city of new westminster · wally carter p.eng address: web engineering ltd. 4173 dawson street,...
TRANSCRIPT
Owner: City of New Westminster
Contract Administrator: WEB Engineering Ltd.
July 2013
CITY OF NEW WESTMINSTER Engineering Department
Contract Documents For Contract NWIT-13-23 2013 Capital Pavement Program
TC - PAGE 1 UNIT PRICE CONTRACT
MMCD (2000)
City of New Westminster
PROJECT TENDER DOCUMENT
2013 Capital Pavement Program CONTRACT NWIT-13-23
Table of Contents
Table of Contents ........................................................................................................................... TC-Page 1
Invitation to Tender...................................................................................................................... INV-Page 1
Instructions to Tenderers: Part I .....................................................................................IT PART I-Page 1-6 Instructions to Tenderers: Part II (MMCD) ...................................................................... (Not Reproduced)
Form of Tender ........................................................................................................................... FT-Page 1-3 Appendix 1 - Schedule of Quantities & Prices ............................................................................. 4-9 Appendix 2 - Preliminary Construction Schedule ......................................................................... 10 Appendix 3 - Experience of Superintendent and Project Manager ................................................ 11 Appendix 4 - Comparable Work Experience ................................................................................. 12 Appendix 5 - Subcontractors ......................................................................................................... 13 Appendix 6 – Force Account Labour Rates ................................................................................... 14 Appendix 7 – Declaration: Living Wage Employer ...................................................................... 15 Appendix 8 – Tenderer’s Plant ...................................................................................................... 16
Agreement ................................................................................................................................ AGT-Page 1-4 Schedule 1 - Schedule of Contract Documents ................................................................................ 5 Schedule 2 - List of Contract Drawings ........................................................................................... 6
General Conditions (MMCD) ............................................................................................ (Not Reproduced) Specifications (MMCD) ..................................................................................................... (Not Reproduced)
Supplementary General Conditions ....................................................................................... SGC-Page 1-14
Supplementary Specifications ................................................................................................ SS Page 1 – 13
Standard Detail Drawings (MMCD) .................................................................................. (Not Reproduced)
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
INVITATION TO TENDERERS
NWIT-13-23 Invitation to Tender
Contract: 2013 Capital Pavement Program Reference No.: Contract NWIT-13-23 ( OWNER’S CONTRACT REFERENCE NO. ) The Owner invites tenders for: Repaving and reconstruction of approximately 32,600 square meters of roadway with approximately 2700 tonnes of 12.5mm Superpave, 4600 tonnes of 19.0mm Superpave, 1900 tonnes of UC #1 and 2500 tonnes of LC #1 asphalt, 6700 tonnes of base gravel, 9500 tonnes of sub-base gravel, full depth milling, pavement patching and pavement marking, all within the City of New Westminster. Copies of the Contract Documents are available on or after July 4, 2013, for download from the City of New Westminster’s Purchasing site at: http://www.newwestcity.ca/business/bid_opportunities/request_for_bids__proposals_-_open.php A tender shall be accompanied by a Bid Bond (or Certified Cheque) in the amount of ten percent (10%) of the Tender Price. The successful tenderer will be required to provide a Performance and Labour and Material Payment Bond each in the amount of fifty percent (50%) of the Tender Price. An Agreement of Surety to bond shall accompany the tender submitted. Technical inquires regarding this tender may be directed to Wally Carter P.Eng, WEB Engineering Ltd. 604. 294.8588. The lowest or any Tender may not necessarily be accepted and the City will not be responsible for any cost incurred by the Tenderer in preparing the Tender. Tender award will be contingent on budget approval from the Corporation of the City of New Westminster council. If the value of the contract(s) resulting from this invitation to tender exceeds the thresholds stipulated in Annex 502.4 of the Agreement on Internal Trade, then all provisions of the Agreement on Internal Trade will apply. The City’s language in its procurement documents shall be English. Tenders are scheduled to close at: Tender Closing Time: 3:00, pm local time Tender Closing Date: July 25, 2013 at: Information Desk Attention: Purchasing Manager City of New Westminster 511 Royal Avenue New Westminster, B.C. V3L 1H9 The City will not open Tenders in Public.
INSTRUCTIONS TO TENDERERS Instructions to Tender, Part I
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23 INSTRUCTIONS TO TENDERERS - PART I
NWIT-13-23 Instruct Tenderer
PAGE IT1
(TO BE READ WITH “INSTRUCTIONS TO TENDERERS - PART II” CONTAINED IN THE EDITION OF THE PUBLICATION “MASTER MUNICIPAL CONSTRUCTION DOCUMENTS” SPECIFIED IN ARTICLE 2.2 BELOW)
City of New Westminster (the “Owner”) Contract: 2013 Capital Pavement Program Reference #. NWIT-13-23 1.0 Introduction 1.1 These Instructions apply to and govern the preparation of tenders for this
Contract. The Contract is generally for the following work:
Repaving and reconstruction of approximately 32,600 square meters of roadway with approximately 2700 tonnes of 12.5mm Superpave, 4600 tonnes of 19.0mm Superpave, 1900 tonnes of UC #1 and 2500 tonnes of LC #1 asphalt, 6700 tonnes of base gravel, 9500 tonnes of sub-base gravel, full depth milling, pavement patching and pavement marking, all within the City of New Westminster.
1.2 Direct all inquiries regarding the Contract to: Wally Carter P.Eng Address: WEB Engineering Ltd. 4173 Dawson Street, Burnaby, B.C. V5C 4B3 Phone: 604-294-8588 Fax: 604-294-8580 2.0 Tender Documents
2.1 The tender documents which a Tenderer should review to prepare a Tender consist of all of the Contract Documents listed in Schedule 1 entitled “Schedule of Contract Documents”. Schedule 1 is attached to the Agreement which is included as part of the Tender package. The Contract Documents include the drawings listed in Schedule 2 to the Agreement, entitled “List of Contract Drawings”.
2.2 A portion of the Contract Documents are included by reference. Copies of these
documents have not been included with the tender package. These documents are the Instructions to Tenderers - Part II, General Conditions, Specifications and Standard Detail Drawings. They are those contained in the publication entitled “Master Municipal Construction Documents - General Conditions, Specifications and Standard Detail Drawings”. Refer to Schedule 1 to the Agreement or, if not specified in Schedule 1, then the applicable edition shall be the most recent
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23 INSTRUCTIONS TO TENDERERS - PART I
NWIT-13-23 Instruct Tenderer
PAGE IT2
edition as of the date of the Tender Closing Date. All sections of this publication are by reference included in the Contract Documents.
Copies of the Master Municipal Construction Document ( Gold Edition) can be obtained at:
Support Services Unlimited #102 – 211 Columbia Street Vancouver BC V6A 2R5 604 681-0295 2.3 Any additional information made available to tenderers prior to the Tender
Closing Time by the Owner or representative of the Owner, such as geotechnical reports or as-built plans, which is not expressly included in Schedule 1 or Schedule 2 to the Agreement, is not included in the Contract Documents. Such additional information is made available to tenderers who shall make their own judgment about its reliability, accuracy, completeness and relevance to the Contract, and neither the Owner nor any representative of the Owner makes any guarantee or representation that the additional information is reliable, accurate, complete, or relevant.
3.0 Submission of Tenders 3.1 Original Tenders must be submitted in a sealed envelope, clearly marked on the
outside with the above Contract Title and Reference No., and must be received by the office of:
City of New Westminster – Purchasing Department on or before: Tender Closing Time: 3:00, pm local time Tender Closing Date: July 25, 2013 at Address: Main Information Desk 511 Royal Avenue City of New Westminster, BC. V3L 1H9 3.2 Late Tenders will not be accepted or considered, and will be returned unopened.
3.3 Facsimile, electronic mail, or other unsealed bids will not be accepted. 3.4 The City will not open this tender in Public
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
INSTRUCTIONS TO TENDERERS - PART I
NWIT-13-23 Instruct Tenderer
PAGE IT3
4.0 Additional Instructions to Tenderers 4.1 The following terms are additional to the terms and conditions contained in the
MMCD Instructions to Tenderers – Part II: Tender Requirements 5
5.2 Delete Instructions to Tenderers – Part II, Paragraph 5.2 and substitute the following:
A tender must be accompanied by tender security (“Bid Security”) in the form of: 5.2.1 a bid bond issued by a surety licensed to carry on the business of
suretyship in British Columbia in a form satisfactory to the Owner in an amount equal to 10% of the Tender Price; or
5.2.2 cash, bank draft or letter of credit in a form satisfactory to the
Owner in an amount equal to 10% of the Tender Price. 5.3 add or amend the following: 5.3.3 Appendix 3 – name and brief description of the previous
experience of the Superintendent and the Project Manager the tenderer will use for the Work.
5.3.6 Appendix 6 – Schedule of Force Account Labour and Equipment
Rates. Insert the hourly rates for labour and Equipment including allowances for taxes, assessments, benefits, tools, overhead and profit.
5.3.7 Appendix 7 – Declaration – Living Wage Employer 5.3.8 Appendix 8 – Tenderer’s Plant Prices 10 add or amend the following: 10.1 The Tender Price will represent the entire cost excluding GST
taxes to the Owner of the complete Work based on the estimated quantities in the Schedule of Quantities and Prices of the Form of Tender. Notwithstanding the generalities of the above, tenderers shall include in the tendered prices (including unit prices, lump sum prices, or other forms of pricing) sufficient amounts to cover;
10.4 If a tenderer has omitted to enter a price for an item of Work set
out in the tender, unless the tender indicates to the contrary, the tenderer shall be deemed to have allowed elsewhere in the tender for the cost to carry out that item of Work and no increase in the contract price shall be allowed on account of such omission.
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
INSTRUCTIONS TO TENDERERS - PART I
NWIT-13-23 Instruct Tenderer
PAGE IT4
Taxes 11 add or amend the following; 11.1 The tendered prices shall cover all taxes and assessments of any
kind payable with respect to the Work, but shall not include GST taxes. GST taxes shall be listed as a separate item as required by GC 19.2.
