Loading...
HomeMy WebLinkAbout97-166 J THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW NUMBER 97- 166 Being a By-law to authorize a contract between Miwel Construction Limited, Stouffville, Ontario for the Sidewalk Construction, - Courtice Road, Regional Road No. 34, Stagemaster Crescent to Nash Road, - Highway No. 2, Trulls Road to Courtice Road THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON HEREBY ENACTS AS FOLLOWS: 1. THAT the Mayor and Clerk are hereby authorized to execute, on behalf of the Corporation of the Municipality of Clarington, and seal with the Corporation Seal, a Contract between Miwel Construction Limited and said Corporation; and 2. THAT this agreement attached hereto as Schedule "A" form part of this By-law. By-law read a first and second time this 7thday of July, 1997. By-law read a third time and finally passed this 7th day of July, 1997. 1 Mayor of � tr Clem i i N 1 MUNICIPALITY OF 1 aria 9►ton 1 ONTARIO NEON 1 1 1 1 ' I i totten sims hubicki associates engineers architects and planners 1 r 1 r r CORPORATION OF THE MUNICIPALITY OF CLARINGTON SIDEWALK CONSTRUCTION r COURTICE ROAD REG. ROAD NO. 34 STAGEMASTER CRESCENT TO NASH ROAD HIGHWAY NO. 2 ' TRULLS ROAD TO COURTICE ROAD CONTRACT NO. CL97-12 r ' MAY 1997 r 1 1 r 1 r totten sims hubicki associates rEngineers, Architects and Planners rTSH No. 12-10466/10504 1 AGREEMENT ' THIS AGREEMENT made in quadruplicate this 24th day of June, 1997 BETWEEN: MIWEL CONSTRUCTION LIMITED ' of the Regional Municipality of York and Province of Ontario ' hereinafter called the "Contractor" ' THE PARTY OF THE FIRST PART ' - and - tthe 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 Contract No. CL97-12, Sidewalk Construction, Courtice Road and Highway 2 ' ADDENDUM NO. 1 dated June 9, 1997 A. TENDER FORM: General Pages 1 and 2 Itemized Bid Pages 3 - 5 Bonds Schedule of Tender Data Page 7 B. INSTRUCTIONS TO TENDERERS Pages 1 to 4 ' C. SPECIAL PROVISIONS - GENERAL Pages 1 to 25 D. SPECIAL PROVISIONS - TENDER ITEMS Pages 1 to 7 ' E. STANDARDS ' F. PLANS: Drawing Nos. 1 - 13 G. STANDARD SPECIFICATIONS: the applicable edition of the following Ontario Provincial Standard ' Specifications. OPSS No. Date OPSS No. Date OPSS No. Date OPSS No. Date 127 Current 351 Sept. 1996 410 Dec. 1988 558 July 1992 128 Current 353 Sept. 1996 501 Feb. 1996 565 April 1988 ' 201 Feb. 1996 405 Feb. 1990 506 May 1994 570 Aug. 1990 206 Dec. 1993 407 Oct. 1989 510 Oct. 1993 571 Aug. 1990 310 Mar. 1993 408 Oct. 1989 552 July 1991 577 Feb. 1996 314 Dec. 1993 H. 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 the expiration of thirty (30) working days from the commencement date of July 28, 1997. `t�y I /N OF said art of the second art agrees to a to the IN CONS DERA`I'IO WHERE party p g pay Contractor for all work done, the unit prices on the Tender. Page 2 of 3 ' 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. 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 Purchaser ) jCORPORATION OF TPF MI)pNirt�tllii OF "d INCN""�— ) ' in the presence of ) ' ) an Kpi q eputy Clerk Page 3 of 3 1 CONTRACT NO. CL97-12 1 MUNICIPALITY OF CLARINGTON SIDEWALK CONSTRUCTION ADDENDUM NO. 1 Contractors are hereby notified of the following modifications to Contract No. CL97-12 ITEMIZED BID rPage 3 Item No. 2. Earth Excavation (grading) 1 The Contractor shall be paid a lump sum amount for the excavation required to complete the works. The estimated quantity is 960m3. Cross sections and quantity calculations are available for review at the office of the Consultant. The quantity of 960 should be deleted from the quantity column. r All tenders must be submitted on the basis of this modification. This Addendum shall remain attached to and form part of all tenders submitted. 1 Totten Sims Hubicki Associates 513 Division Street, P.O. Box 910 1 Cobourg, Ontario. K9A 4W4 June 9, 1997 16200/14/3/C i r _ 1 1 r 1 r r i PROJECT: TENDER FOR CONTRACT NO. CL97-12 SIDEWALK CONSTRUCTION, COURTICE ROAD AND ' HIGHWAY NO. 2 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: MIWEL CONSTRUCTION LIMITED Name P.O. BOX 1269 STOUFFVILLE. Ontario. L4A 8A2 ' Address (include Postal Code) 905-887-5270 905-887-9275 Telephone and Fax Numbers ' MIKE McEACHEN Name of Person Signing SECRETARY-TREASURER ' Position of Person Signing TENDERS RECEIVED BY: Mrs. Patti Barrie, Clerk Corporation of the Municipality of Clarington ' Municipal Administration Centre 40 Temperance Street BOWMANVILLE, Ontario. L1C 3A6 16171AM ' Page 1 of 7 pages ' TENDER CONTRACT NO. CL97-12 ' To: The Mayor and Members of Council Corporation of the Municipality of Clarington ' Re: Contract No. CL97-12, Sidewalk Construction Courtice Road and Highway No. 2 ' Dear Mayor and Members of Council: The Contractor has carefully examined the Plans, Provisions, Specifications and Conditions described herein as part of the work to be done under this Contract. The Contractor understands and accepts the said Plans, ' Provisions, Specifications and Conditions, and, for the prices set forth in this Tender, hereby offers to furnish all machinery, tools, apparatus and other means of construction, furnish all materials, except as otherwise specified in the Contract, and to complete the work in strict accordance with the said Plans, Provisions, Specifications and Conditions. The Contractor understands and accepts that the quantities shown are approximate only, and are subject to increase, decrease, or deletion entirely if found not to be required. Attached to this tender is a tender deposit in the amount specified in Clause 3 of the Instructions to Tenderers, in the name of the Authority. This cheque or bid bond shall constitute a deposit which shall be forfeited to the Authority if the successful Contractor fails to file with the Authority a 100% 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. r ' Page 2 of 7 pages ITEMIZED BID CONTRACT NO. CL97-12 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified ' for Contract No. CL97-12 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 Item Spec. Description of Item Unit Quantity Unit Price Total ' No. No. 1. 201 Site Preparation LS $1,450.00 SP 2. 206 565 Earth Excavation (Grading) LS 12,500.00 SP 1 3. 212 Earth Borrow m3 1800 12.75 22,950.00 SP 4. 310 Hot Mix H.L.-3 t 70 75.00 5,250.00 SP 5. 310 Hot Mix H.L.-3A t 40 75.00 3,000.00 SP 6. 314 Granular `A' t 2400 11.85 28,440.00 SP ' 7. 351 565 Concrete in Sidewalk 30.45 88,305.00 SP 1112 2900 8. 353 Concrete Curb and Gutter (all in 160 46.00 7,360.00 ' SP types) 9. 405 150 mm dia. Perforated ' SP Corrugated Plastic Pipe Subdrains with Geotextile a Sub-drain in Ditch m 200 8.50 1,700.00 b) Sub-drain in Roadway in 50 10.00 500.00 ' 10. 410 300 mm Dia. C.P. Storm SP Sewer, Class 3, including in 36 165.00 5,940.00 Excavation, Class B Bedding and Native Backfill. 11. 410 525 nun dia. Plain SP Galvanized Corrugated Pipe in 2 180.00 360.00 ' Sewer with Granular "A" Embedment and Native Backfill. Pipe shall be 1.6 mm Gauge. Page 3 of 7 pages ITEMIZED BID CONTRACT NO. CL97-12 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL97-12 for the following unit prices. ' Item Spec. Description of Item Unit Quantity Unit Price Total No. No. ' 12. 410 421 400 mm Dia. Plain SP Galvanized Corrugated Pipe m 45 145.00 6,525.00 Sewer and Culvert 1.6 gauge. 13. 407 (a) 600 mm x 600 mm SP Precast Concrete Ditch ea 3 950.00 2,850.00 Inlet (OPSD 705.030) ' (b) 600 mm x 600 mm Precast Catchbasin, ea 1 900.00 900.00 Type "A" (OPSD 705.010) 14. 408 Adjusting and Rebuilding SP Manholes and Catchbasins ea 4 175.00 700.00 15 SP Sawcutting ' a) Asphalt in 350 2.00 700.00 b) Drop Curb Sections m 4 35.00 140.00 ' 16 510 SP Removal of Sidewalk m2 70 6.00 420.00 17 510 SP Removal of Curb and Gutter m 120 6.00 720.00 18 510 Removal of Culverts and Sewers m 74 10.00 740.00 19 407 510 Removal, Salvage and SP Installation of Twin Inlet LS 900.00 1 Catchbasin 20 SP Supply and Place Pre-cast ' Concrete Parking Curbs. ea 17 50.00 850.00 21 CD SP Relocate Hydrant. ea 1 1,550.00 1,550.00 ' 22 SP Adjust Water Valve Boxes ea 6 25.00 150.00 23 570 571 Imported Topsoil and SP Nursery Sod (unstaked) m2 4000 4.90 19,600.00 24 570 571 Imported Topsoil and SP Nursery Sod (staked) m2 2100 5.20 10,920.00 ' Page 4 of 7 pages ITEMIZED BID CONTRACT NO. CL97-12 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified ' for Contract No. CL97-12 for the following unit prices. ' Item Spec. Description of Item Unit Quantity Unit Price Total No. No. ' 25 SP Tree Planting LS 2,000.00 26 SP Interlocking Brick Pavers m2 15 40.00 600.00 27 552 558 Remove, Salvage and Re- SP erect Steel Beam Guiderail in 25 55.00 1,375.00 28 577 Siltation Control SP ' a) Silt Fence Barrier in 150 10.00 1,500.00 b) Straw Bale Check Dams ea 6 125.00 750.00 ' Total (excluding GST) $231,645.00 GST (7% of Total) 16,215.15 ' TOTAL TENDER AMOUNT $247,860 15 Tenderer's GST Registration No. R103 719 746 Page 5 of 7 pages AGREEMENT TO BOND to be com leted by Bonding Company) CONTRACT NO. CL97-12 Bond No. 02-1-258, 825 WE, the Undersigned, HEREBY AGREE to become bound as Surety for MIWEL CONSTRUCTION LIMITED 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. CL97-12 is accepted by the Authority. ' SIDEWALK CONSTRUCTION, COURTICE ROAD AND HIGHWAY 2 - CONTRACT NUMBER: CL97-12. 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 4th day of June 1997. ' WESTERN SURETY COMPANY Name of Bonding Company Sheila E. Thompson, Attorney-in-fact ' Signature of Authorized Person Signing for Bonding Company (BONDING COMPANY SEAL) Position (This Form shall be completed and attached to the Tender Submitted). Page 6 of 7 pages ' SCHEDULE OF TENDER DATA CONTRACT NO. CL97-12 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 - 5 Agreement to Bond Page 6 Schedule of Tender Data Page 7 B. INSTRUCTIONS TO TENDERERS Pages 1 to 4 C. SPECIAL PROVISIONS - GENERAL Pages 1 to 25 D. SPECIAL PROVISIONS - TENDER ITEMS Pages 1 to 7 E. STANDARDS F. PLANS: Drawing Nos. 1 — 13 G. STANDARD SPECIFICATIONS: ' It shall be the Contractor's responsibility to obtain the applicable edition of the following Ontario Provincial Standard Specifications. OPSS No. Date OPSS No. Date OPSS No. Date OPSS No. Date 127 Current 351 Sept. 1996 410 Dec. 1988 558 July 1992 128 Current 353 Sept. 1996 501 Feb. 1996 565 April 1988 201 Feb. 1996 405 Feb. 1990 506 May 1994 570 Aug. 1990 206 Dec. 1993 407 Oct. 1989 510 Oct. 1993 571 Aug. 1990 ' 310 Mar. 1993 408 Oct. 1989 552 July 1991 577 Feb. 1996 314 Dec. 1993 H. 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 her identify this as the Schedule of Tender Data, Plans and Specifications, for Contract No. CL97- executed by me/us bearing date the 13th day of June 1997. SIGNATURE POSITION: SECRETARY-TREASURER (COMPANY SEAL) NAME OF FIRM: MIWEL CONSTRUCTION LIMITED This is Page 7 of 7 Pages to be submitted as the Tender Submission for Contract No. CL97-12. CORPORATION OF THE MUNICIPALITY OF CLARINGTON i CONTRACT NO. CL97-12 INSTRUCTIONS TO TENDERERS (6171/I4/(0/C INDEX INSTRUCTIONS TO TENDERERS CONTRACT NO. CL97-12 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) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 10. EXECUTE CONTRACT DOCUMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 11. COMMENCEMENT OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 12. LOCATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 13. SOILS INFORMATION AND CROSS-SECTIONS . . . . . . . . . . . . . . . . . . . . . . . . . 3 14. TENDERERS TO INVESTIGATE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 15. INQUIRIES DURING TENDERING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 16. DEFINITION OF OWNER/AUTHORITY AND ENGINEER/CONTRACT ADMINISTRATOR . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 17. ADDENDA . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 18. UTILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 i PAGE ONE INSTRUCTIONS TO TENDERERS CONTRACT NO. CL97-12 1. GENERAL SEALED Tenders plainly marked "Contract No. CL97-12" will be received until: 2:00 P.M., LOCAL TIME, FRIDAY, JUNE 13, 1997 and shall be addressed to: Ms. Patti Barrie, Clerk Corporation of the Municipality of Clarington Municipal Administration Centre 40 Temperance Street Bowmanville, Ontario. UC 3A6 2. BLANK FORM OF TENDER One copy of the Tender, on the forms provided, shall be submitted. All information requested shall be shown to 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 AEnount; Mrnunum➢eposit ;: ;: Regntretl $ 20,000.00 or less $1,000.00 20,000.01 to 50,000.00 2,000.00 50,000.01 to 100,000.00 5,000.00 100,000.01 to 250,000.00 10,000.00 250,000.01 to 500,000.00 25,000.00 500,000.01 to 1,000,000.00 50,000.00 1,000,000.01 to 2,000,000.00 100,000.00 2,000,000.01 and over 200,000.00 All deposits will be returned within ten days after the Tenders have been opened except those which the Authority elects to retain until the successful tenderer has executed the Contract Documents. The retained tender deposits will be returned when the successful Tenderer has fully complied with the conditions outlined in the Contract Documents. INSTRUCTIONS TO TENDERERS CONTRACT NO. CL97-12 2. 4. BONDS The Contractor is required to provide a Performance Bond, and a Labour and Material Payment Bond, each in an amount equal to 100 percent of the Total Tender Amount, to guarantee his faithful performance of this Contract and his 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. 9. GOODS AND SERVICES TAX (GST) The Tenderer shall NOT include any amount in his tender unit prices for the Goods and Services Tax. The GST will be shown on each payment certificate and will be paid to the INSTRUCTIONS TO TENDERERS CONTRACT NO. CL97-12 3. Contractor in addition to the amount certified for payment and will therefore not affect the Contract unit prices. 10. EXECUTE CONTRACT DOCUMENTS Tenders shall be open for acceptance for a period of 30 days after the closing date. After this time the tender may only be accepted with the consent of the successful Tenderer. The successful Tenderer shall execute the Contract Documents and furnish the required bonds within 10 calendar days of receipt of notification of Acceptance of Tender. Failure by the successful Tenderer to meet the above requirements will entitle the Authority to cancel the award of the Contract and to retain the tender deposit as compensation for damages sustained due to the successful Tenderer's default. The Authority may then award the Contract to one of the other Tenderers or take such other action as it chooses. CEMENT OF WORK 11. COMMEN C 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. 12. LOCATION The work is located on Courtice Road from Stagemaster Crescent to Nash Road and Highway No. 2 from Trulls Road to Courtice Road. 13. SOILS INFORMATION AND CROSS-SECTIONS A soils report has not been undertaken for this contract. 14. TENDERERS TO INVESTIGATE Tenderers must satisfy themselves by personal examination of the site and by such other means as they may prefer as to the actual conditions and requirements of the work. The Tenderer shall carefully examine all plans and profiles so that the unit prices tendered are commensurate with the nature 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. INSTRUCTIONS TO TENDERERS CONTRACT NO. CL97-12 4• 15. INQUIRIES DURING TENDERING The Tenderer is advised that inquiries regarding the interpretation of the plans or specifications, shall be directed to the Contract Administrator, Totten Sims Hubicki Associates, Telephone: 905-372-2121, attention: R.A. Kempton, P.Eng. or W. McCrae, P.Eng. 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. i 17. ADDENDA r that all addenda issued during the tendering period are attached as The Contractor shall ensue g g P part of the submitted bid. Failure to do so will result in disqualification of the bid. I 18. 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: Ontario Hydro: Mr. Jim Hisson Consumers Gas: Mr. Cliff Clark Tel: 905-623-1071 Tel: 905-668-9341 Bell Canada: Ms. Wendy Martin Cable TV: Mr. Bernie Visser Tel: 905-433-3632 Tel: 905-579-1601 CORPORATION OF THE MUNICIPALITY OF CLARINGTON i CONTRACT NO. CL97-12 SPECIAL PROVISIONS - GENERAL I6173tt4tlO/C INDEX SPECIAL PROVISIONS-GENERAL CONTRACT NO. CL97-12 CLAUSE SUBJECT PAGE 1 1. GUARANTEED MAINTENANCE . . . . . . . . . . . . 1 2. CON-TRACT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . RACT TIME AND LIQUIDATED DAMAGES 1 3. CONTRACTOR'S AUTHORIZED REPRESENTATIVE . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 4. OPS GENERAL CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 5. REVISION TO OPS GENERAL CONDITIONS 3 6. LAYOUT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 7. LABOUR CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 . . . . . . . . . 8. RESTRICTIONS ON OPEN BURNING 7 9. SUPPLY OF MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 10. PAYMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 11. UTILITIES 8 12. HAUL ROADS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . 9 13. DUST CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 14. TRAFFIC CONTROL, FLAGGING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 15. CONTRACTOR'S SUPPLY OF CONSTRUCTION SIGNS . . . . . . . . . . . . . . . . . . . . . . . . . . 10 16. MAINTENANCE OF TRAFFIC . . . . . . . . . . . . . . . . : . . . : . . . . . . . . . . : : .. : : : . . .. 10 17. EMERGENCY AND MAINTENANCE MEASURES 11 18. ENGINEERING FIELD OFFICE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 19. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL . . . . . . . . . . . . . . . . . . . . . . . . 12 20. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 - DESIGNATED SUBSTANCES . . . . . . . 13 21. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM (WHMIS) . . . . . . . . . . . . 14 22. SPILLS REPORTING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 23. TRAFFIC AND STREET SIGNS . . . . . . . . . • . • . . . . . . . . . . . . . • . . . .. . . . . • . • . . . . • 15 24. GARBAGE COLLECTION 15 25. ASPHALT MIX DESIGNS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 26. CONCRETE MIX DESIGNS . . . . . . . . . . . . • . . • . . . . . . • . . • • . . . . . . . • . . . • . • . • . . 15 27. APPLICABLE STANDARD SPECIFICATIONS 18 28. AMENDMENT TO OPSS 353 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 29. AMENDMENT TO OPSS 102 . . . . . . . . . . . . . . . . . . . • . . . . • . • • . . . . . . . . . . . . . . • . 19 30. AMENDMENT TO OPSS 570 19 31. AMENDMENT TO OPSS 1820; CONCRETE PIPE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 32. DELIVERY OF TEST SAMPLES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20 33. PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED SPACES . . . 21 34. CONFINED SPACE ENTRY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 35. COMPLIANCE WITH THE OCCUPATIONAL HEALTH AND SAFETY ACT . . . . . . . . . . . . . 21 36. GOVERNMENTAL REQUIREMENTS . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . 22 37. ENGINEERING ARBITRATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 38. ENTRY ONTO PRIVATE PROPERTY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 39. STORAGE AREAS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 40. GENERAL LIABILITY INSURANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 41. CONSTRUCTION LIEN ACT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 42. PROPERTY OWNER'S RELEASE OF PRIVATELY OWNED LAND USED BY THE CONTRACTOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 PAGE ONE SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-12 1. 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. 2. 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 GC1.06. (2) Progress of the Work and Contract Time Z�x The charging of working days shall commence on Monday, July;X, 1997 and the Contractor shall diligently prosecute the work on this contract to completion on or before the expiration of thirty (30) 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 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. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL97-12 2. (3) Worldng Day Working Day as defined in GC1.04 is modified by the addition of the following under Paragraph (a): Except any 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. 3. CONTRACTOR'S AUTHORIZED REPRESENTATIVE Authorized representative as referenced in GC7.01.07 is defined as an employee of the Contractor. 4. 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. ' SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-12 3. 5. 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. 6. LAYOUT ' Section GC7.02, Layout, is hereby revised by the deletion of Parts 03 04), OS and 06 and by the addition of the following: The Contract Administrator shall lay out and establish the primary alignment and g rade 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. 7. 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. 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; SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL97-12 4. (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. I 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 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. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-12 5. 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 q rY information and evidence as may be required in order to establish that these labour conditions have been complied with not only by him/her but by any sub-contractor or other person doing any part of the work contemplated by the Contract. 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. ' SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-12 6. 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 Operator shall be entitled to his/her wage rate for the work in accordance with the terms of the "Special Provisions - Labour Conditions." Travelling Time Travelling time will not be subject to the Fair Wage Schedule. The hours and wages or monies paid for travelling time are to be deleted from the wage record of an employee in computing his/her wage entitlement. Gravel and Chip Spreader - Provincial Zone Employees engaged in this classification of work shall be paid the wage rate of Equipment and Maintenance Operator, Group 'B'. Room and Board Allowance The amount of room and board allowance will be negotiated between the employer and employee but in no case will the net amount of wages due to an employee be less than such wages an employee in General Construction work would receive at the minimum wage 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. ' SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-12 7. r Farm or Industrial Tractors with Attachments The attachment must be power operated and be an integral part of the tractor. rWage 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. r (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. ' 8. 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. r 9. 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. Materials listed in OPSS 128 and as amended from time to time, shall be supplied only from r 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) 920.10 Coal Tar Epoxy r ' r rSPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-12 g, r ' (2) By the addition of the following_ 9.20.10 (Structural Steel) Coal Tar Epoxy ' 9.20.15 (Structural Steel) Coal Tar Epoxy ' 10. 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 r 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 2-1I2%, 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. 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. 11. 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 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. r r rSPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-12 9. 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. ' 12. HAUL ROADS When so required by the Contract Administrator, payment for maintenance and restoration of haul roads will be made for the materials provided and the work performed as specified, at tender prices, or at negotiated prices. 13. 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 acceptable levels, shall be paid for by the Authority at the contract prices for Application of ' Water or Application of Calcium Chloride. 14. 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. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL97-12 10. ' 15. 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 Message :-I-umber Requi�'etI TC-1 CONSTRUCTION 4 ' TC-3L LANE CLOSED AHEAD 2 TC-3R LANE CLOSED AHEAD 2 TC-3tR RIGHT LANE CLOSED 2 ' TC-41A CONSTRUCTION ZONE BEGINS 4 TC-41B CONSTRUCTION ZONE ENDS 4 Traffic controls shall be operational before work affecting traffic begins. 16. MAINTENANCE OF TRAFFIC Traffic flow can be restricted to one lane on Courtice Road and two lanes on Highway No. 2 ' during the construction of curb and gutter, sidewalk and boulevards but only in the immediate area of construction operations and with the prior approval of the Contract Administrator. Two lanes of traffic shall be in operation at the end of each working day. Access to local homes and businesses within the contract limits shall be maintained at all times. The Contract may present alternative approaches for traffic control for review provided the proposals meet the minimum intent of the above for traffic control. 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. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-12 11. 1 Notwithstanding the preceding, the Contractor shall at all times maintain the roadway surface within the contract limits in a condition satisfactory to the Engineer and such that any emergency vehicles may have immediate access to any building located within the limits of this Contract. ' The Contractor shall be responsible for all signing at the contract limits and within the contract limits. The Contractor shall ensure the signing is properly maintained while in use. It shall be the Contractor's responsibility to directly notify Police, Fire, Hospital and Ambulance services of road closures at least 24 hours in advance of such closures and to notify these same authorities when such closures are no longer in effect. ' It is the Contractor's responsibility to 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. r � 17. 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. i 18. 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 m2 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 r r 'I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-12 12. ' 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. rWhere the Contractor elects to supply a combination office for the use of the Contract Administrator and his own staff, the minimum requirements for the Contract Administrator's accommodation as outlined shall be met. In addition, separate outside access for each office shall be provided and the Contract Administrator's office shall be partitioned off from that of the Contractor, on the inside. Any inside connecting door between the two offices shall be fitted with a lock or closer on the Contract Administrator's side. ' Where the field office is situated remote from a built-up area and where alternate toilet facilities are not available, the Contractor shall also supply an acceptable chemical or equivalent dry toilet, in a location convenient to the Contract Administrator's office. 