Loading...
HomeMy WebLinkAbout93-132 I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW 93- 132 Being a By-Law to authorize a contract between the Corporation of the Municipality of Clarington and Vaughan Paving Ltd. in respect to the Trulls Delbert Subdivision, Phase I - Repair of Deficiencies, Courtice, Ontario THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON HEREBY ENACTS AS FOLLOWS: 1. THAT the Mayor and Clerk are hereby authorized to execute, on behalf of the Corporation of the Municipality of Clarington with the Corporation Seal, a contract between Vaughan Paving Ltd. and said Corporation. 2 . THAT this agreement attached hereto as Schedule "A" form part of this By-law. By-law read a first and second time this 13th day of September, 1993. By-law read a third time and finally passed this 13th day of September, 1993 . Mayor e u t I .. , { i i ii t , 1 ' CORPORATION OF THE MUNICIPALITY OF CLARINGTON RECTIFICATION OF DEFICIENCIES AND COMPLETION ' OF ABOVE GROUND WORK TRULLS DELBERT SUBDIVISION - PHASE I COURTICE ' CONTRACT NO. NW93-30 1 G. M. SERNAS & ASSOCIATES LIMITED ' G.M.S. NO. 8 9 012 1 ' AGREEMENT ' THIS AGREEMENT made in Quadruplicate this 30th day of June in the year Nineteen Hundred and Ninety Three by and between Vaughan Paving Ltd. herein called the "Contractor" and The Corporation of the ' Corporation of the Municipality of Clarington herein called the "Owner". WITNESSETH: The Contractor and the Owner for the consideration hereinafter indicated,undertake and ' agree as follows: ARTICLE 1: The following documents are to be read herewith and form part of this Agreement as fully and completely to all intents and purposes as though all the stipulations hereof had been embodied herein and are referred to herein as the "Contract Documents' ' 1. Tender Form Pages FTl to FT17 2. Special Provisions - General Pages 1 to 41 3. Special Conditions Pages SC1 to SC11 ' 4. Plans Drawing No's. G-101, G-102, G-102T, G-103, G-104, P-101, P-102, P-103, P-104 ' S. General Conditions, (Form M-100) ' 6. Standard Specifications ARTICLE 2: ' The Contractor undertakes and agrees: ' a) To provide all materials, except as otherwise specified, and perform all work shown on the drawings and described in the Contract Documents entitled Contract No. NW93-30 "Rectification of Deficiencies & Completion of Above Ground Work, Trulls Delbert Subdivision Phase I, in the Municipality of Clarington"which were prepared by G.M.Sernas and Associates Limited,acting as ' and herein entitled, the "Engineer". b) To do and fulfil everything indicated by this Agreement and the Contract Documents. ' c) To complete substantially all the work as specified in the Contract Documents and as shown on the Contract Drawings within six (6) weeks after official notification to commence work. ' -1- ' AGREEMENT (Cont'd) ARTICLE 3. ' The Owners undertakes and agrees a) To pay the Contractor in current funds for the performance of the Contract,Two Hundred Ninety ' Five Thousand, Three Hundred Eighty One Dollars and Thirty Cents subject to additions and deductions as provided in the Contract Documents. b) The Contractor shall be entitled to receive monthly payments at the rate of ninety percent (90%) ' of the value of the work actually done and materials furnished and in place. The payments shall be based on the engineer's estimate of the work done and shall not be construed as an acceptance by the Owners of the work so estimated. ' Final payment upon completion of the work shall be made in accordance with Clause 30. Payments in the Special Provisions - General. C) If on account of climatic or other conditions reasonably beyond the Contractor's control, there are items of work that cannot readily be completed, the payment in full for the work which has been ' completed shall not be delayed on account thereof, but the Owners or Engineer may withhold sufficient and reasonable sum until the uncompleted work is finished. ' ARTICLE 4: The Contractor and the Owners for themselves, their successors, executors, administrators and assigns, ' hereby undertake and agree to the full performance of the covenants contained herein and in the Contract Documents, and that this Agreement with the Contract Documents constitute the Contract and the following is an exact enumeration of the Specifications and Drawings. STANDARD SPECIFICATIONS INDEX ' Specification No. 1. Special Conditions 2. Sewers and Appurtenances 3. Water Distribution System and Appurtenances 4. Fine Grade and/or Compact Earth Grades 5. Supply and Install Granular Material and/or Crushed Stone 6. Supply and Install Asphalt ' 7. Concrete Curb and Gutter 8. Concrete Sidewalks and Laneways 10. Placing Topsoil ' 11. Supply and Place Sod 15. Rip Rap and Grouted Rip Rap ' -2 AGREEMENT (Cont'd) ' ARTICLE 4: ' Drawing No. Title NW93-30 G-101 General Notes G-102 General Plan G-102T General Plan (Municipality of Clarington- Contract NW93-30) G-103 Grading Plan G-104 Grading Plan P-101 Cecil Found Crescent ' P-102 Meredith Court P-103 Cecil Found Crescent P-104 Pidduck Street ' The Applicable Standard Drawings of the Municipality of Clarington, Region of Durham and the Province of Ontario. ' ARTICLE 5: If and whenever either party hereto desires to give notice to the other party or in connection with this Agreement or the General Conditions of the Contract, such notice will be effectively given if sent by registered mail: to the Contractor at 69 Maplecrete Road, Concord, Ontario, L4K IA5 to the Owner at ' 40 Temperance Street, Bowmanville, Ontario, L1C 3A6 to the Engineer at 110 Scotia Court, Unit 41, Whitby, Ontario, L1N 8Y7 and will be considered as having been so given at the time of the deposit thereof in the Post Office. IN WITNESS WHEREOF the parties hereto have hereunto caused their Corporate Seals to be affixed.duly attested by the hands of their proper signing officers authorized in that lse SIGNED, SEALED,AND DELIVERED ) VAUG� in the presence of ) THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON MA ) WN C ' -3- ' PROJECT: TENDER FOR CONTRACT NO. NW93-30 AUTHORITY: CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' ENGINEER: G. M. SERNAS &ASSOCIATES LIMITED 110 SCOTIA COURT, UNIT 41 ' WHITBY, ONTARIO L1N 8Y7 TENDERER: Vaughan Paving Ltd. ' Contractor's Name 69 Maplecrete Road Concord Ontario L4K lA Contractor's Address (include Postal Code) Phone (416) 669-9579 . Fax (416) 669-3931 Contractor's Telephone and Fax Numbers Lorenzo A.Antonini Name of Person Signing Secretary/Treasurer Position of Person Signing ' TENDERS RECEIVED BY: Mrs. Patti Barrie, Clerk Corporation of the Municipality of Clarington 40 Temperance Street ' BOWMANVILLE, Ontario. L1C 3A6 UNTIL 2:00 PM LOCAL TIME ' WEDNESDAY AUGUST 25, 1993 Note: Photocopy the completed Form of Tender (Blue Pages) and submit two (2) sets (one blue ' original and one white duplicate) at the time of tendering. ' FT-1 ' TENDER CONTRACT NO. NW93-30 To: The Mayor and Members of Council ' Corporation of the Municipality of Clarington Re: Contract No. NW93-30 Rectification of Deficiencies and Completion of Above Ground Works, Trulls Delbert Subdivision- Phase I, Courtice tDear Mayor and Members of Council: The Contractor has carefully examined the Plans,Provisions,Specifications and Conditions described herein ' as part of the work to be done under this Contract. The Contractor understands and accepts the said Plan, Provisions, Specifications and Conditions, and, for prices set forth in this Tender,hereby offers to furnish all machinery, tools,apparatus and other means of construction, furnish all materials,except as otherwise ' specified in the Contract, and to complete the work in strict accordance with the said Plans, Provisions, Specifications and Conditions. ' The Contractor understands and accepts that the quantities shown are approximate only, and are subject to increase, decrease, or deletion entirely if found not to be required. Attached to this tender is a certified cheque in the amount specified in Clause 3 of the Special Provisions- ' General, made payable to the Authority. This cheque shall constitute a deposit which shall be forfeited to the Authority if the successful Contractor fails to file with the Authority a 100%Performance Bond,and a 100%Labour and Material Payment Bond,satisfactory to the Authority within ten(10)calender days from ' the date of receipt of Notice of Acceptance of the Tender. Notification of acceptance may be given and delivery of the form of Agreement made by prepaid post, addressed to the Contractor at the address contained in this Tender. ' FT-2 ' FORM OF TENDER - CONTRACT NW - 0 CORPORATION OF THE ' MUNICIPALITY OF CLARINGTON RECTIFICATION OF DEFICIENCIES AND COMPLETION ' OF ABOVE GROUND WORKS TRULLS DELBERT SUBDIVISION - PHASE I This Tender is submitted by: Vaughan Paving Ltd. 69 Maplecrete Road ' Concord, Ontario L4K 1A5 (416) 669-9579 ' WE, the undersigned,Contractor, HEREBY DECLARE that no person, firm or corporation other than the one whose signature or the signature of whose proper officers and the seal is or are attached below, has any interest in this tender or in the Contract proposed to be taken. WE FURTHER DECLARE that this Tender is made without any connection, knowledge, comparison of figures or arrangement with any other company, firm or person making a tender for the same work and is in all respects fair and without collusion or fraud. WE FURTHER DECLARE that we have carefully examined the locality and site of the proposed works, the ' agreement and all documents of the Contract. WE hereby tender and agree to provide all labour, materials, equipment and services, and to perform in a substantial and workmanlike manner all of the work required by and in strict accordance with the ' contract documents for the prices indicated in the Form of Tender, subject to additions, deductions, adjustments and reductions as provided in the Contract. We further agree that the provisional item unit rates and schedule item rates indicated in the Form of Tender shall be used as a basis for computing the ' value of work performed, be it more than or less than the estimated quantities shown herein. 1 ' FT-3 SUMMARY ' FORM OF TENDER RECTIFICATION OF DEFICIENCIES AND COMPLETION OF ABOVE GROUND WORKS TRULLS DELBERT SUBDIVISION - PHASE I COURTICE CONTRACT NO. NW93-30 TENDERED CONTRACT SECTION DESCRIPTION AMOUNT I I STORM SEWER SYSTEM DEFICIENCIES (NORTH) $8,577.00 II ABOVE GROUND WORKS (NORTH) $155,813.50 ' II I STORM SEWER SYSTEM - DEFICIENCIES (SOUTH) $8,903.00 ' II ABOVE GROUND WORKS (SOUTH) $89,175.00 ---------------------- ' SUBTOTAL $262,468.50 ADD: GST (7*A) $18,372.80 ---------------------- SUBTOTAL $280,841.30 ADD: CONTINGENCY ITEMS $14,540.00 TOTAL TENDERED $295,381.30 ---------------------- TWO HUNDRED NINETY FIVE THOUSAND, THREE HUNDRED EIGHTY ONE DOLLARS AND ' TOTAL TENDERED IN WORDS: THIRTY CENTS VAUGHA-PAVING LTD. _ (SEAL) - - � - ' (CON TRACCO&Y i (SIGNEDy�� (DATE) ' FT-4 1 1 1 FORM OF TENDER -------------------------TRULLS DELBERT CONTRACT - NW93-30 1 -CONTRACT_I SECTION I - STORM SEWER SYSTEM DEFICIENCIES (NORTH) UNIT TENDERED 1 ITEM QTY UNIT RATE AMOUNT -- ------------------DESCRIPTION ---- ------- ------- ------------ 1.1.1 CLEAN CATCHBASIN SUMPS a) SINGLE CATCHBASIN 17 EACH 50.00 850.00 b) REAR YARD CATCHBASIN 1 EACH 50.00 50.00 C) REAR YARD CATCHBASIN/MANHOLE 1 EACH 90.00 90.00 ' 1.1.2 PARGE OUTSIDE OF REAR YARD CATCHBASIN FRAMES 2 EACH 100.00 200.00 (INCL. SOD REPAIR) (PROVISIONAL) 1 1.1.3 PARGE SUBDRAINS OR LEAD PIPES AT STREET CATCHBASIN 3 EACH 65.00 195.00 1.1.4 REALIGN CATCHBASINS TO MATCH CURBLINE (PROVISIONAL) a) SINGLE CATCHBASIN 2 EACH 100.00 200.00 1 1.1.5 FLUSH AND CLEAN STORM SEWERS AND REMOVE DEBRIS 516 LM 7.00 3,612.00 FROM SITE (TO BE COMPLETED BEFORE ITEM 1.1.6) 1 1.1.6a) REMOVE AND DISPOSE OFF SITE BULKHEAD IN MANHOLE 1A 1 EACH 450.00 NOT EXTENDED OR 1 b) REMOVE AND DISPOSE OFF SITE BULKHEAD IN MANHOLE 1A 1 EACH 800.00 800.00 INCLUDING BENCHING OF MANHOLE 1.1.7 CAMERA INSPECTION 516 LM 5.00 2,580.00 1 1 ---------------------------------------------------------------------------------------------- ' SUBTOTAL - STORM SEWER SYSTEM - DEFICIENCIES (NORTH) $8,577.00 --------------------------------------------------- ------ 1 1 FT-5 1 1 FORM OF TENDER ----------------------------------------TRULLS DELBERT CONTRACT - NW93-30 ---------------------------------- ----------------------------------------- SECTION II - ABOVE GROUND WORKS (NORTH) ' UNIT TENDERED ITEM DESCRIPTION QTY UNIT RATE AMOUNT ---------------------------------------------------------------------------------------------------------------------- ' 1.2.1 CLEAN BASE CURB 490 LM 0.10 49.00 1.2.2 REPLACE BASE CURB STIRRUPS (PROVISIONAL) 20 EACH 15.00 300.00 ' 1.2.3 REMOVE AND REPLACE CONCRETE CURB (PROVISIONAL) a) BASE 120 LM 40.00 4,800.00 ' 1.2.4 SUPPLY AND PLACE CONCRETE CURB AND GUTTER a) TOP 490 LM 29.00 14,210.00 b) FULL 615 LM 37.00 22,755.00 ' 1.2.5 CONSTRUCT 1.5m CONCRETE SIDEWALK a) 130mm DEPTH 275 LM 51.00 14,025.00 b) 150mn DEPTH 100 LM 54.00 5,400.00 1.2.6 ADJUST ROADWAY MANHOLES TO GRADE 15 EACH 150.00 2,250.00 1.2.7 ADJUST ROADWAY CATCHBASINS TO GRADE (INCLUDE CURB INFILL) a) SINGLE CATCHBASINS 17 EACH 180.00 3,060.00 1.2.8 ADJUST EXISTING VALVES TO GRADE PRIOR TO SODDING a) SECONDARY AND MAINLINE 11 EACH 125.00 1,375.00 b) WATER BOXES 84 EACH 30.00 2,520.00 ' 1.2.9 CONSTRUCT DRIVEWAY APRONS a) 50m HL3 ASPHALT 400 SM 9.00 3,600.00 ' b) PLACE ADDITIONAL 19mm CRUSHER RUN LIMESTONE 300 TONNE 10.00 3,000.00 c1) REMOVE CONTAMINATED 19m CRUSHER RUN 200 SM 4.00 NOT EXTENDED LIMESTONE TO ALLOW ASPHALT PLACEMENT (150mm) OR ' c2) REMOVE SURFACE DEBRIS FROM DRIVEWAYS PRIOR 200 SM 1.50 300.00 TO PLACEMENT OF ADDITIONAL GRANULARS AND OR PAVING ' 1.2.10 REMOVE AND DISPOSE EXISTING DEBRIS WITHIN ROAD ALLOWANCE LS 2,800.00 (EXCLUDING HYDRO POLES) ' FT-6 ' FORM OF TENDER TRULLS DELBERT CONTRACT - NW93-30 ---------------------------------------------------------------------------------------------------------------------- SECTION II - ABOVE GROUND WORKS (NORTH) (CONT'D) UNIT TENDERED ITEM DESCRIPTION QTY UNIT RATE AMOUNT ---------------------------------------------------------------------------------------------------------------------- ' 1.2.11 EXTEND BASE ROADWORKS TO PROPERTY LIMIT ON CECIL FOUND CRES. (NORTH) a) GRANULAR 'B' (300mm) 60 SM 8.00 480.00 b) GRANULAR 'A' (150mm) 60 SM 10.00 600.00 ' 0 Hl8 (50mm) 60 SM 8.80 528.00 1.2.12 SUPPLY AND INSTALL DEAD END BARRICADE (STD.N-630) 1 EACH 1,750.00 1,750.00 ' 1.2.13 REMOVE AND REPLACE BASE ASPHALT (50mm DEPTH) 50 SM 14.00 700.00 (DISPOSE OFF SITE)(PROVISIONAL) ' 1.2.14 CLEAR AND GRUB AREA AT NORTH END OF EXISTING CULVERT LS 800.00 CROSSING CECIL FOUND CRES. (N) ' 1.2.15 SUPPLY FROM ON-SITE AND PLACE CLEAN FILL TO COMPLETE 150 CM 6.00 900.00 N. BOULEVARD OF CECIL FOUND CRES. (NORTH) AT WATERCOURSE 1.2.16 LOAD AND PLACE 100mm TOPSOIL FROM ON-SITE STOCKPILE 4,300 SM 0.90 3,870.00 ' 1.2.17 SUPPLY AND PLACE NO. 1 NURSERY SOD 4,300 SM 2.00 8,600.00 ' 1.2.18 REGRADE SIDE YARD SWALES TO ENSURE DRAINAGE 60 SM 5.00 300.00 OVER TOP CURB (PROVISIONAL) 1.2.19 SOD/GRADING REPAIR AFTER SIDEWALK CONSTRUCTION 100 SM 5.00 500.00 ' (PROVISIONAL) 1.2.20 ASPHALT GRINDING (PROVISIONAL) 20 SM 10.00 200.00 1.2.21 CONSTRUCT LAP JOINT (TRULLS ROAD) 30 LM 10.00 300.00 1.2.22 SWEEP AND CLEAN BASE ASPHALT 4,850 SM 0.25 1,212.50 ' 1.2.23 APPLY TACK COAT PRIOR TO HL3 4,850 SM 0.15 727.50 1.2.24 SUPPLY AND PLACE "GEOGRID" OR APPROVED EQUAL 50 SM 2.00 100.00 PRIOR TO PLACEMENT OF HL3 ASPHALT (PROVISIONAL) FT-7 FORM OF TENDER TRULLS DELBERT CONTRACT - NW93-30 ------------------------------------ SECTION II - ABOVE GROUND WORKS (NORTH) (CONTID) - UNIT TENDERED ITEM DESCRIPTION QTY UNIT RATE AMOUNT ---------------------------------------------------------------------------------------------------------------------- 1.2.25 SUPPLY AND PLACE ASPHALT "SCRATCH" COAT 65 TONNE 65.00 4,225.00 (PROVISIONAL) 1.2.26 SUPPLY AND PLACE HO (40mn) (INCL. ASPHALT CEMENT) 600 TONNE 44.00 26,400.00 1.2.27 CONSTRUCT 1.8m HIGH NOISE BARRIER FENCE 208 LM 88.00 18,304.00 ' 1.2.28 CLEAN/REGRADE EXISTING WATERCOURSE AND STAKED SOD INVERT 260 SM 12.50 3,250.00 CHANNEL (2m WIDTH)(TO BE COMPLETED BEFORE ITEM 1.2.28 & 1.2.30) ' 1.2.29 REMOVE AND DISPOSE EXISTING GABION CHECK LS 400.00 DAM (TO BE COMPLETED BEFORE ITEM 1.2.30) 1.2.30 REGRADE/STABILIZE WATERCOURSE ADJACENT TO TRULLS ROAD LS 400.00 (TO BE COMPLETED BEFORE ITEM 1.2.31) 1.2.31 CLEAN EXISTING 1800 X 1200 BOX CULVERT 23.5 LM 35.00 822.50 CROSSING TRULLS ROAD ---------------------------------------------------------------------------------------------- SUBTOTAL - ABOVE GROUND WORK (NORTH) $155,813.50 ---------------------------------------------------------------------------------------------- ' FT-8 ' FORM OF TENDER TRULLS DELBERT CONTRACT - NW93-30 ---------------------------------------------------------------------------------------------------------------------- CONTRACT 11 SECTION i - STORM SEWER SYSTEM - DEFICIENCIES (SOUTH) UNIT TENDERED ' ITEM DESCRIPTION QTY UNIT RATE AMOUNT -- ------------------ -------------------------------- ------- ------- ------------ 2.1.1 CLEAN CATCHBASIN SUMPS ' a) SINGLE CATCHBASIN 9 EACH 50.00 450.00 b) DOUBLE CATCHBASIN 4 EACH 90.00 360.00 C) REAR YARD CATCHBASIN 2 EACH 50.00 100.00 ' 2.1.2 PARGE OUTSIDE OF REAR YARD CATCHBASIN FRAMES 2 EACH 100.00 200.00 (INCL. SOD REPAIR)(PROVISIONAL) 2.1.3 PARGE SUBDRAINS OR LEAD PIPES AT STREET CATCHBASIN 2 EACH 65.00 130.00 2.1.4 REALIGN CATCHBASINS TO MATCH CURBLINE (PROVISIONAL) a) SINGLE CATCHBASIN 2 EACH 100.00 200.00 ' b) DOUBLE CATCHBASIN 1 EACH 100.00 100.00 2.1.5 FLUSH AND CLEAN STORM SEWERS AND REMOVE DEBRIS 507 LM 4.00 2,028.00 ' FROM SITE (TO BE COMPLETED BEFORE ITEM 2.1.6) 2.1.6a) REMOVE AND DISPOSE OFF SITE BULKHEAD IN MANHOLE 4 1 EACH 2,400.00 NOT EXTENDED ' OR b) REMOVE AND DISPOSE OFF SITE BULKHEAD IN MANHOLE 4 1 EACH 2,800.00 2,800.00 INCLUDING BENCHING OF MANHOLE ' 2.1.7 CAMERA INSPECTION 507 LM 5.00 2,535.00 ---------------------------------------------------------------------------------------------- SUBTOTAL - STORM SEWER SYSTEM - DEFICIENCIES (SOUTH) $8,903.00 ---------------------------------------------------------------------------------------------- ' FT-9 ' FORM OF TENDER -------TRULLS DELBERT CONTRACT - NW93-30 SECTION II - ABOVE GROUND WORKS (SOUTH) UNIT TENDERED ITEM DESCRIPTION QTY UNIT RATE AMOUNT ' 2.2.1 CLEAN BASE CURB 500 LM 0.10 50.00 2.2.2 REPLACE BASE CURB STIRRUPS (PROVISIONAL) 20 EACH 15.00 300.00 ' 2.2.3 REMOVE AND REPLACE CONCRETE CURB (PROVISIONAL) a) BASE 120 LM 40.00 4,800.00 ' 2.2.4 SUPPLY AND PLACE CONCRETE CURB AND GUTTER a) TOP 500 LM 29.00 14,500.00 b) FULL 50 LM 37.00 1,850.00 ' 2.2.5 SUPPLY AND INSTALL 1OOmm DIA. PERFORATED SUBDDRAIN 40 LM 15.00 600.00 2.2.6 CONSTRUCT 1.5m CONCRETE SIDEWALK ' a) 13Omm DEPTH 170 LM 51.00 8,670.00 b) 15Omm DEPTH 110 LM 54.00 5,940.00 ' 2.2.7 ADJUST ROADWAY MANHOLES TO GRADE 16 EACH 150.00 2,400.00 2.2.8 ADJUST ROADWAY CATCHBASINS TO GRADE (INCLUDE CURB INFILL) ' a) SINGLE CATCHBASINS 8 EACH 180.00 1,440.00 b) DOUBLE CATCHBASINS 2 EACH 280.00 560.00 ' 2.2.9 ADJUST EXISTING VALVES TO GRADE PRIOR TO SODDING a) SECONDARY AND MAINLINE 10 EACH 125.00 1,250.00 b) WATER BOXES 39 EACH 35.00 1,365.00 ' 2.2.10 CONSTRUCT DRIVEWAY APRONS a) 5Omm HL3 ASPHALT 460 SM 9.00 4,140.00 b) PLACE ADDITIONAL 19mm CRUSHER RUN LIMESTONE 350 TONNE 10.00 3,500.00 ' c1) REMOVE CONTAMINATED 19mm CRUSHER RUN LIMESTONE 230 SM 4.00 NOT EXTENDED TO ALLOW ASPHALT PLACEMENT (15Omn) OR ' c2) REMOVE SURFACE DEBRIS FROM DRIVEWAYS PRIOR 230 SM 1.50 345.00 TO PLACEMENT OF ADDITIONAL GRANULARS OR PAVING FT-10 FORM OF TENDER -----TRULLS DELBERT CONTRACT - NW93-30 ' SECTION_II_- ABOVE GROUND WORKS (SOUTH) (CONT'D) UNIT TENDERED ITEM DESCRIPTION QTY UNIT RATE AMOUNT 2.2.11 REMOVE AND DISPOSE EXISTING DEBRIS WITHIN ROAD ALLOWANCE LS 800.00 (EXCLUDING HYDRO POLES) 2.2.12 IMPROVE TEMP. TURNING CIRCLE TO STD. N-712 CECIL FOUND CRES. (SOUTH) a) GRANULAR 'B' (300mm) 75 SM 8.00 600.00 ' b) GRANULAR 'A' (150mm) 75 SM 10.00 750.00 0 HL8 (50mm) 75 SM 8.80 660.00 d) ASPHALT CURB 40 LM 20.00 800.00 ' 2.2.13 REMOVE AND REPLACE BASE ASPHALT (50mm DEPTH) 50 SM 14.00 700.00 (DISPOSE OFF SITE)(PROVISIONAL) ' 2.2.14 LOAD AND PLACE 100mm TOPSOIL FROM ON-SITE STOCKPILE 2,800 SM 0.90 2,520.00 2.2.15 SUPPLY AND PLACE NO. 1 NURSERY SOD 2,800 SM 2.00 5,600.00 2.2.16 SOD/GRADING REPAIR AFTER SIDEWALK CONSTRUCTION 150 SM 5.00 750.00 (PROVISIONAL) ' 2.2.17 CONSTRUCT LAP JOINT (TRULLS ROAD) 30 LM 3.50 105.00 2.2.18 ASPHALT GRINDING (PROVISIONAL) 20 SM 6.00 120.00 ' 2.2.19 SWEEP AND CLEAN BASE ASPHALT 2,800 SM 0.25 700.00 2.2.20 APPLY TACK COAT PRIOR TO HL3 2,800 SM 0.15 420.00 ' 2.2.21 SUPPLY AND PLACE "GEOGRID" OR APPROVED EQUAL 50 SM 2.00 100.00 PRIOR TO PLACEMENT OF HO ASPHALT (PROVISIONAL) 2.2.22 SUPPLY AND PLACE ASPHALT "SCRATCH" COAT (PROV.) 40 TONNE 65.00 2,600.00 ' 2.2.23 SUPPLY AND PLACE 10 (40mm) (INCL. ASPHALT CEMENT) 350 TONNE 44.00 15,400.00 2.2.24 CONSTRUCT 1.8m HIGH NOISE BARRIER FENCE 55 LM 88.00 4,840.00 ---------------------------------------------------------------------------------------------- SUBTOTAL - ABOVE GROUND WORK (SOUTH) $89,175.00 ---------------------------------------------------------------------------------------------- FT-11 ' FORM OF TENDER ----------TRULLS-DELBERT CONTRACT - NW93-30 ---------------------------------------------------------------- ----------------------------------- ' CONTINGENCY ITEMS ' UNIT TENDERED ITEM DESCRIPTION QTY UNIT RATE AMOUNT ---------------------------------------------------------------------------------------------------------------------- ' C.1 MISCELLANEOUS WORK THE FOLLOWING ITEMS SHALL BE EXTENDED ' AND INCLUDED IN THE TOTAL a) EQUIPMENT SUPPLIED IN ACCORDANCE WITH LS 4,000.00 RATES SET OUT IN THE CURRENT OPSS FORM NO. 127 (SCHEDULE OF RENTAL RATES OF CONSTRUCTION EQUIPMENT) AT A DISCOUNT OF $5,000 - _% OF $5,000.00. (EXAMPLE: $5,000 - 10% OF $5,000 $4,500.00) b) OPERATOR INCL. PAYROLL BURDEN, OVERHEAD 15 HRS 38.00 570.00 AND TRAVELLING TIME c) FOREMAN INCL. PAYROLL BURDEN, OVERHEAD 15 HRS 45.00 675.00 ' TRAVELLING TIME AND PICK-UP d) SKILLED LABOUR INCL. PAYROLL BURDEN, 20 HRS 35.00 700.00 ' OVERHEAD, TRAVELLING TIME AND PICK-UP e) MARK-UP ON MATERIAL COST TO COVER OVERHEAD LS 2,200.00 AND PROFIT, % OF $2,000.00. ' (EXAMPLE: $2,000 + 5% OF $2,000 = $2,100) C.2 SUPPLY, INSTALL AND SECURE ' a) STRAW BALES 5 EACH 25.00 125.00 b) SNOW FENCE 15 LM 15.00 225.00 C.3 EXCAVATE UNSUITABLE ROAD SUBGRADE MATERIAL, DISPOSE ON SITE AS DIRECTED BY THE ENGINEER, COMPACT SUBGRADE AND REPLACE WITH: a) GRANULAR 181 20 t 10.00 200.00 ' b) GRANULAR 'A' 10 t 14.00 140.00 C) 19mn CRUSHER RUN LIMESTONE 10 t 16.00 160.00 FT-12 ' FORM OF TENDER ---------------------------------------------TRULLS DELBERT CONTRACT - NW93-30 ----------------------------- ---------------------------------------- CONTINGENCY ITEMS (CONTID) ----------------- ' UNIT TENDERED --ITEM------------------DESCRIPTION --------------------QTY-------UNIT-------RATE------------AMOUNT ----------------- ------------ C.4 FLOAT MOVE TO DELIVER EQUIPMENT FOR WORK 1 EACH 120.00 120.00 ' WHICH IS SUPPLEMENTAL TO THE CONTRACT ONCE THE CONTRACTOR HAS VACATED SITE ' C.5 SUPPLY ALL MATERIALS AND LABOUR REQUIRED FOR HYDRANT EXTENSIONS a) 300mm HEIGHT 1 EACH 450.00 450.00 b) 450mn HEIGHT 1 EACH 550.00 550.00 ' 0 600mn HEIGHT 1 EACH 600.00 600.00 C.6 EXCAVATE TO BASE OF WATER SERVICE BOX OR MAIN VALVE BOX 1 EACH 260.00 260.00 ' C.7 PARTIAL EXPOSURE OF WATER SERVICE BOX OR MAIN VALVE BOX 1 EACH 65.00 65.00 ' C.8 SUPPLY AND INSTALL (WATER SERVICE CONNECTION COMPONENTS) a) WATER SERVICE BOX 2 EACH 165.00 330.00 b) STAINLESS STEEL ROD 2 EACH 80.00 160.00 C) LID 2 EACH 20.00 40.00 ' d) RETHREADING ONLY 2 EACH 80.00 160.00 e) 300mm EXTENSION 2 EACH 80.00 160.00 ' C.9 SUPPLY AND INSTALL (MAINLINE VALVE COMPONENTS) a) CUT OFF THREADED PORTION 2 EACH 100.00 200.00 b) LID 2 EACH 20.00 40.00 0 TOP SECTION 2 EACH 50.00 100.00 ' d) EXTENSION 2 EACH 50.00 100.00 e) BOTTOM SECTION 2 EACH 100.00 200.00 f) NEW BOX (COMPLETE) 2 EACH 80.00 160.00 C.10 SUPPLY, IMPORT AND PLACE 100mm TOPSOIL 1,000 SM 1.00 1,000.00 ' C.11 CLEAN DEBRIS FROM MAINLINE AND SECONDARY VALVES 10 EACH 40.00 400.00 C.12 SUPPLY NEW MODULOC ADJUSTMENT UNITS 10 EACH 45.00 450.00 SUBTOTAL - CONTINGENCY ITEMS $14,540.00 ------------------------------------------------------------------------------------ FT-13 ' MUNICIPALITY OF CLARINGTON FORM OF TENDER CONTRACT NO. NW93-30 ' STATEMENT 'A' **TENDERER'S EXPERIENCE Year Description of Contract Form Whom Work Performed Value $ ' 1993 Roadworks North York $2,000,000.00 S. Allan (Contact Person) ' (416) 395-6220 (Telephone No.) ' 1993 Roadworks North York $1,000,000.00 M. Barbon ' (Contact Person) (416) 395-6220 ' (Telephone No.) 1993 Roadworks City of Scarboroueh $ 700,000.00 ' (Contact Person) (Telephone No.) 1 **Note:Note: All Tenderers must complete Statement 'A' TENDERER'S EXPERIENCE FT-14 MUNICIPALITY OF CLARINGTON ' FORM OF TENDER CONTRACT NO NW93-30 ' STATEMENT 'B' TENDERER'S SENIOR SUPERVISORY STAFF Name Appointment Oualifica.tions & Experience ' Larry 1. Pevato, P. Eng. Proiect Engineer 10 Years ' Enzo Antonini Manager 15 Years ' STATEMENT 'C' TENDERER'S LIST OF PROPOSED SUB-CONTRACTORS Name Address/Phone Number Trade ' Herron Fence & Deck Ltd. Fencing ' FT-15 ' AGREEMENT TO BOND (to be completed by Bondine Company) CONTRACT NO. NW9 -30 ' WE, the Undersigned, HEREBY AGREE to become bound as Surety for in a Performance Bond totalling ONE HUNDRED PERCENT (100%) of the CONTRACT amount, and a ' Labour and Material Payment Bond totalling ONE HUNDRED PERCENT(100%)of the CONTRACT amount, and conforming to the Instruments of Contract attached hereto, for the full and due performance of the ' works shown or described herein, if the Tender for Contract No. NW93-30 is accepted by the Authority. ' IT IS A CONDITION of this Agreement that if the above mentioned Tender is accepted, application for a Performance Bond and a Labour and Material Payment Bond must be made to the ' Undersigned within TEN (10) DAYS of Notice of Contract Award, otherwise the Agreement shall be null ' and void. S DATED AT this day of 1993• Name of Bonding Company ' Signature of Authorized Person Signing for Bonding Company ' (BONDING COMPANY SEAL) ' Position ' FT-16 SCHEDULE OF TENDER DATA CONTRACT NO. NW93-30 ' The work specified in the Contract shall be performed in strict accordance with the following Schedule: ' A. TENDER FORM: General Pages FT-1 and FT-2 Itemized Bid Pages FT-3 to FT-13 Tenderer's Experience Page FT-14 Tenderer's Senior Supervisory Staff Page FT-15 Tenderer's List of Proposed ' Sub-Contractors Page FT-15 Agreement to Bond Page FT-16 Schedule of Tender Data Page FT-17 B. SPECIAL PROVISIONS- GENERAL Pages 1 to 41 C. SPECIAL CONDITIONS Pages 1 to 11 ' D. PLANS Drawing No's. E. GENERAL CONDITIONS: Form M-100 F. STANDARD SPECIFICATIONS: ' If shall be the Contractor's responsibility to obtain the applicable edition of the Ontario Provincial Standard Specifications, and Region of Durham Specifications, Schedules 'C' and 'D' revised January, 1993. t The applicable Standard Drawings of the Town of Newcastle, Region of Durham and the Province of Ontario shall be deemed to be included in the Standard Specifications of the Contract. ' The Contractor, by this Tender, offers to complete the work of this Contract in strict accordance with the terms contained herein. ' By my/our signature hereunder, I/we hereby identify this as the Schedule of Tender Data, Plans and Specifications, for Contract No. executed _y me/us bearing date the day of 1993. �� SIG ITION (COMPANY SEAL) ' NAME OF FIRM VPVk C; This is Page FT-17 of 17 Pages to be submitted as the Tender Submission for Contract No. NW93-30. 1 1 1 1 r r r r ' CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. NW93-30 1 1 r 1 t 1 ' SPECIAL PROVISIONS - GENERAL 1 1 . 1 INDEX ' SPECIAL PROVISIONS -GENERAL ' CONTRACT NO. NW93-30 CLAUSE SUBJECT PAGE ' 1. GENERAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 2. BLANK FORM OF TENDER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 3. TENDER DEPOSITS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 4. BONDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 ' 5. RIGHT TO ACCEPT OR REJECT TENDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 6. UNACCEPTABLE TENDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 7. ABILITY AND EXPERIENCE OF BIDDER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 8. EXECUTE CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ' 9. GUARANTEED MAINTENANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 10. LOCATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 ii. SOILS INFORMATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 12. TENDERERS TO INVESTIGATE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 13. INQUIRIES DURING TENDERING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 14. AWARD OF THE CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ' 15. DEFINITION OF AUTHORITY AND ENGINEER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 16. ONTARIO PROVINCIAL STANDARDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 17. LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 18. THE "CONTRACTOR'S SCHEDULE OF WORK. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 19. LIST OF SUB-CONTRACTORS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 20. FORM M-100 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 21. GOVERNMENTAL REQUIREMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 , 22. NOTICE TO CONTRACTORS - RE: EMPLOYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 23. LABOUR CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 24. PROVINCIAL SALES TAX . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 25. GOODS AND SERVICES TAX (GST) . . . _. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 ' 26. RESTRICTIONS ON OPEN BURNING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 27. REVISIONS TO FORM M-100 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 28. SUPPLY OF MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 , 29. SUBSTANTIAL PERFORMANCE AND CERTIFICATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 30. PAYMENTS,.. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 31. PROPERTY OWNER'S RELEASE OF PRIVATELY OWNED LAND USED BY THE ' CONTRACTOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 32. PREVENTION OF DAMAGE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 33• REVISION TO FORM M-100, CLAUSE 106-1, CONTRACTOR'S RESPONSIBILITY FOR ' DAMAGE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 34. REVISION TO FORM M-100, CLAUSE 106-2, LIABILITY INSURANCE . . . . . . . . . . . . . . . . . . 18 35. UTILITIES, FENCES AND PRIVATE PROPERTY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 36. REVISION TO OPSS 314.10 - HAUL ROADS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 ' 37. DUST CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 38. TRAFFIC CONTROL, FLAGGING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 39. PROVISIONS FOR TRAFFIC . . . . . . . . . . . . . . . 20 ' 40. CONTRACTOR'S SUPPLY OF CONSTRUCTION SIGNS . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20 41. MAINTENANCE OF TRAFFIC . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 INDEX- SPECIAL PROVISIONS - GENERAL CONTRACT NO. NW93-30 2. ' CLAUSE SUBJECT PAGE 42. EMERGENCY AND MAINTENANCE MEASURES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 43. ENGINEERING FIELD OFFICE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 44. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL . . . . . . . . . . . . . . . . . . . . . . . . . . . 22 ' 45. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 - DESIGNATED SUBSTANCES . . . 27 46. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM (WHMIS) . . . . . . 28 47. METRIC CONVERSION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 48, ASPHALT MIX DESIGNS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 ' 49. CONCRETE MIX DESIGNS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 50. UNIT CONVERSION OF WEIGHED MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 33 51. APPLICABLE STANDARD SPECIFICATIONS . . . . . 33 ' 52. AMENDMENT TO OPSS 351 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 33 53. AMENDMENT TO OPSS 502 . 34 54. AMENDMENT TO OPSS 1820; CONCRETE PIPE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 35 ' 55. REVIEW OF SHOP/WORKING DRAWINGS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 36 56. TREE PROTECTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 36 57. WORK BY OTHERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 37 ' 58. SPILLS REPORTING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 37 59. INTERPRETATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 38 60. DOCUMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 40 61. WORKERS' COMPENSATION BOARD . