vindin shored excavation tender april 15 documents/vindin shored... · 2014. 4. 24. · the tender...

143
T O W N O F M I D L A N D TENDER PACKAGE FOR: VINDIN PUMP STATION SHORED EXCAVATION TENDER NUMBER L04-24890(1) MAY, 2014

Upload: others

Post on 28-Jan-2021

0 views

Category:

Documents


0 download

TRANSCRIPT

  • T O W N O F M I D L A N D

    TENDER PACKAGE FOR:

    VINDIN PUMP STATION SHORED EXCAVATION

    TENDER NUMBER L04-24890(1)

    MAY, 2014

  • Town of Midland

    VINDIN PUMP STATION SHORED EXCAVATION

    TENDER NUMBER L04-24890(1)

    Index to Contract Documents

    Section Contents A. Tender Advertisement B.1 Instructions to Bidders B.2 Tender Form C. Special Provisions and Specifications D. Articles of Agreement

  • SECTION A

    Tender Advertisement

  • THE CORPORATION OF THE TOWN OF MIDLAND

    TENDER

    VINDIN PUMP STATION SHORED EXCAVATION File No.: F18-024889

    Contract No.: L04-24890(1) Sealed Tenders in envelopes clearly marked “TENDER – VINDIN PUMP STATION SHORED EXCAVATION CONTRACT NO. L04-24890(1)” will be received by the Town Engineer until:

    12:00 noon local time, Thursday, May 8, 2014 for the shoring and excavation works required at the Vindin Pump Station. Plans and contract documents are available to Tenderers experienced in shoring and excavation at the Municipal Offices at 575 Dominion Avenue, Midland, ON, L4R 1R2. The lowest or any tender not necessarily accepted. Jamie Galloway, P. Eng. Town Engineer Town of Midland 575 Dominion Avenue Midland, ON L4R 1R2 Phone (705)526-4275 ext. 2217 Fax (705)526-9971 e-mail: [email protected]

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 2 CONTRACT L04-24890(1)

    SECTION B.1

    Instructions to Bidders

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 3 CONTRACT L04-24890(1) INSTRUCTIONS TO BIDDERS GENERAL DESCRIPTION OF WORK

    In a future contract, the Town of Midland intends to install a pre-fabricated fiberglass enclosed pump station into a shored excavation provided by this Contractor. The scope of work for this Contractor is:

    To deliver the shored excavation complete with the tie-down anchors and jet-

    grouted plug as depicted on drawings SH1 and SH2. Or

    To deliver a shored excavation equivalent to the system depicted on SH1 and SH2 and meeting the Performance Specification for Alternative Wet Well Shaft Sealed Shoring System and Permanent Buoyancy Compensation - Vindin Street Sewage Pumping Station (SPS), Town of Midland attached in Section E. In this case, the means and methods and engineering calculations must be presented to the Town of Midland for review and approval by the Towns consultants.

    TIME LIMIT FOR TENDERS Tenders will be received until 12:00 noon (Local Time) on Thursday, May 8, 2014 by The Town of Midland, 575 Dominion Avenue, Midland, ON, L4R 1R2. Tender Opening – Same Day @ 12:05 p.m. (Local Time) in the Municipal Council Chambers. PRE-BID MEETING/SITEWALK No Pre-Bid Meeting or Site Walk has been scheduled. Bidders are to familiarize themselves with site conditions.

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 4 CONTRACT L04-24890(1) DOCUMENTS Work is to be completed in accordance with these Instructions to Bidders, Tender Form and Special Provisions and Specifications in this Tender document and the following drawings and specifications. S.A. Wright Engineering Inc./ SPL Consultants Ltd. - drawing SH1 – Nov. 18, 2009 S.A. Wright Engineering Inc./ SPL Consultants Ltd. - drawing SH2 – Nov. 18, 2009 AECOM division 02137 bracing and shoring specification AECOM division 02342 jet grouting specification S.A. Wright/ SPL Consultants Ltd. – Performance Specification for Alternative Wet Well Shaft Sealed Shoring System and Permanent Buoyancy Compensation Peto MacCallum geotechnical investigation Report 1 – May 2006 Peto MacCallum geotechnical investigation Report 1 (updated) – June 2009 Peto MacCallum supplemental geotechnical investigation Report 2 – September 2009 S.P.L. Geotechnical Review Letter – July 30, 2009 S.P.L. Geotechnical Review Letter – Oct 2, 2009

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 5 CONTRACT L04-24890(1) QUESTIONS ARISING DURING BIDDING Questions arising during the bidding period are to be submitted in writing by e-mail to: Attention: Jamie Galloway, P.Eng., Town Engineer Email: [email protected] The intent is to address questions received only up to Friday, May 2, 2014 and issue any required addenda by Monday, May 5, 2014. CONTRACT DOCUMENTATION Tenders will not be accepted beyond the exact closing time/day of Thursday, May 8, 2014 at 12:00 noon. Tenders received after the established closing time will be returned unopened. Sealed tenders shall be delivered to the Town of Midland, 575 Dominion Avenue, Midland, Ontario, L4R 1R2, Attention: Jamie Galloway, P. Eng., Town Engineer. Tenders must be submitted in envelopes, properly sealed and clearly marked on the outside with the words "TENDER – VINDIN PUMP STATION SHORED EXCAVATION, CONTRACT L04-24890(1)" together with the name and address of the bidder. Electronically transmitted quotations (i.e. FAX or e-mail, etc.) will not be considered. A complete Tender response shall include a completed:

    Tender Form Tenderer Information Schedule of Unit Pricing Tender Summary Work Plan

    Tenderers Experience List of Proposed Personnel List of Proposed Sub-Contractors List of Proposed Suppliers Health and Safety Form HS14

    Prior to commencing the work, the Contractor must provide the following:

    Clearance certificate indicating good standing with the Worker’s Safety and Insurance Board.

    Insurance certificate for insurance as specified, noting the Town of Midland as an additional named insured.

    Copy of the Contractors safety policy and the name of the safety contact person that will be on site with their crews.

    Executed Contract Performance Bond

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 6 CONTRACT L04-24890(1) CONTRACT AGREEMENT The successful bidder will be required to execute the Articles of Agreement forming part of this Tender Document. The OPS General Conditions of Contract will apply to this agreement. INSURANCE The successful bidder will be required to furnish a Liability and all Risk Insurance Certificate in the minimum amount of $5 million, noting the Town of Midland as an additional named insured. The Insurance Certificate is to be in place at all times throughout the duration of the Contract, including the maintenance period. The successful bidder shall indemnify and save harmless the Town of Midland from and against all claims, demands, loss, cost, damages, actions, suits or other proceedings by whomsoever, brought or prosecuted by, or attributed to any such damages, injury or infringement as a result of activities under this Contract. The Contractor agrees to assume all liability for all injuries to persons and for damages to property caused by his operations and those of his employees engaged on all operations in connection with the performance of this Contract. BONDS Prior to execution of a Contract with the Town, the Tenderer may, at the unfettered discretion of the Town, be required to furnish to the Town, a Performance Bond in the amount of 100% of the Total Contract Price. The full cost of this bond will be paid for by the Town and is to be included in the Tender Documents under the unit price for this item. TIME FOR COMPLETION Tender award is subject to approval by Town Council. It is intended that Council consider this tender at their meeting on May 26, 2014. If approved, a By-law authorizing the entering into of an Agreement with the successful Tenderer will be considered by Council at the same meeting on May 26, 2014. The successful Contractor will be awarded the work by the Town of Midland as soon as possible following authorization of Council. The above tendered work must be completed by July 18th, 2014. TENDER ACCEPTANCE This tender is to continue open to acceptance until a contract is executed or for a period of sixty (60) days commencing from the Date of Closing of Tenders, whichever event first occurs and that the Owner may, at any time within that period, accept this Tender whether any other Tender has been previously accepted or not.

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 7 CONTRACT L04-24890(1) It is not the purpose of the Town to award this tender to any Bidder who does not furnish satisfactory evidence of possessing the ability and experience in this class of work and sufficient capital and plant to ensure acceptable performance and completion of the Contract. The Town will base their decision on the following:

    1. The total tender bid price. 2. Proposed Work Plan.

    3. Proposed Delivery Schedule. 4. References of similar projects completed by the bidder. 5. Compliance with these tender requirements and specifications. Tenders must be legible and completed in ink or typewritten. Erasures, overwriting, or strike-outs will not be reason for rejection, provided all such changes remain legible and have been initialed by the authorized person signing on behalf of the bidder. Tenders which are incomplete, conditional, illegible or obscure or that contain reservations, erasures, alterations or irregularities of any kind may be rejected as informal. The lowest or any tender will not necessarily be accepted. Due to the nature of the work, the Owner will be taking in to account the work plan and similar projects listing and other background information when deciding upon an appropriate contractor. Tenders may not be restricted in any way. The tender must be submitted on the tender form as set out in these tender documents. No changes may be made in tenders after they have been received. If more than one tender form from a firm, partnership, or corporation is submitted, the only one considered and opened will be the one with the last time/date stamp on the envelope. The Town reserves the right to reject any or all tenders or to accept any tender should it be deemed in the interest of the Town to do so. In addition, the Town may elect to reject any or all tenders for the following reasons: all the quotations are outside the budget for this job; Council does not approve the purchase. No tender shall be accepted from any person or corporation who, or which, has a claim or has instituted a legal proceeding against the Town or against whom the Town has a claim or has instituted a legal proceeding with respect to any previous contract, without prior approval of Council. The Town reserves the right to negotiate minor changes or variations with the successful bidder (Contractor), without a general quotation recall, provided any such changes would not be deemed to have an effect on the relative standing of all the bidders or be in any way otherwise prejudicial to them. Tenders must be legible and completed in ink. Erasures, overwriting, or strike-outs will not be reason for rejection, provided all such changes remain legible and have been initialed by the authorized person signing on behalf of the bidder. Tenders which are incomplete, conditional, illegible or obscure or that contain reservations, erasures, alterations or irregularities of any kind may be rejected as informal.