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. I 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 Camel 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. 19. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL The requirements of OPSS 180 shall apply to this Contract, revised as follows: 1 Section 180.03, Definitions, shall be amended by the addition of the following: Work area: means the road allowance, right-of-way, and property with a boundary common to the road allowance or right-of-way within the Contract limits. This form to be used with Ontario Provincial Standard Specification 180 SITE SELECTION NOTIFICATION FOR MANAGEMENT AS DISPOSABLE FILL 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: it 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 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 Ell may only be placed: 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. 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 Contractor's Field Representative signature Property Owner(s) Signatures) cc: Contract Administrator, Property Owder(s), Contractor OPSF 1800 ------v__ I--1 Qt-A-1 T:,- ' This form 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 party property oAmer 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: Lot ,Concession ,Township of ' 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 Owneis 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 minimum of 100 in 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, Prorinclal or Munkipal statute I ' or regulations and bylaws made thereto. Dated this day of Print Contractors Name &Field Representatives Name Contractors Field Representative signature property Owner(s) Signature(s) cc: Contract Administrator, pro perty Owner(s), Contractor OPSF 1801 This 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. [/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, VWe agree that the stockpile(s) will be removed by the date(s) herein noted i Dated this day of 19 Print Contractors Name &Field Representative's Name ' Contractors Field Representative signature Property Owner(s) Signatures) Copies to: Contract Administrator, Property Owner(s), Contractor OPSF 1803 ' December 1993 Ontario Provincial Standard Form lhi; form to be used with t)ntane Provincial Standard Specificawn 180 WASTE QU:VVTITY REPORT I-or Solid Non-hazardous Industrial and Commercial Waste Contract No. ' Contractor. Material Description Location of Disposal Site and Quantity of Materials Certificate of Approval Number OPSF. 1805 December 1993 Ontario Provincial Standard Form ISPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-12 13. .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. 20. 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 ` Irintified orithis Site Location Ana-... Acrylonitrile No Arsenic No Asbestos No Benzene No Coke Oven Emissions No Ethylene Oxide No Isocynates No Lead No Mercury No Silica No 1 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, of the location(s) proposed for disposal of Designated Substances. A copy of the notification SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-12 14. 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. Should a Designated Substance not herein identified be encountered in the work, then management of such substance shall be treated as Extra Work. 21. 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. 22. 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. All spills or discharges of liquid, other than accumulated rain water, from luminaires, internally illuminated signs, lamps, and liquid type transformers under the control of the Contractor, and all spills or discharges from this equipment that are a result of the Contractor's operations shall, unless otherwise indicated in the Contract, be assumed to contain PCB's and shall forthwith be reported to the Contract Administrator. This reporting will not relieve the Contractor of his legislated responsibilities regarding such spills or discharges. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-12 15. 23. 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. The Region of Durham Traffic Department is to be given a minimum of 48 hours notice before construction begins and following survey layout to allow for moving of all signs which are to be relocated. 24. GARBAGE COLLECTION The Contractor will be responsible for ensuring that garbage collection, including recyclables, is maintained and when necessary, the Contractor shall make arrangements directly with the collecting agency, to permit and coordinate pick-up. 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. 25. ASPHALT MIX DESIGNS The Contractor shall be responsible for the provision of current mix designs for all hot mix asphalt required for the work, or for having the necessary mix designs prepared by a certified t laboratory. The mix designs proposed for use by the Contractor shall be submitted in writing to the Contract Administrator for his approval and no work shall commence until the design mixes are approved. All costs associated with the provision of approved mix designs shall be borne by the Contractor. Steel slag and blast furnace slag coarse and fine aggregates shall not be used in any hot mix required by this Contract. 26. 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 SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-12 16. 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. 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) Cement itious - 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 li 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 SPECIAL PROVISIONS - GENERAL CONTRACT NO, CL97-12 17. 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 1 set of standard cylinders tested at 28 days. For mixes with cementitious hydraulic slag, the compressive strength tests shall also include one set of standard cylinders tested at 3 days. The air content, temperature and slump of the samples of concrete used to fabricate the test cylinders shall be stated. Note: The intent of the laboratory or field mixed batch of concrete is to indicate the ability of the proposed mix proportions to produce concrete of the required properties. (ii) Summary of Test Data The test data shall include at least ten consecutive 28 day strength tests from previous work. The data shall report individual strength tests and the average of all groups of three consecutive strength tests. The air content and slump of the samples of concrete used to fabricate the test cylinders shall be stated. The tests shall have been carried out within a period of two years prior to the award of the contract. (2) Sub-section 1350.08.01.02 is deleted and replaced by the following: 1350.08.01.02 Sampling of Mix Design Materials 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. II � SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-12 18. 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. The testing of the field trial batch of concrete shall be the responsibility of the Contractor. Strength test data from the field trial batch shall consist of at least one set of standard cylinders tested at 7 days and one set of standard cylinders tested at 28 days. For mixes with cementitious hydraulic slag the strength test data shall also include one set of standard cylinders tested at 3 days. The air content, temperature and slump of the samples of concrete used to fabricate the test cylinders shall be stated. When approved by the 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). 27. 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. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-12 19. 28. 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. 29. AMENDMENT TO OPSS 102 Scale Accuracy Section 102.08.01 of OPSS 102 is amended by the addition of the following: 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. II 30. 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, ± 2 ppm. The potassium level shall be 235 ppm, ± 30 ppm. The soil shall have a base saturation of calcium of 75%, f 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. 31. 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: SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL97-12 20. 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 Pipe for use in sewers up to and including 900 mm designated internal diameter shall be pipe of the size and class required, and shall conform to the 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.IM 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". 32. DELIVERY OF TEST SAMPLES The Contractor shall include in his tender rices for the cost of delivery of concrete test P rY 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. LIN 9J2. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-12 21. 33. PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED 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. 34. 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. 35. 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: SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-12 22. 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; (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. 36. 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. L � I � SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-12 23. 37. 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. 38. 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. 39. STORAGE AREAS Clause GC3.06.01 of the General Conditions of Contract is amended by the addition of the following: The use of the road right-of-way as a long term storage area is not allowed under this Contract. The storage of materials and movement of equipment will only be allowed for normally accepted construction practices. - 40. 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. 41. 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 SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-12 24. 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. II, �I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-12 25. 42. 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, .PEn ., Director of Public Works g Corporation of the Municipality of Clarington Municipal Administration Centre, 40 Temperance Street BOWMANVILLE, Ontario 'L1C 3A6 Re: Contract No. CL97-12 Dear Sir: I hereby certify that (Name of Contractor) have fulfilled the terms of our agreement and have left my property in a satisfactory condition. I have accepted their final payment and release (Name of Contractor) and the Corporation of the Municipality of Clarington from further obligations. Yours very truly, .................................. Signature Property Owner's Name............................Lot......Concession.......... Municipality of ........................................ (Please complete above in printing) Final payment will not be released to the Contractor until all the applicable forms of release have been signed by the property owners and received by the Authority. CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL97-12 SPECIAL PROVISIONS - TENDER ITEMS 16174114/101C PAGE ONE SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL97-12 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 trees and stumps. • Removal and salvage of street signs and storing on site for reuse by others. • Removal and relocation of tree at Station I+113 at Fieldcrest Avenue. • Adjusting of marker stakes for existing service identification. EARTH EXCAVATION (GRADING) - ITEM NO. 2 Payment under this item shall include: • All excavation as required for new sidewalk, interlocking brick pavers, parking areas and boulevard construction. All excavated earth material shall be utilized on site for embankment construction and slope grading purposes. Stripped topsoil shall not be used with placing of sod. All materials excavated on Highway No. 2 construction shall be disposed of off the site. Proof rolling of subgrade. • Grading and shaping of road ditches and swales Removal and disposal on site of deleterious material. • Removal and disposal of all asphalt from boulevards, parking areas and roadways. • Stripping of topsoil from ditches for installation of subdrain and disposal off the site. • Removal and disposal of asphalt in private entrances. • Benching of existing fill slopes where required for embankment construction. Provisions for protection of all utility poles, markers, hydrants, valves, trees, etc., in the proximity of excavation. The estimated volumes of excavation for Highway No. 2 and Courtice Road are 410 m3 and 550 m3 respectively. Most of this excavation will be topsoil. Unless otherwise directed by the Contract Administrator, it is not intended that any stripped topsoil be reused on site. EARTH BORROW - ITEM NO. 3 Payment for earth borrow shall be by truck box measure loose. Trucks shall be monitored to ensure that full loads are delivered. Volumes of earth borrow required are 1400 m3 and 400 m3 for Courtice Road and Highway No. 2 respectively. HOT MIX H.L.-3, and H.L.-3A - ITEMS NO. 4, and 5 Asphalt shall be penetration grade 85/100. Restoration shall be undertaken as follows: Existing paved entrance shall be restored to match existing with 50 mm of H.L.-3A. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL97-12 2. • Existing gravel entrance shall be restored to front face of sidewalk with 50 mm H.L.-3A. Paved boulevard and parking areas shall be restored with 50 mm H.L-3. Note that at Roy Nichols Car Dealership restoration shall extend back to the road allowance limit in order to provide a straight line saw cut. • Roadway cuts shall be restored with two courses of H.L.-3 for a total depth of 80 mm. All paving work under this Item shall include for all hand work as required. GRANULAR "A" - ITEM NO. 6 Payment shall be made under this Item for the supply, placing and compacting of Granular "A" material as follows: As backfill to subdrains to elevation as directed by the Contract Administrator. • 100 mm depth in sidewalk, curb and gutter and boulevard foundation 200 mm depth in private entrances • 300 mm depth in commercial entrances and parking restoration 450 mm depth in roadway restoration. CONCRETE IN SIDEWALK - ITEM NO. 7 Payment shall also be made under this Item for areas of private walkway constructed to match to new sidewalk. Where new sidewalk abuts or connects to existing sidewalk or curb an expansion joint shall be constructed at these locations. Where sidewalk abuts existing curb the depth of sidewalk shall be increased to 200 mm for a width of 300 mm parallel to the existing curb. Sidewalk fronting the Roy Nichols Car Dealership shall be built to commercial entrance standard of 150 mm thickness for the full length of the frontage. Section 351.07.01 of OPS 351 is amended in the Granular "A" foundation for sidewalk shall be measured and paid for under Item No. 6. CONCRETE CURB AND GUTTER - ITEM NO. 8 Payment shall also be made under this Item for the following: • Placin g of curb and gutter drop sections at crosswalks where existing curb is removed. Forming a 50 mm key at back of curb where sidewalk abuts new curb. • Excavation as required for placing of curb and gutter. Excavated material shall be disposed of _ as fill material on site. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL97-12 3, 150 mm DIA. PIPE SUB-DRAINS - ITEM NO. 9 The Contractor shall supply and place perforated corrugated polyethylene pipe pre-wrapped with geotextile knitted sock. Pipe shall be placed in existing ditch and roadway at locations indicated or as directed on site by the Contract Administrator. Backfill shall be Granular "A" paid for under item No. 6. The unit price bid shall include for connecting to catchbasin and ditch inlets. The elevation to which backfill is placed shall be agreed on site with the Contract Administrator. The general locations of ditch subdrain are Station 1+408 to 1+462 and Station 1+716 to 1+846 approximately. STORM SEWERS - ITEM NO. 10 Under this Item and for the unit rice bid the Contractor shall supply all materials includin pipes f P PPY gPP so � the required type, size and class, other fittings, Granular "A" embedment and native backfill. Concrete pipe shall be fitted with rubber gasket joints. For the purposes of determining embedment requirement, soil type can be assumed to be Class 3. Restoration of disturbed surfaces shall be paid for under the Items appropriate to such work. The unit rice bid under this item shall include for connecting 300 mm dia. storm sewers to existing P g $ 1200 mm x 2400 mm storm sewer on the east side of Courtice Road by an approved coring method. The elevation of the connection shall be agreed on site with the Contract Administrator. The unit price bid under these Items shall include for plugging abandoned culvert at entrance to Nantucket Condominiums at each end. GALVANIZED PIPE CULVERTS AND SEWERS - ITEM NOs. 11 and 12 Embedment material for culverts and sewer shall consist of Granular "A" with native backfill where required. Pipe shall be Hel-Cor lock seam corrugated pipe, plain galvanized and 1.6 min. gauge. The unit price bid shall include for breaking into existing catchbasin at Station 1+462.5 and for plugging opening left by removal of existing pipe with concrete. Connection to existing 500 mm pipe on Highway 2 will be made with an approved coupler. 600 mm X 600 mm PRECAST CATCHBASIN and DITCH INLET - ITEM NO. 13 The unit price bid under this Item shall include for placing of Granular "A" 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 structure. Filter fabric Terrafix Type 270R or equal shall be placed in drainage openings. Structures shall be sumped. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL97-12 4. Type "A" grate shall be used with a 3:1 slope ratio in accordance with OPSD 705.030 for ditch inlet construction. ADJUSTING AND REBUILDING MANHOLES AND CATCHBASINS - ITEM NO. 14 The Contractor shall note that manhole at Station 1+846 south of entrance to the Community Centre has to be raised approximately 600 mm. SAWCUTTING OF ASPHALT - ITEM NO. 15 Payment shall be made under part (a) of this Item for the sawcutting of asphalt of varying depths in entrances, boulevards, parking areas, sewer and subdrain trench in roadway, around catchbasins which are to be relocated and roadway asphalt adjacent to curb and gutter to be removed. Location and extent of saw cuts shall be determined on site by the Contract Administrator. Payment under part (b) of this Item will be made for sawcutting existing barrier curb at the entrance to the Recreation Centre to form sidewalk ramps. REMOVAL OF CURB AND GUTTER - ITEM NO. 17 Payment under this Item shall include for sawcutting of concrete curb and gutter in areas where existing barrier curb will be removed. Concrete rubble resulting from curb and gutter removal is not suitable for reuse on site and shall be disposed of off the site of the works at a location arranged for by the Contractor. REMOVAL, SALVAGE AND INSTALLATION OF CATCHBASIN - ITEM NO. 19 Payment shall be made under this Item for the following work. Removal and disposal of existing frames and grates. Removal, cleaning and salvage of existing twin inlet catchbasin structure and storage on site for reuse. Installation of salvaged structure including all excavation and backfill and disposal of surplus excavated material on site. • Supply and installation of new frames and grates. Connection of relocated structure to existing sewer including the supply of additional.pipe required. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL97-12 5. PRECAST CONCRETE PARKING CURBS - ITEM NO. 20 The unit price bid under this Item shall include for the supply and placing of parking curbs as indicated on the drawings. Parking curbs shall be 2.4 m long in accordance with OPSD 603.02. Spacing of curbs shall be agreed on site with the Contract Administrator. RELOCATE HYDRANT - ITEM NO. 21 Payment shall be made under this Item at the lump sum bid for the following work: Removal and salvage of existing hydrant and barrel. Excavation as required to extend hydrant lead to new location and disposal of surplus materials on site. Removal of existing hydrant lead at valve location and disposal of pipe. Supply and installation of new PVC hydrant lead and connection to existing valve. Reinstall hydrant complete with blocking in accordance with Region of Durham Schedule C/D Section 02511, sub-section 212. Cathodic protection as per Region of Durham Standard S-436. Backfill with selected native materials and compaction. ADJUST WATER VALVE BOXES - ITEM NO. 22 Payment under this Item shall include for excavation adjusting of slide type valve box to new grade and backfilling and compaction of excavated area. Where valve box extension is such that the elevation of operating nut is greater than 2.0 m below finished grade, the Contractor shall be paid on a time and material basis for the supply and installation of an extension stem as per Region of Durham Standard S-408. TOPSOIL AND NURSERY SOD (Staked and Unstaked) - ITEM NOS. 23 and 24 Payment shall be made under this Item for the placing of a minimum depth of 100 mm of imported topsoil and nursery sod in disturbed grassed areas and elsewhere on site as directed. The Contractor shall include in the unit price bid under this Item for topsoil testing as required by Clause 30 of the Special Provisions - General, and for treatment of topsoil as necessary to meet fertility requirements. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL97-12 6. The Contractor is advised that the quantity of imported topsoil required may be reduced should be Contract Administrator approve the use of native topsoil. The use of stripped topsoil for restoration purposes will be at the discretion of the Contract Administrator. It is not anticipated that any excavated material from Highway No. 2 works can be reused. Some topsoil on Courtice Road may be reusable. TREE PLANTING - ITEM NO. 25 Under this Item the Contractor shall supply and plant trees of species and at locations as directed by the Contract Administrator. This work will be carried out on a force account basis and only when authorized by the Contract Administrator. INTERLOCKING BRICK PAVERS - ITEM NO. 26 Under this Item the Contractor shall supply and place brick pavers in sidewalk at tree locations identified on the drawings for Highway No. 2 works. pavers shall be standard 100 mm x 100 mm x 60 mm size in a colour to be agreed with the Contract Administrator. Pavers shall be placed on a base of Granular "A" and 25 mm of bedding sand such that pavers are placed flush with adjacent concrete surface and 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 surface. Excavation for bedding and base shall be paid for under Item No. 2. REMOVE, SALVAGE AND RE-ERECT GUIDERAIL - ITEM NO. 27 Payment shall be made under this Item for the following work: Removal of steel beam iderail, posts, anchors, etc., on north approach to Black Creek culvert. g • Disposal of all materials off the site of the works with the exception of steel beam which shall be salvaged for reuse. • Supply of all materials and labour to erect new steel beam guiderail at same location including construction of extruder end treatment in accordance with the standard drawings. Should additional steel beam be required this will be supplied by the Contractor at a negotiated price. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL97-12 7. I � SILTATION CONTROL - ITEM NO. 28 Payment shall be made under this Item for the supply of all materials, the erection of silt fence and straw bale check dams at locations as directed by the Contract Administrator and for removal of same on completion of work. The unit prices bid shall include for maintenance of silt control facilities during construction operations. �I I � CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL97-12 I STANDARD DRAWINGS PAGE ONE STANDARD DRAWINGS CONTRACT NO. CL97-12 STANDARD NO. DESCRIPTION OPSD- 208.010 BENCHING OF EARTH SLOPES 216.010 BOULEVARD TREATMENTS - URBAN SECTION 218.01 SODDING OF SIDE SLOPES 219.110 LIGHT DUTY SILT FENCE BARRIER 219.180 STRAW BALE FLOW CHECK 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 Mod. SIDEWALK DRIVEWAY ENTRANCE DETAILS 351.01 URBAN RESIDENTIAL ENTRANCE 400.01 CATCHBASIN GRATES 561.010 INTERLOCKING CONCRETE PAVERS ON GRANULAR BASE 600.04 CONCRETE BARRIER CURB AND GUTTER 603.02 PRECAST CONCRETE CURB 608.01 METHOD OF TERMINATION 610.01 CONCRETE CURB AND GUTTER OUTLET 704.010 MAINTENANCE HOLE AND CATCHBASIN PRECAST ADJUSTMENT UNITS 705.010 Mod. 600 mm X 600 mm PRECAST CONCRETE CATCHBASIN 705.030 Mod. 600 MM X 600 MM PRECAST CONCRETE DITCH INLET 708.01 CATCHBASIN CONNECTION 708.020 SUPPORT FOR PIPE AT CATCHBASIN OR MAINTENANCE HOLE 802.010 FLEXIBLE PIPE EMBEDMENT AND BACKFILL EARTH EXCAVATION 802.031 RIGID PIPE BEDDING, COVER AND BACKFILL - TYPE 3 SOIL 803.031 FROST TREATMENT - PIPE CULVERTS 902.03 ASSEMBLY DETAIL 904.01 STRUCTURE CONNECTION PARAPET WALL 902.055 END TREATMENT EXTRUDER ASSEMBLY- DETAILS 902.056 END TREATMENT EXTRUDER INSTALLATION- DETAILS 902.057 END TREATMENT EXTRUDER COMPONENTS 902.058 END TREATMENT EXTRUDER COMPONENTS S - 112 ADJUSTING RIM OF EXISTING PRECAST CONCRETE MANHOLE 423 P.V.C. WATERMAIN TRENCH BEDDING 425 TRACER WIRE AT VALVE BOX FOR P.V.C. 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 501 Mod. PAVEMENT JOINT TREATMENT i � r +rrl rrf a� rr rr rr rr rr Mr I�r rl r� r it rr Ir r� r� J New roadway Existing roadway Subgrade Existing outside edge of shoulder rounding v+ Note 1 c Existing slope to be stripped when specified before benching Bench height >0.3m and <1.Om ��� w . ....—..._.....— o Bench width Variable —._,_.._ d' _ J NOTES: 1 When the Subgrade is below the existing outside B Benches are to be excavated one level at a time and edge of shoulder rounding, benching shall be the compacted fill brought up before the next carried out below the point where the subgrade benching level is excavated. intersects the existing slope. C All dimensions are in millimetres or metres unless A Benching is not required on existing slopes flatter otherwise shown. than 3:1 or where specked. ONTARIO PROVINCIAL STANDARD DRAWING 1996 02 011 Rev OP _ BENCHING OF EARTH SLOPES Date — - - - OPSD - 208.010 r Sidewalk 0.3m min Note 1 I0.5 Crigin_a groi-^ Pavement Grorular base Boulevard surface m 2y 27.m� ox i37."�.'..�— •' Rounding ' �\ breakpoint 0.3m Granular Subgrade Typ suboase SOmm min Typ Pipe subdrain Typ CUT AND FILL SECTION WITH BARRIER CURB �— Sidewalk 0.3m min Note 1 i Pavement surface rn3 5 >• Granular base i or 27 --2y 7 min 8%mox 2 �: �• Depth as specified o 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- - - _ URBAN- SECTION - - - _ _ - OPSD 216.010 sl Pes or sfeePer� - y °n Z:l °d surface - $tokin0 f r1 f�ash with s° - �" and driven �. �. •.I 100 IOp dim C ti led �Un�°'I - Subyroda elevation on roadway trontslope .r r� ° NOTES: A For application to designated areas. 