Loading...
HomeMy WebLinkAbout97-188 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW NUMBER 97- 188 Being a By-law to authorize a contract between Calder Hill Contracting, Thornhill, Ontario, for the Temperance Street, Wellington Street,Division Street Reconstruction,Bowmanville. 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 Calder Hill Contracting 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 15 day of September, 1997. By-law read a third time and finally passed this 15 day of September, 1997. Mayor a Clerk MUNICIPALITY OF "ring ton ONTARIO totten sims hubicki associates engineers architects and planners CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' TEMPERANCE STREET, WELLINGTON STREET, DIVISION STREET RECONSTRUCTION ' CONTRACT NO. CL97-16 JULY 1997 ' totten sims hubicki associates ' Engineers, Architects and Planners TSH No. 12-10663 AGREEMENT ' THIS AGREEMENT made in quintuplicate this 18th day of August , 1997 ' BETWEEN: CALDER HILL CONTRACTING LIMITED tof the Regional Municipality of York and Province of Ontario ' hereinafter called the "Contractor" ' THE PARTY OF THE FIRST PART t - and - ' the CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' hereinafter called the "Purchaser" ' THE PARTY OF THE SECOND PART WITNESSETH, that the party of the first part, for and in consideration of the payment or ' payments specified in the tender for this work hereby agrees to furnish all necessary machinery, tools, equipment, supplies, labour, and other means of construction and, to the satisfaction of the Engineer, to do all the work as described hereafter, furnish all the materials except as herein otherwise specified, and to ' complete such works in strict accordance with the plans, specifications and tender therefore, all of which are to be read herewith and form part of this present agreement as fully and completely to all intents and 1 purposes as though all the stipulations thereof have been embodied herein. ' Page 1 of 3 f DESCRIPTION OF THE WORK AND LIST OF DOCUMENTS f MUNICIPALITY OF CLARINGTON CONTRACT NO. CL97-16, Temperance Street, Wellington Street, Division Street Reconstruction ADDENDUM NO. 1 dated August 6, 1997 A. TENDER FORM. General Pages 1 and 2 Itemized Bid Pages 3 - 15 Bonds Schedule of Tender Data Page 17 B. INSTRUCTIONS TO TENDERERS Pages 1 to 5 C. SPECIAL PROVISIONS - GENERAL Pages 1 to 30 fD. SPECIAL PROVISIONS - TENDER ITEMS Pages 1 to 13 E. STANDARDS F. PLANS: Drawings No. 1-9, W-S-1 — W-S-4 G. STANDARD SPECIFICATIONS: the applicable edition of the following Ontario Provincial Standard Specifications and Region of Durham Specifications, Schedules `C' and `D' revised February 1997. OPSS No. Date OPSS No. Date OPSS No. Date OPSS No. Date 127 Current 314 Dec. 1993 407 Oct. 1989 506 May 1994 ' 128 Current 351 Sept. 1996 408 Oct. 1989 510 Oct. 1993 201 Feb. 1996 353 Sept. 1996 410 Dec. 1988 565 April 1988 206 Dec. 1993 405 Feb. 1990 501 Feb. 1996 570 Aug. 1990 f310 Mar. 1993 571 Aug. 1990 1. GENERAL CONDITIONS: OPS General Conditions of Contract (August 1990) fAll plans and specifications referred to in the tender documents. fThe Contractor further agrees that he will deliver the whole of the works completed in f accordance with this agreement on or before the expiration of forty-five (45) working days from the commencement date of Tuesday, September 2, 1997. IN CONSIDERATION WHEREOF said"party of the second part agrees to pay to the Contractor for all work done, the unit prices on the Tender. i ' Page 2 of 3 f 1 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 olfoRpip THE MAN in the presence of ) M, cleric Page 3 of 3 CONTRACT NO. CL97-16 MUNICIPALITY OF CLARINGTON ' TEMPERANCE STREET, WELLINGTON STREET, DIVISION STREET RECONSTRUCTION ADDENDUM NO. 1 Contractors are hereby notified of the following modifications to Contract No. CL97-16 SPECIAL PROVISIONS - TENDER ITEMS Page 12, Water Service Connections - Item 3.05.11, Part `D' The Contractor is advised that payment at the unit price bid under this Item shall include for locating water service connections from the east and west boulevards of Temperance Street (north of Wellington Street) which are presently connected to the Wellington Street watermain. These services shall be disconnected from the Wellington Street main and reconnected to the new main on Temperance Street North. Payment shall be made under the Contract Items appropriate to this work. ' The number of homes on Temperance Street North presently connected to the Wellington Street main is unknown. All tenders must be submitted on the basis of this modification. This Addendum shall remain attached to and form part of all tenders submitted. Totten Sims Hubicki Associates 513 Division Street, P.O. Box 910 Cobourg, Ontario. K9A 4W4 August 6, 1997 16370/15/2/C l i 1 PROJECT: TENDER FOR CONTRACT NO. CL97-16 TEMPERANCE STREET, WELLINGTON STREET, DIVISION STREET RECONSTRUCTION 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: CALDER HILL CONTRACTING LIMITED Name ' 8 CEDAR AVENUE THORNHILL, ONTARIO. L3T 3V9 Address (include Postal Code) 905-889-5004 905-889-6786 Telephone and Fax Numbers LUCY PROSPERO Name of Person Signing VICE-PRESIDENT Position of Person Signing TENDERS RECEIVED BY: Mrs. Patti Barrie, Clerk ' Corporation of the Municipality of Clarington Municipal Administration Centre 40 Temperance Street 1 BOWMANVILLE, Ontario. L1C 3A6 16296Alrl Page 1 of 17 pages TENDER CONTRACT NO. CL97-16 To: The Mayor and Members of Council Corporation of the Municipality of Clarington Re: Contract No. CL97-16, Temperance Street, Wellington Street, Division Street Reconstruction Dear Mayor and Members of Council: The Contractor has carefully examined the Plans, Provisions, Specifications and Conditions described herein as part of the work to be done under this Contract. The Contractor understands and accepts the said Plans, Provisions, Specifications and Conditions, and, for the prices set forth in this Tender, hereby offers to furnish all machinery, tools, apparatus and other means of construction, furnish all materials, except as otherwise specified in the Contract, and to complete the work in strict accordance with the said Plans, Provisions, Specifications and Conditions. The Contractor understands and accepts that the quantities shown are approximate only, and are subject to increase, decrease, or deletion entirely if found not to be required. Attached to this tender is a bid deposit in the amount specified in Clause 3 of the Instructions to Tenderers, made payable to the Authority. This cheque or bid bond shall constitute a deposit which shall be forfeited to the Authority if the successful Contractor fails to file with the Authority a 100% Performance Bond, and a 100% Labour and Material Payment Bond, satisfactory to the Authority within ten (10) calendar days 1 from the date of receipt of Notice of Acceptance of the Tender. Notification of acceptance may be given and delivery of the form of Agreement made by prepaid post, addressed to the Contractor at the address contained in this Tender. Page 2 of 17 pages ITEMIZED BID CONTRACT NO. CL97-16 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL97-16 for the following unit prices. Spec. No. - The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications SP - Refers to Special Provisions (P) - Plan Quantity Payment Item CD - Region of Durham Standard Specification Item Spec. Description of Item Unit I Quantity Unit Price Total No. No. PART A: MUNICIPALITY OF CLARINGTON INFRASTRUCTURE WORKS • Wellington Street and Storm Sewers Temperance Street and Storm Sewers 1. 201 Site Preparation LS $500.00 SP 2. 206 565 Earth Excavation(Grading) m3 2,620 10.00 26,200.00 SP (P) 3. 310 Hot Mix H.L.4 (Middle and t 750 45.00 33,750.00 SP Lower Binder) 4. 310 Hot Mix H.L.-3A t 20 80.00 1,600.00 SP (Entrances and Boulevards) 5. 314 Granular `A' t 1,800 12.00 21,600.00 SP 6. 314 Granular `B', Type 1 t 3,600 8.00 28,800.00 SP 7. 351 565 Concrete in Sidewalk m2 768 38.00 29,184.00 SP 8. SP Interlocking Brick Pavers a) Brick Pavers on Sand m2 23 60.00 1,380.00 and Granular "A" Base b) Brick Pavers on Sand m2 186 90.00 16,740.00 and Concrete Base 9. 353 Concrete Curb and Gutter (all m 570 32.00 18,240.00 SP types) 10. 405 150 mm dia. Perforated SP Corrugated Plastic Pipe in 501 9.00 4,509.00 1 Subdrains with Geotextile 11. 410 300 mm Dia. C.P. Storm SP Sewer, Class 3, including m 156 100.00 15,600.00 Excavation, Class B Bedding and Granular Backfill. Page 3 of 17 pages ITEMIZED BID CONTRACT NO. CL97-16 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL97-16 for the following unit prices. ' Item Spec. Description of Item Unit Quantity Unit Price Total No. No. 12 410 375 mm Dia. C.P. Storm SP Sewer, Class 65-D, including in 22 115.00 2,530.00 Excavation, Class B Bedding and Native Backfill. 13. 410 450 mm Dia. C.P. Storm SP Sewer, Class 65-D, including in 63 135.00 8,505.00 Excavation, Class B Bedding and Native Backfill. 14. 407 600 mm x 600 mm Pre-cast SP Catchbasins, Type "A" ea 11 1,200.00 13,200.00 (OPSD-705.010) ' 15. 407 600 mm x 600 mm Precast SP Ditch Inlet Catchbasin ea 1 1,250.00 1,250.00 (OPSD-705.030) 16. 407 1200 mm Precast Manholes SP (OPSD 701.030) ea 2 2,100.00 4,200.00 17. 408 Adjusting and Rebuilding Bell SP Chamber and Storm ea 3 600.00 1,800.00 Manholes 18. 314 Provisional Item SP Granular "B" Type 1 Backfill t 300 10.00 3,000.00 to Sewers 19. 501 Water for Compaction and m3 300 5.00 1,500.00 Dust Suppression 20. 506 Calcium Chloride Flake kg 2,450 0.70 1,715.00 21. SP Sawcutting of Asphalt in 80 2.50 200.00 22. 510 Removal of Sidewalk m2 554 6.00 3,324.00 SP 23. 510 Removal of Curb and Gutter in 375 6.00 2,250.00 SP 24. 570 Removal of Non-Reinforced 1112 1,900 3.00 5,700.00 SP Concrete Base 25. 510 Removal of Culverts and m 218 15.00 3,270.00 SP Sewers Page 4 of 17 pages ITEMIZED BID CONTRACT NO. CL97-16 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL97-16 for the following unit prices. Item Spec. Description of Item Unit Quantity Unit Price Total No. No. 26. 510 Removal of Manholes and SP Catchbasins ea 11 250.00 2,750.00 27. 570 571 Topsoil (Imported) and Sod m2 900 4.00 3,600.00 SP (Nursery, unstaked) 28. SP 100 mm Dia. Duct for Decorative Lighting m 160 40.00 6,400.00 TOTAL Part A - (carried forward to Summary Page) E$263,297.00 i 1 1 1 t 1 I I Page 5 of 17 pages ITEMIZED BID CONTRACT NO. CL97-16 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL97-16 for the following unit prices. Item Spec. Description of Item Unit I Quantity Unit Price Total No. No. PART B: REGION OF DURHAM INFRASTRUCTURE WORKS • Temperance Street Sanitary Sewer • Wellington Street Sanitary Sewer and Watermain Division Street Sanitary Sewer and Watermain SANITARY SEWERS AND APPURTENANCES 2.01.00 CD/SP Pipe .01 Manhole#14-179 to 14-49 m 90.5 130.00 11,765.00 .02 Manhole #14-174 to 14-49 m 25.4 140.00 3,556.00 .03 Manhole #14-176 to 14-49 m 87.4 140.00 12,236.00 .04 Manhole #14-49 to 14-175 m 17.5 130.00 2,275.00 .05 Manhole#14-176 to 14-43 m 48.5 130.00 6,305.00 .06 Manhole#14-43 to 14-177 m 11.5 140.00 1,610.00 ' .07 Manhole #14-177 to 14-178 m 3.0 160.00 480.00 .08 Manhole #14-180 to 14-43 m 55.2 110.00 6,072.00 2.02.00 CD/SP Extra Over Item 2.01.00 05 Abandoned Pipe Plugs ea 4 120.00 480.00 (Incl. Excavation) 2.03.00 CD/SP Service Connections .01 100 mm dia. m 210 90.00 18,900.00 02 150 mm dia. (Provisional) m 11 100.00 1,100.00 2.04.00 CD/SP Manholes .O1 Remove Existing Completely ea 2 500.00 1,000.00 07 Manhole #14-179 LS 2,900.00 Page 6 of 17 pages ITEMIZED BID CONTRACT NO. CL97-16 ' In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL97-16 for the following unit prices. Item Spec. Description of Item Unit Quantity Unit Price Total No. No. 08 Manhole #14-49 LS 2,900.00 09 Manhole #14-174 (Drop LS 3,300.00 Structure) .10 Manhole #14-176 LS 2,750.00 .11 Manhole #14-175 LS 2,750.00 .12 Manhole #14-43 LS 2,550.00 .13 Manhole #14-177 LS 2,500.00 .14 Manhole #14-178 LS 2,450.00 j .15 Manhole #14-180 LS 2,550.00 WATERMAIN AND APPURTENANCES ' 3.01.00 CD/SP Pipe .02 150 mm PVC m 5 210.00 1,050.00 ' .03 200 mm PVC m 273 110.00 30,030.00 3.02.00 CD/SP Extra over Item 3.01.00 .03 Abandoned Pipe Plugs ea 5 500.00 2,500.00 (Incl. Excavation) 04 Remove Existing Valve Box ea 1 300.00 300.00 3.03.00 CD/SP Valves 03 200 mm dia. Gate Valve and ea 7 700.00 4,900.00 Box 3.04.00 CD/SP Hydrants .02 New Hydrant with Storz ea 3 2,500.00 7,500.00 Pumper Nozzle Assembly .03 Temporary Flushing Hydrant ea 2 1,500.00 3,000.00 ' Page 7 of 17 pages ITEMIZED BID CONTRACT NO. CL97-16 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL97-16 for the following unit prices. Item Spec. Description of Item Unit Quantity Unit Price Total No. No. .05 Remove Existing Hydrant ea 2 400.00 800.00 (complete) 3.05.00 CD/SP Services .01 19 mm Main Stop ea 10 300.00 3,000.00 02 Provisional Item 25 mm Main Stop ea 2 320.00 640.00 .06 19 mm Curb Stop and Box ea 10 80.00 800.00 07 Provisional Item ea 2 110.00 220.00 25 mm Curb Stop and Box .11 19 mm Dia. Copper Pipe in 87 45.00 3,915.00 ' 12 Provisional Item 25 mm Dia. Copper Pipe m 10 65.00 650.00 3.06.01 CD/SP 19 mm Dia. Test Point ea 2 400.00 800.00 TOTAL Part B (carried forward to summary page) 150,534.00 e i Page 8 of 17 pages OITEMIZED BID CONTRACT NO. CL97-16 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL97-16 for the following unit prices. ' Item Spec. Description of Item Unit Quantity Unit Price Total No. No. PART C: MUNICIPALITY OF CLARINGTON 1997 CAPITAL WORKS Division Street and Storm Sewers 1. 201 Site Preparation LS 500.00 SP 2. 206 565 Earth Excavation (Grading) m3 320 10.00 3,200.00 SP (P) 3. 310 Hot Mix H.L.4 (Middle and t 60 45.00 2,700.00 SP Lower Binder) ' 4. 310 Hot Mix H.L.-3A t 10 80.00 800.00 SP (Entrances and Boulevards) 5. 314 Granular `A' t 300 12.00 3,600.00 SP 6. 314 Granular `B', Type 1 t 350 8.00 2,800.00 SP 7. 351 565 Concrete in Sidewalk m2 198 38.00 7,524.00 SP 8. SP Interlocking Brick Pavers on 2,160.00 Sand and Concrete Base m2 24 90.00 9. 353 Concrete Curb and Gutter (all m 115 32.00 3,680.00 SP types) 10. 405 150 mm dia. Perforated 558.00 SP Corrugated Plastic Pipe m 62 9.00 LSubdrains with Geotextile 11. 410 300 mm Dia. C.P. Storm 8,650.00 SP Sewer, Class 3, including m 86.5 100.00 Excavation, Class B Bedding and Native Backfill. 12. 407 600 mm x 600 mm Pre-cast 6,000.00 SP Catchbasins, Type "A" ea 5 1,200.00 (OPSD-705.010) 13. 407 1200 mm Precast Manholes 29200.00 SP (OPSD 701.030) ea 1 2,200.00 14 314 Provisional Item 1,000.00 SP Granular "B" Type 1 Backfill t 100 10.00 to Sewers 15 501 Water for Compaction and m3 30 5.00 150.00 Dust Suppression Page 9 of 17 pages i ITEMIZED BID CONTRACT NO. CL97-16 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL97-16 for the following unit prices. ' Item Spec. Description of Item Unit Quantity Unit Price Total No. No. 16 506 Calcium Chloride Flake kg 370 0.70 259.00 17 SP Sawcutting of Asphalt m 20 2.50 50.00 18. 510 Removal of Sidewalk m 2 168 6.00 0 1,008.00 SP 19. 510 Removal of Curb and Gutter m 110 6.00 660.00 SP ' 20. 510 Removal of Culverts and m 55 15.00 825.00 Sewers 21. 510 Removal of Manholes and 400.00 SP Catchbasins ea 2 200.00 22. 570 571 Topsoil (Imported) and Sod m2 50 4.00 200.00 SP (Nursery, unstaked) 23. SP 100 mm Dia. Duct for m 100 40.00 4,000.00 Decorative Lighting Total Part C (carried to Summary page) 52,924.00 Page 10 of 17 pages ITEMIZED BID CONTRACT NO. CL97-16 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL97-16 for the following unit prices. ' Item Spec. Description of Item Unit Quantity Unit Price Total No. No. PART D: REGION OF DURHAM LOT LEVY WORKS Temperance Street Watermain 3.01.00 CD/SP Pipe .03 200 mm PVC m 128 120.00 15,360.00 3.03.00 CD/SP Valves .03 200 mm dia. Gate Valve and ea 2 700.00 1,400.00 Box 3.04.00 CD/SP Hydrants .02 New Hydrant with Storz ea 1 2,500.00 2,500.00 Pumper Nozzle Assembly .03 Temporary Flushing Hydrant ea 1 1,500.00 1,500.00 ' 3.05.00 CD/SP Services .01 19 nun Main Stop ea 2 300.00 600.00 .02 Provisional Item ea 1 320.00 320.00 25 mm Main Stop 05 50 mm Main Stop ea I 500.00 500.00 .06 19 mm Curb Stop and Box ea 2 80.00 160.00 07 Provisional Item ea 1 110.00 110.00 25 mm Curb Stop and Box .10 50 mm Curb Stop and Box ea 1 350.00 350.00 r .11 19 mm Dia. Copper Pipe m 20 45.00 900.00 12 Provisional Item 910.00 25 mm Dia. Copper Pipe m 14 65.00 .15 50 mm Dia. Copper Pipe m 14 85.00 1,190.00 3.06.01 CD/SP 19 mm Dia. Test Point ea 1 400.00 400.00 TOTAL Part D (carried forward to Summary Page) 26,200.00 Page 11 of 17 pages ITEMIZED BID CONTRACT NO. CL97-16 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL97-16 for the following unit prices. eItem Spec. Description of Item Unit I Quantity I Unit Price Total No. No. ' PART E - PRIVATE WORKS • Sewer and Water Connections to Jourdan-at-Clarington Development Site ' SANITARY SEWERS 2.03.00 CD/SP Service Connections .04 200 mm dia. m 12.5 110.00 1,375.00 WATERMAIN AND APPURTENANCES ' 3.01.00 CD/SP Pipe .02 150 mm PVC m 6 150.00 900.00 3.03.00 CD/SP Valves .02 150 mm dia. Gate Valve and ea 1 500.00 500.00 Box 3.05.00 CD/SP Services ' 50 mm Main Stop ea 1 500.00 500.00 .06 50 mm Curb Stop and Box ea 1 350.00 350.00 a .11 50 mm Dia. Copper Pipe m 6 140.00 840.00 ' STORM SEWER 1. 410 300 mm dia. CP storm sewer ' SP Class 3, including excavation, m 9 120.00 1,080.00 Class B bedding and Native Backfill. TOTAL Part E - (carried forward to Summary Page) 5,545.00 Page 12 of 17 pages ITEMIZED BID CONTRACT NO. CL97-16 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL97-16 for the following unit prices. aItem Spec. Description of Item Unit Quantity Unit Price Total No. No. SECTION 4 - GENERAL ITEMS 4.02.01 SP One Hundred Percent (100%) 11,000.00 Performance and Guarantee LS Maintenance Bond, Liability Insurance and Labour and Material Payment Bond 4.03.01 SP Mobilization and LS 4,800.00 ' Demobilization TOTAL Section 4 - (carried forward to Summary Page) 15,800.00 SECTION 5 - CONTINGENCIES 1. Stone Below Pipe Bedding .2 3.75 in to 5.25 in m3 $48.00 ' .3 5.25 in to 6.75 in m3 53.00 .4 6.75 in to 8.25 in m3 63.00 .5 8.25 in to 9.75 in m3 75.00 t2. Extra Excavation in Trenches 1 0.00 in to 3.75 in m3 12.00 .2 3.75 in to 5.25 in m3 15.00 .3 5.25 in to 6.75 in m3 21.00 ' .4 6.75 in to 8.25 in m3 31.00 .5 8.25 in to 9.75 in m3 42.00 3. Labour Rates (all inclusive) .1 Foreman (including Truck) hr 61.00 .2 Common labour hr 42.00 .3 Skilled Labour hr 45.00 .4 Truck Driver hr 45.00 .5 Heavy Equipment Operator hr 47.00 .6 Carpenter hr 46.00 Page 13 of 17 pages ITEMIZED BID CONTRACT NO. CL97-16 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL97-16 for the following unit prices. Item Spec. Description of Item Unit Quantity Unit Price Total No. No. 4. Located WS or Main Valve Box l Total Exposure ea 250.00 .2 Partial Exposure ea 200.00 5. WS Box - Extra Over Item 4 .1 New No. 9 Water Service ea 140.00 t .2 New Rod Only (Stainless) ea 57.00 .3 New Lid Only ea 35.00 .4 Rethreading only ea 50.00 .5 150 mm Extension ea 34.00 .6 300 mm Extension ea 38.00 .7 450 mm Extension ea 45.00 .8 600 mm Extension ea 50.00 r6. Modify Exist. Main Valve Box 1 Cut off threaded portion ea 110.00 .2 New lid ea 40.00 .3 New Top Section ea 110.00 .4 New extension Section ea 120.00 .5 New Bottom Section ea 200.00 ' .6 New Box Complete ea 310.00 .7 Trench Rock Excavation m3 180.00 TOTAL - Section 5 (carried forward to Summary Page) $20,000.00 ' Page 14 of 17 pages ITEMIZED BID CONTRACT NO. CL97-16 ' In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL97-16 for the following unit prices. Item Spec. Description of Item Unit I Quantity I Unit Price Total No. No. e SUMMARY: Total PART `A' 263,297.00 Total PART `B' 150,534.00 Total PART `C' 52,924.00 Total PART `D' 26,200.00 Total PART IF 5,545.00 Total SECTION 4 - GENERAL ITEMS 15,800.00 TOTAL SECTION 5 - CONTINGENCIES $20,000.00 Total (excluding GST) 534,300.00 GST (7% of Total) 37,401.00 ' TOTAL TENDER AMOUNT $571,70100 Tenderer's GST Registration No. R1007 28450 ' Page 15 of 17 pages AGREEMENT TO BOND (to be completed by Bonding Company) CONTRACT NO. CL97-16 3330-29-97 WE, the Undersigned, HEREBY AGREE to become bound as Surety for CALDER HILL CONTRACTING 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. CL97-16 is accepted by the Authority. IT IS A CONDITION of this Agreement that if the above mentioned Tender is accepted, application for a Performance Bond and a Labour and Material Payment Bond must be made to the Undersigned within TEN (10) DAYS of Notice of Contract Award, otherwise the Agreement shall be null and void. DATED AT Downsview. Ontario this 11th day of August 1997. Canadian General Insurance Company Name of Bonding Company Halliki Alas Signature of Authorized Person Signing for Bonding Company ' (BONDING COMPANY SEAL) Attorney-in-fact Position (This Form shall be completed and attached to the Tender Submitted). Page 16 of 17 pages SCHEDULE OF TENDER DATA CONTRACT NO. CL97-16 ' 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 - 15 Agreement to Bond Page 16 Schedule of Tender Data Page 17 B. INSTRUCTIONS TO TENDERERS Pages 1 to 5 ' C. SPECIAL PROVISIONS - GENERAL Pages 1 to 30 D. SPECIAL PROVISIONS - TENDER ITEMS Pages 1 to 13 E. STANDARDS ' F. PLANS: Drawings No. 1-9, W-S-1 — W-S-4 G. STANDARD SPECIFICATIONS: iIt shall be the Contractor's responsibility to obtain the applicable edition of the following Ontario Provincial Standard Specifications and Region of Durham Specifications, Schedules `C' and `D' revised February 1997. OPSS No. Date OPSS No. Date OPSS No. Date OPSS No. Date 127 Current 314 Dec. 1993 407 Oct. 1989 506 May 1994 128 Current 351 Sept. 1996 408 Oct. 1989 510 Oct. 1993 ' 201 Feb. 1996 353 Sept. 1996 410 Dec. 1988 565 April 1988 206 Dec. 1993 405 Feb. 1990 501 Feb. 1996 570 Aug. 1990 310 Mar. 1993 571 Aug. 1990 ' I. GENERAL CONDITIONS: OPS General Conditions of Contract (August 1990) ' The Contractor, by this Tender, offers to complete the work of this Contract in strict accordance with the terms contained herein. By my/our signature hereunder, I/we hereby identify this as the Schedule of Tender Data, Plans and Specifications, for Contract No. CL97-16, executed by me/us bearing date the 11th day of August 1997. ' SIGNATURE POSITION: Vice-P sident (COMPANY SEAL) NAME OF FIRM: CALDER HILL CONTRACTING LIMITED ' This is Page 17 of 17 Pages to be submitted as the Tender Submission for Contract No. CL97-16. CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL97-16 1 INSTRUCTIONS TO TENDERERS ' 16297/15/2/C INDEX ' INSTRUCTIONS TO TENDERERS eCONTRACT NO. CL97-16 CLAUSE SUBJECT PAGE 1. GENERAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 2. BLANK FORM OF TENDER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 3. TENDER DEPOSITS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 4. BONDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 5. RIGHT TO ACCEPT OR REJECT TENDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ' 6. UNACCEPTABLE TENDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 7. ABILITY AND EXPERIENCE OF TENDERER . . . . . . . . . . . . . . . . . . . . . . . . . . 