notice of addendum #1 - march 22, 2013 · 2013-06-11 · notice of addendum #1 - march 22, 2013...

30
NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE CONTRACT #8 Page - 1 - of 2 Please note there have been some changes made throughout the Contract Document and Form of Tender. Please pull and replace with the attached package. SECTION REMOVED/ ADDED/ REVISED Section 1 Form of Tender FT-3 Remove ‘Step Joint’ from the title in Item A-10 FT-4 Add ‘allowance’ to units in Item A-13 FT-5A Page added between FT-5 and FT-6. Item A-33-Temporary Pavement Markings and Item A- 34 Permanent Pavement Markings added. FT-8 Add item B-14 -Supply and Install 200mm dia. Sanitary to east and west side FT-14 SP added to Spec. No. reference to E-7. Reference to ‘trench backfill’ made in supply, place and compact of Granular ‘C’. Section 2- Information For Tenderers Table of Contents Page reference numbering changes made. Section 3 Special Provisions Full SP Section Due to addition of items and font change, page numbering through the SP’s has occurred. Pull and replace full SP section. Table of Contents Item 20 Granular ‘C’ for Trench Backfill added under Tender Items section. SP-14 Added number 20. - Granular ‘C’ for Trench Backfill (Item #A-11(c) and #E-7) Electronic Form of Tender FT-3 Remove ‘Step Joint’ from the title in Item A-10 FT-4 Add ‘allowance’ to units in Item A-13 FT-5A Page added between FT-5 and FT-6. Item A-33-Temporary Pavement Markings and Item A- 34 Permanent Pavement Markings added. FT-8 Add item B-14 -Supply and Install 200mm dia. Sanitary to east and west side FT-14 SP added to Spec. No. reference to E-7. Reference to ‘trench backfill’ made in supply, place and compact of Granular ‘C’.

Upload: others

Post on 23-Jul-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

NOTICE OF ADDENDUM #1 - March 22, 2013

MANITOULIN DRIVE – CONTRACT #8

Page - 1 - of 2

Please note there have been some changes made throughout the Contract Document and Form of Tender. Please pull and replace with the attached package. SECTION REMOVED/ ADDED/ REVISED Section 1 – Form of Tender

FT-3 Remove ‘Step Joint’ from the title in Item A-10

FT-4 Add ‘allowance’ to units in Item A-13

FT-5A Page added between FT-5 and FT-6. Item A-33-Temporary Pavement Markings and Item A-34 – Permanent Pavement Markings added.

FT-8 Add item B-14 -Supply and Install 200mm dia. Sanitary to east and west side FT-14 SP added to Spec. No. reference to E-7. Reference to ‘trench backfill’ made in supply, place

and compact of Granular ‘C’. Section 2- Information For Tenderers Table of Contents

Page reference numbering changes made.

Section 3 – Special Provisions

Full SP Section

Due to addition of items and font change, page numbering through the SP’s has occurred. Pull and replace full SP section.

Table of Contents

Item 20 – Granular ‘C’ for Trench Backfill added under Tender Items section.

SP-14 Added number 20. - Granular ‘C’ for Trench Backfill (Item #A-11(c) and #E-7)

Electronic Form of Tender

FT-3 Remove ‘Step Joint’ from the title in Item A-10

FT-4 Add ‘allowance’ to units in Item A-13

FT-5A Page added between FT-5 and FT-6. Item A-33-Temporary Pavement Markings and Item A-34 – Permanent Pavement Markings added.

FT-8 Add item B-14 -Supply and Install 200mm dia. Sanitary to east and west side FT-14 SP added to Spec. No. reference to E-7. Reference to ‘trench backfill’ made in supply, place

and compact of Granular ‘C’.

Page 2: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

NOT|CE OF ADDENDUM #1 -March22 2013

LondonCANADA

GeotechnicalAddition of Pre-Tender Test Pits Report from EXP Services lnc.

Questions and Responses

1. Are 5 degree bends allowed in the City of London for watermains?Answer: 5 degree PVC (gasketed bell end) fitting are approved for use in the City. They arerecommended for use to avoid excessive joint deflection. Please note that 5 degree sweeps are notapproved for use on watermain.

2. What is the existing sanitary and storm sewer pipe materials?Answer: Existing sanitary and storm sewer pipe material is concrete.

MANITOULIN DRIVE - CONTRACT #8

Page-2-of2

Page 3: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

CONTRACT #8 – MANITOULIN DRIVE

WATERMAIN REPLACEMENT

SCHEDULE OF ITEMS AND PRICES

FORM OF TENDER

PROJECT #EW3765-13, ES2414-12, TS3014-13

TENDER # T13-25

City of London |2013 Edition|Addendum#1 – March 22, 2013 FT -3

PART A – REMOVALS AND ROADWORKS Item No.

Spec. No.

Description

Unit

Estimated Quantity

Unit Price

Total Price

A-1 510 SR

Remove existing asphalt road surface (up to 200mm depth)

m² 12,000

A-2 510 SR

Remove existing asphalt driveways, including excavation (up to 200mm depth)

m² 2,000

A-3 510 SR

Remove existing concrete driveways and private walks including excavation (up to 200mm depth)

m² 200

A-4 510 SR

Remove existing concrete sidewalks including excavation (up to 200mm depth)

m² 600

A-5 510 SR

Remove existing paving stones, salvage and store for reinstallation, including excavation

m² 300

A-6 510 SR

Remove existing concrete curbs (all types)

m 2700

A-7 510 SR

Remove existing catch basins, including leads and grouting.