Award 15.1 Amendment to 15.1 of the Instructions to Tenderers Part II (Award) of
the MMCD replacing paragraph after 15.1.6
In exercising its discretion, the Owner will have regard to the information provided by the tenderer in the Appendices to the Form of Tender as described under IT5.3, and may also have regard to any information obtained by the Owner in evaluating such tender information, as well as the Owner's previous experience, if any, with the tenderer. In exercising its discretion the Owner may consider, but is not limited to, the following criteria in addition to the Tender Price:
a) the proven experience of the Tenderer, and any listed
subcontractors to do the Work; b) the Tenderer's ability to complete the Work within the
Preliminary Construction Schedule;
c) the Tenderer's ability to work effectively with the Owner, its consultants and representatives.;
d) the Tenderer's ability to manage and do the work effectively
using the named superintendent and submitted contractors and subcontractors;
e) the Tenderer's history on other projects including with respect to
quality of work, changes in the work, force account work, and the contract administration costs of the Owner
f) the nature of any legal proceedings undertaken by the Tenderer,
or any officer or director of the Tenderer or affiliate of the Tenderer, directly (or indirectly through another corporation) against the Owner within the previous five years of the Invitation to Tenders
g) Litigation and ongoing unresolved claims. In a addition to any other provision of this tender document, and
without limiting the City’s discretion under any other provision of this tender document, the City may, in its absolute discretion, reject a tender if;
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
INSTRUCTIONS TO TENDERERS - PART I
NWIT-13-23 Instruct Tenderer
PAGE IT5
(i) the Tenderer, or any officer or director of the Tenderer, is or has been engaged directly or indirectly in a legal action against the City in relation to any matter; or
(ii) the Tenderer has current unresolved extra work claims totaling in excess of $100,000.00 beyond 90 days of contract substantial completion for any construction project with the City.
In determining whether or not to reject a tender under this
section, the City will consider whether the litigation or unresolved extra work claim is likely to affect the Tenderer ‘s ability to work with the City, its employees, consultants and representatives and whether the City’s experience with the Tenderer indicates an unusual risk the City will incur increased staff and legal costs in the administration of the contract if awarded to the Tenderer.
In no event shall the Owner be liable for the Tenderer's costs of preparing and submitting a tender, which shall be done by the Tenderer at its sole risk.
15.2 Replace 15.2 of the Instructions to Tenderers Part II (Award) with the
following: 15.2.1 Tenderers will not be permitted to alter or amend tendered prices
included in a tender after the Tender Closing Time. 15.2.2 The Owner has a limited budget for this Contract. Projects may
be added or deleted with appropriate adjustments to estimated quantities in the Schedule of Quantities and Prices so that the Tender Price is within the Owner’s budget. If, prior to award of the Contract the Owner identifies changes the Owner wishes to make, the changes, at the sole discretion of the Owner, may be made prior to award of the of the Contract. Alternatively, the Owner may award the Contract as tendered and delete work after award. In such case, Supplementary General Condition 9.4, Valuation of Changes shall apply.
4.2 Living Wage Policy add the following;
Effective January 1st, 2011, the City of New Westminster became a “Living Wage Employer”. As such, the City has established a Living Wage Policy that requires all firms that are contracted by the City to provide services on City premises, to pay their employees, who perform said service on City property, A Living Wage as calculated by the Living Wage for Families Campaign. The figure for 2013 for the Lower Mainland is $19.62 per hour, assuming no benefits are provided by the employer.
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
INSTRUCTIONS TO TENDERERS - PART I
NWIT-13-23 Instruct Tenderer
PAGE IT6
In order to determine an employee’s hourly rate with benefits the Living Wage for Families has created a Living Wage Calculator to assist with this determination. Please access the following website to determine your compatibility. http://livingwageforfamilies.ca/calculator/ The City includes in all its competitive bid documents a Declaration referencing the City’s expectations with regards to compliance of the Policy. This Declaration can be found in Appendix 7 – Declaration – Living Wage Employer of these documents. Completion and submission of the Declaration is required prior to contract award. In evaluating submissions, the City intends to rely on the Declaration provided by a Respondent and shall have no obligation or duty to investigate the truthfulness of the Declaration. Please review the City’s Living Wage Policy for further information. http://www.newwestcity.ca/business/living_wage_employer.php
FORM OF TENDER WITH APPENDICIES Form of Tender Appendix 1: Schedule of Quantities and Prices Appendix 2: Preliminary Construction Schedule Appendix 3: Experience of Superintendent and Project Manager Appendix 4: Comparable Work Experience Appendix 5: Subcontractors Appendix 6: Force Account Labour and Equipment Rates Appendix 7: Declaration – Living Wage Employer Appendix 8: Tenderer's Plant
FT - PAGE 1 UNIT PRICE CONTRACT
Tenderer’s Initials __________
MMCD (2000)
Form of Tender ( FOR USE WHEN UNIT PRICES FORM THE BASIS OF PAYMENT - TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS OF THE UNIT PRICE MASTER MUNICIPAL CONSTRUCTION DOCUMENTS. ) City of New Westminster ( NAME OF OWNER ) Contract: 2013 Capital Pavement Program
Reference No. Contract NWIT-13-23 TO OWNER:
1 WE, THE UNDERSIGNED:
1.1 have received and carefully reviewed all of the Contract Documents, including the Instructions to Tenderers, the specified edition of the "Master Municipal Construction Documents - General Conditions, Specifications and Standard Detail Drawings" and the following Addenda:
( ADDENDA, IF ANY )
1.2 have full knowledge of the Place of the Work, and the Work required; and
1.3 have complied with the Instructions to Tenderers; and
2 ACCORDINGLY WE HEREBY OFFER:
2.1 to perform and complete all of the Work and to provide all the labour, equipment and
material all as set out in the Contract Documents, in strict compliance with the Contract Documents; and
2.2 to achieve Substantial Performance of the Work in Section A within
10 Weeks from the Commencement Date; and ( WORK DURATION OR DATE )
2.3 to do the Work for the price, which is the sum of the products of the actual quantities
incorporated into the Work and the appropriate unit prices set out in Appendix 1, the "Schedule of Quantities and Prices", plus any lump sums or specific prices and adjustment amounts as provided by the Contract Documents. For the purposes of tender comparison, our offer is to complete the Work in Section A for the "Tender Price" in the sum of
__________________________________________________________________________________________________ Dollars ( $__________________________________)
as set out on Appendix 1 of this Form of Tender. Our Tender Price is based on the estimated quantities listed in the Schedule of Quantities and Prices, and includes GST.
FT - PAGE 2 UNIT PRICE CONTRACT
Tenderer’s Initials __________
MMCD (2000)
3 WE CONFIRM:
3.1 that we understand and agree that the quantities as listed in the Schedule of Quantities and Prices are estimated, and that the actual quantities will vary.
3.2 that we understand and agree that the Owner is in no way obligated to accept this
Tender.
4 WE CONFIRM:
4.1 that the following Appendices are attached to and form a part of this tender:
4.1.1 the Appendices as required by paragraph 5.3 of the Instructions to Tenderers – Part I and Part II; and
4.1.2 the Bid Security as required by paragraph 5.2 of the Instructions to Tenderers -
Part I. 5 WE AGREE:
5.1 that this tender will be irrevocable and open for acceptance by the Owner for a period of
60 calendar days from the day following the Tender Closing Date and Time, even if the tender of another tenderer is accepted by the Owner. If within this period the Owner delivers a written notice ("Notice of Award") by which the Owner accepts our tender we will:
5.1.1 provide Declaration of Living Wage Employer as required before award 5.1.2 within 10 Days of receipt of the written Notice of Award deliver to the Owner:
a) a Performance Bond and a Labour and Material Payment Bond, each in
the amount of 50% of the Contract Price, covering performance of the Work including the Contractor’s obligations during the Maintenance Period and in a form acceptable to the Owner. The Labour and Material Payment Bond must be a Broad Form Bond, protecting all companies with a direct contract with the Principal or any Sub-Contractor of the Principal;
b) a Construction Schedule, as provided by GC 4.6.1;
c) a “clearance letter” indicating that the tenderer is in WSBC compliance;
d) a copy of the insurance policies as specified in GC 24 indicating that all
such insurance coverage is in place and;
FT - PAGE 3 UNIT PRICE CONTRACT
Tenderer’s Initials __________
MMCD (2000)
5.1.3 within 2 Days of receipt of written "Notice to Proceed", or such longer time as
may be otherwise specified in the Notice to Proceed, commence the Work (the “Commencement Date”); and
5.1.4 sign the Contract Documents as required by GC 2.1.2.
6 WE AGREE:
6.1 that, if we receive written Notice of Award of this Contract and, contrary to paragraph 5
of this Form of Tender, we:
6.1.1 fail or refuse to deliver the documents as specified by paragraph 5.1.2 of this Form of Tender; or
6.1.2 fail or refuse to commence the Work as required by the Notice to Proceed,
then such failure or refusal will be deemed to be a refusal by us to enter into the Contract and the Owner may, on written notice to us, award the Contract to another party. We further agree that, as full compensation on account of damages suffered by the Owner because of such failure or refusal, the Bid Security shall be forfeited to the Owner, in an amount equal to the face value of the Bid Security.
7 OUR ADDRESS is as follows:
Phone: Fax: Email Address: Attention:
This Tender is executed this day of , 2013.
Contractor:
(FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL)
(AUTHORIZED SIGNATORY AND CORPORATE SEAL)
(AUTHORIZED SIGNATORY)
FT - PAGE 4 UNIT PRICE CONTRACT
Tenderer’s Initials __________
MMCD (2000)
Form of Tender - Appendix 1 Contract NWIT-13-23
2013 Capital Pavement Program SCHEDULE OF QUANTITIES AND PRICES (See paragraph 5.3.1 of the Instructions to Tenderers - Part II)
(All prices and Quotations including the Contract Price shall include all Taxes, but shall not include GST. GST shall be shown separately.)
FT-PAGE5
Section A : 6th Ave., 6th St., Royal Ave.
DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT
4.2 Common Excavation cu.m 8,250.0 $ $
4.4 Subgrade Preparation sq.m. 9,900.0 $ $
4.5 Saw Cut lin.m 915.0 $ $
4.6 Sub-Base (SS 13 ) tonne 9,550.0 $ $
4.7 Base (SS 13 ) tonne 5,700.0 $ $
4.9 Tack Coat litre 8,100.0 $ $
4.10 Asphalt Pavement - WMA (SS 10 , SS 11 and SS 19).1 12.5 mm Superpave tonne 2,700.0 $ $.2 19.0 mm Superpave tonne 4,600.0 $ $
4.13 Replace/Adjust Manhole/Utility Cover (SS 8).1 Manhole Adjustment - Frame
& Cover each 22.0 $ $.2 Manhole Frame and Cover
Replacement each 13.0 $ $.3 Supply & Install New MR-6 Style
water valve box each 9.0 $ $.4 Adjust water valve box each 30.0 $ $.5 Adjust FortisBC Gas valve box each 1.0 $ $.7 Adjust Metro Vancouver Manhole or valve each 1.0 $ $
4.16 Milling Existing Asphalt Pavement (SS 9).2 Full Depth Milling sq. m 5,875.0 $ $.3 Strip milling (butt joint), 50mm depth sq. m 400.0 $ $
4.21 Replace Traffic Loop Detector (SS 12) each 13.0 $ $
Streetworks and Paving
SCHEDULE OF QUANTITIES AND PRICES
Form of Tender - Appendix 1
CONTRACT NWIT-13-232013 Capital Pavement Program
CITY OF NEW WESTMINSTER
Tenderer's Initials____________
FT-PAGE6
Section A : 6th Ave., 6th St., Royal Ave.
DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT
Streetworks and Paving
SCHEDULE OF QUANTITIES AND PRICES
Form of Tender - Appendix 1
CONTRACT NWIT-13-232013 Capital Pavement Program
CITY OF NEW WESTMINSTER
4.24 Permanent Pavement Marking (SS 14).1 Thermoplastic Markings
.1 Double Yellow Line lin.m 150.0 $ $
.2 Single Line (Solid / Broken) lin.m 2,325.0 $ $
.3 Stop Bars lin.m 73.0 $ $
.4 Cross Walk lin.m 255.0 $ $
.5 3.0m wide Zebra Cross Walk per lin.m road width lin.m 14.0 $ $
.6 Arrows / Symbols each 6.0 $ $
.7 Painted Median with Thermoplastic Cross Hatching sq.m 95.0 $ $
4.33 Compact and Proof Roll road gravel layer sq.m 9,900.0 $ $
4.45 Test Pit over existing Metro Vancouver's Water Mainor Sewer Main (SS 18) - (Provisional) each 4.0 $ $
TOTAL FOR SECTION A : Streetworks and Paving $
Tenderer's Initials____________
FT-PAGE7
Section B : 8th Ave. (Provisional Work)
DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT
4.2 Common Excavation cu.m 750.0 $ $
4.5 Saw Cut lin.m 30.0 $ $
4.7 Base (SS 13 ) tonne 1,025.0 $ $
4.9 Tack Coat litre 5,500.0 $ $
4.10 Asphalt Pavement - WMA (SS 10 , SS 11 and SS 19).3 Upper Course #1 tonne 1,900.0 $ $.4 Lower Course #1 tonne 2,500.0 $ $.6 Asphalt Driveways tonne 15.0 $ $
4.13 Replace/Adjust Manhole/Utility Cover (SS 8).1 Manhole Adjustment - Frame
& Cover each 8.0 $ $.2 Manhole Frame and Cover
Replacement each 13.0 $ $.3 Supply & Install New MR-6 Style
water valve box each 11.0 $ $.4 Adjust water valve box each 4.0 $ $.6 Adjust Tel / Hydro / NW Electrical Vault Cover each 6.0 $ $.7 Adjust Metro Vancouver Manhole or valve each 6.0 $ $.9 Adjust Survey Monument frame & cover each 1.0 $ $
4.16 Milling Existing Asphalt Pavement (SS 9).1 Surface Milling, LT 80mm sq. m 790.0 $ $.2 Full Depth Milling sq. m 8,650.0 $ $.3 Strip milling (butt joint), 50mm depth sq. m 270.0 $ $
4.17 Pavement Patching (SS 17).1 Greater than 125mm
.1 Area less than 5 sq. m sq. m 6.0 $ $
.2 Area more than or Equalto 5 sq. m sq. m 160.0 $ $
4.21 Replace Traffic Loop Detector (SS 12) each 21.0 $ $
Streetworks and Paving
SCHEDULE OF QUANTITIES AND PRICES
Form of Tender - Appendix 1
CONTRACT NWIT-13-23
2013 Capital Pavement Program
CITY OF NEW WESTMINSTER
Tenderer's Initials____________
FT-PAGE8
Section B : 8th Ave. (Provisional Work)
DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT
Streetworks and Paving
SCHEDULE OF QUANTITIES AND PRICES
Form of Tender - Appendix 1
CONTRACT NWIT-13-23
2013 Capital Pavement Program
CITY OF NEW WESTMINSTER
4.24 Permanent Pavement Marking (SS 14).1 Thermoplastic Markings
.1 Double Yellow Line lin.m 50.0 $ $
.2 Single Line (Solid / Broken) lin.m 1,075.0 $ $
.3 Stop Bars lin.m 82.0 $ $
.4 Cross Walk lin.m 225.0 $ $
.5 3.0m wide Zebra Cross Walk per lin.m road width lin.m 21.0 $ $
.6 Arrows / Symbols each 12.0 $ $
.7 Painted Median with Thermoplastic Cross Hatching sq.m 165.0 $ $
4.33 Compact and Proof Roll road gravel layer sq.m 12,800.0 $ $
4.44 Pre-duct road crossing for TeraSpan Fibre Optic Cable (SS 15).1 Supply and install 25mm conduit lin.m 52.0 $ $.2 Install Junction Box supplied by TeraSpan each 4.0 $ $
4.45 Test Pit over existing Metro Vancouver's Water Mainor Sewer Main (SS 18) - (Provisional) each 11.0 $ $
TOTAL FOR SECTION B (Provisional Work) : Streetworks and Paving $
Tenderer's Initials____________
FT - PAGE 9 UNIT PRICE CONTRACT
Tenderer’s Initials __________
MMCD (2000)
Form of Tender - Appendix 1
Contract NWIT-13-23
2013 Capital Pavement Program SCHEDULE OF QUANTITIES AND PRICES (See paragraph 5.3.1 of the Instructions to Tenderers - Part II)
(All prices and Quotations including the Contract Price shall include all Taxes, but shall not include GST. GST shall be shown separately.)
TENDER SUMMARY
SECTION A : Streetworks & Paving for 6th Ave., 6th St., Royal Ave. .............................$_________________ GST (Section A) ................................................$_________________ TOTAL TENDER PRICE (Section A) ................................................$_________________ (Insert this Price in the Form of Tender 2.3) SECTION B (PROVISIONAL) : Streetworks & Paving for 8th Ave. ................................................$_________________ GST (Section B) ................................................$_________________ TOTAL TENDER PRICE (Section B) ................................................$_________________ SECTION A + SECTION B : Streetworks & Paving (Section A + Section B) .........................................$_________________ GST (Section A + Section B) ................................................$_________________ TOTAL TENDER PRICE (Section A + Section B) ..................................$_________________ It is understood that Section B is Provisional Work and may or may not be awarded. It is understood the City has the right to compare tenders based on Section A alone or Sections A and B combined for all tenders at its full discretion and contingent to available funding.
FT - PAGE 10 UNIT PRICE CONTRACT
Tenderer’s Initials __________
MMCD (2000)
Form of Tender - Appendix 2 Contract NWIT-13-23
2013 Capital Pavement Program PRELIMINARY CONSTRUCTION SCHEDULE (See paragraph 5.3.2 of the Instructions to Tenderers - Part II) INDICATE SCHEDULE WITH BAR CHART WITH MAJOR ITEM DESCRIPTIONS AND TIME
MILESTONE DATES
ACTIVITY
CONSTRUCTION SCHEDULE
1
2
3 4 5 6 7 8 9 10
11
12
13
14
15 16
FT - PAGE 11 UNIT PRICE CONTRACT
Tenderer’s Initials __________
MMCD (2000)
Form of Tender - Appendix 3
Contract NWIT-13-23
2013 Capital Pavement Program EXPERIENCE OF SUPERINTENDENT AND PROJECT MANAGER (See paragraph 5.3.3 of the Instructions to Tenderers - Part I & II) Name / Title: _______________________________________________________________
Experience:
Dates: Project Name: Responsibility:
References:
Dates: Project Name: Responsibility:
References:
Name / Title: _______________________________________________________________
Experience:
Dates: Project Name: Responsibility:
References:
Dates: Project Name: Responsibility:
References:
FT - PAGE 12 UNIT PRICE CONTRACT
Tenderer’s Initials __________
MMCD (2000)
Form of Tender - Appendix 4 Contract NWIT-13-23
2013 Capital Pavement Program COMPARABLE WORK EXPERIENCE (See paragraph 5.3.4 of the Instructions to Tenderers - Part II)
PROJECT
OWNER/ CONTRACT NAME
PHONE NUMBER
WORK DESCRIPTION
VALUE ($)
FT - PAGE 13 UNIT PRICE CONTRACT
Tenderer’s Initials __________
MMCD (2000)
Form of Tender - Appendix 5 Contract NWIT-13-23
2013 Capital Pavement Program SUBCONTRACTORS (See paragraph 5.3.5 of the Instructions to Tenderers - Part II)
TENDER ITEM
TRADE SUBCONTRACTOR NAME
PHONE NUMBER
FT - PAGE 14 UNIT PRICE CONTRACT
Tenderer’s Initials __________
MMCD (2000)
Form of Tender - Appendix 6 Contract NWIT-13-23
2013 Capital Pavement Program FORCE ACCOUNT LABOUR AND EQUIPMENT RATES (See paragraph 5.3.6 of the Instructions to Tenderers - Part I)
Labour and Equipment
Hourly Rate
Overtime Rate
FT - PAGE 15 UNIT PRICE CONTRACT
Tenderer’s Initials __________
MMCD (2000)
Form of Tender - Appendix 7 Contract NWIT-13-23
2013 Capital Pavement Program
Declaration – Living Wage Employer (See paragraph 5.3.7 of the Instructions to Tenderers - Part I & paragraph 4.2 of the Additional Instruction to Tenderers – Part
I)
I, ______________________ as a duly authorized signing officer of Company: ________________________ Address: _________________________ _________________________ _________________________, confirm that all employees and sub-contractors under our contract with the City as outlined below, are paid not less than the “Living Wage” as calculated by the Living Wage for Families Campaign. I understand that this requirement extends only to those employees and sub-contractors’ employees that perform work while on City premises and property for the durations in excess of one continuous hour per occasion. I understand that the City will conduit audits if and when notification of the breach of this compliance is received by the City. I understand that in the event any breach of this declaration is found to be true, the City reserves the right to cancel its contract without penalty at any time once said authentication of the breach is made. Contract Name: ______________________________ Authorized Signatory: Dated: __________________________ _______________________
FT - PAGE 16 UNIT PRICE CONTRACT
Tenderer’s Initials __________
MMCD (2000)
Form of Tender - Appendix 8 Contract NWIT-13-23
2013 Capital Pavement Program
TENDERER’S PLANT (See paragraph 5.3.8 of the Instructions to Tenderers - Part I )
The Tenderer agrees that the minimum availability of plant and equipment will be as listed and that no changes, additions or deletions will be made to this plant and equipment without approval of the Contract Administrator. The Tenderer shall list the plant and equipment he proposes to use on the Work: Plant Under Tenderer’s Control: Plant to be Rented: Plant to be Purchased:
AGREEMENT
Agreement Schedule 1 -- Schedule of Contract Documents Schedule 2 -- List of Drawings
AGT - PAGE 1 UNIT PRICE CONTRACT
MMCD (2000)
Agreement Between Owner and Contractor THIS AGREEMENT made in duplicate this day of , 2013.
