Loading...
HomeMy WebLinkAbout97-100 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW 97- 100 i Being a By-law to authorize a contract between the Corporation of the Municipality of Clarington and Pachino Construction, Stouffville, Ontario for the Reconstruction of Scugog Street. 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 Pachino Construction and said Corporation. 2. THAT the contract attached hereto as Schedule "A" form part of this By-law. By-law read a first and second time this 12 day of May, 1997. By-law read a third time and finally passed this 12 day of May, 1997. Mayor clerk ■ ■ MUNICIPALITY OF arin ton ' ONTARIO JE11 ■ ■ ■ ■ ■ ■ ■ � s ■ totten sims hubicki associates ' engineers architects and planners ■ CORPORATION OF THE MUNICIPALITY OF CLARINGTON SCUGOG STREET RECONSTRUCTION AND ' SECOND STREET WATERMAIN AND SANITARY SEWER CONSTRUCTION CONTRACT NO. CL97-3 MARCH 1997 totten sims hubicki associates ' Engineers, Architects and Planners ' TSH No. 12-10555 AGREEMENT ' THIS AGREEMENT made in quadruplicate this 28th day of April, 1997 BETWEEN: PACHINO CONSTRUCTION COMPANY LIMITED of the Regional Municipality of York and Province of Ontario hereinafter called the "Contractor" ' THE PARTY OF THE FIRST PART - and - the CORPORATION OF THE MUNICIPALITY OF CLARINGTON hereinafter called the "Purchaser" ' THE PARTY OF THE SECOND PART WITNESSETH, that the party of the first part, for and in consideration of the payment or ' payments specified in the tender for this work hereby agrees to furnish all necessary machinery, tools, equipment, supplies, labour, and other means of construction and, to the satisfaction of the Engineer, to do all the work as described hereafter, furnish all the materials except as herein otherwise specified, and to complete such works in strict accordance with the plans, specifications and tender therefore, all of which are to be read herewith and form part of this present agreement as fully and completely to all intents and purposes as though all the stipulations thereof have been embodied herein. Page 1 of 3 DESCRIPTION OF THE WORK AND LIST OF DOCUMENTS Municipality of Clarington Contract NO. CL97-3, Scugog Street Reconstruction and ' Second Street Watermain and Sanitary Sewer Construction A. TENDER FORM: General Pages 1 and 2 Itemized Bid Pages 3 - 12 Bonds Schedule of Tender Data Page 14 ' B. INSTRUCTIONS TO TENDERERS Pages 1 to 5 ' C. SPECIAL PROVISIONS - GENERAL Pages 1 to 30 D. SPECIAL PROVISIONS - TENDER ITEMS Pages 1 to 21 E. STANDARDS F. BREAKDOWN SHEETS Pages 1 - 5 G. PLANS: Drawings No. 1-21, W-S-1 - W-S-9 H. STANDARD SPECIFICATIONS: the applicable edition of the following Ontario Provincial Standard Specifications and Region of Durham Specifications, Schedules `C' and `D' revised February 1997. OPSS No. Date OPSS No. Date OPSS No. Date OPSS No. Date 127 Current 314 Dec. 1993 407 Oct. 1989 506 May 1994 128 Current 351 Sept. 1996 408 Oct. 1989 510 Oct. 1993 201 Feb. 1996 353 Sept. 1996 410 Dec. 1988 570 Aug. 1990 206 Dec. 1993 405 Feb. 1990 501 Feb. 1996 571 Aug. 1990 310 Mar. 1993 I. GENERAL CONDITIONS: OPS General Conditions of Contract (August 1990) All Plans and Documents referred to in the Specifications The Contractor further agrees that he will deliver the whole of the works completed in accordance with this agreement on or before October 24, 1997. IN CONSIDERATION WHEREOF said party of the second part agrees to pay to the ' Contractor for all work done, the unit prices on the Tender. ' This agreement shall enure to the benefit of and be binding upon the heirs, executors, administrators and assigns of the Contractor and on the heirs and successors of the Purchaser. 1 Page 2of3 ' IN WITNESS WHEREOF, the Contractor and the Purchaser have hereunto signed their names and set their seals on the day first above written. SIGNED and sealed by the Contractor in the presence of ) ) SIGNED and sealed by the PurchaserRP� � 3 � f "���' D $Y � ) > Diane am , Mayor ) in the presence of ) _ a ' rri Jerk ) ) ) Page 3 of 3 PROJECT: TENDER FOR CONTRACT NO. CL97-3 SCUGOG STREET RECONSTRUCTION AND SECOND STREET WATERMAIN AND SANITARY SEWER CONSTRUCTION AUTHORITY: CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT ADMINISTRATOR: TOTTEN SIMS HUBICKI ASSOCIATES ENGINEERS, ARCHITECTS and PLANNERS 513 DIVISION STREET, P.O. BOX 910 COBOURG, ONTARIO. K9A 4W4 Telephone: 905: 372-2121 Fax: 905: 372-3621 TENDERER: Pachino Construction Company Limited Name 13203 Tenth Line N. P.O. Box 1629 STOUFFVILLE Ontario. L4A 8A4 Address (include Postal Code) Telephone and Fax Numbers John Calleri Name of Person Signing President Position of Person Signing TENDERS RECEIVED BY: Mrs. Patti Barrie, Clerk Corporation of the Municipality of Clarington Municipal Administration Centre 40 Temperance Street 1 BOWMANVILLE, Ontario. L1C 3A6 16015AlCl Page 1 of 14 pages TENDER CONTRA - CT NO. CL97 3 To: The Mayor and Members of Council Corporation of the Municipality of Clarington Re: Contract No. CL97-3, Scugog Street Reconstruction and Second Street Watermain and Sanitary Sewer Construction Dear Mayor and Members of Council: The Contractor has carefully examined the Plans, Provisions, Specifications and Conditions described herein 1 as part of the work to be done under this Contract. The Contractor understands and accepts the said Plans, Provisions, Specifications and Conditions, and, for the prices set forth in this Tender, hereby offers to furnish all machinery, tools, apparatus and other means of construction, furnish all materials, except as otherwise specified in the Contract, and to complete the work in strict accordance with the said Plans, Provisions, Specifications and Conditions. The Contractor understands and accepts that the quantities shown are approximate only, and are--subject-to increase, decrease, or deletion entirely if found not to be required. Attached to this tender is a certified cheque in the amount specified in Clause 3 of the Instructions to Tenderers, 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) calendar days from the date of receipt of Notice of Acceptance of the Tender. Notification of acceptance may be given and delivery of the form of Agreement made by prepaid post, addressed to the Contractor at the address contained in this Tender. 1 Page 2 of 14 pages ITEMIZED BID CONTRACT NO. CL97-3 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL97-3 for the following unit prices. Spec. No. - The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications SP - Refers to Special Provisions (P) - Plan Quantity Payment Item CD - Region of Durham Standard Specification Item Spec. Description of Item Unit Quantity Unit Price Total No. No. SECTION 1 - ROADWORKS 1. 201 Site Preparation LS 2,981.31 2,981.31 SP 2. 206 565 Earth Excavation (Grading) 1113 10,500 4.00 42,000.00 SP (P) 3. 310 Hot Mix H.L.-3 t 10 58.00 580.00 SP 4. 310 Hot Mix H.L.-4 (Middle and t 2,350 43.00 101,050.00 SP Lower Binder) 5. 310 Hot Mix H.L.-3A t 100 73.00 7,300.00 SP (Entrances and Boulevards) 6. SP Asphalt Gutter in 150 4.00 600.00 7. 314 Granular `A' t 6,000 7.75 46,500.00 SP 8. 314 Granular `B', Type 1 t 12,500 5.50 68,750.00 SP 9. 351 565 Concrete in Sidewalk m2 1,100 31.00 34,100.00 SP 10. SP Interlocking Brick Pavers a) Brick Pavers on Sand m2 70 42.00 2,940.00 and Granular "A" Base b) Brick Pavers on Sand m2 50 57.00 2,850.00 and Concrete Base 11. 353 Concrete Curb and Gutter (all in 1,550 31.00 48,050.00 SP types) 12. 405 150 mm dia. Perforated SP Corrugated Plastic Pipe in 1,400 3.50 4,900.00 Subdrains with Geotextile Page 3 of 14 pages ITEMIZED BID CONTRACT NO. CL97-3 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL97-3 for the following unit prices. ' Item Spec. Description of Item Unit Quantity Unit Price Total No. No. 13. 410 150 mm Dia. PVC Sewer SP Connection, SDR 28 in 20 84.00 1,680.00 including Excavation, Bedding and Native Backfill 14. 410 300 mm Dia. C.P. Storm SP Sewer, Class 3, including in 174 103.00 17,922.00 Excavation, Class B Bedding and Native Backfill. 15 410 375 mm Dia. C.P. Storm SP Sewer, Class 65-D, including in 210 138.00 28,980.00 Excavation, Class B Bedding and Native Backfill. 16. 410 450 mm Dia. C.P. Storm 16,280.00 SP Sewer, Class 65-D, including in 110 148.00 Excavation, Class B Bedding and Native Backfill. 17. 410 525 mm Dia. C.P. Storm 58,121.00 SP Sewer, Class 65-D, including in 361 161.00 Excavation, Class B Bedding and Native Backfill. 18. 407 600 mm x 600 mm Pre-cast 34,040.00 SP Catchbasins, Type "A" ea 23 1,480.00 (OPSD-705.010) 19. 407 600 mm x 600 mm Precast 2,480.00 SP Ditch Inlet Catchbasin ea 2 1,240.00 (OPSD-705.030) 20. 407 600 mm x 1450 mm Pre-cast 810.00 SP Twin Inlet Catchbasins ea 1 810.00 (OPSD 705.020) i21. 407 1200 mm Precast Manholes 12,510.00 SP (OPSD 701.030) ea 9 1,390.00 22. 407 1500 mm Precast Manholes 2,060.00 SP (OPSD 701.040) ea 1 2,060.00 23. 407 408 Rebuild Manhole ea 1 1,537.00 1,537.00 SP Page 4 of 14 pages r ITEMIZED BID CONTRACT NO. CL97-3 r In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL97-3 for the following unit prices. ' Item Spec. Description of Item Unit Quantity Unit Price Total No. No. 24 408 Adjusting and Rebuilding SP Manholes and Catchbasins a) Storm and Sanitary ea 5 260.00 1,300.00 Structures b) Water Chamber ea 1 260.00 260.00 25 314 Provisional Item SP Granular "B" Type 1 Backfill t 500 6.00 3,000.00 to Sewers 26 501 Water for Compaction and m3 900 3.00 2,700.00 Dust Suppression 27 506 Calcium Chloride Flake kg 10,000 0.20 2,000.00 28 SP Sawcutting of Asphalt in 310 3.00 930.00 29. 510 Removal of Sidewalk m2 900 5.00 4,500.00 SP 30. 510 Removal of Curb and Gutter in 160 5.00 800.00 ' SP 31. 570 Removal of Non-Reinforced m2 4,150 2.00 8,300.00 SP Concrete Base 32. 510 Removal of Culverts and in 440 55.00 24,200.00 Sewers 33. 510 Removal of Manholes and 2,717.00 SP Catchbasins ea 11 247.00 34. 570 571 Topsoil (imported) and Sod m2 3,300 3.00 9,900.00 SP (Nursery, unstaked) 35. CD Adjust Water Valve Boxes ea 7 100.00 700.00 SP 36. SP Provisional Item Glasgrid Style No. 8502 m2 200 7.00 1,400.00 r r Page 5 of 14 pages ITEMIZED BID CONTRACT NO. CL97-3 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL97-3 for the following unit prices. Item Spec. Description of Item Unit Quantity Unit Price Total No. No. 37. SP Provisional Item LS $20,000.00 Disposal of Contaminated Earth Total Section 1 - (carried forward to Summary) $621,728.31 SECTION 2 - SANITARY SEWERS AND APPURTENANCES 2.01.00 CD/SP Pipe 1 01 Manhole #13-27 to Sta. in 61.8 146.00 9,022.80 1+089 incl. Permanent Restoration .02 Sta. 1+089 to Manhole in 13.5 96.00 1,296.00 #13-11 03 Manhole #13-11 to 13-12 in 76.9 96.00 7,382.40 .04 Manhole #13-12 to 16-1 in 75.6 96.00 7,257.60 r .05 Manhole #16-1 to 16-64 in 109.5 96.00 10,512.00 .06 Manhole #16-64 to 16-10 in 18.0 96.00 1,728.00 ' .07 Manhole #16-10 to 16-11 in 93.5 96.00 8,976.00 .08 Manhole #16-11 to 16-12 in 111.0 96.00 10,656.00 .09 Manhole #16-12 to 16-66 in 114.0 96.00 10,944.00 .10 Manhole #16-66 to 16-14 in 5.7 96.00 547.20 .11 Manhole#16-1 to 16-65 in 15.0 96.00 1,440.00 .12 Manhole#16-10 to 16-67 in 18.0 96.00 1,728.00 .13 Manhole #16-67 to 16-68 in 67.0 96.00 6,432.00 Page 6 of 14 pages ITEMIZED BID CONTRACT NO. CL97-3 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL97-3 for the following unit prices. ' Item Spec. Description of Item Unit Quantity Unit Price Total No. No. .14 Manhole #16-12 to West m 5 96.00 480.00 2.02.00 CD/SP Extra Over Item 2.01.00 .05 Abandoned Pipe Plugs ea 8 200.00 1,600.00 (Incl. Excavation) 2.03.00 CD/SP Service Connections .01 100 mm dia. m 1094 40.50 44,307.00 ' .02 150 mm dia. (Provisional) m 100 42.00 4,200.00 2.04.00 CD/SP Manholes .01 Remove Existing Partial ea 8 150.00 1,200.00 ' .05 Rebench Existing ea 1 150.00 150.00 .07 Manhole #13-27 LS 1,725.00 08 Manhole #13-11 LS 1,725.00 .09 Manhole #13-12 LS 1,725.00 10 Manhole #16-1 LS 1,725.00 .11 Manhole #16-65 LS 1,965.00 ' .12 Manhole #16-64 LS 1,725.00 ' .13 Manhole #16-10 LS 1,725.00 .14 Manhole #16-11 LS 1,725.00 .15 Manhole #16-12 LS 1,965.00 .16 Manhole #16-66 LS 1,725.00 Page 7 of 14 pages ITEMIZED BID CONTRACT NO. CL97-3 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified 1 for Contract No. CL97-3 for the following unit prices. Item Spec. Description of Item Unit Quantity Unit Price Total No. No. -17 Manhole #16-67 LS 1,965.00 r .18 Manhole #16-68 LS 1,725.00 ■ Total Section 2 - (carried forward to Summary Page) $151,279.00 SECTION 3 - WATERMAIN AND APPURTENANCES ' 3.01.00 CD/SP Pipe .02 150 mm PVC m 960 92.00 88,320.00 .04 300 mm PVC m 23 120.00 2,760.00 3.02.00 CD/SP Extra over Item 3.01.00 .03 Abandoned Pipe Plugs ea 10 200.00 2,000.00 (Incl. Excavation) .04 Remove Existing Valve Box ea 10 100.00 1,000.00 13 Insulate Watermain m 30 17.00 510.00 3.03.00 CD/SP Valves ' .02 150 mm dia. Gate Valve and ea 19 495.00 9,405.00 Box ' 04 300 mm dia. Gate Valve and ea 1 1,305.00 1,305.00 Box .15 Tapping Sleeve and Valve ea 1 1,835.00 1,835.00 .16 Cut-in Gate Valve LS 745.00 i3.04.00 CD/SP Hydrants .02 New Hydrant with Storz ea 6 2,254.00 13,524.00 Pumper Nozzle Assembly .03 Temporary Flushing Hydrant ea 9 330.00 2,970.00 Page 8 of 14 pages ITEMIZED BID CONTRACT NO. CL97-3 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified ' for Contract No. CL97-3 for the following unit prices. ' Item Spec. Description of Item Unit Quantity Unit Price Total No. No. 05 Remove Existing Hydrant ea 4 90.00 360.00 (complete) .07 Remove Existing Hydrant ea 1 90.00 90.00 08 New Hydrant with Storz ea 1 1,189.00 1,189.00 Pumper Nozzle 3.05.00 CD/SP Services .01 19 nun Main Stop ea 66 63.50 4,191.00 .02 Provisional Item ea 2 73.00 146.00 25 mm Main Stop .06 19 mm Curb Stop and Box ea 62 117.00 7,254.00 1 07 Provisional Item ea 2 140.00 280.00 25 mm Curb Stop and Box .11 19 mm Dia. Copper Pipe in 750 49.00 36,750.00 .12 Provisional Item in 30 48.00 1,440.00 25 mm Dia. Copper Pipe .22 Provisional Item in 60 46.00 2,760.00 Water Service Connections to ' Existing Main 3.06.01 CD/SP 19 mm Dia. Test Point ea 3 500.00 1,500.00 ' 3.07.02 CD Mechanical Cap for 140.00 1,400.00 Abandoned Valves ea 10 3.14.01 CD/SP Installation of Anodes on ea 12 270.00 3,240.00 Existing Ductile Iron Watermain 184,974.00 Total Section 3 - (carried forward to Summary Page) Page 9 of 14 pages ITEMIZED BID CONTRACT NO. CL97-3 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified ' for Contract No. CL97-3 for the following unit prices. Item Spec. Description of Item Unit Quantity Unit Price Total No. No. SECTION 4 - GENERAL ITEMS 4.02.01 SP One Hundred Percent (100%) ' Performance and Guarantee LS 48,000.00 Maintenance Bond, Liability Insurance and Labour and ' Material Payment Bond 4.03.01 SP Mobilization and LS 20,000.00 ' Demobilization Total Section 4 - (carried forward to Summary Page) $68,000.00 SECTION 5 - CONTINGENCIES 1. Stone Below Pipe Bedding' .2 3.75 in to 5.25 in m3 $48.00 .3 5.25 in to 6.75 in m3 53.00 ' .4 6.75 in to 8.25 in m3 63.00 .5 8.25 in to 9.75 in m3 75.00 2. Extra Excavation in Trenches 1 0.00 in to 3.75 in m3 12.00 ' .2 3.75 in-to 5.25 in m3 15.00 .3 5.25 in to 6.75 in m3 21.00 ' .4 6.75 in to 8.25 in m3 31.00 .5 8.25 in to 9.75 in m3 42.00 3. Labour Rates (all inclusive) .1 Foreman (including Truck) hr 61.00 ' .2 Common labour hr 42.00 .3 Skilled Labour hr 45.00 .4 Truck Driver hr 45.00 ' .5 Heavy Equipment Operator hr 47.00 .6 Carpenter I hr 46.00 Page 10 of 14 pages ITEMIZED BID CONTRACT NO. CL97-3 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified ' for Contract No. CL97-3 for the following unit prices. ' Item Spec. Description of Item Unit Quantity Unit Price Total No. No. ' 4. Located WS or Main Valve Box 1 Total Exposure ea 250.00 .2 Partial Exposure ea 200.00 5. WS Box - Extra Over Item 4 1 New No. 9 Water Service ea 140.00 .2 New Rod Only (Stainless) ea 57.00 ' .3 New Lid Only ea 35.00 .4 Rethreading only ea 50.00 5 150 mm Extension ea 34.00 .6 300 mm Extension ea 38.00 ' 7 450 mm Extension ea 45.00 .8 600 mm Extension ea 50.00 ' 6. Modify Exist. Main Valve Box 1 Cut off threaded portion ea 110.00 .2 New lid ea 40.00 .3 New Top Section ea 110.00 ' 4 New extension Section ea 120.00 .5 New Bottom Section ea 200.00 ' 6 New Box Complete ea 310.00 .7 Trench Rock Excavation m3 180.00 ' Total - Section 5 (carried forward to Summary Page) $60,000.00 Page 11 of 14 pages ' ITEMIZED BID CONTRACT NO. CL97-3 ' In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL97-3 for the following unit prices. ' Item Spec. Description of Item Unit I Quantity Unit Price Total No. No. SUMMARY: Total Section 1 - Roadworks 621,728.31 ' Total Section 2 - Sanitary Sewers 151,279.00 Total Section 3 - Watermain 184,974.00 Total Section 4 - General Items 68,000.00 Total Section 5 - Contingencies $60,000.00 Total (excluding GST) 1,085,981.31 GST (7% of Total) 76,018.69 TOTAL'TENDER. MOUNT' 1;162,000 00 Tenderer's GST Registration No. R104038377 Page 12 of 14 pages ' AGREEMENT TO BOND to be completed by Bonding Com M CONTRACT NO. CL97-3 WE, the Undersigned, HEREBY AGREE to become bound as Surety for PACHINO CONSTRUCTION CO. LTD. ' in a Performance Bond totalling ONE HUNDRED PERCENT (100%) of the Total Tender amount, and a Labour and Material Payment Bond totalling ONE HUNDRED PERCENT (100%) of the Total Tender amount, and conforming to the Instruments of Contract attached hereto, for the full and due performance of the works shown or described herein, if the Tender for Contract No. CL97-3 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. DATED AT Toronto this 16th day of APRIL 1997. Canadian General Insurance Company Name of Bonding Company Anita Pereira ' Signature of Authorized Person Signing for Bonding Company (BONDING COMPANY SEAL) ' Attorney-in-fact Position (This Form shall be completed and attached to the Tender Submitted). ' Page 13 of 14 pages ' SCHEDULE OF TENDER DATA CONTRACT NO CL97-3 The work specified in the Contract shall be performed in strict accordance with the following Schedule: A. TENDER FORM: General Pages 1 and 2 Itemized Bid Pages 3 - 12 Agreement to Bond Page 13 Schedule of Tender Data Page 14 ' B. INSTRUCTIONS TO TENDERERS Pages 1 to 5 ' C. SPECIAL PROVISIONS - GENERAL Pages 1 to 30 D. SPECIAL PROVISIONS - TENDER ITEMS Pages 1 to 21 E. STANDARDS ' F. BREAKDOWN SHEETS Pages 1 - 5 G. PLANS. Drawings No. 1-21, W-S-1 - W-S-9 H. STANDARD SPECIFICATIONS: It shall be the Contractor's responsibility to obtain the applicable edition of the following Ontario ' Provincial Standard Specifications and Region of Durham Specifications, Schedules `C' and `D' revised February 1997. ' OPSS No. Date OPSS No. Date OPSS No. Date OPSS No. Date 127 Current 314 Dec. 1993 407 Oct. 1989 506 May 1994 128 Current 351 Sept. 1996 408 Oct. 1989 510 Oct. 1993 201 Feb. 1996 353 Sept. 1996 410 Dec. 1988 570 Aug. 1990 206 Dec. 1993 405 Feb. 1990 501 Feb. 1996 571 Aug. 1990 310 Mar. 1993 ' I. GENERAL CONDITIONS: OPS General Conditions of Contract (August 1990) 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. CL97-3, executed by me/us bearing date the April 21st day of April 1997. SIGNATURE V ' POSITION: P sident (COMPANY SEAL) NAME OF FIRM: PACHINO CONSTRUCTION COMPANY LIMITED This is Page 14 of 14 Pages to be submitted as the Tender Submission for Contract No. CL97-3. i 1 1 � i CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL97-3 1 INSTRUCTIONS TO TENDERERS 16016114l5/C INDEX INSTRUCTIONS TO TENDERERS CONTRACT NO. CL97-3 CLAUSE SUBJECT PAGE 1. GENERAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 2. BLANK FORM OF TENDER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 3. TENDER DEPOSITS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 4. BONDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 5. RIGHT TO ACCEPT OR REJECT TENDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 6. UNACCEPTABLE TENDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 7. ABILITY AND EXPERIENCE OF TENDERER . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ' 8. PROVINCIAL SALES TAX . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ' 9. GOODS AND SERVICES TAX (GST) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 10. EXECUTE CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 11. LOCATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 12. SOILS INFORMATION AND CROSS-SECTIONS . . . . . . . . . . . . . . . . . . . . . . . . . 3 13. TENDERERS TO INVESTIGATE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 14. INQUIRIES DURING TENDERING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 15. AWARD OF THE CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 16. DEFINITION OF OWNER/AUTHORITY AND ENGINEER/CONTRACT ADMINISTRATOR . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 17. ADDENDA . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 18. UTILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 19, PRE-CONSTRUCTION SURVEY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 PAGE ONE ' INSTRUCTIONS TO TENDERERS CONTRACT NO. CL97-3 1. GENERAL SEALED Tenders plainly marked "Contract No. CL97-3" will be received until: 2:00 P.M., LOCAL TIME, MONDAY, APRIL 21, 1997 and shall be addressed to: Ms. Patti Barrie, Clerk Corporation of the Municipality of Clarington Municipal Administration Centre 40 Temperance Street ' Bowmanville, Ontario. L1C 3A6 2. BLANK FORM OF TENDER One copy of the Tender, on the forms provided, shall be submitted. All information requested shall be shown in the tender, in the space provided. 3. TENDER DEPOSITS All tenders shall be accompanied by a certified cheque or a bid bond issued by a surety approved by and in a form containing terms satisfactory to the Municipality's Treasurer, in the ' minimum amount defined below, made payable to the Authority, as a guarantee for the execution of the Contract. Total;Tender Amount Minimum Deposit:. 1lmmum Depvstt Required Requrrcd:Clarington. ' Contracts $ 20,000.00 or less $500.00 $1,000.00 20,000.01 to 50,000.00 1,000.00 2,000.00 50,000.01 to 100,000.00 2,000.00 5,000.00 100,000.01 to 250,000.00 9,000.00 10,000.00 250,000.01 to 500,000.00 19,000.00 25,000.00 500,000.01 to 1,000,000.00 40,000.00 50,000.00 1,000,000.01 to 2,000,000.00 75,000.00 100,000.00 2,000,000.01 and over 150,000.00 200,000.00 All deposits will be returned within ten days after the Tenders have been opened except those which the Authority elects to retain until the successful tenderer has executed the Contract Documents. INSTRUCTIONS TO TENDERERS ' CONTRACT NO. CL97-3 2. The retained tender deposits will be returned when the successful Tenderer has fully complied with the conditions outlined in the Contract 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, to guarantee his faithful performance of this Contract and his fulfilment of all obligations in respect of ' maintenance and payment for labour and materials used on this work. Each Bond shall be with a satisfactory Guarantee Surety Company, resident in Canada or authorized to carry on business in Canada. 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. Tenders will not be accepted unless submitted in the envelopes provided. ' 6. UNACCEPTABLE TENDERS Each item in the Tender Form shall include a reasonable price for such item. Under no circumstances will an unbalanced tender be considered. The Authority and the Contract Administrator will be the sole judge of such matters, and should any tender be considered to be unbalanced, then it will be rejected by the Authority. ' 7. ABILITY AND EXPERIENCE OF TENDERER The Authority reserves the right to reject any tender where satisfactory evidence of sufficient capital, plant and experience to successfully prosecute and complete the work in the specified time, is not furnished by the Tenderer. ' 8. PROVINCIAL SALES TAX Provincial Retail Sales Tax shall be included in tendered prices for material supplied under this Contract. r INSTRUCTIONS TO TENDERERS CONTRACT NO. CL97-3 3. r9. GOODS AND SERVICES TAX (GST) The Tenderer shall NOT include any amount in his tender unit prices for the Goods and Services Tax. The GST will be shown on each payment certificate and will be paid to the Contractor in addition to the amount certified for payment and will therefore not affect the Contract unit prices. ' 10. EXECUTE CONTRACT Tenders shall be open for acceptance for a period of 30 days after the closing date. After this time the tender may only be accepted with the consent of the successful Tenderer. The successful Tenderer shall execute the Contract Documents and furnish the required bonds ' within 10 calendar days of receipt of notification of Acceptance of Tender. The successful Tenderer shall commence work at the site within 7 calendar days of the official commencement date as specified in the written order issued in accordance with GC7.01.02 of the General Conditions. Failure by the successful Tenderer to meet the above requirements will entitle the Authority to ' cancel the award of the Contract and to retain the tender deposit as compensation for damages sustained due to the successful Tenderer's default. The Authority may then award the Contract to one of the other Tenderers or take such other action as it chooses. 