2 8. PROVINCIAL SALES TAX . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ' 9. GOODS AND SERVICES TAX (GST) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 10. EXECUTE CONTRACT DOCUMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 11. COMMENCEMENT OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 ' 12. LOCATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 13. SOILS INFORMATION AND CROSS-SECTIONS . . . . . . . . . . . . . . . . . . . . . . . . . 3 14. TENDERERS TO INVESTIGATE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 15. INQUIRIES DURING TENDERING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 16. AWARD OF THE CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 17. DEFINITION OF OWNER/AUTHORITY AND ENGINEER/CONTRACT ADMINISTRATOR . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ' 18. ADDENDA . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 19. UTILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 20. PRE-CONSTRUCTION SURVEY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 ' 21. CANADA ONTARIO INFRASTRUCTURE WORKS PROGRAMME . . . . . . . . . . . . . 5 22. DEFINITION OF CONTRACT PARTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 PAGE ONE INSTRUCTIONS TO TENDERERS CONTRACT NO. CL97-16 1. GENERAL SEALED Tenders plainly marked "Contract No. CL97-16" will be received until: 2:00 P.M., LOCAL TIME, MONDAY, AUGUST 11, 1997 and shall be addressed to: Ms. Patti Barrie, Clerk Corporation of the Municipality of Clarington Municipal Administration Centre 40 Temperance Street IBowmanville, Ontario. L1C 3A6 2. BLANK FORM OF TENDER One copy of the Tender, on the forms provided, shall be submitted. All information requested shall be shown in the tender, in the space provided. 3. TENDER DEPOSITS All tenders shall be accompanied by a certified cheque or a bid bond issued by a surety approved by and in a form containing terms satisfactory to the Municipality's Treasurer, in the minimum amount defined below, made payable to the Authority, as a guarantee for the execution of the Contract. Total Tender Amount! Minimum Deposet Required $ 20,000.00 or less $1,000.00 20,000.01 to 50,000.00 2,000.00 50,000.01 to 100,000.00 5,000.00 100,000.01 to 250,000.00 10,000.00 250,000.01 to 500,000.00 25,000.00 ' 500,000.01 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 1 All deposits will be returned within ten days after the Tenders have been opened except those P Y P P which the Authority elects to retain until the successful tenderer has executed the Contract ' Documents. INSTRUCTIONS TO TENDERERS CONTRACT NO. CL17-16 2. eThe retained tender deposits will be returned when the successful Tenderer has fully complied with the conditions outlined in the Contract Documents. 4. BONDS The Contractor is required to provide a Performance Bond, and a Labour and Material Payment Bond, each in an amount equal to 100 percent of the Total Tender Amount, to guarantee his faithful performance of this Contract and his fulfilment of all obligations in respect of maintenance and payment for labour and materials used on this work. Each Bond shall be with a satisfactory Guarantee Surety Company, resident in Canada or authorized to carry on business in Canada. 5. RIGHT TO ACCEPT OR REJECT TENDERS The Authority reserves the right to reject any or all tenders or to accept any tender should it be deemed to be in its best interest to do so. Tenders which are incomplete, conditional or obscure, or which contain additions not called for, erasures, alterations, or irregularities of any kind, may be rejected as informal. Tenders will not be accepted unless submitted in the envelopes provided. 6. UNACCEPTABLE TENDERS Each item in the Tender Form shall include a reasonable price for such item. Under no circumstances will an unbalanced tender be considered. The Authority and the Contract Administrator will be the sole judge of such matters, and should any tender be considered to be unbalanced, then it will be rejected by the Authority. 7. ABILITY AND EXPERIENCE OF TENDERER The Authority reserves the right to reject any tender where satisfactory evidence of sufficient capital, plant and experience to successfully prosecute and complete the work in the specified time, is not furnished by the Tenderer. ' 8. PROVINCIAL SALES TAX Provincial Retail Sales Tax shall be included in tendered prices for material supplied under this Contract. INSTRUCTIONS TO TENDERERS ' CONTRACT NO. CL97-16 3. 9. GOODS AND SERVICES TAX (GST) The Tenderer shall NOT include any amount in his tender unit prices for the Goods and Services Tax. The GST will be shown on each payment certificate and will be paid to the Contractor in addition to the amount certified for payment and will therefore not affect the Contract unit prices. 10. EXECUTE CONTRACT DOCUMENTS Tenders shall be open for acceptance for a period of 30 days after the closing date. After this time the tender may only be accepted with the consent of the successful Tenderer. The successful Tenderer shall execute the Contract Documents and furnish the required bonds within 10 calendar days of receipt of notification of Acceptance of Tender. Failure by the successful Tenderer to meet the above requirements will entitle the Authority to cancel the award of the Contract and to retain the tender deposit as compensation for damages sustained due to the successful Tenderer's default. The Authority may then award the Contract to one of the other Tenderers or take such other action as it chooses. r11. COMMENCEMENT OF WORK 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. 1 12. LOCATION The work is located on Temperance Street from Church Street to Wellington Street, on Wellington Street from Temperance Street to Division Street and on Division Street from 65 in south of Wellington Street to Wellington Street, Bowmanville. 13. SOILS INFORMATION AND CROSS-SECTIONS ' Where a foundation investigation has been undertaken on behalf of the Authority, the report and other findings will be available for review at the office of the Contract Administrator. The information provided is for guidance only and is not guaranteed by the Authority. A copy of ' the Soils Report is attached to these documents for the Contractor's assistance. Design cross-sections may also be viewed for information purposes at the same location. i INSTRUCTIONS TO TENDERERS CONTRACT NO, CL97-11 4. e 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. 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. AWARD OF THE CONTRACT The award of this Contract is subject to the approval of the Regional Municipality of Durham and the Ministry of Municipal Affairs. 17. DEFINITION OF OWNER/AUTHORITY AND ENGINEER/CONTRACT ADMINISTRATOR e 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. 18. ADDENDA 1 The Contractor shall ensure that all addenda issued during the tendering period are attached as part of the submitted bid. Failure to do so will result in disqualification of the bid. INSTRUCTIONS TO TENDERERS CONTRACT NO. CL97-16 5. 19. UTILITIES ' Plans illustrating proposals for the relocation of utilities are available for inspection at the office of the Contract Administrator. For additional information regarding existing utilities the Contractor may contact the following personnel: Clarington Hydro: Mr. Ken Li, P.Eng. Consumers Gas: Mr. Cliff Clark Tel: 905-623-4451 Tel: 905-668-9341 Bell Canada: Ms. Wendy Martin Cable TV: Mr. Bernie Visser Tel: 905-433-3632 Tel: 905-579-1601 20. PRE-CONSTRUCTION SURVEY The Contractor shall include in his bid for the undertaking a pre-construction survey of all properties within the construction limits. This work shall be performed by a qualified Consultant approved by the Contract Administrator and the survey must be completed prior to commencement of construction. Four copies of a detailed report complete with field records and photographs shall be made available to the Contract Administrator one week prior to commencement of construction. 21. CANADA ONTARIO INFRASTRUCTURE WORKS PROGRAMME Under the requirements of the Canada-Ontario Infrastructure Works Programme, the Contractor ' is required to document to the Contract Administrator the actual number of person-weeks of work generated by the Contract on completion of construction. Each part of the works funded under Infrastructure will be treated separately for the purposes of calculating the number of person-weeks generated. 22. DEFINITION OF CONTRACT PARTS The Contract is divided into five parts to coincide with the different methods of funding available: Part A: Municipality of Clarington Infrastructure Works ' This part consists of roadworks and storm sewer construction on Wellington Street and Temperance Street. The works on Wellington Street will include construction on Division Street to ends of radii. INSTRUCTIONS TO TENDERERS ' CONTRACT NO. CL97-16 6. Part B: Region of Durham Infrastructure Works This part includes watermain and sanitary sewer on Wellington Street and Division Street and sanitary sewer works only on Temperance Street. Part C: Municipality of Clarington 1977 Capital Works This part consists of roadworks and storm sewer on Division Street from 65 m south of Wellington Street to end of radii off Wellington Street. Part D: Region of Durham Lot Levy Works ' This part consists of new watermain on Temperance Street from main on Church Street to main on Wellington Street including replacement of existing service connections. Part E: Private Works This part consists of water, sanitary and storm sewer connections constructed to street line for the Jourdan-at-Clarington apartment complex. The Contractor is advised that availability of funding will determine if all parts of the contract will proceed to construction. The Contractor will have no claim for compensation due to ' deletion of any part of the Contract. CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL97-16 e i iSPECIAL PROVISIONS - GENERAL 16298/1512/C INDEX SPECIAL PROVISIONS-GENERAL CONTRACT NO. CL97-16 CLAUSE SUBJECT PAGE r1. PLAN QUANTITY ITEMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 2. GUARANTEED MAINTENANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 3. CONTRACT TIME AND LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I 4. CONTRACTOR'S AUTHORIZED REPRESENTATIVE 2 5. OPS GENERAL CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 6. REVISION TO OPS GENERAL CONDITIONS : . . . . : . . : . . . . : . . . . . . . . . . . . . . . . . : 3 7. LAYOUT . . . . . . . . . . . . 3 8. LABOUR CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 9. RESTRICTIONS ON OPEN BURNING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 ' 10. SUPPLY OF MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 11. PAYMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 12. UTILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 ' 13. HAUL ROADS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 14. DUST CONTROL 9 15. TRAFFIC CONTROL, FLAGGING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 16. CONTRACTOR'S SUPPLY OF CONSTRUCTION SIGNS 10 17. CONSTRUCTION SEQUENCE AND MAINTENANCE OF TRAFFIC . 11 18. EMERGENCY AND MAINTENANCE MEASURES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 e 19. ENGINEERING FIELD OFFICE . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . : . 12 20. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL . 13 21. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 - DESIGNATED SUBSTANCES . . . . . . . 14 ' 22. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM (WHMIS) . . . . . . . . . . . . 15 23. SPILLS REPORTING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 24. TRAFFIC AND STREET SIGNS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 25. GARBAGE COLLECTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 26. ASPHALT MIX DESIGNS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 27. CONCRETE MIX DESIGNS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 28. APPLICABLE STANDARD SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 29. AMENDMENT TO OPSS 353 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 30. AMENDMENT TO OPSS 102 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 31. AMENDMENT TO OPSS 570 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20 32. AMENDMENT TO OPSS 1820; CONCRETE PIPE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20 33. DELIVERY OF TEST SAMPLES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 34. PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED SPACES . . . 21 ' 35. CONFINED SPACE ENTRY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 36. COMPLIANCE WITH THE OCCUPATIONAL HEALTH AND SAFETY ACT . 22 37. GOVERNMENTAL REQUIREMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 ' 38. ENGINEERING ARBITRATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 39. ENTRY ONTO PRIVATE PROPERTY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 40. STORAGE AREAS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 41. GENERAL LIABILITY INSURANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 42. CONSTRUCTION LIEN ACT . 24 43. PROPERTY OWNER'S RELEASE OF PRIVATELY OWNED LAND USED BY THE CONTRACTOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 PAGE ONE SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-16 1. PLAN Q UANTITY ITEMS Measurement for payment of the items designated (P) in the itemized bid is by plan quantity, as may be revised by adjusted plan quantity. ' 2. GUARANTEED MAINTENANCE ' Section GC7.15.02 of the General Conditions is revised in that the Contractor shall guarantee and maintain the entire work called for under this Contract for a period of twenty-four (24) months. The Contractor shall make good in a permanent manner, satisfactory to the Authority, any and all defects or deficiencies in the work, both during the construction and during the period of maintenance as aforesaid. The Contractor shall commence repairs on any work identified as defective under this clause within 48 hours of receipt of notice from the Authority or the Contract Administrator. The decision of the Authority and the Contract Administrator shall be final as to the necessity for repairs or for any work to be done under this Section. 3. CONTRACT TIME AND LIQUIDATED DAMAGES (1) Time Time shall be the essence of this contract. For purposes of this Contract, GC1.04 of the General Conditions is revised, in that Contract Time means the time stipulated herein for Completion of the Work as defined in Clause GC1.06. (2) Progress of the Work and Contract Time The charging of working days shall commence on Tuesday, September 2, 1997 and the Contractor shall diligently prosecute the work on this contract to completion on or before ' the expiration of forty-five (45) 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. SPECIAL PROVISIONS - GENERAL ' CONTRACT NO. CL97-16 2. ' Working days shall be charged until the date of completion of the work as set out in the Certificate of Completion issued in accordance with GC8.02.03.06. (3) Working Day ' Working Day as defined in GC1.04 is modified by the addition of the following under Paragraph (a): ' 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) e as liquidated damages for each and every calendar day's delay in achieving completion of the work in excess of the number of working days prescribed. It is agreed that this amount is an estimate of the actual loss or damage to the Authority which will accrue during the period in excess of the prescribed number of working days. The Authority may deduct any amount under this paragraph from any moneys that may be due or payable to the Contractor on any account whatsoever. The liquidated damages payable under this paragraph are in addition to and without prejudice to any other remedy, action or other alternative that may be available to the Authority. 4. CONTRACTOR'S AUTHORIZED REPRESENTATIVE Authorized representative as referenced in GC7.01.07 is defined as an employee of the Contractor. i5. OPS GENERAL CONDITIONS SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-16 3. Wherever in this Contract reference is made to the General Conditions, it shall be interpreted as meaning the OPS General Conditions of Contract, August 1990. 6. REVISION TO OPS GENERAL CONDITIONS Payment on a Time and Material Basis: ' Section GC8.02.04.01, Definitions, is hereby revised by the addition of the following under "Payroll Burden": Payment in respect of payroll burden shall be made at the following rates currently in effect: (i) Road Work - 26 percent of the wages and salary portion of the labour costs. (ii) Structure Work - 30 percent of the wages and salary portion of the labour costs. 7. LAYOUT ' Section GC7.02, Layout, is hereby revised by the deletion of Parts 03), 04), 05), and 06), and by the addition of the following: ' The Contract Administrator shall lay out and establish the primary alignment and grade controls necessary for construction. The Contractor shall provide the Contract Administrator with sufficient advance notice of his requirements to permit appropriate scheduling of the layout work. The layout performed by the Contract Administrator shall be sufficient to permit construction of ' the work by the Contractor in compliance with the Contract Documents, but shall not relieve the Contractor of his responsibility for the provision of qualified personnel and normal tools of the trade, as necessary for the transfer or setting of the secondary lines and grades from the primary controls provided. Tools of the trade are interpreted to include but not necessarily be limited to hand and line levels, boning rods, tape measures, lasers, etc. ' 8. LABOUR CONDITIONS General This Special Provision is to be read in conjunction with Section GC8.02.06, Payment of Workers, of the General Conditions of the Contract and is subject to The Industrial Standards ' Act, The Employment Standards Act, 1980 and the regulations made thereunder. The wage rates set out in the Roads and Structures Fair Wage Schedule are subject to change periodically. Any increase in costs incurred by a change in the wage rates shall be borne by the Contractor. SPECIAL PROVISIONS - GENERAL eCONTRACT NO. CL97-16 4. Definitions ' For the purposes of this Special Provision, (a) "regular rate" means, (i) the hourly rate paid to an employee for their normal non-overtime work week, or; (ii) in the case of an employee to whom sub-clause (i) does not apply, the amount obtained by dividing their total earnings for the week by the number of hours they worked in the week. (b) "work on roads" means the preparation, construction, finishing and construction maintenance of roads, streets, highways and parking lots and includes all work incidental thereto other than work on structures; and; (c) "work on structures" means the construction, reconstruction, repair, alteration, remodelling, renovation or demolition of any bridge, tunnel or retaining wall and includes the preparation ' for and the laying of the foundation of any bridge; tunnel or retaining wall and the installation of equipment and appurtenances incidental thereto; provided, however, that the Minister of Labour, Ontario may at his/her sole discretion determine whether any particular work is to be classified as work on roads or as work on structures and such decision may be made notwithstanding the definitions herein contained. tHours 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 e of the hours of work in excess of 55 hours a week which together with the hours worked in the preceding week do not exceed 55 hours in that preceding week. But, in no case shall the number of hours that can be included in the hours of work for that preceding week exceed 22 hours. ' The regular work week for a person employed on work on structures being done under this Contract or any other Contract subject to these or similar labour conditions shall not exceed 50 hours and all time worked by such person in excess of 50 hours a week shall be overtime except that part of the hours of work in excess of 50 hours a week which, together with the hours worked in the preceding week do not exceed 50 hours in that preceding week. But, in no case shall the number of hours that can be included in the hours of work for that preceding week exceed 22 hours. Every person employed by the Contractor or a sub-contractor or other person to do any part of the work contemplated by this Contract shall be paid while employed on such work at not less than the wage rate set out in the Roads and Structures Fair Wage Schedule for the appropriate classification of such work or not less than such other wage rates as, during the continuance of SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-16 5. the work, are fixed by the Minister of Labour, Ontario, for hours of work that are not overtime and shall be paid one and one half times his/her regular rate for all hours of work that are overtime. Notwithstanding that a Contractor pays wages in excess of the wage rates set out in the Roads and Structures Fair Wage Schedule, he shall not, in computing overtime wages payable to an employee, set off against such overtime wages any part of the wages earned by the employee in respect of their regular work period. ' Where a person is working on more than one Contract that is subject to these conditions, including any municipal Contract that contains similar labour conditions, the regular work week and the entitlement to overtime for that person shall be based upon the total hours worked on all such Contracts and if, on this basis, overtime is worked on this Contract the Contractor shall pay such person at the overtime rate and no waiver by that person of this entitlement to overtime wages and no interposition of a third party by way of an employment agency or as the nominal ' employer of that person shall relieve the Contractor of his/her obligation to pay that person the overtime wages. ' Decisions by Minister of Labour Where there is no appropriate classification set out in the Roads and Structures Fair Wage Schedule for any particular class of work, the Minister of Labour, Ontario, may designate or establish the appropriate classification and the wage rate. ' The Contractor, upon receipt of notice of any decision of the Minister of Labour, Ontario, made under this Contract, shall immediately adjust the wage rates, hours and classification of work so as to give the effect to such decision. IFair Wage Schedule The Contractor shall make applicable to this Contract and post, in accordance with Section GC7.11 of the General Conditions of the Contract, the current edition of the Ontario Ministry of Labour's Roads and Structures Fair Wage Schedule and any amendments thereto. ' Contractor to Keep Records Which are to be Open for Inspection The Contractor shall keep proper books and records showing the names, trades, addresses and hourly wage rates of all workers in his/her employ or employed on this Contract