mill of kintail bridge renewal the corporation of the

Transcription

mill of kintail bridge renewal the corporation of the
MILL OF KINTAIL BRIDGE RENEWAL
THE CORPORATION OF THE TOWN OF MISSISSIPPI MILLS
CONTRACT NO. MMPW 13-05
INDEX TO CONTRACT DOCUMENTS
Description
Reference
Information for Tenderers
Section “A”
Form of Tender
Section “B”
Contract Agreement
Section “C”
General Conditions of Contract
Section “D”
Special Provisions - General
Section “E”
Special Provisions - Items
Section “F”
MILL OF KINTAIL BRIDGE RENEWAL
THE CORPORATION OF THE TOWN OF MISSISSIPPI MILLS
CONTRACT NO. MMPW 13-05
SECTION “A”
INFORMATION FOR TENDERERS
INFORMATION FOR TENDERS
INDEX
SECTION
DESCRIPTION
PAGE
A-1
Tender Call............................................................................................................1
A-2
Scope of Work ......................................................................................................2
A-3
Completion and Submission of Tenders ...............................................................2
A-4
Tender Deposit or Bid Bond .................................................................................2
A-5
Agreement to Bond ...............................................................................................3
A-6
Guaranteed Maintenance Period ...........................................................................3
A-7
Maintenance Bond ................................................................................................3
A-8
Informal or Unbalanced Tenders ..........................................................................4
A-9
Performance Bond and Labour and Material Payment Bond ...............................4
A-10
Examination of Site...............................................................................................4
A-11
Examination of Contract Documents ....................................................................4
A-12
Acceptance or Rejection of Tenders .....................................................................5
A-13
Subcontractors.......................................................................................................5
A-14
Index and Reference Numbers ..............................................................................5
A-15
Schedule of Items and Prices ................................................................................5
A-16
Ability and Experience of Tenderers ....................................................................6
A-17
Successful Tenderer - Workplace Safety Insurance Board...................................6
A-18
Successful Tenderer - Execution of Form of Agreement .....................................6
A-19
Successful Tenderer - Insurance ...........................................................................6
A-20
Successful Tender - Time for Completion and Liquidated Damages ...................8
A-21
Successful Tender - Submission of Documentation .............................................8
A-23
Protection of the Environment ..............................................................................8
A-24
Taxes .....................................................................................................................9
A-25
Supply of Material ................................................................................................9
A-26
Traffic Control ......................................................................................................9
A-27
Queries During Tender Period ..............................................................................9
A-28
Advertisement of Substantial Completion ............................................................9
INFORMATION FOR TENDERS
THE CORPORATION OF THE TOWN OF MISSISSIPPI MILLS
CONTRACT No. MMPW 13-05
MILL OF KINTAIL BRIDGE RENEWAL
A-1
TENDER CALL
The Corporation of the Town of Mississippi Mills invites Tenders for:
Contract Number:
MMPW 13-05
Described as:
Renewal of Mill of Kintail Bridge
On Concession Road 8,
1.9 km North of Clayton Road
Tenders shall be addressed and delivered to:
The Corporation of the Town of Mississippi Mills
3131 Old Perth Road, RR#2, Box 400
Almonte, Ontario K0A 1A0
FAX: (613) 256-4242
TEL: (613) 256-2064 ext. 229
ATT: Mr. Cory Smith
Public Works Technologist
Tenders shall be received until:
Thursday, April 11th, 2013 at 2:00pm
Contract Award, on or about:
Wednesday, April 17th, 2013
Work Completion Date:
Thursday, October 31st, 2013
Page 1
INFORMATION FOR TENDERS
A-2
Page 2
SCOPE OF WORK
The general scope of work includes, but is not necessarily limited to the following: replacement
of deck trusses and concrete deck with semi-integral prestressed box girders and concrete
deck/topping superstructure complete with parapet wall with standard railing. Other work
includes: Superpave asphalt, guiderails, grading.
A-3
COMPLETION AND SUBMISSION OF TENDERS
The correct Tender Form, as supplied by the Owner, must be used and in the possession of the
Owner on or before the Tender Closing Date and Time. Bids received after Closing Time will
not be considered.
The Tender must be legible, written in ink or typewriter, and all items must be bid where
stipulated with the unit price for every item and other entries clearly shown.
The bid must not be restricted by a statement added to the Tender Form or a covering letter, or
alterations to the Tender Forms provided by the Owner.
The Tenderer shall submit to the Owner:
a)
the Tender;
b)
the Tender deposit;
c)
the Agreement to Bond; and
d)
all Addenda issued by the Engineer or Owner with respect to this Contract.
A-4
TENDER DEPOSIT OR BID BOND
The Tender must be accompanied by:
1.
a certified cheque as a tender deposit, made payable to the Owner, to or greater than the
amount shown in the following table and must be enclosed in the same envelope as the
Tender; or
alternatively a Bid Bond will be accepted.
2.
TOTAL AMOUNT OF CONTRACTOR’S
TENDER
$ 250,000.01 to $ 500,000.00
$ 500,000.01 to $ 1,000,000.00
$ 1,000,000.01 to $ 2,000,000.00
$ 2,000,000.01 or greater
MINIMUM DEPOSIT/BID
BOND AMOUNT REQUIRED
$
19,000.00
$
40,000.00
$
75,000.00
$
150,000.00
The deposits of the two low tenderers shall be retained by the Owner until the Contract is
executed, save that if a Tenderer has not been requested by the Owner to execute the agreement
within thirty (30) days, the checks will be returned. The bid bonds will not be returned.
The checks of other tenderers will be returned within 10 (ten) days.
INFORMATION FOR TENDERS
Page 3
The Tenderer agrees that, if he should withdraw his Tender or fail for any reason to execute the
agreement or provide the required bonds or other documents required, the Owner will cash the
tender deposit check or cash the bond.
A-5
AGREEMENT TO BOND
Bidders must have the “Agreement to Bond” form of this Contract or an acceptable alternative
Agreement to Bond form completed by their Bonding Companies or an “agreement to provide a
letter of credit” completed by their bank or financial institute and the same must be submitted
with their Tender in order to validate their bids.
A-6
GUARANTEED MAINTENANCE PERIOD
The Guaranteed Maintenance Period shall be a period of one (1) year from the date of
publication of the Substantial Completion Certificate in the Daily Commercial News. During
this period, the Contractor shall maintain all work and carry out such repairs as directed by the
Engineer. Repairs, as requested by the Engineer, shall be undertaken within twenty-four (24)
hours of notice being given; otherwise, the Engineer shall have such repairs carried out by others
and charged against the Contractor.
The interim completion date has no relevance to the guaranteed maintenance period. The work
covered under the guaranteed maintenance period includes all work completed on this Contract
including all work completed as required up to the interim completion date.
A-7
MAINTENANCE BOND
Upon completion of this Contract to the satisfaction of the Engineer, the Contractor shall be
notified in writing of the acceptance of the works.
The Contractor shall be required to post a maintenance bond in the amount of twenty (20)
percent of the Contract price, to guarantee workmanship and materials for a period of twelve (12)
months from the date of publication of Substantial Completion in the Daily Commercial News.
Rather than post a new bond, the Contractor may elect to utilize the existing performance bond
reduced to the appropriate amount, provided that the maintenance period and coverage is shown
on the bond. Where a performance bond, in the form of a letter of credit, or a certified cheque
has been chosen, it will be held by the Owner until the twelve (12) month maintenance guarantee
period expires.
The interim completion date has no relevance to the term of the maintenance bond. The work
covered under the maintenance bond includes all work completed on this Contract including all
work completed as required up to the interim completion date.
INFORMATION FOR TENDERS
A-8
Page 4
INFORMAL OR UNBALANCED TENDERS
Tenders which are incomplete, conditional, illegible or obscure, or that contain additions not
called for, reservations, erasures, alterations or irregularities of any kind, may be rejected as
informal.
Tenders that contain prices which appear to be so unbalanced as likely to affect adversely the
interests of the Owner may be rejected.
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 shall
be corrected accordingly. The Owner reserves the right to waive informalities at his discretion.
A-9
PERFORMANCE BOND AND LABOUR AND MATERIAL PAYMENT BOND
A Performance Bond in an amount equal to one-hundred percent (100%) of the Tender total will
be required on acceptance of the Contract and prior to the commencement of any work. A
Labour and Material Payment Bond in an amount equal to fifty percent (50%) of the Tender total
will be required on acceptance of the Contract and prior to the commencement of any work. The
Bonds will be furnished by a satisfactory surety company with head office in Canada, or
authorized to carry on business in Canada. An acceptable alternative to providing bonds is
letters of credit in the above amounts furnished by a financial institution with a head office in
Canada or authorization to carry out business in Canada.
A-10 EXAMINATION OF SITE
Each Tenderer, at his convenience, must visit the site of the work before submitting his Tender
and must satisfy himself by personal examination as to the local conditions to be met with during
the construction and conduct of the work. He shall make his own estimate of the facilities and
difficulties to be encountered including the nature of the subsurface materials and conditions. He
is not to claim at any time after submission of his Tender that there was any misunderstanding of
the terms and conditions of the Contract relating to site conditions. The Contractor shall contact
the applicable water authority with respect to anticipated water levels during construction.
A-11 EXAMINATION OF CONTRACT DOCUMENTS
Each Tenderer must carefully examine all Contract Documents before Submitting his tender and
must satisfy himself by personal review of all details that there is no confusing information or
discrepancy that could lead to future claims. He shall make his own written inquiry during the
tendering period to ensure that he clearly understands all Contract conditions.
At any time after submission of his tender, the tender shall not claim that there was any
misunderstanding of the interpretation of the tender documents for the purpose of this tender.
The Contract Documents are deemed correct provided that the correct information is available at
least at one location in the Contract Documents.
INFORMATION FOR TENDERS
Page 5
A-12 ACCEPTANCE OR REJECTION OF TENDERS
The Owner reserves the right to reject any or all Tenders or to accept any Tender should it be
deemed in the interests of the Owner to do so, and, in particular, if only one Tender is received,
the Owner reserves the right to reject it.
Neither the Consulting Engineer nor any officer or employee of the Engineer has authority to
make or accept an offer or to enter into a Contract on behalf of the Owner or to create any right
against or to impose any obligations on the Owner. Recommendation of a Tender to the Owner
for acceptance does not constitute acceptance of the Tender by the Owner.
A Tender is accepted by the Owner and a Contract is made thereby between the Owner and a
Tenderer only when an Agreement is executed by the Owner and by the Tenderer, and the
acceptance of a Tender and the execution of an Agreement by the Owner is subject to the express
condition that the Owner receive Bonds, as required herein and in a form satisfactory to the
Solicitor for the Owner, within seven (7) days after notification of the execution of the
Agreement by the Owner and has been mailed to the Tenderer whose Tender has been accepted
as aforesaid.
The Owner shall not be responsible for any liabilities, costs, expenses, loss or damage incurred,
sustained or suffered by any Tenderer prior to, subsequent to, or by reason of the acceptance or
the non-acceptance of a Tender save as provided in the Contract. Tenders are subject to a formal
Contract being prepared and executed. The Owner reserves the right to reject any or all Tenders
and to waive formalities as the interests of the Owner may require without stating reasons,
therefore, and the lowest or any Tender will not necessarily be accepted.
A-13 SUBCONTRACTORS
The Tenderer shall give in the Form of Tender the name and address of each proposed
subcontractor used in making up his Tender stating the portion of work allocated to each. Any
changes in subcontractors require the approval of the Engineer.
A-14 INDEX AND REFERENCE NUMBERS
All index and reference numbers, in the Tender Form, plans specifications, etc., are given for the
convenience of the Contractor and as such must be taken only as a general guide to the item
referred to. It must not be assumed that such numbering is the only reference to each item, but
the plans and specifications as a whole must be fully read in detail for each item.
A-15 SCHEDULE OF ITEMS AND PRICES
The quantities shown in the Schedule of Items and Prices, furnished herewith, are for the sole
purpose of indicating to the Tenderer the general magnitude of the work. For any work done on
a unit price basis, the Contractor will be paid for a measured quantity at the unit price submitted
in the Tender, subject to the provisions of the General Conditions.
INFORMATION FOR TENDERS
Page 6
A-16 ABILITY AND EXPERIENCE OF TENDERERS
It is the purpose of the Owner not to award this Contract to any Tenderer who does not furnish
satisfactory evidence that he has the ability and experience in the class of work, and that he has
sufficient capital and plant to enable him to prosecute the work successfully and to complete it in
the time named in the Contract. The Tenderer shall give in the Form of Tender, three references
of projects of similar magnitude to the Mill of Kintail Bridge Renewal completed by the
Contractor. References to include project name, Owner, contact name and phone number.
A-17 SUCCESSFUL TENDERER - WORKPLACE SAFETY INSURANCE BOARD
The successful Tenderer shall provide to the Owner, prior to Contract signing, with a valid
Workplace Safety Insurance Board Certificate of Clearance to the satisfaction of the Owner and
have its validity updated as necessary.
A-18 SUCCESSFUL TENDERER - EXECUTION OF FORM OF AGREEMENT
The successful Tenderer shall execute, in triplicate, the Form of Agreement provided in the
Contract Documents. He shall do so within seven (7) days from the day of Contract Award.
A-19 SUCCESSFUL TENDERER - INSURANCE
The successful Tenderer shall at their own expense within 10 days of notification of acceptance
and prior to the commencement of work, obtain and maintain until the termination of the contract
or otherwise stated, provide the Corporation with evidence of:
Commercial General Liability Insurance
Commercial General Liability Insurance issued on an occurrence basis for an amount of not less
than $5,000,000. Per occurrence / $5,000,000. Annual aggregate for any negligent acts or
omissions by the contractor relating to its obligations under this Agreement. Such insurance
shall include, but is not limited to bodily injury and property damage including loss of use;
personal injury and advertising injury; contractual liability; premises, property & operations;
non-owned automobile; broad form property damage; owners & contractors protective;
occurrence property damage; products & completed operations; employees as Additional
Insured(s); contingent employers liability; tenants legal liability; cross liability and severability
of interest clause
Such insurance shall add the Corporation of the Town of Mississippi Mills as Additional Insured
with respect to the operations of the bidder. This insurance shall be non-contributing with and
apply as primary and not as excess of any insurance available to the Corporation.
INFORMATION FOR TENDERS
Page 7
Automobile Liability Insurance
Automobile liability insurance with respect to owned or leased vehicles used directly or
indirectly in the performance of the services covering liability for bodily injury, death and
damage to property with a limit of not less than $5,000,000. Inclusive for each and every loss.
Professional Liability Insurance (If applicable)
Professional liability (errors and omissions) insurance coverage shall be obtained for a limit of
not less than $1,000,000. If such insurance is issued on a claims made basis, coverage shall
contain a 24 month extended reporting period or be maintained for a period of two years
subsequent to conclusion of services provided under this Agreement.
Environmental Impairment Liability
The Tenderer shall effect and maintain Environmental Impairment Liability with a limit of not
less than $1,000,000. Per Incident /Annual Aggregate. Coverage shall include Third Party
Bodily Injury and Property Damage including on-site and off-site clean-up. If such insurance is
issued on a claims made basis, coverage shall contain a 24 month extended reporting period or
be maintained for a period of two years subsequent to conclusion of services provided under this
Agreement. Such insurance shall add the Corporation of the Town of Mississippi Mills as
Additional Insured with respect to the operations of the bidder. This insurance shall be noncontributing with and apply as primary and not as excess of any insurance available to the
Corporation.
The Policies shown above shall not be cancelled unless the Insurer notifies the Corporation in
writing at least sixty (60) days prior to the effective date of the cancellation. The insurance
policy will be in a form and with a company which are, in all respects, acceptable the Town.
Indemnification:
The successful Tenderer shall indemnify and hold the Corporation of the Town of Mississippi
Mills harmless from and against any liability, loss, claims, demands, costs and expenses,
including reasonable legal fees, occasioned wholly or in part by any negligence or acts or
omissions whether willful or otherwise by the bidder, its agents, officers, employees or other
persons for whom the bidder is legally responsible.
Upon Contract Award, the Contractor shall provide the Owner with a valid certificate of
insurance that references this Contract, confirms the above requirements and identifies major
exclusions in the policy.
INFORMATION FOR TENDERS
Page 8
A-20 SUCCESSFUL TENDER - TIME FOR COMPLETION AND LIQUIDATED DAMAGES
There are two milestone dates for which liquidated damages will apply on this Contract.
1.
2.
The Contractor is hereby notified that the maximum permitted time window for which
the structure / roadway is permitted to be fully closed to vehicular traffic is 90
consecutive calendar days commencing any day after July 2nd, 2013; however, with the
criteria that the structure / roadway must be fully reopened to vehicular traffic no later
than October 31st, 2013. The liquidated damages shall be an amount of fifteen hundred
dollars ($1,500.00) per day beyond October 31st, 2013 for which the structure / roadway
remains closed to vehicular traffic or for each and every day beyond the 90th consecutive
day for which the structure / roadway remains closed.
The successful Tenderer shall achieve substantial completion of all Contract work by
October 31st, 2013. The liquidated damages shall be an amount of fifteen hundred dollars
($1,500.00) per day beyond the October 31st, 2013 for which substantial completion has
not been achieved.
A-21 SUCCESSFUL TENDER - SUBMISSION OF DOCUMENTATION
The successful Tenderer shall submit the documentation required by Sections A-9, A17, A18 and
A19 of the Information for Tenderers, within seven (7) working days from the day of Contract
award.
If the successful Tenderer fails to submit the required documentation on time, the Owner may, at
its sole discretion, withdraw its acceptance of the Tender and the Tenderer shall have no recourse
whatsoever against the Owner.
A-22 SUCCESSFUL TENDER - COMMENCEMENT OF WORK
The successful Tenderer shall not commence the work until it has received a Commence Work
Order issued by the Owner.
Commence Work Order will be issued by the Owner expeditiously upon submission of all
required documents and signing of the Contract by both parties.
A-23 PROTECTION OF THE ENVIRONMENT
The Contractor will be fully responsible to carry out his work in a manner to comply with all
applicable regulatory requirements pertaining to air, water, land and noise pollution as specified
in the Environmental Protection Act. Initial contact regarding this project has been made with
the applicable agencies.
All required permits unless otherwise explicitly stated elsewhere in Contract Documents will be
the responsibility of the Contractor. All other environmental protection measures, which are not
INFORMATION FOR TENDERS
Page 9
specifically mentioned in the Contract Documents, but are required by environmental
regulations, shall be deemed to be included in the Tendered price.
A-24 TAXES
The Harmonized Sales Tax shall be included as indicated on the Form of Tender.
All other applicable taxes and duties shall be included in the tender prices.
A-25 SUPPLY OF MATERIAL
All materials supplied in this Contract shall be obtained from sources listed on the MTO
Designated Sources for Materials (OPSS 128), where such a list is available. The Engineer shall
be consulted for approval, if such a list does not exist.
A-26 TRAFFIC CONTROL
In addition to specified requirements outlined in Contract Documents, all traffic control
measures shall conform to MTO Temporary Conditions Manual - Book 7.
A-27 QUERIES DURING TENDER PERIOD
All queries regarding this project shall be address to:
Angela Knight, B.Eng.
GENIVAR Inc.
Tel: (613) 829-2800
Fax: (613) 829-8299
Email: [email protected]
A-28 ADVERTISEMENT OF SUBSTANTIAL COMPLETION
The substantial completion of this Contract shall be advertised in Daily Commercial News by the
Contractor. Proof of Advertising shall be provided to the Engineer.
MILL OF KINTAIL BRIDGE RENEWAL
THE CORPORATION OF THE TOWN OF MISSISSIPPI MILLS
CONTRACT NO. MMPW 13-05
SECTION “B”
FORM OF TENDER
(Photocopy this entire section for submission with the Tender)
FORM OF TENDER
INDEX
DESCRIPTION
PAGE
1.
Identification of Tenderer ............................................................................................ 1
2.
Declaration of Tenderer ............................................................................................... 2
3.
Addenda ....................................................................................................................... 5
4.
Schedule of Prices ........................................................................................................ 6
5.
Summary Sheet ............................................................................................................ 9
6.
List of References ...................................................................................................... 10
7.
List of Subcontractors ................................................................................................ 11
8.
Statutory Declaration ................................................................................................. 12
9.
