completion of the final connection or after the water
main has been commissioned, the Contractor shall remove the sampling line and
replace the main stop with a plug. Stainless steel plugs must be installed on
saddles and brass plugs for ductile iron pipe.
All sampling ports shall be copper or stainless steel lines 25 mm or smaller and
brought a minimum of 1.0m above the surface. The Contractor shall be available
to operate underground valves as necessary during sampling.
Chlorine Residual Requirements
At each sampling location, the water must satisfy the chlorine residual
requirements as follows:
Sampling Round 1:
• the total chlorine residual in the sample shall be equal to the source
water total chlorine residual plus or minus 0.2 mg/L; and,
• the combined chlorine residual in the sample shall be greater than 0.25
mg/L or the free chlorine residual shall be greater than 0.05 mg/L.
Sampling Round 2:
• the total chlorine residual in the sample shall be no more than 0.2 mg/L
above the source water total chlorine residual;
• the total chlorine residual in the sample shall be no less than 50% of the
source water total chlorine residual; and,
• the combined chlorine residual in the sample shall be greater than 0.25
mg/L or the free chlorine residual shall be greater than 0.05 mg/L.
•
Combined chlorine residual is the total chlorine residual minus the free chlorine
residual.
A single failed chlorine residual parameter will constitute a failure of that entire
sampling round, both chlorine residual and bacteriological. The Contractor may
elect to re-sample (chlorine and bacteriological) or take other corrective action to
achieve two (2) consecutive rounds of acceptable chlorine residual and
bacteriological results.
The chlorine readings shall be taken at the same time as the water sample for
bacteriological testing is collected.
The source water chlorine residual readings, against which all sampled chlorine
residual results are measured, are those chlorine residuals representative of the
source water charged into the water main for the intention of bacteriological
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
134
Tender W-2017-4
testing. The source water chlorine readings are taken only at the beginning of
the bacteriological testing protocol. If the water main is flushed to re-initiate
another bacteriological testing protocol, new source water total combined and
free chlorine residuals readings shall be taken. The source water chlorine
residual readings (total combined and free) must be taken within four (4) hours of
charging the water main for bacteriological testing.
In the event that the source water has a total combined chlorine residual less
than 0.25 mg/L and a free chlorine residual less than 0.05 mg/L, the Owner must
be notified immediately to take appropriate action.
Only samplers licensed in accordance with O.Reg. 248/03 shall measure and
report on total combined and free chlorine residuals. An appropriately licensed
Contractor is not precluded from making chlorine residual measurements
provided that the measurements are witnessed by the Contract Administrator.
Bacteriological Requirements
At each sampling location, the water must satisfy the bacteriological
requirements for both Sampling Rounds 1 and 2, as follows:
vi)
vii)
viii)
E. Coli
Total Coliform
Background
A (Presence / Absence Test).
A (Presence / Absence Test).
<25 (Membrane Filtration).
Bacteriological samples shall be taken as outlined on the sampling plan. There
are no licensing requirements for personnel obtaining water samples for
bacteriological testing. Water samples are normally obtained by the Municipality
but the Contractor is not precluded from taking the samples under the
supervision of the Contract Administrator.
A single failed bacteriological parameter will constitute a failure of that entire
sampling round and will necessitate the Contractor re-initiating Sampling Round
1 testing.
The Contractor may elect to re-sample (chlorine and bacteriological) or take other
corrective action to achieve two (2) consecutive rounds of acceptable
bacteriological results. Corrective action for a failed water sample during the 3rd
round (after the final connection has been made) will be addressed by the
Owner.
Laboratory Submissions
Bacteriological samples must be taken to an accredited laboratory for the
analysis required.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
135
Tender W-2017-4
The bacteriological samples for analysis shall be accompanied by fully completed
approved forms. Only samples submitted in bottles supplied by the laboratory
will be accepted.
The Owner will absorb analytical fees and cost of gathering samples for the initial
sampling rounds. At the discretion of the Owner and the Contract Administrator,
the Contractor will be responsible for fees related to additional samples submitted
due to failed results plus any costs associated with providing additional water.
Water samples for analysis will only be received Monday to Thursday 8:30am to
3:30pm. Special arrangements may be made for Friday submission from 8:30am
to 3:30pm but only with the prior approval of the laboratory and the Owner. The
Contractor may be responsible for any additional laboratory fees.
The laboratory can only release results to the Owner and will not discuss the
results with the Contract Administrator or Contractor. The results are generally
released to the Owner 26 to 28 hours after the water sample submission.
Custody Control
The Contract Administrator and/or the Owner shall witness all chlorine residual
and bacteriological sampling and all water samples shall stay under the control of
the Owner until the samples are delivered to the laboratory.
The laboratory results will be submitted to the Owner. All sampling results shall
be reviewed and approved by the Owner before the new water main can be
approved for connection to the existing water distribution system. The Owner will
contact the Contract Administrator who in turn will relay the information to the
Contractor.
Post Final Connection Bacteriological Testing
Contractors are advised that the Municipality has the authority to request a third
round of water samples for bacteriological analysis after the final connection has
been made to the existing water distribution system to confirm the continued
quality of the water within a period of two (2) working days. In the event that
adverse water samples occurs, the Municipality will direct the corrective actions
to be taken. The Contractor shall cooperate and participate fully in the corrective
actions at the Contractors expense.
In the event that the Contractor does not take appropriate measures to correct
adverse water samples and/or at the discretion of the Municipality, the new
system may be isolated from the municipal water system and the Contractor will
be required to provide two (2) consecutive rounds of chlorine and bacteriological
to the standards set out to commission the new water system.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
136
Tender W-2017-4
Measurement and Payment
Unless otherwise provided for in the Contract Documents, measurement and
payment for commissioning of the water system shall be considered to be
included within the unit price for water main installation.
7.9
CATHODIC PROTECTION
Scope
For PVC water main, 7.2 kg magnesium anode shall be attached to each valve
and gray or ductile iron fitting including bends, tees, sleeves, reducers, plugs,
caps, couplings.
For each Ductile Iron riser at the Otonobee River Bridge, one (1) 14.5 KG
Magnesium anode shall be provided.
Materials
All anode materials are to conform to the Peterborough Utilities Commission
“Approved Manufacturers’ Products for the Peterborough Water System”, as
appended to these special provisions.
Construction
Installation of Sacrificial Anodes
Anodes shall be installed complete as packaged. Anodes shall be installed
horizontally a minimum of 300 mm to the side of the fitting or valve and at a depth
of 300 mm below the fitting or valve. Anodes shall not be handled by their lead
wires.
Anodes shall be kept dry prior to installation.
Lead Wire Connections to Fittings on PVC Water mains:
•
•
Lead wires shall be wrapped around fitting and knotted. Sufficient slack
shall be left in the wires to prevent any stress on either the anode or the
wire-to-pipe connection during backfilling and subsequent soil
settlement.
The lead wires shall be connected to ductile iron or steel using the
thermite weld process as follows:
o Surface to be welded must be dry and shall be cleaned (70 mm
by 70 mm square) with a coarse file to a bright clean surface.
o Conductor to be welded shall be clean and dry.
o Scrape welder crucible to remove slag deposits.
o Insert conductor into mould.
o Mark conductor at outer edge of mould.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
137
Tender W-2017-4
o Insert in disc in bottom of crucible.
o Dump contents of cartridge box into the crucible and ensure that
no starting powder remains in the cartridge box.
o Close mould cover and check mark on conductor to ensure that
it is property positioned.
o Fire charge using a flint gun.
o Remove mould when the weld is a dull red colour.
o Knock off slag sprue with edge of file.
o Test metallurgical bond by striking weldment with file.
o Thermite weld and exposed metal surface shall be primed and
covered with a Royston Handy Cap mastic pad.
Lead Wire Connections to Valves on PVC water main:
•
•
•
Where the anode is attached directly to the valve body, install lead wire
to the body of the valve prior to installation of valve.
Install valve in specified location.
Attach anode to lead wire using wire of the same size, colour and
insulation. Splice the wires together with a compression connector
using a crimping tool approved by the connector’s manufacturer. Make
the splice waterproof by applying two layers of waterproof tape followed
by two layers of electrical tape.
Electrical Isolation
Extreme care shall be taken to ensure electrical isolation of the water main from
all service piping, interconnecting water mains, and foreign metallic structures.
Flange Insulation Kits
•
•
•
Flange insulation kits shall be used to ensure electrical isolation of the
water main for all service piping, interconnecting water mains, and
foreign metallic structures.
Flange insulation kits shall be Full Face style flange insulation sets with
polyethylene sleeves and phenolic washers Type “E” as manufactured
by Palmer Productions, Interprovincial Corrosion Control Company Ltd.
or approved equal.
The cost to supply and install flange insulation kits shall be included in
the unit cost bid for water main or appurtenances where it may apply.
No extra payment will be made for same.
Commissioning
Electrical isolation of the water main from all interconnecting water mains and
water service piping and casings shall be verified.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
138
Tender W-2017-4
Continuity testing shall be performed by the Contractor to verify bonding cable
installation and a report
A report shall be prepared by the Contractor and submitted to the Engineer for
review presenting the results of the above testing.
Measurement and Payment
Measurement and payment for cathodic protection shall be considered to be
included within the unit price for water main installation.
7.10 VALVES
Scope
Line valves shall be supplied and constructed in accordance with the
Peterborough Utilities Commission standards and Ontario Provincial Standard
Specification 441, and 407 except as modified below.
Materials
Gate Valves 450mm dia. and larger shall be provided with an integral bypass.
Where 450mm or larger valves are specified, contractor to submit shop drawings
of the proposed valves for review and approval.
All sizes of valves shall be supplied with a 50mm square operating nut opening
clockwise.
All line valves are to conform to the Peterborough Utilities Commission
“Approved Manufacturers’ Products for the Peterborough Water System”, as
appended to these special provisions.
All gate valves are to be installed within a precast concrete chamber as indicated
on the design drawings and per OPSS 407.
All line valves shall conform to the Peterborough Utilities Commission “Approved
Manufacturers’ Products for the Peterborough Water System”, as appended to
these special provisions.
All ductile iron pipes and fittings, within and outside the new valve chambers, are
to be completely wrapped in a petroleum tape system (Denso or approved
alternate).
Construction
Valves shall be installed at the locations shown on the contract drawings. Valves
and connecting pipes shall be aligned accurately and supported on concrete
blocks and restrained with mechanical restrainers as per specifications.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
139
Tender W-2017-4
A valve box shall be provided for every valve. The valve box is to be cast into the
cap of the valve chamber shall be centred and plumb over the operating nut of
the valve, with the box cover flush with the surface of the finished pavement or
such other level as may be directed.
Surface restoration shall be per the water main specification.
Measurement for Payment
Measurement for payment will be at the units indicated in the Form of Tender.
Basis for Payment
Payment at the contract price shall be full compensation for all labour, equipment
and materials to do the work.
Payment shall include supplying all material, performing all excavation,
dewatering, sheathing, shoring and disposal of excess material, supplying,
placing and compacting bedding, cover and backfill material; supplying and
installing valves and all other work to complete the work as specified.
The unit price for water valve installation shall include all costs for restoration as
detailed under the water main section.
Tracing wire, cathodic protection, and mechanical restraining devices shall be
included in the unit price for valves.
7.11 HYDRANTS
Scope
Hydrants shall be supplied and constructed in accordance with the Peterborough
Utilities Commission standards and Ontario Provincial Standard Specification
441, except as modified below.
Materials
See the Peterborough Utilities Commission “Approved Manufacturers’ Products
for the Peterborough Water System”, attached to these Special Provisions for a
list of approved manufactures.
Hydrants shall be flanged at the ground line with the bottom flange between 100
mm and 150 mm above the ground elevation. All bolts and nuts supplied for
flange connections and boot assembly shall be type 304 stainless steel. If an
extension is required to adjust the length of the barrel, it shall be placed between
the lower barrel and not the boot of the Hydrant.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
140
Tender W-2017-4
Hydrants shall be the self-draining type with a break off feature on the barrel and
rod and the base shall be mechanical joint. Hydrants shall open counter
clockwise (to the left) and have standard Province of Ontario hose threads and
operating nuts. Drain outlets shall be plugged at locations where groundwater
levels are above bottom of barrel, or at locations determined by the Engineer in
the field.
Each hydrant shall have 2 – 65 mm hose nozzles at 180 degrees and parallel to
the street and one 100 mm pumper nozzle. The pumper outlet configuration to
face the travelled portion of the street.
