92
THE CORPORATION OF THE CITY OF LONDON CORPORATE ASSET MANAGEMENT TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 ____________________________________________________________________________ Facilities Design and Construction _____________________________________________________________________ September 3, 2013

TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

  • Upload
    others

  • View
    5

  • Download
    0

Embed Size (px)

Citation preview

Page 1: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

THE CORPORATION OF THE CITY OF LONDON CORPORATE ASSET MANAGEMENT

TENDER DOCUMENTS FOR

DESIGN AND CONSTRUCTION OF THE AJ TYLER

FABRIC COVERED STRUCTURE

PR0JECT O01-ES2071/EW3105 TENDER 13- 85

____________________________________________________________________________

Facilities Design and Construction

_____________________________________________________________________

September 3, 2013

Page 2: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

CORPORATION OF THE CITY OF LONDON

T E N D E R E R' S C H E C K L I S T 1. Has your Tender been properly signed, sealed and witnessed as required? __________ 2. Have you submitted the required data in a proper and complete manner? ________ __ (a) Tender Deposit attached as specified. ___________ (b) Form of Tender submitted, signed and properly completed. ___________ 3. Have you acknowledged the number of Bulletins (Addenda) received in the appropriate space provided in Section 00300 - Tender Form 1.0 and included the information contained therein in your Total Contract Price? ____________ 4. Have you submitted a complete list of Sub- Contractors and Suppliers, if any, in Section 00300 Tender Form 13.1? ____________ 5. Have you submitted a Consent of Surety and included the proposed Bonding Company in Section 00300 Form 16.1.1? ____________

Page 3: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

00001 TABLE OF CONTENTS

TENDER DOCUMENTS Section 00001 Table of Contents Section 00003 List of Drawings Section 00100 Instruction to Bidders Section 00210 Project Time Schedule Section 00300 Tender Form Section 00600 Surety and Deposit Requirements Section 00655 Insurance Requirements Section 00700 Agreement, Definitions & General Conditions Section 00800 Supplementary Conditions DIVISION 1 GENERAL REQUIREMENTS Section 01001 General Requirements Section 01020 Cash Allowances Section 01021 Statement of Fabric Building Requirements Appendix A Golder Associates Geotechnical Report

Page 4: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

00003 LIST OF DRAWINGS

Site Plan SP-01

Page 5: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

1 of 10

00100 - INSTRUCTIONS TO BIDDERS 1 INVITATION 1.1 TENDER CALL

.1 Sealed tenders for the Design and Construction of the AJ Tyler Fabric Covered Structure, will be received by the Finance and Administration Department, Purchasing and Supply, 267 Dundas St., 4th Floor, London, Ontario, in an opaque envelope clearly marked as to its contents up to 2:00:00pm, Local Time, Wednesday, September 18, 2013.

.2 Tenders submitted after the above time will be returned to the bidder unopened.

.3 Tenders will be opened publicly immediately after the time for receipt of tenders.

.4 A Bidder who has already submitted a tender may submit a further tender at any

time up to the official closing time. The last tender received shall supersede and invalidate all tenders previously submitted by that Bidder for this contract.

.5 A Bidder may withdraw their tender at any time up to the official closing time by

letter bearing their signature and seal as in their tender. 1.2 INTENT

.1 The intent of this tender call is to obtain an offer to perform all work, including all materials, labour and equipment for a Stipulated Price remuneration, in accordance with the Contract Documents.

.2 Substantially perform the work as noted in Project Time Schedule 00210. 1.3 TENDER DOCUMENTS IDENTIFICATION

.1 The Tender Documents are identified as the Design and Construction of the AJ Tyler Fabric Covered Structure London, Ontario and as listed in Section 00700.

2 CONTRACT/TENDER DOCUMENTS 2.1 DEFINITIONS

.1 Contract Documents: Defined in Standard Construction Documents CCDC14-2000, Definitions with General Conditions.

.2 Tender Documents: Contract Documents supplemented with Instructions to

Bidders, Tender Form, Tender Securities and Tender Supplementary Forms identified herein.

.3 Tender: Act of submitting an offer under seal.

Page 6: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

2 of 10

00100 – INSTRUCTIONS TO BIDDERS

.4 Insurance Requirements: Defined in Supplementary General Condition 11.1 and Insurance Requirements 00655.

2.2 AVAILABILITY

.1 Tender Documents may be obtained on the City of London website; http://www.london.ca/d.aspx?s=/Tenders_and_RFPs/default.htm. There is no fee for this service.

.1 Bidders are responsible to check the City’s website on an on-going basis

for up and coming requirements;

.2 Bidder is responsible to complete the registration form as instructed on City of London’s website;

.3 Bidder is responsible to download the document they are bidding on; and

.4 Bidder is responsible to check the website for the award of the contract.

.2 Original hard copy of the Tender Documents can be obtained by bidders upon

receipt of cash or cheque made payable to the “City Treasurer” in the amount of $108.00 per set.

.1 Upon request the City will mail out a hard copy of the original document,

including drawings (if applicable); and

.2 Notify bidder who was awarded the contract.

.3 Tender Documents are made available only for the purpose of obtaining offers for this project. Their issue does not confer a license or grant for other purposes.

2.3 EXAMINATION

.1 Tender Documents are on display at the offices of the London and District

Construction Association plan viewing facilities.

.2 Upon receipt of Tender Documents verify documents are complete; notify the Owner should the documents be incomplete.

.3 Immediately notify the Owner upon finding discrepancies or omissions in the

Tender Documents.

Page 7: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

3 of 10

00100 - INSTRUCTIONS TO BIDDERS 2.4 QUERIES/ADDENDA

.1 Direct questions to Rick Huitema, AJ Tyler Operations Office, 663 Bathurst Street, London, Ontario.

.2 Any and all changes to the terms, conditions, drawings or specifications required

before tender closing will be issued in the form of a written Addendum. If Addenda are issued, their receipt must be acknowledged by the bidders in the appropriate section of the Form of Tender. The City of London will assume no responsibility for verbal instructions or suggestions.

.3 Verbal answers are only binding when confirmed by written addenda.

.4 Clarifications requested by bidders must be written and received not less than five

(5) days before date set for receipt of tenders. The reply will be made in the form of an addendum, a copy of which will be made available to known plan takers.

.5 With the exception of an Addendum delaying the closing or cancelling of this

Tender, NO Addendum will be issued within the forty-eight (48) hours prior to closing – not including Saturdays, Sundays and Statutory Holidays observed by the City of London for regular business hours

.6 Any Addendum will be posted on the City's Purchasing & Supply Web Site:

http://www.london.ca/d.aspx?s=/Tenders_and_RFPs/default.htm. It is the bidder's sole responsibility to check this Web Site regularly to inform itself of any posted Addendum. The City makes no promise or guarantee that addenda will be delivered by any means to any bidder. By submitting a bid in response to this Tender, the bidder acknowledges and agrees that addenda shall only be posted on the City's Web Site and it is the sole responsibility of the bidder to check this Web Site for said addenda. FAILURE TO ACKNOWLEDGE RECEIPT OF ALL ADDENDA ON THE TENDER FORM WILL RESULT IN YOUR BID BEING REJECTED

2.5 PRODUCT/SYSTEM OPTIONS

.1 Materials and equipment specified by a manufacturer's name and catalogue number, trade name, or both are intended to establish a standard of quality and are to form a base bid.

.2 Where one manufacturer's name is mentioned, the bidder shall use that particular manufacturer for their base bid, unless alternatives or substitutions are permitted by addendum. Products proposed as alternatives or substitutions must be presented to the Consultant, complete with drawings, specifications, test reports and all other pertinent data, for approval no less than 72 hours before the tender closing date and time. Submissions made after this time will not be considered.

Page 8: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

4 of 10

00100 - INSTRUCTIONS TO BIDDERS 2.5 PRODUCT/SYSTEM OPTIONS (con’t)

Products approved as alternates or substitutions by the Consultant will be included in an addendum.

It is the bidders responsibility to do their own comparison of all specified characteristics to ensure the alternate does not alter the intent of the drawings and specifications, lessen the performance characteristics and quality of materials, alter weights or dimensions, increase operating or maintenance costs.

.3 Where more than one manufacturer or product is specified, Bidders may select

any one of the named manufacturers or products, on which to base their Bid Price.

.4 After the 72 hour period, Bidders wishing to submit alternatives must include the

following in an accompanying letter with their Tender:

(i) Manufacturer's name and Suppliers name

(ii) Change in price, if any

(iii) Reason for proposing alternative

(iv) Detailed description and specification of alternative.

(v) Confirmation that the alternate does not alter the intent of the Drawings and Specifications, the alternate is of comparable quality and performance characteristics, doesn't increase weights or dimensions, and doesn't increase operation or maintenance costs.

3 SITE ASSESSMENT 3.1 SITE EXAMINATION

.1 Each Bidder must visit the site of the work before submitting their Tender and must satisfy themself by personal examination as to the local conditions to be met with during the construction and conduct of the work. They shall make their own estimate of the facilities and difficulties to be encountered including the nature of the surface materials and conditions. No claim shall be allowed at any time after submission of the Tender that there was any misunderstanding of the terms and conditions of the contract relating to site conditions.

.2 Failure to make the necessary examinations or investigations shall not be

accepted as an excuse for any default on the part of the Contractor to fulfil in every detail all the requirements of the Contract Documents or be accepted as a basis for any claims whatsoever for extra compensation or an extension of time.

Page 9: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

5 of 10

00100 - INSTRUCTIONS TO BIDDERS

3.1 SITE EXAMINATION (con’t)

.3 The Bidder shall also make all investigations necessary to obtain all required information regarding access to the site and required facilities for storage and construction operations.

.4 A site visit has been scheduled for 2:00pm, Tuesday September 10, 2013 at AJ Tyler Operations Centre, 663 Bathurst Street, London, Ontario.

Interested bidders are invited to be at the site at the time and date specified. No inspections will be conducted at any other times than that specified.

4 QUALIFICATIONS 4.1 SUBCONTRACTORS

.1 The Owner as further described in the General Conditions reserves the right to reject a proposed subcontractor for reasonable cause.

.2 Refer to GC3.7 of General Conditions.

5 TENDER SUBMISSION 5.1 INFORMAL OR UNBALANCED TENDERS

.1 Tenders which are incomplete, illegible or obscure, or that contain additions not called for, erasures, alterations, errors or irregularities of any kind, or contain prices which appear to be unbalanced as to be likely to adversely affect the Corporation, may be rejected as informal.

.2 All blanks must be legible and properly filled in. Should any uncertainty arise as

to the proper manner of doing so, the required information will, upon request, be given by the Facilities Design & Construction Division.

.3 The Corporation reserves the right to waive informalities at its discretion.

.4 Bidders who have submitted Tenders which have been rejected by the

Corporation because of informalities will be notified of the reasons for rejection within ten (10) days after the closing date of Tenders. When checking Tenders the following procedures shall be used:

.1 Wherever in a Tender the amount tendered for a unit price item does not

agree with the extension of the estimated quantity and the tendered unit price, or if the extension has not been made, the unit price shall govern and the total price shall be corrected accordingly.

.2 If both the unit price and the total price are left blank then both shall be considered as zero.

Page 10: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

6 of 10

00100 - INSTRUCTIONS TO BIDDERS

3.1 SITE EXAMINATION (con’t)

.3 If the unit price is left blank but a total price is shown for the item. The unit price shall be established by dividing the total price by the estimated quantity.

.4 If the total price is left blank for a lump sum item, it shall be considered as zero.

5.2 SUBMISSIONS

.1 Bidders shall be solely responsible for the delivery of their Tenders in the manner and time prescribed.

.2 Submit one copy of the executed Tender on the forms provided, signed and

corporate sealed together with the required documents in an opaque envelope. These envelopes are only opened at the appointed time and place.

.3 Bidders are required to submit the following data with their tender:

1. Form of Tender 2. Bid Deposit - 10 % of Total Contract Price 3. Letter of Agreement to Bond

The Form of Tender must be completed in full, signed, sealed and returned in an opaque envelope. FAILURE TO DO SO SHALL RESULT IN THE TENDER BEING REJECTED.

6 TENDER ENCLOSURES/REQUIREMENTS 6.1 SECURITY DEPOSIT

.1 Each bidder is required to submit an original bid deposit with their tender in the amount of 10% of total contract price in the form of a Bid Bond, Certified Cheque or Canadian Currency. Photocopies or facsimiles will not be acceptable. FAILURE TO DO SO SHALL RESULT IN THE TENDER BEING REJECTED.

.2 Endorse the bid bond or certified cheque in the name of the Corporation of the

City of London as obligee, signed and sealed by the Contractor and surety.

.3 Use a bid bond issued by a surety agency correctly licensed to operate in the Province of Ontario.

Page 11: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

7 of 10

00100 - INSTRUCTIONS TO BIDDERS 6.1 SECURITY DEPOSIT (con’t)

.4 In all cases where a Tender has been accepted and the successful Bidder fails to execute the Contract and to furnish the required bonds and sureties within seven days after being notified to do so by the City, the tender deposit submitted by them may be forfeited for the use of the Corporation. In cases where a Bidder withdraws their Tender, before Council has considered the Tenders, and awarded a contract, the Tender deposit may be forfeited to the Corporation.

.5 Bid Deposits, with the exception of the two (2) lowest bidders will be returned

within one (1) week, unless otherwise determined by The Corporation of the City of London after the tender opening. The two (2) lowest or remaining deposits will be returned after award of the tender by Council. Where terms and conditions of a tender require the execution of an agreement, the deposits of the two (2) low bidders will be returned upon execution of the agreement.

.6 It is to be noted that bidders who elect to use cash or certified cheque as a bid

deposit will not be paid interest by the Corporation.

.7 If no contract is awarded, all security deposits will be returned. 6.2 CONSENT OF SURETY (LETTER OF AGREEMENT TO BOND)

.1 Submit with the Tender and Bid Bond, a "Consent of Surety", stating that the Surety providing the Bid Bond is willing to supply the Performance and Labour and Material Payment Bonds required by GC11.2 of the General Conditions, Supplementary Conditions and Section 00600. FAILURE TO DO SO SHALL RESULT IN THE TENDER BEING REJECTED.

.2 Include the cost of bonds in the Tender Price. 6.3 TENDER FORM REQUIREMENTS

.1 The Bidder, in submitting the Tender accepts the time period stated in the Contract Documents for performing the work. The completion date in the Agreement shall be the completion time added to the commencement date.

.2 Refer to GC10.1 of the General Conditions, Supplementary Conditions and Section

00800 for inclusion of taxes. 6.4 TENDER SIGNING

.1 The Tender shall be signed under seal by the Bidder.

.2 Sole Proprietorship: Signature of sole proprietor in the presence of a witness who will also sign. Insert the words "Sole Proprietor" under signature. Affix seal.

.3 Partnership: Signature of all partners in the presence of a witness who will also

sign. Insert the word "Partner" against each signature. Affix seal against each signature.

Page 12: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

8 of 10

00100 - INSTRUCTIONS TO BIDDERS

6.4 TENDER SIGNING (con’t)

.4 Limited Company: Signature of all duly authorized signing officers in their normal signatures. Insert the officer's capacity in which the signing officer acts against each signature. Affix the Corporate seal. If the Tender is signed by officials other than the President and Secretary of the Company, a copy of the by-law resolution of the Board of Directors authorizing them to do so must also be submitted with the Tender in the Tender envelope.

6.5 INSURANCE REQUIREMENTS

.1 Defined in GC11.1, the Supplementary Conditions and Section 0655. 7 OFFER ACCEPTANCE/REJECTION 7.1 DURATION OF OFFER

.1 Tenders shall remain open to acceptance and shall be irrevocable for a period of sixty (60) days after the bid closing date.

7.2 ACCEPTANCE OF OFFER

.1 The Corporation of the City of London reserves the right to accept or reject any or all tenders.

.2 If only one Tender is received in response to this Tender call, the City reserves the

right to accept or reject it.

.3 Acceptance of a Tender will be subject to a formal Contract being prepared and executed, within the time frame and in accordance with all the conditions as required in these specifications and General Conditions. The acceptance and award of the tender and execution of an agreement is subject to approval of the Council of the City of London.

8 REQUIREMENTS AT TIME OF EXECUTION

Subject to an award of the Contract by the Corporation, the Bidder is required to submit the following documentation in a form satisfactory to the Corporation for execution within seven (7) days after being notified in writing to do so by the City. The successful bidder will not commence work until such time that all the completed documentation noted below has been received and the contract signed by the City, in accordance with conditions required at time of execution.

.1 Executed Bonds

1. 50% Performance Bond 2. 50% Labour and Material Bond

.2 Execute an Agreement

.3 Insurance Documents in compliance with the tender documents.

Page 13: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

9 of 10

00100 - INSTRUCTIONS TO BIDDERS

8 REQUIREMENTS AT TIME OF EXECUTION (con’t)

.4 Declaration

1. Worker's Compensation Declaration - Corporation Tax Act

.5 Letter of Good Standing from the Workplace Safety and Insurance Board

.6 Verification of Registration as Contractor (with Ministry of Labour) Note: only

required once for the Owner’s files.

.7 The Corporation of the City of London, Acknowledgement of Receiving Notification of Designated Substances on Project.

If the Bidder, for any reason, defaults or fails in any matter or thing referred to under "Requirements at Time of Execution", the Corporation shall be at liberty to retain the security deposited by the Bidder for the use of the Corporation as liquidated damages, and to accept any other Tender or advertise for new Tenders or carry out the work in any way as the Corporation may, in its sole discretion deem best; and also agrees to pay to the Corporation the difference between the price or prices set out in this Tender and any greater sum or sums which the Corporation may expend for which it may become liable by reason of such default or failure, including the cost of any advertisement for new tenders and fully to indemnify and save harmless the Corporation and/or its officers, agents or servants from all loss, damage, liability, cost charges, or expense whatever which it, they or any of them may suffer, incur to be put to by reason of any such default or failure.

9 CONTRACTORS SIGNING

The contractor shall sign and return the contract documents to the consultant within seven (7) days after being received from the consultant for signature by the Corporation.

10 ABILITY AND EXPERIENCE OF TENDERERS

No Tender will be considered from any Bidder unless known to be skilled and regularly engaged in work of a character similar to that covered by the Drawings and Specifications. In order to aid the Corporation in determining the responsibility of any Tender, the Bidder shall, within 48 hours after being requested in writing by the Facilities Design and Construction Division, so to do, furnish evidence satisfactory to the Corporation of the Bidder's experience and familiarity with work of the character specified and his financial ability to prosecute the proposed work properly to completion within the specified time. The evidence requested may, without being limited thereto, include the following:

.1 The Bidder's performance record with listing of work of a similar character and

proportions which he has constructed, giving the name of the owner, date built and construction cost.

Page 14: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

10 of 10

00100 - INSTRUCTIONS TO BIDDERS 10 ABILITY AND EXPERIENCE OF TENDERERS (con’t)

.2 A tabulation of other work now under contract, giving the location, type, size,

required date of completion and the percent of completion to date of each job.

.3 An itemized list of the Bidder’s equipment available for use on the proposed

contract.

.4 A listing of the major parts of the work which are proposed to be sublet.

.5 The Bidder's latest financial statement.

.6 Evidence that the Bidder is licensed to do business in the Province of Ontario: in the case of a Corporation organized under the laws of any other Province or Country.

.7 Such additional information as will satisfy the Corporation that the Bidder is adequately prepared to fulfil the Contract.

Bidders not supplying the requested information within the stipulated time period may be disqualified.

END OF SECTION 00100.