Agreement to Bond .................................................................................................... 13
10.
Memorandum of Agreement ...................................................................................... 14
11.
Examination of Site / Contract Documents ............................................................... 15
FORM OF TENDER
THE CORPORATION OF THE TOWN OF MISSISSIPPI MILLS
CONTRACT NO. MMPW 13-05
MILL OF KINTAIL BRIDGE RENEWAL
1.
IDENTIFICATION OF TENDERER
A.
Tender by:
Telephone:
Fax:
Address:
Contact Person:
Position of Contact Person:
Alternative Contact:
E-mail:
Page 1
FORM OF TENDER
2.
Page 2
DECLARATION OF TENDERER
The Tenderer declares that:
(a)
No persons, other than the Tenderer, has any interest in this Tender or in the Contract proposed
to be entered into.
(b)
This Tender is made 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.
(c)
The several matters stated in the said Tender are in all respects true.
(d)
The Tenderer has carefully examined the locality and site of the proposed works, as well as all
the Contract Documents, and hereby accepts the same as part and parcel of this Contract, and do
as hereby tender and offer to enter into a Contract to do all the work, provide 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, and all other charges on the terms and
conditions, and under the provisions therein set forth, and to accept in full payment therefore in
accordance with the schedule of prices hereto annexed, and the Tenderer also agrees that this
offer is to remain open to acceptance until the formal Contract is executed by the successful
Tenderer for said work, and that the Owner may at any time without notice accept this Tender
whether any other Tender has been previously accepted or not.
(e)
The prices offered in this schedule take into account in all respects the cost of execution of the
work under all weather conditions and any water level.
(f)
The submission of this Tender is based on the terms and conditions of the draft form of
agreement included and any addenda identified herein. It is agreed that in the event of conflict
between the unit prices and definitions of this Tender Form, and those contained in the
specifications, then this Tender Form shall govern.
(g)
The work is to commence a maximum of seven (7) days after notice of Award has been issued.
(h)
In tendering for the work and in entering into the Contract, the Tenderer has investigated for
himself the character of the work to be done and all local conditions that might affect his Tender
of his acceptance of the work.
The Tenderer also declares that in tendering for the work and in entering into the Contract, he did
not and does not rely upon verbal information furnished by the Owner or Engineer.
The Tenderer hereby agrees that the work specified in this contract will be performed in strict
accordance with the following Provisions, Plans, Specifications and Conditions:
FORM OF TENDER
A.
Page 3
SPECIAL PROVISIONS
Special Provisions - General
Special Provisions - Items
B.
PLANS
Cover sheet of Contract Drawings
Drawings 1 to 15
C.
STANDARD DETAIL DRAWINGS
Standard detail Drawings referenced in the Contract Documents may be viewed online at
https://www.raqsb.mto.gov.on.ca/techpubs/ops.nsf/OPSHomepage.
D.
STANDARD SPECIFICATIONS
The following Ontario Provincial Standard Specifications apply to this contract and shall
include, where applicable, additional Specification Numbers referred to within the
Standard Specifications listed. Additional OPSS may be listed and are cross referenced in
the specific description of Work.
OPSS
Date
OPSS
Date
102
October 1992
706
November 2010
127
April 2012
721
November 2010
180
November 2011
802
November 2010
182
November 2012
804
November 2010
201
November 2011
805
November 2010
206
November 2010
902
November 2010
305
November 2008
904
November 2012
310
November 2012
905
April 2007
314
November 2004
908
April 2010
353
November 2010
909
April 2012
405
November 2008
914
November 2008
501
November 2010
922
November 2009
510
April 2010
928
April 2012
511
April 2011
930
May 1994
603
November 2012
The Contractor shall be responsible responsibility to obtain copies of the Ontario
Provincial Standard Specifications listed above. These will be available for viewing at
the Consultants Office during normal business hours.
FORM OF TENDER
E.
Page 4
GENERAL CONDITIONS OF THE CONTRACT
DATED at
(Witness)
this
day of
2013.
)
)
)
)
)
(Tenderer’s Signature)
(Seal)
NOTE:
(a)
If the Tenderer is a Corporation, the Corporate seal must be affixed under the
signature of a duly authorized officer or officers of the Corporation.
(b)
If the Tenderer is a Partnership, each member of the Partnership must sign in the
presence of a witness who must also sign.
(c)
If the Tenderer is not a Corporation or a Partnership, the Tenderer must sign in the
presence of a witness who must also sign.
FORM OF TENDER
3.
ADDENDA
The Tenderer will acknowledge receipt of all addenda and list them as follows:
Number
Dated
Initial
Number
Dated
Initial
Number
Dated
Initial
Number
Dated
Initial
Number
Dated
Initial
Number
Dated
Initial
Page 5
FORM OF TENDER
4.
Page 6
SCHEDULE OF PRICES
THE CORPORATION OF THE TOWN OF MISSISSIPPI MILLS
SCHEDULE OF UNIT PRICES
CONTRACT No.:
MMPW 13-05
SUBJECT:
Mill of Kintail Bridge Renewal
Item
No.
Spec
1
F-01
Item
Unit
Estimated
Quantity
Unit
Price
Amount
GENERAL
Sitework
LUMP SUM
$
-
F-02
Temporary Traffic Control including Detour Route
Signage during Construction
LUMP SUM
$
-
F-02
Navigable Signage
LUMP SUM
$
-
Environmental Protection / Erosion and Sediment
Control
LUMP SUM
$
-
Protection of Existing Utilities / Services, Bench
Marks and Water Intake Pipe.
LUMP SUM
$
-
F-05
Access to All Work Area, Work Platform and
Scaffolding
LUMP SUM
$
-
7
F-06
Maintenance of Detour
LUMP SUM
$
-
8
F-07
Testing During Construction
LUMP SUM
$
-
9
OPSS 510
m2
150
$
-
Earth Excavation Including all Removals
m
3
200
$
-
Remove Steel Beam Guiderail on Approaches
Including Filling of Post Holes with Compacted
Granular ‘A’
m
132
$
-
2
3
4
5
6
OPSS 706
OPSS 182,805
F-03
OPSS 603
F-04
OPSS 928
ROADWAY
10
11
OPSS 206, 510
OPSS 510
F-08
Remove Asphalt on Approaches, Full Depth
12
OPSS 510
Sawcut Asphalt Full Depth for Removals
m
10
$
-
13
OPSS 510
Sawcut Asphalt 20mm Depth for Expansion Joint
m
11
$
-
Granular ‘B’ Type II
tonne
200
$
-
Granular ‘A’
tonne
100
$
-
m2
110
$
-
tonne
55
$
-
242
$
-
14
15
16
17
18
19
20
21
OPSS 314, 501
F-09
OPSS 314, 501
F-09
OPSS 511
Rip Rap on Geotextile
OPSS 310
Superpave Level C 12.5mm PG 58-34 on
Approaches
2
OPSS 310
Tack Coat
m
OPSS 721
Steel Beam Guiderail with Channel, OPSD 912.130
or OPSD 912.140
m
90
$
-
Steel Beam Guiderail End Treatment (Private
Entrance), OPSD 912.531
each
1
$
-
Steel Beam Guiderail End Treatment (each 15.24m
long), OPSD 922.180
each
3
$
-
F-10
OPSS 721
F-10
OPSS 721
F-10
FORM OF TENDER
22
OPSS 721
F-10
23
OPSS 201
24
OPSS 802
25
OPSS 804
Steel Beam Guiderail Connection to Structure,
OPSD 912.430
Close Cut Clearing, Grabbing and Stripping of Top
Soil.
Topsoil (100mm thick), all Areas Disturbed and
Newly Created During Construction
Seed and Mulch, all Areas Disturbed and Newly
Created During Construction
each
4
$
-
m2
400
$
-
LUMP SUM
$
-
LUMP SUM
$
-
110
$
-
LUMP SUM
$
-
LUMP SUM
$
-
m
24
$
-
4
$
-
OPSS 511
27
F-11
Remove Existing Signage
28
F-11
New Permanent Roadway Signage
29
OPSS 353
Curb and Gutter
30
OPSS 353
Concrete Outlet for Curb and Gutter
each
31
OPSS 353
Asphalt Spillways
each
4
$
-
32
OPSS 305
Granular Sealing at Guiderail, OPSD 210.070
m2
300
$
-
LUMP SUM
$
-
Concrete Removal - Complete Deck
LUMP SUM
$
-
34
OPSS 510
OPSS.MUNI 928
F-12
m
2
26
33
R-10 Rip-Rap over Class II Non-Woven Geotexile
Page 7
STRUCTURAL
Remove Steel Railing and Concrete Posts (Over
Deck and Wingwalls)
35
OPSS 510
Remove Steel Girder Trusses, Bearing Plates and
Anchor Bolts
LUMP SUM
$
-
36
OPSS 902
Excavate for Structure
LUMP SUM
$
-
37
OPSS 510
Remove Steel Support Braces (Both Abutments)
LUMP SUM
$
-
OPSS 510
Remove Timber Knee Wall (Both Abutments)
LUMP SUM
$
-
38
39
40
41
42
43
44
45
46
OPSS.MUNI 928
Partial Depth Concrete Removals, Type C (Face of
Abutment Walls)
m2
3
$
-
OPSS 510
Remove Asphalt from Concrete Deck
m2
106
$
-
OPSS 510
Remove Deck Drains
each
6
$
-
LUMP SUM
$
-
20
$
-
F-12
OPSS.MUNI 928
F-12
Remove Concrete in Substructure
m3
OPSS 902
Rock Excavation (If Required)
OPSS 909
Pre-cast Prestressed Concrete Box Girders Manufacture
LUMP SUM
$
-
Pre-cast Prestressed Concrete Box Girders Delivery
LUMP SUM
$
-
Pre-cast Prestressed Concrete Box Girders Erection
LUMP SUM
$
-
16
$
-
F-13
OPSS 909
F-13
OPSS 909
F-13
Supply and Install New Elastomeric Bearings
(300mm x 300mm x 30mm thick)
47
OPSS 922
each
48
OPSS.MUNI 904
Concrete in Deck
LUMP SUM
$
-
49
OPSS.MUNI 904
Concrete in Parapet Walls (Structure and Wing
Walls)
LUMP SUM
$
-
50
OPSS.MUNI 904
Concrete in Wing Wall Support Slab
LUMP SUM
$
-
51
OPSS.MUNI 904
Concrete in Bearing Seats
LUMP SUM
$
-
52
OPSS.MUNI 904
Concrete in Side Walls
LUMP SUM
$
-
53
OPSS.MUNI 904
Concrete in Wing Walls
LUMP SUM
$
-
FORM OF TENDER
54
OPSS 721
Guiderail and Channel Anchorage, OPSD
3419.100
55
OPSS 930
Formed Surface Concrete Repairs (Face of
Abutment Walls)
56
OPSS 914
Bridge Deck Waterproofing
57
OPSS 310
Superpave Level C 12.5mm PG 58-34 on Bridge
Deck
58
OPSS.MUNI 904
59
60
Page 8
each
4
$
-
m2
2
$
-
LUMP SUM
$
-
tonne
25
$
-
Galvanized Deck Drains
each
6
$
-
OPSS 902
Granular Backfill to Structure
tonne
165
$
-
OPSS 405
Perforated Sub-drain (Including all accessories)
m
70
$
-
OPSS 405
Non-perforated Extension and Rodent Grating for
Sub-drains
each
4
$
-
Reinforcing Steel
tonne
2
$
-
Coated Reinforcing Steel
tonne
7
$
-
kg
200
$
-
LUMP SUM
$
-
300
$
-
LUMP SUM
$
-
$
-
HST (13%)
$
-
TOTAL CONTRACT PRICE
$
-
61
62
63
64
65
66
OPSS 905
F-14
OPSS 905
F-14
OPSS 905
F-14
OPSS 908
OPSS.MUNI 904
67
Supply Additional Coated Reinforcing Steel (As
Needed)
Railing on Parapet Wall
F-15
Dowels into Concrete (Including Detail at SW
Buttress)
F-16
Penetrating Concrete Sealer
each
FORM OF TENDER
5.
Page 9
SUMMARY SHEET
TOTAL
$
13% H.S.T.
$
TOTAL TENDER PRICE
$
Repeat total Tender price in writing
H.S.T. Registration #
The Contractor by this Tender, offers to complete this Contract in accordance with the terms contained
herein.
DATE AT
THIS
TENDERER’S SIGNATURE AND SEAL:
TENDERER’S POSITION:
Witness’s Signature:
Witness’s Position:
DAY OF
2013.
FORM OF TENDER
6.
Page 10
LIST OF REFERENCES
The following is a list of three (3) project references of the same magnitude as the Mill of Kintail Bridge
Renewal project we have completed to the full satisfaction of the Owner.
PROJECT NAME
1.
2.
3.
(Tenderer’s Initials)
OWNER
CONTACT NAME AND PHONE NUMBER
FORM OF TENDER
7.
Page 11
LIST OF SUBCONTRACTORS
The following is a list of Subcontractors which we propose to employ for this work.
SUBCONTRACTED WORK
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
(Tenderer’s Initials)
NAME AND ADDRESS
VALUE OF WORK
FORM OF TENDER
8.
Page 12
STATUTORY DECLARATION
DOMINION OF CANADA
(IN THE MATTER OF a Proposed Contract
(For the Mill of Kintail Bridge Renewal
(In the Corporation of the Town of Mississippi Mills
(Contract No. MMPW 13-05
(In the Province of Ontario
TO WIT
I,
Do solemnly swear that all the matters stated in this Tender are in
all respects true 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”.
(The Contractor shall provide the above information in writing and attach it to the tender form).
DECLARED before me at
)
of
)
in the
)
this
day of
2013)
A Commissioner, etc.
(Or Notary Public)
Persons tendering are required to fill in all blanks. Should uncertainty arise as to the proper manner of
doing so, the requisite information will, upon request, be given by the Consulting Engineer.
FORM OF TENDER
9.
Page 13
AGREEMENT TO BOND
We, the undersigned, hereby agree to become bound as surety for:
in a bond conforming to the Contract documents attached hereto, for the full and due performance of the
works of the Tender for:
as accepted by the Owner.
It is a condition of this agreement that if the above-mentioned Tender is accepted, application for a
Performance Bond (100% of Contract value) and Labour and Material Payment Bond (50% of Contract
value) shall be completed with the undersigned within seven (7) days of acceptance of the related
thereto, otherwise this Agreement shall be null and void.
DATE AT
THIS
DAY OF
2013.
WITNESS:
Signature of Authorized Person
signing for Bonding Company
(COMPANY SEAL)
Name of Bonding Company
Note: Use this form or attached equivalent.
(POSITION)
FORM OF TENDER
10.
Page 14
MEMORANDUM OF AGREEMENT
I/We
, the undersigned hereby acknowledge and
(Name of Contractor)
agree to meet or exceed health and safety requirements included in all Legislative Acts and Regulations
(including, but not limited to, The Occupational Health and Safety Act, The Pesticides Act, The
Explosives Act of Canada, The Workers’ Compensation Act and Workplace Hazardous Materials
Information System), as amended, and that failure to abide by these acts and regulations may result in
the Corporation of the Town of Mississippi Mills’ issuance of a stop work order, and, in the case of a
repetitive infraction, dismissal and cancellation of the contract or purchase order.
Furthermore, I accept that I or any worker in my employ found to be in violation of the Occupational
Health and Safety Act with respect to failure to wear protective clothing such as protective headwear,
protective footwear, protective eyewear and an approved safety vest (as applicable) may be dismissed
without prior notification. In such an event, I concur that the Corporation of the Town of Mississippi
Mills shall not be liable for any costs incurred by me as a direct result of such dismissal.
Dates this
day of
(Signature of Contractor)
(Witness)
(Authorized by a Representative from the Corporation of the Town of Mississippi Mills)
, 2013.
FORM OF TENDER
11.
Page 15
EXAMINATION OF SITE / CONTRACT DOCUMENTS
In submitting this Tender,
I/We
, hereby acknowledge the following:
(Name of Contractor)
1.
We have carefully examined all the Contract Documents and fully understand the scope and
overall nature of the work to be carried out under this Contract. We are fully aware of all of our
obligations under this Contract including, but not necessarily limited to, submission
requirements, work restrictions, permit acquisitions, authorities approvals, etc. Our Total Tender
Price submitted includes all costs associated with all equipment, labour, material and
transportation required to complete the work (including any and all necessary incidental work
whether or not explicitly detailed in the Contract Documents) and meet all of our obligations all
in strict conformance with the Contract requirements.
2.
We have carefully examined the site, field verified all as-built dimensions and made our own
assessment as to the overall nature of the work to be performed and any difficulties or delays
which may be encountered in order to complete the required work and have included all such
associated costs in our Total Tender Price. In examining the site and Contract Documents, we
are satisfied that the all the work required under this Contract can be successfully carried out in
strict conformance with the Contract requirements without changes to the Contract Documents.
3.
All work carried out under this Contract will be completed under the direct supervision of a
qualified Project Manager and a qualified Site Foreman. We will submit proof of qualification
for the Project Manager and the Site Foreman upon project award. We acknowledge that, should
personnel changes occur during the course of the project, equally qualified personnel will be
employed as a replacement, and proof of qualification will be submitted to the Owner. We
acknowledge that the Owner reserves the right, at his sole discretion, to accept or reject all
proposed personnel.
4.
All Workmanship will be the best quality, executed by workers experienced and skilled in the
respective duties for which they are employed. We will not employ any person unfit or unskilled
in their required duties. We acknowledge that the Owner reserves the right, at his sole
discretion, to require the dismissal from site, workers deemed incompetent, careless,
insubordinate or otherwise objectionable.
Dated this
day of
(Signature of Contractor)
(Witness)
, 2013.
MILL OF KINTAIL BRIDGE RENEWAL
THE CORPORATION OF THE TOWN OF MISSISSIPPI MILLS
CONTRACT NO. MMPW 13-05
SECTION “C”
CONTRACT AGREEMENT
CONTRACT AGREEMENT
Page 1
PROJECT:
THE CORPORATION OF THE TOWN OF MISSISSIPPI MILLS
MILL OF KINTAIL BRIDGE RENEWAL
CONTRACT NO. MMPW 13-05
THIS AGREEMENT made in triplicate this
day of
in the year 2013.
BETWEEN:
and
(Hereinafter called the
“Contractor”) of the
first part.
(Hereinafter called the
The Corporation of the Town of Mississippi Mills “Owner”) of the second
part.
WITNESSETH that the Contractor and the Owner, for the considerations hereinafter indicated,
undertake and agree as follows:
ARTICLE I
a)
This contract is for miscellaneous rehabilitative work in accordance with details set out more
specifically hereafter and as shown on the accompanying contract plans.
b)
The following documents, which have been signed or initialed in triplicate for identification by
both parties, are to be read herewith and form part of this present agreement for each Contract as
fully and completely to all intents and purposes as though all the stipulations thereof have been
embodied herein:
1.
2.
3.
4.
5.
6.
7.
8.
9.
This Agreement
Information for Tenderers
Form of Tender
General Conditions of Contract (including Supplementary General Conditions)
Special Provisions
Addendum No. __ to No. __
Ontario Provincial Standard Specifications and Drawings
Ontario Traffic Manual – Book 7, Temporary Conditions
Contract Plans
CONTRACT AGREEMENT
Page 2
ARTICLE II
The Contractor undertakes and agrees as follows:
a)
To provide, at his own expense, all and every kind of labour, machinery, plant, structures,
roadways, materials, appliances, articles and things necessary for the due execution and
completion of all the work set out elsewhere in this Contract and shall forthwith according to the
instructions of the Engineer commence the works and diligently execute the respective portions
thereof, and deliver the works complete in every particular to the Owner within the time
specified in the Contract.
b)
To grant the Owner the right to use completed portions of all Contract construction prior to
completion of the Contract without any addition compensation.
