Loading...
HomeMy WebLinkAbout2006-142 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-lAW 2006- 142 Being a By-law to authorize a contract between the Corporation of the Municipality of Clarington and Hard-Co Construction Ltd, Whitby, Ontario, to enter into agreement for the Baldwin Street and Church Street Reconstruction, Newcastle, Ontario. THE CORPORATION OF THE MUNICIPALITY OF ClARINGTON HEREBY ENACTS AS FOllOWS: 1 . THAT the Mayor and Clerk are hereby authorized to execute, on behalf of the Corporation of the Municipality of Clarington and seal with the Corporation Seal, a contract between, Hard-Co Construction Ltd, Whitby, Ontario, and said Corporation; and 2. THAT the contract attached hereto as Schedule "A" form part of this By-law. By-law read a first and second time this 26th day of June, 2006. By-law read a third time and finally passed this 26th day of June, 2006. - I I I I I I I I I I I I I I I I I I I CORPORATION OF THE MUNICIPALITY OF CLARINGTON BALDWIN STREET AND CHURCH STREET RECONSTRUCTION SANITARY SEWER AND W ATERMAIN CONSTRUCTION, NEWCASTLE CONTRACT NO. CL2006-13 MAY 2006 ~~ architects planners TSH No. 12-29480, 12-29566, 12-29567 I I I I I I I I I I I I I I I I I I I AGREEMENT THIS AGREEMENT made in quadruplicate BETWEEN: HARD-CO CONSTRUCTION LTD. of the Regional Municipality of Durham and Province of Ontario hereinafter called the "Contractor" THE PARTY OF THE FIRST PART - and- the CORPORATION OF THE MUNICIPALITY OF CLARlNGTON hereinafter called the "Purchaser" THE PARTY OF THE SECOND PART WITNESSETH, that the party of the first part, for and in consideration of the payment or payments specified in the tender for this work hereby agrees to furnish all necessary machinery, tools, equipment, supplies, labour, and other means of construction and, to the satisfaction of the Engineer, to do all the work as described hereafter, furnish all the materials except as herein otherwise specified, and to complete such works in strict accordance with the plans, specifications and tender therefore, all of 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 herein. Page lof3 I I DESCRIPTION OF THE WORK AND LIST OF DOCUMENTS Municipality of Clarington Contract No. CL2006-13, Baldwin Street & Church Street Reconstruction, Sanitary I Sewer & Watenmain Construction, Newcastle. ADDENDUM NO. I - dated May 31,2006 I A. TENDER FORM: General Pages I and 2 Itemized Bid Pages 3 to 14 I Bonda Schedule of Tender Data Page 16 B. STANDARD TERMS AND CONDITIONS Pages I to 9 I C. SCHEDULE'C'-CONTRACTORSAFETY D. INSTRUCTIONS TO TENDERERS Pages I to 5 E. SPECIAL PROVISIONS - GENERAL Pages I to IS I F. SPECIAL PROVISIONS - TENDER ITEMS Pages I to 29 G. STANDARDS H. PLANS: Drawings No. 1- 12, C-04-SW-345 to 347, C-04-S-364, C-06-SW-403 to 408 L STANDARD SPECIFICATIONS: It shall be the Contractor's responsibility to obtain the applicable I edition of the following Ontario Provincial Standard Specifications, Region of Durham Standard Specifications revised May 2005 and Municipality of Clarington Design Guidelines and Standard Specifications - 2004. I OPSS No. Date OPSS No. Date OPSS No. Date OPSS No. Date 127 Current 351 Nov. 2005 410 April 1999 532 June 1991 I 128 Current 353 Seot t 996 501 Nov. 2005 538 Nov. 2005 201 Nov. 2003 355 Sept. 1996 506 Nov. 2005 570 Aug. 1990 206 Nov. 2000 405 Nov. 2005 507 Nov. 2005 571 Nov. 2001 I 310 Nov. 2004 407 Nov. 2004 510 Nov. 2005 577 Feb. 1996 314 Nov. 2004 408 Nov. 2004 511 Nov. 2004 J. GEOTECHNICAL INVESTIGATION I K. GENERAL CONDITIONS: OPS General Conditions of Contract (September 1999) All plans and documents referred to in the Specifications. I The Contractor further agrees that he will deliver the whole of the works completed in I accordance with this agreement on or before September 29, 2007. I IN CONSIDERATION WHEREOF said party of the second part agrees to pay to the Contractor for all work done, the unit prices on the Tender. I This agreement shall enure 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 Purchaser. I I Page 2 of3 I I I I I I I I I I I I I I I I I I I I IN WITNESS WHEREOF, the Contractor and the Purchaser have hereunto signed their names and set their seals on the day first above written. SIGNED and sealed by the Contractor: HARD-CO CONSTRUCTION L TD o in the presence of ) ) ) ) ) ) ) ) ) ) ) O(}'t . Date Date SIGNED and sealed by the Purchaser: CORPORATION OF THE MUNICIPALITY OF CLARlNGTON in the presence of P/2948Q/Specsi29480AGR-doc ) ) ) ) ) Date ) ) ) ) ) ) , '? / ~Y):JJ c. Anne Gr~entr;'. Deputy Clerk ~ '--'5 v"'v-: ::2;?;:~i6~:.b '. - Date , Page 3 of3 I I I I I I I I I I I I I I I I I I I MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2006-13 TEST PITS Contractors are advised that four test pits will be excavated on Friday, May 26, 2006, conunencing at 9:30 a.m. Excavation shall conunence at the south end of Church Street. All prospective bidders are obligated to attend. P1294801SpecslTestPilNotice I I I I I I I I I I I I I I I I I I I CONTRACT NO. CL2006-13 MUNICIPALITY OF CLARINGTON Page I of 4 BALDWIN STREET AND CHURCH STREET RECONSTRUCTION SANITARY SEWER AND W ATERMAIN CONSTRUCTION, NEWCASTLE ADDENDUM NO.1 Contractors are hereby advised of the following modifications to Contract No. CL2006-13 1. ITEMIZED BID Part 'A' - Roadworks and Storm Sewers Item No. A4 Item No. AS Item No. A6 ItemNo.A7 Item No. A13 Items No. A13 - No. Al7 Item No. A20 Item No. A26 Item No. A43 Add Item: revise quantity to revise quantity to revise quantity to revise quantity to revise quantity to 850 1,500 5,500 9,000 192 revise "Granular" backfill to "Native" backfill revise quantity to revise quantity to add Total Amount of 138 6 $10,000.00 Item No. Spec. No. Description Unit Quantity Unit Price Total A46 510 Provisional Item m' 500 SP Removal of Concrete Road Base Part 'B' - Sanitary Sewer and Appurtenances Itern No. 2.02.17 Items No. 2.03.01 and 2.03.03 Itern No. 2.40.02 Revise quantity to 2,000 Pipe shall be DR28 Add "SP" under Spec. No. Revise quantity to 15,000 Part 'C' - Watermain and Appurtenances Item No. 3.01.06 Item No. 3.03.04 revise quantity to 417.5 unit is "ea" I I I I I CONTRACT NO. CL2006-13 MUNICIPALITY OF CLARINGTON Page 2 of 4 ADDENDUM NO.1 (Cont'd.) Add Item: Item No. 3.03.43 Spec. No. RMDSS SP Description Extra over Valve and Box (Item No. 3.03.02) - Cut-in Valve Unit Quantity Unit Price Total ea I 2. SPECIALPROVI~ONS-GENERAL I Page 7. Clause No. 17. Engineering Field Office I The following sentence shall be added: With the office the Contractor shall provide fax facilities for the use of the Contract Administrator. The I fax machine must be capable of handling letter and legal size documents. For the purposes of this Tender, the Contractor shall allow a monthly cost of $100.00 for fax use. 3. SPECIAL PROVISIONS - TENDER ITEMS I Part' A' - Roadworks and Storm Sewers I Page 2: Hot Mix H.L.-3 and HL.-8 - Items No. A4 and AS Add the following sentences: I No. surface asphalt shall be placed on Church Street or Baldwin Street under this Contract. I The Contractor will be responsible for providing three (3) samples for Quality Assurance (QA) at random locations throughout the site. At each location the Contractor shall take: I I. A sample for QA 2. A referee sample to be kept and stored by the Contract Administrator 3. A QC sample to be retained and tested by the Contractor I OPS 310 is amended in that compaction testing for this project will be undertaken with a nuclear testing device. Core sampling will only be undertaken if there is a need to confirm nuclear testing results outside of specifications. I A pre-pave site meeting will be conducted to review testing procedures with the Contractor, the paving Sub-Contractor, the Contract Administrator and the Geotechnical Sub-Consultant for the project. I Page 5: Storm Sewers and Storm Laterals-Items No. A13-A16 and AI8 I Remove the reference to Item No. A39 in paragraph 4 and replace it with A40. I TIll I I, I I I I I I I I I I I I I I I I I I CONTRACT NO. CL2006-I3 MUNICIPALITY OF CLARlNGTON Page 3 of 4 ADDENDUM NO.1 (Cont'd.) Page 14: Add the following Special Provision: Removal of Concrete Road Base (provisional) - Item No. A46 Payment shall be made under this Item for the removal of concrete road base in North Street where encountered in trenching operations. The unit price bid shall include for sawcutting. The unit price bid shall include for disposal of rubble off the site of the works at a location arranged for by the Contractor. Part 'B' - Sanitary Sewer and Appurtenances Page 15: Pipe (not inclnding restoration) - Items No. 201.01A - 2.01.40B Add the following sentence: under "Include": .10 Backfilling between trench box and trench walls with a granular material. Page 17: Support Systems Left in Place (Provisional) - Item No. 2.02.17 Delete the first paragraph commencing "The Contractor is . . ." Part 'c' - Watermains and Appurtenances Page 21: Pipe (NOT INCLUDING RESTORATION) - Items No. 3.01.02, 3.01.04 and 3.01.06 Add the following sentence under 'Note'. .7 The 200 mm dia. and 400 mm dia. watermains between Robert Street and the 40 I cannot be shut down at the same time. The Region shall approve timing of any shut down of watermains in this area. Page 22: Cut in Valve - Items No. 3.03.43 and 3.03.50 Revised section .2 to read: Removal and disposal of existing ductile iron and asbestos cement watermain. 4. DRAWINGS . Changes to Drawings No. C-04-SW.345 and C-06-SW -406 are shown on the attached partial reproductions of these drawings. Drawing No. C-04-SW-345 - 2 parts Drawing No. C-06-SW -406 - 2 parts till I I I I I I CONTRACT NO. CL2006-13 MUNICIPALITY OF CLARlNGTON Page 4 of 4 ADDENDUM NO. I (Cont'd.) . Minor changes to Drawings No.2 and 6 have not been produced. These changes are reflected in the revised quantities for Items No. A 13 and A20. . Drawing No. C-06-SW-407 The following revisions apply to the "Proposed Sewer Structure Data" table. Structure No. 41 Structure Type C-l02 (1800) Grate Type C-I13 42 C-IOI C-I13 43 C-I04 unchanged I 44 C-l04 unchanged I All tenders must be submitted on the basis of these modifications. This Addendum shall remain attached to and form part of all tenders submitted. I TSH Engineers Architects Planners I 513 Division Street Cobourg, Ontario K9A 5G6 May 31, 2006 P129480/Specs129480-ADDI I I I I f I I I TIll I I I I I I I I I I I , I I I I I I I I ;; ...- ~ 111 "'0 ~ - ID_ ~ d 0 00 z ~8 8 88 B~ l!;~ ~ 10 ~I ..'" ~~o ~~ ~ '" "'''' ~15 ... ",t:! ~ :>% !~ ~ 0... 0'" :E 0 z!!; ~iS ! ~ '" 05 ... z ~... %0 ... 0 Z '" ...~ N in ~ ~ iii ~ fl 3i5 '" '" a oz e55"'~ z ~ c: ",- ~ lL - ~~ ;:05 z ~ ~ 0 :>..._!Il '" ~ ~ ~ z fl "'01') ~1Il~m 0 !!!5l;)~g) :I' ;: i= Nr-lO (1)- 01- a a ~z iHl:g :g ~~3~g III :> ~~... ~ :> ~ fl ....'" III "'~~o~ '" !!! z 008 ~ "''''''' 5_Zi= :Z :Z ... 1Il5~;~ a:: a:: ~ 0 ~ 8 l!; ~ ~8~~l!; ~... ~ 1~3z~ ~ ~~ ~Iffi f~~ ... =- ......, 0 ~~~ "'~ll! .- ~ z ~ :> ~ 8 0~2"'''' ::IE 0:> ~~ IS 0 !!1 ... :::> z 10.. t; 0 ... z '" ... t') ...... ~ I ico ~o ~o aN ---I o ~ '" I') III I ~ ~ !] I i .... <I: 0 o I o N 0 co co ..... 01 01 co co co ~- ----. - LL _. h_ -l-,~ I "- 9'6, +1 ..-.---. ---".. -~- - " '. -"" . 1 , : ~ . 1 ! O'L 1+\ 2 pU~ !~ II , ; : I~ t' ~l+l -;;..: -~ ;,;; II , NV~ dO d : .1 "I S'6 ,-:;- 1+1 v- I I I I"'fl1! wu ~ W UOOZ I I I : , .,+, , ~. H. + ~ ---, \ _!_ I I ~3 I1CI3l ~ -- rJ -~~ w" Innn W """~ UG- H" .-s I I I ~ S'g _L! I 1+1 ----- ---.- ------ - Wn. .n ~~ ----- u___ n___ -j--I - t --- f"!::":' -j; ; x x U woo ~ - ... I I I I n'" I I C'. 11+1 09 n' . I I I 2-<Vl I ,{' Il3j1A'I^ ~ >~ \ ~ ~ I !/ A'U! lUO W 1001> N--' g::f:i~ ; <(Jill 3'" 1 I.J ^ ] wQl Z ~~ 0 1 n I I 3111 'I<l ~:.: ~~ I I I 1 -- I I /; N ."~ '1M 10 A :ill: 1<5 Iji I I 'I I..: R ~ I I I I I Cl lJ NNC I I 1 I I I I .....1 ~^'- , ., ....!"~,, I I I I I II! I1J~ .0130 ]~3f' I I I I I I , I I T I I I I I I I I 1 I I , 1 I I I I I I I ...~zi'loo o -zz ...."'''' l!im~~~ ....~Cl........ ~ ~ z ~ ~ J: Q .... II> ~ ~ ~ 1 o 01') .;:1 0", 0+ ;t", o z '" II> X .... 00 zz "'''''''I')-'''~''''''I') (1)(1)""""" CliCIDU)""""C) x x"': oioi oi oio"':Gi ........CDIDCOtDlDIDCDCD ut;ut;;out;;t::lut;~~ut;ut; ,oiaiaior'Giai"':oiGioi CIDIDIDCDCDCDIDGOCDIDG) .., ill '" + '" '" '" ~oCDmO~d""~~~c)G~.IDCD""~~GO o~~~~&8~~~~~~~~~~~~g~~ +_o__~+_omo__m_o__o___ 0+++++0+++++++++++++++ _____m___G___m________ ?i ?i ?i Iii Iii Iii ~iS~""~~~ ~~~i~~~ ~ ~ ~ ~!l! '" '" '" "'~> III Iii Iii Iii ~ ~ ~ H! I!' I!' I!' I!'~ E E E EE E E E EE ~ ~ ~ ~~ z o ~ ;;; o fl Q >< ~ <( ID 0 otrl+l V.iS 0... ~ ?i?i Iii Iii ........ 1515 l!ll!l~ 0:0:-< !l! > ~ I~ l1 ::)~ E CD.... E E~ ~ S~ o :1:- ?i Iii .... 15 l!l 0: ?i Iii ~.... Io!:>~lll ~~o:o E 50 ~ E EZ i!i ... E ~1Il00", ~ 8 ",i5i5o !li:x", _CDID:;! ~g" x::~gl!l !l!x~ ~EEE~ ~g~ ~~~~~ ....~ ~:> Eel ~~ X~ ~x xE ~S ~ ~ ,., ,., ;b ;b III III I I ~ ~ 00 66 Cl Cl Z Z ~ ~ < < It: It: o 0 ~ ~ It: It: ~ ~ l&J l&J It: It: III III ~ ~ 00 'zZ Z It: :( ~ ~ l&J It: III ~ Z ~ ~ _ N o - .... o - I"") ....... I (!) o o N --.J o ~ I') I ~ I .... o I o z EE~ ~Ef5 ....0.... -0-0( ."'~ ll. a"'" ' ... a::O~ 0 0.. >:! ~ a: ~ "- 00 E::O: o ~ .......N X><ZIl.~ ~!:t ~~ t 9K-MS-i'O-O ON ~Nl'AVijQ 01 ~ >-'" ..~ D a:$ll. <cWQl.&..a. ....(/Ja::O zoQ. ll.: <w4 Ul Ul "l lUll. UlO ::>lY 5 . I I I I I I I 1 I I I I I I I I I I I ~ ---nATA TOP OF MARK DESCRIPTION CHAlNAGE WAlERlWN ElEVATION 8 200mm lRANSlTION COUPlER KIlG AVE. W. 5+008.0 EXISTING D 400mm FIElD a.OSURE KING AVE. W. 4+997.9 EXlSllNG F 200mm GATE VALVE &, KING AVE. W. 5+005.1 92.39 H 400mm BUTTERflY VALVE 3+384.6 92.51 4+026.7 92.18 &, KING AVE. W. 5+002.0 92.25 I HYDRANT ASSEN8I.. Y 4+036.9 92.13 &, J HYDRANT REIolOVAL 4+036.9 K 200mm 11' 15' BEND 5+007.0 EXISTING &, 0 400mm 11' 15 BEND 3+387.9 92.47 4+025.6 92.18 &, KING AVE. W. 5+001.4 92.25 V 400 X 400 X 200mm FlANGED lEE 3+391.8 92.39 &, W 400 X 400 X 400mm TEE 4+018.9 92.25 AC VER11CAl DEFlECTION 3+385.5 92.51 4+020.8 92.21 4+050.7 92.06 400mm WA lERMAlN SERVICE LOCA nON Ho. STATION SIZE No. 118 4+031.5 Rt. 19mm 20 4+048.5 Lt. 19mm 4/26 4+062.7 Lt. 19mm 58 4+097.4 Lt. 19mm 37 4+100.9 Rt. 19mm 68 4+106.3 Lt. 19mm 45 4+106.5 Rt. 25mm < (BUILOING AT BACK OF LOT) 45 4+117.7 RI. 19mm ALL WATER SERVICE CONNECTIONS TO CPP WA TERMAINS SHALL BE FACTORY INSTALLED DURING PIPE F ABRICA TION WITH CORPORATION TAPERED THREADS (C. T. T.) OUTLETS. PROPOSEO SANITARY LEGENO S1RUClURE STA1IQOI ~T TO s~ ~,~~ ~ No. GRAlE VA . 3+383.0 0.25 Rt. 701.012 94.280 401.010 10 4+065.0 0.00 701.011 93-66 401.010 GENERAL NOTES: 1. WATERMAlN NOTES REFER TO DRAWING C-04-SW-346 2. SAN SEWER NOTES REFER TO DRAWING C-04-SW-347 h-.. 05/31/08 P.M. REVISED 400mm WATERt.WN HORZ. AlJGNMENT 1 011/1'/08 P.M. ISSUED FOR lENDER NO. DATE ....E REVISIONS ORA1MNG NUMBER CONTRACT NUMBER SHEET NUM8ER C-06-SW-406 CL2006-1 3 8 OF 10 v " - .----=~_=__-__~~_,____=__""==O"'C--~--___ __________.__~-- ___ "T. .":I.:1U.VVL "....'" /",\VLI,V,,- "L I I I I I I I 1 I I I I I I I I I I I " is u " .. E E m 18V.C.& IN N o ~ & !5! ~I ~ING VEN ~ :;:; til" ~ r. 'I: '" wl! ~It: 4_JIQ + ~r;; ~ ~ ..,01:-'> _~'q 'g ~I~ - 2 a:: 0 E ....I~ .n E Q. r--EV>~lv~g '" :r :- 1/ ,/ ./ /./ pr VI I i I /' ~ L", IlASl~ _Pl II 1 I I I I I ~v PR( P GRIE.l!S:PR 3+396.797 BAlDWIN STREET 5+000.000 KING AVENUE WE T NO 14 , , . , , ~ GRDR , VALVE D 675 mm -- . " .:~~~~.~~~7Et>~~~. ~~~ NO 118 . , . i 2.< , . . . , , , REM BREAK IN AND CONNECT PROPOSED 200mm SAN. AND RE-BENCH. EX. E. 90.69 EX. E. DROP 90.02 S. W. 89.89 PROPOSED 18.1m OF 200mrr PVC OR-35 0 1.00% ClASS P BEDDING z .. "'" ~ " ..z .. E'" E E oE o NO ,:!! && NOR' & E W ST ~I _~o ....~ u z Ecow W ':;. W - ..,. 0 ~ 5 ~ ;:: ;:: lii ~ > < I~ 1;< > >- -' - r ~ ( "'! g.... ~ ~ .... XEz o~ 0 J+~ Xv> ~I~ a '" ~ V> ;;..... -< , >- ::> ':;; .. '" o :: ( E o o ~ E z Ie '" I~ ~ '" r< :I: ..------v : 1",- V/ / ,f": ---- -- -- - .... NO 8 I I /1~~PlP(('/ I I .. _! " -- - u -- - I.L... .1'--. ; I , , , - J'-' I I ! I I I I I Ii--- - ~ I- DRAWING frtt.WBER CONTRACT ......BER SHEET NUMBER C-06-SW-406 CL2006-13 8 OF 10 I I I I I I I , I I I I I I I I I I I PROJECT: AUTHORITY: CONTRACT ADMINISTRATOR: TENDERER: TENDERS RECEIVED BY: P1294801Specsl21513_ TF-Signing.doc TENDER FOR CONTRACT NO. CL2006-13 BALDWIN STREET & CHURCH STREET RECONSTRUCTION SANITARY SEWER & WATERMAIN CONSTRUCTION, NEWCASTLE CORPORATION OF THE MUNICIPALITY OF CLARINGTON TOTTEN SIMS HUBICKI ASSOCIATES ENGINEERS, ARCHITECTS and PLANNERS 513 DNISION STREET COBOURG, ONTARIO. K9A 5G6 Telephone: 905-372-2121 Fax: 905-372-3621 HARD-CO CONSTRUCTION LTD. Name 1750 Harbour Street Whitbv. Ontario. UN 9G6 Address (include Postal Code) 905-668-200 I Telephone and Fax Numbers 905-668-3584 Barry Harding Name of Person Signing President Position of Person Signing Ms. Patti Barrie, Clerk Corporation of the Municipality of Clarington 40 Temperance Street Bowrnanville, Ontario UC 3A6 Page I of 16 pages I I I I I I I I I I I I I I J I I I I TENDER CONTRACT NO. CL2006-I3 To: The Mayor and Members of Council Corporation of the Municipality of Clarington Re: Contract No. CL2006-13 Baldwin Street and Church Street Reconstruction Sanitary Sewer and Watermain, Newcastle Dear Mayor and Members of Council: The Contractor has carefully examined the Plans, Provisions, Specifications and Conditions described herein as part of the work to be done under this Contract The Contractor understands and accepts the said Plans, Provisions, Specifications and Conditions, and, for the prices set forth in this Tender, hereby offers to furnish all machinery, tools, apparatus and other means of construction, furnish all materials, except as otherwise specified in the Contract, and to complete the work in strict accordance with the said Plans, Provisions, Specifications and Conditions. The Contractor understands and accepts that the quantities shown are approximate only, and are subject to increase, decrease, or deletion entirely if found not to be required. Attached to this tender is a bid deposit in the amount specified in Clause 3 of the Instructions to Tenderers, made payable to the Authority. This cheque or bid bond shall constitute a deposit which shall be forfeited to the Authority if the successful Contractor fails to file with the Authority a 100% Perfonnance Bond, and a 100% Labour and Material Payment Bond, satisfactory to the Authority within ten (10) calendar days from the date of receipt of Notice of Acceptance of the Tender. Notification of acceptance may be given and delivery of the form of Agreement made by prepaid post, addressed to the Contractor at the address contained in this Tender. Page 2 of 16 pages I I I I I I I I I I I I I I , I I I I ITEMIZED BID CONTRACT NO. CL2006-13 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2006-13 for the following unit prices. Spec. No. SP (P) RMDSS MOC The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications Refers to Special Provisions Plan Quantity Payment Item Remonal Municipality of Durham Standard Specifications Municipality of Clarington Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total PART 'A': ROADWORKS AND STORM SEWERS Al 201 Site Preparation LS 3,000.00 SP A2 201 Clearing and Grubbing LS 3,000.00 SP, MOC A3 206 Earth Excavation (Grading) m3 6,490 20.00 129,800.00 SP, MOC (P) A4 310 Hot Mix H.L.-3 t 850 80.00 68,000.00 SP,MOC AS 310 Hot Mix H.L.-8 t 1,500 80.00 120,000.00 SP,MOC A6 314 Granular 'A' t 5,500 17.00 93,500.00 SP,MOC A7 314 Granular 'B', Type I t 9,000 11.00 99,000.00 SP, MOC A8 351 Concrete in Sidewalk 2 834 51.00 42,534.00 m SP,MOC A9 355 Interlocking brick Pavers SP, MOC a) Brick Pavers 2 35 118.00 4,130.00 m b) Re-lay Salvaged Brick Pavers 2 81 135.00 10,935.00 m AlO 353 Concrete Curb and Gutter (All m 1,663 46.00 76,498.00 SP, MOC Types) All SP, MOC Precast Concrete Curbs ea 53 45.00 2,385.00 AI2 405 100 mm Dia. Perforated Corrugated m 1,412 8.00 11,296.00 SP, MOC Plastic Pipe Subdrains with Geotextile A13 410 200 mm Dia. PVC DR35 Storm m 192 180.00 34,560.00 SP, MOC Sewer, Incl. Excavation, Embedment and Native Backfill Al4 410 250 mm Dia PVC DR35 Storm m 3 235.00 705.00 SP, MOC Sewer, Incl. Excavation, Embedment and Native Backfill Page 3 of 16 pages I I I I I I I I I I I I I I I I I I I ITEMIZED BID CONTRACT NO. CL2006-13 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2006-13 for the following unit prices. Soec. No. SP (PI RMDSS MOC The numbers in this colunm refer to the applicable issue of the Ontario Provincial Standard Specifications Refers to Special Provisions Plan Quantity Payment Item Regional Municipality of Durham Standard Specifications Municipality ofClarington Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total AI5 410 300 mm Dia. CP Storm Sewer, Class m 160 188.00 30,080.00 SP, MOC 3, incL Excavation, Class 'B' Bedding and Native Backfill Al6 410 375 mm Dia. CP Storm Sewer, Class m 224 200.00 44,800.00 SP, MOC 50-D, incL Excavation, Class 'B' Bedding and Native Backfill. Al7 410 450 mm Dia. CP Storm Sewer, Class m 188 200.00 37,600.00 SP, MOC 50-D, incl. Excavation, Class 'B' Bedding and Native Backfill. AI8 41Q,421 300 mm Dia. CSP Culvert m 19 130.00 2,470.00 SP AI9 410,421 900 mm Dia. CSP Culvert m 25 300.00 7,500.00 SP A20 410 150 mm Dia. PVC DR 28 Storm m 138 177.00 24,426.00 SP, MOC Sewer Connections ine!. Excavation, Embedment and Granular Backfill. A2l SP Cleanouts ea 2 200.00 400.00 RMDSS A22 407 600 mm x 600 mm Precast ea 3 1,700.00 5,100.00 SP, MOC Catchbasin (C-I04, C-114) A23 407 600 mm x 600 mm Precast ea 21 1,760.00 36,960.00 SP, MOC Catchbasin (C-104, 400.010) A24 407 600 mm x 600 mm Precast Twin ea I 2,580.00 2,580.00 SP, MOC Inlet Catchbasin (C-105) A25 407 1200 mm Dia. Precast Maintenance ea 13 3,200.00 41,600.00 SP, MOC Hole (C-10l) A26 SP Lawn Drains ea 6 550.00 3,300.00 A27 408 Adjusting Catchbasins and ea 2 350.00 700.00 SP Maintenance Holes A28 501 Water for Compaction and Dust m3 690 7.00 4,830.00 Suppression A29 506 Calcium Chloride Flake kg 6,500 1.20 7,800.00 Page 4 of 16 pages I I I I I I I I I I I I I I I I I I I ITEMIZED BID CONTRACT NO. CL2006-I3 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2oo6-13 for the following unit prices. Spec. No. SP (Pl RMDSS MOC The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications Refers to Special Provisions Plan Quantity Payment Item Regional Municipalitv of Durham Standard Specifications Municipality of Clarington Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total A30 SP Sawcutting m 492 6.00 2,952.00 A31 510 Removal of Sidewalk m2 364 7.00 2,548.00 SP A32 510 Removal of Curb and Gutter m 223 8.00 1,784.00 SP A33 510 Removal of Culverts and Sewers m 457 7.00 3,199.00 SP A34 SP Removal of Steel Casing m 51 50.00 2,550.00 A35 510 Removal of Catchbasins and ea 4 175.00 700.00 SP Maintenance Holes A36 510 Provisional Item 2 1,500 5.00 7,500.00 m SP Removal of Asphalt - Partial Depth A37 570,571 Topsoil (Imported) and Sod 2 6,900 6.00 41,400.00 m SP, MOC (Nursery, unstaked) A38 RMDSS Adjust Water Valves ea I 120.00 120.00 A39 511 Provisional Item m2 4,000 2.00 8,000.00 SP Geogrid A40 SP, MOC Provisional Item 3 100 35.00 3,500.00 m H.L.-8 Blend Clear Stone Bedding with Geotextile A4l SP Sonoma Stone Retaining Wall m2 62 465.00 28,830.00 A42 532 Pavement Marking LS 1,400.00 SP A43 SP Miscellaneous Works LS 10,000.00 A44 SP, MOC Street Tennination LS 1,580.00 A45 SP Railing for Retaining Wall m 70 250.00 17,500.00 A46 SP Provisional Item 2 500 10.00 5,000.00 m Removal of Concrete Road Base Total Part 'A' (Carried to Summary) 1,088,052.00 I Page 5 of 16 pages I I I I I I I I I I I I I I , I I I I ITEMIZED BID CONTRACT NO. CL2006-I3 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2006-13 for the following unit prices. Spec. No. SP (Pl RMDSS MOC The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications Refers to Special Provisions Plan Quantity Payment Item Regional Municipality of Durham Standard Specifications Municipality ofClarington Design Guidelines and Standard Drawings Item No. Spec No. Descriotion Unit Qnantity Unit Price Total PART'B': SANITARY SEWER AND APPURTENANCES 2.01 RMDSS Pipe (Not Including Restoration) SP 2.01.01 200 mm Dia. (3.0 m and less Deep) 2.0LOlA MHl5 - MH7 m 17.5 266.00 4,655.00 2.01.02 200 mm Dia. (3.1 m to 4.5 m Deoth) 2.0L02A MHI6-MH8 m 19.8 300.00 5,940.00 2.01.03 200 mm Dia. (4.6 m to 5.5 m Depth) 2.0L03A MH1l-52 - MH9 m 18.1 360.00 6,516.00 2.01.04 200 mm Dia. (5.6 m to 7.0 m Deoth) 2.0L04A MHl2 - MH4 m 12 360.00 4,320.00 2.01.12 300 mm Dia. (3.1 m to 4.5 m Deoth) 2.01.l2A MHII-50-MH9 m 14.1 440.00 6,204.00 2.01.l2B MHII-62 - MH11 m 5.7 520.00 2,964.00 2.01.21 450 mm Dia. (3.1 m to 4.5 m Deoth) 2.01.2lA MH13 - MH5 m 4.1 1,320.00 5,412.00 L01.2lB MH13 -Pipe m 4.5 1,220.00 5,490.00 2.01.37 675 mm Dia. (3.1 m to 4.5 m Deoth) 2.0L37A MHI - MH2 m 5.2 540.00 2,808.00 2.0L37B MH2 - Sta. 1+065 m 53 540.00 28,620.00 2.0L37C St. 4+125 - MHll m 48.5 590.00 28,615.00 Page 6 of 16 pages I I I I I I I I I I I I I I I I I I I ITEMIZED BID CONTRACT NO. CL2006-13 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2006-13 for the following unit prices. Spec, No. SP IPl RMDSS MOC The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications Refers to Special Provisions Plan Quantity Paymenlltem Regional Municipality of Durham Standard Specifications Municipality of Clarington Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total 2.01.38 675 mm Dia. (4.6 m to 5.5 m Deoth) 2.01.38A Sta. 1+065 - MH3 m 67 590.00 39,530.00 2.01.38B Sta. 2+045 - MH6 m 20A 490.00 9,996.00 2.01.38C MH6 - Sta. 3+072.5 m 42.2 490.00 20,678.00 2.01.38D Sta. 4+070 - Sta. 4+ 125 m 55 490.00 26,950.00 2.01.39 675 mID Dia. (5.6 m to 7.0 m Depth) 2.01.39A MH3 - MH4 m 118 920.00 108,560.00 2.01.39B MH4 - Sta. 1+277.5 m 27.5 920.00 25,300.00 2.01.39C Sta. 2+110 - Sta. 2+045 m 65 920.00 59,800.00 2.01.39D Sta. 3+072.5 - MH7 m 81.5 920.00 74,980.00 2.0L39E MH7 - MH8 m 122 920.00 112,240.00 2.0L39F MH8 - MH9 m 107 920.00 98,440.00 2.01.39G MH9 - MHIO m 62.2 920.00 57,224.00 2.01.39H Sta. 4+070 - MHIO-Sta. 4+070 m 5 920.00 4,600.00 2.01.40 675 mm Dia. (Deeper than 7.0m) 2.01.40A Sta. I + 277.5 - MH5 m 90.8 1,200.00 108,960.00 2.01.40B MH5 - Sta. 2+ 1 10 m 31.5 1,200.00 37,800.00 2.02 RMDSS Extra Over Items 2.01 and 2.03 SP 2.02.06 510 Concrete Plug in Abandoned Pipe ea 18 150.00 2,700.00 (including separate excavation) 2.02.09 Trench Dewatering (Provisional) m 300 12.00 3,600.00 Page 7 of 16 pages I I I I I I I I I I I I I I I I I I I ITEMIZED BID CONTRACT NO, CL2006-13 In accordance with the first paragraph ofthis Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2006-13 for the following unit prices. Spec. No. SP (Pl RMDSS MOC The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications Refers to Special Provisions Plan Quantity Payment Itern Re:lrional Municipality of Durham Standard Specifications Municipality ofClarington Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total 2.02.15 50 mm Crusher Run Limestone for m3 300 35.00 10,500.00 Extra Depth Bedding (Provisional) 2.02.17 Support Systems Left in Place m2 2,000 50.00 100,000.00 (Provisional) 2.03 RMDSS Service Connections (Not SP including Restoration) 2.03.01 100 mm Dia. DR28 PVC (45 m 387.7 160.00 62,032.00 Connections) 2.03.03 ISO mm Dia. DR28 (4 Connections) m 42.5 268.00 11,390.00 2.04 RMDSS Maintenance Holes SP 2.04.01 510 Remove Existing - Completely ea 8 475.00 3,800.00 2.04.02 Remove Existing - Partial Depth ea 2 350.00 700.00 2.04.04 Break into Existing Structure and ea 3 2,500.00 7,500.00 Rebench 2.04.07 OPSD 701.010 - 1200 mm Dia. Precast Maintenance Hole (less than 3.0 m deep) 2.04.07A Maintenance Hole No. 14 LS 4,175.00 . 2.04.08 OPSD 701.010 - 1200 mm Dia. Precast Maintenance Hole (3.1 m to 4.5 m deep) 2.04.08A Maintenance Hole No. 15 (Drop LS 9,000.00 Structure 1 2.04.08B Maintenance Hole No. 16 (Drop LS 9,000.00 Structure) 2.04.10 OPSD 701.010 - 1200 mm Dia. Precast Maintenance Hole (5.6 m to 7.5 m deep) 2.04. lOA Maintenance Hole No. 12 LS 7,220.00 Page 8 of 16 pages I I I I I I I I I I I I I I I I I I I ITEMIZED BID CONTRACT NO. CL2006-13 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2006-l3 for the following unit prices. Spec. No. SP (P) RMDSS MOC The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications Refers to Special Provisions Plan Quantity Payment [tern Re.e.:ional Municipality of Durham Standard Specifications Municipality ofClarington Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total 2.04.17 OPSD 701.011 - 1500 mm Dia. Precast Maintenance Hole (3.1 m to 4.5 mDeep) 2.04.l7A Maintenance Hole NO.2 LS 7,640.00 2.04.l7B Maintenance Hole No. II LS 6,700.00 2.04.l7C Maintenance Hole No. 13 LS 12,000.00 (Diversion Structure) 2.04.18 OPSD 701.011 - 1500 mm Dia Precast Maintenance Hole (4.6 m to 5.5 mDeep) 2.04.l8A Maintenance Hole No.3 LS 9,000.00 2.04.19 OPSD 701.011 - 1500 mm Dia. Precast Maintenance Hole (5.6 m to 7.5 m deep) 2.04.l9A Maintenance Hole No.4 LS 9,300.00 2.04.19B Maintenance Hole No.7 (Drop LS 11,800.00 Structure) 2.04.19C Maintenance Hole No.8 (Drop LS 11,800.00 Structure) 2.04.l9D Maintenance Hole No. 10 LS 9,000.00 2.04.22 OPSD 701.012 - 1800 mm Dia. Precast Maintenance Hole (3.1 m to 4.5 m Deep) 2.04.22A Maintenance Hole No. I LS 10,000.00 2.04.22B Maintenance Hole No.5 (Double LS 23,000.00 Drop Structure) 2.04 .23 OPSD 701.012 - 1800 mm Dia. Precast Maintenance Hole (4.6 m to 5.5 m Depth) Page 9 of 16 pages I I I I I I I I I I I I I I I I I I I ITEMIZED BID CONTRACT NO. CL2006-13 In accordance with the first paragraph ofthis Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2006-13 for the following unit prices. Spec, No. SP (PI RMDSS MOC The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications Refers to Special Provisions Plan Quantity Payment Item Regional Municipality of Durham Standard Specifications Municipality ofClarington Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total 2.0423A Maintenance Hole No.6 LS 10,500.00 2.04 .24 OPSD 701.012 -1800 mm Dia. Precast Maintenance Hole (5.6 m to 7.5 m Depth) 2.0424A Maintenance Hole No.9 (Double LS 19,000.00 Drop Structure) 2.40 Miscellaneous Items 2.40.01 SP Excavate for Utility Verification lea 2 500.00 1,000.00 2.40.02 SP Provisional t 15000 5.00 75,000.00 Imported Select Subgrade Total Part 'B' (carried to Summary) 1,333,959.00 I I I PART 'C': W ATERMAIN AND APPURTENANCES 3.01 RMDSS Pipe (Not Including Restoration) SP 3.01.02 150 mm Dia. PVC m 21 237.00 4,977.00 3.01.03 200 mm Dia. PVC m 383 222.00 85,026.00 3.01.04 300 mm Dia. PVC m 45 367.00 16,515.00 3.01.06 400 mm Dia. CPP m 417.5 750.00 313,125.00 3.01.31 Field Closure on Church Street at LS 1,500.00 Sta. 1+005.0 3.01.32 Field Closure on Church Street at LS 1,500.00 Sta. 1+ 116.5 3.01.33 Field Closure on Church Street at LS 1,500.00 Sta. 1+141.5 Page 10 of 16 pages I I I I I I I I I I I I I I I I I I I ITEMIZED BID CONTRACT NO. CL2006-I3 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2006-13 for the following unit prices. Spec. No. SP (Pl RMDSS MOC The numbers in this colunm refer to the applicable issue of the Ontario Provincial Standard Specifications Refers to Special Provisions Plan Quantity Payment Item Re~ional Municipalitv of Durham Standard Specifications Municipality of Claringlon Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total 3.01.34 Field Closure on Robert Street at LS 1,500.00 Sta. 9+988.3 3.01.35 Field Closure on Robert Street at LS 1,500.00 Sta. 10+006.5 3.01.36 Field Closure at Edward Street and LS 1,500.00 Baldwin Street, Sta 3+040 3.01.37 Field Closure at Caroline Street Sta. LS 1,500.00 5 + 27.7 3.01.38 Field Closure on King Avenue LS 5,900.00 West, Sta. 4+997.9 3.01.39 Field Closure on King Avenue West LS 5,900.00 at Sta. 5+008.0 3.01.40 Field Closure on North Street at Sta. LS 5,900.00 4+186.4 3.01.41 Field Closure on Wilmot Street at LS 5,900.00 Sta. 5+011.9 3.01.42 Field Closure at Emily Street, Sta. LS 5,900.00 5+106 3.02 RMDSS Extra Over Item No. 3.01 SP 3.02.04 Remove Existing Valve Box ea 3 120.00 360.00 3.02.06 Concrete Plug in Abandoned Pipe ea 7 120.00 840.00 3.02.09 Mechanical Plug on Existing ea 2 300.00 600.00 Watermain to remain in Service (incl. Separate Excavation) 3.02.14 Stone for Extra Depth Bedding 3 20 35.00 700.00 m (H.L-8 Blend Clear Crushed Stone) 3.02.40 Trench Dewatering (Provisional) m 50 10.00 500.00 3.03 RMDSS Valves SP 3.03.02 150 mm Dia. Gate Valve and Box as ea 4 812.00 3,248.00 per S-408 Page 11 of 16 pages I I I I I I I I I I I I I I I I I I I ITEMIZED BID CONTRACT NO. CL2006--13 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2006-13 for the following unit prices. Spec. No. SP (Pl RMDSS MOC The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications Refers to Special ProvIsions Plan Quantity Payment Item Regional Municioalitv of Durham Standard Specifications Municipality ofClarington Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total 3.03.03 200 mm Dia. Gate Valve and Box as ea 9 1,200.0{ 10,800.00 per S-408 3.03.04 300 mm Dia. Gate Valve and Box as ea 5 2,680.00 13,400.00 per S-408 3.03.06 400 mm Dia. Butterfly Valve and ea 6 4,480.00 26,880.00 Box as per S-444 3.03.43 RMDSS EO For Item 3.03.02 Cut In Valve ea I 1,400.00 1,400.00 SP 3.03.50 Extra Over Valve and Box (Item No. ea I 1,400.00 1,400.00 3.03.04) - Cut-in Valve. 3.04 RMDSS Hydrants SP 3.04.01 New Hydrant with Storz Pumper ea 6 4,000.00 24,000.00 Nozzle as per S-409 3.04.03 Temporary Flushing Hydrant ea 6 1,600.00 9,600.00 3.04.05 Remove Existing Hydrant Complete ea 6 800.00 4,800.00 with Concrete Plug 3.04.06 Cut-in New Hydrant ea I 4,980.00 4,980.00 3.04.07 Hydrant Access Across Ditch as Per ea I 2,500.00 2,500.00 S-428 3.05 RMDSS Services (Not Including SP Restoration) 3.05.01 19 mm Main Stop ea 60 338.00 20,280.00 3.05.02 25 mm Main Stop ea 1 350.0( 350.00 3.05.05 50 mm Main Stop ea 2 530.00 1,060.00 3.05.06 19 mm Curb Stop and Box ea 60 l60.0U 9,600.00 3.05.07 25 mm Curb Stop and Box ea I 180.00 180.00 3.05.10 50 mm Curb Stop and Box ea 2 400.00 800.00 Page 12 of16 pages I I I I I I I I I I I I I I I I I I I ITEMIZED BID CONTRACT NO. CL2006-13 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2006-13 for the following unit prices. Spec. No. SP (P) RMDSS MOC The numbers in this colunm refer to the applicable issue of the Ontario Provincial Standard Specifications Refers to Special Provisions Plan Quantity Payment Item Re~ional Municipality of Durham Standard Specifications Municipality ofClaringtoD Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total 3.05.11 19 mm Dia. Copper Pipe m 609 84.00 51,156.00 3.05.12 25 mm Dia. Copper Pipe m 50 88.00 4,400.00 3.05.15 50 mm Dia. Copper Pipe m II 150.00 1,650.00 3.06 RMDSS Test Points SP 3.06.01 19 mm Dia. Test Point as per S-429 ea 3 900.00 2,700.00 3.06.02 50 mm Dia. Test Point as per S- ea 2 1,400.00 2,800.00 429(Mod) 3.1l RMDSS Temporary Water Supply SP 3.11.01 Temporary Water Supply to ea 13 265.00 3,445.00 Residences 3.40 RMDSS Miscellaneous Items SP 3.40.02 Excavate for Utility Verification ea 3 500.00 1,500.00 Total Part 'C' (carried to Summary) 665,572.00 I I I PART'D': GENERAL ITEMS 8.01 RMDSS Contract Administrator's Field SP Office 8.01.01 Supply and Maintain Field Office LS 15,000.00 8.02 RMDSS Contractor Documentation SP 8.02.01 Bonds, Insurance and Maintenance LS 66,000.00 Security 8.03 RMDSS Mobilization and Traffic Control SP 8.03.01 Mobilization and Demobilization LS 9,500.00 8.05 RMDSS Surveying and Monitoring SP Page 13 of 16 pages I I I I I I I I I I I I I I I I I I I ITEMIZED BID CONTRACT NO. CL2006-13 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2006-13 for the following unit prices. Spec. No. SP (Pl RMDSS MOC The numbers in this colunm refer to the applicable issue of the Ontario Provincial Standard Specifications Refers to Special Provisions Plan Quantity Payment Item Regional Municipality of Durham Standard Specifications Municipality ofClarington Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total 8.05.01 SP Pre-Condition Survey LS 9,700.00 Total Part 'DO (carried to Summary) 100,200.00 SUMMARY Total Part oA' - Roadworks and Storm Sewers 1,088,052.00 Total Part 'B' - Sani tary Sewers and Appurtenances 1,333,959.00 Total Part 'C' - Watermain and Appurtenances 665,5 72. 00 Total Part 'D' - General Items 100,200.00 Total (excluding GST) 3,187,783.00 GST (7% of Total) 223,144.81 TOTAL TENDER AMOUNT $3,410,927.81 Tenderer's GST Registration No: R132431768 P/29480ISpecs/CU006-1 J-ltemBid-Signing.xls Page 14 of 16 pages I I I I I I I I I I I I I I I I I I I AGREEMENT TO BOND (to be comoleted bv Bondinl! Comoanv) CONTRACT NO. CL2006-13 Bond # 100006598-58 WE, the Undersigned, HEREBY AGREE to become bound as Surety for HARD-CO CONSTRUCTION LTD. in a Performance Bond totalling ONE HUNDRED PERCENT (100%) of the Total Tender amount, and a Labour and Material Payment Bond totalling ONE HUNDRED PERCENT (100%) of the Total Tender amount, and conforming to the Instruments of Contract attached hereto, for the full and due performance of the works shown or described herein, ifthe Tender for Contract No.CL2006-13 is accepted by the Authority. IT IS A CONDITION of this Agreement that if the above mentioned Tender is accepted, application for a Perfonnance Bond and a Labour and Material Payment Bond must be made to the Undersigned within TEN (10) DAYS of Notice of Contract Award, otherwise the Agreement shall be null and void. DATED AT Toronto this 29th day of Mav 2006 St. Paul Guarantee Insurance Comoanv Name of Bonding Company (BONDING COMPANY SEAL) Signature of Authorized Person Signing for Bonding Company Jacqueline Miller. Attornev-in-fact Position (This Form shall be completed and attached to the Tender Submitted). Page 15 of 16 pages I I I I I I I I I I I I I I I I I I I SCHEDULE OF TENDER DATA CONTRACT NO. CL2006-13 The work specified in the Contract shall be perfonned in strict accordance with the following Schedule: A. TENDER FORM: General Pages I and 2 Itemized Bid Pages 3 to 14 Agreement to Bond Page 15 Schedule of Tender Data Page 16 B. STANDARD TERMS AND CONDITIONS Pages I to 9 C. SCHEDULE 'c' - CONTRACTOR SAFETY D. INSTRUCTIONS TO TENDERERS Pages I to 5 E. SPECIAL PROVISIONS - GENERAL Pages I to 15 F. SPECIAL PROVISIONS - TENDER ITEMS Pages I to 29 G. STANDARDS H. PLANS: Drawings No. 1- 12, C-04-SW-345 to 347, C-04-S-364, C-06-SW-403 to 408 I. STANDARD SPECIFICATIONS: It shall be the Contractor's responsibility to obtain the applicable edition of the following Ontario Provincial Standard Specifications, Region of Durham Standard Specifications revised May 2005 and Municipality of Clarington Design Guidelines and Standard Specifications - 2004. OPSS No. Date OPSS No. Date OPSS No. Date OPSS No. Date 127 Current 351 Nov. 2005 410 April 1999 532 June 1991 128 Current 353 Sept. 1996 501 Nov. 2005 538 Nov. 2005 201 Nov. 2003 355 Sept. 1996 506 Nov. 2005 570 Au~. 1990 206 Nov. 2000 405 Nov. 2005 507 Nov. 2005 571 Nov. 2001 310 Nov. 2004 407 Nov. 2004 510 Nov. 2005 577 Feb. 1996 314 Nov. 2004 408 Nov. 2004 511 Nov. 2004 J. GEOTECHNICAL INVESTIGATION K. GENERAL CONDITIONS: OPS General Conditions of Contract (September 1999) The Contractor, by this Tender, offers to complete the work of this Contract in strict accordance with the terms contained herein. The bidder certifies that it has met all of its obligations to comply with the Provincial Retail Sales Tax requirements, so that it is able to do business in Ontario. Yes x No ~""',- . ' \ .......-.. ::. - By my/our signature hereunder, I1we hereby identify this as the Schedule of Tender Data,jl~:r'~d Sf14ifications, ~ for Contract No. CL2006-13, executed by me/us bearing date the --L day of June ::c -:~06 aDrl "'e have fully read all related ments to tender data as tisted above. ~:;: . SIGNATURE: (COMPANY SEAL) POSITION: Pres~(- NAME OF FIRM: Privacy Le2"jslation Federal legislation governs the collection and use of personal information from individuals. We represent and warrant to the owner that we have obtained the CONSENT of any and all employees whose personal information we have supplied to the o"Wller in this tender. This personal information, which includes, but is not limited to, the employees' names, education, work and project history, professional designations and qualifications. This CONSENT pennits the owner to disclose this personal information to the Engineer (owner or agent) for the purpose of evaluating our bid. In the event that the tender is successful, this personal infonnation may also be used in project administration, for contact purposes. This is Page 16 of 16 Pages to be submitted as the Tender Submission for Contract No. CL2006-13. I I I I I I I I I I I I I I I I I I I CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2006-13 STANDARD TERMS AND CONDITIONS PII2-29480/Specs/2 J 514. T &C I I I I I I I I I I I I I I I I I I I STANDARD TERMS AND CONDITIONS 1 The Municipality ofClarington's "Standard Terms and Conditions" shall apply to this Contract except where noted below. . Clause 8 of the "Standard Tenns and conditions" shall be superceded by Clause 8, "Payments" of the "Special Provisions - General" Section of the Contract . Clause 15 of the "Standard Terms and conditions" shall be superceded by Clause 2, "Guaranteed Maintenance" of the "Special Provisions - General" Section of the Contract . Clause 16 of the "Standard Tenns and Conditions" is not applicable to this Contract . Clause 23 of the "Standard Terms and Conditions" shall be superceded by Clause 6.03.02 of the OPS General Conditions of Contract (September 1999) which requires a $5,000,000.00 liability coverage. . Clause 26 of the "Standard Terms and Conditions" shall be superceded by Clause 20, "Workplace Hazardous Materials Information System (WHMIS)". I STANDARD TERMS AND CONDITIONS 2 1. DEFINITIONS I Municipality - The Corporation of the Municipality of Clarington, its successors and assigns. I Bidder - The person, finn or corporation submitting a bid to the Municipality. Company - The person, contractor, finn or corporation to whom the Municipality has awarded the contract, ~ successors and assigns. I Contract - The purchase order authorizing the company to perform the work, purchase order alierations, the document and addenda, the bid, and surety. I Subcontractor - A person, finn or corporation having a contract with the company for, or any part of, the work. I Document - The document(s) issued by the Municipality in response to which bids are invited to perfonn the work in accordance with the specifications contained in the document. Bid - An offer by a Bidder in response to the document issued by the Municipality. I Work - All labour, materials, products, articles, fixtures, services, supplies, and acts required to be done, furnished or perfonned by the company. which are subject to the Contract. I 2. SUBMISSION OF BID Bid invitation shall be in accordance with the Municipality of Clarington Purchasing By-law #94-129 and will apply for the calling, receiving, and opening of bids. The Municipality will be responsible for evaluating bids, awarding and administering the contract in accordance with the Purchasing By-law. I The bid must be submitted on the fonn(s) and in the envelope supplied by the Municipality unless otherwise provided herein. The envelope must not be covered by any outside wrappings. I.e. courier envelopes or other coverings. I If a joint bid is submitted, it must be signed on behalf of each of the Bidders. I The bid must be signed by a designated signing officer of the Bidder. The bid must be legible, written in ink, or typewritten. Any fonn of erasure, strikeout or over-writing must be initialled by the Bidde~s authorized signing officer. I The bid must not be restricted by a covering letter, a statement added, or by alterations to the document unless otherwise provided herein. I 2. SUBMISSION OF BID (conl'd) Failure to retum the document or invitation may result in the removal of the Bidder from the Municipality's bidde~s list. I A bid received after the closing date and time will not be considered and will be returned, unopened. Should a dispute arise from the tenns and conditions of any part of the contract, regarding meaning. intent or ambiguity, the decision of the Municipality shall be final. I I I I I I I I I I I I I I I I I I I I I I I I STANDARD TERMS AND CONDITIONS 3 3. CONTRACT The contract consists of the documents aforementioned. The contract and portions thereof take precedence in the order in which they are named above, notwithstanding the chronological order in which they are issued or executed. The intent of the contract is that the Company shall supply work which is fit and suitable for the Municipality's intended use and complete for a particular purpose. None of the conditions contained in the Bidder's standard or general conditions of sale shall be of any effect unless explicitly agreed to by the Municipality and specifically referred to in the purchase order. 4. CLARIFICATION OF THE DOCUMENT Any clarification of the document required by the Bidder prior to submission of its bid shall be requested through the Municipality's contact identified in the document. Any such clarification so given shall not in any way aller the document and in no case shall oral arrangements be considered. Every notice, advice or other communication pertaining thereto will be in the form of a written addendum. No officer, agent or employee of the Municipality is authorized to alter orally any portion of the document. 5. PROOF OF ABiUTY The bidder may be required to show, in terms of experience and facilities, evidence of its ability, as well as that of any proposed subcontractor, to pertorm the work by the specified delivery date. 6. DEUVERY Unless otherwise stated, the work specified in the bid shall be delivered or completely pertormed by the Company as soon as possible and in any event within the period set out herein as the guaranteed period of delivery or completion after receipt of a purchase order therefor. A detailed delivery ticket or piece tally, showing the exact quantity of goods, materials, articles or equipment, shall accompany each delivery thereof. Receiving by a foreperson, storekeeper or other such receiver shall not bind the Municipality to accept the work covered thereby, or the particulars of the delivery ticket or piece tally thereof. Work shall be subject to further inspection and approval by the Municipality. The Company shall be responsible for arranging the work so that completion shall be as specified in the contract. Time shall be of the essence of the contract. 7. PRICING Prices shall be in Canadian Funds, quoted separately for each item stipulated, F.O.R destination. Prices shall be firm for the duration of the contract. Prices bid must include all incidental costs and the Company shall be deemed to be satisfied as to the full requirements of the bid. No claims for extra work will be entertained and any additional work must be authorized in writing prior to commencement. Should the Company require more information or clarification on any point, it must be obtained prior to the submission of the bid. Payment shall be full compensation for all costs related to the work, including operating and overhead costs to provide work to the satisfaction of the Municipality. I STANDARD TERMS AND CONDITIONS 4 I All prices quoted shall include applicable customs duty, excise tax, freight, insurance, and all other charges of every kind attributable to the work. Goods and Services Tax and Provincial Sales Tax shall be extra and not shown, unless otherwise specified herein. I If the Bidder intends to manufacture or fabricate any part of the work outside of Canada. it shall arrange its shipping procedures so that its agent or representative in Canada is the importer of record for customs purposes. I Should any additional tax, duty or any variation in any tax or duty be imposed by the Government of Canada or the Province of Ontario become directly applicable to work specified in this document subsequent to its submission by the Bidder and before the delivery of the work covered thereby pursuant to a purchase order issued by the Municipality appropriate increase or decrease in the price of work shall be made to compensate for such changes as of the effective date thereof. I I 8. TERMS OF PAYMENT Where required by the Construction Lien Act appropriate monies may be held back until 60 days after the completion of the work. I Payments made hereunder, including final payment shall not relieve the company from its obligations or liabilities under the contract. I Acceptance by the company of the final payment shall constitute a waiver of claims by the company against the Municipality, except those previously made in writing in accordance with the contract and still unsettled. I The Municipality shall have the right to w~hhold from any sum otherwise payable to the company such amount as may be sufficient to remedy any defect or deficiency in the work, pending correction of it I Payment may be made 30 days after delivery pursuant to the Bidder submitting an invoice, contract requirements being completed and work being deemed satisfactory. 9. I PATENTS AND COPYRIGHTS The company shall. at its expense. defend all claims. actions or proceedings against the Municipality based on any allegations that the work or any part of the work constitutes an infringement of any patent, copyright or other proprietary right, and shall pay to the Municipality all costs, damages, charges and expenses, including its lawyers' fees on a solicitor and his own client basis occasioned to the Municipality by reason thereof. I I The company shall pay all royalties and patent license fees required for the work. If the work or any part thereof is in any action or proceeding held to constitute an infringement, the company shall forthwith either secure for the Municipality the right to continue using the work or shall at the company's expense, replace the infringing work with non-infringing work or modify ~ so that the work no longer infringes. I 10. I ALTERNATES Any opinion with regard to the use of a proposed alternate determined by the Municipality shall be final. Any bid proposing an alternate will not be considered unless otherwise specified herein. I 11. EQUIVALENCY Any opinion determined by the Municipality with respect to equivalency shall be final. I 12. ASSIGNMENT AND SUBCONTRACTING The company shall not assign or subcontract the contract or any portion thereof without the prior written consent ofthe Municipality. I I I I I I I I I I I I I I 17. I I I I I I I STANDARD TERMS AND CONDITIONS 5 13. FINANCING INFORMATION REQUIRED OF THE COMPANY The Municipality is entitled to request of the Company to fumish reasonable evidence that financial arrangements have been made to fulfill the Company's obligations under the Contract 14. LAWS AND REGULATIONS The company shall comply with relevant Federal, Provincial and Municipal statutes, regulations and by-laws pertaining to the work and its perfonnance. The company shall be responsible for ensuring similar compliance by suppliers and subcontractors. The contract shall be govemed by and interpreted in accordance with the laws of the Province of Ontario. 15. CORRECTION OF DEFECTS If at any time prior to one year after the actual delivery date or completion of the work (or specified warranty/guarantee period if longer than one year) any part of the work becomes defective or is deficient or fails due to defect in design, material or workmanship, or otherwise fails to meet the requirements of the contract, the company, upon request, shall make good every such defect, deficiency or failure without cost to the Municipality. The company shall pay all transportation costs for work both ways between the company's factory or repair depot and the point of use. 16. BID ACCEPTANCE The Municipality reserves the right to award by item, or part thereof, groups of items, or parts thereof, or all items of the bids and to award contracts to one or more bidders submitting identical bids as to price: to accept or reject any bids in whole or in part; to waive irregularities and omissions, if in so doing, the best interests of the Municipality will be served. No liability shall accrue to the Municipality for its decision in this regard. Bids shall be irrevocable for 90 days after the official closing time. The placing in the mail or delivery to the Bidde(s shown address given in the bid of a notice of award to a bidder by the Municipality shall constitute notice of acceptance of contract by the Municipality to the extent described in the notice of award. DEFAULT BY COMPANY a. If the company: commits any act of bankruptcy; or if a receiver is appointed on account of its insolvency or in respect of any of its property; or if the company makes a general assignment for the benefit of its creditors; then, in any such case, the Municipality may, without notice: tenninate the contract b. If the company: fails to comply with any request. instruction or order of the Municipality: or fails to pay its accounts; or fails to comply with or persistently disregards statutes, regulations, by-laws or directives of relevant authorities relating to the work; or fails to prosecute the work with skill and diligence; or assigns or sublets the contract or any portion thereof wilhout the Municipality's prior written consent; or refuses to correct defective work; or is otherwise in default in carrying out its part of any of the tenns. conditions and obligations of the contract, then. in any such case, the Municipality may, upon expiration of ten days from the date of written notice 10 the company, tenninate the contract c. Any tenninalion of the contract by the Municipality, as aforesaid. shall be without prejudice to any other rights or remedies the Municipality may have and without incurring any liability whatsoever in respect thereto. I STANDARD TERMS AND CONDITIONS 6 I d. ff the Municipality terminates the contract, it is entitled to: I i) take possession of all work in progress, materials and construction equipment then at the project site (at no additional charge for the retention or use of the construction equipment), and finish the work by whatever means the Municipality may deem appropriate under the circumstances; I ii) withhold any further payments to the company until the compietion of the work and the expiry of all obligations under the Correeton of Defects seeton; I iii) recover from the company loss, damage and expense incurred by the Municipality by reason of the company's default (which may be deducted from any monies due or becoming due to the company, any balance to be paid by the company to the Municipality). I 18. CONTRACT CANCELLATION The Municipality shall have the right, which may be exercised from time to time, to cancel any uncompleted or unperformed portion of the work or part thereot In the event of such cancellation, the Municipality and the Company may negotiate a setUement. The Municipality shall not be liable to the Company for loss of anticipated profit on the cancelled portion or portions of the work. I I 19. QUANTITIES Unless otherwise specified herein, quantities are shown as approximate, are not guaranteed to be accurate, are furnished without any liability on behaff of the Municipality and shall be used as a basis for comparison only. I Payment will be by the unit complete at the bid price on actual quantities deemed acceptable by the Municipality. I 20. SAMPLES I Upon request, samples must be submitted stricUy in accordance with instructions. If samples are requested subsequent to opening of bids. they shall be delivered within three (3) working days following such request, unless additional time is granted. Samples must be submitted free of charge and will be retumed at the bidde~s expense, upon request, provided they have not been destroyed by tests, or are not required for comparison purposes. I The acceptance of samples by the Municipality shall be at its sole discretion and any such acceptance shall in no way be construed to imply relief of the company from its obligations under the contract. I Samples submitted must be accompanied by current Material Safety Data Sheets (MSDS) where applicable. I 21. SURETY The successful tenderer shall, if the Municipality in its absolute discretion so desires, be required to satisfy surety requirements by providing a deposit in the form of a certified cheque, bank draft or money order or other form of surety, in an amount determined by the Municipality. This surety may be held by the Municipality until 60 days alter the day on which all work covered by the contract has been completed and accepted. The surety may be retumed before the 60 days have elapsed providing satisfactory evidence is provided that all liabilities incurred by the company in carrying out the work have expired or have been satisfied and that a Certificate of Clearance from the WSIB - Workplace Safety Insurance Board has been received. I I The company shall, if the Municipality in its absolute discretion so desires, be required to satisfy fidelity bonding requirements by providing such bonding in an amount and form determined by the Municipality. I Failure to fumish required surety within two weeks from date of request thereof by the Municipality shall make the award of the Contract by the Municipality subject to withdrawal. I I I I I I I I I I I I 23. I I I 24. I I I I 25. I I STANDARD TERMS AND CONDITIONS 7 22. WORKPLACE SAFETY AND INSURANCE BOARD All of the Contractor's personnel must be covered by the insurance plan under the Workplace Safety and Insurance Act, 1997, or must provide an identification number from the WSIB verifying their status as an "Independent Operator". Upon request by the Municipality, an original Letter of Good Standing from the Workplace Safety and Insurance Board shall be provided prior to the commencement of work indicating all payments by the Company to the board have been made. Prior to final payment, a Certificate of Clearance must be issued indicating all payments by the Company to the Board in conjunction with the subject Contract have been made and that the Municipality will not be liable to the Board for future payments in connection with the Company's fulfilment of the contract. Further Certificates of Clearance or other types of certificates shall be provided upon request. For Independent contractors I Owners I Operators who do not have WSIB coverage, the following shall be provided upon request by the Calling Agency: Single Independent Contractors I Owners I Operators shall provide a letter from the Workplace Safety & Insurance Board confirming independent operator status and identification number. To obtain this, contractors must complete the form "Determining workerllndependent Operator status", issued by the Workplace Safety & Insurance Board. (For more information, please contact your local Workplace Safety & Insurance Board Office and refer to this clause.) Single Independent Contractors I Owners I Operators must also provide a certificate from the Workplace Safety & Insurance Board confirming they have purchased the optional WSIB coverage. The Municipality of Clarington has the right to reject any bid it deems to provide insufficient coverage. INSURANCE The company shall maintain and pay for Comprehensive General Liability insurance including premises and all operations. This insurance coverage shall be subject to limits of not less than $3,000,000.00 inclusive per occurrence for third party Bodily Injury and Property Damage or such other coverage or amount as may be requested. The policy shall include the Municipality as an additional insureds in respect of all operations performed by or on behalf of the Company. A certified copy of such policy or certificate shall be provided to the municipality prior to commencement of the work. Further certified copies shall be provided upon request LIABILITY The company agrees to defend. fully indemnify and save harmless the Municipality from all actions. suits, claims, demands, losses, costs, charges and expenses whatsoever for all damage or injury including death to any person and all damage to any property which may arise direcUy or indirectly by reason of a requirement of the contract, save and except for damage caused by the negiigence of the Municipality or its employees. The Company agrees to defend, fully indemnify and save harmless the Municipality from any and all charges, fines, penalties and costs that may be incurred or paid by the Municipality if the Municipality or any of ~s employees shall be made a party to any charge under the Occupational Health and Safety Act in relation to any violation of the Act arising out of this contract. VISITING THE SITE The Company shall carefully examine the site and existing building and services affecting the proper execution of the work, and obtain a clear and comprehensive knowledge of the existing conditions. No claim for extra payment will be allowed for work or difficulties encountered due to conditions of the site which were visible or reasonably inferable, prior to the date of submission of Tenders. Bidders shall accept sole responsibility for any error or neglect on their part in this respect. 31. 32. I STANDARD TERMS AND CONDITIONS 8 26. SAFETY I The Company shall obey all Federal, Provincial and Municipal Laws, Act, Ordinances, Regulations, Orders-In-Council and By-laws, which could in any way pertain to the work outlined in the Contract or to the Employees of the Company. I Without limiting the generality of the foregoing, the Company shall satisfy all statutory requirements imposed by the Occupational Health and Safety Act and Regulations made thereunder, on a contractor, a Constructor and/or Employer with respect to or arising out of the performance of the Company's obligations under this Contract. I I The Company shall be aware of and conform to all goveming regulations including those established by the Municipality relating to employee health and safety. The Company shall keep employees and subcontractors informed of such regulations. I The Company shall provide Material Safety Data Sheets (MSDS) to the Municipality for any supplied Hazardous Materials. 