Loading...
HomeMy WebLinkAbout2007-117 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW NO. 2007-117 Being a By-law to establish, layout and dedicate certain lands as public highways in the Municipality of Clarington. NOW THEREFORE The Council of the Corporation of the Municipality of Clarington hereby enacts as follows: 1. THAT the Parts shown on Plan 40R-16730 and Plan 40R-22327, and listed below in this section, being in the Municipality of Clarington, in the Regional Municipality of Durham, are hereby established, laid out, and dedicated by the Corporation of the Municipality of Clarington as public highway: Part 19 on Plan 40R-16730 Part 8, 9 and 13 on Plan 40R-22327 BY-LAW read a first and second time this 28th day of May, 2007. BY-LAW read a third time and finally passed this 28th day of May, 2007. ----- rnet~yor ."" -{.-W rr ,Municipal Clerk - - - - Municipality of Clarington TENDER CL2007-16 THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE - CONTENTS - SCHEDULE (A) SCHEDULE (B) SCHEDULE (C) - SCHEDULE (D) SCHEDULE (E) SCHEDULE (F) SCHEDULE (G) SCHEDULE (H) SCHEDULE (I) SCHEDULE (J) CLOSING TIME & DATE: - - - - NOTICE TO BIDDERS GENERAL PAGE 2 - 8 STANDARD TERMS AND CONDITIONS PAGE9-16 CONTRACTOR'S SAFETY - POLICY, PROCEDURES, HEALTH & SAFETY PRACTICE FORM PAGE 17 -24 FORM OF TENDER PAGE 25 -30 SPECIAL CONDITIONS PAGE 31 - 37 SPECIFICA TIONS PAGE 38 -108 SUPPLEMENTARY GENERAL CONDITIONS PAGE109-115 INFORMATION SHEETS PAGE116-117 QUESTIONS FOR CLARIFICATION PAGE 118 DRAWINGS ATTACHED 2:00:00 P.M (LOCAL TIME) WEDNESDAY MAY 2ND, 2007 LATE BIDS WILL NOT BE ACCEPTED, BUT RETURNED UNOPENED TO THE RESPECTIVE BIDDER BIDS NOT SIGNED ARE SUBJECT TO REJECTION BIDS MUST BE TYPED OR IN INK ERASURES OR NOTICEABLE CHANGES MUST BE INITIALLED BY THE BIDDER BIDDERS MUST NOT INCLUDE RESTRICTIVE OR CONDITIONAL STATEMENTS TO ALTER THE FORMAT OR INTENT OF THE TENDER THE LOWEST OR ANY TENDER NOT NECESSARILY ACCEPTED - .. ... TENDER OPENING MEETING IS SCHEDULED TO TAKE PLACE AT 2:15:00 PM AFTER THE CLOSING TIME AND DATE, IN MEETING ROOM #1A, MAIN FLOOR, 40 TEMPERANCE STREET, BOWMANVILLE, ONTARIO, AND INTERESTED BIDDERS ARE INVITED TO ATTEND. ... TENDERS MUST BE RETURNED ON THE FORMS PROVIDED AND IN THE ENVELOPE PROVIDED, CLEARLY MARKED AS TO CONTENTS, PRIOR TO THE CLOSING TIME AND DATE. .. ISSUED BY LOU ANN BIRKETT, C.P.P., A.M.C.T. PURCHASING MANAGER TELEPHONE 905-623-3379, EXT. 402 MARSHALL MACKLIN MONAGHAN CRAIG ROSE, CET, DESIGN MANAGER 701 ROSSLAND ROAD EAST, SUITE 201 WHITBY, ON L 1 N 8Y9 P: 905-668-3022 & F 668-9443 ... ... - - - Page 2 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE - SCHEDULE (A) GENERAL - BID I TENDER DEPOSIT All tender submissions shall be accompanied by a Bid Deposit in the form of a certified cheque, bank draft, money order or cash, payable to the Corporation of the Municipality of Clarington in the amount specified in the table below: - - - - NOTE: TOTAL AMOUNT OF BID MINIMUM DEPOSIT REQUIRED $ 20,000.00 or less $ 1,000.00 20,000.01 to 50,000.00 2,000.00 50,000.01 to 100,000.00 5,000.00 100,000.01 to 250,000.00 10,000.00 250,000.01 to 500,000.00 25,000.00 500,000.01 t01,000,000.00 50,000.00 1,000,000.01 to 2,000,000.00 100,000.00 2,000,000.01 and over 200,000.00 Bid bonds issued by a surety approved by and in a form containing terms satisfactory to the Municipality's Treasurer will be accepted for tenders valued over $50,000.00. - Bid deposit must be enclosed in the envelope with your tender. ... All tender bid deposits will be returned to the respective bidders within ten (10) days after the Tenders have been opened except those of the two (2) low bidders, which shall be retained by the Municipality of Clarington until the successful bidder has executed the Contract. - AGREEMENT TO BOND An agreement to bond from a bonding company acceptable to the Municipality of Clarington, Director of Finance must accompany this tender. ... GENERAL REQUIREMENTS - PROJECT SPECIFICATION NO.1 DESCRIPTION ... 1.0 .1 .2 .3 3.0 .1 .2 ... ... ... - - - The proposed work involves construction of a Sanitary Forcemain for the Newcastle Community Centre in 2007. The Contractor shall include everything required and necessary to complete the work shown on the drawings notwithstanding that every item may not be specifically mentioned. The Contractor shall co-ordinate his work with any other Contractors/Builders working on-site. TRAFFIC Confine the work covered by this Contract to designated areas and restrict construction traffic to the work area. The Contractor, his subcontractors and his suppliers shall gain access to the site at a location approved by the Municipality. Any damage to the existing roads shall be rectified by the Contractor at his own expense to the satisfaction of the Municipality of Clarington, Region of Durham and the Consultant. - .. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE Page 3 of 118 Tender CL2007-16 .. SCHEDULE (A) GENERAL GENERAL REQUIREMENTS - PROJECT SPECIFICATION NO.1 4.0 DISPOSAL SITES - .. The Contractor shall arrange for off-site disposal of any roots, garbage, asphalt, concrete, debris, unsuitable/surplus fill material and surplus topsoil. The cost of this disposal as well as the cost of loading and transporting of material to the disposal site shall be included in the tendered prices. 6.0 CLASSIFICATION OF EXCAVATED MATERIALS - 6.1 Rock Excavation - For the purpose of this Contract, any surface or sub-surface boulders encountered shall be removed and disposed off-site regardless of their volume measure. No extra payment for excavation and disposal shall be considered as the tendered Contract prices shall include the cost of boulder removal. 6.2 Earth Excavation .. The Contractor's price for any excavation shall include excavating in dense tills. No extra payment will be made for this item. .. 10.0 .1 .. .2 .. LIMITS OF CONTRACT The location of the work is shown on the Engineering Drawings. The Contractor shall limit his operations to within the road allowances and easements, unless otherwise approved by the Consultant. 11.0 EXISTING STRUCTURES AND UTILITIES ... .1 The Contractor shall not damage any existing structures or utilities on or off the site. Any damage shall be repaired by the Contractor at his own expense to the satisfaction of the Consultant. lilt .2 The Contractor shall notify all utilities prior to any construction. The cost of all excavations for verification of utility locations are to be included in the tendered unit prices. lilt .3 Any areas disturbed or damaged off-site shall be restored by the Contractor at his own expense. 13.0 TEMPORARY RELOCATION OR SUPPORT .. .1 Temporary and/or permanent support of existing utilities shall be provided by the Contractor. The tendered unit prices for works shall include all costs associated with this requirement. 14.0 EXISTING DRAINAGE .. - The Contractor shall maintain adequate site drainage and siltation control for the duration of the Contract including construction and maintenance of swales, berms, sedimentation ponds, drainage structures and temporary culverts whether they are shown on the drawings or not. No additional payment will be made for this item. - - - - THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE Page 4 of 118 Tender CL2007-16 - SCHEDULE (A) GENERAL GENERAL REQUIREMENTS - PROJECT SPECIFICATION NO.1 (Cont'd) 22.0 WORK SCHEDULE .. - .1 Prior to commencing any Works under this Contract the Contractor shall install the temporary silt control devices adjacent to the work area. The Contractor will be responsible for maintaining these devices in a functioning condition to the satisfaction of the Consultant for the duration of this Contract. No additional payment will be made for this work. - .2 It is the Contractor's responsibility to comply with all local bylaws and regulations concerning working hours permitted throughout the week. 23.0 REINSTATEMENT - .. .1 All Unit Prices tendered shall include allowances as required for the complete reinstatement of all existing features, as indicated on the drawings or as found in the field, regardless of whether or not reinstatement is mentioned in the Schedule of Unit Prices or the Specifications. 24.0 CONSULTANT .. The terms "Engineer" and "Consultant" are both used in the Contract and on the Drawings. Both terms shall refer to the Engineering Consultant currently retained by the Owner to administer this Contract. The terms shall not refer to sub consultants such as Geotechnical Engineers nor to municipal officials. .. 25.0 MUDTRACKING .. .1 The Contractor shall be responsible for cleaning and removing all mud tracked onto the adjacent roads by any vehicle (Contractor's or suppliers') related to the Contractor's work under this Contract. .. .2 The total Contract price tendered shall include adequate allowances to deal with mud tracking to the satisfaction of the Municipality of Clarington, Region of Durham and the Consultant. .. .3 Should the Municipality of Clarington/Region of Durham be required to carry out any cleanup due to the Contractor's lack of action in this respect, the Owner reserves the right to deduct from any monies owed the Contractor the amounts charged for such cleanup. 26.0 SEDIMENTATION CONTROL FACILITIES .. .1 The Contractor shall be required to maintain the temporary siltation control devices for the duration of the Contract. No additional payment will be made for this work. 27.0 OTHER CONTRACTORS .. .. .1 Other Contractors or builders may be working on the site concurrently with the work in this Contract. The Contractor shall make all necessary arrangements and coordination with other Contractors, and shall not claim extra payment due to the presence of such Contractors. - - - ... ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE Page 5 of 118 Tender CL2007-16 ... SCHEDULE (A) GENERAL PROJECT SPECIFICATION NO.4 - EXCAVATION AND BACKFILL ... 3.0 TRENCH EXCAVATIONS 3.1 Alignment and Depth - .1 When for any reason the trench is over excavated, backfill to the correct grade with 50mm crusher run limestone. Excess excavation without authorization shall be backfilled at no additional cost. - 3.2 Trench Width - .1 Maximum and minimum trench widths shall be as detailed on Region of Durham Std. S-401. 4.0 DEWATERING ... 4.1 Equipment ... .1 It is the Contractor's responsibility to review the soils report, available in the office of the Consultant. ... .2 All dewatering costs regardless of the method required to control groundwater shall be included in the unit prices tendered for underground services. ... 4.2 Disposal ... 5.0 ... 5.2 ... 9.0 ... 9.1 - .1 Water from dewatering operation to be treated using a wetland filter bag or another method acceptable to governing authorities prior to being released to an approved outlet. EXISTING PAVEMENTS Disposal .1 Any existing asphalt pavement, concrete, etc. which is removed by the Contractor shall be disposed off-site by the Contractor. PIPE BEDDING Materials .1 Class "8" bedding material shall be OPSS Granular "A" or 20mm crusher run limestone. - .2 Class "A" bedding material shall be 15 Mpa concrete. .3 Cover material to be approved sand. - - .. Page 6 of 118 Tender CL2007-16 .. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (A) GENERAL PROJECT SPECIFICATION NO.4 - EXCAVATION AND BACKFILL (Cont'd) - 9.2 - - 10.0 10.2 Placing .. .. .. .. 11.0 11.1 General .. .. Placing .1 All bedding and cover material to be placed in 150mm loose lifts and be uniformly compacted to a minimum of 98% Standard Proctor Maximum Dry Density. .2 Clear stone shall not be used as bedding material. BACKFILLING .1 Native material can be used for backfill provided it is free of any topsoil, organics or other deleterious material, has been properly aerated, and it is approved by the Geotechnical Consultant. Backfill is to be placed in maximum 450mm loose lifts and uniformly compacted to a minimum of 95% Standard Proctor Maximum Dry Density. .2 Native material that is wet shall be spread along the excavation to dry to optimum moisture content as specified by the Geotechnical Consultant. This material is to be used as backfill as approved by the Geotechnical Consultant. PAYMENT .1 The contract price shall be compensation in full for all excavation in any material including sheeting and shoring and dewatering if necessary, and backfill and compaction as required and as directed by the Consultant. 11.3 Excess Excavation .. .. .. .. - - - .1 There shall be no payment for the backfilling of any over-excavation in accordance with specifications of this contract by the Contractor. .2 Payment for the backfilling of any over-excavation as directed by the Consultant shall be made in accordance with the Schedule of Additional Unit Prices. .. Page 7 of 118 Tender CL2007-16 .... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE ~ SCHEDULE (A) GENERAL PROJECT SPECIFICATION NO.6 - SANITARY FORCEMAIN SYSTEM ~ 2.0 - 2.4 - - MATERIALS .1 Forcemains, Appurtenances and Services shall conform to the latest Region of Durham Specifications Section 02531 Sewage Forcemains and OPSS 412 and Standard Drawings. Polyvinyl Chloride (PVC) Pipe .1 PVC pipe shall be Polyvinyl chloride conforming to CSA Specifications 8136-6 and A.W.W.A. C900. 2.6 Gate Valves .. - .1 Valves to have a 50mm square operating nut opening counter-clockwise. Cathodic protection for valves and fittings on non-ferrous pipe to be per Region of Durham Standards. 2.12 2. Pipe Bedding ... .1 Pipe bedding to be Class P in accordance with Region of Durham Std. S-401. .... 2.13 Tracer Wire .. .1 Cathodic protections shall be provided for all tracer wires on PVC forcemains. One 5.4 kg zinc anode is to be installed for every 1,000 m of tracer wire as per Std. S-435. 2.14 Cathodic Protection .. ... 3.0 .1 One 5.4 kg zinc anode is to be installed on each valve, and fitting connected to a PVC forcemain CONSTRUCTION .... 3.7 Anchorage of Pipes and Fittings .. .1 Joint restraints to be installed for all bends and fittings as per Stds. S-409, S-431 and S-433. 3.9 Valve Boxes - - - .1 The price bid for valve boxes located within boulevards shall include the setting and adjustment of the top to finished grade. .. ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE Page 8 of 118 Tender CL2007-16 .. SCHEDULE (A) GENERAL PROJECT SPECIFICATION NO.6 - SANITARY FORCEMAIN SYSTEM (Cont'd) .. 4.0 HYDROSTATIC TESTS AND FLUSHING 4.1 General .. .1 Hydrostatic testing and flushing of the forcemain will be completed by the contractor. The Contractor is required to supply all labour and materials as required to complete the work. - 4.3 Allowable Leakage .. .1 Allowable leakage limits shall be as per the most recent Region specifications. 4.5 Continuity Test - .1 The Contractor shall verify the continuity of the tracer wire to the satisfaction of the Consultant. .. 7.0 PAYMENT ... General .1 The prices tendered for forcemains and appurtenances shall include the costs of cathodic protection in accordance with Region of Durham Standards. ... 7.1 Forcemains .. .1 The lump sum tendered for the supply and installation of forcemains should include the cost of labour and materials to carry out the hydrostatic testing and flushing. .. ... .. .. .. - - ... ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (B) STANDARD TERMS AND CONDITIONS 1. DEFINITIONS Page 9 of 118 Tender CL2007-16 - ... Municipality - The Corporation of the Municipality of Clarington, its successors and assigns. Bidder - The person, firm or corporation submitting a bid to the Municipality. .... Company - The person, contractor, firm or corporation to whom the Municipality has awarded the contract, it successors and assigns. .... Contract - The purchase order authorizing the company to perform the work, purchase order alterations, the document and addenda, the bid, and surety. Subcontractor - A person, firm or corporation having a contract with the company for, or any part of, the work. - Document - The document(s) issued by the Municipality in response to which bids are invited to perform 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. - Work - All labour, materials, products, articles, fixtures, services, supplies, and acts required to be done, furnished or performed by the company, which are subject to the Contract. 2. SUBMISSION OF BID .... ... Bid invitation shall be in accordance with the Municipality of Clarington Purchasing By-law #2006-127 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. The bid must be submitted on the form(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. ... The bid must be signed by a designated signing officer of the Bidder. If a joint bid is submitted, it must be signed on behalf of each of the Bidders. .... The bid must be legible, written in ink, or typewritten. Any form of erasure, strikeout or over-writing must be initialled by the Bidder's authorized signing officer. - The bid must not be restricted by a covering letter, a statement added, or by alterations to the document unless otherwise provided herein. Failure to return the document or invitation may result in the removal of the Bidder from the Municipality's bidder's list. ... A bid received after the closing date and time will not be considered and will be returned, unopened. Should a dispute arise from the terms and conditions of any part of the contract, regarding meaning, intent or ambiguity, the decision of the Municipality shall be final. .... .... - - - - ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE Page 10 of 118 Tender CL2007-16 ... SCHEDULE (8) STANDARD TERMS AND CONDITIONS continued 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 alter 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 ABILITY .. 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 perform the work by the specified delivery date. 6. DELIVERY .. Unless otherwise stated, the work specified in the bid shall be delivered or completely performed 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.B. 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. - - .. - THE CORPORA TJON OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE Page 11 of 118 Tender CL2007-16 - SCHEDULE (B) STANDARD TERMS AND CONDITIONS continued - 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. 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. - - 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. 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. .... Payments made hereunder, including final payment shall not relieve the company from its obligations or liabilities under the contract. .... 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. The Municipality shall have the right to withhold 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. .... 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. .... 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. 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 it so that the work no longer infringes. .. 10. 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. 11. EQUIVALENCY ... Any opinion determined by the Municipality with respect to equivalency shall be final. 12. ASSIGNMENT AND SUBCONTRACTING - The company shall not assign or subcontract the contract or any portion thereof without the prior written consent of the Municipality. - - ... - - ... - ... - - ... ... ... ... - ... ... ... - - - Page 12 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (B) STANDARD TERMS AND CONDITIONS continued 13. FINANCING INFORMATION REQUIRED OF THE COMPANY The Municipality is entitled to request of the Company to furnish 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 performance. The company shall be responsible for ensuring similar compliance by suppliers and subcontractors. The contract shall be governed 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 Bidder'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. 17. 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: terminate 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 without 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 terms, 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 to the company, terminate the contract. c. Any termination 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. - ... - - - - ... ... ... ... ... ... ... ... ... ... - - - Page13of118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (B) STANDARD TERMS AND CONDITIONS continued d. If the Municipality terminates the contract, it is entitled to: 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; ii) withhold any further payments to the company until the completion of the work and the expiry of all obligations under the Correction of Defects section; 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). 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 thereof. In the event of such cancellation, the Municipality and the Company may negotiate a settlement. The Municipality shall not be liable to the Company for loss of anticipated profit on the cancelled portion or portions of the work. 19. QUANTITIES Unless otherwise specified herein, quantities are shown as approximate, are not guaranteed to be accurate, are furnished without any liability on behalf of the Municipality and shall be used as a basis for comparison only. Payment will be by the unit complete at the bid price on actual quantities deemed acceptable by the Municipality. 20. SAMPLES Upon request, samples must be submitted strictly 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 returned at the bidder's expense, upon request, provided they have not been destroyed by tests, or are not required for comparison purposes. 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. Samples submitted must be accompanied by current Material Safety Data Sheets (MSDS) where applicable. 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 after the day on which all work covered by the contract has been completed and accepted. The surety may be returned 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. 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. Failure to furnish 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. ... Page 14 of 118 Tender CL2007-16 ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE ... SCHEDULE (8) STANDARD TERMS AND CONDITIONS continued 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 / Owners / Operators who do not have WSIB coverage, the following shall be provided upon request by the Calling Agency ... Single Independent Contractors / Owners / 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 worker/Independent 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 / Owners / 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. 23. 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. ... 24. 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 directly or indirectly by reason of a requirement of the contract, save and except for damage caused by the negligence 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 its 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. 25. 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. .. - - ... ... ... ... ... - ... ... ... ... .... .... .... .... .... ... ... - - Page 15 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (8) STANDARD TERMS AND CONDITIONS continued 26. SAFETY 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. 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. The Company shall be aware of and conform to all governing regulations including those established by the Municipality relating to employee health and safety. The Company shall keep employees and subcontractors informed of such regulations. The Company shall provide Material Safety Data Sheets (MSDS) to the Municipality for any supplied Hazardous Materials. 27. UNPAID ACCOUNTS The company shall indemnify the Municipality from all claims arising out of unpaid accounts 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. 28. SUSPENSION OF WORK 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 governed by the schedule established by the Municipality. 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. 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. 31. MUNICIPAL FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT (MFIPPA) 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. 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. .. .. .. .. .. .. ... .. .. ... ... ... - .. ... ... .. - - Page 16 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE 32. SCHEDULE (8) STANDARD TERMS AND CONDITIONS continued CRIMINAL BACKGROUND CHECKS "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 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. 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. 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." .. Page 17 of 118 Tender CL2007-16 .. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PROCEDURE .. POLICY: .. Contractors and Sub-contractors 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 (1), (2)), it is the constructor's responsibility to ensure that: .. .. the measures and procedures prescribed by the Occupational Health and Safety Act and the Regulations are carried out on the proiect; .. · 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 .. . 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: .. Contractor - any individual or firm engaged by the Municipality to do work on behalf of the Municipality .. 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; ... . the moving of a building or structure; and ... any work or undertaking, or any lands or appurtenances used in connection with construction. .. .. 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. - - ... ... ... Page 18 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (C) CONTRACTOR SAFETY ... POLICY AND PROCEDURE Continued... .. .. .. .. - .. ... ... .. .. .. .. .. .. - Constructor - means a person who undertakes a project for an owner and includes an owner who undertakes all or part of a project 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 designate must determine whether any designated substances/hazardous materials are (or will be) present at the site and prepare a list of all these substances. b) The project manager or designate must include, as part of the request for tender/quotations, a copy of the above mentioned list. The list of designated substances/hazardous 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 substances/hazardous materials that will be brought onto the work site and material safety data sheets. d) Before awarding a contract, the 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 must provide details of their Health and Safety program. f) The project manager or designate, if necessary, will provide the successful contractor with a workplace orientation which will include, but not be limited to identifying known potential hazards, hazardous material inventory and material safety data sheets for the sites. - - Page 19 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE ~ SCHEDULE (C) CONTRACTOR SAFETY - POLICY AND PROCEDURE Continued... - ~ - ~ ~ ~ - ... ~ ... ~ - - - - g) 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 h) 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. i) 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 if there 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"). j) 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. k) The Purchasing Department will maintain current certificates of clearance until all monies owing have been paid to the contractor. I) 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. - - THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE Page 20 of 118 Tender CL2007 -16 SCHEDULE (C) CONTRACTOR SAFETY - POLICY AND PROCEDURE Continued... .. HEALTH AND SAFETY PRACTICE FORM .. To Contractor(s): . - The Municipality of Clarington 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 accidenVincident and/or Workplace Safety Insurance Board (WSIB) information noted below, where applicable. - . The New Experimental Experience Rating (NEER) - The WSIB experience rating system for non-construction rate groups ...... ...... ................................. '0. ,.. ... ...... ........... ... . 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). - ~ I\~c~_ ~\...<U:u~ .. - . 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). - - H '2:]c'7 TEt,JDERS\CL~'rJ07-rG (;')r,s: .::f Sar:,t FcrCE-rlalrl cf ~~(:CcmpI2z\CL2c.:Di.-15 CO~JST OF SAt'.JIT;l,RY FORCEMAIN FDR r'JE'vV COivHII CE~~TREdOC - .. .. Page 21 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (C) CONTRACTOR SAFETY .. POLICY AND PROCEDURE Continued... .. ... ... ... - - ... ... .. ... .. 4. .. .. 5. ... - CONTRACTOR'S STATEMENT OF RESPONSIBILITY As a contractor working for the Municipality of Clarington, l!we will comply with all procedures and requirements of the Occupational Health and Safety Act, Municipal safety policies, department and site specific polices and procedures and other applicable legislation or regulations. l!we will work safely with skill and care so as to prevent an accidental injury to ourselves, fellow employees and members of the public. 1. 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 matters required pursuant to this contracUtender safely and in compliance with the Act. 2. In the performance of all matters required pursuant to this contracUtender, the contractor/successful tenderer shall: a) act safely and comply in all respects to the Act, and b) ensure that its employees, its subcontractors and their employees act safely and comply with all aspects 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. The contractor/successful tenderer shall permit representatives of the Municipality and the Health and Safety Committee on the site at any time or times for the purpose of inspection to determine compliance with this contracUtender. 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. - H <::DOi TEf'JOERS'CL:2Cj<:;7-~6 (;onst of ::;~lr';it F':x'::.ern,3In 'Jf ~'JCCl)Mpiex'.CL2QtJ7-~6 CO~JST OF SANJTARY FORCE~i1A.1N F.OR ~JEVj COMr",j CENT~:E ,.:Joe .. .. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE Page 22 of 118 Tender CL2007-16 SCHEDULE (C) CONTRACTOR SAFETY .. POLICY AND PROCEDURE Continued... .. 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 performance of any matters required pursuant to this contract/tender; ... 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 ... .. ... 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 a party to any charge under the Act in relation to any violation of the Act arising out of this contracUtender. S:t~~\ ?~\ ContractQr Name of Person Signing for Contractor 9ib:~~ . ~u-'~ Signature of Contractor c) .. .. .. (~ ) u\ Date .. .. .. - - :--1..:2:j,:);:- TENDERS"(~L":-O'~;7" -' i] Cons! ,:,f Sa:'lt F':;;~;:-r:':2I:, G~ ~;CCCmple/\CL20J7 -15 CO.'JS T CF S":)'llT ARY FOF:CEI\.1AiN FOR ;\;E'v'J COI\/1M CEt"JTRE doc - :9,'1 .' .: :/""',. ,i~) .' ~, ~;>.: '~', ~j('\J' I/, I ! ~ -;" , ,~,'~ \\bdplAl);'SiU1!fy&; , : I".,:'" : :.\~ JDaRIt3nwBa.at{ .r,.:. . ')'''E~1a= '~!~~\~; ," , '..;' " ~.dtlJIIllIuI'.t(lQ1 \l>(H, " "I. ~~tadum'iJ r\:: tf.,:''if.' . 1'-;" . .' ' r;!:~;.<. :: (~:i 'I, '. :'i< .,: H::~, : ~;;: ~ ~:;, ,,' '11 -'ROADBU/LD/NG AND EXCAVAnNG L~~r..' , ): E1est Coverage Start Date: 01101I199~ ~, '\ ~~ f " ;' I- ~~.II. : .,: . ,_.1 ~. ,"; , ~ b},.:, ,i' ~ ~'y'.': ,I, ~\~ ",:~ ~, , \ ~.. '1 ''!I!Ii'' ''.' I:.. " \ :.' -............ I t..J I . -t U I '"' .- r\ C V t:.1'i I 1 UN 416 344 3493 TO 819053725036 P.02/03 En terllrlse Infqrmlltion Warehouse NOf;JIIIl31,2007 Workplace Injury Summary Report By: FIRM ,', ('. ' .' ~j';, \. ~ ,',0 , " ' I,'., \ l~ COBOURG DMlOPMENT SERVICES LTC PO BOX 997 STN MAIN COBOURG ON K9A 4W4 ." Flmrtilumbtr. 210220EO ACCOI.(ItNUlT\ber: 5346711 Firm Eartiest.st.t o'~ Nov 6, 1986 La e5t Covet.i2e End Date: I I' I "VID ,At;c. Yr NIB F.bI hbIl . , eLTI -'UTI I ~ IhrJ 'm ~ ,., Y.. DlseIses TI1II'IlatIcs Ln NLn Freq _~ ; lJIst I LaIt WoIfcets lee nIex --- I-- f--'~ YTD 2007 0 0 0 0 ...... - 'HI......" -...... - 2006 0 0 0 2 0.00 ~.88 0.0 0.0 0.7 0.00 NlA ------- - I .. --. .......H.. ~. --- -..--- f---- 2005 01 0 0 1 0.00 1657 0.0 0.0 6.0 0.00 NlA - 2004 0 0 0 0 0.00 0.00 0.0 0.0 5.8 0.00 NlA ~- - l 'I ;,.:, ~ -m,-HEAVYCMlCONSTRucnON ;~,:,;< , :~: EaruestCOVeI'aKeStitlOate: 01101/1997 t. ,"', ). bitm Cover e End Oate;.____ (, ~\.' I:' ,: :' .: \ , ' "~" '. i I, , :>'~.:::-,'. , , ,'''' II" ~ '.. /~: , I' .,.. " ',. I , I, y_ " ,:y.W 2007 2006 2005 2004 ~~ .. Cilq' Ll1'Fnq ra.n Freet 1.52 5.36 1.76 5.81 , 1.118 5.29 ," F..w FItIl , DlsMses TllIInaIIa lTI O' 0 o 0 ........ -- o 0 o 0 RIle QuIp !We GnIup LTl rM NlTl fteq --~-- 2.12 9.81 2.14 9.10 2.20 9.19 o o o .AI;c.'tr N&fl , .L1l eNLTI I D. 'FTE ~ Pet1 NlT1 mer mq Lost Work." Ratt hfa - 0 - -..-- -- 0 0.00 0.0 7.9 0.00 N/A ~- 0 0.00 0.0 12.5 0.00 N/A "-- --. --- 0 0.00 0.0 3.8 0.00 NIA ,.. "_no_." o It, , ,'II ,.:; ARM TOTAl.. -T FIt.l Dkeeses I j eM.. Yr D. Lost , , ".... , . ,', "'j'" , " :,. VW YTD'2007 2006 2005 2004 FItII Trunatlcs o 'I' ---r-' . -rrD .NLn Dq.s F~ Lost C/VJ'7 .fTE ~ Pat WoIiceB btt ...dIx '1\ ~ , ,. LTI NLTI 0 0 0 2 0 .,. 0 0 o -----,...- , '" . -.... .....- o o 0.00 0.00 0.00 12.03 0.0 0.0 .............-- ......"-~ """''''....--- 5.40 0.0 0.0 0.00 0.0 0.0 15.6 0.00 NlA 18.5 0.00 NlA ....... ....,......-.-,..,--....,., ..---.. 9.6 0.00 N/A o o o . ~_....._.... --.-.... .........-.- I.' , !""'" <. " f'l1nn<lon: 0312112007,02001 PM . Page 1 of 2 .- - Nlk lI/otA~~UCdbl~ . CU((~t.t Yt~( It.jury F(<qu<n<i.., Ooy; Lost FTE. 5.'.';ty, aM PUfo"".t.<e It.d(Y,.,.;U bc tI<.itablc'itVta, End :' VVSIB:'ri~~~~~~ h 200 FRONT STREET. WEST ~,<<.:urrlII\Wlln de 1,'.t'l.mi\(O TORONTO I O.N'1.'ARIO .. ~ ~::~d~~ HSV 3Jl (416) 344-1012 Clearance Certificate Certificat de decharge ... ',-.,::','1::- ,,-GPBO:oRq iDE;VELOi>MENT . ..:~:1.~~:~Y,~~~>~~ ':' . '. ;\~130X;1.:9~9,7\S5TN'MAIN . .::; ';~;ggEioUR(i';,' . \. ,4.....,. ';f('!' ""." . '~,:f(K9A~!J4W4:~~;' . " I' ....~.,.",'\, " ;, . . \~~'~i! (?;">;,"i-~':I.. ". l' ;,It:P~~!~i*>; . <:':';-..'-:.~";:..~.((:;;:~.-" '.,' '. ON ThB Workplaca Safsty and Insurance Board (WSIB) herebv waives it. rights under Section 141 of the Workplace Safety and Insursnc,= Act to hold fu& Principal, that Is in 8 contractual agreement with the Contr&etot named, ti8bIe tor any Section 141 rl8b1lity of tha Cont:ractot for premiums and levies of the WSIB owing now or within 80 days from the date Of ~ Cert.fficate Par Ja i~.IBCommlalon;;deJB,S&Lrit~ feSSJonnene]el~.r~'\conue~"~:.CCidents .~ travetf,n . 'AA1i"'enonce8W('arot\l'~UlIUi'8ont ....... ",' . .'~~I...de!I'.1iQIB\141)&:..a\LOI:surJa ~f "'. ~~.iet j~li""nc>>~~conue: Ies .~ 'u1UiYalJ :'Ot;epftUtorJsea1t ',6' .tor*" 1:~'?,~.qUla~n6 u~:,~e ~~~"~j~,';.re~ dont Ie. nom . ,. ~~t"kt:~K ccnIficat.. respcxtS8ble. du '~J~~;~Pdme oU,:dt ,touto ~me que "~iWr'.~at:,1f:nuO;:d.;Vf!fVr:61~CCSPMT m~cK{dins 18G'eO~~ lillvantla date lnd'~i6G:lti:~;cerifficat.' . ... .. CONTRACTOR L' ENTREPRENEUR ... ... : . ~ . .. THIS CERTIFICATE IS VALID FOR ALL CONTRACTS OF THE NAMED CONTRACTOR DURING THE EFFECTIVE PERIOD ... LE PRESENT CERTIFlCAT EST VALIDE POUR LEDIT ENTREPRENEUR PENDANT LA PERIODE TOUS LES CONTRATS PASSES PAR D' -&.iJ?~M~rJRllrr'Q!~~WI5lS. Nan ~_ III ~d'UIJ"" ~deAl C&PAAT. ~}. . Description - ... AQaxnt No.' It" df: COItlPfe Firm No. I N" d'entnlpliu 5346711 210220ED ... Rare I TMn ~on Rate I T8Ut ... 4121001 HIGHWAYS/STREETS/S 4122000 WATERWORKS AND SEW - ... .. Certificate No. I N' de cnrrir1C8( I c ~~ Om,""," """",,'''' '" ,"','. 202781759 ... 19053725036 COI1t:lCI 1/",. WSI8 if you que1tt.on tlle vtl1id\W of thl~ documont. _ VtJUl/lu Cammvrrlr;uer ever; Iv CSPAA r :./ vau:; rfOllt..-z d" 1<1 v<Jri<lJN UI' p(<"$Cc,( (fQDAlent. 0190C 107i991 - - ... Ministry of Labour ... Operations Division Occupational Health and Safety ... ... - ~ Ontario Premise/Project Form Page 1 of 2 PIP ID 1259227 Visit Date 29 Nov 2006 Case ID 5425726 STC FVNo. 5350920 ... Contacted: SUPERVISOR-KElTH LOWDAY Notice JD 06679711 Premise/Project Name COBOURG DEVELOPMENT SERVICES Premise/Project Location ALBERT STREET COBO ON CAN K9A 2P9 Telephone Inspection Unit JHSC Status (905) 372-5675 K9A NONE Assigned Staff Requesting Staff 293 DARKE Work Force 12 SIC Codes 4122 % Complete 10 Case Type Field Visit Type INIT H. &S. REP.-BRIAN CRONKlGHT Visit Purpose: TRENCH AUDIT TO ENSURE COMPUANCE WITH OHSA 1990 ... Visit Location ALBERT STREET, COBOURG Summary or SEE DETAILED NARRATIVE. Comments: ... ... Orgllnd Role CONSTRUCTOR Orgllnd ID No. 272n COBOURG DEVELOPMENT SERVICES INC Mailing Address ... 609 WILLIAM ST COBO ON Trade Code DRAN Telephone No. (905) 3724848 Postal Code K9A 4W4 .. Order Type AclReg Year Sec. Sub Clause No. Code Sec. ... 1 TIME OHSA 1990 1572286 213 1991 236 7 - ... Text of Order/Requirement The constructor shall keep the design drawings and specifications for a prefabricated, hydraulic or an engineered support system at a project while the system is on the project The trench support system being used on the Albert Street project is appropriate for it's intended use the engineering documentation is required to be on site. Comply by Date 30 Nov 2006 ... Recipient ... Name Title Signature ... Insooctor Data S DARKE CONSTRUCTION HEAlTH AND SAFETY PROGRAM PROVINCIAL OFFENClO OFFICER 300 WATER ST. THIRD FLOOR. SOUTH TOWER PETERBOROUGH.ON 1705\755.4720 FaX# (70 175547 SHERRI.D K Ol. V.ON.G.A; Signa r , Worker Representative Name\pf2.J~rvJ ('~~~ Title ~ Kd~. Signature Health and Safety Act to post a copy of this report in a conspicuous place at the workplace and provide a copy to the health and safety representative or the joint health and sa committee if any. Failure to comply with an order, decision or requirement of an inspector is an offence under Section 66 of the Occupational Health and Safety Act Y u have the right to appeal any order or decision within 30 days of the date of the order issued and to request suspension of the order or decision by filing your appeal and request in writing on the appropriate fonns \vith the Ontario Labour Relations Board, 505 University Ave., 2nd Floor, Toronto, Ontario M5G - 2P1. You may also contact the Board by phone at (416) 326-7500 or 1-877-339-3335 (toll free), mail or by website at httpl/www.gDV.OIl.callablolrMlome.htrn for more information. - Ministry .. of Labour ~ Ontario ... Operations Division Occupational Health and Safety ... Premise/Project Name COBOURG DEVELOPMENT SERVICES PIP 10 1259227 Premise/Project Form - Narrative Continuation Page 2 of 2 FVNo. 5350920 Visit Date 29 Nov 2006 Case 10 5425726 DISCUSSION HELD WITH SUPERVISOR WITH REGARDS TO lOCATES, THE UTILITY AUTHORITY ... CONDUCTED lOCATES AND PROVIDED LAYOUT TO THE CONSTRUCTOR. DURING EXCAVATION ON ALBERT S. TREET EAST OF THIRD STREET CONTACT MADE WITH NATURAl GAS LATERAL CONNECJlQN WHICH WAS NOT IDENTIFIED IN lOCATES PROVIDED BY UNION GAS. ~~.....