ARTICLE III
The Owner undertakes and agrees as follows:
a)
To pay the Contractor in lawful money of Canada for the performance of the work of each
Contract (subject to additions and deductions as provided in the General Conditions of the
Contract) at the unit prices set out in the schedule of unit prices, as described in the Form of
Tender, annexed to this Agreement. It is estimated (without limiting the foregoing) that the
aggregate payable under this Agreement will be in the amount of $
Dollars
(Including HST) based on the unit prices bid and applied to the measurements of the work.
b)
To make payments on account thereof upon the certificate of the Engineer (when the Engineer is
satisfied that payments due to Subcontractors have been made) as follows:
(i)
On the 25th day of each calendar month, the Contractor shall prepare and deliver to the
Engineer, for checking, a written estimate of the value of the labour and material
incorporated in the work of the Contract up to the 25th day of that month. The Engineer
shall, by the first day of the following month, issue in favour of the Contractor a
certificate for ninety percent (90%) of the value of labour and materials incorporated in
the work up to the first day of that month as estimated by the Contractor and approved by
the Engineer, less the aggregate of previous payments. Within thirty (30) days after
delivery by the Engineer to the Owner of each approved certificate, the Owner shall pay
to the Contractor the amount of the monies owing.
(ii)
Payment by the Owner of the ten percent (10%) holdback shall be in accordance with the
Construction Lien Act, and the provision of the following:
1.
Maintenance Bond as described in the Information for Tenderers.
2.
A satisfactory certificate of clearance from the Workplace Safety Insurance
Board.
CONTRACT AGREEMENT
Page 3
3.
A statutory declaration completed by a signing officer of the company
(Contractor) in a form satisfactory to the Engineer that all liabilities incurred by
the Contractor and his Subcontractors in carrying out the Contract have been paid
and that there are no liens, garnishes, attachments of claims relating to the work.
4.
Copy of the Publication of the Substantial Performance Certificate in the Daily
Commercial News.
ARTICLE IV
In the event that the Tender provides for and contains a contingency allowance, it is understood and
agreed that such contingency allowance is merely for the convenience of accounting by the Owner, and
the Contractor is not entitled to payment thereof except for extra or additional work carried out by him
in accordance with the Contract and only the extent of such extra or additional work as approved in
writing by the Owner.
ARTICLE V
No implied Contract of any kind whatsoever by or on behalf of the Owner shall arise or be implied from
anything in this Contract contained, nor from any position or situation of the parties at any time, it being
clearly understood that the express covenants and agreements herein contained made by the Owner shall
be the only covenants and agreements upon which any rights against the Owner may be founded.
ARTICLE VI
The Contractor declares that in tendering for the works and in entering into this Contract, he has either
investigated for himself the character of the work and all local conditions that might affect his Tender or
his acceptance of the work, or that not having so investigated, he is willing to assume and does hereby
assume all risk of conditions arising or developing in the course of the work which might or could make
the work, or any items thereof, more expensive in character, or more onerous to fulfill, than was
contemplated or known when the Tender was made or the Contract signed. The Contractor also declares
that he did not and does not rely upon information furnished by any methods whatsoever by the Owner
or Engineer, being aware that any information from such sources was not in any manner warranted or
guaranteed by the Owner.
ARTICLE VII
The Contractor and the Owner for themselves, their successors, and assigns, hereby undertake and agree
to the full performance of the covenants contained herein and in the Contract documents as listed in
Article 1 herein.
CONTRACT AGREEMENT
Page 4
ARTICLE VIII
The Contractor further agrees that he will (i) re-open the structure / roadway to vehicular traffic on or
before October 31, 2013 or after 90 Consecutive Calendar Days of road closure, whichever occurs
first and (ii) deliver the whole of the works completed in accordance with this agreement on or before
October 31, 2013.
The Contractor agrees that any monies due to the Owner as a result of non-completion of the works
within the time stipulated may be deducted from any monies due to the Contractor on any account
whatsoever.
ARTICLE IX
If and whenever either party hereto desires to give notice to the other party under or in connection with
this Agreement, such notice will be effectively given if sent by registered mail
To the Contractor at:
To the Owner at:
THE CORPORATION OF THE TOWN OF MISSISSIPPI MILLS
3131 Old Perth Road, RR#2, Box 400
Almonte, Ontario K0A 1A0
And to the Engineer at:
GENIVAR Inc.
2611 Queensview Drive, Suite 300
Ottawa, Ontario K2B 8K2
and will be considered as having been so given at the time of the deposit hereof in the post office.
CONTRACT AGREEMENT
Page 5
In witness whereof, the parties hereto have executed this Agreement the day and year first above written.
SIGNED, SEALED AND DELIVERED
In the presence of
)
)
)
)
)
)
) (SEAL) (Contractor)
)
)
)
)
)
)
)
) (SEAL) (Owner)
MILL OF KINTAIL BRIDGE RENEWAL
THE CORPORATION OF THE TOWN OF MISSISSIPPI MILLS
CONTRACT NO. MMPW 13-05
SECTION “D”
GENERAL CONDITIONS OF CONTRACT
(OPSS.MUNI 100, NOVEMBER 2006)
COPIES OF THE GENERAL CONDITIONS OF CONTRACT ARE AVAILABLE ONLINE AT
http://www.raqsb.mto.gov.on.ca/techpubs/ops.nsf/OPSHomepage
Alternatively, copies may be viewed at the offices of GENIVAR Inc.,
Monday to Friday from 8 am to 5:00 pm
MILL OF KINTAIL BRIDGE RENEWAL
THE CORPORATION OF THE TOWN OF MISSISSIPPI MILLS
CONTRACT NO. MMPW 13-05
SECTION “E”
SPECIAL PROVISIONS - GENERAL
Page 1
ENGINEER AND CONTRACT ADMINISTRATOR
Special Provision General No. – E01
2B
3B
For the purpose of this Contract the words: “Engineer” and “Contract Administrator” are equivalent.
DEFINITION OF CONSTRUCTOR
Special Provision General No. – E02
2B
3B
For the purpose this Contract, the Contractor will be the Constructor. Once the Contract is signed, the Contractor
shall be financially, legally and otherwise responsible for the site and detours until the project is completed. Under
no circumstances will the Contract Administrator reimburse, assist the Contractor or act as a mediator in any
claims that he may have against third parties or that third parties may have against him, or costs incurred or
arising from issues beyond the Contractor’s control.
EXISTING UTILITIES AND OPERATIONAL CONSTRAINTS
Special Provision General No. – E03
4B
5B
1.
The location of utilities where shown on contract drawings is diagrammatic and approximate only and the
exact location should be determined by consulting the municipal authorities and utility companies
concerned.
2.
The Contractor is solely and fully responsible for contacting all applicable utility companies for locates and
operational constraints, and for providing such utility companies with details of proposed work.
3.
The Contractor shall devise methodology of work and carry out the work in a manner as not to affect
utility and shall be fully responsible for adequate protection of utilities from damage during construction.
4.
The Contractor shall co-operate with utility companies which may need to carry work on utilities during
work on this contract.
5.
In addition to all other Contract requirements, the provisions contained in O.Reg. 213/91, Section 186
shall apply for work in the vicinity of all Hydro installations.
COMPLIANCE WITH THE OCCUPATIONAL HEALTH AND SAFETY ACT
Special Provision General No. – E04
7B
The Contractor shall be fully and solely responsible for compliance with the Occupational Health and Safety Act.
EMPLOYMENT
Special Provision General No. – E05
2B
23B
The Contractor and any Sub-Contractor of the Contractor shall
1.
employ only residents of Canada, and
2.
in employing persons, refrain from discriminating against any person by reason of race, religious views or
political affiliations.
OCCUPATIONAL HEALTH AND SAFETY ACT COMPLIANCE
Special Provision General No. – E06
20B
21B
An investigation into the presence of designated substances at the Kintail Bridge was performed in order to meet
the requirements of Section 30 of the Ontario Occupational Health and Safety Act, Revised Statutes of Ontario,
Page 2
1990, Chapter 0.1. The Canada Labour Code also stipulates under Part II, Section 124 that every employer shall
ensure that the health and safety at work of every person employed by the employer is protected. By having a
Designated Substances Report (DSR) conducted, the Project Manager will be able to inform his or her
employees, contractors, and tenants of any designated substances that may be present and possibly disturbed
throughout the duration of the project. The informed Project Manager will then be able to impose appropriate
health and safety precautions for all applicable personnel as required.
The designated substances identified in the Occupational Health and Safety Act and its corresponding regulations
are:
1. Acrylonitrile: O. Reg. 835 as amended by O.Reg. 153/08
2. Arsenic: O. Reg. 836 as amended by O. Reg.102/04
3. Asbestos:
.1 O. Reg. 837 as amended by O. Reg. 279/05
.2 O. Reg. 278/05 formerly O. Reg. 838
4. Benzene: O. Reg. 839 as amended by O. Reg.154/08
5. Coke Oven Emissions: O. Reg. 840/90 as amended by O. Reg.106/04
6. Ethylene Oxide: O. Reg. 841 as amended by O.Reg.107/04
7. Isocyanates: O. Reg. 842 as amended by O.Reg.108/04
8. Lead: O. Reg. 843 as amended by O. Reg.109/04, and the Surface Coating Materials. Regulations,
(S.O.R./2005-109)
9. Mercury: O. Reg. 844 as amended by O.Reg.110/04
10. Silica: O. Reg. 845 as amended by O.Reg.155/08
11. Vinyl Chloride: O. Reg. 846 as amended by O.Reg.112/04
12. PCB. O. Reg. 362 (as amended)
13. Halocarbons. O.reg. 463/10
Review the site, carry assessment of potential for contact with all designated substances and hazardous
substances and include provision to eliminate hazards of contact. For general information the work at site will also
involve contact with substances that may have adverse impact on health:
1. Roadway salts.
2. Bird droppings.
3. Exhaust Fumes from Vehicles and Machinery.
4. Fumes from asphalt.
5. Wood preservatives (guiderail removal and knee walls removal).
All contractors requesting tenders from subcontractors shall furnish this report to subcontractors.
PRODUCTS
Survey Results
1. Acylonitrile: Direct presence not identified.
2. Arsenic: Direct presence not identified
3. Asbestos: Direct presence not identified. Should substance resembling asbestos be detected, seek
advice from Contract Administrator.
4. Benzene: Identified in gasoline, paint thinners and tar.
5. Coke Oven Emissions: Direct presence not identified
6. Ethylene Oxide: Coolant in Vehicles.
7. Isocyanates: Direct presence not identified
8. Lead: Paint on the structure
9. Mercury: Identified, vehicle emission.
10. Silica: Identified Free crystalline silica is present in concrete and other cementitious materials such as
masonry, throughout the project area, including concrete removals and abrasive blast cleaning operations
of concrete and reinforcing steel.
11. Vinyl Chloride Monomer: Direct presence not identified
12. Polychlorinated Biphenyls (PCBs): Direct presence not identified
Page 3
13. Halocarbons: Direct presence not identified.
14. Cement/lime based mortar for masonry repairs and cementitious grouts.
.1 Follow requirements of the MSDS provided by the manufacturer of the product.
Implementation of the DSR Survey
Review the designated substance report and take the necessary precautions to protect the health and safety of
the workers and the environment. As per s. 30 (4) of the Ontario Occupational Health and Safety Act, the party
hiring the contractor (i.e., Ensure that the subcontractor for the project has received a copy of the designated
substance report prior to entering a binding contract for the supply of work on the project. As per s. 27 (2) (a,b,c,)
of the Ontario Occupational Health and Safety Act, while onsite, assure that supervisor shall take every
reasonable precaution in the protection of a worker.
The Contractor is further advised that the Designated Substances silica (Ontario Regulation Number R.R.O.
1990, Reg. 845), lead (R.R.O 1990, Reg. 843) and arsenic (R.R.O. 1990, Reg. 836) are generally present
throughout the Working Area, occurring naturally or as a result of vehicle emissions. Exposure to these
substances may occur as a result of activities by the Contractor such as sweeping, grinding, crushing, drilling,
blasting, cutting, and abrasive blasting.
IDENTIFICATION OF LOCAL REGULATORY AUTHORITIES
Special Provision General No. – E07
24B
25B
The following is provided for information only, to facilitate contact with and notification to regulatory authorities as
specified in the Contract Documents:
Regulatory Authority
MOE: Spills Action Centre (SAC)
1-800-268-6060
Notification Requirement
For notification of a spill to the environment
under the Environmental Protection Act
Municipality:
The Corporation of the Town of
Mississippi Mills
3131 Old Perth Road, RR #2, Box 400
Almonte, Ontario K0A 1A0
For notification of a spill to the environment
under the Environmental Protection Act
MOE: Ministry of the Environment
2430 Don Reid Drive
Ottawa, Ontario K1H 1E1
For Waste Management Approval under the
Environmental Protection Act
MNR: Ministry of Natural Resources – Kemptville
District
10 Campus Drive, Postal Bag 2002
Kemptville, Ontario K0G 1J0
For notification of the release of a deleterious
substance to a watercourse under the Fisheries
Act
DFO: Department of Fisheries and
Ontario Great Lakes Area
401 King Street West, P.O. Box 1000
Prescott, Ontario K0E 1T0
For notification of the release of a deleterious
substance to a watercourse under the Fisheries
Act
Oceans,
Page 4
Local Police: Ontario Provincial Police – Perth
Detachment
PO Box 160, 75 Dufferin Street
Perth, Ontario K7H 3E3
For notification of a Dangerous Occurrence
involving
dangerous
goods
under
the
Transportation of Dangerous Goods Act
Local Conservation Authority: Mississippi Valley
Conservation
4175 Highway 511, RR#2
Lanark, Ontario K0G 1K0
For notification of the release of a deleterious
substance to a watercourse under the Fisheries
Act
Water Survey of Canada
335 River Road
Ottawa, Ontario K1V 1C7
613-949-8297
Contact: Adam Dowler – Hydrometric Technologist
For notification of removal of bench mark and
protection of water intake pipe.
CONTROL OF EMISSIONS DURING STRUCTURAL WORK
Special Provision General No. – E08
26B
27B
1.0
SCOPE
This special provision describes the requirements for the control of emissions including but not limited to; dust,
abrasive blast medium and other debris generated from work on structures involving abrasive blast cleaning of
concrete and reinforcing steel, and the cutting and grinding, including scarification, of concrete.
2.0
SUBMISSION AND DESIGN REQUIREMENTS
The Contractor shall give the Contract Administrator written notice 3 working days prior to the start of abrasive
blast cleaning of concrete and reinforcing steel, and of the cutting and grinding, including scarification, of
concrete. The Contractor shall submit with the written notice a proposal describing the procedures/plans to
control the emissions of dust, abrasive blast medium and other debris from these operations and effluent from
sawcutting operations.
3.0
CONSTRUCTION
The Contractor shall take whatever measures necessary to ensure that dust, abrasive blast medium, and other
debris from work on structures involving abrasive blast cleaning of concrete and reinforcing steel, and the cutting
and grinding, including scarification, of concrete, do not:
(a)
(b)
enter any surface waters; or
escape beyond the right-of-way.
The measures may include:
(a)
(b)
(c)
(d)
termination of operations during periods of high wind;
the use of low dust generating technologies such as vacuum abrasive blasting;
vacuuming of surfaces to remove dust and debris; and
the use of temporary barrier walls or enclosures.
Excess materials shall be managed as specified in the Contract Documents.
Page 5
4.0
BASIS OF PAYMENT
Payment for the control of emissions during work on structures involving abrasive blast cleaning of concrete and
reinforcing steel, and the cutting and grinding, including scarification, of concrete, shall be deemed to be included
in the tender items requiring such control. Contractor shall bear all immediate, subsequent and consequential
costs associated with change in the schedule, staging, and methodology of the work.
STRUCTURAL REFERENCE PLANS AND REPORT
Special Provision General No. – E09
30B
31B
Information Available and Location
The following will be made available on the Town of Mississippi Mills website:
 A geotechnical investigation report by AME Materials Engineering, July, 2012;
The original drawing is found provided in the Contract; and the Past Emergency Repair Drawings for the braces
are available upon request.
AS-BUILT MARK-UPS
Special Provision General No. – E10
32B
3B
As-built mark-up drawings shall be supplied by the Contractor to the Contract Administrator within two weeks of
the final completion of the Contract. The Contractor shall submit as-built mark-up drawings which will consist of
all differences from the Contract drawings shown in red ink, and with references to the Contractor’s survey and/or
quality control inspection records noted beside each entry.
SPILLS REPORTING
Special Provision General No. – E11
34B
35B
Spills or discharges of pollutants or contaminants under the control of the Contractor, and spills or discharges of
pollutants or contaminants that are a result of the Contractor's operations that cause or are likely to cause
adverse effects shall forthwith be reported to the Contract Administrator. Such spills or discharges and their
adverse effects shall be as defined in the Environmental Protection Act R.S.O. 1980.
All spills or discharges of liquid, other than accumulated rain water, from luminaries, internally illuminated signs,
lamps and liquid type transformers under the control of the Contractor, and all spills or discharges from this
equipment that are a result of the Contractor's operations shall, unless otherwise indicated in the Contract, be
assumed to contain PCB's and shall forthwith be reported to the Contract Administrator.
This reporting will not relieve the Contractor of his legislated responsibilities regarding such spills or discharges.
SUBMISSIONS
Special Provision General No. – E12
36B
37B
The following submissions, but not limited to this list, shall be made to the Engineer for review a minimum of 2
weeks prior to beginning the work. Further submissions as required are listed in specific Sections of Work,
Ontario Provincial Standard Specifications and elsewhere in the Contract Specifications.
Shop Drawings
1.
Traffic Control / Traffic Management Plan, Detour Layout Plan, and Detour Road Maintenance Plan.
2.
All formwork, temporary supports, access platforms, suspended platforms, scaffolding, etc. shop drawings
signed and sealed by Engineers as specified in Contract.
3.
Environmental protection / erosion and sediment control plan.
4.
Reinforcing steel shop drawings including quantities and bar lists.
5.
Site Specific Health and Safety Plan.
6.
Protection plan / curing procedures for hot weather concrete operations.
38B
Page 6
7.
8.
Girder Shop Drawings signed and sealed by two professional engineers.
Shop Drawings for the erections/hoisting of the girders, signed and sealed by two professional engineers.
All shop drawings for formwork, shoring, temporary supports, access platforms, suspended platforms, scaffolding,
temporary supports, etc. shall bear the stamp and signature of two Professional Engineers licenced in the
Province of Ontario (Design and Check Engineers) who are specialists in the applicable field. The Design
Engineer shall carry a minimum of one million dollars professional liability insurance. Proof of insurance
shall be provided to the Contract Administrator prior to commencing work. The Design and Check
Engineer’s will be retained by the Contractor and costs for all such work shall be included in the Contract price for
the applicable item.
In addition to the submission of shop drawings as per the above, the Contractor shall submit a Certificate of
Conformance from the Design Engineer clearly and unequivocally stating that the formwork, shoring, temporary
supports, access platforms, suspended platforms, scaffolding, temporary supports, etc. have been installed in full
conformance with shop drawings. Any modifications made to erected components shall be clearly defined and
fully certified in the Certificate of Conformance. References such as ‘the erected component has been installed in
general conformance with the approved shop drawings provided that [missing component] is installed’ must be
further supplemented by another Certificate of Conformance from the Design Engineer certifying the [missing
component]. The Contractor must submit the Certificate of Conformance for each component prior to the use of
the component.
Material Information / Product Samples
1.
Concrete mix designs (separate mix design required for each concrete mix).
2.
Source of epoxy coated reinforcement and galvanized wire mesh.
3.
Asphalt mix design and asphalt supplier.
4.
Pavement markings.
5.
Epoxy grout for dowels.
6.
Proof of CSA welding certification from companies and individuals involved in welding on this project.
7.
Source / gradation for all granular materials.
8.
Tack coat.
9.
Mill Certificates for Structural Steel.
QUALITY CONTROL PROGRAM
Special Provision General No. – E13
39B
40B
In addition to the Contractor’s quality control requirements and any other quality control requirements as may be
specified elsewhere in the Contract, the following apply:
1.
2.
3.
4.
5.
6.
Concrete - no adjustment to concrete load on site will be allowed except air entrainment and
superplastisizer. All concrete not conforming to Specification will be immediately rejected.
Concrete Curing - no substitution to method specified will be considered.
Asphalt Pavement - the asphalt pavement will be tested as specified in F-07 Testing during Construction.
Waterproofing – the waterproofing membrane thickness will be inspected by the Engineer at the time of
application.
Reinforcing Steel Placement – reinforcing steel placement for all concrete repairs will be inspected by the
Engineer prior to placing concrete. Contractor to provide assistance.
Steel beam guiderail / guiderail end treatments – layout of posts (as completed by the Contractor) will be
reviewed by the Engineer prior to installing the posts.