9 All dimensions are in millimetres unless otherwise shown, ONTARIO PROVINCIAL STANDARD DRAWING Date 1990 09 14 Rev 2 Date SODDING OF SIDE SLOPES ------ ---- OPSD - 218.01 Area under r^ construction re o \ � End V J Arun Barrier I r �j main run �� £ti L`lj End run VV W i 416 Area under protection wv S PERSPECTIVE VIEW Area under construction Direction of flow Area under protection SECTION VIEW Silt fence barrier h? Direction of flow tv� ,y 2.3m max, TYp r Main run I ' A L_® PLAN OF SILT FENCE BARRIER ' Stake Geotextile E E E 0 Direction G� °m Trench to be of flow oaled and compacted Earth surface 0 N 300mm min I 000 of geotextile 200 in trench SECTION A—A NOTE: -A Ail dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1996 02 011 Rev LIGHT DUTY - - - - - - oP SILT FENCE, BARRIER Date - — — — — — OPSD — 219. 110 Direction of flow Straw bales I 4 ! Stakes 150mm Note 1 Cr+ from end of bales f * ' 1..�_ • . ■ . ■ . . • . • • . • • . _J - A I A . . . . . . . . . . . . . . CL+ PLAN VIEW FLAT BOTTOM DITCH OR CHANNEL Ditch s/aPe Stakes driven flush Lowest level ! ^1 � i J Bottom of end bales Trench of downstream row to - be higher than lowest point of flow check. Downstream bale position SECTION A—A outlined. Direction of flow Straw bales Stakes 150mm Note 1. C r-* �V/ from end of bales 1 ' � B B r C L+ PLAN VIEW V—DITCH Ditch s/o Pe Stakes driven flush Lowest point Bottom of end bales I Trench Ties not to be of downstream row to be higher than lowest g round contact with point of flow check. 75 ground Downstream bale position SECTION B—B outlined. ' Note 2 1+-1500 NOTES: SECTION C—C ' 1 Number of bales varies to suit ditch or channel. 2 Balance of excavated trench to be A All dimensions are in millimetres or backfilled following bale placement. metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1996 02 011 Rev I � 1 .— STRAW BALE FLOW CHECK Date — — — — — - 01 OPSD - 219. 180 l Varies m min) ' •o a 02"'3 i BOULEVARD Concrete slope .� 2% to 10 X S� lope 2% to 4% sidewalk 2� X _______`__ _ L 125mm R-5mm 100mm Granular W Note 1 5� TYPICAL SECTION ♦ =•• i; DUMMY JOINT Curb and gutter Expansion joint material 5 0.25 T BOULEVARD R=0.5m Note I Typ = "v 3 La ' •� :'�.. 1. .•.� .fir•. ~ L a 1.5m ♦ •' o Typ Expansion joints CONTRACTION JOINT R=Smm TYP S Dummy Joints TYP o Contraction. . joints 7 tit. c Typ —I 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 befl-2--51 mm. metres unless otherwise shown. At commercial and industrial driveways. the thickness shall be I5o mm. ' 2 Sidewalk width shall 'be increased to 2.4m at schools, bus'stops and other high pedestrian areas. ONTARIO PROVINCIAL STANDARD DRAWING 1993 to of Rav MODIFIED OP CONCRE'T'E SIDEWALK oats- AE--194 - S opgn — i i n n i n t.5m . Note 2 Expansion joint material Finished road Sloe 2% to ax surface .. .•. . . a 125 mm .,. a .'.� �• . . � .• '1• �' to 1 '• Concrete ' l • •• R=Smm R=Smm l sidewalk a• ~ ` GRANULAR �A� - IOOmm Curb and gutter 5 as specified TYPICAL SECTION � . . �I` 5 f 1 . • 3 ExDonsion X ' joint material Curb and gutter i DUMMY JOINT �1.5m� 5 0.25 Jr Typ Contraction '..� : j• ; joint Expansion j r s joints CONTRACTION JOINT , R=Smm Typ 5 Gummy joints Typ co '� '• r ' X a Contraction IE joint ` ---� �► 12mm expansion JOINT LAYOUT } joint material EXPANSION JOINT NOTES: 1 Sidewalk thickness at residential driveways A All dimensions are in millimetres or and adjacent to curb shall be F2 mm. metres unless otherwise shown. At commercial and industrial driveways, the thickness shall be lso mm. I ' 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 10 of Rev CONCRETE SIDEWALK _ MODIFIED ADJACENT TO DateAR.L1994 S CURB AND. GUTTER - OPSD — : __ ,_- ______ 310.020 Stop or-yield Stop or yield '• r_ street street l` •-1 Expansion joints 2.5m Typ I— romp 77 Romp slopes -- 8% max � 1.5m -- Typ 0 ---� � Typ 1.5m Typ Expansion joint Curb and gutter material , Typ Curb and utter Through street Through street g UNSIGNALIZED INTERSECTIONS Back of sidewalk Expansion joint Directional lines Typ Crosswalk Directional lines Typ 0 0.3m apart and 1.5m long - min s Typ Curb and gutter -------- 1.0 -- 1.5 1.0 Gutter line Lo RAMP ELEVATION Full curb height �0 7 i •S ' 7.0 i I Curb and gutter Finished road surface Expansion joint material SIGNALIZED INTERSECTIONS 2.5m Back of sidewalk e- -Slope 8% max 5% dirable min Curb and gutter Sidewalk romp as specified TYPICAL RAMP SECTION NOTES: A Directional lines shall be 10x10mm made 6 All dimensions are in millimetres or with grooving tool having a 15mm radius. metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1993 10 0l Rev _ MoD._ _ _ _ pp CONCRETE . SIDEWALK RAMPS - ��� 19 s Date _ _ Y,` 9S AT INTERSECTIONS r PSD -- 310.030 Sidewalk TO I 1 Note 1 I I t , Curb Typ Catch basin Face of curb Expansion joint TYp material CATCH BASIN Expansion joint Note 2 Expansion joint material Note 3 Maintenance hole I UTILITY APPURTENANCE l Expansion -joint Note 2 • II i i Provide a minimum Nd of t 00mm 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 s Date .- - - - - - IN' SIDEWALKS- - OPSD -- 310.040 t 0 Driveway Y ale: _Dhvewoy varies A B E t_ —� C C D D I t �_ . 0.5m min Boulevard Curb and gutter A I 1.5m min Sidewalk depressed to match dropped curb 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 Dropped sidewalk Oro ed sidewalk Sidewalk Transition section 1 4 SIDEWALK WITHOUT BOULEVARD SIDEWALK WITH BOULEVARD SECTION C--C SECTION D—D Curb and gutter 27. min 150mm I—Varies 4% 2% min �.— 47: Note 1 .• Typ Varies SECTION B—B SECTION A—A MOD. NOTES: 1 At commercial and industrial ONTARIO PROVINCIAL STANDARD DRAWING 1993 10 01 Rev driveways the thickness shall be U.5Ojmm. — _ - - - - _ - - OP A All dimensions are in millimetres SIDEWALK DRIVEWAY ENTRANCE — S or metres unless otherwise shown. Date _ _ _ _ _,_ DETAILS OPSD -- 310.050 Ar* 4.Om min Sin le ' 6.Om min, Double >° I Sidewalk o I Entrance I Boulevard ICurb and gutter r cuorbped ' Not 4 1_— I I I 0.4 0.3m A j ' 0.3rn 0.4 min —7 min -- PLAN Side w !k 0-4 0AD `s ISOMETRIC VIEW 6y 3.0 3.0 Jar N SW or SW and Blvd °fe � SAG SW Blvd 6y Note ote 3� I Dropped curb 4�• Mote 1 4%max� I / 67' Note 2 4%. Note 2 8y Max CREST 87•• �°te 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 1992 05 01 Rev URBAN RESIDENTIAL Date — AN RE — ENTRANCE - - - - - - - - - - = - - - WITH BOULEVARD OPSD - 351 .01 it ,r� � �r � r � r ■■.�� r in r� r r Ir r r r� ..��. rJ --� - 825 25--I _{ 600 100 1 = v> 552 o cli� 19mmdio.rod 64 l 32 U M r44TaD tT T 07 TF 86 IN N lag - to A M1 76 N 102 5 66 75 I \\ \ iQ 19 LN —32 *cj 9 LI To l- GRATE PLAN SECTION C-C 152--I R=838 R=4.57m FRAME PLAN SECTION B-8 t r--178 mm 25mm � - � 1 (TYD) 657 -.�I 17 623 17 R=25mm 9 Slot � 1 102, R=25mm -►�t+-13mm (Tr0) below M:2 � SECTION D-D SECTION E-E 32 m T—TL N a`oo ----- - —�"' _ `° en N o V NOTE: ---- - -=OD== -=°°"-= � A All dimensions are in millimetres unless otherwise shown. --105 .�. 615 105— T SECTION A-A 7 ONTARIO PROVINCIAL STANDARD DRAWING Date 1 1987 03 31 Rev I J- CATCH BASIN', CAST IRON Date SLOT DETAIL FRAME & DISHED , SQUARE GRATE _ OPSD - 400 . 01 Boulevard/Sidewalk Concrete Curb and gutter, Note 2 edge restraint Concrete pavers, Note 1 Joint sand TYP a ► 25-40mm °. . . .v. . ► e o o °' bedding sand ° `. . as specified ► a Granular base y 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 15 Rev INTERLOCKING ' CONCRETE PAVERS Date- - - - - - - - s D _ ON GRANULAR BASE OPSD - 5- - 010 � ir■■_ � iii � � � � ■� Is � iii �■ r, � r, . �.. D 7 U U 0 o Dropped curb at d entrances U o Thickness LL o Typ Thickness of sidewalk �� of sidewalk i 25 300 50 150-*i 25 -- 300 — 50 150 —{ Finished I rood '� _ surface �� �—p ,_ a�� '`� '�+�' 0 N o �s �s'F 0 u `r �� Q o �. a ul 04 N •+ Note 3 04 r - �'• .Note •�_ - 525 50 TANGENT Addition,[ 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, C The length of transition from one curb type to another shall be 3.0m, except in conjunction with ONTARIO PROVINCIAL STANDARD DRAWING Date 1 1990 09 14 1 Rev guide rail, it shall conform to OPSD-900 Series. CONCRETE BARRIER CURB Date D All dimensions are o millimetres WITH STANDARD GUTTER T T E R unless otherwise shown. - - - - - - - - - - - -- - - FOR FLEXIBLE PAVEMENT OPSD -- 600.04 i 50x5Omm hole for placing hazard marker 2 holes for anchoring 15mm min bar r r ISOMETRIC VIEW 200mm min 280mm max ? Var 115 Var r o ,, I E E E E 0 o -: ;a 1 1 f I Size 15 epoxy 'I( coated bars SECTION NOTES: A Concrete strength to be a minimum of 25MPa at 28 days. 6 Class of concrete shall conform to CSB 823.1. C All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 1991 1121617evi 1 STANDARD Date r. - - - - - -PRECAST- CONCRETE- CURB - - - - - - - OPSD - 603.02 r r 3.8m Termination 150mm r Curb and min gutter 1 . O } O Gutter line i i PLAN a -- i 225 �-- N END VIEW i ELEVATION `•_ MOUNTABLE CURB AND GUTTER Curb and utter g 3.8m Termination 1 50m min F[1 1 ?"\ + I ±i Gutter or > 2 111 � 1 curb line i i I PLAN Varies I-- w N 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 12 161 Revi 2 Date — - — — — METHOD OF TERMINATION FOR CONCRETE CURB AND GUTTER OPSD -- 60$.01._ Saw cut Y r+ Saw cut pavement Back of curb Standard Half pavement width ----I curb and gutter L. `o ` 1 Sae details Pavement top course ' Top of curb > below g i -- ——————— — Curb and gutter-1i O O J Gutter line ' Pavement I _� � .��' base course Adjustment units 150 G--- Min Of One : / v Max of three I I Edge of I— --I pavement SECTION Y—Y �`� � � �� X X 50 4=L —L?Frame —1 —L ��.J 12s � 15o Y � 150 Gutter line and grate 7, x 1Omm PLAN Pavement top course Saw cut Saw cut • ' Varies 5-15mm - VE I-- I BARRIER CURB SEMI—MOUNTABLE or MOUNTABLE 300 300 --�I CURB AND GUTTER DETAILS 25 SECTION X—X �• •'_ 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 16 Rev 1 CONCRETE CURB AND GUTTER Date BARRIER OUTLET - - - - - - - - - - - - - CURB AND GUTTER AT CATCH BASIN OPSD - 610.01 •----� !O� �a tz»�»"-7 r-+_�.w r:"r_•�- --""^'� u�.wr cc.,fY[i' w�...m ls:,-.- ,...,:.�yi «f.»,Y,,.w. v.tf.�Q, ..,..:>a. »•..sitcv +w...nn+ r..+r.� " �-Pavt Curb with-, ---Pout Curb with-, Grate reference elevation u er gutter g �, � Frame to be I Typ ` It i�� rrn— .1 set in a full Standard "�' �` '� 450mm ri. i—T—_ =f mortar bed and grate maximum to I Typ TYp first step Typ Adjustment units. Note 1 " minimum of one ------ maximum of three 1 TYp v• _L d 0 ° 300mm TYp s .♦ e• r SECTION THROUGH SECTION THROUGH TAPER TOP SECTION THROUGH CATCH BASIN FLAT CAP Maintenance hole step Note 1 -------------- -----� I / Adjustment units Adjustment units for — for catch basins maintenance holes Frame and grate, or cover ! with square With round openings. Available In sections r—"— —'-----1 openings.Available in or continuous units I I sections or continuous units Taper top \` Flat cap {I� Rlser section 1 Catch basin TOTES: I If.first step is in an adjustment unit, B All dimensions are in millimetres the adjustment unit shall be of the or metres unless otherwise shown. type manufactured with a step in place. Adjustment units shall not extend ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev beyond the outside edge of the structure. MAI NTT—NAN C E HOLE AND 0 CATCH BASIN PRECAST CONCRETE 'late - - - - - - ADJUSTMENT UNITS OPSD -- 704.010 150mm B I+ overlap ALTERNATE STANDARD HEIGHTS rA A A 1980mm B 1830mm VVVVF 185mm 2/m, G 1520mm each way B r PLAN 830 830 . 115 600 115 115 600 115 v o L � � O Q ♦ - h h U O O Q: O � O r� + a Knockout Note 2 r y Note 2 . r 250 ; t I v = Ptl ov`o ° c o > �+ o o a E 0 o WWF E u E e ' E 185mm 2/m, a ° o E Note 1 Co v°> each way E E ° LO E a _ ° a ' 300mm u all sides TYP I r ' �: : ' ,1% Granular SECTION A—A MOTE G 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 6 100mm dia. opening left in floor. slab. a minimum thickness of 300mm all around the catch basin. MOD. ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev �1 PRECAST CONCRETE — — _ — SP CATCH BASIN Date _ _ _ _ _ _ 600mm x 600mm, DEPTH - 4.0m MAX OPSD 705,010 Ar* 775mm I N- 1-6 Grate reference elevation SS I I � I I I I I I I o I I I >150 . 600 150 E I Outlet hole I E WWF 8 a E I Note 1 I E 185mm 2/m, E E 0 150 j—_ 600 ---� 150 each way 0 :3 j 300mm LI ---� all sides ---Ise'— TYP -- Granular --------- ----J � ote H bedding ote H A SECTION A—A FRONT VIEW NOTES: 1 Outlet hole size 525mm maximum diameter, location as required. Opening Dimensions A Where inlet is placed across ditch and mm is accessible to vehicular traffic, grating T yet Io o b slope is to be 6:1 or flatter. B All reinforcing steel shall have 25mm minimum cover. 2:1 670 152 C Granular backfill to be placed to a minimum 3:1 632 72 thickness of 300mm all around the ditch inlet. A 4:1 618 79 D Grating according to OPSD-403.010. sa 608 83 E Pipe support according to OPSD--708.020. 8:1 605 85 F All dimensions are nominal. 10:1 603 86 G All dimensions are in millimetres or metres unless HOR 600 87 otherwise shown. H 1 00m Dia. opening to be provided in base. Terrafix 270R to be placed between base and granular bedding to cover opening. ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev. PRECAST CONCRETE _ _ MODIFIED_ _ _ °sP DITCH INLET °ate MAY '-997 600mm x 600mm, DEPTH 4.Om MAX OPSD - 705.030 PIPE IN SUPPORTED PIPE IN UNSUPPORTED PIPE IN SUPPORTED EXCAVATION EXCAVATION EXCAVATION de D Note 3, Typ Subgra 2 Support system Typ Q 1 1 1 1 . Backfill material. Clearance, • For culvert frost treatment 1 • see table, Typ • 300mm min, Note 2 1.5 •. •Typ f Clearance, ..• see table 300mm min .� D EE 150 m D °o0 W TYPE 1 OR 2 TYPE 3 • SOIL SOIL D 150 •. 2 0.5,0 0.50 Bedding grade Note 1 Note 1 PIPE IN SUPPORTED PIPE IN UNSUPPORTED LEGEND: EXCAVATION EXCAVATION ,0 — Inside diameter 1 2 Subgrade NOTES: 4. • - Q 1 1 The pipe bed shall be shaped to receive the bottom of the pipe. D ,t 2 Pipe culvert frost treatment according to OPSD-803.030 and 803.031. For cu ert fmaterial. For culvert frost treatment 3 Condition of trench is symmetrical about centreline of pipe. Note 2 A Grdnular material placed under the haunches must be compacted 150, Bedding grade CLEARANCE TABLE prior to continued placement and compaction of embedment material. 2 0.5 D � TYPE 4 Pipe Clearance B Embedment material shall be homogeneous granular material, and Inside Diameter shall be placed and compacted uniformly around the pipe. Note t SOIL mm mm Soil types as defined in the Health & Safety Act and 900 or less 300 Regulations for Construction Projects. Over 900 1 500 D Protection against heavy ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev construction equipment according to oPSD-8o8.01 0. FLEXIBLE PIPE - - - - - - - - - - _ _ _ E All dimensions are in millimetres ` ` ` ` ` S or metres unless otherwise shown. EMBEDMENT AND BACKMLL Date EARTH EXCAVATION OPSD '- 802.010 PIPE IN SUPPORTED PIPE IN UNSUPPORTED PIPE IN UNSUPPORTED PIPE IN SUPPORTED EXCAVATION EXCAVATION EXCAVATION EXCAVATION Note 4 010 Subgrade OD TYp 2 2 OO MI /m min, TYp 1 1 Support system 1 Backfill material. Q'1 ' Clearance, TO culvert frost treatment 1.5 • \ see table 1.5 Note 3 TYP Cover material ' 0.1500 300mm min, Typ ° Compacted granular �'�:• bedding material Note 1 Bedding grade Typ OD OD 016 00 2 2 0.500 Note 2 Note 2 CLASS B — BEDDING CLASS C — BEDDING N OTM 1 The minimum bedding depth below the pipe shall be 0.150. 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. 00 — Outside diameter mm 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 rO-PSD- --- 802.031 �:. Pi e Hype 1 and 2 soil I Type 3 and 4 soil Profile grade I--- Note 2 d 1 o(k —d) i 1 o(k — d) Subgrade Fr Granular �. ► •1 ��; k� •3. -� kit ost taper backfill •.Limit of * *--�—r-•r i ••i ` ' :• ' 1 / r 'pipe clearance. Typi ., '. i r' 1 �.. I Note 3 1 _ ' Frost toper, Earth fill 1-. .�� - J _ __..'�__------------------------Frost penetration line Note 1 between these limits Note 3 Edge of pipe Bedding grade FROST TREATMENT — RIGID AND FLEXIBLE PIPE NOTES: 1 Pipe embedment according to: D All dimensions are in millimetres or metres unless otherwise shown. a) Flexible — OPSD-802.010, 802.014, 802.020 and 802.024, b) Rigid — OPSD-802.030 to 802.032, 802.034, 802.050 to 802.052 and 802.054. NOTES: 2 Condition of frost treatment symmetrical about d — depth of roadbed granular centreline of pipe. k — depth of frost treatment 3 Frost tapers start at the intersection of the 1:1 f — depth of frost penetration or 3:1 slope and the frost penetration line. p p A Protection against heavy construction * — Type 3 soil equipment according to OPSD-808.010. ** — Type 4 soil B Frost tapers are not required ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev in rock embankment. C Frost tapers not required when FROST TREATMENT --• PIPE CULVERTS - - - - - - - - -- - S frost line is above the top of FROST PENETRATION LINE BETWEEN Date — — — — — — Pipe TOP OF PIPE AND BEDDING GRADE OPSD — 803.031 go M wo no M Io M as we M M M M M M 3.810 POST BOLT AND HOLE 3.810 —1.905 1.905 Hole Post bolt 1.905 1.905 Dia and nut Washer Post mm mm Channel Post ® 18 16 z 460 Rect Guide Rail Offset block Plate 9 Offset block Q 18 16x 310 lock PLAN Guide Rail PLAN 4Rectongulor indirection of traffic Rnd Sh - - 40 Sh Rnd Lop in direction 42- of traffic GD � � o en 0 ; , Rectan ularwasher .Ms aD a' L M _ washer '°z i 7777M 7 Ram r/777r Steel base i Steel boss OPSD-908.01 7r :;; 0.5 ::?: OPSD-908.01 STRUCTURE DECK g E 0 E STRUCTURE DECK OR FOOTING E E OR FOOTING ELEVATION SIDE VIEW SIDE VIEW ELEVATION SINGLE RAIL SINGLE RAIL WITH CHANNEL NOTES: I Where guide rail is adjacent to curb, mounting height shall B Wooden posts to be set by instrument for alignment and grade, be measured: with tops parallel to pavement grade. a Vertigall y at face of guide ail when face of guide roil C To produce an even alignment,shim beam element where necessary. is more than 300 mm beyond gutter line. D This standard to be read in conjunction with OPSD-902.01 and 902.02 b Vertically-aLgutter line when face of guide rail is E All dimensions are in millimetres or metres unless otherwise shown. 300 mm or less beyond gutter line. A Wooden posts and offset blocks Size 200 x 200 mm nominal, 190 x 190 mm t 1.5 mm dressed, tops to have 25 mm chamfer. ONTARIO PROVINCIAL STANDARD DR_ AWING Date 1 1990 11 15 1 Rev 3 STEEL BEAM GUIDE RAIL Date ASSEMBLY DETAIL ---- --------- SINGLE RAIL WITH OR WITHOUT CHANNEL roPSD- 902.03 1 I One stondord beam element Two standard boom elements 1400 Post spacing ±5mm 1.905 m post spacing 475 950 ♦1 I A Note 4 + a + + ♦ 1 ZV • Structure--� Note 5 �j �+ Note 3 Asphalt wearing Chanel f tilt blocks surface Length of crossfall transition, Note 1 Length of curb 8 gutter termination,Note 2 ELEVATION Note 1 Approach � �g0 Similar dotal as _F j structure curb Approach slob crossfall 600 I — ,/a'. Var 75 017/, :l::.;';s Approach — ff° 625 -� t slob crossfoll :.:--� �s hOnq�,� SECTION A-A �OhOO - Sh crossfoll 1 Note 3 NOTES: I A 7.62 m transition from approach slab crossfoll 5 Steel beam and channel to be field drilled to suit. Coat to shoulder crossfoll shall commence at the first holes and bolt heads with approved zinc rich paint. beam element joint beyond the end of approach slob. A Channel post bolt at offset blocks to be 510 mm long. 2 A 7.62 m curb and gutter termination shall End of bolts to be saw-cut, flush with face of nut. commence at the first beam element joint g This standard to be read in conjunction with beyond the end of approach slab. OPSD-902.03, 902.07, 902.08 and 905.01. 3 When channel is to be discontinued,a 7.62 m C All dimensions are in millimetres or metres termination shall commence at the third beam unless otherwise shown. element joint beyond end of approach slob. 4 When guide rail is required at structure leaving end, channel shall also be installed. ONTARIO PROVINCIAL STANDARD DRAWING Dote 1988 10 03 Rev 4 STEEL BEAM GUIDE RAIL Date STRUCTURE CONNECTION PARAPET WALL CURB AND GUTTER TERMINATED [OPSD - 904.01 ar �r .. �•. ..��.. .. � . �. .. �. St � Sec dp�d\ --11170 Post zQ R I_ Post QQ d Z� SQL er 8y High intensity t Cpl R ste object marker Of when specified j ► t S,2 b � e SB�R t � i n ed a 'n�vped O� d°( L y st°{ ; Traffic flow I= j Calculated length of need Edge of shoulder Extruder Terminal Guide rail not attached to block 3810 3810 648 and post at post (3 Steel beam guide rail 4.--Breakaway wood posts, Section C—C Channel to be buried Cable anchor bracket Note 2 Guide rail exit Offset strut Extruder System 15.24m slot to be pointed Cable assembly PLAN away from traffic Bearing plate G) © Q ® Q © Q S SBGR transition in height 4-16x32mm Ig from 610 to 530mm. �1905mm splice bolts and nuts Channel termination. 610 A TO Q C 530 Fl Soil 0 00 bearing N N WNW plate Top of Steel C —3 shoulder A � Q foundation wood post ELEVATION pp Wood post140x190mm 1V40x190mm Wood 0x190mm 16x460mm Ig bolt with hex nut and washer --� Note 1 Note 1 t178mm leeve inserted Breakaway ost Q Breakaway hole hole 25mm cable assembly Offset strut Breakawa with 25mm hex nut 140x190mm offset b{oek y and washer each end oles� 50mm Ig 16x250mm Ig 203x203x16mm and nut with bolt and nut cable bearing plate ashers NOTES 2-16x178mm Ig !g bolts and nuts 1 The 16mm flat washer at back nd nuts Front face of ost onl Washers are not sou bearing plate of system P Y• earng plate at edge to be used between bolt of shoulder h ad a at Posts 0 ndation tube Foundation tube TYP Q@@ (2) and ® . ELEVATION SECTION A—A SECTION B—B SECTION C—C 2 Channel shall not be used POST Qt POST C2 POSTS @® POSTS QS © Q7 within the Extruder system. ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 1 Rev 11 A The Extruder terminal and cable anchor bracket depicted on this END TREATMENT OP drawing is proprietary to Syro — _ — -' r ' - — — S Steel Co. EXTRUDER Date _ _ _ _ _ _ B All dimensions are in millimetres INSTALLATION — DETAILS OPS� — 902•056 or metres unless otherwise shown. 140 190 140 �" 190 r 19mm dia h ole I t' �t dia hole ia h g , Hole optional ") t ' on post 1 60mm dia 95 t ,n breakaway o hole n o Ground Note 1 I j line 1 o J . N ,0) 22mm E C) I 2-90mm dia hole n t I dia o breakaway ELEVATION SIDE holes 0 0 1WE 'A' POSTS 10 TO ® o 0 Co BREAKAWAY TIMBER POSTS — DETAILS ELEVATION SIDE 152 x2031 610 TYPE 'B' mm 76 �50 152 229 152 POSTS O5 TO di � �a hole � 25 1 I , I o I I 2-20mm 140 ' dia holes 1 co HSS I 1 d 0 o I 1 i 203 x 152 x 4.8 1 i N 0) 0 f- C4 1 6mm thick 1 1 I 19mm dia hole I i I I ELEVATION I i OFFSET BLOCK ELEVATION SIDE SIDE VIEW FOUNDATION TUBE SOIL BEARING PLATE Posts 10 though ® Lf---152 ---�� NOTES: ----------- 1 Pipe sleeve to^be inserted into breakaway 60.30 52.4x V hole on post . PIPE SLEEVE A Timber posts and offset blocks: AT POST 1Q ' Size 140x19Omm dressed, tops to have 25mm chamfer. B The Extruder terminal and cable anchor bracket depicted on this drawing is proprietary to Syro Steel Co. C All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL. STANDARD DRAWING 1996 09 15 1 Rev Ll END TREATMENT - - - - - - - - - - SP EXTRUDER Date _ _ _ _ _ _ COMPONENTS—POST AND FOUNDATION TUBE I OPSD — 902.057 }.--- 1905 FCAw I See cable Post kick plate 5 E70T1 anchor bracket 0ff s t I 140 O _^ stru O -"' Bent plate 102 I 51x5x486mm Ig Ic --- --- 76 TYP Post 10 ' ----- -----J 1O N I -!'� v)- -'- Offset block � r ----- R=8mm PLAN N � Typ 1430 R=25mm, Typ C150x12 1700 Timber post 800 2-1Ox125mm Ig 1980 - A'" Steel beam -- -- - lag screws guide rail PLAN OD 10 1 1 1 1 1 N yam--1905----•i 1 i 1 1 - �slottedholes �-1.22x5Omm ° Off set A Strut ELEVATION Note 1------ OFFSET STRUT 50 1 1 16x250mm Ig hex head bolt, 1 1 Bottom of mrn max 1 1 with hex nut and flat washer, �- wood post 10� 420 Soil bearing plate Foundation 2-16mm dia -- ---- tube bolts long N bolts and nuts 20 ELEVATION Typ Note 2 C_ EXTRUDER TERMINAL CABLE ANCHOR BRACKET 70 1980 20 64 178 68 133 178 25x229mm Ig 10 r �10 threaded stud 32 7nut ` 11 41 32 25mm dia 8.2mm dia hex nut 6x19) galvanized cable o be swage connected 25mm dia lock washer ndard swaged end fitting eaded to receive threaded stud_mm Ig threaded stud 28mm dia hole L18.2mrn d►a cable NOTES: CABLE ASSEMBLY SECTION A—A 1 For right shoulder installations the sides of strut shall face downward. For left shoulder installations the sides of strut shall face upward. 2 Cable shall be tensioned snug to ensure teeth of cable anchor bracket are engaged with ' slots in steel beam guide rail. A The Extruder terminal and cable anchor bracket depicted on this drawing is proprietary to Syro Steel Co. j B All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev 1 END TREATMENT EXTRUDER _ _ s Date COMPONENTS STRUT, CABLE ASSEMBLY AND BRACKET OPSD - 902.058 Y MANHOLE RIM TO BE SLOPED TO FIT GRADE Of ROAD / MORTAR PROP�pSEO PAVEM\T, 1I ♦... Je •F-s .FF�•♦ ♦ ! o oe,e�♦ ,� SI 'a GAANULA�R'e e�° rqj � �i��! i ♦i D BT*..o•.�e ���$ .♦F♦°>.r'a� '..°. �e ° °°a D; MANHOLE STEP ¢< r. • a ^ e °0♦.os e.oe FO TYPE B �= - 7. ♦ o'-e a a ♦ .e TOP OF-EXISTING CONCRETE D .p % .a a ♦•v.e° A .-A MANHOLE STEP G •A�.. TYPE A OR C CEMENT BRICK SET IN 3 PARTS SAND, 1 PART CEMENT MORTAR WITH p EXISTING MANHOLE WALLS-IB`� PARGM 011 OUTSIDE, - SEALED WITH TWO COATS Of BITUMINOUS PAINT. _ .4 NOTES' 1. A MANHOLE STEP IS TO BE PLACED IN THE MASONRY ADJUSTMENT ONLY WHEN THE TOTAL HEIGHT IS 300 ins OR GREATER UP TO A MAXIMUM OF 450 Iss, FACE OF STEPS IN MASONRY ADJUSTMENT TO LINE UP WITH FACE OF STEPS IN CONCRETE. Y. IF REOUIREO MASONRY ADJUSTMENT IS GREATER THAN ♦SO ss,REMOVE TAPERED TOP SECTION AMC INSTALL PRECAST CONCRETE FILLER SECTIONS AS REQUIRED. HEIGHT Of MASONRY ADJUSTMENT 13 NOT TO EXCEED ♦SO ss. ALL DIMENSIONS IN MILLIMETRES EXCEPT WHERE NOTED THE REGIONAL MUNICIPALITY OF DURHAM DEPARTMENT OF WORKS CHECKED REVIsKW HE B APPROVE ADJUSTING RIM OF EXISTING DATE 1946 05� T PRECAST CONCRETE MANHOLE S-I Z 11170 03 10 r- Bd SAND BEDDING AND BACKFIIL 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 �c °o P.V.C. PRESSURE PIPE - STANDARD DIMENSION RATIO NOT TO EXCEED SDR 18. -j 1 CLASS E Ed 1 SAND BACKFILL COMPACTED TO 98 % PROCTOR DENSITY. o TRACER WIRE - COATED 7 STRAND, 12 GUAGE TW75, TWU75 OR RW90XLPE WIRE G ND RATED AT MINUS 40'C TAPED TO THE W.M. WITH Bc= OUTSIDE DIAMETER FIBERGLASS TAPE. Bd = WIDTH OF TRENCH 19 mm CRUSHER SO m = Bc + 600 mm WITH A MIN. a RUN LIMESTONE OF 900 mm OR COMPACTED TO 98 % = Bc + WIDTH OF SHORING PROCTOR DENSITY + 600 mm ALL VALVES AND FITTINGS TO BE 1 ° COMPLETELY BACKFILLEO WITH ° 19 mm CRUSHER RUN LIMESTONE o 0 CLASS F P.V.C. PRESSURE PIPE STANDARD DIMENSION RATIO NOT TO EXCEED SOR18 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. A_REFER_.TO SCHEDULE'C'.FOR P.V.C. WATEP,VAIN.SPECIFICATIONS. 5.CONNECTORS USED FOR SPLICING TRACER Y:IRE SHALL BE WING NUT TYPE WITH NYLON SHELL AND NON-CORROSIVE STEEL WIRE SPRING. A LL DIMENSIONS IN MI lL IM ETERS 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: IS-4231 1979 OB 15 ' SAWCUT SLOT IN VALVE BOX NOTE 1. TRACER WIRE - COATED, 7 STRAND. 12 GUAGE TW75, TWU75 OR RW90XLPE WIRE RATED AT MINUS ' 40*C TRACER 2. TRACER WIRE TO BE INSTALLED OUTSIDE LOWER VALVE COX AND BROUGHT INTO UPPER SECTION, OF VALVE BOX AND LOOPED AT TOP. LOOP TO BE MIN. 450mm IN LENGTH. 3. CONNECTORS USED FOR SPLICING TRACER WIRE SHALL BE WING NUT TYPE. WITH NYLON SHELL AND NON-CORROSIVE STEEL WIRE SPRING. 4. TRACER WIRE TO BE INSTALLED IN ALL VALVE BOXES INCLUDING SECONDARY VALVES AT FIRE HYDRANTS. VALVE AS PER BOX Al I I IONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT - REVISION NO. 9 � TRACER WIRE ARRANGEMENT AT °" H91 11 b R 1979�,S VALVE BOX FOR P.V.C.