~~ 'SoeY.. ... THIS OCCURANCE RESULTED IN NO PERSONAL, PROPERTY OR EQUIPMENT DAMAGE. REVIEW OF TRAFFIC CONTROL PLAN AND THE PROCEDURES FOR WORKING WITHIN CLOSE PROXIMITY .. TO ENERGIZED ELECTRICAL LINES WHICH ARE IN COMPLIANCE WITH lEGISLATIVE REQUIRMENTS. ENGINEERED TRENCH SUPPORT SYSTEM ON SITE IS IN SOUND CONDITION, CONSTRUCTOR SHALL HAVE .. THE ENGINEERING DRAWINGS ON SITE FOR THE TRENCH BOX. .. ... .. ... ... ... ... Insoector Data S DARKE CONSTRUCTION HEALTH AND SAFETY PROGRAM PROVINCIAL OFFENCE OFFICER 300 WATER ST. THIRD FLOOR. SOUTH TOWER PETERBOROUGH. ON 17051755~720 Fax# (70 1755~724 SHERRLD MOL.GOV Signa 'f:' Worker Representative Name OiQAYJ cP6J r-L~ T~e -L~-~ ... ... Signature Signature ... You are required nder the Occupatio af Health and Safety Act to post a copy of this report in a conspicuous place at the workplace and provide a copy to the health and safety representative or the joint health and fety committee if any. Failure to comply with an order, decision or requirement of an inspector is an offence under Section 66 of the Occupational Health and Safety Act. ou have the right to appeal any order or decision within 30 days of the date of the order issued and to request suspension of the order or decision by filing your appeal and request in 'Nriting on the appropriate forms with the Ontario Labour Relations Board, 505 University Ave., 2nd Floor, Toronto, Ontario M5G - 2P1. You may also contact the Board by phone at (416) 326-7500 or Hl77-339-3335 (toll free). mail or by website at httpllwww.gov.on.callab/olrblhome.htm for more information. - ... - 1 - ... FORM OF TENDER FORM OF TENDER .. Tender by Cobourg Development Services Ltd (name) ... POBox 997 609 William Street Cobourg, ON L 1C 3A6 (address) ... TO: The Municipality of Clarington ... GENTLEMEN: ... We have carefully examined the Tendering Information, the Form of Agreement, the General Conditions, the Supplementary General Conditions, the Specifications and the Drawings including Addenda Nos. _ to _ * inclusive (herein collectively called the "Contract" or "Contract Documents") for: ... CONTRACT 'A' Forcemain and Appurtenances for Newcastle Community Centre, Municipality of Clarington ... (herein called the "Work") and also the site of the work, and hereby tender to enter into a Contract to provide and pay for all labour, materials, equipment and services required, and to do all that is necessary for the execution of the work as called for by the said Contract Documents in the manner prescribed therein and in accordance with the requirements of the Consultant (as defined in the Agreement) under them for the amount of: ... One Hundred and Forty-One Thousand Eight Hundred and Sixty-Six Dollars and Twenty Six Cents ... $141 86626 ... which total has been calculated using the following Schedule of Unit Prices and estimated quantities. In case of any conflict between the unit prices and such totals based upon the estimated quantities, the unit prices shall prevail. ... The unit prices given below are to be used also for any extra work authorized by the Consultant and for computing payments. We understand that the quantities of work as shown herein are subject to increase or decrease, and are approximate only and apply to the work whether the quantities are increased or decreased at the unit prices stated in the following schedule: ... * The tenderer must insert the numbers of the addenda received and considered in preparing the tender. ... ... ... - - - - Schedule of Contract Unit Prices For - CONTRACT A: Forcemain and Appurtenances Newcastle Community Center Municipality of Clarington - ... SUMMARY - - Item Description A. Forcemain and Appurtenances Tendered Cost ... - 6% Goods and Services Tax $ ... TOTAL - CONTRACT A $ - Note: All prices are firm until the completion of the project. - ... ... - ... ... - - Marshall Macklin Monaghan Ltd. L:\2006\06603\Contract\Form of Tender.June 507.x15 $ 133,836.09 8,030.17 141,866.26 .. .. Item Description Estimated Unit Unit cost Total Qty ($) ($) A. Forcemain and Appurtenances .. Supply all necessary materials, equipment and labour to perform the following work per drawings(1 0-06603-G1, P1, P2, P3, SS1) and - specifications and as directed by the Engineer. - 1 . Construct 150mm dia. PVC AWWA C-900 Class 150 SDR-18 forcemain including Class 'P' bedding, tees, bends, crosses, plugs, blow offs, reducers, .. restrainers, thrust blocks anchor blocks, tracer wire and cathodic protection. .. a) On Newcastle Community Center property including restoration and co-ordination with General contractor. 143 m $118.80 $16,988.40 .. b) On public right of way including restoration of all disturbed surfaces and traffic control. 443 m $242.34 $107,356.62 .. 2. 150mm gate valve and valve box per Region of Durham Std. S-408: each 959.9 $959.85 .. 3. Pressure testing and flushing. 586 m $5.73 $3,357.78 4. Re-Bench existing MH 8-42 as detailed on Dwg. LS $1,416.10 ... 5. rebench as detailed on Dwg P3 and OPSD 701.021 LS $431.54 ... 6. Prepare Traffic Management Plan and submit to MMM for review. LS $1,078.86 .. 7. Siltation control as detailed on Dwg. P2 LS $431.54 8. 100% Performance Bond LS $1,210.26 ... 9. 100% Labour & Materials Bond LS 605.14 .. SUB-TOTAL 'A' CARRIED FORWARD TO SUMMARY $133,836.09 ... .. - - Marshall Macklin Monaghan Ltd. L:\2006\06603\Contracts\cost estimate ForcemainJune 5.07 xis ... ... Item Description Unit Unit cost ($) B Schedule of Additional Unit Prices (Costs not carried forward) .. The following unit rates shall be used in the event additional work is required and ordered in accordance with GC11 of the General Conditions. The unit rates .. submitted will be considered in the award of the Tender. All items must be priced and requested percentages ... filled in. Failure to do so may invalidate the Tender. Prices shall be inclusive of all costs in carrying out the work prescribed in accordance with the specifications ... and as directed by the Consultant and shall include or exclude Provincial or Federal Sales Tax in accordance with the directions elsewhere. .. Price tendered shall be applicable regardless of final quantity. .. The prices bid shall be considered firm until the completion of the project. 1. Lumber, sheeting, shoring or struts, waling, ... etc. ordered left in place by the Consultant. (Based on equivalent thickness of 25mm) board metre $1,80000 2. Apply calcium chloride solution. tonne $950.00 ... 3. Apply water for dust control. 1000 m3 $15.00 ... 4. Excavate unsuitable native material under forcemain bedding and remove from site as directed by the Consultant and replace with: a) 50mm crushed limestone compacted to 98% SPD m3 $50.00 .. m3 b) HL-6 crushed limestone $52.00 5. Supply, place grade and compact at any location on site ... as directed by the Consultant (no excavation included). a) Granular C tonne $12.50 ... b) Granular B tonne $14.50 c) Granular A tonne $18.25 d) HL-6 Crushed Limestone tonne $22.75 e) 20mm Crushed Limestone tonne $20.25 .. f) 50mm Crushed Limestone tonne $20.25 g) 50mm Clear Limestone tonne $22.75 6. Supply and place concrete sewer bedding including brick ... support of the forcemain prior to placement. a) 0.4 MPa unshrinkable fill m3 $105.00 b) 20 MPa concrete m3 $145.00 ... - - Marshall Macklin Monaghan Ltd. L\1998\98031\Contract\Phase 5\Form of Tender Forcemain.June5 07.xls PROV-B - Item Description Unit Unit cost - ($) B Schedule of Additional Unit Prices (Costs not carried forward) - 7. Adjustments to net cost of Additional Work valuated under Article GC 12.2(c) of the General Conditions. - a) Surcharge on net hourly labour cost to cover all payroll burdens. 65% - b) Surcharge on net hourly labour cost to cover all overhead and profits. 9% c) Surcharge on net material cost to cover all overhead and profit. 9% ... d) Discount on equipment rental cost in accordance with current OPSS. form 127. 0% - 8. Sod including fine grading, placing and spreading 150mm of on-site topsoil and watering as directed by the Engineer for one month. m2 $7.50 - 9. Supply and install silt fence. m $14.25 10. Supply and install snow fence. m $11.75 ... 11. Cost for additional float move as directed by Engineer. each $450.00 12. Cost for remobilization as directed by Engineer. each $2,90000 ... ... ... - - - ... ... - ... Marshall Macklin Monaghan Ltd. L\1998198031\ContractIPhase 5\Form of Tender Forcemain June5.07 xis PROV-B .... - 2 - .... FORM OF TENDER .... We also agree as follows: First: To do any extra work, not covered by the above Schedule of Prices, which may be ordered by the Consultant and to accept as full compensation, therefore, such prices as may be agreed upon in writing by the Consultant and the Contractor in accordance with paragraph GC 12 - Valuation and Certification of Changes in the Work of the General Conditions. .. .. Second: Within seven days from the date of notification of acceptance of this tender, execute the Contract and furnish to the Owner satisfactory Bonds in the sums specified in the Supplementary General Conditions guaranteeing the faithful performance of the work. ilia Third: To leave this tender open for acceptance for a period of 40 days from the closing date of tenders. Accompanying this tender is a letter from a bonding company concerning agreement to issue .. performance bond to us. Dated this day of 2007 .... Name of Firm Cobourg Development Services Ltd Business Address POBox 997 609 William Street, Cobourg, ON L 1C 3A6 ... Incorporated under the laws of the Province of Ontario ... Names of Officers: President .... k) frfiJ R. e /u So I/-EP- ~~ /?ry/L)":;.. . Secretary .. Treasurer AFFIX SEAL HERE .... i ~~-J~ ( (Signa~ bf TtirJderer) ('\ '- f'\ (Witness "":::>. 0-...J~ \ T'~\.. ( (Address ~~'-<Ul.) \\c [) .J ( r-.. ~O~9J~ati~~ f~ -"\V~ (~ ' ( (Signature of Witness) ... .... .... .. .. - .. ... AGREEMENT BETWEEN OWNER AND CONTRACTOR ... .. THIS AGREEMENT made in triplicate on the thousand and Seven 5#\ day of (Ju k/ I in the year Two BY AND BETWEEN ... THE CORPORATION OF THE Ml TNICTPAUTY OF CLARTNGTON hereinafter called the "Owner" - AND ... COROl JRG OEVET 'oPMFNT SERVICES I TO hereinafter called the "Contractor" ... WITNESSETH: that the Owner and Contractor agree as follows: - ARTICLE A-I THE WORK Municipal Address of site: Newcl'lstle Commllnity Centre ... MlInicipl'llity of Cll'lrinvon .. Ree:ionl'll MlInicipl'llity ofOmhl'lm .. .. The Contractor shall: .. (a) perfonn the Work required by the Contract Documents for: .. CONTRACT: "THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE" .. which have been signed in triplicate by both the parties, and which were prepared by MARSHALL MACKLIN MONAGHAN LIMITED acting as and hereinafter called the "Consultant", and .. (b) do and fulfil everything indicated by this Agreement. ... - .. L \2006\06603\Contract\AgreemenU line 5.07. doc ... .. ... ... - .. .. .. ... .. ... .. .. - ... - - - - - 2 - SECTION I AGREEMENT 'B' ARTICLE A-2 CONTRACT DOCUMENTS The following is an exact list of the Contract Documents referred to in Article A-I of this Agreement and as defined in item 2 of DEFINITIONS. This list is subject to subsequent amendments in accordance with the provisions of the Contract and agreed upon between the parties. Terms used in the Contract Documents, which are defined in the attached DEFINITIONS, shall have the meanings designated in those DEFINITIONS. The Contract documents shall include: Information for Tenderers, exceptions and deviations, Fonn of Tender (including Schedule of Unit Prices), the Agreement, Definitions, General Conditions, Supplementary General Conditions, Special Conditions, General Specifications, Project Specifications, and the Drawings. The following is an exact list of the General Specifications: Specification Specification Specification Specification Specification Specification Specification Specification Specification Specification No.1 NO.2 - No.3 - No.4 - No.5 - No.6 - No.7 - No.8 - No.9 - No. 10 - General Requirements Site Preparation General Grading and Earthworks Excavation and Backfill Water Distribution System Sewers and appurtenances Roads, Curbs and Sidewalks Concrete Granular Materials Topsoil, Seeding and Sodding The following is an exact list of the Project Specifications Project Specification No.1 Project Specification No.4 Project Specification No.1 0 - General Requirements Excavation and Backfill Sewers and Appurtenances The following is an exact list of the Drawings: lO-06603-P1 1 0-06603 - P2 10-06603-P3 1 0-06603-SS 1 Rudell Road ST A 1 + 420.00 to ST A. 1 + 540.00 King Street W. ST A. 1 + 000.00 to ST A. 1 + 180.00 King Street W. ST A. 1 + 180.00 to ST A. 1 + 360.00 Site Servicing Plan All applicable standard drawings of the Municipality of Clarington Region of Durham, Ontario Provincial Standard Drawings (OPSD) and Ontario Provincial Standard Specifications (OPSS) shall also fonn a pati of this contract. L:\2006\06603 \Contract\AgreemenU line 5.07. doc - - - - - - - - ^l - .:l - SECTION I AGREEMENT 'B' ARTICLE A-3 CONTRACT PRICE (a) The quantities shown in the Schedule of Unit Prices are estimated. The Contract price shall be the final sum of the products of the actual quantities that are incorporated in, or made necessary by the work, as confirmed by count and measurement, and the appropriate Contract Unit Prices, together with any adjustments that are made in accordance with the provisions of the Contract Documents. (b) The Estimated Contract Price shall be the sum of the products of the estimated quantities and the appropriate Contract Unit Prices set out in the Schedule of Unit Prices, which is included in the Contract Documents. (c) It is estimated that the aggregate payable under this agreement will be approximately: One Hllnclrecl ::mcl F01iy-One ThollS::l11cl :mcl Fieht Hllmlrecl ::l11cl Sixty Six Doll::Jrs ::l11cl ?11 Cents $141,RI1tl?11 in Canadian funds, which price may be subject to adjustments as may be required with the provision of ... the Contract Documents. - - .. .. .. .. .. .. .. - ARTICLE A-4 PAYMENT (a) The Owner shall pay the Contractor in Canadian funds for the perfOlmance of the Contract, the amounts being determined by actual measured quantities of the individual work items contained in the Schedule of Unit Prices which is included in the Contract Documents. (b) Subject to applicable legislation and the provisions of the Contract Documents, and in accordance with legislation and statutory regulations respecting holdback percentages and, where such legislation or regulations do not exist or apply, subject to a holdback of 10%, the Owner shall: (I) make monthly payments to the Contractor on account of the work perfonned as certified by the Consultant; and (2) upon substantial performance of the work as certified by the Consultant and subject to the absence of preserved liens at the expiry of the lien period, pay to the Contractor the unpaid balance of the holdback monies then due, and (3) upon Total Performance of the Work as certified by the Consultant pay to the Contractor the unpaid balance of monies then due, subject to the provisions of the Construction Lien Act. (c) In the event of loss or damage occurring where payment becomes due under the Property and Boiler insurance policies, payment shall be made to the Contractor in accordance with the provisions of GC 20 - INSURANCE. (CCDC 4-1982) The consultant shall be allowed up to 10 days to review and certifY the contractors, completed L:\2006\06603\Contract\AgreemenU Line 5.07. doc - application for payment. .. - 4 - SECTION I AGREEMENT 'B' .. ARTICLE A-S RIGHTS AND REMEDIES - (a) The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. - (b) No action or failure to act by the Owner, Consultant or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing. .. .. ARTICLE A-6 RECEIPT OF AND ADDRESSES FOR NOTICES .. Communications in writing between the parties or between them and the Consultant shall be considered to have been received by the addressee on the date of delivery if delivered by hand to the individual or to a member of the firm or to an officer of the Company for whom they are intended or if sent by post or by telegram, to have been delivered within five (5) working days of the date of mailing, dispatch or of delivery to the telegraph company when addressed as follows: .. The Owner The (:orpor<ltion of the Municip<llity of (:1 <lrineton .. 40 Temper<lnce Street .. Bowm<lnville,Ont<lrio L1 (: 1A() .. The Contractor (:ohonre Development Services T ,tel .. POBox 997, ()09 Willimll Street (:ohonre,Ont<lrio K944W4 .. .. The Consultant M<lrsh<lll M<lcklin Mon<lehm1 T ,imiteel .. 701 Rossl<lnel RO:Jel F<lst, Suite )01 Whithy, Ont<lrio r 1 N RY9 - - - L:\2006\06603\Con tractlAgreement.J line 5.07 .doc - .. .. .. .. .. .. .. - .. .. .. - .. .. - - - - - 5 - SECTION I AGREEMENT '8' ARTICLE A-7 SUCCESSION The Contract Documents are to be read into and form pat1 of this Agreement and the whole shall constitute the Contract between the parties and subject to law and the provisions of the Contract Documents shall ensure to the benefit of and be binding upon the pat1ies hereto, their respective heirs, legal representatives, successors and assigns. IN WITNESS WHEREOF the pat1ies hereto have executed this Agreement, the day and year first above-written, under their respective corporate seals and by the hands of their proper of11cers thereinto duly authorized. SIGNED, SEALED AND DELIVERED in the presence of: OWNER The Corp()fCltion of the MllnicipCllity ofCJClrine;ton 40 Te1l1perClnce Street Row1l1Clnville) OntClrio TIC,) An 1 Gdd ~C>bIt)Sm OeplIfy MO-yor Name and Title ~R~~ Signature I I /,,} ,---r- (\. ''''J ////' '.'. .. .... .;.' i .1 . f ( ,. .., / \..... Na1J;le ~nd Title CI k li. Anne l:ireentree, Deputy er CONTRACTOR CohOllre; Development Services Ltci POBox 997, ()09 Wil1iClm Street CohOllre;) Ontm'io, K9A 4W4 -J () HtJ 7<.. 0/1) S Name and Title ~~\ Signature! I PI< J;?; I D ~\,; \ Witness ., \"\. ,. C:;;\0->bM\'~\... ~~ Name and Signature L:\2006\06603\ContractlAgreel11enU line 5,07. doc .. - 6 - SECTION I AGREEMENT 'B' - ... N.B. Where legal jurisdiction, local practice or Owner or Contractor requirement calls for proof of authority to execute this document, proof of such authority in the form of a certified copy of a resolution naming the person or persons in question as authorized to sign the Agreement for and on behalf of the Company or Partnership, parties to this Agreement, should be attached. .. ... - ... .. .. .. .. ... ... .. ... .. - - - L\2006\06603\Contract\AgreelllenUune 5.07 .doc - - ... ... - ... - ... Page 31 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (E) SPECIAL CONDITIONS - SPECIAL CONDITIONS OF THE CONTRACT ARTICLE SC1 . Acceptance of Site Prices tendered will be based on the Contractor's examination of the site and his own measurements if required to determine the exact scope of work to complete the works as specified in the Contract Documents. All Tenderers are required to satisfy themselves by personal examination of the site, of the work and of the existing conditions, which may be encountered on the site. The submission of a bid shall be deemed proof that the Tenderers have satisfied themselves as to all the provisions of the Contract, of all the conditions which may be encountered, equipment they will be required to supply, or any other matter which may enter into the carrying out of the contract to a satisfactory conclusion. No claims will be entertained by the Owner based on the assertion by the Contractors that they were not informed as to the provisions or conditions intended to be covered by the Contract. The Contractor shall accept the site as is at the time of tender call. By submission of a bid, the tenderer acknowledges that he is responsible for accepting the site as is. Sedimentation control features are the responsibility of the successful tenderer, and must be maintained throughout the construction period. The Contractor shall not disturb the existing residential fences along the boundaries of the site. The Contractor shall maintain all adjacent roads free from mud and dirt, to the satisfaction of the Municipality and/or Region of ... Durham. ... ... ... ... ... ... ... - - ... ARTICLE SC2 - Preconstruction Meeting A Pre-Construction meeting shall be coordinated by the Consultant prior to construction commencing. Attendees at this meeting shall Include, but not be limited to, representatives from the Contractor, Consultant, Municipality of Clarington and the Region of Durham At this meeting, the limit of the working area will be established, trees to be preserved will be clearly identified, locations of the siltation control devices will be identified and a construction Work Schedule shall be presented by the Contractor that meets the completion date specified in Article SC8- Work Schedule. No additional payment shall be made to the Contractor for attendance at this or any other construction meeting. ARTICLE SC3 - Limit of the Working Area On the Owner's land and municipal rights of way, the contractor shall limit his operations to within the designated areas approved by the Consultant. ARTICLE SC4 . Existing Utilities and Services The positions of all existing poles, overhead lines, buried hydro conduits, watermains, sewers and other underground or aboveground utilities, structures and appurtenances are not necessarily shown on the drawings, and where shown, the accuracy of the position of such utilities is not guaranteed by the Owner or the Consultant. The Contractor shall have all utilities field located prior to the start of construction. The Contractor shall be responsible for locating and adequately protecting all existing utilities and services. Any damage to any existing service or utility shall be repaired at the Contractor's expense. ARTICLE SC5 . Restoration The cost of the restoration of all surface features damaged or destroyed either on or off-site during the construction operations under this contract will be the responsibility of the contractor. - Page 32 of 118 Tender CL2007-16 ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE ... SCHEDULE (E) SPECIAL CONDITIONS ARTICLE SC6 - Surface Drainage .. The Contractor shall be responsible for maintaining good site drainage to the existing ditches or other approved outlets for the duration of the Contract. The control of siltation shall be the contractors' responsibility throughout the undertaking of this contract. The contractor will be responsible for any damage or fines resulting from the improper control of siltation. .. ARTICLE SC7 - Access to the Site ... The Contractor and his sub-contractors shall gain access to the site at a location approved by the Municipality. Any damage to the site or the adjacent roads shall be rectified by the Contractor at his own expense to the satisfaction of the Consultant, and the Municipality. ARTICLE SCB - Work Schedule ... The contractor should proceed to mobilize and complete the work within this contract as soon as possible after contract award. The contractor shall make every effort to complete the work by June 30,2007. ... ARTICLE SC9 -Independent Testing The Owner shall retain independent specialized testing companies to provide the following services (as required): - Compaction Tests ... Provide Proctor and field density tests, certifying adequate bearing capacity and compaction of trench backfill, fill sub-base and granular base as required in accordance with the applicable specifications. Gradation Tests IIIIlI Provide gradation tests for granular or stone aggregates, backfill material and granular or stone material as required to verify conformance with the applicable specifications. ... Concrete Tests Provide strength tests for concrete in conformity with the applicable specifications lilt Asphalt Test ... Provide adequate testing as required to verify conformance with the applicable specifications and to determine the asphalt cement content. ... The type of testing and frequency shall be determined and arranged by the Consultant or the testing company. Should test results fail to meet required specifications the cost of testing or inspecting any portion of the works which has been previously tested and found to be defective and then subsequently rectified shall be borne by the Contractor. ... ... ... ... ... .. .. .. ... .. ... ... .. ... ... ... ... ... ... ... - - .. Page 33 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (E) SPECIAL CONDITIONS ARTICLE SC10 - Temporary Facilities The Contractor shall provide the following at his own expense: a) Convenience Provide and maintain for the duration of the Work such temporary sanitary facilities or other convenience as may be required by local bylaws or ordinances for the use of all personnel employed on the Work. ARTICLE SC11 - Construction Layout The Contractor shall be responsible for providing all construction layouts for all aspects of this project. The Consultant will provide the Contractor in writing with benchmarks and points of reference to be used by him in setting out the works. From these benchmarks and points of reference, the Contractor will do his own construction layout and could include, but shall not be limited to, the preparation of grade sheets, the installation of centre line stakes, grade stakes, offsets, site rails and screeds. The Contractor shall provide the consultant with a copy of all grade sheets as they are prepared. The Contractor shall review all drawings included in the contract for errors or omissions as stated in Clauses GC 25.5 of the General Conditions. The Contractor shall also review the adequacy of layout information provided, and shall submit any requests for additional information or clarification to the Engineer at least 48 hours in advance of his need for such information. The Contractor shall be responsible for the true and proper layout of the works and for the correctness of the position, levels, dimensions and alignment of all points of the works, and for the provision of all necessary instruments and labour in connection herewith. The Contractor shall not be responsible for the correctness of the information supplied by the Consultant as herein provided for. If at any time during the progress of the works, any error shall appear or arise in the position, levels, dimensions or alignment of any part of the works, the Contractor shall, at his own expense, rectify such error to the satisfaction of the Consultant, unless such error is based on incorrect data supplied in writing by the Consultant. The checking of the layout of any line or level by the Consultant shall not in any way relieve the Contractor of his responsibility for the correctness thereof and the Contractor shall carefully protect and preserve all benchmarks, stakes and any other indicators used in setting out the works. The Contractor is to furnish the Consultant or any of his assistants, with any reasonable help which he or they may require at any time in checking the work. He shall also furnish the said parties, or any of the inspectors, at all times, with convenient means of access to all parts of the works and also with all required assistance to facilitate thorough examination of the same, and inspection, cutting and removal of doubtful or defective material, and for any other purpose required in connection with said works or in the discharge of their respective duties, for which services no additional allowance will be made. The Contractor's layout crews will be required to report to the Consultant as to schedules and progress. The Contractor's layout crews will be required to take direction from the Consultant for work on the project where such work is deemed to be urgent by the Consultant. .. .. .. .. .. .. .. .. ... .. .. .. ... ... ... .. - - ... Page 34 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (E) SPECIAL CONDITIONS ARTICLE SC12 - Designated Substances It is the Contractor's responsibility to be aware of the Occupational Health and Safety Act. If the Contractor encounters any of the designated substances under the Occupational Health and Safety Act, he shall stop all work and notify the Consultant prior to undertaking any further work. The Contractor will not be compensated for any work stoppage due to the presence of designated substances. This notification does not negate the Contractor's responsibility under Regulations 308 and 309 of the Ministry of the Environment and Energy regarding Air Quality and Waste Management respectively. ARTICLE SC13 - Health and Safety and Environmental Requirements The owner expects that the Contractor will allow no exceptions or compromises with respect to safety and environmental protection matters. In support of the Occupational Health and Safety Act, the Owner requires that the tenderer have an active program in place and be able to provide a current "Safety Policy" that indicates their commitment to worker safety. The Contractor will have a competent "Safety Representative" on the site at all times when work is in progress. The Owner reminds the tenderer that he must be aware of his responsibilities regarding the trenching and confined spaces requirements of the Act and Workplace Hazardous Material Information System (WHMIS) standards. As well, he must not permit ground contamination procedures as referred to in "Environmental Construction Guidelines for Municipal Road, Sewage and Water Projects" as published by the Municipal Engineers Association, latest revision. ARTICLE SC14 - Provincial Sales Tax The Tenderer shall include all Provincial Sales Taxes in his tender prices. The Owner will not accept claims for additional payment of Sales Taxes where, by reason of neglect in the preparation of this tender, such Taxes were not included by the Tenderer. ARTICLE SC15 - Goods and Services Tax The Goods and Services Tax (GST), is to be considered an applicable tax for the purposes of this bid. However, the bidders shall not include any amount in the individual unit and lump sum prices. The Contractor will complete the tender summaries as requested with a separate GST total indicated. The successful Contractor will also indicate on each application for payment as a separate amount, the appropriate GST the Owner is legally obligated to pay. This amount will be paid to the Contractor in addition to the amount certified for payment under the Contract. The tender amount, plus the GST will become the contract price. ARTICLE SC16 - Superintendence Notwithstanding Article GC10 and GC26, the Owner and the Consultant reserve the right to order the Contractor to replace personnel or sub-contractors on the project, if performance becomes unsatisfactory. - Page 35 of 118 Tender CL2007-16 .. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (E) SPECIAL CONDITIONS ARTICLE SC17 . As-Built Elevations .. On completion, the Contractor shall undertake a survey of the as-constructed grades on the site to confirm that the correct elevations have been achieved. The survey shall be completed and certified by an OlS. .. The Consultant will compare the as-constructed survey with the proposed grade elevations to determine if there are any significant grade differences. All costs associated with completing the original survey and any follow-up surveys shall be borne by the Contractor. .. ARTICLE SC18 - Liability Insurance .. The Contractor shall obtain General liability Insurance naming the Municipality of Clarington, Shore Tilbe Irwin, Marshall Macklin Monaghan limited, and the Region of Durham as additional insured in accordance with Article 20.1 (a) of the General Conditions with limits of not less than five (5) million dollars per occurrence, with the number of occurrences unlimited. ... ARTICLE SC19 - Noise, Mud and Dust Control - The Contractor shall establish and maintain site procedures such that noise levels from construction activities are in accordance with local by-laws. .. The Contractor shall undertake all dust and mud control measures required to prevent dust and nuisances caused by construction activities both on-site and on adjacent roads, and the existing neighbouring developments. Unit prices tendered shall include cleanup of mud tracking on adjacent roads and control of dust when required by the Consultant or the Municipality of Clarington ARTICLE SC20 . Acceptance of Work .. The contractor agrees that all work completed will be reviewed for acceptance by Marshall Macklin Monaghan Limited (Consultant). .. ARTICLE SC21 . Security of the Site .. Security of the site will be the responsibility of the Contractor. Any material dumped on site by others shall be removed and disposed of off-site by the Contractor at his own expense. ARTICLE SC22 - Local By-Laws and Regulations .. All work must conform to local by-laws, regulations, and the "Occupational Health and Safety Act and Regulations for Construction Projects". .. ARTICLE SC23 . Additional Charges No claim for extras will be considered under the scope of work described in the contract unless there are design changes made by the Engineer. .. .. - - - ... .. .. .. .. .. .. .. ... .. .. ... - ... Page 36 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (E) SPECIAL CONDITIONS ARTICLE SC24 - Protection of Trees The Contractor shall be responsible for the protection of tops, trunks and roots of all trees on the project site. Trees should be protected at all costs. Any trees which, in the opinion of the Consultant, have been damaged beyond repair by the Contractor's activity shall be replaced by the Contractor at his own expense with trees of similar size and species, or such size and species as may be approved by the Consultant. These trees shall be subject to the period of maintenance as outlined by the General Conditions. ARTICLE SC25 - Bonds The successful bidder shall provide a Labour and Materials Bond and a Performance Bond for the Contract in an approved form and from a company whose bonds are acceptable to the Owner. Each of the bonds shall be in an amount equal to one hundred percent (100%) of the total Contract Price. Upon completion of the work in the Contract, the Contractor shall convert the Performance Bond to a Maintenance Bond in the amount of 50% of the total contract price. The bonds shall remain in effect for the duration of the Contract. ARTICLE SC26 - The Construction Safety Act In order to avoid any misunderstanding as to the nature of the work to be performed herein, the Contractor, by executing this Contract unequivocally acknowledges that he is the Constructor within the meaning of the Construction Safety Act, 1973 and amendments thereto. ARTICLE SC27 - Contract Deletions The owner reserves the right to delete any item of the Contract, in part or in whole, without compensation to the Contractor to cover claims for overhead cost and lost profit. ARTICLE SC28 - Disposal Sites The Contractor shall arrange for off-site disposal of all surplus material or debris such as boulders, stumps, trees, roots, garbage, broken asphalt, broken concrete, etc. The cost of this disposal as well as the cost of loading and transporting of material shall be included in the tender price. The Contractor shall comply with all laws and regulations pertaining to off-site disposal and supply to the Owner written permission from the Owner of the Property upon which the material is to be placed and save the Owner harmless for any claims that may arise from such disposal. ARTICLE SC29 - Provisional Items Where it occurs in this document, the notation "Provisional" shall be understood to mean that the inclusion in the Contract of items .. so described shall be at the discretion of the Owner. - - - No claims for extra payment due to the exclusion of any or all of these items will be accepted by the Owner. ... ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE Page 37 of 118 Tender CL2007-16 ... SCHEDULE (E) SPECIAL CONDITIONS ARTICLE SC30 - Progress Certificates ... As stated in General Condition No. 14 "Certificate and payments" it is the Contractors responsibility to prepare progress certificates and submit them to the Consultant for review. The Progress Certificate shall be in an itemized format similar to the Form of Tender and shall indicate the estimated tender quantity, the quantity of work performed in the current period, the quantity of work previously performed, the total quantity of work to date and the value of work both to date and for the current period. ... ARTICLE SC31 - Work Standards - All work is to be carried out to the satisfaction of the Consultant and the Owner. ... ARTICLE SC32 - Actual Quantities for Payment Quantities provided in the Form of Tender are estimates only. The unit price bid shall be applied to the actual quantities regardless of Qlli'. change with respect to the estimated quantities. ... The Owner reserves the right to delete any item. No compensation will be paid to cover claims for overhead cost and lost profit. ... In this contract, trucks and truckloads will not be counted for any contract item. ARTICLE SC33 - Warranty Periods ... Notwithstanding Clause GC 24 of the General conditions, the warranty period for the work is two (2) years and is to commence when the Municipalities and the Consultant are satisfied that all rectifications have been completed. ... ARTICLE SC34 - Permits The contractor is responsible for obtaining any necessary permits for this work. The cost for any necessary permits is to be ... included in the total contract price. ... ... ... ... ... - ... .. .. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE Page 38 of 118 Tender CL2007-16 .. SCHEDULE (F) SPECIFICATION INDEX SPECIFICATION NO.1. GENERAL REQUIREMENTS - 1.0 DESCRIPTION 2.0 ACCEPTANCE OF SITE 3.0 TRAFFIC 4.0 DISPOSAL SITES 5.0 WEATHER CONDITIONS 6.0 CLASSIFICATION OF EXCAVATED MATERIALS 6.1 Rock Excavation 6.2 Earth Excavation ... - .. 7.0 BLASTING 8.0 MATERIALS AND QUALITY CONTROL .. ... 9.0 INDEPENDENT TESTING AND INSPECTION 9.1 Testing Companies 9.2 Reports 9.3 Payment 9.4 Required Tests 10.0 LIMITS OF CONTRACT .. 11.0 EXISTING STRUCTURES AND UTILITIES 12.0 RELOCATION OF EXISTING STRUCTURES AND UTILITIES .. 13.0 TEMPORARY RELOCATION OR SUPPORT 14.0 EXISTING DRAINAGE .. 15.0 MUNICIPAL REQUIREMENTS 16.0 ONTARIO MINISTRY OF TRANSPORTATION (M.T.O.) STANDARDS .. 17.0 SURVEY MONUMENTS .. 18.0 TEMPORARY FACILITIES 19.0 FINAL MEASUREMENTS AND ADJUSTMENTS 19.1 Unit Price Items .. 19.2 Lump Sum Price 19.3 Claims for Anticipated Profit 19.4 Claims for Interest .. 20.0 PAYMENT 21.0 EQUIPMENT RENTAL - 22.0 WORK SCHEDULE - - - - THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (F) SPECIFICATION Page 39 of 118 Tender CL2007-16 - INDEX SPECIFICATION NO.2. SITE PREPARATION - 1.0 DESCRIPTION 1.1 Clearing 1.2 Grubbing 1.3 Stripping 1.4 Structures - - 2.0 CONSTRUCTION 2.1 Clearing 2.2 Grubbing 2.3 Stripping 2.4 Removal and Disposal of Existing Structures 2.5 Approval - .. 3.0 MEASUREMENT 3.1 Clearing 3.2 Grubbing 3.3 Topsoil Stripping 3.4 Existing Structures and Utilities - - 4.0 PAYMENT 4.1 Clearing and Grubbing 4.2 Topsoil Stripping 4.3 Existing Structures and Utilities SPECIFICATION NO.3. GENERAL GRADING AND EARTHWORK - 1.0 DESCRIPTION 2.0 CONSTRUCTION 2.1 Rough Grading .. 