bastion street bridge renewal and seismic retrofit basti… · invitation to tender bastion street...

157
CONTRACT DOCUMENTS for BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Contract T-2334-2019 January 2019

Upload: others

Post on 10-Aug-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

CONTRACT DOCUMENTSfor

BASTION STREET BRIDGERENEWAL AND SEISMIC RETROFIT

Contract T-2334-2019

January 2019

Page 2: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

TABLE OF CONTENTS

BIDDING REQUIREMENT1. Invitation to Tender2. Addenda with Questions & Answers3. Instructions to Tenderers4. Bid Bond5. Consent of Surety6. Tender Form

a. Preliminary Construction Scheduleb. Personnelc. Tenderer’s Questionnaired. List of Subcontractorse. Proposed Alternate Materials

7. Schedule of Quantities and Prices

CONTRACT FORM8. Contract Agreement and General Conditions9. Supplementary General Conditions10. Technical Specifications11. Certificate of Insurance (Sample)12. Performance Bond13. Labour and Material Payment Bond14. Letter of Credit (Sample)15. Final Invoice Letter16. Statutory Declaration

APPENDICES17. Appendix 1 – Geotechnical Report18. Appendix 2 – Reference Drawings

a. Bastion Street Bridge – City Engineer’s Office, 1936b. Bastion Street Bridge Reconstruction – Associated Engineering Services Ltd.,

1978

TENDER DRAWINGS

SHEET DRAWING No. NANAIMONo. DESCRIPTION REV. DATE

STRUCTURAL

1 2219-00-S-100 23505 DRAWING INDEX AND COVER SHEET 01/11/19

2 2219-00-S-101 23506 GENERAL NOTES 01/11/19

3 2219-00-S-102 23507 GENERAL ARRANGEMENT 01/11/19

4 2219-00-S-103 23508 EAST ABUTMENT 01/11/19

5 2219-00-S-104 23509 WEST ABUTMENT – SHEET 1 01/11/19

6 2219-00-S-105 23510 WEST ABUTMENT – SHEET 2 01/11/19

7 2219-00-S-106 23511 PIERS – SHEET 1 01/11/19

8 2219-00-S-107 23512 PIERS – SHEET 2 01/11/19

Page 3: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

SHEET DRAWING No. NANAIMONo. DESCRIPTION REV. DATE

9 2219-00-S-108 23513 PIERS – SHEET 3 01/11/19

10 2219-00-S-109 23514 PIERS – SHEET 4 01/11/19

11 2219-00-S-110 23515 BEARING DETAILS 01/11/19

12 2219-00-S-111 23516 DECK RETROFIT – SHEET 1 01/11/19

13 2219-00-S-112 23517 DECK RETROFIT – SHEET 2 01/11/19

14 2219-00-S-113 23518 DECK RETROFIT – SHEET 3 01/11/19

15 2219-00-S-114 23519 DECK RETROFIT – SHEET 4 01/11/19

16 2219-00-S-115 23520 DECK RETROFIT – SHEET 5 01/11/19

17 2219-00-S-116 23521 EXPANSION JOINT DETAILS 01/11/19

18 2219-00-S-117 23522 MISCELLANEOUS DETAILS 01/11/19

19 2219-00-S-118 23523 GATEWAY SIGN STRUCTURE 01/11/19

ELECTRICAL

1 2219-00-E-601 23534 BASTION STREET LIGHTING PLAN ANDDETAILS

TOCOME

2 2219-00-E-602 23535 BASTION STREET BRIDGE PIERLIGHTING AND DETAILS

TOCOME

ARCHITECTURAL

1 L1.1 23524 OVERALL SITE PLAN 01/10/19

2 L1.2 23525 SITE IMPROVEMENTS BELOW BRIDGE 01/10/19

3 L2.1 23526 GATEWAY SIGNAGE SIGN TYPE A 01/10/19

4 L2.2 23527 GATEWAY SIGNAGE SIGN TYPE B 01/10/19

5 L2.3 23528 AESTHETIC IMPROVEMENTS TO PIERS 01/10/19

6 L5.1 23529 GATEWAY SIGNAGE DETAILS 01/10/19

7 L5.2 23530 GATEWAY SIGNAGE DETAILS 01/10/19

8 L5.3 23531 GATEWAY SIGNAGE DETAILS 01/10/19

9 L5.4 23532 GATEWAY SIGNAGE DETAILS 01/10/19

10 L5.5 23533 SITE AND PIER DETAILS 01/10/19

Page 4: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

INVITATION TO TENDER

BASTION STREET BRIDGERENEWAL AND SEISMIC RETROFIT

Tender 2334-2019

Sealed tenders, clearly marked “Bastion Street Bridge Renewal and Seismic Retrofit T-2234-2019” willbe received by the Manager of Purchasing & Stores up to 3:00 p.m. local time, 2019-Feb-12, at thePurchasing office, City of Nanaimo, 2020 Labieux Rd, Nanaimo, BC, V9T 6J9. Tenders will be opened inpublic, in the Purchasing Department, immediately after the closing time.

It is the sole responsibility of the person(s) submitting to deliver the tender to the Manager of Purchasing &Stores before the closing time.

The scope consists of a structural renewal and seismic retrofit of the Bastion Street Bridge, located onBastion Street over Terminal Avenue. Works include deck overlay, joint replacement, sidewalk repairs,bearing replacement, pier concrete works and steel bracing, architectural and lighting improvements, andall works incidental thereto as shown on the drawings.

This tender is subject to the Agreement on Internal Trade Annex 502.4.

Digital copies of the contract documents are available at no charge on the City of Nanaimo’s websiteat www.nanaimo.ca.

All inquiries shall be directed to:

Grant Fraser, P.Eng.Contract AdministratorAssociated Engineering (B.C.) Ltd.#500 – 2889 East 12th AvenueVancouver, BC V5M 4T5

Telephone: 236-317-2211Email: [email protected]

The City of Nanaimo reserves the right to waive informalities in, or reject any or all tenders, or accept thetender deemed most favorable in the interest of the City.

City of Nanaimo, Purchasing & Stores Department2020 Labieux Road, Nanaimo, BC, V9T 6J9

Fax Number: 250-756-5327.

Page 5: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

INSTRUCTIONS TO TENDERERS

______________________________________Instructions to Tenderers

Page 1

ARTICLE 1. TENDER

Sealed tenders marked “Bastion Street Bridge Renewal and Seismic Retrofit T-2334-2019” will bereceived by the Manager of Purchasing and Stores, Purchasing Department, 2020 Labieux Rd, Nanaimo,BC, V9T 6J9, up to 3:00 p.m. local time, 2019-Feb-12.

ARTICLE 2. SCOPE OF WORK

The scope consists of a structural renewal and seismic retrofit of the Bastion Street Bridge, located onBastion Street over Terminal Avenue. Works generally include

· Partial-depth concrete deck demolition and unreinforced concrete overlay· Replacement of existing deck joints with new elastomeric joints and concrete link slabs· Concrete sidewalk repairs· Girder bearing replacement· Reinforced concrete shear keys· Reinforced concrete pier cap retrofit· Pier steel bracing· Reinforced concrete pier footing retrofit· Removal of girder fascia panels· Pier architectural and lighting works· Approach architectural and lighting works· Approach repaving

and all works incidental thereto as shown on the drawings.

ARTICLE 3. TENDER AND CONTRACT DOCUMENTS

Tender documents are available on the City of Nanaimo’s website at www.nanaimo.ca under BidOpportunities.

The tender documents which a tenderer should review to prepare a tender consist of all the ContractDocuments listed in Article A-3 of CCDC 2 entitled “Contract Documents”. Article A-3 is attached to theAgreement which is included as part of the tender package. The Contract Documents include the drawingslisted in the Table of Contents, entitled “Tender Drawings”.

The tenderer is advised that Contract Documents for this Contract are in in accordance with “CCDC2” (Stipulated Price), published by the Canadian Construction Documents Committee. All sectionscontained in “CCDC 2” apply to the Contract, except where noted otherwise in the SupplementalGeneral Conditions. A copy of the Contract is included in these tender documents.

ARTICLE 4. EXAMINE

The Tenderer must carefully examine the Contract Documents and the site of the proposed works, judgingfor and satisfying himself as to the probable conditions to be encountered. Should a Tenderer finddiscrepancies in, or omissions from the drawings or other documents, or should he be in doubt as to theirmeaning, he should, prior to submitting his tender, notify the Consultant in writing. The Tenderer may notclaim, after the submission of a tender, that there was any misunderstanding with respect to the conditionsimposed by the documents.

The Tenderer's attention is drawn to any addenda which may be issued prior to the time of tender closure.

Page 6: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

INSTRUCTIONS TO TENDERERS

______________________________________Instructions to Tenderers

Page 2

No verbal agreement or conversation made or had at any time with any officer, agency or employee of theOwner or the Consultant shall affect or modify any of the terms or obligations herein stated, nor deemed tobe any representation of warranty.

ARTICLE 5. STANDARDS AND SPECIFICATIONS

It is the Tenderers responsibility to familiarize himself with all tender documentation prior to submission ofa tender. The Tenderer may not claim, after submission of a tender, that there was any misunderstandingwith respect to the conditions imposed by the documents.

Section numbers referred to in the Measurement and Payment clauses are for guidance only. Tenderersare advised that descriptions of pay items may be in more than one section of the documents. It is theTenderers responsibility to familiarize himself with these pay item descriptions.

ARTICLE 6. FORM OF SUBMISSION

A digital copy of the Tender Form is also available on the City’s website www.nanaimo.ca. The tendershould be submitted on a hard copy of this form and accompanied by the specified Bid Bond in a sealedenvelope. E-mail or facsimile tender submissions will not be accepted.

The City of Nanaimo is not a member of Public Construction Council of British Columbia, the BritishColumbia Construction Association or any other construction association.

The City of Nanaimo does not adopt or agree to be bound by "The Procedures and GuidelinesRecommended for Use on Publicly Funded Construction Projects" produced by the Public ConstructionCouncil of British Columbia, September, 1989, or any other procedure/guidelines recommended, adoptedor produced by any construction association in the tendering and award of the contract on this project.

ARTICLE 7. SCHEDULE OF FORCE ACCOUNT RATES

The Schedule of Force Account Rates shall be completed and a unit price shall be inserted for each item.The low Tenderer will be required to demonstrate that the force account rates tendered are, in fact, thedirect cost of his labour. Failure to submit a correct and complete list may result in the tender beingconsidered incomplete.

ARTICLE 8. TENDERER'S QUESTIONNAIRE

The Tenderer must furnish evidence that he has the necessary experience and is prepared to use thenecessary personnel and equipment to carry out the work satisfactorily and within the time stated in theTender Form. The Tenderer's Questionnaire shall be completed in order that his capabilities in this regardcan be assessed by the Owner. Failure to complete the Questionnaire may result in the tender beingconsidered incomplete.

ARTICLE 9. LIST OF SUBCONTRACTORS

The Tenderer must indicate, in the list of Subcontractors in the Tender Form, the name of the subcontractorhe proposes to employ in each subtrade he proposes to subcontract.

Page 7: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

INSTRUCTIONS TO TENDERERS

______________________________________Instructions to Tenderers

Page 3

A Tenderer shall submit on the List of Subcontractors of the Tender Form, only one Subcontractor for eachsubtrade proposed to be subcontracted. The listing of more than one Subcontractor for any subtrade onthe List of Subcontractors in the Tender Form shall constitute grounds for rejection of the Tenderer’s tender.

Subcontractors shall not be changed or additional subcontractors employed without the writtenauthorization of the Consultant. Failure to submit a complete list may result in the tender being consideredincomplete.

ARTICLE 10. PROPOSED ALTERNATE MATERIALS

If a Tenderer intends to use equipment or material other than that specified or shown on the drawings, hemust provide the required information in the List of Proposed Alternate Materials in the Tender Form,together with the applicable price variation. Evaluation of proposed alternate materials will be made by theOwner following closing of tenders. The total Tender must be based on use of specified materials.

ARTICLE 11. TEST EXCAVATIONS

Prior to the excavation of test holes on road allowances or privately owned property, the Tenderer isexpected to obtain permission from the appropriate governmental agency or owner of the property and tocomply with their requirements for restoration of disturbed services and utilities. Failure to comply withordinances restricting this practice may result in prosecution of the offending party.

ARTICLE 12. FEDERAL AND PROVINCIAL SALES TAXES

Unit and lump sum prices shall include provincial sales tax payable on all applicable materials andequipment incorporated in the work.

GST is not to be included in the unit and lump sum prices. GST shall be shown separately on the Scheduleof Quantities Summary page based on the total contract value.

ARTICLE 13. TENDER PRICE

Unit and lump sum prices shall be filled in where indicated in the Schedule of Quantities and Prices of theTender Form. The unit prices shall be extended in accordance with the quantities shown and the extensionsshall be inserted in the space provided. The total tender must be an accurate extension of the unit andlump sum prices submitted and the quantities shown.

In the event of a discrepancy between the unit prices and extended totals, the unit prices will govern andthe Consultant will correct the extended totals accordingly.

In the event of a discrepancy between a maximum allowable lump sum price and the submitted lump sumprice, the maximum allowable price shall govern and the Consultant will correct the price and extend totalsaccordingly.

The prices tendered shall include the supply of all materials except those specified to be supplied by others,all supervision, labor and equipment and a provision for overhead and profit, and shall represent the entirecost to the Owner for the completed works as specified and shown on the drawings.

ARTICLE 14. REVISIONS TO TENDER

Page 8: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

INSTRUCTIONS TO TENDERERS

______________________________________Instructions to Tenderers

Page 4

Any revision to the tender by the Tenderer must be in writing by letter, properly executed, and received bythe Manager of Purchasing and Stores at the closing location before the closing time.

.1 Letter

Revisions by letter must originate on the Tenderer’s letterhead and be headed "CITY OF NANAIMOTENDER". The revision must substantially comply with the following requirements:

.a state the tender number and description;

.b state the closing time; and,

.c state the amount by which the tender is to be increased or decreased AND the increase ordecrease to each unit price affected.

The revision must be signed by an Authorized Signatory. The positions or titles of the AuthorizedSignatory should be indicated below the signature.

Letter revisions should be enclosed in an envelope marked "Revision to City of NanaimoTender", showing the tender number and description.

.2 Email

Email revisions must comply with the requirements in Article 14.1.

Email revisions must be received as a new email by the Purchasing Department prior to theestablished closing time. The Tenderer assumes all responsibility for the timely and effectivedelivery of any emailed revision.Purchasing Department Email: [email protected]

.3 Amount of Bid Bond

The Tenderer must ensure that the total amount of the bid bond is not less than ten percent (10%)of the total tender price. The Tenderer should consider the effect of revisions on the tender priceand the bid bond requirements.

.4 Multiple Revisions

Where a Tenderer submits multiple revisions to the original tender price, each revision should benumbered sequentially by the Tenderer. Unless the Tenderer clearly stipulates to the contrary onthe face of the revision, each successive revision will nullify and replace any previous revision tothe identified item or tender price.

.5 Unclear or Ambiguous Revisions

If in the opinion of the City, any revision is unclear, ambiguous as to meaning or intent, or does notcomply with the requirements of Article 14, that revision will be disregarded and the original tenderprice, or the tender price determined by consideration of any other revisions will prevail.

The City, its employees and agents will not assume any responsibility for timely receipt of anyrevisions.

ARTICLE 15. TENDER SIGNING

The tender must be executed by an authorized signatory in a position to legally bind their Company to theinformation contained in the Tender Form.

Page 9: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

INSTRUCTIONS TO TENDERERS

______________________________________Instructions to Tenderers

Page 5

If the Tenderer is a joint venture, each party to the joint venture shall execute the tender in the mannerappropriate to such party.

ARTICLE 16. BID BOND

The tender must be accompanied by a Bid Bond using CCDC Document #220 – Bid Bond (2002), orcertified cheque, in an amount not less than ten percent (10%) of the tender price. The Bid Bond must beissued by a surety company licenced to conduct business in the Province of British Columbia.

If the successful Tenderer fails for any reason to execute the Contract Agreement and to provide theinsurance and surety bonds stipulated in the General Conditions within ten (10) calendar days after theNotice of Award, such time limit being extended only on the written approval of the Owner, his Bid Bond orcertified cheque will be forfeited to and retained by the owner in the amount of the difference in moneybetween the total tender and the amount for which the Owner may legally contract with another party toperform the work, if the latter amount be in excess of the former.

Certified cheques submitted by unsuccessful Tenderers will be returned to them as soon as the successfulTenderer has delivered to the Owner, the insurance and surety bonds stipulated in the General Conditionsand a fully executed contract for the work, or when the period for which tenders are irrevocable has elapsed,whichever shall first happen. Bid Bonds will not be returned unless otherwise requested by theunsuccessful Tenderer.

ARTICLE 17. TENDER WITHDRAWAL

A Tenderer may, without prejudice to himself, withdraw his tender on written request received by theManager of Purchasing and Stores any time prior to the time set for the closing of tenders.

ARTICLE 18. TENDER REJECTION

.1 The City of Nanaimo reserves the right to reject any or all tenders, or accept other than thelowest tender and to accept the tender which it deems most advantageous to the City of Nanaimo.

.2 To determine whether a Tenderer is qualified to do the work, the following criteria will beused:

.a The Tenderer’s ability and agreement to complete the work within the Construction Schedule;

.b The Tenderer’s ability to work with the owners, consultants and representatives;

.c The Tenderer’s ability to effectively manage and do the work using the named superintendentand submitted contractors and subcontractors;

.d The Tenderer’s history with respect to quality of the work, scheduling, changes in the work, andforce account work.

A Tenderer is requested to provide any information it determines will assist the City of Nanaimoin using these criteria.

.3 The City of Nanaimo may reject a tender if:

Page 10: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

INSTRUCTIONS TO TENDERERS

______________________________________Instructions to Tenderers

Page 6

.a After investigation and consideration, the City concludes that the Tenderer is not qualified todo the work and/or cannot do the work and perform the Contract in a manner satisfactory tothe City of Nanaimo.

.b A tender contains qualifying conditions or otherwise fails to conform to these Instructions toTenderers.

.c A tender is incomplete, is considered incomplete in the Instructions to Tenderers, is obscure orirregular, which has erasures or corrections in the Tender Form, in which prices are omitted orare unbalanced, or which has an insufficient or irregular surety. The Tenderer’s attention isdrawn to the requirement in the Tenderer’s Questionnaire to name the superintendent on theproject and give his or her previous experience.

.d The City of Nanaimo may, in its absolute discretion, reject a Tender submitted by Tenderer ifthe Tenderer, or any officer or director of the Tenderer is or has been engaged either directlyor indirectly through another corporation in a legal action against the City of Nanaimo, itselected or appointed officers and employees in relation to:

.i any other contract for works or services; or

.ii any matter arising from the City of Nanaimo’s exercise of its powers, duties, or functionsunder the Local Government Act or another enactment.

within five years of the date of this Call for Tenders.

In determining whether to reject a tender under this clause, the City of Nanaimo willconsider whether the litigation is likely to affect the Tenderer’s ability to work with the Cityof Nanaimo, its consultants and representatives and whether the City of Nanaimo’sexperience with the Tenderer indicates that the City of Nanaimo is likely to incur increasedstaff and legal costs in the administration of this contract if it is awarded to the Tenderer.

.e The City of Nanaimo, however, may at its sole discretion elect to retain for consideration atender which is non-conforming because it does not contain the content or form required bythese Instructions to Tenderers or because a Tenderer has not complied with the proceduresset out in the Instructions to Tenderers provided that the Tenderer complies substantially withthe Instructions to Tenderers.

.4 The City may reject all tenders if for any reason the City considers to be in its best interest todo so, including without limitation for any of the following reasons;

.a the lowest tender that the City considers otherwise acceptable is higher than the fundsbudgeted or otherwise available for the project;

.b the City decides not to proceed with the project or to defer the project;

.c if only one bid is received, then the tender will be reissued unless a financial analysis indicatesthat the sole bid represents a good value for the taxpayers ; or

.d the City is delayed in obtaining, or is unable to obtain, all approvals or consents it considersnecessary, whether required by law or otherwise.

.5 The City of Nanaimo reserves the right to consider and to reject any tender or all tenderswithout notice to a Tenderer or Tenderers and without permitting a Tenderer to provide additionalinformation.

.6 In no event will the City of Nanaimo be responsible for a Tenderer’s costs of preparing orsubmitting a tender.

Page 11: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

INSTRUCTIONS TO TENDERERS

______________________________________Instructions to Tenderers

Page 7

ARTICLE 19. AWARD

Awards shall be made on tenders that will give the greatest value based on quality, service and price.

The Owner will, following receipt of an acceptable tender, issue in writing a Notice of Award to thesuccessful Tenderer. This notice will be given as soon as possible following the closing of tenders andunless otherwise agreed to by the Tenderer, not later than sixty (60) days following the closing of tenders.

ARTICLE 20. NO CLAIM FOR COMPENSATION

Except as expressly and specifically permitted in these Instructions to Tenderers, no Tenderer shall haveany claim for any compensation of any kind whatsoever, as a result of participating in the tender, and bysubmitting a bid each Tenderer shall be deemed to have agreed that it has no claim.

ARTICLE 21. SOLICITATION OF COUNCIL MEMBERS

“If a member of Council, or a person who was a member of Council in the previous six months has a director indirect interest in the contract, then the Tenderer shall report this to Council in accordance with Section107 of the Community Charter upon being notified of the award of the contract.

The Tenderer warrants and represents that it has not received any information or a record from any Councilmember or former Council member contrary to Section 108 of the Community Charter.”

The successful Tenderer will be required to direct all communications related to their contract through theappropriate staff members as set out in Article 9 and Article 21 of the General Conditions of Contract.

ARTICLE 22. CONSTRUCTION SCHEDULE

Tenderers shall submit a construction schedule as provided in the Form of Tender – Page 4 – PreliminaryConstruction Schedule. Failure to do so will result in a non-compliant tender and may be rejected.

The City of Nanaimo requires that this contract be completed within 20 weeks of receiving Notice toProceed.

ARTICLE 23. CONSTRUCTION LAYOUT

The Contractor shall be required to maintain an "as-constructed" drawing set for the project, with all changesand notes marked in red ink. This set shall be available to the Consultant for review on request and,submitted to the Consultant upon completion of the project along with the “as-constructed” digital surveyfile.

ARTICLE 24. TESTING

The City of Nanaimo may employ a Materials Testing Consultant during the work to test all work andmaterials deemed necessary and determine whether they are in accordance with the Specifications. TheContractor shall coordinate his work with the Consultant to ensure that the testing is done efficiently andthat no delays are caused.

ARTICLE 25. MATERIALS

Page 12: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

INSTRUCTIONS TO TENDERERS

______________________________________Instructions to Tenderers

Page 8

No claim by the Contractor of unsuitability or unavailability of any material, nor his unwillingness to use, norhis inability to produce, first class work with same, will be considered unless submitted to the Consultant inwriting 7 days before the tender closing date.

ARTICLE 26. WORKSAFE BC

.1 The Tenderer is advised the workplace may have the following known operations and/or siteconditions that could present a potential hazard to workers and other persons at the workplace.Other hazards may exist.

- Asbestos Pipe - Energized Equipment- Confined Space - Traffic > 30 km/h- Underground Utilities - Tree Removal- Excavations - Hazardous Materials- Overhead Power Lines - Mobile Equipment

.2 The work will require excavation around and near buried electrical, communication and gasutilities. The Contractor will be required to complete a risk assessment and develop the necessarysafework procedures in accordance with Worksafe BC regulations.

.3 If the successful Tenderer is designated as the Prime Contractor in the Tender Form, they shallfulfill the Prime Contractor responsibilities as defined in:

.a WorkSafe BC Occupational Health and Safety Regulation, Notice of project, Section 20.2,and Coordination of multiple employer workplaces, Section 20.3;

.b Workers Compensation Act (BC), Coordination at multiple-employer workplaces, Section118, Subsections (1) & (2); and

.c General Requirements, Section 3.10 WorkSafe BC.

.4 The Prime Contractor will be required to coordinate the safety of all workers on the work site,including their employees, their subcontractors, City work crews and their contractors, and privateutilities, (BC Hydro, Telus, Shaw and FortisBC).

.5 Prior to commencing work, the successful Tenderer will be required to forward a copy of theircurrent OH&S Safety Program document, WorkSafe BC Notice of Project, and WorkSafe BCClearance Letter.

ARTICLE 27. FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT

All documents submitted to the City will be held in confidence by the City, subject to the provisions of theProvince of British Columbia’s Freedom of Information and Protection of Privacy Act.

ARTICLE 28. GEOTECHNICAL REPORT

A geotechnical report, titled Bastion Bridge Seismic Retrofit Project – City of Nanaimo, BC – GeotechnicalAssessment and Recommendations by Thurber Engineering Ltd. (November 2018) is included in Appendix1.

This report has been prepared for the Owner by an independent consultant. While the data containedtherein is believed to be accurate, any opinions or recommendations are solely of the authors of the report.Tenderers must form their own conclusions from the data and shall make no claim at any time that any

Page 13: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

INSTRUCTIONS TO TENDERERS

______________________________________Instructions to Tenderers

Page 9

opinion is incorrect or misleading. Neither Owner, Consultant, nor any representative of the Owner acceptsresponsibility for the contents of this report or for the suggestions and recommendations contained thereinexcept for recommendations, if any, which have been specifically incorporated into the specifications.

ARTICLE 29. REFERENCE DRAWINGS

Reference drawings are included in Appendix 2. They include the following sets:

.1 Bastion Street Bridge – City Engineer’s Office, 1936

.2 Bastion Street Bridge Reconstruction – Associated Engineering Services Ltd., 1978

The reference drawings bound with these documents have been prepared for the Owner by independentconsultants as part of separate assignments. The Owner has not verified the as-built information and hasprovided the reference drawings for the Tenderers’ information only. Tenderers must form their ownconclusions as to the accuracy of the reference drawings and must field verify all details and dimensions.

ARTICLE 30. TRAFFIC MANAGEMENT

Terminal Avenue/ Highway 1 is a Ministry of Transportation and Infrastructure (MoTI) highway. For work tobe conducted within this corridor the Contractor will be required to submit a Traffic Management Plan (level2-3). This plan will be reviewed and approved by the MoTI. Lane closures will only be permitted during nighthours (7:00 pm to 7:00 am). The Contractor should plan his work accordingly.

ARTICLE 31. PUBLIC ACCESS TO BASTION BRIDGE

The Contractor may close Bastion Street across Bastion Bridge to vehicular traffic for a period of not morethan six (6) weeks. The Contractor will maintain pedestrian access across the Bridge. Timings of anyclosure will be subject to the approval of the Consultant.

Page 14: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

BID BONDNo. $

Know All Men by These Presents That

as Principalhereinafter called the Principal, and a corporation created and existing underthe laws of , and duly authorized to transact the business of Suretyship in , as Surety, hereinafter called the Surety, are held and firmly bound unto

as Obligee,hereinafter called the Obligee, in the amount of

Dollars,($ ) lawful money of Canada, for the payment of which sum, well and truly to be made, thePrincipal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointlyand severally, firmly by these presents

Whereas , the Principal has submitted a written tender to the Obligee, dated the day of 20__ , for

Now, Therefore, the Condition of This Obligation is such that if the aforesaid Principal shallhave the tender accepted within sixty (60) days from the closing date of tender and the said Principal will withinthe time required, enter into a formal contract and give the specified security to secure the performance of theterms and conditions of the Contract, then this obligation shall be null and void; otherwise the Principal and theSurety will pay unto the Obligee the difference in money between the amount of the bid of the said Principaland the amount for which the Obligee legally contracts with another party to perform the work if the latteramount be in excess of the former.

The Principal and the Surety shall be liable for a greater sum than the specified penalty of this Bond.

Any suit under this Bond must be instituted before the expiration of six months from the date of thisBond.

In Witness Whereof, the Principal and the Surety have Signed and Sealed this Bond this day of 20__

Signed and Sealed ( (SEAL) In the presence of (

( (SEAL)(( (SEAL)

Endorsed by

The Royal Architectural Institute of CanadaThe Association of Consulting Engineers of CanadaThe Canadian Construction AssociationThe Engineering Institute of CanadaThe Specification Writers Association of Canada

Approved byInsurance Bureau of Canada ___________________________________

Attorney-in-fact

Page 15: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

CONSENT OF SURETY COMPANY

We, the undersigned Surety Company, do hereby consent and agree to become boundas guarantor in a Performance Bond and Labour and Material Payment Bond each inthe amount of fifty percent (50%) of the total tender for the fulfillment of the Contract,withas principal for the works specified in the Contract Documents entitled

BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT

which Contract may be awarded within sixty (60) days from the closing date of tenderstoat the price(s) set forth in the tender. The Bonds shall be issued in the form andmanner specified within the Contract Documents.

We hereby further declare that our Company is licensed to conduct business in theprovince or territory wherein the work is located and has a net worth greater than theamount of the required guarantee.

________________________________Surety Company

________________________________Signature for Surety Company

________________________________Title

PLACE __________________________

DATE: __________________________

Page 16: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

______________________________________Tender FormPage 1 of 10

TENDER FORM

CITY OF NANAIMO

TO: Manager of Purchasing and StoresCity of Nanaimo2020 Labieux RdNanaimo, BC V9T 6J9

To Whom It May Concern:

The undersigned Tenderer, having carefully examined the Contract Documents and the locality of theproposed work, and having full knowledge of the work required and of the materials to be furnished andused, hereby agrees to provide all necessary materials, supervision, labour, and equipment and performand complete all work and fulfill everything as set forth and in strict accordance with the Contract Documentsand Addenda numbered *______ for the prices stated in the Schedule of Unit Prices and ApproximateQuantities of the Tender Form.

The under signed also agrees:

1. That the Owner is in no way obligated to accept this Tender.

2. That, should the Tender Form be improperly completed or be incomplete, the Owner shall have theright to disqualify and/or reject this Tender.

3. That this Tender is made without knowledge of the Tender prices to be submitted for this work byany other company, firm or person.

4. That this Tender is made without any connection or arrangement with any company, firm, or personsubmitting a Tender for this work.

5. That this Tender is made without any undisclosed connection or arrangement with any othercompany, firm, or person having an interest in this Tender or in the proposed Contract.

6. That this Tender is irrevocable for sixty (60) days after the closing date for receipt of Tenders, andthat the Owner may at any time within such period accept this Tender whether any other Tenderhas previously been awarded or not, and whether notice of Award of another Tender has beengiven or not.

Tenderer’s Initials _____________¨ To be Completed by the Tenderer

Page 17: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

______________________________________Tender FormPage 2 of 10

TENDER FORM

7. To execute the Contract Agreement and deposit with the Owner a Performance Bond and Labourand Material Payment Bond as specified in Article 32 of the General Conditions of the ConstructionContract and the insurance documents as specified in Article 52 of the General Conditions of theContract within ten (10) days of the date of the Notice of Award of the Contract, such time limitbeing extended only on the written approval of the Owner.

8. To commence and proceed actively with the work within fourteen (14) days following receipt of theNotice to Proceed, and to complete all work under the Contract within the time limit set out in Article22 of the Instructions to Tenderers and subject to the provisions of Article 41 of the GeneralConditions of the Construction Contract - Extension of Contract Time.

9. That should the undersigned fail to complete the work in the time specified above he shallcompensate the Owner in accordance with Article 37 of the General Conditions of the ConstructionContract.

10. To do all extra work not reasonably inferable from the Specifications or Drawings but called for inwriting by the Engineer and to accept as full compensation therefore, payment in accordance withthe provisions of Article 39 of the General Conditions of the Construction Contract.

11. That it is understood the estimate of quantities shown in the Tender Form serves only to provide abasis for comparing tenders, and that no representations have been made by either the owner orthe Engineer that the actual quantities will approximately correspond therewith, and further, thatthe Owner has the right to increase or decrease the quantities in any or all items and to eliminateitems entirely from the work.

12. That payment for the work done will be made on the basis of the quantities measured by theEngineer and at the prices shown in the Tender Form which includes the cost of all pre-selectedmaterials and equipment and which shall be compensation in full for the work done under the termsof the Contract.

Tenderer’s Initials _____________¨ To be Completed by the Tenderer

Page 18: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

______________________________________Tender FormPage 3 of 10

ACKNOWLEDGEMENT TO RECEIPT OF ADDENDA

ADDENDUM No. DATE RECEIVED

_________ _______________________________________

_________ _______________________________________

_________ _______________________________________

_________ _______________________________________

_________ _______________________________________

_________ _______________________________________

_________ _______________________________________

_________ _______________________________________

Bidder to acknowledge receipt of the addenda (if any)

Tenderer’s Initials _____________¨ To be Completed by the Tenderer

Page 19: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

______________________________________Tender FormPage 4 of 10

TENDER FORM

PRELIMINARY CONSTRUCTION SCHEDULE

INDICATE SCHEDULE WITH BAR CHART WITH MAJOR ITEM DESCRIPTIONS AND TIME

ACTIVITY CONSTRUCTION SCHEDULE (WEEKS)

2 4 6 8 10 12 14 16 18 20

Page 20: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

______________________________________Tender FormPage 5 of 10

TENDER FORM

PERSONNEL

The following tendered rates shall form the basis of payment for personnel force account work for thiscontract. List all occupations to be used on the project.

LIST OF OCCUPATIONS HOURLY RATE O.T. HOURLY

SUPERINTENDENT

FOREMAN

Tenderer’s Initials _____________

Page 21: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

______________________________________Tender FormPage 6 of 10

TENDER FORM

TENDERER'S QUESTIONNAIRE

We provide the following information in order that the Owner may judge our ability to fulfill the Contractrequirements.

1. The size, model and make of the equipment which we will place on the project and use during thecourse of the work is as follows:

EQUIPMENT YEAR SIZE MODEL MAKE

2. The average number of employees we will employ and maintain on the project is ______.

3. The name of the superintendent that we propose to place on the project and his previousexperience on this type of construction is as follows:

Name:

Qualifications:

Tenderer’s Initials _____________

Page 22: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

______________________________________Tender FormPage 7 of 10

TENDER FORM

TENDERER'S QUESTIONNAIRE

Years with Company: ___________ Years of Experience: _____________

Description of projects completed by the above personnel:

4. I, the Tenderer, have read and understood this agreement and safework procedures relating to thisproject. By signing this document, I am stating I have the necessary qualifications and accept theresponsibilities as the Prime Contractor for this project as defined in the WorkSafeBC OccupationalHealth and Safety Regulations, Notice of projects, section 20.2, and Coordination of multipleemployer workplaces, section 20.3; and in the Workers Compensation Act, Coordination atmultiple-employer workplaces, sections 118, subsections (1) and (2).

I also acknowledge I understand the duties of the Owner as defined in the Workers CompensationAct, General duties of owner, section 119.

(Name & Title) (Signature)

5. The Contractor and all Subcontractors must have a current City of Nanaimo Business Licence.State Contractor’s Business Licence Number __________________. The Contractor’s businesslicence must be obtained before the contract is awarded. Subcontractors must obtain theirbusiness licence before their work commences.

Tenderer’s Initials _____________

Page 23: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

______________________________________Tender FormPage 8 of 10

TENDER FORM

LIST OF SUBCONTRACTORS

It is our intention that the following work will, subject to the Engineer's approval, be subcontracted to thefirms indicated below. All other work will be performed by our forces, except as authorized in writing by theEngineer. NOTE: In accordance with the Instructions to Tender, list only one Subcontractor for eachsubtrade you propose to subcontract.