27. I UNPAID ACCOUNTS The company shall indemnify the Municipality from all claims arising out of unpaid accounls relating to the work. The Municipality shall have the right at any time to require satisfactory evidence that the work in respect of which any payment has been made or is to be made by the Municipality is free and clear of liens, attachments, claims, demands, charges or other encumbrances. I 28. SUSPENSION OF WORK I I The Municipality may. without invalidating the contract, suspend performance by the company from time to time of any part or all of the work for such reasonable period of time as the Municipality may determine. The resumption and completion of work after the suspension shall be govemed by the schedule established by the Municipality. I 29. CHANGES IN THE WORK The Municipality may, without invalidating the contract, direct the Company to make changes to the work. When a change causes an increase or decrease in the work, the contract price shall be increased or decreased by the application of unit prices to the quantum of such increase or decrease, or in the absence of applicable unit prices, by an amount to be agreed upon between the Municipality and the Company. All such changes shall be in writing and approved by the Municipality. I I 30. CONFLICT OF INTEREST No employee or member of Council of the Municipality shall sell goods or services to the Municipality in accordance with the Municipality of Clarington Policy or have a direct or indirect Interest in a Company or own a Company which sells goods or services to the Municipality. I MUNICIPAL FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT (MFIPPAI I All correspondence, documentation, and information provided to staff of the Municipality of Clarington by every offerer, including the submission of proposals, shall become the property of the Municipality, and as such, is subject to the Municipal Freedom of Information and Protection of Privacy Act, and may be subject to release pursuant to the Act. I Offerers are reminded to identify in their proposal material any specific scientific, technical. commercial, proprietary. or similar confidential information, the disclosure of which could cause them injury. Complete proposals are not to be identified as confidential. I CRIMINAL BACKGROUND CHECKS I "The successful service provider covenants and agrees to provide the Municipality of Clarington, or such other entity as the Municipality may designate, with written consent to perform a criminal I I STANDARD TERMS AND CONDITIONS 9 I I background check including Criminal Code (Canada) convictions, pardoned sexual offences, records or convictions under the Controlled Drugs and Substances Act, Narcotics Control Act and Food and Drugs Act and all outstanding warrants and charges for every individual who may come into direct contract with youth or who are permitted entrance to private or restricted areas or residences. This will be done at no cost to the Municipality and any such requested document will be submitted to the Municipality in its true form in advance of commencement of work. I I The Municipal issued identification card must be worn when individuals are at a site where there is direct contact with youth or where access to any private or restricted area is anticipated. The Municipal identification card is valid for the term of the contract only or a one year term. whichever comes first. Under the terms of the contract, the Municipality has the sole and unfettered discretion to prohibit an individual from coming into direct contact with youth or entering a private or restricted area on a regular basis and to terminate the contract if the bidder/partner fails to obtain or renew the Municipal identification cards according to Municipal policy and procedure. I I The Municipality of Clarington reserves the right to cancel and/or suspend the contract immediately and unilaterally and without penalty to the Municipality should the service provider fail to provide the required documentation or otherwise adhere to this procedure. "The Chief Administrative Officer has the final say in determining any final action." I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2006-13 SCHEDULE 'c' P/12~29480/Specs/Schedule C-29480.doc I I I SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PROCEDURE POLICY: I Contractors and Sub--<:ontractors are responsible to ensure that their personnel are updated on all safety concerns of the workplace and are aware of the safety requirements as required by the Contractor under the Occupational Health and Safety Act. Safety performance will be a consideration in the awarding of contract. Under the Occupational Health and Safety Act (Section 23 (I), (2)), it is the constructor's responsibility to ensure that: I . the measures and procedures prescribed by the Occupational Health and Safety Act and the Regulations are carried out on the proiect; I . every employer and every worker performing work on the proiect complies with the Occupational Health and Safety Act and the Regulations (under the Act); and I . the health and safety of workers on the proiect is protected. I I Where so prescribed, a constructor shall, before commencing any work on a project, give to a Director notice in writing of the project containing such information as may be prescribed. DEFINITIONS: I Contractor - any individual or firm engaged by the Municipality to do work on behalf of the Municipality. I Project - means a construction project, whether public or private, including, . the construction of a building, bridge, structure, industrial establishment, mining plant, shaft tunnel, caisson, trench, excavation, highway, railway, street, runway, parking lot, cofferdam, conduit, sewer, watermain, service connection, telegraph, telephone or electrical cable, pipe line, duct or well, or any combination thereof, I I I the moving of a building or structure, and . any work or undertaking, or any lands or appurtenances used in connection with construction. I Construction - includes erection, alteration, repair, dismantling, demolition, structural maintenance, painting, land clearing, earth moving, grading, excavating, trenching, digging, boring, drilling, blasting, or concreting, the installation of any machinery or plant, and any work or undertaking in connection with a project. I I I I SCHEDULE(C CONTRACTOR SAFETY POLICY AND PROCEDURE Continned... Constructor - means a person who undertakes a project for an owner and includes an owner who undertakes all or part of a project by himself or by more than one employer. Project Manager - means the municipal management representative who has responsibility for a contract PROCEDURE: The following items are required before any Contractors are hired by the Municipality. a) Before beginning a project, the project manager or delegate must determine whether any designated substanceslhazardous materials are (or will be) present at the site and prepare a list of all these substances. b) The project manager or delegate must include, as part of the request for tender/quotations, a copy ofthe above-mentioned list The list of designated substanceslhazardous materials must be provided to all prospective constructors and/or contractors. c) The request for tender/quotations will require prospective contractors to include a list of the designated substanceslhazardous materials that will be brought onto the work site and material safety data sheets. d) Before awarding a contract, contractor(s) will be required to complete and sign the Health and Safety Practice Form (Schedule "A"). The Purchasing Office will maintain all contractors safety performance records. e) As part of the tender/quotation conditions, before award of a contract, the contractor will be required to provide proof that all workers involved with the project have the proper WHMIS training, as required by the Occupational Health and Safety Act t) As part of the tender/quotation conditions, before award of a contract, the contractor must provide details of their Health and Safety program. g) The project manager or delegate must provide the successful contractor with a workplace orientation, which will include, but not limited to identifying known potential hazards, hazardous material inventory and material safety data sheets for the sites. A workplace orientation/Job Safety Instruction Checklist to be completed (see Compliance page 9). h) Before the start of the assignment, the following documentation will be provided to the successful contractor, by the project manager or delegate. i) ii) iii) Copies of the Municipal Corporate Health and Safety Program Departmental health and safety policies Workplace procedures regarding health and safety practices. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... i) The contractor has the responsibility to provide any and all prescribed personal protective equipment for their own workers, to include as a minimum but not limited to hard hats and safety boots. If a worker(s) fails to comply with any program, policy, rule or request regarding health and safety, that person(s) is not allowed on the site until the person(s) complies. j) The Municipality will retain the right to document contractors for all health and safety warnings and/or to stop any contractors' work if any of the previously mentioned items are not in compliance. Similarly, the Municipality will have the right to issue warnings and/or to stop work ifthere are any violations by the contractor of the Occupational Health and Safety Act, Municipal Health and Safety programs, policies, rules, and/or if the contractor creates an unacceptable health and safety hazard. Written warnings and/or stop work orders can be given to contractors using Contractor Health and Safety Warning/Stop Work Order Form (Schedule "B"). k) Where applicable, the Municipality will retain the right to allow municipal employees to refuse to work in accordance with the established policy and the Occupational Health and Safety Act, in any unsafe conditions. I) The Purchasing Department will maintain current certificates of clearance until all monies owing have been paid to the contractor. m) Responsibility for ensuring contractor compliance to this policy falls upon the project manager or designate. This will include identification, evaluation and control practices and procedures for hazards and follow-up and issuing of Contractor Health and Safety Warning/Stop Work Orders. I I I SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... HEALTH AND SAFETY PRACTICE FORM To Contractor(s): The Municipality ofClarington is committed to a healthy and safe working environment for all workers. To ensure the Municipal workplace is a healthy and safe working environment, contractors, constructors and subcontractors must have knowledge of and operate in compliance with the Occupational Health and Safety Act and any other legislation pertaining to employee health and safety. In order to evaluate your company's health and safety experience, please provide the accident/incident and/or Workplace Safety and Insurance Board (WSIB) information noted below, where applicable. . The New Experimental Experience Rating (NEER) - The WSIB experience rating system for non-construction rate groups ............................................................................................. . The Council Amended Draft #7 (CAD-7) Rating - The WSIB experience rating system for construction rate groups ............................................................................................. Injury frequency performance for the last two years - This may be available from the contractor's trade association ............................................................................................. . Has the contractor received any Ministry of Labour warnings or orders in the last two years? (If the answer is yes, please include the infraction). Confirmation of Independent Operator Status - The WSIB independent operator number assigned: (Bidders to include the letter confirming this status and number from WSIB with their bid submission.) I I I I I I I ,. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... CONTRACTOR'S STATEMENT OF RESPONSIBILITY As a contractor working for the Municipality of Clarington, I/we will comply with all procedures and requirements of the Occupational Health and Safety Act, Municipal safety policies, department and site specific policies and procedures and other applicable legislation or regulations. I/we will work safely with skill and care so as to prevent an accidental injury to ourselves, fellow employees and members of the public. I. The contractor/successful tenderer certifies that it, its employees, its subcontractors and their employees, a) are aware of their respective duties and obligations under the Occupational Health and Safety Act, as amended from time to time, and all Regulations thereunder (the "Act"); and b) have sufficient knowledge and training to perform all matter~equired pursuant to this contract'tender safely and in compliance with the AcE' 2. In the performance of all matters required pursuant to this contractltender, the:_ contractor/successful tenderer shall, a) act safely and comply in all respects to the Act, and b) ensure that its employees, it subcontractors and their employees act safely and complying all respects with the Act. 3. The contractor/successful tenderer shall rectify any unsafe act or practice and any non- compliance with the Act at its expense immediately upon being notified by any person of the existence of such act, practice or non-compliance. 4. The contractor/successful tenderer shall permit representatives of the Municipality and the Health and Safety Committee on site at any time or times for the purpose of inspection to determine compliance with this contractor/tender. 5. No act or omission by any representative of the Municipality shall be deemed to be an assumption of any of the duties or obligations of the contractor/successful tenderer or any of its subcontractors under the Act. 6. The contractor/successful tenderer shall indemnify and save harmless the Municipality, a) from any loss, inconvenience, damage or cost to the Municipality which may result from the contractor/successful tenderer or any of its employees, its subcontractors or their employees failing to act safely or to comply in all respects with the Act in the perfonmance of any matters required pursuant to this contract'tender; SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... b) against any action or claim, and costs related thereto, brought against the Municipality by any person arising out of any unsafe act or practice or any non- compliance with the Act by the contractor/successful tenderer or any of its employees, its subcontractors or their employees in the performance of any matter required pursuant to this contract/tender; and c) from any and all charges, fines, penalties, and costs that may be incurred or paid by the Municipality (or any of its council members or employees) shall be made { .1 I. ,1a party to any charge under the Act in relation to any violation of the Act arising ONJ rUe III out of this contract/tender. i-rd c~~;~~'t!l ~ (!. Jj.... JJ. 4cJ~ 0J..................... 'N~~'~fP~;~~~' S'i~;~~' f~~' C~~~~~~~;... /I!flt IF C () s,~;;;;;;1#::A. .00j'n:.~~M' I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... CONTRACTOR HEALTH AND SAFETY W ARNING/STOP WORK ORDER The purpose of this form is to: (Issuer to check one of the following) Provide warning to the contractor to immediately discontinue the unsafe work practice described below Direct the contractor to immediately cease all work being performed under this contract due to the unsafe work practice described below. FAILURE TO COMPLY WITH THIS W ARNING/STOP WORK ORDER SHALL CONSTITUTE A BREACH OF CONTRACT. PART "A" - DETAILS OF CONTRACT CONTRACTIP.O. # DESCRIPTION: NAME OF FIRM: PART "B" - DETAILS OF INFRACTION (TO BE COMPLETED BY ISSUER) SCHEDULE (C) CONTRACTOR SAFETY DATE & TIME OF INFRACTION: DESCRIPTION OF INFRACTION INCLUDING LOCATION: ORDER GIVEN BY MUNICIPALITY: DID THE CONTRACTOR COMPLY WITH THIS ORDER? DATE & TIME OF COMPLIANCE: ISSUED TO: CONTRACTOR'S EMPLOYEE TITLE ISSUED BY: MUNICIPAL EMPLOYEE, DEPARTMENT TITLE PART "C" - ADDITIONAL COMMENTS THIS SECTION IS TO BE USED INTERNALLY TO RECORD ADDITIONAL COMMENTS SUBSEQUENT TO ISSUING THE W ARNING/STOP WORK ORDER, I.E. DATE AND TIME WORK RESUMED, FURTHER ACTION TAKEN, ETC. I I I I I I I '1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2006-13 INSTRUCTIONS TO TENDERERS P/29480/Specs/2151581T.doc I I I I I I I I I I I I I I I I I I I INDEX INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2006-13 CLAUSE SUBJECT PAGE I. GENERAL........................................................................................................................................................... I 2. BLANK FORM OF TENDER ___.................................................___.............___...............___........................---........ 1 3. TENDER DEPOSITS ................... ................................................................. ...................................................... I 4. BONDS ................................................................................................................................................................2 5. RIGHT TO ACCEPT OR REJECT TENDERS................................___._____............................___..........................2 6. UNACCEPTABLE TENDERS ........................................................................................................................... 2 7. ABILITY AND EXPERIENCE OF TENDERER.............__...........................___....__......................................___...2 8. PROVINCIAL SALES T AX.......................................... ........................................ ...... ............. ...... .................... 2 9. GOODS AND SERVICES TAX (GST)...............................--.........---........................--...............---.................... 3 10. EXECUTE CONTRACT DOCUMENTS........................................................................................................... 3 II. COMMENCEMENT OF WORK........................................................................................................................ 3 12. LOCATION. ..................... .....__.......................................................... ............................................. .... ................. 3 13. SOILS INFORMATION AND CROSS-SECTIONS ..............................................__....................__.................--- 3 14. TENDERERS TO INVESTIGATE........ ................................... ....... ..................................................... .............. 4 15. INQUIRIES DURING TENDERING ......................... ........................................................................................ 4 16. AWARD OF THE CONTRACT ...............................................___.......___............................................................. 4 17. DEFINITION OF OWNER/AUTHORITY AND ENGINEER/CONTRACT ADMINISTRATOR.................. 4 18. ADDENDA..........................__.............................................................................................................................. 5 19. UTILITIES............................. .......................................................................--......... ...................................--....... 5 20. CONSTRUCTION TIMING ............................................................................................................................... 5 I I I I I I I I I I I I I I I I I I I PAGE ONE INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2006-13 1. GENERAL SEALED Tenders plainly marked "Contract No. CL2006-13 " will be received until: 2:00:00 P.M., LOCAL TIME, FRIDAY, JUNE 2, 2006 and shall be addressed to: Ms. Patti Barrie, Clerk Corporation of the Municipality of Clarington 40 Temperance Street Bowmanville, Ontario L1 C 3A6 2. BLANK FORM OF TENDER One copy of the Tender, on the forms provided, shall be submitted. All information requested shall be shown in the tender, in the space provided. 3. TENDER DEPOSITS All tenders shall be accompanied by a certified cheque or a bid bond in the minimum amount defined below, made payable to the Authority, as a guarantee for the execution of the Contract $ 20,000.00 or less 20,000.01 to 50,000.00 50,000.01 to 100,000.00 100,000.01 to 250,000.00 250,000.01 to 500,000.00 500,000.01 to 1,000,000.00 1,000,000.01 to 2,000,000.00 2,000,000.01 and over Minimum Deposit Required $1,000.00 2,000.00 5,000.00 10,000.00 25,000.00 50,000.00 100,000.00 200,000.00 All deposits will be returned within ten days after the Tenders have been opened except those which the Authority elects to retain until the successful tenderer has executed the Contract Documents. The retained tender deposits will be returned when the successful Tenderer has fully complied with the conditions outlined in the Contract Documents. I I I I I I I I I I I I I I I I I I I INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2006-13 2. 4. BONDS The Contractor is required to provide a Performance Bond, and a Labour and Material Payment Bond, each in an amount equal to 100 percent of the Total Tender Amount, to guarantee his faithful performance of this Contract and his fulfillment of all obligations in respect of maintenance and payment for labour and materials used on this work. Each Bond shall be with a satisfactory Guarantee Surety Company, resident in Canada or authorized to carry on business in Canada. An Agreement to Bond must be submitted with the tender bid. Bonding company standard "Agreement to Bond" forms are acceptable. 5. RlGIIT TO ACCEPT OR REJECT TENDERS The Authority reserves the right to reject any or all tenders or to accept any tender should it be deemed to be in its best interest to do so. Tenders which are incomplete, conditional or obscure, or which contain additions not called for, erasures, alterations, or irregularities of any kind, may be rejected as informal. Tenders will not be accepted unless submitted in the envelopes provided. 6. UNACCEPTABLE TENDERS Each item in the Tender Form shall include a reasonable price for such item. Under no circumstances will an unbalanced tender be considered. The Authority and the Contract Administrator will be the sole judge of such matters, and should any tender be considered to be unbalanced, then it will be rejected by the Authority. 7. ABILITY AND EXPERIENCE OF TENDERER The Authority reserves the right to reject any tender where satisfactory evidence of sufficient capital, plant and experience to successfully prosecute and complete the work in the specified time, is not furnished by the Tenderer. 8. PROVINCIAL SALES TAX Provincial Retail Sales Tax shall be included in tendered prices for material supplied under this Contract. I I I I I I I I I I I I I I I I I I I INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2006-13 3. 9. GOODS AND SERVICES TAX (GST) The Tenderer shall NOT include any amount in his tender unit prices for the Goods and Services Tax. The GST will be shown on each payment certificate and will be paid to the Contractor in addition to the amount certified for payment and will therefore not affect the Contract unit prices. 10. EXECUTE CONTRACT DOCUMENTS Tenders shall be open for acceptance for a period of 30 days after the closing date. After this time the tender may only be accepted with the consent of the successful Tenderer. The successful Tenderer shall execute the Contract Documents and furnish the required bonds within 10 calendar days of receipt of notification of Acceptance of Tender. Failure by the successful Tenderer to meet the above requirements will entitle the Authority to cancel the award of the Contract and to retain the tender deposit as compensation for damages sustained due to the successful Tenderer's default. The Authority may then award the Contract to one of the other Tenderers or take such other action as it chooses. 11. COMMENCEMENT OF WORK The successful Tenderer shall commence work at the site within 7 calendar days of the official commencement date as specified in the written order issued in accordance with GC7.0L02 of the General Conditions. 12. LOCATION The work is located on North Street, Baldwin Street, Edward Street and Church Street, Newcastle, Municipality of Clarington. 13. SOILS INFORMATION AND CROSS-SECTIONS Geotechnical investigations have been undertaken on behalf of the Municipality of Clarington and the Region of Durham. The results provided are for information only and are not guaranteed by the Authority. A copy ofthe Geotechnical Report is included with the Tender Documents as listed in the "Schedule of Tender Data". Design cross-sections may be viewed for information purposes at TSH Cobourg. I I I I I I I I I I I I I I I I I I I INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2006-13 4. Test pits will be excavated on Friday, May 26, 2006 commencing at 9:30 a.m. at the south end of Church Street. Attendance is mandatory. 14. TENDERERS TO INVESTIGATE Tenderers must satisfY themselves by personal examination of the site and by such other means as they may prefer as to the actual conditions and requirements of the work. The Tenderer shall carefully examine all plans and profiles so that the unit prices tendered are commensurate with the nature ofthe work. It shall be the Contractor's responsibility to thoroughly inspect the site of the proposed works, determine the location of any buried or obstructing services and make satisfactory arrangements for interference with such service with the proper jurisdictional agency. 15. INQUIRIES DURING TENDERING The Tenderer is advised that inquiries regarding the interpretation of the plans or specifications, shall be directed to the Contract Administrator, TSH, Telephone: 905-372-2121, attention: Will McCrae, P. Eng. or Roy Kempton, P. Eng. 16. AWARD OF THE CONTRACT The award of this Contract is subject to the approval of the Regional Municipality of Durham and the Ministry of the Environment. 17. DEFINITION OF OWNER/AUTHORITY AND ENGINEER/CONTRACT ADMINISTRATOR Wherever the word "Owner" or "Authority" or "Corporation" appears in this Contract, it shall be interpreted as meaning the Corporation of the Municipality of Clarington. Wherever the word "Ministry", "M.T-C." or "M.T.O" appears it shall be deemed to mean the "Ministry of Transportation, Ontario" or the "Corporation of the Municipality ofClarington". Wherever the word "Contract Administrator" or "Engineer" appears in this Contract it shall be deemed to mean the Consultants, Totten Sims Hubicki Associates, or such other officers, as may be authorized by the Authority to act in any particular capacity. I I I I I I I I I I I I I I I I I I I INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2006-I3 5. 18. ADDENDA The Contractor shall ensure that all addenda issued during the tendering period are attached as part of the submitted bid. Failure to do so will result in disqualification of the bid. 19. UTILITIES Plans illustrating proposals for the relocation of utilities are available for inspection at the office of the Contract Administrator. For additional infonmation regarding existing utilities the Contractor may contact the following personnel: Ms. Kimberly McLellan Bell Canada Ms. Donna Naulls Enbridge Consumers Gas Tel: 905-433-3061 Tel: 1-416-758-7935 Ms. Cindy Ward Roger Cable T.V. Ltd. Mr. Peter Petriw, P.Eng. Veridian Connections Tel: 905-436-4138 Tel: 1-905-427-9870 Ext. 3252 20. CONSTRUCTION TIMING The Contractor is advised ofthe following timing with respect to operations. I. Construction shall commence on Monday, July 10, 2006. 2. Operations shall proceed such that Church Street is constructed to base asphalt and curb and gutter by Friday, November 24,2006. Sod restoration may be held over to 2007. 3. Should operations allow, work may proceed on the sewer installation on Edward Street as long as the timing of Church Street operations is not jeopardized and traffic can be maintained with suitable temporary restoration. 4. The Municipality will consider winter work as long as traffic can be maintained in a satisfactory manner and the Municipality does not incur additional costs as a result of allowing winter work. 3. The contract shall be completed in its entirety by Friday, September 29,2007. 6. The Contractor shall take into account the provisions for traffic maintenance in assessing the work schedule. I I I I I I I I I I I I I I I I I I I CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2006-13 SPECIAL PROVISIONS - GENERAL P/29480/Specs/21516-SPG.doc I I I I I I I I I I I I I I I I I I I INDEX SPECIAL PROVISIONS-GENERAL CONTRACT NO. CL2006-13 CLAUSE SUBJECT PAGE I. PLAN QUANTITY ITEMS ....__.......____....__................____..____.__....__.____....__.....__....____..__..__.....__...............1 2. GUARANTEED MAINTENANCE ..__..__......__...____...__......__.__....____.___....__.....__...__.....__....__......______....... I 3. CONTRACT TIME AND LIQUIDATED DAMAGES ____.____.______.__.____.__.__.______....______..____..__..__......__..1 4. CONTRACTOR'S AUTHORIZED REPRESENTATIVE ___________.__.______.____.........__.____....__..__..__.____.__..2 5. OPS GENERAL CONDITIONS.....................................____......__...____...____...__....................................... 2 6. LAYOUT ...__...........__................................................__......__...........__.............__.........__....................__.....2 7. RESTRICTIONS ON OPEN BURNING ..__..__.___...__.___________.___..__......__............................__.______..__..__.__3 8. PAYMENTS .......__.........__..__...__.__...____..____....__...____..................__..__.............__.......__........__......__.__....______3 9. UTILITIES ........____............__....__.__...__....__.....__...__.__... ................ ...__.............____..__......__...__.__..................3 10. HAUL ROADS .__...____..____..__.__...__.....__.......__.....__.............__............__..........__...........__........__....__........____4 II. DUST CONTROL ...__..____..__.____.............__...__....____.....__..................__....__.....____....__....__..__..__....____..........4 12. TRAFFIC CONTROL, FLAGGING ...____................__..................__..__...............__...____...........................4 13. CONTRACTOR'S SUPPLY OF CONSTRUCTION SIGNS__...__.______...______.__...____.______......__............... 5 14. CONSTRUCTION PHASING .............__.............. .... ...................__...__....................__.... ...... .____.....____..... 5 15. MAINTENANCE OF TRAFFIC .......................................____..__..__.__..__....__.__..............................__.......5 16. EMERGENCY AND MAINTENANCE MEASURES ...___..__....____..__......__..._____.______....____._____.____.____.__7 17. ENGINEERING FIELD OFFICE ____.____.__....____.__.__. ......__ ....___. .......__.__ __..____..__.__.____.____..__.__.......__....___.. 7 18. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL____....__.....__............__.____..____________..__.8 19. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 - DESIGNATED SUBSTANCES .........__.8 20. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM (WHMIS)...__.__.._________..__.9 21. SPILLS REPORTING ..................__.......................__....__....__..____.__........__...... ...........__.__...................__.... 9 22. PROTECTION OF WATER QUALITY ...._____....__...__.__.___..__....______............__....____.____..________.__..__..__.__10 23. TRAFFIC AND STREET SIGNS....__.__..__..__...____....__..........______.._____..______...__..........__.......__....__.._____.__10 24. GARBAGE COLLECTION______...__.........__.....__.....____...__...........____._____.......__..__......__..__.....__.......____..... II 25. ASPHALT MIX DESIGNS ............__.........__.......__...__________.__...__.............__...__..__.__.____..____..__...____.__...__11 26. AMENDMENT TO OPSS 1820; CONCRETE PIPE.__.__...__.__.__.__..__.__.__.._____._____.____...__...__.__...__.......ll 27. DELIVERY OF TEST SAMPLES ...........__.__.....________._____.____.__.....____.____....____._______________..___.__.____.......12 28. PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED SPACES 12 29. CONFINED SPACE ENTRY ....__.........__.__.........______.__.__.____.____..__. .....__.............____.__...___..______..____...__. 12 30. ENTRY ONTO PRIVATE PROPERTY .______..__________.............__.____._____________......__..________..........__.____.__.13 31. STORAGE AREAS ___..____.__....__...__.....____....__.....__....__..____....______.__..............__......__..__...__...______.__...__....13 32. GENERAL LIABILITY INSURANCE..__...____........__._____..______.____......____....__...........__.____._______..__.______.13 33. CONSTRUCTION LIEN ACT ..............__.................__........______.................................__........__.............13 34. PROPERTY OWNER'S RELEASE OF PRIV ATEL Y OWNED LAND USED BY THE CONTRACTOR..__.........__............__.........................................__...............................___.__.....................15 .' I I I I I I I I I I I I I I I I I I PAGE ONE SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2006-13 I. PLAN QUANTITY ITEMS Measurement for payment of the items designated (P) in the itemized bid is by plan quantity, as may be revised by adjusted plan quantity. 2. GUARANTEED MAINTENANCE Section GC7.l5.02 of the General Conditions is revised in that the Contractor shall guarantee and maintain the entire work called for under this Contract for a period of twenty-four (24) months. The Contractor shall make good in a permanent manner, satisfactory to the Authority, any and all defects or deficiencies in the work, both during the construction and during the period of maintenance as aforesaid. The Contractor shall commence repairs on any work identified as defective under this clause within 48 hours of receipt of notice from the Authority or the Contract Administrator. The decision of the Authority and the Contract Administrator shall be final as to the necessity for repairs or for any work to be done under this Section. 3. CONTRACT TIME AND LIQUIDATED DAMAGES (I) Time Time shall be the essence of this Contract For purposes of this Contract, GC 1.04 of the General Conditions is revised, in that Contract Time means the time stipulated herein for Completion of the Work as defined in Clause GCL06. (2) Progress oftbe Work and Contract Time The Contractor shall accomplish completion of this Contract as defined in GCL06 of the General Conditions on or before September 29, 2007. If the contract time above specified is not sufficient to permit completion of the work by the Contractor working a normal number of hours each day or week on a single daylight shift basis, it is expected that additional and/or augmented daylight shifts will be required throughout the life of the contract to the extent deemed necessary by the Contractor to insure that the work will be completed within the contract time specified. Any additional costs occasioned by compliance with these provisions will be considered to be included in the prices bid for the various items of work and no additional compensation will be allowed therefore. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2006-13 2. (3) Liquidated Damages It is agreed by the parties to the contract that in case all the work called for under the contract is not completed by the date specified, or as extended in accordance with Section GC3.07 of the General Conditions, a loss or damage will be sustained by the Authority. Since it is and will be impracticable and extremely difficult to ascertain and determine the actual loss or damage which the Authority will suffer in the event of and by reason of such delay, the parties hereto agree that the Contractor will pay to the Authority the sum of ONE THOUSAND DOLLARS ($1,000.00) as liquidated damages for each and every calendar day's delay in achieving completion of the work beyond the date prescribed. It is agreed that this amount is an estimate of the actual loss or damage to the Authority which will accrue during the period in excess of the prescribed date for completion. The Authority may deduct any amount under this paragraph from any moneys that may be due or payable to the Contractor on any account whatsoever. The liquidated damages payable under this paragraph are in addition to and without prejudice to any other remedy, action or other alternative that may be available to the Authority. 4. CONTRACTOR'S AUTHORIZED REPRESENTATIVE Authorized representative as referenced in GC7.01.09 is defined as an employee of the Contractor. 5. OPS GENERAL CONDITIONS Wherever in this Contract reference is made to the General Conditions, it shall be interpreted as meaning the OPS General Conditions of Contract, September 1999. 6. LAYOUT Section GC7.02, Layout, is hereby revised by the deletion of Parts 03), 04), 05), and 06), and by the addition of the following: The Contract Administrator shall lay out and establish the primary alignment and grade controls necessary for construction. The Contractor shall provide the Contract Administrator with sufficient advance notice of his requirements to permit appropriate scheduling of the layout work. The layout performed by the Contract Administrator shall be sufficient to permit construction of the work by the Contractor in compliance with the Contract Documents, but shall not relieve the Contractor of his responsibility for the provision of qualified personnel and normal tools of the trade, as necessary for the transfer or setting of the secondary lines and grades from the primary controls provided. Tools of the trade are interpreted to include but not necessarily be limited to hand and line levels, boning rods, tape measures, lasers, etc. ,. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2006-13 3. 7. RESTRICTIONS ON OPEN BURNING Open fires will not be permitted within the limits of this Contract Brush and debris may as an alternative to burning, be disposed of outside the Contract Limits and in compliance with the requirements specified elsewhere for Management and Disposal of Excess Material. 8. PAYMENTS Except as herein provided, payments under this Contract will be made in accordance with Section GC8.02.03 of the General Conditions. Notwithstanding the provisions of the General Conditions respecting certification and payment, the Authority may withhold 2-1/2 percent of the total value of work performed beyond the expiration of 46 days from the date of publication of the Certificate of Substantial Performance, to enable the Contract Administrator to produce the final detailed statement of the value of all work done and material furnished under the Contract As a condition of holdback reduction from 10% to 2-1/2%, the Contractor shall supply a Statutory Declaration as defmed in GC8.02.03.07 OJ)(b) and advertise the Certificate of Substantial Perfonmance per GC8.02.03.04(03). The Completion Payment Certificate to include statutory holdback release, will be issued within 120 days after the date for completion as specified under GCI.06. The date for interest due to late payment shall commence following 180 days after the date of completion of the work. As a condition of the final holdback payment, the Contractor shall provide the required Property Owner's Releases as specified elsewhere, as appropriate. The Contractor shall include in his price for the publication of the Certificate of Substantial Performance. Publication is mandatory whether Contractor requests Substantial Perfonmance or not. The Contractor is advised that the Authority may withhold payment on Interim and Holdback Release Certificates up to 30 calendar days from the date of receipt of the executed Payment Certificates. 9. UTILmES Sections GC2.0l and GC7.l2 02) of the General Conditions are deleted in their entirety and are replaced by the following: The Contractor shall be responsible for the protection of all utilities at the job site during the time of construction. The Authority will be responsible for the relocation of utilities where required. However, no claims will be considered which are based on delays or inconvenience resulting from the relocation not being completed before the start of this Contract SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2006-13 4. The location and depth of underground utilities shown on the Contract drawings, are based on the investigations made by the Authority. It is, however, the Contractor's responsibility to contact the appropriate agencies for further infonmation in regard to the exact location of all utilities, to exercise the necessary care in construction operations and to take such other precautions as are necessary to safeguard the utilities from damage. 10. HAUL ROADS When so required by the Contract Administrator, payment for maintenance and restoration of haul roads will be made for the materials provided and the work performed as specified, at tender prices, or at negotiated prices. 11. DUST CONTROL As a part ofthe work required under Section GC7.06 of the General Conditions, the Contractor shall take such steps as may be required to prevent dust nuisance resulting from his operations either within the right-of-way or elsewhere or by public traffic where it is the Contractor's responsibility to maintain a roadway through the work Where the work requires the sawing of asphalt or the sawing or grinding of concrete, blades and grinders of the wet type shall be used together with sufficient water to prevent the incidence of dust, wherever dust would affect traffic or wherever dust would be a nuisance to residents of the area where the work is being carried out. The cost of all such preventative measures shall be borne by the Contractor except however where water or calcium chloride is used to reduce the dust caused by traffic on a roadway which it is the Contractor's responsibility to maintain for public traffic, the cost of such quantities of water and calcium chloride as are authorized by the Contract Administrator to restrict dust to acceptable levels, shall be paid for by the Authority at the contract prices for Application of Water or Application of Calcium Chloride. 12. TRAFFIC CONTROL, FLAGGING Flagging for traffic control on this Contract shall be in conformance with the procedure outlined in OTM Book 7 (Ontario Traffic Manual). Each flagman shall, while controlling traffic, wear the following: (i) an approved fluorescent blaze orange or fluorescent red safety vest, and (ii) an approved fluorescent blaze orange or fluorescent red armband on each arm, and (iii) an approved fluorescent blaze orange or fluorescent red hat. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2006-I3 5. 13. CONTRACTOR'S SUPPLY OF CONSTRUCTION SIGNS ill accordance with Section GC7.06 of the General Conditions, the Contractor is responsible for the supply, erection, maintenance and subsequent removal of all temporary traffic controls, including signs, lights, barricades, delineators, cones, etc., required on the work. Traffic controls shall be provided in general accordance with the latest edition ofthe "OTM Book 7". As a minimum requirement and without restricting the Contract Administrator or the Authority in requiring further controls, the following signs shall be supplied: . ..... . Sign Nulllber SignMe5sllg~ Number RequlI'ed TC-1 CONSTRUCTION 10 TC-3L LANE CLOSED AHEAD 2 TC-3R LANE CLOSED AHEAD 2 TC-3tL LEFT LANE CLOSED 2 TC-3tR RIGHT LANE CLOSED 2 TC-7, TC-7t, TC-8t ROAD CLOSED, LOCAL TRAFFIC ONLY 2 TC-41A CONSTRUCTION ZONE BEGINS 6 TC-41B CONSTRUCnON ZONE ENDS 6 Traffic controls shall be operational before work affecting traffic begins. 14. CONSTRUCTION PHASING Restoration of roadway shall follow closely behind underground installation with each block completed to a Granular' A' grade when underground works continue into the next block. The Contractor is directed to Clause 20 of the illstructions to Tenderers section for additional details regarding construction phasing. 15. MAINTENANCE OF TRAFFIC The following traffic controls may be put into affect to assist the Contractor's operations. . The intersection of King Avenue and Baldwin Street must be kept open to one lane two-way traffic at all times during construction within the intersection. Normal two-way traffic shall be maintained for the balance of the Contract. . North Street shall be closed to traffic while work in the intersection with King Avenue is ongoing. . Baldwin Street may be closed to traffic, block by block as work progresses. . Edward Street and Baldwin Street intersection shall be kept open to traffic with diversion of eastbound traffic on Edward Street to Baldwin Street. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2006-13 6. . Edward Street may be closed to through traffic, between Baldwin Street and Church Street . Church Street and Robert Street intersection shall be kept open to one lane of traffic. . Church Street may be closed to through traffic block by block. . Emily Street may be closed to through traffic. . Edward Street/Church Street and Church Street/James Street intersections may be closed to through traffic. The Contractor shall prepare a traffic control plan based on the foregoing conditions. Such plan may be altered as construction operations dictate. Any deviation from the approved plan shall be approved by the Contract Administrator. The traffic control plan shall allow where possible for the introduction of normal traffic flow conditions at the end of each working day. Conditions of vehicular access on side streets will be reviewed with the Contractor during operations but it is the intent of the Contract that access be available only to local vehicular and pedestrian traffic during construction. It is the intention of the Contract that every reasonable effort shall be made to provide vehicular access to homes and other properties within the limits of each phase at the end of each working day. It is understood that implementation of traffic controls will require ongoing review and adjustment to suit construction operations. No deviation from the above procedure will be allowed except with the approval of the Engineer. Notwithstanding the preceding, the Contractor shall at all times maintain the roadway surface within the contract limits in a condition satisfactory to the Engineer and such that any emergency vehicles may have immediate access to any building located within the limits of this Contract. The Contractor shall be responsible for all signing at the contract limits and within the contract limits. The Contractor shall ensure the signing is properly maintained while in use. It shall be the Contractor's responsibility to directly notifY Police, Fire, Hospital and Ambulance services of road closures at least 24 hours in advance of such closures and to notifY these same authorities when such closures are no longer in effect It is the Contractor's responsibility to provide draft advertisements for road closures to the Municipality for review a minimum of three (3) weeks in advance of such closure. The newspaper advertisement shall indicate the date of closing of the roadway and the length of time for which the road will be closed. This advertising is in addition to the notification required for Police, Fire, Hospital and Ambulance as indicated above. The Contractor shall be responsible for all detour signing outside the contract limits. I I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2006-13 7. I I I I I I I I I I I 16. EMERGENCY AND MAINTENANCE MEASURES Whenever the construction site is unattended by the general superintendent, the name, address and telephone number of a responsible official of the contracting finn, shall be given to the Contract Administrator. This official shall be available at all times and have the necessary authority to mobilize workmen and machinery and to take any action as directed by the Contract Administrator in case emergency or maintenance measures are required regardless whether the emergency or requirement for maintenance was caused by the Contractor's negligence, act of God, or any cause whatsoever. Should the Contractor be unable to carry out immediate remedial measures required, the Authority will carry out the necessary repairs, the costs for which shall be charged to the Contractor. 17. ENGINEERING FIELD OFFICE The Contractor, shall, at no additional expense to the Authority, supply an office for the exclusive use of the Contract Administrator. This office shall be located as directed by the Engineer, but in no case shall be more than one kilometre from the Contract limit The Contract Administrator's office shall have a minimum of 17 m' of floor area, with a clear ceiling height of not less than 2.3 m, weatherproof, insulated walls and roof and a tight wooden floor raised at least 0.3 m clear of the ground. The office shall be fitted with a minimum of two glazed windows, both of which can be opened and are fitted with screens. The door shall have a reliable lock, all keys for which shall be in the care of the Contract Administrator. The Contractor shall supply electric light, heat when required, and an air conditioner of 8,000 BTU minimum when required, to the Contract Administrator's satisfaction and shall furnish the office with a minimum of one desk with drawers, one drafting table, five chairs, two drafting stools, one filing cabinet, a waste paper basket and a broom. I I I I Where the Contractor elects to supply a combination office for the use of the Contract Administrator and his own staff, the minimum requirements for the Contract Administrator's accommodation as outlined shall be met In addition, separate outside access for each office shall be provided and the Contract Administrator's office shall be partitioned off from that of the Contractor, on the inside. Any inside connecting door between the two offices shall be fitted with a lock or closer on the Contract Administrator's side. Where the field office is situated remote from a built-up area and where alternate toilet facilities are not available, the Contractor shall also supply an acceptable chemical or equivalent dry toilet, in a location convenient to the Contract Administrator's office. I I I The field office and other facilities shall be provided at the site within 14 days of the Date of Notification to Commence Work or on the date ofthe Contractor's actual commencement of work, whichever date occurs first, and shall remain at the site, if the Contract Administrator so requires, for a period of up to two months after the completed work is accepted by the Authority. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2006-13 8. I I I I I I I I I I I I I I I I I I I 18. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL The requirements of OPSS 180 shall apply to this Contract, revised as follows: .1 Section 180.03, Definitions, shall be amended by the addition of the following: Work area: means the road allowance, right-of-way, and property with a boundary common to the road allowance or right-of-way within the Contract limits. .2 Subsection 180.07.02, Conditions on Management by Re-Use, shall be amended by the addition of the following: Recycled hot mix asphalt or excess bituminous pavement shall not be used as trench backfill or bedding. The Contractor shall be responsible for obtaining a copy of applicable Form Nos. OPSF 180-1, OPSF 180-2, OPSF 180-3 and OPSF 180-4 and 180-5 for use where appropriate with respect to disposal of excess material. 19. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 - DESIGNATED SUBSTANCES In accordance with the requirements of Section 18a(l) of the Occupational Health and Safety Act, the Authority has determined that the designated substances as listed hereunder are present on the site and within the limits ofthis Contract Designated Identified on this Site Location Substance Acrylonitrile No Arsenic No Asbestos Yes Sanitary sewers and watermain pipe Benzene No Coke Oven Emissions No Ethylene Oxide No Isocynates No Lead No Mercury No Silica No Vinyl Chloride No I I I I I I I I I 'I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2006-13 9. It is the responsibility of the Contractor to ensure that all sub-contractors performing work under this Contract have received a copy of this specification, where Designated Substances are identified as being present at the site of the work. The Contractor shall comply with the governing Ministry of Labour Regulations respecting protection of workers, removal, handling and disposition of the Designated Substances encountered on this Contract. Prior to commencement of this work, the Contractor shall provide written notification to the Ministry ofthe Environment at 7 Overlea Boulevard, Toronto, Ontario M4H lAB, of the location(s) proposed for disposal of Designated Substances. A copy of the notification shaU be provided to the Contract Administrator a minimum of two weeks in advance of work starting. In the event that the Ministry of the Environment has concerns with any proposed disposal location, further notification shaU be provided until the Ministry of the Environment's concerns have been addressed. AU costs associated with the removal and disposition of Designated Substances herein identified, shall be deemed to be included in the appropriate tender items. Should a Designated Substance not herein identified be encountered in the work, then management of such substance shall be treated as Extra Work. The requirements of Section GC4.03 of the General Conditions of the Contract shaU apply. 20. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM (WHMIS) Reporting Section GC4.03.06 is deleted and replaced with the foUowing: Prior to the commencement of work the Contractor shall provide, to the Contract Administrator, a list of those products controUed under WHMIS which he expects to use on this Contract. Related Material Safety Data Sheets shaU accompany the submission. All containers used in the application of products controlled under WHMIS shall be labeled. The Contractor shall notify the Contract Administrator of changes to the list in writing and provide the relevant Material Safety Data Sheets. 21. SPILLS REPORTING SpiUs or discharges of pollutants or contaminants under the control of the Contractor, and spills or discharges of pollutants or contaminants that are a result of the Contractor's operations that cause or are likely to cause adverse effects shaU forthwith be reported to the Contract Administrator. Such SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2006-13 I 10. I spills or discharges and their adverse effects shall be as defined in the Environmental Protection ActR.S.O.1980. I All spills or discharges of liquid, other than accumulated rain water, from luminaires, internally illuminated signs, lamps, and liquid type transformers under the control of the Contractor, and all spills or discharges from this equipment that are a result of the Contractor's operations shall, unless otherwise indicated in the Contract, be assumed to contain PCB's and shall forthwith be reported to the Contract Administrator. I I This reporting will not relieve the Contractor of his legislated responsibilities regarding such spills or discharges. I I 22. PROTECTION OF WATER QUALITY At all times, the Contractor shall maintain existing stream flows and shall control all construction work so as not to allow sediment or other deleterious materials to enter streams. No machinery shall enter the creek bed of any watercourse. Movement of construction equipment in the vicinity of any creeks shall be limited to the minimum required for construction. I I I I I No waste or surplus organic material including topsoil is to be stored or disposed of within 30 metres of any watercourses. Run-off from excavation piles will not be permitted to drain directly into watercourses but shall be diffused onto vegetative areas a minimum of 30 metres from the watercourse. Where this measure is not sufficient or feasible to control sediment entering the watercourses, sedimentation traps or geotextile coverage will be required. If dewatering is required, the water shall be pumped into a sedimentation pond or diffused onto vegetated areas a minimum of 30 metres from the watercourses and not pumped directly into the watercourses. The Contractor shall not carry out equipment maintenance or refueling or store fuel containers within 100 metres of any watercourse. The Contractor shall not stockpile construction debris or empty fuel/pesticide containers within the Contract limits. The Contractor will be responsible for the removal and salvage of existing traffic and street signs, and their delivery to the Authority's Works Department Yard, for re-erection by the Authority following completion of the work. I I , I 23. TRAFFIC AND STREET SIGNS Scheduling for sign removal shall be as approved in advance by the Contract Administrator. I Regulatory signs such as "Stop" and "Yield" must be maintained throughout. I I I I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CLlOO6-13 11. 24. GARBAGE COLLECTION The Contractor will be responsible for ensuring that garbage collection, including recyclables, is maintained and when necessary, the Contractor shall make arrangements directly with the collecting agency, to permit and coordinate pick-up. 25. ASPHALT MIX DESIGNS The Contractor shall be responsible for the provision of current mix designs for all hot mix asphalt required for the work, or for having the necessary mix designs prepared by a certified laboratory. The mix designs proposed for use by the Contractor shall be submitted in writing to the Contract Administrator for his approval and no work shall commence until the design mixes are approved. All costs associated with the provision of approved mix designs shall be borne by the Contractor. Steel slag and blast furnace slag coarse and fine aggregates shall not be used in any hot mix required by this Contract. 26. AMENDMENT TO OPSS 1820; CONCRETE PIPE Section 1820.02, References, ofOPSS 1820 is deleted and replaced by the following: 1820.02 References This specification refers to the following standards, specifications, or publications: Ontario Provincial Standards Specifications (Material) CSA Standard A257-MI982 - Standards for Concrete Pipe Section 1820.07, Production, ofOPSS 1820 is deleted and replaced by the following: 1820.07 Production 1820.07.01 General Production methods shall conform to the requirements of CSA A257.1 and CSA A257.2. Pipe for use in sewers up to and including 900 mm designated internal diameter shall be pipe of the size and class required, and shall conform to the MOE Pre-qualification Requirements for Concrete Sewer Pipe Plants. The plant shall have a valid Pre-qualification Certificate at the time of production and delivery of the pipe. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2006-13 12. I I I I I I I I I I I I I I I I I I I 1820.07.02 Marking Marking shall conform to the requirements ofCSA Standard A257.1M or A257.2M. Pipe conforming to the MOE Pre-qualification Requirements for Concrete Sewer Pipe Plants shall bear the letters "MOE". Jacking Pipe shall be marked with the words "Jacking Quality". 27. DELIVERY OF TEST SAMPLES The Contractor shall include in his tender prices for the cost of delivery of concrete test cylinders and asphalt samples to a designated testing laboratory. For this contract the designated testing laboratory is TSH Cobourg 28. PREP ARA TION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED SPACES Clause GC7.0 1.06 of the OPS General Conditions of Contract is amended by the addition of the following: Detailed written procedures addressing the confmed space requirements of the Occupational Health and Safety Act and Ontario Regulations for Construction Projects, Ontario Regulation 213/91, shall be clearly posted at the project site and available to all personnel, including the Contractor's workers, Authority staff, Contract Administrator, and Ministry of Labour inspectors. The procedures must include the rescue procedures to be followed during a rescue or evacuation of all personnel from an unsafe condition or in the event of personal injury. The Contractor shall have personnel trained in rescue procedures readily available on site. 29. CONFINED SPACE ENTRY Without relieving the Contractor of his responsibilities under the Occupational Health and Safety Act the Contractor shall be responsible for the supply of personal protective equipment for the use of the Contract Administrator, in connection with confined space entry while the Contractor is operating on site. The following equipment shall be made available on request: . Mechanical Ventilation Equipment . Gloves . Gas Detector (C95-80) I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2006-I3 13. . Full body harness securely attached to a rope . Rope . Gas mask or dust, mist or fume respirator (optional) . 30 minute self-contained breathing apparatus (need not be worn but, if required, be readily available to supply air for instant egress) . 7 minute Escape Pack . Explosion-proof temporary lighting . Adequate clothing to ensure protection against abrasions and contamination. In addition the Contractor shall provide a competent person who shall inspect all safety equipment prior to use to ensure that it is in good working order and appropriate for the task at hand. 30. ENTRY ONTO PRIVATE PROPERTY The Contractor shall not enter private property or property which is to be acquired to construct the works without the prior consent of the Contract Administrator. This requirement will be strictly enforced. 31. STORAGE AREAS Clause GC3 .06.0 I of the General Conditions of Contract is amended by the addition of the following: The use of the road right-of-way as a long term storage area is not allowed under this Contract. The storage of materials and movement of equipment will only be allowed for normally accepted construction practices. 32. GENERAL LIABILITY INSURANCE The Regional Municipality of Durham shall also be narned as an additional insured. 33. CONSTRUCTION LIEN ACT The Contractor shall give the Authority notice in writing, immediately, of all lien claims or potential lien claims coming to the knowledge of the Contractor or his agents. When a claim for lien is filed by a Subcontractor, labour or material supplier or equipment renter acting under the Contractor, and proceedings are commenced by the Authority to vacate the lien, the Contractor agrees and shall forthwith pay to the Authority, in addition to their reasonable legal fees therefore, all interest costs and expenses incurred by the Authority and an additional sum equal to ten percent (10%) of the sum found to be owing as liquidated damages, and such remedy shall be in addition to any other remedy available to the Authority under the Contract Documents. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2006-13 14. Where any lien claimant asks from the Authority the production for inspection of the Contract Documents or the state ofthe accounts between the Authority and the Contractor, the Contractor shall be liable for an administration fee of Two Hundred Dollars ($200.00) for each request made as compensation for the preparation of such accounting or for the preparation of the Contract, or both, as the case may be, and the Contractor acknowledges that such administrative fee shall be properly deductible, if the Authority should so choose, from monies otherwise payable to the Contractor under the terms of the Contract Documents. Where an application is brought to a judge of a competent jurisdiction to compel production of any particular document to a lien claimant, the Contractor further agrees to indemnifY the Authority from reasonable legal fees incurred in appearing on such an application and in addition agrees to pay to the Authority its reasonable costs incurred in producing such documents to the extent that the same is made necessary under the disposition of the matter by such judge, and the Contractor further agrees that such reasonable costs and fees incurred by the Authority as stated herein may be properly deductible from monies otherwise payable to the Contractor under the terms of the Contract Documents. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2006-13 15. 34. PROPERTY OWNER'S RELEASE OF PRIV ATEL Y OWNED LAND USED BY THE CONTRACTOR Upon completion of the Contract, the Contractor shall provide the Authority with two (2) copies of a form of release signed by each property owner, upon whose land he has entered for purposes associated with the Contractor's operations but not for the purpose of undertaking works stipulated in the Contract: Date .______________._______ To: Mr. A's. Cannella, CE.T., Director of Engineering Services Corporation of the Municipality of Clarington Municipal Administration Centre, 40 Temperance Street BOWMANVILLE, Ontario LlC 3A6 Re: Contract No. CL2006-13 Dear Sir: I hereby certifY that (Name of Contractor) have fulfilled the terms of our agreement and have left my property in a satisfactory condition. I have accepted their final payment and release (Name of Contractor) and the Municipality of Clarington from further obligations. Yours very truly, Signature Property Owner's Name....__..__.......__..... __..Lot......Concession.......... Municipality of _____.____hh____.____..__.__.__h_____ (Please complete above in printing) Final payment will not be released to the Contractor until all the applicable forms of release have been signed by the property owners and received by the Authority. I I I I I I I I I I I I I I I I I I I CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2006-13 SPECIAL PROVISIONS - TENDER ITEMS PI29480ISpecsI21S17-SP-Tldoc I I I I I I I I I I I I I I I I I I I PAGE ONE SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 PART 'A' ROAD WORKS AND STqRM SEWERS SITE PREPARATION - ITEM NO. AI. Under this Item and for the lump sum bid the Contractor shall undertake the following work: . Removal and salvage of wooden fence at House No. 123 Baldwin Street. . Removal and salvage of street signs . Removal and salvage of wooden curb at House No. 140 Baldwin Street. . Removal and salvage of block wall and curb at House No. \437 Church Street. CLEARING AND GRUBBING - ITEM NO. A2 Under this Item and at the lump sum bid the Contractor shall undertake the following work: . Clearing and grubbing of tree flanking House No. 35 Edward Street . Clearing and grubbing of tree opposite House No. 126 Baldwin Street. . Grubbing of stumps at House No. 100, Baldwin Street. . Clearing and grubbing of trees (3) fronting House No. 5\ and pumping station on North Street. Adjacent homeowners have the first right to wood from tree removal, otherwise it shall be disposed of by the Contractor. EARTH EXCA V ATION- (GRADING) - ITEM NO. A3 Payment under this Item shall include: . Removal and disposal of asphalt from Baldwin Street and Church Street and associated sidestreets. . Removal and disposal of asphalt from entrances. . Excavation as required to construct swales behind sidewalk where indicated. . Excavation in private entrances. . Excavation in parking areas associated with the Arena on Baldwin Street, Caroline Street and within the existing parking area. . Proof rolling of subgrade. Where it is found that subgrade is unstable, over trench backfill areas, additional excavation may be necessary. This will be measured and added to the PQP quantity. Such conditions will be determined by the Contract Administrator. Where deleterious materials are encountered below subgrade in road excavation this will be measured and paid for as an additional quantity to the plan quantity volume shown on the itemized bid sheet. The estimated quantities under this Item are as follows: SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 2. I I I I I I I I I I I I I I I I I I I Baldwin Street Earth excavation Topsoil stripping Fill required 3901 216 248 Church Street Earth cut Topsoil stripping Fill required 1,938 435 292 Surplus excavated material shall be disposed of at locations arranged for by the Contractor. Stripped topsoil is not acceptable for use in restoration of grassed areas. Should the parking areas not be constructed then the PQP quantity will be reduced by 100 m' . HOT MIX HL-3 and HL-8- ITEMS NO. A4 AND AS The Contractor shall supply all materials required for the proper excavation of paving in accordance with OPS 310. Asphalt shall be PGAC 58-28. The Marshall Stability for HL-3 surface course shall be a minimum 8900 and for HL-8binder course a minimum of 8000. The unit price bid shall include for the following: . Forming asphalt curb at catchbasin and catchbasinlmaintenance hole locations. . Construction of step joints at limits of construction at King A venue and Edward Street. . Paving of asphalt shoulder. . Paving of parking areas. . Forming of temporary ramps at limits of construction. The following depths of asphalt shall apply: . Baldwin Street, 40 mm HL-3 and 50 mm HL-8. . Church Street, 40 mm HL-3 and 50 mm HL-8 . Edward Street restoration, 40 mm HL-3 and 90 mm HL-8, 2 courses . Emily Street restoration 40 mm H.L-3 and 50 mm H.L-8 . North Street restoration, 40 mm HL-3 and 50 mm HL-8 . Sidestreets,40 mm HL-3 and 50 mm HL-8 . Shoulder, 50 mm HL-3 . Private entrances, 50 mm HL-3 . Arena entrance, 40 mm of HL-3 and 50 mm of HL-8 . Parking areas, 50 mm ofH.L-3. Where sanitary sewer and watermain (including services) trenching operations extend beyond the limits of road construction on Church Street and Baldwin Street and elsewhere, payment for restoration of disturbed asphalt surfaces will be measured and paid for under these items. I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 3. The Contractor shall be expected to minimize disturbance to surfaces in trenching operations beyond the indicated limits of works associated with road construction by use of vertical trenching. Where disturbance is deemed to be caused by negligence on the part of the Contractor, restoration shall be undertaken at the cost of the Contractor. This shall apply to all disturbed surfaces whether they are asphalt, gravel or sod. GRANULAR 'A' AND GRANULAR 'B' TYPE 1- ITEMS NO. A6 AND A7 Payment shall be made under these Items for supply placing and compacting Granular' A' and Granular 'B'Type I to the following depths. . Baldwin Street, 150 mm of Granular 'A' and 300 mmofGranular 'B' Type L . C1nU'ch Street, 150 mm of Granular 'A' and 300 mm of Granular 'B' Type L . Edward Street, 150 mm of Granular 'A' and 375 mmofGranular 'B' Type L . North Street, 150 mm Granular 'A' and 300 mm of Granular 'B' Type L . Sidestreets, 150 mm of Granular 'A' and 300 mm of Granular 'B' Type L . Private entrances, 200 mm Granular' A' and 300 mm of Granular 'B' Type L . Paved shoulder, 150 mm Granular 'A' and 300 mmofGranular 'B' Type I on Baldwin Street and Caroline Street. . Parking on east and west side of Baldwin Street at the Arena, 150 mm Granular' A' and 300 mm Granular 'B' Type L . Parking in the southwest corner of existing arena parking.. . Arena entrance, 150 mm Granular 'A' and 300 mmofGranular 'B' Type L Note that additional Granular 'B' may be required in areas of unstable subgrade. Where sanitary sewer and watermain trenching (including services) operations extend beyond the limits of road construction on Church Street and Baldwin Street, payment for granulars used in the restoration of gravel or paved surfaces shall be measured and paid for under these items. Some of the work such as the parking shoulder on Caroline Street, parking at the arena and additional parking on the west side of Baldwin Street may be deleted from the Contract at the discretion of the owner. CONCRETE IN SIDEWALK - ITEM NO. AS Where new sidewalk abuts existing sidewalk an expansion joint shall be constructed at these locations. Every joint shall be a contraction joint except where expansion joints are indicated. The unit price bid shall include for any minor excavations required where existing sidewalk is being replace. Payment shall also be made under this Item for construction of private walkways where indicated and for the construction of concrete slabs for the super mail boxes on North Street, Baldwin Street and Church Street, including excavation and disposal of supplied material. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 4. I I I I I I I I I I I I I I I I I I I The unit price bid shall include for construction of concrete steps at one location at the Arena. Measurement for payment of steps shall be by step width times the sum of the tread and the riser. INTERLOCKING BRICK PAVERS - ITEM NO. A9 Payment shall be made under this Item for the following work. a) Supply and placing of material grey brick pavers in running bond pattern in sidewalk and in the paved parking shoulder at pole locations with a single soldier course on each side. The unit price shall include for supply, placing and compacting of bedding sand. Granular' A' base shall be supplied and paid for under Item No. A6. Base will be reduced in depth where tree roots are encountered. b) The unit price bid under part (b) of the Item shall include for removal, salvage, and storage of brick pavers at House No. 140 Baldwin Street and for relaying of pavers including bedding sand. Granular 'A' based required shall be supplied and paid for under Item No. A6. The Contractor and the Contract Administrator shall clearly document the laying pattern of existing brickwork before removal commences. Where bricks are broken or otherwise damaged during removal these shall be supplied in matching colour and cut as required to match existing at the Contractor's expense. The unit prices bid for Parts a) and b) shall include for cutting of pavers as required. CONCRETE CURB AND GUTTER (ALL TYPES) - ITEM NO. AlO A 2 metre length of curb and gutter shall be omitted at each catchbasin/maintenance hole where barrier curb and 1st stage curb are to be constructed. Where sidewalk abuts curb, a 50 mm key shall be constructed at the back of the curb in accordance with the standard. The unit price bid shall include for sawcutting existing curb at point of connection to new curb. Subsection 353.07.06 ofOPSS 353 is amended in that transverse jointing of curb and gutter shall be at a maximum spacing of3.0 m. Subsection 353.05.01 ofOPS 353, September 1996, is amended by the addition of the following: The air content of concrete placed by extrusion methods shall not be less than 4.5 % when tested in place in a plastic state. Payment shall be made at the unit price bid for constructing concrete at entrance to House No. 141 Baldwin Street. PRECAST CONCRETE CURBS - ITEM NO. All Under this Item the Contractor shall supply and place precast concrete curbs, 1.8 m long, 190 mm deep at each parking stall at the Arena on Baldwin Street. Curbs shall be anchored to the pavement using 15 mm steel bars 375 mm in length. I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 5. 100 mID DIAMETER PIPE SUBDRAlNS - ITEM NO. AU The Contractor shall supply and place perforated corrugated polyethylene pipe complete with geotextile sock.. Backfill to subdrains shall be in accordance with C-301 supplied and placed under the appropriate tender item. STORM SEWERS AND STORM LATERALS - ITEMS NO. A13 - A16 and AI8 Under these Items and for the unit price bid, the Contractor shall supply all materials including pipe of the required type, size and class. The concrete pipe bedding shall be crusher run limestone, cover shall be sand and backfill shall be approved native material. For PVC pipe catchbasin leads and laterals, bedding and cover shall be in accordance with C-109 and C- 110 and backfill shall be approved native material. Should wet trench conditions be encountered then HL-8 blend of crushed clear stone shall be used for bedding of rigid pipe or placed below embedment for flexible pipe in accordance with the standards and as directed by the Engineer. Clear stone shall be paid for under Item No. A39. Bedding, cover and backfill for storm sewers shall be in accordance with C-I08. Concrete pipe shall be used for trunk sewers and PVC pipe for catchbasin leads.. The Contractor is advised that where native material is found not to be acceptable for backfill purposes as determined by the Contract Administrator subgrade material shall be used and paid for under Item 2.40.02. Where existing storm sewers are encountered in trenching operations, the removal and disposal of existing sewers shall be deemed to be included in the unit price bid. In such removal, the Contractor shall mark the location of any connections to the existing sewer for reconnection to the new sewer. Connection of catchbasin leads and storm laterals to the new trunk sewer shall be by manufactured tees or an approved coring method. The unit price bid shall include for parging around the opening in Maintenance Hole No. I where the new 450 mm dial. pipe is placed in the opening left by the removal of the existing 675 mm dia. storm pipe. The soils report for this project indicates soil type to be Class 3 for the purposes of selecting bedding condition. For the lateral connection to existing 50 mm and 100 mm dia. foundation drains, the Contractor shall supply and install a reducer or other suitable filling to complete the connection. The unit price shall include the cost of a closed circuit television inspection of the completed trunk sewer in accordance with OPSS 409. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 6. I I I I I I I I I I I I I I I I I I I CSP CULVERTS - ITEMS NO. AI8 and AI9 Payment shall be made under this Item for the supply and installation of 1.6 m gauge plain galvanized corrugated pipe. Jointing for the 900 mm dia. culvert shall be limited to one location with suitable length pipe to achieve this. Jointing shall be made by hugger band coupler with rubber gasket seal. The unit price bid for the 900 mm Dia. culvert shall include for the installation of a grate at the culvert inlet. The grate shall be a modified version of 8-205 with a full circle to reduce the gap at the bottom to 50mm. The unit price bid shall include for providing siltation control devices such as silt fencing or other as directed by the Contract Administrator. CLEANOUTS - ITEM NO. A2I Reference: RMD Detail 8-303 Include: .1 Supply and installation of all materials necessary to construct cleanout as per Detail S-303. .2 Supply and installation of Sand Fill cover for exposed pipe. Reference Section 02530, 2.10 for gradation requirements of the Sand Fill material. .3 All miscellaneous items. Note: Cost of excavation and backfill shall be deemed to be included in the service connection pipe item. CATCHBASINS AND MAINTENANCE HOLES - ITEMS NO. A22 - A25 Structures shall be installed in accordance with Municipal Standarda C-lOI and C-I04. Compacted sand backfill shall be placed around the structures to the dimensions indicated. The unit price bid under these Items shall include for the following: . Placing a minimum of three rows of adjustment units on each maintenance hole or maintenance holelcatchbasin. All catchbasins shall be fitted with sumps. Maintenance holes and catchbasins shall be fitted with frames, covers and grates in accordance with OPSD 400.0 I 0 and Municipality of Clarington Standards C-I13 and C-114. All structures shall be constructed to the level of base course asphalt on Church Street and Baldwin Street. I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 7. LAWN DRAINS - ITEM NO. A26 Payment shall be made under this Item for the following: . Excavate to place lawn drain. . Supply and place 300 mm drain complete with square 300 mm lock down hinged grate, pipe as required and 90" elbow. . Backfill and compact arOlmd the structure with native material. . Grade swale to suit grate elevation. Drain shall be "In-Line" as manufactured by Nyloplast or equivalent. ADJUSTING CATCHBASINS AND MAINTENANCE HOLES -ITEM NO. A27 Under this Item at the unit price bid the Contractor shall remove and dispose of the ditch inlet grate on the structure in the southwest corner of the Arena parking area and supply and install a Maintenance Hole frame and cover. SA WCUTTING - ITEM NO. AJO Payment shall be made under this Item for the sawcutting of all road and entrance asphalt at the limits of road and entrance construction. The unit price shall cover sawcutting of asphalt at whatever depth of asphalt is encountered. No sawcutting shall be carried out on driveways until the limits of construction on each driveway has been confrrmed by the Contract Administrator. REMOVAL OF SIDEWALK - ITEM NO. AJl Removal of private walkway concrete, patio slates or entrance concrete shall be measured and paid for under this Item. Extent of removal shall be agreed on site with the Contract Administrator. The unit price shall include for sawcutting at limits of removal as required. Concrete rubble resulting from sidewalk or entrance removal shall be disposed of off the site at a location arranged for by the Contractor. REMOVAL OF CURB AND GUTTER - ITEM NO. AJ2 Payment under this Item shall include for sawcutting of concrete curb and gutter at limits of removal on all streets and on private entrances. Wood curb removed shall be salvaged for reuse if the homeowner so wishes. Concrete rubble resulting from curb and gutter removal shall be disposed of off the site at a location arranged for by the Contractor. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 8. I I I I I I I I I I I I I I I I I I I REMOVAL OF CULVERTS AND SEWERS - ITEM NO. A33 Backfill to excavations resulting from storm sewer removal which is below subgrade level shall be backfilled with Granular 'B' , Type I and paid for under Item No. A 7. The unit price bid shall include for removal of stone and concrete headwalls at entrance culverts. The Owners of homes where entrance culverts are removed shall have frrst refusal on stones removed. The unit price bid under this Item shall include for sawcutting asphalt as required for removal of 900 mm Dia. culvert pipe south of Wilmot Street. REMOVAL OF STEEL CASING - ITEM NO. A34 Payment shall be made under this Item for the removal and disposal of 500 mm dia. steel casing across the Kings A venuelBaldwin Street intersection. The lump sum bid shall include for excavation, backfilling with native material to subgrade level and disposal of surplus material. The Contractor shall protect existing underground plant during this removal. REMOVAL OF CATCHBASINS AND MAINTENANCE HOLES - ITEM NO. A35 All frames, grates, covers and concrete rubble resulting from structure removal shall be disposed of off the site at a location arranged for by the Contractor. Void left by structure removal shall be backfilled with Granular 'B', Type I and paid for under Item No. A7,. REMOVAL OF ASPHALT - PARTIAL DEPTH (provisional) - ITEM NO. A36 Under this Item at the unit price bid the Contractor shall cold mill or otherwise remove 40 mm of asphalt from Edward Street, North Street and intersections as directed by the Contract Administrator. This shall apply to the full width of these streets and this work will be undertaken in 2007 as part of the final surface paving. Material removed shall be disposed of off the site at a location arranged for by the Contractor. TOPSOIL (IMPORTED) AND NURSERY SOD - ITEM NO. A37 Screened topsoil shall be placed to a minimum depth of 100 mm in disturbed grass areas. It is not anticipated that there will be any suitable topsoil available from stripping operations. Subsection 570.05.01 ofOPSS 570, August 1990 is amended by the addition of the following: The topsoil shall be tested to ensure there are no deficiencies with respect to fertility levels. The soil shall consist of a minimum 4% organic matter. The phosphorous level shall be 30 ppm +/- 2 ppm. The potassium level shall be 235 ppm +/- 30 ppm. The soil shall have a base saturation of calcium of75%, +/- 10%. The base saturation of sodium shall be a maximum of 0.5%. The pH level shall be between 6.0 and 7.0. A copy of the topsoil testing report shall be provided to the Contract Administrator. Payment I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 9. for this testing shall be included in payment under the respective topsoil items. If the topsoil does not meet all of the fertility elements the soils shall be treated with the required amendments as recommended by the topsoil analysis report. GEOGRID - ITEM NO. A39 (pROVISIONAL) Payment shall be made under this Item for the supply and placing of Geogrid Tensar BXllOO or equivalent as manufactured by Tensar Earth Technologies. Geogrid shall be placed at subgrade level where directed by the Contract Administrator. HL-8 BLEND CLEAR STONE BEDDING (pROVISIONAL) - ITEM NO. A40 Payment shall be made under this Item for the following work in connection with storm sewer installation: . Excavation of unsuitable materials below standard bedding depth. . Disposal of surplus excavated materials off the site of the works. . Supply and placement of Geotextile Terralrack 24-11 as wrap to clear stone. . Supply and place 19 mm clear crusher run stone bedding to depths as directed by the Contract Administrator. SONOMA STONE RETAINING WALL - ITEM NO. A41 Under this Item and for the Contract price, the Contractor shall supply all labour, equipment and materials required to complete the following works in accordance with the Contract Drawings and to the satisfaction of the Engineer: a) All excavation as required; b) All backfill and compaction as required in accordance with the drawings; c) Clean-up and all incidental. The Sonoma Stone retaining wall shall extend from Sta. 3+088 approximately (Baldwin Street) to the north wall of the Arena building. The elevation of the top of the wall is to be such that there is 2% fall out to the road. Any damage caused by the Contractor's operations to the surrounding property shall be repaired by the Contractor at no additional cost to the Municipality and to the complete satisfaction ofthe Engineer. Materials excavated under these Items which are surplus to or unsuitable for the fill requirements shall be disposed of by the Contractor at his own expense, and to the satisfaction of the Engineer. The unit price for the precast retaining wall will include the following work, as shown on the Drawings and as directed by the Engineer: SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-I3 10. I I I I I I I I I I I I I I I I I I I a) All execution ofthe gravity and geogrid reinforced precast concrete segmental retaining walls called for or implied by the drawings and specifications, together with all necessary incidentals whether referred to or not, as will be required to complete the work to the full intent and meaning of the drawings and specifications. The work includes but is not limited to the following: . The design, inspection and certification of the precast retaining wall by a qualified professional Engineer, licensed in the Province of Ontario. . Supply and installation of precast concrete retaining wall complete with geogrid reinforcing as required to suit site soil, geometric and loading conditions. b) The Retaining Wall Design Engineer is to be a Professional Engineer Registered in the Province of Ontario with at least 5 years experience in the design of precast concrete segmental retaining walls. The Retaining Wall Design Engineer shall perform the following tasks: . Produce sealed construction drawings and detailed design calculations for review. . Review the site soil and geometric conditions to ensure the designed wall is compatible with the site prior to construction. . Carry out periodic inspections during construction to ensure conformance with the design drawings and submit inspection reports to the Owner during construction. . Provide the Owner with a Certificate of Conformance at the completion of construction certifying that the retaining walls were constructed in accordance with the design drawings and current industry standards. The retaining wall shall be designed in accordance with the National Concrete Masonry Associations Design Manual for Segmental Retaining Walls. The walls shall be designed to suit the soil conditions, geometric dimensions and loading conditions shown on the drawings. c) Excavation to the lines and grades as shown on the drawings, including disposal of all surplus excavated materials. If after excavating to the elevation shown on the drawings, the material encountered should prove unacceptable to the Engineer as a foundation, the contractor shall perform additional excavation as directed by the Engineer. d) Supply and placement ofthe Granular "A" base including compaction. The Granular' A' base is to be placed on undisturbed native soil/bedrock with an allowable bearing capacity not less than 150 kPa. The soil bearing capacity is to be verified by the Engineer prior to placing the Granular 'A' base. The Granular' A' base is to be compacted to not less than 98% Standard Proctor Maximum Dry Density. Compaction of the base is to be tested by a qualified testing and inspection company prior to placing the first course of precast units. e) The supply and placement of the precast concrete stone units and coping units, as shown on the drawings and as directed by the Engineer. The units shall be "Sonoma Stone" as manufactured by Unilock or reviewed equivalent, with standard units and coping units. I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 11. INSTALLATION OF PRECAST UNITS: . The precast stone units shall be installed as per the manufacturer's recommendations. . The bottom course of units are to be levelled to meet the tolerances specified herein. The bottom course of units are not to be installed until the compaction of the Granular' A' base has been deemed acceptable by the Engineer. . No cracked or chipped units are to be installed. Any damaged units are to be removed if requested by the Engineer. . The Joints between adjacent units should align with the middle of the unit above and below to create a running bond. . The Contractor shall check the level of the wall with each lift to ensure that no gaps are formed between successive lifts. Care shall be taken to ensure that the precast concrete stone units and geotextile are not broken or damaged during handling and placement. The units shall be installed as shown on the drawings. CONSTRUCTION TOLERANCES . Vertical Control: ,j, 30 mm maximum over a 3 metre distance; 75 mm maximum . Horizontal Control:- Straight Lines: ,j, 30 mm over a 3 metre distance; 75 mm maximum. . Rotation: ,j, 2.00 from design wall batter. . Bulging: 25 mm over a 3 metre distance. f) The supply and placement of Geogrid Reinforcement. The geogrid reinforcement shall be a Polymer grid structure having tensile strength and durability properties that are suitable for soil reinforcement applications and are compatible with the precast concrete retaining wall units. The approximate quantity of Geogrid reinforcement is 40m2. . The Geogrid is to be installed at the locations shown on the retaining wall design drawings. . The Geogrid is to be placed with the strong direction perpendicular to the wall face. . The Geogrid must be pre-(;ut to the length shown on the retaining wall design drawings and must be placed within 25 mm of the front face of the precast wall units to ensure maximum connection between geogrid and wall facing. . The Geogrid is to be placed on a flat level surface and is to be pulled tight and held in place with wooden stakes or other approved methods prior to placing backfill on top of the geogrid. g) The supply and installation of perforated sub-drain pipe complete with filter cloth. The subdrain pipe shall be HPDE or PVC perforated pipe with a minimum diameter of 100 rnm, protected with geotextile filter cloth to prevent the migration of soil particles in the pipe. The subdrain pipe shall be placed behind the retaining wall face, accurately aligned and securely coupled and laid at a minimum gradient of 2% to ensure adequate drainage to free outlets. Only standard fittings for bends, caps and intersections shall be used. The unit price shall also include all labour, equipment and materials to connect the free outlet ends of the subdrain pie to the new roadway subdrains, as shown on the drawings and as directed by the Engineer. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 12. I I I I I I I I I I I I I I I I I I I h) Supply and installation of geotextile filter cloth as shown on the drawings and as directed by the Engineer. The filter cloth shall be non-woven geotextile, Terrafix 270R or reviewed equivalent. Geotextile filter cloth shall be placed from the lowest point upward. Each section of fabric shall overlap the preceding section a minimum of 600nun. i) Supply and placement of Granular "B" backfill including compaction. The placement of the Granular 'B' backfill materials shall be in maximum 200 mm lift thickness. The compaction of the Granular 'B' backfill materials shall not be less than 98% Standard Proctor Maximum Dry Density. Heavy compaction and construction equipment shall not be allowed to operate within 1500 mm of the back face of the retaining wall. The Contractor shall monitor the retaining wall for outward rotation and movement during backfilling operations. The Contractor shall notify the Engineer immediately if wall movement occurs during backfilling which exceed the maximum allowable tolerances noted above. PAVEMENT MARKING - ITEM NO. A42 Payment shall be made under this Item at the lump sum bid for the painting of parking stalls in parking area adjacent to the Arena and on the west side of the road at the south end of Baldwin Street. Line painting shall be permanent marking durable paint in 10 cm wide lines. The Contractor shall be responsible for layout of the parking bays based on drawings supplied by the Contract Administrator. MISCELLANEOUS WORKS - ITEM NO. A43 Under this Item, the Contractor shall be paid on a time and material basis for works not covered elsewhere in the Contract. Such works may include: . Tree Protection . Replacement of plant material. . Transplanting shrubs. . Restoration of gardens. . Reinstating fencing. . Tree pruning. . Root pruning. . Supply, erection, maintenance and removal of tree protection. . Removal of additional trees as directed by the Engineer. The deep trenching in this Contract will cause conflict with tree canopies and root systems in some locations. In order to minimize the impact on affected trees tree pruning and root pruning shall be undertaken in accordance with the following specifications. Tree Protection The Contractor shall supply, maintain and remove any tree protection as per OPSS 565 as directed by the I I I I I I I I t I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 13. Contract Administrator throughout the limits of the Contract. Barrier for Tree Protection shall conform to OPSD 220.01. Tree Pruning Under this Item large canopy trees in front of Houses No. 1437, 1407, 13429, 1311, 1305, 1383 Church Street and flanking 35 Edward Street shall be pruned by an ISA Certified Arborist or other tree professional with experience in large caliper tree care as approved by the Contract Administrator. Crown pruning will be required to remove lower limbs, raise the canopy and provide clearance for construction equipment Proper pnming shall be performed before any construction activity takes place on site. The canopy should not be thinned or topped outside ofrernoving dead or damaged branches. Wound dressings are not to be used. Branches to be removed shall be limited to 20 cm diameter unless otherwise directed by the Contract Administrator. Pruned branches are to be removed from site. All pruning must be in accordance with good arboriculture standards and American National Standards Institute (Ansi) - A300 Standard Practices for Tree Care Operations - Tree, Shrub, and other Woody Plant Maintenance (pruning). Climbing spikes are not to be used in trees to re retaincd. Root Pruning Root pnming shall be carried out under this item to prevent damage to root systems by construction. All root pruning work shall be performed by an ISA Certified Arborist Root pruning shall be done to a depth of 0.5 m below ground and 0.5 m offset east from the limit of excavation along the east edge of Church Street, south of Edward Street Specific trees requiring root pruning include but are not limited to large canopy trees in front of Houses No. 1437, 1407, 1329, 1323, 1311, 1305, 1283 Church Street and flanking 35 Edward Strect All roots shall be cut clean with a root pnmer. Roots exposed during construction outside of this work shall be cut clean and kept moist for the duration of construction to prevent desiccation and backfilled with topsoil following excavation. All roots that have been root pruned shall receive deadwood removal in the year after the root pruning has occurred. An assessment of all affected trees shall be conducted within two years of the project completion to determine the effectiveness of the root pruning and if any additional work will be required. Street Termination The price bid for this item shan include for all labour, materials and equipment to install a dead end barricade in accordance with Drawing C-40l. I I I STREET TERMINATION - ITEM NO. A44 The price bid for this Item shall include for all labour, materials and equipment to install a dead end barricade in accordance with Drawing C-40 I. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 14. I I I I I I I I I I I I I I I I I I I RAILING FOR RETAINING WALL - ITEM NO. A45 Under this Item and for the Unit Price bid the Contractor shall supply all labour and materials to install "Guard" rail on top of the proposed retaining wall located on the west side of the Newcastle arena (east side of Baldwin Street) as identified on the Contract Drawings. The "Guard" railing shall be Iron Eagle n Series, Silver Eagle n fence panels complete with ball post caps as supplied by: Iron Eagle Industries Inc. 1256 Cardiff Boulevard Mississauga, Ontario Canada L5S IRl PH: (905) 670-2558 FAX: (905) 670-2841 info@ironeagleind.com or approved equivalent. Posts shall be core drilled to a minimum depth of 600 mm and secured with non-shrink cement grout. Length of panels shall be adjusted to suit the wall construction. Unit price bid shall also include for the provision of a hand rail on both sides of the stairs located at the mid point of the retaining wall. The railing shall meet the requirements of a "Guard" as defined in Section 9.8.8 of the Ontario Building Code. Shop drawings for the "Guard" will have to be submitted for approval prior to fabrication. I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 IS. PART 'B' - SANITARY SEWER AND APPURTENANCES SANITARY SEWER AND APPURTENANCES Reference:.l Construction of all sanitary sewers and appurtenances in accordance with Region of Durham Standard Specifications revised May 2005 - Section 02530. .2 Contract Drawings and Details for Contract No. CL2006-13. PIPE (Not including Restoration) - ITEMS NO. 2.01.01A - 2.01.40B Reference: Contract Drawings and S-401 Include: .1 .2 .3 .4 .5 .6 .7 .8 .9 Note: .1 Installation of pipe by vertical trench methods including sawcutting beyond limits of road reconstruction. Backfilling with native material from top of cover elevation to an elevation 1.2 metres below subgrade. Compact to remove voids. Backfill from an elevation 1.2 m below subgrade to subgrade level with approved native material compacted to a Proctor density of 98%. Complete operations of excavation, backfilling, etc., quickly to offset potential problems with groundwater movement and trench stability. Class 'B' bedding. Excavation at two locations to confirm elevation of forcemain and sanitary lateral at the arena. Allow for backfilling. Payment will be made under Item 4.40.01. Protection of tree roots and canopy as directed by the Contract Administrator. The Contractor is advised that root cutting must be undertaken by a specialized firm prior to commencement of trenching operations. Remove and dispose of existing AC watermain and sanitary sewer pipe. Remove and dispose of asphalt on Edward Street West, North Street and Emily Street West beyond the limits of full road reconstruction. Restoration of all disturbed surfaces shall be measured and paid for under the Items appropriate to such work as specified in Part 'A' "Roadworks and Storm Sewers". Restoration of road surfaces on Edward Street, North Street and King Avenue and other intersections shall consist of placing granulars and asphalt to match existing depths for subbase, base and asphalt courses. .2 The upper material excavated in trenching operations is most suitable for reuse as backfill. This excludes asphalt material. .3 A Soils Consultant will provide full-time inspection and testing and will decide on the use of excavated material. .4 Catchbasins disturbed by sewer installation will be salvaged and reinstated. Catchbasin leads shall be reconnected with pipe and installed measured and paid for under Item No. A14. .5 Edward Street, North Street and intersections beyond road reconstruction shall be restored with hot mix asphalt (equal to existing depth) to match existing pavement elevation. The entire road surfaces will be cold milled to provide for placing of surface asphalt in 2007. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 16. .6 Asbestos cement watermain and sanitary sewer will have to be removed and disposed of as part of the sewer installation. The Contractor shall confirm locations of AC pipe to be removed. .7 The Contractor shall note that the unit prices bid for sewer installation shall include for sawcutting of road asphalt on Edward Street, North Street and at intersections wbere sewer installation is beyond the limits of reconstruction for Church Street and Baldwin Street. This condition shall also apply to service installations. CONCRETE PLUG IN ABANDONED PIPE - ITEM NO. 2.02.06 Reference: Contract Drawings. Include: .1 .2 .3 Excavation to expose pipe to be abandoned and plugged. Sawcutting, removal and disposal of pipe off site. Supply and placement of 20 MPa concrete plug. Minimum length of plug to be 300 mm. TRENCH DEWATERING (pROVISIONAL) - ITEM NO. 2.02.09 - 3.02.40 Reference: Geotechnical Investigation by Golder Associates, Dated May 2006 Note: Trench sump pumping is not to be considered part of this item for dewatering. Provision of trench sump pumps shall be included in the bid unit price for the respective pipe. Include: .1 All materials, equipment and labour to provide dewatering as directed by the Contract Administrator. .2 Permit to Take Water as part of the dewatering work will be the responsibility of the Contractor along with any fees required. .3 In order to qualify for payment under this item a specialist dewatering firm must be used to deploy dewatering system which may include deep wells, well point systems, eductor systems or other methods requiring specialized expertise. The Contract Administrator may require the Contractor to revise his method of dewatering if, in his opinion, the Contractor's method is insufficient. .4 The Contractor shall note the presence of overhead electrical wires and all other utilities and existing site conditions (including soil types) within the limits of this Contract and shall take these into consideration in determining dewatering costs. No extra payment will be made for working within these conditions. .5 Measurement for payment - per linear metre of road dewatered regardless of length of time the dewatering system is required. 50 mm CRUSHER RUN LIMESTONE FOR EXTRA DEPTH BEDDING - ITEM NO. 2.02.15 Reference: RMDSS and Detail S-40l Include: .1 Extra excavation of unsuitable native materials below standard bedding depth and disposal of surplus materials I I I I I I I I I I i I I I I I I I I I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 17. .2 Supply, placement and compaction of 50 mm crusher run limestone blend clear crushed stone. SUPPORT SYSTEMS LEFT IN PLACE (pROVISIONAL) - ITEM NO. 2.02.17 Reference: RMDSS No. 01330 and No. 02262, OPSD 538, Contract Drawings. The Contractor is advised that the use of left-in-place support systems is subject to the discretion of the Soils Consultant Approval for the use of shoring must be obtained prior to its use. Should it be necessary to use shoring, the unit price bid shall allow for the following: Include: .1 .2 .3 Note: .1 .2 .3 .4 .5 Preparation and submission of shop drawings in accordance with RMDSS 01330. Cutting off sheathing on both sides of the trench to a depth of 1.2 m. Submission of two copies of the approved engineered support system to the Ministry of Labour office nearest to this project and two copies to the Contract Administrator. Support systems left in place may be constructed in trenching where depth of excavation exceeds 6.0 metres on Church Street and Edward Street West or protection of utilities or structures is called for. There will be partial removal or cutting of sheeting at locations where sanitary laterals and water services are to be installed. The Contractor may remove the sheathing where this will not cause disturbance to the trunk sewer. Where sheathing can be removed and salvaged by the Contractor, a credit will be negotiated. The sheathing will remain the property of the Contractor. In selecting sheathing the Contractor shall take into account proximity of trees and height of trimmed overhanging branches. The Contractor may elect to use other methods of trench support subject to the provisions of this specification where applicable. SERVICE CONNECTIONS - ITEM NO. 2.03.01 AND 2.03.03 Reference: Contract Drawings and S-301 and S-401 Include: .1 .2 .3 Note: .1 .2 .3 .4 .5 .6 Marking and recording of location and elevation of plugged ends of service connections. Cost to remove left-in-place sheathing to facilitate lateral installation if necessary. Sawcutting and disposal of asphalt on Edward Street West of North Street. Sanitary laterals shall be connected to existing laterals at street line. Laterals shall not be backfilled until "as constructed" inverts are surveyed by the Contract Administrator. Sawcutting of trenching beyond limits of road reconstruction. The required location for new service connections shall be confirmed by the Contract Administrator The Contract Administrator sball decide of new laterals are to be connected beyond property line to make a proper connection, due to depths or other conditions. Riser connections required for all laterals where trunk sewer is 3.0 m or deeper. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 18. The Contractor is advised that new lateral connections shall be installed as follows: Church Street Highwav 40 I to Robert Street: . East side, connected to new trunk sewer. Connection to existing laterals will be made at property line. . West side laterals remain as is. Church Street Robert Street to Edward Street: . East side, no lateral connections to new trunk sewer. Laterals to be replaced from existing sewer to property line. . West side, existing laterals to remain.. Edward Street Church Street to Baldwin Street: . All new laterals connected to new trunk sewer. Decision will be made in the field as to whether the connection to the existing lateral is made at curb line, property line or house. Baldwin Street Edward Street to Kin!! Avenue . All new laterals connected to new sewer. Connection to existing lateral will be at property line or house as directed on site. North Street Kin!! Avenue to Wilmot Street . New laterals on west side connected to new trunk sewer. Connection to existing lateral at property line. New laterals on east side connected to new trunk sewer. Connection to existing sewer will be at curb line, property line or house as directed on site. Region of Durham Staff will camera all laterals to determine condition and the extent ofreplacement. Existing laterals not scheduled for replacement shall also be inspected and where condition warrants replacement will be carried out. REMOVE EXISTING MAINTENANCE HOLE (COMPLETELY) - ITEM NO. 2.04.01 Reference: Contract Drawings Include: .1 Excavation and disposal of surplus materials. .2 Removal and disposal off site of existing structure. .3 Existing frames and COvers removed are to be salvaged and cleaned and delivered to the OshawalWhitby Depot. .4 Backfilling with select native materials and compaction. I I I I I I I J I I I I I I I I I I I I I I I I I I I ~ I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 19. ITEM NO. 2.04.02 - REMOVE EXISTING MANHOLE - PARTIAL DEPTH Reference: Contract Drawings. Include: .1 Excavation to grade required and disposal of surplus materials. .2 Removal and disposal off site of required portion of existing structure. .3 Existing frames and covers removed are to become property of the Contractor and disposed of at his expense. .4 Supply and place 20 MPa concrete plugs, minimum length of 300 mm in abandoned pipes. .5 Backfill remaining structure with Sand Fill material and compaction. Reference C/D Section 02530, 2.10 for gradation requirements of the Sand Fill material. .6 Backfill excavation with select native materials and compaction. .7 Measurement for Payment - each. BREAK INTO EXISTING STRUCTURE AND REBENCH - ITEM NO.2.04.04 Reference: Contract Drawings Include: .1 .2 .3 4. .5 .6 Note: .1 Breaking into existing structure No. 11-62, II-50 and II-52 and removal of concrete and steel. Note that there will be an opening in the east side of the structure 11.62 left by removal of existing 200 mm Dia. AC pipe sewer. Removal of existing benching complete and disposal off the site. Clean out the structure thoroughly. Supply materials and construct new benching as per S-I13 and S-114. Temporary pumping and/or bypass arrangements required to construct the works in the day. Repair infiltration points on Manhole II-52. Payment for connecting new sewer to existing maintenance hole to be included in the unit price for the appropriate pipe item MAINTENANCE HOLES - ITEMS NO. 2.04.07A to 2.04.24A Reference: Include: .1 .2 .3 .4 .5 .6 Contract Drawings, Section 026.31 and RMD Standard Drawings. Construction of drop connections to structures identified on the Itemized Bid sheet Maintenance hole steps as per OPSD 405.010. Safety grates as per OPSD 404.020. Setting of frames and covers to base course asphalt level. Reconnecting existing pipes as required. Diversion structure M.H. -13. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 20. I I I I I , I I I I I ,I I I I I I I I EXCAVATE FOR UTILITY VERIFICATION - ITEMS NO. 2.40.01 and 3.40.02 Payment shall be made under this Item for excavating as directed to confirm utility depth and location. The unit price bid shall include for backfilling with compacted native material. IMPORTED SELECT SUBGRADE (pROVISIONAL) - ITEM No. 2.40.02 Payment shall be made under this Item for the supply, placing and compacting of select subgrade material as trench backfill for the 1.2 m depth below subgrade. This Item shall be used where native excavated material is deemed to be unsuitable as determined by the Contract Administrator and the Soils Consultant. No material shall be imported for use under this Item without the authorization of the Contract Administrator. The price bid for this item shall also include for the disposal of unsuitable surplus excavated materials off site at a location to be arranged by the Contractor. I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 PART 'C': 21. W ATERMAIN AND APPURTENANCES W ATERMAIN AND APPURTENANCES Reference: .1 Construction ofwatermain and appurtenances in accordance with Region of Durham standard Specifications for Watermain Construction - Revised May 2005, Section 01511. Contract Drawings and Details for Contract No. CL2006-13. .2 PIPE (NOT INCLUDING RESTORATION) - ITEMS NO. 3.01.02 - 3.01.04 and 3.01.06 Include: Note: .1 Sawcutting of trenching beyond limits of road reconstruction. .2 Cathodic protection at all points of connection of new PVC mains to existing ferrous mains. .3 Supply and installation of temporary bulkheads with 150 mm dia. flanged gate valve and 50 mm IPT outlet with 50 mm main stop for testing and disinfection. .4 Removal of temporary bulkheads after testing, etc., prior to closure piece installation. .5 Exposing watermains at King Avenue West and Emily Street to confirm location prior to preparation of shop drawings. .6 Removal and disposal of existing AC pipe mains as part of the trenching operation. .7 Removal and disposal of asphalt as required on North Street and Emily Street West. .1 All thrust protection on CPP watermain shall be by joint restrainers in combination with granular thrust blocks. Joint restrainers shall be in accordance with manufacturer's instructions. .2 All joints in PVC watermain shall be restrained in combination with granular thrust blocks. Concrete thrust blocks are not permitted. .3. Measurement for payment of CPP main shall be based on fmal approved shop drawings using plan view measurements. Payment length shall include pipe through valves with no deduction being made for the valve. .4 The Contractor shall arrange with the Region of Durham for shutdown of watermains. Such arrangement shall be in accordance with Part 3.18 of Section 02511 of the Region Specifications. .5 Asbestos cement watermain pipe will have to be removed and disposed of as part of the watermain installation. The Contractor shall confirm the location of pipe to be removed. .6 The Contractor shall note that the unit prices bid for watermain installation shall include for sawcutting of road asphalt on Emily Street, North Street and at intersections where watermain installation is beyond the limits of road reconstruction for Church Street and Baldwin Street. This condition shall also apply to service installations. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-I3 22. I I I I I J I J I I I I I I I I . I I REMOVE EXISTING VALVE BOX -ITEM NO. 3.02.04 Reference: Contract Drawings Include: .1 Excavation to grade and disposal of surplus material. .2 Removal and disposal off site of valve box. .3 Backfill with native material and compaction. .4 Valve to be turned to the "off' position. CONCRETE PLUG IN ABANDONED PIPE - ITEM NO. 3.02.06 Reference: Contract Drawings Include: .1 .2 .3 Sawcutting of existing cast iron pipe. Removal and disposal off site of existing pipe including fittings, valves, etc. as required. Supply and placement of 20 MPa concrete plug in the ends of the existing watermain which is to be abandoned. Minimum length of concrete plug shall be 300 mm. STONE FOR EXTRA DEPTH BEDDING (IIL-8 BLEND CLEAR CRUSHED STONE) - ITEM NO. 3.02.14 Reference: RMDSS and Detail S-40l Include: .1 Extra excavation of unsuitable native materials below standard bedding depth and disposal of surplus materials. .2 Supply, placement and compaction ofHL-8 blend clear crushed stone. VALVES AND VALVE BOXES -ITEMS NO. 3.03.02 - 3.03.04 and 3.03.06 Reference: Contract Drawings and RMD Detail S-408 Include: .1 Supply and installation of butterfly and gate valves and boxes as per S-408. .2 Excavating, blocking, backfilling and compaction. .3 Supply and installation of cathodic protection as per S-435. .4 Adjustment to level of base asphalt. The unit price bid shall include for all labour, materials, fittings, excavation and backfill and disposal of surplus excavated material. CUT-IN VALVE - ITEM NO. 3.03.50 Reference: Contract Drawings Include: .1 Sawcutting of existing pipe. I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-I3 23. .2 Removal and disposal of existing ductile iron pipe. .3 Supply and placing of all necessary fittings. .4 Excavation and backftll with approved native material and compact. NEW HYDRANT WITH STORZ PUMPER NOZZLE- ITEM NO. 3.04.01 Reference: RMDSS Section 02511, RMD Detail S-409 Include: .1 Excavation to grade and disposal of surplus materials. .2 Supply and installation of hydrant, anchor tee and resilient seal gate valve and box and including any hydrant extensions and/or valve box and rod extensions as shown on the Contract Drawings. .3 Supply and installation of filler piece WM pipe regardless of length. .4 Supply and installation of mechanical restrainers. .5 Cathodic protection as per S-435. .6 Backfill with approved native material and compact. TEMPORARY FLUSHING HYDRANT - ITEM NO. 3.04.03 Include: .1 .2 .3 .4 .5 Note: .1 .2 Excavation to grade and disposal of surplus materials. Supply of temporary hydrant meeting requirements ofRMDSS Section 02511, except for Storz pumper nozzle and inner workings of hydrant. Complete installation of piping, hydrant, blocking, tie rods as per S-409 and removal upon completion. Supply and installation of all other materials as required. Backfill with approved native material and compaction. Contract allows for installation of temporary flushing hydrants on side street connections. Hydrant shall remain the property of the Contractor. REMOVE EXISTING HYDRANT COMPLETE - ITEM NO. 3.04.05 Include: .1 Excavation. .2 Removal and separation of valve and piping, cleaning, salvaging and transporting existing hydrant and appurtenances complete to the Orono Depot. .3 Removal and disposal off site of existing secondary valve box. .4 Supply and placement of 20 MPa concrete plug in the ends of the existing waterrnain that is to be abandoned in place. The minimum length of concrete plug shall be 300 mm. .5 Backfill with approved native material and compact. CUT-IN NEW HYDRANT - ITEM NO. 3.04.06 Reference: Detail S-409 ~ SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 24. I I I I I I I t I I I I I I I I .- I I Include: .1 Excavation to grade and disposal of surplus materials. .2 Supply and cut-in of anchor tee complete with filler piece WM pipe and solid sleeve. .3 Supply and installation of hydrant and resilient-seat gate valve and box. .4 Supply and installation of 150 mm PVC CL 150 C-900 filler piece WM pipe. .5 Supply and installation of mechanical restrainers. .6 Cathodic protection as per S-435. .7 Backfill with select native materials and compaction. HYDRANT ACCESS ACROSS DITCH - ITEM NO. - 3.04.07 Reference: Include: Detail S-428 .1 Excavation as required. .2 Culvert bedding as per OPSD 802.010. .3 Supply and install 450 mm dia. CSP culvert, 1.6 mm gauge as per OPSD 805.010 and OPSD 808.010. .4 Backfill with Granular 'B', Type 1. .5 Adjustment of valve to suit grade. .6 Regrading of ditch on each side of the culvert. Restoration shall be paid under the appropriate items. MAIN STOP - ITEMS NO. 3.05.01, 3.05.02 AND 3.05.05 Reference: RMD S-41O Include: .1 Supply and installation complete with saddle, union adapter, connections, etc. .2 Connection to new service pipe. CURB STOP AND BOX - ITEMS NO. 3.05.06, 3.05.07 AND 3.05.10 Include: .1 Removal of existing curb stop, box and rod. .2 Supply and installation complete as per RMD Detail S-4IO. .3 Stainless steel rod with brass pin. WATER SERVICE CONNECTIONS - ITEMS NO. 3.05.1 1,3.05.12 AND 3.05.15 Reference: RMDSS 02511 and RMD Detail S-41O Include: .1 Cathodic protection as per S-435. .2 Abandon existing service boxes. Remove box and rod and dispose of and turn to "off' position. .3 Removal of asphalt as required on North Street, Emily Street West and Edward Street West. .4 Sawcutting of asphalt. I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 25. Note: .1 Water service shall be connected to existing service at street line on all streets. .2 Where lead services are encountered these shall be removed and full length of the service replaced to the house. 19 mm and 50 mm TEST POINT - ITEM NO. 3.06.01 and 3.06.02 Reference: RMD Detail S-429 Include: .1 Supply and installation of all corporate main stops, valves, backflow preventers, copper tubing, fittings, etc. .2 Removal of all main stops upon completion of testing and flushing. .3 Supply and installation of a brass plug in locations where main stops are removed. .4 Backfill with approved native material. TEMPORARY W ATER SUPPLY (pROVISIONAL) - ITEM NO. 3.11.01 Reference: Section 01510 Include: .1 Supply and installation of temporary by-pass line, service connections and valves and check valves where required. .2 Chlorination of temporary by-pass lines and service connections. .3 Protection of the installation from damage as specified in "Driveway Protection" and "Burying By-pass" below. .4 Removal of by-pass line, service connections and plugging of temporary taps. .5 Temporary shut-off of private services by operation of curb-stops or such other means as required. Temporary by-pass lanes shall be supplied by connections at each end of the line where practical. Where the ends are at different pressure districts, a check valve shall also be installed. Valves shall be installed in the by-pass in the vicinity of existing main line valves on the line being removed/abandoned and at such other locations as the Contract Administrator may direct. The existing water main shall not be removed from service until the installed by-pass line has been approved by the Contract Administrator in writing. The Contractor shall make all shut-offs of property services and shall furnish water for the temporary by- pass service from a hydrant or other temporary source. Safety measures shall be taken by the Contractor to the satisfaction of the Contract Administrator but such provisions shall not relieve the Contractor of full responsibility for the adequacy of protection. The use of this Item shall apply as necessary for work on North Street. Drivewav Protection The Contractor shall be required, at his own expense, to mound over the by-pass pipe with asphalt or SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 26. other acceptable material, wherever it crosses a driveway or sidewalk in order to prevent injury or damage to vehicular or pedestrian traffic. Building paper or other such material, as approved by the Inspector, shall be placed before mounding up the asphalt. Such lights and barricades as may be required shall be furnished and maintained by the Contractor. In general, the temporary service pipe shall be laid where it will cause the least obstruction and is lease liable to be damaged. Burvinlt By-pass At all street crossings, the Contractor shall cut and remove asphalt across streets to permit burying the by- pass pipe, without disturbing the concrete base, where applicable and shall replace the asphalt in kind when the pipe is removed. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 27. PART 'D' - GENERAL ITEMS SUPPLY AND MAINTAIN FIELD OFFICE - ITEM NO. 8.01.01 Under this Item the Contractor shall supply and maintain a field office for the sole use of the Contract Administrator as described in Clause 17 of the Special Provisions - General. Payment shall be made at 50% on the first Payment Certificate and the 50% balance will be paid on the Payment Certificate following issuance of the Certificate of Substantial Performance. BONDS, INSURANCE AND MAINTENANCE SECURITY - ITEM NO. 8.02.01 Reference: RMDSS, Section 01001 Include: .1 100% Performance and Guaranteed Maintenance Bond for 24 months. .2 100% Labour and Materials Payment Bond. .3 Liability Insurance based on the Contract Price. 100% payment of this Item shall be made on the first Payment Certificate. MOBILIZATION AND DEMOBILIZATION - ITEM NO. 8.03.01 Reference: RMDSS, Section 01001 The contract price stated in the Tender Form for this Item shall be compensation for the following: .1 Security protection of the Contractor's office, plant and sorted materials during the course of the Contract. .2 Moving onto the site and setting up the Contractor's office, storage facilities, plant, etc. .3 Providing all necessary access to the project including haul roads as required and the restoration of the surfaces to their original condition after the haul roads are removed. .4 Moving off the site and removal ofthe Contractor's office, storage facilities, plant, etc. Payment will be made as follows: 50% of the lump sum stated in the Tender Form for this Item will be paid on the first Payment Certificate; and, the 50% balance will be paid on the Payment Certificate following issuance of the Certificate of Substantial Performance. PRE-CONDITION SURVEY - ITEM NO. 8.05.01 Pre-Condition Survey shall be carried out to depict existing interior and exterior conditions of building, utilities, monuments, bridges, structural improvements, streets, driveways, sidewalks, within the area of SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2006-13 28. I I I I I I I I I I I I I I I I I I I influence of the work site and/or specified distances. The "area of influence" is that radius of distance adjacent to heavy construction, within which structures and property are subject to possible damage. The Pre-Condition Survey shall be completed on all structures, or part thereof, within 30 metres of any work, at a minimum. Additional inspections may be required, if deemed necessary by the Vibration & Noise Consultant commissioned to carry out this work. Ouality Assurance A Vibration and Noise Consultant (VNC) with over five (5) years experience in loss control in urban areas shall be retained by the contractor to complete this work. The person in charge shall be a Professional Engineer Registered in Ontario. The Company shall carry Professional Errors & Omissions Insurance in the amount of$I,OOO,OOO.OO. Procedure lnunediately upon notice to proceed, all pertinent available data relevant to those applicable portions of the work and such other areas as deemed available to be Pre-surveyed is obtained by the VNC. Introduction & Notification A Letter of Introduction is hand delivered to all properties within the "area of influence". The letter contains pertinent information regarding the proposed work and advises the identity, telephone number and name of contact person capable of answering questions or addressing complaints. This letter serves to acquaint residents with proposed construction in the area. Inaccessible ProDerties Should access to a premises by the Inspector be prohibited for any reason, i.e., absent owner/lessor/manager; denial of authorization; vacant; safety hazard; in such case, particulars of efforts made to gain entry are recorded on the Pre-condition Survey Summary Sheet as follows: · Time and date( s) of contact · Means of contact (in person or by telephone) . Authority (owuerllessor/manager) . Reason(s) for entry refusal or inaccessibility PhotoltTaohic Documentation Photographic equipment and materials used are capable of yielding high quality negatives from which detailed enlargements may be made. I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2oo6-13 29. Payment 100% payment of this Item shall be made on the first Payment Certificate on proof that the survey has been completed. Pre-Condition Survey Reoort Documentation of exterior and interior conditions of each property/item surveyed includes, as a minimum: . Vintage and type of construction . Description/depiction/dimension of differential settlements (visible cracks in walls, floors, ceilings) or any other apparent structural or cosmetic damage or defect Copies of Introduction Letters, Notification Letters and Refusal Letters are to be included in the report. Completed Pre-condition Survey data is to be assembled in a formal comprehensive report, including Summary Sheet. The application of a "Pre-Condition Survey" is optional and should be reviewed for each project with the Owner. I I I I I I I I I I I I I I I I I I I CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2006-13 ST ANDARD DRAWINGS I I I I I I I I I I I I I I I I I I I STANDARD NO. OPSD- 219.110 219.180 351.010 400.010 400.020 512.011 561.010 600.060 603.020 608.010 701.010 701.011 701.012 701.021 704.010 C- 101 104 105 108 109 III 113 301 302 305 307 311 401 403 PAGE ONE STANDARD DRAWINGS CONTRACT NO. CL2004-17 DESCRIPTION LIGHTDUTYS~TFENCEBARRffiR STRAW BALE FLOW CHECK URBAN RESIDENTIAL ENTRANCE CAST IRON SQUARE FRAME WITH SQUARE OVERFLOW TYPE DISHED GRATE FOR CATCHBASINS ALUMINUM SAFETY PLATFORM FOR CIRCULAR MAINTENANCE HOLE CONCRETE STEPS INTERLOCKING CONCRETE PAVERS ON GRANULAR BASE CONCRETE SEMI-MOUNTABLE CURB AND GUTfER STANDARD PRECAST CONCRETE CURB METHOD OF TERMINATION, CONCRETE CURB AND GUTTER 1200 mm DIA. PRECAST MAINTENANCE HOLE 1500 mm DIA. PRECAST MAINTENANCE HOLE 1800 mm DIA. PRECAST MAINTENANCE HOLE MAINTENANCE HOLE BENCHING AND PIPE OPENING DETAILS MAINTENANCE HOLE AND CATCHBASIN PRECAST ADJUSTMENT UNITS 1200 mm PRECAST CONCRETE MANHOLE SINGLE CATCH BASIN DOUBLE CATCH BASIN STORM SEWER TRENCH BEDDING PVC STREET CATCHBASIN CONNECTION PVC STORM SEWER SERVICE CONNECTION ROUND MANHOLE FRAME AND COVER PERFORATED PLASTIC SUBDRAINS STANDARD CURB AND GUTTER CURB AND GUTTER DETAIL AT CA TCHBASIN CONCRETE SIDEWALK SURF ACE PAVEMENT JOINT TREATMENT STREET TERMINATION DETAIL TYPICAL COMMUNITY MAILBOX LOCATION (URBAN) I I I I I I I I I I I I I I I I I I I STANDARD DRAWINGS CONTRACT NO. CL2006-13 S- 107 205 301 302 401 407 408 409 410 422 428 429 431 433 435 444 Nyloplast 2 DROP STRUCTURES FOR MAINTENANCE HOLES STORM SEWER OUTFALL GRATE FOR CSP SANITARY SEWER HOUSE CONNECTIONS SANITARY SEWER RISER CONNECTIONS FOR RESIDENTIAL, INDUSTRIAL & COMMERCIAL DEVELOPMENTS SANITARY, STORM AND WATER (MAIN AND SERVICE) TRENCH BEDDING DETAILS SUPPORTS FOR W A TERMAIN, SEWERS, PIPING AND CONDUITS CROSSING TRENCHES 100 mm to 400 mm DIA. GATE VALVE AND VALVE BOX HYDRANT ASSEMBLY WITH MECHANICALLY RESTRAINED JOINTS 19 mm AND 25 mm COPPER WATER SERVICE DEFLECTION OF W A TERMAIN UNDER SEWER HYDRANT ACCESS ACROSS DITCH 19 mm TEST POINT BY-PASS JOINT RESTRAINING LENGTH FOR PVC PIPE THRUST BLOCKING FOR PVC W ATERMAINS CATHODIC PROTECTION FOR TRACER WIRES ON PVC BUTTERFL Y VALVE AND VALVE BOX 7001-110-042 7001-110-046 7001-110-049 7001-110-035 8" - 30" TYPICAL INSTALLATION OPTIONS 12" & 15" DESIGN DETAILS 12" STANDARD, SOLID & PEDESTRIAN 12" STANDARD LOCKING GRATE ASSEMBLY Iron Eagle Industries S-Ol Iron Eagle II Series Silver Eagle Fence P/29480fSpecs/2948o..StandDrilW .ooc I I I I I I I I I I I I I I I I I I I Area under construction - .' ~ ~C"' '"' PERSPECTIVE VIEW Area under construction Direction of flow =:> Area under protection SECTION VIEW Silt fence barrier ;";c ~'; A~ . I 2.3m max, I Al+ Direction of flow ~ . Typ 1 // ......... -.. / / . ~ '('J.0"' e"r' . I Main run PlAN OF SILT FENCE BARRIER 1 Stoke Geotextile Direction of flow =:> , E E E o ~ Trench to be I ~~ckfilled ond ~mpocted 300mm min of geotextile in trench Earth surface o o N / / o o "' SECTION A-A / I ~ NOTE: A All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1996 02 LIGHT SILT FENCE DUTY BARRIER Dote OPSD 219.110 Direction of flow t_ A Strow boles Note 1 cr+- . -j A . . . . , c4 PLAN VIEW FlAT BOTTOM DITCH OR CHANNEL Stokes driven flush Lowest level Bottom of end of downstream row to be higher than lowest point of flow check. Downstream bole position outlined. SECTION A-A Direction of flow t_ B Strow boles Note 1 Cr+- , -j B . c4 . I . I I PLAN VIEW V-DITCH Stokes driven flush Bottom of end of downstream row to be higher than lowest point of flow check. Downstream bole position outlined. Ties not to be in contact with gTOund SECTION B-B Note 2 1-1500-1 SECTION C-C NOTES: 1 Number of bales varies to suit ditch or channel. 2 Balance of excavated trench to be backfilled following bale placement. A All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING "" 02 01 R.- ~ Date ". OPSD 219.180 STRAW BALE FLOW CHECK I I I I I / I I I I I I I I I I I I I I I I I I I I I A~ See Table ~ o t- o > L Curb and guller Entrance Dropped curb 6QOmm min 300mm I 300mm min A~on PLAN I I I I I SidewOlk oft D R ISOMETRIC VIEW r .,' ::]' ~ 4%. Note J I 4%, Note 2 8-%: tvOI e 7 Vor SW or SW and entrance SAG SWfEntronce 4%mox 8 % mOl( I I I I CREST 6%, Note 2 2 ~ t-\ote B'o. SECTION A-A Sidewolk Boulevard 600mm min Bose Subbase / Dropped curb DRIVEWAY DIMENSIONS WIDTH LAND USE NOTES: 1 Maximum upgrade shall be 10%. 2 Maximum downgrade sholl be 8%. A All dimensions are in millimetres unless Residential otherWise shown. I I I ONTARIO PROVINCIAL STANDARD DRAWING URBAN RESIDENTIAL ENTRANCE m m,n Aprd 1999 Rev OPSO 351.010 VI r- o .... - 541- I ~ " --1 ~ CJ ,., .... l> r- '" .. U' tn (")0 )>-c -1)>- (")::0 :J:"" () 0 )>- Z mOV>~ )>- ;;:i -I ::u V> ::0;:0 0 Z"T'lO V>'Z O. ::E: :J: V> ""-10 ::o-<c ::!!"'U)>- Z...,;:o (;) 1"1 o mtn..... O:J:;:O Z...,)>- rlO3:: 1"1 0(;)< "'U::O< rl)>--I Z-I:J: - rl Z (;)"T'l V>o ::0 o ""U (J) CJ ~ o o . o ..... o N <0 L - o U' VI ,., (") :::! 0", z _ o lD I lD 10~ 86 '" " 1 83-1 ~9 86-1 3-jf- "U ::u o < Z Cl. ~ ~ ij r :> VI U> 0 Vl 0 ~ ~ ~ 0 Z 0 CT o ~ '" )> '" ~ ;0 ::l ~ o Cl. o ~:J ::u - )> :::E Z G) rnl>Z ~~S Ul I"'l Vl ~ g ~ :J ...... c. <1l :> U> 0 ~ ~ g ~ " o ::r ::rO ~ -U N " (I) o U> 0 o <1l I N (J> z o < Ul ::r0 :::u ~ 0 ~ ::l 0 o ll{: ~2 '" " U' VI ,., (") .... o z o I o o :J Cl. VI ,., () .... o z <0 L I - '" 3 3 (J> o a N a ,., I ,., ~ ~ D ~ '" '" " U' '" ~ V> ,., () .... o z _ U' l> " I l> I" ~U' '63 3 I 820 OJ I I .. .. U' ~ - o " - o " 1 I I 1-.1 I- 32 25 38-1 L I '" (p I I -., ::u )> 3:: 1"'1 ex> " )> 0 )> -0 !j; Z <0 ":11 ": 32-llj ": 1711 OJ 657 623 I I I 25 _I ~'7 13 ~I LL ex> T en '" '" I I '" I'" TI " U' J 105 I - ~ ex> I '" I I I '" ex> '" (p G'l ::u )> -i 1"'1 N ~U' - '" O.g .f!. ~ '" .. U' ~ 3 o -0 !j; Z D , o 604 I I V> ,., () ~ 302 -----j '" ~~,:~i I I I E E ~ 00. ~ ~r 96r I I I m I I ""'" I I '" I S m O~ m2 mO UlZ I I D D D D D D J; D D 00 D conaaon. I I o ~" c > 2.!> m m- eO 00, I I '>" I I I . '" .s L ~ u !2 ..'. m. ~- eO o ~ ~ '" . m . > ~Oo L.D ~ ~ O~ C) Z =>--1 0::_ <( C)t- ZW _0 t- <( 0:: C) . . ",;; em om m E~ ES .om '" .: x 0 L au -06 I ~ ~ ~~-1 t ~9L-I z Q~ !:ow (/)- 0> a.. W zO w- a..1I'l o t o o o o Ul ... Ir 0 a.. a.. :J (/) Z 0 I ... ..J 0 '- m I oZ I zj <(Q. " " z j:: <( Ir " "\) .. "- ~ 0 u .. 2 ..J m~ .D <( "'u e 0 ~ ... I.D .s w 0 ~ z<( ...1 a..<( o "Z zO t=i= <(0.' IrWlI'l "1I'l W t- O Z lD 1 lD Z o i= o W 1I'l lD --I ::. W o '- U1 .o 0 "' .o U1 "' "' "' N 0 . " N '" 0 ~ U1 0 ,.., .. '" '" 0 ,.., ,.., I I > I I ~ '" 0:: I I "\) U1 "' N 0 0 I I N ,.., ,.., .. N I I 0 I 0 I Cl N I I " 0 "' ,.., .. > (f) U1 ~ '" I I "' 0 N 0 CL N ~ Z I I I I 0 ~ 0 CO ,..., .q- UI r--- 0"1 N CO 0 N I'- ~ 0 CO .q- "<t o N v t-- '" ,.., ~ V> 2 o L CJ _ N N I"") V o o z L 2 '" E 0 0 0 0 0 0 N 0 0 0 0 .o "' .. N I L '" D N mO "'!l:: ;;:<( ut- L Z 00 u c o (j) <( (/) o c.:> Z ~ <( !l:: o lLJ .....J ~O a:::: I o I.&... I- j a.. ,(~~ , ~-b.--_/ :J <( ~Q) Q) 2 Ul Ul .D C "'z _ 0 2....... -6'0 Q. ~~~~~.c g....... -b u CTl u........- Ul C L <( 2 g g L ~ V> E.o E r. -' .D uo.::::Q.l 00.0....... Q) ....... o.~ - 16....... -2 -J CJ"L (J\~ {f) > U) ~.-- 0 (Jl <( cOCO Q) E :.=. a.:.=;.!: E Lee -0 Ul t-co..uG. U Q) cvvoo2 (I} w:,):Jooo:l v.......vuv 1.0 Q) o ov>_oEU ~o~oc 0'''' . L E 0 g _c g ;:; u ;:; Q "0.'0 I :;:; '" +-,uO"E- DV..D +-'u..-.-E U V> u" V> 0 ~ (/) cTIUl- ....... 5E.c..D~ '-J -- o c+-'o 0.':: 0.. ....... U to "'0 E . ::;lea 0 a. o.Oou L C V> 0 '" u o"~ ~,,'" -,..., 0 '" 0 c ~ ;:; 0 g "'"~ = -ci D U V> " '" D i:' .- 0 -",_Q.ci;<(2!!'0!!'2DD= 0 "'~ goEOc .00_000 i?(j)L LO oo'<:'<:o,_ov> 0", .DUu::5~:-U"'~ ..c <{ Ul '" ._ c"" 0 '" V> V> V>.- W u E 3..~ 2:- U L U E. L E {j) C 3- O'~ 0'<: C 0' C '" 0' :J 0 ." Q; ccv::J-oG.Q{)10 oocccov>.c . 3..c Q) :J C ~ C . Q) C ....... .<: E_-"_02E",~(;;UE-"'0 Q)--..'~UCL.CO~ oQ):JcE I.... -' 0 O. o. "- '-- 3. (f) <( 0 <( Q.D 0.<: 0 ci .0 u 0 0' U V> 0._ ~.- :2 c If! Q) <( m o<(<{<(~<i3 UOWLLC) lLJ () Z <( Z lLJ I- Z 1.