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 8 CONTRACT L04-24890(1) ACCEPTANCE OR REJECTION OF TENDERS The lowest or any particular Tender will not necessarily be accepted. The criteria which may be considered by the Town in awarding the Contract will include a combination of price, work plan, scheduling, expertise, qualifications, and suitability of the Tenderer, and such other conditions as may be determined by the Town to be in its own best interest. The Tenderer acknowledges that the Work(S) or portions thereof are subject to the procurement and issuance of funding, certain permits, authorizations, licenses, easements and other approvals as may be required from third parties or under applicable laws, statutes and regulations (“Approvals”). In the event that any Approvals are not issued by any third parties (“Frustrating Event”) the Town reserves the right, and without liability to the Tenderer, to: Not award the Contract and/or cancel the request for Tenders; Award the Contract in whole or in part but expressly subject to the right on the part

    of the Town to cancel all or part of the Contract at any time after the award thereof in the event that such Approvals cannot be obtained;

    Delay the consideration of the award of the Contract until such time as the Approvals may be obtained;

    In any event, the Town reserves the right, in its absolute discretion, to reject any or all tenders or to award the contract to other than the Tenderer submitting the lowest Tender, provided that Council, in its sole and absolute discretion, decides that it is in the best interest of The Corporation of the Town of Midland to do so. By submitting this tender document, the Tenderer acknowledges that it shall have no claim against, or entitlement to damages from the Town by reason of the Town’s rejection of its Tender or of all Tenders, or by reason of any delay in the acceptance of a Tender, or cancelling all or part of the Contract as a result of a Frustrating Event. Tenders are subject to a formal Contract being prepared and executed. Without in any way limiting the generality of the preceding, Tenders, commencing with the lowest tender, will be evaluated against criteria developed by the Town using information provided by the Tenderer in Section B.2 and additional criteria information as requested. The Town’s criteria include, but are not limited to: Skill and experience demonstrated on similar projects of similar scope; The general reputation, qualifications and experience of the Tenderer; The general reputation, qualifications and experience of the Tenderer’s sub-

    contractor; Qualifications and experience of key personnel of the Tenderer; Tender price; Project schedule/substantial performance date; Reference checks with former clients, consultants and subtrades; Five year history of claims, litigation and/or arbitration between Tenderer and former

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 9 CONTRACT L04-24890(1)

    clients and between itself and subcontractors; Five year history of charges under the Occupational Health & Safety Act (Ontario); Five year record with the Workplace Safety and Insurance Board (“WSIB”); Anticipated additional costs not included in the Tender Price but inferable from the

    evaluation criteria or from the Tender; Where the Tenderer is associated with one or more persons or corporations which conduct the same or similar business as the Tenderer, the Town may, but is not obliged to, request from such Tenderer the evaluation information with respect to such associated persons or corporations. The failure or refusal of a Tenderer to comply with such a request may result in the rejection of its Tender. The above criteria are not necessarily listed in the order of their importance to the Town. HEALTH AND SAFETY The Tenderer shall conform to all applicable Health and Safety legislation during the execution of the work. The Tenderer shall provide a copy of their company safety policy and name the safety contact person that will be on site with their crews. The Tenderer shall ensure that all work by sub-contractors and workers engaged on the site, is performed in a manner consistent with the standards and objectives of the Town's Health and Safety Policy. The Tenderer understands that work may be immediately suspended by the Town, its agents or servants, in the event of non-compliance with the Town's Health and Safety policies. The Tenderer must complete and submit with his tender bid Health and Safety Form HS-14, which forms part of the Tender Bid Document. Tenders received which do not include the completed Health and Safety Form HS-14 may be considered incomplete. MEASUREMENT FOR PAYMENT For items listed as LS (Lump Sum) on the Schedule of Unit Prices, there will be no measurement for payment. Payment at the lump sum quoted prices shall be full compensation for completion of the work. For items not listed as LS (Lump Sum) on the Schedule of Unit Prices, there will be a measurement for payment. Payment will be based on the actual quantity of work on these items at the rates quoted. HOLDBACK All requirements of Section B.3, OPS General Conditions of Contract, shall apply to this Contract with the following amendments: The 10% holdback shall be held and will be paid to the Contractor per the terms of the Construction Lien Act.

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 10 CONTRACT L04-24890(1) PUBLIC RECORD All written tenders received by the Town may become a public record, once a tender is accepted by the Town, and a contract is signed, all information contained in them is available to the public, including personal information, as per the Municipal Freedom of Information and Protection of Privacy Act, 1989, R.S.O. 1990, Chapter M.56, as amended. During the lifetime of the award, the Contract shall not be assigned or subcontracted without prior written approval of the Town.

    END OF INSTRUCTIONS TO BIDDERS

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 11 CONTRACT L04-24890(1)

    SECTION B.2

    Tender Form

    TO BE COMPLETED BY TENDERER TENDER SUBMISSION CHECK LIST: Tender Submitted By: ________________________________________________ Date: _____________________________________ Total Tender Bid (exclusive of HST) $ _________________________ Addendum(s)* ___________________ to ____________________, inclusive * Tenderer to fill in blanks or enter “NIL” as applicable. FOR OFFICE USE ONLY Date/Time Tender Received: ___________________________________ Reviewed By: __________________________________________ Member of Council

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 12 CONTRACT L04-24890(1) TENDERER INFORMATION

    Town of Midland

    VINDIN PUMP STATION SHORED EXCAVATION CONTRACT L04-24890(1)

    To: The Corporation of the Town of Midland This Tender is submitted by ___________________________________________ Firm Name ___________________________________________ Address ___________________________________________ City/Town Postal Code __________________ _____________________ Telephone Number Fax Number ___________________________________________ e-mail address Gentlemen: I, _________________________________________ of ________________________________________ (hereinafter referred to as the “Tenderer” having carefully examined the locality and site of the proposed works, and all Contract Documents relating thereto, including the Tender Advertisement, Tendering Information, Specifications, Contract Drawings, Articles of Agreement, Appendices, General Conditions of Contract, Schedule of Unit Prices, Addenda __________ to _________ * inclusive, hereby tender and offer in accordance with the Contract Documents and all local specifications and such further detail drawings as may be supplied from time to time to furnish all materials, labour, tools, plant, matters and things necessary therefore complete therefore complete and ready for use within the time specified as described in the following Sections. The undersigned agrees to accept as full payment therefore, the sums calculated in accordance with the actual measured quantities at the unit prices set forth in the Schedule of Unit Prices herein. * Tenderer to fill in blanks or enter “NIL” as applicable.

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 13 CONTRACT L04-24890(1) SCHEDULE OF UNIT PRICES # Item Description Qty Unit Unit Rate Price

    1 PERFORMANCE BOND 1 L.S. _______ _____________

    2 MOBILIZE 1 L.S. _______ _____________

    3 SITE PREPARATION: 1 L.S. _______ _____________INCLUDES LOCATES, LAYOUT, GRAVEL PAD,

    DEWATERING, OR ANY OTHER ITEMS REQUIRED.

    4 SUPPLY AND INSTALL OF SHORING SYSTEM 1 L.S. _______ _____________INCLUDES ALL ENGINEERING IF SYSTEM OTHER

    THAN DEPICTED ON SH-1 AND SH-2 IS USED.

    5 SUPPLY AND INSTALL OF PLUG 1 L.S. _______ _____________INCLUDES ALL ENGINEERING IF SYSTEM OTHER

    THAN DEPICTED ON SH-1 AND SH-2 IS USED.

    6 EXCAVATE WITHIN SHORING 1 L.S. _______ _____________INCLUDES ALL WORK REQUIRED TO DELIVER

    AN EXCAVATION FREE OF WATER READY TO

    RECEIVE CONCRETE TANK FOUNDATION

    (TANK FOUNDATION BY OTHERS)

    7 SUPPLY AND INSTALL SAFETY RAILINGS 1 L.S. _______ _____________INCLUDES RAILINGS AROUND EXCAVATION

    8 CUTOFF OF SHORING BELOW GROUND LEVEL 1 L.S. _______ _____________

    9 DEMOBILIZE 1 L.S. _______ _____________INCLUDES ALL CLEANUP AND REMOVAL OF

    ALL GARBAGE AND ITEMS NOT PERMANENTLY

    INSTALLED

    10 CONTINGENCY ALLOWANCE 1 L.S. $50,000 $50,000THIS VALUE TO BE ADMINISTERED IN SIGNED CHANGE

    ORDERS ONLY ISSUED BY THE TOWN ENGINEER.