TRADE NAME OF SUBCONTRACTOR

Tenderer’s Initials _________________

Page 24: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

______________________________________Tender FormPage 9 of 10

TENDER FORM

PROPOSED ALTERNATE MATERIALS

We propose using the following materials as alternates to those specified and shown on the drawings.Should any of these proposed alternates be accepted, we will adjust our total Tender in accordance withthe price variation shown below. These prices will represent the total cost difference to the Owner forsupply and installation of the proposed alternate products in lieu of those specified.

PRODUCT BRAND NAMEITEM OF MANUFACTURER SUPPLIER PRICE VARIATION

_______ _______________________ __________________ ____________________

_______ _______________________ __________________ ____________________

_______ _______________________ __________________ ____________________

_______ _______________________ __________________ ____________________

_______ _______________________ __________________ ____________________

_______ _______________________ __________________ ____________________

_______ _______________________ __________________ ____________________

_______ _______________________ __________________ ____________________

_______ _______________________ __________________ ____________________

_______ _______________________ __________________ ____________________

_______ _______________________ __________________ ____________________

_______ _______________________ __________________ ____________________

_______ _______________________ __________________ ____________________

_______ _______________________ __________________ ____________________

Tenderer’s Initials ________________

Page 25: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

______________________________________Tender FormPage 10 of 10

TENDER FORM

This Tender is executed at this _______ day of ___________, 2019.

Name of firm:

Address:

City/Postal Code:

Email Address:______________________________________

SIGNED AND DELIVERED BY

Full Name of Company

Authorized Signing Officer Signature Print Name

Position/Title

Authorized Signing Officer Signature Print Name

Position/Title

NOTE: If the Tender is by joint venture, add additional forms of execution for each member of theJoint venture in the appropriate form or forms as above.

Page 26: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 1

SCHEDULE 1SUPPLEMENTARY GENERAL CONDITIONS

(SUPPLEMENTARY GENERAL CONDITIONS ARE MODIFICATIONS TO CCDC 2 -2008)

INTRODUCTION

1.1.1 These Supplementary General Conditions amend the “Definitions” and the “General Conditions ofthe Stipulated Price Contract” contained within standard construction document CCDC 2 –Stipulated Price Contract, 2008 edition (“CCDC 2”), available for download athttp://www.ccdc.org/document/ccdc2/. Any reference in the Contract Documents to “GeneralConditions” or “GC” means the General Conditions contained in CCDC 2 as amended by theseSupplementary General Conditions. Whenever there is a conflict between these SupplementaryGeneral Conditions and the other Contract Documents or wherever the Contract Documents aresilent and these Supplementary General Conditions speak to a particular issue or matter, theprovisions of these Supplementary General Conditions shall take precedence.

1.1.2 Unless the context dictates otherwise and to the extent not otherwise defined in the ContractDocuments, capitalized terms used in these Supplementary General Conditions have themeanings given thereto in CCDC 2.

1.1.3 To the extent that the Lien Act (as defined below) expressly forbids parties from contracting outof all or some of the provisions of the Lien Act then, to the extent that those provisions of the LienAct apply, such provisions of the Lien Act shall take precedence over any provision of theContract Documents that is determined to contradict or contravene such provisions of the LienAct, but only to the extent of such contradiction or contravention.

AMENDMENTS TO THE DEFINITIONS

The following amendments are made to the “Definitions” in CCDC 2:

Add the following at the end of paragraph 5 (the definition of “Contract”):

The Contract supersedes all prior negotiations, representations or agreements, either written or oral,except to the extent included in the Contract Documents or expressly incorporated by referenceinto the Contract by an actual reference to the same in Article A-3 of the Agreement – CONTRACTDOCUMENTS.

Delete paragraph 6 and replace with the following:

6. Contract DocumentsThe Contract Documents consist of those documents listed in Article A-3 of the Agreement -CONTRACT DOCUMENTS, those documents expressly incorporated by reference into theContract by an actual reference to the same in Article A-3 of the Agreement – CONTRACTDOCUMENTS, and amendments agreed upon in writing between the parties together with all otherdocuments, schedules and additions mutually agreed to or settled by the parties from time to timein respect of the Contract.

Delete the definition of Substantial Performance of the Work at paragraph 20 and replace with thefollowing:

Page 27: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 2

20. Substantial Performance of the WorkSubstantial Performance of the Work shall have the same meaning as “substantial performance” ofthe Agreement, as determined under Section 1(2) of the Lien Act.

Delete the definition of Work at paragraph 25 and replace it with the following:

25. WorkWork means the total construction and related services required by the Contract Documents orproperly inferable therefrom.

Add the following definitions:

27. Applicable LawsApplicable Laws means all applicable federal, provincial and municipal laws, bylaws, codes, rules,regulations, policies and requirements applicable to the Work and the Project.

28. Certificate of CompletionCertificate of Completion means the certificate under section 7 of the Lien Act stating that workunder a contract or subcontract has been completed and includes an order made under section 7(5)of the Lien Act.

29. Cost Plus WorkCost Plus Work means Work that is described or designated as cost-plus work in the ContractDocuments.

30. Environmental LawEnvironmental Law means any applicable law relating to the protection of the environment oroccupational health and safety including those pertaining to (a) reporting, licensing, permitting,investigating, remediating and cleaning up in connection with any presence or release, or the threatof the same, of Hazardous Substances, and (b) the generation, manufacture, processing,distribution, use, re-use, treatment, storage, disposal, transport, labelling, handling and the like ofHazardous Substances.

31. Final Certificate for PaymentFinal Certificate for Payment means the certificate issued on Total Performance of the Work.

32. Hazardous SubstanceHazardous Substance means any contaminant, waste, hazardous substance, hazardous waste, ordangerous goods in such quantities and concentrations as contravene applicable limitations underEnvironmental Law and that may impair the environment, injure or damage property or plant oranimal life or harm or impair the health of any individual.

33. HoldbackHoldback means a holdback required by the Lien Act.

34. Lien or LiensLien or Liens means a lien under the Lien Act.

35. Lien ActLien Act means the Builders Lien Act (British Columbia) and any additional successor orreplacement legislation which may be passed that is applicable to the Place of the Work.

Page 28: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 3

36. Lump Sum WorkLump Sum Work means Work that is described or designated as lump sum work in the ContractDocuments or Work that is not so described or designated but is also not Unit Price Work or CostPlus Work.

37. Site Labour DisturbanceSite Labour Disturbance means any strike, lock-out or labour disturbance, including those resultingfrom any jurisdictional or non-affiliation issues, involving employees, whether or not members ofa trade union, of the Contractor, any Subcontractor, any Supplier, or any of their respectivesubcontractors of any tier, which delays or in any way adversely affects the performance andcompletion of Work at the Place of the Work.

38. Total Performance of the WorkTotal Performance of the Work means the entire Work has been satisfactorily performed and is socertified by the Consultant.

39. Trade Union CouncilTrade Union Council means a council or association of trade unions of which employees of theContractor or a Subcontractor are members.

40. Unit Price WorkUnit Price Work means Work that is described or designated as unit price work in the ContractDocuments.

41. WorkSafeBC RulesWorkSafeBC Rules means the Workers Compensation Act (British Columbia) and the regulationsthereunder, including without limitation the WorkSafeBC Occupational Health and SafetyRegulation (British Columbia), and all amendments made to such act and regulations and in forcefrom time to time, and any statute or regulation that may be passed which supplements orsupersedes such regulations.

ALTERATION OF GENERAL CONDITIONS AND ADDITIONAL CONDITIONS

The following amendments are made to the “General Conditions of the Stipulated Price Contract” inCCDC 2:

GC1.1 CONTRACT DOCUMENTS

GC1.1.7.1 is deleted in its entirety and replaced as follows:

.1 The order of priority of documents, from highest to lowest, shall be:· the Agreement between the Owner and the Contractor (excluding its schedules);· these Supplementary General Conditions;· the Definitions from CCDC 2;· the General Conditions from CCDC 2;· the Technical Specifications;· the Drawings;· the other schedules to the Agreement between the Owner and the Contractor;· the other Contract Documents (except for the below document); and· the Form of Tender.· The City of Nanaimo Standard Specifications

Page 29: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 4

GC2.2 ROLE OF THE CONSULTANT

GC2.2.19 is added as follows:

2.2.19 Notwithstanding GC2.2.13, the Contractor shall be responsible for requesting any requiredinstructions or clarifications from the Consultant which are needed for the performance ofthe Work and shall request such instructions or clarifications in time to avoid any delay ofthe Work.

GC2.3 REVIEW AND INSPECTION OF THE WORK

GC2.3.1 is amended by deleting the first sentence of the paragraph and replacing it with the following:

The Owner and the Consultant and their authorized representatives shall have access to the Workat all times.

GC2.3.4 is deleted in its entirety and replaced with the following:

2.3.4 If the Contractor covers, or permits to be covered, work that has been designated for review,tests, inspections or approvals before such review, tests, inspections or approvals are made,given or completed, the Contractor shall, if so directed, uncover such work, have thereviews, tests, inspections or approvals satisfactorily completed, and make good coveringwork at the Contractor's expense.

GC2.3.8 is added as follows:

2.3.8 The Consultant may:

.1 review and monitor the Contractor’s performance of any aspects of the Work forconformance with the requirements of the Contract, including review andmonitor the following:(a) the Contractor’s submittals; and(b) any and all construction activities; and

.2 perform or arrange for the performance of any tests, checks, and inspections ofthe Work as the Owner may reasonably request whether or not specificallyrequired by the Contract Documents.

GC2.3.9 is added as follows:

2.3.9 Review, monitoring and/or approval by the Consultant or Owner of the Contractor’sperformance of the Contract shall not relieve the Contractor of its sole responsibility andliability for the proper performance of the Contract strictly in accordance with its terms.

GC2.3.10 is added as follows:

2.3.10 Acceptance of the Work by the Owner does not free the Contractor from its obligation tocorrect deficiencies as provided in GC2.4 – DEFECTIVE WORK, which are not identifiedat the time of drawing up the deficiency list or are hidden deficiencies.

GC2.4 DEFECTIVE WORK

Page 30: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 5

GC2.4.3 is deleted in its entirety and replaced with the following:

2.4.3. If in the opinion of the Consultant it is not expedient to correct defective work or work notperformed as provided in the Contract Documents, the Owner may deduct from the amountotherwise due to the Contractor the difference in value between the work as performed andthat called for by the Contract Documents or, at the option of the Owner, the cost or valueof such work as would have been necessary to correct such non-compliance with theContract Documents. If the Owner and the Contractor do not agree on the difference invalue, they shall refer the matter to the Consultant for a determination.

GC3.1 CONTROL OF THE WORK

GC3.1.3 is added as follows:

3.1.3 The Contractor shall, and shall ensure that each Subcontractor shall, employ competentand skilled workmen and apprentices and employ proper equipment in good condition.The Contractor shall have complete control over its employees and Subcontractors andshall enforce discipline and order among its employees and assure discipline and order byits Subcontractors including, in all cases, without limiting the foregoing, compliance withand enforcement of WorkSafe BC Rules.

GC3.1.4 is added as follows:

3.1.4 The Contractor shall be familiar with, and its performance of this Contract shall begoverned by and comply with, all Applicable Laws and applicable permits which exist atpresent or which may be respectively enacted or obtained after the date hereof by or frombodies or tribunals having jurisdiction or authority over the Work.

GC3.2 CONSTRUCTION BY OWNER OR OTHER CONTRACTORS

GC3.2.2 is amended by deleting the first sentence and replacing it with the following:

When separate contracts are awarded for other parts of the Project, or when work is performed bythe Owner's own forces, the Contractor shall:

GC3.2.2.3 is deleted in its entirety.

GC3.2.2.4 is deleted in its entirety.

GC3.2.7 is added as follows:

3.2.7 The Contractor acknowledges that the Place of the Work generally and portions of theProject will continue to be used by the Owner and others as described in the ContractDocuments. The Contractor will work simultaneously and harmoniously with others usingthe Place of the Work and use all efforts not to interfere with or delay others.

GC3.5 CONSTRUCTION SCHEDULE

GC3.5.1.1 is deleted in its entirety and replaced with the following:

.1 if the Owner states in writing that the Contractor has not yet done so to the Owner’ssatisfaction, prepare and submit to the Owner and the Consultant a construction schedulethat indicates the timing of the major activities of the Work and provides sufficient detail

Page 31: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 6

of the critical events and their inter-relationship to demonstrate the Work will be performedin conformity with the Contract Time, which such construction schedule will, if agreed toby the Owner, thereafter be deemed to supersede the schedule included in Schedule 5 ofthe Agreement as the “Project Schedule”;

GC3.5.2 is added as follows:3.5.2 The Contractor will regularly monitor the progress of the Work and advise the Owner and

the Consultant of any revisions to, or any slippage in, the construction schedule.

GC3.5.3 is added as follows:

3.5.3 The Contractor will submit to the Consultant and the Owner monthly updates and providecomments on adherence to the construction schedule and details of any remedial actionsbeing undertaken to improve schedule slippages.

GC3.5.4 is added as follows:

3.5.4 If the construction schedule is not adhered to, the Contractor will use all reasonable meansto accelerate the Work, without additional compensation, to comply with the constructionschedule. For the avoidance of doubt, references in the Contract Documents to the“construction schedule” will be deemed to be references to the “Project Schedule” unlessthe context requires otherwise.

GC3.6 SUPERVISION

GC3.6.3 is added as follows:

3.6.3 Any superintendent or foreman whose work is unsatisfactory to the Consultant, or to whomthe Consultant may have any reasonable objection, shall be dismissed from the Work uponwritten notice of the Consultant. No superintendents or foremen will be substituted orreplaced, except at the request or with the written consent of the Consultant, or as a resultof any such employee’s voluntary termination of employment or incapacity and anyreplacement will have comparable or superior qualifications and experience.

GC3.7 SUBCONTRACTORS AND SUPPLIERS

GC3.7.2 is deleted in its entirety and replaced as follows:

3.7.2 No Subcontractor or Supplier listed shall be replaced without the written consent of theOwner, which consent shall not be unreasonably withheld.

GC3.7.7 is added as follows:

3.7.7 In every subcontract the Contractor shall specify that the Consultant shall be the personresponsible for payment certification under that subcontract for the purposes of the LienAct. With every request to the Consultant for a determination whether a subcontract hasbeen completed, the Contractor shall furnish a detailed description of the scope of workcovered by the subcontract and a complete reconciliation of the subcontract account. Inthis GC3.7.7, the word “subcontract” shall have the meaning it has when used in the LienAct.

Page 32: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 7

GC3.8 LABOUR AND PRODUCTS

GC3.8 is deleted in its entirety and replaced with the following:

GC 3.8 LABOUR AND PRODUCTS

3.8.2 The Contractor shall provide and pay for labour, Products, tools, ConstructionEquipment, water, heat, light, power, transportation, and other facilities and servicesnecessary for the performance of the Work in accordance with the Contract.

3.8.3 Unless otherwise specified in the Contract Documents, Products provided shall be new.Products which are not specified shall be of a quality consistent with those specified andtheir use acceptable to the Consultant. All Products supplied by the Contractor must atall times contain 0.00% asbestos. Should any Product be found to contain more than0.00% asbestos, the Contractor will promptly abate and remove all Products containingasbestos at its sole cost.

3.8.4 The Contractor shall maintain good order and discipline among the Contractor'semployees engaged on the Work and shall not employ on the Work anyone not skilled inthe tasks assigned. The Consultant shall have the right, by written notification to theContractor, to require the removal from the Project of any employee of the Contractor ora Subcontractor or employee of a Subcontractor of the Contractor who is incompetent,untrained, acts in an unsafe manner, is disorderly or is otherwise unsatisfactory, or whocauses a breach of the terms of this Contract. Any such employee or Subcontractor shallbe immediately removed from the Place of the Work by the Consultant and shall not beemployed again on the Project without the prior written approval of the Owner.

3.8.5 All materials shall be delivered, stored, handled and applied in strict accordance with themanufacturer's instructions, and shall be delivered with type, grade and brand nameclearly identifiable and with seals intact.

GC3.9 DOCUMENTS AT THE SITE/DAILY RECORD

GC3.9.1 is deleted in its entirety and replaced with the following:

3.9.1 The Contractor shall keep one copy (as opposed to the originally executed set) of allContract Documents, Shop Drawings, Change Orders, Change Directives, the diary recordrequired by GC3.9.2 below, submittals, reports, and records of meetings at the Place of theWork, in good order, properly indexed, and available at all regular working hours onWorking Days to the Owner and the Consultant.

GC3.9.2 is added as follows:

3.9.2 The Contractor shall, from the date of commencement of the Work, maintain a carefuldiary record of the progress of the Work. This record shall be open to the Consultant'sinspection at all reasonable times and delivered to the Consultant on completion of theWork. The diary shall detail:.1 daily weather conditions;.2 the commencement, progress and completion of various portions of the work;.3 the dates of all meetings and their purposes; and.4 the dates of visits or inspections by government authorities, inspectors, utility

companies, etc.

Page 33: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 8

GC3.10 SHOP DRAWINGS

GC3.10.2 is amended by adding the following to the end:

… or as the Consultant may reasonably request.

GC3.12 CUTTING AND REMEDIAL WORK

GC3.12.3 is amended by adding the following to the end:

… unless the Owner elects to do the work or retain other contractors, after having given theContractor written notice of the work to be performed. Such work shall be performed in accordancewith GC3.2.

GC4.1 CASH ALLOWANCES

GC4.1.1 is deleted in its entirety and replaced as follows:

4.1.1 The Contract Price includes the cash allowances, if any, stated in the Contract Documents.Except to the extent specifically described in the Contract Documents, such cashallowances:

(a) will cover the net out-of-pocket cost of the Contractor for services, products,construction machinery and equipment, freight, unloading, handling, storage,installation and other authorized expenses incurred in performing the workstipulated under the cash allowances, but

(b) will not cover labour or installation, unless (and then only to the extent):(i) specifically stated in the Contract Documents as being included in the

cash allowance, or(ii) specifically designated as an itemized or separate price for purposes of

the cash allowance,

and otherwise will be deemed to be included in the Contract Price (ex-cash allowances).

GC4.1.2 is deleted in its entirety and replaced as follows:

4.1.2 The Contract Price (ex-cash allowances), and not the cash allowances, includes theContractor's and Subcontractors' overhead and profit in respect of such cash allowances.Unless noted otherwise in the Contract Documents, none of the work included in theDrawings and Specifications is intended to be paid for by the cash allowances. The cashallowances are for the Owner’s use, at the Owner’s sole discretion.

GC5.1 FINANCING INFORMATION REQUIRED OF THE OWNER

GC5.1 is deleted in its entirety and replaced with the following:

GC5.1 GENERAL FINANCIAL/PAYMENT PROVISIONS

5.1.1 The Owner shall, at the request of the Contractor, before signing the Contract, andpromptly from time to time thereafter, furnish to the Contractor reasonable evidence thatfinancial arrangements have been made to fulfill the Owner's obligations under theContract. The Contractor now acknowledges that the Owner’s financial statements as

Page 34: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 9

published pursuant to the Financial Information Act (British Columbia) constitute fullsatisfaction of this requirement and satisfactory evidence of the Owner’s ability to fulfillits obligations under this Contract.

5.1.2 The Owner shall give the Contractor Notice in Writing of any material change in theOwner's financial arrangements to fulfill the Owner's obligations under the Contractduring the performance of the Contract.

5.1.5 The Contract Price is expressed and payable in Canadian dollars.

5.1.6 Subject to the provisions of the Contract Documents and in accordance with the Lien Actin respect of Holdbacks, the Owner shall:

.1 make progress payments to the Contractor on account of the Contract Pricemonthly when due, based on:(i) the value of the Work completed and Products and materials

incorporated into the Work as certified by the Consultant, and(ii) Products and materials delivered to the Place of the Work but not yet

incorporated into the Work, as agreed to by the Owner;

.2 upon issuance of a Certificate of Completion in respect of a subcontract to whichthe Contractor is a party, and where fifty-five (55) calendar days have elapsedsince the issuance of the Certificate of Completion without any Liens havingbeen filed which arose under the subcontract, pay the Holdback to the Contractorin respect of the subcontract;

.3 upon issuance of the Certificate of Completion (in respect of SubstantialPerformance of the Work), and where fifty-five (55) calendar days have elapsedsince the issuance of the Certificate of Completion without any Liens or otherliens having arisen with respect to this Contract, pay the balance of the Holdbackto the Contractor in respect of this Contract;

.4 upon issuance of the Final Certificate for Payment (in respect of TotalPerformance of the Work), and provided no Liens or other liens have arisen inrespect of this Contract, pay the balance of the Contract Price to the Contractor.

5.1.7 If either party fails to pay when due an amount owing to the other under this Contract,that amount will bear interest at the Bank Rate plus two percent (2%), calculated dailyfrom the due date to the date of payment. For this purpose, the “Bank Rate” means therate of interest established from time to time by the Bank of Canada as the minimum rateat which the Bank of Canada advances short term loans to Canadian chartered banks.

5.1.8 If the Work suffers any loss or damage, as a result of which an amount is paid under anypolicy of insurance provided by the Owner under the Contract, then such amount shall bepaid to the Owner and advanced to the Contractor in monthly progress payments as theContractor performs and completes repair or restoration Work in respect of such loss ordamage.

GC5.1A BASIS OF PAYMENT:

5.1A.1 Basis of Payment for Unit Price Work

Page 35: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 10

.1 Unit Price Work: Payment for Unit Price Work, if any, shall be based on the unitprices set out in the Schedule of Prices.

.2 Measurement: The Contractor shall measure the Work and the Consultant willverify such measurements to determine payment to the Contractor in accordancewith the measurement provisions of the Contract Documents.

5.1A.2 Basis of Payment for Lump Sum Work.1 Lump Sum Work: Payment for Lump Sum Work, if any, shall be based on the

lump sum prices set out in the Schedule of Prices.

5.1A.3 Basis of Payment for Cost Plus Work

.1 Cost Plus Work: Payment for Cost Plus Work, if any, shall be based on the costof such Work, as provided in GC5.1A.3.2, plus a fixed fee or percentage feecalculated as a percentage of the cost of such Work, for the Contractor's overheadand profit, except as stated in GC5.1A.4 or GC6.3.6. The fixed fee or percentagefee shall be as provided in the Schedule of Prices (or, if not so specified, asagreed between the Owner and the Contractor in writing), except as stated inGC5.1A.4.

.2 Cost of the Work: The cost of Cost Plus Work, except as otherwise specified inthe Contract Documents or agreed in writing between the Owner and theContractor, shall be at rates prevailing in the locality of the Place of the Workand shall include the following cost elements as applicable to such Work:(i) wages and benefits paid for labour in the direct employ of the Contractor

under applicable collective bargaining agreements, or under a salary orwage schedule agreed upon by the Consultant and the Contractor;

(ii) salaries, wages, and benefits of the Contractor's personnel, whenstationed at the field office, in whatever capacity employed; or personnelat shops or on the road, engaged in expediting the production ortransportation of materials or equipment;

(iii) contributions, assessments, or taxes incurred for such items asemployment insurance, provincial or territorial health insurance, workers'compensation, and Canada Pension Plan, insofar as such cost is based onwages, salaries, or other remuneration paid to employees of theContractor and included in the cost of the Work as provided inparagraphs (i) and (ii);

(iv) travel and subsistence expenses of the Contractor's personnel describedin paragraphs (i) and (ii), to be included only with the prior approval ofthe Owner;

(v) the cost of all Products, including the cost of transportation thereof;(vi) the cost of Construction Equipment, Temporary Work, and hand tools

not owned by the workers, including transportation, and maintenancethereof, which are consumed in the performance of the Work, at cost lesssalvage value on such items used but not consumed, which remain theproperty of the Contractor;

(vii) the cost of all tools and Construction Equipment, exclusive of hand toolsused in the performance of the Work, whether rented from or providedby the Contractor or others, including installation, minor repairs andreplacements, dismantling, removal, transportation and delivery costthereof;

(viii) deposits lost;

Page 36: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 11

(ix) the amounts of all subcontracts;(x) the cost of quality assurance such as independent inspection and testing

services;(xi) charges levied by authorities having jurisdiction at the Place of the

Work;(xii) any adjustment in premiums for all bonds and insurance which the

Contractor is required by the Contract Documents to purchase andmaintain;

(xiii) any adjustment in value-added taxes (not including taxes on income orcapital), for which the Contractor is liable;

(xiv) charges for long distance telephone and facsimile communications,courier services, expressage, and petty items incurred in relation to theperformance of the Work;

(xv) the cost of removal and disposal of waste products and debris; and(xvi) cost incurred due to emergencies affecting the safety of persons or

property.

.3 Approval Required: The Contractor shall obtain the Consultant's approval priorto subcontracting or entering into other agreements for Cost Plus Work.

.4 Rejection of Costs: The Consultant may refuse to certify payment for all or partof the cost of any item under any cost element, where the item in question wasunsuitable or unnecessary, or the cost was otherwise improperly incurred in theperformance of the Work.

.5 Records: The Contractor shall keep full and detailed accounts and recordsnecessary for the documentation of the cost of Cost Plus Work and shall providethe Consultant with copies thereof when requested.

.6 Access to Records: the Owner and the Consultant shall be afforded reasonableaccess to all of the Contractor's books, records, correspondence, instructions,drawings, receipts, vouchers, and memoranda related to the cost of Cost PlusWork and for this purpose the Contractor shall preserve such records for a periodof one (1) year after the date of Substantial Performance of the Work.

5.1A.4 Cost Plus Contract Rates and Mark Ups

Notwithstanding any other provision hereof, when Cost Plus Work is performed then:(i) the costs of labour will be determined by the labour rates specified in the

schedules to the Agreement, including the Schedule of Force Account Labourand Construction Equipment Rates, if any, in each case without any mark-upunless otherwise specified therein; and

(ii) the costs of Construction Equipment will be determined by the constructionequipment rates specified in the schedules to the Agreement, including theSchedule of Force Account Labour and Construction Equipment Rates, if any, ineach case without mark-up unless otherwise specified therein.

GC5.2 APPLICATIONS FOR PROGRESS PAYMENT

GC5.2 is deleted in its entirety and replaced with the following:

GC5.2 APPLICATIONS FOR PROGRESS PAYMENT

Page 37: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 12

5.2.1 Applications for payment shall be submitted to the Consultant on or before the last day ofeach calendar month, dated as of the last day of the month, and be in respect of the Workcompleted prior to the application being signed (the “payment period”).

5.2.2 The amount claimed shall be the value, proportionate to the amount of the Contract, ofWork performed and Products delivered to the Place of the Work as of the last day of thepayment period.

5.2.3 The Contractor shall submit to the Consultant at least fifteen (15) calendar days beforethe first application for payment, a schedule of values for the parts of the Work,aggregating the total amount of the Contract Price, so as to facilitate evaluation ofapplications for payment. A second schedule, stating the anticipated monthly progresspayments, is to be submitted upon request.

5.2.4 The schedule of values shall be made out in such form and supported by such evidence asthe Consultant may reasonably direct and when accepted by the Consultant, shall be usedas the basis for applications for payment, unless it is found to be in error.

5.2.5 When making an application for payment, the Contractor shall submit a statement basedupon the schedule of values. Claims for Products delivered to the Place of the Work butnot yet incorporated into the Work shall be supported by such evidence as the Consultantmay reasonably require to establish the ownership, value and delivery of the Products.The Owner has the right to refuse payment for Products delivered to the Place of theWork but not incorporated in the Work. The Contractor shall obtain the Owner'spermission prior to invoicing for such Products.

5.2.6 Each application for payment shall:

.1 be in such form and detail as the Consultant shall require and submittedconsistently in such form and detail unless otherwise advised by the Consultantand clearly show:(A) the Contractor’s full name, address and telephone number;(B) the Owner’s purchase order number;(C) the name of the Owner’s project manager;(D) the application for payment number and date; and(E) the Contractor’s PST and GST registration number(s);

.2 be attached to a statement or statutory declaration sworn by an officer of theContractor, which attests to the accuracy and completeness of the informationcontained therein, and for each application following the first application alsoinclude in addition to the foregoing and not in lieu of the same, a current CCDC9A Statutory Declaration of Progress Payment Distribution by Contractor, whichshall be completed and sworn before a Notary Public or Commissioner for Oathsfor the Province of British Columbia;

.3 relate the Work for which payment is claimed to the Project Schedule and theschedule of values provided and provide such back-up invoices and othermaterials as may be reasonably necessary for the Consultant to review suchapplication;

.4 attach the documents required under GC9.4 demonstrating compliance by theContractor and each Subcontractor with WorkSafeBC Rules;

Page 38: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 13

5.2.7 The Contractor shall deliver a complete application as provided in GC5.2.6 and if suchapplication is not complete, the Consultant may reject all or the applicable portions of thesame by promptly (and in any event within five (5) calendar days of its receipt) notifyingthe Contractor of the deficiencies in the application. The Contractor will promptly supplyto the Consultant such further certification or information as may be necessary to remedythe deficiencies in the application.

5.2.8 An application for payment shall be deemed to be received by the Consultant only if andwhen submitted in full conformity with GC5.2.6.

GC5.3 PROGRESS PAYMENT

GC5.3.1.2 is amended by adding the following before the last sentence of the paragraph:

If, after a certificate for payment has been issued to the Owner (and prior to payment by the Owner),the Consultant determines on the basis of new information that the amount certified for payment isincorrectly high or low relative to the Work being certified, then the Consultant shall issue a revisedcertificate.

GC5.3.1.3 is amended by deleting the words “Article A-5 of the Agreement – PAYMENT” and replacingwith “this GC5 and the Lien Act”.

GC5.3.2 is added as follows:

5.3.2 Subject to the provisions of the Lien Act, the Owner may retain a deficiency holdback fromprogress payments prior to Substantial Performance of the Work to ensure that sufficientmoney is withheld to fund any agreed deficiency holdback at Substantial Performance ofthe Work

GC5.4 SUBSTANTIAL PERFORMANCE OF THE WORK

GC5.4 is deleted in its entirety and replaced with the following:

GC5.4 SUBSTANTIAL PERFORMANCE OF THE WORK/CERTIFICATE OFCOMPLETION

5.4.1 When the Contractor considers that Substantial Performance of the Work has beenachieved, or if permitted by the Lien Act the Contractor wishes to apply for a Certificateof Completion with respect to a subcontract with a Subcontractor, the Contractor shall,within one Working Day, deliver to the Consultant and to the Owner an application for aCertificate of Completion (a “Completion Certificate Application”) in conformity withGC5.4.4.

5.4.2 The Consultant will review the Work to verify the validity of the application and shallpromptly, and in any event, no later than ten (10) calendar days after receipt of theContractor's application:

.1 advise the Contractor in writing that the Work or the designated portion of theWork is not “completed” (as that term is used in the Lien Act) and give reasonswhy, or

Page 39: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 14

.2 prepare a Certificate of Completion in respect of the Work or subcontract statingon the certificate the date of issuance in accordance with the Lien Act and issue acopy of that certificate to each of the Owner and the Contractor.

5.4.3 Immediately following the issuance of the Certificate of Completion for all of the Work,the Contractor, in consultation with the Consultant, shall establish a reasonable date forTotal Performance of the Work (which date will be deemed to be the date for the sameset out in the Project Schedule if such date is specified).

5.4.4 Each Completion Certificate Application referred to in GC5.4.1 shall also contain anapplication for payment and shall consist of the following:

.1 a cover letter stating that the submittal is an application for a Certificate ofCompletion as well as an application for payment, and clearly identifying theWork or subcontract for which the Certificate of Completion is being sought;

.2 all of the certifications and information required on an application for payment,as set out in GC5.2.6;

.3 with respect to the Work or subcontract, as applicable, all deliverables, includingcopies of all manufacturer’s warranties, called for in the Contract Documentswhich are or should be available at the time of the Completion CertificateApplication, including, without limitation and by way of example only, alloperation manuals, service manuals, warranty certificates, maintenance contracts,service contracts, software licences, inspection reports, and other applicablemanuals, contracts, certificates, guarantees and warranties.

5.4.5 Failure to specify an incomplete or defective item on a Completion CertificateApplication or the Consultant’s issuance of a Certificate of Completion or certificate ofpayment in respect of the same does not alter the responsibility of the Contractor tocomplete the Contract.

5.4.6 Subject to the requirements of the Lien Act relative to the date of issuance by theConsultant of the Certificate of Completion of the Work pursuant to GC5.4.2.2:

.1 the Consultant shall issue to the Owner and copy to the Contractor a certificate ofpayment for an amount equal to the Contract Price less:(i) Two times the value of any deficiencies shown on the comprehensive list

of items to be completed or corrected, as determined by the Consultant,(ii) the value of incomplete work as determined by the Consultant, and(iii) the amounts of all previous certificates of payment;

.2 the Owner shall then make payment to the Contractor in accordance with theprovisions of GC5.3.1.3 provided always that a Completion CertificateApplication shall be deemed received only if and when submitted in accordancewith GC5.2.6 as well as GC5.4.4; and

.3 for the avoidance of doubt, this GC5.4.6 does not create an obligation to avoidretaining, or to release, any Holdback.

GC5.5 PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK

GC5.5 is deleted in its entirety and replaced with the following:

Page 40: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 15

GC5.5 PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK

5.5.1 After the issuance of the Certificate of Completion evidencing Substantial Performanceof the Work, the Contractor shall:

.1 submit an application for payment of the Holdback,

.2 submit a current CCDC 9A Statutory Declaration of Progress Distribution byContractor, as well as a current CCDC 9B Statutory Declaration of ProgressDistribution by Subcontractor from each of the Subcontractors, which in everycase shall be fully and properly completed and sworn before a Notary Public orCommissioner for Oaths for the Province of British Columbia;

.3 verify that there are no Liens or other liens relating to the Contractor, the Workor the Products registered against the Owner, the Project or the Place of the Workor the Owner’s interest therein or against the Holdback, and swear and submit tothe Consultant a written declaration that there are no such Liens or other liens;

.4 attach the documents required under GC9.4 demonstrating compliance by theContractor and each Subcontractor with WorkSafeBC Rules; and

5.5.2 After the receipt of and approval of the application documents described in GC5.5.1, theConsultant will issue a certificate for payment of the Holdback (less any previousreleases of the Holdback on account of subcontract Certificates of Completion).

5.5.3 The Contractor now acknowledges that the Owner is exempt under the regulations of theLien Act from the requirement to keep the Holdback in a separate holdback account.

5.5.4 The Holdback is due and payable as set out in GC5.1.6.3. The Owner may retain out ofthe Holdback any sums required by law to satisfy any Liens arising under the Contract orany subcontract or, if permitted by the Lien Act, claims against the Contractor.

GC5.6 PROGRESSIVE RELEASE OF HOLDBACK

GC5.6.1 is deleted in its entirety and replaced with the following:

5.6.1 Any portion of the Holdback in respect of a Subcontractor or Supplier subcontract is dueand payable as set out in GC5.1.6.3. The Owner may retain out of the subcontract portionof the Holdback any sums required by law to satisfy any Liens arising in connectiontherewith or, if permitted by the Lien Act, other claims.