ea. 35

A-8 510 SR

Saw cut asphalt roads and driveways m. 500

A-9 510 SR

Saw cut concrete (up to 200mm depth) m. 150

A-10 510 SR SP

Remove asphalt by milling (2014) a) Step joints (depth = 50mm min) b) Side Streets and intersections

m² m²

125 500

A-11 206 180

SR/SP

Earth Excavation a) Excavate and dispose normally b) Excavate and reuse on site as Granular ‘B’ c) Excavate and reuse on site as Granular ‘C’ d) Excavate and dump as cover e) Excavate and dump as waste

m³ m³ m³ m³ m³

7100 500 500 100 50

A-12 206 SR

Earth Excavation Below Subgrade (including Granular ‘C’ for backfill)

t. 2,200

Page 4: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

CONTRACT #8 – MANITOULIN DRIVE

WATERMAIN REPLACEMENT

SCHEDULE OF ITEMS AND PRICES

FORM OF TENDER

PROJECT #EW3765-13, ES2414-12, TS3014-13

TENDER # T13-25

City of London |2013 Edition|Addendum#1 – March 22, 2013 FT -4

PART A – REMOVALS AND ROADWORKS Item No.

Spec. No.

Description

Unit

Estimated Quantity

Unit Price

Total Price

A-13 206 SP

Excavation of Contaminated Material below subgrade – including trenches (Provisional)

allowance 1 $5,000.00

$5,000.00

A-14 314 SW

Supply and Place Granular ‘A’ (depth – 150mm) (road and driveways)

t. 6300

A-15 314 SW

Supply and Place Granular ‘B’ (depth – 300mm)

t. 9,500

A-16 310 SR/SP

Supply and Place Hot Mix HL 8 (including asphalt ramps) – depth – 50mm min.

t. 1,650

A-17 310 SR/SP

Supply and place Hot Mix HL 3 in 2014 (depth – 50mm min.)

t. 1,700

A-18 310 350

SR/SP

Restore Driveways to match existing: a) Asphalt (75mm min.) b) Concrete (150mm min.) c) Paving stones / brick (including

edging)

m² m² m²

2,500 200 300

A-19 353 SR

Supply and Place Concrete Curbs: a) O.P.S.D. 600.010 b) O.P.S.D. 600.110 (driveways)

m. m.

2,500 140

A-20 353 SR

Concrete curb setbacks: a) 2013 b) 2014

ea. ea.

31 6

A-21 351 SR

Sidewalks and ramps – including excavation, granular and grading:

a) 100mm sidewalk b) 100mm private sidewalk c) 150mm sidewalk d) Paving stone

m² m² m² m²

650 50 50 25

A-22 407 SW

Supply and install Catchbasins (complete with frame and grate)

a) 600 x 600 single CB b) 600 x 840 Curb inlet CB

ea ea

31 6

Page 5: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

CONTRACT #8 – MANITOULIN DRIVE

WATERMAIN REPLACEMENT

SCHEDULE OF ITEMS AND PRICES

FORM OF TENDER

PROJECT #EW3765-13, ES2414-12, TS3014-13

TENDER # T13-25

City of London |2013 Edition|Addendum#1 – March 22, 2013 FT -5A

PART A – REMOVALS AND ROADWORKS (continued) Item No.

Spec. No.

Description

Unit

Estimated Quantity

Unit Price

Total Price

A-33 710 SR

Temporary Pavement Markings a) Yellow (Solid 10cm) b) Pedestrian Crossing (Solid White 10cm) c) Stop Bars (Solid White 40cm)

m m m

145 85 8

A-34 710 Permanent Pavement Markings

SR

a) Yellow (Solid 10cam) b) Pedestrian Crossing (Solid White 10cm) c) Stop Bars (Solid White 40cm)

m m m

145 85 8

TOTAL – PART A

Page 6: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

CONTRACT #8 – MANITOULIN DRIVE

WATERMAIN REPLACEMENT

SCHEDULE OF ITEMS AND PRICES

FORM OF TENDER

PROJECT #EW3765-13, ES2414-12, TS3014-13

TENDER # T13-25

City of London |2013 Edition FT -8

PART B - SANITARY SEWERS AND APPURTENANCES Item No.

Spec. No.

Description

Unit

Estimated Quantity

Unit Price

Total Price

B-7 410 SW

Supply and install 200mm dia. sanitary to connect to the west side of SAMH #1, including all connections, dewatering, pipes, maintenance of flows, backfilling to subgrade and compaction.

m 5

B-8 410 SW

Supply and install 200mm dia. sanitary to connect to the east side of SAMH #3, including all connections, dewatering, pipes, maintenance of flows, backfilling to subgrade and compaction.

m 5

B-9 410 SW

Supply and install 200mm dia. sanitary to connect to the north side of SAMH #2, including all connections, dewatering, pipes, maintenance of flows, backfilling and backfilling to subgrade and compaction

m 5

B-10 410 SW SP

Sanitary Sewer Repairs a) Sta. 1+232

b) Sta. 1+291

c) Sta. 1+314.8

d) Sta. 1+708

m

m

m

m

10 9

10

12

B-11 410 SW

Cleaning and Flushing – all new sections of sanitary sewers

LS 1

B-12 409 SW

Video Inspection – all new section of sanitary sewers

LS 1

B-13

510 180 SR

Remove existing sanitary sewer maintenance holes.

a) Cast in place

ea

4

B-14 410 SW

Supply and install 200mm dia. sanitary to connect to the east and west side of SAMH #4, including all connections, dewatering, pipes, maintenance of flows, backfilling to subgrade and compaction.

m 8

________________

TOTAL - PART B

Page 7: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

CONTRACT #8 – MANITOULIN DRIVE

WATERMAIN REPLACEMENT

SCHEDULE OF ITEMS AND PRICES

FORM OF TENDER

PROJECT #EW3765-13, ES2414-12, TS3014-13

TENDER # T13-25

City of London |2013 Edition|Addendum#1 – March 22, 2013 FT -14

PART E - MISCELLANEOUS Item No.