1 11. LOCATION The work is located on Scugog Street from 75 in south of Odell Street to 130 in north of Meadowview Boulevard, on Second Street from Scugog Street to Prospect Street and at the ' Church Street/Scugog Street intersection, Bowmanville. 12. SOILS INFORMATION AND CROSS-SECTIONS Where a foundation investigation has been undertaken on behalf of the Authority, the report and other findings will be available for review at the office of the Contract Administrator. The information provided is for guidance only and is not guaranteed by the Authority. Copies of the Soils Report and the Environmental Investigation Report are attached to these documents for the Contractor's assistance. Design cross-sections may also be viewed for information purposes at the same location. Test pits will be excavated during the tender period. 1 r r INSTRUCTIONS TO TENDERERS ' CONTRACT NO. CL97-3 4. r13. 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. 14. INQUIRIES DURING TENDERING The Tenderer is advised that inquiries regarding the interpretation of the plans or specifications, shall be directed to the Contract Administrator, Totten Sims Hubicki Associates, Telephone: 905-372-2121, attention: R.A. Kempton, P.Eng. or W. McCrae, P.Eng. 15. AWARD OF THE CONTRACT ' The award of this Contract is subject to the approval of the Ministry of Transportation, Ontario, the Regional Municipality of Durham and the Ministry of Municipal Affairs. 16. DEFINITION OF OWNER/AUTHORITY AND ENGINEER/CONTRACT ADMINISTRATOR Wherever the word "Owner" or "Authority" or "Corporation" appears in this Contract, it shall be interpreted as meaning the "Corporation of the Municipality of Clarington". Wherever the word "Ministry", "M.T.C." or "M.T.O" appears it shall be deemed to mean the "Ministry of Transportation, Ontario" or the "Corporation of the Municipality of Clarington. ' Wherever the word "Contract Administrator" or "Engineer" appears in this Contract it shall be deemed to mean the Consultants, Totten Sims Hubicki Associates, or such other officers, as may be authorized by the Authority to act in any particular capacity. ' 17. ADDENDA The Contractor shall ensure that all addenda issued during the tendering period are attached as part of the submitted bid. Failure to do so will result in disqualification of the bid. 1 1 1 INSTRUCTIONS TO TENDERERS ' CONTRACT NO. CL97-3 5. t18. UTILITIES ' Plans illustrating proposals for the relocation of utilities are available for inspection at the office of the Contract Administrator. For additional information regarding existing utilities the Contractor may contact the following personnel: Clarington Hydro: Mr. Len Li, P.Eng. Consumers Gas: Mr. Cliff Clark Tel: 905-623-4451 Tel: 905-668-9341 Bell Canada: Ms. Wendy Martin Cable TV: Mr. Bernie Visser ' Tel: 905-433-3632 Tel: 905-579-1601 The Contractor is advised that all utility relocation east of Liberty Street shall be completed ' prior to commencement of construction. The remaining utility relocation shall be completed at the earliest opportunity. The Contractor is advised that Utility Company or Utility Contractor's relocation operations west of Liberty Street may be ongoing during the General Contractor's operations and this should be allowed for in the scheduling of works. 19. PRE-CONSTRUCTION SURVEY The Contractor shall include in his bid for the undertaking a pre-construction survey of all properties within the construction limits. This work shall be performed by a qualified Consultant approved by the Contract Administrator and the survey must be completed prior to commencement of construction. The survey shall include all properties fronting Scugog Street from 75 m south of Odell Street to 130 m north of Meadowview Boulevard as well as properties on Second Street from Scugog Street to Prospect Street. Four copies of a detailed report complete with field records and photographs shall be made available to the Contract Administrator one week prior to commencement of construction. 1 CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL97-3 SPECIAL PROVISIONS - GENERAL 16017/14/5/C INDEX SPECIAL PROVISIONS-GENERAL CONTRACT NO. CL97-3 CLAUSE SUBJECT PAGE ' 1. PLAN QUANTITY ITEMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 2. GUARANTEED MAINTENANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 ' 3. CONTRACT TIME AND LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 4. CONTRACTOR'S AUTHORIZED REPRESENTATIVE . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 5. OPS GENERAL CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 6. REVISION TO OPS GENERAL CONDITIONS . . . : . . . : . : . . . . . : . : . . : . . . . . . . : . . . : 3 7. LAYOUT . . . . 3 8. LABOUR CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 ' 9. RESTRICTIONS ON OPEN BURNING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 10. SUPPLY OF MATERIALS 7 11. PAYMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 12. UTILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 ' 13. HAUL ROADS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 14. DUST CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 15. TRAFFIC CONTROL, FLAGGING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 ' 16. CONTRACTOR'S SUPPLY OF CONSTRUCTION SIGNS . . . . . . . . . . . . . . . . . . . . . . . . . . 10 17. CONSTRUCTION PHASING AND TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . . 11 - -- 18. EMERGENCY AND MAINTENANCE MEASURES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 19. ENGINEERING FIELD OFFICE . . . . . . . . . . . . . . . . . . . . . . . . : . . . . : . . . . . . . . . . . . 14 20. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL . 15 21. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 - DESIGNATED SUBSTANCES . . . . . . . 16 ' 22. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM (WHMIS) . . . . . . . . . . . . 17 23. SPILLS REPORTING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 24. TRAFFIC AND STREET SIGNS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 25. GARBAGE COLLECTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 26. ASPHALT MIX DESIGNS 18 27. CONCRETE MIX DESIGNS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 28. APPLICABLE STANDARD SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 29. AMENDMENT TO OPSS 353 . 21 30. AMENDMENT TO OPSS 102 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 31. AMENDMENT TO OPSS 570 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 22 ' 32. AMENDMENT TO OPSS 1820; CONCRETE PIPE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 22 33. DELIVERY OF TEST SAMPLES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 34. PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED SPACES . . . 23 ' 35. CONFINED SPACE ENTRY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 36. COMPLIANCE WITH THE OCCUPATIONAL HEALTH AND SAFETY ACT . . . . . . . . . . . . . 24 37. GOVERNMENTAL REQUIREMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 ' 38. ENGINEERING ARBITRATION . . . . • . . . • . . . • . • . . . . . . . • • • . . . . . • • . . . . . . . . . . • 25 39. ENTRY ONTO PRIVATE PROPERTY 25 40. STORAGE AREAS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 41. GENERAL LIABILITY INSURANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 26 42. CONSTRUCTION LIEN ACT 26 43. PROPERTY OWNER'S RELEASE OF PRIVATELY OWNED LAND USED BY THE CONTRACTOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27 44. PERMANENT SURFACE RESTORATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 PAGE ONE SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-3 1. PLAN QUANTITY ITEMS �j Measurement for payment of the items designated (P) in the itemized bid is by plan quantity, as may be revised by adjusted plan quantity. 2. GUARANTEED MAINTENANCE Section GC7.15.02 of the General Conditions is revised in that the Contractor shall guarantee and maintain the entire work called for under this Contract for a period of twenty-four (24) months. The Contractor shall make good in a permanent manner, satisfactory to the Authority, any and all defects or deficiencies in the work, both during the construction and during the period of maintenance as aforesaid. The Contractor shall commence repairs on any work identified as defective under this clause within 48 hours of receipt of notice from the Authority or the Contract Administrator. The decision of the Authority and the Contract Administrator shall be final as to the necessity for repairs or for any work to be done under this Section. 3. CONTRACT TIME AND LIQUIDATED DAMAGES (1) Time Time shall be the essence of this contract. For purposes of this Contract, GC1.04 of the General Conditions is revised, in that Contract Time means the time stipulated herein for Completion of the Work as defined in Clause GC 1.06. (2) Progress of the Work and Contract Time The charging of working days shall commence on Tuesday, May 20, 1997 and the Contractor shall diligently prosecute the work on this contract to completion on or before the expiration of one hundred and ten (110) working days from the date of commencement. ' If the contract time above specified is not sufficient to permit completion of the work by the Contractor working a normal number of hours each day or week on a single daylight shift basis, it is expected that additional and/or augmented daylight shifts will be required ' throughout the life of the contract to the extent deemed necessary by the Contractor to insure that the work will be completed within the contract time specified. Any additional costs occasioned by compliance with these provisions will be considered to be included in SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-3 2. the prices bid for the various items of work and no additional compensation will be allowed therefore. Working days shall be charged until the date of completion of the work as set out in the Certificate of Completion issued in accordance with GC8.02.03.06. (3) Working Day Working Day as defined in GC1.04 is modified by the addition of the following under Paragraph (a): Exceptany day from ...................................... inclusive, even though the Contractor may elect to carry out any approved work as called for under this Contract during this period. The Contract Administrator will furnish to the Contractor for his signature a weekly "Statement of Record of Working Days". The Contractor will be allowed two weeks in which to file a written protest setting forth in what respects the said weekly statement is incorrect, otherwise, the statement shall be deemed to have been accepted by the Contractor as correct. (4) Liquidated Damages It is agreed by the parties to the contract that in case all the work called for under the contract is not completed within the number of working days as set forth in the special provisions or as extended in accordance with Section GC3.07 of the General Conditions, a loss or damage will be sustained by the Authority. Since it is and will be impracticable and extremely difficult to ascertain and determine the actual loss or damage which the Authority will suffer in the event of and by reason of such delay, the parties hereto agree that the Contractor will pay to the Authority the sum of FOUR HUNDRED DOLLARS ($400.00) as liquidated damages for each and every calendar day's delay in achieving completion of the work in excess of the number of working days prescribed. It is agreed that this amount is an estimate of the actual loss or damage to the Authority which will accrue during the period in excess of the prescribed number of working days. The Authority may deduct any amount under this paragraph from any moneys that may be due or payable to the Contractor on any account whatsoever. The liquidated damages payable under this paragraph are in addition to and without prejudice to any other remedy, action or other alternative that may be available to the Authority. 4. CONTRACTOR'S AUTHORIZED REPRESENTATIVE Authorized representative as referenced in GC7.01.07 is defined as an employee of the Contractor. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-3 3. 5. OPS GENERAL CONDITIONS Wherever in this Contract reference is made to the General Conditions, it shall be interpreted as meaning the OPS General Conditions of Contract, August 1990. 6. REVISION TO OPS GENERAL CONDITIONS Payment on a Time and Material Basis: Section GC8.02.04.01, Definitions, is hereby revised by the addition of the following under "Payroll Burden": Payment in respect of payroll burden shall be made at the following rates currently in effect: (i) Road Work - 26 percent of the wages and salary portion of the labour costs. (ii) Structure Work - 30 percent of the wages and salary portion of the labour costs. 7. LAYOUT Section GC7.02, Layout, is hereby revised by the_deletion of Parts 03), 04), 05), and 06), and by the addition of the following: The Contract Administrator shall lay out and establish the primary alignment and grade controls necessary for construction. The Contractor shall provide the Contract Administrator with sufficient advance notice of his requirements to permit appropriate scheduling of the layout work. The layout performed by the Contract Administrator shall be sufficient to permit construction of the work by the Contractor in compliance with the Contract Documents, but shall not relieve the Contractor of his responsibility for the provision of qualified personnel and normal tools of the trade, as necessary for the transfer or setting of the secondary lines and grades from the primary controls provided. Tools of the trade are interpreted to include but not necessarily be limited to hand and line levels, boning rods, tape measures, lasers, etc. 8. LABOUR CONDITIONS General This Special Provision is to be read in conjunction with Section GC8.02.06, 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. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-3 4. 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. Hours of Work and Wages The regular work week for a person 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 for the appropriate classification of such work or not less than such other wage rates as, during the continuance of �i SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-3 5. 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, 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. Decisions by Minister of Labour 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. 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 The Contractor shall make applicable to this Contract and post, in accordance with Section GC7.11 of the General Conditions of the Contract, the current edition of the Ontario Ministry of Labour's 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 SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-3 6. 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. 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. Training Period for Equipment Operators (a) Employees, other than students, learning to operate equipment are classified as "Apprentice Equipment Operators" during, (i) their first three months operating equipment which does not require a licensed operator; or (ii) their first 18 months operating equipment which requires a licensed operator. (b) The-wages for apprentice equipment operators are as follows: Windsor Zone The wage rate for Cement Improver Hamilton Zone The wage rate for Asphalt Raker Toronto Zone The wage rate for Asphalt Raker 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 wage Operator shall be entitled to his/her a rate for the work in accordance with the terms of P g 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. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-3 7. 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 and overtime at one and one-half times that rate for hours worked in excess of forty-four a week and the maximum deduction for Room and Board per week as allowed 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. (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. 9. RESTRICTIONS ON OPEN BURNING Open fires will not be permitted within the limits of this Contract. Brush and debris may as an alternative to burning, be disposed of outside the Contract Limits and in compliance with the requirements specified elsewhere for Management and Disposal of Excess Material. 10. 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. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-3 8. Materials listed in OPSS 128 and as amended from time to time, shall be supplied only from sources designated in the Ministry of Transportation Manual of Designated Sources for Materials. Amendment to OPSS 128 Section 128.05.02 of OPSS 128 is amended in that the list of materials to be supplied from designated sources is revised: (1) By the deletion of the following: 6.85.25 Flasher Beacon, Aluminum (121.310) 9.20.10 Coal Tar Epoxy (2) By the addition of the following: 9.20.10 (Structural Steel) Coal Tar Epoxy 9.20.15 (Structural Steel) Coal Tar Epoxy 11. PAYMENTS _ Except as herein provided, payments under this Contract will be made in accordance with Section GC8.02.03 of the General Conditions. Notwithstanding the provisions of the General Conditions respecting certification and payment, the Authority may withhold 21h percent of the total value of work performed beyond the expiration of 45 days from the date of publication of the Certificate of Substantial Performance, to enable the Contract Administrator to produce the final detailed statement of the value of all work done and material furnished under the Contract. As a condition of holdback reduction from 10% to 2-1/2%, the Contractor shall supply a Statutory Declaration as defined in GC8.02.03.07 03)(b) and advertise the Certificate of Substantial Performance per GC8.02.03.04(03). The Completion Payment Certificate to include statutory holdback release, will be issued within 120 days after the date for completion as specified under GC1.06. The date for interest due to late payment shall commence following 180 days after the date of completion of the work. As a condition of the final holdback payment, the Contractor shall provide the required Property Owner's Releases as specified elsewhere, as appropriate. The Contractor shall include in his price for the publication of the Certificate of Substantial Performance. Publication is mandatory whether Contractor requests Substantial Performance or not. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-3 9. The Contractor is advised that the Authority may withhold payment on Interim and Holdback Release Certificates up to 30 calendar days from the date of receipt of the executed Payment Certificates. 12. UTILITIES Sections GC2.01 and GC7.12 02) of the General Conditions are deleted in their entirety and are replaced by the following: The Contractor shall be responsible for the protection of all utilities at the job site during the P P 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. 13. HAUL ROADS When so required by the Contract Administrator, payment for maintenance and restoration of haul roads will be made for the materials provided and the work performed as specified, at jtender prices, or at negotiated prices. 14. DUST CONTROL As a part of the work required under Section GC7.06 of the General Conditions, the Contractor shall take such steps as may be required to prevent dust nuisance resulting from his operations either within the right-of-way or elsewhere or by public traffic where it is the Contractor's responsibility to maintain a roadway through the work. Where the work requires the sawing of asphalt or the sawing or grinding of concrete, blades and grinders of the wet type shall be used together with sufficient water to prevent the incidence of dust, wherever dust would affect traffic or wherever dust would be a nuisance to residents of the area where the work is being carried out. The cost of all such preventative measures shall be borne by the Contractor except however where water or calcium chloride is used to reduce the dust caused by traffic on a roadway which it is the Contractor's responsibility to maintain for public traffic, the cost of such quantities of water and calcium chloride as are authorized by the Contract Administrator to restrict dust to I SPECIAL PROVISIONS GENERAL O S - G CONTRACT NO. CL97-3 10. acceptable levels, shall be paid for by the Authority at the contract prices for Application of Water or Application of Calcium Chloride. 15. 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 by request from the Ministry of Transportation's District Office. Each flagman shall, while controlling traffic, wear the following: (i) an approved fluorescent blaze orange or fluorescent red safety vest, and (ii) an approved fluorescent blaze orange or fluorescent red armband on each arm, and (iii) an approved fluorescent blaze orange or fluorescent red hat. 16. CONTRACTOR'S SUPPLY OF CONSTRUCTION SIGNS In accordance with Section GC7.06 of the General Conditions, the Contractor is responsible for the supply, erection, maintenance and subsequent removal of all temporary traffic controls, including signs, lights, barricades, delineators, cones, etc., required on the work. Traffic controls shall be provided in general accordance with the latest edition of the "Manual of Uniform Traffic Control Devices", Division 5. As a minimum requirement and without restricting the Contract Administrator or the Authority in requiring further controls, the following signs shall be supplied: Sign Number? Sign 1Vlessage? Ntymber Required TC-1 CONSTRUCTION 6 TC-3L LANE CLOSED AHEAD 2 TC-3R LANE CLOSED AHEAD 2 TC-3tL LEFT LANE CLOSED 2 TC-3tR RIGHT LANE CLOSED 2 TC-7, TC-7t, TC-8t ROAD CLOSED, LOCAL TRAFFIC ONLY 2 TC-41A CONSTRUCTION ZONE BEGINS 4 TC-41B CONSTRUCTION ZONE ENDS 4 Traffic controls shall be operational before work affecting traffic begins. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-3 11. 17. CONSTRUCTION PHASING AND TRAFFIC CONTROL The reconstruction shall proceed in accordance with the following phasing and traffic control requirements: Phase 1, Stage 1 From 75 metres south of Odell Street to north radius of Rehder Avenue. • Maintain roadway open to one lane for local traffic only, including Rehder Avenue and Odell street intersections. • Complete installation of underground works, excavate roadway and construct to final 75 mm of Granular `A' including sidestreets, for full road width. • Remove sidewalk, excavate and place Granular "A" foundation in same operation. 1 Maintain pedestrian traffic. • Reopen roadway to two lane traffic. Phase 1, Stage 2 North radius of Rehder Avenue to north radius of Second Street (including Second Street works). • Maintain roadway open to one lane for local traffic including Edsall Avenue intersection. Complete installation of underground works. • Construct roadway to Granular "A" grade and place final 75 mm of Granular "A" on roadway in Phase 1, Stage 1. Remove existing sidewalk, excavate and place Granular "A" foundation. Maintain pedestrian traffic. Pour curb and gutter and sidewalk for all of Phase 1. Place lower and middle binder asphalt (90 mm H.L.4) and construct asphalt ramping at south limits of construction. Place surface asphalt on Second Street. Reopen roadway to two lanes for local traffic. Phase 2, Stage 1 North radius of Second Street to north radius of Frederick Avenue. Maintain roadway open to one lane for local traffic only including Frederick Street intersection. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-3 12. • Complete installation of underground works, excavate roadway and construct to 75 mm of Granular "A" including sidestreet, for full road width. • Remove sidewalk, excavate and place Granular "A" foundation in same operation. Maintain pedestrian traffic. Reopen roadway and Frederick Avenue intersection to two lane traffic. Phase 2, Stage 2 North radius of Frederick Avenue to south radius of Fourth Street. • Maintain roadway open to one lane for local traffic only including Jackman Road intersection. • Complete installation of underground works. • Construct roadway to Granular "A" grade and place final 75 mm of Granular "A" on ' roadway in Phase 2, Stage 1. • Remove existing sidewalk, excavate and place Granular "A" foundation. Maintain pedestrian traffic. • Pour curb and gutter and sidewalk for all of Phase 2. • Place lower and middle binder asphalt including sidestreet. • Reopen roadway to two lanes for local traffic. Phase 3, Stage 1 South radius of Fourth Street to north radius of Meadowview Boulevard. • Maintain roadway open to one lane for local traffic including intersections of Fourth Street and Meadowview Boulevard. Two lanes will be open to traffic at the end of each working day. • Complete construction of underground works, excavate roadway and construct to 75 mm of Granular "A". • Maintain existing sidewalk. • Reopen roadway to two lanes of traffic including Fourth Street and Meadowview Boulevard intersections. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-3 13. Phase 3, Stage 2 North radius of Meadowview Boulevard to north limits of contract. Maintain roadway open to one lane for local traffic. Complete construction of underground works. Construct roadway to Granular "A" grade and place final 75 mm of Granular "A" on roadway in Phase 3, Stage 1. Excavate for sidewalk and place Granular "A" foundation in same operation. Pour curb and gutter and sidewalk. Place lower and middle binder asphalt. Reopen roadway to traffic. The Contractor is advised that underground works may proceed in Stage 2 of a phase prior to completion of Stage 1 works at the discretion of the Contract Administrator and subject to maintenance of traffic. In general, the works in any stage must be completed as outlined before proceeding to next stage unless prior approval is received from the Contract Administrator. The works associated with the channelization of the Church Street/Scugog Street intersection shall be carried out at the same time as Phase 1 operations. The intersection shall remain open to traffic throughout construction. It is the intention of the Contract that every reasonable effort shall be made to provide vehicular access to homes and other properties within the limits of each phase at the end of each working day. It is understood that implementation of traffic controls for each phase will require ongoing review and adjustment to suit construction operations. No deviation from the above procedure will be allowed except with the approval of the Engineer. Notwithstanding the preceding, the Contractor shall at all times maintain the roadway surface within the contract limits in a condition satisfactory to the Engineer and such that any emergency vehicles may have immediate access to any building located within the limits of this Contract. The Contractor shall be responsible for all signing at the contract limits and within the contract limits. The Contractor shall ensure the signing is properly maintained while in use. It shall be the Contractor's responsibility to directly notify Police, Fire, Hospital and Ambulance services of road closures at least 24 hours in advance of such closures and to notify these same authorities when such closures are no longer in effect. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-3 14. 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 closing of the roadway and the length of time for which the road will be closed. This advertising is in addition to the notification required for Police, Fire, Hospital and Ambulance as indicated above. The Municipality of Clarington shall be responsible for all detour signing outside the contract limits. 18. EMERGENCY AND MAINTENANCE MEASURES Whenever the construction site is unattended by the general superintendent, the name, address and telephone number of a responsible official of the contracting firm, shall be given to the Contract Administrator. This official shall be available at all times and have the necessary authority to mobilize workmen and machinery and to take any action as directed by the Contract Administrator in case emergency or maintenance measures are required regardless whether the emergency or requirement for maintenance was caused by the Contractor's negligence, act of God, or any cause whatsoever. Should the Contractor be unable to carry out immediate remedial measures required, the_ Authority will carry out the necessary repairs, the costs for which shall be charged to the Contractor. 19. ENGINEERING FIELD OFFICE The Contractor, shall, at no additional expense to the Authority, supply an office for the exclusive use of the Contract Administrator. This office shall be located as directed by the Engineer, but in no case shall be more than one kilometre from the Contract limit. The Contract Administrator's office shall have a minimum of 17 0 of floor area, with a clear ceiling height of not less than 2.3 m, weatherproof, insulated walls and roof and a tight wooden floor raised at least 0.3 in clear of the ground. The office shall be fitted with a minimum of two glazed windows, both of which can be opened and are fitted with screens. The door shall have a reliable lock, all keys for which shall be in the care of the Contract Administrator. The Contractor shall supply electric light, heat when required, and an air conditioner of 8,000 BTU minimum when required, to the Contract Administrator's satisfaction and shall furnish the office with a minimum of one desk with drawers, one drafting table, five chairs, two drafting stools, one filing cabinet, a waste paper basket and a broom. Where the Contractor elects to supply a combination office for the use of the Contract Administrator and his own staff, the minimum requirements for the Contract Administrator's accommodation as outlined shall be met. In addition, separate outside access for each office shall be provided and the Contract Administrator's office shall be partitioned off from that of the Contractor, on the inside. Any inside connecting door between the two offices shall be fitted with a lock or closer on the Contract Administrator's side. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-3 15. Where the field office is situated remote from a built-up area and where alternate toilet facilities are not available, the Contractor shall also supply an acceptable chemical or equivalent dry ' toilet, in a location convenient to the Contract Administrator's office. 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 Contract Administrator so requires, for a period of up to two months after the completed work is accepted by the Authority. Field office shall be equipped with a facsimile machine for the use of the Contract Administrator With the office the Contractor shall also include the supply of an OKI Model 710 portable cellular phone as supplied by Rogers Cantel or approved equal, complete with extra batteries, charger, cigarette lighter adapter and operations manual, for the use of the Contract Administrator preferably with 905 area code. Any alternate model must have the same features as those on the noted model and must be approved by the Contract Administrator. The phone shall remain with the Contract Administrator for the duration of the work. The Contractor shall make all necessary applications and pay all charges and fees related to the Cellular phone. Failure to supply a cellular phone may result in the Contract Administrator renting a phone and charging all costs incurred back to the Contractor. For the purpose of this tender, bidders shall assume an average monthly cost of$300.00 for air time and long distance calls. The Contractor shall not be entitled to extra compensation nor shall he be asked for a credit should the actual usage charges differ from this amount. 20. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL The requirements of OPSS 180 shall apply to this Contract, revised as follows: l Section 180.03, Definitions, shall be amended by the addition of the following: Work area: means the road allowance, right-of-way, and property with a boundary common to the road allowance or right-of-way within the Contract limits. .2 Subsection 180.07.02, Conditions on Management by Re-Use, shall be amended by the addition of the following: Recycled hot mix asphalt or excess bituminous pavement shall not be used as trench backfill or bedding. This form to be used with Ontario Provincial Standard Specification 180 SITE SELECTION NOTIFICATION FOR MANAGEMENT AS DISPOSABLE FILL '1 Contract Information Contract No. Owner. The following describes the notification process between the Owner of the Contract and the Contractor, wherein the Contractor formally notifies the Owner that agreement has been reached with a third party property owner for the disposition of Contract generated excess material. Such excess material, managed as disposable fill shall be limited to one of or a combination of earth; aggregate; swamp material; rock; natural wood and debris from open fires, provided the conditions on management are satisfied Site Information Property Owner(s) for the subject property: The subject property: Lot ,Concession ,Township of County/Region/District of Quantity and Type of Excess Material used as fill: This is to notify your,as Owner,that permission has been obtained from the property owner(s) named herein for the management of excess materials from this Contract. The property owner has also been provided with a copy of this form and has been advised that a Property Owners Release Form, OPSF 1803, will be required. The use of this management site will comply with the ' following: Conditions on Management Bituminous pavement, concrete, masonry, wood which has been treated, coated or glued, and metal, plastic, and polystyrene products will not be accepted for management as disposable fill.Swamp material managed as disposable fill will be top covered by a minimum of 300 mm of earth or topsoil. Swamp material managed as disposable fill may only be placed: a a minimum of 2 m above the level of ground water. b. a minimum of 30 in from water bodies; r C. a rrrinimurn of 100 in from any water wells; and d. a minimum of 100 m from residences. These conditions do not supersede any constraints imposed on this property by Federal, Provincial or Municipal statute or regulations and bylaws made thereto. Dated this day of 19 Print Connectors Name & Field Representative's Name Contractors Field Representative signature Property Owner(s) Sig❑ature(s) CC: Contract Administrator, Property Owner(s), Contractor OPSF 1800 December 1993 Ontario Provincial Standard Form This fonn to be used with Ontario Provincial Standard Specification 180 SITE SELECTION NOTIFICATION FOR MATERIALS STOCKPILING Contract Information Contract No. Owner. The following describes the notification process between the Owner of the Contract and the Contractor, wherein the ' Contractor formally notifies the Owner that agreement has been reached with a third parry property owner for the stockpiling of Contract generated excess material. Such excess material, stockpiled for re-use, may be one of or a combination of. earth; aggregate; swamp material; rock; concrete; masonry; bituminous pavement; natural wood; metal, plastic, and polystyrene; wood which has been treated, coated or glued and debris from open fires, provided the conditions on management are satisfied Site Information Property Owner(s) for the subject property: The subject property: ,Concession ,Township of Lot County/Region/District of ,Quantity and Type of Excess Material stockpiled This is to notify you,as Owner,that permission has been obtained from the property owner(s) named herein for the management of excess materials from this Contract. The property owner has also been provided with a copy of this form and has been advised that a Property Owners Release Form, OPSF 1803, will be required. The use of this management site will comply with the following: Conditions on Management ` It is understood that materials are stockpiled to be re-used or held for disposal at a certified waste disposal site. Stockpiles of natural wood, manufactured wood, debris from open fires and swamp material may only be located: a a minimum of 2 m above the level of ground water. b* a minimum of 30 m from water bodies; C. a minimum of 100 m from any water wells; and d. a minimum of 100 m from residences. Stockpiles of bituminous pavement, concrete and masonry may only be located- a. a minimum of 30 m from water bodies; and b. a minimums of 100 m from residences unless 1. on property with a boundary common to a right-of-way, within the contract limits,for a period not exceeding 120 calendar days, or 2. such stockpiles are located within a provincial or municipal works yard or in a commercially licensed pit or quarry. These conditions do not supersede any constraints Imposed on this property by Federal, Provincial or Municipal statute or regulations and bylaws made thereto. Dated this day of 19 Print Contractors Name & Field Representative's Name Contractors Field Representative signature property Owner(s) Signature(s) icc: Contract Administrator, Property Owner(s), Contractor OPSF 1801 December 1993 Ontario Provincial Standard Form "Ibis form to be used with Ontario Provincial Standard Specification 180 PROPERTY OWNER'S RELEASE Contract No. Work Description: I/We being the owner(s) of Lot , Concession Township of , and County/Region /District of verify that the Contractor for the above noted work has placed excess material from the above noted Contract on my/our property with my/our permission. I/We have been advised by the Contractor of the "Conditions on Management" described in OPS Forms 1800 or 1801, " Site Selection Notification for Management as Disposable Fill, or" Site Selection Notification for Materials Stockpiling", respectively, or both, and have been assured by the Contractor that these conditions have been met. Where materials are managed as disposable fill, I/We agree to be responsible for any subsequent relocation and management of the material so placed. Where materials are to be stockpiled, I/We agree that the stockpile(s) will be removed by the date(s) herein noted. Dated this day of 19_ Print Contractors Name & Field Representative's Name Contractor's Field Representative signature Property Owner(s) Signature(s) Copies to: Contract Administrator, Property Owner(s), Contractor OPSF 1803 December 1993 Ontario Provincial Standard Form ilus Conn to be uud with Ontario l'rovinctal Standard Specification 180 WASTE QUANTITY REPORT For Solid Non-hazardous Industrial and Commercial Waste Contract No. ' Contractor: Material Description Location of Disposal Site and Quantity of Materials Certificate of Approval Number i 1 1 1 - 1 - 1 1 1 1 OPSF 1805 December 1993 Ontario Provincial Standard Form SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-3 16. 21. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 -DESIGNATED SUBSTANCES In accordance with the requirements of Section 18a(1) of the Occupational Health and Safety Act, the Authority has determined that the designated substances as listed hereunder are present on the site and within the limits of this Contract. Designated Subsfance Iclentif�ed'on this.Site Location ' Acrylonitrile No Arsenic No Asbestos Yes Existing Sanitary Sewer Benzene No ' Coke Oven Emissions No Ethylene Oxide No Isocynates No Lead No Mercury No Silica No Vinyl Chloride No 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 and Energy at 7 Overlea Boulevard, Toronto, Ontario, M4H 1A8, 1 of the location(s) proposed for disposal of Designated Substances. A copy of the notification shall be provided to the Contract Administrator a minimum of two weeks in advance of work starting. In the event that the Ministry of the Environment and Energy has concerns with any proposed disposal location, further notification shall be provided until the Ministry of the Environment and Energy'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. t SPECIAL PROVISIONS - GENERAL ' CONTRACT NO. CL97-3 17. Should a Designated Substance not herein identified be encountered in the work, then management of such substance shall be treated as Extra Work. 22. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM (WHMIS) Reporting ' Prior to the commencement of work the Contractor shall provide, to the Contract Administrator, 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 Contract Administrator of changes to the list in writing and provide the relevant Material Safety Data Sheets. 23. SPILLS REPORTING Spills or discharges of pollutants or contaminants under the control of the Contractor, and spills or discharges of pollutants or contaminants that are a result of the Contractor's operations that cause or are likely to cause adverse effects shall forthwith be reported to the Contract Administrator. Such spills or discharges and their adverse effects shall be as defined in the Environmental Protection Act R.S.O. 1980. rAll spills or discharges of liquid, other than accumulated rain water, from luminaires, internally illuminated signs, lamps, and liquid type transformers under the control of the Contractor, and all spills or discharges from this equipment that are a result of the Contractor's operations shall, unless otherwise indicated in the Contract, be assumed to contain PCB's and shall forthwith be reported to the Contract Administrator. ' This reporting will not relieve the Contractor of his legislated responsibilities regarding such spills or discharges. 24. TRAFFIC AND STREET SIGNS The Contractor will be responsible for the removal and salvage of existing traffic and street signs, and their delivery to the Authority's Works Department Yard, for re-erection by the Authority following completion of the work. Scheduling for sign removal shall be as approved in advance by the Contract Administrator. Regulatory signs such as "Stop" and "Yield" must be maintained throughout. GENERAL SPECIAL PROVISIONS - G CONTRACT NO. CL97-3 18. ' 25. GARBAGE COLLECTION The Contractor will be responsible for ensuring that garbage collection, including recyclables, is maintained and when necessary, the Contractor shall make arrangements directly with the collecting agency, to permit and coordinate pick-up. Garbage pick-up is handled by BFI Disposal, McKnight Road, Courtice, at 905-433-5075. Recyclable material is handled by Miller Waste Systems at 905-475-6356. ' 26. ASPHALT MIX DESIGNS The Contractor shall be responsible for the provision of current mix designs for all hot mix asphalt required for the work, or for having the necessary mix designs prepared by a certified laboratory. The mix designs proposed for use by the Contractor shall be submitted in writing to the Contract Administrator for his approval and no work shall commence until the design mixes ' are approved. All costs associated with the provision of approved mix designs shall be borne by the ' Contractor. Steel slag and blast furnace slag coarse and fine aggregates shall not be used in any hot mix required by this Contract. 27. 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 of the specified properties. Concrete shall conform to the requirements of OPSS 1350 except as noted below: (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 Contract Administrator a statement indicating the source of coarse and fine aggregate to be used in the concrete work. ' SPECIAL PROVISIONS - GENERAL CONTRACT NO, CL97-3 19. ' The mix proportions and the required test data, for each class of concrete, shall be submitted to the Contract Administrator at least seven days prior to the placement of concrete. They ' shall be submitted in the standard Form PH-CC-433. 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 in Hydraulic Slag 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. ' 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 mixed batch of concrete, or a summary of test data from previous work using similar concrete mix proportions, as follows: (i) 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 I 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. ' SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-3 20. 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 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 Contract Administrator when requested at the time the proposed mix 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. 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 Contract Administrator will designate a suitable location for testing. fThe testing of the field trial batch of concrete shall be the responsibility of the Contractor. rStrength 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 SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-3 21. 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 Contract Administrator, the concrete from the trial batch may be incorporated into parts of the structure. ' Basis of Payment All costs for the above work shall be included in the contract price for the appropriate concrete item(s). ' 28. APPLICABLE STANDARD SPECIFICATIONS Ontario Provincial Standard Specifications (OPSS) governing the work of this Contract shall be as listed in the "Schedule of Tender Data", Section G, with the applicable date of issue as indicated for each Specification. With the exception of OPSS 127 and 128, these 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. The issues of OPSS 127 and 128 which are current at the time the work is performed or material furnished, shall govern. 29. AMENDMENT TO OPSS 353 ' Air Content of Concrete 353.05.01 Concrete Subsection 353.05.01 of OPSS 353, September 1990, is amended by the addition of the following: The air content of concrete placed by extrusion methods shall not be less than 4.5% when tested in place in a plastic state. 30. AMENDMENT TO OPSS 102 ' Scale Accuracy Section 102.08.01 of OPSS 102 is amended by the addition of the following: i ' i ' SPECIAL PROVISIONS - GENERAL CONTRACT NO, CL97-3 22• Scale accuracy tolerances and Limits of Error are defined as 0.20% of the indicated load where "Indicated" load refers to the weight of the vehicle used in conducting the performance test when measured at the centre of the platform. 31. AMENDMENT TO OPSS 570 Sub-section 570.05.01 of OPSS 570, August 1990 is amended by the addition of the following: The topsoil shall be analyzed to ensure there are no deficiencies with respect to fertility levels. The soil shall consist of a minimum 4% organic matter. The phosphorous level shall be 30 ppm, f 2 ppm. The potassium level shall be 235 ppm, ± 30 ppm. The soil shall have a base saturation of calcium of 75%, ± 10%. The base saturation of sodium shall be a maximum of 0.5%. The pH level shall be between 6.0 and 7.0. A copy of the topsoil testing report shall be provided to the Contract Administrator. If the topsoil does not meet any or all of the fertility elements the soil shall be treated with the required amendments as recommended by the topsoil analysis report. 32. 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-M1982 - Standards for Concrete Pipe 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. 1820.07.02 Pipe for Sewers Up to and Including 900 mm Designated Internal Diameter i 1 SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-3 23• 1 ' Pipe for use in sewers up to and including 900 nun designated internal diameter shall be pipe of the size and class required, and shall conform to the MOEE 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 A257.1M or A257.2M. Pipe conforming to the MOEE Pre-qualification Requirements for Concrete Sewer Pipe Plants shall bear the letters "MOEE". Jacking Pipe shall be marked with the words "Jacking Quality". 33. DELIVERY OF TEST SAMPLES ' The Contractor shall include in his tender prices for the cost of delivery of concrete test cylinders and asphalt samples to a designated testing laboratory. For this contract the designated testing laboratory is TSH Inspection Testings Co., 300 Water Street, Whitby, Ontario. L1N 9J2. ' PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED 34. Q ' SPACES Clause GC7.01.06 of the OPS General Conditions of Contract is amended by the addition of the following: Detailed written procedures addressing the confined space requirements of the Occupational Health and Safety Act and Ontario Regulations for Construction Projects, Ontario Regulation 213/91, shall be clearly posted at the project site and available to all personnel, including the Contractor's workers, Authority staff, Contract Administrator, and Ministry of Labour inspectors. The procedures must include the rescue procedures to be followed during a rescue or evacuation of all personnel from an unsafe condition or in the event of personal injury. ' The Contractor shall have personnel trained in rescue procedures readily available on site. i 1 SPECIAL PROVISIONS - GENERAL CONTRACT NO, CL97-3 24. 