Hydrants shall be shop painted with a high gloss exterior paint over a quick dry
oxide primer, in accordance with the Owner’s approved paint colour coding.
Exterior Ductile Iron underground portion coated with bitumen or epoxy coated.
Hydrant shall be repainted after installation prior to substantial performance.
Refer to standard details in contract drawings for additional requirements.
Construction
Hydrants shall be installed in accordance to details shown on the contract
drawings.
Connecting pipes and fittings shall be aligned accurately and restrained with
mechanical restrainers as per specifications.
Hydrants shall be located in the field by the Engineer at the locations shown in
the drawings, to provide complete accessibility and minimize the possibility of
damage from vehicles or injury to pedestrians.
Depth of trenches for hydrants shall be 1.8 metres minimum and to suit the depth
of water main detailed on the drawings. Hydrants extensions shall be installed as
required.
Clean hydrants and repaint with 1 coat of high gloss exterior paint in accordance
to Owner’s approved colour coding prior to substantial performance.
Surface restoration shall be per the water main specification.
Measurement for Payment
Measurement shall be a count of the number of Hydrant Sets installed, including
mainline tee, isolation valve, valve box, bends, all joint restraints, and leads.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
141
Tender W-2017-4
Basis for Payment
Payment at the contract price shall be full compensation for all labour, equipment
and materials to supply an install a hydrant set complete, including a mainline
tee, hydrant lead, isolating valve, and joint restraints.
7.12 NEW 450MM TEE ON EXISTING 450MM CPP WATER MAIN
Scope
This work will be completed in accordance with OPSS 441, OPSS 407, and
AWWA 651.
The existing 450mm CPP water main adjacent to Nassau Mills Road is the only
water supply feed to Trent University. As such, the duration of the service
interruption necessary to install the 450mm Tee for the new water main extension
shall be minimized.
Submittals
The Contractor shall submit a detailed work plan and schedule for the installation
of the new tee on the existing 450mm water main to the Contract Administrator at
least three (3) weeks prior to commencing the installation. The work plan is to
include an anticipated timeline and duration of the required water main shut-down
as well as the sequential construction methodology for installing the new tee,
valve and chamber on the existing 450mm CPP water main.
The Contractor shall submit detailed working drawings drawings showing:
•
•
•
•
•
•
The CPP water main
Joint configuration and location on existing CPP pipeline
Gate valve details
Chamber details
Water main isolation plan
Detailed schedule demonstrating how work will be organized to
complete the tie in with a service interruption of 8hrs or less.
Materials
Isolation valve and chamber are to be as specified in SP41 - Valves.
Construction
Prior to ordering the required materials the contractor shall expose the existing
water main and record the location and configuration of the nearest joints for
manufacture of the required pipe sections and closure pieces.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
142
Tender W-2017-4
Upon approval of the work plan and shop drawings by the contract administrator.
The Contractor shall completely excavate the existing water main at the tie in
point and install the precast chamber base slab.
All proposed pipes are to be pre-assembled on the surface prior to requesting the
water shut-off, and will be subject to inspection by the engineer before shut down
of the main will be scheduled.
Surface restoration shall be per the water main specification.
Basis for Payment
Payment at the unit price shall be full compensation for all labour, equipment and
materials to supply an install the new 450mm tee on the existing 450mm CPP
water main, and shall include the new pre-cast chamber (inc. all components),
450mm isolating valve, temporary bulkhead, backfill and restoration.
7.13 CONNECTION TO EXISTING WATER MAIN
Scope
This work will be completed in accordance with OPSS 441, OPSS 407, and
AWWA 651.
Materials
The Contractor shall provide all necessary fittings, bends, tracer wire and
cathodic protection to make the final connection. All joints are to be mechanically
restrained.
Construction
Expose the existing water main in the location of the connection and
After the pressure, leakage, chlorine residual and bacteriological tests have
passed; the Contractor shall obtain written approval from the Town to make the
final water main connection to the existing water main distribution system.
The local operating authority shall be contacted two (2) full working days prior to
the final connection to determine if any special measures must be taken and/or
an appropriately licensed operating authority employee is required to oversee the
works. The Contractor will be liable for all costs for call outs of Municipal staff if
the Contractor fails to notify the Municipality that the connection will not take
place.
The Engineer shall be present to witness the entire final connection process of
the new water main to the existing water distribution systems.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
143
Tender W-2017-4
Water mains shall be cut back to remove all temporary taps. The Contractor
shall disinfect the connection water main as outlined below and shall, using all
means possible, dewater the water mains and trench in a controlled manner to
not allow backflow into the water mains.
The Engineer may require the Contractor to flush water through a nearby fire
hydrant to remove water with elevated chlorine residual.
If trench water, dirt or debris has entered the water main during the final
connection the water main shall be aggressively flushed and additional
bacteriological samples shall be taken as directed by the Engineer and/or the
Municipality. The Municipality reserves the right to request the above steps be
taken regardless.
The Town may request the Contractor to submit written procedures for
completing the final connection, including the method of dewatering to ensure the
existing or new water system is not contaminated.
Connections Equal To Or Less Than One Pipe Length
For a final connection length equal to or less than one pipe length, the new
piping, fittings and valves required for the connection shall be spray-disinfected
and swabbed with a minimum 1% and maximum 5% solution of chlorine just prior
to being installed. The Contractor shall ensure that the workers undertaking the
disinfection process thoroughly wash their hands with soap and use hygienic
practices.
Connections Greater Than One Pipe Length
In the event that the final connection point of the new water main to the existing
water main distribution system is in a location that requires a connection length
greater than one pipe length the new piping, fittings and valves required for the
connection shall be assembled aboveground, disinfected and tested in
accordance with AWWA 651. The connection piping shall satisfy the chlorine
residual and bacteriological requirements outlined for new water mains.
The pre-assembled water main connection shall be drip tight. Only after
satisfactory chlorine residual and bacteriological results have been achieved,
shall the pre-assembled connection be installed. The pre-assembled water main
shall be maintained under pressure from the start of chlorine residual and
bacteriological testing protocol until just prior to the installation. All caps shall be
kept in place during the installation procedure until immediately prior to making
the connection.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
144
Tender W-2017-4
The Contractor shall not hand disinfect one pipe length at a time to circumvent
the requirements to preassemble connection piping over one pipe length
aboveground.
Should the Contractor find it necessary to deviate from the protocol as outlined in
AWWA 651 and above, the Contractor shall submit a Connection Plan to the
Municipality for review and approval. The Contractor shall allow two weeks for
review.
Conductivity Test
Connections to existing water mains will require reconnection of tracer wire
complete with cathodic protection.
The Contractor shall demonstrate the integrity of the underground tracer wire by
applying a conductivity signal and confirming the signal correlation on all water
mains and services. The Engineer must witness the conductivity test(s).
The intent of this test is to confirm that the tracer wire has been installed on all
non-metallic water mains and services as specified. Specifically, the test shall
demonstrate the integrity and continuity of the tracer wire on all water mains and
services.
A continuity signal shall be applied to the tracer wire and the signal confirmed
over the entire length of all tracer wire installed. The signal shall be detectable for
a distance of at least 300 m from either side of the signal connection point. At no
time shall there be a break in the continuity of the tracer wire.
The Contractor shall demonstrate that the tracer wire in chambers can be
accessed from finished grade and that the signal is detectable on the water main
outside the chamber.
Acceptable means of undertaking the conductivity test include using traditional
locating techniques and/or determining if a low voltage electrical current travels
from the connection point to the test points.
Basis for Payment
Payment shall be lump sum for each connection location identified in the Form of
Tender. No separate payment will made for weekend or night work.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
145
Tender W-2017-4
7.14 CLEARING AND GRUBBING
Scope
All clearing and grubbing required to facilitate installation of pipeline and
associated appurtenances and construct the roadway shall conform to OPSS 201
and OPSS 801.
Where trees are located within easements on private lands, consult with owner of
lands as to whether the owner requires the wood to be salvaged.
Salvage all wood if requested by property owner by cutting up wood in lengths
not exceeding 1.2 m and pile along edge of easement.
Removals
All debris and any salvaged wood not required by owner including branches,
stumps, etc., shall be disposed off-site by the Contractor at approved disposal
locations.
Measurement for Payment
Payment for clearing, grubbing and removals shall be paid by lump sum.
Basis for Payment
Payment shall be made on a pro-rata basis based on a per month basis as the
clearing and grubbing is completed.
7.15 CHAIN LINK FENCE
Scope
Chain link fence shall 18.m hot dipped galvanized fence be per OPSS 772.
Access gates are to be single swing gates per OPSD 972.102 as indicated on the
contract drawings.
Measurement for Payment
Measurement for payment for chain like fence shall be made in linear as
measured in the field.
Measurement for payment for access gates shall be made on a per unit basis.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
146
Tender W-2017-4
Basis for Payment
Payment for this item at the unit bid price shall be compensation in full for all
labour, material and equipment necessary to complete the excavation and
disposal of bedrock as directed by the Engineer.
7.16 REMOVE AND DISPOSE OF EXISTING BEDROCK
Scope
For the unit bid price, the Contractor shall excavate rock to the required elevation
as deemed necessary by the Engineer, where the existing rock interferes with the
installation of any of the underground works contained in this contract, as per
OPSS 515.
This item is considered “Provisional” and execution shall only occur with written
instruction from the Engineer. Measurement for payment shall be made in cubic
meters of bedrock removed as approximated from the resulting excavation, from
the grade where bedrock was encountered to the required excavation elevation.
Measurement for Payment
Measurement for payment shall be made in cubic meters as measured based on
the water main trench dimensions in the field.
Basis for Payment
Payment for this item at the unit bid price shall be compensation in full for all
labour, material and equipment necessary to complete the excavation and
disposal of bedrock as directed by the Engineer.
7.17 SEDIMENT CONTROLS
The requirements of OPSS 805 shall apply except as modified herein.
These items shall include all work required to install, maintain, relocate and
remove silt controls as well as to restore the surrounding lands after removal of
these controls. The silt fence locations, and locations for staked straw bales, as
shown on the Drawings, shall be considered as a guide only and should be
viewed as an absolute minimum requirement.
Materials
Geotextile fabric shall be Class II, non-woven polyester conforming to OPSS
1860 requirement.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
147
Tender W-2017-4
Construction
The silt fences and Straw bales shall be constructed according to the drawings
and with the approval of the Contract Administrator.
Sediment controls shall be inspected daily and maintained until all exposed areas
have been stabilized in order to prevent silt from leaving the site or entering a
watercourse or water body.
The geotextile fabric shall be maintained in an upright and secure condition such
that the siltation control remains fully functional for the duration of the contract.
The Contractor shall remove and dispose of accumulated sediment. Sediment
that is accumulated shall be removed in a manner that avoids escape to the
downstream side of the silt fence. Sediment shall be removed to the level of
existing grade at the time of the control measure installation.
Surface restoration shall not be undertaken as a final project task but shall be
initiated as soon as backfilling and grading activities have been completed,
except as otherwise approved by the Contract Administrator.
Upon completion of the work, sediment shall be removed and disposed of offsite. Fencing shall then be removed where directed by the Contract
Administrator. Where the Contract Administrator directs the Contractor to leave
the siltation fence in place, the fence shall become the property of the City and
the City shall be responsible for maintenance and its subsequent removal beyond
the completion date.
Measurement for Payment
Measurement for payment shall be made in units shown in the form of tender.
Payment shall be made as follows:
• 50% for supply and installation
• 25% for maintenance and relocation (as required)
• 25% for removal
Where the Contractor is directed to leave the fence in place, payment shall be
made for supply and installation of fence and for cleaning and maintenance
during construction at the above percentages.
Basis for Payment
Payment at the contract price shall be full compensation for all labour, equipment
and materials necessary for the installation, maintenance, relocation and removal
of silt fence and sediment control measures.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
148
Tender W-2017-4
Staked Straw bales (at the direction of the Contract Administrator).
7.18 REPAIR UNMARKED STORM DRAINS
Scope
For the unit bid price the Contractor shall repair and extend all unmarked storm
drains encountered during construction. Unmarked drains are to be repaired per
OPSD 1006.02. Pipe embedment shall be completed using Granular ‘A’ material
as per OPSS 1010. The Contractor shall use SDR 28 PVC pipe material for the
unmarked drains as per OPSS 1841.