Spec. No.

Description

Unit

Estimated Quantity

Unit Price

Total Price

E-1 SP Mobilization and Demobilization LS 1

E-2 GS Engineers Field Office LS 1

E-3 GC SP

Traffic Control signage and maintenance (including detour signage, construction signage, barricades as per Traffic Management Plan)

a) Phase #1 Construction b) Phase #2 Construction

LS LS

1 1

E-4 SP Remove, store and reinstate existing road signs LS 1

E-5 506 2501

Supply and install dust suppressants and water for compaction, as directed by the Contract Administrator.

a) Water

b) Calcium Chloride

t.

600

20

E-6 201 180 TPP SR

Cut and Clear Trees

a) Less than 100mm dia. b) 101mm dia. to 200mm dia. c) 201mm dia. to 400mm dia. d) Greater than 401mm dia. e) Hedges

ea ea ea ea m

2 1 2 4

10

E-7 314 SW SR SP

Supply, place and compact Granular ‘C’ for trench backfill (Provisional)

t. 3,000

E-8 314 SW

Supply and place geotextile around sewer and bedding (Provisional)

m 180

E-9 441 SW

Supply and install insulation (50mm thick x 1.22m wide) (Provisional)

m 200

E-10 SW Supply and place Type 2 bedding (19mm clear stone) in lieu of Type 1 bedding (Provisional)