2.2 Fine Grading 3.0 MEASUREMENT 3.1 Rough Grading .. 3.2 Fine Grading 4.0 PAYMENT 4.1 Rough Grading .. 4.2 Fine Grading SPECIFICATION NO.4 EXCAVATION AND BACKFILL .. 1.0 DESCRIPTION - 2.0 EXCAVATION FOR STRUCTURES 2.1 Depth 2.2 Length and Width .. 3.0 TRENCH EXCAVATIONS 3.1 Alignment and Depth 3.2 Trench Width - - - Page 40 of 118 Tender CL2007-16 ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE - SCHEDULE (F) SPECIFICATION INDEX 4.0 DEWATERING - 4.1 Equipment 4.2 Disposal 5.0 EXISTING PAVEMENTS - 5.1 Size of Excavation 6.0 SUPPORTING OF EXCAVATIONS 6.1 Installation - 6.2 Removal 6.3 Responsibility 7.0 EXISTING UTILITIES AND STRUCTURES - 8.0 FROZEN GROUND MATERIALS ... 9.0 PIPE BEDDING 9.1 Materials 9.2 Placing - 10.0 BACKFilLING 10.1 Materials 10.2 Placing 10.3 Restoration of Surfaces ... ... 11.0 PAYMENT 11.1 General 11.2 Rock Excavation 11.3 Excess Excavation 11.4 Sheathing and Shoring 11.5 Backfilling 11.6 Frozen Ground Conditions - SPECIFICATION NO.5 WATER DISTRIBUTION SYSTEM ... 1.0 DESCRIPTION - 2.0 MATERIALS 2.1 Ductile Iron Pipe 2.2 Concrete Pressure Pipe 2.3 Polyethylene (PE) Pipe 2.4 Polyvinyl Chloride (PVC) Pipe 2.5 Fittings 2.6 Gate Valves 2.7 Butterfly Valves 2.8 Valve Boxes 2.9 Valve Chambers 2.10 Hydrants 2.11 Service Connections 2.12 Pipe Bedding ... ... - - - .. Page 41 of 118 Tender CL2007-16 .. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (F) SPECIFICATION INDEX - 3.0 CONSTRUCTION - 3.1 3.2 3.3 3.4 3.5 3.6 3.7 3.8 3.9 3.10 3.11 3.12 3.13 - - General Pipe Laying Pipe Deflection Cutting Pipe Connections to Existing Watermains Assembly of Mechanical Joints Anchorage of Pipes, Fittings and Hydrants Valves Valve Boxes Valve Chambers Hydrants Service Connections Air BlowOffs 4.0 HYDROSTATIC TESTS AND FLUSHING 4.1 General 4.2 Procedure 4.3 Allowable Leakage 4.4 Flushing .. .. 5.0 .. 6.0 .. 7.0 .. CHLORINATION 5.1 General 5.2 Flushing After Chlorination 5.3 Bacteriological Tests MEASUREMENT 6.1 Watermains 6.2 Appurtenances PAYMENT 7.1 7.2 7.3 7.4 7.5 7.6 7.7 7.8 .. .. Watermains Valve and Valve Box Valve and Valve Chamber Hydrants Service Connections BlowOffs Connection to Existing Mains Chlorination and Flushing after Chlorination SPECIFICATION NO.6 SEWERS AND APPURTENANCES .. 1.0 DESCRIPTION 2.0 MATERIALS 2.1 Sewer Pipe 2.2 Sewer Laterals 2.3 Manholes 2.4 Catch basins 2.5 Pipe Bedding .. - - - - Page 42 of 118 Tender CL2007-16 - THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE - SCHEDULE (F) SPECIFICATION INDEX - 3.0 CONSTRUCTION 3.1 General 3.2 Pipe Laying 3.3 Radius Pipe 3.4 Cutting Pipe 3.5 Connections to Existing Sewers 3.6 Sewer Laterals 3.7 Manholes 3.8 Catchbasins and Catchbasin Leads 3.9 Concrete Headwalls 3.10 Corrugated Steel Pipe ... - - 4.0 TESTING 4.1 General 4.2 Procedure 4.3 Allowable Limits - .. 5.0 MEASUREMENT 5.1 Sewers 5.2 Catchbasin Leads 5.3 Sewer Laterals 5.4 Manholes and Catchbasins .. 6.0 PAYMENT 6.1 Sewers and Catch basin Leads 6.2 Sewer Laterals 6.3 Manholes 6.4 Catchbasins 6.5 Plumbing Permits 6.6 Corrugated Steel Pipe 6.7 Connection to Existing Sewers 6.8 Concrete Headwalls .. .. SPECIFICATION NO.7 ROADS, CURBS AND SIDEWALKS .. 1.0 DESCRIPTION .. 2.0 MATERIAL 2.1 Granular Material 2.2 Asphaltic Material 2.3 Concrete 2.4 Expansion Joint Material 2.5 Joint Sealing Compound .. - 3.0 CONSTRUCTION 3.1 Road Base and Subbase 3.2 Asphaltic Pavement 3.3 Concrete Curbs, Curb and Gutter and Sidewalks 3.4 Rectification of Concrete Curbs, Curb and Gutter and Sidewalks - - .. ... Page 43 of 118 Tender CL2007-16 ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (F) SPECIFICATION ... INDEX - 4.0 MEASUREMENT 4.1 Road Base, Sub-base and Asphaltic Pavement 4.2 Manhole Adjustments 4.3 Manhole Ramping 4.4 Sidewalks 4.5 Concrete Curbs, Curb and Gutter - - 5.0 PAYMENT 5.1 Road Base, Sub-base and Asphaltic Pavement 5.2 Manhole Adjustments 5.3 Manhole Ramping 5.4 Sidewalks 5.5 Concrete Curb, Curb and Gutter 5.6 Rectification of Concrete Curbs, Curb and Gutter and Sidewalks .. SPECIFICATION NO.8 CONCRETE .. ... 1.0 GENERAL 2.0 DESCRIPTION 3.0 WATER 4.0 AGGREGATE$ GENERAL 5.0 ADMIXTURES 6.0 REINFORCING STEEL 7.0 STORAGE OF MATERIALS 8.0 PROPORTIONING 9.0 TESTING 10.0 MEASUREMENT OF MATERIALS 11.0 MECHANICAL BATCH MIXING 12.0 READYMIXED CONCRETE 13.0 HAND MIXED CONCRETE 14.0 PLACING. GENERAL 15.0 CONVEYING 16.0 DEPOSITING 17.0 BONDING TO EXISTING CONCRETE .. .. .. .. .. ... .. .. .. ..- - - THE CORPORATION OF THE MUNICIPALITY OF ClARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (F) SPECIFICATION Page 44 of 118 Tender CL2007-16 - INDEX - 18.0 COMPACTING 19.0 FINISHING 20.0 CURING AND PROTECTION 21.0 FORMS 22.0 REINFORCING 23.0 JOINTS AND EMBEDDED ITEMS 24.0 MORTAR - - - SPECIFICATION NO.9. GRANULAR MATERIALS - 1.0 DESCRIPTION - 2.0 MATERIALS 2.1 M.T.O. Form 101 Q Granular A 2.2 Crusher-Run Limestone 3.0 MEASUREMENT AND PAYMENT - SPECIFICATION NO. 10. TOPSOil, SEEDING AND SODDING 1.0 DESCRIPTION 1.1 Maintenance - .. 2.0 MATERIALS 2.1 Topsoil 2.2 Seed 2.3 Sod 2.4 Mulch 2.5 Wooden Pegs 2.6 Wire Mesh 2.7 Fertilizer - 3.0 CONSTRUCTION - 3.1 Site Preparation 3.2 Topsoil Placing 3.3 Seeding 3.4 Mulching - 3.5 Sodding 4.0 MEASUREMENT - 5.0 ACCEPTANCE 6.0 PAYMENT - - - - - THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE Page 45 of 118 Tender CL2007-16 - SCHEDULE (F) SPECIFICATION INDEX SPECIFICATION NO. 11. CHAIN LINK FENCING (NOT INCLUDED) - 1.0 DESCRIPTION - 2.0 MATERIALS 2.1 Concrete Mixes and Materials 2.2 Chain Link Fence Fabric 2.3 Post and Rails 2.4 Bottom Tension Wire 2.5 Tie Wire Fasteners 2.6 Tension Bar 2.7 Tension Bar Bands 2.8 Gate Frames 2.9 Fittings and Hardware 2.10 Finishes - - 3.0 CONSTRUCTION - 3.1 Grading 3.2 Erection of Fence 3.3 Installation of Gates 3.4 Touch Up - 3.5 Cleaning 4.0 MEASUREMENT - 5.0 PAYMENT SPECIFICATION NO.12. RIr:'RAP (NOT INCLUDED) .... 1.0 DESCRIPTION 2.0 MATERIALS .... 2.1 Rock 2.2 Filter Material 2.3 Grout .... 3.0 CONSTRUCTION 3.1 Rock 3.2 Grouting .... 3.3 Filter Material 4.0 MEASUREMENT 5.0 PAYMENT .... SPECIFICATION NO. 13. TUNNELLING (NOT INCLUDED) 1.0 DESCRIPTION .... - 2.0 MATERIALS 2.1 Primary Lining 2.2 Concrete 2.3 Pipe for Jacking - - - Page 46 of 118 Tender CL2007-16 .. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE - SCHEDULE (F) SPECIFICATION INDEX 3.0 CONSTRUCTION - 3.1 General 3.2 Alignment Holes 3.3 Excavation 3.4 Liner Plate .. 3.5 Pipe Jacking 3.6 Grouting 4.0 MEASUREMENTS - 4.1 Sewers 4.2 Watermains, Culverts Etc. 5.0 PAYMENT - 5.1 General SPECIFICATION NO. 14. GABIONS (NOT INCLUDED) - 1.0 DESCRIPTION - 2.0 MATERIALS 2.1 Type of Gabion 2.2 Tie Wire 2.3 Stone Quality 2.4 Stone Size 2.5 Filter Material - .. 3.0 CONSTRUCTION 3.1 Assembly 3.2 Placing .. 4.0 MEASUREMENT 5.0 PAYMENT .. SPECIFICATION NO.15 - ENGINEERED FILL 1.0 DESCRIPTION - 2.0 CONSTRUCTION 2.1 Survey and As-built Requirements for Engineered Fill 3.0 MEASUREMENT - 4.0 PAYMENT .. SPECIFICATION NO.16. REINFORCED EARTH STRUCTURES (NOT INCLUDED) 1.0 DESCRIPTION .. - - ... Page 47 of 118 Tender CL2007-16 ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE ... SCHEDULE (F) SPECIFICATION INDEX ... 2.0 MATERIALS 2.1 Concrete Face Panels 2.2 Reinforcing Strips 2.3 Tie Strips 2.4 Fasteners 2.5 Support Pads 2.6 Joint Cover 2.7 Precast Corner and/or Coping Elements ... ... 3.0 CONSTRUCTION 3.1 Structure Excavation 3.2 Foundation Preparation 3.3 Levelling Pad 3.4 Frictional Backfill (within the Reinforced Earth Volume) 3.5 Panel Erection 3.6 Rubber Pads, Joint Fillers and Filter Fabric 3.7 Backfill and Reinforcing Strip Placement 3.8 Traffic Barrier or Coping Placement 3.9 Drainage Pipe Installation ... ... .. 4.0 MEASUREMENTS 4.1 Premanufactured Materials (excluding coping elements) 4.2 Precast Coping Elements \ 4.3 Levelling Pad 4.4 Traffic Barrier and Coping .. ... 5.0 PAYMENT 5.1 Premanufactured Materials (excluding coping elements) 5.2 Wall Erection 5.3 Backfill within the Reinforced Earth Volume .. ... ... ... .. ... - - - .. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE Page 48 of 118 Tender CL2007-16 lilt SCHEDULE (F) SPECIFICATION SPECIFICATION NO.1 - GENERAL REQUIREMENTS 1.0 DESCRIPTION - The requirements of this specification shall apply to the Contract as a whole and pertain to all of the Work as specified by the Contract Documents. .. 2.0 ACCEPTANCE OF SITE - It will be the Contractor's responsibility to visit and examine the site of the Work prior to submitting his tender. - Execution of the Contract Documents by the Contractor will imply acceptance of the surfaces and conditions and no claim for damages or extras resulting from such conditions or defects will be allowed thereafter. 3.0 TRAFFIC - .. Traffic may be restricted on roads, only with the written permission of the appropriate municipal authority. Unless otherwise directed, obtain all required permits. Copies of the permits to be delivered to the Consultant at least 48 hours in advance of occupying the road. Communicate the details of any traffic restrictions to the local police department, fire department and transit authority. - Provide flag persons, barricades and road signs in accordance with the requirements of the appropriate authority and to the satisfaction of the Consultant. Flag persons to be in constant communication visually or by radio. - - Maintain safe access for the public. Should any unsafe condition occur, take immediate steps to rectify the situation. If work is not commenced within 24 hours of notification, the Owner reseNes the right to perform remedial work at the expense of the Contractor. Construct temporary detours as specified. The details to be as specified by the Consultant and the road authority. lilt 4.0 DISPOSAL SITES - Unless otherwise specified, where the Contractor is required to dispose of timber, trash, debris, boulders, surplus or unsuitable earth etc. off-site, he shall arrange a disposal site at his own expense. - Supply to the Consultant written permission from the owner of the property upon which the material is to be placed and save the Owner and Consultant harmless for any claims that may arise from such disposal. - - - - ... ... THE CORPORA TJON OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE Page 49 of 118 Tender CL2007-16 .. SCHEDULE (F) SPECIFICATION SPECIFICATION NO.1 - GENERAL REQUIREMENTS 5.0 WEATHER CONDITIONS .. Provide adequate means of heating materials and protect the work from damage by frost in freezing weather. .. Provide all labour, materials and equipment to remove frozen ground to permit continuation of the work during freezing weather conditions. .. Protect existing utilities from freezing and ensure continuity of service when water mains, sewers and service connections are encountered in excavations or when ground cover is removed or reduced during grading operations. ... Remove all ice and snow from access, work and storage areas and do not perform any ditching, stripping, excavation or grading before the removal of ice and snow. ... 6.0 CLASSIFICATION OF EXCAVATED MATERIALS Excavated material shall be classified as "Rock" or "Earth". .. 6.1 Rock Excavation .. material excavated from solid masses of igneous, sedimentary or metamorphic rock which, prior to removal, was integral with the parent mass; and buried boulders, rock fragments or broken concrete refuse which measure, in volume, 1 cubic metre or more. ... .. The removal of pavements, curb and gutter, surface boulders, concrete structures, masonry walls and stone fences shall not be classified as Rock Excavation and shall be removed as specified in Specification NO.4 Site Preparation. 6.2 Earth Excavation ... All materials not described under Item 6.1 above and including dense tills, hard pan and other similar materials. 7.0 BLASTING ... Blasting will not be permitted under this Contract without the written approval of the Consultant and other governing authorities. ... If the Work under the Contract requires the Contractor to excavate rock by means of blasting the following shall apply: .. The Contractor shall comply with all the statutes, regulations, by-laws and orders relating to the supply, hauling, handling, use of, and storing of explosives. ... The Contractor shall provide the necessary notices including notification of the Consultant in all cases and Police & Fire Departments when blasting is done within 100 metres from existing buildings or public roads. Notification shall be at least 24 hours in advance of blasting operations. - .. .. Page 50 of 118 Tender CL2007-16 .. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (F) SPECIFICATION SPECIFICATION NO.1 - GENERAL REQUIREMENTS .. Immediately prior to a blast, the Contractor shall clear the blasting area of all vehicular and pedestrian traffic and shall post flagmen on each road or trail entering the blasting area who shall stop all traffic and shall prevent such traffic from entering the area until the blast has taken place. The Contractor shall provide and use a siren to warn the public and the workmen that a blast is to be set off and to indicate the "All Clear" after the blast has taken place. Four short soundings of the siren two minutes before detonation of a blast shall be used for warning and protection, and one long 10 to 15 second sounding of the siren shall be used to give the "All Clear" signal. .. .. The type of explosives, drilling and method of blasting to be used must be authorized by the Consultant. The use of explosives in large blasts, as in seams, drifts, shafts, pits or coyote holes, or in similar devices, is prohibited, unless done on the written authority of the Consultant. .. Protective measures shall be used where blasting may damage adjoining property or public utilities. The Contractor shall be responsible for all damages. .. .. Notwithstanding any direction by the Consultant in regard to explosives, drilling or methods of blasting used, the Contractor shall take all precautions necessary to ensure the safety of persons and adjoining property and structures, including public utilities and shall be responsible for all claims, whatsoever, arising from the hauling, handling, use of, and storing of explosives, and all affects, direct or indirect, of the blasting operations. .. No extra payment will be made for protection measures; nor for damages to persons, properties or structures; nor for damages or repairs to public utilities; nor for any claim whatsoever arising from blasting operations. All such costs, shall be included in the Contract Unit Prices for "Rock Excavation". .. If specified with Special Conditions under "Independent Testing", the Contractor shall arrange for a "Pre-blasting Survey" of adjacent buildings and structures. This survey shall be carried out by an independent organization, satisfactory to the Consultant. .. 8.0 MATERIALS AND QUALITY CONTROL The Owner will pay the costs of quality control tests except as noted. The Consultant may approve or reject any materials supplied for the Work in accordance with the Specifications herein. He may request the name and address of the manufacturers supplying materials as well as samples of materials for testing purposes. These shall be supplied at no cost to the Consultant or the Owner. .. .. When requested by the Consultant, provide an affidavit from the Manufacturer that materials are in accordance with the specifications before delivery of the materials. When a specific item or material is required, the manufacturer and catalogue number will be specified in the Contract documents. ... Replace materials that do not satisfy the specification, at no cost to the Owner. ... Pay for additional testing required due to failure to meet specifications. .. - .. - Page 51 of 118 Tender CL2007-16 ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE ... SCHEDULE (F) SPECIFICATION SPECIFICATION NO.1 - GENERAL REQUIREMENTS ... 9.0 INDEPENDENT TESTING AND INSPECTION 9.1 Testing Companies - Testing companies commissioned for the performance of tests shall be independent of the Contractor or Suppliers of products or materials to be tested and/or inspected. The selection of testing companies will be subject to approval the Consultant. ... 9.2 Reports ... Testing and inspection reports shall be submitted directly to the Consultant with copies to the Contractor and the Owner. 9.3 Payment ... The cost of repeat tests, until satisfactory results are obtained will be at the expense of the Contractor. 9.4 Required Tests ... Tests and/or inspections to be carried out by independent testing companies are listed elsewhere in the contract and may include: Compaction; Gradation; Concrete and Asphalt. ... 10.0 LIMITS OF CONTRACT ... Confine work to the limits or boundaries shown on the Contract Drawings or as otherwise specified. The Contractor shall protect all existing trees where possible and shall make his own arrangements for working on private property. 11.0 EXISTING STRUCTURES AND UTILITIES ... Examine the location of the Work and make such enquiries necessary to determine the existence and location of structures and utilities, both above and below ground which may be in the line of the Work or affected by construction operations. ... Existing structures and utilities shown on the drawings are for information only and the Consultant will assume no responsibility for completeness or accuracy. ... The Contractor shall be responsible for adequately protecting all existing utilities and services and for permanently supporting utilities which are affected by work to be done under this Contract. The Contractor shall be responsible for any damages caused to existing utilities during construction. The Contractor shall arrange for all field stakeouts of existing utilities and will expose any utility deemed necessary by the Consultant. .. ... Satisfy the requirements of the utility authorities including the railways, regarding location, stakeouts and construction activities in the proximity of the utility or railway. ... - - .... - Page 52 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (F) SPECIFICATION SPECIFICATION NO.1 - GENERAL REQUIREMENTS .... 12.0 RELOCATION OF EXISTING STRUCTURES AND UTILITIES .... .... - 13.0 .. - 14.0 .... - 15.0 .... 16.0 .... .... 17.0 - .. .... - .... Existing structures and utilities which are known to require permanent realignment or relocation will be completed at no cost to the Contractor except when specified otherwise. Do not interfere with the work of utility or railway companies, their Contractor or agents and provide reasonable co-operation and schedule the work accordingly. Other structures or utilities encountered during the progress of the work which require permanent relocation shall be relocated by the Owner of the structure or utility, or if agreed, the Contractor shall carry out the work. The Contractor shall not be entitled to claim any damages or extra compensation for any delay due to such removal or rearrangement. TEMPORARY RELOCATION OR SUPPORT Temporary relocation of structures or utilities will be completed by the Contractor or arranged by him with the Utility at the contractors expense. Provide temporary support for utilities crossing the excavation. Construct supports as detailed on the Drawings. EXISTING DRAINAGE Maintain the flow in existing pipes, conduits, ditches and watercourses. Where this is not feasible, alternative arrangements must be approved by the Consultant. MUNICIPAL REQUIREMENTS Without altering the intent of the Contract Documents all work is to be done to the satisfaction of the Local Authorities for the Municipality where the Work is performed. Acceptance of the Work will be subject to receipt of approval by the aforementioned Municipal Authorities. ONTARIO MINISTRY OF TRANSPORTATION (M.T.O.) STANDARDS When specified that work shall be completed in accordance with M.T.O. standards, the words "the Consultant" shall be substituted for "the Ministry". Payment information in MTO. forms shall not apply to this Contract. SURVEY MONUMENTS The Contractor shall protect and maintain all monuments, bars, pins, stakes, markers and such survey points as may be placed by the Consultant or Land Surveyors and they shall be at all times made accessible to the Consultant. The owner shall have the right to charge the Contractor for the reinstatement of any such survey points if they have been removed, damaged, buried or otherwise rendered unusable by the Contractor or his agents. No charge shall be made for any survey points which, in the opinion of the Consultant, have to be moved or reinstated in order to construct the works. Prior to commencing work, the Contractor shall mark all survey bars identified by the Consultant with a minimum of two 50 mm x 50mm x 1200 mm brightly, painted wooden stakes. - Page 53 of 118 Tender CL2007-16 - THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE ... SCHEDULE (F) SPECIFICATION SPECIFICATION NO.1 - GENERAL REQUIREMENTS 18.0 TEMPORARY FACILITIES ... The Contractor shall provide, at his own expense, such temporary facilities as outlined and specified in the Special Conditions of the Contract. ... 19.0 FINAL MEASUREMENTS AND ADJUSTMENTS 19.1 Unit Price Items ... ... When a unit price is tendered, the Contract quantity will be adjusted in accordance with the final measurements, unless otherwise specified. Final prices will not be adjusted for measurements under 1.0 m. Supplier's weigh tickets shall be provided when requested by the Consultant. 19.2 Lump Sum Price ... When a lump sum price is tendered, it shall be payment in full for the items as detailed. Additions, deletions and design changes will be negotiated at the time of installation. 19.3 Claims for Anticipated Profit ... ... In the event that changes or deviations in, or deletions from the work are made and that the amount of work to be done is decreased, no compensation shall be claimed by the Contractor for any loss of anticipated profits in respect thereof. 19.4 Claims for Interest - The Contractor shall not be entitled to claim, demand or receive any interest upon any invoice for work done on account of delay in the approval of the Work by the Consultant. 20.0 PAYMENT - ... Except where specifically noted, payment for work under this section shall be included in the Contract Price and no extra compensation will be made for any labour, materials, consumables or equipment necessary to fulfill the requirements of this specification in completing the Work of the Contract. 21.0 EQUIPMENT RENTAL - If the Consultant directs or otherwise authorizes the Contractor in writing to undertake additional work consisting of rental of equipment at the rates set out in the Schedule of Additional Unit Prices and if "standby time" is authorized by the Consultant the following shall apply: ... a) "Standby Time" means any period of time which is not considered working time and which together with the working time does not exceed 10 hours in anyone working day and during which time a unit of equipment cannot practically be used on other work but must remain on the site in order to continue with its assigned task and during which time the unit is in fully operable condition. ... - - - ... Page 54 of 118 Tender CL2007-16 ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (F) SPECIFICATION SPECIFICATION NO.1 - GENERAL REQUIREMENTS - b) The contractor shall be reimbursed for the standby time of owned and rented equipment at one- third the O.P.S.S. 127 rate, less any discount rate agreed upon in the contract. - c) In addition, the cost of labour, the wages, salary and payroll burden of the operator or operating crew who cannot be otherwise employed during the standby period, will be paid. - d) "The 127 Rate" means the rate for a unit of equipment as listed in O.P.S.S. 127 (Schedule of Rental Rates for Construction Equipment) which is current at the time the extra work is carried out or for equipment which is not so listed, the rate which has been calculated by the Consultant, using the same principles as used in determining the O.P.S.S. 127 rates. - 22.0 WORK SCHEDULE - The Contractor shall: a) Prepare and submit to the Owner and the Consultant prior to the first application for payment, a construction schedule that indicates the timing of the major activities of the Work and provides sufficient detail of the critical events and their inter-relationship to demonstrate the Work will be performed in conformity with the Contract Time; - - b) Monitor the progress of the Work relative to the construction schedule and update the schedule on a monthly basis or as stipulated by the Contract Documents; and c) Advise the Consultant of any revisions required to the schedule as the result of extensions of the Contract Time as provided in Part 6 of the General Conditions - Changes in the Work. ... - - - - - - - - ... Page 55 of 118 Tender CL2007-16 ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE ... SCHEDULE (F) SPECIFICATION SPECIFICATION NO.2-SITE PREPARATION 1.0 DESCRIPTION ... ... The work covered by this specification shall include the supply of all labour, materials, consumables and equipment, excavation, control of ground and surface water, backfill and compaction to complete the clearing of vegetation, grubbing, stripping of topsoil and the removal of existing structures as specified. ... The Contractor shall include everything required and necessary to complete the work notwithstanding that every item may not be specifically mentioned. 1.1 Clearing ... Clearing shall consist of cutting off at the specified height all saplings, trees, brush and other vegetation within the designated area and the disposal of timber, brush, windfalls and other surface litter. ... 1.2 Grubbing - Grubbing shall consist of the removal and disposal of all stumps, roots, embedded logs, wood chips, surface boulders and all debris from the designated areas. A surface boulder is defined as a boulder, rock fragment or rubble less than 1 m3 in volume which can be removed without requiring excavation to facilitate such removal. ... Surface boulders, boulders in piles and stone fence rows shall be considered as debris and grubbing shall include their removal and disposal. ... 1.3 Stripping ... Stripping shall consist of the removal of existing surface topsoil from the designated areas. Topsoil is that soil which in the opinion of the Consultant is suitable for the growth of future vegetation. 1.4 Structures ... Removal of existing structures shall consist of items such as pavement, curbs, sidewalks, buildings, concrete structures, masonry walls, tanks, pipes, etc., which are designated to be removed or partially removed. ... 2.0 CONSTRUCTION 2.1 Clearing ... Remove trees, shrubs and vegetation as specified on the Drawings. Protect from injury all trees, shrubs and vegetation designated to be preserved during construction operations in the manner specified. ... ... Cut trees to a height of 0.5 metres above the surrounding ground and fell toward the centre of the area to be cleared. Where trees cannot be felled without danger to traffic or injury to other trees, structures, or property, they shall be cut in sections from the top down. Disposal of tree products shall be the responsibility of the Contractor unless otherwise specified. - ... .. Page 56 of 118 Tender CL2007-16 .. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (F) SPECIFICATION SPECIFICATION NO.2 - SITE PREPARATION .. 2.2 Grubbing Disposal offsite, of grubbed material shall be the responsibility of the Contractor, unless otherwise specified. .. Obtain permits and satisfy all requirements of the authorities having jurisdiction prior to any burning operations. ... Level all areas where clearing and grubbing has been completed. Topsoil or seeding will not be required unless otherwise specified. ... 2.3 Stripping Remove topsoil from the designated area. When constructing roads remove topsoil for the full width of the road allowance less 600 mm. .. Remove topsoil and all organic material for its full depth and retain in designated stockpile areas after clearing and grubbing and before any other construction activity to prevent contamination with subsoil. .. Locate and construct stockpiles to prevent ponding of water. 2.4 Removal and Disposal of Existing Structures ... Carry out demolition in such a manner so as not to disturb adjacent pavement, utilities or other works to be left in place and to protect materials designated to be salvaged. ... Material other than salvage shall become the property of the Contractor and shall be removed from the site unless otherwise specified. ... Deliver salvage material, and stockpile without undue damage in the location designated by the Consultant. .. Backfill excavations with native material and compact to a minimum density of 95% Standard Proctor density. Square off broken edges of pavements sidewalks, curbs, etc. in a manner satisfactory to the Consultant. ... 2.5 Approval - Contractor shall provide the Consultant with a letter from the Owner of the property upon which the excavated material shall be disposed giving written permission for the disposal of the noted material. 3.0 MEASUREMENT ... Area measurements will be made in horizontal planes. 3.1 Clearing ... Unless otherwise specified, measurement will be by general area. ... - .. Page 57 of 118 Tender CL2007-16 .. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (F) SPECIFICATION SPECIFICATION NO.2 - SITE PREPARATION .. 3.2 Grubbing Unless otherwise specified measurement will be by general area. Depth of material to be removed by grubbing operation will be as specified and will not be measured. .. 3.3 Topsoil Stripping .. Unless otherwise specified topsoil stripping will not be measured but will be based on a volume calculated by area times average topsoil thickness to be agreed by the Contractor after reviewing soils data. .. 3.4 Existing Structures and Utilities Measurement as specified in the Schedule of Contract Unit Prices. .. 4.0 PAYMENT .. Payment at the contract price(s) for clearing, grubbing, stripping topsoil and the removal of existing structures shall be compensation in full for supplying all labour, equipment, excavation, backfill, materials and everything necessary to complete the works as specified. 4.1 CLEARING AND GRUBBING .. Clearing and grubbing may be tendered as separate items or may be combined into a single item including both operations as specified in the Schedule of Contract Unit Prices. ... The prices tendered shall include: (a) disposal off the project site of all timber, brush, stumps, logs, surface boulders and debris. .. (b) backfill and grading as specified. 4.2 Topsoil Stripping - The price tendered shall be compensation in full for stripping and stockpiling topsoil in the designated areas. .. 4.3 Existing Structures and Utilities .. Payment at the tendered price for removal of existing structures and utilities shall include delivery of the salvage to the specified location, disposal off the contract site of all other material, backfilling and grading as specified. .. Payment will be made only for those existing structures and utilities itemized in the Schedule of Contract Unit Prices. All other existing structures and utilities shall be considered debris and removed and disposed of as part of the grubbing operation and no separate payment allowed. .. - - .. Page 58 of 118 Tender CL2007-16 .. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (F) SPECIFICATION SPECIFICATION NO.3 - GENERAL GRADING AND EARTHWORK 1.0 DESCRIPTION .. .. The work covered by this specification shall include the supply of all labour, material, consumables and equipment to do all the excavation, grading and filling with earth required for the execution of specified grading and earthworks. This specification does not cover rock fills. "Rock Excavation" as defined in Specification No.1, General Requirements, is not considered part of this Specification and is covered in Specification No.4, Excavation and Backfill. .. Unless otherwise specified, prior to commencing work the Contractor shall verify the rough grading earthwork quantities either by taking his own cross-sections or by reviewing the Consultants cross- sections. Claims for discrepancies in earthwork quantities will not be considered. .. All cutting and filling shall be performed in such a manner to avoid flooding or ponding of water on the site or any adjacent properties. Surface drainage shall be provided during all stages of the work and fill materials placed as soon as possible to prevent ponding in sub-excavated areas. .. Provide temporary support for any existing structures and utilities affected by the work as specified in Specification No.1. General Requirements. .. 2.0 CONSTRUCTION 2.1 Rough Grading .. Excavate, fill and compact to the specified subgrade elevations and crosl)sections over all road allowances and areas designated for area grading. Fill material shall be approved by the Consultant and contain no frozen lumps, topsoil, organic materials or other objectionable matter. .. .. Fill material on lots designated for area grading will not require compaction other than that resulting from normal filling, spreading and earthwork operations. Compact all other areas designated to 95% Standard Proctor Density, unless otherwise specified. .. If the subgrade soil conditions are unsuitable, additional excavation may be required. Any excavated material not suitable, or not required for the purpose of filling or grading shall be spread or stockpiled in designated areas within the site or hauled away from the site as directed by the Consultant. .. Place and compact material obtained from areas to be excavated or imported material in low areas and fill to required subgrade elevations. Transport material from the specified borrow area when insufficient cut material is available. .. Should the Contractor erroneously excavate below the subgrade elevations he shall backfill such excavation with approved material and compact to 95% Standard Proctor Density at no cost to the Owner. .. Where specified, cut roadside and other drainage ditches including culverts during rough grading operations so as to provide satisfactory drainage of the subgrade at all times. .. Place culverts of the sizes and gauges shown in the Schedule of Contract Unit Prices where indicated on the Drawings. Unless otherwise specified, culverts shall be carefully bedded on a minimum thickness of 150 mm of well-compacted granular material, and backfilled with well-tamped granular material for a width of 150 mm on each side of the culvert and to a minimum depth of 150 mm above the culvert. Backfill and compact the remainder of the trench with material containing no stones larger than 150 mm in diameter and in layers not exceeding 300 mm in depth. .. .. ... Page 59 of 118 Tender CL2007-16 ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE ... SCHEDULE (F) SPECIFICATION SPECIFICATION NO.3 - GENERAL GRADING AND EARTHWORK ... Rough grading elevations shall be achieved within a tolerance of 50 mm. In addition, deviations from specified grades within the required tolerance shall be random so that no surplus or deficit of material results on any individual lot. ... 2.2 Fine Grading ... Fine grade, shape and compact the rough subgrade to the specified grade and cros? section. Unless otherwise specified, compact to 95% Standard Proctor Density. ... Finished surfaces shall not deviate more than 25 mm from the specified grades and cross-sections. The deviation, within the specified tolerance, shall be random. Maintain the specified grade, cross-sections, tolerances and compacted density until the work is accepted or until the construction of the granular base, when this work is a part of the Contract. ... No ruts or depressions shall be allowed to form in the compacted subgrade and all traffic must be kept off the subgrade where possible until the sub-base is applied. ... 3.0 MEASUREMENT 3.1 Rough Grading ... Unless otherwise specified, no measurement of earthworks will be made. ... Culverts and drainage ditches, where specified for payment, will be measured on a linear metre basis. 3.2 Fine Grading ... No measurement of areas requiring fine grading will be made. 4.0 PAYMENT ... 4.1 Rough Grading ... The stipulated sum tendered for Earthwork and Grading shall be compensation in full for all labour, material, consumables and equipment to do all excavation, transportation, filling and compaction, control of surface and ground water to complete rough grading. ... The stipulated sum tendered for Earthwork and Grading shall also be compensation in full for stripping and stockpiling topsoil as outlined in Specification NO.2. The stipulated sum tendered for Earthwork and Grading shall also include the cost of locating an offsite dump area for excess material and/or locating an offsite burrow area should imported fill be required. ... 10% of the tendered price for Earthwork and Grading will be held back until grading has been completed as per Section 2.1. ... Where specified, payment for drainage ditches and culverts shall be at the price tendered in the Schedule of Contract Unit Prices. ... ... .. Page 60 of 118 Tender CL2007-16 .. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. ... SCHEDULE (F) SPECIFICATION SPECIFICATION NO.3 - GENERAL GRADING AND EARTHWORK 4.2 Fine Grading - - The price tendered shall be compensation in full for all labour, material, consumables, and equipment to do all excavation, filling and compaction, control of surface and ground water to complete the fine grading. .. .. .. .. .. .. .. .. .. - .. - - ... - ... ... ... .... ... ... ... ... ... ... ... ... ... ... ... ... Page 51 of 118 Tender CL2007-15 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (F) SPECIFICATION SPECIFICATION NO.4 - EXCAVATION AND BACKFILL 1.0 2.0 2.1 2.2 3.0 3.1 DESCRIPTION The work covered by this specification includes the supply of all labour, materials, consumables and equipment for excavating and backfilling of trenches for pipes, conduits and appurtenances. The work includes but is not limited to the following; sheet piling, sheathing, shoring and bracing; installation and operation of all equipment required for dewatering excavations and control of ground and surface water; protection and supporting of existing structures and utilities; removal of all debris and surplus material; compaction of the backfill, rough grading and restoration of surfaces; maintenance of existing travel on streets and roads and access to private and public property and each and everything required to complete the work as specified. Comply with safety requirements of the Federal and Provincial Governments and of the local municipal authority. EXCAVATION FOR STRUCTURES Depth The excavation to the bottom of the foundation or the underside of the working mat when a working mat is permitted. Remove material deemed unsuitable at the bottom of an excavation to a depth determined by the Consultant, and backfill with approved material. Backfill and compact excessive depth with approved material at no additional cost to the Owner unless the removal is authorized by the Consultant. Length and Width Provide sufficient horizontal dimensions to permit adequate space to safely complete the structure, place and remove any formwork required. TRENCH EXCAVATIONS Alignment and Depth Excavate trenches to the alignment and depths specified on the contract drawings for the class of pipe bedding specified and only so far in advance of pipe laying as permitted by the Consultant. Where, in the opinion of the Consultant, the material at the bottom of the trench is unsuitable to receive the pipe bedding, excavate to a depth as deemed necessary by the Consultant and backfill with an approved material. In the event that the trench is over excavated without the authorization of the Consultant, fill and compact the excavation to the correct grade with an approved material without compensation. - .. Page 62 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (F) SPECIFICATION SPECIFICATION NO.4 - EXCAVATION AND BACKFILL .. 