Page 15: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

1 of 1

00210 - PROJECT TIME SCHEDULE 1 OVERALL SCHEDULE

.1 Work shall commence 7 days upon signing of contract.

.2 The work shall be substantially completed by December 31, 2013

END OF SECTION 00210.

Page 16: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

1 of 5

00300 - TENDER FORM

TENDER FOR Design and Construction of the AJ Tyler Fabric Covered Structure

O01-ES2071/EW3105

FOR

THE CITY OF LONDON

Bidder's business name: __________________________________________________

Type of business: Proprietorship □ Corporation □ Partnership □ (place checkmark in appropriate box)

Business address: ________________________________________________________ _________________________________________________________ G.S.T. Number _________________________________________________________ TO THE MAYOR AND MEMBERS OF THE COUNCIL OF THE CORPORATION OF THE CITY OF LONDON. 1.0 The Bidder has carefully examined the locality and site of the proposed works, as

well as the Tender Documents related to the works, including the Tender, Instruction to Bidders, the General and Supplementary General Conditions, the Specifications and the Contract Drawings, and Addenda No. ____ to ____ inclusive *, relating to the said Contract.

2.0 The Bidder hereby accepts and agrees that the items referred to in (1.0) above form

part of the Contract. 3.0 The Bidder hereby submits his Tender and offers to enter into a Contract to

construct all that is set out in the Contract Documents on the Terms and Conditions and under the provisions set out or called for in the Contract Documents for the Total Contract Price of ___________________ ___________________________________________________________Dollars

($_________________________________).(HST excluded) * The Bidder will insert here the number of the Addenda received by him and taken

into account by him in preparing his Tender.

Page 17: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

2 of 5

00300 - TENDER FORM 4.0 ALTERNATE PRICES .1 It is accepted that the intent of alternate prices is to allow the Owner to add

portions of work outlined below at the Owner's discretion. .2 The following prices have not been included in the base bid amount. They are

inclusive of all labour, material, tools, equipment, overhead, profit and taxes, and exclude HST.

5.0 ACCEPTANCE AND/OR REJECTION OF ALTERNATE PRICES .1 In submitting this Tender, the Bidder recognizes and accepts the right of the Owner

to accept any bid which is deemed to be the most advantageous to the owner, (or any part thereof), at the price submitted, or to reject any or all Bids. Alternate Prices may be considered in making final decisions, at the Owners sole discretion.

.2 The owner reserves the right to award the contract to other than the low bidder in its

sole discretion.

6.0 We agree that the owner may delete any of the above items and award the contract for a total price increased/decreased by the item price(s) tendered for such items.

7.0 The above Total Contract Price includes all cash allowances, contingency

allowance, the cost of 50% Performance Bond and 50% Labour and Material Bond, all Permits, Insurance Premiums and all taxes on products and equipment.

8.0 The owner reserves the right to award the contract to other than the low bidder in

its sole discretion. 9.0 EXCLUSION OF BIDDERS IN LITIGATION .1 The City may, in its absolute discretion, reject a Tender or Proposal submitted by

the bidder if the bidder, or any officer or director of the bidder is or has been engaged, either directly or indirectly through another corporation, in a legal action against the City, its elected or appointed officers and employees in relation to:

(i) Any other contract or services; or (ii) Any matter arising from the City’s exercise of its powers, duties, or

functions.

.2 In determining whether or not to reject a quotation, tender or proposal under this clause, the City will consider whether the litigation is likely to affect the bidder’s ability to work with the City, its consultants and representatives, and whether the City’s experience with the bidder indicates that the City is likely to incur increased staff and legal costs in the administration of the contract if it is awarded to the bidder.

Page 18: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

3 of 5

10.0 EXCLUSION OF BIDDERS DUE TO POOR PERFORMANCE .1 The General Manager shall document evidence and advise Purchasing and Supply

in writing where the performance of a supplier has been unsatisfactory in terms of failure to meet contract specifications, terms and conditions or for Health and Safety violations

.2 The City Treasurer may, in consultation with the City Solicitor, prohibit an

unsatisfactory supplier from bidding on future Contracts for a period of up to three years.

11.0 EXPIRY OF TENDER

We agree that this Tender shall remain open to acceptance and shall be irrevocable for a period of at least sixty (60) days from the closing date of the Tender.

12.0 OTHER TENDER REQUIREMENTS 12.1 FAIR WAGE POLICY

.1 We acknowledge that the City of London Fair Wage Policy, clause GC 3.9.4 section 0800 Supplementary General Conditions of the specification, is applicable to this project. We have informed all Subcontractors of the application of the Fair Wage Policy and we shall include clause GC 3.9.4 in each subcontract with all Subcontractors for the provision of work at this job site.

13.0 SUBCONTRACTORS .1 We agree to employ the following Sub-Contractors and Suppliers who have

submitted Tenders to us according to the Plans and Specifications. DIVISION OR TRADE SUBCONTRACTORS __________________________________

__________________________________

__________________________________

__________________________________

.2 We reserve the right to substitute other Sub-Contractors in the event of any Sub-

Contractor withdrawing his Tender or becoming bankrupt. Any such substitution shall be subject to the approval of the Owner, and contingent upon evidence of withdrawal or bankruptcy, satisfactory to the Consultant.

14.0 EXAMINATION OF SITE We have visited the site and have examined all conditions applicable to the work of

this contract and have reviewed the As Built Drawings made available for this project in preparing our tender quotation.

Page 19: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

4 of 5

15.0 SECURITY DEPOSIT .1 We attach hereto an original Security Deposit in the amount of 10 PERCENT of the

total Tender price and payable to the Owner and effective for sixty (60) days following Tender closing date.

.2 The above deposit shall be forfeited to the Owner in the amount of any damages to

which they may be entitled.

(i) in the event that we withdraw this Tender before the expiry of the period specified in 11.0 or,

(ii) in the event of the above Tender being accepted before the expiry of the period specified in 11.0 and our failing or declining to enter into a Contract for the amount of our Tender, as required in 16.0. The said deposit shall be forfeited to the Owner in lieu of any damages to which they may be entitled by reason of our failure or refusal to enter into such Contract.

.3 In the event of our Tender not being accepted before the expiry of the period

specified in 11.0, the deposit will be returned to us forthwith unless a satisfactory arrangement is made with us covering its retention for a further stated period.

16.0 EXECUTION OF CONTRACT

If we are notified of the acceptance of this Tender before the expiry of the period specified in 11.0 we will:

.1 within seven (7) days of written notification of award by the Corporation

.1 furnish Bonds as specified in GC11.2 of the General Conditions and as modified by Supplementary Conditions.

The proposed Bonding Company is:

______________________________________________________ and the consent of surety is attached. .2 furnish proof of insurance as specified in Section 00655, General Condition GC11.1

and as modified by Supplementary Conditions. .3 execute the Agreement as specified in Section 00700. 17.0 TIME OF WORK AND LATE COMPLETION DAMAGES .1 We will commence work as detailed in Section 00210 - Project Time Schedule. .2 We will substantially complete the entire work included in the Contract in

accordance with the requirements as set out in Section 00210, 00800 and GC6.5.6 of the Supplementary Conditions.

.3 We will guarantee the work for a period of twelve (12) months from the date of

Substantial Completion except special items for which longer guarantees are required as stated in the Specifications. Refer to GC12.3 of the General Conditions.

Page 20: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

5 of 5

18.0 DECLARATION The Bidder declares that:

.1 No person, firm or corporation other than the Bidder has any interest in this Tender or in the proposed Contract for which this Tender is made.

.2 This Tender is made without any connection, knowledge, comparison of

figures or arrangements with any other person or persons making a Tender for the same work and is in all respects fair and without collusion or fraud.

.3 No appointed officer or employee of The Corporation of the City of London is,

will be, or has become interested, directly or indirectly, as a contracting party, partner, shareholder, surety or otherwise in the Tender or in the proposed contract or in any portion of the profits thereof, or of any supplies to be used therein, or in any of the moneys to be derived therefrom.

.4 The several matters stated in the Form of Tender are in all respects true.

.5 That we have read and fully understand all the terms and conditions noted in

Tender No. 13-85. Dated at _______________________________________this _________________ day of ________________________________________, 20_________. Bidder's Business Name: _________________________________________________ Person authorized to bind bidder: __________________ : _____________________ (print name) (signature) Person's position with bidder: ______________________________________ Witness _______________________________________

Page 21: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

1 of 7

00600 - SURETY & DEPOSIT REQUIREMENTS 1 TENDER SECURITY .1 The Bidder shall furnish, with his Tender, a Tender deposit in the form of a certified

cheque, Canadian currency or bid bond endorsed in the name of the Corporation of the City of London, signed and sealed by the Contractor and Surety, in an amount equal to 10 percent of the Tender Price.

.2 Such deposit shall be security to the Owner that the Bidder, if awarded the Contract,

will execute the agreement, supply bonds, insurance documents and a letter of Good Standing from the Workplace Safety and Insurance Board and start work as specified.

.3 Deposits of all Bidders except the lowest and second lowest Bidders, will be returned

within seven (7) working days from the award of a contract by City Council. .4 Deposits of the two low Bidders will be retained until a bid has been accepted and the

Contract properly executed. .5 Bid Bonds submitted as a security shall be from the same guaranty surety company

supplying the performance and labour and material bonds for this contract. 2 CONSENT OF SURETY (LETTER OF AGREEMENT TO BOND) .1 The Tender shall furnish, with his Tender, a Consent of Surety (Agreement to Bond)

with the Head Office in the Province of Ontario from a properly licensed Surety Company acceptable to the Owner.

3 PERFORMANCE .1 The Contractor shall furnish a Performance Bond from a Surety Company licensed to

operate in the Province of Ontario, to cover the faithful performance of the Contract including the corrections after final payment as provided for in the Contract Documents and the payment of all obligations arising under the Contract or as a result of any default, delay, neglect, or wrongful act of the Contractor and including the payment of all resulting legal and engineering expenses incurred by the Owner in the event of any default, delay, neglect or wrongful act by the Contractor. The City of London Form of Bond is annexed to this Section. Only this form is acceptable.

.2 The Contractor shall, throughout the term of the Contract, advise the Bonding

Company of all changes to the Contract Price or the nature of the work so that the Bond may be revised if necessary. The Contractor shall furnish the Owner with a copy of each revision to the Bond.

.3 The Performance Bond shall be for 50% of the Contract Price.

Page 22: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

2 of 7

00600 - SURETY & DEPOSIT REQUIREMENTS

4 LABOUR AND MATERIAL PAYMENT BOND .1 The Contractor shall furnish a Labour and Material Payment Bond from a

Surety Company licensed to operate in the Province of Ontario to cover the faithful performance of the Contract as provided for in the Contract Documents in regard to all payments for labour, materials and services required for the work and the discharge of all liens and claims connected therewith and to cover the payment of all resulting legal and engineering expenses incurred by the Owner in the event of any default, delay, neglect or wrongful act of the Contractor. The Form of Bond is annexed to this Section.

The Contractor shall, throughout the term of the Contract, advise the Bonding

Company of all changes to the Contract Price or the nature of the work, so that the Bond may be revised if necessary. The Contractor shall furnish the Owner with a copy of each revision of the Bond.

The Labour and Material Payment Bond shall be for 50% of the Contract Price.

END OF SECTION 00600.

Page 23: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

3 of 7

PERFORMANCE BOND Bond No. Amount $ _______________ (executed in triplicate) Know all Men by These Presents that we, herein called "the Principal" and herein called "the Surety" are jointly and severally held and firmly bound unto the CORPORATION OF THE CITY OF LONDON, hereinafter called "the Corporation", each in the penal sum of of lawful money of Canada, to be paid to the Corporation, or to its successors or assigns, for which payment well and truly to be made, we jointly and severally bind ourselves, our and each of our several and respective heirs, executors, administrators and successors and every of them forever firmly by these presents. SEALED with our several and respective seals. DATED this ______________________ day of _________20 ___. WHEREAS BY a certain Agreement bearing even date with the above obligation the Principal has contracted with the Corporation for the construction of more particularly mentioned in the said Agreement, General Conditions, Plans, Drawings, Profiles, Form of Tender, Information for Bidders, Specifications and Special Provisions annexed to or forming part of such Agreement (all of which are herein called "the Contract") at the price and upon the terms and conditions as in the Contract set forth, and having been required to furnish satisfactory and sufficient security for the due and proper performance of the Contract, the Surety has consented to become obligated in the manner and to the extent hereinafter set forth.

Page 24: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

4 of 7

PERFORMANCE BOND NOW THE CONDITIONS OF THIS OBLIGATION are such, that if the Principal shall well, truly and faithfully in all respects perform, execute and carry out the Contract, and all the terms and conditions thereof to the satisfaction of the Engineer mentioned in the Contract and of the Corporation, and shall keep and maintain in good working order and complete repair the whole of the work performed under the Contract, including any extra work ordered pursuant thereto, for the period mentioned in the Contract and shall then forthwith hand over the same to the Corporation completed and in perfect order and repair as provided in the Contract, and shall at all times indemnify and keep respective officers, servants, employees and agents of, from and against all and manner of loss, damage, expense, suits, claims, liens and demands arising out of the Contract or incurred by reason of the execution of the said work or the supply of material therefore, according to the terms of the Contract, then this obligation shall be null and void but otherwise shall be and remain in full force and virtue. AND IT IS HEREBY DECLARED AND AGREED that the Surety shall be liable as Principal, and that nothing of any kind or matter whatsoever that will not discharge the Principal shall operate as a discharge or release of liability of the Surety, any law or usage relating to the liability of sureties to the contrary notwithstanding. SIGNED, SEALED AND DELIVERED PRINCIPAL in the presence of SURETY

Page 25: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

5 of 7

LABOUR AND MATERIAL PAYMENT BOND LB-1 Bond No. (executed in triplicate) KNOW ALL MEN BY THESE PRESENTS THAT AS PRINCIPAL, hereinafter called the Principal, and AS SURETY, hereinafter called the Surety, are subject to the conditions hereinafter contained, held and firmly bound unto AS TRUSTEE, hereinafter called the Obligee, for the use and benefit of the Claimants, their and each of their heirs, executors, administrators, successors and assigns in the amount of Dollars, ($ ) of lawful money of Canada, for the payment of which sum well and truly to be made the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns jointly and severally, firmly by these presents. SIGNED AND SEALED THIS day of 20 WHEREAS the Principal has entered into a written contract with the Obligee dated the day of , 20 for the construction of which contract is by reference made a part hereof and is hereinafter referred to as the Contract. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if the Principal shall make payments to all Claimants for all labour and material used or reasonably required for use in the performance of the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect, subject, however, to the following conditions:

Page 26: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

6 of 7

LABOUR AND MATERIAL PAYMENT BOND LB-2 1. A claimant for the purpose of this Bond is defined as one having a direct contract

with the principal for labour, material, or both, used or reasonably required for use in the performance of the Contract, labour and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment directly applicable to the Contract provided that a person, firm or corporation who rents equipment to the principal to be used in the performance of the Contract under the contract which provides that all or any part of the rent is to be applied towards the purchase price thereof shall only be a claimant to the extent of prevailing industrial rental value of such equipment for the period during which the equipment was used in the performance of the Contract. The prevailing industrial rental value of equipment shall be determined, insofar as it is practical to do so, in accordance with and in the manner provided for in the latest revised edition of the publication of the Canadian Construction Association entitled "Rental Rates on Contractors' Equipment" published prior to the period during which the equipment was in the performance of the Contract.

2. The Principal, and the Surety hereby jointly and severally agree with the Obligee as

Trustee that every Claimant who has not been paid as provided for under the terms of his contract with the principal before the expiration of the period of ninety (90) days after the date on which the last of such Claimant's work or labour was done or performed or materials were furnished by such Claimant, may as a beneficiary of the trust herein provided for, sue on this bond, prosecute the suit to final judgment for such sum or sums as may be justly due to such Claimant under the terms of his said contract with the Principal and have execution thereon. Provided that the Obligee is not obliged to do or take any act, action or proceeding against the Surety on behalf of the Claimants or any of them to enforce the provisions of this Bond. If any act, action or proceeding is taken either in the name of the Obligee or by joining the Obligee as a party to such proceedings then such act, action or proceeding shall be taken on the understanding and basis that the Claimants or any of them who take such act, action or proceeding shall indemnify and save harmless the Obligee against all costs, charges and expenses or liabilities incurred thereon and any loss or damage resulting to the Obligee by reason thereof. Provided still further that, subject to the foregoing terms and conditions, the Claimants or any of them may use the name of the Obligee to sue on and enforce the provisions of this Bond.

3. No suit or action shall be commenced hereunder by any Claimant: (a) Unless such Claimant shall have given written notice within the time limits

hereinafter set forth to each of the Principal, Surety and Obligee, stating with substantial accuracy the amount claimed. Such notice shall be served by mailing the same by registered mail to the Principal, Surety and Obligee at any place where an office is regularly maintained for the transaction of business by such persons or served in any manner in which legal process may be served in the Province or other part of Canada in which the subject matter of the contract is located. Such notice shall be given (i) in respect of any claim for the amount or any portion thereof required to be held back from the Claimant by the Principal under either the terms of the Claimant's contract

Page 27: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

7 of 7

LABOUR AND MATERIAL PAYMENT BOND LB-3 with the Principal or under the Construction Liens Legislation applicable to

the Claimant's contract with the Principal whichever is the greater within one hundred and twenty (120) days after such Claimant should have been paid in full under the Claimant's contract with the Principal; (ii) in respect of any claim other than for the holdback or portion thereof referred to above within one hundred and twenty (120) days after the date upon which such Claimant did or performed the last of the work or labour or furnished the last of the materials for which such claim is made under the Claimant's contract with the Principal.

(b) After the expiration of one (1) year following the date on which Principal

ceased work on the Contract including work performed under the guarantees provided in the Contract.

(c) Other than in a court of Competent jurisdiction in the Province or District of

Canada in which the subject matter of the Contract or any part hereof is situated and not elsewhere, and the parties hereto agree to submit to the jurisdiction of such court.

4. The amount of this Bond shall be reduced by and to the extent of any payment or

payments made in good faith and in accordance with the provisions hereof, inclusive of the payment by the Surety of Construction Liens which may be filed or recorded against the subject matter of the Contract, whether or not claim for the amount of such lien be presented and against this Bond.

5. The Surety shall not be liable for a greater sum than the specified penalty of this

Bond. IN TESTIMONY WHEREOF, the Principal has hereto set its hand and affixed its seal, and the Surety has caused these presents to be sealed with its corporate seal duly attested by the signature of its Attorney-in-fact the day and year first above written. ______________________________________ Principal ______________________________________ Surety

Page 28: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

1 of 2

00655 INSURANCE REQUIREMENTS

1 SCOPE .1 This section is to be read in conjunction with the Insurance Requirements as

described in GC11.1 "Insurance" of the General Conditions of the Contract and as amended in Section 00800 Supplementary Conditions.

.2 The Certificate of Insurance shall be completed on The Corporation of the City of

London's Insurance Certificate annexed to this section. Additional copies of this certificate may also be downloaded from the City of London website address: http://www.london.ca/Tenders_and_RFPs/PDFs/CertificateContractor_0887.pdf

.3 The Contractor shall, throughout the term of the Contract, advise the Insurance

Company of all changes to the contract or nature of the work so that the insurance may be revised as necessary. The contractor shall furnish the owner with each revision.

