project manual · 2019. 9. 10. · pca project number cai 1488 page 1 of 4 part 1 general 1.1...

69
Parks Canada Agency Lake Louise, Yoho and Kootenay Field Unit Yoho Valley Road km 2.0 Bridge 2019 Rehabilitation Field, BC PCA Project Number: CAI 1488 PROJECT MANUAL July, 2019 Prepared by:

Upload: others

Post on 01-Feb-2021

0 views

Category:

Documents


0 download

TRANSCRIPT

  • Parks Canada AgencyLake Louise, Yoho and Kootenay Field Unit

    Yoho Valley Road km 2.0 Bridge2019 Rehabilitation

    Field, BC

    PCA Project Number: CAI 1488

    PROJECT MANUALJuly, 2019

    Prepared by:

  • Yoho Valley Road km 2.0 Bridge Section 00 01 102019 Rehabilitation TABLE OF CONTENTSPCA Project Number CAI 1488 Page 1 of 2

    TABLE OF CONTENTSPages

    Division 00 - Procurement and Contracting Requirements

    Section 00 01 10 - Table Of Contents .......................................................................................... 2

    Division 01 - General Requirements

    Section 01 11 00 - Summary Of Work ......................................................................................... 4Section 01 14 00 - Work Restrictions .......................................................................................... 5Section 01 23 00 - Alternatives ................................................................................................... 2Section 01 31 19 - Project Management and Coordination ........................................................... 3Section 01 32 16 - Construction Progress Schedule ..................................................................... 3Section 01 33 00 - Submittal Procedures ..................................................................................... 4Section 01 35 29 - Health And Safety Requirements ................................................................... 3Section 01 35 43 - Environmental Procedures ............................................................................. 7Section 01 41 00 - Regulatory Requirements ............................................................................... 2Section 01 45 00 - Quality Control .............................................................................................. 2Section 01 51 00 - Temporary Utilities ........................................................................................ 1Section 01 52 00 - Construction Facilities ................................................................................... 2Section 01 55 26 - Traffic Control ............................................................................................... 1Section 01 61 00 - Common Product Requirements ..................................................................... 4Section 01 74 00 - Cleaning ........................................................................................................ 1Section 01 74 01 - Debris Removal ............................................................................................. 1Section 01 77 00 - Closeout Procedures ....................................................................................... 2Section 01 78 00 - Closeout Submittals ....................................................................................... 3

    Division 02 - Existing Conditions

    Section 02 81 00 - Hazardous Materials ...................................................................................... 4

    Division 03 - Concrete

    Section 03 00 00 - Cast-in-place Concrete ................................................................................... 1Section 03 01 30 - Partial Depth Concrete Repairs ...................................................................... 1Section 03 01 35 - Concrete Sealers ............................................................................................ 2Section 03 10 00 - Concrete Forming And Accessories ............................................................... 1Section 03 20 00 - Concrete Reinforcing ..................................................................................... 3

    Division 05 - Metals

    Section 05 50 00 - Metal Fabrications ......................................................................................... 1

    Division 10 - Specialties

    Section 10 14 53 - Traffic Signage .............................................................................................. 1

    Division 34 - Transportation

  • Section 00 01 10 Yoho Valley Road km 2.0 BridgeTABLE OF CONTENTS 2019 RehabilitationPage 2 of 2 PCA Project Number CAI 1488

    Section 34 71 13 - Vehicle W-Beam Guide Rail .......................................................................... 1Section 34 71 16 - Impact Attenuating Devices ........................................................................... 1

    END OF TABLE

  • Yoho Valley Road km 2.0 Bridge Section 01 11 002019 Rehabilitation SUMMARY OF WORKPCA Project Number CAI 1488 Page 1 of 4

    Part 1 General

    1.1 PRECEDENCE

    .1 For Federal Government projects, Division 1 Sections take precedence over technicalspecification sections in other Divisions of this Project Manual.

    1.2 DEFINITIONS

    .1 Parks Canada Agency is referred to as ‘PCA’.

    .2 Alberta Transportation is referred to as ‘AT’.

    .3 Yoho National Park is referred to as ‘YNP’.

    .4 The Lake Louise, Yoho and Kootenay Field Unit of Parks Canada Agency is referred toas ‘LLYK’.

    .5 ‘Site’ means the areas on or within the limits of Construction as referenced on theDrawings and/or described in the Contract Documents.

    .6 ‘Work’ means the provision of all labour, services, material and equipment as necessaryfor the Contractor to complete and perform their obligations in accordance with theContract.

    .7 ‘Consultant’ refers to Dillon Consulting Limited (Dillon).

    .8 ‘Owner’ refers to the Parks Canada Agency (PCA) Project Manager or their dulyauthorized representative.

    .9 The AT Standard Specifications for Bridge Construction, Edition 16, 2017 are referred toas ‘SSBC’ and may be found at the following AT website locations:

    .1 http://www.transportation.alberta.ca/Content/docType246/Production/StandardSpecificationsforBridgeConstruction2017.pdf

    .2 http://www.transportation.alberta.ca/705.htm

    .10 The AT Standard Specifications for Highway Construction, Edition 15, 2013 are referredto as ‘SSHC’ and may be found at the following AT website location:

    .1 http://www.transportation.alberta.ca/images/Standard_Specifications_for_Highway_Construction_2013.pdf

    .2 http://www.transportation.alberta.ca/705.htm

    .11 Changes in Definition

    .1 Within the AT standard specifications noted above, the following changes toDefinitions are made:.1 ‘Department’ refers to Parks Canada Agency..2 ‘Consultant’ refers to Dillon Consulting Limited (Dillon).

    1.3 STANDARD SPECIFICATIONS.1 Except where specifically noted otherwise, relevant SSBC and SSHC provisions shall

    apply to all work completed under this Contract.

    .2 The Project Manual shall take precedence over the SSBC.

  • Section 01 11 00 Yoho Valley Road km 2.0 BridgeSUMMARY OF WORK 2019 RehabilitationPage 2 of 4 PCA Project Number CAI 1488

    .3 SSBC provisions shall take precedence over SSHC provisions.

    .4 Payment provisions specified within SSBC and SSHC do not apply.

    1.4 PROJECT LOCATION.1 The project is located on Yoho Valley Road near Field, BC and within YNP.

    1.5 WORK COVERED BY CONTRACT DOCUMENTS

    .1 The project works consists of range of bridge rehabilitation tasks on the steel truss bridgelocated at km 2.0 of the Yoho Valley Road.

    .2 All requirements noted within the Contract Documents shall be completed by theContractor unless specifically stated otherwise.

    .3 Without limiting the scope of work as defined by the Contract Documents in theirentirety, the work of this contract generally comprises the following:

    .1 Installation of new traffic signage (hazard markers).

    .2 Installation of new load posting signs.

    .3 Demolition of existing concrete approach guardrails.

    .4 Installation of new approach guardrails, including impact attenuation devices.

    .5 Extension of deck drains.

    .6 Repair of concrete curbs.

    .7 Partial depth concrete repairs.

    .8 Cleaning of abutments

    .9 Concrete encasement at damaged abutments.

    .10 Wing wall repairs.

    .11 Installation of steel retrofit assemblies at cracked stringer ends.

    .4 Restore disturbed areas to condition existing at start of construction, including applicationof topsoil and seeding to vegetated areas. All costs associated with restoration areconsidered incidental to the Work, and no separate or additional payment will be made.

    .5 In preparation for and during construction of this project, an “Environmental ProtectionPlan” (EPP) is to be prepared by the Contractor to meet the requirements of Section 01 3543 – Environmental Procedures to ensure the desired minimal adverse effects areachieved.

    .6 The Contractor’s EPP must be approved by Parks Canada Agency prior to start ofconstruction. The EPP will form part of the Contract and the Consultant and PCA’sEnvironmental Surveillance Officer (ESO) will refer to the approved EPP in determiningcompliance with the Contract Documents.

    1.6 CONTRACT METHOD.1 Construct Work under unit price contract.

    1.7 WORK SEQUENCE AND SCHEDULE

    .1 Construct Work in stages to accommodate Owner's continued partial use of premisesduring construction.

  • Yoho Valley Road km 2.0 Bridge Section 01 11 002019 Rehabilitation SUMMARY OF WORKPCA Project Number CAI 1488 Page 3 of 4

    .2 Maintain fire and emergency vehicle access at all times.

    .3 Maintain traffic access as indicated in Section 01 55 26 – Traffic Control.

    .4 Schedule the Work to complete all activities by June 30, 2020 (Contract CompletionDate).

    1.8 LAYDOWN AREAS

    .1 Laydown areas close to the bridge site will be made available to the Contractor.

    .2 Arrange operations, delivery schedule and other elements of the Work in order tominimize the laydown area required.

    .3 When a lane is closed to traffic, any part of the closed lane that is not required for activeconstruction operations may be used as laydown area.

    .4 Make good any damage to laydown areas and restore to conditions existing prior to startof construction.

    .5 Space for trailers will be provided with approximately 1 km of the site.

    1.9 CONTRACTOR USE OF PREMISES

    .1 Contractor has use of site subject to Section 01 14 00 –Work Restrictions until ContractCompletion Date.

    .2 Limit use of premises for Work, for access and for storage to allow Owner occupancy.

    .3 Coordinate use of premises under direction of Consultant.