3.2 - .. .. .. 4.0 4.1 - .. 4.2 .. - .. .. .. .. - - - Trench Width The trench width shall be measured at a height of 300 mm above the top of the pipe. For parallel pipe installations the trench width shall be measured in a horizontal plane 300 mm above the top of the higher pipe. When sheathing is required the trench width shall be the inside face to inside face of the sheathing. Refer to the Project Specifications or drawings for maximum and minimum trench widths. Should the Contractor excavate wider than specified, the Consultant may require the use of stronger pipe, a higher class of bedding, or both, supplied and installed without compensation. DEWA TERING Equipment Supply all necessary equipment required to keep excavations and trenches free from both ground and surface water. Disposal Dispose of water removed from excavations and trenches in such a manner so as to prevent injury to public health, damage to private or public property, or to any work under construction. Obtain all required permits for dewatering. When deemed necessary by the Consultant, construct sedimentation ponds of sufficient size to remove sand and silts from the water before directing it to adjacent lands or watercourses. Outfall pipes shall be installed in such a manner as to prevent erosion of dykes, stream banks or slopes. 5.0 EXISTING PAVEMENTS 5.1 Size of Excavation When the excavation is adjacent to existing pavements, structures or utilities employ sheathing and shoring or any other means as deemed necessary by the Consultant to keep the disturbed area to a minimum. Road crossing shall be by vertical trenching unless permitted otherwise by the Consultant and the Governing road authority. Employ methods to assure breaking of pavement along straight lines having a vertical face. ... ... Page 63 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE ... SCHEDULE (F) SPECIFICATION SPECIFICATION NO.4 - EXCAVATION AND BACKFILL .. 6.0 6.1 ... - ... 6.2 ... ... .. ... - ... ... .. ... - - - SUPPORTING OF EXCAVATIONS Installation Provide, install and maintain in good condition sheet piling, sheathing, shoring and bracing in accordance with Safety Regulations as may be required, due to ground conditions, limited working areas, adjacent utilities and structures, road crossings, methods of operation or when directed by the Consultant. Fill and compact voids behind sheathing with an approved granular material or native material when permitted by the Consultant. Removal Construct sheathing and shoring in such a manner as to permit the removal without injury to the work, adjacent structures, utilities or pavements. Remove sheathing, shoring and bracing as the excavation is backfilled except when the Consultant orders it left in place or when the Contractor requests to leave the same in place and the request is approved by the Consultant. Remove sheathing and shoring in such a manner as to prevent the "caving in" of the excavation during backfilling operations. Fill and compact cavities caused when sheathing is removed. Cut off shoring left in place at least 1 m below the final ground surface unless instructed otherwise by the Consultant. 6.3 Responsibility The right of the Consultant to order sheet piling, sheeting, shores, bracing, etc., left in place in the Work, or to order the use of same or to order a better quality or larger size of material does not relieve the Contractor of any of his obligations under this Contract, or relieve him of liability for damage to persons or property resulting from his failure to use or to leave in place sufficient sheeting, shoring, etc., to prevent any caving or moving of the ground, or resulting from any other negligence in the carrying out and final completion of the Work. 7.0 EXISTING UTILITIES AND STRUCTURES Existing utilities and structures which are to remain in place shall be protected, supported or relocated as specified in Specification No.1. "General Requirements". 8.0 FROZEN GROUND MATERIAL The replacement of frozen material with suitable material is the Contractor's responsibility under the Contractor's bid price. - .. Page 64 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (F) SPECIFICATION SPECIFICATION NO.4 - EXCAVATION AND BACKFILL .. - .. 9.0 9.1 - - 9.2 - - .. .. .. .. 10.0 .. 10.1 - - - - Frozen ground shall not be opened further in advance of construction than one day's underground installation. Wherever possible, frozen excavated materials shall be separated from unfrozen material. Backfilling shall be carried out using unfrozen material. The frozen material may then be mounded over the trench. Particular care shall be taken to prevent frozen materials from being buried around manholes. PIPE BEDDING Materials Pipe bedding shall be supplied as specified on the contract drawings. Materials used for bedding shall conform to Specification No.8. "Concrete" and Specification No.9. "Granular Materials". Placing Granular bedding shall be compacted underneath, beside and over the pipe to 98% Optimum Dry Density. In the event that concrete bedding is specified the Contractor must use solid concrete blocks to support the pipe prior to placing the concrete. The compressive strength of the blocks shall be at least equivalent to that of the concrete bedding. Sufficient blocks shall be supplied and placed in such a manner to prevent movement of the pipe while placing the concrete bedding. Concrete used for bedding shall be placed in two lifts if necessary. The level of the first lift shall not exceed 80 mm above the bottom of the pipe. The second lift shall be placed immediately after the initial wet of the first lift. When concrete bedding is specified in rock trenches, separate the concrete from the rock by a compacted cushion of approved granular material, of at least 75 mm thickness, under the concrete bedding as well as both sides. As an alternate, 50 mm of rock deteriorating styrofoam may be placed on the sides. When concrete bedding is placed against sheathing, a bond breaking material shall be placed between the sheathing and the concrete to permit removal of the sheathing. BACKFILLING Materials Native material can be used for backfilling excavations and trenches except when otherwise specified or when the excavated material is deemed unsuitable by the Consultant. Native material used for backfill shall consist of earth which is free of topsoil, trash, debris, boulders exceeding 300 mm or any other deleterious materials. No boulders exceeding 150 mm shall be placed in the top 300 mm of the backfill. Stones over 50 mm will not be permitted to be placed within 300 mm of the pipe structure. ... ... Page 65 of 118 Tender CL2007-16 THE CORPORA liON OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE ... SCHEDULE (F) SPECIFICATION SPECIFICATION NO.4 - EXCAVATION AND BACKFILL .. ... ... 10.2 ... ... ... ... ... ... 10.3 ... When rock is permitted as a backfill material, protect the pipe by a minimum of 450 mm of compacted material above the top of the pipe. This material shall be native material or granular as specified and free from stones exceeding 50 mm in diameter. When granular material is specified as backfill or when ordered by the Consultant, it shall conform to the requirements of Specification No. Q "Granular Materials". Do not backfill with frozen material without permission from the Consultant. Placing Place backfill against the pipe in such a manner so as to prevent any damage or movement. Place backfill in uniform layers not exceeding 300 mm in thickness loose measurement. Compact each layer to 95% standard proctor maximum dry density. Maintain backfill at uniform layers on each side of pipes and around structures. Surplus excavated material may be disposed of in fill areas within the contract limits as directed by the Consultant and subject to the requirements of Specification No. ~ "General Grading and Earthwork". Any deficiency of backfill material shall be supplied by the Contractor and must meet the approval of the Consultant. Correct any settlement occurring after backfilling without compensation. No stub connections shall be backfilled until the Consultant has verified the locations and elevations at both ends and has given his written authorization to backfill. Restoration of Surfaces 11.0 PAYMENT Surface areas disturbed during the construction operations are to be restored as specified. ... 11.1 General ... ... 11.2 ... - - Unless otherwise specified, with the exception of rock, the payment for excavation of all materials encountered, dewatering, sheathing and shoring, for supplying, placing and compacting bedding and backfill, for supporting existing structures and utilities, maintaining traffic and access during construction, removing excess excavated material, restoring surfaces, shall be included in the price tendered for supply and installation of pipes and structures. Rock Excavation Additional payment will be made for "Rock Excavation" as defined in Specification No.1. "General Requirements". The price tendered shall include disposal outside the contract limits. Measurement will be made as follows: .... .... .... .. .... - .... - - - .... - - - - 1M - - - Page 66 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (F) SPECIFICATION SPECIFICATION NO. 4- EXCAVATION AND BACKFILL 11.3 11.4 11.5 11.6 a) Maximum trench width or actual width of trench, whichever is the smaller. b) Outside dimensions of structures plus a 300 mm envelope around the structure. c) Actual volume of boulders as determined by the product of the three maximum dimensions. d) No payment will be made for rock removed outside of the specified limits. No duplicate payments will be made for rock excavation. e) If blasting precedes the stripping of overburden, the Contractor shall accept the Consultant's estimate as to the elevation of top of rock. Excess Excavation When the Consultant instructs the Contractor to carry excavations below the specified depth to obtain a satisfactory foundation the volume of material excavated will be determined by the Consultant and payment made according to the Schedule of Contract Unit Prices. The Price for excavation shall include the disposal of the material. The Contractor shall provide material as specified by the Consultant to backfill the supexcavation. Price tendered will be full compensation for supplying, placing and compacting the material. Sheathing and Shoring Sheathing and shoring which is left in place on the instructions of the Consultant will be paid for at the tendered price. Payment will be made only for the actual length left in the ground, except where the cut-off is less than 1.3 metres when this length will be included for payment. Backfilling When granular material is specified for backfill, the supply, placing, compacting and removal of native material shall be included in the price tendered for the installation of pipes and structures. When the Consultant deems the native material unsuitable for backfill the Contractor shall supply, place and compact imported material at the price tendered. The price tendered shall include disposal of the unsuitable material outside the Contract limits. Any shortage of backfill material due to the Contractor's method of operation shall be supplied and placed by the Contractor at no additional cost to the Owner. Frozen Ground Conditions No extra payment shall be made to the Contractor should he encounter frost difficulties. The cost of such work shall be included in the Contractor's bid price for underground construction. .. .. .. .. - - - - ... - ... .. .. .. ... ... - - - Page 57 of 118 Tender CL2007-15 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (F) SPECIFICATION SPECIFICATION NO.5 - WATER DISTRIBUTION SYSTEM 1.0 2.0 DESCRIPTION The work consists of the supply of all labour, materials, consumables, and equipment for the installation of watermains, fittings, valves, valve boxes, valve chambers, service connections, blow-offs, hydrants and appurtenances necessary for the complete construction, flushing and testing of the water distribution system as detailed on the Contract Drawings and as specified. Include everything requisite and necessary to properly complete the entire system, notwithstanding that every item may not be specifically mentioned. When required in the Project Specifications disinfect the system as specified. MA TERIALS Materials shall meet the requirements as specified herein. Materials shall be of the kind, type, size and class as specified on the engineering drawings. 2.1 Ductile Iron Pipe All fittings such as tees and elbows to be supplied in classes compatible with the pipe. 2.2 2.3 Ductile Iron Pipe to conform to AWWA C151 (ANSI A21.51) (CSA B131.13) standard lengths. Pushon or mechanical joints to conform to AWWA C111 (ANSI A21.11) (CSA 831.10). Cement Mortar lining to be standard thickness in accordance with AWWA <;::104 (ANSI A21.4). Electrical conductivity - a low resistance electrical connection to be provided at each joint. Concrete Pressure Pipe Pipe and joints for pre-stressed concrete, steel cylinder type pipe to conform to AWWA C301. Pipe and joints for noncylindrical reinforced concrete pressure pipe to be in accordance with AWWA C302. Pipe and joints for reinforced concrete pressure pipe, steel cylinder type, pre-tensioned to meet the AWWA C303 requirements. Suitable flanged or threaded connections for mounting of valves or for branch lines to be as specified. Welding/grouting sequence for welded joints to be submitted to the Consultant for review. Polyethylene (P.E.) Pipe Polyethylene pipe material to be in accordance with ASTM 01248. Polyethylene pipe to be manufactured in accordance with CSA 8137. .. Page 68 of 118 Tender CL2007-16 .. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (F) SPECIFICATION SPECIFICATION NO.5-WATER DISTRIBUTION SYSTEM .. Joining of pipe to be accomplished by the butt fusion method. Where required, flanged connection will be as specified. - 2.4 Polyvinyl Chloride (PVC) Pipe P.V.C. pipe in sizes 100 mm through 300 mm to conform to AWWA C900. .. Unless specified otherwise, PVC 1120 pipe with a DR=18, pressure class of 1035 kPa at 230C to be used. Wall thickness to conform to cast iron (CI) outside diameter (00). .. Pipes to have integral waTlthickened bell ends. Joining to be accomplished by using rubber rings conforming to ASTM 03139. .. 2.5 Fittings Ductile iron fittings to conform to AWWA C11 0 (ANSI A21.1 0) with 1724 kPa pressure rating. - Joints to conform to AWWA C111 (ANSI A21.111 push on or mechanical joint. Where fittings are used with ductile iron pipe electrical conductivity must be provided. - 2.6 Gate Valves ... Gate valves to be iron body, bronze mounted, doubledisc type, double faced and sealed, nonrising stem, conforming to AWWA C500. Valve ends to be mechanical joint AWWA C111 (ANSI A21.11). .. Minimum safe working pressure 1035 kPa. Direction of opening as specified in Project Specifications. .. Operating nut as specified in Project Specifications. 2.7 Butterfly Valves .. Butterfly valve~ as specified in Project Specifications. ... 2.8 Valve Boxes Round, cast iron, 2 piece adjustable slide or auger type with lift out cover. ... Upper section. minimum diameter 110 mm. Adjustment minimum .:!:.150 mrn overlap at full extensions shall be at least 150 mm. .. Lower section, completely enclose bonnet of valve with guide plate attached to valve. Marking~ as specified. - - .. Page 69 of 118 Tender CL2007-16 .. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (F) SPECIFICATION SPECIFICATION NO.5-WATER DISTRIBUTION SYSTEM .. 2.9 Valve Chambers Covers. grey cast irort ASTM A48 (Class 30) machined bearing surfaces centre Iiftout plug, minimum dia. 110 mm. pattern as specified. ... .. Ladder rungs, aluminum type 6061 T4 alloy. CSA HA.5 Valve Chamber adjuster rings (Moduloc) ASTM C478. .. Mortar as per Specification No. ~ Concrete. .. Precast Section~ ASTM C478 Gasket~ ASTM C443 .. 2.10 Hydrants Hydrants AWWA C502 .. two piece barrel compression type valve break away flange placed 50 mm above finished grade. mechanical joint inlet connection self draining barrels. ... .. Valve~ as specified in Section 2.7 Valve boX; as specified in Section 2.9 .. Nozzles and Thread~ as specified. Colou( as specified. .. 2.11 Service Connections ... This specification applies to services 19 mm to 51 mm in diameter. Diamete( as shown on drawings. ... Pip~ seamless copper tubing ASTM e88, Type "K" Main stop~ AWWA C80Q copper flange outlet .. Curb stops and fitting~ AWWA C800 copper flange joints - ... .. .. Page 70 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE - SCHEDULE (F) SPECIFICATION SPECIFICATION NO.5 - WATER DISTRIBUTION SYSTEM .. - - .. 2.12 .. 3.0 3.1 .. .. .. 3.2 .. .. .. - ... 3.3 - - - Curb boxes curb box extension limits as specified threaded cover, bronze centre plug "water" cast into top of cover curb boxes in sidewalks shall be supplied with frost rings. Extension rods fasten to top of curb stop with corrosion resistant pin top of rod. 150 mm to 450 mm below grade. Pipe Bedding Pipe bedding shall be as specified. CONSTRUCTION General Excavation and backfill shall be in accordance with Specification No.4 Excavation and Backfill. Place watermains and service connections at elevations which will ensure depth of cover specified. The depth of cover is defined as the height from the top of the watermain to the finished grade shown on the drawings. Pipe Laying Lay pipes with bell ends facing in the direction of laying. Lay and join pipes and fittings in accordance with manufacturer's instructions and as specified herein. Lower material into the trench so that the material, protective coatings and linings are not damaged. Pipes and fittings shall not be dropped or dumped into the trench. Watermains shall be laid true to line and grade within the following tolerances: Plan dimensions Elevations ::1::150 mm ::1::80 mm When pipe laying is not in progress the open ends of pipes shall be protected to prevent foreign material and water from entering pipe. Pipe Deflection Pipes may be deflected from a straight line to form a smooth, long radius curve when permitted by the Consultant. Lay and join pipes and fittings in accordance with manufacturer's instructions and as specified herein. ... ... .. ... ... .. ... ... ... .. .. .. ... ... ... - - - - Page 71 of 118 Tender CL2007-16 THE CORPORA nON OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (F) SPECIFICATION SPECIFICATION NO.5 - WATER DISTRIBUTION SYSTEM MAXIMUM PERMISSIBLE APPROX. RADIUS OF CURVE PRODUCED DEFLECTION PER LENGTH BY SUCCESSION OF JOINTS Size of Pipe Mechanical Joint PushOn Joint Mechanical Joint PushOn Joint mm mm mm m m 75 787 457 38 62 100 787 457 38 62 150 686 457 44 62 200 508 457 54 62 250 508 457 59 62 300 508 457 59 62 350 343 457 87 79 400 343 381 87 79 For larger sizes of pipe the deflections shall not exceed the manufacturer's recommendations. Provide bends to ensure that maximum deflections are not exceeded. 3.4 Cutting Pipe Cut pipes without damaging the pipe, coating or cement lining and provide a smooth end at right angles to the axis of the pipe. 3.5 Connections to Existing Watermains Obtain permission from the operating authority before making any connections to an existing water main. Valves on existing water mains shall not be operated by the Contractor unless approved by the Consultant and the operating authority. All affected water users shall be notified at least 24 hours in advance of any planned interruption of service. Swab fittings and pipes placed into the existing line with a solution of chlorine having a minimum strength of 50 ppm. Take precautions to prevent contamination of the existing system and follow all instructions of the operating authority. 3.6 Assembly of Mechanical Joints Seat spigot of the pipe in the bell before pressing the gasket into place. ... - .. ... .. ... - - ... ... - ... ... ... - - - - ... Page 72 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (F) SPECIFICATION SPECIFICATION NO.5 - WATER DISTRIBUTION SYSTEM 3.7 Tighten nuts spaced 180 degrees apart alternately in order to provide equal pressure on all parts of the gland. Tighten nuts with a "torqut?limiting" wrench to the following range: Size Torque Range mm N.m. 15 54; 81 20 81. 122 25 9~ 136 30 122, 163 Anchorage of Pipes, Fittings and Hydrants Anchor pipes, fittings and hydrants to prevent movement. Place concrete reaction backing or "thrust blocks" between the fitting and undisturbed soil. Thrust blocks shall transfer the full thrust at test pressure without exceeding the bearing capacity of the soil. Supply and place concrete in accordance with Specification No. ~ Concrete. Unless otherwise specified concrete shall be Class "C". Joints shall be accessible for repair. Straps, rods or clamps shall be used for bends in the vertical plane and when the soil conditions do not provide adequate bearing. 3.8 Valves Install valves with the stem vertical at the locations shown on the drawings. 3.9 Valve Boxes Install valve boxes on all valves where valve chambers are not required. Centre the valve box over the operating nut with the top at finished grade and the shaft placed vertical. 3.10 Valve Chambers Construct valve chambers as detailed on the drawings at the locations shown. Place covers flush with the finished grade so that the centre liflout plug is plumb over the operating nut. .. Page 73 of 118 Tender CL2007-16 .. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (F) SPECIFICATION SPECIFICATION NO.5 - WATER DISTRIBUTION SYSTEM .. Construct chambers so that no loads from the structure are transferred to the pipes passing through the walls. .. When detailed on the drawings install a drain. 3.11 Hydrants .. Install hydrants as detailed on the drawings with the barrel vertical, hose connections parallel with the curb, pumper nozzle, (if specified) facing the curb, and bottom of flange 50 mm above the finished grade. .. Connect hydrant to the main by means of a mechanical or pushon joint tee and ductileiron pipe lead with a valve located as shown on the drawing. .. Place clear limestone around the barrel and cover with 6 mil polyethylene to minimize contamination when backfilling. Limeston~ as per Specification No. Q "Granular Materials". .. 3.12 Service Connections .. Install service connections as detailed. Thread main stops 19 mm and 25 mm diameter directly into ductile iron pipe. .. Install main stops with the water main under pressure using cutting and tapping equipment recommended by the manufacturer. .. Leave main stops in the full open position before backfilling. Install curb stops at the location specified, being placed vertical with the base resting on a wood block. Leave curb stop in the "off' position. .. Place wood marker 5 em H 10 em, 1.5 m long at the end of each connection extending to a height of 600 mm above ground. Paint the top 300 mm blue. .. 3.13 Air BlovyOffs Install blovyoffs at the locations shown on the drawings. .. Install fittings, meeting the requirements for service connections as shown on the drawings. 4.0 HYDROSTATIC TESTS AND FLUSHING .. 4.1 General - Perform tests only in the presence of the Consultant. Notify the Consultant 48 hours in advance of performing any tests. - - ... ... ... ... .. 11M .. ... 11M 11M ... 11M ... ... ... ... - - 11M Page 74 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (F) SPECIFICATION SPECIFICATION NO.5 - WATER DISTRIBUTION SYSTEM 4.2 Install and backfill service connections, hydrants, thrust blocks, and appurtenances before testing. Provide all apparatus, material and labour necessary to conduct the tests. Use only potable water for testing and flushing. Provide potable water if not available from an existing municipal source. When water is provided by the Contractor it shall be tested by the Consultant and shall not be introduced into the system until chlorine and bacteriological tests are satisfactory. Procedure Slowly fill each section of pipe to be tested with water to the specified test pressure by means of pumping, based on the elevation of the lowest point of the section under test and corrected to the elevation of the test gauge. Monitor, in a manner acceptable to the Consultant, the pressure for the duration of the test and measure the leakage as defined in Section 4.3. Expel all air from the system before the test pressure is applied. If hydrants, service connections or blowoffs are not available at high points for the release of air, provide main stops and insert brass plugs after testing has been completed. Unless otherwise specified, the duration of each test shall be at least 2 hours and the initial hydrostatic test pressure 1035 kPa or one and onehalf 01/2) the operating pressure for the district, whichever is greater. (1 metre head = 9.81 kPa). 4.3 Allowable Leakage Leakage is defined as the quantity of water that must be introduced into a section of pipe to maintain the specified test pressure for the duration of the test. The maximum leakage shall be determined by the formula: L ND(P1/2) 64,670 = Where N = number of joints D = nominal diameter (mm) P = test pressure kPa L = allowable leakage (P/hr) Allowable leakage for service connections 19 mm to 51 mm shall be 8.2 litres per 100 services per 2 hou r test. .. .. .. ... - .. .. .. .. - - .. ... ... ... .. .. - - Page 75 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (F) SPECIFICATION SPECIFICATION NO.5 - WATER DISTRIBUTION SYSTEM 4.4 5.0 5.1 5.2 Flushing Flush the system after a successful pressure/leakage test has been performed. Provide means to discharge the water into storm or sanitary sewers, ditches or water courses without causing erosion, deposition of silt, ponding of water or damage to the environment. CHLORINATION General Supply all material, labour and equipment necessary to perform the work to obtain the required standards for Chlorine Residual and Bacteriological Tests. Disinfect the system after flushing by introducing a solution of chlorine (minimum strength 55 ppm) and ensuring that it is evenly distributed throughout the system. A residual of chlorine of not less than 10 ppm will be required in the water after 24 hours. The Consultant will test the initial and residual chlorine concentrations. The Contractor will provide all assistance required to obtain samples at the hydrants selected by the Consultant. All test equipment shall be supplied by the Contractor. Flushing After Chlorination When the required chlorine residual is obtained, flush the system as in Section 4.4 until all excess chlorine is removed. Chlorinated water to be neutralized before flushing. Continue flushing until the chlorine content is equal to that of the water being used for flushing. Discharge water containing high concentrations of chlorine to the sanitary sewers when possible. 5.3 Bacteriological Tests Before the main is put into service, assist the Consultant to obtain water samples for bacteriological testing. The Consultant will submit these samples to a recognized laboratory for testing. The main shall not be put into service until the results are acceptable to the public health authority having jurisdiction. 6.0 MEASUREMENT All linear measurements are made in the horizontal plane and are plan quantities. Field measurements will not be made unless drawings are revised. ... P ag e 76 of 118 Tender CL2007-16 ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE ... SCHEDULE (F) SPECIFICATION SPECIFICATION NO.5 - WATER DISTRIBUTION SYSTEM ... 6.1 Watermains Length of watermains shall be as scaled from the Engineering drawings. ... 6.2 Appurtenances ... Unless otherwise specified, no separate measurement will be made for valves and boxes, valves and chambers, hydrants, service connections and blowoffs. Hydrant extensions will be measured in the vertical plane. ... 7.0 PAYMENT 7.1 Watermains ... ... The price for watermain shall be considered full compensation for all pipe, fittings, thrust blocks and appurtenances, trench excavation, the control of ground and surface water; the preparation of subgrade; pipe bedding as specified; placing and joining the pipe, backfilling and compacting the trench; testing and flushing, reinstatement of surfaces and c1ea(lup; and all the work necessary to install the main complete in place. ... 7.2 Valve and Valve Box The lump sum price shall include supply of the valve and valve box and the complete installation, including adjusting to finished grade. ... 7.3 Valve and Valve Chamber ... The lump sum price shall include the supply of the valve and all materials and the complete installation as detailed including adjusting the cover to final grade. 7.4 Hydrants ... The tendered price for hydrants shall include the supply of all materials and the complete installation of the hydrant, gate valve and valve box (if required), tee on main, lead, stone fill and blocking, tie rods, and setting to final grade. ... 7.5 Service Connections ... The tendered price shall include the supply and installation of the pipe, the main stop, curb stop, curb box, wood marker, saddle and all other materials required. 7.6 Blow-Offs ... The lump sum price shall include the complete supply and installation of blowoffs at the locations shown on the drawings including adjusting to final grade. - ... - ... ... ... ... ... ... ... .. ... ... ... ... .. ... .. - - - .. Page 77 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (F) SPECIFICATION SPECIFICATION NO.5 - WATER DISTRIBUTION SYSTEM 7.7 7.8 Connection to Existing Mains The tendered lump sum price shall include the locating of existing mains and the complete supply and installation of all materials required to complete the connection. Chlorination and Flushing After Chlorination The price tendered shall be compensation in full for the supply of all equipment, labour and materials to chlorinate and flush the main as specified. The price shall include additional chlorination and flushing when: a) chlorine residual is less than specified, b) bacteriological tests are not acceptable to the public health authority having jurisdiction. ... Page78of118 Tender CL2007-16 ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE ... SCHEDULE (F) SPECIFICATION SPECIFICATION NO.6 - SEWERS AND APPURTENANCES ... 1.0 DESCRIPTION The work shall include the supply of all labour, materials, consumables and equipment necessary for the installation of sewers, fittings, drain connections, manholes, frame and covers, safety grates, catch basins and appurtenances required for the complete construction, flushing as directed by the Consultant of the sewage system(s). The Contractor shall include everything requisite and necessary to properly complete the entire system(s) notwithstanding that every item may not be specifically mentioned. ... ... 2.0 MA TERIALS ... Diameter, length, class and type of pipe is, as specified, on the engineering drawings and shall meet the following requirements. In all cases, the most current specification in effect shall govern. ... 2.1 Sewer Pipe A. Concrete Pipe ... ... (i) (ii) (iii) NO(lreinforced pipe and fitting~ CSA A257.1 Reinforced pipe and fitting~ CSA A257.2 Rubber gasket joint~ CSA A257.3 B. Vitrified Clay (VC) Pipe ... (i) (ii) Pipe and fitting~ CSA A60.1 M Joint Fle?<lo~ CSA A60.3M C. Polyvinylchloride (PVC) Pipe (Non Pressure) (i) Pipe and fitting~ ASTM 03034 (ii) Joint~ rubber Ring Bell Joint rubber ring ASTM 01869 ... ... D. Polyethylene (PE) Pipe ... E. - - - - ... (i) (ii) Pipe and fitting~ ASTM 01248 Joint~ Butt fusiol1 CGSB Std. NO.4 J GI:'25 Corrugated Steel Pipe (i) (ii) Corrugated steel pipe and pipe arches shall be as specified. Corrugated steel pipe shall meet the requirements of "Specification for Corrugated Steel Pipe Product~ Number 501" issued by the Corrugated Steel Pipe Institute. ... Page 79 of 118 Tender CL2007-16 ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (F) SPECIFICATION SPECIFICATION NO.6 - SEWERS AND APPURTENANCES .. 2.2 Sewer Laterals A. Concrete Pipe .. (i) Pipe and fittings CSA A257.1 or A257.2 (ii) Rubber gasket joint~ CSA A257.3 ... B. Vitrified Clay Pipe ... (i) (ii) Pipe - Plain End - CSA A60.1 M Joint~ Flexible External Sleeves, CSA A60.3M .. C. Polyvinylchloride Pipe (i) Pipe and fitting~ CSA 8182.1 (ii) Joint~ rubber ring bell Joint, rubber ring ASTM 03212 .. O. Polyethylene Pipe .. (i) (ii) Pipe and fitting~ ASTM 01248 Joint~ butt fusion, CGSB Std. No. 4 ~ GP 25. .... E. Service Saddles Not to be used on sewers smaller than 500 mm. .. (ii) (iii) cast iron with flange curbed to fit the sewer pipe with rubber gasket to ensure a positive leak-free seal. Strap-on saddles, steel band with steel spade bolts, nuts and washers. Mortar-on-saddles, slots provided around flange to provide a Key for the cement mortar. .... (i) 2,3 Manholes, (Precast or Cas,til) place as specified) .. A. Precast Section~ ASTM C478 Gasket~ ASTM C443 ... B. Covers, grey cast iron, ASTM A48 (Class 30), pattern as specified. C. Ladder Rungs, aluminum type 6061 T4 alloy CSA HA.~ width 400 mm. .. O. Safety Grating~ aluminum type 6061 T4 alloy CSA HA.5 E. Manhole Adjuster Rings (Modulocl ASTM C478. .. - - ... .. .. .. .. .. .. - .. .. ... ... - ... ... ... ... - - Page 80 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (F) SPECIFICATION SPECIFICATION NO.6 - SEWERS AND APPURTENANCES 2.4 Catch basins. (Precast or Cas.til)place as specified) A. Frame and grate, gray cast iron ASTM A48 (Class 30) pattern as specified. B. Catchbasin Adjuster Rings (Modulocl ASTM C478. 2.5 Pipe Bedding Pipe bedding materials shall be concrete, granular material or crushed limestone, as required, and in accordance with Specification No. ~ Concrete or No. Q Granular Materials. 3.0 CONSTRUCTION 3.1 General Excavation and backfill in accordance with Specification No.4, Excavation and Backfill. Sewer and catch basin leads shall be installed to the line and grade specified on the drawings. Drain connections shall be placed at elevations as specified. Clean by flushing sewer lines, manholes, catchbasins and leads prior to inspection by the Consultant. 3.2 Pipe Laying Lay pipes with bell ends facing upstream with respect to the direction of flow in the pipe. Lay and join pipes and fittings in accordance with manufacturer's instructions and as specified herein. Lower material into the trench so that the material is not damaged. Pipes and fittings shall not be dropped or dumped into the trench. Sewers shall be laid true to line and grade within the following tolerances unless otherwise noted on the drawings: Plan Dimension~ Diameter (mm) H % Slope H 10 = 100 Elevation~ Diameter (mm) H % Slope H 5 = 100 When pipe laying is not in progress the open ends of pipes shall be protected to prevent foreign material and water from entering the pipe On sewers 500 mm diameter and less, provide a prefabricated tee or "Y" branch for each private drain connection. Pipes are to be supported by compacted bedding which has filled all voids to the original ground unless otherwise specified. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. - .. Page81of118 Tender CL2007-16 THE CORPORA nON OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (F) SPECIFICATION SPECIFICATION NO.6 - SEWERS AND APPURTENANCES 3.3 Radius Pipe Where radius pipe is specified, prepare and submit to the Consultant an appropriate detail drawing indicating sections of pipe and configuration of installation. 3.4 Cutting Pipe Pipes shall be cut in accordance with the manufacturer's recommendations, without damaging the pipe and provide a smooth end at the required angle to the axis of the pipe. Asbestos cement pipe shall be supplied in standard lengths with short lengths to install fittings In specified locations. Both ends of all pieces shall be machined. 3.5 Connections To Existing Sewers Obtain permission from the operating authority before making any connections to an existing sewer. Prevent foreign material from entering the existing system and follow instructions of the operating authority. Provide approved adaptors and make connections to existing sewers in an approved manner including benching. 3.6 Sewer Laterals Provide connections at the locations shown on the drawings. Strap-on-saddles may be used only when the main sewer line is greater than 500 mm in diameter or when connecting to an existing sewer of diameter greater than 500 mm and approved by the operating authority. Proper tools must be used to cut the pip~ breaking the main with hammer, chisel etc. will not be permitted. Lay connections at right angles to the main in a straight line with a grade of not less than two percent unless otherwise specified. Terminate connections complete with fittings as specified. Supply cover plates stamped with the word "Storm" or "Sanitary". Paint cover plates for sanitary cleanouts red. Block plugs to undisturbed soil to prevent movement during testing. Place wood markers 5 em H 20 em, 1.5 m long at the end of each connection and extended to a height of 600 mm above ground. Paint the top 300 mm green for storm connections and red for sanitary connections. .. Page 82 of 118 Tender CL2007-16 _ THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (F) SPECIFICATION SPECIFICATION NO.6 - SEWERS AND APPURTENANCES - 3.7 Manholes Construct manholes as detailed on the drawings and provide drop connections where indicated. - Grout pipes into the walls and cut flush with the inside face of the wall. - Provide a joint on each sewer line and service connection within one metre of the outside wall of the manhole. The pipe must be supported by specified bedding to undisturbed ground. Bench manholes with concrete as specified to provide an invert conforming to the sewer. .. Unless otherwise specified, grou-tinplace manhole covers flush with final grades except for manholes located in pavement where road construction follows the installation ofz undergrounds. In such cases finish top of concrete flush with road subgrade. - Unless otherwise specified, and where approved by the operating authority, adjust manhole covers using steel "lift rings" and using "manhole adjuster rings" (moduloc). - Install safety gratings as detailed on the drawings. 