END OF SECTION 00655

Page 29: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

2 of 2

Page 30: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities
Page 31: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities
Page 32: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

1 of 2

00700 - AGREEMENT DEFINITIONS AND GENERAL CONDITIONS

The Agreement, Definitions and General Conditions contained in the Standard Construction Document CCDC No. 14, revised 2000, design build stipulated price contract shall become a part of the Contract and shall apply to all Contractors and Sub-Contractors. This document may be obtained at: The London and District Construction Association 331 Aberdeen Drive LONDON, Ontario N5V 4S4 A-3 CONTRACT DOCUMENTS

The following is the exact list of the Contract Documents required to be listed in Article A-3 of the Agreement.

l. Agreement as per CCDC14-2000 Common Law Version, Pages l to 5. 2. General Conditions as per CCDC14-2000, Common Law Version, Pages 8 to

31. 3. Definitions as per CCDC14-2000, Common Law Version, Pages 6 and 7. 4. Section 00210 - Project Time Schedule, Page 1 5. Section 00600 - Surety and Deposit Requirements, Pages 1 to 7 6. Section 00655 - Insurance Requirements, Pages 1 and 2 7. Section 00800 - Supplementary Conditions, Pages 1 to 16 8. Section 01001 - General Requirements, Pages 1 to 8 9. Contract Specifications.

END OF SECTION 00700

Page 33: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

2 of 2

Page 34: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

00800 SUPPLEMENTARY CONDITIONS

1 of 23

0800 - SUPPLEMENTARY CONDITIONS The Canadian Standard Construction Document CCDC-14, 2000, for Design-Build Stipulated Price Contract consisting of the Agreement between Owner and Design-Builder, Definitions and General Conditions, parts GC-1 to GC-12 inclusive, and the Supplementary General Conditions are a part of the Contract Documents. The following Supplementary General Conditions shall be read in conjunction with the General Conditions of the Contract contained in the Canadian Standard Construction Document CCDC-14, 2000. AMENDMENTS TO AGREEMENT BETWEEN OWNER AND DESIGN-BUILDER Article A-1 THE WORK 1.3.2 delete in its entirety. Article A-4 CONTRACT PRICE 1. Substitute "Harmonized Sales Tax" for "Value Added Tax" in paragraph 4.1 and 4.2. 2. Insert the number "13" into the blank in paragraph 4.2. Article A-5 PAYMENT 5.1 in the 3rd line insert after the word of “ten”; insert before the symbol % “10” 5.3.1 in the second line insert after the word at “zero”; insert before the symbol % “0” Article A-6 RECEIPT AND ADDRESSES FOR NOTICES Amend Paragraph 6.1 by adding the following: ... or by registered post; "or if sent by facsimile transmission to have been delivered on the date it is transmitted to the number provided by the parties;" or if sent by ... GC 1.2 OWNER SUPPLIED INFORMATION GC 1.2.1 Add the following to the end of the sentence “provided, however, the foregoing shall not excuse the Design-Builder from its own negligence or the negligence of those for whom the Design-Builder is responsible not for any breach of contract by the Design-Builder.” GC 1.2.7 Add the following to the end of the sentence “provided, however, the foregoing shall not excuse the Design-Builder from its own negligence or the negligence of those for whom the Design-Builder is responsible nor for any breach of contract by the Design-Builder.” GC 3.6 SUPERVISOR 3.6.1 Replace the last sentence as follows: “The supervisor shall not be changed without the Owner’s written consent and only for a valid reason. The owner’s written consent shall not be unreasonably withheld or delayed.”

Page 35: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

00800 SUPPLEMENTARY CONDITIONS

2 of 23

GC 3.8 LABOUR AND PRODUCTS GC 3.8.3 Add the words “and sub-contractors” after the word “employees” Add GC 3.8.4 as follows: Labour Conditions The Design-Builder agrees to and shall observe the following:

3.8.4 Labour Conditions

.1 For the purposes of this paragraph, the following definitions apply: i) “independent operator” means a person who performs any kind of labour on

the job site under this Contract and is not employed by the Design/Build Contractor or Subcontractor(s);

ii) “worker” means a person employed by the Design/Build Contractor or

Subcontractor(s) for wages in any kind of labour on the job site under this Contract, and does not include an independent operator or a person whose sole function is to deliver materials from a supplier;

iii) “wages” means the money earned by a worker for work done by time or by piece

of work and includes all monetary supplementary benefits, whether provided for by statute, contract or collective bargaining agreement.

The Design/Build Contractor agrees to and shall observe the following: .2 The Design/Build Contractor (and each Subcontractor involved in the work) shall be

governed by these requirements; the Design/Build Contractor is charged with the duty of informing Subcontractors of these requirements and ensuring that they are honoured.

.3 each worker shall be paid wages at a rate which equals or exceeds the prevailing

rate detailed in the Corporation’s Fair Wage Schedules and special provisions pertaining to:

(i) Appendix ‘A’ – Industrial, Commercial and Institutional (ii) Appendix ‘B’ – Roads and Structures Construction (iii) Appendix ‘C’ – Sewer and Watermain Construction (iv) Appendix ‘D’ – Building Cleaning Industry (v) Appendix ‘E’ – Security Guard Industry

The Corporation shall determine, specify, and supply the Fair Wage Schedule that applies to the type of works being done under this Contract and shall include the following statement in any advertisement or notice prepared by the Corporation that seeks submissions of bids for work: “The City of London Fair Wage Policy is applicable to this project”. Copies of the Fair Wage Schedules may also be obtained from:

Administrator of Fair Wage Schedules Employment Standards Branch Ministry of Labour 400 University Avenue (3rd Floor) Toronto, Ontario M7A 1V2

Page 36: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

00800 SUPPLEMENTARY CONDITIONS

3 of 23

.4 The working conditions and benefits specified under this paragraph are deemed to be adopted into the employment contract between each worker and the Design/Build Contractor (or his Subcontractor) as minimum standards.

.5 This paragraph applies to the labour of any worker under the Contract at the job site,

employed by the Design/Build Contractor (or his Subcontractors) but does not apply to those persons whose sole function is to deliver materials from a supplier.

.6 If the Fair Wage Policy is revised during the life of the Contract, the wages paid to

workers shall be adjusted (where applicable) to recognize such change and any extra costs created by wage adjustments shall be borne by the Design/Build Contractor.

.7 The Design/Build Contractor shall:

i) Include the following statement in any advertisement, notice or any other

document prepared by the Design/Build Contractor for the purpose of seeking submissions of bids for work sub-contracted by the Design/Build Contractor: “The City of London Fair Wage Policy is applicable to this project”.

ii) at all times keep or cause to be kept a list of the names, trades and addresses of

all workers providing work at the job site under the Contract, whether such workers are employed by the Design/Build Contractor or through an employment agency and a record of the regular hourly wage rates, overtime hourly wage rates, hours of work, and amounts paid by the Design/Build Contractor or employment agency to each such worker;

iii) from time to time, if demanded by any authorized officer, or employee of/or designated professional accountant on behalf of the Corporation of the City of London, furnish within fifteen (15) days after demand a certified copy of all pay sheets, lists, records and books relating to the work and keep the originals thereof open at all times for examination by such officer, employee or agent, on the understanding that such information will be considered personal information pursuant to the Municipal Freedom of Information and Protection of Privacy Act; and

iv) upon reasonable notice, furnish and disclose to any authorized officer, or

employee of/or designated professional accountant on behalf of the Corporation of the City of London any other information respecting wages of workers that may be specified by such officer, employee or agent in connection with the work.

.8 In case of a dispute as to rate of wages to be paid under the Contract or as to the amount to be paid to any worker or workers,

i) the worker or workers (or a duly appointed representative, with the Corporation

receiving written notice of the appointment) shall submit a complaint to the Corporation’s Contract Administrator within forty-five (45) days of “substantial completion” of the project. The Design/Build Contractor and Subcontractor(s) acknowledge that the Contract Administrator will accept complaints directly from the London District Building & Construction Trades Council and the London & District Construction Association;

ii) the Contract Administrator shall adjudicate disputes between a worker or workers

(or authorized representatives) and the Design/Build Contractor respecting the administration of the Fair Wage Policy and the appropriate Fair Wage Schedule;

Page 37: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

00800 SUPPLEMENTARY CONDITIONS

4 of 23

iii) the Contract Administrator shall consider such pay sheets, lists, records and books relating to the work as the Contract Administrator considers necessary and afford the Design/Build Contractor and the complainant(s) a reasonable opportunity to make submissions with respect to the dispute;

iv) the Contract Administrator shall, as soon as practicable, issue its decision and as

part of its decision may, if it considers appropriate, direct that one or more of the parties to the complaint pay to the Corporation of the City of London its costs reasonably incurred respecting the Contract Administrator's adjudication;

v) any one of the parties to the complaint may appeal to the Corporation’s Fair

Wage Panel (as appointed by the Corporation in its sole discretion but who is a person other than the Contract Administrator (the “Panel”)) if in disagreement with the findings of the Contract Administrator for review of the dispute;

vi) the decision of the Panel shall be final and binding upon all parties to the

complaint; and

vii) the names of workers submitting complaints shall remain confidential throughout the adjudication process. A worker’s name is only disclosed when and if necessary to accommodate payment.

.9 If an amount of wages is found by the Contract Administrator or the Panel, as the case may be, to be owing by the Contractor to a worker or workers at the rate called for under paragraph (b) and the Contractor fails to pay the worker or workers such wage amount within fifteen (15) days following the date of the Contract Administrator or Panel's decision, the Corporation may pay to the worker or workers all or a portion of the balance necessary to make up the wages that should have been paid and may,

i) recover the amount paid by the Corporation and any of the Corporation’s

adjudication costs awarded by the Panel against the Design/Build Contractor, together with interest and costs, as a debt due to the Corporation in a court of competent jurisdiction; and

ii) deduct from any money that may be owing by the Corporation to the

Design/Build Contractor under the Contract, as permitted by law, the amount paid by the Corporation for the balance necessary to make up the wages found by the Contract Administrator or Panel to be owing together with an administrative fee not exceeding fifteen percent (15%) of such balance.

.10 The Design/Build Contractor shall have a legible copy of GC 3.9.4 - Labour

Conditions and Fair Wage Policy including the appropriate Fair Wage Schedules and contact information for the Corporation’s Contract Administrator, identified as the person receiving complaints regarding the Fair Wage Policy, posted in open view of the workers in a prominent and accessible location at each job site throughout the duration of the Contract, and provide a copy of the Fair Wage Policy to each worker.

.11 The Design/Build Contractor shall include GC 3.9.4 - Labour Conditions and Fair

Wage Policy in each subcontract between the Design/Build Contractor and his, her or its Subcontractor for the provision of work at the job site under this Contract, and shall deliver a copy of each subcontract to the Contract Administrator before the Subcontractor commences work on the job site.

.12 Prior to commencing work on the job site, the Design/Build Contractor shall provide

to the Contract Administrator a completed copy of the Ministry of Labour’s approved

Page 38: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

00800 SUPPLEMENTARY CONDITIONS

5 of 23

registration form for constructors and employers engaged in construction and entitled “Registration of Constructors and Employers Engaged in Construction”, for the Design/Build Contractor and each Subcontractor and independent operator.

The Design/Build Contractor, its Subcontractor(s), or any independent operator may be removed from the job site until compliance with this sub clause has been met to the satisfaction of the Contract Administrator.

A person who performs any kind of labour on the job site who claims to be an independent operator and fails to provide the above mentioned information may be deemed by the Corporation to be a worker employed by the Design/Build Contractor or Subcontractor as the case may be for the purposes of interpretation, administration, and enforcement of this paragraph.

.13 The Design/Build Contractor shall attach to all accounts rendered for payment of

money upon the Contract a statutory declaration from the Design/Build Contractor, its Subcontractor(s), and any independent operator affirming that the requirements of GC 3.9.4 - Labour Conditions and Fair Wage Policy have been fully complied with prior to the Corporation releasing all holdbacks.-

Add new General Condition GC 3.15 as follows: GC 3.15 COMMENCEMENT AND COMPLETION 3.15.1. The Work shall not be commenced, nor shall any material be purchased, until the Design-Builder has signed the Contract, and the Design-Builder has received confirmation from the Owner that the Owner has signed the Contract. Work shall commence within seven (7) days of written confirmation and be continuously carried on to completion. It shall be completed and full possession thereof given the Corporation within the period provided in Article A-1 paragraph 1.3, counting from the date of notification to commence, unless an extension of time, in writing, shall be allowed by the Owner or as otherwise provided in the Contract. In which case, it shall be carried on to completion and possession given to the Owner within the additional period so allowed. GC 5.1 FINANCING INFORMATION REQUIRED OF THE OWNER 5.1.1. and 5.1.2. Delete these articles in their entirety and replace with the following: “5.1.1. The Design-Builder acknowledges that the resolution of the Owner’s Council has satisfied the Design-Builder that financing of the Work is in place and the Owner will promptly advise the Design-Builder in the event of any changes to the Owner’s Council resolution GC 5.2 APPLICATIONS FOR PROGRESS PAYMENTS GC 5.2.2. Add the following: Applications for payment shall be submitted to the Consultant on or before the tenth (10th) day of each month for work completed up to and including the last day of the preceding month. GC 5.2.5 Add the following:

Page 39: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

00800 SUPPLEMENTARY CONDITIONS

6 of 23

The Design-Builder shall submit with the second and all subsequent applications for payment, a sworn statement on the form annexed to this section and identified as Statutory Declaration re: Liens and Payment of Accounts. The Design-Builder shall also submit with all applications for payment, a certificate of clearance from the Worker’s Compensation Board which indicates that the Design-Builder has complied with all requirements, paid all assessments and compensations payable and is a member in good standing. Add GC 5.2.7. as follows: At the time of execution of the Contract and prior to receiving payment for substantial and total completion of the work, the Design-Builder shall submit a declaration that all taxes and/or penalties imposed on the Design-Builder by the Corporation Tax Act of the Province of Ontario are paid. The sworn statement shall be on the form annexed to this section identified as Worker’s Compensation Declaration – Corporate Tax Act GC 5.3 PROGRESS PAYMENT GC 5.3.2 Change 15 days to 21 days GC 5.4 SUBSTANTIAL PERFORMANCE OF THE WORK GC 5.4.4. Add the following: The notification of Substantial Performance of the Work shall be published in accordance with the Construction Lien Act. GC 5.5. PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK GC 5.5.1.2. Add the following: The sworn statement shall be on the form annexed to this section as identified as Statutory Declaration re: Liens and Payment of Accounts. GC 5.5.3 Delete this article in its entirety GC 5.7 FINAL PAYMENT GC 5.7.1. Delete in its entirety and replace with the following: When the Design-Builder considers that it has attained completion of the Work, the Design-Builder shall submit an application for final payment provided all specified written warranties, bonds, records, certificates, and as-built drawings have been provided to the Owner. For the purpose hereof, “as-built” drawings mean a set of prints of the drawings, marked by hand, showing variations in the work and electronically in AutoCAD 2012 format. GC 5.7.3 Change 15 days to 21 days GC 6.1 CHANGES Add GC 6.1.7 as follows: Subject to GC 3.3 Construction by Owner and Other Contractors nothing herein contained is to preclude the Owner from having any changes in the work or other work done by the Owner’s workmen or other parties, providing satisfactory arrangements have been made. GC 6.2 CHANGE ORDER

Page 40: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

00800 SUPPLEMENTARY CONDITIONS

7 of 23

Revise GC 6.2.1 by deleting the words “or required” after the word “proposed” and inserting “by the Owner” Add GC 6.2.4 as follows: The following fee percentage and overhead charges shall be applied to additional work ordered by the Owner. 1. For those items understood to be directly part of the Design-Builder's work, the Design-Builder will be permitted to charge a maximum of 5% overhead plus a maximum 5% fee. 2. On items involving changes to work of a Subcontractor the Design-Builder may charge a 5% fee. Overhead shall not be charged on extras or credits applying to Subcontractors' work by the Design-Builder. 3. Subcontractors may charge a maximum of 5% overhead plus a maximum of 5% fee on work to be provided by their own forces. They may charge only 5% fee on work of other subcontractors under their direct jurisdiction. 4. Overhead shall include all costs of: .1 Operating head office and site facilities. .2 Head office and site personnel. .3 Custom duties, basic permits and other licenses required by jurisdictional authorities. .4 Bonding. .5 Insurance. .6 Calculations, inspections testing. .7 Deliveries, travelling, out-of-town accommodations. .8 Hand and small power tools required for the efficient completion of the Work. .9 Costs related for the preparation of documentation/responses to changes and contemplated changes. GC 6.3 CHANGE DIRECTIVE Add GC 6.3.8 as follows: The Owner and the Design-Builder agree to a value for mark-up for change directive costs as per GC 6.2.4 GC 6.5 DELAYS Add GC 6.5.6 as follows In general, normal seasonal weather conditions for the local climate for the construction period implied in the bid documents will not be considered as reason for extension of the contract time. Such normal seasonal conditions include normal amounts of bad weather including rain, snow, winds and heat and cold conditions. The Design-Builder shall allow in the project scheduling and costing for these normal seasonal weather conditions. Add GC 6.5.7 as Follows The work shall not be commenced, nor shall any material be purchased, until the Design-Builder has signed the contract, and the Design-Builder has received written confirmation from the Owner that the Corporation has signed the contract. Work shall commence within seven (7) days of written confirmation and be continuously carried on to completion. The work shall be completed and full possession thereof

Page 41: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

00800 SUPPLEMENTARY CONDITIONS

8 of 23

given the Corporation within the period provided below, counting from the date of notification to commence, unless an extension of time, in writing, shall be allowed by the Owner. In which case, it will be carried on to completion and possession given to the Corporation within the additional period so allowed. If ordered by the Owner, the Design-Builder and his employees shall be required to work continuously through the twenty-four (24) hours of the day for six days per week in the performance of the work under this contract. All work included in the Contract shall be completed by the Design-Builder within the time of completion, stated in section 00210 Project Time Schedule. If the Design-Builder fails to complete the work in accordance with the Contract and to the satisfaction of the Consultant within the time or times specified, the contractor shall pay the costs incurred by the Corporation for office supervision and field inspection in addition to $100.00 (One Hundred Dollars) for each and every working day that the work remains unfinished after the time specified. The amount is the Liquidated Damages the Corporation will suffer by reason of a delay and not as a penalty. Other than Liquidated Damages, the Contractor shall not be responsible for any other costs that the Corporation may incur as a result of a delay in completing the work within the time specified. Notwithstanding the time allowed for completion, should the rate of progress of construction be unsatisfactory or should unnecessary interruption occur in the continuous prosecution of the work, in the opinion of the Owner, the full amount of Inspector’s wages and the cost of other supervisions shall, for such period of unsatisfactory progress, be deducted from any monies due the Contractor under the contract. GC 7.2 DESIGN-BUILDER’S RIGHT TO SUSPEND THE WORK OR TERMINATE THE CONTRACT GC 7.2.3.1 Delete this article in its entirety. GC 9.1 PROTECTION OF WORK AND PROPERTY GC 9.1.1.1. Add the following to the end of the sentence; “provided the foregoing shall not relieve the Design-Builder from its own negligence or the negligence of those for whom the Design-Builder is at law responsible.” GC 11.1 INSURANCE GC 11.1.1 Add the following to the end of the first sentence: ”in a form acceptable to the Owner” GC 11.1.1.1. Add the following, to the first sentence after…Policy shall be: “In a form acceptable to the Owner and” And replace the second sentence with the following: The insurance coverage shall be submitted on the Owner’s insurance form and, Change $2,000,000 to read $5,000,000. GC 11.1.1.3 and GC 11.1.1.4 Change $2,000,000 to read $5,000,000. GC 11.1.1.5.1 Delete the second sentence in its entirety and replace with the following:

Page 42: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

00800 SUPPLEMENTARY CONDITIONS

9 of 23

The insurance coverage shall be submitted on the Owner’s insurance form. Add GC 11.1.1.7 as folllows: The Design-Builder shall provide errors and omissions coverage in an amount of not less than $1,000,000 per occurrence in respect of the Consultant and other consultants engaged in the performance of the Work for a period of 12 months following Substantial Completion of the Work. GC 11.2 BONDS GC 11.2.2. Replace the last sentence with the following: “The form of such bonds shall be on the Owner’s form. GC 11.2.3 Add the following additional paragraph: “The Design-Builder shall provide a 50% performance bond and a 50% labour and materials payment bond. GC 12.3 WARRANTY GC 12.3.3. Add the following sentences: Implementation of replacement work and making good of defects or deficiencies shall be executed at such times when are convenient with and approved by the Owner. This may entail overtime work on the part of the Design-Builder. Additional charges for overtime work in this regard must be borne by the Design-Builder. Add GC 12.3.9 as follows: Notwithstanding the provisions of this condition and provided that the Owner has promptly given written notice to the Design-Builder and the Design-Builder has failed, under the requirements of paragraph 12.3.3., to act immediately on such notice, the Owner may in the case of danger to public safety or property, make such immediate arrangements for repair, and the Owner shall inform the Design-Builder of such actions in writing. The cost of such work shall be borne by the Design-Builder.