    TOTAL TENDER PRICE: (not including HST)

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 14 CONTRACT L04-24890(1) TENDER SUMMARY TOTAL TENDER PRICE (excluding HST) $ REPEAT TOTAL TENDER PRICE, IN WRITING, BELOW:

    /100 ($ . ) DOLLARS IT IS NOTED THAT the Tender bid price as noted above includes a Contingency Allowance of $50,000 and that no part of this Allowance shall be expended without written direction from the Town Engineer and that any part not so expended shall be retained by the Town. Enter Total Tender Price on Tender Form Contract pricing is subject to HST at 13%. HST will be paid to the Contractor

    as a separate line item in all payment certificates but is not to be included in the price bid above nor does it form part of the contract pricing

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 15 CONTRACT L04-24890(1)

    WORK PLAN (Tenderer to describe here how they plan to carry out the work) ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ____________________________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ____________________________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ____________________________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ (Include separate sheet if necessary)

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 16 CONTRACT L04-24890(1)

    TENDERER’S EXPERIENCE The following is a list of projects similar in type and scope to this Work which have been successfully completed by us.

    TENDERER’S EXPERIENCE in SIMILAR COMPLETED WORK

    LOCATION OWNER’S

    REFERENCE/ TELEPHONE –

    E-MAIL

    DESCRIPTION of CONTRACT

    YEAR COMPLETED

    DOLLAR VALUE

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 17 CONTRACT L04-24890(1)

    LIST of PROPOSED PERSONNEL

    LIST of PROPOSED PERSONNEL (Resumes provided upon request)

    POSITION NAME YEARS with COMPANY

    This form shall be submitted with the tender.

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 18 CONTRACT L04-24890(1)

    LIST OF PROPOSED SUB-CONTRACTORS AND SUPPLIERS The Tenderer shall list hereunder the names of all Subcontractors as applicable, who he proposes to use showing the value of the work to be sublet to each. The value of the work sublet shall not exceed 30% of the total work. The list of Subcontractors shall be subject to the approval of the Town Engineer, who reserves the right to reject any Subcontractor, which in his opinion, are incompetent or unqualified.

    LIST of PROPOSED SUB-CONTRACTORS

    SUB-TRADE PROPOSED SUB-CONTRACTOR ADDRESS/PHONE APPROXIMATE

    VALUE of SUB-LET

    WORK

    $

    $

    $

    $

    It is understood by the Tenderer that the above list of Subcontractors is complete and that no additions to this list will be permitted after Closing Date of Tenders, without the written approval of the Town. This form shall be submitted with the tender.

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 19 CONTRACT L04-24890(1)

    FORM OF TENDER

    LIST OF PROPOSED SUB-CONTRACTORS AND SUPPLIERS (cont’d)

    LIST of PROPOSED SUPPLIERS

    MATERIAL PROPOSED SUPPLIER ADDRESS/PHONE MANUFACTURER

    (Where Applicable)

    This form shall be submitted with the tender.

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 20 CONTRACT L04-24890(1)

    Health and Safety Form HS-14

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 21 CONTRACT L04-24890(1)

    Health and Safety Form HS-14 (continued)

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 22 CONTRACT L04-24890(1)

    SECTION C

    Special Provisions

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 23 CONTRACT L04-24890(1)

    SPECIAL PROVISIONS

    1. Scope of Work: Contractor agrees to furnish all labour, services, materials,

    installation, demolition, hoisting, supplies, insurance, equipment, scaffolding, tools, and other facilities of any kind and description required for the prompt and efficient execution of:

    VINDIN PUMP STATION SHORED EXCAVATION

    2. The Town of Midland will be installing a pre-packaged fiberglass pump station into the shored excavation provided by this Contractor.

    3. Should the Contractor chose to provide an alternate method from that shown on the contract drawings, the Contractor shall adhere to the Performance Specification for Alternative Wet Well Shaft Sealed Shoring System and Permanent Buoyancy Compensation - Vindin Street Sewage Pumping Station (SPS), Town of Midland attached in Section E.

    4. The Contractor shall submit, with the tender form, a work plan clearly demonstrating the Contractors understanding of the ARTESIAN water conditions and how the water will be managed.

    5. The Contractors proposed work plan shall be subject to a Constructability Review by the Town’s Consultants.

    6. Contractor shall Supply and Install the sheet pile shoring as indicated (or an approved alternate) to the satisfaction of the Town’s Consultants. Should the Contractor chose to provide shoring of a different type, the Contractor shall provide stamped engineering drawings (and calculations if necessary) to the satisfaction of the Town’s Consultants.

    7. Contractor shall Supply and Install the tie down anchors and jet grouted plug as indicated (or an approved alternate) to the satisfaction of the Town’s Consultants. Should the Contractor chose to provide an alternate system to the tie down anchors and jet grouted plug, the Contractor shall provide stamped engineering drawings (and calculations if necessary) to the satisfaction of the Town’s Consultants.

    8. Jet Grouted Plug shall comply with AECOM specification section 02342

    9. Contractor shall excavate to the ‘Base of Excavation’ elevation noted on drawing SH2. All clean fill material may be disposed of on site.

    10. Contractor shall vacate all water from within the shored excavation to provide safe working conditions for the trades that will follow this Contractor.

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 24 CONTRACT L04-24890(1)

    11. Should Bentonite or other material not considered to be ‘Clean Fill’ be generated

    in the process of creating this shored excavation, the Contractor shall remove and dispose of this material off site at no additional expense to the Town. Disposal of materials off site must follow all applicable laws.

    12. Should the Contractor opt to use an approved alternate system of shoring that protrudes higher than the top of shoring indicated on SH2, the shoring shall be cut off below finished grade level and the cutoff material removed from site.

    13. Contractor should familiarize themselves with the site conditions. Note that the Overhead Hydro Line indicated on SH1 has already been relocated. Note that the “18m – 450mm Big ’O’ storm sewer at 1% has already been installed.

    14. Contractor should familiarize themselves with the site conditions. Any temporary roads, work pads, gravel for those roads/pads or any other measures required to gain adequate access to the excavated areas, should any be necessary, must be incorporated into the Contractor’s pricing and will not be considered for an extra.

    15. Warranty: All components supplied and installed by the Contractor are to have a minimum 90 day warranty.

    END OF SPECIAL PROVISIONS

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 25 CONTRACT L04-24890(1)

    SECTION D

    Articles of Agreement

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 26 CONTRACT L04-24890(1)

    FORM OF AGREEMENT

    AGREEMENT

    THIS AGREEMENT made in quadruplicate the day of , 2014, by and between

    __________________

    hereinafter called the "Contractor"

    and

    The Corporation of the Town of Midland hereinafter called the "Town"

    WITNESSETH That, the Contractor for and in consideration of the payment specified in his Tender for this Work, hereby agrees to furnish all necessary plant, labour and materials, except as otherwise specified, and to complete the said Work in strict accordance with the Contract Documents, all which are to be read herewith and form part of this present agreement as fully and completely to all intents and purposes as though all the stipulations thereof have been embodied therein. The Contractor further agrees that he will deliver the whole of the Work completed in accordance with the Agreement. The OPS General Conditions of Contract apply to this Agreement. IN CONSIDERATION WHEREOF, the Town agrees to pay to the Contractor, XXXXXXX XXXXXXXX, for all Work done, an amount of - - - -_____________________________

    - - - - - - - - - - - - - - - - - - - - - -xx/100 ($ XX,XXX.xx) DOLLARS as indicated in the Form of Tender or as may be adjusted in accordance with the Contract Documents. IT IS NOTED THAT the Tender bid price as noted above includes a Contingency Allowance of $50,000 and that no part of this Allowance shall be expended without written direction from the Town Engineer and that any part not so expended shall be retained by the Town. The Tenderer shall receive payment for work done, and materials supplied according to the unit prices contained in the Tender Form, in accordance with the provisions of this Contract. The unit prices will be applied by the Town Engineer to the actual quantities of work and materials supplied by the Tenderer whether these quantities be more or less than those estimated on the said Tender Form or shown on the Contract Drawings. All payments shall include HST at the rate of 13%.

  • VINDIN PUMP STATION SHORED EXCAVATION PAGE 27 CONTRACT L04-24890(1)

    FORM OF AGREEMENT THIS AGREEMENT SHALL inure to the benefit of and be binding upon the heirs, executors, administrators, and assigns of the Contractor and on the heirs and successors of the Owner. IN WITNESS WHEREOF, the Contractor and the Town have hereunto signed their names and set their seals on the date first above written. Signed and Sealed by the Contractor (insert name of Contractor here) Signature Witness ____________________________ Seal Name (Please Type or Print Name of Signatory Above) Signature Witness ____________________________ Name (Please Type or Print Name of Signatory Above) I/We have authority to bind the Corporation. Signed and Sealed by the Town Mayor ______________________________ Witness Clerk Seal

  • VINDIN PUMP STATION SHORED EXCAVATION CONTRACT L04-24890(1)

    SECTION E

    Specifications

  • BRACING AND SHORING Division 2 Section 02137 Page 1 of 6

    PART 1 - GENERAL

    1.1 Intent of Section

    .1 Protection of adjacent structures, utilities, pipelines, or other foundations on grade from damage and/or displacement.

    .2 Designing, supplying, placing, bracing and removing any temporary shoring of the sides of excavations. Also covers excavation shoring to be left in place and underpinning and/or temporary supports for existing utilities which may be necessary in order to execute construction of Works.

    .3 Shoring is mandatory where indicated and in all areas where excavation will potentially undermine existing structures, pipes, conduits, utilities or road.