In order to be considered an unmarked service, the service location must either
be absent from the contract drawings or be shown in a location that differs from
the encountered location by more than 3.0m. Limits of the repairs/extensions are
to be determined in the field by the Contract Administrator. Payment at the unit
price shall include the removal and disposal of the damaged portion of the
service.
Any damaged services that are shown on the drawings or identified by the
Peterborough Utilities Commission prior to construction shall be repaired to the
satisfaction of the Contract Administrator at no extra cost to the contract.
Measurement for Payment
Measurement for Payment for this item shall be made in actual meters of pipe
installed as measured in the field as measured along the surface.
Basis for Payment
Payment at the contract price shall be full compensation for all labour, equipment
and materials to repair the unmarked damaged services.
7.19 DECOMISSION EXISTING MONITORING WELL
Scope
For the unit bid price the Contractor shall remove and decommission the existing
monitoring well installed within borehole # 1. All work shall be completed by the
holder of a well contractor licensed in accordance with O.Reg. 903. Prior to
decommissioning the monitoring well the contractor is to remove all equipment
from within the well and return it to the Engineer.
Measurement for Payment
Measurement for payment shall be by each individual monitoring well requiring
abandoning/decommissioning.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
149
Tender W-2017-4
Basis for Payment
Payment at the contract price shall be full compensation for all labour, equipment
and materials to completely abandon the existing monitoring well as detailed in
O.Reg. 903.
7.20 AMENDMENTS TO OPSS
OPSS 401 (April 1999) “Trenching, Backfilling and Compacting”
Delete first sentence of Clause 401.05.01 “Embedment Material” and insert the
following sentence:
“Embedment material shall be Granular ‘A’ conforming to OPSS 1010,
modified to restrict the maximum stone size to 19 mm.”
Delete first sentence of Clause 401.05.02 “Bedding Material’ and insert the
following sentence:
“Bedding material shall be Granular ‘A’ conforming to OPSS 1010, modified
to restrict the maximum stone size to 19 mm.”
Delete first sentence of Clause 401.05.03 “Cover Material’ and insert the
following sentence:
“Cover material shall be Granular ‘A’ conforming to OPSS 1010, modified to
restrict the maximum stone size to 19 mm.”
OPSS 441 (November 2010) “Water main Installation In Open Cut”
Add the following sentence to Clause 441.07.13 “Backfilling and Compacting”.
“Where there is a shortage of suitable native material for backfill, the
Contractor shall be responsible for importing suitable backfill at no
additional cost to the contract.”
In Clause 441.07.14 “Installation of Pipes”, delete the third paragraph and insert
the following paragraph.
“When the Owner raises or lowers the invert of a water main by up to 0.3
m, it will not constitute a Change in the Work and no adjustment will be
made to the payment. When the Owner adjusts the horizontal alignment
of a water main by up to 1.0 m away from the travelled portion of any
roadway, it will not constitute a Change in the Work and no adjustment will
be made to the payment.”
In Clause 441.10 “Basis of Payment” add the following sentence to 441.10.01.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
150
Tender W-2017-4
“No extra payment shall be made for water purchased by Contractor for
swabbing, testing, flushing, disinfecting or filling the water main.”
OPSS 491 (November 2009) “Preservation, Protection and Reconstruction
of Existing Facilities”
In Clause 491.07.03 “Existing Services and Structures”, add the following
paragraphs:
“When backfilling the trench under existing services, the Contractor shall
use controlled density fill as per OPSS 1359 and as specified below,
unless approved otherwise by the Engineer.
Extend the controlled density fill from the top of the pipe cover to the
underside of the utility being supported in all instances where there is
separation between the top of the pipe and the underside of the utility.
The controlled density fill shall in all instances be placed across the entire
width of the vertical wall section of the pipe trench and shall extend a
minimum of 150 mm on each side of the utility being supported measured
along the length of the pipe trench. Wrap the existing utility with a
polyethylene bond breaker.”
7.21 AMENDMENTS TO OPSD
OPSD 802.010 (November 2010), “Flexible Pipe Embedment and Backfill
Earth Excavation”.
Embedment material to be Granular ‘A’, maximum stone size 19 mm, compacted
to 95% S.P.D.
OPSD 802.014 (November 2010), “Flexible Pipe Embedment in Embankment
Original Ground: Earth or Rock”.
Embedment material to be Granular ‘A’, maximum stone size 19 mm, compacted
to 95% S.P.D.
OPSD 802.030 (November 2010), “Rigid Pipe Bedding, Cover and Backfill,
Type 1 or 2 Soil- Earth Excavation’.
Bedding material to be Granular ‘A’, maximum stone size 19 mm, compacted to
95% S.P.D.
Cover material to be natural sand (Granular ‘B’ Type I with 100% passing the
4.75 mm sieve), compacted to 95% S.P.D.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
151
Tender W-2017-4
OPSD 802.031 (November 2010), “Rigid Pipe Bedding, Cover and Backfill,
Type 3 Soil-Earth Excavation”.
Bedding material to be Granular ‘A’, maximum stone size 19 mm, compacted to
95% S.P.D.
Cover material to be natural sand (Granular ‘B’ Type I with 100% passing the
4.75 mm sieve), compacted to 95% S.P.D.
OPSD 802.032 (November 2010), “Rigid Pipe Bedding, Cover and Backfill,
Type 4 Soil-Earth Excavation”.
Bedding material to be Granular ‘A’, maximum stone size 19 mm, compacted to
95% S.P.D.
Cover material to be natural sand (Granular ‘B’ Type I with 100% passing the
4.75 mm sieve), compacted to 95% S.P.D.
OPSD 802.034 (November 2010), “Rigid Pipe Bedding and Cover in
Embankment Original Ground: Earth or Rock”.
Bedding material to be Granular ‘A’, maximum stone size 19 mm, compacted to
95% S.P.D.
Cover material to be natural sand (Granular ‘B’ Type I with 100% passing the
4.75 mm sieve), compacted to 95% S.P.D.
OPSD 1105.010 (November 2006), “Hydrant Installation”.
Add note: “All joints between water main and hydrant to be restrained using
approved mechanical joint restraint devices.”
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
152
Tender W-2017-4
8.0 APPROVED MANUFACTURERS’ PRODUCTS FOR THE
PETERBOROUGH WATER SYSTEM
SPECIFICATIONS
MANUFACTURER/MODEL
STANDARDS – GENERAL
The materials used in all structures shall comply with the requirements of the Building
by-laws of the City of Peterborough and the National Building Code of Canada, except
where a higher standard is specified herein.
Materials and products used in Commission contracts must meet the most current
version of NSF/ANSI Standard 61, “Drinking Water System Components – Health
Effects”. NSF/ANSI Standard 61 products are to have been manufactured after July 1,
2012 and be ‘lead-free’ as defined by the Standard (≤5ppb leached; ≤0.25% by weight).
ACCESS VAULT LEAK PROTECTION
Manhole Seal
• CCI Pipeline Systems – Wrapid Seal
Manhole Encapsulation System
(engineered primer and wrap around
heat-shrinkable sleeve)
ANODES
Magnesium:
Alloy as per ASTM B107, 1961 M-1c or equal B84313
7.2 kg (300mm+ long)(125x750 mm container) (for
fittings, valves, hydrants)
14.5 kg (560mm+long) (200x700mm container) (for
DI & CI mains)
Anode Composition: Backfill wt > alloy wt x 1.75 &
having elect. Resistivity <45 ohm-cm wet; backfill
composition: gypsum 75-77%, NaSO4 5-8%,
Bentonite 15-20%; c/w min. 1.8m of #10/7 strand
AWG copper c/w orange TWH insul’n
Zinc (for copper services):
5.4 kg zinc alloy casting ASTM B418-12 Type II or
equal alloy; min. 610mm+ long) (200 x 700mm+
container)
Anode Composition: Contained in cardboard
container; backfill having elect. Resistivity <45 ohmcm wet; backfill composition: gypsum 75-77%,
NaSO4 5-8%, Bentonite 15-20%;
c/w min. 1.8m of #10/7 strand AWG copper c/w
orange TWH insul’n
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
• ICCC (Interprovincial Corrosion
Control) - MaxMag HP model
32D5GG
• CorrPro Canada Inc. - Model BC-813220 (32 lb, 14.5 kg)
• Bren Technologies Inc. – MA-5, MA9, MA-17, MA-32
• ICCC - 12S1-4ZP
• Exothermal Industries Inc. ANZ12.01, ANZ05.01, ANZ06.01,
ANZ14.01
• Maple Agencies – ANM05.01,
ANM09.01, ANM17.01, ANM32.01
• Bren Technologies Inc. – ZA-6, ZA12, ZA-24
PETERBOROUGH UTILITIES COMMISSION
153
SPECIFICATIONS
Anode Bonding Cables:
#1/0 AWG, 19 strand copper TW insul. Cable; min.
length 450mm
Fabricated using Erico Products Inc. #CAS05F
copper sleeve & a #CAD-05 hammer die or equal.
Anode Service Clamps:
Brass, designated for direct bury, c/w brass screws
Anode Test Stations:
100mm x 1.5m UV stabilized polyethylene pipe;
3 nickel-plated brass terminals + 2 nickel plated
copper bond straps; stainless steel locking devices
Tender W-2017-4
MANUFACTURER/MODEL
• North Flex (welding cable) – E91935
600 Volt
• Thomas & Bett - Cat.# JD
• Iberville Mfg. (Emco Supply) #3110-U
• Illsco of Canada Ltd - BGC-1DB
• Cott Manufacturing Co. (for station
head) - “Flush Fink” test station
head; blue cap
BACKFLOW PREVENTION DEVICES
Reduced Pressure Zone (PRZ) assemblies – for use
on the temporary water main connection to hydrants,
chlorination & bacteriological test point bypass (PUC
plan A3004), and on water trucks. Note that a
manufacturer’s equivalent or better unit to those
models specified herein will be considered.
Double Check Valve Assembly units – for use on
temporary bleeder lines and may be considered for
use on temporary water main connections to
hydrants in specific locations if approved by PUC.
• Apollo/Conbraco Model RP4A
• Watts Model 009
• Zurn Wilkins Model 375 or Model
975XL
• Apollo/Conbraco Model DC4A
• Watts Model 007 ½” - 2”
• Zurn/Wilkins Model 350 or Model
950XL
BACKWATER VALVES
For use on discharge pipes to sewers at flush
stations, air valve chambers, etc.
CSA/CAN or approved equal.
• Canplas backwater valves
• Royal backwater valves
CASING SPACERS
#304 stainless steel Type
Injection molded high-density polyethylene Type
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
• CCI Pipeline Systems model
CSPB12-2.50-EXT-2.00 (for 12”
spacers)
PETERBOROUGH UTILITIES COMMISSION
154
SPECIFICATIONS
Tender W-2017-4
MANUFACTURER/MODEL
CORPORATION MAIN STOPS
AWWA C800-14 or latest revision; open left; tracer
wire (TW) terminals where required.
Q = Quick Joint
TW = Tracer Wire
Lead content of materials in contact with drinking
water must meet latest NSF/ANSI Standard 61 of
≤0.25% by weight.
• Mueller 300 – B25008 N – Cc x 110
Comp.
• Cambridge Brass – 301 NL, AWWA
x CB Comp
• Ford – FB1000 – # – NL; AWWA x
QJ
• Mueller H15008N
• ≥50 mm Mueller H9968
CORROSION PROTECTION
• Denso – Prevention & Sealing
products – paste, molding
compound, tape
• Sterling Varnish - Black Mastic
COUPLINGS
Bolted couplings for 100 – 600mm WM
Two (2) Bolt Coupling System 100 – 300 mm
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
•
•
•
•
•
•
•
•
Smith-Blair – Type 441
Robar – Style 1507
Viking Johnson - MaxiFit
Ford – Ultra-flex FC2W
Powerseal 3501, 3506
Straub Grip, Metal Grip
Straub Flex
Smith-Blair – 421 top bolt
PETERBOROUGH UTILITIES COMMISSION
155
SPECIFICATIONS
Tender W-2017-4
MANUFACTURER/MODEL
CURB STOPS
AWWA C800-14 or latest revision; O-ring seals; left
open; tracer wire (TW) terminals where required.
Lead content of materials in contact with drinking
water must meet latest NSF/ANSI Standard 61 of
≤0.25% by weight.