Page 7
LIQUIDATED DAMAGES
Special Provision General No. – E14
50B
Fixed Completion Date and Charges
1.
Time
Time shall be the essence of this Contract.
2.
Progress of the Work and Time for Completion
The Contractor shall complete this Contract by the date specified in Contract.
If this time limit above specified is not sufficient to permit completion of the Work by the Contractor
working a normal number of hours each day or week on a single daylight shift basis, it is expected that
additional and/or augmented daylight and night shifts will be required throughout the life of the Contract to
the extent deemed necessary by the Contractor to ensure that the Work will be completed within the time
limit specified. Any additional costs occasioned by compliance with these provisions will be considered to
be included in the prices bid for the various items of work and no additional compensation will be allowed
therefore.
3.
Liquidated Damages
It is agreed by the parties to the Contract that in case all the Work called for under the Contract is not
finished or completed within the date of completion specified aforementioned or as extended in
accordance with subsection GC3.07, Extension of Contract Time, of General Conditions of Contract, April
2005, a loss or damage will be sustained by the Owner. Since it is and will be impracticable and
extremely difficult to ascertain and determine the actual loss or damage which the Owner will suffer in the
event of and by reason of such delay, the parties hereto agree that the Contractor will pay to the Owner
the sum of $1,500.00 as liquidated damages for each and every calendar days delay in finishing the work
beyond the date of interim and substantial completion prescribed. It is agreed that this amount is an
estimate of the actual loss or damage to the Owner which will accrue during the period in excess of the
prescribed date of completion.
FENCING THE CONSTRUCTION AREA
Special Provision General No. – E15
53B
54B
To restrict access by the public, the right-of-way adjacent to working areas shall be fenced before work
commences. Where the Contract Documents do not require chain link fence or where it is impractical to erect
chain link fence before work commences, the Contractor shall erect, maintain, remove and dispose of the
temporary snow fence required to restrict access. The requirement for fencing the work area is in addition to all
other requirements as may be specified elsewhere in the Contract Documents.
CONTRACTOR RESPONSIBILITY FOR DUST SUPPRESSION AND WATER FOR COMPACTION
Special Provision General No. – E16
5B
56B
Dust Suppression
The Contractor shall take such steps as may be necessary to prevent dust nuisance resulting from his operation
either within the right-of-way or elsewhere or by public traffic where it is the Contractor's responsibility to maintain
a road through the work.
Where the work requires the sawing of asphalt or the sawing or grinding of concrete, blades and grinders of the
wet type shall be used together with sufficient water to prevent the incidence of dust wherever dust would affect
traffic or wherever dust would be a nuisance to residents of the area where the work is being carried out.
Page 8
Water, calcium chloride flake or calcium chloride solution may be used for dust suppression and shall conform to
OPSS 506.
Water for Compaction
Water shall be used for compaction and shall conform to OPSS 501.
Basis of Payment for Dust Suppression and Water for Compaction
Payment for all labour, equipment and materials to do the work for dust control and water for compaction shall be
included in the applicable tender item(s).
Contractor shall bear all immediate, subsequent and consequential costs associated with change in the schedule,
staging, and methodology of the work.
ONTARIO PROVINCIAL STANDARD DRAWINGS
Special Provision General No. – E17
28B
29B
The completeness of the list of all required OPSD drawings is not guaranteed or implied. All other Standard
Drawings listed or required for completion of work, as well all referenced drawings are available at Engineer’s
business office during normal working hours.
PROTECTION OF ENDANGERED SPECIES
Special Provision General No. – E18
56B
Protection of Endangered Species
Governed by Ontario’s Endangered Species Act (ESA 2007) for all species listed on Species at Risk in Ontario
(SARO List). The act prohibits killing, harming, harassing, capturing, possessing, etc. any species that is
extirpated, endangered or threatened.
1.
Education / Training
Contractor shall retain the expert and assure that all personnel are educated about species on SARO List. The
Contractor shall provide a basic educational and training program and list of procedures relating to protection and
capture of SAR and especially EMR.
2.
Encounters with SAR
The Contractor shall not harm and adversely affect any wildlife encountered in the Contract. The Contractor is
responsible for ensuring all SAR sighted or encountered within the project limits are protected and relocated as
necessary.
The Contractor shall ensure that all SAR and especially EMR sighted/encountered within the contract limits, and
which are under immediate threat of harm from construction activities are captured live for relocation elsewhere.
The Contractor shall conduct a survey/search prior to any construction activity that may impact SAR during the
term of the Contract. The survey/search shall be conducted by a qualified individual trained in the recognition and
handling of SAR.
The Contract Administrator shall be contacted immediately in the event that any SAR species are encountered
within the contract limits. All SAR sightings, dead or alive, shall be reported to the Contract Administrator.
Page 9
3.
Information Available on Internet
General information regarding species at risk and the ESA 2007 is available at:
www.mnr.gov.on.ca/en/Business/Species
Contractor shall bear all immediate, subsequent and consequential costs associated with change in the schedule,
staging, and methodology of the work.
MUNICIPAL AND PROVINCIAL OPS SPECIFICATIONS
Special Provision General No. – E19
56B
Where both a Municipal and Provincial oriented OPSS exist for an OPSS referenced in the Contract Documents,
the Municipal (MUNI) OPSS will govern.
MILL OF KINTAIL BRIDGE RENEWAL
THE CORPORATION OF THE TOWN OF MISSISSIPPI MILLS
CONTRACT NO. MMPW 13-05
SECTION “F”
SPECIAL PROVISIONS - ITEMS
SITEWORK
Page 1 of 1
F-01
Scope of Work
The following work, activities and costs shall be included under this Item:
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
Bonds, administration and supervisory costs.
Mobilization and demobilization of equipment material and Contractor’s forces.
Schedules and cash flow forecast.
Site preparation for work.
Costs of all necessary approvals and permits as applicable.
Cost of building construction depot (laydown area) in a location acceptable to the Owner.
All c osts as sociated with locates, pr otection or t emporary relocation a nd r einstallation of ut ilities, i f
applicable and not specified in other areas of the contract.
Installation of temporary barricades, hoarding, fencing and other protection required.
Cost of supplying and maintenance of adequate sanitary facilities.
Scaffolding and ot her r equired ac cess t o per form t he w ork, i f not s pecified in other ar eas of t he
contract.
Costs as sociated with s ubmission of s hop dr awings, r ebar s chedules, pr oduct s ubmissions et c.,
including engineering and QVE.
Cost of advertising of Substantial Completion in Daily Commercial News.
Costs associated with access to private properties as required and obtaining written release from the
affected property Owners. Copy to be submitted to the Engineer.
Maintaining and reinstatement of existing road signs, mailboxes, etc.
All costs of any incidental work not specifically mentioned in the Contract Documents but required by
virtue of the work.
All costs associated with required environmental protection measures not specified elsewhere in the
Contract.
Contractor’s office.
Fencing of the Work area.
Cost of reinstating to their original conditions the Contractor’s laydown areas and office sites.
Supply, installation, m aintenance dur ing c onstruction an d r emoval of t emporary f encing as per
Special Provision General E015.
The Contractor shall submit a detailed Work Schedule and, if requested, a Projected Monthly Cash Flow Forecast
to the Engineer at the Pre-Construction Meeting.
The Projected Monthly Cash Flow Forecast shall indicate the projected cost of the work to be completed in each
calendar m onth of t he C ontract t erm, and s hall b e bas ed on t he C ontract pr ices and be c onsistent with t he
Detailed Work Schedule.
The C ontractor i s a dvised t hat no a dditional p ayment w ill b e m ade f or an y r epeated m obilization and
demobilization f or an y of t he c onstruction ac tivities c overed by this C ontract; interrupted b y weather or b y an y
other construction activity included in any part of this Contract.
Measurement and Basis for Payment
Payment at the Contract lump sum price for the Item “Sitework” shall be full compensation for all labour, materials
and equipment required to complete the work. Contractor shall bear all immediate, subsequent and consequential
costs associated with change in the schedule, staging, and methodology of the work. Payment for this Item shall
be made as follows:
-
20% upon commencement of on-site construction activity.
Remaining 80% to be prorated over the duration of the Contract as per the approved schedule.
TEMPORARY TRAFFIC CONTROL INCLUDING DETOUR ROUTE SIGNAGE DURING CONSTRUCTION
Page 1 of 4
F-02
OPSS 706 shall govern except as amended and extended herein:
Scope of Work
The Scope of work for the Item ‘Traffic Control’ includes, but is not necessarily limited to, the following:
1.
Vehicular and pedestrian traffic control and construction signing on Ramsay Concession Road 8 and all
other roads affected by construction activities, including all roads where detour signage will be located.
2.
All other provisions related to traffic control and traffic management including detour signage as required
carrying out the construction and facilitating the Contractor’s operations except where paid separately.
3.
The br idge will be fully c losed t o t raffic dur ing construction. U nder this I tem the C ontractor will s upply,
install, maintain, and remove upon completion, all traffic detour control signs, delineators, barricades, etc.,
as required by the Ontario Traffic Manual, Book 7 - Temporary Condition to close the bridge to traffic and
sign t he detour r oute. All s igns t o b e b ilingual. T he c losed l oop det our r oute w ill be east / west o n
Bennies Corners Road, north / south on Christina Street, east / west on Clayton Road and north / south
on Ramsay C oncession Road 7B. Ramsay Concession R oad 8 will b e ac cessible t o r esidences and
access to the Mississippi Valley Conservation.
4.
All s igns a nd levels of r eflectivity s hall c onform t o t he O ntario T raffic Manu al, Book 7 ( Temporary
Conditions). Signs shall be installed in strict conformance with Book 7.
5.
This item shall also include the supply and installation of a Physical Barrier at the limits of Contract on the
roadway t o prevent vehicles and pedestrians f rom entering the c onstruction zone. The physical barrier
shall b e ade quately i lluminated t o be c learly visible and di stinguishable dur ing ni ght c onditions. In
addition, construction fencing shall be installed around the construction area at all times.
6.
The C ontractor s hall b e r esponsible f or ens uring t hat al l c onstruction s igning i s m aintained i n t heir
specified location throughout the duration of the detour operation. The Contractor shall make two daily
inspections and maintain a daily log of time of inspection to be submitted to Contract Administrator prior
to final payment.
7.
All costs associated with the placement of temporary fill material, temporary asphalt (as may be required)
to accommodate vehicular and pedestrian access at affected properties shall also be included in the Item
‘Traffic Control’.
8.
As part of the work under the ‘Traffic Control’ Item, the Contractor shall circulate a notification letter to all
local residents and businesses on Concession 8 Road. The letter shall inform the residents / businesses
of t he upcoming project i ncluding s tart dat es, c ompletion d ates, Contractor’s nam e an d c ontact
information. A copy of the letter shall be submitted to the Engineer. The letter shall be circulated to all
residents no later than 1 week prior to the start date of construction.
9.
The C ontractor s hall b e r esponsible f or ens uring t hat al l c onstruction s igning i s m aintained i n t heir
specified location throughout the duration of the detour operation. The Contractor shall make two daily
inspections and maintain a daily log of time of inspection to be submitted to Contract Administrator prior
to final payment (refer to Daily Diary of Signs below for additional information).
10.
Supply, installation, maintenance during construction and removal of TC-67 information signs in locations
as i ndicated on t he C ontract D rawings ( total of 5 s igns r equired). T he t ext f or eac h s ign will be as
provided by the Contract Administrator.
11.
The Contractor shall install and maintain buoys across the water way along with all navigable signs.
TEMPORARY TRAFFIC CONTROL INCLUDING DETOUR ROUTE SIGNAGE DURING CONSTRUCTION
Page 2 of 4
F-02
Navigability Signage
The navigability requirements include, but are not necessarily limited to the following:
1.
2.
3.
Buoys with yellow f loaters shall be installed ac ross t he waterway r estricting ac cess t o t he c onstruction
area. A “closed for work” sign along with a keep-out sign shall also be installed and maintained during
the length of the construction.
In ac cordance with Section 5 of t he N avigable Waters Works Regulations, “No person shall permit any
tools, e quipment, v ehicles, t emporary s tructures or par t t hereof us ed or m aintained f or t he pur pose of
building or p lacing a work i n a na vigable water t o r emain i n s uch water after t he c ompletion of the
project.”
In accordance with Section 5 of the Navigable Waters Works Regulations, “Where a work or a portion of a
work t hat i s be ing c onstructed or m aintained i n a n avigable water c auses de bris or other m aterial t o
accumulate on the be d or on the s urface of such water, the Owner of t hat work or portion of that work
shall cause the debris or other material to be removed to the satisfaction of the Minister.”
Daily Diary of Signs
The C ontractor s hall m aintain a d aily, har dbound diary of t he s igns in us e for temporary and l ong-term t raffic
control. The diary shall be submitted with the final payment documents. For the duration of the contract and within
24 hours of a request by the Contract Administrator, the Contractor shall provide the Contract Administrator full
access to the daily diary of the signs. The following information shall be included in the diary:
i)
a schematic of the location of each existing sign by station, offset and height above pavement.
ii)
a schematic of the placement and re-location of all construction signs during each stage of construction
by station, offset and height above pavement.
iii)
traffic accidents including time of inspection, location of incident and photographs.
iv)
time of daily sign inspections.
v)
for mobile/moving operations the signing shall be in accordance with the Ontario Traffic Manual (OTM),
Book 7 - Temporary Conditions.
Amendments to OPSS 706
OPSS 706 is amended as follows.
706.02
REFERENCES
Section 706.02 References, is amended by the addition of the following:
ASTM International (formerly American Society for Testing and Materials):
ASTM D4956-01a - Standard Specification for Retroreflective Sheeting for Traffic Control
706.03
DEFINITIONS
Section 706.03 of OPSS 706 is deleted and replaced with:
Construction Signs: means al l t raffic c ontrol s igns and as sociated devices identified in t he O ntario T raffic
Manual ( OTM) i ncluding vehicles a nd s ign t railers, required t o s upport s igns and eq uipment t o s upply sign
lighting, including the contract information signs (TC-81), and excluding highway number markers. TC-71 signs
shall not be used.
TEMPORARY TRAFFIC CONTROL INCLUDING DETOUR ROUTE SIGNAGE DURING CONSTRUCTION
Page 3 of 4
F-02
Manual: means the “Ontario Traffic Manual, Book 7 – Temporary Conditions (Field Edition)” and “Ontario Traffic
Manual, Book 7 – Temporary Conditions (Office Edition)”.
706.05
Materials
Subsections 706.05.01, Reflective Surfaces, and 706.05.02, Signs, are amended by deletion of “M.U.T.C.D.” and
replacement with “Ontario Traffic Manual”:
706.07
CONSTRUCTION
706.07.01
Traffic Control Signing
Section 706.07.01, Traffic Control Signing, is amended by the deletion of “M.U.T.C.D.” and replacement with the
following: “Ontario Traffic Manual.”
Construction Signs Definition, Reflectivity Standard Requirement and Sign Light Intensity Change at
Twilight
Definitions
Section 706.03. Definitions, is amended by the deletion of the definition “Construction Signs” and its replacement
with the following:
Construction Signs: means all traffic control signs and associated devices identified in Book 7, including vehicles
and s ign trailers, required to support signs and equipment to supply sign lighting, excluding the Project
Information Sign and highway number markers.
Traffic Control Signing
Subsection 706.07.01, Traffic Control Signing, is amended by the addition of the following:
The f irst par agraph of s ubsection 706.07.01of O PSS 706 is am ended b y t he deletion of t he last s entence an d
replacement with the following:
A Project Sign shall be supplied, installed, maintained, and removed by the Contractor. The Project Sign shall be
maintained until the Certificate of Final Completion has been issued.
Subsection 706.07.01 is further amended by the addition of the following:
Lights on Lane Closure Arrow Signs (TC-12) shall change in intensity during the twilight period by 50%.
Section 706.07.01, T raffic C ontrol Signing, is am ended b y the deletion of “ M.U.T.C.D.” a nd r eplacement with t he
following: “Ontario Traffic Manual.”
Section 706.07.01, is amended by the addition of the following:
Measurement for Payment
For pr ogress pa yments, f orty ( 40) per cent of t he C ontract pr ice w ill be p aid u pon i nitial i mplementation of t he
traffic control plan. Fifty (50) percent will be prorated over the scheduled Contract duration and the remaining (10)
percent will be paid upon removal. No measurement and payment will be made whatsoever for any traffic control
provisions as may be required due to failure of Contractor to attain specified Contract completion date as all such
costs will be borne by the Contractor.
TEMPORARY TRAFFIC CONTROL INCLUDING DETOUR ROUTE SIGNAGE DURING CONSTRUCTION
F-02
Page 4 of 4
Basis of Payment
Payment at t he C ontract lump s um pr ice s hall be f ull c ompensation f or a ll l abour, equipment, and m aterial
required t o do t he work. I n t he c ase of d iscrepancies bet ween B ook 7 and t he C ontract Documents, t he
Contractor shall assume that the more expensive alternative will be employed.
Contractor shall bear all immediate, subsequent and consequential costs associated with change in the schedule,
staging, and methodology of the work.
ENVIRONMENTAL PROTECTION / EROSION AND SEDIMENT CONTROL
F-03
Page 1 of 4
OPSS 182 and OPSS 805 shall govern except as extended herein:
Scope of Work
The C ontractor will design, er ect, m aintain and remove u pon completion the protection schemes nec essary f or
performing the entire work without letting any concrete, debris or any construction materials enter the waterway,
to Authority approval and satisfaction. Implement, maintain and remove all erosion and sediment control
measures and removal of sediment accumulated by control measures.
Environmental Protection - General
The C ontractor is fully and s olely responsible f or compliance with Mississippi V alley Conservation as related to
protection of fish habitat and protection of the environment. Contractor is fully and solely responsible for
compliance with all Federal, Provincial and Municipal Acts and regulations as related to environmental protection.
Mississippi Valley Conservation
The Owner has made contact with the Mississippi Valley Conservation (MVC) regarding this project and obtained
a w ork per mit. A s par t of t he w ork under t his i tem, and i n a ddition t o all ot her E nvironmental and other
requirements, t he Contractor i s f ully an d solely responsible for abiding by all permit requirements i ncluding, but
not necessarily limited to, the submission of an Environmental Protection / Erosion & Sediment Control Plan to the
MVC for review and approval. The Contractor shall ensure that he allots sufficient time Environmental Protection
/ E rosion & Sediment C ontrol P lan review and appr oval (including an y necessary re -submissions as r equired),
etc. The Contractor’s Environmental Protection / Erosion & Sediment Control Plan to be submitted with the MVC
shall be designed, s igned and s ealed b y a qualified Professional E ngineer licenced i n t he Province of O ntario.
The i nstalled works s hall a lso be inspected by the D esign E ngineer an d a Certificate of Conformance s hall be
prepared and submitted to the MVC. Copies of the approved Plan and Certificate of Conformance shall be filed
with the Contract Administrator and the Contractor shall retain copies of the Plan and Certificate of Conformance
on site.
Contact information for MVC is as follows:
Douglas Nuttall, P.Eng., Water Resources Engineer
Mississippi Valley Conservation
4175 Highway 511
Lanark, Ontario K0G 1K0
Phone: 613-259-2421
A c opy of t he Mississippi V alley Conservation per mit i s at tached t o t his S pecial Provision. Copies o f ot her
correspondence from MVC are also attached (included after the permit).
Ministry of Natural Resources
The O wner has m ade c ontact with t he Ministry of N atural R esources ( MNR) r egarding this pr oject. It w as
established b y MNR t hat a w ork per mit w ouldn’t be r equired u nder t he P ublic La nds A ct. C opies of
correspondences with MRN are attached.
Erosion and Sediment Control Plan
General
The Contractor acknowledges that surface erosion and sediment runoff resulting from his construction operations
will have a detrimental impact to any downstream watercourse or sewer, and that all construction operations that
may i mpact up on water q uality s hall b e c arried o ut i n a m anner that s trictly m eets t he r equirements of al l
applicable legislation and regulations.
ENVIRONMENTAL PROTECTION / EROSION AND SEDIMENT CONTROL
F-03
Page 2 of 4
As s uch, t he C ontractor s hall be r esponsible f or c arrying out his o perations, and s upplying an d i nstalling an y
appropriate c ontrol measures, s o as t o pr event s ediment l aden r unoff from ent ering any s ewer or watercourse
within or downstream of the Working Area.