t. 300

Page 8: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

STANDARD CONTRACT DOCUMENTS

FOR MUNICIPAL CONSTRUCTION

PROJECTS

INFORMATION FOR TENDERERS

2013 EDITION

City of London |2013 Edition|Addendum#1 – March 22, 2013 November 12, 2012

TABLE OF CONTENTS TITLE PAGE

1. General ………………………………………………………..………………………………… IT-1

2. Contract Administrator ………………………………………………………………………….. IT-1

3. Tenderers May Obtain Interpretation Of Tender Documents ………………………………. IT-2

4. Prices Submitted ………………………………………………………………………………… IT-2

5. Allowance For Certain Items …………………………………………………………………… IT-2

6. Insurance ………………………………………………………………………………… ……… IT-2

7. Declaration- Workers' Compensation/Corporation Tax Act (WD-1)………………………… IT-3

8. Workplace Safety And Insurance Board ……………………………………………………… IT-3

9. Requirements At Time Of Tendering ………………………………………………………….. IT-3

10. Tender Open For Acceptance ………………………………………………………………….. IT-4

11. Notification Of Contract Award …………………………………………………………………. IT-4

12. Informal Or Unbalanced Tenders ……………………………………………………………… IT-4

13. Requirements At Time Of Execution ………………………………………………………….. IT-4

14. Withdrawal Of Tenders …………………………………………………………………………. IT-5

15. Ability And Experience Of New Tenderers …………………………………………………… IT-5

16. Access to Information …………………………………………………………………………… IT-6

17. Code of Conduct ………………………………………………………………………………… IT-6

18. Exclusion Of Tenderers In Litigation …………………………………………………………... IT-6

19. Exclusion Of Tenderers Due To Poor Performance …………………………………………. IT-6

20. Single Tender ……………………………………………………………………………………. IT-6

21. Bid Deposit With Tender ………………………………………………………………………... IT-6

22. Bonds ……………………………………………………………………………………………... IT-7

23. Pre-Construction Requirements ……………………………………………………………….. IT-7

24. Sub-Surface Soil Investigations ……………………………………………………………….. IT-8

25. Soils Report ………………………………………………………………………………………. IT-8

26. Harmonized Sales Tax ………………………………………………………………………….. IT-8

27. Contract Documents …………………………………………………………………………….. IT-8

Page 9: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

STANDARD CONTRACT DOCUMENTS

FOR MUNICIPAL CONSTRUCTION

PROJECTS

SPECIAL PROVISIONS

2013 EDITION

City of London |2013 Edition|Addendum#1 – March 22, 2013 November 12, 2012

Section 3 – SPECIAL PROVISIONS PROJECT NAME: CONTRACT #8 MANITOULIN DRIVE PROJECT # EW3765-13 / ES2414-12, TS3014-13

Page 10: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

STANDARD CONTRACT DOCUMENTS

FOR MUNICIPAL CONSTRUCTION

PROJECTS

SPECIAL PROVISIONS

2013 EDITION

City of London |2013 Edition|Addendum#1 – March 22, 2013 November 12, 2012

TITLE Page

Items Related to Tender Items

1. Earth Excavation (Item #A- 11) SP-1

2. Excavation of Contaminated Material Below Subgrade – Including Trenches

(Provisional) – (Item #A-13 ) SP-2

3. Hot Mix Asphalt (Item #A-16, A-17, A-18) SP-2

4. Temporary Asphalt Catchbasin Setbacks (Item #A-30) SP-2

5. Adjust Catchbasins to Finish Asphalt Grade in 2013 (Item #A-31) SP-2

6. Supply and Install Sanitary and Storm PDC’s (Item #B-3, B-4, C-1) SP-2

7. Supply and Install PDC’s and Water Services by Trenchless Methods

(Item #B-6, D-8, D-9) SP-3

8. Storm Sewer Repairs (Item #B-10, C-2) SP-3

9. Watermain (Item #D-1) SP-3

10. Swabbing, Chlorination, Flushing , Dechlorination (Item # D-11) SP-3

11. Supply and Install Temporary Watermain (Item # D-12) SP-4

12. Mobilization and Demobilization (Item # E-1) SP-6

13 Traffic Control Signage and Maintenance (Item #E-3) SP-6

14 Remove and Reinstate Existing Road Signs (Item #E-4 ) SP-7

15. Supply and Install Blow Off on Existing Capped Watermain (Item #E-11) SP-13

16. Remove and Replace Fences at New Grade (all types) – (Item #E-12) SP-13

17. Tree Protection (Item #E-13) SP-13

18. PDC Video Inspection (Item #E-14) SP-13

19. Remove Asphalt by Milling (Item #A-10) SP-14

20. Granular ‘C’ for Trench Backfill (Item # #A-11(c) and #E-7 SP-14

Item Related to Non Tender Items

1. Construction Schedule and Completion Date SP-15

2. Co-ordination with Utilities and Services SP-16

3. Dust and Mud Control SP-16

4. Road and Driveway Access SP-16

5. Warranty SP-16

6. Liquidated Damages SP-17

Page 11: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

STANDARD CONTRACT DOCUMENTS

FOR MUNICIPAL CONSTRUCTION

PROJECTS

SPECIAL PROVISIONS

2013 EDITION

City of London |2013 Edition|Addendum#1 – March 22, 2013 SP- 1

SPECIAL PROVISIONS RELATING TO TENDER ITEMS

1. Earth Excavation Roadway Material (Item # A-11) This specification covers all excavated material from within the horizontal and vertical limits of the new roadway from edge of pavement to edge of pavement and above proposed subgrade. All excavated material shall be removed from the above described working area and properly transported and re-used of disposed off-site in accordance with all applicable legislation at the Contractor’s sole expense. The Contract Administrator will have full discretion to determine which item(s) (a, b, c, d and/or e) excavation will be paid under. All additional testing required by the receiving end to clear their conditions shall be borne completely by the Contractor. Under no circumstances shall the Contractor claim additional payment from the Owner related to the removal and disposal of unsuitable material beyond what has been allowed under the items of the Contract. The Contractor may have random samples taken by a qualified person(s) from similar locations sent to a third party laboratory for analysis to verify the results. This shall be a no cost to the Owner. The quantity of unsuitable material in the Contract is an estimate only and is for the purpose of indicating to the bidders the general and possible magnitude of the Work for the comparison of tenders received. The Contract does not warrant that any or all of the quantities of material exist for disposal off site. Bidders are to prepare their tender with the aforementioned in mind when pricing Item A- 11(a), (b), (c), (d) and (e). Excess material shall be managed in accordance with OPSS180. Description: a) Excavate and dispose normally – material passes Table 1 and does not meet specification for reuse as granular material onsite. b) Excavate and reuse on site as Granular B – material meets specification form use a Granular B. This item shall include excavation, hauling and handling, placing, shaping and compacting of reused material. No payment for this item will be made under Item A-15 , Granular B for this material. c) Excavate and reuse on site as Granular C – material meets specifications for reuse as Granular C. This item shall include excavation, hauling and handling of reused material. Placing, shaping and compacting of reused material are paid for under sewer or watermain items for this material.

d) Excavate and Dump as Cover – material does not pass Table 1 and does not meet specification for reuse on site. Material shall be taken to landfill for use as cover. Additional tests may be required by the receiving end and shall be paid in full by the Contractor under this item. The Contractor shall provide test results and receiving documents to the Contract Administrator.

e) Excavate and Dump as Waste – material does not pass Table 1 and does not meet specification for use onsite. Material shall be taken to landfill as waste. Additional tests may be required by the receiving end and shall be paid fully by the Contractor under this item. The Contractor shall provide test results and receiving documents to the Contract Administrator.

Page 12: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

STANDARD CONTRACT DOCUMENTS

FOR MUNICIPAL CONSTRUCTION

PROJECTS

SPECIAL PROVISIONS

2013 EDITION

City of London |2013 Edition|Addendum#1 – March 22, 2013 SP- 2

SPECIAL PROVISIONS RELATING TO TENDER ITEMS 2. Excavation of Contaminated Material Below Subgrade (Provisional) (Item # A-13) This item will be used for any excavated contaminated material taken from below subgrade, as well as, all trenches for sewers, watermain and utilities. This item will be used for any excavated contaminated material not contained within Item A-11, but originates from the project and is required to be taken to a landfill. Under this item the Contractor will be paid the incremental cost increase to dispose of the material at a landfill. A receipt or invoice from the landfill must be provided to the Contract Administrator including the weigh ticket and tipping fees. 3. Hot Mix Asphalt (Item # A-16, A-17 and A-18) Reclaimed Asphalt Pavement Proportions: MSM hot mix asphalt is not permitted for this contract. Shingles will not be allowed in the Job Mix Formula. The Contractor must submit batch records of their JMF within 24 hours when requested by the Contract Administrator. 4. Temporary Asphalt Catchbasin Setbacks (Item # A-30) The work under this item will consist of the supply and installation of temporary asphalt curbs and gutters in 2013 and the removal of the temporary asphalt curb and gutter setbacks in 2014. Asphalt curb setbacks shall match the dimensions of the new concrete curb and gutter on either side. The length of the temporary asphalt curb setback is approximately 1.5m. This will allow for approximately 400mm on either side of the new catchbasin. The catchbasin will be set to top of the base asphalt and in 2014 the catchbasins will be adjusted to finish grade prior to the replacement of top asphalt. The adjustment to finish asphalt grade in 2014 and the installation of a new concrete curb setback will be paid under the appropriate items in the form of tender. 5. Adjust Catchbasins to Finished Asphalt Grades in 2014(Item # A-31) The work under this item will require the Contractor to provide all the necessary labour, equipment and material to adjust the catchbasin to the finish surface asphalt grade in 2014. The concrete curb setback will be paid under the Concrete Curb Setback Item #A-20.