through an employment agency and the wages paid to and time worked by such workers both at regular wage rates and at overtime wage rates, and the books or documents containing such records shall be open for inspection by officers of the Government at any time it may be expedient to the Minister of Labour to have the same inspected. ' Ministry Requirements Before Payments Made to Contractor The Contractor shall from time to time upon request furnish the Ministry with such detailed information and evidence as may be required in order to establish that these labour conditions SPECIAL PROVISIONS - GENERAL ' CONTRACT NO. CL97-16 6. ' have been complied with not only by him/her but by any sub-contractor or other person doing any part of the work contemplated by the Contract. Off Site Work The Labour Conditions are intended for application primarily to work on the Contract site. Work that is carried out on sites that are not in the immediate vicinity of the Contract site or that are not used exclusively for the purposes of Contracts including Municipal Contracts, containing similar labour conditions will not be subject to the Labour Conditions. Training Period for Equipment Operators (a) Employees, other than students, learning to operate equipment are classified as "Apprentice Equipment Operators" during, ' (i) their first three months operating equipment which does not require a licensed operator; or (ii) their first 18 months operating equipment which requires a licensed operator. (b) The wages for apprentice equipment operators are as follows: ' Windsor Zone The wage rate for Cement Improver Hamilton Zone The wage rate for Asphalt Raker Toronto Zone The wage rate for Asphalt Raker Ottawa Zone The wage rate for Skilled Labourer Provincial Zone The wage rate for Skilled Labourer. ' Pile Driver ' Employees other than an operator are to be classified as "Pile Driver Men" and shall be entitled to the wage rate for "Labourer" - Structure Section. Servicing of Equipment by Operator "On Site" The 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. SPECIAL PROVISIONS - GENERAL tCONTRACT NO. CL97-16 7, ' Gravel and Chip Spreader - Provincial Zone ' Employees engaged in this classification of work shall be paid the wage rate of Equipment and Maintenance Operator, Group 'B'. ' Room and Board Allowance The amount of room and board allowance will be negotiated between the employer and employee but in no case will the net amount of wages due to an employee be less than such wages an employee in General Construction work would receive at the minimum wage and overtime at one and one-half times that rate for hours worked in excess of forty-four a week and the maximum deduction for Room and Board per week as allowed by Regulation under the ' Employment Standards Act. Farm or Industrial Tractors with Attachments The attachment must be power operated and be an integral part of the tractor. Wage Rates for Students (a) Students employed as FLAGPERSONS or WATCHPERSONS shall be entitled to the wage ' rate for these classifications. (b) Students performing work in positions that are classified in the Fair Wage Schedule, other than FLAGPERSONS or WATCHPERSONS, shall be entitled to receive the student rate, notwithstanding the rate set out in the Schedule for the classification applicable to the work. (c) Students employed for more than three months in a classified position shall then be entitled to the wage rate for that classification. (d) Students performing work in positions that are not classified in the Fair Wage Schedule shall ' be entitled to receive the student rate, regardless of the location of the Contract. 9. RESTRICTIONS ON OPEN BURNING Open fires will not be permitted within the limits of this Contract. Brush and debris may as an ' alternative to burning, be disposed of outside the Contract Limits and in compliance with the requirements specified elsewhere for Management and Disposal of Excess Material. ' 10. SUPPLY OF MATERIALS ' All materials necessary for the proper completion of the work shall be supplied by the Contractor, except as specifically noted, and the payment provided in the Contract shall be deemed to include full compensation for the supply of such materials. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-16 8. Materials listed in OPSS 128 and as amended from time to time, shall be supplied only from sources designated in the Ministry of Transportation Manual of Designated Sources for Materials. Amendment to OPSS 128 ' Section 128.05.02 of OPSS 128 is amended in that the list of materials to be supplied from designated sources is revised: ' (1) By the deletion of the following: ' 6.85.25 Flasher Beacon, Aluminum (121.310) 9.20.10 Coal Tar Epoxy (2) By the addition of the following: 9.20.10 (Structural Steel) Coal Tar Epoxy 9.20.15 (Structural Steel) Coal Tar Epoxy 11. PAYMENTS ' Except as herein provided, payments under this Contract will be made in accordance with Section GC8.02.03 of the General Conditions. ' Notwithstanding the provisions of the General Conditions respecting certification and payment, the Authority may withhold 21h percent of the total value of work performed beyond the ' expiration of 45 days from the date of publication of the Certificate of Substantial Performance, to enable the Contract Administrator to produce the final detailed statement of the value of all work done and material furnished under the Contract. As a condition of holdback reduction ' from 10% to 2-112%, 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 GC 1.06. The date for interest due to late payment shall commence following 180 days after the date of completion of the work. As a condition of the final holdback payment, the Contractor shall provide the required Property Owner's Releases as specified elsewhere, as appropriate. ' The Contractor shall include in his price for the publication of the Certificate of Substantial Performance. Publication is mandatory whether Contractor requests Substantial Performance or not. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-16 9. ' The Contractor is advised that the Authority may withhold payment on Interim and Holdback Release Certificates up to 30 calendar days from the date of receipt of the executed Payment Certificates. 12. UTILITIES Sections GC2.01 and GC7.12 02) of the General Conditions are deleted in their entirety and are replaced by the following: ' The Contractor shall be responsible for the protection of all utilities at the job site during the P P J g time of construction. The Authority will be responsible for the relocation of utilities where required. However, no claims will be considered which are based on delays or inconvenience resulting from the relocation not being completed before the start of this Contract. The location and depth of underground utilities shown on the Contract drawings, are based on ' the investigations made by the Authority. It is, however, the Contractor's responsibility to contact the appropriate agencies for further information in regard to the exact location of all utilities, to exercise the necessary care in construction operations and to take such other precautions as are necessary to safeguard the utilities from damage. ' 13. HAUL ROADS When so required by the Contract Administrator, payment for maintenance and restoration of haul roads will be made for the materials provided and the work performed as specified, at tender prices, or at negotiated prices. ' 14. DUST CONTROL As a part of the work required under Section GC7.06 of the General Conditions, the Contractor ' shall take such steps as may be required to prevent dust nuisance resulting from his operations either within the right-of-way or elsewhere or by public traffic where it is the Contractor's responsibility to maintain a roadway through the work. Where the work requires the sawing of asphalt or the sawing or grinding of concrete, blades and grinders of the wet type shall be used together with sufficient water to prevent the incidence of ' dust, wherever dust would affect traffic or wherever dust would be a nuisance to residents of the area where the work is being carried out. The cost of all such preventative measures shall be borne by the Contractor except however where water or calcium chloride is used to reduce the dust caused by traffic on a roadway which it is the Contractor's responsibility to maintain for public traffic, the cost of such quantities of ' water and calcium chloride as are authorized by the Contract Administrator to restrict dust to eSPECIAL PROVISIONS - GENERAL CONTRACT NO, CL97-16 10. acceptable levels, shall be paid for by the Authority at the contract prices for Application of Water or Application of Calcium Chloride. 15. TRAFFIC CONTROL, FLAGGING Flagging for traffic control on this Contract shall be in conformance with the procedure outlined in the pamphlet entitled "Correct Methods for Traffic Control" issued by the Construction Safety Associations of Ontario. Copies of this pamphlet may be obtained by request from the Ministry ' of Transportation's District Office. Each flagman shall, while controlling traffic, wear the following: (i) an approved fluorescent blaze orange or fluorescent red safety vest, and (ii) an approved fluorescent blaze orange or fluorescent red armband on each arm, and (iii) an approved fluorescent blaze orange or fluorescent red hat. 16. CONTRACTOR'S SUPPLY OF CONSTRUCTION SIGNS In accordance with Section GC7.06 of the General Conditions, the Contractor is responsible for the supply, erection, maintenance and subsequent removal of all temporary traffic controls, including signs, lights, barricades, delineators, cones, etc., required on the work. Traffic controls shall be provided in general accordance with the latest edition of the "Manual of ' Uniform Traffic Control Devices", Division 5. As a minimum requirement and without restricting the Contract Administrator or the Authority in requiring further controls, the following signs shall be supplied: S►gn.,Number Sign Message Number Required TC-1 CONSTRUCTION 6 TC-3L LANE CLOSED AHEAD 2 ' TC-3R LANE CLOSED AHEAD 2 TC-3tL LEFT LANE CLOSED 2 TC-3tR RIGHT LANE CLOSED 2 TC-7, TC-7t, TC-8t ROAD CLOSED, LOCAL TRAFFIC ONLY 2 ' TC-41A CONSTRUCTION ZONE BEGINS 4 TC-41B CONSTRUCTION ZONE ENDS 4 Traffic controls shall be operational before work affecting traffic begins. SPECIAL PROVISIONS - GENERAL ' CONTRACT NO. CL97-16 11. 17. CONSTRUCTION SEQUENCE AND MAINTENANCE OF TRAFFIC The work shall be carried our in accordance with the following conditions: Watermain on Temperance Street from Church Street to Wellington Street shall be ' completed and activated as the initial work of the Contract. Other works may proceed in accordance with the Contractor's approved schedule. Traffic on all streets may be reduced to one lane for local traffic only. Intersections of Division Street and Wellington street and Temperance Street and Wellington Street must remain open to traffic. ' 0 No parking will be allowed on any street while construction operations are underway. Access shall be maintained at all times to the apartment complex construction site. Division Street and Temperance Street cannot be closed to through traffic at the same time. ' 0 Pedestrian traffic shall be maintained on all streets on one side. The Contractor must submit a work schedule indicating traffic maintenance procedures for ' approval by the Contract Administrator prior to commencement of work. It is the intention of the Contract that every reasonable effort shall be made to provide vehicular access to homes and other properties within the limits of each phase at the end of each working day. It is understood that implementation of traffic controls will require ongoing review and ' adjustment to suit construction operations. No deviation from the approved procedure will be allowed except with the approval of the ' Engineer. Notwithstanding the preceding, the Contractor shall at all times maintain the roadway surface ' within the contract limits in a condition satisfactory to the Engineer and such that any emergency vehicles may have immediate access to any building located within the limits of this Contract. The Contractor shall be responsible for all signing at the contract limits and within the contract limits. The Contractor shall ensure the signing is properly maintained while in use. It shall be the Contractor's responsibility to directly notify Police, Fire, Hospital and Ambulance services of road closures at least 24 hours in advance of such closures and to notify these same authorities when such closures are no longer in effect. It is the Contractor's responsibility to 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. I e SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-16 12. The Municipality of Clarington shall be responsible for all detour signing outside the contract limits. 18. EMERGENCY AND MAINTENANCE MEASURES ' Whenever the construction site is unattended by the general superintendent, the name, address and telephone number of a responsible official of the contracting firm, shall be given to the ' Contract Administrator. This official shall be available at all times and have the necessary authority to mobilize workmen and machinery and to take any action as directed by the Contract Administrator in case emergency or maintenance measures are required regardless whether the emergency or requirement for maintenance was caused by the Contractor's negligence, act of God, or any cause whatsoever. Should the Contractor be unable to carry out immediate remedial measures required, the ' Authority will carry out the necessary repairs, the costs for which shall be charged to the Contractor. 19. ENGINEERING FIELD OFFICE ' The Contractor, shall, at no additional expense to the Authority, supply an office for the exclusive use of the Contract Administrator. This office shall be located as directed by the Engineer, but in no case shall be more than one kilometre from the Contract limit. ' The Contract Administrator's office shall have a minimum of 17 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 with a minimum of one desk with drawers, one drafting table, five chairs, two drafting stools, one filing cabinet, a waste paper basket and a broom. ' Where the Contractor elects to supply a combination office for the use of the Contract Administrator and his own staff, the minimum requirements for the Contract Administrator's ' accommodation as outlined shall be met. In addition, separate outside access for each office shall be provided and the Contract Administrator's office shall be partitioned off from that of the Contractor, on the inside. Any inside connecting door between the two offices shall be fitted ' with a lock or closer on the Contract Administrator's side. 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. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-16 13. ' 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. tField office shall be equipped with a facsimile machine for the use of the Contract Administrator With the office the Contractor shall also include the supply of an OKI Model 710 portable cellular phone as supplied by Rogers Cantel or approved equal, complete with extra batteries, charger, cigarette lighter adapter and operations manual, for the use of the Contract Administrator preferably with 905 area code. Any alternate model must have the same features as those on the noted model and must be approved by the Contract Administrator. The phone shall remain with the Contract Administrator for the duration of the work. The Contractor shall make all necessary applications and pay all charges and fees related to the Cellular phone. ' Failure to supply a cellular phone may result in the Contract Administrator renting a phone and charging all costs incurred back to the Contractor. ' For the purpose of this tender, bidders shall assume an average monthly cost of$300.00 for air time and long distance calls. The Contractor shall not be entitled to extra compensation nor ' shall he be asked for a credit should the actual usage charges differ from this amount. 20. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL The requirements of OPSS 180 shall apply to this Contract, revised as follows: ' 1 Section 180.03, Definitions, shall be amended by the addition of the following: Work area: means the road allowance, right-of-way, and property with a boundary common to the road allowance or right-of-way within the Contract limits. .2 Subsection 180.07.02, Conditions on Management by Re-Use, shall be amended by the ' addition of the following: Recycled hot mix asphalt or excess bituminous pavement shall not be used as trench ' backfill or bedding, r i ' TN., form to be used Kith Ontario Standard Spenficauon 1S0 SITE SELECTION NOTIFICATION FOR MANAGEMENT AS DISPOSABLE FILL ' Contract Inj"mdon 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 or ,Quantity and Type of Excess Material used as fill: ' 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 Owner's Release Form,OPSF 1803,will be required.The use of this management site will comply with the following: Conditions on Management 1 Bituminous pavement,concrete,masonry,wood which has been treated,coated or glued,and metal,plastic,and polystyrene products will not be accepted for management as disposable fill. Swamp material managed as disposable fill will be top covered by a minimum of 300 mm of earth or topsoil. Swamp material managed as disposable fill may only be placed: ' a. a minimum of 2 m above the level of ground water. b. a minimum of 30 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 Contractor's Name & Feld Representative's Name Contractor's Field Representative signature Property Owner(s) Signature(s) cc: Contract Administrator,Property Owner(s), Contractor OPSF 1800 December 1993 Ontario Provincial Standard Form ' This form to be used with Ontario Provincial Standard Specification 180 SITE SELECTION NOTIFICATION FOR NIATERULS STOCKPILING ' Contmct 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 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 Owner's Release Form,OPSF 1803,will be required.The use of this management site will comply with the following: Conditions on Managewent ' 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 iwamp 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 m from residences unless 1. on property with a boundary common to a right-of-way,within the contract limits,for a period not exceeding 120 calendar days,or ' 2. such stockpiles are located within a provincial or municipal works yard or in a commercially Licensed pit or quarry. These conditions do not supersede any constraints imposed on this property by Federal,Provincial or Municipal statute or regulations and bylaws made thereto. Dated this day of 19 Print Contractor's Name&Field Representative's Name Contractor's Field Representative signature Property Owner(s)Signature(s) ' cc, Contract Administrator, Property Owner(s),Contractor OPSF 1801 December 1993 Ontario Provincial Standard Form ' This form to be used with Ontario Provincial Standard Specification 184 PROPERTY OWNER'S RELEASE Contract No. Work Description: I/We wing the owner(s) of Lot , Concession Township of , and County/Region /District of verify that the Contractor for the above noted work has placed excess material from the above noted Contract on my/our property with my/our permission. I/We have been advised by the Contractor of the "Conditions on Management" described in OPS Forms 19W 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, We agree that the stockpile(s)will be removed by the date(s) herein noted. ' Dated this da y of 19 - Print Contractor's Name & Field Representative's Name ' Contractor's Field Representative signature Property Owner(s) Signature(s) i Copies to: Contract Administrator, Property Owner(s), Contractor OPSF 1803 ' December 1993 Ontario Provincial Standard Form i This form to be used v&ith Ontario Provincial Standard Specification 180 WASTE QUANTITY REPORT ' For Solid Non-hazardous Industrial and Commercial Waste Contract No. ' Contractor- Material Description Location of Disposal Site and Quantity of Materials ' Certificate of Approval Number 1 1 1 1 1 i 1 i i ' OPSF 1805 December 1993 Ontario Provincial Standard Form SPECIAL PROVISIONS - GENERAL ' CONTRACT NO. CL97-16 14. 21. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 - DESIGNATED SUBSTANCES In accordance with the requirements of Section 18a(1) of the Occupational Health and Safety Act, the Authority has determined that the designated substances as listed hereunder are present on the site and within the limits of this Contract. Designated Substance Identified on thisSite Location ' 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, M411 1A8, of the location(s) proposed for disposal of Designated Substances. A copy of the notification shall be provided to the Contract Administrator a minimum of two weeks in advance of work starting. ' In the event that the Ministry of the Environment and Energy has concerns with any proposed disposal location, further notification shall be provided until the Ministry of the Environment and Energy's concerns have been addressed. All costs associated with the removal and disposition of Designated Substances herein identified, shall be deemed to be included in the appropriate tender items. SPECIAL PROVISIONS - GENERAL ' CONTRACT NO. CL97-16 15. ' Should a Designated Substance not herein identified be encountered in the work, then management of such substance shall be treated as Extra Work. 1 22. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM (WHMIS) Reporting 1 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. 1 23. SPILLS REPORTING Spills or discharges of pollutants or contaminants under the control of the Contractor, and spills or discharges of pollutants or contaminants that are a result of the Contractor's operations that ' cause or are likely to cause adverse effects shall forthwith be reported to the Contract Administrator. Such spills or discharges and their adverse effects shall be as defined in the Environmental Protection Act R.S.O. 1980. ' 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. ' 24. TRAFFIC AND STREET SIGNS The Contractor will be responsible for the removal and salvage of existing traffic and street signs, and their delivery to the Authority's Works Department Yard, for re-erection by the Authority following completion of the work. ' Scheduling for sign removal shall be as approved in advance by the Contract Administrator. ' Regulatory signs such as "Stop" and "Yield" must be maintained throughout. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-16 16. ' 25. GARBAGE COLLECTION ' The Contractor will be responsible for ensuring that garbage collection, including recyclables, is maintained and when necessary, the Contractor shall make arrangements directly with the collecting agency, to permit and coordinate pick-up. Garbage pick-up is handled by Canadian t Waste Services, R.R.