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.
© Copyright 2026 Paperzz