Contract: 2013 Capital Pavement Program Reference No. Contract NWIT-13-23
BETWEEN:
The City of New Westminster (the "Owner")
AND:
( NAME AND OFFICE ADDRESS OF CONTRACTOR)
(the "Contractor")
The Owner and the Contractor agree as follows: ARTICLE 1 THE WORK - START/COMPLETION DATES 1.1 The Contractor will perform all Work and provide all labour, equipment and material and do all things strictly as required by the Contract Documents. 1.2 The Contractor will commence the Work in accordance with the Notice to Proceed. The Contractor will proceed with the Work diligently, will perform the Work generally in accordance with the construction schedules as required by the Contract Documents and will achieve Substantial Performance of the Work in Section A on or before 10 Weeks subject to the provisions of the Contract Documents for adjustments to the Contract Time. 1.3 Time shall be of the essence of the Contract.
AGT - PAGE 2 UNIT PRICE CONTRACT
MMCD (2000)
ARTICLE 2 CONTRACT DOCUMENTS 2.1 The "Contract Documents" consist of the documents listed or referred to in Schedule 1, entitled "Schedule of Contract Documents", which is attached and forms a part of this Agreement, and includes any and all additional and amending documents issued in accordance with the provisions of the Contract Documents. All of the Contract Documents shall constitute the entire Contract between the Owner and the Contractor. 2.2 The Contract supersedes all prior negotiations, representations or agreements, whether written or oral, and the Contract may be amended only in strict accordance with the provisions of the Contract Documents. ARTICLE 3 CONTRACT PRICE 3.1 The price for the Work ("Contract Price") shall be the sum in Canadian dollars of the following:
3.1a) the product of the actual quantities of the items of Work listed in the Schedule of Quantities and Prices which are incorporated into or made necessary by the Work and the unit prices listed in the Schedule of Quantities and Prices; plus
3.1b) all lump sums, if any, as listed in the Schedule of Quantities and Prices, for items relating to
or incorporated into the Work; plus
3.1c) any adjustments, including any payments owing on account of Changes and agreed to Extra Work, approved in accordance with the provisions of the Contract Documents.
3.2 The Contract Price shall be the entire compensation owing to the Contractor for the Work and this compensation shall cover and include all profit and all costs of supervision, labour, material, equipment, overhead, financing, and all other costs and expenses whatsoever incurred in performing the Work. ARTICLE 4 PAYMENT 4.1 Subject to applicable legislation and the provisions of the Contract Documents, the Owner shall make payments to the Contractor. 4.2 If the Owner fails to make payments to the Contractor as they become due in accordance with the terms of the Contract Documents then interest calculated at 0% per annum over the prime commercial lending rate of the Royal Bank of Canada on such unpaid amounts shall also become due and payable until payment. Such interest shall be calculated and added to any unpaid amounts monthly. ARTICLE 5 RIGHTS AND REMEDIES 5.1 The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. 5.2 Except as specifically set out in the Contract Documents, no action or failure to act by the Owner, Contract Administrator or Contractor shall constitute a waiver of any of the parties' rights or duties afforded under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach under the Contract.
AGT - PAGE 3 UNIT PRICE CONTRACT
MMCD (2000)
ARTICLE 6 NOTICES 6.1 Communications among the Owner, the Contract Administrator and the Contractor, including all written notices required by the Contract Documents, may be delivered by hand, or by fax, or by pre-paid registered mail to the addresses as set out below: The Owner:
City of New Westminster 511 Royal Avenue New Westminster, V3L 1H9
Fax: (604) 527-4564 Attention: Roger Emanuels, A.Sc.T. The Contractor:
Fax: Attention:
The Contract Administrator:
WEB Engineering Ltd. 4173 Dawson Street Burnaby, BC V5C 4B3 Fax: 604.294.8580 Attention: Wally Carter P.Eng
6.2 A communication or notice that is addressed as above shall be considered to have been received:
6.2a) immediately upon delivery, if delivered by hand; or
6.2b) immediately upon transmission if sent and received by fax; or
6.2c) after 5 Days from date of posting if sent by registered mail. 6.3 The Owner or the Contractor may, at any time, change its address for notice by giving written notice to the other at the address then applicable. Similarly if the Contract Administrator changes its address for notice then the Owner will give or cause to be given written notice to the Contractor. 6.4 The sender of a notice by fax assumes all risk that the fax will be received properly, and the provisions of paragraph 12.5 of the Instructions to Tenderers apply to the sender. ARTICLE 7 GENERAL 7.1 This Contract shall be construed according to the laws of British Columbia. 7.2 The Contractor shall not, without the express written consent of the Owner, assign this Contract, or any portion of this Contract.
AGT - PAGE 4 UNIT PRICE CONTRACT
MMCD (2000)
7.3 The headings included in the Contract Documents are for convenience only and do not form part of this Contract and will not be used to interpret, define or limit the scope or intent of this Contract or any of the provisions of the Contract Documents. 7.4 A word in the Contract Documents in the singular includes the plural and, in each case, vice versa. 7.5 This agreement shall endure to the benefit of and be binding upon the parties and their successors, executors, administrators and assigns. IN WITNESS WHEREOF the parties hereto have executed this Agreement the day and year first written above. Contractor: (FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL) (AUTHORIZED SIGNATORY) (AUTHORIZED SIGNATORY) Owner: (FULL LEGAL NAME OF OWNER) (AUTHORIZED SIGNATORY) (AUTHORIZED SIGNATORY)
AGT - PAGE 5 UNIT PRICE CONTRACT
MMCD (2000)
Schedule 1 Schedule of Contract Documents (INCLUDE IN LIST ALL DOCUMENTS INCLUDING, IF ANY, SUPPLEMENTARY GENERAL CONDITIONS, SUPPLEMENTARY SPECIFICATIONS, SUPPLEMENTARY STANDARD DETAIL DRAWINGS)
2013 Capital Pavement Program Contract NWIT-13-23
The following is an exact and complete list of the Contract Documents, as referred to in Article 2.1 of the Agreement. NOTE: The documents noted with "*" are contained in the "Master Municipal Construction Documents -
General Conditions, Specifications and Standard Detail Drawings", Gold edition dated January, 2000. All sections of this publication are included in the Contract Documents.
1 Agreement, including all Schedules; 2 Supplementary General Conditions, if any; 3 General Conditions*; 4 Supplementary Specifications, if any; 5 Specifications*; 6 Supplementary Standard Detail Drawings, if any; 7 Standard Detail Drawings*; 8 Executed Form of Tender, including all Appendices; 9 Contract Drawings listed in Schedule 2 to the Agreement -"List of Contract Drawings"; 10 Instructions to Tenderers - Part I; 11 Instructions to Tenderers - Part II*; 12 The following Addenda: Addendum 1
AGT - PAGE 6 UNIT PRICE CONTRACT
MMCD (2000)
Schedule 2 List of Contract Drawings (COMPLETE LISTING OF ALL DRAWINGS, PLANS AND SKETCHES THAT ARE PART OF THE CONTRACT DOCUMENTS)
2013 Capital Pavement Program Contract NWIT-13-23
TITLE
DRAWING NO.
REV NO.
COVER SHEET
Road Works – Eighth Avenue : Sixth Street to STA. 22+640 1696-R-701 1
Road Works – Eighth Avenue : STA. 22+640 to McBride Boulevard 1696-R-702 1
Road Works – Sixth Avenue : Sixth Street to Fifth Street 1696-R-1001 1
Road Works – Royal Avenue : Fourth Street to Second Street 1696-R-1101 1
Road Works – Royal Avenue : Second Street to Dufferin Street 1696-R-1102 1
Road Works – Sixth Street : Tenth Avenue to Eighth Avenue 1696-R-501 1
SUPPLEMENTARY GENERAL CONDITIONS Supplementary General Conditions
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY GENERAL CONDITIONS
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master Municipal Construction Documents, Volume II, 1996( rev. April 2000)
Page SGC 1
TABLE OF CONTENTS Page 1 Definitions ............................................................................................................. SGC 2 4 Contractor ............................................................................................................ SGC 2 4.3 Protection of Work, Property and the Public ...................................... SGC 2 4.6 Hours of Work ..................................................................................... SGC 4 4.12 Inspections ............................................................................................ SGC 5 4.14 Final Cleanup ....................................................................................... SGC 5 4.17 Survey Layout and As-Constructed Information ................................ SGC 5 4.18 No Road Closure Allowed ................................................................... SGC 5 4.19 City Industrial Health and Safety Program ......................................... SGC 6 9 Valuation of Changes and Extra Work ........................................................... SGC 6 9.4 Quantity Variations .............................................................................. SGC 6 20 Laws, Notice, Permits and Fees.......................................................................... SGC 6 20.2.3 Notice of FortisBC Gas Relocation Work .......................................... SGC 6 20.5.1 Notice to Residents and Businesses .................................................... SGC 7 21 Workers’ Compensation ..................................................................................... SGC 7 21.2 Contractor is Prime Contractor ............................................................ SGC 7 24 Insurance ........................................................................................................... SGC 12 24.1 Required Insurance ............................................................................ SGC 12 25 Maintenance Period ........................................................................................... SGC 13 25.1 Correction of Defects ......................................................................... SGC 13 25.2 Commencement of Maintenance Period ........................................... SGC 14
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY GENERAL CONDITIONS
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master Municipal Construction Documents, Volume II, 1996( rev. April 2000)
Page SGC 2
DEFINITIONS 1
1.65 “(amend clause X.XX as follows)” preceding a supplementary
clause means this clause provides additional information or restrictions to the referenced clause in the Master Municipal Construction Documents, Volume II.
1.66 “(add new clause X.XX as follows)” preceding a supplementary
clause means this clause provides additional requirements or information not found in the Master Municipal Construction Documents, Volume II.
1.67 “(delete clause X.XX and replace as follows)” preceding a supplementary clause means this clause replaces the referenced clause in the Master Municipal Construction Documents, Volume II in its entirety.