#1, Orono, at 1-800-263-6305. Recyclable material is handled by Miller Waste Systems, 69 Taunton Road W., Oshawa, at 1-800-461-1582 or 1-905-723-8588. ' 26. ASPHALT MIX DESIGNS The Contractor shall be responsible for the provision of current mix designs for all hot mix ' asphalt required for the work, or for having the necessary mix designs prepared by a certified laboratory. The mix designs proposed for use by the Contractor shall be submitted in writing to the Contract Administrator for his approval and no work shall commence until the design mixes ' are approved. All costs associated with the provision of approved mix designs shall be borne by the Contractor. Steel slag and blast furnace slag coarse and fine aggregates shall not be used in any hot mix ' required by this Contract. ' 27. CONCRETE MIX DESIGNS The Contractor shall be responsible for the concrete mix design except for low slump concrete ' overlays and latex modified concrete overlays which the Authority will design, and for providing concrete of the specified properties. Concrete shall conform to the requirements of OPSS 1350 except as noted below: ' (1) Sub-section 1350.07.07.01 is deleted and replaced by the following: 1350.07.07.01 Contractor Designed Mix ' Mix proportions shall be selected in accordance with A.C.I. Standard 211.8-81 "Standard Practice for Selecting Proportions for Normal, Heavyweight and Mass Concretes" and the ' requirements of this special provision. The values given in Table 5.3.6 of the A.C.I. standard for the determination of the volume ' of coarse aggregate in the concrete mix shall be increased by not less than 10 percent except where the concrete is deposited using a pump. ' At least three weeks prior to the placement of concrete the Contractor shall submit to the Contract Administrator a statement indicating the source of coarse and fine aggregate to be used in the concrete work. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-16 17. The mix proportions and the required test data, for each class of concrete, shall be submitted to the Contract Administrator at least seven days prior to the placement of concrete. They shall be submitted in the standard Form PH-CC-433. Contractor Designed Concrete Mix Mix Proportions shall be expressed as follows: ' (i) Portland Cement - Type, Source and Content in kilograms per cubic metre of concrete. (ii) Cementitious - Percent Slag, Source and Content in ' Hydraulic Slag kilograms per cubic metre of concrete. (iii) Coarse Aggregate - Nominal maximum size, Relative Density (Dry) Source, ' Content in kilograms per cubic metre of concrete and Dry Rodded Density in kilograms per cubic metre of concrete. ' (iv) Fine Aggregate - Fineness Modulus, Relative Density (Dry), Source and Content in kilograms per cubic metre of concrete. ' (v) Water - Content in kilograms per cubic metre of concrete. (vi) Chemical - Source, Type and Dosage per 100 Admixture kilograms cement. (vii) Air Entraining - Source and Type. ' Admixture Mix proportions shall be based on an aggregate in an oven dry condition. ' Strength Test Data The contractor shall produce the following information with regard to the mix design. 1 The information shall consist of test data from a laboratory or field mixed batch of concrete, or a summary of test data from previous work using similar concrete mix proportions, as follows: ' (i) Laboratory or Field Mixed Batch of Concrete ' The test data shall include compressive strength tests consisting of at least one set of standard cylinders tested at 7 days, and 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. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-11 18. Note: The intent of the laboratory or field mixed batch of concrete is to indicate the ability of the proposed mix proportions to produce concrete of the required properties. (ii) Summary of Test Data The test data shall include at least ten consecutive 28 day strength tests from previous work. The data shall report individual strength tests and the average of ' all groups of three consecutive strength tests. The air content and slump of the samples of concrete used to fabricate the test cylinders shall be stated. The tests shall have been carried out within a period of two years prior to the award of the ' contract. (2) Sub-section 1350.08.01.02 is deleted and replaced by the following: 1350.08.01.02 Sampling of Mix Design Materials For Contractor designed mixed samples of acceptable aggregates, cement, water, chemical ' admixtures and air entraining admixtures representative of the materials to be used in the work shall be provided to the Contract Administrator when requested at the time the proposed mix proportions are submitted to the Authority. (3) Sub-section 1350.07.07.03, Part (b), is deleted and replaced by the following: ' 1350.07.07.03 High Strength Concrete (b) Contractor Design Mix The proposed mix proportions shall meet the requirements of revised Sub-section 1350.07.07.01 above and in addition shall be tested in a full size field trial batch of ' concrete. When the concrete is mixed within a ready mixed truck, the size of the trial batch shall be that volume of concrete normally mixed in the truck. When the Contractor elects to use a source of ready mix concrete, the trial batch of concrete shall originate from the same plant that will be used for the supply of high ' strength concrete and the trial batch shall be delivered to the site of the work and tested. Where access to the site of the work is not possible the Contract Administrator will designate a suitable location for testing. ' 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 SPECIAL PROVISIONS - GENERAL ' CONTRACT NO. CL97-16 19. mixes with cementitious hydraulic slag the strength test data shall also include one set of standard cylinders tested at 3 days. rThe 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. rBasis of Payment ' All costs for the above work shall be included in the contract price for the appropriate concrete item(s). ' 28. APPLICABLE STANDARD SPECIFICATIONS Ontario Provincial Standard Specifications (OPSS) governing the work of this Contract shall be ' as listed in the "Schedule of Tender Data", Section G, with the applicable date of issue as indicated for each Specification. ' With the exception of OPSS 127 and 128, these Specifications shall remain in effect throughout the duration of this Contract, whether or not they be modified or re-issued by the responsible agency subsequent to the tender advertising date. ' The issues of OPSS 127 and 128 which are current at the time the work is performed or material furnished, shall govern. ' 29. AMENDMENT TO OPSS 353 ' Air Content of Concrete 353.05.01 Concrete Subsection 353.05.01 of OPSS 353, September 1996, is amended by the addition of the following: The air content of concrete placed by extrusion methods shall not be less than 4.5% when tested in place in a plastic state. 30. AMENDMENT TO OPSS 102 ' Scale Accuracy ' Section 102.08.01 of OPSS 102 is amended by the addition of the following: i SPECIAL PROVISIONS - GENERAL ' CONTRACT NO. CL97-16 20. iScale 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. i31. 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%, ± 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. iIf 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. i 32. AMENDMENT TO OPSS 1820; CONCRETE PIPE iSection 1820.02, References, of OPSS 1820 is deleted and replaced by the following: i1820.02 References This specification refers to the following standards, specifications, or publications: ' Ontario Provincial Standards Specifications (Material) CSA Standard A257-M1982 - Standards for Concrete Pipe Section 1820.07, Production, of OPSS 1820 is deleted and replaced by the following: 1820.07 Production i1820.07.01 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 SPECIAL PROVISIONS - GENERAL ' CONTRACT NO. CL97-16 21. ' 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 A257.1M or A257.2M. Pipe conforming to the MOEE Pre-qualification Requirements for Concrete Sewer Pipe Plants shall bear the letters "MOEE". Jacking Pipe shall be marked with the words "Jacking Quality". 33. DELIVERY OF TEST SAMPLES The Contractor shall include in his tender prices for the cost of delivery of concrete test cylinders and asphalt samples to a designated testing laboratory. ' For this contract the designated testing laboratory is TSH Inspection Testings Co., 300 Water Street, Whitby, Ontario. LIN 9J2. 34. 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. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL97-16 22. 35. CONFINED SPACE ENTRY The Contractor shall be responsible for the supply of personal protective equipment for the use of the Contract Administrator, in connection with confined space entry while the Contractor is operating on site. ' The following equipment shall be made available on request: Mechanical Ventilation Equipment Gloves Gas Detector (C95-80) Full body harness securely attached to a rope Rope Gas mask or dust, mist or fume respirator (optional) 30 minute self-contained breathing apparatus (need not be worn but, if required, be readily ' available to supply air for instant egress) 7 minute Escape Pack Explosion-proof temporary lighting Adequate clothing to ensure protection against abrasions and contamination. In addition the Contractor shall provide a competent person who shall inspect all safety ' equipment prior to use to ensure that it is in good working order and appropriate for the task at hand. ' 36. COMPLIANCE WITH THE OCCUPATIONAL HEALTH AND SAFETY ACT Clause GC7.01.06 of the OPS General Conditions of Contract is deleted and replaced by the ' following: 06) The Contractor shall execute the terms of the Contract in strict compliance with the requirements of the Occupational Health and Safety Act, RSO 1990, c.0.1 (the Act) and Ontario Regulation 213/91 (Construction Projects) and any other regulations under the Act (the Regulations) which may affect the performance of the Work, as the Constructor or Employer, as the case may be. The Contractor shall ensure that: (a) worker safety is given first priority in planning, pricing and performing the Work; ' (b) its officers and supervisory employees have a working knowledge of the duties of a Constructor and Employee under the Act and the provisions of the Regulations applicable to the Work, and a personal commitment to comply with them; (c) a copy of the most current version of the Act and the Regulations are available at the Contractor's office within the Working Area, or, in the absence of an office, in the possession of the supervisor responsible for the performance of the Work; (d) workers employed to carry out the Work possess the knowledge, skills and protective devices required by law or recommended for use by a recognized industry association to allow them to work in safety; ' SPECIAL PROVISIONS - GENERAL ' CONTRACT NO, CL97-16 23. ' (e) its supervisory employees carry out their duties in a diligent and responsible manner with due consideration for the health and safety of the workers; and ' (f) all subcontractors employed by the Contractor to perform part of the Work and their employees are properly protected from injury while they are at the work place. The Contractor when requested shall provide the Owner with a copy of its health and safety policy and program at the pre-start meeting, and shall respond promptly to requests from the Owner for confirmation that its methods and procedures for carrying out the Work comply with ' the Act and Regulations. The Contractor shall cooperate with representatives of the Owner and inspectors appointed to enforce the Act and the Regulations in any investigations of worker health and safety in the performance of the Work. The Contractor shall indemnify and save the Owner harmless from any additional expense which the Owner may incur to have the Work performed as a result of the Contractor's failure to comply with the requirements of the Act and the Regulations. ' 37. GOVERNMENTAL REQUIREMENTS ' The Contractor shall obey all Federal, Provincial and Municipal laws, Acts, Ordinances, Regulations, Orders-in-Council and By-laws, which could in any way pertain to the work outlined in the Contract or to the Employees of the Contractor. Without limiting the generality ' of the foregoing, the Contractor shall satisfy all statutory requirements imposed by the Occupational Health and Safety Act and regulations made thereunder on a contractor, a constructor and/or an employer with respect to or arising out of the performance of the ' Contractor's obligations under this Contract. 38. ENGINEERING ARBITRATION ' The Contractor's attention is drawn to Clause GC3.15 of the General Conditions of Contract. In the event that dispute cannot be resolved by negotiation, arbitration procedures will be ' followed in this Contract. All parties shall agree to binding arbitration to resolve outstanding claims. 39. ENTRY ONTO PRIVATE PROPERTY The Contractor shall not enter private property or property which is to be acquired to construct ' the works without the prior consent of the Contract Administrator. This requirement will be strictly enforced. ' 40. STORAGE AREAS Clause GC3.06.01 of the General Conditions of Contract is amended by the addition of the following: i SPECIAL PROVISIONS - GENERAL ' CONTRACT NO. CL97-16 24. ' The use of the road right-of-way as a long term storage area is not allowed under this Contract. The storage of materials and movement of equipment will only be allowed for normally accepted construction practices. 41. GENERAL LIABILITY INSURANCE ' Clause GC6.03.02.01 is amended by the addition of the following: ' The Regional Municipality of Durham shall be added as an additional named insured. 42. CONSTRUCTION LIEN ACT ' The Contractor shall give the Authority notice in writing, immediately, of all lien claims or potential lien claims coming to the knowledge of the Contractor or his agents. ' When a claim for lien is filed by a Subcontractor, labour or material supplier or equipment renter acting under the Contractor, and proceedings are commenced by the Authority to vacate the lien, the Contractor agrees and shall forthwith pay to the Authority, in addition to their ' reasonable legal fees therefore, all interest costs and expenses incurred by the Authority and an additional sum equal to ten percent (10%) of the sum found to be owing as liquidated damages, and such remedy shall be in addition to any other remedy available to the Authority under the ' Contract Documents. Where any lien claimant asks from the Authority the production for inspection of the Contract ' Documents or the state of the accounts between the Authority and the Contractor, the Contractor shall be liable for an administration fee of Two Hundred Dollars ($200.00) for each request made as compensation for the preparation of such accounting or for the preparation of the ' Contract, or both, as the case may be, and the Contractor acknowledges that such administrative fee shall be properly deductible, if the Authority should so choose, from monies otherwise payable to the Contractor under the terms of the Contract Documents. ' Where an application is brought to a judge of a competent jurisdiction to compel production of any particular document to a lien claimant, the Contractor further agrees to indemnify the Authority from reasonable legal fees incurred in appearing on such an application and in ' addition agrees to pay to the Authority its reasonable costs incurred in producing such documents to the extent that the same is made necessary under the disposition of the matter by sauch judge, and the Contractor further agrees that such reasonable costs and fees incurred by ' the Authority as stated herein may be properly deductible from monies otherwise payable to the Contractor under the terms of the Contract Documents. SPECIAL PROVISIONS - GENERAL ' CONTRACT NO. CL97-16 25. 43. PROPERTY OWNER'S RELEASE OF PRIVATELY OWNED LAND USED BY THE CONTRACTOR Upon completion of the Contract, the Contractor shall provide the Authority with two (2) copies of a form of release signed by each property owner, upon whose land he has entered for ' purposes associated with the Contractor's operations but not for the purpose of undertaking works stipulated in the Contract: ' Date ....................... To: Mr. S.A. Vokes, P.Eng., Director of Public Works ' Corporation of the Municipality of Clarington Municipal Administration Centre, 40 Temperance Street BOWMANVILLE, Ontario L1C 3A6 Re: Contract No. CL97-16 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 thet r final payment a nd 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. i r r r r r r r r CORPORATION OF THE MUNICIPALITY OF CLARINGTON rCONTRACT NO. CL97-16 r 1 r i 1 r ' SPECIAL PROVISIONS - TENDER ITEMS r 16299/15/2/C r PAGE ONE ' SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL97-16 SECTION 1: ROADWORKS SITE PREPARATION - ITEM NO. 1, PART `A' and PART `C' tUnder these Items and for the lump sum bid, the Contractor shall undertake the following work: ' 0 Clearing and grubbing o 0.5 m dia. Manitoba maple west of House No. 48 Division Street. Clearing and grubbing of 0.8 m dia. maple tree in front of St. Andrew's Church. • Removal and salvage of street signs in accordance with Clause No. 24 of the Special Provisions ' - General. • Removal of hedge at House No. 103. Removal of privet hedge at House No. 55. Replanting of this hedge will be reviewed with the Owner prior to commencing removal. Trimming of tree branches which overhang sidewalk will be carried out as directed by Engineer. EARTH EXCAVATION (GRADING) - ITEM NO. 2, PART `A' and PART `C' Payment under these items shall also include: • Removal and disposal of asphalt on all streets including sidestreets. ' Removal and disposal of asphalt from entrances. • Removal and disposal of asphalt boulevards. Excavation and disposal of deleterious material. Proof rolling of subgrade. Asphalt on Wellington Street and Temperance Street lies directly on a concrete road base throughout ' the length of each street within the project limits. The unit price bid under this Item shall also include for the following. • Provision of measures to protect existing utility poles, markers and trees. Disposal of all excavated material which is surplus to site requirements at locations arranged for by the Contractor. This is estimated at 2540 m3. HOT MIX H.L.-3A, and H.L.4 - ITEMS NO. 3, and 4, PART `A' and PART `C' Asphalt shall be penetration grade 85/100. No surface course asphalt shall be laid on this contract. The location of use of various asphalt mixes is defined in Figure No. 1 attached. ' Entrances shall be restored as follows: SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL97-16 2. a) Existing paved entrance with sidewalk: Private entrance restored with 50 mm H.L.-3A to match existing. b) Existing gravel entrance with sidewalk: ' 0 Private entrance restored with 50 mm H.L.-3A to front face of sidewalk. ' c) Commercial and institutional entrances: Restored with 40 mm H.L.-3A and 50 mm H.L.-4 to match existing. ' Paved boulevard shall be constructed with 50 mm H.L.-3A and shall be completed at the time of entrance paving. Payment under Item No. 3 shall also include for the following: Forming temporary curbs at catchbasin locations for a length of approximately 2 metres. • Temporary ramping at limits of construction on all streets. Construction of 300 mm x 40 mm stepped joint at limits of full construction on all streets. GRANULAR "A" AND GRANULAR "B" TYPE 1 - ITEMS NO. 5 AND 6, PART 'A' and PART `C' Payment shall be made under these Items for the supply, placing and compacting of Granular "A" and Granular "B", Type 1 in entrances, Granular "A" in boulevards and as foundation to sidewalk and interlocking brick pavers, Granular "B", Type 1 in subexcavated areas and as backfill to subdrains. The following construction standards shall apply: Private entrances Granular "A" 200 mm Commercial Entrances Granular "A" 100 mm, Granular "B", Type 1 300 mm Boulevards and Sidewalks Granular "A" 100 mm Paving of the three entrances to the apartment complex currently under construction may have to be carried out to street line depending on construction progress. No allowance has been made for this ' paving in the quantities in this contract. ' CONCRETE IN SIDEWALK - ITEM NO. 7, PART `A' and PART `C' Areas of private sidewalk and private entrances to be constructed to match new sidewalk will be ' measured and paid for under this Item. SPECIAL PROVISIONS -TENDER ITEMS 1 CONTRACT NO. CL97-16 3. ' Where new sidewalk abuts or connects to existing sidewalk or steps an expansion joint shall be constructed at these locations. ' Section 351.07.01 of OPS 351 is amended in that Granular "A" foundation for sidewalk shall be measured and paid for under Item No. 7. ' K PAVE - ITEM NO. 8 PART `A' and PART `C' INTERLOCKING BRICK RS , Under this Item and for the unit price bid the Contractor shall supply and install brick pavers in accordance with the standard drawing in sidewalk and boulevard where indicated on the drawings. Pavers shall be standard 100 mm x 200 mm x 60 mm size in colours to match existing boulevard pavers on Church Street. Boulevard pavers shall be placed on a concrete base complete with drainage openings with the placing of filter fabric at drainage openings to prevent migration of sand base material. A 10 mm depth of bedding sand shall be placed on the concrete base. Pavers shall be laid with a 3 mm gap between ' pavers. Following placement the pavers shall be tamped in place using mechanical vibration. Joints shall be ' filled by sweeping sand over the surface. The surface of the finished pavers shall be flush with adjacent concrete and shall be sealed with an acrylic sealer applied in full accordance with the manufacturer's specifications with regard to condition of surface pavers, rate and method of ' application, protection of adjacent surfaces and vegetated areas and use of protective equipment. The unit price bid under Item I l(a) shall also include: Removal and salvage of existing brick and stone pavers and storing on site for reuse at House No. 45 Division Street and in boulevard opposite St. Andrew's Church on Church Street. ' . Placing of salvaged brick pavers in accordance with the standard including excavation as required for bedding. Salvaged pavers shall be relaid to match existing pattern. Brick pavers placed in sidewalk at the locations shown on the drawings shall be laid on base of Granular "A" and 10 mm depth of bedding sand such that pavers are placed flush with adjacent concrete sidewalk surface. CONCRETE CURB AND GUTTER, ALL TYPES - ITEM NO. 9, PART `A' and PART `C' ' A 2 metre length of curb and gutter shall be omitted at each catchbasin. Where sidewalk abuts curb, a 50 mm wide key shall be constructed at the back of the curb in accordance with the standard. The unit price bid under this Item shall include for the following: SPECIAL PROVISIONS - TENDER ITEMS ' CONTRACT NO. CL97-16 4. Construction of concrete curbs to match existing at House No. 86 and House Nos. 92/94 Wellington Street. 