    .4 Obtain and pay for use of additional storage or work areas needed for operations underthis Contract.

    1.10 OWNER OCCUPANCY

    .1 Owner will occupy premises during entire construction period for passage of publictraffic as indicated in Section 01 14 00 –Work Restrictions, Section 01 29 01 – SiteOccupancy and Section 01 55 26 – Traffic Control.

    .2 Co-operate with Owner in scheduling operations to minimize conflict and to facilitateOwner usage.

    1.11 CONSTRUCTION SIGNAGE.1 Provide signage in accordance with Section 01 55 26 - Traffic Control.

    .2 No other signs or advertisements are permitted on site.

    Part 2 Products.1 In accordance with SSBC unless otherwise specified.

    Part 3 Execution

    .1 In accordance with SSBC unless otherwise specified.

  • Section 01 11 00 Yoho Valley Road km 2.0 BridgeSUMMARY OF WORK 2019 RehabilitationPage 4 of 4 PCA Project Number CAI 1488

    END OF SECTION

  • Yoho Valley Road km 2.0 Bridge Section 01 14 002019 Rehabilitation WORK RESTRICTIONSPCA Project Number CAI 1488 Page 1 of 5

    Part 1 General

    1.1 ACCESS AND EGRESS

    .1 Design, construct and maintain temporary "access to" and "egress from" work areas,including stairs, runways, ramps, ladders and scaffolding in accordance with relevantmunicipal, provincial and other regulations.

    .2 Provide for cyclist and vehicular traffic through the Site.

    .3 Maintain access to adjacent properties.

    1.2 USE OF SITE AND FACILITIES

    .1 Execute work with least possible interference or disturbance to public and normal use ofpremises.

    .2 The Contractor will not be permitted to set up a camp at any of the work sites.

    .3 Maintain adequate drainage at the Site.

    .4 Keep the Site clean and free from accumulation of waste materials and rubbish regardlessof source.

    .5 Remove snow as necessary for the performance and inspection of the Work.

    .6 Provide sanitary facilities for work force in accordance with governing regulations andSection 01 35 43 - Environmental Procedures. Post notices and take such precautions asrequired by local health authorities and keep area and premises in sanitary condition.

    .7 Repair any damage to the Site caused by the Work.

    .8 Do not allow pets to be brought to or kept on Site.

    1.3 HOURS OF WORK

    .1 Work in YNP is permitted during daylight hours from 06:00 to 22:00, Monday toSaturday unless indicated otherwise.

    .2 No work will be permitted on Sundays unless prior written approval is granted by theConsultant.

    .3 Work will not be permitted during the period of any Alberta or British Columbiastatutory holiday long weekend, including one day prior to and one day following.

    For a Friday holiday, this means no work to be completed on Thursday, Friday, Saturday,Sunday or Monday. For a Monday holiday, this means no work to be completed onFriday, Saturday, Sunday, Monday or Tuesday.

    .4 Any Variance that may be approved by the Consultant under this Section may be revokedat any time for any reason and is provided on the presumption that no additional costs ordelay will result from the Variance. No claims for additional costs, delays, scheduleimpacts, loss of productivity or other extra work resulting from a Variance will beentertained.

  • Section 01 14 00 Yoho Valley Road km 2.0 BridgeWORK RESTRICTIONS 2019 RehabilitationPage 2 of 5 PCA Project Number CAI 1488

    1.4 WORK CONDUCTED OVER OR ADJACENT TO WATERWAYS

    .1 All components of the Work shall be conducted in accordance with Section 01 35 43 –Environmental Procedures and the Environmental Protection Plan (EPP) prepared for theproject.

    .2 All components of the Work shall be conducted without equipment entering intowetlands, water bodies, or streams.

    .3 All waste materials and sediment from the Work shall be contained and collected in amanner to prevent any contact with the river valleys and waterways. All collected wastematerials shall be disposed of in accordance with Section 01 35 43 – EnvironmentalProcedures and the Environmental Protection Plan prepared for the project.

    1.5 UTILITIES

    .1 Utilities may exist in the vicinity of the site. Become familiar with all utilities andservices adjacent to the Work and be responsible for cost of repair of any damageresulting from the Work.

    .2 Establish and maintain direct and continuous contact with the owners or operators of anyUtilities which may interfere with the Work. Cooperate with them at all times and in allplaces of Work. Keep the Consultant informed of all communications with the Utilitycompanies and authorities.

    .3 Notify the Consultant and the Utility companies at least seven (7) days in advance of anyactivities which may interfere with the operation of such Utilities.

    .4 Whenever working in the vicinity of Utilities, locate such Utilities and expose those thatmay be affected by the Work, using hand labour or other special means as required.

    .5 Assess the possible impact of the Work on all Utilities that may be affected by the Workand in consultation with Utility owner(s), protect, divert, temporarily support or relocate,or otherwise appropriately treat such Utilities to ensure that they are preserved.

    .6 Immediately report any damage to Utilities to the Consultant and to the Utility companyor authority affected and promptly undertake such remedial measures as are necessary atno additional cost to the Owner.

    1.6 SURVEY OF EXISTING CONDITIONS

    .1 Drawings shall be considered schematic in nature, identifying the work to be completedand the primary elements of the existing structure affecting such work. The Drawingsmay not show all conditions or features affecting the work.

    .2 Submission of tender is deemed to be confirmation that the Contractor has inspected theSite and is conversant with all features and conditions affecting execution and completionof work.

    .3 Regularly monitor the condition of the Site and of property on and adjoining the Sitethroughout the construction period and immediately notify the Consultant if anydeterioration in condition is detected. Such monitoring shall cover all pertinent featuresand property including, but not limited to, buildings, structures, roads, walls, fences,slopes, sewers, culverts and landscaped areas.

  • Yoho Valley Road km 2.0 Bridge Section 01 14 002019 Rehabilitation WORK RESTRICTIONSPCA Project Number CAI 1488 Page 3 of 5

    .4 The Consultant may, but is not obligated to, survey and record the condition of the Siteand of property on or adjoining the Site prior to the start of construction. If requested andavailable, the Consultant will provide a copy of the survey records to the Contractor forreference.

    .5 If supplied with such survey records, satisfy yourself as to the accuracy and completenessof the survey records provided by the Consultant for any area before commencingconstruction in that area.

    .6 Commencement of construction in any area shall be taken to signify that the Contractorhas accepted such survey records as being a true record of the existing conditions prior toconstruction.

    .7 The provision of records of a survey of existing conditions by the Consultant shall in noway limit or restrict the Contractor’s responsibility to exercise proper care to preventdamage to all property within or adjacent to the Site, whether all such property is coveredby the survey or not.

    1.7 PROTECTION OF PERSONS AND PROPERTY

    .1 Comply with all applicable safety regulations of the Workers Compensation Act ofBritish Columbia including, but not limited to, Occupational Health and SafetyRegulations and General Safety Regulations.

    .2 Within the Site, the Contractor has all the responsibilities of an “employer” under theWorkers Compensation Act and the Occupational Health and Safety Regulation and isdesignated as the “Prime Contractor”.

    .3 Comply with all applicable safety regulations of the Workers’ Compensation Board ofBritish Columbia (WCB) including, but not limited to, WCB’s Industrial Health andSafety Regulations, Industrial First Aid Regulations, and Workplace Hazardous MaterialsInformation System Regulations.

    .4 Comply with Canada Labour Code and Canada Occupational Safety and HealthRegulations.

    .5 Take all reasonable and necessary precautions and measures to prevent injury or damageto persons and property on or near the Site.

    .6 Promptly take such measures as are required to repair, replace or compensate for any lossor damage caused. Alternatively, and if PCA so directs, promptly reimburse to PCA thecosts incurred by them as a result of such loss or damage.

    1.8 USE OF PUBLIC AREAS

    .1 Materials and equipment may be hauled on roads within YNP using standard highwaytrucks only, not exceeding legal highway load limits.

    .2 Ensure that vehicles and equipment do not cause nuisance in public areas. All vehiclesand equipment leaving the Site and entering public roadways shall be cleaned of mud anddirt clinging to the body and wheels of the vehicle.

    .3 Load and unload vehicles arriving at or leaving the Site in a manner that will preventdropping of materials or debris on the roadways. Where contents may otherwise beblown off during transit, cover such loads using tarpaulins or other suitable covers.

  • Section 01 14 00 Yoho Valley Road km 2.0 BridgeWORK RESTRICTIONS 2019 RehabilitationPage 4 of 5 PCA Project Number CAI 1488

    .4 Immediately remove or clean spills of materials in public areas at no cost to the Owner.

    1.9 SUPERVISORY PERSONNEL

    .1 When requesting a Preconstruction Meeting, in accordance with Section 01 31 19 –Project Meetings, submit to the Consultant confirmation of the supervisory personnel andother key staff designated for assignment on the Contract.

    .2 At a minimum, the following personnel shall be included:

    .1 Project Manager

    .2 Project Superintendent

    .3 Safety Representative

    .4 Quality Control Manager

    .5 Environmental Representative

    .6 Traffic Control Representative

    .3 Where appropriate, one individual can be assigned to multiple roles.

    .4 The above personnel shall perform the following duties:

    .1 Project Manager shall have full authority, as agent of the Contractor, to act onbehalf of and legally bind the Contractor in connection with the Work and theContract.