- OR C.P.P. W.M. S-425 SERRATED SPLIT FLANGE O O O Ol O PLAIN ENO PVC PIPE SERRATIONS O O DUAL SEAL CASKET O O FLANGE JOINT RESTRAINER UNI-FLANGE SERIES 900 UNI-FLANGE SERIES 1300 RESTRAINER OR APPROVED NOT : EQUIVALENT ANY CONNECTION TO OTHER FLANGED PIPE REQUIRES AN ADDITIONAL RESTRAINER TO 100 mm TO 300 mm THE P.V.C. PIPE. I� SERRATED SPLIT O SERRATED SPLIT CLAMPING RING CLAMPING RING --_-- - T-BOLTS PVC PIPE 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 IS 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 - FOR P.V.C. PIPE DATE: S-4 3 0 1982 05.31 TRENCH WIDTH{, RESTRAINED JOINT SEE � I SFF F I S-430 FOR DETAIL 19 mm CRUSHER RUN M{N. 300 LIMESTONE COMPACTED TO 98 % OF PROCTOR DENSITY. MIN. 300 • 5- SECTION A-A SFF Tq "�4,s'Q P B�F HORIZONTAL DEFLECTION SF rop C SEE F Tqe<F 2 B TABLE S � RESTRAINED JOINT SEE 5-430 FOR DETAIL c + TR NCH BED -q -SEE- BED SFF \ e�F f SEE C Tqg� i ABLE ; F 2 " TRENCH H WIDTHi TRENCf- -I 19 mm CRUSHER RUN i 19 mm CRUSHER RUN LIMESTONE COMPACTED 300 LIMESTONE COMPACTED �QE a �- TO 98 R OF MIN, TO 98 y OF PROCTOR 69.. O D. 8 - 1 PROCTOR DENSITY DENS 150 • -I� CLEAR STONE FOUNDATION * 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: DEFL PIPE DIAMETER ' ANGLE 1008c150 200 300 1 400 1. ALL JOINTS ENCOUNTERED WITHIN THE SPECIFIED 11.25 400 1 500 600 700 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. 9U 600 700 850 950 4_ GRANULAR THRUST BLOCKS SHALL BE ENCLOSED WITH FILTER FABRIC IF GROUND WATER TABLE TABLE NO. 2 1 IS ABOVE THE TRENCH BED OR IF GROUND WATER IS SEEPING THROUGH TRENCH WALLS "L" MINIMUM RESTRAINING LENGTH (m) " aF R THNOSIDE 5. IF THE BEARING CAPACITY OF TRENCH BED VERTICAL DEFLECTION HORIZONTAL RESISTING DOWNWARD THRUST IS LESS THAN plpE DEFLECTION 100 KN/m2, CLEAR STONE FOUNDATION SHALL DIP DOWNWARD THRUST UPWARD THRUST BE PROVIDED AS DIRECTED BY THE ENGINEER. 6. WHEN FITTINGS.ARE PARTIALLY OR FULLY EXPOSED (-M) 11.25 22.5 45• 11.25 22.5' 45' 11.257 22.5' 45' 90' UNDER PRESSURE, ALL JOINTS MUST BE RESTRAINED. 100&150 1.5 2.8 4.9 4.9 7.5 10.1 1.5 2.8 4.9 8.1 7. ALL PIPE AND FITTING JOINTS SHALL BE RESTRAINED IN EARTH FILL APPLICATIONS. 200 2.O 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 1 1.6 1 1.2 17.2 23.7 3.6 6.7 1 1.6 19.31 ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED: JOINT RESTRAINING LENGTH REVISION No.: 2 DATE: 1995 oz APPROVED: FOR P.V.C. PIPE DATE: 1991 11 IS (IN COMBINATION WITH GRANULAR THRUST BLOCK) S-4_31- 1 i Ct HYDRANT o x I ` o N I N x f , Z � FINISHED GRADE ADJUSTABLE VALVE BOX TO BE SET FLUSH WITH FINISHED GRADE o � 19 mm CRUSHER RUN LIMESTONE COMPACTED ' ' TO 98% PROCTOR DENSITY MAX 1 ( 600 600 150 mm GATE VALVE , ' O V.c z o OR R P P.V.C. .1.WM. cc �o n I ��— h--MIN 600 BOND BREAKER JOINTS TO BE MECHANICALLY RESTRAINED REFER TO NOTE 1 FOR METHOD OF ANCHOR TEE RESTRAINING JOINTS 19 mm CRUSHER RUN BOND BREAKER LIMESTONE COMPACTED CONCRETE BLOCK 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 OWC. S-417. ' 2. CLASS 0 BEDDING TO BE USED FOR DI WATERMAINS (REFER TO DWG S-401). CLASS E OR F BEDDING TO BE USED FOR PVC WATERMAINS (REFER TO DWG. 5-423). 3. HYDRANT DRAIN HOLES TO BE PLUGGED. 4. HYDRANT EXTENSIONS TO BE INSTALLED AT BOTTOM OF BARREL. 5. ANCHOR TEE. VALVE & 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. iALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED: REVISION NO.: 4 APPROVED: HYDRANT ASSEMBLY WITH DATE:. 1995 02 MECHANICALLY RESTRAINED JOINTS S-432- DATE: 1982 05 31 F i i VALVE GRANULAR THRUST BLOCK L L L MAX 19 mm CRUSHER RUN L f6011' LIMESTONE COMPACTED TO 98 % PROCTOR DENSITY. _ 300 MECHANICAL JOINT CAP x `\ O.D. U '. 300 UNDISTURBED GROUND ELEVATION RESTRAINED ' JOINT PLAN VALVES AND DEAD ENDS TRENCH WIDTH L i = • ,ui=Nr MECHANICAL JOINT PLUG •. X C.' ' ri GRANULAR THRUST BLOCK 300 _ M 19 mm CRUSHER RUN LIMESTONE COMPACTED TO a L _ 98 7. PROCTOR DENSITY. ' O.D. 3 0 x N =a=Nr=Ni-rN=rn 300 U Nr N5 AI3 i/r c i W `ir � UNDISTURBED ELEVATION o Z GROUND Mm- 3N_Ni=ra?o - ri RESTRJOINDT zr J PLUGGED TEE CA, WHERE: PIPE IS TWO SIZES LARGER OR MORE TO REDUCED PIPE. i.e. 300 0 TO 150 0 TRENCH WIDTH 200 m TO 100 o PLAN RESTRAINED REDUCER TRENCH WIDTH 'N =rrN L ° MASC ai GRANULAR THRUST BLOCK •• 300 z :60Q 19 mm CRUSHER RUN o LIMESTONE COMPACTED TO z` 3 98 7. PROCTOR DENSITY. y: U ck: MIN : .. r 150 -/=u-a-ui_w • 300 r UNDISTURBED GROUND :// rrr/rrr, N= ELEVATION RESTRAINED ix' r JOINT L. 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 OIA. LENGTH (m) THE FIRST JOINT ON FITTING. TRENCH BED OR IF GROUND WATER IS SEEPING 2.REFER TO STANDARD DWG. 5-430 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 7.IN EARTH FILL FITTINGS TANG RESTRAINERS TO 8E 300 27.7 DETAILS OF THRUST RESTRAINT SHALL BE PROVIDED BY CATHODICAL LY PROTECTED AS PER S-438. THE ENGINEER FOR REVIEW BY THE REGION. 400 36.3 ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT cHEGKEO. THRUST BLOCK FOR P.V.C. WATERMAINS OATE'� 95 02 APPROVED- FOR - HYDRANT RUNOUTS, VALVES, TEES DATE: 1991 11 15 AND DEAD ENDS S­433 ♦ f MASTIC MATERIAL (SEE NOTE 4) A-401 SERVICE CONNECTOR (SEE NOTE 3,` ' TRACER WIRE (SEE NOTE 1) P.Y.C. OR C.P.P. WATERMNN 5.4 kg ZINC ANODE (SEE NOTE 2) 1 A ELEVATION i I II MASTIC MATERIAL (SEE NOTE 4) SERVICE CONNECTOR (SEE NOTE 3) TRACER WIRE {SEE NOTE t} N5"� COATED COPPER WIRE P.V.C. OR C.P.P. WATERMAIN 7 L r5.4 kg ZINC ANODE (SEE NOTE 2) -10.0 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 SERVII". TYPE K.S. MODEL KS20 COPPER OR APPROVED EOCAL. 4. CONNECTOR SPLICE TO BE WRAPPED WITH "SCOTCH FILL ELECTRICAL PUTTY OR APPROVED EQUAL. ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. _. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT "� CATHODIC PROTECTION FOR .TRACER '�°" "° 4 WIRES ON P.V.C. OR C.P.P. aW- W ATERMAINS S-435 100401 • 1 A ft HYDRANT fit.HYDRANT 1 I E VALVE 1 I I i i I I f � i J � I I I i I{ I I 1000 mm t ,—THERMITE W£LD(CAOWELD)--� BONDING CABLE MIN. i (SEE NOTE 4) `•,\ I i• I SEE NOTE 4 B.5) 71.!PL / rt.WATERMAIN L 150 mm/PVC WATERMAA A ANCHOR TEE Z".4 kp ZINC ANODE 5 4 kp ZINC ANODE ' SECTION A-A �—15O mm,GATE VALVE ELEVATION N0TE5 I. ANODE TO BE PLACED AT(EAST 1-0 m AWAY FROM THE FITTINGS 4 ALL THERMITE WELD CONNECTIONS TO BE COATED WITH'ROYBOMO 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 0.20 mm POLYETHYLENE BONO BREAKER BETWEEN G. WATERMAIN TRACER WIRE TO BE INSTALLED IN VALVE BOX CONCRETE AND FITTINGS. AS PER STD. DWG. 5-425. ALL 04ftln�vlm IM 1 R W THE -REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT 4 CATHODIC PROTECTION FOR HYDRANT ASSEMBLY am moo o3 K 'tvzi,Llv,` ON NON—FERROUS PIPE S A E � 1988 05 21 F- F*--A �--- r!VALVE r r-, —THERMITE WELD(CAOWELDI SEE NOTE4 LN. - - _ 1 p � ' 5 4 kq ZINC ANODE I 54 kq ZINC ANODE ` OWA SECTION A-A CATHODIC PROTECTION FOR VALVES (TYPICAL)_ - B i THERMITE WELD(CADWELD) > >' > SEE NOTE4 1000 mm ' —5.4 kq ZINC ANODE ° SECTION B-B 5.4 kq ZINC ANODE C_ATHODIC PROTECTION FOR FITTINGS ( TYPICAL) NOTES I. ANODE TO BE PLACED AT LEAST I-Om AWAY FROM THE FITTING 3. PROVIDE 0.20 me 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 CIMEMi w MI.LIMETEItS EXCEPT WHERE MOTEO. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT cwcm CATHODIC PROTECTION FOR VALVES & FITTINGS I"o 03 IB E 1985 os 23 - ON NON-FERROUS PIPE S"43$ � Y LONGITUDINAL LAP JOINT TREATM ffl FOR PROPOSED LANE WIDENINGS NOTES ------------------ VERTICAL FACE AND BOTTOM OF KEY TO BE PAINTED wrrN WwNOUS EMULSION, AFTER SWEEPING ALL u4-UNGS - 0.3 m WIDE DEPTH (MIN) ' 0.3 K WIDE PROP. W10ENING EXISTING 1 1 1 1 1 1 „�, 11 SURFACE COURSE BINDER ASPHALT i ROAD 80 mm DEPTH r r r r t-t-1-r7- - (2 LIFTS) MIN.) END TREATMENTS RECONSTRUCTION YEAR REQUIRES FINN. LIFT OF ASPHALT EXISTING EXISTING NOTES' ROAD 0.3 m MADTN 0.3 m WIDTH ROAD ALL VERTICAL FACES OF ,JOINTS MIN MIN EMULSION PRIOR WT BITUMINOUS o PAVINC ASPHALT RAMP 75 mm DEPTH *10TH VARIES -- EXtST1 PROP. BINDER ASPHALT ` ROAD (2 LIFTS) LAP JOINTS CUT (MIN)m DIAGONAL TYPICAL END TREATMENT - FINAL OVERLAY CU --«{ 600 mm *10TH (MIN) NOTES EXISTING I I 1 1 EXISTING ALL VERTICAL FACES OF JOINTS -F'F-- —- -—-—-A- [MIN) -+4- -— TO BE PAINTED WITH A BITUMINOUS ROAD I I 1 1 ROAD TYPE COATING �- 2.4 m DLV;ONAL 2.4 m ASPHALT RAMP REMOVED CUT (MIN) 32 mm DEPTH (MIN) OIAC4)NAL CUT EX / EXISTING BINDER ROAD ASPHALT (2 LIFTS) END TREATMENTS ASPHALT OVERLAY SECTIONS NOTES EXtSnNG EXISTING I. ALL VERTICAL FACES OF ENO ' ROAD- —- -—-—- ROAD JOINTS TO BE PAINTED WITH BITUMINOUS EMULSION PRIOR TO F�I PAVING. 2.4 m DIAGONAL J 2.4 m OUGONAL. 2- DIAGONAL CUTS TO BE MIN. OF CUT (MIN) CUT (MIN) 2.4 m, AS DIRECTED BY THE ENGINEER (MIN)m DEPTH 12.4 m DIAGONAL CUT (MIN)I I rn All DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. -1. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED PAVEMENT JOINT TREATMENT o TE�' 95 r APPROVED: DATE. 04 oa ,gas Moo. S-50 i ' CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL97-12 I i OPS GENERAL CONDITIONS OF CONTRACT (August 1990) ONTARIO Ontario PROVINCIAL STANDARDS August 1990 GENERAL CONDITIONS OF CONTRACT MEA TABLE OF CONTENTS ' Section Title Page Section Tdfe paw ' GC 1 INTERPRETATION ? GC 3.10 Subcontracting by the Contractor 11 GC1 .01 Captions .11 Changes in the Work, Extra ' .02 Abbreviations Work, and Additional Work 12 .03 Gender and Singular References .04 Definitions GC 3.11.01 Changes in the Work 05 Substantial Performance 4 .02 Extra Work .06 Completion .03 Additional Work .07 Final Acceptance 5 .08 Interpretation of Certain Words GC 3.12 Notices .13 Use and Occupancy of the Work Prior to Substantial GC 2 CONTRACT DOCUMENTS 7 Performance .14 Claims, Negotiations ' GC 2.01 Reliance on Contract Disputes 13 Documents .02 Order of Precedence GC 3.14.01 Claims Procedure .02 Negotiations GC 3 ADMINISTRATION OF .03 Continuance of the Work THE CONTRACT 9 .04 Record Keeping .05 Disputes GC 3.01 Contract Administrator's .06 Payment Authority .07 Rights of Both Parties _ .02 Working Drawings 10 03 Right of the Contract GC 3.15 Engineering Arbitration 14 Administrator to Modify Methods and Equipment GC 3.15.01 The Conditions for .04 Emergency Situations Engineering Arbitration ' .05 Layout .02 Arbitration Procedure .06 Working Area .03 Form and Appointment of .07 Extension of Contract Arbitration Board Time 11 .04 Costs .08 Delays .05 The Award .09 Assignment of Contract .06 Hearing 1 1 Section Title Page Section Title Pam GC 4 OWNER'S RIGHTS AND GC 6.03.05.01 Property Insurance 20 RESPONSIBILITIES 15 .02 Boiler Insurance .03 Use and Occupancy of GC 4 .01 Working Area the Work Prior to .02 Disposal of Materials Completion 21 .03 Construction Affecting .04 Payment for Loss or, Railway Property Damage ' .04 Default by the Contractor .05 Notification of Default GC 6.03.06 Contractors' Equipment .06 Contractor's Right to Insurance Correct a Default .07 Insurance Requirements .07 Owner's Right to Correct and Duration Default .08 Termination of GC 6.04 Bonding 22 Contractor's Right to Continue the Work GC 7 CONTRACTOR'S RESPONSI- .09 Final Payment to BILTT IES AND CONTROL Contractor 16 OF THE WORK' 23 .10 Termination of the Contract GC 7.01 General .11 Continuation of .02 Layout Contractor's Obligations .03 Damage by Vehicles or .12 Use of Performance Bond Other Equipment 24 .04 Excess Loading of Motor GC 5 MATERIAL 17 Vehicles ' .05 Condition of the Working GC 5.01 Supply of Material Area 4 .02 Quality of Material .06 Maintaining Roadways and .03 Rejected Material Detours .04 Substitutions .07 Access to Properties .05 Owner Supplied Material Adjoining the Work and Interruption of Utility GC 5.05.01 Ordering of Excess Services 25 Material .08 Approvals and Permits .02 Care of Material 18 .09 Suspension of Work .10 Contractor's Right to GC 6 INSURANCE, PROTECTION Stop the Work or AND DAMAGE 19 Terminate the Contract .11 Notices by the Contractor 26 GC 6.01 Protection of Work, .12 Obstructions Persons and Property .13 Limitations of Operations .02 Indemnification .14 Cleaning Up Before .03 Contractor's Insurance Acceptance GC 6.03.01 General .15 Warranty 27 .02 General Liability Insurance 20 GC 8 MEASUREMENT AND .03 Automobile Liability PAYMENT 29 ' Insurance .04 Aircraft and Watercraft GC 8.01 Measurement Liability Insurance .05 Property and Boiler GC 8.01.01 Quantities Insurance .02 Variations in Tender Quantities ii C Section Title Page Section Title Np GC 8.02 Payment 29 .10 Interest for Negotiations GC 8.02.01 Price for Work and Claims .02 Advance Payments for .11 Owner's Setoff 33 Material .12 Delay in Payment .03 Certification and Payment 30 GC 8.02.04 Payment on a Time and Material Basis GC 8.02.03.01 Progress Payment Certificate GC 8.02.04.01 Definitions .02 Certification of Sub- .02 . Daily Work Records 34 contract Completion .03 Payment for Work .03 Subcontract Statutory .04 Payment for Labour Holdback Release .05 Payment for Material Certificate and Payment .06 Payment for Equipment .04 Certification of Substantial Performance 31 GC 8.02.04.06.01 Working Time .05 Substantial Performance .02 Standby Time Payment and Statutory Holdback Release Payment GC 8.02.04.07 Payment for Hand Tools 35 Certificates .08 Payment for Work by .06 Certification of Subcontractors Completion 32 .09 Submission of Invoices .07 Completion Payment and Statutory Holdback GC 8.02.05 Final Acceptance Release Payment Certificate Certificates .06 Payment of Workers .08 Interest .07 Records .09 Interest for Late .08 Taxes and Duties 36 Payment .09 Liquidated Damages iii Ontario August 1ggo Ontario Provincial 1 Standard MEA GENERAL CONDITIONS OF CONTRACT SECTION GC1 INTERPRETATION GC1.01 Captions GC1.04 Definitions The captions appearing in these general conditions For the purposes of this Contract the following have been inserted as a matter of convenience and for definitions apply: ease of reference only and in no way define, limit or enlarge the scope or meaning of the general conditions "Access Road" means a private road built or existing or any provision hereof. road used by the Contractor to gain access to the Work or to a source of material GC1.02 Abbreviations "Adjusted Plan Quantity" means a Plan Quantity which The abbreviations listed on the left below are has been adjusted for any or all of the following: a commonly found in the Contract Documents and mistake in calculation, approved addition, or an represent the organizations and phrases listed on the approved deletion. right: 'Actual Measurement* means the field measurement of "AASHTO"j -American Association of that quantity within the approved limits of the Work. "AASHO" f State Highway Transportation Officials "ANSI" - American National Standards Institute "Additional Work" means work not provided for in the "APED" - Association of Professional Engineers Contract and not considered by the Contract Ontario Administrator to be essential to the satisfactory "ASTM" - American Society for Testing and completion of the Contract within its intended scope. Materials "AWG" - American Wire Gauge "Base" means a layer of material of specified type and .. "AWWA' - American Water Works Association thickness placed°immediately-below the pavement; "CESA" - Canadian Engineering Standards driving surface, finished grade, curb and gutter or Association sidewalk. "CGSB" - Canadian General Standards Board "CSA" - Canadian Standards Association "CWB" - Canadian Welding Bureau "Change in the Work" means the deletion, extension, "GC"- - General Conditions increase, decrease or alteration of lines, grades, "OPS" - Ontario Provincial Standard dimensions,quantities,methods,drawings,changes in "OPSS" - Ontario Provincial Standard the character of the work to be done or materials of the Specification Work or part thereof,within the intended scope of the "OPSD" - Ontario Provincial Standard Drawing Contract. "MOE" - Ministry of the Environment (Ontario) ""MTO"t - Ministry of Transportation.(Ontario) "Change Order" means a written order to the MTC" ( Contractor covering contingencies, Extra Work, "MUTCD" - Manual of Uniform Traffic Control increase or decrease in Contract quantities and Devices, published by MTO additions or alterations to the plans or specifications, "SAE" - Society of Automotive Engineers within the scope of the Contract and establishing the "SSPC" - Structural Steel Painting Council basis of payment and the time allowed for the "UL" - Underwriters Laboratories adjustment of the Contract Time. Means also, written "ULC" - Underwriters Laboratories Canada authorization covering Additional Work. GC1.03 Gender and Singular References "Completion Certificate" means the certificate issued by the Contract Administrator at completion. References to the masculine or singular throughout the Contract Documents shall be considered to include the "Construction Signs" mean all traffic control devices feminine and the plural and vice versa as the context and signs, including vehicles, trailers, and the like, requires. provided to support signs, and equipment to supply OPS General Conditions of Contract 2 i sign lighting,but excluding Contract identification signs and description and quantities of material utilized. and highway number markers,all as may be described in the MUTCD. "Day" means a calendar day. "Constructor" means, for the purposes of, and within "Drawings"or"Plans" mean any Contract Drawings or the meaning of the Occupational Health and Safety Act, Contract Plans or any Working Drawings or Working R.S.O. 1980, c. 321 and amendments thereto, the Plans, or any reproductions of drawings or plans Contractor who executes the Contract. pertaining to the Work. "Contract Administrator" means the person,partnership "Earth Grade" means the earth surface,whether in cut or corporation designated by the Owner to be the or fill, as prepared for the Base or Subbase: Owner's representative- for the purposes of the Contract. "Engineer" means a professional engineer licensed by the Association of Professional Engineers of Ontario to "Contract" means the undertaking by the Owner and practice in the Province of Ontario. the Contractor to perform their respective duties, responsibilities and obligations as.prescribed-in the "Equipment" means all machinery and equipment used Contract Documents, for preparing, fabricating, conveying or erecting the Work and normally referred to as construction "Contract Documents" mean the executed Agreement machinery and equipment. between the Owner and the Contractor,the Tender,the General Conditions of Contract, the Supplemental "Estimate" means a calculation of the quantity or cost General Conditions of Contract, Standard of the Work or part of it depending on the context. Specifications,Special Provisions, Contract Drawings, addenda incorporated in a Contract Document before "Extra Work" means work not provided for in the the execution of the Agreement,such other documents Contract as awarded but considered by the Contract as may be listed in the Agreement and subsequent Administrator essential to the satisfactory completion of amendments to the Contract Documents made the Contract within its intended scope. pursuant to the provisions of the Agreement. "Final Acceptance Certificate" means the certificate "Contract Drawings" or "Contract Plans" mean issued by the Contract Administrator at Final drawings or plans provided by the Owner for the Work Acceptance. and without limiting the generality thereof may include soil profiles, foundation investigation reports, "Final Detailed Statement" means a complete reinforcing steel schedules, aggregate sources lists, evaluation prepared by the Contract Administrator quantity sheets,cross-sections and standard drawings. showing the quantities, unit prices and final dollar amounts of all items of work completed under the "Contractor" means the person, partnership or Contract,including variations in tender items and Extra corporation undertaking the Work as identified in the Work, and set out in the same general form as the Agreement. monthly estimates. "Contract Time" means the time stipulated in the "Final Quantity means that quantity used in the Final Contract Documents for Substantial Performance of the Detailed Statement. Work, including any extension of Contract Time made pursuant to the Contract Documents. "Force Account" See"Time and Material". "Controlling Operation" means any component of the "Grade" means the required elevation of work. Work,which,R delayed,will delay the completion of the Work. "Grade Line" means a reference line representing the Grade in profile or longitudinal section established for "Cost Plus" See"Time and Material". the control of work. "Cut-off Date" means the date up to which payment "Hand Tools" means tools that are commonly called �. will be made for work performed. tools or implements of the trade and include small power tools. Individually a tool will be considered as "Daily Work Records" mean daily records kept a Hand Tool where the maximum cost is$250. detailing the number and categories of workers and hours worked or on standby; types and quantities of "Haul Road" means any public road excluding the equipment and number of hours in use or on standby; road under contract, which forms part of a materials OPS General Conditions of Contract 3 haul route. "Profile Grade' means the required elevation of the surface of the Base. "Highway means a common and public highway any part of which is intended for or used by the general 'Quantity Sheet' means a list of the quantities of work public for the passage of vehicles and includes the to be done. area between the lateral property lines thereof. 'Rate(s) of interest" means the rate(s)determined.by "Inspector" means any person, partnership or the Treasurer of Ontario and issued by, and available corporation appointed by the Contract Administrator to from, the Owner. participate In the inspection of the Work and the Material to be used in the Work. "Records" mean any books, payrolls, accounts or other information which relate to the Work or any "Labour and Material Payment Bond" means the type Change in the Work or claims arising therefrom. of security fumished to the Owner to guarantee payment of prescribed debts of the Contractor covered "Road Allowance" means the lands acquired at any by the bond. time for use as a Highway. "Lump Sum Item" means.a:tender, em:indicating.a "Roadbed" means that -part of the Work which is portion of the Work for;which.payment will be.made at. designed to support the wearing surface and shoulders a single tendered price. Payment is not based on a of the Roadway. measured quantity, although a quantity may be given in the Contract Documents. "Roadway" means that part of the Highway designed or intended for use by vehicular traffic and includes the shoulders. "Major item" means any tender item that has a value, calculated on the basis of its actual or estimated tender "Rock Grade" means the rock surface, whether in cut quantity whichever is the larger,multiplied by its tender or fill, which has been prepared for the Base or unit price, which is equal to or greater than the lesser Subbase. Of "Shoulder" means that portion of the Roadway a) $100,000, or between the edge of the wearing surface and the top inside edge of the ditch or fill slope. b) 5°,6 of the total tender value calculated on the basis of the total of all the estimated tender "Special Provisions" mean special directions quantities and the tender unit prices. containing requirements peculiar to the Work. "Standard Specification" means a standard practice "Material" means material, machinery, equipment and required and stipulated by the Owner for performance fixtures forming part of the Work. of the work. "Owner" means the party to the Contract for whom the "Subbase" means a layer of material of specified type Work is being performed, as, identified in the and thickness between the Subgrade and the Base. Agreement,and includes,with the same meaning and import, "Authority". "Subcontractor" means a person, partnership or corporation undertaking the execution of a part of the "Pavement" means a wearing course or courses Work by virtue of an agreement with the Contractor. placed on the Roadway and consisting of asphaltic concrete, hydraulic cement concrete, or plant or road "Subgrade" means the Earth Grade or Rock Grade. mixed mulch. "Substructure" means all of that part of a structure "Performance Bond" means the type of security below: the bearings of single and continuous spans, furnished to the Owner to guarantee completion of the skewbacks of arches and tops of footings of rigid Work in accordance with the Contract and to the extent frames, including backwalls, wingwalls and wing provided in the bond. protection railings. "Plan Quantity" means that quantity as computed from within the boundary lines of the Work as shown in the "Superintendent" means the Contractor's authorized Contract Documents. representative in responsible charge of the Work. OPS General Conditions of Contract 1 4 1 "Superstructure" means all that part of a structure (ii) non-delivery of Owner supplied materials, above: the bearing seat of single and continuous spans, skewbacks of arches and tops of footings of (ii) any cause beyond the reasonable control rigid frames, excluding backwalls,wingwalis and wing of the Contractor which can be protection railings. substantiated by the Contractor to the "Surety" means the person,partnership or corporation, satisfaction of the Contract Administrator. other than the Contractor, executing a bond provided "Working Drawings" or 'Working Plans' means any by the Contractor. Drawings or Plans prepared by the Contractor for the execution of the Work and may, without limiting the "Time and Material" means costs calculated according generality thereof, include falsework plans, roadway to clause GC8.02.04, Payment on a Time and Material protection plans, shop drawings, shop plans or Basis. Where "Cost Plus" and "Force Account" are erection diagrams. used they shall have the same meaning. GC1.05 Substantial Performance "Utility" means a facility maintained by a municipality, public utility authority or regulated authority and 01) The Work is substantially performed, includes sanitary sewer, storm sewer, water, electric, gas, steam, telephone and cable television services. (a) when the Work to be performed under the Contract or a substantial part thereof is ready "Warranty Period" means the period of 12 months from for use or is being used for the purpose the date of substantial performance or such longer intended; and period as may be specified for certain materials or work. Where a date of substantial performance is not (b) when the Work to be performed under the established, the warranty period shall commence on Contract is capable of completion or, where the date of completion. there is a known defect, correction,at a cost of not more than "Work" means the total construction and related services required by the Contract Documents. () 3% of the first $500,000 of the contract price, "Working Area" means all the lands and easements owned or acquired by the Owner for the construction (i) 2% of the next $500,000 of the contract of the Work. price, and r "Working Day" means any Day (ii) 1%of the balance of the contract price. ■� (a) except Saturdays, Sundays and statutory 02 For the ur ses of this Contract P po nt act where the holidays; Work or a