150 mm DIA. PIPE SUB-DRAINS - ITEM NO. 10, PART `A' and PART `C' The Contractor shall supply and place perforated corrugated polyethylene pipe pre-wrapped with geotextile knitted sock. Pipe shall be placed in the locations indicated on the breakdown sheet (Fig. ' No. 4). Backfill shall be Granular "B", Type 1 which shall be paid for under Item No. 6. The unit price bid shall include for connecting subdrain pipe at each catchbasin. STORM SEWERS AND STORM LATERALS - ITEMS NO. 11 - 13, PART 'A', NO. 11 PART `C' Under these Items and for the unit prices bid the Contractor shall supply all materials including pipe of the required type, size and class, other fittings, sand materials for cover and crusher run limestone for bedding in accordance with the standards. Backfill shall be Granular "B", Type 1 or selected ' native material. Concrete and PVC pipe shall be supplied with rubber gasket joints. The unit price bid under these Items shall include for connecting existing storm sewers to new where ' directed including the supply of additional pipe required. Restoration of areas beyond the limits of road reconstruction, which are disturbed by construction of new storm sewer, shall be paid for under the items appropriate to such work. 1 Where existing storm sewers are encountered in trenching operations for the installation of new storm sewers, the removal and disposal of the existing sewers shall be deemed to be included in the unit prices bid under these Items and no separate payment shall be made. 1 Connection of catchbasin leads and storm laterals to the new trunk sewer shall be with manufactured tees or an approved coring method. The Contractor is advised that the soils report prepared for this project indicates soil type to be Class 3 for the purposes of selecting Class "B" bedding. The Contractor shall include for exposing existing 300 mm dia. storm sewer at four locations to confirm elevation and location. Existing connections to the old storm sewer shall be reconnected to the new storm sewer and paid for at a price to be negotiated or on a time and material basis. The unit prices bid under these items shall include for filling of openings in existing manholes left by removal of existing storm sewers with mass concrete and for plugging ends of storm sewer pipe which is to be abandoned. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL97-16 5. ' CATCHBASINS AND MANHOLES - ITEMS NO 14 - 16, PART `A', NO. 12-13 PART `C' The unit prices bid under these Items shall include for placing of Granular "B" Type 1 material to a lower limit of 300 mm below the floor slab and all around the structure. A 100 mm dia. drainage opening shall be provided in the base of each manhole and catchbasin. Filter fabric Terrafix Type 270R or equal shall be placed at drainage openings. The unit prices bid under these Items shall include for: • Grading of Swale approach to Ditch Inlet No. 12. Plugging of leads left by the removal of Catchbasins No. 56 and 57 with 20 MPa mass concrete. All catchbasins and manholes shall be fitted with sumps. Catchbasin frames and grates and manhole frames and covers shall be constructed to the level of middle binder in this Contract. Ditch inlet No. 12 shall have a 3:1 slope on grate. ' ADJUSTING MANHOLES AND CATCHBASINS - ITEM NO. 17, PART `A' ' Payment shall be made under this Item for the adjustment of storm and manholes No. 1 and 4. Payment shall also be made under this Item for the adjustment of Bell chamber, in the south-east ' quadrant of Temperance Street/Wellington Street intersection. GRANULAR "B", TYPE 1, BACKFILL - ITEM NO. 18 PART `A', NO. 14 PART `C' Payment shall be made under this Item for the supply and placing of Granular "B", Type 1 material e as storm sewer backfill where native material is unsuitable. The unit price bid shall include for disposal of unsuitable material. No work shall be done under this Item without the approval of the Contract Administrator. ' SAWCUTTING OF ASPHALT - ITEM NO. 21 PART IA'9 NO. 17 PART `C' Payment shall be made under this Item for sawcutting of all road and entrance asphalt, entrance concrete or concrete road base at limits of construction and in trenching operations where directed. The unit price bid shall be deemed to cover all costs associated with sawcutting of asphalt of varying depths as identified in the soils report. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO, CL97-16 6. REMOVAL OF SIDEWALK - ITEM NO. 22 PART `A', NO. 18 PART `C' ' Removal of private walkway concrete, patio slabs or entrance concrete shall be measured and paid for under this Item. Extent of removal shall be agreed on site with the Contract Administrator. ' Should temporary gravel walkway be required where sidewalk is disturbed before commencement of full sidewalk removal operations, the material required will be measured and paid for under Granular "A" material Item. Where patio slabs are removed these shall be salvaged for reuse. Unit price shall include for removal of concrete at entrance to House No. 48 Division Street (off Wellington Street). Concrete rubble resulting from sidewalk removal is not acceptable for use on site and shall be disposed of off the site at a location arranged for by the Contractor. REMOVAL OF CURB AND GUTTER - ITEM NO. 23 PART `A', NO. 19 PART `C' ' Payment under this Item shall include for sawcutting of concrete curb and gutter at limits of removal on all streets and on private entrances. Concrete rubble resulting from curb and gutter removal is not suitable for reuse on site and shall be disposed of off the site at a location arranged for by the Contractor. ' REMOVAL OF NON-REINFORCED CONCRETE - ITEM NO. 24, PART `A' Concrete base varies in depth from 115 mm to 230 mm and is directly overlain with asphalt of ' varying depth up to 125 mm. The average base width is assumed to be 6.7 metres. Concrete base extends for the full length of the construction on Temperance Street and Wellington Street. ' All concrete rubble resulting from base removal shall be disposed of off the site at a location arranged for by the Contractor. Within the defined work where concrete base exists, the Contractor has the option of removing concrete base as one operation or removing the base in conjunction with trenching and road excavation operations. REMOVAL OF SEWERS AND CULVERTS - ITEM NO. 25 PART `A', NO. 20 PART 111' The Contractor shall protect any lateral connections encountered in the removal of the existing 300 mm dia. storm sewer for connection to the new storm sewer SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL97-16 7. ' REMOVAL OF MANHOLES AND CATCHBASINS - ITEM NO. 26, PART `A', NO. 21 PART `B' The unit bid price under this Item shall include for the salvage of structures and frames and grates for Catchbasins No. 54, 55, 56, 57, 58, 59, 60, 61 and 62. 1 All other storm structures shall be inspected by the Contract Administrator and where deemed salvageable shall be delivered to the Municipal Works yard located east of Liberty street, south of Highway No. 401. Structures not approved for salvage shall be disposed of by the Contractor off the site of the works. Backfill to voids left by structure removal shall consist of selected native site material. TOPSOIL AND SOD - ITEM NO. 27, PART `A', NO. 22 PART `B' tPayment shall be made under this Item for the supply and placing of a minimum depth of 100 mm of topsoil and nursery sod in disturbed grass areas. The Contractor shall include in the unit price bid ' under this Item for topsoil testing as required by Clause 31 of the Special Provisions - General and for treatment of topsoil as necessary to meet fertility requirements. 100 mm DIA. PVC DUCTS - ITEM NO. 28, PART `A', NO. 23 PART `C' The unit price under this Item shall include for the supply and placing of 100 mm dia., Type II, PVC duct to a depth of 1.2 mm in boulevard on both sides of Temperance Street. Duct shall be bedded on 75 mm of screened sand with sand placed to provide 75 mm of cover. ' A 5 mm polypropylene pulling rope shall be provided in each duct. Duct trench shall be backfilled with selected native material. e SANITARY SEWERS AND APPURTENANCES Reference: A Construction of all sanitary sewers and appurtenances with Schedule "D" - Standard Specifications for the Construction of Sanitary Sewers - Revised February 1997, Section 02530. .2 Contract Drawings and details for Contract CL97-16. SANITARY SEWER PIPE - ITEMS NO. 2.01.01 - 2.01.08, PART `B' Reference: Contract Drawings and S-305 Include: 1 Connections to proposed/existing manholes. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL97-16 8. ABANDONED PIPE PLUGS (incl. EXCAVATION) - ITEM NO. 2.02.05, PART `B' ' Reference: Contract Drawings Include: 1 Excavation to expose pipe to be plugged and abandoned. ' .2 Saw-cutting, removal and disposal off site of existing pipe. .3 Supply and placement of 20 MPa concrete plug in the ends of the pipe to be ' abandoned. Minimum length of concrete plug shall be 300 mm. Note: Basis of payment - each. SERVICE CONNECTIONS - ITEMS NO. 2.03.01, 2.03.02 AND 2.03.04, PART `B' and PART `C' Reference: Contract Drawings and S-301 and S-304 Include: .1 Connecting to existing sewer pipes with proper adaptors, sweep bends, "C" clamps ' (as required), etc. .2 Marking and recording of exact location and elevation of all plugged ends of service ' connection as required. .3 Dye testing of laterals. ' .4 Permanent surface restoration from street line to connection at face of building. Note: .1 Measurement for payment shall be in metres in accordance with C/D Section 02530, 1.6. ' .2 Service connections shall be connected to existing lateral at front of building and elevation shall be confirmed at point of connection by the Contractor. ' .3 Basis of payment shall be in accordance with C/D Section 02530, 1.7. .4 Service connection stubs are not to be backfilled until the as-constructed inverts and tees are surveyed by the Contract Administrator. ' .5 The exact locations of new service connections shall be field confirmed by the Contract Administrator. SPECIAL PROVISIONS - TENDER ITEMS 9. ' CONTRACT NO. CL97-16 r REMOVE EXISTING MANHOLE COMPLETELY - ITEM NO."B' ' Reference: Contract Drawings, Manhole Nos. 14-49 and 14-43. Include: .1 Excavation to grade required and disposal of surplus .2 Removal and disposal off site of required portion of Vie. .3 Salvaging and cleaning of existing frames/covers andpg and t transportation to Oshawa/Whitby Depot. .4 Backfill remaining structure with sand fill material ani See C/D ' Section 02530, 2.10 for sand fill gradation requiremec .5 Backfill with selected native materials and compact. .6 Plug pipes with 20 MPa concrete plug in ends of pipe ped. ' Note: Basis of payment - each. SANITARY SEWER MANHOLES - ITEMS NO. 2.04.07 TO 2.04.) Reference: C/D Section 02631, Contract Drawings and R.M.D. Stande-107, S-111, S-113 and S-117. eInclude: .1 Reconnection of existing pipes as required. .2 Manhole steps as per S-111 (Type Q. ' .3 Setting of frame and grate elevation to level of middle bie. ' Note: Basis of Payment - Section 02631, 1.5 ' WATERMAIN AND APPURTENANCES ' Reference: .1 Construct all watermains and appurtenances in accordancandard Specifications for the Construction of Watermains and Sawers - Revised February 1997, Section 02511. .2 Contract Drawings and Details for Contract CL97-16. WATERMAIN PIPE - ITEM NO. 3.01.02 AND NO. 3.01.03, PART `&O. 3.01.03 PART `D' Reference: Contract Drawings, S-423 and S-435. e SPECIAL PROVISIONS -TENDER ITEMS ' CONTRACT NO. CL97-16 10. Include: I Temporary supply to House No. 46, Division Street Note: 1 All joints to be mechanically restrained in combination with granular thrust blocks as per details S-430, S-431 and S-433. Concrete thrust blocks are not permitted on PVC watermain pipe. ' .2 Installation of watermain adjacent to tree opposite House No. 86 Wellington Street shall be by boring methods to minimize damage to tree roots. Boring shall be ' carried out from dripline to dripline (width of tree spread). .3 Abandon old watermain after new main has been passed and connected. It is ' intended that the existing main on Wellington Street be maintained for supply purposes until the new main is in place. Existing main is understood to be cast iron. ABANDONED PIPE PLUGS - ITEM NO. 3.02.03, PART `B' ' Reference: Contract drawings. ' Include: .1 Sawcutting of existing pipe. .2 Removal and disposal off site of existing pipe including fittings, valves, etc., as ' required. .3 Supply and placement of 20 MPa concrete plug in the ends of the existing watermain ' that is to be abandoned in place. The minimum length of concrete plug shall be 300 mm. Note: Basis of payment - each. ' REMOVE EXISTING VALVE BOX - ITEM NO. 3.02.04, PART `B' Reference: Contract Drawings. ' Include: .1 Excavation to grade and disposal of surplus material. .2 Removal and disposal off site of existing valve box. i .3 Backfill with selected native materials and compaction. ' Note: Basis of payment - each. VALVE AND VALVE BOXES - ITEM NO. 3.03.02 PART `E' AND NO. 3.03.03 PART `B' and PART `D' Reference: Contract Drawings and RMD Details S-408 and S-425. i r SPECIAL PROVISIONS - TENDER ITEMS ' CONTRACT NO. CL97-16 11. ' Include: .1 Supply and installation of the (resilient seat) gate valve and valve box as per S-408. ' .2 Excavation, blocking, backfilling and compaction. .3 Supply and installation of cathodic protection as per S-438. .4 Adjustment to level of middle binder asphalt. Note: Basis of payment - each. NEW HYDRANT WITH STORZ PUMPER NOZZLE ASSEMBLY - ITEM NO. 3.04.02, PART `B' and PART `D' Reference: C/D Section 02511, Sub-section 2.12, S-432 and S-436. Include: .1 Excavation to grade and disposal of surplus materials. .2 Supply and installation of hydrant, anchor tee and resilient seal gate valve and box and including any hydrant extensions and/or valve box and rod extensions as shown on the Contract Drawings. ' .3 Supply and installation of filler piece WM pipe regardless of length. .4 Supply and installation of mechanical restrainers. ' .5 Cathodic protection as per S-436. .6 Backfill with selected native materials and compaction. Note: Basis of payment - each. ' TEMPORARY FLUSHING HYDRANT - ITEM NO. 3.04.03, PART `B' and PART `D' ' Include: .1 Excavation to grade and disposal of surplus materials. .2 Supply of temporary hydrant meeting requirements of C/D Section 02511, 2.12 except for Storz pumper nozzle and inner workings of hydrant. ' .3 Complete installation of piping, hydrant, blocking, tie rods as per S-409 and removal upon completion. ' .4 Supply and installation of all other materials as required. .5 Backfill with selected native material and compaction. i r SPECIAL PROVISIONS -TENDER ITEMS ' CONTRACT NO. CL97-16 12. rNote: 1 Contract allows for installation of temporary flushing hydrants on sidestreet connections and at limits of watermain installation on Wellington Street where directed. .2 Hydrant shall remain the property of the Contractor. ' .3 Basis of payment - each REMOVE EXISTING HYDRANT COMPLETE - ITEM NO. 3.04.05, PART `B' rInclude: .1 Excavation. r .2 Removal and separation of valve and piping, cleaning, salvaging and transporting existing hydrant and appurtenances complete to the Orono depot. .3 Removal and disposal off site of existing secondary valve box. .4 Supply and placement of 20 MPa concrete plug in the ends of the existing watermain that is to be abandoned in place. The minimum length of concrete plug shall be 300 r n1m. .5 Backfill with selected native material and compaction. rNote: Basis of payment - each. r WATER SERVICE CONNECTIONS - ITEM 3.05.11, 3.05.12 AND 3.05.15, PART `B', PART `D' and PART `E' Reference: C/D Section 02511 and RMD Detail S-414. rInclude: .1 Cathodic protection as per S-414. ' Note: 150 mm dia. and 50 mm dia. services to the apartment complex will be in place to the street line prior to the installation of services under this Contract. The Contractor shall be responsible for removal of caps and making connections after watermain has been ' tested and chlorinated. MAIN STOP - ITEM NO. 3.05.01, 3.05.02 and 3.05.05, PART `B', PART `D' and PART `E' Reference: S-414 rInclude: .1 Supply and installation complete with saddle union adapter, connectors, etc. .2 Connection to new service pipe. Note: Basis of payment - each. i r 1 SPECIAL PROVISIONS -TENDER ITEMS 1 CONTRACT NO. CL97-16 13. 1 CURB STOP AND BOX - ITEM NO. 3.05.06, 3.05.07 and 3.05.10, PART `B', PART `D' and PART `E' 1 Include: .1 Removal of existing curb stop, box and rod. .2 Supply and installation complete as per RMD Detail S-414. .3 Stainless steel rod with brass pin. Note: .1 Basis of payment - each. 1 19 mm TEST POINT - ITEM NO. 3.06.01, PART `B' and PART `D' Reference: RMD Detail S-429 Include: 1 Supply and installation of all corporation main stops, valves, backflow preventers, copper tubing, fittings, etc. 1 .2 Removal of all main stops upon completion of testing and flushing. .3 Supply and installation of a brass plug in locations where main stops were removed. 1 .4 Backfill with selected native materials. Note: Basis of payment - each 1 1 1 i 1 i i 1 i i CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL97-16 i i i r STANDARD DRAWINGS PAGE ONE STANDARD DRAWINGS CONTRACT NO. CL97-16 STANDARD NO. DESCRIPTION Fig. 1 PAVEMENT STRUCTURE CHART Fig. 2 BRICK BOULEVARD - TYPICAL SECTION Fig. 3 SERVICE SUPPLY DUCT DETAIL Fig. 4 SUBDRAIN LOCATIONS OPSD- 216.010 BOULEVARD TREATMENTS - URBAN SECTION ' 218.01 SODDING OF SIDE SLOPES 310.010 Mod. CONCRETE SIDEWALK 310.020 Mod. CONCRETE SIDEWALK ADJACENT TO CURB AND GUTTER 310.030 Mod. CONCRETE SIDEWALK RAMPS AT INTERSECTIONS 310.040 UTILITY ISOLATION IN SIDEWALKS 310.050 SIDEWALK DRIVEWAY ENTRANCE DETAILS 351.01 URBAN RESIDENTIAL ENTRANCE ' 400.01 CATCHBASIN GRATES 401.01 MAINTENANCE HOLE COVER 561.010 INTERLOCKING CONCRETE PAVERS ON GRANULAR BASE ' 561.020 INTERLOCKING CONCRETE PAVERS ON CONCRETE OR ASPHALT BASE 600.04 CONCRETE BARRIER CURB AND GUTTER 608.01 METHOD OF TERMINATION 610.01 CONCRETE CURB AND GUTTER OUTLET 701.021 MAINTENANCE HOLE BENCHING DETAILS 701.030 1200 mm DIA. PRECAST CONCRETE MAINTENANCE HOLE 704.010 MAINTENANCE HOLE AND CATCHBASIN PRECAST ADJUSTMENT UNITS ' 705.010 600 mm X 600 mm PRECAST CONCRETE CATCHBASIN 705.030 600 MM X 600 MM PRECAST CONCRETE DITCH INLET 708.01 CATCHBASIN CONNECTION ' 708.020 SUPPORT FOR PIPE AT CATCHBASIN OR MAINTENANCE HOLE 802.031 RIGID PIPE BEDDING, COVER AND BACKFILL - TYPE 3 SOIL S _ 101 1200 mm DIA. PRECAST MANHOLE 107 DROP STRUCTURES FOR MANHOLES 111 MANHOLE STEPS 113 TYPICAL BENCHING DETAILS 114 TYPICAL BENCHING DETAILS 117 ROUND MANHOLE FRAME AND COVER 301 SANITARY SEWER HOUSE CONNECTION 304 BEDDING FOR PLASTIC SANITARY SERVICE CONNECTION ' 305 SEWER TRENCH DETAIL CLASS P 407 SUPPORTS FOR WATERMAINS AND SEWERS CROSSING TRENCH 408 100 mm TO 300 mm GATE VALVE AND VALVE BOX 409 HYDRANT ASSEMBLY WITH CONCRETE THRUST BLOCKS 414 19 mm AND 25 mm COPPER WATER SERVICE 423 P.V.C. WATERMAIN TRENCH BEDDING 425 TRACER WIRE AT VALVE BOX FOR P.V.C. 429 19 mm TEST POINT BY-PASS 430 RESTRAINED JOINT DETAIL FOR P.V.C. PIPE r STANDARD DRAWINGS rCONTRACT NO. CL97-16 2. STANDARD NO. DESCRIPTION r 431 JOINT RESTRAINING LENGTH FOR P.V.C. PIPE r 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. r 436 CATHODIC PROTECTION FOR HYDRANT ASSEMBLY 438 CATHODIC PROTECTION FOR VALVES AND FITTINGS 441 CATHODIC PROTECTION FOR EXISTING FERROUS WATERMAIN r CONNECTED TO PROPOSED NON-FERROUS WATERMAIN 501 Mod. PAVEMENT JOINT TREATMENT r i 1 1 r r r r r r r r r PAVEMENT STRUCTURE LOCATION 50mm 40mm 50mm GRANULAR 'A' GRANULAR 'B' HL 3A HL 4 HL 4 100mm 150mm 200mm 200mm 300mm 450mm TEMPERANCE STREET • • • • WELLINGTON STREET • • • • DIVISION STREET • • • RESIDENTIAL ENTRANCE • • COMMERCIAL ENTRANCE • • • PAVED BOULEVARDS • • MUNICIPALITY OF CLARINGTON TEMPERANCE STREET, WELLINGTON STREET, DIVISION STREET 'BOWMANVILLE' PAVEMENT STRUCTURE JULY 1997 CL96 PROJECT No. 12-10663 -16 FIGURE 1 VARIES VARIES 125mm CONCRETE O.P.S.D.-600.04 ( 30 Mpa ) 100mm GRANULAR `A' 50mm ADDITIONAL WIDTH AS PER O.P.S.D.-600.04 60mm INTERLOCKING BRICK PAVERS ON 10mm SAND BASE ' 55mm CONCRETE BASE ( 30 Mpa ) TYPICAL SIDEWALK WITH BRICK BOULEVARD CROSS-SECTION N.T.S. NOTES 1. BRICK TYPE SIMILAR TO TYPE USED IN EAST BOULEVARD OF LIBERTY STREET (KING STREET TO CONCESSION STREET) ' BOWM AN VILLE. 2. 20mm DIA. DRAIN HOLES THROUGH THE CONCRETE BASE, TO BE PLACED AT INTERVALS OF 750mm. HOLES TO BE ' FILLED WITH SAND. GEOTEXTILE TO BE PLACED OVER HOLES. 3. BRICK SURFACE SHOULD BE SEALED WITH AN APPROVED ACRYLIC SEALER. ' MUNICIPALITY OF CLARINGTON TEMPERANCE STREET, WELLINGTON -- STREET, DIVISION STREET 'BOWMANVILLE' 3 SIDEWALK & BOULEVARD DETAIL tA- 1 JULY 1997 tO PROJECT No. 12-10663 CL96-16 FIGURE 2 0 e t CONCRETE SIDEWALK AS REQUIRED INTERLOCKING BRICK 1200mm 75mm 75mm 75m m :. .' 100mm DUCT SCREENED SAND ' TYPICAL SECTION - SERVICE SUPPLY DUCT N.T.S. ' MUNICIPALITY OF CLARINGTON TEMPERANCE STREET, WELLINGTON STREET, DIVISION STREET ' 'BOWMANVILLE' 3 SERVICE SUPPLY DUCT DETAIL 1 JULY 1997 1 PROJECT No. 12-10663 CL96-16 FIGURE 3 0 TEMPERANCE, WELLINGTON AND DIVISION STREET RECONSTRUCTION PROJECT No. 12-10663 QUANTITIES - MISCELLANEOUS 150mm Dia.Perforated Subdrain 150mm Dia.Perforated Subdrain Station to Poslhon k p Station to Position Station and x X Reference Station and Reference Location a a Location Sub-Totals Brou ht Forward Sub-Totals Brou ht Forward 501.0 62.0 Wellington Street 1+170 to CB 9 LT 16.0 1+170 to CB 8 RT 17.5 CB 9 CB 15 LT 12.5 C88 CBMH 10 RT 9.5 CB 16 CBS LT 60.0 CB 11 CB 6 RT 57.0 CBS CB 2 LT 65.5 CB 6 CB 3 RT 64.5 CB 2 CB 21 LT 11.5 CB 3 CB 17 RT 12.0 CB 22 1+343 LT 9.5 CBMH 18 1+343 RT 13.5 Temperance Street 1+009 CB 13 LT 46.0 1+009 CB 14 RT 47.0 CB 14 CB 11 RT 59.0 Division Street 1+056 to CB 20 LT 2 1+050 CB 19 RT 8.5 CB 20 CB 17 LT 51.5 Sub-Totals Carried Forward: 501.0 52.0 Sub-Totals Carried Forward: 501 62 Totals 501 62 Totals 62 Unit m m Unit Item No. 10 10 Rem No. totten sims hubicki FIG. 4 }�— Sidewalk 0.3m min Note I. 0.5 Criginai_grou Pavement Grarular base Boulevard surface i ' 27 y 27•min 8%max 2% r iii .2/ �. : Rounding .,� _,37.: breakpoint 0.3m Granular Subgrade Typ subbase ' SOmm min Typ Pipe subdrain Typ CUT AND FILL SECTION WITH BARRIER CURB 1 Sidewalk 0.3m min Note 1 Pavement surface �O)n 5 Cri ina� row Granular base �_ 9 t t o1�� 27 27min 87.mox 27. °fr ��� ' , . Depth as _ specified ' 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 OP BOULEVARD TREATMENTS Date— - - - URBAN SECTION r _ _ _ [ OPSD - 216.010 M r r M M M M M M M M M M M M M = ml� M on Z:l slopesurfoceepe'I r ;.c i. . ryp sod Slaking , flush wifA a - • _ • / / and driven s do- • i _ j t`h ' Opp 100 � • • '• � - of/ • ' rk Subgrode elevation / on roadway frontslope of \ - ill •• - /• . NOTES: A For application to designated areas, B All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 1990 09 la 1 Rev 2 Date--.