    .2 The Project Superintendent shall be employed full time with full authority tosupervise the Work and shall be directly available to the Consultant during allactive periods of Work.

    Either they or their designated deputy shall be present on the Site each and everyday that Work is being performed, from the commencement of Work to TotalPerformance of the Work.

    .3 The Project Superintendent shall nominate a Deputy Project Superintendent whoshall have the authority of the Project Superintendent during the latter’s absence.

    .4 The Safety Representative shall possess a minimum of 2 years’ constructionsafety supervisory experience. Their duties shall encompass all matters of safetyfrom commencement of Work until the Total Performance of the Work.

    .5 The Quality Control Representative shall be responsible for the development,implementation and execution of the Quality Management Plan and shall be thesingle point of contact for all quality related queries.

    .6 The Traffic Control Representative shall be responsible for the development,implementation and execution of the Traffic Management Plan and shall be thesingle point of contact for all traffic control related queries.

    .7 The Environmental Representative shall be responsible for the development,implementation and execution of the Environmental Protection Plan and shall bethe single point of contact for all environmental related queries.

    1.10 WASTE DISPOSAL.1 All surplus, unsuitable and waste materials shall be removed from the Site to approved

    sites outside the National Parks. Refer to Section 01 35 43 – Environmental Procedures.

  • Yoho Valley Road km 2.0 Bridge Section 01 14 002019 Rehabilitation WORK RESTRICTIONSPCA Project Number CAI 1488 Page 5 of 5

    .2 Deposit of any construction debris or sediment into any waterway is strictly forbidden.

    .3 Cost for Waste Disposal shall be considered incidental to the Unit Price items and noadditional payment will be made.

    1.11 WORK STOPPAGE

    .1 Give precedence to safety and health of public and site personnel and protection of theenvironment over cost and schedule considerations for Work.

    Part 2 Products

    2.1 NOT USED

    Part 3 Execution

    3.1 NOT USED

    END OF SECTION

  • Yoho Valley Road km 2.0 Bridge Section 01 23 002019 Rehabilitation ALTERNATIVESPCA Project Number CAI 1488 Page 1 of 2

    Part 1 General

    1.1 EQUIVALENT PRODUCTS

    .1 The Contract Documents may indicate specific proprietary products, procedures ormaterials followed by the notation ‘or approved equivalent only’. These products,procedures or materials have been carefully selected for use based on a variety of criteria.

    .2 This Section defines the process to be followed in order to receive approval for use of anequivalent product.

    1.2 TENDERING

    .1 Tenders shall be submitted and will be awarded on the basis of the specific products ormaterials identified in the Contract Documents.

    .2 No requests for approval of alternatives will be considered until after the Contract hasbeen awarded.

    .3 After the Contract has been awarded, the Contractor may apply for approval of equivalentproducts, procedures or materials.

    1.3 APPROVAL PROCESS

    .1 Submit details of the proposed equivalent product, procedure or material including anytest results, standards approvals or other information supporting the contention that theproposed product or material is equivalent to the one identified in the ContractDocuments.

    .2 Clearly indicate any proposed change to the Contract Price or any other provision of theContract that would be affected by approval of the proposed alternative.

    .3 The Consultant will review the information submitted and may request additionalinformation, testing results, standards approvals or other information required to assessthe equivalence of the proposed alternative.

    .4 After reviewing the information submitted, the Consultant will indicate in writingwhether the proposed alternative has been deemed to be equivalent and will be acceptedas an alternative.

    .5 If the proposed alternative is accepted, respond in writing confirming whether or not theproposed alternative will be used for the Work. Once this confirmation has beensubmitted, the proposed alternative (along with any proposed and accepted adjustments tothe provisions of the Contract) will become a part of the Contract.

    .6 Approval of any proposed alternative is entirely at the discretion of the Consultant, andno dialog or negotiation will be entered into with respect to the approval process.Reasons for the rejection of any proposed alternative do not have to be provided and noappeal of the decision is permitted.

  • Section 01 23 00 Yoho Valley Road km 2.0 BridgeALTERNATIVES 2019 RehabilitationPage 2 of 2 PCA Project Number CAI 1488

    Part 2 Products

    2.1 NOT USED

    .1 Not Used.

    Part 3 Execution

    3.1 NOT USED

    .1 Not Used.

    END OF SECTION

  • Yoho Valley Road km 2.0 Bridge Section 01 31 192019 Rehabilitation PROJECT MANAGEMENT AND COORDINATIONPCA Project Number CAI 1488 Page 1 of 3

    Part 1 General

    1.1 COORDINATION

    .1 Coordinate progress schedules, submittals, Subcontractors, use of site, constructionfacilities and all other issues relating to the Work.

    1.2 MEETINGS

    .1 Attend project meetings throughout the progress of the work as requested by theConsultant.

    .2 Consultant will prepare agenda and distribute written notice of meetings at least four daysin advance.

    .3 Provide physical space for meetings.

    .4 Consultant will preside at meetings and will record the meeting minutes, includingsignificant proceedings and decisions. ‘Action By’ parties will be clearly identified in theminutes.

    .5 Consultant will distribute minutes within three days after meetings.

    .6 Representative of Contractor, Subcontractor and suppliers attending meetings shall bequalified and authorized to act on behalf of party each represents.

    1.3 PRECONSTRUCTION MEETING.1 Within 15 days after award of Contract, request a meeting of parties in contract to discuss

    and resolve administrative procedures and responsibilities.

    .2 Consultant, PCA Project Manager, Construction Observers and senior representatives ofContractor and major Subcontractors shall be in attendance.

    .3 Establish time and location of meeting and notify parties concerned minimum 5 daysbefore meeting.

    .4 Agenda to include:

    .1 Appointment of official representative of participants in the Work.

    .2 Schedule of Work: in accordance with Section 01 32 16 - Construction ProgressSchedule.

    .3 Schedule of submission of shop drawings and samples. Make submittals inaccordance with Section 01 33 00 - Submittal Procedures.

    .4 Requirements for temporary facilities, site sign, offices, storage sheds, utilities,fences in accordance with Section 01 52 00 - Construction Facilities.

    .5 Site security in accordance with Section 01 56 00 - Temporary Barriers andEnclosures.

    .6 Proposed changes, change orders, procedures, approvals required, mark-uppercentages permitted, time extensions, overtime, administrative requirements.

    .7 Owner provided products.

    .8 Record drawings in accordance with Section 01 33 00 - Submittal Procedures.

  • Section 01 31 19 Yoho Valley Road km 2.0 BridgePROJECT MANAGEMENT AND COORDINATION 2019 RehabilitationPage 2 of 3 PCA Project Number CAI 1488

    .9 Take-over procedures, acceptance, warranties in accordance with Section01 78 00 - Closeout Submittals.

    .10 Monthly progress claims, administrative procedures, photographs, hold backs.

    .11 Appointment of inspection and testing agencies or firms.

    .12 Insurances, transcript of policies.

    1.4 PROGRESS MEETINGS

    .1 Weekly progress meetings may be held throughout the Work.

    .2 Contractor, major Subcontractors, Consultant, Construction Observers and PCA ProjectManager to be in attendance.

    .3 Agenda to include the following:

    .1 Review and approval of minutes of previous meeting.

    .2 Review of Work progress since previous meeting.

    .3 Field observations, problems, conflicts.

    .4 Problems which impede construction schedule.

    .5 Review of off-site fabrication delivery schedules.

    .6 Corrective measures and procedures to regain projected schedule.

    .7 Revision to construction schedule.

    .8 Progress schedule during succeeding work period.

    .9 Review submittal schedules: expedite as required.

    .10 Maintenance of quality standards.

    .11 Review proposed changes for effect on construction schedule and on completiondate.

    .12 Other business.

    1.5 DOCUMENTS ON SITE.1 Maintain at site at least one copy of the following documents:

    .1 Contract Drawings

    .2 Project Manual

    .3 Addenda

    .4 Reviewed Submittals

    .5 Change Orders

    .6 Traffic Management Plan

    .7 Health and Safety Plan

    .8 WHMIS Information

    .9 Environmental Protection Plan

    .10 Quality Control Plan

    .11 Quality Control Field Test Reports

    .12 Current Work Schedule

    .13 Labour Conditions and Wage Schedules

  • Yoho Valley Road km 2.0 Bridge Section 01 31 192019 Rehabilitation PROJECT MANAGEMENT AND COORDINATIONPCA Project Number CAI 1488 Page 3 of 3

    .14 Current editions of applicable municipal regulations and by-laws

    Part 2 Products

    2.1 NOT USED.1 Not Used.

    Part 3 Execution

    3.1 NOT USED

    .1 Not Used.

    END OF SECTION

  • Yoho Valley Road km 2.0 Bridge Section 01 32 162019 Rehabilitation CONSTRUCTION PROGRESS SCHEDULEPCA Project Number CAI 1488 Page 1 of 3

    Part 1 General

    1.1 DEFINITIONS

    .1 Activity: element of Work performed during course of Project. Activity normally hasexpected duration, and expected cost and expected resource requirements. Activities canbe subdivided into tasks.

    .2 Bar Chart (GANTT Chart): graphic display of schedule-related information. In typicalbar chart, activities or other Project elements are listed down left side of chart, dates areshown across top, and activity durations are shown as date-placed horizontal bars.Generally Bar Chart should be derived from commercially available computerized projectmanagement system.