    1.2 Related Sections

    .1 DIVISION 1 – GENERAL REQUIREMENTS

    1.3 Payment

    .1 Work outlined in this section shall be included in the lump sum tender price.

    1.4 Responsibility for Shoring System

    .1 Engage a professional engineer, registered in the Province of Ontario, who has demonstrated competence in shoring and underpinning work, to design and supervise construction of temporary structures which are required in order to execute construction of permanent Works.

    .2 Take full responsibility for design, supplying, placing, installation, maintenance and where applicable removal of shoring system.

    .3 Comply with all safety requirements of The Occupational Health and Safety Act and Ontario Building Code.

    1.5 Design of Shoring System

    .1 Design excavation shoring and/or underpinning systems based on recognized geotechnical and structural theories and principles and site conditions encountered. Undertake additional geotechnical site investigation for design of the shoring system and/or underpinning at no extra cost to the Owner.

    .2 Design shoring system for all applicable lateral pressures from soil and groundwater, including unsymmetrical surcharge loads from construction operations and frost action on retained soil.

    .3 Design bracing to be fully effective at all stages of construction. Prestress bracing, if required, to control deflection.

    .4 Design underpinning and temporary supports for existing structures and/or utilities to safely resist all loads including loads which may be imposed as a result of construction operations.

  • BRACING AND SHORING Division 2 Section 02137 Page 2 of 6

    .5 Where shoring system retains materials which provides support for foundations at a higher level, design to limit deflections so that foundation materials are not disturbed or weakened.

    .6 Co-ordinate design of shoring system with design of dewatering system to meet performance requirements specified herein.

    .7 Locate all yard piping, services, conduit, structures, etc., in the area of the excavation. Assume all items found are live and are to be kept live unless specifically noted otherwise. Take precautions necessary to ensure that there is no damage to existing buried services, piping, conduit, structure, etc., during the shoring and excavation work.

    1.6 Shoring Performance Requirements

    .1 General Requirements

    .1 Construct substantially watertight excavation shoring systems suitable for geotechnical conditions encountered and which will meet all requirements of these performance Specifications. Prevent destabilization of subgrade, migration of soil fines, damage to any structure and/or works. Prevent disturbance, displacement or damage, to sides and bottom of excavation, to new and existing structures, pipelines, utilities, roads, embankments, etc. at any stage of construction of works. Prevent destabilization or failure of bottom of excavation from shear, heave, piping and boiling, groundwater pressure or any other cause.

    .2 A copy of the latest geotechnical investigation report No. 06BF010 prepared by Petro MacCallum Ltd. are available from the Engineer. Read these reports, visit the site and thoroughly familiarize yourself with surface and sub-surface conditions.

    .3 Review Utilities drawings and Site Survey, available from the Engineer showing site information and configuration of existing buildings and services.

    .4 Prior to beginning work on the site, confirm location of all underground services and structures, and arrange work to prevent damage to any services or structures.

    .5 Watertightness

    .1 Shoring system to be watertight to the extent that any dewatering required inside the excavation shall not lower the water table on outer side of the shoring system.

    .6 Tolerances

    .1 Install shoring so that, exclusive of temporary walers or bracings, no part of temporary structure to be left in place above the bottom of the excavation in its deflected position will reduce structural concrete wall thicknesses below the dimensions indicated.

    .2 If the shoring installation does not satisfy these requirements, alter it, at no extra cost to Owner, until it meets the requirements.

    .3 Allow a minimum installation tolerance of 75mm.

  • BRACING AND SHORING Division 2 Section 02137 Page 3 of 6

    .7 Monitoring Deflection

    .1 Monitor and keep a written record of deflections of the shoring system at all critical locations. The Engineer reserves the right to review and field check the Contractor's records.

    .8 Monitor and control vibration in accordance with Specification Section 01450 – Quality Control.

    1.7 Shop Drawings

    .1 Submit shop drawings of temporary structures including shoring and bracing systems. Shop drawing to bear seal and signature of a professional engineer, registered in the Province of Ontario, who has carried out the design and who will provide construction supervision of temporary structures.

    .2 Indicate on shop drawings the following:

    .1 Dimensions and elevations

    .2 Relationship to new and existing structures and utilities

    .3 Material designations, grades, sizes, etc.

    .4 Temporary struts and walers etc., their relationship to permanent structure and schedule for removal

    .5 Deflections of shoring members when deflection limitations have been specified in this Section.

    .6 Design loads, design assumptions, all loading restrictions.

    .7 Identification of Engineer of record who will be responsible for design calculations, checking of shop drawings, inspection and supervision of fabrication and installation, and filing of reports with the appropriate authorities and the Owner.

    .8 Complete field instructions required during installation and any other pertinent information.

    .3 Submittal of shop drawings for such temporary structures is for record purposes. The Engineer will not review or check such shop drawings, for structural adequacy. Take the full responsibility for design, supplying, placing installation and maintenance.

    1.8 Cold Weather Protection

    .1 Between the 15th of October of any year and the 15th of April of the following year, provide on hand and ready for use all equipment necessary for adequate cold weather protection.

    .2 Provide sufficient insulation, and heat as necessary, to prevent freezing of frost susceptible soil behind temporary shoring works.

    .3 When providing heat, do not dry out sensitive soils such as clays.

  • BRACING AND SHORING Division 2 Section 02137 Page 4 of 6 PART 2 - PRODUCTS

    2.1 Materials and Processes

    .1 Structural Steel Members

    .1 CAN/CSA G40.21M Grade 300W for walers, bracing and soldiers piles.

    .2 Welding

    .1 CSA W59.

    .3 Steel Sheet Piling:

    .1 Per CAN/CSA G40.20/21M interlocking type. Selection properties to suit design.

    .4 Lumber

    .1 Graded lumber, sound, straight, free from cracks, shakes, large or loose knots. Use planks for sheeting, tongued and grooved, or grooved and splined as required.

    PART 3 - EXECUTION

    3.1 Inspection

    .1 Before work is begun, inspect conditions upon which work depends. Inform the Engineer in writing of conditions not identified.

    3.2 Placement -General

    .1 Do not place any part of shoring and bracing systems until permission by the Engineer has been given to proceed.

    .2 Retain professional engineer responsible for design and supervision of construction of temporary structures to verify that work is carried out in conformance with the design. Retained engineer to provide written acceptance of “As-Constructed” shoring before excavation is occupied.

    .3 Have shoring systems installed by personnel with demonstrated competence and experience in this type of work.

    .4 Provide and set all excavation, shoring and bracing necessary to prevent cave-in of banks and excavations.

    .5 Install shoring so that there is no loose material or voids between shoring and sound undisturbed soil.

    .6 Set all shoring to a true vertical and to dimensions and elevations indicated on shop drawings.

    .7 Do not encase any part of temporary structure in the structural concrete of the permanent structure without written permission from the Engineer.

  • BRACING AND SHORING Division 2 Section 02137 Page 5 of 6

    .8 If bracing members, such as walers, etc. are to be removed during construction, timing and procedure for removal shall not induce stresses in permanent structures or bracing members in excess of those allowed by applicable codes.

    3.3 Steel Sheet Piling

    .1 Provide temporary guide frames and bracing to hold sheet piles in proper alignment during setting and driving. Install piling to dimensions and elevations indicated on shop drawings.

    .2 Install walers and bracings so not to interfere with reinforcing bars or other parts of permanent structures.

    .3 Splices in walers shall develop full strength of member in bending, shear and axial compression.

    .4 If bracing members, such as walers, etc., are to be removed during construction, timing and procedure for removal shall not induce stresses in permanent structures or in steel sheet piling or bracing members in excess of those allowed by applicable codes.

    .5 Leave sheeting in place unless otherwise specified.

    3.4 Closed Sheeting for Trenches

    .1 Provide and install braced closed sheeting where required for trench construction.

    .2 Sheeting system shall be adequate for all loading and pressures and for surcharge effects due to construction equipment and materials in accordance with the provision of The Occupational Health and Safety Act, and The Ontario Building Code.

    .3 Where sheeting is to be left in place, the top shall be cut off 1.2m below grade or as directed.

    3.5 Monitoring Deflection

    .1 Monitor deflection of shoring systems, on a daily basis, which retains materials that provide support for foundations at higher levels. Verify that their deflections are within specified requirements.

    .2 Monitor elevations at each corner and centre of existing reservoir daily. Report to the Engineer immediately if specified settlement limits are exceeded. Monitor and control vibration in accordance with specification Section 01450 – Quality Control.

    .3 Submit written records of settlement and deflection result to the Engineer every week.

    3.6 Shoring Removals

    .1 When footings, walls, slabs and other foundations are in place and backfilling near completion to existing grade, cut down and remove the tops of piles and lagging to a minimum of 1200mm below finished grade.

  • BRACING AND SHORING Division 2 Section 02137 Page 6 of 6 3.7 Alternative Proposals

    .1 Alternative proposals for excavation support systems will be considered, but will not necessarily be accepted .

    .2 With the tender submit sufficient information for the proposal to be assessed including a general outline of the system and methods proposed for installing the shoring, types of members, tieback system and the like.

    3.8 Quality Control

    .1 Provide a system of quality control to ensure that the minimum standards specified herein are attained.

    .2 Bring to the attention of Engineer any defects in the work or departures from the Contract Documents which may occur during construction. The Engineer will decide upon corrective action and state recommendations in writing.