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 40 ' 62. DELETIONS FROM CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 40 63. APPROVALS AND PERMITS . 41 1 PAGE ONE SPECIAL PROVISIONS GENERAL CONTRACT NO. NW93-30 , 1. GENERAL ' SEALED Tenders plainly marked "Contract No. NW93-30 will be received until: 2:00 PM, LOCAL TIME, WEDNESDAY, AUGUST 25, 1993 and shall be addressed to: Mrs. Patti Barrie, Clerk Corporation of the Municipality of Clarington 40 Temperance Street BOWMANVILLE, Ontario. L1C 3A6 2. BLANK FORM OF TENDER One copy of the Tender, on the forms provided and in the envelope provided,shall be submitted. ' All information requested shall be shown in the tender, in the space provided. 3. TENDER DEPOSITS ' All tender proposals shall be accompanied by a certified cheque for an amount as outlined in the table below, made payable to the Authority, as a guarantee for the execution of the Contract. ' Total Tender Amount Minimum Deposit Required $20,000.00 or less $ 500.00 ' 20,000.01 to 50,000.00 1,000.00 50,000.01 to 100,000.00 2,000.00 , 100,000.01 to 250,000.00 9,000.00 250,000.01 to 500,000.00 19,000.00 500,000.01 to 1,000,000.00 40,000.00 1,000,000.01 to 2,000,000.00 75,000.00 2,000,000.01 and over 150,000.00 All tender deposits will be returned to the respective bidders within ten days after the Tenders ' have been opened except those of the two low bidders which shall be retained by the Authority until the successful bidder has executed the Contract documents. The tender deposit of the successful bidder will be returned when he has fully complied with the ' conditions outlined in the Tender Documents. 4. BONDS The Contractor is required to provide a Performance Bond, and a Labour and Material Payment Bond, each in an amount equal to 100 percent of the Total Tender Amount, including Goods and Services Tax, to guarantee his faithful performance of this Contract and his fulfilment of all obligations in respect of payment for labour and materials used on this work. SPECIAL PROVISIONS - GENERAL CONTRACT NO, NW93-30 2. Such Bond shall be with a satisfactory Guarantee Surety Company, resident in Canada or ' authorized to carry on business in Canada. 5. RIGHT TO ACCEPT OR REJECT TENDERS The Authority reserves the right to reject any or all tenders or to accept any tender should it be ' deemed to be in its best interest to do so. Tenders which are incomplete, conditional or obscure, or which contain additions not called for, erasures, alterations, or irregularities of any kind, may be rejected as informal. 6. UNACCEPTABLE TENDERS Each item in the Tender Form shall be a reasonable price for such item. Under no circumstances will an unbalanced tender be considered. The Authority and the Engineers will be the sole judge of such matters, and should any tender be considered to be unbalanced, then it will be rejected by the Authority. ' 7. ABILITY AND EXPERIENCE OF BIDDER The Authority reserves the right to reject the tender of any bidder who does not furnish satisfactory ' evidence of sufficient capital, plant and experience to successfully prosecute and complete the work in the specified time. ' 8. EXECUTE CONTRACT Tenders shall be open for acceptance for a period of 30 days after the closing date. After this time ' the tender.niay only be accepted with the consent of the successful bidder. The successful bidder shall execute the Contract Documents and furnish the required bonds within 10 calendar days of receipt of notification of acceptance of Tender. The successful bidder shall commence work at the site within 7 calendar days of the official commencement date as specified in the written order issued in accordance with Section 107-1 of ' the General Conditions. Failure by the successful bidder to meet the above requirements will entitle the Authority to cancel 1 the award of the Contract and to retain the tender deposit as compensation for damages sustained due to the successful bidder's default. The Authority may then award the Contract to one of the other bidders or take such other action as he chooses. SPECIAL PROVISIONS -GENERAL , CONTRACT NO. NW93-30 3• 9. GUARANTEED MAINTENANCE , The Contractor shall guarantee and maintain the entire work called for under this Contract for a period of twenty-four (24) months from the date of completion thereof, as shown in the letter of ' "Final Acceptance of the Work", as issued by the Authority or the Engineer. The Contractor shall make good in a permanent manner,satisfactory to the Authority, any and all damage or injury to the work both during the construction and during the period of maintenance as aforesaid. The Contractor shall commence repairs on any work identified as defective under this clause within 48 hours of receipt of notice form the Authority or the Engineer. , The decision of the Authority and the Engineer shall be final as to the necessity for repairs or for any work to be done under this Section. 10. LOCATION The work is located within the Trulls Delbert Subdivision located on the east side of Trulls Road ' approximately 760m North of Highway#2 -specifically on Cecil Found Cres., Meredith Court and Pidduck Street, Courtice. 11. SOILS INFORMATION A foundation investigation has been undertaken on behalf of the Authority and the report and ' other findings will be available for review at the Consultant's office in Whitby. The information provided is for guidance only and is not guaranteed by the Authority. Each Tenderer shall visit the site of the work before submitting his Tender and satisfy himself by personal examination as to the local conditions to be met with during the construction and conduct of the work. He shall make his own estimate of the facilities and difficulties to be , encountered including the nature of the subsurface materials and conditions. He is not to claim, at any time-after submission of this Tender that there was any misunderstanding of the terms and conditions of the Contract relating to site conditions. , 12. TENDERERS TO INVESTIGATE ' Tenderers must satisfy themselves by personal examination of the site and by such other means as they may prefer as to the actual conditions and requirements of the work. The Tenderer shall carefully examine all plans and profiles so that the unit prices tendered are ' commensurate with the nature of the work. It shall be the Contractor's responsibility to thoroughly inspect the site of the proposed works, ' determine the location of any buried or obstructing services and make satisfactory arrangements for interference with such service with the proper jurisdictional agency. ' SPECIAL PROVISIONS - GENERAL CONTRACT NO. NW93-30 ' 4 ' 13. INQUIRIES DURING TENDERING The Bidder is advised that inquiries regarding the interpretation of the plans or specifications,shall be directed to the Consultants, G. M. Sernas &Associates Limited, and the following personnel: Darrell Goudey, P. Eng. (416) 432-7878 - Local Dale Dionne, P. Eng. (416) 686-6402 - Toronto ' 14. AWARD OF THE CONTRACT ' The award of this Contract is subject to the approval of the Corporation of the Municipality of Clarington. ' 15. DEFINITION OF AUTHORITY AND ENGINEER Wherever the word "Authority" or "Corporation" appears in this Contract, it shall be interpreted ' as meaning the "Corporation of the Municipality of Clarington'. Wherever the word "Ministry", "M.T.C." or "M.T.O." appears, it shall be deemed to mean the "Ministry of Transportation, Ontario" or the "Corporation of the Municipality of Clarington". Wherever the word"Engineer"appears in this Contract it shall be deened to mean the Consultants, ' G. M. Sernas &Associates Limited or such other officers,as may be authorized by the Authority to act in any particular capacity. ' 16. ONTARIO PROVINCIAL STANDARDS Ontario Provincial Standard Specifications (OPSS) and Ontario Provincial Standard Drawings (OPSD), forin part of this contract. The text of all OPSS's are contained in the Manual "Ontario Provincial Standard Specifications": ' Volume 1 - Construction Volume 2 - Materials SPECIAL PROVISIONS -GENERAL ' CONTRACT NO. NW93-30 5. 17. LIQUIDATED DAMAGES ' 1. Time Time shall be the essence of this Contract. 2. Progress of the Work and Time for Completion The Contractor shall complete this contract in its entirety by Friday, October 22, 1993. ' If the time limit above specified is not sufficient to permit completion of the work by the Contractor working a normal number of hours each day or week on a single daylight shift basis, it is expected that additional and/or augmented daylight shifts will be required ' throughout the life of the Contract to the extent deemed necessary by the Contractor to insure that the work will be completed within the time limit specified. Any additional costs occasioned by compliance with these provisions will be considered to be included ' in the prices bid for the various items of work and no additional compensation will be allowed therefore. If the Contractor is delayed in the completion of the work by reason of; ' (i) any breach of Contract or prevention by the Authority, by any other Contractor of the Authority or by any employee of any one of them; ' (ii) non-delivery of materials supplied by the Authority; (iii) any cause beyond the reasonable control of the Contractor as substantiated by him t to the satisfaction of the Engineer the time of completion shall be extended in writing at any time on such terms and for ' such period as shall be determined by the Engineer,and notwithstanding such extension, time shall continue to be deemed of the essence of this Contract. 3. Liquidated Damages ' It is agreed by the parties to the Contract that in case all the work called for under the Contract is not finished or completed by the date of completion specified aforementioned, , or as extended in accordance with Sub-section 107-2 of Form M-100,a loss or damage will be sustained by the Authority. Since it is and will be impracticable and extremely difficult to ascertain and determine the actual loss or damage which the Authority will suffer in the ' event of and by reason of such delay, the parties hereto agree that the Contractor will pay to the Authority the sum of FOUR HUNDRED DOLLARS ($400.00)as liquidated damages for each and every calendar days delay in finishing the work beyond the prescribed ' completion date. It is agreed that this amount is an estimate of the actual loss or damage to the Authority which will accrue during the period in excess of the prescribed date of completion. 1 1 SPECIAL PROVISIONS - GENERAL CONTRACT NO. NW93-30 1 The Authority may deduct any amount under this paragraph from any moneys that may 1 be due or payable to the Contractor on any account whatsoever. The liquidated damages payable under this paragraph are in addition to and without prejudice to any other remedy, action or other alternative that may be available to the Authority. 1 18. THE "CONTRACTOR'S SCHEDULE OF WORK" 1 Forthwith upon award of this Contract, the Contractor shall prepare a "Contractor's Schedule of Work". The Contractor's Schedule of Work will clearly show in weekly stages the proposed progress on the main items and subtrades of the Contract and shall indicate where applicable, the labour,construction crews, plant and equipment to be employed. The Contractor must complete 1 and remit his schedule to the Engineer within fourteen(14) days of Contract award. The schedule shall be updated as required by the Engineer during the course of construction. 19. LIST OF SUB-CONTRACTORS 1 The Contractor agrees to submit a list of any sub-contractors who will be carrying out any part of this Contract. This list shall show the names of the proposed sub-contractors and for what work each sub contractor will be responsible. The Authority has the right to reject any of the sub- contractors so named. In this event the Contractor shall arrange to have the proposed work done 1 by such other sub-contractor as may be approved by the Authority. The Contractor's attention is drawn to Section 104-9 of Form M-100, "Contractor's Responsibility". ' Should the Contractor cease operations, under no circumstances shall sub-contractors be allowed to continue to work on the site unless an authorized representative of the Contractor is present on the site at all times. The Contractor shall notify the Engineer in writing of the names and positions of the person or persons so representing the Contractor. 1 20. FORM M-100 1 Wherever in this Contract reference is made to Form M-100, or the General Conditions, it shall be interpreted as meaning the General Conditions of the Contractor, Form M-100, revised April 1983. ' 21. GOVERNMENTAL REQUIREMENTS 1 The Contractor shall obey all Federal,Provincial and Municipal Laws,Acts,Ordinances,Regulations, Orders-in-Council and By-Lays, which could in any way pertain to the work outlined in the Contract or to the Employees of the Contractor. Without limiting the generality of the foregoing, 1 the Contractor 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 Contractor's obligations under this Contract. 1 SPECIAL PROVISIONS -GENERAL ' CONTRACT NO. NW93-30 7. 22. NOTICE TO CONTRACTORS - RE: EMPLOYMENT ' The Contractor and any sub-contractor of the Contractor will,respective of the construction to be carried out under this Contract, ' (i) employ only residents of Canada, and (ii) in employing persons,refrain from discriminating against any person by reason of his race, ' religious views or political affiliations. 23. LABOUR CONDITIONS General , This Special Provision is to be read in conjunction with Section 108-7, Payment of Workers,of the General Conditions of the Contract and is subject to The Industrial Standards Act, The , Employment Standards Act, 1980 and the regulations made thereunder. The wage rates set out in the Roads and Structures Fair Wage Schedule are subject to change periodically. Any increase in costs incurred by a change in the wage rates shall be borne by the Contractor. Definitions ' For the purposes of this Special Provision, ' (a) "regular rate" means, (i) the hourly rate paid to an employee for their normal non-overtime work week,or; ' (ii) in the case of an employee to whom sub-clause (i) does not apply, the amount obtained by dividing their total earnings for the week by the number of hours they ' worked in the week. (b) "work on roads" means the preparation, construction, finishing and construction ' maintenance of roads, streets, highways and parking lots and includes all work incidental thereto other than work on structures; and; (c) "work on structures" means the construction, reconstruction, repair, alteration, ' remodelling,renovation or demolition of any bridge,tunnel or retaining wall and includes the preparation for and the laying of the foundation of any bridge;tunnel or retaining wall and the installation of equipment and appurtenances incidental thereto; ' provided, however, that the Minister of Labour, Ontario may at his/her sole discretion determine whether any particular work is to be classified as work on roads or as work on structures and such ' decision may be made notwithstanding the definitions herein contained. ' SPECIAL PROVISIONS - GENERAL CONTRACT NO. NW93-30 Hours of Work and Waees The regular work week for a period employed on work on roads being done under this Contract or any other Contract subject to these or similar labour conditions shall not exceed 55 hours and all time worked by such person in excess of 55 hours a week shall be overtime except that part of the hours of work in excess of 55 hours a week which together with the hours worked in the preceding week do not exceed 55 hours in that preceding week. But,in no case shall the number of hours that can be included in the hours of work for that preceding week exceed 22 hours. ' The regular work week for a person employed on work on structures being done under this Contract or any other Contract subject to these or similar labour conditions shall not exceed 50 ' hours and all time worked by such person in excess of 50 hours a week shall be overtime except that part of the hours of work in excess of 50 hours a week which, together with the hours worked in the preceding week do not exceed 50 hours in that preceding week. But, in no case shall the number of hours that can be included in the hours of work for that preceding week exceed 22 hours. Every person employed by the Contractor or a sub-contractor or other person to do any part of ' the work contemplated by this Contract shall be paid while employed on such work at not less than the wage rate set out in the Roads and Structures Fair Wage Schedule hereunder for the appropriate classification of such work or not less than such other wage rates as, during the ' continuance of the work, are fixed by the Minister of Labour, Ontario, for hours of work that are not overtime and shall be paid one and one half times his/her regular rate for all hours of work that are overtime. ' Notwithstanding that a Contractor pays wages in excess of the wage rates set out in the Roads and Structures Fair Wage Schedule hereunder, he shall not, in computing overtime wages payable to an employee, set off against such overtime wages any part of the wages earned by the employee ' in respect of their regular work period. Where a person is working on more than one Contract that is subject to these conditions, ' including any municipal Contract that contains similar labour conditions, the regular work week and the entitlement to overtime for that person shall be based upon the total hours worked on all such Contracts and if, on this basis, overtime is worked on this Contract the Contractor shall pay such person at the overtime rate and no waiver by that person of this entitlement to overtime ' wages and no interposition of a third party by way of an employment agency or as the nominal employer of that person shall relieve the Contractor of his/her obligation to pay that person the overtime wages. Decision by Minister of Iabour ' Where there is no appropriate classification set out in the Roads and Structures Fair Wage Schedule for any particular class of work, the Minister of Labour, Ontario, may designate or establish the appropriate classification and the wage rate. SPECIAL PROVISIONS -GENERAL , CONTRACT NO. NW93-30 9. The Contractor, upon receipt of notice of any decision of the Minister of Labour, Ontario, made ' under this Contract, shall immediately adjust the wage rates, hours and classification of work so as to give the effect to such decision. Fair Wage Schedule to be Posted The Contractor shall post, in accordance with Section 107-9 of the General Conditions of the ' Contract, the Roads and Structures Fair Wage Schedule and any amendments thereto. Contractor to Keep Records Which are to be Open for Inspection The Contractor shall keep proper books and records showing the names, trades, addresses and hourly wage rates of all workers in his/her employ or employed on this Contract through an employment agency and the wages paid to and time worked by such workers both at regular wage ' rates and at overtime wage rates, and the books or documents containing such records shall be open for inspection by officers of the Government at any time it may be expedient to the Minister of Labour to have the same inspected. ' Ministry Requirements Before Payments Made to Contractor The Contractor shall from time to time upon request furnish the Ministry with such detailed , information and evidence as may be required in order to establish that these labour conditions have been complied with not only by him/her but by any sub-contractor or other person doing any part of the work contemplated by the Contract. , ROADS AND STRUCTURES FAIR WAGE SCHEDULE PROVINCIAL ZONE ' ROAD BUILDING SECTION CLASSIFICATIONS RATES PER HOUR ' June 15, 1988 Licensed Operators $11.47 t Licensed Mechanics and Welders, Class "A" 10.77 Equipment and Maintenance Operators, Group "A" 10.65 Equipment and Maintenance Operators, Group "B" 10.12 Skilled Labourers 9.70 , Truck Drivers - Tow Tractor Operators - Rollermen (Grade) 9•52 Labourers 9.28 Flagperson 7.80 ' Watchperson 7.80 Students 7.50 ' SPECIAL PROVISIONS -GENERAL CONTRACT NO. NW93-30 ' 10. ' STRUCTURE SECTION Carpenters, Form Builders 11.47 Rodmen, Concrete Finishers, Painters 10.53 Structure Labour Operations 9.41 Structural Trainees 9.52 Classification Definitions: ' Licensed Operators - Includes Shovel, Clam, Gradall, Backhoe, Dragline, Piledriver, Operator. Equipment and Maintenance Operators, Group "A" - Includes Mechanic and Welder, Class "B"' Rollerman-Asphalt, Burnerman, Powderman, Boiler Engineer (with papers), Float Driver (over 25 ' tons), Concrete Paver (over 1 cu. yd.), Bulldozer (75 Drawbar H.P. and over), Grader Class "A" (Finished Grading), Front End Loader (1'12 yds. and over), Scraper, Crusher, Asphalt Spreader Operator. ' Equipment and Maintenance Operators, Group "B" - Includes Boiler Fireman, Mixerman, Float Driver(25 tons and under), Front End Loader(under 1'/z yds.),Grader Class"B" (Gravel and other ' Grading),Farm and Industrial Tractor with Power attachments,Driller(Air track),Bulldozer(under 75 Drawbar H.P.) Operator. Skilled Labourers-Includes Air Tool Operator,Asphalt Raker,Form Setter, Pipe Layer,Screedman. ' Structure Labour Operations - Includes Labourers on Structures. ' Structural Trainee-Means an employee who is enrolled in the Ontario Road Builder's Association Pilot Training Program. Off Site Work ' The Labour Conditions are intended for application primarily to work on the Contract site. Work that is carried out on sites that are not in the immediate vicinity of the Contract site or that are not ' used exclusively for the purposes of Contracts including Municipal Contracts, containing similar labour conditions will not be subject to the Labour Conditions. ' Traininiz Period for Equipment Operators (a) Employees, other than students, learning to operate equipment are classified as "Apprentice Equipment Operators", during, t (i) their first three months operating equipment which does not require a licensed operator; or ' (ii) their first 13 months operating equipment which requires a licensed operator. 1 SPECIAL PROVISIONS - GENERAL , CONTRACT NO. NW93-30 11. (b) The wages for apprentice equipment operato. s ;.ire as follows: , Windsor Zone The wage rate for Cement Improver Hamilton Zone The wage rate for Asphalc .raker ' Toronto Zone The wage rate for Asphalt 10hi er Ottawa Zone The wage rate for Skilled Labourer Provincial Zone The wage rate for Skilled Labourer ' Pile Driver Employees other than an operator are to be classified as"Pile Driver Men"and shall be entitled to ' the wage rate for Labourer - Structure Section. Servicing of Equipment by Operator "On Site" ' The Operator shall be entitled to his/her wage rate for the work in accordance with the terms of the "Special Provisions - Labour Conditions". ' Travelling Time Travelling time will not be subject to the Fair Wage Schedule. The hours and wages or monies ' paid for travelling time are to be deleted from the wage record of an employee in computing his/her wage entitlement. Gravel and Chip Spreader- Provincial Zone ' Employees engaged in this classification of work shall be paid the wage rate of Equipment and ' Maintenance Operator, Group "B". Room and Board Allowance The amount of room and board allowance will be negotiated between the employer and employee but in no case will the net amount of wages due to an employee be less than such wages an employee in General Construction work would receive at the minimum wage of$5.40 per hour ' and overtime at one and one-half times that rate for hours worked in excess of 44 hours a week and the maximum deduction for Room and Board of$51.00 per week as required by Regulation under the Employment Standards Act. ' Farm or Industrial Tractors with Attachments The attachment must be power operated and be an integral part of the tractor. ' Wage Rates for Students (a) Students employed as FLAGPERSONS or WATCHPERSONS shall be entitled to the wage ' rate for these classifications. 1 ' SPECIAL PROVISIONS - GENERAL CONTRACT NO. NW93-30 ' 12. (b) Students performing work in positions that are classified in the Fair Wage Schedule,other ' than FLAGPERSONS or WATCHPERSONS, shall be entitled to receive the student rate, notwithstanding the rate set out in the Schedule for the classification applicable to the work. ' (c) Students employed for more than three months in a classified position shall then be entitled to the wage rate for that classification. ' (d) Students performing work in positions that are not classified in the Fair Wage Schedule shall be entitled to receive the student rate, regardless of the location of the Contract. ' 24. PROVINCIAL SALES TAX Provincial Retail Sales Tax shall be included in tendered prices for material supplied under this Contract. 25. GOODS AND SERVICES TAX(GST) ' The Tenderer shall NOT include any amount in his tender unit prices for the Goods and Services Tax. The GST will be shown on each payment certificate and will be paid to the Contractor in ' addition to the amount certified for payment and will therefore not affect the Contract unit prices. ' 26. RESTRICTIONS ON OPEN BURNING No open burning will be allowed on this Contract. ' 27. REVISIONS TO FORM M-100 Lines and Grades: The following clause shall override the related clause as contained in the General Conditions of ' Contract, 104-7 "Lines and Grades". All general layout required by the Contractor for the purposes of this construction, shall be done by the Consultant, however, the Contractor,at the Contractor's expense shall provide such masts, ' scaffolds, batter boards, slope stakes, straight edges, templates and other devices as may be necessary to facilitate laying out, inspecting and constructing the work. 1 SPECIAL PROVISIONS -GENERAL t CONTRACT NO. NW93-30 13. Payment for Extra Work: , Sub-section 108-4 "Payment for Extra Work" of Form M-100 (April 1983) is amended as herein provided. ' The following three paragraphs are to be added following the eighth paragraph on Page 22. "Road Work" means the preparation, construction, finishing and maintenance of roads, streets, , highways and parking lots and includes all work incidental thereto other than work on structures. "Structure Work"means the construction,reconstruction,repair,alteration,remodelling,renovation ' or demolition of any bridge,building,tunnel or retaining wall and includes the preparation for and the laying of the foundation of any bridge, building, tunnel or retaining wall and the installation of equipment and appurtenances incidental thereto. ' Payments in respect of payroll burden, exclusive of costs where incurred for board, lodging and similar items, will be made at the rates current at the time the Extra Work is performed. The ' following rates are currently effective: (i) Road work- 26 percent of wages and salary (ii) Structure work- 30 percent of wages and salary ' Maior Item ' Sub-section 101-6 of Form M-100 is deleted and replaced by the following: "Major Item" means any individually bid tender item that has a value,calculated on the basis of its ' actual or estimated tender quantity whichever is the larger, multiplied by its tender unit price, which is equal to or greater than the lesser of: (a) $100,000.00 ' or (b) 5% of the total tender value calculated on the basis of the total of all the estimated tender quantities and the tender unit prices. Extra Work Sub-section 108-4"Extra Work Payment" of Form M-100 is amended by deleting the first sentence ' of the fifth last paragraph and replacing it with the following: Where the Contractor arranges for extra work to be carried out by others and has received ' approval prior to the commencement of the work, the Authority will pay the Contractor 120%of the first$1,000, 115%of the portion from $1,000 to $5,000, and 105%of the portion in excess of , $5,000 of the compensation as herein provided. ' SPECIAL PROVISIONS - GENERAL CONTRACT NO. NW93-30 ' 14. ' Changes to Government Taxes Section 108-9 of Form M-100 is deleted in its entirety, and is replaced by the following: ' 108-9 Fuel and Sales Taxes: The Contractor shall pay all taxes under existing legislation on all fuels and materials used by him ' in the performance of the Contract. Where a change in Canadian Federal or Provincial taxes occurs after the Tender Closing Date for ' this Contract,and this change could not have been anticipated at the time of bidding,the Authority will increase or decrease Contract payments to account for the exact amount of tax change involved. ' Claims for compensation for additional tax cost shall be submitted by the Contractor to the Engineer on forms provided to the Contractor. Such claims for additional tax costs shall be submitted not later than 30 days after the date of acceptance of the work. ' Where the Contractor benefits form a change in Canadian Federal or Provincial Government taxes, the Contractor shall submit to the Engineer, on forms provided by the Engineer, a statement of ' such benefits. This statement shall be submitted not later than 30 days after the date of acceptance of the work. The Engineer reserves the right to make deductions from regular progress payments to compensate ' for the estimated benefit from decreased tax costs. Such deductions will be set-off from Contract payments pending receipt of the statement itemizing the benefits which have resulted form a decrease in tax costs at which time the final payment adjustment will be determined. ' 28. SUPPLY OF MATERIALS ' All materials necessary for the proper completion of the work shall be supplied by the Contractor, except as specifically noted,and the payment provided in the Contract shall be deemed to include full compensation for the supply of such materials. 29. SUBSTANTIAL PERFORMANCE AND CERTIFICATION The work is substantially performed, (a) when the Work to be performed under the Contract or a substantial part thereof is ready for use or is being used for the purpose intended; and (b) when the Work to be performed under the Contract is capable of completion or, where there is a known defect, correction, at a cost of not more than: (i) 3% of the first $500,000 of the Contract price, ' (ii) 2% of the next $500,000 of the Contract price, and (iii) 1% of the balance of the Contract price. SPECIAL PROVISIONS -GENERAL ' CONTRACT NO. NW93-30 15. For the purposes of this Contract where the Work or a substantial part thereof is ready for use or ' is being used for the purposes intended and the remainder of the Work cannot be completed expeditiously for reasons beyond the control of the Contractor or, where the Authority and the Contractor agree not to complete the Work expeditiously, the prices of the services or materials remaining to be supplied and required to complete the Work shall be deducted from the Contract price in determining substantial performance. Substantial Performance- Certification , Upon application by the Contractor and where the Contract has been substantially performed,the Engineer will issue a Certificate of Substantial Performance. , The Engineer will set out in the Certificate of Substantial Performance the date on which the Contract was substantially performed and within 7 days after signing the said certificate the Engineer will provide a copy to the Contractor. ' Upon receipt of a copy of the Certificate of Substantial Performance,the Contractor shall forthwith, as required by Section 32(1) Paragraph 5 of the Construction Lien Act, publish a copy of the ' certificate in a construction trade newspaper. Such publication shall include placement in the Daily Commercial News. Where the Contractor fails to publish a copy of the Certificate of Substantial Performance as ' required above within 7 days after receiving a copy of the certificate signed by the Engineer, the Authority may publish a copy of the certificate at the Contractor's expense. Except as otherwise provided for in Section 31 of the Construction Lien Act,the 45-day lien period , prior to reduction of holdback as referred to elsewhere in this Contract under "Payments", shall commence from the date of publication of the Certificate of Substantial Performance as provided , for above. 