6. Supply and Install Sanitary and Storm PDC’s (Item #B-3, B-4 and C-1) Under this item the Contractor shall supply all labour, material and equipment necessary to install private drain connections from the existing sewer main or from a newly installed sewer main to the existing private drain connection as directed by the Contract Administrator, including dewatering, utility support and protection, excavation, pipe, tees, sweeps, bedding, backfill and compaction. The Contractor shall place and compact backfill material with extreme care where PDC’s crosses under existing utilities. The Contractor shall be entirely responsible for any damage to the utilities and the existing private drain connection during the maintenance period, occurring as a result of the Contractors operations.

Page 13: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

STANDARD CONTRACT DOCUMENTS

FOR MUNICIPAL CONSTRUCTION

PROJECTS

SPECIAL PROVISIONS

2013 EDITION

City of London |2013 Edition|Addendum#1 – March 22, 2013 SP- 3

SPECIAL PROVISIONS RELATING TO TENDER ITEMS Existing PDC locations have been shown on the drawing from previous video records and / or existing as built drawings. The PDC’s located on the drawings are representative only of the records and may not be exactly in the locations shown on the drawings. The unit price for these items shall include all temporary and permanent support, protection and or reinstatement of any utility necessary for the construction of the PDC’s. In areas where there is an existing storm pdc connected to the sanitary sewer, The Contractor is to disconnect the storm pdc’s and reconnect to the storm sewer. 7. Supply and Install PDC’s, Water Service and Watermain by Trenchless Methods (Item # B-6, D-8 and D-9) Where installation of PDC’s, water services and watermain by open cut methods will adversely affect the existing condition of tree roots, the Contractor will install new PDC’s water service and watermain by directional drilling, pipe bursting, rocketing or equivalent method approved by the Contract Administrator. The unit price bid form this item will include trenchless method, boring and receiving pits, dewatering, bedding, connections, restraints, tracers wires, anodes, cathodic protection, supply and installation including connection of the new PDC, water service and watermain. The pit shall be excavated so as to minimize disturbance to the existing works. Sod and asphalt / concrete restoration shall be paid under the appropriate Form of Tender items. Specific details of the trenchless methods and requirements and type of service material will be submitted by the Contractor to the Contract Administrator for approval at least 2 weeks prior to undertaking the work. 8. Sanitary and Storm Sewer Repairs (Item # B-10 and C-2) Under this item the Contractor shall supply all labour, equipment and material necessary to complete the sanitary and storm sewer repairs including the maintenance of existing flows, excavation, pipe material, bedding, supply and use of trench box where deemed necessary, shoring, tees, backfilling, dewatering and compaction, removal of existing sewers off site, connections to existing sewers / maintenance holes, protection and support of all utilities. 9. Supply and Install PVC DR18 CL 150 Watermain (Item #D-1) The contractor will be responsible for informing the residential properties at least twenty four (24) hours and I.C.I (Institutional, Commercial and Industrial) properties at least five (5) days prior to any disruption or shutdowns. The shutdowns affecting customers and affected businesses may require working after regular hours to the operation(s).

10. Swabbing, Chlorination, Flushing, Dechlorination and Pressure Testing (Item #D-11) As part of the work under the above item, the Contractor shall undertake all flushing, swabbing, chlorination, Dechlorination, testing and disinfection of the buried portions of the new watermain in accordance with the City of London Supplemental Standards for Sewer and Water.

Page 14: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

STANDARD CONTRACT DOCUMENTS

FOR MUNICIPAL CONSTRUCTION

PROJECTS

SPECIAL PROVISIONS

2013 EDITION

City of London |2013 Edition|Addendum#1 – March 22, 2013 SP- 4

SPECIAL PROVISIONS RELATING TO TENDER ITEMS Submission and Design Requirements The Contractor shall coordinate all activities with regards to this item with the City of London Water Operations and shall provide them with a written swabbing, testing, chlorination and disinfecting program for review and approval at least 2 weeks in advance of undertaking the work. Construction The Contractor shall ensure that all flushed water is safely conveyed to the storm sewer without causing any erosion or flooding or environmental concerns. Upon completion of installation and testing of watermain, thoroughly flush out each section to remove completely from the system unwanted matter. Carry out the flushing under the supervision of the Contract Administrator in a sequence and in accordance with procedures set out in writing and approved by the City of London Water Operations. Basis of Payment Payment at the lump sum contract price for above tender item shall be full compensation for all labour, equipment and material required to complete the work.

11. Supply and Install Temporary Watermain (Item #D-12) The temporary watermain bypass will be split into two (2) phases on Manitoulin Drive and cannot be completed at the same time. Phase #1 will be from Tweedsmuir Avenue (west leg) to east side of Strathcona Drive. Phase #2 will be from the east side of Strathcona Drive to Tweedsmuir Avenue (east leg). The price bid for each phase shall be full payment for the supply of all labour, materials and equipment necessary for the installation of the temporary watermain, temporary valves, check valves at all connections to the existing distribution system, supply connections, chlorination, temporary fire hydrants and connections, temporary fire protection, connections to the existing system, internal or external house connections, protection of the watermain and services from damage and the removal of the by-pass line and services upon completion of the new watermain in each phase. The temporary by-pass watermain for each phase must be swabbed, flushed and disinfected including bacteriological testing to the satisfaction of the City of London Water Operations representative and the Contract Administrator in accordance with the current City of London Standards. All temporary service connection material shall conform the NSF 61 standard. All hoses used for individual property connections shall be a minimum of 20mm diameter, designed for a working pressure of 860kpa and shall be free from defects.