The C ontractor ac knowledges t hat n o on e m easure i s l ikely t o be 1 00% ef fective f or er osion pr otection and
controlling s ediment r unoff. T herefore, where n ecessary t he C ontractor s hall implement s equential m easures
arranged s o as t o ac hieve t he required level of s ediment and r unoff c ontrol. S uggested on-site m easures m ay
include, but shall not be limited to, the following methods: sediment ponds, silt fences, straw bales, filter cloths,
catch bas in f ilters, d ams a nd/or b erms, or ot her r ecognized t echnologies an d methods av ailable at t he t ime o f
construction. S pecific m easures s hall b e i nstalled i n ac cordance with t he r equirements o f O PSS 805 where
appropriate, or in accordance with manufacturer’s recommendations.
Where, in the opinion of the Contract Administrator or Regulatory Agency, the installed control measures fail to
perform adequately, the Contractor shall supply and install additional or alternative measures as directed by the
Contract Administrator or Regulatory Agency. As such, the Contractor shall have additional control materials on
site at all times which are easily accessible and may be implemented by him at a moment’s notice.
Before commencing the Work, the Contractor shall submit to the Contract Administrator six copies of a detailed
Erosion and Sediment Control (ESC) Plan. The ESC Plan will consist of a written description and detailed
drawings indicating the on-site activities and measures to be used to control erosion and sediment movement for
each step of the Work. The written description shall be signed by, and the drawings shall bear the stamp and
signature of a qualified Professional Engineer licensed in Ontario.
Contractor’s Responsibilities
The C ontractor s hall ensure t hat all workers, i ncluding s ub-contractors, i n t he Working A rea are aware o f t he
importance of t he er osion and s ediment c ontrol m easures and i nformed of t he c onsequences of t he f ailure to
comply with the requirements of all Regulatory Agencies and the specifications detailed herein.
The C ontractor s hall per iodically, and when r equested b y t he C ontract A dministrator, c lean out ac cumulated
sediment deposits as required at the sediment control devices, including those deposits that may originate from
outside t he c onstruction a rea. A ccumulated s ediment s hall b e r emoved i n s uch a m anner t hat pr events t he
deposition of t his m aterial i nto any s ewer or watercourse an d a voids dam age t o t he c ontrol m easure. T he
sediment s hall b e r emoved f rom t he s ite at t he C ontractor’s ex pense and m anaged in c ompliance with t he
requirements for excess earth material, as specified elsewhere in the Contract.
The C ontractor s hall i mmediately r eport t o t he C ontract A dministrator any ac cidental discharges of s ediment
material into either the watercourse or the storm sewer system. Failure to report will be constitute a breach of this
specification and t he C ontractor may a lso be s ubject t o t he pe nalties i mposed b y any ap plicable R egulatory
Agency. Appropriate response measures, including any repairs to existing control measures or the
implementation of additional control measures, shall be carried out by the Contractor without delay.
The s ediment c ontrol m easures s hall o nly b e r emoved when, i n t he op inion of t he C ontract A dministrator, t he
measure or measures, i s no l onger r equired. N o c ontrol m easure may b e per manently r emoved without pr ior
authorization from the Contract Administrator. All sediment and erosion control measures shall be removed in a
manner t hat a voids t he entry of an y e quipment, ot her t han ha nd-held equipment, i nto a ny watercourse, an d
prevents t he r elease of a ny s ediment or debris i nto an y s ewer or watercourse within or downstream of t he
Working Area. All accumulated sediment shall be removed from the Working Area at the Contractor’s expense
and m anaged in c ompliance w ith t he r equirements f or ex cess ear th m aterial, as s pecified el sewhere i n t he
Contract.
Where, i n t he opinion of e ither the C ontract Administrator or a R egulatory Agency, any of t he t erms s pecified
herein h ave n ot been c omplied with or per formed i n a s uitable m anner, or at a ll, t he Contract A dministrator or
Regulatory Agency has the right to immediately withdraw its permission to continue the work but may renew its
ENVIRONMENTAL PROTECTION / EROSION AND SEDIMENT CONTROL
Page 3 of 4
F-03
permission upo n being s atisfied t hat t he defaults or deficiencies i n t he performance of t his s pecification b y t he
Contractor have been remedied. No compensation will be owed or paid to the Contractor for the withdrawal of
permission t o do t he work resulting f rom nonc ompliance with t he r equirements of t his s pecification o r t he
Regulatory Agencies.
In addition to any other remedy and/or penalty provided by law, where there has been default or noncompliance
with any of the terms specified herein and the Contractor refuses to perform or rectify same within forty-eight (48)
hours of the receipt of the written demand of the Contract Administrator to do so, the Owner is hereby entitled to
enter upon the Working Area and either complete the work in conformity with the Contract or have the work done
that it considers necessary to complete the Work to its intended condition, whichever, in the Owner’s sole opinion,
is the most reasonable course of action. The Contractor and the Owner further agree that the costs incurred for
any s uch work s hall be r etained b y t he O wner f rom monies ot herwise du e t o the C ontractor, s hould a ny such
monies be available.
Erosion and Sediment Control details
The sediment control measures include, but are not necessarily limited to the following:
a)
b)
c)
d)
e)
f)
Silt curtains/fence barriers
Straw bale flow checkers
Turbidity curtain installed downstream of construction
Detention ponds/basins
Debris and effluent catchment system during removal of structure
Debris and effluent catchment system during construction of new structure
The C ontractor s hall d esign and c onstruct t he pr otection s cheme as nec essary t o ens ure t hat s ediment r un-off
does not enter the watercourse or is not transported downstream from the site.
Before pas sing water pum ped f rom ex cavations into the s tream, al l ex cessive s ediment s hould be r emoved b y
means of silt traps or sediment barriers across the stream.
1.
2.
3.
4.
5.
6.
7.
8.
Use erosion-resistant material, such as gravel fill with rip-rap or geotextile lining, in order to prevent the
entry of sediment into the watercourse.
Construction affecting water must not take place during spawning/incubation periods or major fish
migration periods, as determined by the Ministry of Natural Resources. Prevent any silt from excavation
and backfill from entering the waterway.
Equipment and materials should be stored well back from the water’s edge.
Do not clean concrete buckets, wheelbarrows, or shovels in water body. Instead wash them with hoses
so t hat r un-off is f iltered t hrough v egetation. Prevent t he entry of l ime, c ement or f resh c oncrete i nto
waterways.
The Contractor shall ensure that no contamination, waste, debris, construction materials or other
substances which m ay b e det rimental t o m arine l ife or qu ality of w ater shall e nter the w atercourse as
either a direct or indirect result of construction and the Contractor shall meet all requirements of
Government authorities and applicable agencies with respect to environmental protection.
The Contractor shall immediately clean up any spills or contamination, waste, debris, construction
materials or other substances which may be either detrimental to marine life or water quality. In the event
of a s pill, t he C ontractor s hall i mmediately c ommence a c lean-up op eration. T he C ontractor s hall be
liable f or al l dam ages an d/or c harges l aid which r esult, either d irectly or indirectly, f rom t he s pill, or
contamination of any kind, which result from its construction operations.
Filters (screens) shall be provided at the water intake of all pumps to prevent the entry of, or damage to,
fish and t he di scharge of t he w ater s hall be di rected i n a m anner t hat w ill pr event er osion of t he
watercourse bed and watercourse banks.
The Contractor shall release any stranded fish to the open portion of the watercourse without harm.
ENVIRONMENTAL PROTECTION / EROSION AND SEDIMENT CONTROL
F-03
Page 4 of 4
Anticipated Water Flows and Local Conditions
The Contractor must satisfy himself with the local conditions and anticipated water flows, levels and flow velocity
to be met with during construction. He shall make his own estimate of the facilities required and difficulties to be
encountered, including the nature of subsurface materials and conditions.
Peak Flows
The Contractor shall make his own estimate of the anticipated water flows during construction and construct the
work so that flow is not restricted.
Submissions to Engineer
In ad dition t o r equirements as det ailed elsewhere, t he C ontractor s hall s ubmit t o t he E ngineer s ix c opies of al l
protection schemes a minimum of 14 calendar days prior to proceeding with the work. The submission shall be
comprehensive and shall provide descriptions, working drawings and schedules that detail the sequence of this
work and the temporary protection systems.
The C ontractor w ill be r equired t o obt ain f urther p ermit(s) from t he A uthorities f or t he pr oposed pr otection
scheme. A copy of the permit(s) is to be submitted to the Engineer.
Permission t o pr oceed with t he work w ill be pr ovided if t he Engineer determines t hat a ll t he de tails of t he
Contractor’s oper ations m eet t he r equirements s pecified i n t he C ontract D ocuments and b y t he A uthority and
applicable Further Permits obtained by Contractor are filed with Engineer.
The not ification of t he pr oject w as pr ovided b y t he Owner t o T ransport C anada and Mississippi V alley
Conservation. Permits w ill be r equired, a nd C ontractor w ill be r esponsible f or obt aining s uch. T he c opy of
correspondence with agencies will be provided to Contractor upon Contract Award.
Ineffectiveness of Installed System
Whenever protection measures are found to be inadequate by the Engineer, changes shall immediately be made,
which will ensure watercourse, embankment, stream bed and fisheries protection, at no extra cost to the Owner.
Basis for Payment
Payment at the Contract lump sum price for the Item “Environmental Protection” shall be full compensation for all
labour, materials and equipment required to complete the work.
Measurement for Payment
Payment for this lump sum Item will be as follows:
30% upon installation of environmental protection,
55% to be prorated over the scheduled duration of the Contract per the approved schedule,
15% upon removal of all environmental protection.
Ministry of Natural Resources
Ministère des Richesses naturelles
Kemptville District
P.O. Box2002
10 Campus Drive
Kemptville, ONK0G 1J0
District de Kemptville
CP 2002
10 Campus Drive
Kemptville, ONK0G 1J0
Tel.: (613) 258-8204
Fax.: (613) 258-3920
Tél.: (613) 258-8204
Téléc.: (613) 258-3920
Thursday. Jan 10, 2013
Angela Knight - Genivar
2611 Queensview Drive, Suite 300
Nepean, Ontario
K2B 8K2
Attention: Angela Knight
Subject:
Project Name:
Our File No.
Information Request
Mill of Kintail Bridge Rehabilitation
KV/12/72
Subsequent to reviewing the information provided to this office as well as completing a
historical file review, it has been determined that no work permit under the Public Lands
Act is required from this office. Please note that it is your responsibility to obtain any
other permits that may be required under federal, provincial, municipal or conservation
authority legislation. Please note that these works do require approval under
Conservation Authority legislation. Please contact the Local Conservation Authority
if you haven't already done so.
Based on the information provided to this office on Dec 19, 2012 it is the understanding
of the Ministry of Natural Resources (MNR) that the project being proposed consists of
the following:






The replacement of the trusses with concrete girders (as per Schedule ‘A’);
The construction of new parapet walls (as per Schedule ‘A’);
Partial depth concrete repairs on the substructure (as per Schedule ‘A’);
All work will be completed within the municipal road allowance;
There will be no in-water work associated with improvements to the Mill of
Kintail Bridge Rehabilitation; and
During repairs and replacements appropriate erosion and sediment controls will
be in place;
1
The following recommended best management practices should be implemented:
 Avoid filling, dredging/excavation or aquatic vegetation removal in association with
the proposed works.
 Appropriate sediment and erosion control measures (i.e. silt curtain and/or other
method as required) should be in place around the perimeter of the work area prior to
and during any works to prevent any sediment from spreading to adjacent areas, and
these measures should remain in place until all disturbed areas on the work site have
been stabilized.
 There should be no in-water work between March 15th and June 30th of any year, to
address concerns relating to fisheries spawning and nursery periods.
 There shall be no in-water work between October 15th and March 15th of any year, to
address concerns related to reptile and amphibian hibernation periods and species at
risk.
 All sediment and erosion control measures should be inspected daily to ensure that
they are functioning properly and are maintained and/or upgraded as required.
 If the sediment and erosion control measures are not functioning properly, no further
work should occur until the sediment and/or erosion problem is addressed.
 Any disruption above the high water mark should be contained and/or stabilized to
ensure silt, sand, clay, organic material or any deleterious substances do not enter the
water body.
 No construction wastes should be disposed of within the water body.
 All disturbed areas at the work site should be stabilized as soon as possible after
project completion.
 The construction should be done during low water and not after a large precipitation
event if at all possible.
Please contact this office if there are any changes to the proposed work, or if the
project as described above does not adequately reflect the details of the proposal.
2
The Ministry of Natural Resources (MNR) Kemptville District has carried out a
preliminary review of the area in order to identify any potential natural resource and
natural heritage values. Please see below for a description of the findings.
Natural Heritage Values
The Ministry of Natural Resources (MNR) Kemptville District has carried out a
preliminary review of the area in order to identify any potential natural resource and
natural heritage values.
There are no known Natural Heritage Features (e.g. Provincially Significant Wetlands,
Areas of Natural and Scientific Interest, etc.) identified on or in close proximity to the
site.
Municipal Official Plans contain additional information related to natural heritage
features. Please see the local municipal Official Plan for more information such as
specific policies and direction pertaining to activities which may impact natural heritage
features. For planning advice or Official Plan interpretation, please contact the local
municipality.
Where natural values and natural hazards exist (e.g., floodplains), there may be additional
approvals and permitting required from the local Conservation Authority. The MNR
strongly recommends contacting the local Conservation Authority for further information
and approvals. Please see the MNR Kemptville Information Guide (2012) for contact
information pertaining to Conservation Authorities located within the Kemptville District
area.
The Natural Heritage Information Centre (NHIC) can provide additional information and
mapping as it pertains to natural heritage features and species at risk. The NHIC website
(including mapping tools) is available to all members of the public, for more information
please see the attached NHIC Information Sheet.
Water
Where the site is adjacent to or contains a watercourses or waterbodies, additional
considerations apply. If any in-water works are to occur, there are timing restriction
periods for which work in water can take place (see below). Appropriate measures
should be taken to minimize and mitigate impact on water quality and fish habitat,
including:
 including the installation of sediment and erosion control measures;
 avoiding removal alteration or covering of substrates used for fish spawning,
feeding, over-wintering or nursery areas; and
 debris control measures should be put in place to manage falling debris (e.g.
spalling).
A work permit from the MNR may be required pending further details regarding the
proposed works. No encroachment on the bed or banks of the waterbody (e.g. abutments,
embankments, etc.) is permitted until MNR approval and clearance has been issued. In
3
order for MNR staff to determine when a work permit is required, additional information
can include:
 Detailed drawings (existing and proposed)
 Location mapping
 Registered Plan survey
 Site photographs
 Public Lands Act Forms - application forms, ownership form and landowner
notification form.
The MNR does not have any water quality or quantity data available. We recommend
that the Ministry of the Environment be contacted for such data along with the local
Conservation Authority. For further information regarding fish habitat and protocols,
please refer to the following interagency, document, Fish Habitat Referral Protocol for
Ontario at: http://www.mnr.gov.ca/264110.pdf
Timing restriction periods in MNR Kemptville District*:
Warmwater  March 15 – June 30
 March 15 – July 15 for St. Lawrence River & Ottawa River
Coldwater
 October 1 – May 31
Mixed lakes  October 1 – June 30 (Big Rideau & Charleston)
* Please note: Additional timing restrictions may apply as it relates to Endangered and
Threatened Species, including works in both water and wetland areas.
Additional approvals and permits may be required for the proposed works as it relates to
the Fisheries Act. Please contact your local Conservation Authority and the Department
of Fisheries and Oceans to determine requirements and next steps. Where the Fisheries
Act is triggered and habitat compensation, mitigation measures or best management
practices are being considered; as the MNR is charged with the management of
Provincial fish populations, the MNR requests ongoing involvement in such discussions
in order to ensure population conservation. Furthermore, local Conservation Authorities
may also have additional approvals for works in and adjacent to water and wetland
features. Finally, Transport Canada’s Navigable Waters Protection Division may require
review and approval of the proposed project. Please contact these local agencies directly
for more information.
Timing restrictions apply from October 16 – March 15 to protect at-risk hibernating
turtles. If the proposed works are to occur during this time, the MNR recommends
fencing off the site in early fall to prevent turtle from hibernating there. Caution should
also be taken during the turtle nesting season in June and early July as turtles use
embankments and other terrestrial site for nesting. During the active season (April 1 –
October 30) the MNR recommends a thorough sweep of the area before works begin to
encourage any turtles using the site to move away.
Where drainage works are proposed within wetland areas, the MNR is concerned is the
impacts to the hydrology and ecology of the wetland, which may have impacts on species
and their habitats. For example, changing water levels as a result of drainage works may
4
impact turtles or affecting nesting birds, of which these species may be protected under
legislation such as the Endangered Species Act or the Fish and Wildlife Conservation
Act. Therefore a consideration for direct and indirect impacts to species and their
habitats is imperative.
Where drainage works occur within the originally approved drainage footprint, as per the
Drainage Act, there are no Public Land’s Act requirements from the MNR. However,
other MNR legislation may apply including, but not limited to the Endangered Species
Act, 2007
Species at Risk
With the new Endangered Species Act (ESA, 2007) in effect, it is important to
understand which species and habitats exist in the area and the implications of the
legislation. A review of the Natural Heritage Information Centre (NHIC), internal
records, and aerial photograph interpretation indicate that there is a potential for the
following Threatened (THR) and/or Endangered (END) species on the site or in
proximity to it:
 Sensitive Species (END)
 Bobolink (THR)
 Flooded Jellyskin (THR)
All Endangered and Threatened species receive individual protection under Section 9 of
the Endangered Species Act, 2007 (ESA). Species listed below receive both species and
general habitat protection under Section 10 of the ESA, 2007. Thus any potential works
should consider disturbance of possible important habitat (e.g. nesting sites).
Species receiving General Habitat protection:
 Bobolink (THR)
If the proposed activity is known to have an impact on the species mentioned above or
any other SAR, a permit under the Endangered Species Act, 2007 (ESA) may be
required. It is recommended that MNR Kemptville be contacted prior to any activities
being carried out to discuss potential survey and mitigation measures to avoid
contravention of the ESA.
Habitat has been identified within the project area that appears suitable for one or more
species listed by SARO as Special Concern (SC), or one or more Special Concern species
has been documented to occur either on the site or nearby. Species listed as Special
Concern are not protected under the ESA, 2007. However, please note that some of these
species may be protected under the Fish and Wildlife Conservation Act. Species of
Special Concern for consideration:
 River Redhorse (SC)
 Snapping Turtle (SC)
If any of these or any other species at risk are discovered throughout the course of the
work, and/or should any species at risk or their habitat be potentially impacted by on site
activities, MNR should be contacted immediately and operations be modified to avoid
5
any negative impacts to species at risk or their habitat until further direction is provided
by MNR.
Although this data represents the MNR’s best current available information, it is
important to note that a lack of information for a site does not mean that additional
features and values are not present. The lack of information for a species does not mean
that there are no Species at Risk (SAR) at the location or in the immediate area. The
MNR continues to strongly encourage ecological site assessments to determine the
potential for SAR occurrences, natural heritage features and values. When a SAR does
occur on a site, it is recommended that the proponent contact the MNR for technical
advice and to discuss what activities can occur without contravention of the Act. If an
activity is proposed that will contravene the Act (such as Section 9 or 10), the proponent
must contact the MNR to discuss the potential for a permit (Section 17). For specific
questions regarding the Endangered Species Act (2007) or SAR, please contact a district
Species at Risk Biologist at [email protected]. For more information regarding
the ESA (2007), please see attached ESA Information Sheet.
Please note: The advice in this letter may become invalid if:
 The Committee on the Status of Species at Risk in Ontario (COSSARO) reassesses the status of the above-named species OR adds a species to the SARO
List such that the section 9 and/or 10 protection provisions apply to those species.
 Additional occurrences of species are discovered.
 Habitat protection comes into force for one of the above-mentioned species
through the creation of a habitat regulation.