substantial part thereof is ready for use or is being used for the purposes intended and the (b) except a Day as determined by the Contract remainder of the Work cannot be completed Administrator, on which the Contractor is expeditiously for reasons beyond the control of the prevented by inclement weather or conditions Contractor or, where the Owner-and the Contractor resulting immediatelytherefrom,from proceeding agree not to complete the Work expeditiously,the price with a Controlling Operation. For the purposes of the services or materials remaining to be supplied of this definition, this will be a Day during which and required to complete the Work shall be deducted the Contractor cannot proceed with at least 60% from the contract price in determining substantial of the normal labour and equipment force performance. effectively engaged on the Controlling Operation for at least 5 hours; GC1.06 Completion (c) except a Day on which the Contractor is 01) The Work shall be deemed to be completed prevented from proceeding with the Controlling and services or materials shall be deemed to be last Operation, as determined by the Contract supplied to the Work when the price of completion, Administrator by reason of: correction of a known defect or last supply Is not more than the lesser of () any breach of Contract or prevention by the Owner, by any other Contractor of the (a) 1% of the contract price; or Owner or by any employee of any one of L them, (b) $1,000. OPS General Conditions of Contract 5 GC1.07 Final Acceptance GC1.08 Interpretation ot.Certain words i 01) Thewords"acceptable','approvaP,%uthodzed', 01) Final Acceptance shall be deemed to occur 'considered necessary% •directed", "required*, when the Contract Administrator is satisfied that,to the 'satisfactor, or words of like import, shall mean best of the Contract Administrator's knowledge at that approval of, directed, required, considered necessary time,the Contractor has rectified all imperfect work and or authorized by and acceptable or satisfactory to the has discharged all of the Contractor's obligations under Contract Administrator unless the context clearly the Contract indicates otherwise. OPS General Conditions of Contract 6 l OPS General Conditions of Contract 7 SECTION GC2 CONTRACT DOCUMENTS August 1990 GC2.01 Reliance on Contract O Working Drawings Documents Later dates shall govern within each of the above 01) The Owner warrants that the information categories of documents, furnished in the Contract Documents can be relied upon with the following limitations or exceptions: 02) In the event of any conflict among or inconsistency in the information shown on Drawings, (a) The location of all mainline underground utilities the following rules shall apply: which will affect the Work will be shown to a tolerance of (a) Dimensions shown in figures on a Drawing 1 m horizontal and shall govern where they differ from dimensions 0.3 m vertical; scaled from the same Drawing; (b) The Owner does:not not warrant interpretations--of. (b) Drawings of'.1arger-scale-shall govern over data or opinions expressed in any-subsurface those of'smaller scale; report available for the perusal of the Contractor and excluded from the Contract Documents;and (c) Detailed Drawings shall govern over general Drawings; and (c) other information specifically excluded from this warranty. (d) Drawings of a later date shall govern over those of an earlier date in the same series. GC2.02 Order of Precedence 03) in the event of any conflict in the contents of 01) In the event of any inconsistency or conflict in Standard Specifications the following order of the contents of the following documents, such precedence shall govern: documents shall take precedence and govern in the following order: (a) Ontario Provincial Standard Specifications;then (a) Agreement (b) other standard specifications, such as those (b) Addenda produced by GSA, CGSB, ASTM and ANSI, (c) Special Provisions and referenced in the Ontario Provincial (d) Contract Drawings Standard Specifications. , (e) Standard Specifications (f) Tender 04) The Contract Documents are complementary, (g) Supplemental General Conditions and what is required by any one shall be as binding as (h) General Conditions if required by all. OPS General Conditions of Contract J OPS General Conditions of Contract / 9 l SECTION GC3 ADMINISTRATION OF THE CONTRACT August 1990 GC3.01 Contract Administrator's 09) The Contract Administrator will be, in the first Authority instance,the interpreter of the Contract Documents and the judge of the performance thereunder by both 01) The Contract Administrator will be the Owner's parties to the Contract.Interpretations and decisions of representative during construction and until the the Contract Administrator shall be consistent with the issuance of the Completion Certificate or the issuance intent of the Contract Documents and in making these of the Final Acceptance Certificate whichever is later. decisions the Contract Administrator will not show All Instructions to the Contractor including instructions partiality to either party. from the Owner will be issued by the Contract Administrator. The Contract Administrator will have the 10) The Contract Administrator will have the authority to act on behalf of the Owner only to the authority to reject work or Material which does not extent provided in the Contract Documents. conform to the Contract Documents. 02) All claims,disputes and other matters in question 11) Defective work, whether the result of poor relating to the performance and the quality-of;the Work workmanship, use of defective material, or damage, or the interpretation of the Contract Documents shall be through carelessness or other act or omission of the initially referred to the Contract Administrator in writing Contractor and whether incorporated in the Work or by the Contractor. The Contract Administrator will give not, which has been rejected by the Contract a decision in writing within a reasonable time. Administrator as failing to conform to the Contract Documents shall be removed promptly from the Work 03) The Contract Administrator will inspect the Work by the Contractor and replaced or re-executed for its conformity with the plans and specifications,and promptly in accordance with the Contract Documents to record the necessary data to establish payment at no additional cost to the Owner. quantities under the schedule of tender quantities and unit prices or to make an assessment of the value of 12) Any part of the Work destroyed or damaged by the work completed in the case of a lump sum price such removals, replacements or re-executions shall be contract. made good, promptly, at no additional cost to the Owner. 04) The Contract Administrator will determine the amounts owing to the Contractor under the Contract and will issue certificates for payment in such amounts 13) If, in the opinion of the Contract Administrator, as provided for in Section GC8, Measurement and it is not expedient to correct defective work or work not Payment. performed in accordance with the Contract Documents, the Owner may deduct from monies otherwise due to 05) The Contract Administrator will with reasonable the Contractor the difference in value between the work promptness review and take appropriate action upon as performed and that called for by the Contract the Contractor's submissions such as shop drawings, Documents,the amount of which will be determined in product data, and samples in accordance with the the first instance by the Contract Administrator. Contract Documents. 14) Notwithstanding any inspections made by the 06) The Contract.Administrator will investigate all Contract Administrator or -the issuance of any allegations of a change in the character of the Work certificates or the making of any payment by the. made by the Contractor and issue appropriate Owner, the failure of the Contract Administrator to instructions. reject any defective work or Material shall not constitute acceptance of defective work or Material 07) The Contract Administrator will prepare Change Orders for the Contractor's signature and the Owner's approval. 15) The Contract Administrator will have the authority to temporarily suspend the Work for such 08) Upon written application by the Contractor, the reasonable time as may be necessary to facilitate the Contract Administrator and the Contractor will jointly checking of any portion of the Contractor's conduct an inspection of the Work to establish the date construction layout or the inspection of any portion of of substantial performance of the Work and/or the date the Work. There shall not be any extra compensation of Completion of the Work. for this suspension of work. OPS General Conditions of Contract GC3.02 Working Drawings make alterations in the method, Equipment or work force at any time the Contract Administrator considers 01) The Contractor shall arrange for the preparation the Contractor's actions to be unsafe, or damaging to of clearly identified and dated Working Drawings as either the Work or existing facilities or the environment. called for by the Contract Documents. The Contractor shall after the sequence of operations 02) The Contractor shall submit Working Drawings on the Contract, when requested in writing, so as to to the Contract Administrator with reasonable avoid interference with other work. promptness and in orderly sequence so as to not cause delay in the Work. If either the Contractor or the 02) Notwithstanding the foregoing, the Contractor Contract Administrator so requests they shall jointly shall ensure that all necessary safety precautions and prepare a schedule fixing the dates for submission and protection are maintained throughout the Work. return of Working Drawings. Working Drawings shall be submitted in the form of prints. At the time of GC3.04 Emergency Situations submission the Contractor shall notify the Contract Administrator in writing of any deviations from the 01) The Contract Administrator has the right to Contract requirements..that exist in the Working determine the existence of an emergency situation,and Drawings. when such an emergency situation is deemed to exist, the Contract Administrator may instruct the Contractor 03) The Contract Administrator will review and return to take action to remedy the situation.If the Contractor Working Drawings in accordance with an agreed upon does not take timely action, or if the Contractor is not schedule,or otherwise,with reasonable promptness so available,the Contract Administrator may direct others as not to cause delay. to remedy the situation. 04) The Contract Administrator's review will be to 02) If the emergency situation was the fault of the check for conformity to the design concept and for Contractor, the remedial work shall be done at the general arrangement only and such review shall not Contractor's expense. If the emergency situation was relieve the Contractor of responsibility for errors or not the fault of the Contractor, the Owner will pay for omissions in the Working Drawings or of responsibility the remedial work. for meeting all requirements of the Contract Documents unless a deviation on the Working Drawings has been GC3.05 Layout approved in writing by the Contract Administrator. 01) The Contract Administrator ' will provide 05) The Contractor shall make any changes in baselines and benchmarks for the general location, Working Drawings which the Contract Administrator alignment and elevation of the Work. The Owner will may require consistent with the Contract Documents be responsible only for the correctness of the and resubmit unless otherwise directed by the Contract information provided by the Contract Administrator. Administrator. When resubmitting,the Contractor shall notify the Contract Administrator in writing of any revisions other than those requested by the Contract GC3.06 Working Area Administrator. 01) The Contractor's sheds, site offices, toilets, 06) Work related to the Working Drawings shall not other temporary structures and storage areas for proceed until the Working Drawings have been signed material and equipment shall be grouped in a compact and dated by the Contract Administrator and marked manner and maintained in a neat and orderly condition with the words "Reviewed. Permission to construct at all times. granted". 02) The Contractor shall confine his construction 07) The Contractor shall keep one set of the operations to the Working Area Should the Contractor reviewed Working Drawings, marked as above, at the require more space than that shown on the Contract site at all times. Drawings,the Contractor shall obtain such space at no additional cost to the Owner. GC3.03 Right of the Contract Administrator to Modify Methods 03) The Contractor shall not enter upon or occupy and Equipment any private property for any purpose, unless the Contractor has received prior written permission from 01) The Contractor shall,when requested in writing, the property owner. 1 OPS General Conditions of Contract 11 GC3.07 Extension of Contract Time weather, the Contractor shall, with the Contractor's application,submit evidence from Environment Canada 01) An application for an extension of Contract Time in support of such application. Extension of Contract shall be made in writing by the Contractor to the Time will be granted in accordance with subsection Contract Administrator as soon as the need for such GC3.07, Extension of Contract Time. extension becomes evident and at least 15 days prior to the expiration of the Contract Time. The application 02) If the Work is delayed by labour disputes, for an extension of Contract Time shall enumerate the strikes or lock-outs - including lock-outs decreed or reasons, and state the length of extension required. recommended to its members by a recognized contractor's association, of which the Contractor Is a 02) Circumstances suitable for consideration include member or to which the Contractor is otherwise bound the following: -which are beyond the Contractor's control, then the Contract Time shall be extended in accordance with (a) Delays; See subsection GC3.08. subsection GC3.07,Extension of Contract Time. In no (b) Changes in the Work; See clause GC3.11.01. case shall the extension of Contract Time be less than (c) Extra Work; See clause GC3.11.02. the time lost as the result of the event causing the (d) Additional Work; See clause GC3.11.03. delay, unless a shorter extension is agreed to by the Contractor. The Contractor shall not be entitled to- 03) The Contract Administrator will,in considering an payment for costs incurred-as the result of such delays application for an extension to the Contract Time,take unless such delays are the result of actions of the into account whether the delays, Changes in the Work, Owner. Extra Work or Additional Work involve a Controlling Operation. GC3.09 Assignment of Contrail 04) The Contract Time shall be extended for such 01) The Contractor shall not assign the Contract, additional time as may be recommended by the either in whole or in part,without the written consent of Contract Administrator and deemed fair and reasonable the Owner. by the Owner. 05) The terms and conditions of the Contract shall GC3.10 Subcontracting by the continue for such extension of Contract Time. Contractor GC3.08 Delays 01) The Contractor may subcontract any part of the Work, subject to these General Conditions and any 01) If the Contractor is delayed in the performance limitations established by the Owner. of;he Work by 02) The Contractor shall notify the Contract (a) war, blockades, and civil commotion, errors in Administrator,in writing,of the intention to subcontract. the Contract Documents; an act or omission of Such notification shall identify the part of the Work, and the Owner, Contract Administrator, other the Subcontractor with whom it is intended. contractors,or anyone employed or engaged by them directly or indirectly, contrary to the 03) The Contract Administrator will, within 10 days provisions of the.Contract.Documents;,or, of receipt of such notification. accept-or°reject the- intended Subcontractor. The rejection will be in writing (b) a stop work order issued by a court or public and will include the reasons for the rejection. authority, provided that such order was not issued as the result of an act or omission of the 04) The Contractor shall not, without the written Contractor or anyone employed or engaged by consent of the Owner, change a Subcontractor who the Contractor directly or indirectly; or has been engaged in accordance with this General Condition. (c) the Contract Administrator giving notice under subsection GC7.09, Suspension of Work; or 05) The Contractor shall preserve and protect the rights of the parties under the Contract with respect to (d) abnormal inclement weather; the work to be performed under subcontract and shall then the Contractor shall be reimbursed by the Owner (a) enter into agreements with the intended, for reasonable costs incurred by the Contractor as the Subcontractors to require them to perform their result of such delay, provided that in the case of an work in accordance with the Contract application for an extension due to abnormal inclement Documents; and OPS General Conditions of Contract 12 ,l (b) be as fully responsible to the Owner for acts and Disputes or payment may be made according to the omissions of the Contractor's Subcontractors conditions contained in clause GC8.02.04,Payment on and of persons directly or indirectly employed a Time and Material Basis. by them as for acts and omissions of persons directly employed by the Contractor. GC3.11.03 Addittioinal Work 06) Neither a subcontracting, nor the Owner's 01) The Owner,or Contract Administrator where so consent to a subcontracting by the Contractor,shall be authorized, may request the Contractor to perform construed to relieve the Contractor from any obligation Additional Work without invalidating the Contract. If the under the Contract or to impose any liability upon the Contractor agrees to perform Additional Work, the Owner. Nothing contained in the Contract Documents Cnntractor shall proceed with such work upon receipt shall create a contractual relationship between a of a Change Order. Subcontractor and the Owner. 02) The Contractor may apply for an extension of GC3.11 Changes in the Work, Extra Contract Time according to the terms of subsection Work and Additional Work GC3.07, Extension of Contract Time. GC3.11.01 Changes in the Work 03) Payment for the Additional Work may be negotiated pursuant to subsection GC3.14, Claims, 01) The Owner, or the Contract Administrator where Negotiations, Disputes, or payment may be made ? so authorized,may, by order in writing,make Changes according to the conditions contained in clause in the Work without invalidating the Contract. The GC8.02.04, Payment on a Time and Material Basis. Contractor shall not be required to proceed with a change in the Work until in receipt of a Change Order. GC3.12 Notices Upon the receipt of such written order the Contractor shall proceed with the work. 01) Any notice permitted or required to be given to the Contract Administrator or the Superintendent in 02) The Contractor may apply for an extension of respect of the Work shall be deemed to have been Contract Time according to the terms of subsection given to and received by the addressee on the date of GC3.07, Extension of Contract Time. delivery it delivered by hand or by facsimile transmission and on the fifth day after the date of 03) If the Changes in the Work relate solely to mailing if sent by mail. quantities, payment for the work will be made according to the conditions specified in clause 02) The Contractor and the Owner shall provide= GC8.01.02, Variations in Tender Quantities. If the each other with the mailing addresses, telephone Changes in the Work do not solely relate to quantities, numbers and facsimile terminal numbers for the payment may be negotiated pursuant to subsection Contract Administrator and the Superintendent at the GC3.14, Claims, Negotiations, Disputes or payment commencement of the Work. may be made according to the conditions contained in clause GC8.02.04, Payment on a Time and Material 03) In the event of an emergency situation or other Basis. urgent matter the Contract Administrator or the Superintendent may give a verbal notice, provided that GC3.11.02 Extra Work such notice is confirmed in writing. 04) Any notice permitted or required to be given to 01) The Owner, or Contract Administrator where so the Owner or the Contractor shall be given in authorized, may instruct the Contractor to perform accordance with the notice provision of the Agreement. Extra Work without invalidating the Contract. The Contractor shall not be required to proceed with the GC3.13 Use and Occupancy of the Work Extra Work until in receipt of a Change Order. Upon Prior toSubstantial Performance receipt of the written order the Contractor shall proceed with the Work. 01) Where it is not contemplated elsewhere In the Contract Documents, the Owner may use or occupy 02) The Contractor may apply for an extension of the Work or any part thereof prior to substantial Contract Time according to the.terms of subsection° performance, provided that`at least 30 days written GC3.07, Extension of Contract Time. notice has been given to the Contractor. 03) Payment for the Extra Work may be negotiated 02) The use or occupancy of the Work or any part ) pursuant to subsection GC3.14, Claims. Negotiations, thereof by the Owner prior to substantial performance OPS General Conditions of Contract 13 C shall not constitute an acceptance of the Work or parts Material basis In accordance with clause GCs.W 04, so occupied. In addition,the use or occupancy of the Payment on a Time and Material Basis, the dispute Work shall not relieve the Contractor or the may be resolved as described in clause GC3.14.05, Contractor's Surety from any liability that has arisen,or Disputes. may arise, from the performance of the Work in accordance with the Contract Documents. The Owner GC3.14.03 Corftxmnoe of the Work will be responsible for any damage that occurs because of the Owner's use or occupancy. Such use 01) The Contract Administrator will give such or occupancy of any part of the Work by the Owner instructions as are necessary for continuation of the does not waive the Owner's right to charge the Work to prevent any delays. it Is understood that by Contractor liquidated damages in accordance with the so doing neither party to the Contract will jeopardize terms of the Contract. any claim it may have. GC3.14 Claims, Negotiations, Disputes GC3.14.04 Record Keeping GC3.14.01 Claims Procedure 01) immediately upon commencing work which 01) The Contractor:..shall._give oral-notice_.of.any ..may result in a claim,the Contractor:shall keep-Daily situation which may lead to- a claim for additional Work Records,during the course of the work,sufficient payment immediately upon becoming aware of the to substantiate the Contractor's claim,and the Contract situation. Administrator will keep Daily Work Records to be used in assessing the Contractor's claim, all in accordance 02) The Contractor shall provide written notice in the with clause GC8.02.07, Records. standard form"Notice of Intent to Claim"within 7 days of the commencement of any work which may be 02) The Contractor and the Contract Administrator affected by the situation. shall reconcile their respective Daily Work Records on a weekly basis, to simplify review of the claim, when 03) The Contractor shall submit claims not later than submitted. 30 days-in exceptional cases this may be increased to a maximum of 180 days, but subject to approval in 03) The keeping of Daily Work Records by the writing from the Contract Administrator-after the date Contract Administrator or the reconciling of such Daily of substantial performance,identifying the item or items Work Records with..those of the Contractor shall not be in respect of which the claim arises, stating the construed to be acceptance of the claim. grounds upon which the claim is made and submitting the records maintained by the Contractor supporting GC3.14.05 Disputes such claim. 01) Disputes may be settled by procedures already 04) The Contract Administrator may request the established by the Owner or where both parties agree, Contractor to submit such further and other particulars a dispute may be submitted to arbitration in as the Contract Administrator considers necessary to accordance with the provisions of subsection GC3.15, assess the claim and the Contractor shall submit the Engineering Arbitration. Where both parties cannot requested information within 30 days. agree, then the appropriate judicial tribunal may be used. 05) Within 60 days of receipt of the detailed claim, and all supporting documentation, the Contract GC3.14.06 Payment Administrator will advise the Contractor, in writing, of the Contract Administrator's opinion with regard to the 01) Payment of the claim will be made not later than validity of the claim. 30 days after the date of resolution of the claim or dispute. Such payment will be made according to the GC3.14.02 Negotiations terms of Section.GC8, Measurement and Payment. 01) Should the Contractor disagree with the opinion GC3.14.07 Rights of Both Parties given in paragraph 05) of clause GC3.14.01, Claims Procedure, with respect to any part of the claim, the 01) It is agreed that no action taken under this Contract Administrator will enter into negotiations with subsection by either party shall be construed as a the Contractor to resolve the matters in dispute.:Where renunciation or waiver of any of the rights or recourses a negotiated settlement cannot be reached and it is available to the parties,provided that the requirements agreed that payment cannot be made on a Time and set out in this subsection are fulfilled. OPS General Conditions of Contract 14 't GC3.15 Engineering Arbitration the Contract nor in either party's business and shall not be employed by either party. GC3.15.01 The Conditions for Engineering Arbkrafim 04) The decisions of two arbitrators shall bind the third. Where there is no agreement between two 01) The following conditions must be established arbitrators the decision of the chairman will be final. before an arbitration can proceed: 'd. (a) A dispute between the parties must exist; 05) The board may appoint experts to assist 06) The board is not bound by the rules of (b) The parties must agree to refer the dispute for evidence which govern the trial of cases in court but decision according to the procedure following; may hear and consider any evidence which it and considers relevant. (c) The parties must_agree to be bound by the GC3.15.04 Costs award of the arbitrators. GC3.15-02 Arbitration Procedure 01) Each party shall pay the cost of its appointee. 