Page 15: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

STANDARD CONTRACT DOCUMENTS

FOR MUNICIPAL CONSTRUCTION

PROJECTS

SPECIAL PROVISIONS

2013 EDITION

City of London |2013 Edition|Addendum#1 – March 22, 2013 SP- 5

SPECIAL PROVISIONS RELATING TO TENDER ITEMS The pipe, hose and all other material which are furnished by the Contractor for use in conjunction with the temporary bypass and temporary connections to property services and branches shall be approved by the City Engineer, and shall be fully adequate to withstand the pressures and all other conditions of use and shall be of material which does not impact any taste or odor to the water in accordance with NSF 61 Standard. The pipe and fittings shall provide adequate water tightness and care shall be exercised throughout installation of any temporary pipe and service fittings to avoid any possible pollution of any main or property services or contamination of the temporary service pipe. Each home shall its own temporary water service connection to the bypass watermain and a connection to the private plumbing via a wye at an outside tap. The branching of wyes from a single spigot shall not be permitted; nor will connecting homes in series. It shall be the responsibility of the Contractor to ensure an adequate water supply at all times. All by-pass connections, in each phase, to the existing watermain must include a backflow preventer, which will be supplied by the City. Only City staff shall operate existing valves for supplying the by-pass system.

Taps, in each phase, for direct connections to the existing watermain are to be removed following completion of the work in each phase.

Protection of the Public The Contractor at his own expense shall be required to mound over the bypass watermain with asphalt or other acceptable material wherever it crosses a driveway or sidewalk in order to prevent injury to pedestrian traffic or damage to vehicular traffic. Any and all lights or barricades as may be required shall be supplied and maintained by the Contractor. In general, the temporary bypass service pipe shall be laid in the least obtrusive and least liable location to be damaged. Building paper or such materials approved by the Contract Administrator shall be placed prior to mounding of asphalt. Burying Bypass Watermain At all street crossings and driveways, as designated by the Contract Administrator, the Contractor shall cut and remove asphalt and gravel across the street to permit burying the bypass watermain where applicable and shall replace with asphalt when the pipe is removed.

Connecting to Hydrants All temporary bypass watermain attachments to fire hydrants shall be made with the approved back-flow prevention device and shall be made in such a manner that if necessary they can be easily removed so that the hydrant can be used for firefighting purposes. The existing watermain shall not be removed from service until the installed by-pass line and services have been approved by the City of London Water Operations and the Contract Administrator.

Page 16: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

STANDARD CONTRACT DOCUMENTS

FOR MUNICIPAL CONSTRUCTION

PROJECTS

SPECIAL PROVISIONS

2013 EDITION

City of London |2013 Edition|Addendum#1 – March 22, 2013 SP- 6

SPECIAL PROVISIONS RELATING TO TENDER ITEMS. 12. Mobilization and Demobilization (Item #E-1) Payment for this item will be made on the basis of the percentage of the overall value of work completed in accordance with the latest monthly payment. 13. Traffic Control Signage and Maintenance (Item #E-3) The supply of all labour, material and equipment required to control traffic and to help ensure the safety of the worker, motorist and pedestrians including the submission of Traffic Control Plans. This item will include all detour signage, barricades, fencing and flagmen within and beyond the limits of work is the responsibility of the Contractor. This also includes the removal of all signing required for Traffic Control. Two lanes of traffic and driveway access must be maintained at all times for the duration of the contract at the Contractors expense. The Contractor shall submit for review plans showing the proposed traffic control methods for the duration of both phases of construction on Manitoulin Drive, including both tie in on Tweedsmuir Avenue and all side streets.

The plans shall be submitted to the Transportation Division for review at least two (2) weeks in advance of construction commencement. In order to minimize the inconvenience to neighboring schools, LTC and the residents, the construction of Manitoulin Drive will be divided in to two (2) phases as follows:

- Phase #1 : Tweedsmuir Avenue (west leg) to east side of Strathcona Drive (including work on Strathcona Drive)

- Phase #2 : East side of Strathcona Drive to Tweedsmuir Avenue (east leg) It is the Contractors responsibility to maintain the road in both phases when the asphalt has been removed so that access can be provided and maintained from both ends of Phase #1 and Phase #2 on Manitoulin Drive, as well as, from all side streets for local traffic, emergency vehicles, school buses and LTC. No additional payment will be made for the supply, placement and grading of existing or additional material to maintain the road due to rain and to provide temporary ramps for driveway and side street accesses. At the end of each and every day the road shall be opened fully, the work shall be backfilled, signed and suitable protections to ensure vehicular and pedestrian safety.

Advisory signs must be erected two (2) weeks prior to the start of operation indicating dates and duration of work. Payment for this item will be made on the basis of the percentage of the overall value of work completed in accordance with the latest monthly payment.

Page 17: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

STANDARD CONTRACT DOCUMENTS

FOR MUNICIPAL CONSTRUCTION

PROJECTS

SPECIAL PROVISIONS

2013 EDITION

City of London |2013 Edition|Addendum#1 – March 22, 2013 SP- 7

SPECIAL PROVISIONS RELATING TO TENDER ITEMS 14. Remove, Store and Reinstate Existing Road Signs (Item #E-4) Prior to commencement of construction, the Contractor must record the location and type of each sign within

the limits of the construction. The Contractor is responsible for removal, storage and reinstallation of all signs

within the construction zone including the cost of replacing missing signs as a result of construction or theft.

