Loading...
HomeMy WebLinkAbout98-80 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW 98-80 Being a By-law to authorize a contract between the Corporation of the Municipality of Clarington and Hard-Co Construction Ltd. , Whitby, Ontario, for the Reconstruction of Scugog Street and Middle Road. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON HEREBY ENACTS AS FOLLOWS: 3 . THAT the Mayor and Clerk are hereby authorized to execute, on behalf of the Corporation of the Municipality of Clarington with the Corporation Seal, a contract between Hard-Co Construction Ltd. , and said Corporation; and 4. THAT the contract attached hereto as Schedule " A" form part of this By-law. By-law read a first and second time this 11th day of May, 1998. By-law read a third time and finally passed thisllth day of May, 1998 . ayor y .�7,5:h'.?t7N3...•. ms6.C�SM.7�.;. ..Ra.�m14 -=F''�:�13 �':!1 q5�u'�'�'�;?•fr '.G•�G sm5.a,' MUNICIPALITY OF grin ton ONTARIO NEE"I totten sims hubicki associates engineers architects and planners I 1 CORPORATION OF THE MUNICIPALITY OF CLARINGTON SCUGOG STREET and MIDDLE ROAD RECONSTRUCTION CONTRACT NO. CL98-3 MARCH 1998 1 totten sims hubicki associates 1 Engineers, Architects and Planners TSH No. 12-10624 ' AGREEMENT THIS AGREEMENT made in quadruplicate this 7th day of May 1998 BETWEEN: HARD-CO CONSTRUCTION LTD of the Regional Municipality of Durham and Province of Ontario ' hereinafter called the "Contractor" THE PARTY OF THE FIRST PART - and - ' the CORPORATION OF THE MUNICIPALITY OF CLARINGTON hereinafter called the "Purchaser" ' THE PARTY OF THE SECOND PART WITNESSETH, that the party of the first part, for and in consideration of the payment or ' payments specified in the tender for this work hereby agrees to furnish all necessary machinery, tools, equipment, supplies, labour, and other means of construction and, to the satisfaction of the Engineer, to do all the work as described hereafter, furnish all the materials except as herein otherwise specified, and to ' complete such works in strict accordance with the plans, specifications and tender therefore, all of which are to be read herewith and form part of this present agreement as fully and completely to all intents and purposes as though all the stipulations thereof have been embodied herein. ' Page 1 of 3 DESCRIPTION OF THE WORK AND LIST OF DOCUMENTS ADDENDUM NO. 1 dated April 22, 1998 ADDENDUM NO. 2 dated April 24, 1998 A. TENDER FORM: General Pages 1 and 2 Itemized Bid Pages 3 - 11 Bonds Schedule of Tender Data Page 13 iB. INSTRUCTIONS TO TENDERERS Pages 1 to 5 C. SPECIAL PROVISIONS - GENERAL Pages 1 to 25 D. SPECIAL PROVISIONS - TENDER ITEMS Pages 1 to 12 rE. STANDARDS F. BREAKDOWN SHEETS Page 1 G. PLANS: Drawings No. 1 - 15, S - S3 H. STANDARD SPECIFICATIONS: It shall be the Contractor's responsibility to obtain the applicable edition of the following Ontario Provincial Standard Specifications and Region of Durham Specifications, Schedules `C' and `D' revised February 1998. OPSS No. Date OPSS No. Date OPSS No. Date OPSS No. Date ' 127 Current 314 Dec. 1993 410 Dec. 1988 570 Aug. 1990 128 Current 351 Sept. 1996 421 Jan. 1995 571 Aug. 1990 201 Feb. 1996 353 Sept. 1996 501 Feb. 1996 572 Aug. 1990 206 Dec. 1993 405 Feb. 1990 506 May 1994 577 Feb. 1996 212 Dec. 1993 407 Oct. 1989 510 Oct. 1993 603 Mar. 1993 310 Mar. 1993 408 Oct. 1989 511 Feb. 1990 I. GENERAL CONDITIONS: OPS General Conditions of Contract (August 1990) All Plans and Documents referred to in the Specifications. The Contractor further agrees that he will deliver