GC5.6.2 is deleted in its entirety.

GC5.6.3 is amended by deleting the words “final certificate for payment” and replacing with “FinalCertificate for Payment”.

GC5.7 FINAL PAYMENT

GC5.7.1 is deleted in its entirety and replaced as follows:

Page 41: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 16

5.7.1 When the Contractor considers that Total Performance of the Work has been achieved,the Contractor shall submit its final application for payment. The application forpayment on attaining Total Performance of the Work shall consist of the following:

.1 all of the certifications and information required on an application for payment asset out in GC5.2.6, all appropriately amended to clearly confirm that the Work isfully completed, all Products have been delivered, and all Lien periods haveexpired with no Liens or other liens having been filed;

.2 a current CCDC 9A Statutory Declaration of Progress Distribution by Contractor,as well as a current CCDC 9B Statutory Declaration of Progress Distribution bySubcontractor from each of the Subcontractors, which in every case shall be fullyand properly completed and sworn before a Notary Public or Commissioner forOaths for the Province of British Columbia;

.3 all deliverables called for in the Contract Documents which were not delivered atthe time of Substantial Performance of the Work.

.4 Redline drawings

GC5.7.3 is amended by deleting the words “final certificate for payment” and replacing with “FinalCertificate for Payment”.

GC5.7.4 is deleted in its entirety and replaced as follows:

5.7.4 Subject to paragraph 9.4.1 of GC9.4 – CONSTRUCTION SAFETY & WORKSAFE BCRULES, and the Lien Act, the Owner shall, no later than twenty-one (21) calendar daysafter the issuance of a Final Certificate for Payment, pay the Contractor as provided inGC5.1.6.4

GC6.1 OWNER’S RIGHT TO MAKE CHANGES

GC6.1.3 is added as follows:

6.1.3 Change Orders, contemplated Change Orders, and Change Directives shall be on printedforms supplied by the Owner or Consultant and may include:

.1 job site instructions or site memo forms, for immediate authorization at the Placeof the Work in order not to delay the performance of the Work and for changes ofa minor nature with no price variation, which shall be issued on site on thesignature of the Consultant only;

.2 contemplated Change Orders issued by the Consultant for purposes of theContractor’s response to a proposed method of adjustment and extent ofadjustment to the Contract Price or Contract Time, which shall be signed by theConsultant only;

.3 Change Orders authorizing the Contractor to proceed with the Work as set out bythe Consultant and Contractor in a contemplated Change Order, which shall besigned by the Owner and the Contractor.

GC6.1.4 is added as follows:

Page 42: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 17

6.1.4 Basis of Payment for Changes on Cost Plus Basis

.1 Work Done on Cost Plus Basis: The cost of Work done under a ChangeDirective or Change Order on a cost-plus basis, except as otherwise specified inthe Contract Documents or agreed in writing between the Owner and theContractor, shall be at rates prevailing in the locality of the Place of the Workand, subject to GC6.1.6, shall include the cost elements set out in GC5.1A.3(i)through (xvi) as applicable to such Work.

.2 Approval Required: The Contractor shall obtain the Consultant's approval priorto subcontracting or entering into other agreements for Work done under aChange Directive or Change Order on a cost-plus basis.

.3 Rejection of Costs: The Consultant may refuse to certify payment for all or partof the cost of any item under any cost element, where the item in question wasunsuitable or unnecessary, or the cost was otherwise improperly incurred in theperformance of the Work.

.4 Records: The Contractor shall keep full and detailed accounts and recordsnecessary for the documentation of the cost of Work done under a ChangeDirective or Change Order on a cost-plus basis, and shall provide the Consultantwith copies thereof when requested.

.5 Access to Records: the Owner and the Consultant shall be afforded reasonableaccess to all of the Contractor's books, records, correspondence, instructions,drawings, receipts, vouchers, and memoranda related to the cost of Work doneunder a Change Directive or Change Order on a cost-plus basis, and for thispurpose the Contractor shall preserve such records for a period of one (1) yearafter the date of Substantial Performance of the Work.

.6 Notwithstanding any other provision hereof, when a change in the Work isvalued on a cost-plus basis, then:

(i) the costs of labour will be determined by the labour rates specified in theschedules to the Agreement, including the Schedule of Force AccountLabour and Construction Equipment Rates, if any, in each case withoutany mark up unless otherwise specified therein;

(ii) the costs of Construction Equipment will be determined by theconstruction equipment rates specified in the schedules to theAgreement, including the Schedule of Force Account Labour andConstruction Equipment Rates, if any, in each case without mark upunless otherwise specified therein; and

(iv) for further certainty, to the extent that any changes involve changes inthe quantities of Unit Price Work such changes will be determined solelyby the unit prices, without mark-up, unless otherwise specified in theschedules to the Agreement.

GC6.1.5 is added as follows:

6.1.5 Valuation and Marks ups for all Change Orders and Change DirectivesThe following terms and conditions will apply to any quotation for a Change Order prepared bythe Contractor pursuant to GC 6.2 - CHANGE ORDER, and will also apply to any ChangeDirective issued pursuant to GC 6.3 - CHANGE DIRECTIVE:

Page 43: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 18

.1 The valuation for all (except previously agreed separate prices and unit prices)Work done under a Change Directive or Change Order which result in anincrease in the Contract Price, whether valued as a lump sum or on a cost-plusbasis, will be based on the actual direct unavoidable costs incurred by theContractor and will be deemed to include all amounts on account of overhead,profit, administrative, and any other indirect expenses or allowances except asfollows:

.1 The Contractor will receive combined overhead and profit equal to tenpercent (10%) of the direct unavoidable costs incurred by theContractor’s use of his own forces;

.2 The Contractor will receive five percent (5%) combined overhead andprofit on the amounts paid by the Contractor to any Subcontractor orSuppliers as a direct result of the Change Order or Change Directive(provided always that the Subcontract contains the same limitations onChange Orders and Change Directives as this Contract).

.3 The Subcontractor will receive combined overhead and profit of tenpercent (10%) on account of the direct unavoidable costs incurred by theSubcontractor as direct result of the Change Order or Change Directive,and

.4 The Supplier will receive no overhead, profit or other markup on accountof the Change Order or Change Directive.

.2 The valuation for all (except previously agreed separate price and unit rates)changes in the Work which result in a decrease in the Contract Price will bebased on the actual savings in all costs to the Contractor, Subcontractor andSuppliers, exclusive of markups or deductions for overhead, profit,administrative or any other indirect costs not causally related to the ChangeOrder or Change Directive.

.3 If a change in the Work results in both expenditures and savings, any overhead orprofit that is otherwise payable by the Owner shall be payable only on the netincrease in expenditures, if any, with respect to that change in the Work.

.4 The Contractor will only enter into Subcontracts with Subcontractors andSuppliers which obligate each Subcontractor and Supplier to comply with theprovisions of this Part 6 - CHANGES IN THE WORK.

.5 Upon the request of the Consultant, the Contractor will promptly deliver allsupporting documentation including labour, Products, services, Subcontractbreakdowns and all other documentation in order to substantiate any ChangeOrder quotation or change in the Contract Price pursuant to a Change Directive.

.6 The Contractor will be responsible for having time sheets covering all personnelrespecting any Change Order or Change Directive checked and approved dailyby the Consultant, and claims for reimbursement of any extra wages, salaries orother expenses relating to such personnel will only be accepted when properlysupported by such signed time sheets.

Page 44: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 19

.7 All costs and expenses incurred by the Contractor and any Subcontractor orSuppliers in preparing any requested Change Order quotation or submitting,substantiating or otherwise administering a claim pursuant to a Change Order orChange Directive will be the responsibility of the Contractor and may not beincluded in any adjustment to the Contract Price.

GC6.1.6 is added as follows:

6.1.6 Cost Plus Maximum under Change OrderWhen a change in Work is valued on a cost-plus basis, the Owner may require that the aggregateamount incurred under the corresponding Change Directive shall not exceed a maximum amountacceptable to the Owner, acting reasonably, and specified in the Change Directive, as suchamount may be revised from time to time by subsequent written authorization of the Owner. TheContractor shall not be entitled to payment in excess of such applicable maximum amount inrespect of any such Change Directive.

GC6.3 CHANGE DIRECTIVE

GC6.3.3 is deleted in its entirety.

GC6.3.5 is deleted in its entirety.

GC6.3.6 is deleted in its entirety.

GC6.3.7 is deleted in its entirety.

GC6.3.8 is deleted in its entirety.

GC6.3.9 is deleted in its entirety.

GC6.3.10 is deleted in its entirety.

GC6.4 CONCEALED OR UNKNOWN CONDITIONS

GC6.4.1 is deleted in its entirety and replaced as follows:

6.4.1 If the Contractor discovers conditions at the Place of the Work which: (i) are subsurfaceor otherwise concealed physical conditions which existed before the commencement ofthe Work; (ii) could not reasonably have been discovered by proper investigation by theContractor under GC3.10.13; and (iii) differ materially from those disclosed in theContract Documents, including any geotechnical report, environmental assessment, orother report included or referenced in the Contract Documents or provided or madeknown to the Contractor before the commencement of the Work, then the Contractorshall give Notice in Writing to the Consultant of such conditions before they aredisturbed and in no event later than five (5) Working Days after first observance of theconditions.

GC6.4.1A is added as follows:

6.4.1A The Contractor must give notice under GC6.4.1 within five (5) Working Days afterdiscovery of the conditions or the time when the Contractor by reasonable diligencecould have discovered the conditions, failing which the Contractor may not make or

Page 45: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 20

enforce any claim against the Owner, whether for a change in the Contract Price or othercompensation or for an extension of the Contract Time arising from those conditions.

GC6.4.2 is amended by deleting the words “If the finding is that the conditions differ materially and thiswould cause” and replacing with “If the requirements of GC6.4.1 and GC6.4.1A are satisfied and therelevant conditions would cause”.

GC6.4.3 is amended by deleting the words “the conditions at the Place of Work are not materiallydifferent” and replacing with “the requirements of GC6.4.1 and GC6.4.1A are not satisfied”.

GC6.4.4 is deleted in its entirety and replaced as follows:

6.4.4 If such concealed or unknown conditions relate to Hazardous Substances, artefacts andfossils, or mould, the parties will be governed by the provisions of GC9.2 – TOXIC ANDHAZARDOUS SUBSTANCES, GC9.3 – ARTIFACTS AND FOSSILS and GC9.5 –MOULD.

GC7.1 OWNER'S RIGHT TO PERFORM THE WORK, TERMINATE THE CONTRACTOR'SRIGHT TO CONTINUE WITH THE WORK OR TERMINATE THE CONTRACT

GC7.1.5.2 is amended by deleting the words “final certificate for payment” and replacing with “FinalCertificate for Payment”.

GC7.1.7 is added as follows:

7.1.7 The Owner may terminate the Contract at any time for the convenience of the Owner bynotice given to the Contractor. It the Contract is terminated under this GC7.1.7, then:

(a) the Contractor shall suspend performance of the Work and shall not incur furthercost or expense in relation to the Work, except (i) as necessary to protect theWork and the safety of persons, or (ii) as authorized or directed in writing by theOwner;

(b) the Contractor shall remove from the Place of the Work its personnel and allConstruction Equipment and other material that is owned or leased by theContractor, except as otherwise required to comply with GC7.1.7(a)(i) and (ii);and

(c) the Owner shall pay the Contractor for all Work performed, including the cost ofcomplying with GC7.1.7(a)(i) and (ii), in accordance with the terms andconditions of payment set out in the Contract, together with the documented andreasonable cost of terminating subcontracts with Subcontractors and Suppliersand demobilizing the Contractor’s personnel and Construction Equipment, all ascertified by the Consultant, and upon such payment being made, the Contractorshall have no further or other claim against the Owner for, or in connection with,termination of the Contract.

GC7.2 CONTRACTOR’S RIGHT TO SUSPEND THE WORK OR TERMINATE CONTRACT

GC7.2.2 is amended by replacing the number “20” where it appears in the first sentence with the number“30”.

GC7.2.3 is amended by adding the following to the beginning of the first sentence:

Page 46: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 21

If the default cannot be corrected in five (5) Working Days or in such other time as may besubsequently agreed in writing by the parties,

GC7.2.3.4 is deleted in its entirety and replaced with the following:

.4 the Owner violates the requirements of the Contract to a substantial degree and theConsultant, except for GC5.1- GENERAL FINANCIAL/PAYMENT PROVISIONS,confirms by written statement to the Contractor that sufficient cause exists.

GC7.2.4 is amended by revising the second line to read:

…corrected within fourteen (14) Working Days following the receipt of the Notice in Writing, theContractor may, without prejudice to any …

GC 8.2 NEGOTIATION, MEDIATION AND ARBITRATION

GC8.2.1.1 is deleted in its entirety and replaced as follows:

.1 within thirty (30) Working Days after the Contract was awarded, or

GC8.2.1.2 is deleted in its entirety and replaced as follows:

.2 if the parties neglected to make an appointment within the thirty (30) Working Days,within twenty (20) Working Days after either party by Notice in Writing requests that theProject Mediator be appointed.

GC8.2.4 is amended by revising the second line to read:

…the parties may request the Project Mediator…

GC8.2.6 is amended by revising the second line to read:

…either party may request referral of the dispute…

GC8.2.7 is deleted in its entirety and replaced as follows:

8.2.7 If a Notice in Writing is not given under paragraph 8.2.6 within the required time or theother party does not reply and agree to binding arbitration, the parties may refer theunresolved dispute to the courts or to any other form of dispute resolution, includingarbitration, which they have agreed to use.

GC8.2.9 is added as follows:

8.2.9 Where references are made in the Contract Documents to “the time of bid closing”, it isintended by the parties that this shall mean the effective date of the contract.

GC9.1 PROTECTION OF WORK AND PROPERTY

GC9.1.1 is deleted in its entirety and replaced with the following:

9.1.1 The Contractor shall protect the Work, Products delivered to the Place of the Work, theOwner’s property and property on or adjacent to the Place of the Work from theft and

Page 47: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 22

damage which may arise as the result of the Contractor’s operations under the Contract,and shall be responsible for such theft and damage, except theft and damage whichoccurs as the result of:.1 errors in the Contract Documents;.2 acts or omissions by the Owner, other contractors, or their agents and employees.

GC9.1.4 is amended by revising the first line to read:

Should damage occur to the Work, Products delivered to the Place of the Work, the Owner’sproperty or property on or adjacent to the Place of the Work, for which the Contractor is notresponsible, as provided in paragraph…

GC9.1.5 is added as follows:

9.1.5 The Contractor is responsible for protection of the Work during shutdown, includingshutdowns caused by strikes.

GC9.1.6 is added as follows:

9.1.6 The Contractor is responsible for protection, temporary relocation and permanentreinstatement of any utilities affected by the Work, to the satisfaction of the utilityowners. The Contractor is also responsible for coordination with the utility owners,including:.1 City of Nanaimo.2 Telus.3 Shaw.4 Rogers.5 BC Hydro.6 Fortis BC

GC9.1.7 is added as follows:

9.1.6 Reinstatement of the existing BC Hydro ducts in the South sidewalk on BastionStreet Bridge is not required.

GC9.2 TOXIC AND HAZARDOUS SUBSTANCES

GC9.2.1 is deleted in its entirety and replaced with the following:

9.2.1 For the purposes of the Contract, the Owner shall be deemed to have control andmanagement of the Place of the Work with respect to the condition of the Place of theWork prior to the commencement of the Work in relation to applicable EnvironmentalLaw and the presence of any Hazardous Substances.

GC9.2.4 is deleted in its entirety and replaced with the following:

9.2.4 Except as previously disclosed in writing by the Owner or as otherwise known by theContractor, if the Contractor:

.1 encounters Hazardous Substances at the Place of the Work; or

.2 has reasonable grounds to believe that Hazardous Substances are present at thePlace of the Work which were not brought to the Place of the Work by the

Page 48: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 23

Contractor or anyone for whom the Contractor is responsible or which weredisclosed but have not been dealt with as required under paragraph 9.2.3,

the Contractor shall:

(a) take reasonable steps, including stopping the Work, to ensure that no person’sexposure to any Hazardous Substance at the Place of the Work exceeds anylevels contrary to the requirements of applicable Environmental Law, and

(b) immediately report the circumstances to the Consultant and the Owner by Noticein Writing.

GC9.2.5 is deleted in its entirety and replaced with the following:

9.2.5 If the Owner and the Contractor, acting reasonably, fail to agree on whether the conditionof the Place of the Work is in compliance with applicable Environmental Law prior to thecommencement of the Work or whether Hazardous Substances were brought onto thePlace of the Work by the Contractor or anyone for whom the Contractor is responsible, orwhether the Contractor or anyone for whom the Contractor is responsible caused therelease of Hazardous Substances at the Place of the Work, the Owner shall retain anindependent qualified expert to investigate and report on the subject of the dispute.Subject to paragraph 9.2.6, the Owner shall pay for the cost of the expert’s investigationand report. The Owner will provide a copy of the expert’s report to the Contractor.

GC9.2.6 is deleted in its entirety and replaced with the following:

9.2.6 If the expert’s report under paragraph 9.2.5 determines that the Place of the Work was incompliance with applicable Environmental Law prior to the commencement of the Workor that Hazardous Substances were brought onto the Place of the Work by the Contractoror any for whom the Contractor is responsible, or that the Contractor or anyone for whomthe Contractor is responsible caused the release of a Hazardous Substance at the Place ofthe Work, the Contractor shall pay for the cost of the expert’s investigation and report.

GC9.2.7 is deleted in its entirety and replaced with the following:

9.2.7 If the Owner and the Contractor agree, or if the expert’s report under paragraph 9.2.5concludes, that the Contractor or anyone for whom the Contractor is responsible broughta Hazardous Substance onto, or caused the release of a Hazardous Substance on, thePlace of the Work, the Contractor shall promptly at the Contractor’s expense:

.1 take such steps as are necessary to safely and in compliance with EnvironmentalLaw remove, transport and dispose of such Hazardous Substance and toremediate the Place of the Work to such extent as is required to cause the Placeof the Work to comply with all applicable Environmental Law;

.2 make good any damage to the Work, the Owner’s property and any propertyaffected by any migration of the Hazardous Substance as provided in paragraph9.1.3 of GC9.1 – PROTECTION OF WORK AND PROPERTY;

.3 reimburse the Owner for all resultant costs and expenses reasonably incurred bythe Owner; and

.4 indemnify the Owner as required by GC12.1 – INDEMNIFICATION

Page 49: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 24

GC9.2.8 is deleted in its entirety and replaced with the following:

9.2.8 If the Owner and the Contractor agree, or if the expert’s report under paragraph 9.2.5concludes, that neither the Contractor nor anyone for whom the Contractor is responsibleis responsible for bringing a Hazardous Substance onto, or for causing the release of aHazardous Substance on, the Place of the Work, the Owner shall promptly at the Owner’sexpense:

.1 take such steps as are necessary to safely and in compliance with EnvironmentalLaw remove, transport and dispose of such Hazardous Substance and toremediate the Place of the Work to such extent as is required to cause the Placeof the Work to comply with all applicable Environmental Law;

.2 reimburse the Contractor for all resultant costs and expenses reasonably incurredby the Contractor;

.3 extend the Contract time for such reasonable time as the Consultant mayrecommend in consultation with the Contractor and the expert referred to inparagraph 9.2.5 and reimburse the Contractor for costs reasonably incurred as aresult of the delay, and

.4 indemnify the Contractor as required by GC12.1 – INDEMNIFICATION.

GC9.2.9 is amended by deleting the words “Part 8 of the General Conditions – Dispute Resolution” fromthe second line and replacing with “Part 8 – DISPUTE RESOLUTION”.

GC9.2.10 is added as follows:

9.2.10 The Contractor shall, and shall ensure that anyone for whom the Contractor is responsibleshall, at all times comply with all applicable Environmental Law and ensure that all Workis conducted in compliance with all applicable Environmental Law.

GC9.2.11 is added as follows:

9.2.11 The Contractor is advised that the existing BC Hydro ducts in the South sidewalk onBastion Street Bridge may contain asbestos fibre. The Contractor shall remove anddispose of these ducts in accordance with all applicable Environmental Law andWorkSafe BC requirements.

GC 9.3 ARTIFACTS AND FOSSILS

GC9.3.1 is deleted in its entirety and replaced with the following:

9.3.1 If the Contractor or anyone for whom the Contractor is responsible discovers fossilscoins, articles of value or antiquity, structures and other remains or things of scientific,cultural or historical interest at the Place of the Work (in GC9.3 called, “HistoricalItems”), the Contractor shall immediately give Notice in Writing thereof to the Ownerand the Consultant. As between the Owner and the Contractor, all Historical Items shallbe, and shall be deemed to be, the absolute property of the Owner, and the Contractorhereby irrevocably waives and disclaims any right, title or interest therein.

GC9.3.2 is deleted in its entirety and replaced with the following:

Page 50: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 25

9.3.2 The Contractor shall take all reasonable precautions, and shall comply with all reasonabledirections from the Consultant, to prevent removal or damage to Historical Items asidentified in paragraph 9.3.1 or as otherwise known to be present at the Place of theWork.

GC9.3.3 is deleted in its entirety and replaced with the following:

9.3.3 The Consultant will investigate the impact on the Work of the discovery of any HistoricalItem identified in paragraph 9.3.1. If conditions are found that would cause an increaseor decrease in the Contractor’s cost or time to perform the Work, the Consultant, with theOwner’s approval, will issue appropriate instructions for a change in the Work asprovided in GC6.2 –CHANGE ORDER or GC6.3 – CHANGE DIRECTIVE.

GC9.4 CONSTRUCTION SAFETY

The above heading for GC9.4 is amended by adding “&WORKSAFE BC RULES” to the end.GC9.4.2 is added as follows:

9.4.2 Unless otherwise specified in the Contract Documents or notified to the contrary by theConsultant, the Contractor is the “prime contractor” for the purpose of the WorkSafe BCRules, notwithstanding that the Owner, the Consultant or another contractor may providefrom time to time some of the services normally provided by such a “prime contractor”.

GC9.4.3 is added as follows9.4.3 If the Contractor is the “prime contractor”, the Contractor shall:

.1 Compliance with Law: comply with all Applicable Laws, and all reasonablerules established by the Owner of which the Contractor is given timely noticethrough the Consultant, relative to occupational health and safety;

.2 Safety Programs: initiate, maintain and supervise all safety programs andmeasures in connection with the performance of the Work, which program shallrespond fully to the requirements of all Applicable Laws relative to occupationalhealth and safety, all to the satisfaction of the Consultant;

.3 Site Meetings: conduct regular safety meetings at the Place of the Work, no lessfrequently than weekly;

.4 Safety Equipment: supply and maintain at the Place of the Work all safetyequipment necessary to protect workers and others from accident or injury; and

.5 First Aid: supply and maintain at the Place of the Work all personnel, equipmentand supplies necessary for the provision of appropriate first-aid to any worker orperson suffering an accident or injury at or about the Place of the Work, andestablish an emergency procedure for prompt removal of any such person fromthe Place of the Work to a hospital, clinic or medical office for further treatment.

.6 Notice of Project: prior to commencement of construction:

(a) complete and file a “Notice of Project” with the WorkSafe BC incompliance with Section 20.2 of the Occupational Health and SafetyRegulation;

Page 51: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 26

(b) post the Notice of Project at the Place of the Work, and

(c) provide a copy of the Notice of Project to the Owner and confirm inwriting that the Notice of Project has been posted at the Place of theWork.

GC9.4.4 is added as follows

9.4.4 If, or for so long as the Contractor is not the “prime contractor”, the Contractor shall:

.1 Compliance with Law: comply with all Applicable Laws, and all reasonablerules established by the Owner of which the Contractor is given timely noticethrough the Consultant, relative to occupational health and safety;

.2 Compliance with Directions: comply with all reasonable directions issued by the“prime contractor” regarding compliance with Applicable Laws, and rulesestablished by the Owner, relative to occupational health and safety; and

.3 Site Safety Meetings: attend all Place of the Work safety meetings convened bythe “prime contractor”.

GC9.4.5 is added as follows

9.4.5 Whether or not the Contractor is the “prime contractor”, it shall:

.1 Reporting: report immediately to the “prime contractor” (if not the Contractor)and the Consultant all accidents and injuries of any kind or severity occurring onor about the Place of the Work and involving employees of the Contractor or anySubcontractor, or any other person of which the Contractor is aware, and arisingout of or in connection with the Work;

.2 Written Confirmation: confirm in writing each report made undersubparagraph (a); and

.3 Owner Policy: respect and adhere to Owner’s safety and training polices relativeto the Place of the Work and the Work.

GC9.4.6 is added as follows

9.4.6 If the Consultant determines that the Contractor is not in compliance with its obligationsas “prime contractor”, if applicable, the Owner may, but is not obliged to, provide some orall of the services required to discharge those obligations. All costs incurred by the Ownerin providing such services shall be paid by the Contractor to the Owner, and may bededucted from any amount then or thereafter becoming due to the Contractor under theContract.

GC9.4.7 is added as follows:

9.4.7 The Contractor shall indemnify and save harmless the Owner from any and all damages,liabilities, cost, fines, penalties, fees and expenses whatsoever including, withoutlimitation, legal fees, charges and disbursements as between a solicitor and his own client,related to or arising out of the assignment to the Contractor, and the Contractor’s

Page 52: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 27

assumption, of the responsibilities, obligations and liabilities of the “prime contractor”under the WorkSafe BC Rules with respect to the Place of the Work.

GC9.4.8 is added as follows:

9.4.8 The Contractor agrees that it shall at its own expense procure and carry or cause to beprocured and carried and paid for, full WorkSafe BC coverage for itself and all workers,employees, servants and others engaged in or upon any work or service which is the subjectof this Contract.

GC9.4.9 is added as follows:

9.4.9 The Contractor agrees that the Owner has the unfettered right to set off the amount of theunpaid premiums and assessments for such WorkSafe BC coverage against any moniesowing by the Owner to the Contractor. The Owner shall have the right to withhold paymentunder this Contract until the WorkSafe BC premiums, assessments or penalties in respectof work done or service performed in fulfilling this Contract had been paid in full.

GC9.4.10 is added as follows:

9.4.10 Promptly upon execution of this Agreement, the Contractor will provide the Owner withthe Contractor’s and all Subcontractors’ WorkSafe BC registration numbers.

GC9.4.11 is added as follows:

9.4.11 Promptly upon execution of this Agreement, and concurrently with making any applicationfor payment under this Contract, the Contractor will provide the Owner with writtenconfirmation that the Contractor and all Subcontractors are registered in good standing withWorkSafe BC and that all assessments have been paid to the then current date.

GC9.4.12 is added as follows:

9.4.12 The Contractor may or may not have received, as part of the Contract Documents, a “Pre-Contract Hazard Assessment” prepared by or for the Owner pursuant to the Owner’sstatutory obligations under the WorkSafe BC Rules (Section 119 of the Workers’Compensation Act) as an “owner of a workplace”. Despite the Owner’s statutoryobligations, the Contractor now acknowledges and agrees that the Contractor may not relyon the “Pre-Contract Hazard Assessment” and now agrees to assume by the terms of thisContract full responsibility for carrying out the Owner’s obligations under Section 119 ofthe Workers’ Compensation Act, including without limitation and by way of example only,conducting all due diligence inquiries of all applicable Owner staff and departments inorder to ascertain what, if any, information is known or has been recorded by Owner staffabout the Place of the Work that is necessary to identify and eliminate or control hazardsto the health or safety of persons at the Place of the Work. The Owner now agrees to makeall reasonable efforts to assist the Contractor in obtaining timely access to Owner staff andOwner records for this purpose.

GC9.4.13 is added as follows:

9.4.13 The Contractor will indemnify the Owner and hold harmless the Owner from all mannerof claims, demands, costs, losses, penalties and proceedings arising out of or in any wayrelated to:

Page 53: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 28

.1 unpaid WorkSafe BC assessments of the Contractor or any other employer forwhom the Contractor is responsible under this Contract;

.2 the acts or omissions of any person engaged directly or indirectly by theContractor in the performance of this Contract, or for whom the Contractor isliable pursuant to the Contractor’s obligations as the “prime contractor”, andwhich acts or omissions are or are alleged by WorkSafe BC to constitute a breachof the WorkSafe BC Rules or other failure to observe safety rules, regulationsand practices of WorkSafe BC, including any and all fines and penalties leviedby WorkSafe BC; or

.3 any breach of the Contractor’s obligations under Clause GC9.1.

GC10.1 TAXES AND DUTIES

GC10.1.2 is amended by revising the first line to read:

…due to changes in such included taxes, duties and rebates after the time…

GC10.1.3 is added as follows:

10.1.3 Where an exemption or recovery of government sales taxes, customs duties or excise taxesis applicable to the Contract, the Contractor shall submit for the Owner's review theexemption or recovery application and the supporting invoices of the actual quantities ofmaterials incorporated in the Work prior to applying for the rebate. The Owner will thenissue a certificate verifying the application.

GC10.2 LAWS, NOTICES, PERMITS AND FEES

GC10.2.2 is deleted in its entirety and replaced as follows:

10.2.2 The Contractor shall, except as set out below in this GC10.2.2 and unless otherwisespecified in the Contract Documents, obtain and maintain all permits, licences, andcertificates and pay all fees required for the performance of the Work, and obtain allnecessary access and storage rights for areas outside of the Place of the Work (includingwithout limitation and by way of example only, parking for its workers, the swing arc ofany construction crane required for the Work, or storage space for materials) but this shallinclude the obligation to obtain easements or other access rights over the actual Place ofthe Work.

GC10.4 WORKERS’ COMPENSATION

GC10.4 is deleted in its entirety.

GC11.1 INSURANCE

GC11.1 is deleted in its entirety and replaced as follows:

GC11.1 GENERAL INSURANCE REQUIREMENTS

11.1.1 The Contractor and Subcontractors shall be required to file with the Owner on or prior tothe date of this Agreement (or at such later time as they become Subcontractors),“Certificates of Insurance” in the form required by the Owner, and where required by the

Page 54: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 29

Owner’s Director of Risk Management, certified copies of all insurance policies andendorsements evidencing the placement and endorsement of insurance in accordance withthis GC11.1 and GC11.2.

11.1.2 The Contractor and Subcontractors shall be required to file evidence of renewal of theinsurance policies required under this GC11.1 and GC11.2 with the Owner at least fifteen(15) calendar days prior to their expiry.

11.1.3 In addition to the specific requirements set out below, all policies of insurance shall:

.1 be endorsed so as to provide for thirty (30) calendar days’ prior notice to theOwner of cancellation, lapse or material change;

.2 if they are for property insurance (as opposed to liability) insurance, contain awaiver of subrogation in favour of the Owner Insurance Group (as definedbelow) and all employees and agents of the Owner Insurance Group;

.3 specifically name the City of Nanaimo, the Consultant and their officials,officers, employees, agents and consultants engaged on the Project as additionalinsureds (collectively referred to as the “Owner Insurance Group”);

.4 be issued by a company or companies authorized to issue insurance policies inBritish Columbia; and

.5 be issued on a policy form acceptable to the Owner’s Director of RiskManagement.

11.1.4 Unless otherwise specified, insurance shall be continuously maintained from a date notlater than the date hereof, through to the date on which both the Certificate of Completionhas been issued for the Work and an occupancy permit, if required, has been issued forthe Place of the Work.

GC11.2 CONTRACT SECURITY

GC11.2 is deleted in its entirety and replaced with the following:

GC 11.2 SPECIFIC INSURANCE COVERAGE

11.2.1 Without restricting the generality of GC12.1 – INDEMNIFICATION, and despite thelimits of liability set out in GC12.1 – INDEMNIFICATION, the Contractor andSubcontractors, at their expense, shall retain the following types of insurance:

.1 Builder’s Risk Course of Construction Insurance:

(1) The Contractor shall at all times during construction and until allconditions of this Contract (except guarantee provisios) have been fullycomplied with, keep all buildings, structures, works, equipment (otherthan Contractor's mobile equipment), and supplies, including materialswhich will form part of such building, works, or structure, which is thesubject matter of this contract, insured in the name of the Owner and theContractor for any amount not less than the Contract price against thefollowing perils: "All risks of direct physical loss or damage from anycause whatsoever, including flood and earthquake.

Page 55: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 30

(2) Such insurance shall be with Insurers and on forms acceptable to theOwner and shall contain the following clause:"It is agreed that the right to subrogation against the Owner and theConsultant or any of their parent, subsidiary, or affiliated companies orcorporations or any employee thereof is hereby waived."

(3) Coverage shall be on an “All Risks” basis, subject to a deductibleprovision not exceeding $2,500 for any one occurrence. The followingexclusions shall be deemed permissible (additional or modifiedexclusions subject to permission of the Owner).

(i) Any loss or use of occupancy howsoever caused;(ii) Penalties for non-completion of or delay in completion of

Contract or non- compliance with Contract conditions;(iii) Cost of making good faulty workmanship, construction, or

design, but this exclusion shall not apply to damage resultingfrom such faulty workmanship, construction, or design;

(iv) Wear, tear, normal upkeep, and normal making good;(v) Loss, damage, or liability occasioned by, happening through or

in consequence of war, invasion, hostilities, acts of foreignenemies, civil war, rebellion, insurrection, military or usurpedpower or martial law or confiscation by order of any governmentor public authority;

(vi) Any weapon or war employing atomic fission or radioactiveforce whether in time of peace or war;

(vii) Claims or liability arising directly or indirectly from nuclearfission, nuclear fusion, or radioactive contamination;

(viii) Loss or damage caused by frost or freezing unless resulting fromdamage occasioned by fire and/or lighting and/or windstormand/or hail and/or riot attending a strike and/or civil commotionand/or vehicles and/or smoke;

(ix) Loss due to disappearance or revealed by inventory shortagealone;

(x) Mechanical breakdown, but this exclusion shall not be deemed toexclude loss or damage arising as a consequence of mechanicalbreakdown;

(xi) Infidelity of the Assured's employees;(xii) Loss or damage to material and/or equipment while in the course

of ocean marine shipment, but this exclusion shall not apply toshipments by regular coast-wise vessels, regular ferry lines, orrailway car transfer barges;

(xiii) Automobiles or Contractor's equipment of every description.

.2 Liability Insurance:

(1) The Contractor shall buy and keep in force until twelve (12) months afterthe date of acceptance, and with respect to completed operations twenty-four (24) months, Comprehensive General Bodily Injury and PropertyDamage Liability Insurance. Such insurance shall be in the name of theContractor, the Engineer and the Owner, and shall include a CrossLiability or Severability of Interest Clause. Such insurance shall be on aform and with an Insurer acceptable to the Owner. Both Personal Injuryand Property Damage sections are to provide coverage on an "occurrence

Page 56: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 31

basis". Any property damage deductible shall not exceed $2,500 for anyone occurrence.

(2) Exclusion pertaining to the following operations are to be deleted, if suchoperations are to be performed by the Contractor or anyone on his behalf:

(i) Blasting or use of explosives;(ii) Pile driving;(iii) Excavation;(iv) Underpinning, shoring or removal or rebuilding of support;(v) Demolition.

(3) Such insurance shall indemnify the Contractor for claims arising out ofall premises, operations, subcontracted operations, completed operations,products, and for all liability for personal injury or property damageassumed by the Contractor under any contract or agreement (includingthis Contract).