    .3 Baseline: original approved plan (for project, work package, or activity), plus or minusapproved scope changes.

    .4 Construction Work Week: Monday to Saturday, inclusive, will provide six day workweek and define schedule calendar working days as part of Bar (GANTT) Chartsubmission.

    .5 Duration: number of work periods (not including holidays or other nonworking periods)required to complete activity or other project element. Usually expressed as work days orwork weeks.

    .6 Master Plan: summary-level schedule that identifies major activities and key milestones.

    .7 Milestone: significant event in project, usually completion of major deliverable.

    .8 Project Schedule: planned dates for performing activities and the planned dates formeeting milestones. Dynamic, detailed record of tasks or activities that must beaccomplished to satisfy Project objectives. Monitoring and control process involves usingProject Schedule in executing and controlling activities and is used as basis for decisionmaking throughout project life cycle.

    1.2 REQUIREMENTS

    .1 Ensure Master Plan and Detail Schedules are practical and remain within specifiedContract duration.

    .2 Plan to complete Work in accordance with prescribed milestones and time frame.

    .3 Limit activity durations to maximum of approximately [10] working days, to allow forprogress reporting.

    .4 Ensure that it is understood that Award of Contract or time of beginning, rate of progress,Interim Certificate and Final Certificate as defined times of completion are of essence ofthis contract.

    1.3 ACTION AND INFORMATIONAL SUBMITTALS

    .1 Provide submittals in accordance with Section 01 33 00- Submittal Procedures.

    .2 Submit Project Schedule to Consultant within 5 working days of receipt of acceptance ofMaster Plan.

  • Section 01 32 16 Yoho Valley Road km 2.0 BridgeCONSTRUCTION PROGRESS SCHEDULE 2019 RehabilitationPage 2 of 3 PCA Project Number CAI 1488

    1.4 MASTER PLAN

    .1 Structure schedule to allow orderly planning, organizing and execution of Work as BarChart (GANTT).

    .2 Consultant will review and return revised schedules within 5 working days.

    .3 Revise impractical schedule and resubmit within 5 working days.

    .4 Accepted revised schedule will become Master Plan and be used as baseline for updates.

    1.5 PROJECT SCHEDULE.1 Develop detailed Project Schedule derived from Master Plan.

    .2 Ensure detailed Project Schedule includes as minimum milestone and activity types asfollows:

    .1 Award

    .2 Shop Drawings, Samples

    .3 Permits

    .4 Mobilization

    .5 Dates of Work

    .6 Product Deliveries.

    .7 Demobilization

    1.6 PROJECT SCHEDULE REPORTING

    .1 Update and submit revised Project Schedule on weekly basis reflecting activity changesand completions, as well as activities in progress.

    .2 Include as part of Project Schedule, narrative report identifying Work status to date,comparing current progress to baseline, presenting current forecasts, defining problemareas, anticipated delays and impact with possible mitigation.

    1.7 PROJECT MEETINGS.1 Discuss Project Schedule at regular site meetings, identify activities that are behind

    schedule and provide measures to regain slippage. Activities considered behind scheduleare those with projected start or completion dates later than current approved dates shownon baseline schedule.

    Part 2 Products

    2.1 NOT USED.1 Not used.

    Part 3 Execution

    3.1 NOT USED

    .1 Not used.

  • Yoho Valley Road km 2.0 Bridge Section 01 32 162019 Rehabilitation CONSTRUCTION PROGRESS SCHEDULEPCA Project Number CAI 1488 Page 3 of 3

    END OF SECTION

  • Yoho Valley Road km 2.0 Bridge Section 01 33 002019 Rehabilitation SUBMITTAL PROCEDURESPCA Project Number CAI 1488 Page 1 of 4

    Part 1 General

    1.1 ADMINISTRATIVE

    .1 Submit to Consultant submittals listed for review. Submit promptly and in orderlysequence to not cause delay in Work. Failure to submit in ample time is not consideredsufficient reason for extension of Contract Time and no claim for extension by reason ofsuch default will be allowed.

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

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

    .4 Where items or information is not available in SI Metric units converted values areacceptable.

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

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

    .7 Verify that field measurements and affected adjacent Work are coordinated.

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

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

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

    .11 Where ‘electronic copy’ is indicated, only Adobe Systems “Portable Document Format”(PDF) files will be accepted.

    1.2 SHOP DRAWINGS AND PRODUCT DATA

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

    .2 Where applicable, submit drawings stamped and signed by professional engineerregistered or licensed in BC.

    .3 Indicate materials, methods of construction and attachment or anchorage, erectiondiagrams, connections, explanatory notes and other information necessary for completionof Work. Where articles or equipment attach or connect to other articles or equipment,indicate that such items have been co-ordinated, regardless of Section under whichadjacent items will be supplied and installed. Indicate cross references to design drawingsand specifications.

    .4 Allow 5 working days for Consultant’s review of each submission.

  • Section 01 33 00 Yoho Valley Road km 2.0 BridgeSUBMITTAL PROCEDURES 2019 RehabilitationPage 2 of 4 PCA Project Number CAI 1488

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

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

    .7 Accompany submissions with transmittal letter containing:

    .1 Date.

    .2 Project title and number.

    .3 Contractor's name and address.

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

    .5 Other pertinent data.

    .8 Submissions shall include:

    .1 Date and revision dates.

    .2 Project title and number.

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

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

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

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

    .9 After Consultant's review, distribute copies.

    .10 Submit electronic copy of shop drawings for each requirement requested in specificationSections and as Consultant may reasonably request.

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

  • Yoho Valley Road km 2.0 Bridge Section 01 33 002019 Rehabilitation SUBMITTAL PROCEDURESPCA Project Number CAI 1488 Page 3 of 4

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

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

    .2 Testing must have been within 3 years of date of contract award for project.

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

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

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

    .14 Submit electronic copies of manufacturer’s instructions for requirements requested inspecification Sections and as requested by Consultant .

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

    .15 Submit electronic copies of Manufacturer's Field Reports for requirements requested inspecification Sections and as requested by Consultant.

    .16 Documentation of the testing and verification actions taken by manufacturer'srepresentative to confirm compliance with manufacturer's standards or instructions.

    .17 Submit electronic copies of Operation and Maintenance Data for requirements requestedin specification Sections and as requested by Consultant.

    .18 Delete information not applicable to project.

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

    .20 If upon review by Consultant, no errors or omissions are discovered or if only minorcorrections are made, electronic drawings will be returned and fabrication and installationof Work may proceed. If shop drawings are rejected, noted copy will be returned andresubmission of corrected shop drawings, through same procedure indicated above, mustbe performed before fabrication and installation of Work may proceed.

    .21 The review of shop drawings by Consultant is for sole purpose of ascertainingconformance with general concept.

    .1 This review shall not mean that Consultant approves detail design inherent inshop drawings, responsibility for which shall remain with Contractor submittingsame, and such review shall not relieve Contractor of responsibility for errors oromissions in shop drawings or of responsibility for meeting requirements ofconstruction and Contract Documents.

    .2 Without restricting generality of foregoing, Contractor is responsible fordimensions to be confirmed and correlated at job site, for information thatpertains solely to fabrication processes or to techniques of construction andinstallation and for co-ordination of Work of sub-trades.

  • Section 01 33 00 Yoho Valley Road km 2.0 BridgeSUBMITTAL PROCEDURES 2019 RehabilitationPage 4 of 4 PCA Project Number CAI 1488

    1.3 SAMPLES

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

    .2 Deliver samples prepaid to Consultant's site office.

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

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

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

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

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

    Part 2 Products

    2.1 NOT USED

    .1 Not Used.

    Part 3 Execution

    3.1 NOT USED

    .1 Not Used.

    END OF SECTION

  • Yoho Valley Road km 2.0 Bridge Section 01 35 292019 Rehabilitation HEALTH AND SAFETY REQUIREMENTSPCA Project Number CAI 1488 Page 1 of 3

    1.1 REFERENCE STANDARDS

    .1 Canada Labour Code, Part 2, Canada Occupational Safety and Health Regulations

    .2 Province of British Columbia

    .1 Workers Compensation Act, RSBC 1996 - Updated 2012.

    1.2 ACTION AND INFORMATIONAL SUBMITTALS

    .1 Submit in accordance with Section 01 33 00 - Submittal Procedures.

    .2 Submit site-specific Health and Safety Plan: Within 7 days after date of Notice toProceed and prior to commencement of Work. Health and Safety Plan must include:

    .1 Results of site specific safety hazard assessment.

    .2 Results of safety and health risk or hazard analysis for site tasks and operationsfound in work plan.

    .3 Submit copies of reports or directions issued by Federal, Provincial and Territorial healthand safety inspectors.

    .4 Submit copies of incident and accident reports.

    .5 Submit WHMIS MSDS - Material Safety Data Sheets in accordance with Section02 81 01 Hazardous Materials.

    .6 Consultant will review Contractor's site-specific Health and Safety Plan and providecomments to Contractor within 5 working days.

    .7 Consultant's review of Contractor's final Health and Safety plan should not be construedas approval and does not reduce the Contractor's overall responsibility for constructionHealth and Safety.

    .8 Medical Surveillance: where prescribed by legislation, regulation or safety program,submit certification of medical surveillance for site personnel prior to commencement ofWork, and submit additional certifications for any new site personnel to Consultant.