the whole of the works completed in accordance with this agreement on or before the expiration of sixty-five (65) working days from the commencement date of Tuesday, May 19, 1998. IN CONSIDERATION WHEREOF said party of the second part agrees to pay to the Contractor for all work done, the unit prices on the Tender. This agreement shall enure to the benefit of and be binding upon the heirs, executors, administrators and assigns of the Contractor and on the heirs and successors of the Purchaser. Page 2 of 3 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 ) in the presence of ) Diane mre, Mayor ) t' Barrie, Clerk ' Page 3 of 3 CONTRACT NO. CL98-3 MUNICIPALITY OF CLARINGTON 1 of 1 SCUGOG STREETWIDDLE ROAD RECONSTRUCTION ADDENDUM NO. 1 Contractors are hereby notified of the following modifications to Contract No. CL9 8-3. ITEMIZED BID Page 3, Item No. 3 - Unit shall read "m3". SPECIAL PROVISIONS -TENDER ITEMS Page 1, Earth Excavation (Grading) -Items No. 2 and 51 3rd paragraph Delete reference to breakdown sheets. A breakdown sheet for sub-drains i y is attached to the documents. SPECIAL PROVISIONS -GENERAL Clause 32, Delivery of Test Samples For this contract, test cylinders shall be delivered to 513 Division Street, Cobourg, Ontario. K9A 4W4. All Tenders must be submitted on the basis of these modifications. 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 April 22, 1999 r rCONTRACT NO. CL98-3 MUNICIPALITY OF CLARINGTON 1 of 1 rSCUGOG STREET/MIDDLE ROAD RECONSTRUCTION ADDENDUM NO. 2 Contractors are hereby notified of the following modifications to Contract No. CL98-3. r ITEMIZED BID Section 3 - Watermain and Appurtenances (Provisional) Add the following Items: Item Spec. Description of Item Unit Quantity Unit Price Total No. No. 3.05.01 CD/SP 19 nun Main Stop ea 1 3.05.11 1 CD/SP 1 19 mm r Pipe pe m 12 rSPECIAL PROVISIONS - TENDER ITEMS Relocate Hydrant - Item No. 47 Existing hydrant barrel shall be salvaged and delivered to Orono D t. Anew hydrant barrel with Storz pumper nozzle shall be supplied and installed. Thrust blocking shall be granular in accordance with Region of Du Standard S-430. 75 mm Rigid PVC Duct (Open Cut) - Item No. 48 Unit price bid under this Item shall include for ducts to be capped. r All tenders shall be submitted on the basis of these mo fications. This Addendum shall remain attached to and form I art of all t dens submitted. Totten Sims Hubicki Associates 513 Division Street, P.O. Box 910 COBOURG, Ontario K9A 4W4 April 24, 1998 16219/1914/C r r PROJECT: TENDER FOR CONTRACT NO. CL98-3 SCUGOG STREET and MIDDLE ROAD 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: HARD-CO CONSTRUCTION LTD. Name 1750 Harbour Street Whitby. Ontario. LIN 9G6 Address (include Postal Code) 905-668-2001 905-66 8-3584 Telephone and Fax Numbers tBarry Harding_ Name of Person Signing President Position of Person Signing TENDERS RECEIVED BY: Mrs. Patti Barrie, Clerk Corporation of the Municipality of Clarington Municipal Administration Centre 40 Temperance Street BOWMANVILLE, Ontario. L1C 3A6 I16WAffl Page 1 of 13 pages TENDER CONTRACT NO. CL98-3 To: The Mayor and Members of Council Corporation of the Municipality of Clarington Re: Contract No. CL98-3, Scugog Street and Middle Road 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 famish 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 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 13 pages ITEMIZED BID CONTRACT NO. CL98-3 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL98-3 for the following unit prices. Spec. No. - The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications SP - Refers to Special Provisions M - Plan Quantity Payment Item CD - Region of Durham Standard Specification Item Spec. Description of Item Unit Quantity Unit Price Total No. No. SECTION 1 -ROADWORKS: SCUGOG STREET AND MIDDLE ROAD 1. 