3.8 Catch basins and Catch basin Leads - Cut off pipes flush with the inside face of the catchbasin and grout into place. - Connect catchbasin leads to the main storm sewer by means of a prefabricated tee or "Y" fitting installed at the time of laying the main sewer for pipes 500 mm diameter and less, unless otherwise specified. - Support catchbasin leads on specified bedding to original ground. Unless otherwise specified, in disturbed ground, bed catchbasin leads on concrete to undisturbed ground. - Place grates so that no ponding will occur in the area drained by the catchbasin. Unless otherwise specified, grout-in-place catchbasin frames so that grates are flush with final grades except for catchbasins located in pavement where road construction follows the installation of undergrounds. In such cases finish top of concrete flush with road subgrade. .. Unless otherwise specified, and where approved by the operating authority, adjust catch basin frames and grates using Catchbasin Adjuster Rings (Moduloc). .. 3.9 Concrete Headwalls Concrete headwalls shall be constructed as specified. The structure shall be founded on undisturbed soil. - 3.10 Corrugated Steel Pipe - Lay corrugated steel pipe on specified bedding. Join pipes with approved couplers conforming to the gauge and diameter of the pipe. - - ... Page 83 of 118 Tender CL2007-16 ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE ... SCHEDULE (F) SPECIFICATION SPECIFICATION NO.6 - SEWERS AND APPURTENANCES - 4.0 TESTING 4.1 General - Check the alignment of sewers between manholes as each section is laid. ... Provide a strong light to be shone through the pipe from manhole to manhole. If the required tolerances are exceeded, realign the pipe until the tolerances are met. Perform tests in the presence of the Consultant. - Notify the Consultant 48 hours in advance of performing any tests. - Complete and backfill sewer laterals, manholes and appurtenances on the section under consideration before testing. - Provide the apparatus, material and labour necessary to conduct any and all tests and r?tests as directed by the Consultant. Provide water for flushing and testing at no expense to the Owner, unless otherwise specified. - 4.2 Procedure Clean sewers of all foreign material, and correct all visible deficiencies before beginning the test. ... Exfiltration ... Isolate the section to be tested by temporarily blocking the inlets of two manholes with expandable plugs or bulkheads. .. Fill the pipe and manhole with water to a depth of 600 mm above the crown of the pipe in the upstream manhole. Do not exceed 7.5 m maximum head at the downstream manhole. Allow 24 hours for absorption of water and escape of air from the line. .. The duration of a test shall be two hours. The actual exfiltration shall be determined by measuring the change of elevation of the water in the manhole. Infiltration ... Isolate the upstream end of the section to be tested with a plug or bulkhead. ... Place a V notch weir or other approved measuring device in the pipe at the lower end. The duration of the test shall be two hours. The actual infiltration shall be the average of at least 8 readings taken at even intervals during the test. .. - - .. Page 84 of 118 Tender CL2007 -16 .. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (F) SPECIFICATION SPECIFICATION NO.6 - SEWERS AND APPURTENANCES .. Air Test Low pressure air test may be requested by the Consultant, for all but concrete sewers, due to: ... A. Lack of water .. B. Steep grade~ greater than 8 m head differential in adjacent manhole invert elevations. C. Freezing temperatures during the test period, etc. .. D. The test section shall be plugged at each end. ... E. All service laterals, stubs and fittings into the sewer test section shall be properly capped or plugged. .. F. Air shall be supplied to the test section slowly, until a constant pressure of 25 kPa is maintained. If the ground water is above the sewer line being tested, the air pressure shall be increased by 3.0 kPa for each foot the ground water level is above the invert of the pipe. ... G. A stabilization period of at least 5 minutes shall be allowed during which time the pressure shall be regulated to prevent it from fluctuating more than 10 kPa above or more than 3.5 kPa below the required pressure. 4.3 Allowable Limits .. The Consultant will determine whether an infiltration and/or exfiltration test or air test will be performed. ... In the case that both an infiltration and an exfiltration test are ordered for a particular line the requirements of each test must be met. A test section shall not exceed the length between any two manholes or as directed by the Consultant. ... Storm Sewers A. Infiltration .. 0.28 litres per hour per millimetre of pipe diameter per 100 metres of sewer (0.28 I/hr/mm dia/100 m). ... B. Exfiltration .. 0.35 litres per hour per millimetre of pipe diameter per 100 metres of sewer (0.35 I/hr/mm dia/100 m). ... - - .. Page 85 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. .. SCHEDULE (F) SPECIFICATION SPECIFICATION NO.6 - SEWERS AND APPURTENANCES .. Sanitary Sewers A. Infiltration .. 0.09 litres per hour per millimetre of pipe diameter per 100 metres of sewer (0.09 I/hr/mm dia/100 m). .. B. Exfiltration .. 0.11 litres per hour per millimetre of pipe diameter per 100 metres of sewer (0.11 I/hr/mm dia/100 m). C. Air Test .. The test pressure shall be 3.5 kPa less than the above required pressure. The time required for a pressure loss of 3.5 kPa shall not be less than that shown in the following table. .. Time Required for Air Testing Pipe Size (mm) Min .. .. 100 150 200 250 300 350 375 400 450 500 525 2 3 5 6 7 8 9 10 11 12 13 .. .. .. Time Sec 32 50 06 22 39 56 35 12 34 45 30 Manholes For larger diameter pipe, use the following: (minimum time in seconds = 1.52 H pipe diameter in mm). .. A. Infiltration .. All visible leaks into manholes shall be repaired and no allowance permitted when an infiltration test is performed. .. - ... - Page 86 of 118 Tender CL2007-16 ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE - SCHEDULE (F) SPECIFICATION SPECIFICATION NO.6 - SEWERS AND APPURTENANCES ... B. Exfiltration ... 3.0 lit res per hour per metre of head above the invert of the sewer for each manhole in the test section. (3 I/hr/m/head). Pipes Larger Than 900 mm Diameter ... Pipes greater than 900 mm will not be subjected to air testing. A visual inspection will be made after backfilling and all deficiencies corrected. ... 5.0 MEASUREMENT All linear measurements are made in the horizontal plane and are plan quantities. Field measurements will not be made unless drawings are revised. ... 5.1 Sewers - Linearly from centre of manhole to centre of manhole (or end of pipe). Where the pipe connects to an existing pipe, measurement shall be to the inside wall of the existing pipe. 5.2 Catchbasin Leads ... Linearly from centre of catchbasin to centreline of sewer. Where the pipe connects to an existing pipe, measurement shall be to the inside wall of the existing pipe. - 5.3 Sewer Laterals Unless otherwise specified, no measurement for drain connections will be made. ... 5.4 Manholes and Catchbasins Unless otherwise specified, no measurement for manholes or catchbasins will be made. ... 6.0 PAYMENT ... 6.1 Sewers and Catch basin Leads ... The tendered price for sewers shall include all pipe and fittings; excavation of the trench; control of ground and surface waters; preparation of subgrade; pipe bedding as specified; placing and joining the pipe; permanent supports where detailed; placing and compacting backfill; reinstatement of surfaces as specified and clean-up; all required flushing and testing; and all the work necessary to install the sewer complete in place. - 6.2 Sewer Laterals - The tendered price shall include the supply and installation of the pipe and fittings, connection to the main sewer, riser (if required), test fitting, plug, blocking, wood marker, reinstatement of surfaces, as specified and all other material required. - - - - Page 87 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (F) SPECIFICATION SPECIFICATION NO.6 - SEWERS AND APPURTENANCES .. 6.3 .. .. 6.4 .. - 6.5 .. 6.6 .. 6.7 .. .. 6.8 .. ... .. - - - - Manholes The tendered price shall include the excavation, complete supply and installation of the manhole including benching, ladder rungs, dragging hooks, safety grating and drop structure as specified, manhole adjusters, cover, backfilling with the specified granular material and adjusting to grades specified in Clause 3.7. Catch basins The price shall include the excavation, bedding, backfill and complete installation including concrete, catch basin adjusters, reinforcing steel, goss trap (if required), frame and grate and adjusting to grades as specified in item 3.8. Where perforated supdrains are specified at catchbasin locations they shall be included in the price for the catchbasin. Plumbing Permits Where permits are required for work on private property the Contractor shall obtain the permits and will be reimbursed at cost. Corrugated Steel Pipe The price tendered shall include the supply and placing of the specified bedding, backfill and compaction as specified, couplers and corrugated steel sections. Connection to Existing Sewers The tendered price shall include inspection and other permits where required, the locating of existing sewers and the complete supply and installation of all materials required to complete the connection to existing sewers where shown on the drawings, including the confirmation of existing inverts prior to starting any sewer installation. Concrete Headwalls Payment will be at the tendered lump sum price and shall include all excavation, backfilling and grading. .. Page 88 of 118 Tender CL2007-16 .. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (F) SPECIFICATION SPECIFICATION NO.7 - ROADS, CURBS AND SIDEWALKS - 1.0 - 2.0 - 2.1 - 2.2 - - 2.3 - - .. 2.4 .. - 2.5 ... - .. - - DESCRIPTION Supply all labour, materials and equipment for the complete installation of granular road base, asphaltic road surface, curbs and sidewalks to the dimensions, lines, grades and cross sections as detailed on the Contract Drawings and as specified in the General and Project Specifications. MA TERIAL Granular Material Granular material shall be supplied in accordance with General Specification No.9 unless otherwise noted in the Project Specifications. Asphaltic Material The production, placing and compaction of hot mix, hot laid asphaltic material for pavement construction shall conform to MTO Form 310 or latest revision thereof. Joint painting and tack coating material shall be S$1 Emulsion and shall comply with MTO Form 1103. Concrete The supply, forming, placing, finishing and curing of concrete shall conform to General Specification No. ~ Concrete, unless otherwise noted. Unless otherwise noted and as a minimum, concrete used for curb and gutter shall be Class C-3, 30 MPa concrete with 4% to 7% entrained air. Unless otherwise noted and as a minimum, concrete used for sidewalk shall be Class C-3, 30 MPa concrete with 4% to 7% entrained air. Expansion Joint Material Expansion joint material shall be premoulded, nonextruding bituminous impregnated fibreboard, 15 mm thick conforming to ASTM designated 054449, Type V, unless specified otherwise on the construction details and shall be cut exactly to fit the sidewalk cross section. Joint Sealing Compound Joint sealing compound shall be hot poured rubbery bituminous type, conforming to U.S. Federal Specification 5(5(5164. ... Page 89 of 118 Tender CL2007-16 ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE ... SCHEDULE (F) SPECIFICATION SPECIFICATION NO.7 - ROADS, CURBS AND SIDEWALKS ... 3.0 CONSTRUCTION 3.1 Road Base and Supbase ... Construct granular road base in uniform layers not exceeding 100 mm for crush~r run limestone or Granular "A" and not exceeding 150 mm for Granular "B", "C" or "0". Compact each layer to a minimum of 1 00 percent optimum dry density using water if required. ... Soft spots in the subgrade or supbase shall be excavated, backfilled and compacted as directed by the Consultant. ... Maximum deviation allowed from the specified grade and cross section is 10 mm in 3 metres. ... Maintain the required grade, cros?section, tolerances and compacted density until the work is accepted or paved. 3.2 Asphaltic Pavement ... Adjustments to Manholes, Valve Chambers and Catchbasins (i) Raise the tops and frames of manholes, catchbasins, meter and valve chambers with approved precast concrete adjustment rings. ... (ii) Raise valve and service boxes by appropriate means, to the required grades as shown on the Drawings or as supplied by the Consultant. ... ... Prior to paving, reshape and compact the granular materials to achieve the cros? sections and elevations as shown on the drawings adding such materials as necessary to achieve this. Where the granular materials have been contaminated, replace and rework as directed by the Consultant. Joints Between Existing and Proposed Asphalt ... Unless otherwise specified, a 0.35 m long cold planed lap joint is to be provided at the connections with the proposed asphalt. ... Manhole Ramping ... When the final surface asphalt is not scheduled to immediately follow base course paving, ramp all manholes, valve chambers and catchbasins from the exposed top edge of the casting for a distance of 600 mm from the casting for protection until the surface course if laid. Tack Coat ... If paving operations are interrupted and extensive use is made of the lower binder courses prior to the laying of the wearing course, apply a tack coat prior to carrying on with the final course. Where such interruptions are occasioned by instruction of the Owner or by the Consultant on behalf of the Owner, the Contractor will be reimbursed for the cost of the necessary tack coat in accordance with the Schedule of Contract Unit Prices. Traffic must be kept off the tack coat until the wearing course is applied. ... - - - Page 90 of 118 Tender CL2007-16 - THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE - SCHEDULE (F) SPECIFICATION SPECIFICATION NO.7 - ROADS, CURBS AND SIDEWALKS - Clean Base Asphalt - Prior to placing the tack coat and if directed by the Consultant, the base asphalt is to be flushed and swept induding any minor hand cleaning all at no additional cost. Tolerance of Finished Asphalt Surface .. Maximum tolerance transversely or longitudinally to be less than 10 mm in 3. metres for gradients of 1 % or more. For gradients of less than 1 % the maximum tolerance shall be 5 mm in 3 metres. .. 3.3 Concrete Curbs, Curb and Gutter and Sidewalks Ensure that all curbs, curb and gutter, and sidewalks connect smoothly as to line, grade and form with existing installations. .. Curbs and sidewalks shall be stamped with the Contractor's name and year of construction at spacings not exceeding 150 metres. - Place compacted backfill and complete all grading adjacent to the concrete installations to prevent erosion within 24 hours of the removal of the forms. .. The maximum tolerance on any exposed surface of curb or sidewalk shall be less than 10 mm in 3 metres measured longitudinally. .. Expansion joints shall be placed where new concrete structures abut other concrete structures and otherwise at regularly spaced intervals as specified. Expansion joints shall be formed in a rectangle around solid objects such as service frames and covers, water service boxes, hydrants, poles, etc. with the sides a minimum of 150 mm from the edge of the solid object. .. Prior to the construction of the sidewalk, provide a sand bed 25 mm in thickness compacted to a minimum of 100% modified Proctor maximum dry density. .. Place a 4 mil black polyethylene film for the full width of the sand bed. Lap joints at least 300 mm. For sidewalks draw tool contraction joints across the sidewalk, on~third of the concrete thickness every 2 metres. .. - For curbs and curb and gutter draw tool a contraction joint every 5 metres with a depth of at least 50 mm, and at other locations specified on the detail drawings. When the joints are saw cut, they must be completed immediately after the initial concrete set. Finish all edges and joints with an edging tool having a radius of 13 mm. - 3.4 Rectification of Concrete Curbs, Curb and Gutter and Sidewalks In addition to the items mentioned in Section 3.3: .. Break-out damaged concrete works as directed by the Consultant and dispose of concrete otfsite. - - - Page 91 of 118 Tender CL2007-16 - THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE - SCHEDULE (F) SPECIFICATION SPECIFICATION NO.7 - ROADS, CURBS AND SIDEWALKS - Repair all asphalt and sod disturbed during rectification of concrete work. Stamp with name of firm and year of construction at each end of the replaced concrete work. Sawcut ends of concrete work to provide a neat joint. Sawcut and caulk cracks with an approved caulking compound where specified by the Consultant. - - 4.0 MEASUREMENT - All linear and area measurements are in the horizontal plane and are plan quantities. Field measurements will not be made unless drawings are revised. 4.1 Road Base, Sub-base and Asphaltic Pavement .. Unless otherwise specified measurement shall be as follows: Granular "A", "B", "C" and "0" by area in square metres to the specified thickness. .. Crushe.rrun limestone by area in square metres to the specified thickness. - Base course asphaltic pavement by area in square metres to the specified thickness. The plan measurement for base asphalt shall not include the fillet laid over the top of the base curb which ultimately is trimmed off to permit top stage construction. - Finish course asphaltic pavement by area in square metres to the specified thickness. Tack coat by area in square metres. - Area measurements shall be calculated from the Engineering Drawings. 4.2 Manhole Adjustments - Adjustment of manholes, catch basins and valve chambers will be on a per unit basis. - The adjustment of catch basins will include the restoration of curb and gutter adjacent to each catch basin. 4.3 Manhole Ramping .. Ramping of asphalt around manholes, catchbasins and valve chambers will be on a per unit basis. 4.4 Sidewalks III Sidewalks will be measured on a linear metre basis for the specified width and thickness. .. 4.5 Concrete Curbs, Curb and Gutter Curbs or curbs and gutter will be measured on a linear metre basis. - - ... ... Page 92 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (F) SPECIFICATION SPECIFICATION NO.7 - ROADS, CURBS AND SIDEWALKS .. 5.0 5.1 .. ... 5.2 ... ... 5.3 .. 5.4 ... .. 5.5 ... .. - 5.6 - .. .. - ... PAYMENT Road Base, Sub-base and Asphaltic Pavement Payment for granular materials, crushe,rrun limestone, and asphalt shall be compensation in full for all labour, equipment and material required to supply, lay, grade and compact in accordance with the Drawings and Specifications. Manhole Adjustments Payment for adjusting manholes, catch basins and valve chambers shall be compensation in full for all labour, equipment and material required including concrete adjusting rings, moduloc steps if required and sealing component, and regrading and recompaction of the disturbed subgrade. Manhole Ramping Payments for ramping of asphalt around manholes, catchbasins and valve chambers shall be compensation in full for all labour, equipment and material required including cleaning and brushing of the base course, applying tack coat, and compaction of asphalt. Sidewalks Payment for sidewalk shall be compensation in full for all labour, equipment and material required including excavation and fine grading, disposal of surplus material, supply of fill material and polyethylene film, expansion joints, edge scoring of both edges, regrading to boulevard level, application of curing compound, cold weather protection and cleaning and brushing of sidewalks and application of sealer. Concrete Curb, Curb and Gutter Payment for curb or curb and gutter shall be compensation in full for all labour, equipment and material required including Granular "8" bedding, reinforcing bars, stirrups, expansion joints, temporary asphalt filler around catchbasins, application of bonding and curing agents, contraction joints caulking compound and filling behind curb with approved material. Payment shall also include cleaning base curb, trimming and replacing base course asphalt, removal of asphalt filler behind catch basin and any required asphalt patching prior to placing the top section of a two stage curb, Rectification of Concrete Curbs, Curb and Gutter and Sidewalks Payment for rectification of curbs, curb and gutter, and sidewalks will be on a linear metre basis for those damages which are not deemed the responsibility of the contractor. .. .. Page 93 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (F) SPECIFICATION SPECIFICATION NO.8 - CONCRETE .. 1.0 .. .. .. .. 2.0 - 3.0 .. 4.0 .. .. .. 5.0 .. .. .. 6.0 - - - GENERAL This specification covers materials to be used and methods to be followed for the proportioning, manufacture, transporting and placement of plain and reinforced concrete, either sitemixed or ready mixed. Materials and workmanship shall conform to the Canadian Standards Association CSA Standard CAN/CSA-A23.1 (Concrete Materials and Methods of Concrete Construction) and methods of test for concrete shall conform to CSA Standard CAN/CSA-A23.2 (Methods of Test for Concrete). All standards referred to are the latest editions thereof. This specification is intended to supplement and amplify CSA Standard Specification and the most stringent requirements of these standards and the specifications shall apply. The Contractor shall have on site a copy of the CSA Standards A23.1 and A23.2. DESCRIPTION Portland Cement shall be Normal Portland Cement conforming to the requirements of CSA Standard CAN/CSA-A5, Portland Cements. WATER Water for use in Portland cement concrete shall be clear and free from injurious amounts of oil, acid, alkali, organic matter, sediment or any other deleterious substances. AGGREGATES. GENERAL Fine and course aggregates shall meet the requirements of CSA Standard CAN/CSA-A23.1 for general characteristics, grading, limits of deleterious substances, cemen-taggregate reactivity, soundness and organic impurities. Maximum size of course aggregate to be 20 mm unless otherwise specified. Representative samples of all aggregates proposed for use shall be submitted to the Consultant not less than three weeks in advance of the commencement of operations to permit the carrying out of required tests. Sampling of aggregates shall be done in accordance with CSA Standard CAN/CSA- A23.2. ADMIXTURES When admixtures are specified or used they shall conform to the requirements of CSA Standards CAN3-A266.1, Air-Entraining Admixtures for Concrete, CAN3-A266.2, Chemical Admixtures for Concrete, and CAN3-A266.4, Guidelines for the Use of Admixtures in Concrete. Any materials not included in CSA Standard CAN/CSA-A23.1, and proposed as admixtures for use in Portland cement concrete may only be used upon the written authority of the Consultant. REINFORCING STEEL Reinforcing steel shall meet the requirements of CSA Standards G30.5, Welded Steel Wire Fabric for Concrete Reinforcement, CSA W186, Welding of Reinforcing Bars in Reinforced Concrete Construction, CAN/CSA-G30.18, Billet Steel Bars for Concrete Reinforcement and A.C.1-315 Detail and Detailing of Concrete Reinforcement. Reinforcing steel yield strength shall be 400 MPa unless otherwise noted on the drawings. .. Page 94 of 118 Tender CL2007-16 .. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (F) SPECIFICATION SPECIFICATION NO.8 - CONCRETE .. 7.0 STORAGE OF MATERIALS .. Store all materials in a manner that will prevent contamination or deterioration. Any material that has deteriorated or that has been contaminated shall not be used in the concrete and shall be removed from the site. Store cement in a suitable bin or building which will provide protection against dampness and inclement weather conditions. Access to the storage facilities shall be provided to allow proper inspection. If cement becomes lumpy due to partial hydration, it shall be removed from the site unless it can be proven by testing to the satisfaction of the Consultant that, with corrective measures, the hydration does not have a detrimental effect on the quality and strength of the concrete. .. .. Store each size of aggregate separately in a free draining stockpile in a manner that will prevent contamination, intermixing and segregation. The equipment and methods of handling aggregate shall be such as to prevent deterioration, breakage and contamination of the stockpiles and breakage of the aggregates. .. ... All other materials such as admixtures and curing compounds shall be stored in accordance with manufacturers instructions. .. PROPORTIONING Store reinforcing steel on racks or sills that will permit easy access for identification and handling. 8.0 ... Concrete shall be proportioned in accordance with CSA Standard CAN/CSA-A23.1. Class* .. C-1 C-2 C-3 C-4 F-1 F-2 N-1 N-2 8-1 8-2 8-3 ... ... ... .. .. - - Minimum Specified 28 day Strength (MPa) 35 32 30 25 30 25 15 10 35 32 30 By strength Max. WIC Ratio 0.40 0.45 0.50 0.55 0.50 0.55 0.40 0.45 0.50 Maximum Size of Coarse Aggregates (mm) 20 20 20 20 20 20 Air Content (%) 5-8 5-8 4-7 4-7 5-8 4-7 Type 50 Cement Type 50 Cement Type 20 Cement ... Page 95 of 118 Tender CL2007-16 ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE ... SCHEDULE (F) SPECIFICATION SPECIFICATION NO.8 - CONCRETE ... Slump for concrete to be consolidated with the use of high frequency vibrators shall be 75 mm maximum and 25 mm minimum, except as follows: - Maximum Pavements, curbs, sidewalks Heavy mass construction Minimum 50mm 50 mm 25mm 25mm - 9.0 TESTING ... Field tests for concrete quality shall be carried out by an independent testing agency acceptable to the Consultant. The cost of tests shall be paid for in accordance with the Special Conditions and the applicable cash allowance. Provide unhindered access to the work for the purposes of inspection and selection of samples, and provide, without charge, the concrete and constituent materials required for quality control tests and such assistance, tools, equipment and sampling containers as is required to prepare and ship the test samples. .. Sampling and testing of concrete shall be in accordance with the requirements of CSA Standard CAN/CSA-A23.1/A23.2. - .. Concrete strength testing is to be performed for every 50 m3 of concrete placed and in no case shall there be less than one test for each class of concrete or each separate type of structural component, as designated by Consultant, placed on anyone day. Deviations from this requirement can be made only as deemed necessary by the Consultant. Four standard test specimens shall comprise a strength test. The specimens shall be tested at the age of 24 hours, 7 days, 28 days and 56 days if required. Additional tests of autogenously cured specimens by an accelerated testing method may be required by the Consultant. Additional tests of specimens cured entirely under field conditions may also be required by the Consultant to check the strength gain under field conditions. ... ... For concrete work failing to meet the test requirements, the Consultant has the right to require one or more of the procedures outlined in CSA Standard CAN/CSA-A23.1 to determine acceptability of the work or where the work fails to meet the specified quality after carrying out these procedures, the Consultant may demand strengthening or replacement of those portions which failed to develop the required strength. ... ... Air content tests done in accordance with CSA Standard CAN/CSA-A23.2 shall be performed to measure the ai.rentrainment. For concrete which will be subjected to severe exposure, the minimum number of air tests to be made shall be as follows: ... Readymixed concrete Sit~mixed concrete 1 test per load 1 test per 10m3 Where exposure is less severe, the frequency of testing may be reduced at the discretion of the Consultant. ... Slump tests shall be made frequently to ensure uniform consistency of concrete. In addition a slump test shall be made with every strength test. Tests shall be made in accordance with CSA Standard CAN/CSA-A23.2. ... - - - Page 96 of 118 Tender CL2007-16 ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE ... SCHEDULE (F) SPECIFICATION SPECIFICATION NO.8 - CONCRETE ... 10.0 MEASUREMENT OF MATERIALS - Weigh cement on a scale separate from those used for other materials. Cement in standard sacks need not be weighed but the use of fractional sacks shall not be permitted unless weighed. ... Weigh fine and coarse aggregate separately with batched weights based on dry materials and shall be the required weights of dry materials plus the total weight of moisture (both absorbed and surface) contained in the aggregates. ... Measure water either by weight or by volume. Water as weighed or measured shall be within approximately 1 % of required amount. The weighing equipment shall be capable of being operated to control delivery of materials so that any inaccuracies in feeding and measuring do not exceed the following limits: ... i) Cement ii) Aggregates - iii) Admixtures - Approximately 1 % Approximately 2% on each individual aggregate Approximately 1 % of the total weight of the aggregates Powdered admixtures shall be measured by weight and paste or liquid admixtures by weight or volume within a limit of accuracy of 3%. Shovel and volume methods of measurement are not permitted. ... 11.0 MECHANICAL BATCH MIXING .. Mix concrete in a mechanical batch mixer of a type approved by the Consultant. Do not load mixer beyond its rated capacity which shall be shown on a manufacturer's rating plate on the equipment. ... The drum, blades and discharging device shall be such that a concrete of uniform consistency will be produced. ... The entire contents of the mixer shall be discharged before recharging. .. The mixer shall be cleaned after each period of continuous use and shall be maintained In such condition that the mixing action will not be impaired. ... Until acceptable performance tests have been made, mixers with a capacity of one cubic metre (1 m3) or less shall mix for a minimum of one and onehalf (1.5) minute after all materials, including the mixing water, are in the drum. For larger capacities, the minimum time shall be increased by twenty (20) seconds for each additional one cubic metre (1 m3) capacity or fraction thereof. The batch shall be charged into the mixer so that some water will enter in advance of the cement and aggregate and all water shall be in the drum by the end of the first onefourth of the specified mixing time. .. The rated capacity of the mixer shall not be less than onehalf cubic metre (0.5 m3). - - ... .. ... - - - ... ... - .. ... .. ... ... ... ... ... - ... Page 97 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (F) SPECIFICATION SPECIFICATION NO.8 - CONCRETE Retempering (remixing with additional water) of concrete or mortar that has stiffened shall not be permitted. 12.0 READYMIXED CONCRETE 13.0 14.0 15.0 Ready mixed concrete shall be mixed and transported in accordance with CSA Standard CAN/CSA- A23.1. HAND MIXED CONCRETE Concrete shall be mixed by hand only in special circumstances and with prior consent of the Consultant. The cement and fine aggregate shall be mixed dry on a properly constructed platform until it has obtained an even and uniform colour throughout. The mixture shall then be spread to make a bed of uniform thickness on which the coarse aggregate shall be spread and whole wetted with the required amount of water and turned with shovels until a uniform mixture is obtained. Materials shall be proportioned as specified above. PLACING. GENERAL All concrete placing methods shall be in accordance with CSA Standard CAN/CSA-A23.1 and shall be subject to the approval of the Consultant. To prevent damage to fresh concrete during placing, suitable measures shall be taken to protect the plastic concrete. Concrete placing shall not be started until the Consultant has inspected and approved all preparations including forms, foundations, reinforcing steel, construction joints, and all mixing, conveying, spreading, compacting, finishing, curing and protection equipment. CONVEYING Concrete handling methods shall be in accordance with CSA Standard CAN/CSA-A23.1. Concrete shall be conveyed from the mixer to the point of deposit as rapidly as practicable, using means and equipment which will prevent segregation or loss of materials. Equipment for conveying concrete such as buckets, cars and trucks, belt conveyors, and pumps shall be of such design, size and condition to ensure as continuous a supply of concrete as practicable to the point of delivery, without segregation. Conveying equipment, if supported by formwork, shall not impart harmful vibration to the freshly placed concrete nor cause misalignment of forms. The conveying equipment shall be kept free from hardened concrete and foreign materials, and shall be cleaned at frequent intervals. Wash water shall not be permitted to enter the forms of fresh concrete. ... ... Page 98 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE ... SCHEDULE (F) SPECIFICATION SPECIFICATION NO.8 - CONCRETE ... 16.0 ... ... ... ... 17.0 ... ... ... 18.0 ... .. ... ... ... .. - .. DEPOSITING Concrete deposition methods shall be in accordance with CSA Standard CAN/CSA-A23.1. Deposit concrete in the forms as close as practicable to its final position and in layers that are approximately horizontal. Concrete shall be confined in a suitable vertical drop pipe to within 1.50 metre or less of the concrete in place in order to prevent segregation by ricocheting off tie rods, spacers, reinforcement and forms and to protect these items from displacement. Concrete which has partially hardened shall not be subjected to injurious vibration or shock, except for controlled revibration where specified. The size of section to be placed in one continuous operation shall be as shown on the drawings or as directed by the Consultant. Mixing and placing equipment shall be such that when concreting has once started, the depositing of concrete shall be carried on as a continuous operation until the placing of the panel or section is completed. Concreting shall be carried out at such a rate that the concrete is at all times sufficiently plastic to ensure proper bonding of successive layers. The maximum permissible time interval between placing successive layers of concrete shall be established by the Consultant. BONDING TO EXISTING CONCRETE When fresh concrete is to be bonded to hardened concrete, the surface of the set concrete shall be thoroughly cleaned of foreign matter and laitance and saturated with water for the period 24 hours immediately prior to concreting. Immediately before depositing fresh concrete on hardened concrete, all free water shall be removed from the surface. The first layer of concrete to be placed on the surface of set concrete shall be of the quality specified but shall contain an excess of mortar and shall be vibrated to achieve maximum bond. COMPACTING All methods of compacting shall be subject to the approval of the Consultant. As concrete is being placed it shall be compacted thoroughly and uniformly by means of tamping, hand tools, vibrators or finishing machines to secure a dense homogeneous structure. For compacting the concrete, internal vibrators shall be used whenever practicable. Vibrators shall be approved by the Consultant and they shall be operated at a frequency of not less than 7 000 impulses per minute when fully immersed. Application of vibrators shall be made systematically and at such intervals that the zones of influence of the vibrator overlap. The vibrator shall be applied, at anyone point, only until the concrete is compacted and not for such a time that will cause segregation. Extreme care shall be taken to ensure that the vibrators do not disturb the reinforcing steel or its bond to the partially hardened concrete will be impaired. Vibrators shall not be used so close to the forms that they drive the coarse aggregate away from the face. The vibrator shall be used only for consolidation purposes and shall not be used to move concrete more than a short distance. - .. .. .. - .. .. .. - .. .. .. .. .. .. ... ... - - Page 99 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (F) SPECIFICATION SPECIFICATION NO.8 - CONCRETE 19.0 20.0 FINISHING Rough or board form surfaces shall be reasonably true to line and plane. Tie holes and defects shall be patched and fins exceeding 6 mm in height shall be rubbed down with wooden bows. Plywood or metal formed surfaces shall be true to line and plane. Tie holes and defects shall be patched and all fins completely removed. Related unformed surface shall be struck smooth after concrete is placed and shall be floated to a texture consistent with that of the formed surfaces. The top or final surface of concrete slabs and other flat work shall be finished by screeding, floating and trowelling to a smooth, dense finish, free from defects and blemishes. All concrete surfaces exposed to view shall have sack rubbed finish. CURING AND PROTECTION Refer to CSA Standard CAN/CSA-A23.1 for complete curing and protection requirements. Key items are highlighted below. Freshly deposited concrete shall be protected from premature drying and excessively hot or cold temperatures, and shall be maintained with minimal moisture loss at a relatively constant temperature for the period of time necessary for the hydration of the cement and proper hardening of the concrete. After the concrete has set sufficiently, the exposed surfaces shall be kept continuously moist for at least three consecutive days after placing, when normal Portland cement is used and for at least one day when high early strength Portland cement is used. During the curing period the temperature of the air in contact with the concrete shall be maintained at not less than 1 QUC. Where the use of curing compound is authorized by the Consultant it shall meet the requirements of ASTM Standard C3Q9, Liquid Membran~ Forming Compounds for Curing Concrete. Steel forms heated by the sun and all wood forms in contact with the concrete during the final curing period shall be kept wet. If forms are to be removed during the curing period, one of the above curing materials or methods shall be employed immediately. Such curing shall be continued for the remainder of the curing period. (a) Cold Weather Protection When the air temperature is at or below 4.51 IC or when there is a possibility of it falling to that limit within 24 hours of placing, cold weather protection measures shall be used. When necessary, arrangement for heating, covering, insulating, or housing the concrete work shall be made in advance of placement and shall be adequate to maintain the required temperature and moisture conditions without injury due to concentration of heat. Refer to CSA Standard CAN/CSA-A23.1 for additional information. (b) Hot Weather Protection When necessary, arrangements for installation of windbreaks, shading, fog spraying, sprinkling, poinding, or wet covering of a light colour shall be made in advance of placement and such protective measures shall be taken as quickly as concrete hardening and finishing operations will allow. .. Page 100 of 118 Tender CL2007-16 ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE ... SCHEDULE (F) SPECIFICATION SPECIFICATION NO.8 - CONCRETE .. (c) Protection from Mechanical Injury During the curing period, the concrete shall be protected from damaging mechanical disturbances, particularly load stresses, heavy shock, and excessive vibration. All finished concrete surfaces shall be protected from damage caused by construction equipment, materials, or methods and by rain or running water. Self-supporting structures shall not be loaded in such a way as to overstress the concrete. .. ... 