01) The following provisions are to be included in 02) The fee for the chairman will be shared equally. the agreement to arbitrate and are subject only to such 03) The fees of any experts appointed to assist the right of appeal as exist where the arbitrators have board shall be shared equally. exceeded their jurisdiction or have otherwise disqualified themselves: 04) The fees of any other person(s) appointed to (a) All existing actions in respect of the matters assist the board will be shared equally. under arbitration will be stayed pending 05) The Owner will provide accommodation for the arbitration; hearing in the Owner's facilities, and where this is not possible,will share in the cost of obtaining appropriate (b) All outstanding claims and matters to be settled facilities. are to be set out in a schedule to the agreement. Only such claims and matters as are in the 06) The board will have no power to award costs schedule will be arbitrated; and except where one of the parties fails to attend a hearing and it is necessary to adjourn until another (c) Before proceeding with the arbitration, the date. In such case,the board may require the absent Contractor shall confirm that all matters in party to bear the costs of the adjourned hearing. dispute are set out in the schedule. GC3.115.03 Form and Appointment of GC3.15.05 The Award Arbitration Board 01) The award will be made within 90 days of the 01) The board shall be. composed:.. of, three conclusion of the hearing unless the board extends the arbitrators: time for making the award. The time shall not be extended beyond 180 days from the date of the (a) one appointed by the Contractor; appointment without the consent of both parties. (b) one appointed by the Owner; and Where the award is not made within these time limits (c) one to be appointed by the first two and who the parties may proceed to court or continue their shalt act as chairman. existing actions. 02) A sole arbitrator may adjudicate the dispute where expressly agreed by the Contractor and Owner. GC3.15.06 Hearing 01) The hearing will commence within 90 days of 03) Appointees shall not be interested financially in the appointment of the chairman. OPS General Conditions of Contract (� 15 1 SECTION GC4 OWNER'S RESPONSIBILMES AND FIGHTS August 1990 GC4.01 W ork ug Area the default within 5 Working Days. 01) The Owner will acquire all property rights which GC4.06 Conhactor"s Right to Correct a are deemed necessary by the Owner for the Default construction of the Work including temporary working easements and will indicate the full extent of the 01) The Contractor shall have the right within the 5 Working Area on the Contract Drawings. full Working Days following the receipt of a noCme of default to correct the default and provide the Owner GC4.02 Management and Disposltlon of with satisfactory proof that appropriate corrective . Materials measures have been taken. 01) The Owner will identify in the Contract Document 02) If the correction of the default cannot be the materials to be moved within of-removed.from the completed within the,5 full Working"Daysi following Working Area, and :any characteristics of those.,- receipt of the notice the Contractor shall not-be in materials which will necessitate special materials default if the Contractor management and disposition. (a) commences the correction of the default within 02) The Owner will be responsible for any additional the 5 full Working Days following receipt of the costs of removing,management and disposition of any notice; material not identified in the Contract Documents, or where conditions exist that could not have been (b) provides the Owner with an acceptable reasonably foreseen at the time of tendering. schedule for the progress of such correction; and GC4.03 Construction Affecting Railway Property (c) completes the correction in accordance with such schedule. 01) The Owner will pay the costs of all flagging and other traffic control measures required and provided by GC4.07 I Owner's Right to Correct Default the railway company. 01) if the Contractor fails to correct the default within the time specified In subsection GC4.06, GC4.04 Default by the Contractor Contractor's Right to Correct a Default,or subsequently agreed upon,the Owner,without prejudice to any other 01) The Contractor shall be in default of the Contract right or remedy the Owner may have,may correct such If default and deduct the cost thereof, as certified by the . Contract Administrator, from any payment then or (a) the Contractor fails to commence the Work or thereafter due to the Contractor. execute the Work properly or otherwise fails to comply with the requirements..of the Contract to a substantial degree; or GC4.08 Termination of Contractors (b) N the.Contractor is adjudged bankrupt or makes Right to Continue the Work a general assignment for the benefit of creditors 01) Where the Contractor fails to correct a default because of insolvency or if a receiver is within the time specked in subsection GC4.06, appointed because of insolvency. Contractor's Right to Correct a Default,or subsequently agreed upon,the Owner,without prejudice to any other GC4.05 Notification of Default right or remedy the Owner may have, may terminate the Contractor's right to continue the Work in whole or 01) The Owner will give written notice of a default to in part by giving written notice to the Contractor. the Contractor as soon as the Owner becomes aware of the alleged default but failure to give such notice in 02) If the Owner terminates the Contractor's right to a timely.way shall,not constitute condonation of the continue with the Work in whole or in part, the Owner default. The notice will include instructions to correct will be entitled to OPS General Conditions of Contract 16 l (a) take possession of the Working Area or that withheld from the Contractor under subsection GC4.08, portion of the Working Area devoted to that part Termination of the Contractor's Right to Continue the of the Work terminated; Work,the Owner will pay the balance to the Contractor as soon as the final accounting for the Contract is (b) utilize the Contractor's Equipment and any complete. Material within the Working Area which is Intended to be incorporated into the Work, the whole subject to the right of third parties; GC4.10 Termination of the Contract (c) withhold further payments to the Contractor with 01) Where the Contractor is in default of the respect to the Work or the portion of the Work Contract the Owner may,without prejudice to any other withdrawn from the Contractor until the Work or right or remedy the Owner may have, terminate the portion thereof withdrawn is completed; Contract by giving written notice of termination to the Contractor, the Surety and any trustee or receiver (d) charge the Contractor.the additional cost over acting on behalf of the Contractor's estate or creditors. the contract price of completing the Work or portion thereof withdrawn from the Contractor, as certified by the Contract Administrator and 02) If the Owner elects to terminate the Contract the any additional compensation paid to the Owner will provide the Contractor and the trustee or Contract Administrator for such additional receiver with a complete accounting to the date of service arising from the correction of the default; termination. (e) charge the Contractor a reasonable allowance, as determined by the Contract Administrator, to GC4.11 Continuation of Contractor's cover correction to the Work performed by the Obligatiorts Contractor that may be required under subsection GC7.15, Warranty; 01) The Contractor's obligation under the Contract as to quality, correction and warranty of the Work (f) charge the Contractor for any damages the performed prior to the time of termination of the Owner may have sustained as a result of the Contract or termination of the Contractor's right to i default; and continue with the Work in whole or in part shall (g) charge the Contractor the amount by which the continue to be in force after such termination. cost of corrections to the Work under subsection GC7.15, Warranty, exceeds the GC4.12 Use of Performance Bond allowance provided for such corrections. 01) If the Contractor is in default of the Contract and GC4.09 Final Payment to Contractor the Contractor has provided a Performance Bond,the provisions of this Section shall be exercised in 01) If the Owner's cost to correct and complete the accordance with the conditions of the Performance Work in whole or in part is less than the amount Bond. i l OPS General Conditions of Contract 17 SECTION GC5 MATERIAL August 1990 i GC5.01 Supply of Material work site expeditiously after the notification to that effect from the Contract Administrator. Where the 01) All Material necessary for the proper completion Contractor fails to comply with such notice the of the Work,except that listed as being supplied by the Contract Administrator may cause the rejected Material Owner, shall be supplied by the Contractor. The to be removed from the site and disposed of in what contract prices for the appropriate tender items shall be the Contract Administrator considers to be the most deemed to include full compensation for the supply of appropriate manner and the Contractor shall pay the such Material. costs of disposal and the appropriate overhead charges. GC5.02 Quality of Material GC5.04 Substitutions 01) All Material provided by the Contractor shall be new. 01) Where the specifications require the Contractor to supply a Material designated by a trade or other 02) Material supplied. by .the..:.Contractor_-shall__ name,the tender shall be based only upon supply of conform to the requirements of the Contract the Material so designated,which shall be regarded as the standard of quality required by the specification. 03) As specified or as requested by the Contract After the acceptance of a tender, the Contractor may Administrator, the Contractor shall make available for apply to the Contract Administrator to substitute inspection or testing a sample of any Material to be another Material identified by a different trade or other provided by the Contractor. name for the Material designated as aforesaid. The application shall be in writing and shall state the price 04) The Contractor shall obtain for the Contract for the proposed substitute Material designated as Administrator the right to enter upon the premises of aforesaid, and such other information as the Contract the Material manufacturer or supplier to carry out such Administrator may require. inspection, sampling and testing as specified or as requested by the Contract Administrator. 02) Rulings on a proposed substitution will not be made prior to the acceptance of a tender. 05) The Contractor shall notify the Contract Substitutions shall not be made without the prior Administrator of the sources of supply sufficiently in approval of the Contract Administrator. The approval advance of the Material shipping dates to enable the or rejection of a proposed substitution will be made at Contract Administrator to perform the required the discretion of the Contract Administrator. inspection, sampling and testing. 03) If the proposed substitution is approved by the 06) The Owner will not be responsible for any delays Contract Administrator,the Contractor shall be entitled to the Contractor's operations where the Contractor to the first $1000 of the aggregate saving in cost by fails to give sufficient advance notice to the Contract reason of such substitution and to 50% of any Administrator to enable the Contract Administrator to additional saving in cost in excess of such $1000. carry out the required inspection,sampling and testing Each such approval shall be conveyed to the before the scheduled shipping dates. Contractor in writing or by issuance of a Certificate of Equality on the Owner's standard form of'Certification 07) The Contractor shall not change the source of of Equality"and if any adjustment to the contract price supply of any Material without the written authorization is made by reason of such substitution a Contrail of the Contract Administrator. Change Order shall be issued as well. 08) Material which is not specified shalt be of a GC5.05 Owner Supplied Material quality best suited to the purpose required and the use of such Material shall be subject to the approval of the GC5.05.01 Ordering of Excess Material Contract Administrator. 01) Where Material is supplied by the Owner and where this Material is ordered by the Contractor in GC5.03 Rejected Material excess of the amount specified to complete the Work, such excess Material shall become the property of the 01) Rejected Material shalt be removed from the Contractor on completion of the Work and shall be OPS General Conditions of Contrail i 18 charged to the Contractor at cost plus applicable Oa) The full amount of Material supplied by the overheads. Owner in each shipment shall be accounted for by the Contractor and such Material shall be at the risk of the GC5.055.02 Care of Material Contractor after taking delivery. Such Material shall not, except with the written permission of the Contract 01) The Contractor shall, in advance of receipt of Administrator,be used by the Contractor for purposes shipments of Material supplied by the Owner, provide other than the performance of the Work under the adequate and proper storage facilities acceptable to Contract. the Contract Administrator; and on the receipt of such Material shall promptly place it in storage except where it is to be incorporated forthwith into the Work. 05) Empty reels,crates,containers and other types of packaging from Material supplied by the Owner shall 02) The Contractor shall be responsible for become the property of the Contractor when they are acceptance of Material supplied by the Owner, at the no longer required for their original purpose and shall specified delivery point and for its safe handling and be disposed of by the Contractor unless otherwise storage. If such Material is damaged while under the specified in the Contract Documents. control of the Contractor it shall be replaced or repaired by the Contractor at no expense to the Owner, and to the satisfaction of the Contract Administrator. 06) The Contractor shall provide the Contract If such Material is rejected by the Contract Administrator, immediately upon receipt of each Administrator for reasons which are not the fault of the shipment, copies of bills of lading, or such other Contractor it shall remain in the care and at the risk of documentation the Contract Administrator may require the Contractor until its disposition has been determined to substantiate and reconcile the quantities of Material by the Contract Administrator. received. 03) Where Material supplied by the Owner arrives at the delivery point in a damaged condition or where 07) Where Material supplied by the Owner is there are discrepancies between the quantities received ordered and stockpiled prior to the award of the and the quantities shown on the bills of lading, the Contract, the Contractor shall, at no extra cost to the Contractor shall immediately report such damage or Owner, immediately upon commencement of discrepancies to the Contract Administrator who shall operations, check the Material, report any damage or ' i arrange for an immediate inspection of the shipment deficiencies to the Contract Administrator and take and provide the Contractor with a written release from charge of the Material at the stockpile site. Where responsibility for such damage or deficiencies. Where damage or deficiencies are not so recorded by the damage or deficiencies are not so reported it will be Contractor it shall be assumed that the stockpile was assumed that the shipment arrived in good order and in good order when the Contractor took charge of it any damage or deficiencies reported thereafter shall be and any damage or deficiencies reported thereafter made good by the Contractor at no extra cost to the shall be made good by the Contractor at no extra cost 1 Owner. to the Owner. OPS General Conditions of Contract 19 SECTION GC6 INSURANCE, PROTECTION AND DAMAGE August 1990 GC6.01 Protection of Work, Persons the failure to erform the Work r p , provided such claims and Property are 01) The Contractor,the Contractor's agents and all (a) attributable to bodily injury, sickness, disease, ' workers employed by or under the control of the or death or to damage to or destruction of Contractor, including Subcontractors,shall protect the tangible property; Work, persons and property from damage or injury, and shall be responsible for all losses and damage (b) caused by negligent acts or omissions of the which may arise as the result of the Contractor's Contractor or anyone-for whose acts the operations under the Contract unless indicated to the Contractor may be liable; and contrary below. (c) made in writing within a period of 6 years from 02) The Contractor,is responsible for the full cost of the date of Substantial Performance of the Work any necessary... temporary,. provisions_,_and the as set out. -in,the-Certificate of Substantial restoration of all damage, where the Contractor Performance of the Work or,where so specified damages the Work or property in the performance of in the Contract from the date of certification of the Contract. If the Contractor is not responsible for Final Acceptance. the damage that occurs to the Work or property the Contractor shall restore such damage, and such work 02) The Contractor shall indemnify and hold shall be administered according to these General harmless the Owner from all and every claim for Conditions. damages, royalties or fees for the infringement of any patented invention or copyright occasioned by the 03) The Contractor shall immediately inform the Contractor in connection with work performed or Contract Administrator of all damage and injuries which material furnished by the Contractor under the occur during the term of the Contract. Contract. 04) The Contractor shall not be responsible for loss 03) The Owner expressly waives the right to and damage that occurs as a result of indemnity for claims other than those stated above in (a) war; paragraphs 01) &02). (b) blockades and civil commotions; 04) The Owner shall indemnify and hold harmless (c) errors in the Contract Documents; the Contractor, his agents, officers and employees (d); acts or omissions of the Owner, the from and against all claims, demands, losses, Contract Administrator, their agents and expenses, costs, damages, actions, suits, or employees, or others not under the proceedings arising out of .the Contractor's control of the Contractor, but within the performance of the Contract which are attributable to a Working Area with the Owner's lack of or defect in title or an alleged lack of or defect permission. in title to the Working Area 05) The Contractor and his-Surety or Sureties will not 05) The Contractor expressly waives the right to be released from any term or provision of any indemnity for claims other than those stated above in responsibility, obligation or liability under the Contract paragraph 04). or waive or impair any of the rights of the Owner except by a release duly executed by the Owner. GC6.03 Contractor's insurance ' GC6.02 Indemnification GC6.03.01 General 01) The Contractor shall indemnify and hold 01) Without restricting the generality of subsection , harmless the Owner and the Contract Administrator, GC6.02, Indemnification, the Contractor shalt provide, their agents, officers and employees from and against maintain and pay for the insurance coverages listed in all claims, demands, losses, expenses, costs, this General Condition under clauses GC6.03.02 and damages, actions, suits or proceedings by third A3. Insurance coverage in clauses GC6.03.04,.05 and parties, hereinafter called"claims",directly or indirectly .06 will only apply when so specified in the Contract arising or alleged to arise out of the performance of or Documents. OPS General Conditions of Contract 1 G06.03.02 General Liability Insurance licensed vehicles shall have limits of not less than 5 million dollars inclusive per occurrence for bodily 01) General liability insurance shall be in the joint injury, death and damage to property. In the following names of the Contractor, the Owner, and the Contract forms endorsed to provide the Owner with not less Administrator with limits of not less than 5 million than 30 days' written notice in advance of any dollars inclusive per occurrence for bodily injury,death, cancellation, change or amendment restricting and damage to property including loss of use thereof, coverage: with a property damage deductible of not more than $5000. The form of this insurance shall be the (a) standard non-owned automobile policy Insurance Bureau of Canada Form IBC 2100, dated including standard contractual liability 8-87. endorsement; and 02) Another form of insurance equal to or better than (b) standard owner's form automobile policy that required in IBC Form 2100 may be used, provided providing third party liability and accident all the requirements listed in the Contract are included. benefits insurance and covering licensed Approval of this insurance will be conditional-upon the vehicles owned or operated by the Contractor. Contractor obtaining the services of a recognized Insurance Consultant and obtaining the Consultant's certificate of equivalency to the required insurance. GC6.03.04 Aircraft and Watercraft Liabirdy Insurance 03) The insurance shall be maintained continuously from the commencement of the Work until 12 months 01) Aircraft and watercraft liability insurance with following the date of substantial performance of the respect to owned or non-owned aircraft and watercraft Work, as set out in the certificate of Substantial if used directly or indirectly in the performance of the Performance of the Work,or until the certificate of Final Work, including use of additional premises, shall be Acceptance of the Work is issued, whichever is the subject to limits of not less than 5 million dollars later, and with respect to completed operations inclusive per occurrence for bodily injury, death, and coverage for a period of not less than 24 months from damage to property including loss of use thereof, and the date of Final Acceptance of the Work as set out in limits of not less than 5 million dollars for aircraft the certificate of Final Acceptance of the Work, and passenger hazard. Such insurance shall be in a form thereafter to be maintained for a further period of 4 acceptable to the Owner. The policies shall be years. endorsed to provide the Owner with not less than 30 days'written notice in advance of cancellation,change 04) The Contractor shall submit annually to the or amendment restricting coverage. Owner, proof of continuation of the completed operations coverage and failure of the Contractor to do GC6.03.05 Property and Boiler Insurance so will result in the cancellation by the Owner of the limit of the Contractor's indemnification under GC6.03.05.01 Property Insurance paragraph 01) (c) of subsection GC6.02, Indemnification. 01) All risks property insurance shall be in the joint names of the Contractor, the Owner and the Contract 05) Should the Contractor decide not to employ Administrator, insuring not less than the sum of the Subcontractors for operations requiring the use of amount of the Contract Price and the full value,as may explosives for blasting,or pile driving or caisson work, be stated in the Supplemental General Conditions, of or removal or weakening of support of property Material that is specified to be provided by the Owner ' building or land, IBC Form 2100 as required shall for incorporation into the Work, with a deductible not include the appropriate endorsements. exceeding 1%of the amount insured at the site of the Work. This insurance shall be in a form acceptable to 06) The policies shall be endorsed to provide the the Owner and shall be maintained continuously until Owner with not less than 30 days written notice in 10 days after the date of Final Acceptance of the Work, advance of cancellation, change- or amendment as set out in the certificate of Final Acceptance of the restricting coverage. Work. 07) 'Claims Made" insurance policies will not be GC6.03.05.02 Boiler Insurance permitted. 01) Boiler insurance insuring the Interests of the 606.03.03 Automobile Liability Insurance Contractor,the Owner and the Contract Administrator for not less than the replacement value of bollers and 1 01) Automobile liability insurance in respect of pressure vessels forming part of the Work, shall be in / OPS General Conditions of Contract 21 a form acceptable to the Owner. This insurance shall responsibility by the terms of this Contract. be maintained continuously from commencement of use or operation of the property insured untill 10 days 03) In the event of loss or damage to the Work after the date of Final Acceptance of the Work, as set arising from the action of others,the Owner shall pay out in the certificate of Final Acceptance of the Work. the Contractor the rust of restoring the Work as the restoration of the Work proceeds and in accordance G06.03.05.03 Use and Occupancy of the Work with the requirements of Section GC8, Measurement Prior to Completion and Payment. 01) Should the Owner wish to use or occupy part or GC6.03.06 Contractors'Equipment all of the Work prior to substantial performance, the Insurance Owner will give 30 days, written notice to the Contractor of the intended purpose and extent of such - 01) All risks Contractors' equipment'insurance use or occupancy. Prior to such use or occupancy the covering construction machinery and equipment used Contractor shall notify the Owner in writing of the by the Contractor for the performance of the Work, additional premium cost, N any, to maintain property including boiler insurance on temporary boilers and and boiler insurance,:.which:shall be-,-at the Owner's :.: pressure vessels, shall be in a form acceptable to the expense. If because of such,use-or..occupancy.the Owner and shall not-allow subrogation claims by the Contractor is unable to.provide coverage, the Owner ..Insurer against the Owner; .-The policies shall be upon written notice from the Contractor and prior to endorsed to provide the Owner with not less than 30 such use or occupancy shall provide,maintain and pay days'written notice in advance of cancellation,change for property and boiler insurance insuring the full value or amendment restricting coverage. Subject to of the Work, including coverage for such use or satisfactory proof of financial capability by the occupancy,and shall provide the Contractor with proof Contractor for self-insurance of the Contractor's of such insurance. The Contractor shall refund to the equipment, the Owner agrees to waive the equipment Owner the unearned premiums applicable to the insurance requirement, and for the purpose of this Contractor's policies upon termination of coverage. Contract, the Contractor shall be deemed to be insured. This policy-shall be amended to provide 02) The policies shall provide that, in the event of a permission for the Contractor to grant prior releases loss or damage, payment shall be made to the Owner with respect to damage to the Contractor's equipment. and the Contractor as their respective interests may appear. The Contractor shall act on behalf of both the GC6.03.07 Insurance Requiremertts and Owner and the Contractor for the purpose of adjusting Duration the amount of such loss or damage payment with the Insurers. When the extent of the loss or damage is 01) Unless specified otherwise the duration of each determined the Contractor shall proceed to restore the insurance policy shall be from the date of Work. or damage shall not affect the rights and commencement of the Work until 10 days after the obligations of either party under the Contract except date of Final Acceptance of the Work, as set out in the that the Contractor shall be entitled to such reasonable certificate of Final Acceptance of the Work. extension of Contract Time relative to the extent of the loss or damage as the Contract Administrator may 02) The Contractor shall provide the Owner, on a decide in consultation with the Contractor.