.3 Owned and Non-Owned Automobile Insurance:

(1) The Contractor shall maintain, until all conditions of the Contract havebeen fully complied with, such insurance as required under the Insurance(Motor Vehicle) Act of British Columbia. Such insurance shall be for thefollowing limits:

Bodily Injury and Property Damage $3,000,000 Inclusive.

(2) The Contractor shall provide a Certificate of Insurance, ICBC for No.APV47 for owned or leased vehicles as evidence of third party motorvehicle insurance coverage.

.4 Contractor’s Equipment Insurance:

(1) Notwithstanding anything contained elsewhere herein, it is understoodand agreed that the Owner and/or Consultant will not be liable for anyloss or damage to Contractor's equipment including loss of use thereof.Each and every policy insuring Contractor's equipment to be used on thisproject shall contain the following clause:

"It is agreed that the right to subrogation against the Owner and theConsultant or any of their parent, subsidiary or affiliated companies orcorporations or any employee thereof is hereby waived."

GC11.3 CONTRACT SECURITY

GC11.3 is deleted in its entirety.

GC12.1 INDEMNIFICATION

GC12.1.1 is deleted in its entirety and replaced as follows:

Page 57: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 32

12.1.1 The Contractor now indemnifies and shall defend, indemnify and hold harmless the Owner,the Consultant, the project manager and their respective directors, officers, employees,agents, consultants or advisors (collectively, the “Indemnitees”) from and against allclaims, demands, losses, costs, damages, actions, suits or proceedings (“Liability”),whether founded in equity or at law including contract, tort or statute and howsoevercaused, arising from or in any way connected with (A) any wrongful or negligent act, erroror omission of, or defective goods supplied by, the Contractor, Subcontractors, Suppliersor their respective employees or agents when attending the Place of the Work or in theperformance of the Work, in each case whether or not any one or more of the Indemniteesare contributorily negligent, and (B) any claim made under the Lien Act by aSubcontractor, or a “subcontractor” as defined in the Lien Act. Expressly excluded fromthis indemnity is any Liability caused solely and directly by the wrongful act or negligenceof an Indemnitee.

GC12.1.2 is deleted in its entirety and replaced as follows:

12.1.2 The obligation of the Contractor to indemnify the Indemnitees shall be limited to thegreater of the Contract Price or five million dollars ($5,000,000) but in no event shall thesum be greater than twenty million dollars ($20,000,000). However, despite any other termof this Contract, in no event will this limitation apply in any way to reduce or limit theindemnity or recovery by either party under any insurance policy or bond required by theContract Documents and in no event will this limit apply to the Contractor’s or the Owner’sobligations to indemnify under GC9.2 – TOXIC AND HAZARDOUS SUBSTANCES,GC9.4 CONSTRUCTION SAFETY & WORKSAFE BC RULES, GC9.5 –MOULD andGC10.3 – PATENT FEES.

GC12.1.3 is deleted in its entirety and replaced as follows:

12.1.3 The obligation of the Contractor to indemnify the Indemnitees hereunder shall be inclusiveof interest and all legal costs.

GC12.1.4 is deleted in its entirety and replaced as follows:

12.1.4 The Owner and the Contractor shall indemnify and hold harmless the other from andagainst all claims, demands, losses, costs, damages, actions, suits, or proceedings arisingout of their obligations described in GC9.2 – TOXIC AND HAZARDOUSSUBSTANCES, GC9.4 CONSTRUCTION SAFETY & WORKSAFE BC RULES, GC9.5–MOULD and GC10.3 – PATENT FEES

GC12.1.5 is deleted in its entirety.

GC12.1.6 is deleted in its entirety and replaced as follows:

12.1.6 In respect of any claim for indemnity or to be held harmless by the Owner or the Contractor,Notice in Writing of such claim shall be given within a reasonable time after the facts uponwhich such claim is based became known;

GC12.1.7 is added as follows:

12.1.7 In the event of any Liability being alleged against or claimed from an Indemnitee inrespect of which an indemnity is required to be provided by the Contractor pursuant toGC12.1.1, the following provisions shall apply:

Page 58: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 33

(a) subject to GC12.1.7(b), GC12.1.7(c) and GC12.1.7(d), where it appears that theIndemnitee is or may be entitled to indemnification from the Contractor inrespect of all (but not part only) of the liability arising out of a claim, such personentitled to indemnification may at its sole election and subject to:(i) approval by any relevant insurers (without prejudice to GC12.1.7(e); and(ii) the Contractor providing the Indemnitee with a secured indemnity to its

reasonable satisfaction against all costs and expenses (including legalexpenses) that it may incur by reason of such action,

permit or require the Contractor to dispute the claim on behalf of the Indemniteeat the Contractor’s own expense and take conduct of any defence, dispute,compromise, or appeal of the claim and of any incidental negotiations; providedthat the Indemnitee shall give the Contractor (provided at the Contractor’s cost)all reasonable cooperation, access and assistance for the purposes of consideringand resisting such claim;

(b) with respect to any claim conducted by the Contractor pursuant to GC12.1.7(a)(i) the Contractor shall keep the Indemnitee fully informed and consult with

it about material elements of the conduct of the claim;(ii) the Contractor shall not bring the name of the Indemnitee into disrepute;

and(iii) the Contractor shall not pay or settle such claims without the prior

consent of the Indemnitee, such consent not to be unreasonably withheldor delayed;

(c) a Indemnitee shall be free to pay or settle any claim on such terms as it thinks fit(and without prejudice to its rights and remedies under the Contract Documents)if:(i) the Contractor is not entitled to, or is not permitted or instructed, take

conduct of the claim in accordance with GC12.1.7(a); or(ii) the Contractor fails to comply in any material respect with the provisions

of GC12.1.7(e) or GC12.1.7(b);

(d) the Indemnitee entitled to indemnification pursuant to GC12.1.1shall be free atany time to give notice to the Contractor that it is retaining or taking over (as thecase may be) the conduct of any defence, dispute, compromise or appeal of anyclaim (or of any incidental negotiations) to which GC12.1.7(a) applies. Onreceipt of such notice the Contractor shall promptly take all steps necessary totransfer the conduct of such claim to the Indemnitee, and shall provide to theIndemnitee all reasonable co-operation, access and assistance for the purposes ofconsidering and resisting such claim; and

(e) the Contractor shall inform the Indemnitee of the requirements of any insurerwho may have an obligation to provide an indemnity in respect of any liabilityarising under this Agreement and in relation to such the Indemnitee shall issueinstructions accordingly.

GC12.2 WAIVER OF CLAIMS

GC12.2.1 is deleted in its entirety and replaced as follows:

12.2.1. Waiver of Claims by Owner: As of the date of the Final Certificate for Payment, the Ownerexpressly waives and releases the Contractor from all claims against the Contractor

Page 59: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 34

including without limitation those that might arise from the negligence or breach ofContract by the Contractor except one or more of the following:

.1 those made in writing prior to the date of the Final Certificate for Payment andstill unsettled;

.2 those arising from the provisions of GC12.1 - INDEMNIFICATION or GC12.3 -WARRANTY;

.3 those arising from the provisions of GC9.2 - TOXIC AND HAZARDOUSSUBSTANCES, GC9.4 CONSTRUCTION SAFETY & WORKSAFE BCRULES, GC9.5 –MOULD and GC10.3 – PATENT FEES and those arising fromthe Contractor bringing or introducing any toxic or hazardous substances andmaterials to the Place of the Work after the Contractor commences the Work; an

.4 those arising from the Contractor’s actions, errors, omissions or negligencewhich result in delays or substantial defects or deficiencies in the Work.“Substantial defects or deficiencies” means those defects or deficiencies in theWork which affect the Work to such an extent or in such a manner that all or anypart of the Work is unfit for the purpose intended by the Contract Documents.

GC12.2.2 is deleted in its entirety and replaced as follows:

12.2.2 Waiver of Claims by Contractor: As of the date of the Final Certificate for Payment, theContractor expressly waives and releases the Owner from all claims against the Ownerincluding without limitation those that might arise from the negligence or breach ofContract by the Owner except:

.1 those made in writing prior to the Contractor’s application for Final Payment andstill unsettled; and

.2 those arising from the provisions of GC9.2 - TOXIC AND HAZARDOUSSUBSTANCES or GC10.3 - PATENT FEES.

GC12.2.3 is deleted in its entirety and replaced as follows:

12.2.3 GC12.2 - WAIVER OF CLAIMS shall take precedence over the provisions ofparagraph 1.3.1 of GC1.3 - RIGHTS AND REMEDIES.

GC 12.2.4 is deleted in its entirety and replaced as follows:

12.2.4 The Owner waives and releases the Contractor from all claims referred to in paragraph12.2.1.4 except claims for which Notice in Writing of claim has been received by theContractor from the Owner within a period of six (6) years from the date of SubstantialPerformance of the Work.

GC12.2.5 is deleted in its entirety.

GC12.2.6 is deleted in its entirety.

GC12.2.7 is deleted in its entirety.

GC12.2.8 is deleted in its entirety.

Page 60: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 35

GC12.2.9 is deleted in its entirety.

GC12.2.10 is deleted in its entirety.

GC12.3 WARRANTY

GC12.3.1 is deleted in its entirety and replaced as follows:

12.3.1 The Contractor shall perform the Work in a good and workmanlike manner.

GC12.3.2 is deleted in its entirety and replaced as follows:

12.3.2 The Contractor now warrants that the Work (and all Products) will be free from all defectsarising from faulty construction, manufacturing, installation, materials, equipment orworkmanship in any part of the Work (or Products) for a period of one (1) yearcommencing on the issuance of the Certificate of Completion for the Work, and withrespect to any Work or Products warranted by a Subcontractor or Supplier for a period oflonger than one (1) year after the issuance of the Certificate of Completion, the Contractornow warrants that it has fully and effectively assigned such warranty to the Owner and thatthe Owner may enforce the same to the same extent and in the same manner as if thewarranty had been issued directly to the Owner by that Subcontractor or Supplier.

GC12.3.3 is deleted in its entirety and replaced as follows:

12.3.3 For the purposes of this GC12.3, the phrase, “defects arising from faulty construction,manufacturing, installation, materials, equipment or workmanship in any part of the Work(or Products)”(a) expressly excludes any and all defects arising from or contributed to by the acts

or omissions of the Consultant in the design and specification of the Work as setout in the Drawings, Specifications, or other written instructions or directivesissued by the Consultant under this Contract, but only to the extent of theConsultant’s defective design or specification, and

(b) expressly includes all defects or deficiencies that arise even if the Work is carriedout in a good and workmanlike manner.

GC12.3.4 is deleted in its entirety and replaced as follows:

12.3.4 During the warranty period, the Contractor will promptly repair and correct all defects atno cost to the Owner. If the Contractor fails to repair or correct any defect during thewarranty period within thirty (30) calendar days of written notice of its existence, theOwner may but is not obligated to make the repairs or corrections itself and the actual out-of-pocket costs of such repairs or corrections made by the Owner will be payable by theContractor to the Owner within fourteen (14) calendar days of receiving an invoice fromthe Owner for same. In the event of an emergency where, in the opinion of the Owner,delay could cause serious loss or damage, or inconvenience to the public, the repairs orcorrections may be made without prior notice being sent to the Contractor.

GC12.3.5 is deleted in its entirety and replaced as follows:

12.3.5 Where, pursuant to GC13.1 - Occupancy, the Owner commences the use of the Work andProducts for their intended purposes prior to the issuance of the Certificate of Completion

Page 61: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Supplementary General ConditionsBastion Street Bridge Renewal and Seismic Retrofit CCDC 2 – Stipulated Price ContractT-2334-2019 / 2016-2219 Page 36

for the Work, the warranty period will be deemed to commence from the issuance datedespite such prior use.

GC12.3.6 is deleted in its entirety and replaced as follows:

12.3.6 Issuance of the Certificate of Total Performance of the Work will not extinguish any of theContractor’s obligations under this Contract and the Contractor will remain liable toperform and complete all Work and carry out all obligations required under this Contract.

GC13.1 OCCUPANCY

GC13.1 is added as follows:

GC13.1 OCCUPANCY

13.1.1 The Owner reserves the right to take possession of and use any completed or partiallycompleted portion of the Work, regardless of the time of completion of the Work, providingit does not interfere with the Contractor's Work, as determined by the Consultant.

13.1.2 Such taking possession or use of such Work or part thereof as described in GC13.1.1 shallnot be construed as final acceptance of the Work or any part thereof, or anacknowledgement of fulfillment of the Contract.

END OF SUPPLEMENTARY GENERAL CONDITIONS

Page 62: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 01 33 00Bastion Street Bridge Renewal and Seismic Retrofit SUBMITTAL PROCEDUREST-2334-2019 / 2016-2219 Page 1

Part 1 General

1.1 SECTION INCLUDES

.1 Shop drawings and product data.

.2 Samples.

.3 Mock-ups.

.4 Certificates and transcripts.

1.2 ADMINISTRATIVE

.1 Submit to Consultant submittals listed for review.

.2 Submit promptly and in orderly sequence to not cause delay in Work. Failure to submit inample time is not considered sufficient reason for extension of Contract Time and noclaim for extension by reason of such default will be allowed.

.3 Do not proceed with Work affected by submittal until review is complete.

.4 Present shop drawings, product data, samples and mock-ups in SI Metric units.

.5 Where items or information is not produced in SI Metric units converted values areacceptable.

.6 Review submittals prior to submission to Consultant. This review represents thatnecessary requirements have been determined and verified, or will be, and that eachsubmittal has been checked and co-ordinated with requirements of Work and ContractDocuments. Submittals not stamped, signed, dated and identified as to specific projectwill be returned without being examined and considered rejected.

.7 Notify Consultant, in writing at time of submission, identifying deviations fromrequirements of Contract Documents stating reasons for deviations.

.8 Verify field measurements and affected adjacent Work are co-ordinated.

.9 Contractor's responsibility for errors and omissions in submission is not relieved byConsultant's review of submittals.

.10 Contractor's responsibility for deviations in submission from requirements of ContractDocuments is not relieved by Consultant review.

.11 Keep one reviewed copy of each submission on site.

1.3 SHOP DRAWINGS AND PRODUCT DATA

.1 The term "shop drawings" means drawings, diagrams, illustrations, schedules,performance charts, brochures and other data which are to be provided by Contractor toillustrate details of a portion of Work.

.2 Indicate materials, methods of construction and attachment or anchorage, erectiondiagrams, connections, explanatory notes and other information necessary for completionof Work. Where articles or equipment attach or connect to other articles or equipment,indicate that such items have been co-ordinated, regardless of Section under which

Page 63: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 01 33 00Bastion Street Bridge Renewal and Seismic Retrofit SUBMITTAL PROCEDUREST-2334-2019 / 2016-2219 Page 2

adjacent items will be supplied and installed. Indicate cross references to design drawingsand specifications.

.3 Allow 10 Working Days for Consultant's review of each submission.

.4 Adjustments made on shop drawings by Consultant are not intended to change ContractPrice. If adjustments affect value of Work, state such in writing to Consultant prior toproceeding with Work.

.5 Make changes in shop drawings as Consultant may require, consistent with ContractDocuments. When resubmitting, notify Consultant in writing of revisions other than thoserequested.

.6 Accompany submissions with transmittal letter, containing:

.1 Date.

.2 Project title and number.

.3 Contractor's name and address.

.4 Identification and quantity of each shop drawing, product data and sample.

.5 Other pertinent data.

.7 Submissions include:

.1 Date and revision dates.

.2 Project title and number.

.3 Name and address of:.1 Subcontractor..2 Supplier..3 Manufacturer.

.4 Contractor's stamp, signed by Contractor's authorized representative certifyingapproval of submissions, verification of field measurements and compliance withContract Documents.

.5 Details of appropriate portions of Work as applicable:.1 Fabrication..2 Layout, showing dimensions, including identified field dimensions, and

clearances..3 Setting or erection details..4 Capacities..5 Performance characteristics..6 Standards..7 Operating weight..8 Wiring diagrams..9 Single line and schematic diagrams..10 Relationship to adjacent work.

.8 After Consultant's review, distribute copies.

.9 Submit three prints or one electronic copy of shop drawings for each requirementrequested in specification Sections and as Consultant may reasonably request.

Page 64: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 01 33 00Bastion Street Bridge Renewal and Seismic Retrofit SUBMITTAL PROCEDUREST-2334-2019 / 2016-2219 Page 3

.10 Submit electronic copies of product data sheets or brochures for requirements requestedin specification Sections and as requested by Consultant where shop drawings will not beprepared due to standardized manufacture of product.

.11 Submit electronic copies of test reports for requirements requested in specificationSections and as requested by Consultant.

.1 Report signed by authorized official of testing laboratory that material, product orsystem identical to material, product or system to be provided has been tested inaccord with specified requirements.

.2 Testing must have been within 2 years of date of contract award for project.

.12 Submit electronic copies of certificates for requirements requested in specificationSections and as requested by Consultant.

.1 Statements printed on manufacturer's letterhead and signed by responsibleofficials of manufacturer of product, system or material attesting that product,system or material meets specification requirements.

.2 Certificates must be dated after award of project contract complete with projectname.

.13 Submit electronic copies of manufacturers instructions for requirements requested inspecification Sections and as requested by Consultant.

.1 Pre-printed material describing installation of product, system or material,including special notices and Material Safety Data Sheets concerningimpedances, hazards and safety precautions.

.14 Delete information not applicable to project.

.15 Supplement standard information to provide details applicable to project.

.16 If upon review by Consultant, no errors or omissions are discovered or if only minorcorrections are made, copies will be returned, and fabrication and installation of Workmay proceed. If shop drawings are rejected, noted copy will be returned and resubmissionof corrected shop drawings, through same procedure indicated above, must be performedbefore fabrication and installation of Work may proceed.

.17 The review of shop drawings by the Consultant is for sole purpose of ascertainingconformance with general concept. This review shall not mean that the Consultantapproves detail design inherent in shop drawings, responsibility for which shall remainwith Contractor submitting same, and such review shall not relieve Contractor ofresponsibility for errors or omissions in shop drawings or of responsibility for meeting allrequirements of construction and Contract Documents. Without restricting generality offoregoing, Contractor is responsible for dimensions to be confirmed and correlated at jobsite, for information that pertains solely to fabrication processes or to techniques ofconstruction and installation and for co-ordination of Work of all sub-trades.

1.4 SAMPLES

.1 Submit for review samples in duplicate as requested in respective specification Sections.Label samples with origin and intended use.

.2 Deliver samples prepaid Consultant's office.

Page 65: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 01 33 00Bastion Street Bridge Renewal and Seismic Retrofit SUBMITTAL PROCEDUREST-2334-2019 / 2016-2219 Page 4

.3 Notify Consultant in writing, at time of submission of deviations in samples fromrequirements of Contract Documents.

.4 Where colour, pattern or texture is criterion, submit full range of samples.

.5 Adjustments made on samples by Consultant are not intended to change Contract Price. Ifadjustments affect value of Work, state such in writing to Consultant prior to proceedingwith Work.

.6 Make changes in samples which Consultant may require, consistent with ContractDocuments.

.7 Reviewed and accepted samples will become standard of workmanship and materialagainst which installed Work will be verified.

1.5 MOCK-UPS

.1 Erect mock-ups in accordance with 01 45 00 - Quality Control.

Part 2 Products

2.1 NOT USED

.1 Not Used.

Part 3 Execution

3.1 NOT USED

.1 Not Used.

END OF SECTION

Page 66: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 01 45 00Bastion Street Bridge Renewal and Seismic Retrofit QUALITY CONTROLT-2334-2019 / 2016-2219 Page 1

Part 1 General

1.1 DEFINITIONS

.1 Quality Control: Those activities that Contractor performs to conform to the contractrequirements.

.2 Quality Assurance: Those activities that Consultant performs to audit the Contractor'squality control program.

1.2 INSPECTION

.1 Refer to CCDC 2, GC 2.3.

.1 Allow Consultant access to Work. If part of Work is in preparation at locationsother than Place of Work, allow access to such Work whenever it is in progress.

.2 Give timely notice requesting inspection if Work is designated for special tests,inspections or approvals by Consultant instructions, or law of Place of Work.

.3 If Contractor covers or permits to be covered Work that has been designated forspecial tests, inspections or approvals before such is made, uncover such Work,have inspections or tests satisfactorily completed and make good such Work.

.4 Consultant will order part of Work to be examined if Work is suspected to be notin accordance with Contract Documents. If, upon examination such work isfound not in accordance with Contract Documents, correct such Work and paycost of examination and correction.

1.3 QUALITY ASSURANCE INSPECTION AGENCIES

.1 Independent Inspection/Testing Agencies may be engaged by Consultant for thepurpose of inspecting and/or testing portions of Work. Cost of such services will beborne by Consultant.

.2 Provide equipment required for executing inspection and testing by appointed agencies.

.3 Employment of inspection/testing agencies does not relax responsibility to performWork in accordance with Contract Documents.

.4 If defects are revealed during inspection and/or testing, appointed agency will requestadditional inspection and/or testing to ascertain full degree of defect. Correct defect andirregularities as advised by Consultant at no cost to the Consultant. Pay costs forretesting and reinspection.

1.4 ACCESS TO WORK

.1 Allow inspection/testing agencies access to Work, off site manufacturing andfabrication plants.

.2 Co-operate to provide reasonable facilities for such access.

1.5 PROCEDURES

.1 Notify appropriate agency and Consultant in advance of requirement for tests, in orderthat attendance arrangements can be made.

Page 67: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 01 45 00Bastion Street Bridge Renewal and Seismic Retrofit QUALITY CONTROLT-2334-2019 / 2016-2219 Page 2

.2 Submit samples and/or materials required for testing, as specifically requested inspecifications. Submit with reasonable promptness and in orderly sequence to not causedelays in Work.

.3 Provide labour and facilities to obtain and handle samples and materials on site.Provide sufficient space to store and cure test samples.

1.6 REJECTED WORK

.1 Remove defective Work, whether result of poor workmanship, use of defectiveproducts or damage and whether incorporated in Work or not, which has been rejectedby the Consultant as failing to conform to Contract Documents. Replace or re-executein accordance with Contract Documents.

.2 Make good other Contractor's work damaged by such removals or replacementspromptly.

.3 If in opinion of Consultant it is not expedient to correct defective Work or Work notperformed in accordance with Contract Documents, Owner will deduct from ContractPrice difference in value between Work performed and that called for by ContractDocuments, amount of which will be determined by Consultant.

1.7 REPORTS

.1 Submit electronic copies of inspection and test reports to Consultant.

.2 Provide copies to subcontractor or work being inspected or tested, and manufacturer orfabricator of material being inspected or tested.

1.8 TESTS AND MIX DESIGNS

.1 Furnish test results and mix designs as requested.

.2 Cost of tests and mix designs beyond those called for in Contract Documents or beyondthose required by law of Place of Work will be appraised by Consultant and may beauthorized as recoverable.

1.9 MILL TESTS

.1 Submit mill test certificates as required.

.2 The following shall apply to all components requiring mill test certificates:

.1 Where mill test certificates originate from a mill outside Canada or the UnitedStates of America, engage an approved, certified Canadian testing agency toverify the information on the mill test certificate verified by independent testing.This Canadian testing agency shall be certified by an organization accredited bythe Standards Council of Canada to comply with the requirements of ISO/IEC17025 and any applicable CSA or ASTM standards for the specific tests or typeof tests required.

.2 The mill test certificates shall be stamped with the name of the Canadian testingagency and appropriate wording stating that the material is in conformance withthe specified requirements. The stamp shall include the appropriate materialspecification number, testing date, and the signature of an authorized officer ofthe Canadian laboratory.

Page 68: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 01 45 00Bastion Street Bridge Renewal and Seismic Retrofit QUALITY CONTROLT-2334-2019 / 2016-2219 Page 3

1.10 SUBMITTALS

.1 Prepare a Quality Control Plan in accordance with the specifications and submit thecomplete Quality Control Plan to the Consultant a minimum of two weeks in advanceof commencement of any element of the Work covered by the plan.

.2 The Quality Control Plan shall be structured around the ISO 9001:2000 program(although ISO registration is not required), and clearly demonstrate the Contractor’sunderstanding and commitment to ISO’s eight principles of quality management:

· Customer focused organization

· Leadership

· Involvement of people

· Process approach

· System approach to management

· Continual improvement

· Factual approach to decision making

· Mutually beneficial supplier relationships

.3 The Quality Control plan shall also include sections detailing the Contractor’s methodologyassociated with each of the relevant sections of ISO 9001:2000 as listed in Table 1.

Table 1 – ISO Section Headings

Section ISO 9001:2000 Section Heading4 Quality Management System

4.1 General Requirements4.2 Documentation Requirements5 Management Responsibility

5.1 Management Commitment5.2 Customer Focus5.3 Quality Policy5.4 Planning5.5 Administration5.6 Management Review6 Resource Management

6.1 Provision of Resources6,2 Human Resources6.3 Facilities6.4 Work Environment7 Product Realization

7.1 Planning of Realization Processes7.2 Customer-Related Processes7.3 Design and/or Development7.4 Purchasing7.5 Production and Service Operations7.6 Control of Measuring and Monitoring

Devices

Page 69: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 01 45 00Bastion Street Bridge Renewal and Seismic Retrofit QUALITY CONTROLT-2334-2019 / 2016-2219 Page 4

8 Measurement, Analysis, andImprovement

8.1 Planning8.2 Measurement and Monitoring8.3 Control of Nonconformity8.4 Analysis of Data8.5 Improvement

.4 Do not undertake any work on any element of Work (including payment items, andincidental work or submittals for review) for which there are Quality Control Plansubmission requirements until the Consultant has accepted the base portion of theQuality Control Plan and the specific details for that element of Work.

.5 The Quality Control Plan shall cover the Work in its entirety, including withoutlimitation all materials the Contractor and Subcontractors are supplying, and all itemsand phases of construction on the project. The plan may be operated wholly or in partby a qualified Subcontractor or an independent agency/organization. However, theplan’s administrator (including conformance with the plan and its modifications) andthe quality of the Work shall remain the responsibility of the Contractor.

.6 The Contractor’s Quality Control program and the Work shall be undertaken inaccordance with the Quality Control Plan and shall be well managed, with testingresults representative of actual operations. Results will be reported accurately and in atimely manner.

.7 Ensure that all workers are familiar with the Quality Management Plans, its goals, andtheir role under it as well as with the Contract specifications associated with the Workthey are to undertake.

.8 Designate one person as the Quality Control Manager who shall be responsible for theimplementation of the Quality Control Plan.

Part 2 Products

2.1 NOT USED

.1 Not Used.

Part 3 Execution

3.1 NOT USED

.1 Not Used.

END OF SECTION

Page 70: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 01 54 00Bastion Street Bridge Renewal and Seismic Retrofit MOBILIZATIONT-2334-2019 / 2016-2219 Page 1

Part 1 General

1.1 MOBILIZATION

.1 Mobilization shall consist of preparatory work and operations including, but not limitedto, those necessary to the movement of personnel, equipment, supplies and incidentals tosite; and for all other Work and operations which must be performed, or costs incurredprior to beginning Work on the various items at site.

1.2 DEMOBILIZATION

.1 Demobilization shall consist of cleanup work and operations including, but not limited to,those necessary to the removal of personnel, equipment, and incidentals from site.

1.3 MEASUREMENT AND PAYMENT

.1 The Contractor will be paid any portion of the mobilization lump sum price exceedingfive percent (5%) of the Tender Price within sixty (60) days after the actual completiondate or on the final progress payment (whichever occurs first).

.2 Payment for the portion of the Mobilization and Demobilization lump sum price notexceeding five percent (5%) of the total Tender Price will be paid to the Contractor asfollows. 60% of the remaining lump sum price will be paid on the first progress paymentcertificate due after the Contractor has established the operations and facilities specifiedand the value of Work completed on items other than mobilization exceeds two percent(2%) of the Tender Price. The remaining 40% will be paid upon completion of theContract and removal of equipment and cleanup of the work areas to the satisfaction ofthe Consultant.

Part 2 Products

2.1 NOT USED

.1 Not Used.

Part 3 Execution

3.1 NOT USED

.1 Not Used.

END OF SECTION

Page 71: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 01 55 26Bastion Street Bridge Renewal and Seismic Retrofit TRAFFIC CONTROLT-2334-2019 / 2016-2219 Page 1

Part 1 General

1.1 MEASUREMENT AND PAYMENT

.1 Payment for traffic management will be made at the lump sum price bid. 25% of thelump sum will be paid on the first Progress Payment following approval of the TrafficManagement Plan.

25% of the Lump Sum will be paid following the completion of the Work requiringtraffic Control and the removal of all traffic control signs and devices.

The remaining 50% of the lump sum will be paid proportionally to the percentage ofWork completed at that time. This will be measured by the percentage completion of thesum of all Work excluding mobilization, demobilization, and traffic management at thedate of the Progress Payment.

Payment shall include all costs associated with Traffic Management Plan preparation,implementation, and maintenance, as well as fixed and portable static signs, arrowboards, changeable message boards, cones, tapes, temporary devices and personnel.

1.2 REFERENCE STANDARDS

.1 British Columbia Ministry of Transportation and Infrastructure

.1 Traffic Control Manual for Work on Roadways.

1.3 TRAFFIC MANAGEMENT PLAN

.1 Contractor is responsible for all temporary traffic control on the streets within thisContract. Contractor will meet all the standards and conditions of the City of Nanaimo.Contractor will apply to the Owner for a Lane Closure Request on all affected streets andsubmit a Traffic Management Plan (TMP). Approved Lane Closure Requests arecirculated through the Engineering Department and to all emergency services. Contractoris required to coordinate with, and follow the conditions of, the local Transit Supervisor.

.2 Traffic Management Plan:

.1 Contractor shall prepare and submit a TMP to facilitate the Work, in accordancewith Traffic Control Manual for Work on Roadways and the requirements setforth in this Section. The Contractor shall take full responsibility for itsimplementation, complying with the above noted Specifications. The plan andany changes to the plan during construction shall be submitted in detail to theConsultant and the Owner for review and approval.

.2 Allow Consultant 10 Days for review of TMP and approval.

.3 Updates and revisions TMP and associated implementation measures may berequired during construction. These are included in the scope of the TMP.

1.4 TEMPORARY PARKING AREAS

.1 Parking will be permitted on site provided it does not disrupt the performance of theWork.

Page 72: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 01 55 26Bastion Street Bridge Renewal and Seismic Retrofit TRAFFIC CONTROLT-2334-2019 / 2016-2219 Page 2

.2 Contractor’s equipment, vehicles and other unauthorized vehicles are to comply with Cityof Nanaimo traffic and parking bylaws and regulations. Equipment and vehicles shall notpark in front of or on driveways, access roads or streets unless an authorized driver is inattendance to move vehicle as required. Provide traffic control and install warning signsduring periods of authorized traffic restrictions on existing streets.

.3 The vacant lot located at 353 Terminal Avenue may be used for vehicle parking, materialand equipment storage, and site trailer/office. Contractor is responsible for security of allitems stored on this lot throughout the project.

.4 The Bastion Street Parkade, located immediately northeast of the bridge site, may be usedfor Contractor personal vehicle parking free of charge. No construction vehicles arepermitted in the parkade.

1.5 PROTECTION OF PUBLIC TRAFFIC

.1 Comply with requirements of Acts, Regulations and By-Laws in force for regulation oftraffic or use of roadways upon or over which it is necessary to carry out Work or haulmaterials or equipment.

.2 When working on travelled way:

.1 Place equipment in position to minimize interference and hazard to travellingpublic.

.2 Keep equipment units as close together as working conditions permit andpreferably on same side of travelled way.

.3 Do not leave equipment on travelled way overnight.

.3 Close lanes of road only after receipt of written approval from Consultant.

.1 Before re-routing traffic erect suitable signs and devices to Traffic ControlManual for Work on Roadways.

.4 Keep travelled way graded, free from pot holes and of sufficient width for requirednumber of lanes of traffic.

.5 Provide and maintain road access and egress to property fronting along Work underContract and in other areas as indicated, except where other means of road access existthat meet approval of Consultant.

1.6 INFORMATIONAL AND WARNING DEVICES

.1 Provide and maintain signs, flashing warning lights, changeable message boards andother devices required to indicate construction activities or other temporary and unusualconditions resulting from Project Work which requires road user response.

.2 Allow for at least 8 changeable message boards. Display messages to be approved by theConsultant.

.3 Supply and erect signs, delineators, barricades and miscellaneous warning devices toTraffic Control Manual for Work on Roadways.

.4 Place signs and other devices in locations recommended in Traffic Control Manual forWork on Roadways.

Page 73: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 01 55 26Bastion Street Bridge Renewal and Seismic Retrofit TRAFFIC CONTROLT-2334-2019 / 2016-2219 Page 3

.5 Meet with Consultant prior to commencement of Work to prepare list of signs and otherdevices required for project. If situation on site changes, revise list to approval ofConsultant.

.6 Continually maintain traffic control devices in use:

.1 Check signs daily for legibility, damage, suitability and location. Clean, repair orreplace to ensure clarity and reflectance.

.2 Remove or cover signs which do not apply to conditions existing from day today.

1.7 CONTROL OF PUBLIC TRAFFIC

.1 Provide competent flag personnel, trained in accordance with, and properly equipped toTraffic Control Manual for Work on Roadways for situations as follows:

.1 When public traffic is required to pass working vehicles or equipment that blockall or part of travelled roadway.

.2 When it is necessary to institute one-way traffic system through construction areaor other blockage where traffic volumes are heavy, approach speeds are high andtraffic signal system is not in use.

.3 When workers or equipment are employed on travelled way over brow of hills,around sharp curves or at other locations where oncoming traffic would nototherwise have adequate warning.

.4 Where temporary protection is required while other traffic control devices arebeing erected or taken down.

.5 For emergency protection when other traffic control devices are not readilyavailable.

.6 In situations where complete protection for workers, working equipment andpublic traffic is not provided by other traffic control devices.

.7 At each end of restricted sections where pilot cars are required.

.8 Delays to public traffic due to contractor's operators: 15 minutes maximum.

.2 Where roadway, carrying two-way traffic, is restricted to one lane, for 24 hours each day,provide portable traffic signal system.

.1 Adjust, as necessary, and regularly maintain system during period of restriction.

.2 Ensure signal system meets requirements of Traffic Control Manual for Work onRoadways.

1.8 OPERATIONAL REQUIREMENTS

.1 Maintain existing conditions for traffic throughout period of contract except that, whenrequired for construction under contract and when measures have been taken as specifiedand approved by Consultant to protect and control public traffic, existing conditions fortraffic to be restricted as follows:

.1 Bastion Street from Wallace Avenue (East of intersection) to Skinner Street(West of intersection):.1 Traffic Lanes:

Page 74: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 01 55 26Bastion Street Bridge Renewal and Seismic Retrofit TRAFFIC CONTROLT-2334-2019 / 2016-2219 Page 4

.1 Both traffic lanes may be closed for up to 6 continuous weeks fordeck renewal operations. Outside of this 6 week window, singlelane closures permitted between 7:00 pm and 7:00 am only.

.2 Contractor shall separate the work zone from public traffic usingcontinuous concrete median barriers.

.3 Contractor to provide detour, including all signage, temporarypavement markings, traffic control devices and personnel, asrequired.