30. PAYMENTS , Except as herein provided, payments under this Contract shall be made in accordance with Section 108-3 of the General Conditions, Form M-100. ' Paragraph 2 of Section 108-3 of the General Conditions, Form M-100 is ammended such that net payment will be made within thirty(30) days following the date of certification as identified on the , Payment Certificate. Where substantial performance has been certified as elsewhere provided, the statutory holdback otherwise retained at 10% of the value of work performed, shall, upon expiry of 45 days form the ' date of publication of substantial performance, be reduced to 21/z%. Where substantial performance has not been certified but the work has been fully completed and , accepted by the Authority, holdback shall be retained at 10% until expiry of 45 days from the aforesaid date of acceptance, following which it shall be reduced to 21/z%. SPECIAL PROVISIONS -GENERAL CONTRACT NO. NW93-30 ' 16. 1 Final payment shall be made, including full holdback release,within three months from the date ' of acceptance of the completed, Rork, subject to provision of the following: (i) A declaration sworn before a Commissioner,justice of the Peace, etc., shall be provided by the Contractor stating that all debts contracted during the performance and in ' conjunction with this Contract have been discharged whether such debts were contracted by the Contractor or his employees. Such declaration shall be provided on the form to be supplied by the Authority. ' (ii) A certificate from the Workers Compensation Board shall be provided indicating that all payments by the Contractor to the Board, in conjunction with this Contract have been made and that the Authority will not be liable to the Board for future payments in ' connection with this contract. (iii) Two copies of a form of release signed by each property owner, upon whose land the ' Contractor has entered for any purpose in conjunction with the Contract, shall be provided by the Contractor, as described elsewhere in the Special Provisions - General. ' (iv) A statement defining the status of all damage or other claims received by the Contractor, resulting from the work. The Contractor is advised that notwithstanding the conditions of this Clause,the Authority ' reserves the right to restrict payment for work carried out in 1993 subject to availability of funds. SPECIAL PROVISIONS -GENERAL , CONTRACT NO. NW93-30 17. ' 31. PROPERTY OWNER'S RELEASE OF PRIVATELY OWNED LAND USED BY THE CONTRACTOR Upon completion of the Contract, the Contractor shall provide the Authority with two (2) copies ' of a form of release signed by each property owner, upon whose land he has entered for any purpose in conjunction with the Contract, as follows: Date........................ To: Mr. W.A. Evans, P.Eng. ' Director, Public Works Department Corporation of the Municipality of Clarington , 40 Temperance Street BOWMANVILLE, Ontario. L1C 3A6. Re: Contract No. NW93-30 ' Dear Sir: I hereby certify that (Name of Contractor) have fulfilled the terms of our agreement and have left my property in a satisfactory condition. I have accepted their final payment and release ' (Name of Contractor) and the Corporation of the Municipality of Clarington from further obligations. , Yours very truly, ................. Signature Property Owner's Name................................Lot.........Concession.......... ' Municipality of...................................... (Please complete above in printing) , Final payment will not be released to the Contractor until all the applicable forms of release have been signed by the property owners and received by the Authority. ' SPECIAL PROVISIONS -GENERAL CONTRACT NO, NW93-30 18. 32. PREVENTION OF DAMAGE ' The failure of the Engineer to order necessary precautionary measures, protective work or any other requirements shall not relieve the Contractor of the responsibility for the prevention of damage to the project, buildings, or other surface or sub-surface structures, or for accidents to ' persons,whether employed on the project or not, which might result from such failure to install, place or use such precautionary measures, protective work or other requirements. Furthermore, the fact that the Engineer does order precautionary measures, protective work or other ' requirements shall not relieve the Contractor form any of his responsibilities under this Contract. 33. REVISION TO FORM M-100,CLAUSE 106-1,CONTRACTOR'S RESPONSIBILITY FOR DAMAGE The Contractor shall indemnify and save harmless the Consultants, G. M. Sernas & Associates Limited, in the same manner and to the same extent as required by Clause 106-1 and 106-2 of ' Form M-100 for the Authority, from and against all claims, demands, loss, costs, damages, etc., as specified. The Contractor shall name the Authority and the Consultants, G. M. Sernas &Associates Limited, ' as additional insureds. ' 34. REVISION TO FORM M-100, CLAUSE 106-2, LIABILITY INSURANCE Section 106-2 of the General Conditions,Form M-100,is hereby revised,in that the Contractor will ' be required to provide public liability and property damage insurance in respect of any one accident, to the limit of at least $3,000,000. ' 35. UTILITIES, FENCES AND PRIVATE PROPERTY The Contractor shall be responsible for the protection of all utilities, fences and private property ' at the job site during the time of construction. The Authority will be responsible for the relocation of utilities where required. However, no ' claims will be considered which are based on delays or inconvenience resulting from the relocation not being completed before the start of this Contract. The location and depth of underground utilities shown on the Contract drawings, are based on ' the investigations made by the Authority. It is, however, the Contractor's responsibility to contact the appropriate agencies for further information in regard to the exact location of all utilities, to exercise the necessary care in construction operations and to take such other precautions as are ' necessary to safeguard the utilities from damage. The attention of the bidders is drawn to the presence of existing above ground and underground plant adjacent to and/or on this Contract. Information on the protection thereof,may be obtained from the Consultant or from the Utility Firms concerned. SPECIAL PROVISIONS -GENERAL ' CONTRACT NO. NW93-30 19. 36. REVISION TO OPSS 314.10 - HAUL ROADS ' OPSS 314.10 is revised by the addition of the following: When so required by the Engineer, payment for maintenance and restoration of haul roads will be ' made for the materials provided and the work performed as specified, at tender prices, or at negotiated prices. ' 37. DUST CONTROL ' In accordance with subsection 106-1 of Form M-100 the Contractor shall take such steps as may be required to prevent dust nuisance resulting from his operations either within the right-of-way or elsewhere or by public traffic where it is the Contractor's responsibility to maintain a roadway , through the work. Where the work requires the sawing of asphalt or the sawing or grinding of concrete, blades and ' grinders of the wet type shall be used together with sufficient water to prevent the incidence of dust,wherever dust would affect traffic or wherever dust would be a nuisance to residents of the area where the work is being carried out. , The cost of all such preventative measures shall be borne by the Contractor except however where water or calcium chloride is used to reduce the dust caused by traffic on a roadway which it is the Contractor's responsibility to maintain for public traffic, the cost of such quantities of water and , calcium chloride as are authorized by the Engineer to restrict dust to acceptable levels, shall be paid for by the Authority at the contract prices for Application of Water or Application of Calcium Chloride. ' 38. TRAFFIC CONTROL, FLAGGING Flagging for traffic control on this Contract shall be in conformance with the procedure outlined , in the pamphlet entitled "Correct Methods for Traffic Control" issued by the Construction Safety Associations of Ontario. Copies of this pamphlet may be obtained from the Engineer in charge of the Contract or by request from the Ministry of Transportation and Communications' District Office. Each flagman shall, while controlling traffic, wear the following: ' (i) an approved fluorescent blaze orange or fluorescent red safety vest, or (ii) an approved fluorescent blaze orange or fluorescent red armband on each arm, and an ' (iii) approved fluorescent blaze orange or fluorescent red hat. ' SPECIAL PROVISIONS - GENERAL CONTRACT NO. NW93-30 ' 20. 39. PROVISIONS FOR TRAFFIC Construction and Removal of Detours ' Where the Contractor wishes to construct at specific locations, detours where none are called for in the Contract, and if the Engineer approves the construction of such detours, the construction, and if required, the subsequent removal,will be carried out at the Contractor's expense. Removal will be carried out as directed and at the discretion of the Engineer and shall consist of the ' disposal, levelling and trimming of the excavated material and such restorative measures as may be required. Such detours shall be constructed with granular base courses consisting of minimum depths of 150mm of granular base and 150mm of Granular 'A' compacted to dry densities of 100 percent of the maximum dry densities. Where detours are not called for in the Contract, a reduction in the width or in the number of traffic lanes will be permitted only when specified in the Contract documents or when in the opinion of the Engineer, no danger or inconvenience to the travelling public will result from such reduction. ' Maintenance of Road Throughout the Work ' When in accordance with Section 106-4 of Form M-100 it is the Contractor's responsibility to maintain a road through the Rork, the Contractor shall supply at his expense, all labour, equipment and material to maintain the road in a satisfactory condition,except that when required ' for normal maintenance purposes the supply and placing of Granular 'A', calcium chloride, bituminous patching materials and guide rail replacement, will be paid for at the appropriate tender unit prices. Where the Contractor has constructed detours which are not called for in the Contract and where tabour,equipment and material are required to effect repairs to such detours ' due to failure of the roadbed,such work will not be considered as normal maintenance but as part of the cost of construction, and all such work will be at the Contractor's expense. ' 40. - CONTRACTOR'S SUPPLY OF CONSTRUCTION SIGNS In accordance with Section 106-3 of the General Conditions, the Contractor is responsible for the ' supply, erection, maintenance and subsequent removal of all temporary traffic controls, including signs, lights, barricades, delineators, cones, etc., required on the work. ' Traffic controls shall be provided in general accordance with the latest edition of the M.T.C. "Manual of Uniform Traffic Control Devices", Division 5. ' 41. MAINTENANCE OF TRAFFIC ' The Contractor shall at all times maintain the roadway surface within the contract limits in a condition satisfactory to the Engineer and such that any emergency vehicles may have immediate access to any building located within the limits for this contract. The Contractor shall be ' responsible for all signing at the contract limits and within the contract limits. The Contractor shall ensure the signing is properly maintained while in use. It shall be the Contractor's responsibility to directly notify Police, Fire and Ambulance services of road closures at least 24 ' hours in advance of such closures and to notify these same authorities when such closures are no longer in effect. i SPECIAL PROVISIONS -GENERAL ' CONTRACT NO. NW93-30 21. 1 It is the Contractor's responsibility to advertise all road closures in local newspapers a minimum of one week in advance of such closure. The newspaper advertisement shall indicate the date of i closing of the roadway and the length of time for which the road will be closed. This advertising is in addition to the notification required for Police, Fire and Ambulance as indicated above. The Contractor is responsible for all signing on Trulls Road and the internal subdivision roads as required to complete the works. 42. EMERGENCY AND MAINTENANCE MEASURES i Whenever the construction site is unattended by the general superintendent, the name, address , and telephone number of a responsible official of the contracting firm, shall be given to the Engineer. This official shall be available at all times and have the necessary authority.to mobilize workmen and machinery and to take any action as directed by the Engineer in case emergency or maintenance measures are required regardless whether the emergency or requirement for , maintenance was caused by the Contractor's negligence, act of God, or any cause whatsoever. Should the Contractor be unable to carry out immediate remedial measures required,the Authority i will carry out the necessary repairs, the costs for which shall be charged to the Contractor. 43. ENGINEERING FIELD OFFICE ' The Contractor shall,at no additional expense to the Authority,supply an office for the exclusive use of the Engineer. This office shall be located as directed by the Engineer, but in no case shall be more than one-half kilometre from the Contract limit. The Engineer's office shall have a minimum of 17m2 of floor area,with a clear ceiling height of not i less than 2.3m, weatherproof, insulated walls and roof and a tight wooden floor raised at least 0.3m clear of the ground. The office shall be fitted with a minimum of two glazed windows, both of which can be opened and are fitted with screens. The door shall have a reliable lock, all keys for which shall be in the care of the Engineer. The Contractor shall supply electric light,heat and ' telephone service when required, to the Engineer's satisfaction and shall furnish the office with a minimum-of one desk, one drafting table, two chairs, two drafting stools, one filing cabinet and a broom. ' 1 1 i SPECIAL PROVISIONS - GENERAL CONTRACT NO. NW93-30 ' 22. ' Where the Contractor elects to supply a combination office for the use of the Engineer and his own staff,the minimum requirements for the Engineer's accommodation as outlined shall be met. In addition,separate outside access for each office shall be provided and the Engineer's office shall be partitioned off from that of the Contractor, on the inside. Any inside connecting door between ' the two offices shall be fitted with a lock or closer on the Engineer's side. Where the field office is situated remote from a built-up area and where alternate toilet facilities ' are not available, the Contractor shall also supply an acceptable chemical or equivalent dry toilet, in a location convenient to the Engineer's office. The field office and other facilities shall be provided at the site within 14 days of the Date of ' Notification to Commence Work or on the date of the Contractor's actual commencement of work, whichever date occurs first, and shall remain at the site, if the Engineer so requires, for a period of up to two months after the completed work is accepted by the Authority. 44. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL ' (1) Scope This special provision defines the requirements for management and disposal of excess aggregate, rock, earth, swamp material, bituminous pavement, portland cement concrete, masonry, manufactured wood materials, natural wood materials, debris from open burning, and fabricated metal and plastic products. ' (2) Definitions Bituminous pavement: means any combination of asphaltic material and aggregate. ' Construction area: means the road allowance,right-of-way,and property with a boundary common to the road allowance or right-of-way within the Contract limits. ' Disposable fill: means excess material that is not disposed of at a certified disposal site, and that is disposed of as fill, other than in embankments. Earth: means earth as defined in OPSS 206, excluding any material not classified as soil. Excess material: means aggregate, rock, earth, swamp material, bituminous pavement, Portland cement concrete, masonry, manufactured wood materials, natural wood materials, debris from open burning, and fabricated metal and plastic products that result from construction specified in the Contract and for which neither disposal nor use is elsewhere directed in the Contract. ' Fabricated metal and plastic products: means metal and plastic products such as culverts, fence materials, and guide rails, but does not include containers, other packaging materials, storage tanks,septic tanks,and ancillary equipment associated with sanitary sewage systems,septic systems, and fuel ubricant dispensing and storage systems. SPECIAL PROVISIONS -GENERAL CONTRACT NO. NW93-30 23. Manufactured wood: means wood that is not entirely natural wood. Masonry: means clay brick and associated mortar. ' Natural wood: means stumps, trunks, branches, and debris from tree and shrub removal, and wood products that are not treated, coated or glued. ' Portland cement concrete: means concrete produced with Portland cement,and includes concrete mixtures with Portland cement,blended hydraulic cement,supplementary cement materials,spent ' debris and silica and abrasive blasting media from abrasive cleaning of concrete and reinforcing steel, and can include embedded steel. Re-use: means utilization, processing or re-processing of excess material into a construction ' material or other useful product,and disposal by these means,and includes stockpiling for re-use. Rock: means rock as defined in OPSS 206. ' Swamp material: means swamp material as defined in OPSS 209, excluding any material not classified as muskeg. Waste: means excess material that is not managed by re-use, open burning, or as disposable fill. ' (3) Submission and Notification Requirements 3.1 Notification of Site Selection and Property Owner Release For purposes of this special provision, the fourth paragraph of Form 106-1 is deleted and is ' replaced by the following: Written permission shall be obtained from the Owner of property that is not owned by the ' Authority or designated for use in this Contract, prior to its use for any of the following: (a) Stockpiling for re-use. ' (b) Stockpiling for disposable till. (c) Management as disposable fill. A copy of this permission shall be provided to the Engineer a minimum of two weeks prior to commencement of such work. Upon completion of such work, a copy of a Property Owner's Release as set out elsewhere in the Contract shall be supplied to the Engineer. SPECIAL PROVISIONS - GENERAL CONTRACT NO. NW93-30 ' 24. ' 3.2 Notification to Ministry of the Environment Prior to commencement, written notification of the location(s) of the following shall be provided to the Ministry of the Environment (MOE): ' (a) Management of bituminous pavement and portland cement concrete as disposable fill outside the road allowance, right-of-way, or other Authority property, and ' (b) Open burning. In the event that MOE has concerns with the above location(s), further notification shall be ' provided until MOE concerns are addressed. The MOE Office to be notified is located at: 7 Overlea Boulevard,Toronto, Ontario. M4H 1AS. ' A copy of the notification shall be provided to the Engineer a minimum of two weeks prior to the commencement of such work. ' 3.3 Submission of Certificate of Approval Where Section 4.5 of this special provision requires a Certificate of Approval for a Waste ' Management System, a copy of the Certificate shall be supplied to the Engineer prior to transporting excess material from the construction area. ' (4) Conditions for Management of Excess Material 4.1 General Except as otherwise specified in the Contract, excess material shall be managed by one or a combination of the following: ' (a) Re-use. (b) Disposable fill. (c) Open burning. ' (d) Disposal as waste. It is the Contractor's responsibility to obtain any approvals and agreements, either directly or in response to notification as specified in Section 3 above, that are required to implement the ' Contractor's strategy for the management of excess material. 4.2 Conditions on Management by lZe-use ' Management by re-use for incorporation into the work shall be as permitted in the Contract. Management by re-use shall otherwise be outside the road allowance or right-of-way. SPECIAL PROVISIONS - GENERAL ' CONTRACT NO. NW93-30 25. Management by re-use for both incorporation into the work and other re-use shall be subject to ' the following conditions: Except where used in base, sub-base, shouldering material or recycled hot mix, excess ' material consisting of bituminous pavement that is managed by re-use shall be placed; (a) A minimum of 30m from bodies of water and watercourses,excluding ditches with , "V" bottoms; (b) A minimum of 100m from any water wells. Except for cutting for construction purposes, excess material consisting of manufactured ' wood shall not be reprocessed or further processed. 4.3 Conditions on Management as Disposable Fill ' Management as disposable fill within the road allowance, right-of-way, and on other property designated in the Contract shall be specified in the Contract. ' Management as disposable till shall otherwise be outside the road allowance or right-of-way and shall be subject to the following conditions: Swamp material,bituminous pavement,portland cement concrete,masonry,natural wood, ' and debris from open burning that are managed as disposable fill shall be placed: (a) A minimum of 30m from bodies of water and watercourses,excluding ditches with ' "V" bottoms. (b) A minimum of 100m from any water wells. ' (c) A minimum of 100m from individual dwellings and a minimum of 460m from residential development, and (d) A minimum of 2m above the level of the groundwater. Bituminous pavement, portland cement concrete,masonry,natural wood,and debris from open burning, that are managed as disposable fill shall be covered by a minimum of 100mm of earth or topsoil. ' 4.4 Conditions on Management by Open Burning Management by open burning shall be subject to the following conditions: ' Open burning shall be limited to natural wood, confined to daylight hours, and tended at all times. ' Open fires shall be located within the construction area only,no closer than 150m to any dwelling, and shall be conducted in a manner that prevents odour, excessive smoke, or ' other material discomfort to nearby recipients, and prevents any decrease in visibility on any highway. 1 ' SPECIAL PROVISIONS - GENERAL CONTRACT NO. NW93-30 ' 26. Open fires shall not be started on days of adverse weather such as rain, fog, or other ' conditions that prevent the ready dispersion of smoke. During the fire season this condition may be exempted in the fire zone,provided there are no dwellings within 600m. Debris from open fires shall be managed in compliance with Section 4.3, or Section 4.5 ' of this special provision. 4.5 Conditions on Management by Disposal of Waste ' Waste shall be managed as non-hazardous solid industrial waste or commercial waste. Management by disposal as waste shall be subject to the following conditions: ' Waste shall be transported from the construction site to a site that has a Certificate of Approval for a Waste Disposal Site that is valid for non-hazardous solid industrial or commercial waste. ' Waste may be transported by a hauler who is engaged in other work on the Contract, without a Certificate of approval for a Waste Management System, provided the waste is ' transported from the work area directly to the disposal site. Waste shall otherwise be transported by a hauler with a Certificate of Approval for a Waste Management System that is valid for the following: ' (a) The entire period of the work. (b) The entire area within the limits of the work and the entire haul route. ' (c) The equipment to be utilized; and (d) Non-hazardous solid industrial or commercial waste. (5) Basis of Payment Payment for the management and disposal of excess material shall be deemed to be included in the tender items requiring such management and disposal, and shall include all costs associated ' with acquiring approvals, releases and agreements. 1 1 SPECIAL PROVISIONS -GENERAL ' CONTRACT NO. NW93-30 27. 45. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 - DESIGNATED SUBSTANCES In accordance with the requirements of Section 18a(1) of the Occupation Health and Safety Act, ' the Authority has determined that no designated substances as listed hereunder are present on the site and within the limits of this Contract. Designated Substance Identified on This Site Location Acrylonitrile ' Arsenic Asbestos Benzene Coke Oven Emissions , Ethylene Oxide Isocynates Lead ' Mercury Silica Vinyl Chloride It is the responsibility of the Contractor to ensure that all sub-contractors performing work under , this Contract have received a copy of this specification, where Designated Substances are identified as being present at the site of the work. ' The Contractor shall comply with the governing Ministry of Labour Regulations respecting protection of workers, removal, handling and disposition of the Designated Substances encountered on this , Contract. Prior to commencement of this work,the Contractor shall provide written notification to the Ministry of the Environment at 7 Overlea Boulevard, Toronto, Ontario,M4H 1A8 of the location(s) proposed for disposal of Designated Substances. A copy of the notification shall be provided to the Engineer a minimum of two weeks in advance of work starting. In the event that the Ministry of Environment has concerns with any proposed disposal location, ' further notification shall be provided until the Ministry of the Environment's concerns have been addressed. All costs associated with the removal and disposition of Designated Substances herein identified,shall be deemed to be included in the appropriate tender items. Should a Designated Substance not herein identified be encountered in the work,then management ' of such substance shall be treated as Extra Work. 1 ' SPECIAL PROVISIONS -GENERAL CONTRACT NO. NW93-30 ' 28. i 46. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM (WHMIS) ' Reporting Prior to the commencement of work the Contractor shall provide, to the Engineer, a list of those ' products controlled under WHMIS which he expects to use on this Contract. Related Material Safety Data Sheets shall accompany the submission. All containers used in the application of products controlled under WHMIS shall be labelled. ' The Contractor shall notify the Engineer of changes to the list in writing and provide the relevant Material Safety Data Sheets. 47. METRIC CONVERSION ' 1. The Contractor shall be responsible for all conversion of dimensions from Metric units to Imperial units not provided herein or on the drawings. All such conversions shall be approved by the Engineer; however, such approval does not relieve the Contractor of his responsibility for the correctness of the conversions. ' 2. This matter shall be discussed by the Contractor and the Engineer prior to the beginning of any work on the site. I48. ASPHALT MIX DESIGNS The Contractor shall be responsible for the provision of current mix designs for all hot mix asphalt required for the work, or for having the necessary mix designs prepared by a certified laboratory. The mix designs proposed for use by the Contractor shall be submitted in writing to the Engineer for his approval and no work shall commence until the design mixes are approved. ' All costs associated with the provision of approved mix designs shall be borne by the Contractor. Steel slag and-blast furnace slag coarse and tine aggregates shall not be used in any hot mix required for this Contract. 49. CONCRETE MIX DESIGNS The Contractor shall be responsible for the concrete mix design except for low slump concrete ' overlays and latex modified concrete overlays which the Authority will design, and for providing concrete or the specified properties. Concrete shall conform to the requirements of OPSS 1350 except as noted below: 1 SPECIAL PROVISIONS - GENERAL ' CONTRACT NO. NW93-30 29. (1) Sub-section 1350.07.07.01 is deleted and replaced by the following: 1350.07.07.01 Contractor Designed Mix ' Mix proportions shall be selected in accordance with A.C.I. Standard 211.8-81 "Standard Practice for Selecting Proportions for Normal, Heavyweight and Mass Concretes" and the ' requirements of this special provision. The values given in Table 5.3.6 of the A.C.I. standard for the determination of the volume of ' coarse aggregate in the concrete mix shall be increased by not less than 10 percent except where the concrete is deposited using a pump. At least three weeks prior to the placement of concrete the Contractor shall submit to the ' Engineer a statement indicating the source of coarse and fine aggregate to be used in the concrete work. The mix proportions and the required test data,for each class of concrete,shall be submitted ' to the Engineer at least seven days prior to the placement of concrete. They shall be submitted in the standard Form PH-CC-433 under the headings (A) and (B). (A) Contractor Designed Concrete Mix , Mix Proportions shall be expressed as follows: ' i) Portland Cement - Type, Source and Content in kilograms per cubic metre of concrete. ii) Cementitious - Percent Slag, Source and Content Hydraulic Slag in Kilograms per cubic metre of concrete. iii) Coarse Aggregate- Nominal maximum size, Relative Density (Dry) Source. ' Content in kilograms per cubic metre of concrete and Dry Rodded Density in kilograms per cubic metre of concrete. iv) Fine Aggregate - Fineness Modulus, Relative Density (Dry), Source and Content in kilograms per cubic metre of concrete. v) Water- Content in kilograms per cubic metre of concrete. vi) Chemical - Source, Type and Dosage per 100 , Admixture Kilograms cement vii) Air Entraining- Source and Type ' Admixture Mix proportions shall be based on an aggregate in an oven dry condition. ' SPECIAL PROVISIONS - GENERAL CONTRACT NO. NW93-30 ' 30. (B) Strength Test Data ' The Contractor shall produce the following information with regard to the mix design. The information shall consist of test data from a laboratory or field mix batch or concrete, or a summary of test data from previous work using similar concrete mix proportions,as follows. ri) Laboratory or Field Mixed Batch of Concrete The test data shall include compressive strength tests consisting of at least one set of standard cylinders tested at 7 days, and 1 set of standard cylinders tested at 28 days. For mixes with cementitious hydraulic slag, the compressive strength tests shall also include one set of standard cylinders tested at 3 days. The air content, temperature and slump ' of the samples of concrete used to fabricate the test cylinders shall be stated. Note: The intent of the laboratory or field mixed batch of concrete is to indicate the ' ability of the proposed mix proportions to produce concrete of the required properties. ii) Summary of Test Data The test data shall include at least ten consecutive 28 day strength tests from previous work. The data shall report individual strength tests and the average of all groups of three consecutive strength tests. The air content and slump of the samples of concrete used to fabricate the test cylinders shall be stated. The tests shall have been carried out within a period of two years prior to the award of the Contract. ' (2) Sub-section 1350.08.01.02 is deleted and replaced by the following: 1350.08.01.02 Sampling of Mix Design Materials 1 For Contractor designed mixed samples of acceptable aggregates, cement, water, chemical admixtures and air entraining admixtures representative of the materials to be used in the work shall be provided to the Engineer when requested at the time the proposed mix 1 proportions are submitted to the Authority. (3) Sub-section 1350.07.07.03, Part (b), is deleted and replaced by the following: ' 1350.07.07.03 High Strength Concrete b) Contractor Design Mix The proposed mix proportions shall meet the requirements of revised Sub-section 1350.07.07.01 above and in addition shall be tested in a full size field trial batch of concrete. When the concrete is mixed within a ready mixed truck, the size of the trial batch shall ' be that volume of concrete normally mixed in the truck. SPECIAL PROVISIONS ' GENERAL CONTRACT NO. NW93-30 31. When the Contractor elects to use a source of ready mix concrete, the trial batch of concrete shall originate from the same plant that will be used for the supply of high strength concrete and the trial batch shall be delivered to the site of the work and tested. ' Where access to the site of the work is not possible the Engineer will designate a suitable location for testing. The testing of the field trial batch of concrete shall be the responsibility of the Contractor. Strength test data from the field trial batch shall consist of at least one set of standard , cylinders tested at 7 days and one set of standard cylinders tested at 28 days. For mixes with cementitious hydraulic slag the strength test data shall also include one set of standard cylinders tested at 3 days. The air content,temperature and slump of the samples of concrete used to fabricate the test cylinders shall be stated. ' When approved by the Engineer, the concrete from the trial batch may be incorporated into parts to the structure. Basis of Payment I All costs for the above work shall be included in the Contract price for the appropriate concrete item(s). Amendment to OPSS 1301 Section 1301.01 "Scope" of OPSS 1301 is deleted and replaced with the following: This specification covers the requirements for Portland cements, blended hydraulic cements and supplementary cementing materials together with the method of sampling,testing,delivery,handling and storage, prior to proportioning. The following types of cementing materials are covered by this specification: Portland Cements: , Type 10 - Normal -Intermediate Grind Type 20 - Moderate Type 30 - High Early Strength Type 40 - Low Heat of Hydration Type 50 - Sulphate Resistant ' SPECIAL PROVISIONS - GENERAL CONTRACT NO. NW93-30 32. Blended Hydraulic Cements: ' Type 10-S - Portland Blast Furnace Slag Cement Type 10-SM - Slag-Modified Portland Cement Type 10-P - Portland Pozzolan Cement tSupplementary Cementing Materials: ' Slag - Type G - Ground Granulated Blast Furnace Slag Fly Ash - Type F - Fly Ash normally produced from burning anthracite or bituminous coal - Type C - Fly Ash normally produced from burning lignite of sub-bituminous coal ' Section 1301.02 "Reference" of OPSS 1301 is amended by the deletion of the reference of CSA Standard "363-M83 Cementitious Hydraulic Slag'. ' Sub-Section 1301.05.01 "Physical and Chemical Requirements"of OPSS 1301 is amended by deleting the first paragraph and replacing it with the following: Except as modified herein, cementing materials shall conform to the physical and chemical requirements of CAN3-A5,CAN3-A362 or CAN-A23.5 depending on the cementing material type used. Fly ash and ground granulated blast furnace slag shall also conform to the supplementary optional chemical and physical requirements of CAN3-A23.5 with the exception of the requirements for"Re- ' activity with Cement Alkalies". Use of Ground Granulated Blast Furnace Slag 1 For concrete used in the contract, the requirements of OPSS 1350 shall apply except that the cement shall conform to the following: Where normal Portland Cement (Type 10) is specified, it may be replaced by a blend of Normal Portland Cement and ground granulated blast-furnace slag (referred to in this special provision as slag). Slag material shall comply with the requirement of OPSS 1301. 