This letter is valid until: Fri. Jan 10, 2014
Sincerely,
Jenny Tighe
Resource Technician
[email protected]
Encl.\
-ESA Infosheet
-NHIC/LIO Infosheet
6
Natural Heritage
Information Centre
Land Information Ontario
Natural Heritage Information Centre: http://nhic.mnr.gov.on.ca/
Biodiversity Explorer (mapping): https://www.biodiversityexplorer.mnr.gov.on.ca/nhicWEB/main.jsp
Land Information Ontario: http://www.mnr.gov.on.ca/en/Business/LIO/index.html
Ontario Geospatial Data Exchange: http://www.mnr.gov.on.ca/en/Business/LIO/2ColumnSubPage/STEL02_167959.html
LIO Make-a-Map: http://www.mnr.gov.on.ca/en/Business/LIO/2ColumnSubPage/STDPROD_068999.html
Ontario Maps: http://www.mnr.gov.on.ca/en/Business/LIO/2ColumnSubPage/STDPROD_068512.html
The Natural Heritage Information Centre (NHIC)
compiles, maintains and distributes information on
natural species, plant communities and spaces of
conservation concern in Ontario. This information
is stored in a spatial database used for tracking this
information. The Centre also has a library with
conservation-related literature, reports, books,
and maps, which are accessible for conservation
applications, land use planning, and natural
resource management. The NHIC website makes
much of this information available through the
internet.
Natural Heritage Information Centre
300 Water Street, 2nd Floor, North Tower
P.O. Box 7000, Peterborough, ON, K9J 8M5
Tel.:(705) 755-2159 Fax:(705) 755-2168
Land Information Ontario (LIO) manages key
provincial datasets. LIO makes these and hundreds
of other data sets available to registered users at no
charge. LIO also coordinates public and private
sector organizations to collect high resolution
satellite imagery for Ontario providing significant
cost savings for all partners. Technical bulletins,
newsletters and more are available online. More
details regarding Ontario imagery and data can be
searched, ordered and accessed online.
LIO’s Ontario Geospatial Data Exchange (OGDE)
allows more than 400 public sector organizations to
easily share and use digital geographic information
under a single legal agreement. Membership is
available to eligible public organizations at no costs.
Through the website, Maps & Map Tools are made
available, including online mapping software: LIO
Make-a-Map.
Land Information Ontario
[email protected]
LIO Support Team: (705) 755-1878
Or for specifics, see online at:
http://www.mnr.gov.on.ca/en/Business/LIO/2Colum
nSubPage/STDPROD_068510.html
Additional Information pertaining to NHIC, LIO and other Natural Heritage and Data and Information tools is available in
the MNR Kemptville Information Request Guide (2012).
Ministry of Natural Resources
2012 Kemptville District
Endangered Species Act, 2007 &
Species At Risk in Ontario
Background
Endangered Species Act: http://www.e-laws.gov.on.ca/html/statutes/english/elaws_statues-07e06_e.htm
Species at Risk in Ontario List: www.mnr.gov.on.ca/en/Business/Species/2ColumnSubPage/246809.html
The Endangered Species Act (ESA) 2007 protects
both species and habitat. Section 9 of the ESA
“prohibits killing, harming, harassing, capturing,
possessing, collecting, buying, selling, trading,
leasing or transporting species that are listed as
threatened, endangered or extirpated”. Section 10
of the ESA, 2007 prohibits damaging or destroying
habitat of endangered or threatened species.
Protected habitat is either based on general
definition in the Act or prescribed through a
regulation. The ESA 2007 defines general habitat as
an area on which the species depends, directly or
indirectly, to carry on its life processes, including
reproduction, rearing, hibernation, migration or
feeding.
It is important to be aware that changes may occur
in both species and habitat protection. The ESA
applies to listed species on the Species at Risk in
Ontario List (SARO). The Committee on the Status of
Species in Ontario (COSSARO) meets regularly to
evaluate species for listing and/or re-evaluate
species already listed. As a result, species’
designations may change that could in turn change
the level of protection they receive under the ESA
2007. Also, habitat protection provisions for a
species may change e.g. if a species-specific habitat
regulation comes into effect. The regulation would
establish the area that is protected as habitat for
the species.
Ministry of Natural Resources
2011 Kemptville District
Information with respect to SAR can be found in the
online database at the Natural Heritage Information
Centre (NHIC) - http://nhic.mnr.gov.on.ca/nhic.cfm .
The NHIC compiles, maintains and distributes
information on species at risk and updates its
information on a regular basis. We encourage you to
routinely check the NHIC database to obtain the
most up to date SAR information for proposed work
locations. However, while the NHIC database is the
best available source of data, even when there are
no known occurrences documented at a site, there is
a possibility that SAR may occur at a proposed work
location.
All data represents the MNR’s best current available
information, it is important to note that a lack of
occurrence at a site does not mean that there are no
Species at Risk (SAR) at the location. The MNR
continues to encourage ecological site assessments
to determine the potential for other SAR
occurrences. When a SAR does occur on a proposed
site, it is recommended that the proponent contact
the MNR for technical advice and to discuss what
activities can occur without contravention of the Act.
If an activity is proposed that will contravene the Act
(such as Section 9 or 10), the proponent must
contact the MNR to discuss the potential for
application of certain permits (Section 17) or
agreement (Regulation 242/08).
For specific
questions regarding the Endangered Species Act
(2007) or species at risk, please contact a district
Species
at
Risk
Biologist
at
[email protected].
PROTECTION OF EXISTING UTILITIES / SERVICES, BENCH MARKS AND WATER INTAKE PIPE
Page 1 of 1
F-04
OPSS 603 shall govern except as amended and extended herein
Scope of Work
The scope of work under the Item ‘Protection of Existing Utilities / Services, Bench Marks and Water Intake Pipe’
includes, but is not necessarily limited to, the following:
•
•
•
•
The c ompletion of a l ocate survey to c onfirm l ocation / pr esence of al l ut ilities w ithin t he limits of
Construction.
The design, supply of materials, installation, maintenance during construction and removal of any and all
temporary support systems for existing utilities / services affected as a result of construction operations.
The Contractor shall ensure that all temporary support systems (as required) are designed, implemented
and maintained to the satisfaction of the Contract Administrator and the applicable authority.
The ex isting Bench Mar k on t he br idge will b e r emoved and r eturned t o the Water S urvey of C anada.
The B ench M ark w ill be r e-installed b y t he water s urvey of C anada following the r ehabilitation of t he
bridge.
The Water Intake Pipe is to be properly marked and protected during the length of the contract.
The Contractor is fully and solely responsible for contacting all applicable utilities / service companies which may
have utilities / services in the ar ea to obtain l ocates for s uch utilities / services. T he C ontractor shall follow all
guidelines, policies and other requirements as may be required by applicable utility / service companies in order
to properly and safely remove, protect and reinstate all such utilities / services. The Contractor shall be solely and
fully responsible for any and all costs associated with any damage to existing utilities / services or interruption to
service.
The i nformation provided b elow does not excuse the contractor from his duty to perform the necessary locates
and contacting any agencies, which may have utilities in the area and providing for their removal, protection and
reinstatement.
Submission Requirements
The C ontractor s hall s ubmit det ails r egarding hi s pr oposed methodology f or l ocating, ex posing, extracting and
protecting all affected utilities on this Contract to the Contract Administrator for review a minimum of 2 weeks prior
to c ommencing w ork. All s ubmissions s hall bear t he s eal and s ignature of a qualified Professional E ngineer
licensed in the Province of Ontario.
Measurement for Payment
There will be no measurement made for the above item, as it will be paid for by Lump Sum. Payment for this item
shall be prorated over the duration of the contract.
Basis of Payment
Payment at the C ontract lump s um pr ice for t his i tem s hall b e f ull c ompensation f or al l labour, m aterials and
equipment required to complete the work.
Contractor shall bear all immediate, subsequent and consequential costs associated with change in the schedule,
staging, and methodology of the work.
ACCESS TO WORK AREA, WORK PLATFORM AND SCAFFOLDING
F-05
Page 1 of 1
OPSS 928 shall govern, except as amended and extended herein.
Scope of work
Under this item, the Contractor will provide all access to the work (including work platforms, suspended work platforms,
scaffolding, zoom boom s, etc.) for all of t he w ork c overed under t he C ontract D ocuments. Under t his i tem, t he
Contractor will also provide full hands-on access to all areas of the structure as required by the Contract Administrator
in order for the Contract Administrator to sound areas, delineate repair areas and to inspect the Contractor’s work.
The platform used under the bridge during concrete deck removals is a demolition platform as defined in the OHSA
and shall be designed as such.
Submissions Required
All access platforms, work platforms, suspended work platforms, scaffolding, etc. required must be designed by a
Professional Engineers licensed in the Province of Ontario. The Contractor shall submit detailed shop drawings to the
Contract A dministrator f or r eview a m inimum of 14 calendar days prior to installation of any ac cess pl atforms,
scaffolding, etc. The shop drawings shall be sufficiently detailed and inclusive and shall be signed and sealed by two
Professional Engineers licenced in the Province of Ontario (carrying a minimum of $1,000,000.00 in Professional
Liability Insurance). Upon initial installation of the access platforms, work platforms, scaffolding, etc., a certificate of
compliance stating that the erected component has been installed in accordance with the signed and sealed by the
design Engineer shall be provided to the Contractor Administrator.
The Contractor will not be permitted to utilize the access platform, work platform, scaffolding, etc. until the Certificate of
Compliance is submitted to the Contract Administrator.
All shop drawings must be signed, sealed and dated by two Professional Engineers (design and check Engineers)
licenced in the Province of Ontario.
Notice to Contractor
In addition to all other requirements as provided in this Specification and required by other regulations, legislation, bylaws, etc., the Contractor is hereby notified that he shall carry our his operations in full compliance with the Ontario
Ministry of Labour’s Health and Safety Guideline entitled “Guidelines for Multi-Point Suspended Scaffolds (MPSS)”.
The guideline is attached to the Contract.
Measurement for Payment
There will be no measurement for payment for the item ‘Access to Work Area, Work Platform and Scaffolding’ as the
item will be paid by lump sum and the Contract price, prorated over the duration of the Contract.
Basis of Payment
Payment at the Contract lump sum price shall be full compensation for all labour, equipment and material required to
do the work. Contractor shall bear all immediate, subsequent and consequential costs associated with change in the
schedule, staging, and methodology of the work.
MAINTENANCE OF DETOUR
F-06
Page 1 of 1
Scope
The contractor shall make a daily inspection of the roadways along the detour routes and report to the Contract
Administrator any areas that require repair work.
Any r epairs out side of t he c onstruction zone will be repaired b y m unicipal s taff. The contractor w ill r epair t he
roadway within the contract limits.
Measurement for Payment
There will no measurement for payment for the Item ‘Maintenance of Detour’ as the item will be paid by lump sum
at the Contract price, prorated over the duration of the Contract.
Basis of Payment
Payment at the contract price for the above tender item shall be full compensation for all labour, equipment and
material to do the work.
The C ontractor s hall b ear al l immediate, s ubsequent and c onsequential c osts as sociated with c hange i n t he
schedule, staging, and methodology of the work.
TESTING DURING CONSTRUCTION
Page 1 of 2
F-07
All testing on this Contract are to be carried out and paid for by the Contractor.
1.
2.
3.
4.
Aggregate for Concrete
Concrete
Asphalt
Granular A and Granular B Type II materials and compaction
Aggregate for Concrete
All testing of aggregate will be in compliance with OPSS 1350. The testing of aggregate is to be carried out by a
recognized geotechnical laboratory.
Concrete
All work associated with the sampling, field testing, field curing and preparing test cylinders (including the supply
of s ingle us e c oncrete c ylinder m oulds) s hall be t he r esponsibility of t he C ontractor. T he C ontractor s hall be
responsible f or al l e quipment an d m aterials t o per form t he w ork. The C ontractor s hall b e r esponsible f or t he
delivery of concrete cylinders to a testing laboratory designated by the Contract Administrator, within 70 km of the
site. Field test data shall be supplied to the test laboratory with the concrete cylinders. All field test data shall be
recorded an d s upplied t o t he C ontract A dministrator. Where t esting d eficiencies ha ve b een identified, t he
Contractor s hall pr ovided additional t esting of t he h ardened c oncrete verifying t hat t he c oncrete m eets t he
contract r equirements. T he C ontractor s hall no te t hat, depending on t he s equence of hi s c oncrete p ouring
operations for various components, multiple separate trips to the testing laboratory may be required.
After each day’s work the Contractor shall submit, to the Contract Administrator, records of concrete air content,
slump, temperature, delivery time, all adjustments made to the air content and slump of the load of concrete after
delivery, and shall identify rejected material.
The Contractor shall be responsible for field sampling and testing of concrete as follows:
a.
Slump of concrete;
b.
Air content of plastic concrete;
c.
Temperature of plastic concrete; and
d.
The making and c uring of c oncrete c ylinders f or t esting ( including t he s upply of s ingle us e
concrete cylinder moulds).
Field testing and sampling of concrete shall be done by a person certified as a concrete field testing technician by
the Canadian Standards Association (CSA), or by the American Concrete Institute (ACI).
The person shall:
a)
b)
have s uccessfully c ompleted, as p art of t he c ertification r equirements, w ritten a nd pr actical
examinations w ithin t he l ast f ive years v erifying his/her c ompetence t o c arry out f ield t esting of
concrete (slump, air content, temperature and casting of cylinders), and
have in his/her possession, at all times field testing is to be performed, a card issued by the certifying
agency verifying the currency of the individual’s certification.
All concrete shall be field sampled and tested in conformance with this clause except as stated elsewhere in the
Contract.
The Contractor shall be responsible for field curing and transporting of the cylinders to the testing laboratory as
designated by the Owner. The Contractor shall be responsible for all aspects of the making and transportation of
cylinders required for e arly strength d etermination when required. One set of 4 cylinders will be t aken f or eac h
concrete pour . A ll t est r esults f rom t he c ylinders must r each t he minimum r equired s trength s pecified i n t he
Contract.
TESTING DURING CONSTRUCTION
F-07
Page 2 of 2
Before s tarting any c oncrete work on the Contract, t he Contractor s hall provide a p lan to the Contract
Administrator s howing h ow t he c uring an d h andling of t he c oncrete test c ylinders w ill b e c arried o ut t o en sure
compliance to the requirements of CSA Test Method A23.2-3C. The provision of such evidence does not negate
the liability of the Contractor for supplying the quality of concrete as specified in the Contract.
Asphalt
As a m inimum A /C c ontent, gr ain s ize di stribution/gradation of aggr egate, p hysical pr operties a nd M arshall
Properties a ll as r equired f or c ompliance with t he Contract t ested in t he l aboratory f rom f ield s amples f or
compliance with job mix formula.
Granular A and B: Gradation and Visual Appearance
Compaction i n t he field to be carried out by t he Contractor continuously when b ackfilling t he s tructure, pr ior t o
paving; shoulder compaction prior to sealer installation. Compaction is to be approved by the engineer.
Basis of Payment
Payment at the Contract price shall include full compensation for all labour, equipment and material required to
carry out all testing.
Contractor shall bear all immediate, subsequent and consequential costs associated with change in the schedule,
staging, and methodology of the work.
REMOVE STEEL BEAM GUIDERAIL
F-08
Page 1 of 1
All existing steel beam guiderail, posts, bolts and accessories shall be removed without any damage, and neatly piled
up and tied up into bundles.
The existing steel beam guiderail shall be delivered to the Town of Mississippi Mills yard depot.
GRANULAR ‘B’ Type II
GRANULAR ‘A’
F-09
Page 1 of 1
OPSS 314 and OPSS 501 shall govern, except as amended and extended herein.
OPSS 314.01 SCOPE
The scope of work for the Items ‘Granular A’, ‘Granular B Type II’ include, but are not necessarily limited to, the
following:
Granular A
Supply, placement and compaction of Granular A for roadway base material, shoulder and any other location to
the l imits as i ndicated on t he C ontract D rawings. G ranular A m aterial r equired for embankment widening for
guiderail and end treatment installations shall be included under this Item.
Granular B Type II
Supply, placement and compaction of roadway sub-base material, shoulder and any other location to the limits as
indicated on the contract drawings.
314.09 MEASUREMENT FOR PAYMENT
The contents of Section 314.09 are replaced with the following:
Measurement for payment for each Item will be based on total quantity of imported material calculated based on
tickets as ac cepted by t he C ontract A dministrator. N o m easurement f or pay ment w ill be made for any m aterial
excavated, s tockpiled i f nec essary, and r e-used as appr oved and/ or r equested by C ontract A dministrator. N o
measurement or additional payment will be made for any granular material required as a result of over excavation
beyond the limits as shown on the Contract Drawings. All submitted ticket to be clearly annotated by Contractor
where the material claimed in the ticket was placed.
Should Contract Administrator allow a re-use of excavated material in lieu of granular, re-used material will not be
measured for the payment.
In order for consideration to re-use of excavated material it must be compactable, free of contamination and frost,
complying with the contract requirements for gradation and is subject to written approval of the Contract
Administrator. The excavated material when approved for re-use may be used only in embankments.
Basis of Payment
The C ontract pr ice f or t he abov e i tems s hall i nclude f ull c ompensation f or all labour, equipment and materials
required to complete the work, including all compaction, water for compaction and all required calcium flakes for
dust suppression during all work of these Items and all other Items of work in Contract that generate dust. Backfill
to Structure is paid separately.
STEEL BEAM GUIDERAIL WITH CHANNEL, OPSD 912.130 or 912.140
STEEL BEAM GUIDERAIL END TREATMENT (PRIVATE ENTRANCE), OPSD 912.531
STEEL BEAM GUIDERAIL END TREATMENT (EACH 15.24m LONG), OPSD 922.180
STEEL BEAM GUIDERAIL CONNECTION TO STRUCTURE, OPSD 912.430
Page 1 of 1
F-10
OPSS 721 shall govern, except as amended and extended herein.
Scope of Work
The Items used on the project for the guiderails were specified as per MTO Standards. Under these combined
items the Contractor will install all guiderails and end treatments specified in the Contract. The end treatment is
defined as a specified on OPSD drawings length of guiderail and associated end treatment devices. The hardware
embedded in parapet walls are paid separately.
Guiderail End Markers
Guiderail end markers (4 locations – southeast, northeast, southwest and northwest corners) shall be installed under
this Item and the cost for these shall be deemed to be included in the tender price. Guiderail end markers are required
at the ends of end treatments.
Metal sign blanks for markers shall conform to OPSS 2001.
Guiderail End Markers shall be
- 25 cm x 25 cm square indicating the approach end of the guide rail system.
- 12.5 cm x 12.5 cm indicating the leaving end of the guide rail system.
The end marker shall be fastened to galvanized delineator posts such that one diagonal is oriented vertically. When
oriented in this fashion they shall bear the following green and white pattern:
a)
b)
The top half of the marker shall be green and the bottom half shall be white for markers which are to be
placed at the approaching end of the guide rail system.
The top half of the marker shall be white and the bottom half shall be green for markers which are to be
placed at the leaving end of the guide rail system.
End markers shall, as a minimum, employ materials conforming to the requirements of American Society for
Testing and Materials (ASTM) specification D4956-90 or it’s subsequent revisions for Type III (high intensity) and
Type IV (prismatic) materials.
The end markers shall be installed such that the reflective surface of the marker always faces near side
approaching vehicles and is a minimum of 1.2 m above the roadway. The steel delineator post shall be installed in
front of the guide rail system and at the same offset from centerline as main body of the guide rail system.
Basis for Payment
Contractor shall bear all immediate, subsequent and consequential costs associated with change in the schedule,
staging, and methodology of the work.
REMOVE EXISITING SIGNAGE
NEW PERMANENT ROADWAY SIGNAGE
Page 1 of 3
F-11
1.0
SCOPE
This specification covers the requirements for the permanent installation of new signs and support systems, and
the removal of existing signs.
2.0
REFERENCES
This specification refers to the following standards, specifications and publications:
Ontario Provincial Standard Specifications, Construction
OPSS 501
Compacting
Ontario Ministry of Transportation Publications
Ontario Traffic Manual Book 1B – Sign Design Principles
CSA Standards
O80, Series-08
O141-05
Wood Preservation
Softwood Lumber
ASTM International
A 123M-09
A 780-01
Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products
Repair of Damaged and Uncoated Areas of Hot Dip Galvanized Coatings
American Wood-Preservers’ Association (AWPA) Standard
P20-07
All Barrier Protection Systems
Others
National Lumber Grade Authority (NLGA)
Canadian Wood Preservers Bureau (CWPB)
3.0
DEFINITIONS
For the purpose of this specification, the following definitions apply:
Barrier Protection System means impermeable weather resistant boots or sleeves permanently affixed to lower
part of wooden posts.