21.0 FORMS ... Form design shall be established prior to the start of framing. The proposed method of construction shall be submitted to the Consultant for his review. Form design and its adequacy remains the responsibility of the Contractor. Refer to CSA Standards CSA-S269.1, Falsework for Concrete Purpose; CSA-S269.3, Concrete Formwork; and CSA-0151, Canadian Softwood Plywood, and CSA- 0121, Douglas Fir Plywood. .. Forms shall be built with sufficient strength and rigidity to carry the weight or fluid pressure of the concrete and of any equipment or runways which might be placed upon them. ... Lumber used in forms shall be free from warp, and shall be sawn straight so that lines and shapes will be accurately maintained. ... For exposed concrete surfaces, plywood or steel panel forms shall be used. Forms shall be free from defects that would be reproduced as concrete blemishes. ... For concealed concrete surfaces, boards may be used where authorized by the Consultant, provided the edge contacts are made sufficiently tight to hold mortar. For plywood or similar finished forms or for steelpanel forms, where stripped concrete is to be exposed, the panel assembly shall be established and makeup or patching strips between panels held to a minimum. The panel arrangement shall be wedged, and have means for bolting the edges to maintain accurate face alignment. ... .. Internal form ties shall be of metal and of a type approved by the Consultant. Forms shall be so constructed that the finished concrete will conform to the shape and dimensions specified. ... Immediately before concrete is placed, all forms shall be carefully inspected to ensure that they are properly placed, sufficiently rigid and tight, thoroughly clean, properly surface treated, and free from snow, ice or other foreign materials. ... ... Temporary ports or openings shall be provided at the bottom of all deep units, such as columns and walls, to facilitate cleaning and inspection. In restricted units they shall be located so that water can be used to wash out debris. They shall be closed with patches flush on the inside. .. - - - .. - - .. ... ... ... ... .. .. - ... ... ... ... ... - - Page 101 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (F) SPECIFICATION SPECIFICATION NO.8 - CONCRETE A nonstaining mineral oil shall be used as a parting agent for forms, applied to the forms prior to placing of the reinforcing steel. The amount of oil used shall be kept to a minimum and any which contacts reinforcing shall be removed with solvents. Untreated forms shall be kept wetted down to prevent shrinkage prior to the placing of the concrete and shall be surface wetted at the time of placing. Prior to placing concrete, suitable means for checking the alignment and elevations of forms during placing shall be provided. These checks shall be made frequently during placement of the concrete. Checking and corrective wedging or shoring shall be carried out both horizontally and vertically as required, until all concrete is in place. Forms shall not be disturbed until the concrete has hardened adequately. 22.0 REINFORCING Shop drawings, showing all dimensions necessary for fabrication and placing of the reinforcing steel and accessories shall be submitted for review by the Consultant prior to fabrication. Detailing of reinforcing steel shall be in strict accordance with the latest issue of AG1315, "Manual of Standard Practice for Detailing Reinforced Concrete Structures". All bars shall be bent cold. Reinforcement, at the time concrete is place, shall be free from scale or other coatings that will destroy or reduce the bond. Where there is a delay in depositing concrete, reinforcement shall be reinspected and cleaned when necessary. Metal reinforcement shall be adequately placed and adequately secured in position by concrete or metal chairs or spacers. Exposed reinforcing bars intended for bonding with future extensions shall be protected from corrosion by concrete or other adequate covering. 23.0 JOINTS AND EMBEDDED ITEMS The locations and details of construction joints not indicated on the drawings shall be subject to the approval of the Consultant. Construction joints shall be located and designed so as to least impair the strength and appearance of the structure. Reinforcement shall continue in its normal position through the joint. Shear keys shall be formed with bevelled strips. Where construction joints are planned or permitted by the Consultant in watertight concrete construction, there shall be reinforcing steel on both sides of the wall or slab and shear keys provided. - - THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE Page 102 of 118 Tender CL2007-16 - SCHEDULE (F) SPECIFICATION SPECIFICATION NO.8 - CONCRETE - A waterstop of a type, size, and material approved by the Consultant shall be carefully installed. Where waterstops cross or lap they shall be vulcanized to ensure that a continuous watertight diaphragm is formed. .. Where a horizontal construction joint is permitted in a wall, the top of the first lift shall be carefully cleaned off and the procedure in Clause 17. Bonding to Existing Concrete of this Section 8. Concrete shall be followed. .. All sleeves, inserts, anchors, and embedded items required for adjoining work or for its support shall be placed prior to concreting. .. Expansion joint material, waterstops, and embedded items shall be positioned accurately and supported against displacement. Voids in sleeves, inserts, and anchor slots shall be filled temporarily with readily removable material to prevent the entry of concrete into the voids. .. 24.0 MORTAR .. All mortar shall be prepared from the specified materials in accordance with the following latest CSA Standard edition codes: .. CAN/CSA-A5 CAN/CSA-A8 CSA A82.43 CSA A82.56 "Portland Cement" "Masonry Cement" "Hydrated lime for Masonry Purposes" "Aggregates for Masonry Mortar" .. .. It shall be thoroughly mixed dry in the proportions specified. The required amount of water as per CSA Standard CAN/CSA-A23.1 shall be added to produce a paste of satisfactory consistency. The mortar shall be freshly mixed by hand in boxes made for the purpose. No mortar shall be used that has become stiff or that has stood more than 1 hour after mixing. Sand shall be measured by loose volume as shovelled into the measuring box. .. The proportions by volume for different classes of work, unless otherwise specified, shall be as follows: Cement Hydrated Lime Sand 6 1 6 .. .. Brick Masonry Pointing or Grouting of Pipe Jointing Parging 1 1 1 .. .. - - - Page 103 of 118 Tender CL2007-16 - THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE - SCHEDULE (F) SPECIFICATION SPECIFICATION NO.9 - GRANULAR MATERIALS - 1.0 DESCRIPTION - This specification covers the requirements for aggregates for use as granular subbase, base and surface course; shouldering; pipe bedding; and backfill to pipes, manholes and other structures. 2.0 MA TERIALS - Aggregates for the above uses shall meet the requirements for MTO Form 101 Q "Material Specifications for Aggregates, Granular A, B, C, D and 16 mm crushed Types A and B". 2.1 MTO Form 101 Q. Granular A - Granular A MTO Form 1010, Section 1010.04 shall be modified to specify crushed gravel and thereby eliminate the use of crushed rock or crushed slag. - Crushe.rRun Limeston~ MTO Form 1010, Section 1010.04 shall be modified to specify crushed rock and thereby eliminate the use of crushed gravel and crushed slag. ... 2.2 Crushe.rRun Limestone 51.0 mm and 19.0 mm crushe.rrun limestone shall conform within the following gradation envelope: - ... 51.0 mm Canadian Standard Crusher Run Limestone Sieve Series % Passing 51.00 mm 100% 38.00 mm 75 - 100 19.00 mm 45 - 75 12.70 mm 4.75 mm 20 - 47 1.18 mm 11 - 32 0.30 mm 4 -18 0.075 mm 2-8 19.0 mm Crusher Run Limestone % Passing - ... ... 100% 70 - 90 35 - 60 15 - 37 6 - 20 3 -10 ... - ... - - - ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE Page 104 of 118 Tender CL2007-16 ... SCHEDULE (F) SPECIFICATION SPECIFICA TION NO.9 - GRANULAR MATERIALS ... 51.0 mm and 19.0 mm clear stone shall conform within the following gradation envelope: .. 51.0 mm Canadian Standard Crusher Run Limestone Sieve Series % Passing 64 mm 100% 51 mm 90 - 1 00 38 mm 35 - 70 25 mm 15 - 40 22 mm 19 mm 0-10 16 mm 13 mm 10 mm #4 19.0 mm Crusher Run Limestone % Passing ... ... ... 100% ... 85 - 100 55 - 90 30 - 70 15 - 40 0-10 .. 3.0 MEASUREMENT AND PAYMENT .. Unless otherwise specified, Granular Materials will be measured and paid for in accordance with the specification covering the application or as described in the Schedule of Contract Unit Prices. .. .. .. ... .. .. - - .. .. Page 105 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (F) SPECIFICATION SPECIFICATION NO.10 - TOPSOil, SEEDING AND SODDING .. 1.0 .. 1.1 .. .. 2.0 DESCRIPTION The work covered by this specification shall include the supply of all labour, materials, consumables, and equipment to apply topsoil, seed or sod areas as shown on the drawings and as specified herein. Maintenance Maintain seeded and sodded areas as required to establish vigorous growth. Reseed or resod, within the time periods contained in this specification, any eroded or deteriorated areas or where satisfactory growth has not been established. MA TERIAlS - 2.1 Topsoil .. .. .. .. .. .. .. .. .. - - Obtain topsoil from existing stockpiles within the contract site or import, as required. Imported topsoil shall be fertile, friable, natural loam containing not less than 4% organic matter for clay loams and not less than 2% for sandy loams with an acidity value ranging from ph 6.0 to ph 7.5. Frozen or muddy topsoil will not be acceptable. Topsoil from stockpiles shall be tested for NPK and organic content. Amendments shall be made in accordance with directions by the testing agent or Consultant. 2.2 Seed Seed shall meet the requirements of The Seeds Act for Canada NO.1. Unless otherwise specified, seed shall be mixed in the following proportions: 40% Bluegrass 25% Tall Fescue 20% Perennial Rye 15% Creeping Red Fescue Seed supplied shall be of the best quality and of such brands as approved by the Consultant. They shall be furnished on the job in their original sealed packages bearing the brand and name of the producer, or distributor. Only seeds harvested the preceding season will be accepted. 2.3 Sod Unless otherwise specified, sod shall be NO.1 Kentucky Bluegrass Fescue Sod grown and sold in accordance with the latest specifications of the Nursery Sod Growers Association of Ontario (NSGA). Sod shall be permeated with roots; be uniform in texture and free from weeds; be in a good healthy condition with no sign of decay; and contain sufficient moisture to maintain its vitality during transportation and placement. Each section shall be approximately 450 mm wide, 1.80 m long and at least 20 mm thick. - .. Page 106 of 118 Tender CL2007-16 THE CORPORA nON OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE - SCHEDULE (F) SPECIFICATION SPECIFICATION NO.10 - TOPSOil, SEEDING AND SODDING - 2.4 - 2.5 ... ... 2.6 - 2.7 ... 3.0 ... 3.1 .. 3.2 ... ... 3.3 - ... - - - - Mulch Mulch shall be "Verdyol Mulch Standard Quality" or approved equal and conform to the manufacturers specification. Alternate mulching materials such as oat or wheat straw with asphalt emulsion must be approved by the Consultant. Wooden Pegs Wooden pegs for staking sod shall be approved hardwood pegs 25 mm x 25 mm square and at least 300 mm long. Wire Mesh Wire mesh, to be installed under sodded areas where specified, shall be #9 gauge galvanized wir~ woven farm fencing or approved equal. Fertilizer Where required, fertilizer will be applied to topsoil as required subject to testing. CONSTRUCTION Site Preparation Fine grade the supgrade level to a uniform surface free from all debris. Scarify the supgrade to a minimum depth of 75 mm to produce a loose textured surface free of weeds, stones, roots and branches. The finished supgrade shall be approved by the Consultant prior to placing topsoil. Topsoil Placing Spread topsoil to the required minimum depth, but not less than 75 mm, over the prepared supgrade, pulverize all clods or lumps and rake and roll to produce an even firm surface free from all stones, roots, branches, etc. larger than 50 mm in diameter immediately prior to placing seed or sod. Compact surface firm to footprints. Seeding Seed only those areas free from frost, snow or water and which can be mulched within the same day. Apply seed with a mechanical dry seeder (Method A) in areas having slopes in the ~ 25% range or with a hydraulic seeder (Method B) on slopes exceeding 25% during the following time periods: 1. August 15 to September 15 (preferred). 2. Early spring up to May 30th. Method A mechanical dry seeder - Page 107 of 118 Tender CL2007-16 - THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE - SCHEDULE (F) SPECIFICATION SPECIFICATION NO.10 - TOPSOIL, SEEDING AND SODDING - Apply fertilizers, as specified, in accordance with the rates of application indicated followed by rolling immediately prior to seeding. Supply seed in two (2) intersecting directions by means of an approved mechanical dry seeder at a rate of 160 kg/hectare. .. Method B. hydraulic seeder .. Charge an approved hydraulic seeder with seed, water and fertilizer as specified and apply at rate recommended by supplier. Other methods of applying seed may be permitted if approved by the Consultant. .. 3.4 Mulching .. Immediately following seeding, apply mulch by means of an approved mulch blower or to the manufacturers specification at a rate of 1 700 kg/hectare to form a uniform mat. 3.5 Sodding - Apply fertilizers, as specified, in accordance with the rates of application indicated and work well into the topsoil within 48 hours before laying sod. .. Lay sod as soon as possible after arrival on site but in any event within 48 hours. Place sod closely together without open joints or overlaps to blend uniformly with adjoining grassed areas, curbs, sidewalks, etc. Stagger joints in adjacent rows. .. On slopes greater than 3:1, place sod perpendicular to the slope on wire mesh when specified and stake with wooden pegs at 0.6 m intervals providing a minimum of 1 stake per sod. Drive pegs flush with sod. Wire mesh will be provided beneath sod where intermittent water flows are expected. .. Immediately after installation, water to saturate sod and underlying topsoil. When sod has sufficiently dried, roll to ensure a good bond between sod and topsoil and to remove minor depressions and irregularities. .. Place sod prior to November 1 unless authorized by the Consultant. 4.0 MEASUREMENT - Unless otherwise specified, the measurement for topsoil, seeding and sodding are in the horizontal plane and are plan quantities. Field measurements will not be made unless drawings are revised. .. Mulch, fertilizer, wire mesh and wooden pegs will not be measured, but will be included in the area measurements for sod and seeding. .. - - - ... Page 108 of 118 Tender CL2007-16 - THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE ... SCHEDULE (F) SPECIFICATION SPECIFICATION NO. 10 - TOPSOil, SEEDING AND SODDING ... 5.0 ACCEPTANCE On sites which will be mown in future, acceptance will be granted when: ... ... in seed area - a green sward has been established at least one time; or in sod areas - grass roots have knit to soil and grass has been mown at least one time; and grass is green and exceeds no more than 60 mm in height. On naturalized sites, acceptance will be granted when: ... sod and seed areas are free of non-specified herbaceous plants and free of bare areas. 6.0 PAYMENT - - Payment will be in accordance with and at the rates shown in the Schedule of Contract Unit Prices and will include the provision and placement of topsoil, whether from on site sources or imported, seed or sod, mulch, wooden pegs, wire mesh and any other items necessary to complete the work. No additional payment will be allowed for watering, mowing, fertilizing, weeding, reseeding or resodding any other maintenance required to establish satisfactory growth. - Where restoration is designated, the seeding or sodding work will be included in the tender price for sewers, water mains, roads, structures etc. unless otherwise noted in the Schedule of Contract Unit Prices. - ... - - - - - - - - - Page 109 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE - SCHEDULE (G) SUPPLEMENTARY GENERAL CONDITIONS - The Canadian Standard Construction Document CCDC 4 - 1982 shall govern the Work of the Contract, except as amended and supplemented as set forth hereinafter. The above paragraph applies to one or more contracts and applies to every Section of the Work. .. The General Conditions for a Unit Price Contract shall be amended and revised as follows: .. 2. DEFINITIONS Contract Documents - - 17. .. - 18. .. 19. .. .. GC1 - .. - - - - Amend to read: "The Contract Documents consist of the documents listed in Article A-2 Contract Documents of the Agreement, including amendments thereto incorporated before the execution of the Contract and subsequent amendments thereto made pursuant to the provisions of the contract and agreed upon between the parties." Add clauses 17, 18 and 19: Interpretation Wherever the words "approved", "instructed", "required", "directed" or similar words are used it shall be understood that they mean, unless the context provides otherwise, "approved by the Consultant", "instructed by the Consultant", "required by the Consultant", "directed by the Consultant." Supplementary General Conditions Wherever the term "Supplementary Conditions" is used in this Document it shall mean "Supplementary General Conditions." Specifications Wherever the term "Specification" is used in this Document it shall mean "General Specifications" or "Project Specifications." DOCUMENTS Paragraph 1.1 Revise to read: "The Contract Documents shall be signed in triplicate by the Owner and the Contractor." Paragraph 1.6 Revise to read: "In the event of conflicts within Contract Documents the following shall apply: (a) the Form of Tender shall govern over Tendering Information, (b) Drawings shall govern over the Form of Tender, ... ... ... ... ... ... ... - ... ... ... ... ... - - ... ... - - Page 110 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (G) SUPPLEMENTARY GENERAL CONDITIONS GC3 (c) figured dimensions shown on a drawing shall govern even though they may differ from dimensions scaled on the same drawing, (d) drawings of larger scale shall govern over those of smaller scale of the same date, (e) Specifications shall govern over Drawings. However, in case of discrepancy between the Drawings and the Specifications, figured dimensions on the Drawings, shall govern except where the dimensions depend on the dimensions of a specified product, in which case the dimensions of the product shall govern. In the case of discrepancy in the description of materials and methods, the Specification shall govern, (f) Project Specifications shall govern over Specifications, (g) the General Conditions shall govern over the Project Specifications, (h) the Supplementary General Conditions shall govern over the General Conditions, (i) the Special Conditions shall govern over the Supplementary General Conditions, and U) the executed Agreement between the Owner and Contractor shall govern over all documents. Notwithstanding the foregoing, appendices shall govern over the Document from which the Appendix was referred, and documents of later date shall always govern." CONSULTANT Paragraph 3.2 Revise last sentence to read: "The Consultant will have authority to act on behalf of the Owner to the extent provided in the Contract Documents." Paragraph 3.4 Revise to read: "The Consultant will visit the site at intervals to determine that the work is carried out in general accord with the Contract Documents or at such other times as the Consultant or the Owner deem necessary." Paragraph 3.12 Delete in its entirety. Paragraph 3.13 Delete in its entirety. .. .. Page 111 of 118 Tender CL2007-16 THE CORPORA TJON OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (G) SUPPLEMENTARY GENERAL CONDITIONS .. .. GC4 .. .. .. .. - GC10 .. .. GC11 .. .. .. .. .. - - Paragraph 3.14 Revise to read: "If the Consultant's employment is terminated, the Owner shall appoint a Consultant whose status under the Contract shall be that of the former Consultant." DELAYS Paragraph 4.1 Revise the last sentence to read: "The Contractor shall be reimbursed for such costs incurred by him as the result of such delay as are certified by the Consultant." Paragraph 4.2 Revise the last sentence to read: "The Contractor shall be reimbursed for such costs incurred by him as the result of such delay as are certified by the Consultant." SUBCONTRACTORS Paragraph 10.3 Revise to read: "The Owner or Consultant may,..." CHANGES IN THE WORK AND EXTRA WORK Add Paragraph 11.3 Procedures: "(a) When a change in the Work, or Specifications, or Schedule or Price is proposed or required or when extra work is proposed or requested the following procedure shall be adopted: (1 ) The Consultant will issue to the Contractor a letter, outlining the changes in the Work and requesting the Contractor to submit the change in Contract Price. The Contractor shall substantiate the change in Contract Price for these revisions by supplying sufficient detail to enable the Consultant to make an accurate assessment of the amounts involved. (2) When the amount of adjustment to the Contract Price has been established, the Consultant will issue a CHANGE ORDER outlining the revisions and the change to the Contract Price. The Consultant will request the Owner's acceptance of the Change Order and following this the Change Order shall become the Contractor's authority to proceed with the changes in the Work. (3) Following completion of the changes to the Work the Change Order shall be incorporated in subsequent applications for payment as submitted by the Contractor for the regular monthly payments. - Page 112 of 118 Tender CL2007-16 - THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE - SCHEDULE (G) SUPPLEMENTARY GENERAL CONDITIONS ... (b) When, during the progress of the Work, the need for an immediate change to the Work or an extra to the Work, becomes apparent the Contractor shall notify the Consultant forthwith. The Consultant and the Contractor shall determine the extent of the change in the Work or extra to the Work and agree on a method of payment. The Consultant will then forthwith seek the Owner's consent to the contemplated change in the Contract Price. The agreement thus reached will allow the Contractor to proceed with the change in or extra to the Work and the Consultant will issue the necessary Change Order as stipulated under sub-clauses (a)(2) and (a)(3) above." ... GC12 VALUATION AND CERTIFICATION OF CHANGES IN THE WORK ... Paragraphs 12.1, 12.2 and 12.7 Revise first sentence to read: ... "..., Article A-3- CONTRACT PRICE, paragraph (b),...." ... Paragraph 12.7 Add sentence to end of paragraph: ... "15% variance of Estimated Quantities does not apply to Schedule of Additional Unit Prices." GC14 CERTIFICATES AND PAYMENTS ... Paragraph 14.2 Revise to read: - "The Owner shall make payment to the Contractor on account in accordance with the provisions of Article A- 4 - PAYMENT no later than thirty (30) days after the issuance of a certificate for payment by the Consultant. ... Paragraph 14.3 Revise to read: ... "On Substantial Performance of the Work, the Contractor shall prepare and deliver to the Consultant an application for payment of ninety percent (90%) of the value of the Work completed. This application shall include: - (a) A statement to the effect that: (1) the Contract is substantially performed, and .. (2) the performance of the balance of the Contract is in process and total performance is scheduled for the . Where the balance of the Contract, or a part or parts thereof, cannot be performed forthwith, but must be deferred for reasons beyond the control of the Contractor, the Contractor's statement shall contain a completion date for each phase of the balance of the Contract. - ... (b) A statement showing the amount of holdback moneys due for release and payment following the issue of the Certificate of Substantial Performance. - - .. .. Page 113 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (G) SUPPLEMENTARY GENERAL CONDITIONS .. .. .. .. .. .. .. .. .. .. .. GC15 .. .. .. - - (c) A statement of completion with the cost values of: (1) work to be completed including unsatisfactory work; (2) work which cannot be performed for reasons beyond the control of the Contractor. (d) The submission of all data, operating instructions, evidence of all tests, maintenance manuals, record drawings, required supporting documentation for the recovery of sales taxes and similar items specified under the Contract. No later than ten (10) days after the receipt of said application the Consultant will make an inspection and assessment of the Work to verify the validity of the application. The Consultant will, no later than seven (7) days after his inspection, notify the Contractor of his approval or the reasons for his disapproval of the application. When the Consultant finds that Substantial Performance of the Work has been reached he will issue such a Certificate. Immediately following the issuance of the Certificate of Substantial Performance of the Work, the Consultant, in consultation with the Contractor will review the date of Total Performance of the Work as set out under (a)(2) above and establish a reasonable date for Total Performance of the Work." Paragraph 14.4 Add sentence: "When the Contractor receives his copy of the Consultant's Certificate of Substantial Performance, the Contractor shall immediately deliver to the Consultant the following documentation: (a) A letter of good standing from the Workplace Safety and Insurance Board. (b) Evidence that the advertisements for Substantial Performance of the Contract have been carried out as required by the Construction Lien Act." Paragraph 14.7 Revise the last sentence to read: "Subject to the provisions of GC-18 - WORKERS' COMPENSATION INSURANCE, paragraph 18.1 the Owner shall, no later than thirty (30) days after the issuance of such certificate, make payment to the Contractor in accordance with the provisions of Article A-4 - PAYMENT. TAXES AND DUTIES Add Paragraph 15.4: "Depending on the nature of the Work and applicable government regulations the Owner may undertake to recover provincial sales tax and/or federal Goods and Services Tax (GST) on certain products incorporated in the Work. Details as set out under "Federal GST and Provincial Sales Tax" in the Special Conditions will apply and it will be the Contractor's responsibility to provide the Owner with applicable supporting documentation as may be required for such recovery of sales tax and GST." Add Paragraph 15.5: "No mark-up will be allowed on claims for changes in taxes that occur during the period of this contract." .. Page 114 of 118 Tender CL2007-16 .. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE - SCHEDULE (G) SUPPLEMENTARY GENERAL CONDITIONS GC20 INSURANCE - Add Paragraph 20.5: - "Policies shall be endorsed so as to state that, should the Contractor make any change or cancel the insurance, or permit his premium payments to lapse, or should insurers intend to alter or cancel such insurance, the Owner shall be notified in writing by the insurer at least 30 days before insurance coverage is withdrawn." - GC21 PROTECTION OF WORK AND PROPERTY Paragraph 21.1 (a) .. Revise to read: - "(a) errors in the Contract Documents, provided the Contractor has taken reasonable protective precautions." Paragraph 21.1 (b) .. Add to end of sentence: "..., provided the Contractor has taken reasonable protective precautions." - GC23 BONDS Paragraph 23.1 - Revise to read: .. "The Contractor shall furnish to the Owner a Performance Bond, issued by an insurer licensed in Canada, in the amount of 100% of the total contract price guaranteeing the faithful performance of the Contract including the payment of all obligations arising under the Contract and the payment of all legal and engineering expenses incurred by the Owner in the event of the Contractor's default. The Contractor shall pay all charges for the Performance Bond. The Bond shall remain in effect until the expiration of the warranty period." - GC24 WARRANTY .. Paragraph 24.2 Revise to read: .. - "The Contractor agrees to correct promptly at his own expense defects or deficiencies in the Work which appear prior to and during the period of one year from the date of Substantial Performance of the Work or such longer periods as may be specified under "WARRANTY PERIODS", in the Special Conditions of the Contract." - - - ... Page 115 of 118 Tender CL2007-16 ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE ... SCHEDULE (G) SUPPLEMENTARY GENERAL CONDITIONS GC25 CONTRACTOR'S RESPONSIBILITIES AND CONTROL OF THE WORK ... Add Paragraph 25.7: ... "In order to avoid any misunderstanding as to the nature of the work to be performed herein, the Contractor, by executing the Contract unequivocally acknowledges that he is the Constructor within the meaning of the Occupational Health & Safety Act, and Regulations for Construction Projects and amendments thereto." ... GC27 LABOUR AND PRODUCTS Paragraph 27.2 ... Add to end of paragraph: ... "Where a Manufacturer's name and/or other identifying numbers are used in the Specifications, it is understood that such identification is for the purpose of establishing a standard of quality, type of product and design of product. Products of another manufacturer may be substituted, provided however that the Consultant's approval has been obtained in writing and that authorities having jurisdiction do not object to such substitutions. Installation of products shall be in conformance to the respective manufacturer's instructions." ... GC34 SHOP DRAWINGS - Paragraph 34.2 Add to end of paragraph: ... "All shop drawings shall be prepared and stamped by a Professional Engineer." GC35 CASH ALLOWANCES ... Add Paragraph 35.8: ... "Detailed requirements and stipulations with regard to cash allowances included in the Contract are set out in the Special Conditions and shall be read together with the General Conditions." - ... ... ... - - ... Page 116 of 118 Tender CL2007-16 ... THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE - SCHEDULE "HI! INFORMATION SHEET ... BIDDER'S REFERENCES Year ... Description of Contract - Name of Organization Contact Person - Telephone Number Value of Contract ... Year - Description of Contract ... Name of Organization Contact Person - Telephone Number Value of Contract ... Please provide detail as to bidder's financial responsibility, (banker, etc.), references, auditor's name and address, etc., - ... ... ... ... - ... .. Page 117 of 118 Tender CL2007-16 .. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE .. SCHEDULE (H) .. .. - - - - .. .. NOTICE OF "NO BID" CLOSING DATE IMPORTANT - PLEASE READ THIS It is important to the Municipality to receive a reply from all invited bidders. There is no obligation to submit a quotation/tender, however, should you choose not to bid, completion of this form will assist the Municipality in determining the type of goods or services you are interested in bidding on in the future. INSTRUCTIONS If you are unable, or do not wish to bid on this quotation/tender please complete the following portion of this form. State your reason for not bidding by checking yes or no in the applicable line or by explaining briefly in the space provided. It is not necessary to return any other quotation/tender documents. Just return this completed form in the enclosed quotation/tender envelope prior to the official closing time and date. Yes/No 1. 2. 3. 4. 5. 6. 7. 8. 9. We do not manufacture/supply this commodity We do not manufacture/supply to this specification Unable to quote competitively Cannot handle due to present plant loading Quantity/job too large Quantity/job too small Cannot meet delivery/completion requirements Agreements with distributors/dealers do not permit us to sell directly Licensing restrictions .. Other reasons or additional comments: .. .. - .. .. - .. Do ou wish to bid on these oods/services in the future? Yes/No For Municipality Use Only Do Not Write In This Space Company Name: Address: Telephone: Position: .. - .. .. .. ... .. ... ... .. ... ... - - - ... - - - Page 118 of 118 Tender CL2007-16 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE THE CONSTRUCTION OF THE SANITARY FORCEMAIN FOR THE NEWCASTLE COMMUNITY CENTRE SCHEDULE (I) FAX COVER PAGE QUESTIONS FOR CLARIFICATION To: Lou Ann Birkett, Purchasing Manager The Municipality Of Clarington Purchasing Office 40 Temperance Street Bowmanville, Ontario L 1 C 3A6 DATE: TIME: FAX NUMBER: (905) 623-3330 From: Company Name: Contact Name: Telephone: Fax: Reference to Section on Page Number of this Proposal. Question: Total Number of Pages including cover I r r I ( { l Standard Construction Document CCDC Unit Price Contract Project: [S [S D [S Canadian Construction Documents Committee 4 1982 ~~D~ The Canadian Construction Documents Committee is a joint committee composed of owners and representatives appointed by: The Association of Consulting Engineers of Canada The Canadian Construction Association Construction Specifications Canada The Royal Architectural Institute of Canada Committee policy and procedures are directed and approved by the constituent organizations. This document has been endorsed by each of the above organizations. Enquiries should be directed to: The Secretary Canadian Construction Documents Committee 400 - 75 Albert Street Ottawa, Ontario K1 P 5E7 Tel: (613) 236-9455 Fax: (613) 236-9526 www.ccdc.org CCDC Copyright 1982 Must not be copied in whole or in part without the written permission of the CCDC. CONTENTS AGREEMENTBE~EEN OWNER AND CONTRACTOR DEFINITIONS GENERAL CONDITIONS OF THE UNIT PRICE CONTRACT General Documents Additional Instructions Consultant Delays Owner's Right to Perform Work or Stop the Work or Terminate Contract Contractor's Right to Stop the Work Or Terminate Contract Disputes Assignment Other Contractors Subcontractors Changes Changes in the Work and Extra Work Valuation and Certification of Changes in the Work Payment Applications for Payment Certificates and Payments Governing Regulations Taxes and Duties Laws, Notices, Permits and Fees Patent Fees Workers' Compensation Insurance Insurance, Protection and Damages Indemnification Insurance Protection of Work and Property Damages and Mutual Responsibility Performance Protection Bonds Warranty Execution of the Work Contractor's Responsibilities and Control of the Work Superintendence Labour and Products Subsurface Conditions Use of the Work Cleanup and Final Cleaning of the Work Cutting and Remedial Work Inspection of the Work Rejected Work Shop Drawings Allowances Cash Allowances Contingency Allowance GCNO. 1 2 3 4 I I I' Ii I 5 I 6 7 8 9 10 I 11 I' 12 13 14 I 15 16 17 18 m - ,. '1:~ 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 .. ... ... ... ~~a~ Canadian construction documents committee ... ... 1982 EDITION OF THE UNIT PRICE CONTRACT - CCDC 4 .. Major revisions incorporated into the 1982 edition of Document 4 are found in GC 14 CERTIFICATES AND PAYMENTS, paragraphs GC 14.12, GC 14.13, and GC 14.14; GC 19 INDEMNIi-ICATION, and GC 20 INSURANCE, paragraph GC 20.1 (a). These revisions deal with: (1) changes to the wording of the Waiver Clause; (2) the limitation of liability for consequential damages, and (3) the extension of insurance coverage regarding completed operations. - ... ... This edition of the Unit Price Contract combines, in one version, the two previous versions: Common Law, and Civil Code. This has been achieved by identifying separately the Common Law and Civil Code requirements of the one clause that is different - GC 14.12 (c). .. In this edition the word "Engineer" has been replaced with the word "Consultant", which is defined as being an Architect or an Engineer. .. In the Committee's continuing effort to keep the wording of the standard documents clear and consistent, minor editorial changes have been made. These editorial changes do not change the in- tent of the document. ... .. .. - ... - June 1982 - J j ... .. ... I .. ... :i .. IlIII .. ... .. .. .. ... ... till .. .. .. .. r "I .. .. .. ~~a~ Canadian construction documents committee .. ADDENDUM .. .. CCDC DOCUMENT 21 - A GUIDE TO CONSTRUCTION INSURANCE .- - In the Standard Contracts GC 20.1Ia), specifying General Liability Insurance CCDC Form 101, allows the Contractor to maintain such coverage either in the form of a specific policy purchased for a pro- ject or under an annual policy covering all operations, including Completed Operations Liability coverage. - Because the 1982 edition of the CCDC Documents extends the obligation to maintain Completed Operations coverage to twenty-four (24) months and for a further period of four (41 years, users of the documents should be aware that specific policies are not generally available with a Completed Operations coverage duration beyond twenty-four (24) months. The obligation to main- tain uninterrupted coverage can thus be satisfied by four (4) successive annual policies issued by the insurer then writing Completed Operations Liability coverage for the Contractor. - .. Failure of the Contractor to provide the Completed Operations coverage during the six year period after the date of Total Performance of the Work would put him in breach of contract. .. .. .. .. - - June 1982 \... J - - - - - - - - - - - - - - ... .. ... - - - Standard Construction Document - CCDC 4 - 1982 DEFINITIONS The following Definitions shall apply to all Contract Documents. 