1. For concrete other than as specified in Items 2, 3 and 4 below, slag may be used as a replacement for up to 25% by mass of the quantity of portland cement. ' 2. For precast reinforced concrete catchbasins, manholes and ditch inlets, slag may be used according to the requirements of Subsection 1351.05.02 of OPSS 1351. 3. For concrete pipe, slag may be used according to the requirements of Section 1820.05 of OPSS 1820. ' 4. For lean concrete base, slag is not acceptable. 5. Mix designs using slag in cement shall be the responsibility of the Contractor according to the requirements of OPSS 1350. The Contractor shall produce satisfactory test data for 3 day, ' 7 day and 28 day compressive tests from either a laboratory test program or a field trial batch. SPECIAL PROVISIONS - GENERAL t CONTRACT NO. NW93-30 33. 6. Concrete batching plants will be required to have a separate storage facility for slag and the j slag shall be weighed separately from the portland cement. In the concrete materials weighing process the portland cement shall be weighed prior to the slag. Slag may be weighed on the same scale as the portland cement. ' The Authority will not specify the use of slag in any work; the choice will be that of the Contractor. Under most conditions the early strength gain of concrete containing slag in cement will be slower than that of concrete containing only Type 10 Portland Cement. 50. UNIT CONVERSION OF WEIGHED MATERIALS In the event that a weigh scale is not available in the required metric units as designated for material to be weighed on the Contract, then the quantities so weighed on the scale supplied, shall be converted to the designated units by the Engineer, for payment purposes. One conversion only shall be made at the end of each day, on the basis that one metric tonne is equivalent to 1.102 imperial tons. 51.. APPLICABLE STANDARD SPECIFICATIONS With the exception of OPSS 127, the Ontario Provincial Standard Specifications shall remain in effect , throughout the duration of this Contract, whether or not they be modified or re-issued by the responsible agency subsequent to the tender advertising date. As specified in Section 108-4 of the General Conditions, the issue of OPSS 127 which is current at the time that extra work may be performed, shall govern for such work. 52. AMENDMENT TO OPSS 351 Air Content of Concrete Subsection 351.05.01 of OPSS 351 is amended in that the air content of concrete shall be 7.0% ± 1.5%. 1 SPECIAL PROVISIONS - GENERAL CONTRACT NO. NW93-30 ' 34. 1 53• AMENDMENT TO OPSS 502 ' Accuracy of Weighing Devices Subsection 351.05.01 of OPSS 502 is amended by the addition of the following: Limits of Error: The In-Service Limits of Error contained in the Government of Canada Weights and Measures Act. Sub-Section 502.08.01 of OPSS 502 is deleted and replaced with the following: The Authority reserves the right to check the accuracy of devices used to measure material for payment by mass. Where a device is found to be in error in excess of the Limits of Error but less than three times the ' Limits of Error, the Authority will accept material measured for payment by the device for a period of 48 hours from the time the Contractor is notified in writing that the error exceeds the Limits of Error. ' Where a device is found to be in error in excess of three times the Limits of Error, the Authority will immediately cease to accept material measured for payment by the device. SCALE ACCURACY TOLERANCES FOR PERFORMANCE TESTS LIMITS OF ERROR ' ACCEPTANCE IN-SERVICE 30 DAYS AFTER REPAIR PORTABLE SCALE 0.15 % 0.20% 0.15 % PERMANENT SCALE 0.075% 0.1 % 0.075% ' % OF INDICATED LOAD Notes: "Indicated" load refers to the weight of the vehicle used in conducting the performance test ' when measured at the centre of the platform. Acceptance Limits of Error are used for the original approval of the design of the device or at the time of its first use in trade and for 30 days after the device has undergone repairs. r SPECIAL PROVISIONS -GENERAL t CONTRACT NO. NW93-30 35. 54. AMENDMENT TO OPSS 1820; CONCRETE PIPE Section 1820.02, References, of OPSS 1820 is deleted and replaced by the following: 1820.02 References This specification refers to the following standards, specifications, or publications: Ontario Provincial Standards Specifications (Material) , CSA Standard A257-M-1982 - Standards for Concrete Pipe Section 1820.05 Materials, of OPSS 1820 is deleted and replaced by the following: ' 1820.05 Materials All materials shall conform to the requirements of CSA A257.1 or CSA A257.2. Section 1820.07, Production, of OPSS 1820 is deleted and replaced by the following: 1820.07 Production ' 1820.07.01 General Production methods shall conform to the requirements of CSA A257.1 and CSA A257.2. 1820.08.02 Pipe for Sewers Up to and including 900mm Designated Internal Diameter ' Pipe for use in sewers up to and including 900mm designated internal diameter shall be pipe of the size and class required, and shall conform to the MOE Pre-qualification Requirements for Concrete , Sewer Pipe Plants. The plant shall have a valid Pre-qualification Certificate at the time of production and delivery of the pipe. 1820.07.03 Marking Marking shall conform to the requirements of CSA Standard A257AM or A257.2M. Pipe conforming to the MOE Pre-qualification Requirements for Concrete Sewer Pipe Plants shall bear the letters "MOE". Jacking Pipe shall be marked with the words "jacking Quality". Section 1820.10, Designated Sources Requirements of OPSS 1820 is deleted. ' SPECIAL PROVISIONS -GENERAL CONTRACT NO. NW93-30 36. 55. REVIEW OF SHOP/WOREING DRAWINGS ' For the portions of the work to be done under this Contract where detail drawings are to be supplied by the Contractor,six (6) copies of same, together with specifications, plus such additional copies as the Contractor and his subcontractors may require,shall be submitted to the Engineer for ' review. The Contractor or his subcontractor shall check and initial all shop drawings before submission to ' the Engineer so as to intercept and correct any major errors or omissions. Shop drawings will not be reviewed by the Engineer unless they have been previously checked by the Contractor. The review by the Engineer is for the sole purpose of ascertaining conformance with the general design concept. This review shall not mean that the Engineer approves the detail design inherent in the shop drawings,responsibility for which shall remain with the Contractor submitting same,and such review shall not relieve the Contractor of his responsibility for errors or omissions in the shop ' drawings or of his responsibility for meeting all requirements of the Contract Documents. The Contractor is responsible for dimensions to be confirmed and correlated to the job site, for information that pertains solely to fabrication processes or to techniques of construction and ' installation and for co-ordination of the work of all subtrades. Work which relates to the shop drawings shall not be carried out before the Engineer's review of the ' shop drawings is complete. 56. TREE PROTECTION General Constraints/Requirements ' Protection from the Contractor's operations of trees not designated for removal shall be ensured by, but not restricted to, the following: The Contractor shall ensure that his operations do not cause flooding or sediment deposition on areas where trees not designated for removal are located. i Unless the contract requires work within the dripline of trees not designated for removal,equipment shall not be operated within that dripline area. When the contract requires work within the dripline of trees not designated for removal, operation of equipment within the dripline area shall be kept to the minimum necessary to perform the work required. ' Equipment or vehicles shall not be parked, repaired or refuelled,construction materials shall not be stored,and earth materials shall not be stockpiled within the dripline area of any tree not designated ' for removal_ The dripline of a tree shall be considered to be the ground surface directly beneath the tips of its outermost branches. SPECIAL PROVISIONS - GENERAL , CONTRACT NO. NW93-30 37. , Tree Repair Work Repair work to trees not designated for removal shall be performed in accordance with approved , horticultural practice as follows: Bark that is damaged by the Contractor's operations shall be neatly trimmed back to uninjured bark, without causing further injury, within five calendar days of damage. ' Branches 25mm or larger in diameter that are broken by the Contractor's operations, shall be cut back to a neat surface within five calendar days of breakage;branches to be removed completely shall , be set back to within 10mm of their bases. Roots 25mm or larger in diameter that are exposed by the Contractor's operations shall be cut back cleanly to the soil surface within five calendar days of exposure. Basis of Payment Compensation for all costs associated with the above work shall be deemed to be included in the , contract prices for the various tender items of the contract. No additional payment will be made. 57. WORK BY OTHERS While not anticipated, the Contractor is advised that other work may occur within and adjacent to the limits of this contract. The Contractor shall allow the other contractors, authority, utility companies or their agents flee access to the site, and no claims for delays or inconvenience caused as a result of this unanticipated activity will be considered by the Authority should any works overlap with the commencement of construction. 58. SPILLS REPORTING ' Spills or discharges of pollutants or contaminants under the control of the Contractor, and spills or discharges of pollutants that are a result of the Contractor's operations that cause or are likely to cause adverse effects shall be as defined in the Environmental Protection Act R.S.O. 1980. All spills or discharges of liquid, other than accumulated rain water, from luminaires, internally , illuminated signs,lamps,and liquid type transformers under the control of the Contractor,and spills or discharges of pollutants or contaminants that are a result of the Contractor's operations shall, unless otherwise indicated in the Contract, be assumed to contain PCB's and shall forthwith be reported to the Engineer. ' This reporting will not relieve the Contractor of his legislated responsibilities regarding such spills or discharges. SPECIAL PROVISIONS - GENERAL CONTRACT NO. NW93-30 38. 59. INTERPRETATION ' 1. Abbreviations "AASHTO" -American Association of State Highway and Transportation Officials ' "ASA" -American Standards Association ' "ASTM" -American Society for Testing and Materials AWG -American Wire Gauge ' "CESA" - Canadian Engineering Standards Association "CGSB" - Canadian Government Specifications Board ' "CSA" - Canadian Standards Association .CWB" - Canadian Welding Bureau 2. Access Road - means a private road built or used by the Contractor to gain access to the work or to a source of material but excluding any haul road and the road under contract. 3. "Base" - means a layer of material of specified type and thickness placed immediately below the pavement, driving surface, curb and gutter or sidewalk. 4. "Culvert" -means a structure which is designated as a culvert in the contract documents and which is designed to provide an opening under a roadway, railway or side entrance for the passage of surface water, livestock or pedestrians. ' 5. "Earth Grade" - means the earth surface, whether in cut or fill, as prepared for the base or subbase. ' 6. "Grade"-when used in the sense of elevation as in the expressions"to grade", "up to grade", "above grade", "below grade", or expressions of similar implications, means the required elevation of the completed work. 7. "Grade Line" - means the line representing the established elevation of the completed work in profile or longitudinal section taken along a reference line established for the control of ' the work. 8. "Grade Point or Transition Point" - means the point where the grade line passes from cut to fill. 9. "Haul Road" - means any public road excluding the road under contract, which forms part ' of a materials haul route. SPECIAL PROVISIONS -GENERAL CONTRACT NO. NW93-30 39. 10. "Minister" - means The Minister of Transportation and where the word appears in M.T.O. Specifications which are included in this contract shall mean the Engineer as defined , elsewhere. 11. "Ministry" - means The Ministry of Transportation and where the word appears in M.T.O. Specifications which are included in this Contract shall mean the Authority as defined ' elsewhere. 12. "Pavement" - means a wearing course or courses placed on the roadway and consisting of asphaltic concrete, Portland cement concrete, or plant or road mixed mulch. 13. "Profile Grade" - means unless otherwise specified in the contract, the top surface elevation of the uppermost layer of granular material whether treated or untreated. ' 14. "Road Allowance" or "Highway" - means the lands acquired at any time for the use of the public as a common highway. , 15. "Roadbed"-means that portion of the work which is designed to support the wearing surface and shoulders of the roadway. 16. Roadway -means that part of the highway designed or intended for use by vehicular traffic and shall include the shoulders. 17. "Rock Grade" - means the rock surface, whether in cut or fill, as prepared for the base or ' subbase. 18. "Sewer"-means a conduit which has been designed as a sewer to carry storm waste,sanitary , waste or both and which is designated as a sewer in the contract documents. 19. "Shoulders"-means that portion of the roadway between the edges of the surfacing material ' and the inside edges of the ditch or till slopes. 20. "Subbase" - means a layer of material of specified type and thickness between the subgrade ' and the base. 21. "Subgrade" - means the earth or rock surface,whether in cut or Fill, as prepared for the base or subbase. r SPECIAL PROVISIONS - GENERAL CONTRACT NO. NW93-30 ' 40. f60. DOCUMENTS The Contract documents shall be signed in triplicate by the Authority and Contractor. The Contract ' documents are complementary and what is called for by any one shall be binding as if called for by all. The intention of the documents is to include all labour and materials reasonably necessary for the proper execution of the work. ' It is not intended, however that materials or work not covered by or properly inferable from any heading section or trade in the specifications shall be supplied, unless distinctly so noted on the drawings. Descriptions of materials or works in words,which so applied have well known technical ' or trade meanings, shall be held to refer to such recognized standards. In case of any inconsistency or conflict within this Contract, Plans or Specifications, the Documents ' shall take precedence and govern in the following order, namely: 1. The Agreement ' 2. The Special Conditions 3. The Drawings 4. The Form of Tender 5• Special Provisions - General ' 6. The General Conditions of the Contract 7. The Standard Specifications ' 61. WORKERS' COMPENSATION BOARD The Contractor shall at the time of entering into any contract with the Region and the Town,furnish a satisfactory Certificate of Clearance from the Workers' Compensation Board stating that all assessments or compensation payable to the Workers' Compensation Board have been paid. The Contractor shall also at any time during the performance, when requested by the Region and the ' Town, and upon completion of such contract, furnish a satisfactory Certificate from the Workers' Compensation Board as outlined above. 62. DELETIONS FROM CONTRACT The Authority reserves the right to delete any portion of the work from the Contract should it be ' deemed in the interest of the Authority to do so. See Sections 103-1 and 103-2 of General Conditions -MTO Form M-100. SPECIAL PROVISIONS -GENERAL , CONTRACT NO. NW93-30 41. 63. APPROVALS AND PERMITS The construction of the works and all operations connected therewith are subject to the approval, ' inspection, by-laws and regulations of all municipal, provincial and federal and other authorities having jurisdiction in respect to any matter embraced in this Contract. Prior to any works being undertaken within the limits of the Contract, the Contractor shall obtain , Road Occupancy Permits from the Town and/or the Region as required. All fees payable in respect of these permits and approvals shall be at the Contractor's expense with , the exception of the fees for the Ministry of Labour approval, should these be required. i 1 CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. NW93-30 i i 1 1 1 1 i i SPECIAL CONDITIONS SPECIAL CONDITIONS INDEX 1. Contract Items and Quantities 2. Notice ' 3. Municipality Standard Drawings 4. Use of Site by Other Contractors 5. Equipment Rental 6. Request for Inspection ' 7. Site Drainage 8. Ermion & Siltation 9. 'Existing Utilities ' 10. Camera Inspection 11. Adjust to Grade Ex. Manholes, Valve Boxes & Chambers 12. Control of Mud Tracking 13. Construction Schedule 14. Construction Access 15. Roadworks ' 16. Contingencies 17. Sanitary Sewers &Appurtenances 18. Municipal Requirement ' 19. Construct Driveway Aprons 20. Dead End Barricade 21. Adjust Roadway Catchbasins to Grade ' 22. Load and Place Topsoil 23. Supply and Place Sod 24. Compaction Tests ' 25. Clean Catchbasin Sumps 26. Parge Outside of Rear Yard Catchbasin Frames 27. Parge Subdrains or Lead Pipe at Street Catchbasin , 28. Realign catchbasins to Match Curbline 29. Supply and Place Asphalt Curb 30. Improve Temp. Turning Circle/ Extend Base Roadworks on Clayton Cres. North Leg ' 31. Sod/Grading Repair After Sidewalk Construction 32. Remove and Dispose Existing Debris Within Road Allowance 33. Construct 1.8m High Noise Barrier Fence 34. Supply and Install 100mm Dia. Perforated Subdrain 35. Clearing and Grubbing- Cecil Found Cres. (North) ' 36. Supply and Place Clean Fill to Blvd. - Cecil Found Cres. (North) 37. Remove and Dispose Existing Gabion Check Dam 38. Clean/Regrade Existing Watercourse and Sod Channel 39. Clean Existing Box Culvert at Trulls Road 40. Regrade/Stabilize Watercourse at Trulls Road 41. Regrade Sideyard Swales to Ensure Drainage ' 42. Supply& Place Asphalt "Scratch" Coat 43. Clean Debris From Mainline/Secondary Valves SC-1 SPECIAL CONDITIONS 1. CONTRACT ITEMS AND QUANTITIES The Contractor is to note that due to the difficulties in determining the need and therefore estimating quantities of certain tender items as a result of the existing conditions on-site a number of the items included and the associated quantities have been determined based on past experience and judgement rather than physical measurement. As a result the need to increase/decrease quantities or eliminate tender items altogether (see Special Provision-General Clause 62)will be determined at the discretion of the Municipality as the work proceeds. Special notice is hereby given to the contractor that work on the east side of Pidduck Street including curb and gutter, boulevard grading and sodding and/or surface asphalt may be eliminated from the contract because of the vacant lots and future house building operations. 2. NOTICE In addition to notifying the Municipality, the Region,Department of Labour and any other authority having jurisdiction over the work,the Contractor shall give the Engineer three days notice of his intention to start work so that inspection and/or layout may be arranged. 3. MUNICIPALITY STANDARD DRAWINGS Any Municipality or Region Standard Drawing pertinent to the scope of work and not included in the Standard Drawing section can be found in the current Municipality and Region Standards published booklet. Copies are available to the Contractor at the Municipality or Region offices or for viewing from the Engineer and shall be deemed to be included in this Contract. 4. USE OF SITE BY OTHER CONTRACTORS The Contractor shall be responsible for coordinating his work with other Contractors carrying out work on the site. S. EQUIPMENT RENTAL The prices for hourly rental of equipment shall be based on latest O.P.S. rates, less a fixed percentage quote by the Contractor in the Contingency Items. 6. REQUEST FOR INSPECTION ' The Contractor shall request the Engineer to inspect and give his approval to the work upon its completion or upon completion of substantial sections of the work. The Contractor shall ensure that the work to be inspected is in accordance with the Contract and he shall be responsible for cost of further inspections, should it be found that the request is premature. SC-2 7. SITE DRAINAGE , The Contractor shall be fully responsible to maintain adequate site drainage to prevent ponding water and protect his work at all times during the progress of the work and at the completion of the job, any area subject to ponding water must be drained in such a manner as directed by the Engineer and at the ' Contractor's expense. 8. EROSION & SILTATION ' While working on site, the Contractor is responsible for the repair of erosion damage and for the clean up of siltation, which can be directly attributed to his works. 9. EXISTING UTILITIES ' The Contractor shall, in an approved manner at his expense, protect from injury any public or private services in the highway or right-of-way or easement in the vicinity of his work, assuming all costs and ' expense for direct or indirect damage which may be occasioned by injury to the same. Location of utilities as shown on drawings are approximate only and the Contractor shall be responsible for their accurate location at the time of construction. ' 10. CAMERA INSPECTION (Item 1.1.7, 2.1.7) All storm sewers are to be inspected by television camera in the presence of the Municipal inspector and ' the Engineer. The cost will be paid at the unit rate provided. The price supplied shall include the cost for the trained operators, equipment rental, cleaning of the ' sewers to the satisfaction of the engineer, and all material necessary to properly inspect the system. A written report and video tape of the cameraed line in V.H.S. format will be turned over to the Engineer for his keeping. ' Sewer lines with deficiencies will have to be re-cameraed subsequent to rectification of the deficiencies. The cost associated with re-cameraing these lines shall be based on the quoted unit rate. A video tape and , written report as noted above is also required. Camera inspections-shall not be undertaken until all manholes have been benched to the satisfaction of ' the Engineer and the granular materials have been placed in the roadways. 11. ADJUST TO GRADE EXISTING MANHOLES, VALVE BOXES & CHAMBERS ' (Items 1.2.6, 2.2.7, 1.2.8, 2.2.9) The price quoted for raising of manholes and valve boxes/chambers located within the roadway to final ' grade, shall be paid under the appropriate unit rates quoted. Valve boxes/chambers in boulevard area should be set to final grade. Also, as required, the unit rate shall include the removal of existing moduloc to the pre-cast unit and the ' adjustment/realignment of the frame and cover to match the top manhole section. The replacement of broken moduloc units and valve box components (if required) will be paid under the appropriate contingency item. SC-3 ' ' 12. CONTROL OF MUD TRACKING The Contractor shall, at his own cost, prevent the tracking of mud from his work areas onto the existing ' paved streets and shall,at no additional cost,supply all necessary labour,material and equipment to clean the existing streets when so instructed by the Engineer. 13. CONSTRUCTION SCHEDULE The construction schedule shall be in accordance with that set out in Clause 17.2 of the Special Provisions General. No extra charge will be paid to the Contractor for the tendered items subject to notes 1 and 2 of Article III (E). 14. CONSTRUCTION ACCESS The construction access shall be from Trulls Road at Cecil Found Cres. - north or south. Under no circumstances shall this access be blocked to through traffic. 15. ROADWORKS The unit rate quoted shall be full compensation for all Iabour, equipment and materials required to complete the roadworks in accordance with engineering drawings and applicable standards. The unit rates for granulars and asphalt shall be based on tonnage or by the square metre as specified in the Form of Tender. The final cost for a roadwork item with a unit rate per tonne will be based on actual material tickets obtained by the Engineer on site. The final cost for a roadwork item with a unit rate per square metre will be based on theoretical measurements as determined by the Engineer. The theoretical measurements are calculated on the following basis. Top Asphalt (HL3) - Top asphalt to be paid by the tonne. Unit rate shall be ' deemed to include any grading required to allow a minimum depth of 40mm HL3 to be placed Base Asphalt (HL8) - Asphalt padding to be paid by the tonne. Removal and ' replacement of base asphalt to be paid by the square metre Granular Base - Granular base to be paid by the tonne (ie. Granular 'A') Granular Sub Base - Granular sub base to be paid by the tonne (Granular B') (A� Base Asphalt HL8 (Item 1.2.13, 2.2.13) The unit rate quoted for base asphalt shall be lull compensation for all labour, equipment and materials required to install base asphalt. The unit rate quoted for this item shall include the cost of asphalt cement. SC-4 1 . ROADWORKS Cont'd ' 5 ( ) (B) Surface Asphalt HL3 (Item 1.2.26, 2.2.23) , The unit rate quoted for surface asphalt shall be full compensation for all labour,equipment and materials required to install surface asphalt including grinding at match point. The unit rate quoted for this item , shall include the cost of asphalt cement. The use of slag as an aggregate in hot mix designs is not permitted. ' (C) Installation of Concrete Sidewalk (Item 1.2.5, 2.2.6) The unit rate quoted shall include excavation for sidewalk to the required subgrade depth plus or minus ' 150mm and compaction of subgrade material. Any surplus/shortage of material shall be disposed/obtained from within the confines of the development(if available) as directed by the Engineer. The unit rate shall also include the supply and placement of 19mm Crusher Run Limestone (if required) to maintain daily , driveway access. Should regrading of driveways become necessary due to a change in grade after placement of the sidewalk it shall be paid under item 1.2.9(b) or (c) or 2.2.10(b) or (c). ' Should regrading of lots beyond the streetline become necessary due to the final sidewalk grade it shall be paid under item 1.2.19 or 2.2.16. ' (D) Clean Base Curb (Item 1.2.1, 2.2.1) The unit rate quoted for cleaning of base curb shall include all cleaning of base curb prior to construction ' of the top curb and straightening of any bent stirrups. Contractor to inspect the site to determine the level of machine and/or hand cleaning required to fully clear existing materials from the base curb. (E) Replace Base Curb Stirrups (Item 1.2.2, 2.2.2) The unit rate quoted for replacing stirrups shall include all labour, materials and contingencies necessary ' to complete the replacement of damaged stirrups. Once the cleaning of the base curb and straightening of bent stirrups has been completed an inspection by the Engineer and The Municipality of Clarington will be undertaken to determine exact numbers and location of stirrups to be replaced. Contractor to provide ; adequate notice to allow scheduling of inspection so it will not delay placement of top curb. (F) Supply and Place Concrete Curb & Gutter Top (Item 1.2.4(a), 2.2.4(a)) The unit rate quoted per linear metre for installation of top stage concrete curb and gutter shall include , epoxy(if required),cutting of asphalt adjacent to the curb,patching and compaction of granulars and base asphalt, the supply and placement of 19mm Crusher Run Limestone behind curbs to maintain daily ' driveway access, and all other contingencies necessary to complete the installation of the two stage concrete curb and gutter. (G) Supply and Place Concrete Curb & Gutter (Full) (Item 1.2.4(b), 2.2.4(b)) ' The unit rate quoted per linear metre for the installation of full stage curb and gutter shall include cutting of asphalt adjacent to the curb, patching and compaction of granulars and base asphalt, supply and ' placement of 19mm Crusher Run Limestone to maintain daily driveway access, hand forming, placement and finishing of concrete and all other related items necessary to complete the placement of full stage curb and gutter. SC-5 ' 15. ROADWORKS (Cont'd) (H) Removal and Replacement of Concrete, Asphalt and Granulars (Items 1.2.3, 2.2.3, 1.2.13, 2.2.13) The unit rates quoted for the removal and replacement of concrete, asphalt and granular materials shall include disposal off-site to an approved dump site. Removal shall be minimized and all joints shall be saw cut or neatly trimmed to facilitate proper replacement. Replacement shall match existing conditions or applicable standards for similar items as a minimum. Once the cleaning of the base curb and roadway is complete an inspection by the Engineer and the Municipality of Clarington will be undertaken to determine the exact limits of removal. The Contractor shalt provide adequate notice to allow scheduling of inspection so it will not delay the project schedule. ' 16. CONTINGENCIES Work to be paid for under contingency items shall not commence until ordered in writing by the Engineer. Work involving the expenditure of more than $500,00 shall not commence unless it is authorized by the issuance of a change order setting out details of the work contemplated and the cost involved. Such change order shall be prepared by the Engineer, accepted by the Contractor and approved by the Town of Newcastle before any work pertinent to the change order shall be done. 17. SANITARY SEWERS AND APPURTENANCES 1 Sanitary Sewer Specifications The sanitary sewer specification of both the Regional Municipality of Durham and the Engineer are deemed to be included in this contract. Copies of"Standard Specification for Construction of Sanitary Sewers - Schedule 'D' prepared by the Region of Durham dated January 1993, or latest revision there of, are available to the Contractor at the Region's office from the Engineer. ' The specification of the Region shall be followed in relation to the approved manufacturers, and method of installations. In instances where the G.M. Sernas &Associates Limited Specifications is more rigid and demanding, it shall be followed. The G.M. Sernas & Associates Limited Specification will govern as to method of payment, in addition to the specification for payment. ' 18. 