35. CONFINED SPACE ENTRY The Contractor shall be responsible for the supply of personal protective equipment for the use of the Contract Administrator, in connection with confined space entry while the Contractor is operating on site. The following equipment shall be made available on request: • Mechanical Ventilation Equipment • Gloves Gas Detector (C95-80) • Full body harness securely attached to a rope Rope Gas mask or dust, mist or fume respirator (optional) • 30 minute self-contained breathing apparatus (need not be worn but, if required, be readily available to supply air for instant egress) • 7 minute Escape Pack • Explosion-proof temporary lighting • Adequate clothing to ensure protection against abrasions and contamination. In addition the Contractor shall provide a competent person who shall inspect all safety ' equipment prior to use to ensure that it is in good working order and appropriate for the task at hand. ' 36. COMPLIANCE WITH THE OCCUPATIONAL HEALTH AND SAFETY ACT Clause GC7.01.06 of the OPS General Conditions of Contract is deleted and replaced by the following: 06) The Contractor shall execute the terms of the Contract in strict compliance with the requirements of the Occupational Health and Safety Act, RSO 1990, c.0.1 (the Act) and ' Ontario Regulation 213/91 (Construction Projects) and any other regulations under the Act (the Regulations) which may affect the performance of the Work, as the Constructor or Employer, as the case may be. The Contractor shall ensure that: (a) worker safety is given first priority in planning, pricing and performing the Work; (b) its officers and supervisory employees have a working knowledge of the duties of a Constructor and Employee under the Act and the provisions of the Regulations applicable to the Work, and a personal commitment to comply with them, (c) a copy of the most current version of the Act and the Regulations are available at the Contractor's office within the Working Area, or, in the absence of an office, in the possession of the supervisor responsible for the performance of the Work; (d) workers employed to carry out the Work possess the knowledge, skills and protective devices required by law or recommended for use by a recognized industry association ' to allow them to work in safety; ' SPECIAL PROVISIONS VI IONS - GENERAL CONTRACT NO. CL97-3 25. 1 (e) its supervisory employees carry out their duties in a diligent and responsible manner with due consideration for the health and safety of the workers; and (f) all subcontractors employed by the Contractor to perform part of the Work and their employees are properly protected from injury while they are at the work place. ' The Contractor when requested shall provide the Owner with a copy of its health and safety policy and program at the pre-start meeting, and shall respond promptly to requests from the Owner for confirmation that its methods and procedures for carrying out the Work comply with the Act and Regulations. The Contractor shall cooperate with representatives of the Owner and inspectors appointed to enforce the Act and the Regulations in any investigations of worker health and safety in the performance of the Work. The Contractor shall indemnify and save the ' Owner harmless from any additional expense which the Owner may incur to have the Work performed as a result of the Contractor's failure to comply with the requirements of the Act and the Regulations. 37. GOVERNMENTAL REQUIREMENTS ' The Contractor shall obey all Federal, Provincial and Municipal laws, Acts, Ordinances, Regulations, Orders-in-Council and By-laws, which could in any way pertain to the work outlined in the Contract or to the Employees of the Contractor. Without limiting the generality of the foregoing, 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 an employer with respect to or arising out of the performance of the ' Contractor's obligations under this Contract. 38. ENGINEERING ARBITRATION ' The Contractor's attention is drawn to Clause GC3.15 of the General Conditions of Contract. In the event that dispute cannot be resolved by negotiation, arbitration procedures will be followed in this Contract. All parties shall agree to binding arbitration to resolve outstanding claims. ' 39. ENTRY ONTO PRIVATE PROPERTY The Contractor shall not enter private property or property which is to be acquired to construct ' the works without the prior consent of the Contract Administrator. This requirement will be strictly enforced. 40. STORAGE AREAS Clause GC3.06.01 of the General Conditions of Contract is amended by the addition of the following: SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-3 26• 1 The use of the road right-of-way as a long term storage area is not allowed under this Contract. The storage of materials and movement of equipment will only be allowed for normally accepted construction practices. 41. GENERAL LIABILITY INSURANCE ' Clause GC6.03.02.01 is amended by the addition of the following: The Regional Municipality of Durham shall be added as an additional named insured. 42. CONSTRUCTION LIEN ACT ' The Contractor shall give the Authority notice in writing, immediately, of all lien claims or potential lien claims coming to the knowledge of the Contractor or his agents. When a claim for lien is filed by a Subcontractor, labour or material supplier or equipment renter acting under the Contractor, and proceedings are commenced by the Authority to vacate the lien, the Contractor agrees and shall forthwith pay to the Authority, in addition to their reasonable legal fees therefore, all interest costs and expenses incurred by the Authority and an additional sum equal to ten percent (10%) of the sum found to be owing as liquidated damages, and such remedy shall be in addition to any other remedy available to the Authority under the Contract Documents. Where any lien claimant asks from the Authority the production for inspection of the Contract Documents or the state of the accounts between the Authority and the Contractor, the Contractor shall be liable for an administration fee of Two Hundred Dollars ($200.00) for each request made as compensation for the preparation of such accounting or for the preparation of the Contract, or both, as the case may be, and the Contractor acknowledges that such administrative ' fee shall be properly deductible, if the Authority should so choose, from monies otherwise payable to the Contractor under the terms of the Contract Documents. ' Where an application is brought to a judge of a competent jurisdiction to compel production of any particular document to a lien claimant, the Contractor further agrees to indemnify the Authority from reasonable legal fees incurred in appearing on such an application and in addition agrees to pay to the Authority its reasonable costs incurred in producing such documents to the extent that the same is made necessary under the disposition of the matter by sauch judge, and the Contractor further agrees that such reasonable costs and fees incurred by the Authority as stated herein may be properly deductible from monies otherwise payable to the Contractor under the terms of the Contract Documents. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-3 27• 43. 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 purposes associated with the Contractor's operations but not for the purpose of undertaking works stipulated in the Contract: ' Date ....................... To: Mr. S.A. Vokes, P.Eng., Director of Public Works Corporation of the Municipality of Clarington Municipal Administration Centre, 40 Temperance Street BOWMANVILLE, Ontario LIC 3A6 Re: Contract No. CL97-3 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. P Y ' 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, CL97-3 28. 44. PERMANENT SURFACE RESTORATION Reference: Contract Drawings and Special Provisions for Roadwork Items. Note: .1 Permanent surface restoration of all sanitary sewers, watermains and house service connections within the limits of roadwork and grading shall be included and paid for under Section 1 - Roadworks Items. .2 Restoration of sewer and watermain trenches up to sub-grade or bottom of topsoil shall be included in the unit price bid for the appropriate items for sanitary sewer, watermain and house service installation. .3 Restoration of the sanitary sewer trench south of Odell Street, beyond the limits of full depth road reconstruction, shall include full depth restoration of road base granular and asphalt to match existing asphalt surface, cold milling of asphalt surface for full pavement width and resurfacing with 40 mm depth of HL-3. .4 Restoration of Second Street shall be as defined in the roadwork items with the exception that asphalt gutter shall be paid for by the Municipality of Clarington. .1 Definition of Limits of Roadwork and grading. 1 For Scugog Street, roadworks South limit of full reconstruction is shown as Station 1+089 on appropriate drawings. .2 For all side streets limit of roadworks and g rading is indicated as "Match Exist" on all drawings. .3 For Scugog Street, roadworks North limit of reconstruction is defined as "Match Exist" line at Station 1+925. .4 For permanent restoration of sanitary sewer laterals and water services, boulevard grading line on west side of Scugog Street defines limits of roadwork and grading. .5 For permanent restoration of sanitary sewer laterals and water services limits of work and grading on east side of Scugog Street is defined as a line 300 mm behind back edge of new sidewalk. .6 On Second Street limits of roadworks and grading is defined as end of radii off 1 intersection with Scugog Street. .7 For permanent surface restoration of water services and sanitary laterals within entrances, the limit of entrance construction under roadworks and grading is indicated on drawings. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-3 29. ' .2 General 1 All shrubs, trees, rockeries and guide posts are to be replaced if damaged (excluding those marked for removal) at the Contractor's expense. .2 All fences removed to permit construction of the proposed works shall be replaced by the Contractor at his expense. .3 All existing culverts, headwalls and/or sewers damaged during construction shall be placed by the Contractor with a new culvert, headwall or sewer of equal size and quality including granular bedding and cover at his expense. .4 All tree limbs and roots damaged during construction shall be trimmed and coated with "Wound Dressing" by the Contractor at his expense. The Contractor shall take extreme caution not to damage any trees not marked for removal. i .5 All survey monuments disturbed or removed by construction shall be reestablished by a registered Ontario Land Surveyor at the Contractor's expense. r .6 The Authority shall reserve the right to withhold sufficient funds from the Contractor's Final Payment to cover final restoration costs for all areas not permanently restored. .3 Restoration Outside the Limits of Roadworks and Grading for Sanitary Sewer, Watermain and Services 1 All disturbed areas must be restored to a condition equivalent to that which existed prior to commencement of construction as determined by the Contractor Administrator. .2 The restoration work must be completed as the sewer, watermain and/or service connection installation proceeds. In no case will the Contractor be allowed to have more than 100 metres of the site in a disturbed condition at any one time. .3 All costs associated with restoration shall be deemed to be included in the tendered items. No additional or separate payment shall be made for any restoration work. .4 Should the contractor be required to re-excavate in an area previously restored to correct or test for defective work, he shall be required to repair all disturbed areas at his expense. .5 Roadway and Shoulder Restoration: l All road crossings and excavations within the travelled portion of the roadway, or along the shoulder, shall be restored in kind with the minimum as noted in the Special Provisions for Roadworks items. .2 Preparation for restoration of disturbed asphalt roadways and shoulders shall include: SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-3 30. Saw-cut existing asphalt in neat, consistent, parallel lines minimum 2.0 in apart. Proper compaction of granular road base materials to 100% Standard Proctor Density. ' . Sweep saw-cut asphalt edges to ensure a clean vertical face. Tack coat all asphalt faces with SS-1 emulsion. .3 Asphalt placement shall be done in lifts of specified depths (maximum 50 mm depth per lift) compacted to 97% Marshall Density. Reference C/D Section 02749, Clause 3.5.6 for minimum compaction equipment required. .6 In addition to the above requirements, all areas of the existing roadway and asphalt shoulder surface which are damaged by the contractor's operations shall be repaired at the Contractor's expense, to the satisfaction of the Contractor Administrator, as follows: • grind off existing surface to 40 mm minimum depth. • supply, place and compact 40 mm compacted depth of HL3 Hot Mix asphalt as per OPSS 1150. Repairs shall be made such that the longitudinal edge of the new asphalt shall be parallel to the existing edge of pavement. .7 All disturbed driveways shall be restored in kind with the minimum as provided on the Special Provisions for Roadworks items. .8 All disturbed concrete or asphalt sidewalks and concrete curb and gutter are to be restored in kind to the standards as provided on the Contract Drawings and in the Special Provisions for the applicable Roadworks items. .9 All disturbed lawns, boulevards, ditches, easements and other maintained grassed areas shall be restored in kind with 100 mm depth of topsoil, hand-raked throughout and No. 1 Nursery sod. .4 Restoration of Disturbed Driveways The Contractor shall note that the closed circuit inspection indicates that a number of sanitary sewer laterals are located on the edge of or within asphalt or concrete driveways. In addition several water services are also similarly located. House numbers affected are Nos. 82, 86, 93, 116, 141, 146, 149, 153, 155, 157, 159, 161 and 210. The unit price for sanitary lateral and water service installation shall include for restoration of full driveway width to match existing. It is not acceptable to restore only the disturbed portion of the ' driveway. Driveway shall be restored to front wall of house. Inspection of the laterals at these house locations is still ongoing. Should it be decided that replacement of the sanitary laterals is not required then the Authority shall agree on the amount of credit to be received from the Contractor. CORPORATION OF THE MUNICIPALITY OF CLARINGTON 1 CONTRACT NO. CL97-3 SPECIAL PROVISIONS - TENDER ITEMS ■ 1601211415/E PAGE ONE SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL97-3 SECTION 1: ROADWORKS i SITE PREPARATION -ITEM NO. 1 Under this Item and for the lump sum bid, the Contractor shall undertake the following work: Clearing and grubbing of 0.8 m dia. horsechestnut tree in front of House No. 119. Removal and salvage of street signs in accordance with Clause No. 24 of the Special Provisions - General. Removal and salvage of wooden curb at House No. 117 and storage on site for reuse. Relocation of boulder at House No. 84. Trimming of tree branches which overhang sidewalk will be carried out by others. EARTH EXCAVATION (GRADING) - ITEM NO. 2 Payment under this item shall also include: • Removal and disposal of asphalt on all streets including sidestreets and Second Street. • Removal and disposal of asphalt from residential, commercial and institutional entrances. Removal and disposal of asphalt from Church Street/Scugog Street channelization works. • Removal and disposal of asphalt gutters and boulevards. • Excavation and disposal of deleterious material. Proof rolling of subgrade. rThe Contractor's attention is drawn to the Environmental Investigation Report carried out in the roadway opposite the disused Matthews Auto Service Garage. No indication of contamination was encountered in the investigation. Should contaminated material be encountered during construction which warrants removal from the site, this will be paid for on a force account basis and paid for under Item No. 39. No claims for delays resulting from any testing which may be required will be accepted. Asphalt on Scugog Street lies directly on a concrete road base throughout the length of the project. The unit price bid under this Item shall also include for the following: 1 Provision of measures to protect existing utility poles, markers and trees. Disposal of all excavated material which is surplus to site requirements at locations arranged for by the Contractor. This is estimated at 9,800 m3. • Measures as required to identify and protect Bell Fibre Optics cable on the west side of Scugog Street and on intersecting side streets. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL97-3 2. HOT MIX H.L.-3A H.L.-3 and H.L.4 - ITEMS NO. 3, 4, 5 and 6 ' Asphalt shall be penetration grade 85/100. No surface course asphalt shall be laid on this contract except for Second Street which shall be surfaced with a single lift of 50 mm of H.L.-4, Scugog Street south of Station 1+089 which shall be surfaced with 40 nun of HL-3 and Church Street intersection. The location of use of various asphalt mixes is defined in Figure No. 1 attached. Entrances shall be restored as follows: a) Existing paved entrance with sidewalk: • Private entrance restored with 50 mm H.L.-3A to match existing. b Existing gravel entrance with sidewalk: Private entrance restored with 50 nun H.L.-3A to front face of sidewalk. c) Existing gravel entrance with no sidewalk: Private entrance restored with 50 nun H.L.-3A to a point 2 metres from back of curb. d) Existing paved entrance with no sidewalk: Private entrance restored with 50 mm H.L.-3A to match existing. • Commercial and institutional entrances with 40 mm H.L.-3A and 50 nun H.L.-4 to match existing. Paved boulevard shall be constructed with 50 mm H.L.-3A and shall be completed at the time of entrance paving. Payment under Item No. 3 shall also include for the following: Forming temporary curbs at catchbasin locations for a len gth of approximately 2 metres. Temporary ramping at limits of construction on all streets. Construction of asphalt gutter on Second Street in accordance with the standard including any necessary excavation. • All handwork as required in placing asphalt in boulevards including Church Street channelization. • All handwork as required in placing asphalt adjacent to new curb and gutter on Church Street channelization. • Construction of 300 mm x 40 mm stepped joint at limits of full construction on all streets. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL97-3 3. • Construction of temporary asphalt �tter Type `B' (Mod) OPSD 601.01, at location of future Scugog Court. GRANULAR "A" AND GRANULAR "B" TYPE 1 -ITEMS NO. 7 AND 8 Payment shall be made under these Items for the supply, placing and compacting of Granular "A" and Granular "B", Type 1 in entrances, Granular "A" in boulevards and as foundation to sidewalk and interlocking brick pavers, Granular "B", Type 1 in subexcavated areas and as backfill to- subdrains and Granular "A" and Granular "B", Type 1 in shoulder to tapers at north limits of construction. The following construction standards shall apply: • Private entrances Granular "A" 200 mm • Commercial and Institutional Entrances Granular "A" 100 mm, Granular "B", Type 1 300 mm • Boulevards and Sidewalks Granular "A" 100 mm The Contractor is advised that under the construction phasing proposals, Granular "A" will be placed in stage 1 of each phase in two lifts. An initial lift of 75 mm of Granular "A" base will be placed to carry traffic until the completion of stage 2 in each phase. Should additional Granular "A" be required in Stage 1 due to loss or contamination, the supply and placing of this material shall be included for payment under the Granular "A" item. CONCRETE IN SIDEWALK - ITEM NO. 9 Areas of private sidewalk and private entrances to be constructed to match new sidewalk will be measured and paid for under this Item. Where new sidewalk abuts or connects to existing sidewalk or steps an expansion joint shall be constructed at these locations. Section 351.07.01 of OPS 351 is amended in that Granular "A" foundation for sidewalk shall be measured and paid for under Item No. 7. INTERLOCKING BRICK PAVERS -ITEM NO. 10 Under this Item and for the unit price bid the Contractor shall supply and install brick pavers in accordance with the standard drawing in sidewalk and boulevard where indicated on the drawings. Pavers shall be standard 100 mm x 200 mm x 60 mm size in colours to match existing boulevard pavers on Fourth Street and Church Street. Boulevard pavers shall be placed on a concrete base complete with drainage openings with the placing of filter fabric at drainage openings to prevent migration of sand base material. A 10 mm depth of 1 SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL97-3 4. bedding sand shall be placed on the concrete base. Pavers shall be laid with a 3 mm gap between pavers. Following placement the pavers shall be tamped in place using mechanical vibration. Joints shall be filled by sweeping sand over the surface. The surface of the finished pavers shall be flush with adjacent concrete and shall be sealed with an acrylic sealer applied in full accordance with the manufacturer's specifications with regard to condition of surface pavers, rate and method of application, protection of adjacent surfaces and vegetated areas and use of protective equipment. ' The unit price bid under Item I I(a) shall also include: • Removal and salvage of existing brick and stone pavers and storing on site for reuse at House Nos. 81 and 129. • Placing of salvage brick and stone pavers in accordance with the standard including excavation as required for bedding. Salvaged pavers shall be relaid to match existing pattern. Brick pavers placed in sidewalk at the locations shown on the drawings shall be laid on base of ' Granular "A" and 10 mm depth of bedding sand such that pavers are placed flush with adjacent concrete sidewalk surface. CONCRETE CURB AND GUTTER, ALL TYPES - ITEM NO. 11 A 2 metre length of curb and gutter shall be omitted at each catchbasin. Where sidewalk abuts curb, a 50 mm wide key shall be constructed at the back of the curb in accordance with the standard. The unit price bid under this Item shall include for the following: - Construction of curb to entrance islands at Christian Reform Church. - Construction of concrete curbs to match existing at House Nos. 141, 146, 147, 149 and 161. 150 mm DIA. PIPE SUB-DRAINS - ITEM NO. 12 The Contractor shall supply and place perforated corrugated polyethylene pipe pre-wrapped with geotextile knitted sock. Pipe shall be placed on both sides of the roadway for the full length of reconstruction. ' Backfill shall be Granular "B", Type 1 which shall be paid for under Item No. 8. The unit price bid shall include for connecting subdrain pipe at each catchbasin. SPECIAL PROVISIONS -TENDER ITEMS ' CONTRACT NO. CL97-3 5. STORM SEWERS AND STORM LATERALS - ITEMS NO. 13 - 17 Under these Items and for the unit prices bid the Contractor shall supply all materials including pipe of the required type, size and class, other fittings, sand materials for cover and crusher run limestone for bedding in accordance with the standards. Backfill shall be selected native material. Concrete pipe shall be supplied with rubber gasket joints. The unit price bid under these Items shall include for connecting existing storm sewers to new manholes No. 1, 61 and 62 including the supply of additional pipe required. Restoration of areas beyond the limits of road reconstruction, which are disturbed by construction of new storm sewer, shall be paid for under the items appropriate to such work. Where existing storm sewers are encountered in trenching operations for the installation of new storm sewers, the removal and disposal of the existing sewers shall be deemed to be included in the unit prices bid under these Items and no separate payment shall be made. ' Connection of catchbasin leads and storm laterals to the new trunk sewer shall be with manufactured tees or an approved coring method. A 75 mm x 50 mm stake shall be placed at storm lateral at ' vacant lot north of House No. 146 and painted red. Marker shall project 900 mm above adjacent ground. The Contractor is advised that the soils report prepared for this project indicates soil type to be Class 3 for the purposes of selecting Class "B" bedding. The Contractor shall include for exposing existing 500 nun CPP watermain at four locations to confirm elevation in advance of storm sewer installation. Payment shall also be made under this Item for the supply and placing of 150 mm PVC pipe outlet at House No. 129 and for connecting to CB. No. 17. CATCHBASINS AND MANHOLES -ITEMS NO 18 -22 The unit prices bid under these Items shall include for placing of Granular "B" Type 1 material to a lower limit of 300 mm below the floor slab and all around the structure. A 100 mm dia. drainage opening shall be provided in the base of each manhole and catchbasin. Filter fabric Terrafix Type 27OR or equal shall be placed at drainage openings. The unit prices bid under these Items shall include for: . Installation of twin inlet Catchbasin No. 64, Catchbasin No. 60 and No. 70 and ditch inlet No. 53 salvaged under Item No. 33. Closure of openings in Manhole No. 66 on Meadowview Boulevard. Grading of swale approach to Ditch Inlet No. 53. Grading around Catchbasin No. 11. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL97-3 6. All catchbasins and manholes shall be fitted with sumps. Catchbasin frames and grates and manhole frames and covers shall be constructed to the level of middle binder in this Contract. REBUILD MANHOLE - ITEM NO. 23 Payment shall be made under this Item for the rebuilding of Manhole No. 63 as follows: Remove existing flat cap and dispose of off the site of the works. . g Salvage frame and rate for reuse. . Supply and place twin inlet flat cap for 2400 mm dia. manhole. . Supply and place additional frame and grate and place salvaged frame and grate. . Include for all excavation and granular backfill as required to complete the works. ADJUSTING MANHOLES AND CATCHBASINS - ITEM NO. 24 Payment shall be made under this Item for the adjustment of storm catchbasins and manholes No. 62, 65, 66, 68 and 71. Payment shall be made under Part "B" of this Item for the adjustment of water chamber, labelled as structure No. 69. ' GRANULAR "B", TYPE 1, BACKFILL -ITEM NO. 25 Payment shall be made under this Item for the supply and placing of Granular "B", Type 1 material ' as storm sewer backfill where native material is unsuitable. The unit price bid shall include for disposal of unsuitable material. No work shall be done under this Item without the approval of the Contract Administrator. SAWCUTTING OF ASPHALT - ITEM NO. 28 ' Payment shall be made under this Item for sawcutting of all road and entrance asphalt, entrance concrete or concrete road base at limits of construction and in trenching operations where directed. The unit price bid shall be deemed to cover all costs associated with sawcutting of asphalt of varying depths as identified in the soils report. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL97-3 7, REMOVAL OF SIDEWALK - ITEM NO. 29 Removal of private walkway concrete, patio slabs or entrance concrete shall be measured and paid for under this Item. Extent of removal shall be agreed on site with the Contract Administrator. The Contractor is advised of the requirements of the Clause on "Construction Phasing and Traffic Control" in the Special Provisions-General in regard to timing of removal of sidewalk. Should temporary gravel walkway be required where sidewalk is disturbed before commencement of full sidewalk removal operations, the material required will be measured and paid for under Granular "A" material Item. Where patio slabs are removed these shall be salvaged for reuse. Concrete rubble resulting from sidewalk removal is not acceptable for use on site and shall be disposed of off the site at a location arranged for by the Contractor. REMOVAL OF CURB AND GUTTER - ITEM NO. 30 Payment under this Item shall include for sawcutting of concrete curb and gutter at limits of removal ' on all streets. Concrete rubble resulting from curb and gutter removal is not suitable for reuse on site and shall be disposed of off the site at a location arranged for by the Contractor. REMOVAL OF NON-REINFORCED CONCRETE - ITEM NO. 31 Concrete base varies in depth from 60 mm to 150 mm and is directly overlain with asphalt of varying depth up to 125 mm. The average base width is assumed to be 5.5 metres Concrete base ' commences at Sta. 1+178 and extends for the full length of the project. All concrete rubble resulting from base removal shall be disposed of off the site at a location arranged for by the Contractor. Within the defined stages where concrete base exists, the Contractor has the option of removing ' concrete base as one operation or removing the base in conjunction with trenching and road excavation operations. ' REMOVAL OF SEWERS AND CULVERTS - ITEM NO. 32 Payment under this Item shall include for plugging existing storm sewers at Meadowview Boulevard which are to be abandoned. Plugging shall be carried out using 20 MPa concrete to form a plug 300 mm in length. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL97-3 8. Payment shall also include for removal of concrete headwalls at entrance culvert to House No. 105. REMOVAL OF MANHOLES AND CATCHBASINS - ITEM NO. 33 The unit bid price under this Item shall include for the salvage of structures and frames and grates for Catchbasins No. 60 and 70, twin inlet Catchbasin No. 64 and ditch inlet No. 53. All other structures Nos. 1, 54, 55, 56, 57, 58 and 67 shall be inspected by the Contract ' Administrator and where deemed salvageable shall be delivered to the Municipal Works yard located east of Liberty street, south of Highway No. 401. Structures not approved for salvage shall be disposed of by the Contractor off the site of the works. Backfill to voids left by structure removal shall consist of selected native site material. TOPSOIL AND SOD - ITEM NO. 34 Payment shall be made under this Item for the supply and placing of a minimum depth of 100 mm of topsoil and nursery sod in disturbed grass areas. The Contractor shall include in the unit price bid under this Item for topsoil testing as required by Clause 31 of the Special Provisions - General and for treatment of topsoil as necessary to meet fertility requirements. ADJUST WATER VALVE BOXES - ITEM NO. 35 Payment under this Item shall include for excavation, adjusting of slidin g.tYP a valve box to finished grade and backfilling and compaction of excavated area. GLASGRID STYLE NO. 8502 -ITEM NO. 36 (PROVISIONAL) ' The Contractor shall supply and place pavement reinforcement, Glasgrid Style No. 8502 or approved equivalent on longitudinal joints in sanitary sewer trenching south of Odell Street. Pavement reinforcement shall not be placed directly on cold milled surfaces. No tack coat is required where pavement reinforcement is to be placed. Asphalt surfacing shall be placed on the same day as the placing of reinforcement. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL97-3 9. DISPOSAL OF CONTAMINATED EARTH - ITEM NO. 37 Payment shall be made under this Item on a force account basis for the excavation and disposal of ' contaminated earth material from road base excavation or trenching operations fronting the disused gas station, Matthews Auto. Costs will be prorated to the Region of Durham and the Municipality of Clarington depending on where contaminated is encountered. No. work will be carried out under this Item without the written authorization of the Contract Administrator. SECTION 2: SANITARY SEWERS AND APPURTENANCES ' Reference: .1 Construction of all sanitary sewers and appurtenances with Schedule "D" - Standard Specifications for the Construction of Sanitary Sewers - Revised February 1997, Section 02530. .2 Contract Drawings and details for Contract CL97-3. SANITARY SEWER PIPE- ITEMS-NO. 2.01.01 -2.91.14 ' Reference: Contract Drawings and S-305 Include: .1 Connections to proposed/existing manholes. .2 Expose Fibre Optics cable to confirm location and cover on side street connections. .3 Permanent surface restoration for sanitary sewer installation in Scugog Street south of Odell Street and in Second Street from end of radius at Scugog Street to Prospect Street as per Clause 44 of the "Special Provisions- General". ABANDONED PIPE PLUGS (incl. EXCAVATION) - ITEM NO. 2.02.05 Reference: Contract Drawings ' Include: 1 Excavation to expose pipe to be plugged and abandoned. .2 Saw-cutting, removal and disposal off site of existing pipe. .3 Supply and placement of 20 MPa concrete plug in the ends of the pipe to be abandoned. Minimum length of concrete plug shall be 300 mm. Note: Basis of payment - each. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL97-3 10. SERVICE CONNECTIONS - ITEMS NO. 2.03.01 AND 2.03.02 Reference: Contract Drawings and S-301 and S-304 Include: 1 C onn ec t in g t o existing sewer pipes with proper ada p tors sw eep bends "C" clam p s (as required), etc. ' .2 Marking d recording of exact location and elevation of all plugged ends of service � g connection as required. ' .3 Expose Fibre Optics cable for each lateral to confirm location and cover. ' .4 Dye testing of laterals. .5 Permanent surface restoration of laterals as per Clause 44 of the "Special Provisions - General". Note: 1 Measurement for payment shall be in metres in accordance with C/D Section 02530, 1.6. .2 Service connections shall be connected to existing lateral one metre from foundation wall and elevation shall be confirmed at point of connection by the Contractor. .3 Basis of payment shall be in accordance with C/D Section 02530, 1.7. ' .4 Service connection stubs are not to be backfilled until the as-constructed inverts and tees are surveyed by the Contract Administration. ' .5 The exact locations of all new service connections shall be field confirmed by the Contract Administrator. REMOVE EXISTING MANHOLE PARTIAL - ITEM NO. 2.04.01 ' Reference: Contract Drawings Include: .1 Excavation to grade required and disposal of surplus materials. ' .2 Removal and disposal off site of required portion of existing structure. ' .3 Salvaging and cleaning of existing frames/covers and loading/unloading and transportation to Oshawa/Whitby Depot. .4 Backfill remaining structure with sand fill material and compaction. See C/D Section 02530, 2.10 for sand fill gradation requirements. .5 Backfill with selected native materials and compact. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL97-3 11. ' .6 Plug pipes with 20 MPa concrete plug in ends of pipe to be abandoned. Note: Basis of payment - each. REBENCH EXISTING MANHOLE - ITEM NO, 2.04.05 Reference: Contract Drawin gs, S-113 or S-114 as re q uired. Include: 1 Removal of existing benching complete and disposal off site. .2 Thorough clean out of the structure. ' .3 New benching in manhole complete in a professional manner to suit. ' .4 Plug and parge pipe outlet in south wall of structure where pipe is to be abandoned. Note: _ .1 Basis of payment - each. .2 Rebenching of sanitary manhole No. 16-141 ADJUST MANHOLE - ITEM NO. 2.04.06 z Reference: Contract Drawings, S-112 Include: 1 Excavation, removal and cleaning of existing frame and cover. .2 Cleaning and patching/parging of existing brickwork to the satisfaction of the Contract Administrator. .3 Placing new brickwork/modular adjustment rings and existing frame and cover to suit the proposed grade as shown on the Contract Drawings. Note: Basis of payment - each. SANITARY SEWER MANHOLES - ITEMS NO. 2.04.07 TO 2.04.18 Reference: C/D Section 02631, Contract Drawings and R.M.D. Standards S-101, S-107, S-111, S-113 and S-117. Include: .1 Reconnection of existing pipes as required. .2 Manhole steps as per S-111 (Type Q. .3 Setting of frame and grate elevation to level of middle binder course. ' SPECIAL PROVISIONS -TENDER ND R ITEM S CONTRACT NO. CL97-3 12. Note: Basis of Payment - Section 02631, 1.5 SECTION 3 - WATERMAIN AND APPURTENANCES Reference: .1 Construct all watermains and appurtenances in accordance with Standard Specifications for the Construction of Watermains and Sanitary Sewers - Revised February 1997, Section 02511. .2 Contract Drawings and Details for Contract CL97-3. - O. 01.04 WATERMAIN PIPE ITEM NO. 3.01.02 AND N 3. Reference: Contract Drawings, 5-423 and S-435. Include: 1 Temporary connection of new watermain to existing 150 mm diameter. Watermain at limits of each phase including supply of all materials. .2 Permanent surface restoration on Scugog Street and Second Street beyond the_ roadwork and grading limits defined in Clause 44 of the "Special Provisions - General" shall be included in the unit price bid under this Item. .3 Expose Fibre Optics cable to confirm location and cover on side street connections. Note: 1 All joints to be mechanically restrained in combination with granular thrust blocks as per details S-430, S-431 and S-433. Concrete thrust blocks are not permitted on PVC watermain pipe. .2 Abandon old watermain after new main has been passed and connected. ABANDONED PIPE PLUGS - ITEM NO. 3.02.03 Reference: Contract drawings. ' Include: .1 Sawcutting of existing pipe. .2 Removal and disposal off site of existing pipe including fittings, valves, etc., as ' required. .3 Supply and placement of 20 MPa concrete plug in the ends of the existing watermain that is to be abandoned in place. The minimum length of concrete plug shall be 300 mm. Note: Basis of payment - each. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL97-3 13. REMOVE EXISTING VALVE BOX - ITEM NO. 3.02.04 ' Reference: Contract Drawings. Include: .1 Excavation to grade and disposal of surplus material. .2 Removal and disposal off site of existing valve box. P g .3 Backfill with selected native materials and compaction. Note: Basis of payment - each. INSULATE WATERMAIN -ITEM NO. 3.02.13 ' Reference: RMD Detail S-307 Include: l Supply and installation of 75 mm closed - cell, extruded polystyrene insulation and sand cover as per S-307 complete in place. The polystyrene sheets shall have a minimum compressive strength of 275 kPa such as rigid HI-40 as manufactured by ' Dow Chemicals Canada Limited or Formular 400 as manufactured by Celfortee. Note: l Excavation paid for under Item 3.01.02. .2 Basis of payment, per metre of insulated watermain. .3 Extent of insulation to be determined on site by the Contract Administrator. VALVE AND VALVE BOXES - ITEM NO. 3.03.02 AND NO. 3.03.04 Reference: Contract Drawings and RMD Details S-408 and S-425. ' Include: 1 Supply and installation of the (resilient seat) gate valve and valve box as per 5-408. .2 Excavation, blocking, backfilling and compaction. .3 Supply and installation of cathodic protection as per S-438. .4 Adjustment to level of middle binder asphalt. Note: Basis of payment - each. ' SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL97-3 14. ' TAPPING SLEEVE AND VALVE ITEM NO. 3.03.15 Reference: C/D Section 02511, RMD Details S-408, S-439. Include: 1 Excavation to grade and disposal of surplus materials. .2 Supply and installation of tapping sleeve tapping valve and box complete with cathodic protection and blocking. .3 Backfill with selected native materials and compaction. .4 Adjustment to level of middle binder course. Note: Basis of payment each. CUT-IN GATE VALVE - ITEM NO. 3.03.16 Reference: C/D Section 02511, RMD Details S-408 and S-439. Include: 1 Excavation to grade and disposal of surplus materials. .2 Supply and installation of 150 mm dia. resilient seat gate valve and box, cutting-in sleeve, gaskets, glands etc. complete with cathodic protection. .3 Cut out and disposal of existing cast iron watermain. .4 Backfill with crusher run limestone as per Detail S-408. .5 Backfill with selected native materials and compaction. .6 Permanent surface restoration as per Clause 44 of "Special Provisions - General" and requirements for Second Street restoration as detailed in the roadworks section of the Contract. .7 Adjustment to final grade on completion of work. Note: 1 Valve to be installed on existing 150 mm dia. cast iron main on Prospect Street. .2 Basis of Payment - lump sum. NEW HYDRANT WITH STORZ PUMPER NOZZLE ASSEMBLY - ITEM NO. 3.04.02 Reference: C/D Section 02511, Sub-section 2.12, S-432 and S-436. Include: 1 Excavation to grade and disposal of surplus materials. SP E CIAL PROVISIONS P OVI ONS -TENDER ITEMS CONTRACT NO. CL97-3 15. .2 Supply and installation of hydrant, anchor tee and resilient seal gate valve and box and including any hydrant extensions and/or valve box and rod extensions as shown on the Contract Drawings. .3 Supply and installation of filler piece WM pipe regardless of length. .4 Supply and installation of mechanical restrainers. .5 Cathodic protection as per S-436. .6 Backfill with selected native materials and compaction. Note: Basis of payment - each. TEMPORARY FLUSHING HYDRANT - ITEM NO. 3.04.03 Include: 1 Excavation to grade and disposal of surplus materials. .2 Supply of temporary hydrant meeting requirements of C/D Section 02511, 2.12 except for Storz pumper nozzle and inner workings of hydrant. .3 Complete installation of piping, hydrant, blocking, tie rods as per 5-409 and removal upon completion. .4 Supply and installation of all other materials as required. .5 Backfill with selected native material and compaction. Note: 1 Contract allows for installation of temporary flushing hydrants on sidestreet connections and at the limits of watermain construction in each phase. .2 Hydrant shall remain the property of the Contractor. .3 Basis of payment - each REMOVE EXISTING HYDRANT COMPLETE - ITEM NO. 3.04.05 Include: .1 Excavation. .2 Removal and separation of valve and piping, cleaning, salvaging and transporting existing hydrant and appurtenances complete to the Orono depot. .3 Removal and disposal off site of existing secondary valve box. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL97-3 16. .4 Supply and placement of 20 MPa concrete plug in the ends of the existing watermain that is to be abandoned in place. The minimum length of concrete plug shall be 300 nun. .5 Backfill with selected native material and compaction. Note: Basis of payment -each. REMOVE EXISTING HYDRANT - ITEM NO. 3.04.07 Include: .1 Excavation. .2 Removal of hydrant and piping, cleaning, salvaging and transporting existing hydrant to the Orono Depot. .3 Cap existing hydrant lead if required. Note: 1 New hydrant will be installed on existing lead under Item No. 3.05.08. Existing hydrant valve will remain in place. 2 Basis of payment - each. NEW HYDRANT WITH STORZ PUMPER NOZZLE - ITEM NO. 3.05.08 Reference: C/D Section 02511, Sub-section 2.12, S-432 and S-436 Include: 1 Excavation as required and disposal of surplus material to be paid for under Item No. 3.05.07. .2 Supply and installation of hydrant, removal of cap installed under Item No. 3.05.07. .3 Cutting of existing hydrant lead as required. .4 Supply and installation of mechanical retainers. .5 Cathodic protection as per S-436. .6 Backfill with selected native materials and compaction. rNote: .1 This work pertains to the installation of a new hydrant on the existing hydrant lead at Sta. 1+155.5 (opposite House No. 89). .2 Basis of payment - each. SPECIAL PROVISIONS TENDER ITEMS CONTRACT NO. CL97-3 17. WATER SERVICE CONNECTIONS - ITEM 3.05.11 AND ITEM NO. 3.05.12 Reference: C/D Section 02511 and RMD Detail S-414. Include: 1 Permanent surface restoration of water services as defined in Clause 44 of the "Special Provisions - General". .2 Cathodic protection as per S-414. .3 Expose Fibre Optics cable for each water service to confirm location and cover. Note: Water service connections at House Nos. 189 and 191 will be connected to existing service one metre west of sidewalk. WATER SERVICE CONNECTIONS TO EXISTING MAIN - ITEM NO. 3.05.22 (PROVISIONAL ITEM) Reference: C/D Section 02511 and RMD Detail S-414. Include: 1 Permanent surface restoration of water services as defined in Clause 44 of the "Special Provisions - General". .2 Cathodic protection as per S-414. _ .3 Expose Fibre Optics cable as required to confirm location and cover. .4 Connecting new copper water service pipe to existing main stop and curb stop. Note: Work under this Item will apply to the replacement of existing water services on existing watermain as directed on site by the Contract Administrator. MAIN STOP - ITEM NO. 3.05.01 Reference: S-414 Include: 1 Supply and installation complete with saddle union adapter, connectors, etc. .2 Connection to new service pipe. Note: Basis of payment each. CURB STOP AND BOX - ITEM NO. 3.05.06 Include: 1 Removal of existing curb stop, box and rod. .2 Supply and installation complete as per RMD Detail S-414. .3 Stainless steel rod with brass pin. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL97-3 18. Note: A Basis of payment - each. .2 No curb stops are required at House Nos. 189, 191, 211 and 215. 19 mm TEST POINT - ITEM NO. 3.06.01 Reference: RMD Detail S-429 Include: 1 Supply and installation of all corporation main stops, valves, backflow preventers, copper tubing, fittings, etc. .2 Removal of all main stops upon completion of testing and flushing. .3 Supply and installation of a brass plug in locations where main stops were removed. .4 Backfill with selected native materials. Note: Basis of payment - each INSTALLATION OF ANODES ON EXISTING DUCTILE IRON - ITEM NO. 3.14.01 1.0 MATERIALS SPECIFICATIONS AND REQUIREMENTS 1.1 Sacrificial Anodes All sacrificial anodes shall be packaged magnesium anodes conforming to the following specifications. 1.1.1 Packaged magnesium anodes shall have a 14.5 kg magnesium casting, having a length of 560 mm and a high potential alloy composition as per ASTM B107-61 Type M-1 specification or most recent amendment thereto. 1.1.2 The magnesium casting shall be contained in a composite cardboard tube 200 mm dia x 700 mm long. Information indicating the contents and size of the anode shall be stamped on the outside of each tube. 1.1.3 The magnesium casting within the container shall be supplied surrounded with a selected backfill material having an electrical resistivity of less than 45 ohm-cm when wet, a compacted density of 1.5 g/cm3, and the following composition by volume: Gypsum 77%± 2% Bentonite 15% 1% Sodium Sulphate 8% 1% 1.1.4 Packaged magnesium anodes shall be supplied with 4.0 m of#1017 stranded copper cable having RWU-90 insulation colour blue. SPECIAL PROVISIONS,-TENDER ITEMS CONTRACT NO. CL97-8 19. 1.1.5 To guarantee the authenticity of the anodes the Contractor must forward a copy of the Certificate of Compliance acquired from the magnesium manufacturer to the Project coordinator for each anode shipment received prior to their instillation. 1.1.6 The region may reject any anode for any reason and request a suitable replacement. 1.1.7 The',Durham Region may have any anode(s) tested to guarantee the authenticity of its composition. The Contractor shall supply the anode(s) for testing at no expense to the Region of Durham. 1.1.8 Packaged magnesium anodes shall be installed along the entire route of the watermain at the intervals indicated in the table below and as directed by the Regional Inspector/Project Coordinator. Pine*Diameter Maximum Anode Spacing 100 mm 23 in 150 mm 12 in 200 mm 11 in 250 mm 9 in 300 mm 8 in 350 nun 7 in 400 nun 6 in i' 1.2 Handling 1.2.1 Anodes shall no be stored on site. Materials shall be stored so as to prevent injury to persons and to prevent the delay of work by others. 1.2.2 Anodes and all other materials which can be damaged by exposure to the elements must be stored in a clean dry enclosure. 1.2.3 Anodes shall not be handled by their lead wires. 2.0 INSTALLATION PRQCEDURES 2.1 Determine Anode Locations 2.1.1 Each anode location shall be marked using stakes or water-base blue paint, at the intervals as specified in Clause 1.1.8. 2.1.2 The first and last anode shall be located within 3.0 in of the beginning and end of the watermain. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL97-3 20. 2.1.3 Wherever possible anodes shall not be located within 1.0 m of a water service or any other underground utility and shall be clear of all driveways. 2.1.4 Anode locations are to be shifted to avoid driveways or other paved areas. 2.2 Excavation and Anode Placement in Residential Areas Note to Specifier All following wording in italics is only required on a roect called solely to install anodes on a existing watermain. .2.1 The excavation of each anode site shall be performed so as to expose the pipe 2 P P PP wall and accommodate the anode to be welded to the pipe. The excavation at each anode location shall be kept to an absolute minimum by an au g technigue/backhoe trench. Minimal hand digging may be required. This would be confirmed on site after the locates are completed. Hand digging, is to be included within the unit price for anode installation. 2.2.2 The sod at each anode location shall be removed using,a manual sod cutter (not a sRade or shovel thus minimizing any damage to the sod except within the limits of grading`operations Once the anode has been installed, backfilled and compacted the sod is to be returned to the anode location and watered daily until growth is guaranteed. 2.2.3 All excavations shall be properly backfilled immediately after anode installation. No excavations shall be left op=en for any reason unless approved by the Contract Administrator on site and the excavation is p=roperly barricaded so as not to present a hazard to workers of the general public. 