CONTRACTOR 4
Protection of Work,
Property and the Public
4.3 4.3.7 (add new clause 4.3.7 as follows) The Contractor shall locate, mark and protect from damage or disturbance, any and all stakes, survey pins, monuments and markers at the Place of the Work. All survey stakes, pins, monuments or markers that, in the opinion of the Owner, have been damaged or disturbed shall be made good following construction by a registered B.C. Land Surveyor at the Contractor’s expense. 4.3.8 (add new clause 4.3.8 as follows) The Contractor shall conduct his operations so as to cause the minimum obstruction and inconvenience to traffic and to places of business and residences adjacent to the Place of Work. No greater quantity of work shall be undertaken at any one time than can be properly conducted with due regard to the rights and interests of the public as may be determined by the Contract Administrator. The Contractor is to provide safe, satisfactory and convenient means of approach and entrance to adjoining lanes, driveways,
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY GENERAL CONDITIONS
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master Municipal Construction Documents, Volume II, 1996( rev. April 2000)
Page SGC 3
buildings and property both for vehicles and pedestrians wherever necessary in the opinion of the Contract Administrator. For this purpose he shall construct and maintain suitable and safe platforms, approaches, structures, bridges, diversions or other works. Where traffic must cross open trenches, the Contractor shall provide suitable bridges. Where trenches have been backfilled or where road improvements are incomplete, the Contractor shall take any steps necessary to prevent potholes or other traffic hazards. Where the Contract Administrator so instructs or where Contract Specifications so require, the Contractor shall provide temporary asphalt patching of such hazards. During all phases of the operation the Contractor shall take precautions to abate nuisance caused by mud or dust by clean-up, sweeping, sprinkling with water, or other means as necessary to accomplish results satisfactory to the Contract Administrator. The Contractor shall take care to prevent spillage on streets over which hauling is done and the Contractor shall immediately clean up any such spillage or debris deposited on streets due to his operations. The Contractor shall not deposit any material upon any street, sidewalk, boulevard, or other property, without the Contract Administrator’s or the Owner’s permission, nor shall he allow the same to remain longer than necessary. All surplus spoil and rubbish and other waste material shall be removed from the site so that the area of work is cleaned up and restored to as clean a condition as it was before the Contract started, within four days of the Contract Administrator’s written request so to do, failing which the Owner may carry out the work or have the work carried out by others and recover the costs from the Contractor or may deduct the cost from any monies due or that may become due to the Contractor. The Contractor, during the progress of the Work, shall make adequate provision to accommodate the normal traffic along streets and highways immediately adjacent to or crossing the Work so as to cause the minimum of inconvenience to the general public.
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY GENERAL CONDITIONS
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master Municipal Construction Documents, Volume II, 1996( rev. April 2000)
Page SGC 4
The Contractor shall give due notice to local police and fire department prior to beginning construction and shall comply in all respects with their requirements. The Contractor shall comply with the requirements of the appropriate authority concerned with closure of streets or highways and shall post proper notices and/or signals, and provide necessary barriers, guards, lights, flagmen or watchmen as may be necessary for proper maintenance of traffic and protection of persons and property from injury or damage. All costs involved in respect of the above requirements will be deemed to be included in the Contract Price. Where existing streets or roads are not available as detours, all traffic shall be permitted to pass through the Work with as little inconvenience and delay as possible unless otherwise provided or authorized. If half the street only is under improvement, the other half shall be conditioned and maintained as detour. Where construction is to be carried out on highways or properties other than those of the Owner it shall be the responsibility of the Contractor to familiarize himself with the requirements of the owners or controllers of these properties which pertain to traffic safety or control of the construction operation and to carry out his work in accordance with these requirements.
Hours of Work
4.6 4.6.7 (add new clause 4.6.7 as follows)
Hours of work are regulated by the City’s Construction Noise Bylaw. The Contractor shall not schedule work that will require inspection beyond an eight-hour day without the Contract Administrator’s prior approval. Any extra cost incurred by the Owner for work done outside of normal office hours may be deducted from the Contractor’s monthly payments. On the infrequent occasion that the Contractor finds it necessary to work on Saturday, Sunday or Statutory Holiday, he shall obtain the Engineer’s approval forty eight (48) hours in advance. Work on Sundays or Statutory Holidays will also require City approval, with minimum two weeks notice. The Contractor shall also be
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY GENERAL CONDITIONS
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master Municipal Construction Documents, Volume II, 1996( rev. April 2000)
Page SGC 5
charged a working day and will be charged the overtime inspection costs incurred by the Owner. Such costs shall be deducted from monthly progress payments.
Inspections 4.12 4.12.1 (delete clause 4.12.1 and replace as follows)
The Owner will pay for the cost of any testing required under this contract or ordered by the Contract Administrator. The Contractor shall furnish at his expense any labour, equipment, and materials required to obtain representative samples of materials or workmanship incorporated into the Work. Where tests or inspections reveal workmanship or materials not in compliance with contract specifications, the Contractor shall pay for the cost of all additional tests ordered by the Contract Administrator to verify acceptability of corrected work. Extensions to the Contract Time shall not be allowed for any delay occasioned by the above requirement.
Final Cleanup 4.14 4.14 (amend clause 4.14 as follows)
All streets affected by work shall be power swept and made dirt, gravel and grit free.
Survey Layout and
As-Constructed Information
4.17 4.17.1 (add new clause 4.17.1 as follows) The Contractor is responsible for all survey required for construction layout and for record drawings associated with this contract. The Contractor shall be responsible for recording of all field survey information pertaining to the as-constructed drawings, including wye locations, depths and locations of service connections, valve and hydrant locations, etc. The Contractor shall provide, at no charge, a completed set of legible, marked-up as-constructed prints to the Contract Administrator on completion of the Work. The Contractor shall provide any additional information as requested to enable the Contractor Administrator to prepare and submit as-constructed record drawings to the Municipality or the Owner for their records.
No Road Closure
Allowed
4.18 4.18.1 (add new clause 4.18.1 as follows) Total road closure in this Contract will not be allowed. Minimum single lane traffic in both directions must be maintained at all times, and proper traffic control standards shall be enforced. On streets where construction is to take place, the Contractor will be required to post signs at each end of the project warning motorists
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY GENERAL CONDITIONS
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master Municipal Construction Documents, Volume II, 1996( rev. April 2000)
Page SGC 6
to expect delays and advising alternative routes should be used.
City Industrial Health
and Safety Program
4.19
4.19 (add new clause 4.19 as follows) 4.19.1 All contractors working for the City of New Westminster are required to be aware of the City’s Industrial Health and Safety Program. It is the Contractor / Subcontractor’s responsibility to perform the job in compliance with the City’s safety standards. The Contractor / Subcontractor is responsible for the compliance of all employees for whom he is primarily responsible, with all WSBC Industrial Health and Safety Regulations, as well as all other applicable Regulations. 4.19.2 As a Contractor / Subcontractor signing a contract with the City, you are agreeing that your Company, Management Staff, Supervisory Staff and workers will comply with our Industrial Health and Safety Program. This is binding while you are on any City work site. 4.19.3 An infraction not immediately corrected, as directed by the contracting City Department, will result in the Contractor / Subcontractor being advised of a breach of contract and advised of action, which will be taken. It must be definitely established that all workers on the job, including all Subcontractor’s employees, are informed of our safety program. Copies of the City’s Industrial Health and Safety Program may be obtained at Engineering Operations, 901 – 1st Street.
VALUATION OF CHANGES AND EXTRA WORK
9 9.4 (delete GC 9.4.1 and substitute the following) 9.4.1 The Contractor shall hold firm all unit prices submitted in
the Schedule of Quantities and Prices regardless of the increase or decrease in quantities.
LAWS, NOTICE,
PERMITS AND FEES
20
20.2 (add new clause 20.2.3 as follows) 20.2.3 The Contractor shall give FortisBC Gas three weeks notice and shall allow two weeks for any relocation work when crossing a FortisBC Gas line.
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY GENERAL CONDITIONS
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master Municipal Construction Documents, Volume II, 1996( rev. April 2000)
Page SGC 7
Notice to Residents and Businesses
20.5.1 (add new clause 20.5.1 as follows) The Contractor shall supply copies of letters advising affected residents and business premises. The Contractor shall be responsible for delivering these letters no sooner than seven days and no later than two days before the start of construction.
Workers’ Compensation
21
Contractor is Prime Contractor
21.2 21.2 (delete 21.2 and replace with the following) The Contractor agrees that it shall, at its own expense, procure and carry or cause to be procured and carried and paid for, full Workers’ Compensation Board coverage for itself and all workers, employees, servants and others engaged in or upon any work or service which is the subject of this contract. The Contractor agrees that the Owner has the unfettered right to set off the amount of the unpaid premiums and assessments for such Workers’ Compensation Board coverage against any monies owing by the Owner to the Contractor. The Owner shall have the right to withhold payment under this contract until the Workers’ Compensation Board premiums, assessments or penalties in respect of work done or service performed in fulfilling this contract have been paid in full.
The Contractor agrees that it is the “Prime Contractor” for the purposes of the Workers’ Compensation Board Occupational Health and Safety Regulation for the Province of British Columbia. The Contractor shall have a safety program that meets the requirements of the Workers’ Compensation Board, shall provide first aid services, and shall ensure that all Workers’ Compensation safety rules and regulations are observed during performance of this contract, not only by the Contractor but by all subcontractors, workers, material personnel and others engaged in the performance of this contract. Prior to commencement of construction, the Contractor shall complete and file a “Construction Notice of Project” with the Workers’ Compensation Board and shall
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY GENERAL CONDITIONS
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master Municipal Construction Documents, Volume II, 1996( rev. April 2000)
Page SGC 8
provide a copy of the same to the Contract Administrator confirming that the Contractor shall be the Prime Contractor responsible for coordination of safety and health under 20.2 - Notice of Project; 20.3 - Coordination of Multiple Employer The Contractor shall provide the Owner with the Contractor’s Workers’ Compensation Board registration number and letter from the Workers’ Compensation Board confirming that the Contractor is registered in good standing with the Workers’ Compensation Board and that all assessments have been paid to the date thereof prior to the Owner having any obligation to pay monies under this contract. The Contractor shall appoint a designated, qualified Coordinator to ensure the coordination of Health and Safety activities for the work locations, provide assurance of a written safety program in accordance with the Occupational Health & Safety Regulation, and to conduct weekly toolbox safety meetings and monthly formal safety meetings. The safety program, all written safe work procedures and site maps are to be available at the work site prior to the commencement of the work.