Page 43: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

00800 SUPPLEMENTARY CONDITIONS

10 of 23

STATUTORY DECLARATION RE: LIENS AND PAYMENT OF ACCOUNTS

STATUTORY DECLARATION RE: LIENS AND PAYMENT OF ACCOUNTS (to be completed upon substantial performance of the Contract)

CANADA IN THE MATTER of a Contract, known as the Contract

for the Construction of PROVINCE OF COUNTY OF

between the CORPORATION OF THE CITY OF LONDON and

on 20 in London, Ontario TO WIT: I, of in the Province of , do solemnly declare: 1. That I am of the Contractor

(President, Secretary, Treasurer, Partner, etc.) named in the Contract above-mentioned and as such have personal knowledge of the facts hereunder declared.

2. That all workers employed by the said Contractor in the performance of the said

Contract have been paid in full not less frequently then semi-monthly and up to and including the payday immediately preceding the date of this declaration.

3. That the said Contractor has complied with the requirements of statutes and

regulations of the Province of Ontario relating to the payment of wages and with the requirements of the said Contract relating to the payment of wages.

Page 44: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

00800 SUPPLEMENTARY CONDITIONS

11 of 23

4. That, with the exception of the disputed accounts set forth in paragraph 5 hereof and amounts held back and payments deferred to by written agreement, all liabilities incurred by the said Contractor arising out of work performed up to

20_____, set forth in the Monthly Estimate relating to Payment Certificate No. have been discharged.

STATUTORY DECLARATION RE: LIENS AND

PAYMENT OF ACCOUNTS 5. That the following is a complete list of disputed accounts:

Name of Creditor

Service Rendered

Total Claim ($)

Amount in Dispute ($)

Amount Paid ($)

(If there are no disputed accounts, enter "NONE" above.) 6. That all persons who have placed or furnished any material or things to be used in

connection with the above Contract have been fully paid or their claims have been settled in respect of such work, service, materials or things and there are not liens, garnishes, attachments or claims relating thereto.

7. That all Subcontractors who were engaged in or in any manner associated with the

performance of any part of the above Contract have been fully paid of their claims have been settled in respect thereof except to the extent that monies have been held back by written agreement with any such Subcontractors.

8. That all Subcontractors who were engaged in or in any manner associated with the

performance or any part of the above Contract have discharged all liabilities which they incurred in respect thereof.

9. That all claims for damage to property or injury to persons of which the above-

named Contractor has received notice have been fully paid or settled, except for the following:

Claimant Description of Claim Amount of Claim ($)

Amount Paid ($)

(If there are no disputed claims, enter "NONE" above.) 10. That the above named Contractor has not had any notice of any grounds for a

claim (other than those covered by paragraph 5 or 9 above) connected with this Contract by a third party and for which a claim might be made, except for the following:

Claimant Description of Claim Amount of Claim ($)

Amount Paid ($)

(If there are no disputed claims, enter "NONE" above.)

Page 45: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

00800 SUPPLEMENTARY CONDITIONS

12 of 23

STATUTORY DECLARATION RE: LIENS AND PAYMENT OF ACCOUNTS

AND I MAKE THIS SOLEMN DECLARATION conscientiously believing it to be true and knowing that it is of the same force and effect as if made under oath and by virtue of the "The Canada Evidence Act". DECLARED before me a t the City of in the County of this day of , 20 .

Page 46: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

00800 SUPPLEMENTARY CONDITIONS

13 of 23

WORKERS' COMPENSATION DECLARATION-CORPORATION TAX ACT (WD-1) CANADA ) ) PROVINCE OF ONTARIO ) IN THE MATTER OF the annexed Agreement made between ) COUNTY OF MIDDLESEX ) TO WIT: ) and THE CORPORATION OF THE CITY OF ) LONDON dated the day of ) , 20 in respect of ) ) I, of the City of in the County of do solemnly declare as follows:

1.That I am and as such have knowledge of the matters hereinafter declared to.

2.That paid all assessments or compensation payable to the Workers' Compensation Board.

3.That paid all taxes and/or penalties imposed on it by The Corporation Tax Act of the Province of Ontario.

AND I MAKE this solemn Declaration conscientiously believing it to be true and knowing that it is of the same force and effect as if made under oath and by virtue of The Canada Evidence Act.

DECLARED before me at the City of in the County of , this day of , 20 .

Page 47: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

00800 SUPPLEMENTARY CONDITIONS

Document reproduced February 18, 2005 from the Ontario Ministry of Labour Fair Wage Schedule for Roads and Structures Construction effective April 1, 1995

THIS PAGE LEFT BLANK INTENTIONALLY

Page 48: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

Document reproduced February 18, 2005 from the Ontario Ministry of Labour Fair Wage Schedule, Roads and Structures Construction, Provincial Zone effective April 1, 1995

APPENDIX ‘A’ – 0800 SUPPLEMENTARY CONDITIONS

FAIR WAGE SCHEDULE OCCUPATION CLASSIFICATIONS

ROAD AND HIGHWAY CONSTRUCTION

ROAD BUILDING SECTION

LICENSED OPERATORS: Operators of Shovels, Clams, Backhoes, Gradalls, Draglines, Piledrivers, Cranes, Mobile Truck Cranes, Derricks and Dredges.

LICENSED MECHANICS AND WELDERS, CLASS A:

EQUIPMENT AND MAINTENANCE OPERATORS, GROUP A:

CATEGORY 1: Operators of Bulldozers (75 Drawbar HP and over, D-4 or equivalent and over), Grader – Class A (fine grading), Front-end Loaders (1½ cu. yd. and over), Overhead Loaders (1½ cu. yd. and over), Pitman Type (Hydra-Lift Truck Mounted Hydraulic) Crane, Farm and Industrial Tractors with excavating attachments (3/8 yd. capacity and over).

CATEGORY 2: Operators of Concrete and Asphalt Pavers or Planers (1 cu. yd. or over), Engineers on Boilers with papers, Scrapers (self-propelled) Emcos, Trenching Machines (6’ and over), Mixermen on Asphalt Plants (1 cu. yd. and over), Operators of Asphalt, Batching, and Steam Heating Plants.

CATEGORY 3: Asphalt Rollers, Portable Compressors (210 CFM and over, or two or more 110 CFM and over), pumps 6” and over, Portable Generators.

EQUIPMENT AND MAINTENANCE OPERATORS, GROUP B:

CATEGORY 1: Operators of Bulldozers (under 75 Drawbar HP, D-4 or equivalent), Graders – Class B Front-End Loaders (under 1½ cu. yd.), Farm and Industrial Tractors with excavating attachments (under 3/8 yd. capacity), Concrete and Asphalt Plants (under 1 cu. yd.), Asphalt Spreaders (self-propelled), Asphalt Rollers – B, Mechanics and Welders – Class B, Trenching Machines (under 6’), Mixermen on Asphalt Plant (under 1 cu. yd.).

CATEGORY 2: Boiler Firemen without papers, Burnermen on Asphalt Plants, pumps under 6”, Farm and Industrial Tractors with Towing compaction units, Grade Rollermen (including self-propelled rubber tires), Servicemen.

CATEGORY 3: Oilers, Greasers, Compressors (less than 210 CFM), Operators of 5 or more Heaters.

SKILLED LABOURERS:

CATEGORY 1: Asphalt Raker, Form Setter, Curb Setters, Gutter Brick Setters, Manhole Valve Chamber and Catch Basin Constructors, Crawler Type Drill Man, Wire-Mesh and Rod Reinforcing Man Powderman.

CATEGORY 2: Screedmen, Puddlers, Floatmen, Concrete Saw Operators, Concrete Workers, Sheeting and Shoring Man, Pipelayer, Air and Machine Tool Operator, Guard Rail Inspectors.

COMMON LABOURERS: Labourers, Asphalt and Concrete Shovelers and Ironers, Asphalt and Cement Improvers, Jackhammer Breaker Operator, Fence Erectors, Heaterman (up to 5 heaters), Hopperman, Tamperman, Grouter, Scootcrete Driver, Yard and Material Men.

TRUCK DRIVERS:

CATEGORY 1: Floats (low bed, 25 tons or more).

CATEGORY 2: Floats (low bed, under 25 tones), Semi-Float (full-time), Semi-Double Bottom Hook-up or other Semi Combination, Tri-axle Dump Truck, Off-Highway Rock Type Truck.

CATEGORY 3: Tandem Axle, Load Bearing Boom Trucks, Dumpcrete Drivers, Semi-Trailers, Tandem Axle Dump Trucks, Bulk Lift Trucks, Semi-Floats (part-time).

CATEGORY 4: Single Axle, Single Axle Dump Trucks, Service and Fuel Trucks, Tag Along Floats, Farm Tractor Driver, Tow Tractor Operator, Stake Trucks.

FLAG PERSONS:

WATCHPERSONS:

STRUCTURE SECTION

CARPENTERS, FORM BUILDERS:

RODMEN:

CONCRETE FINISHERS:

PAINTERS:

ELECTRICIANS:

LABOURERS: (on structures)

STRUCTURAL STEEL WORKERS:

Ministry of Labour

Ministère du Travail

Page 49: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

Document reproduced February 18, 2005 from the Ontario Ministry of Labour Fair Wage Schedule, Roads and Structures Construction, Provincial Zone effective April 1, 1995

APPENDIX ‘A’ – 0800 SUPPLEMENTARY CONDITIONS – cont’d

FAIR WAGE SCHEDULE ROADS AND STRUCTURES CONSTRUCTION, ONTARIO

PROVINCIAL ZONE

ROAD BUILDING SECTION

CLASSIFICATION OF LABOUR

Fair Wage Rate Per Hour not less than:

Effective Date: April 1, 1995

LICENSED OPERATORS $13.83

LICENSED MECHANICS AND WELDERS, CLASS “A” 12.99

EQUIPMENT AND MAINTENANCE OPERATORS, GROUP “A” 12.85

EQUIPMENT AND MAINTENANCE OPERATORS, GROUP “B” 12.20

SKILLED LABOURERS 11.69

TRUCK DRIVERS – Tow Tractor Operators – Rollermen (Grade) 11.48

LABOURERS 11.19

FLAGPERSON 9.40

WATCHPERSON 9.40

STUDENTS (registered in day school) 9.04

STRUCTURE SECTION

CARPENTERS, FORM BUILDERS 13.83

RODMEN, CONCRETE FINISHERS, PAINTERS 12.69

SRUCTURE LABOUR OPERATIONS 11.34

STRUCTURAL TRAINEES 11.48

CLASSIFICATION DEFINITIONS:

Licensed Operators: Includes Shovel, Clam, Gradall, Backhoe, Dragline, Piledriver Operator

Equipment and Maintenance Operators, Group A: Includes Mechanic and Welder, Class B, Rollerman – Asphalt, Burnerman, Powerman, Boiler Engineer (with papers). Float Driver (over 25 tons), Concrete Paver (over 1 cu. yd.), Bulldozer (75 Drawbar HP and over), Grader, Class A (Finished Grading), Front End Loader (1½ yds. and over), Scaper, Crusher, Asphalt Spreader Operator

Equipment and Maintenance Operators, Group B: Includes Boiler Fireman, Mixerman, Float Driver (25 tones and under), Front End Loader (under 1½ yds.), Grader, Class B (Gravel and other Grading), Farm and Industrial Tractor with Power Attachments, Driller (Air Tracks), Bulldozer (under 75 Drawbar HP) Operator

Skilled Labourer: Includes Air Tool Operator, Ashphalt Raker, Form Setter, Pipe Layer, Screedman.

Structure Labour Operations: Includes Labourers on Structures.

Structural Trainee: Means and Employee who is enrolled in the Ontario Road Builders Association Pilot Training Programme.

Ministry of Labour

Ministère du Travail

Page 50: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

Document reproduced February 18, 2005 from the Ontario Ministry of Labour Fair Wage Schedule, Sewer and Watermain Construction, Provincial Zone effective April 1, 1995

APPENDIX ‘B’ – 0800 SUPPLEMENTARY CONDITIONS

FAIR WAGE SCHEDULE OCCUPATION CLASSIFICATIONS

SEWER AND WATERMAIN CONSTRUCTION

OPEN CUT SECTION

LICENSED OPERATORS: Operators of Shovels, Clams, Gradalls, Backhoes, Draglines, Piledrivers, Cranes, Mobile Truck Cranes, Derricks and Dredges, Caisson Boring Machines 25hp and over.

LICENSED MECHANICS AND WELDERS, CLASS A:

EQUIPMENT AND MAINTENANCE OPERATORS, GROUP A:

CATEGORY 1: Operators of Bulldozers (75 Drawbar HP and over, D-4 or equivalent and over), Front-end and Overhead Loaders (1½ cu. yd. and over), Pitman Type (Hydra-Lift Mounted Hydraulic Truck) Crane, Caisson Boring Machines (under 25hp).

CATEGORY 2: Operators of Emcos and Trenching Machines (6’ and over).

CATEGORY 3: Operators of Portable Compressors (210 CFM and over, or two or more 110 CFM and over), pumps 6” and over, Drilling Machines.

EQUIPMENT AND MAINTENANCE OPERATORS, GROUP B:

CATEGORY 1: Operators of Bulldozers (under 75 Drawbar HP, D-4 or equivalent), Front-End and Overhead Loaders (under 1½ cu. yd.), Farm and Industrial Tractors with excavating attachments (under 3/8 yd. capacity), Mechanics and Welders, Class B, Trenching Machines under 6’, Boom Trucks, A Frames, Well points.

CATEGORY 2: Pumps up to 6”, Farm and Industrial Tractors with Towing compaction units, Servicemen.

CATEGORY 3: Oilers, Greasers, Compressors (less than 210 CFM), Operators of 5 or more heaters.

SKILLED LABOURERS: Form Setters, Pipelayers and Fitters, Air Track Drillers, Powdermen, Cement Finishers.

COMMON LABOURERS:

TRUCK DRIVERS:

CATEGORY 1: Floats (low bed, 25 tons or more).

CATEGORY 2: Floats (low bed, under 25 tones), Semi-Float (full-time), Semi-Double Bottom Hook-up or other Semi Combination, Tri-axle Dump Truck, Off-Highway Rock Type Truck.

CATEGORY 3: Tandem Axle, Load Bearing Boom Trucks, Dumpcrete Drivers, Semi-Trailers, Tandem Axle Dump Trucks, Bulk Lift Trucks, Semi-Floats (part-time).

CATEGORY 4: Single Axle, Single Axle Dump Trucks, Service and Fuel Trucks, Tag Along Floats, Farm Tractor Driver, Tow Tractor Operator, Stake Trucks.

WATCHPERSONS:

FLAG PERSONS:

Ministry of Labour

Ministère du Travail

Page 51: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

Document reproduced February 18, 2005 from the Ontario Ministry of Labour Fair Wage Schedule, Sewer and Watermain Construction, Provincial Zone effective April 1, 1995

APPENDIX ‘B’ – 0800 SUPPLEMENTARY CONDITIONS – cont’d.

FAIR WAGE SCHEDULE OCCUPATION CLASSIFICATIONS

SEWER AND WATERMAIN CONSTRUCTION

TUNNEL SECTION

LICENSED OPERATORS: Operators of Shovels, Clams, Backhoes, Draglines, Piledrivers, Gradalls, Cranes, Mobile Truck Cranes, Derricks and Dredges, Caisson Boring Machines 25hp and over, Hoists and Tuggers with lifting capacity of over 2000 lbs.

LICENSED MECHANICS AND WELDERS, CLASS A:

EQUIPMENT AND MAINTENANCE OPERATORS, GROUP A:

CATEGORY 1: Operators of Bulldozers (75 Drawbar HP and over, D-4 or equivalent and over), Front-end and Overhead Loaders (1½ cu. yd. and over), Pitman Type (Hydra-Lift Mounted Hydraulic Truck) Crane, Farm and Industrial Tractors with excavating attachments (3/8 yd. capacity and over), Shaft Hoists and Tuggers with lifting capacity of 2000 lbs. or less, Locomotives (under 2000 lbs.), Compressor House Set-up Man, Compressors over 500 CFM.

CATEGORY 2: Operators of Emcos and Trenching Machines (6’ and over).

CATEGORY 3: Operators of Portable Compressors (210 CFM and over, or two or more 110 CFM and over), pumps 6” and over.

EQUIPMENT AND MAINTENANCE OPERATORS, GROUP B:

CATEGORY 1: Operators of Bulldozers (under 75 Drawbar HP, D-4 or equivalent), Front-End and Overhead Loaders (under 1½ cu. yd.), Farm and Industrial Tractors with excavating attachments (under 3/8 yd. capacity), Mechanics and Welders, Class B, Trenching Machines (under 6’).

CATEGORY 2: Pumps under 6”, Farm and Industrial Tractors with towing compaction attachments, Servicemen.

CATEGORY 3: Oilers, Greasers, Compressors (less than 210 CFM), Operators of 5 or more heaters.

SKILLED LABOURERS:

CATEGORY 1: Lead Miners.

CATEGORY 2: Muckers.

CATEGORY 3: Miners, Form Setters, Tunnel Mole Drivers, Mucking Machines, Powderman

CATEGORY 4: Underground Labourer, Loco Driver, Lock Tender, Cage Tender, Dingy Operator.

COMMON LABOURERS:

TRUCK DRIVERS:

CATEGORY 1: Floats (low bed, 25 tons or more).

CATEGORY 2: Floats (low bed, under 25 tones), Semi-Float (full-time), Semi-Double Bottom Hook-up or other Semi Combination, Tri-axle Dump Truck, Off-Highway Rock Type Truck.

CATEGORY 3: Tandem Axle, Load Bearing Boom Trucks, Dumpcrete Drivers, Semi-Trailers, Tandem Axle Dump Trucks, Bulk Lift Trucks, Semi-Floats (part-time).

CATEGORY 4: Single Axle, Single Axle Dump Trucks, Service and Fuel Trucks, Tag Along Floats, Farm Tractor Driver, Tow Tractor Operator, Stake Trucks.