The signs must be reinstalled conforming to the Ontario Traffic Manual, Highway Traffic Act, City Of

London’s Traffic and Parking By-Law and City of London Standards. Temporarily relocated existing signs

shall be kept at the same height, offset and basic location from traffic as before removal. All new or

replacement signs required as part of the works will conform to requirements for the appropriate sign type

(post type, material, reflectivity, etc.) as detailed on drawings SR-19.0 to SR-19.4, inclusive

Page 18: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

STANDARD CONTRACT DOCUMENTS

FOR MUNICIPAL CONSTRUCTION

PROJECTS

SPECIAL PROVISIONS

2013 EDITION

City of London |2013 Edition|Addendum#1 – March 22, 2013 SP- 8

SPECIAL PROVISIONS RELATING TO TENDER ITEMS

Page 19: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

STANDARD CONTRACT DOCUMENTS

FOR MUNICIPAL CONSTRUCTION

PROJECTS

SPECIAL PROVISIONS

2013 EDITION

City of London |2013 Edition|Addendum#1 – March 22, 2013 SP- 9

SPECIAL PROVISIONS RELATING TO TENDER ITEMS

Page 20: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

STANDARD CONTRACT DOCUMENTS

FOR MUNICIPAL CONSTRUCTION

PROJECTS

SPECIAL PROVISIONS

2013 EDITION

City of London |2013 Edition|Addendum#1 – March 22, 2013 SP- 10

SPECIAL PROVISIONS RELATING TO TENDER ITEMS

Page 21: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

STANDARD CONTRACT DOCUMENTS

FOR MUNICIPAL CONSTRUCTION

PROJECTS

SPECIAL PROVISIONS

2013 EDITION

City of London |2013 Edition|Addendum#1 – March 22, 2013 SP- 11

SPECIAL PROVISIONS RELATING TO TENDER ITEMS

Page 22: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

STANDARD CONTRACT DOCUMENTS

FOR MUNICIPAL CONSTRUCTION

PROJECTS

SPECIAL PROVISIONS

2013 EDITION

City of London |2013 Edition|Addendum#1 – March 22, 2013 SP- 12

SPECIAL PROVISIONS RELATING TO TENDER ITEMS

Page 23: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

STANDARD CONTRACT DOCUMENTS

FOR MUNICIPAL CONSTRUCTION

PROJECTS

SPECIAL PROVISIONS

2013 EDITION

City of London |2013 Edition|Addendum#1 – March 22, 2013 SP- 13

SPECIAL PROVISIONS RELATING TO TENDER ITEMS

15. Supply and Install Blow Offs on Existing Caped Watermain (Item #E-11)

The installation of some fire hydrants or other utilities may require the cutting and capping of the existing

watermain to allow construction of the utility. The Contractor shall supply and install a blow off on the existing

watermain at each capped location until such time that the existing watermain is abandoned. The blow offs

shall be removed once the existing watermain is abandoned.

Payment shall be the unit price bid for each blow off installed and shall include all the labour, equipment and

material required to supply, installation, maintain and removal of the blow offs.

16. Remove and Replace Fencing at New Grade (Item #E-12)

The work shall consist of the removal of a portion of the fencing and post at various locations as necessary in

order to complete the work. Following construction the removed fence shall be replaced at or near the same

location as indicated by the Contract Administrator.

Measurement shall be in linear meters of fencing removed and replaced. Payment shall be at the unit price

bid in the Form of Tender and shall include all labour, equipment and material required to remove and

replace the fence. No additional cost shall be paid to the Contractor to replace fences damaged as a result of

construction activities.

17. PDC Video Inspection (Item #E-13)

The contractor will be responsible for supplying all labour, equipment and material necessary to complete

pre-video and post-video inspections of private drain connections that are to be replaced using a trenchless

procedure as directed by the Contract Administrator.

The measurement for payment shall be unit price bid for each pre-video and post-video inspection of a

private drain connection that will be replaced by a trenchless method.

18. Tree Protection (Item #E-14)

Section 801.09 – Measurement for Payment

Subsection 801.09.01 – Actual Measurement

Subsection 801.09.07.01 Barrier for Tree Protection had been amended as follows:

Payment for Tree Protection is at a Lump Sum price bid in the Form of Tender and will be paid out according

to the percentages in the O.P.S.S. 801.

Page 24: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

STANDARD CONTRACT DOCUMENTS

FOR MUNICIPAL CONSTRUCTION

PROJECTS

SPECIAL PROVISIONS

2013 EDITION

City of London |2013 Edition|Addendum#1 – March 22, 2013 SP- 14

SPECIAL PROVISIONS RELATING TO TENDER ITEMS

19. Remove Asphalt by Milling (Item #A-10)

Asphalt ramps on side streets (Breton Park Crescent, Algonquin Crescent, Strathcona Drive, Montebello

Drive and Fairmont Avenue) shall be removed by milling in 2014 to provide a step joint prior to surface

asphalt being placed.

The base asphalt at the intersections of Tweedsmuir Avenue and Manitoulin Drive (both legs) will be place

so that the base asphalt matches the existing surface asphalt in 2013. Prior to surface asphalt being placed

in 2014, the intersections of Tweedsmuir Avenue and Manitoulin Drive (both legs) shall be milled to a

minimum depth of 50mm to provide for surface asphalt (minimum depth – 50mm)

20. Granular ‘C’ for Trench Backfill (Item #A-11(c) and #E-7)

All sewer/ watermain trenches are to be backfilled and compacted with suitable native material from the road,

trench or imported Granular ‘C’ as directed by the Contract Administrator and compacted to the required

density.

For the unit prices bid for these items, the Contractor shall provide all labour, equipment and material

required to replace the pipe trench backfill material with imported or reused Granular ‘C’ or native backfill

material, as per OPSS.

The unit price shall include the off-site disposal at a Contractor supplied disposal site, of the native backfill

trench material that the Granular ‘C’ fill replaced.

Payment shall be made for each cubic meter (m3) or tonne of imported Granular ‘C’ trench backfill placed if

directed by the Contract Administrator. Weigh tickets are to be provided to the Contract Administrator for

payment.