    .3 The Engineer’s general review during construction and inspection and testing by Independent Inspection and Testing Companies reporting to the Engineer are both undertaken to inform the Owner of the Contractor’s performance and shall in no way augment the Contractor’s quality control or relieve him of contractual responsibility.

    3.9 Notification

    .1 Give the Engineer advance notice of shop fabrication, field installation and other phases of the work so as to afford the Engineer reasonable opportunity to inspect the work for compliance with contract requirements. Failure to meet this requirement may be a cause for the Engineer to classify the work as defective.

    3.10 Defective Materials and Work

    .1 Where factual evidence exists that defective work has occurred or that work has been carried out incorporating defective materials, the Engineer may have tests, inspections or surveys performed, analytical calculations of structural strength made, and the like, in order to help determine whether the work must be replaced. Tests, inspections or surveys or calculations carried out under these circumstances will be made at the Contractor’s expense, regardless of their results, which may be such that, in the Engineer’s opinion, the work may be acceptable.

    .2 All testing shall be conducted in accordance with the requirements of the Ontario Building Code and in accordance with the standards given by the Engineer.

    .3 Materials or work which fail to meet specified requirements may be rejected by the Engineer whenever found at any time prior to final acceptance of the work regardless of previous inspection. If rejected, defective materials or work incorporating defective materials or work shall be promptly removed and replaced or repaired to the satisfaction of the Engineer, at no expense to the Owner.

    END OF SECTION

  • Page | 1  

    Performance Specification for Alternative Wet Well Shaft Sealed Shoring System and Permanent Buoyancy Compensation 

    Vindin Street Sewage Pumping Station (SPS), Town of Midland  

     Intent   The Corporation of the Town of Midland (Town of Midland) is open to receiving Value Engineering Change Proposals (VECP) for alternatives to the shoring design system as illustrated on the S.A. Wright Engineering Inc. Drawings SH1 and SH2 (the ‘Base Bid design’).  Design‐build proposals will be reviewed by the Town’s Engineer for their compliance with the performance requirements as outlined in this performance specification.  The design‐build proposal must meet or exceed these functional and design requirements.   The design‐build submittal provided as part of this tender must be sealed by the Contractor’s nominated shoring design engineer (P.Eng., Ontario).  Design‐build shoring submissions that are not sealed by a P.Eng. will be rejected as informal.  No part of the Base Bid design may be used in the alternative design‐build submission.  The design build submission must be completely redesigned and sealed by the Contractor’s Shoring Design Engineer.  The Base Bid design is an integrated system which requires all of its components to function satisfactorily.  The intent is to provide a safe, efficient alternative temporary shoring system, sized and constructed to house the Town’s SPS system, to receive the inlet and forcemain piping and to provide for permanent buoyancy (i.e. uplift) compensation for the SPS.  General Requirements  The Design‐build methodology must be constructible without the need for aquifer depressurization / dewatering of the deep aquifer (excepting sump pumping from filtered trash pumps to control surface water).  The Town does not intend to provide an MOE Permit to Take Water for this phase of the project and as such, water taking must not exceed 50 cubic metres per day.  The design‐build proposal must take into account the following:  The shoring will be constructed in very challenging soil and groundwater conditions: 

    The baseline soil and groundwater conditions shall be as per the Peto MacCallum Ltd. BH No. 2;  A perched, shallow water table exists near surface within weak, compressible soils with organic 

    material.  The upper soils afford poor trafficability and poor bearing resistance and thus require removal/replacement and or reinforcement to support construction loadings; 

    Dilatant, very loose saturated silty soils extend to about 5.3m bgl.  This material has a water content of about 22 to 25%.  This layer is prone to sloughing; 

    Sticky, very moist silty clay to clay soils underlie the silt, extending to about 12m below grade.  These soils are very soft to stiff and are expected to behave as ‘squeezing ground’, applying considerable squeezing pressures against shoring systems and considerable adhesion.  Due to their low shear strength, they will fail/squeeze into the base of shoring unless mitigative methods are employed.  Undrained shear strengths are in the range of 20kPa to 60kPa.  The 

  • Page | 2  

    water content of this material was measured to be in the range of 47% to 62% which exceeds the materials liquid limit. 

    The weak clay is underlain by primarily cohesionless soils under artesian water pressure.  For design and construction purposes, the total head shall be assumed to be elevation 181m.  A base plug is needed to prevent basal boiling and high inflows of groundwater into the shoring system and upward seepage along the sides of the vertical shoring elements; 

    A layer of non‐plastic silt underlies the clay, extending to about 13.4m below grade.  This layer is prone to dilation, boiling, loosening and disturbance.  Assume a piezometric head at elev. 181m in this deposit; 

    A predominant sand deposit lies below a depth of 13.4m below grade.  There are some intervening clayey silt layers in this deposit which may or may not be discontinuous.  There are some cobble and boulder zones in the sand.  Assume a piezometric head at elev. 181m in this deposit. 

     At all times during and following shoring system installation, basal instability (basal heave and boiling failure) must be prevented from occurring.  The shoring system must, at all times during and following its installation, provide a permanent seal against upwelling of artesian groundwater along the inside and outside faces of the system.  The equipment used to install the shoring system must be capable of overcoming the considerable adhesion and frictional forces imposed by the cohesive and cohesionless soils through which the shoring will penetrate.  Boulders and cobbles will be encountered, particularly in the lower sands.  A stable, dry base is to be provided at elevation 170.80m on which the SPS plant can be built.  Provision to facilitate for the inlet gravity sewer and forcemain outlet sewers must be made for future connections (by others).  A permanent base plug (concrete or soilcrete) must be provided to ensure the temporary shoring uplift resistance, permanent SPS uplift resistance and basal seal (against groundwater infiltration and soil fines infiltration). A minimum factor of safety of 1.2 is required against buoyancy.  If soil anchors are used to supplement the base plug, they can be temporary anchors provided the SPS and backfill (ignoring sidewall friction/adhesion) has sufficient dead weight to provide the aforementioned factor of safety against uplift. Use drilling and anchoring methods appropriate for cohesionless soils and artesian water pressures.  A safe, level, stable granular working pad must be provided at grade as required to accommodate the Contractor’s shoring equipment and plant.  The top of the working pad (working pad grade) must be constructed at elevation 180.5m.  Unsuitable, compressible and organic soils must be removed from beneath the working pad and stockpiled on site in an area to be designated by the Town.   Reinforce the working pad with biaxial geogrid, if required.   Use 50mm recycled concrete material meeting OPSS Gran ‘B’ Type 2 specification to construct the working pad, or an alternative acceptable to the Town Engineer.  Provide safety barrier around shoring or extend shoring above grade to meet Ontario OHSA Regulations.    

  • Page | 3  

    Minimum Design Parameters and Performance Requirements  Lateral earth pressures used to design the shoring system shall be the same as illustrated on S.A. Wright Engineering Inc. Drawing Sheet No. SH2.    The design piezometric total head is to be assumed to be elevation 181m.  Design the shoring system to accommodate the soil, groundwater loadings as well as construction loads imposed by unbalanced equipment surcharges.  Employ shoring design methods as per the 4th Edition of the Canadian Foundation Engineering Manual.  Shoring sidewall lateral deflections shall not exceed 25mm at any point.  Shoring and completed SPS installation vertical settlement shall not exceed 25mm.  The completed shoring system shall be a sealed shoring system.  Seepage into the base of the completed sealed system shall be less than 0.5L/minute.  There shall be no upward seepage permitted along the inside or outside faces of the shoring system at final design grade level.   Monitoring  Install monitoring systems for ground settlement and lateral deflection of shoring system during course of shoring installation work.  Report results weekly to Town Engineer.  Increase frequency of monitoring as dictated by the shoring system performance.  Protect existing on‐site monitoring well from damage by construction equipment.  Take daily readings of water levels in this monitoring well.  Report results weekly to Town Engineer.  Replace monitoring well if damaged by construction activities.  The Contractor’s Shoring Design Engineer shall visit the site during the shoring installation process at least once weekly as well as during the base plug sealing process to verify that the work and materials are in accordance with the design.  A report shall be provided to the Town Engineer within 12 hours following each visit outlining the work status any deficiencies and any required remedial works.   Qualifications  Design‐Build shoring contractor shall have a minimum of 10 years experience in the installation of similar shoring systems.  If a tremi‐base plug forms part of the design‐build alternative shoring system, the Contractor or its specialty subtrade shall demonstrate that they have tremi‐concrete placement experience in shaft base plug construction on at least three (3) previous projects.  Design‐build contractor’s Shoring Design Engineer shall meet the qualification requirements of OPSS 539, Section 539.04.01.02. 

  • Page | 4  

     Submittals  Submit design drawings, sample calculations and installation sequencing narrative sealed by the Shoring Design Engineer as part of the bid at time of tender.  Provide details of equipment proposed to be utilized as part of the work.  List all subtrades proposed to be employed on the project.  Submit qualifications as outlined in previous section for shoring contractor, tremi‐concrete placement trade and Shoring Design Engineer as part of bid at time of tender.   