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. 19. CONSTRUCT DRIVEWAY APRONS (Item 1.2.9, 2.2.10) The unit rate quoted for the supply and placement of HL3 asphalt shall include all labour equipment and ' materials required to construct the driveway aprons between the curbline and the sidewalk. No extra payment will be made for hand working asphalt. Note: Driveway approaches on the side of the street where no sidewalk is to be installed will not be reconstructed or paved. r SC-6 19. CONSTRUCT DRIVEWAY APRONS (Item 1.2.9, 2.2.10) (Cont'd) ' The unit rate quoted to place additional 19mm Crusher Run Limestone shall include any regrading required and the supply, placing and compaction of 19mm Crusher Run Limestone as determined in the field. The item will also be utilized for the placement of granulars to adjust existing driveway grades ' following curb and/or sidewalk construction. The unit rate quoted for the total removal or removal of surface contamination shall include any regrading ' required and the disposal of unsuitable granulars as directed by the Engineer. 20. DEAD END BARRICADE (Item 1.2.12) , The unit rate quoted for the installation of the dead end barricade shall include all labour, materials and equipment required to construct the barricade at the east limit of Cecil Found Cres. (North) as per the , applicable municipal standard. 21. ADTUST ROADWAY CATCHBASINS TO GRADE (Item 1.2.7, 2.2.8) The unit rate quoted for adjusting single catchbasins to grade shall include the removal of temporary asphalt curb and construction of full curb (1.2m in length) in one stage. Any curb required beyond the ' 1.2m shall be paid as full stage curb and gutter. For double catchbasins any curb required beyond 2-Om in length shall be paid as full stage curb and gutter. Also, as required the unit rate shall include the removal of existing moduloc to the pre-cast unit and the ' adjustment/realignment to match the base curb. The replacement of broken moduloc units (if required) will be paid under the appropriate contingency item. ' 22. LOAD AND PLACE TOPSOIL (Item 1.2.16, 2.2.14) The unit rate quoted for the loading and placement of topsoil shall include all fine grading required to ' prepare boulevards to proper subgrade, removal of excess material if required, and the loading and transport of topsoil from the existing stockpile on the site and placement to 100mm depth. 23. SUPPLY AND-PLACE SOD (Item 1.2.17, 2.2.15) ' The Contractor is to make special note that the builder may sod the lots either prior to or after the boulevard sodding by the Contractor. The Contractor shall be responsible for all co-ordination/co- operation with the builder for this work. ' 24. COMPACTION TESTS ' During the course of construction of underground services, placing of fill for roads or building envelopes, compaction test of the£ill material shall be carried out by a soils engineering firm to show the compaction achieved by the Contractor's equipment is at least equal to 95% Standard Proctor Density for trench and ' roads backfill, and 100% for building envelope till as measured at any point in the backfill operation. Any compaction tests not meeting the standard prescribed above shall be repeated and costs of additional tests shall be payable by the Contractor. SC-7 ' i i 25. CLEAN CATCHBASIN SUMPS (Item 1.1.1, 2.1.1) The unit rate quoted shall be full compensation for all labour and equipment required to fully clean the existing catchbasins of sediment and debris. In general, the single and double catchbasins are located within the existing roadway and can therefore be accessed by truck mounted equipment. The Contractor shall note that the rear yard catchbasins/catchbasin manhole can not be accessed by truck i mounted equipment and will most likely require hand cleaning. Damage to the existing sod due to the Contractor's cleaning operations are to be rectified at the Contractor's expense. 26. PARGE OUTSIDE OF REAR YARD CATCHBASIN FRAMES (Item 1.1.2, 2.1.2) The unit rate quoted shall be full compensation for all labour equipment and materials required to expose ' and clean the outside surfaces of the rear yard catchbasin frame and the parging/reparging of the frame to the precast unit. Minor realignment of the frame and/or moduloc units (if installed previously) and the repair with topsoil ' and sod of all disturbed areas shall also be included in the quoted rate. ' 27. PARGE SUBDRAINS OR LEAD PIPE AT STREET CATCHBASIN (Item 1.1.3, 2.1.3) Subdrain and/or Iead pipe shall be trimmed (if necessary) to allowing parging flush with inside wall of catchbasin. i 28. REALIGN CATCHBASINS TO MATCH CURBLINE (Item 1.1.4, 2.1.4) ' The lump sum rate quoted shall be full compensation for all materials, labour and equipment required to expose the existing pre-cast catchbasin unit; to breakdown the precast unit a sufficient depth to facilitate the forming and poring of concrete collar to realign the catchbasin to match the curbline, and to accept the reinstallation of the catchbasin frame and grate. i29. SUPPLY AND PLACE ASPHALT CURB (Item 2.2.12(d)) The unit rate quoted shall be full compensation for all labour,equipment and materials required to install machine placed asphalt curb around the perimeter of the temporary turning circle at the east end of Cecil Found Cres. (south). i Preparation work shall include provision of a suitable base for the asphalt curb, trimming of base asphalt, as required and establishment of a suitable match point with the concrete curb and gutter. i 30. IMPROVE TEMP. TURNING CIRCLE (Item 2.2.12) EXTEND BASE ROADWORKS ON CECIL FOUND CRES. (NORTH) (Item 1.2.11) i The unit rate quoted shall reflect all works to expand and/or repair the temporary turning circle and extended roadway to the full dimensions indicated on the applicable standard. Such works to include excavation to and compaction of subgrade; installation and compaction of road granulars within the expanded limits; trimming of existing base asphalt; fine grading around perimeter of turning circle and extended roadway to match existing grades and any other related works. At Cecil Found Cres. (north) the works shall also include the removal and disposal of the temporary asphalt curb placed at the intersection with Pidduck Street. SC-8 31. SOD/GRADING REPAIR AFTER SIDEWALK CONSTRUCTION (Item 1.2.19, 2.2.16 , The unit rate quoted shall be full compensation for any regrading/resodding required at existing finished lots/boulevards where the sidewalk installation has not been completed. The limits of regrading will be determined in the field following sidewalk construction. Specifications for grading, topsoil and sodding per individual items identified within the contract. 32. REMOVE AND DISPOSE EXISTING DEBRIS WITHIN ROAD ALLOWANCE (Item 1.2.10, 2.2.11) ' The lump sum fee quoted shall be full compensation for all labour and equipment necessary to remove ' and dispose of site of all debris within the road allowances of the subject site,with the exception of the builders hydro poles located near the temp. turning circle on Cecil Found Cres. (south). Arrangements will be made to remove these poles prior to the clean-up works required under this contract. The Contractor is required to maintain some flexibility regarding this item as debris removal required by ' the Municipality may extend slightly beyond the physical limits of the road allowance. 33. CONSTRUCT 1.8m HIGH NOISE BARRIER FENCE (Item 1.2.27, 2.2.24) The unit rate quoted shall be full compensation for all labour equipment and materials necessary to erect ' a 1.8m high noise barrier fence in accordance with the standard detail supplied. The Contractor is to note that the Municipality of Clarington requires the noise fence installation to begin immediately upon commencement of the works by the successful bidder and to continue to completion as quickly as possible. 34. SUPPLY AND INSTALL 100mm DIA. PERFORATED SUBDRAIN (Item 2.2.5) , The price bid shall include the supply and placement of continuous subdrain sections or as noted on the drawings of 100mm diameter perforated plastic subdrains, including filter cloth and 19mm crushed limestone or granular material to surround, connected to the weepholes of the upper side of the catchbasin and terminated in a concrete plug. The price bid shall also include connection to the existing , subdrains and the reinstatement of road granulars and base asphalt disturbed during installation of the subdrain. 35. CLEARING AND GRUBBING-CECIL FOUND CRES. (NORTH) (Item 1.2.14) The lump sum fee quoted shall be full compensation for all tabour equipment and materials required to ' clear and grub the area identified on the north side of Cecil Found Cres. (north) to facilitate the construction of the boulevard and sidewalk. Works to be undertaken include - but not limited to - tree cutting, stump removal, disposal of limbs, ' stumps and debris, regrading of disturbed area and removal of topsoil to allow placement of fill to construct the boulevard. The Contractor shall employ such methods and/or protection measures to minimize or eliminate transfer ' of sediment to the existing watercourse. SC-9 ' 36. SUPPLY AND PLACE CLEAN FILL TO BOULEVARD-CECIL FOUND CRES.(NORTH) (Item 1.2.15) The quoted unit rate shall be full compensation for all labour equipment and materials required to supply from within the site clean fill, to place and compact the fill to subgrade level on the north boulevard of Cecil Found Cres. (north) adjacent to the existing box culvert. Exact limits of fill placement will be determined following clearing and grubbing operations. The Contractor shall employ such methods and/or protection measures to minimize,or eliminate, transfer of sediment to the existing watercourse. 37. REMOVE AND DISPOSE EXISTING GABION CHECK DAM (Item 1.2.29) The lump sum fee quoted shall be full compensation for all labour equipment and materials required to remove and dispose of the existing gabion check dam located within the watercourse adjacent to TrulIs Road. The Contractor shall salvage the existing rip rap stone within the gabion for re-use to stabilize the erosional areas at this location. The Contractor is to complete all up-stream works adjacent to or within the watercourse prior to the removal of the check dam. 38. CLEAN/REGR4DE EXISTING WATERCOURSE AND SOD CHANNEL (Item 1.2.28) The unit rate quoted shall be full compensation for all labour equipment and materials required to remove the sediment from and/or regrade the invert, of the existing watercourse; to add topsoil as required; and to place staked sod (2m width) to the channel invert. Placement of sod, as per specification #11 (included), shall follow immediately the cleaning/regrading to prevent erosion of exposed areas and to minimize additional sediment transfer to the watercourse. 39. CLEAN EXISTING BOX CULVERT AT TRULLS ROAD (Item 1.2.31) The unit rate quoted shall be full compensation for all labour,equipment and materials required to remove and dispose all accumulated sediment within the existing box culvert crossing Trulls Road. The Contractor is to complete all upstream works adjacent to or within the watercourse prior to the completion of this item. 40. REGRADE/STABILIZE WATERCOURSE AT TRULLS ROAD (Item 1.2.30) The unit rate quoted shall be full compensation for all labour equipment and materials required to regrade and stabilize the erosional area at the western limit of the watercourse adjacent to the gabion check dam. This shall include-but not limited to-the placement and compaction of clean fill if required,the respreading of the rip rap stone salvaged from the removal of the gabion check dam, and the placement of topsoil and staked sod to the restored areas (beyond the 2m wide channel invert identified under item 1.2.28). The Contractor shall employ such methods and/or protection measures to minimize,or eliminate,transfer or sediment to the existing watercourse. SC-10 41. REGRADE SIDEYARD SWALES TO ENSURE DRAINAGE (Item 1.2.18) The unit rate quoted shall be full compensation for tiny regrading/resodding required at existing finished lots/boulevards where second stage curb has not been installed and following curb construction it is determined that regrading is necessary to ensure drainage from the lots can outlet over the curb. The limits of regrading will be determined in the field following curb construction. ' Specifications for grading, topsoil and sod placement per those included in this contract. 42. SUPPLY AND PLACE ASPHALT "SCRATCH" COAT (item 1.2.25, 2.2.22) The unit rate quoted shall include all labour, equipment and materials required to place a scratch coat of asphalt either by hand or by machine in depressed areas prior to placement of surf-ice asphalt. The limits of the scratch coat will be determined by the Engineer and Municipality of Clarington following the cleaning of the roadway. 43. CLEAN DEBRIS FROM MrUNLINE/SECONDARY VALVES (Item C.11) Tlie unit rate quoted shall include all labour, equipment and materials required to clean debris from the mainline and/or secondary valves without excavation. Should excavation be required to remove larger debris, payment for both excavation and removal of debris will be certified under contingency item C.6 or C.7. The Contractor will not receive payment under more than 1 item for the cleaning or excavation work. SC-11 CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. NW93-30 GENERAL CONDITIONS ' FORM M-100 (April 1983) Form M-100 has not been reproduced as part of these Contract Documents. ' It will be the Contractor's responsibility to obtain current copies of Form M-100. ' CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' CONTRACT NO. NW93-30 ' STANDARD SPECIFICATIONS 1 STANDARD SPECIFICATIONS INDEX Specification No. 2: Sewers and Appurtenances ' 3: Water Distribution System and Appurtenances 4: Fine Grade and/or Compact Earth Grades 5: Supply and Install Granular Material and/or Crushed Stone 6: Supply and Install Asphalt 7: Concrete Curb and Gutter ' 8: Concrete Sidewalks and Laneways 10: Placing Topsoil 11: Supply and Place Sod 15: Rip Rap and Grouted Rip Rap G.M.Sernas SPECIFICATION NO. 2 associates l.td. SEWERS AND APPURTENANCES ' 1. SCOPE OF WORK This work shall consist of constructing sanitary sewers and/or storm sewers, including manholes, ' catchbasins, connections and all appurtenances as shown on the contract drawings. The work shall be constructed in a manner called for by these specifications and to the satisfaction of the Municipality. The Contractor shall be responsible for familiarizing himself with all of the requirements of the Municipality and, wherever necessary, obtaining all permits, licenses and other documents necessary to carry out the ' work in a substantial and workmanlike manner. This work shall include clearing the site, supplying all necessary materials, excavating in any material to ' the lines and levels shown on the drawings, protection of trenches according to the Ministry of Labour as required, dewatering of all excavations, bedding and cover, laying pipe to line and grade as shown on the drawings, jointing, constructing catchbasins, manholes and connections, backfilling and compacting all ' trenches and excavations, removal of all surplus materials to a dump site arranged for by the Contractor and approved by the engineer, and doing all other things necessary to construct and put in complete working order the sewer systems, house connections, catchbasins, manholes and all appertaining structures,including surface restoration of the site,as specified in the contract and shown on the drawings, ' to a condition satisfactory to the Engineer. ' 2. CLEARING SITE The unit price tendered for the respective items shall include, unless otherwise specified, all clearing of the site including removal of unsuitable material and debris required to construct the sewers and its ' appurtenances, as directed by the Engineer. 3. EXCAVATION The Contractor shall excavate in any material to the lines and levels shown on the drawings. The width ' of the trench at the top of the pipe shall not exceed the following table: Normal Pipe Less Than ' Diameter (mr i) 300 375-750 825-1800 1950-3600 Trench Width At Top of Pipe (mm) 909 O.D. + 600 O.D. + 750 O.D. + 900 If the trench width is exceeded, the Contractor shall, at his own expense, supply and install the type of ' pipe bedding or class of pipe as directed by the Engineer. All excavation shall be protected according to the Ministry of Labour as required,and be kept free of water ' at all times. The Contractor shall,at his own expense,provide sufficient shoring,pumping equipment and piping for this purpose. ' Should bad ground occur at the depth of excavation as shown on the drawings, the Contractor shall, at his own expense, unless otherwise specified in the Special Conditions of this contract, excavate to firm foundation and backfili to the required lines and elevations with approved material. S2-1 G.M.Sernas ' SPEC. NO. 2 - SEWERS AND APPURTENANCES (con's...) omsociates Ltd. OZ77, _ . All excavations in paved roads and where specified on the drawings shall have vertical walls. Included in , the respective tendered unit rates, the Contractor shall saw-cut all pavement areas in straight lines paralleling the proposed work and provide sufficient trench shoring to protect workmen and property. ' 4. BEDDING OF SEWERS AND CONNECTIONS All pipes shall be bedded as shown on the drawings and in the form of Tender. , 5. LAYING AND TOINTING PIPES ' All pipes shall be carefully laid to line and grade as shown on the drawings. The pipe shall be firmly supported along its entire length. ' During cold weather, the Contractor shall, at this own expense, heat such materials and carry out such instructions as the Engineer may consider necessary. ' 6. BACKFILLING Unless otherwise specified on the drawings or in the Special Conditions of this contract, backfilling of excavations and trenches shall be made using excavated material. The Contractor shall be responsible for compacting the backfill material. For the full depth of the excavation to a minimum of 95% Standard ' Proctor Density. The Contractor shall, at his own expense, repair any settlements in the backfill material. The unit price tendered for the respective items shall include backfilling of excavations in existing roadways ' and private driveways with granular "C" material. Road pavements and driveways shall be reinstated as soon as practical and, unless otherwise specified on the drawings or in the Special Conditions, this work shall be payable under the appropriate roadworks items. The Contractor shall be responsible for separating frozen excavated material and,under no circumstances ' will the Contractor be allowed to use such frozen material for backfill. 7. FALSEWORK The Contractor shall prepare and submit drawings of all falsework to the Engineer when required. All ' falsework drawings shall bear the seal of a professional engineer who shall be responsible for the entire falsework design. S. EXISTING UNDERGROUND OBTECTS During the construction of the sewer or its appurtenances, the Contractor may encounter existing ' underground objects and utilities. The Contractor shall be responsible for locating and supporting such objects or utilities in a manner satisfactory to the Engineer, or removing and replacing such objects or utilities at his own expense. Prior to removal of any underground object or utility, the Contractor must , obtain the approval from the Engineer and the Owner or operating authority of such object or utility. S2-2 , ' G.M.Sernas &ssociales Ltd. SPEC. NO. 2 , SEWERS AND APPURTENANCES (con't...) = 9. MARKER STAKES Immediately upon completion of the backfilling of trenches and excavations, the Contractor shall, at his own expense,supply and erect marker stakes at the end of each connection or to mark the location of any ' other installation, as directed by the Engineer. The marker shall consist of 50mm X 100mm lumber and be no less than two meters in length. It shall be extended one meter above ground level and painted according to the direction of the Engineer. ' 10. PLACING AND CURING OF CONCRETE ' All concrete work shall be carried out in accordance with Ministry of Transportation and communications Specification Form 9, and to such lines, grades and dimensions as specified on the drawings. ' 11. OUALITY OF FINISHED WORK The Contractor shall note that any work that does not meet the standards of the Contract Drawings and ' these Specifications, as determined by the Engineer, shall be removed and replaced at the expense of the Contractor, or at the discretion of the Engineer, payment for the faulty item may be reduced or witheld. ' 12. MATERIAL TESTING The Contractor shall, at his own expense, supply sufficient quantity and arrange for testing of material as ' directed by the Engineer, including pipe, bedding material, concrete, brick, etc. 13. FLUSHING The Contractor shall flush all sewers at the completion of the work. No sewer will be inspected for ' preliminary approval before they are thoroughly cleaned. The contractor shall,at his own expense,provide all labour, equipment and water required for this work. ' 14. INSPECTION The Engineer or his representative,will test all sewers for grade,line and leakage. At the discretion of the Engineer or when required by the Municipality, the sewers may also be inspected by means of a closed circuit T.V. camera. The Contractor shall provide, at no additional cost, such unskilled assistance as the Engineer may require to carry out the inspection. ' If defective work is indicated by such inspections, the Contractor shall bear a part of the total cost in the proportion that the number of defective sections of sewer bears to the total number of sections inspected; a section being defined as a length of pipe between adjacent manholes. ' The Engineer may, at his discretion, test all sewers for leakage by means of infiltration, exfiltration or air tests. ' 52-3 G.M.Sernas , SPEC. NO. 2 - SEWERS AND APPURTENANCES (con't...) L associates Ltd. Oz77z-7 (a) Infiltration ' The maximum allowable infiltration shall not exceed 30 and 75 litres per M.M. of pipe diameter per km.per 24 hours for sanitary and storm sewers respectively, ' including connections. (b) Exfiltration The maximum allowable exfiltration shall not exceed 45 and 105 litres per mm , of pipe diameter per km per 24 hours for sanitary and storm sewers respectively, including connections. The minimum head on the section of sewer being tested shall be 900mm measured from the crown of the pipe at the highest end, provided that the maximum head shall not be greater than 4500mm (c) Air Test Air shall be introduced into the section of sewer being tested until 24 kPa gauge pressure has been reached. The time required for the pressure to drop by 7.0 kPa from 20 kPa to 13 kPa shall not be less than shown in the following table: Nominal Pipe Diameter Minimum Time Loss ' (mm) (Sec.) 150 - 300 60 , 375 - 450 120 525 - 750 180 825 - 900 240 ' 15. MATERL43L All material to be used under these specifications and as shown on the drawings shall conform to the ' requirements of the Municipality and be in accordance with their approved list of manufacturers. The Contractor shall be responsible for submitting a list of proposed material to the Engineer prior to commencing the work and he shall without any extra cost,substitute such material that the Engineer may require. All material stored on the site shall be protected from drainage and the Contractor shall, at his own ' expense, remove and replace any damaged material as directed by the Engineer. 17. COMPLETION OF WORK The work shall not be considered completed until all work has been done as specified herein and shown ' on the drawings and approved by the Engineer and the Municipality. This shall include the backfilling and levelling of all trenches, manholes and catchbasins, the removal of all surplus material, the cleaning up of the entire site,the replacement of all paved and/or gravel roads,ditches,culverts,under-drains,pavements, , curbs and gutters, sidewalks, driveways and all existing structures damaged by the construction of the sewers,connections,catchbasins, manholes and appurtenances,and all work necessary to leave the entire site in a condition satisfactory to the Engineer. As specified herein, the work must also meet the requirements of the Municipality and is subject to their , inspection and testing prior to the issuing of a completion certificate. S2-4 ' ' G.M.Sernas SPECIFICATION NO. 3 &ssociates ud. ' WATER DISTRIBUTION SYSTEM AND APPURTENANCES I. SCOPE OF WORK This work shall consist of constructing watermains, including valves, branches, bends, hydrants, connections, structures, and all appurtenances as shown on the contract drawings. The work shall be constructed in a manner called for by these specifications and to the satisfaction of the Municipality. The Contractor shall be responsible for familiarizing himself with all of the requirements of the Municipality and, wherever necessary, obtaining all permits, licenses and other documents necessary to carry out the work in a substantial and workmanlike manner. ' This work shall include clearing the site, supplying all necessary materials, excavating in any material to the line and levels shown on the drawings, protection of trenches according to the Ministry of Labour as required,dewatering of all excavations,bedding and cover as specified on the drawings,laying pipe to line and grade as shown on the drawings,jointing,installing valves,branches,bends,hydrants and connections, constructing manholes, chambers, and other structures as shown on the drawings, backfilling and compacting all trenches and excavations, removal of all surplus materials to a dump site arranged for by the Contractor and approved by the Engineer and doing all other things necessary to construct and put in complete working order, the water distribution system, house connections, hydrants, manholes, chambers and all appertaining structures, including surface restoration of the site as specified in the ' contract and shown on the drawings, to a condition satisfactory to the Engineer. 2. CLEARING SM The unit price tendered for the respective items shall include, unless otherwise specified, all clearing of the site including removal of all unsuitable material and debris required to construct the water distribution ' system and its appurtenances and as directed by the Engineer. ' 3. EXCAVATION The Contractor shall excavate in any material to the lines and levels shown on the drawings. The width of the trench shall be a minimum of 400mm greater than the outside diameter of the pipe. ' All excavations shall be protected according to the Ministry of Labour as required and be kept free of water at all times. The Contractor shall,at his own expense provide sufficient shoring, pumping equipment and ' piping for this purpose. Should bad ground occur at the depth of excavation as shown on the drawings, the Contractor shall, at his own expense, unless otherwise specified in the Special Conditions of this contract, excavate to firm ' foundation and backfill to the required lines and elevations with approved material. ' All excavations in paved roads and where specified on the drawings shall have vertical walls. Included in the respective tendered unit rates, the Contractor shall saw-cut all pavement areas in straight lines paralleling the proposed work and provide sufficient trench shoring to protect workmen and property. ' S3-1 G.M.Sernas ' Associates Ltd. SPEC. NO. 3 -WATER DISTRIBUTION SYSTEM AND APPURTENANCES (con't...) 4. BEDDING OF WATERMAINS AND CONNECTIONS ' All pipes shall be bedded as shown on the drawings and in the Form of Tender. ' 5• LAYING AND TOINTING PIPES All pipes shall be carefully laid to line and grade as shown on the drawings. The pipe shall be firmly supported along its entire length. A minimum of 250mm of sand shall surround the watermain when the trench is in rock. 6. CONNECTING TO EXISTING SYSTEM The price tendered for connecting the watermain to the existing water distribution system shall include ' shutting down of the existing system as directed by the Engineer,removing plugs and blockings,pumping, cutting, jointing support of surrounding utilities, structures and appurtenances and all contingencies necessary to properly connect the watermains to existing systems to the satisfaction of the Engineer. 7. OPERATION OF EXISTING VALVES AND HYDRANTS ' Prior to operating any existing valves or hydrants the Contractor shall obtain the permission of the Municipality. Where existing valves and hydrants can only be operated by the Municipality,the Contractor ' shall be responsible for giving sufficient notice and arrange for the Municipality's personnel to be on site. The Contractor shall be responsible for giving two hours notice to any consumer affected by the closing , down of any section of an existing water distribution system. 8. INSTALLATION OF TEES VALVES CROSSES ETC. ON EXISTING WATERMAINS , The price tendered for installing tees, valves, crosses, etc., on existing watermains shall include (unless otherwise specified) saw-cutting of pavement, excavating around existing mains, arranging for closing of ' valves to cut off flow into the section to be cut, cutting out a section of pipe of sufficient length to permit setting in the required fittings,pumping and all other contingencies necessary to install tees,valves,crosses, etc., on existing watermains to the satisfaction of the Engineer. Where specified on the drawings or in the Form of Tender or in areas where the existing watermains ' cannot be shut down, the price tendered for the installation of tees, valves, crosses, etc., on existing watermains shall include the installation of tapping sleeves and valves. 2. ELECTRICAL CONDUCTIVITY ' All ductile iron pipe is to be supplied and installed with conductivity strips or lock wedges with rivets connected according to the manufacturers' specifications for electrical conductivity. 53-2 ' G.M.Sernas SPEC. NO. 3 -WATER DISTRIBUTION SYSTEM AND APPURTENANCES (con't...) Q_�ssociale6 Ltd. Where required by the Municipality, the unit rates quoted shall include the supply and installation of ' polyethylene encasement. All specifications shall conform with the requirement of the Municipality. 10. PLASTIC WATERMAINS AND CONNECTIONS ' Where specifically approved by the Engineer and the Municipality, the Contractor may use plastic watermains and connections. The Contractor shall be responsible for obtaining all of the necessary ' specifications regarding the use of plastic pipes and shall, at no additional cost, comply with these specifications, including special bedding where required, tracing wires, fittings, and all other things necessary to put the water distribution system in complete working order. 11. VALVE BOXES ' Valve boxes shall be set plumb over the valves. The upper section shall be set to allow equal movement in each direction and the lower section shall be centered over the valve. Valve boxes shall be set to finished grade as shown on the drawings. 12. HYDRANTS The Contractor shall set the hydrants to finished grade as indicated on the drawings. The base of the hydrants shall be backfilled with clear stone and granular material shall be paced around the barrel. The hydrants shall be adequately blocked and strutted to prevent movements. Unless otherwise shown on the ' drawings, all hydrants shall be valved. 13. STRUTTING AND BLOCKING ' All fittings, including deadends, etc., which are liable to movement due to water pressure shall be adequately strutted and blocked with concrete trust blocks. ' 14. WATER SERVICE CONNECTIONS ' Unless specifically approved by the Engineer, all water service connections shall be installed with the watermain under pressure. ' 15. BACKFILLING Unless otherwise specified on the drawings or in the Special Conditions of this contract, backfilling of excavations or trenches shall be made using excavated material. The Contractor shall be responsible for compacting the backfill material for the full depth of the excavation to a minimum of 95%Standard Proctor Density. The Contractor shall, at his own expense, repair any settlements in the backfill material. The unit price tendered for the respective items shall include backfilling of excavations in existing roadways and private driveways with granular "C" material. Road pavements and driveways shall be reinstated as ' soon as practical and, unless otherwise specified on the drawings or in the Special Conditions, this work shall be payable under the appropriate roadworks items. ' 53-3 G.M.Sernas ' &ssociales Ltd. SPEC. NO. 3 -WATER DISTRIBUTION SYSTEM AND APPURTENANCES (con't...) ' The Contractor shall be responsible for separating frozen excavated material and,under no circumstances, will the Contractor be allowed to use such frozen material for backfill. 