&...<( <(~ Vl a:::: ~<( ::).....J Z::) -u ~a:::: ::)- .....JU <(a:::: o I.&... o 0:: <( o Z ~ 1I'l >- I- lLJ --I <( () Z > o 0:: a. U> I <1> I I I Z U> OJ" I I 0 0 < ~ I I '" :J I I 0 0 I I 0 I I I I ;0 I I CD < I I 0 [DP O{/)......--i o .--:::r:::r Z (I) .g m <11 c Ul (/) 0 :3 Q. Q. CT ~ ()l'-.~ (1) :::r Q Cb ...., o 0 ()...... 0 =C'D (I) -. o :J:J ~ :J.....o VI ...., ~..o({) (tI <1> ~ ro (b 0 ~. -g x c ......... 0 :J (1) 0 O~a.ro{/) cr Cl..ib~ (I) (0 <.......-0 Q) (1) o' ro l,J 0-:) () DO="; ~3gCTC;; ~3a.~a. - ~ CD CD :J n o o VlZ 5::0 m;o Of'Tl Z~ GJf'Tl S;(/) O~ J'Tlf'Tl -0 (/) o ""U U) o (J1 ...... N . o ...... ...... "'~O ~ Z O::J":J S:~ ~ (T' 0.)> 0 agO-oro:J roJgmQ.-i :3 ::JUOl.Oc"'O:Jrrl 3 -> 0 N Vl CD ....,~.::r ~ (j) Nc (.flU) ....... (I) ro -." U'1::Jo:ym03OO< :3 ~3 e.. 0 ;:; (l):::rID 303-o......::Je..a .., ::y < .....t;;"-:> 0-3o(l)::Y'cro rr < ...., 0 (Il':::> s.,cro ::J-l 0 eX....... 0- ::Fa"'" O::J(t):Jo OJCl\oo-. ~ 0 :J .......o~c(l)~ro-olJl __ ::J:;' 0 3 (J) 0 3~3::,.;-orr"- 0-,00........(00 ....,00.0 0.3:=:: (l) ,..... CD :3 ~. 0 3 0 0 .......m....... ..0 g ro::J::J ::YUJ::rc 0 ~s'o o Ul Q ::J (J}..... O::J :J ::J m ~Q.~n o m (l) ro c t...I- "'0"'" ro ~::J C3~3~.~ 3~t+~tf){J)ro 3_-"::J::J Q. _ m 0 (t) 9.. :3 (J) :3 (I) - CD (I) :3 ~::J ::J 8. '" '" o z ~ :::0 o IC)'lfTl !': 0 3-_P (f) ~ ....... _~ ~ ::u 9- () CD "'0 -. ell :3 o"D ~ CI) <tl ~. :J ro a - ~o~~~~Q (I) ,lIl 0 0 Q. 0. o' :3 ~ ro:::: ~ ~ 0 Q' (T 0 ~ :J ~ (0 Q. (J) g ell 0 e.. 0 ~ m :E -. - () <; _. ;:::.: ~ cr g :J ::>..0 ro ...., 0 (IJ ~Q.6 3 no 0 ::J ::r - ~. J> 0 g ..0 ~ ~ ~ z 3 0 :C' m :3 ...........u ...... 0" (0 ro no Q. 0 ....... (j):J :J ro}:>C1>lO~gg VJ 1:J --lo 0 0;; ., c o~6a. :J m~ (f) ~ :J ro.f>.OO U1.o (f)" Ul I CT )> ro {f) ..... VI ~ro 0. :::r 0 OlD o=:e. ...... N:::r.po. \) - n ~ --.~ ? ~ CT ~ ....,::0 tv o' (t)............. :::!: ->0... o:J 0 1.0 -, ............. Ol U1 w"DC)}>.D}> 00..0 -f:>. (.Jl ~. I ':-""'0 ~ lA ~ C) ZNC)(j)(,J o --> -, :J 0 :? I 0 ...... N<DQ. ~coro "U :::0 o < Z () :> r (J) ~ z o :> :::0 o o :::0 ~ Z Gl o Cl ~ ;::0 CD 0. ~ <1> co 0' _ s: [DP<O -(f) IV -1 s:~ ;u P ~ ",<0 ",<0 ~~ 0 '" CT 0 ~ 0 n :2' 0 ~ 0 :J Cl (3 Q. <1> .p. o o 'ill 2l : t ~ i.l [T1 II r 14 ~q ~ It zlt [? o c.. ~ ~ I ~ 0 ~ on'" .--. 03 ~;; 3 ~o ^ 0 zC;g: o ~ z I!!. (II 00 <" ~ :J (tI !'Joo o 0 0';- " 0 ~ ~ " ... .'::...::' l'50' ~,4 ::': , ~ o " <::. ~ x ~ o ~ n o o n ~ ;; ....J ~ Z ~ ~ -go :;.~ ro ~ 00 ~ U> " ~~ Xu> @ ~~ Co> o o ~~ 3'~ 00 w ~ 3 ~f=3 !:l."' 00 ~O " 3 ~. 3 w 3" 3 ~ -- o V> 6. ro . o ^ I I .. ~I:!; -3 " ; , ~ "U '" " ~ (X! :i- 11 . 6 o Co> U> ~ I w g: ~ ~ 0 '" Co> U> 900 I Co> o o 450 U> o I )>'1;; Co> o o ~ ~OJ ~o x w ~ro .. 2"'2. ~o ..;; o 3 OJ 3 , .. "" 0> W m 3 3 ~ 0 x 0 " 0 < ~ r0~CD ~3 ;U ~3 ~ 0 ::- mo.. .E 0 25mm Typ 45mm Typ I I I g I ~f=3 I I I " -6- ~ , I I o ~ o 3 3 o x I I I 450 .. U> I~ V> 6. ro . o r I I I :;0 fT1 Co>/\ ~ '(:!; \ 00-1 [T1:;O-< ~()~ -z U;Gl~ UJ :> :;0 (J) I I ro . I I a:: ~ ::J U :r: w - > C I '0 z ... - 0 ",", z _'" "'... ... 0", Co> 0" U", '" - '" 0 -g" "''''" z 0"'", 0'" ..a 0._ '" -" E0;= .'l'+- ~ C L...,Q.o " E 0> ~ 0 '" 0 0::>", ... > "' OCo- -"'0- 0> 0 V=QUl ::> "' .0 0-_ I " "' C" ::> Co- ~C(l) (f) q)'O~ 1/)"'0 ,",00 -, ",.0 ~ 0 C 0 U '" '" . - 0 Z '" .:- . '" '" - -" - 0 - 0 z a:: 0 ::> ~ 0> ~ '" C " " '0 ::J Ui C . U 0 ... '-. " :r: " .0 .0 ... ... ::> W 0 ::> (f) > > .!! U ::> 0 m I- I I I I I I I I I I I I I I I I I I . . o o '" Q (f) D- O .<: - oi c: C 0- 0 E,., o .S E 3 '- E E 02 0 00 "' ECD u ~ E I C _ o "- CD <Xl.!,!" ~ .. -- 0 . _ ~lo~~'E cu 1:; c c.2 0).- c ~- "-..a;t;: ._ u- 0 c 0- 0_ 0 L.. () ...c..b ~......'"O "'- - 0 0 \... L..:C ff.I (f) Q) 0 4V .- CD fI) >:i> aloe C 001 Q) 0 Q..:c c .~ OJ .(;) (I) 0 3: c cu > C 00 v ..... '-0 E C ~'-'-"'OU)._~ 000 "'0>- <ii c-_ 00"'0 0 W 0 ::c c =<(~ f-Ulll-o o z~ '" '" "' 'i ... '" .<: - o "' "' .!! C ::> "' '" ... - '" E <( ~ 0 ~ 0 . ~ <.0 I It) > I I '" I 0::: I I I I/) I I I I Q '" I (J) 0 I I a. <D '" '" I - 0 0 '" I Q <.:> z ~ o o a:: <( o z ~ VI (J) a:::: w > ~W en W~ I--m W a:::: 0: ~j 0::> Uz C>~ zO: -C> ~ Uz go a:::: w I-- z -' <( U Z ~ a:: a. o it: ~ z o - Dropped curb at entrances. Typ \ I~ 275 -r\ 2251 1'~ ,R=Smm ~/ 251 For flexible r Note 2 So "\ pavement. ?'?_ Typ~ ~ t .. I nt. "R=;=5mr:n. .~ -:-?~ "'-~ J< .' /,s. . ..--, ~ If) ....'1..'-:0.'....0">,..: N ~ :J.. . .:'. 2..p".---:'..Q.'IJ L '(.~ ,..:., ",,,'Note 3:-..' ..-~ ..1. ..__ _.--~ /- 525 A}~~l:~ ~or ~i~::ement where sidewalk is 25x7Smm keyway centred in concrete adjocent to curb, bose, Typ Typ Notes 1 and 3 -jl-- 25 Thickness of adJocent SldeWOlk'7 Typ 275 T 2251 rR/~5mm '/so'" 25-1 ~ "'ITl ",..:J 0 .... vJ-;::: . Not" 3 .~~j r ~:=:J50~ f Note 2 R=smm\/ _ 5 I "' N N , '- -' '-I" ~Jf , , . - TANGENT SUPERELEVATED NOTES: 1 When curb and gutter is adjacent to concrete pavement or base, this drawing is to be used in conjunction with OPSD-552.010 and 552.020. 2 Flexible and composite pavement shall be placed 5mm above the adjocent edge of gutter. 3 For slipforming procedure, a 5% batter is acceptable. A Treotment at entronces shall conform with OPSD-351.010. B Outlet treatment sholl conform with OPSD-610 Series. e The length of transition from one curb type to another shall be 3.0m, except in conjunction with quide rail, it shall conform to OPSD-900 Series. o All dimensions ore in millimetres unless otherwise shown. LEGEND: 5 - Rate of pavement superelevation in percent. %. ONTARIO PROVINCIAL STANDARD DRAWING April 1999 CONCRETE SEMI-MOUNTABLE CURB WITH STANDARD GUTTER OPSD 600.060 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SOxSOmm hole for placing hazard marker ~ 2 holes for anchoring l 15mm min bar I b ",,"" "-- ,,9 '0"" ---.. ISOMETRIC VIEW 200mm min 280mm mox Vor T liST Vor ~ I r ~ ~ E E E E E E 00 U10l , - I II I " I " I II - I II I II I II . 4 I II I " I " I I I I I I I _ I I I Size 15M bars SECTION NOTES: A Concrete strength to be 0 minimum of 30MPa at 28 days. B Closs of concrete sholl conform to CSA A23. I . C All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING April 1999 ST ANDARD PRECAST CONCRETE CURB OPSD 603.020 3.8m Termination Curb and gutter PLAN 0--- ELEVATION MOUNTABLE CURB AND GUTTER 150mm trnm1 , \ , \ , ~ \ ') I 0 \ 0 00 ~\\' : , J I z , '" -I 225 I- N END VIEW Curb (I nd gutter 3_8m Termination I I ~, \ ~ , . \ :, ~\\' i Gutter or > z , curb line J PLAN t --J Varies ~ '" N END VIEW 0- ELEVATION BARRIER AND SEMI-MOUNTABLE CURB AND GUTTER NOTES: 1 Slope to match existing shoulder. A This drawing is to be reod in conjunction with OPSD-600 series curb and gutter drawings. B All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING METHOD OF TERMINATION FOR CONCRETE CURB AND GUTTER April 1999 Rev OPSD - 608.010 I I I I I I I I I I I I I I I I I I I I I I I ~ I Tapered top See alternative C ~ I 01200 I Riser sections os required ~ I I Monolithic base with inlet and outlet openings to suit See alternatives A and 8 ~ I 300mm mox - i Typ :.. Bench or sump os specified 300mm. Granular bedding "...i. . ~"4 ....::-::.f + ~' .;<7_.--;4. " I T yp ---i r> L:: ~ --~ .' ~- . ~~ --.:.....1 :-",' I I NOTES: 1 The sump is measured from the lowest invert. A Gronular backfill sholl be placed to a minimum thickness 01 300mm 011 oround the maintenance hole. S Precast concrete components according to OPSD-701030. 701031, or 701.032. C Structure exceeding 5.0m in depth to include solety platform according to OPSD-404.020 D Pipe support occording to OPSD-708.020. E For benching and pipe opening details, see OPSD- 701.021. F For adjustment unit and frame installation see OPSD-704.0 1 O. G All dimensions ore nominal. H All dimensions ore in millimetres unless otherwise shown. I I I I I ONTARIO PROVINCIAL STANDARD DRAWING PRECAST CONCRETE MAINTENANCE HOLE 1200mm DIAMETER I I + 300mm Note 1 ~ l> ... <:l . p 2~c:i .:i~~'~~~'il~J Granular J bedding Bench or sump os specified Bench or sump os specified SUMP DETAIL ALTERNATIVES Bottom riser section with inlet and outlet openings to . .'200 4.. 0:' _~,:.-. 9"' . r .,...4. .' ", Gro~~r~""";""----4Z......J bedding A PRECAST SLAB BASE Riser section /-150 I 150 I 275 d .... 300 r:'-":'-'1t Ste~~ ::f'~~C'~~:t:-' 'i~ ~ZonUlar os specified bedding B CAST -IN-PLACE BASE Riser section Flat cop C PRECAST FLAT CAP Nav 2004 OPSD 701.010 . Tapered top See alternative 0 and E Riser sections os required 01200 , Transition slob See olternative C ~. 01S00 1 r- 300mm mo, S Riser sections - Typ E os required E E , 0 Bench or sump . 0 os specified . ,",-: ro Note 1 .. .' . ""4 ....". Precast slab base See alternative A and 8 '..". .,..' J "..,.. . ...... _:& 01 f{tE~:~-~L:~:m2+-l_ bedding T yp NOTES: 1 For sump detoil see OPSD-701.010. A Gronular bock!ill sholl be ploced to 0 minimum thickness of 300mm all around the maintenance hole. 8 Precast concrete components according to OPSD-701.030, 701.031. 701.040, 701.041. 703.011. 703.021, and 706.010. C Structures exceeding 5.0m in depth to include so!ety platform according to OPSD-404.020 or 404.021. o Pipe support according to OPSD- 708.020. E For benching and pipe opening details. see OPSD- 701.021. F For od justment unit and frame installation see OPSD- 70401 O. G All dimensions are nominal. H All dimensions ore in millimetres unless otherwise shown. I ALTERNATIVES I Riser section I . Monolithic base 01S00 I Bench or sump os specified Note 1 - . I , - .' .6'.:..,...,,(.4 Granular .4 . ",' " ~ bedding -r~:::'~~~.i--,__-,:-_-:::'=~J A PRECAST MONOLITHIC BASE I Riser section I G1SO L,so 300 I 300 Bench or sump os specified Note 1 ONTARIO PROVINCIAL STANDARD DRAWING PRECAST CONCRETE MAINTENANCE HOLE 1500mm DIAMETER I 300 ~ '.6 " .If.' ,. '" . .'. t .:"'..' - '," '1 Gronular 3C--~>~~t:~::~~:'nt bedding os specified I B CAST -IN-PLACE BASE Riser section .;i. -<JI1200 I Riser section I I C TAPERED TRANSITION SLAB Flat cop I 'J ..... I Riser section .1200 D 1200mm PRECAST FLAT CAP Flat cop -:-:"..' I -:.'. 01500 .,6 Riser section - I E 1500mm PRECAST FLAT CAP I Nov 2004 I OPSD 701.011 I I I I . I Tapered top See alternative C and 0 I Riser sections os required I Transition slob See alternative B I I Riser sections os required Bench or sump as specified Note 1 I 300mm Typ ALTERNATIVES R"H' section . 01800 I 300 Bench or sump I os specified Note 1 . ., 330 , I 3~ _ 2J ~__'.' _' . . a ~ . t [u": "'....0'"' ,) ~~;:.~I:r~"-s~;:-~;r~ement bedding os specified A CAST -IN-PLACE BASE mox ., E E E o o '" ,012001 Riser section . Riser section I Precast slob bose See alternative I "",_ . p .4-'" :,'(:'<;':,,',':(;;:' '<: ;.'::'1 ~............t~_........",-......._.~..:_-""""._~_J Granular bed dong NOTES: 1 For sump detail see OPSD- 70 1.0 10. A Granular backfill shall be ploced ta a minimum thickness of 300mm 011 around the maintenance hole. B Precast concrete components according to OPSD-701.030, 701.031, 701.050, 701.051. 703.012, 703.022, and 706.020 C Structures exceeding 5.0m in depth ta include safety platform according to OPSD-404.020 or 404.022. D Pipe support according to OPSD- 708.020. E For benching and pipe opening details. see OPSD-701.021. F For adjustment unit and frame installation see OPSD-7040 1 O. G All dimensions ore nominal. H All dimensions ore in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING PRECAST CONCRETE MAINTENANCE HOLE 1800mm DIAMETER I I I I I I I I I B TAPERED TRANSITION SLAB Flat cop , Riser section 01200 C 1200mm PRECAST FLAT CAP Flot cop O";J' :........"..f. Riser section . o 1800mm PRECAST FLAT CAP Nav 2004 OPSD 701.012 o mox .. <4 0/2 min 7. Wye connection 8. 45" bend Section min MAXIMUM SIZE HOLE IN THE WALL IN PRECAST RISER SECTIONS Maintenance 1-4 No.5 & 6 No.8 No.7 Hole Diameter No. Inlet Hole Outlet Hole 1200 700 860 780 700 860 1500 860 1220 960 860 1170 1800 1220 1485 1220 1220 1485 2400 1485 2020 1760 1485 2020 3000 1930 2450 2300 1930 2450 3600 2195 3085 2730 2195 3085 NOTES: A Concrete for benching to be 30MPo. B Benching to be given wood f10al finish, channel to be given steel trowel finish. C Benching slope ond height to be os specified. o All dimensions are nominal. E All dimensions are in milimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Nav 2004 MAINTENANCE HOLE AND PIPE OPENING BENCHING DETAILS OPSD 701.021 I I I I I I I I I I I I I I I I I I I I I o o o > v v I v v o ~ v ~ I ~r O<l " ^ c>~ o,a I I v E l' I V ,,- " 0 0" ,,~ OL 0_ <l ---.- >. "'.~ I I v- .D""3u o - V _aD v 00" E'- t:' 0- 0 u ~ ~ E~ ~ I I =: C.,c.a, i ~ D'" I " J :l0> -, c> I I -r---r--, e'il . I ;: o Q. , I I I I I L~"l .n' . . ___ ,I=_:"'! "i Q:; " , D J I I ~ 0> ---+--- c> I I r---r--, e'il I I > o Q. I v 2 ~~ 00- o '0'0 o v E E E 0 J U) E E .2..'c 'x u'- 0 Q <(EE~ ..4 , " E<l E::J2 E.~ fI) o x~ W If") 0 fI) Q-- <:t E;.'::~~ , E E o -lg~1 :I: .1.:: Cl E ::> 0",' 00.. L E 0:: <l: ~ E Iu ~oJ) ~,,~ .......- 1-0_" Z .JfJ)Qi ojc~~ -lL.. Q) ~ I- Eo:; U - D l..&J ~o '- en iJ 0 o ~ E -5 ~ E gu~ a. c _ ^ Vv ~ v V L. c:: '- - .2 0 -j: N o L v 0;.-::: g--o n::'S:...JZ , I Cl ::>z 0- 0::1Il I<l: I-al I ZI OU -I- I-<l: UU w 1Il ., , "" c o c ~ E~~ -- . ~ " .2.,<01:; ,,~ o v 0 _D- ~ L " 0 ~2E , , I Cl ::> 00.. 0::0 II- I- I 0:: ZW O~ 1-1- U W 1Il ~ " <; " c....... C 4> wone ~.- E Q) V ~-"- Q)........ EX"""" (i)..oCll........ Q) .~= 0 ~ ....... 0 -0 0 --. co.. O..c..c \J ...... (f):=o O'l Ec g:,::: 3:.~ ~ ~ c 3: C "D -7h IV .~ 2 c :J Q) CJl "'0 Q) (fl .- '- C (fl"in \.... (f}....... :J U .............. 0 Q;I ;;j ~ .2E~ 6 ~.~ Q) -+-' :J .t.:: E...... Q) .<2 V (j)~c~o~:5 (/)..L: ........:OE.- ~ ~o .~ 0 ~ -H .5 -0 :J E t3.......<V~c.......~guu~ r_..c>.<vciJt'2 Q) o ...............uJ<(.Du:;<(~ z- ~ ~ ~.c (I} ::JID ""::Q.I o c a. vi ......0 III :J 0:-: :ij J:: 0 .'~ 0 ((l..... c E~&2.~1Il6~::> .....OVlC-OC::l:JC III U -_ 0 0 c..o 111 :J J:: c:- --'- co :'Oo.....~6ucQ)~ <( ..... "j 0 ~ v 0 III Q) U1u::J-O o ~ o D .c o ;; c> " v > o v " r I I I I I I <l L ^ I o~ I 0 2 0. V V 0 ~ v 0 :;; ~ c: ii' ~ E ~ =: , v E E ~ E o E <l L ^ o~ E E E E OoD oD~ <l- V U;~ ~!l o L v V c o o ~ .e o " I I L o ~ ~ _ (f) 0'1::: <fJ \fI~-S _2'~ __-::: 0 ~ v::> C -'= QQ) <l> ::> (U 0 UI ~ g...0 c ~u"~ g~'c <l> 0 C C - ::> E c ::> <l>"- >- ~<l>O:Dc:;:C ~c"-EO.o~ iJ-O z"o v w 1- 4: E ~ ~ o:g 1; " v 0. o ~ <l .8 '" u ~ 0 C(l)Q :J.c ~c o > '" '" I I I J I , I I I I I I I I I I I I I J CI U') a.. o v o o N > o z o z 3:: <( 0:: o VlVl I-Z ZVl =><( CD I- ZI WUVl ::::!:I-O:: I-<(W VlUCD => ::::!: -, -<( O~I <(-lU wO I-I~ WW-l o::U<( ~Z> 0<(0 UZZ W<( 1-1- Vl~ <(<( U::::!: W 0::0:: 0..0 lL. o 0:: <( o Z ~ UJ -' <( U Z > o cr: Q. o 0:: ~ Z o "' ~ '" E N <( m ~ ~ ~ FRANE ANO C~ /IS PER C-113 CONCllEf[ eN' I I J lotlN. ONE AOJUSTUENT UNtT. MAX. JOOmm UORTAR TOP ANO BOn'()U ROWS ONlY (UANUfN::1\JRER'S SEAINlT TAPt: BE1WEEN ROWS) I OVTSIOE Of BRIO<WORK TO RECEM: lWO C~TS OF 8fTlJMINOUS PAINT WHEN MANHOlE NOT LOCATED IN ROAINIAY I I It I ," :lOWPa CONCRETE IlEHCHING 75mm Of 19rnm CRUSHER RUN UIlES1tlNE(COIIPOCIEJ)) ON SJRUC11JRAL1.y SOUND CROUND .- : ... I ".:4+ ".- .. POURED CONCREIE CRN:lL.E TO 1 at JOIfT I I I I PRESS SOL OR EQUIVALENT RlJIl8Dl GASKEr (WAlUlIlGHI) :.' .' ~ . .'. I I I . ..... MQIES 1 All precast components to be from approved suppliers. 2 Pipes must not enter at 0 manhole section joint. 3 Uft holes to be completely filled with mortar before backfilling. 4 Aluminum manhole steps os per OPSD 405.020. 5 Precast flat top design only as approved. 6 For manhole depths greater than 5.0m safety grates required. 7 Max. spacing between safety grates is 4.5m. B For depths greater than 7.5m manhole to be custom designed. 9 For benching detail see OPSD 701.021 (use pipe dia, + 100mm for max hole size). 10 Compacted sand backfill within 1.0m of manhole. 11 Semi-cost manholes to be individually designed and approved. ". PRECAST TOP FLAT I I I n I All dimension. 0,.. In mlUlmetre. un'... otherwI.. noted. of Clarin Serrices De ~ent -- __ 2004 C-l01 I I -... -- 1200mm PRECAST CONCRETE MANHOLE I I I I I I I I I I I I I I I I I I I " ~ CATCH 8ASIN I ..,~ l-f-1 ~... I 115 ,==1}.., . " " l00mm PERfORATED SUBllRAlN ~ 200mm 5OUO WALL f'\IC PIPE " ;;; ". L ,~ .",,-" .' . ".:. ,. '. " . . -. ...- '. . ":." ~:._~ --:.J-" ; : ......--.. . .5. in:" SECTION A-A 75nwn OF 19mm CRUSHER RUN UllESIONE (COMPICIED) SECTION B-B 8 . . A A . . NOTFS 8 1 All precast components ta be from approved suppliers, PLAN 2 Compacted sand backfill within O,3m of catch basin. 3 Refer to C-l09 and C-305 for additional details, 4 Invert of sub-drain and the obvert of catch basin lead ore to be level. 5 Uft holes to be completley filled with mortar before backfilling, All dI........on. an In mIUlm...... ....... otherwIM noted. eerin Services De artment SINGLE CATCH BASIN -"'" -- C-104 B B I I I I I I I I I I I I I I I I I I I 115 ~r- I 610 1700 :-1r 610 WORT" 115 840 610 n , '. , , ~ ...: -. ~. .. 100mm PERFORATED SU8IJRAINS '" N '" ~ .. 0'---, , , I I I I , , , , ---",- 250mm 5OUO W...... PYC Pll'E ;'.' 250mm SOUO WN..L PYC PIPE .,. ".:. -:-- '. .. - 150 :": ~ ~~~._-j ...... .-......:... :<.:..--;&:.".' !"::-: '".:",' -:~.( - ".-;" ~--"i' .".; .<: l! &.!..~ SECTION A-A SECTION B-B lJM€STONE (COIlPAC'IIIl) A BEAM A NOITS PlAN 1 All precast components to be from approved suppliers. 2 Compocted sand backfill within 0.3m of catch basin. 3 Refer to C-l09 and C-305 for additional details, 4 Invert of sub-drain and the obvert of cotch basin lead are to be same elevation, 5 Ufting holes to be completly filled with mortar before backfilling, All dfmenllont: a.... 1n mlllmetrn un.... otherw... noted. Ii En Sernces De ~ent -... -- DOUBLE CATCH BASIN C-l05 -- __ 2004 I I I I I I I I I I I I I I I I I I I w COMPACTED SAND ."" SPO t 300 .. . ..... .. -....4. COMPACTED 19 mm CRUSHER RUN l&tESTONE 98X SPO - ... "-. ;... '. -;"'iI..- ..,. . .... -.... ~.... :'~: :". :4'" ;..~~.~ "..' ". . ." .... .....: -.'. .' ~ ~ .:- ~.' : . .... .:.. .. d f .-.-~.... ClASS B BEDDING BEDDING AND CLEARANCE INSIIlE PIPE DWlElIR lP 10 900 1050 AHO LMCER d(""l 100 150 w (...) JOO 500 All dimension. are In mllllmetrn: un.... ofherwfte noted. CIarin on M Services De artment -.... - .... STORM SEWER TRENCH BEDDING .... __ 2ClO4 C-108 SOUD WAU. P.V.c. CATai BASIN lEAD (5.0." 35) ~~~2 I I I I I I I I I I I I I I I I I I I MANUfACnJREO SNaD P.V.C. SUB'E (WA1IRl1GIlT) CATCH BASIN ... ?-;;....,; ':.'''-'''f': -'..'~ .~.~.;,: "''';.., _..~ f"' ...;~::... ;-,:-- .. - . - ..:. . ..: ...i. ..- 19mm CRUSHER RUN lnAESTONE TO TOP OF PtflE, COWPACTED 10 98% SPD .' . < ".." ~ ...... .... ....... NOTES 1 Pipe to enter catch basin at right angle 2 250mm dia. lead for double catch basin. 3 200mm dia. lead for single catch basin, All dlrneMloM ore In mllImetrn un.... otherwln noted. Clarin n Services De artment -.... - .... P.V.C. STREET CATCH BASIN CONNECTION C-l09 I I I I I I I I I I I I I I I I I I I ~ .(r ~ ..... o w z G w ~ . . .,..- stNTABlE OEPlH TO NJJJI/ FOR CONNECIlON TO HOUSE WEEPING T1lE. (..... 1.8. ..... 3.0) .... '" ., WAlERT1GHT PlUG l00mm CRUSHER RUN UUESTONE 10 TOP Of" PIPE 300mm SAND COVER .-........ ...: .... . .. o. .. -;.. . COClID ''''' CRtJSH[R RUN UWESTOHE l50mm tI P.V.c. (5.0,0. 28) PIPE PROFILE OPDING TO BE MACHlNE-coRED II FEl.O .v.c. BfWICH TO BE FlRt4.Y MORTAAED TO MAIN SEWER. (WAlERl1CHT) P.V.C. SWEEP BEND 150mm . BRANCH OFF 1'ROIANUf-'C11JRf]) TEE 45" CONNECTION FOR SEWER MAINS 525mm~ & LARGER MQIES CONNECTION FOR SEWER MAINS 450mm~ & SMALLER Service connection invert to enter main at spring line or higher, All dlm.....om: an In metree u...... otherwise noted. Clarin n Sernces De ~ent PVC STORM SEWER SERVICE CONNECTION -... -- __ 2IlO4 C-111 FRAME PLAN 4.5mm MAX. ClEARANCE 676 633 624 578 51 I~ II 575 667 900 SECTION A-A '"STORU. YEAR OF CONSTRUCTION COVER PLAN I 624 I II 2~-ti- 16-11- 613 SECTION B-B NOTES 1 Allowable tolerance for dimensions af 300mm or less is :!: 3mm. 2 Allowoble tolerance for dimensions greater than 300mm and up to 900mm is :!: 6mm. 3 The name of the manufacturer is to be distinctly cast in raised lellers. 4 The designation "STORM" and year of construction are to be distinctly cast in raised letters. ROUND MANHOLE FRAME AND COVER AI dlm....aIone are In mlnrMtrw un.... ottMrwIu noted. - __ 2004 Services De artment -... -- C-113 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ANISHED 90ULEVARD CURB N<<I GUTTER 150 WIN. GRANULAR 'A' IW:l<FIJ. OR API'flOVEI) EQUIVAlENT l00rnm CORRtJGAl[[), SLOTIED PlASl1C PIPE WI1'H FACTORY IISTAUED Fl..TER FABRIC. !:IQIES 1 Subdrains are to run continuous on both sides of road, 2 All subdrains shall have sufficient grade to drain into catchbasin. 3 Subdrains are to be installed in a trench condition. 4 If additional depth road granulars used. subdrains must be lowered accordingly, 5 Proper connections are to be used when splicing sections together. All dlmenslone are In mllAm.lr.. un.... otherwIae noted. Services De artment -... PERFORATED PLASTIC SUBDRAINS - .... __ 2004 C-301 17 25 SIDEWAlK LEDGE DRMWAY OEPRESSK>N :". ".- ;p- ~ .' .... ~ ... ,.' .. ;. .. .~ .,'- ...... ... ,....,.. i- ~ ~ ._~ . '.. ~~: ..... " , . (sa: HOlE . STANDARD CURB AND GUTTER R- llRMWAY DEPRESSION , '..~...- ... ~ ': ASPHAlT 44";' ~. " '-. . . A" " .. 4> .. ..,.. "._ --..' .r:c ~-.-~.~: '..-,;.. .-~" .... -.,. .. .. '..~ '-.'. ,.-..-'. -. - "..':: '" '~... .-.' ..... ....; '. - ~.. . ~-.- .>,;. BARRIER CURB NOTES 1 Concrete shall conform to OPSS specifications (30MPa, 7% :1:1.5% air). 2 Contraction joints every 3,Om (maximum), Saw-cuts to be 25% of total depth. 3 Curing compound is to be sprayed on within one hour of finishing, 4 Additional width required where curb is adjacent to sidewolk. AU dlfMnalon. arw In mNlmI'Ifw ...... othet .1.. noted. Serrices De ~ent -.... -..... STANDARD CURB AND GUTTER -- __ 2004 C-302 I I I I I I I I I I I I I I I I I I I I I I I , "': -----~ I I I I I I I I I I I I I I I I I I I B A . - SEE NOTE 2 B PLAN --i! I ;/' ~SHAPED NlEA , :A --1J I I 2 CIJA8 DIllS 10 BE lWlE VERl1CAL (FUlSH) AT TIWE OF POURING. TOP CURB TO BE AUGNED ACCURA1n.V WIIH BASE CURB. 1.2m \ C8 - 10 BE CORREClI:7 AUGNED WITH PRECAST I 1\1 I I I \i...___ I I L_ .... :~ ~ .~ .', .... , '.' SECTION A-A fill DEPTH EXPANSION JOINT "4'. :i " ;.. NllllPNlO aanou ROWS ONlY (WIflUFN:IURER'S SEAIHfT TAPE .. IlEIWWf ROWS) ',' .~ ," ~. :, ., SECTION B-B NOTES 1 For grate specifications see OPSD 400.010. 2 Stage I - temporary asphalt filler around catch basin including full curb. 3 Stage II - remove aspholt filler and complete curb in one pour. All dlm......ona ore In mHlImetrM un.... othttwIH noMd. - .... -. 2004 n Serrices De ~ent _Ill. -..... CURB AND GUTTER DETAIL AT CATCH BASIN C-305 DfRECT10NAl ~: MIN. O.Jm APNfT AND 1.5m LONG b~ """""'" SPACING or 30m IIETWEEN EXPANSION \ ......... _ WHERE~ ..un; _ RIGID _ ~ us 1.5 ~I CONCIlETE INfll ~ CURB--- CONlIlAC11ON JOlNTS (JYI',) 1.5 w :z ::> 0.75 ox E .. li1 .. . ....... . . . . .. :......:. .... t . :.. 4. ..4' ~ COIr.F'JCTED NATIVE MATERIAl (SEE NOTES 1 "'" 2) 30mm 1SOmm AT DRIVEWAYS ~ 1 Use 100mm compacted granular 'A' if native material is deemed unacceptable by the Municipality. 2 Subgrade material to be well compacted, then dampened immediately prior to pouring sidewalk. 3 Concrete sholl conform to OPSS specifications (30MPa, 7% f:1.5:11: air). 4 Curing compound to be sprayed on sidewalk within 1 hour of finishing, 5 Expansion joints to be be placed full depth of sidewalk. 6 Contraction joints to be 25:11: of full depth of sidewalk. 7 Surface of sidewalk to hove 0 broom finish. All dlmeMlon. a,. In metre. un.... otherwIM noted. -.... -..... n Services De artment STANDARD CONCRETE SIDEWALK C-307 __ 2004 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I PROPOSED PAV6IENT A BASE ASPtW.T JClWf1' EXIS11NG SURFACE ASPHAlT 10 BE"""""'" 100 10 BE"""""'" 40mm flU AU.. EDGES 10 BE PAINTED WITH A 8ITUIIHOUS a.tUlSION SECTION A-A All cllmen_one an In mnllmetr., u..... otherwIM noted. n ee ~ PA\o'EUENT EXISI1NG PAVEMENT Services De artment -.... -..... SURFACE PAVEMENT JOINT TREATMENT C-311 - I 40 I I I I I I I I I I I I I I I I I I I I Wa-'08 (900x900) MOlE 2 GAlVANIZED RAIL UNPAINTED < E E o .. < E E .., 5OJC150 POST 10 BE FASlENED wmf NUTS ar: BOLTS 50 WIDE JI' 50 DEEP -y 3.8m 3.8m BARRICADE DETAIL 11 75 I r '-Om (min.) NOTES 1 This standard to be read in conjunction with OPSD 912.101- 2 Checkerbaard sign as specified in Ontario Traffic Manual. 3 All hardware to be galvanized. 4 All wood members are to be pressure treated. ~ POST DETAIL All dlmeneloM ore In mlllmetnt un.... otherwl.. not.cI. n Serrices De ~ent -... -..... STREET TERMINATION DETAIL -. 2004 C-401 [l(PRESSEO CURB I I I I I I I I I I I I I I I I I I I I r I J i1 ~I I;; j,..;i-'!',. ------- ~ ~ .n -' / 25.Om min. / SIDEWALK A~ ~ .. ~ '" " t E o .n N w z ::i ~ w w '" ~ .. I 2.85 I ~B ~~X(~.eL_ wAlK. PER C-307 OEPRES5ED CUR8 FRONT 0.- CMIl FRONT 0.- CYB w Z ::i ~ w w '" ~ .. 2.5 POST C1lll w z ::i ~ w w '" 1;;1 D.O POST CYB 1.5 SIDEWAlK 0.75 - r ~'~..~["',~"';.' '.-i, " ."~~-:;~::,:,,,.::-~.;.:.;.. SOOOED IlDlU'l :o!~.::?:' ';-'~':::.... :"'-j-:c~.t:Z-"~~<f:1;:...<.::-,.;.'::: TO "" ';"'~j..".,>.;~.o:~ 'i:". 1.2 .oca:ss >CCESS SECTION A-A NO SIDEWALK SECTION B-B SIDEWALK SIDE All dlm.....on. Gre In m...... un._ olherwl.. noted. Services De artmenl ............ TYPICAL COMMUNITY MAILBOX LOCATION (URBAN) ............ C-403 w U < ~ w ~ o I NOTE 5 w ~ o I W rL..~.;. ~,."d z :::( ..:. o ~ . L~ /SEE l BEDDING IJATERIAL AS PER $-401 STANDARD 'y' FITTING REVERSED SEE NOTE 5 STANDARD 45' ELBOW 20 MPa CONe. (150 mm) TO UNDISTURBED SOIL !Q \~~- .'~~. TYPE A NO TEES SHAlL BE USED (TYP,) \ .. '. .. . ,. . ,~ SEE .. NOTE 3 BEDDING MATERiAl AS PER $-401 SEE NOTE 5 20 MPo CONe. (150 mm) TO UNDISTURBEO SOIL o 4 ~~,,& SECTION A-A A 2 MAINTENANCE HOLE STEPS REOUIRED WHERE '0' EXCEEDS 1800 mm B MH SIZE AND / BENCHING DETAILS AS PER OPSO 701.021 ~ DROP STRUCTURE TYPE A OR B SEE NOTE 3 A OUTLET PIPE PLAN TABLE OF MINIMUM DIMENSIONS & MAXIMUM VELOCITIES DROP. PIPE TYPE 'A' TYPE 'B' MAX, VELOCITY DIAMETER '0' 'L' '0' 'L' MIS 200 600 750 1200 1050 1 42 250 636 801 1275 1050 1 55 300 699 900 1425 1125 1 70 375 900 1125 1875 1200 1 92 450 975 1200 2025 1275 2 16 GRADES BASED ON MANNING FORMULA AT 82% FLOW GRADES NOT TO EXCEED 1.80% 1_60% 1.50% 1.42% 1.42% DROP STRUCTURES MAINTENANCE HOLES WORKS DEPARTMENT w u < ~ /SEE l NOTE 5 BEDDING MATERIAL AS PER S-401 STANDARD Y FITTING REVERSED STANDARD 45' ELBOW SEE NOTE 5 STANDARD 90' ELBOW CONe. FILLET 20 MPo CONC. (150 mm) TO UNDISTURBED SOIL TYPE B AS ~. 20 MPo CONC (150 mm) TO UNDISTURBED SOIL SECTION B-B NOTES: 1. FOR SEWER SIZES uP TO 450 mm OIA. THE DROP PIPE SHAlL BE THE SAME SIZE AS THE INLET PIPE. FOR SEwER SIZES GREATER THAN 450 mm THE DROP PIPE SHAlL BE ONE SIZE SMAlLER THAN INLET PIPE. 2 DBVERT DF DROP PIPE SHAlL BE LEVEL WITH oevERT OF OuTLET PIPE AND BENCHED TO THE OBVERT OF THE OuTLET PIPE 3 DROP STRUCTURE SHAlL BE ENCASED IN A MINIMUM OF 150 mm OF 20 MPo CONCRETE. MAINTENANCE HOLE STEPS SHALL BE PROVIDED ON OUTSIDE FACE OF MH. DROP STRUCTURE SHALL BE STRAPPED TO STEPS WITH STAINLESS STEEL BANDS. 4 MAXIMUM VELOCITIES SHOWN IN TABLE INDICATED THE MAX. FLOW VELOCITY IN INCOtollNG PIPE WITHOuT OVERSHOOTING 5 ADJUSTMENT IN '0' AND oL' SHAlL BE MADE THROUCH THIS SECTION OF PIPE. 6 AlL CONCRETE IN DROP STRUCTURE SHALL BE 20 MPo AT 28 DAYS 7 MINIMUM DIMENSIONS BASED ON USE OF STANDARD CONCRETE FITTINGS ALL DIMENSIONS IN MILLlMETRES EXCEPT WHERE NOTED. DWG. DATE 1978 OJ REVISION NO,: 9 REv QA TE: 2002 10 SCALE: N.T.S FOR 8-107 I I I I I I I I I I I I I I I I I I I I I I 5-19 mm I/! HOLES SPACED EQUALLY AROUND THE PERIMETER 25 mm 0 RODS @ 100 mm SPACING CENTERED ON 65 mm PLATE I 10 mm WELD TYP I I , , , , , / / / / 25 % OF GRATE DIAMETER TO 150 mm MAXIMUM I FABRICATION DETAIL I I 5-16 mm 0 X 115 mm LONG GALVANIZED STUDS 76 mm COURSE THREAD 5-19 mm 0 DRILLED HOLES SET BACK 50 mm MINIMUM fROM END OF PIPE I I 5-50 mm DO. X 19 mm 10. GALVANIZED WASHERS. I I o x 0< N ~ I I ASSEMBLY DETAIL I NOTES: I 1 MATERiAlS -ALL COMPONENTS SHAll BE or WELDING OUALlTY MILD CARBON STEEL CONFORMING TO ASTt.4 A- 4 25. 2 fiNISH - ALL METAL SURFACES SHAll BE HOT DIP GALVANIZED AFTER FABRICATION I STORM SEWER OUTFALL GRATE ALL DIMENSIONS IN MILUMETRES EXCEPT ~ERE NOTED owe DATE 1980 06 REVISION NO,: J REV DATE: 2002 10 SCALE: NTS FOR CSP (800 mm TO 1400 mm PIPE) 8-205 I WORKS DEPARTMENT E ~ E N ~ x .,; < " x < " FINISHED SHOULDER GRAGE i Of ROAD AllOWANCE I I SHORT LENGTH OF VC OR PVC SDR 28 .0 N~ / I--=- PROPERTY liNE , '8' E E SEE NOTE 4 PIPE COUPLING CONNECTION INvERT fUll LENGTH Of VC OR PVC SDR 28 75 mm, MAX. 125 mm 08V[RT 300 mm DBVERT TO OBVERT TO DBvERT CONNECTiON BRANCH SEE NOTE 2 ~IN. - t.lAX CONNECTION INVERT SANITARY SEWER HOUSE CONNEC~ONS SEWER MAIN NOTES: 9525 STUO &: NUT (2 REOUIRED) 1. IN NEW SUSDMSfONS THE SANITARY SEWER AND WATER SERVICE CONNECTIONS SHAll BE INSTALLED IN SEPARATE TRENCHES. IN CASES WHERE THE SEPARATE TRENCH INSTAllATION 1$ NOT PRACTICAl. SANITARY S[W[R AND WATER SERVICE CONNECTIONS MAY 6{ INSTAlLED IN A COt.lMON TRENCH AS PER DETAIL 'A'. IN NEW SU8DIVlStON$ AlL CONNECTIONS TO THE SEWERS ARE TO BE MAl)[ WITH A FACTORY MANUFACTURED "T'. FOR CONNECTIONS TO EXISTING SANITARY SEWERS, OTHER THAN PVC A SADDLE CONNECTION MAY BE USED. MORTAR-ON SADDLES SHALL BE USED ON CONCRETE PiPE GREATER THAN 450 mm DIAMETER CONNECTIONS TO EXISTING pve SEWERS SHAll BE MADE WITH A FACTORY MANUFACTURED TEE OR AN APPROVED SADDLE CONNECTIONS TO EXISTING A.B.S. TRUSS PIPE SHALL BE MADE WITH A SOlVENT WELD[Q SADDtE. A FACTORY MANUfACTURED WYE SHALL BE USED IN THE FIRST UPSTREAM LEG FOR ALL SEWER CONNECTIONS 3. 4S' STRAP ON SADDLE SHAlL BE USED ON SEWERS OTHER THAN PVC PIPE. WHEN LATERAl INTERSECTS SEWER MAIN AT AN ACUTE ANGLE. THE SEWER CONNECTION SHALL BE LAID fROM THE MAIN TO 15m BEYOND THE PROPERTY LINE IN N[W SUBDIVISIONS ONLY. S. THE [NO OF AlL SEWER PIPE SHAll BE MACHIN[Q. All CUTTING AND MACHINE SHAlL BE DONE BY CONTRACTOR. 6. A COUPLING SHAlL BE INSTALLED AT DEAD END AND SHALL BE PLUGGfO USING A WATER TIGHT PLUG. DEFLECTIONS Of PIPE AT JOINTS IS NOT TO EXCEED 75 mm I.E.: 150 mm MAXIMUM DEf"LECTIQN FOR A 3 m LENGTH OF ASBESTOS CEMENT PIPE 75 mm MAXIMUM DEFLECTION FOR I. B m LENGTH OF VETRIFIED CLAY PIPE 8. PIPE COUPLING SHAll BE .RING- TlTE' OR EQUIVAlENT. PVC SHALL BE BELL AND SPIGOT JOINT_ 9. REFER TO STD. S-401 FOR BEDDING REQUIREMENTS 10. WHEN MORTAR-ON SADDLES ARE USED. A MACHINE CUT OPENING SHALL BE MADE IN THE SANITARY SEWER WITH A CORING MACHINE. 11. 2% MIN. GRADE TO 10% MAX GRADE FOR loa mm DIA. PIPE. 12_ 1" M'N. GRADE TO 10% MAX. GRADE FOR 150 mm ()lA. PIPE. 2 19_050 HOLE 31 _ 750 DEPTH "'TANPINn EXPANSION ANCHOR INSIDE CIRCUMFERENCE OF PIPE MORTAR-ON SADDLES FOR CONCRETE MAINS OVER 450 mm DIAMETER 4 22S \. PIPE COUPLING 7 SEWER OR PVC SDR 28 A A L-o-~ FlNlSHEO GRADE d MIN. 75 mm, DEPTH OF BEODING BELOW PIPE. OUTSIDE DIAMETER MINIMUM WIDTH OF TRENCH Ek: + 600 mm WITH MIN. OF 900 mm OR Be + WIDTH OF SHORING + 600 mm TOP VIEW 8e 8d RING SEAl ACCORDING TO UANUF ACTURERS SPEC,FICATION ~~~~lLE;JTR AND WASHER ------ STAINLESS STEEL SEC~ON 'A-A' STRAP SERVICE SEWER SERVICE ~ ,~ DETAIL 'A' COMMON TRENCH DETAIL ALL DIMENSIONS IN UILllM[TRES EXCEPT IM-tERE NOTED. DWG. DATE: 1981 04 REVISION NO.: l' REV OA TE 2006 04 SCALE: N.T.S. hi VIORKS DEPARTMENT SANITARY SEWER HOUSE CONNECTIONS AND SADDLES mm & 150 mm PIPE) (100 5-301 I I I I I I I I I I I I I I I I I I I ALL DIMENSIONS IN MlLUMETRES EXCEPT WHERE NOTED SANITARY SEWER RISER CONNECTIONS DWG, DATE 1980 03 REVISION NO 11 FOR RESIDENTIAL, INDUSTRIAL, REV. DATE 2004 07 & COMMERCIAL DEVELOPMENTS SCALE: N.T.S 8-302 WORKS DEPARTMENT (100 mm AND 150 mm PIPE) I I I I I I I I I I I I I I I I I I I -~-~r~-~-~-~-~-~-~!~ 5 't. PAVEMENT ELEVATION ~ I < w w 75 mm MAX. DEFLECTION fOR EVERY z III 1.8 m LENGTH OF l!iO mm PIPE AND ::; ~ 150 mm MAX. DEFLECTION FOR EVERY ~ 4.0 m lENGTH OF 100 mm PIPE \ 0' BEND I i !::9 MAX. 10% GRADE BEDDING DETAIL AS PER S-401 UNDISTURBED GROUND x < " E z " o '" o ~ MIN. 100 mm FACTORy MANUFACTURED TEE T + ozt 8 ~:;: BEDDING DETAil AS PER $-401 00 + 600 MIN. TYPE - - - -r- - - - ~~EMEN~ ElEV:TlON ~ - T- w ~ 75 mm MAX. DEFLECTION FOR EVERY I V"I L8 m lENGTH OF 150 mm PIPE AND w z 150 mm MAX. DEFLECTION FOR EVERY 5 ; 40 m LEN[GT:5~rs~::p ::N:'PE ~J ~ MIN. 2% GRA[)[ 0 MAX I~ GRA ~[ ~~- . ~DING DETAIL NOTE 4 AS PER S-401 UNDISTURBED GROUND MIN. 100 mm x < " E o '" 00 + 600 MIN. 22.5 PVC SWEEP BEND FACTORY MANUfACTURED TEE BEDDING DETAIL AS PER S-401 19 mm CRUSHER RUN LIMESTONE TO EXTEND TO TOP OF SWEEP BEND. SEE NOTE 7 TYPE 2 NOTES RISER CONNECTIONS SHALL BE USED WHEN MAIN SEWER DEPTH IS GREATER THAN 4.5 m. FROM <l PAVEMENT ELEVATION TO THE OBv. OF t..lAlN SEWER 2. RISER CONNECTION TYPE 1 AND 2 SHAlL BE USED WHEN WALLS OF EXCAVATION ARE 3Y ~ 45" FROM VERTICAL 3. IN NEW SUBOlVlSIONS, THE SEWER CONNECTION SHAll BE LAID FRO~ THE MAIN TO 1.5 m BEYOND THE PROPERTY LINE AND PLUGGED WITH WATERTIGHT PLUG ZX -< "" -~--~--~--~r~--~--~--~--~--~~~ ~ GROUNO ELEVAnON ~ i ~ 7S mm MAX. DEFLECTION ~ ::r: FOR EVERY 1.8 m LENGTH :::i Z OF 150 mm PIPE AND 150 mm "t- ~ MAX. DEFLECTION FOR EVERY e:; ~ 40 m LENGTH or 1 00 m~ P'7 ~ ~~ "" E E ~o '" EE 45" SWEEP BEND ::: ~ ~ 5-401 22.5' SWEEP BEND SETTLEMENT JOINT FACTORY tt.lANUFACTuRED TEE 00 + 600 MIN VERTICAL TRENCH ZX -< "" -~-~-~I-~-~-~-~-~-~-r oc GROUNO ELEVAnON ~ i w w ~ 75 mm MAX. DEFLECTION ~ ~ FOR EVERY 1.8 m LENGTH --' OF 150 mm PIP( AND 150 mm ~ MAX. DEFlEcnON FOR EVERY 5 4.0 m LENGTH OF 100 mm PIPE 7 ~ ~2:~~ MAX, 10:% GRADE BEDDING DETAIL AS PER 5-401 ~o N~ z ~ > ~~ "" EE ~ o E E FACTORY MANUFACTURED TEE ~ N ". SEE NOTE 2 ::: ~ < > 20. 22 S SWEEP BEND z 5 22.5" SWEEP BEND SETTLEMENT JOINT 00 + 600 f.lIN OPEN FIELD 4 ALL CUTIlNG AND MACHINING SHALL BE DONE By THE CONTRACTOR 5 APPROVED COUPLING SHAll BE uSED WHEN CONNECTION 1$ MAOE TO AN EXISTING lATERAL. 6 WHEN CONNECTING TO AN EXISTING SANITARY SEWER, CRUSHER RUN LIMESTONE IS TO EXTEND FROM SPRINGlIN[ OF SEWER TO TOP OF SWfEP BEND r--- 00 + 600 ~ I (MIN. 900) I f o o ~ I t 4 ..4-'1,4i - " '-: ".:1_ < 4~.4 4 .<I'!14i g ~;-.:'4~.~' "~44;_~:~~-.~_: __4 "'l 4..."4j-,,_'Q..:!..4'4 4.4"44 '--~;' "44U~ -.~'. ~ do.__"_,',O-'-.';!:. 44 ....._:.44. 20 ,",Po CONCRETE 1-0.0. + 6oo~ (MIN 900) I '. : o' ;02"50 WITH' A '1: ".:. ";..,.. "':+ _ 'MIN. OF 100'." L! :;';':0. .......'.:.; . " '.::\" - . . - . . . . . '''." . ".,,' d.:. ~~ ~ ~'~~:". .i.: .~..~ . .-., . I I $AND COVER COMPACTED TO 98X PROCTOR DENSITY CONCRETE ENCASEMENT DETAIL NOTES 1 PVC WATERMAIN MAY NOT BE CONCRETE ENCASED 2. CONCRETE ENCASEMENT OF GRAVITY SANITARY SEWERS MUST ExTEND FROM PIPE JOINT TO PIPE JOINT 3. THIS DEI AIL APPUES TO PROPOSED PIPING ONLY r----O.D. + 600~ I (MIN. 900) I CLASS B CONCRETE AND CPP PIPE Lf '" 19 1-0_0_ + 600~ (MIN. 900) I SAND COvER COMPACTED TO 98% PROCTOR DENSITY 1 9 mm CRUSHER RUN LIMESTONE COMPACTED TO 98 % PROCTOR OENSlTY ____ HL8 BLEND OF CRUSHED ClEAR STONE WET TRENCH pvC, CLASS P PE AND VC PLAIN OR REINrDRCED CONCRETE MIN 15 MPa I o o ~ I DRv TRENCH 19 mm CRUSHER RUN LIMESTONE COMPACTED TO 98 % PROCTOR DENSITY WFT TRfNCH Hl8 BLEND OF CRUSHED CLEAR STONE ..........000. ...... .- \4' . \t. , . ..tfo, .tfo..4.~ ~c:i "., " '" " 00 '1~'.'...:.44 .' ~',4' ;,,,' f .' ~4,' ~., 4,_,~,:.44~'~~' '. i .. 100 I I CONCRETE ARCH CLASS A REINfORCED As REINfORCED As PLAIN SAND COVER COMPACTED TO 98% PROCTOR DENSITY SAND BEODING AND COVER COtJPACTEO IN 150 mm LAYERS TO 98% PROCTOR DENSITY ____ DRY TRENCH --- '9 mm CRUSHER RUN LIMESTONE COMPACTEO TO 98 % PROCTOR DENSITY wET TRENCH HL8 BLEND OF CRUSHED ClEAR STONE DUCTILE r-------O,Q, + 600~ I (MIN, 900) I T DRY TRENCH PIPE I CONCRETE CRADLE 1.0% If = 4.8 = 0.4% If = 3.4 If = 2.8 I I r-------O.D, + 600~ I (MIN. 900) I I o o ~ I ,g I I 100 I CLASS D IRON AND COPPER I PIPE LEGEND I 0,0. = ouTSIDE DIAMETER OF PIPE Lf = LOAD FACTOR As = AREA OF STEEL NOTES I I BEDDING MATERIALS SHALL BE FULLY EXTENDED AND COMPACTED AGAINST TRENCH WAllS. BEDDING MATERIALS SHALL BE PLACED AND COMPACTED IN 150 mm LAVERS 2 NO MECHANICAl COMPACTION EOUIPMENT SHAll BE USED ON TOP OF PIPE PRIOR TO PlACING A MINIMUM OF 300 mm COVER. 3 PIPE SHAll BE BEDDED TO PROPOSED LINE ANQ GRADE WITH UNIFORM AND CONTINUOUS SUPPORT FROM BEDDING, BLOCKING WITH ANY HARD OBJECT SHAll NOT BE USED TO BRING THE PIPE TO GRADE 4. 19 mm orA, CRUSHER RUN LIMESTONE TO OPSS 1010 - GRANULAR A SPEC - TABLE 2 (WHEN SPECIfiED). 5. Hl 8 BLEND CRUSHER CLEAR STONE TO DPSS 1033 - TABLE 2 (WHEN SPECIFIED). 6 CONCRETE TO OPSS 1350 (WHEN SPECIfiED) I I I I ALL DIMENSIONS IN M1LLlMETRES EXCEPT 'M-iERE NOTED DWG DATE 1978 OJ REVISION NO 7 REV OA TE 2005 05 SCALE: N.T.S SAN IT ARY, (MAIN AND AND CONCRETE STORM AND WATER SERVICE) TRENCH ENCASEMENT BEDDING DETAILS I WORKS DEPARTMENT I 8-401 I I 00 NOT REMOVE I I I I z w~ ur z~ < ~~ <w w~ ~< UW ~ '" ZO _0 ,,~ I I NEW SEWER OR WATERMAlN CROSS SECTION LONGITUDINAL SECTION I CLEARANCE GREATER THAN 1200 I '" '" N EXISTING SEWER, -------- WATERMIlJN. PIPING OR CONDUIT I I ~g ,,~ I '" o I W Uz z< <r ~~ 'O~ U~ 19 mm CRUSHER RUN LIMESTONE COMPACTED TO 9570 PROCTOR DENSITY I NEW SEWER OR WATERMAlN I CROSS - SECTION LONGITUDINAL SECTION I CLEARANCE LESS THAN 1200 I ALL DIMENSIONS IN MILUMETRES EXCEPT WHERE NOTED owc. DA TE- 1983 04 REVISION NO 5 REV DATE 2002 10 SCALE: N. IS. SUPPORTS FOR WATERMAIN, SEWERS, PIPING AND CONDUITS CROSSING TRENCHES 8-407 I WORKS DEPARTMENT FINISHED GRADE 13 mm ROUND HOLE lMTH GROMMET 135 mm SLIDE TYPE __ VALvE BOX & COvER TR AeER WIRE E~ oi" NO z X ~w "i;j . EXTENSION (AS REQUIRED) 50 mm OPERATING NUT OPEN TO lEn GUIDE PLATE NON-RISING STEM TRACER WIRE CONNECTED TOGETHER USING A SPLIT BOLT IJ 10 CONNECTOR. SPUT BOLT SHALL BE WRAPPED IN ELECTRICAL PUTTY "' , \ , , / TRACER 'NIRE / + I : GASKET : 1- 300-1 SLIDE TYPE \" EXTENSION \ STEM FINISHED GRADE ~ E~ Oi" NO z Xw ~w ,,~ LENs,oN STE" SHAll BE F" ASTENED TO OPERATING NUT WITH 2 SET SCREWS R G / / / I I ~ ~r , , \ ~. 'i~ : 5.4 kg ZINC ANODE SOlJD CONCRETE BLOCK ISO mm " 150 mm " 300 mm L,50-1 RUN NOTES VALVE BOx SHALL BE ADEQUATELY BRACED 'MilL[ BACKF1LUNG AND MUST REMAIN PLUMB VALVE BOx EXTENSION SHALL BE USED ONLY IF REOUIRED REFER TO "STANDARD SPECIFICATIONS FOR THE CONSTRucnON OF WATERMAINS~ FOR PLACEMENT OF MARKER STAKES. .4- VALVE SHALL BE COMPLETELY BACKFILLED WITH 19 mm CRUSHER RUN LIMESTONE 5 lNHEN THE DEPTH OF THE OPERATING NUT IS GREATER THAN 2.0 m BELOW FINISHED GRADE AN EXTENSION STEM SHALL BE USED 6 ALL INLlNE VALVES INSTALLED ON pve WATERMAIN SHALL BE RESTRAINED AS PER S-433. UNLESS OTHERWISE NOTED 7. IF VALVE BOX IS LOCATED IN A GRAvEL AREA, A 1.0 m x 10 m )< 50 mm A5PHALT COLLAR SHALL BE INSTALLED 100 mm VALVE ARRANGEMENT TO BOX FOR 400 AND PVC WORKS DEPARTMENT 8 TRACER WIRE COATED. 7 STRANO, 12 GUAGE TW75, T'MJ75 OR RW9QXLPE WIRE RATED AT MINUS 40' C 9 TRACER WIRE SHALL BE INSTALLED OUT90E VALVE BOX AND BROUGHT INTO UPPER SECTION THROUGH 13 mm ROUND HOlE AND LOOPED AT TOP LOOP SHALL BE MINIMUM 450 mm IN LENGTH 10 TRACER WIRE SHALL BE INSTALLED IN ALL PVc. AND C.PP. MAIN llNE VALVE BOXES 11. CATHODIC PROTECTION, BONDING CABLE AND TRACER WIRE SHALL BE I>S PER 5-435, S-439 ALL DIMENSIONS IN MILllMETRES EXCEPT WHERE NOTED owe DATE' 1991 11 mm GATE VALVE, TRACER WIRE OR CPP WATERMAIN REVISION NO 14 REV. OA TE 2004 07 SCALE: N, T.S 8-408 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I <t. HYDRANT TRACER WIRE COATED 7 STRANO 12 GAuGE lW7S. TWU7S OR RW 90 XlPE wIRE RATED AT MINUS 40'C /ADJUSTABlE VALVE BOX SHALL BE / SET FLUSH WITH FINISHED GRADE ATTACH TRACE WIRE UP THROUGH SPUT RING AND r A5TEN IT o w 0 ro 0 ro roO ~';' ~~ ~ ~ I / FINISHED GRADE wRAP TRACER WIRJ ONCE AROUND HYDRANT BARREL fu~ o~ w~ z" "0 ~~ ~I t::.1{I oZ iC ~ W~ I 2~ TRACER WIRES CONNECTED TOGETHER USING A SPUT BOLT N 10 CONNECTOR spur BOLT SHALL BE WRAPPED IN ELECTRICAl PUTTY 19 mm CRUSHER RUN LIMESTONE COMPACTED TO 98% PROCTOR DENSITY 150 mm PVC PIPE '-JOINTS SHALL BE MECHANIC~lyJ J ' RESTRAINED AS PER 5-433 I CONCRETE BLOCK MIN. 1000 150 x 150 x JOO 19 mm CRUSHER RUN liMESTONE COMPACTED TO 98% PROCTOR DENSITY CONCRETE BLOCK 200 x 200 x 300 MIN 1500 1 JOINTS SHALL BE MECHANICALlLY RESTRAINED. 2 BEDDING AS PER $-401. 3 HYDRANT EXTENSIONS SHALL BE INSTAlLED AT BOTTOM OF BARREL 4. ANCHOR TEE. VALVE & HYDRANT SHALL BE COMPLETELY BACKFILLED WITH 19 mm CRUSHER RUN LIMESTONE 5 IF HYDRANT REQUIRES ACCESS ACROSS DITCH, INSTAllATION SHAlL BE AS PER 5-428 6 TRACER WIRE COATED, 7 STRANO, 12 GAUGE TW75. TWU75 OR RW 90 XLPE WIRE RATED AT MINUS 40'C 7 TRACER WIRE SHAlL BE INSTAlLED AT ALL HYDRANT LOCATIONS 8 CATHODIC PROTECTION, BONDING CABLE AND TRACER WIRE SHALL BE AS PER 5-435, S-439. ALL DIMENSIONS IN MILlIMETRES EXCEPT WHERE NOTED OWG. OAT(. 1978 03 HYDRANT ASSEMBLY WITH REVISION NO. 11 REV. DATE 2002 10 SCALE: N.lS MECHANICALLY RESTRAINED JOINTS 8-409 WORKS DEPARDM[NT \F"lNISHED ROAD GRADE ~ FINISHED GRADE r CURB STOP LOCATIONS I AS PER 5-445 / ROO o N o ow ~~ _0 z Zw ~w '" SERViCE BOx ~ CURB STOP ---------. ~ o o ~ TRACER WIRES CONNECTED TOGETHER USING A SPLIT BOLT N 10 CONNECTOR_ "AX 150 Z ~ Z ~ COPPER SERVICE PIPE 7 TYPE 'K' / (CRIMP END OF PIPE xo ~~ '- ~- 5.4 kg ZINC ANOOE \ BRASS SERVICE GROUND CLA. M? Cjw TRACER WIRE CONNECTOR SEE NOTE 4 TRACER WIRE COATED 7 STRAND, 12 GAUGE Tw75. TWU7S OR RW 90 XLPE WIRE RATED AT MINUS 40.C CORPORATION MAIN STOP (WITH APPROVEO SADDLE) 50 mm x 150 mm x 300 mm CEDAR BLOCK PLACED ON UNDISTuRBED GROUND NON FERROUS WM WATERMA1N \ ~~NESIUM ODE ~ i I FERROUS WM r COPPER SERviCE PIPE TYPE K CORPORATION MAIN STOP (WITH APPROVED SADOlE) NOTES THE WATER CONNECTION SHAlL BE LAID FROM THE MAIN TO 150 mm BEYOND THE PROPERTY LINE, IN NEW SUBDIVISIONS ONLY 2 HORIZONTAl GOOSE NECK SHALL BE USED WHEN COVER LESS THAN 1700 mm .3 WATERtJAtN SHALL BE TAPPED UNDER PRESSURE. 4 SERVICE GROUND ClAMPS AND SPliT BOLT SHAlL BE WRAPPED WITH ELECTRICAl PUTTY. 5 ANODE SHAlL BE PLACED AT LEAST 1,0 m AWAY FROM THE SERVICE AND AS DEEP AS THE BOHOM OF THE SERVICE. 6 ANODE SHAlL BE LOCATED BETWEEN THE MAIN STOP AND CURB STOP 7. PLUMBING CONTRACTOR TO REMOVE TAil PIECE AND HOOK UP TO CURB STOP. 8. CATHODIC PROTECTiON. BONDING CABLE AND TRACER WIRE SHAlL BE AS PER 5-435. 5-439 9 MINIMUM SEPARATiON DISTANCE BETwEEN TAPPED COUPLINGS SHALL BE 10 m 10 COUPLINGS SHALL NOT BE PERMITTED BETWEEN THE MAIN STOP AND THE CURB STOP WITHOUT PERMISSION OF THE REGION OF DURHAt.l, FINISHED GRADE \ .~,~ ,,,,,-., -r- ~ "" """ ",,,.,,,,,, "" '<<">,,,,, """" """ "~ - ~ Z Z ~ ~ '" EXISTING WATERMAIN CORPORATION MAIN STOP (WITH APPROVED SADDlE) LOWERING WATER SERVICES WORKS DEPARTMENT ALL DIMENSIONS IN MILlIMETRES EXCEPT WHERE NOTED DWG. DATE 1981 04 19 mm AND 25 mm COPPER WATER SERVICE REVISION NO__ 17 REV DATE 2005 05 SCALE: NT.S 8-410 I I I I I I I I I I I I I I I I I I I I I I I I I I MECHANICAl JOINT. DUCTILE IRON RETAINER GlANDS TO BE USED ON AlL F1TT1NGS ON OJ. WM. FOR P.vc. WU. RfFER TO NOTE 1 UNDISTURBED GROUND r SEwER TO BE SUPPORTED SEE DETAIL $-407 I ~-E& ~eEl__ r NIPPLE g I vERTlCAL..o I 8ENO , I VERTICAL ~O~ VARIABLE sauo .'PPeE ~Wi[ I I I COtJPACTED GRANULAR BEDDING I -L/2~/2- COUPACTED GRANULAR BEODING I MIN, lENGTH 0.0 OF SEWER + 900 I NOTES I SEE DETAILS 5-433 AND $-431 fOR t.lETHOD Of RESTRAINING JOINTS ON PYC. WM 2 COMPACTED GRANUlAR SHAll BE PLACED BETwEEN SEWER &. WATERY"'IN AS PER $-407. J PROVIDE CATHOOIC PROTECTION FOR FITTINGS AS PER STANDARD DRAWINGS. I I I DEFLECTION OF WATERMAIN UNDER SEWER ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED OWG_ DATE 2004 07 REVISION NO REV. DATE: SCALE: N. TS I I WORKS DEPARTMENT 8-422 "- OF ROAD "- or WA TtRMAIN "- OF OlTCH AND CUl VER T , , , , , , , I :---~----------~--------------------- ~----~---------- ----------------------- NOTES 1 MINIMUM SIZE a:- CULVERT SHALL BE 450 mm 2. MINIMUM ACCESS WIDTH SHAll BE 4,0 m. J. LENGTH OF CULVERT SHAll BE DETERMINED BY DEPTH or DITCH & 2: 1 SIDE SLOPES 4. HYDRANT INSTALLATION DETAILS AS PER $-409 "- OF ROAD "- or WA TERMAlN or VALVE WORKS DEPARTMENT "'N 450 "- OF HYDRANT PLAN "- "- EDGE OF PAV(t.JENT EDGE OF SHOULDER OF DITCH AND CULVER T GRANUlAR MA~ FILL LXISTlNG DITCH CULVERT E z ~"'! ELEVATION HYDRANT ACCESS ALL DIMENSIONS IN MILUMHRES EXCEPT WHERE NOTED OWG. DATE' 1993 11 REVISION NO' .3 REV. DA iE 2002 10 SCALE: N.TS ACROSS DITCH 8-428 I I I I I I I I I I I I I I I I I I I I I I I I $ADOLE__ I I I I I I I I I I I I I I WORKS DEPARTMENT VALVE SHALL BE OPERATED BY REGIONAl PERSONNEL ONLY \ PROPOSED WATERMAIN MEN. 600 ~ROPOSED AND EXISTING WATERMAIN SHALL BE TAPPED USING SERVICE SADDLE 19 mm MAIN STOP SHAll BE REMOVED AND REPlACEO WITH A 19 mm BRASS PLUG AfTER TESTING HAS BEEN COMPLETED 19 mm CORPORATION SERVICE TEE MIN. 600 FLOW -- COWER COMPRESSION ~ JOINT TO MAlE I.PT COUPLING ~ ilD "< ~t \ EXISTiNG WATERMAlN ___SADDLE 19 mm TYPE "K" COPPER ~ ,g mm BACKFLOW PREVENTER 19 mm CURB STOP tolAY BE OPERATED BY THE CONTRACTOR NOTES 1. TRENCH SHAlL BE LEFT OPEN AND fENCED IN ACCORDANCE WITH SAFETY REGULATIONS 2 INSULATION Of" WATERMAlN BY-PASS REQUIRED DuRING FREEZING CONDITlONS_ ALL DIMENSIONS IN MllLlMETRES EXCEPT WHERE NOTED OWG_ DATE 1982 03 REVISION NO 5 REV. DATE: 2005 05 19 mm TEST POINT BY-PASS SCALENTS 8-429 TR[NCH WIDTH RESTRAiNED JOINT DETAil I I AS p[R $-433 LiJ 19 mm CRUSHER RUN '" : - . -". UIN. UUESTON. E COMPACTED _ .' . '@........ TO 98 ~ OF PROCTOR ~. . DENSITY ~ .' o'V -. : ,--"" MIN 75 300 00 300 SECTION A-A HORIZONTAL DEFLECTION ~ ~ ITABlE 11 RESTRAINED JOINT DETAIL AS PER 5-433 1 9 mm CRUSHER RUN LIMESTONE COMPACTED TO 98 % OF PROCTOR DENSITY J TRENCH WIDTH I -L :..'d>,': ~. ~ .-~:~ : '. 150 ---.-- CLEAR STONE FOUNDATION AS REQUIRED SEE NOTE 3 I TRENCH WIDTH I 19 mm CRUSHER RUN LIMESTONE COMPACTED T09BXOF PROCTOR DENSITY :....:.. ~OO. . .'.. '. MIN ....~ ",. 0.0 '..~'" ~ SECTION C-C UPWARD THRUST . SECTION B-B DOWNWARD THRUST VERTiCAl DEFLECTION TABLE NO. NOTES MINIMUM DIMENSION FOR GRANUlAR THRUST BLOCKS DEF1. PIPE DIAMETER (mm) ANGLE 100&150 200 300 400 11.25- 400 500 6()0 700 22S 400 500 6()0 700 45' 450 550 650 750 90' 600 700 850 950 TABLE NO. 2 "l" MINIMUM RESTRAINING lENGTH (m) . '61 ffft~NJ>1 V(RTtCAL OEFLECTlON HORIZONTAL PIPE OOWNWARD THRUST UPWARD THRUST OEFUCTION OIA (mm) 11.25" 22S 45' 11.25' 22.5' 45' 11.25' 22S 45' 90' 100&:150 15 28 49 49 75 10.1 15 28 4.9 81 200 20 3.7 6.3 6.3 96 13.1 2.0 3.7 63 10.5 300 28 5.2 90 8.8 13.4 183 2.8 5.2 90 14.9 400 3.6 6.7 11.6 11.2 17.2 23_7 36 67 11.6 19_3 1 AlL JOINTS ENCOUNTER[O WITHIN THE SPEC1Fr[Q RESTRAINING LENGTH "l" SHAll BE RESTRAINED ON EACH SlOE Of" THE FITTING 2. GRANULAR THRUST BLOCKS SHAll BE FUllY EXTENDED ANO CO~PACTEO AGAINST TRENCH WALLS. 3 IF THE BEARING CAPACITY OF TRENCH BEO RESISTING DOWNWARD THRUST IS lESS THAN 100 KN/m2. CLEAR STONE FOUNDATION SHALL BE PROVIDED AS DIRECTED BY THE ENGINEER. 4 WHEN FITTINGS ARE PARTIAllY OR FULLY EXPOSED UNDER PRESSURE. All JOINTS MUST BE RESTRAINED 5. All tiTliNG JOINTS SHALL BE RESTRAINED IN EARTH fiLL APPLICATIONS. JOINT RESTRAINTS ARE NOT REQUIRED FOR STRAIGHT RUNS IN ENGINEERED F"1lL APPLICATIONS. 6 CATHODIC PROTECTION, BONDING CABLE AND TRACER WIRE SHAlL BE AS PER 5-435, 5-439. ~ All DIMENSIONS IN MILUMETRES EXCEPT WHERE NOTED OWG. DATE. 1991 11 REVISION NO.: 5 REV. OA TE 2006 04 SCAlE: N. T_ 5 JOINT RESTRAINING LENGTH FOR PVC PIPE (IN COMBINATION WITH GRANULAR THRUST BLOCK) 8-431 WORKS DEPARTJ.tENT I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I "L" 'L' / rANUlAR THRUST BLOCK MAX 19 mm CRUSHER RUN 'L' 600 LIMESTONE COMPACTED TO ~ . . . 98 :% PROCTOR DENSITY. . , , , r . , 300 ~ " , " "7r /. MECHANICAL JOINT CAP . : " ~ " r ~. ~ .. , ~'" ~ :' " ~ ,- D.O. u ~~ z " ":0 . w '~~~m "';;; e' ~AINlINE/ - ~." VALVE -----UNDiSTURBED GROUND ~/ 300 / , '.. . JQ;.Hf'=IH'= ~RESTRAlNED ---1 ~1 ~/~,illl ELEVATION JOINT so PLAN DEAD ENDS TRENCH WIDTH I po- "t" 0 ;om: ~ #lr~ I. " ......... =~/H;;: = GRANULAR THRUST BLOCK 300 . '. t ~ ~ 19 mm CRUSHER RUN 1 -~ , . 'L' ~ ~ LIMESTONE COMPACTED TO b r \~ - v-- 98 % PROCTOR DENSITY ~ - ( ~ 10.0 ;tL . I .......... . . iw 7S .r~UNrnSTURBEO~;:~ON I Q" . ~ t ~ ~ GROUND I~ ~ . ~~ Ir: "'= #I =ID= RESTRAINED m:'1. ~ ~ - ~ JOINT ' RESTRAINED TEE 4 L.c WHERE PIPE rs TWO SIZES lARGER OR MORE TO REDUCE 0 PIPE i.e. 300 e TO 150 III TRENCH WIDTH 200 e TO 100 !II PLAN RES I RAINED REDUCER TRENCH WIDTH , .,i~ , ,M: ~r NlP~" "lH ==,!r:'1[I;;,- ~, . I " "l" . . .'MAs:' Y ~RANUlAR THRUST BLOCK 1..h . .... r .' . .' 60~ 19 mm CRUSHER RUN .," .. , ~ L' ~ 300 " , ~. _ liMESTONE COMPACTED TO ~I~ 98 % PROCTOR DENSITY. ~ , ",,. l>: ". .. I.~ ~I. , -:- ~. ~~ D.O. z r . w "'. , . 'M~ e' MIN ; ., / .~ ;. .n-'-l1 .' -I. IN 150 P'jj){'Jl;iiiu"t=w ~ 300 Em ':~fH UNDISTURBED GROUND ,~Y""k~ FJ' ~'!'1N. --u. ELEVATION RESTRAINED - ~ .~:~ JOINT I TRENCH WIDTH I PLUGGED CROSS PLAN NOTES -ld 1. All JOINTS ENCOUNTERED WITHIN THE SPECIf"JED 4. WHEN FITTINGS ARE PARTIAllY OR FUllY EXPOSED PIPE MIN. RESTRAINING RESTRAINING lENGTH -l.. SHAll BE RESTRAINED FROM UNDER PRESSURE, ALL JOINTS MUST BE RESTRAINED. OIA lENGTH (m) THE FIRST JOINT ON FITTING. 5. ALL fITTING JOINTS SHALL BE RESTRAINED IN EARTH 2. GRANULAR THRUST BLOCKS SHALL 8E FUllY EXTENDED FILL APPLICATIONS. 100&150 15_2 AND COMPACTED AGAINST TRENCH WALLS, If TRENCH 6. CATHODIC PROTECTION. BONDING CABLE AND TRACER WALL ARE SATURATED OR DISTURBED. SPECiAl DESIGN WIRE SHALL BE AS PER S-435, S-439 200 19.6 DETAILS Of THRUST RESTRAINT SHALL BE PROVIDED BY 7. ALL SIDES SHALL BE RESTRAINED fOR IN LINE TEES. THE ENGINEER fOR REVIEw BY THE REGION S. JOINT RESTRAINTS ARE NOT REOUIRED FOR STRAIGHT 300 27.7 3. GRANUlAR THRUST BLOCKS SHAlL BE ENCLOSED WITH RUNS IN ENGINEERED fill APPLICATIONS. fiLTER fABRIC If GROUND WATER TABLE IS ABOVE THE 400 36.3 TRENCH BED OR If GROUND WATER IS SEEPING THROUGH TRENCH WAllS All DIMENSIONS IN MILUIotETRES EXCEPT WHERE NOTED. =- DWG, DATE: 1991 11 THRUST BLOCK FOR PVC WATERMAINS REVISION NO. 8 FOR HYDRANT RUNOUTS. REV, DATE: 2006 04 TEES SCALE: N.T.$ AND DEAD ENDS 8-433 WORKS DEPARTMENT Cl ~ . WORKS DEPARTMENT I'"C . '9, 05,0 5",00 p~Op ( I" ~5) j)J? ,00 "'''', p05'~0 ~~,.,c pfi!! ~~I'~ 1'I'r 5,0 p~~11 ~'",5i1'jO'" NOTES ~I 1. ANODE SHALL BE PLACED AT lEAST 1.0 m AWAY FROM THE WATER SYSTEM APPURTENANCES AND AS DEEP AS THE BOTTOM OF THE APPURTENANCES. MINIMUM DISTANCE BETWEEN ANODES SHAll BE 10 m. 2 ALL BONDING AND ANODE CABLE CONNECTIONS SHALL BE THERMITE WELDED, ALL THERMITE WELD CONNECTIONS SHAll BE COATEO WITH AN APPROVED COATING MATERiAl 3 BONDING CABLE SHALL BE NO.6, SEVEN STRAND COATEO COPPER WIRE, CADWElOED TO FITTINGS. -4 5.-4 kg ZINC ANODE SHALL BE SUPPLIED AND INSTALLED IN A MANNER APPROVED BY THE REGION FOR EVERY 1000 m OF TRACER WIRE INSTALLED. 5 MAGNESIUM ANODE CABLES SHALL BE BLUE AND ZINC ANODE CABLES SHALL BE WHITL 6 ONE 5.4kg ZINC ANODE SHALL BE INSTAlLED ON EACH RESTRAINER ~ ../' ~~ p~~"1 ~J I'"C ,9 5;,,00' r~ Cl (( I-'C . '9, 5",00 Cl J I'"c, . '9~"OO 5 I'"c ,g S' 00' ('" Cl Cl ~ sCOof' fi!!pO 51 , P CU~B , )) Cl J ,0 ~~~'" P~~rf p.Jf. I'"C "---- . '2. ~ \"0"" J ,0 OP05,"0 pFgO' B Cl J 1',1: i<<J 00' 5' ~" J ,S'U~, ~~G" ",00 5 ,9 " b ALL DIMENSIONS IN MllUM[TRES EXCEPT WHERE NOTED OWG. DATE- 1981 04 REVISION NO: 6 / BONDING / TRACER WIRE WATERMAIN SYSTEMS CATHODIC PROTECTION CABLE FOR PVC AND CPP REV, DATE: 2005 05 SCALE: N,lS 8-435 I I I b I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I FINISHED GRADE /h.."'Y///>."-Y FINISHED GRADE 13 mm ROUND HOLE WITH GROMMET- 1 35 mm SUOE TYPE VALVE BOX COVER ~---,---- E ~ w 0 ~ N 0 z EXTENSION EXTENSION x w (AS REOUIRED) (AS REOUIRED) << w " ~ 50 mm OPERATING NUT OPEN TO LEfT (COUNTER CLOCKWISE) rn I , I I , I E ~ w o ~ N 0 Z x w << W " '" EXTENSION STEM SHAll BE FASTENED TO OPERATING NUT WITH - r TWO SET SCREWS TRACER WIRE CONNECTED\ TOGETHER USING A SPLIT BOLT /I 10 CONNECTOR. SPUT BOLT SHALL BE WRAPPED IN ELECTRICAl PUTTY ~ 500 CONCRETE PRESSURE PIPE, PlAIN END ----- TRACER WIRE , , -~ , , /0' CONCRETE PRESSURE," PIPE. FLANGED END " '.. : ' ~, , , i .~. , ~19mm CRUSHER . \ RUN LIMESTONE ., , "j' z 0 :; ~ 00 "MAX 25 GAP , '. " '.. . // COUPLING '. UNDISTURBED GROUND CONCRETE BLOCK CAST IRON BODY, FlANGED END BUTTERFLY VALVE FLANGE & PLAIN END ADAPTOR NOTES 1. BEll END UNIT SHAll BE cur OfT. 2. VAL V( BOX EXTENSIONS SHALL BE USED ONLY IF REQUIRED .3. VALVE BOX SHALL BE ADEQUATELY BRACED WHILE BACK- FILLING AND MUST REMAIN PLUMB 4. REFER TO "STANDARD SPEClf"1(ATIONS FOR THE CONSTRUCTiON OF WATERMAINS~ FOR PLACEMENT OF MARKER STAKES 5 VALVE SHAlL BE COMPLETElY BACKFILLED WITH 19 mm CRUSHER RUN LIMESTONE 6 WHEN THE DEPTH OF THE OPERATING NUT 1$ GREATER THAN 2.0 m BELOW t1NI$HED GRADE. AN EXTENSION STEM IS REQUIRED 7. IF VALvE BOX 1$ LOCATED IN A GRAVEL AREA, A 1.0 m :< 1,0 m :< 50 mm ASPHALT COLLAR 1$ REOUIRED 8 TRACER WIRE COATEO, 7 STRAND, 12 GUAG( TW75, TW\J75 OR RW90XLPE WIRE RA TED A T MINUS 40' C 9 TRACER WIRE SHALL BE INSTALLED OUTSIDE VAL V[ BOX AND BROUGHT INTO UPPER SECTION THROUGH 1.3 mm ROUND HOLE AND LOOPED AT TOP LOOP SHALL BE MIN. 450 mm IN LENGTH 10 CATHODIC PROTECTION. BONDING CABLE AND TRACER WIRE SHALL BE AS PER $-435, 5-4.39 ALL DIMENSIONS IN MlLUMETRE5 EXCEPT WHERE NOTED DWG. DA TE 1989 06 REVISION NO 6 REv DATE 2004 07 SCALE: N.lS BUTTERFLY VALVE AND VALVE BOX (400 mm TO 500 mm CPP) 8-444 WORKS DEPARTMENT :J> :J> 0 < :J> " :?: -u r -< " I -< 00 m Z:Z-l 0 , -l m Z ,-<-< -< -u -, " "5 z P zo- "U m"o rn en :;0 0'" 0 en N ;0'" m ;l>C/lZ p N m z--l(l) ,-- rn en 0 0-< en '" :;0 ;0" Z ~ "., -< P -, en z" -< I Z ",=, -l I ;u ".0 P ;u 0 m "'z ,-- 0 C 0 P 20 ,-- C G) I en ".~ p Cl I ". Z I w Z Z 0 -l w q G> 0 c; m en m Z , c en m en r- < ". m -< 0 0 2 .--.) ~~~g~;:;::;g~~:i! ~55c;3il~~"S1li ~~M;~g~~g;!!~ ~g~~fi~~g;~z ;;~q:~g~~~~2 Om;v;lJZO o~U> ;~~~g~~~~g ;S~..,oi!~~::~~ Oa>O;:OfiiOm~:::oY> ~;':;~~~~I~5~ ~~~~~5~~~~ ~ij;f;o~g;;;~::: no.....:JJIOOCi-= ~g~~~:.::~~~ <!!Cm~mIZU>;;:; ~;VOZZmO---l;::O mm"Tl"Tl a......:r- Zc:~~ ~g;~ os ~ ~~~;! ~ g ~';:~~ ~ Z -0 o ~ G ~ " m 0 ':; 0 0 e: ~ ~ ~ m 0 . m ~ ~ z 0 m ~ > ~ ~ ~ c . > ~ ~ . . ~ ~ n S ~ ~ ~ I;i 0 m ~ ~ ~ > ~ :g z Z m '" . z ~ . ~ z ill z ~ m m ~ ~ .. ~ > z 0 ~ ~ ~ G Z 0 .., - ~ ~ ~ ~ n 0 i' Qj ~ 'IJ - r' - e: " i ~ """"'.... rc~ z . ~Z....~ 0 ~ ~~ ~ ~ ~ ~ " "'0"--' ;>;I _...~",o m ;;; l~~i; < o - 3 ") ~ , q "0 00 ';0 -<;0 "c 'OG> m" -< m o "'" <" "a 0 ; ~ -< I 0 '" I ". " , z , G> m 0 55 m I 0 =' 0 '" >;; ! z ,... ~ o I ". Z G> m o >' " m -< m ;0 ~" 0". ;0-< ".m ,;0 , -< ,,- ,G> "I ",-< -<" Cio ,," -" ,,-< -m Z;o G>", '" " -<< "'". -<- m' ,," ",:>, m w o I ". Z (;) m :!! " m C> Z , 2 m o ;0 l': 2 ".,,- z".Z -<zF;; "",-< Zm". G>"o ~~~ 0;;: z;o '" I o ;0 ". 2 '" ". '" 2 ;;:; o ;0 ". 2 '" ". '" 2 2 , 2 m o ;0 " 2 -< m m q 2 , 2 m o ;0 ". 2 m--< XI u;m --<- _2 2, G)z c::m 20 m;u "," -<z Co en" m2 000 ~m "c ;uen -m ~o ;u--< ,,0 2m OZ ,,--< m --<;u m" mz :?: I m Z p :;0 m z ,-- z m o :;0 p z en c en m o .--.) I --<--< II mm "'- m2 G)C:: -2 2m ~O 2;U G)" 02 ~o "" 02 ;0'" ~m 2C ,en -m ffio " --< I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I :z (J) <( lJ) :z <( oc o N ~ .- T , I .~ WWZ -lZw<9 ~g~~~ :z:<(O::::f-S <(>-WW<( Zl-lDa::: ~<(~~~~ ffi6~~~2: :i:o".<(r:n;:: <(W~2O::' O'Z<">~~;; ;;62~~~ .::'2'b~~~ ~ ~ ~ OC~ WN >~ r ~~ l i ~~ ! OC ~ > ! ,1 ~.: ~J~ --i i- '"' d-i-,! I.~!!"i t-- --"1- ! I ~ I ~ I I ;;;~ I l..~w~ ~ I . "' <( > Z - '" '" Eaj: :20Q ~zw ,,"WI X~:::: ~O~ ~OW ~~6 I I ~~ wW ~~ ~Q. CO<( 00 ~<( O~ >0 (.1)(9 s:> ~i= a::: 0 0... >-0::: woO ~~ ~~~O =><( ~(I)5<3if Q~ .z~O::JO ~!:::a:U)n:~~~ >5:00000m l.L.<(U)(I)UO: LULU ~ ~~ tu~ 0:::0::: ...j...J <91..L. t-<( ZZ :::J> 000<:( !:fQ;: ~::2~ Wf- <(W::' ..JOO t-t--a: i=;} W~::r:: g__ ~<(O; O~ - ..:- I ~- -~ fci ~ ! rl--- : ..-; ;-----1- i z I i-.i '- ~ fu]~- I .- T " ~ ~ ~ OC~ WN >~ ,. O~ WI ~'" ., W- i ~w _I OC ~ > i :e ~ OC i ~t- ! - I I ':J5;2 t- ~ ~ "' ~ > :z (J) <( lJ) :z <( OC o WW ~" <(<( <rOC "'~ ZZ 00 Q:;ff W~ ~W ~<3 CO- OS I UJ ~W W<( ~~ ~<( CO> 0<( OW' :z:a::~ <(WCO ~~OC WQ.I ~<(~ ~S'~ i ~. 1.0 .- WWZ ...JZW(') ~~~~~ :z<;(wtu~ j~tuml5 r UJ<(O~W~ ffi6~~m2: I-O...<({fJ"-- ~W~2a::~ O'Z<"):::J~Cl <(=:.02a..o ;;::-0..-2<("": .26~~~ '" '" -..I ::aj:: :20Q ~zw ,,"wI -,,"~ X""~ ~O~ _OW NW> ;--cro ~;Q WW ~~ ~Q. CO<( 00 ~<( OJ: >0 (1)<.:) :s> ifi= a::OCL >-0::: Wc>O ~l::! S~~O 5~ ~~s~6: ii:I ..Z<i'@~~ <(!:::CJ::OOo:::ro:::m >3:00000m l.L<((/}(/)ucr I , E ~:!~<:>~ ~ ...:~... ~; ~;~~i; ;:; OCH":;:~ ~g~~{ ~ 00 :::~~><I ~ ~ ....ma..~ ~ w 0 ~ - z 'IJ ~ ~ ~ W ctl 0 ~ ~ ~ oS ~ f ci w Z ~ ~ ;= " 0 - ~ 0 - z ~ ~ w ~ W W " Z Z ~ ~ ~ ci 0 ~ Z <( ~ '-' ~ ~ ~ ~ < 0 ~ ~ <( U 0 <( 0 " ~ ~ <( ~ U ~ <( ~ ~ ~ ~ i.' z ~ w " N <( ~ ~ W ~ ~ ;l :; ~ <( 0 " 0 :>:: z ~ i2~ffi~ g ~ ~~~~ ~>-O ~~<.JW lS~2z o:,"":O~~~:S~~ ~~~i=~;:W~:i= ~Q~O~~~3~ t;~e~:d~~~~~~ Wa:::Z:=JO.....u.ao ~tE~~~~~~~~ ~~~~~~~a:~~ ~~::::~~~O~t::~ 3a.O~::':U.Z:::;;WZ ~~~~~~~~~~ e;:~o~g~~zff Z"'Wu::-;;tUDW~Z: ~:5~t::'~5~:J:9Q ~S~~~~~d~~ i'=~:sg~a;~~~~ I-crO<("'~ rii"'J>OAl.....---l A1Cj~~r::J:!l~~~:i ~:::lJO~A1:J:zv5&i !:!!~fnzg~~~;;~;g fi~~~~~%~;~ ~~m~ozo~:J:S! ~~~!:!!;~~g6';~ ~~Ji=_2~;~~jl5 ......-l.,.,O:I:.....~.....o~ ~??~~~~~~~~ ~~~~~~~~~~ . Q2~~~~~~~ ~~~^'Z~g::!:!~ :l:5jj~~.,.,m~:r.- ~~m::':~:i~~~ ~;~f~~Z6~~~ Z-l~~ ~offiz g-<~ Bg~~ :i =' ;;::ihfo m 0 ^,_^'''i'i:l: ~ Z -I o " o ~ " m 0 ~ 0 ~ 0 ~ ~ 0 ~ ~ " ~ z ~ ~ ~ ~ ~ 1l 2 ~ ~ ~ 1l " ~ ~ ~ n ~ ~ z ~ E' ~ m m " ~ z Ii n 0 ~ ~ 0 ~ . 1: ~ n ~ 0 " ;;i :;: ~ ~ z m e: ~ 0 ~ " ~ ~ n z ., ~ - ~ ~ ~ z 0 ~ ~ 0 '" Ql ~ ~ F? 'Ii 5 - ~ ~ m 1:;~tt1=: :i: .~:z!ii~ e: -3..~::ig~ ~ ;:: ~ .g_.e.t='::>:> :~~~~ < ~~~5:~ n 8oe;;;:~ 3 -ur--o=- ;oO::p-::...:PO"Ucn!n o(')z~~cmO-l m^-Imo>::P-'CJ,::t> _Z";:OG}!::moz z.......o--n-lcn 0 (') \JJ ):> :P '^' -< -I 0 ):> ,ocn!"-:-E;.. ~O::U cm-lomS'::P<O oSZC-J~zmG} mOG}oomG}::U::U cnmcn.::::!b.:;:o:;:OI):> "):> ,0-)>):>-1 :::0 <5;mbf=:.--Icnm ~~m;oOlcnm~:r mr-"TlOPOcnIN.l>> .:t>cZ:r>I:l>OlCi> PO~;o A.):>cnII G>mzG}~rIm' ;0 _::UO":1:>N )>cCfJ.:t>,OO<01 --I-oI-I:PO -<I momm(f)z.s::om ozO~(f)"Tlmc):> o;o~o:5og-l~ <m~)>lJJ;oc-<o mDIcn :s:;:.s::;oc ;oC.:t>-I --10):>-1 ~lJJ5J oc.::::!-< -1'0 )>~~;o f;Z ~;o ~ ^"T1 .s::)> Z -0;0 .::::! G1 )>)> Z z~ G) -I z -< r o ""U r )> (J) -l w W ro I" -' I ! )> )> " -0 -0 " ;u ;u 00 ?< ;X "" 0 m;U )> ~Z -I)> ~~ -<)> I " ~O> ;U 0 )>o, 5::"-' m '" 11 P ~ g=;~ '" . '" ~ (J) -l )> Z o )> :::0 o ~~I~ ; Jl- ~ r-..> ; G) :::0 )> -l m (J) 25 o < m :::0 (J) ;;; w - W ro ~I 0- ;UZ mG> )>m ",0 -<G> )>;U 0)> 0-< mm ",0 ",0 < m ;U )> -0 -0 ;U 0 r w w ~g<'-:r> ... X w --.., -----...: W r------ "" ro I ro oCfJ~oCfJ r=:r>-l-lN m ! =1~o::t>m Gi _!::mCflO I I ~~;..,,~-n -l "" (J) ; ~tDco:r>o =< 0 I z-<(')rri~ :;r:.-o:.Boz I r ~ w ,e -- 0 0> ;olJJ-UZ~ ;U '" )> c!::.:t>-n 5:: ,o~m.s:: m m:t:- Om " ~I - ()~mm w , 0- 0- :;:0-1 ~ ;UZ oz::r:-Cfl <0 mG> 5:0';0 0 )>m s::z;om . ",0 oomO '" -<G> OW~S '" )>;U )>(')Cfl;U 0)> --I;o--lm 0-< __m;g: mm O.s::;Om (f>O Zz-uZ: ",0 (I):r>p-l < ::t>-I;o(f) m z6-10 ;U 02=-'-' )> )> ZOo.):> -0 " ,... w oZm5: -0 " I .~ ~ ;U ! w ~ O-l<Jm ;U ro W i"'" S:I)>~ 0 0 , I '" s::m::UO ?< ?< I mtD--l:t:- "" 0 * Jrnl~ . ;u:p5:Z m ;U ""U g (')(I)mo Gi )> m _-2- z )>(J')--ICfl I 0 '--006; -< )> ""r:::: "" ;U m m (J) ~~~ I ~~~ w =< =< )> 0> I -l '" -< " ~ 0> :::0 ;U 0 )> , )> o, ~I 5:: '" Z O- m J~ ;UZ " 0 mG> w Z )>m '" w ",0 0 ro -<G> ~ )>;U . 0)> '" 0-1 ~ mm ",0 ",0 < m ;U I I I I I I I I I I I I I I I I I I I I I I I w ~ < " ~ I m " ~ ~ < -.::i o '" o <( w :r x w OJ :r ... c> <( Z--'O Owo -.Jw""";" f.-Jt;)c; _ 0 ~o'-- ~oo oc>z <;J00 ~~s ~NO I i" < o I ~ m ~ ~ o w- ~~~~ < ~ 0;(<">"".... ~ z<(......:. m > oog:g: '" w ~g~~ w ~ m m g~z~ < w ;;;~it~ ~ ~ - " " ~ 'IJ z i i' (tl U 0 C!i ~ " ~ < " oS z < f: :;; " ci w " ~ z ~ ~ <= 0 '" W I- W ;;; <( o on .-- - 'I w ;;; <( '" LL W I- <( '" 0 c> '" '" <( 0 Z ;"'w (/)1- -<( ",0:: ~c> < I ~ I I z " Ii' "' " w " ~ in " w ~ ::J '" :r I- '" W I- W ;;; w ::f>-:5 0--,,,, a; Za::: 0... NOWW _wl--W ::11--20 _<(~o::> 0::: a::: 0"'- 0<90X I I I I ::J '" :r I- 0:: ~O w<( ;;;W <(0:: - :r 01- ~O ON N' .... -->- -->~ -"-- 0::<( 01- I > w ~ I I I I I I ~ o ~ w w ~ W !l! < " g ~ U w 6 ~ ~ ~ < '" ~ < '" ~ < u m g ':; ~ ;l < ~ m z '< < ~ o 'I U ':; ~ w '" m " ~ ~ m o il: < w ~ < o w ~ < o ( ( ); c-'-, )( i ~i ~ "'~:s ",>-20.>-Z "" _ 8"''' 1~~~~~ ffi~~;:g'::, ~~gs::~a; g;~E~~ :i!~~~~~ e_ .'" "'''-;::; ~15'6g~;;;:i c iQ\Mg~ffi;'l g c, ~ ~ffi~~!~~ ~U~i d~2~~1 lL==~C1.,;G ):::o~~ll!ii:;;; ~~~:;t~6 ~g;~~~g~ :ii~~~~~ g~~~~~~ ~~~~'3:t ~~lt~~"!![1i ~_~~~~~ ~;gg~~i ~Qffi~gg1::: 5~~~~~g ~ii~;~~ I-g:gt:'~~~ ) o > Z ~~~ ~~~ OwO zUW x~ WW ( ( )( ) ) L.........r-J , i- ! I "'~,IQJftU,-.,, ~,,~.:-;~~~;~:;_i~%~:~~~;:~~',:- } ri~ "" ..CO'...- ..-...-.....-. POST SETTUG 2Cl2!nm (71 31"-l cDmtE TG CEIft'ftE....... . t ti BAU. POST' CR' GII PYRAIIID ~ PN€\. .,DtH 1_'10 ~4-J NOTE: PANELS IIATlE CUT 11l SlllT ~ CL!AIl SE11IEEN PICl(EfS 3 3/4-\ '\ . . '" '" ~~ N ~l:: ;::- -iii O!; ! s '.' ;;", .' .. . .0 00iI I." . r '. -, '" .. . . ... :' . .. PIlE-PlNHD RAILS I"lIIl P I aIEl INSERTION ., . . . ~~. .' . .0 .. ClKIIElE FOOT IIG . .. , " .!.J . '. ..0.. Sl>ECII=ICA TIONS- POSTS. RAILS. CIlLO r-=o SlEll. TU8111i & P'actTS INWlUIR ~ EXTERIOR ilN..V....._llI COIoTING _n: CllNVERSIDN _TIllS [L!:CTRDSTATlCAUY APPlI[lJ TIOM/lLL Y IIONlO I'Q, lESTER ....ER tQAllIoG ..INI..... flUl THICK1€SS ZO.S rai It POSTS;. 1&am II ,.. U-.YJ # .. IAUGE OR SCH ., POST S1'ACIIG ICDflRE TO l:DfTIU:l: _ IItl 3/4'1 o. _ liDO 3/4') POST FlNGESl 203In: I 203art (a-.rl :II 1_ un-} zs.. :II :z5.4IIft UO..lo-) . lar.. un-} POST CAP. RAILS. PIWTS. FITTINSS. lIELDS: CDIIDITS: PANEl. ~ IGIll -[01_ I~-) PlHL WIDTH Of 2~ lll5 514"J . 121_ I.') AVAllAllL[ DftLY flJl 152_ leo', I'MEL It:HlHTS L ISIID. .._ In', {ll'" 1a.'J PM€\. WIDIII or 1-. 174 3/4') 2_ 196'J AlAllAllL[ DftLY '(11{ 21430n lloa', PIKL tt:IGHlS Limo. ,~ 1120') GATES: Sl'[CIFY (ftNIIIi WIDTHS SIIQ.[ iIuNa ITY I'Y1WIID lift !W.L _ I ~ II 'IZ' I l 1/2') . 16_ DCMaE OlIoINTITY MITE. CI'IEIIOD II.IOINII GIoTtS AYAILMU . T_ ..-- lIlT AYAIUILE FOR BRACKETS COLOURS: sr_ COLllIIlS IIIE. IUQ(. .... GlI[[N ..llE & FGREST WEN CUSTlIl ClJl.lllIlS AYAllAllL[ ~ IIEOILST WAMAHll. S _ IlAllI1EIWU FlIEE ,_ I ~ 15/0- . I 1/2'). 16 _ 12 GAUG[ ST_ FORGED FACTDIlY FINISH AS 1Il0lt STAIM.l:SS STEE:L TITLE ORAWlNG No. IRON EAGLE II SERIES SILVER' EAGLE 5-01 REF. IllOfj eAGLE ~TIIlU INC. 12:lO CARDlFF 81. VD. _"^\JG^ ONT; CHIn) TEl. 905-670-2Gl5a DATe TELEFAX 905-670-2~a . y-d X~~ l3rM3S~1 dH W~9~:OY 900Z ~ew 6Y I I I I I I I I I I I I I I I I I I I CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO, CL2006-13 GEOTECHNICAL INVESTIGATION I~:, I I I I I I I I I I I I I I I I I I .4 (fIGoJdfr - 1\ssociates Golder Associates lfd, 100 Scotia Court Whitby, Ontario, Canada L 1 N 8Y6 Telephone 905-723-2727 Fox 905-723-2182 REPORT ON GEOTECHNICAL INVESTIGATION PROPOSED SANITARY TRUNK SEWER AND ROAD RESTORATION CHURCH STREET, EDWARD STREET, BALDWIN STREET & NORTH STREET MUNICIPALITY OF CLARINGTON NEWCASTLE, ONTARIO Submitted to: The Regional Municipality of Durham 605 Rossland Rd. E., Box 623 Whitby, Ontario UN 6A3 DISTRIBUTION: 4 Copies 2 Copies The Regional Municipality of Durham, Ontario Golder Associates Ltd., Whitby, Ontario May 2006 05-1181-205 (rev,) 5a~!2,~r . IN CANADA 2006 ~~ ~T ___lfA'iAGED COMPA~IES OFFICES ACROSS NORTH AMERICA, SOUTH AMERICA, EUROPE, AFRiCA. ASIA AND AUSTRAliA I' I I I I I I I I I I I I I I I I I I Golder Associates Ltd, ctJ~ - 1\ssociates 100 Scotia Court Whitby, Ontario, Canada II N 6Y6 Telephone 905-723-2727 Fox 905-723-2182 May 18, 2006 05-1181-205 (rev.) The Regional Municipality of Durham 605 Rossland Road E., Box 623 Whitby, Ontario LlN6A3 Attention: Mr. Ron Trewin, P.Eng Project Engineer RE: GEOTECHNICAL INVESTIGATION PROPOSED SANITARY TRUNK SEWER AND ROAD RESTORATION CHURCH STREET, EDWARD STREET, BALDWIN STREET & NORTH STREET MUNICIPALITY OF CLARINGTON NEWCASTLE, ONTARIO Dear Sirs: This report presents the results of a geotechnical investigation carried out at the above referenced site, as shown on the Key Plan, Figure I. The purpose of the investigation was to detennine the existing pavement structures, subsurface soil and shallow groundwater conditions along the sections of Church Street, Baldwin Street and Edward Street by means of a limited number of boreholes. Based on our interpretation of the borehole data, this report provides geotechnical engineering information for the design of the proposed new sanitary trunk sewer installation, including trench excavation, bedding, backfill and pavement restoration for the road sections. Authorization to proceed with this investigation was given by Mr. Dan Waechter, P.Eng. of the Regional Municipality of Durham on April 21, 2005. A draft version of this report was presented for discussion purposes on November 28, 2005. A final version if this report was issued January 27, 2006. This report has been revised to include geotechnical engineering infonnation for the design of the proposed new sanitary trunk sewer installation on North Street. 5aEST EMPLOYERS .IN CANADA 1006 (;j,.