Removal means to remove and dispose of an existing permanent sign and/or support system.
Sign/Sign Board means a traffic control device mounted on a fixed support, which conveys a specific message
by means of symbols and or words, and is officially erected for the purpose of regulating, warning, informing and
guiding traffic.
Sign Support System means a wooden or steel post(s) of s pecified dimensions, ha rdware, and m aterial
embedded vertically into t he gr ound for mounting sign(s) at a s pecified h eight above t he r oadway and gr ound.
The system may consist of a single, double, or triple post configuration.
Sign Hardware means m etal har dware including but no t l imited t o nuts, bol ts, w ashers, spacers an d l ockwashers for attaching sign(s) to sign support system(s).
REMOVE EXISITING SIGNAGE
NEW PERMANENT ROADWAY SIGNAGE
Page 2 of 3
F-11
4.0
MATERIALS
4.01
General
All m aterial s hall b e new, no r euse. T he ex isting s ignage shall be r emoved an d del ivered t o Yard of Town of
Mississippi Mills.
The Contractor shall select a sign support system for each sign assembly installation as specified in the Contract
Documents.
All c omponents s upplied by t he Contractor s hall be ac cording t o t he manufacturer’s s pecifications and t he
Contract D ocuments. All sign hardware shall be ho t di p g alvanized a ccording t o ASTM A 123M. New s ign
boards shall be supplied as specified in the Contract Documents.
4.02
Wood Posts
4.02.01
General
All wooden posts shall be in dressed sizes 89 ×89 mm and pressure treated with wood preservative as specified
in the C ontract D ocuments. Cut ends a nd f ield dr illed holes shall r eceive two applications of 2% c opper
napthenate wood pr eservative. Field app lied w ood pr eservative t hat c omes i n c ontact with any metal
components shall be removed immediately.
The tolerance on the cross-sectional dimensions of all wooden posts shall be ± 2 mm.
4.02.02
Wood Preservative
Wood preservative shall be according to CAN/CSA-O80, Series-08. For wooden posts with a barrier protection
system, the barrier protection system shall be according to AWPA P20 and the wood preservative treatment shall
be according to Use Category (UC) 3.2. For wooden posts without a barrier protection system, wood preservative
treatment shall be according to UC 4.1.
4.02.03
Marking of Wood for Identification of Grade and Species
All wooden posts shall be stamped for species and grading according to CAN/CSA-O141 by an approved agency
authorized by the NLGA. The stamp shall be visible after installation at least 1.8 m from the bottom of the post.
5.02.04
Marking of Wood for Identification of Preservative Treatment
All wooden posts shall be stamped for wood preservative treatment using a certification mark authorized by the
CWPB. The wood preservative stamp shall be visible after installation at least 1.8 m from the bottom of the post.
4.03
Metal Posts
4.03.01
General
All m etal pos ts, bol ts, w ashers and nut s supplied b y t he C ontractor s hall be a ccording t o t he manufacturer’s
specifications and Contract Documents. The posts shall be equivalent to dressed sizes 89 ×89 mm wood posts.
Damaged and cut areas of hot dip galvanized coatings on any galvanized components shall be repaired
according to ASTM A 780.
REMOVE EXISITING SIGNAGE
NEW PERMANENT ROADWAY SIGNAGE
Page 3 of 3
F-11
5.0
CONSTRUCTION
5.01
General
All breakaway a nd non -breakaway sign s upport s ystems s hall be i nstalled according t o the m anufacturer’s
specifications and Contract Documents at locations specified in the Contract Documents.
All sign boards shall be installed in accordance with the Ontario Traffic Manual Book 1B, and as specified in the
Contract Documents.
All signs shall be installed or removed at locations specified in the Contract Documents. Signs shall be installed
such t hat t hey do no t ob struct, and ar e n ot obs tructed b y, existing p ermanent s igns or ot her obj ects. The
Contractor shall notify the Contract Administrator prior to installation of sign supports if it is not possible to install a
new sign as indicated in the Contract Documents because of this requirement.
Signs shall be c overed temporarily for traffic operational r easons when directed b y t he C ontract Administrator.
Signs shall be covered so they are not visible to approaching motorists. The cover shall remain securely in place
until the signs are appropriate for display as directed by the Contract Administrator. The covering material shall
not damage or make any marks on the signs.
Acceptable material from post hole excavation shall be used as backfill around posts and compacted according to
OPSS 501. Any excess materials not designated to be incorporated as backfill shall be managed as specified in
the Contract Documents.
The posts shall be plumbed within a tolerance of  20 mm. The sign shall be levelled on a multiple posts system
within a tolerance of  10 mm.
Back-to-back signs may be installed on single or multiple posts. The sign support system shall be selected based
on the largest sign area on one side of the post.
5.02
New Signs
New sign boards shall be attached to new sign support systems with specified sign hardware.
The following new signs are to be added for both approaches: Wa-124 (900x900) sign with a Wa-24t (450x600)
Tab w ill be r equired on e ach appr oach. T hese signs should be placed 1 50m in advance of t he s tructure or a s
directed by Contract Administrator.
5.03
Removal of Signs
No portion of the removed sign, support system and sign hardware shall be left at the original sign location and
any excess materials shall be managed as specified in the Contract Documents. Holes resulting from removals
shall be repaired with compacted granular.
Removal of signs includes narrow bridge signs and load posting signs.
6.0
MEASUREMENT FOR PAYMENT
There will be no measurement for these Items.
7.0
BASIS OF PAYMENT
Payment at the Contract price for the above tender items shall be full compensation for all labour, Equipment and
Material required to do the work.
CONCRETE REMOVAL - COMPLETE DECK
PARTIAL DEPTH CONCRETE REMOVALS, TYPE ‘C’ (FACE OF ABUTMENTS)
REMOVE CONCRETE IN SUBSTRUCTURE
Page 1 of 9
F-12
OPSS.MUNI 928 is deleted in its entirety and replaced with the following:
928.01
SCOPE
This S pecial P rovision c overs t he r equirements f or t he r emoval of c oncrete f rom ex isting s tructures, ex cept b y
means of pressurized water (hydrodemolition) in order to facilitate structure rehabilitation. The Concrete RemovalComplete Deck includes removal of the curb. There is no specific information available of connection of trusses to
the deck other than what shown on original drawing provided in the Contract.
928.02
REFERENCES
This Special Provision refers to the following standards, specifications, or publications:
Ontario Provincial Standard Specifications, Construction:
OPSS 905
Steel Reinforcement for Concrete
Canadian Standards Association Standard:
CAN/CSA-S6-06
Canadian Highway Bridge Design Code (CHBDC)
928.03
DEFINITIONS
For the purpose of this Special Provision, the following definitions apply:
Concrete Crusher: means a piece of equipment fitted with a hydraulic attachment, such as a scissor type jaw,
used for the removal of concrete.
Concrete Removal – Partial Depth - Type C: means c oncrete r emovals o ther t han t he ones s pecified f or
Concrete R emovals – Partial D epth – Type A a nd T ype B that t ypically applies to ab utments, wingwalls, pi er
columns and caps, bearing seats, retaining walls and vertical walls of culverts and tunnels.
Concrete Removal Sequence: means a specified order of concrete removals within a stage to ensure structural
adequacy, stability and integrity throughout construction.
Concrete Removal – Structural Component: means concrete removals that typically apply to full or partial length
removals of en tire t hickness of dec ks, gi rders, d iaphragms, pi er c olumns and c aps w hich h ave an impact o n t he
structural adequacy, stability and integrity of a structure.
Design Engineer: means the Engineer retained by the Contractor to produce the Working Drawings
Design Check Engineer: means the Engineer retained by the Contractor to check the Working Drawings.
Layer - Reinforcing Steel: means two or more reinforcing bars placed in a plane parallel to a concrete face.
Mat - Reinforcing Steel: means transverse and longitudinal layers of reinforcing steel tied together.
Rehabilitation: m eans an y m odification, a lteration, or improvement to a s tructure or i ts c omponents, which i s
designed to correct defects or deficiencies.
Structure: means any bridge, culvert, tunnel, retaining wall, wharf, dock, guideway or any part thereof.
CONCRETE REMOVAL - COMPLETE DECK
PARTIAL DEPTH CONCRETE REMOVALS, TYPE ‘C’ (FACE OF ABUTMENTS)
REMOVE CONCRETE IN SUBSTRUCTURE
Page 2 of 9
F-12
928.04
SUBMISSION AND DESIGN REQUIREMENTS
928.04.01
General
The Contractor shall meet all submission and design requirements from other authorities, as specified elsewhere in
the Contract D ocuments. T he r equirements of t hese a uthorities s hall be s atisfied b efore c ommencement of
concrete removals.
928.04.02
Concrete Removal Equipment
The C ontractor s hall s ubmit t o t he C ontract Administrator identification of eq uipment a nd t he m anufacturer’s
published specifications for all concrete removal equipment to be used, one (1) week prior to the commencement of
the concrete removal operation.
928.04.03
Sawcutting Details
When i t is i ntended to c ut f ull t hickness t hrough a c oncrete c omponent b y the us e of s awing equipment, t he
Contractor shall submit to the Contract Administrator sawcutting details one (1) week prior to the intended
commencement of the sawcutting operation. The details shall include the following:
a)
Depth and location of sawcuts;
b)
Method used to prevent any contact with components that are to remain in place; and
c)
Method of collecting the effluent from the sawcutting operation.
928.04.04
Access to Work Areas, Platforms and Scaffolding
Whenever work platforms, scaffolding and access to work area are to be provided, the Contractor shall submit to the
Contract Administrator detailed drawings, for information purposes, prior to the installation.
928.04.05
Traffic and Pedestrian Protection
Unless otherwise specified in the Contract Documents, the Contractor shall submit to the Contract Administrator a
description of the traffic and pedestrian protection one (1) week prior to the commencement of the concrete removal
operation.
928.04.06
Concrete Removal - Structural Component
Concrete Removal - Complete Deck
928.04.06.01
Working Drawings
The Contractor shall submit 3 sets of Working Drawings to the Contract Administrator at least 7 Days prior to the
commencement of the concrete removals, for information purposes only.
All Working Drawings shall contain the following:
a)
Layout and description of concrete removal sequences and temporary supports.
b)
Clearances at existing and proposed structures.
CONCRETE REMOVAL - COMPLETE DECK
PARTIAL DEPTH CONCRETE REMOVALS, TYPE ‘C’ (FACE OF ABUTMENTS)
REMOVE CONCRETE IN SUBSTRUCTURE
Page 3 of 9
F-12
c)
The locations, loadings and detailed descriptions of heavy equipments and/or vehicles to be supported on
existing structures.
d)
Seal and s ignature of t he D esign Engineer a nd Design C heck E ngineer, a nd a statement c ertifying t hat,
based on the ex isting dr awings of t he s tructure and t he as sumption t hat these dr awings are a r ealistic
representation of the existing structure that the serviceability limit state and ultimate limit state requirements
of the CAN/CSA-S6 are satisfied.
Where multi-discipline engineering work i s depicted o n the Working D rawing, t he drawing s hall b e sealed
and signed by as many additional Engineers as necessary.
In all t hese c ases, t he Working D rawings s hall a lso i dentify interim s tages of work t hat r equire I nterim
Inspection by the QVE for the safe execution of concrete removal, such as:
- Installation of temporary support.
- Installation of temporary protection for traffic, people and properties.
- Structural strengthening or modification.
- Removal of existing dead load and/or earth pressure.
The Contractor shall have a copy of the Working Drawings on site at all times while the work is being carried out.
928.04.06.02
Certificate of Conformance
A C ertificate of C onformance s hall b e s ubmitted by t he Contractor upon c ompletion of t he designated c oncrete
removal for each structural component and/or the complete deck.
928.04.06.03
Design
The structural design and evaluation shall be carried out according to the CAN/CSA-S6.
The design assumptions for structural design and evaluation shall accurately represent the condition of the structure
during c onstruction, including but n ot limited t o t he effect of c oncrete r emovals on load distribution and m ember
resistance, support location and restraints, construction loads and construction staging and shall be based on the
existing drawings of t he s tructure a nd t he assumption t hat t hese dr awings are a r ealistic r epresentation o f t he
existing structure.
The weights of construction equipment shall be based on the manufacturer’s specifications. The minimum dynamic
load allowance for rig-mounted breakers and concrete crushers shall be 0.4. The load factors for construction live
loads shall be the same as for highway live loads.
928.06
EQUIPMENT
928.06.01
Sawing Equipment
The sawing equipment shall be capable of sawing the concrete along the lines and to the depths specified in the
Contract Documents.
928.06.02
Air Hammers
Air hammers shall be hand held and meet the following requirements:
CONCRETE REMOVAL - COMPLETE DECK
PARTIAL DEPTH CONCRETE REMOVALS, TYPE ‘C’ (FACE OF ABUTMENTS)
REMOVE CONCRETE IN SUBSTRUCTURE
Page 4 of 9
F-12
a)
Chipping hammers shall have a maximum weight of 9.0 kg prior to any handle modification where
applicable, and a maximum piston stroke of 102 mm.
b)
Jack hammers shall have a maximum weight of 14.0 kg.
c)
All hammers s hall have t he m anufacturer’s name a nd p arts or m odel number engraved on t hem b y t he
manufacturer. All information must be clearly legible.
The manufacturer’s published specifications shall be the sole basis for determining weight and piston stroke.
928.06.03
Rig-Mounted Breakers
Rig-mounted br eakers us ing pn eumatically dr iven e quipment s hall be f itted with a moil p oint on ly a nd pr oduce a
maximum energy of 1000 Joules per blow as per manufacturer’s specification.
928.06.05
Straight Edges
Two commercially made metal straight edges, in lengths of 1.5 m and 3 m shall be supplied.
928.07
CONSTRUCTION
928.07.01
General
Concrete s hall n ot be r emoved b eyond t he s pecified de pth a nd/or demarcated boundaries f or c oncrete r emoval
unless directed by the Contract Administrator.
The de pth of c oncrete r emoval s hall b e as s pecified i n t his Special Provision un less otherwise s hown on t he
Contract Drawings.
Upon c ompletion of t he c oncrete r emovals i n t he d emarcated areas, t he C ontractor s hall notify the C ontract
Administrator t o i nspect t he r emoval ar eas. A dditional ar eas of c oncrete r emovals i dentified by the C ontract
Administrator shall be removed according to this Special Provision.
928.07.02
Access to Work Area, Work Platform and Scaffolding
Adequate access s hall b e provided to the work ar ea including work pl atform and s caffolding as r equired f or t he
following:
a)
Concrete surveys by the Contract Administrator.
b)
Inspection of work and measurement of the quantities by the Contract Administrator.
928.07.03
Management of Excess Material
Excess m aterials r esulting f rom per forming t he work r equired under t his S pecial Provision s hall be r emoved and
managed as specified elsewhere in the Contract Documents.
CONCRETE REMOVAL - COMPLETE DECK
PARTIAL DEPTH CONCRETE REMOVALS, TYPE ‘C’ (FACE OF ABUTMENTS)
REMOVE CONCRETE IN SUBSTRUCTURE
Page 5 of 9
F-12
928.07.05.
Protection of Reinforcing Steel
The C ontractor s hall immediately n otify the C ontract A dministrator of an y ex posed r einforcing s teel v isible on t he
concrete s urface pr ior t o a nd a t an y t ime dur ing t he scarifying op eration. O perations s hall b e a djusted t o av oid
contacting the reinforcing steel with the scarifying equipment.
The C ontract A dministrator w ill d emarcate a n ar ea ar ound a ll ex posed r einforcing s teel. T he c oncrete s hall be
removed from within the demarcated area to the depth specified for the adjacent scarifying using chipping hammers
or as directed by the Contract Administrator.
Exposed r einforcing s teel shall not be c ut or r emoved, u nless o therwise directed i n writing by t he Contract
Administrator.
928.07.06
Reinforcing Steel in Concrete Removal Areas
The cutting, bending and removal of reinforcing steel, shall be done as part of concrete removals. T he cutting and
bending of reinforcing steel shall be according to OPSS 905.
All t he existing reinforcing steel s hall be r etied at e very s econd intersection point and s hall be s upported t o
maintain t he s teel m at i n i ts or iginal location. S upports s hall be p laced as r equired an d t ied s ecurely t o t he
reinforcing steel according to OPSS 905.
928.07.07
Operational Constraints
928.07.07.01
General
Concrete removal will n ot be permitted within 1 m of ne wly p laced c oncrete u ntil the n ewly p laced c oncrete h as
attained a compressive strength of 20 MPa.
Concrete s hall be r emoved in s uch a m anner as t o pr event d amage to the c oncrete to r emain i n place an d
debonding of reinforcing steel beyond the demarcated removal area. Reinforcing steel, prestressing tendons, shear
connectors, structural steel, utilities and all other components that are to remain in place shall not be damaged or
loosened.
Concrete debris shall be removed from the concrete removal area, on an ongoing basis, to ensure that concrete
removals do not exceed the demarcated boundaries and specified depths of removals and to prevent damage to
reinforcing steel and other components that are to remain.
Only equipment specified in this Special Provision shall be permitted for the removal of concrete.
Construction equipment will be permitted on the structure provided that all of the following conditions are met:
a)
Contamination b y oil or other de leterious s ubstances s hall be prevented. Contaminated c oncrete s hall be
removed according t o t he procedures f or “ Concrete R emoval – Partial D epth – Type A, B a nd C ” at t he
Contractor’s expense.
b)
Vehicles, r unways an d eq uipment ot her t han ha nd h eld eq uipment shall n ot b e s upported b y r einforcing
steel.
c)
Heavy vehicles such as ready mix concrete trucks or dump trucks will not be permitted on any portion of the
deck, within a span, once concrete removals within the deck have commenced in that span.
CONCRETE REMOVAL - COMPLETE DECK
PARTIAL DEPTH CONCRETE REMOVALS, TYPE ‘C’ (FACE OF ABUTMENTS)
REMOVE CONCRETE IN SUBSTRUCTURE
Page 6 of 9
F-12
All effluent from the sawcutting operation shall be managed as specified elsewhere in the Contract Documents.
928.07.07.02
Concrete Removal – Partial Depth Types C
Only chipping hammers shall be used for all partial depth concrete removals.
928.07.07.03
Concrete Removal - Structural Component
Concrete Removal - Complete Deck
928.07.07.03.01
Sawing Equipment
The use of sawing equipment, with the exception of perimeter treatments specified in clause 928.07.08.01.01 of this
Special Provision, will not be permitted for the removal of concrete:
a)
Within the lap length of reinforcing steel to remain in place;
b)
Within 100 mm from the edges and faces of structural steel members and concrete components to remain
in place.
928.07.07.03.02
Chipping Hammers
The use of chipping hammers will be permitted in all areas of concrete removal.
928.07.07.03.03
Jack Hammers
The use of jack hammers will not be permitted for the removal of concrete:
a)
For partial depth removals;
b)
Within 100 mm from concrete to remain in place;
c)
Within 25 mm of any reinforcing steel to remain in place;
d)
Within 100 mm from the edges and faces of structural steel members to remain in place.
928.07.07.03.04
Rig-Mounted Breakers
The use of rig-mounted breakers will not be permitted for the removal of concrete:
a)
In barrier walls, parapet walls and deck s labs supported by concrete girders, unless the girders are to be
removed;
b)
In barrier walls and parapet walls supported by steel beams, unless the deck slab is to be removed;
c)
Within the deck joint assembly;
d)
Located within a distance from concrete to remain in place equal to the sum of 600 mm and the specified
lap length of reinforcing steel to remain in place;
e)
Within 60 0 m m from t he e dge an d f aces of s tructural s teel m embers i ncluding s hear s tuds t o r emain i n
place.
CONCRETE REMOVAL - COMPLETE DECK
PARTIAL DEPTH CONCRETE REMOVALS, TYPE ‘C’ (FACE OF ABUTMENTS)
REMOVE CONCRETE IN SUBSTRUCTURE
Page 7 of 9
F-12
928.07.07.03.05
Concrete Crusher
The use of a concrete crusher will not be permitted for the removal of concrete:
a)
Within 2 m of concrete to remain in place;
b)
Within 1 m of reinforcing steel to remain in place;
c)
Within 30 0 m m from t he e dge an d f aces of s tructural s teel m embers i ncluding s hear s tuds t o r emain i n
place.