16. FALSEWORK , The Contractor shall prepare and submit drawings of all falsework to the Engineer when required. All falsework drawings shall bear the seal of a professional engineer who shall be responsible for the entire ' falsework design. 17. EXISTING UNDERGROUND OBTECTS During the construction of the water distribution system and its appurtenances, the Contractor may encounter existing underground objects and utilities. The Contractor shall be responsible for locating and ' supporting such objects or utilities in a manner satisfactory to the Engineer or removing and replacing such objects or utility at his own expense. Prior to removal of any underground object or utility,the Contractor must obtain the approval from the Engineer and the Owner or operating authority of such object or utility. 18. MARKER STAKES Immediately upon completion of the backfilling of trenches and excavations, the Contractor shall, at his , own expense,supply and erect marker stakes at the end of each connection or to mark the location of any other installation as directed by the Engineer. The marker stakes shall consist of 50mm x 100mm lumber ' and be no less than 2 meters in length. It shall be extended 1 meter above ground level and be painted according to the direction of the Engineer. 19. PLACING AND CURING OF CONCRETE All concrete work shall be carried out in accordance with Ministry of Transportation and Communications ' Specification Form 9 and to such lines, grades and dimensions as specified on the drawings. 20. QUALITY OF FINISHED WORK ' The Contractor shall note that any work that does not meet the standards of the contract drawings and these specifications, as determined by the Engineer, shall be removed and replaced at the expense of the , Contractor or at the discretion of the Engineer, payment for the faulty item may be reduced or withheld. 21. MATERLAL TESTING ' The Contractor shall,at his own expense, supply sufficient quantity and arrange for testing of material as directed by the Engineer. , 53-4 , G.M.Sernas Q��ssociales Ltd. SPEC. NO. 3 -WATER DISTRIBUTION SYSTEM AND APPURTENANCES (con't...) (� 1 22. CHARGING, FLUSHING AND STERILIZATION ' After the complete installation of the entire water distribution system, or as directed by the Engineer, the watermains shall be charged, flushed and sterilized according to the requirement of the Engineer and the ' Municipality. The Contractor shall provide,at no additional cost,such unskilled assistance and tools and equipment as the Engineer may require to carry out this work. ' 23. PRESSURE AND LEAKAGE TESTS Upon completion of the entire water distribution system or any part thereof as directed by the Engineer, ' a leakage and pressure test shall be carried out by the Contractor under the supervision of the Engineer and the Municipality. The Contractor shall,at no additional cost, supply all necessary equipment, labour and materials required to set up and perform the tests which shall be carried out according to the ' directions of the Engineer. The water distribution system shall be isolated in sections as directed by the Engineer and each shall be tested separately. The minimum test pressure shall be 1.0 MPa and maintained for a period of two hours. The maximum allowable leakage of any section of the water distribution system shall not exceed a quantity calculated on the basis of 3 litres per day per mm diameter pipe per km. Should any test disclose a leakage greater than that as calculated above, the Contractor shall, at his own expense, locate the leak or leaks and make such ' necessary repairs until the leakage is within the specified allowance. ' 24E. MATERIAL All material to be used under these specifications and as shown on the drawings shall conform to the requirements of the Municipality and be in accordance with their approved list of manufacturers. The ' Contractor shall be responsible for submitting a list of proposed material to the Engineer, prior to commencing the work and he shall, without any additional cost, substitute such material as the Engineer may require. All material stored on the site shall be protected from damage and the Contractor shall, at his own expense, remove and replace any damaged material as directed by the Engineer. 25. METHOD OF PAYMENT ' The unit price quoted per linear-meter of watermain laid shall include excavating in any material,bedding, laying,jointing,backfilling,compacting,timbering,pumping,provision of branches and junctions,flushing, testing, plugs and blocking and all things necessary to construct and put in complete working order, the ' watermains. The unit price quoted for connections shall include excavating in any material, bedding, laying, jointing, backfilling, compacting, timbering, pumping, connecting, and all things necessary to construct and put in ' complete working order, the connections. The unit price quoted for valves shall include excavating in any material, bedding, cutting, jointing, ' backfilling, compacting, timbering, pumping and all things necessary to construct and put in complete working order, the valves. S3-5 G.M.Sernas A� iodates Ltd. SPEC. NO. 3 -WATER DISTRIBUTION SYSTEM AND APPURTENANCES (con't...) �X The unit rice quoted for ' p q hydrants and/or valved hydrants shall include excavating in any material,bedding, laying, jointing,cutting, provision of tee junctions,supply and installation of pipe fittings, nipples,valves, hydrants,etc., blocking, backfilling,compacting, timbering, pumping and all things necessary to construct and put in complete working order, the hydrants. The unit price quoted for chambers, manholes, structures, etc., shall include excavation in any material, , falsework, reinforcement,concrete, bricks, lids,frames,steps, drains,backfilling, compacting and all other things necessary to construct and put in complete working order,the manholes,chambers,structures,etc. All other unit prices tendered under the section Water Distribution System, shall include supply of all ' labour, material, equipment, machinery, tools, etc., necessary to construct and put in complete working order, the tendered item. 26. COMPLETION OF WORK The work shall not be considered completed until all work has been done as specified herein and shown , on the drawings and approved by the Engineer and Municipality. This shall include the backfilling and levelling of all trenches, manholes, valves, hydrants, etc., the removal of all surplus material, the cleaning ' up of the entire site, the replacement of all paved and/or gravel roads, ditches, culverts, under drains, pavements,curbs and gutters,sidewalks,driveways and all existing structures damaged by the construction of the water distribution system and appurtenances and all work necessary to leave the entire site in a condition satisfactory to the Engineer. ' As specified herein, the work must also meet the requirements of the Municipality and is subject to their inspection and testing prior to the issuing of a completion certificate. ' 27. CHARGES BY MUNICIPALITY The Contractor shall be responsible for any costs associated with supplying of labour and equipment by the Municipality in respect to operating of valves, inspections, testing, etc. 1 S3-6 , G.M.Sernas SPECIFICATION NO. 4 (?associates Ltd. FINE GRADE AND/OR COMPACT EARTH GRADES 1. SCOPE OF WORK ' This work shall consist of fine grading and shaping and/or compacting earth grades. The work shall be carried out in a manner called for by these specifications and to the satisfaction of the Municipality. The ' Contractor shall be responsible for familiarizing himself with all of the requirements of the Municipality and, wherever necessary, obtaining all permits, licenses and other documents necessary to carry out the work in a substantial and workmanlike manner. ' This work shall include clearing the site where specified, supplying all necessary materials, excavating in any material to the lines and levels shown on the drawings, dewatering, fine grading to close tolerances, compacting the earth surfaces, removal of all surplus materials to a dump site arranged for by the ' Contractor and approved by the Engineer,and doing all other works necessary to completely prepare the earth grades as shown on the drawings and to the satisfaction of the Engineer. ' 2. CLEARING SITE The unit price tendered for all respective items shall include, unless otherwise specified,all clearing of the ' site including removal of all unsuitable material and debris required to fine grade and/or compact the earth grades, as directed by the Engineer. ' 3. EXCAVATION The Contractor shall excavate and/or fill to the lines and levels shown on the drawings to truly conform ' to the specified cross-sections. Should bad ground occur at the depth of excavation as shown on the drawings, the Contractor shall, at his own expense, unless otherwise specified in the Special Conditions of this contract,excavate to firm foundation and backfill to the required lines and elevations with approved ' material. The Contractor shall carry out the excavation in such a manner that proper surface drainage is maintained at all times to avoid saturation of the earth grades. All materials that are to be incorporated in the work shall be subject to tests by the Engineer at his discretion to determine the suitability for the portions of the work in which they are to be placed. Such tests may consist of chemical or physical analysis to determine the organic content, mechanical properties, bearing capacity, density, stability or any other properties pertinent to the satisfactory completion of the work as proposed. Material not satisfactory or in excess of the requirements shall be disposed of by the ' Contractor at his own expense, at a dump site approved by the Engineer. All ice and snow shall be removed prior to commencing excavation as directed by the Engineer. Such removal of snow and ice shall be incidental to and included in the unit price tendered for fine grading ' and/or compact earth grades. When excavating acceptable topsoil material,the Contractor may be required to stockpile all or any portion of the topsoil as directed by the Engineer. S4-1 G.M.Sernas ' SPEC. NO. 4 -FINE GRADE AND/OR COMPACT EARTH GRADES (con t...) Associates Ltd. All completed excavations shall truly conform to the lines and grades and cross-sections as specified on the ' drawings and directed by the Engineer. Unless otherwise specified in the Form of Tender or in the Special Conditions of the contract, the unit ' price tendered for fine grading and/or compact earth grades shall include excavating,shaping and trimming of ditches and swales. 4. FINE GRADING The unit price tendered for fine grading and/or compact earth grades shall include shaping all earth ' surfaces as directed by the Engineer to the specified lines, grades and cross-sections. Unless otherwise approved by the Engineer, the surfaces shall not deviate more than 25mm from the specified grade and cross-sections. ' The surfaces shall be maintained to these grades and cross-section tolerances until the surfaces are covered with granular road base, topsoil or other material as specified on the drawings. 5. COMPACTION The unit price tendered for fine grading and compact earth grades shall include compacting all earth ' surfaces and specified on the drawings or directed by the Engineer. Unless otherwise specified in the Special Conditions of the contract, the earth grades shall be compacted ' to a minimum of 95% Standard Proctor Density. 6. METHOD OF PAYMENT ' Unless otherwise specified in the Special Conditions of the contract, payment shall be based on the unit ' rate tendered per square meter of fine grade and/or compact earth grades for actual area worked. The Unit rate tendered shall include all excavation and filling to correct lines and grades, fine grading, dewatering, compaction, trimming, shaping, ditching, etc., and all other contingencies necessary to prepare the earth surfaces as specified. Areas under sidewalks, laneways, curbs and other surface installations shall not be included in the measurements as an area worked unless specifically approved by the Engineer. ' Backfilling of curbs, sidewalks, laneways, etc. or rough grading of boulevards to provide proper surface drainage, shall not constitute fine grading and/or compaction of earth grades, as specified herein. ' 7. COMPLETION OF WORK The work shall not be considered completed until all of the work has been done as specified herein and shown on the drawings and approved by the Engineer and the Municipality. This shall include cleaning up of the site, the replacement of ditches,culverts,under drains and all existing structures damaged by the ' work and all other work necessary to leave the entire site in a condition satisfactory to the Engineer. S4-2 G.M.Sernas SPEC. NO. 4 -FINE GRADE AND/OR COMPACT EARTH GRADES (con's...) Q/`ssOCiateS Ltd. 8. QUALITY OF FINISHED WORK The Contractor shall note that any work that does not meet the standards of the contract drawings and these specifications, as determined by the Engineer, shall be redone at the expense of the Contractor or, at the discretion of the Engineer, payment for the faulty work may be reduced or witheld. S4-3 G.M.Sernas ' SPECIFICATION NO. 5 &SUciates Ltd. SUPPLY AND INSTALL GRANULAR MATERIAL AND/OR CRUSHED STONE 1. SCOPE OF WORK This work shall consist of supplying and installing granular material or crushed stone. The work shall be ' carried out in a manner called for by these specifications and to be the satisfaction of the Municipality. The Contractor shall be responsible for familiarizing himself with all of the requirements of the Municipality ' and, wherever necessary, obtaining all permits, licenses and other documents to carry out the work in a substantial and workmanlike manner. This work shall include supplying of all materials,trucking,supplying of all labour, equipment, machinery ' and tools, etc., placing of the material to the lines and levels and cross-sections shown on the drawings, compacting of the material and all other things necessary as specified in the contract and shown on the drawings to a condition satisfactory to the Engineer. ' 2. MATERIAL All of the requirements of Ministry of Transportation and Communications Form 1010 shall apply. The gradation requirements shall be according to Table 1 attached to and forming part of these specifications. The material shall not show marked fluctuations from opposite extremes of the limiting sizes and the curve plotted from the sieve analysis shall be smooth. Granular"A"and 16mm crushed aggregates,Type A&B,shall be crushed rock composed of hard,uncoated ' cubical fragments, or crushed gravel composed of hard durable uncoated particles. Where specifically approved by the Engineer,crushed slag produced from iron blast furnace slag or blended nickel slag may also be used. ' Granular "B", "C" and "D" shall be composted of clean hard durable uncoated particles and be obtained from deposits of sand or gravel, talus rock, quarries, disintegrated granite, mine waste, iron blast, furnace , slag or blended nickel slag. Crushing of granular "B" and "C" material shall be required, except that the Contractor may,at his option,elect to crush any oversize particles present in the deposit, as an alternative to screening. Granular "D" shall be crushed rock screenings or slag screenings. 3. MATERIAL TESTING The Contractor shall, at his own expense, supply sufficient quantity of material and arrange for testing as ' directed by the Engineer. 4. FINE GRADING AND COMPACTION OF SUBGRADE , Unless specifically approved by the Engineer, granular material or crushed stone shall not be placed on subgrades which have not been fine graded or compacted. , S5-1 ' G.M.Sernas �,``ssociates Ltd. 1 SPEC. NO. 5 - SUPPLY AND INSTALL GRANULAR MATERIAL AND/OR CRUSHED E"(ciiiik 5. PLACING OF GRANULAR MATERIAL AND CRUSHED STONE The granular material and crushed stone shall be carefully placed on the subgrade in uniform layers. The material shall be bladed and shaped to the correct lines, grades and cross-sections as shown on the ' drawings and as directed by the Engineer. The Contractor shall be responsible for regulating the delivery of materials to the site,subject to the amount of equipment and labour available for placing and spreading the material. ' The finished surfaces shall not deviate more than 10mm from the specified lines,grades and cross-sections. The Contractor shall carry out the work in such a manner to provide adequate surface drainage at all times ' and to avoid saturation of the material. The Contractor shall,at this own expense, remove and/or replace saturated materials as directed by the Engineer. 6. COMPACTION The unit price tendered for supply and install granular material and crushed stone shall include compacting the material to a minimum of 100% Standard Proctor Density. The Contractor shall be responsible for supplying sufficient equipment for this purpose. ' 7. METHOD OF PAYMENT 1 Payment shall be based on the unit rates tendered for the supply and installation of granular material and crushed stone multiplied by the number of units actually placed. The unit rates shall include all material, labour, equipment, water if required for compaction, cleaning up of the site and all other contingencies necessary to complete the work. ' Where the unit rate tendered for the supply and installation of granular material and crushed stone is based on square meters, the theoretical area worked, as shown on the drawings, shall be measured and ' used for the purpose of payments. Where the unit price tendered for the supply and installation granular material and crushed stone is based on tonnes, truck delivery slips will be collected by the Engineer and the material actually incorporated in the work shall be used for the basis of payment. The Engineer reserves the right to verify truck weights by use of independent weigh scales at the discretion of the Engineer without additional compensation paid to the Contractor, the truck operator or the supplier of the material. 8. COMPLETION OF WORK ' The work shall not be considered complete until all of the work has been done as specified herein and shown on the drawings and approved by the Engineer and the Municipality. This shall include cleaning up of the site, replacement of ditches, culverts, under drains, etc.,where required by the Engineer and all other work necessary to leave the entire site in a condition satisfactory to the Engineer. As specified herein, the work must also meet the requirements of the Municipality and is subject to their ' inspection and testing, prior to issuing of completion certificate. 55-2 G.M.Sernas Associates Ltd. E (con`t::: SPEC. NO. 5 - SUPPLY AND INSTALL GRANULAR MATERIAL AND/OR CRUSHED � ): i 9. QUALITY OF FINISHED WORK The Contractor shall note that any work that does not meet the standard of the contract drawings and , these specification, as determined by the Engineer, shall be removed and replaced at the expense of the Contractor or, at the discretion of the Engineer, payment for the faulty work may be reduced or witheld. 1 1 i 1 1 1 i S5.3 i G.M.Sernas Q��ssociates.l.td. SPECIFICATION NO. 6 SUPPLY AND INSTALL ASPHALT 1. SCOPE OF WORK ' This work shall consist of supplying and installing asphalt. The work shall be carried out in a manner called for by these specifications and to the satisfaction of the Municipality, and according to Ministry of Transportation Specification Division 3• The Contractor shall be responsible for familiarizing himself with ' all of the requirements of the Municipality and Ministry of Transportation and, wherever necessary, obtaining all permits,licences and other documents to carry out the work in a substantial and workmanlike manner. This work shall include supplying of all material,trucking,labour,equipment,machinery and tools, placing of the asphalt to lines and levels and cross-sections shown on the drawings,compacting of the asphalt,and all other things necessary as specified in the contract and shown in the drawings to a condition satisfactory to the Engineer. 2. MATERIAL All of the requirements of Ministry of Transportation Specification Division 3, Form 310, shall apply. 3. MATERIAL TESTING ' The Contractor shall, at his own expense, supply sufficient quantity of material and arrange for testing as directed by the Engineer. ' 4. FINE GRADING AND COMPACTION OF SUBGRADE Unless specifically approved by the Engineer, asphalt shall not be placed on subgrades which have not ' been fine graded br compacted. ' 5• PLACING OF ASPHALT The asphalt shall be placed using a mechanical paver, capable of spreading the material to correct lines, grades and cross-sections,as shown on the drawings and as directed by the Engineer. The Contractor shall ' be responsible for regulating the delivery of asphalt to the site, subject to the amount of equipment and labour available for placing and spreading the asphalt. ' The temperature of the asphalt mixture immediately after spreading and prior to initial rolling shall not be less than 120 degrees C. ' The asphalt mixture shall be compacted to the required density specified in M.T.O. Form 310.05.14. The finished surfaces shall not deviate more than 3mm from the specified lines, grades and cross-sections. SG-1 G.M.Sernas , OAssociates Ltd. SPEC. NO. 6- SUPPLY AND INSTALL ASPHALT (con't...) I 6. METHOD OF PAYMENT Payment shall be based on the unit rates tendered for the supply and installation of asphalt actually placed. ' The unit rate shall include all material, labour, equipment, cleaning up of the site and all other contingencies necessary to complete the work. Where the unit rate tendered for the supply and installation of asphalt is based on square metres, the ' theoretical area worked, as shown on the drawings, shall be measured and used for the purpose of payments. , Where the unit price tendered for the supply and installation of asphalt is based on tonnes,truck delivery slips will be collected by the Engineer and the material actually incorporated in the work shall be used for the basis of payment. The Engineer reserves the right to verify truck weights by use of independent weigh ' scales at the discretion of the Engineer,without additional compensation paid to the Contractor,the truck operator or the supplier of the material. 7. COMPLETION OF WORK The work shall not be considered complete until all the work has been done as specified herein and shown ' on the drawings and approved by the Engineer and the Municipality. This shall include cleaning up of the entire site, replacement of ditches, culverts, under drains, etc., where required by the Engineer and all other work necessary to leave the entire site in a condition satisfactory to the Engineer. , As specified herein, the work must also meet the requirements of the Municipality and is subject to their inspection and testing prior to issuing of the completion certificate. ' 8. QUALITY OF FINISHED WORK The Contractor shall note that any work that does not meet the standards of the contract drawings and ' these specifications, as determined by the Engineer, shall be removed and replaced at the expense of the Contractor or,at the discretion of the Engineer, payment for the faulty work may be reduced or withheld. ' S6-2 G.M.Sernas SPECIFICATION NO. 7 &sociates L. . ' CONCRETE CURB AND GUTTER 1. SCOPE OF WORK This work shall consist of constructing concrete curb,combination concrete curb and gutter or two-stage ' concrete curb and gutter. The work shall be constructed in a manner called for by these specifications and to the satisfaction of the Municipality. The Contractor shall be responsible for familiarizing himself with all of the requirements of the Municipality and wherever necessary, obtaining all permits, licences and other documents to carry out the work in a substantial and workmanlike manner. This work shall include clearing the site, supplying all necessary materials, excavating in any material to the lines and levels shown on the drawings, supply of all labour, equipment, machinery and tools, etc., finishing, curing and protecting the concrete, removal of form work, backfilling, removal of all surplus materials to a dump site arranged for by the Contractor and approved by the Engineer and doing all other work necessary to construct and put in complete working order, the concrete curb or combination concrete curb and gutter or two-stage concrete curb and gutter, including surface restoration of the site ' as specified in the Contract and shown on the drawings, to a condition satisfactory to the Engineer. 2. CLEARING SITE The unit price tendered for concrete curb or combination concrete curb and gutter or two-stage concrete curb and gutter,shall include, unless otherwise specified, all clearing of the site, including the removal of unsuitable material and debris required to construct the work as directed by the Engineer. ' 3. EXCAVATION The excavation shall be carried out to the lines and depth as shown on the drawings. The bottom of the ' excavation shall be even and thoroughly compacted. Any surplus excavated material not required for backfilling shall be disposed of by the Contractor. ' 4. FORM WORK ' Forms shall be wood or metal and shall be straight and of sufficient strength to prevent movement during ' concreting. The forms shall be set to correct line and grade as shown on the drawings, and shall extend for the full depth of the curb or combination curb and gutter or two-stage curb and gutter. The forms shall be securely staked, braced and clamped and shall be sufficiently tight to prevent leakage of the mortar. Prior to concreting, all forms shall be thoroughly cleaned and oiled with an approved form oil. 5. CONCRETE All concrete shall be ready mixed and delivered to the site by truck-mixer. The concrete shall consist of Portland cement and aggregate conforming to the requirements of M.T.O. Form 1000. ' S7-1 G.M.Sernas SPEC. NO. 7 - CONCRETE CURB AND GUTTER (con't... oAssociates Ltd. and M.T.O. Form 1002. The concrete shall contain an approved air entrainment agent as specified in , M.T.O. Form 1303 to produce five to seven per cent air entrainment. The concrete shall attain a compressive strength of 27.5 MPa at 28 days. The maximum slump shall be 75mm. 6. PLACING OF CONCRETE The concrete shall be placed in the forms in such a manner that will prevent segregation of the ingredients r and to avoid rehandling of the concrete. The concrete shall be sufficiently compacted to produce a homogeneous and void-free structure. ' 7. TOINTS Joints shall be formed at five-metre intervals, using a pre-molded nonextruding asphaltic impregnated ' material 12mm thick. Joints shall also be installed at catchbasins and at any other locations as shown on the drawings or as directed by the Engineer. The joints shall be for the full section of the curb and shall be vertical and square to the centreline. At the end of the curing period, the joint material shall be trimmed back to be flush with the concrete surface. ' Alternatively, contraction joints may be installed by saw cutting or use of a "guillotine" knife in extruded concrete. 8. REINFORCING STEEL The unit price tendered for concrete curb, combination concrete curb and gutter or two-stage concrete ' curb and gutter shall include supply and installation of reinforcing steel as shown on the drawings and required by the Municipality. 9. TWO-STAGE CONCRETE CURB AND GUTTER (a) Base Stage ' The unit price tendered for the base stage of two-stage concrete curb and gutter shall, in addition to all other requirements called for by these specifications, include supply and installation of stirrups, forming of keys and joints, install temporary asphalt filler around ' catchbasins,and all other contingencies necessary as shown on the drawings and required by the Engineer and the Municipality. (b) Top Stage , The unit price tendered for the top stage of two-stage concrete curb and gutter shall, in addition to all other requirements called for by these specifications, include removal of temporary asphalt fillers around catchbasins,complete the base and top stage concrete curbs around catchbasins,including dowels,etc.,thoroughly clean the base to the satisfaction of the Engineer prior to the installation of the top stage, supply and apply bonding agents where required, cutting of asphalt adjacent to the gutter if required and all other contingencies necessary, as shown on the drawings and required by the Engineer and the Municipality. S7-2 ' G.M.Sernas SPEC. NO. 7 -CONCRETE CURB AND GUTTER (con t...) Q.Associates Ltd.' 10. FIMSHING ' After compaction of the concrete, any surplus concrete shall be struck off to finished grade and cross- section. The surface shall be floated until the concrete presents a smooth surface. The exposed concrete edges shall be rounded in accordance with the drawings, using a suitable edging tool. The application of water, cement, cement paste of similar mixtures, to the concrete surface to aid in finishing of the concrete,shall not be permitted. The concrete surface shall be lightly brushed to produce ' a non-slip finish. 11. CONTRACTOR'S MARK ' At each end of the curb or at 100 metre intervals, the Contractor shall mark the curb with a stamp showing the Contractor's name and the year of construction. 12. DRIVEWAYS Driveway depressions shall be formed as shown on the drawings and located as directed by the Engineer. ' 13. CURING All unformed concrete surfaces shall be cured. Curing compound shall be applied to each surface as soon after the finishing of the concrete as can be achieved without damaging the surface. A commercial grade white pigmented curing membrane compound, such as Rite-Cure or approved equal, shall be applied to the concrete surface by means of spraying equipment. The compound shall be applied to completely cover the surface, such that the membrane formed is of satisfactory uniformity, thickness and colour. The rate of application shall not be less than one litre per five square metres of concrete surface. 14. PROTECTION OF WORK The Contractor shall use suitable means for protecting the curb from any damage during the curing period and shall be responsible for replacing any damaged or marked curb,at his own expense,as directed by the ' Engineer. ' 15. ADVERSE WEATHER CONDITIONS The Contractor shall, at his own expense, protect the concrete from adverse weather conditions, in accordance with M.T.O. Form 9, 16. BACK M ING ' As soon as practical after completion of the concreting, the curb shall be carefully backfilled. Care shall be taken during the backfilling operation to avoid damage to the curb or moving the curb out of line. S7-3 G.M.Sernas ' SPEC. NO. 7 -CONCRETE CURB AND GUTTER (con't...) Q,%.ssociates Ltd. 17. METHOD OF PAYMENT ' Payment shall be based on the unit rate tendered per linear metre of curb, measured along the face of the ' curb actually laid. The unit rate quoted for concrete curb, combination concrete curb and gutter or two- stage concrete curb and gutter shall include all excavation and filling to correct line and grade, forming, concrete, reinforcing steel, finishing, clearing of base curb, curing, jointing, forming of driveway depressions,disposal of surplus material,cleaning up of the site,labour,equipment,tools,machinery,etc., ' and all other contingencies necessary to construct and put in complete working order the concrete curb, combination concrete curb and gutter, or two-stage curb and gutter. 18. COMPLETION OF WORK ' The work shall not be considered completed until all work has been done as specified herein and shown ' on the drawings, and approved by the Engineer and the Municipality. This shall include the backfilling and levelling of the working area,cleaning up of the site, the replacement of all paved and/or gravel roads, ditches,culverts,under drains, pavements,sidewalks,driveways and all existing structures damaged by the ' construction of the curb and all other work necessary to leave the entire site in a condition satisfactory to the Engineer. As specified herein, the work must also meet the requirements of the Municipality and is subject to their ' inspection and testing prior to issuing of a completion certificate. 