--- SODDING OF SIDE SLOPES --- ------ ---- OPSD - 218 . 01 ' Va in) •, •� ne m ru: at 0.3m ` BOULEVARD Concrete mm 'Aax e XoP� 2% to 10 X Slope 2% to 4% sidewalk 2% to ______— ' 12Smm R—Smm 100mm Granular Note 1 5-� TYPICAL. SECTION J s DUMMY JOINT Curb and gutter Expansion joint moteriol i 5-I r 0.25 T BOULEVARD R=0.5m Note i Typ 11 C 1i. •... � T r. •` w Y 1.5m .. �" c Typ Expansion joints CONTRACTION JOINT ' R=Smm Typ S Dummy . joints Typ ~ �' �� -• C Contraction ' r ••% n joints r Typ �f --4 {--12mm expansion joint material JOINT LAYOUT EXPANSION JOINT NOTES: ' 1 Sidewalk thickness at residential driveways A Alt dimensions are in millimetres or and adjacent to curb shall be 125 mm. metres unless otherwise shown. At commercial and industrial driveways, the thickness shall be lso mm. 2 Sidewalk width shall -be increased to 2.4m at schools, bus'stops and other high pedestrian areas. ONTARIO PROVINCIAL STANDARD DRAWING 1993 10 01 Rev MODIFIED Q�7 CONCRETE SIDEWALK Date •MAR.�1994 - S OPSD - 310.0101 1.Sm Note 2 ExGonsion joint material Finished rood S10 e 2% to •% �. surface _ r . .•. .. t 25 mm A f f • � � � V to t * t R=5mm Concrete R=5mm sidewolk f • • ` `y ZORANULAR 'A' 100 mm Curb and gutter 5-1 r as specified TYPICAL SECTION 5 C ; Y Expansion ° '� joint material . . f �, ►- • Curb and gutter DUMMY JOINT �-- ' 5 j}y- 0.25 T TYp Y Contraction ••I � 't', • � i ; joint Expansion i'_ '" f. ►� s v° joints �{ •., ' ° CONTRACTION JOINT l R=5mm Typ 5 tummy joints '• x Typ X V Contraction joint ,� Y ..J • a ` - 4 {-- 12mm expansion JOINT LAYOUT t joint material EXPANSION JOINT NOTES: ' 1 Sidewalk thickness at residential driveways A All dimensions are in millimetres or and adjacent to curb shall be F2amm. metres unless otherwise shown. At commercial and industrial driveways, the thickness shall be 150 mm. 2 Sidewalk width shall be increased to: — 1.8m when adjacent to curb on major roadways — 2.4m at schools, bus stops and other high pedestrian areas. ONTARIO PROVINCIAL STANDARD DRAWING 1993 10 011 Rev CONCRETE SIDEWALK MooIFtEO + _ P02 ADJACENT TO DatO _MAR.�1994 CURE AND GUTTER OPE,D — 31 Stop or yield Stop or yield = street street Expansion joints 2.5m TYP Ramp slopes ramp --� 8% max `V --- 1.5m Typ ' 0 1.Sm � Typ ------�� ------- .0� Expansion joint Curb and gutter material , Typ Curb and gutter Through street _ Through street y ' UNSIGNALIZED INTERSECTIONS Back of sidewal ' Expansion joint Directional lines Typ k Crosswalks Directional lines Typ o 1.3m apart and - \ � '- 1.5m long — min s Typ ' Curb and -------- gutter 0 L1.0 1.5 1.0 Gutter line Lo Full curb RAMP ELEVATION height ,0 's /•0 � l Curb and gutter 1 I Finished road ' surface Expansion joint material SIGNALIZED INTERSECTIONS 2.5m Sock of sidewalk ' slope 8R max 5% desirable 150mm min Curb and gutter Sidewalk romp as specified TYPICAL RAMP SECTION ' NOTES: A Directional lines shall be 10x10mm made B All dimensions are in millimetres or with grooving tool having a 15mm radius. metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1993 10 01 Rev � OP CONCRETE SIDEWALK RAMPS vote______ — S AT INTERSECTIONS roPSD _ 310.030 Sidewalk i f-' F TYP ' Note 1 ( 1 ' Curb Typ Catch basin Face of curb Expansion joint TYp ' material CATCH BASIN Expansion joint Note 2 Expansion joint material Note 3 t Maintenance hole UTILITY APPURTENANCE _ joint J Expansion j P Note 2 1 ' Provide a minimum of 100mm clearance Pole Asphaltic concrete around pole Note 4 UTIM 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 1 Rev UTILITY ISOLATION - - - - - - - - S tom . Date IN SIDEWALKS OPSD - 31 0.040 w r■s wilt � a � � � �■ s � � � li � � � � ■� 1 0 Driveway varies_ Driveway varies A B E E E _—t t_ LD N CL— C D I --�-0.5m min Boulevard Curb and g 4J A 1.5m min —Y Sidewalk depressed B Curb and gutter to match dropped curb for driveway entrance Sidewalk depressed FULLY DEPRESSED to match dropped curb for driveway entrance PARTIALLY DEPRESSED SIDEWALK AT DRIVEWAY ENTRANCE—PLAN Transition section Sidewalk Transition Dropped sidewalk Dropped sidewalk ESidewalk section 9 SIDEWALK WITHOUT BOULEVARD SIDEWALK WITH BOULEVARD SECTION C—C SECTION D--D Curb and gutter 2% min � 150 mm I--Varies C 4% 2% min f-- 4% Note 1 Typ -;. a , • Varies SECTION B—B SECTION A—A MOD. NOTES: 1 At commercial and industrial ONTARIO PROVINCIAL STANDARD DRAWING 1993 10 01 lRed drivewa s the thickness shall be Lj50jmm. OP A All dimensions are in millimetres SIDEWALK DRIVEWAY ENTRANCE Date — — — — — — — — S or metres unless otherwise shown. Date DETAILS tOPSD - 310.050 A r+ 4.Om PDouble 60m Sidewalk > I o I E n t r a n c e Bcuievard I Curb and gutter r Dropped curb ' � Note 4 0.4 0.4 ' 0.3m A L+ 0 — min min PLAN i ' S,dew /k 0.4 •4 DAD ' ISOMETRIC VIEW 3.0 3.0 Jar 8y SW or SW and Blvd Note SAG SW Blvd 6y Note 3 Note ) �-Dropped curb Z. Note ) 47max1 8�, � ' I mox CREST 67.E Note 2 47., Note 2 2 ' 8y. Not` 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 ENTRANCE WITH BOULEVARD I OPSD - 351 .01 923 " 1 25--4 1-- 600 I ti N 552 109 o N 19mm dio.rod 64 - 32� rn l� � le p — — , 44 N co N fn F�3, , 1 1 � , OD CY * 51 et In CY 102 Icn tO 76 N Q '°� \ \ \\ \\'� 1 1° 7F , \ \ \ I I 102 51 66 -+� \ \ 1 CD _ f .L 1 ,n h � I � I I 'fir\ i\ t � ` i •1 , T FJ 19 � � ,n �32 ' B ?0 N GRATE PLAN SECTION C-C 152 R=838 R.-4.57m MM FRAME PLAN SECTION B-B � �'-178 25M 25mm 657 — 17 623 I7 I R=25mm 9 !02• R=25mm �r-13mm (TrD) Slot I detail SECTION D-D SECTION E-E below---t 32 �' ( N -o o ----- - -M- -= M N ° j NOTE: _.co- - _e,--- �- II A All dimensions are in millimetres unless otherwise shown. �--105--{ 615 l 105-�T SECTION A-A f ONTARIO PROVINCIAL STANDARD DRAWING Date 1987 03 31TRej I �--i T2 Date N z9 L' , R-14.5mm CATCH BASIN, CAST IRON , ----- T" '— SLOT DETAIL FRAME & DISHED �' SQUARE GRATE - - OPSD - 400 . 01 �t��' I�.,�•%a I/I 1�1 Ilil ul ICI ICI it lii Ia �.I • �� � : ��I ICI lei IYI ICI I!I 1�1 ♦ / li �I ilaii�■I I. �� ♦ eywad '! ul !►II I ICI IIII I/I ICI ICI ICI ■I I.I. i■I■,�I�lii■' ls1m also I. typical ,� ,�I ICI ICI I►�1 ICI liil UI ICI lil 1�1 It Irl iil I■I I■I ICI uil ■t •I I• I■ •■ - - - - - ■ ■ ■ 1 ■ ■ ■ fl Ifl Ifl .fl 101 IIII I/I I%I ICI Ifl Ifl �I Iwl IwI ICI �I ii lil In Its in is Me �.I I■1 GI I.I I.I IIII LI I■ . It . ■i Ifl Ifl i01 I/I IIII 101 Ifl I\l ICI If •■ ■ 11 ■■■ ■_ i. ��I �I LI t■I ■I ull I� I•MIGIMIN ■I G- � 'fl lfl l�l If1 to 1111 1�1 VII 1fl Isl If ■■ ■ ■ 11 ■ ■ ■ 11 ICI I� I! �� •I lil ■I IIP I• I■ Ig I■ �� ,: Ifl ICI 11 11 liil - -�■ ■ 11 ■ ■ - • � ICI Itl ICI 1(11 lil ICI ICI �!I ICI !I�'!'�I!' I� u y.•. ,j .I ■ in to �,• w ICI lil liil lei it iip/ii�iq iiiiq iii .�r�ri•�r�i.�r�i ��i ��/ • ONE= • • • - • V: IIIVA UM Ulwol V I• ' ' 10110" MAINTENANCE HOLES CAST IRON, COVER AND SQUARE FRAME OPSD 40 1 .01 • � � s 1. 1. � it III�1 � illy >. l� lll� � � � ill• � � Boulevard/Sidewalk Curb and utter, Note 2 Concrete 9 edge restraint Concrete pavers, Note 1 Joint sand Typ T77,77/- ► ► . 25-40mm , ► bedding sand as specified ► Granular base and subbase as specified ° i 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 °sP _ ON GRANULAR BASE OPSD - 561 .010 r r r it r rr rr rr lr rl �r r rr rr rr r rl r rr Concrete Asphalt pavement edge restraint Concrete pavers, Note 1 Curb and gutter Joint sand Note 3 Typ 25-40mm bedding sand ' ►. ' .� o _ as specified o' , a• " . a . ° ' Concrete base a Granular base Concrete or asphalt base Note 2 Note 2 Subgrade Subdrain, Note 3 VEHICULAR NON--VEHICULAR NOTES: 1 Concrete paver thickness: — for vehicular traffic — 80mm min: — for non—vehicular traffic — 60mm min. 2 Provision is to be made for drainage of bedding sand at low points and selected intervals through concrete or asphalt base to suit subgrade conditions. 3 This drawing to be read in conjunction with OPSD 200 and 600 series drawing. ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 jRevj A All dimensions are in millimetres or metres unless otherwise shown. OP INTERLOCKING CONCRETE PAVERS pate- - = - - - - - S ON CONCRETE OR ASPHALT BASE OPSD - - 561 .020 1111• i� i� Ills I� �■ I� I� �., ii ll� �, III lid io 1. •Ilry . � I� -e U o Dropped curb at 0 0 entrances c Thickness Typ Thickness of sidewalk i of sidewalk 25 300 50 150-•i 25 -- 300 -- 50 150 --{ Finished road q surface `1' ° Z - ti Z O I "' ° 25 30 >u C N • . •'' N r 'j' .Note 3 r Note 3... M---------- 52.5 .-...-.----------- 50 —� F-- 50 -- 525 I, TANGENT Additional 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.Om, except in conjunction with ONTARIO PROVINCIAL STANDARD DRAWING Date 1990 09 14 Rev guide rail, it shall conform to OPSD-900 Series. C 0 N C R ETE BARRIER CURB Date D All dimensions are o millimetres WITH STANDARD GUTTER unless otherwise shown. FOR FLEXIBLE PAVEMENT OPSD - 600.04 3.8m Termination 150mm Curb and min gutter Co 1 t 1 Gutter line I PLAN 40 -� 225 � N END VIEW 1 ELEVATION MOUNTABLE CURB AND GUTTER ' Curb and gutter 3.8m Termination 150mm min v i 1 Gutter or Z ; curb line I i 1 i ' PLAN Varies I-- N END VIEW ----------------------- ELEVATION BARRIER AND SEMI—MOUNTABLE CURB AND GUTTER ' NOTES: 1 Slope to match existing shoulder. 1 A This drawing is to be read in conjunction with OPSD-600 series curb and gutter drawings. B All dimensions are in millimetres unless 1 otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 11991 12 161 Rev 1 2 METHOD OF TERMINATION Date FOR CONCRETE CURB AND GUTTER FoPSD - 608.01 rr rl� �r r r r . rr rr r�, rr irr r■�I_, rr rr r rr r r■� rr Saw cut Y r+ Saw cut Standard pavement Back of curb curb and gutter Half pavement width ---I ` __ I Top of curb o j See details Pavement top course > below5 --------------- i Curb and gutter_- i Gutter line >_:: Pavement I I ---------------� : ',.�" base course Adjustment units 150 �— --1 Min of one `• Max of three I I Edge of pavement SECTION Y—Y I ( 0 0 I x ?X 50 T-1 1so Y L+ 1so �12s ••� it ,�. Gutter tine Frame and grate 1 10mm PLAN Pavement top course �• • . 'l •: Saw cut Sow cut 0 A Varies 5-15mm - BARRIER CURB SEMI—MOUNTABLE 00 �--300 BLE or MOUNTABLE o• . , � . . CURB AND GUTTER DETAILS 25 SECTION X—X i. 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 11991 12 16 1 Rev 1 1 CONCRETE CURB, AND GUTTER Dote _ _ _ _ _ BARRIER OUTLET - - - - - - - - - - - - - - CURB AND GUTTER AT CATCH 'BASIN OPSD — 610.01 r ' 1. Right angle bend 2. Tee connection 3. Three way junction iimo \ + / + ♦ / 4. Four way junction 5. Straight through 6. Dead end 8.1 As specified; ° min O/2 ° Co;crete° 50mm min . 7. Wye connection 8. 45°bend Section NOTES: A Concrete for benching to be 30MPa. B Benching to be given wood float finish, channel to be given steel trowel finish. C All dimensions are nominal. D All dimensions are in milimetres or metres unless otherwise shown. ' MAXIMUM SIZE HOLE IN THE WALL IN PRECAST RISER SECTIONS Maintenance No.7 ' Hole Diameter Norm 4 No. mm No 6 Nro m8 Inlet Hole Outlet ntrrHole 1200 700 860 780 700 860 1500 860 1220 960 860 1220 1800 1220 1485 1220 1220 1485 2400 1485 2020 1760 1485 2020 r ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 1 Rev MAINTENANCE HOLE - - - - - - - - - - S DETAILS Date — _ _ — — _ - ), BENCHING OPSD -- 701 .021 2-15M O 150mm —��� 2-15M O 75mm� ti ♦1 C3-15M O 150mm 2W n,12�m�� A I ++ A 2—ibM O 150mm /y / ' \ Flat sap � � dia \ / p O Topered top PLAN 15M 2-15M O 75mm 3-15M O ibOmm 230--1 I`M"1 1`230 PLAN C C C Ciro 1 I 250mm /m I 1475mm di. g � 205'I I'eea"`I L 125 200mm ek I--- 125 PLAN II I��I SECTION A—A SECTION B—B TAPERED TOP FLAT CAP mew section I 4-15M O 300mm 0c 4-15M O 300mm 0C eoah way eooh way 125--{ I--1200mm dia 125 tf a t �' -}— ------------- b wfsokm D D E E H E f S riser okortrotlw O � ® 3 15M bent bar N I wwF Cif steel: every 3rd bar `o X IPLAN MCMI /m PLAN oa shown >' —{- 125 �-1200mm dta L �125 wwF clro steel: SECTION C—C varl" from [a] 2Wrnm2/m 1475mm eta-- 15M bent bar RISER SECTION e00mm to mox 2�OOmm, every 3rd bar NOTES i50mm increrrrsrrts _ os shown 1 Precast bases are available for depth ote E of bury greater than 10.0m. ote E g SECTION E—E A All reinforcing steel shall have SECTION D—D N BASE SLAB 25mm minimum cover. MONOLITHIC BASE 10.Om max B Steps according to OPSD-405.010 and 10.Om max Note 1 OPSD-405.020. Note 1 C All dimensions are nominal. ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev D All dimensions are in millimetres or metres unless otherwise shown. PRECAST CONCRETE MODIFIED— — — °sP E 100mm Dia. opening to be provided in — — — — — base. Terrofix 270R to be placed between MAINTENANCE HOLE COMPONENTS Date MAY_199_7 base and granular bedding to cover � 200mm DIAMETER — opening. O PS D 701 .030 rw . irs r irr ■r r rr rr r rr r� rr r� rr r ■r rr rr ■r� Pavt Curb with Cu u e it Grate reference elevation I (L gutter —pavt g (� ,� Frame to be Ty _ i�� 1 Standard frame rt--�--r R�--r— n set in a full „ ", T 450mm r1J-T--i7�mortar bed and grate _._ CJ J- -_L7 maximum to Typ yP first step Typ Note 1 ,; Adjustment units. minimum of one, ' --------- maximum of three j Typ —300mm ` e d • • v TO ' Af SECTION THROUGH SECTION THROUGH TAPER TOP SECTION THROUGH CATCH BASIN FLAT CAP Maintenance hole step Note 1 ---------- -- 1 -----------� / Adjustment units Adjustment units for — for catch basins maintenance holes Frame and grate, or cover _ _ with square with round openings. —'�-' openings. -----, Available in sections f—"- Available in or continuous units I I sections or 1 continuous units czD1 Toper top \` Flat cap I I — Catch basin Riser section NOTES: 1 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. A Adjustment units shall not extend ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev beyond the outside edge of the structure. MAINTENANCE HOLE AND 0 CATCH BASIN PRECAST CONCRETE o ate — — — — — _ ADJUSTMENT UNITS OPSD -- 704.010 150mm B r* overlap ' ALTERNATE STANDARD HEIGHTS A A A 1980mm A wWF B 1830mm ' 1 185mm 2/m, C 1520mm each way B PLAN 830 830 ' 115 600 115 115 600 115 v u Ica � quo v Q:v + / Knockout t2 TO Note 2 r;; Note 2 t • L 250 I C I v= + o � t E WWF E t Outlet hole t o£ 185mm 2/m. " o o E Note 1 to each way _ E 0 E to E o t a t 300mm _ m all sides TYP t t �_j♦J ote G Granular ote G ' NOTES: SECTION A—A bedding SECTION B-13 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. e 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 G 100mm Dia. opening to be provided in a minimum thickness of 300mm all base. Terrafix 270R to be placed between around the catch basin. base and granular bedding to cover opening ONTARIO PROVINCIAL STANDARD DRAWING 1996_ 09 15 Rev PRECAST CONCRETE - _ MODIFIED_ - - S Date MAY 1997 CATCH BASIN S 600mm x 600mm, DEPTH - 4.Om MAX I OPSD -- 705.010 r A r+ r � 775mrn --•--� Grate reference elevation r 6 I I Sg r ( I •�• o I I I I a I + I a j 0150 . 600 150 E I Outlet hole ( E WWF E Z E l Note 1 I E 185mm z/m, 150 I ( 150 �° each way o 0 600 ----1 Iv 300mm ' �--- Lt- 61 --i Tf1 sides I r Tom. YP 1- T L- ---_ - --- --------- ----J � Granular A — ote H bedding ate H FRONT VIEW SECTION A—A 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 10De o b slope is to be 6:1 or flatter. 2:1 670 52 r B All reinforcing steel shall have 25mm minimum cover. C Granular bockfill 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. 6:1 608 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 100mm 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 Date MAY 1997 ' 600mm x 600mm, DEPTH 4-Om MAX I OPSD — 7059030 i Catch basin connection f22.5'or 45' Pipe bend Granular bedding H Undisturbed ground J , o .0 / .� j / 100mm min L Sewer main / Concrete bedding / a Min width 600mm ' . Tee Note 1 max Construction line e ° 1 50m min = RISER DETAIL Catch basin connection ' 22.5' pipe bend Tee Note 1 1 Sewer main 45­— NOTES: max , 1 For sewers smaller than 450mm dia connections must be made using approved Bedding as specified factory made tees. For all other sizes, i either factory made tees or approved saddles may be used. 1 A Concrete to be 20MPa at 28 days. 8 All dimensions are in millimetres or metres unless otherwise shown. CONNECTION WITHOUT RISER ONTARIO PROVINCIAL. STANDARD DRAWING Date 11992 12 15 1 Rev 1 2 CATCH BASIN CONNECTION Date _ ___ _ _ _ 1 RIGID PIPE SEWER 0 PSDr - 708.01 � 1. wr � l� � � i� � i� lily � a � � � � t•■ l� CONCRETE CRADLE FLEXIBLE, WATERTIGHT CONNECTOR FLEXIBLE JOINT RIGID PIPE RIGID AND FLEXIBLE PIPE RIGID AND FLEXIBLE PIPE r ' . E ,. o 0 E + O a E r, f' e 0E 300mm min For installation of these connectors Flexible joint to be placed within 300mm refer to manufacturer's instructions, of wall of structure �•',',';'; A full length of pipe may be used in conjunction with a flexible, PLAN —T watertight connector. ', { 300mm min Catch basin or maintenance hole ' L^ Granular backfill-- ,' Granular backfill—{=i'•,' ( N! ;«7 Granular bedding ELEVATION . I x x x x x � �• x x x �v�•L1L�tf�ti a. tia[.. 300m a min Granular bedding Note 1 9 ELEVATION NOTES: ONTARIO PR0 ANCIAL" STANDARD DRAWING 1 996 09 15 Rev 1 Pipe to be supported with minimum 15MPa concrete to the first pipe joint. S U P P 0 RT FOR PIPE AT CATCH — — —_- - - - --— — °SP E A All dimensions are in millimetres BASIN OR MAINTENANCE HOL Date �, _ or metres unless otherwise shown. OPSa - 708.020 PIPE IN SUPPORTED PIPE IN UNSUPPORTED PIPE IN UNSUPPORTED PIPE IN SUPPORTED EXCAVATION EXCAVATION EXCAVATION EXCAVATION Note 4 OD Subgrade OD Typ 2 2 00mm min, TYp Clerance Support system— 1 Backfill material. 1 .. see table,bleu Typ For culvert frost treatment 1.5 Note 3 Typ D Cover material D 0.1500 300mm min, Typ ° Compacted granular bedding material Note 1 — Bedding grade OD Typ OD 2 2 0.6 00 0.500 Note 2 Note 2 CLASS B — BEDDING CLASS C — BEDDING NOTES: 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 Clemm Clearance 2 The pipe bed shall be shaped to receive the bottom of the pipe. 00 -- Outside diameter mm 3 Pipe culvert frost treatment according to OPSD-803.030 and 803.031. 900 or less 300 4 Condition of trench is symmetrical about centreline of pipe. over 900 500 A Soil types as defined in the Health & Safety Act and Regulations for Construction Projects. B Protection against heavy construction equipment according ONTARIO PROVINCIAL STANDARD DRAWING .1996 09 15 Rev to OPSD-$08.010. RIGID PIPE BEDDING, SP C All dimensions are in millimetres — — — — — — — — — — or metres unless otherwise shown. COVER AND BACKFILL Date _ — _ — _ _ TYPE 3 SOIL - EARTH EXCAVATION 10PSD -- 802.031 MANHOLE FRAME E COVER ' f - 7`mm .LEARANCE FOR TOP TWO STEPS ONLY SEE NOTE 5- SEE NOTES CONCRETE CAP MAXIMUM 300 mm BRICKWORK e.._ CEMENT BRICK SET IN 3 PARTS . ". .230 685 mm OIA. .♦3(Y SAND, I PART CEMENT MORTAR WITH 2 683 mm OIA. 230- 15 mm PARGEO ON OUTSIDE,.SEALED WITH TWO COATS OF BITUMINOUS PAINT. N s !e MANHOLE SECTION TO MEET A.S.T.M.--� • e' SPECIFICATION C-478 OR EQUIVALENT \ ° eJ. �a ♦ fq; w 130 1200 mm OIA. ISO 130 1200 mm DIA. 130 PARGE OUTSIDE Of JOINTS z PRESS SEAL OR EQUIVALENT RUBBER GASKET � 1 W � _ C U 2 E ♦ 127 e C O _ n t A J !: 4 MI 20 MPa CONCRETE BENCHING TO BE FORMED f r SEE TABLE—' AFTER MANHOLE IS ERECTED "e. \,\+�/ 1 MIN.Of TS mm Of M mm CRUSHED STONE COMPACTED 146_0 mm OIA. SECTION A-A SECTION 8-8 _ 2001 683 mm O(A. '+. 0 •' 4' HEIGHT OF BENCHING ABOVE INV.OF OUTLET PIPE MANHOLE SECTION TO MEET A.S.T.M. - 'e. a PIPE 300 330 375 mmOTO mm - SPECIFlCATION C-478 OR DIAMETER 200 mm mm mm aMm INCLUSIVE ' -a! BENCHING O S PIPE 173 OS PIPE try PIPE. 1200 mm OIA. • 130- REWIRED DIA. mm DIA.430mm DIAi75 mm p (LOWEST BENCHING. SHALL GOVERN.) 8 PRECAST FLAT TOP N07ES: 1 1 1. PRECAST CONCRETE BASES SHALL BE USED ONLY WHEN GROUND CONDITIONS. I , ARE DRY AND FIRM (STRUCTURALLY SOUND). 1 ( 2. TOP OF BENCHING TO BE SLOPED AT 2 % TO CHANNEL. 230 3. ANY PIPES ENTERING THE PRECAST SECTIONS, MUST NOT ENTER AT A A A MANHOLE SECTION JOINT. 4. LIFTING HOLES IN PRECAST SECTIONS TO BE COMPLETELY FILLED WITH 3 PARTS SAND, 1 PART CEMENT MORTAR AND POINTED BEFORE BACK-FILLING. IN yty I i 5. MANHOLE STEPS: TO BE POSRIGNEO AS PER STANDARD SiU. \ / 6. PRECAST FLAT TOP TO BE USED WHEN TOTAL HEIGHT OF PRECAST SECTION IS LESS THAN 1.80 m. 7. GASKETS TO BE PLACED AS PER MANUFACTURERS SPECIFICATIONS. 8. FOR MH.DEPTHS GREATER THAN SO m A MANHOLE SAFETY GRATING IS REQUIRED PLANj 1 MAX SPACING BETWEEN SAFETY GRATES IS 3.0 m., 1 f 9. FOR DEPTHS GREATER THAN?5 m THE MANHOLE MUST BE INDIVIDUALLY DESIGNED. 1 f 10. 19 mm CRUSHED CLEAR STONE SHALL BE PLACED UNDER PIPE,AT THE MANHOLE, TO THE FIRST JOINTS. 11. THE FIRST PIPE LENGTH OUT OF THE MANHOLE SHALL NOT EXCEED 1.80 m. ALL DIMENSIONS IN MILLIMETRES EXCEPT WHERE NOTED f2. FOR BENCHING DETAIL SEE 3TJ. OWG, No,5-113 THE REGIONAL MUNICIPALITY OF DURHAM DEPARTMENT OF.WORKS CMECKEO REVISION No, 5 APPROVED 1200 mm PRECAST CONCRETE MANHOLE QATE 1986 05 GATE (FOR SEWER SIZES UP TO 600 MITI ON STRAIGHT RUNS) C _�O 1978 03 10 J ' SEE NOTE 5 SEE NOTE 5 w /- U L L W J W O Q L� °–� BEDDING MATERIAL AS ¢ q; / BEDDING MATERIAL AS z PER S-401 OR S-305 ° a PER S-401 OR S-305 ;v 4 STANDARD 'Y' FITTING w 4; STANDARD 'Y' FITTING REVERSED °-� REVERSED SEE NOTE 5 ? STANDARD 457 ELBOW STANDARD 45• ELBOW 4; 4 SEE NOTE 5 20 MPa CONC. (150 mm) �< °'� STANDARD 90' ELBOW TO UNDISTURBED SOIL CONC. FILLET 20 MPa TYPE A TO UNDISTUURBED 1SOILmm) NO TEES SHALL BE USED (TYP.) TYPE c a '�4 L k:1 4 . •i 4 / SEE :d 4' BEDDING MATERIAL AS 4; NOTE 3 / PER S-401 OR S-305 a f a BEDDING MATERIAL AS i SEE NOTE 5 ° .� '� PER S-401 OR S-305 n 20 MPa CONC. (150 mm) ;° d. SEE NOTE 5 TO UNDISTURBED SOIL 4• -' 4 a '4it 20 MPa CONC. (150 mm) SECTION A-A 0 i i TO UNDISTURBED SOIL A DROP STRUCTURE TYPE A OR 8 SECTION B—B 2 MANHOLE STEPS REQUIRED WHERE 'D' EXCEEDS 1800 mm B B ` 4 NOTES: - - -�lt 1. FOR SEWER SIZES UP TO 450 mm DIAL THE DROP PIPE SHALL BE THE SAME SIZE AS THE INLET PIPE. FOR SEWER SIZES GREATER THAN DROP STRUCTURE 450 mm THE DROP PIPE SHALL BE ONE SIZE TYPE A OR B SMALLER THAN INLET PIPE. FOR MH SIZE 2. OBVERT OF CROP PIPE TO BE LEVEL WITH OBVERT AND BENCHING OF OUTLET PIPE AND BENCHED TO THE OBVERT SEE NOTE 3 OF THE OUTLET PIPE. DETAILS SEE 3. DROP STRUCTURE TO BE ENCASED IN A MINIMUM S-113 OF 150 mm OF 20 MPa CONCRETE. MANHOLE STEPS TO BE PROVIDED ON OUTSIDE FACE OF A OUTLET PIPE MH. DROP STRUCTURE TO BE STRAPPED TO PLAN STEPS WITH STAINLESS STEEL BANDS. 4. MAXIMUM VELOCITIES SHOWN IN TABLE INDICATED THE MAX. FLOW VELOCITY IN INCOMING PIPE ' WITHOUT OVERSHOOTING . TABLE OF MINIMUM DIMENSIONS do MAXIMUM VELOCITIES 5. ADJUSTMENT IN 'D' AND 'L' TO BE MADE THROUGH THIS SECTION OF PIPE. DROP. PIPE TYPE 'A' I TYPE '8' MAX. VELOCITY GRADES NOT 6. ALL CONCRETE IN DROP STRUCTURE TO BE DIAMETER D. 'L' '0' 'L' M/S TO EXCEED 20 MPa AT 28 DAYS. 200 600 750 1200 t050 1 42 1,80% 7• MINIMUM DIMENSIONS BASED ON USE OF STANDARD CONCRETE FITTINGS. 250 636 801 1275 1050 1 55 1.60% 300 699 900 1425 1125 1 70 1.50% 375 900 1125 1875 1200 1 92 1.42% 1 450 975 1200 2025 1275 2.16 1.429. GRADES BASED ON MANNING FORMULA AT 82% FLOW. ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED., THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT 1 CHECKED: REVISION NO.: 7 APPROVED: DATE:. 