• Mueller 300 – B25209N – 110 Comp
x 110 Comp
• Mueller Oriseal H15209N
• Cambridge Brass 202NL - CB
comp.x CB comp
• Ford (with Quick Joint) - B44-###-Q
or B44-###-TW-Q - NL
FITTINGS
Ductile:
ANSI/AWWA C153/A21.53-06, C111/A21.11-12 &
C104/A21.4-13
Cement-lined; MJ ends
PVC:
ANSI/AWWA C907-12, CSA B137.2, & NSF61;
injection molded
•
•
•
•
Star
Bibby
Sigma
RCT Flex Tite (new installations
only)
• IPEX – Blue Brute
• Harco
FLANGES
Adaptor Flange
• Clow - Series 90S/90C – joins plain
end PVC or DIC to equipment,
valves, etc that are flanged (Not a
restraint device!)
• UNI-Flange
• EBAA Iron
GRANULAR
Granular A:
Crushed rock composed of hard, uncoated, fractured
fragments graded to MTO Gran. A
Granular B:
Select pit-run granular, not requiring crushing; clean,
hard, durable uncoated particles – MTO Gran. B
Modified Granular B Type 1:
Crushed rock composed of hard, uncoated, fractured
fragments graded to COP Modified Granular B Type
1 designation. Max size <57mm
Sand:
Screened or pitrun sand of clean, hard, durable ,
uncoated particles (100% pass 6.7mm sieve, max.
5% retained on 75micrometer sieve
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
To be approved prior to construction.
To be approved prior to construction.
To be approved prior to construction.
To be approved prior to construction.
PETERBOROUGH UTILITIES COMMISSION
156
SPECIFICATIONS
Crushed Stone:
19mm or 50mm open graded crushed clear stone of
sound, clean, durable limestone fragments
Select Backfill:
Select native material free of deleterious matter and
rock pieces that will not pass 200mm dia. Ring;
suitable moisture content
Unshrinkable Backfill:
Standard 28-day with max strength of 0.4 MPA –
OPSS 1359
Thrust Block Concrete:
From an approved Ready Mix Operation; 28-day
comp. strength of 20Mpa
Pipe Bedding Concrete:
From an approved Ready Mix Operation; 28-day
comp. strength of 15Mpa
Engineered Fill:
Must meet OPSS1010 and PUC’s written approval
Tender W-2017-4
MANUFACTURER/MODEL
To be approved prior to construction.
To be approved prior to construction.
To be approved prior to construction.
To be approved prior to construction.
To be approved prior to construction.
To be approved prior to construction.
HYDRANTS
Peterborough
ANSI/AWWA C502-14; 114mm main valve size; two pc
barrel c/w 2 – 63.5mm nozzles @ 90 deg. (Ptbo.
Pattern) & 100mm pumper nozzle; open left; yellow
Lakefield
ANSI/AWWA C502-14; 114mm valve size; two pc barrel
c/w 2 - 63.5mm nozzles @ 180 deg. & 114mm pumper
nozzle; open left; yellow
• Mueller Canada Valve – Century
4.5in175psi 2H90 12B43B 1L MJ Y
(Peterborough Pattern)
• Mueller Canada Valve – Century
4.5in175psi 2H180 12B43B 1L MJ Y
INFLOW PREVENTION
Water security item
NSF61 Epoxy coating in & out; 316 SS float checks
Size – 1, 2, 3, 4, 6 & 8”
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
• Val-Matic Flood Safe Inflow
Preventer (used on vault installed air
valves & reservoir vents) – Model
SPK-130X where X = size
PETERBOROUGH UTILITIES COMMISSION
157
SPECIFICATIONS
Tender W-2017-4
MANUFACTURER/MODEL
JOINT RESTRAINTS
Restraints for DI Pipe
JRs can be tie rods, restrained harness and/or
mechanical joint retainer gland rings
•
•
•
•
•
•
•
•
Ford Uni-flange Series 1300 & 1390
EBAA Iron 1100 Megalug Series
Star 9000C, 9100C
Ford Uni-flange – Series 1400
EBAA Iron – 1000 Series
Sigma One-Lok
Stargrip 3000
Tyler – MJ Field Lok kit
(gasket/gland/nuts & bolts)
• Tyler Union – TufGrip TGD
Restraints for PVC Pipe
JRs can be tie rods, restrained harness and/or
mechanical joint retainer gland rings
• Ford Uni-flange Series 1300, 1350 &
1360
• EBAA Iron Series 1500, 2500 &
6500
• Sigma PV-Lok
• Star Model 1100G2
• Uni-flange – Series 1500
• EBAA Iron – 2000 Series
• Sigma One-Lok
• Stargrip 4000/4000 G2
• Tyler Union – TufGrip TGP
• Clow – Series 300/350/360/390
PVCO Mechanical Joint Restraints
• Stargrip 4000/4000 G2
• Star 1000G2, 1100G2, 1200G2
PIPE INSULATION
Urethane Half Shell Pipe Insulation Systems
• Urecon UIP kits; nominal 50mm
thick rigid polyurethane foam;
0.305mm (12 mil) PE hand-roll tape
jacket spirally applied with a 50%
overlap
PIPE - MAINS
150mm to 300mm:
Ductile DIC – Class 52, ANSI/AWWA C150/A21.50-14,
C151/A21.51-09, c111/A21.11-12
Cement – C104/A21.4-13
Slip-on Tyton joint; poly wrapped ANSI/AWWA C105/A21.5-10;
min. 8mil
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
•
Canada Pipe Co.
Exposed metal surfaces not wrapped to be
coated with 2 coats corrosion resistant
mastic (Sterling Varnish #1756 Black Mastic)
or wrapped in Denso Tape T-1.
PETERBOROUGH UTILITIES COMMISSION
158
SPECIFICATIONS
Tender W-2017-4
MANUFACTURER/MODEL
PVC – Class 150 (DR18):
ANSI/AWWA C900-07 (CSA B137.3M)
Bell & spigot slip on joint
ASTM D3139 rubber rings
Blue and marked
•
•
•
•
•
Oriented PVC - ANSI/AWWA C909, ASTM F1483 biaxially
• IPEX – Bionax PVCO
IPEX – Blue Brute
Royal
Rehau
Diamond Plastics
National Pipe
oriented PVC pipe CIOD 100mm – 300mm
Use approved restraints for C909 PVC pipe
Fusible PVC Pipe for Trenchless Applications
100mm to 900mm (CIOD); CSA B137.3; AWWA
C900 &C905; NSF-61; ASTM cell class 12454
• IPEX Inc. – Fusible Brute -Available
in 12.2m lengths; DR 14 (305psi),
DR 18 (235psi) acceptable although
lower pressure classes available
(25, 32.5, 41)
HDPE trenchless applications
CPP - Concrete Pressure Pipe (for >300 mm
diameter pipe)
• To be approved by PUC prior to use
• Hanson CPP unless approved
otherwise by engineer
PVC PIPE C/W INTEGRAL JOINT RESTRAINT “RESTRICTED USE”
PVC C900 pipe w. coupling and locking splines; 100
– 300mm
• Royal Pipe Systems – Cobra Lock
Pipe System - Class 150 (DR18)
and Class 200 (DR14) “Use
permitted by PUSI Approval only”
• Royal Pipe complete with Bulldog
integral joint restrained system
PIPE - SERVICES
Insulated Pipe – Services
50 mm or less, poly tubing
• Rehau Municipex PI Water Service
Tubing Approved in Principle, Use
permitted by PUSI approval only on
a case by case basis.
50mm or less: Type K soft copper
Soft copper tubing annealed, min. pressure rating
1035; ASTM B88 – Meets water main specs
>50mm: DIC or PVC as per “mains”.
Poly Tubing: 50mm or less – subject to approval on a
case by case basis; not to be used with ex. copper
services
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
• Rehau Municipex Service Tube
(19mm - 261056; 25mm – 261076)
PETERBOROUGH UTILITIES COMMISSION
159
SPECIFICATIONS
Tender W-2017-4
MANUFACTURER/MODEL
REPAIR CLAMPS (Operations Only)
Bell joint repair clamp for DI, CI, AC pipe
• Powerseal – Model 3232
Circle repair clamps
• Straub Clamp (stainless steel)
• Powerseal – Models 3121, 3122,
3123, 3131
SERVICE BOXES
Steel boxes 1500x1800mm long; 875mm operating
rod
•
•
•
•
•
Mueller – A-726
Clow
Bibby
Sigma - CBA160 or cb-196
Mueller – A-753 for 38 & 50 mm, no
operator rod
• Star Pipe – Model SB#8DI
SERVICE FITTINGS
50 mm or less: brass c/w compression type joints
>50 mm service - meets water main specs
AWWA C800-14 or latest revision.
Lead content of material in contact with drinking
water must meet latest NSF/ANSI Standard 61 of
≤0.25% by weight.
SERVICE SADDLES
Mandatory for use on PVC pipe; stainless steel band;
double bolt; SS nuts & bolts and non-corrosive
washer
• Teck – Cambridge Brass Series
8403
• Ford – Model FS303
• Robar – Model 2616
• Robar – Model 2706 (for air valve
applications)
• Powerseal – Model 3412AS
• Smith-Blair – Model 375
TAPPING SLEEVES
Two piece; recessed flat face flange on outlet half;
mechanical joint outlet also acceptable.
• Smith-Blair – Type 622
• Mueller – Type H304MJ
• Ford – Complete with MJ Outlet;
FTSS or FTSC (SS or carbon steel)
• Power – 3460 CS MJ
TRACER WIRE (FOR PLASTIC PIPE)
#14 (min.) AWG solid copper TWU c/w plastic coat
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
• Copperhead High Strength1230BHS, blue coating
PETERBOROUGH UTILITIES COMMISSION
160
SPECIFICATIONS
Tender W-2017-4
MANUFACTURER/MODEL
TRACER WIRE CONNECTORS
#6 AWG type; Marr-type, brass split bolt; or soldered
and wrapped with insulating tape
Slice Service Lines w/o cutting main line: for low
voltage tracers < 50V
•
•
•
•
Marr
Dryconn - #10666
Thomas & Betts – 6AWG-6H3
King Innovation – DryConn
Waterproof Direct Bury Lug;
waterproof, corrosion proof; #14 to
#10 AWG wire range; silicone filled
• Copperhead Snakebite Connectors
LSC 1230
TRACER WIRE TEST STATIONS
Insulated direct connect point for attach of locate
transmitter that attaches easily to the tracer wire
• Copperhead Snake Pit Magnetized
Test Station LDXL36B TP Lite Duty
Box; Blue colour coded
UNIONS
Compression type; min. press. rating 1035kPa;
AWWA C-800-14
Lead content of materials in contact with drinking
water must meet latest NSF/ANSI Standard 61 of
≤0.25% by weight.
• Mueller – H-15403 c/w bottom ridge
• Cambridge Brass – CB x CB series
118
• Ford – “Quick Joint”
VALVES
Air Valves:
Air release, vacuum, combination valves: ASTM A126 Class B & ANSI/AWWA C512-07; use up to
150psi
•
•
•
•
•
•
Butterfly Valves:
ANSI/AWWAC504-94;
Peterborough - open right (clockwise)
Lakefield – open left (counterclockwise)
•
•
•
•
•
Gate Valves:
ANSI/AWWA C509-09; or ANSI/AWWA C515; latest
versions; Peterborough - open right (clockwise)
Lakefield – open left (counterclockwise)
•
•
•
•
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
APCO
Empire
Valmatic
ARI (50mm or less) – D-040-C ARI
Combination
ARI (>50mm) – D-060-C HF ARI
Comb’n
Vent-O-Mat – Series RBX Antishock
Mueller
Clow
Pratt
Valmatic
VSI Series BFII (BFII(XX)(M)DDSES-PS2 wh. XX=dia; M = Mech
Jt)
Mueller model 2361
Clow
J&S Valves Mod. 6900
VSI Series GV1 (GVI(XX)(M)NDDSE-PS1 wh. XX=dia; M = Mech
Jt)
PETERBOROUGH UTILITIES COMMISSION
161
SPECIFICATIONS
Tender W-2017-4
MANUFACTURER/MODEL
VALVE BOXES
Cast iron c/w inside screw config., 130mm dia. Shaft
with No. 6 base
Valve box aligner
• Bibby complete with VB 825 cover
• Star
• Powerseal Model 5000
VALVE CHAMBERS
Concrete chambers as per OPSD 701; sized as per dwgs B1682 & B-1810;
• Brooklin Concrete
• Oaks
VALVE CHAMBER FRAME & COVER
Closed cover frame & grate Type A – OPSD 401.01;
frost protection
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
•
•
•
•
Sigma – Model 401.01
Bibby
Mueller
McCoy
PETERBOROUGH UTILITIES COMMISSION
162
Tender W-2017-4
9.0 DEFINITIONS AND ABBREVIATIONS
9.1
DEFINITIONS
The following definitions shall apply to this Contract:
Owner/ Commission: means the Peterborough Utilities Commission.