201 Site Preparation LS $4,000.00 SP 2. 206 Earth Excavation(Grading) SP a) Sta. 1+878 to Sta. m3 3700 9.25 34,225.00 2+380 b) Sta. 2+380 to Sta. m3 2+667 (P) 2850 4.00 11,400.00 3. 212 Earth Borrow m3 6,500 2.60 16,900.00 SP 4. 310 Hot Mix H.L.4 (Middle and t 2,170 36.80 79,856.00 SP Lower Binder) 5. 310 Hot Mix H.L.-3A t 50 70.00 3,500.00 SP (Entrances and Boulevards) 314 Granular `A' t 4,800 10.50 50,400.00 SP F.7 314 Granular `B', Type 1 t 8,400 7.50 63,000.00 SP 351 Concrete in Sidewalk m2 1,460 32.50 47,450.00 SP 9. SP Interlocking Brick Pavers on 16 80.00 1,280.00 Sand and Granular "A" Base m2 10. 353 Concrete Curb and Gutter (all m 1,560 31.00 48,360.00 SP types) 11. 405 150 mm dia. Subdrains with SP Geotextile. a) Perforated Polyethylene I m 1 1,428 9.00 12,852.00 b) Perforated CSP m 160 39.00 6,240.00 Page 3 of 13 pages ITEMIZED BID CONTRACT NO. CL98-3 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL98-3 for the following unit prices. Item Spec. Description of Item Unit Quantity It Price Total No. No. 12. 410 250 mm Dia. PVC Storm SP Sewer, SDR 35 including in 171.9 100.00 17,190.00 Excavation, Bedding and Native Backfill 13 410 375 mm Dia. PVC Storm SP Sewer, SDR 35, including in 11 120.00 1,320.00 Excavation, Bedding and Native Backfill. 14. 410 525 mm Dia. C.P. Storm 1 SP Sewer, Class 65-1), including in 3 275.00 825.00 Excavation, Class B Bedding and Native Backfill. 15. 410 600 mm Dia. C.P. Storm SP Sewer, Class 65-1), including m 16.8 200.00 3,360.00 Excavation, Class B Bedding and Native Backfill. 16. 410 825 mm Dia. C.P. Storm SP Sewer, Class 65-1), including in 6.2 400.00 2,480.00 Excavation, Class B Bedding and Native Backfill. 17. 410 900 mm Dia. CSP Storm SP Sewer, 1.6 gauge, plain in 14 135.00 1,890.00 galvanized, including Excavation, Bedding and Native Backfill. 18. 410 1350 mm Dia. C.P. Storm SP Sewer, Class 100-1), m 110 495.00 54,450.00 including Excavation, Class B Bedding and Native Backfill. 19. 410 1500 mm Dia. C.P. Storm SP Sewer, Class 100-1), m 98.8 556.00 54,932.80 including Excavation, Class B Bedding and Native Backfill. 20. 407 600 mm x 600 mm Pre-cast SP Catchbasins, Type "A" ea 22 1,400.00 30,800.00 (OPSD-705.010) 21. 407 600 mm x 600 mm Precast SP Ditch Inlet (OPSD-705.030) ea 1 2 1 1,500.00 1 3,000.00 Page 4 of 13 pages ITEMIZED BID CONTRACT NO. CL98-3 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL98-3 for the following unit prices. Item Spec. Description of Item Unit Quantity Unit Price Total::1 No. No. 22. 407 600 mm x 1450 mm Pre-cast SP Twin Inlet Catchbasins ea 1 1,800.00 1,800.00 (OPSD 705.020) 23. 407 600 mm x 1200 mm Pre-cast SP Ditch Inlet (OPSD 705.040) ea 3 1,600.00 4,800.00 24. 407 1500 mm dia. Pre-cast Ditch SP Inlet (OPSD 701.040) ea 1 5,500.00 5,500.00 25. 407 2400 mm dia. Pre-cast Ditch SP Inlet (OPSD 701.060) ea 1 9,500.00 9,500.00 26. 407 1680 mm x 2440 mm Precast SP Manhole ea 2 11,000.00 22,000.00 27. 408 Rebuild Manholes ea 4 750.00 3,000.00 SP 28. 408 Rebuild Water Chamber SP ea 1 1,100.00 1,100.00 29. 408 Adjust Manholes ea 10 150.00 1,500.00 30. 314 Provisional Item SP Clear Stone Bedding with t 250 22.00 5,500.00 Geotextile 31. 314 Provisional Item SP Granular "B" Type 1 Backfill t 3,000 5.75 17,250.00 to Storm Sewer 32. 