~ ~T '- MANAGED COMPANIES OFFICES ACROSS NORTH AMERICA. SOUTH AMERICA. EUROPE. AFRICA. ASL4 AND AUSTRALIA I' I I I I I I I I I I I I I I I I The Regional Municipality of Durham Mr. Ron Trewin, P.Eng. -2- May 18, 2006 05-1181-205 (rev.) The factual data, interpretations and recommendations contained in this report pertain to a specific project as described in the report and are not applicable to any other project or site location. If the project is modified in concept, location or elevation, or if the project is not initiated within twelve months of the date of the report, Golder Associates Ltd. (Golder) should be given an opportunity to confirm that the recommendations are still valid. The reader is referred to the "Important Information and Limitations of This Report" which follows the text (Appendix 1) but forms an integral part of this document. BACKGROUND Golder carried out a previous preliminary investigation at the site entitled "Geotechnical Investigation, North Street Sewage Pumping Station Expansion and Proposed Sewer, Municipality of Clarington, Newcastle, Ontario", Report No. 031-181415 dated September 10, 2003, The results of this preliminary investigation have been reviewed and borehole logs 1 to 6 are included following the text of this report (Appendix II). Golder has issued a separate report to Totten Sims Hubicki (TSH) Cobourg office, specifically for the reconstruction of Baldwin Street in the Village of Newcastle, entitled "Geotechnical Investigation, Baldwin Street, From Edward Street to Highway 2, Newcastle, Regional Municipality of Durham, Ontario", Report No. 05-1181-209 dated August 18,2005. SITE DESCRIPTION The proposed 675 mm sanitary trunk sewer will be constructed in the Village of Newcastle, along sections of Church Street, Edward Street, Baldwin Street and North Street at a 0.23 percent grade. It is understood that the proposed sewer will extend from Highway 401 to Wilmot Street and will be located at an invert depth of approximately 4 to 8 m below existing ground surface as shown on the cross section, Figure 3. The total length of the new sewer is about 1000 m. The limits of the project are shown on the attached Key Plan, Figure 1. In addition, it is understood that the reconstruction of Baldwin Street will be conducted in conjunction with the installation of a new sanitary trunk sewer and storm sewer. Pavement design recommendations for Baldwin Street have been addressed in the Golder Report No. 05-1181-209, dated August 2005. It has recently come to our attention that the Church Street will also be reconstructed in conjunction with the installation of the new sanitary trunk sewer. Pavement design and storm sewer recommendations for Church Street have been addressed in Appendix III following the text of this report. I I I' I I I I I I I I I I I I I I I I I I , , The Regional Municipality of Durham Mr. Ron Trewin, P.Eng. - 3 - May 18, 2006 05-1181-205 (rev.) GEOLOGY This portion of the Village of Newcastle lies within the physiographic region of Southem Ontario known as the Iroquois Plain. Physiographic mapping in the vicinity of the site indicates predominantly silt and clay deposits (Map 2556, Barnett and Cowan, 1991). This is generally consistent with the results of this investigation, which indicate clayey silt / silty clay to be the predominant native subsoils at the site. INVESTIGATION PROCEDURE The field work for this investigation was carried out on June 7 and June 13 to 15, 2005, during which time seventeen boreholes (Boreholes 101 to 117) were advanced through the existing pavement shoulder and in the future widening areas, as shown on the Borehole Location Plan, Figure 2. Eight (8) shallow boreholes were advanced to a depth of 1.5 m and nine (9) deeper boreholes were drilled to depths ranging from 9.6 m to 14.2 m below the existing ground surface. The boreholes were drilled using a truck mounted drillrig, supplied and operated by Eastern Soil Investigation Limited, working under contract to Golder. Standard penetration testing and sampling were carried out at regular intervals of depth in each of the boreholes using conventional 35 mm internal diameter split spoon sampling equipment. In-situ vane shear tests were carried out in the relatively soft clayey soils encountered in the boreholes. All of the soil samples obtained during this investigation were brought to our Whitby laboratory for further examination, natural water content testing and selective classification testing. The shallow groundwater conditions were noted in the open boreholes during drilling. Standpipes were installed in Boreholes 101, 105, 108, 110, 114 and 116 to allow for further monitoring of the shallow groundwater levels at the site. All of the boreholes were loosely backfilled and sealed at the ground surface upon completion of drilling and installation of the standpipes, The field work for this investigation was directed by a member of our engineering staff who also staked the borehole locations, logged the boreholes and cared for the samples obtained. The ground surface elevations at the borehole locations were provided by The Region Municipality of Durham. It is understood that the elevations are referenced to geodetic datum, SUBSURFACE CONDITIONS The subsurface soil and shallow groundwater conditions encountered in the boreholes, as well as the results of the field and laboratory testing, are shown in detail on the Record of Borehole sheets and on Figures 3 to 10, following the text of this report. Lists of abbreviations and symbols are provided to assist in the interpretation of the borehole logs. It should be noted that the boundaries between the strata have been inferred from drilling observations and non-continuous samples. They generally represent a transition from one soil type to another and should not be inferred to represent an exact plane of geological change. Further, conditions will vary between I' I I I I I I I I I I I I I I I I I I , f The Regional Municipality of Durham Mr. Ron Trewin, P.Eng. May 18, 2006 05-1181-205 (rev.) - 4- and beyond the boreholes. The following is a summarized account of the subsurface conditions encountered in the current boreholes, followed by detailed descriptions of the major soil strata and shallow groundwater conditions. Along Church Street, Edward Street and Baldwin Street, underlying 380 rom to 720 rom of pavement structure (asphalt and granulars) or 130 rum to 350 rum of topsoil, the subgrade soil conditions generally consist of shallow layers of fill material (up to about 2.9 m thick) at the borehole locations. The fill material or topsoil is underlain by strata of native clayey silt and silty clay, underlain by silty sand till or sands and gravels, Localized deposits of sands and till-like material were encountered overlying or within the tills. The shallow groundwater levels measured in the standpipes in Boreholes 101, 105, 108, 110, 114 and 116 were at depths ranging from 2.7 m to 5.6 m below the existing ground surface on July I, 2005. Groundwater level were subsequently measured at depth ranging from 2.3 m to 5.1 m below existing ground surface on April 24, 2006. In the vicinity of North Street (Boreholes 4 to 6), the subsurface soils are higWy variable. Underlying 510 rom to 530 rom of pavement structure, the subsurface conditions generally consist of sandy silt fill to silty sand fill material extending to depths of up to 4 m below existing ground surface. Underlying the fill, the subsurface soils ranging from sandy silt, silt, silty clay, sand and gravel to till-like materials were encountered. Groundwater levels measured in Boreholes 5 and 6 were at depths of 0.2 m below ground surface on April 24, 2006. Pavement Structure A visual condition survey of the site was carried out on February 8, 2005 by a senior member of our staff to assess the condition of the existing pavement. The pavement within the road section for Church Street and Baldwin Street was in poor condition, with intermittent areas of severe edge breakup, moderate meandering cracking and transverse cracking. Localized raveling and pavement distortion were also observed, The pavement structure on North Street is in relatively good condition with some longitudinal, meandering and transverse cracking present. Edward Street has been fairly recently constructed and the current pavement is in very good condition. It should be noted that quality backfilling procedure and pavement restoration will be required particularly for Edward Street. I' I I I I I I I I I I I I I I I I I I The Regional Municipality of Durham Mr. Ron Trewin, P.Eng. - 5 - May 18, 2006 05-1181-205 (rev.) The existing pavement structure encountered along Church Street, Edward Street, Baldwin Street and North Street is summarized as follows: SUMMARY Of EXISTING PAVEMENT STRUCTURE THICKNESS (mm) COMPONENT CHURCH STREET EDWARD STREET BALDWIN STREET NORTH STREET BHs 101 - 107 BHs 108 & 109 BHs 110 ,117 BHs4&5 Asphaft 50 -125 140 -160 60 - 70 70-90 Granular 90 -140 190 140 - 240 130 -160 Pavement Base Structure Granular 200 - 430 320 280 - 470 280 - 310 Subbase Total 450 - 570 360 - 670 490 - 720 510 - 530 Subgrade Soil Sandy Silt FilV Clayey Sill I Sandy Sift Filii Sandy Sift Filii Clav,;., Silt Fill Sand Fill Clave. Sill Fill Siltv'Sand Fill Within the paved area of the road sections, the investigation indicates that the thickness of the asphaltic concrete ranged from 50 mm to 160 mm in thickness, underlain by 90 mm to 240 mm of granular base and 200 mm to 470 mm of granular subbase. In-situ water contents of the granular material ranged from 2 to 10 percent. Grain size distribution curves for three samples of the granular subbase recovered from the road sections are shown on Figure 4, along with a current gradation envelope for OPSS Granular B, Type I for comparison purposes. The gradation results indicate that the subbase materials at the sample locations satisfy the OPSS requirements for Granular B, Type I. Fill Materials Shallow layers of silty sand fill, sandy silt fill and clayey silt fill materials containing trace organics were encountered underlying the pavement structure, with the exception of Borehole 108. It should be noted that the fill material in the vicinity of the pumping station on North Street (Borehole 5) contained brick and wood fragments as well as zones of peat. The fill material on North Street were encountered to depths ranging from 1.4 m to 4.0 m below existing ground surface. Standard penetration tests carried out within the silty sand/sandy silt fills gave variable N values ranging from 5 to 33 blows per 0.3 m, indicating a loose to dense relative density. The in-situ water contents of the silty sand/sandy silt fill samples varied from 8 to 69 percent. Two grain size distribution curves for samples of the sandy silt fill to silty fine sand fill are shown on Figure 5. Standard penetration tests carried out within the clayey silt fill gave N values ranging from 3 to 11 blows per 0.3 m, indicating a soft to stiff consistency. The in-situ water contents of the clayey silt fill samples varied from 16 to 32 percent. One grain size distribution curve for a sample of the clayey silt fill is shown on Figure 6. I' I I I I I I I I I I I I I I I I I I The Regional Municipality of Durham Mr. Ron Trewin, P.Eng. -6- May 18, 2006 05-1181-205 (rev.) Topsoil Topsoil was encountered in the area of proposed road widening beyond the existing roads (in the vicinity of Boreholes 102, 104,106,11\,113 and 115). The thickness of topsoil encountered in the six shallow boreholes ranged from 130 mm to 410 mm. Sandy Silt and Silt A zone of sandy silt was encountered in Boreholes 112, 4 and 6 underlying the fill material. Zones of sandy silt or silt deposits were also encountered at depth on North Street (vicinity of Boreholes 5 and 6). Borehole 5 was also terminated in a deposit of sandy silt. Standard penetration test carried out within the sandy silt or silt gave an N value of ranging from 4 to greater than 100 blows per 0.3 m, indicating a very loose to very dense relative density. The water contents of the sandy silt and silt samples ranged from 13 to 32 per cent. Clayey Silt A stratum of clayey silt was encountered in Boreholes 102 to 108, 110, and 112 to 117 underlying the fill and topsoil layers. Occasional thin sand seams were observed within the clayey silt in Borehole 110. Standard penetration tests carried out within the clayey silt gave N values ranging from 2 to II blows per 0.3 m, indicating a very soft to stiff consistency. The water contents of the clayey silt samples ranged from 16 to 40 percent. Three grain size distribution curves for samples of the clayey silt are shown on Figure 7. Silty Clay Layers of silty clay were encountered underlying the fills in Borehole 101, underlying sandy silt in Borehole 6 and underlying the clayey silt in Boreholes 103, 105, 107, 108, 110, 112, 114 and 116. Standard penetration tests carried out within the silty clay gave N values ranging from 1 to 9 blows per 0.3 m. In-situ vane shear tests gave undrained shear strengths ranging from 20 to 65 kPa. The overall data indicates consistencies ranging from soft to stiff. The liquid and plastic limits for two samples of the silty clay ranged from 40 to 47 percent and 25 to 27 percent, respectively. Based on the Atterberg limit determinations, the silty clay material is classified as inorganic clay of intermediate plasticity. The natural water content of the samples of the silty clay ranged from 27 to 47 percent. Three grain size distribution curves for samples of the silty clay are shown on Figure 8. Till-Like Clayey Silt, Till-like Silty Clay, Till-like Sandy Silt and Till-like Silty Sand Deposits of till-like material were encountered in Boreholes 101, 105, 108, 110 and 112 overlying or within the glacial till. Till,like material was also encountered on North Street in Boreholes 4 to 6 at varying depths and thicknesses. Borehole 4 was also terminated in a deposit of till-like silty I' I I I I I I I I I I I I I I I I I I The Regional Municipality of Durham Mr. Ron Trewin, P.Eng. - 7 - May 18, 2006 05-1181-205 (rev.) clay. The till-like deposits are characterized by a similar gradation to a till but having lower N values than would normally be associated with a till deposit. Standard penetration tests carried out within the till-like clayey silt, and till-like silty clay gave N values ranging from 2 to 8 blows per 0.3 m indicating a soft to firm consistency. Three in situ shear vane tests carried out within the till-like clayey silt/silty clay material gave undrained shear strengths ranging of 30 and 45 kPa. The natural water contents of the till-like clayey silt and silty clay soils ranged from 12 to 38 percent. Standard penetration tests carried out within the till-like sandy silt or silty sand gave N values of 4 and 13 blows per 0.3 m, indicating a very loose to compact relative density. The natural water contents of the till-like sandy silt and silty sand samples were II and 19 percent. Gravelly Sand I Silty Sand and Gravell Sand and Gravel Localized deposits of gravelly sand, silty sand and gravel, and sand and gravel were encountered in Boreholes 108, 110, 112, 114 and 5. Standard penetration test carried out within the sand and gravel deposits gave N values ranging from 6 to 64 blows per 0.3 In, indicating a loose to very dense relative density. The water contents of the samples of the sand and gravel samples ranged from 8 to 14 percent. Sand and Silty Sand Localized deposits of sand and silty sand were encountered in Boreholes 107, 108, 110, 112 and 114. Boreholes 108, 110 and 112 were terminated in the sand and silty sand deposits. Standard penetration tests carried out within the sand and silty sand deposits gave N values from 4 to greater than 100 blows per 0.3 m, indicating a very loose to very dense relative density. The natural water content of the sand and silty sand samples ranged from 9 to 24 percent. One grain size distribution curve for a sample of silt and sand is shown on Figure 9. Silty Sand Till I Sandy Silt Till Silty sand till and/or sandy silt till were encountered in Boreholes 101, 103, 105, 107, 114, 116 and 6. These boreholes were also tenninated in silty sand till and/or sandy silt till with the exception of Borehole 114. Standard penetration test carried out within the silty sand till and/or sandy silt till gave N values ranging from 28 to greater than 100 blows per 0.3 m, indicating a compact to very dense relative density. The natural water content of the silty sand till and/or sandy silt till samples ranged from 7 to 13 percent. Clayey Silt Till Borehole 114 was terminated in a deposit of clayey silt till. One standard penetration test carried out within the clayey silt till gave an N value of 53 blows per 0.3 m, indicating a hard I' I I I I I I I I I I I I I I I I I I The Regional Municipality of Durham Mr. Ron Trewin, P.Eng. - 8- May 18, 2006 05-1181-205 (rev.) consistency. The liquid and plastic limits for the single sample of clayey silt till were 22 and 14 percent, respectively. Based on Atterberg limit determinations, the material is classified as. inorganic clay of low plasticity. The natural water content of the clayey silt till sample was 14 percent. One grain size distribution curve for the sample of the clayey silt till is shown on Figure 10. Shallow Groundwater Standpipe piezometers were installed in Boreholes 101, 105, 108, 110, 114, 116, 5 and 6 to permit measurements of groundwater levels at these locations. Piezometer installation details and groundwater conditions encountered during drilling are shown on the attached Record of Borehole sheets. Groundwater levels measured in the standpipe piezometers are presented in the following table: Summary of Measured Groundwater Levels Depth (m) April 24, July 1, April 12, April 25, April 27, Piezometer 2003 2005 2006 2006 2006 (m) (m) (m) (m) (m) 101 -- 4.91 4.31 4.20 4.39 105 - 3.03 2.45 2.50 2.29 108 -- 5.62 5.17 5.16 5.13 110 - 2.70 2.22 2.25 2.19 114 -- 2.98 2.85 2.80 2.81 116 -- 3.00 N/A * N/A* N/A * 5 0.38 -- 0.21 0.13 0.18 6 1.05 -- 0.23 0.13 0.19 . Standpipe piezometer not found, assumed destroyed It should be noted that the standpipe piezometers were purged of groundwater on April 25, 2006 using compressed nitrogen to allow for recharge of the groundwater within the standpipes. It should be further noted that these observations reflect the shallow groundwater conditions during the time of the investigation and some seasonal fluctuations should be anticipated. DISCUSSION This section of the report provides engineering information for the geotechnical design aspects of the project, based on our interpretation of the borehole information and on our understanding of the project requirements. The information in this portion of the report is provided for the guidance of the design engineers. Where comments are made on construction, they are provided only in order to highlight aspects of construction which could affect the design of the project. Contractors bidding on or undertaking any work at the site should examine the factual results of the investigation, satisfY themselves as to the adequacy of the information for construction and l' I I I I I I I I I I I I I I I I I I The Regional Municipality of Durham Mr. Ron Trewin, P.Eng. -9- May 18,2006 05-1181-205 (rev.) make their own interpretation of the factual data as it affects their proposed construction techniques, schedule, equipment capabilities, costs, sequencing and the like. Our professional services for this assignment address only the geotechnical (physical) aspects of the subsurface conditions at this site. The geo-environmental (chemical) aspects, including the consequences 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 report and have not been investigated or addressed. Project Description It is understood that a 675 mm sanitary trunk sewer will be constructed along parts of Church Street, Edward Street, Baldwin Street and North Street. It is further understood that the sewer will extend from the Highway 401 to Wilmot Street at a grade of 0.23 percent and will be located at invert depths of approximately 4 m to 8 m below the existing road profile. The total length of the new sewer is about 1000 m. It is understood that Baldwin Street is proposed to be widened and that the reconstruction of Baldwin Street will be conducted in conjunction with the installation of the sanitary trunk sewer. The pavement design of the Baldwin Street reconstruction has been addressed in a separate report by Golder. It is further understood that Church Street is also proposed to be reconstructed in conjunction with the trunk sanitary sewer installation. Discussion regarding pavement restoration and storm sewer installation are included in Appendix III, following the text of this report. The following discussion and recommendations relate to the geotechnical aspects of the sanitary trunk sewer design. Trench Excavation The excavation for the sanitary trunk sewer installation will be advanced through the existing pavement structure (asphalt and granular materials), loose sandy silt fill and / or soft clayey silt fill and through the thin layer of silty fine sand at some locations (Borehole 112) or till-like silty clay material (vicinity of Borehole 4). As indicated above, the proposed sewer inverts in the section will generally range in depth from 3 m to 8 m as shown on Figure 3. Based on the results of this investigation, the founding soil for the sanitary sewer will generally be firm silty clay. The silty clay soils are susceptible to disturbance by construction activity especially during wet weather conditions. Care should be taken to preserve the integrity of the material as a bearing stratum during construction. More geotechnical comments related to the bearing stratum and bedding are provided in the Pipe Bedding and Cover section of this report. I' I I I I I I I I I I I I I I I I I I The Regional Municipality of Durham Mr. Ron Trewin, P.Eng. -10 - May 18, 2006 05-1181-205 (rev.) It has recently come to our attention that a 400 mm diameter watermain is also proposed to be installed along the subject section of North Street at depths of approximately 2 m to 2.5 m below existing pavement surface. The proposed alignment of the watermain is located within the eastern boulevard. It is anticipated that the excavation for the watermain on North Street will extend through loose sandy silt and sandy silt fill. The sandy silt and sandy silt fill soils are susceptible to disturbance by construction activity especially during wet weather conditions. Care should be taken to preserve the integrity of the material as a bearing stratum during construction. In addition, it is understood that a 400 mm diameter watermain is also proposed to be installed along Emily Street, from Chuch Street to Baldwin Street, at depths of approximately 3 m to 3.5 m below existing pavement surface. The proposed alignment of the watermain is located within the southern boulevard. It is anticipated that the excavation for the watennain on Emily Street will extend through loose sandy silt, firm to stiff clayey silt and silty clay. The founding soil for the watermain will generally range from loose sandy silt to firm silty clay. The sandy silt and silty clay soils are susceptible to disturbance by construction activity especially during wet weather conditions. Care should be taken to preserve the integrity of the material as a bearing stratum during construction. All excavations should be carried out in accordance with the requirements outlined in the latest edition of the Occupational Health and Safety Act (OHSA) for Construction Projects. The soils through which the sewer and watermain excavations will be advanced are classified as Type 3 in accordance with the OHSA. Thus, where open cut excavations are made for the sewer installation, the sloping sides should extend from the base of the excavation and should not exceed a gradient of I horizontal to 1 vertical. It is anticipated that due to easement restrictions, together with the proximity of existing underground utilities and above ground structures, conventional temporary open cuts with the required sloping angle cannot be achieved at all locations. It is expected that the majority of the construction of the trunk sewer will be carried out using a vertically excavated, unsupported (using a properly engineered trenchbox for protection, certified by a structural engineer) excavation or a supported (sheeted) excavation. Basallnstabilitv Deep excavations in soft to firm clays are subject to base heave failures which result from overstressing the soil in shear. The factor of safety with regard to base heave is: FSb = ~~ yH +q l' I I I I I I I I I I I I I I I I I I The Regional Municipality of Durham Mr. Ron Trewin, P.Eng. - I I - May 18, 2006 05-1181-205 (rev,) '1 r I J I... , 8_ ..j As the potential for bottom instability increases, the heave in the base of the excavation increases and the loss of ground adjacent to the excavation increases. It should be noted that, in case of soft clays underlying the base of the excavation where FSb is less than 2, substantial deformations may result with consequent loss of ground. If soft clay extends to a considerable depth below the excavation, the beneficial effects of even relatively stiff sheeting in ~educing deformation have been found to be minimal. However, if the lower portion of the sheeting is driven into a hard stratum, the effectiveness of the sheeting in reducing deformation is increased appreciably. No satisfactory theoretical procedures exist to detennine sheeting or wall pressures at depth below the base of the excavation. The factor of safety with regard to base heave at this site could be as low as 1.2 in the vicinity of boreholes 107 and 108, resulting in substantial deformation, loss of ground and/or damage to existing adjacent structures/utilities. Uplift The silty clay is underlain at some locations by sand and gravel strata under sub-artesian hydrostatic head. Where the head (hw in metres) exceeds about 2 times the distance from the bottom of the trench to the top of the sand and gravel (11,), the potential for uplift exists. 1" I The Regional Municipality of Durham Mr. Ron Trewin, P.Eng. -12 - May 18, 2006 05-1181-205 (rev.) I I I I I I This currently appears to be the case in the vicinity of Borehole 114 and 5 (and could potentially be the case in the vicinity of Borehole 108), therefore groundwater lowering at some locations may be necessary. It should be noted that groundwater lowering will increase the effective stress in the silty clay and would lead to some consolidation (settlement) of the silty clay and the structures/utilities in the zone of influence. I I I I I I Public Diaaina A "public digging" should be carried out during the tender stage to allow prospective bidders to assess their method of construction and the type of groundwater control, consistent with their equipment capabilities and the existing groundwater conditions at that time. The locations of the test pits should be determined in consultation with the geotechnical engineer. Unsupported Excavations I I I I Where side slopes of excavations are steepened to limit the extent of the excavation, then a properly engineered trench box will be required. It must be emphasized that a trench liner box provides protection for construction personnel but does not provide any lateral support for the adjacent excavation walls, underground services or existing structures. It is important that the void between the excavation and the trench box be infilled directly following installation of the trench box. The use of clear stone to infill this void would allow for more ease of movement of the trench box. In the case of trench box excavation work the tolerance of any structure founded above a I H to I V line projected up from the base of the excavation should be assessed prior to construction. If adjacent structures and/or utilities are susceptible to damage from construction induced settlement, then a more positive excavation support using strutted sheeting should be considered. It is therefore, imperative that any underground services or existing structures adjacent to the excavations be accurately located prior to construction and adequate support provided where required, such as a strutted sheeting system. In addition, steepened excavations I l' I I I I I I I I I I I I I I I I I I The Regional Municipality of Durham Mr. Ron Trewin, P.Eng. - 13- May 18, 2006 05-1181-205 (rev,) should be left open for as short a duration as possible and completely backfilled at the end of each working day. In this regard, it is imperative that suitably large equipment and techniques be used to ensure excavations are open for as short a duration as possible. Stockpiles of the excavated soils should not be placed adjacent to the edge of the open excavations. Care should be taken to direct surface runoff away from the open excavations and all excavations should be carried out in accordance with the Occupational Health and Safety Act and Regulations for Construction Proj ects. Based on the groundwater conditions encountered in the boreholes, the sanitary sewer will generally be below the local water table at the site. Groundwater control during excavation conducted entirely within the clayey silt and silty clay stratum should be able to be handled by pumping from properly constructed and filtered sumps located within the excavations. However, zoneslinterlayers of predominantly granular soils varying in composition from sandy silt to sandy silt fill were primarily encountered on North Street and Emily Street. Where excavations extend below the groundwater table through zones of predominantly granular soils, increased groundwater inflow into the excavations should be expected and there is a potential for sloughing of excavation side slopes and/or basal instability in excavations. In order to reduce the potential for instability of the sidewal\s and base of the excavation in these areas, a more positive groundwater control system may be required to control the groundwater flow in the granular deposits (e.g. to a level a minimum of 0.5 m below the base of the excavation) and maintain the integrity of the bearing stratum. Supoorted Excavations A strutted sheeting system may be considered to be a more appropriate form of temporary support for this site, in order to control ground movements and effects on adjacent utilities and other structures such as utility poles, mature trees or pavements. It should be noted that even a well designed and installed sheeting system could result in some deformation, loss of ground and damage to existing utilities/structures. It is anticipated that some instances of close proximity to existing underground utilities, a supported system may be required. Figures 4 and 5 illustrate the proximity of existing utilities to the proposed excavation at specific locations along the alignment for illustrative purposes only. These locations may not represent the most critical situations. l' I I I I I I I I I I I I I I I I I I The Regional Municipality of Durham Mr. Ron Trewin, P.Eng. - 14- May 18, 2006 05-1181-205 (rev.) The pressure distribution against the walls of a strutted excavation may be determined using the pressure diagram below: .7~ H ".I'~" I, -I J'H-4..... where y ~ unit weight of material (20 kN/m3) Co ~ undrained shear strength m ~ 0.4 FSb Stockpiles of the excavated soils should not be placed adjacent to the edge of the open excavations. Care should be taken to direct surface water away from the open excavations and all excavations should be carried out in accordance with the Occupational Health and Safety Act (OHSA). Pipe Bedding and Cover The bedding for the sanitary trunk sewer should be compatible with the type and class of pipe, the surrounding subsoil and the anticipated loading conditions, and should be designed in accordance with Regional Municipality of Durham design standards, If granular bedding is deemed to be acceptable, then Ontario Provincial Standards and Specifications (OPSS) 19 mm crusher run limestone should be used from a minimum of approximately 150 mm below the invert to the springline of the pipe. Additional bedding (in the order of 150 mm to 300 mm of 50 mm crusher run limestone) may be required due to the relatively soft soil conditions where pipes are founded within the soft silty clay (vicinity of deep Boreholes 101, 103, 105, 110, 112, 114 and 116), till- like clayey silt or till-like silty clay materials (Borehole 107 and 4), very loose to loose silt and sand (Borehole 108) and loose sandy silt fill (Borehole 5). It should be noted that sub-excavation and replacement of any organic peat or topsoil zones encountered within the fill on North Street may be required. From springline to a minimum of300 mm above the obvert of the pipe, sand cover could be used. All bedding and cover material should be placed in 150 mm loose lifts and uniformly compacted to at least 98 percent of the material's Standard Proctor maximum dry density. " I I I I I I I I I I I I I I I I I I The Regional Municipality of Durham Mr. Ron Trewin, P.Eng, - 15 - May 18, 2006 05-118 I -205 (rev.) The bedding for the PVC watermains should be compatible with the type and class of pipe, the surrounding subsoil and anticipated loading conditions and should be designed in accordance with Region Municipality of Durham design standards. Pipe bedding should use 19 mm crusher run limestone with additional 150 mm of bedding material (in relatively soft soil conditions) meeting Ontario Provincial Standards and Specification (OPSS). A minimum depth of 300 mm sand cover should be used above the top of bedding, to separate the bedding material and trench backfill material. All bedding and cover material should be placed in 150 mm loose lifts and uniformly compact to at least 98 per cent of the materials' Standard Proctor maximum dry density. Trench Backfill The excavated material from the site will mainly consist of old road base and subbase materials, sandy silt / clayey silt fill, and native clayey silt and silty clay, with lesser amounts of sand. The excavated granular materials can be used as a trench backfill. The fill materials and native clayey silt and silty clay may be used as trench backfill, provided they are free of organic contamination and are at water contents suitable for compaction. It should be noted that any fill containing organics or other deleterious material, such as those anticipated in the vicinity of the pumping station, is not considered suitable for reuse as trench backfill. Approved material, from the top of the cover material to 1.2 m below subgrade elevation, should be placed in maximum 450 mm loose lifts and uniformly compacted to at least 90 percent of Standard Proctor maximum dry density. Lifts should be compacted to ensure "kneading" together ofthe clayey soils, using a 'Ho Pac' or the like, such that all voids within the material are removed. From 1.2 m below subgrade to sub grade elevation, the materials should be placed in maximum 300 mm loose lifts and uniformly compacted to at least 95 per cent of Standard Proctor maximum dry density, Alternatively, if placement water contents at the time of construction are too high or if there is a shortage of suitable in situ material, then an approved imported material such as OPSS Select Subgrade Material should be used. It should be placed in loose lift thicknesses as indicated above and uniformly compacted to at least 95 per cent of standard Proctor maximum dry density. Backfilling operations during cold weather should avoid inclusions of frozen lumps of soil, snow or ice. Normal post-construction settlement of the compacted trench backfill should be anticipated with the majority of such settlement taking place within about 6 months following the completion of trench backfilling operations. This settlement will be reflected by some subsidence of the ground surface and may require local repairs of the pavement. Settlement may be compensated for, where necessary, by placing additional granular material, placing an added thickness of binder asphalt or by padding, prior to placement of the hot mix asphalt surface. It is recommended that the surface course asphalt not be placed over the binder for at least 12 months after construction, I' I I I I I I I I I I I I I I I I I I The Regional Municipality of Durham Mr. Ron Trewin, P.Eng. -16 - May 18,2006 05-1181-205 (rev.) Pavement Restoration Design This section of the report provides recommendations for the restoration of Edward Street and North Street, where it is within the zone of the sewer work. Recommendations specific to Baldwin Street widening has been addressed in a separate report and recommendations specific to Church Street reconstruction has been addressed separately in Appendix III. Therefore, general pavement Altemative I has been reiterated in the following table. It should be noted that updated AADT traffic data of approximately 680 vehicles (2004 data) has recently been provide by TSH for the subject section of Baldwin Street. The updated AASHTO design analysis is summarized in Table I, following the text of this report. The Equivalent Single Axle Loads (ESALs) over a 20 year design period for a two lane urban local road was recalculated using the procedures outlined in the "Manual for Estimating Traffic Loads for Pavement Design, November 1995" indicates that the ESALs over the design period will be about 45,000 ESALs. It has been confirmed that an AASHTO design using a minimum structural number of 86 mm, as indicated in Report No. 05-1181-209, still applies. It is understood that the new sewer will generally be located on the east side of Church Street, south side of Edwards Street and the west side of Baldwin Street and the centre of North Street, and installation will require removal of some portion of the existing pavement. Disturbed/damaged pavement, resulting from the sanitary sewer construction operations, should be restored in kind to match the existing pavement structure (with respect to Edward Street and North Street). It is anticipated that the southem portion of Edward Street, from centreline to curb, and North Street, along centreline alignment, will be replaced with machine-placed asphalt during restoration. It is understood that Baldwin Street will be fully reconstructed to accommodate widening and Church Street will also be fully reconstructed as part of the sanitary truck sewer installation. Based on the results of this investigation, the following pavement restoration design, where required, is recommended: THICKNESS OF PAVEMENT ELEMENTS (mm) COMPONENT CHURCH EDWARD BALDWIN NORTH STREET STREET STREET STREET ALTERNATIVE I AL TERNA TIVE I Asphaltic HL 3 40 40 40 40 Material (OPSS 1150) HL8 50 100 50 50 Granular A 150 150 150 150 Granular Base Material Granular B, (OPSS 1010) Type I 300 450' 300 300' Subbase Prepared and Aooroved SubQrade . The granular subbase should be thickened where required, such that its base matches the existing adjacent subbase where applicable. I' I I I I I I I I I I I I I I I I I I The Regional Municipality of Durham Mr. Ron Trewin, P.Eng. - 17 - May 18, 2006 05-1181-205 (rev.) The granular subbase and base materials should be uniformly compacted to 100 percent of their standard Proctor maximum dry densities. The asphalt material should be compacted between 92 to 96.5 percent of its maximum relative density, as measured in the field using a nuclear density gauge. Where practical, the excavated existing granular materials may be salvaged and reused in the lower 300 rom lift of the new subbase, provided that they can be stockpiled and handled without contamination from the underlying native subsoils. Since the reinstated pavement section will abut existing pavement, proper longitudinal lap joints should be constructed to key the new asphalt into the existing surface. The existing asphalt edges should be provided with a proper saw cut edge prior to keying in the new asphalt, Any pavement sections that are undermined due to construction activities should be removed by the saw cut. INSPECTION AND TESTING The geotechnical aspects of the final design drawings and specifications should be reviewed by this office prior to tendering and construction, to confirm that the intent of this report has been met. Prior to the commencement of construction, a preconstruction visual survey of all permanent buildings adjacent to the work area should be carried out to document the condition of these structures. This information will be valuable in resolving potential damage claims, associated with the planned construction, from the owners of these buildings should they arise. During construction, sufficient subgrade inspections and in-situ materials testing should be carried out to confirm that the conditions exposed are consistent with those encountered in the boreholes and to monitor conformance to the pertinent project specifications. I' I I I I I I I I I I I I I I I I I I The Regional Municipality of Durham Mr. Ron Trewin, P.Eng. - 18 - May 18, 2006 05-1181-205 (rev.) We trust that this report provides sufficient geotechnical engineering information to complete the design of this project, If you have any questions regarding the contents of this report or require additional information, please do not hesitate to contact this office. Yours truly, GOLDER ASSOCIATES LTD. ~""-'-il u"1 .~i ""'."'i' I ' ~_. -, ,,". i> '_ ..:',:- "'.".:C..d . . '~o_*Cw~ t.;... ~,",lI,....~~tU Amanda M. Conley, B.Sc., E.I.T. Engineering Services """It'!!>' e I "'1f\~ED BY ~~'{i~...t-{.liJ-- "\.,l\<1;" . ".,.'~'~~;....::~fI.iJl... ,.H;.;::.::~ Gary W. Farrington, C.E.T. Pavement and Asset Management Specialist nl)I(~I~ Il \ 1(1 q . "'H",lll.Hl S.nNEn BY David K.J. Noonan., M.Sc., P.Eng. Principal Enclosures: Abbreviations & Symbols Record of Borehole Sheets 101 to 117 Figures I to 12 Table 1 Appendix I - Important Information and Limitations of the Report Appendix II - Previous Borehole Logs 1 to 6 Appendix I - Church Street Pavement Recommendations ACTG/GF,DN:llC:ll N:'AClivc:\_2006'lI81 Engineering Services 06-1 ISJ-214 ROD. Consulting Ser.'ice:s. Newcastle.doc'-Re.,.iscd Report (05-1 t81-105}'.05-1 181205 REP04'2006 ROD Sanitary Trunk Sanitary Sewer Newcastle (Te\'isedj,ooc I' I I I I I I I I I I I I I I I I I I LIST OF ABBREVIATIONS The abbreviations commonly employed 00 Records of Boreholes, 00 figures and in lbe text of lbe report are as follows: L SAMPLE TYPE AS BS CS 00 OS FS RC SC ST TO 1P WS Auger sample Block sample Chunk sample Drive open Denison type sample Foil sample Rock core Soil core Slotted tube Thin-walled, open Thin-walled, piston Wash sample n PENETRATION RESISTANCE Standard Penetrallon Resiltance (SPT), N: The nWDber of blows by a 63.5 kg. (140 lb.) hammer dropped 760 DlIJ1 (30 in.) required to drive a 50 DlIJ1 (2 in.) drive open sampler for a distance 0000 DlIJ1 (12 in.). Dynamic Penetration Rellstance; N.: The number of blows by a 63.5 kg (140 lb.) hammer dropped 760 DlIJ1 (30 in.) 10 drive uncased a 50 mm (2 in,) diameter, 60' cone attached 10 . A' size drill rods for a distance 0000 DIm (12 in.). PH: Sampler advanced by hydlllUlic pte9OUl'C PM: Sampler advanced by manual pte9OUl'C WH: Sampler advanced by static weight of hammer WR: Sampler advanced by weight of sampler and rod Plezo-Cone Penetration Test (CP1): An electronic cone penettometer with a 60' conical tip and a projected end area of 10 em' pushed through ground at a penetration rate of 2 cm/s. Measure- ments of tip resistance (Q), porewater pressure (PWP) and friction aloll8 a sleeve are recorded electronically at 25 mm penetration intervals. W wp "l C CHEM CID CIU 0. OS M MH MPC SPC DC SO. UC UU V Y m SOIL DESCRIPTION (a) Cobeslonle.. Soils Density Index (Relative Density) N Blows/300 mm or Blows/ft. 0104 41010 101030 30 10 50 over 50 Very loose Loose Compact Dense Very dense (b) Conluteney Cobeslve Soil. ..... Very soft Soft Finn Stiff Very stiff Hard if! 010 12 12 10 25 25 10 50 50 10 100 100 to 200 over 200 IlJf o 10 250 250 10 SOO SOO 10 1,000 1,000 10 2,000 2,000 10 4,000 0.er4,OOO IV. SOIL TESTs water content plastic limit liquid limit consolidatioo (oedomeIer) test chemical analysis (refer 10 text) consolidated iso!ropically drained triaxial test' consolidated isotropically lIDdrained triaxiaJ test with porewatcr pressure 1IIe8S1II'emeot' relative density (specific gravity, Os) direct sh.... test sieve analysis for particle size combined sieve and hydrometer (H) analysis Modified Proctor compaction test Standard Proctor compaction test organic content test concentration of water-soluble sulphates unconfmed compression test uncollJlOlidaled undrained triaxial test field vane test (L V-laboratO!}' vane test) unit weight Note: I. rests which are anisotropically consolidated prior to shear are shown as CAD, CAU. Golder Associates I" I I I I I I I I I I I I I I I I I I LIST OF SYMBOLS L GENERAL Unless otherwise stated, the symbols employed in the report are as foUows: It 3.1416 In x, natura1logarithm of X log" x or log X, logarithm ofx to base 10 g acceleration due to gravity t time F factor of safety V volume W weight n. STRESS AND STRAIN y shear stmin /j. change in, e.g. in stress: /j. a e linear stmin "" volumetric stmin '1 coetIicient of viscosity v Poisson's ratio a total stress 0' effective stress (0' ~ a -u) 0' w initial effective overbwden stress aJ,a"a, principal sttesses (major, intermediate. minor) a"" mean stress or octahedral stress ~(a, + a, + a,Y3 < shear stress u porewater)lJeSSure E modulus of deformation G shear modulus of deformation K bulk modulus of compressibility m SOn. PROPERTIES (a) IDdOll Properties p(y) piy_) p..{y.) P.(1.) 1 0.. bulk density (bulk unit weight") dry density (dly unit weight) density (unit weight) ofwater density (unit weight) of solid particles unit weight of submerged soil (1 ~ 1-Y.) relative density (specific gravity)of solid particles (0.. ~ p./p,,) (fonnerly G.) void ratio e n S porosity degree of saturation Density symbol is p. Unit weight symbol is y where y ~ pg (i.e. mass density x acceleration due to gravity) " (a) IDdex Properties (con'l) w water content "l liquid limit w. plastic limit I. plasticity Index ~ ("l- w.) Ws shrinkage limit Ie liquidity index ~ (w- w.) II,. Ie consistency index ~ ("l- w) II,. ..... void ratio in tooscst state ..... void ratio in densest state 10 densityindex~(.....-e)/(....._.....) (formerly relative density) (c) BydnaUc Properties h hydraulic head or potential q me of flow v velocity of flow i hydraulic gradient k hydraulic conductivity (coefficient of permeability) j seepage force per unit volume (d) Consolidation (one-dimensional) c. compression index (nonnaIIy consolidated nmge) C, recompression index (overconsolidated range) Cs swelling index Co coellicient of .....nMmy consolidation m,. coetIicient of volume chonge e. coefficient of consolidation T. time factor (vertical direction) U degree of consolidation 0'. pR:<onsolidation )lJeSSure OCR Oven:oasolidation ratio =0',,10' w (e) Shear Strength t~ tr .' /; " c! peak and residual shear strength effective angle of internal friction angle of interface friction coetIicient of friction ~ tan /; effective cohesion undrained shear strength (. ~ 0 analysis) mean total stress (a, + a, )/2 mean effective stress (0', + 0',)/2 (a, -<1,)12 or (0', ,0',)12 compressive strength (a, - a,) sensitivity Cu.'" p p' q q. s, Notes: 1. < ~ c' + 0' tan .' 2. Shear strength = (Compressive strength)/2 Golder Associates I' PROJECT: Q5..1181-205 RECORD OF BOREHOLE 101 SHEETt OF 2 lOCATION: SEE FIGURE 2 BORING DAlE: June 104, 2005 DATUM: SAMPLER HAMMER, 63.5tiI; DROP, 760mm PENETRATION TEST HAMMER, 83.5Ifg; DROP, 760nvn 0 SOIl PROFILE SAMPlES OYNAMC PErETRATION \ HYMA.UUC COf'OJCTMTY. I w 0 RESISTANCE, BLOWSlm -- t~ 5~ I ~ ~ INSTAllATION ~ ,Ii 20 .. 60 60 ,a' ,a' ,a' ,.. AND w ffi ~ ~~ ~~ :> I GROUNDWATER I~ ~ ~ ~w " DESCRJPTlON ~ m SHEAR STRENGTH natV. + Q.. WATER CONTENT PERCENT C. OBSERVATIONS ~:> z DEPTH :> ~ ~ CU. kPa ranV.. U-O ~~ ~ ~ ~ w fJW ill (m) z Wp' 'WI on m .. 60 , .. 0 GROUND SURFACE 89.81 ,~, sand and gravel (GRANUlAR 0.14 Brown sand, some~. trace sit. , .. 0 89.24 occaslonal ..- (GRAI<<Jl.AR 0.57 Loose bn:M'n sandy sit. some clay, trace - .. _Seal , lJCIVeI(FIU) 2 ~ 6 ( - '" Firm brown clayey sit. some sand (FlU) 1.37 - 3 ~ 6 88 I- , - 1- 87.68 Stiffbr'oNn to very soft tpJ'f SILlY 2.13 CLAY, trace sand , :. . 0 - 87 I- 3 5 .. 5 0 DO 88 I- . . ~ . " . I- ~ . .. ~ ! e DO 2 85 00< -4 , ~ ~ I- ~ ~ . . .. g ~ ~ .. Loooe QrtIlngs , I- 7 .. 3 0 DO I- 63 , 82.81 Very loose to loose 'IfJ'I SIl. TV SAND, 7.00 some day, some gavel, zones d dayey '" (TlLL-UKE) l- e .. 4 62 DO , I- 81 , I- I- 9 ~ 8 0 I- 80 .. - CONT1MJED NEXT PAGE- DEPTH SCAlE .~es LOGGED: RHC 1:50 OiECKED: I I I I I I I I I I I I I ~ ~ , ~ ~ ~ ~ I ~ ~ . o ~ " I ~ ~ 9 I ~ I" ~ w ~ I ~ ~ ~ ~ I ~ I' ~ o PROJECT: lJ6..1181-205 RECORD OF BOREHOLE 101 StEET 2 OF 2 LOCATION: SEE FIGURE 2 BORING DAlE: June 14, 2005 OA'T\JM: SAMPLER HAMMER, 63.5kg; DROP. 760mm PENETRATION TEST HAMMER, 63.5kg; DROP. 760mm 0 SOIL PROFILE SAM'lES DVNAUIC PENETRATION \ HYDAAlA.lC 00I>IlUCTMTY. I ~~ '" 0 g RESISTAJlCE, BlOWSfm ,,- INSTALlATION gill I ~ ~ ~ 20 III ,0' ,0' '0' ,0' w ~ ffi .. eo ANO ~'" ~ r I ~ -~ GROUND'NATER I~ Cl <~ .. SI<EAA SlRENGTH nltV. + Q.. WATER CONTENT PERCENT ~~ ~'" DESCRIPTION cesERVAllONS ~~ z ~ DEPTH ~ ~ aI CU,,,,," nlfIlV.$ U-Q w ir ~ (m) " WpO eW IWI 0 0 Z .. ., .. 20 .. III '0 .. CONTlNUEDFROM PREVrOUS PAGE " 79." Compact to very dense ~ SLTY 10.'3 SAND. some day, some gavel, zones of clayey sit (T1u.) h 10 :, 27 79 _ Seal < < 11 ~ ! 1- ~W ~! z. 5 c ~ ; g ;: 7. ~ " ~ Silca Sand I- .... n34'1 ".. 0 00 .13 END OF BOREHOlE 12.47 --.... encountered during ~ " Oiling ala depth at 4.4 m, Jun. 14JQ5 Borehole caved to a depth r:l12.2 m upon ~of""'lng. Jun. 14105 WalMleveI measured " inopenportiond borehole at a depth cA 4.0mupon~ riding, Jun. 14105 Watsllevel measured in~atadeplf1 014.91 m, July 1105 " " " " ~ " - I-- " OEPlH SCALE <t~es lOGGED: OtiC 1: 50 OiECKED: I I I I I 1 1 I I 1 I I I ~ ~ ~ " " I · ~ < a ~ I ~ < a I ~ I" < w > . I ~ I ~ I' 1 ~ ~ o ~ I m Z o ~ . PROJECT: ~1161.205 RECORD OF BOREHOLE 102 SHEET 1 OF 1 LOCATION: SEE FIGURE 2 BORING DATE: June 15,2004 DATUM: SAMPLER HAMMER, 63.~; DROP.7ronm PENETRATION leST HAMMER, 83.5kg; DROP. 760mm 0 SOlLPROFlLE SAMFlES DYNAMIC PErETRA110N \ HYDRAULIC COMlUCTMTY, I ~g w 0 RESISTANCE, BLOWSIm ,aM ~~ I 5 5 INSTALLATION ~ 20 '" eo eo ,.- ,.- ,.- ,0' AND Uw w a: ~ ~a: " If. ~ w E~ GROUND'NATER I~ '" m It' SHEAR STRENGTH natv. + Cl.. WATER CONTENT PERCENT t" z DESCRIPTION ~ ~ ~ CU..... remV.lB u- 0 ~~ OBSERVATlONS w 1i' DEP1l< Iii Wpl raW 'WI 0 0 ~ (m) z m ~ '" eo '0 30 '" 0 GROUND SURFACE 89.91 ffi TOPSOIL 0.00 ~ J Brown CLAYEY SIlT, some sand 0.16 1 " DO ~ j U " 89 z . 2 I- , H DO - . 0 U - o - ~ 88.-41 END OF BOREHOlE '.50 ~ , I- , , - , , , , , ,J- 10 DEPTH SCAlE <t~es lOGGED: RHC 1:50 CHECKED: I 1 1 1 I I 1 I I I 1 1 I ! ~ o ~ I ~ ~ I ~ " 9 I ~ J" z w > < ~ 1 I' PROJECT: 06-1131-205 RECORD OF BOREHOLE 103 SHEET1OF2 lOCAnON: SEE FIGURE 2 BORING DAlE: June 14, 2005 DATUM: SAMPlER HAMMER, 63.5kg; DROP. 760mm PENETRATION TEST HAMMER. 83.5kg; DROP, 760rrvn 8 SOIL PROF1lE SAMPlES DYNAMIC PENETllAT10N \ IMlRAWC 00NClUCTMTY. I ~g w RESISTANCE, BLOWSIm ~- 5m r z INSTALlATION ~ ~ 0 w ffi ~ ~ 20 '" eo eo ,0' ,0' ,0' ,0' AND <hI!' " ~ ~ j E~ GROUNQlNATER ~~ " .. SHEAR STRENGTH I'IItV. + a-. WATER CONTENT PERCENT z DESCRIPTION ~ ~ ~ ill Cu.kPa I9Il1V.. u-o Q~ OBSERVATIONS w ii DEPTH Wpl eW " " (m) Z 'WI .. .. 20 '" eo eo '0 20 '" I- , GROUND SURFACE 91.41 ~= sand and gravel (GRANUlAR 0.11 , AS 0 02' Bro.m sand, some gravel, trace sit, 91 occasional oobOIe (GRMlULAR 0<5 Loooe """'" sandy.... some clay (FlU.) I- , 2 : . 0 90.04 t- Firm 10 soft bn:Mn ClAYEY sa. T, some 1.37 !lO &and, occasional line sand pMlngs I- 3 ~ 7 2 - 89 .. ~ .. 0 , - 5 ~ 3 0 sa - I- . 87.37 Soft to firm treY SIL TV QAy. some 4.04 " sand w I 87 + 0 . . I- " < U 6 ~ 3 5 ~ ~ I- z. 00 ~ ; sa g ~ ~ ~ ~ , - 7 ~ 3 as 0 , 84 l- . " 4 0 00 l- . I- 83.03 Compact to very dense tI8Y SlL 1Y ." B3 SAND, some clay, trace to some jJaVeI (TlLl) 5 9.;g 28 82 " - CONTINUED NEXT PAGE- DEPTH SCALE ~~es LOGGED: RHC 1:50 CHECKED: 1 1 I 1 1 1 1 I I 1 I 1 I I I 1 I I I PROJECT: 05-1181-205 RECORD OF BOREHOLE 103 SHEET 2 OF 2 LOCATION: SEE FIGURE 2 BORINGOATE: June 1., 2005 CAlUM: SAMPLER HAMMER, 63.5kg; DROP. 760rml PENETRATION lEST HAMMER. 63Jiiql; DROP. 760mm a SOIL PROFILE SAMPl E5 O\'NAMIC PeHETRATlON \ HYDRAULIC CONDUCTMTY, I w a z RESISTANCE. BLOW$Jm ~- ti INSTALLATION ~~ ~ Ii; ~ a E ;0 20 '" eo eo ,0- ,0- ,0- '0' alii AND ffi ~ " i ~ ;Ow GROUNDWATER ~~ \1 0( I~ ~ t~ DESCRIPTION ~ Sl<EARETRENG1M natV. + Q-. WATER CONTENT PERCENT 5~ oesER\{ A TlONS ~ llEPT>l " ~ Cu..... remV.. u- 0 ~~ w ~ ~ (m) ~ w eW a 0 z Wpl IWl ~ " ~ .. eo '0 20 '" '" CONTlNUED FR04f PREVIOUS P1.GE w Compact to very dense fTeY SIL TV SAND. some clay, trace 10 scme waveI Grou_.... (TlLl) encounlonld _ 81 ctIing at a depth d 2.4 m, Jura.. 14105 Borehole caved kl a '0 ~ 87 0 depItl of7.8 m upon ~ " ~of"''''. 80.28 Jun. 14105 END OF BOREHOLE 11.13 Watst Iev8 measured ,,-,pc<tionaf boret1oIeatadepthof 4.4 m upon compIetlon d~.Jun.14105 - " I- " " " " " " " '" DEPTH SCALE ~Gdder LOGGED: RHC 1 :50 i\ssociates CHECKED: I' I I I I I I I I I I I I ~ ~ ~ ~ I i ~ I ~ a ~ . a I i " . w > I ~ ~ . :.i o I ~ I' I ~ ~ " " ~ ~ a I ~ ~ PROJECT: 05-1181.205 RECORD OF BOREHOLE 104 SHEET 1 OF 1 LOCATION: SEE FIGURE 2 BORING DATE: June 15, 2004 SAMPlER HAMMER, 63.5kg; DROP. 760mm PENETRAT1ONlESTHM4MER,63.5kg; DROP, 760mm 0 SO<l PROfIle ........ES DYNAMIC PENETRA.TION \ H'YDRAllJC CONJUCTMTY. I ~~ w 0 RESISTANCE, BLOWSIm ~- ~iil I ~ INSTAlLATION ~ 20 '" eo 80 ,0' ,0' ,.- ,0' AND w ~" ~ '" ~~ I" I~ w r GROUNDWATER ~~ ~ DESCRIPTION g .. SHEAR STRENGTH natV. + Q.. WATER CONTENT PERCENT ~~ OBSERVATIONS ~ ~ Cu,"" remV.. U- 0 w " DEPTH Wpl eW IWl 0 g 1m) z ~ 20 '" eo eo , '" - " GROUND SURFACE << TOPSOIl 0.00 . o i " g ~ < Brown CLAYEY Sa. T, some saiki 0.41 d U - , ~ !i 00 ~ E - . . o - ., , - 1 ~ DO END OF BCREHOLE 1.50 - , - 3 ~ . , - . e , - . - . . - 10 OEPTH SCALE <t~es LOGGED: RHC 1 :50 CHECKED: I I I I I I I I I I I I I I '" o I : ~ '" w > I ~ ~ ~ ~ o ~ I ; I PROJECT: 0&1161.205 RECORD OF BOREHOLE 105 SHEET 1 OF 2 lOCATION: SEE FIGURE 2 BORING DATE: JunEll14, 2006 DATUM: SAMPLER HAMMER, 63.5kg; DROP, 760mm PENETRATION TEST HAMMER, 63.5kg; DROP, 760mm 0 SOIL PROfiLE SAMI'L .5 OYNMtC PENETRAnoN \ HYORAlA..1C CQNClUCTMTY, I ~~ W 0 z RESISTANCE, BLOWSIrn ~<m'. ~~ , INSTALLATION r ~ ~ 0 20 '" '" '" la' ,a' 10. ,a' w or ~ AND ,r ~ aEV. W ~ ~ ~I!! GROUNDWATER " ~ SHEAR STRENGI'H natV. + Q.. WATER CONTENT PERCENT rW z oeSCRJPTlON ~ W ~. OBSERVATIONS ~~ 0EPT>l ~ " Cu. kPa nwnV.. U- 0 !IS W . " W eW 0 0 Z 0 Wpl ,WI (m) " ~ ~ 20 '" '" 10 ~ 0 '" - 0 GROUND SURFACE "... I\~, sand and traVel (GRANULAA 0.20 92.20 I .. 0 M Brown sand and gravel, trace sit. \~.::~,cotilIe (GRANUlAR OM 92 StIff to soft da'k brown to brown clayey _Seal I- , silt, some sand (FILl) 2 ., 11 0 00 - - ., 91 3 00 . 0 , ".52 - FII1ll to soft brown CLAYEY SILT, some 2.13 - sand. occasional flne__ . ., 7 0 00 - .. 3 - -iI 5 ., 3 0 00 - ., . 88.61 SoIl tofi'm grey SILTY ClAY, trace sand .... Loose Sac"" . H - . . .. w ! , ., 3 ~ . 00 0 . ~ ~ - z g h . ~ o. , " ~ 87 ~ + . I- 7 ., . "" 00 I- .. , .... Softflf1Y CLAYEY SilT, some sand, 7.09 trace (J'aVeI(TILL-UKE) ...- Seal - .. , ., , 0 00 . I- .... Very dense grey SIL TV SAND, some 8.61 .. clay, trace gravel (T1LL) L , I- 9 ., 51.. Sand 00 83 - I I- 83 Loose Cave - " - CQNnMJED tEXT PAGE- DEPTH SCAlE ~~es LOGGED: RHC 1 :50 CHECKED: I' I I I I I I I I I I I I ! '" " ~ I ~ ;! ~ ~ I ~ or o I i r . W > ~ I ~ . o I ~ I PROJECT: 05-1181-206 RECORD OF BOREHOLE 105 StEEl 2 OF 2 LOCATION: SEE FIGl.RE 2 BORING DATE: June 14, 2005 DATUM: SAMPLER HAMMER, 63.5kg; DROP, 760rml PENETRATION lEST HAMMER, 83.5kQ; DROP, 760mm a SOIl PROFIlE SAMPLES DYNAMIC PENETRATION \ HYDRALUCCONJUCTMTY. I w a z RESISTANCE. BlOWSlm ,- ~~ ~:fi I ~ INSTALlATION t;; E 0 20 40 eo eo ,o' ," ,0-' ,o' ~'" ~ '" M ~ om AND H I~ w w g ~~ GROUNDWATER C> DESCRlFTION i m ~ ~ w SHEAR STRENGTH natv. + Q.. WATER CONTENT PERCENT ~:! OBSERVATIONS z DEPTH ~ ~ " Cu.kPa namV.$ u- 0 w '" ~ w eW a z 0 WpJ IWI 0 (m) " m Ii; m 20 40 eo 10 30 40 - CONnNUEDFRCN PREWOUS PAGE- " Very dense fPIY SIL TV SAND. some clay, lrace g-avel (T1Ll) - 82 loose Cave 10 " 55 0 00 " 81.52 END OF BOREHOLE 11.13 -"'" encountered dumg iHIing at a depth cf 2.1 m, Jun. 14105 " Borehole caved &0 a depth cf9.5 m upon ....-..""'Ino. Jun,1_ Watsr ievel measured inopenportiond borehole at a depItl at " 5.0 m upon completion dcitling. Jun. 14105 Watsr level measured in standplpe at a depth af3.03 m,JuIy 1105 " " " I " " , " '" - DEPTH SCALE "~es LOGGED: RHC 1 :50 CHECKED: I' I I I I I I I I I I I 1< I ! ~ ~ ~ I ~ ~ I ~ " '" a I: I'? '" w > ~ I ~ ~ ~ ~ I ~ I ~ ~ " PROJECT: ()5.11Bl-205 RECORD OF BOREHOLE 106 SHEET 1 OF 1 LOCATION: SEE FIGURE 2 BORING DATE: June 15, 2004 SAMPLER HAMMER, 63.5ll:g; DROP. 760mm PENETRATION TEST HAMMER, 63.Skg; DROP, 760mm a SOIL PROFILE SAMPLES DYNAMIC PENETRATION \ HYDRAULIC CONOUCTIVITY, I w 0 RESISTANCE. BLOWSfm k,cmls ~O .~ ~ ~ 5 ~~ INSTALLATION ~ Uw w a ~ 20 .., 60 60 ,,' 10" 10. 10' ol;; AND ~~ " " ~ ~~ ~ ~ w w > ~~ GROUNDWATER ~w a . m ~ SHEAR STRENGTH natv. + Q-. WATER CONTENT PERCENT ~> z DESCRIPTION < " I: w rem V $ u- 0 OBSERVATIONS OEPTH ~ Cu, liP. ~S w ~ ~ w OW 0 ~ im) z Wpl IWI m ~ ~ 20 .., 60 60 10 20 30 .., . GROUND SURFACE ~ TOPSOIL 000 w ~ ~ ~ Brown CLAYEY SILT. some sand 0.25 ~ . ~ E ~ . ~ . c ~ ~ . , ~ ,:; ~ E - . u " 0 1 ~ 00 END OF BOREHOLE 1SO , ~ 1 ~ . , , , , , " DEPTH SCALE .~ LOGGED- RHC 1 so CHEC~EO' t' I I I I I I I I I I I I I ~ o ~ . ~ ~ ~ ~ c ~ z g . c " I I . " . ~ ~ w > ~ . o N I I . o ~ . m z g I 8 ~ ~ ~ ~ ~ . ~ 8 ~ PROJECT: 05-1181-205 RECORD OF BOREHOLE 107 SHEET 1 OF 2 LOCATION: SEE FIGURE 2 BORING DATE: June 14, 2005 DATUM: SAMPLER HAMMER, 63.5kg; DROP, 760mm PENETRATION TEST HAMMER, 63.5kg; DROP, 760mm 8 SOIL PROFILE SAM PLES DYNAMIC PENETRA liON \ HYDRAULIC CONDUCTIVITY, I w RESISTANCE, BlOWSlm k,cmls ~Q ~ ~ ~ 5 <z INSTALLATION <~ ~ ~~ w g E ~ 20 .0 60 '0 10' 10" 10~ 10" ~~ AND ~ ~ M ~~ " ~ ELEV w w Q > ~w GROUNDWATER ~w DESCRIPTION < m ~ ~ SHEAR STRENGTH nalV + Q-e WATER CONTENT PERCENT O~ ~~ Z ~ ~ > ~ CU,kPa remV@ u- 0 OBSERVA liONS w :5 DEPTH ~ ~ w OW Om 0 ~ ,m, z Wpl IWl <~ m ~ .. ~ 20 .., 60 60 10 20 30 '0 , GROUND SURFACE 94.13 ASPHALT (125 mm) 000 .. ~mwn sana ilI1Q grave 022 BASE) 1 "" 0 Brown sand, some gravel, trace sih, B3.58 occasional cobble (GRANULAR 0.55 SUBBASE) Compact dark bfO'Ml sandy s~l. some , day, trace gravel (FILL) 2 '" 12 0 00 93 9276 Very soft to firm brown CLAYEY SILT, 137 some sand. occasional fine sand partings 3 '" 3 0 00 , 92 . '" , 0 00 , 91 5 '" 2 00 . 90,09 Soft grey SilTY CLAY, some sand '.04 90 ~ w g . ~ 1 + ~ , , '" 3 o . 00 0 , ~ ~ ~ . 89 z ,; 0 0 ~ , g ~ .. + ~ .. + . 88 7 '" 3 0 00 - , 87_04 .. + Very loose to loose grey SILT and 7.09 87 SAND. some clay. trace gravel .'~ . :.-. + .'~ . prall I vertU - ~ " . " 8 00 . 0 "" . ~ ." . - 88 ., . >'. 8552 Dense grey SIL TV SAND. some clay. ~ lrace gravel (TILL) , 85 9 " ., 0 11 00 - " - CONTINUED NEXT PAGE m DEPTH SCALE .~es LOGGED: RHe 1: 50 CHECKED" " I I I 1 I I I I I I I I I I ~ o o z g ~ g o I ~ o ~ ~ ~ w > ~ . ~ ~ I I . o W ~ m Z g I s ~ ~ ~ ~ ~ . ~ ~ s ~ ~ 6 o z 9 a 9 o , PROJECT: 05-1181-205 RECORD OF BOREHOLE 107 SHEET 2 OF 2 LOCATION: see FIGURE 2 BORING DATE: June 14, 2005 DATUM: SAMPLER HAMMER, 63.5Io;g; DROP. 760mm PENETRATION TEST HAMMER. 63.5kg: DROP, 760mm 8 SOIL PROfiLE SAMPLES DYNAMIC PENETRATION \ HYDRAULIC CONoucnVITV. I "l RESISTANCE, BLOWSlm k,cmIs ~O < is ~z INSTALLATION ~~ ~ g :5~ w a ~ ~ 20 '0 60 60 10' 10' 10' 10" 5~ AND ~ r~ 0 ~ '"EV w w ~ ~ E~ GROUNDWATER '" " SHEAR STRENGTH natV + Q- . WATER CONTENT PERCENT ~w z DESCRIPTION ~ - ~ > w 0", OBSERVATIONS "~ DEPTH ~ CU,kPa remVE! U. 0 w jij ~ ~ ~ w eW ~5 0 a ,m, z Wpl "" '" ~ '" ~ 20 '0 60 '" 10 20 30 '0 - CONTINUED FROM PREV'aus PAGE -1m " Dense grey SilTY SAND. someday. . trace gravel (TILL) .,". .. Groundwater first ellCOUl1lefed during drilling al a depth of 2.6 m, Jun. 14105 I- Borehole caved to a 10 ~ 43 C depth of 7.2 m upoo - 11 83.00 completion of drilling, END OF BOREHOLE 11.13 .3 Jun. 14105 Waler level measured in open portion of borehole at a depth of 4.7 m upon completion of drilling, Jun. 14105 - " - " r ,. r " r " r " - " - " - " DEPTH SCAlE .~ lOGGED: RHe 1 50 CHECKED: " I I I I I I I I I I I I I I I ~ d ~ ~ a w > . ~ o ~ I I ~ o ~ < '" z 9 I PROJECT: 05-1181-205 RECORD OF BOREHOLE 108 SHEET 1 OF 2 I lOCATION: SEE FIGURE 2 BORING DATE: June 15, 2005 DATUM: SAMPLER HAMMER. 63.5kg: DROP, 760mm PENETRATION TEST HAMMER, 53.Skg; DROP, 760mm 0 SOIL PROFilE SAMPLES DYNAMIC PENETRATION \ HYDRAULIC CONDUCTIVITY, I w 0 z RESISTANCE. BLOWSlm k,cmJs .~ J x INSTALLATION .~ 9 0 ~~ t;; E 0 20 '" 60 60 10' 10' 10' 10" ZO AND ~ ~ M O~ ~ w w ~ . ~w GROUNDWATER x~ " ~ > ~w DESCRIPTION . m ~ ~ SHEAR STRENGTH o"v + Q" . WATER CONTENT PERCENT ~ ~~ z ~ DEPTH ~ , ~ CU,kPa remV.tB U. 0 Om OBSERVATIONS w ~ . ~ ~ w OW ~~ 0 0 ~ {m) Z g Wpl 'WI m ~ m ~ 20 40 60 60 10 20 30 '" ~ , GROUND SURFACE @ ASPHALT (160 mm) 000 t,;olOF'ala'r Brown sand and gravel (GRANUlAR 0.16 1 '" 0 . BASE) 0.35 Brown sand and gravellrace silt, occasional cobble (GRANULAR 93.14 SUBBASE) 0.67 Bentonite Seal Stiff 10 soft brown CLAYEY SilT, some 93 " , sand. occasional fine sand partings 2 00 11 0 - - 3 " 11 0 00 92 2 - - 4 " 5 00 - 91 , - 5 " 4 0 00 - 90 . 89.77 Soft 10 firm grey 5ILTYCLAY, some 404 Loose Cuttings ~ "". w S g . . I- ~ . U 6 " 4 89 00 , ~ "' I- ~ . z . 5 Ci ~ , g ~ <B + ~ ~ 88 . I- 7 " . 0 00 i- 87 , 86.72 <B" "1" vertLi Fifmgrey CLAYEY SILT, some sand, 709 trace gravel (TILL-LIKE) <B + BentonileSeal l- s " 7 86 00 u l- . .. 6520 "" ". Very dense grey GRAVELLY SAND, .J~l 881 ." some sill 85 "' .. "'1> ," ." ~ , Q " .. ,~. , .. .. ";...0 Silica Sand , O. 9 " 64 0 Filler I (~ 00 ~. 64 loose Cave .f- 10 -~ CONTINUED NEXT PAGE ~ DEPTH SCALE .~ LOGGED: RHe 1 '50 CHECKED: . ~ 00 I m z 9 I' I I I I I I I I I I I I I 8 ~ ~ ~ o ~ . . ~ . o 8 ~ ~ to o z 9 ~ o <3 ~ o ~ ~ " w > . o g I I I I I 8 ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ a a z g ~ g a PROJECT: 05-1181-205 RECORD OF BOREHOLE 108 SHEET 2 OF 2 lOCATION: SEE FIGURE 2 BORING DATE: June 15, 2005 DATUM- SAMPLER HAMMER, 63.5kg: DROP. 760mm PENETRATION TEST HAMMER, 63.5kg; DROP. 760mm 8 SOIL PROFILE SAMPLES DYNAMIC PENETRATION \ HYDRAULIC CONOUCTlVITY. I w z RESISTANCE, BLOWSlm k,cmJs "'" " ~ ~ <z INSTALLATION <~ ~ 0 E 0 20 40 60 80 10' 10' 10' 10" at; Ow w ~ AND ~~ " ~ ~ ~ ~~ '" ~ ~ w w ~ > i=~ GROUNDWATER < m ~ SHEAR STRENGTH Il3tV. + Q-e WATER CONTENT PERCENT ~w z DESCRIPTION " ~ 0 OBSERVATIONS ~" ~ DEPTH ~ CU,kPa remV,@ u- 0 Qj w '" " w fjW 0 iil ~ 'm) z Wpl Iv.! ~ m 00 20 ... 60 80 10 20 30 ... - CONTINUED FROM PREVIOUS PAGE- " 83.68 Dense grey fine SAND, trace silt, zones ... 1013 of sandy sib .. '" '- .~~~. f..- loose Calole ~ 8J 0 .... .. '.' 1'01 00 45 " ," 82.68 END OF BOREHOLE 1113 Groundwater first encountered during drilling at a depth of 2.7 m, June 15105 " Borehole caved to a depth of 9.5 m upon completion of driling, June 15105 Water le...el measured in open portion of borehole at a depth of " 4.8 m upon compleClorl of drilling, June 15105 Walef level measured in standpipe at a depth of 5.82 m, July 1105 " " f- " f- H .. " " DEPTH SCAlE .~es LOGGED RHe 150 CHECKED I' I I I I I I I I I I I I I I I . a 00 ~ ~ w > . o o , I I ~ w r m Z g I 8 ~ ::j 5 ~ ~ ~ <'i ~ ~ e o ~ z o ~ ~ o <5 ~ e ~ ~ W , ~ ~ ~ PROJECT" 05-1181-205 RECORD OF BOREHOLE 109 SHEET 1 OF , LOCA liON: SEE FIGURE 2 BORING DATE: June 15, 2()().4 DATUM: SAMPLER HAMMER, 63.5kg; DROP, 760mm PENETRATION TEST HAMMER, 63.5I<:g; DROP, 760mm " SOIL PROFILE SAMPLES DYNAMIC PENETRATION \ HYORAUUC CONDUCTIVITY. I ~ " z RESISTA.NCE, SLOWSlm k._ ~~ " ~ <z INSTALLATiON <~ ~ 0 Uw w " ~ 20 40 60 80 10' 10' 10' '0' 5t;; AND ~~ " ~ ~ ~ "e " ~ ElEV. i:! w eW GRQUNOWA TER eW DESCRIPTION ;0 ~ W SHEAR STRENGTH natV + Q. . WATER CONTENT PERCENT oe ~" z DEPTH " > ~ CU,kPa remll$ U. 0 om OBSERVATIONS w " < ~ e W Wpl OW 'WI <~ 0 " ~ (m) Z ~ ~ ~ 20 '0 60 80 '0 20 30 .0 f- , GROUND SURFACE 92.25 . ASPHALT 000 w g , Brown crushed granular 0.14 92 < ~ 9187 . < Brown sand, some gravel, trace sill, 0'" " ~ , , 0 . occasional cobble (FILL) - 00 ~ . o . ~ $ z . 91.27 , 0 0 0 Dartl:1Jro.Nn silty sand, tracegravet, lrace 0.98 ~ , day (Fill) I- ~ . 91 0 2 " ~ 90.75 00 END OF BOREHOLE 1.50 , , . , f- , , . , " DEPTH SCAlE .~es LOGGED RHe 1 :50 CHECKED: " I I 1 I I I I I I I I I I I I I ~ ;; o ~ r m z o " I I ~ ~ ~ ~ " o . . < " < a 8 ~ , PROJECT: 05-1181-205 RECORD OF BOREHOLE 110 SHEET 1 OF 2 LOCATION: SEe FIGURE 2 BORING DATE: June 13. 2005 DATUM: SAMPLER HAMMER. 63.5kg: DROP, 760mm PENETRATION TEST HAMMER, 6J.5kg; DROP, 760mm a SOIL PROFilE SAMPLES DYNAMIC PENETRA liON \ HYDRAULIC CONDUCTIVITY, I w 0 z RESISTANCE, BlOWSlm k, cmls ~" ~~ ~ 9 ~. INST ALlA TlON " 0 Uw w ~ ~ ~ 20 '" '" '" 10' '0' 10' '0' 01;; AND oo~ ~ ~ w w e "w GROUNDWATER ~" " 'LEV > "w DESCRIPTION ~ - m ~ j? SHEAR STRENGTH natV + Q-e WATER CONTENT PERCENT 0" ~~ z ~ > w remV.@ u- 0 OBSERVATIONS w '" DEPTH 0 " ~ CU,kPa eW ~'l g w Wpl 'Wl 0 0 (m) z m " m ~ 20 '" '" 90 '0 20 30 '" 0 GROUND SURFACE 93.10 ASPHAlT (60 mm) 006 .3 Cold Patd1 Brown sand and gravel (GRANUlAR 92.90 , AS . 0 BASE) 030 Brown sand. some gravel, trace silt, occasional cobble (GRANUlAR 92.38 SUBBASE) 0_72 loose dal1o: brown sandy silt, trace gravel Bentonile Seal , (FilL) 2 " 7 0 DO .2 ~ 91.73 Loose brown sandy sin, some clay (FILL) 137 ~ 3 " a 0 DO , ~ 90.91 ., Very soft to soft brown CLAYEY SilT. 2.13 i- some sand, ocasional fine sand partings 4 " 2 0 DO - ~ , - 90 5 " 2 DO - . 89.06 Very soft to firm brown to grey Sll TV 404 6. ~ CLAY, some sand w ~ , 0 - ~ ~ < ~ , " . . 4 0 a. DO 5 ~ i - ~ ~ .. 0'; ~ , u . o " ~ loose Cuttings 4 fOxl verlU " 7 " 2 0 DO , B6 II - a " , 00 l- . - 65 84.49 Soft grey SilTY CLAY, some sand,trace 6.61 gravel (Till-liKE) l- . .' ~ .. 9 '" , 0 DO I- " - CONTINUED NEXT PAGE -- DEPTH SCAlE ~ LOGGED: RHe 1 :50 CHECKED: " I I I I 1 I I I I I I I I I " a o z 9 ~ a " . ~ . " ~ w > . . o N I I . I ~ o . r m 9 I' I I I I I I I I I I I I ~ I ~ ~ ~ ~ ~ . I < ~ ~ ~ ~ ~ I a 0 z 9 . a " PROJECT: 05-1181.205 lOCATION: SEE FIGURE 2 SAMPLER HAMMER, 63.5kg; DROP, 760mm RECORD OF BOREHOLE 110 SHEET 2 OF 2 DATUM: PENETRATION TEST HAMMER, 63.5kg; DROP, 760mm l30RING DATE: June 13, 2005 w :10 Uw 0. ~~ ~w ~> w a 8 ~ Iii > Cl Z ~ m SOIL PROFILE SAMPlES ~ E ~ a ~ ~ no ~ ~ ELEV w w ~ DESCRIPTION < m ~ ~ w ~ DEPTH > ~ ~ ~ w (m' z ~ ~ m 0 - CONTINUED FROM PREVIOUS PAGE - 82.97 83 Compadgrey SILTY SAND, some clay, .' 10.13 trace gravel .' f- 10 " 10 .' 00 i- .2 DYNAMIC PENETRATION \. HYDRAULIC CONDUCTIVITY, I RESISTANCE, BlOW$lm k, cmIs ~Cl INSTALlATION <z 20 '" 60 60 '0' 10" 10' 10' 5~ AND SHEAR STRENGTH nalV. + Q, . WATER CONTENT PERCENT g~ GROUNDWATER Cu,kPa remV.$ u~ 0 am OBSERVATIONS Wpl eW '''' <~ 20 '" 60 80 10 20 30 40 ~ '" loose Cuttings ~ " r " . ~ . ~ g. . < ~ I ~ ~ ~ w z . ~ ~ ~ . g ~ ~ Loose grey GRAVEllY SAND, trace sit '":'B~ ~~ ;~ -a" .B, rt ?:t. 81.<< . . 11.66 '. '. . . .. , ., . . i- .' , " Silica Sand .. . 11 00 7 Fitter '. , i- "'92 60 13.18 C.... r " Very dense grey SilTY SAND, trace gravel, zones of sandy sit i- " 12 ~ 56 o ,. 