Corporation: means the Corporation of the City of Peterborough.
Engineer: means the person or persons at the time filling the office of Engineer
for the Commission or any person delegated by the Engineer to act on the
Engineer’s behalf.
Contract: means the executed Agreement between the Commission and the
Contractor, the Tender, General Conditions of Contract, Supplementary General
Conditions of Contract, Standard Specifications, Special Provisions, Contract
Drawings, addenda incorporated before the execution of the Agreement and all
other documents referred to or connected with the said Agreement.
Contract/Project Administrator: means the person or persons working on behalf
of the Engineer to administer the progress of the project.
Constructor/Contractor: means the person or persons who have undertaken to
carry out this Contract as identified in the Agreement.
Inspector: means an inspector for the Commission, acting under the direction of
the Engineer.
Plans or Drawings: all plans, profiles, drawings, sketches or copies thereof
exhibited, used or prepared for or in connection with the work embraced under
the Contract.
Plant: every temporary or accessory necessary or required to carry on and
complete the work and extra work, in the time and manner herein provided.
Work or Works: (unless the context requires a different meaning) the whole of the
works, materials, matters and things required to be done or supplied, mentioned
or referred to in the Form of Tender, General Conditions, Specifications, Plans,
Profiles, and Drawings, including all extra or additional work or material, matters
or things which may be ordered by the Engineer, as herein provided.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
163
Tender W-2017-4
Working Day: means any day:
a) except Saturdays, Sundays, and statutory holidays.
b) except a Day as determined by the Contract Administrator on which the
Contractor is prevented by inclement weather or conditions resulting
immediately therefrom, from proceeding with a Controlling Operation.
For the purposes of this definition, this will be a Day during which the
Contractor cannot proceed with at least 60% of the normal labour and
equipment force effectively engaged on the Controlling Operation for at
least 5 hours.
c) Except a Day on which the Contractor is prevented from proceeding with
the Controlling Operation, as determined by the Contract Administrator
for reason of:
•
Any breach of Contract or prevention by the Owner, by any other
Contractor of the Owner or by any employee of any one of them,
Non-delivery of Owner supplied materials,
Any cause beyond the reasonable control of the Contractor which
can be substantiated by the Contractor to the satisfaction of the
Contract Administrator.
•
•
The words "shall", "may", "herein", "person", "writing" or "written", "surety", and
"security", and words used in the singular number or the masculine gender, shall
have the meaning and effect as given in the Interpretation Act of the Revised
Statutes of Ontario.
Wherever the words "authorized", "directed", "required", "requested", "approved",
"ordered", "sanctioned", and "satisfactory" occur in the specifications, unless
some other meaning is obvious from the context, they shall mean respectively
authorized, directed, required, requested, approved, ordered or sanctioned by or
satisfactory to the Engineer.
9.2
ABBREVIATIONS
The following abbreviations are used in this Contract:
ACI
ASA
ANSI
ASTM
AWWA
CGSB
CI
CP ###
CSA
DI
-
American Concrete Institute
American Standards Association
American National Standards Institute
American Society for Testing and Materials
American Waterworks Association
Canadian Government Specifications Board
Cast Iron
City of Peterborough Drawing
Canadian Standards Association
Ductile Iron
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
El. or Elev.
HDPE
MOE
MTO
NSF
PDI
PUC
PUSI
PVC
SP
-
164
Tender W-2017-4
Elevation
High Density Polyethylene
Ministry of Environment
Ministry of Transportation Ontario
National Sanitation Foundation
Peterborough Distribution Inc.
Peterborough Utilities Commission
Peterborough Utilities Services Inc.
Polyvinyl Chloride
Special Provision
Wherever in this specification, reference is made to a specification by one of the
above mentioned or any other association, it is understood that the latest revision
thereof shall apply.
The Contractor will be deemed to have asked during the tendering period for the
meaning of any abbreviation not given above.
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
PETERBOROUGH UTILITIES COMMISSION
165
10.0 GEOTECHNICAL INVESTIGATION
F:\ENG\WTR Active\Tenders\W-2017-4 Nassau Mills Rd WM Ext\W-2017-4.docx
Tender W-2017-4
Geotechnical Investigation Report
Nassau Mills Road Watermain
Peterborough, Ontario
CIMA+
GHD | 347 Pido Road Peterborough Ontario K9J 6X7 Canada
11139287| 01| Report No 1 | March 3, 2017
Table of Contents
1.
Introduction
1
2.
Purpose and Scope
1
3.
Field and Laboratory Procedures
2
4.
Site Location and Surface Conditions
3
5.
Subsurface Conditions
3
6.
5.1
General .............................................................................................................................. 3
5.2
Asphalt ............................................................................................................................... 3
5.3
Topsoil................................................................................................................................ 3
5.4
Fill....................................................................................................................................... 4
5.5
Till....................................................................................................................................... 4
5.6
Bedrock (Inferred) .............................................................................................................. 4
5.7
Groundwater ...................................................................................................................... 5
5.8
Chemical Analysis.............................................................................................................. 5
Discussion and Recommendations
6.1
Excavation, Dewatering and Backfill.................................................................................. 6
6.2
Service Installation............................................................................................................. 7
6.3
Road Construction ............................................................................................................. 8
6.4
Corrosion Potential ............................................................................................................ 9
6.5
General Recommendations ............................................................................................. 10
6.5.1
6.5.2
6.5.3
6.5.4
6.5.5
7.
6
Wells ............................................................................................................... 10
Test Pits During Tendering............................................................................. 11
Subsoil Sensitivity........................................................................................... 11
Winter Construction ........................................................................................ 11
Design Review................................................................................................ 11
Statement of Limitations
12
Table Index
Table 5.1
Corrosion Potential Parameters ........................................................................................ 5
Table 6.1
Pavement Structure........................................................................................................... 9
Table 6.2
AWWA Soil Corrosiveness Score Summary ................................................................... 10
GHD | Geotechnical Investigation, Nassau Mills Road Watermain, Peterborough, Ontario | 11139287-01 | Page i
Enclosures
Figures 1 to 2
Test Hole Location Plan
Appendix Index
Appendix A
Borehole Logs
Appendix B
Physical Laboratory Data
Appendix C
Chemical Laboratory Data
GHD | Geotechnical Investigation, Nassau Mills Road Watermain, Peterborough, Ontario | 11139287-01 | Page ii
1.
Introduction
This report presents the results of a Geotechnical Investigation that was conducted for the proposed
watermain installation along Nassau Mills Road, in the City of Peterborough, Ontario. GHD Limited
(GHD) was retained by CIMA+ (the Client) to complete this geotechnical investigation. The work
conducted for this investigation was carried out under the authorization Mr. Douglas Timms,
representing the Client, in accordance with our proposal PG-3765-1 dated January 10, 2017.
Based on the information provided by the Client, it is GHD’s understanding that this project shall
consist of the installation of a new watermain along Nassau Mills Road extending from West Bank
Drive to the Trent Canal. It is GHD’s further understanding that trenching for the proposed
watermain shall be approximately 2.4 metres below existing grade (mbeg) but may be as deep as
3.0 mbeg.
2.
Purpose and Scope
The purpose of this geotechnical investigation is to define the subsurface soil and groundwater
conditions at the project site and to develop geotechnical engineering recommendations regarding
earthwork construction, reuse of existing soils and backfill material, dewatering, bedding/backfill for
open-trench watermain installation and pavement reinstatement. The information contained herein
must in no way be construed as an opinion of this site’s environmental status.
The following scope of work was performed in order to accomplish the foregoing purposes:
1. A site-specific health and safety plane (SS-HASP) was prepared.
2. Underground services were cleared prior to advancing the boreholes. The boreholes were
located as shown on the Test Hole Location Plans (Figures 1 and 2).
3. The subsurface conditions were explored by advancing, sampling and logging a total of three
(3) boreholes to depths ranging from 2.9 to 4.7 metres below existing grade (mbeg), where
practical refusal to further borehole advancement was encountered.
4. The ground at the borehole locations was reinstated as close as possible to its original
condition upon completion of the fieldwork.
5. A groundwater piezometer was installed in one (1) borehole location. A groundwater level
measurement was obtained in the piezometer on February 28, 2017.
6. Physical laboratory analysis of the encountered material was carried out including grain size
analysis and moisture content tests.
7. As requested, one (1) soil sample was submitted for chemical testing related to corrosion
potential parameters.
GHD | Geotechnical Investigation, Nassau Mills Road Watermain, Peterborough, Ontario | 11139287-01 | Page 1
8. Geotechnical engineering analysis of acquired field and laboratory data have been compiled
in this report outlining our findings, conclusions, and geotechnical engineering
recommendations.
3.
Field and Laboratory Procedures
A field investigation was conducted under the supervision of GHD staff on February 16, 2017. The
work consisted of subsurface exploration by means of advancing and sampling a total of three (3)
exploratory boreholes to depths ranging from approximately 2.9 to 4.7 mbeg, where practical refusal
to further borehole advancement was encountered.
A detailed log of each borehole was maintained and representative samples of the materials
encountered in the boreholes were collected. A detailed log of each borehole is presented in
Appendix A.
The boreholes were advanced using a truck mounted drill rig equipped with continuous flight, solid
stem power augers. Representative, disturbed samples were obtained using a split-barrel, 50 mm
outer-diameter (OD) sampler advanced by a 63.5 kg hammer dropping approximately 760 mm. The
results of these standard penetration tests (SPT’s) are reported as “N” values on the borehole logs
at the corresponding depths. Representative, disturbed samples of the strata penetrated were also
obtained directly from auger cuttings.
Soil samples obtained from the boreholes were inspected in the field immediately upon retrieval for
type, texture, and colour. All test holes were backfilled following completion of the fieldwork, in
accordance with O.Reg. 903. All samples were sealed in clean plastic containers and transported
to the GHD laboratory for further visual-tactile examination, and to select appropriate samples for
laboratory analysis.
Groundwater measurements and observations were obtained from the open boreholes during
drilling operations and again on February 28, 2017 via the piezometer installed in one (1) borehole.
Groundwater data is presented on individual borehole logs.
Physical laboratory testing was completed on soil samples, and consisted of moisture content tests
on all samples recovered, and gradation analyses on a total of four (4) representative soil samples
(including two (2) hydrometers). The analytical results of the moisture content tests are plotted on
the attached logs. The results of the gradation testing are incorporated into the borehole logs, and
are presented graphically in Appendix B.
One (1) soil sample was submitted to Caduceon Environmental Laboratories (CEL) for chemical
testing related to corrosion potential parameters. CEL’s Certificates of Analysis for the testing are
included in Appendix C.
GHD | Geotechnical Investigation, Nassau Mills Road Watermain, Peterborough, Ontario | 11139287-01 | Page 2
4.
Site Location and Surface Conditions
The subject area (Site) is located along the east/north side of Nassau Mill Road (from the Trent
Canal to West Bank Drive), in the City of Peterborough, Ontario, Canada. Surrounding properties
are generally institutional in nature (Trent University). The topography of the site is generally gently
undulating terrain (i.e., minor vertical undulations along the length of the roadway), with the
elevation generally decreasing towards the west/north. The Otonabee River exists between West
Bank Drive and Armour Road, and the Trent Canal exists between Armour Road and University
Road.
5.
Subsurface Conditions
5.1
General
Details of the subsurface conditions encountered at the Site are graphically presented on the
borehole logs (Appendix A). It should be noted that the boundaries between the strata have been
inferred from the borehole observations and non-continuous samples. They generally represent a
transition from one soil type to another, and should not be inferred to represent an exact plane of
geological change. Further, conditions may vary between and beyond the boreholes.
The boreholes generally encountered a surficial layer of asphalt or topsoil over fill, underlain by
native till, underlain by inferred bedrock. Groundwater seepage and/or accumulation was observed
only in borehole BH-1, at depths ranging from 2.0 to 4.3 mbeg. A groundwater measurement
obtained on February 28, 2017, from the monitoring piezometer installed in borehole BH-1 yielded a
water level of 3.1 mbeg.