The Contractor shall indemnify the Owner and hold harmless the Owner from all manner of claims, demands, costs, losses, sanctions and penalties and proceedings arising out of, or in any way related to, unpaid Workers’ Compensation Board assessments owing from any person or corporation engaged in the performance of this contract or arising out of or in any way related to the failure to observe safety rules, regulations and practices of the Workers’ Compensation Board, including penalties levied by the Workers’ Compensation Board. Occupational Health and Safety The Contractor and its employees and the Contractor’s sub-contractors and their employees shall conform to all current occupational health and safety laws, by-laws, or regulations of the Province of British Columbia including any regulations requiring installation or adoption of safety devices or appliances. The Owner may, on twenty-four (24) hours written
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY GENERAL CONDITIONS
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master Municipal Construction Documents, Volume II, 1996( rev. April 2000)
Page SGC 9
notice to the Contractor, suspend the work hereunder immediately as a result of failure to install such devices or because the conditions of immediate danger exist that would be likely to result in injury to any person. Such suspension will continue until the default or failure is corrected.
Without limiting the generality of any other indemnities granted by the Contractor herein, the Contractor shall indemnify and save harmless the Owner against any loss or expense or penalty suffered or incurred by the Owner by reason of failure of the Contractor, its agents or employees, or any sub-contractors of the Contractor, its agents or employees to comply or ensure compliance with the health and safety laws, by-laws and regulations mentioned above. Further, the Contractor warrants that it will not produce or discharge in any manner or form, directly or indirectly, chemicals or toxic substances and that all vehicles and equipment used will not pose a hazard to, or harm or adversely affect anyone coming into contact with them and covenants and agrees to provide the Owner with an environmental plan (where applicable), acceptable to the City of New Westminster, which plan shall outline the procedures to be followed by the Contractor to prevent the production or discharge of chemicals or toxic substances into the environment.
(a) The Contractor shall provide all his work in such a manner that it ensures safety, of the public and in accordance with the safety regulations of the Workers' Compensation Board.
(b) It is required that the Contractor understands and
undertakes to comply with all the W.C.B. Industrial Health and Safety Regulations for hazardous materials and substances namely, the new "Workplace Hazardous Materials Information Systems (WHMIS)" Regulations.
If you are unfamiliar with the Industrial Health and Safety Regulations covering hazardous materials and substances, in particular the WHMIS regulations, or if you are uncertain as to how they relate to the work you are performing for the City of
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY GENERAL CONDITIONS
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master Municipal Construction Documents, Volume II, 1996( rev. April 2000)
Page SGC 10
New Westminster on its premises/work site, we suggest you call the W.C.B. Head Office in Richmond during normal business hours - (8:30 a.m. - 4:30 p.m., Monday to Friday).
WHMIS INFORMATION RESEARCH AND STANDARDS DEPARTMENT W.C.B. Occupational Safety and Health Division 6951 Westminster Highway Richmond, BC V7C 1C6
APPENDIX “F” - RISK, HEALTH AND SAFETY (Responsibilities of Contractors) The City of New Westminster strives to maintain a safe work environment for employees and contractors and insists upon the enforcement of safe practices and procedures in all premises and in all work activities. It is essential that all contractors and their employees and subcontractors perform in the same manner. As a contractor to the City of New Westminster, you are expected to conform to the requirements of the Workers’ Compensation Act, the WCB Occupational Health and Safety Regulation and to all federal, provincial and local laws and regulations. Any City of New Westminster employee has the authority to order an unsafe act to cease or to have an unsafe piece of equipment removed from the premises or, in extreme situations, to shut down a job entirely. The following information is provided as typical City of New Westminster requirements, but does not relieve the contractor from complying with all applicable local, provincial and federal laws, regulations and bylaws. PERSONNEL 1. You are expected to inform your employees of any potential
hazard in the workplace and advise of appropriate action to be taken should a hazard be found or a fire or accident occur.
2. Contractors shall restrict persons invited on the premises to employees only. No families or friends are permitted.
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY GENERAL CONDITIONS
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master Municipal Construction Documents, Volume II, 1996( rev. April 2000)
Page SGC 11
3. The contractor shall advise the Owner of any on-site accidents
involving the contractor’s employees, or injuries to others caused by the contractor’s business.
GENERAL SAFETY RULES
1. Horseplay, gambling and the use of alcohol or narcotics will not be tolerated.
2. Orderliness and good housekeeping are basic requirements and must be maintained at all times.
3. Any equipment, which could create a hazard, must be
maintained in good condition.
4. Restricted and controlled products shall be labelled, used and stored in accordance with the associated regulations, e.g. WHMIS.
5. Contractors shall use a regular system of inspections to
detect and correct hazardous conditions, safety violations and unsafe working practices on the job site.
6. Contractors shall ensure their employees utilize proper
safety equipment and clothing as required for job site activities.
7. Contractors must follow and have on site proper written
safe work procedures for hazardous work, e.g. confined space entry, lockout, excavations and shoring, etc.
8. All ladders must be of an approved type and length.
Unacceptable ladders must be removed immediately from the premises.
9. All vehicles and equipment on City property must be kept
in safe mechanical condition at all times, and be operated only by persons with a valid driver’s license and/or proper training and qualifications.
10. Contractors shall not operate any equipment, valves,
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY GENERAL CONDITIONS
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master Municipal Construction Documents, Volume II, 1996( rev. April 2000)
Page SGC 12
switches, etc., which are part of the District’s operation, unless specific permission is received from the Owner representative.
11. Accumulation of oily rags, combustible refuse or similar
fire hazards will not be tolerated. Your safety record and attitude are important criteria used to judge your qualification for future bidding on contracts with the City of New Westminster. You can help ensure employee safety and your eligibility for future business with the Owner if you exhibit and practice a “Safe Word - Safe District” attitude.
INSURANCE 24
Required Insurance
24.1 24.1 (amend 24.1 as follows) In addition to the MMCD insurance requirements, the Contractor shall also comply with the following requirements, which will take precedence. 24.1.1 The Contractor shall insure and keep insured while this contract is in force, with such companies and on such forms as are acceptable to the Owner, at the Contractor’s expense. Comprehensive General Liability Insurance covering premises and operations liability; Contractor’s Contingency Liability with respect to the operations of Subcontractor’s Completed Operations Liability, Contractual Liability and Non-Owned Automobile Liability Insurance. “(replace 24.1.1 (a) with the following) The limits of liability for Personal Injury and Property Damage combined shall be for not less than $5,000,000 each occurrence. “(add to 24.1.1 (b) as follows)” The Owner shall be added as an additional named insured under the Comprehensive General Liability. A Cross Liability Clause shall be made part of the Comprehensive General Liability Insurance.
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY GENERAL CONDITIONS
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master Municipal Construction Documents, Volume II, 1996( rev. April 2000)
Page SGC 13
“(add new 24.1.7 as follows)” All policies shall provide that they cannot be cancelled, lapsed, or materially changed without at least thirty (30) days notice to the Owner by Registered Mail. Prior to commencement of any work hereunder, the Contractor shall file with the Owner a certificate of insurance for each policy required. All such insurance shall be maintained until final completion of the work including the making good of faulty work or materials, except that coverage for completed operations liability shall in any event be maintained for twelve (12) months from date of final acceptance. Should the contractor neglect to obtain and/or maintain insurance as aforesaid, or deliver such policy or policies to the Owner, then the Owner shall obtain and/or maintain such insurance and the Contractor hereby appoints the Owner its true and lawful attorney to do all things necessary for this purpose. All monies expended by the Owner for Insurance premiums under the provisions of this clause shall be charged to the Contractor. 24.1.8 “(add new clause 24.1.8 as follows)” The Contractor shall ensure the following are additional named insured under this contract: City of New Westminster All Sub-Contractors WEB Engineering Ltd.
MAINTENANCE
PERIOD 25
Correction of Defects
25.1
25.1.4 (add new clause 25.1.4 as follows) The Owner is authorized to make repairs to defects or deficiencies if, ten days after giving written notice, the Contractor has failed to make or undertake with due diligence the required repairs. However, in the case of emergency where, in the opinion of the Owner, delay is not reasonable, repairs may be made without notice being sent to the Contractor. All expenses incurred by the Owner in connection with repairs made pursuant to GC 25 shall be paid by the Contractor and may be deducted from the Maintenance Security, or other holdbacks. The Contractor shall
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY GENERAL CONDITIONS
These Supplementary General Conditions must be read in conjunction with the General Conditions contained in the Master Municipal Construction Documents, Volume II, 1996( rev. April 2000)
Page SGC 14
promptly pay any shortfall.
Commencement of Maintenance
Period
25.2 25.2.2 (add new clause 25.2.2 as follows) All warranties under this Contract commence from the date of Substantial Performance of the Contract, regardless of whether any Subcontractor achieves Substantial Performance of its Subcontract prior to Substantial Performance of the Contract as a whole.
SUPPLEMENTARY SPECIFICATIONS Supplementary Specifications
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY SPECIFICATIONS
NWIT-13-23 SSP Page SS 1
TABLE OF CONTENTS SS 1 Scope of Work SS 2 Contract Time SS 3 Definitions SS 4 Temporary No Parking SS 5 Photographic Records SS 6 Cellular Phone for Site Inspector SS 7 Storm Water Quality Protection SS 8 Replace and Adjust Manhole Cover SS 9 Cold Milling: Milling Operation SS 10 Asphalt Pavement Unit Price Adjustment SS 11 Superpave Asphalt Mix and Paving SS 12 Traffic Loop Detector Replacement SS 13 Crushed Granular Subbase and Granular Base SS 14 Permanent Pavement Markings SS 15 Fibre Optic Cable SS 16 Traffic Management Plan SS 17 Pavement Patching SS 18 Test Holes along existing Metro Vancouver Mains (Provisional) SS 19 Warm Mix Asphalt (WMA) APPENDICIES: A: Construction Work Restrictions B: List of Possible Projects C: Metro Testing Core Reports
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY SPECIFICATIONS
NWIT-13-23 SSP Page SS 2
SS 1 Scope of Work
This Contract involves road works which includes road reconstruction, pavement patching, asphalt milling, and paving on various streets in the City of New Westminster. These works are funded under the Capital Works Program.
A List of Possible Projects with a Preliminary Pavement Strategy (based on limited visual and sub-surface information) for each is appended to these Supplementary Specifications. The Engineer will confirm pavement strategies in the field prior to commencement of work. Field adjustments to strategies during construction can be expected as subsurface information is reviewed.
Projects may be added, deleted or modified by the City without penalty. The Construction schedule will need to be flexible to allow coordination with other projects.
SS 2 Contract Time
The Work under Section A of this Contract shall be completed no later than 10 Weeks from the Commencement Date.
SS 3 Definitions
In these Supplementary Specifications, unless the context otherwise requires, “Section” means section of the Specifications or the Conditions of Contract. “Item” means item of the Schedule of Quantities and Prices.