WATCHPERSONS:

FLAG PERSONS:

Ministry of Labour

Ministère du Travail

Page 52: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

Document reproduced February 18, 2005 from the Ontario Ministry of Labour Fair Wage Schedule, Sewer and Watermain Construction, Provincial Zone effective April 1, 1995

APPENDIX ‘B’ – 0800 SUPPLEMENTARY CONDITIONS – cont’d

FAIR WAGE SCHEDULE SEWER AND WATERMAIN CONSTRUCTION, ONTARIO

PROVINCIAL ZONE

CLASSIFICATION OF LABOUR

Fair Wage Rate Per Hour not less than:

Effective Date: April 1, 1995

LICENSED OPERATORS $13.83

LICENSED MECHANICS AND WELDERS, CLASS “A” 12.99

EQUIPMENT OPERATORS, GROUP “A” 12.85

EQUIPMENT OPERATORS, GROUP “B” 12.20

SKILLED LABOURERS – Tunnel Operations 11.83

SKILLED LABOURES 11.69

COMMON LABOURERS 11.19

TRUCK DRIVERS – Including Dump Truck and Boom Truck 11.48

FLAGPERSON 9.40

WATCHPERSON 9.40

STUDENTS (registered in day school) 9.04

CLASSIFICATION DEFINITIONS:

Licensed Operators: Includes Shovel, Clam, Crane, Gradall, Backhoe, Dragline, Piledriver.

Licensed Mechanics and Welders, Class A: Includes Licensed Mechanic and Licensed Welder.

Equipment Operators, Group A: Includes Bulldozer (75 HP and over), Grader (100 HP and over), Grader (75 HP Minimum and Fine Grading), Scraper, Emco, Front End Loader (1½ yds. and over), Trenching Machine, Caisson Boring Machine Pitman Type Truck, Mounted Hydraulic Lift Crane, Crusher Asphalt Spreader, Rollerman – Asphalt, Burnerman - Asphalt , Boiler Engineer (with papers), Concrete Paver (over 1 cu. yd.), Operators and Float Driver (over 25 tons).

Equipment Operators, Group B: Includes Bulldozer (under 75 HP), Grader (under 100 HP), Front End Loader (under 1½ cu. yds.), Farm and Industrial Tractor with Excavating Attachment (up to ¾ cu. yd.), Compaction roller (self-propelled), Driller-Air Track and Float Driver (25 tons and under).

Skilled Labourers – Tunnel Operations: Includes Miner, Driller, Shaft Sinker, Timberman, Grout Machine Operator and any other “Skilled Labourer” as defined below who is employed in the construction of a tunnel.

Skilled Labourers: Includes Air tool operator, Boiler Fireman, Mixerman, Sheeting and Shoring, Powderman/Blaster, Pipe Layer/top Man, Caulker, Manhole/Valve Chamber/Catch Basin Constructor, Box Sewer/Culvert Constructor (including Rod Reinforcing and Form Setter), Well Point Installer, Asphalt Raker, Concrete Form Setter, Screedman.

Ministry of Labour

Ministère du Travail

Page 53: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

Document reproduced January 18, 2005 from the Ontario Ministry of Labour Fair Wage Schedule, Industrial, Commercial and Institutional Sector of Ontario’s Construction Industry, Zone 20: Middlesex County effective April 1, 1995

APPENDIX ‘C’ – 0800 SUPPLEMENTARY CONDITIONS

FAIR WAGE SCHEDULE

INDUSTRIAL, COMMERCIAL AND INSTITUTIONAL SECTOR OF ONTARIO’S CONSTRUCTION INDUSTRY

ZONE 20: MIDDLESEX COUNTY URBAN ZONE

Classification of Labour

Fair Wage Rate per hour not less than:

Effective Date: April 1, 1995

Asbestos removers Boilermakers Bricklayers and stonemasons Carpenters and joiners Cement finishers Drillers (air trac, wagon, etc.)

$17.07 25.56 27.51 24.64 23.41 22.91

Drywall applicators and lathers Electricians Elevator mechanics Erectors and finishers (pre-cast slab erector) Glaziers

23.20 23.92 30.37 25.06 21.53

Insulation mechanics (heat & frost) Jackhammer operators Labourers – precast Labourers – common Labourers – demolition

26.56 22.49 22.94 22.94 16.69

Labourers – student (registered in day school) Marble setters Millwright Mortarmen (brick, plaster, stone) Ornamental & miscellaneous metal erectors

15.29 25.53 26.58 22.77 25.06

Painters (brush) Painters (spray) Plasterers Plumbers and pipefitters Powdermen

23.16 23.16 23.20 25.70 22.91

Refrigeration mechanics Riggers (general), & structural steel workers Rodmen Roofers (built-up) Sheet metal workers

30.64 25.06 23.15 24.95 26.54

Sprinkler installers Terrazzo layer or setters Terrazzo base machine operator Terrazzo floor machine operator Tile setters

28.33 25.56 24.35 24.74 25.30

Tile & linoleum layers (resilient floor layers) Truck drivers: 1. floats Truck drivers: 2. tandem axle Truck drivers: 3. single axle Watchpersons Welders and burners (acetylene or electric)

23.40 21.61 21.51 21.41 17.17 25.06

Equipment Operators Licensed Operators: Engineers operating cranes, shovels, hoists, clams, gradalls, backhoes, draglines, piledrivers, mobile truck cranes, derricks, caisson boring machines over 25hp, drillers and similar equipment. Equipment Operators, Group A 1. Tuggers, side booms, man and material hoists. 2. Bullmoose equipment, steam boilers, temporary steam plants, caisson boring machines 25hp and under. Equipment Operators, Group B 1. Bulldozers, tractors, scrapers, graders, emcos, overhead and front-end loaders, trenching machines, industrial tractors

with excavating attachments, concrete pumps and pumpcretes, and post hole diggers. 2. Pumps 6” discharge and over, concrete mixers 1 cu. Yd. and over, well points, gas or steam driven generators over

50hp, fork lift trucks over 8’ lifting height, portable air compressors. 3. Boom trucks, A frames, compaction units, forklifts 8’ and under in lifting height, forced air, gas or oil burning

temporary heating units. 4. Pumps under 6” discharge, and oilers

24.60

23.47 21.36

23.32

21.36

20.95

20.26

NOTE: Up to 15% of the above Fair Wage rates may be in the form of benefits not required by law (for example: medical, dental, pension plans)

See your own employer’s posted schedule for hourly Base Wage rates plus hourly Benefits = hourly Fair Wage rates.

Ministry of Labour

Ministère du Travail

Page 54: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

Document reproduced February 18, 2005 from the Ontario Ministry of Labour Fair Wage Schedule, Building Cleaning Industry, effective April 1, 1995

APPENDIX ‘D’ – 0800 SUPPLEMENTARY CONDITIONS

FAIR WAGE SCHEDULE BUILDING CLEANING INDUSTRY, ONTARIO

EFFECTIVE DATE – APRIL 1, 1995

RATE PER HOUR ($)

AREA CLEANER WINDOW CLEANER

LOW

WINDOW CLEANER

HIGH

EASTERN REGION 7.21 8.34 9.59

CENTRAL REGION * 7.34 8.42 9.59

PEEL AND YORK COUNTIES 8.49 9.87 12.59

SOUTHWESTERN REGION 6.97 8.03 9.20

NORTHEASTERN REGION 7.06 7.97 9.10

NORTHWESTERN REGION 7.06 7.90 9.26

* excluding Peel and York counties

Description of Regions:

Eastern Region: Dundas, Stormont, Glengarry, Prescott Counties; Carleton and Russell Counties; Grenville and Leeds Counties; Lanark County; Haliburton and Renfrew Counties; Frontenac, Lennox and Addington Counties; Hastings and Prince Edward Counties

Central Region: Northumberland, Peterborough & Victoria Counties; Durham and Ontario Counties; Bruce, Dufferin, Grey, Simcoe, Huron, Manitoulin, Muskoka, Parry Sound and Perth Counties; Wellington County; Halton and Wentworth Counties; Lincoln and Welland Counties; Brant, Haldimand and Norfolk Counties; Waterloo County.

Southwestern Region: Elgin and Oxford Counties; Middlesex County; Lambton County; Kent County; Essex County.

Northeastern Region: Algoma District; Sudbury District; Cochrane and Timiskaming Districts; Nipissing District.

Northwestern Region: Kenora and Rainy River Districts; Thunder Bay District.

Ministry of Labour

Ministère du Travail

Page 55: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

22

APPENDIX ‘E’ – 0800 SUPPLEMENTARY CONDITIONS

FAIR WAGE SCHEDULE SECURITY GUARD INDUSTRY, ONTARIO

EFFECTIVE DATE – APRIL 1, 1995

RATE PER HOUR ($)

AREA RATE PER HOUR ($)

EASTERN REGION 7.50

CENTRAL REGION * 7.45

PEEL AND YORK COUNTIES 9.34

SOUTHWESTERN REGION 7.20

NORTHEASTERN REGION 8.54

NORTHWESTERN REGION 7.27

* excluding Peel and York counties

Description of Regions:

Eastern Region: Dundas, Stormont, Glengarry, Prescott Counties; Carleton and Russell Counties; Grenville and Leeds Counties; Lanark County; Haliburton and Renfrew Counties; Frontenac, Lennox and Addington Counties; Hastings and Prince Edward Counties

Central Region: Northumberland, Peterborough & Victoria Counties; Durham and Ontario Counties; Bruce, Dufferin, Grey, Simcoe, Huron, Manitoulin, Muskoka, Parry Sound and Perth Counties; Wellington County; Halton and Wentworth Counties; Lincoln and Welland Counties; Brant, Haldimand and Norfolk Counties; Waterloo County.

Southwestern Region: Elgin and Oxford Counties; Middlesex County; Lambton County; Kent County; Essex County.

Northeastern Region: Algoma District; Sudbury District; Cochrane and Timiskaming Districts; Nipissing District.

Northwestern Region: Kenora and Rainy River Districts; Thunder Bay District.

Ministry of Labour

Ministère du Travail

Page 56: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

23

Page 57: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

1 of 9

01001 - GENERAL REQUIREMENTS 01001 - SPECIFICATIONS 1.0 General

.1 The Standard Construction Document CCDC14-2000 for Design Build Stipulated Price Contract, the Definitions No. 1 to 24 inclusive and General Conditions GC1 to GC12 inclusive, governing same, form part of this specification.

.2 All Sections of Divisions 0 to 16 inclusive form part of this specification and

shall be read to determine their effect upon the work of this Section. 2.0 Codes, Standards and Permits

.1 The Contractor shall ensure that all its employees, agents, volunteers, or others for whom the Contractor is legally responsible receive training regarding the provision of the goods and services contemplated herein to persons with disabilities in accordance with section 6 of Ontario Regulation 429/07 (the “Regulation”) made under the Accessibility for Ontarians with Disabilities Act, 2005, as amended the “Act”). The Contractor shall ensure that such training included, without limitation, a review of the purposes of the Act and the requirements of the Regulation, as well as instruction regarding all matters set out in Section 6 of the Regulation. The Contractor shall submit to the City, as required from time to time, documentation describing its customer service training policies, practices and procedures, and a summary of its training program, together with a record of the dates on which training was provided and a list of the employees, agents volunteers or others who received such training. The City reserves the right to require the contractor to amend its training policies to meet the requirements of the Act and the Regulation.

.2 Apply for, obtain and pay for all required permits and inspections.

.3 Perform work in accordance with the Ontario Building Code, latest edition,

and any other code of provincial or local application provided that in any case of conflict or discrepancy, the more stringent requirements shall apply.

.4 Abide by all the requirements of the Municipal Building By-laws and other

amendments thereto. Give all notices, conduct all tests and inspections, obtain all permits, and pay all resulting charges.

.5 Meet or exceed requirements of specified standards, codes and referenced

documents.

.6 Delegation of responsibility of any of the above to Subcontractors does not relieve the Contractor of the full responsibilities for observance of the above. Compliance with all such laws and regulations shall be considered part of the Contract.

.7 It is the Design/Builder’s responsibility to arrange and pay for all necessary

utility locates.

Page 58: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

2 of 9

01001 - GENERAL REQUIREMENTS 01001 – SPECIFICATIONS 3.0 Description of Work

.1 The work of this contract comprises of furnishing all labour, materials, equipment, tools, services, supervision and all else required for the Design and Construction of the AJ Tyler Fabric Covered Structure.

4.0 Site of the Work

.1 Visit and examine the site and become familiar with all features and characteristics affecting the work of the Contract. No allowance will be made by the Owner for any difficulties encountered due to any features or peculiarities of the site or surrounding public or private property which exist at the time of Tender submission.

.2 The site is located at: 663 Bathurst Street.

5.0 Documents Required

.1 Maintain at the job site the original copy of the Building Permit and the permit drawings.

.2 Maintain at the job site, one copy of each of the following:

.1 Contract Drawings .2 Specifications .3 Addenda .4 Change Orders .5 Other Modifications to Contract .6 Field Test Reports .7 Copy of Approved Work Schedule .8 Notice of Project .9 Fair Wage Policy

.10 Contractor's Health and Safety Policy

.11 Current MSDS documentation

.12 Emergency Procedures

.13 Minutes of Health and Safety meetings. 6.0 Schedule

.1 In a form acceptable to the Owner, provide within seven (7) working days after Contract award, schedule showing dates for:

.1 Commencement and completion of each phase of the project.

.2 Final completion date within time period required by Contract

Documents.

Page 59: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

3 of 9

01001 - GENERAL REQUIREMENTS

01001 – SPECIFICATIONS 6.0 Schedule (con’t)

.2 Interim reviews of work progress based on the work schedule will be conducted as decided by the Owner and the schedule updated by the Contractor in conjunction with and to the approval of the Owner.

7.0 Submittals

.1 Administrative:

.1 Submit to the Design/Builder’s Consultant items required by other Sections for review. Submit within reasonable time and in an orderly sequence so as to not cause delay in the Work.

.2 Work affected by a submittal shall not proceed until review is complete.

.3 Review submittals prior to submission to the Design/Builder’s

Consultant. This review represents that necessary requirements have been determined and verified, or will be, and that each submittal has been checked and coordinated with requirements of the Work and Contract Documents.

7.0 Submittals (con’t)

.2 Shop Drawings and Product Data:

.1 Submit three (3) copies of product data sheets or brochures for

requirements requested in specification sections and as the Owner/Consultant may reasonably request.

8.0 Quality Control

.1 Inspection:

.1 Refer to GC2.3.

.2 Refer to Specifications. 9.0 Project Meetings

.1 Preconstruction Meeting

(a) As soon as possible after award of Contract, arrange a meeting between Owner, Consultant, Sub-Contractors, and representatives of others whose co-ordination is required during construction.

Page 60: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

4 of 9

01001 - GENERAL REQUIREMENTS

01001 – SPECIFICATIONS 9.0 Project Meetings (con’t)

(b) Discuss at the meeting, the means of which full co-operation and co-

ordination of the participants during construction can be achieved. (c) Document the responsibilities and necessary activities of the

participants during construction as discussed, and distribute documentation to each participant.

(d) The Owner will be responsible for taking minutes at this meeting only.

(e) Introduction of the Design/Builder’s Lead Superintendent to the Owner

and the Consultant Design Team. The Superintendent shall have : the required background experience suitable to manage the work and will be employed on the project by the Design/Builder for the duration of the project, including the completion of all deficiencies.

.2 Project Meetings

(a) Invite the Owner to attend regular site meetings (every two weeks

minimum) called by the Design/Builder to discuss with his Sub-Contractors problems related to the work project scheduling, document interpretation, and completion.

(b) Inform the Owner seven days prior to each meeting of the proposed

agenda.

(c) Design/Builder shall take minutes of meeting showing:

1. List of persons attending. 2. Decisions taken. 3. Instructions required or issued. 4. All matters discussed and action required. 5. Listing of carry forward matters from previous meetings.

(d) Within three (3) days of meeting, submit typed copies of minutes to all

present at meetings and to any other person, company, or organization as necessary.

(e) The Design/Builder is to try to co-ordinate Consultant site visits with

the necessary inspections of various aspects of the project.

Page 61: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

5 of 9

01001 - GENERAL REQUIREMENTS

01001 – SPECIFICATIONS 10.0 Specification Format

.1 These specifications are not intended as a detailed description of installation methods but serve to indicate particular requirements in the completed work.

.2 Parts of the specification are written in short form. Therefore, it is understood

that where a component of the work is stated in a heading following by a material or operation, the words "shall be", "shall consist of" or similar words or phrases are implied, which denote complete supply and installation of such materials or operations for the component of work designated by the heading.

.3 Where codes or standards or this specification do not provide all information

necessary for complete installation of an item, then strictly comply with the manufacturer's instructions for first quality workmanship. In cases of discrepancies consult the Consultant for clarification.

.4 Where words in the Contract Documents occur in the singular number, they

shall be taken as plural where applicable in accordance with the quantities required to satisfy the requirements of the Contract.

.5 In the trade Sections of the specification, unless the word "only" suffixes the

words "supply" or "install" or other variations of those words, it is the express intent of this Contract that "supply and install" is implied. Words such as "provide" or "work includes" shall also mean "supply and install".

11.0 Cost Breakdown

.1 Before submitting first progress claim submit breakdown of Contract price in detail as directed by the Owner and aggregating Contract Price. After approval by the Owner, the cost breakdown will be used as basis for progress payments.

12.0 Construction Facilities and Temporary Controls

.1 Installation/Removal:

.1 Provide temporary controls in order to execute work expeditiously.

.2 Remove from site all such work after use.

.2 Site Storage/Loading:

.1 Refer to GC3.11

.3 Sanitary Facilities and Water Supply:

Page 62: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

6 of 9

01001 - GENERAL REQUIREMENTS

01001 – SPECIFICATIONS 12.0 Construction Facilities and Temporary Controls (con’t)

.1 The Design/Builder will be responsible to provide their own sanitary

facilities and water supply.

.2 Maintain in clean condition.

.4 Fire Protection:

.1 Provide and maintain temporary fire protection equipment during performance of the work as required by insurance companies having jurisdiction and governing codes, regulations and by-laws.

.2 The Design/Builder and their employees must familiarize themselves

with the facility layout, fire exits, pull stations, fire extinguisher locations and the facility fire evacuation procedures.

The Design/Builder will observe all fire alarms and is expected to evacuate the facility when the fire alarm is activated.

.3 Open fires and burning of rubbish or debris is not permitted on site.

.5 Offices:

.1 The Design/Builder to supply his own site office.

.2 Provide adequate first aid facilities.

.6 Temporary Telephone/Facsimile:

.1 The Design/Builder is responsible to provide their own site telephone

and facsimile.

.7 Equipment/Tool/ Materials Storage:

.1 The Design/Builder is responsible to secure their own equipment, tools, and materials.

.8 Project Cleanliness:

.1 Refer to GC3.13

.2 Remove waste material and debris from the site at the end of each

working day.

.3 Where the facility remains in operation throughout the construction period (as indicated in the specifications), the Design/Builder is

Page 63: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

7 of 9

01001 - GENERAL REQUIREMENTS

01001 – SPECIFICATIONS 12.0 Construction Facilities and Temporary Controls (cont'd)

.4 responsible to ensure their operations do not disturb the facility

operation.

.9 Refer to the drawings and specifications for other requirements. 13.0 Material and Equipment

.1 Product and Material Quality:

.1 Refer to GC3.8.

.2 Storage, Handling and Protection:

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

.2 Store packaged or bundled products in original and undamaged

condition with manufacturer's seals and labels intact.

.3 Manufacturer's Instructions:

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

.2 Notify the Owner in writing, of conflicts between specifications and

manufacturer's instructions, so that the Owner may establish a course of action.

.3 Improper installation or erection of products, due to failure in

complying with these requirements, authorizes the Owner to require removal and reinstallation at no increase in the Contract Price or extension to the schedule.