The following sections describe the major soil strata and subsurface conditions encountered during
this investigation in more detail.
5.2
Asphalt
One (1) of the boreholes encountered a surficial layer of asphalt. The asphalt thickness was
approximately 50 mm.
5.3
Topsoil
A layer of surficial topsoil was encountered in borehole BH-1. The topsoil was approximately
100mm in thickness. This soil was observed to be in a damp, loose state, with a silty, highly
organic content. As such, it is expected to be devoid of any structural engineering properties.
GHD | Geotechnical Investigation, Nassau Mills Road Watermain, Peterborough, Ontario | 11139287-01 | Page 3
5.4
Fill
Layers of fill were observed immediately beneath the topsoil in borehole BH-1, at the surface in
borehole BH-2 and beneath the asphalt in borehole BH-3. The fill extended to depths of 2.0, 0.9
and 2.9 mbeg in boreholes BH-1, BH-2 and BH-3 respectively. The fill encountered in borehole BH2 and the upper 0.5 mbeg in borehole BH-3 consisted of brown sand and gravel and was noted to
exist in a compact, moist in-situ state.
Layers of earth fill were encountered in borehole BH-1 and BH-3. The earth fill was first
encountered at a depth of approximately 0.1 and 0.5 mbeg in borehole BH-1 and BH-3 respectively
and extended to depths of 2.0 mbeg in borehole BH-1 and to 2.9 mbeg (full depth of investigation)
in borehole BH-3. The earth fill generally consisted of sand containing varying amount of silt,
gravel, cobbles, boulders and occasionally contained organics. The earth fill was noted to exist in
moist, loose to compact in-situ state.
Moisture content tests conducted on samples of the fill yielded values of approximately 3 to 8%
moisture by weight. Grain size distribution analyses conducted on representative samples of the
sand and gravel fill encountered in borehole BH-3 suggest the following composition: 40 % gravel;
50 % sand; and 10 % silt and clay-sized particles. The sample tested did not meet Ontario
Provincial Standard Specifications (OPSS) for Granular B Type I material due to an excess of fine
grained soils. The sample tested does meet grain size distribution OPSS for Select Subgrade
Material (SSM). A gradation distribution analyses conducted on representative samples of the earth
fill encountered in borehole BH-3 suggest the following composition: 36 % gravel; 34 % sand; and
30 % silt and clay-sized particles. A hydrometer analysis conducted on this sample suggests it
contains 20 % particles between 5 and 75 m in size.
5.5
Till
A layer of till soil was encountered immediately beneath the fill in borehole BH-1 and BH-2. The till
was first encountered at depths of 2.9 to 0.9 mbeg in boreholes BH-1 and BH-2 respectively and
extended to the depth at which practical refusal was encountered in each borehole. The till was
generally brown to grey in color, contained various amounts of sand, gravel and silt, occasionally
with cobbles and boulders. The till was noted to generally exist in a moist, compact to very dense
in-situ condition.
Moisture content tests conducted on samples of the till yielded values ranging from approximately 3
to 16 % moisture by weight. Grain size distribution analyses conducted on representative samples
of the till suggests the following compositional ranges: 22 to 57 % gravel, 27 to 37 % sand, and 16
to 41 % silt and clay-sized particles. A hydrometer analyses conducted on one of these samples
suggests it contains 10 % particles between 5 and 75 m in size.
5.6
Bedrock (Inferred)
Practical refusal to further test hole advancement was encountered in all three boreholes at depths
of 4.7 mbeg (BH-1), 3.9 mbeg (BH-2), and 2.9 mbeg (BH-3). The cause of practical refusal was
inferred to be bedrock. This was not confirmed by test pits or coring as part of this investigation.
The borehole logs provide details regarding the depth at which the bedrock was inferred.
GHD | Geotechnical Investigation, Nassau Mills Road Watermain, Peterborough, Ontario | 11139287-01 | Page 4
The depth at which practical refusal was encountered was interpreted by GHD as being the depth of
competent bedrock for the purpose of logging the boreholes. However, it is noted that bedrock
typically exhibits a certain degree of weathering and fracturing in its upper zone. This weathering
effect can increase significantly in shale and limestone. Due to the penetrative nature of advancing
test holes with drilling equipment, the boreholes may have penetrated partly into the bedrock, (i.e.,
through this upper zone of more fractured / weathered bedrock) before encountering refusal.
5.7
Groundwater
Groundwater observations and measurements were obtained from the open boreholes during and
upon completion of drilling each borehole. Open boreholes BH-2 and BH-3 remained dry
throughout the drilling operations. Groundwater seepage and/or accumulation was observed in
open borehole BH-1 at depths ranging from 2.0 to 4.3 mbeg during drilling. A groundwater
measurement obtained on February 28, 2017 from the monitoring piezometer installed in borehole
BH-1 yielded a water level of 3.1 mbeg.
It must be noted that groundwater levels are transient and tend to fluctuate with the seasons,
periods of precipitation, and temperature.
5.8
Chemical Analysis
As requested, one (1) soil sample was submitted to Caduceon Environmental Laboratories (CEL)
for chemical testing related to corrosion potential parameters. CEL’s Certificates of Analysis for the
testing are included in Appendix C. The test results are summarized in Table 5.1.
Table 5.1 Corrosion Potential Parameters
Sample Identification
Parameter
pH @ 25°C
Resistivity (Ohms.cm)
REDOX potential (mV)
Sulphate
Sulfide
Chloride
BH-2, SS-3
February 16, 2017
8.30
1370
-12.9
30
<0.2
298
Notes: all values in ug/g, unless otherwise noted. (<) denotes less than laboratory detection limits.
GHD | Geotechnical Investigation, Nassau Mills Road Watermain, Peterborough, Ontario | 11139287-01 | Page 5
6.
Discussion and Recommendations
Supporting data upon which our recommendations are based have been presented in the foregoing
sections of this report. The following recommendations are governed by the physical properties of
the subsurface materials that were encountered at the site and assume that they are representative
of the overall site conditions. It should be noted that these conclusions and recommendations are
intended for use by the designers only. Contractors bidding on or undertaking any work at the Site
should examine the factual results of the assessment, satisfy themselves as to the adequacy of the
information for construction, and make their own interpretation of this factual data as it affects their
proposed construction techniques, equipment capabilities, costs, sequencing, and the like.
Comments, techniques, or recommendations pertaining to construction should not be construed as
instructions to the contractor.
The boreholes generally encountered a surficial layer of asphalt or topsoil over fill, underlain by
native till, over inferred bedrock. Groundwater seepage and/or accumulation was observed only in
borehole BH-1, at depths ranging from 2.0 to 4.3 mbeg. A groundwater measurement obtained on
February 28, 2017, from the monitoring piezometer installed in borehole BH-1 yielded a water level
of 3.1 mbeg.
Details regarding our conclusions and recommendations are outlined in the following sections.
6.1
Excavation, Dewatering and Backfill
Excavations should be carried out to conform to the manner specified in Ontario Regulation 213/91
and the Occupational Health and Safety Act and Regulations for Construction Projects (OHSA). All
excavations above the water table not exceeding 1.2 m in depth may be constructed with
unsupported slopes. The native soils encountered above the groundwater table during this
investigation are generally classed by OHSA as Type 2. As such, unsupported / unshored walls of
excavations in these soils must be sloped to within a maximum of 1.2 m of the bottom of the
excavation, with a slope having a gradient of 1 horizontal to 1 vertical (1H:1V) or flatter. The fill
soils encountered during this investigation are classed by OHSA as Type 3 soil. Unsupported walls
of excavations in Type 3 soils must be sloped to the bottom of the excavation, with a slope having a
gradient of 1 horizontal to 1 vertical (1H: 1V) or flatter, or be retained using a suitably designed
shoring system. Chemical testing for soils management (handling and disposal) purposes was not
performed as part of this investigation.
Construction excavation operations may encounter and extend into bedrock. It is recommended
that a unit price allowance for bedrock removal be included in the construction contract due to the
variable bedrock elevations that are expected during the proposed construction. Excavation of any
highly fractured / weathered bedrock may be possible using a large hydraulic backhoe. However, it
is anticipated that the majority of the fractured and any sound bedrock excavation will require the use
of hydraulic breaking techniques and/or blasting combined with precondition surveys of surrounding
properties and vibration monitoring during construction.
GHD | Geotechnical Investigation, Nassau Mills Road Watermain, Peterborough, Ontario | 11139287-01 | Page 6
Based on the groundwater conditions observed, and the anticipated excavation depths for the
proposed watermain, significant groundwater infiltration into open excavations is not expected. Any
groundwater or surficial water infiltration into open excavations above the groundwater table is
expected to be controlled by pumping from a sump to an acceptable outlet. Should more significant
groundwater infiltration be encountered, the use of filtered pumps, sheet piling, or other forms of
groundwater control may be required. The boreholes for this investigation did not advance
substantially into bedrock, it is noted that increased groundwater infiltration can occur within
excavations that do advance into bedrock.
If dewatering or any other form of water-taking will exceed 50,000 litres / day but be less than
400,000 litres / day at any time through the duration of the construction, an Environmental Activity
and Sector Registry (EASR) must be submitted to the Ministry of the Environment and Climate
Change (MOECC). Should dewatering or any other form of water-taking exceed 400,000 litres /
day at any time through the duration of the construction a Category 3 Permit to Take Water (PTTW)
must be obtained from the MOECC. The daily volume of water-taking will be dependent on the final
design as well as the contractor’s sequencing, schedule, equipment, techniques and overall
methods.
Some excavated inorganic soils may be suitable for use as service trench or pavement subgrade
backfill. The existing granulars are expected to be suitable for reuse as select subgrade materials
(SSM) as per OPSS. The reuse of all existing excavated soils is conditional on it being workable, at
a suitable moisture content, and receiving final review and approval for such reuse at the time of
construction. Some soils will require prior processing (such as aeration) to lower their moisture
content before being considered for approval as backfill material.
6.2
Service Installation
The materials encountered during this investigation at the maximum service invert elevation of 2.4
to 3.0 mbeg generally consist of till or fill soils, some inferred bedrock in BH-3. As such, a normal
compacted Class “B” bedding is recommended for all underground services. Class “B” bedding is
Granular “A”, or 19 mm crusher run limestone, as per Ontario Provincial Standard Specifications
(OPSS). The minimum recommended bedding thickness for the underground services is 150 mm.
All bedding should be compacted to 100% of its Standard Proctor Maximum Dry Density (SPMDD).
Prior to placement of bedding, the exposed subgrade should be inspected by an experienced
geotechnical engineer and any identified soft or loose areas be subexcavated and replaced with
suitably compacted fill. It is recommended that cover backfilling of the underground services be
accomplished using Granular “A”, sand, or other suitable material as allowed by the Municipality’s
standards, to a minimum of 300 mm above the pipe. Compaction of this material should attain 100
% SPMDD.
It is expected that the excavated, inorganic fill materials may be suitable for reuse as trench and
road subgrade backfill, conditional upon suitable moisture content (within 2 % of optimum) and final
review and approval by an experienced geotechnical engineer at the time of construction. It should
be noted that the native soils would likely require some form of processing including aeration to try
and lower the moisture content to make it workable and able to be appropriately compacted.
GHD | Geotechnical Investigation, Nassau Mills Road Watermain, Peterborough, Ontario | 11139287-01 | Page 7
It is recommended that the service bedding subgrade be inspected and approved by GHD prior to
placing the bedding fill, to ensure its suitability and consistency with conditions encountered during
this investigation. Bedding and backfill materials and compaction should also be inspected and
tested.
6.3
Road Construction
At a minimum, roads that are disturbed by the installation of the service trenching should be
reconstructed to match the existing adjacent pavement structure.
Should the roadways be fully reconstructed following the installation of the services, we would
recommend the following procedures be implemented to prepare the proposed roadway for
reconstruction.
1.
Remove any asphalt, free organic topsoil, fill, organics and organic-bearing materials, loam,
frozen earth, and boulders larger than 150 mm in diameter encountered at subgrade elevation
for the full width of construction. It is expected that some of the excavated native soils may be
suitable for reuse as trench backfill, conditional upon suitable moisture content (within 2 % of
optimum) and final review and approval by an experienced geotechnical engineer at the time of
construction.
2.