2.2.4 the operation of mechanical equipment in the immediate vicinity of the piping shall be conducted with the upmost care by licensed, skilled and experienced operators. 2.2.5 The PP a surface shall be cleaned to facilitate the welding. The anode lead shall be arc welded to the pipe surface and the integrity of each weld tested and verified by the Contract Administrator (strong pull on the anode lead and weld repeated if necessary. 2.2.6 The completed connection shall be sealed against moisture penetration via a liberal application of TC Mastic or approved equal. 2.2.7 The anode shall not be handled by its lead wire after it has been tested, and sufficient slack shall be left in the wire to prevent any stress on either the anode or pipe connection during backfilling and subsequent soil settlement. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL97-3 21. 2.2.8 Place 300 mm of backfill in the excavation prior to the anode installation. The anode shall then be lowered into the excavation and be placed at least 300 mm from the pipe. The positioned anode shall be soaked after installation until saturated with water to ensure their immediate operation. 2.3 Wire/Cable Installation 2.3.1 Wire/cable splicing shall be done with a Burnd Y Servit KS20. 2.3.2 The connection shall be wrapped with two layers of waterproof(neoprene) tape followed by two layers of waterproof electrical (polyethylene) tape. 2.3.3 The anode wire is to be AWG #10/7 stranded cable having blue RWU-90 insulation. Any extension to this wire shall be made with the same and connected as above. 2.3.4 Any damage to the wire or its casing shall be immediately repaired to the satisfaction of the Contract Administrator or replaced. 2.4 Backfilling of Anodes 2.4.1 Backfilling of the area around the anode shall be tamped to ensure sufficient compaction before remaining backfill is placed. 2.4.2 All excavations shall be backfilled,with selected native material immediately after the installation of the anode and compacted by mechanical means to 95% Standard Proctor Density to subgrade or bottom of topsoil. Permanent restoration shall be as specified in Clause 44 of the "Special Provisions - General". 2.4.3 All excess excavated material shall be removed daily from the site by the Contractor at no extra cost to the Region. 3.0 BASIS OF PAYMENT Include in price bid per anode the following costs; supply and installation of each anode, excavation, hand digging, backfilling and compaction, restoration and all other work or items required to complete the installation of anodes as specified. CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL97-3 i 1 1 STANDARD DRAWINGS PAGE ONE STANDARD DRAWINGS CONTRACT NO. CL97-3 STANDARD NO. DESCRIPTION Fig. 1 PAVEMENT STRUCTURE - CHART Fig. 2 BRICK BOULEVARD - TYPICAL SECTION OPSD- 216.01 BOULEVARD TREATMENTS - URBAN SECTION 218.01 SODDING OF SIDE SLOPES 310.010 Mod. CONCRETE SIDEWALK 310.020 Mod. CONCRETE SIDEWALK ADJACENT TO CURB AND GUTTER 310.030 Mod. CONCRETE SIDEWALK RAMPS AT INTERSECTIONS 310.040 UTILITY ISOLATION IN SIDEWALKS 310.050 SIDEWALK DRIVEWAY ENTRANCE DETAILS 351.01 URBAN RESIDENTIAL ENTRANCE 400.01 CATCHBASIN GRATES 401.01 MAINTENANCE HOLE COVER 561.010 INTERLOCKING CONCRETE PAVERS ON GRANULAR BASE 561.020 INTERLOCKING CONCRETE PAVERS ON CONCRETE OR ASPHALT BASE 600.04 CONCRETE BARRIER CURB AND GUTTER 601.01 Mod. ASPHALT CURB AND ASPHALT GUTTER 608.01 METHOD OF TERMINATION 610.01 CONCRETE CURB AND GUTTER OUTLET 701.021 MAINTENANCE HOLE BENCHING DETAILS 701.030 1200 mm DIA. PRECAST CONCRETE MAINTENANCE HOLE 701.040 1500 mm DIA. PRECAST CONCRETE MAINTENANCE HOLE 703.030 2400 mm DIA. PRECAST CONCRETE FLAT CAP 704.010 MAINTENANCE HOLE AND CATCHBASIN PRECAST ADJUSTMENT UNITS 705.010 600 mm X 600 mm PRECAST CONCRETE CATCHBASIN 705.020 600 mm X 1450 mm PRECAST CONCRETE TWIN INLET CATCHBASIN 705.030 600 MM X 600 MM PRECAST CONCRETE DITCH INLET 708.01 CATCHBASIN CONNECTION 708.020 SUPPORT FOR PIPE AT CATCHBASIN OR MAINTENANCE HOLE 802.031 RIGID PIPE BEDDING, COVER AND BACKFILL - TYPE 3 SOIL S - 101 1200 mm DIA. PRECAST MANHOLE 107 DROP STRUCTURES FOR MANHOLES 111 MANHOLE STEPS 112 ADJUSTING RUN OF EXISTING PRECAST MANHOLE 113 TYPICAL BENCHING DETAILS 114 TYPICAL BENCHING DETAILS 117 ROUND MANHOLE FRAME AND COVER 301 SANITARY SEWER HOUSE CONNECTION 304 BEDDING FOR PLASTIC SANITARY SERVICE CONNECTION 305 SEWER TRENCH DETAIL CLASS P 307 METHODS OF INSULATING SANITARY SEWERS AND WATERMAINS 407 SUPPORTS FOR WATERMAINS AND SEWERS CROSSING TRENCH 408 100 mm TO 300 mm GATE VALVE AND VALVE BOX 409 HYDRANT ASSEMBLY WITH CONCRETE THRUST BLOCKS 414 19 mm AND 25 mm COPPER WATER SERVICE 423 P.V.C. WATERMAIN TRENCH BEDDING 425 TRACER WIRE AT VALVE BOX FOR P.V.C. STANDARD DRAWINGS CONTRACT NO. CL97-3 2. STANDARD NO. DESCRIPTION 429 19 mm TEST POINT BY-PASS 430 RESTRAINED JOINT DETAIL FOR P.V.C. PIPE 431 JOINT RESTRAINING LENGTH FOR P.V.C. PIPE 432 HYDRANT ASSEMBLY WITH MECHANICALLY RESTRAINED JOINTS 433 THRUST BLOCKING FOR P.V.C. WATERMAINS 435 CATHODIC PROTECTION FOR TRACER WIRES ON P.V.C. 436 CATHODIC PROTECTION FOR HYDRANT ASSEMBLY 438 CATHODIC PROTECTION FOR VALVES AND FITTINGS 439 CATHODIC PROTECTION FOR VALVES, HYDRANTS AND FITTINGS ON EXISTING FERROUS WATERMAINS 441 CATHODIC PROTECTION FOR EXISTING FERROUS WATERMAIN CONNECTED TO PROPOSED NON-FERROUS WATERMAIN 501 Mod. PAVEMENT JOINT TREATMENT i I i 1 t 1 1 1 1 w r� �r r■i r r r r r r +� rf r r r r r r r SCUGOG STREET RECONSTRUCTION - PAVEMENT STRUCTURE LOCATION 40mm 50mm 40mm 50mm GRANULAR 'A' GRANULAR 'B' HL 3 HL 3A HL 4 HL 4 100mm 150mm 200mm 300mm 450mm SCUGOG STREET * • • • • CHURCH STREET • ! • • ODELL STREET O • • STURROCK ROAD • • • RENDER AVE. • • • EDSALL AVE. • • • SECOND STREET • • • FREDERICK AVE. • • O JACKMAN ROAD • • • FOURTH STREET • • • MEADOWVIEW BLVD. • • • • RESIDENTIAL ENTRANCE • • COMMERCIAL ENTRANCE • • • PAVED BOULEVARD O ! * HL-3 ONLY FROM 75m SOUTH OF ODELL STREET TO ODELL STREET MUNICIPALITY OF CLARINGTON SCUGOG STREET (ODELL STREET TO MEADOWVIEW STREET) 'BOWMANVILLE' PAVEMENT STRUCTURE t MARCH 9 PROJECT No. 12-10555 CL97-:3 FIGURE 1 P VARIES VARIES 125mm CONCRETE ) O.P.S.D.-600.04 ( 30 MPG 100mm GRANULAR 'A' 1 50mm ADDITIONAL WIDTH AS PER O.P.S.D.-600.04 60mm INTERLOCKING BRICK ' PAVERS ON 10mm SAND BASE 55mm CONCRETE BASE ( 30 MPG ) TYPICAL SIDEWALK 1MTH BRICK BOULEVARD CROSS-SECTION N.T.S. NOTES 1. BRICK TYPE SIMILAR TO TYPE USED IN BOULEVARDS ON CHURCH STREET (TEMPERANCE TO LIBERTY ST.) 2. 20mm DIA. DRAIN HOLES THROUGH THE CONCRETE BASE, TO BE PLACED AT INTERVALS OF 750mm. HOLES TO BE FILLED WITH SAND. GEOTEXTILE TO BE PLACED OVER HOLES. 3. BRICK SURFACE SHOULD BE SEALED WITH AN APPROVED ACRYLIC SEALER. ' MUNICIPALITY OF CLARINGTON CHURCH STREET (SCUGOG STREET INTERSECTION) 'BOWMANVILLE' M SIDEWALK & BOULEVARD DETAIL MARCH 197 PRO ECT9No. 12-10555 CL97-3 FIGURE 2 a Sidewalk 0.3m min Note 1 0.5 Criginai_grour: Pavement Irarular base Boulevard surface or 2y y 27.min 87.max i Rounding \ ` breakpoint 0,3m Granular Subgrade Typ subbase S0mm min Typ Pipe subdrain Typ CUT AND FILL SECTION WITH BARRIER CURB Sidewalk 0.3m min Note 1 Granular base Pavement surface 0.5 + i ginat gro__ o, ml 2T. 2%min 87mox 2% —o••r— Depth as LZ specified �\a} Rounding Granular Subgrade breakpoint subbase CUT AND FILL SECTION WITH MOUNTABLE CURB NOTES: 1 Where steel beam guide rail is indicated, the minimum rounding shall be 1.0m, with 0.5m required from edge of sidewalk ' to rounding breakpoint. A All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1994 05 16 Rev ( BOULEVARD TREATMENTS Date OP— — — — URBAN SECTION [ OPSD - 216.010 ■r M M IM M M W M M M M M MM W , will W I 0.1 slopesu ' rfoceeper� . staking nr t% on ush with sod - I •' i and drive • .� of 100 100 r - i I �: ♦. dop Subgrade elevotion on roadway frontslope AGO NOTES: A For application to designated areas. 8 All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL ST ANDARD DRAWING late 1 1990 09 14 1 Rey 2 SODDING OF SIDE SLOPES --- ---- -- 0PSD - 218. 01 l Varies m mrn) ' o s DIM ` BOULEVARD Concrete mm 0a* e1oPe 2% to 10 7G Sloe 2% to 4% • sidewalk 2�to 107E 211- Smm R=Smm 100mm Granular W Note 1 5� TYPICAL SECTION s ! •• to DUMMY JOINT Curb and gutter oint mat°rial ' S 0.25 T BOULEVARD R-0 5m Note I :. TYp W. te 1.5m t� ♦ �` 1- c TYp Expansion joints - CONTRACTION JOINT R=Smm TYp 5 Dummy _ joints TYp Contraction o : joints Y •-a Typ 0 -+I --12mm expansion joint material JOINT LAYOUT EXPANSION JOINT NOTES: 1 Sidewalk thickness at residential driveways A All dimensions are in millimetres or and adjacent to curb shall beEEI mm. metres unless otherwise shown. At commercial and industrial driveways, the thickness shall be 15o mm. 2 Sidewalk width shall 'be increased to 2.4m of schools, bus'stops and other high pedestrian areas. ONTARIO PROVINCIAL STANDARD DRAWING 1993 10 01 Rev MOOIFIEO OP CONCRETE SIDEWALK o 99 at* ,_MAR.t14 _ S OPSD - 310.010 1.5m Note 2 Expansion joint material Finished road sloe 2% to 4% surface . .�. t.. ' '. : 125 mm _ to 1 • r t •• ' •, �. ,Concrete• ' t R=5mm R=5mm . • sidewalk ` GRANULAR �A' • 100mm Curb and gutter as specified TYPICAL SECTION Expansion 2 joint material ° Curb and gutter DUMMY JOINT . i--- ' o.25 T TYP W. Contraction ' ' °•, i', , 3 joint Expansion `r •,•. .•ir.: .1. .�- Y joints O �. CONTRACTION JOINT ' R=5mm Typ S Dummy joints �. Typ �1 . •• ••.•�•, -. C ' •� r i V Contraction i _. L • joint 12mm expansion JOINT LAYOUT i joint material EXPANSION JOINT NOTES: 1 Sidewalk thickness at residential driveways A All dimensions are in millimetres or and adjacent to curb shall be FEIMM. metres unless otherwise shown. At commercial and industrial driveways. the thickness shall be 15o mm. 2 Sidewalk width shall be increased to: — 1.8m when adjacent to curb on major roadways — 2.4m at schools, bus stops and other high pedestrian areas. ONTARIO PROVINCIAL STANDARD DRAWING 1993 t 0 01 Rev CONCRETE SIDEWALK MooiFlEO _ _ oP ADJACENT TO Date _4AR.L1994 s CURB AND GUTTER OPSD -- 310.02-01 Stop or yield Stop or yield street street Expansion joints 2.5m TYP Ramp slopes F-- ramp 8% max 1.5m ----� TYP ' TYP •p o 1.Sm TyP Expansion joint : '• " Typ Curb and gutter moterial , Curb and gutter Through street Through street-� UNSIGNAUZED INTERSECTIONS ` Back of sidewalk Expansion joint Directional lines Typ � Directional lines Crosswalk 0 0.3m apart and TyP 1.5m Fong — min 's TYP ' Curb and ------ gutter -- p L1.0 1.5 1.0 /Gutter line Full curb RAMP ELEVATION height 0 TS ' i.0 � 1 Curb and gutter 1 1 Finished rood surface Expansion joint material SIGNAUZED INTERSECTIONS t 2.5m Sack of sidewalk Slope 8R max 5% desirable �. t r 150mm min Curb and gutter Sidewalk ramp as specified TYPICAL RAMP SECTION i NOTES: A Directional lines shall be 10x10mm made B All dimensions are in millimetres or with grooving tool having a 15mm radius. metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1993 10 01 Rev CONCRETE SIDEWALK RAMPS Date _ _ _ _ _ _ s AT INTERSECTIONS 0PSD ---3- 310.0 0 Sidewalk r ^'� Typ Note 1 Curb 1 Typ Catch basin face of curb Expansion joint TYp material CATCH BASIN Expansion joint Note 2 ' Expansion joint material Note 3 1 Maintenance hole UTILITY APPURTENANCE Expansion joint Note 2 Provide a minimum /L\ 1 of 100mm clearance Pole Asphaltic concrete around pole ' Note 4 UTILITY POLE NOTES: ' 1 Expansion joint through sidewalk is 4 For portland cement concrete alternative required when curb and gutter is use expansion joint material around boxout. poured integral with sidewalk. A All dimensions are in millimetres or metres ' 2 Adjust joints to coincide with centre of unless otherwise shown. utility, with minimum slab length of 1m. 3 Expansion joint material shall be placed ' around maintenance holes flush with concrete surface. ONTARIO PROVINCIAL STANDARD DRAWING 1993 10 01 Rev UTILITY ISOLATION ° TY - - - - - - - - - - S Date `�- IN SIDEWALKS r0PSD -- 310.040 1.0 Driveway varies Drivewo vo A e E E _J 4 - _ * E C C D D I 0.5m min Boulevard Curb and gutter-" HA ( l F-•-- 1.5m min Sidewalk depressed II '' to match dropped curb r B Curb and gutter for driveway entrance Sidewalk depressed FULLY DEPRESSED to match dropped curb for driveway entrance PARTIALLY DEPRESSED SIDEWALK AT DRIVEWAY ENTRANCE--PLAN Transition section Sidewalk Transition Dropped sidewalk Dropped sidewalk Sidewalk section �. SIDEWALK WITHOUT BOULEVARD SIDEWALK WITH BOULEVARD SECTION C—C SECTION D—D Curb and gutter 2% min t•- 150mm I---varies 4% 2y min .•--.- 4% � 1 Note 1 1 e': ryP varies SECTION 8—B SECTION A—A NOTES: 1 At commercial and industrial ONTARIO PROVINCIAL STANDARD DRAWING 1993 10 01 Rev driveways the thickness shall be 200mm. A All dimensions are in millimetres SIDEWALK DRIVEWAY ENTRANCE - - - - - - - - - - PS or metres unless otherwise shown. Date _ _ _ _ _ _ DETAILS OPSD - 310.050 Ar 74.Om !mn Sin le . . Double �- > � Sidewalk o I E n t r a n c e Boulevard Curb and gutter Dropped curb ( Note 4 I 0.4 0.3m A 0.3m 0.4 ' min min PLAN s�delf k 0.4 R ISOMETRIC VIEW 3.0 3.0 Jar N SW or SW and Blvd °fe SAG SW-I Blvd ' 6y I Note 3 •r Note � �Dropped curb l 42. Note 1 4%maxi ax Max CREST 6%. Note 2 4%. Note 2 2 SECTION A—A NOTES: 1 Maximum upgrade shall be 10%. 2 Maximum downgrade shall be 8%. 3 Where boulevard width is less than 3.0m, a steeper boulevard slope is permissible. 4 Increase nearside taper to 0.8m min on 4 lane roads or wider. A All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 1 1992 05 011 Rev ��. URBAN RESIDENTIAL Date _ ENTRANCE WITH BOULEVARD OPSD - 351 .01 825 25—I F-- I 600 108 _ o N 19mmdio.rod 552 64 32 M f7- T / I M / I 57 17, OD T86— /n i In A '{51 -- , , 0 CY 102 F+i M � 76 N Q '°� 76 � , N I 1 10251 66 ', gyp \\ \\ I I co � 1�� 1 1 t 19 t ° In 32 48 70 >*I—i GRATE PLAN SECTION C-C 152-1 R=838 R-4.57m FRAME PLAN SECTION B-8 kl�-178 mm t m 25mm '� t— (Typ) 657 Slot 17 102 623 17 R=25mm- R=25mm 9 ��13mm (Typ) below a SECTION D-D SECTION E-E 32-�{ �- { ( I T— N _o� _____ _ M _ M N o "' NOTE: A All dimensions are in millimetres unless otherwise shown. 615 I 105-� SECTION A—A ONTARIO PROVINCIAL STANDARD DRAWING Dote 1 1987 03 N -Rev t . 6 k- I CATCH BASIN, CAST IRON °ate R=14.Smm�— SLOT DETAIL FRAME & DISHED SQUARE GRATE ___ _------- OPSD - 400 . 01 :11 1 /�:��. .,f.,�,,,�• F�1 lil I➢il lil ill � I .I w Ia �:I •�� / li it it w .I +i I■ \ . ,il 1il lil iul lil lil lil ♦ ■ � II ■ ■ '. ii I►�1 it IiI IIII ICI I%I lil it+ "I lot -wIMfwfMlii M ilw1i In 0 0 0 li ■ w N typical — — . lal.� ii■IsoI■I..I• fts r• �!' ��I tai ICI is 101 Itll 1�7 ICI I�1 ICI ICI �I ICI ICI ill it Iii lil in ii I• a! rr .r. ICI i�l ill I�il Imilli 1111f, .1 ■1�:1�1.1�L1�n��,.��1.�:��. . ,._I 41 l li I■ t.I I■ •I MI ICI Imo' ICI ICI ilil It! ICI it1 10I i■ _•■I ul ■i m� � ���� `� ,� ICI I/I ICI 11( IIII I!I ICI 1�' I■ ■ ■I�I•Io■loliumlbm,■Ei• I• MI ICI ill a�r�lr I. I. '�-. ��• ii11 .11 IIII 1�1 �� /� ��I ■ m in i REW MAINTENANCE HOLES / • :11 1 CAST' COVER• ' OP SD 40 Boulevard/Sidewalk utter, Note 2 Concrete Curb and 9 edge restraint Concrete pavers, Note 1 Joint sand Typ e 25-40mm T7777/-. ... a. .. . :a. d v • c ' _ a' bedding sand ° _ d a •a• ' 6. • as specified Granular base �• v and subbase as specified Subgrade Subdrain, Note 2 VEHICULAR NON—VEHICULAR NOTES: 1 Concrete paver thickness: for vehicular traffic — 80mm min. — for non—vehicular traffic — 60mm min. 2 This drawing is to be read in conjunction with OPSD 200 and 600 series drawings. A All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 1TJ Rev INTERLOCKING ' CONCRETE PAVERS - - - - - - - - - - °sP Date ON GRANULAR BASE OPSD — - 561 .010 M MW M w m � m lid M M M M M WON W Concrete Asphalt pavement edge restraint Concrete pavers, Note 1 Curb and gutter Joint sand Note 3 Typ 25-40mm bedding sand < e r o, : • as specified .' d Concrete base 4 . Granular base a' Concrete or asphalt base Note 2 Note 2 — Subgrade I, Subdrain, Note 3 VEHICULAR NON—VEHICULAR NOTES: 1 Concrete paver thickness: for vehicular traffic — 80mm min. for non--vehicular traffic -- 60mm min. 2 Provision is to be made for drainage of bedding sand at low points and selected intervals through concrete or asphalt base to suit subgrade conditions. 3 This drawing to be read in conjunction with OPSD 200 and 600 Series drawing. ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 1 Rev A All dimensions are in millimetres or metres unless otherwise shown. OP INTERLOCKING CONCRETE PAVERS pate — — — — -_- - S ON CONCRETE OR ASPHALT BASE oPSO -- 561 .020 a -t? 7 U U 0 Dropped curb at U entrances 7 u U / o Thickness 0 Typ Thickness U_ of sidewalk i Finished 25 300 50 r 150- of sidewalk 25 -- 300 -- 50 150 road surface ?owe �p°? �p2J 0 LO 1 ^� Z 25 °s ' 30 . . . � '� f M • r N f•. 'J f e. .Note 3 ' .i •• .Note 3_ -� ---`..- 525 •-..------------- 50 _� 1-- 50 -- 52 5 TANGENT Add'+tional width where sidewalk is adjacent to curb SUPERELEVATED Typ NOTES: f Flexible pavement shall be 5mm above the adjacent edge of gutter. 2 Where sidewalk is continuously adjacent, reduce the dropped curb at entrances to 75mm. 3 For slipforming procedure, a 5% batter is acceptable. A Treatment at entrances shall conform with OPSD-351.01: LEGEND: B Outlet treatment shall conform with OPSD-610 Series. S — Rate of pavement superelevation in percent, 9.. C The length of transition from one curb type to another shall be 3.0m, except in conjunction with ONTARIO PROVINCIAL STANDARD DRAWING Date 1990 09 14 Rev guide rail, it shall conform to OPSD-900 Series. CONCRETE BARRIER CURB Date D All dimensions are millimetres WITH STANDARD GUTTER TT E R unless otherwise shown. - - - - - - - - - - - -- - - -FOR FLEXIBLE PAVEMENT OPSD -- 60 0.04 200 R=50\\ 30 S�0 to N Existing pout Paint with undiluted SS I emulsion i ASPHALT CURB MACHINE LAID 800 °a 400 ° ` F 50 w -- �— -- Povt depth Note 1 Point with undiluted SS I emulsion ASPHALT GUTTER - TYPE 'A' CL 600 0 300 rn - -- w 50-�L- s y Pavt depth a--- Y}f Note I 'Paint with undiluted SS I emulsion ASPHALT GUTTER - TYPE 'B' NOTES: I Depth of gutter at pavement edge to equal depth of new pavement but in no case less than 130 mm . A All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 1990 09 14 Rev I Do to ASPHALT CURB AND ASPHALT GUTTER OPSD - 601, OI MOD. — 3.8m Termination 150mm Curb and min gutter i 1 ' y i 111 i co Gutter line Z I i Ii PLAN --1 225 N END VIEW r ELEVATION MOUNTABLE CURB AND GUTTER Curb and gutter 3.8m Termination I 150mm min I l u i Gutter or > z 111 i curb line i PLAN _ Varies `14 END VIEW ----------------------- ELEVATION BARRIER AND SEMI—MOUNTABLE CURB AND GUTTER NOTES: 1 Slope to match existing shoulder. A This drawing is to be read in conjunction with OPSD-600 series curb and gutter drawings. B All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 1991 12 16 Rev 2 METHOD OF TERMINATION Date FOR CONCRETE CURB AND GUTTER OPSD - 608.0 Saw cut Y r* Saw cut Standard pavement Back of curb curb and gutter Half pavement width r- 1 � See details Pavement top course I Top of curb 1 below 5 F — --- -- --- Curb and gutter-11 Gutter line Pavement L. J -- base course Adjustment units 150 G-- —4 Min of one Max of three 7-- 4. 'o r . I I Edge of I-- --i pavement SECTION Y—Y �� X 125 150 Y ( 150 �. Gutter line Frame and grate 6 1Omm PLAN Pavement top course Saw cut Sow cut `• Varies 5-15mm - BARRIER CURB SEMI—MOUNTABLE or MOUNTA BLE 300 300 �-- --I d. • , � •. '... CURB AND GUTTER DETAILS 25 SECTION X—X • .v Gutter line NOTES: 10mm A Hatched areas ® : pavement base course to be hand placed in 50mm layers and compacted. B All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 1991 12 1 s Rev 1 CONCRETE CURB AND GUTTER Date BARRIER OUTLET - - - - - - - - - - - - - - CURB AND GUTTER AT CATCH BASIN roPSD — 61 O.O i r i 1. Right angle bend 2. Tee connection 3. Three way junction 23 4. Four way junction 5. Straight through 6. Dead end -F- 8.1 As specified min D/2 t ` ' - Concrete° . • •a Sm nm 7. Wye connection 8. 45° bend Section �! NOTES: A Concrete for benching to be 3OMPa. 8 Benching to be given wood float finish, channel to be given steel trowel finish. C All dimensions are nominal. D All dimensions are in milimetres or metres unless otherwise shown. MAXIMUM SIZE HOLE IN THE WALL IN PRECAST RISER SECTIONS Maintenance No. 1-4 No. 5 & 6 No. 8 No.7 Hole Diameter 1 mm mm Inlet Hole Outlet Hole mm mm mm 1200 700 860 780 700 860 1500 860 1220 960 860 1220 1800 1220 1485 1 1220 1220 1 1485 2400 1485 2020 1760 1485 2020 ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev MAINTENANCE HOLE SP BENCHING DETAILS Date _ _ _ _ _ _ OPSD - 701 .021 i 2-15M O 150mm 2-15M O 75mm i � 3-t5M O 1SOmm WWF ��ateel: 1 250mm m i .i + 2-i5M O 1SOmm A A � 685mm Fiat cap did \ / B O Tapered top PLAN 15M 2-15M O 75mm—Y 3-15M O 150mm 4 r 1 4 230- 1 x-685--j I-"2J0 PLAN C `- C i { WWF Circ etegl: +� i / II I N 250mm m 1475mm dia N i f 300 205 685.1 • T • 125--� 1200mm dla I'— 125 PLAN P11 SECTION A—A SECTION R—B TAPERED TOP FAT CAP Riser section 4-15M O 300mm OC 4-15M O 300mm OC I each way each way 125 1200mm did 125 ------- --- Monolithic base. � ` '�' � � 'i' � � Base ebb nth D D E E a E riser afternative 1/ •' 0 1 O r Qa I 15M bent bar M g o WWI Ciro steel: every 3rd bar T� PLAN 250mm1/m PI qN as shown >°j 1200mm did dla jjj1LLL 123 -.j 125 WWF Ciro steel: SECTION� CT"�"Ci Varies from 250mrn 1+--1475mm die 15M bent bar RISER SECTION 600men to max 2400mm, 300 (L_IF every 3rd bar 1SOmm lnerementa O as shown T-' T SECTION E--E NOTES: V) SECTION D—D N BASE SLAB 1 Precast bases are available for depth MONOLITHIC BASE 10.Om max of bury greater than 10.0m. 10.Om max Nate 1 A All reinforcing steel shall have Note 1 25mm minimum cover. B Steps according to OPSD-405.010 and ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev OPSD-405.020. C All dimensions are nominal. PRECAST CONCRETE SP D All dimensions are t millimetres MAINTENANCE HOLE COMPONENTS Date— — — — — ^ — — or metres unless otherwise shown, 1200mm DIAMETER OPSD -- 701 .030 2-15M O 75mm j-2-15M • 75mm 15M �L do 3-15M O 75mm 3- 13M O 75mm 15M 3-15M O 75mm H 15M 15M 3-15M O 75mm 2-15M O 75mm T 4tW aF m Ciro st eal: 2-15M O 75m -3-15M O 75mm m2/m� m PLAN �--3-15M O 75mm 1 '� 1830mm dia `1 1200mm dia �-1 ��- �� PLAN 150mm 20omm dia ` as per 125-►{ 1200mm dla min 1 1� OPSD-701.030 305 SECTION B—B \� N ,• TRANSITION SLAB `__1 1501830mm dia 10.0m max `1 Transition slab SECTION A—A Note 1 PLAN or taperad TAPERED TRANSITION SLAB tronsttion slab _ J, 10.0m max 5-15M O 300mm OC 5-15M O 300mm OC 15 150omm d1a x+-150 Riser eectlon E Note 1 each way each way fi --T--r (1 ` E '�, .�' -{--- r — — Riser aectlop. E Y Monolithic base I D D E o° $ O E a alternative I f n I " ma"�-c � WWf v N Ciro steel: 15M bent bar Z 315mm2/m every 3rd bar >° j Il PLAN Total PLAN as shown ]_ Bass slab i I 150 } -1500mm dia -.� '+-150 1830mm dia SECTION C—C 1500mm to 1200mm dia o �_ ._ '- C�steel: (__ � 15 bet bar RISER SECTION a 315mm /m 305 r every 300 0 Total -i. as shown a EX 2 -f 21 T- SEC71ON E—E NOTES: ;OF SECTION D—D BASE SLAB 1 Precast transition slabs and MONOLITHIC BASE 10.Om max precast bases are available for depth 10.Om max Note 1 of bury greater than 10.0m• Note 1 A All reinforcing steel shall have 25mm minimum cover. ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev B Steps according to OPSD-405.010 and OPSD•-405.020. PRECAST CONCRETE o P All dimensions are nominal. MAINTENANCE HOLE COMPONENTS pater — — _ _ _ _ _ S D 0 All dimensions are in millimetres _ _ _ _ ._ _ or metres unless otherwise shown. 1500mm DIAMETER [—OPSD — 701 .040 3-20M 2-20M 3-20M ® 300mm ® 300mm 0 75mm 2-20M 2-20M 2-20M a 75mm 2-20M 2-20M 20M ® 250mm ® 75mm 0 0 Flat cap Twin inlet �" 6�� •�o , �' t �4 flat cap A A B 600— 600— B 1 2-20M ® 300mm. 20M, 0 t 2-20M diagonal 3-20M, r` N N i I 0 75mm (l 2-20M--i F-- 3-20M, 2-20M -.4 2-20M ® 75mm ® 75mm 0 300mm 0 300mm L 3-20M ® 300mm PLAN PLAN 225 685mm 2895mm dia 2895mm dia �� dia 1 305 r► 600 —f-�-- 1085--�- 600 +'305 Riser section ,n e• / SECTION A—A SECTION B—B Riser section PLAT CAP TWIN INLET' FIAT CAP Base slab NOTES: A All reinforcing steel shall have 25mm minimum cover. B This OPSD to be used in conjunction with OPSD--701.060. C All dimensions are nominal. D All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev PRECAST CONCRETE - - - - - - - - - - SP SINGLE AND TWIN INLET FLAT CAP Date 2400mm DIAMETER OPSD - 703.030 rr r� rr r r r� r{s r � r r rr� Ir r� Ir rr w rr r� —pcvt Curb wit "pavt C r e it Grate reference elevation gutter,r TYP 1_� 1� Frame to be I rr-i— i� Rn'— n set in a full Standard frame n---+----n 450mm rya_ � mortar bed and grate _T maximum to Typ Typ 11A V first step Typ e Note 1 t ,; Adjustment units; 6, minimum of one, ---------- maximum of three TYp L TO 4 1 °� + SECTION THROUGH SECTION THROUGH TAPER TOP SECTION THROUGH CATCH BASIN FLAT CAP Maintenance hole step Note 1 ,.,,----- ----- Adjustment units for '� forucat h tbas basins maintenance holes Frame and grate, or cover with square with round openings. — ---- — openings. Available in sections f '-1 or continuous units I I Available in sections or continuous units I Taper top Flat cap ' { I- \\ Catch basin Rlser section II �{ NOTES: 1 If first step is in an adjustment unit, 8 All dimensions are in millimetres the adjustment unit shall be of the or metres unless otherwise shown. type manufactured with a step in place. A Adjustment units shall not extend ONTARIO PROVINCIAL. STANDARD DRAWING 1996 09 15 Rev beyond the outside edge of the structure. MAINTENANCE HOLE AND _ _ _ _ _ _ _ _ _ _ °sP CATCH BASIN PRECAST CONCRETE Date .