    .9 On-site Contingency and Emergency Response Plan: address standard operatingprocedures to be implemented during emergency situations.

    1.3 FILING OF NOTICE

    .1 File Notice of Project with Provincial authorities prior to beginning of Work.

    1.4 SAFETY ASSESSMENT.1 Perform site specific safety hazard assessment related to project.

    1.5 REGULATORY REQUIREMENTS

    .1 Do Work in accordance with Section 01 41 00 - Regulatory Requirements.

  • Section 01 35 29 Yoho Valley Road km 2.0 BridgeHEALTH AND SAFETY REQUIREMENTS 2019 RehabilitationPage 2 of 3 PCA Project Number CAI 1488

    1.6 GENERAL REQUIREMENTS

    .1 Develop written site-specific Health and Safety Plan based on hazard assessment prior tobeginning site Work and continue to implement, maintain, and enforce plan until finaldemobilization from site. Health and Safety Plan must address project specifications.

    .2 Consultant may respond in writing, where deficiencies or concerns are noted and mayrequest re-submission with correction of deficiencies or concerns.

    1.7 RESPONSIBILITY.1 Be responsible for health and safety of persons on site, safety of property on site and for

    protection of persons adjacent to site and environment to extent that they may be affectedby conduct of Work.

    .2 Comply with and enforce compliance by employees with safety requirements of ContractDocuments, applicable federal, provincial, territorial and local statutes, regulations, andordinances, and with site-specific Health and Safety Plan.

    1.8 COMPLIANCE REQUIREMENTS

    .1 Comply with Workers Compensation Act, B.C. Reg.

    1.9 UNFORESEEN HAZARDS

    .1 When unforeseen or peculiar safety-related factor, hazard, or condition occur duringperformance of Work, follow procedures in accordance with Acts and Regulations ofProvince having jurisdiction and advise Consultant verbally and in writing.

    1.10 POSTING OF DOCUMENTS.1 Ensure applicable items, articles, notices and orders are posted in conspicuous location on

    site in accordance with Acts and Regulations of Province having jurisdiction, and inconsultation with Consultant.

    1.11 CORRECTION OF NON-COMPLIANCE.1 Immediately address health and safety non-compliance issues identified by authority

    having jurisdiction or by Consultant.

    .2 Provide Consultant with written report of action taken to correct non-compliance ofhealth and safety issues identified.

    .3 Consultant may stop Work if non-compliance of health and safety regulations is notcorrected.

    1.12 BLASTING

    .1 Blasting or other use of explosives is not permitted.

    1.13 POWDER ACTUATED DEVICES

    .1 Use powder actuated devices only after receipt of written permission from Consultant.

  • Yoho Valley Road km 2.0 Bridge Section 01 35 292019 Rehabilitation HEALTH AND SAFETY REQUIREMENTSPCA Project Number CAI 1488 Page 3 of 3

    1.14 WORK STOPPAGE

    .1 Give precedence to safety and health of public and site personnel and protection ofenvironment over cost and schedule considerations for Work.

    Part 2 Products

    2.1 NOT USED

    .1 Not used.

    Part 3 Execution

    3.1 NOT USED

    .1 Not used.

    END OF SECTION

  • Yoho Valley Road km 2.0 Bridge Section 01 35 432019 Rehabilitation ENVIRONMENTAL PROCEDURESPCA Project Number CAI 1488 Page 1 of 7

    Part 1 General

    1.1 REFERENCE STANDARDS

    .1 U.S. Environmental Protection Agency (EPA)/Office of Water

    .1 EPA 832/R-92-005-92, Storm Water Management for Construction Activities,Chapter 3.

    .2 EPA General Construction Permit (GCP) 2012.

    1.2 DEFINITIONS

    .1 Environmental Pollution and Damage: presence of chemical, physical, biologicalelements or agents which adversely affect human health and welfare; unfavourably alterecological balances of importance to human life; affect other species of importance tohumans; or degrade environment aesthetically, culturally and/or historically.

    .2 Environmental Protection: prevention/control of pollution and habitat or environmentdisruption during construction.

    .3 Qualified Environmental Professional (QEP): A person who has sufficient training,expertise, and experience in a discipline relevant to the field of practice required and whois registered with an appropriate professional organization and acting under thatorganization’s code of ethics and subject to related disciplinary action as a result of aviolation.

    1.3 PARKS CANADA ENVIRONMENTAL INFORMATION AND MITIGATIONMEASURES

    .1 Parks Canada Agency (PCA) has provided the following documentation to be reviewedand followed in preparation of an Environmental Protection Plan (EPP):

    .1 Best Management Practices (BMPs) for Roadway, Highway, Parkway andRelated infrastructure.

    .2 Direction for Permitted Users conducting water-related activities in BanffNational Park (BNP) Also applicable to Yoho National Park (YNP).

    .2 Environmental Protection Plan

    .1 Prior to any construction or on-site work activities, the contractor shall providePCA with an EPP which has been written and certified by a QEP for PCAapproval.

    .2 Allow 7 calendar days for PCA to review EPP.

    .3 PCA may request that subsequent revisions are made to the EPP in the event thedocument does not sufficiently address all required environmental concerns ormitigations.

    .3 Start-up and Environmental Briefing

    .1 Prior to any on-site work, all contractors and subcontractors, as well as theiremployees who may be involved with on-site activities, shall attend a briefing

  • Section 01 35 43 Yoho Valley Road km 2.0 BridgeENVIRONMENTAL PROCEDURES 2019 RehabilitationPage 2 of 7 PCA Project Number CAI 1488

    conducted by the PCA Environmental Surveillance Officer (ESO) relating totheir individual and collective responsibilities upon project start-up.

    .2 Employees of other services or material providers who may visit the worksitemust be apprised of their duty not to cause adverse environmental impacts.

    .3 The PCA ESO will regularly visit the site to monitor construction activity forconformance with the EPP. Although the ESO has the authority to enforceNational Parks Act violations, direction to the Contractor will be the duty of thePCA Project Manager.

    1.4 ADDITIONAL ENVIRONMENTAL MITIGATION MEASURES

    .1 All work and associated costs related to required environmental mitigation measures areincidental to the contract scope of work, and are the responsibility of the Contractor.

    .2 Execution of any work is subject to the provisions within the Canadian EnvironmentalAssessment Act (CEAA) 2012 and subsequent revisions.

    .3 Execution of any work is subject to the provisions within “Measures to Avoid CausingHarm to Fish and Fish Habitat, Fisheries and Oceans Canada 2016” available online:http://www.dfo-mpo.gc.ca/pnw-ppe/measures-mesures/measures-mesures-eng.html

    .4 Work shall be scheduled so that no site is left in a state of partial completion for anextended period of time or during any shutdown period such as during winter months.

    .5 All mitigations must be included in the EPP for approval by the PCA ESO. Thecontractor must provide notice of all mitigation activities that require surveillance (to bedetermined upon review of the EPP) by the ESO, and must also be communicated inwriting with at least 48 hour notice prior to execution.

    .6 Mitigations to minimise project impact on resident and migratory nesting birds:

    .1 An inspection of each bridge structure must be completed by Parks Canada ESOprior to any work to ensure there are no active bird nests. If any active bird nest isfound on site, the nest must be left undisturbed within the nesting and fledglingseason (April 15 through August 15).

    .2 The Contractor is encouraged to actively discourage or prevent bird nesting at allworksites by either knocking down abandoned/old nests prior to any work or byproviding approved effective barriers, such as installation of approved netting orplastic sheeting, prior to the nesting and fledgling season (April 15 throughAugust 15).

    .3 The destruction of any active bird nest is prohibited.

    .4 The Contractor is responsible for the removal and cleanup of any implementedmitigations upon project completion.

    .7 Disturbance and/or removal of trees and vegetation shall be minimised. Any removal oftrees or vegetation will require consultation with PCA ESO including written approval toproceed.

    .8 All disturbed areas from construction activities require rehabilitation as part of thecontract. Erosion of steep banks shall be minimised by limiting foot, vehicle, andequipment traffic.

  • Yoho Valley Road km 2.0 Bridge Section 01 35 432019 Rehabilitation ENVIRONMENTAL PROCEDURESPCA Project Number CAI 1488 Page 3 of 7

    .9 No concrete debris, paint, collected debris from pier/abutment caps, or other foreignmaterials shall be permitted to enter any watercourse.

    .10 Any in-stream work requires sediment monitoring is outlined by the BNP “SedimentMonitoring for In-Stream Works Turbidity Monitoring Protocol”.

    .1 During spring high flow or turbid conditions, a maximum increase of 25mg/LTotal Suspended Solids (TSS) above background levels at any time whenbackground levels are between 25mg/L – 250mg/L TSS is acceptable.

    .2 When background levels are >250mg/L, turbidity shall not increase above 10%background levels. If water is clear during the May 1 - 15 window of least impactto fish, a maximum increase of 25mg/L TSS above background levels for a 24hour period is acceptable.

    .3 In-Stream Works Turbidity Monitoring will not be conducted by PCA and is tobe completed by a QEP at the expense of the Contractor.

    .4 Proof of results from required sediment monitoring shall be sent to PCA forrecord purposes.