.4 No additional closures on Bastion Street permitted withoutapproval of Consultant.

.2 Sidewalks:.1 Sidewalk on 1 side of Bastion Street shall remain open to

pedestrians at all times..2 When sidewalk is closed, Contractor shall provide detour to

remaining open sidewalk, including signage, temporarypavement markings, and traffic control personnel, as required.

.2 Terminal Avenue (Highway 1) within the Bastion Street Bridge right-of-way..1 Curb lane closures permitted between 7:00 pm and 7:00 am only.

Contractor to submit Lane Closure Request forms to the BC Ministry ofTransportation and Infrastructure.

.2 Contractor shall provide all signage, traffic control devices and personnelrequired.

Part 2 Products

2.1 NOT USED

.1 Not Used.

Part 3 Execution

3.1 NOT USED

.1 Not Used.

END OF SECTION

Page 75: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 20 00Bastion Street Bridge Renewal and Seismic Retrofit CONCRETE REINFORCINGT-2334-2019 / 2016-2219 Page 1

Part 1 General

1.1 MEASUREMENT AND PAYMENT

.1 No measurement made under this Section. Include costs in items of Work for whichconcrete reinforcing is required.

1.2 REFERENCE STANDARDS

.1 American Concrete Institute (ACI)

.1 ACI 315R, Manual of Engineering and Placing Drawings for ReinforcedConcrete Structures.

.2 SP-66, ACI Detailing Manual 2004.

.2 American National Standards Institute/American Concrete Institute (ANSI/ACI)

.1 ANSI/ACI 315, Details and Detailing of Concrete Reinforcement.

.3 American Society for Testing and Materials (ASTM)

.1 ASTM A143/A143M, Standard Practice for Safeguarding Against Embrittlementof Hot-Dip Galvanized Structural Steel Products and Procedure for DetectingEmbrittlement.

.4 Canadian Standards Association (CSA)

.1 CAN/CSA A23.1/A23.2, Concrete Materials and Methods of ConcreteConstruction.

.2 CAN3 A23.3, Design of Concrete Structures for Buildings.

.3 CSA G30.3, Cold Drawn Steel Wire for Concrete Reinforcement.

.4 CAN/CSA G30.18, Billet Steel Bars for Concrete Reinforcement.

.5 CAN/CSA G40.20/G40.21, Structural Quality Steels.

.5 Reinforcing Steel Institute of Canada (RSIC)

.1 RSIC, Reinforcing Steel Manual of Standard Practice.

1.3 SUBMITTALS

.1 Submit in accordance with Section 01 33 00 - Submittal Procedures.

.2 Indicate on Shop Drawings, bar bending details, lists, quantities of reinforcement, sizes,spacings, locations of reinforcement and mechanical splices if approved by Consultant,with identifying code marks to permit correct placement without reference to structuraldrawings. Indicate sizes, spacings and locations of chairs, spacers and hangers. Preparereinforcement drawings in accordance with Reinforcing Steel Manual of StandardPractice by Reinforcing Steel Institute of Canada.

.3 Detail lap lengths and bar development lengths to CSA A23.3, unless otherwise indicatedon the Drawings.

Page 76: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 20 00Bastion Street Bridge Renewal and Seismic Retrofit CONCRETE REINFORCINGT-2334-2019 / 2016-2219 Page 2

1.4 DELIVERY, STORAGE AND HANDLING

.1 Delivery and Acceptance Requirements: deliver materials to site in original factorypackaging, labelled with manufacturer's name and address.

.2 Storage and Handling Requirements:

.1 Store materials in accordance with manufacturer's recommendations in clean,dry, well-ventilated area.

.2 Store materials clear of the ground on timbers or other suitable protectivecribbing spaced to prevent sags in bundles. Stacks of bundles of straight barsshall have adequate blocking to prevent contact between the layers of bundles.

.3 Replace defective or damaged materials with new.

Part 2 Products

2.1 MATERIALS

.1 Substitute different size bars only if permitted in writing by Consultant.

.2 Reinforcing steel: billet steel, grade 400, deformed bars to CSA-G30.18, unless indicatedotherwise.

.3 Reinforcing steel: weldable low alloy steel deformed bars to CSA-G30.18.

.4 Chairs, bolsters, bar supports, spacers: to CSA-A23.1.

.5 Tie wire: 1.5 mm diameter annealed wire.

.6 Mechanical splices: subject to approval of Consultant, unless noted otherwise.

.1 Mechanical couplers shall be approved by the Consultant. Such couplers shalldevelop tension or compression, as required, at least 120% of the specific yieldstrength of the bars, but not less than 110% of the mean yield strength,representative of the bars to be used, in the test of the mechanical connection.

.2 Wedge couplers shall not be used in bars greater than 16 mm diameter. WhenMechanical couplers are used the Contractor shall ensure that a minimumconcrete cover as specified is maintained.

.7 Plain round bars: to CSA-G40.20/G40.21.

2.2 FABRICATION

.1 Fabricate reinforcing steel in accordance with CSA-A23.1/A23.2 and Reinforcing SteelManual of Standard Practice by the Reinforcing Steel Institute of Canada.

.2 Upon approval of Consultant, weld reinforcement in accordance with CSA W186.

.3 Ship bundles of bar reinforcement, clearly identified in accordance with bar bendingdetails and lists.

2.3 SOURCE QUALITY CONTROL

.1 Upon request, provide Consultant with certified copy of mill test report of reinforcingsteel, showing physical and chemical analysis, minimum 4 weeks prior to beginningreinforcing work.

Page 77: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 20 00Bastion Street Bridge Renewal and Seismic Retrofit CONCRETE REINFORCINGT-2334-2019 / 2016-2219 Page 3

.2 Upon request, inform Consultant of proposed source of supplied material.

Part 3 Execution

3.1 FIELD BENDING

.1 Do not field bend or field weld reinforcement except where indicated or authorized byConsultant.

.2 When field bending authorized, bend without heat, applying slow and steady pressure.

.3 Replace bars which develop cracks or splits.

3.2 PLACING REINFORCEMENT

.1 Place reinforcing steel as indicated on reviewed placing drawings in accordance withCSA-A23.1/A23.2.

.2 Prior to placing concrete, obtain Consultant's approval of reinforcing material andplacement.

.3 Maintain cover to reinforcement during concrete pour.

.4 Obtain Consultant’s approval for locations of reinforcement splices other than thoseshown on placing drawings.

END OF SECTION

Page 78: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 20 01Bastion Street Bridge Renewal and Seismic Retrofit STAINLESS STEEL CONCRETE REINFORCINGT-2334-2019 / 2016-2219 Page 1

Part 1 General

1.1 MEASUREMENT AND PAYMENT

.1 No measurement made under this Section. Include costs in items of Work for whichstainless steel concrete reinforcing is required.

1.2 REFERENCE STANDARDS

.1 Canadian Standards Association (CSA)

.1 CAN/CGSB-1.181, Ready-Mixed Organic Zinc-Rich Coating

.2 CAN/CSA-A23.1, Concrete Materials and Methods of Concrete Construction.

.3 CAN/CSA-G30.18-M, Billet Steel Bars for Concrete Reinforcement.

.4 CAN/CSA-G40.21-M, Structural Quality Steels.

.5 CSA-S6, Canadian Highway Bridge Design Code.

.2 American Society for Testing and Materials (ASTM)

.1 ASTM A276, Standard Specification for Stainless Steel Bars and Shapes.

.2 ASTM A995M, Standard Specification for Castings, Austenitic-Ferritic (Duplex)Stainless Steel, for Pressure-Containing Parts

.3 Reinforcing Steel Institute of Canada (RSIC)

.1 RSIC, Reinforcing Steel Manual of Standard Practice.

1.3 SUBMITTALS

.1 Submit in accordance with Section 01 33 00 - Submittal Procedures and 03 20 00 –Concrete Reinforcing.

1.4 DELIVERY, STORAGE AND HANDLING

.1 Delivery and Acceptance Requirements: deliver materials to site in original factorypackaging, labelled with manufacturer's name and address.

.2 Storage and Handling Requirements:

.1 Store materials in accordance with manufacturer's recommendations in clean,dry, well-ventilated area.

.2 Store materials clear of the ground on timbers or other suitable protectivecribbing spaced to prevent sags in bundles. Stacks of bundles of straight barsshall have adequate blocking to prevent contact between the layers of bundles.

.3 Replace defective or damaged materials with new.

Part 2 Products

2.1 MATERIALS

.1 Substitute different size bars only if permitted in writing by Consultant.

Page 79: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 20 01Bastion Street Bridge Renewal and Seismic Retrofit STAINLESS STEEL CONCRETE REINFORCINGT-2334-2019 / 2016-2219 Page 2

.2 Reinforcing steel: Stainless steel, Grade 420, deformed bars to ASTM A276 and ASTMA995M, of type specified in the table below. Provide one-piece bars with requiredlengths and bends.

Permitted Types of Stainless Steel

Type / ASTM Designation UNS Designation

316 LN – A955 S31653

Duplex 2205 – A995 S31803

Duplex 2304* S32034

Lean Duplex 2101* S32101

* Chemical composition shall be within the ranges identified in Table 1 (Typical Composition%) of and in conformance to the requirements of ASTM A276. The dimensioning andmechanical properties shall be in conformance with ASTM A955M

.3 Stainless steel reinforcing bars shall be hot-rolled, de-scaled and pickled to the requiredmechanical properties and dimensions.

.4 Ties wire: smooth, equal or greater than 16 Ga (U.S. Steel Wire Gauge) to CSA-G30.3.Tie wires to be made of non-metallic material or stainless steel.

.5 Supports: to CSA-A23.1, rust-proof, galvanized steel or approved equal.

.6 Chairs, bolsters, bar supports, spacers: to CAN/CSA-A23.1.

.7 Mechanical splices: subject to approval of Consultant.

2.2 FABRICATION

.1 Fabricate reinforcing steel in accordance with ASTM A276 and Concrete ReinforcingSteel Institute Manual of Practice unless indicated otherwise.

.2 Fabrication of stainless steel reinforcing bars shall be such that the bar surfaces are notcontaminated with deposits of iron and non-stainless steel and that the surfaces are notdamaged due to straightening from coil.

.3 Obtain Consultant’s approval for locations of reinforcement splices other than thoseshown on placing drawings.

.4 Stainless steel reinforcing bars shall be stored and handled with non-corrosive materialsand be contaminate free.

.5 Stainless steel reinforcing bars shall be stored separate from uncoated bars.

.6 Ship bundles of bar reinforcement, clearly identified in accordance with bar bendingdetails and lists.

.7 Welding of reinforcement is not permitted.

Page 80: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 20 01Bastion Street Bridge Renewal and Seismic Retrofit STAINLESS STEEL CONCRETE REINFORCINGT-2334-2019 / 2016-2219 Page 3

2.3 SOURCE QUALITY CONTROL

.1 Upon request, provide Consultant with certified copy of mill test report of reinforcingsteel, showing physical and chemical analysis, minimum 4 weeks prior to beginningreinforcing work.

.2 Upon request, inform Consultant of proposed source of supplied material.

Part 3 Execution

3.1 FIELD BENDING

.1 Do not field bend or field weld reinforcement except where indicated or authorized byConsultant.

.2 When field bending authorized, bend without heat, applying slow and steady pressure.

.3 Replace bars which develop cracks or splits.

3.2 PLACING REINFORCEMENT

.1 Place reinforcing steel as indicated on reviewed placing drawings in accordance withCSA-A23.1/A23.2.

.2 Prior to placing concrete, obtain Consultant's approval of reinforcing material andplacement.

.3 Maintain cover to reinforcement during concrete pour.

.4 Obtain Consultant’s approval for locations of reinforcement splices other than thoseshown on placing drawings.

END OF SECTION

Page 81: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 30 00Bastion Street Bridge Renewal and Seismic Retrofit CAST-IN-PLACE CONCRETET-2334-2019 / 2016-2219 Page 1

Part 1 General

1.1 MEASUREMENT AND PAYMENT

.1 Payment for all work performed under this section will include the supply and placing ofnecessary concrete and will be incidental to payment for work described in other sectionsunless specifically listed otherwise in the Schedule of Quantities and Prices and specifiedhereunder.

.2 Payment for ‘Concrete Shear Keys – Abutments’ and ‘Concrete Shear Keys – Piers’ willbe made at the unit bid price. Payment for the work will include access and temporarystructural support, preparation of surfaces, application of bonding agent, drilling andgrouting, supply and installation of reinforcing steel and dowels, formwork, placementand finishing of concrete.

.3 Payment for ‘Concrete Infill – East Abutment’ will be made at the unit bid price.Payment for the work will include access, installation of concrete by pumping, finishing,and reinstatement of abutment lid concrete. Payment will be based on the actual quantityof concrete installed, measured in cubic metres. Contrary to City of Nanaimo StandardSpecifications, payment will also include demolition and reinstatement of removedmaterials to grade including sub-base, base, pavement, sidewalk and curb-and-gutterstructures.

.4 Payment for ‘Concrete Shear Walls – East Abutment’ will be made at the lump sum bidprice. Payment for the work will include access and temporary structural support,temporary soil retention, preparation of surfaces, application of bonding agent, drillingand grouting, supply and installation of reinforcing steel and dowels, formwork,placement and finishing of concrete. Payment will also include preparation of a slopestabilization measures and wall installation plan, backfilling and any other works requiredto return the site to its original condition.

.5 Payment for ‘Concrete Cap Beam Modification – Piers’ will be made at the unit bidprice. Payment for the work will include access and temporary structural support,preparation of surfaces, application of bonding agent, drilling and grouting, supply andinstallation of reinforcing steel and dowels, formwork, placement and finishing ofconcrete.

.6 Payment for ‘Concrete Footing Overlay – Pier 1 & 3’ and ‘Concrete Footing Overlay –Pier 2’ will be made at the unit bid price. Payment for the work will include access andtemporary structural support, preparation of surfaces, application of bonding agent,drilling and grouting, supply and installation of reinforcing steel and dowels, formwork,placement and finishing of concrete. Contrary to City of Nanaimo StandardSpecifications, payment will also include demolition and reinstatement of removedmaterials to grade including sub-base, base, pavement, sidewalk and curb-and-gutterstructures.

.7 Payment for ‘Gateway Sign Foundations – SW, SE & NW’ will be made at the unit bidprice. Payment for the work will include access and temporary structural support,protection of affected buildings and infrastructure, excavations, preparation of surfaces,application of bonding agent, drilling and grouting, supply and installation of reinforcingsteel and dowels, formwork, placement and finishing of concrete. Contrary to City of

Page 82: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 30 00Bastion Street Bridge Renewal and Seismic Retrofit CAST-IN-PLACE CONCRETET-2334-2019 / 2016-2219 Page 2

Nanaimo Standard Specifications, payment will also include demolition andreinstatement of removed materials to grade including sub-base, base, pavement,sidewalk and curb-and-gutter structures.

.8 Payment for ‘Gateway Sign Foundation – NE’ will be made at the lump sum bid price.Payment for the work will include access and temporary structural support, protection ofaffected buildings and infrastructure, preparation of surfaces, application of bondingagent, drilling and grouting, supply and installation of reinforcing steel and dowels,formwork, placement and finishing of concrete. Contrary to City of Nanaimo StandardSpecifications, payment will also include demolition and reinstatement of removedmaterials to grade including sub-base, base, pavement, sidewalk and curb-and-gutterstructures.

.9 Payment for ‘Remove Precast Fascia Panels’ will be made at the lump sum bid price.Payment for the work will include access and temporary structural support, protection ofaffected buildings and infrastructure, removal and disposal of the existing precast fasciapanels.

.10 Payment for ‘Column Patch Repairs’ will be made at the unit bid price. Payment for therepair will include removal of deteriorated concrete to a depth of 25 mm below thereinforcing or to sound concrete, whichever is greater, surface preparation, concretepatching, finishing and for everything supplied and done in connection therewith.Measurement for payment will be based on the actual measured area of the repairs.

.11 Payment for ‘Pedestrian Concrete Pavement’ will be made at the lump sum bid price.Payment for the work will include rough grading, removal of excess fill material,preparation of surfaces, supply and installation of subbase, formwork, placement, andfinishing of concrete including welded wire mesh. Payment will also include demolitionand reinstatement of removed materials to grade including existing sub-base.

.12 Payment for ‘Concrete Painting’ and ‘Anti-Graffiti Coating’ will be made at the lumpsum bid prices. Payment shall include all submittals, access, temporary supports,preparation of surfaces, supply of materials, protection of adjacent structures, andapplication of paint / coating.

1.2 REFERENCE STANDARDS

.1 CSA Group

.1 CAN/CSA A23.1, Concrete Materials and Methods of Concrete Construction.

.2 CAN/CSA A23.2, Methods of Test for Concrete.

.3 CSA A283, Qualification Code for Concrete Testing Laboratories.

.4 CAN/CSA A3001, Cementitious Materials Used in Concrete.

.2 ASTM International

.1 ASTM C1017/C1017M, Standard Specification for Chemical Admixtures forUse in Producing Flowing Concrete.

.2 ASTM C C1059/C1059M, Standard Specification for Latex Agents for BondingFresh To Hardened Concrete.

.3 ASTM C260, Standard Specification for Air-Entraining Admixtures for Concrete

.4 ASTM C309, Specification for Liquid Membrane Forming Compounds forCuring Concrete.

Page 83: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 30 00Bastion Street Bridge Renewal and Seismic Retrofit CAST-IN-PLACE CONCRETET-2334-2019 / 2016-2219 Page 3

.5 ASTM C494, Standard Specification for Chemical Admixtures for Concrete

.1 ASTM D1751 Standard Specification for Preformed Expansion Joint Filler forConcrete Paving and Structural Construction (nonextruding and resilientbituminous types)

.3 City of Nanaimo Standard Specifications

.1 Section 8, Curbs, Sidewalks and Walkways

.2 Section 12, Asphaltic Concrete Paving

1.3 SUBMITTALS

.1 Provide submittals in accordance with Section 01 33 00 - Submittal Procedures.

.2 Product Data:

.1 Submit proposed mix design for concrete to Consultant for review two weeksprior to commencement of work.

.2 If proprietary concrete repair products are to be used submit proposed products toConsultant two weeks prior to commencement of work. Submit manufacturer'sinstructions, printed product literature and data sheets for proprietary materialsused in Cast-in-Place Concrete and additives and include product characteristics,performance criteria, physical size, finish and limitations.

.3 Submit temporary works drawings and procedures required to facilitate theconcrete repair and retrofit. Temporary works drawings shall be prepared andsealed by a Professional Engineer registered with the Engineers and Geoscientistsof British Columbia.

.3 Joint Layout Plan:

.1 Submit final joint layout plan based on DWG L1.2 and coordinated with in-fieldconditions for Consultant review and approval prior to commencement of work.Indicate location, spacing, and joint types for all expansion joints and saw-cutcontrol joints.

1.4 DELIVERY, STORAGE AND HANDLING

.1 Concrete hauling time: deliver to site of Work and discharged within 60 minutesmaximum after batching.

.1 Modifying maximum time limit without receipt of prior written agreement fromConsultant and concrete producer as described in CSA A23.1/A23.2. isprohibited.

.2 Deviations submitted for review by Consultant.

.3 Concrete delivery: ensure continuous concrete delivery from plant meets CSAA23.1/A23.2.

1.5 SITE CONDITIONS

.1 Placing concrete during rain or weather events that could damage concrete is prohibited.

.2 Protect newly placed concrete from rain or weather events in accordance with CSAA23.1/A23.2.

.3 Cold weather protection:

Page 84: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 30 00Bastion Street Bridge Renewal and Seismic Retrofit CAST-IN-PLACE CONCRETET-2334-2019 / 2016-2219 Page 4

.1 Maintain protection equipment, in readiness on Site.

.2 Use such equipment when ambient temperature below 5°C, or when temperaturemay fall below 5°C before concrete cured.

.3 Placing concrete upon or against surface at temperature below 5°C is prohibited.

.4 Hot weather protection:

.1 Protect concrete from direct sunlight when ambient temperature above 27°C.

.2 Prevent forms of getting too hot before concrete placed. Apply acceptedmethods of cooling not to affect concrete adversely.

.5 Protect from drying.

Part 2 Products

2.1 MATERIALS

.1 Portland Limestone Cement: to CSA A23.1/A23.2 and CSA A3001 and, Type GUL.

.2 Supplementary cementing materials: to CSA A3001.

.3 Water: to CSA A23.1.

.4 Aggregates: to CSA A23.1/A23.2.

.5 Admixtures:

.1 Air entraining admixture: to ASTM C260.

.2 Chemical admixture: to ASTM C494. Consultant to approve accelerating or setretarding admixtures during cold and hot weather placing.

.6 Shrinkage compensating grout: premixed compound consisting of non-metallicaggregate, Portland cement, water reducing and plasticizing agents to CSA A23.1/A23.2.

.1 Compressive strength: 35 MPa at 7 days.

.7 Premoulded joint fillers: to ASTM D1751-83, 19 mm (3/4”) preformed non-extrudingresilient bituminous type.

.8 Weep hole tubes: plastic.

2.2 MIXES

.1 Bridge Deck Concrete: Proportion normal density concrete in accordance withCAN/CSA-A23.1, Alternative 1 to give following properties:

.1 Cement:.1 Type GUL Portland limestone cement..2 Minimum cement content (excluding silica fume): 350 kg/m³.

.2 Supplementary Cementing Materials:.1 Silica Fume: Type SF, 8% by weight of cement..2 Fly Ash: Type F, 12% by weight of cement.

.3 Minimum compressive strength at 28 days: 45 MPa.

.4 Class of exposure: C1.

Page 85: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 30 00Bastion Street Bridge Renewal and Seismic Retrofit CAST-IN-PLACE CONCRETET-2334-2019 / 2016-2219 Page 5

.5 Nominal size of coarse aggregate: 14 mm.

.6 Slump at time and point of discharge: 60 to 80 mm with superplasticizer.

.7 Air content: 5 to 7%.

.8 Ratio of water to total cementitious materials: 0.38.

.9 Steel Fibres: 50 kg per cubic metre of concrete. Fibres shall be ASTM A820compliant with minimum tensile strength of 1000 MPa. Approved fibres:.1 Dramix® 3D.2 Novocon® XR

.10 Do not change concrete mix without prior approval of Consultant.

.11 Superplasticizer product, dosage and mixing procedure to be approved byConsultant.

.2 Other Concrete: Proportion normal density concrete in accordance with CAN/CSA-A23.1, Alternative 1 to give following properties:

.1 Cement:.1 Type GUL Portland limestone cement..2 Minimum cement content (excluding silica fume): 350 kg/m³.

.2 Supplementary Cementing Materials:.1 Fly Ash: Type F, 15% by weight of cement.

.3 Minimum compressive strength at 28 days: 35 MPa.

.4 Class of exposure: C1.

.5 Nominal size of coarse aggregate: 20 mm.

.6 Slump at time and point of discharge: 80 to 100 mm.

.7 Air content: 5 to 8%.

.8 Ratio of water to total cementitious materials: 0.38.

.9 Do not change concrete mix without prior approval of Consultant.

.10 Superplasticizer product, dosage and mixing procedure to be approved byConsultant.

.3 Self-consolidating concrete: Lafarge Agilia® or alternate approved by Consultant.

.4 Patch repair concrete: Cementitious pre-bagged mortar mix, one-component, shrinkage-compensating mortar. Approved products:

.1 Target SC100W

.2 Sikatop 123 Plus

Part 3 Execution

3.1 GENERAL

.1 Do cast-in-place concrete work in accordance with CSA A23.1.

.2 Do concrete curb-and-gutter work in accordance with City of Nanaimo StandardSpecifications Section 8, Curbs Sidewalks and Walkways.

Page 86: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 30 00Bastion Street Bridge Renewal and Seismic Retrofit CAST-IN-PLACE CONCRETET-2334-2019 / 2016-2219 Page 6

.3 Do asphalt paving work in accordance with City of Nanaimo Standard SpecificationsSection 12, Asphaltic Concrete Paving.

3.2 INSTALLATION / APPLICATION

.1 Obtain Consultant's written approval before placing concrete. Provide 3 Working Daysminimum notice prior to placing of concrete. Placement may not proceed until theapproval of Consultant is given.

.2 Place concrete reinforcing in accordance with Section 03 20 00 - Concrete Reinforcing.

.3 Where required, clean reinforcing and remove debris by means acceptable to Consultant.

.4 Prior to concrete placement, remove all sawdust chips, and other construction debris fromthe interior of the forms.

.5 Pumping of concrete is permitted only after Consultant’s approval of equipment and mix.

.6 Ensure reinforcement and inserts are not disturbed during concrete placement.

.7 Prior to placing of concrete obtain Consultant's approval of proposed method forprotection of concrete during placing and curing.

.8 Protect previous Work from staining.

.9 Clean and remove stains prior to application for concrete finishes.

.10 Maintain accurate records of poured concrete items to indicate date, location of pour,quality, air content, temperature and test samples taken.

.11 Do not place load upon new concrete until authorized by Consultant.

3.3 SURFACE TOLERANCE

.1 Concrete tolerance to CSA A23.1 Straightedge Method.

3.4 INSERTS

.1 Set sleeves, ties, pipe hangers and other inserts and openings as indicated or specifiedelsewhere. Sleeves and openings greater than 100 x 100 mm not indicated on structural orcivil drawings must be approved by Consultant.

.2 Do not eliminate or displace reinforcement to accommodate hardware. If inserts cannotbe located as specified, obtain approval of modifications from Consultant before placingof concrete.

3.5 CONCRETE REPAIRS

.1 Provide safe access to all elevated portions of the girders, deck soffit and piers in order tocomplete the delamination inspections and concrete repairs.

.2 Contain debris and other matter cleaned from the members.

.3 Perform a close visual inspection of the girders, deck soffits and piers together withConsultant. Sound the areas as required and additional areas as determined by visualinspection, and as directed by Consultant, for evidence of delaminated concrete. Theareas to be repaired and types of repair to be implemented are to be approved byConsultant. Supply the necessary labour and supplies to mark out repair areas. In general,vertical repairs or repairs with an exposed top face shall be cast-in-place patch repairs,

Page 87: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 30 00Bastion Street Bridge Renewal and Seismic Retrofit CAST-IN-PLACE CONCRETET-2334-2019 / 2016-2219 Page 7

overhead repairs shall be shotcrete patch repairs, and minor shallow repairs (no exposedreinforcing) shall be trowel patch repairs. Shotcrete may be used for vertical repairs, andcast-in-place concrete may be used for overhead repairs.

.4 Trowel repairs shall only be used for repair areas of 0.5 m2 or less.

.5 Remove designated areas of spalled and delaminated concrete, and areas of corrodedreinforcement to sound concrete utilizing mechanical means such as 7 kg maximumchipping hammers. Jackhammers shall be operated at angles less than 45º as measuredfrom the surface of the repair area to the hand tool. Use wedge type chisel bits. Moylesand round point chisels are not permitted.

.6 Existing reinforcing is to remain undamaged. Contractor will be solely responsible forany damage that occurs to demolition equipment, and for all costs associated with thereplacement of rebar damaged during this process.

.7 Keep repair boundaries square or rectangular and avoid abrupt changes in width of agiven repair area. Sawcut all patch edges, to rectangular shapes, to a minimum depth of15 mm to prevent feathered edges. Do not cut existing reinforcing steel.

.8 Remove concrete to allow a 25mm space around all exposed reinforcing bars to ensuregood anchorage of patches unless otherwise approved by the Consultant.

.9 Expose all corroded reinforcement at edges of repair area.

.10 Blast clean mildly corroded reinforcement. Replace severely corroded and damagedreinforcement. Use mechanical couplers acceptable to the Consultant or laps inaccordance with CSA-S6 Clause 8.15.9.1.

.11 Following concrete removal, the remaining concrete substrate shall receive a 35 MPa(5000 psi) high-pressure water blast to remove any laitance, loose material, or bruisedconcrete. All corrosion product and concrete shall be removed from exposed reinforcing.

.12 Contractor may elect to place vertical repair concrete using a wet-mix shotcrete methodof placement in accordance with these specifications.

.13 Prior to concrete placement, the formwork shall be thoroughly damped with clean water.

.14 Upon completion of the repair work, the Contractor shall restore and reinstate adjacentsurfaces to their original appearance, or as directed by the Consultant. Excess concreteand other matter shall be cleaned from visible surfaces and disposed of off-site.Temporary works and their attachments to the permanent structure shall be removed,voids shall be filled and existing surfaces shall be re-instated to match surroundingsurfaces. The Site shall be re-instated to the satisfaction of the Consultant.

3.6 DOWEL INSTALLATION

.1 In locations where new concrete is dowelled to existing work, drill holes in existingconcrete. Place steel dowels of deformed steel reinforcing bars in accordance with detailsindicated on the contract drawings and in accordance with these specifications.

.2 Clean holes by blowing clean with compressed air, brushing the hole, and blowing again.Carry out hole cleaning and preparation for epoxy mortar in accordance with themanufacturer’s published information sheet for the adhesive used.

.3 Fill all dowelled and abandoned holes with Hilti HIT-HY 200-R in accordance with themanufacturer’s specifications and recommendations.

Page 88: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 30 00Bastion Street Bridge Renewal and Seismic Retrofit CAST-IN-PLACE CONCRETET-2334-2019 / 2016-2219 Page 8

.4 Install dowels under moisture conditions permissible for the type of epoxy used by themanufacturer.

.5 Meet the following requirements for dowel installation personnel:

.1 All personnel installing dowels into existing concrete shall be trained by theepoxy mortar manufacturer for the installation of dowels in the orientationsshown on the Drawings within the past 12 months for the specific dowelinstallations to be performed in this project.

.2 The installers of dowels in horizontal, inclined or overhead orientations shallhave been trained specifically to install dowels in these orientations and for useof the required installation accessories by the manufacturer within the past 12months.

.3 Provide proof of training of all dowel installers to the Consultant at least 5Working Days prior to starting the installation of dowels. Alternatively, theepoxy manufacturer shall provide training and certify all dowel installers on siteat the beginning of the dowel installation for each type of dowel.

.6 Install dowels to the full specified embedment length and in a manner that ensurescomplete bonding within the hole. Fully inject all holes with epoxy mortar to preventvoids. Manufacturer’s specifications and recommendations for application andinstallation shall be strictly adhered to.

.7 Temporarily support overhead or upwardly inclined dowels, as necessary, to prevent theirmovement during entire curing period. The dowels shall remain undisturbed and no loadshall be placed on the dowels until the curing is complete.

3.7 WEST ABUTMENT INFILL WALLS

.1 Walls to be installed in multiple lifts, with detailing as shown on Drawings. Number oflifts to be determined by Contractor, but shall not exceed 4.

.2 Temporary slope stability is the responsibility of Contractor. Slope stabilization measuresand wall installation plan to be sealed by a Geotechnical Engineer registered withEngineers and Geoscientists British Columbia. Contractor to submit slope stabilizationmeasures and wall installation plan to Consultant for review minimum 10 Working Daysprior to conducting the Work.

3.8 PLACING CONCRETE

.1 Concrete shall be handled and placed so as to avoid segregation of materials and thedisplacement of reinforcement. Concrete shall be deposited as closely as practical to itsfinal position.

.2 When placing involves dropping concrete more than 1.5 m, it shall be deposited throughan elephant trunk, unless otherwise approved by Consultant.

.3 Concrete shall be thoroughly and uniformly consolidated. The consolidation shall bedone by mechanical vibration. Vibrators shall be equipped with non-metallic or rubberheads.

.4 Contractor shall supply a sufficient number of vibrators to properly consolidate concreteat the rate it is being placed. Standby vibrators and AC generator shall be available at alltimes.

Page 89: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 30 00Bastion Street Bridge Renewal and Seismic Retrofit CAST-IN-PLACE CONCRETET-2334-2019 / 2016-2219 Page 9

.5 Vibrators shall be manipulated so as to thoroughly work the concrete around thereinforcement and embedded fixtures and into corners and angles of forms.

.6 Vibration shall be applied at the point of deposit and in area of freshly depositedconcrete.

.7 Vibrators shall be inserted vertically and withdrawn from the concrete slowly. Thevibration shall be of a sufficient duration and intensity to thoroughly impact the concretebut shall not be continued as to cause segregation.

.8 Concrete shall be placed in horizontal layers not exceeding 300 mm thickness. Each layershall be consolidated so as to avoid a construction joint with the layer below.

.9 No concrete shall be used which does not reach its final position within 60 minutes afterbatching.

3.9 FINISHING

.1 General:

.1 Patch and finish formed surfaces to CAN/CSA A23.1 except as noted.

.2 Repair honeycombed and defective concrete with method approved by Consultant.

.3 Finish:

.1 Class 2 - Common Finish. Finish all formed concrete exposed to view. Commonfinish to consist of smooth form finish to CAN/CSA A23.1

.2 Class 3 - Rough Form Finish. Finish all formed concrete in contact with backfillwith a rough form finish to CAN/CSA A23.1.

.3 Pedestrian Concrete Pavement, as indicated on DWG L1.2 – Medium sandblastfinish to all exposed surfaces per CAN/CSA A23.1

.4 Repair honeycombed and defective concrete with method approved by Consultant. Thismay include removal and recasting, if required.

.5 Rub exposed sharp edges of concrete with carborundum to produce 3 mm radius edgesunless otherwise indicated

3.10 CONSTRUCTION JOINTS AND CASTING TO EXISTING CONCRETE

.1 Prepare construction joints and surfaces to existing concrete to CAN/CSA A23.1 androughen existing surface to a nominal amplitude of 6 mm.

.2 The location of construction joints not shown on the drawings to be approved byConsultant.

.3 Pedestrian Concrete Pavement Joints, as indicated on DWG L1.2:

.1 Expansion Joints:.1 At intervals of 10 m and at all intersections of existing adjacent surfaces,

as indicated on the Contract Drawings.2 Control Joints:

.1 As indicated on the Contract Drawings and approved Joint Layout Plan.

.2 Saw-cut all joints to a depth of 1/3 depth of overall pavement thicknessand 3mm wide, no shiners.

Page 90: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 30 00Bastion Street Bridge Renewal and Seismic Retrofit CAST-IN-PLACE CONCRETET-2334-2019 / 2016-2219 Page 10

3.11 CURING

.1 Cure concrete to CAN/CSA-A23.1 except where specified otherwise. Curing compoundsshall not be used without the written authorization of the Consultant.

.2 Minimum curing period to be seven days.

.3 For concrete placed when ambient air temperature is below 5ºC comply with the coldweather requirements of CAN/CSA-A23.1. Concrete shall not be placed when theambient temperature exceeds 25ºC. Concrete more than 60 minutes old shall be rejected.

.4 Unformed surfaces: cure with burlap and water for a minimum of seven days. Carefullyplace two layers of damp burlap on the surface of the concrete as soon as practicablefollowing placement. Overlap each strip by at least 75 mm and secure againstdisplacement by wind. Maintain burlap in place and keep thoroughly and continuouslywet for seven days after day of placing. Provide misting as described in CAN/CSAA23.1 when water evaporation from the concrete surface is predicted to exceed 1.5kg/m2/hr and according to CAN/CSA A23.1 Appendix D.

.5 Formed surfaces: if formwork is left in place for seven days or more, no additional curingwill be required. If formwork is removed in less than seven days, cure in mannerspecified for unformed surfaces for remainder of seven-day period.