Page 25: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

STANDARD CONTRACT DOCUMENTS

FOR MUNICIPAL CONSTRUCTION

PROJECTS

SPECIAL PROVISIONS

2013 EDITION

City of London |2013 Edition|Addendum#1 – March 22, 2013 SP- 15

SPECIAL PROVISIONS RELATING TO NON-TENDER ITEMS

1. Construction Schedule and End Completion Date

The Contractor shall prepare and submit for approval Five (5) days prior to the preconstruction meeting,

three (3) copies of the proposed Construction Schedule. The schedule shall show clearly on a weekly basis

the staging of each element of the project and proposed progress. The schedule shall identify the proposed

work program for each of the following:

Traffic Control Plans for each Phase

Staging for each Phase

Watermain and service installation for each Phase

Sanitary sewer and service installation for each Phase

Asphalt and Final Restoration for each Phase

The construction on Manitoulin Drive will be divided into Two (2) Phases as follows:

- Phase #1: Tweedsmuir Avenue (west leg) to East side of Strathcona Drive

- Phase #2: East side of Strathcona Drive to Tweedsmuir Avenue (east leg)

A start date of Tuesday, May 21, 2013 has been tentatively set for the start of construction. Phase #1 must

be completed no later than July 12, 2013. At no time during the construction of Phase #1 will the Contractor

be permitted to start construction on Phase #2 until all underground work is completed on Phase #1 and

restoration complete to full width Granular ‘A’ including the placement of curbs and gutters.

Once Construction begins on Phase #2 the Contractor has Two (2) weeks to complete base asphalt,

sidewalks, driveway restoration, topsoil and sod on Phase #1. Phase #2 must be completed no later than

September 20, 2013, including base asphalt, driveway and sidewalk restoration, topsoil and sod.

This is an end date completion contract and rain days will not be counted. Any work taking place after the

end date completion of September 20, 2013 will be subject to liquidated damages.

Any additional costs incurred for cold weather work, such as the placement of asphalt or concrete, will be at

the expense of the Contractor.

Page 26: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

STANDARD CONTRACT DOCUMENTS

FOR MUNICIPAL CONSTRUCTION

PROJECTS

SPECIAL PROVISIONS

2013 EDITION

City of London |2013 Edition|Addendum#1 – March 22, 2013 SP- 16

SPECIAL PROVISIONS RELATING TO NON-TENDER ITEMS

2. Co-ordination With Utilities and Services

Existing utilities within the construction limits will remain as approximately shown on the contract drawings.

The Contractor will be required to protect and support all utilities under crossings and utility poles that are

affected by the installation of sewers, watermain and appurtenances. Supporting and protecting existing

utilities will be considered incidental to the installation of sewers, watermain and appurtenances and

associate services and therefore the City shall make no additional payments. The Contractor is to arrange for

temporary support of hydro poles with London Hydro.

The Contractor shall not remove or cut into an existing utility service that is not located on the drawings or in

the field until the Contractor has been given approval from the appropriate Utility Company.

3. Dust and Mud Control

The Contractor shall be responsible for the control and cleanup of mud and /or dust within the limits of the

project and elsewhere off site where the operations or haul routes may have been impacted, as directed by

the Contract Administrator.

4. Access to Driveways

Access to individual driveways and entrances shall be available and maintained at al times. No additional

payments will be made for the supply, placement, compaction, maintenance and removal of excess gravel

used for temporary driveway ramps. No additional payment will be made to supply, placement, compaction,

maintenance and removal of material to maintain the two (2) way traffic at all times as a result of rain. At the

end of each day, the work shall be backfilled, signed and protected to ensure vehicular and pedestrian

safety.

5. Warranty

The Contractor shall be responsible for the work at all times from the commencement of the work until the

end of any Warranty Period, regardless of assumption of works, and / or seasonal conditions. In the case of

any alleged default, observed defects or deficiencies, the Contractor shall immediately take action to correct

or satisfactorily maintain conditions and / or signage until such time alleged default, observed defects or

deficiencies can be resolved, an no additional cost to the Owner.

Page 27: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes

STANDARD CONTRACT DOCUMENTS

FOR MUNICIPAL CONSTRUCTION

PROJECTS

WORKERS’ COMPENSATION DECLARATION

– CORPORATION TAX ACT

2013 EDITION

City of London |2013 Edition|Addendum#1 – March 22, 2013 SP- 17

SPECIAL PROVISIONS RELATING TO NON-TENDER ITEMS

6. Liquidated Damages

This special provision replaces and supersedes OPS General Condition of Contract Section GC8.02.09

Liquidated Damages and City Supplemental Condition (SGC)8.02.09.

The parties acknowledge that if the Contractor fails to complete the work in accordance with the Contract and

to the satisfaction of the Contract Administrator within completion end date specified, the Corporation will

suffer damages including but not limited to additional administrative and project management expenses. The

parties agree that Contractor will pay to the Corporation the ongoing contract administration costs for office

supervision and field inspection, whether those cost are incurred directly by the City or through a third party,

plus an additional sum of Five Hundred Dollars ($500.00) for each and every day that the work or works

remains unfinished after the end completion date to cover administrative costs.

The amount is the liquidated damages that Corporation will suffer by reason of a delay and not as a penalty.

The Corporation may deduct any amounts due under this paragraph from any moneys that may be due or

payable to the Contractor on any account whatsoever. The liquidated damages payable are in addition to

and without prejudice on any other remedy, action or other alternative that may be available to the

Corporation.

Page 28: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes
Page 29: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes
Page 30: NOTICE OF ADDENDUM #1 - March 22, 2013 · 2013-06-11 · NOTICE OF ADDENDUM #1 - March 22, 2013 MANITOULIN DRIVE – CONTRACT #8 Page - 1 - of 2 Please note there have been some changes