.4 Workmanship:

.1 Workmanship shall be best quality, executed by workers experienced

and skilled in respective duties for which they are employed. Immediately notify the Owner if required work is such as to make it impractical to produce required results.

.2 Do not employ any unfit person or anyone unskilled in their required

duties.

Page 64: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

8 of 9

01001 - GENERAL REQUIREMENTS

01001 – SPECIFICATIONS 13.0 Material and Equipment (con’t)

.3 Decisions as to quality or fitness of workmanship in cases of dispute

rest solely with Owner whose decision is final.

14.0 Signs

.1 The erection or display of any device, sign or advertisement by the Design/Builder, or any Subcontractor or persons supplying labour, materials or services to the work is prohibited.

.2 The customary signs relative to fire, danger and safety are exempted from the above prohibition.

15.0 Project Cleaning

.1 Final Cleaning:

.1 Refer to GC3.13.

.2 Inspection/Takeover Procedures:

.1 Prior to application for Certificate of Substantial Performance, carefully inspect the work and submit to the Owner/Consultant a detailed list of all incomplete work and major and minor deficiencies. From this list, the Owner/Consultant will determine if their inspection is warranted.

.2 During the Owner/Consultant's inspection, a list of deficiencies and

defects will be tabulated. Correct same.

.3 When the Owner/Consultant considers all deficiencies and defects have been corrected and it appears the requirements of the Contract have been performed, make application for Certificate of Substantial Performance. Refer to General Conditions Article GC5.4 for specifics for the application.

Page 65: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

9 of 9

01001 - GENERAL REQUIREMENTS

01001 – SPECIFICATIONS 16.0 Safety

.1 The Design/Builder is required to conform with the latest edition of the Occupational Health and Safety Act, and Regulations for Construction Projects and Industrial Establishments and any other applicable Safety Regulations relating to the performance of this project. The Corporation reserves the right to cancel this contract for the Design/Builder's failure to comply with these and any other applicable safety regulations. A copy of all applicable Regulations should be on the job site at all times.

.2 No work will be permitted unless the Design/Builder has on hand a complete

set of unexpired Materials Safety Data Sheets relating to the W.H.I.M.S. controlled products that are being used in the performance of this project. This information is expected to be produced upon request.

.3 Should there be an accident/incident, the Design/Builder is responsible to

notify the appropriate authorities and submit all required reports and documentation. Provide a copy of all reports and correspondence regarding the incident to both the owner and the consultant.

.4 Should there be a work refusal for Health and Safety concerns, the

Design/Builder is required to notify the Owner and the owner of the reason for the refusal, the actions taken and the outcome.

.5 Where in the performance of work under this contract it is necessary for the

successful bidder to disturb asbestos, or conduct work in close proximity to friable asbestos materials, the successful bidder shall ensure that its personnel have received training and instruction in asbestos hazards and work methods, in accordance with requirements of the Ontario Regulation respecting Asbestos on Construction Projects and in Buildings and Repair Operations.

END OF SECTION 01001

Page 66: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

1 of 1

DIVISION 1 - GENERAL REQUIREMENTS SECTION 01020 - CASH ALLOWANCES

1.0 PROCEDURE .1 The express intent of this Specification is that all Cash Allowances shall be carried by the Contractor, not by individual subcontractors. The Contractor shall read the entire Specification prior to bidding and shall include in his Tender all Cash Allowances called for in this or any Section of the Specification. If allowances specified herein are repeated in Trade Sections, or if allowances are specified in Trade Sections but not listed in this Section, Bidders are requested to inform the Consultant immediately in order that an Addendum may be issued to implement the express intent that all Cash Allowances shall be carried by the Contractor.

.2 No expenditure against Cash Allowances shall be made or

incurred except as instructed by the Consultant in writing. .3 No additional mark up for the Contractor's expense and profit

will be allowed where individual specific purpose Cash Allowances are exceeded.

.4 The amounts listed are deemed to be all inclusive but not to include Value Added Taxes (H.S.T.).

2.0 SPECIFIC PURPOSE CASH ALLOWANCES .1 Include in Tender Sum the following specific Cash Allowances

to be expended in whole or in part only as directed by the Consultant.

.1 Contingency Allowance: $10,000.00

END OF SECTION 01020

Page 67: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

Section 01021 STATEMENT OF FABRIC BUILDING REQUIREMENTS

City of London Facilities Design & Construction Division

Page 1

PART 1 – GENERAL 1) Scope of Work

1. The scope and purpose is to outline the City of London’s requirements to provide the

design and construction of pre-engineered permanent fabric covered storage building to meet OBC Part 9 F3 classification at the A. J. TYLER OPERATIONS CENTRE (AJT).

2) References

1. Ontario Building Code (OBC) 2006, Ontario Reg. 350-06. 2. CAN/CSA Standard CAN3-A23.1-M “Concrete Materials and Methods of

Construction”. 3. CAN/CSA Standard CAN3-A23.2-M “Method of Test for Concrete”. 4. CAN/CSA Standard G164-M92 “Hot Dip Galvanizing of Irregularly Shaped Articles” 5. CAN/CSA Standard S16.1 “Limit States Design of Steel Structures” 6. ASTM E84 13a “Standard Test Method for Surface Burning Characteristics of

Building Materials”

3) Building System Description

1. Type: rigid frame primary structural system supporting woven high-density polyethylene fabric.

2. Foundation: pre-cast concrete block

3. Slab on grade: cast in place concrete.

4) Design Criteria

1. Design steel building systems of dimensions shown on the drawings withstand dead loads and live loads including electrical systems. The design elements of the building shall conform to but not limited to the requirements of these specifications and the Ontario Building Code (OBC), the National Building Code (NBC), the Ontario Ministry of Labour Occupational Health and Safety Act.

2. Design shall be performed by a registered Architect and/or Professional Engineer licensed to practice in the Province of Ontario and in accordance with the requirements of the OBC and all applicable Ontario Legislation.

3. Building approximate outside dimension of 65 feet in width and 100 feet in length. Buildings to include (2) - enclosed end walls with fabric cladding. End walls to include (2) 20' foot x 20' foot door openings.

Page 68: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

Section 01021 STATEMENT OF FABRIC BUILDING REQUIREMENTS

City of London Facilities Design & Construction Division

Page 2

4. Building shall provide minimum 8’ feet clearance on the side wall plus the foundation

wall height and shall have a minimum interior clearance at the center of 26’ feet plus the foundation height.

5. Foundation to consist of a 7’-6" high DNM Lock Block Wall Foundation (left over ready mix or junk concrete block will not be accepted). See Golder Associates Geotechnical Report dated July 2013 (Report # 13-1132-0081-R01) for load bearing capacity.

6. Trusses shall be constructed of min 2-3/8” x 12 gauge tubular steel top and bottom cord, connected by continuous 1” x 14 gauge tubular steel webbing with a min 18” depth between top and bottom cords and spaced as per engineering requirements, providing balanced and unbalanced snow load requirement for London, Ontario area.

7. Steel components, including welded components, and shall be coated using a hot dip galvanizing process, according to CAN/CSA-G164-M92. All structural steel fabrication work requiring welding shall be completed prior to hot dip galvanizing.

8. The framework of the structure shall consist of structural steel and shall be designed according to CAN/CSA S16.1. Wall thickness of all hollow structural steel sections and the thickness of steel angles, plates and channels shall be 5 mm or more.

9. Steel Tubing shall have structural and mechanical properties ASTM A-500 of 65 KSI (tension ultimate) and 55 KSI (yield). Continuous Structural Webbing to be welded between high tensile steel tubing that comprises the Truss.

10. All purlins supporting the structure shall be either, 2-3/8 inch and/or 2-7/8 inch.

11. Building fabric cover is to be 12 ounce Fire Rated woven high-density polyethylene material, which shall have a 10 year pro-rated factory warranty. In-Field fabric welding is to be accepted as a standard method of joining panels, rounding corners, repairing minor cuts or abrasions

12. The building cover material is to be white on the underside with a choice of colors on the outside using woven high-density polyethylene material, meeting ASTM E84 code requirements.

13. The cover is to be held securely in place by a series of 10,000 pound lashing winches.

14. Finish floor elevations are to be 251.43m geodetic.

15. Provide 200 amp electrical service underground to the interior of the new structure.

The service panel shall be weathertight.

Page 69: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

Section 01021 STATEMENT OF FABRIC BUILDING REQUIREMENTS

City of London Facilities Design & Construction Division

Page 3

16. Provide T8 fluorescent light fixtures c/w electronic ballasts for the interior to be mounted along the length of the structure above the lowest point of the roof framing structure to achieve a minimum lighting level inside the building of 25 foot candles at floor. Provide motion sensor activation light switching with manual override switches to control separate sections of the building.

17. Provide emergency lighting as required to Ontario Building Code.

18. Provide 8” layer of granular ‘A’ or ¾” crushed limestone under floor slab, and to be

compacted to a min. of 100% standard proctor maximum dry density. Subgrade modulus, K=150pci.

19. Subgrade to be original undisturbed or engineered fill having a min. bearing capacity of 3000 PSF and to be verified by a Soil Engineer.

20. Concrete work shall conform to CAN A23.3. Concrete shall have a 5-8% air

entrainment in accordance with CAN A23.1.

21. Concrete slab to be 6” thickness (25Mpa @ 28 days min.) reinforced with polypropylene fibres.

22. Provide a non-metallic hardened floor “broom” finish to the slab on grade.

23. All sawcut joints to be “soft-cut”.

24. Slab control joints shall be at a maximum spacing of 15’-0”.

25. Slab to provide for positive drainage to exterior from moisture/condensation accumulating within building area.

26. Slope finished grade away from the structure and restore the site to condition prior to

construction or better.

5) Source Quality Control

1. Structure supplier must be a member of the Membrane Structures Manufactures Association and be CSA-A660 Certified as proof of building code compliance (specifically Section 4.3.4.3 of the National Building Code 2005 in which the Ontario 2006 Building Code has adopted).

Page 70: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

Section 01021 STATEMENT OF FABRIC BUILDING REQUIREMENTS

City of London Facilities Design & Construction Division

Page 4

6) Shop Drawings

1. Submit shop drawings bearing stamp and signature of professional engineer

registered in the Province of Ontario.

2. Submit the following documents in accordance with CSSBI 30 M para 13: (1) Erection drawings showing foundation loads, anchor bolt setting details.

3. Indicate plans and grid lines, structural members and connection details, bearing and

anchorage details, framed openings, accessories, schedule of materials and finishes, camber, loads and reaction forces, fasteners and welds, and details.

4. Indicate shop and erection details including cuts, copes, connections, holes, threaded fasteners, rivets and welds. Indicate welds by CSA welding symbols.

5. Indicate on shop drawings related provisions required for electrical and other work.

7) Certification

1. Submit following documents in accordance with CSSBI 30 M para 14:

(1) Certification that building is in accordance with contract requirements (2) A structural analysis certification of building system (3) Certification stating design criteria used and loads assumed in design and

placing sole responsibility for design of building components with steel building system manufacturer

8) Protection

1. Handle and protect galvanized materials from damage to zinc coating. During storage space surfaces of galvanized materials to permit free circulation of air.

PART 2 – PRODUCTS 1) Materials

1. Structural steel: to CAN/CSA-G40.21, shop primed.

2. Anchor Bolts: to ASTM A307 complete with nuts and washers.

3. Structural Bolts: to ASTM A325M complete with nuts and washers.

4. Welding materials: to CSA W59.

5. Screws: corrosion resistant purpose made, head colour to match attached sheet.

Page 71: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

Section 01021 STATEMENT OF FABRIC BUILDING REQUIREMENTS

City of London Facilities Design & Construction Division

Page 5

6. Concrete: conforming to requirements of CAN3-A23.1-M90 and CAN-A23.2-M90.

7. Air entraining admixture: to CAN3-A226.1-M78

2) Fabrication

1. Fabricate structural members in accordance with shop drawings and to CAN/CSA-

S16.1. Tolerance not to exceed those specified in CSSBI 30M.

2. Provide holes for attachment of other work, as indicated.

3. Reinforce openings to maintain design strength. PART 3 – EXECUTION

1) Site Preparation

1. Remove and dispose off-site topsoil overburden within the boundaries of this project.

2) Backfill

1. As per outlined in Geotechnical Report (Report # 13-1132-0081-R01).

3) Erection

1. Erect structural frame in accordance with shop drawings and to CAN/CSA-S16.1. Erection tolerances not to exceed those specified in CSSBI 30 M.

4) Site Restoration

1. Restore the site to existing or better conditions before construction.

5) Geotechnical Reports

1. Geotechnical report prepared by Golder Associates dated July 2013 (Report # 13-1132-0081-R01).

6) Inspections and Testing

1. All materials inspections and testing required to satisfy code and/or the Design-Build Contractor’s consultants will be arranged and paid for by the Design-Build Contractor

END OF SECTION 1021

Page 72: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

July 2013

GEOTECHNICAL INVESTIGATION

Proposed Fabric Covered Structure A.J. Tyler Operations Centre 663 Bathurst Street London, Ontario

REP

OR

T

Report Number: 13-1132-0081-R01

Distribution:

4 Copies -The Corporation of the City of London

2 Copies - Golder Associates Ltd.

Submitted to:Mr. Rick Huitema, Facilities Technologist The Corporation of the City of London A.J. Tyler Operations Centre 663 Bathurst Street London, Ontario N5Z 1P8

Page 73: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

GEOTECHNICAL INVESTIGATION PROPOSED FABRIC COVERED STRUCTURE

July 2013 Report No. 13-1132-0081-R01 1

July 29, 2013 Project No. 13-1132-0081-R01

The Corporation of the City of London

A.J. Tyler Operations Centre

663 Bathurst Street

London, Ontario

N5Z 1P8

Attention: Mr. Rick Huitema, Facilities Technologist

GEOTECHNICAL INVESTIGATION PROPOSED FABRIC COVERED STRUCTURE A.J. TYLER OPERATIONS CENTRE 663 BATHURST STREET LONDON, ONTARIO

Dear Mr. Huitema:

This report presents the results of the geotechnical investigation carried out for the design of the above-noted

project. The site is located at 663 Bathurst Street in London, Ontario as shown on the Key Plan, Figure 1.

The purpose of the investigation was to assess the subsurface soil and groundwater conditions at the site and to

provide geotechnical engineering recommendations for the design of the foundations for the proposed fabric

covered structure. Based on the information provided, the proposed structure is to be 65 feet (19.8 metres) by

100 feet (30.5 metres) in plan and is to be anchored to a ‘DNM Lock Block Wall Foundation’ system, which is to

be founded on soils with a minimum bearing capacity of 3000 pounds per square foot (144 kilopascals).

Authorization to proceed with the work was provided by Mr. Billy Sevier of The Corporation of the City of London

(City) in an e-mail on June 5, 2013.

Important information on the limitations of this report is attached.

1.0 PROCEDURE

The field work for the investigation was carried out on June 28, 2013 during which time five boreholes were

drilled at the approximate locations shown on the Location Plan, Figure 1. The boreholes were drilled using a

truck mounted power auger supplied and operated by a specialist drilling contractor. All boreholes (101 to 105)

were drilled in the area of the proposed fabric covered structure. The subsurface conditions are provided on the

attached Record of Borehole sheets.

Page 74: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

GEOTECHNICAL INVESTIGATION PROPOSED FABRIC COVERED STRUCTURE

July 2013 Report No. 13-1132-0081-R01 2

Standard penetration testing and sampling was carried out in all of the boreholes at suitable intervals of depth

using 35 millimetre inside diameter split spoon sampling equipment. All of the samples obtained during the

investigation were brought to our laboratory in London, Ontario for further examination and testing. The results

of the field and laboratory testing are shown on the Record of Borehole sheets and on Figure 2.

All of the boreholes remained dry during drilling. Upon completion of drilling and sampling, the boreholes were

backfilled in accordance with Ontario Regulation (O. Reg.) 903, as amended.

A member of our engineering staff designated the borehole locations in the field, monitored the drilling, logged

the boreholes and cared for the samples obtained. Underground utility locates were provided by the City.

The ground surface elevations at the borehole locations have been referenced to the south-west corner of the

garage floor slab in the north-east portion of the site. The elevation of this point is understood to be 250.60

metres referenced to geodetic datum.

2.0 SUBSURFACE CONDITIONS

2.1 General

The subsurface conditions encountered in the boreholes drilled at the site are shown in detail on the attached

Record of Borehole sheets. The following discussion has been simplified in terms of major soil strata for the

purposes of geotechnical design. The soil boundaries have been inferred from non-continuous samples and

observations of drilling and sampling resistance. They may represent a transition from one soil type to another

and should not necessarily be interpreted to represent exact planes of geological change. Further, subsurface

conditions may vary significantly between and beyond the borehole locations.

2.2 Soil Conditions

2.2.1 Pavement Structure

Boreholes 101 to 105 encountered asphalt at the pavement surface. The asphalt was 120 to 300 millimetres

thick at the borehole locations. Borehole 105 also encountered a layer of buried asphalt about 310 millimetres

thick below the fill.

Concrete was encountered beneath the asphalt in borehole 101. The concrete was 250 millimeters thick at the

borehole location.

Page 75: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

GEOTECHNICAL INVESTIGATION PROPOSED FABRIC COVERED STRUCTURE

July 2013 Report No. 13-1132-0081-R01 3

Layers of sand and gravel fill (base and/or subbase) were encountered beneath the concrete in borehole 101

and beneath the asphalt in boreholes 103 to 105. These layers were about 120 to 550 millimetres thick. In

borehole 101, the sand and gravel fill had an N value, as determined in the standard penetration testing, of 8

blows per 0.3 metres with a water content of about 4 per cent.

2.2.2 Fill

Layers of sand fill were encountered beneath the pavement structure in boreholes 102 to 105. The fill layers

were about 0.7 to 2.0 metres thick. The fill had N values ranging from 3 to 14 blows per 0.3 metres with water

contents of 4 per cent to 15 per cent and an average water content of approximately 8 per cent.

A slight hydrocarbon odour was noted in the fill in borehole 102.

2.2.3 Sand

Layers of sand were encountered beneath the pavement structure and/or fill in all of the boreholes. All of the

boreholes were terminated in the sand after exploring it for about 2.9 to 3.9 metres. The sand had N values

ranging from 3 to 31 blows per 0.3 metres with water contents of 2 per cent to 11 per cent.

Grain size distribution curves for samples of the sand recovered from the standard penetration testing are

provided on Figure 2.

2.3 Groundwater Conditions

All of the boreholes remained dry during drilling on June 28, 2013.

Groundwater levels should be expected to fluctuate seasonally and in response to significant precipitation

events.

3.0 DISCUSSION

3.1 General

This section of the report provides recommendations based on our interpretation of the factual information

obtained during the investigation and is intended for the guidance of the design engineer. Where comments are

made on construction, they are provided only in order to highlight those aspects which could affect the design of

the project. Those requiring information on aspects of construction should make their own interpretation of the

Page 76: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

GEOTECHNICAL INVESTIGATION PROPOSED FABRIC COVERED STRUCTURE

July 2013 Report No. 13-1132-0081-R01 4

factual information provided as it may affect equipment selection, proposed construction methods and

scheduling.

Based on the information provided, a fabric covered structure is to be constructed at the A.J. Tyler Operations

Centre. The proposed structure is to be 65 feet (19.8 metres) by 100 feet (30.5 metres) in plan and is to be

anchored to a ‘DNM Lock Block Wall Foundation’ system, which is to be founded on soils with a minimum

bearing capacity of 3000 pounds per square foot (144 kilopascals).