    .11 Mitigations related to any watercourse

    .1 Debris removal requiring in-stream work may take place when the channel is dry,frozen prior to spring freshet, or during the window of May 1 through May 15.Debris removal must include sediment monitoring and control if any water ispresent or may be disturbed.

    .2 Rip-rap installation requiring in-stream work must take place during thefollowing windows:.1 May 1 – 15.2 August 15 – 31

    .3 Rip-rap rock shall be installed clean of any soil or vegetative material.

    .12 Sensitive and No-Go Zones

    .1 The ESO may identify sensitive areas and no-go zones in proximity to theworksite. These areas may lie outside the construction limit and must not bedisturbed by any construction activity. The contractor shall describe measures tobe employed in order to prevent disturbance.

    .13 Accidental Finds Protocol

    .1 In the event that unanticipated significant artifacts/features are uncovered duringproject activities, work shall stop in the immediate area in order to remainundisturbed.

    .2 The contractor shall notify the PCA Project Manager and Consultant of anyunanticipated artifacts/features found to ensure proper action is followed. PCAwill ensure an immediate response and investigation so as to not delay work.PCA will advise the Contractor of required protective measures as well as stepsmoving forward.

    .3 Examples of significant artifacts/features include but are not limited to: Humanremains, archaeological sites (buried artifacts and other evidence that tell usabout human life in the past), palaeontological sites (fossilized remains of plants

  • Section 01 35 43 Yoho Valley Road km 2.0 BridgeENVIRONMENTAL PROCEDURES 2019 RehabilitationPage 4 of 7 PCA Project Number CAI 1488

    and animals), historic buildings and other structures, and Aboriginal traditionaluse sites.

    .14 Project Impacts on Visitors or Public

    .1 In addition to all required traffic control requirements, all project sites shall beclearly delineated with informative signage, identification of personal protectiveequipment requirements, as well as fencing as required to eliminate projectrelated risk to visitors or the public.

    .2 All sites are to maintain safe passage, including clear direction, for pedestriansand cyclists throughout project construction.

    1.5 ACTION AND INFORMATIONAL SUBMITTALS

    .1 Submit in accordance with Section 01 33 00 - Submittal Procedures.

    .2 Before commencing construction activities or delivery of materials to site, submitEnvironmental Protection Plan for review by Consultant and PCA.

    .3 Environmental Protection Plan must include comprehensive overview of known orpotential environmental issues to be addressed during construction.

    .4 Address topics at level of detail commensurate with environmental issue and requiredconstruction tasks.

    .5 Include in Environmental Protection Plan:

    .1 Name[s] of person[s] responsible for ensuring adherence to EnvironmentalProtection Plan.

    .2 Name[s] and qualifications of person[s] responsible for manifesting hazardouswaste to be removed from site.

    .3 Name[s] and qualifications of person[s] responsible for training site personnel.

    .4 Descriptions of environmental protection personnel training program.

    .5 Erosion and sediment control plan identifying type and location of erosion andsediment controls to be provided including monitoring and reportingrequirements to assure that control measures are in compliance with erosion andsediment control plan, Federal, Provincial, and Municipal laws and regulations[and EPA 832/R-92-005, Chapter 3] .

    .6 Drawings indicating locations of proposed temporary excavations orembankments for haul roads, stream crossings, material storage areas, structures,sanitary facilities, and stockpiles of excess or spoil materials including methodsto control runoff and to contain materials on site.

    .7 Traffic Control Plans including measures to reduce erosion of temporaryroadbeds by construction traffic, especially during wet weather..1 Plans to include measures to minimize amount of material transported

    onto paved public roads by vehicles or runoff..8 Work area plan showing proposed activity in each portion of area and identifying

    areas of limited use or non-use..1 Plan to include measures for marking limits of use areas and methods for

    protection of features to be preserved within authorized work areas.

  • Yoho Valley Road km 2.0 Bridge Section 01 35 432019 Rehabilitation ENVIRONMENTAL PROCEDURESPCA Project Number CAI 1488 Page 5 of 7

    .9 Spill Control Plan to include procedures, instructions, and reports to be used inevent of unforeseen spill of regulated substance.

    .10 Non-Hazardous solid waste disposal plan identifying methods and locations forsolid waste disposal including clearing debris.

    .11 Air pollution control plan detailing provisions to assure that dust, debris,materials, and trash, are contained on project site.

    .12 Contaminant Prevention Plan identifying potentially hazardous substances to beused on job site; intended actions to prevent introduction of such materials intoair, water, or ground; and detailing provisions for compliance with Federal,Provincial, and Municipal laws and regulations for storage and handling of thesematerials.

    .13 Waste Water Management Plan identifying methods and procedures formanagement and discharge of waste waters which are directly derived fromconstruction activities, such as concrete curing water, clean-up water, dewateringof ground water, disinfection water, hydrostatic test water, and water used influshing of lines.

    .14 Historical, archaeological, cultural resources biological resources and wetlandsplan that defines procedures for identifying and protecting historical,archaeological, cultural resources, biological resources and wetlands.

    .15 Pesticide treatment plan to be included and updated as required.

    1.6 FIRE PREVENTION AND CONTROL

    .1 A fire extinguisher shall be carried and available for use on each machine or vehicle inthe event of any fire to prevent the fire from burning the unit or spreading to other fuelsin the immediate area.

    .2 Basic firefighting equipment including a variety of hand tools as well as and two 20Lbackpack water pumps shall be kept at the construction site in a known location easilyaccessible to all staff present. All staff must receive basic training in early response towild fire events during the environmental briefing from the ESO.

    .3 Machinery and equipment shall be operated in accordance with all originalmanufacturer’s safety devices to prevent ignition of flammable materials in the area.

    .4 Care shall be taken when extinguishing or disposing of any potential fire ignition source.

    .5 In case of fire, the Contractor (or any staff present) shall take immediate action toextinguish the fire provided it is safe to do so and will notify Banff Park Dispatch (403-762-1470), the ESO, and the PCA Project Manager immediately.

    .6 Any fire or burning of waste materials is not permitted.

    1.7 DRAINAGE

    .1 Develop and submit erosion and Erosion and Sediment Control Plan (ESC Plan)identifying type and location of erosion and sediment controls provided. Plan to includemonitoring and reporting requirements to assure that control measures are in compliancewith erosion and sediment control plan, Federal, Provincial, and Municipal laws andregulations.

  • Section 01 35 43 Yoho Valley Road km 2.0 BridgeENVIRONMENTAL PROCEDURES 2019 RehabilitationPage 6 of 7 PCA Project Number CAI 1488

    .2 Provide temporary drainage and pumping required to keep excavations and site free fromwater.

    .3 Ensure pumped water into waterways, sewer or drainage systems is free of suspendedmaterials.

    .4 Control disposal or runoff of water containing suspended materials or other harmfulsubstances in accordance with local authority requirements.

    1.8 SITE CLEARING AND PLANT PROTECTION.1 Protect trees and plants on site and adjacent properties as indicated.

    .2 Protect trees and shrubs adjacent to construction work, storage areas and trucking lanes,and encase with protective wood framework from grade level to height of 2 m minimum.

    .3 Protect roots of designated trees to drip line during excavation and site grading to preventdisturbance or damage. Avoid unnecessary traffic, dumping and storage of materialsover root zones.

    .4 Minimize stripping of topsoil and vegetation.

    .5 Restrict tree removal to areas designated by Consultant.

    1.9 WORK ADJACENT TO WATERWAYS

    .1 Construction equipment to be operated on land only.

    .2 Use waterway beds for borrow material only after written receipt of approval fromConsultant.

    .3 Waterways to be kept free of excavated fill, waste material and debris.

    .4 Design and construct temporary crossings to minimize erosion to waterways.

    .5 Do not skid logs or construction materials across waterways.

    .6 Avoid indicated spawning beds when constructing temporary crossings of waterways.

    1.10 POLLUTION CONTROL.1 Maintain temporary erosion and pollution control features installed under this Contract.

    .2 Control emissions from equipment and plant in accordance with local authorities'emission requirements.

    .3 Prevent sandblasting and other extraneous materials from contaminating air andwaterways beyond application area.

    .4 Cover or wet down dry materials and rubbish to prevent blowing dust and debris. Providedust control for temporary roads.

    1.11 HISTORICAL/ARCHAEOLOGICAL CONTROL

    .1 Provide historical, archaeological, cultural resources, biological resources, and wetlandplans that define the procedures for identifying and protecting historical, archaeological,cultural resources, biological resources and wetlands known to occur on the project site,and that identify procedures to be followed if historical archaeological, cultural resources,

  • Yoho Valley Road km 2.0 Bridge Section 01 35 432019 Rehabilitation ENVIRONMENTAL PROCEDURESPCA Project Number CAI 1488 Page 7 of 7

    biological resources and wetlands, not previously known to be onsite or in the area, arediscovered during construction.

    .2 Plan: include methods to assure protection of known or discovered resources and identifylines of communication between Contractor personnel and Consultant.

    1.12 NOTIFICATION

    .1 Consultant will notify the Contractor in writing of any observed noncompliance withFederal, Provincial or Municipal environmental laws or regulations, permits, and otherelements of Contractor's Environmental Protection Plan.

    .2 Contractor is responsible for monitoring and ensuring compliance with Federal,Provincial or Municipal environmental laws or regulations, permits, and other elementsof Contractor's Environmental Protection Plan. Notification by the Consultant is acourtesy only and shall not be relied upon.