    END OF PERFORMANCE SPECIFICATION       

  • VINDIN PUMP STATION SHORED EXCAVATION CONTRACT L04-24890(1)

    SECTION F

    Geotechnical Reports

  • SIB

    (1403)

    SIB

    (738)

    SIB

    SIB

    (1403)

    SIB

    (1403)

    SIBIBSIB

    L O T 6 7

    L O T 6 6

    SIB(1403)

    SIB(1403)

    SIB

    SIB

    (738)

    SIB

    (1403)

    L O T 10

    L O T 9

    L O T 8

    L O T

    1 2 4 L O T 1 2 3

    L O T 1 2 2

    C O N C

    E S S I O N 5

    R E G ' D P L A N 2 2

    20.12 N63°

    28'35"E

    77.97

    N26°

    59'00

    "W

    80.35

    N27°

    00'10

    "W

    47.68 N02°31'40"E

    16.92

    N26°

    13'20"W

    43.29

    N26°

    58'35

    "W

    40.61 N63°

    41'40"E

    209.20

    N02°21'00"E

    208.85

    N87°53'00"W

    44.88

    N26°

    33'00

    "W

    89.06N02°22'20"E

    34.31

    N65°54'25"E

    39.67

    N27°

    04'25

    "W

    40.29 N63°

    17'20"E

    30.45

    N02°48'00"E

    23.26 N62°

    42'20"E

    52.63N02°54'20"E

    19.38

    N76°14'10

    "E

    171.03

    N02°48'00"E

    21.72N63°

    07'10"E

    40.73N63°

    15'40"E

    51.87

    N26°

    46'05

    "W

    46.90 N03°28'35"E

    90.92

    N86°31'25"W

    L O T 1 2 1

    L O T 1 2 0

    L O T 1 1 9

    S T R E E T

    86.75

    20.41

    81.56

    109.36

    0.28

    IB(738)

    SIB

    (615)

    IB(1468)

    0.60 south

    45.7239.25

    4.09

    3.24N26°

    54'00

    "W

    3.18N

    27°0

    3'30"W

    40.09

    3.20

    60.04

    20.31

    SIMCOE STR

    EET

    SIB(61

    5)

    SIB(73

    8)(WIT)

    55.67IB(OU) SIB

    (1255)

    SIB

    (1255)

    33.4614.22

    72.13

    18.80

    6.23

    21.60

    17.05

    0.53N63°

    52'40"E

    SIB

    (1255)

    SIB

    (1255)

    PART 4

    L O T 6 2

    L O T 6 3

    L O T 6 4

    L O T 6 5

    L O T 6 8

    LOT 61

    1.6020.12

    SIB

    (738)

    P.I.N

    . 58795-0023

    P.I.N

    . 58795-0021 (LT)IB

    IB

    P A R T 1

    L O T 1 1 6

    L O T 1 1 5

    SIB

    (1403)

    SIB

    (1403)

    P A R T 2

    PART 3

    ROBERT ROSS

    U N R E G I S T E R E D P L A N

    B O B

    set & PLAN 51R

    -15429

    SIB

    (N1°17'40"E 209.32 PLAN 51R-15429)

    (90.69 PLAN 51R-15429)

    (20.12 WIDE BY REGISTERED PLAN 22)

    PART 1

    PART 2

    SIB

    (CNR)

    SIB

    (738)

    SIB(738)

    SIB

    (1255)

    LOT 24

    CONCESSION 5

    PART

    2

    PLAN 5

    1R-26109

    P A R T

    1set

    (1255)

    SIB

    set &

    p/s(1

    546)

    set & p/

    s(1546)

    set &

    not tangential

    IB(738)

    P A R T 1

    (1403)

    set & p/s(1546)

    C A N A D I A N N A T I O N A L R A I L W A Y

    N02°20'20"E

    N65°50'00"E

    60.97

    N87°39'40"W

    54.56

    66.45

    PART 4

    PART 1

    PART 1

    PART 2

    (1546)

    IB

    (1546)

    IB

    87.43

    N78°40'15"W

    50.00

    36.00

    PART 2

    68.12

    (1546)

    IB

    81.70

    SIB

    (1546)

    N87°38'20"E

    PART 5

    (1546)

    16.75

    85.82

    46.50

    (1546)

    IB

    IB(1546)

    38.59

    N74°51'3

    0"E

    N68°00'15

    "E

    21.6

    930.53

    N74°48'00"E

    78.90

    IB(1546)

    PART 6, PLAN 51R-33255

    PART 3

    PLAN 51R-33255

    PLAN 51R

    - 361129

    BLOCK 59259

    CONDOMINIUM PLAN 259

    (1546)

    SIB

    (1546) SIB

    (1546)

    (1546)(1546)(1546)

    (1546)SIB

    (1546)

    (1468)

    IBN02°39'45"E50.08

    20.12

    (1546)

    SIB

    N87°32'45"W

    20.53

    N88°00'35"W

    20.11

    N02°48'00"E49.96

    21.0

    5N75°43'40"E

    SIBSIB

    SIB

    (1546)

    19.93

    36.21

    45.00

    OWNER- INVAR

    AREA=1023.90 SQ.M.

    OWNER- TH

    ECORPORATION

    OF TH

    E CITY OF

    BARRIE

    1004.95 SQ.M.

    AREA=

    AREA=3723.12 SQ.M.

    OWNER- INVAR

    AREA=9146.23 SQ.M.

    AREA=2882.99 SQ.M.

    OWNER-816996 ONTA

    RIO INC.

    AREA=

    OWNER-804485

    ONTA

    RIO INC.

    17320.85 SQ.M.

    P.I.N. 58795-

    0276 (LT)

    1648.48 SQ.M.

    OF TH

    E CITY OF

    CORPORATION

    OWNER- TH

    EAREA=

    BARRIE

    CORPORATIONOWNER- THE

    OF THE CITY OF BARRIE

    AREA=673.54 SQ.M.

    PART 3

    51R-28257

    LOT 24 CONCESSION 5

    R=1215.55

    C=N06°07'50"E

    A=55.67

    35.70C=N03°58'30"EA=35.70C=N05°17'20"E91.36A=91.38

    L O T 12

    BRADFORD STREET

    0+2500+1500+050

    V 1 : 100

    DATEDESCRIPTIONREV. NO.

    DATEH 1 : 500

    PROJECT NO.

    SHEET DESCRIPTION

    DRAWN

    RH

    SCALEDRAWING NO.

    Sta. 0+000 to 0+300

    August/ 1999

    92

    90

    94

    96

    1

    98

    100

    102

    104

    106

    108

    110

    CHAINAGE

    ELEVATION

    REF.

    SURVEY INFORMATION

    LEGEND

    HP

    DIRECTION OF DITCH FLOW

    DIRECTION OF NATURAL DRAINAGE

    EXISTING HYDRO / BELL POLE

    BEDROCK OUTCROP

    RIP RAP TREATMENT

    STANDARD IRON BAR

    BENCHMARK

    SEAL

    NOTES

    DA

    TE IS

    SUED

    -

    SIB

    GLENCOE HEIGHTS ROADIN THE TOWNSHIP OF

    GE08-513

    1

    +108.36

    +107.26

    +105.39+102.93+100.96+98.98+95.247+94.43+94.30

    +94.662+95.75

    ORANGE PAINTORANGE PAINT

    0

    5010

    0150

    2002

    50

    84

    86

    88

    82 82

    84

    86

    88

    110

    92

    94

    96

    100

    98

    102

    104

    106

    108

    90

    0+2000+1000+0000+300

    EXISTING

    ELEVATIONROAD C.L.

    GROUNDGROUNDELEVATION

    EXISTING

    ROAD C.L.ELEVATION

    CHAINAGE

    BOREHOLE #1

    ROUND STEEL REFERENCE BAR

    ROUND STEEL REFERENCE BAR

    WETLAND

    WETLAND

    0+3000+2500+0000+1000+2000+0500+150

    ORANGE PAINT MARK

    W.L.

    BENCHMARK TOP OF BAR 100.00 (ASSUMED)

    MUSKOKA LAKES

    1.92%

    PI

    12.8%

    PVI

    SWAMP

    + 1 METRE ROCK FILL OVER EXISTING

    SHALLOW EARTH OVER BEDROCK

    NEW CULVERTS

    EXISTING CULVERT

    TOP ROAD 12.65 M.

    W.L. - 94.1 - 94.2

    EXISTING TOP ROAD 3.0 M.EL.-+94.4

    1.25

    1

    PROPOSED ROAD CROSS SECTION

    EXISTING ROAD BED OFUNKNOWN DEPTH

    PROPOSED FILLINGFOR ROAD BED

    GRAN A & B

    WITH BLASTED ROCK

    GEOGRID

    SWAMP LEVEL

    EL.-95.4

    CONCEPT PLAN

    EXISTING ROAD PROFILE

    NEW ROAD PROFILE

    SCALE 1:25

    1 LIMIT OF SWAMP10/03/08

    TITLE BLOCK

    PDF created with pdfFactory Pro trial version www.pdffactory.com

    EX HP

    EX SIGN EX SIGN

    EX HP

    EX SIGN

    XX

    X

    X

    X

    X

    X X

    SIB

    EX SIGN

    EX SIGN

    EX SIGN

    EX SIGN

    EX CBEX MH

    (A)

    EX TR LIGHT

    EX TR LIGHT

    EX TR LIGHT

    EX TR LIGHT

    EX HW

    EX HW

    EX HW

    EX HYDRO

    EX LS

    EX LS

    EX MH

    EX MH

    SIB

    MH.