.6 During curing period uncover only such areas as are immediately needed for finishtreatment. Recover and continue curing.

.7 The in-place concrete shall be continuously maintained at a minimum temperature of 10°C for a minimum of 7 consecutive days or for the time necessary to attain 70 percent ofthe specified compressive or flexural strength, whichever period is shorter. This mayrequire the erection of hoarding around the placed concrete and the provision of externalheat. If required, heat to the enclosure shall not be vented directly at the in-placeconcrete.

3.12 FIELD QUALITY CONTROL

.1 Retain certified Testing Laboratory in accordance with CSA A283 to carry out fieldquality testing.

.2 Inspection and testing of concrete and concrete materials will be carried out inaccordance with CAN/CSA A23.1, except as follows:

.1 A strength test will consist of three standard cylinders, one tested at seven daysand two at 28 days.

.2 Frequency of testing may be increased at Consultant's discretion.

.3 Contractor will pay for costs of tests.

.4 Consultant may take additional test cylinders during cold weather concreting. Curecylinders on job site under same conditions as concrete which they represent.

.5 Non-destructive Methods for Testing Concrete shall be in accordance with CAN/CSAA23.2.

.6 Inspection or testing by Consultant will not augment or replace Contractor quality controlnor relieve him of his contractual responsibility.

Page 91: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 30 00Bastion Street Bridge Renewal and Seismic Retrofit CAST-IN-PLACE CONCRETET-2334-2019 / 2016-2219 Page 11

.7 Concrete failing to meet the requirements to be retested, strengthened or rejected inaccordance with CAN/CSA A23.2. All additional testing, strengthening, and / orreplacement to be at the Contractor's expense.

.8 In the event that air content is outside the specified tolerance range as determined bytesting, the Consultant may accept adjustments to the mix as an alternate to rejection,provided adjustment are made within the maximum time allowed.

.9 No additional water shall be added on site to adjust slump.

.10 Acceptance Testing for Dowels

.1 Carry out all acceptance testing on selected dowels. Testing shall be performedby an independent testing agency acceptable to the Consultant. All requiredrepairs and retesting shall be at the Contractor’s expense.

.2 Carry out testing intermittently as installation proceeds. The Consultant willrandomly select up to 10% of the installed dowels in each work zone for tensile(pull-out) testing. The Consultant will review the installation and testingprogram with the Contractor prior to the start of dowel installation.

.3 Re-instate hooks cut off to facilitate testing using lap splices, couplers or otherapproved means.

.4 Re-install and retest any dowel that fails the test at no expense to the Consultant.

.5 Pull-out tests shall conform to ASTM E488 “Test Methods for Strength ofAnchors in Concrete and Masonry Elements”. Tension dowels to 80% of thespecified minimum yield strength of the dowel. Dowel must hold the load forfive minutes without measurable movement of the dowel.

.6 Testing will be increased to up to 10% of all dowels following a dowel failure, orfollowing the change of any installer contributing to the successful installation ofprevious dowels.

.7 If test results indicate that more than 5% of the selected dowels fail the tensiletest, the Consultant may require the Contractor to carry out tensile testing of alldowels.

END OF SECTION

Page 92: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 30 54Bastion Street Bridge Renewal and Seismic Retrofit CONCRETE BRIDGE DECKST-2334-2019 / 2016-2219 Page 1

Part 1 General

1.1 MEASUREMENT AND PAYMENT

.1 Payment for all work performed under this section will include the supply and placing ofnecessary concrete and will be incidental to payment for work described in other sectionsunless specifically listed otherwise in the Schedule of Quantities and Prices and specifiedhereunder.

.2 Payment for ‘Existing Concrete Deck Scarification’ will be at the lump sum price andwill include all labour, materials and equipment, and concrete disposal off site to removethe existing bridge deck concrete to 10 mm above the existing reinforcing.

.3 Payment for ‘Existing Deck Demolition’ will be at the lump sum price bid. Payment willbe for all labour, materials and equipment required to remove and dispose of the existingaffected deck concrete, all other obstructions, and high-pressure water blast thedemolished areas. Payment shall also be for containment and treatment of thecontaminated water and the removal and disposal of debris from site.

.4 Payment for ‘Link Slab – Pier 1 & 3’ will be at the unit price bid. Payment will includeall labour, materials and equipment required to construct the link slabs includingreinforcing steel, formwork, surface preparation, and bonding agent, as well asreinstatement of existing utilities where required.

.5 Payment for ‘Fibre-reinforced Deck Overlay’ will be by lump sum and will include alllabour, materials and equipment required to perform the Work. Payment shall include:

.1 Preparation and cleaning of sub-deck surface

.2 Supply and application of bonding slurry;

.3 Supply and placing test placement;

.4 Supply, placing, consolidation, finishing and curing of deck surface concreteincluding cement and all admixtures; Payment includes backfill concrete for deckmodifications associated with the Concrete Barrier.

.5 Preparation of all construction joints and control joints;

.6 Removal and replacement or modification of any other obstructions (as required);and

.6 Payment for ‘Partial-depth Deck Repairs’ will be made at the unit bid price. Payment forthe repair will include removal of deteriorated concrete to a depth of 25 mm below therebar mat or to sound concrete, whichever is greater, surface preparation, deck concretefor backfill and for everything supplied and done in connection therewith. Measurementfor payment will be based on the actual measured area of the repairs.

.7 Payment for ‘Concrete Sidewalk Panel Repairs’ will be made at the unit bid price.Payment for the repair will include removal of deteriorated concrete, surface preparation,concrete for backfill, finishing and for everything supplied and done in connectiontherewith. Measurement for payment will be based on the actual measured area of therepairs.

Page 93: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 30 54Bastion Street Bridge Renewal and Seismic Retrofit CONCRETE BRIDGE DECKST-2334-2019 / 2016-2219 Page 2

.8 Payment for ‘Line Painting’ will be made at the lump sum bid price. Payment willinclude all material, equipment and labour required to reinstate existing markings onBastion Street and Terminal Avenue including the roadway and curb-and-gutter.

1.2 REFERENCES

.1 Section 03 30 53 – Cast-in-Place Concrete.

.2 CSA-A23.1, Concrete Materials and Methods of Concrete Construction.

.3 BC Ministry of Transportation and Infrastructure, 2016 Standard Specifications forHighway Construction, Section 501.

1.3 SUBMITTALS

.1 Provide submittals in accordance with Section 01 33 00 – Submittal Procedures andSection 03 30 53 – Cast-in-Place Concrete.

.2 Submit proposed mix design for concrete deck to Consultant for review 10 WorkingDays prior to scheduled placement of concrete.

.3 Submit a detailed plan to Consultant for review 5 Working Days prior commencement ofWork. Plan shall include

.1 Equipment and manpower to be used for the concrete removal.

.2 Deck preparation, placement, finishing and curing of the concrete.

.3 Debris and water containment methods, water source, the distribution system,person(s) responsible for quality control, and staff to maintain the system.

.4 Adjust proposed methods if and as requested by Consultant.

.5 Do not commence work until all methods and procedures have been approved byConsultant.

Part 2 Products

2.1 MATERIALS

.1 In accordance with Section 03 30 53 – Cast-in-Place Concrete.

2.2 MIXES

.1 In accordance with Section 03 30 53 – Cast-in-Place Concrete.

.2 Do not change concrete mix without prior approval of Consultant.

.3 Contractor shall produce test batches of 4.0 m3 volumes on all proposed bridge deck mixdesigns and undertake a test placement. Point of discharge sampling and testing shall becarried out by Contractor to verify the pertinent parameters of the proposed mix design.Test parameters include all required properties of the fresh and hardened concrete,workability and finishability of the mix, strength gain characteristics, including 7 and 28-day compressive strengths

.1 If placement is by pump, concrete shall be sampled and fully tested at both thetruck chute discharge and at the pump discharge locations.

Page 94: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 30 54Bastion Street Bridge Renewal and Seismic Retrofit CONCRETE BRIDGE DECKST-2334-2019 / 2016-2219 Page 3

.2 Batching, haul times and conveyance procedures used for the test batch mustemulate the procedures expected during the actual concrete placement.

.3 Contractor shall be fully responsible for all costs associated with the test batches.Test batch trials that do not meet the specified requirements shall be repeated.

.4 Bonding Slurry: use slurry consisting of one part Type GUL Portland limestone cementand one part masonry sand by mass, mixed with water and superplacticizers to produce athick creamy consistency suitable for spraying. Water to cement ratio not to exceed 0.38by mass.

2.3 EQUIPMENT

.1 Provide steel rail-mounted deck concrete finishing equipment of adequate size and designto permit the complete placement and finishing of the entire bridge deck section, adjustedto suit Contractor’s construction sequence, from one end to the other end of the overlayarea with the prescribed surface finish, without forming and cold joints. Finishingmachines shall have the following properties:

.1 Be screed rail-mounted;

.2 Be machine-operated;

.3 Be capable of forward and reverse motion under positive control;

.4 Have provision for raising screeds to clear previously screeded surfaces whiletravelling in reverse; and

.5 Have machine-mounted strike-off augers.

.2 Suitable vibratory screed finishing equipment shall be submitted to Consultant for reviewand approval.

.3 Provide at least two suitable work bridges to facilitate bull floating, edge finishing withhand tools, correction of defects, tining and fog curing.

.4 The City shall supply water via the nearest fire hydrant as approved by Consultant andthemselves. To protect potable water supply and minimize water consumption,Contractor shall supply a back-flow preventer and follow all City of Nanaimo guidelinesfor hydrant use.

Part 3 Execution

3.1 GENERAL

.1 Do concrete work in accordance with Section 03 30 53 – Cast-in-Place Concrete.

.2 Prior to removal of the existing overlay Contractor shall survey reference profiles of theexisting bridge deck. Contractor shall provide grade profiles to Consultant. Contractorwill also provide Consultant with design finished grade profiles and elevations forreview. Upon approval from Consultant, these profiles and elevations shall be used byContractor to set the screed rails for the deck finishing machine.

3.2 REMOVAL OF BRIDGE DECK CONCRETE

.1 Existing concrete deck surface shall be removed by use of scarification (roto-milling),hydro-demolition or alternate methods acceptable to Consultant over the full length and

Page 95: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 30 54Bastion Street Bridge Renewal and Seismic Retrofit CONCRETE BRIDGE DECKST-2334-2019 / 2016-2219 Page 4

width of the bridge deck. Alternate methods shall meet the requirements as specified forscarification.

.2 If scarified, equipment shall be capable of removal to an accuracy of ± 5 mm. Thescarifying equipment shall produce a surface between 3 mm and 6 mm in amplitude forroughness. The maximum cut will be to within 10 mm of the reinforcing steel. Depth ofscarification will be specified on the drawings or by Consultant. Contractor shall monitorthe total depth of concrete cover to the top mat of reinforcing steel using a pachometer oralternate methods acceptable to Consultant. Readings shall be taken at regular intervalsahead of the scarification.

.3 Contractor shall adjust the rate and depth of concrete removal to ensure that thereinforcing steel is not damaged and the desired scarified profile is achieved. Allreinforcing steel damaged by Contractor’s operations will be replaced at Contractor’sexpense to the satisfaction of Consultant.

.4 Prior to bridge deck removal, all existing expansion joint seals, armouring, and otherimpedances shall be removed.

.5 Provide adequate guards to control overspray or flying debris during scarification, waterblasting, deck washing, and chipping processes.

.6 All areas inaccessible to the scarification equipment shall be prepared by hydro-demolition, grinders or by jackhammers that are limited to a maximum 7 kg.

.7 Concrete shall be removed to approximately 10 mm above the existing deck reinforcingsteel.

.8 Conduct a deck delamination survey, with Consultant, and locally subexcavate alldelaminated concrete by chipping. Subexcavation shall be to a depth of 25 mm below thereinforcing steel mat or to sound concrete, whichever is greater. Locally clean existingreinforcing steel and where there is significant section loss, replace steel, as directed byConsultant.

.9 Water blast the surface of the entire concrete subdeck no earlier than 2 days beforeplacing the concrete overlay. A minimum water blast pressure of 110 MPa (15000 psi) @68 litres/minute shall be applied using a rotating head.

.10 Contractor shall provide full containment and disposal of all debris and shall comply withall applicable environmental and Workers Compensation Act, Occupational Health andSafety Regulations BC requirements.

.11 Contractor shall protect the prepared sub-deck from contaminants until the concreteoverlay is placed.

.12 Vehicle traffic shall not be allowed on the bridge deck after scarification has beencompleted.

3.3 PLACING CONCRETE

.1 Install rigid forms (made of wood or steel) at longitudinal bulkheads in a manner that willmaintain the required boundaries during concrete placement, consolidation and finishing.The longitudinal bulkhead shall be installed near the lane markings. The top of thelongitudinal bulkhead shall be set at the finished deck elevation. Any honeycombing orpoorly consolidated concrete observed after stripping the longitudinal bulkhead shall becut back into the new overlay a minimum of 150 mm.

Page 96: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 30 54Bastion Street Bridge Renewal and Seismic Retrofit CONCRETE BRIDGE DECKST-2334-2019 / 2016-2219 Page 5

.2 Ensure that rate of placing is sufficient to complete proposed placing, finishing andinitiation of curing operations within one single, continuous placing operation; thatexperienced finishing equipment operators and concrete finishers are provided to finishdeck; that curing equipment and finishing tools and equipment are on site and insatisfactory condition for use.

.3 Do not place concrete until rails for support and operation of finishing equipment are inplace and firmly secured.

.1 Rails to be of a type and so installed that no springing or deflection will occurdue to weight of finishing equipment and so located that finishing equipment canoperate without interruption over entire bridge roadway deck being finished.

.2 Extend rails for finishing equipment beyond both ends of scheduled length ofconcrete placement a sufficient distance to permit float of finishing equipment tofully clear concrete to be placed.

.3 Set rails or headers to elevations, with allowance for anticipated settlement,camber, and deflection of falsework, as required to obtain a bridge roadway decktrue to required grade and cross section. To confirm the adjustment of thefinishing equipment and guide rails, the screed shall be dry run in the presence ofConsultant and clearance measurements taken at each point and provided toConsultant. Resetting of the equipment and/or guide rails shall be made asnecessary to achieve an acceptable dry run. Adjustment to the equipment or therails shall not be made after an acceptable “dry-run” is complete withoutConsultant.

.4 Do not place overlay concrete if rain, strong winds or otherwise unsuitable weather isforecast. Alternatively, provide tenting or hoarding to protect the freshly poured concretefrom the unsuitable weather. Protect the freshly placed concrete overlay from drying asdetailed in CAN/CSA A23.1.

.5 Immediately prior to placing, check falsework and wedges and make necessaryadjustments.

.6 Deck areas to be overlain are to be re-cleaned with a minimum of 35 MPa (5,000 psi)water blast. The surface shall be continuously wet for 3 hours before the bonding slurryis applied, and all free water must be removed to obtain a Saturated Surface Dry surfacejust prior to bonding slurry application.

.7 Apply cementitious bonding slurry ahead of concrete placing. The bonding slurry shall beapplied by spraying just ahead of the concrete placing operation. At no time shall thebonding slurry be placed more than 3 m in front of the advancing concrete, nor shall thebonding slurry be allowed to sit on the deck surface for more than 15 minutes. In theevent that the bonding slurry does dry, Contractor shall hose the bonding slurry off of thedeck while preventing any contamination of the concrete being placed and replace dryslurry before concrete is placed.

.8 The spraying equipment used to apply the bonding slurry shall produce an even coatingsufficiently thick to appear uniformly moist and it shall not run or puddle. Consultantshall determine whether areas require re-spraying. The equipment utilized shall propelthe bonding slurry at sufficient velocity that no air voids exist between the deck and thebonding slurry. The bonding slurry shall be frequently re-mixed as it is being used andshall not be older than 30 minutes. Contractor shall use a stiff bristle broom to removeexcess sprayed bonding slurry from the deck rebar and deck surface. Contractor shall

Page 97: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 30 54Bastion Street Bridge Renewal and Seismic Retrofit CONCRETE BRIDGE DECKST-2334-2019 / 2016-2219 Page 6

ensure that the bonding slurry is evenly dispersed and coats the full area of the concretedeck surface below the grillage of rebar. The use of the stiff bristle broom may benecessary to ensure that this is achieved. The slurry must not exceed 3 mm in depth.

.9 Place concrete in a uniform heading normal to structure centreline. Limit rate of placingto that which can be finished before beginning of initial set.

.10 Deliver concrete to the final point of placement in a manner that prevents segregation ofthe concrete and does not contaminate the prepared surface.

.11 Fully consolidate concrete by means of a finishing equipment that incorporates avibratory action, augmented by a minimum of two hand held vibrators for consolidatingconcrete at edges.

.12 If concrete placement is stopped for longer than 30 minutes, install a bulkhead to preparea construction joint if so instructed by Consultant.

.13 Immediately after concrete has been placed and consolidated, strike off surface. Correctimmediately any improper adjustment and operation which results in unsatisfactoryconsolidation and smoothness. Unsatisfactory performance may be cause for rejection ofequipment and removal of concrete in place.

.14 Following completion of strike off by hand methods, float roadway slab surfacelongitudinally to a smooth uniform surface with hand operated wood float boards 3.5 to 5m long, minimum 25 mm thick, minimum 200 mm wide, ribbed and trussed as necessaryto provide a rigid float, and equipped with adjustable handles at each end. Provideadjusting screws spaced at maximum 600 mm centres between float board and rib.Maintain float board true to line and free of twist.

.15 Use floats to remove roughness and minor irregularities left by finishing equipment andto seal concrete surface to approval of Consultant. Excessive working of surface is notpermitted.

.16 Adjust rails or headers as necessary to correct for settlement or deflection which occurduring finishing operations. Operate finishing floats from transverse bridges that spanarea being floated. Provide sufficient number of work bridges to permit operation offloats without undue delay.

3.4 FINISHING

.1 Finishing bridge deck slab: when concrete has hardened sufficiently to preventdislodgement of coarse aggregate particles, give surface a uniform transverse tined finishfree from porous spots, irregularities, depressions, small pockets or rough spots.

.2 Finishing sidewalk slab: when concrete has hardened sufficiently to prevent dislodgementof coarse aggregate particles, give surface a uniform transverse broomed finish, oralternative finishing method approved by Consultant, free from porous spots,irregularities, depressions, small pockets or rough spots.

.3 Finish surface to within 3 mm in 3 m from line, level or grade as measured with a straightedge placed on surface.

.4 If flatness is unacceptable and in a 4-10 mm tolerance range, grind the surface ofhardened concrete and restore tining with grooving equipment to provide a skid resistantsurface. For deviation from flatness greater than 10 mm, remove and replace concrete

Page 98: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 03 30 54Bastion Street Bridge Renewal and Seismic Retrofit CONCRETE BRIDGE DECKST-2334-2019 / 2016-2219 Page 7

using procedures as specified for unsound concrete in this specification, or as acceptableto Consultant, at the expense of Contractor.

3.5 PROTECTION AND CURING

.1 Concrete temperature shall not exceed 17ºC at time of placement.

.2 For concrete placed when ambient air temperature is below 5ºC comply with the coldweather requirements of CAN/CSA-A23.1. Concrete shall not be placed when theambient temperature exceeds 25ºC. Concrete more than 45 minutes old shall be rejected.

.3 Unformed surfaces: cure with burlap and water. Carefully place two layers of dampburlap on the surface of the concrete as soon as practicable following placement. Overlapeach strip by at least 75 mm and secure against displacement by wind. Maintain burlap inplace and keep thoroughly and continuously wet for seven days after day of placing.Provide misting as described in CAN/CSA A23.1 and according to CAN/CSA A23.1Appendix D. Do not use a membrane curing agent.

.4 Formed surfaces: if formwork is left in place for seven days or more, no additional curingwill be required. If formwork is removed in less than seven days, cure in mannerspecified for unformed surfaces for remainder of seven-day period.

.5 During curing period uncover only such areas as are immediately needed for finishtreatment. Recover and continue curing.

.6 The overlay shall attain a minimum strength of at least 30 MPa before removal of theburlap and opening to traffic. All other requirements of seven-day curing shall be adheredto.

END OF SECTION

Page 99: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 05 50 00Bastion Street Bridge Renewal and Seismic Retrofit METAL FABRICATIONST-2334-2019 / 2016-2219 Page 1

Part 1 General

1.1 MEASUREMENT AND PAYMENT

.1 Payment for all work performed under this section will be incidental to payment for workdescribed in other sections unless specifically listed otherwise in the Schedule ofQuantities and Prices and specified hereunder.

.2 Payment for ‘Compression Seal – Pier 1 & 3’ will be at the unit bid price. Payment shallinclude all submittals, supply of materials including elastomeric seal. Payment shall alsoinclude concrete demolition, removal of existing deck joint hardware, replacementconcrete, disposal of all removed materials and debris, and reinstatement of existingutilities where required. Measurement for payment will be based on the actual number ofseals installed.

.3 Payment for ‘Expansion Joint Replacement – Pier 2’ will be at the unit bid price.Payment shall include all submittals, supply of materials including armouring, connectionhardware and elastomeric seal. Payment shall also include concrete demolition, removalof existing deck joint hardware, replacement concrete, disposal of all removed materialsand debris, and reinstatement of existing utilities where required. Measurement forpayment will be based on the actual number of deck joints installed.

.4 Payment for ‘Expansion Joint Replacement – Abutments’ will be at the unit bid price.Payment shall include all submittals, supply of materials including armouring, connectionhardware and elastomeric seal. Payment shall also include concrete demolition, removalof existing deck joint hardware, replacement concrete, disposal of all removed materialsand debris, and replacement of existing utilities where required. Measurement forpayment will be based on the actual number of deck joints installed.

.5 Payment for ‘Steel Bracing’ will be at the unit bid price. Payment shall include allsubmittals, supply of materials including anchorage hardware, fabrications andinstallation. Measurement for payment will be based on the actual number of steel bracesinstalled.

.6 Payment for ‘Gateway Signage (Overhead and Wayfinding)’ will be at the unit bid price.Payment shall include all submittals, supply of materials including anchorage hardware,fabrications, finishes, water-jet cutting, and installation. Measurement for payment willbe based on the actual number of gateway signs installed.

.7 Payment for ‘Steel Mounting Plates’ will be at the unit bid price. Payment shall includeall submittals, supply of materials including anchorage hardware, fabrications, finishes, ,and installation. Measurement for payment will be based on the actual number of steelmounting plates installed

1.2 REFERENCES

.1 American Society for Testing and Materials (ASTM)

.1 ASTM A53/A53M, Standard Specification for Pipe, Steel, Black and HotDipped, Zinc Coated Welded and Seamless.

.2 ASTM A123/A123M, Standard Specification for Zinc (Hot-Dip Galvanized)Coatings on Iron and Steel Products

Page 100: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 05 50 00Bastion Street Bridge Renewal and Seismic Retrofit METAL FABRICATIONST-2334-2019 / 2016-2219 Page 2

.3 ASTM A153/A153M, Standard Specification for Zinc Coating (Hot-Dip) on Ironand Steel Hardware

.4 ASTM A193 / A193M, Standard Specification for Alloy-Steel and StainlessSteel Bolting for High Temperature or High Pressure Service and other SpecialPurpose Applications.

.5 ASTM A269, Standard Specification for Seamless and Welded AusteniticStainless Steel Tubing for General Service.

.6 ASTM A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000PSI Tensile Strength.

.7 ASTM A385, Standard Practice for Providing High-Quality Zinc Coatings (Hot-Dip)

.8 ASTM A563/ A563M, Standard Specification for Carbon and Alloy Steel Nuts

.9 ASTM B499, Standard Test Method for Measurement of Coating Thicknesses bythe Magnetic Method: Nonmagnetic Coatings on Magnetic Basis Metals

.10 ASTM B695, Standard Specification for Coatings of Zinc MechanicallyDeposited on Iron and Steel

.11 ASTM D257, Standard Test Methods for DC Resistance or Conductance ofInsulating Materials

.12 ASTM D7803, Standard Practice for Preparation of Zinc (Hot-Dip Galvanized)Coated Iron and Steel Product and Hardware Surfaces for Powder Coating

.13 ASTM B695, Standard Specification for Coatings of Zinc MechanicallyDeposited on Iron and Steel

.14 ASTM F436/F436M, Standard Specification for Hardened Steel Washers Inchand Metric Dimensions

.15 ASTM F3125/F3125M, Standard Specification for High Strength StructuralBolts, Steel and Alloy Steel, Heat Treated, 120 ksi (830 MPa) and 150 ksi (1040MPa) Minimum Tensile Strength, Inch and Metric Dimensions.

.16 ASTM Practice A 143, Standard Practice for Safeguarding AgainstEmbrittlement of Hot-Dip Galvanized Structural Steel Products and Procedurefor Detecting Embrittlement

.2 American Welding Society (AWS)

.1 AWS A5.4/A5.4M, Specification for Stainless Steel Electrodes for ShieldedMetal Arc Welding

.2 AWS D1.6/D1.6M, Structural Welding Code -Stainless Steel

.3 Canadian Standards Association (CSA)

.1 CSA G40.20/G40.21, General Requirements for Rolled or Welded StructuralQuality Steel/Structural Quality Steel.

.2 CSA S16, Design of Steel Structures.

.3 CSA S6, Canadian Highway Bridge Design Code.

.4 CSA W47.1, Certification of companies for fusion welding of steel

.5 CSA W48, Filler Metals and Allied Materials for Metal Arc Welding (developedin cooperation with the Canadian Welding Bureau).

.6 CSA W59, Welded Steel Construction (Metal Arc Welding).

Page 101: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 05 50 00Bastion Street Bridge Renewal and Seismic Retrofit METAL FABRICATIONST-2334-2019 / 2016-2219 Page 3

.7 CSA W178.2, Certification of welding inspectors.

.4 Health Canada / Workplace Hazardous Materials Information System (WHMIS)

.1 Material Safety Data Sheets (MSDS).

.5 The Master Painters Institute (MPI).

.1 Architectural Painting Specification Manual.

1.3 SUBMITTALS

.1 Provide submittals in accordance with Section 01 33 00 - Submittal Procedures.

.2 Product Data

.1 Submit manufacturer's instructions, printed product literature and data sheets forsections, plates, bolts, and joints, and include product characteristics,performance criteria, physical size, finish and limitations.

.3 Shop Drawings

.1 Submit drawings to Consultant for review 10 Working Days prior to fabrication.

.2 Indicate materials, core thicknesses, finishes, connections, joints, method ofanchorage, number of anchors, supports, reinforcement, details, and accessories.

.4 Welding procedures

.1 Submit welding procedures, including welding procedure datasheets, for eachtype of weld proposed. The welding procedures shall bear the approval of theCanadian Welding Bureau (CWB) and be reviewed and accepted by Consultant aminimum of 5 Working Days prior to shop welding and 15 Working Days priorto the commencement of field welding.

1.4 SAMPLES

.1 Provide sample and sample number of each finish to be used on project to Consultant.

.2 Provide powder coat colour sample to Consultant, per Section 2.3.5

1.5 QUALITY CONTROL

.1 Test Reports: Submit certified test reports showing compliance with specifiedperformance characteristics and physical properties.

.2 Certifications: Submit product certificates signed by manufacturer certifying materialscomply with specified performance characteristics and criteria and physical requirements.

.3 Notify and submit a fabrication schedule to Consultant at least 10 Working Days beforefabrication commences. Allow Consultant access to all parts of the Work, and supplysuch information and assistance as is required. Provide samples of any materials whenrequested by Consultant. Inspection by Consultant shall not relieve the Contractor fromobligation to perform the work in accordance with the Contract.

.4 Retain and pay for an independent qualified inspection company to complete in-plantfabrication inspection. The inspection company will:

.1 Verify that the correct materials are incorporated into the structure.

.2 Complete all non-destructive weld testing.

Page 102: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 05 50 00Bastion Street Bridge Renewal and Seismic Retrofit METAL FABRICATIONST-2334-2019 / 2016-2219 Page 4

.3 Upon completion of the fabrication, provide a report summarizing the workcompleted including summaries of all inspection work completed.

.5 Welding inspectors are to be qualified by the CWB to the requirements of CSA W178.2.

.6 Perform, as a minimum, the following non-destructive testing of all welds:

.1 Visual inspection of all welds.

.2 Magnetic particle inspection of fillet welds, as follows:

.3 Submerged-arc welds: 25%.

.4 Semi-automatic welds: 50%.

.5 Manual welds: 100%.

.7 Consultant, at their discretion, may complete independent quality assurance inspection(s).Provide suitable access to allow these inspection(s) to be completed included moving andsupporting components as required. Consultant will attempt to schedule non-destructivetesting so as not to interfere with the progress of the work. Cost of re-inspection afterdefects are repaired shall be borne by the Contractor. Consultant's quality assuranceinspection(s) will not absolve the Contractor of its responsibility for the quality control ofthe Work nor for completing the Work in accordance with the requirements of theContract.

.8 Correct any welding work found to be unacceptable in accordance with CSA W59.

.9 In the fabricator's plant, the specification and grade of steel used for main components areto be identified by use of suitable markings or recognized colour coding. Cut pieces thatare identified by piece mark and contract number need not continue to carry specificationidentification markings when it has been established that such pieces conform to therequired material specifications.

1.6 DELIVERY, STORAGE AND HANDLING

.1 Deliver, store and handle materials in accordance with manufacturer's writteninstructions.

.2 Delivery and Acceptance Requirements

.1 Deliver materials to site in original factory packaging, labelled withmanufacturer's name and address.

.3 Storage and Handling Requirements

.1 Store materials off ground, in dry location, and in accordance withmanufacturer's recommendations in clean, dry, well-ventilated area. Keep freefrom dirt and other foreign matter and protect as far as practicable fromcorrosion. Support long members on skids placed near enough together toprevent injury from deflection.

.2 Replace defective or damaged materials with new.

Part 2 Products

2.1 MATERIALS

.1 Miscellaneous metal, angles, channels, plates: to CSA G40.20/G40.21, Grade 300W.

Page 103: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 05 50 00Bastion Street Bridge Renewal and Seismic Retrofit METAL FABRICATIONST-2334-2019 / 2016-2219 Page 5

.2 Steel sections and plates: to CSA G40.20/G40.21, Grade 300W unless otherwiseindicated on Drawings.

.3 Hollow structural sections (HSS): to CSA G40.20/G40.21, Grade 350W unless otherwiseindicated on Drawings.

.4 Anchor rods: to ASTM A193, Grade B7 (Fy = 725 MPa, Fu = 860 MPa)

.5 Maximum steel boron content not to exceed 0.0008%.

.6 Welding materials: to CSA W59 and certified by CWB.

.7 Welding electrodes except for stainless steel: to CSA W48 Series and certified by CWB.

.8 Stainless steel welding electrodes: to AWS A5.4/A5.4M or otherwise approved byConsultant

.9 Bolts, rods and anchor bolts: as indicated on Drawings.

.10 Washers: to ASTM F436/F436M

.11 Nuts: to ASTM A563/ A563M

2.2 FABRICATION

.1 Welding shall be undertaken by a company approved by the CWB to the requirements ofCSA W47.1, Division 3 or better. Provide evidence that all welders and all weldingoperators to be employed on the work are currently qualified by CWB in the processes inwhich they are to be employed.

.2 Fabricate work square, true, straight and accurate to required size, with joints closelyfitted and properly secured.

.3 Where possible, fit and shop assemble work, ready for erection.

.4 Ensure exposed welds are continuous for length of each joint. File or grind exposedwelds smooth and flush.

2.3 FINISHES

.1 All steel work except stainless steel as indicated on the design drawings shall begalvanized after the fabrication unless noted otherwise on design drawing or in thisdocument.

.2 Galvanizing

.1 Hot dipped galvanizing to ASTM A123/A123M, ASTM A153/A153M andASTM A385 and ASTM B695.

.2 Safeguard against embrittlement as required in ASTM Practice A 143.

.3 Upon request by Consultant, provide tests for embrittlement outlined in ASTMA143.

.4 Chemical composition of steel being galvanized shall be as follows:.1 Carbon less than 0.25%.2 Phosphorus less than 0.04%.3 Manganese less than 1.3%.4 Silicon less than 0.04% or between 0.15% and 0.22%

Page 104: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 05 50 00Bastion Street Bridge Renewal and Seismic Retrofit METAL FABRICATIONST-2334-2019 / 2016-2219 Page 6

.5 For steel not meeting these chemical composition requirements, develop specialgalvanizing techniques to ensure that the specified coating thickness andadherence is achieved. A detailed description of the special techniques shall besubmitted to Consultant for review 2 weeks prior to galvanizing.

.6 Treat all steelwork to be metallized, after complete fabrication in accordancewith the current SSPC-CS23.00/AWS C2.23M/NACE No. 12. The zinc coatingshall not be less than 0.3 mm in thickness.

.3 Zinc Rich Primer Coating

.1 Zinc rich primer shall be in accordance with CAN/CGSB 1.181 or MPIEXT 5.2C.

.2 Application rate of zinc rich primer shall be heavy.

.3 Use primer unadulterated, as prepared by the manufacturer. Paint on drysurfaces, free from rust, scale, and grease. Paint when temperature isminimum 7 degrees C.

.4 Metal Painting

.1 All exposed fabricated metal pieces for pier braces to be painted in accordancewith Section 09 91 99S – Painting Exterior Metal Surfaces, including HSS,angles, plates, nuts, bolts, washers and associated hardware.

.2 Shop Coating: in accordance with Section 09 91 99 – Painting Exterior MetalSurfaces.

.3 Field Coating: in accordance with Section 09 91 99 – Painting Exterior MetalSurfaces.

.5 Powder Coating

.1 All exposed fabricated metal pieces for gateway signage and steel mountingplates to be powder-coated, including plates, nuts, bolts, washers, stand-offmounts, and associated hardware.1 Prepare all hot-dip galvanized parts and pieces per ASTM D7803 prior to

powder coating.2 Powder coat colour to be RAL #7011 Iron Gray or approved equal.3 The coating shall have a minimum volume resistivity of 1.3 x 1015 ohm.cm

when tested at 73oF as outlined in ASTM D257.4 All metal parts shall be clean and free of burrs or sharp edges prior to application

of coating.5 Powder coat to a thickness of 15 mils plus or minus 5 mils (0.35mm to 0.5mm as

determined by the testing method outlined in ASTM B499)..6 If powder coating on attachments including nuts, washers, and bolt heads is

damaged during installation or maintenance, field-paint with acrylic top-coat tomatch colour RAL #7011 Iron Gray, to ensure continuous coverage.

Page 105: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 05 50 00Bastion Street Bridge Renewal and Seismic Retrofit METAL FABRICATIONST-2334-2019 / 2016-2219 Page 7

Part 3 Execution

3.1 ERECTION

.1 Do welding work in accordance with CSA W59 unless specified otherwise. Fieldwelding will only be permitted as shown on Approved shop drawings.

.2 Do welding work of stainless steel in accordance with AWS D1.6/AWS D1.6M.

.3 Use low hydrogen filler, fluxes and low hydrogen welding practices throughout.

.4 Field welding

.1 When the ambient air temperature is below 10 °C, all material to be welded shallbe preheated to 100 °C for a distance of 80 mm beyond the weld and shall besheltered from the wind. When the ambient air temperature is below 0 °C,welding will not be permitted unless hoarding and heating acceptable toConsultant is provided.