928.07.08
Concrete Removals
928.07.08.01
Concrete Removal – Partial Depth Types C
928.07.08.01.01
Perimeter Treatment of Concrete Removal Areas
Unless otherwise specified in the Contract Drawings, the perimeter treatment of a partial depth concrete removal
area shall be prepared according to the rehabilitation method to be used as follows:
a)
Concrete Overlay or Refacing - The perimeter of the removal area shall have a 1:1 sloped face for the
full depth of the removal area. The perimeter shall not be sawcut.
b)
Concrete Patches - Prior to carrying out concrete removal operations, the perimeter of the removal area
shall be sawn to a de pth of 25 m m or t o t he d epth of t he r einforcing s teel, whichever is l ess. T he
perimeter of t he r emoval area s hall ha ve a f ace pe rpendicular t o t he original concrete s urface f or t he
specified depth of the removal area.
928.07.08.01.02
Depth of Partial depth Concrete Removal Areas
Concrete shall be removed t o a un iform dept h of 25 m m behi nd t he f irst layer of r einforcing s teel. C oncrete
surrounding the second layer of reinforcing steel shall also be removed locally to provide a minimum clearance of
25 mm all around the reinforcing steel. Concrete removal beyond the second layer of reinforcing steel shall be
carried out only when directed by the Contract Administrator.
928.07.08.02
Concrete Removal - Structural Component
Concrete Removal - Complete Deck
Prior to carrying out concrete removals, the perimeter of the demarcated removal area shall be sawn to a depth of
25 mm or to the depth of the reinforcing steel, whichever is less, except for localized full depth repairs in the deck.
Prior to carrying out the concrete removals for localized full depth repairs in the deck, the perimeter of the removal
area o n t he t op s urface of the d eck s hall b e s awn t o a d epth of 25 m m or t o t he d epth of t he r einforcing s teel,
whichever is l ess. A fter c oncrete removals f rom t he t op of t he d eck are completed, the p erimeter of the removal
area along the soffit shall be squared off by sawcutting to a depth of 25 mm or to the depth of the reinforcing steel,
whichever is less. The concrete removals shall be completed from the soffit using chipping hammers.
928.07.08.03
Concrete Removal – Deck Joint Assemblies
The ex isting d eck j oint assemblies including j oint f iller m aterials a nd s urrounding c oncrete s hall be r emoved
according to the requirements of the Contract Drawings and this Special Provision.
CONCRETE REMOVAL - COMPLETE DECK
PARTIAL DEPTH CONCRETE REMOVALS, TYPE ‘C’ (FACE OF ABUTMENTS)
REMOVE CONCRETE IN SUBSTRUCTURE
Page 8 of 9
F-12
928.07.09
Remedial Work
The C ontractor s hall n otify t he C ontract Administrator i n writing immediately if a ny of t he f ollowing work r elated
defects are present with an explanation of the cause and extent of the defect:
a)
Damage to concrete beyond demarcated removal areas;
b)
Damage to concrete not specified for removal and damage to reinforcing steel specified to remain;
c)
Damage to structural steel and other components that are to remain in place;
d)
Contaminated concrete.
Areas of defects shall be repaired at the Contractor’s expense. A proposal for the remedial work shall be submitted
to the Contract Administrator for review. The Contractor shall not proceed with repairs until approval of the proposal
has been received.
928.08
QUALITY ASSURANCE
928.08.01
Acceptance or Rejection
After the concrete removals are completed in the areas designated for removal, the work will require inspection by
the Contract Administrator to determine if there are any additional removals within the demarcated areas and along
the perimeter, to verify that the concrete has been removed to the specified depth and dimensions and identify the
presence of any d efects i n the work. The C ontract A dministrator will demarcate any a dditional ar eas of concrete
removal.
The following work related defects are unacceptable and will be subject to remedial work:
a)
Damage to concrete beyond demarcated removal areas;
b)
Damage to concrete not specified for removal and damage to reinforcing steel specified to remain;
c)
Damage to structural steel and other components;
d)
Contaminated concrete.
928.09
MEASUREMENT FOR PAYMENT
928.09.01
Actual Measurement
928.09.01.01
General
There will be no m easurement f or concrete removed under r emedial work of this Special P rovision to c orrect the
work related defects, and concrete not designated for removal by the Contract Administrator.
928.09.01.03
Concrete Removal - Partial Depth Types A, B and C
928.09.01.03.01
By Area
Measurement will be of the area of concrete removed in square metres. The depth of removal shall be as specified
in the Contract Drawings.
CONCRETE REMOVAL - COMPLETE DECK
PARTIAL DEPTH CONCRETE REMOVALS, TYPE ‘C’ (FACE OF ABUTMENTS)
REMOVE CONCRETE IN SUBSTRUCTURE
Page 9 of 9
F-12
2
The total area will be calculated to the nearest 0.1 m .
928.09.02
928.09.02.01
Non Measurement
Concrete Removal – Structural Component
Concrete Removal – Complete Deck
When the above tender item(s) is paid by the lump sum method there will be no measurement for payment for this
tender item(s).
928.10
BASIS OF PAYMENT
Payment at the Contract price for the above tender items shall be full compensation for all labour, equipment and
materials to do the work.
There is no information available with respect to possible deck connection to the trusses and floor beams as related
to t he “ Concrete R emoval - Complete D eck”. T he only available i nformation i s t he or iginal design drawings. No
connection is shown on the Contract Drawings. Under no circumstances will a claim be exercised on account that
there m ay b e m echanical c onnectors bet ween t he t russes an d t he dec k t hat prevents e asy separation of t he
concrete deck from the trusses.
PRE-CAST PRESTRESSED CONCRETE BOX GIRDERS
F-13
Page 1 of 2
OPSS 909, February 1993, shall govern except as amended and extended herein.
SCOPE OF WORK
The section is amended by the addition of the following:
Manufacture of Pre-cast Prestressed Concrete Box Girders
The work under this Tender Item shall include the design and manufacture of the precast prestressed concrete
box gi rders. Work i ncludes i nstallation of “ Form-Saver t ype inserts f or c onnection of r einforcing as well as
supplying of end threaded coupling bars m atching the inserts. Inserts and t hreaded coupling bars to be e poxy
coated, galvanized or stainless steel.
Delivery of Pre-Cast Prestressed Concrete Box Girders
The work under this Tender Item shall include the delivery to the site of prestressed concrete box girders. This
item includes the cost of any oversize and overweight permits required for delivery and transportation as well as
any costs associated with transportation of the girders via public road network.
Erection of Pre-cast Prestressed Concrete Box Girders
The work under these Tender Items shall include the erection of the pre-cast prestressed concrete box girders,
including design of hoisting and erection procedures.
909.04 SUBMISSION AND DESIGN REQUIREMENTS
OPSS 909.04.02 shall be amended by the addition of the following:
Design of Prestressed Girders
A c omplete des ign of t he pr estressed c oncrete bo x gi rders s hall be c arried out b y r etained b y Contractor
Professional D esign and Check E ngineers. T he de sign t o f ollow s tandard M TO dr awings as am ended i n t he
Contract.
The number of strands, location of holdowns and strands configuration shown in Contract drawings is preliminary
and for bidding purposes only. The provided assumptions and included in this special provisions load diagrams
shall be re-assessed by the Contractor Design and Check Engineers.
The shop drawings shall be signed and sealed by two Professional Engineers, licensed in the Province of Ontario,
a Designer and a Checker.
OPSS 909.04.04 shall be amended by the addition of the following:
The Contractor shall design the Precast Pre-stressed Concrete Box Girders. The design shall be carried out by a
Professional Engineer, licensed in the Province of Ontario with 10 years of experience in pre-stressed concrete
design.
The bending moment envelope and shear envelope for the live load as well as the dead loads will be provided to
the Contractor after Contract award. Designer to confirm provided data and provide all design to satisfy specified
design and his own design parameters.
Notwithstanding the Contractor’s Designer calculation, as a minimum the shear reinforcement shall be in amount
and spacing as shown on Contract Drawings.
PRE-CAST PRESTRESSED CONCRETE BOX GIRDERS
Page 2 of 2
F-13
More densely spaced ties may be utilized by Designer, if he requests so. Under no circumstance spacing of ties
shall be less than 150 mm as specified in Contract.
The design shall accommodate the semi-integral arrangement at the girder ends. The design shall incorporate all
provisions necessary for installation of formwork for overhangs without drilling into the side of the girders.
The detailing shall incorporate necessary provisions for tying the girders together as specified in the Contract.
The des ign to accommodate the hoisting procedures, clearly show and incorporate the hoisting p oints, de vices
and procedures. The need for spreader beams shall be clearly identified as applicable.
Transportation procedures:
Prior to bidding, t he C ontractor s hall e valuate t he r oad n etwork t o es tablish an d i nclude all c osts n ecessary to
transport and deliver the girders to the site.
Hoisting and Erection Procedures:
A complete design of the hoisting and erection procedure for the prestressed concrete box girders shall be carried
out b y r etained by C ontractor P rofessional D esign a nd C heck E ngineers. T he dr awings s hall b e s igned an d
sealed b y t wo e ngineers and c learly s how h oisting, er ection pr ocedure, t ype of c ranes, l ocation, r each an d
capacities.
909.09
MEASUREMENT FOR PAYMENT
The section is replaced with the following:
No measurement for payment will be made as these Items will be paid by Lump Sums.
909.10
BASIS OF PAYMENT
The following is added:
Contractor shall bear all immediate, subsequent and consequential costs associated with change in the schedule,
staging, and methodology of the work. There will be no consideration of any additional costs based on variation
from design by the Contractor and the detailing provided in the Contract.
No pa yment will be m ade f or an y of t hese I tems unt il t he gi rders ar e i n f inal l ocation on t he br idge i n un undamaged condition.
REINFORCING STEEL
COATED REINFORCING STEEL
SUPPLY ADDITIONAL COATED REINFORCING STEEL (AS NEEDED)
Page 1 of 2
F-14
OPSS 905 shall govern except as amended and extended herein.
905.01
SCOPE
The work under the Items ‘Plain Reinforcing Steel’ and ‘Coated Reinforcing Steel’ includes, but is not necessarily
limited to, the supply and placement of plain and coated reinforcing steel as indicated on the Contract Drawings.
Coated Reinforcing steel for dowels is included in the item ‘Coated Reinforcing Steel’; however, installation is
included under a separate item.
905.02
REFERENCES
Section 905.02 is amended by the addition of the following:
Ministry of Transportation Publications
Structural M anual - Division 1, Exceptions to t he Canadian H ighway Bridge D esign C ode C AN/CSA-S6-06 f or
Ontario
Designated Sources for Materials
ASTM International
This list is amended to include the addition of the following:
A 416/A 416M-99 - Steel Strand, Uncoated Seven-Wire for Prestressed Concrete
A 421/A 421M-98a -Uncoated Stress-Relieved Steel wire for Prestressed Concrete
A 722/A 722M-98 - Uncoated High-Strength Steel Bars for Prestressing Concrete.
905.04
SUBMISSION AND DESIGN REQUIREMENTS
905.04.01.01
Certification of Manufacturer
Second paragraph as follow to be added:
A written certificate from the reinforcing steel manufacturer indicating source of material as well as certifying full
compliance to Contract requirements is required prior to manufacturing of rebar.
905.04.01.07
Reinforcing Steel Schedule
Subsection 905.04.01.07 Reinforcing Steel Schedule, is added as follows:
Reinforcing steel shall be detailed according to the Canadian Highway Bridge Design Code.
Discrepancies on Design Drawings
1.
In case of different size designation for the same rebar in different locations on Contract Drawings, the
larger diameter rebar designation shall govern.
2.
In case of designation of identically designated rebar as coated and uncoated in different locations on
Contract Drawings, the rebar shall be designated as coated.
3.
In case of different splice length, embedment or hook shown for some rebar, the longest length shown
shall govern.
REINFORCING STEEL
COATED REINFORCING STEEL
SUPPLY ADDITIONAL COATED REINFORCING STEEL (AS NEEDED)
Page 2 of 2
F-14
4.
All splices shall be tension Class “B” unless indicated otherwise on Contract Drawings.
5.
In case of designation of identically designated rebar as coated and FRP in different locations on Contract
Drawings, the rebar shall be designated as FRP.
905.09
MEASUREMENT FOR PAYMENT
The measurement for payment for the Items ‘Plain Reinforcing Steel’ and ‘Coated Reinforcing Steel’ shall be in
Tonnes as per the approved quantity on shop drawings.
For the purpose of progress payments, the tender amount will be prorated over quantities actually placed based
on submitted and approved reinforcing bar schedules. The reinforcing bar schedule for all coated reinforcing
steel shall be provided to the Contract Administrator at least two (2) weeks before a request for payment on these
items is made by the Contractor. The schedules shall include quantified amount of reinforcing steel.
ADDITIONAL COATED REINFORCING STEEL
The Contract Administrator may at any time request that additional reinforcing steel be supplied and installed by
the Contractor. Payment for the additional amount will under the item ‘Supple Additional Coating Reinforcing
Steel (As needed). The unused supply of steel will be delivered to the yard of the Town of Mississippi Mills.
Contractor shall bear all immediate, subsequent and consequential costs associated with change in the schedule,
staging, and methodology of the work.
DOWELS INTO CONCRETE
Page 1 of 2
F-15
OPSS 904 shall govern except as amended and extended herein:
904.05
MATERIALS
904.05.14
Dowel Adhesive
Subsection 904.05.14 Dowel Adhesive, shall be amended by the addition of the following.
Epoxy Resin for Dowels:
Select suitable materials for application (i.e., horizontal, vertical or overhead) and for dowel types (steel).
The following is a list of pre-approved anchoring agents for this contract:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
HILTI HIT HY-150.
CPD Epoxcrete LT Gel by CPD.
Liquid Rock 300 / 500 by Concrete Chemicals.
Sure-Anchor J-51 by Dayton Superior.
Sikadur Injection Gel by Sika.
Rezi-Weld Gel Paste by W.R. Meadows.
Infra-gel by Ganawa Inc.
Epcon Acrylic 7 by ITW Construction.
Profast UPM 30 by Profast LH.
Rawl Dowel by Rawplug.
Pro-Poxy 300 Fast by Unitex
All other listed in MTO’s Designated Source of Materials
Holes shall be cored or drilled to the specified dimensions, an anchoring agent placed and the dowels properly
placed into the h oles. T he anchoring agent shall be suitable for t he a pplication intended. The p lacement of t he
anchoring agent and the dowels shall conform to the manufacturer's instructions and as follows:
1.
The holes shall be cleaned of dust and debris immediately prior to placing the anchoring agent. When the
anchoring agent fails to fill the hole after insertion of the dowel, additional anchoring agent shall be added
to fill the hole.
2.
The holes shall be dry prior to the application of the anchoring agent.
3.
Where dowels are inserted into horizontal or inclined holes in a vertical face, or when dowels are placed
upwards in a horizontal surface, the Contractor shall maintain the dowels in position during the setting of
the anchoring agent and shall prevent the loss of anchoring agent from the holes.
4.
All debris resulting from the operation shall be collected and managed as excess materials.
5.
Only holes less than 26 mm in diameter shall be drilled within 50 mm of any free edge of concrete. Only
electric percussion drilling equipment is permitted to drill these holes.
6.
Drilling or coring through reinforcing steel shall be approved by the Contract Administrator.
7.
All holes started but not completed because reinforcing steel is encountered are to be repaired using a
dry-pack non-shrink grout from the following list:
Non-Shrink Grout for Repairs of Holes
1.
2.
3.
In-Pakt by CC. Chemicals
CPD Non-Shrink by CPD
Planigrout by Mapei Inc.
DOWELS INTO CONCRETE
Page 2 of 2
F-15
4.
5.
6.
7.
8.
Set Non-Shrink Grout by Masterbuilder
Masterflow 713 Grout by Masterbuilder
Sika Grout 212 by Sika
M-Bed by Sternson
Burke 621 by Westar
904.07
CONSTRUCTION
904.07.05.02
Installation
Subsection 904.07.05.02 Installation, shall be amended by the addition of the following.
All r einforcing s teel f or dow els will be p aid under t he Item ‘ Coated R einforcing S teel’. I n c ase of di fferent
embedment shown for the same dowel, the longer embedment shown shall govern. The embedment shown shall
always b e m easured f rom t he f inal s urface of t he concrete u pon c ompleted and approved r emovals. The
Contractor may need to supply dowels of longer length in some areas, which will be cut in field to suit depth of
embedment and final location of surface removals.
Specific details are provided for dowels at the SW buttress.
904.09
MEASUREMENT FOR PAYMENT
904.09.02.02
Dowels into Concrete
Measurement for payment for the tender Item ‘Dowels into Concrete’ will be for each dowel placed, regardless of
location and embedment. Dowels may be required in locations other than those shown on the Contract Drawings
as determined on site by the Contract Administrator.
904.10
BASIS OF PAYMENT
Payment at the contract price shall be full compensation for all labour, material, equipment and access required to
complete the work.
Contractor shall bear all immediate, subsequent and consequential costs associated with change in the schedule,
staging, and methodology of the work.
The cost of Reinforcing Steel used for dowels is paid under Reinforcing Steel Items.
PENETRATING CONCRETE SEALER
F-16
Page 1 of 2
Scope of Work
The scope of work under the Item ‘Penetrating Concrete Sealer’ includes the supply and installation of penetrating
concrete sealer on the parapet walls and curb to the limits as indicated on the Contract Drawings. The work also
includes all necessary surface preparation as per manufacturer’s recommendations.
References
1. National cooperative Highway Research Program (NCHRP). December 1981, Report No. 244
2. AASHTO Designation T259 and T260, Chloride Permeability of Concrete
3. ASTM C672/C672M-98e1, Standard Test Method for Scaling Resistance of Concrete Surfaces Exposed
to De-Icing Chemicals
4. Oklahoma D ept. of T ransportation O HD-L-35, 1992 -Test f or Moi sture V apour P ermeability of T reated
Concrete
5. CAN/CSA-A23.1, Concrete Materials and Methods of Concrete Construction.
6. OPSS 929 Abrasive Blast Cleaning-Concrete Construction.
Submissions
Submit Product data to Contract Administrator.
Submit 10 litres sample of product in a properly sealed container.
Submit WHMIS Sheets to Contract Administrator.
Materials
1. Active ingredients one of the following:
• Alkylalkoxysilane
• Oligomeric alkoxy siloxane/silane
• Monomeric silane
2. Carrier one of the following:
• Water
• Mineral Spirits
3. Active Ingredient Content: Minimum 40% by weight
4. Colour: clear
5. Water r epellence: T o c omply w ith C ube t est s eries I I of N CHRP Report 244, when tested on concrete
samples designed for Class C-1 ex posure as per C AN/CSA-A23.1, with treated s amples exhibiting less
than 25% weight gain of untreated samples submerged in 15% solution in NaCl for 21 days.
6. Freeze-thaw r esistance: s ealer t o c omply w ith ASTM C672/C672M-98e1 w ith no s caling obs erved af ter
100 freeze-thaw cycles.
7. Resistance to chloride penetration as per AASHTO Designation T259 and T260 as per following:
3
• Less than 0.37 kg/m at 12.5 mm level
3
• Less than 0.34 kg/m at 25 mm level.
8. Moisture Vapour transmission: 10 % minimum as per OHD-L-35
Construction
Surface preparation:
Abrasive Blast Cleaning followed by high air pressure blast, as per OPSS 929.
Install following 4 days of dry, no rain weather.
Do not thin sealer.
Utilize sealer from new and un-opened containers.
PENETRATING CONCRETE SEALER
F-16
Page 2 of 2
Spray t o poi nt of r ejection. A ssure t hat m inimum quant ity i s s upplied t o work area as calculated by coverage
multiplied by area to be covered.
Measurement for Payment
There is no measurement for payment for the item ‘Penetrating Concrete Sealer on Parapet Walls and Curbs’ for
the item shall be paid by lump sum.
Basis of Payment
This all inclusive Item includes all labour, material and equipment required to carry out work.
Contractor shall bear all immediate, subsequent and consequential costs associated with change in the schedule,
staging, and methodology of the work.