- _ _ _ _ _ ADJUSTMENT UNITS OPSD -- 704.010 150mm B r* overlap ALTERNATE STANDARD . t HEIGHTS A A A 1980mm 8 1830mm ( 18 mm 2/m, C 1520mm each way -ter--. B PLAN 830 830 115 600 115 115 600 115 L 0 j N N V U t j Na / 1 v + n Knockout o TYP r Note 2 s Note 2 250 t'a' - 1 � + . 1 °y CL E oLecchway> CN N p U E L Outlet hole a E Note 1 E E 300mm o all sides °n N �. r�—'s_--r- -s•-i-+' TO Granular SECTION A--A bedding SECTION B—B NOTES: 1 Outlet hole size 525mm diameter maximum, C Frame, grate and adjustment units shall location as required. be installed according to OPSD--704.010. 2 200mm diameter knockout to accommodate D Pipe support according to OPSD-708.020. subdrain. Knockout to be 60mm deep. E All dimensions are nominal. A All reinforcing steel shall have 25mm F All dimensions are in millimetres minimum cover. or metres unless otherwise shown. B Granular backfill to be placed to a minimum thickness of 300mm all around the catch basin. ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev PRECAST CONCRETE - - - - - - - - - - OSP CATCH BASIN Date — — — _ — _ 600mm x 600mm, DEPTH - 4.Om MAx OPSD - 705.010-_ WWF 41 B 3-10M stirrups 185mm 2/m, each way 1 2-10M ® 300mm 2-15M U") M �25 A A 115--i 600 115 150mm overlap - �-�- IT BEAM DETAIL PLAN t ALTERNATE STANDARD 4J B HEIGHTS A 1980mm B 1830mm C 1520mm — 1680 115 600 250 '00-1 115 0 . o� y U L m " E s '€ m o A� M _ .t � � I N U Knockout I 250 Note 2 E Note 2 d ( C Q Outlet hole E a ° E c Note 1 ; E E Cn o -3 WWF r- o A Q 0 � 300mm--{ 185mm Z/m, each way = all sides I e 150mm overlap It T •-r---.- =t-' '` ; -.err 150 'tirrr- •- � �`r�r Ti7-r-' Granular___—� SECTION B-B --A bedding NOTES: SECTION A 1 Outlet hole size 525mm diameter maximum, location as required. 2 200mm diameter knockout to accommodate subdrain. Knockout to be 60mm deep. A All reinforcing steel shall have 25mm minimum cover. 8 Granular backfill to be placed to a minimum thickness of 300mm all around the catch basin. C Frame, grate and adjustment units shall be installed according to OPSD-704.010. D Pipe support according to OPSD-708,020. E All dimensions are nominal. F All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev PRECAST CONCRETE - - - - - - - - - - -- _ _ _ _ _ - _ _ _ SP TWIN INLET CATCH BASIN Date _ _ _ _ _ _ 600mm x 1450mm, DEPTH - 4.0m MAX 705.02 i A r+ 775mm Grate o reference elevation 6 il I SS 1 I I 1 1 pnutlett l � 1 I I l 0 1 1 0 150 600 150 E I e 1 E W WF E o- E l Note 1 ( E 185mm Z/m, E E 150 I I 150 vii each way oo �---- 600 all sides F300MM Typ Granular bedding A �—► SECTION A—A FRONT* VIEW NO•� OpeningnDimensions 1 Outlet hole size 525mm maximum diameter, location Grate a b as required. T e Slone A Where inlet is placed across ditch and 2:1 670 52 is accessible to vehicular traffic, grating 3:1 632 72 slope is to be 6:1 or flatter. 4:1 618 79 B Al reinforcing steel shall have 25mm- minimum cover. A 6:1 608 83 C Granular backfill to be placed to a minimum 8:1 605 85 thickness of 300mm all around the ditch inlet. D Grating according to OPSD-403.010. to:1 so3 ss E Pipe support according to OPSD-708.020. HOR s00 87 F All dimensions are nominal. G All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev PRECAST CONCRETE - - - - _ _ - - - SP DITCH INLET Date _ _ _ _ — _ 600mm X 600mm, DEPTH 4.Om MAX OPSD -- 705.030 Catch basin connection 22.5'or 45° Pipe bend 1 Granular bedding JJ � Undisturbed ground / 0 0 /•y 1 00m min z � a • Sewer main / Concrete bedding J e Min width 600mm Tee Note 1 m max Construction line e ° 150mm min = _- RISER DETAIL Catch basin connection bend pipe bend Tee 1 Note 1 / 1 Sewer main 45'-- NOTES: max , 1 For sewers smaller than 450mm dia connections must be made using approved ' Bedding as specified factory made tees. For oil other sizes, i either factory made tees or approved saddles may be used. A Concrete to be 20MPa at 28 days. 8 Alf dimensions are in millimetres or metres unless otherwise shown. CONNECTION WITHOUT RISER ONTARIO PROVINCIAL STANDARD DRAWING Date 1992 12 151Revl 2 Date — — — — — CATCH BASIN CONNECTION RIGID PIPE SEWER - - - oPSO - 70$.o� r rr rr r r rr rr rr rr ar r r r rr irr rr +r rr r� CONCRETE CRADLE FLEXIBLE, WATERTIGHT CONNECTOR FLEXIBLE JOINT RIGID PIPE RIGID AND FLEXIBLE PIPE RIGID AND FLEXIBLE PIPE r-r•--r-rr T-.- >_ , .. r ' - O + v O d •~ E �300mm min For installation of these connectors Flexible joint to be placed within 300mm b , , refer to manufacturers instructions. of wall of structure F A full length of pipe may be used in conjunction with a flexible, PLAN I watertight connector. 300mm min Catch basin or maintenance hole Granular backfill---l-�+,' "- Granular backfill ' ,' I n A. A X Granular bedding ELEVATION X X K Y. K ,X Y.• X X X �u._•s_.. . 300mm min / Note 1 Granular bedding ELEVATION NOTES: 1 Pipe to be supported with minimum ONTARIO PROVINCIAL STANDARD DRAWING 1.996 os 15 Rev 15MPa concrete to the first pipe joint. SUPPORT FOR PIPE AT CATCH - - - - - - - - - sP A All dimensions are in millimetres BAST N OR MAINTENANCE HOLE Date _ _ - � - _ or metres unless otherwise shown. OPSD 708.02 O rr rr r �r irr rr rr rr rr �r r rr rr rr rr rr lr r r PIPE IN SUPPORTED PIPE IN UNSUPPORTED PIPE IN UNSUPPORTED PIPE IN SUPPORTED EXCAVATION EXCAVATION EXCAVATION EXCAVATION Note 4 00 Subgrade 00 Typ 2 2 OOmm min, Typ Lj 1 1 Support system 1� Backfill material. �'1 ' Clearance, Typ For culvert frost treatment 1.5 , \ see table . 1.5 Note 3 TYp 0 0 0 Cover material 0.1500 300mm min, Typ ° Compacted granular bedding material Note 1 — Bedding grade 00 Typ 00 2 0.6 00 2 0.500 Note 2 Note 2 CLASS B — BEDDING CLASS C — BEDDING NOTES: 1 The minimum bedding depth below the pipe shall be 0.15,0 CLEARANCE TABLE In no case shall this dimension be less than 150mm or LEGEND: pipe greater than 300mm. 0 -- Inside diameter Inside Diameter Clearance 2 The pipe bed shall be shaped to receive the bottom of the pipe. OD -- Outside diameter mm 3 Pipe culvert frost treatment according to OPSD-803.030 and 803.031. 900 or less 300 4 Condition of trench is symmetrical about centreline of pipe. Over 900 500 A Soil types as defined in the Health & Safety Act and Regulations for Construction Projects. B Protection against heavy construction equipment according ONTARIO PROVINCIAL STANDARD DRAWING .1996 09 15 Rev to OPSD-808.010. RIGID PIPE BEDDING, SP C All dimensions are in millimetres — — _ — _ — — — — _ or metres unless otherwise shown. COVER AND BACKFILL Date - - - - - - TYPE 3 SOIL - EARTH EXCAVATION 10PSD -- 802.031 MANHOLE FRAME E COVER ' — 75 mM :LEARANCE FOR TOP TWO STEPS ONLY SEE NOTE 5 SEE NOTE'$ CONCRETE CAP 7 MAXIMUM 300 mm BRICKWORK • \ CEMENT BRICK SET IN 3 PARTS `230 685 mm DIA. 30 SAND, I PART CEMENT MORTAR WITH X23 683 mm DIA. 230 IS mm PARGED ON OUTSIDE,.SEALED WITH • '=� TWO COATS OF BITUMINOUS PAINT. O P �a 'A MANHOLE SECTION TO MEET A.S.T.M. � SPECIFICATION C-478 OR EQUIVALENT ee' 130 ° 1200 mm DIA, a.. 130 130 1200 mm OIA. 130 PARSE OUTSIDE OF JOINTS z � PRESS SEAL OR EQUIVALENT RUBBER OASKE7----,,, :a w U _Z o ° e z C 0 M W ^� m 00 Q M A• I I 20 MP* CONCRETE BENCHING TO BE FORMED \ � SEE TABLE AFTER MANHOLE IS ERECTED �� � � MIN.OF 75 mm OF 19 mm CRUSHED STONE COMPACTED — -`� 1460 mm DIA. .' 1460 mm Di A. - ' SECTION A-A SECTION B-B 2001 683 mm DIA. od A` HEIGHT OF BENCHING ABOVE INV.OF OUTLET PIPE MANHOLE SECTION TO MEET A.S.T.M. • 300 350 373•00 800 SPECIFICATION C-478 OR EQUIVALENT '° :°, PIPE 200 mm mm mm 8 mm IN TO mm DIAMETER INCLUSIVE ' SENC14NG 0.5 PIPE 175 OS PIPE 0-3 PIPE. 1 200 mm DIA. 130 REQUIRED OIA. mm 010.+50 mm 014175 mm o (LOWEST BENCHING. SHALL GOVERN.) B PRECAST FLAT TOP NOTES; I 1 1. PRECAST CONCRETE BASES SHALL BE USED ONLY WHEN GROUND CONDITIONS I ARE DRY AND FIRM (STRUCTURALLY SOUND). Z30 2. TOP OF BENCHING TO BE SLOPED IT 2 % TO CHANNEL. I(' �—.--� 3. ANY PIPES ENTERING THE PRECAST SECTIONS, MUST NOT ENTER AT A ( A / \ A MANHOLE SECTION JOINT. LIFTING HOLES IN PRECAST SECTIONS TO BE COMPLETELY FILLED WITH 3 PARTS SAND, I PART CEMENT MORTAR AND POINTED BEFORE BACK-FILLING. 5. MANHOLE STEPS: TO 8E POSITIONED AS PER STANDARD S'111. ------ l \ I ---- j � 6. PRECAST FLAT TOP TO BE USED WHEN TOTAL HEIGHT Of PRECAST SECTION IS LESS THAN 480 m. 7. GASKETS TO BE PLACED AS PER MANUFACTURERS SPECIFICATIONS. S. FOR MH.OEPTHS GREATER THAN$O m A MANHOLE SAFETY GRATING IS REGUIREO PLAN 1 MAX SPACING BETWEEN SAFETY GRATES IS 3-0 m., ( 1 1 1 9. FOR DEPTHS GREATER THAN 75 m THE MANHOLE MUST BE INDIVIDUALLY DESIGNED. 1 I 10. 19 mm CRUSHED CLEAR STONE SHALL BE PLACED UNDER PIPE,AT THE MANHOLE, TO THE FIRST JOINTS. IL THE FIRST PIPE LENGTH OUT OF THE MANHOLE SHALL NOT EXCEED I.80 m. ALL DIMENSIONS IN MILLIMETRES EXCEPT WHERE NOTED 12. FOR BENCHING DETAIL SEE STD. DWG. Na.5-113 THE REGIONAL MUNICIPALITY OF DURHAM DEPARTMENT OF.WORKS CHECKED n f REVISION No. 1200 mm PRECAST CONCRETE MANHOLE DATE APPRO 1986 OS 08- VED DATE (FOR SEWER SIZES UP TO 600 mm ON STRAIGHT RUNS) C � 1978 03 10 J 10 SEE NOTE 5 SEE NOTE 5 L L w J w O O 2 � �N BEDDING MATERIAL AS < / BEDDING MATERIAL AS z PER 5-401 OR 5-305 0 ° PER 5-401 OR 5-305 v ° STANDARD 'Y' FITTING UJ n; STANDARD 'Y' FITTING REVERSED REVERSED z SEE NOTE 5 STANDARD 457 ELBOW — STANDARD 45' ELBOW • _ ,° ti SEE NOTE 5 20 MPa CONC. (150 mm) STANDARD 90 ELBOW TO UNDISTURBED SOIL CONC. FILLET TYPE A TO UNDISTURBED 1SOILmm) TYPE 6 NO TEES SHALL BE USED (TYP.) 4 �.° L L SEE ;a c;°` °• / / BEDDING MATERIAL AS °; NOTE 3 PER 5-401 OR 5-305 a /° BEDDING MATERIAL AS i SEE NOTE 5 ° d ° PER S-401 OR 5-305 20 MPo CONC. (150 mm) ;•°. d. .° SEE NOTE 5 TO UNDISTURBED SOIL °• -a ,A., 20 MPa GONG. (150 mm) SECTION A-A 'Q TO UNDISTURBED SOIL ' A DROP STRUCTURE TYPE A OR B SECTION B—B 2 MANHOLE STEPS REQUIRED WHERE 'D' EXCEEDS 1800 mm - - NOTES: 1. FOR SEWER SIZES UP TO 450 mm DUI. THE DROP PIPE SHALL BE THE SAME SIZE AS THE INLET PIPE. FOR SEWER SIZES GREATER THAN DROP STRUCTURE 450 mm THE DROP PIPE SHALL BE ONE SIZE ' TYPE A OR B SMALLER THAN INLET PIPE. FOR MH SIZE 2. OBVERT OF CROP PIPE TO BE LEVEL WITH OBVERT AND BENCHING SEE NOTE 3 OF OUTLET PIPE AND BENCHED TO THE OBVERT DETAILS SEE OF THE OUTLET PIPE. 5-113 3. DROP STRUCTURE TO BE ENCASED IN A MINIMUM OF 150 mm OF 20 MPo CONCRETE. MANHOLE ON OUTSIDE TO BE A OUTLET PIPE MH.PDROP STRUCTURE D O BE STRAPPEDCTO F PLAN STEPS WITH STAINLESS STEEL BANDS. 4. MAXIMUM VELOCITIES SHOWN IN TABLE INDICATED THE MAX. FLOW VELOCITY IN INCOMING PIPE WITHOUT OVERSHOOTING . TABLE Of MINIMUM DIMENSIONS & MAXIMUM VELOCITIES 5. ADJUSTMENT IN 'D' AND 'L' TO BE MADE THROUGH THIS SECTION OF PIPE. DROP. PIPE TYPE 'A' I TYPE 'B' MAX. VELOCITY GRADES NOT 6. ALL CONCRETE IN DROP STRUCTURE TO BE DIAMETER 'D' 'L' '0' I 'L' M/S TO EXCEED 20 MPa AT 28 DAYS. 7. MINIMUM DIMENSIONS BASED ON USE OF 200 600 750 - 1200 W50 1 42 1.80% STANDARD CONCRETE FITTINGS. 250 636 801 1275 1050 1 55 1.60% 300 699 900 1425 1125 1 70 1.50% 375 900 1125 1875 1200 1 92 1,42% ' 450 975 1200 2025 1275 2.16 1.42% GRADES BASED ON MANNING FORMULA AT 82% FLOW. ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED: REVISION NO.: 7 APPROVED: DROP STRUCTURES FOR MANHOLES DATE:. 1995 02 DATE: S_1 O 7 1978 03 10 i ' 27 VARIES CL E EARANC N 75 —— — I CLEARANCE � � � MANHOLE WALL VARIES MANHOLE WALL N VARIES R=6� T N j 1 �dCC =16 1 Vv\KJ N N --�19 IB1 R-16 TYPE J v FOR USE IN BRICKWORK ONLY a MIN 90 --+i 100 19�-- MPX. TYPE 'AI 20 FOR POURED IN PLACE MANHOLES M MIN 1E-0 — 20 1 Q AJA 45. GIRT SECTION B B 88=B ' NOTES: p PAW I. MATERIAL FOR STEPS TO BE ALUMINUM ALLOY 65 ST 4 (ALUMINUM CO. r HOLLOW CIRCULAR OF CANADA SPECIFICATIONS). 20 ALUMINUM STEP 1 2. DISTANCE BETWEEN STEPS TO BE 300 mm. 3. DISTANCE FROM STEP TO TOP OF BENCHING TO BE 300 mm MAXIMUM. 14, 4 DISTANCE FROM BASE OF FRAME TO FIRST STEP TO BE 75 mm. 5. LAST STEP TO BE 300mm ABOVE BENCHING OR 600mm ABOVE INVERT _ FOR PIPES LARGER THAN 600 mm 0 OR 150 mm ABOVE SPRINGLINE A A ' FOR PIPES 1OF TA 0 AND LARGER. i 210 OF 6. TWO COATS STATIC ASPHALT PAINT OR APPROVED EQUAL. ON }L EMBEDDED SECTION. 7 HOOK TO BE PLACED UPRIGHT IN BRICKWORK OR CONCRETE AS POLYETHYLENE ANCHOR INSULATING SLEEVE REQUIRED. 1 8. RUNGS TO BE PLACED ON BLANK WALL. FOR PRECAST MANHOLE SECTIONS ALL DIMENSIONS IN MILLIMETRES EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT t CK Ne. 4 DATE 1988 05 12 MANHOLE STEPS DATE 1978 03 10 S-111 ' MANHOLE RIM TO BE SLOPED TO FIT GRADE OF ROAD MORTAR- PROPOSED PAVE M\T„ °o° °-/.%f a •,'a •''-,'� :' d BASE c,°.���a - m o •. °, °e_ri.. °;° MANHOLE STEP TYPE 8 4.•..`• �,O y TOP OF EXISTING CONCRETE >! (.p 1 • '.14. _ MANHOLE STEP _ o•. ,i •A�- d... .''•,,Y TYPE A-OR C •. CEMENT BRICK SET IN `L> - 1, •� .. 3 PARTS SAND, 1 PART CEMENT MORTAR WITH p •�,,-,i' EXISTING MANHOLE WALLS-15 mm PARGING ON OUTSIDE, ' SEALED WITH TWO COATS Of A .: •`'4•: 7'. BITUMINOUS PAINT. J 4 NOTES, I. A MANHOLE STEP IS TO BE PLACED IN THE MASONRY ADJUSTMENT ONLY WHEN THE TOTAL HEIGHT IS 300 mm 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 REQUIREO MASONRY ADJUSTMENT IS GREATER THAN 430 mm.REMOVE TAPERED TOP SECTION AND INSTALL PRECAST CONCRETE FILLER SECTIONS AS REQUIRED. HEIGHT OF MASONRY ADJUSTMENT IS NOT TO EXCEED 450 mm. ALL DIMENSIONS IN MILLIMETRES EXCEPT WhERE NOTED THE REGIONAL MUNICIPALITY OF DURHAM DEPARTMENT OF WORKS ' CHECXED REVISION Ne. 6 APPROVED ADJUSTING RIM OF EXISTING DATE 198605 09 .�� . PRECAST CONCRETE MANHOLE DATE S-II2 1978 03 10 r , • I r I i 1 ' I NOTE:CHANNEL IN DEAD END MANHOLE TO FINISH i 225 mm FROM UPSTREAM WALL :d: 1 I I I I 1 1 r I1 1 . 1 1 I STRAIGHT RUN 'Y' JUNCTION r r - r e; f 1 1 I to, , I 450 BEND 90° BEND r HEIGHT OF BENCHING ABOVE INVERT OF OUTLET PIPE PIPE UP TO 60 400 0 GREATER DIAMETER INCLUSIVE � mm Bmm INCLUSIVE 600 m BENCHING 0.5 PIPE 175 0.5 PIPE 0-5 PIPE BENCHING REQUIRED OIA. mm 010. D4L+T5 TO TOP OF PIPE (LOWEST BENCHING SHALL GOVERN) � MAX PIPE SIZES ALLOWABLE FOR PRECAST MANHOLES MANHOLE DIA. 1200 1500 1800 1 1 I INLET OUTLET INLET OUTLET INLET OUTLET STRAIGHT RUN 600 600 825 825 1050 1050 450 BEND 525 525 750 750 '900 900 a: •:': 90° BEND 450 450 675 675 1 825 825 NOTES r 1. 20 MPo CONC. BENCHING TO BE FORMED IN ALIGNMENT EXEEDS IS•. ?:� AFTER M.H,IS ERECTEO. 5. ALIGNMENT OF SEWER TO EXTEND A 2. ALL BENCHING TO BE SLOPED AT 2% MIN.OF ISO mm INTO MH.BEFORE A CHANGE TO CHANNEL. IN ALIGNMENT BEGINS. 3, BENCHING TO BE 225 mm MIN.WIDTH. S. THE MAXIMUM ALLOWABLE PIPE SIZES FCR ylI 4. TO PROVIDE ADEQUATE BENCHING,THE(L PRECAST MANHOLES PROVIDED IN Ty. TA3';Z ' ARE TO BE USED FOR TRASITION MANHOLES 1 RADIUS OF THE MH.BENCHING SHALL BE ONLY. THE SIZE OF MANHOLE REOL'IRED T EQUAL TO OR GREATER THAN THE INSIDE FOR'Y' AND T' JUNCTION WILL BE DIA. OF THE LARGEST PIPE FOR JUNCTION DETERMINED AT THE TIME OF ENGItiEERING OR TRANSITION MWS WHERE THE CHANGE ( SUBMISSION. ALL DIMENSIONS IN MILLIMETRE EXCEPT WHERE NOTED THE REGIONAL MUNICIPALITY OF DURHAM DEPARTMENT OF WORKS CHECKED: Gj p REVISION No. 2 '� TYPICAL BENCHING DETAILS "TE 1985 05 28 rDATE 1978 03 10 FOR PRECAST MANHOLES S-11 t NOTE ' CHANNEL IN DEAD END PA.H.TO FINISH 225 mm FROM UPSTREAM WALL `� \ l 1 STRAIGHT RUN IY' JU�CTION IL -} 225' , -_ MIN`S -t�50 MIN. 1. T o� � I i lam" 450 BEND ' 90° 'BEND I NOTES I I. 20 MPa CONC.BENCHING TO BE FORMED AFTER MN. IS ERECTED. 2. ALL BENCHING TO BE SLOPED AT 2% TO CHANNEL. I 3. BENCHING TO BE 225 mm MIN.WIDTH. i 4. TO PROVIDE ADEQUATE BENCHING.THE E RADIUS OF THE MH.BENCHING I SHALL BE EQUAL TO OR GREATER THAN THE INSIDE 01A.OF THE LARGEST PIPE FOR JUNCTION OR TRANSITION MH'S WHERE THE - CHANGE OF ALIGNMENT 15't 5 EXTEND ALIGNMENT OF SEWER TO EXTEND A MIN.OF ISO mm INTO M.H.BEFORE i A CHANGE IN ALIGNMENT BEGINS. < 1% HEIGHT OF BENCHING ABOVE INVERT OF OUTLET PIPE �. ., PIPE UP TO 300 350 8375 mm TOEmm GE AN R DIAMETER INC USIV` mm mm mm INCLUSNE BOO mm I BENCHING 0.5 PIP£1175 10.5 PIPE 03 PIPE 8£NCliING REQUIRED DUI. mm OIA!5O7jD1A.?5mmj TO TOP OF PIPE i I (LOWEST BENCHING SHALL GOVERN) 'T' JUNCTION ALL DIMENSIONS IN MILLIMETRES EXCEPT WHERE NOTED THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT 3 C CKED Vt tie. CA 3 AP%9�jY � TYPICAL BE N C H I N G DETAILS - 1886 05 27 tTE 1978 oa to FOR SEMI-PRECAST MANHOLES s�� �g�, 1 LIFT HOLE ® O 0000000 0 0 x Ono 0 0 A A C X00 ;. , 000 ® ® ® , MUM ® 1� 00m0um0 mannuum ® ® 00 000 03 SEWER OR WATER COVER PLAN - 4.5 LE MAX. 624 CLEARANCE t-22 49 FRAME PLAN \ f 16-J L 27 Ql SECTION C-G 676 i 624 I ! 49 T - � � 578 1 1 N � $75 1 ! 25 I 667 N 845 ! Tr SECTION A-A I• ALLOWABLE TOLERANCE FOR DIMENSIONS OF 300mm OR LESS IS - 3 mm Z. ALLOWABLE TOLERANCE FOR DIMENSIONS GREATER THAN 300 mm 4ND UP TO 900 mm INCLUSIVE IS t 6 mm 3. THE INITIALS OR MARK OF THE MANUFACTURER ARE TO BE DISTINCTLY CAST IN RAISED LETTERS ON BOTH FRAME AND COVER AS WELL AS THE DESIGNATION 'SEWER' OR 'WATER' 1 -ALL DIMENSIONS IN MILLImfrTRvS EXCEPT O e NQTrM THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT G+EGxE REVISION No. 2 ROUND MANHOLE FRAME 1985 0413 E AND CLOSED COVER V(iA_ -1- 7 1961-04-01 1 I I PROPERTY LINE OF ROAD ALLOWANCE FINISHED SHOULDER GRADE ' E BELL ENO a o WITH PLUG OR SHORT LENGTH OF A.G. OR V.C. ci Mi COUPLING WITH I OR PVC SOR 28 j z a PLUGa MIN, 2 S: GRADE E MAX. 10% GRADE N SEE E > NOTE 4 A X 3. MA x 22.3• BEND PIPE COUPLING a CONK INVERT FULL LENGTH A.C. OR VC OR CONNECTION BRANCH PVC SOR 28 SEE NOTE 2 'A'— MIN 73 mm, MAX 123•mm OBVERT TO OBVERT 8 '8'— MAX 300 mm OBVERT TO OBVERT CONNECTION INVERT SEWER MAIN SANITARY SEWER HOUSE CONNECTIONS NOTES 9.323 STUD AND NUT (2 REQUIRED I IN NEW SUBDIVISIONS THE SANITARY SEWER AND WATER SERVICE CONNECTIONS ARE TO BE INSTALLED IN SEPARATE TRENCHES. IN CASES WHERE THE SEPARATE TRENCH INSTALLATION 13 `-- CEMENT MORTAR - WATER MAY E INSTALLED IN A COMMON TR NCH AS PER DETAIL��CTION$ IN 2. NEW SUBDIVISIONS ALL CONNECTIONS TO THE SEWERS ARE TO ' -- — ��" - _ BE MADE WITH A FACTORY MANUFACTURED 'T'. FOR CONNECTIONS c3 " TO EXISTING SANITARY SEWERS,OTHER THAN P.V.C. OR A.B.S. TRUSS. ..•_ .;fi J �•. _ 19.OSO G POLE •' Y'�• 3L7S0 DEPTH PIPE,A SADDLE CONNECTION MAY BE USED. MORTAR—ON' SADDLES 'I A. # ..L.'• TO BE.USED ON CONCRETE PIPE .GREATER THAN 460 mm DIAMETER. "TAMPIN" EXPANSION INSIDE CIRCUMFERENCE CONNECTIONS TO EXISTING:.PV.0-SEWERS ARE TO BE MADE WITH ANCHOR - MACHINE OF .PIPE A FACTORY MANUFACTURED TEE. CONNECTIONS 10 EXISTING A.8.3.. TRUSS PIPE.ARE TO BE-MADE WITH A-SOLVENT WELDED SADDLE. MORTAR—ON SADDLES FOR CONCRETE s 45•STRAP ON SADDLE TO BE USED OH $EWER_S OTHER THAN' RV.C. OR TRUSS PIPE,WHEN LATERAL INTERSECTS SEWER MAIN AT AN: MAINS. OVER° 450 mm DIAMETER. A� ANGLE. 4. THE SEWER CONNECTION SHALL BE LAID FROM:.THE,MAIN TO I3 m BEYOND THE PROPERTY LINE IN NEW SUBDIVISIONS ONLY.SEE S-411. FOR WATER SERVICE CONNECTION DETAILS - 3. THE END OF ALL SEWER PIPE.MUST BE MACHINED.ALL CUTTING AND PIPE. COUPLING MACHINING TO BE DONE BY CONTRACTOR. 22.3•END 6. A COUPLING SMALL BE INSTALLED AT DEAD END AND SHALL BE PLUGGED USING A WATER TIGHT PLUG. T. DEFLECTIONS OF PIPE AT JOINTS 13 NOT TO EXCEED 3• LE.' 130 mm MAX. DEFLECTION FOR A. 3 m LENGTH Of 100 mm AC. OR V.C. OR ASBESTOS CEMENT PIPE ' PVC SDR 2B 75 mm MAX DEFLECTION FOR 1.8 m IENTM OF SADDLE BRANCH VETRIFIED CLAY PIPE CEWER MAIN & PIPE COUPLING TO BE 'RING-TITE' OR EQUIVALENT. PVC TO BE BELL AND SPIGOT JOINT. A REFER TO -STO. S-304 FOR BEDDING REQUIREMENTS. FOR PVC SERVICE CONNECTIONS AND CLASS'S' BEDDING FOR A•C. AND V.C. L . PIPE AS PER S SADDLES J 10. WFEN MORTAR-ON SADDLES ARE USED,A MACHINE CUT OPENING IS TO E MADE IN THE SANITARY SEWER WITH A CORING MACHINE TOP VIEW 0 FINISHED GRADE d-MIN.73,DEPTH OF EDGING STAINLESS BELOW-PIPE' STEEL NUT =c Be •OUTSIDE DIAMETER ' AND WASHER _—` RING SEAL ACCORDING TO S m Bd MINIMUM WIDTH OF MANUFACTURERS MIN 600 TRENCH SPECIFICATION r"' •90 0 OR+ OR WITH MIN OF B 90 Be+WIDTH STAINLESS STEEL i O c OF SHORING+600 STRAP v ° WATER SERVICE� SECTION 'A—A' SEWER SERVICE x O ac CAST— IRON SADDLE BRANCH FOR T-1-ad CONNECTION TO EXISTING MAINS OTHER DETAIL 'A' THAN P.V.C. OR A.B.S. TRUSS PIPE. COMMON TRENCH DETAIL AlL DIMENSIONS IN MIILIME7RES EXCEPT WHERE NOTED THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED REVISION N. 6 t �I9BI o4 0l SANITARY SEWER HOUSE CONNECTIONS 1986 ° DATE: (150 a 100 mm PIPE ) S-301 MIN. 450 � r NATIVE MATERIAL COMPACTED TO 95% PROCTOR DENSITY SAND BACKFILL J\ •\ 1 g COMPACTED TO 98'x' '.n-: /.-. ,�. -� '.•r.�•\, •' :-•\.�: i PROCTOR DENSITY �_ 'I•.i?'' ' s . h 0 O O STANDARD DIMENSION RATIO NOT TO EXCEED SDR 28. 19 mm CRUSHER RUN LIMESTONE TO SPRINGLIKE 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 CHECKED: REVISIC04 No. 2. — aPPROiED BEDDING DETAIL FOR PLASTIC 7 1984 Os 24 ' ' ! , DATE 1978 03•9 803 40 SANITARY SEWER SERVICE CONNECTIONS S-304 r SAND BACKFILL COMPACTED /;TRENCH% PROCTOR DENSITY BOX HALL NOT REACH ELOW THIS LEVEL r c 300 FILTER FABRIC (SEE NOTE 5) 19 mm CRUSHER RUN LIMESTONE ,yOO. .• O1' 19 mm CRUSHER RUN LIMESTONE COMPACTED TO 989 PROCTOR O.D. + 100 COMPACTED TO 98% PROCTOR DENSITY. DENSITY — I t: 150 MIN. ; CRUSHED CLEAR STONE O.D. + 600 MIN. ,;, y FOUNDATION AS REQUIRED ' O.D. + 600 MIN. DRY TRENCH WET TRENCH r NOTES: 1. BEDDING MATERIALS SHALL BE FULLY EXTENDED TRENCH BOX SHALL NOT AND COMPACTED AGAINST TRENCH WALLS. REACH BELOW THIS LEVEL BEDDING MATERIALS SHALL BE PLACED AND ` COMPACTED IN 150 mm LAYERS. s 2. NO MECHANICAL COMPACTION EQUIPMENT SHALL 2.5 X O.D. O.D. 2.5 x O.D. BE USED ON TOP OF PIPE PRIOR TO PLACING 1 A MINIMUM OF 300 mm COVER. 3. PIPE SHALL BE BEDDED TO PROPOSED LINE AND GRADE WITH UNIFORM AND CONTMOUS SUPPORT FROM BEDDING. BLOCKING WITH ANY HARD OBJECT SHALL NOT BE USED TO SAND BACKFILL _ :--c = - e::: �: ;_ BRING THE PIPE TO GRADE. r '`; ,1 COMPACTED TO ''Jr?'r'. C: 300 4. CONCRETE USED IN THE y PROCTOR J,rk ETE SHALL NOT 8 DENSITY - - — EMBEDMENT ZONE. r O 5. FILTER FABRIC SHALL BE USED IF GROUND WATER 19 mm CRUSHER RUN O O.D. + 100 TABLE IS ABOVE THE TRENCH BED OR IF GROUND LIMESTONE COMPACTED WATER IS FLOWING INTO TRENCH THROUGH THE TO 98% PROCTOR DENSITY EMBEDMENT ZONE. CRUSHED CLEAR STONE i :j ,'.',:;• �» !'. 300 MIN. FOUNDATION AS REQUIRED UNSTABLE TRENCH 1 ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED: REVISION NO.: 3 APPROVED: SEWER TRENCH BEDDING DETAIL CLASS P DATE. 1995 10 02 DATE: (FOR PLASTIC PIPES UP TO 375 mm) S-305 1981 06 17 rl TRENCH WIDTH FINISHED GRADE 0.D.+MN. 600 ��"' ✓, \ \ r APPROVED EXCAVATED BACKFI,.L "r \ COMPACTED TO 95% PROCTOR DENSITY SAND EXTRUDED POLYSTYRENE INSULATION (STYROFOAM H140 OR APPROVED EOUIVALENTI 2 BACKFILL COMPACTED i TO 989E PROCTOR DENSITY �.'' �• WATERMAN OR SANITARY SEWER REDOING MATERIAL AS PER 5-401 OR 5-306. INSULATION OF NEW SERVICES r APPROVED EXCAVATED j BACKFILL COMPACTED 1 _ TO 95'X. PROCTOR DENSITY - FINISHED GRADE SAND \� 1 / EXTRUDED POLYSTYRENE 00 INSULATION(STYROFOAM HI 40 a OR APPROVED EOUMLENT) i SAND BACKFILL COMPACTED -. .. .. -.. TO 98.4 PROCTOR DENSITY i O� n EXISTING GROUND BELOW SPRINGLINE OF THE PIPE NOT TO BE DISTURBED. WATERMAIN OR SANITARY / SEWER H ? 1350 H <1350 INSULATION OF EXISTING SERVICES W- 0.0+ 2 (1500- H) OR O.D.+600 mm WHICHEVER IS GREATER WHERE W- INSULATION WIDTH O.D. • OUTSIDE DIAMETER OF PIPE TO BE INSULATED. H • DEPTH OF PIPE TO BE INSULATED. (MIN(MUM- 12OO MA) �I. I f ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED METHODS OF INSULATING � 1988 04 26 DOE 1990 02 00 SANITARY SEWERS AM WATERMAINS S= 307 - WIDTH OF TRENCH TIMBER OR STEEL BEAM Of ADEQUATE SIZE GROUND ELEVATION TEMPORARY HANGERS GRANULAR C I EXISTING SEWER >I�i OR WATERMAIN 300 300 GRANULAR C * DO NOT REMOVE HANGERS UNTIL f' --i BACKFILLING o HL8 BLEND CRUSHED CLEAR OPERATIONS REACH °o oo LIMESTONE COMPACTED THIS POINT. `� a0 a TO 93%PROCTOR z zz z�a DENSITY 7 Q m W K ' J , • , x o w CONCRETE SLAB Ix o 600 MIN, zd0 13 MP. AT 28 DAYS O.D.•600+N 1 1 =t.' NEW-SEWER OR WATERMAIN Awl CLEARANCE GREATER THAN 1200 WIDTH OF TRENCH TIMBER OR STEEL BEAM OF ADEQUATE SIZE .y ` GROUND ELEVATION J - TEMPORARY HANGERS jA GRANULAR C + DANO T REMOVE .:I I EXISTING SEWER OR WATERMAIN OERATIUN6 i y OPERATIONS REACH THIS POINT + c AWN i o 0 N_ �—HL8 BLEND CRUSHED CLEAR ul a LIMESTONE COMPACTED i TO 95% PROCTOR ¢¢ DENSITY t W W J b Ci C D.D.