    .3 After notification or observation of any noncompliance, inform Consultant of proposedcorrective action.

    .4 Take action only after receipt of written approval by Consultant, unless immediate actionis necessary to prevent further noncompliance.

    .5 Consultant may issue stop work order until satisfactory corrective action has been taken.

    .6 No time extensions or payment adjustments will be allowed to Contractor for suchsuspensions.

    Part 2 Products

    2.1 NOT USED

    .1 Not Used.

    Part 3 Execution

    3.1 NOT USED.1 Not Used.

    END OF SECTION

  • Yoho Valley Road km 2.0 Bridge Section 01 41 002019 Rehabilitation REGULATORY REQUIREMENTSPCA Project Number CAI 1488 Page 1 of 2

    Part 1 General

    1.1 SUMMARY

    .1 This Section references to laws, by laws, ordinances, rules, regulations, codes, orders ofAuthority Having Jurisdiction, and other legally enforceable requirements applicable toWork and that are, or become, in force during performance of Work.

    1.2 REFERENCES TO REGULATORY REQUIREMENTS

    .1 Perform Work in accordance with National Building Code of Canada (NBC) 2015including amendments up to tender closing date and other codes of provincial or localapplication provided that in case of conflict or discrepancy, more stringent requirementsapply.

    .2 Specific design and performance requirements listed in specifications or indicated onDrawings may exceed minimum requirements established by referenced Building Code;these requirements will govern over the minimum requirements listed in Building Code

    .1 Meet or exceed requirements of:.1 Contract documents..2 Specified standards, codes and referenced documents.

    1.3 HAZARDOUS MATERIAL DISCOVERY.1 Asbestos: demolition of spray or trowel-applied asbestos is hazardous to health. Stop

    work immediately when material resembling spray or trowel-applied asbestos isencountered during demolition work. Notify Consultant.

    .2 PCB: Polychlorinated Biphenyl: stop work immediately when material resemblingPolychlorinated Biphenyl is encountered during demolition work. Notify Consultant.

    .3 Mould: stop work immediately when material resembling mould is encountered duringdemolition work. Notify Consultant.

    1.4 NATIONAL PARK REGULATIONS

    .1 The Contractor shall ensure that all work is performed in accordance with the ordinances,laws, rules, and regulations set out in the Canadian National Parks Act and Regulations.

    .2 The Contractor and any sub-Contractors shall each obtain a business licence, specific toeach National Park where work will take place, from Parks Canada Administration Officein Lake Louise, AB, prior to any work within the respective National Park.

    .3 All Contractor and sub-Contractor vehicles are required to obtain a vehicle work passfrom Parks Canada, available free of charge with a valid business licence, from the ParksCanada Administration Office in Lake Louise, AB.

  • Section 01 41 00 Yoho Valley Road km 2.0 BridgeREGULATORY REQUIREMENTS 2019 RehabilitationPage 2 of 2 PCA Project Number CAI 1488

    Part 2 Products

    2.1 NOT USED

    .1 Not Used.

    Part 3 Execution

    3.1 NOT USED

    .1 Not Used.

    END OF SECTION

  • Yoho Valley Road km 2.0 Bridge Section 01 45 002019 Rehabilitation QUALITY CONTROLPCA Project Number CAI 1488 Page 1 of 2

    Part 1 General

    1.1 INSPECTION

    .1 Allow Consultant access to Work. If part of Work is in preparation at locations other thanPlace of Work, allow access to such Work whenever it is in progress.

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

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

    .4 Consultant will order part of Work to be examined if Work is suspected to be not inaccordance with Contract Documents. If upon examination such work is found not inaccordance with Contract Documents, correct such Work and pay cost of examinationand correction. If such Work is found in accordance with Contract Documents, PCA willpay cost of examination and replacement.

    1.2 INDEPENDENT INSPECTION AGENCIES

    .1 Independent Inspection/Testing Agencies may be engaged by PCA for purpose ofinspecting and/or testing portions of Work. Cost of such services will be borne by PCA.

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

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

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

    1.3 ACCESS TO WORK

    .1 Allow inspection/testing agencies access to Work, off site manufacturing and fabricationplants.

    .2 Cooperate to provide reasonable facilities for such access.

    1.4 PROCEDURES

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

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

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

  • Section 01 45 00 Yoho Valley Road km 2.0 BridgeQUALITY CONTROL 2019 RehabilitationPage 2 of 2 PCA Project Number CAI 1488

    1.5 REJECTED WORK

    .1 Remove defective Work, whether result of poor workmanship, use of defective productsor damage and whether incorporated in Work or not, which has been rejected byConsultant as failing to conform to Contract Documents. Replace or re-execute inaccordance with Contract Documents.

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

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

    1.6 REPORTS

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

    .2 Provide copies to manufacturer or fabricator of material being inspected or tested and tosubcontractor of work being inspected or tested.

    1.7 TESTS AND MIX DESIGNS

    .1 Furnish test results and mix designs as requested.

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

    1.8 MILL TESTS

    .1 Submit mill test certificates as requested.

    Part 2 Products

    2.1 NOT USED.1 Not Used.

    Part 3 Execution

    3.1 NOT USED.1 Not Used.

    END OF SECTION

  • Yoho Valley Road km 2.0 Bridge Section 01 51 002019 Rehabilitation TEMPORARY UTILITIESPCA Project Number CAI 1488 Page 1 of 1

    Part 1 General

    1.1 WATER SUPPLY

    .1 PCA will provide potable water for construction use.

    .2 Water will be made available at specific sources and locations to be identified later.

    .3 Be responsible for obtaining water from the designated source and transporting to site.

    1.2 TEMPORARY POWER AND LIGHT

    .1 Provide and pay for temporary power during construction for temporary lighting andoperation of power tools.

    1.3 TEMPORARY COMMUNICATION FACILITIES

    .1 Provide and pay for temporary telephone and data necessary for own use.

    1.4 FIRE PROTECTION

    .1 Provide and maintain temporary fire protection equipment during performance of Workrequired by governing codes, regulations and bylaws.

    .2 Burning rubbish and construction waste materials is not permitted on site.

    Part 2 Products

    2.1 NOT USED

    .1 Not Used.

    Part 3 Execution

    3.1 NOT USED

    .1 Not Used.

    END OF SECTION

  • Yoho Valley Road km 2.0 Bridge Section 01 52 002019 Rehabilitation CONSTRUCTION FACILITIESPCA Project Number CAI 1488 Page 1 of 2

    Part 1 General

    1.1 INSTALLATION AND REMOVAL

    .1 Prepare site plan indicating proposed location and dimensions of area to be fenced andused by Contractor, number of trailers to be used, avenues of ingress/egress to fencedarea and details of fence installation.

    .2 Identify areas which have to be gravelled to prevent tracking of mud.

    .3 Indicate use of supplemental or other staging area.

    .4 Provide construction facilities in order to execute work expeditiously.

    .5 Remove from site all such work after use.

    1.2 SCAFFOLDING.1 Scaffolding in accordance with CAN/CSA-S269.2.

    .2 Provide and maintain ramps, swing staging, platforms, ladders, scaffolding andtemporary stairs as required to facilitate access to the Work.

    .3 Provide suspended scaffolding with plywood deck to aid in completion of all tasks.

    .4 As a minimum, scaffolding shall cover approximately one quarter of the structure at atime, extending from one abutment to at least the midspan point and extending from aminimum of 1 meter outside the trusses to a minimum of 1 meter past the centerline ofthe bridge.

    .5 Top surface of scaffolding deck shall be a minimum of 1 meter below the underside ofthe truss bottom chords, unless otherwise approved by the Consultant.

    1.3 HOISTING

    .1 Provide, operate and maintain hoists or cranes as required for moving of workers,materials and equipment. Make financial arrangements with Subcontractors for their useof hoists.

    .2 Hoists and cranes to be operated by qualified operators.

    1.4 SITE STORAGE/LOADING

    .1 Confine work and operations of employees by Contract Documents. Do not unreasonablyencumber premises with products.

    .2 Do not load or permit to load any part of Work with weight or force that will endangerWork.

    1.5 CONSTRUCTION PARKING

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

    .2 Provide and maintain adequate access to project site.

  • Section 01 52 00 Yoho Valley Road km 2.0 BridgeCONSTRUCTION FACILITIES 2019 RehabilitationPage 2 of 2 PCA Project Number CAI 1488

    1.6 SECURITY

    .1 Be responsible for security at the site at all times, including after working hours andduring holidays.

    1.7 OFFICES

    .1 Provide own office space as required to carry out the Work.

    .2 Provide space for site meetings, able to accommodate a minimum of eight (8)participants.

    .3 Provide marked and fully stocked first-aid case in a readily available location.

    1.8 EQUIPMENT, TOOL AND MATERIALS STORAGE

    .1 Provide and maintain, in clean and orderly condition, lockable weatherproof sheds forstorage of tools, equipment and materials.

    .2 Locate materials not required to be stored in weatherproof sheds on site in manner tocause least interference with work activities.

    1.9 SANITARY FACILITIES

    .1 Provide sanitary facilities for work force in accordance with governing regulations andordinances.

    .2 Post notices and take precautions as required by local health authorities. Keep area andpremises in sanitary condition.