- form acceptable to the Owner,proof of insurance prior to commencement of the Work, and signed by an GC6.03.05.04 Payment for.,Loss.orTDamage. ., officer of the Contractor and either-the underwriter,or the broker. 01) The Contractor shall be entitled to receive from the Owner, in addition to the amount due under the 03) The Contractor shall, on request, promptly Contract, the amount at which the Owner's interest in provide the Owner with a certified true copy of each , restoration of the Work has been appraised, such insurance policy exclusive of information pertaining to amount to be paid as the restoration of the Work premium or premium bases used by the insurer to proceeds and in accordance with the requirements of determine the cost of the insurance. The certified true Section GC8, Measurement and Payment. In addition copy shall include a signature by an officer of the the Contractor shall be entitled to receive from the Contractor and in addition, a signature by an officer of payments made by the Insurer the amount of the the insurer or the underwriter or the broker. Contractor's interest in the restoration of the Work. 04) Where a policy is renewed the Contractor shall 02) The Contractor shall be responsible for provide the Owner,on a form acceptable to the Owner, deductible amounts under the policies except where renewed proof of insurance immediately following such amounts may be excluded from the Contractors completion of renewal. OPS General Conditions of Contract 05) Unless specked otherwise the Contractor shall reimbursement of such costs the Owner may deduct be responsible for the payment of deductible amounts the costs thereof from monies which are due or may under the policies. become due to the Contractor. 06) If the Contractor fails to provide or maintain GC6.04 Bonding insurance as required in this General Condition or elsewhere in the Contract Documents,then the Owner 01) The Contractor shall provide the Owner with the will have the right to provide and maintain,such surety bonds in the amount required by the tender insurance and give evidence thereof to the Contractor. documents. The Owner's cost thereof shall be payable by the Contractor to the Owner on demand. 02) Such bonds shall be issued by a duly licensed surety company authorized to transact a business of ' 07) If the Contractor fails to pay the cost of the suretyship in the Province of Ontario and shall be insurance placed by the Owner within 30 days of the maintained in good standing until the fulfilment of the date on which the Owner made a formal demand for Contract. i 1 1 . 1 1 1 i i OPS General Conditions of Contract 23 t k SECTION GC7 CONTRACTOR'S RESPONSIBILITIES AND CONTROL OF THE WORK August 1990 f GC7.01 General shaft notify the Contract Administrator of the name(s), address(es), position(s) and telephone number(s) of 01) The Contractor warrants that the site of the Work the Contractor's representative(s) who can be has been visited during the preparation of the tender contacted at any time to deal with matters relating to and the character of the Work and all local conditions the Contract. which may affect the performance of the Work are known. 08) The Contractor shall,at no additional cost to the Owner, furnish all reasonable aid, facilities and 02) The Contractor shall,not commence the Work assistance required by the Contract Administrator for nor deliver anything to the Working Area until the the proper inspection and examination of the Work or Contractor has received a written order to commence the taking of measurements for the purpose of , the Work, signed by the Contract Administrator. payment. 03) The Contractor.shall:have complete control of 09) The Contractor shall prepare, and update-as the work and shall effectively direct and supervise the required, a construction schedule indicating the timing work so as to ensure conformity with the Contract of the major and critical activities of the Work. The Documents. The Contractor shall be responsible for schedule shall be designed to ensure conformity with construction means, methods,techniques, sequences the specified Contract Time. The schedule shall be and procedures and for coordinating the various parts submitted to the Contract Administrator within 14 days of the Work. from the date of the contract award. 04) The Contractor shall have the sole responsibility 10) Where the Contractor finds any errors, for the design, erection, operation, maintenance and inconsistency or omission relating to the Contract,the removal of temporary structures and other temporary Contractor shall promptly report it to the Contract facilities and the design and execution of construction Administrator and shall not proceed with the activity ' methods required in their use. affected until receiving direction from the Contract Administrator. 05) Notwithstanding paragraph 04) of subsection GC7.01, General, where the Contract Documents 11) The Contractor shall promptly notify the , include designs for temporary structures and other Contract Administrator in writing if the subsurface temporary facilities or specify a method of construction conditions observed in the Working Area differ in whole or part, such facilities and methods shall be materially from those indicated in the* Contract considered to be part of the design of the Work, and Documents. the Contractor shall not be held responsible for that part of the design or the specified method of 12) The Contractor shall arrange with the construction. The Contractor shall, however, be appropriate utility authorities for the stake out of all responsible for the execution of such design or underground utilities and service connections which specified method of construction in the.same,manner may be affected by the Work.The Contractor shall be that the Contractor is.responsible.:for.the execution of responsible for any,damage done to the underground the Work. utilities by the Contractor's forces during construction if the stake out locations are within the tolerances given 06) The Contractor shall be responsible for in subsection GC2.01, Reliance on Contract construction health and safety within the working areas Documents. The Contractor shall be responsible for and for compliance with the Occupational Health and any damage done to the service connections. Safety Act and Regulations. So as to avoid any misunderstanding as to the extent of the Contractor's responsibility,the Contractor,by executing the Contract GC7.02 Layout unequivocally acknowledges that the Contractor is the Constructor within the meaning of the Act. 01) Prior to commencement of construction, the Contract Administrator and the Contractor will locate on 07) The Contractor shall have an authorized site those property bars, baselines and benchmarks representative on the site white any work is being which are necessary to delineate the Working Area and performed, to act for or on the Contractor's behalf. to lay out the Work, all as shown on the Contract Prior to commencement of construction,the Contractor Drawings. OPS General Conditions of Contract 24 i 02) The Contractor shall be responsible for the GG7.04 Excess Loading of Motor Va,Njes preservation of all property bars while the Work is in progress, except those property bars which must be 01) Where a vehicle is hauling material for use on removed to facilitate the Work. Any property bars the Work, in whole or in part upon a Highway, and disturbed, damaged or removed by the Contractor's where motor vehicle registration Is required for such operations shall be replaced under the supervision of vehicle,the Contractor shall not cause or permit such an Ontario Land Surveyor, at no extra cost to the vehicle to be loaded beyond the legal limit specked in Owner. the Highway Traffic Act, whether such vehicle is registered in the name of the Contractor or otherwise, 03) At no extra cost to the Owner, the Contractor except where there are designated areas within the shall provide the Contract Administrator with such Working Area where overloading is permitted. The materials and devices as may be necessary to lay out Contractor shall bear the onus of weighing disputed the baseline and benchmarks, and as may be loads. necessary for the inspection of the Work. 04) The Contractor shall provide qualified personnel GC7.05 COrKrd on of the Working Area to lay out and establish all lines and grades necessary for construction. The Contractor shall notify the 01) The Contractor shall maintain the Working Area Contract Administrator of any layout work carried out, in a tidy condition and free from the accumulation of so that the same may be checked by the Contract debris, other than that caused by the Owner or others. Administrator. 05) The Contractor shall install and maintain GC7.06 Detours airing ♦Roadways and D substantial alignment markers and secondary Detours benchmarks as may be required for the proper 01) Where an existing Roadway is affected by execution of the Work. The Contractor shall supply construction, it shall be kept open to traffic, and the one copy of all alignment and grade sheets to the Contractor shall, except as otherwise provided in this ' Contract Administrator. subsection, be responsible for providing and maintaining for the duration of the Work, a road 06) The Contractor shall assume full responsibility through the Work,whether along an existing Highway, for alignment, elevations and dimensions of each and including the road under construction, or on detours I all parts of the Work, regardless of whether the within or adjacent to the Highway, in accordance with Contractor's layout work has been checked by the the Manual of Uniform Traffic Control Devices Contract Administrator. (MUTCD). 07) All stakes, marks and reference points provided 02) The Contractor shall not be required to maintain by the Contract Administrator shall be carefully a road through the Working Area until such time as the preserved by the Contractor. In the case of their Contractor has commenced operations or during ' destruction or removal, such stakes, marks and seasonal shut down or on any part of the Contract that reference points will be replaced by the Contract has been accepted in accordance with these General Administrator at no extra cost to the Owner. Conditions. 03) Where localized and separated sections of the GC7.03 Damage by Vehicles or Other Highway only are affected by the Contractor's Equipment operations, the Contractor will not be required to maintain intervening sections of the Highway until such 01) If at any time, in the opinion of the Contract times as these sections are located within the limits of Administrator, damage is being done or is likely to be the Highway affected by the Contractor's general done to any roadway or any improvement thereon, operations under the Contract. The Contractor shall outside the Working Area, by the Contractor's vehicles not be required to apply or other equipment, whether licensed or unlicensed abrasives or carry out snowlowing g chemicals or equipment,the Contractor shall,on the direction of the Contract Administrator, and at no extra cost to the 04) Where the Contract Document provides for or Owner, make changes or substitutions for such the Contract Administrator requires detours at speck vehicles or equipment, and shall alter loadings, or in locations,payment for the construction of the detours, some other manner, remove the cause of such and if required, for the subsequent removal of the damage to the satisfaction of the Contract detours, will be made at the Contract prices Administrator. appropriate to such work. 1 OPS General Conditions of Contract 25 t 1 05) The Owner will bear the cost of maintaining,in a 02) The Contractor shall provide at all times and at satisfactory condition for traffic, a road through the no extra cost to the Owner access to fire hydrants,and Working Area The road through the Work will include water and gas valves located in the Working Area any detour constructed in accordance with the Contract Documents or required by the Contract 03) Where any interruptions in the supply of utility Administrator. Compensation for all labour,equipment services are required and are authorized by the and materials to do this work shall be at the Contract Contract Administrator, the Contractor shall give the prices appropriate to the work and,where there are no affected property owners notice in accordance with such prices,at negotiated prices. Notwithstanding the subsection GC7.11, Notices by the Contractor, and foregoing,the cost of blading required to maintain the shall arrange such interruptions so as to create a surface of such roads and detours shall be deemed to minimum of interference to those affected. be included in the prices bid for the various tender items and no additional payment will be made. 06) Where work under the Contract is discontinued GC7.08 Approvals and Permits for any extended period including seasonal shutdown, 01) Except as specified in paragraph 02) of this the Contractor shall.-when. directed by.:the...Contract subsection, the Contractor-shall obtain any permits, Administrator, open-and:_place-.the-•.roadway and licenses, and certificates required for the'performance detours in a passable, safe and satisfactory condition of the Work which are in force at the date of tender for public travel. closing. 07) Where the Contractor constructs a detour which 02) The Owner will obtain and pay for the is not specifically provided for in the Contract necessary plumbing and building permits. Document,or required by the Contract Administrator, the construction of the detour and, if required, the 03) The Contractor shall arrange for all necessary subsequent removal shall be performed at the inspections. Contractor's expense. The detour shall be constructed and maintained to structural and geometric standards GC7.09 Suspension of Work approved by the Contract Administrator. Removal shall be performed as directed by the Contract 01) The Contractor shall, upon written notice from Administrator. the Contract Administrator,discontinue or delay any or all of the Work and work will not be resumed until the 08) Where,with the written approval of the Contract Contract Administrator will, in writing, so direct. Administrator, the Highway is closed and the traffic Delays, in these circumstances, will be administered diverted entirely off the Highway to any other Highway, according to subsection GC3.08, Delays. the Contractor shall, at no extra cost to the Owner, supply and erect traffic control devices in accordance with the MUTCD. GC7.10 Contractor's Right to Stop the 09) Compliance with the foregoing provisions shall Work or Terminate The Contract in no way relieve the Contractor of obligations.under 01) If the Owner is adjudged bankrupt or makes a subsection GC6.01, Protection of,Work,.Persons.and .general assignment for the benefit of creditors because - Property,dealing with the:Contractor.'s responsibility for, of insolvency or if a receiver is appointed because of damage claims, except.for.claims.arising on sections insolvency, the Contractor may, without prejudice to , of Highway within the Working Area that are being any other right or remedy the Contractor may have, by maintained by others, giving the Owner or receiver or trustee in bankruptcy written notice, terminate the Contract. GC7.07 Access to Properties Adjoining the Work and Interruption of 02) If the Work is stopped or otherwise delayed for Utility Services a period of 30 days or more under an order of a court or other public authority and provided that such order 01) The Contractor shall provide at all times, and at was not issued as the result of an act or fault of the no extra cost to the Owner Contractor or of anyone directly employed or engaged by the Contractor, the Contractor may, without prejudice to any other right or remedy the Contractor (a) adequate pedestrian and vehicular access; and may have,by giving the Owner written notice,terminate (b) continuity of utility services to properties the Contract. adjoining the Working Area 03) The Contractor may notify the Owner in writing, , OPS General Conditions of Contract with a copy to the Contract Administrator, that the not make any claim against the Owner for any loss, ' Owner is in default of contractual obligations N damage or expense occasioned thereby. (a) the Contract Administrator fails to issue 02) Where the obstruction is an underground utility certificates in accordance with the provisions of such as a telephone cable, watermain, gas main or Section GC8, Measurement and Payment; sewer or other man-made object, the Contractor shall not be required to assume the risks and responsibilities (b) the Owner fails to pay the Contractor, within 30 -arising out of such obstruction, unless the location of days of the due date, the amounts certified by the obstruction is shown on the plans or described in the Contract Administrator or awarded by the specifications and the location so shown is within arbitration or court; or the tolerance specified in paragraph 01)(a) of subsection GC2.01, Reliance on Contract Documents, ' (c) the Owner violates the requirements of the or unless the presence and location of the obstruction Contract. has otherwise been made known to the Contractor or could have been determined by the visual site 04) The Contractor's written notice to.the .Owner investigation made by the Contractor in accordance shall advise that if the default is not corrected in the 7 with these General Conditions. days immediately following the receipt of the written notice the Contractor may, without prejudice to any 03) During the course of the Contract, it is the other right or remedy the Contractor may have, stop Contractor's responsibility to consult with utility the Work or terminate the Contract. companies or other appropriate authorities for further information in regard to the exact location of these 05) If the Contractor terminates the Contract under utilities, to exercise the necessary care in construction the conditions set out in this subsection,the Contractor operations, and to take such other precautions as are shall be entitled to be paid for all work performed necessary to safeguard the utility from damage. according to the Contract Documents and for any losses or damage as the Contractor may sustain as a GC7.13 Limitations of Operations result of the termination of the Contract. 01) Except for such work as may be required by the GC7.11 Notices by the Contractor Contract Administrator to maintain the Work in a safe and satisfactory condition, the Contractor shall not 01) Before work is carried out which may affect the carry on operations under the Contract on Sundays property or operations of any Ministry or agency of without permission in writing from the Contract government or any person, company, partnership or Administrator. corporation, including a municipal corporation or any board or commission thereof, and in addition to such 02) The Contractor shall cooperate with other notices of the commencement of specified operations Contractors, utility companies and the Owner and they as are prescribed elsewhere in the Contract Document, shall be allowed access to their work or plant at all the Contractor shall give at least 48 hours advance reasonable times. written notice of the date of commencement of such work to the person,company,partnership,corporation, board, or commission so affected. GC7.14 Cleaning Up Before Acceptance ' 02) In the case of damage to, or interference with 01) Upon attaining Substantial Performance of the any utilities, pole lines, pipe lines, conduits,farm tiles, Work, the Contractor shall remove surplus materials, or other public or privately owned works or property, tools, construction machinery and equipment not the Contractor shall immediately notify the Owner and required for the performance of the remaining work. the Contract Administrator of the location and details of The Contractor shall also remove all temporary works such damage or interference. and debris other than that caused by the Owner, or others and leave the Work and Working Area clean and GC7.12 Obstructions suitable for occupancy by the Owner unless otherwise 01) Except as otherwise noted in these General specified. Conditions, the Contractor assumes all the risks and responsibilities arising out of any obstruction 02) The Work shall not be deemed to have reached encountered in the performance of the Work and any Completion until the Contractor has removed surplus traffic conditions, including traffic conditions on any materials, tools, construction machinery and highway or road giving access to the Working Area equipment. The Contractor shall also have removed caused by such obstructions,and the Contractor shall debris,other than that caused by the Owner,or others. jOPS General Conditions of Contract 27 l GC7.15 Warranty Performance of the Work, or where there is no j Substantial Performance certificate,12 months from the 01) The Contractor shall be responsible for the date of Completion of the Work as set out in the proper performance of the Work only to the extent that Completion Certificate or such longer periods as may the design and specifications permit such performance. be specked for certain materials or work. The Contract Administrator will promptly givethe Contractor 02) Subject to the previous paragraph the Contractor written notice of observed defects or deficiencies. shall correct promptly, at no additional cost to the Owner, defects or deficiencies in the Work which appear prior to and during the period of 12 months 03) The Contractor shall correct or pay for damage from the date of Substantial Performance of the Work, resulting from corrections made under the as set out in the Certificate of Substantial requirements of paragraph 02) of this subsection. OPS General Conditions of Contract 28 1 OPS General Conditions of Contract 29 SECTION GC8 MEASUREMENT AND PAYMENT August 1990 GC801 Measurement (b) in the case of a Major Item where the quantity of work performed and/or material supplied by GC801.01 Quantities the Contractor is less than 85% of the tender quantity,either party to the Contract may make 01) The Contract Administrator will make an estimate a written request to the other party to negotiate once a month, in writing, of the quantity of work a revised unit price for that portion of the Work performed. The first estimate will be the quantity of the performed and/or material supplied. The work performed since the Contractor commenced the negotiation shall be carried out as soon as Contract, and every subsequent estimate, except the reasonably possible. Any revision of the unit final one, will be of the quantity of work performed price shall be based on the actual cost of since the preceding estimate was made. The Contract performing the Work and/or supplying the Administrator will provide the copy of each estimate to material under the tender item plus a the Contractor within 10 days of the Cut-Off Date. reasonable allowance for profit and applicable overhead. Alternatively, where both parties 02) Such quantities forprogress paymerimshall be agree, an allowance equal to 10% of the unit construed and held to be approximate. The final price on the amount of the underrun which is , quantities for the issuance of the Completion Payment less than 85% of the tender quantity will be Certificate shall be based on the measurement of the paid. work completed. , GC8.02 Payment 03) Measurement of the quantities of the work will be either by Actual Field Measurement or by Plan Quantity GC8.0201 Price for Work principles as indicated in the Contract. Adjustments to Plan Quantity measurements will normally be made 01) Prices for the Work shall be full compensation using Plan Quantity principles but may, where for all labour, Equipment and Material,required in its appropriate, be made using Actual Field performance. The term "ail labour, Equipment and Measurements. Material"shall include Hand Tools,supplies and other incidentals. GC8.01.02 Variations in Tender Quantities 02) Payment for work not specificaily detailed as part of any one item and without specked details of 01) . Where it appears that the quantity of work to be payment will be deemed to be included in the items)) done and/or Material to be supplied by the Contractor with which it is associated. under;a unit price tender item will exceed or be less than the tender quantity, the Contractor shall proceed GC8.0202 Advance Payments for Material to do the work and/or supply the material required to complete the tender item and payment will be made for 01) The Owner will make advance payments for the actual amount of work done and/or materials material intended for incorporation in the Work upon supplied at the unit prices stated in the tender except the written request of the Contractor and according to as provided below: the following terms and conditions: (a) The Contractor shall, in advance of receipt of (a) In the case of a Major Item where the amount of the shipment of the material, arrange for work performed and/or material supplied by the adequate and proper storage facilities and Contractor exceeds the tender quantity by more notify the Contract Administrator of their than 1596,either party to the Contract may make location(s). a written request to the other party to negotiate a revised unit price for that portion of the Work (b) The value of aggregates, processed and performed and/or material supplied which stockpiled, shall be assessed by the following' exceeds 115% of the tender quantity. The procedure: negotiation shall be carried out as soon as reasonably possible. Any revision of the unit V) Sources Other Than Commercial price shall be based on the actual cost of doing the work and/or supplying the material under the (A) Granular'A', '13'and 'M' shall be tender item plus a reasonable allowance for assessed at the rate of 60% of profit and applicable overhead. the contract price. OPS General Conditions of Contract 30 (B) Coarse and fine aggregates for hot mix GC8.01.01, Quantities. asphaltic concrete,surface treatment and Portland cement concrete shall be 02) The progress Payment Certificate will show assessed at the rate of 25% of the contract price for each aggregate (a) the quantities of work performed; ' stockpiled. (b) the value of work performed; (i) Commercial Sources (c) the amount of statutory holdback,liens,owners ' Payment for separated coarse and. fine set-off; and aggregates will be considered, at the above rate, when such