Proof roll the subgrade for the purpose of detecting possible zones of overly wet or soft
subgrade. Any deleterious areas thus delineated should be replaced with acceptable earth fill
or granular material compacted to a minimum of 98 % of its SPMDD.
3.
Contour the subgrade surface to prevent ponding of water during the construction and to
promote rapid drainage of the sub-base and base course materials.
4.
To maximize drainage potential, and ensure satisfactory pavement performance, 150 mm
diameter perforated pipe subdrains should be installed along any curb lines. The pipe should
be encased in filter fabric and surrounded by clear stone aggregate. It is recommended that
the subdrains outlet to the storm sewer system.
5.
Construct transitions between varying depths of granular base materials at a rate of 1:25
minimum.
While forecasted AADT values were not provided to GHD at the time of writing this report, it is
expected that Nassau Mills Road will experience moderate to high traffic volumes. In this regard,
for preliminary pavement design purposes, the following minimum flexible pavement structures are
recommended for proposed roadway reconstructions.
GHD | Geotechnical Investigation, Nassau Mills Road Watermain, Peterborough, Ontario | 11139287-01 | Page 8
Table 6.1 Pavement Structure
Material
Minimum Thickness
(mm)
H.L.1*
50
Asphalt Base
HDBC**
50
50
(2 lifts)
Granular Base
Granular “A”
150
Granular “B” Type 1
450
Profile
Asphalt Surface
In Conformance with OPSS
Form
1150
1010
Granular Subbase
*
or Superpave 12.5 FC1(in conformance with OPSS Form 1151).
**
or Superpave 19.0 (in conformance with OPSS Form 1151).
The site is located within PGAC Zone 3, as such PGAC 58-28 asphaltic cement grade should be
used. The project roads should be classified as Ontario Traffic Category C for design purposes.
The following steps are recommended for optimum construction of these planned paved areas:
1.
The Granular “A” and “B” courses should be compacted to a minimum 100 % of their
respective SPMDD’s;
2.
All asphaltic concrete courses should be placed, spread and compacted conforming to OPSS
Form 310 or equivalent. All asphaltic concrete should be compacted to a minimum of 92.0 %
of their respective laboratory Maximum Relative Densities (MRD’s); and
3.
Adequate drainage should be provided to ensure satisfactory pavement performance.
It is recommended that all fill material be placed in uniform lifts not exceeding 200 mm in thickness
before compaction. It is suggested that all granular material used as fill should have an in-situ
moisture content within 2 % of their optimum moisture content. All granular materials should be
compacted to 100 % SPMDD. Granular materials should consist of Granular “A” and “B”
conforming to the requirements of OPSS Form 1010 or equivalent.
It is noted that the above recommended pavement structures are for the end use of the project.
During construction of the project the recommended granular depths may not be sufficient to
support loadings encountered.
6.4
Corrosion Potential
As requested, limited analytical testing was carried out to assess the corrosivity potential of the soil.
One (1) soil sample (BH-2 SS-3) was submitted to CEL for this chemical testing. The test results
are summarized in section 5.8 (Table 5.1). The Certificates of Analysis are presented in Appendix
C.
GHD | Geotechnical Investigation, Nassau Mills Road Watermain, Peterborough, Ontario | 11139287-01 | Page 9
Corrosivity testing as described by the American Water Works Association (AWWA) includes soil
resistivity, pH, sulfide indication, redox potential, and moisture content. Points are assigned to the
sample based on the results of the tests. A soil that has a total point score of 10 or more is
considered to be potentially corrosive to ductile iron pipe. The potential for sulphate attack on
concrete (class of exposure) is determined using Table 3 provided in CSA A23.1-04.
Based on the results obtained for the analyzed soil sample and the generally fair drainage,
generally moist condition of soils encountered in this site, a 7 point score can be assigned to these
soils.
Table 6.2 AWWA Soil Corrosiveness Score Summary
BH-2, SS3
February 16, 2017
Parameter
Test Results
ANSI/AWWA Point Rating
8.30
1370
-12.9
<0.2
Fair Drainage
--
0
1
5
0
1
7
pH @ 25°C
Resistivity (Ohms.cm)
REDOX potential (mV)
Sulfide
Moisture Content (%)
Total Points
Notes: all values in ug/g, unless otherwise noted. (<) denotes less than laboratory detection limits.
The results indicate non corrosive conditions, therefore the site soils, represented by the analyzed
sample, are not considered to be potentially corrosive to ductile iron piping.
Table 12 of the Canadian Standards Association (CSA) document A23.1-09 'Concrete Materials
and Methods of Concrete Construction divides the degree of exposure into the following three
classes:
Degree (Class) of Exposure
Very Severe (S-1)
Water Soluble (SO4) in Soil
Samples (%)
>2.0
Severe (S-2)
0.2 – 2.0
Moderate (S-3)
0.1 – 0.2
The sulphate level within the soil sample tested was 30 ppm (<0.1%). Samples having low water
soluble sulphate content (i.e. <0.1%) is considered to have negligible potential for sulphate attack
and do not require special cements or mixtures. Class S-3 concrete may be used, as the potential
for sulphate attack is less than the degree of exposure outlined for Class S-3 concrete.
6.5
General Recommendations
6.5.1
Wells
Any decommissioning of wells on-site must be performed by an appropriately- licensed well
contractor, in compliance with O.Reg. 903.
GHD | Geotechnical Investigation, Nassau Mills Road Watermain, Peterborough, Ontario | 11139287-01 | Page 10
6.5.2
Test Pits During Tendering
It is strongly recommended that test pits be excavated at representative locations of this Site during
the tendering phase, with mandatory attendance of interested contractors. This will allow them to
make their own assessments of the groundwater and soil conditions at the Site and how these will
affect their proposed construction methods, techniques and schedules.
6.5.3
Subsoil Sensitivity
The native subsoils are susceptible to strength loss or deformation if saturated or disturbed by
construction traffic. Therefore, where the subgrade consists of approved soil, care must be taken to
protect the exposed subgrade from excess moisture and from construction traffic.
6.5.4
Winter Construction
The subsoil encountered across the site are frost-susceptible and freezing conditions could cause
problems to the pavement structure. As preventive measures, it is recommended that during any
winter construction, exposed surfaces intended to support the road structure must be protected
against freezing.
6.5.5
Design Review
Due to the preliminary nature of the design details at the time of this report, it is recommended that
GHD’s geotechnical group be allowed to review the roadway design, including utility profiles and
final grading, prior to its finalization. In addition, we strongly recommend that our firm be retained to
review the grading proposals when they are available.
Geotechnical inspection and review of foundation excavations and compaction procedures must be
carried out to ensure compliance with our recommendations.
GHD | Geotechnical Investigation, Nassau Mills Road Watermain, Peterborough, Ontario | 11139287-01 | Page 11
STATEMENT OF LIMITATIONS
This report is intended solely for CIMA+ and other parties explicitly identified in the report and is prohibited
for use by others without GHD’s prior written consent. This report is considered GHD’s professional work
product and shall remain the sole property of GHD. Any unauthorized reuse, redistribution of or reliance
on the report shall be at the Client and recipient’s sole risk, without liability to GHD. Client shall defend,
indemnify and hold GHD harmless from any liability arising from or related to Client’s unauthorized
distribution of the report. No portion of this report may be used as a separate entity; it is to be read in its
entirety and shall include all supporting drawings and appendices.
The recommendations made in this report are in accordance with our present understanding of the
project, the current site use, ground surface elevations and conditions, and are based on the work scope
approved by the Client and described in the report. The services were performed in a manner consistent
with that level of care and skill ordinarily exercised by members of geotechnical engineering professions
currently practicing under similar conditions in the same locality. No other representations, and no
warranties or representations of any kind, either expressed or implied, are made. Any use which a third
party makes of this report, or any reliance on or decisions to be made based on it, are the responsibility of
such third parties.
All details of design and construction are rarely known at the time of completion of a geotechnical study.
The recommendations and comments made in the study report are based on our subsurface investigation
and resulting understanding of the project, as defined at the time of the study. We should be retained to
review our recommendations when the drawings and specifications are complete. Without this review,
GHD will not be liable for any misunderstanding of our recommendations or their application and
adaptation into the final design.
By issuing this report, GHD is the geotechnical engineer of record. It is recommended that GHD be
retained during construction of all foundations and during earthwork operations to confirm the conditions
of the subsoil are actually similar to those observed during our study. The intent of this requirement is to
verify that conditions encountered during construction are consistent with the findings in the report and
that inherent knowledge developed as part of our study is correctly carried forward to the construction
phases.
It is important to emphasize that a soil investigation is, in fact, a random sampling of a site and the
comments included in this report are based on the results obtained at the three (3) test hole locations
only. The subsurface conditions confirmed at the 3 test hole locations may vary at other locations. The
subsurface conditions can also be significantly modified by construction activities on site (e.g. excavation,
dewatering and drainage, blasting, pile driving, etc.). These conditions can also be modified by exposure
of soils or bedrock to humidity, dry periods or frost. Soil and groundwater conditions between and beyond
the test locations may differ both horizontally and vertically from those encountered at the test locations
and conditions may become apparent during construction which could not be detected or anticipated at
the time of our investigation. Should any conditions at the site be encountered which differ from those
found at the test locations, we request that we be notified immediately in order to permit a reassessment
of our recommendations. If changed conditions are identified during construction, no matter how minor,
the recommendations in this report shall be considered invalid until sufficient review and written
assessment of said conditions by GHD is completed.
GHD | Geotechnical Investigation, Nassau Mills Road Watermain, Peterborough, Ontario | 11139287-01 | Page 13
Enclosures
GHD | Geotechnical Investigation, Nassau Mills Road Watermain, Peterborough Ontario | 11139287-01
BH-1
BH-2
BH-2
BH-3
BH-1
BH-7
Source: Base plan prepared and provided by CIMA+ as Drawing No. C001, entitled "Nassau Mills Watermain Upgrades" dated December 28, 2015
Scale - N.D.
CIMA+
NASSAU MILLS ROAD WATERMAIN UPGRADES
GEOTECHNICAL INVESTIGATION
TEST HOLE LOCATION PLAN
11139287-01
February 25, 2017
FIGURE 1
BH-3
Source: Base plan prepared and provided by CIMA+ as Drawing No. C002, entitled "Nassau Mills Watermain Upgrades" dated December 28, 2015
Scale - N.D.
CIMA+
NASSAU MILLS ROAD WATERMAIN UPGRADES
GEOTECHNICAL INVESTIGATION
TEST HOLE LOCATION PLAN
11139287-01
February 25, 2017
FIGURE 2
Attachment A
Borehole Logs
GHD | Geotechnical Investigation, Nassau Mills Road Watermain, Peterborough Ontario | 11139287-01
REFERENCE No.:
ENCLOSURE No.:
11139287-01
BOREHOLE No.:
ELEVATION:
BH-1
BOREHOLE REPORT
Existing Grade
Page:
1
of
1
LEGEND
CLIENT:
CIMA+
PROJECT:
Geotechnical Investigation - Nassau Mill Road Watermain
LOGGED BY:
L. Ramos
DRILLING COMPANY: GET Drilling Ltd.