    1.10 PROTECTION AND MAINTENANCE OF TRAFFIC

    .1 Refer to Section 01 55 26 – Traffic Control.

    1.11 CLEAN-UP

    .1 Remove construction debris, waste materials, packaging material from work site daily.

    .2 Clean dirt or mud tracked onto paved or surfaced roadways.

    Part 2 Products

    2.1 NOT USED

    .1 Not Used.

    Part 3 Execution

    3.1 NOT USED

    .1 Not Used.

    END OF SECTION

  • Yoho Valley Road km 2.0 Bridge Section 01 55 262019 Rehabilitation TRAFFIC CONTROLPCA Project Number CAI 1488 Page 1 of 1

    Part 1 General

    1.1 GOVERNING SPECIFICATIONS

    .1 Provide traffic control in accordance with Specification 7.1 “Traffic Accommodation andTemporary Signing” of the Alberta Transportation Standard Specifications for HighwayConstruction, Edition 15, 2013 (SSHC).

    .2 SSHC may be downloaded from the Alberta Transportation website at the following link:

    http://www.transportation.alberta.ca/images/Standard_Specifications_for_Highway_Construction_2013.pdf

    1.2 BASIC REQUIREMENTS.1 Complete the Work while maintaining a minimum of one lane of traffic at all times.

    .2 When a single lane is required to handle traffic in both directions:

    .1 Control the traffic using automated signals.

    .2 Make adjustments to the timing as required to minimize the imbalance betweenqueues in each direction and to ensure that queues do not extend to a point whereadjacent intersections are adversely affected.

    Part 2 Products

    2.1 NOT USED.1 Not Used.

    Part 3 Execution

    3.1 NOT USED

    .1 Not Used.

    END OF SECTION

  • Yoho Valley Road km 2.0 Bridge Section 01 61 002019 Rehabilitation COMMON PRODUCT REQUIREMENTSPCA Project Number CAI 1488 Page 1 of 4

    Part 1 General

    1.1 REFERENCE STANDARDS

    .1 If there is question as to whether products or systems are in conformance with applicablestandards, Consultant reserves right to have such products or systems tested to prove ordisprove conformance.

    .2 Cost for such testing will be borne by PCA in event of conformance with ContractDocuments or by Contractor in event of non-conformance.

    1.2 QUALITY

    .1 Products, materials, equipment and articles incorporated in Work shall be new, notdamaged or defective, and of best quality for purpose intended. If requested, furnishevidence as to type, source and quality of products provided.

    .2 Procurement policy is to acquire, in cost effective manner, items containing highestpercentage of recycled and recovered materials practicable consistent with maintainingsatisfactory levels of competition. Make reasonable efforts to use recycled and recoveredmaterials in execution of work.

    .3 Defective products, whenever identified prior to completion of Work, will be rejected,regardless of previous inspections. Inspection does not relieve responsibility, but isprecaution against oversight or error. Remove and replace defective products at ownexpense and be responsible for delays and expenses caused by rejection.

    .4 Should disputes arise as to quality or fitness of products, decision rests strictly withConsultant based upon requirements of Contract Documents.

    .5 Unless otherwise indicated in specifications, maintain uniformity of manufacture for anyparticular or like item throughout project.

    .6 Permanent labels, trademarks and nameplates on products are not acceptable inprominent locations, except where required for operating instructions, or when located inmechanical or electrical rooms.

    1.3 AVAILABILITY.1 Immediately upon signing Contract, review product delivery requirements and anticipate

    foreseeable supply delays for items. If delays in supply of products are foreseeable, notifyConsultant of such, in order that substitutions or other remedial action may be authorizedin ample time to prevent delay in performance of Work.

    .2 In event of failure to notify Consultant at commencement of Work and should itsubsequently appear that Work may be delayed for such reason, Consultant reserves rightto substitute more readily available products of similar character, at no increase inContract Price or Contract Time.

    1.4 STORAGE, HANDLING AND PROTECTION

    .1 Handle and store products in manner to prevent damage, adulteration, deterioration andsoiling and in accordance with manufacturer's instructions when applicable.

  • Section 01 61 00 Yoho Valley Road km 2.0 BridgeCOMMON PRODUCT REQUIREMENTS 2019 RehabilitationPage 2 of 4 PCA Project Number CAI 1488

    .2 Store packaged or bundled products in original and undamaged condition withmanufacturer's seal and labels intact. Do not remove from packaging or bundling untilrequired in Work.

    .3 Store products subject to damage from weather in weatherproof enclosures.

    .4 Store cementitious products clear of earth or concrete floors, and away from walls.

    .5 Keep sand, when used for grout or mortar materials, clean and dry. Store sand on woodenplatforms and cover with waterproof tarpaulins during inclement weather.

    .6 Store and mix paints in heated and ventilated room. Remove oily rags and othercombustible debris from site daily. Take every precaution necessary to preventspontaneous combustion.

    .7 Remove and replace damaged products at own expense and to satisfaction of Consultant.

    .8 Touch-up damaged factory finished surfaces to Consultant's satisfaction. Use touch-upmaterials to match original. Do not paint over name plates.

    1.5 TRANSPORTATION

    .1 Pay costs of transportation of products required in performance of Work.

    .2 Transportation cost of products supplied by Owner will be paid for by PCA. Unload,handle and store such products.

    1.6 MANUFACTURER'S INSTRUCTIONS

    .1 Unless otherwise indicated, install or erect products in accordance with manufacturer'sinstructions. Do not rely on labels or enclosures provided with products. Obtain writteninstructions directly from manufacturers.

    .2 Notify Consultant in writing, of conflicts between specifications and manufacturer'sinstructions. Consultant will establish course of action.

    .3 Improper installation or erection of products, due to failure in complying with theserequirements, authorizes Consultant to require removal and re-installation at no increasein Contract Price or Contract Time.

    1.7 QUALITY OF WORK.1 Ensure Quality of Work is of highest standard, executed by workers experienced and

    skilled in respective duties for which they are employed. Immediately notify Consultantif required Work is such as to make it impractical to produce required results.

    .2 Do not employ anyone unskilled in their required duties. Consultant reserves right torequire dismissal from site, workers deemed incompetent or careless.

    .3 Decisions as to standard or fitness of Quality of Work in cases of dispute rest solely withConsultant, whose decision is final.

    1.8 COORDINATION

    .1 Ensure cooperation of workers in laying out Work. Maintain efficient and continuoussupervision.

    .2 Be responsible for coordination and placement of openings, sleeves and accessories.

  • Yoho Valley Road km 2.0 Bridge Section 01 61 002019 Rehabilitation COMMON PRODUCT REQUIREMENTSPCA Project Number CAI 1488 Page 3 of 4

    1.9 CONCEALMENT

    .1 In finished areas conceal pipes, ducts and wiring in floors, walls and ceilings, exceptwhere indicated otherwise.

    .2 Before installation inform Consultant if there is interference. Install as directed byConsultant.

    1.10 REMEDIAL WORK

    .1 Perform remedial work required to repair or replace parts or portions of Work identifiedas defective or unacceptable. Coordinate adjacent affected Work as required.

    .2 Perform remedial work by specialists familiar with materials affected. Perform in amanner to neither damage nor put at risk any portion of Work.

    1.11 LOCATION OF FIXTURES

    .1 Consider location of fixtures, outlets, and mechanical and electrical items indicated asapproximate.

    .2 Inform Consultant of conflicting installation. Install as directed.

    1.12 FASTENINGS

    .1 Provide metal fastenings and accessories in same texture, colour and finish as adjacentmaterials, unless indicated otherwise.

    .2 Prevent electrolytic action between dissimilar metals and materials.

    .3 Use non-corrosive hot dip galvanized steel fasteners and anchors for securing exteriorwork, unless stainless steel or other material is specifically requested in affectedspecification Section.

    .4 Space anchors within individual load limit or shear capacity and ensure they providepositive permanent anchorage. Plugs of wood or any other organic material are notacceptable.

    .5 Keep exposed fastenings to a minimum, space evenly and install neatly.

    .6 Fastenings which cause spalling or cracking of material to which anchorage is made arenot acceptable.

    1.13 FASTENINGS - EQUIPMENT

    .1 Use fastenings of standard commercial sizes and patterns with material and finish suitablefor service.

    .2 Use heavy hexagon heads, semi-finished unless otherwise specified. Use No. 304stainless steel for exterior areas.

    .3 Bolts may not project more than one diameter beyond nuts.

    .4 Use plain type washers on equipment, sheet metal and soft gasket lock type washerswhere vibrations occur. Use resilient washers with stainless steel.

  • Section 01 61 00 Yoho Valley Road km 2.0 BridgeCOMMON PRODUCT REQUIREMENTS 2019 RehabilitationPage 4 of 4 PCA Project Number CAI 1488

    1.14 PROTECTION OF WORK IN PROGRESS

    .1 Prevent overloading of parts of building. Do not cut, drill or sleeve load bearing structuralmember, unless specifically indicated without written approval of Consultant.

    1.15 EXISTING UTILITIES

    .1 When breaking into or connecting to existing services or utilities, execute Work at timesdirected by local governing authorities, with minimum of disturbance to Work andpedestrian and vehicular traffic.

    .2 Protect, relocate or maintain existing active services. When services are encountered, capoff in manner approved by authority having jurisdiction. Stake and record location ofcapped service.