19. OUALITY OF FINISHED WORK ' The Contractor shall note that any work that does not meet the standards of the contract drawings and ' these specifications as determined by the Engineer, shall be removed and replaced at the expense of the Contractor,or at the discretion of the Engineer. Payment for the faulty work may be reduced or withheld. S7-4 G.M.Sernas SPECIFICATION NO. 8 ��ssociates Ltd. CONCRETE SIDEWALKS AND LAN EWAYS 1. SCOPE OF WORK ' This work shall consist of constructing concrete sidewalks or laneways. The work shall be constructed in a manner called for by these specifications and to the satisfaction of the Municipality. The Contractor shall be responsible for familiarizing himself with all of the requirements of the Municipality and wherever necessary, obtaining all permits, licences and other documents to carry out the work in a substantial and ' workmanlike manner. This work shall include clearing the site, supplying all necessary materials, excavating in any material to the lines and levels shown on the drawings, supply of all labour, equipment, machinery and tools, etc., finishing, curing and protecting the concrete, removal of form work, backfilling, removal of all surplus materials to a dump site arranged for by the Contractor and approved by the Engineer and doing all other things necessary to construct and put in complete working order, the concrete sidewalk or laneway, including surface restoration of the site as specified in the contract and shown on the drawings, to a condition satisfactory to the Engineer. 2. CLEARING SITE The unit price tendered for the concrete sidewalk or laneway shall include, unless otherwise specified,all clearing of the site,including the removal of unsuitable material and debris required to construct the work as directed by the Engineer. 3. EXCAVATION The Contractor shall, at his own expense, excavate and/or fill to the lines and depth as shown on the drawings. If unsuitable material is encountered at the bottom of the excavation, the Contractor shall remove such unsuitable material and backfill with approved material,well compacted as per requirements of the Municipality,_to provide a firm subgrade for the proposed sidewalk. The Contractor shall,at his own ' expense,remove all boulders,stones,rocks or roots,bushes,walls,fences or any other obstructions found within the limits of the proposed sidewalk. All shrubs or trees which do not require removal shall be trimmed as directed by the Engineer to allow adequate horizontal and vertical clearance,branch stubs shall ' be protected with a coat of tree preserver and all waste or surplus material shall be disposed of by the Contractor. ' 4. FOUNDATION The subgrade shall be brought to an even surface and thoroughly consolidated. The foundation shall ' conform in line, grade and cross-fall to the drawings and to provide an even thickness of concrete. The unit price tendered for concrete sidewalk and laneways shall include the supply, placing and compaction of a granular base as shown on the drawings. A polyethylene sheet, no less than 0.05mm, having a width ' of the sidewalk, shall be laid on the subgrade prior to concreting. ' S8-1 G.M.Sernas , SPEC. 8 - CONCRETE SIDEWALKS AND LANEWAYS (con't...) Associates Ltd. 5. FORM WORK ' Suitable side forms of wood or metal shall be set to correct line, grade and cross-fall on the finished ' foundation. The forms shall be straight and of sufficient strength to prevent movement during concreting. The forms shall be securely staked,braced and clamped and shall extend for the full depth of the sidewalk or laneway. Prior to concreting, all forms shall be thoroughly cleaned and oiled with an approved form oil. ' 6. CONCRETE ' All concrete shall be ready mixed and delivered to the site by truck-mixer. Concrete shall consist of Portland cement and aggregate conforming to the requirements of M.T.O. Form 1000 and M.T.O. Form 1002. The concrete shall contain an approved air entrainment agent as specified in M.T.O. Form 1303 to ' produce five to seven per cent air entrainment. The concrete shall attain a compressive strength of 27.5 MPa at 28 days. The maximum slump shall be 75mm. 7. PLACING OF CONCRETE The concrete shall be placed in the forms in such a manner that will prevent segregation of the ingredients ' and to avoid rehandling of the concrete. The concrete shall be sufficiently compacted to produce a homogeneous and void free structure. 8. TOINTS Expansion joints shall be installed at the end of every three bays or at such intervals that the Engineer or the Municipality may require. The expansion joints shall be installed at right-angles to the sidewalk and secured in a vertical position. The joints shall be formed by means of a pre-molded nonextruding asphaltic impregnated material, 12mm thick and for the full depth of the concrete. Similarly constructed joints shall be installed where the sidewalk abuts against curbs, hydro poles, hydrants, water valves or any other structures which are allowed to remain in the line of the sidewalk or as directed by the Engineer. At the end of the curing period, the joint material shall be trimmed back to be flush with the concrete surface. 9. FINISHING After compaction of the concrete, any surplus concrete shall be struck off to finished grade and cross- ' section. The surface shall be floated until the concrete presents a smooth surface. The exposed concrete edges shall be rounded in accordance with the drawings, using a suitable edging tool,bays shall be marked off at intervals as indicated on the drawings,by scoring at right angles to the sidewalk and using a suitable jointing tool. The scoring of the sidewalk shall be deep enough to facilitate the breaking out of individual bays. ' The application of water, cement, cement paste, or similar mixtures to the concrete surface to aid in finishing of the concrete, shall not be permitted. The concrete surface shall be lightly brushed to produce ' a non-slip finish. S8-2 , G.M.Sernas SPEC. 8 -CONCRETE SIDEWALKS AND LANEWAYS (con't... Okssociates Ltd. 10. CONTRACTORS MARK ' At each end of the sidewalk or laneway or every 10 bays shall be marked with a stamp showing the contractor's name and the year of construction. 11. DRIVEWAYS ' The unit price quoted for sidewalks or laneways shall include reinforcing steel and/or additional concrete depth at driveways as shown on the drawings. ' 12. CURING All unformed concrete surfaces shall be cured. Curing compound shall be applied to each surface as soon ' after the finishing of the concrete as can be achieved without damaging the surface. A commercial grade white pigmented curing membrane compound, such as Rite-Cure or approved equal, shall be applied to the concrete surface by means of spraying equipment. The compound shall be applied to completely cover the surface, such that the membrane formed is of satisfactory uniformity, thickness and colour. The rate of application shall not be less than 1 litre per 5 square metres of concrete surface. ' 13. PROTECTION OF WORK The Contractor shall use suitable means for protecting the sidewalks or laneways during the curing from any damage, including inclement weather conditions and shall be responsible for replacing, at his own expense, any damaged or marked section as directed by the Engineer. 14. ADVERSE WEATHER CONDITIONS The Contractor shall, at his own expense, protect the concrete from adverse weather conditions in ' accordance with M.T.O. Form 9. IS. BACKFILLING, As soon as practical after completion of the concreting, the sidewalks and laneways shall be carefully backfilled. Care shall be taken during the backfilling operation to avoid damage to the work. ' 16. EXISTING DRIVEWAYS AND ROADWAYS ' Concrete driveways or laneways which are crossed by existing driveways, walkways, roadways, etc., shall be constructed in such a manner to minimize the effect on private properties. The Contractor shall be responsible for notifying residents before excavating through such areas, in order that vehicles may be parked in alternate locations. The Contractor shall, at all times,show personal appreciation and maintain good public relations. As soon as practical after completion of the installation of sidewalks and laneways, the Contractor shall reinstate all existing driveways,walkways, roadways and sodded areas,etc.,at his own ' expense. S8-3 G.M.Sernas , SPEC. 8 -CONCRETE SIDEWALKS AND LANEWAYS (con't...) OASsociates Ltd. The unit price tendered for the concrete sidewalks and laneways shall include saw cutting of existing asphalt areas in straight lines and, wherever practical, the concrete sidewalk or laneway shall be constructed between the saw cuts in such a manner that all voids are completely filled with concrete ' without the use of forms. Where this method cannot be used, the Contractor shall, at his own expense, unless otherwise specified in the Special Conditions, reinstate the asphalt surface to the satisfaction of the Engineer. 17. METHOD OF PAYMENT Payment shall be based on the unit rate tendered per linear metre of concrete sidewalk or laneway ' measured along the centreline of the work actually installed. The unit rates tendered shall include all excavation and filling to correct lines and grades, forming, concrete, reinforcing steel, Finishing, curing, jointing,disposal of surplus material,cleaning up of the site,labour,equipment,tools,machinery,etc.,and ' all other contingencies necessary to construct and put in complete working order, the concrete sidewalk or concrete laneway. 18. COMPLETION OF WORK The work shall not be considered complete until all work has been done as specified herein and shown ' on the drawings and approved by the Engineer and the Municipality. This shall include the backfilling and levelling of the working area, cleaning up of the site, the replacement of all paved and/or gravel roads, ditches,culverts,under drains,pavements,sidewalks,driveways and all existing structures damaged by the , construction of the concrete sidewalk or laneway and all other work necessary to leave the entire site in a condition satisfactory to the Engineer. As specified herein, the work must also meet the requirements of the Municipality and is subject to their , inspection and testing prior to issuing of completion certificate. 19. QUALITY OF FINISHED WORK The Contractor shall note that any work that does not meet the standards of the contract drawings and these specifications, as determined by the Engineer, shall be removed and replaced at the expense of the Contractor or at the discretion of the Engineer, payment for the faulty work may be reduced or withheld. S8-4 ' G.M.Sernas Associates ltd. ' SPECIFICATION NO. 10 PLACING TOPSOIL I. SCOPE OF WORK ' This work shall consist of placing topsoil. The work shall be carried out in a manner called for by these specifications and to the satisfaction of the Municipality. The Contractor shall be responsible for familiarizing himself with all of the requirements of the Municipality and wherever necessary,obtaining all ' permits, licences and other documents to carry out the work in a substantial and workmanlike manner. This work shall include clearing the site, excavate and fill in any material to the lines and grades shown ' on the drawings,supply of all labour,equipment, machinery, tools,etc., removal of all surplus material to a dump site arranged for by the Contractor and approved by the Engineer, hauling topsoil from existing stockpiles on site to the working area and doing all other things necessary,as specified in the contract and shown on the drawings, to a condition satisfactory to the Engineer. 2. CLEARING SITE 1 The unit price tendered for the placing of topsoil shall include, unless otherwise specified, all clearing of the site,including the removal of all unsuitable material and debris required for grading and placing of the ' topsoil as directed by the Engineer. 3. PREPARATION OF THE SURFACE FOR TOPSOIL The Contractor shall, at his own expense, fine grade to uniform surface the areas or locations to be topsoiled. In order to assure proper integration of the topsoil with the existing surface, the latter shall be free of all vegetation and other debris and free of stones which would not be covered by the depth of topsoil specified and shall be loose to a depth of 25mm at the time of placing the topsoil. The Contractor shall perform such mowing, raking and picking up of debris and such discing, harrowing or other means of scarification as rytay be necessary to comply with this requirements. 4. APPLICATION OF TOPSOH. ' On such areas of the work as the Engineer designates, the Contractor shall uniformly spread topsoil to a depth as specified in the Form of Tender. All lumps shall be pulverized and any roots or foreign matter shall be raked up and removed as directed. 5. METHOD OF PAYMENT Payment shall be based on the unit rate tendered for placing of topsoil on actual area placed. The unit rate shall include hauling of topsoil from stockpiles on site, labour,equipment,cleaning up of the site and ' all other contingencies necessary to complete the work. ' S10-1 G.M.Sernas , Associates Ud. ot SPEC. 10 - PLACING TOPSOIL (con't...) ` =' Where it is specified in the Form of Tender or in the Special Conditions of the contract that the tender item placing of topsoil includes supplying or importing of topsoil, the unit rate tendered shall, in addition to ' the above, include supplying, loading, hauling, stockpiling of topsoil on the site, etc. 6. COMPLETION OF WORK ' The work shall not be considered complete until all of the work has been done as specified herein and shown on the drawings and approved by the Engineer and the Municipality. This shall include the cleaning up of the entire site, replacement of ditches, culverts, under-drains, etc.,where required by the Engineer and all other work necessary to leave the entire site in a condition satisfactory to the Engineer. As specified herein, the work must also meet the requirements of the Municipality and is subject to their ' inspection and testing prior to issuing of the completion certificate. 7. QUALITY OF FINISHED WORK The Contractor shall note that any work that does not meet the standards of the contract drawings and ' these specifications as determined by the Engineer shall be removed and replaced at the expense of the Contractor or at the discretion of the Engineer, payment for the faulty work may be reduced or withheld. r S10-2 , G.M.Sernas SPECIFICATION NO. 11 Associates i.td. ' SUPPLY AND PLACE SOD ' 1. SCOPE OF WORK This work shall consist of supplying and placing of sod. The work shall be carried out in a manner called for by these specifications and to the satisfaction of the Municipality. The Contractor shall be responsible for familiarizing himself with all of the requirements of the Municipality and,wherever necessary,obtaining all permits,licences and other documents to carry out the work in a substantial and workmanlike manner. This work shall include supplying of all material, trucking, supplying of all labour, equipment, machinery and tools, etc., placing the sod in such areas as shown on the contract drawings and as directed by the Engineer and all other things necessary as specified in the Contract and shown on the drawings, to a ' condition satisfactory to the Engineer. 2. SOD All sod shall be No. 1 Blue Grass Fescue Nursery Sod and shall meet all of the requirements current at the date of contract of the Ontario Sod Growers Association. ' Nursery Sod may be rolled to facilitate handling and transportation. All unlaid sod at the site shall be kept moist by spraying with water or covered with moist burlap if required. ' The sod shall be well permeated with roots, uniform and free from weeds and shall be of such size and condition that each may be lifted and handled without breaking or tearing and without loss of soil. ' 3. SOD PEGS AND WIRE MESH ' Where staked sod with wire mesh is specified on the drawings and in the Form of Tender of the contract, the Contractor shall, in addition to all other requirements of this specification,supply and install all pegs, posts, anchor posts, wire mesh and tie wires, etc., as detailed on the drawings. ' 4. SURFACE PREPARATION ' All areas to be sodded shall be fine graded to uniform surface and the surface material shall be loosened to a depth of 25mm. These areas shall be so maintained until the sod is placed. 1 5. LAYING OF SOD The sod shall be carefully placed in uniform rows with the joints in adjacent rows to be staggered. After ' placing the sod, the Contractor shall, at his own expense, roll the sod with appropriate roller and water as necessary until growth is assured. No sod shall be placed when frozen or on frozen ground. ' The entire work shall be done in a workmanlike manner so that the appearance on completion shall be as nearly as possible that of a good, natural growth in place. S11-1 G.M.Sernas ' SPEC. 11 - SUPPLY AND PLACE SOD (con t...) &ssociates Ltd. The Contractor shall be responsible for the care of all completed sodding, including watering to assure a , good growth of the sod. 6. METHOD OF PAYMENT ' Payment shall be based on the unit rate tendered for supply and place sod, as measured after the , completion of the work. The unit rate shall include all material, labour, equipment, cleaning up of the site and all other contingencies necessary to complete the work. Where the unit rate tendered for supply and place sod includes staking and/or wire mesh, as specified on ' the drawings and in the Form of Tender, the unit rate shall include, in addition to the above, supply and install all sod pegs, wooden stakes, wire mesh, anchor posts, tie wire, etc., and all other contingencies necessary to complete the work. 7. COMPLETION OF WORK ' The work shall not be considered complete until all of the work has been done as specified herein and shown on the drawings and approved by the Engineer and the Municipality. This shall include cleaning ' up of the entire site, the replacement of ditches, culverts, under drains, etc., where required by the Engineer and all other work necessary to leave the entire site in a condition satisfactory to the Engineer. As specified herein, the work must also meet the requirements of the Municipality and is subject to their ' inspection and testing, prior to issuing of a completion certificate. 8. QUALITY OF FINISHED WORK , The Contractor shall note that any work that does not meet the standards of the contract drawings and ' these specifications as determined by the Engineer, shall be removed and replaced at the expense of the Contractor, or at the discretion of the Engineer payment for the faulty work may be reduced or withheld. S11-2 , G.M.Sernas SPECIFICATION NO. 15 Q��ssoc�ates t.td. ' RIP RAP AND GROUTED OU ED RIP RAP ' 1. SCOPE OF WORK This work shall consist of constructing rip rap or grouted rip rap. The work shall be constructed in such ' a manner called for by these specifications and to the satisfaction of the Municipality. The Contractor shall be responsible for familiarizing himself with all of the requirements of the Municipality and, wherever necessary,obtaining all permits, licences and other documents to carry out the work in a substantial and ' workmanlike manner. This work shall include clearing the site, supplying all necessary materials, excavating, trimming and ' consolidating the earth foundations, hauling and delivery of all rock and other material, supply of all labour,equipment,machinery and tools,etc.,incidental to the handling and placing of the rip rap,removal of all surplus material to a dump site arranged for by the Contractor and approved by the Engineer and doing all other things necessary to construct and put in complete working order, the rip rap or grouted ' rip rap, including surface restoration of the site as specified in the contract and shown on the drawings to a condition satisfactory to the Engineer. ' 2. CLEARING SITE The unit price tendered for the rip rap or grouted rip rap shall include, unless otherwise specified, all ' clearing of the site, including the removal of unsuitable material and debris required to construct the work as directed by the Engineer. 3. EXCAVATION ' The Contractor shall, at his own expense, excavate and/or fill to the lines and depth as shown on the drawings. If unsuitable material is encountered at the bottom of the excavation, the Contractor shall remove such unsuitable material and backfill with approved material well compacted to provide a firm subgrade for the proposed rip rap work. l 4. FOUNDATION ' The subgrade should be brought to an even surface and thoroughly consolidated. The foundation shall conform in line and grade and cross-fall to the drawings. If specified on the drawings, the unit price tendered shall include the supply and installation of a granular base and/or a filter mat. 5. MATERIALS (a) Rock ' Rock subject to marked deterioration by water or weather will not be accepted. Any fragment shall not measure less than 0.015 cubic metres in volume. Spalls shall be supplied to fill open joints. S15-1 G.M.Sernas ' SPEC. 15 - RIP RAP AND GROUTED RIP RAP (con't...) OAssociates Ltd. (b) Concrete ' Where grouted rip rap is specified on the contract drawings or directed by the Engineer, the concrete grout shall consist of 13.8 MPa ready-mix concrete. 6. PLACING The Contractor shall carefully place the stones to the required length, thickness and depth conforming to ' the lines given by the Engineers. No shaping of the stones will be required. However,the Contractor shall select stones to fill open joints and voids to construct a complete and protective covering. ' Where grouted rip rap is specified on the contract drawings or directed by the Engineer,the stones should be wetted prior to applying the concrete mortar. The spaces between the stones shall be completely filled with grout and worked with suitable tools to fill all voids. Excess grout shall be removed with a stiff brush. Grouted rip rap shall be allowed to cure for a minimum of four days before being subjected to erosion from running water. While installing the rip rap and during the curing period of the grout,the Contractor shall, at his own expense, be responsible for all necessary dewatering or drainage diversion as directed by ' the Engineer. 7. METHOD OF PAYMENT ' Payment shall be based on the unit rate tendered per square metre of rip rap or grouted rip rap actually installed. The unit rate tendered shall include all excavation and trimming to correct lines and grades, ' consolidation of foundation,supply of all material,supplying of all labour,equipment,machinery and tools, etc.,disposal of surplus material,cleaning up of the site and all other contingencies necessary to construct and put in complete working order, the rip rap or grouted rip rap. t 8. COMPLETION OF WORK The work shall not be considered complete until all work has been done a specified herein and as shown ' on the drawings and approved by the Engineer and the Municipality. This shall include backfilling and levelling of the working area, cleaning up of the site, the replacement of all paved and/or gravel roads, ' ditches, culverts, under drains, pavement,sidewalks, driveways and all existing structures damaged by the construction of the rip rap and all other work necessary to leave the entire site in a condition satisfactory to the Engineer. As specified herein, the work must also meet the requirements of the Municipality and is subject to their , inspection and testing prior to issuing of completion certificate. 9. QUALITY OF FINISHED WORK The Contractor shall note that any work that does not meet the standards of the contract drawings and ' these specifications as determined by the Engineer, shall be removed and replaced at the expense of the Contractor or at the discretion of the Engineer, payment for the faulty work may be withheld or reduced. S15-2 ' MANHOLE FRANC E COVER ' 73 CLEARANCE FOR TOP TWO GTE N ONLY SEE NOTES CONCRETE CAP "IN. (11 COURSE BRICKWORK,MAX.300-- BRICKWORK. 1 : FOR MORTARING OF 230t 685 N..DIA. ADJUSTMENT UNITS REFER TO •2 683 wN1 DIA. 30 OPSD 704.01. OUTSIDE TO RECEIVE TWO COATS OF 81TUMINOUS PAINT. o ' o —MANHOLE SECTION TO MEET A.S.T.Y. ' SPECIFICATION C-47B OR EQUIVALENT ° -.___... 130 1200 ww DIA. ISO 130 1200 oo OIA. I ISO --MACE OUTSIDE OF JOINTS PRESS SEAL OR EQUIVALENT RUBBER GASKET .. ISO� jL r 1 0 ' W m p p I. 1 � 20 MP. CONCRETE REIGNING 70 BE FORMED I I AFTER MANHOLE IS ERECTED SEE TABLE �r °,.�•:•::-.. ._•.. ...o.a .:e`-.. MIN.OF 73 ww OF MI oft CRUSHED STONE COMPACTED - -.•. I�BO ww OI♦. I NGO IIIa °IA. SECTION A-A Ll SECTION 8-8 ' 2 1 G85 w DIA. cl • Q MANHOLE SECTION TO MEET A.3.T.M. ' SPECIFICATION C-476 OR EQUIVALENT 1 1200_o- DIA. 130 B PRECAST FLAT TOP ' NOTES: 1 I I PRECAST CONCRETE BASES SHALL BE USED ONLY WHEN GROUND CON04TIONS ARE DRY AND FIRM (STRUCTURALLY SOUN01. 2S0 2. TOP OF BENCHING 70 BE SLOPED AT 2 % TO CHANNEL ��--� S. ANY PIPES ENTERING THE PRECAST SECTIONS, MUST NOT ENTER AT A / \ A MANHOLE SECTION JOINT. A LIFTING MOLES IN PRECAST SECTIONS TO BE COMPLETELY FILLED WITH S PARTS SAND, 1 PART CEMENT MORTAR AND POINTED BEFORE BACK-FILLING. STy 1 i 5. MANHOLE STEPS'TO BE POSITIONED AS PER STANDARD N-111 / 6 PRECAST FLAT TOP TO BE USED WHEN TOTAL HEIGHT OF PRECAST SECTION \—� IS LESS THAN 1 60 •1 \ / 7. GASKETS TO BE PLACED AS PER MANUFACTURERS SPECIFICATIONS. ' PLAN J FOR MM DEPTHS GREATER THAN 50 R, A MANHOLE SAFETY GRATING IS REQUIRED 111 1 MAX SPACING BETWEEN SAFETY GRATES IS a-50 I I I I 9 FOR DEPTHS GREATER THAN 75 m THE MANHOLE MUST BE INDIVIDUALLY DESIGNED I 10 20 MPA CONCRETE .'P.♦Ol E SMALL BE PLACED UNDER PIPE,AT THE MANHOLE, BTO THE FIRST JOINT. ALL DIMENSIONS IN MILLIMETRES EXCEPT WHERE NOTED 11. FOR BENCHING DETAIL SEE OPSD 1004.01. Town of Newcastte Public Works Oe artment 1 CHECKED� REVISION rle p� 1200 mm 0 PRECAST CONCRETE MANHOLE DATE JAN. 1988 APpR�%T,pi �/J. DATE `/-/ 7/-//`, •, (FOR SEWER SIZES UP TO 600 mm 0 ON STRAIGHT RUNS) N-101 ' W Y C (10 � FRAME AND ORATE AS, SPECIFIED Y m TTWO STEPS ONLY-SEE NOTES CONCRETE CAP FOR MORTARING OF ADJUSTMENT UNITS REFER TO OPSO 704.0E 230 OUTSIDE TO RECEIVE TWO COATS OF BITUMINOUS PAINT. ' PRESS SEAL OR COLMVALENT RVWR CASKET 1 1200 ww OIA. PAW OUTSIDE OF JOWM ' MANHOLE SECTIONS TO, MEET A.S.T.M. SPEC1fK.ATIO% C-474 OR EAIRVLLENT PRECAST TRANSITION SLAS o , . 100 / \ 20 MN CONCRETE SENCHNN TO SE POIh1ED ' A AFTER MANHOLE IS ERECTED J. ""CAST SASE r$1 Of N ww CRUSHER RUN LIMESTONE (COMPACTED) NIOO r OIA. _1 ' NOTES: (n HIECAST CONaRETE MSES IIHALI K USED ONLY WNW 400WO CONDITIONS ARE ORT M FMI (SINUCTUIMLLY SOUND). W TOP Of 40110411I1 TO K SLORO AT 2`A To CHANNEL. (31 ANT MPU W011101 THE PIItCAST SOCTT011S, WIT NOT ENTER AT A MAM1 MA SOC"0110 JOINT. ' W L*7801 MOLES w P1110CAST SS3CT101M TO SE COUP- LETELY nLLED WITH S !MATT* SRIIS. I PAST CErEUT MORTAR AM Fwf u Sallow IIINW-fli-L". (31 SOLID ALUMINUM MANHOLE STEPS TO BE POSITIONED AS PER OPSO 405.01. IQ Fll7WT PLAT TOP TO BE USED ONLY WHEN TOTAL "EMT OF PMOCASt SECTI011 IS LESS T1MN 1•S w. M "8101711, TO K PLACED Al PER YMMWAL111M M AFE WICATIONS (V MR DEPTMS QKATER TIMM 50 w A MANHOLE SAFETY 41"TWO If Ilwouk O MAX.a ILIA* IRTT.QIM SAPETf SHAT!* ' q 45 on (>M POII OCPTNS NEATER THAN 75 w, THE tlAHOHOLE MUST SE INDOWW ALLY OESNIIEO. OQ 20 MPA CONCRETE CRADLE SMALL K PLACED UNDER PIPE AT THE MANHOLE. TO THE FIRST ' JO . Ito FOR BENCHING DETAILS SEE OPS01004.01, ((2) COMPACTED SAND BACKFILL WITHIN 1.0 M AROUND MANHOLE ALL 01MEN34ONS IN MILLIMETIIES EXCEPT 0 EK N0TE0 Town of Newcastle Public Works Department 1500 mm 0 PRECAST CONCRETE MANHOLE JAN. 6 (FOR SEWER SIZES UP TO 825 mm f ON STRAIQHT RUM) j�}-1 Q3 acTr I,t] 12 12 W 8 C • =y O� FRAME AND GRATE AS SPECIFIED 3 —Y iQ rEARANIOF— TWO STEPS ONLY,SEE NOTE S �n ' 1 _ CONCRETE UP- FOR MORTARING OF ADJUSTMENT U NITS 230 685 mmONA REFER TO OPS.D 704.01.OUTSIDE TO RECEIVE TWO COATS OF BITUMINOUS PAINT. ' PRESS SEAL OR EOUIVALENT RUBBER GASKET 1200 mm DIA. 130 PARGE OUTSIDE OF JOINTS J ic MANHOLE SECTIONS TO•MEET A.S.T.M. � SPECIFK:ATTON C-478 OR EQUIVALENT i PRECAST TRANSITION SLAB 'y. E SOr 8 223 2400 II.n OIA. m v. + <_ \\ 20 MP4 CONCRETE BENCHING TO BE FORMED 1 ° AFTER MANHOLE IS ERECTED W � ( a_ IL I•. PRECAST BASE • •��` .�' MIN 75 mm OF 19 NInI CRUSHER RUN LIMESTONE O it ►•" v ' v COMPACTED) 1 I 2830 01 A. _1 r- NOTES* (1) . PRECAST CONCRETE BASES SHALL -BE USED ONLY WHEN GROUND CONDITIONS ARE DRY B FIRM ' (STRUCTURALLY SOUND). W TOP OF BENCHING T'0 BE SLOPED AT 2 x TO CHANNEL. (3) ANY PIPES ENTERING THE PRECAST .SECTIONS, MUST NOT ENTER AT A MANHOLE SECTION JOINT. (4) UFT11G HOLES IN PRECAST SECTIONS TO BE COMP- LETELY FILLED WITH 3 PARTS SAND, 1 PART CEMENT MORTAR AND PANTED BEFORE BACK-FILLING. (3) SOLID ALUMINUM MANHOLE STEPS TO BE POSITIONED AS PER OPSO 405.01. ' (6) PRECAST FLAT TOP TO M USED ONLY WHEN TOTAL HEIGHT OF PRECAST SECTION 1S LESS THAN I-8 �. (T) CASKETS TO BE PLACED AS PER MANUFACTURERS SPECIFICATIONS (6) FOR OEPTHS GREATER THAN"m A MANHOLE SAFETY GRATING ' IS REQUIRED MAX.SPACING BETWEEN SAFETY GRATES IS 4-5 m cm FOR DEPTHS GREATER THAN 75 m, THE MANHOLE MUST BE INDIVIDUALLY DESIGNED. (o 20 MPA CONCRETE CRADLE SHALL BE PLACED UNDER PIPE AT THE MANHOLE, TO THE FIRST ' JOINT (ID FOR BENCHING DETAILS SEE Of'S0 1004.01. (12) COMPACTED SAND BACKFILL WITHIN 1-OM AROUND MANHOLE. ALL DIMENSIONS IN MILLIMETRES EXCEPT WHERE NOTE Town of Newcastle Public Works Department 2400 mm PRECAST CONCRETE MANHOLE JAN.1988 IATE (FOR SEWER SIZES UP TO 1500 mm f ON STRAIGHT RUNS) N-105 I983 12 12 i� LIFT HOLE ��}{{ l 93 3 ® ® 13 AC ® a ® ® ® u ® ® m C ' amanuuman 9393 ® ® ® 9393 ® ® ® ® 1 Q PLAN ® YEAR OF CONSTRUCTION COVER 1 1/ FRAME PLAN f SECTION C-C T {21 ' 575 zn a K7 � ' WO �I, AAA 1. ALLOMYIE TOLERANCE FOR OWEMIOMf Of 30,0— OR LESS IS 3 w 1. ALLO"AD E TOLERANCE F'OR 04AN540M GREATER TOM X70 M ANO Ur TO 100 ~ MICUjlarK 6 f f w S. THE INITIALS OR YMIR OF TH W E 000OCTtM£R ARE 1 TO BE DISTINCTLY UST IN N111SEO LETTERS ON MTN FRAME A#40 COVER At 9FELL At THE "S4446ATIOM 3700Y. AND YEAR OF CONSTRUCTION. Town of Newcastte Public Works Department i ROUND MANHOLE FRAME JA" 1988 AND CLOSED COVER N-124 e 1 A A 1 I1 23 r CNAYFEII PRECAST TO BE IN CORRECT ALIGNMENT ' Y WITH FACE OF CURB �x �o x3 _ i Ma I W CATCH BASIN E 1 R ' 00 -10 1 114 300 300 114 Z� 114 300 300 (I4 I l 0 0 0 --2--5 DIA.WEEPERS *FOOL TED O au�ARAw ©d (REFER TO N-418) T. 01 Z ' N • ' 75 mm OF 19mm CRUSHER RUN LIMESTONE (COMPACTED) SECTION A-A SECTION B-B ' CONCRETE— zs WIY REIIFORCKNKr — 101 ww a. WELOED MIRE WESM COVERING TOTAL AREA µMOWN OETTH OF CATCH BASIN t.0 w MAX. HENGHff PER. SECTgiI WEEP MOLES SMALL OE PLACED SO THAT THE SOTTOM OF THE WEEPER ON THE I610E AMD THE TOP OF THE WEEPER ON THE OUTSOE ARE LEVEL. Cojv%,CTEO SAJNO SACKFK-L TO DE PLACED TO A. MIN. THICKNESS OF 300 ww ON ALL SM- Town of Newcastle Public Works Department I 0Z ITM7t I 600 mm x 600 PRECAST CATCH BASIN JAN. 1988 - LO ._ (fWPTM 4-n m { AymuI 1 B I MORTAR JOINTS ON THE 1 OIUTSIDE FACE A J , A 1 1 - EAY i l 1 119 ! 590 119 B � H 1 PLAN BEAM an u4 coo D4 u♦ 300 300 414 ' BEAM 2.15 M HI-BOND*AR 1 300 C/25 ww DIAL WEEP HOLES O O O O O Z O C C OIn OPENING FOR ISYR-DRAINS - REFER TO N-418 rn O O CD AM O ' COMPACTED T5 mm OF 19 m m CRUSHER RUN LIMESTONE SECTION -A SECTION B-B SPECIFICATIONS: i CONCRETE- 28 MP9 NOTES REINFORCING- 001 mm a 101 mm 3 GA. WELDED STEEL MATS COVERING TOTAL AREA 1. MINIMUM I COURSE BRICKWORK BEAM- 2 13M I0 BARS . MAXIMUM DEPTH OF CATCH BASSIN N 4.0 m MAXIMUM 300 mm BRICKWORK MAX. HEIGHT PER SECTION 1.8 m WEEP HOLES SHALL BE PLACED SO THAT THE BOTTOM OF THE WEEPER ON THE INSIDE AND THE TOP I OF THE WEEPER ON THE OUTSIDE ARE LEVEL. i 1 COMIMCIED SAND 8ACKFlLL M 8EPLACED TO A MIN_ THICKNESS OF i 300 mm ON ALL SIDES. ALL DIMENSIONS IN MILLIMETRES EXCEPT WHERE NOTED ` Town of Newcastle Public Works Department wt�SIVN NO 1 APPROVED TWIN INLET PRECAST CATCH BASIN DATE MAY21990 DATE (DEPTH 4n m M,&Yimi M) 75mm CLEARANCE FOR TOP TWO STEPS ONLY, SEE NOTE 6 FRAME AND GRATE AS SPECIFIED ' CONCRETE CAP MIN.1 COURSE BRICKWORK,MAX.300 mm ' FOR MORTARING OF ADJUSTMENT. UNITS REFER TO zoo a0 OPSO ' 704.01 OUTSIDE TO RECEIVE TWO COATS OF BITUMINOUS PAINT. 0 ' MANHOLE SECTION TO MEET A.S.T.M. SPECIfICATIOM C-4T6 OR EQUIVALENT Z O 1200 N aA. ISO LARGE OUTSIDE OF JOIITS PRESS SEAL OR EQUIVALENT RUSSER GASKET' . 25 RNR DIA. WEEP HOLES i (OPTIONAL) c c t =mrr5 N rIR of tf nNCAJ9(ER RUN LIMESTONE (COMPACTED) SECTION A—A MANHOLE SECTION TO MEET AA.T.M. y ' SPECIFICATHOM C-47S OR EQUIVALENT 1 i PRECAST FLAT .TOP ' 1 1 1. PIIE6AST CONCRETE RASES SHALL SE USED ONLY WREN GROUND CONDITIONS I ARE ORT AND FIRM (STRUCTURALLY "MO)- ' I L. PIICOMO FOR 300 RrA SECTIONS SETWEEN WMIDII •ASE AND EAMEST ANENT. S. A COSISIMATOK Of SECTIONS A,S,C MAT K USED TO ACHIEVE REO'D MANHOLE NENNNT. 