A-1
DATE:
SS
AS
ST
CS
16 February 2017
METHOD: Truck mounted CME-55
- SPLIT SPOON
- AUGER SAMPLE
- SHELBY TUBE
- CORE SAMPLE
- WATER LEVEL
ft
m
0.0
0.1
1
0.5
GROUND SURFACE
TOPSOIL (100 mm)
FILL - Brown Sand and
Gravel, Occasional Cobbles,
Moist, Compact
%
Moisture
Content
Blows per
6 in. / 15 cm
Penetration
Index
Recovery
DESCRIPTION OF
SOIL AND BEDROCK
Type and
Number
Stratigraphy
Depth
m Below
Existing Grade
NOTES:
%
N
1.0
0.9
AS-1
5
SS-2
SS-3
2.0 2.0
7
BOREHOLE LOG GEOTECH 11139287-01, 17-02-16, BOREHOLE LOG, LR.GPJ GEOLOGIC.GDT 2/3/17
8
75
4
11
8
3
5
5
12
33
10
TILL - Light Brown Sandy
Silt, Some Clay, Some
Gravel, Moist to Wet,
Compact
2.5
"N" Value
(blows / 0.3 m)
RQD
CONE
m
0.86 m
10 20 30 40 50 60 70 80 90
SS-4
100
Inferred boulder at
0.8, SS-2 started
at 0.9 m
9
7
5
2
1.5
6
wp wl
COMMENTS
6
Brown Gravelly Sand, Some
Silt, Moist, Compact
4
Field
Lab
Borehole open
upon completion of
drilling
2
3
Shear test (Cu)
Sensitivity (S)
Water content (%)
Atterberg limits (%)
16
5
3
12
9
16
5
5
6
18
SS-4:
22% Gravel
37% Sand
41% Silt and Clay
Groundwater
seepage
encountered at 2.0
m
15
9
10
3.0 3.0
Occasional Cobbles
11
SS-5
89
3.5
WL - 3.1 m
2/28/2017
11
12
13
4.0
WL - 4.3 m
2/16/2017
(Upon completion
of drilling)
14
15
4.5
4.7
16
5.0
17
18
5.5
19
6.0
SS-6
END OF BOREHOLE
0
50=4" 100+
50 mm inside
diameter
monitoring well
installed to 4.6 m
Split spoon
bouncing at 4.7 m,
presence of
bedrock inferred
but not confirmed
REFERENCE No.:
ENCLOSURE No.:
11139287-01
BOREHOLE No.:
ELEVATION:
BH-2
BOREHOLE REPORT
Existing Grade
Page:
1
of
1
LEGEND
CLIENT:
CIMA+
PROJECT:
Geotechnical Investigation - Nassau Mill Road Watermain
LOGGED BY:
L. Ramos
DRILLING COMPANY: GET Drilling Ltd.
A-2
DATE:
SS
AS
ST
CS
16 February 2017
METHOD: Truck mounted CME-55
- SPLIT SPOON
- AUGER SAMPLE
- SHELBY TUBE
- CORE SAMPLE
- WATER LEVEL
ft
m
0.0
%
GROUND SURFACE
FILL - Brown Sand and
Gravel, Moist, Compact
Moisture
Content
Blows per
6 in. / 15 cm
Penetration
Index
Recovery
DESCRIPTION OF
SOIL AND BEDROCK
Type and
Number
Stratigraphy
Depth
m Below
Existing Grade
NOTES:
%
N
AS-1
Field
Lab
COMMENTS
wp wl
"N" Value
(blows / 0.3 m)
RQD
CONE
10 20 30 40 50 60 70 80 90
Borehole open and
dry upon
completion of
drilling
1
0.5
Shear test (Cu)
Sensitivity (S)
Water content (%)
Atterberg limits (%)
5
2
3
1.0
0.9
4
5
1.5 1.5
TILL - Light Brown Sandy
Gravel, Some Silt, Trace
Clay, Occasional Cobbles
and Boulders, Damp,
Compact
SS-2
67
4
Dense
6
SS-3
100
3
11
13
13
10
26
9
18
30
50=6" 48
SS-2:
57% Gravel
27% Sand
16% Silt and Clay
11% between
5-75 µm
2.0
7
BOREHOLE LOG GEOTECH 11139287-01, 17-02-16, BOREHOLE LOG, LR.GPJ GEOLOGIC.GDT 2/3/17
8
2.5
SS-4
100
6
20
20
24
25
44
3
16
30
25
30
55
9
10
3.0 3.0
Very Dense
11
SS-5
3.5
12
13
4.0
14
15
4.5
16
5.0
17
18
5.5
19
6.0
3.9
END OF BOREHOLE
100
Borehole
terminated at
practical refusal to
further auger
advancement at
3.9 m (presence of
bedrock inferred)
REFERENCE No.:
ENCLOSURE No.:
11139287-01
BOREHOLE No.:
ELEVATION:
BH-3
BOREHOLE REPORT
Existing Grade
Page:
1
of
1
LEGEND
CLIENT:
CIMA+
PROJECT:
Geotechnical Investigation - Nassau Mill Road Watermain
LOGGED BY:
L. Ramos
DRILLING COMPANY: GET Drilling Ltd.
A-3
DATE:
SS
AS
ST
CS
16 February 2017
METHOD: Truck mounted CME-55
- SPLIT SPOON
- AUGER SAMPLE
- SHELBY TUBE
- CORE SAMPLE
- WATER LEVEL
ft
m
0.0
0.1
1
0.5
2
3
GROUND SURFACE
ASPHALT (50 mm)
FILL - Brown Sand and
Gravel, Some Silt and Clay,
Occasional Cobbles and
Boulders, Moist, Compact
1.0
%
Moisture
Content
Blows per
6 in. / 15 cm
Penetration
Index
Recovery
DESCRIPTION OF
SOIL AND BEDROCK
Type and
Number
Stratigraphy
Depth
m Below
Existing Grade
NOTES:
%
AS-1
3
AS-2
4
N
1.5 1.5
7
9
23
22
24
45
8
19
8
8
9
16
Trace Organics
6
SS-3
83
2.0
7
BOREHOLE LOG GEOTECH 11139287-01, 17-02-16, BOREHOLE LOG, LR.GPJ GEOLOGIC.GDT 2/3/17
8
2.5
SS-4
9
10
3.0
11
3.5
12
13
4.0
14
15
4.5
16
5.0
17
18
5.5
19
6.0
2.9
END OF BOREHOLE
100
Field
Lab
COMMENTS
wp wl
"N" Value
(blows / 0.3 m)
RQD
CONE
10 20 30 40 50 60 70 80 90
Borehole open and
dry upon
completion of
drilling
AS-1:
40% Gravel
50% Sand
10% Silt and Clay
Did not meet
OPSS for Granular
'B' Type I gravel
(10 % passing
75 µm)
Inferred boulder at
0.8, SS-2 started
at 0.9 m
4
5
Shear test (Cu)
Sensitivity (S)
Water content (%)
Atterberg limits (%)
SS-4:
36% Gravel
34% Sand
30% Silt and Clay
20% between
5-75 µm
Borehole
terminated at
practical refusal to
further auger
advancement at
2.9 m (presence of
bedrock inferred)
Attachment B
Physical Laboratory Data
GHD | Geotechnical Investigation, Nassau Mills Road Watermain, Peterborough Ontario | 11139287-01
Particle-Size Analysis of Soils (Geotechnical)
(USCS) (ASTM D422)
Project/Site:
BH-1
11139287-01
SS-4
Sample no.:
2.3-2.9 m
Depth:
SS-17-07
Project no.:
Nassau Mills Road Watermain Replacement
Borehole no.:
Percent Passing
Lab no.:
CIMA+
B-1
Enclosure:
100
0
90
10
80
20
70
30
60
40
50
50
40
60
30
70
20
80
10
90
0
0.001
100
0.01
Clay & Silt
0.1
1
Diameter (mm)
10
Sand
Fine
Medium
100
Gravel
Coarse
Fine
Coarse
Unified Soil Classification System
Soil Description
Gravel
Sand
Clay & Silt
BH-1 SS-4
22
37
41
Remarks:
Performed by:
Date:
March 1, 2017
Verified by:
Date:
March 1, 2017
GHD FO-930.103-Particle-Size Analysis of Soils Geotechnical (USCS) (ASTM D422) - Rev. 0 - 07/01/2015
Percent Retained
Client:
Particle-Size Analysis of Soils (Geotechnical)
(USCS) (ASTM D422)
Project/Site:
BH-2
11139287-01
SS-2
Sample no.:
0.9 - 1.5 m
Depth:
SS-17-04
Project no.:
Nassau Mills Road Watermain
Borehole no.:
Percent Passing
Lab no.:
CIMA+
B-2
Enclosure:
100
0
90
10
80
20
70
30
60
40
50
50
40
60
30
70
20
80
10
90
0
0.001
100
0.01
Clay & Silt
0.1
1
Diameter (mm)
10
Sand
Fine
Medium
100
Gravel
Coarse
Fine
Coarse
Unified Soil Classification System
Soil Description
Gravel
Sand
Clay & Silt
BH2 SS2
57
27
16
Remarks:
Performed by:
Date:
February 28, 2017
Verified by:
Date:
February 28, 2017
GHD FO-930.103-Particle-Size Analysis of Soils Geotechnical (USCS) (ASTM D422) - Rev. 0 - 07/01/2015
Percent Retained
Client:
GRANULAR B TYPE I - SIEVE ANALYSIS (PIT)
(LS-602)
Client:
Lab no.:
CIMA+
Project/Site:
SS-17-07
Project no.:
Nassau Mills Road Watermain Replacement
11139287-01
Source:
BH-3 AS-1
Enclosure:
B-3
Sampled by:
L. Ramos
Date sampled:
February 16, 2016
Sieve Size (mm)
OPSS Gradation Specification
Sample % Passing
100.0
94.3
60.4
24.7
15.8
10.1
150.0
26.5
4.75
1.18
0.300
*
0.075
Minimum %
100
50
20
10
2
0
100
Maximum %
-
100.0
94.3
90
100
100
100
65
8
0
10
80
20
70
30
60
40
60.4
50
50
40
60
30
70
24.7
20
80
15.8
10.1
10
0
0.01
0.1
90
1
10
100
DIAMETER (mm)
Remarks:
Sample does not meet OPSS Specifcations for: GRANULAR B TYPE I - SIEVE ANALYSIS (PIT)
Performed by:
Date:
March 1, 2017
Verified by:
Date:
March 1, 2017
GHD FO-930.234-ON- Granular Sieve Analysis Report Sheet - Rev. 0 - 07/01/2015
100
1000
PERCENT RETAINED
PERCENT PASSING
-
Particle-Size Analysis of Soils (Geotechnical)
(USCS) (ASTM D422)
Project/Site:
BH-3
11139287-01
SS-4
Sample no.:
2.3 - 2.9 m
Depth:
SS-17-04
Project no.:
Nassau Mills Road Watermain
Borehole no.:
Percent Passing
Lab no.:
CIMA+
B-4
Enclosure:
100
0
90
10
80
20
70
30
60
40
50
50
40
60
30
70
20
80
10
90
0
0.001
100
0.01
Clay & Silt
0.1
1
Diameter (mm)
10
Sand
Fine
Medium
100
Gravel
Coarse
Fine
Coarse
Unified Soil Classification System
Soil Description
Gravel
Sand
Clay & Silt
BH3 SS4
36
34
30
Remarks:
Performed by:
Date:
February 28, 2017
Verified by:
Date:
February 28, 2017
GHD FO-930.103-Particle-Size Analysis of Soils Geotechnical (USCS) (ASTM D422) - Rev. 0 - 07/01/2015
Percent Retained
Client:
Attachment C
Chemical Laboratory Data
GHD | Geotechnical Investigation, Nassau Mills Road Watermain, Peterborough Ontario | 11139287-01
CERTIFICATE OF ANALYSIS
Final Report
C.O.C.: G57975
REPORT No. B17-04515
Report To:
GHD Limited
651 Colby Drive,
Waterloo Ontario N2V 1C2 Canada
Attention: Leandro Ramos
Caduceon Environmental Laboratories
110 West Beaver Creek Rd Unit 14
Richmond Hill ON L4B 1J9
Tel: 289-475-5442
Fax: 289-562-1963
DATE RECEIVED:
JOB/PROJECT NO.: Nassau Mills Rd/11139287-01
22-Feb-17
DATE REPORTED: 28-Feb-17
P.O. NUMBER:
SAMPLE MATRIX: Soil
WATERWORKS NO.
BH-2, SS-3
Client I.D.
B17-04515-1
Sample I.D.
16-Feb-17
Date Collected
Parameter
pH @25°C
Resistivity
REDOX potential
Chloride
Sulphate
Sulfide
Units
pH Units
ohms·cm
mV
µg/g
µg/g
µg/g
R.L.
1
5
10
0.2
Reference
Method
Date/Site
Analyzed
MOEE 3137
MOEE3138
In-House
SM4110C
SM4110C
In-House
24-Feb-17/R
23-Feb-17/R
23-Feb-17/R
24-Feb-17/O
24-Feb-17/O
27-Feb-17
8.30
1370
-12.9
298
30
< 0.2
1
1 . Subcontracted to Testmark Labs
R.L. = Reporting Limit
Test methods may be modified from specified reference method unless indicated by an *
Site Analyzed=K-Kingston,W-Windsor,O-Ottawa,R-Richmond Hill
Christine Burke
Lab Manager
The analytical results reported herein refer to the samples as received. Reproduction of this analytical report in full or in part is prohibited without prior consent from
Caduceon Environmental Laboratories.
Page 1 of 1.