+600+H VA F 0_ tt 0.O 1 1 NEW SEWER OR I � WATERMAIN ,p _K SECTION LONGITUDINAL SECTION CLEARANCE NOT GREATER THAN 1200 ALL DIMENSIONS IN MILLIMETRES EXCEPT WHERE NOTED THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED SION No. 3 . SUPPORTS FOR WATERMAINS, AND SEWERS 19 03 0.19 OgTE- 19 CROSSING TRENCHES S,.407 i SOLID STEEL SLIDE TYPE OR FIBERPLAS EXTENSION STEM FINISHED GRADE FINISHED GRADE 135 mm SLIDE TYPE �-VALVE BOX & COVER E -- 00 c,;z no +� IRON CENTRE EXTENSION _ a (AS REQUIRED) w 50 mm OPERATING NUT OPEN TO LEFT GUIDE PLATE EXTENSION STEM TO BE_ NON-RISING STEM FASTENED TO OPERATING- NUT WITH 2 SET SCREWS RESILIENT SEAT MECHANICAL JOINT \ GATE VALVE WATERMAIN / \\ / \ A.W.W.A. C-509 / J o g GLAND RING GASKET �' 1 ! z_o 61, 19 mm CRUSHER SOUO CONCRETE BLOCK LO.DJ RUN LIMESTONE 150 mm x 150 mm x 300 mm NOTES: 1. VALVE BOX TO BE ADEQUATELY BRACED WHILE BACKFILLING AND MUST REMAIN PLUMB 2. VALVE BOX EXTENSION TO BE USED ONLY IF REQUIRED. 1 REFER TO SCHEDULE 'C' OF STANDARD WATERMAIN SPECIFICATIONS FOR PLACEMENT OF MARKER STAKES. 4. VALVE TO BE COMPLETELY BACKFLLLEO WITH 19 mm CRUSHER.RUN LIMESTONE. 5. WHEN THE DEPTH OF THE OPERATING NUT IS GREATER THAN 2.0 m BELOW FINISHED GRADE AN EXTENSION STEM IS REQUIRED. 6. ALL INLINE VALVES INSTALLED ON PVC WATERMAIN TO BE RESTRAINED AS PER S-430, UNLESS OTHERWISE NOTED. ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED: REVISION NO.: 10 APPROVED: 100 mm TO 300 mm GATE VALVE DATE:- 1995 02 DATE: 1991 11 15 AND VALVE BOX IS-4081 ■ i HYDRANT 1 I i i too L Z � FINISHED GRADE I i l I I I o , I � rn I Z I ADJUSTABLE VALVE BOX 70 BE SET FLUSH WITH FINISHED GRADE 1 BEDDING & BACKFILL AS ISPECIFIED ON CONTRACT DWGS. r. li CONCRETE ~ MIN 600--�i CONCRETE THRUST BLOCK AS PER S-405 THRUST BLOCK WATERMAIN AS PER S-404 150 mm GATE VALVE 0-20 mm POLYETHYLENE BOND BREAKER TYP. 150 mm WATERMAIN ANCHOR TEE SOLID CONCRETE BLOCK 0.20 mm POLYETHYLENE i CONCRETE BLOCK 300 mm x 200 mm x 200 mm BOND BREAKER TYP. 300 mm x 200 mm x 200 mm NOTE: 1. THRUST BLOCKS TO BE 20 MKa CONCRETE 2. DRAIN HOLES TO BE PLUGGED 3. HYDRANT EXTENSIONS TO BE INSTALLED AT BOTTOM OF BARREL 4. ANCHOR TEE. VALVE & HYDRANT TO BE COMPLETELY BACKFILLED WITH 19 mm CRUSHER RUN LIMESTONE WHEN USING CLASS 'r BEDDING 5. JOINT RESTRAINERS AND GRANULAR THRUST BLOCKS SHALL BE USED INSTEAD OF CONCRETE THRUST BLOCKS IN POOR SOIL CONDITIONS AND WHEN DIRECTED BY THE ENGINEER 6. WATERMAIN TRACER WIRE TO BE INSTALLED IN VALVE BOX AS PER STANDARD DRAWING 5-425 7. IF HYDRANT REQUIRES ACCESS ACROSS DITCH, INSTALLATION MUST BE IN ACCORDANCE WITH STANDARD DRAWING S-428 ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT REVISION NO.: 9 i HYDRANT ASSEMBLY WITH CONCRETE DATE: 199311 ■ DATE: 1978 03 10 THRUST BLOCKS S-409 VARIES FINISHED GRADE i -FINISHED ROAD GRADE I. 1 ' ROD i SERVICE BOX ECLIPSE PATTERN NO. 9 0 Z CURB STOP : MUELLER ORISEAL COMPRESSION Z 2 u JOINT NO. H-15209 OR AN APPROVED �I Z (n EQUIVALENT. Z w COPPER TO COPPER COUPLING MUELLER � a COMPRESSION JOINT NO H-15403 OR a AN APPROVED EQUIVALENT (TO BE USED WHERE REQUIRED). ' SERVICE GROUND CLAMP C/W ANODE WIRE CONNECTOR CRIMP END OF COPPER SERVICE PIPES PIPE. TYPE 'K' 15001 I -- - --150 --►� ' 9 5.4 kg ZINC ANODE 50 mm x 150 mm x 300 mm CEDAR BLOCK PLACED NON-FERROUS i ON UNDISTURBED GROUND WATERMAIN 2300 ' - CORPORATION MAIN STOP MUELLER COMPRESSION JOINT NO. H-15008 OR AN APPROVED EQUNALENT 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 'SCOTCHFILL7 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 / REVISION NO.. !! ! LAYOUT OF PIPE AND FITTINGS FOR DATE: DEC 1992 APPR 19 mm AND 25 mm COPPER WATER DATE 1976031O SERVICE ON NON FERROUS WM S-4-1 4 1 �Bd� SAND BEDDING AND BACKFILI COMPACTED IN 100 mm LAYERS TO 98% PROCTOR DENSITY TRACER WIRE — COATED 7 STRAND, 12 GUAGE TW75, TWU75 OR RW90XLPE WIRE RATED AT MINUS 40'C TAPED TO THE W.M. WITH ' FIBERGLASS TAPE 9° 0 0 P.V.C. PRESSURE PIPE — STANDARD DIMENSION RATIO NOT TO EXCEED SDR 18. CLASS E i i I Bd --^1 ' SAND BACKFILL COMPACTED TO 98 % PROCTOR DENSITY. O TRACER WIRE COATED 7 STRAND, 12 GUAGE TW75, TATED OR ANUS 4PE WIRE LEGEND RATED AT MINUS 40'C TAPED 70 THE W.M. WITH Bc= OUTSIDE DIAMETER FIBERGLASS TAPE. Bd= WIDTH OF TRENCH 19 mm CRUSHER '' 0° 07 = 00 m WITH A MIN. ' RUN COMPACTED ACTED pF 900 m 98 X o PROCTOR DENSITY Bc + WIDTH OF SHORING+ 600 mm SITY t ° ALL VALVES AND FITTINGS TO BE . COMPLETELY BACKFILLED WITH ° 19 mm CRUSHER RUN LIMESTONE o o CLASS F P.V.C. PRESSURE PIPE STANDARD DIMENSION RATIO NOT TO EXCEED SDR18 NOTES: 1.CLASS E BEDDING TO BE USED IN STABLE GROUNDS OR SOILS OTHER THAN SILTY CLAY. 2.CLASS F BEDDING TO BE USED IN UNSTABLE GROUNDS OR SILTY CLAY. 3.TRACER WIRE MUST BE WRAPPED AROUND FITTINGS AND BROUGHT TO THE SURFACE AT EVERY VALVE BOX AND SECURED. 4_REFER_.TO SCHEDULE'C'.FOR P.V.C. WATERMAIN-SPECIFICATIONS. 5.CONNECTORS USED FOR SPLICING TRACER WIRE SHALL BE WING NUT TYPE WITH NYLON SHELL AND NON-CORROSIVE STEEL WIRE SPRING. ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED: REVISION NO.: 6 DATE: 1995 02 APPROVED: P.V.C. WATERMAIN TRENCH BEDDING DATE: S-4'23 1979 08 15 r r - - L 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. r r Ft VALVE BOX AS PER S-408 r r r r r r IONS IN MILLIMETERS EXCEPT WHERE NOTED. . THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT ra REVISION NO. 9 TRACER WIRE ARRANGEMENT AT DAM: m 115 1979 08 15 VALVE BOX FOR P.V.C. OR C.P.P. W.M. S-4-2 5 r rVALVE TO BE LOCKED AND OPERATED BY REGIONAL PERSONNEL ONLY r PROPOSED EXISTING DUCTILE IRON P.V.C. WATERMAIN OR P.V.C. WATERMAIN O O MIN. 600 mm © MIN. 600 mm O O O 1 19 mm MAIN STOP TO BE REMOVED AND REPLACED o ' WITH A 19 mm BRASS PLUG AFTER TESTING HAS BEEN LL COMPLETED ir 19 mm TYPE 'K' COPPER COPPER COMPRESSION JOINT ' TO MALE I.P.T. COUPLING ' -40—FLOW r 19 mm CORPORATION SERVICE TEE 19 mm BACKFLOW PREVENTER MUELLER 12941, FORD T444-333, = WATTS No. 90 OR-APPROVED CAMBRIDGE 7-07370 OR EQUAL i APPROVED EQUAL 19 mm CURB STOP MAY BE OPERATED BY THE CONTRACTOR r r . ' NOTES L TRENCH TO BE LEFT OPEN AND FENCED IN ACCORDANCE WITH SAFETY REGULATIONS 2. INSULATION OF WATERMAIN BY-PASS REQUIRED DURING FREEZING CONDITIONS r ALL DIMENSIONS IN MILLIMETRES EXCEPT WHERE NOTED THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED APPRO110 DATE 19 mm TEST POINT BY-PASS 1989 DB DATE: S -42 9 1982 03 19 ' SERRATED SPLIT FLANGE O O - O O' O PLAIN END_,,-' SERRATIONS Q�Q`4 PVC PIPE Q DUAL SEAL GASKET O O FLANGE JOINT RESTRAINER UNI-FLANGE SERIES 900 UNI-FLANGE SERIES 1300 RESTRAINER OR APPROVED �E: ANY CONNECTION TO OTHER EQUIVALENT FLANGED PIPE REQUIRES AN ADDITIONAL RESTRAINER TO 100 mm TO 300 mm THE P.V.C. PIPE. OSERRATED SPLIT SERRATED SPLIT CLAMPING RING CLAMPING RING T-BOLTS PVC PIPE Q GASKET ' O MECHANICAL JOINT UNI-FLANGE SERIES 1300 RESTRAINER OR APPROVED EQUIVALENT 100 mm TO 400 mm ' SERRATED SPLIT CLAMPING RINGS NOTES: THREADED ROD ' 1. ALL BOLTS AND NUTS SHALL BE CORE-TEN STEEL OR EQUIVALENT. 2. REFER TO STANDARD DWG. S-431 FOR LENGTH OF JOINTS TO BE ' RESTRAINED. 3. ONE 5.4kg ZINC ANODE 15 TO BE INSTALLED ON EACH RESTRAINER. PVC PIPE 4. ANODE WIRE TO BE FASTENED TO BELL JOINT RESTRAINER WITH THERMITE WELD. 5. ALL THERMITE WELD CONNECTIONS ' TO BE COATED WITH "ROYBOND 747" PRIMER-AND ROYSTON "HANDY CAP" -UNI,FLANGE SERIES 1350 OR APPROVED EQUAL. RESTRAINER OR APPROVED 6. MINIMUM HORIZONTAL DISTANCE BETWEEN ANODES 1.0 m. EQUIVALENT 100 mm TO 400 mm ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED: REVISION NO.: 5 APPROVED: RESTRAINED JOINT DETAIL DATE:- 1995 04 DATE: 1982 OS 31 FOR P.V.C. PIPE S-43 r r ✓� SFF TRENC, H M/10TH, RESTRAINED JOINT SEE SFF F t S-430 FOR DETAIL. 19 mm CRUSHER RUN MIN. 300 • LIMESTONE COMPACTED ' �. TO 98 7. Of PROCTOR Q� 0 D. DENSITY. T- ' MIN. 300 75 SECTION A-A �F ' HORIZONTAL DEFLECTION , c SFF Tqe� 1 SEE TABLE F? B SF RESTRAINED JOINT SEE S-430 FOR DETAIL TRENCH BED \ qB F TRENCH BED SF <F LC ABLE 1 F rAe�F? B-4-1 TRENCH TRENCH WIDTHi 19 mm CRUSHER RUN 150 19 mm CRUSHER RUN 300 LIMESTONE COMPACTED �- LIMESTONE COMPACTED MIN. TO 98 X OF PROCTOR o.• O D. TO 98 Z OF _ . DENSITY •''•••V' • PROCTOR DENSITY Q• '' O.D. 150 00 ::. • T- CLEAR STONE FOUNDATION p AS REQUIRED SEE NOTE No. 5 SECTION B-B SECTION C-C DOWNWARD THRUST VERTICAL DEFLECTION UPWARD THRUST ' TABLE NO. 1 MINIMUM DIMENSION FOR GRANULAR THRUST BLOCKS NOTES: OEFL. PIPE DIAMETER ' ANGLE 10:0&1 00 200 300 400 1. ALL JOINTS ENCOUNTERED WITHIN THE SPECIFIED 11.25 400 500 600 700 RESTRAINING LENGTH "L" SHALL BE RESTRAINED ON EACH SIDE OF THE FITTING. 22.5' 400 500 600 700 ' 2. REFER TO STANDARD DWG. S-430 FOR JOINT RESTRAINING DETAIL. 45' 450 550 650 750 3. GRANULAR THRUST BLOCKS SHALL BE FULLY EXTENDED AND COMPACTED AGAINST TRENCH WALLS. 90 600 700 1 850 950 4. GRANULAR THRUST BLOCKS SHALL BE ENCLOSED WITH FILTER FABRIC IF GROUND WATER TABLE TABLE NO. 2 IS ABOVE THE TRENCH BED OR IF GROUND WATER 1S SEEPING THROUGH TRENCH WALLS "l" MINIMUM RESTRAINING LENGTH (m) • N ImNP 5. IF THE BEARING CAPACITY OF TRENCH BED VERTICAL DEFLECTION HORIZONTAL RESISTING DOWNWARD THRUST IS LESS THAN PIPE DEFLECTION 100 KN/m2, CLEAR STONE FOUNDATION SHALL DIA, DOWNWARD THRUST UPWARD THRUST BE PROVIDED AS DIRECTED BY THE ENGINEER. 6. WHEN FITTINGS.ARE PARTIALLY OR FULLY EXPOSED (mm) 11.25' 22,5' 45' 11.25!122.5! 45 11.25- 22.5' 45' 1 90 UNDER PRESSURE, ALL JOINTS MUST BE RESTRAINED. 7. ALL PIPE AND FITTING JOINTS SHALL BE RESTRAINED 100&150 1.5 2.8 4.9 4.9 7.5 10.1 1.5 2.8 4.9 8.1 IN EARTH FILL APPLICATIONS. 200 2.0 3.7 6.3 6.3 9.6 13.1 2.0 3.7 6.3 10.5 8. ALL FERROUS FITTINGS AND RESTRAINERS TO BE CATHODICALLY PROTECTED AS PER S-438. 300 2.8 5.2 9.0 8.8 13.4 18.3 2.8 5.2 9.0 14.9 ' 400 3.6 6.7 11.6 11.2 17.2 23.7 3.6 6.7 11.6 19.3 ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED. REVISION ND.: 2 JOINT RESTRAINING LENGTH DATE: 1995 02 APPROVED: FOR P.V.C. PIPE DATE: 1991 11 15 (IN COMBINATION WITH GRANULAR THRUST BLOCK) S-4311 CL HYDRANT FF N x �0 a Z FINISHED GRADE i ' I ADJUSTABLE VALVE BOX TO BE SET FLUSH WITH FINISHED GRADE O i rn 19 mm CRUSHER RUN I ' LIMESTONE COMPACTED ' TO 98% PROCTOR DENSITY ' , I MAX 600 600 150 mm GATE VALVE 150 mm D.I. ?I°° OR P.V.C. WM. �ln M L �� I MIN 600 ZF BOND BREAKER JOINTS TO BE MECHANICALLY RESTRAINED REFER TO NOTE 1 FOR METHOD OF ANCHOR TEE 19 mm CRUSHER RUN RESTRAINING JOINTS LIMESTONE COMPACTED CONCRETE BLOCK BOND BREAKER TO 98% PROCTOR 300 mm x 200 mm x 200 mm CONCRETE BLOCK DENSITY NOTE: ' 1. WHEN PVC WM IS INSTALLED, JOINTS ARE TO BE RESTRAINED USING UNi-FLANGE SERIES 1300 RESTRAINER (OR APPROVED EQUAL) AS PER DWG. S-430. WHEN DI WM IS INSTALLED. JOINTS ARE TO BE RESTRAINED USING RETAINER GLANDS AS PER DWG. S-417. 2. CLASS D BEDDING TO BE USED FOR DI WATERVANS (REFER TO DWG S-401). CLASS E OR F BEDDING TO BE USED FOR PVC WATERMAINS (REFER TO DWG. S-423). 3. HYDRANT DRAIN HOLES TO BE PLUGGED. 4. HYDRANT EXTENSIONS TO BE INSTALLED AT BOTTOM OF BARREL. 5. ANCHOR TEE, VALVE do HYDRANT TO BE COMPLETELY BACKFILLED -WITH 19 mm CRUSHER RUN LIMESTONE. 6. WATERMAIN TRACER WIRE TO BE INSTALLED IN VALVE BOX AS PER STANDARD DRAWING S-425. 7. IF HYDRANT REQUIRES ACCESS ACROSS DITCH, INSTALLATION MUST BE IN ACCORDANCE WITH STANDARD DRAWING S-428. ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED: REVISION NO.: 4 APPROVED: HYDRANT ASSEMBLY WITH DATE:_ 1995 02 DATE: MECHANICALLY RESTRAINED JOINTS S-432 1982 OS 31 VALVE L L L MAX GRANULAR THRUST BLOCK 19 mm CRUSHER RUN L 600 LIMESTONE COMPACTED TO 98 % PROCTOR DENSITY. _ 300 MECHANICAL JOINT CAP 0 _ O.D. w �! Hr///__//r///=ro/ 300 ///__///-Al i 'e ,,,,_,,,;,,, UNDISTURBED GROUND RESTRAINED --1150 ELEVATION JOINT PLAN VALVES AND DEAD ENDS TRENCH WIDTH L MECHANICAL JOINT PLUG . ri/ r ui ror aid o• •°=y/ir GRANULAR THRUST BLOCK 300 =/iiii�rg�7r5 0. 7ia • a 19 mm CRUSHER RUN o L LIMESTONE COMPACTED TO 3: 98 % PROCTOR DENSITY. O.D. � + •r• a ..r nl //=/u=u.m./u 300 U //5 Zl_?/r/'c Z . /_ fl UNDISTURBED ELEVATION _ 0 Z GROUND rorairr= RESTRAINED iaH JOINT PLUGGED TEE WHERE PIPE IS TWO SIZES LARGER OR MORE TO REDUCED PIPE. i.e. 300 0 TO 150 0 TRENCH WIDTH 200 0 TO 100 0 ' PLAN RESTRAINED REDUCER R TRENCH WIDTH .N = y L . L ' .•.MA ' /%y GRANULAR THRUST BLOCK .% 300 x :% 60$ 19 mm CRUSHER RUN •'`a a LIMESTONE COMPACTED TO 3 98 % PROCTOR DENSITY. p� O.D. it MIN : . • ,•r ,. .r. /H 150 N/..YlAV_' 300 aaT---UNDISTURBED GROUND ELEVATION RESTRAINED ir� JOINT I TRENCH WIDTH NOTES: PLAN PLUGGED CROSS 1.ALL JOINTS ENCOUNTERED WITHIN THE SPECIFIED 4.GRANULAR THRUST BLOCKS SHALL BE ENCLOSED WITH PIPE "L" MIN. RESTRAINING RESTRAINING LENGTH (L) SHALL BE RESTRAINED FROM FILTER FABRIC IF GROUND WATER TABLE IS ABOVE THE THE FIRST JOINT ON FITTING. TRENCH BED OR IF GROUND WATER IS SEEPING DIA. LENGTH (m) 2.REFER TO STANDARD DWG. S-430 FOR JOINT THROUGH TRENCH WALLS. 100&150 15.2 RESTRAINING DETAIL AND TYPE. 5.WHEN FITTINGS ARE PARTIALLY OR FULLY EXPOSED 3.GRANULAR THRUST BLOCKS SHALL BE FULLY EXTENDED UNDER PRESSURE, ALL JOINTS MUST BE RESTRAINED. 200 19.6 AND COMPACTED AGAINST TRENCH WALLS. IF TRENCH 6'ALL PIPE AND FITTING JOINTS SHALL BE RESTRAINED WALL ARE SATURATED OR DISTURBED, SPECIAL DESIGN IN EARTH FILL APPLICATIONS. DETAILS OF THRUST RESTRAINT SHALL BE PROVIDED BY 7'ALL FERROUS FITTINGS AND RESTRAINERS TO BE 300 27.7 ' THE ENGINEER FOR REVIEW BY THE REGION. CATHODICALLY PROTECTED AS PER 5-438. 400 36.3 ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED: THRUST BLOCK FOR P.V.C. WATERMAINS REVISION E- 95 02 APPROVED: FOR HYDRANT RUNOUTS, VALVES, TEES DATE: 1991 11 15 AND DEAD ENDS S-433 ' MASTIC MATERIAL (SEE NOTE 4) A-n SERVICE CONNECTOR (SEE NOTE 3; TRACER WIRE (SEE NOTE 1) P.V.C. OR C.P.P. 5.4 k ZINC ANODE SEE NOTE 2 WATERMAIN � 9 ( ) A ELEVATION MASTIC MATERIAL (SEE NOTE 4) SERVICE CONNECTOR (SEE NOTE 3) TRACER WIRE (SEE NOTE 1) COATED COPPER WIRE P.Y.C. OR C.F.P. WATERMAIN 5.4 kg ZINC ANODE (SEE NOTE 2) -L 0.0 mm MINIMUM 1000 mm MIN. NOTES: 1. TRACER WIRE TO BE COATED 7 STRAND, 12 GUAGE TW75, TWU75 OR R E WIRE RATED ATED AT MINUS 40 C. SECTION A—A 2. 5.4 kg ZINC ANODE TO BE SUPPLIED AND INSTALLED IN A MANNER APPROVED BY THE REGION FOR EVERY 1000 m OF ' TRACER WIRE INSTALLED. 3. SERVICE CONNECTOR TO BE A 'BURNDY SERVIT. TYPE K.S. MODEL KS20 COPPER OR APPROVED EQUAL. 4. CONNECTOR SPLICE TO BE NRAPPED WITH "SCOTCH FILL ELECTRICAL PUTTY OR APPROVED EQUAL. ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT ' CHECKED y, CATHODIC PROTECTION FOR TRACER `WVMKW "°. 4 WIRES ON P.V.C. OR C.P.P. DATE' W a 15 DAIL W ATERMAINS S-435 1 A ' it.HYDRANT rt HYDRANT I Ct VALVE i � I � I I I I { 1 i I' _ I � { 1000 mm THERMITE WELD(CADWELO) l-BONDING CABLE MIN. "- �--- � 4 SEE NOTE 4 B S) 19" (SEE NOTE 4) I .., .►. •O . ` ; E waTERMAIN ` m 150 R.PVC MNTERkWN //` A ANCHOR TEE Z5.4 kg ZINC ANODE 5.4 ka ZINC ANODE SECTION A-A l 150 mm/GATE VALVE ELEVATION NOTES I. ANODE TO BE PLACED.AT LEAST 1.0 m AWAY FROM THE FITTINGS 4. ALL THERMITE WELD CONNECTIONS TO BE COATED WITH•ROYBOND AND AS DEEP AS THE BOTTOM OF THE FITTINGS. MINIMUM 747'PRIMER AND ROYSTON'HANDY CAP'OR APPROVED EQUAL. DISTANCE BETWEEN ANODES TO BE 1'0 m. 5.BONDING CABLE TO BE No.6,SEVEN STRAND COATED COPPER 2 ALL FITTINGS TO BE COATED WITH BITUMINOUS SEALER ON SITE. WIRE,CADWELDED TO FITTINGS . 3. PROVIDE 020 mm POLYETHYLENE BOND BREAKER BETWEEN 6, WATERMAIN TRACER WISE TO BE INSTALLED IN VALVE BOX CONCRETE AND FITTINGS. AS PER STD. DWG. S-425. ALL D"No"m IN IfILLINCTERS Exc • THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT 4 CATHODIC PROTECTION FOR HYDRANT ASSEMBLY amOW 0318 t ON NON—FERROUS PIPE S �6 1985 05 21 �A r!VALVE f � I i i i i THERMITE WELD(CAOWELD)SEE NOTE IO.00 mm MIN. _ _ — + ° .>. 1 e0 54 kq ZINC ANODE 5.4 kg ZINC ANODE Loo-A SECTION A-A C_ ATHODIC PROTECTION FOR VALVES (TYPICAL THERMITE WELD(CADWELDI—7 > u D _ - > �. SEENOTE4 > > 0 i 1000 rnm IN MIN. t —5.4 kp ZINC ANODE SA kp ZINC ANODE SECTION B-B CATHODIC PROTECTION FOR FITTINGS TYPICAL NOTES I. ANODE TO BE PLACED AT LEAST 1.0m AWAY FROM THE FITTING 3. PROVIDE 0'20 mm POLYETHYLENE BOND BREAKER BETWEEN ' AND AS DEEP AS THE BOTTOM OF THE FITTING. MINIMUM CONCRETE AND FITTINGS. DISTANCE BETWEEN ANODES TO BE 1.0 m . 4. ALL THERMITE WELD CONNECTIONS TO BE COATED WITH 2.ALL VALVES AND FITTINGS TO BE COATED WITH BITUMINOUS 'ROYBOND 747' PRIMER AND ROYSTON'HANDY CAP" OR SEALER PRIOR TO INSTALLATION ON SITE APPROVED EQUAL, ALL DIMENSIONS IM MILLIMETERS EXCEPT WHERE NOTEO. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT C�CCXE!) Ho 2 ,,, �n�, CATHODIC PROTECTION FOR VALVES & FITTINGS a 1"0 03 16 E 1905 D ON NON-FERROUS PIPE S=438 O 5.4kg. ZINC ANODE PROPOSED HYDRANT 1000mm PROPOSED 150mm PVC WATERMAIN MIN. PROPOSED 150mm GATE VALVE BONDING CABLE O (SEE NOTE 4 & 5) O PROPOSED ANCHOR TEE PROPOSED PVC NIPPLE EXISTING DI OR CI WATERMAIN PROPOSED SOLID SLEEVE MAX. 2000mm EXISTING DI OR 1500mm MIN BONDING CABLES (SEE NOTE 4 & 5) Cl WATERMAIN 14.5 kg. MAGNESIUM ANODE HYDRANT ASSEMBLY CUT INTO EXISTING D.I. OR C.I. WATERMAIN PROPOSED GATE VALVE PROPOSED PVC NIPPLE EXISTING DI OR Cl WATERMAIN PROPOSED SOLID SLEEVE MAX. 2000mm 1500mm EXISTING DI OR MIN. BONDING CABLES (SEE NOTE 4 & 5) Cl WATERMAIN ' 14.5 kg. MAGNESIUM ANODE VALVES AND FITTINGS CUT INTO EXISTING D I OR C.I. WATERMAIN NOTES. 1. ANODE TO BE PLACED AT LEAST 1.Om AWAY FROM THE FITTINGS 4. ALL THERMITE WELD CONNECTIONS TO BE COATED WITH 'ROYBOND AND AS DEEP AS THE BOTTOM OF THE FITTINGS. MINIMUM 747' PRIMER AND ROYSTON 'HANDY CAP' OR APPROVED EQUAL DISTANCE BETWEEN ANODES TO BE 1.Om 5. BONDING CABLE TO BE No.6 SEVEN STRAND COATED COPPER 2. ALL FITTINGS TO BE COATED WITH BITUMINOUS SEALER ON SITE. WIRE, CADWELDED TO FITTINGS 3. PROVIDE 0.20mm POLYETHYLENE BOND BREAKER BETWEEN CONCRETE AND FITTINGS. ALL DUNSIONS N MLL ME7ERS EXCEPT W -WE N01ED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT C,E«J' ! �- CATHODIC PROTECTION FOR VALVES. HYDRANTS oEC, �,' -_'- AND FITTINGS ON EXISTING FERROUS WATERMAINS S_439 DATL 1991 11 15 BONDING CABLE (SEE NOTE 4 8 5) EXISTING C.I.OR Dl WM. PROPOSED C.I.SOLID SLEEVE ' 1000 mm MINIMUM PROPOSED NON-FERRWS 14.5 ka.MAGNESIUM ANODE WATERMAIN NOTES 1. ANODE TO BE PLACED AT LEAST 1.0 m AWAY FROM THE FITTING AND AS DEEP AS THE BOTTOM OF THE FITTINGS. MINIMUM DISTANCE BETWEEN ANODES TO BE I.0 m. 2. ALL THERMITE WELD CONNECTIONS TO BE COATED WITH ROYBONO 747' PRIMER AND ROYSTON `HANDY CAP* OR APPROVED EQUAL. 3. BONDING CABLE TO BE NO 6, SEVEN STRAND COATED COPPER WIRE, CADWELDED TO FITTINGS. ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT ./ CATHODIC PROTECTION FOR EXISTING Mtn o PROPOSED NONfE FERROUS WMTO ow S- 441 LONGITUDINAL LAP JOINT TREATMENT FOR PROPOSED LANE WIDENING$ NOTES —-—- -—-—-—- -—- - VERTICAL FACE AND BOTTOM OF KEY TO BE PAINTED WITH BITUMINOUS EMULSION. AFTER SWEEPING ALL MILLINGS 0.3 m MRDE DEPTH (MIN) 1 ' 0.3 KEY m WIDE PROP. WIDENING I j EXISTING 1 1 1 1 1 ! 1 1 1„),1)���11111 SURFACE COURSE \1 1 t , 1 1 1-I:_ BINDER ASPHALT ROAD 80 mm DEPTH r r r r r rrrt_ (2 LIFTS) MIN. END TREATMENTS RECONSTRUCTION YEAR REQUIRES FINAL LIFT OF ASPHALT EXISTING_ _ EXISTING NOTES. ROAD 0.3 m W10TH -—- 0.3 m WIDTH ROAD ALL VERTICAL (ACES OF JOINTS MM MIN BITUMINOUS EMULSION PRIOR TO PAVING ASPHALT RAMP 75 mm DEPTH {�-WIDTH VARIES oil EX ' PROP. BINDER ASPHALT / ROAD (2 LIFTS) 2.4 m DIAGONAL - l.AP--JOINT$ CUT (MIN) TYPICAL END TREATMENT - FINAL OVERLAY J 1 1 1 600 mm WIDTH (MIN) 1 NOTES EXISTING I I I 1 EXISTING ALL VERTICAL FACES OF JOINTS —" -—-—-A-1—f- -- TO BE PAINTED MATH A BITUMINOUS ROAD I 1 1 I ROAD TYPE COATING 600 mm WIDTH (MIN) f - 2.4 m DIACONAL 2.4 m ASPHALT RAMP REMOVED CUT (MIN) 32 N,DEPTH---I � AL CUT EXt5T1 / EXISTING BINDER ROAD ASPHALT (2 LIFTS) END TREATMENTS ASPHALT OVERLAY SECTIONS NOTE������ S- EXISTING —_ EXISTING I. ALL VERTICAL FACES OF END ROAD -'— ' ROAD JOINTS TO BE PAINTED WITH % BITUMINOUS EMULSION PRIOR TO �--(-� PAVING. 2.4 m DIAGONAL C_ 2.4 m OIAGONAL 2. DIAGONAL. CUTS TO BE MIN. OF CUT (MIN) CUT (MIN) 2.4 m, AS DIRECTED BY THE 32 mm DEPTH ENGINEER .__. (MIN) 12.4 m DIAGONAL CLrr (MIN)X ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT f CHECKED: PAVEMENT JOINT TREATMENT R�� APPROVED off 995 10 ' DATE. 1986 Ds MOD. S I. -5011 1� CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' CONTRACT NO. CL97-3 BREAKDOWN SHEETS rr rr rr rr rr rr rr r rr irr ar r r r r r rr r it SCUGOG STREET RECONSTRUCTION Page 1 SCUGOG STREET RECONSTRUCTION 12-10555 QUANTITIES - HOT MIX AND GRANULARS Description Excay. HL-3 HL-4 HL-4 HL-3A Concrete Concrete Curb Gran."A" Gran."B" Reference 40 mm 50 mm 40 mm 50mm Sidewalk &Gutter Surface L.Binder M.Binder Sub-Totals Brought Forward SCUGOG STREET 1090 to 1390 3080 390 320 415 542 1500 4000 1390 to 1700 3750 400 340 470 612 1600 4150 1700 to 1925 1980 290 250 125 346 1200 3000 ENTRANCES & BLVD. 160 100 30 500 CONC.S.W. BEDDING 270 300 CHURCH STREET 50 10 10 10 50 60 ODELL STREET 85 15 70 100 STURROCK ROAD 115 20 100 140 REHDER AVENUE 85 15 80 110 EDSALL AVENUE 90 1s so 110 SECOND STREET 80 1s so 100 FREDERICK AVE. 140 30 110 170 JACKMAN ROAD 120 20 30 100 150 FOURTH STREET 170 35 30 140 220 MEADOWVIEW BLVD. 100 25 15 90 130 Sub-Totals Carried Forward 10275 10 1115 1100 100 1100 1550 5980 12380 RDN. 225 35 20 120 10500 10 2350 100 1100 1550 6000 12500 Totals 10500 10 rd ; <^': 100 1100 1550 6000 12500 Unit m3 It t t t m t t Item No. 2 3 4 5 9 11 7 8 TenderTotals 10500 10 2350 100 1100 1550 6000 12500 totten sims hubicki SCUGOG STREET RECONSTRUCTION 10555QTY.WK4 CONTRACT CL97-3 SCUGOG STREET RECONSTRUCTION Page 2 WATER SERVICE FStr,e et House CUM. Station Service Main Curb Remarks No. Length Stop Sto 77 RT 1+120 16 1 1 ' 81 RT 1+135 16 1 1 85 RT 1+143 16 1 1 89 RT 1+154 16 1 1 76 LT 1+156 6 1 1 82 LT 1+172 12 1 1 93 RT 1+174 9 i 1 ' sub-total 91 7 7 Dw . W-S-2 Scugog 84 LT 1+184 13 1 1 97 RT 1+190 9 1 1 86 LT 1+209 16 1 1 101 RT 1+210 8 1 1 88 LT 1+227 15 1 1 103 RT 1+236 8 1 1 ' 105 RT 1+265 8 1 1 107 RT 1+265 8 1 1 =92 _ LT _1+270 17 1 1 109 RT 1+281 8 1 1 94 LT 1+284 17 1 1 96 LT 1+302 17 1 1 113 RT 1+308 8 1 1 98 LT 1+312 17 1 1 117 RT 1+328 8 1 1 ' 100 LT 1+331 18 1 1 sub-total 195 16 16 Dw . W-S-3 ' Scugog 102 LT 1+344 17 1 1 119 RT 1+349 8 1 1 Ease. RT 1+362 8 1 1 ' 121 RT 1+365 8 1 1 104 LT 1+386 17 1 1 106 LT 1+397 19 1 1 ' 123 RT 1+402 8 1 1 Ease. RT 1+402 8 1 1 108 LT 1+412 19 1 1 125 RT 1+416 8 1 1 110 LT 1+443 19 1 1 ' 110A LT 1+443 19 1 1 129 RT 1+448 8 1 1 114 LT 1+452 19 1 1 sub-total 185 14 14 SERVICES.WK4 CONTRACT CL97-3 SCUGOG STREET RECONSTRUCTION Page 3 ■ Water Services f Street House Lt./Rt. Station Service ;Maln Curb Remarks No. Length_ Sto ' Dw . W -3 Scugog 133 RT 1+481 8 1 1 ' 116 LT 1+490 20 1 1 135 RT 1+495 8 1 1 sub-total 36 3 3 Dw . W-S-4 Swgog 120 LT 1+515 17 1 1 139 RT 1+521 8 1 1 141 RT 1+529 9 1 1 130 LT 1+564 12 1 1 147 RT 1+565 6 1 1 149 RT 1+576 8 1 1 153 RT 1+597 9 1 1 155 RT 1+614 9 1 1 146 LT 1+622 17 1 1 157 RT 1+630 9 1 1 159 RT 1+647 9 1 1 Vac. Lot it 1+648 20 1 1 sub-total 133 12 12 __ Dw . W-S-6 Scugog 161 RT 1+664 9 1 1 185 RT 1+692 9 1 1 189 RT 1+717 5 1 191 RT 1+743 5 1 208 LT 1+791 15 1 1 ' 210 LT 1+817 15 1 1 sub-total 58 6 4 Dw . W-S-6 ' Scugog 212 LT 1+838 14 1 1 211 RT 1+852 1 215 RT 1+870 1 227 RT 1+900 18 1 1 sub-total 32 4 2 Dw . W-S-7 Second 47 RT 10+047 6 1 1 46 LT 10+057 2 1 1 Vac. Lot RT 10+075 6 1 1 Vac. Lot LT 10+081 2 1 1 sub-total 16 4 4 TOTAL 66 Lots 746 66 62 F-- SERVICES.WK4 CONTRACT CL97-3 SCUGOG STREET RECONSTRUCTION Page 4 ' SANITARY SERVICES Street House LURL Station Service Riser Prop. Remarks No. Len th Line DWG. W-S-1 Scugog 77 RT 1+120 19 ' 81 RT 1+133 19 85 RT 1+142 20 89 RT 1+153 19 ' 76 LT 1+156 17 82 LT 1+173 20 93 RT 1+175 18 sub-total 132 DWG. W-S-2 Scugog 84 LT 1+184 18 ' 97 RT 1+190 16 86 LT 1+208 20 101 RT 1+211 17 88 LT 1+227 23 103 RT 1+235 17 ' 105 RT 1+257 18 92 LT 1+269 22 107 RT 1+273 19 109 RT 1+281 19 ' 94 LT 1+284 22 96 LT 1+301 20 ' 113 RT 1+309 19 98 LT 1+312 21 117 RT 1+328 30 ' 100 LT 1+330 23 sub-total 324 DWG, W-S-3 102 LT 1+344 23 ' Scygog 119 RT 1+348 21 121 RT 1+366 21 Ease. RT 1 1+362 12 104 LT 1+386 24 106 LT 1+397 24 123 RT 1+402 20 ' 108 LT 1+411 24 125 RT 1+416 15 110 LT 1+441 24 ' 129 RT 1+449 12 114 LT 1+452 25 133 RT 1+480 21 116 LT 1+490 24 135 RT 1+495 29 sub-total 1 319 SERVICES.WK4 ' CONTRACT CL97-3 SCUGOG STREET RECONSTRUCTION Page 5 SANITARY SERVICES Street House Lt./Rt. Station Service Riser Prop. Remarks No. Length Line ' DWG, W-3-4 Scugog 120 LT 1+514 22 ' 139 RT 1+521 25 141 RT 1+532 24 130 LT 1+561 18 ' 147 RT 1+564 27 149 RT 1+577 29 153 RT 1+596 23 ' 155 RT 1+613 26 146 LT 1+623 20 ' 157 RT 1+630 23 159 RT 1+646 23 Vac. Lot LT 1+645 18 sub-total 278 DWG. W-S-S Scugog 161 RT 1+663 25 sub-total 25 DWG. W-S-7 Second 47 RT 10+049 3 _ Vac. Lot RT 10+076 3 46 LT 10+057 5 Vac. Lot LT 10+081 5 sub-total 16 TOTAL 1094 J SERVICES.WK4 i 1 1 1 1 1 1 1 CORPORATION OF THE MUNICIPALITY OF CLARINGTON 1 CONTRACT NO. CL97-3 1 � 1 1 1 i 1 OPS GENERAL CONDITIONS OF CONTRACT ' (August 1990) i i 1 1 1 1 1 1 1 i The OPS General Conditions have not been reproduced as part of these Contract Documents. 1 It will be the Contractor's responsibility to obtain current copies of these documents. p Y 1 1 1 1 1