1. The Contract The Contract Documents form the Contract. The Contract is the undertaking by the parties to perform their respective duties, responsibilities and obligations as prescribed in the Contract Documents and represents the entire agreement between the parties. The Contract supersedes all prior negotiations, representations or agreements, either written or oral, including the bidding documents. The Contract may be amended only as provided in the General Conditions of the Contract. 2. Contract Documents The Contract Documents consist of the executed Agreement between the Owner and Contractor, the General Conditions of the Contract, Supplementary Conditions, Definitions, specifications, drawings and such other documents as are listed in Article A-2 - CONTRACT DOCUMENTS including amendments thereto incorporated before the execution of the Contract and subsequent amendments thereto made pursuant to the provisions of the Contract and agreed upon between the parties. 3. Owner The Owner is the person, firm or corporation identified as such in the Agreement and is referred to throughout the Contract Documents as if singular in number and masculine in gender. The term Owner means the Owner or his authorized agent or representative as designated to the Contractor in writing but does not include the Consultant. 4. Consultant The Consultant is the person, firm or corporation identified as such in the Agreement, and is an Architect or Engineer licensed to practice in the province or territory of the Place of the Work, and is referred to throughout the Contract Documents as if singular in number and masculine in gender. 5. Contractor The Contractor is the person, firm or corporation identified as such in the Agreement and is referred to throughout the Contract Documents as if singular in number and masculine in gender. The term Contrac- tor means the Contractor or his authorized representative as designated to the Owner in writing. 6. Subcontractor A Subcontractor is a person, firm or corporation having a direct contract with the Contractor to perform a part or parts of the Work, or to supply products worked to a special design according to the Contract Documents, but does not include one who merely supplies products not so worked. The term Subcontrac- tor is referred to throughout the Contract Documents as if singular in number and masculine in gender. 7. The Project The Project means the total construction contemplated of which the Work may be the whole or a part. 8. The Work The Work means the total construction and related services required by the Contract Documents. 9. Products Products means material, machinery. equipment and fixtures forming the Work but does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work and normally referred to as construction machinery and equipment. 10. Other Contractor Other Contractor means a person, firm or corporation employed by or having a separate contract directly or indirectly with the Owner for work other than that required by the Contract Documents. CCDC 4 - 1982 File 00530 9 11. 12. Place of the Work The Place of the Work is the designated site or location of the Project of which the Work may be the whole or a part. - - Time (a) The Contract Time is the time stipulated in the Contract Documents for Substantial Performance of the Work. (b) The date of Substantial Performance of the Work is the date certified as such by the Consultant. (c) Day means the calendar day. (d) Working day means days other than Saturdays, Sundays and holidays which are observed by the construction industry in the area of the Place of the Work. .. .. 13. Substantial Performance of the Work Substantial Performance of the Work is as defined in the lien legislation applicable to the Place of the Work. If such legislation is not in force or does not contain such definition, Substantial Performance of the Work shall have been reached when the Work is ready for use or is being used for the purpose intended and is so certified by the Consultant. - .. 14. Total Performance of the'Work Total Performance of the Work means when the entire Work, except those items arising from the provi- sions of GC 24 - WARRANTY, has been performed to the requirements of the Contract Documents and is so certified by the Consultant. .. 16. Changes in the Work Changes in the Work means the deletion, extension, increase, decrease or alteration of lines, grades, dimensions, methods, drawings or materials of the Work or part thereof, within the scope of the Work contemplated by the Contract Documents. . . 16. Extra Work Extra Work means any work or service, the performance of which is beyond the scope of the Work contemplated by the Contract Documents. .. - III iii ., .. III .. iii 10 eeDe 4 - 1882 File 00630 .. - - Standard Construction Document - CCDC 4 -1982 - THE GENERAL CONDITIONS OF THE UNIT PRICE CONTRACT (Hereinafter referred to as the General Conditions.) - GC1 1.1 1.2 - 1.3 - 1.4 - 1.5 1.6 - - - - 1.7 - 1.8 - 1.9 - 1.10 - GC2 - 2.1 - 2.2 2.3 - DOCUMENTS The Contract Documents shall be signed in duplicate by the Owner and the Contractor. The Contract Documents are complementary, and what is required by anyone shall be as binding as if required by all. The intent of the Contract Documents is to include the labour, products and services necessary for the performance of the Work in accordance with these documents. It is not intended, however, that the Con- tractor shall supply products or perform work not consistent with, covered by or properly inferable from the Contract Documents. Words and abbreviations which have well known technical or trade meanings are used in the Contract Documents in accordance with such recognized meanings. References to the masculine or the singular shall be considered to include the feminine and the plural as the context requires. In the event of conflicts between Contract Documents the following shall apply: (a) figured dimensions shown on a drawing shall gO'Jern even though they may differ from dimensions scaled on the same drawing, (b) drawings of larger scale shall govern over those of smaller scale of the same date, (c) specifications shall govern over drawings, (d) the General Conditions shall govern over specifications, (e) Supplementary Conditions shall govern over the General Conditions, and (f) the executed Agreement between the Owner and Contractor shall govern over all documents. Notwithstanding the foregoing, documents of later date shall always govern. The Contractor shall be provided without charge with as many copies of the Contract Documents or parts thereof as are necessary for the performance of the Work. The Contractor shall keep one copy of current Contract Documents and shop drawings at the Place of the Work, in good order and available to the Consultant and his representatives. This requirement shall not be considered to include the executed set of Contract Documents. Drawings, specifications, models and copies thereof furnished by the Consultant are and shall remain his property with the exception of the signed contract sets belonging to each party to this Contract. Such documents and models are to be used only with respect to the Work and are not to be used on other work. Such documents and models are not to be copied or revised in any manner without the written authoriza- tion of the Consultant. Models furnished by the Contractor at the Owner's expense are the property of the Owner. ADDITIONAL INSTRUCTIONS During the progress of the Work the Consultant will furnish to the Contractor such additional instructions to supplement the Contract Documents as may be necessary for the performance of the Work. Such in- structions shall be consistent with the intent of the Contract Documents. Additional instructions may be in the form of specifications. drawings, samples, models or other written instructions. Additional instructions will be issued by the Consultant with reasonable promptness and in accordance with a schedule agreed upon for such instructions. - CCDC 4 - 1982 File 00720 11 GC3 CONSULTANT 3.1 The Consultant will provide administration of this Contract as described in the Contract Documents. 3.2 The Consultant will be the Owner's representative during construction and until completion of any correction of defects under the provisions of GC 24 - WARRANTY, paragraph 24.2, or until the issuance of the Certificate of Total Performance of the Work, whichever is later. The Owner's instructions to the Contractor shall be forwarded through the Consultant. The Consultant will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents, unless otherwise modified by written agreement in accordance with paragraph 3.13. 3.3 The Consultant will not be responsible for and will not have control or charge of construction means, methods, techniques, sequences or procedures, or for safety precautions and programs required for the Work in accordance with the applicable construction safety legislation, other regulations or general con- struction practice. The Consultant will not be responsible for or have control or charge over the acts or omissions of the Contractor, his Subcontractors, or their agents, employees or other persons performing allY of the Work. 3.4 The Consultant will visit the site at intervals appropriate to the progress of construction to familiarize himself with the progress and quality of the Work and to record the data necessary to establish the pay quantities under the Schedule of Contract Unit Prices. 3.5 Based on the Consultant's observations and his evaluation of the Contractor's applications for payment, the Consultant will determine the amounts owing to the Contractor under the Contract and will issue cer- tificates for payment in such amounts, as provided in Article A-4 - PAYMENT and GC 14 - CER- TIFICATES AND PAYMENTS. 3.6 The Consultant will be, in the first instance, the interpreter of the requirements of the Contract Documents and the judge of the performance thereunder by both parties to the Contract. Interpretations and decisions of the Consultant shall be consistent with the intent of the Contract Documents and in making his deci- sions he will not show partiality to either party. 3.7 Claims, disputes and other matters in question relating to the performance of the Work or the interpretation of the Contract Documents shall be referred initially to the Consultant in writing for decision which he will give in writing within a reasonable time. 3.8 The Consultant will have authority to reject work which in his opinion does not conform to the requirements of the Contract Documents. Whenever he considers it necessary or advisable he will have authority to require special inspection or testing of work whether or not such work be then fabricated, in- stalled or completed. However, neither the Consultant's authority to act nor any decision made by him either to exercise or not to exercise such authority shall give rise to any duty or responsibility of the Consul- tant to the Contractor, his Subcontractors, or their agents, employees or other persons performing any of the Work. 3.9 The Consultant will review and take appropriate action upon the Contractor's submittals such as shop drawings, product data, and samples, in accordance with the requirements of the Contract Documents. 3.10 The Consultant will prepare change orders in accordance with the requirements of GC 11 - CHANGES IN THE WORK AND EXTRA WORK. 3.11 The Consultant will conduct inspections to determine the date of Substantial Performance of the Work and Total Performance of the Work in accordance with the requirements of GC 14 - CERTIFICATES AND PAYMENTS. He will receive and review written warranties and related documents required by the Contract and provided by the Contractor and will forward such warranties and documents to the Owner for his acceptance. 3.12 If the Owner and the Consultant agree, the Consultant will provide at the site One or more project representatives to assist the Consultant in carrying out his responsibilities. The duties, responsibilities and limitations of authority of such project representatives shall be as set forth in writing to the Contractor but shall in any event provide for the timely recording of the data necessary to establish the pay quantities under the Schedule of Contract Unit Prices. 3.13 The duties, responsibilities and limitations of authority of the Consultant as set forth in the Contract Documents will not be modifie~ or extended without the written consent of the Owner, the Contractor and the Consultant. 3.14 In the event of the termination of the employment of the Consultant, the Owner shall immediately appoint a Consultant to whom the Contractor makes no reasonable objection and whose status under the Contract shell be thet of the former Consultant. 12 eeDe 4 - 1982 File 00720 .. .. ... .. .. ... III .. .. .. .. .. .. .. ... .. .. .. .. ... 3.15 ... .. GC4 4.1 - 4.2 - - 4.3 ... - 4.4 - 4.5 - 4.6 - - GC5 5.1 - 5.2 - 5.3 ... - 5.4 - - Nothing contained in the Contract Documents shall create any contractual relationship between the Consultant and the Contractor, his Subcontractors, his suppliers, or their agents, employees or other persons performing any of the Work. DELAYS If the Contractor is delayed in the performance of the Work by an act or omission of the Owner, Consultant, Other Contractor, or anyone employed or engaged by them directly or indirectly, contrary to the provisions of the Contract Documents, then the Contract Time shall be extended for such reasonable time as the Consultant may decide in consultation with the Contractor. The Contractor shall be reimbursed by the Owner for reasonable costs incurred by the Contractor as the result of such delay. If the Contractor is delayed in the performance of the Work by a stop work order issued by a court or other public authority and providing that such order was not issued as the result of an act or fault of the Contrac- tor or anyone employed or engaged by him directly or indirectly, then the Contract Time shall be extended for such reasonable time as the Consultant may decide in consultation with the Contractor. The Contrac- tor shall be reimbursed by the Owner for reasonable costs incurred by the Contractor as the result of such delay. If the Contractor is delayed in the performance of the Work by labour disputes, strikes, lock-outs (including lock-outs decreed or recommended for its members by a recognized contractors' association, of which the Contractor is a member or to which the Contractor is otherwise bound), fire, unusual delay by common carriers or unavoidable casualties or, without limit to any of the foregoing, by a cause beyond the Contractor's control, then the Contract Time shall be extended for such reasonable time as the Consultant may decide in consultation with the Contractor, but in no case shall the extension of time be less than the time lost as the result of the event causing the delay, unless such shorter extension be agreed to by the Contractor. The Contractor shall not be entitled to payment for costs incurred as the result of such delays unless such delays are as the result of actions by the Owner. No extension shall be made for delay unless written notice of claim is given to the Consultant not later than fourteen (14) days after the commencement of delay, providing however, that in the case of a continuing cause of delay only one notice of claim shall be necessary. If no schedule is made under GC 2 - ADDITIONAL INSTRUCTIONS, no claim for delay shall be allowed because of failure to furnish instructions until fourteen (14) days after a demand for such instructions has been made and not then unless such claim is reasonable. The Consultant will not, except by written notice to the Contractor, stop or delay the Work pending instructions or proposed changes in the Work. OWNER'S RIGHT TO PERFORM WORK OR STOP THE WORK OR TERMINATE CONTRACT If the Contractor should be adjudged bankrupt, or makes a general assignment for the benefit of creditors because of his insolvency or if a receiver is appointed because of his insolvency, the Owner may, without prejudice to any other right or remedy he may have, by giving the Contractor or receiver or trustee in bankruptcy written notice, terminate the Contract. If the Contractor should neglect to prosecute the Work properly or otherwise fails to comply with the requirements of the Contract to a substantial degree and if the Consultant has given a written statement to the Owner and Contractor that sufficient cause exists, the Owner may notify the Contractor in writing that he is in default of his contractual obligations and instruct him to correct the default in the five (5) working days immediately following the receipt of such notice. If the correction of the default cannot be completed in the five (5) working days specified, the Contractor shall be in compliance with the Owner's instructions if he: (a) commences the correction of the default within the specified time, and (b) provides the Owner with an acceptable schedule for such correction, and (c) completes the correction in accordance with such schedule. If the Contractor fails to correct the default in the time specified or subsequently agreed upon, the Owner, without prejudice to any other right or remedy he may have, may: (a) correct such default and deduct the cost thereof from any payment then or thereafter due the Con- tractor provided the Consultant has certified such cost to the Owner and the Contractor, or (b) terminate the Contractor's right to continue with the Work in whole or in part or terminate the Contract. - eeDe 4 - 1982 File 00720 13 5.5 5.6 5.7 GC 6 6.1 6.2 6.3 6.4 GC 7 7.1 .. If the Owner terminates the Contractor's right to continue with the Work under the conditions set out in this General Condition, he shall: (a) be entitled to take possession of the premises and products and utilize the construction machinery and equipment the whole subject to the rights of third parties, and finish the Work by whatever method he may consider expedient but without undue delay or expense, and (b) withhold further payments to the Contractor until the Work is finished, and (c) upon Total Performance of the Work, charge the Contractor the amount by which the full cost of finishing the Work as certified by the Consultant, including compensation to the Consultant for his additional services and a reasonable allowance as determined by the Consultant to cover the cost of corrections to work performed by the Contractor that may be required under GC 24 - WARRANTY, exceeds the unpaid balance of the Contract Price; however, if such cost of finishing the Work is less than the unpaid balance of the Contract Price, he shall pay the Contractor the difference, and (d) on expiry of the warranty period, charge the Contractor the amount by which the cost of corrections to his work under GC 24 - WARRANTY exceeds the allowance provided for such corrections, or if the cost of such corrections is less than the allowance, pay the Contractor the difference. If a performance bond has been provided by the Contractor the provisions of this General Condition shall be exercised in accordance with the conditions of such performance bond. The Contractor's obligation under the Contract as to quality, correction and warranty of the work performed by him up to the time of termination shall continue in force after such termination. .. ... .. .. .. .. CONTRACTOR'S RIGHT TO STOP THE WORK OR TERMINATE CONTRACT .. If the Owner should be adjudged bankrupt or makes a general assignment for the benefit of creditors because of his insolvency or if a receiver is appointed because of his insolvency, the Contractor may, without prejudice to any other right or remedy he may have, by giving the Owner or receiver or trustee in bankr"uptcy written notice, terminate the Contract. If the Work should be stopped or otherwise delayed for a period of thirty (30) days or more under an order of a court or other public authority and providing that such order was not issued as the result of an act or fault of the Contractor or of anyone directly or indirectly employed or engaged by him, the Contractor may, without prejudice to any other right or remedy he may have, by giving the Owner written notice, terminate the Contract. The Contractor may notify the Owner in writing, with a copy to the Consultant, that the Owner is in default of his contractual obligations if: (a) the Consultant fails to issue a certificate in accordance with the provisions of GC 14 - CER- TIFICATES AND PAYMENTS, or (b) the Owner fails to pay the Contractor when due the amounts certified by the Consultant or awarded by arbitration or court, or (c) the Owner violates the requirements of the Contract to a substantial degree and the Consultant con- firms by written statement to the Contractor that sufficient cause exists. The Contractor's written notice to the Owner shall advise that if the default is not corrected in the five (5) working days immediately following the receipt of the written notice the Contractor may, without pre- judice to any other right or remedy he may have, stop the Work or terminate the Contract. If the Contractor terminates the Contract under the conditions set out above, he shall be entitled to be paid for all work performed in accordance with the Schedule of Contract Unit Prices and for loss sustained upon products and construction machinery and equipment and such other damages as the Contractor may have sustained as a result of the termination of the Contract. .. .. .. .. .. .. .. .. DISPUTES Differences between the parties to the Contract as to the interpretation, application or administration of this Contract or any failure to agree where agreement between the parties is called for, herein collectively called disputes, which are not resolved in the first instance by decision of the Consultant pursuant to the provisions of GC 3 - CONSULTANT, paragraphs 3.6 and 3.7, shall be settled in accordance with the re- quirements of this General Condition. .. .. 14 eeDe 4 - 1982 File 00720 .. - - - - - 7.4 - 7.5 - 7.6 7.7 - - GC 8 8.1 - - GC 9 9.1 - 9.2 - - 9.3 - - - - - The claimant shall give written notice of such dispute to the other party no later than thirty (30) days after the receipt of the Consultant's decision given under GC 3 - CONSULTANT, paragraph 3.7. Such notice shall set forth particulars of the matters in dispute, the probable extent and value of the damage and the relevant provisions of the Contract Documents. The other party shall reply to such notice no later than fourteen (14) days after he receives or is considered to have received it, setting out in such reply his grounds and other relevant provisions of the Contract Documents. If the matter in dispute is not resolved promptly the Consultant will give such instructions as in his opinion are necessary for the proper performance of the Work and to prevent delays pending settlement of the dispute. The parties shall act immediately according to such instructions, it being understood that by so doing neither party will jeopardize any claim they may have. If 'it is subsequently determined that such instructions were in error or at variance with the Contract Documents, the Owner shall pay the Contractor costs incurred by the Contractor in carrying out such instructions which he was required to do beyond what the Contract Documents correctly understood and interpreted would have required him to do, including costs resulting from interruption of the Work. . It is agreed that no act by either party shall be construed as a renunciation or waiver of any of his rights or recourses, provided he has given the notices in accordance with paragraph 7.2 and has carried out the instructions as provided in paragraph 7.3. If the parties have agreed to submit disputes to arbitration pursuant to a Supplementary Condition to the Contract, or by subsequent agreement, then the dispute shall be submitted to arbitration in accordance with the provisions of the arbitration legislation of the Place of the Work. If no provision or agreement is made for arbitration then either party may submit the dispute to such judicial tribunal as the circumstances may require. In recognition of the obligation by the Contractor to perform the disputed work as provided in paragraph 7.3, it is agreed that settlement of dispute proceedings may be commenced immediately following the dispute in accordance with the aforegoing settlement of dispute procedures. ASSIGNMENT Neither party to the Contract shall assign the Contract or a portion thereof without the written consent of the other, which consent shall not be unreasonably withheld. 9.4 OTHER CONTRACTORS The Owner reserves the right to let separate contracts in connection with the Project of which the Work is a part, or do certain work by his own forces. When separate contracts are awarded for different parts of the Project, or work is performed by the Owner's own forces, the Owner shall: (a) provide for the co-ordination of the work of his own forces and of each separate contract with the Work of this Contract, and (b) ensure that insurance coverage is provided to the same requirements as are called for in GC 20 -INSURANCE. Such insurance shall be co-ordinated with the insurance coverage of this Contractor as it affects the Work of this Contract. The Contractor shall co-ordinate the Work of this Contract with the work of Other Contractors and connect as specified or shown in the Contract Documents. If there is a change in the scope of the work re- quired for the planning and performance of this co-ordination and connection, the changes shall be authorized in accordance with GC 11 - CHANGES IN THE WORK AND EXTRA WORK, and the value of the changes shall be determined in accordance with GC 12 - VALUATION AND CERTIFICATION OF CHANGES IN THE WORK. The Contractor shall report to the Consultant any apparent deficiencies in Other Contractors' work which would affect the Work of this Contract immediately they come to his attention and shall confirm such report in writing. Failure by the Contractor to so report shall invalidate any claims against the Own~r by reason of the deficiencies of Other Contractors' work except as to those of which he was not reasonably aware. The Owner shall take all reasonable precautions to avoid labour disputes or other disputes on the Project arising from the work of Other Contractors. 9.5 eeDe 4 - 1982 File 00720 15 GC10 SUBCONTRACTORS 10. 1 The Contractor agrees to preserve and protect the rights of the parties under the Contract with respect to work to be performed under subcontract and to: (a) enter into contracts or written agreements with his Subcontractors to require them to perform their work in accordance with and subject to the terms and conditions of the Contract Documents, and (b) be as fully responsible to the Owner for acts and omissions of his Subcontractors and of persons directly or indirectly employed by them as for acts and omissions of persons directly employed by him. The Contractor therefore agrees that he will incorporate the terms and conditions of the Contract Documents into all subcontract agreements he enters into with his Subcontractors. 10.2 The Contractor agrees to employ those Subcontractors proposed by him in writing and accepted by the Owner at the signing of the Contract. 10.3 The Owner may, for reasonable cause, object to the use of a proposed Subcontractor and require the Contractor to employ one of the other subcontract bidders. 10.4 In the event that the Owner requires a change from a proposed Subcontractor the Contract Price shall be adjusted by the difference in cost and mark-up occasioned by such required change. 10.5 The Contractor shall not be required to employ as a Subcontractor a person or firm to whom he may reasonably object. 10.6 The Consultant may, upon reasonable request and at his discretion, provide to a Subcontractor information as to the percentage or quantity of the Subcontractor's work which has been certified for payment. 10.7 Nothing contained in the Contract Documents shall create a contractual relationship between a Subcontractor and the Owner. GC 11 11.1 CHANGES IN THE WORK AND EXTRA WORK Changes in the Work: Except as provided in GC 12 - VALUATION AND CERTIFICATION OF CHANGES IN THE WORK, paragraph 12.4: (a) the Owner, through the Consultant, without invalidating the Contract, may make Changes in the Work with the Contract Price and Contract Time being adjusted accordingly by written order, and (b) no Changes in the Work shall be proceeded with without a written order signed by the Owner and no claim for a change in the Contract Price or change in the Contract Time shall be valid unless so ordered and at the same time valued or agreed to be valued as provided in GC 12 - VALUATION AND CERTIFICATION OF CHANGES IN THE WORK. 11.2 Extre Work: (a) The Owner may offer the Contractor Extra Work. If the terms and conditions for the performance of the Extra Work are agreed upon, the Owner, through the Consultant, shall issue a written change order amending the Contract Price and Contract Time as appropriate, or a written order to proceed until a price and change in time are agreed upon by the parties and a change order can be issued. GC 12 VALUATION AND CERTIFICATION OF CHANGES IN THE WORK 12.1 If the type of work involved in a Change in the Work is included in the items contained in the Schedule of Contract Unit Prices in Article A-3 - CONTRACT PRICE, paragraph (c), it shall be performed on the same payment basis as the original Work except as described in paragraphs 12.7 and 12.8, and the Contract Time shall be extended for such time as the Consultant may decide in consultation with the Contractor. 12.2 If the type of work involved in a Change in the Work is not included in the items contained in the Schedule of Contract Unit Prices in Article A-3 - CONTRACT PRICE, paragraph (c), or is such as to alter the nature or intent of the work included in this Schedule, the value of such change shall be determined in one or more of the following methods: (a) by estimate and a~ceptance in a lump sum; (b) by unit prices agreed upon; (c) by cost and a fixed or percentage fee; (d) by variation of the Contract Unit Prices. 16 eeDe 4 - 1982 Ale 0072D .. .. ... .. filii .. lit .. .. .. .. .. .. .. .. .. III III .. - 12.3 - 12.4 - - 12.5 - - 12.6 - 12.7 - 12.8 - - 12.9 - - 12.10 - GC13 13.1 13.2 - 13.3 - 13.4 - - GC 14 14.1 - When a Change in the Work covered by paragraph 12.2 is proposed or required the Contractor shall present to the Consultant for approval his claim for a change in the Contract Price and change in Contract Time with appropriate documentation in a form acceptable to the Consultant. The Consultant will satisfy himself as to the correctness of such claim and, when approved by the Owner, a change order shall be issued to the Contractor amending the Contract Price and Contract Time as appropriate. The value of work performed in the change shall be included for payment with the regular certificates for payment. In the case of Changes in the Work to be paid for under methods (b) and (c) of paragraph 12.2, the form of presentation of costs and methods of measurement shall be agreed to by the Consultant and Contractor before proceeding with the change. The Contractor shall keep accurate records, as agreed upon, of quantities or costs and present an account of the cost of the Change in the Work, together with vouchers where applicable. If the method of valuation, measurement, change in Contract Price and change in Contract Time cannot be promptly agreed upon, and the change is required to be proceeded with then the Consultant in the first instance will determine the method of valuation, measurement and the change in Contract Price and Contract Time subject to final determination in the manner set out in GC 7 - DISPUTES. In this case the Consultant will, with the consent of the Owner, issue a written authorization for the change setting out the method of valuation and if by lump sum his valuation of the change in Contract Price and Contract Time. In the case of a dispute in the valuation of a change authorized in the Work and pending final determination of such value, the Consultant will certify the value of work performed in accordance with his own evaluation of the change and include the amount with the regular certificates for payment. The Contractor shall keep accurate records of quantities and cost of such work. Should the actual quantity of an item in the Schedule of Contract Unit Prices referred to in Article A-3 - CONTRACT PRICE, paragraph (c), vary by more than 15% of the estimated quantity, either the Owner or the Contractor may request a revision to the Contract Unit Price contained in the Schedule. Such a re- quest for a revision in a Contract Unit Price shall be given as soon as reasonably possible after the party concerned becomes aware of the circumstances. If a revision to a Contract Unit Price is negotiated, then: (a) the revised unit price in the case of a decrease of more than 15% of the estimated quantity will apply to the actual work performed for that item, and (bl the revised unit price in the case of an increase of more than 15% of the estimated quantity will apply to the excess quantity of work for that item only. If either party requests renegotiation of a Contract Unit Price, both parties agree to act promptly in order to arrive at an equitable revision of the Contract Unit Price prior to proceeding with the work so affected. If agreement of such renegotiation cannot be reached, the Contractor shall proceed with the work and the matter shall be subject to final determination in the manner set out in GC 7 - DISPUTES. Pending such settlement, payment for the work performed shall be made on the regular certificates for payment on the basis of the Contract Unit Prices. It is intended in all matters referred to above that the Owner, the Consultant and Contractor shall act promptly. APPLICATIONS FOR PAYMENT Applications for payment on account may be made monthly as the Work progresses. Applications for payment shall be dated the last day of the agreed monthly payment period and the amount claimed shall be for the value of work performed and products delivered to the Place of the Work at that date. Applications for payment for products delivered to the Place of the Work but not yet incorporated into the Work shall be supported by such evidence as the Consultant may reasonably require to establish the value and delivery of the products. Applications for release of holdback monies following Substantial Performance of the Work and the application for final payment shall be made at the time and in the manner set forth in GC 14 - CERTIFICATES AND PAYMENTS. CERTIFICATES AND PAYMENTS The Consultant will, no later than ten (10) days after the receipt of an application for payment from the Contractor submitted in accordance with GC 13 - APPLICATIONS FOR PAYMENT. issue a certificate for payment in the amount applied for or in such other amount as he determines to be properly due. If the Consultant amends the application, he will promptly notify the Contractor in writing giving his reasons for the amendment. - eeDe 4 - 1982 File 00720 17 14.2 The Owner shall make payment to the Contractor on account in accordance with the provisions of Article A-4 - PAYMENT no later than fifteen (15) days after the issuance of a certificate for payment by the Con- sultant. 14.3 The Consultant will, no later than ten (10) days after the receipt of an application from the Contractor for a certificate of Substantial Performance of the Work, make an inspection and assessment of the Work to verify the validity of the application. The Consultant will, no later than seven (7) days after his inspection, notify the Contractor of his approval or the reasons for his disapproval of the application. When the Con- sultant finds that Substantial Performance of the Work has been reached he will issue such a certificate. The date of Substantial Performance of the Work shall be as stated in this certificate. Immediately follow- ing the issuance of the certificate of Substantial Performance of the Work, the Consultant. in consultation with the Contractor, will establish a reasonable date for the Total Performance of the Work. 14.4 Immediately following the issuance of the certificate of Substantial Performance of the Work the Consultant will issue a certificate for payment of holdback monies. The holdback monies authorized by this certificate shall become due and payable on the day following the expiration of the statutory limitation period stipulated in the lien legislation applicable to the Place of the Work or where such legislation does not exist or apply in accordance with such other legislation, industry practice or such other provisions which may be agreed to between the parties, providing that the Owner may retain out of such holdback monies any sums required by law to satisfy any liens against the Work or other monetary claims against the Contractor and enforceable against the Owner and that the Contractor has submitted to the Owner a sworn statement that all accounts for labour, subcontracts, products, construction machinery and equip- ment and other indebtedness which may have been incurred by the Contractor in the Substantial Performance of the Work and for which the Owner might in any way be held responsible have been paid in full except holdback monies properly retained. 14.5 Where legislation permits and where, upon application by the Contractor, the Consultant has certified that the work of a Subcontractor has been totally performed to his satisfaction prior to the Substantial Per- formance of the Work, the Owner shall pay the Contractor the holdback retained for such Subcontractor on the day following the expiration of the statutory limitation period for such Subcontractor stipulated in the lien legislation applicable to the Place of the Work. 14.6 Notwithstanding the provisions of paragraph 14.5 and notwithstanding the wording of such certificates the Contractor shall ensure that such work is protected pending the Total Performance of the Work and be responsible for the correction of defects in it regardless of whether or not they were apparent when such certificates were issued. 