78.93 14.17 79 END OF BOREHOLE Groundwater first encounlered duling drilling ata deplhol 2.7m,Jme13105 " BOfehoIe caved to a depth of 12.5 m upon completion of drilling, June 13105 " Water level measured in open portion of borehole at a depth of 7.-4 m upon completion of drilling, June 13105 Water level measured in standpipe at a depth of 2.70 m, July 1105 " " " I " e w ~ . w > . I 0 - " , . ~ .~es w DEPTH SCALE ~ LOGGED: RHC I m z '50 CHECKED: 9 I 8 ~ ;j , , PROJECT: 05-1181~205 RECORD OF BOREHOLE 111 SHEET 1 OF 1 LOCATION: SEE FIGURE 2 BORING DATE: June 15, 2004 DATUM: SAMPLER HAMMER, 63.5ltg; DROP, 760mm PENETRATION TEST HAMMER. 63,Skg; DROP, 760mm " SOIL PROfiLE SAMPLES DYNAMIC PENETRATION \, HYDRAULIC CONDUCTIVITY, I w " RESISTANCE. BlOWSlm k,cmJs ~~ ~ I ~ <z INSTALlATION <w ~ ~ Uw w 9 '" F 20 40 60 80 10' 10' to' 10] 5~ AND woc " ~ ~ I~ " ~ W W ~w GROUNDWATER ~w DESCRIPTION < '" ~ SHEAR STRENGTH natV. + Q.. WATER CONTENT PERCENT O~ ~. Z ~ " ~ "I Cu, kPa remV$U-O ~~ OBSERVATIONS w ii' DEPTH => ~ w OW " i6 '" <m, z Wpl '''' ~ w 20 40 60 80 10 20 30 40 f- , GROUND SURFACE 92.77 oc TOPSOil (Fill) 0.00 w 0 ~ I ~~ _~ ~ana, some gravel, 0.13 0 < g' occaSiOnal cobble (FILL) oc < ~ j 0 ~ 0 ~ 92 ~ ~ 91.85 z " , 0 .; Darlt brown sandy slit, trace day, trace 0.92 I- 0 . E organics (Fill) 1 50 ... . 00 0 - I- 0 91.37 ~ Brown dayey silt, some sand (Fill) END OF BOREHOlE 1.50 , , . , , , . . " DEPTH SCAlE ~es LOGGEO' RHC 1 :50 CHECKED: " I I I I I I I I I I I I I ~ o ~ . < ~ 8 ~ I ~ o o g oc 9 o I ~ o . ~ oc w > . ~ I . o . I . Z 9 I I ~ ~ " o " ~ o ~ . ~ ~ ~ . , b o ~ " ~ Q " o , , PROJECT: 05-1181-205 RECORD OF BOREHOLE 112 SHEET 1 OF 2 LOCATION: SEE FIGURE 2 BORING DATE: June 13, 2005 DATUM: SAMPLER HAMMER, 6J.5kg: DROP, 760mm PENETRATION TEST HAMMER, 63.5II;g; DROP, 760mm 0 SOIL PROFILE SAM PLES DYNAMIC PENETRATION \ HYDRAULIC CONDUCTIVITY, I ~ 0 RESISTANCE, SLOWSI'm k, ani, "0 ~m I t5 z <z INSTALLATION " E 0 20 '"' '" '" 10' 10' 10" 10-> a~ m~ '" " ~ M !i AND I~ \1 ~ ~ w w Q > ~w GROUNDWATER ~w DESCRIPTION < ~ ~ ~ w SHEAR STRENGTH natV + a-. WATER CONTENT PERCENT o~ OBSERVATIONS ~'" ~ '" > " CU,kPa remV.$ U~ 0 Q~ ~ ~ DEPTH " ~ w OW <~ ~ (m) z " Wpl '''' ~ m m 20 40 '" 80 10 20 '" '"' , GROUND SURFACE 93.66 ASPHAlT (70 mm) 00 Brown sand and gravel (GRANUlAR 0.21 BASE) 1 '" 0 Dark brown silty sand, ltaee !1lIvel. trace 93.37 brick fragments (GRANUlAR 0.49 SUBBASE) Brown silty fine sand (Fill) 92872A " 93 M , loose brown sandy sit, some clay (FILL) 0,99 28 00 . 0 - 9249 Soft brown clayey silt. some sand, trace 1.37_ gravel (FilL) 3 " 3 0 00 92 , - 9',73 Very loose to loose brown SANDY SilT. 2.13 some day . " . 0 00 - .~ 91 , Very soft to soft:browflCLAYEY SILT, 2.90 some sand, occasional fine sand partings 5 " , ) 00 90 + , 1{Il ~ w i 0 0 - < ~ . ~ E " . . 2 0 . 00 '" MH . ~ . Q - ~ . ~ ,; Q E ~ E ~ . 88.30 " 0 ~ Very soft to soft grey SILTY CLAY, some 5.56 sa"" + 56 . , " , 0 00 - <.I vertU ., , 8 " 3 .. 00 . " 85 . ~ &4.56 9A Soft gfey SILTY CLAY, some sand, trace 9.30 " 2 C gravel (TILL-LIKE) .' 9. 00 .' .' .. '" -- CONTINUED NEXT PAGE ~ DEPTH SCALE .~ lOGGED: RHe 1 :50 CHECKED: " I I I I I I I I I I I I I I I " ~ o m ~ ~ w > . . o N ~ I I . o m I m z 9 I 8 ~ ~ ~ ~ ~ ~ ~ ~ ~ , Ii o z g " o a ~ o w ~ " w > ~ ~ ~ ~ ~ w x . z g , PROJECT: 0$-1181-205 RECORD OF BOREHOLE 112 SHEET 2 OF 2 LOCATION: SEE FIGURE 2 BORING DATE: June 13. 2005 DATUM: SAMPLER HAMMER, 63.5kg; DROP, 760mm PENETRATION TEST HAMMER, S3.5kg; DROP, 760mm 8 SOIL PROFILE SAMPLES DYNAMIC PENETRA. TION \ HYDRAULIC CONDUCTIVITY, I "l z RESISTANCE, BlOWSlm k.anls ~" INSTALLATION " ~ <Z <w ~ 9 ~ 0 20 '" 60 60 10' 10' 10' 10" Ze Ow w " AND w" ,. " 0", ,,~ ~ ElEV w w ~ ~ E~ GRQUNOWA TER ~!l! " DESCRIPTION < ~ m ~ ~ w SHEAR STRENGTH "~v + Q-e WATER CONTENT PERCENT 0 OBSERVATIONS Z ~ ,. ~ ~ CU,kPa rem V $ u- 0 Q~ w i'5 < ~ w eW 0 " 1m) Z 9 Wp' '1M ~ ~ ~ w 20 '" 60 60 10 20 30 CONTINUED FROM PREVfOUS PAGE " 8373 Loose grey SilTY SAND and GRAVEL 1013 Groundwater first . ,~ encountered during dlilling at a depth of 3.2 m, June 13105 " - Borehole caved to a " 10~ 6 8J depth of 5.6 m upon " " " completion of drilling, - June 13105 " " Water level measured w , " in open portion of 0 ~ i! 82.20 borehofe at a depth of . " . Dense grey fine SAND, some silt, trace '. 11.66 3.8 m upon completion ~ E gravel .2 of drilling, June 13105 . .... 0 w " ~ ~ " c .~~- . ~ w - ~ ~ '. >..-': 11 " 37 0 ~ 1 00 '. - g" ~~..-" ~ '- ~~."," ., " .. '- .. ~ ''!. :~~. .."y. - .~: - " BO C I- " 12 00 36 "," 79.69 ". END OF BOREHOlE 14.17 ~ " ~ " H " " '" DEPTH SCAlE .~ lOGGED: RHe 1:50 CHECKED: I' I I I I I I I I I I I I I I I I I I 8 . ~ ;j '. PROJECT: 05-1181-205 RECORD OF BOREHOLE 113 SHEET 1 OF 1 LOCATION: SEE FIGURE 2 BORING DATE: June 15, 2004 DATU"': SAMPLER HAMMER, 63.Skg: DROP, 760mm PENETRATION TEST HAMMER, 63.5kg; DROP, 760mm '" SOIL PROFILE SAMPLES DYNAMIC PENETRATION \ HYDRAULIC CONDUCTIVITY, I ~ '" RESISTANCE, BlOWSlm k,cmls ~~ r , Ii INST AlLA liON ()~ " w 0 ~ " 20 .., 60 eo 10' 10' W 10" l5fii AND oo~ " " ~ I" '" . ELEV w w ,W GROUNDWATER ~ m . SHEAR STRENGTH llalV + a-. WATER CONTENT PERCENT -, ,w Z DESCRIPTION " > w ~~ OBSERVATIONS ." " Co.""" rem V $ u- 0 w '" ~ DEPTH ~ , w OW 0 g , (m) z Wpl 'WI 00 20 .., 60 60 10 20 30 .., , GROUND SURFACE 9206 ~ TOPSOIL 0.00 92 ~ 9181 ~ ~ < Brown CLAyEY SILT. some sand 0.25 ~ < ~ i 0 . ~ o . ~ ~ z ~ , ~ 0 91 ~ E - . 0 - " " 1 ~ 9056 00 END OF BOREHOLE 1,50 , , . , l- . I- , l- . , " DEPTH SCAlE .~es LOGGED: RHC 1 :50 CHECKED: I' I I I I I I I I I I I I I , ~ . . ~ ~ ~ ~ , o o z 9 . 9 o i1 o 00 , . w > . ~ o ~ ro I I I I ~ o 00 I m z 9 I 8 ~ N ~ ~ o ~ ~ g ~ , " RECORD OF BOREHOLE 114 PROJECT: 05-1181-205 SHEET 1 OF 2 loeA liON: SeE FIGURE 2 BORING DATE: June 13, 2005 DATUM: SAMPLER HAMMER, 6J.5kg; DROP, 760mm PENETRATION TEST HAMMER, 6J.5kg; DROP, 760mm 8 SOIL PROFILE SAMPLES DYNAMIC PENETRA liON \ HYDRAULIC CONDUCTIVITY, I w z RESISTANCE. BLOWSlm k,onfs "" ~0 I ~ ~~ INSTALLATION ~ E 0 10" 10' 10' 10' Uw w 9 ~ N ~ 20 40 60 eo o~ AND 0~ :> I~ ~ ELEV w w ~ > E~ GROUNDWATER " ~ m ~ SHEAR STRENGTH nalV. + Q-e WATER CONTENT PERCENT ~w z DESCRIPTION . ~ w 0.. OBSERVATIONS ~. !;: DEPTH ~ CU,kPa remV.lB U- 0 w ir 0 0 w eW ~~ a ~ ~ (m} z " Wpl (WI ~ m 00 20 40 60 '0 10 20 3<l 40 " GROUND SURFACE 9435 ASPHALT 0 """ 0.07 1 " 0 Silica Sand Brown sand and gravel (GRANULAR BASEl 0.25 94 Brown sand, some gravel, some silty, 9381 occaslonal cobble (GRANUlAR 0,54 SUBBASE) Loose dark brown sandy silt, trace day " I- 1 (Fill) 2 DO 7 9296 " Soft to firm brown clayey silt, some sand, 1.37 trace gravel (Fill) 3 " 3 0 DO f- , - f- 92 4 " , 0 DO 91.45 f- ~ , Soft brown CLAYEY SILT, some sand 2,90 ~ l- S " 3 0 DO 91 I- 90,31 loose Cuttings . Very soft to son brown to grey SIL TV 404 ~ CLAY, trace sand w 90 o . 0 < I- ~ < p , " 1 0 "" ~ w DO , o' I- ~ ~ 3 ~ ~ , 89 g ;: ~ ED . - 7 " 2 DO sa - f+---, prox_1 lIertU , ED 67 w , " 3 0 DO . sa Bentonite Seal 8574 Loose grey SiLTY SAND. some clay, 8_61 some gravel ",>' ~ , .'). 00 I- " 9 .5 0' 9 DO 0, ,0 l- . , " 0' , " -- CONTINUED NEXT PAGE ... DEPTH SCAlE .~es lOGGED: RHG 150 CHECKED .' I I I I I I I I I I I I I I ~ a o z 9 ~ D " ~ o w ~ ~ w > ~ w o N W I I 8 w . m Z 9 I I 8 ~ ~ ~ o ~ ~ g 8 ~ Ii " z 9 . o " ~ ~ 00 ~ ~ w > " . o N . :;; o . . 00 z 9 " RECORD OF BOREHOLE 114 PROJECT: lJ5.1181-205 SHEET 2 OF 2 LOCA nON: SEE FIGURE 2 BORING DATE: June 13, 2005 DATUM: SAMPLER HAMMER, 63.Skg; DROP, 760mm PENETRATION TEST HAMMER, 63.5kg; OROP, 760mm [5 SOIL PROFilE SAMPLES DYNAMIC PENETRATION \ HYDRAULIC CONDUCTIVITY, I w RESISTANCE, BLOWSlm k,cmls "\1 " I a INSTALLATION <00 b ~- uw tu ~ ~ 20 40 60 90 10' 10' 10' 10" o~ ANO .~ :> " ~ ~ .~ " ~ ~ w w ~ ~w GROUNDWATER m ~ SHEAR STRENGTH nalV + Q-e WATER CONTENT PERCENT -~ ~w DESCRIPTION ~ ~ w a OBSERVATIONS ~. z DEPTH . ~ " CU,kPa remV.$ U-O ~~ w ir 0 0 w Wpl OW 'WI 0 ~ (m} z " ~ m 00 20 40 60 80 10 20 3<l 40 f- '" CONTINUED fROM PREVIOUS PAGE 84" Silica Sand Loose grey SIL TV SAND aI1d GRAVEL - .' 101 FMter 84 f- f- " 10 ~ , 0 I-- ~ B3 w ~ G ~ 0 < . ~ < Very dense grey SIL TV SAND, some . 11.66 n gravel. trace clay (TILL) ~ " G. ~ ~ ~ . f- C.", Z ::;)cj B1.95 11A ~'" S02 ~ . Very dense medium SAND, trace gravel 12.40 ~ g ;: ~~(: 0 ~ ."::. ~ " '" r Hard grey CLAYEY SILT, trace sand, 13.18 trace gravel (TILL) B1 I-- f- .. 12 " 53 &- -i "" DO BO,la END OF BOREHOLE '''.17 GroundYiaterfirst encountered during drilling at a depth or 4.0 m. June 13105 " Borehole caved to a depth of 10.2 m upon completion of drilling, June 13105 Water level measured in open portjoo of borehole at a depth of " 6.6 m upon completion of drilling. June 13/05 Water level measured in standpipe at a depth of2.98m. July 1105 " " " " OEPTH SCALE .~es LOGGED' RHe 1 :50 CHECKED: I' I I I I I I I I I I I I I I I I I 1 8 ~ ~ " PROJECT: 05--1181.205 RECORD OF BOREHOLE 115 SHEET 1 OF 1 LOCATION: SEE FIGURE 2 BORING DATE: June 15. 2004 DATUM: SAMPLER HAMMER, 63.5kg; DROP, 760mm PENETRATION TEST HAMMER, 63.5kg; DROP, 760mm 8 SOIL PROFILE SAMPLES DYNAMIC PENETRA TtON \ HYDRAULIC CONDUCTIVITY, I w RESISTANCE, BLOWSIm k. cmls "" " I /; ~z INSTALLATION ~oo ~ b Uw w ~ ~ 20 40 60 80 10' 10-' 10' 10' ~~ AND oo~ :> " I~ ~ ELEV w w > ~w GROUNDWATER ~w " DESCRIPTION ~ DEPTH .. ~ ~ SHEAR STRENGTH natv. + Q-. WATER CONTENT PERCENT a~ OBSERVATIONS ~. z . ~ CU,kPa rem V $ u- 0 ~~ w ir . ~ w Wpl eW 'WI a ~ ~ (m} z ~ 00 20 40 60 90 10 20 30 40 f- " GROUND SURFACe 93.93 ~ TOPSOil ~ w 0 e 0 ~ 93," < ~ . Brown CLAYEY SilT. some sand 0.35 ~ E . ~ w a ~ ~ 00 93 f- , ~ ~ E < 1 " MH 0 - DO , - ~ 92.43 END OF BOREHOLE 15 f- , f- , f- . f- ' f- . f- , C . . " DEPTH SCALE <I~r:tes lOGGEO- RHe 150 CHECKED: I' 1 1 1 I 1 1 I I 1 I 1 I I ~ o ~ < ~ ~ < a ~ , I ~ a o Z 9 ~ 9 o I " ~ o 00 ~ ~ w > ~ ~ ~ ~ ~ 00 I m z 9 I I I' PROJECT: 05-1181-205 LOCATION: SEE FIGURE 2 SAMPLER HAMMER, 63.5kg; DROP, 760mm I 1 1 1 I I 1 1 w jf3 oo~ ~~ ~w ~. w a f- , f- , a o or ~ w :> " z ir o m SOIL PROFILE DESCRIPTION GROUND SURFACE Brown sand and gravel (GRANUlAR BASE) Brown sand, some gravel, trace silt (GRANULAR SUBBASE) Soft to firm brown to daril. brown clayey silt, some sand, trace gravel (FilL) Soft to firm brown CLAYEY SILT, some sand 0:: Soft 10 firm grey SilTY CLAY, some ~ t! sand, trace gravel ~ ~ ~ . ~ .l ooo ~ ~ ~ : 5 :lj::i ~ , g :: ~ 1 I 1 I 1 8 ~ ~ ~ ~ ~ . ~ < o 8 . , ~ o o z o " 15... 9 iJ I I I ~ o . ~ ~ w > ~ . o N . I 1i 00 ~ m Z 9 I '" DEPTH SCAlE 150 Very dense grey Sit TY SAND, some day. some gravel. zones of sandy sill (Till) END OF BOREHOLE -- CONTINUED NEXT PAGE .- RECORD OF BOREHOLE SAMPLES ~ o " ~ ELEV ~ DEPTH e: (m) 00 ~ ~ w w ~ ~ ~ ~ o ~ 0 z " m 94.45 000 94.22 0.23 1 ASt_ 93.75 a.lOr-- 2 ~ 3 I- I- 3 ~ 5 I- 9232 2_13_ ..: .. I- ~ 5 ~.. I- 90.41 4,04 6 ~ 4 - 7 ;, 4 I-- "'" 7.62 a ;, 68 - - 9: 87 8-4.65 960 BORING DATE: June 7. 2005 z a " ~ ~ w DYNAMIC PENETRATION RESISTANCE, BLQWSim 20 40 SHEAR STRENGTH nat V + a - . CU,kPa remV.$ u- 0 60 20 40 94 93 92 91 90 Il9 as f---, ptOJ(. I vert U B7 86 85 .~es 60 116 SHEET 1 OF 2 DATUM: PENETRATION TEST HAMMER, 63.5kg; DROP, 760mm \ '0 HYDRAULIC CONDUCTIVITY, <on!. 10' 10.> 10' 80 WATER CONTENT PERCENT Wpl OW 11M 10 20 30 4(J o o o o o o o o 10.' I "" ~z 5~ E~ a ~~ INSTALLATION AND GROUNDWATER OBSERVATIONS " Bentonite Seal -4 "H loose Cuttings and Bentonite Mixture o Bentonite Seal " " " Silica Sand Filter lOGGED: RHC CHECKEO. I 8 ~ " PROJECT: 05-11B1-205 RECORD OF BOREHOLE 116 SHEET 2 OF 2 LOCA liON: SEE FIGURE 2 BORING DATE: June 7, 2005 DATUM: SAMPLER HAMMER, 63.5kg; DROP, 760nvn PENETRATION TEST HAMMER, 63.5kg; DROP, 760mm g SOil PROFILE SAMPLES DYNAMIC PENETRATION \ HYDRAULIC CONOUCTfVlTY, I ~oo z RE~STANCE.BlO~ k,ClTVS "" ~ 9 ~z INSTALLATION ~ E 0 60 60 10' 10" 10' 10'] ~~ Uw w ~ 20 40 AND oo~ ~ ~ N ~~ ~ ELEV w w ~ natV + Q.. ~w GRQUNDWA TER ~w " ~ m ~ SHEAR STRENGTH WATER CONTENT PERCENT -~ DESCRIPTION w a, OBSERVATIONS ~~ z . > " CI.I.kPa !'9IT1V_lB u- 0 am w i5 DEPTH ~ ~ w eW ~~ a ~ (m} z g Wpl 'WI m ~ m 00 20 40 60 60 10 20 30 <0 CONTI~UEO fROM PREVIOUS PAGE- " Groond\.yaterfirst encountered during drilling at a depth of 4.0 m, June 7105 Water level measured in open portion of " borehole at a depth Of 3.7 m upon completion of drilling, June 7/05 Water level measured in standpipe at a depth of 3.00 m, July 1105 " " .. " " " .. " " DEPTH SCALE .~es LOGGED RHe 1 :50 CHECKED: I' I I 1 1 1 I 1 1 I I 1 I 1 ~ o ~ ~ ~ 2i ~ ~ ~ a o z g ~ g G 2 G 00 ~ oc w > ~ ~ ~ ~ ~ 00 or m ~ I I I 1 I' 1 8 ~ ~ ~ o ~ ~ < ~ < o 8 " , 5 ~ z 9 ~ " iJ PROJECT: 05-1181-205 RECORD OF BOREHOLE 117 SHEET 1 OF 1 lOCATION: SEE fiGURE 2 BORING DATE: June 15. 2004 DATUM: SAMPLER HAMMER, 63.5kg: DROP. 760mm PENETRATION TEST HAMMER, 63.5kg; DROP. 760mm " SOIL PROFILE SAMPlES DYNAMIC PENETRA lION \ HYDRAULIC CONDUCTIVITY, I "i 0 z RESISTANCE, BLQWSJrn k,aM "" I ~ ~Z INSTALlJIoTION ~oo ~ 9 a 20 40 eo 90 10' 10" 10' 10' 5~ Uw w ~ ~ AND oo~ :> I~ " ~ ELEV w w ~ "atV. + Q.. E~ GROUNDWATER ~ m ~ $HEAR STRENGTH WATER CONTENT PERCENT ~w Z DESCR!PTlON . ~ "i a OBSERVATIONS ~. !;: DEPTH CU,kPa remV.$ u- 0 am w ~ => w Wp' OW (WI ~~ a ~ (m} z ~ 00 20 40 60 eo 10 20 '0 40 0 -.-.. E ~ Brown crushed granufar 0,00 w g i Dar1r: brown sandy silt, some day. trace 0.20 1 " < DO . < metal, occasional cobble (Fill) _ 94 ~ . 93.86 0 . Brown CLAYEY SILT. some sand 0.60 ~ 0 ~ ~ . , ~ .; , u . 0 ~ 92,96 93 END OF BOREHOLE 1.50 , , . I- , I- , ; , , '" DEPTH SCALE ~es LOGGED RHC 150 CHECKED- I I 1 1 I 1 I I I I 1 I 1 I 1 ~ o 00 ~ . w > . . ~ . ~ o 00 r m z 9 1 I 1 1 I I .1 1 1 I 1 I I 1 I 1 I I I 1 1 " \ ~ _u 1!d '/l .,.,.<;;\ \ <;/ \ l. .--:;;;{'.... .............-- ~.e~C..:~---'"'..""^' /~~-' ~~'-'-''' -.>,--"'- Rom; '\ S1 'l!. , " ~ " '/I. '^'S'~ '/I..... '/I. z. .,.,.'"'c 1 \ 9</1 ji 4l. '/l .L..... _.. ,~s\ ~O\1l'''' . aarlnglon . ~..,..... . . ~..~ . '" If! '" tf) /~~ ("..'fI ~ _~_'-_.-'- ~tt~ " 44lk-_-::>~::-:::~::::<::- ~ '" _~~::::uc:....-.--- ~~ ~""" ./---?~~ SU"'"'lll"" ..~c::> ____~~--'---ri ';'\ -I' _._~411 _/. i ' ~~~/ i) .. ~ KEY PLAN Newcastle, Ontario Newc.sde ...... I SITE ~ 'f~I'C~ ,fd.-..d Park E_S1W ~ i. >'...~. .; ~~ ___c-~ ..~~ ."",c, _yo -t. ...,...... \I' =,.>_f""'~ Co . ht tQUOOtMfcrOSOn: Co .. andfor its su Iiers_ All his reserved Date Auaust 2005 Project 05-1181-205 ~ 'i" 1f. w \ ","~.a; ~ 1f. -- Memo",,1 hrk \ 'Il '" gl:"€ ..... c.~' ....",.,..,.". ,,~. .." ,or#''<1- !4it 81 '$> Golder Associates FIGURE 1 ,I = -0 j ~ 1:- \. .....1>' !tl-~.... ~S' 1, \ 1-.J> <;/ 1>>'"'" S' ~~e\j \ ') <i1 ~ . '9 Drawn JLJ Checked (<""'''PI,,,) NOI1"""S3^NI SnO(,\3"d -+ NVld N( NOI1"OOl 3l0H'"08 MOllVhS ~~ Nlnd NI NOI1"OO' 310H3"08 d330 ~ ''i 2_5 0 2.5 30 0 30 =""""""" === I I I I I I I I I ~ ~ . ~ , ~ 0 I 0 N .: > 0 ~ I ~ ~ ~ ~ I . ~ ;;: ~ . I g " 0 Z ~ I ~ 0 '" ~ 0 " . 0 I 0 , ~ g , ;;; I , ~ 0 / ~ g , ~ I , ~ 0 / ~ ;0 ~ 0 I g / ~ U / . . I ~ ~ i a o Zo ZlD 00 f-+ <(- f- en : i ! i ----I-------t---.---... .' I,:~I ".'---l=-.." ",. , : ,-1_ _ _ t a Ii iii i,C----j,--rr- : i l i---------t---.,.- 'f : 1:) ~: t ( i i ---f" I . r ! ~ , . -~-- r- i - --1 _n__~ , 1 .l. __~ . . 8 W ~ "It ..J ~ W -I/) 0::: lLW Ii ::l 0- 0; 0:::1- ~ e" .; I!! a.::i z ~ lL iii o:::i= O! ~ '~ W::l ~ ~ " 3:e" ~ ~o; , E ~~g Wz ~ ~ "'~ '" 1/)- , > €U)Q31: >1- ~ 6~~O o:::!!! " -2(/}11i ~ . ol-'E;:l <(>< I~~~! a~1U5 I-W .- I'U ~ ~.~-O 3: -0 a::cwa> Zl- '" _Z f/J- ~~ .. I!! iii o- f! w:::E ~ 1/)- .<= 0>< 0 0.0 00:: 0:::0. a. ~ ~ I i-I~ I ' , ' I j i 1 I I . .1-. . .... I ( . .. I 1 iUZ'lll: 'liwr--, ! - ~-"-" I ! i 00 .. -j- I 1ii oS~~ I '0 I 0 '" i i 00 , i <( .. .1-" .[ I :g 1 ! IT :0 I 0 r I ! 00 qsvn i I E ! Iii i i '" ~ w ~ 0 '0 Z >- >- W .0 T 0:: " w ~ LL " " w e 0:: lL < ,. 0.., I a Ii iii . . ~ I ~ I I I I I I I I I g , ~ . w I ~ ~ ~ 0 > , I I I ~ . ~ , ~ ~ I ~ ~ ~ " ~ 0 I m , ~ . e I " 0 .. 0 0 N 0 ~ ~ I 8 , " 0 N , 0; I ~ " 0 / . 0 N , ~ I ~ " 0 / 0; ;0 . 0 I 0 N / ~ U / i j;! I - ~ , e 0 o Zo Z~ 01') 1-+ <(..... I- rJ) . ! i I -.T~-. ;I ~ Sf Ii 8 I . _~_r-l__ l; 12 ) i n ----i--- --".- .-..- ~- --l I ' j-+ i I I I_ I i r--- , I t----- --- I ! nr----l-- '____1_ -~~t -j- ---~~-j i I , , , ----...-~--------~-~.j . I ' : t-- -, -n-1 ! i 1 i -- - --------r--- 1---- ~-.--.--_.- ..-....-- .-------;.... Ii, : Iii i -t-=~=r-=L=--=- -=--+-----j 1lll'HI i-R~.t-m_- , (- I J --- ----t----- !--- --;----i -f ~~ I =--I-~I- Ii~-~ ,----+- E:zZ I :j!o< , , .,.p'" 'j ___~ L _,_ - ,_"- _< I _+_ ! i --or 1 I ! 1 I -+.-t---i-T--l-- i ' I I I I 'I < I I I I I I ' t i I j -+- 1, -i-~--~--- , ~5~ _L~~'_ 'il 1 ~ I -1 -q-sYi> ;- ! i --;" --1------: 0 -1-------J " I ---~ T "I , I , 1 ___1-_ I T I "' 1:i i ~:-- T I , <<. , "- Il. I . ;I :I Sf Ii 8 . . Q . ;; ~ In C 3 'C e" E ~~g -E~Q)~ ~-"~o DC_ - 2(()4i 01-"2:;:::; 6 ~a1; '-.. ~" ~~"b:: 0::: cw Q) .. .Z Q)- ~ In -5 5 .c o t; ~ ~ W ...J -II) ILW 0- 0:1- Q.::i o:i= W:J ~C) Wz (1)- )-1- o:~ c(X I-W -0 Zl- :;~ c- w:i (1)- OX Q.O 00: 0:Q. Q. ~ II) W o Z w It: w II. W It: 8 ~ II) . W ~ 0: iii :J ~ C) , u:: z ~ ~ " . ~ ~ , ~ ~ ~ > . 0 , , ~ Z ~ ~ ~ 3 ~ ~ d. ~ U II:: ;. ~ ? i.' 00 2 .. '" o 00 o '" :g 15 o I o E (jj c ~ :: o ... >- -" 'C ~ 'C " e a. , I I I I I I I I I I I I I I I I I I I z <( J: .... ~ w z ii: .... z w ~ w a. Date Project GRAIN SIZE DISTRIBUTION FIGURE 6 TYPICAL GRANULAR SUBBASE SAMPLE Size of ~ening, inches U.S,S Sieve Size, mesheslinch r~r 1wrWW~34 8 16 ~ ~ ~ ~ 100 , i , I' , I! , , , Ii , 0.01 0.001 0.0001 '. 90 80 I, 70 i! ]1 60 50 'I 40 30 20 10 o 100 10 1 0.1 GRAIN SIZE, mm COBBLE SIZE coarse flne coarse medium fine GRAVEL SIZE SAND SIZE SilT AND CLAY LEGEND SYMBOL BOREHOLE SAMPLE # STATION OFFSET DEPTH (m) . 116 3+360 4.0 m East of ClL 0.5 -0.7 . 108 2+113 3.4 m South of C/L 0.2 - 0.4 . 105 1+222 1,6 m East of CIL 0.3- 0,5 July, 2005 05-1181-205 Golder Associates Drawn Checked AC I I I I GRAIN SIZE DISTRIBUTION FIGURE 7 SANDY SILT to SIL TV FINE SAND (FILL) Size of openin<;!. inches U.S.S Sieve Size. meshes/inch 6"4%"3" 1%" 1" %" %" %" 3 , , " 30 " 100 200 100 - ''"''- ----........ " " 90 r"-., '-. '0 '-'-.''- ",,- "' ", 0, 80 , , , " \ , " . 70 "\ .. .. z \ c :>:: 60 \ >- \ \ Ir \ .. w '. \ Z 5() "d ii: , >- i z W 40 , '. u I a: W 0.. 30 , .. '. 20 '. '" , \ 10 .. , -"' . '~- --._- '- 0 . 100 10 1 0,1 0.01 0.001 0.0001 GRAIN SIZE, mm COBBLE coarse fine 00"'. medium ". SIZE GRAVEL SIZE SANo SIZE SILT AND CLAY LEGEND SYMBOL BOREHOLE SAMPLE # STATION OFFSET DEPTH(m) . 111 1 3+098 6,2 m West 01 C/l 1,0-'-3 . 112 2A 3+189 1,9 m West DICtl 0,1 - 0,3 Date July, 2005 Drawn AC Project 05-1181-205 Golder Associates Checked , I I I I I I I I I I I I I I I 1 I I I I I GRAIN SIZE DISTRIBUTION FIGURE 8 CLAYEY SILT (FILL) Size of opeoing, inches U.S.S Sieve Size, meshesflOc:h 6" 4%"3" 1101." I" Yo" 1;" %" 3 . , " '" '" 190 200 100 '\" 90 " ~ , 80 " , '. 70 '. Z \ <( :z: 60 \ .. , '" \ w " Z 50 , il: '. ., .. '. Z ~ w 40 0 '-, '" W "' Go " 30 , " " "- " 20 , , " . 10 0 100 10 1 0.1 0.01 0.001 0.0001 GRAIN SIZE, mm COBBLEI coarse fine ""~e medium "oe SIZE GRAVEL SIZE SAND SIZE SILT AND CLAY LEGEND SYMBOL BOREHOLE SAMPLE # STATION OFFSET DEPTH(m) . 114 3 3+268 0.8 m East of Cfl 1.5-1.9 Date July, 2005 Drawn AC Project 05-1181-205 Golder Associates ChBCked > I I I I I I I I I I I I I I I I GRAIN SIZE DISTRIBUTION FIGURE 9 CLAYEY SILT Size of opening, inches U.S.S Sieve Size, meshesflflch 6" 4W 3" 1%" 1" Yo" Y.," "'" , 4 . " '" '" 100 200 100 ><t:- ,. t.-- ~ - -_.~ "'-- 90 ~a.. . , '. 80 \\ .. \', '. '. 70 \ \. "~ Z \\ <( \\', :I: 60 .... << w ..\ z 50 .' ;;: \\ .... '.... Z " W 40 " --- <J << .. . W -- ---~~', "- 30 "'-... "- '. --~-' .. '-,. ", -&.~'- .. ~ .. 20 . . . '. '. . 10 0 100 10 1 0.1 0.01 0.001 0.0001 GRAIN SIZE, mm COBBLE =". "e. coarne medium "e. SIZE GRAVEL SIZE SAND SIZE SILT AND CLAY LEGEND SYMBOL BOREHOLE SAMPLE # STATION OFFSET DEPTH(m) . 115 1 3+270 5,9 m West of C/L 1.1 -1.4 . 112 5 3+189 1.9 m West of C/l 3.1- 3,5 . 116 5 3+360 4,0 m Easl of C/L 3.1 - 3.5 Date July, 2005 Drawn AC Project 05-1181-205 Golder Associates Checked , I I I I I I I I I I I I I I I I I I I I I I I I GRAIN SIZE DISTRIBUTION FIGURE 10 SIL TV CLAY Size of opening. inches U,S.$ Sieve Slze, mesheslinch 6"414"3" 1:-:'" 1" "." :-:'"W , , , 18 30 '" 100 200 100 -...' -~"5"._' Ice: I '. ~~ 90 \ \ -',- " \ '\ \ , i , '"' 80 \ \ , \ \ , \ . , i 70 " " \ , Z " .....~ ...: '" .... J: 60 ...,..... .... a: .......... w " \ z 50 " \\ u:: " .... \\ z , . W 4Q . .", '. 0 a: --, w , ... " 30 "" '. - '. . 20 10 0 100 10 1 0.1 0.01 0.001 0.0001 GRAIN SIZE, mm COBBLE ""'~. fine coarse medium fine SIZE GRAVel SIZE SAND SIZE SilT AND CLAY LEGEND SYMBOL BOREHOLE SAMPLE # STATION OFFSET OEPTH(m) . 114 6 3+268 0.8 m East of CIl 4.6 - 5.0 . 101 6 1+018 1.0 m East of C/L 4,5 - 5.0 . 105 7 1+222 1.6 m East of ClL 6.0-6.5 Date July, 2005 Drawn AC Project 05-1181-205 Golder Associates Checked . I I I I I I I I I I I I I I GRAIN SIZE DISTRIBUTION FIGURE 11 SILT and SAND Size of Opening. inches U.S.S Sieve Size, meshesflfld'l 6" 4X" 3" 1%"1" Yo" W%" , , . " '" '" "'" 200 100 "'~, ~, 90 'e., " " .. , , 80 .. \ \ 70 \ z \., <( \ :>: 60 "- I- " It: " W \ Z 50 \ ii: \ I- , z \ w 40 \ U '<0 It: \ W \ ll. \ 30 . ',", .., 20 ., " .. " . 10 0 100 10 1 0,1 0.01 0.001 0,0001 GRAIN SIZE, mm COBBlE coarse '0. coarse medium '0. SIZE GRAVEL SIZE SAND SIZE SILT AND CLAY LEGEND SYMBOL BOREHOLE SAMPLE # STATION OFFSET DEPTH(m) . 107 8 1+326 lA m East of CIL 7,5 - 8,0 I Date July, 2005 Drawn AC Project 05-1181,205 Golder Associates Checked . I I I I I I I I I I I I I I I I I I I GRAIN SIZE DISTRIBUTION FIGURE 12 CLAYEY SILT TILL Size of opening, inches U.S-S Sieve Size, meshes1inch 6"4%'3" 1Y,' 1" t;.- :4' X' , 4 , 18 30 '" 100 700 100 ~ . -- -- -0-- . 90 , \ \ 80 \, \ 70 \ , \ " ;Z <( \ :I: 60 ~ I- 0:: '. " W , ;Z 50 '~, u: '\, I- ;Z \ w 40 0 \ 0:: w \ Q. 30 0, "- . 20 10 0 100 10 1 0.1 0.01 0.001 0.0001 GRAIN SIZE, mm COBBlEI eo,,,,,, 'oe coarse medium floe SlZE GRAVEL SIZE SANoSlze SILT AND ClAY LEGEND SYMBOL BOREHOLE SAMPLE # STATION OFFSET DEPTH(m) . 114 12 3+268 0.8 m East at CIL 13.7 - 14.2 Dale July, 2005 Drawn AC Project 05-1181-205 Golder Associates Checked I I I I I I I I I I I I I I I I I I . I I I I I I I I I I I I I I I I I I I May 2006 TABLE 1 05-1181-209 DARWin Pavement Design and Analysis System A Proprietary AASHTOWare Computer Software Product Flexible Structural Design Module Baldwin Street Reconstruction, From Edward Street to Highway 2 (King Street) Newcastle, Ontario Flexible Structural Design 80-kN ESALs Over Initial Performance Period Initial Serviceability Terminal Serviceability Reliability Level Overall Standard Deviation Roadbed Soil Resilient Modulus Stage Construction Calculated Design Structural Number 44,657 4.2 2 85% 0.44 15,000 kPa I 78mm Simple ESAL Calculation Performance Period (years) Two-Way Traffic (ADT) Number of Lanes in Design Direction Percent of All Trucks in Design Lane Percent Trucks in Design Direction Percent Heavy Trucks (of ADT) FHWA Class 5 or Greater Average Initial Truck Factor (ESALs/truck) Annual Truck Factor Growth Rate Annual Truck Volume Growth Rate Growth Total Calculated Cumulative ESALs 20 680 1 100% 50% 2% 0.74 2% 0% Compound 44,657 Specified Layer Design Struct Drain Coef. Coef. Thickness Width Calculated Laver Material DescriDtion (Ai) (Mi) rDi)(mm) 1IDl SN(mm) I New Asphalt Concrete 0.42 I 90 38 2 New Granular A 0.14 1 150 21 3 New Granular S, Type I 0.09 I 300 27 Total 540 86 Golde( Associates rr.l~ 'CO; :: ;~ ""'1"""'; -':" ':'r': >.'.., ',", ',,' --;'c' ""',-.. r,t, -,.: t I 'I' .. t:_<_,:,.:.. 'I' F:- _ t I ,.1 ~,t I ""',' oJ'+'._ ",. o ~ _., "" _;::_' J " ,"- '" .. "I .,.'.. -. :'-::, 4k 1 'I "~':',::, ~I ,. ~XI ~ANTINFORMATIONANO UlllTATION$OF~__, ~" BEST ~ .-_---____-_,-t"l~ 14> 0" .._rlll,. .iA.. "'~" .... "-", ..........:.:...,'...:..-...'., ..... . .,' ..... '. -. . .' -',,: '-',. ,.:' :",. , ~S~lIlORlHAJI!RICA, SOUTIfil..~"vlilJROPE, AFRICA. AStMNo~ --'11! ;. ,\- ,->i;,:B:;~,," <:<.,-' .,1,,- , '''1',;:, '.' , I I I I I I I I I I I I I I I I I I I I I IMPORTANT INFORMATION AND LIMITATIONS OF THIS REPORT II I 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. I I Basis and Use of the Report: lhis 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, I 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. I I I I 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. I I 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 canied out for design purposes. Contractors bidding on, or undertaking the worl<, 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. I I I 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. I I I Golder Associates Page 1 0[2 I I IMPORTANT INFORMATION AND LIMITATIONS OF THIS REPORT (cont'd) I 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 specificaUy 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 andlor 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. I I I 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 constructiOD. I I I 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. I I 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 confmn that they are consistent with the intent of Golder's report. I 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 intetpreting accurately the information encountered at the borehole locations, at the time of their initial determination or measurement during the preparation of the Report. I I I 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. I I I 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. I Golder Associates Page 2 of2 "I: r:' ,+ . :,.,,':' . ,_.i. '. 8i~ _ _" I t J ,". /t I ~t ~,I '1\' ~~- '" :1 ~zt"'",' ;,/ '. .~" j~~_::_-..'. ""1 :;:;:, ":- :;.'-r. "~I'" r~J. ~f ' :~:,:h'" , ;( - .':~:,:; ':1:' ',> .(~:t __,,'- i'7-~:_ ~: ~ ,~;-" ~1 APP.-'\JXII . ~ PREYIOU8~ j1. 'B$f ':-<-'---<-'~-:: , .' ,)<>0' ifIiihi-- - -<; t-~~_---".;> ~~~~SSN_~CA.SOtmI~I~~.~_~ ; -', --~. '- :-, .-\: ',>-;; ,'-' ':,- ': --, C,' - ' . -'-"- -' -'-.:' :;. ," , - - ,-' ,;':- .- _ ~..-_;~:.->:;- >.-~f'~;;;':::-[~:_-;:I,1i' . _,;'_"0.-';:,< ,_ ;,,::~,;.;>,-^:};;'-,~ -;./j':.: , . ,., C'il ,~....,;.lW", - --: '-',- .-: -_:~- ':, - , . '.;-' ~' . '...... , . I I I I I I I I I I I I I I I I I I I - ~ I I I I I I I 1 I I I I I I I . ~ ~ ~ ~ ;" I ~ i ~ a " I z 9 ~ 9 ~ ~ ~ II 0 00 x 1m g PROJECT: 031-181415 LOCATION: See FIQUl"El2 SAMPLER HAMMER. 63.5kg; DROP. 760mm w 5~ ~~ I~ ~w ~~ w o I- 0 I- , I- 2 I- , , I- " DEPTH SCALE 1:50 a \! tu . " z ir o m SOl. PROFIlE DESCRJPTlON GROUND SURFACE ASfIHAL T (80 mm) GRANUlAR BASE (100 mm) ASPHAlT GRANUlAR SUBBASE Loose brown sandy sit, some day (FILL) Firm brown CLAYEY SR.T. some sand Stiffbrown 10 grey SilTY CtAY, tra:e sand . . . E H f ~ , ~ Compact 10 very dense ~SILTY SAND, some clay, some gravel (TILL) END OF BOREHOlE RECORD OF BOREHOLE 1 SAAFlES ~ ~ ~ ~ w ~ I ~ ~ OEPT>< 0 ~ (ml z ~ .. 97.33 '" 02 2 '" - 96.87 0,40 - , " 7 DO 95,96 1.37_ 4 " , DO - 9520 2.1 SHEET 1 OF 1 BORf\IGOATE: Apri,10.2003 DAruM: GEODETIC PENETRATION TEST HAMMER, 63.5kg; DROP, 760rml 0YtWdIC PENETRATION \ HYORAl.l.IC COtO.JCTMTY, I is RESISTANCE, BlOWSJm ,am t1 INSTALlATION ~ 20 40 60 80 1'- 1'- 10' 10' g~ AND SHEAR STRENGTH natV. + Q.. WATER CONTENT PERCENT GROUNDWATER ~ CU,"" remV.$ U-O ~~ OBSERVATIONS Wpl eW ,,.. 20 40 60 80 0 30 40 o '7 v o - .. o 95 s " . DO l- I-- e " . DO 94 I- 8329 404 " I..- 7 " 13 0 DO I- 92 I..- 8 :;0511 90,0" DO .13 91 '.38 o ~ ~ o WafliJllevel measured in borehole at a depth d5.79mupon completion of dliIing, Api 10, 2003 Baehole caved to a depth 015.79 m upoo completion of ding, Api 10.2003 III)Golde \tir~~es LOGGED: CRS CHECKED: I PROJECT: 031.181415 RECORD OF BOREHOLE 2 SHEET 1 OF 1 LOCATION: See Figure 2 BORING DATE: Apri, 10, 2003 DATUM: GEODETIC SAMPLER HAMMER, 63.5kg; DROP. 760Iml PENETRATION TEST HAMMER, 63.5lq;J; DROP, 760rnm a SOIL PROFLE SAMl'LES DYNAMIC f'ENE1"RAT1QN \ HVDRAl.UC CONlXJCTMTY. I ~~ w a RESISTNCE, BLOWSIm ,""" ~~ ~ b ~ INSTALLATION Ii; ~ ~ ~ 20 40 60 60 ,a' ,a' ,a' 10. AND :> ~ ~ w ~ i E~ GROUNDWATER "ii; " DESCRIPTION ~ m SHEAR STRENGlli natV. + Q-. WATER CONTENT PERCENT Ii::> z DEPT>1 ~ iii Cu. kP8 remV.$ U.O ~~ OBSERVATIONS w ir ~ raW a a (ml z Wpl 'WI m m 20 40 60 '0 3<l 40 ~ 0 GROUND SURFACE 94,n ASPHAlT AS - 0 GRANlA.AR BASE 0.19 T 2 AS - 0 BroNn sandy "" some clay, lrace _IFILL) 94 ~ , , .. 10 P - 00 - 93,40 Compact to loose brown SANDY SILT, 1.37 - _.cIay 4 :. 7 93 4- f- , - , .. , 0 00 - 92 ~ , i . . ~ , .. 7 0 h 00 I · a ! 91 . 6073 , Firm waY SL TV CLAY, crace sand 4,04 - 7: 5 90 V . .. + .. . 8 ~ & 0 I- 87_91 .. END OF BOREHOlE ,.. .. + 7 WaIef level measured in open borehole at a depth cl1.78 m upon ~ofdriling. Api 10, 2003 Borehole caved to a . depItl of 5.84 m upon . lXlrfIPetiooof<tilling, Api 10. 2003 , " DEPTH SCALE <lG<ider LOGGED: DRS 1:50 ~es CHECKED: I 1 I I I I I I I I I I I I~ ~ . ~ . 10 ~ ~ o '" I~ 9 '" " " ,~ ~ 8 ~ I I~ I , PROJECT: 031-161415 RECORD OF BOREHOLE 3 SHEET 1 OF 1 lOCATION: See FIQUl"8 2 BORH3OAlE: Api. 10, 2003 OATIJM: GEODETIC SAMPLER HMlMER, 63.5kg; DROP.76Orml PENElRATlON lEST HAMMER, 63.5kQ; DROP, 7llOmm a SOIL PROFLE ......... 0YNAAtC PENETRATION \ HYllRAl.UC00I0JCTMTY, I ~~ w a RESISTANCE. BLOWSIm ,.... ~oo I b z INSTALLATION tu li a 20 40 eo eo 10' 10' 10' ur' AND :,:~ ~ ~ :> ~ I~ w ~ j:~ GROUNO'NATER "t;; " DESCRIPTION ~ m ~ ~ SHEAR STRENGTH nalV. + Q-. WATER CONTENT PERCENT Q, 1;:. z DEPTH ~ ~ CU."'" remV.. U- 0 !i!S OBSERVATIONS :'l ir eW a {ml z " WpO IWI m m 20 40 eo 1 20 30 40 0 GROUND SURFACE 94.eo Compact lD loose brown _ sand. 0,00 some silt, trace organics (FLl) .. ( 1 DO 12 - 94 I- 1 2 gg 6 0 I- 93.23 Firm brown CLAYEY SILT, sane sand 1.37f- 93 , .. , ( 00 2 - - 4 :. . 0 92 i ~ , .. - w < l s ., 4 0 J ~ 00 - ~ ., w ~ 4 90,56 Firm grey SILTY ClAY, trace sand, trace 4,04 gcavel (TLl-llKEI eo , ., S 0 00 ~ . eo + ~ , I- 7 .. S 0 DO ..,,, END OF BOREHOlE ',55 Water level measuJ'Bd in baehoIe at a depth cl5.79 mupon 7 COl'I1)IetionofmDing, Apri 10, 2003 SorehoIe caved to a deplh of 5.97 m upon completion of driling, Api 10, 2003 , - , '" OEPTli SCALE a~~es lOGGED: DRS 1:50 CHECKED: I I 1 I I I I I I I I I I I~ ~ ~ < o Ii ~ o " z Ii is " ~ " I~ o W I I; 9 1 , PROJECT: 031-161415 RECORD OF BOREHOLE 4 SHEET 1 OF 1 lOCATION: See Figure 2 BORING DATE: Aprt, 10, 2003 DAruM: GEODETlC SAMPLER HAMMER, 63.5kg; DROP, 760nwn PENETRATION TEST HAMMER, 63.5kg; DROP, 760mm a SOIl PRQFI..E SAI.FlES OYNI\t.4lC....."..T1ON \ HYDRAULIC CONOUCTMTY. I ~~ w 0 RESISTANCE, BlOWSJrn ,ani. " I ~ INSTAllATION <00 ~ ~ Ow w 0 ~ ~ ~ ZO 40 80 80 ,0' ,0' ,0' ,0' Q~ AND oo~ :> It r~ ELEV. w ~ ~ ~~ GROUNDWATER ~w " DESCRIPTION ~ m SHEAR STRENGTH natV. + Q-. WATER CONTENT PERCENT a, OBSERVATIONS ~~ z llEPT>< . /; ill CU,"" remV.$ U.O ~~ w ir 0 aW a z 0 Wpl IWI 0 ~ (ml " m 0 m ZO 80 80 '0 ZO 3<l 40 " GROUND SURFACE 93,85 GRANUlAR BASE 0,00 , AS 0 GRANUlAR SUBBASE 0.25 2 AS 0 93," loose brcmn sandy sit, trace clay (FILL) 0,53 I- " 1 , " 7 C DO I- 92,48 Loose brown SANOY $IL T, lrace clay U7 I- 4 " , 0 DO 92 , I- " l- s " s 0 00 I I- 91 , , E I- .~ . ~ . .. S 0 DO ! . L - D.. a , . 90 . Firm to stiff Qff!:j SILTYctAy, b'aoe ' ..04 sand, trace gravel (TILL-LlKE) - 7 " 4 DO .. S - , , - .. + -1>- .. , - - , " , 0 DO 87.30 END OF BOREHOlE ',55 WaIw level measured in borehole at a depth of 5.33 m upon 7 """",""",01_, Aj:ri 10, 2003 Borehole caved to a depIh of 6.02 m upon compIetionofdriling, April0, 2003 , . , " - DEPTH SCALE .~es LOGGED: DRS 1.50 CHECKED: I I 1 I I I I I I I I I~ ~ " < a I~ ~ a " I~ 9 " ~ ~ 1= o I! 9 a 6 . o N I" " o 00 r 1m 9 I PROJECT: 031-181415 RECORD OF BOREHOLE 5 SHEET 1 OF 1 lOCATION: See Figure 2 BORING DATE: Api, 10,2003 DAruM: GEODETIC SAMPlER HAMMER, 63.5kg; DROP, 760mm PENETRATION TEST HAMMER, 63.5kg; DROP, 760mm 0 SOL PROALE SAA1PlES 0'INAMlC FelETRATlON \ HYDRAlUC~. I w 0 z RESISTANCE. BlOWS/m 'aM ~~ ~oo I ~ INSTAlLATION ~ 0 Uw w 0 ffi ~ ~ 20 40 80 80 1'- la' '0' ,a' a" AND oo~ ~ rt ~ :r i E~ GROUN[)INATER t~ " DESCRIPTION g .. SHEAR STRENGTH natV. + Q.. WATER CONTENT PERCENT z ~ ~ CU,,,", n:mV.$ U4 0 a, OBSERVATIONS w ir DEPTH ill eW ~~ a 0 (m} z ~ Wpl .WI .. 00 m 20 30 40 , _~URFACE 91.90 0.07 , " 0 Si"" Sand ~ ,: 0,20 GRANULAR SUBBASE 2 AS 0 91.39 Compact to dense brown to darj( brown 0.51 silty sand. trace day. some gavel (Flll) I- .. ., 1 , DO '0 - _Sea 4 " 33 0 00 90 , 8U7 loose dar1r. brown to dark grey sandy sit, 2.13 b'ace clay, some gravel. trace brick and wood fragmenls. some peat. WI IaNer s " s 0 zone (FilL) 00 - .. , l- . " sa DO , I- "-" . 56 , - . 87.86 Siica Sand . Compact grey SIL TV SAND, trace 10 .... E some clay, some gravel (TlLl-LIKE) Fiter ~ < . Ji 1; 7 .. 13 ( n 00 .7 , , " ".34 Dense grey SAND AKJ GRAVEL, trace ;!?! ',58 ,it "6'" .. t- o of::,' I- ".)0 0 , " 31 0 1:; DO ~ I- Loose Cave 65 , ~.~ Very dense grey SANOY SilT, trace 709 ,lay - 5051/ Wat<<level , 0 measured in - 00 .15 54 _ai, . _" 0.91 m upon ~" drIIing, Api 10,2003 _c:aved 63 to a depth of c , 5.64 m upon I- I- completioflof dd1ing, 10 ~ 54 0 AprIl0, 2003 82," Waterlev8lin END OF BOREHOlE 9,60 staKlpipeata depth of 0.38 m on April 24, " 2003 DEPTH SCALE <t~es LOGGED: DRS '58 CHECKED: I 1 I I I I I I I I I Ii I; ~ Q ~ Ii ~ " ~ I~ ~ o I~ a <5 I~ ~ 00 ,; I . PROJECT: 031-181415 RECORD OF BOREHOLE 6 SHEET 1 OF 1 LOCATION: See Figure 2 BORING DATE: Apt, 10, 2003 DATUM: GEODETIC $AMPLER HAMMER. 63.5kg; DROP, 760mm PENETRATION TEST HAMMER, 63.5kg; DROP, 760mm a SOIL PROFILE """'Wl DYWMC PENETRo\TION \ HYORAULIC CONOUCTMTY. I w 0 ~ RESm"ANCE, BLOWSlm 'am t.1 INSTALLATION 500 I ~ ~ will w ~ ~ 20 40 eo 80 10' ,0' '0' 10-' a~ AND I~ ~ ELEV. w ~ ~:a GROUNDWATER " DESCRIPTION ~ m ~ SHEAR STRENGrH natV. + Q.. WATER CONTENT PERCENT ft li:~ z ~ c.,kPo rwnv.e u- 0 OBSERVATIONS w ir DEPTH ill eW ~S a ~ {ml z Wpl IWI t; 20 40 80 80 10 30 , GROUND SURFACE 91.44 CONCRETE ~j--.~ 0.11 Silica Sand Loose bn::r.vn to grey sandy sit, some 0,30 91 clay, some gravel, trace organics (FILL) Bentonite Seal 1 lA " , 0 4 DO P- O I- 90 2 " S 0 00 , l- I- , " , 89 0 00 - ~ , - 88.,.4A " . loose grey SANDY SILT, Irace clay 3.30 4B 00 .. - loose Backfill . 87,40 , Soft grey Sll TV ClAY, trace sand 4,04 . . '7 . . : i s " , 0 l ~ 00 5 ! . e + 85.88 .. loose!OWy SIL 1Y SAND. b'ace to some ,.. clay, some g<lvel (T1lL-LIKE) , I- , " . 0 00 as I- Loose ea"" , ,OS Very dense grey Sll T. some sand, trace 709 day 84 I- W_1evel 7 50 51/ 0 measured i1 DO .15 _ata 'e- o """'0/ 1.83 m upon completion of 83 drillng, 82.91 April 10. 2003 very dense grey SANDY SILT, some '.53 clay, trace gravel (flU) _oaved to a depth of . 5.94 m upon completbn of , !SO 511 0 driling, DO .15 April 10, 2003 61.99 82 END OF BOREHOLE '.4 Water level in standpipe ata depth of '.OS m on " AIri 24, 2003 DEPTH SCAlE .~es LOGGED: ORS , 1 : 50 CHECKED: I 1 I I I I I I I I I Ii ~ I" ~ o 18 ~ ~ a " I~ " ~ 1= N o ~ o I~ g o <5 I~ o ~ I~ j,; . , ,-, l.::! ;cl ~_: ~:-,~u -'r:';, ;f". ,",'c. ',~ , , ,I, :~f t ,I I ,:1 ' :~ ,- I 't ,'I "I " I ~, 'l' ,I 1 ii' . ;:-'-, :'- '~'._::;" ;;.' j ~#i AHEHDIX 01 CKURCH$TREET PAVEMENT RE~A1'lOII$ " JaBm' ':'~,' "'i'Gft ' fiIlii..... , "J:'t1 :,-,;:,..J'<I.. , '- ,-'" -, ~" .. ,; ",' - " . - . ,.' . . " ----' , , '. . , OFAtesAOROll&JIIORTHAIiiERlCA, SOUTK~EUROPE. AF~MMHlD AI,If~.. i- " \ I I I I I I I I I I I I I I i II I I I I I I I I I I I I I I I I I I I I I I I RE: PAVEMENT RECOMMENDATIONS CHURCH STREET RECONSTRUCTION FROM HIGHWAY 401 TO EDWARD STREET NEWCASTLE, ONTARIO This appendix provides geotechnical engineering and pavement design infonnation for upgrading the subject road section of Church Street, including pavement reconstruction and rehabilitation design. The subject section of Church Street is located between Highway 40 I and Edward Street in Newcastle, Ontario. Church Street is approximately 6.5 m wide two lane paved local road with narrow gravel shoulders and shallow ditches on each side of the road. The total length of this road section is approximately 360 m. Church Street is to be reconstructed with curb and gutter on each side of the road from Robert Street to Station No. 1+290 (approximately 40 m north of James Street. A small section of 200 rnm stonn sewer is also proposed at the southern limit of Church Street. The main alignment of the proposed 300 rnm to 375 rnm stonn sewer is located just south of the centerline situated between the proposed sanitary trunk sewer and the existing 450 rnm concrete sanitary sewer at depths ranging from approximately 2.8 m to 3.5 m below existing ground surface. It is understood that the reconstruction of Church Street will be conducted in conjunction with the installation of a new sanitary trunk sewer. Based on the service installation drawings (Drawing Nos. C-04-SW-345 to 347) provided by the Regional Municipality of Durham (the Region), the setback of the property line from the edge of pavement varies from 4 m to 6.5 m. Between Highway 401 to Edward Street, the main line hydro poles are located on the west side of the road. The setback of the hydro poles is about I m to 2 m from the edge of pavement. Visual Condition Survey A visual condition survey of the site was carried out on February 8th, 2005 by a senior member of our staff to assess the condition of the existing pavement. The pavement within the road section was in poor to fair condition, with frequent areas of edge cracking, slight longitudinal cracking, moderate severity transverse cracking and moderate severity alligator cracking. Localized pavement depressions and pavement distortion were also observed within the limits of this section of Church Street. Site photographs of the typical existing pavement conditions are shown on Figures I-I and 1-2. Existing Pavement Structure Based on the results of this investigation, the existing pavement structure and the sub grade soil conditions encountered in the boreholes advanced through the traveled lanes are summarized as follows: I I 1 I I I I I I I I I 1 I 1 I I I I The Regional Municipality of Durham Mr. Ron Trewin -2- May 18,2006 05-1181-205 (rev.) SUMMARY Of EXISTING PAVEMENT STRUCTURE THICKNESS Imm COMPONENT BH 101 BH 103 BH105 BH 107 Average for Traveled Sta.1+018 Sta.1+113 Sla.1+223 Sta. 1 +326 lanes Asphalt 50 110 90 125 95 Pavement Granular Base 90 140 110 95 110 Structure Granular 430 200 250 330 300 Subbase Total 570 450 450 550 505 Subgrade Soil Sandy Silt Fill Sandy Sill Fill Clayey Silt Fill Sandy Sill Fill Sandy Sill Filii Clayey Silt Fill .. Drilled at the unpaved shoulder Within the paved area of the road, the investigation indicates that the asphalt ranged from 50 to 125 mm in thickness, underlain by 90 to 140 mm of granular base and 200 to 430 nun of granular subbase. The granular base/subbase material samples obtained from the auger cutting were generally in a moist condition with moisture contents ranging from 2 to 5 per cent. Gradation testing was carried out on the granular subbase taken at BH 105. The gradation result indicates that the subbase material at this location satisfies the requirements of OPSS for Granular B, Type I. The gradation test result for this sample is shown on Figure 6. PAVEMENT DESIGN RECOMMENDATIONS Existing Pavement Structure The typical pavement structure along the subject section of Church Street is composed of 95 mm of asphalt underlain by 110 nun of granular base and 300 nun of granular subbase. The total thickness of the pavement structure is about 505 mm. As previously mentioned, the pavement within the road section was in poor to fair condition as shown in the photographs on Figure I-I and Figure 1-2 following the text of this letter. Based on the Region service installation drawing (Drawing No. C-04-SW-345 to 347), about a 170 m section of stonn sewer is currently proposed along Church Street from Robert Street to Station No. I +290 (approximately 40 m north of James Street). A short section of stonn sewer is also proposed at the southern limit of Church Street. Pavement Design A pavement design analysis has been carried out using AASHTO design procedures. Table I presents the details of the estimate of Equivalent Single Axle Load (ESAL's) and the pavement design analysis. Golder Associates an annua ra IC grow ra e 0 per cen . The Equivalent Single Axle Loads (ESALs) over a 20 year design period for a two lane urban local road was calculated using the procedures outlined in the "Manual for Estimating Traffic Loads for Pavement Design, November 1995". Table I, following the text of the report, presents the details of the analysis and indicates that the ESALs over the design period will be about 39,500 ESALs. AASHTO Design Analysis 1 The following design parameters were selected for the AASHTO design analysis: DESIGN PARAMETER FOR BROCK ROAD RECONSTRUCTION I Initial Serviceability Index 4.2 Terminal Serviceabilitv Index 2.0 Total Loss in Serviceability Index 2.2 I Desired Reliabilitv ('Yo 1 85 Standard Deviation 0.44 Estimated Elastic Modulus for Subgrade Soil (MPa) 15.0 (loose and soft material) I Estimated No. of Single Axle Loads 39,500 (20 Year Desilln Life) 1 The following material parameters were used: MATERIAl LAYER DRAINAGE COEFFICIENT COEFFICIENT I New Hot Mix 0.42 1.0 New Granular Base 0.14 1.0 New Granular Type Material 0.09 1.0 1 The AASHTO design analysis is summarized in Table I, following the text of the report. The 1 minimum structural number required for the Church Street pavement structure is about 77 mm. The analysis indicates that the existing pavement structure has a structural number of about 57 nun and has a structural deficiency of 20 mm. The existing road is in poor to fair condition I with pavement cracking and some depressions and pavement distortions. 1 The pavement structure required for the reconstruction of Church Street to satisfY the AASHTO structural requirements is as follows: I I Golder Associates I 1 1 I I I 1 The Regional Municipality of Durham Mr. Ron Trewin - 3- May 18, 2006 05-1181-205 (rev.) Traffic Analysis The recommendations provided in this report are based on the AADT information provided by the TSH for Church Street. The design is carried out based on the assumption that the AADT is estimated to be about 600 vehicles (similar to Baldwin Street) with 2 per cent commercial traffic d It ffi th t f2 t I I 1 1 I I I I I I I 1 I 1 1 1 1 I I , The Regional Municipality of Durham Mr. Ron Trewin -4- May 18, 2006 05-1181-205 (rev.) PAVEMENT DESIGN RECOMMENDATIONS Hot Mix As halt 90 mm Granular A Base OPSS 1010 150 mm Granular B Subbase OPSS 1010 300 mm Geo rid one la er Structural Number 86 mm Total Pavement Thickness 540 mm The subgrade soil will consists of loose sandy silt fill and soft clayey silt fill within the existing road area. Native clayey silt is anticipated to be the predominant subgrade soil in any proposed widening areas. These subgrade materials have a moderate frost heave susceptibility based on the gradation analyses. The in-situ vane tests indicate that the native clayey silt subsoils are sensitive to disturbance. The depth and magnitude of proposed trenching for installation of services will significantly disturb the existing subgrade. In this regard, a geo-grid could be used in the road reconstruction to improve the weak disturbed foundation and to maintain the integrity of the subgrade. The geo-grid reinforcement, if used, should be placed immediately on top of the finished subgrade. Asphalt Mixes Two alternatives are considered III this asphalt mixes design and the following mixes are recommended: AlTERNATIVES FOR ASPHAlT MIXES ALn;RNATlVEs Mlx TYPE THICKNESS AKemative 1 HL 3 Surface Course 40 HL 8 Binder Course 50 A1temative 2 Superpave 12.5 FC 1 Surface Course 40 Superoave 19.0 Binder Course 50 Road Reconstruction The proposed reconstruction of Church Street is within the built up urban area with very little room to change grade or alignment. Therefore, we recommend reconstruction be undertaken as follows: . Within the existing paved area, remove the existing asphalt, underlying granular materials and subgrade soils to a depth of 540 mm below the proposed finished grade; . In area of widening beyond the existing road base, excavate topsoil and in-situ materials to a depth of 540 mm below the proposed finished grade; . In areas where high frost heave susceptible material is encountered (clayey silt fill or native clayey silt) within 1.2 m below the proposed grade, excavation should extend to 1.2 m below the proposed road grade; · Backfill sub-excavated areas with material satisfying the requirements of OPSS Select Subgrade Material (SSM); Golder Associates I I I I 1 I I I I I I 1 I I 1 1 I I I .' The Regional Municipality of Durham Mr. Ron Trewin -5- May 18, 2006 05-1181-205 (rev.) · Organic material encountered within a depth of 1.2 m below the proposed grade should be removed and backfilled with material satisfying the requirements of OPSS Select Subgrade Material (SSM); · Grade and proof roll the exposed subgrade surface; sub-excavating any soft areas identified by proof rolling and backfilled with material satisfying the requirements of OPSS Select Subgrade Material (SSM); · Place one layer of goo-grid over the compacted subgrade; · Place 300 mm of OPSS Granular B, Type I subbase material and compact to 100 percent Standard Proctor maximwn dry density; . Place 150 mm of OPSS Granular A base material and compact to 100 percent Standard Proctor maximwn dry density; . Pave with 90 mm of hot mix asphalt consisting of: Alternative 1 - 40 mm of HL 3 surface course asphalt, placed one year after placing 50 mm ofHL 8 binder course asphalt; Alternative 2 - 40 mm of Superpave 12.5 FC 1 surface course asphalt, placed one year after placing 50 nun Superpave 19.0 binder course asphalt; · Place the new asphalt as per OPSS specifications; . The asphalt cement for the hot mix asphalt should be PG 58-28, performance grade asphalt; . Where the new pavement abuts the existing pavement, proper transverse lap joints should be constructed to key the new asphalt into the existing surfacing in accordance with OPSS Specifications. Drainage We understand that Church Street, between southern limit and Edward Street, will be designed to urban standards with curb and gntter catchbasins, storm sewers and subdrains. The drainage system beneath the new curb and gutter should consist of 150 nun diameter perforated corrugated plastic pipe wrapped in filter cloth, placed inside a trench surrounded by concrete sand. Storm Sewer It is understood that the proposed storm sewer on Church Street between Highway 401 and Edward Street will vary from 200 to 375 nun in diameter. We also understand that the storm sewer will be concrete pipe and the invert may be located up to 3.5 m below the proposed road profile. The alignment of the proposed storm sewer will be between the proposed sanitary tnmk sewer and the existing sanitary sewer. Geotechnical engineering recommendations for the design of the storm sewer are as given previously in the body of the report. However, it should be noted that there is very little space between the existing and proposed sanitary sewers, and the new storm sewer may actually be founded in previously trench backfill material. Therefore some positive support for the existing sanitary sewer might be required in places and additional bedding may be required, depending on the nature and condition of the existing backfill (where encountered). Golder Associates I 1 1 I 1 1 I 1 I 1 1 I 1 1 I 1 1 I I .' The Regional Municipality of Durham Mr. Ron Trewin - 6- May 18, 2006 05-1181-205 (rev.) Pipe Bedding and Cover The bedding for the storm sewers should be compatible with the type and class of pipe, the surrounding subsoil and anticipated loading conditions and should be designed in accordance with Region of Durham design standards. Pipe bedding should use 19 mm crusher run limestone with additional 150 mm of bedding material (in relatively soft soil conditions) meeting Ontario Provincial Standards and Specification (OPSS). Alternatively, approved HL-8 blended material may be used as required. Clear stone bedding material should not be used. From springline to a minimum of 300 mm above the obvert of the pipe, sand cover could be used. All bedding and cover material should be placed in 150 mm loose lifts and uniformly compacted to at least 98 percent of the material's Standard Proctor maximum dry density. Golder Associates 1 I I 1 1 1 I 1 I 1 I 1 I 1 1 I I I I .' Date: April 2006 Site Photographs CHURCH STREET RECONSTRUCTION FROM HIGHWAY 401 TO EDWARD STREET, NEWCASTLE, ONTARIO FIGURE 1-1 Figure 1-1 a: Church Street looking southerly at dead end at Highway 401. Meandering transverse cracking, random cracking, edge cracking and moderate pavement distortion noted. Figure 1-1b: Church Street looking southerly at John Street. Moderate severity transverse crackinQ and IOnQRUdinal crackinQ. Golder Associates Project: 05-1181-205 " I I 1 I I 1 1 I I 1 1 1 I 1 I 1 1 I I Date: April 2006 Site Photographs CHURCH STREET RECONSTRUCTION FROM HIGHWAY 401 TO EDWARD STREET, NEWCASTLE, ONTARIO FIGURE 1-2 Figure 1-2a: Church Street looking northerly from John Street at Edward Street. Meander cracking, edge break cracking and localized alligator cracking noted, ~ '- Figure 1-2b: Church Street looking northerly at Edward Street. Extensive transverse cracking, pavement edge cracking and localized alligator cracking noted, Golder Associates Project: 05-1181-205 r, 1 1 1 I 1 1 1 I 1 1 I I 1 1 I 1 I I 1 , May 2006 TABLE 1 05-1181-205 DARWin Pavement Design and Analysis System A Proprietary AASHTOWare Computer Software Product Flexible Structural Design Module Church Street Reconstruction, From Highway 401 to Edward Street Newcastle~ Ontario Flexible Structural Design 80-kN ESALs Over Initial Performance Period Initial Serviceability Terminal Serviceability Reliability Level Overall Standard Deviation Roadbed Soil Resilient Modulus Stage Construction Calculated Design Structural Number 39,403 4.2 2 85% 0.44 15,000 kPa I 77mm Simple ESAL Calculation Performance Period (years) Two-Way Traffic (ADT) Number of Lanes in Design Direction Percent of All Trucks in Design Lane Percent Trucks in Design Direction Percent Heavy Trucks (of ADT) FHW A Class 5 or Greater Average Initial Truck Factor (ESALsltruck) Annual Truck Factor Growth Rate Annual Truck Volume Growth Rate Growth Total Calculated Cumulative ESALs 20 600 (Assumed) I 100% 50% 2% 0.74 2% 0% Compound 39,403 Specified Layer Design Struct Drain Coef. Coef. Thickness Width Calculated Laver Material Descnotion (Ai) (Mi) (Di)(mm) lm1 SN(mm) 1 New Asphalt Concrete 0.42 1 90 38 2 New Granular A 0.14 1 150 21 3 New Granular B, Type [ 0.09 [ 300 27 Total 540 86 Golder A!;sociates I' >: "!'j- ,,' ~0'"" I "'I', -'" .. '-', f 'I ":_- \", .. '.1 , -'I' ,;!"'-'. -- .', f I. , -, ", .. I I I "I ',' I ..1....' :-:'f ,',:' ,";e:',,',,'..,,",.', ";'_:;_ - .0. "'" Y'_. ',. ~, "-".,,:> ,C'"","'-', "..._.."..,.... ~.R.t\noN' OFml: MUNlCIPALl1YOPCLAlUN'~ CONTRACT NO. <11006-13 OI>SGENi:RAL CON'Dl'llONs OF C~ (September}999) I I I I I I I I I I I I I I I I I I I - I ^^,I^ ~;;.".'::~, . "' I ~I I I I I ., I I I :1 I '^I -~t< '," t ,,-,.... "I' ...'....: "", 'c..... ""'_'.,_..' '^"I', '-'!;~/";-: ~--}- "::"- i~;_ aNTARIOPROVltfClAL STANQ_' F.oR ROADS AND<PUBLlCWORIt8 GENERAL CONDmOHS OF CON1R~< .PI~"'1999 "" " :'~:';~ : ':,'<-~-:"''':" " --~: '~-'--"';';"'-:'-:;';>:". ';", ;. .:..1 .'-1 I I I I I I I I I I I I I I I I I t :~I; ~~/-' -'- q~1 I ':;1" <- I I 'I I I I I I I t I I ",1" ~.;~_ e" ;;;". f ~, ~... . GEIIEftAL CONQfI'IGHIIS OF CQN'fIIAOf T-"'ClfCn1 ... SECTION 00 1.o-"ljl!.JIlETATION 00 1.01 00 1.02 00 1.03 00 1.04. 00 1.05 00 1.06- 001.07 001.08 <it; li!)."'-.....................................u_~~............_.."._..._.__._~~..,..~....-:O-"~...~..._~,~~.............. 1 '- -- -,- ~- - ~~n_..........4.............-+................_........................_~.t-.,..-._..."_.~-':".~.;,":..,,..~.._:~~............, 1 Gerldef:8l1CI,SIng\IIllIr R14.tl", .............._...........~_.,..._._...:,...~,_.............. l' O':6ItOiow................u_.._.........-.~._..__...._......._.a....-....~._.__..,....,.......;...._:.:....a"'7~f~~~..............._~.1- SubttIl,.... Pelfllj,..lIIlO11..........,......_...._.......,__..,..,..~.,.,~..~....""~._..;.".,........ S CoI~:.,I.O'...........-........_......__._..~-,.~.._..._.._............_....._"~~.._"..~...~_......_.....~--_._...~~..._..-! '. , - c."" ,~~ra...._......._.............j_................_.._....._-_.._..........._..._,.._-...,~~~..,_".....,6 I -, -, -'i > , , ' . "....pI..llft of Certain Wordsi.._....................--..............................................6 . I - -,'. , SecnoHGC U-cotmW:T DOCUIII!!NTS 002.01 , ' '.. r1rnceGll ContnICt ~....................................,,,...................~............,...... 7 ' 002.02 0Cdel' ofPacectelq ...............,......,.........................,...,........._...:..,................,.......1 SICTlONOCU.-AIld:ta,ntATION OF THE ~ 00 3.01 00 3.02 00 3.03 GC 3.04 GC 3.0$ GC 3.06 GC 3.07 00 3.08 GC 3.09 GC 3.10 GC 3.11 003.11.01 00 3.11.02 ConlnIct AdIIIInistRItiO ~ ...........................,........,............,......,...,..,..............8 ~ Ill.... ..................u~~..._............_.........._...._.._."....,....__..~._...~..._...._..~.I _oflle ContnICtAdmiallt II to ModIfy UaIIIocII_ &.1 ~ /. I~ ......._........ 9 EmIlgellCY SIII~..................._..............................................~_....._.._......10 LafoI,It...u......................_....._..~................................_.....__'7-..._....,........._..~.......~....~....~~...~~.;,,10 \MliWl1g .Nea..........................-r.....................................................,............".,.....,:. to te.... ,,9\ C'If.CotIIract 'TillIe .....;.._............................~_..........~..~..._.._..__~...;;....-.....~~;: '1,1 .' - I . - - -, , J)eIays...._......_......._.................~._._.........._......__.,......_.................,....~'"..........._........... .11 ~ of ConlrBct........................................,...............,...,............................ 11 ~ byllec...~..................._......,.................................:............11 Q _ - - J T uh....n....._...u_..._.......;...-....,.~u...........n.....,.~~......~._:~.~,.u_............:_.._~,..~r":"~_.....,:12 CllIIIfIIIIn the Work.............................................-.............-.-......;............. 1l' .,' . - -- -. .~'WcIk.._........._......._._.."-..4.....~......._............._""'...........~.......'~......................'":""......,j...H"':12 - ,_,' cO c ~ i ._.JI~, Ill.... ,1fQl ,[;1'. L ~ I ... :'~t':,_' . " .,..01 I' ....... ~'~ ;;'.- , ..,... , . ,-;. GC 3.11.03 Addiliollal Work ..................................................................................................... 12 GC 3.12 Noliees...................................,................................................................................ 12 GC 3.13 Use and Occupancy of the Work Prior to Substantial Performance ..................... 13 GC 3.14 Claims. NegolialiQns, Meiliallun..........................................,................................. 13 GC 3.14.01 Continuanc:e of the Work....................................................................................... 13 GC 3.14.02 Record Keeplng.....................................................................................................13 GC 3.14.03 Claims Prooedunt.................................................................................................. 13 GC..3.14.04 Negotiations........................................................................................................... 14 GC.3.14.05 l.....lafiQI\ ................................_............................................................................ 14 GC, 3.14.06 Payment................................................................................................................ 14 GC 3.14.07 RIghts of Both Parlies............................................................................................ 15 GC 3.15 Engineering Arbit>atiun........................................................................................... 15 GC 3.15.01 Conditions for EngiI_ulg Arbitralion................................................................... 15 GC 3.15.02 Aibibdllun Prooe<Iure............................................................................................. 15 GC 3.15.03 Appoihbllel1tof ArbilratDr....................................................................................... 15 GC 3.15.04 CosIs...................................................................................................................... 16 GC 3.15.05 The DecIsion.......................................................................................................... 16 GC 3.16 An:I1aeoIogicaI Fmds ............................................................................................. 16 SECTION GC 4.0 . OWNER'S RESPONSIBIUTES AND RIGHT$ GC 4.01 WoItdng Area......................................................................................................... 17 GC 4.02 Approvals and Pennil$ .......................................................................................... 17 GC 4.03 ~and 0Isp0siti0n of~............................................................ 17 GC 4.04 Construction AffecIltIg RaIlway Pn:lperty ..........:..:..............................................:.. 18 GC 4.05 0erlJu/t by the COnlr8clor....................................................................................... 18 GC 4.06 NotifIcation of Default ............................................................................................ 18 GC 4.07 COhlla..tl..'. Right to Correct. 0ef8ulL................................................................. 18 GC 4.08 Owner's Right to Correct DefeuIl........................................................................... 18 GC 4.09 TetminetIOn of Cu.,h.......'. Rigtlttd Continue the Work....................................... 18 T....tIt~.i OPS-'-Cl _. _tltc:.....411 ..,t. .1 ;.1 I I I I I I I I I I I I I I I I I I ",<"",1" ;;' 'i~: ~<' "t 'I ;1 . I I I .1 I I I I :1 ,I' r~;:' ;.1 ,I. I ,.' ",. ~;. . GC4.1& GC4.11 004.12 GC4.13 , . -. ~ - f'iIlIf~1D CAL"lCtar._.......~._................................._:".....,.._:..................,19 T~m1l0nofthe COOltAK;l........................................................................:.;......... 19 ConIiI'llI8lIon of Coilll.,Qo(S ObIioollj;;)lol&......................:........................................ 19 U8eof~8ond................................................................_.....-:..........19 MCmON OCU-MAt__u. GC 5.01 GC 5.02 GC 5.03 005.04 00 5.05 .005.05.01 GC M5.02 '. ~ofMalllrlal..............,........................................~........;.........,.-'-"'o.;,......,.~..20 ~oflll'! ~al................_......................................................,...:.;.................. 20 Rei.;IId l ,...IiaI...............................................................................,........;;..:::...., 20 SulJie'II rr......................-.......--.....................-........................".................20 Own."~ .......i8I........_............:.................,.................................._::......11' Oldelil'lf of exc B II Mft* _......................_.............................._.................:..21 .1 ! o..e: iJf...... iII................__.....__...............:...._..............................._u..........__....:..::..,.i...........:.-21 " ... $f.$lION GC ...~JNIMfR.....PR0T8T1ON ANDlWIAGf Be 6.01 00 6.02 006.03 GC6.03.01 006.03.02 00 8.03.03 006.03.04 GC 6.03.05 GC 8.03.05.01 GC6.03.05.02 GC 6.03.05.03 . 00 6.03;06;64 GO 6.Q3.0& 00'6.03.07 GC 6.04 p\.~ of Work, Penionsand Property .........................._...............................23 ~mitMl...................................~..n_._..~~~.:.............-.._..._..~.~..~......~-..~~-.:""'_~:_:..:~~23 ~lt ,:_~""' tI1SUIBr1Ce..._.....~.....__..._~........_...__...:....._........."'~....~.:...;.;."""'""-~...;...~.........':.,;.- -24 C.R.I'lII..._..................................._.~...................................._..,......................-~. 2A G..... L:IabiIity 1nsur8nCe..................................................:............~..~_.::........... 24 "".IlJ'I~ IJIIbiIiIr ..............~.___~~....._....__...._..~....w~........_..~....,..;.,....,...-..k.... 24 - .........--0... 1"'1"'--- ", ," " ,,",' ,.., ,.,..\ilI...'" ..1. e \oil '_ ..-..........RoIl"IiO~_.............._..._...~...._.......~........_~,_...........~.Io..'6U ,:-~~.....1OIIr ..........-......~........_..............._~~........~..,......~........_..-.....:.;.....~~~.,..,.-';;~~, . P,~~..............._..........................................................._...._.........as l!IoiIIr .trlIJIrIIrJCe.....................................................:.......................................~_.... 25 UIIe lIllld 0CCI1p8I'ICY of the WcIIl. PJior1o Col\"'I.~...._......._......._;...:....... 25 P.-ntfar Laes or Denl8gIt........,..:...................:.:.........:.............._......;;.:_.... 25 Cll.... l)Ol's EquipmInt If....- ..._................................._......._........~"'....... 26 lRt....tC:6 ReqlJilem8nls and DurIIIOn.................................................................. ,26 -...~-h_.._~..........._.....~........_...:..~_~.._.............'n........_;_....,....."......""~....~~....__...~~..__;:.. 27 a&cTtON GC 7.t -,*,'MC;.JOR'$ RI!8PONIIII J1E8 AND CQff'IROL OF 'DlEW.U '- - " ',' , ' -' - -.. - '. ~, - '-,' GC 7.01 - 1JIJ\tf" ...."......................~.....~......_O<O............_..._..........,..~..~.~..,.._.......~~.......~~.'...._.,~.,;:..,.z8 "f ~ j , "",,'- 1II"'~ ': ~!It '-" - ""',e".->-"" .. ~"li' JI~ri!lll~Llw:tft.r!lr....th -,. ',,,,-C. ',. - -~-;' "0,- GC 7.02 GC 7.03 GC 7.04 GC 7.05 GC 7.06 GC 7.07 GC 7.08 GC 7.09 GC7.10 GC7.11 GC 7.12 GC 7.13 GC 7.14 GC 7.15 Layout ........................... ......................................................................................... 29 Damage by Vehicles or Olhet Equipment............................................................. 30 Excess Loading of Motor VehlCIell........................................................ ........... ..... 30 Condition of tile Working Area............................................................................... 30 Mainl8ining Roadways and DelouI's...................................................................... 30 Access lD f'ropertie$ Adjoining tile WOI1tand Interruption of Utility Services ....... 31 AppIo_ and Permils ..........................................._...........................................31 Suspensilln of Work .............................................................................................. 32 ContraclDr's Right lD Stop the WOI1t or Terminate the Contract............................ 32 NotIces by tile Coll~ .................;....................................................................32 Obstructions............................................................................... ............................ 33 LimlIations of 0perali0l1S....................................................................................... 33 Cleaning Up BefoAI~........................................................................... 33 SECTIONGC 8.0. MEASUREMENT AND PAYMENT Warranty ................................................................................................................ 33 GC 8.01 GC 8.01.01 GC 8.01.02 GC 8.02 GC 8.02.01 GC 8.02.02 GC 8.02.03 GC 8.02.03.01 GC 8.02.03.02 GC 8.02.03.03 GC 8.02.03.04 GC 8.02.03.05 GC 8.02.03.06 GC 8.02.03.07 GC 8.02.03.08 GC 8.02.03.09 GC8.02.03.10 GC 8.02.03.11 T..... ofe".'Il-1v MeasllI8Inent......................................................................................................... 35 Quantilies............................................................................................................... 35 Variations in Tender Quantllies............................................................................. 35 Payment................................................................................................................. 35 Price for WOI1t........................................................................................................ 35 Advance Payments for MateriaI...........~..........................................,...................... 36 CertIIk:alion and Payment ..................................................................................... 36 Prog- PayrnentCtlrtlficate................................................................................ 36 CerIIficalIon of Subooldract ~.............;.................................................. 37 Subcontract StatutDry Holdback ~ase CertiIic;Me and Payment...................... 37 Certllication of SUbsllmtIaI Pet10nnance ............................................................... 37 Substlntial PeIformance payment and Subslantial Performance Statutory Holdback R",il! Pa~~............................................................... 38 Certllication of Completion ....................................................................................38 Completion Payment and CompletlonStlltulory Hotdbaek R"UIB Payment CeI1ltlcI.I!.I ............................................................................................. 39 InIIr8St..................................................................................................... ....... ....... 39 I....... for Late Payment .......................................................................................39 Inlere$tfor ~18 and CIaIma..................................................................... 40 0Wner'lI Set-Off ............................................................................ .......................... 40 OPtIGIneMI(, '[1' ..ofeo..t..I~ll.DJ1_ ..1 .---1 I I I I I I I I I I I I I I I I I I ,,-, 'e', , c:::i :-:. --'.- > ~"'I"" 1), -'. )/;'';'-'- '. ',' ;;.;,~:,~ -"< ;'1' '-' I I ,., -:'}}' - I' , ~ I ,,:f ". : t~ '_ ". , ,., ~I ,.., :.'~ - :, .- ~..I .'. -.-,- I' '-- ;'- 'I ""~," .- -~',..:, : 'I' ~-~ .', 'I" f;;,:, ,': .- <i..~' ~,> OO.8.o;l.Q3. 12 GC6.02.G4 . GO U2.G4..o1 QC..