3.2 Foundations

Based on the results of the investigation, the proposed fabric covered structure may be founded on the

proprietary foundation system noted above bearing on the native, undisturbed sand at about elevation 248.5 to

250.0 metres as indicted with the table below.

Borehole Recommended Founding Elevation (m)

101 250.0

102 248.5

103 249.0

104 249.0

105 249.0

The various founding grades can be addressed by properly stepping the footings in accordance with the current

Ontario Building Code.

Alternatively, depending on final grades, the structure could be founded on a properly constructed engineered fill

or founding grade raised with lean concrete.

A factored geotechnical resistance at Ultimate Limit States (ULS) of 225 kilopascals and a geotechnical

resistance at Serviceability Limit States (SLS) at 150 kilopascals may be used for design purposes. The SLS

value corresponds to 25 millimetres of settlement.

All exterior footings and footings in unheated areas should be provided with at least 1.2 metres of soil cover or

thermal equivalent for frost protection.

Page 77: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

GEOTECHNICAL INVESTIGATION PROPOSED FABRIC COVERED STRUCTURE

July 2013 Report No. 13-1132-0081-R01 5

3.3 Engineered Fill

It is recommended that engineered fill, if required, consist of sand and gravel meeting the gradation

requirements for City of London Select Granular B or Granular C. Following removal of all fill materials and any

loose, disturbed or excessively wet materials, the exposed subgrade should be proofrolled under the direction of

the geotechnical engineer. Any poorly performing areas should be subexcavated and reinstated with compacted

Granular B or Granular C. The engineered fill should be placed in horizontal loose lifts a maximum of 300

millimetres thick and uniformly compacted to at least 98 per cent of standard Proctor maximum dry density

(SPMDD).

The engineered fill should extend beyond the building foundations a minimum of one metre plus the thickness of

the fill. Foundations bearing on the engineered fill may be designed using the geotechnical resistances provided

above.

Full-time geotechnical inspection and testing will be required during construction of any engineered fill to ensure

that the subgrade is properly prepared, that suitable fill materials are utilized and that an adequate degree of

compaction is consistently achieved.

3.4 Excavations

Based on the results of the boreholes, excavations at the site will encounter the existing pavement structure, fill

materials and sands. For classification purposes, fill materials would be classified as Type 3 soils and the sands

would be classified as Type 2 soils.

All unsupported excavations should be carried out in accordance with the current Occupational Health and

Safety Act (OHSA). Unsupported excavation side slopes should not exceed an inclination of 1 horizontal to 1

vertical. In some areas, it may be necessary to flatten and/or blanket the excavation side slopes with clear stone

for stability, depending on the prevailing weather conditions.

Based on the conditions encountered in the boreholes, it is considered that groundwater flows into open

excavations will be very minor and adequate groundwater control may be achieved by pumping from properly

constructed and filtered sumps, as required. Care should be taken to direct all surface water away from open

excavations.

3.5 Slab-on-Grade

Following excavation to subgrade level, the area should be heavily proofrolled under the direction of the

geotechnical engineer. Any poorly performing areas identified during proofrolling should be subexcavated and

reinstated with compacted Granular A. If post construction differential movements of the slab-on-grade can be

tolerated, the existing fill can remain in place.

Page 78: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

GEOTECHNICAL INVESTIGATION PROPOSED FABRIC COVERED STRUCTURE

July 2013 Report No. 13-1132-0081-R01 6

The slab-on-grade may be placed directly on the sands and/or engineered fill. At least 150 millimetres of

Granular A should be provided beneath the slab. The Granular A should be compacted to at least 98 per cent of

SPMDD. Unless uncontrolled migration of water vapour through the slab is acceptable, a robust polyethylene

vapour barrier should be provided between the concrete slab and the Granular A. The slab should be kept

structurally separate from walls and columns.

3.6 Geotechnical Inspections and Testing

A regular program of geotechnical inspections and testing should be carried out during construction to confirm

that the conditions being encountered are consistent with the results of the boreholes, to determine that the

intent of the design recommendations provided are being met and that the various project specifications are

being consistently achieved.

We trust that this report provides all of the geotechnical information presently required. Should any point require

further clarification, or if we can be of additional assistance, please contact this office.

GOLDER ASSOCIATES LTD.

Adam M. Wissink, P.Eng. Michael E. Beadle, P.Eng. Geotechnical Engineer Associate

AMW/MEB/sl/cr

Attachments:

Limitations

Method of Soil Classification

Abbreviations and Terms Used on Records of Boreholes and Test Pits

List of Symbols

Records of Boreholes

Figures 1 and 2

Golder, Golder Associates and the GA globe design are trademarks of Golder Associates Corporation.

n:\active\2013\1132-geo\1132-0000\13-1132-0081 city-inv-bathurst structure-london\rpts\1311320081-r01 jul 29 13 (final) geo inv-proposed structure aj tyler.docx

clryder
Original Signed
clryder
Original Signed
Page 79: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

Golder Associates Page 1 of 2

IMPORTANT INFORMATION AND LIMITATIONS

OF THIS REPORT

Standard of Care: Golder Associates Ltd. (Golder) has prepared this report in a manner consistent with that level of care and skill ordinarily exercised by members of the engineering and science professions currently practising under similar conditions in the jurisdiction in which the services are provided, subject to the time limits and physical constraints applicable to this report. No other warranty, expressed or implied is made.

Basis and Use of the Report: This report has been prepared for the specific site, design objective, development and purpose described to Golder by the Client. The factual data, interpretations and recommendations pertain to a specific project as described in this report and are not applicable to any other project or site location. Any change of site conditions, purpose, development plans or if the project is not initiated within eighteen months of the date of the report may alter the validity of the report. Golder can not be responsible for use of this report, or portions thereof, unless Golder is requested to review and, if necessary, revise the report.

The information, recommendations and opinions expressed in this report are for the sole benefit of the Client. No other party may use or rely on this report or any portion thereof without Golder’s express written consent. If the report was prepared to be included for a specific permit application process, then upon the reasonable request of the client, Golder may authorize in writing the use of this report by the regulatory agency as an Approved User for the specific and identified purpose of the applicable permit review process. Any other use of this report by others is prohibited and is without responsibility to Golder. The report, all plans, data, drawings and other documents as well as all electronic media prepared by Golder are considered its professional work product and shall remain the copyright property of Golder, who authorizes only the Client and Approved Users to make copies of the report, but only in such quantities as are reasonably necessary for the use of the report by those parties. The Client and Approved Users may not give, lend, sell, or otherwise make available the report or any portion thereof to any other party without the express written permission of Golder. The Client acknowledges that electronic media is susceptible to unauthorized modification, deterioration and incompatibility and therefore the Client can not rely upon the electronic media versions of Golder’s report or other work products.

The report is of a summary nature and is not intended to stand alone without reference to the instructions given to Golder by the Client, communications between Golder and the Client, and to any other reports prepared by Golder for the Client relative to the specific site described in the report. In order to properly understand the suggestions, recommendations and opinions expressed in this report, reference must be made to the whole of the report. Golder can not be responsible for use of portions of the report without reference to the entire report.

Unless otherwise stated, the suggestions, recommendations and opinions given in this report are intended only for the guidance of the Client in the design of the specific project. The extent and detail of investigations, including the number of test holes, necessary to determine all of the relevant conditions which may affect construction costs would normally be greater than has been carried out for design purposes. Contractors bidding on, or undertaking the work, should rely on their own investigations, as well as their own interpretations of the factual data presented in the report, as to how subsurface conditions may affect their work, including but not limited to proposed construction techniques, schedule, safety and equipment capabilities.

Soil, Rock and Groundwater Conditions: Classification and identification of soils, rocks, and geologic units have been based on commonly accepted methods employed in the practice of geotechnical engineering and related disciplines. Classification and identification of the type and condition of these materials or units involves judgment, and boundaries between different soil, rock or geologic types or units may be transitional rather than abrupt. Accordingly, Golder does not warrant or guarantee the exactness of the descriptions.

Page 80: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

Golder Associates Page 2 of 2

IMPORTANT INFORMATION AND LIMITATIONS OF THIS REPORT (cont’d)

Special risks occur whenever engineering or related disciplines are applied to identify subsurface conditions and even a comprehensive investigation, sampling and testing program may fail to detect all or certain subsurface conditions. The environmental, geologic, geotechnical, geochemical and hydrogeologic conditions that Golder interprets to exist between and beyond sampling points may differ from those that actually exist. In addition to soil variability, fill of variable physical and chemical composition can be present over portions of the site or on adjacent properties. The professional services retained for this project include only the geotechnical aspects of the subsurface conditions at the site, unless otherwise specifically stated and identified in the report. The presence or implication(s) of possible surface and/or subsurface contamination resulting from previous activities or uses of the site and/or resulting from the introduction onto the site of materials from off-site sources are outside the terms of reference for this project and have not been investigated or addressed.

Soil and groundwater conditions shown in the factual data and described in the report are the observed conditions at the time of their determination or measurement. Unless otherwise noted, those conditions form the basis of the recommendations in the report. Groundwater conditions may vary between and beyond reported locations and can be affected by annual, seasonal and meteorological conditions. The condition of the soil, rock and groundwater may be significantly altered by construction activities (traffic, excavation, groundwater level lowering, pile driving, blasting, etc.) on the site or on adjacent sites. Excavation may expose the soils to changes due to wetting, drying or frost. Unless otherwise indicated the soil must be protected from these changes during construction.

Sample Disposal: Golder will dispose of all uncontaminated soil and/or rock samples 90 days following issue of this report or, upon written request of the Client, will store uncontaminated samples and materials at the Client’s expense. In the event that actual contaminated soils, fills or groundwater are encountered or are inferred to be present, all contaminated samples shall remain the property and responsibility of the Client for proper disposal.

Follow-Up and Construction Services: All details of the design were not known at the time of submission of Golder’s report. Golder should be retained to review the final design, project plans and documents prior to construction, to confirm that they are consistent with the intent of Golder’s report.

During construction, Golder should be retained to perform sufficient and timely observations of encountered conditions to confirm and document that the subsurface conditions do not materially differ from those interpreted conditions considered in the preparation of Golder’s report and to confirm and document that construction activities do not adversely affect the suggestions, recommendations and opinions contained in Golder’s report. Adequate field review, observation and testing during construction are necessary for Golder to be able to provide letters of assurance, in accordance with the requirements of many regulatory authorities. In cases where this recommendation is not followed, Golder’s responsibility is limited to interpreting accurately the information encountered at the borehole locations, at the time of their initial determination or measurement during the preparation of the Report. Changed Conditions and Drainage: Where conditions encountered at the site differ significantly from those anticipated in this report, either due to natural variability of subsurface conditions or construction activities, it is a condition of this report that Golder be notified of any changes and be provided with an opportunity to review or revise the recommendations within this report. Recognition of changed soil and rock conditions requires experience and it is recommended that Golder be employed to visit the site with sufficient frequency to detect if conditions have changed significantly. Drainage of subsurface water is commonly required either for temporary or permanent installations for the project. Improper design or construction of drainage or dewatering can have serious consequences. Golder takes no responsibility for the effects of drainage unless specifically involved in the detailed design and construction monitoring of the system.

Page 81: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

METHOD OF SOIL CLASSIFICATION

The Golder Associates Ltd. Soil Classification System is based on the Unified Soil Classification System (USCS)

January 2013 G-1

Organic or Inorganic

Soil Group

Type of Soil Gradation

or Plasticity 𝑪𝒖 =

𝑫𝟔𝟎

𝑫𝟏𝟎 𝑪𝒄 =

(𝑫𝟑𝟎)𝟐

𝑫𝟏𝟎𝒙𝑫𝟔𝟎

Organic Content

USCS Group Symbol

Group Name

INO

RG

AN

IC

(Org

an

ic C

onte

nt

≤30

% b

y m

ass

)

CO

AR

SE

-GR

AIN

ED

SO

ILS

50

% b

y m

ass

is la

rge

r th

an

0.0

75

mm

)

GR

AV

EL

S

(>5

0%

by

ma

ss o

f co

ars

e f

ract

ion

is

larg

er

tha

n 4

.75

mm

)

Gravels with

≤12% fines

(by mass)

Poorly Graded

<4 ≤1 or ≥3

≤30%

GP GRAVEL

Well Graded ≥4 1 to 3 GW GRAVEL

Gravels with

>12% fines

(by mass)

Below A Line

n/a GM SILTY

GRAVEL

Above A Line

n/a GC CLAYEY GRAVEL

SA

ND

S

(≥5

0%

by

ma

ss o

f co

ars

e f

ract

ion

is

sma

ller

than

4.7

5 m

m) Sands

with ≤12% fines

(by mass)

Poorly Graded

<6 ≤1 or ≥3 SP SAND

Well Graded ≥6 1 to 3 SW SAND

Sands with

>12% fines

(by mass)

Below A Line

n/a SM SILTY SAND

Above A Line

n/a SC CLAYEY

SAND

Organic or Inorganic

Soil Group

Type of Soil Laboratory

Tests

Field Indicators Organic Content

USCS Group Symbol

Primary Name Dilatancy

Dry Strength

Shine Test

Thread Diameter

Toughness (of 3 mm thread)

INO

RG

AN

IC

(Org

an

ic C

onte

nt

≤30

% b

y m

ass

)

FIN

E-G

RA

INE

D S

OIL

S

(≥5

0%

by

ma

ss is

sm

alle

r th

an 0

.07

5 m

m)

SIL

TS

(N

on

-Pla

stic

or

PI

and

LL

plo

t b

elo

w A

-Lin

e

on

Pla

stic

ity

Ch

art

b

elo

w)

Liquid Limit

<50

Rapid None None >6 mm N/A (can’t roll 3 mm thread)

<5% ML SILT

Slow None to

Low Dull

3mm to 6 mm

None to low <5% ML CLAYEY SILT

Slow to very slow

Low to medium

Dull to slight

3mm to 6 mm

Low 5% to 30%

OL ORGANIC

SILT

Liquid Limit ≥50

Slow to very slow

Low to medium

Slight 3mm to 6 mm

Low to medium

<5% MH CLAYEY SILT

None Medium to high

Dull to slight

1 mm to 3 mm

Medium to high

5% to 30%

OH ORGANIC

SILT

CL

AY

S

(P

I a

nd

LL

plo

t a

bo

ve A

-Lin

e o

n

Pla

stic

ity C

ha

rt

be

low

)

Liquid Limit <30

None Low to

medium Slight

to shiny ~ 3 mm

Low to medium 0%

to 30%

(see

Note 2)

CL SILTY CLAY

Liquid Limit 30 to 50

None Medium to high

Slight to shiny

1 mm to 3 mm

Medium

CI SILTY CLAY

Liquid Limit ≥50

None High Shiny <1 mm High CH CLAY

HIG

HL

Y

OR

GA

NIC

S

OIL

S

(Org

an

ic

Co

nte

nt

>3

0%

b

y m

ass

)

Peat and mineral soil mixtures

30%

to 75%

PT

SILTY PEAT, SANDY PEAT

Predominantly peat, may contain some

mineral soil, fibrous or amorphous peat

75%

to 100%

PEAT

Note 1 – Fine grained materials with PI and LL that plot in this area are named (ML) SILT with slight plasticity. Fine-grained materials which are non-plastic (i.e. a PL cannot be measured) are named SILT. Note 2 – For soils with <5% organic content, include the descriptor “trace organics” for soils with between 5% and 30% organic content include the prefix “organic” before the Primary name.

Dual Symbol — A dual symbol is two symbols separated by a hyphen, for example, GP-GM, SW-SC and CL-ML. For non-cohesive soils, the dual symbols must be used when the soil has between 5% and 12% fines (i.e. to identify transitional material between “clean” and “dirty” sand or gravel. For cohesive soils, the dual symbol must be used when the liquid limit and plasticity index values plot in the CL-ML area of the plasticity chart (see Plasticity Chart at left). Borderline Symbol — A borderline symbol is two symbols separated by a slash, for example, CL/CI, GM/SM, CL/ML. A borderline symbol should be used to indicate that the soil has been identified as having properties that are on the transition between similar materials. In addition, a borderline symbol may be used to or indicates a range of similar soil types within a stratum.

Page 82: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

ABBREVIATIONS AND TERMS USED ON RECORDS OF BOREHOLES AND TEST PITS

January 2013 G-2

PARTICLE SIZES OF CONSTITUENTS

Soil Constituent

Particle Size Description

Millimetres Inches

(US Std. Sieve Size)

BOULDERS Not

Applicable >300 >12

COBBLES Not

Applicable 75 to 300 3 to 12

GRAVEL Coarse

Fine 19 to 75

4.75 to 19 0.75 to 3

(4) to 0.75

SAND Coarse Medium

Fine

2.00 to 4.75 0.425 to 2.00 0.075 to 0.425

(10) to (4) (40) to (10) (200) to (40)

SILT/CLAY Classified by

plasticity <0.075 < (200)

SAMPLES

AS Auger sample

BS Block sample

CS Chunk sample

DO or DP Seamless open ended, driven or pushed tube sampler – note size

DS Denison type sample

FS Foil sample

RC Rock core

SC Soil core

SS Split spoon sampler – note size

ST Slotted tube

TO Thin-walled, open – note size

TP Thin-walled, piston – note size

WS Wash sample

MODIFIERS FOR SECONDARY AND MINOR CONSTITUENTS

Percentage by Mass

Modifier

>35 Use 'and' to combine major constituents (i.e., SAND and GRAVEL, SAND and CLAY)

> 12 to 35 Primary soil name prefixed with "gravelly, sandy, SILTY, CLAYEY" as applicable

> 5 to 12 some

≤ 5 trace

SOIL TESTS

w water content

PL , wp plastic limit

LL , wL liquid limit

C consolidation (oedometer) test

CHEM chemical analysis (refer to text)

CID consolidated isotropically drained triaxial test1

CIU consolidated isotropically undrained triaxial test with porewater pressure measurement1

DR relative density (specific gravity, Gs)

DS direct shear test

GS specific gravity

M sieve analysis for particle size

MH combined sieve and hydrometer (H) analysis

MPC Modified Proctor compaction test

SPC Standard Proctor compaction test

OC organic content test

SO4 concentration of water-soluble sulphates

UC unconfined compression test

UU unconsolidated undrained triaxial test

V (FV) field vane (LV-laboratory vane test)

γ unit weight

1. Tests which are anisotropically consolidated prior to shear are shown as CAD, CAU.

PENETRATION RESISTANCE Standard Penetration Resistance (SPT), N: The number of blows by a 63.5 kg (140 lb) hammer dropped 760 mm (30 in.) required to drive a 50 mm (2 in.) split-spoon sampler for a distance of 300 mm (12 in.). Cone Penetration Test (CPT) An electronic cone penetrometer with a 60° conical tip and a project end area of 10 cm2 pushed through ground at a penetration rate of 2 cm/s. Measurements of tip resistance (qt), porewater pressure (u) and sleeve frictions are recorded electronically at 25 mm penetration intervals. Dynamic Cone Penetration Resistance (DCPT); Nd: The number of blows by a 63.5 kg (140 lb) hammer dropped 760 mm (30 in.) to drive uncased a 50 mm (2 in.) diameter, 60° cone attached to "A" size drill rods for a distance of 300 mm (12 in.). PH: Sampler advanced by hydraulic pressure PM: Sampler advanced by manual pressure WH: Sampler advanced by static weight of hammer WR: Sampler advanced by weight of sampler and rod

NON-COHESIVE (COHESIONLESS) SOILS COHESIVE SOILS

Compactness2 Consistency

Term SPT ‘N’ (blows/0.3m)1 Very Loose 0 - 4

Loose 4 to 10 Compact 10 to 30 Dense 30 to 50

Very Dense >50 1. SPT ‘N’ in accordance with ASTM D1586, uncorrected for overburden

pressure effects. 2. Definition of compactness descriptions based on SPT ‘N’ ranges from

Terzaghi and Peck (1967) and correspond to typical average N60 values.