1995 02 DROP STRUCTURES FOR MANHOLES DATE: S-107 1978 03 10 t27 VARIES CLEARANCE N 75 VARIES CLEARANCE • N , �f 1 MAN TOLE WALL 1- AIAtt10LE r i °f N i N VARIES i 1 � R=16\ N 1n \R•16 VARIES N 1B1 "6 TYPE o FOR USE IN BRICKWORK ONLY m i � R=16 _ MIN.90 00 TYPE TYPE MIN.120 FOR POURED IN PLACE MANHOLES c -- e 0 13 EXTRUDED�o=A CIRCULAR SECTION 6 B 8-13 NOTES 0 1. MATERIAL FOR STEPS TO BE ALUMINUM ALLOY 65 ST 4 (ALUMINUM CO. HOLLOW CIRCULAR OF CANADA SPECIFICATIONS). 20 ALUMINUM STEP 2. DISTANCE BETWEEN STEPS TO BE 300 mm. 3. DISTANCE FROM STEP TO TOP OF BENCHING TO BE 300 mm MAXIMUM. L=r140 4 DISTANCE FROM BASE OF FRAME TO FIRST STEP TO BE 75 mm. 5. LAST STEP TO BE 300mm ABOVE BENCHING OR 600mm ABOVE INVERT FOR PIPES LARGER THAN 600 mm 0 OR 150 mm ABOVE SPRINGLINE A — - A FOR PIPES 1200 mm 0 AND LARGER 210 6. TWO COATS OF STATIC ASPHALT PAINT OR APPROVED EQUAL, ON EMBEDDED SECTION. T. HOOK TO BE PLACED UPRIGHT IN BRICKWORK OR CONCRETE AS POLYETHYLENE ANCHOR REQUIRED. INSULATING SLEEVE 8 RUNGS TO BE PLACED ON BLANK WALL. TYPE t�l FOR PRECAST MANHOLE SECTIONS ALL DIMENSIONS IN MILLIMETRES EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT 4 DATE 1988 os 12 AolqwED MANHOLE STEPS DATF. IS78 05 f0 S-111 f NOTE!CHANNEL IN DEAD END MANHOLE TO FINISH �E i 225 mm FROM UPSTREAM WALL I I 1 i i STRAIGHT RUN 1Y1 JUNCTION •' M ' I 4tp I i ' 450 BEND 90° BEND HEIGHT OF BENCHING ABOVE INVERT OF OUTLET PIPE PIPE UP TO 300 350 375 400 600 GREATER DIAMETER 250m m mm mm Bmm TO THAN INCIUSNE INCLUSIVE 600 mm BENCHING 0.5 PIPE 175 06 PIPE 04 PIPE BENCHING q To 1 REQUIRED OIA mm DUi DI*-- F TOP OF PIPE (LOWEST BENCHING SHALL GOVERN) MAX. PIPE SIZES ALLOWABLE FOR PRECAST MANHOLES MANHOLE DIA. 1200 1500 1800 I 11 I INLET OUTLET INLET OUTLET INLET OUTLET STRAIGHT RUN 600 600 825 825 1050 1050 450 BEND 525 525 750 750 '900 900 ;a;= 900 SEND 450 450 675 675 825 825 NOTES '�a, L 20 MPa CONC. BENCHING TO BE FORMED IN ALIGNMENT EXEEDS 15! t o-• AFTER M.H. IS ERECTED. 5. ALIGNMENT OF SEWER TO EXTEND A 2. ALL BENCHING TO BE SLOPED AT 2% MIN_OF 150 mm INTO AIH.BEFORE A CHANGE_ TO CHANNEL. IN ALIGNMENT BEGINS. 1 3. BENCHING TO BE 225 mm MIN.WIDTH. 6. THE MAXIMUM ALLOWABLE PIPE SIZES FOP. 4. TO PROVIDE ADEQUATE BENCHING.THE C, PRECAST MANHOLES PROVIDED IN THE T-13L£ RADIUS OF THE MH.BENCHING SHALL BE ONL'T E S1IZZ£OFRMA TRASITION HOLE R'OVIREDES 1 T I JUNCTION EQUAL TO OR GREATER THAN THE INSIDE y FOR'Y' AND T' JUNCTION WILL BE OIA. OF THE LARGEST PIPE FOR JUNCTION 11J DETEP.MINED AT THE TIME OF ENGINEERING OR TRANSITION MR'S WHERE THE CHANGE SUBMISSION. ALL DIMENSIONS 104 MILLIMETRES EXCEPT WHERE NOTE' THE REGIONAL MUNICIPALITY OF DURHAM DEPARTMENT OF WORKS CHECKEDi C / p REVISION 11e: 2 A TYPICAL BENCHING DETAILS DATE 1985 05 20 DATE rove oa 10 FOR PRECAST MANHOLES S-113 NOTE f CHANNEL N WAD ENO 'I M.K.TO FINISH 225 mm FROM UPSTREAM WALL I ' I STRAIGHT RUN 'Y' JUNCTION ---- - MIN. � � MIN. -T I Al I 450 BEND 90° SEND NOTES L 20 MPA CONC.BENCHING TO BE FORMED AFTER MM. IS ERECTED. Z. ALL BENCHING TO BE SLOPED AT 2% TO CHANGE-. 3. BENCHING TO 85 225 mm MIN. WIDTH. It TO PROVIDE ADEQUATE SENCHING.THE E RADIUS OF THE MH.BENCMING SMALL BE EQUAL TO OR GREATER THAN THE INSIDE DIA.OF THE LARGEST PIPE FOR JUNCTION OR TRANSITION MM'S WHERE THE CHANGE OF ALIGNMENT EXEEDS 15! ---_ 5 ALIGNMENT OF SEWER TO EXTEND A MIN.OF 150 mm INTO M.H.BEFORE - A CHANGE N ALIGNMENT BEGINS. j HEIGHT OF BENCHING ABOVE INVERT OF OUTLET PIPE ' PIPE u' TO 300 350 375 400 60U GREATER DIAMETER 12Nr50LISSIVE mm mm Bmm 1N^LUSNE 6O0 Amm t. BENCHING 0.5 PIPE 175 0-5 PIPE 103 PIPE BTO TNG REQUIRED O(A. mm OIA!50mm DIAtTSmm OF PIPE I (LOWEST BENCHING SHALL GOVERN) i ' 'T' JUNCTION ALL DIMENSIONS IN MILLIMETRES EXCEPT WHERE NOTE' THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT Vii{ E] ftEVISICm w 3 TYPICAL BENCHING DETAILS NwE 1985 0527 TE y�� o� fa FOR SEMI—PRECAST MANHOLES S-114 LIFT HOLE !� 1(��1 `,L�-- M (01 13 M ® 0000 ® ® ®q A C C L!0 0 ',� MM ® J k003 ® MMMM1� MM ® ®® MM ® ® ' - SEWER OR WATER COVER PLAN 4.5 MAX. 524 CLEARANCE u4 29 FRAME PLAN .� 16—J L - 27 SECTION C-G 676 624 1 49 578 575 � 23 i N 667 � N 845 /� yCT E S: SECTION A--A 1• ALLOWABLE TOLERANCE FOR DIMENSIONS OF 300m ' OR LESS K s 3 mm 2. ALLOWABLE TOLERANCE FOR DIMENSIONS GREATER THAN 300 mm AND UP TO 900 mm INCLUSIVE IS t 6 mm 3. THE INITIALS OR MARK OF THE MANUFACTURER ARE TO BE DISTINCTLY CAST IN RAISED LETTERS ON BOTH FRAME AND COVER AS WELL AS THE DESIGNATION SEWER' OR 'WATER' A ' DIMENSIONS IN M aTRC FYCFPY VMgac T<r THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT owo ROUND MANHOLE FRAME aATE 1985 0413 AND CLOSED COVER VER 961-04 .01 S 11 7 I = 1 1 PROPERTY LINE OF ROAD ALLOWANCE I_. FINISHED SHOULDER GRADE E E BELL END a o WITH PLUG OR SHORT LENGTH OF A.C. OR V.C. of 9) COUPLING WITH OR PVC SOR 28 i a PLLUUGG/a MIN. 2 Y. GRADE E MAX. IO Y. GRADE N • ' x SEE E NOTE 4 h x 22.5' RENO 1A PIPE COUPLING a CONK. INVERT FULL LENGTH A.C. OR VC OR CONNECTION BRANCH PVC SOR 28 SEE NOTE 2 'A'— MIN 75 mm, MAX 125-mm OBVERT TO OBVERT B 'B'- MAX 300 mm OBVERT TO OBVERT CONNECTION INVERT SEWER MAIN SANITARY SEWER HOUSE CONNECTIONS 9.523 STUD AND NUT NOTES (2 REQUIRED I L N NEW SUBONISIONS THE SANITARY SEWER AND WATER SERVICE CONNECTIONS ARE TO BE INSTALLED IN SEPARATE TRENCHES. IN CASES WHERE THE SEPARATE TRENCH INSTALLATION IS CEMENT MORTAR NOT PRACTICAL,SANITARY SEWER AND WATER SERVICE CONNECTIONS r - - MAY BE INSTALLED IN A COMMON TRENCH AS PER DETAIL 'A' 2. N NEW SUBDIVISIONS ALL CONNECTIONS TO THE SEWERS ARE TO BE MADE WITH A FACTORY MANUFACTURED T'. FOR CONNECTIONS e•iJ �. �• (9.050 0 HOLE TO EXISTING SANITARY SEWERS,OTHER THAN P.V.C. OR A.B.S. TRUSS. 31.750 DEPTH PIPE,A SADDLE CONNECTIO&`MAY BE USED. MORTAR-ON-SADDLES AAi - +.`1 `•t TO BE ON CONCRETE PIPE.,GREATER THAN 480 me DIAMETER. "TAMPIN" EXPANSION INSIDE CIRCUMFERENCE CONNECTIONS TO EXISTING::PV C SEWERS ARE TO BE MADE WITH ANCHOR. . .. CUT OPENING_. OF .PIPE A FACTORY MANUFACTURED TEE. CONNECTIONS.TO EXISTING A.83-.. TRUSS PIPE ARE TO BE MADE.WITH'A'SOLVENT.WELDED SADDLE... MORTAR-ON SADDLES' FOR'. CONCRETE 46' STRAP ON SADDLE TO BE USED ON.SEWER_S. OTHER THAN PV.C. - _ OR TRUSS-PIPE.WHEN LATERAL INTERSECTS SEWER MAIN AT-AN MAINS. OVER 450 mm DIAMETER. ACUTE ANGLE. . T 4. TNE SEWER CONNECON, SHALL SE LAtO FROM-THE.MAIN TO 15 w• - - BEYOND. THE PROPERTY LINE IN NEW SUBDIVISIONS ONLY.SEE S-411: '- - - FOR WATER SERVICE CONNECTION DETAILS S THE END OFALL SEWER PIPE.MUST.9E MACHINEO.ALL CUTTING-AND- PIPE.COUPLING MACHINING TO BE DONE BY CONTRACTOR. 22.8•SEND 6. A COUPLING SHALL BE INSTALLED-AT DEAD END AMC SHALL BE PLUGGED USING A WATER TIGHT PLUG. T. DEFLECTIONS OF PIPE AT JOINTS IS NOT TO EXCEED 3' LE.* 150 Inn MAX. DEFLECTION FOR A 3 a LENGTH Of 100-mn AC. OR V.C. OR ASBESTOS CEMENT PIPE PVC SOR LS 75 mN MAX DEFLECTION FOR 1.6 m LENTH OF SADDLE BRANCH VETRIFIED CLAY PIPE CEWER MAIN S. PIPE COUPLING TO BE 'RING-TITE' OR EQUIVALENT. PVC TO BE ' - BELL AND SPIGOT JOINT. 9. REFER TO STO. 5-304 FOR BEDDING REQUIREMENTS. FOR PVC SERVICE CONNECTIONS ANO CLASS'S' BEDDING FOR AG AND V.C. A O j, PIPE AS PER 3-401 - L�� .J p. WHEN MORTAR-ON SADDLES ARE USED,A MACHINE CUT OPENING IS TO BE MADE IN THE SANITARY SEWER WITH A CORING MACHINE TOP VIEW FINISHED GRADE d s MIN.75,DEPTH OF BEDCING STAINLESS _ _- BELOW STEEL OU 81PDI STEEL NUT =o Be •OUTSIDE METER AND WASHER RING SEAL ACCORDING TO m 8d -MINIMUM WIDTH OF MANUFACTURERS MIN 600 TRENCH SPECIFICATION f"- •Be+600 WITH MIN OF 8 900 OR Be+WIDTH STAINLESS STEEL z O j e OF SHORING+600 STRAP -a WATER SERVICE SECTION 'A-A' SEWER SERVICEo Bel �N CAST- IRON SADDLE BRANCH FOR T-1-6d CONNECTION TO EXISTING MAINS OTHER DETAIL THAN RV.C. OR Q.B.S. TRUSS PIPE. COMMON TRENCH DETAIL ALL DIMENSIONS IN MILLIMETRES EXCEPT WHERE NOTED THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT REVISION CHECKED No. S SANITARY SEWER HOUSE CONNECTIONS "" °'°' DATE: (150 a 100 mm PIPE ) I ' MIN 450 _ / s 3 NATIVE MATERIAL COMPACTED TO 95 Y. PROCTOR DENSITY �.\.. SAND SACKFILL ( '^ COMPACTED TO 9874 PROCTOR DENSITY NJ Y - 0 O O ' STANDARD DIMENSION RATIO NOT TO EXCEED SDR 28. 19 mm CRUSHER RUN UMESTONE TO SPRINGLINE OF PIPE COMPACTED TO 98 Y. ' PROCTOR DENSITY TO WALLS OF TRENCH. i ALL DIMENSIONS AN MILLIMETRES EXCEPT WHERE NOTEC THE. REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CKCXED: r ' BEDDING DETAIL FOR PLASTIC avoRWED 9!4 OS 24 TE�197B`o 10 SANITARY SEWER SERVICE CONNECTIONS S-304 ' SAND BACKFILL COMPACTED /;TRENCI% PROCTOR DENSITY BOX HALL NOT REACH ELOW THIS LEVEL r 300 FILTER FABRIC (SEE NOTE 5) 19 mm CRUSHER RUN LIMESTONE O� �� 19 mm CRUSHER RUN LIMESTONE COMPACTED TO 98% PROCTOR O.D. + 100 COMPACTED TO 98% PROCTOR DENSITY. DENSITY �' CRUSHED CLEAR STONE O.D. + 600 MIN. 150 MIN. •�?` FOUNDATION AS REQUIRED ' I O.D. + 600 MIN. ' DRY TRENCH WET TRENCH ' NOTES: 1. BEDDING MATERIALS SHALL BE FULLY EXTENDED TRENCH BOX SHALL NOT — _AND COMPACTED AGAINST TRENCH WALLS. REACH BELOW THIS LEVEL BEDDING MATERIALS SHALL BE PLACED AND COMPACTED IN 150 mm LAYERS. } 2. NO MECHANICAL COMPACTION EQUIPMENT SHALL 2.5 X O.D. O.D. 2.5 z O.D. BE USED ON TOP OF PIPE PRIOR TO PLACING A MINIMUM OF 300 mm COVER. 3. PIPE SHALL BE BEDDED TO PROPOSED LINE AND GRADE WITH UNIFORM AND CONTINUOUS SUPPORT FROM BEDDING. BLOCKING WITH ANY HARD OBJECT SHALL NOT BE USED TO SAND BACKFILL _..�1`� - BRING THE PIPE TO GRADE. COMPACTED TO 300 4, CONCRETE SHALL NOT a.. ;_ u �•-b=>`4` BE USED IN THE 98% PROCTOR DENSITY ' '?- - t�:' ''<: `; EMBEDMENT ZONE. �: O 5. FILTER FABRIC SHALL BE USED IF GROUND WATER 19 mm CRUSHER RUN TABLE IS ABOVE THE TRENCH BED OR IF GROUND LIMESTONE COMPACTED 0.0. + 100 WATER IS FLOWING INTO TRENCH THROUGH THE TO 989. PROCTOR DENSITY EMBEDMENT ZONE. CRUSHED CLEAR STONE `I'; 300 MIN. �;:• .+�'°�.},-'� '' :�: FOUNDATION AS REQUIRED UNSTABLE TRENCH ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED: REVISION NO.: 3 APPROVED: SEWER TRENCH BEDDING DETAIL CLASS P DATE: J99510 02 DATE: 1981 06 n (FOR PLASTIC PIPES UP TO 375 mm) S-305- r r WIDTH OF TRENCH TIMBER OR STEEL BEAM OF ADEQUATE SIZE GROUND ELEVATION ' TEMPORARY �n HANGERS o EXISTING SEWER GRANULAR C ( OR WATERMAIN 300 300 GRANULAR C r DO NOT REMOVE HANGERS UNTIL BACKFIILING HL8 BLEND CRUSHED CLEAR OPERATIONS REACH 0 00 .� THIS POINT. 0 o o LIMESTONE COMPACTED s °_' 10 N TO 95%PROCTOR ? z =a DENSITY Z, e r Wz - r' U t _ W - CONCRETE SLAB --' - o 600 MIN. _=0 15 MPa AT 28 DAYS O.D.•600+H NEW SEWER OR WATERMAIN i ' CLEARANCE GREATER THAN 1200 WIDTH OF TRENCH TIMBER OR STEEL BEAM OF ADEQUATE SIZE GROUND ELEVATION wk 14M 1 ..� TEMPORARY HANGERS GRANULAR C HANGERS UNTIL. DO NOT REMOVE EXISTING SEWER BACKFILLING OR WATERMAIN OPERATIONS REACH ' - THIS POINT 0 t + 0 MAM ' N �—"La BLEND CRUSHED CLEAR vi< LIMESTONE COMPACTED _ TO 95% PROCTOR a DENSITY W W< J W V O.D.+600+H o i z NEW SEWER OR 1 � & WATERMAIN N ' SECTION LONGITUDINAL SECTION CLEARANCE NOT GREATER THAN 1200 J ALL DIMENSIONS IN MILLIMETRES EXCEPT WHERE NOTED THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT / SION b. 3 ` SUPPORTS FOR WATERMAINS, AND SEWERS 1963 04.9 DATE, 1983 04 19 CROSSING TRENCHES S-4 SOLID STEEL SLIDE TYPE OR FIBERPLAS EXTENSION STEM FINISHED GRADE FINISHED GRADE 135 mm SLIDE TYPE !-VALVE BOX h COVER .n -- - Euj - --- °Z N G O X K IRON CENTRE EXTENSION - <w (AS REQUIRED) 50 mm OPERATING NUT OPEN TO LEFT GUIDE PLATE ' /EXTENSION STEM TO BE NON-RISING STEM - FASTENED TO OPERATING NUT WITH 2 SET SCREWS RESILIENT SEAT MECHANICAL JOINT GATE VALVE / `\ WATERMAIN /� A.W.W.A. C-509 / \ all � 0 1 1 GLAND RING v-•1 �'i 1 19 mm CRUSHER =SOLID NCRETE BLOCK RUN LIMESTONE 150 mm x 150 mm x 300 mm NOTES: ' 1. VALVE BOX TO BE ADEQUATELY BRACED WHILE BACKFILLING AND MUST REMAIN PLUMB 2. VALVE BOX EXTENSION TO BE USED ONLY IF REQUIRED. 3. REFER TO SCHEDULE 'C' OF STANDARD WATERMAIN SPECIFICATIONS FOR PLACEMENT OF MARKER STAKES. 4. VALVE TO BE COMPLETELY BACKFILLED WITH 19 mm CRUSHER-RUN LIMESTONE. 5. WHEN THE DEPTH OF THE OPERATING NUT IS GREATER THAN 2.0 m BELOW FINISHED GRADE AN EXTENSION STEM IS REQUIRED. 6. ALL INLINE VALVES INSTALLED ON PVC WATERMAIN TO BE RESTRAINED AS PER S-430, UNLESS OTHERWISE NOTED. ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED: REVISION NO.: 10 APPROVED: 100 mm TO 300 mm GATE VALVE DATE:- 1995 02 DATE: -11 VALVE BOX S-408 1991 15 i rt HYDRANT i I 1 IT- (o ° n Z � FINISHED GRADE co r- 1 I i I 1 I I Io iI Z ADJUSTABLE VALVE BOX TO BE SET FLUSH WITH FINISHED GRADE 1 I I BEDDING do BACKFILL AS I - SPECIFIED ON CONTRACT DWGS, 1 I io CONCRETE MIN 600 CONCRETE THRUST BLOCK AS PER 5-405 THRUST BLOCK 150 mm GATE VALVE AI WATERMN AS PER S-404 0.20 mm POLYETHYLENE 150 mm WATERMAIN BOND BREAKER TYP. ANCHOR TEE SOLID CONCRETE BLOCK 0.20 mm POLYETHYLENE CONCRETE BLOCK 300 mm x 200 mm x 200 mm BOND BREAKER TYP. 300 mm x 200 mm x 200 mm 1 NOTE: 1. THRUST BLOCKS TO BE 20 MKO CONCRETE 2. DRAIN HOLES TO BE PLUGGED 3. HYDRANT EXTENSIONS TO BE INSTALLED AT BOTTOM OF BARREL 4. ANCHOR TEE. VALVE k HYDRANT TO BE COMPLETELY BACKFlLLED WITH 19 mm CRUSHER RUN UMESTONE WHEN USING CLASS 'F' BEDDING 1 S. JOINT RESTRAINERS AND GRANULAR THRUST BLOCKS SHALL BE USED INSTEAD OF CONCRETE THRUST BLOCKS IN POOR SOIL CONDITIONS AND WHEN DIRECTED BY THE ENGINEER 6. WATERMAIN TRACER WIRE TO BE INSTALLED IN VALVE BOX AS PER STANDARD DRAWING S-425 7. IF HYDRANT REQUIRES ACCESS ACROSS DITCH. INSTALLATION MUST BE IN ACCORDANCE WITH STANDARD DRAWING S-428 ALL DIMENSIONS IN MILLIMETERS EXCEPT MERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT REVISION NO.: 9 1 HYDRANT ASSEMBLY WITH CONCRETE DATE: 199311 DATE: 1978 03 10 THRUST BLOCKS IS-409 r r r VARIES FINISHED GRADE FINISHED ROAD GRADE I i i ROD r o� o SERVICE BOX ECLIPSE PATTERN N0. 9 ao ui Z CURB STOP : MUELLER ORISEAL COMPRESSION\ 2 u JOINT NO. H-15209 OR AN APPROVED \ II J Ld r z EQUIVALENT. � z COPPER TO COPPER COUPLING : MUELLER a COMPRESSION JOINT NO H-15403 OR m AN APPROVED EQUIVALENT (TO BE USED CL WHERE REQUIRED). SERVICE GROUND CLAMP C/W I ANODE WIRE CONNECTOR CRIMP END OF� COPPER SERVICE PIPES PIPE. TYPE 'K' f/ r � 15� i - - - 15j y. 5.4 kg ZINC ANODE 50 mm x 150 mm x 300 CEDAR BLOCK PLACED ON UNDISTURBED GROUND NON-FERROUS 2300 WATERMAIN CORPORATION MAIN STOP MUELLER COMPRESSION JOINT NO. H-15008 OR AN APPROVED EQUIVALENT AND BROAD BAND STAINLESS STEEL SERVICE SADDLE ' (CAMBRIDGE BRASS SERIES 304 OR AN APPROVED EQUIVALENT) r NOTES; 1. FOR CONNECTIONS LARGER THAN 25 mm, REFER TO THE REGIONAL MUNICIPALITY OF DURHAM FOR THEIR REQUIREMENTS FOR FITTINGS. 2. ALL MATERIALS TO BE SUPPLIED BY THE CONTRACTOR. 3. THE WATER CONNECTION SHALL BE LAID FROM THE MAIN TO 1500 mm BEYOND THE PROPERTY LINE. IN NEW SUBDIVISIONS ONLY. r 4. HORIZONTAL GOOSE NECK TO BE USED WHEN COVER LESS THAN 1700 mm. 5. WATERMAIN TO BE TAPPED UNDER PRESSURE. 6. SERVICE GROUND CLAMP TO BE WRAPPED WITH 'SCOTCHFILL ELECTRICAL PUTTY OR APPROVED EQUAL. 7. ANODE TO BE PLACED AT LEAST 1.0 m AWAY FROM THE SERVICE AND AS DEEP AS THE BOTTOM OF THE SERVICE. ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT `"EM° "- .. i LAYOUT OF PIPE AND FITTINGS FOR REWSM NO.. ` APPR 19 -mm AND 25 mm COPPER WATER DEC 1992 DATE 03 10 ~� SERVICE ON NON - FERROUS WM S— 41 ' SAND BEDDING AND BACKFILL Bd COMPACTED IN 100 mm LAYERS TO 98% PROCTOR DENSITY ' TRACER WIRE - COATED 7 STRAND, 12 CUACE TW75, TWU75 OR RW90XLPE ' WIRE RATED AT MINUS 40'C TAPED TO THE W.M. WITH FIBERGLASS TAPE 00 o 0 ' P.V.C. PRESSURE PIPE - STANDARD DIMENSION RATIO NOT TO EXCEED SDR 18. ' CLASS E � �Bd� SAND BACKFILL COMPACTED TO 98 % PROCTOR DENSITY. o z - TRACER WIRE - M COATED 7 STRAND, 12 GVAGE TW75. �,EGE Q TWU75 OR RW90XLPE WIRE N RATED AT MINUS 40'C TAPED TO THE W.M. WITH Bc a OUTSIDE DIAMETER FIBERGLASS TAPE. Bd= WIDTH OF TRENCH 19 mm CRUSHER Bc + 600 mm WITH A MIN. RUN LIMESTONE OF 900 mm OR COMPACTED TO 98 X n = Bc + WIDTH OF SHORING PROCTOR DENSITY o + 600 mm ALL VALVES AND FITTINGS TO BE COMPLETELY BACKFILLED WITH 19 mm CRUSHER RUN LIMESTONE �o 0 CLASS F P.V.C. PRESSURE PIPE STANDARD ' DIMENSION RATIO NOT TO EXCEED SDR18 NOTES: ' 1.CLASS E BEDDING TO BE USED IN STABLE GROUNDS OR SOILS OTHER THAN SILTY CLAY. 2.CLASS F BEDDING TO BE USED IN UNSTABLE GROUNDS OR SILTY CLAY. 3.TRACER WIRE MUST BE WRAPPED AROUND FITTINGS AND BROUGHT ' TO THE SURFACE AT EVERY VALVE BOX AND SECURED, 4_REFER_10 SCHEDULE'C'.FOR P.V.C. WATERMAIN.SPECIFICATIONS. 5.CONNECTORS USED FOR SPLICING TRACER WIRE SHALL BE WING NUT TYPE WITH NYLON SHELL AND NON-CORROSIVE STEEL WIRE SPRING. ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. ' THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED: REVISION NO.: 6 DATE: 1995 02 APPROVED: P.V.C. WATERMAIN TRENCH BEDDING DATE: 1979 08 15 S-423- ' SAWCUT SLOT IN VALVE BOX NOTE : 1. TRACER WIRE - r/ COATED, 7 STRAND, 12 GUAGE TW75, TWU75 OR RATED A E WIRE RATED AT MINUS 40'C. 2. TRACER WIRE TO BE INSTALLED OUTSIDE LOWER VALVE COX AND ' BROUGHT INTO UPPER SECTION, OF VALVE BOX AND LOOPED AT TOP. LOOP TO BE MIN. 450mm IN LENGTH. 3. CONNECTORS USED FOR SPLICING TRACER WIRE SHALL BE WING NUT ' TYPE. WITH NYLON SHELL AND NON-CORROSIVE STEEL WIRE SPRING. 4. TRACER WIRE TO BE INSTALLED IN ALL VALVE BOXES INCLUDING SECONDARY VALVES AT FIRE ' HYDRANTS. VALVE BOX AS PER S-408 ' All QImQIQhJS IN MILLIMETERS EXCEPT WHERE NOT 1 THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT REVISION NO. 9 APPIRMW 46192- TRACER WIRE ARRANGEMENT AT DA 15 ' 19'm ,s VALVE BOX FOR P.V.C. OR C.P.P. W.M. S-425 VALVE TO BE LOCKED AND ' OPERATED BY REGIONAL PERSONNEL ONLY PROPOSED EXISTING DUCTILE IRON P.V.C. WATERMAIN OR P.V.C. WATERMAIN ' 0 0 O MIN. 600 mm Oo MIN. 600 mm O O O . 19 mm MAIN STOP TO BE ' REMOVED AND REPLACED ; WITH A 19 mm BRASS PLUG AFTER TESTING HAS BEEN U. COMPLETED 19 mm TYPE 'K' COPPER ' COPPER COMPRESSION JOINT TO MALE I.P.T. COUPLING ' -mit—FLOW 1 ' 19 mm CORPORATION SERVICE TEE 19 mm BACKFLOW PREVENTER ' MUELLER 12941, FORD T444-333, WATTS No. 9D OR APPROVED CAMBRIDGE 7-07370 OR EQUAL 1 APPROVED EQUAL 19 mm CURB STOP MAY BE OPERATED BY THE CONTRACTOR 1 NOTES L TRENCH TO BE LEFT OPEN AND FENCED IN ACCORDANCE WITH SAFETY REGULATIONS ' 2. INSULATION OF WATERMAIN BY-PASS REQUIRED DURING FREEZING CONDITIONS - ALL DIMENSIONS IN MILLIMETRES EXCEPT WHERE NOTED THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED .�� S No. 2 zI 19 mm TEST POINT BY-PASS 1909 0008 DATE: 1982 03 19 S-42 ' SERRATED SPLIT FLANGE O - O O PVCNPIPED SERRATIONS i O O DUAL SEAL GASKET � L O O ' FLANGE JOINT RESTRAINER UNI-FLANGE SERIES 900 UNI-FLANGE SERIES 1300 RESTRAINER OR APPROVED NOTE: ' ANY CONNECTION TO OTHER EQUIVALENT FLANGED PIPE REQUIRES AN ADDITIONAL RESTRAINER TO 100 mm TO 300 mm THE P.V.C. PIPE. SERRATED SPLIT O SERRATED SPLIT ' CLAMPING RING CLAMPING RING - T-BOLTS i \Q� PVC PIPE J 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 ' GATE: FOR P.V.C. PIPE S-430 1982 05 31 SFF TRENCH WIDTH'{ RESTRAINED JOINT SEE I ' SFF F! S-430 FOR DETAIL. 19 mm CRUSHER RUN MIN. 300 ' LIMESTONE COMPACTED •` TO 98 % OF PROCTOR \ DENSITY. ' MIN. 300 SECTION A-A r s (F 2 HORIZONTAL DEFLECTION �C ' SFF Tqe 1 SEE (F B TABLE S RESTRAINED JOINT SEE ' S-430 FOR DETAIL ! "''•�. ---- --mac S TRENCH BED \ Tqe FF TRENCH BED SFF (F! ABLE 1 lAe(F 2 B ,TRENCH WIpTH TRENCH 19 mm CRUSHER RUN �:. 150 19 mm CRUSHER RUN 300 LIMESTONE COMPACTED '• OTO LIMESTONE COMPACTED MIN. TO 98 7 OF PROCTOR o ., -:' TO 98 R OF DENSITY ';.••4"' •" �- PROCTOR DENSITY �p�QF O.D. 150 0 o•' _ • �- 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 100&150 200 300 400 1. ALL JOINTS ENCOUNTERED WITHIN THE SPECIFIED 11.25' 400 500 600 700 RESTRAINING LENGTH "L" SHALL BE RESTRAINED ON EACH SIDE OF THE FITTING. 22.5' 400 500 600 700 2. REFER TO STANDARD DWG. S-430 FOR JOINT RESTRAINING DETAIL. 45' 450 550 650 750 3. GRANULAR THRUST BLOCKS SHALL BE FULLY EXTENDED AND COMPACTED AGAINST TRENCH WALLS. 90' 600 1 700 1 850 950 4. GRANULAR THRUST BLOCKS SHALL BE ENCLOSED WITH FILTER FABRIC IF GROUND WATER TABLE TABLE NO. 2 IS ABOVE THE TRENCH BED OR IF GROUND WATER ON EgCH SIDE IS SEEPING THROUGH TRENCH WALLS �L" MINIMUM RESTRAINING LENGTH (m) OF FITTING 5. IF THE BEARING CAPACITY OF TRENCH BED VERTICAL DEFLECTION HORIZONTAL RESISTING DOWNWARD THRUST IS LESS THAN PIPE DEFLECTION 100 KN/m2. CLEAR STONE FOUNDATION SHALL DIA. DOWNWARD THRUST UPWARD THRUST ' BE PROVIDED AS DIRECTED BY THE ENGINEER. 6. WHEN FITTINGS ARE PARTIALLY OR FULLY EXPOSED 11.25' 22.5' 45• 11.25 22.5 45 11.25-1 22.5• 45' 90' UNDER PRESSURE, ALL JOINTS MUST BE RESTRAINED. 100&150 1.5 2.8 1 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 2.0 3.7 6.3 6.3 9.6 13.1 2.0 3.7 6.3 10.5 8, ALL FERROUS FITTINGS AND RESTRAINERS TO BE ' CATHODICALLY PROTECTED AS PER S-438. 300 2.8 5.2 9.0 8.8 13.4 18.3 2.8 5.2 9.0 14.9 400 3.6 6.7 11.6 11.2 17.2 23.7 3.6 6.7 1 11.6 19.3 ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. ' THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED: REVISION NO.: 2 JOINT RESTRAINING LENGTH OATS: 1995 02 APPROVED: FOR P.V.C. PIPE ' DATE: 1991 11 15 1 (IN COMBINATION WITH GRANULAR THRUST BLOCK) S-431- ' CE HYDRANT I t ' r a0 ° � I � x ^ Z 11- � FINISHED GRADE I i ADJUSTABLE VALVE BOX TO BE SET ' , ( FLUSH WITH FINISHED GRADE � I rn 19 mm CRUSHER RUN I ' LIMESTONE COMPACTED ' J TO 98% PROCTOR DENSITY ' � I MAX 600 600 ( 150 mm GATE VALVE , ' 150 mm 0.1. Z° OR P.V.C. WM.' �!n :E a MIN 600 ZO BOND BREAKER JOINTS TO BE MECHANICALLY RESTRAINED REFER TO NOTE 1 FOR METHOD OF ANCHOR TEE 19 mm CRUSHER RUN RESTRAINING JOINTS LIMESTONE COMPACTED BONG BREAKER TO 98% PROCTOR CONCRETE BLOCK 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—FIANCE SERIES 1300 RESTRAINER (OR APPROVED EQUAL) AS PER DWG. S-430. WHEN 01 WM IS INSTALLED, JOINTS ARE TO BE RESTRAINED USING ' RETAINER GLANDS AS PER OWC. S-417. 2. CLASS D BEDDING TO BE USED FOR 01 WATERMAINS (REFER TO DWG S-401). CLASS E OR F BEDDING TO BE USED FOR PVC WATERMAINS (REFER TO DWG. S-423). 3. HYDRANT DRAIN HOLES TO BE PLUGGED. 4. HYDRANT EXTENSIONS TO BE INSTALLED AT BOTTOM OF BARREL. 5. ANCHOR TEE, VALVE & HYDRANT TO BE COMPLETELY BACKFILLED WITH 19 mm CRUSHER RUN LIMESTONE. 6. WATERMAIN TRACER WIRE TO BE INSTALLED IN VALVE BOX AS PER STANDARD DRAWING S-425. 7. IF HYDRANT REQUIRES ACCESS ACROSS DITCH, INSTALLATION MUST BE IN ACCORDANCE WITH STANDARD DRAWING S-428. ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED: REVISION NO.: 4 APPROVED: HYDRANT ASSEMBLY WITH DATE:. 1995 02 MECHANICALLY RESTRAINED JOINTS S-432 DATE: 1982 05 31 VALVE GRANULAR THRUST BLOCK L L L MAX 19 mm CRUSHER RUN L 600 LIMESTONE COMPACTED TO C 98 % PROCTOR DENSITY. ' \ _ 300 o y MECHANICAL JOINT CAP •� � `` O.D. z w e: a a5 Nr nr/a_ai 300 UNDISTURBED GROUND ELEVATION ' RESTRAINED _...,150 n=M JOINT PLAN VALVES AND DEAD ENDS TRENCH WIDTH L MECHANICAL JOINT PLUG • . Ti /ice • -/iI ur=� X o• ••iNAi GRANULAR THRUST BLOCK 300 19 mm CRUSHER RUN o ' LIMESTONE COMPACTED TO L . = 98 % PROCTOR DENSITY. O.D. ~o l _ N=N=aoNi=ui • 300 U • /// //5 a/a N/c w is Y UNDISTURBED ELEVATION o z GROUND a�i/r= RESTRAINED i/i/ J PLUGGED TEE WHERE PIPE IS TWO SIZES LARGER OR ' MORE TO REDUCED PIPE. i.e. 300 0 TO 150 0 TRENCH WIDTH 200 0 TO 100 0 PLAN RESTRAINED REDUCER ' TRENCH WIDTH .N =N5 n a/fi p/pa L MAC.