    BELL MH.

    65m Section of Sanitary Sewer

    Ex.

    CB

    ABANDONED 600mmØ C.I. WATERMAIN

    Ex. 965x1525mmØ STM.

    Ex. 200mmØ SAN.

    Ex. 200mmØ SAN.

    Ex. MH38

    Ex. MH15

    Ex. 150mmØ SAN. FORCE MAIN

    GA

    SG

    AS

    GA

    SG

    AS

    GA

    SG

    AS

    GA

    SG

    AS

    GA

    SG

    AS

    GA

    SG

    AS

    GA

    SG

    AS

    GA

    SG

    AS

    GA

    SG

    AS

    GA

    SG

    AS

    GA

    SG

    AS

    GA

    SG

    AS

    GA

    SG

    AS

    EX. 250mmØ WATERMAIN

    Ex.

    450mmØ STM.

    Ex. 100mmØ SAN. FORCE MAIN (BAY PORT)

    Ex. 50mmØ SAN. FORCE MAIN (BAY PORT)

    X XX X

    EX. HP

    EX. HP

    S.S.S.S.

    S.S.S.S.

    EX. BELL PED

    S.S.S.S.

    1002FL179.30

    1003FL179.28

    1013179.48

    1014179.24

    EX. V&B

    EX. V&B

    EX. V&B

    EX. TOPSOIL BERM

    Ex. SAN. PUMP STATION

    Ex. MH1

    Ex. MH2Ex. 200mmØ SAN.

    MH 101A

    EX. 250mmØ WATERMAIN10.0m - 300mm%c PVC

    SDR35 SANITARY SEWER @ 4.25%

    180.00m

    EX. 4

    50mm

    Ø CULVE

    RT

    22.1m -250mm SAN.

    SEWER @ 1.18%

    DICB (TYP. 2)

    0+400

    Ex. 200mmØ SAN.

    VINDIN ST. SEWAGE PUMPING STATION No.3. 3048mmØ ITT FLYGT

    FRP PRE-PACKAGED EQUIPMENT. SUPPLIED BY OTHERS, INSTALLED

    BY CONTRACTOR. SEE SPECIFICATIONS FOR SCOPE OF SUPPLY.TOP 180.50m

    GRADE AT STATION 180.00mS INV 173.475m

    E INV F/M 178.00m

    MH 101A

    DICB (TYP. 2)

    Ex. SAN. PUMP STATION

    Ex. 200mmØ SAN.

    ABANDONED 600mmØ C.I. WATERMAIN

    EX. 250mmØ WATERMAIN

    Ex. 965x1525mmØ STM.

    Ex.

    450mmØ STM.

    BELL MH.

    Ex. 200mmØ SAN.

    Ex. 200mmØ SAN.

    Ex. 150mmØ SAN. FORCE MAIN

    Ex. 100mmØ SAN. FORCE MAIN (BAY PORT)

    Ex. 50mmØ SAN. FORCE MAIN (BAY PORT)

    EX. 4

    50mm

    Ø CULVE

    RT

    EX. 250mmØ WATERMAIN

    Ex. MH1

    Ex. MH2

    MH.

    Ex. MH38

    Ex. MH15

    Ex.

    CB

    EX HP

    EX HP

    EX TR LIGHT

    EX TR LIGHT

    EX TR LIGHT

    EX TR LIGHT

    EX TR LIGHT

    EX HW

    EX HW

    EX HW

    EX HYDRO

    EX LS

    EX LS

    EX CULVERT ??

    EX SIGN

    EX SIGN

    EX SIGN

    EX SIGN

    EX SIGN

    EX SIGN

    EX SIGN

    EX CB

    EX MH

    EX MH

    EX MH

    EX. VINDIN FLUME

    WELLFIELD PUMPING

    STATION

    EX. VINDIN FLUME

    WELLFIELD PUMPING

    STATION

    1800mm MANHOLEN. INV. 173.900mS. INV. 176.235mE. INV. 174.000m

    MH125A1800mm MANHOLE

    W. INV. 174.325NE. INV. 174.400S. INV. ±178.500

    MH126A

    (MANHOLE

    BY OTHERS)

    EX. 250mmØ WATERMAIN

    EX. 250mmØ WATERMAIN

    LIMIT OF CONTRACT

    250mm OVERFLOW

    OVERFLOW DETAIL,SEE G5 2

    .5m

    LIMIT OF CONTRACT

    MIN.

    MIN.22m Section

    of Sanitary Sewer

    SEPT 2009DATE

    VINDIN STREET SEWAGE PUMPJOB NO.SCALE DRAWING NO.

    BOREHOLE LOCATION PLAN

    N

    1:500 06BF010 1

    STATIONC O N S U L T I N G E N G I N E E R S

    Borehole 1BH 1LEGEND

    5.186.7

    MIDLAND, ONTARIO

    BH 1

    Elev. 98.75

    Temporary Bench MarkTBMElev. 100.00 Top of Fire Hydrant southof existing Pump Station

    TBMElev. 100.00

    Elev. 98.75

    Wet Well

    Note: Location of Borehole 2 established and staked by The Town of Midland

    BH 2Elev. 98.64

    Elevation 100.00 (metric, assumed)

  •                             

     6221 Highway 7, Unit 16 Vaughan, Ontario     L4H 0K8                                                                  Tel: 905‐856‐0065 Fax: 905‐856‐0025 www.splconsultants.ca                                                                                                                         Email: [email protected] 

    SPL Consultants LimitedGeotechnical ● Environmental ● Materials ● Hydrogeology

    Project:  G‐09.07.014 

    July 30, 2009 

    AECOM Canada Limited 220 Advance Boulevard Brampton, Ontario  L6T 4J5  Attention:    Mr. Brian Sahely, P.Eng.     Project Manager      Charlie Chen, B.A.Sc., EIT     Engineering Designer  Re:  Geotechnical Review of Sewage Pumping Station Shaft   Vindin SPS Upgrade Project, Town of Midland  Dear Sir: 

    1.0  Background & Introduction  

    SPL Consultants Limited (SPL) was retained by AECOM Canada Limited (AECOM) to provide a review of geotechnical aspects of the design and construction of a proposed Sewage Pumping Station (SPS) shaft on Vindin Street in the Town of Midland.  This letter presents a summary of our review and is further to our meeting at your offices on July 23, 2009 in the company of yourselves, Steven Wright, P.Eng. of S.A. Wright Engineering  (independent shoring design engineer) as well as  tele‐conferencing with Mr. Doug Baker and Mr. Sean Berriault of the Town of Midland. 

    We understand  that  the Town of Midland proposes  to  construct a SPS near  the northwest  corner of Vindin Street and Sunnyside Drive.   The pumping station, which has been pre‐purchased by the Town, consist of an approximately 3 m diameter x 8.4 m  long  fibreglass  reinforced plastic encased pumping station which is to be set on a cast‐in‐place reinforced concrete base.   

    The existing ground surface  in the proposed pump station area  is approximately El. 180.0 m while the levelling slab upon which the SPS will be placed lies approximately at El. 171.0 m, i.e. 9 m below existing grade.   

    The  Town of Midland  commissioned  a  geotechnical  investigation by Peto MacCallum  Ltd. which was reported  in Peto’s report reference no.   06BF010 dated June 2009 entitled “Geotechnical Investigation Vindin Street Sewage Pump Station Midland, Ontario.”  This geotechnical review has made on the basis of the geotechnical data provided within the aforementioned Peto MacCallum report. 

       

  • Project:  G‐09.07.014    2 

     6221 Highway 7, Unit 16 Vaughan, Ontario     L4H 0K8                                                                  Tel: 905‐856‐0065 Fax: 905‐856‐0025 www.splconsultants.ca                                                                                                                         Email: [email protected] 

    2.0  Subsurface Conditions 

    Peto MacCallum Borehole Log No. 1 (refer to attached Figure 1) was drilled to a depth of approximately 18.75 m below existing grade, approximately 15 m east of the proposed SPS shaft location. 

    As  shown  in  the  attached  borehole  log  sheet  in  Figure  1,  the  borehole  encountered  the  following stratigraphic sequence: 

    Approximately 2.4 m of loose sand fill containing some organic material in a wet condition;  The  fill overlies an approximately 2 m  thick  layer of  loose sand, some silt also  reported  to be 

    wet, overlying;  Very loose sandy silt also wet which in turn overlies;   An approximately 6 m thick layer of what is reported as being very soft to soft grey silty clay in a 

    saturated condition overlying;   Lower sand aquifer at a depth of 12 m (upper surface of which  lies at approximate El. 86.7 m) 

    described as  compact  silty  sand  trace clay grading  to a  fine medium  sand with  trace  silt with increasing depth.  Insitu shear strength measurement were not taken in the clay. 

    Borehole No. 1 was terminated at a depth of 18.75 m, corresponding to approximate Elevation 80.0 m. 

    Peto  MacCallum  reported  that  upon  completion  of  augering,  groundwater  was  observed  at approximately 0.5 m below grade or at about El. 98.0 m.  No piezometer was installed within BH1. 

    3.0    Geotechnical Interpretation 

    Based on  the Peto  log of Borehole No. 1,  it  is expected  that  the SPS  shaft will penetrate  through an upper  layer  of  loose  sandy  fill,  followed  by  layer  of  native  sand  over  very  loose  wet  silt.    After penetrating  through  the  aforementioned  cohesionless  soils,  the  shaft  will  be  terminated  within  a deposit of very soft to soft silty clay. 