Term Undrained Shear

Strength (kPa) SPT ‘N’1

(blows/0.3m) Very Soft <12 0 to 2

Soft 12 to 25 2 to 4 Firm 25 to 50 4 to 8 Stiff 50 to 100 8 to 15

Very Stiff 100 to 200 15 to 30 Hard >200 >30

1. SPT ‘N’ in accordance with ASTM D1586, uncorrected for overburden pressure effects; approximate only.

Field Moisture Condition Water Content Term Description

Dry Soil flows freely through fingers.

Moist Soils are darker than in the dry condition and may feel cool.

Wet As moist, but with free water forming on hands when handled.

Term Description

w < PL Material is estimated to be drier than the Plastic Limit.

w ~ PL Material is estimated to be close to the Plastic Limit.

w > PL Material is estimated to be wetter than the Plastic Limit.

Page 83: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

LIST OF SYMBOLS

January 2013 G-3

Unless otherwise stated, the symbols employed in the report are as follows:

I. GENERAL (a) Index Properties (continued) w water content π 3.1416 wl or LL liquid limit ln x natural logarithm of x wp or PL plastic limit log10 x or log x, logarithm of x to base 10 lp or PI plasticity index = (wl – wp) g acceleration due to gravity ws shrinkage limit t time IL liquidity index = (w – wp) / Ip IC consistency index = (wl – w) / Ip emax void ratio in loosest state emin void ratio in densest state ID density index = (emax – e) / (emax - emin) II. STRESS AND STRAIN (formerly relative density) γ shear strain (b) Hydraulic Properties ∆ change in, e.g. in stress: ∆ σ h hydraulic head or potential ε linear strain q rate of flow εv volumetric strain v velocity of flow η coefficient of viscosity i hydraulic gradient υ Poisson’s ratio k hydraulic conductivity σ total stress (coefficient of permeability) σ′ effective stress (σ′ = σ - u) j seepage force per unit volume σ′vo initial effective overburden stress σ1, σ2, σ3

principal stress (major, intermediate, minor)

(c) Consolidation (one-dimensional)

Cc compression index σoct mean stress or octahedral stress (normally consolidated range) = (σ1 + σ2 + σ3)/3 Cr recompression index τ shear stress (over-consolidated range) u porewater pressure Cs swelling index E modulus of deformation Cα secondary compression index G shear modulus of deformation mv coefficient of volume change K bulk modulus of compressibility cv coefficient of consolidation (vertical

direction) ch coefficient of consolidation (horizontal

direction) Tv time factor (vertical direction) III. SOIL PROPERTIES U degree of consolidation σ′p pre-consolidation stress (a) Index Properties OCR over-consolidation ratio = σ′p / σ′vo ρ(γ) bulk density (bulk unit weight)* ρd(γd) dry density (dry unit weight) (d) Shear Strength ρw(γw) density (unit weight) of water τp, τr peak and residual shear strength ρs(γs) density (unit weight) of solid particles φ′ effective angle of internal friction γ′ unit weight of submerged soil δ angle of interface friction (γ′ = γ - γw) µ coefficient of friction = tan δ DR relative density (specific gravity) of solid c′ effective cohesion particles (DR = ρs / ρw) (formerly Gs) cu, su undrained shear strength (φ = 0 analysis) e void ratio p mean total stress (σ1 + σ3)/2 n porosity p′ mean effective stress (σ′1 + σ′3)/2 S degree of saturation q (σ1 - σ3)/2 or (σ′1 - σ′3)/2 qu compressive strength (σ1 - σ3) St sensitivity * Density symbol is ρ. Unit weight symbol is γ

where γ = ρg (i.e. mass density multiplied by acceleration due to gravity)

Notes: 1 2

τ = c′ + σ′ tan φ′ shear strength = (compressive strength)/2

Page 84: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

184m

m ID

HO

LLO

W S

TE

M

Borehole dry duringdrilling on June 28, 2013.

PO

WE

R A

UG

ER

MH

184m

m ID

HO

LLO

W S

TE

M

0.30

0.55

1.10

3.81

5.03

250.91

250.66

250.11

247.40

246.18

ASPHALT

CONCRETE

FILL (SP/GP) SAND AND GRAVEL,trace silt; brown; loose

(SP) SAND, fine, trace silt; brown;loose to compact

(SW) SAND, fine to medium, trace silt;brown; loose

END OF BOREHOLE

SS

SS

SS

SS

SS

SS

AD

DIT

ION

AL

LAB

. TE

ST

ING

Wl

SOIL PROFILE

INSTALLATIONAND

GROUNDWATEROBSERVATIONS

ELEV.DESCRIPTION

ST

RA

TA

PLO

T

Wp

10-6 10-5 10-4 10-3

ELE

VA

TIO

N

W

WATER CONTENT PERCENT

RECORD OF BOREHOLE BH-101

DEPTH(m)B

OR

ING

ME

TH

OD

252

251

250

249

248

247

246

HYDRAULIC CONDUCTIVITY, k, cm/s

SHEET 1 OF 1

10 20 30 40

BORING DATE: June 28, 2013

1 : 50

BT

DE

PT

H S

CA

LEM

ET

RE

S

0

1

2

3

4

5

6

7

8

9

LOGGED:

CHECKED:

DEPTH SCALE

PAVEMENT SURFACE

DATUM: GEODETIC

251.210.00

PROJECT: 1311320081

LOCATION: REFER TO LOCATION PLAN

LDN

_BH

S_0

7 1

3113

200

81.G

PJ

GLD

R_L

ON

.GD

T 1

7/07

/13

DA

TA

INP

UT

: WD

F

NU

MB

ER

SAMPLER HAMMER, 63.5 kg; DROP, 760 mm PENETRATION TEST HAMMER, 63.5 kg; DROP, 760 mm

SAMPLES

TY

PE

BLO

WS

/0.3

m

DYNAMIC PENETRATIONRESISTANCE, BLOWS/0.3m

nat V.rem V.

Q -U -

20 40 60 80

SHEAR STRENGTHCu, kPa

20 40 60 80

8

10

19

22

9

9

1

2

3

4

5

6

Page 85: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

184m

m ID

HO

LLO

W S

TE

M

Borehole dry duringdrilling on June 28, 2013.

PO

WE

R A

UG

ER

184m

m ID

HO

LLO

W S

TE

M

0.18

2.13

3.81

5.03

250.94

248.99

247.31

246.09

ASPHALT

FILL - (SP) SAND, fine to medium,some silt, trace gravel; brown and black;very loose to looseSlight odour

(SP) SAND, fine, trace silt; brown; veryloose to compact

(SW) SAND, fine to medium, trace silt,trace gravel; brown; loose to compact

END OF BOREHOLE

SS

SS

SS

SS

SS

SS

AD

DIT

ION

AL

LAB

. TE

ST

ING

Wl

SOIL PROFILE

INSTALLATIONAND

GROUNDWATEROBSERVATIONS

ELEV.DESCRIPTION

ST

RA

TA

PLO

T

Wp

10-6 10-5 10-4 10-3

ELE

VA

TIO

N

W

WATER CONTENT PERCENT

RECORD OF BOREHOLE BH-102

DEPTH(m)B

OR

ING

ME

TH

OD

252

251

250

249

248

247

246

HYDRAULIC CONDUCTIVITY, k, cm/s

SHEET 1 OF 1

10 20 30 40

BORING DATE: June 28, 2013

1 : 50

BT

DE

PT

H S

CA

LEM

ET

RE

S

0

1

2

3

4

5

6

7

8

9

LOGGED:

CHECKED:

DEPTH SCALE

PAVEMENT SURFACE

DATUM: GEODETIC

251.120.00

PROJECT: 1311320081

LOCATION: REFER TO LOCATION PLAN

LDN

_BH

S_0

7 1

3113

200

81.G

PJ

GLD

R_L

ON

.GD

T 1

7/07

/13

DA

TA

INP

UT

: WD

F

NU

MB

ER

SAMPLER HAMMER, 63.5 kg; DROP, 760 mm PENETRATION TEST HAMMER, 63.5 kg; DROP, 760 mm

SAMPLES

TY

PE

BLO

WS

/0.3

m

DYNAMIC PENETRATIONRESISTANCE, BLOWS/0.3m

nat V.rem V.

Q -U -

20 40 60 80

SHEAR STRENGTHCu, kPa

20 40 60 80

5

3

3

18

9

15

1

2

3

4

5

6

Page 86: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

184m

m ID

HO

LLO

W S

TE

M

Borehole dry duringdrilling on June 28, 2013.

PO

WE

R A

UG

ER

MH

184m

m ID

HO

LLO

W S

TE

M

0.18

0.46

1.37

3.81

5.03

251.14

250.86

249.95

247.51

246.29

ASPHALT

FILL - (SP/GP) SAND AND GRAVEL,trace silt; brown

FILL - (SP) SAND, fine to medium,trace topsoil, some silt, trace gravel;brown; loose

(SP) SAND, fine, trace silt; brown;loose to compact

(SW) SAND, fine to medium, trace silt;brown; loose

END OF BOREHOLE

SS

SS

SS

SS

SS

SS

AD

DIT

ION

AL

LAB

. TE

ST

ING

Wl

SOIL PROFILE

INSTALLATIONAND

GROUNDWATEROBSERVATIONS

ELEV.DESCRIPTION

ST

RA

TA

PLO

T

Wp

10-6 10-5 10-4 10-3

ELE

VA

TIO

N

W

WATER CONTENT PERCENT

RECORD OF BOREHOLE BH-103

DEPTH(m)B

OR

ING

ME

TH

OD

252

251

250

249

248

247

246

HYDRAULIC CONDUCTIVITY, k, cm/s

SHEET 1 OF 1

10 20 30 40

BORING DATE: June 28, 2013

1 : 50

BT

DE

PT

H S

CA

LEM

ET

RE

S

0

1

2

3

4

5

6

7

8

9

LOGGED:

CHECKED:

DEPTH SCALE

PAVEMENT SURFACE

DATUM: GEODETIC

251.320.00

PROJECT: 1311320081

LOCATION: REFER TO LOCATION PLAN

LDN

_BH

S_0

7 1

3113

200

81.G

PJ

GLD

R_L

ON

.GD

T 1

7/07

/13

DA

TA

INP

UT

: WD

F

NU

MB

ER

SAMPLER HAMMER, 63.5 kg; DROP, 760 mm PENETRATION TEST HAMMER, 63.5 kg; DROP, 760 mm

SAMPLES

TY

PE

BLO

WS

/0.3

m

DYNAMIC PENETRATIONRESISTANCE, BLOWS/0.3m

nat V.rem V.

Q -U -

20 40 60 80

SHEAR STRENGTHCu, kPa

20 40 60 80

6

8

17

23

7

9

1

2

3

4

5

6

Page 87: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

184m

m ID

HO

LLO

W S

TE

M

Borehole dry duringdrilling on June 28, 2013.

PO

WE

R A

UG

ER

184m

m ID

HO

LLO

W S

TE

M

0.12

0.30

1.37

4.27

5.03

251.13

250.06

247.16

246.40

ASPHALTFILL - (SP/GP) SAND AND GRAVEL;brown

FILL - (SP) SAND, fine to medium,trace silt, trace to some gravel; brown;loose

(SP) SAND, fine, trace silt; brown;loose to compact

(SW) SAND, fine to medium, trace silt;brown; loose

END OF BOREHOLE

SS

SS

SS

SS

SS

SS

AD

DIT

ION

AL

LAB

. TE

ST

ING

Wl

SOIL PROFILE

INSTALLATIONAND

GROUNDWATEROBSERVATIONS

ELEV.DESCRIPTION

ST

RA

TA

PLO

T

Wp

10-6 10-5 10-4 10-3

ELE

VA

TIO

N

W

WATER CONTENT PERCENT

RECORD OF BOREHOLE BH-104

DEPTH(m)B

OR

ING

ME

TH

OD

252

251

250

249

248

247

246

HYDRAULIC CONDUCTIVITY, k, cm/s

SHEET 1 OF 1

10 20 30 40

BORING DATE: June 28, 2013

1 : 50

BT

DE

PT

H S

CA

LEM

ET

RE

S

0

1

2

3

4

5

6

7

8

9

LOGGED:

CHECKED:

DEPTH SCALE

PAVEMENT SURFACE

DATUM: GEODETIC

251.430.00

PROJECT: 1311320081

LOCATION: REFER TO LOCATION PLAN

LDN

_BH

S_0

7 1

3113

200

81.G

PJ

GLD

R_L

ON

.GD

T 1

7/07

/13

DA

TA

INP

UT

: WD

F

NU

MB

ER

SAMPLER HAMMER, 63.5 kg; DROP, 760 mm PENETRATION TEST HAMMER, 63.5 kg; DROP, 760 mm

SAMPLES

TY

PE

BLO

WS

/0.3

m

DYNAMIC PENETRATIONRESISTANCE, BLOWS/0.3m

nat V.rem V.

Q -U -

20 40 60 80

SHEAR STRENGTHCu, kPa

20 40 60 80

4

3

11

19

22

8

1

2

3

4

5

6

Page 88: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

184m

m ID

HO

LLO

W S

TE

M

Borehole dry duringdrilling on June 28, 2013.

PO

WE

R A

UG

ER

MH

184m

m ID

HO

LLO

W S

TE

M

0.120.24

0.55

1.22

3.81

5.03

250.65

249.98

247.39

246.17

ASPHALTFILL - (SP/GP) SAND AND GRAVEL;brownASPHALT

FILL - (SP) SAND, fine to medium;brown; compact

(SP) SAND, fine, trace silt; brown;loose to dense

(SW) SAND, fine to medium, trace silt;brown; compact

END OF BOREHOLE

SS

SS

SS

SS

SS

SS

AD

DIT

ION

AL

LAB

. TE

ST

ING

Wl

SOIL PROFILE

INSTALLATIONAND

GROUNDWATEROBSERVATIONS

ELEV.DESCRIPTION

ST

RA

TA

PLO

T

Wp

10-6 10-5 10-4 10-3

ELE

VA

TIO

N

W

WATER CONTENT PERCENT

RECORD OF BOREHOLE BH-105

DEPTH(m)B

OR

ING

ME

TH

OD

252

251

250

249

248

247

246

HYDRAULIC CONDUCTIVITY, k, cm/s

SHEET 1 OF 1

10 20 30 40

BORING DATE: June 28, 2013

1 : 50

BT

DE

PT

H S

CA

LEM

ET

RE

S

0

1

2

3

4

5

6

7

8

9

LOGGED:

CHECKED:

DEPTH SCALE

PAVEMENT SURFACE

DATUM: GEODETIC

251.200.00

PROJECT: 1311320081

LOCATION: REFER TO LOCATION PLAN

LDN

_BH

S_0

7 1

3113

200

81.G

PJ

GLD

R_L

ON

.GD

T 1

7/07

/13

DA

TA

INP

UT

: WD

F

NU

MB

ER

SAMPLER HAMMER, 63.5 kg; DROP, 760 mm PENETRATION TEST HAMMER, 63.5 kg; DROP, 760 mm

SAMPLES

TY

PE

BLO

WS

/0.3

m

DYNAMIC PENETRATIONRESISTANCE, BLOWS/0.3m

nat V.rem V.

Q -U -

20 40 60 80

SHEAR STRENGTHCu, kPa

20 40 60 80

14

4

21

31

10

10

1

2

3

4

5

6

Page 89: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

CITY OF LONDON

W

O

N

D

E

R

L

A

N

D

R

O

A

D

O

X

F

O

R

D

S

T

R

E

E

T

A

D

E

L

A

I

D

E

S

T

R

E

E

T

D

U

N

D

A

S

S

T

R

E

E

T

H

A

M

IL

T

O

N

R

O

A

D

W

E

L

L

IN

G

T

O

N

R

O

A

D

CO

MM

ISS

ION

ER

S R

OA

D

S

P

R

I

N

G

B

A

N

K

R

O

A

D

T

H

A

M

E

S

R

IV

E

R

LOCATION PLAN

PROPOSED FABRIC COVERED STRUCTURE

A.J. TYLER OPERATIONS CENTRE, 663 BATHURST STREET

LONDON,ONTARIO

FIGURE 1

Dra

wing file: 1311320081-R

01001.dw

g Jul 17, 2013 - 11:43am

KEY PLAN

13-1132-0081 1311320081-R01001

AS SHOWN 0

WDF July 04/13

SITE

REFERENCE

PLAN BASED DRAWING SUPPLIED BY

DEVEOPMENT ENGINNEERING (LONDON) LIMITED

A.J. TYLER OPERATIONS CENTRE

MASTER SITE PLAN

LAST REVISION DATE MAR. 19/12;

AND THE CITY OF LONDON

DIGITAL MAPPING DISC 2011

1. THIS DRAWING IS TO BE READ IN CONJUNCTION WITH

ACCOMPANYING TEXT.

2. ALL LOCATIONS ARE APPROXIMATE ONLY.

NOTES

LEGEND

BOREHOLE

Page 90: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

0

10

20

30

40

50

60

70

80

90

100

0.00010.0010.010.1110100

3/4 403

coarse

GRAIN SIZE DISTRIBUTION

16

CobbleSize

July 10/13

2

SAND SIZE

1/2 20

SAND

U.S.S. Sieve Size, meshes/inch

FIGURE

1 8 200

N/A

GRAIN SIZE, mm

6

mediumfine

4 3 30

Size of openings, inches

SILT AND CLAY

4

finecoarse

60

WDF

100

GRAVEL SIZE

501.5

PE

RC

EN

T F

INE

R T

HA

N

3/8 10

1311320081PROJECT No. FILE No.

TITLE

SCALE REV.

LONDON, ONTARIOLDN

_G

SD

GL

DR

_LD

N.G

DT

DRAWN

CHECK

PROJECT

LEGENDBOREHOLESYMBOL ELEV (m)SAMPLE

2

6

3

249.5

246.5

248.7

BH-101

BH-103

BH-105

1311320081-R01002

PROPOSED FABRIC COVERED STRUCTUREA.J. TYLER OPERATIONS CENTRE, 663 BATHURST STREET

LONDON,ONTARIO

Page 91: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

Golder Associates Ltd.

309 Exeter Road, Unit #1

London, Ontario, N6L 1C1

Canada

T: +1 (519) 652 0099

Page 92: TENDER DOCUMENTS FOR - London, Ontario · TENDER DOCUMENTS FOR DESIGN AND CONSTRUCTION OF THE AJ TYLER FABRIC COVERED STRUCTURE PR0JECT O01-ES2071/EW3105 TENDER 13- 85 _____ Facilities

SITE DATA

CITY OF LONDON REGULATION PROPOSED

SITE AREA2,000

4.689 Ha

BUILDING AREA

EX. MAIN BUILDING= 3823m²

EX. SHEDS = 4070m²

SALT BARNS = 1400m²

PROPOSED SHED

ADDITION=604m²

TOTAL =9897m²

LOT COVERAGE 60% MAX. 21.1%

LANDSCAPE OPEN

SPACE

10% MIN.

0.0%

(0.0% EXISTING)

BUILDING HEIGHT 15.0 10m

PARKING

WAREHOUSE 1 /200m²

OFFICE 1 /45m²

SEE BELOW

SITE