.2 Welders shall be CWB approved in the applicable category. Their qualificationsshall be current and available for examination by Consultant upon request.

.5 Ensure exposed welds are continuous for length of each joint. File or grind exposedwelds smooth and flush.

.6 Erect metalwork square, plumb, straight, and true, accurately fitted, with tight joints andintersections.

.7 Provide suitable means of anchorage acceptable to Consultant such as dowels, anchorclips, bar anchors, expansion bolts and shields, and toggles.

.8 Exposed fastening devices to match finish and be compatible with material throughwhich they pass.

.9 Supply components for work by other trades in accordance with shop drawings andschedule.

.10 Make field connections as shown on shop drawings.

.11 Deliver items over for casting into concrete together with setting templates to appropriatelocation and construction personnel.

.12 All field welds and other damage in galvanized coatings shall be shall be thoroughlycleaned and painted with two coats of organic and zinc-rich paint.

3.2 PROTECTION

.1 Protect installed products and components from damage during construction.

.2 Repair damage to adjacent materials caused by metal fabrications installation.

END OF SECTION

Page 106: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 05 83 20Bastion Street Bridge Renewal and Seismic Retrofit BEARING ASSEMBLIEST-2234-2019 / 2016-2219 Page 1

Part 1 General

1.1 MEASUREMENT AND PAYMENTS

.1 Payment for all work performed under this section will be incidental to payment for workdescribed in other sections unless specifically listed otherwise in the Schedule ofQuantities and Prices and specified hereunder.

.2 Payment for ‘Bearing Replacement – Type 1’ and ‘Bearing Replacement – Type 2’ willbe at the unit bid price. Payment shall include all labour, materials and equipmentrequired to remove and replace the bearing assemblies. Payment will also include allsubmittals, fabrication, testing and installation of bearings, removal and disposal ofexisting bearings and dowels, temporary works, and jacking.

1.2 REFERENCES

.1 American Association for State Highway and Transportation Officials (AASHTO):

.1 AASHTO LRFD Bridge Design Specifications

.2 AASHTO LRFD Bridge Construction Specifications

.3 American Iron and Steel Institute (AISI)

.4 American Society for Testing and Materials (ASTM):

.5 ASTM A53/A53M, Standard Specification for Pipe, Steel, Black and HotDipped, Zinc Coated Welded and Seamless.

.6 ASTM A123/A123M, Standard Specification for Zinc (Hot-Dip Galvanized)Coatings on Iron and Steel Products

.7 ASTM A153/A153M, Standard Specification for Zinc Coating (Hot-Dip) on Ironand Steel Hardware

.8 ASTM A240/A240M, Standard Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for GeneralApplications

.9 ASTM A385, Standard Practice for Providing High-Quality Zinc Coatings (Hot-Dip)

.10 ASTM A563/ A563M, Standard Specification for Carbon and Alloy Steel Nuts

.11 ASTM D429, Standard Test Methods for Rubber Property—Adhesion to RigidSubstrates

.12 ASTM F3125/F3125M, Standard Specification for High Strength StructuralBolts, Steel and Alloy Steel, Heat Treated, 120 ksi (830 MPa) and 150 ksi (1040MPa) Minimum Tensile Strength, Inch and Metric Dimensions.

.13 ASTM F436/F436M, Standard Specification for Hardened Steel Washers Inchand Metric Dimensions

.14 ASTM Practice A 143, Standard Practice for Safeguarding AgainstEmbrittlement of Hot-Dip Galvanized Structural Steel Products and Procedurefor Detecting Embrittlement.

.2 Canadian Standards Association (CSA):

Page 107: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 05 83 20Bastion Street Bridge Renewal and Seismic Retrofit BEARING ASSEMBLIEST-2234-2019 / 2016-2219 Page 2

.1 CSA G40.20/G40.21- General requirements for rolled or welded structuralquality steel / Structural quality steel.

.2 CSA S6, Canadian Highway Bridge Design Code.

.3 CSAW59, Welded Steel Construction, (Metal Arc Welding).

.4 CSA Wl78.2, Certification of welding inspectors.

.3 NACE International

.1 NACE No. 12/AWS C2.23M/SSPC CS 23, Specification for the Application ofThermal Spray Coatings (Metallizing) of Aluminum, Zinc, and Their Alloys andComposites for the Corrosion Protection of Steel.

.4 BC Ministry of Transportation and Infrastructure:

.1 Recognized Products List

1.3 SUBMITTALS

.1 Provide submittals in accordance with Section 01 33 00 - Submittal Procedures.

.2 Product Data

.1 Submit manufacturer's instructions, printed product literature and data sheets forbearings, and include product characteristics, performance criteria, physical size,finish and limitations. Include the name and address of the manufacturer.

.3 Shop Drawings

.1 Submit drawings to Consultant for review 10 Working Days prior to fabrication.Shop drawings shall be prepared and sealed by a professional engineer registeredin the Province of British Columbia and experienced in the design of elastomericbearings.

.2 Indicate geometry, all components, load capacities, materials, finishes,connections, method of anchorage, details, and accessories.

.3 Submit shop drawings and weld procedures for all bearing assemblies toConsultant for review at a minimum of 10 Working Days prior to fabrication.Shop drawings shall show all details of the bearing assemblies and of thematerial proposed for use.

.4 Provide elastomeric test data, and mill certificates for all bearing tests carried outfor review at a minimum of 5 Working Days prior to fabrication.

.5 Provide fabrication inspection report and test reports for all bearing tests carriedout for review at a minimum of 5 Working Days prior to installation

.4 Installation Plans and Procedure

.1 Contractor shall design, supply, install, and remove the temporary works,shoring, and jacking system required to perform the bearing replacement work.Submit one electronic copy of the detailed installation plan and procedureincluding temporary works at a minimum 10 Working Days prior to the start ofthe installation of the temporary work.

.2 The detailed jacking plan and procedure shall include confirmation that theexisting structure is capable of carrying the loads under all temporary conditions.

Page 108: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 05 83 20Bastion Street Bridge Renewal and Seismic Retrofit BEARING ASSEMBLIEST-2234-2019 / 2016-2219 Page 3

.3 The detailed jacking plan and procedure, including drawings and equipmentdesigns, shall be sealed by a Professional Engineer registered in the Province ofBritish Columbia and experienced in the design of temporary works.

.5 The following records shall be obtained by Contractor, retained in Contractor's recordsand submitted to Consultant:

.1 Evidence that the Manufacturer has at least 5 years’ experience in manufacturingbearings comparable with those required for the Works.

.2 Shop Drawings of the bearings

.3 Full details of method of installation for the bearings, including details of pre-setting requirements and temporary supports.

.4 Program of manufacture, testing and delivery, including the name, address andaccreditation of the testing laboratory.

.5 Certificates.1 Certificates as specified in the standards in respect of the specified

materials or specified as approve otherwise..2 Certificates for all materials used in the manufacture of bearings shall be

obtained from the manufacturers or suppliers. These shall state the typeand grade of material, the relevant standard and the results of all testscarried out.

Part 2 Products

2.1 MATERIALS

.1 Elastomer: natural rubber (polyisoprene) to CSA S6, clause 11.6.6.2.2 and Table 11.5.

.2 Stainless steel bevel plates: to ASTM A240/A240M, Grade 304.

.3 Steel shims in bearing pad: to CSA G40.21 M, Grade 230W

.4 Other steel plates: to CSA G40.21 M, Grade 300W

.5 The minimum nominal thickness of steel shims used to reinforce elastomer componentsshall be 3 mm.

.6 Maximum steel boron content not to exceed 0.0008%.

.7 All materials shall be new and unused.

2.2 FABRICATION

.1 Elastomeric bearing pads shall be molded as a single piece, separate layers are notallowed. Moulds shall have a smooth surface finish.

.2 Except as noted, all bearing fabrication tolerances shall be in accordance with AASHTOLRFD Bridge Construction Specifications, Table 18.1.4.2-1, Clause 11.6 of CSA S6 andthe AASHTO M251-06-UL. In case of inconsistencies, the most stringent criterion shallapply.

.3 Minimum cover of elastomer over the edges of reinforcing plates to be 6 mm

Page 109: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 05 83 20Bastion Street Bridge Renewal and Seismic Retrofit BEARING ASSEMBLIEST-2234-2019 / 2016-2219 Page 4

.4 Installation tolerances: to Section 18.2 of AASHTO LRFD Bridge ConstructionSpecifications.

.5 All bearings shall be uniquely numbered and indelibly marked to ensure that they arecorrectly located and orientated in the Works. A schedule of unique bearing numbersshall be provided identifying the intended location of the bearing within the Works. Thisschedule shall be updated as installation proceeds as necessary to provide an as installedrecord.

2.3 FINISHES

.1 All exposed steel surfaces shall be galvanized after the fabrication unless noted here inthis document or on the Drawings.

.2 Galvanizing:

.1 Hot dipped galvanizing to ASTM A123/A123M, ASTM A153/A153M andASTM A385 and ASTM B695.

.2 Safeguard against embrittlement as required in ASTM Practice A 143.

.3 Upon request by Consultant, provide tests for embrittlement outlined in ASTMA143.

.4 Chemical composition of steel being galvanized shall be as follows:.1 Carbon less than 0.25%.2 Phosphorus less than 0.04%.3 Manganese less than 1.3%.4 Silicon less than 0.04% or between 0.15% and 0.22%

.5 For steel not meeting these chemical composition requirements, develop specialgalvanizing techniques to ensure that the specified coating thickness andadherence is achieved. A detailed description of the special techniques shall besubmitted to Consultant for review 10 Working Days prior to galvanizing.

.6 Metallize all steelwork, after complete fabrication in accordance with the currentSSPC-CS23.00/AWS C2.23M/NACE No. 12. The zinc coating shall not be lessthan 0.3 mm in thickness.

2.4 TESTING

.1 Testing requirements for bearings shall be in accordance with CSA-S6 and the additionalrequirements specified herein. Requirements for the testing bearings that are notaddressed in these Specifications will be in accordance with AASHTO LRFD BridgeConstruction Specifications.

.2 Production Bearing Sampling and Testing

.1 Production bearing sampling and testing shall be performed in accordance withAASHTO LRFD Bridge Construction Specifications, Section 18.3.4.

.2 Bearing pads shall be from the current Recognized Products List of the Ministryof Transportation and Infrastructure.

.3 Each bearing shall be visually examined both during and after testing. Anyresultant defects, such as bond failure or physical destruction, shall be cause forrejection. Defects such as permanently extruded or severely deformed elastomer

Page 110: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 05 83 20Bastion Street Bridge Renewal and Seismic Retrofit BEARING ASSEMBLIEST-2234-2019 / 2016-2219 Page 5

or cracked steel shall also be cause for rejection. Minor deformations in theelastomer are allowed.

.3 Nondestructive Testing on All Bearings - Compression Test

.1 Test each bearing as follows using a concentric compression load:.1 The testing machine used shall have platens at least 20 mm greater in

both plan dimensions than the bearing under test..2 At least two dial gauge micrometers shall be positioned at the centres of

opposite sides of the bearing to measure deformation. When bearings aretested in single vertical stacks, a steel plate shall separate the bearingsand a set of dial gauge micrometers shall be installed for each bearing.

.3 The bearing shall be loaded at the rate of 1.5 MPa/minute to a load of 7.5MPa multiplied by the gross plan area. The deformations shall berecorded.

.4 The load shall be reduced at the same rate until the pressure on thebearing is 1.5 MPa, and the deformations recorded.

.5 The load on the bearing shall be maintained at 1.5 MPa for 15 minutes,and the deformations shall be recorded.

.6 The bearing shall be reloaded to 7.5 MPa, and steps (d) to (e) shall berepeated.

.7 The bearing shall be reloaded to 10 MPa with deformations beingrecorded after each 1 MPa increment.

.8 A graph of the pressure versus average deformation with data recorded in(7) shall be developed.

.4 The rates of loading specified in steps (3) and (4) also apply to steps (6) and (7).

.5 A bearing shall be rejected based on the following deficiencies

.1 If it displays bulging patterns under compression load which indicate laminateplacement which does not satisfy design criteria and manufacturing tolerances orpoor laminate bond.

.2 If it has more than two surface cracks which are greater than 2 mm long and 2mm deep.

.3 If the compressive deformation exceeds 7% of the total elastomeric thickness ofthe bearing during the application of the sum of the vertical serviceability loadsshown on the Drawings; and

.4 If it does not meet the specified tolerances.

.6 Peel Test

.1 Peel tests between elastomer and steel plates:.1 Perform peel strength tests in accordance with ASTM D429 Method B..2 Conduct a peel test of a randomly selected specimen for bond between

upper bevel plate and bearing pad..3 Conduct a peel test of a randomly selected specimen for bond of steel

shims within bearing pad.4 If a test fails, all bearings of the respective or similar bearing type and/or

the same production series will be rejected.

Page 111: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 05 83 20Bastion Street Bridge Renewal and Seismic Retrofit BEARING ASSEMBLIEST-2234-2019 / 2016-2219 Page 6

2.5 TEMPORARY WORKS

.1 Contractor is responsible for the design of temporary supports including foundations.

.2 The design anticipates the girders will be supported on the underside of the girderimmediately in front of the area of concrete to be removed or under the girdersimmediately in front of the piers to allow bearing replacement. Provide bracing at supportpoint to address non-level bearing surface. Do not alter the profile of the existing girders.Temporary works shall consider lateral stability with the bearings removed.

.3 Other jacking locations shall be subject to approval by Consultant.

.4 Confirm that existing structure can carry loads during temporary support of thesuperstructure.

.5 Provide report signed and sealed by a Professional Engineer registered in the Province ofBritish Columbia. As a minimum, the report shall include assumptions, evaluation resultsand confirmation that structure is stable during temporary support. This confirmation isrequired also if the jacking locations suggested in 2.5.2 are used. Provide report at aminimum 10 Working Days prior to starting jacking work.

.6 Contractor is advised that the jacking system may require installation of a temporarysupporting system supported off the ground or off the pier cap.

.7 If the girders are jacked vertically, all girders in the cross-section shall be raised andlowered simultaneously. It is the intent not to raise the superstructure during bearinginstallation, but to maintain the superstructure elevation during bearing replacement.Maximum jacking deflection shall be 5 mm vertically.

.8 At Pier 2, all girders in Spans 2 and 3 shall be raised simultaneously.

.9 All bearings shall be replaced prior to casting deck concrete.

.10 The temporary works design shall account for thermal movement and live loads.

.11 For temporary supports connected to the existing pier, remove all components afterconstruction and make good the existing surfaces to the satisfaction of Consultant.

Part 3 Execution

3.1 GENERAL

.1 Bridge bearings shall be stored clear of the ground and standing water on supports and ina manner acceptable to the manufacturer such that damage, deformation, deterioration orcontamination of the bearings does not occur. When placed bearings shall be dry, clean,and free from dirt, oil, grease, or other foreign substances.

.2 Adjust bearings as necessary to account for the temperature at time of installation andfuture movements of the bridge due to temperature changes and release of falsework.Make adjustments if bearings installed outside of a temperature range between 5 and 25degrees. All adjustments shall be approved by Consultant.

.3 Bearings shall be set to the dimensions and offsets shown on the Drawings, and shall beadjusted as necessary to account for the temperature at time of installation and futuremovements of the bridge due to temperature changes, release of falsework, etc.

Page 112: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 05 83 20Bastion Street Bridge Renewal and Seismic Retrofit BEARING ASSEMBLIEST-2234-2019 / 2016-2219 Page 7

.4 Installation tolerances shall be in accordance with the AASHTO LRFD Bridge DesignSpecifications.

.5 The bearing manufacturer shall provide technical representation on Site at appropriatetimes during the installation of bearings, as required by Contractor.

.6 Temporary clamping devices, if any, shall be removed from the bearing after installationso as to avoid damage being caused to the bearing by movement of the supportedstructure.

.7 Once installed, bearings shall be suitably protected to prevent damage, deformation,deterioration or contamination of the bearings occurring as a result of subsequentconstruction activities.

.8 Touch up any damage to the coating of the bearing plates during fabrication, handling,installation or welding in accordance with 05 50 00 - Metal Fabrications.

END OF SECTION

Page 113: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 06 18 00Bastion Street Bridge Renewal and Seismic Retrofit GLUED-LAMINATED CONSTRUCTIONT-2334-2019 / 2016-2219 Page 1

.1 Payment for all work performed under this section will be incidental to payment for workdescribed in other sections unless specifically listed otherwise in the Schedule ofQuantities and Prices and specified hereunder.

.2 Payment for ‘Glulam Posts’ will be at the unit bid price. Payment shall include allsubmittals, supply of materials including fabrications, finishing, and installation, accessand temporary structural support, protection of affected buildings and infrastructure.Measurement for payment will be based on the actual number of posts installed.

1.2 REFERENCES

.1 Canadian Standards Association (CSA)

.1 CSA-080-15 Wood Preservation

.2 CSA-086 Consolidation, Engineering Design in Wood

.3 CSA-086-14 Engineering Design in Wood

.4 CSA-0122 Structural Glued-Laminated Timber

.5 CSA-0177 Qualification Code for Manufacturers of Structural Glued-LaminatedTimber

.2 American National Standards Institute

.1 ANSI 190.1 Standard for Structural Wood Products – Structural GluedLaminated Timber

.3 FSC Forest Stewardship Council Standards

.4 National Lumber Grading Authority (NLGA):

.1 NLFA-07 Standard Grading Rules for Canadian Lumber

1.3 SUBMITTALS

.1 Provide submittals in accordance with Section 01 33 00 - Submittal Procedures.

.2 Product Sample

.1 Submit product sample to Consultant for review prior to fabrication.

.2 Min 80 mm x 315 mm x 600 mm sample showing the range of variation to beexpected in the appearance of the glulam lumber.

.3 Shop Drawings

.1 Submit drawings to Consultant for review 15 working days prior to fabrication.

.2 Indicate materials, species, stress grade, appearance grade, laminatingcombination, layout of glulam system and full dimensions. Indicate shop-performed fabrication of each member, shop-applied finishes, camber, cuts,ledgers, holes and connection details.

.3 Each shop drawing shall bear the stamp and signature of a qualified ProfessionalEngineer registered in the Province of British Columbia.

.4 Qualifications and Certificates

.1 Submit manufacturer’s certification by CSA in accordance with CAN/CSA 0177.

Page 114: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 06 18 00Bastion Street Bridge Renewal and Seismic Retrofit GLUED-LAMINATED CONSTRUCTIONT-2334-2019 / 2016-2219 Page 2

1.4 QUALITY ASSURANCE

.1 Regulatory Agency Approvals:

.1 Material shall comply with applicable requirements of the British ColumbiaBuilding Code.

.2 Lumber shall be graded and stamped by an agency certified by Canadian LumberStandards Administrative Board.

.2 Qualifications:

.1 Manufacturer:.1 Manufacturer shall be certified by CSA in accordance with CAN/CSA

0177, Qualification Code for Manufacturers of Structural Glued-Laminated Timber.

1.5 DELIVERY, STORAGE AND HANDLING

.1 Delivery and Acceptance Requirements:

.1 Wrap members with an opaque moisture-resistant wrapping prior to leavingplant.

.2 Use padded, non-marring slings for handling members.

.3 Protect corners with wood blocking.

.2 Storage and Handling Requirements

.1 Store members supported off the ground and separated with strapping, to allowair to circulate around all faces of members.

.2 Maintain protection of members until permanent weather protection is installed,then completely remove protective wrappings.

Part 2 Products

2.1 MATERIALS

.1 Laminating Stock:

.1 Pressure-Treated Alaskan Yellow Cedar, Forest Stewardship Council Certified,Quality Grade in accordance with:.1 CSA-0141, CSA-0122.2 NLGA Standard Grading Rules for Canadian Lumber.3 ANSI 190.1

.2 Moisture content to be 15% or less in accordance with CSA-0122, moisturecontent shall be measured at a depth of 1/4 to 1/5 the thickness of the piece.

.2 Laminating Glue:

.1 To be in accordance with CSA 0122.9 and shall meet the qualificationrequirements of CSA 0177 for Exterior Grade Glulam, Excluding Marine,Ground-Contact, and Below-Ground Applications.

.3 Wood Sealer:

Page 115: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 06 18 00Bastion Street Bridge Renewal and Seismic Retrofit GLUED-LAMINATED CONSTRUCTIONT-2334-2019 / 2016-2219 Page 3

.1 Manufacturer’s standard clear, colourless, transparent sealer

.2 Product to seal ends and cross-grain, compatible with required final finishtreatment.

.4 Steel Connections:

.1 Refer to Section 05 50 00 – Metal Fabrications.

2.2 FABRICATION

.1 Verify dimensions and site conditions prior to fabrication

.2 Shop fabricate laminated members to stress grade in accordance with ANSI 190.1

.3 Provide 13 mm radius at corners,

.4 as indicated on drawings

.5 Fabricate connection hardware to the applicable requirements of Section 05 50 00

.6 Immediately after fabrication, sanding and end sealing, apply a heavy saturation coat ofpenetrating sealer on surfaces of each unit. After cutting unit to final length and shape,apply another saturation coat of sealer to send and cross-cut surfaces, keeping surfaces“flood-coated” for not less than ten (10) minutes.

.7 Tag and mark members and connections as identified on shop drawings. Affix gradelabels. Locate marks and labels at locations concealed after installation

2.3 APPEARANCE GRADE

.1 Structural glued-laminated timber shall be quality grade.

2.4 FACTORY FINISHING

.1 Shop apply sealer prior to field installation.

.2 Apply two coats of sealer to end grain and one coat to remainder of members.

.3 Prepare steel connection surfaces to applicable requirements of Section 05 50 00.

2.5 PRESERVATIVE TREATMENT

.1 After fabrication, pressure treat all members with preservative in accordance with CSA-080.

Part 3 Execution

3.1 INSTALLATION

.1 Comply with requirements of BC Building Code, most recent addition.

.2 Verify dimensions and site conditions, including final location of gateway signs prior toinstallation.

.3 Install work plumb, true and properly aligned.

.4 Install members in accordance with manufacturer’s instructions and approved shopdrawings. Fit members together accurately without trimming, cutting or other

Page 116: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 06 18 00Bastion Street Bridge Renewal and Seismic Retrofit GLUED-LAMINATED CONSTRUCTIONT-2334-2019 / 2016-2219 Page 4

unauthorized modification. Do not splice or join members in locations other than thoseindicated without review by Consultant.

.5 Obtain Consultant’s approval prior to field cutting or altering members.

.1 If approved, apply factory sealer to all cut surfaces.

.6 Prevent damage to members during installation work. Maintain factory protection onindividual members until indicated it is no longer necessary.

.7 Restore damaged components and finishes or replace damaged members as directed,where damage is beyond acceptable repair.

3.2 PROTECTION

.1 Protect installed products and components from damage during construction.

.2 Repair damage to adjacent materials, surfaces or structures caused by installation.

END OF SECTION

Page 117: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 09 91 99Bastion Street Bridge Renewal and Seismic Retrofit PAINTING EXTERIOR METAL SURFACEST-2334-2019 / 2016-2219 Page 1

Part 1 General

1.1 MEASUREMENT AND PAYMENT

.1 Payment for all work performed under this section will be incidental to payment for workdescribed in other sections unless specifically listed otherwise in the Schedule ofQuantities and Prices and specified hereunder.

1.2 REFERENCES

.1 The Master Painters Institute (MPI)

.1 Exterior Structural Steel and Metal Fabrications.

.2 EXT 5.1D, Alkyd.

.3 EXT 5.1G, Polyurethane, Pigmented (over epoxy zinc rich primer and high buildepoxy).

.4 EXT 5.4, Aluminum.

.2 Environmental Choice Program (ECP)

.1 CCD 047, Architectural Surface Coatings.

.2 CCD 048, Surface Coatings Recycled Water borne.

.3 Federal Standard (FS)

.1 FED-STD 595B, Colours Used in Government Procurement.

.4 The Society for Protective Coatings (SSPC)

.1 SSPC SP 1, Solvent Cleaning.

.2 SSPC SP 2, Hand Tool Cleaning.

.3 SSPC SP 3, Power Tool Cleaning.

.4 SSPC SP 6 / NACE No. 3, Commercial Blast Cleaning.

.5 SSPC SP 7 / NACE No. 4, Brush off Blast Cleaning.

.6 SSPC Vis 1, Visual Standard for Abrasive Blast Cleaned Steel (StandardReference Photographs) Editorial Changes September 1, 2000 (Steel StructuresPainting Manual, Chapter 2 Surface Preparation Specs.).

.7 SSPC-SP 10/NACE No. 2, Near White Blast Cleaning.

.8 SSPC-PA 2, Measurement of Dry Coat Thickness with Magnetic Gauges.

.9 SSPC Good Painting Practices, Volume 1, 4th Edition.

.5 BC Ministry of Transportation and Infrastructure (BC MoTI)

.1 Recognized Products List

1.3 SUBMITTALS

.1 Provide submittals in accordance with Section 01 33 00 - Submittal Procedures.

.2 Product Data

Page 118: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 09 91 99Bastion Street Bridge Renewal and Seismic Retrofit PAINTING EXTERIOR METAL SURFACEST-2334-2019 / 2016-2219 Page 2

.1 Submit manufacturer's instructions, printed product literature and data sheets forpainting exterior metal surfaces and include product characteristics, performancecriteria, physical size, finish and limitations.

.2 Submit a copy of WHMIS MSDS.

.3 Coating systems that do not appear on BC BC MoTI Recognized Products Listmust be approved by Consultant before use on project.

.3 Certificates

.1 Submit product certificates signed by manufacturer certifying materials complywith specified performance characteristics and criteria and physical requirements.

.4 Test Reports

.1 Submit test reports showing compliance with specified performancecharacteristics and physical properties and in accordance with Section 01 45 00Quality Control.

1.4 SAMPLES

.1 Provide sample and sample number of each finish to be used on project to Consultant.

1.5 DELIVERY, STORAGE AND HANDLING

.1 Deliver, store and handle materials in accordance with manufacturer's writteninstructions.

.2 Delivery and Acceptance Requirements

.1 Deliver materials to site in original factory packaging, labelled withmanufacturer's name and address.

Part 2 Products

2.1 MATERIALS

2.2 Paint:

.1 Shop Coating: Prepare surfaces to SP-10 and coat with an approved 3-coat BC MoTIsystem SS1 from the latest Recognized Product List. Top coat colour to match existingpaint colour as closely as practicable. Colour: RAL #7011 “Iron Grey”, to be approved byConsultant.

.2 Field Coating: Field coat surfaces indicated on the drawings with an approved BCMinistry of Transportation and Infrastructure SF2 system from the latest RecognizedProduct List. Top coat colour to match existing paint colour as closely as practicable.Colour: RAL #7011 “Iron Grey”, to be approved by Consultant.

.3 Field Over-coating: Overcoat areas shown on the drawings with an approved BC MoTIsystem SFO from the latest Recognized Product List. Top coat colour to match existingpaint colour as closely as practicable. Colour: RAL #7011 “Iron Grey”, to be approvedby Consultant.

Page 119: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 09 91 99Bastion Street Bridge Renewal and Seismic Retrofit PAINTING EXTERIOR METAL SURFACEST-2334-2019 / 2016-2219 Page 3

.4 Each separate coat, penetrant, stripe, mid-coat(s) and topcoat shall be coloured or tintedto differentiate it visually from the coats above and below. This is an aid to applicationand inspection and also serves as an indicator of wear for the life of the coating.

Part 3 Execution

3.1 PREPARATION

.1 New metal surfaces:

.1 Clean surfaces of new metal to be painted by removing rust, loose mill scale,welding slag, dirt, oil, grease and foreign substances in accordance with thefollowing:.1 Near White Blast Cleaning: to SSPC-SP 10/NACE No. 2.

.2 Compressed air to be free of water and oil before reaching nozzle.

.3 Remove traces of blast products from surfaces, pockets and corners to be painted bybrushing with clean brushes, by blowing with clean dry compressed air, or by vacuumcleaning.

.4 Apply paint after prepared surfaces have been accepted by Consultant.

.5 Prior to starting paint application ensure degree of cleanliness of surfaces is to SSPCVis1.

.1 Apply primer, paint, or pretreatment after surface has been cleaned and beforedeterioration of surface occurs.

.2 Clean surfaces again if rusting occurs after completion of surface preparation.

.6 Mixing paint:

.1 Do not dilute or thin paint for brush application.

.2 Mix ingredients in container before and during use and ensure breaking up oflumps, complete dispersion of settled pigment, and uniform composition.

.3 Do not mix or keep paint in suspension by means of air bubbling through paint.

.4 Thin paint for spraying according to manufacturer's written instructions. Ifdirections are not on container, obtain instructions in writing from manufacturerand provide copy of instructions to Consultant.

3.2 APPLICATION

.1 Manufacturer’s Instructions: comply with manufacturer's written data, including producttechnical bulletins, product catalogue installation instructions, product carton installationinstructions, and data sheets.

.2 Where surface to be painted is not under cover, do not apply paint when:

.1 Air temperature is below 5 degrees C or when temperature is expected to drop to0 degrees C before paint has dried.

.2 Temperature of surface is over 50 degrees C unless paint is specificallyformulated for application at high temperatures.

Page 120: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 09 91 99Bastion Street Bridge Renewal and Seismic Retrofit PAINTING EXTERIOR METAL SURFACEST-2334-2019 / 2016-2219 Page 4

.3 Fog or mist occur at site; it is raining or snowing; there is danger of rain or snow;relative humidity is above 85%.

.4 Surface to be painted is wet, damp or frosted.

.5 Previous coat is not dry.

.3 Supply cover when paint must be applied in damp or cold weather. Supply, shelter, orheat surface and surrounding air to comply with temperature and humidity conditionsspecified. Protect until paint is dry or until weather conditions are suitable.

.4 Remove paint from areas which have been exposed to freezing, excess humidity, rain,snow or condensation. Prepare surface again and repaint.

.5 Apply each coat of paint as continuous film of uniform thickness. Repaint thin spots orbare areas before next coat of paint is applied.

.6 Brush application:

.1 Work paint into cracks, crevices and corners and paint surfaces not accessible tobrushes by spray, daubers or sheepskins.

.2 Brush out runs and sags.

.3 Remove runs, sags and brush marks from finished work and repaint.

.7 Spray application:

.1 Provide and maintain equipment that is suitable for intended purpose, capable ofproperly atomizing paint to be applied, and equipped with suitable pressureregulators and gauges.

.2 Provide traps or separators to remove oil and water from compressed air anddrain periodically during operations.

.3 Keep paint ingredients properly mixed in spray pots or containers during paintapplication either by continuous mechanical agitation or by intermittent agitationas frequently as necessary.

.4 Apply paint in uniform layer, with overlapping at edges of spray pattern.

.5 Brush out immediately runs and sags.

.6 Use brushes to work paint into cracks, crevices and places which are notadequately painted by spray. In areas not accessible to spray gun, use brushes,daubers or sheepskins.

.7 Remove runs, sags and brush marks from finished work and repaint.

.8 Shop painting:

.1 Do shop painting after fabrication and before damage to surface occurs fromweather or other exposure.

.2 Spray paint contact surfaces of field assembled, bolted, friction type joints withprimer coat only. Do not brush primer after spraying.

.3 Do not paint metal surfaces which are to be embedded in concrete.

.4 Paint metal surfaces to be in contact with wood with either full paint coatsspecified or three shop coats of specified primer.

.5 Do not paint metal within 50 mm of edge to be welded. Give unprotected steelone coat of protective coating after shop fabrication is completed.

Page 121: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 09 91 99Bastion Street Bridge Renewal and Seismic Retrofit PAINTING EXTERIOR METAL SURFACEST-2334-2019 / 2016-2219 Page 5

.6 Remove weld spatter before painting. Remove weld slag and flux by methods asspecified in paragraph 3.1.1 New Metal Surfaces.

.7 Protect machine finished or similar surfaces that are not to be painted but that dorequire protection, with coating of rust inhibitive petroleum, molybdenumdisulphide, or other coating approved by Consultant.

.8 Copy previous erection marks and weight marks on areas that have been shoppainted.

.9 Field painting:

.1 Paint steel structures as soon as practical after erection.

.2 Touch up metal which has been shop coated with same type of paint and to samethickness as shop coat. This touch up to include cleaning and painting of fieldconnections, welds, rivets, nuts, washers, bolts, and damaged or defective paintand rusted areas.

.3 Field paint surfaces which are accessible before erection but which are not to beaccessible after erection.

.4 Apply final coat of paint after concrete work is completed or as directed byConsultant. If concreting or other operations damage paint, clean and repaintdamaged area. Remove concrete spatter and droppings before paint is applied.

.5 Where painting does not meet with requirements of specifications, and when sodirected by Consultant, remove defective paint, thoroughly clean affectedsurfaces and repaint in accordance with these specifications.

.10 Handling painted metal:

.1 Handle painted metal after paint has dried, or when necessary for handling forpainting or stacking for drying.

.2 Scrape off and touch up paint which is damaged in handling, with same numberof coats and kinds of paint as were previously applied to metal.

3.3 FIELD QUALITY CONTROL

.1 Site Tests, Inspections:

.1 Upon completion of the painting procedures test for dry film reading andevaluate the results as per SSPC PA 2.

3.4 PROTECTION

.1 Protect painted surfaces from damage during construction.

.2 Protection of surfaces:

.3 Protect surfaces not to receive paint.

.4 Prevent contamination of cleaned surfaces by salts, acids, alkalis, corrosive chemicals,grease, oil and solvents before prime coat is applied and between applications ofremaining coats of paint. Remove contaminants from surface and apply paintimmediately.

.5 Protect cleaned and freshly painted surfaces from dust to approval of Consultant.

Page 122: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 09 91 99Bastion Street Bridge Renewal and Seismic Retrofit PAINTING EXTERIOR METAL SURFACEST-2334-2019 / 2016-2219 Page 6

.6 Repair damage to adjacent materials caused by painting exterior metal surface applicationinstallation.

END OF SECTION

Page 123: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 32 33 00Bastion Street Bridge Renewal and Seismic Retrofit SITE FURNISHINGST-2334-2019 / 2016-2219 Page 1

Part 1 General

1.1 MEASUREMENT AND PAYMENT

.1 Payment for all work performed under this section will be incidental to payment for workdescribed in other sections unless specifically listed otherwise in the Schedule ofQuantities and Prices and specified hereunder.

.2 Payment for ‘Acrylic Panels’ will be made at the unit bid price. Payment for the workwill include all submittals, supply of materials including fabrications and installation,access and temporary structural support, protection of affected buildings andinfrastructure. Measurement for payment will be based on the actual number of acrylicpanels installed.

.3 Payment for ‘Polycarbonate Panels’ will be made at the unit bid price. Payment for thework will include all submittals, supply of materials including fabrications andinstallation, access and temporary structural support, protection of affected buildings andinfrastructure. Measurement for payment will be based on the actual number ofpolycarbonate panels installed.

1.2 INCLUDED ITEMS

.1 Acrylic panels as indicated on Contract Drawings.

.2 Polycarbonate panels as indicated on Contract Drawings.

.3 Refer to Section 05 50 00 – Metal Fabrications for mounting channel and associatedattachments.