SS 4 Temporary No Parking
Add new clause 1.4.5 to Section 01570 1.4, Control of Public Traffic.
.5 Where it is necessary to temporarily disrupt on-street parking for construction, .1 distribute 48-hour advance notice to residents. .2 supply and erect temporary “no-parking” signs. .3 do not impound parked vehicles unless instructed to do so by police or
by-law officer. .4 vehicles may be towed at Contractor’s risk and expense to a nearby
location. Inform registered owner as soon as possible as to the location of vehicle. Do not charge vehicle recovery or towing fees to vehicle owner.
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY SPECIFICATIONS
NWIT-13-23 SSP Page SS 3
SS 5 Photographic Records
Add the following to Section 01721 – 1.7; Recording Actual Site Conditions. .5 The Contractor shall have dated photos of each site taken prior to starting
work on the project. Compile photos into binders or provide on digital compact disks for the project records. Provide copy of the photos to the Contract Administrator.
SS 6 Cellular Phone for Site Inspector
Add the following new clause to Section 01535 – 1.8 Temporary Telephone. .2 The Contractor shall provide a cellular telephone for the exclusive use of
the Site Inspector until all Work under this Contract is completed. All costs associated with the phone are the responsibility of the Contractor.
SS 7 Storm Water Quality Protection
Prior to either asphalt milling or application of asphaltic tack coat, install a piece of filter fabric (catchbasin sock) between the catchbasin grate and frame so that foreign materials (asphalt millings, liquid tack coat, asphalt, etc) do not enter the catchbasin during construction. Where construction is adjacent open watercourses, install silt fences, check dams and hay bales (as appropriate) to control silt from worksite. There is no separate payment for this work.
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY SPECIFICATIONS
NWIT-13-23 SSP Page SS 4
SS 8 Replace And Adjust Manhole Cover ( Item 4.13 )
.1 Adjust manhole covers to finished paving grades.
.2 Cast Iron Riser Rings are not permitted.
.3 Measurement for payment per following descriptions:
Frame and Cover Adjustment (Item 4.13.1)
Remove existing cast iron frame and cover, concrete / brick risers. Clean concrete doughnut to remove all old mortar. Add new IPEX “Lifesaver” PE risers. Re-install cast iron frame and cover to meet new grade, profile and cross-fall. If required, add ladder rungs to suit Worksafe BC Requirements (Ladder rungs not included in unit price).
Frame and Cover Replacement (Item 4.13.2)
Remove existing cast iron frame and cover, concrete / brick risers. Clean concrete doughnut to remove all old mortar. Add new IPEX “Lifesaver” PE risers and Muller AJ633 Adjustable Frame and Cover to new grades. If required, add ladder rungs to suit Worksafe BC Requirements (Ladder rungs not included in unit price).
Payment will be made at the unit price bid for each manhole modified as described above.
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY SPECIFICATIONS
NWIT-13-23 SSP Page SS 5
SS 9 Cold Milling: Milling Operation (Item 4.16)
MMCD Section 02574 is modified by addition of the following to sub-section 3.4, Milling Operation The following applies to all asphalt milling including surface milling and full depth milling listed under Schedule of Quantities and Prices item 4.16. .7 All manhole rims, valve covers, utility cover lids, wheelchair letdowns,
and butt joints to adjacent road sections must have a temporary asphalt ramp from the top of existing road to the milled surface of sufficient length to prevent damage to vehicular and / or pedestrian traffic. The ramps are to be removed immediately prior to paving.
.8 For surface milling operations, pavement patch or repair any section
where gravel base is exposed (break-through) prior to end of working day and opening road to traffic.
.9 For full depth milling operation, at least asphalt base lift prior to end of
working day and opening road to traffic, unless approved otherwise by the City.
.10 The Contractor may mill asphalt over areas to be excavated to facilitate
the work. There will be no separate measurement for this work under Item 4.16. Measurement and Payment to be included in Common Excavation.
SS 10 Asphalt Pavement Unit Price Adjustment (Item 4.10)
The Contractor or the Owner may request adjustment of the unit prices submitted for Asphalt Pavement (Schedule of Quantities and Prices Item 4.10) if the Composite Rack Posting (CRP) varies by more than 5.0% from Tender Closing Date to the time the asphalt paving is actually performed. The CRP is a composite of the available Rack Postings for PG 64-22 FOB Langley BC. Requests for asphalt pavement unit price adjustment must be made prior to commencing asphalt paving. Payment for asphalt paving performed prior to a request for price adjustment will be made at the unit price submitted in Schedule
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY SPECIFICATIONS
NWIT-13-23 SSP Page SS 6
of Quantities and Prices Item 4.10 plus any previous adjustments made under this Supplementary Specification (Project). Unit prices submitted under Item 4.10 will be increased or decreased as applicable using the following formula: Adjustment = (CRP work - CRP tender) x AC volume
Adjustment amount in dollars per tonne the unit price is modified CRP work is the CRP at the time paving is performed CRP tender is the CRP at the Tender Closing Date AC volume is the mixture design percent asphalt content, by volume
SS 11 Superpave Asphalt Mix And Paving ( Item 4.10)
1.0 General Add new clause 1.0.2 and new clause 1.03
.2 This Section applies to mix Superpave designs for “design traffic load of 3 to less than 30 million ESAL”. If a higher design traffic is specified, the publication “Superpave Level 1 Mix Design – Superpave Series No. 2 (SP-2)” must be used.
.3 All mix to be Warm Mix Asphalt (WMA). Maximum 10% RAP
permitted in WMA mixes. 1.2 References Add new clause 1.2.2
.2 “Superpave Level 1 Mix Design – Superpave Series No. 2 (SP-2)” and C-SHRP Technical brief # 17.
2.0 Products Replace Section 2.0 with: 2.1 Materials
.1 Mineral Aggregates as described in Chapter 3 of “Superpave Level 1 Mix Design – Superpave Series No. 2 (SP-2)”
.2 Asphalt cement to meet or exceed Performance Grade PG 62 -22.
Submit test results confirming conformance with the PG specification.
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY SPECIFICATIONS
NWIT-13-23 SSP Page SS 7
2.2 Mix Design
.1 Design of mix to follow Level 1 procedures as published in the current edition of Asphalt Institute Manual SP -2, Superpave Level 1 Mix Design. All procedures of Chapter 5 of the above mentioned publication are required, including Moisture Sensitivity.
.2 Provide gradation curve based on the results of at least five ( 5 )
samples for each aggregate type ( or stockpile ). .3 Superpave Design Gyratory Compactive effort to be based on
following criteria , unless modified by the Engineer: Number of Gyrations Initial 8 Design 100 Maximum 160
3.0 Execution 3.1 Plant and Mixing Requirements
.4 Mixing Tolerances Replace Clause 3.3.4 with:
.1 During plant production, the gradation of the asphalt mix aggregate shall be tested. Samples shall be obtained at the plant both prior to and after the addition of asphalt cement. Test results shall be made available within three ( 3 ) hours of sampling.
.2 During plant production, the mixture properties shall be within the
following tolerances of the design : Mixture Property Tolerance Asphalt Content 0.3 % Air Voids 1.0 % Voids filled with asphalt, % 65 - 75 Dust Proportion 0.6 - 1.2
.3 The Owner will conduct Quality Assurance testing. Quality Assurance
testing may be conducted at the hot mix plant. The Contractor shall provide 100 amp single phase 250 volt power outlet receptacle and space within 15 meters of the receptacle for mobile test equipment.
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY SPECIFICATIONS
NWIT-13-23 SSP Page SS 8
.11 Production Quality Control Plan Add new Clause 3.1.11
.1 A Production Quality Control Plan ( PQCP ) shall be submitted to the Engineer at least 7 days prior to paving. No paving will be permitted until the PQCP has been approved. As a minimum the PQCP shall include :
(a) monitoring procedures for stockpiles plant aggregate gradation
and consistency (b) asphalt cement content (b) tests required and frequency for Quality Control (c) time frame for test results during paving
.2 The Contractor shall employ qualified personnel, including at least
one certified technician to implement and oversee the PQCP.
3.6 Compaction Replace Clause 3.6.1 with:
.1 Roll asphalt continuously to density between 91.0% and 96.0% of the maximum theoretical density. Ninety percent ( 90% ) of a minimum five ( 5 ) samples shall meet this criteria. In addition, no individual test can be less than 89.0%.
.2 The Contractor is responsible for Quality Control. A Construction
Quality Control Plan ( CQCP ) shall be submitted to the Engineer 7 days prior to paving.
As a minimum, the CQCP shall include full details of:
(a) the paving equipment (b) number of trucks (c) rate of placement (d) contemplated rolling patterns (e) testing for control of density
3.7 Joints Add New Clause 3.7.1.4:
.4 Feather joints are not permitted. Construct butt joints at all locations
where meeting existing pavement. Surface milling for preparing butt
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY SPECIFICATIONS
NWIT-13-23 SSP Page SS 9
joints will be paid separately under item 4.16 b). Butt joint locations are not shown on the Contract drawings. The location of all butt joints shall be determined by the Contractor.
SS 12 Traffic Loop Detector Replacement (Item 4.21)
This item does not apply to loops for new or upgraded traffic signals nor replacement loops for signal upgrades. This item applies only to traffic signal loop detectors that need to be replaced as a result of asphalt milling, pavement patching, or excavation for utility installation where new signals or upgrades are not occurring. For loops as defined above: .1 The Contractor shall reference the loop type(s) and location(s) prior to
commencing work. The Contractor shall notify Traffic Operations Department 48 hours prior to disrupting loops. Install detector loops prior to final overlay. Also notify Traffic Operations Department immediately after repaving and reconnection of loops.
SS 13 Crushed Granular Sub-base and Granular Base( Item 4.6, 4.7 )
Delete Section 02223 - 3.5.3 Backfill Materials and replace with the following: .2 Trench Backfill Material to be Crushed Granular Sub-base Delete Section 02224 – 2.2 Specified Materials and replace with the following: .1 Subgrade Fill to be 100 mm Pit Run Gravel .2 Sub-base for road construction shall be Crushed Granular Sub-base. Replace Section 02226 – 2.9.1, Crushed Granular Sub-base with the following: .1 To be quarried rock, 100% fractured to 75 mm minus by mechanical
means with no rounded sands or aggregates to following gradations. (Note: Table on Page 02226-6 unchanged)
Replace Section 02226 – 2.10.1, Granular Base, with the following: .1 To be quarried rock, 100% fractured to 19 mm minus by mechanical
means with no rounded sands or aggregates to following gradations. (Note: Table on Page 02226-7 unchanged)
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY SPECIFICATIONS
NWIT-13-23 SSP Page SS 10
SS 14 Permanent Pavement Markings ( Item 4.24 )
All permanent pavement markings to be thermoplastic markings. Lane lines on new pavement to be extruded thermoplastic. Delete Section 02580 – 1.2 , Scope, and replace with the following: .1 Survey referencing all existing traffic control / pavement markings prior
to commencing work, survey layout and installation of new markings with paint or thermoplastic material as directed by Contract Administrator. Markings may include crosswalks, symbols, lettering, stop bars, lane and edge lines, or related markings.