    Although no piezometer was  installed within Borehole No. 1, the data available suggest that the  lower sand  deposit  forms  a  confined  aquifer  in  the  area with  groundwater  heads  roughly  equal  to  or  just below  the  existing  ground  surface  elevation,  i.e.  there  is  approximately  11 m  of  groundwater  head acting at the upper contact of the sand unit. 

    The  soil  profile,  as  described,  is  considered  to  be  very  challenging  as  far  as  shaft  construction  is concerned for the following reasons: 

    We expect  there  is a perched water  table within  the upper deposit of  fill  sand and  silt all of which are in a loose state of packing.  These deposits will be prone to flowing and ravelling if not fully shored; 

    The deposit of clay which is described as very soft to soft, will behave as a squeezing soil during advancement of a shaft and this deposit  is prone to both basal heave due to  inadequate shear 

  • Project:  G‐09.07.014    3 

     6221 Highway 7, Unit 16 Vaughan, Ontario     L4H 0K8                                                                  Tel: 905‐856‐0065 Fax: 905‐856‐0025 www.splconsultants.ca                                                                                                                         Email: [email protected] 

    strength  as  well  as  basal  heave  resulting  from  groundwater  pressure  in  the  sandy  aquifer underlying the clay; 

    Upward groundwater seepage into the shaft base from the lower sandy aquifer may or may not also be an issue depending on the depth to which the shaft excavation is taken and whether or not basal heave of the clay occurs during construction. 

    Thus the requirements for shaft construction are to:  employ a shoring system capable of retaining the cohesionless  upper  flowing  soils  found  within  the  top  6  m;  preventing  squeezing  conditions  from occurring while penetrating  through  the  soft clay deposits; prevention of basal heave  in  the clay and maintaining/constructing a base plug within the shaft to prevent boiling and upwelling of sand from the lower aquifer. 

    The SPS will have  to be designed against buoyancy and  this can be done either using dead weight by combining the concrete base plug into the base support for the SPS structure or connecting the SPS base into the shoring walls and leaving the shoring in place permanently. 

    4.0   Alternatives for Shaft Construction 

    Several alternatives for constructing the SPS shaft to mitigate ground movement and basal heave were discussed during our July 23rd meeting.  These options included the following: 

    Option  1A  – Use  of Driven  Steel  Interlocking  Sheet  Piles  in  a  square  configuration,  Toe  Sheeting  into Lower Confining Layer 

    In order  for  this option  to be successful  to prevent basal heave  in  the clay and upwelling of  the sand aquifer,  the  toes of  the  sheet piles need  to be  extended  into  a  lower,  impervious  stratum  and  such stratum has not been  identified  in  the available borehole.   We have recommended  that an additional deeper  borehole  be  advanced  in  order  to  determine  if  such  a  clay  cut‐off  can  be  found  within  a reasonable  depth.    (We  have  submitted  Terms  of  Reference  for  this  borehole  via  email  to  you  last week.)    Since  the aquifer  is a  confined aquifer, driving  the  sheet piles deeper without  the benefit of sealing  into a  clay aquitard at depth will not have any mitigating effect on  the groundwater  seepage pressures since the length of the flow path will not be shortened.   

    At  least 3 waler  levels will be needed  to  support  the  sheet piling, however,  this will  to  some extent depend on this steel section selected.  Additional comments regarding water installation and sequencing are given in other sections of this letter. 

    Option 1B – Driven Steel Interlocking Sheet Piling Combined with Aquifer Depressurization 

    Assuming  that  a deep  impervious  soil deposit  into which  the piles  can be  sealed does not exist  at  a practical depth, we discussed  the use of dewatering measures  to depressurize  the  lower sand aquifer which would allow  the use of a more conventional  length of sheet pile,  i.e. approximately 50  to 60  ft sheets.   This method will be effective  in preventing basal heave of the clay and upwelling of the sand 

  • Project:  G‐09.07.014    4 

     6221 Highway 7, Unit 16 Vaughan, Ontario     L4H 0K8                                                                  Tel: 905‐856‐0065 Fax: 905‐856‐0025 www.splconsultants.ca                                                                                                                         Email: [email protected] 

    provided  that  the  aquifer  can  be  depressurized  such  that  the  groundwater  table  is  lowered  and maintained at say, 1 m below the top of the sand deposit, i.e. to about El. 85.5 m or thereabouts until a base plug can be constructed and the factor of safety against buoyancy of the SPS is satisfied.      

    The  success  of  using  one  or more  deep  wells  as  a means  of  depressurization  will  depend  on  the coarseness of aquifer.   Assuming  that  the aquifer becomes coarser and has higher  transmissivity with greater depth,  then deep wells will be  the most effective means of depressurization  from a cost and performance standpoint.   If a coarser sand deposit is not found at greater depth, then a ring of closely spaced  ejectors  (eductors)  will  be  required  in  order  to  depressurize  the  aquifer.    Both  systems  of dewatering will require obtaining a Ministry of Environment Permit to Take Water (PTTW).  Realistically, the PTTW application process, along with installing and pump testing a test well (required to support the application) will take approximately 3 to 4 months to obtain.   The test well could be used as the deep depressurization well during construction, but it might need to be supplemented by additional wells. 

    Please note that even with the use of aquifer depressurization, there will still be groundwater seepage into  the  sheet  piled  shaft  excavation  which  will  need  to  be  handled  by  filtered  base  sumps  and appropriately  sized pumps.   The discharge would have  to be  clarified  (in  a  frac  tank or  silt bag)  and release of this water may require a permit. 

    Option 1C – Construction of a  Grouted Base Plug within the Interlocking Steel Sheeting Piling 

    This method  involves  the  conventional  installation  of  driven  steel  interlocking  sheet  piling within  a square or  ring  configuration which  is  then  followed by  installation of  a  jet  grouted base  plug  at  the proposed  founding elevation  for  the SPS.   The  thickness of  the grouted base plug  required below  the proposed founding elevation within the shaft will depend whether this base plug will serve as buoyancy resistance as well as the adhesion developed between the steel sheet piles and the soil‐crete.   The  jet grouting process  is  a  fairly  conventional means of  insitu  soil mixing whereby  a neat  cement  slurry  is introduced  at  extremely high pressure  into  the  subsoils.    The process  is  started by means of drilling down to the target depth of the base plug and then as the drilling rods are withdrawn from the borehole it  is rotated and the high pressure cement‐water slurry  is  intermixed with the soils (which  in this case will be both sand and clay) to create so‐called soil‐crete.   

    The base plug is formed by drilling multiple grouting holes forming overlapping columns which together form a relatively uniform plug.  Assuming that the jet grouting is executed properly, a good seal can be achieved and good bonding with the steel sheet pile pans and the sheet pile interlocks will result.  The base plug can be constructed such that it is thick enough to be stable on its own or alternatively it can be tied down using post‐tensioned soil anchors.   

    The primary disadvantage of  the  jet grout base plug method  is  the cost.   We have  received a budget quotation  from an Ontario based contractor who  indicates  that  the cost  to perform  the base plug  jet grouting work will be between $250,000 and $300,000.  (Sheet piling is extra.) 

  • Project:  G‐09.07.014    5 

     6221 Highway 7, Unit 16 Vaughan, Ontario     L4H 0K8                                                                  Tel: 905‐856‐0065 Fax: 905‐856‐0025 www.splconsultants.ca                                                                                                                         Email: [email protected] 

    We utilized this method on a project with AECOM (KMK) for a pumping station wet well in Georgina in very similar geological terrain in order to suppress an artesian aquifer with good success.   

    Option 1D – Install Tremie Concrete Plug within Confines of a Interlocking Steel Sheet Pile Coffer Dam 

    This method  is similar  to  that described  in Option 1C except  that  the base plug  is  formed using  tremi concrete; however, this method requires that a lower level waler be installed prior to excavating for the base plug construction.    In contrast,  the  jet grouted base plug method does not  require  the use of a lower  level wale  since  the  soil‐crete  plug  forms  a  stiff  diaphragm.    This  is  an  important  distinction.  Furthermore,  the  use  of  a  tremi  concrete  and  sub‐aqueous  excavation  methods  are  highly  skilled construction activities which can only be performed by experienced marine contractors.  It may also be necessary to utilize divers  to confirm that the excavation has been taken  to the appropriate  level and that  the  faces of  the sheeting piling are cleaned of any  residual clay  that may be stuck onto sheeting which will otherwise compromise the seal of the base plug.    

    In order to preserve basal stability and to prevent heaving of the clay base, at such time as the excavation depth reaches 5m below grade, the shaft will have to be filled with water and subsequent excavation and shoring installation work will have to be performed in‐the‐wet.  Unwatering of the shaft can then only take place once the tremi concrete basal plug is cast and hydrated, as approved by the Engineer.  This likely means that the lowest level waler will need to be installed and secured under water. 

    As previously mentioned,  the sheet piling will have  to be braced using a number of waler  levels.   The number of waler  levels will depend on  the section modulus of  the sheet piling utilized but we expect that at  least 3  levels of wales will be required to construct this shaft.    If a tremi concrete base plug  is utilized then the wales will have to be incrementally lowered down into the cofferdams on chains, i.e. as pre‐fabricated  frames.    These  frames  are  sequentially