4. POROUS SACKFNI Ta'SE. PLACED TO A MINIMUM THICKNESS A q OF goo w. ON ALL SM. / /i—�` S. WEEP HOLES SHALL DE PLACED SO THAT THE SOTTOM Of THE WEEPER ON THE INSIDE AND M TOP Of THE WEEPER ON-THE OUTSIDE ARE LEVEL. a SOLID ALUMINUM MANHOLE STEPS TO BE POSITIONED AS PER t� I OPSO 405-01. \ I T. PRECAST FLAT TOP TO DE USED ONLY WHEN HEIGHT Of PRECAST SECTION IS LESS THAN LG w. S. GASKETS TO SE PLACED AS.PER MANUFACTURERS GRATING SAFETY SPECIfICATIOMS. P� f. FOR ft",DEPTHS GREATER THAN 50 w A MANHOLE ATING IS REOUIRED PLAN 1 MAK SPAGNG e"WaN SAFETY GRATES IS 4.5 w 1 I I I 10. FOR DEPTHS GREATER THAN 73 w THE MANHOLE MUST SE INDIVIDUALLY DESIGNED. R 1 I1. ZOMPA CONCRETE CRADLE SHALL SE PLACED UNOEK PIPE,AT THE MANHOLE, TO THE FIRST JOINT. ' tZ. COMPACTED SAND BACJ(FILL WITHIN 1.0 M AROUND MANHOLE. Town of Newcastle Public Works Department ' CHECKED ` REVISOR Mo. 1 I' 1200 mm PRECAST CONCRETE DATE DEC. 1987 AR RDYED CATCH BASIN MANHOLE DATE (PDR SEWER SIZES UP TO 600 mm ON STRAMT RUNS) N-206 }�---600 C i 00 rT o• Q®QQ QQQQ 8 no MAINTAIN ANGLE ' GRATE SECTION C -C 265 MAINTAIN ANGLE 30 o �L Z:29 rqe ' f�' pen tmt rrefff� grate 40 SECTION 8-8 305 'O o 4 f-I �"'-- I 75 O 20 - 4 N m A M 303 A \-6 SLOTS 3 DEEP HINGE PIN ago � 1 FRAME 20 O T h Q N ' SECTION A-A ' ALL DIMENSIONS ARE IN MILLIMETRES Town of Newcastle Public Works Department- 1 CH«'0 REv,SION No PYRAMIDAL TYPE DATE DATE C.B. FRAME a COVER N —221 .1111 Y 911 11 �.•--MIN. 4 50 ---+� NATIVE MATERIAL TO BE o COMPACTED TO 9 5 % PROCTOR DENSITY . SAND BACKFILL TO BE COMPACTED TO 98 PROCTOR DENSITY Nm _i O ' 19 mm CRUSHER RUN LIMESTONE —TO SPRINGLINE OF PIPE ' TO BE COMPACTED TO 98% PROCTOR DENSITY TO WALLS OF TRENCH 1 1 ' ALL DIMENSIONS IN MILLIMETRES EXCEPT WHERE NOTEO Town of Newcastle Public Works Oepartment CHECKED REVISION No. I APPROVEO BEDDING DETAIL FOR P.V.C DATE D E C J8 7 DATE STORM SEWER SERVICE CONNECTION N-307 i . W ( 3 W W W z 3 N J W F y } W W 1 Q: 0 2 O Q F O uQj y ¢ 0j cad I I 1 ! MIN. SLOPE 2 TO ALL OW FOR TH : v E Ilk �/6\///` WATERTIGHT PLUG CONNECTION TO PIPE BEDDING AS HOUSE WEEPING ���. `�•:�/� TILE. PER N-307 / N(1 COMPACTED 19 mm 150 mm a6 P.V.0 CRUSHER RUN LIMESTONE �` ... ( S.D.R. 28 PIPE ' PROFILE 22.5' P.V.0 SWEEP BEND OPENING TO BE MACHINE—CORED 150mm 0 BRANCH OFF 5• IN FIELD MANUFACTURERS TEE P.V.C. BRANCH TO BE FIRMLY 45* MORTARED TO MAIN SEWER. (WATERTIGHT) BRANCH NOT TO PROJECT INTO SEWER. CONNECTION FOR SEWER ' MAINS 450 mm 081 SMALLER CONNECTION FOR SEWER MAINS 525 mm 0 81 LARGER ' Town of Newcastle Public Works Department CKED ey: REVISION 000. 1 ' APPROVED P.V.C. STORM SEWER D ATE: FEB. 1988 DW SERVICE CONNECTION Y J DATE: STANQ4 RD &I JULY 25 1988 No.+ N-30 I - E LOT E EE t E$ a 1 E � 1 v 1 W� W 7 Cr U J Cr 9) Cr d W} W J J Ir N � a D. It W ' 0 vi 3 0.6m I 1 A A a SOUTH OR WEST P/L I I E I SHUT-OFF M I JVALVE 1 MANHOLE f : :::::::::: : ::::;:; :::: :.. `' : AIER i - :<' I _ ---_____ I __ __,._WATER htAtN HYDRANT NORTH OR EAST P/L W NOTES: h 1.SERVICES TO EXTEND l5m(INSIDE P/L. ai � � FINISHED GRADE 2-FOR STORM SEWER SERVICE CONNECTIOt 0 z REFER TO N-306. EN 3 3.FOR STORM SEWER BEDDING DETAU_ BOO REFER TO N-307. E E soo aD SECTION A-A ' N.T.S. ALL DIMENSIONS IN MILLIMETRES EXCEPT WHERE NOTED Town of Newcastle Public Works Department CH REVISION No. I ' A VE ` RV ATE_ DEC., 1987 HOUSE SEICE LOCATION 85 ,2 N - 310 °n n n m m m —0i c- o C m 8 20.0 r ° CD m j N p RD. ALLCE. OD r z 3.0 OD f J 4.0 �y h- 0 8.5 a OL 0 -N. 4.25 W J �0 O w wt Z 3 I o in z r cr d o x C (� ° 2 a I 3.0 z o A �C OFFSET TO HYDRANT, F- MINIMUM CURB STOPS Z 0 MINIMUM PAVEMENT DESIGN G7 cn LL p 40mm ASPHALT SURFACE COURSE-HL3 I O Ix IL O 50mm ASPHALT BINDER COURSE-HL 8 1 5 0 75 O t- II GRAN,'A'- 150mm �7 D N x+-0.15 MIN. GRAN.'B'- 300 mm I D I m �' — -`_ 20/0 2%-� of 90/0 0 ;7 GASI % —.30/0— j BOULEVARD UTILITY I� SLOPES 2% O 0 6� DUCT a SUBDRAIN O IP SEE N-418 1.5 1 5 D D 2-5 WATERMAIN—+Q 0 --1 (n STORM 4.25 O n SEWER + -+- SANITARY --1 Q' NOTES O 1. MINIMUM PAVEMENT DESIGN FOR AN B•5 m INDUSTRIAL ROAD SHALL BE Z :E 40 mm ASPHALT SURFACE COURSE - HL3 O 80mm ASPHALT BINDER COURSE - HL8 150mm GRANULAR 'A' 450mm GRANULAR 'B' D i 2 m to v •• g ZZ D o o � � I - 3 O o �+ CA) ALL DIMENSIONS ARE IN METRES UNLESS OTHERWISE SHOWN. -r�'yi -_ w.»x.,iiS wf s.h• �I f J,.["(�?t - ' FINISHED BOULEVARD" CURB AND GUTTER FINISHED ROAD GRADE � n . • A ..o e � ' v Q q• � � • o , � � 0, � � 04 •b �: � . . . 6 q:A 150 MIN d Q t o Q o a o b o o p p - n O I> �` GRANULAR 'A' '�° • C::) ° 8 0 o O O o O e d ��. BACKFILL IOOmm CORRUGATED SLOTTED PLASTIC •S�`l�•4a u � � C �� i GRANULAR 'A' � . o d , PIPE WITH ' o '^�'�', �S FACTORY INSTALLED o ' i GRANULAR'B' 'O b c o Oa FILTER FABRIC. SUB-GRADE (3% SLAPE) � � 150 300 NOTES= I. SUBDRAINS SHALL RUN CONTINUOUS ON BOTH SIDES OF PROPOSED ROAD. 2 ALL SUBDRAINS SHALL HAVE SUFFICIENT GRADE TO DRAIN INTO CATCHBASIN. 3. SUBDRAINS ARE TO BE INSTALLED IN A TRENCH CONDITION. ' ALL DIMENSIONS ARE IN MILLIMETRES Town of Newcastle Public Works Oepartmen.t CHECKED REVISION No I DATE FEB. 1988 DATE VED PERFORATED PLASTIC SUBDRAINS DATE � N-418 ...I V 'G fnoo _PROPOSED I EXISTING tA A \� 4 FISHTAIL ' EXISTING ASPHALT TO BE GROUND OUT BASE ASPHALT JOINT \\ i y: : a..:.` nN A PROPOSED INVERTED FISHTAIL ' PAVEMENT 3O0 4 MIN. 50 MAX. TO BE BURNED OR ' \ TO BE PAINTED WITH GROUND OUT \\ BITUMINOUS EMULSION SECTION "X-2�A�� EXISTING PAVEMENT Town of Newcastle Public Works Department CHECKED.BY: REVISION N0. 1 APPROVED URFACE PAVEMENT JOINT TREATMENT oATE= APR. 88 DATE : N-420 JULY 25, 1988 ' 25 175 ' 300 ,a o 0 M N o 500 r ' STANDARD CURB AND GUTTER NOTES 175 1. CONTRACTION JOINTS EVERT 4.0 m. ' 2. CURING COMPOUND IS TO BE SPRAYED S cr ON CURB a GUTTER WITHIN I HOUR O OF FINISHING. 3. STRENGTH OF CONCRETE IS TO BE A q MINIMUM OF 25MPa AT 28 DAYS p' ' WITH 6% i'1•/. ENTRAINED AIR. ` 4. FOR DRIVEWAY DEPRESSIONS, 0 REFER TO N-718 J e. 7 250 STANDARD CURB ALL DIMENSIONS IN MILLIMETRES EXCEPT WHERE NOTED Town of Newcastte Public Works Oepartment CHECKED REVISION No. TYPICAL SECTION OF DATE DATE A APPROVED STANDARD CURB AND GUTTER JULY 25,1988 AND STANDARD CURB N - 501 oa o r I 25 A ;A 300 2-I5M GRADE 400 MPa REINFORCIN STEEL, 1.2 m LONG ' STAGE I, �` •—I—SHAPED AREA STAGE tl SEE NOTE 2 ui`(0u n B i DETAIL ' Y Y 1-? in tr Y0 SEE DETAIL EXPANSION JOINT U Y f my m o: 1 W E --- -1 ' 00 - --- I ------ - M Z_ X 300 0 0 0 0 SECTION A-A SECTION B-B NOTES* ' L FOR GRATE SPECIFICATIONS SEE N—218. 2.STAGE Is TEMPORARY ASPHALT FILLER AROUND CATCHBASIN. STAGEII: REMOVE ASPHALT FILLER AND COMPLETE CURB IN ONE POUR. ' 3. WHEN POURING STAGE 1 AND STAGE 11 OF CURB SMOOTHEN THE ENDS AT THE CATCHBASINS FOR FUTURE EXPANSION JOINTS. 4. CONCRETE SHALL BE A MINIMUM OF 25 MPa AT 28 DAYS WITH r.%:t 1% ENTRAINED AIR WITH A DENSITY OF NOT LESS THAN 325 kg/m3 . 5_ FOR BRICKWORK DETAIL REFER TO OPSD 704.01. ' ALL DIMENSIONS ARE IN MILLIMETRES Town of Newcastle Public Works Depa rtment CURB & GUTTER DETAIL AT CATCHBASIN N - 502 1 300 25 175 S O 1 1 w N TOP ASPHALT O �Q~ O 3 0 � -i I M SEE NOTE O O 0 m� -- - BASE ASPHALT 50L � T — r` t tn 1 [Do 0 75 80 100 — Q H In l 500 _ l 1 1 NOTES o h 1. CONTRACTION JOINTS EVERY '4-Om-OF STAGE I . Q 1 2. CURING — STAGE I s BURLAP AND WATER ONLY. — STAGE 31' CURING COMPOUND IS TO BE SPRAYED to WITHIN I HOUR OF FINISHING. N 3. BASE ASPHALT TO BE TRIMMED BACK SUFFICIENTLY TO ALLOW FOR MECHANICAL COMPACTION EQUIPMENT OF HL3 FILLER(MINIMUM 150mm). ANY EXCESS CONCRETE TO BE REMOVED. 4. STAGE 31: CONTRACTION JOINTS TO ALIGN WITH STAGE I CONTRACTION JOINTS. ! 150 r 5. CONCRETE TO BE 25 MPO WITH 6%±1% AIR ENTRAINMENT, MINIMUM 325 kg/m CEMENT. 10M STIRRUP DETAIL ' 6. STAGE Y TO BE CLEANED THOROUGHLY WITH COMPRESSED AIR AND FLUSHED WITH WATER JUST PRIOR TO STAGE II APPLICATION. ' 7. FOR DRIVEWAY DEPRESSIONS, REFER TO N-718 1 1 Town of Newcastte Pubtic Works Deprtffent CHECKED REVISION' No. 1 DATE APP"D"ED TWO — STAGE CURB & GUTTER N —503 .1111 Y Sri IQRR 0 PROPERTY _LINE } n N - 2.O LOCATION OF EXPANSION JOINTS MAXIMUM OF 4 BAYS BETWEEN EXPANSION JOINTS ;.:w >:....... .x;.. DRIVEWAYS Y. �.. EXPANSION JOINTS 1.5 O.75 Z J a o Of � � a F T a 3 O W d � p O NOTES ' I. COMPACTED GRANULAR A TO BE USED WHEN NATIVE MATERIAL IS DEEMED UNACCEPTABLE BY THE TOWN. 2. CURING COMPOUND IS TO BE SPRAYED ON SIDEWALKS WITHIN 1 HOUR OF FINISHING. 3. STRENGTH OF CONCRETE IS TO BE A MINIMUM OF 25 MPG AT 28 DAYS WITH A MAXIMUM SLUMP OF ' Bo mm , 6•/.±1 i. ENTRAINED AIR. 4. SUBGRADE AREA UNDER PROPOSED SIDEWALK IS TO BE WELL COMPACTED, THEN DAMPENED PRIOR TO POURING OF CONCRETE. 1 5. EXPANSION 'JOINTS ARE TO BE PLACED TO THE FULL DEPTH OF SIDEWALK AND ALSO WHERE SIDEWALK IS TO ABUT ANY RIGID STRUCTURE. 6. CONTRACTION JOINTS ARE TO BE 25•/. OF FULL DEPTH OF SIDEWALK. 1 Town of Newcastle Public Works Department CIE«ED 8Y: REVISION No. TYPICAL SECTIONS DATE: ' DATE APPROVED OF DWN. BY` J•R•M DATE JULY 25,1988 CONCRETE SIDEWALK STANDARD I P/L 0 SLOPE MIN.2% SIDEWALK MA X8 DEPRESSED CURB 1 EXPANSION JOINTS BOULEVARD 1 . ' CURB TO BE DEPRESSED WHEN LENGTH IS LESS THAN 2.O m DEPRESSED CURB NOTES j FOR DOWNTOWN AREAS., RAMP CONFIGURATION SHALL BE DETERMINED ON AN j ' INDIVIDUAL BASIS . EXPANSION JOINTS ARE TO BE PLACED TO THE FULL DEPTH OF SIDEWALK . ' CONTRACTION JOINTS ARE TO BE 25 % OF FULL DEPTH OF SIDEWALK . Town of Newcastle Public Works DepartMffit CHECKED REVISION NO. ' SIDEWALK RAMP DATE JAN.1988 [APPROVE ATE AT INTERSECTION N - 505 g D m DEAD END SIGN $ M NOTE 2 m p f o D O -t, z r� f n ai VI fD IOOmm x IOOmm CEDAR POST GALVANIZED RAIL p OR EQUIV. N UNPAINTED GO M 200mm x 200mm D D TO BE FASTENED � p CEDAR POST WITH NUTS B BOLTS n D m -1- - r o Z r M o m H ' 50mm WIDE x 50mm DEEP p zz BREAKAWAY Z r� D m E Fm F—r- .� m m 3.8 m 3.8 m N I U m x 0 n m ST 1 ^ f BARRICADE DETAIL 0 O m o 50 X m o N z i m �y m CD c t My L 0 z E ; NOTES I.THIS STANDARD TO BE READ IN CONJUCTION i IQ -+ WITH OPSD 902-01 SECTION 0 w 2.DEAD END SIGN AS SPECIFIED IN THE MANUAL OF ff 0 + UNIFORM TRAFFIC CONTROL DEVICES IN ONTARIO. - -► 200 �-- 1 - r 1 r J = J H 1 W W FLOWS TO SE CARRICp AROUND t MOUSE IN OEF1*KO SfALCS ^ w LOCATEO •ESIOE LOT LINES I 1 rI Z A. GRAO( SE NIIIO AKRON LOCATION Or rlU. pI VISION POINT vARIEI- W.yH ROAO ORAOC PLAN N To SUIT LAN i SPECIfIEO LOT ORAOE r RpNi LO* CLCvAf/ON Or CO.N(R )i H=1.5 MAX. r = � 0 r r 1 I • S.A, MAX• f 0 0 2.A,MIN. 2 p�G rIM. 2% MIN.SIDEYARD SWALE nz SETBACK HOUSE DEPTH YIM J r 2 BOULEVARD 60 MIN, of c 4 ELEVATION 1 1 ALL DIMENSIONS ARE IN METRES Town of Newc stle Public Works Department ' CHK / RE VISION NC AP°b FRONT LOT DRAINAGE "TE APR. 88 _ nATC _ _ Ai _a A n r � i 1 1 2 Y � F Y W W C q € M r � IORAINAGE SWALE IF NOTED,MIN. GRADE TO BE 2.0•/ t 1 rP LA N r rSPECIFIED LOT GRADE SPECIFIED REAR HOUSE GRADE FRONT CORNER ELEVATION 2.1 FOR WALKOUT (MAX) OF LOT 1•2 FOR BACKSPLIT(MAX.) i< 1 0 R O o W 20 /e MIN Z 0.15 MIN — 3./ 2 % MIN m 5% MAX r l o H=1 5 MAX. u SE7E4C% MOUSE DEPTH -i 3: 21/6 / BOULEVARD 6.O MIN. w rCr ELEVATION 1 ALL DIMENSIONS ARE IN METRES Town of Newcastle Public Works Department Cam•' RE V'yON tic I eoc REAR LOT DRAINAGE FOR �Q APR. 88 s 1 ' A I DRAINAGE SWALE IF NOTED, MIN. GRADE ' I I TO BE 2.0 PLAN i I i SPECIFIED LOT GRADE 2% MIN. SIDE YARD SWALE ' FRONT LOT ELEVATION OF CORNER I- O Z% -i is Q Z °O° O o +— 2 D% MIN. I 2-0% MIN. 5'0 = MAX, H= 1 5 MA%. m 2 ' o u SETBACK NO0J3E DE►TM 2 */. 6.0 MIN. BOULEVARD NOTE ELEVATION IF ATTACHED GARAGE IS CONSTRUCTED THEN REAR YARD SLOPE MAY COMMENCE AT REAR WALL OF GARAGE . ' ALL DIMENSIONS ARE IN METRES Town of Newcastle Public Works De artment C— REWSION NO REAR LOT DRAINAGE pdTE APR. 88 (A-E N - 642 1 1 i • t 1 1 I I 1 1 1 � r ' Y OJJ C 1 r 1 R 6 , �tiR� I I .• I 1 LOCAL ROAD - - 1 �- I ± R=6 • R=6 'R-9 _ o Q O r J Q U O J r t _ 1 1 NOTE: R= 6 - RESIDENTIAL ' R= 9 -INDUSTRIAL AND COMMERCIAL I r r rNOTE 7 MEASUREMENTS IN METRES AND/OR MILLIMETRES UNLESS OTHERWISE SHOWN. Town of Newcastle Public Works , Department CHWO: /J REVISION No. (�. •{(�- CURB RETURN RADII FOR DATE: OATE: •___ •_ ._ INTERSECTING LOCAL ROADS 1 I 1 PROPERTY LINE �e-25 R 13.5 R i - 4.75 Q- ' t5P 15R I ' PC. I P.C. 5.75 8.50 5.75 10 10 20 NOTE: MEASUREMENTS IN METRES Town of Newcastle Pubtic Works Department RMv1510«Na I - ��P•o. / TYPICAL RESIDENTIAL CUL-DE-SAC owTe- DEC. 1990 DATES N-7 10 1995 IJ IJ JI1 � al A LIMIT OF SUBDIVISION STREET LINE M .." WINGS TO BE REMOVED WHEN .. .. STREET CONTINUES r — B ASE CURB E ' O DEAD END BARRICADE AS PER N : TOWN STANDARD N-630 N ASPHALT CURB STREET LINE 1' E +/ ROAD EASEMENT 3m x 25 m J � ' a �A W W Z 2 � J J RA.W. 1 ~ ~ W W W W Q ♦- t- N ' 3 h M 3m EASEMENT EASEMENT 2 % BASE CURB PAVEMENT DESIGN SECTION — Iw AI 40mm ASPHALT SURFACE COURSE F� h� 50mm ASPHALT BINDER COURSE l5Omm GRANULAR 'A' 300mm GRANULAR 'B' ' NOTES 1. TWO 3m x 25m EASEMENTS ARE TO BE CONVEYED TO THE TOWN OF NEWCASTLE FOR THE TEMPORARY TURNING CIRCLE. WHEN THE STREET IS CONTINUED AND THE TURNING CIRCLE ' IS REMOVED, THE- TOWN WILL RELEASE ALL EASEMENT RIGHTS TO THE ABUTTING PROPERTY OWNERS. 2. THE SUBDIVIDER WILL- DEPOSIT WITH THE TOWN AN AMOUNT WHICH THE TOWN ENGINEER CALCULATES TO BE THE COST OF REMOVING THE TURNING CIRCLE AND -CONSTRUCTING THE STANDARD ROAD FROM THE START OF THE TURNING CIRCLE TO THE LIMIT OF SUBDIVISION. Town of Newcastle Public Works Department ' CHECKED TEMPORARY TURNING CIRCLE REVISION APPROVED oarE APR.R. 88 DATE FOR RF_qInFNTIAl gTPF:PTS N -719 0.3m VERTICAL TAPER DEPRESSED CURB TO I ? E ' O BE THE LESSER - PROPERTY LINE OF THE TWO= z OR WIDTH OF GARAGE DOOR + 400mm ON EACH SIDE, BUT NOT GREATER ' THAN 6.0m . E a z \ - - - � STREET -LINE ' STREET LINE 2 L' 8% ' MIN. 150mm GRANULAR 'A' OR CRUSHER RUN LIMESTONE (COMPACTED) COMPACTED SUBGRADE LIMIT OF STREET APPROACH PAVING LINE 2 r —8% ON . MIN. 50mm HL3 ASPHALT MIN. 150mm GRAN. 'A' OR 1 CRUSHER RUN LIMESTONE (COMPACTED) COMPACTED SUBGRADE Town of Newcastle Public Works Department CHECKED �� REVISION No. I eaaanvc _ DRIVEWAY APPROACH FOR DATE JAN. 1991 MANHOLE FRAME E COVER 7`_ �nm :LEAAANCE FOR TOP TWO STEPS ONLY $EE NOTE S SEE NOTE:S CONCRETE CAP ' • T MAXIMUM ;DO mm BRICKWORK '- CEMENT BRICK SET IN 3 PARTS. 1 SAND, I PART CEMENT MORTAR WITH 1 250- 68S nun OIA •30 13 mm PARGED ON OUT510E, SEALED WITH 2S 68S mm OIA 12;0 •-� TWO COATS OF BITUMINOUS PAINT. G •. O ' ♦♦ MANHOLE SECTION TO MEET A.S.T.M. 1 •��, SPECIFICATION C-476 OR EQUIVALENT a •i 130 1200 mm DIA. 130 130 1* 1200 mm OIA 130 ^' -- PARGE OUTSIDE OF JOINTS - ' W - -PRESS SEAL OR EQUIVALENT RUBBER GASKET a: u; Ei EI • 127 E e ^1 -w W , j t D a -\ I � `� I I♦ I 1 20 MP* CONCRETE BENCHING i0 BE FORMED I •♦ \� �� AFTER MANHOLE IS ERECTED ' SEE TABLES MIN.OF 75 mm OF 19 mm CRUSHED STONE COMPACTED -- 1460 mm OIA. 1460 mm OIA. ' SECTION A-A SECTION B-B 200 665 mm OIA. p� . ♦ HEIGHT OF BENCHING ABOVE INV.OF OUTLET PIPE ' MANHOLE SECTION TO MEET A.S.T.M. 00 600 SPECIFICATION C-478 OR EQUIVALENT ° PIPE 300 3S0 37S TO mm DIAMETER 200 mm mm mm Bmm INCLUSIVE BENCHING OS PIPE 175 OS PIPE OS PIPE I 1200 mm OIA • ISO REQUIRED DIA mm DIA450 mm DIA475 mm (LOWEST BENCHING SHALL GOVERN.) 4­1 B PRECAST FLAT TOP NOTES, ' I 1 I. PRECAST CONCRETE BASES SHALL BE USED ONLY WHEN GROUND CONDITIONS I ARE DRY AND FIRM (STRUCTURALLY SOUND). 2. TOP OF BENCHING TO BE SLOPED AT 2% TO CHANNEL. 230 ' 3. ANY PIPES ENTERING THE PRECAST SECTIONS, MUST NOT ENTER AT A ' A ----- / \ --=- A MANHOLE SECTION JOINT. 4. LIFTING HOLE 3 IM PRECAST SECTIONS TO BE COMPLETELY FILLED WITH 3 PARTS SAND, I PART CEMENT MORTAR AND POINTED BEFORE BACK-FILLING. •�ZS i S. MANHOLE STEPS! TO BE P06RICNED AS PER STANDARD S111. 1 \ ! 6. PRECAST FLAT TOP TO BE USED WHEN TOTAL HEIGHT OF PRECAST SECTION IS LESS THAN HBO m. 7. GASKETS TO BE PLACED AS PER MANUFACTURERS SPECIFICATIONS. S. FOR MN.OEPTHS GREATER THAN SO m A MANHOLE SAFETY GRATING IS REQUIRED PLANI 1 MAX SPACING BETWEEN SAFETY GRATES IS "m. I I 9. FOR DEPTHS GREATER THAN 7S m THE MANHOLE MUST BE INDIVIDUALLY DESIGNED. 1 I 10. 19 mm CRLSHEO CLEAR STONE SHALL BE PLACED UNDER PIPE,AT THE MANHOLE, TO THE FIRST JOINTS. B II. THE FIRST PIPE LENGTH OUT OF THE MANHOLE SHALL NOT EXCEED 1.80 m. ALL DIMENSIONS IN MILLIMETRES EXCEPT WHERE NOTED 12. FOR BENCHING DETAIL SEE STD. DWG. N4.5-113 THE REGIONAL MUN CIPALITY OF DURHAM DEPARTMENT OF WORKS CHECKED REVISION No 5 ' APPROVED 1200 mm PRECAST CONCRETE MANHOLE DATE C 6 6 OS 06. (FOR SEWER SIZES UP TO 600 mm ON 96 STRAIGKT RUNS) 01 -LIFT HOLE .9 ® ® ® ® ® M MI A A C 0303 ® ® ® ® ® ®I® C ' ® ® MMM003 M!® ® ® MMMMM ® M ® 030303 0303 0n ' ® 03 03 ® ® M ® ® ® 1 03 0303 003 9 COVER PLAN SEWER OR WATER 45 MAX. CLEARANCE—! 624 FRAME PLAN 114 28 22 49 If COI —+ F-16 I27 913 SECTION C-C 676 633 624 \\ r 49 1 \\ _578 S75 SI \� NI � I ----- � � —� v 49 W O �— 6 _ 667 �_- -- 800 SECTION B-B NOS SECTION A-A 1. ALLOWABLE TOLERANCE FOR DIMENSIONS OF 300 mm. OR LESS IS t 3 mm. 2. ALLOWABLE TOLERANCE FOR DIMENSIONS GREATER THAN 300 mm AND UP TO 900 mm INCLUSIVE IS t 6 mm. 3. THE INITIALS OR MARK OF THE MANUFACTURER ARE TO BE DISTINCTLY CAST IN RAISED LETTERS ON BOTH FRAME AND COVER.AS WELL AS THE DESIGNATION 'SEWER' OR 'WATER.' ALL DIMENSIONS IN MILLIMETRES EXCEPT WHERE NOTED THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED REVISION No. 4 AVVRQ�Ep C� SQUARE MANHOLE FRAME DATE 1985 04 13 AND CLOSED COVER r+ r MANHOLE TO BE SLOPED TO FIT GRADE OF ROAD / MORTAR� PROPOSED PAVEME L. 10 I ♦°� ♦o ><G RANULAFt °.O BASE=7° i P J�'o ♦ �o p Y e a'ol�e ' ♦> •♦ u a a� ZA..OIE STEP is i ' •' ° ♦°'♦°�• °e°o TYPE S > I= ♦,� eon°. n '♦ , ' •°p°' ° a av e •; a TOP OF EXISTING CONCRETE _ - ,•, ♦e°s�♦-i-. -MANHOLE 'G• 4 A - TYPE A OR R C C CEMENT BRICK SET IN d 1 •0 ,I„ 3 PARTS SAND, 1 PART CEMENT MORTAR WIT. 0 EXISTING MANHOLE WALLS-- -• C IS min PARGING ON OUTSIDE, SEALED WITH TWO COATS OF • ,�d._ BITUMINOUS PAINT. d ' NOTES: I. A MANHOLE STEP IS TO BE PLACED IN THE MASONRY ADJUSTMENT ONLY WHEN THE TOTAL HEIGHT IS 300.'OR GREATER UP TO A MAXIMUM OF 450 mm. FACE'OF STEPS IN MASONRY ADJUSTMENT TO LINE UP WITH FACE OF STEPS-IN CONCRETE. ' 2. IF REQUIRED MASONRY ADJUSTMENT IS GREATER THAN 450 mm,REMOVE TAPERED TOP SECTION AND INSTALL PRECAST CONCRETE FILLER SECTIONS AS REQUIRED. HEIGHT OF MASONRY ADJUSTMENT IS NOT TO EXCEED 450 lam. ' ALL DIMENSIONS IN MILLIMETRES EXCEPT WHERE NOTED THE REGIONAL MUNICIPALITY OF DURHAM DEPARTMENT OF WORKS ' CHECKED REVISION No. 6 OVE ADJUSTING RIM OF EXISTING DATE 198605 09 APPR.��� . �..� PRECAST CONCRFTF MANHni F c► i i n ' MIN 450 g ' NATIVE MATERIAL COMPACTED TO 95% PROCTOR DENSITY SAND BACKFILL COMPACTED TO 987. -•r i .' • ` PROCTOR DENSITY _ - '-: �. .-.::,::\•', ' m 0 O o ' STANDARD DIMENSION RATIO NOT TO EXCEED SOR 28. 19 mm CRUSHER RUN LIMESTONE TO SPRINGLINE OF PIPE COMPACTED TO 98% ' PROCTOR DENSITY TO WALLS OF TRENCH. ' ALL DIMENSIONS IN MILLIMETRES EXCEPT WHERE NOTED THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CFECKED REV151CN W Z ' APCROvEO - - BEDDING DETAIL FOR PLASTIC DATE 1984 05 24 "ATE 1978` 03 •D SANITARY SEWER SERVICE CONNECTIONS 5-304 ' SLIDE TYPE SOLID STEEL OR FIBERPLAS EXTENSION STEM I FINISHED GRADE FINISHED GRADE I I �_135mm SLIDE TYPE I i VALVE BOX & COVER I , I_ N Z II 2 IRON CENTRE EXTENSION a ' I (AS REQUIRED) W I j II j I I � ' 50mm OPERATING NUT OPEN TO LEFT GUIDE PLATE EXTENSION STEM TO BE NON-RISING STEM ' FASTENED TO OPERATING NUT WITH 2 SET SCREWS RESILIENT SEAT M.J. GATE VALVE \ WATERMAIN \ A.W.W.A. C-509 zzzzzzzz" --T � 1 GLAND RING 1 Y GASKET z0 •� I. :�i 19mm CRUSHER, SOLID CONCRETE BLOCK ' ' RUN LIMESTONE 150mm x 150mm x 300mm O.D. ' NOTES: 1. VALVE BOX TO BE ADEQUATELY BRACED WHILE BACKFILLING AND MUST REMAIN PLUMB 2. VALVE BOX EXTENSION TO BE USED ONLY IF REQUIRED. ' 3. REFER TO SCHEDULE 'C' OF STANDARD WATERMAIN SPECIFICATIONS FOR PLACEMENT OF MARKER STAKES. 4. VALVE TO BE COMPLETELY BACKFILLED WITH 19mm CRUSHER RUN LIMESTONE. 5. WHEN THE DEPTH OF THE OPERATING NUT IS GREATER THAN 2.Om BELOW FINISHED GRADE AN EXTENSION ' STEM IS REQUIRED. ' ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTME CHECKED: . 8 ' / ' 100mm TO 300mm GATE VALVE DATE. DEC 1992 DATE 1991 11 15 AND VALVE BOX S-40 ' FINISHED GRADE VARIES FINISHED ROAD GRADE ' I i j I ' ROD o i Oi °a w SERVICE BOX ECLIPSE PATTERN NO. 9 Z CURB STOP : MUELLER ORISEAL COMPRESSION o j z z w JOINT NO. H-15209 OR AN APPROVED z N EQUIVALENT. COPPER TO COPPER COUPLING MUELLER COMPRESSION JOINT NO H-15403 OR C) AN APPROVED EQUIVALENT (TO BE USED a WHERE REQUIRED). SERVICE GROUND CLAMP C/W ' ANODE WIRE CONNECTOR COPPER SERVICE PIPE CRIMP END OF TYPE 'K' J PIPE. , ' I �� i 500 -150-� I 9 5.4 kg ZINC ANODE 50 mm x 150 mm x 300 mm CEDAR BLOCK PLACED NON-FERROUS ( ON UNDISTURBED GROUND WATERMAIN � 2300- CORPORATION MAIN STOP MUELLER COMPRESSION JOINT NO. H-15008 OR AN APPROVED EQUIVALENT AND BROAD BAND STAINLESS STEEL SERVICE SADDLE (CAMBRIDGE BRASS SERIES 304 OR AN ' APPROVED EQUIVALENT) ' NOTES: 1. FOR CONNECTIONS LARGER THAN 25 mm, REFER TO THE REGIONAL MUNICIPALITY OF DURHAM FOR THEIR REQUIREMENTS FOR FITTINGS. 2. ALL MATERIALS TO BE SUPPLIED BY THE CONTRACTOR. 3. THE WATER CONNECTION SHALL BE LAID FROM THE MAIN TO 1500 mm BEYOND THE PROPERTY LINE. IN NEW SUBDIVISIONS ONLY. 4, HORIZONTAL GOOSE NECK TO BE USED WHEN COVER LESS ' THAN 1700 mm. 5. WATERMAIN TO BE TAPPED UNDER PRESSURE. 6. SERVICE GROUND CLAMP TO BE WRAPPED WITH 'SCOTCHFILL' ELECTRICAL PUTTY OR APPROVED EQUAL. 7. ANODE TO BE PLACED AT LEAST 1.0 m AWAY FROM THE SERVICE AND AS DEEP AS THE BOTTOM OF THE SERVICE. ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. ' THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED , - ; / LAYOUT OF PIPE AND FITTINGS FOR REVISION N0. d APPR61 19 mm AND 25 mm COPPER WATER DATE. DEC 1992 DATE 1975 03 10 SERVICE ON NON - FERROUS WM S-41 4 SAWCUT SLOT IN VALVE BOX ' NOTE : 1. TRACER WIRE - COATED. 7 STRAND, 12 GUAGE TW75, TWU75 OR RW90XLPE WIRE RATED AT MINUS ' 40' C. 2. TRACER WIRE TO BE INSTALLED OUTSIDE LOWER VALVE COX AND BROUGHT INTO UPPER SECTION, OF VALVE BOX AND LOOPED AT TOP. ' LOOP TO BE MIN. 450mm IN LENGTH. 3. CONNECTORS USED FOR SPLICING TRACER WIRE SHALL BE WING NUT TYPE, WITH NYLON SHELL AND NON-CORROSIVE STEEL WIRE SPRING. ' 4. TRACER WIRE TO BE INSTALLED IN ALL VALVE BOXES INCLUDING SECONDARY VALVES AT FIRE HYDRANTS. ' VALVE BOX AS PER S-408 IONS IN MILLIMETERS EXCEPT WHERE NOTED. ' THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT REVISION NO. 9 TRACER WIRE ARRANGEMENT AT DAT 9911115 ' VALVE BOX FOR P.V.C. OR C.P.P. W.M. S-425 1979 08 15 4 NYORANT I 0 FINISHED GRADE I I ADJUSTABLE VALVE BOX TO BE SET FLUSH WITH FINISHED GRACE 1 I i 3 19 mm CRUSHER RUN I LIMESTONE COMPACTED TO 95% PROCTOR DENSITY 150 mm F GATE VALVE MAX. 600 MA%. 600 U0 wm 0.1.OR P.V.C. WM, I pp Io •• � .A•A. • •• MIN. 600 �I 3n JOINTS TO BE MECHANICALLY RESTRAINED ANCHOR TEE BOND BRE REFER TO NOTE I FOR METHOD OF RESTRAINING JOINTS CONCRETE BLOCK r BONO BREAKER NJ mm CRUSHER RUN CONCRETE BLOCK LIMESTONE COMPACTED 300 mm a 200 mm +200 nlw TO 95 Y. PROCTOR ' DENSITY NOTES • I. WHEN P.V.C.WM. IS INSTALLED,JOINTS ARE TO BE RESTRAINED USING UNI-FLANGE SERIES 1300 RESTRAINER (OR APPROVED EQUAL) AS PER DWG. 5-430. WHEN 0.1. WM.IS INSTALLED,JOINTS ARE TO BE RESTRAINED USING RETAINER GLANDS AS PER OW r'. S-417 2.CLASS 0 REDOING TO BE USED FOR 0.1.WATERMAINS (REFER TO DWG. 5-401). CLASS E OR F REDOING TO BE USED FOR P.V.C.WATERMAINS (REFER TO MO.S-4231 3.HYDRANT DRAIN HOLES TO BE.PLUGGED. 4.HYDRANT EXTENSIONS TO BE INSTALLED AT BOTTOM Of BARREL- S.ANCHOR TEE. VALVE 8 HYDRANT TO BE COMPLETELY BACKFILLED WITH Isom CRUSHER RUN LIMESTONE. 6.WATERMAIN TRACER WIRE TO BE INSTALLED IN VALVE BOX AS PER STANDARD DRAWING S-423. ALL DIMENSIONS IN MILLIMETRES EXCEPT WHERE NOTED THE REGIONAL. MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHIECKM REVISICH N. 3 APPROVED' HYDRANT ASSEMBLY WITH p4TE 1989 oa 08 Ix E: ___ __ _ MECHANICALLY RESTRAINED JOINTS q-4.019- 825 1 I� 25 i-- t � 600 FT 108 i t r In 552 O N 19 mmdia.rod 64 E 3 2i- rn T Tr-------- -- - --- - ----� 44 N LO I-3; I i° I I - - .-t I �-- '^ _L l .� 571•— "� - // // /// /j////J i m 86 1°Dn // / /// /// in N In M I I N / /// tA 51 // N — / I V _ �_J l� r b , D pp In N i i - O L- to tO to N - I II� \ 102 f-� N \ I I M 7676 Q I ^\ \\\ \\ \\ \ \\\ \\ 1 N ' O I^\\\ \\� M \ \\ \ \ I 102 6f�, O -►151 61 3, N M In En �--L 1 I- -------- ' 19 O a -32 CI -------- B 70 —L GRATE PLAN SECTION C-C 152-1 R=838 R=4.57m FRAME PLAN SECTION B-8 M —178 mm 25m {� 25mm I (TYP) 657 �— _4L9 7- 102 623 17 R=25mm R=25mm W13mm (T ) Slot � � — YF detail SECTION D-D SECTION E-E below- -� --- � 32-� �-- T I N o LO NOTE: 1 A All dimensions are in millimetres unless otherwise shown. ---105 � - - - - - 615 � 105�� SECTION A-A ONTARIO PROVINCIAL STANDARD DRAWING Date 1987 03 31 Rev I X29 \' , R=14.5mm CATCH BASIN , CAST IRON Date � -- SLOT DETAIL FRAME & DISHED SQUARE GRATE -� rOPSD - 400 . 01 27.5 mm 26mmdia Note I (�A dia r Polyethylene �- Note I - Aluminum - _ N R=16mm 4A - ° (TYp) A ;� A B ; B 3 1 150 I 150 --o 0 0 150 �� Cn E O O M tt v I' E -14 r 20 _I a°, 3 v LL 'a, - 20 26.T [�o N R=16mm(TYp)AUXILIARY t°I N 77.5 30 2 III �° -28 1 VIEWS ► (at points C) SECTION B-B 141 r l_- 1- 290--{ \ '_ I- SECTION A-A PLAN 15 PLAN PointsCA `-►B R=I6 mm I`20 T— 'R=2mm �-4� (SectionA-A) PLAN U)22 22R=16mm f, TN LO R=16mm M HOLLOW CIRCULAR ALUMINUM 20-i R=0.5mm � > r� - -� WITH 20-a 20 = SECTION -A 50mm °N EXTRUDED SOLID SECTION B-B R POLYETHYLENE ENCASEMENT TYPE A EC A R T NGULAR SECTION o TYPE 210 ^ 45 B SOLID RECTANGULAR ALUMINUM SIDE VIEW 230 Polyethylene labirinth plugs See form detail -� Note I� 225-1 1210 Polyethylene anchor _ t2.sulating sleeve 0 18.5 mm �18.5mm o O� of 150 -� Dia Dla /-. ;1 150 - m m o ° M -� 'n 150 mm AUXILIARY VIEWS LL% ° Dia o i PLAN 18.5 8 20 PLAN E --1 f- �—L - 1 AUXILIARY 20 T �����- Ln -- —� - — VI E W To fit 25mm _ Dia hole 5mm Formed PLAN EXTRUDED SOLID anchor lock 14 SIDE VIEW 32 --18 -- TYPE A -- - k CIRCULAR SECTION SIDE VIEW \ O POLYETHYLENE (TYPE A 8, B ) FORM DETAIL TYPE B EXTRUDED HOLLOW ANCHOR LOCK _r. LABIRINTH PLUG SIDE VIEW 450 CIRCULAR SECTION SOLID CIRCULAR ALUMINUM HOLLOW CIRCULAR ALUMINUM NOTES ONTARIO PROVINCIAL STANDARD DRAWING Date 1987 03 31 Rev i I Rung surface in concrete to be coated with Date asphalt paint. --___ A Ladder rungs conform to the appropriate MANHOLE STEPS OPS Specifications. '- ------------ B All dimensions are in millimetres unless rpPSD - 405 . 01 otherwise shown. i «Pout Curb Top of grate elevation Pavt---- Curb 75 mm min clearance Top of grate � � Top of grate elevation for adjustment of frame. elevation I i Standard frame Frame to be set in Standard frame- Standard frame r- �_ -7",r,-and grate g I cement mortar (Typ) and grate and rate _ iTT - TI Vzz ��_ _ i -. Adjustment units 111A I 50 Mortar—_ Min of one; Max of three rMortar n e . 4 (Typ) 50 a n 4' c 6 n' D v SECTION THROUGH SECTION THROUGH SECTION THROUGH CATCH BASIN TAPER CONE FLAT CAP Ladder rung Note _ -� _ II •. --- - - - -- - Adjustment units = for manholes with Frame and grate —Adjustment round openings - I i units for (Available in catch basins with sections or I square openings continuous units) (Available in sections I or continuous units) Flat cap ( � Catch basin Taper cone - 1 Riser section NOTES: I Adjustment unit shall include ONTARIO PROVINCIAL STANDARD DRAWING Date 1983 12 OI Rev ladder rungs to maintain the MANHOLE AND CATCH BASIN Date 300 mm spacing between rungs M " N H and as Specified . PRECAST CONCRETE -----�--- A All dimensions are in millimetres unless otherwise shown. ADJUSTMENT UNITS - - FO-PSD — 70-4. 01 it 8 POST TABLE 1: POSTS 'C' (m_„) POST � i, L(sEE TABLES) � L (m) — 1.20 1.50 1.80 210 2.40 GALVANIZED NAILS GALV 44x74prnm CAPRAIL H— 1.2m 150 150 150 150 150 NAILS GROOVED TO SUIT 44 400 TONGUE OF BOARD 1.5m 150 150 150 150 150 r 100 100 I 1.8m 150 150 150 200 200 —�,_ 21m 150 150 200 200 200 2.4m 200 200 200 200 200 t I 44x140mm TONGUE k OF CAPRAIL I GROOVED BOARDS TABLE 2: FOOTINGS 'D' (mm) � - L (m) — 1.20 1.50 1.80 2.10 2.40 BOARDS H— 12m 400 400 400 400 400 H I 1 I 1.5m 400 400 400 400 400 (SEE TABLES 1 8m 400 400 400 500 500 A A 2.1m 400 400 500 500 500 I 24m 500 500 500 500 500 25 M GRADE GRADE 1. DESIGN WIND PRESSURE 1.0 KPa (20 p.s.f.) 2. CONCRETE FOR FOOTINGS TO BE 25 MPa. Um m 3. FENCES ON BERMS: INTERMEDIATE a) CONSTRUCT BERMS OF ENGINEERED FILL. SUPPORT WITH A 2.Om CREST k SIDE SOPES NO STEEPER THAN 2 TO 1. I I b CT M TO A OF 1 1 0 ': ) COMPACT BERMS MIN. 0076 7300 7200 ` I . �� I 1700 ''�: CONCRETE FOOTING STANDARD PROCTOR DENSITY. C) ERECT FENCE ALONG CENTRELINE OF BERM. ,i 00 1. 4. SURFACE DENSITY TO BE 20 kg/eq m. (4 p.s.f.) 1 I — onNc t 5. TONGUE tc GROOVED BOARDS TO HAVE MIN. THICKNESS CONCRETE FO OF 44mm AFTER DRESSING N 6. EQUIVALENT SURFACE DENSITIES ( 0 kg/sq.m) JACK PINE 39mm THICK (NET.) y E PONDEROSA PINE 43mm THICK (NET.) D (sEE TABLE 2) YELLOW PINE 38mm THICK NET. TjSEE t) RED PINE 25mm THICK NET. WESTERN CEDAR 44mm THICK NET. FOOTING DIA. D SIDE MEW SECTION B-B REDWOOD 31mm THICK (((NET.)))))) VI (SEE TABLE 2) N.T.S. N.T.S. POST L(SEE TABLES) _ POST 1-89mm GALV. TOE NAIL I 44x89mm ON EACH SIDE OF SUPPOR DIATE POST WOODEN(CEDAR) i NOISE BARRIER FENCE DETAIL }Omm VEEP GROOVE--J� =7(SOmm WIDE) T1P. I 44x740mm TONGUE k GROOVED BOARDS SECTION A-A xxxxx N.T.S. acsuim n oea nuwo suc. +f sxiw maim n o.c>t X—XXX t LEGEND TIAL co JQ Sz '�wP�• Y ;$; ti ------ PROPOSED DWELLING UNIT REAR YARD RECEIVER as =y f/�N�yY. [tis i' -�j.Z•Ll GAYS ..._ I '"T`,�i��.•a..s'.�.'4�,i+�.,'.'•'Y.-.'r,-.`2a4-r r e•,r,.t`.a w�-sc:�`lL�2 L,L-,�,,y,-,;Q fi.e�,!.'i Y.l;p.Y-:a'"i=L s3%':° = ' :Le'?C�^ss.�"•".'�z.v C'>�i„`:'_S::+y-'^.i.s t--•t..y's 6 4 s r-e-►-- 'a•wJ�:>^',c "` �.i,.�' `.�-^°. "`z„��e'r-a r's E,Rt,•1:, a >rr•-- - .�_,^:..a b,L-�i r>.-! i' /-•”Y Y•'.e7•�^'�R°is.w.+_.''�s.. s°a vi i:'2y Z.e'z Y._...'1:`i;:±:,t.s cL3'a{y�y r.,�'•,.,tr r"te��'',•_s-=Ry:x c-s s-0,i!F3-�S:,..t�°.,�.ra s'.�na's�'-r..=%':'^rsu''•3s i7 s,�.t•(r,�-` Si`%�;.•:pe.•r��k=_ • • NOISE BARRIER + w MEN -- _,�_ „N _ :^zt1.��_ r -x.• ` ,�a'bi. T.�_ 1" «�3t?s�:� e•}Y-'cc__L.^„-.•-,• =47 ',�.a., , '�.'Q `•=V' ���.','• .C.Ei?-t '.1t4"F.a. g�.� .r `"::��t� ��,; ti r - �r °�"'6`l�. 'c" •� ��.,�� -td"Ka#.�'��'�l`S••-,��•` � ���;H,•�qs• :raa9..3_•} 9-4•.... :F '?N. -. „...r � �.•: -+..• -vK-`r--.-.e3� '`• �'�w°- f.•.�"^^a, -.'e'..'`!e _ "a•�g�� � .+�''SL`+} ;. '+:IY�... ��-'����_,, 's�,''..... 3�e ���,s' ms>L'wa-`"�[�"' .a_'' �Ck :.r �s�..""' '•'�'`- eS=--y 3e.r`�,��`s x.:=.�-'w:.�:.•,,,+,•iY::�•�i3--a...^..r sa:.. •+s.i.' 3..+? c.�i'�!v..g.�"'•i'�•._�`:> _ - - t "3' r ��s c • •p •+ v3�i..t ",rJa .as:iw"•:tyr., "scs ..+.c..- v:w._•. t ROADWAY -'7.r!"y - ?fin. • • _ ••`.'� :a -° 3q:n"..► `�-i-> na. �•�,g<yos.'•e�;�'ay"•..rti�_ •;? ,�.±.:tc` -te��'.s..-•_"_i•.tiw.-l�t�'• tr:... ,.>:.f1'.a •rsr."�+"_ ..•*••.1-ti�...Rw _._. _ ::'4.3'?a:.l�... ..� �� TRAFFIC CROSS-SECTION LOCATION x�' s •• • 'iii'. AIR- CONDITIONING REQUIREMENT 2.3m BARRIER OR 1-8m 1 �' �•' cgs.,•z. ir3c BARRIER V�ARNING •:kr ..�.TY CLAUSE BARRIER OR WARNING r rf '>•': i:•''�::.s',� _11W ��; T�:1��•.sr��-yes:�fv++p,- . .-. . ..�.rtr•• T.:e��s�Fi�'�'i"� •"'J'+1:°e•`�i�.i• � .. .. O F;_w .w..+• a'.tiR. �'tr�' 1; 5�"-' �`+''•`- °' cfs` , �:i�:L4:' r'a4i sy.e•i`ji.?''.'-':'is`_ ;eti.,: +. �y CLAUSE ...tyy�y `3 �a�ry�s-.�y�$�����-.�,*��.��t�� en ao•g �,,:Sf•,� r�# �.�t+_(.,/y��Y,.. "r"''�3 a'r'•`s>'ly-.�w�s = Y.• •� • - .�.z ��-ra....,.•t t ..or;:..z�:`:r...q"r»'�t_'. ...wara:--:�c-_-^- �"r"�i��•��e 'Xy ' ctS,P.¢�- '"►�"2r:mac:t;:r�3 BARRIER D ti-ii j•'�' 1 1 1 �``f!:'`tea fa • •• 'lv7i f yY. • a�.t. low •� , • 3r•.?•'•. G.M. SERNAS i ASZOC LTD. Y+FAY" �� �^r•i:r� Yft�atr•'s -'•.ti w!s y►'rate i`:c,r ar�•..•:�.t.:-r`.:;:z.1'^v"i;e;•1 r�4.-t��:'•"."'--Y--• �r.=:.•w s...•y.`-M-.r'•�_r,�.'t%.�>___.�"mot��t'.t j..-.7.;`s±»'1F'..z-s...•e.'ii•.s.�-S-rw».:�.•�•"J-`•�:�..r.,.•c'•��'":✓•rt.:.f i•,.C°r;;+L•Sa'•4;:�:'�i�i q'�.y-LF�e'=_.�..-;c'}'•�^��,/.r�-+'��`.-a�i y.�•'r�S'r`L�+'�w.�..s•".E``�1 G a.r�=y J-:,s•'°•'x."'.'-3.'C'.-�.r.1•-+yi`/•�.-r � �:I?�°„°.z.z••a.�.7.-a,.-.z_er:�•i f'yl!•am T'+.,•M°_:.%=y.?•.;e=:t s':�_.•s F-,�r•.-.-�`•:..G-S�.';.�L'e�r aa••.;r.:-'R�'*.Ai,i�.:,..,c:•.ti:•i.S s•..-.e'...tit:.t t i..c„�„-�-_:'r... �•'�i•;-te:e•::.sr.'•�v:....�!.:_~�Y.•-•li'r'i-:i'Pi:::Y:^.'k'�:c�am.•!.. ' i� TRULLS , p i t:a Up REPORT 9. fi NOISE Aw ff..4;.�•;r,• �-• �:.:•_,�3 .. �t;�� - • 7• • • •• SEPTEMBER, 98 t .�. V _ (C� y _ OPEN S'�ACt ' y _ _ .� �. z f 0..)� hQ SS_0 R=78 cp { s fix - J < l 8 T - 890 5 _ -- Q r 32.4 ? V) F— �, p fl _ W N N — "� z DQSTfNG ' co DRAINAGE 10 13 C HANN1 i 35.0 .f —� q V) Z o z w LLI N O V O o N ( oA 8 _ - 15 _ � �� c J .,. 33.5 ( 3G t 0?' CV +f N 16 J h ` N } o 17 - �, WD � o +1v 18 0 � �� m 00 zPZ? { T� 19 +! _ LU t T o co 20 _ > z cr i " - aW 21 _ ° 2 _ z ° 1 - w 22 - W w TI ,J (n 33.5 4 - --50 "`�N 70 56'30' E `0.21 + k 70`56'30' E 116.6 ± — DEVO �Tf z 1 I j- I -,-7- DRAF"T I-FLAN 18T!-- 88p67 (R) -- - ? / By DESIGN,-PLAN Si R CES INC. r