- ."� GRANULAR THRUST BLOCK ' •- . 30C _ 6012 19 mm CRUSHER RUN v LIMESTONE COMPACTED TO a - r. 3 98 A PROCTOR DENSITY. �8 _ • O.D. cr MIN " F ' 30C •��.: -i=ii=/- _ 150 ar ar=_by a ' � —UNDISTURBED GROUND " ELEVATION RESTRAINED is JOINT .a I_ TRENCH WIDTH _ iNOTES: 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 DIP LENGTH RESTRAINING ' THE FIRST JOINT ON FITTING. TRENCH BED OR IF GROUND WATER IS SEEPING 2.REFER TO STANDARD DWG. FOR JOINT 5.WHEN FITTINGS ARE PARTIALLY OR FULLY EXPOSED 3.GRANULAR THRUST BLOC RESTRAINING RETAIL BLOCKS TYPE.PE.KS SHALL BE FULLY EXTENDED THROUGH TRENCH WALLS. 100&150 15.2 ER PRESSURE. ALL JOINTS MUST BE RESTRAINED. 200 19.6 AND COMPACTED AGAINST TRENCH WALLS. IF TRENCH 6 UNDER PIPE AND FITTING JOINTS SHALL BE RESTRAINED WALL ARE SATURATED OR DISTURBED. SPECIAL DESIGN IN EARTH FILL APPLICATIONS. DETAILS OF THRUST RESTRAINT SHALL BE PROVIDED BY 7'ALL FERROUS FITTINGS AND RESTRAINERS TO BE 300 27.7 THE ENGINEER FOR REVIEW BY THE REGION. CATHODICALLY PROTECTED AS PER S-438. 400 36.3 ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED. THRUST BLOCK FOR P.V.C. WATERMAINS DATE�ON 995 02 APPROVED: FOR HYDRANT RUNOUTS, VALVES, TEES DATE: 1991 ii 15 AND DEAD ENDS S-433 r r r _ ' MASTIC MATERIAL (SEE NOTE 4) A� SERVICE CONNECTOR (SEE NOTE 3) TRACER WIRE (SEE NOTE 1) r r r " P.V.C. OR C.P.P. r WATERMAIN 5.4 kg ZINC ANODE (SEE NOTE 2) A ' ELEVATION 1 MASTIC MATERIAL (SEE NOTE 4) SERVICE CONNECTOR (SEE NOTE 3) TRACER WIRE (SEE NOTE 1) ' COATED COPPER WIRE P.Y.C. OR C.P.P. NATERMAIN 1 5.4 kg ZINC ANODE (SEE NOTE 2) -� 0.0 mm MINIMUM r1000 mm MIN. NOTES: 1, TRACER WIRE TO BE COATED 7 STRAND, 12 GUAGE ' TW75, 1WU75 OR RW90XLPE WIRE RATED AT MINUS 40 C. SECTION A-A 2. 5.4 kg ZINC ANODE TO BE SUPPLIED AND INSTALLED IN A MANNER APPROVED BY r THE REGION FOR EVERY 1000 m OF TRACER WIRE INSTALLED. 3. SERVICE CONNECTOR TO BE A 'BURNDY SERIAT", TYPE K.S. MODEL KS20 ` COPPER OR APPROVED EQUAL. f 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 CRECKED CATHODIC PROTECTION FOR TRACER 1iVISION NO. 4 WIRES ON P.V.C. OR C.P.P. DATE, 11115 W ATERMAINS S—4 3 5 11.04 of rt HYDRANT rt HYDRANT 4 41 1 1 rt VALVE i I I i i • I I I 1 I 1 1 I 4 I 1000 mm I THERMITE WELD(CAOWELD) BONDING CABLE MIN. ( �— (SEE NOTE 4) (SEE NOTE 4 9 S) - — - WATERMAR/ Z_150 mm/PVC WATFRMAIN ZI i A AN CHOR TEE `S•4 ka ZINC ANODE 4 kq ZINC ANODE SECTION A—A (50 mm,GATE VALVE ELEVATION NOTE I. ANODE TO BE PLACED AT LEAST 1.0 in AWAY FROM THE FITTINGS 4 ALL THERMITE WELD CONNECTIONS TO DE COATED WITH'ROYBONO AND AS DEEP AS THE BOTTOM OF THE FITTINGS. MINIMUM 747"PRIMER AND ROYSTON'KANDY 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,CAOWELDED TO FITTINGS . 1 PROVIDE 0.20 mm POLYETHYLENE BONG BREAKER BETWEEN 6. WATERMAIN TRACER WIRE TO BE INSTALLED IN VALVE SOX CONCRETE AND FITTINGS. AS PER STD. OMG. 5-425. ALL OWNIQ0 IR 1111 I R % W THE REGIONAL MUNICIPALITY Of DURHAM WORKS DEPARTMENT OCCKED 4 APPROVIM CATHODIC PROTECTION FOR HYDRANT ASSEMBLY im o3 Hs ON NON—FERROUS PIPE S-436 1995 05 21 Fib-A E VALVE 1 i I I i i i —THERMITE WELD(CADWELDI SEE NOTE4 LMO IN. ( ' 5.4 kq ZINC ANODE—' 5.4 kQ ZINC ANODE—J q SECTION A-A CATHODIC PROTECTION FOR VALVES (TYPICAL) THERMITE WELD(Cj`/_�7 o D j > A. lop SEENOTE4 D. >1•3, a > ➢ ' 1000 mm :'D ► _ 'o . MIN. D1 A. l e > —5-4 kg ZINC ANODE y SECTION 13-13 S.4 k9 Z{NC ANODE CATHODIC PROTECTION FOR FITTINGS ( TYPICAL NOTES I. ANODE TO BE PLACED AT LEAST I-Om AWAY FROM THE FITTING 3. PROVIDE 0.20 mm POLYETHYLENE BOND BREAKER BETWEEN ' AND AS DEEP AS THE BOTTOM OF THE FITTING. MINIMUM CONCRETE AND FITTINGS. DISTANCE BETWEEN ANODES TO BE 1.0 m . 4. ALL THERMITE WELD CONNECTIONS TO BE COATED WITH 2.ALL VALVES AND FITTINGS TO BE COATED WITH BITUMINOUS 'ROYBOND 747' PRIMER AND ROYSTON HANDY CAP' OR SEALER PRIOR TO INSTALLATION ON SITE. APPROVED EQUAL. • ALL DIMEMSID" W MILLIMETERS EXCEPT WHERE I/OTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT w 2 'e CATHODIC PROTECTION FOR VALVES & FITTINGS 1990 63 Is ON NON-FERROUS PIPE S-438 TE �W wCW� 1985 05 23 ' BONDING CABLE (SEE NOTE 4 H 5) EXISTING C.I.OR Ol WM. PROPOSED C.I.SOLID SLEEVE 7n 1000 mm MINIMUM PROPOSED NON-FERROUS 14.5 kp.MAGNESIUM ANODE WATERMAIN NOTES I. ANODE TO BE PLACED AT LEAST 1.0 m AWAY FROM THE FITTING AND AS DEEP AS THE BOTTOM OF THE FITTINGS. MINIMUM DISTANCE BETWEEN ANOOES TO BE 1.0 m. 2. ALL 1'HERMITE WELD CONNECTIONS TO BE COATED WITH ROYBONO 747' PRIMER AND ROYSTON "HANDY CAP' OR APPROVED EQUAL. J. BONDING CABLE TO BE NO.6, SEVEN STRAND COATED COPPER WIRE, CADWELDED TO FITTINGS. .) ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED ` THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CATHODIC PROTECTION FOR EXISTING oAn i FERROUS W � 06 R PROPOSED NOWE CONNECTED WMTO S- 441 LONGITUDINAL LAP JOINT TREATMENT ' FOR PROPOSED LANE WIDENINGS .NOTE� ' —-—-—-—-—-—-—-—-—----- VERTICAL. FACE AND BOTTOM OF KEY TO BE PAINTED WITH BITUMINOUS EMULSION, AFTER SWEEPING ALL MIWNGS 0.3 m WIDE DEPTH (MIN) 0.3 K WIDE PROP. WIDENING j EXISTING 1 1 1 t t t „�1 U SURFACE COURSE BINDER ASPHALT ROAD 80 mm DEPTH r r r r rrc-r1-' ` t (2 Imo) AND TREATMENTS RECONSTRUCTION YEAR REQUIRES FINAL LIFT OF ASPHALT EXISTING EXISTING NOTE ' ROAD 0.3 m WIDTH — 0.3 m WIDTH ROAD ALL VERTICAL FACES OF JOINTS MIN MIN TO BE PAINTED WITH BITUMINOUS EMULSION PRIOR TO PAVING ASPHALT RAMP 75 mm DEPTH WIDTH VARIES EXtsn PROP. BINDER ASPHALT ROAD (2 LIFTS) 2.4 m DIAGONAL LAP JOINTS = CUT (MIN) TYPICAL ENO TREATMENT - f1NAL OVERLAY 6Oo m T O m WIDTH (MIN) N ...J ES• ' EXISTING I 1 - -_-—- I I EXISTING ALL VERTICAL FACES OF JOINTS � - --+4- TO BE PAINTED WITH A BITUMINOUS ROAD I I 1 I ROAD TYPE COATING - 600 mm WIDTH (MIN)—' _ 2.4 m DIAGONAL. - 2.4 m ASPHALT RAMP REMOJEp CUT (MIN) 32 mm DEPTH---j- (MIN) DIAGONAL W / ROAD EXISTING BINDER ASPHALT (2 LIFTS) END TREATMENTS ASPHALT OVERLAY SECTIONS NOTES EXISTING EXISTING 1. ALL VERTICAL FACES OF ENO ROAD- - -— —- ROAD JOINTS TO BE PAINTED WITH ENTUL41NOVS EMULSION PRIOR TO PAVING. 2.4 m O(AGONAL 2.4 m DIAGONAL 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), STl ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED: REVISION NO.: 2 APPROVED PAVEMENT JOINT TREATMENT DATE: .1995 10 : DATE. 86 MOD. S-501 . ,9 D4 08 CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' CONTRACT NO. CL97-16 OPS GENERAL CONDITIONS OF CONTRACT ' (August 1990) ONTARIO Ontario PROVINCIAL STANDARDS August 1990 ' GENERAL CONDITIONS OF CONTRACT MEA TABLE OF CONTENTS iSection Tdle Page Section Title Page GC 1 INTERPRETATION 1 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 Section Title Page Section Title Page 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 BILITIES 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 .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 1 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 .15 Warranty 27 GC 6.03.01 General .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 j ii Section Tie Page Section Title Pdw 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 1 ' r Ontario August lggo 1 ` Ontario Provincial 1 Standard i MEA GENERAL CONDITIONS OF CONTRACT ' SECTION GC1 INTERPRETATION GC1.01 Captions GC1.04 Definftkxm ' 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' -American Association of that quantity within the approved limits of the Work. "AASHO" 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 `GSA" - 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, lops" - 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" - 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 , 1 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,if 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 l 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 furnished 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 item 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% 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 4 i "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,wingwalls and wing of the Contractor which can be protection railings. substantiated by the Contractor to the ' satisfaction of the Contract Administrator. "Surety" means the person,partnership or corporation, 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) 20/. of the next $500,000 of the contract of the Work. price, and "Working Day" means any Day (iii) 1% of the balance of the contract price. ' (a) except Saturdays, Sundays and statutory 02) For the purposes of this Contract 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 600% from the contract price in determining substantial of the normal latiour and equipment force performance. effectively engaged on the Controlling Operation for at least 5 hours; GC1.06 CompMon (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 them, (b) $1,000. OPS General Conditions of Contract J 5 GC1.07 Final Acceptance GC1.08 interpretation of Certain Words 1 01) Thewords"acceptable','approval',"authorized', 01) Final Acceptance shall be deemed to occur 'considered necessary% 'directed", "required", when the Contract Administrator is satisfied that,to the 'satisfactory', 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. 1 1 1 14 1 - 1 1 1 1 ! ' OPS General Conditions of Contract 6 ' OPS Genera!Conditions of Contract 7 SECTION GC2 CONTRACT DOCUMENTS August 1990 GC2.01 Reliance on Contract () 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 warrant interpretations of (b) Drawings of-larger 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. GC202 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 ' V (a) Agreement (b) other standard specifications, such as those (b) Addenda produced by CSA, 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 9 required by all. OPS General Conditions of Contract 8 ' 1 l OPS General Conditions of Contract 9 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 qualityof.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. 1 OPS General Conditions of Contract r 10 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 r 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 Waking 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. r 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. 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 Conbacx ' 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 the Work by 02) The Contractor shall notify the Contract (a) war, blockades, and civil commotions, 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 ' (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 Additional 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 N 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 , such notice is confirmed in writing. GC3.11.02 Extra Work 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 to Substantial 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 � i 13 shall not constitute an acceptance of the Work or parts Material basis in accordance with clause GC8.0204, i 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 Contiru;ariice 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 parry to the Contract will jeopardize terms of the Contract. any claim it may have. 1 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 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 Arbitration 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: it. ' (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. ' 01) Each party shall pay the cost of its appointee. GC3.15.02 Arbitration Procedure 02) The fee for the chairman will be shared equally. 01) The following provisions are to be included in 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 assist the board will be shared equally. (a) All existing actions in respect of the matters 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. GC3.15.03 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 shall 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 i 15 SECTION GC4 OWNER'S RESPONSIBIU1 ES AND RIGHTS August 1990 i GC4.01 Working Area the default within 5 Working Days. i 01) The Owner will acquire all property rights which GC4.06 Contractor'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 notice of default to correct the default and provide the Owner GC4.02 Management and Disposition 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 or removed from the completed within the 5 full Working Days following ' Working Area, and any characteristics of those receipt of the notice the Contractor shall nor be in materials which will necessitate special materials default if the Contractor management and disposition. i (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 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 Contractor's Right to Continue the Work (b) if the Contractor is adjudged bankrupt or makes 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 specified 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 (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 Contrail (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 Conwactor's cover correction to the Work performed by the Obl[igations 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 1 default; and continue with the Work in whole or in part shall ' continue to be in force after such termination. (g) charge the Contractor the amount by which the 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. 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 shalt 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 1 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 Contract of the Contract Administrator. Change Order shall be issued as well. 08) Material which is not specified shall 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 shall be removed from the Contractor on completion of the Work and shall be ' OPS General Conditions of Contract 18 '1 charged to the Contractor at cost plus applicable 04) 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 GC5.05.02 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 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 ' Owner. to the Owner. S OPS General Conditions of Contract , 19 SECTION G06 INSURANCE. PROTECTION AND DAMAGE August 1990 GC6.01 Protection of Work, Persons the failure to perform the Work, 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 ' paragraphs 01) &02). (a) war; (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 shall 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 .03. Insurance coverage in clauses GC6.03.04,.05 and parties, hereinafter called"claims",directly or indirectly .06 will only apply when so specked in the Contract arising or alleged to arise out of the performance of or Documents. ' OPS General Conditions of Contract 20 GC6.03.02 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 Liability 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. 077 'Claims Made" insurance policies will not be GC6.03.05.02 Boiler Insurance ' permitted. 01) Boiler insurance insuring the interests of the GC6.03.03 Automobile Liability Insurance Contractor, the Owner and the Contract Administrator for not less than the replacement value of boilers and 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 until 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 cost of restoring the Work as the restoration of the Work proceeds and in accordance GC6.03.05.03 Use and Occupancy of the Work with the requirements of Section GC8, Measurement Prior to Comptetion and Payment. 01) Should the Owner wish to use or occupy part or G06.03.06 CortractoW 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, if 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 Requirements 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. Loss 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..or Damage 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 Contractor's completion of renewal. ' OPS General Conditions of Contract 1 1 05) Unless specified 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 1 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. 1 '1 1 1 4 � 1 1 1 1 1 1 1 OPS General Conditions of Contract � 1 23 SECTION GC7 CONTRACTOR'S RESPONSIBILITIES AND CONTROL OF THE WORK August 1990 ' GC7.01 General shall not' the Contract Administrator of the name(s), tY ( ). 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 N 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 specked 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 while 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 i 24 02) The Contractor shall be responsible for the GC7.04 Excess Loading of Motor Vdicles 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 specified 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 layout 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 Condition 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. GC7.06 Maintaining Roadways and 05) The Contractor shall install and maintain Detours substantial alignment markers and secondary ' 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 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 1 •� 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 deicing chemicals or , or other equipment, whether licensed or unlicensed abrasives or carry out snowplowing. 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 after 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 j Administrator. appropriate to such work. OPS General Conditions of Contract l , i 25 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 arty 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 i 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, i the construction of the detour and, W 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 i 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 Contractors Right to Stop the Work or Terminate The Contract 09) Compliance with the foregoing provisions shall 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 i 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 the Contract. (b) continuity of utility services to properties adjoining the Working Area. 03) The Contractor may notify the Owner in writing, ' OPS General Conditions of Contract 26 '1 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 if 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 I-imitations 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 specified. 01) Except as otherwise noted in these General ' 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. OPS General Conditions of Contract � ' 1 27 1 � GC7.15 Warranty Performance of the Work, or where there is no 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 1 Contract Administrator will promptly give the 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 1 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. 1 1 i 1 � 1 1 i 1 1 1 t 1 OPS General Conditions of Contract 28 ,1 OPS General Conditions of Contract ' 29 ' SECTION GC8 MEASUREMENT AND PAYMENT August 1990 GC8.01 Measurement (b) in the case of a Major Item where the quantity of work performed and/or material supplied by GC8.01.01 (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 for progress payments shall 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 GC8.02.01 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 "all 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 specifically detailed as part of any one item and without specified details of 01) . Where it appears that the quantity of work to be payment will be deemed to be included in the Item(s) 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 GC8.02.02 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 15%,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 I reasonably possible. Any revision of the unit (i) 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', 'B' 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; (i1) 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 specified 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. Release Certificate and Payment (f) Such materials shall remain at the risk of the 01) f=ollowing 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 Certificates,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 tothe GC8.02.03.05 Substantial Performance subcontract; and Payment and Statutory Holdback Release Payment Certificates ' (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- Performance �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 ' 02) 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 shall 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(1) Paragraph 5 of the Substantial Performance but subject to the provisions 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. ' GC8.0203.06 Certification of Completion GC8.0203.08 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 Administrator 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, GC8.02.03.07 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 , Claims 03) The Completion Statutory Holdback Release 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 Owner's Set-off forming part of the Contractor's normal labour 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-liabilities 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, GC8.0203.12 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 GC8.02.04 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 1 by the Owner for equipment. equipment and appurtenances incidental thereto. OPS General Conditions of Contract '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 GC8.02.04.06.01 Working Time 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 90% 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 8046 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 02 Dail Wok R price approved by the Contract Administrator up to a GC8.0204. y 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 GC8.02.04.03 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 Time 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, he Cost of Labour of operators or associated labourers who cannot be otherwise employed during the standby GCB.0204.05 Payment for Material period or during the period of idleness caused by the circumstances giving rise to the Work on a Time and j 01) The Owner will pay the Contractor for material Material Basis OPS General Conditions of Contract )� 35 03) The Contract Administrator may require Rented Work. 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. iespect 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. ' GC8.0204.08 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) 200/. 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 GC8.02.04.09 Submission of Invoices accordance with clause GC8.02.03.11,Owner's Set-off. t01) 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 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 shall 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 ' 28 i ■ i } i 1y i i i i 1 OPS General Conditions of Contract 28 ' 1 1 i 11 i '1 1 e OPS General Conditions of Contract • � ! 1 28 1 1 f } f 1 f i f 1 1 1 1 � 1 OPS General Conditions of Contract