materials are (d) the amount due the Contractor. stockpiled at a commercial source where further processing is to be carried out 03) One copy of the progress Payment Certificate before incorporating such materials into a will be sent to the Contractor. final product. Advance payments for other materials located at a commercial 04) Payment will be made within 30 days of the Cut- source will not be made. off Date. (c) Payment for all other materials,unless otherwise ' specked elsewhere in the Contract, shall be GC8.02.03.02 Certification of Subcontract based on the invoice price, and the Contractor Completion shall submit proof of cost to the Contract Administrator before payment can be made by .01) Before the Work has reached the stage of the Owner. substantial performance,the Contractor may notify the Contract Administrator, in writing that a subcontract is (d) The payment for all materials shall be prorated completed satisfactorily and ask that the Contract ' against the appropriate tender item by paying for Administrator certify the completion of the subcontract. sufficient units of the item to cover the value of the material. Such payment shall not exceed 02) The Contract Administrator will issue a 80% of the Contract price for the item. Certificate of Subcontract Completion if the subcontract has been completed satisfactorily, and all required (e) All materials for which the Contractor wishes to inspection and testing of the works covered by the receive advance payment shall be placed in the subcontract have been carried out and the results are designated storage location immediately upon satisfactory. receipt of the material and shall thenceforth be held by the Contractor in trust for the Owner as 03) Within 7 days of the date the subcontract is collateral security for any monies advanced by certified complete the Contract Administrator will give ' the Owner and for the due completion of the a copy of the certificate to the Contractor and to the Work. The Contractor shall not exercise any act Subcontractor concerned. of ownership inconsistent with such security, or remove any material from the storage locations, ' except for inclusion in the Work, without the GC8.02.03.03 Subcontract Statutory Holdback consent,in writing,of the Contract Administrator. Refuse Certificate and Payment (f) Such materials shall remain at the risk of the 01) Following receipt of the Certificate of ' Contractor who shall be responsible for any Subcontract Completion, the Owner will release and loss,damage,theft,improper use or destruction pay the Contractor the statutory holdback retained in of the material however caused. respect of the subcontract. Such release shall be ' made after 45 days from the date the subcontract was certified complete and providing the Contractor GC8.02.03 Certification and Payment submits the following to the Contract Administrator. GC8.02.03.01 Progress Payment Certificate (a) a document satisfactory to the Contract 01) The value of the work performed and material Administrator that will release the Owner from supplied will be calculated once a month by the all further claims relating to the subcontract, Contract Administrator in accordance with the Contract qualified by stated exceptions such as Documents and the quantities described in clause holdback monies; OPS General Conditions of Contract 31 (b) evidence satisfactory to the Contract GC8.02.03.05, Substantial Performance Payment and Administrator that the Subcontractor has Statutory Holdback Release Payment Certfioates,shall discharged all Incurred liabilities in carrying out commence from the date of publication of the the subcontract; Certificate of Substantial Performance as provided for above. (c) a satisfactory clearance certificate or letter from the Workers'Compensation Board relating to the GC8.02.03.05 Substantial Performance subcontract; and Paymertt and Statutory Holdback , Release Payment Certiic ales (d) a copy of the contract between the Contractor and the Subcontractor and a satisfactory 01) When the Contract Administrator issues the statement showing the total amount due the Certificate of Substantial Performance the Contract Subcontractor from the Contractor. Administrator will also issue the Substantial Performance Payment Certificate and the Substantial 02) Paragraph(d)will only apply to Lump Sum items Performance Statutory Holdback Release Payment and then only when the Contract Administrator Certificate or where appropriate, a combined payment specifically requests ft. certificate. 03) Upon receipt of-the statutory holdback, the 02) The Substantial— Performances Payment Contractor shall forthwith give the Subcontractor the Certificate will show payment due under the subcontract. (a) the value of work performed to the date of 04) Release of statutory holdback by the Owner in Substantial Performance; respect of a subcontract shall not relieve the Contractor, or the Contractor's Surety, of any of their (b) the value of outstanding or incomplete work-, responsibilities. (c) the amount of the statutory holdback, allowing GC8.02.03.04 Certification of Substantial for any previous releases of statutory holdback Performance to the Contractor in respect of completed subcontracts and deliveries of pre-selected ' 01) Upon application by the Contractor and where equipment; the Contract has been substantially performed the Contract Administrator will issue a Certificate of (d) the amount of maintenance security required; ' Substantial Performance. and (2) The Contract Administrator will set out in the (e) the amount due the Contractor. Certificate of Substantial Performance the date on which the Contract was substantially performed and 03) The Substantial Performance Statutory within 7 days after signing the said certificate the Holdback Release Payment Certificate will be a Contract Administrator will provide •a copy to the payment certificate releasing to the Contractor the Contractor. statutory holdback due in respect of work performed up to the date of substantial performance. Payment of 03) Upon receipt.of a_copy of the:Certificate of . such statutory holdback shalt-be made after 45 days Substantial Performance,..the Contractor shall forthwith, from the date of publication-of the,Certificate of ' as required by Section.32(l) Paragraph 5 of the Substantial Performance°but subject totheprovisions Construction Lien Act, publish a copy of the certificate of the Construction Lien Act and the submission by the in a construction trade newspaper. Such publication Contractor of the following documents: shall include placement in the Daily Commercial News. (a) a release by the Contractor in a form 04) Where the Contractor fails to publish a copy of satisfactory to the Contract Administrator the Certificate of Substantial Performance as required releasing the Owner from all further claims above within 7 days after receiving a copy of the relating to the Contract, qualified by stated ' certificate signed by the Contract Administrator, the exceptions such as outstanding work or matters Owner may publish a copy of the certificate at the arising out of subsection GC3.14, Claims, Contractor's expense. Negotiations, Disputes; 05) Except as otherwise provided for in Section 31 (b) a statutory declaration in a form satisfactory to of the Construction Lien Act, the 45-day lien period the Contract Administrator that all liabilities prior to the release of holdback as referred to in clause incurred by the Contractor and the Contractor's OPS General Conditions of Contract 32 Subcontractors in carrying out the Contract have (b) a statutory declaration in a form satisfactory to been discharged except for statutory holdbacks the Contract Administrator that all liabilities properly retained; incurred by the Contractor and the Contractor's Subcontractors in carrying out the Contract (c) a satisfactory Certificate of Clearance from the have been discharged, qualified by stated ' Workers' Compensation Board; and exceptions where appropriate; and (d) proof of publication of the Certificate of (c) a satisfactory Certificate of Clearance from the Substantial Performance, Workers' Compensation Board. GC8.02.03.06 Certification of Completion GC8.02.03.08 Interest 01) Upon application by the Contractor, and when 01) Interest due the Contractor is based on simple the Contract reaches Completion, the Contract interest and is calculated using the applicable Rates of Administrator will issue a Completion Certificate. Interest. ' 02) The Contract Adminiistrator_will,set out in.the GC8.02.03.09 Interest for Late Payment - Completion Certificate the date on which the Work was completed and within 7 days of signing the said 01) When the Contractor has complied with the certificate the Contract Administrator will provide a requirements of the Contract and when payment by the copy to the Contractor. Owner to the Contractor for work performed, or for release of statutory holdback,is delayed by the Owner, GC8.0203.07 Completion Payment and then the Contractor shall be entitled to payment for Statutory Holdback Release Work performed at the Rate(s) of Interest from a date Payment Certificates or dates derived from the following: 01) When the Contract Administrator issues the ' Completion Certificate, the Contract Administrator will (a) Progress Payment: a date 30 days after the also issue the Completion Payment Certificate and the Cut-off Date; Statutory Holdback Release Payment Certificate or where appropriate, a combined payment certificate. (b) Subcontract Completion and Subcontract Statutory Holdback: a date 75 days after the 02) The Completion Payment Certificate will show date the subcontract is certified complete; (a) measurement and value of work at completion; (c) Substantial Performance and Statutory Holdback: a date 75 days after the date the (b) the amount of the further statutory holdback Certificate of Substantial Performance is based on the value of further work completed published; ' over and above the value of work completed shown in the Substantial Performance Payment (d) Completion and Holdback: a date 75 days Certificate referred to above; and after the date the Contract is certified complete. (c) the amount due the Contractor. GC8.0203.10 Interest for Negotiations and 03) The Completion Statutory Holdback Release Claims ' Payment Certificate will be a payment certificate 01) Except as hereinafter provided,where a notice releasing to the Contractor the further statutory of negotiation, notice of intent to claim and the holdback. Payment of such statutory holdback shall subsequent claims are submitted in accordance with be made after 45 days from the date of completion of the time limits and/or procedure described by the Work as established by the Completion Certificate subsection GC3.14,Negotiations,Claims,Disputes,the but subject to the provisions of the Construction Lien Owner will pay the Contractor the Rate(s)of Interest on Act and the submission by the Contractor of the the amount of the negotiated price for the work or on following documents: the amount of the settled claim. Such interest will not commence until 30 days after the satisfactory (a) a release by the Contractor in a form satisfactory completion of the work. to the Contract Administrator releasing the Owner from all further claims relating to the 02) Where the Contractor does not attempt to Contract, qualified by stated exceptions where resolve the negotiation or the claim, In an expeditious appropriate; manner, interest shall be negotiable. OPS General Conditions of Contract 33 03) Where the Contractor fails to give notice of a 'Cost of Material" means the cost of material claim within the time limit prescribed by subsection purchased, or supplied from stock, and valued at GC3.14, Negotiations, Claims, Disputes, interest shall current market prices, for the purpose of carrying out not be paid. extra work,by the Contractor,or by others when such arrangements have been made by the Contractor for 04) Where a Contractor fails to comply with the completing the Work, as shown by itemized invoices, 30-day time limit and the procedures prescribed by subsection GC3.14,Negotiations,Claims,Disputes,for "Payroll Burden" means the payments in respect of , submission of claims, interest shall not be paid for the Workers'compensation,vacation pay, unemployment delay period. insurance, public liability and property damage insurance, sickness and accident insurance, pension fund and such other welfare and benefit payments GC8.02-03.11 Ownees.Set-off forming part of the Contractor's normal tabour costs and shall include any cost or expense as the Contract 01) Pursuant to Section 12 of the Construction Lien Administrator may approve, which has been incurred , Act 1983 - Set-off by Trustee, the Owner may retain by the Contractor for travel, travel time, food, lodging from monies owing to the.Contractor under this or any or similar items. other contract an amount sufficient to cover any outstanding or disputed,aiabilities including.the cost to "Rented Equipment" means equipment•that is rented ' remedy deficiencies, the reduction in value of or leased for the special purpose of Work on a Time substandard portions of the Work,claims for damages and Material Basis from a person,firm or corporation by third parties which have not been determined in that is not an associate or affiliate of the lessee as writing by the Contractor's insurer, undetermined defined by the Securities Act, RSO 1980, Chapter 466, claims by the Owner under paragraph (a) of clause and is approved by the Contract Administrator. GC8.01.02, Variations in Tender Quantities, any assessment due the Workers' Compensation Board 'Operated Rented Equipment" means Rented and any monies to be paid to the workers in Equipment rented or leased for the special purpose of accordance with clause GC8.02.06, Payment of Work on a Time and Material Basis for which an Workers. operator is provided by the supplier of the equipment and for which the rent or lease includes the cost of the ' 02) Under these circumstances the Owner will give operator. the Contractor appropriate notice of such action. 'Road Work" means the preparation, construction, ' GC8.02.03.12 Delay in Payment finishing and construction maintenance of roads, streets, highways and parking lots and includes all 01) The Owner shall not be deemed to be in default work incidental thereto other than work on structures. of the Contract provided any delay in payment does not exceed 30 days from the normal due date. "Sewer and Watermain Work" means the preparation, construction,finishing and construction maintenance of sewer systems and watermain systems, and includes GC8.0204 Payment on a Time and Material all work incidental thereto other than work on ' Basis structures. GC8.02.04.01 Definitions "Standby Time"means any period of time which is not considered working time and which.together with the 01) For the purposes of this clause the following working time does not exceed 10 hours in any one definitions apply: working day and during which time a unit of equipment cannot practically be used on other work but must , "Cost of Labour" means the amount of wages, salary remain on the site in order to continue with its assigned and Payroll,Burden paid or incurred directly by the task and during which time the unit is in fully operable Contractor to or in respect of labour and supervision condition. actively and necessarily engaged on the Work based on the recorded time and hourly rates of pay for such "Structure Work means the construction, labour and supervision, but shall not include any reconstruction, repair, alteration, remodelling, payment.or, costs incurred .for.general supervision, renovation or demolition of any bridge,building,tunnel administration or management time spent on the entire or retaining wall and includes the preparation for and Work or any wages,salary or Payroll Burden for which the laying of the foundation of any bridge, building, the Contractor is compensated by any payment made tunnel or retaining wall and the installation of by the Owner for equipment. equipment and appurtenances incidental thereto. OPS General Conditions of Contract 34 t 'The 127 Rate" means the rate for a unit of equipment used on each Time and Material project at 120%of the ' as listed in OPSS 127, Schedule of Rental Rates for Cost of the Material up to$3,000,then at 115%of any Construction Equipment Including Model and portion of the Cost of Material in excess of$3,000. Specification Reference,which is current at the time the work is carried out or for equipment which is not so GC8.0204.06 Payment for Equipment ' listed, the rate which has been calculated by the Owner, using the same principles as used in GC8.0204.06.01 Working Tune determining the 127 Rates. 01) The Owner will pay the Contractor for the ' "Work on a Time and Material Basis' means Changes Working Time of all equipment other than Rented in the Work, Extra Work and Additional Work approved Equipment and Operated Rented Equipment used on by the Contract Administrator for payment on a time the Work on a Time and Material basis at the 127 Rates ' and material basis. The Work on a Time and Material with a cost adjustment as follows: Basis shall be subject to all the terms, conditions, specifications and provisions of the Contract. (a) Cost$10,000 or less- no adjustment; "Working Time" means each-period of time during (b) Cost greater than$10,000 but not exceeding which a unit of equipment-is actively,and of necessity $20,000 = payment $10;000 plus 901* of the engaged on a specific operation and the first 2 hours portion in excess of$10,000; and of each immediately following period during which the unit is not so engaged but during which the operation (c) Cost greater than$20,000 -$19,000 plus 80% is otherwise proceeding and during which time the unit of the portion in excess of$20,000. cannot practically be transferred to other work but must remain on the site in order to continue with its assigned 02) The Owner will pay the Contractor for the tasks and during which time the unit is in a fully Working Time of Rented Equipment used on the Work operable condition. on a Time and Material Basis at 110% of the invoice price approved by the Contract Administrator up to a GC8.02-04.02 Daily Work Records maximum of 1100%of the 127 Rate. This constraint will be waived when the Contract Administrator approves 01) Daily Work Records prepared as the case may the invoice price prior to the use of the Rented be by either the Contractor's representative or the Equipment. ' Contract Administrator and reporting the labour and equipment employed and the material used on each 03) The Owner will pay the Contractor for the Time and Material project, shall be reconciled and Working Time of Operated Rented Equipment use on signed each day by both the Contractor's the Work on a Time and Material Basis at 110%of the representative and the Contract Administrator.' Operated Rented Equipment invoice price approved by the Contract Administrator prior to the use of the GC8.0204.03 Payment for Work equipment on the work on a Time and Material Basis. ' 01) Payment as herein provided shall be full compensation for all labour, Equipment and Material to GC8.0204.06.02 Standby Tune do the work on a Time and Material basis except where there is agreement to the contrary prior to the 01) The Owner will pay the Contractor for Standby commencement of the work on a Time and Material Time of Equipment-at 35%of the 127 Rate or 35% of basis. The payment adjustments shall apply to each the invoice price whichever is appropriate. The Owner individual Change Order authorized by the Contract will pay reasonable costs for Rented Equipment where ' Administrator. this is necessarily retained in the Work Area for extended periods agreed to by the Contract GC8.02.04.04 Payment for Labour Administrator. This will include Rented Equipment ' intended for use on other work,but has been idled due 01) The Owner will pay the Contractor for labour to the circumstances giving rise to the Work on a Time employed on each Time and Material project at 135% and Material Basis of the Cost of Labour up to$3000,then at 120%of any portion of the Cost of Labour in excess of$3000. 02) In addition,,the Owner,will include'the Cost of Labour of operators or associated labourers who cannot be otherwise employed during the standby GC8'02.04'05 Payment for Material period or during the period of idleness caused by the circumstances giving rise to the Work on a Time and 01) The Owner will pay the Contractor for material Material Basis OPS General Conditions of Contract ) t 03) The Contract Administrator may require Rented Work. 35 i" Equipment idled by the circumstances giving rise to the Work on Time and Material Basis to be returned to 02). Separate summaries shall be completed by the the Lessor until the work requiring the equipment can Contractor according to the standard form "Summary , be resumed. The Owner will pay such costs as result for Payment of Accounts on a Time and Material directly from such return. Basis'. Each summary shall Include the order number and covering dates of the work and shall itemize , 04) When equipment is transported, solely for the separately labour, materials and equipment. invoices purpose of the Work on a Time and Material Basis,to for materials, Rented Equipment and other charges or.from.the Working Area on a Time and Material incurred by the Contractor on the Work on a Time and Basis, payment will be made by the Owner only in Material Basis shall be included with each summary. , respect of the transporting units. When equipment is,; moved under its own power it shall be deemed to be 03) Each month the Contract Administrator will working. The method of moving equipment and the include with the monthly progress payment certificate, rates shall be subject to the approval of the Contract the costs of the Work on a Time and Material Basis ' Administrator. incurred during the preceding month all in accordance with the contract administrative procedures and the Contractor's invoice of the Work on a Time and ' GC8.0204.07 Payment for Hand Tools Material Basis. 01) Notwithstanding any other provision of this 04) The final"Summary for Payment of Accounts on Section, no payment shall be made to the Contractor a Time and Material Basis" shall be submitted by the , for or in respect of hand tools or equipment that are Contractor within 60 days after the completion of the tools of the trade. work on a Time an Material Basis. GCB.02.04.08 Payment for Work By ' Subcontractors GC8.02.05 Final Acceptance Certificate 01) Where the Contractor arranges for work on a 01) After the acceptance of the Work the Contract ' Time and Material Basis, or a part of it, to be Administrator will issue the Final Acceptance Certificate, performed by Subcontractors on a Time and Material or, where applicable, after the Warranty Period has Basis and has received approval prior to the expired. The Final Acceptance Certificate will not be commencement of the work, in accordance with the issued until all known deficiencies have been adjusted ' requirements of subsection GC3.10,Subcontracting by or corrected, as the case may be, and the Contractor the Contractor, the Owner will pay the cost of work on has discharged all obligations under the Contract. a Time and Material Basis by the Subcontractor calculated as if the Contractor had done the work on a GC8.0206 Payment of Workers , Time and Material Basis, plus a markup calculated on the following basis: 01) The Contractor shall, in addition to any fringe benefits, pay the workers employed on the Work in , (a) 20% of the first$3,000; plus accordance with the labour conditions set out in the Contract and at intervals of not less than twice a (b) 15%of the amount from$3,000 to$10,000; plus month. (c) 5% of the amount in excess of$10,000. 02) The Contractor shall require each Subcontractor , doing any part of the Work to pay the workers 02) No further markup will be applied regardless of employed by the Subcontractor on the Work in the extent to which the work is assigned or sublet to accordance with this clause. ' others. If work is assigned or sublet to an associate, as defined by the Securities Act, RSO 1980, Chapter 03) Where any person employed by the Contractor 466, no markup whatsoever will be applied. or any Subcontractor or other person on the Work is paid less than the amount required to be paid under ' the Contract, the Owner may set off monies in GC8.02.04-og Submission of Invoices accordance with clause GC8.02.03.11,Owner's Set-off. 01) At the start of the work on a Time and Material Basis, the Contractor shall provide the applicable GC8.02.07 Records labour and equipment rates not already submitted to the Contract Administrator during the course of the 01) The Contractor shall maintain and keep 1 OPS General Conditions of Contract accurate Records relating to the Work, Changes in the fuels, materials and services, except for refundable Work, Extra Work and claims arising therefrom. Such taxes and duties, shall be Included in the Contract Records shall be of sufficient detail to support the total price. cost of the Work, Changes in the Work, and Extra Work. The Contractor shall preserve all such original ' Records until 12 months after the Final Acceptance 02) The Contractor shall pay all taxes, customs Certificate is issued or until all claims have been duties, and excise taxes on all fuels and materials with settled, whichever is longer. The Contractor shall respect to the Contract. Where applicable, the require that Subcontractors employed by the Contractor'shalt apply for any refunds of taxes and Contractor preserve all original Records pertaining to duties to the appropriate tax levying authority. the Work,changes in the work,Extra Work and claims arising therefrom for-a similar period of time. 03) Any increase or decrease In costs of materials 02) If, in the opinion of the Contract Administrator, and fuels incorporated into the Work due to changes Daily Work Records are required, such records shall in such taxes and duties after the date of the tender report the labour and equipment employed and the closing shall increase or decrease the Contract price ' material used on any specific portion of the Work. The accordingly. Both parties to the Contract shall assist Daily Work Records shall be reconciled with and the other in applying for refunds,where appropriate, by signed by the Contractor's representative each day. providing receipts, records or other help. ' 03) The Owner may inspect and audit the Contractor's Records relating to the Work, Extra Work and Changes in the Work at any time during the period ' of the Contract in accordance with paragraph 01) of GC8.02.09 Liquidated Damages this clause.The Contractor shall supply certified copies of any part of his Records required whenever requested by the Owner. 01) When liquidated damages are specified in the Contract and the Contractor fails to complete the Work GC8.02.08 Taxes and Duties in accordance with the Contract, the Contractor shall pay such amounts as are specified in the Contract 01) Taxes, customs duties and excise taxes on all Documents. OPS General Conditions of Contract