1.3 REFERENCES

.1 International Standards Association (ISO)

.1 ISO 7823-1:2003 Plastics – Poly (methyl methacrylate) (PMMA) cast sheets

.2 American National Standards Institute (ANSI)

.1 ANSI Z97.1-2009, 2015: American National Standard for Safety GlazingMaterials Used in Buildings – Safety Performance Specifications and Methods ofTest, Cass A, Unlimited

1.4 SUBMITTALS

.1 Provide submittals in accordance with Section 01 33 00 - Submittal Procedures.

.2 Product Sample

.1 Submit min. 50 mm x 50 mm size product sample for each type and colour ofacrylic and polycarbonate material specified to Consultant for review prior tofinal procurement

.2 Provide min. 300 mm x 700 mm size product sample of frosted acrylic panel51000 to Consultant for review prior to final procurement to assess actual % lighttransmission for signage box lettering and street lighting.

.3 Shop Drawings

Page 124: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 32 33 00Bastion Street Bridge Renewal and Seismic Retrofit SITE FURNISHINGST-2334-2019 / 2016-2219 Page 2

.1 Submit drawings to Consultant for review 15 working days prior to fabrication.

.2 Indicate materials, thicknesses, dimensions, and location and size of pre-drilledconnection points for each panel.

1.5 QUALITY ASSURANCE

.1 Regulatory Agency Approvals:

.1 Material shall comply with applicable requirements of the British ColumbiaBuilding Code.

.2 Polycarbonate panels shall adhere to:.1 UL 746C: Suitability for Outdoor Use, UL File #351891.2 UL 84: Flammability File #E351891.3 ANSI Z97.12008, 2015: American National Standard for Safety Glazing

Materials Used in Buildings – Safety Performance Specifications andMethods of Test, Class A, Unlimited

1.6 DELIVERY, STORAGE AND HANDLING

.1 Delivery and Acceptance Requirements:

.1 Wrap all pieces with an opaque moisture-resistant wrapping.

.2 Enclose corners with additional protective padding.

.2 Storage and Handling Requirements

.1 Store all panels horizontally, on the supplied flat bulk skids, in a well-ventilated,consistent temperature area. Avoid storing sheets where extreme variations intemperature may occur.

.2 Avoid sliding sheets over uneven surfaces or across work-surface debris.

Part 2 Products

2.1 MATERIALS

.1 Acrylic Panels:

.1 Satinglas cast recycled acrylic sheets, or approved equal in accordance to ISO7823-1,.1 Panels to be cut from standard 3mm thk x 2030mm x 3050 mm sizes.

.1 Panel sizes to be field-verified and cross-referenced withstructural bracing dimensions

.2 Colours to be as follows, or approved equal:.1 Overhead Sign Box, as indicated on Contract Drawings: 51000.2 Aesthetic Improvements to Piers, as indicated on Contract

Drawings:.1 51116.2 51231.3 51237

Page 125: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of Nanaimo Section 32 33 00Bastion Street Bridge Renewal and Seismic Retrofit SITE FURNISHINGST-2334-2019 / 2016-2219 Page 3

.4 51255.3 Quantities, as indicated on Contract Drawings

.2 Polycarbonate Panels:

.1 Tuffak AR polycarbonate sheet, or approved equal.1 Panels to be cut from 4.5mm thk x 1200mm x 3050 mm size panels

.1 Panel sizes to be field-verified and cross-referenced withstructural bracing dimensions

.2 UV protective coating on one side of each panel

.3 Quantities as indicated on Contract Drawings

.3 Steel Connections:

.1 Refer to Section 05 50 00 – Metal Fabrications

2.2 FABRICATION

.1 Field verify dimensions of all panels and cross-reference dimensions with StructuralBracing prior to fabrication.

.2 Shop fabricate and cut all panels, including pre-drilled holes for connection points.

.3 Fabricate connection hardware to the applicable requirements of Section 05 50 00.

.4 Immediately after fabrication, protect panels per requirements of Section 1.6.

2.3 INSTALLATION

.1 Comply with requirements of BC Building Code, most recent addition.

.2 Verify dimensions and site conditions, including final sizing of structural bracing prior toinstallation.

.3 Install work plumb, true and properly aligned.

.4 Install panels in accordance with manufacturer’s instructions and approved shopdrawings. Fit members together accurately without trimming, cutting or otherunauthorized field modification.

.5 Prevent damage to panels during installation work. Maintain factory protection onindividual pieces until indicated it is no longer necessary.

.6 Restore damaged components and finishes or replace damaged panels as directed, wheredamage is beyond acceptable repair.

2.4 PROTECTION

.1 Protect installed products and components from damage during construction.

.2 Repair damage to adjacent materials, surfaces or structures caused by installation.

END OF SECTION

Page 126: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

I

,J

Certificate of Insurance

Company Letterhead with address and contact information

Certificate Holder:

Name of Insured:

Certificate No. XXXXXXXX

RE:

The City of Nanaimo 2020 Labieux Road Nanaimo, BC V9T 6J9

Full Legal Name of Contractor

Full Contract/Tender Name

This certificate is issued as a matter of information only and confers no rights upon the certificate holder other than those provided in the policy. This certificate does not amend, extend or alter the coverage afforded by the policies listed herein.

This is to certify that the policies of insurance listed below have been issued to the insured named above for the policy period indicated, notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain. The insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. Limits shown may have been reduced by paid claims/expenses.

"" "' ""' ;1 'i"""'!,f 1,1· "' ;111''",;,,"II'"' ;1111::: !Ill ""' Schedule of lnsurance(s)

Type of Insurance Insuring Company and

Policy Dates Limit of Liability/Amount of Coverage Policy Number

General Liability Bodily Injury and Property Damage including Non-Owned

DateTo

Date$5,000,000.00 Inclusive

Auto Liability, Cross

Underwriters Policy No. XXXXXXXX

$5,000,000.00 Aggregate with respect to Liability Products/Completed Operations

Contractors' Equipment As on file with Insurer - Limit of Liability Insurance Company Policy No. XXXXXX

DateTo

Date

Builder's Risk/ Installation Floater,

Insurance Company Policy No. XXXXXX

DateTo

DateIncluding Flood &

$Tender Bid Amount Site $50,000.00 Transit $50,000.00 Other Locations

Earthquake

fl " ' I'

Terms and Conditions ''"

With reference to General Liability above, it is hereby understood and agreed that THE CERTIFICATE HOLDER is added as Additional lnsured(s) but only with respect to liability arising out of the operations of the Named Insured.

With reference to the policies above, Waiver of Subrogation is granted in favour of THE CITY OF NANAIMO OR ANY OF THEIR

PARENT, SUBSIDIARY, OR AFFILIATED COMPANIES OR CORPORATIONS OR ANY EMPLOYEE THEREOF, but only with respect to liability arising out of the operations of the Named Insured.

With reference to the policies above, the Insurer will endeavour to provide the Holder of this Certificate with 30 days written notice of cancellation, but failure to provide such notice to the Certificate Holder shall impose no obligation or liability of any kind upon the Insurer, its Agent or Representatives.

These statements have been made in good faith and are a summary of the insurance cover in force (which is subject to the full terms and conditions of the policy). We accept no responsibility whatsoever for any inadvertent or negligent act, error or omission on our part in preparing these statements or for any loss, damage or expense thereby occasioned to any recipient of this certificate.

Company Name

Date: Date of Issue Per:

Signature

SAMPLE ONLY

Page 127: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

PERFORMANCE BONDNo. $

Know All Men by These Presents Thatas Principal

hereinafter called the Principal, and a corporation created and existing under the laws of , and duly authorized to transact the business of Suretyship in , as Surety, hereinafter called the Surety, are held and firmly bound unto

as Obligee,hereinafter called the Obligee, in the amount of

Dollars,($ ) lawful money of Canada, for the payment of which sum, well and truly to be made, the Principal and theSurety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents

Whereas , the Principal has submitted a written tender to the Obligee, dated the day of 20__ , forin accordance with the Specifications and Drawings submitted therefor which contract, Specifications and Drawings, are by referencemade part hereof and are hereinafter referred to as the Contract.

Now, Therefore, the Condition of This Obligation is such that if the Principal shall promptly and faithfully perform theContract then this obligation shall be null and void; otherwise it shall remain in full force and effect.

Whenever the Principal shall be, and declared by the Obligee to be, in default under the Contract, the Obligee havingperformed the Obligee's obligations thereunder, the Surety may promptly remedy the default, or shall promptly (1) complete the Contract in accordance with its terms and conditions or (2) obtain a bid or bids for submission to the Obligee for completing the Contract in accordance with its terms and conditions,

and upon determination by the Obligee and the Surety of the lowest responsible bidder, arrange for a contract between suchbidder and the Obligee and make available as work progresses (even though there should be a default, or a succession ofdefaults, under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract price; but notexceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the firstparagraph hereof. The term "balance of the Contract price," as used in this paragraph, shall mean the total amount payableby the Obligee to the Principal under the Contract, less the amount properly paid by the Obligee to the Principal.

Any suit under this Bond must be instituted before the expiration of two (2) years from the date on which final payment underthe Contract falls due.

The Surety shall not be liable for a greater sum than the specified penalty of this Bond.

No right of action shall accrue on this Bond, to or for the use of, any person or cooperation other than the Obligee namedherein, or the heirs, executors, administrators or successors of the Obligee.

In Witness Whereof, the Principal and the Surety have Signed and Sealed this Bond this day of 20__

Signed and Sealed ( (SEAL) In the presence of (

( (SEAL)Endorsed byInsurance Bureau of CanadaThe Royal Architectural Institute of CanadaThe Association of Consulting Engineers of CanadaThe Engineering Institute of CanadaThe Specification Writers Association of Canada

Approved byInsurance Bureau of Canada ___________________________________

Attorney-in-factApproved by Canadian Construction Association, 1972

Page 128: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

LABOUR AND MATERIAL PAYMENT BOND(Trustee Form)

No. $NOTE: This Bond is issued simultaneously with another Bond in favour of the Obligee conditioned by the full and faithful

performance of the Contract.

Know All Men by These Presents Thatas Principal

hereinafter called the Principal, and a corporation created and existing under the laws of , and duly authorized to transact the business of Suretyship in , as Surety, hereinafter called the Surety, are held and firmly bound unto

as Trustee,hereinafter called the Obligee, for the use and benefit of the Claimants, their and each of their heirs, executors, administrators,successors and assigns in the amount of

($ )of lawful money of Canada for the payment of which sum well and truly to be made the Principal andthe Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly bythese presents.

Whereas, the Principal has entered into a written contract with the Obligee, dated the day of 20__ , for

which contract, Specifications & Drawings are by reference made a part hereof, and is hereinafter referred to as the Contract.

No, Therefore, the Condition of This Obligation is such that if the Principal shall make payment to allClaimants for all labour and material used or reasonably required for use in the performance of the Contract then thisobligation shall be null and void; otherwise it shall remain in full force and effect, subject, however, to the following conditions:

(1) A Claimant for the purpose of this Bond is defined as one having a direct contract with the Principal for labour,material, or both, used or reasonably required for use in the performance of the Contract, labour and material beingconstrued to include that part of water, gas power, light, heat, oil, gasoline, telephone service or rental equipmentdirectly applicable to the Contract provided that a person, firm or cooperation who rents equipment to the Principal tobe used in the performance of the Contract under a contract which provides that all or any part of the rent is to beapplied towards the purchase price thereof, shall only be a Claimant to the extent of the prevailing industrial rentalvalue of such equipment for the period during which the equipment was used in the performance of the Contract. Theprevailing industrial rental value of equipment shall be determined, insofar as it is practical to do so, in accordancewith and in the manner provided for in the latest revised edition of the publication of the Canadian ConstructionAssociation titled "Rental Rates on Contractors' Equipment" published prior to the period during which the equipmentwas used in the performance of the Contract.

(2) The Principal, and the Surety hereby jointly and severally agree with the Obligee, as Trustee, that every Claimant whohas not been paid as provided for under the terms of his contract with the Principal, before the expiration of a periodof ninety (90) days after the date on which the last of such Claimant's work or labour was done or performed ormaterials were furnished by such Claimant, may as a beneficiary of the trust herein provided for, sue on this Bond,prosecute the suit to final judgment for such sum or sums as may be justly due to such Claimant under the terms ofhis contract with the Principal and have execution thereon. Provided, that the Obligee is not obliged to do or take anyact, action or proceeding against the Surety on behalf of the Claimants, or any of them, to enforce the provisions ofthis Bond. If any act, action or proceeding is taken either in the name of the Obligee or by joining the Obligee as aparty to such proceeding, then such act, action or proceeding shall be taken on the understanding and basis that theClaimants, or any of them, who take such act, action or proceeding shall indemnify and save harmless the Obligeeagainst all costs, charges and expenses or liabilities incurred thereon and any loss or damage resulting to the Obligeeby reason thereof. Provided still further that, subject to the foregoing terms and conditions, the Claimants, or any ofthem, may use the name of the Obligee to sue on and enforce the provisions of this Bond.

Page 129: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

(3) No suit or action shall be commenced hereunder by any Claimant:

(a) unless such Claimant shall have given written notice within the time limits hereinafter set forth to each of thePrincipal, the Surety and the Obligee, stating with substantial accuracy the amount claimed. Such notice shallbe served by mailing the same by registered mail to the Principal, the Surety and the Obligee, at any place wherean office is regularly maintained for the transaction of business by such person or served in any manner in whichlegal process may be served in the Province or other part of Canada in which the subject matter of the Contractis located. Such notice shall be given

(1) in respect of any claim for the amount or any portion thereof required to be held back from the Claimant bythe Principal, under either the terms of the Claimant's contract with the Principal, or under the Mechanics'Liens Legislation applicable to the Claimant's contract with the Principal, whichever is the greater, withinone hundred and twenty (120) days after such Claimant should have been paid in full under the Claimant'scontract with the Principal;

(2) in respect of any claim other than for the holdback, or portion thereof, referred to above, within one hundredand twenty (120) days after the date upon which such Claimant did, or performed, the last of the work orlabour or furnished the last of the materials for which such claim is made, under the Claimant's contractwith the Principal;

(b) after the expiration of one (1) year following the date on which Principal ceased work on the Contract, includingwork performed under the guarantee provided in the Contract;

(c) other than in a court of competent jurisdiction in the Province or District of Canada in which the subject matter ofthe Contract, or any part thereof, is situated and not elsewhere, and the parties hereto agree to submit to thejurisdiction of such court.

(4) The Surety agrees not to take advantage of Article 1959 of the Civil Code of the Province of Quebec in the event that,by an act or an omission of a Claimant, the Surety can no longer be subrogated in the rights, hypothecs andprivileges of said Claimant.

(5) The amount of this Bond shall be reduced by, and to the extent of any payment or payments made in good faith, andin accordance with the provisions hereof, inclusive of the payment by the Surety of Mechanics' Liens which may befiled of record against the subject matter of the Contract, whether or not claim for the amount of such lien bepresented under and against this Bond.

(6) The Surety shall be liable for a greater sum than the specified penalty of this Bond.

In Witness Whereof, the Principal and the Surety have Signed and Sealed this Bond thisday of 20__

Signed and Sealed ( (SEAL) In the presence of (

( (SEAL)Endorsed byThe Royal Architectural Institute of CanadaThe Association of Consulting Engineers of CanadaThe Canadian Construction AssociationThe Engineering Institute of CanadaThe Specification Writers Association of Canada

Approved byInsurance Bureau of Canada ___________________________________

Attorney-in-fact

Page 130: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked
Page 131: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

City of NanaimoEngineering & Public Works Department2020 Labieux RdNanaimo, B.C. V9T 6J9

Attention: P. Rosen, Senior Manager of Engineering

RE: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT

Please find attached our Final Invoice No. __________ for the sum of $ ____________as being the full and final amount accruing to the undersigned by virtue of the saidcontract; said amount also covering full payment for the cost of all extra work andmaterial furnished by the undersigned in the fulfillment of said work, and all incidentalsthereto; and the undersigned hereby releases the said corporation from all claimswhatsoever growing out of said contract.

And these presents are to certify that all persons doing work upon or furnishingmaterials for said work under the foregoing contract have been paid in full.

COMPANY NAME:

ADDRESS:

AUTHORIZED SIGNATORY:

POSITION:

DATED:

cc Phil Stewart, Engineering Projects Manager

Page 132: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

STATUTORY DECLARATION

TO BE MADE BY CONTRACTOR TO EFFECT RELEASE OF THE HOLDBACK ACCOUNT

Province of British Columbia, CanadaIn the matter of contract entered into with ________________________________________________________, Owner by

_________________________________________________________________________________________, Contractor

At Project Bastion Street Bridge Renewal and Seismic Retrofit Contract No.T-2334-2019

TO WIT:

I, ______________________________________ of the _______________________ of __________________________

in the Province of ______________________________________________ do solemnly declare: -

1. That I am __________________________________________ of ______________________________________(President, Vice-President, Secretary, Treasure, a Partner)

the Contractor named in the contract above mentioned and as such have personal knowledge of the facts hereunderdeclared:

2. That all subcontractors, labour, and accounts for materials and equipment whatsoever entering into the construction ofthe project built under the said contract have been duly paid except for holdbacks on subcontracts which amount intotal in all subcontracts to ____________________________________________ ($ _________________________);

3. That all assessment and levies under the Unemployment Insurance Acts, the Workers’ Compensation Acts or othersocial or labour legislation in respect of the said contract have been duly paid:

4. That the following is a list of subcontractors who have been employed under the said contract:

AND I MAKE THIS SOLEMN DECLARATION conscientiously believing it to be true and knowing that it is of the same forceand effect as if made under oath and by virtue of the Canada Evidence Act.

DECLARED before me at the ________________________________________ of __________________________

in the ____________________________________________ of ___________________________________

this _____________________________ day of 2 ____________.

SIGNED: ____________________________________________________________A Commissioner for Oaths, Notary Public, Justice of the Peace

Note 1. Where the Contractor is a corporation or a partnership, declarant’s position in the corporation partnership, andthe corporation or partnership name should be clearly shown in No. 1. Where the Contractor is the person whomakes the Declaration, strike out “of” in the first line of No. 1.

Note 2. Where the Contractor is an individual, they must make the Declaration themselves. Where the Contractor is apartnership the declaration must be made by one of the partners. Where the Contractor is an incorporatedcompany, the declaration must be made by the President, Vice-President, Secretary, Treasurer or Director. Ifany other person makes this Declaration two copies of the bylaw issued under the Corporation seal, authorizingthe individual to execute documents, must be submitted with the first declaration on each contract.

Page 133: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

APPENDIX 1

GEOTECHNICAL REPORT

Page 134: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

November 13, 2018 File: 11040 Associated Engineering (B.C.) Ltd. #500 - 2889 East 12th Avenue Vancouver, B.C. V5M 4T5 Attention: Grant Fraser, P.Eng.

BASTION BRIDGE SEISMIC RETROFIT PROJECT CITY OF NANAIMO, BC

GEOTECHNICAL ASSESSMENT AND RECOMMENDATIONS Dear Grant: As authorized, Thurber has completed an engineering assessment and prepared geotechnical recommendations for seismic upgrades of the Bastion Bridge, located in the City of Nanaimo, B.C. It is a condition of this letter that Thurber’s performance of its professional services is subject to the attached Statement of Limitations and Conditions.

1. INTRODUCTION The City of Nanaimo (the City) has authorized Associated Engineering (AE) to complete an evaluation and provide recommendations for a seismic upgrade to the Bastion Bridge. The bridge, built in 1936 and upgraded in 1978, is approximately 86 m long and is supported by three reinforced concrete piers and concrete abutments. It spans over Terminal Avenue (Trans-Canada Highway) and connects Fitzwilliam Street and Bastion Street. According to the 1936 structural drawings:

• The abutments are supported on shallow footings that bear on rock. According to the 1979 construction record drawings, the abutment footings measure approximately 9 m in width. However, the length or thickness of the abutment footings is not reported.

• Pier 1 is shown to be supported on a shallow footing but it is not clear if it is bearing on rock or on structural fill.

• Piers 2 and 3 are supported on cast-in-place concrete pile caps with 25 precast, reinforced octagonal concrete piles. The pile cap measures approximately 3.4 m by 10.9 m (11 ft x 36 ft) in area and 1.2 m (4 ft) in thickness, and the piles measure 508 mm (20 inch) in diameter with a centre-to-centre spacing of 1.2 m (4 ft). The pile group consists of three rows, with the exterior rows including 8 piles and the interior row including 9 piles. The piles were terminated in bedrock and are likely to be spliced.

900, 1281 West Georgia Street, Vancouver, BC V6E 3J7 T: 604 684 4384 F: 604 684 5124thurber.ca

Page 135: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

Client: Associated Engineering (B.C.) Ltd. Date: November 13, 2018 File No.: 11040 E-File: 20181113_tfd_Geotechnical Assessment and Recommendations_11040 Page 2 of 6

Our scope of work is to complete a geotechnical assessment and provide geotechnical recommendations for the contemplated seismic upgrade. Assessment of soil and groundwater contamination is not included in our scope of work. 2. SUBSURFACE CONDITIONS According to the geologic maps, the general stratigraphy comprises sedimentary rock at shallow depths. Terminal Avenue, however, has been constructed over a historic channel that was infilled with uncontrolled fill. AGRA Earth and Environmental (AEE) completed a geotechnical investigation in July 1996 that included air rotary test holes and Becker penetration test (BPT) profiling near the pier locations. The subsurface conditions comprised variable very loose/soft to firm sand, gravel, clay and silt layers over a gravel unit that is underlain by bedrock. The depth to bedrock varied and was encountered at 5.6 m, 11.3 m and 11.9 m depths at Piers 1 to 3, respectively. Groundwater was observed in all test holes, between depths of 4.4 m and 4.6 m. Groundwater levels may vary in response to periods of prolonged and intense rainfall and, conversely, to extended periods of dry weather. 3. GEOTECHNICAL RECOMMENDATIONS AND COMMENTS We understand that the seismic retrofit of the bridge is being designed to resist an earthquake event with a probability of occurrence of 10% in 50 years (1:475-year event). Further, the fundamental period of the bridge is expected to fall between 0.5 s and 1 s. In support of the seismic retrofit, provided below is a discussion on seismic site classification and an assessment of liquefaction triggering and post-liquefaction settlement and bearing resistance for Piers 2 and 3 that are pile supported. For the bridge abutments and Pier 1, our recommendations include dynamic shear moduli values for assessment of soil-structure interaction. 3.1 Seismic Considerations and Liquefaction Susceptibility The bridge abutments are supported on shallow footings that bear on rock. In the absence of site specific characterisation of the bedrock unit, Site Class C can be conservatively assumed. From the Natural Resources Canada website, the 2015 National Building of Canada Seismic Hazard Calculator provides a Firm Ground Peak Ground Acceleration (PGA) of 0.235g for the 1:475 year return period earthquake at this location. For Pier 1 that is supported by a shallow foundation bearing on rock or potentially on granular fill, Site Class C can also be assumed. At Piers 2 and 3, the penetration resistance measured during BPT profiling suggests that the cohesionless soils below the water table, at about a depth of 4 m (2.8 m below base of pile cap),

Page 136: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

Client: Associated Engineering (B.C.) Ltd. Date: November 13, 2018 File No.: 11040 E-File: 20181113_tfd_Geotechnical Assessment and Recommendations_11040 Page 3 of 6

will likely liquefy. From Table 4.1 of the Canadian Highway Bridge Design Code (S6-14), this corresponds to a Site Class F. As mentioned earlier, the foundations supporting Piers 2 and 3 comprise precast concrete piles that were driven to bedrock and primarily derive their axial compressive resistance from end bearing. There is a possibility, however, that the piles were spliced which may govern the axial compressive behaviour of the piles during an earthquake event. Splices, if present, will also affect the tensile and lateral resistance of the piles under static and seismic loading. In the event that the piles are not spliced or if the integrity of the splice is not comprised during and following an earthquake, the loss of shear strength in the liquefiable soil will not have an adverse effect on the performance of the piles. Further, the piles are not expected to experience significant settlement as the neutral plane lies near or below the expected zone of liquefaction. For this scenario, Site Class C may be assumed for assessment. If the splice is fully damaged in an earthquake event, the piles will no longer bear on rock and the pile cap will behave as a shallow footing bearing on soil. This will substantially reduce the bearing resistance of the foundation and will result in excessive settlement of the foundation system. Where the cohesionless soil below the water table liquefies, we recommend that a factored bearing resistance of 80 kPa be assumed below the pile cap. If vertical pile support is lost, we anticipate settlement will range between 500 mm and 750 mm below the pile cap as a result of volumetric and shear strain settlements. The estimated settlement range represents a reasonable worst-case scenario that was evaluated assuming a 3 m liquefiable layer, up to 10% of post-liquefaction volumetric strain (this represents the anticipated behaviour of very loose material), a residual shear strength of 3.5 kPa (residual strength ratio of 0.05) and a post-liquefaction stiffness of 350 kPa for the evaluation of shear settlement (this represents the anticipated lower estimated strength and stiffness for very loose saturated soils), and no densification below the pile cap as a result of pile driving (see discussion below). Considering the relatively flat ground surface, lateral spreading is considered unlikely. While BPT profiling indicates that the cohesionless soils are very loose and are likely to liquefy below the water table, the results do not represent the state of the soils within and adjacent to the pile group that have experienced some degree of densification during pile driving. If a supplemental investigation were completed to quantify the degree of densification, a reduction in the estimated post-seismic settlement could be justified. 3.2 Input for Analysis

Dynamic Shear Moduli Values In support of soil-foundation-structure interaction modelling, dynamic shear moduli (G) values are provided in Table 1 below for evaluation of the compliance springs for the bridge abutments and Pier 1 footings.

Page 137: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

Client: Associated Engineering (B.C.) Ltd. Date: November 13, 2018 File No.: 11040 E-File: 20181113_tfd_Geotechnical Assessment and Recommendations_11040 Page 4 of 6

Table 1 – Recommended Shear Modulus Values for Evaluation of Compliance Springs

Earthquake Return Period

Dynamic Shear Modulus, G (MPa)

Bridge Abutments Pier 1

1:475 560 160

The shear modulus values are based on PGA of 0.235g, assumed shear wave velocity values of 760 m/s and 450 m/s and unit weight values of about 22 kN/m3 and 18 kN/m3 at the abutments and Pier 1, respectively.

Depth-to-Fixity A lateral pile analysis was completed to evaluate the depth-to-fixity using LPILE software by Ensoft Inc., version 2016.9.10, which uses a series of discrete, non-linear springs referred to as the p-y curves to simulate the soil-pile interaction. The pile modelled in LPILE was 508 mm diameter, 11.5 m long round concrete pile with eight, 25 M bars of steel reinforcement (LPILE software does not provide an option to model reinforced octagonal piles). As the pile cap is expected to restrict the rotation of the pile heads, a fixed-head condition was assumed in the analysis. Table 1 below summarizes the soil parameters and soil spring models selected for the lateral pile analysis.

Table 2 - Soil Parameters and Spring Models Used in LPILE Analysis

Depth

(m)

Soil Unit (LPILE soil model)

ϒbulk1

(kN/m3)

ϒsubmerged2

(kN/m3)

ϕ3

(°)

Su4

(kPa)

K5

(MPa/m)

Ε506

(%)

0 to 4.3 Loose, Dry Sand

(API Sand) 17.5 - 30 - 2 -

4.3 to 7.3 Loose, Saturated Sand

(API Sand) 17.5 7.5 30 - 2 -

7.3 to 8.2 Very Stiff Clay

(Stiff Clay without Free Water) 18.5 8.5 - 100 - 0.005

8.2 to 10.9 Compact to Dense Gravel

(API Sand) 18.5 8.5 37 100 26 -

> 618.9 Bedrock

(Stiff Clay without Free Water) 22 12 - 250 - 0.005

Page 138: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

Client: Associated Engineering (B.C.) Ltd. Date: November 13, 2018 File No.: 11040 E-File: 20181113_tfd_Geotechnical Assessment and Recommendations_11040 Page 5 of 6

Notes: 1) Bulk unit weight 2) Submerged unit weight 3) Effective angle of internal shearing resistance 4) Undrained shear strength 5) Modulus of subgrade reaction 6) Strain corresponding to 50% of the ultimate stress

The results of the analysis suggest that the depth-to-fixity will be approximately 7.5 m for static loading conditions provided that the unfactored horizontal loads are less than 300 kN and the lateral pile response is not compromised by the presence of the splice. Where the lateral pile response is limited to the depth of the splice, then the splice should be modelled as a pinned connection. 4. POTENTIAL FUTURE GEOTECHNICAL INVESTIGATION If verification of densification of the soil from pile driving is required, we envisage the geotechnical investigation to comprise shallow test holes, advanced to the top of the clay unit, and cone penetration test (CPT) profiling to refusal. The investigation will require the use of a hydro-excavation truck to expose some of the exterior piles, to establish the pile group pattern and select test hole locations, and coring equipment to core through the pile cap at the proposed locations. Completion of the above investigation is recommended if a site-specific seismic response analysis is required in support of seismic design (i.e. analysis of pile response to kinematic and inertial loadings). The investigation, however, will not be able to confirm presence or condition of pile splices and as such will not be able resolve the uncertainty around the performance of the piles (see Section 3.1).

Page 139: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked
Page 140: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

STATEMENT OF LIMITATIONS AND CONDITIONS

1. STANDARD OF CARE

This Report has been prepared in accordance with generally accepted engineering or environmental consulting practices in the applicable jurisdiction. No other warranty, expressed or implied, is intended or made.

2. COMPLETE REPORT

All documents, records, data and files, whether electronic or otherwise, generated as part of this assignment are a part of the Report, which is of a summary nature and is not intended to stand alone without reference to the instructions given to Thurber by the Client, communications between Thurber and the Client, and any other reports, proposals or documents prepared by Thurber for the Client relative to the specific site described herein, all of which together constitute the Report.

IN ORDER TO PROPERLY UNDERSTAND THE SUGGESTIONS, RECOMMENDATIONS AND OPINIONS EXPRESSED HEREIN, REFERENCE MUST BE MADE TO THE WHOLE OF THE REPORT. THURBER IS NOT RESPONSIBLE FOR USE BY ANY PARTY OF PORTIONS OF THE REPORT WITHOUT REFERENCE TO THE WHOLE REPORT.

3. BASIS OF REPORT

The Report has been prepared for the specific site, development, design objectives and purposes that were described to Thurber by the Client. The applicability and reliability of any of the findings, recommendations, suggestions, or opinions expressed in the Report, subject to the limitations provided herein, are only valid to the extent that the Report expressly addresses proposed development, design objectives and purposes, and then only to the extent that there has been no material alteration to or variation from any of the said descriptions provided to Thurber, unless Thurber is specifically requested by the Client to review and revise the Report in light of such alteration or variation.

4. USE OF THE REPORT

The information and opinions expressed in the Report, or any document forming part of the Report, are for the sole benefit of the Client. NO OTHER PARTY MAY USE OR RELY UPON THE REPORT OR ANY PORTION THEREOF WITHOUT THURBER’S WRITTEN CONSENT AND SUCH USE SHALL BE ON SUCH TERMS AND CONDITIONS AS THURBER MAY EXPRESSLY APPROVE. Ownership in and copyright for the contents of the Report belong to Thurber. Any use which a third party makes of the Report, is the sole responsibility of such third party. Thurber accepts no responsibility whatsoever for damages suffered by any third party resulting from use of the Report without Thurber’s express written permission.

5. INTERPRETATION OF THE REPORT

a) Nature and Exactness of Soil and Contaminant Description: Classification and identification of soils, rocks, geological units, contaminant materials and quantities have been based on investigations performed in accordance with the standards set out in Paragraph 1. Classification and identification of these factors are judgmental in nature. Comprehensive sampling and testing programs implemented with the appropriate equipment by experienced personnel may fail to locate some conditions. All investigations utilizing the standards of Paragraph 1 will involve an inherent risk that some conditions will not be detected and all documents or records summarizing such investigations will be based on assumptions of what exists between the actual points sampled. Actual conditions may vary significantly between the points investigated and the Client and all other persons making use of such documents or records with our express written consent should be aware of this risk and the Report is delivered subject to the express condition that such risk is accepted by the Client and such other persons. Some conditions are subject to change over time and those making use of the Report should be aware of this possibility and understand that the Report only presents the conditions at the sampled points at the time of sampling. If special concerns exist, or the Client has special considerations or requirements, the Client should disclose them so that additional or special investigations may be undertaken which would not otherwise be within the scope of investigations made for the purposes of the Report.

b) Reliance on Provided Information: The evaluation and conclusions contained in the Report have been prepared on the basis of conditions in evidence at the time of site inspections and on the basis of information provided to Thurber. Thurber has relied in good faith upon representations, information and instructions provided by the Client and others concerning the site. Accordingly, Thurber does not accept responsibility for any deficiency, misstatement or inaccuracy contained in the Report as a result of misstatements, omissions, misrepresentations, or fraudulent acts of the Client or other persons providing information relied on by Thurber. Thurber is entitled to rely on such representations, information and instructions and is not required to carry out investigations to determine the truth or accuracy of such representations, information and instructions.

c) Design Services: The Report may form part of design and construction documents for information purposes even though it may have been issued prior to final design being completed. Thurber should be retained to review final design, project plans and related documents prior to construction to confirm that they are consistent with the intent of the Report. Any differences that may exist between the Report’s recommendations and the final design detailed in the contract documents should be reported to Thurber immediately so that Thurber can address potential conflicts.

d) Construction Services: During construction Thurber should be retained to provide field reviews. Field reviews consist of performing sufficient and timely observations of encountered conditions in order to confirm and document that the site conditions do not materially differ from those interpreted conditions considered in the preparation of the report. Adequate field reviews are necessary for Thurber to provide letters of assurance, in accordance with the requirements of many regulatory authorities.

6. RELEASE OF POLLUTANTS OR HAZARDOUS SUBSTANCES

Geotechnical engineering and environmental consulting projects often have the potential to encounter pollutants or hazardous substances and the potential to cause the escape, release or dispersal of those substances. Thurber shall have no liability to the Client under any circumstances, for the escape, release or dispersal of pollutants or hazardous substances, unless such pollutants or hazardous substances have been specifically and accurately identified to Thurber by the Client prior to the commencement of Thurber’s professional services.

7. INDEPENDENT JUDGEMENTS OF CLIENT

The information, interpretations and conclusions in the Report are based on Thurber’s interpretation of conditions revealed through limited investigation conducted within a defined scope of services. Thurber does not accept responsibility for independent conclusions, interpretations, interpolations and/or decisions of the Client, or others who may come into possession of the Report, or any part thereof, which may be based on information contained in the Report. This restriction of liability includes but is not limited to decisions made to develop, purchase or sell land.

HKH/LG_Dec 2014

Page 141: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked

APPENDIX 2

REFERENCE DRAWINGS

Page 142: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked
Page 143: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked
Page 144: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked
Page 145: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked
Page 146: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked
Page 147: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked
Page 148: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked
Page 149: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked
Page 150: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked
Page 151: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked
Page 152: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked
Page 153: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked
Page 154: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked
Page 155: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked
Page 156: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked
Page 157: BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Basti… · INVITATION TO TENDER BASTION STREET BRIDGE RENEWAL AND SEISMIC RETROFIT Tender 2334-2019 Sealed tenders, clearly marked