Delete Section 02580 – 1.5.2 and .3, Measurement and Payment, and replace with the following: .2 Payment for permanent pavement markings will be made at the
applicable unit rate per material classification listed in the Schedule of Quantities and Prices. Measurement of lines will be by lineal meter between intersections, stop bars, or curbs. Dashed, skip, or broken lines will be measured as a continuous line without considering breaks. For cross hatching for painted medians, the entire median area will be measured in square meters. Zebra Cross Walks will be measured from pavement edge to pavement edge perpendicular to direction of vehicle traffic.
.3 Payment for permanent pavement markings includes:
.1 Survey referencing existing pavement markings prior to conducting work
.2 Survey layout of replacement permanent pavement markings
.3 Installation of temporary pavement makings until permanent markings are installed.
.4 Removal of Temporary pavement markings and devices after permanent markings are in place.
.5 Construction of permanent pavement markings with paint or thermoplastic material as directed by Contract Administrator
.6 All traffic control, scheduling and co-ordination to complete the temporary and permanent pavement markings.
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY SPECIFICATIONS
NWIT-13-23 SSP Page SS 11
SS 15 Fibre Optic Cable (Item 4.44)
TeraSpan Networks Inc. has a private fibre optics network that could be impacted by works under this contract. Where the cable is encountered during construction, steps shall be taken to have the cable relocated to a new conduit. This work must be carefully coordinated by the Contractor with TeraSpan. The Owner is not responsible for any delays resulting from this work. The Contractor shall: .1 Contact Tera Span at 604-255-8711 and arrange for work to commence .2 supply and install conduit .3 install junction boxes provided by TeraSpan Networks Inc. Measurement for payment of Junction Boxes as each installed. Measurement for payment of supply and install conduit by lineal meter. All cutting of cable, splicing and installation of cable in conduits by TeraSpan Networks Inc.
SS 16 Traffic Management Plan
The Contractor shall provide a traffic management plan including proposed traffic diversions, location of flaggers and signage. The plan must be approved by the Owner. Electronic Changeable Message Boards will be required for busy arterial/collector roads. For the Royal Avenue Project, Electronic Changeable Message Boards must be placed in position a minimum of two weeks before starting work to advise motorists of the upcoming works. A minimum of 8 Electronic Changeable Message Boards will be required. The Owner will issue a Highway Use permit permitting parking outside of construction hours. There is no separate payment for providing a traffic management plan.
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY SPECIFICATIONS
NWIT-13-23 SSP Page SS 12
SS 17 Pavement Patching (Item 4.17)
1.0 General .1 Definition
Section SS 17 refers to those patching of existing pavement requiring removal of full depth of existing asphalt concrete and repaving with new hot-mix asphalt Concrete Paving (Section 02512) where the following conditions are met:
a) the width of the patch is less than 2.0 meters, AND b) the total area of the patch is less than 500.0 square meters. Repairs to granular base and / or subbase may also be required. All other repairs will be paid at applicable unit rates for asphalt milling and hot mix asphalt concrete paving.
.2 Measurement and Payment .1 Pavement Patching will be paid for on the basis of square meters per
re-installed asphalt depth and size range classification in the Schedule of Quantities and Prices.
.2 Base or subgrade repairs will be measured separately as excavation
and granular materials as appropriate.
2.0 Execution .1 Where possible, Pavement Patching to be completed after surface milling. .2 Contractor to provide materials and traffic control for layout of sections to
be patched as identified by Contract Administrator. .3 Minimum thickness of asphalt patch to be 75 mm. A thicker patch may be
required by the Contract Administrator.
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
SUPPLEMENTARY SPECIFICATIONS
NWIT-13-23 SSP Page SS 13
SS 18 Test Holes along existing Metro Vancouver Mains (Provisional) (Item 4.45) This item applies only to works occurring over and/or near existing Metro Vancouver Water/Sewer Mains. Test holes will be required to confirm the location of the existing Metro Vancouver Water/Sewer Mains. Payment for this item shall be measured for each test hole completed. Payment shall include saw cutting pavement or concrete, excavation with a Hydro-Vac truck, disposal of surplus excavated materials, backfill with approved bedding material, backfill with approved imported granular backfill material, all traffic control, recording the location of the existing main, co-ordinating works with Metro Vancouver personal, all temporary and/or permanent surface restoration and all other works and materials necessary to complete the installation of the test hole.
SS 19 Warm Mix Asphalt (WMA) (Item 4.10) Warm Mix Asphalt (WMA) is required for all projects in this contract. Maximum 10% RAP permitted in WMA mixes.
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
Appendix A – Work Hour Restrictions
NWIT-13-23 SSP
ID# Street / Intersection
Location Work Hours Allowed
208 8th Avenue (Provisional) : 6th Street to McBride Blvd 9:00 a.m. to 3:00 p.m. 222 6th Avenue : 6th Street to 5th Street 7:00 a.m. to 5:00 p.m. 229 Royal Avenue : 4th Street to Dufferin Street 7:00 a.m. to 3:00 p.m. for East Bound
Lanes 9:00 a.m. to 3:00 p.m. for West Bound Lanes
229 Royal Avenue : Dufferin Street to Pattullo Bridge On Ramp
During scheduled closure of Pattullo Bridge by Translink
232 6th Street : 8th Avenue to 10th Avenue 7:00 a.m. to 5:00 p.m.
* Hours or work subject to change based on site constraints and are to be approved by
the City Engineer.
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
Appendix B – List of Projects
NWIT-13-23 SSP
COMPLETE LIST OF POSSIBLE PROJECTS (with preliminary pavement strategies) ID# Street/
Intersection
Location Preliminary Strategy Existing A/C
Depth 208 8th Avenue :
(Provisional) 6th Street to 4th Street 4th Street to Sta. 22+729 Sta. 22+729 to Colborne St. Colborne St. to McBride Blvd
Full Depth Mill asphalt and base gravels to depths ranging from 120mm to 150mm. Proof roll and over excavate failed areas. Install base gravels as required and repave with 70mm, 50mm asphalt lifts. Excavate road down 180mm. Proof roll and over excavate failed areas. Install 60mm thick base gravel layer and repave with 70mm, 50mm asphalt lifts. Full Depth Mill asphalt and base gravels to depths ranging from 120mm to 150mm. Proof roll and over excavate failed areas. Install base gravels as required and repave with 70mm, 50mm asphalt lifts. East Bound Lanes
Curb Lane ‐ Full Depth Mill asphalt and base gravels to 120mm depth. Proof roll and over excavate failed areas. Repave with 70mm, 50mm asphalt lifts.
Thru & Turn Lanes – Surface Mill asphalt to 50mm depth. Pavement Patching as required. Repave with 50mm asphalt lift.
West Bound Lanes
Full Depth Mill asphalt and base gravels to 120mm depth. Proof roll and over excavate failed areas. Repave with 70mm, 50mm asphalt lifts.
110mm
to 150mm
75mm to
165mm
90mm to
150mm
80mm
190mm
80mm to
115mm
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
Appendix B – List of Projects
NWIT-13-23 SSP
ID# Street/ Intersection
Location Preliminary Strategy Existing A/C
Depth 222 6th Avenue : 6th Street to Sta. 12+520
Sta. 12+520 to 5th Street
Excavate road down 725mm. Rebuild road with 450mm thick sub-base gravel layer and 150mm thick base gravel layer. Repave with 75mm, 50mm asphalt lifts. Full Depth Mill asphalt and road gravels to 115mm depth. Proof roll subgrade and over excavate as required. Repave with 65mm, 50mm asphalt lifts.
N/A
N/A
229 Royal Ave. : 4th St. to Sta. 11+70 (EB Lanes) 4th St. to Sta. 12+55 (WB Lanes) Sta. 11+70 to Sta. 15+30 (EB Lanes) Sta. 12+55 to Sta. 14+80 (WB Lanes) Sta. 15+30 to Pattullo Bridge On Ramp (EB Lanes) Sta. 14+80 to Dufferin St (WB Lanes)
Thru & Turn Lanes: Excavate road down 350mm. Rebuild road with 200mm thick base gravel layer. Repave with 100mm, 50mm asphalt lifts. Parking Lanes: Full Depth Mill asphalt and road gravels to 100mm depth. Proof roll subgrade and over excavate as required. Repave with 50mm, 50mm asphalt lifts. Thru & Turn Lanes: Excavate road down 750mm. Rebuild road with 450mm thick sub-base gravel layer and 150mm thick base gravel layer. Repave with 100mm, 50mm asphalt lifts Parking Lanes: Full Depth Mill asphalt and road gravels to 100mm depth. Proof roll subgrade and over excavate as required. Repave with 50mm, 50mm asphalt lifts. Full Depth Mill asphalt and road gravels to 120mm depth. Proof roll subgrade and over excavate as required. Repave with 70mm, 50mm asphalt lifts.
60mm
to 90mm
60mm
90mm to
130mm
N/A
80mm to
110mm
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
Appendix B – List of Projects
NWIT-13-23 SSP
ID# Street/ Intersection
Location Preliminary Strategy Existing A/C
Depth 232 6th Street : 10th Avenue to Sta. 1+140.6
Sta. 1+140.6 to Sta. 1+449.8 Sta 1+449.8 to 8th Avenue
Excavate road down 600mm. Rebuild road with 300mm thick sub-base gravel layer and 150mm thick base gravel layer. Repave with 100mm, 50mm asphalt lifts. Thru Lanes: Excavate road down 600mm. Rebuild road with 325mm thick sub-base gravel layer and 150mm thick base gravel layer. Repave with 75mm, 50mm asphalt lifts. Parking Lanes: Full Depth Mill asphalt and road gravels to 125mm depth. Proof roll subgrade and over excavate as required. Repave with 75mm, 50mm asphalt lifts. Excavate road down 600mm. Rebuild road with 300mm thick sub-base gravel layer and 150mm thick base gravel layer. Repave with 100mm, 50mm asphalt lifts.
65mm
65mm to
150mm
110mm
150mm
City of New Westminster 2013 Capital Pavement Program
Contract NWIT-13-23
Appendix C – Metro Testing Core Reports
NWIT-13-23 SSP