~.04.02 GC 8:-'04.G3 GC 8.Qt.04.04' OO8:i:I2..04.05 GC8.02.04.06 GC $.02.04.08.01 GC a.oz.04.07 eciS.0z:04.01l GCI.02.04.OIl GC 8.02.05 GC8.02.06 GC 8.02.07 GC$.D2.08 GO 8.02.09 ,,' .- ,oj':f-_'~~:-~~;o...u..o,.~_.:~~-~~-"'_...~._...'...,~,"-~~~~,~.u.,~~~~;.,..~~!;!~~;?:~4~.:.,~-~,~"';: AneJ~....... c...tifillM6__,_~':""_"""""N""''''' .~~-~.~~--~~.."'...~~-.: .'-- .- .- .- - --,-,,:., /-'-"'-','. " .- - < ;. .- I' _ " _ ,.- __ ""111 nllt.. Tneand filII"" B8sis..................;.......:.._.._.:.,..:i..,.::.....~....... 40 e:~~~~~~~~i PaymenltIDF.,,"lial............._......................._......................N...-.......;.._."'.:....... <G! ~.At.foriquipment.........................._....._......................N...................:.....""C ~1df.. 'Jinle ....H......._U...4U.-...~...~:"..._..............o-.._....~.;~.~............~R~.-.,~~.....~..,..;t;":~_~;.,..t-.......~'-~, GCa02M~08.Q2 SIi,lilly Time .........................._m..........._.................................._.:.....;;...:......_,<f!' , -_~_Hand ToaIa...~U_h~..~.........h....___...."......_......-._....__"...~~.':r:~;~~".:_~~~~;;;;~-~ 4$:- ,~_It_,WaItt~~~........_......................;...._,. -: , _.....;,......:43, SWtIdIiIilUII,Jlf-ln\lOlCleS............................---...-......-....,.....-..,':'..;.;...........43 , ~Il-of.~._............-.._._....._.--._...._...._.......~..__.~..~~~.....~~~~~-.'"'....~;,~,- , - ~ ?"..............__.........................................................................~_.._._.,.~~~.,...~~:-..u....~-. ~ T...,-.d-J)&dies......,.......................................--.........................._.....~~_~.~~~.~_...-'_.....~-~. H~ , ~'*" ~~I~itc&atrnages.-......-............."._._....__....._......_.~._'..........._~~~-_~~~.~.n..~ 4ii _ - -x< ".- >~~l,.~~~:il ~". ' .::;-" ,.....,,_.:..'. , <-- , -', -, 4llUI1 r U:mrriJlt.GJ 111I . - -"'- - ~ 1 UI~I"l! ,.1 ,c., . I I I I I I , Ii II I I I I I t I I I I ,;~'I; ~~ic~ . I I I I ;~: I "-', . ,,; I ,ul "'; ,. "I" :,.1: /- I t :1 ,I 'I "i"- 'I :,'1 '-"..' ;,1 ~-,' GC 1.G1 , ~tlI PiI/.4Iln'" ltalt J lAle , for : ftOIdS..JlIIIIkW" JIll . . ' . <t',;,-~, '. . _,,-~,-: ,_'_ <'-{, i: : " ,'~.L1!JI)fl.iU" ' GENERAl.: CONDlTlOHS Of CONTRAC1' 'SEGflON GC 1.0 .....MTATJON c..,. .... .01 Tne illplions _1riQ "'... GenIraI CClIlIIIIIlilIIJfIM been it l ...., _. .......,Gf c..i..__ ' end t3r __ Gf ."_llle .., end In nO way deline.limit or "Ili k:1CQIle <<'mIillnirll of the, Ger.erII CoIIdItiDRs or fIIfI/ ~ henlof. GC1:OZ AU _"", ... <j .01 Tneabbl9Ji.I)fl1 011 the lilt b8Iow _ <ooIIIIllClnIyfowld in the c....eet [),)~__11"",, the ",..,,.l - _ end pt.ftIm Iislied on the right , "MSHTO' , "ANSI" "Alm4" "A.'IW "AVINA" "CESA" "CGSB" "CSA. "CWB" "GC'" "MOE" "MTC" *0- "MU'i'ctr "OP$" -"CPSD" 'OP8$ "PEO" "SAE" "SsFC" "UL" "UlC" GC1.03 t.l1lUk..Asso ~I ran ofSt8leI..I8}.TnIIt........l:l6..Il on.:r Ie . 11m a..fl~'r.IIIISlah..II..* /Wedl:8I)$oole\'fDrTesling _,It " ilk ~WireGluge . An~~..;..,_VVIItIt,WarksMS(~. .._ 1) - ClINIfi!'lI' illllilllrl1lgSlandaNs....8IOf:iBl'1n - cenl -',68111I'. _... BaIrd Cali..... Sial . tl!iir N11~(J..II<,.. ClIllr ( .. Wel n o$lkn8u GIlt a ill Col\dIIione, MinIIiIry Gf.. EtwiroIlInent (0nliItI0) . "'''Gf T._ e, 1tIl*\km (0nlIri0) "'yofTtal,11 TrIn~ M8nuetGf UnIIltm TndIlcCol*lfOevicll&. pub/iIIled br MTO 0nlIri0 PRwlN:lII SIIIIId8Rt . 0... PI";.MlclllII Sb..d8Rt D_..iIng ~hPiG:,illf~1 fil1and8ld Spdo" ., PrdiU1JIlliIl alP i irS 0nlIri0 Sc,;_"~ I:ngInBIIS S1i! I~"""P._ Council Unci........ L.lbIl..tl:Jies - UnlIeI6fllin ~.A.liIs c..-. GMtIIr _ .11I...... AI PI NIlUl .01 Rererenc:e$1D the Il' '~fine or singul8r aWIIJIOUt the ConlnIct ~ "':be~ to irlcIcIdItk flWl......_... end vicIt ___ the COlltext.... . GC UN Ddl .~... .01 Forthet'lllPfllnClf1hlaConhlctthefc.llulngo:lel!lLlIlc.t~eppIy: ~~,M"IW."!J[j;, liun. the tIIlld mil II \ili>_4oflhat q.......... ...'nIIIIcI.... otihe . Wolk. ' "' ..."i . "'1 I liD, .1'lll1.,. .ru,t ll':l~ 1,._ "c."_. .-;.",' ,-', , '->:.~- :' , AddIllQMI WOItc means wort not provided for in.1I1e COlllrad IIlCI not c:onsidered by lhe COrItracl Adminlstralor to be essential to lhe salAfo..tory COItlp1el1on of II1e Conlract Wilhin its Intended scope. Base: means a layer of material of speclfiecI type and lbickness placed immediately below the pavement, driving surface, finished gnKIe, curb IIlCI gutter. or sideWalk. Certificate of Subcontract CompletIon: means the cel1if1CoJla issued by lhe Conlnlcl Administrator in aoc:onlallC8 Wilh clause GC 8.02.03.02. Certilicelion of Sllbconbact CompleliorJ. ee. tIIh..4e of Substantial Performance: means the cet1ifiCale issued by lhe Conlract Administrator at SUbstantial Performance. Change DiIwctive: means any ~ iIls1rucIion ~ by II1e Owner. or by lhe Conlract Adminlstrator where~ aulhorized, direc:lirnIlhat a Change in lhe Wort( or Extra Work be perfonned. ~ Change in the WOItc means lhe deletion, extswion. IncnlBfe. deCI! n~ or alllenllion of lines, grades. dlmellsions, quanllties, methods. drawings. subslllllti" changes in geoleQhnlcal, subsurface, surface or olhercondltions, cl_1geS In lhe characte.'oflhe Work to,bedaneor materials oflhe Work or part lheAlof. ,wlIhin'UIe Inlended scope oflhe Conlract. Change Order: means a written amendment to lhe ConlIact signed by lhe Co.......... and lhe OWner. or II1e Conlract AdministnIlDr wtl8RIlQ aulhorized. COV'IWirIg cOlllingellcle$, II Change In lhe Work, Extra Work, AddilionaJ Work and cM1ged subsurface oondIliQIls,8IlCl8$taUllIhing II1e besIs for payment and the time allowed for lI1eadjustmentof lhe Conlract r-. Completion c..lIftcate: means lhe certIlil:ale Issued by the Conlract AdminislIator at completion. Constructor: means, for II1e PLWpOSe$ of, and wilhinll1e mllUling oflhe 0ccupeIi0naIHea1th and Safely Act. R.S.O. 1990, 0.0.1, as amended and arnendrnenls ","",lito. the Conlnldoc wI10 executes lhe Cuodl...A. Contract: means lhe undertaking by the Owner andlhe 00.41........ to pllI1iorm lheIr IeSpeclive duties. l'8$pOl1SibIlilies and obligations as prescribed in the co....... Documents. ContrlIct Admlnl$b.th.r: means lhe person. ~or c:ol'pOl'Illioo designated bylhe OWner to be the Owner's repre&er1l8lMt for the purpOIlS of the Cut\tl-.L Contract Documents: _ lhe execllled ~ btItween lhe Owner 811dlhe COubactol', the Tender. the General Conditions of Conlract.the SUpplelrJenl8lGeneral CondIlions ofConlract. SlaftdanS SpeciIlc;ations. SpeclaIPrtwislons, Conlract Ol_..ings, .Ildc;IlInda incoIjlut....s in .. Conlract Document befote the execution of the Agreement, such olher ~ as may be IlsIied In the Agreement and subsequent amendments to lhe Conlract Documenls I1IlI$ pursuant to lhe provisions of the Agreement. CQ,.b...t Drawings: or Contract Plans: mean draolI!ings. or plans, any GeolechnicaI Report, any SUbsulfa<:e Report 8IId olher reportS and infonnalion pl'OVided by lhe Owner for lhe WOIt. and withOUt timiling the generality thereof. may inclUde soil llIo11es..founlItllion 11M l1fgalion reportlI, reinfoR:ing sl8eI schedules, aggregate sources,lists, Quantity Sheels, crall IS cllons and slandard drawings. Contract TIme: means the time StiplIl8led in the eo.ltI<1iet Documents for l'lo"'A<4iaI PeIfonnance of the Work. including MY extension of Conlract Time made ~ to the Contract Documenls. Contractor: means lhe pl!lrSOII, partnership or COI'pOI1Jtion ~19 the Work !II lde.difledin the Agreement. CoaVoIIIng Operation: means any c:ompoItenl of the WI& Whlc:h. if delayed." deI8y tlle ~ of lhe Wont. PIle 2 OP$.......ec. m'lnu'c...t~T.1 _,. ..1 0..1 I I I I I I I I I I I I I I I I I '" . ---:~:,:, .--' _:>c':---< ,I ~:>- - -.,: '.' I " .', .. I I I I I "1 ''-'', I' , I ,I "I .', ' ,I f 'I " )f .. > "c "I, .. "', "', ' COIItPlus: see.,...' rrrVJ1 W'. CIat-OffOale: ~....;_.up to which paymentWll"ll'llIlleforWOltt~ , ,,~ .Daily Work Riw..: "'''HI.., ttecoIds deb.lilr..... number and { i ,~ilIi,(l( 44'" ...--, workIild or: on 11aodby;,1XPIS and qwIl'" of EquipmlnUnct numberofllOurs in ~Ol'.llIl(1dby;'and . illlu/flliOO_"ll1IIIl <<Ill rillluIIIIzed. ' , Day: I11ellflS a cilia" day. ,......: cot PIns: __.any Contract 0nIwinp or: Conlract PIIlns or .....~ OJ.,1Ings fJt WoII<iIlIJ Plans. or any lepI"'!I;IiO;lS of dr8wings or:", pedaIning tEl... Wedt. .. - -. ..- Ell 'II ]'.nt: ..... med:liftery and equlpllMl.... for preparinJ. fIIl,f... GOQ.&,_... .- _Walk and nonr.... .....i),.J4dtEl as construction ..... ~1I'1 ~ ' , '. " ',: " , EHIl l,Ih; l1l8Iifn8:_ult 1JI~unof"qual&yor:~d"'rV."Ork~IU.p.n..GIl"*,e,il "-WprIcmieens lIIIOIkillll pnwIcIed for in the O-".....l.ar anledtiutco';:' J".,!lf.c....~ ~oI._l.tIL, _.. .allY lIl~to ...'UtilfUIllty OOIIlFI 1'1lIl\ of "'~,d".1l1L,d ,8ICIapIf., Incllldillg..lIIIlIinti<:lrll(.....AiQuIred tElcomplywilll"ltlil' 11 ...-NlI' r ~ -.WfllCItl Ill).fla\ll:lltt. ' FInal ~11!l.1IlI" ~l_.J: means the .....lIfU. /eIUecI by .. ea.__.l2illi:c.l R'. finel Ajxeptri!'i08 of ~ WOlt. ' ' , FInaIMrnt .[1 In t: meensaoon... e-JIllI1DNl"",psAKI1ly"'c..I,lf l;~U L ! ~ tllG:AiRO the~1tiIif4 unit pIiiilIIsanct tiIleIl dCIIIer arIIClUfIia of aIll1iems of WOItt't...I..Jii(~1f ....... c..\.~~~' ~~iIl__...._ Extra Work.... set out in .....;1 nl......JlCIftIIlIY _-r'n. " ".. ....Aerrr r. ......... f' 1 iaI". " - .. ~lIhnlrl.l Alt. .- a report or: olher ~1I'!lrmIIiOI1 idanIIt~llI' .... .. -paRd -- '~ldiI/l.JOlI'In""d'''h''fi5UJrIe-': J.1i~ora ' Gnlde:: _f!:la..lIl4& h.oftll8llllrtoUhewortc. , HInd TooII: lneMJ.tooIIthat _ 'ilQI1lIl'lOtlIy CIIIlMl fDaIs or'impIen..ofJba...._ If" n*' ... pclW8I' taoI8. ' MJwh~,t meiIn$. ,*M__ public highway any'" of\'!lhlclnis i1i1111ld1c1 for.or: "1ly~""'" publicfclrl1eJI geof_Ic:le..nct.Jncll~iha"Il'.faenthe""'Jll~ 1111 ""l;Wlf, , ", ',' -', ". - "," - ....8um.1tiIm: meal,le. tender lam incIIcalin9a~ of the VItc:llk fotwbk:lt paynlIIIt.wIlU. ft.ctut ........pIrle, "'entis'notbeledOlla" 1 r oredquenllly;" ),.......t 1i~_-gIVe& In ... ConIrallt Docum, 1 ' MlIIor _ ._-.__ _that hall. va"';.I" J" . ~ GIl..... t1t"'.......1lt (rf:WH , tender quantIly, whIc:hMf is ~ flIIger. muIIIplild tIy Is tender unit price. whk:b In.. jr."Hr,*, , the-..ror. a) $1tIO.000. or ' b) 5% of -..... tIIRlter value caIcI~~I.ItOll" basis or "__,of ....i f jlf " ... ' qINll'!IlI18 alld'......-.pIceL , , ~W~l1IIk "'MIll ft rlllTlJl. II 'lIll"". aquipmIlnt....Tl11 .. """'''19 PII'l "'.Wadt' -~ - ;--' ';~ ", CN\.....ft,l., u ,n .'1011 . tIT'" ,...,. OWner: means the patty IG the CtAobodfor whom the WOI1c is being .perfonned, as idenllfted in the Agreement, and incI\ldes, wIIh the same meaning ancJ Jrnport, "Aulhorily". Pav4lmellt: means a weill-ill course or courses pIa<:ed 00 the Roadway and consisting of asphaltic concrete, hydraulic cement QIlIlClete - Portland cement~, or plam or road mixed mulch. Performanca Bond: means the type of security fumillI1ed IG the Owner to gulll:8nlee cornpIeIion of the Wor1( in IICCXlIdance wilh the Contract and IGthe exientprovided in the bone!. Plan QuantKy: means that quantity as CX'lI\'IPUled fromWllhln the boundary lines of the Wor1( as shown in the ContJact Documents. PlOject: means the construcIion of the WOI1c as conlelllpIaIed by this Contract. Quantity Sheet: means II list of the qUa/l\llie$ ofWorl(ID be dOne. Rate~ Int8reIt means the I1Ite determined by theMinisler of Finance of Ontario and issued by, and availalJ!e from, the Owner. .....-.;..~.~ Records: mean any ,bOOks. payro8s. accounts or other infOOllalion which ... to the Wodt or any Change in the WOlk or cIain'ls 8ri8ing therefIom. ~ means that part of the ~ designed orintetlded for use by ~ lrafIiC and lncIudes the Shoulders. Shoulder: means that po\1iOn of tile Roadway ~, the edge of the waaring surf8ceand the top inside edge of the cIild1 or fill ebpe. SpecIal ProvlsIonS: mean &peeiaI diec;lions conlaining l'8qulrements peel diar to the Wor1(. Standard Specification: means a standard prac;lice 11lqUired, and slipulaled by the Owner, for performanee of the Wor1(. SUbbase: means a layer of material of Specified type!llld tI\idI. ItS ~ the Subgnlde and the Base. Subcontrac:tor: means a person, paftneIShip or COfJlClI8lion undertaking the execution of II part of the Wor1c by virtue of an agnilIIITleftt wIIh the co......... '-b. Subgracle: means the earth or rock SIIIfac8, whether in cut or fill. as preplIIed to support the Base, Subbasaand Pavement. .~ . . . Subsurr-Report: means II report or other ihfomlllticln identiryjng the IooIIion of utiIlies, conc:elled and adjacent structures and physical obstructions which faIIWllhln the inIIuence of the Work. Suptrintendltnt: means the Conlraclor'slllllholized "!II lklllve in 1'MPOI....c:harge of the Work. Surety: means the persoII, parlnersIlip or oorporalion,other than the COlIlJactlr, lcensed In Ontario to transact business under the ~ Aot. RS.O. 1990,c.1.8. as ~ executing a bond provided by the COnIractor. Tender:' means an offer In WlfI/ng from the COntractor, subn1Ilted in the fonnat pnIICIlled by the Owner, to oompIete, the Work. Time IIld MaterIal: means ~ <ektllatfld IlOCCll'dlnftodallse GC 8.02.04, Payment on a Tine and MateriIII Basis. Where "COlt PJu$" and "Faroe AcllCIunt"_""they IhaIbIM the ..... nMlIII1lng. .... ClPIOIolenllCI -. . af~. Srpl1.1bel1l1ll8 ..1 ..I I I I I I I I I I I I I I I I I I I ""I, ~:~,F',...'..:-:" I .," , I I I I I ,I I I I I I I ,.1 I ',..,< ~i!; - UIlQIr:: _ an IIIV! IIII'IUlul or ~ faciIllylllll!lltainld by a-..r, ~. JIll. ..'lIi1l1l111ilritt, or ~....,.and......... sucbas UlflilaIY __.1IDdn .....'.: ~I';' .... ~.t........' , ' ..........~~lindcable1eleNillllln. . ". . " WlInaIdr Pedod: meII\S \he pqriod of 12 months fnlm \he dale of Slit utrnfllf f\..J*.*1C& or sudJ. longer 1*lod as ..., be S/l.fICified for aIItain MaledaI\S or some or all of lheWOrk. VltlI'la,IfIR! of SubItIIntiaI Performancle . not esliIbIished. the Wemny Period sllaIl c:amIlIIIlCe .. Ibe date of CompIeIlon. Wort\: meII\S the tolaIOOCIIINClion and related service8 ftlqUiled by \he Contraat ~ Wor*t ANa: meensal\he ....and~oracquiNlc1bytheCwller'(ot__tn~ of the Work. . . .' ' "'1dI..~ means any_. a) ellICIPtsatuRlays. Sundays and IlIIukIry hoIidIys; , 'b) "~a'DlIiY "~'bY1II8 CoI*et'MninIlltrall:Ir'OR~.III'.~..iIoN by . ~_<<".w.IO..8\1!l1U1li11gi"lIIll T .t. , " ,....~ 'O):ifl rb7LFcirtlle _nil oflh/& delir... ...tIbe a Day'c1l1l1n'fwlllllllfll*Q4l _,cannot fIR)C! IIf will III .... 80% of \he flClI1l1lIIl1bc111' and ecM-lliIIfIt __' *~-_I. ,. on lIle to.lIldlns Ol-~ for IIlI111t 51101n; c) elCCIPla__wI1Idl\heeu.e.al)j. Ple_~fnlm proceeclng wllhaC<lh'~,Opetlllion, as dlllrmilled byllleCcl..IIutAdlHlililll-.c by nlISClI\ of. l. any bnl8ch of ll* ec. LfoCtby \he Owner or I such p"MoIfon is due .Ihe Owner. ~ ...... :b h/RId bye-Owner; OI'an enlplDJ" of any - ofthlm, orbyaR>>OM....**'9 on lleI-'oftheOwner. i. on-cIelMNy of Owner II. p,111I J'i'lJtrJ1ll5, lit. any CIlUIe ~ _ ,Ibe ~u,o,1IIbIe conlI!:lI of tile Coo.b*ltor which can be _!II 111 I If by tile c...~1ID Ihe 11II1d~ of \he CuntJactAlImiulllt.aloI. W~II"Dul...~orWG.tT ,.....: _...D\.L...i1l11&or....~by..~.. fortlJe ell8GUIian d \he work and may, wIIhout iiIllIling \he ganerIIty \hereof, lndude ....Iltn lIt~ plans. ~ lloo'$-llIon plans. 8bop4l"",fngs, 8bop.... or eIeClliM clilgrlMS. ' GO t.t6 ...n"l lIII~rfamnnce ;01n.~.ll' ~ Ulrli.:peI'IDImId, , ,,' II) ~tIle\VGIIClD....pedoInl8ClllndertlleCudb-"or aSlM'IJ~lli!_...,....~for~ ....l:MIina.... ""the fIU'IIIClI8 if ll.n ~ ... tI) wtlefltheWCMldO.!lliI,.piIrfonned unc!II"1he:COnlrac:tis' (....' O't.ton '11.0..............1$.. knoWIl~.~Clf~~.notllllQtJlIn ' " I. '3'Jf.d....JIOO.OOO Of \he Contraat.priQe. i.~d.._$5ao.OOO dllle COnlnICtpdce. and i1.1~ of" b ~.FQltd1he eu.eac;tprica. . .02 For the plIIJIc,"'dJlilConlraCt. wheIe the WulltOl' 8 S'~ tL 4i8I JlllftlhenJofiStq'iWtor"9l'iI 'beInt uaedfOr1he purprllll illellcled andlhe remainder d tile ~....tle.~.~Ullj , ~~ .,.fI:1r HII"....~ tile ~ of tile eu..~,<<''''.'~.lIl1d''lhla CuottioldQ, ....1IQt1OCOIIlf.II18 tile Wcirk .~Iy. tile prlctd_~l . .orlJl",~I~ ~. to 'bll1ti'ff'J ~and AIqUiNId lID QOI,,~IIII, the Wottt 1llIil..4,*........CoI~ prlctlnll.Il.~Bil!'ll!lil_~ICI. ' ~.~nr..,O\; llr il!!lfC '"''f.lIIU ~ ""'5 ""'-,," ,..-'" GC 1.0& CompIeIIon .01 The WOlf( shall be deemed to be completed and HMoes or MIderiaIs shall be ~eemed to be last supplied to the Work wilen the price of completion, COII'8Clion of a known defect or last supply is not more lh!m the lesser of, a) 1% of the Contract price; or b) $1,000. GC 1.07 F1nalAc:ceptanCe .01 Final Acceptance shall be deemed to OCQIr wIlentbe CoI,~ Administrator is satisfied that, to the best of the ~ ~inillll"""'s knowIec:Jge atll1at lime, lhe Contractor has n!dified all imperfect work and has discharged all of the Conlrac:lor's ~.lt1$ underlhe Conlract GC 1.08 interpretation of Certain WonIs .01J}le words "ac:cepI8bIe", "approval", "authofized". "considered nee lilly", "directed", "required", :~-.~. or words of like lmport, shaI mean approval of, dlrectlod. Rlquiled, consideIed - - nece5SlIIY or auIholtzed by and aa;eplable or satisfal;to.-y to lhe Contract Admini.... unless the context c:Iearly 1ndK_ otherwise. ..T.',_.,,"' , ..".- "-Ie , OPS......eo. -I" _efc.nce.IlJU .....,_ -I " il I I I I I I I I I I I I I I I I "1.. . ",..1. ~:'- < -'._,'-~ ;~I ,~:I .1 I :1 '1' ,^ : I I I ,I .1 ~> I ,'I, ~'~- - ., ",I ,-, ,~--- 'I ;:-'- " ;., \_ f III ~"GCu .,Q III ~.__00ClJ11I!!t(ft cae. 2.01 F1'llJ1f~oeQ.dll_DQlmmlJl" .01 11IeOwner .......... ....Worma\lOnfumiltledlR.. Co/llnIctDocll ru.....r It .~ wIUI ..foIIaW;.'lg llril r ~"or_")'IIIS. ' .' - a) The IolAdiIln tI- .lilt". ....vo.."M uIIIIies whlcI\ wiI'alfect .. WGltt ..1M. ~ to a ~....Ofi . - - - . - '" -- L 1 m ~ltaI and i. 0,3 m V!IIticai b)'The OWner .. not _"..ll "...~ d cIaIa or ~ ~Ui"d... .~~urfaca Report.. rl!lllit'- for...,..~ dthe~__dlld8dflomthee.~bi; ~IJ 11 ;_ c) Olherlfomlllllon.,..,.. ~ ............ flom.. _/Ilolty. ; GCU2 . QntIrc!ff\(Udll,l(f .01 lit.. event d., '\l.A.llflCy or "",At In the conlIlI1IS d lie' lIIw.JOg. ~'r' 11'-' .... docUmenI:$'" ....~lC6 and govern In tIie roIoMng onter: a) Agreen_ b) AI:kI.BdI c) SF. rfllI f'Rl.i.'r.r\S d) C<lo~ D...... a) SttIaCl*d S'1I ~ .UnDI t) Tender ' . 9) .,~."GIneI'llfCor.-ons It) Beltei81 ~1l>lS i) 'WGIki1l(t o._.r/llJl Latel'dIlfeS.el8Illiowrn wIIIIn aach dthe above- . IJElIies ddocumenls. .Q2 In '"' event d .any ..;0.4_ 8IftllIl!J or il.c.A I" 1Cy in the inl4J. IlIlr,raltcMlt ~..Ji}'TiJp... the fClIlowing RllI8 ... apply: .. a) DimenlIBI.........lR.....OIl a.DnruIIng.... govern whele:theydllflrftam.,Jf . "~!l11ceJ86 flom lbIur_lulllJll._ b) 0I~of",8C8Ie""govern_""ofSll"srscaJe; C) DelYhdDrawinga"JCMIII-geI-.~;and '. ' II} :o.u..inp d............ govern _....of ........ ill...... RIM;- .os'1I\ the ... at"'OIlllllllin the ~..... d ~ ldlIrd$pe(Tr"rJna..RlIl:ri..... of PNlCecl'IIII>>-"tlW8ftt ' ' .. ,-' a) 0ntIri0 ~ II' . $1 ~ ni Sj)ecilicaliolll; lIIen ' ~ Olher" lJ!ll;J, S.U ,lllt rllr'1l1, such _ ...~ by CSA. cess. ~_ JiNSt. and . _fareI1cect.... O.....iGPnwInciIIISl8ncIanI-~A...~... ,c " ' .04 The ConlractOll4lumlllr.. caonplen....daoy...whBtis requhd.bt ll\'Y.....:.".~. If ftlqUInMltly at. . , . /' - ", i "'.i- 'c!;-" ,-;"'- CIP&.......ll"T. '-'1 I_it f wI II .. GC 3.01 secTIONGC U-ADMIthI~'nOttOF THE CONJRACT Cl),dio-1.AdmInIatraWa AatboIfty .01 The Conlract Adl'ninisba,. will be the Owner's AlP! r !Illative. during conslIUc:tion and until the issuance of the Completion Certilicale or the ls$uanoe of the Final Aa:eplance Certific:ali whichever is later. All inslrucIIons to the Contractor ir1CIudinlJ, inslrUcIIons from the Owner will be Issued by the Contract AdrninIl.otl..... The Contract ~ will have the authority to act on behalf of the Owner only to the extent provided in the.ConIract DocuMents. .02 All cIalms. disputes end other malIllnI in questionftllBting to the perl'ormance and the quality of the Wom or the interprelaliOn of the Contract ~.1h8I be referTed to the Conlnlct Administrator. .03 The Conlract AdmInIstrator will ilSpeCt the Work forb confonulty with the pi-. and specific:atiu,lS, 8!;!d to record the neremI)' d8la to eslabIish. P8JIlIIIl1t quanlilies under the schedule of tender qi:!antitles and unit prices or to make an aseessmentof the value of the WOOl compleled in the case of ,~mp sum price cor4I-.t. ' ~~ . .. .. .. ." .04 .The Contract Administrator will de....mlne the amounts owing to 1he eo........b... under the Contract and will issue certiIIcates for payment in suc:h MIounls as provided for In SectIon GC 8.0, MelIsurement and Payment. .05 The Conlract AdministnItor will WIlh I'll8SOIllIblll p1ompln!. S nMew and take apptOpI'~l action upon the eo..b....h.n.s subnlissioos such as shop drawings. pcoduct dala.' and sample$in llCCOIdance with the Conlract Documents, .06 The Contract Admlnisttator will imeSti9_ an a.s~".lSof a change in the charact8r of the Work made by tile eo. oil....... and Is.- appI optlab.lnstFuctions. .07 TheConlractAdmlnistralor wilt pcepere Change DiAIctlves and Change Oniers. .08 Upon vmtten ~. by the CuI"........ the~ AdminIstnIIor and the Conlulcto. wilI,jOinlly conduct an Inspection of the WortI to eslabIish the dale of Sl~llonllal PeIfoIM8IlC& of the Wom . andIorthedate ofCompielion of the Work. .09 The Conlract Ad... oWl.... will be, in the finst ..... the ideq).... of the ConIract Documents and the judge of the performance lbereunder by boIi1. parties to the Co,.b-.t. hl....~1S and del;i$io."1S of the Contract Admtlll811-.. 8haIl. becorllilea.- WIth the in1entof the O"'..-.l Documents and in making these decisions the Contract Adi..lilA-.. will not show partI8IIty toelther party. .~ .. .. .. ... ~~ .10 The Contract AdmII.......... will ~the authoIltyto rejact part of the Work or Malto.! whIc:h does not conform to the Contract Documents. .11 Defective WOI1c, whether the ...... of poor worjqllMSlllp, use of Mfe ctiye material. or damage through care/essness or other actor omissiOn of the Co,dl......b... and'whether inQoijlul.llod in the Work or not, which has been rejected by the Contract AdminIslrator as f8IIIng to conform to the Contract Documents shaI be I8Il1CMId prornplIy from the Work by the O"'ob....... and replaced or ..-xecIded promptly in 8CCOIdanoe with the Contract 00cumeIlls at no..ddilbUll cost to the Owner. .12 Any part of the WortI destroyed or damaged by suc:h ($M<OJ1lls. repIlIc;enIe.llb or re-execulions shall be Il1lIldll good. prompUy. at no addItiosi81 cost to theOovner. .13 If, In the opinion of the Contract AdmInIstr8tor. II Is 1lOt9'Cp8dlent to CDIT8Ct defecth/e work or wark not perfonned In 8CCOl'danc:e with the .ConlnIct DoIUnenIs. the Owner may deduet from monies otherwise due to the Co,.adl:ll the dIIl'Innce iI'I' v.iue. beti..I8lll\ the work as performed and that <:ailed for by the Conlnlct~. PetIe. 0Plt......ea. -. orCollll.t- fl.1 ....,.. _.1 I I I I I I I I I I I I I 1 I I I I I I. .--':. ,. f: }~: _ '1; a I I I I I I 'I -', : I I I - ~- I I ;,,:, - .,,' '-:-> - I 'I" '-~:' " I ,"-"'-..\ .14 ,NOIlriIh I ~.. In;llclk!M ... by .. c.on...... "'-.1 n~i' orelhe, ___~_ 0lIffllk~. r or..m8l*.llIf...,~b1..Owner. lhefelknotlheC(.tI'_,.~Jtr.U,kll. nljecltanyrlllh:li\Jl.1IlPrt ,or liT II!~"" notcqJ""" ". ..... of ~r ,I"~'. n ~ ' _ . n - ,',_ _,,-,,", .15 The Conlnlct, .,.1...-.. will '- lhe ~ to tenlPOl_.....RilN'....:!rir sucft rtfi''-,* 1Imea may lie IW: II -y to r. 7 'r the cIwlcldng of.. flOltiClDt1lt"'~. ,cGnsIrUCtion IlIl!OlIl or lhe i1S(*~ of _ padlon of the Work. There,""_ be _ extra oampen . r "for Ibuuspell8lon of-'<. .' . GCUI --',DtlIwiag$ .01 TheCl.:~ . ....&mIlVIfarfhe p1_....ofdelllly idlr t1fi1l48l1d ........14~ 0. t1P- eelled for by.. eor.nct Doc:umenl$. .02 The ~~ ... submit WOltciR9 Dr8l...to lhe c...~J!iIIll ., iU.""'U.lJ IMI8bIe prontplnm _fR ClIdetIJ sequence so astrJ1IOl...deIliVitt_Wo<< '-If__''C~lI'II''''lII' lhe c...ltIilOt MlliI-- so II!1Cllustr !hey' shIlIjoinllY Pf8fl- '8l\l1l8J_'" ".daIas for &UIln'Ill n" ~. 8lId.ftIIum of Wotlclllg OI...AlIgl. ..""",*" Dr8wInp ..... ""~!ilt pItnIIl!f term.. N. _ time (If IUbmIUf;lrllhe eo....Qklf .... notII't lhe Connct A4mi~ fn: wIIIIIO of any ~lan ..Ct.lllIiIIlt.._leRlB.__lit.. Wuoklt.t l:lRaw1l.... , . .03 1'he~.Wlifl:.L... will review and IlIlLm Wvfking DrawIngs in ""'~lllll..Wllln"lQl_ ...... 8CI1eilr "" or 0lh0I'WilIe. wllI1 re8IlOIIlIbIe prollpnen so as not fo.ceuIe.... .04 nt8 CUJ.lilllt AdmII....... IevIew .. be trJ chIick for QOolfoavilr fa .........JOd- . Q81l11'8lMalllUu_ ~ _ aucb nwlew ....ftCt.......~ II <f oftr U1. ,,;Wir:4IR'C!nl or wlllIelll lit... wo._ DIal i'Igs or of AIIpC~'fi'.IIltt for rneetIlW- ,,... 1 J ~".""<Nl.W DOllumenlsur_. *,,1b.1aI OI\lhe "'VcA~DoIIiIiIi" '-'-' ~tft"""'_c...~ Adhtit~.- ,- ':, ''''n-' .05 The ~ ........... Cb8llgas in YtUIdi"'DiI...~Ip..... ~wAdllliQlllj . ~ llllly. require ~ 1 n lit wllIt the Contract Documenll5 and reeubmit lIIIflIlIs. ~-. AuW ." lie Ct,.i..... AdI,.lIi.llilUr. WIlen AISlIIImIltlng. ilia c........tor shII notII'ttlec...w_MllIf:il.l.<rrln ,....lIf...niLl!li..olhlJrlllan..."'1I r lllbytheCoA.C,\dhIil'- r'"- ',' , .0& WodtNU.. to Ile WYtIdl", 0rIIwin(js .... nat.PIOQ88d unit.. ~ 1\' f. ...... tie. eIgned _GelilMf.,,1le ConIr8ctAdmlnilrtJ~'Jf and n'" wllI1.... "ft&JilIItlI.. ~ ',-:,~ tlt"'.J;:.)td.- ' . , . .07 The ClM4d411lo .... ....Hln... of the NVlaiIIId WcilIldlv 0.._ ......~.... .' ...tle... at: altimas. ' ,. '. " . GC3.03 ~oftllec..."""Adllllr" T IIIortID MOl'" 1It1111l. .......... >- -,.-,. ":-,,,-- .01 The c::onar811lll'...... ......qqu_d in WIlIlng.'" TTl1ltlc'M'fR"ltI"'IIrJ;"~ .li!Iiilf,<<Wlll'k force at M'/"''' Contnlc:tAdmluilllholklf lXlrIlllters the CoI~acIlIIna;to_:nere. or c:tam8lIill9lo eIlhIr the WOIIc or ......'" .... ~ 1 or the "Nionmenl .Q2 1'heCOl....... wtleQ.reqllllllrd in WIltIng. ...the sequllJC80f II Dfll.JI'j .._...~ilOt io"'lo,llll!Clid ~encewlll1 work beIa8 .....~.o6d." olIlIn. ' ,.03 Nel. ~ ItnellljJ ..feN I,r-,lhe c......... .... enIUI'It" II,. m]!l ,..., plein rlfLlllS. aAd ...~tlor... IYUI:iJllucllllUlllllhoutlheWOrk. ' 4N. ,.'~I 1Ii'1.IUl ,LM 1'.1 ,r.. ...... " GC 3.04 ~S1I\4.'''_ ~. .01 The Conlrac:t Admirlishclto. has tile right to ~Ie tile ~"ce of 8l'I ernef:genCy silllation. and when such an emergellcy situa60n 1$ deemed to exist, the Contract Administrator I'i1lly instruct the Cc".b....Ulr to take action to remedY'the sIlualiao. If the Conlraclllr does not take timely action. or if the ContIactor 1$ not available. the Contract AdInilrilib..., may ditect others to remedy the situation. .02 If the emergency Situation was the fault of the Contnldor. the remedial work shaH be done at the ec...badxl(s expense. If !he 8II'ollIlJ8IICY situation was not !he fault of tile Cot,badioi, tile Owner Will pay fQr tile remedial work. GC 3.05 Layout . . .01 The Contract Adrninil.b4lur wi! pIOVide baseIlne IlI'Id benchmark information for the generalloaltion, ",~ and ele\atiOn of tile Wol1<.The Owner wi! tie responsible only for the COl..er;tness of the , "~ provided by tile Conlract Adminislrator. . GC 3M WorIdng AIu ---~, .01 The COntrador's shed$, site oIIices, kIiIels. other leIIlpQnIIy structures and storage _ for materlaI and equipn IeI1l shall be groupecIin a compact ~ and mailltained in a neat and orderly corIdillon ataR tirMs. .02 The Contractor shall confine his conslruclion opeIations lD the Working Area. ShOuld the Cl)"flw.... require more space.lban Itlal shown on' the Contract" Drawings, tile Cotdlacll)r shaB. obllilln such space at no additional COlt lD tile Owner. .03 The Cot dlactor shall not enter upon oroccupyanyplivate property for any purpose, unlells the ConIraclor has reoeIved prior written permission from the property owner. GC 3.G7 Eldlo...... of ~ TIme .01 An appIic:ation for an extension of Contract Tine 8tlaII be made in writing by the COntraclor to the ConlnIct AdminlslIator 8S soon 8S the need for 8Ql:h, ~ becomes evident IlI'Id at least 15 Days prior to the expiralion of the Conlract Tine. The. .application for an extension of Contract Tine shaft enulll!llate tile lU8 DilS. and .. the Ienglh of extension requlrecI. .02 .Cin:umsl811ces suilabIefor COlISidenllion of an extension ofCOnlractTIII1e.lnclude the following: a) Delays; See BUbsecflon GC 3.08. b) Changes In theWortc: See cIauIe GC 3. 11.01. c), Eldr8 Wort<; See clause GC 3.11.02. d) Addilional Work; See clause GC 3.11.03. .03 The Conlract AdR1inlstrator wII, in COnsidering an appIitation for an extension to the ConlnK:t Tine, take lnlo IICCOI.Ilt whelfll!Ir the dellIys,Changes in the WOrIt. Extra WorK or Additional Work involve a ConlroIIing Operallon. .04 The Conlract Tine shall be exlIlncIed for such addilIonallime as may be recommended by the Contract AdrnirdSb..... 8IId deemed f8lr and AI8SClMbIe by the OWner. .05 The terms and condIlions of the Contract shaH eoIltinue for llUCh exlension of Contract Time. ..... to OPS......ear -. at c.nct. T .' 11M 1_ _.1 ..1 I I I I I I I I I I I I I I I I I I~ ~,,::_ _ -e , ,"~I" , ~ " ';,' " it"I'" " ':', ,'-^ " ~"I~ :_;-':," - I 'I 1\' _ ",",' , ~ ' "I, I I ~:I ' i!,,;' . "".- y', ~I 'I ,- - , 'I~ :",'___, r. ~,:: 'I" &~ - :LI ,', -.>: i- - ",' ~ ,'"~ -~ [1 ~:I< ,~:~,~- -"- ,-<' '-0''''- .w. D 'I~. , .~ tf.heJlIL.~ i\(~,i11l1r[~d Ia'" ~r ...llol......WDlkby. ' ',' "" ,':,":' .)... -.:f__ _..~..... eI'Rlntjn:lheConll-=t DoClIIhIJ...~._of:lillllIH.i,._ owner or tonlrc:t fl!dlldJ.idl:.AA. or enyone ...~ or eIl9"" .....1Ili:~.,:M~ ,~t ilttr, :' ~fto1befllDlllJh",oflheConll8ClDoQuf~" ',':" , b) <<_ ............ by aCOll't or ~ .!JIl.odly. plQlIidecl1het1&lch 1lIder......... *' tIJe __ of. ,act<< OIIJII~n of \he CA_, II~ or "'l&._~ot~ J it .1ll4IV~" CuI..- dL ,lllJr Cll'i/~LstV. " ", ' "0)."~11 ~ ~~_il.ll1Kl..tlGIiceundlf..hf~GC7,..$)rTJllIlrnn <<"'.It; , dJ '" ur... ~ lIIrtlllher; or ~ .~ ~ ~ ~' , . _. ua+ lIilrrl"lft~"'.wilRll"",I'nGC3.1&,""'" ntr.f.iIIdI.' ' ....~..........._Alillllllnedtly..OlIIMr- fUll me_I' 1_~ .,fIle ......_ fitlcIl..... ~ ... in \he C!'I!t of an t1I1Plo fin.JoUft d I .' )Cl TilNt-dU6ID__lllllnfl MIltwadl.r;N~" t, 11:r" ."clh 1I rrl~. suIlmIellHil'Cll 110m l;t.A<<wnent C8IlIIllP 1n:'~II'QltgflUCb 1lI1.~ U~ ',,&ii~l j If IT ~ ~ '1'llNWllbeflOll\lllllIU(""rMlI1~'WilhIU~~Gca07. i= 1 ..d.(;l ,1 ~-..' .02 If the.~... J...~lId bfllllDur llrpr1el, -or Illdc-ouls.'__"._ J:t 1.' t:1m1u1 .. .1.Iil~n iI......mII.._.~r ......41 [1111'...10 liD fl,of....Q,i...J:l".. ~ilbelertlO.WtIIIh~CoIiIl*T.otllIr1.._~~~-1I.1-.~JlIl ;N:......., , th8ft._"~"'1ihII'-~'''. " ..:1.'.'''- ~tJ~__-;.1111 J.l... fit, CclMIlact '{lme; to 110_..... ..... of CoI*Ict TlIIla ""'-1_ ,~ , '<the ....._event-~Mn.TWI\he deia)'. unI8ss...... dlCIeNIiOn .. *~II1.tIy_ .Tht.' COOtI....... ___ 1 flI~ illtlO pIIyment for<<lllltncurnld ........:elF... __ _;,. ....lIiIllil....lIfutinJlilby..Owner. ' , ,. , Gel..., ' JilT18_.nt.n~o A.1. .01 llIe c........,...... not"" \he ConlnIct. .... ~,1lIIItoIeor ~ .. 1II~ _1Il8~~ ,~T im.1lt' tlJeQMler. ~ " ",. GC 1.t0 SulIn . ~ 11!~by""C~lI. :'f.. llIe<:& ~lltll;'_"""'_anypertof"Wodc; Slijtct.tD"'_ tll,CiIl,JlIInW8tl1 ~.lpl~__fIt...~JiIi,llDclc:unwnla. ' '.', , " " " ,,- .-, ' .- . , . ": -, ,". . .02 1JIe~"'ilOIifJ..CoIlIrac:tAdl1"".fIr",."oftllelJl u lIu III tlJht. It l$!leb' ,_:......"tlJepertdIleWOdc;8lllUlletlllban* ."__o",iI'.:tin' .. ' .... "'~,. . .' - .03ll1eCc;lJlI...<<AdIl.lldld........... Willlin 1001lJ.-afftllClllptoflUCb'rW 11 ~;~XJlM"': ,J ;1.. . ._oded~dl(iW. 'f1wJl!lI'llMWiltleinl","! ,lIldwlllucWdll8 ~. . IPlfDt..JijL If Ln." . .04 ThaOc.. 11 ,.....,_ .O'lt\he_~"d~Owner.1jf~.?t!llt;11,lillillllK,_""':; been_U. .lI'd~.suIl-<:liM.GC3.1O~~"'(:lllfL; '. ~ .05 llIeGo.IlI *' ......11 fTW.-jIontllllhe'flgIllIrof.... pIII1IIS UIIdIr....CcitIJ,~:.t_.llPll1tto, _.-.Wlldt......liftM.llund1r..........and....' ~ " , ~, .", a) ..._...~,_Wilh..lnllllld.iI tif:b ll' ...~.tD ~lthera.,.......,..hl!Cl!I_ ill , 8O(,gIllllJlClUllltt..~_00cumen&s;.. ~'," ", , b) be...,_QlIPOOIIbIe .lteOMwfor.... onII..'Oi1S of......I\.b~ ...11.__: ot'~_~,tIlJ,ay. )JIdII1r~ employed by them. tor_ -'_1IJ1,:I" Gt~""H:.J/Iflmfl'" MJIIJW,,"'COIlItI [fo'. ..' "~,~ ~, '--,-. .~'.!-, '''<i> 'I 1 -,,"-,' , -:f,~::_~:-~,t;". L , ' ',-"- .U: 'C i'I lei ','l-.,r',-' "" ,'. ,.~,l, ".. f ," ,,....1-1; ~~ -.' ;"-"--C'_ - ',", i;:i"t~""-.>~-, '. - :.'f ,'~L~,'~;~_,;\~ '":,,, . ,-c. "",,-", ... , .06 The OwneI's COIISllI1t iii> ~.....-ng by the ec......b" shall not be ..conslnJed 10 NlIeve. the Col.II..cu.. &oman)' ~ under the ConCr8ct _shall not Impose any Iiabilily upon the Owner. Nottdng CXlI'lWned In the Contract OocIlmenl$shalI QU\e a 0......... IllIationIIlipbetween a Subl:oidl......., _ the Owner. 003.11 00 3.11.01 Changes Changes In.... WOrt .01 The Owner. or the ConInIcl M......... ~to aJIhorlzed. may, byorQel: In WIlIng, -melee a Change in the Workwllhout invaIldallng the ConlnIcl' The Cu,11l....IM shall not be requhd to pIoc:eed with a Change. in the WaIte UlliI in .-._ a Gh8nge DlnlctiVe. UpoI'Ithe receipt of such Change DiIectiva the COClIl...... IhalI pI'ClOll86 W.Uhe Change In the Work. .02 .J;be Coo........ may apply for llI'IextensIo.l of Colltl*Ct Til'lu(~""dillv ID the tenns of SlJbeection GC 3:07, Elltension ofCQnlractTme. .03 If~Changes In lhl!I Work AlIlde80lely ID QUlIIl!IIIeI. ~ for that part of the Work will be made <<iQording ID the QCIlldillClns specll!ulln CIlIuseGC8.0,.oz. V.,AdiuIls In Tender ~... If the Changes. in the Wottt do not toIeIy... iii> qt','J~..~ maybe nega~llId,..... ID sublecb 00 3.14, CIlims, Neg AiIIlhJ,lS..' rr -lie,,, pI!)'IIlII1t may be made aocordIIl/IllD the condItiOns ctll1laine6 in clause GC8.02.04, Pay/nllliton a 'I'lme and l1 1 1e18es1s. oo.~.11.02 , Iixh Work .01 The Owner. or ContnIct Admlo__ru. whele to'~ may insIructthe ~~.ID perform Extra WOl1twithout imIaIidaling the COntract TheCcil........ shall not be required ID pI'ClOll86 with the Extra Work unli in Iealipt of a Change DiNclMt.. UpoI'I recaipt of such. Change DiIectiva the ColllraGlOr shall pIoc:eed with \he Extra Work. .02 The Cu,........ , may apply for an exteIlSion of ConInIcl1'ime .-...dilQ ID the IIem1s of IIUIlMc;tion GC 3.07, Exlenslon of Contract Tme. .03 Payment for the Extra Work may be neg~.IIIb.JI pui$lIant ID $l1Ndon GC 3.14. Claims. Negotiallons, UedlallQa,or paymellt maybe ....jIlllCClfdl,lQ iii> the COflCIlIiol"Is QCIldalned ill clause GC 8.02.04, Payment on 8 T_ and r111",iaI8eIIiL - 00 342.03 AcIdIIIo.'1lII Work .01 ~ Owner, or Contract AdminIstrator wheIe soiWl!-..tzed. may request \he Col,tJllCIDI ID P$form Addlllonal WOl1t without. in'._1P.~ the C<lodl~.f" Cu,......... ..... ID perfolmAlkIItillfl8l Work. theCollb..ru.shaII JlRlCI8CI willi such M. ... Work upon receipt of. Change Order. .02 The Cu,1ll....... mayllPPlY for an "Isloh of Cu,.....TIme acoordltl/ ID the tenns of subOalil)n GC 3.07, Exlenslon ofConlractTlme. .03 Payment for the AddiIionat Work maybenegt'"n JlpuI'lIU8fIt ID ~GC 3.14, ClaIms. N89*u.,..II, MllIlaliOfi, or payment may be~~dil'lt to. the concIIlons cOfilllinedln clause GC 8.02.04. Payment on 8 TIme 8Ild,MII1r1l1J B8ellt 003.12 NotIMI .01 Any notice Permiaed or requInld ID be gMIn.1D lINtConlnlcl Ado........ or"~ in respect of.. Work.... be 'lIlImecllDheve~gMlnlD and nKlhIiId by .. .IIddI11H non tie data of deIMry 1 c:leIilNII8CI by hand or by flc:ei\lkbltlll1tJuiDl. 8Ild onlhe IIlh Del' ...tIe dlIle of II'l8lllng 111III by'lI'lIII. "'12 OPS__e lilT ~OfClMlllMt.II~ll 4....t_ .1 .1 ,I I I I I I I I I I I I I I I I I I ~I w, ;'1 ~: ~ ;" :, I ,I I I I , ~I ,:.1 I ,I I ,I I :'1 J : I ,I (j)"-, ",-.;;~-' '. '~~=::r '1~=~~~/::'~~'r!:;~~I~~'~~i~=. .. ~n6l'4of,ltIe Walk. . , .t.,>' .. In the cwent of an ........BCY .~""""" or aIhIr UIIlIIIl JlI8lIIIr the ~*Mt'M 11..... :<< the ' S-tp4Ikdllll\detlt _ _. verbII natce, prOIIIfed" IUCh IICltice . __.M In ____ 2' , Days. '.04 .,.,." IICltice 'il-~ ~1I t or "",-riled to be giwln ID the Owner or the ,OOnhCIDf _be tft/lIn' in ..o..on_. wilI\ltIe,llOliCleflClI,'''ian of1tle c...~ " . GCI.1J ,u....o== f.~'''_WaJkfrior......tI...lllt......Ir1'' ' .01' \/IIbInl-it 11__)1., " " !I JIJ IIIItlIIe in.the~~ DoclJmlI1ill....~;IIlIIW...~ the WOl1t Of' _.~ prior ID SlIt ~ ...,. t",,~...ce; P'llJ"1 f~IL8t.......~'Wl'tDIn. ' noticIt _been.-.to'" Col......... .(Xl llIe useor':109 FJ-cy.oftheWOl1t<<anyJllll.mllfbJ....Owner*to.. .. 1It!~. ill ~ sIlIlI not .::u' 11ll'!* 1ft .oc l. r r lC6 of the WOrk' or,... 10 0Il!~' "'111'\ fi1It. " ... use or ~ __Work sIlIlI not.....,. the ~411 ...... or the c.... 1.....,...,,~...__ , tIIat hell eriIIin. f1IlftII1 ..... flam the petfr..~ .Of.. WOlkin.,;f,' I." It..;Jlll.Ci;lo......, Doi:cIi... llIeOwner. be ~ for ...~ lhatOCGlR becafRJf:1he 0WnM'a use Clf4ilOClUf r !lV. .. __ ~ Of enyJllll of the Wodt by_Owner ~_.__Ihe .000000._.,'....,IieCORllIGtlt.Iicr..l . t 4In111" in'" d! .....,......_ the Cw\IOiil;l , QC.1.1-4. cae I......... "';lIlT I. t....,. -111.. MIlIIJllJn Co 'l'r'MIlC8 oU" WoJIt .01 UflII!Is theConlnlct ha lMIen temlinellld Of ...c$!1.t. the c...oII'dWsIlIlI in -r ....1Ifter . ..... _11\1_ _f1.~ 01 a d81mor __. .wedJa(ll' ......'JllIflIInlll.pl'a(U\lWllh ' .. Wlldt-will'____-.llU .~-.. ....l-.ood by1IleilW1lll,tIIIt...._...~ )11.41 J li r_.......may....' ' cae a....... "-Wd K.lplng ,D1 JIml'lo.- 'It. ............__ wOItt whtch may",1n . dIlm. 'the ~_~I.lt "iTlI "lIP Delly VIIoIkRellllldt....tIle....aftheWork,..1II11"1111t1l1ll1l .. . ..C:,.L:'+.....~_.. c....ac:lMmlr". l I", c..aIllIPOlIrlIyWOtf('l:l" .'W_UIIlfin'rrr 11 . .,..~lJia =.,..clIIm, ..ill ~ . ,,~"__GC8.G2.07. RecIftfI, '. .02 llIe co..acto. arid ..~AdmhlilotnllOr sIlIlIAlGlOIIClleIlelr I'U'lllltI.a.08lIy v,.'GIk RecioId5 on ._ belil..1D~ ....oftlleclailft,....,.lrJ. ". . .03 llIe rl1lJ11ng 01 0lIrlIy Work RecloIdr. by the <M-. ~M"" (ll' .. ~T 'l1 ... Of - DailY , WodtR.oo.<dl." ....aflle ~1iaCtl:ll sIlIlI__GllRIlru8d 10.""''''''106 of..... , ,")1 GC 1.14M ,'-;r' Jtl_ r IT ""11'I' .Ot llIe Coot1~...... wrblllIllIice oIqlillrallOl> whlcb may III8d ID. c:IIim:tlr -./i-'l_ ,Il8)muitlmm IT: ~:~........~...aftlle~ .,' , ' " . 'A . . .(Xl llIe eo....cM "Iln~fde wrIlIIR nolIca In tIlem-.. V bm "NoIII>>oIlilIIIIIl.:~r'l:r::.__ 1 . Dep 01 tile ao....,AII1ClmIIltol..., pelt 01 the \Yolk wIlIch may be I'l"" by.. 1llti.on. ' \' ON'" I~Cl ~I 1181<: ....-. _ *,_ .....11 ,':--' . " ,~.'l (, -', ;:>':'i..- ";".' , '.. " .03 ~ Conlraelioo .... submitdelailad clIiims as soon. nrsllIl8bIy ~111bIe and in liIIlY eveot no later than 30 Days after c:omp/etion of !he work ~, bJ lhe s1boalion. The detaileddain $hall: a) identify the ilem or Il8ms in respect of which lhe daim arises; b) slate,lhe grounds. <XlIIlracluaI or olIlerwiae, UJlOItwhich the claim is made; and c) include theRecon:ls mainlained by lhe COhb~$IIlPOIting such claim. In exceptional c;1S8S the 30 Days maybe RICH and ID a maximum of 90 Days with 8pplOVa/ in writing from lh\t Conttact Admini$b dU. .04 WiIhIn 30 Days of the Ieceipt of !he Co..........,.. 7'trhd claim, the ConInlct AdminislraIor may reqUEl$t the COhb~ to submit any further _otherparticu/ars as !he ConttactAdministrator considers nectO,sary to assess !he claim. ~ Cl..llt~ shall subI11il!he requested information within 30 Days of ftlCeipt of such request. .oif Within 90 Days of receipt of!hedelaled Claim, tI'le Contr8ct AdminisIralDr lIhaII advise lhe Contractor, in writing, of the Contract Admlnistl......s opinion with regen! lolhe vaIidily of !he c:Iaim. iJii, - GCU4.l14 ~ -~ ~ .01 -nie parties sbalI make 81 n m..l8bluMorts toJWOlve their dispute by ~ negotiatiOns end agrae 10 PRMde. witIlout pnljtodic:e, open and' limeIy oflrilsarnt of I8kwant fads, i1lfo1malion, and docunenls /10 fac:1I'...... these negclJel~ .02 Should lhe CI...~ II'T 9Ie& with !he opinion given in PIIagraph GC 3.14.03.05, with respect to -liIIlY part of the claim, the COnlnIct AdmJnilit,c4.r IhalI enter into .~ wilh the eo..~ to resolve !he mailers in dispute. Whele a negcllallllHlllement cannot be reechecI and it is agreed that payment cannot be made on a r_ and MlIlIeriaI.. in accon1ance with cIIue GC 8.02.04, Payment on a TIme and MaleriaI Basis. tile parties .... proceed in acoonSanee with c/8U$8 GC 3.14.05, Mediation, or subsection GC 3.15, Engineering ArtllIJation. GC 3.14.05 Mell~lon .01 If a claim is nOt resolved salillra.:tIlliIy lhltlugh !he, fIe90tialiun stage "*<I in cIIue' GC 3.14.04. Negotialions. wIlhln a period of 30 Days following_OPinlon glven in paragreph GC 3.14.03.05, and , the co.ltl~willhesto PlI/SU8t1le issue further, the parties may, \IPOl'I1IlUIuaI agreement,utirlZe!he seIVices of an independent lhiRl party medlalol. .02 The mediatDr shall be mufuaIIy agreed \IPOl'I by tile Owner and C(nlb....tu.. .03 The mediatol shlIlI be Icllowledgealile fe98RlinOlha... of lhe disputed issue. The medielo.- sbalI ,--~ wiIh !he parties toge/hel and sepa._, as n.n 11 r 't. to review aU .&peCIs of tile issUe. In a - fillilatiempt to assist the parties in resoMng tile fuue ...l88IIIes prior to JljooeedinIJ to art.Ibllliun the rnediah.r shall pn:wIde, without pnljudioe. a non.binding IIlCOI'I1IIlElI for settlement. .04 The review by lhe mediator sbalI be cOlhpletdwilhin 90 Days foIIcMing tile opinion given in ~ GC 3.14.03.05. .05 Each party is responsible for lis own costs reIat8d 10 lheUle of !he lhiRl party rned.tor process. The cost of tile lhinl party ~ shaI be equally sh8redby the Owner and Co..........'. GC 3.14.0& Payment .01 Payment of the c:IIlIm. will be made no I8ter than 30 Days after /tie dale of resolution of the cJaim or dispute. Such pIIyment 'IdI be made aClColling to the teIms of SecIion GC 8.0, Meesurement and Payment. .....14 opso.n..tlJ - ' .,~.t[.1 ....1.. I .1 I I I I I I I I 1 I 1 I I I I I I I i;.I~' , ~~z _ .- ~-> I '1 '.--c' - I ~.,I " I I *' ',., .-'--, I~ I I I I .'- . I '1 , I. I , ::--'- eo &......,. M,Lt - <<8J.hlI1I T ' ".", .01 ltIUlI'......&llIGft1lllren undertliS 1III:.~\lIlGC 3.14. ~It... q.,J~;t.~~I~li .".~ ..........<lll Lll.asafel'lllll r "lI'lorWlllnroflnYof_lU:h or . ~ _~~ ....l'O . \heparlies,proviilIrlIhlllUle AJql.li....oMIs setoutllt"IUll!cIion~tiIlIlIlf . ~ GC US ,GC3.1U1 IogIn..rintMdLIIIIIoIIft ~DIUI.II"'forDlOln' .......JlIl9ft .01 If a claim Is not AlSl:IiIed T .. fa.~ Itlrougb lie ~ flllrn ....lIiII8lfilr _OO:a14.04,. NeQotieIioni. or_ mrr'" UgnlSlage IlOt8d in __GC 3.14.05. lift Jlll"n,..~_Jll.. lie pID~illlma'of\~ GC 3.15. Wrm t1119 AI....... by ....-. ..'--- .... "..." ill..... .' .~ .~1a .02 Nolir/t8tiOlllhat:...,otIio...... be i..."..dllllCll'O l8IlIIve lleillue' , . ___",No 8DIf'no1lllllr.......~~... *'111..,. 3.14.0$:05. WbeIe lie... of8 thinl1l8flTm I Inri" ...ilv.... '1..........-. Depof lie opinw gMmilr JRIIaQnIPh GC 3.14.03.06. .03 TIle parIieS ....:be !lOiIIlc:f"",_."" onofllu.bllQJ .. .04 TIle rul8$ and:p1~~ lof....AlfII A..n Act, Ul81. &0. 19tt.-c.11. - am .Jtr:'n~l1l1~. ,anycilbltl.. *i1I~hIreunder 8llIC8pt liDlIe.... thlIlllllf". l1I!rll.lt__"raIUI pIOoillioll&d,,_sl I1:...GC3.15. 1:.11. .ItAtl1l.....L . '. cae 3.15.02 AdlIb.... Pt1lel J_~ . ." .01 TIle~..~~..lIDlI8i1c:l1ldadin..~...w-.,)fJ!.'!'d_.. r~ \~I..to~ rfgIltoffllll"l_'tIII!M.....UIe8lt6-_. l~tllur..jW.1 1II1t'1..... f1Ilil.llsl IIIStH. l'blnUlf]'AiUl1"', ,.,': . ,.," a) Altdlll' .___.r..peetaflle".......UlldIrliWlll......te; . ~'tlfp. ..:Ji.:_tlrnrlll; It) AllJ,Jln IdIIllJ__-! n I Itw tlI 118 teflIJd _lID 118_.". .ICti. (Wlt-c_ ~Iment 0nI,-1UCI\__... ..r ._..itI_~wlIbe_l.l\.n"r;.\, . c) BIloIv pIKUl" _Ila .......... lbe tMd. C1rflihall \lwd1i.n lII..ltA rr... _ uf&.... ' setoutinlle.,1I111t ,'!{ -",-' ':" cae &11;03 Apl!at..._ef......lUr .01 Tbe8lbill1l: ....mulu8lyagreedupcllftlJ1lW0wner1llld~~. . ..lr~ 1 "lI'lt~/Ill! .02 Wbele1lle0Wtlllt8DlfCl..m Illn. CIMOtagNltOfl..oIe ...... wIIhin 3!) "'_"Il~IMIM of lIItlill...I.....in ~apIlGC 3.15.01.02.... OWner lind the eo.4l'~....... ~8n IIiI\Ointe& wilhin31-' ~ lie nolIced llIbiIl", ' .()3 The ~..II....mu"~....upon8ll8f\6r.-1O...,..11 ... ~ r 1a.!.!llMI!t6... lie _.-, b... was c:hcllsen or they 1haII-"1Ie malIIr ID.. MIiIl"'Iol.l_ ..$'n'l !}1.Mtit1l!r ~ 0ftI8It0.1llC'. which wlI 8IIllet 811 8ItllIi~ eo ... -J"- lie __ ~'-CaP of belnO ",,~lIDdNt. ' .04 The ~ . - __118 ii_11M. ~ lin8nc:iIIIIV.ln Ila eo......l nor ilUlilhar""',IIl'f!111 n .,.... . notbaemp/c.)...-"....p8Ity. ~. .05 Thalltlill L,r.. J poIIltlnlt.,.It.nt.........olhIrpMOllll.. 11 Iff,.orfttt. , '. ," J-~-" ~-: ~::~>. . ' . '. . Of'&.....ltrl1n:l!III~t .((: 1 hll,!' .1.' 1. .....1$ '.j--' .. ~ . ,-:'.>. "'''- .j;,;., '.' '," ':~. ~,--~ - ~ '. ",4..,. .06 The 8ibib....... is not bound ~ the IUIes of e.id$..... which gcMm the \rlllI of QIlieS in court bot may hear and consider any evidence whICh the QllI.... considers reIlIvant. .07 The healing will commence wilhln 90 Days of the ~.....nt of thIt lIItlib....... GC 3.15.04 eo.cs .01 The arbilrator's fee shal be equally Shared by the Owner and thIt Cc...h....b.... .02 The fees of any /I1dependent experts and any otMrP8lS0llS l!IPIXlinted to lIS$ist the arbltnItor shall be sIIanld equally by the Owner and thIt c........Aur. .lJ3 The lldlih..... healing shall be beldin aplacemulually agreed upon ~both ~ Of in II1e evant the parties do not agree, a site shaI be chosan~ thIt arblb...... The cost of obtaining BppI'OpIiate fliKiltillS shall be sIIanld equaIy ~ the Owner and the co......... ~ ~ '. .-..-. .~, .04 ' The arbiIrator may, in his or herdisc:relion. 8W8Id ~ costs. related to the arbillatilln. GC 3.1SM The Decllloo .01 The reasoned decision wit be made inv..iling within 9O.Deys of the conclusion of the hear""I9. An extet... of time to make a declsion may be plted WlIh consent of both parties. Payment shaH be made in IICCOIdaIlCllwllh clauM GC 3.,14.06, ~ GC 3.16 AId1aeolaglul FIIlds .01 If the Contrac:tor's opetatioos expose IllY items whk:h may indic8Ie an an:haeoIogicaI find, such as building remains, hardware. accumulalions of bolles. poltery. or 8IrDWheads, the Co.lbc..A.o shall imoll8diatelynotify the Contract~ and ___ opendions wlIh/n thIt area Idaollified~thIt Contract AdmlnislralIor. ~ may be V8l'baI~ that such I'lOIIce is confirmed in writing Wilhin 2 Days. Work shaI f8IIl8in suspended wilhinthat.. llIIliI DIheMise direcl8d by thIt Conlract Adl1linistlll.....1n v..iling, in acco!dlHIQe wllh .lJleeCeion GC 7.09. Suspensjon of Work. .02 Ally delay in the 00IIIfllelI0n of the CorIIract \bat IS eIilllld ~ such a SUIp8IllIion of WOIlt will be CCII1Siclered to be beyond the c........AI.o(scontrol inacollnlanC6.WlIh fJIII88flIPh GC 3.08.01. . .03 Any work dilected Of auItlorIzed In connecticIn wIlhanllll:haeologicallind Will be considered as Extra .: 'Nark in acconlalloe wllh clauM GC 3.11.02. ExtraWort, ~. .-,:r.-:". .,;, -., ._-- ..... 141 OP8o.a..1CDlIllI'1 !af~"I.1 1<<1_ "' ., I I I I I I I I 1 I I I I I I I I I "I '1./i.J .- f;\" ~~; "I ,I I I _I I I I I I I I I I I ,I I -'"<i-C , oc...... 8I.G1ION:GC.....-0WNER'8-MIPCINIIBlLI1'INeRlfltnS _,""'___""_.. .~~;... ,........ '~'_" "_':'",_;_;,' .,..-..'_.....:,.._. .. ->..,..;..':,.....;....;.>._;:- '0'>."'" ~AnIa _' ".' , " -.,'._-i" .. ':.,' ".-,".',-"'; .. ,"" .01 the. 0wIW will acquire .. propetty righl$ Which - ca-ned neces8IIY _1h8cOwfier,fDr Ihe . COJIItNClIlln oft!lll;Wodc. incIudlrI9 temponlIy WOIf<inO easeI1*ltS, and will ~ .1 _ _fuIl:ell'hlnt of Ihe Working Area on tbe Conlract Dtawings. . .02 The GeotechniIlat Repart IIIlCHklbsul'- RepOlt Which will be flIOWlded _ 1he0WMr._ pIijt-of Ihe. tender doCUM8nlii .... form pM of the Conb8lltOt8WiJlgs. . , GO 4.Ol ......1Iftd P<<mIts .01 The Owner wIIl1'8YfDr" plumbing and buIclkIgJ)ldllllL '.02 The OwIWwIIlobt8ln and pay for .. permIs, lIclInIe8and .~for Projec:t llIlPRlII8L' . G04.ta ...........----........... .01 . The 0wIW wlI idenlIf)'.. the ContnIIct Drlc:umePII the IIl8I8riaIs to lIefl'lllWld wllIliA ~ J8IIlIlIII8d from the WclrIcIng N'f1ta. and 1ft)' ~of__lIl8I8riaIswhlctl.IIIClIIIIillIIe.......... Ift8I'lagIIIIlI and diIpOIilIon. '. '.02' lnllCtXll'lflnc8..~underthe ~HeIIIlIIand.~Ac:tR.$.O.<1_;.~O.1;8S' . 8IIlClIIlIel:f. _ 'O~.t. eclvIMs lh8t ' II) the ~ tIIIIl8l8nc:eS lIiIic8. lead end.... - ~ ~ ~tbeWorkln9 Nell.... ,_ .." or.. -aofwh1c18 emiIIions; , 1>)' 1h8di118fOn81i1Ml ~fIl!IMIlda8.ls pnlI8IItlR 8IbeIlDs ~fDr'-": . C}'...~.................... -'OnIlnIdY pI8IIIIIt in COIIIInICIIOn;........ImesIiaIIe. IJYPsurft. m8dIIe. nWc8 and PodI8nd CII1l8Ilt and d) eJqlCllIUle'..... .......... may.occur..-'. -* of 8lllIvII8a',by DCllrIIr8dOt I/llCh .. ....... --,CUIbiIlg. drilling, bI8IliIIOi culling and 8bn1Si11etll8lllllo. . .03 The Owner wlI id8(llIf In ltIe ContnIIct. ~ MY ~ ~ or ~ . maIeri8fS oIher ttl8n IboIe idenlllled above and lh8lr Ioc8Iion in 1118 Wcdrlno Iwa. ._- "",';J .04 If 018 ;OWner.or ~ 4iIlcXMr8- or' Is ....,of ,lie' ........<<.~.....IIII'M!I or' ......1IIIIIildIIs Which_In addition ....-1IlI!8d in........' GO"..... or not eI68rIy. Idl'" !n _~~ . :aUlOCulll8n\ltllllClllRlllllJf 4l-~.GC,~WlIMJ'iIo.11 will be ~ to 1h8 *'" pIIty InllMdi lly witt........ ",-A...aIkll. _.:2 QayI. The ~~ WIll, .. work In 1Ile ....1lIlm",.I1 1 Iy and wlI clTI'lll ..J...... nee III1IJ *P...llL .'Ut $0-<:1:'., nil lh8. work in MClOfd8IIC6 wJltI ajll)ll<;....legiel.tion and regl~. ' .06 The l)wQer wII lie _~ Q .... for 1ft)' nr-oftl-'.lIIIIolII!I "~llIof reoll.MII8. _.. end _mir. of. It n n.I'nclt w..,lIIIld In lh8 c....tlaCl Docun-a....... 1lIl~ 11I11. edit. c:ouIdnclt IllWe bMn II mnlblW lIlT....n etltle...... of IIIlnJ ,1,aa.M wort .....'- ~ 8hIIII be dl. .!IlIJil) be Eldr8 WoIk. .06 PcIor Jil) a)llmerlCl!lldentof" Wodc. .. OwhIrwllpnMde >>1118 ~. ....'...~ ......oIIllCJ 1lIld8r lie ,~..., liD. 1il!1" r bl1 hlfcl.mIIIon"'r~ iIr at "lIUl9. Whlc:h the Ownerwll__or....lh8Conlr8Ct.lia.....wlttClllpielof..rn r ~r\f S IfJII:DJlU Sllw1ttlor "'~I 1liLAIt+lll1ill n.... UI8CIlR lie "Ui__er1ll\'ld '*.~ n r-II__,WtUS_be WIII"I'f 1118 owc.,.. nllIff." COiIlll IJ .. wdIng of c11l1lln IIJ.. _..._ lIIewent ~T rr ~ rtll $Id8lr' DIIa tIIIl 11III . ' ' OPaalllUICl ,- nIt' 1 ,.r ,I Ilrdet ..... 11' , ,'". .1 GC"'-N COnstructionAlfWi.'11 RIIlIway"Ot-ItY .01 The Owner wiH pay the costs of alflagging and other traffic control measures required and provided by the railway company ooless such costs _ solely a function of the Cot III acIo(s chosen method of COhlpleti..g the Work. GC 4.05 Default by the Contractor .01 The Co..ba..tu. shall be in defauII rA the c...Ai...41f. a) the ConIractor fails 10 commence the WoIlt Of.8XClCUIe the WoIlt properly Of otheIWise fails to . comply with the reqUiremenls rA the Conlrlact 10 UlIllstlll1lia1 degree; or II) if the Contractor is adjudged bankrupt or llIlIke&a general asslgMlfnlt for the benefit of Cledilol'$ because of insolvency or if a raceIver is appoillted because of insolvency. GC:?,~ NotifIc;atlun rA Default ~.-~~ .01.Jhe Owner wiH give written notice of a default 10 the C"ub........ as soon as the Owner beoome& ' , aware of the ~, default but failure 10 glYe such notice in a timely way shaH not constitute condonalIon of the defauIl The notice w111ndude 'inSlrUClIOnS 10 c:orrec:t the defauII within 6 Working Days. GC 4.07 ContractDI'a RigIlt to ComIct. Default .01 The Contractor shall have the right within the 6 full WoIltlllg Days following the IlICeIpt of a notice of default 10 correct the default and plOYide the OwnerWlllt....rc..;toiy proof that appIOpI" It COIrec:lMI measures have been taken. .02 If the comldion of the default cannot be compIeIed within the 6 fuI 'NOlkillg Days following raceipt of the notice, the c...jb......... shall not be in default if the Collbecb", a) COIl1hKlllOeS the COI18ClioI. of the defauIl within the 6 fuI Wormg Days foIIoIo.iI\g mce/pt of the notice; II) JlI1Mdes the Owner with 811 acoeptabI& schedule for the progI8SS of such ClllI'nlCtion;and c) QOIl~ the corraclIon in accoRIance with such schedule. GC 4J)8 Owner's Right to ComIct Dllifault .01 If the Contractor fails 10 correct the default within the time specified in sUbsection GC 4.07, '. .;iPo......b.. RIght to Cortect . Def8uIt. or subsequen!Iy .. upon, the Owner, without prejudice 10 eSPY other right or "'hNldy the Owner may have, mayconct such default and deduct the cost theraof, as oertiIied by the Contract AdmirlisIralor, from any PlIYment then or lheAl8fteI due 10 the Cu. ib......... GC 4.08 TermIIIlItion of Cuub..AiOCS RIght to Continue the Work .01 Where the eo"b...b.n fails \l) correct a default within the time specified in subseclion GC 4.07, Collll....... RIght to Correct a Def8uIt, or su~ .. upon, the Owner, wilhout prejudice 10 any other right or I9II1edy the Owner may have, may "hdl",lB the Cot.......,.s right to conlInue the WoIlt in whDIe or in part by giving written notlce to the Cu..b.......... .02 If the Owner tenninales the ConIraclDr's right to conllnuewith the WoIlt in whole or in part. the Owner wi! be enIIIIe4lo, a) l8ke pallrnhll'l of the Wormg Area or that portlonaUhe WorkIng Area dewlled to that part of the WoIlt ....."-.111; II) uIIlIze tha EquIpment of tha Co.......... and any M'lr rial within tha Wandng Area wh~ is intended to be i1coIJlora...d Inlo the WoIk, the whole sukj"''') the right of lhInt peIties; c) wiUlhakl further peymants to the Conlraclor with AlIpeel 10 tha WoIlt Of tha pol1lon Of the WoIlt wIlhdrwn from the CoI111acb unIII the WoIlt Of pGltIon thereof~ Iscomple\led; ..... 11 OPaGlllMlCol OllIlnaafCol*.al.llHY .......1_ .1 .1 il t I I I I I I I I I I I I I I I I ",. i: ~'" I I . , <I , " I I I I I <I I '-" :1 "~'I '0,,__,' ',' I', """,' .' .---~:; : -: i!~r:A.---';:- '-',0.0.. _~ C' .'.' .' .' .-. . .' d) charge_CUll, n ~ ..1d1M!....GOItOl!W..CoIlInICtpriGe.~.lt~r:.tl:\lt~OF__II: 1flereOf!lllll~ (rom 1he co........ ._lilil~ '" lhIColthct<AdI"'~!'''~= ' IIddlIkiMI ClOfllf m [1,,", peid lD", Conlrec:t A4i0.illbll_ fOl'luCltuio.llIr ~ rei _ IDa ...... lie .......fll:Iiwn er"lMi!'l lit; , ' ' a) .....lhI ~ III '.. a AlSfIllllble aIIc..1IIlQ8, .......It.Mil4..1he Qt. 1I'1l(lMJ II '.. II> <<N8I'~JD4heWorlt.....b.M "'1he~_:tortlllt__~ f~~~~..tllal1 GC 7.15. VM.lIlllty; , .' . f) cIIaIge thec.lIl~ liar any darnageI> the Owner may IIlW8 su~. ......of.."....... and ' 9) ~ lie Cc l_~ the amounI by wtIictl1be COIl of oon~ tl>"- ~ .....,..-..c~' '00 1;15. WIlt.. eJOIlUftlle IIIIDrJalIOll.pi\:lllideltl:lrlUChcor..ain5. ' . . GC 4.10 FInIlI.....ntto~4 Illlor .01 If the OWMI's.COIlto CClmICI and ..oI'lIllllBlhI WorltIn.whoIe 0I1n1Jlrt.is.'" "'lhI'~ wilINfd" fRlm' .. ~........UlIder Il~' GC ,.Ul9;TenuInIIlilln.cIf.;:~J1I1l' .... RIgtlt to ~ 1M Work.: _OInIrwll per Ihlrb.., .=- D1he'Qa........ .'I1OCIit......, n 1 r lll.4. l:lr..eu........CDm.t:'tl' . , , GC4.11 'T"J..tlllllf, ltaf....~.ll.4 .01 Whentthe CclllIJIlGlPr is In default of.. ConlnIct the Owner may. 4aUl prlj__~" ether pgbt '01" llII'IlIldy,_Owner:may ....1lImIll_ thec.........by... _ ...... ( 1'1.\ .... eM_ jllW....;~._..,. ~ . "01 fUll.. '8CIIng on behllIf.of... 0iWl_ ' lU/'6.....Qr CNo<IklrL ' . .02 IftheOwMr......termII.1II1 thaConlnlcttheOWnerwlllJRMdetheCOnlrul~If1:Uh..~ J~ ,o, Aut_wIQ)a<JJ..1JlI~tothedlllieaf""J."',oIIIIr~ ' , ' GC 4.12 ,CllllI.u111IH1afClo..11111I1"atl"'\l .. .... .01 1hec...~ .....JL'" UlIder the ConInIcl. 1& qu8Illy.OClIHllcl. ....."lIL:lIt'_~..Wodc .' per10nIled .. lethe time of tIImiIlaIlon of the ConIrIct 01 *". d It I I _..:ell: r ] . ~.._. continUe wIIh the WClIk ill wtIoIe or in pert shall ~ 10 be In loloa.....lIUCItt til.,J. J f . ~ r . - - , GC 4.13 u.,or........na. ...... .01 If the CclftOllGlrlf. ,In default d the Cv.dI~ and the'Coo. LI" '~. P..~ 8ond. the pIOVisIoIl$ of.. SeclIon shall be -as.d In...ccordaI_ wlIh lie CllII.... of_ ,- .lOl/IC8 Banet. ,~,- -"'-' "".'."' t,- .0.- J~': ":::".'L.:"" ') OPIl.....r 1,"'1 l,.lt JlHl .II U ,. . '1'III!t" , _..\~i/' "". ',."'.'.'. -'<:;>';:-.-- '.,: -', ";. ". ' GC 5..01 lE-G11UN GC U -MATERIAL Supply of UI~.r181 .01 All Materi$I roecessary for the JllQP8I' c:QI11Pletiol'IQf the WOlfe, except that listed as being SUpplied by the Owner. shaI be supprled by the (:oj............. The COnInlct price for the aPPfOPriatetender items shaD be deemed to inc;Iude fuI COIl'IpeiI$8tiO for the supply of such Material. GC 5.02 Quality of IIatedaI .01 All Material supplied by the ea.........llhall be new or unless olheIwi$e speciIied in the Contract Documents. .02 Material supplied by the Cu....... shall confolflltothe I'llquirel1le..~ of the Contract. .03 Asspedfied or as ~uested by the ea.....t A.illi..... the ea.,~"""", 8hd make avalIabIe for ..i!.lSpection or testing allllllple of any Material to ..~ by the COllll........ ' ~ .,....,..., .04 jThe CuI........... shalobtain for the CoIIfIact AdmiI... the right to enter upon the ~ of the Material manufaclurer or supplier to carry out such inspedicJn. $llI1lpIng 1QI testing as specified or a ' ~ by the Contract Admilil4l...... .0$ The ea..II-.h.1 ahaI noliIy the ConlIact AdministnIIor of the 8Ol.Il:eS of supply lUfficleftUy in 8dv8nce ,of the MaleriaI shipping elates lID enable the COlltrectAcllnt....k.o to plllflll'llltherequired inspeotioo~ 'sampling and testing. .06 The Owner willllIt be responsible for any delay$lD the CanlraI::lDI's QIielatlu..s where the Conlr8ctar fails to give suIIiclent advance natice to the . COnIf8ct AdmlnIslralDr to enable the Contract Adminislrator to carry out the required ilSf)eG1iOn. ..n....'" and testing before the seheduIed shipping date. .07 The C\)....~ shaUIllIt dlange the 80lIRle of supply of any Material wilhaut the wrilten suthorIzalion of the Conltact AdminislnIlor. .08' Material which is not specified shall be of a quality best suited to the purpose required and the uSe of such a.,rl&lial ahaI be 8Ubjecttothe appnwal of the CoIliIcdAdmidsti...... GC~ Rejected IIIl..fl.. .....- .01 'RfjecIed Material shaI be removed fnxn the '^'lIIf<ln9 Area expeditiously after the notifioallollto that ~ from the Contract Adminisll.... Whenllhe ea......... fails to comply with such natice the Contract AdmlnistralDr I'IllI)' cause the refe cled &1 I J rlaI.1ID be removed from the Working Area and disposed of in what the Conlnlct Adminislndor CClI1tider$ to be the most appropliate manner and the Conlrac:llDr shall pay the 0Q$ts of d'lSpOSaI and the 8PPfOprlale ovlll11ead cIlaIges. GC 5.04 Subdtutions .01 Where the specIficalIans require the ea.lI\...tI.lll) supply a Material designated by a tnKle or other name. the Tender shaD be based only upon supply of the Material so designated, whioh shall be regarded as the llIandanI of quaIily required by the.,. l!Io.ollOO. After the aoc::epC:ill..... of the Tender. the ea........ may app/y to the ContractAdminlllt._ to Mstitute llIlClCher Material idbodiliedby a different trade or other name for the Material det.... lIS _I said. The application ehall be in writing and shall.. the price for the flIVPOIelt' lIIl.ot.... MIIelial dS11gnated as aforesaid. and such other InformIlIon _the Contract M. oil....... I'IlllY AlqUir8. ..... 20 OPS.....cc. ,~ IilClfColllNct' '" I .oIlJ 1_ ... .. I . . I . I I . I I 1 I 1 I 1 I I I . . ,'.'. - .W Rulings_.. JIRlf'lll,d'lLle IIHnwl not..1IlIIde pdoriD" "'I"" [Irin ..~.ren.lr. w _-tTRt "'q* ..... wIIflout the prior appnwaI af.. ~ ~JIJ.M")H~ t ~;' "'fbe ~ Of nil' 'hI d a.j)tUjlm1l. subnllltion'WIIJ be IIlIIde at fie ~_. ~r_,,,_ AdHIil.lllfl,lIbA. ' .03 'If the pl'Opll sed aut fA fh is ~'by the eo...aAdmil.U....'. .. ~jlJ , , ~lIl'lII'II.be ...lIlIud to ... finU1OO& If _ ~ lI8Ving in COlt by JelISOIl of sudt "~n~'" to SlJIj:of any acfltlIiO,1at,,1I8VingIltCOlt lit excIIII of such $1000. Elldl sudt IPPPI- .alt. ~'_.Ole , 'Coi.~ in WllIlng Of by isIu8nCe of a CW. fr of Equality GIl-1le QWlIIIii~ "1l!li\.48~ fornld , "Ce.~of '!iq;~Nr:"'jf anr _..MiD Ole c:.....-.t ptce'isiflllllfe bY ttas;n of such substillltio<l.a-g. QrdIr'" be issued as well. ' GCSM GO 6.I5.t1 OWner-_pHf1f~ I ... ()jo.1h8 of "1"'.f. ....... .01 Where MPltlrlII ..1ppWby lbe Owner and ........this ~o . ~,~__if:1:Iy_Cl!J t 1tof In ... of... aI,.o'IIIl',*'l'in1 111 ClOIIlIlI8llt lbe WoI'k;~:8uc.t.'fIHCm U . 1.1 ...1Mricl1lme ... property oflbe ColI...... on \oM . flU lift of.. V\btt and sbII be ...~ to 1M ~.....,: It ClOSt plus~ llW<11l " GOUlI2 . 0.. of......... .01 .'Jbe,COtllr *,..1811. ilulC....aofrec:elptor ....,.. of llllLliel "lUIll' W.thia.0WMr4 prawfde. . ll4Mquats, andJllOPllrelDl.fllC1!il'.S ace.... to .. ConIrlIct~JIIl 1 ... GIl'tl'llulIilIIplu ' such III I llll8bd~ place it in SlPrIIlJO ~ wheAl it is 111 ballicCllpallluf ~ j _. in.tD1tle WorII:. .02 The CO,,1UI{_"" be AIIpOnSibIe for ar:~lCe of 11.1fllliel IIlfJliie1t by 1Ilt~, at tile llpellltIed 1l1ilMlly1lOlAtand for lis safe 18'dIi1l8 and storage. If IIICh t" 1) ilII...I-',I~ wtlIIa undetJhe oonlIOI oflle, ~ it shall be ..p'l_ Of Af '" IIld by,"Com . iii _..Ul:rat ,",40 lhe 0Wnar.__1be u'r r i~.q or... ConIractAdmilMlItiOo. IfIUClt ~~ ,..,....' W/tIy Ole CanJnlctAdtWi.illt.ufor IlIIU.18 whiahant not.. fIIuI oftba.Q,.~ .... .........Ciir$ and at lie tiIk, of the ~ WlliI lis ~ p.1IIon has beeR d llJ ..iIl_._ 1be ConIrIlI:t AdrtlInistratll. ,.os .03 WhIle ,Ul-h. riaI.-~ by .. Owner antws ... dIIi1.ery point In ,j- c_ _oil jUllIl or... ... ..dW~ l~r-" IlllblJMR Ole qu8n1llln >'eC.IiJWl"8fllHle 4_4. IIIl ..... _Ole ._ IadIlig. .. Coolli'actof sbII 1u1l..ecnrlll)'.ftlPCIIt ... ...or _lIIIfr1!MJO ,,,,cc... AdrninilItnIlCIwIIo.... II1W1lI'l for an:iI'.~l r:lif'inIlll:1\1>ft..:of-:lha.::lltlI..Attil_pnwIda .. COfIIl............. flll'~1 fRIm ..spc:.. 11" forllllCb....Ol'..~ . I.......... or defiers" c. ant not so reported it will be IU....,.' lhat lbellhiplnenl "'In"'~ and any damage or defslt1oie& I8pCXI8d lheI.n... shall be made good by .. <:...i~,._ eClraCiO$t iii) the Owner. .04 The fulllllllOld of Illlt! (III Il~ by the Owner lIt.eacIt ..... .... be _ " J for'lly Ole Cotlll....., anct... Mll'lilll....be at tba_ of... eu..... alIltr__"s't'llJ.'" Matilrial shall not. 8IlICIPt.........-r. 'll!rnof'" CIili.L~ AdmL~*r.belllllill~...COIl.raGlOl' for purpalts ~"tballfllrom.ace of the.V\btt underlbe ConIr8ct. Empty.- CflIIl!II. ......1Id .11'1. and oilier ~ of ~... front or) tHiel.'III,'., ...OWner, llIlaIlIIcloiM ..:~ of lbe eo.......k.f WIlen.., ant 110 ll:lI!IIlr.... Jld .,"*~. flII'Pl*t and....be _rond af by the WIIIJ*' unIIas ~1fi.I!tII ", :Ihlflpltla: Conbct DocumenIa. ' ' ;', "-. '{. OMilJIlIIlI(CI. ""I~O.~ ~ I I 1I..r .llwf_ , ,,' ',-' , '. -~-"-- - '.', - :- .;, . . - . - - - .....2f iii,; , ,.'"' .06 The Cot,llacfl)( shall provide theConlract AdmiI-cllIl., immeclilIteI)- upOn receipt of each shipment, copies of bills of lading, or such olher documentation the Contract Adminlslnltor may require to substantiate and reconcile the quantities of MlderiaI received. .07 \oVhere Materiel supplied by the Owner is ordered and ~ prior to the awmd of the Contract, the ContraclDr shall, at no extra ClOSt 10 ,the OWnar,imn,- ~ . Iy upon comrnenc;emant of operations. c:heck the MaterIal, report any damage or deficiencies lD the Contract AdminiSlralor and lake charge of the Material at the $lDckpi1e SIle.Where dl!Image or deficiencies are not so rec:on:ted by the eo.tb~ it shaB be assumed that the stoc:kpillt,was il\.~ Older whan the Contractor took charge of it and any dl!Image or defIdencies reportedlhel",* shall be made gOQd by the Contra../uo at no extra coSt to the Owner. '....;:;..-- "'~:. ...{.' ;~"r. ..... 22 opso.._l7I-.l'ClfCOlllnlcl.llj",1IlwI1H8 J . -I -i I I I I I I I I I I I I I 1 I I I I , ~.I ' f,::', rl 'I ,:I~ I I s', I "I, :'1 I I ~I ~I I I"~ ,:,1 ", ' ;-." "':, I Iii;; GO'" falllllt."I)1I1l1l " l1l!l '. Gclu.ttllVRMCl!. fRO.......".,"" II ' . ,',',," -- -',,-' " ""-'" - -"'-'. -"--,'-'-, GC" 8.01 P.~ tlllklnofWodti ..... and PtoplNty .01 The ~......the CllNl.,-s agents and .. WOItalrI ~ bJ.oJ U1_"llO..l~r,{lf~; CotltIalltllr. iIcIuCIlh9 ~1Il"" lIhaIl J)II!IlteIl"'~ ~._)'II ~ '~ _.~ '~ .or' 1njUIy. .... be M1~ for .. __ 8!ld damage whicb ..... .....!t the, ~......~)111 .....IheCotltl8c:t...... l ~lDlhe~y""'" '. ". , ,,' ,'- -',-, -,,' - - :"': --, -', - " - -< ,- . ;. l1lIt oLw ...~ 1& "'!:rrYY1~'! for Ihe fuI _oUny nec:lIlery.itt:.It. fI,I~.,*"OklI"'Ii1I__IheCwbIlltof ~ the WorIc.PJ1.I~llt lit the ~lba:t. If_ ~di",,*-1s not responllr~ far.. <IanII8e llatOCl::ln to. Ihe Coo_i In:'. m~re IUCb damage. 8IId IlIClh lMlrk ..... be iIlllll1. . I eel ' , GeoeraI ~ ' ' .03 The ~di'" .. _-'111 I tv inform ""COilWll Adnliuillh_ 'ell.. dllIlll!ll_.... ~ _dulintlt\laJlrmoflbeConn;:t. : <0' .eM ,l1lIt~..~ ..8lltbeRlIfIDlllibl&far..anddilldlllg<<IIatOCllU$:... 't~ .war;. b) ~r.l1rr_cId_.""iS; C) .......Ibe ConlilIlll ~_ or ',' , d}'::J::...~:=.~.:.~~~r:-V:~~':=:f_l:~~~~r. .05 The CoIllI,",*,"__ &nly. or SUIeties.... l'lIlUle nl.md""", _ GI' ..:WJf[~HIf.~ ' ~. ot.<<IJ9otl or IlIlllIIlY under the ~ or __...... _ ~'f!e;.~'of" OWlleullceptilta'{l11 rllduly_lliIdbJlhe.OWnll'. ,..,;:...' --,," - ~. .. . - .--",,--' -, . , -, -'-'-, - -'. -- .Of TheCql.tlI' .....InJI w.1I) and hold h8m1lllltheOwner8lld..c...,I!Ii"1~J (Iiill~.tbelt' .,:r~l~Jr :-~II:::::<:=:by~tl~:..~,n~. ~i}:lf:~~;:~, ' 'M '~~'''''.''l''' lD arlIe aut of_ peItr:mlenCIe Of Of......" ~~I!.J .~..Wattt. ' . pnwIded............ ' , .)....~ID 1IodIy,", $lCkn..., d1T 1lf.._4eIlb oraIH'll'neo-tD<< <<If. I...UAClJf,~fl , loliIJ"I'Itr.,' " .' , ". b), =::~~ rtt.. Of on iH':.rLllof"'~"""'" Ofan~"'~_~~ c) lft!Illlein...........apll!jlldd6ye.ns~....ofSllt. l!ll:I~UJL~..W.hs, set autil'l_~'. r Ir d tub... _ r,tl~n ... of tile Wl!llt Or. ......1.:111111'" N ConnctfRlll\lhe"of_'II<:41h.ofFlnaf,~. ,'. .' .~ :n.c...~iQlltiAdllmnJy and hold 1"'1~llln _~fnlM"''''''''''-' IUlllllll or teaw'. ilfringem8nt d lAY Pll. Hi' inVllllllIlftGl' OJ~)Jlll. ., 'bJ tile', ~....... in coanelllllcm wlItllhe WOI'k .-lAlll8d lift! .f....... III Ld ..,.Co1l. rllr .m4:i1 tie CQIIIIIICt. " ," , , . .03. The Owner ~'U~:lII8iva.1tle light lD i, fIr.llltj for dlIfnlI.vtilj-ItWJ~II;1!rrl1:~,. ~....... t$;(I2.0'I_OO6.02.02. ,"', '.' ' ' - 'I' - <'.i-" . .04 The 0.. ......'1ldImllIfr 8Illfc1lllld I_..I~. .. lie, Qo;. :;1)0, 1iit I,n... U'] 10IlMfill:'iJ;.... ? ::~_~:.t==:="=. ~ c:,l~~U:._.~~lDC: ' '**dordiillct..,....an.r.gelt'**d..........."'...'.lG.Ilkiw__., " ." v _-~" ,-; " .--::i<A_. ."". \ ~ -' " "., " , ') ,-,~J. : ...t,~--',."