14.7 The Consultant will, no later than ten (10) days after the receipt of an application from the Contractor for payment upon Total Performance of the Work, make an inspection and assessment of the Work to verify the validity of the application. The Consultant will, no later than seven (7) days after his inspection, notify the Contractor of his approval or the reasons for his disapproval of the application. When the Consultant finds that Total Performance of the Work has been reached he will issue a certificate of Total Performance of the Work and certify for payment the remaining monies due to the Contractor under the Contract less holdback monies which are required to be retained. The date of Total Performance of the Work shall be as stated in this certificate. Subject to the provisions of GC 18 - WORKERS' COMPENSATION INSURANCE, paragraph 18.1 the Owner shall, no later than fifteen (15) days after the issuance of such certificate, make payment to the Contractor in accordance with the provisions of Article A-4 - PAY- MENT. 14.8 The release of the remaining holdback monies shall become due and payable on the day following the expiration of the statutory limitation period stipulated in the lien legislation applicable to the Place of the Work, or where such legislation does not exist or apply in accordance with such other legislation, industry practice or such other provisions which may be agreed to between the parties, providing that the Owner may retain out of such holdback monies any sums required by law to satisfy any liens against the Work or other monetary claims against the Contractor and enforceable against the Owner and that the Contractor has submitted to the Owner a sworn statement that all accounts for labour, subcontracts, products, construction machinery and equipment and other indebtedness which may have been incurred by the Contractor in the Total Performance of the Work and for which the Owner might in any way be held responsible have been paid in full except holdback monies properly retained. 14.9 If because of climatic or other conditions reasonably beyond the control of the Contractor there are items of work that cannot be performed, payment in full for work which has been performed as certified by the Consultant shall not be withheld or delayed by the Owner on account thereof, but the Owner may withhold until the remaining work is finished only such monies as the Consultant determines are sufficient and reasonable to cover the cost of performing such remaining work and to adequately protect the Owner from claims. 18 eeDe 4 - 1982 File 00720 .. .. .. .. .. .. III .. .. .. .. .. .. .. .. .. .. .. .. - - - - - - - - - - - 14.10 No payment made by the Owner under this Contract or partial or entire use or occupancy of the Work by the Owner shall constitute an acceptance of work or products which are not in accordance with the re- quirements of the Contract Documents. 14.11 All certificates issued by the Consultant shall be to the best of his knowledge, information and belief. By issuing any certificate the Consultant does not guarantee the correctness or completeness of the Work. 14.12 As of the date of Total Performance of the Work, as set out in the certificate of Total Performance of the Work, the Owner expressly waives and releases the Contractor from all claims against the Contractor including without limitation those that might arise from the negligence or breach of contract by the Contractor except one or more of the following: (a) those made in writing prior to the date of Total Performance of the Work and still unsettled; (b) those arising from the provisions of GC 19 - INDEMNIFICATION or GC 24 - WARRANTY; In the Common Law provinces GC 14. 12(c) shall read as follows: (c) those made in writing within a period of six years from the date of Substantial Performance of the Work, as set out in the certificate of Substantial Performance of the Work, or within such shorter period as may be prescribed by any limitation statute of the province or territory of the Place of the Work and arising from any liability of the Contractor for damages resulting from his performance of the Contract with respect to substantial defects or deficiencies in the Work for which the Contractor is proven responsible. As used herein "substantial defects or deficiencies" means those defects or deficiencies in the Work which affect the Work to such an extent or in such manner that a significant part or the whole of the Work is unfit for the purpose intended by the Contract Documents. In the Province of Quebec GC 14. 12(c) shall read as follows: (c) those arising under the provisions of Article 1688 of the Civil Code. 14.13 As of the date of Total Performance of the Work, as set out in the certificate of Total Performance of the Work, the Contractor expressly waives and releases the Owner from all claims against the Owner including without limitation those that might arise from the negligence or breach of contract by the Owner except those made in writing prior to the Contractor's application for payment upon Total Performance of the Work and still unsettled. 14.14 Notwithstanding GC 1 - DOCUMENTS, paragraph 1.6, in the event of conflict between the provisions of this General Condition and Article A-5 - RIGHTS AND REMEDIES paragraph (a) or GC 22 - DAMAGES AND MUTUAL RESPONSIBILITY, the provisions of this General Condition shall govern. - GC15 15.1 - 15.2 15.3 - - - - - - GC16 16.1 16.2 16.3 TAXES AND DUTIES Unless otherwise stated in Supplementary Conditions the Contractor shall pay the government sales taxes, customs duties and excise taxes with respect to the Contract. Where an exemption or recovery of government sales taxes, customs duties or excise taxes is applicable to the Contract, the procedure shall be as established in the Supplementary Conditions. Any increase or decrease in costs to the Contractor due to changes in such taxes and duties after the date of the tender shall increase or decrease the Contract Price accordingly. LAWS, NOTICES, PERMITS AND FEES The laws of the Place of the Work shall govern the Work. The Contractor shall obtain the permits, licences and certificates and pay the fees required for the performance of the Work which are in force at the date of tender closing, but this shall not include the obtaining of permanent easements or rights of servitude. The Contractor shall give the required notices and comply with the laws, ordinances, rules, regulations, codes and orders of the authorities having jurisdiction which are or become in force during the performance of the Work and which relate to the Work, to the preservation of the public health, and to construction safety. eeDe 4 - 1982 File 00720 19 16.4 The Contractor shall not be responsible for verifying that the Contract Documents are in compliance with the applicable laws, ordinances, rules, regulations and codes relating to the Work. If the Contract Documents are at variance therewith, or changes which require modification to the Contract Documents are made to the laws, ordinances, rules, regulations and codes by the authorities having jurisdiction subse- quent to the date of tender closing, the Contractor shall notify the Consultant in writing requesting direc- tion immediately such variance or change becomes known to him. The Consultant will make the changes required to the Contract Documents in accordance with GC 11 - CHANGES IN THE WORK AND EXTRA WORK and the value of the changes shall be determined in accordance with GC 12 - VALUA- TION AND CERTIFICATION OF CHANGES IN THE WORK. 16.5 If the Contractor fails to notify the Consultant in writing and obtain his direction as required in paragraph 16.4 and performs work knowing it to be contrary to any laws, ordinances, rules, regulations, codes and orders of the authorities having jurisdiction, the Contractor shall be responsible for and shall correct the violations thereof and shall bear the costs, expense and damages attributable to his failure to comply with the provisions of such laws, ordinances, rules, regulations, codes and orders. GC 17 PATENT FEES 17.1 The Contractor shall pay the royalties and patent licence fees required for the performance of the Contract. He shall hold the Owner harmless from and against claims, demands, losses, costs, damages, actions, suits, or proceedings arising out of the Contractor's performance of the Contract which are attributable to an infringement or an alleged infringement of a patent of invention by the Contractor or anyone for whose acts he may be liable. 17.2 The Owner shall hold the Contractor harmless against claims, demands, losses, costs, damages, actions, suits, or proceedings arising out of the Contractor's performance of the Contract which are attributable to an infringement or an alleged infringement of a patent of invention in executing anything for the purpose of the Contract, the model, plan or design of which was supplied to the Contractor as part of the Contract Documents. GC 18 WORKERS' COMPENSATION INSURANCE 18.1 Prior to commencing the Work and prior to receiving payment on Substantial and Total Performance of the Work, the Contractor shall provide evidence of compliance with the requirements of the province or territory of the Place of the Work with respect to workers' compensation insurance including payments due thereunder. 18.2 At any time during the term of the Contract, when requested by the Owner, the Contractor shall provide such evidence of compliance by himself and his Subcontractors. GC19 INDEMNIFICATION 19.1 The Contractor shall indemnify and hold harmless the Owner and the Consultant, their agents and employees from and against claims, demands, losses, costs, damages, actions, suits or proceedings by third parties that arise out of, or are attributable to, the Contractor's performance of the Contract (hereinafter called "claims"), provided such claims are: (a) attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible pro- perty,and (b) caused by negligent acts or omissions of the Contractor or anyone for whose acts he may be liable, and (c) made in writing within a period of six years from the date of Substantial Performance of the Work, as set out in the certificate of Substantial Performance of the Work, or within such shorter period as may be prescribed by any limitation statute of the province or territory of the Place of the Work. The Owner expressly waives the right to indemnity for claims other than those stated above. 19.2 The obligation of the Contractor to indemnify hereunder shall be limited to one million dollars per occurrence from the commencement of the Work until Substantial Performance of the Work and thereafter to an aggregate limit of one million dollars. 19.3 The Owner shall indemnify al"!d hold harmless the Contractor, his agents and employees from and against claims, demands, losses, costs, damages, actions, suits, or proceedings arising out of the Contractor's performance of the Contract which are attributable to a lack of or defect in title or an alleged lack of or defect in title to the Place of the Work. 19.4 Notwithstanding GC 1 - DOCUMENTS paragraph 1.6, in the event of conflict between the provisions of this General Condition and Article A-5 - RIGHTS AND REMEDIES paragraph (a) or GC 22 - DAMAGES AND MUTUAL RESPONSIBILITY, the provisions of this General Condition shall govern. 20 CCDe 4 - 1982 File 0lJ72D .. .. lIIli .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. - - - - - - - - - - - - - - - - - - - GC 20 INSURANCE 20.1 Without restricting the generality of GC 19 - INDEMNIFICATION, the Contractor shall provide, maintain and pay for the insurance coverages listed in this General Condition unless otherwise stipulated: (a) General Liability Insurance: General liability insurance shall be in the joint names of the Contractor, the Owner, and the Consultant with limits of not less than one million dollars inclusive per occurrence for bodily injury, death, and damage to property including loss of use thereof, with a property damage deductible of five hundred dollars. The form of this insurance shall be the latest edition of CCDC Form 101 and shall be main- tained continuously from commencement of the Work until twelve (12) months following the date of Substantial Performance of the Work, as set out in the certificate of Substantial Performance of the Work, or until the certificate of Total Performance of the Work is issued, whichever is the later, and with respect to completed operations coverage for a period of not less than twenty-four (24) months from the date of Total Performance of the Work, as set out in the certificate of Total Performance of Work, and thereafter to be maintained for a further period of four (4) years. Should the Contractor decide not to employ Subcontractors for operations requiring the use of explosives for blasting, or pile driving or caisson work, or removal or weakening of support of property, building or land; CCDC Form 101 as required shall include Endorsement CCDC Form 101-2. (b) Automobile Liability Insurance: Automobile liability insurance in respect of licensed vehicles shall have limits of not less than one million dollars inclusive per occurrence for bodily injury, death, and damage to property, in the follow- ing forms endorsed to provide the Owner with not less than fifteen (15) days written notice in advance of any cancellation, change or amendment restricting coverage: (1) Standard non-owned automobile policy including standard contractual liability endorsement. (2) Standard owner's form automobile policy providing third party liability and accident benefits insurance and covering licensed vehicles owned or operated by or on behalf of the Contractor. (c) Aircraft and Watercraft Liability Insurance: Aircraft and watercraft liability insurance with respect to owned or non-owned aircraft and watercraft if used directly or indirectly in the performance of the Work, including use of additional premises, shall be subject to limits of not less than one million dollars inclusive per occurrence for bodily injury, death, and damage to property including loss of use thereof and limits of not less than one million dollars for aircraft passenger hazard. Such insurance shall be in a form acceptable to the Owner. The policies shall be endorsed to provide the Owner with not less than fifteen (15) days written notice in advance of cancellation, change or amendment restricting coverage. (d) Property and Boiler Insurance: (1) All risks property insurance shall be in the joint names of the Contractor, the Owner and the Con- sultant, insuring not less than the sum of the amount of the Estimated Contract Price and the full value, as stated in the Supplementary Conditions, of products that are specified to be provided by the Owner for incorporation into the Work, with a deductible not exceeding one percent of the amount insured at the site of the Work. The form of this insurance shall be the latest edition of CCDC Form 201 and shall be maintained continuously until ten (10) days after the date of Total Performance of the Work, as set out in the certificate of Total Performance of the Work. (2) Boiler insurance insuring the interests of the Contractor, the Owner and the Consultant for not less than the replacement value of boilers and pressure vessels forming part of the Work. The form of this insurance shall be the latest edition of CCDC Form 301 and shall be maintained con- tinuously from commencement of use or operation of the property insured and until ten (10) days after the date of Total Performance of the Work, as set out in the certificate of Total Performance of the Work. (3) Should the Owner wish to use or occupy part or all of the Work he shall give thirty (30) days writ- ten notice to the Contractor of the intended purpose and extent of such use or occupancy. Prior to such use or occupancy the Contractor shall notify the Owner in writing of the additional premium cost, if any, to maintain property and boiler insurance, which shall be at the Owner's expense. If because of such use or occupancy the Contractor is unable to provide coverage, the Owner upon written notice from the Contractor and prior to such use or occupancy shall provide, maintain and pay for property and boiler insurance insuring the full value of the Work, as in subparagraphs (1) and (2), in CCDC Forms 201 and 301, including coverage for such use or occupancy and shall provide the Contractor with proof of such insurance. The Contractor shall refund to the Owner the unearned premiums applicable to the Contractor's polices upon termina- tion of coverage. eeDe 4 - 1982 File 00720 21 (4) The policies shall provide that, in the event of a loss or damage, payment shall be made to the Owner and the Contractor as their respective interests may appear. The Contractor shall act on behalf of the Owner and himself for the purpose of adjusting the amount of such loss or damage payment with the Insurers. When the extent of the loss or damage is determined the Contractor shall proceed to restore the Work. Loss or damage shall not affect the rights and obligations of either party under the Contract except that the Contractor shall be entitled to such reasonable extension of Contract Time relative to the extent of the loss or damage as the Consultant may decide in consultation with the Contractor. (5) Payment for loss or damage: The Contractor shall be entitled to receive from the Owner, in addition to the amount due under the Contract, the amount at which the Owner's interest in restoration of the Work has been appraised, such amount to be paid as the restoration of the Work proceeds and in accordance with the requirements of GC 13 - APPLICATIONS FOR PAYMENT and GC 14 - CER- TIFICATES AND PAYMENTS. In addition the Contractor shall be entitled to receive from the; payments made by the Insurer the amount of the Contractor's interest in the restoration of the Work. (6) The Contractor shall be responsible for deductible amounts under the policies except where such amounts may be excluded from the Contractor's responsibility by the terms of GC 21 - PROTECTION OF WORK AND PROPERTY and GC 22 - DAMAGES AND MUTUAL RESPONSIBILITY. (7) In the event of loss or damage to the Work arising from the work or act of an Other Contractor, the Owner, in accordance with his obligations under GC 9 - OTHER CONTRACTORS, paragraph 9.2, shall pay the Contractor the cost of restoring the Work as the restoration of the Work proceeds and in accordance with the requirements of GC 13 - APPLICATIONS FOR PAY- MENT and GC 14 - CERTIFICATES AND PAYMENTS. 20.2 (e) Contractors' Equipment Insurance: All risks contractors' equipment insurance covering construction machinery and equipment used by the Contractor for the performance of the Work, including boiler insurance on temporary boilers and pressure vessels, shall be in a form acceptable to the Owner and shall not allow subrogation claims by the Insurer against the Owner. The policies shall be endorsed to provide the Owner with not less than fifteen (15) days written notice in advance of cancellation, change or amendment restricting coverage. Subject to satisfactory proof of financial capability by the Contractor for self-insurance of his equipment, the Owner agrees to waive the equipment insurance requirement. Unless specified otherwise the duration of each insurance policy shall be from the date of commencement of the Work until the date of Total Performance of the Work, as set out in the certificate of Total Performance of the Work. The Contractor shall provide the Owner with proof of insurance prior to commencement of the Work and shall promptly provide the Owner with a certified true copy of each insurance policy exclusive of informa- tion pertaining to premium or premium bases used by the Insurer to determine the cost of the insurance. If the Contractor fails to provide or maintain insurance as required in this General Condition or elsewhere in the Contract Documents, then the Owner shall have the right to provide and maintain such insurance and give evidence thereof to the Contractor and the Consultant. The cost thereof shall be payable by the Con- tractor to the Owner on demand or the Owner may deduct the costs thereof from monies which are due or may become due to the Contractor. 20.3 20.4 GC 21 PROTECTION OF WORK AND PROPERTY 21.1 The Contractor shall protect the Work and the Owner's property and property adjacent to the Place of the Work from damage and shall be responsible for damage which may arise as the result of his operations under the Contract except damage which occurs as the result of: (a) errors in the Contract Documents; (b) acts or omissions by the Owner, the Consultant, Other Contractors, their agents and employees. 21.2 Should the Contractor in the performance of this Contract damage the Work, the Owner's property or property adjacent to the Place of the Work, the Contractor shall be responsible for the making good of such damage at his expense. 21.3 Should damage occur to the Work or Owner's property for which the Contractor is not responsible as provided in paragraph 21.1 he shall make good such damage to the Work and if the Owner so directs to the Owner's property and the Contract Price and Contract Time shall be adjusted in accordance with GC 11 - CHANGES IN THE WORK AND EXTRA WORK and the value of the changes shall be determined in accordance with GC 12 -VALUATION AND CERTIFICATION OF CHANGES IN THE WORK. 22 eeDe 4 - 1982 File 00720 III III III III III III III .. .. .. .. III .. III .. .. III .. .. GC 25 CONTRACTOR'S RESPONSIBILITIES AND CONTROL OF THE WORK 25.1 The Contractor shall have complete control of the Work and shall effectively direct and supervise the Work so as to ensure conformance with the Contract Documents. He shall be solely responsible for construction means, methods, techniques, sequences and procedures and for co-ordinating the various parts of the Work under the Contract. 25.2 The Contractor shall be solely responsible for construction safety at the Place of the Work and for compliance with the rules, regulations and practices required by the applicable construction safety legisla- tion. 25.3 The Contractor shall have the sole responsibility for the design, erection, operation, maintenance and removal of temporary structural and other temporary facilities and the design and execution of construc- tion methods required in their use. The Contractor shall engage and pay for registered professional engineering personnel skilled in the appropriate disciplines to perform these functions where required by law or by the Contract Documents and in all cases where such temporary facilities and their method of construction are of such a nature that professional engineering skill is required to produce safe and satisfactory results. 25.4 Notwithstanding the provisions of paragraphs 25.1 and 25.3, or provisions to the contrary elsewhere in the Contract Documents where such Contract Documents include designs for temporary structural and other temporary facilities or specify a method of construction in whole or in part, such facilities and methods shall be considered to be part of the design of the Work and the Contractor shall not be held responsible for that part of the design or the specified method of construction. The Contractor shall, however, be responsible for the execution of such design or specified method of construction in the same manner that he is responsible for the execution of the Work. - GC22 22.1 - 22.2 - 22.3 - - 22.4 - GC23 - 23.1 23.2 - GC24 - 24.1 24.2 - 24.3 - 24.4 - - - - - - - DAMAGES AND MUTUAL RESPONSIBiliTY If either party to this Contract should suffer damage in any manner because of any wrongful act or neglect of the other party or of anyone for whom he is responsible in law, then he shall be reimbursed by the other party for such damage. The party reimbursing the other party shall be subrogated to the rights of the other party in respect of such wrongful act or neglect if it be that of a third party. Claims under this General Condition shall be made in writing to the party liable within reasonable time after the first observance of such damage and may be adjusted by agreement or in the manner set out in GC 7 - DISPUTES. If the Contractor has caused damage to an Other Contractor on the Work, the Contractor agrees upon due notice to settle with such Other Contractor by agreement or arbitration, if he will so settle. If such Other Contractor sues the Owner on account of dCjlmage alleged to have been so sustained, the Owner shall notify the Contractor and may require the Contractor to defend the action at the Contractor's expense. If a final order or judgment against the Owner arises therefrom the Contractor shall payor satisfy it and pay the costs incurred by the Owner. If the Contractor becomes liable to payor satisfy a final order, judgment or award against the Owner then the Contractor, upon undertaking to indemnify the Owner against any and all liability for costs, shall have the right to appeal in the name of the Owner such final order or judgment to any and all courts of compe- tent jurisdiction. BONDS The Contractor shall promptly provide to the Owner the surety bonds called for in the tender documents. Such bonds shall be issued by a duly licensed surety company authorized to transact a business of suretyship in the province or territory of the Place of the Work and shall be maintained in good standing until the fulfillment of the Contract. The form of such bonds shall be in accordance with the latest edition of the CCDC approved bond forms. WARRANTY The Contractor shall be responsible for the proper performance of the Work only to the extent that the design and specifications permit such performance. Subject to paragraph 24.1 the Contractor agrees to correct promptly, at his own expense, defects or deficiencies in the Work which appear prior to and during the period of one year from the date of Substan- tial Performance of the Work, as set out in the certificate of Substantial Performance of the Work, or such longer periods as may be specified for certain products or work. During the period provided in GC 3 - CONSULTANT, paragraph 3.2, the Consultant shall promptly give the Contractor written notice of observed defects and deficiencies. The Contractor agrees to correct or pay for damage resulting from corrections made under the requirements of paragraph 24.2. - eeDe 4 - 1982 File 00720 23 25.5 The Contractor shall review the Contract Documents and shall promptly report to the Consultant any error, inconsistency or omission he may discover. Such review by the Contractor shall be to the best of his knowledge, information and belief and in making such review the Contractor does not assume any respon- sibility to the Owner or the Consultant for the accuracy of the review. The Contractor shall not be liable for damage or costs resulting from such errors, inconsistencies or omissions in the Contract Documents which he did not discover. If the Contractor does discover any error, inconsistency or omission in the Contract Documents he shall not proceed with the work affected until he has received corrected or mis- sing information from the Consultant. The Contractor shall prepare and update as required a construction schedule indicating the timing of the major activities of the Work. The schedule shall be designed to ensure conformance with the required Contract Time. The schedule shall be submitted to the Owner and the Consultant for their information within a reasonable time from the date of Contract award. The Contractor shall monitor the progress of the Work relative to the schedule and advise the Consultant of any revisions required as the result of delays as provided in GC 4 - DELAYS, indicating the results expected from the resultant change in schedule. 25.6 GC 26 SUPERINTENDENCE 26.1 The Contractor shall employ a competent supervisor and necessary assistants who shall be in attendance at the Place of the Work while work is being performed. 26.2 The supervisor shall be satisfactory to the Consultant and shall not be changed except for good reason and only then atter consultation with the Consultant. 26.3 The supervisor shall represent the Contractor at the Place of the Work and instructions given to him by the Consultant shall be held to have been given to the Contractor. Important instructions shall be confirmed to the Contractor in writing;' other instructions shall be so confirmed if requested. GC 2:1 LABOUR AND PRODUCTS 27.1 Unless otherwise stipulated elsewhere in the Contract Documents, the Contractor shall provide and pay for labour, products, tools, construction machinery and equipment, water, heat, light, power, transporta- tion and other facilities and services necessary for the performance of the Work in accordance with the Contract. 27.2 Products provided shall be new unless otherwise specified in the Contract Documents. Products which are not specified shall be of a quality best suited to the purpose required and their use subject to the approval of the Consultant. 27.3 The Contractor shall maintain good order and discipline among his employees engaged on the Work and shall not employ on the Work anyone not skilled in the task assigned to him. GC 28 SUBSURFACE CONDITIONS 28.1 The Contractor shall promptly notify the Consultant in writing if in his opinion the subsurface conditions at the Place of the Work differ materially from those indicated in the Contract Documents, or a reasonable assumption of probable conditions based thereon. 28.2 After prompt investigation, should the Consultant determine that conditions do differ materially, he will issue appropriate instructions for changes in the Work in accordance with GC 11 - CHANGES IN THE WORK AND EXTRA WORK, and the value of the changes shall be determined in accordance with GC 12 -VALUATION AND CERTIFICATION OF CHANGES IN THE WORK. GC29 USE OF THE WORK 29.1 The Contractor shall confine his apparatus, the storage of products, and the operations of his employees to limits indicated by laws, ordinances, permits or the Contract Documents and shall not unreasonably encumber the premises with his products. 29.2 The Contractor shall not load or permit to be loaded any part of the Work with a weight or force that will endanger the safety of the Work. 24 eeDe 4 - 1982 File 00720 .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. - GC30 30.1 - 30.2 - 30.3 - CLEANUP AND FINAL CLEANING OF THE WORK The Contractor shall maintain the Work in a tidy condition and free from the accumulation of waste products and debris, other than that caused by the Owner, Other Contractors or their employees. Upon attaining .Substant~al Performan?e of the Work, the Contractor shall remove his surplus products, tools, construction machinery and eqUipment not required for the performance of the remaining work. He shall also remove waste products and debris other than that caused by the Owner, Other Contractors or their employees, and leave the Work clean and suitable for occupancy by the Owner unless otherwise specified. Total Performance of the Work shall not be attained until the Contractor has removed his surplus products, tools, construction machinery and equipment. He shall also have removed waste products and debris, other than that caused by the Owner, Other Contractors or their employees. - GC 31 CUTTING AND REMEDIAL WORK 31.1 - 31.2 31.3 - 31.4 - GC32 32.1 - 32.2 - - 32.3 - 32.4 - - 32.5 - GC33 33.1 - 33.2 - 33.3 - The Contractor shall do the cutting and remedial work required to make the several parts of the Work come together properly. The Contractor shall co-ordinate the Work to ensure that this requirement is kept to a minimum. Should the Owner, the Consultant, Other Contractors or anyone employed by them be responsible for ill-timed work necessitating cutting or remedial work to be performed, the cost of such cutting or remedial work shall be valued as provided in GC 12 - VALUATION AND CERTIFICATION OF CHANGES IN THE WORK. Cutting and remedial w6rk shall be performed by specialists familiar with the materials affected and shall be performed in a manner to neither damage nor endanger the Work. INSPECTION OF THE WORK The Owner and the Consultant or their authorized agents or representatives shall at all times have access to the Work. If parts of the Work are in preparation at locations other than the Place of the Work, the Owner and the Consultant or their authorized agents or representatives shall be given access to such work whenever it is in progress. If work is designated for spe<;:ial tests, inspections or approvals in the Contract Documents, or by the Consultant's instructions, or the laws or ordinances of the Place of the Work, the Contractor shall give the Consultant timely notice requesting inspection. Inspection by the Consultant shall be made promptly. The Contractor shall arrange for inspections by other authorities and shall give the Consultant timely notice of the date and time. If the Contractor covers or permits to be covered work that has been designated for special tests, inspections or approvals before such special tests, inspections or approvals are made, given or completed, he shall, if so directed, uncover such work, have the inspections or tests satisfactorily completed and make good such work at his own expense. The Consultant may order any part or parts of the Work to be specially examined should he believe that such work is not in accordance with the requirements of the Contract Documents. If, upon examination such work be found not in accordance with the requirements of the Contract Documents, the Contractor shall correct such work and pay the cost of examination and correction. If such work be found in accordance with the requirements of the Contract Documents, the Owner shall pay the cost of examina- tion and replacement. The Contractor shall furnish promptly to the Consultant two (2) copies of certificates and inspection reports relating to the Work. REJECTED WORK Defective work, whether the result of poor workmanship, use of defective products, or damage through carelessness or other act or omission of the Contractor and whether incorporated in the Work or not, which has been rejected by the Consultant as failing to conform to the Contract Documents shall be removed promptly from the Place of the Work by the Contractor and replaced or re-executed promptly in accordance with the Contract Documents at the Contractor's expense. Other Contractors' work destroyed or damaged by such removals or replacements shall be made good promptly at the Contractor's expense. If in the opinion of the Consultant it is not expedient to correct defective work or work not performed in accordance with the Contract Documents, the Owner may deduct from the monies otherwise due to the Contractor the difference in value between the work as performed and that called for by the Contract Documents, the amount of which will be determined in the first instance by the Consultant. - ceDe 4 - 1982 File 00720 25 GC 34 SHOP DRAWINGS 34.1 The term "shop drawings" means drawings, diagrams, illustrations, schedules, performance charts, brochures and other data which are to be provided by the Contractor to illustrate details of a portion of the Work. 34.2 The Contractor shall arrange for the preparation of clearly identified shop drawings as called for by the Contract Documents or as the Consultant may reasonably request. 34.3 Prior to submission to the Consultant the Contractor shall review all shop drawings. By this review the Contractor represents that he has determined and verified all field measurements, field construction criteria, materials, catalogue numbers and similar data or will do so and that he has checked and co- ordinated each shop drawing with the requirements of the Work and of the Contract Documents. The Contractor's review of each shop drawing shall be indicated by stamp, date, and signature of a responsible person. 34.4 The Contractor shall submit shop drawings to the Consultant for his review with reasonable promptness and in orderly sequence so as to cause no delay in the Work or in the work of Other Contractors. If either the Contractor or the Consultant so requests they shall jointly prepare a schedule fixing the dates for sub- mission and return of shop drawings. Shop drawings shall be submitted in the form of reproducible transparencies or prints as the Consultant may direct. At the time of submission the Contractor shall notify the Consultant in writing of any deviations in the shop drawings from the requirements of the Contract Documents. 34.5 The Consultant will review and return shop drawings in accordance with any schedule agreed upon, or otherwise with reasonable promptness so as to cause no delay. The Consultant's review will be for conformity to the design .concept and for general arrangement only and such review shall not relieve the Contractor of responsibility for errors or omissions in the shop drawings or ofresponsibility for meeting all requirements of the Contract Documents unless a deviation on the shop drawings has been approved in writing by the Consultant. 34.6 The Contractor shall make any changes in shop drawings which the Consultal,t may require consistent with the Contract Documents and resubmit unless otherwise directed by the Consl..;~ant. When resubmit- ting, the Contractor shall notify the Consultant in writing of any revisions other than those requested by the Consultant. GC 35 CASH ALLOWANCES 35.1 The Estimated Contract Price includes cash allowances stated in the Contract Documents and itemized in the Schedule of Contract Unit Prices. 35.2 Cash allowances, unless otherwise specified, cover the net cost to the Contractor of services, products, construction machinery and equipment, freight, unloading, handling, storage, installation and other authorized expenses incurred in performing the work stipulated under the cash allowances. 35.3 The Contract Unit Prices, and not the cash allowances, include the Contractor's overhead and profit in connection with such cash allowances. 35.4 Where costs under a cash allowance exceed the amount of the allowance, the Contractor shall be compensated for any excess incurred and substantiated plus an allowance for overhead and profit as set out in the Contract Documents. 35.5 The Estimated Contract Price shall be adjusted by written order to provide for any excess or deficit to each cash allowance. 35.6 Progress payments on account of work authorized under cash allowances shall be included in the Consultant's monthly certificates for payment. 35.7 A schedule shall be prepared jointly by the Consultant and Contractor to show when items called for under cash allowances must be authorized by the Consultant for ordering purposes so that the progress of the Work will not be delayed. GC 36 CONTINGENCY ALLOWANCE 36.1 The Estimated Contract Price includes the contingency allowance, if any, stated in the Contract Documents and itemized in the Schedule of Contract Unit Prices. 36.2 Expenditures under the contingency allowance shall be authorized in accordance with GC 11 - CHANGES IN THE WORK AND EXTRA WORK, and the value shall be determined in accordance with GC 12 - VALUATION AND CERTIFICATION OF CHANGES IN THE WORK. 26 ceDe 4 - 1982 File 00720 III III ... ... ... III .. .. .. III .. .. .. .. .. .. .. .. ..