\;:,:~,:-~:;. ",:' . .,',.".,.: - 0""_11II(' .. . Mil! I ~ - . _. ... , " ..f. ...." '. ~ .. .' "', ;.',',.'.C'"" '__,." -",,>, '_".,-",> ....... r,___~;':;':,. , ,"'-'---;-...\:. _- ___c-' ,,_'-'c" " , ,.,,,"J ,," -: '__"-"'- .-,-_".0;: . "":;.i~~;i. ;,.,. " ' '" ...' L}.., .05 The CoIIIraoIor 1Ilq3("Jjy ..,.._ .. to il.... farclal!ns olher tIlIIn ll1o!Ie stated above in paragraphGC 6.02.04. . GC 6.G3 .GC 6.03.01 Contractor'8lnsUra_ . GenenI .01 WIlhout restllc;ting the gen8l'8Iity of lIIobHc:licm GC6.02, Indemi1iIk:lIlioo. the Conbactu.8haR provide. malntaill and pay for the ~ coverages IiIlIIIId ... clauses GC6.03.02 and GC 6.03.03. II'$ftRC& coverage in ~"l1S GC 6.~.04.GC6.:Q3.05 and GC 6.03.06 wiI only apply when so specified in the ConlllllctOoc:lnnenls. ' GC 6.03.02 Genenll~'" ~ .01 GenetaI,liabiIity insurance Shall be in the name of_ COlltradlll, with _ Owner and~ Contract ...!!I'IIi!\ilIIt..... named as acldItIonIlI Nureds. wilItlimlls of not less than 5 mIIIIon,dt,lIIaralllclusjye pet ~ for.bcldiIr injury, deaIh, and damage 10 pnlperty lnduding loss o[use1heleof, willi a .~ damage dedtlCtille of not more thin S$OOO. The form of this iniuI8nc:e shall be the II;!SUllIIlC& BII"eaI of CanacIII FormlBC 2100. daIIlllf N7. ' .02 'Another fonn of lnsuranc:e equal tIO or belIer thin 1hat NIqUired In IBC Form 2100 may be used, provided sA _ ~ Ii8l8d In _ CoIltNc:t._ included AppnMII. of this inawlR:e 'Nil be c:ondItlClnal upon the COI"~ oIlIaiIlin9 Ihe .,vle.. of an insInr 1I0lnllltl tIO lI1derwdIe ~ In thePluYlnce of 0nlaIi0 and obtBkilng the ....... oertIIIc J 1 of equMllenGy.tothe IeqUired insun1nce. .03 The insun1nce shall be mainlailld ClllItinuousIy hm 1he cammencement of the WO/1( un1111211Kl1'llhs folIowlng the date of Substantial Pe.~ of~Work. as set out in Ihe. Ce,1I1IllIU of Substantial Perfom1anoeof the Work, or unliIthe Final ~1Q8~ Is issued. whleheVer Is Ieter, and with respect to (XI".pIeMd operaIIons coverage for .J*lod of not less lhall24 mordh$ fnlm the date of FlnaI Accej:.O.'oCe of the WoIk as set out In,lIMl FlnaI A<loef*IIQ8 c.......... and ~..... 10 be rnainlail\ed for a fUrlheI' period of.. ,...... '04 , The (:()jib....... 8halI ~ anIlUIIIIy tIO lhe OWnIt.proofof continuatiOn of.1M COIA1l181a (I, 0flII'lIIl0ns , coverage and if lhe Ct,o..... fails 10 do 80, .Iij~ pe.rIQd for cIsIming indemnity described in paragraph GC 6,02.01 c), WI! not be binding on lheOwner. .05 SJ!:IuId the eo..~ decide not tIO empIoySubcoldfal:ll)f$ for Ojlejaliool5 nlqUiring the use of ..I.'lISfor blaslIn9, at pile dlMngor(IIIIM WOdl.orl'B/llOlllllor \'l'tal:eniftgC!fsupplMt of ~ ~ or IIInd, IBC Form 2100 as IIIqUIred shllllinClUcle the 1IpprofIIiall. endonrenlentI. tt...., , , .06 The (lC'lieits shall be endor8ed 10 pIOYidethe,~Wilhnot./eS;lJ than 30 Days' wriIten notICe in advance of c:ar.eaIlBlion. change or lIlI'Ielldrnenl .......~ ' .07 "Claims Made" ~ poIIcits 'Nil ~ be pl!lmlt. (I GC 6.tl3.tl3 AutaIqobHe LiIbIIIty ......... .01 Aut0m0bIIe Ii8biIIty insurance in respect of lIcensed,vehIclM ah8R hive lln1its<lf not /eS;lJlhan 5 million doIIars.1nl;:IusIve per ~ 'fortlodlly lnjuIy. ~ and .~ 10 P11l1*tY. In.~ formS endorJled' tIO pnMde the owner wIIh not Iesstiarl30Dlip'wriIten notice in fIdV8nce . of, any carl(l~'~.. cIl8nge or _.,.It .....1'1In9 co~: a) .!ldll'llllCll~ aU'OJlloblltpQllcylnehldinlJ..lCIIIIId_.~",lIl"MbIIty encIor8ement. and b),.~ OMIII"a ~ ....I\lAliIt.,pc)IIcy ~""J*lY ~ and 8(l(;. benefils ~ andClMltilg liQen.ed~ OWried/IIF ClJllJll6J,,1M Cu.4l... ..... a4 0PlI......l)" -' _Caoll/IId.tlfJ ~ 1... ...1 ... I I I I . I 1 . 1 I I I I I I I I GC.." . J\IRI A"" WilLI JH m><r 1111 ....1...IUII .a''''IiII\:_~JUJ~,tLlUn~..U1''wilbmrflllDownedor~, 'if UlIl8d 6~ or JndL !~ iIl,tIIe p.IfOml8l10lulUflt WG!'t. inclulIInf" d , , ..... tit .....liDtiIalla,f1hoU... thin 5,mI8ipA....1ndu11\le per OGCUIJ'eI\CIfOt ;.,deidI;.. 8AlIdIlu<' U.1iD ...-.artrh:luding toss ofllll8.lttr8Qf. and IimllS ofDllt .......lIllIIIM,.... far 8ir!inIft ,Ii Ilnawlllan1 'SlicII'iIIst.nnCe'" tie. . form 1IOC..,.GIbIe IID_;~ ""~ieS sha1I fle elldO"liS,1ID pnMde Ihe Ownar wilb _,less lhan 30 Days' WI'IIett ~in 8\f~.ir_ of CIIIII" .rr~rr"'.... <<~ ....ictint..... GCUUS GO ...lIt Pallpa""" Boller 11lT,-,," P._,ldr IMI --~ "J '. -:_~ : -'1 .. .O',Mri8k8~..........be In tile _~tIIe.c..."""~~"'III.;~_ . AdmiI...., .ft8Illlldaa ~1Il inIlQds, In...illlrJlOt.....Jh8n:.fIIe';IUIIt:.:af,..... qf tile C'iioL.;t" _".M value. .. .__. r . fill." S1-PJ. iWliilUl' CQ i'flM. flf .1' 11.~.that IIlJ1acln.d lID be pIOWided.".;...OMiIr;far.:.a~~~...:lIIIID...:_~ wlIh-.. llsWCtIbIe: .......'..oflle amount 1nIlIIecI8t!he sill of lhe WclrtlbilN. ..i Ml-"be iI'I . form lillllNi1ll1lllll1D tlleOwnw _..... be ~_""'lIId CllIIlIIuI'llIly _ ,10 __lie daIIe fIf FIMI~io1".of"'Wtxtr. __ out In IlePinllAl:t.....lC6 0iItIfl< '1 ' . -,,-, cae,.AII. 1lOIW111 UrtnClt , . ~01 'BellarlntllllllCt....tlleimllrl1t1 elft1eCCllllnlQllli.ltIeOwnar.tlIt ",. ',fQI':' ..........N~...........elfllOllels..,prm'At1ll...iI""~J!!Iit_. , , - In . form, PI'.~." to the Owner. 1llIs lIl.ul1lla.... lit maiL ""[111.. .'", JRIM **.-fW meBt.of.....or ~lIlion of ltIe PflIIIJ1,lMIRd IIIlIf ..Oaya ...,.'~ Fihat ~.of,"WciIk, as set out In lie PinIlk.~ ~ . GOUUUI' 'u.,"Oeeupanu,aflll ....Prtor..~,MI VI. .0' SIIauId tlItOw.neFwiIIh.. "'<<1lClCUfIY ptIlt auld.. WoIt prior to &t lit 1111/ t .P,ljiJi fII1I lC6.lIle O'UW........,..wiIIIM ftCIlIca lID 1Je'Ql, hi :w elf.... ttJJ*d ~ -llil ~ :111-" ... or UCOUIlIIID/; PfIor lID such ... or 0""II1JII"IlllY tile c............. .........~ 1If1ll!illll9 d .ltIe BdIlliGIl8I pPImIum COIl.' My. lID "...tllIn~pnlplIIty 8IIIl boiIlIr iIltt I ,lOI. wIIIctl.~... 0WJWs~ If,-bec8l11e elf _ -. ~ 1he~1l'1l1. '.1 "."'~'..~':',- COOJIt!89lW, -.""'" wrlIIIIn ~fIlint....Qlutlt:.II;.,,_.~.:eUCb:.~!' pV.~ 1fIlrfl!llY .... JIII.11te. ~l end JlIIY for pnlplIIty Mf.....,....................wcn. inCIudIIlt Ol:MIJrt!r for such UI8 or 00CI1P"lr.. shaII.jRJIcIe lIle~ . t - 1I!I....of... ......... 'The QJl.lll~..... 1elilnd lID lie 0IfiIner lIle 001 SMelt .Jlflml IIl_,,,,_ n lID lie C\)llll ~. f'toJl <Iii~ upottllli....aa....ofGOli.tlllr. .02 The poll;l I ~I "In Iii _In"... of. toss or damage, ~lt..... _lllIIlIt iD_Qwfter and ltIe CcI."ft. ..1IeIt NSplldlve .... IllI IIlIJ 1IJlP8II'. 1'I1e CllI..... ...... on;'belIaI Of bolMhe Owner_lie c.....w. for lie Plllf UI of1ldjUlling tlle8lllCllll!tof __~'''''''' II8fl'RCNItwllll............ Whan lie 8ldIInt of tile l01I or .\~ II~" ,.li.4 l!Ilbll' I .... proc:eedllD "Ill ...WoIk. loIa ar.....shalltIOl8ff8c:tltlelltllD..ollI~. 1,;.Illf"pirty IIIIdllrIle ~ 8IlCIPthltltle Cl.il. '1I~I_be 81111Uad1it"....:lPIfI IJ nh....... of eo..OIC&:rne lIiIt,. toile 8IIfIInl of "1aD<<~ aile Q:h44lOt AdmLJi(U.J:Rf .. ~ Inconr...llt..WIlb...eo......... ", , .,. f C18Ihnlflle.oiI.1 !~.r It, ....1 .Il 1tIII ...... >;~. , . " ... ,.."..;'h .' ,.',. *,'.;:,;:.t'> GC $.03.G5.04 PayJMnt fer Lou orPanMltlI .01 The Contrack.. shall be entilIed to rec aNe Iron! !he Owner, in 8ddilionto !he 8ITlOI.I1t due under the COnUact, the 8ITIOUl1t at which !he 0wneI'$ ~,In AlSbatit.ol of the Work has been appraised, such lImount to be paid as tIIfil reslOfalk.o. oflhe WOrk pI'OCll!ed$ and in accordance With the requinlments of Section GC 8.0, Measurement and Payment. In addilion the COllll~ shaN be enlilled to rec::ei'Je from ,!he PllymenIs made by the inswers the 8II1OUnt of the COnIJ8tlu(s interest in !he I'IStDIation of the WOrk. .02 The Conlradot shaD be responsible for deducllble amounts under the policies t!Xcept where such amounts may be excluded fnlm the Co..II~$ rasponsibilily by Ihe terms of!his Contl'act. .03 In !he event of a loss or damage \0 the Work lllising fI'om ,the action or omission of the Owner or others, the Owner shallP8Y the COlltlack.. !he _of restor'-tq Ihe WOrk as Ihe resIonftiun of the Work P'oceeds and in lICCllIllance With !he ~ of SeclionGC 8.0, Meaewement and Payment. . GC 6.G3.G$ Co......... E:quiplllent .......... .01 All risks Contractor's equipment insut8noe c:overi!lg !XInIJfnIclion machinery and equipment used by the ConllllCb for !he pedomlllllC8 of Ihe Work, illdlldil1g boiler insInnoe on ~ bolIera and pr-..e vessals. shall be in a form ac:'~bIello lhe Owner and shall not allow SIIbRlgation c:laims by the insunIr against !he Owner. The policies sh8lI be endorsecJ 10 ptOVide Ihe Owner With not less than 30 Days' wrIlten notice in advance of callCl~, d_+ or amendment restridio'll COYenJge $ubjeclto ..Iltr~"y proof of firlencIal <'Il"')' by Ihe CoIdl-a.. for ~ of the C.dl~. ~....nt, the Owner agJeE!S 110 ~ lhe, ~ inIurance ,AlqUirwnent,. and for Ihe putpOSe of this Contract. the CoIlt1aclrlf shall bedeanled to be instnd. ThiI polley shall be amei1ded 110 pIllYidepermisslon for Ihe Conba..4iOt tognlnl,prior ..lIases with nlSfl8Clto damage to !he Conlractor's Equipment. GC $.03.07 IMurance RequQments... DuIl.Ii.Jn .01 Unless sped/ied oIheJiIIise the cIuralil)I\ of eaQI1 insurance policy shall be fron! Ihe dale of conolllllllCell18nt of Ihe Work unliI10 Days after the date of Final Aooep4a...... of the Work, as set out in the Final Aeceptanee CettificaIe. .02 The Conlradot shall prtMde the Owner, Qn a form ~bIe to Ihe Owner. proof of in8urance prior 10 COI'I1lIlellCeI.~ent of the Work, and signed by anollic1er of Ihe Conlradot and eilherlhe undeIwriIer or the broker. .03 The Co.dl....u sl\8ll, on request, promplIy provldethe Owner wIlh a certified true CCIpV of eaQI1 insurance policy exclusive of Information peltaininQ.to pt'8IIlium or premium bases used by Ihe insurer to delermine !he cost of lhe insurance. The certified true oopy shall incIude.a signature by an ofIlcer of the Contrack.. and in addition, a signature by an 'ofIicer of the illSlJJW or the IIIlderwritIIr or the broker. .04 Where a polley is renewed the Co.otl...tur shall .PiOVIde !he Owner. 01\ a form aoceptab/e \0 the Owner,relllmed proof ofinsuranoe illlll8diaWy foIowIng oomplelIon of I8I1eW8I. .05 Unless specified OtherWise the CoolblloAur shaH be!llponS/ble for the peyment of dechltible amounts under !he POlicies. . .06 If the CoI.tra:tor falls to provide or maintain inIllnlnoe as Jequired In IIIb1lilctiOn GC 6.03, CoIll1lldu."a Insurance, OC' elsewhere in the Contract OQ<:umenla, then the Owner will have the right to provide and mllintaln such insuranoe and give evidence tIlereofto!he Co..II...... The OWner's cost !tlen!IJof shall be payab/e by the CoIib....a.. to !he Owner on demllnd. ... 21 OP$QeIlI,,"llll -. ale......."IIII........ . .Is j -I 1 I I I I 1 I I I I I 1 I I I I I I', -..,.'-' ~I jt I it il : "I ".- ;, I .1 I;:" ,~ "I I .;1 'C:;." I ;, , ~ 'I ;"\-', -- ; ~' ::, .:.-: : -"- . ,I ,,< ,.t, ~, , "'",", ....' -:--"- .07 GC &G4 'to "11 < ,- c',-, <-- .01 The c...II.Jl:tor_ pnMde 1M OwnenmMtie__ bonds in 1he:1Ift._lItll",' J 1[...tllnder ~ ",,' ;02 8uchbllrtCli"thliI;beill8Ued bJa dulylcienlect...., GQltIJIIQ' ~I"." ~iJi:tiJ;',. ~I US d suretyship In Ihe:Pi~lQ8 of 0nI8ri0 and shellMI maInIained in lJllIlI(I;: II lJll..,.....1\ llii _4 of 1MCclI1b_ ' ," " -..;.,,; ',,' .. ; ~ '';0,;' , . _":~. . .' n : < :.~-~ -"'-'\ :"',,--.' - 1, ~ ,. ,:.~; _:~.:.;, "--II .. "'"Gl _ 7,1'," "pUll _ [111",,_ ,,'" _'4:.> :_ '_ ,-'. :-:'- _ ...... .. ,;-,;. :!; ,,-:':fr~>, )i'-_: ~~", . - .P ," SECTION QC U.CQNTRACTOR'S ~ AND CON1'ROL OF THE lIVoRK GC 7.01 General -4~ .01 The Contractor warrants Ihat the siIe of the Workha$ ,Ileen visIIed during the preparation of the Tender and the ch8rader of the Work and aIlloclll conditions Which may affect the performance of the Work are known. .02 The Contractor ShaD not commence the Wo/k nor deliver anylhing 10 the Woddng Area until the . COutl...... has rec:e:ived a written on:Ier 10 COI1lIIleQCle the 'Nor1c,signed by the, ConIrac:t AdmlniSlrator. .03 The Contractor ShaD have compIele contJol of the.Work and shall ~~ direct and 8UpefVise the Wo/k so as 10 ensure COIIfolmily WillI \he ContI'act Doc:uIMnts. The Col.b.aGtu. Shall be responsible for construclion meams, melllOdl.. techniques, sequences and procedures and for CXlClRIinaIing the variOus piII1s of the WOIk. ,~~.. .04 The COub....tur 8haII have the sole responsibility for the deIign, eredion, operation, maintenance and , .~ of tehlllOlllo'Y sIruc:IIns and Olher \en1pclI8lY facIIitles and \he design and exec:ution of ';~ meIhods I8qUired In \heir use. .05 'Notwithstanding paragraph GC 7.01.04, Where the Contract Documents inc:Iude designs for templ)I81 Y strudures and Olher l8mpOf8ly 'w.....or specify a method of construc::tion In whole or part. SUCh facilities and methods shaI beconsldll1ld 10 be part of the deslgn of \he Work, and the C....tI......... shall not be held responsible for Ihat part of the design or the specified method of construclion. The Colltraclor shall. however" be rllIpOlllible for \he execlllion of SUCh design or spedfied method of construdlonln the same mar.__ tIlat the c...lb.lo..h..' is responsible for the execution of the Work. ' .06 The Co.ltI.....h.o. shall execute \he tenns of the Cclntrac:t In strict compllance WillI the requiremenls of the Occupational Health and Safety Act. R.S.O.1990. c.O.1 (the "Act") and Ontario Regulation 213/91 (Which regulates ConsIruc:IIon Projec:ls) and any Olher reguIrions under the Ad (the "Regulalions") which may affect the performance.of the Work, as the "construcIor" or "employer", as defined by the N;t. as the ClI8e may be. The CorllnIclCIoo 'lIhalI ensure It\at: a) worker safely is given first priority In planning, pricing end pedonning the Work; b) its officers and supervisory employees have a ~ kiI~knOwledge of the duIIes of a "construcIoI" and "employer" as defined by the Ad and the plo.leions of the Regulallons applicable 10 the Work, and a peraoneI commIIment IoCCll1lply WilIIu.n; c)" a copy of the II10llt CllmlIlt version of the Ad and the Regulallons are avaIable at the Col dl~ ,office WilIIIn the Working Area, or, In the lIIlsenoeof anofficle, In the pcsussion of the supervisor ,~;,responsible for the performanoe of the Work; , ,d>:\M:Irt(ers empIopldlo cany out ,the WOlf( PUSHU the kno.J1edge, skilsand proteQtive devices requited by law or recon.rnended for use by a '~ lnduslry IInOCalllln 10 allow them to WO/l( in safety; e) its supervisory employees cany out their duties. in a d1r1g8nt and responsible manner WillI due oonaIderation for the health and safety of the WOlbIs; and f) aU Sutx:o..b....w and thelr employees are Jll1lI)eI1y 'plotected from /njIlIy Whle they are at the wort( place. ,07 The Conlr8(:tol wilen' requested IhaII provide the'Owner WillI a copy of its health and safely policy and program at the ple-Slart meeting, and shaI tlIIpOlld prompIIy 10 I8qU8Ils rmm the OWner for confirmation that lis methods and pIOCI8du/e$for~ out the Wo/k c:ompIy with the Ad and Regulations.. The Co.dl.....h.o shall CXlIlplIIate WillI ntflI'Uenlatl.es of the OWner and inspeoIors appointed 10 enJoroe the Ad and the ~iItany /nl;'J~lk>.'1$ of worker health and safely in the peIfomJance of the Work. The Conlral::tor shallndem.1lfy end save the Owner harmless rmm any additional expense which, the Owner may /nQr'to, have tile Work perfoImed as a resuIl of tile Cot.II.......... flIIlure 10 c:ompIy with the Iequil....... of the Ad and the Regldatlons. " '"- ze ON.....c... 1IIl11~I.Cl!I!IIIlal.II.II..... t8lIll ~.I ..1 I I I .1 I I 1 \ I I I I I 1 I I I I I ':':,-",-:-;::' , " . , " ", : <, , _: "" -:'-~': .08. Pl'Iu. ."i:I4,.JljUl!lIIiI1UllfltleWOOl_eonr.ctDreh8lpnWldilUIH..a ItI.adAfllll,llIr.lIet~~ :: ~mc:.~';:~~=='~':eV:~~~...d~~~ ~:~=~~':j;~~~{a::,~ 8CCllIllpllI11 tl1e Submiuion. M conIIinets uMd In the appIiclIlIcIft of pi\\' Ift~~ .ilid .... WHMIS............. The ~ $hIltlllllifYthe ContI8clIQr Admillll"lIIIteif ~ in wRtint8llll ~ftllilMntMilllldat S8Iilly 0IlI& SIlIIIS. -; :.'"'-,.',',,,"-.', '." '-:,',-., ',- .09 The Com..llluW1l8vean aulhoIize6 repnII8IItItive on the slII WIIlun, ~lI"rlqg ,ul!ill_med. to __ _.tl1eCODtnlcWI behIlIf. Prior iI) ClllIlIIleIIC8Iof ~ "'i:cN4l~" JhlIlI- -llOIIrV tl1e~00nlI8ct AdIIIillfSRIDI' of tl1e ......i.......... JlOlIIIlID .............."uftl1e ConlI'aclillI'$ ~ who can lie c:onI8Ilad at eny lime to ... wIlb1'llll\k!fa, ~ to ... . CclnlA!ct ~' , ,. '.10 The ~.l!ItaI.:.at llO'liddIIon8I COIt.tcJtl1e Owner. furnilltf.. ~_..... lIIld .......ntq..8lfb?.. ConInIc:t ~fDr":1JRlPIf:'inIpIcllon_ ~ of '" WoIk_Mtaklft8of~-lIle:pllI1IOIlt~ ' '_ ' ,,- -, -'- .11 The Con1I1Illtor... pnIpIIIe. end lIPd* _ JIlqIIiIed, a CClIlIlluctIonlCbedlitltln r r J. a.tmlIio 01 theftllljorend ~ 8CtilIlIilII 01... Work. . .1QbIdule.... be.dllfgnedto nil ... ~- Wllh the apec;iIed conrract lime. The schedule .... be 8UbrnIlted to II1e Conff8c:t ~ wiItlIn 14""" hIn _daaof1heCOllll8ct IIWIId. .12 wileN... ConlIallIIlr lIndI eny enor. ~ or omiIIIaIlAllalllWtoIW Qt _II.~~ tile. ..ConlnIaIIllf.,............feIICIIt It to theConlnlc:t~ end IIlIlII not fIlIlIlll8Cl.ill.!lltrttie acliVIly ............flJIllIIlitlWrdllecllon from the ConlraCt:Adminl8lralDr. . ' - ",,' . ' ,," . 13 The ConIIaCilIlr .... 8QIlge wIlh the ....... uliIity ~ ilr the ... out of aI . undeIgIOIIlId uIiIiIilIIIaneJleIYice connec.tionI wIlICh may be .......b?... Work. The.contl:acllior. shall be RIIfIClIISiIlIe ilr eny damIlge done to M undeIground ..... by the ~ forceI dumg ClCIIlIIrul::lkIf M lllake out IocaIionI .. wIlhln 'M ~ giYeh In~ ec ~m~ ' GCT.02 ...,. ,,'- .M Plhlfto ~ot~ the CenIraCt AdmlnilIlnIIDr end lhe Co.41 fl.!> w1111c1t8 on _tlDIe~ .........8Illl,~ wbich ant .....,y..........'Woltdng Ma......__WOrI;,....sbcMnon..ConInIc:tDnlwlnge. ',,' " .02 The ConlI1Illtor ........ feIPOIlIIble ilr!he ~ of alJIl'DIlliIltJ. b8n{;_.',,... .WOdk is- in prcJgI8IS. __..... pI1Ip8Ity barlwbich'IllUlUle I8IllCMId to........,.. Work. Art1 oller pRlpIIty"'~ dIiIneged or 18ftlllIVI4t,tl1e Conlracl8r'a..............."".: f by... Onlario Land 8uMI)tor. 8t1ll8 ConnclIIII's apeIlI8. . ' . , . .03 At. no 8ldJa cost, iI) MOwner.!he ConnclIIIr lIh8II provide ... Contnll:t Ml I 'n.,..(" IUCh materiaII and d&~Tj_.. may be nee! III ,. to. Illy out the Il8seIine end benI:hln8dclI;_.. may tie nee.ISII,__1I rnliOftotlbeWork. ' . , .04 The eon..,! ~~il""'-1lfO\Ade qll'~'c1 peqGI)."18I to Illy out end ..In IIIh all .... 1!I'ld..... nee! r 11 , for conJlr!IcIion. The eu....cb shall nolIfy !he COllt'IICl~" r 1.,...-Wlllt. C8Il'iId,out, IOJhat........ mav be dlecked by the Cclldract AdmIniItl8tor. .05 TheCa 1[ '*" ..Il1J r..m.lllllh"lI.' ~llr"'lI_nt""IlIIIUIIf.\,Il.-1iIllIlllltu. =.:c.~~:':':::':::=~/~:-I~. The c-...L I~l'''''~r. .4f-.:mV ohtII ON-...Ca ._n.~ J. IHII.l .~ .ftIlI ....... .06 The Conlt...... shall assume fuI *POMibiIitY for ~ ~lIlions ~ dimensions of each and aI petIs of \he ~ reganlIlI88 of wheIher \he O:.............s layout work has beeftcltecked by \he ConIract AdmirM..... .07 Aft stakes. marks and ,efeRlllCe points provided by \he Contract Adminislralor shall be carefully preserved by \he Contractor. In \he case of their cIesIructiOn or removal as a result of \he ContI'actor's operations, such stakes, merks and reference poiI1ls will be replaced by \he Contract Administrator at \he co..,..Auts expense. GC'7.G3 Damage byVehIc:Ies or OIlIer EquIpment .01 If at any lime, in \he opinion of \he Contract Adt....cdur, damage is being done or is likely 10 be , done 10 any Roadway or any improvement thel8OI'I, outside \he Working Area, by the Contraclor's . vehicles or other equipment, whether licensed or \IllIIceI1S8d equipment, the Conll....b- shall, on \he dkection of \he c...ill...t AdministJalor, and at 1lO,.exlr8 cost In the Owner. make changes or :~bstilutions for such vehicles or equipment, 8nd-" aIler loIdings. or in Some other mamer, :~ the cause of such damage 10 the sa~. of \he ConIract Administralor. -. GC 7.l14 ~"on L.oacIlngofllollor"llll ... .01 "'Where a ~ is hauling Materi8I for use on the WoIk, in whole or in part upon a Highway, and where rnolor vehicle regislration is required for such vehIc:Ie, the Co.jh~ $hall not cawe or pennit such vehicle to be IoIlded beyond the legal limit IpIIlified in the High..y TIlIlI'Ic Act, R.S.O. 1990, <:.H.8, 8$ amended,whelher such vehicle is reg__ in the name of the c...dl-M or oIheIwl8e. "except wheht theIe are designated ... wlthintheWclltcing Area whenl ~Ing is permilted. The Co..h...... shaI bear the onlIS ofweighlng disputed loads. GC7.G5 ConcIIIIcm of the Worldng ANIi .01 The Co..t....... 8I1a. mailllaill the Working Area in alidy condition and free from the accumulation of debris, other than that caolSed by the OWner or olheni. GC 7.06 MaintIIinIng R/:IIIdWIp ancl.DetounJ .01 Where an eld8ting Roedway is atrecIed by consll'Ucllon, It shall be kept open 10 tnIIIlc, and the Co.,1I81Olol'shaII, exoept as olIleIwisa provided inlhis subsection, be responsible for pnMdlng and maintainng for the duration of the Work, 8 I08d lIIIoIIgh the WorIcing Anle, Whether along an existing HJghway, incIucIing the fOlld under CClIISIruc:tion, or 011 detours wiIhin or adjaCent 10 the Highway. in IICC(lrdance, wiIll the MUTCO. .02 ,:iijfO:..dl.......sha.l'IQt be requied 10 mainlain a fOlld IbRlugh the Working Area until such lime as the eo.tt....... has commenced opeIalions or dUling ~ shut down or on any part of \he Contract that has been accepted In llCCOl dance with these General Condillons. The Contractor shan not be required 10 apply deicing c:IMlmicala or ab/asil.8$ or C8Ify out anowplOwing. .03 Where localized 8nd Hpa.aW sections of the Highway only are afI'e.bld by the Contraclor's operations, the ContnlClor wi not be required to nllIintain' intetvening sections of the Highway until such tines as these sections are Iocalied within the ImiIs of the HIg/lwIy all'Wt.d by the c...,b -tor's general 0\'IeI1Ili0IlS under the ConInIcl .04 Where the CoIll1w Documents pIOVide for or the Qo.dllllCt Adrninistralor requires delDuns at specific IoGatiQ/l6. payment for the oanstruction of the ~and if requQd. for the subsequent RllIlOVlII of the detours, will be made at the ConInIct prices 8PPfOIlIl* to such work. ..... 30 OPSGIIIInIICcw. _al~.SJJI Ilb.oft_ ~,I ..1 I 1 .. I . 1 I I I I I 1 I I I I I '.'1 "-"- - '" >:": -~, , I 'I <-':'-- . I I '1 /'-:-:'" I 11 I I 'I 'c'I' ,,'. I I ,I I -'., -'-, ,t '" ,_.e__ ..,', , Iii.: .05 The C6.4It<Ililf,'lff!llujlk/ll. ina Mli,faI:'l", ~ "fr fDr1ra1llc..,ft:IIclll..J __. at lhe QwMr'$., rill 11le lOIId lhrQI,Jgb tie WOIIciil8 ANa wII iI r: ~_. ~.ql1J : n1flltt tleC~llFICt DocumenlIOI' Wlunct by 1he c..... . for allatlCIW.-.mlnt 8I'Id n'-";J7r ID dr:J tills WllIUhall be at.. C4..t.4* ': " lhe 1tIOltl; and; ....... .. noauch priceS, at MIl r r lo"t pdc8S. -, . . II'" .. (lOSt of t It _ Alll_1D meillIain Ihe ....eI auch Rl8ds 8I'Id ......... dl~lD .. included in1hepdGellWfOItleVllliou$.tender 1lIms,... noaddllGul peyIInentwil........' " .os '1Mleie lIWlIftUllder.."ConlI8Ct Is discontinued fOr.. extIlnCIed pIlfllcltoQ"1.li.!i I 'lIIl~ . . '"COlilllillilCl''' wIIeIt.H'lMbyIheClAlhAAdmInil4l..... opIft-JIlI!IoIt-"~a' IIY_ de\Dla'Sin:af .v.....and Hi r ,ro.Yll8I1.ilfltorpubllctnMl . . .07 \I\IhIIe Ihe ClA4I4ldor COIIlIlr\ICt$ a detour whicIllsnot Ij)oo(p. .If, ..~, fOt, 1rt1he' CIA 1 ::( DocumenIs;ar__pred~..ConIr8ctAdl,.JIl ~..IheGlllllllUllllll'Cli"'",_ .p~ '. the "~;11_'tIIllCNIII"'" be pelfonllllii.. _.c...~. 11l,t 1"', ,:TIIe. ~'..." c:onslfuClltIt_ ..........s 1D1lNCluI1iI"1tId'g8llmlllic..Ilol~':"J~ll,~. "JIlIe'CorleI_ 'AdmlllMlaIciI. 'RemCMII and de TlIIl..aIo.rf''''"be-~;irs,..:,;t'''''''f _ ...~~- . AdmIIM....,. " ' .0&, Where.: wIIl.........appovaI of Ihe ConlraCtAdiIliM4K. "'lr~ I~"~ ... 1M :1r8Iic dMIdect fIlIinIIy offlhe ~1' ID.., olbl/f'HIQIlway.1he ewtt4.. .....~..'OQIt.. .. Owner...... .tllIfCt_ maintlin1nll'lic CllIIlIOI..lces in HOaii_~ ....lilIItto. .09 eonIJIIInca'_" _"IClinoPRW'siDi'l$ sh8lI in no.., relieve ..Cull. t:t ,. ~iI'" . "sub""" 'GC"~Ot;. PJ~IU.~j 'eI'Wock, PiInonlI,'and"~. fill !..wIItt''''~!~lJO''' .e&pQI\IllbIIll.y..,.. ...dIIms. exc:eptfDr claiMUlisilg on~ClfIIlgIl .lli,......_~WI. Area that.. beInt n..l\IIlMd by oIhera. ' ' GC7:Jr1 Aeun to Ptopet1lM AdJ~. . tile Wort .... l.l rr "'lft ,-or ... " ..MellI .01 'The CvlILactDI .... flRl. ide at all limes, and at no lIlIlIa CCl$llD Ihe Owner. , at J ~ n I r-Iie pr11T Ulll1enlhehlcular aocUS: - ,b}_4....oU__lim . . _"ellll.IIV)' 1Int"Wc.IJngArea. .02 The eo..... ... JfO'JiCle at ailtirnM and . no IIldI8 CCl$l1D .. Owner,... II r .......... and waller........... ,.,: 111 in Ihe wo,ldnDNea. .03 WIl8l8.., ~ in Ihe lIlIppIy of,~""_'A1qlllrlrJ_" .lIIlI1c.tJ .1 by life, Cvllll'*;tMLAiIU )" ",Ihe~JhclDI""'..1he Ml'l mrJ ......,CNIIIiIIIs...1rt ~Pl!d.'" WlIb lIUbelC"~1 GC 7.11, Notice& by 1M ~.......... and s11a114II1I1I_ ......1'1.. 'I"'-~". CAIIIIla.,mliil..ill"d"~ lD__~ ~7.l18 ""11--- ....'...... .01 ExiI;:ept""'II!ICI.,Mltlt!dooGC4.02,AppRJ*. Permlla.1he-C1l, ,l~,,"" .....,..t-. tor8RY ~"..Ik U, II I.,and ClIflIII( I' L whicIl ... dale of",~_.iI,l!I...tor.. ~-~' ",., .02 Thec..... l1or..... -1flIIe for ailnem llYinIlllI<<IiOi'lS........by 1he1llll.~_8I!li.,cJ/lV'" IJ*mllfin~GC7.08.01. ClPll8t. J J"'';'r -llU, nn ,uI \, ,- ~ -"". , ;:,<::-,', , ,", ",'" " ' ,',;"., GC 7.l1t SuspI.lkIn of WOrk .01 The Conb....... shlII. upon wrilIen notice from lh$ ConlI;Ict Admlnistra&or,disc:o<ltillUe Of d!tlay any Of aI of the Wqrk and WOItc shall ROt be -.ned'1IIIIll theConlract Admillillll..to. SO dlr8cls in writing. Delays, in ~ circumslances. will be adnlitoillll..*'according to subseclioclGC 3.08.DeIeys. GC7.10 ConIrac:tor's RIght to Stop tile Work Of Terminate tile Contract ,~ .01 If the Owner is adjlld~ bankrupt Of makes a g8IIeI8I.lllgnmentforlh$ benefit of COll..". "-use "of insolvency 01' if a Iecei.-er is appoinled '**_ of insolvency, the eo.dl....h.( may, wilhout prejudice to any other right 01' remedy the eo.lti~ may hIIve. by giving the Owner Of rec:elver 01' l1Ustee In bankruptcy wrilIen notice, terminate the Conlra<:t. . .oi If lhe Wotk is SlDpped 01' othel wise clelayed fon peIlodof 30 Days 01' me;,. ..... an order of a court 01' Dlher public aulhority and provided lhat suctI onler.was ROt issued as lhe result of an actOI' faull of ".'iIbe ,Conlracb 01' of anyone dlnlc:lIy employed OI'engaged by the c...dl..h..",the eo.4l..h.. may, '.~ pnljudice to any Dlher right 01' remedy the Contra...ac. may have, by giving lhe Owner written ~. terminate the Conlract. .03 The eo.41...Jl.. may nolIfy the Owner in wrIliIIg. willi a copy to the Con1ract Admiuillllodbi, that the Owner is in default of c...41....... ~ If. althe Conlract Admtuisb.... fails to issue ~a~lnac:c:Ol\lll11O" willi the /llo!lisions 01 Section GC 8.0. Measurement and Payment; b) the Owner fails to pay the eo......tu.. wlIftIn30 Days of the due daIas identified in c:lawe GC '". 8.02;03, CtII'lific:alio ,and Payment, ,the 8mOlIl'It8 QllI1lIIad by the COntract AdItlilM.... 01' wilhin 30 Days of an 8WflRI by an arbib.... orcourt or c:) the Owner violates the ~ oIthe COntract. .04 The Cotltractu;'I written notice to the Owner sl1aII advise,lhat if the default is not c:onw:ted in the 7 Days Immediately following the rec:eipt 01 the written notice the Co.."..., may,wilhoutprejudice to any other right 01' remedy the c....b....tu. may hllve.1tDp the WOlk or lerhilnab. the ConIrac:l .05 If the Contrac:tor terminates the Conlrac:t under the conditions set out in this sube&clion, the Co! dJac:lut shall be antltled to be paid for an WOfk ,pertonned ac:c:ordln9. to the COntract Doc;urmmls and for any losses ()I'damage as the Co!,bac:lOfmay ...... as a I88UIt of the temIInalioI. 01 the Conlract. ' ", GC7.U Notices by tile Contractor .01 ~ework is carried out whlc:h may 8lffec:t the flIOPIlrlY 01' cipelalions of any f.tnistry or agency of gl5vemment 01' any ~, cornp;any. /llIItfIlllShip-C1l'oorporallon. inc:luding a IIIWIic:ipc!l COIpor8tlon 01' any boan:l or COII1lI1is$ion thereof. and in adclitIon to 1llCh.1lCltic:es of the COI.lIMIICIlII1eIIt of IpeciIied operations as are presaibed eIsewhenl in the COntnlc:t Doc:uInenls. the c...Ib...Auo sItalI give at least 48 houl1l advanc:e wrllten notice of the date of c:ommenc:ement 01 suc:h work to the penIOl1, company. partnership. COfJlI)I'8tioI" board, or c:on.o.Islion so ~. .02 In the c:ese of damage to, or inI8tf8renoe With anyUllllties. pole Ilnes. pipe lines. conduit$. farm liIes. 01' other public 01' privately owned works or flIOPIlrlY. the CotIfja,U shaI ~ !,lly notify the Owner and the Contract AdministralDr 01 the Ioc:ationand details of suc:h _.~ or hital'lilrenc:e. P8ge 32 ON ..IlIIIIICIlI ~I ClfClMlalal., II ..... ,.. ~.I ...1 I I I I I 1 1 I I I I I I I I I I I ,,1;1 ~'h<' .. .'0" I I I .. ,- f .1 I I 'I I 'I ,...1 ,>.,:": I I ','1 ,- --' I I I. ,~ ',' :,'-. " .,. ,,'. GC7,n ill li.i~f".. .01. ~ 8IJ:lIlIr ~1~ .nQl8d.In\belMt General Co ..fI1iMa. the eo."I~R 111,111I11 "_)jSt$\~~.' .......ilflll!n ,___<<..,obstrucIion ~iIJIored in the ped'Qm" <<.:~O:Jolt. .1/fl'I' II8lIIc ~~II""11llIic ccndIIIons en.., Highway or roectll!9ilJ lIe(ln'lD1_'~ Area ~"1Jy ..ctu..uc:.ons. Md 1M c.... J Ja~r8hall IlOtmake8dJcIlIiID __lheDwnerfor anyloss,A8mageor upense4XX [ fMeclltIeIIIbJ. ;02 WIlenIlbe. ~ ill. UliIitY or olher mar...~ abject. the c...a.cllof ..... _~ to. lISSUlfte the liIks....lespoIlJi!ltl'l.!f arising out of such otIslnIclIlIA. ....the ~rUI~of the.. obslruclion Is: ahawn.on the D/lInS or desalbecI in the ~ ~ .. tn<J.,\.".shcNm Is wllhinlbetllllerallclllPUllild in pelligfSlll1 GC2.01.01 a). or.....lMpr 1 1GB _~U~rthe ~"'.Irwi8e beenJ1l8de kNMn to U'le~..a... or coutd "'been~ by !he ......tm. UfiWlljIU'''.bv !he.c.AdI'ack)( In ~ _Icnllh \belMtGerWl<lal Clli ..I1IUnnil. .03- DlI'lng theCllllllSllOiftlle~ it iIIthe~""'~~G _n1t.~ tIIl~_lpli\{lila , ':orolheflflPo~IlIl.,4tl.dJ1 for.f\lllbeo.fl.. JUl)llf,,,,eg_l:to.4he IPllClru'CU .1.llf...UIlIilliI$. , to exen:ls.the _Ill , ... .. COIlIInICllon"~liltb,,'1lIld to 1.'111IUllluIlMrpn _** .'. neee uYDe"'1 . Iil':!U'leUlllllyfrorndlmage. " GeM3 UIWtIlU~ of Op......... .01 ~for8UclHlIo!k 81 may be required by theCo;l...uAdmi._""...tomail.... _WIldt.. all8lie . IlIId <oW" f. *,y oon mi... the CoIduWlklr ... not ClIny 011 openJIions uncIIr .:CWlll.ilGt en Sundllyu!llfllll'lt !*Fnll .~ fIl. wrIIing fnIm 1M Cc.lt..;t AdmiI....... ' .02 The cYlllII tloi'." (lOOp",__ wilh olher ~ UtiIIy ~ and the 0Wner._ tJt&y shall. be elIowlld IlIIU J I. to1hllir1l!llllk or pllntatal1":l r 1 ~bIe limes. . Ge 7.14 ,',,' ......'n1neUpB.r-ONltlIc.....u .01 Upon alIaiIling.li!J'tnu OJI PeIfllmIanceofthe WOIk, 1he Contractor....NImOYe "~UI.. 8'81_ . IDols. ClOJlA~~ and equipment IlOtJeqUired for the ~.of"_ [t lit WoIk; The CQ~ ....alIOremove 811 tllIlIJlOIWY __ and debris lIlher... _~_",1h& OWner, or oIheni.and.... ,the Work and WoIfdng JlIfIa cIe8n and"~ . II tor ~~ by U'le OWner unIeD lllllGlllii.,e ......1I1ld. . .02 TheWcldc ",,_..dl IT\'M!d ID hlMl J I*, COl'IJ4l'.f ~. \lnll......~_~ mlll_ tocIIlI; COIlSlIUlllIcln mechinery.lInlJ....\.ent. The CQ........aIIQ:__I8lRQued d8brls. oIheflhln_... rldbvthe OWner. orcllhers.' :. ,," OC7.1& ,WlIrranty .01 The Cb.ltlaqlO("..l8IlfIClIlIlbIe for theprojl!ltpedoR1I8IICeoflhe \tVOItonlyto......._.. delllIgn and.. 8 : Jit.,Jn 11'1 JIft'Ilit..uch perfonll1\Ce , .02 SubjeclID 1he ~'~4lir~ lhe eo............ oomlCt pmmplIy, at Ill) 8ddllIoI1eJ COlt to the OWner. d_it.oreli.:' III in IleWCllttwlliatUPFear. . Il) priclr to and during lI!e period of 12 mOil'" frornthe date of SulMIW-tilf PeofOl,,~ of Ihe WOrk. _sat out it.. Cd It 1 ofSullIlanllll P8rfomI8rlllI of Ihe WOrIr,. ' b) wtlere. ..... la, cCII"If'III~ lifter the ... 01 SuIl.r.. Mil Ft.Il.......t<LCle. 12 mo..... lifter ~~.,.~oItMWlIIk. ' " c).~ .......CJi1;r' 1.11 <<SlIIllll 1111 ,...-....a..QI. 12 mil ~I ......,otQi,~ F~1T1ian oftheWodt.........COlllpl.IIonCerlr: . ,or . . -'v: :-.~- , , . OPS.......r I1U., __,.It, , Il'~ :..'........ '''J .. . < '-:-"--'<~,;:' ~ ...... d) such longer periods as may be spec:Ified for ced8In M* iaIs or some Of the Work. The ContJ'acl Adminlslraklr will promptly give the Q".b~ written notice of Observed defects or deficiEIncias. .03 The Co.d1acb shall correct (lr pay for dallIage I'esUIting from lXlIreclions made under the requirement$ Of paragraph GC 7.15.02. .r" ~, "':Jsi; :~''''~''' ~"'..' .... ':~ '.4;~'- ~..-~... "-oe 34 OP&.....CI j:fj ,GfConlnlcit. 'IJ\1 lilt' ~ll88 .~I ,-J I I 1 I I 1 I I I I I I I 1 I I I ,~;~ .....' ,,'-.- '~" . '~_\ "-' _.- ~"'I ;,.".. ~{.';; '~I' , "I ~,~/: . ~I " ~., ~ ' I~ ,~I ;':..,'::'- 'I ..~I ~.~-" ' , . ,,: ~"I~ . , ~~I~ , :-,-:., ~,~' 0 ,', i'l' ::':-: : :;,,1 ~~y- "., 'I" ':,-"'.. ~,,,;, 'I' ;,:'-,- , ,~,"':, .." '~':- ':' " >,1 -." :'I~ ~~. '~ ~::t ' "'~I" '~:_. - -' , ' C;:_'. _' t~r' ,0<:>' '~I" ,.:.:_, -- ~ -:+ - .. ' " ~GC "'1 GC 8.01.G1 , " -'- . - - . - -. - . . ~GCU-.~tIUf,~ AItP~y'1.tr:, "I) .\lr....... ~" ,11"'_ '..t- ,-,: . ,.' .01 The Coalr8c:t Adlr!' . I _ wiI... 811 I o' rl ClIll;lt a I'IIllI1lh, In......,of, ' perti.lIm8d. ,n, "'&:,1 J I .. be the ql,m _ of WIldt A~.."", ' (OOIl1l__jh&'!,'J:p . ~_8VIlIY1l~I_U F1 : 8lIaI!Pt;th!t_~ ~ 9fWcllkl*fQj ."slnoetlepnlOllding..d:. m_ullade. TheQ(l1L ~ ~. tleCOWdeacIJ uli ,.Il.,to_eunt.&torwllhin WDaysoftheCu'.Oru.... . - . . " - . . - . - ~".02' S8cb qer 1nl.'Ibi,....n JlII'j1IIlIl.:sb8iI.,~ ancIlleId >>IP,.1Il1rrr, ~1lIt 1inIl. , ~ " q11816IInfatthe__ofthe Corilllf.1' 'Ii c.... l' 'lII1IIlI tle ......1;IR..lirU.II~... ofWG* ~ , campIete II " .03 MUlRlIll.. 4t tile, <Il" _of the"WocIt' ,..,......wIItle~... ._cIU:,1 L ' n-.em <it by Plenaw._ )Iifi~,'_ln:- hlll:llldin 1IWc:::.... Ict'-........\~r:. a::t fU' .,**" willIO-ll:'i. be...... PIID QuanlilyJllfllfllnW-may; ~"'~I rlU,:........ AdI.Ial Unnr,.~,*, ~..... ~1lI an_~T__" ~~JlIln"(P) ......:'f,I1l ~~ ':;~"IlI:_ 1/. L .. G'totheA8n QI Alt)...... wIlent "I'-~ If ,i(P);"'tll~U,ICII_....tle ' ,',.fIlm J 1J1t____tnlll JI8IIIIIll~, ' .' "i' (~; . MI. ...1 t"'...fnT......~ L.... _ " - , _ ,_ _ , ~ ' d .01 WllnltJNlIl........ qu8lItII.y of Wodt-to,llI: ...~andIor.;!~lU r""t.,. , CUlillt-:e"" upcfIr ,.,lIIIit price tinder iIIem .. _11"1 or tle "3'- .. mJ~. D~. ~.~... PfCUlll' >>wthe WIldt~ .....,..J...lIIl .'\I,J.,...ll:Jll 1lem__i<t_....-madeilrtheaclu8lrq .....GfWlldt..lIII!ldIOt..rr .' , ,', ~"tt"T__elIlllPl_fW~d--= . a)lnihS_Qf.nllll:.......q. iii. ofWlldtperfl)fi It...- ~, ~"llJll,_"1IndIr~ by....tNn15%, .........__ al!ll!llei(falll] 1..tie__peIl)'1D""11 11 t,a NlViIed Ul1It....ilr".. '.' ~~ andIorllf . 1Il1UPllllltwl*:b,f''fU~d' 115'11>of""""'-.. l __, ~" __........_8OOII_rmlln..,.IIP ,m'f Any~lIli~Il_"_ ,,',' .....Id ,antllernll'uiln 1.~ofdl*1O"WoIkfllld(or I!llfJl~"f1IJ].1Iil_dlfo~""':~1 \,_ .I'm, Ti.~.lcrl\fll.fDr""and~r :*~., ad ' . ~ . b)'lillieJfi ,if......IIIm ..... N"f .. af'l.'JrlI" ~ , ~, . ~ ........ of the tender'll' ....... 0" 1 .."~." " negIln.. for.. pcdln of the actu8I;OUlIItIII!lnnclfilc84>Cl111i1&tQ If Jli~._' " undemln lno.l~ II of11S"ofthelllnderql.; ~tJulp. IIHlt"lI~ If 1iW~" ' " ancIlikedcClllthnAJ 11e to the itI8m "'IJ~lld>>~""'"I'lll"d:"''',ll,'.~Gul(''''':of the flIqder ~ for" 18m. O~_J rrt41!_ul... be.,o;llit.. .. I'. n_.I.1lI~ ~, by.. ~~ ....lIn.nrla' QlIicer.(ll' audlDrand..., be 1&11!t~fby"hQ 11[1i(<:,;4II~"lll.. WhenI tlOIl ,,10- ..... 811 f4I\1 __ ",to 10% 01 lll!I.... ptfClIt- ..~.. 1,([ ,of .. uncIemInln~mn of1Kof.....IlII~.~..tlepailL. .' WtItIieiI:I'1*p Hit fOrCOlllflllll fin mulIt be RClluWflO Iat8rtlan,.~.lhir'!l .' ltoUI.. ~e'lllllt1 " ' GCUZ PlQ'Runl GC I.02i01 PtIlle.... Work , ,.: . " J' . . .' - - . , ,01 ~ for.. ~... be flIIcompens8Iion for.. tIbour. lC1i r.f~" '~m, ~J1!t~cirl'-- ~ ....... "'1Ibour. EquipmenUnd MlIlIiIII" 1II1l1U ,_,...' al'...M.(U 11 and otbIr 19o1de.' 'l. ',".-. OPUI i Illtrif!llll,lI(..:"J !m'r:I!;.'" ,..~ ... . ~i .- ., ~j'{'-;.::' ",~,,"k.:'E..> -C;;:'" -'," '.Sl:-;)!'- .< '."<:,';~,l\''-'',,>-' ~;--" :.~ .'o-.,h:- .02 Payll1ent tor WllIt not ~ _n.d_1JIIlClf MyOl1$ iem andWllhout specified details of peyment WiD be deemed to be included in tile ........ which It is mBS 1>' . 'd. GC 8.02.02 Advance P8yme!dlI fOr ml....tfaI .01 The, Owner wiD make advance payments fOr.. 1 iatintended fOr IncorpclIlIlion in the Work upo/lthe wrltten request of the eo..~ and aoconlihlllOlhefolloMlg terms and cOllditions: a) The eo..lI........ $haI, in advance of receipt of tile shipment of the MalBrIat, arrange ror adequate and proper storage I8CiIiIies and noIlfy tile OlnIII!:tAdl'nlnlstnllDr of their 1oca\lOI1S. b) The value of aggregalie$, pux mad and ~..,...be esBeBBed bytllefolloWiriO PRlCeCll.Ire: i. SounlIts Olher Than Commeu::181 (1)~ 'A', '8' and 'M' shaI be aBmBed_the I8lie of 60% of the CorItract price. (2)Colne and fine lIggI9glllB ror hot,,*~IIll~ COIIC1'elle, SUIfaCe ~Iel'ot 8'Id Portlalld cement cot....... shall be assessed _JIlt llIIIIeof 25% of lhe ConInIct price ror each . aggI egllki slookpled. -j-li' - CoIn"...::181 Sources , .~' Payment fOreepara/1ld eoarsuRd fine -'"1 1 t will be ~ at !lie above ..wilen g $uch "ll el! _are 8toc1lpled at II COI...l8Illi8IlOURle __ furIher.Pl<< i Ilnll is 10 beC811'fecf out before~.dil~ llUctI m IIlrt8Is ".1nII p.oducl Ad\/anCiJe peyments fOt ~ mateIIa\$ located at acoh..1llt1s118OURll1W11. be nI8Ide. 'c) Paymellt fOt all other" J II iaIlo. un/ess ~ I,hllled IllseJJl1ent in the ConlI6C\; shall be blllMId 01\ the iIMlice price. 8rld the c...".. .... ..... JlIOQI of cost to tile c..."...:I AdmiI..b..... before ~ can be made by"-Owner. dl The payment fOral Materials sh8lI be pro. I ~ ....!let "'l1PPI'Dpri.l\! tender Item by payingfOt ,. sulfic:lellt units of tile Item 10 cover the valueof".1 1lllal Such ~It sh8II no! eQed \!O% olthe Contract price tor l/181tem. e) AR~ ror wlllClUhe cu."..... --lOnlClf,. adv8nce payment shall be placed in tile designIted stonIge IoCatilln InIU.:I11 L ~ upon flIllliI/Iltof the malerial and shalIlhelle..., be held by tile CoId1actu. In \nJst ror lheOwner _1i:?1,rIl8llCl.lily fOt enymclllies *<<Ivancedbythe . Owner and fot the due complei\ic)ol olthe Walt. ' The c........... .... no! 8XIllldlse any act of 0WIleI$hip inoonlisfel'lt withsucb security, orfllil1lMany Maial fnIm the stonIge 1!:lC8\ionS. except fot incIu8ion ill \he Wclrfc,lWlIIlout tile CD""1'lI. .wriIing. of the eo..-.t AdmII......... f) Such mateliiala shalIlWII8in at tile ri$k of tile ~.l-'*'i who sIlI\I be respiJI.... fOt &Illy loss. danl8ll8,lheft. i .1pfOpeoU&e or d8slruction of... [7 r~TlaI hoW8\ler catllllct .02 'Whenlthe OWner makes advance peyrnenlis~11O tile COI.ditionttlllled in paragraph GC 8.02.02.01, such payment shall not COIlI\IfuIe ~ of the MrlBria1by tile Owner. Ac:oepta.K;& ~ o,ntY be detemlilledwhen Ihell18lllriel meel8OlieNqui'emenls ofIheIlfll)lQlll'lale~. GO 8.02.03 c........Ud ...,.... .. GC&02;03.01 , "'~nll ~c.._... .01 The value of \he WOIt< perfDmllld'end MMilIt's\IflPlied will be.""""~ once,.. mon1h by the Contract AdIlli1lildi.... ill 8OCOIlfance with tile COc,,-.t Documents and .CIalISe GC ..01.01, Quantilles. .OZ The prolJl'BBI Payment CerIilicaIe wlhllOW, a) \he quanti\ie$ of WOlk pedollned, b) \he value of WOlk peIl......d; C) any edv8ncedpeymant for MaII..:iIIs; d)1he amount of .*"Y hOIdbecIc. liens. Owner'."", e) lite lIl1'IllUntof GSTas """'1bIe; end ' f) the amount dUe tile Cl:.l.b~. hila 3lI ~....~, 1;;f",,'l!fClll.U.:t.ajJII~...,_ .~I , "1 I I I I I I I 1 I I I I I I I I I '.., , ~.1. I I ., 1 I I I 'c"1 , I I I ~/', I ,I I I .~.I ;.1 " ...., .0$ One copy4!ffliua:~rJfJf''';''neJlt c.~ ......to lie Olio LiIllDl' .00J. Payment wlI be milia..... 30"'" ollie ~ D8ta. 008,0203" CI,lIIIudfOlloftullco"f. "'~P'.t101l .01 &el'ore_Wodt,. ...-n&d llesl8gec of ~ PeIfclQnance,1Ile ~fIl~*t..,~,N CctIdnlc:t~"., it WIiIing that a Ill. t __ 1$ ..c..~ltllll .' fu !~ ...aIIf(,>>* till ,~~,"c;on.pletioRofsucbsullCOOllact. . '. . .02 The ConInIctNb...llll.... Will issue a Ce"I"olf ofSl4looolll'-.t c..IllJ.111iCln if"~ r ct has been COIllprr ~,Hll1":I; It. and" requInId PlfPUIi"l and leIlilIOof lie __ .CDU'.U".... 8\Al-...have...Cl8IIiedOl!tand.......... .. fLW,. ' '; .03 TheConlnlclMl)ll.i . OII\"wilIaetoutlntheC6.f. T!14S1l1.culll'ilQ~r' 11 n___MwbIch lie ~dAlilt.. COIiJllllell II and wIlhIn'7 Day$' of_ dIle;the'Jl\lbCu.A.Ws ..411~ ~ ._'111; lleConlnlctAdmU ~ I WiII_acapyllf1lleCllfll' . 1o"....c....~_......<M~ hJ1o; CllJ'ICeI'IlId. GeI02... ' Slim I ~1lt,....~lf{n.1T1fIRalm. e~.l"l",plJ..lr U ,It .G1 , '- ',", '.', ,_" 'i' '_ ,__. FGlIowino '* Iff' Qf...Q,..... r of SIt ce.Jl.d CtlItpIelIor.. the. 0Mw wlllI'ln 1.....M'1Ile c....lIactG(.. , nl!/l!ly~.d illldiulfllectof1llelRlb-........SUGlHlI l1...-.mede. 46 Dlays.... 1le,;clP4f ..WClQllllild.was CIlItIII rf oompIeIa8ncl- ~1Ie 1:1 ; J ~..... "'foIIowlngto~~Adn"'4Il: " a) a documeIlt J .r ~~to "'CoAIlract Ado.liM_lhat will nl..n ..~............ dalllllutlll1'" )$1i;)1le1U1I~"~ ~_""lIJOCepIioilssucb..1 r 't ~';hoi_ ~ ~ ~i r lW., ,to.... Cclo41ad AdI.Ulllli:tJi".lhat... ~~ _ellUIIIll.... ..IDUUe 10. I. IBA1inlI 0IIt1le IIl0b0A~ ~t . , e).a U kWY.lllUl1llllQll~lll or..........Worl1Il'.u SIdIlCr.fIl"il _,Baed 111 IIhlii.....b'~....aacI . d) a CIOPY"''ihlU1fl)d.~ _ ...nlle ~~ 8IIlUhe Subu ... . ~, and... roo ".y T ment etouJinlJ""'MlJ I 1_-' the .......... 6Ont1le~. .~, . ,- . .o! PMgrapb GC ..Gtr.03.Ga.o1 It). will only llPflIrlO ....sum ..... ............ the <lui"'. AdmiIlIat.J1)apI :lQr 1~.teqI"""" . .03 Upon IICIalpt otihe..-/.Py ~ ... Clil U HIIIhaII fortbltliltlc1lftihe l\j;~i".tor 1Ile peyment_wdar" 1Il~ unt...L .000Relml, of .~ hll~ by Ile OwMr',InI~ ola~""Illa.Qt"'_""" co........, ortheQ,l........SInty. of any offheIUWl!Ill)o,'-'-'" Gc.IAI2;83M ,c.IJl"!1"n of ""1' . '1 r""......u_ .01 Upon ~ by the Q...~ and wIleIe.. ConlrlICt bas baan III Will 1'[dls.. ~_n.d. ContractAdmlu_Ulf.wilisaueaCdu' of~t '_ U \~lC8. .02 TheCoiAla..,."., lIl1 1 -WiII_ ouIln the Cl.IlJIL : ~ Sullltalllllll fI8Ifom mnrxJ...._ oit'AtllGll lie ConIraat was "'1" n.~ ~ and wIlhin 7 Oeys aIIer li;.$1ling .. 8i11ict. Gel1lllutl the ContractMlt :1 . ""'" will ~ a copy to Ile.CoIl1rall1ol. . .03 UponllClalptot8cCOPYaJihe<:1 r*Hltofsut. . l"'PelbJ.._..co..~IIP(""_". A!IqlIirelf by 81;1.32(1) F'ar........ 5 of Ibe ~ IJ8IJ Mr. 1\$,0. .ttllO, c;C,30, .. am~P1l11"IU'O\W of lie c.1lIlcaf6ln a 0QnlIlnlIlIl0n lnIde Mil \Ill .-. SuoIt 1Il.1I1l. 1 iii... ... incIt.tI'lltJTIJ~Pi!I..tln."~ICllaI~'.' ' .t. :.Y'c 0l"8_ "I.~ "11~n: ('.111.: 1.,.*' ~rr' - ;., ~. " '" ,'<J ',>c_',' "';-",.,; "_",' ',. '.' k .' .04 WII8Ie the COIdl........' fails to publish a copy of 1M CetIIficaIe of Substantial Perforrnanc& as required above within 7 Days Il'Ier naceivIng a copy of 1M08lllllc4. signed by 1M Contract Admlrllstrator. the Owner may publish a copy of the c:ertiIloala at the CQ..h...h.. 'l. expense. .05 Except as otherwise provided for in Section 31 of the, Construction Utm Act. the 45-day lien period prior to the release of holdback as I'efamld to in clause GC 8.02.03.05. Substantial Performance Payment and StaluIay f-IoIdback Release Payr/lellt Certflil oetes. shall c:olllmence from the date of publication of the CerUfic;ate of SUbil8lltial Performance._ provided for 8bove. GC-8.02.03.05 Substantial Performance '....nI and Substanllal PeJtcriIance Statutory Holdback ReIe_Payment Certificates .01 V\Ihen the Conlraet AdmiM.m.. iSsueS the Cerllfits:!l. of Substantial Petformance the (:ontracI -' Admir1ilob.m.. will also issue the Subslantial PeJfoJmanca, Payment CerlIficat& and the SUbstantial p'edoI,. .ance StaluIay Holdback Rele8$e Payment Cet1IIic:Elre or where appropriate. a combined '-Mment oertific;;ali&; : .~_....- f. .02 .,'~ SllbsIantial Pelforn8lce ~ Cerllfitlll WIt, st\dW. -arthevalue of Work pedonned to the date of SubIlalltial Perrormanoe; , b) the value of OUIl.llilndlng or Inc;Oh\ple16 Work; . c) the amount of the ...lDIy hoIdbac:k, aIowfn9 for 8IlY pnMous Alle.~81 of statufDIy holdback to the Co.lb",,*,,1n respect of CClIllflIeted sub....l.-.aand deliveries of pre selected equipment; d) the amount of n_.lenallce aecurIty RIqlftd; 8nd e) the amount due the Cot dJal;to(. .03 ,Payment of the amount cer1ified wi! be made within 3O,Days of the date Ollssuance of the payment , oertiIIc.idIe:. .04 The Subslantial Petfl..mallce Statutory IIoIdIle.:k Release Payment CerIIIIoa will be a payment certillcat& releasing to the eo.d1a... the stalutoI'y holdback due in respect of Work "",bmed up to the date of Substanlial Performance. PaymBnt of8llCh -tPl\1tOry holdback shall be due 46 Oaysatter the date of public;alioo of the CenIIicaIe of Subl&ltnlial P8Ifonnanc:e but llUbjeot to the provisions of the Con$trucIion LIen Actand the 8UbmIsslan by 1leCQ.,....... of the ~ing doculnenls: a) a release by the Co.'lb....tl){ in a bm satlt~y to,1Ie Contract AdInIrllsIrafDr releasing the OWner from an further Claims relalillg lD lie COlltl.... qualified by atated excepllons such as OllWlo.ldIng wortc or nllllleis ari8Ing out of SllbtdonGC 3.14. Claims, Neg-.IlIl:W.I$, Mediation; b) a statutory dedaratIon In a form 88lilIfactoIy to the Contract AdrnInislrator that an fiablIIties incuned :;!iby the COllll'1ICtor and the eo......v. SubCO!drac;\Oo's in canyIng out the Conlract ~ been . .-chalgedexceptforstatIlIDIY~~~i.iIled; - (1) a selis1actaIy Cerlificate of Clearance from the~ Safety and tnsuranoe Boai'd; and :~pn:lofof publlcalion oflle~ ofSubstatIlilllPerfonnance. " GC 8.02.03.Cl6 Ceolllicldlon of CompletIon .01 Upon appIicallon by lie eo..b....-!lll.8nd when lhe Contract reaches CompletIon, the Contract Adminlstr8lDr WIt issue a Complelion Cerlificate. .02 The ContnIct Administrator wiII_ out In the Comp/elio1\ Certmcate the date Oft which the Work was conlplated and wilhin 7 Days of signing the said. GlJrlificaIl. the Contract Administrator will provide a I:OPY to the c...1Il..cb. -....:' .....f ..... 38 OPSGlMallc:... .,.. rlll'~.SIjlIJ ..r1.. .~I . . 'I I I I I I I I 1 I I 1 1 I I I I I ';>,'-,' -_ " -c.' ~ -_ _, ---, ,__ ,:-:;,,-,'i.,;:;-- ,\i;,,_,'_ -'-4,' ec'.8UU7 ~ltlml1 ,r..-.nt...Il'IWllhIiMl ~' '111) ,Unf!l1~"'rir~~JJW ' ,..,.... Calli<< 1"-- , .' .: ," ", , ;01, Wberttheeo.~~"'J:bJIIIJ"'"1uueS the Qln,llIttn ~ lI.l..~'" 1IL.rlldl.JI,- ... lSsueJfleqQ!l'lJlllioo. Payment CeItlIk L .. the ean,IEUtt..SIilU/llY lh)ft ~~".RJltlE I , Paymint c.lIIk II I <<w.llere ~. a QOjntlilledfl8Yllllll1l ~ : In .02 TheCompletianhl~..ll;lIIlCertillr-' wiII__,' , a) mnNIImII!ll4ll,h"ueofWCllkatCorrpllll:.l1;"' . '. , "bJ'the amount of the futltIer.-.Py ~__ on the VIIlIIe:of JII'~W,~JI, ~JIlItliQ!: m.. and abcM the1l8lue.,Wlllk:COI1lIllstad shoIlrAln the Sub_1tiIl PerfDIr__ ~"'~J\J refemld.lDeIM:llle>a'G ' ' . c) theamauntdue:1Ile0llt1ll8lelor. .03 The ~Jlllf~~,~II" HoIJjbltk RII t-:P.,..IeIIt..Ceflrn . .A,,,_..",,J.IlI~.""" 111 -"1 r ~"=~~lIl.lt~~IC':~~~~~-:l~ '..~l!~~i~... be due 46 ' ._of 1~111 ~j___ . r . ,~ 14, " flIJ.l,. '1 ' but"~lD~:I.11'<llh..oftheCo/JstnlcflDrJUlnAct...,.. 'mI 'r'DO.the~. r.I__._ JcIIowIng dDcw. E J[ a) a,relnn t.v,the ~~ In a ,Jolm Iil"r torr KI the ConlftIl:t".!lIl. Ilnlming.. OWner fn:lm ...tdlerCll8lms~ r ItKl JfIe ~ qullllu1 t.v ....fil'~IltI""WhIitle 1IlflI'0fI011 ; '. " ' " b) a,' 'I_ ~IIL Jlll,lR.fr:lftnufJ~Ilk1iyID"'.ConIracl~il,~ ' . "f_."nr'~..tnowNd by .. Co.,."'*".. JfIe C,.i:1lI1.~'" Itl11'41 I . -, In GaDJfnI out the, Cllll . 111M... , discII..... 1'1 IIf 11I_1llIl8d _tpfata&~~" 'r: and ' ' " c) a u.1I"t.t:.My~1flI1 unlof C1UIJ_tromIaWl$lJlP<.""" _........... 5M2aM ' ."*r_ , .01' JmenIIl.due the ~~ ill bIMed on IimI* it..... end iuak:\ . 1 If UIIIIlt lie U~I41It'" of It__ GC ...20U8 JIlL ",UDr ......,..,..... .01 Pfovided llle Co.i l lW llaI compIieIt _ the lIlquiremeI*. ofthe.~ 1I1Plil!; ~ IdJItg .. docuIi- bIIi>n ~_.. wtIIn plIJ ,....IleOwner lD JfIe ",~,"1L4IorWaltc~1 .tDr' far n'-n, ofoillli ~ If.'t hoIdbIdt,. 1IIil1)ed.,....o.ner.1Ilen the.e~.l Jl,r"lllllr"-.fIJIUt ~lD rer:itJelnlt..ItOft'llWt~.. _ pa,ml..t.""""''Ot.....",...,.. .1" ..Jlllu.,.......;. dalllltet out beIIIw: ' a) PRlgrau PaymIIIt CllfITlClll1' 30, oa,a .....CUKllf D8lte; , ',. . b)Qdk:l!-ll of:fL I : I. ~ IKJt CompIeIjon:' 30 -._ ....CllI!tI!Illf._...~-MbIIb the '. , " 1IAMw........~.\ ~~I1d; . ," '. . c) Suboo.llilMr~' _~lIClkRalaf..'-lJm.IllCeJtillo ~ . 76'!l!;'VIf I'ItJbeJ.~.~JfIe subco/~._~rl1 II; , . " .. :',' d):SlilJo,lsnll"'PeIfDfl.liln~Cettr 1 :30:0IIys.............tl11t\lf..lC~ 1" e) S&~..,.I PeJb~~. ,.,~ l~n~J s ~. QelJlII' nr ~.,:.,.~"... pubI&alIon of !he Pa!ftJ1IIIl ~_ 111 of Slit I I I I . PelJOUloance; . f) CoIT'PIll\on ""_IU.d~ l' 30 oa,a...., the dale........, .. ..'-. Gl ..... JfIe ' eo.:ll.o#'~~IVW'; '. ...... '. g) COmIlllllll 1"11 ~tlJI! IV .. Relnn PaymeIltc.lllli.JIi 7&0..._1101 :4" Il,_ the...whiCtt..Wark..OOI...... " - _ : ' ,'0:" .-' _ _, - ,->-,~- _', -/ ,_: ,~;;,~:)"-, ,:",:i-r", -' .02 If_CG Jl *I,__IIIQ,IIII.._ 1111l JLl . ofthaQ.' l;;'.r Jt, U1J'flUJl,it4:" III.: Nq,dlem.... .. KI lIl...."'"of JfIe 1ImII..... ~ In. II n I'. .,,~".ot. ~*'_.onIr"'lIInccN.when the Cu...... .. compIlllId.... "!IAd l. ~ .. ,.", ,,"',\- ; ,~ OPa~"'f 'Ill ni...(". flll,l,t?A.r 1." . C ,_ - -" ,'. ",,' ,~,_.".,,-, c __^- ,"",-, . ," :::i.' 00 8.G2..03.10 h...._ forNlgall8tlons ""C'llllll -:;-.-.{:':.. .01 Except as hereinafter provided, where a notice of negotialiol".. notice of intent to cIalm and the Sllbsequent claims are submlUed in accordance \1IIlh the lime limits ancIIor ~ desc:ribed by subed)n GC 3.14, Claims, Negotiations, Us 1i!tlIon.1tI8 Owner will pay the ContracIor the Rate of InleleSton the amount of the negGCiated price forll8t fllIJt of the WoIlc or on the amount of the seUled claim. Such interest will not CXlh..telkOe until 30 Days after the $8lisracklrl completion of lhatpart of the Work. .02 : Where the eo.lb~ does notatternpt to resGWlhe negotiation or the claim in all eJqleditjous manner. inIeIesl allaltbe negotiable. .03 Where the Cuhb~ fails to give notice of 8 c1ain~ the lime limit fRS',:lib"d by s.lbsedion GC '3.14, Claims. Negotiations. Mediation. interest shllnot be paid. .04 r~a COllllactorfails to coqlIy wiIIlthe 3O'4laY lime limit and the prooedlnS prasaibed in "'~ ~ GC 3.14.03.03 for submission of cIaImlI;~ shall not be paid for the delay period. -~. - - -. . ........~.-... 00 8.:0%(13:11 0Wner'a SeI.oIf .01 ,.,Pursuant to ~12 of the ConsInIt:Iion l..ienAct,theOwnermey Allain from monies owing to the c...lII......' under Ihia Coub..ct an amount sufficient to cover .,y owbIl.lding or diSpuled liabilities including the cost to remedy clefidetlCie., the NdlICliOn In VIIIue of suIlsI8nderd por\IOll8 Of the Work, dIIIms for damages by third pailIes which Mwnotbeendale/llllned In wrlting by thec...lb....tuts 'lnsuler, undelenllined claims by the Owner under .'4IgI~ GC $.01.02.01 a). any asu 81ment due the Workplace Safety andlnsuranca IiloeRI and eny',,*llM to be paid to the workenIln IICCOIdance with clause GC 8.02.06. Payment ofWOI1teIs. .02 Underthae circumstanc:es the Owner will give theContraclor ~lale notice Of such action. 00 8.02.03.12 Delay In f"aymlllt ,.01 The Owner shaH not be deemed b be in defauIl otthe CanIl8ct providad any delay in paymant does not exceed 30 Days from the due dales as defInecIin ~ 008.02.03.09.01. GC 8.02.04 Payment on. TIme and M mil.... , 008.01 Definitions .01 ~~lhe purpose of \his Clause the following definilionupply: Cost of Labour: .......... the 8mI:JUnt of wages. salary....... travellilM. food, lOdging or simiI8r Items and Payroll Burden paid or incllrred dlrec\ly by the Contraclllr to or in respect of labour ancI supeMlion actively and necasarily engaged on the Work based on the ~ lime and hourIytates Of pay for such labour and supervisiCln, but ,&hall not include any psymentOl'costs inCunedfor generaisupeMslon. adminisliatlbil Of management lime spent on the entiAt .WorfIOl'anywages, salary or Payroll Burden for which the COntractor is COI'IIpe!Ilflaled by anypaymentllllde by the Owner tor Equipment. Cost of .....rIaI: means the cost of Uaotelial ptnd In d. or supplied fl'om lItoc:k. ancI Y8IU4!ld at current IlI8rket prices, for the purpose of canying out Extra WoJk.IlY the Conll........ or by otheIs. When such 8l1'8I'lgeIIlenhave been made by \he COI1IraetDI tor 0llftl/MIing the Wol1t.as ehOwn ~ ilet,1IDd invClices. Operallcf.Ren&ed ~ IM8IIS Rented ~ tor which, ., 016'" ,is provided by the supplier of the equipmeIlt8llcl for which... rent or .....~ tile 0llIt of the OJIlIIator. ...~ OP801Nni(' I "l"al'CeIIlnIcI-' .11 _ 1_ >1 I '~I I I I I I 1 I I I I I I I 1 I I I I "I I ",I .-<-. . I I' I I I I I I I I I I I I ",I " " PIIyIoII Burden:,,~ ....'aynlwl'll$ in ,"_I of WOlII. 'I ~t inIu*-'Vlltlhll_~ ~ ~. pubIW; !l1!ll1!\i _~ damage inat.nnQe, -. u. ......~ III .I tnsu, 1 r ' ! . Pillion flmlt. . and.8UCtI oI1er\t4lf<>..._ ....pa~ bmill/J peJtof!he ~~.ftllftlIIl......~ ReMed Eq~ment: "'''I'lUquiplll8llt!bat Is renI8d or felled for !he speclaI pulp!.'H otw.._. 1'irne 811d,"'I~nd818llllsf!'llm.~..1rm orCCllJlQnlllGA ItIlIllsnot an .IUTir', ef......._rl~ ~.Ily !he Securfie.s kt, RS.O.191D. c.S.5. as amended, and l&approo18d by the ComnIct A4ft.:Illl~; , .... WoItc:IIIM\S;!he Illlfllllliltiol'f. ~rJlilbing _ llIlAiIIJUII:ti" not' 1 ..."" d.raeds." '..IICs;hIghWay$ anct~and R:lI.ldM...... '~I del.... Olller'bilIu...~\OQ....... "" " 8ewerand 'lr11k. ~ WOrIc: means !he pn1p1118liIlfl. c.o.lIIrt'lltiQn. liIl$1iNlIIQ,,~~,r.rUt, 'lNIilllRal\Oltof ___ '-'1lYI1 ... --. It... ~"1"'8IId lneIudes "'A.Iti"Ul _11111 J"-tben wade on &1IUelures. St.andbJ'Time:.'---anyperlod of lime Whli:his'notCClllllidlndWtMi..m.~....... ~"'" WIlh !he Wooklltll,~ ..not. eed 10hoOl8-irr._~;Dar"_.4IIit.;,o,:whICMI_ ... of equlpmentClllllOt'pt""" 1).be UI8d on~_...m..I....."":clI\IiII8 r'l!;il.ORtlIr.,~ WilIt "11&' ftn', F f:l1llltaldduring which lime the UI'lit Is.. fUllyQll<<." condiIiaR. . ..U~~ ~ WOdc:' _!he OClIlIItIUCIIon. ~ aepaIr. oM IlIioA. ftlR'oIldlllno._IQ1)'tlhll or ." feml:lIIIIond._~.IlIliIdlPe.lunn8lor tetail........ Includ.'" PNIl 'hlll_""".liIlVIn9af., ..1OundaIion Of..''''' "'lId'llg,1UMeI or....._ .. .. "Il~ 11 fl<\'l af.eqtf\:lll ,wi_ ~ lnoIi:tM..UI~/1l1a , - '.- TIle 127 RlItit: 1II8I!IlIl1M.. for a unit of &q\lipmlllt.. ,1iIllId 1n1:JPss 121; Sd._lIf~~ for ConsllUcIion iqullllne.'It lncIUdIng ModeIMd~. ~ wbIcIf 1& _...tIt_tIme !he wade Is earrIer.t:eM or fllr equipment wbIch Is not eo ..... _ .. wbIch. "-1lHn "'" '1tllNIby the , OWner. using theUmetmcilllles as used in determllllng TIle 127 R8l8s. ' Work ... . '11iIlIIe ......,.' -r.a IIasi8: means ,a.e- In.the Wadc.;El!iIra WcItIt:_~ ~"111t WoIl( ~."..;o...H:t."~"'forc~:Oll a lIme_,'. T 11II.... lJie"..a:TIme ,.t1al rllfhli& .....1Mt tUlllBct to all the ..... cor........ 8pe'~-""''''lIiIm 111nl of the COlloel . _....Time:.... 8lICIl.J8lfod of time~"ullit of tlqUip'fTll. 1&.11;"', 1iI..-of,:Jl'8I!:ntltr ~.1l . crT 1JilllIlIan and fie tnt 2 .....I(lIIlh.m.>af . 'u IlIIIJIRJ ....... wtIlCtl ' lhetlllit I&notaO"~U,.H..durirvwhk:tt"ot1l Ir 1\*.olhen1Jil1l:/X~~ "'....... time the uIlitCMnOtfll1l.~ :, 1).be .....dl ...cI1o oI1er__tlUtmust1'8lllllln on .........ealtUl._. wIIIt lis assigned taaks ___ whIcb lime ....IIIUMt.._ aperableCllo ......"C', GO '02114. __ WorkRecoolt, .01 Dally WOrk R",~ as the C8H m~:.byeilher lheCl!J.""b".~JlI';I.1I1i\t(lorfhe , Conlr8ct~llio". ~. r.~lhIIlDltill'''''''''_ EiIl!Jlpment~ _.. n . T18ll"on .'8lICIl Time and'tr~lW /XllI8Ct. shaH be flIICOt'Cil,"n ~ 8lId Iligl'led 8lICIl.., 1lr1lGltr_ CciOl,k 'IlI!$ "III .... ...eontractAdmini8lnllor. . GO 8JIZ.04.Ol ,~..DtfOJ WOrt , ,01 Payment.Ill!IeIJtJlRl>.ilt.d..... be fUll alIitllC fl' n for ..Iatlour~ l5qllillment_~J11 ~ to dO the WOrk. a _and l11lrlill8asiS ~""1bIlre 18........ tlt.....oA~,...to_c corlllll'~""'''.llTlme8lldltJtU~''III!8. TltefllllP~'nt It' U l!II..,lIRaeAd M T rlII..........,lDeecllhM:luala.JIIORlllnu...Oo( ;lItlheC~n~Tl1.. r.. . " . OPt. i111 '(r 11"' <At rill. I I 1_ ,'. I. ,... -'; ,,>' GC 8.G2..04.04 Pa)lnent for Labour .01 The owner wiH pay the CerllllaclOf for labour ~ on each Tune and Material projeQ at 135% of the Cost of Labour up to $3000. then at 120%01 any portion of the Cost of Labour in excess of $3000. i -. .02 The Owner wiH make payment inRl$peCt of PayroIIBulden for Work on a Tune and Material Basis at the ContractoI's actual cost of Payro//Bulden. .03 AI. lhe Owner's disa etion, an audI may be c:oncIuCted in which case the actual Payroll Bulden so determJned shaH be applied to all TIme and Material WOrk on the Contract. GC 8.l12..O4 OS P8YlJIeIItfl:lr MaterIal .01 The Owner wiD pay the COllt.....b",. for Material used on each Tune and Material proje<:t at 120% of the " .':,=: the MaterlaI up to $3OOO,then at 115% of any portion of the Cost of ~ in exc us of GC~ .....forEqulpment .' GC 8.02.04.06.01 Wortdng TIme .01 The Owner will pay the Co.lli<lClJ), fOr the WclrkIIlg Time of aH equipment olh8r than Rented Equipment and Ope.atlild Remed EquIpment used on the Work on a Tme and Material basis at The 127 Rates with 8 cost adj"lthkellt 8$ foIows: 8) Cost $10,000 or Ies8 - no adjustl.....d; b) Cost gI8ateI than $10,000 but not exceeding $20,000 ~ payment $10,oooplu$ 90% of the portion in excess of $10.000: and c) Cost greater than $ 20.000-$19.000 plus 80% of the portion in excessofS20,ooo. .02 The ownerWiI pay the CMdl..ctu. for the WoIkingTlme of Rented Eq~ used on.the Work on a TIme III'ld MateI iaI. Basis at 110% of the invoice priCe approved by the Conlract AdminlstnJlor up to a mamun of 1,10% of The 127 Rate. This conslnIint will be waived when the Contract AdmlllMi.... appro_the Invoice priCe prior to the use of the Rented equipment .03 The owner wiH pay the C.:lIdl....b for the WoIking TIme of 0peIated Rented Equipment used on the Work on a Time and Material Basis at 110% oftheOpelat$d Rented Equipment invoice price ,. ~ a::.- COI.b4Ot AdmlnistraIor prior to lhe use of the equipment on the Work on a TIme and GC a~06.02 ... Standby TIme .01 The Owner wil pay the CoI\lIactor for Standby Tme of Equipment at 35% of The 127 Rate or 35% of the invoiee price which_ is appropriate. , The" Owner wiD pay reasonable costs fOr Rented Equipment where this is necessBrlly .etained. in lhe '-VoIkinlJ Are8 fOr exIIlnded perIodS agnI8d to by , the Contract Adminilltl.... ThIs WlU indude RenliedEquipment Intended for use on olher WOl'k. but has been idled due to the c1n:ulIIsta.cc. giving _to lhe 'Walt on a Tme anclMaterial Basis. .02 In addition. the Owner will Inc:Iude the Cost of Labour of opeI8tors or assoc;:iatec:l labOurers who cannot be otherwise employed during the standby period or during the peItod of ldtenel!S causEld by the cin:umSlances givinglile to the WOlt on 8 Tlm..IId~1 Basis. .03 The Contract AdmlIislI.... may AlqUint Rented~ idled by the cIrc:umstances giving rise to the Work on TimeMd .., I t illl Basis to be NilUmed to the lessor lI'IlIl the WOl'k requlrIng the equipment can be resumed. The OWner will pay SUCh =-ts as nISUIt from SllClI return. ,.. 42 OPlIGtnIIIIICcill'r -otea.ca...~l .""-1_ .~I , .", , II I I I I I I I I 'I I I I I I I I I "",I, ",'" . "- - I ,.,1 ~,', ,~- : ,~- - I I I, -,- -, I ,..1 -,,~- :: -,.~ . ,".1" , I .1 'I' --,:<,. I,' " f I I ...1 ~.:<<- - ',', , ., ;;;-- t-- .04 WIIIn Eq\IiIo\IIlInt.lrlllum1ed..soIeIyfor...... ofltle WilItc.. - 8I1d Offmm_WlJ1__anaTlmll anll..~n "ki ~peyrMnt_.'" . . ....... ...~. ntlforlllll UnIis. \Nbanl!qulpd_ts ftlIWId .".,.- - -'.WOIfIlo9. TbU.llIlOd of moving EquipmilInlancf Iha I'llIeS shII .' contiact M.."ltilb~ 'Jf', GC'n. 04 fR ,.... for HancI,Toola ,.-" .01 ~.any.oII1el\ PRf,iIiOll of ,lhis SecllDn. _JlaYINIIIt sIlIIUIUllIdetQ;l\Lc<"lll!t1Of fat, . orlnl8$pl,Olof....TooIsorequipme"Ullat~toolsGfthelJade. ' .. . - - -. ,'- , GC 8 OU4Jl8 P*lllllntforWodtBy ,.lIuMI'IftlCtonI . .01 WheAlItle ~~ .AililgM IDrWilltcon a:Rme and J' ...... B8si1,;9r..a_ ofit.~",~_ . '__ ~'~,an.,a...TiMean(LJf 1 TiaI.""','ando.. ..' ....;f!t Ibe .., .~__ ,Gf.'llIII*-:wodr:,1n -.(l()I_lIl6 ~r. ,.' . .~.: 3.10. , '" .: SIlti;~...ItleCoiJ. . :~.~"Owner wjI..,.'" . ' " .. ',. ~~"_Il 1 d....Iha.c.......w .-..; , _...~~. 1)11t.' ~llI\..fllIowingb8llill: . a) ...of........ plus b) 1. of.. 8IIlClUlIthm $3.OIll)1D $10.000; ... c) . of.. 8IIlClUlIt..... of $18.000. .02* fuIlIIer'''':.'' ~ regardlelS.of....1Ild8Ilt 10 _.....is@I".fi~ CIlt~OIle1lD' . ~ If work ilIn ulF I d .onubleUll .. 1m Jilt I, .asdefined ....J.. ~.<<AIt;JIO.,tIll,"", ' whlDD tuerWil lie Inled . ' .1 'j ,""j ,"! GC.80UUt 'Aml.lloR, of lnVoIce4I , . ':,,-' - ":, -.,',' :/. - - - '- - '- - ,,' - - - -/' .01"''' &taltd...,. WOtk:on a TlmlI and .. r......... .. co.~ .-..wMM._ITr Iii,. , , . Iabout andEqulpmlnt'- not aIN8dy tIUWnIIled 10." ~..ICt~1IrrdJ ll' dUIIIlI,the ....of, tuChWOlk. ' .02 .~_sun","""'..o.ltplllldllylheCl..' n uccol_tI:l,...rn,11'l1l',.. .."8Iiiili~".. for ~of~ an . Tme.and .. . lIIf ..... ' &I:I\.~,~.. . '~ QQfet number8lll1Co\ll1f'fi.....of..1IIlldtandlllallila<lJrr~~LIr....., .. .', " .1IWolce&.for ".-II ifJIl. RenledEquiplllll1t_Gller~ ~.,..t:oot.__ on..ww.k . an.Time_.Hr . 1"......belncllrl'''4w1t\.~..,..''',..'''". ,~~_....~.;', ~: . .,,' :os e.b..._,C:r.l.lUCl.Allmlr.l.,dl..twllLwm-!"".....n~_Ii.M!I!'._:j~:.~.".. 00II1B of,..'II!lIfton. Tme and '1 . ~ 8IIiI inc::Umld 'lIle peCltrg~".lll 1lCCV-~1l'" _ ........... 4ldnlluillllilllive",..cecIlINa and "ColI" 1 ~inUIl6"'''*--. TIme _fJ1lllffli....' ' ".. .. . .04 Thefillll~fOrP.aymenlof AcclOlnS an a lime and .1 1r.1...... ......lI,.IJlIAfl'ltlrlbe ew....ctQ(....... alterltle COlnjlllltion of.. Work on a TlIlal. f1i1JMfIlJ 8aIIIlI: ' .. GC 80US FIMI~ c..lff"~ <<ff" ,01 N'iIIr". IQ" inl -- of lIle .Walk .Iha ~J:1Jd AdlnlniIlI1dDr wit...... ..". ~ . ~., CerliIl ,e, or, ....'... "". after .. ~MI1ly Period bel .,ued:TtltRllill .AlT1,1lilnc. C'-4l111lJlliI wllhl,lltbe...... unllallfnIIWn (lWI~!J tr have ~ 1 r"lI or ~.1I11" 'if. _tie.. may 1Ie,'" ...~...... beldiIctIqed aI,on. h_ undertheo..lllId. . . ,,-' - -'. ,'- OPIt.......ClI.Jr;r ~.t (4.1;.,' ,. '.. .....4 .' ;, ~'; .,'.' .. "... OPS.......,Qo. .1 !lllfCenll,ct. S ....,b.( t. ,~'I .~ I I I I I I I I I I I I I I I I I I GC 8.02.06 Payment ofWorbIa .01 The Conlractor shaH. in addition to any fringe befIeIIts.pay the worfcens emp/oyed on the WOIk in accordance wllh the Iabout condiIions set out in the Con1I8et and at inlervaIs of not less than lwlce a month. .02 The CllI'Ilraclor shaH require each Sl.dx:ontractor doing any part of the Work to pay the WOI'kltrs employed by the SlIbCOllllactor on the WOIk in accclRIance wllh paragraph GC 8.02.06.01. .03 Where any peISOII employed by the Contractor or any Subooubac;tur or ~ peISOII on the WOIk is paid less than the lIl'llOlII1I required to be paid undet the COIltrac:t, the OWner may set off monies in accordance wllh clause GC 8.02.03.11. Owner's ~. GC 8.02.07 R.conls .01 The ConllacM shaI maInlain and keep 8CCUrale ~ II$lling to the Work, Changes in the Wortc, Extra Wortc; and claimS ariSlnO therefn:lm. Such Records Shall be of sufIicIent detalI to support the total cost of the Work, Changes in the Work, and ExtttI WOIIt The ConlIaetot shall PAlSeMt all such .' ollginal RecoIds, until 12 mOIlth$ aItIlr the F'lAaJ Aoc:ep4Ince Cerlilic:ale is ISsued or until .. claimS have been sellled, wI1IcheIIer is longer. The ConIradDo shaI requn that Slib-.lracU$ ~ by the Col,Il....u.. pre$8lVe aI ollgInaI ReconIs petlaininf II) the Work, Changes in the Work, Extra Work and claims arising theleflom for a simler period d lime. .02 If. in the opinion of the Contract AdministraIor. Dally Wodt Records are 1'llCIUlred. such records shall repcl(tthe labour and Eqlllphlellt employed and the Mt.b.IiaJ used on any specific portion of the WOflc. The Daily Work Records shaI be reconciled with and $lglled by the Contractof's repres efltilfli\le each day. .03 The Owner may inspeot and audit the COull ca;tu(s Records relating to the Wortc, Extra Work and Changes in the Work.at any line during the period. of the ~ The ConIractor shaH supply . certIIied copies of any part of lis ReconIs required wIIen......18QIIllited by the OWner. GC 8.02.08 Tues and Duties .01 Where a c:hansIe in CanadIan Federal or Provinc:IaI.taKes oocurs aItIlr the daIIII of tender closing for this Contract, and this change c:ouId not have been dhllo;lpJil'ed at the time of bIdcfIng. the OwnerlAliH ~ or deaease Conlract payments to account for the exact amount of lax change Involved.: .02 Claims for compensalioI. for 8ddiliollaIlax cost .1 be submIlted by the Conlraclor to the"Contract Adminislrator on forms provided by the Contrac:tAdlllilli$bw to the Conllactor. Such cIaJms for addillonallax costs shall be submilled not less 1tWI:50 ~ aIIer the daIIII d Final At:ceplanc:e. .03 Where the COIIII....... benefils from a change in CanadianFecleral or PIovInc:iaItaxes. the Contractor shaI submit to the Contract Administrator, on forms provided by the Contract AlImid$fldM. a slaIe..loont of such benefil$. ThIs statement shall besubn illed not later than 30 Days 8fb!r Final ~1Ce. .04 Changes in CanadIan Federal or Provinciai taKes lAIillCb impact upon commodities. whIc:h when left In .' place form part of the lirlished Work, or the provision Of services. Where such SllIVice$ form part of the Worlc and Where the manufactunl or supply Of such~ or the provision Of such s81Vicesls C8Ilied out by the Ccxllra<;tor or . SUbcontractor. _sUbject II) a claim or benefit lIIiI ~ abOve. ServIces in the ialler COl" means the supply lIllC!"opel1IlIOn Of equIpment.'the provlslon Of labour and the supply of CClI'I'Il.1OClIIle$, wIidI do not fonn ,p8lt of the Work.. ' I c. ,,- ,." :4% 'y:" "",,-, f I ..,.1 ":'.::': .. "1 :.. .1 I .1 I '." <"',".' , I. _:.::": ~I ;-.""c' .1 ;( I -'J 1'1; .. :1 I ""...... <.,,:.....' I GCC.G2Jlt . 'liqIlllhtd 11......... .01 When IiqIIIdaled ~ .. speelfir ~ in lhe COOIract and the Contrac:t<< flIJIs to COlY'4 \I' rtheWork in acconIance _ the Con1nlCt. lhe Coodl..;.tQI .... pay such 8lIlClUIlIS as,,, ~ in the ContraCt 00cumenIS. ,'.. .. '... .... ~.. " ".. ",- ".: ...'..',.. ,:','-, .. ',-' ':- OP$GenM!. \:, - ...,~_ tj~d .8,..1 U'.lIIt ...,..t'....... ;........~ : ,'-"" ", -...,'/ -.."...."...,.:. ": .." ,-,"- :':___f,;': ,'. ':4-' .-.. - '-i:;, ~;>{{;&.;5~-;;j;;i~~Sf ;"?::J'~~;;k'1t,:::::!/~,. ,-:_ '..~.." PIIga ... ,. -.1 . . ; ~"-I I I I I I I I !I I I I I I I I I I Q