501 Water for Compaction and m3 1,000 1.00 1,000.00 Dust Suppression 33. 506 Calcium Chloride Flake kg 6,000 0.70 4,200.00 34. SP Sawcutting of Asphalt m 70 3.40 238.00 35. 510 Removal of Curb and Gutter m 90 15.00 1,350.00 SP 36. 510 Removal of Non-Reinforced m2 400 8.00 3,200.00 SP Concrete Base 37. 510 Removal of Culverts and in 90 12.00 1,080.00 Sewers ' Page 5 of 13 pages ITEMIZED BID CONTRACT NO. CL9 8-3 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL98-3 for the following unit prices. Item Spec. Description of Item Unit Quantity Unit Price Total No. No. 38. 510 Removal of Manholes and SP Catchbasins ea 9 750.00 6,750.00 39. 570 571 Topsoil (imported) and Sod SP (Nursery) a) Unstaked m2 8,000 3.50 28,000.00 b) Staked m2 1,000 3.75 3,750.00 1 40. 570 Topsoil(imported) SP 0 1,400 1.90 2,660.00 41. 572 Seed and Mulch kg 15 25.00 375.00 SP 42. CD Adjust Water Valve Boxes ea 10 50.00 500.00 t43. SP Provisional Item Geotextile for Subgrade m2 2,000 2.00 4,000.00 44 577 Siltation Control SP a) Light Duty Silt Fence Barrier in 70 10.00 700.00 1 b) Straw Bale Flow Check ea 10 180.00 1,800.00 c) Temporary Rock Flow ea 12 500.00 6,000.00 Check 45. SP Concrete Pipe Plugs ea 5 100.00 500.00 46. 511 Rip Rap m2 150 22.00 3,300.00 SP 47. CD Relocate Hydrant LS 3,600.00 SP 48. 603 75 mm Rigid PVC Duct SP (open cut) in 70 60.00 4,200.00 =Total Section 1 - (carried forward to Summary) 698,863.80 Page 6 of 13 pages ITEMIZED BID CONTRACT NO. CL98-3 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL98-3 for the following unit prices. ' Item Spec. Description of Item Unit I Quantity Unit Price Total No. No. SECTION 2 - SANITARY SEWERS AND APPURTENANCES 2.01.00 CD/SP Pipe .01 Sta. 2+409 to Manhole#S1 in 101.0 90.00 9,090.00 .02 Manhole#S1 to #S2 in 110.0 90.00 9,900.00 2.04.00 CD/SP Manholes .07 Manhole#S1 LS 3,200.00 ' .08 Manhole #S2 LS 3,200.00 2.06.03 314 Provisional Item SP Granular `B' Backfill to t 500 5.75 2,875.00 Sewer jTotal Section 2 - (carried forward to Summary Page) 28,265.00 SECTION 3 - WATERMAIN AND APPURTENANCES (Provisional) 3.01.00 CD/SP Pipe .02 150 mm PVC in 11 200.00 2,200.00 .04 300 mm pvc in 99 130.00 12,870.00 3.02.00 CD/SP Extra over Item 3.01.00 03 Abandoned Pipe Plugs (incl. ea 1 450.00 450.00 excavation) .08 Remove Existing Valve and 500.00 Box LS 3.03.00 CD/SP Valves 04 300 mm dia. Gate Valve and ea 1 1,800.00 1,800.00 Box 3.04.00 CD/SP Hydrants i .03 Temporary Flushing Hydrant ea 1 1,500.00 1,500.00 3.05.01 CD/SP 19 mm Main Stop ea 1 450.00 450.00 Page 7 of 13 pages ITEMIZED BID CONTRACT NO. CL98-3 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL98-3 for the following unit prices. ' Item Spec. Description of Item Unit Quantity Unit Price Total No. No. ' 3.05.11 CD/SP 19 nun Copper Pipe m 12.00 90.00 1,080.00 3.06.01 CD/SP 19 mm dia. Test Point ea 1 500.00 500.00 1 3.07.02 CD/SP Mechanical Joint Plug ea 1 500.00 500.00 Total Section 3 - (carried forward to Summary Page) 21,850.00 SECTION 4 - GENERAL ITEMS 4.02.01 SP One Hundred Percent (100%) Performance and Guarantee LS 12,000.00 Maintenance Bond, Liability ' Insurance and Labour and Material Payment Bond 4.03.01 SP Mobilization and LS 6,000.00 Demobilization ' Total Section 4- (carried forward to Summary Page) 18,000.00 SECTION 5 - CONTINGENCIES Stone Below Pipe Bedding 1 0.00 m to 3.75 m m3 $45.00 .2 3.75 m to 5.25 m m3 48.00 .3 5.25 m to 6.75 m m3 55.00 .4 6.75 m to 8.25 m 1111 65.00 5 8.25 m to 9.75 m m3 77.00 2. Extra Excavation in Trenches 1 0.00 m to 3.75 in m3 12.00 .2 3.75 m to 5.25 m m3 15.00 ' .3 5.25 m to 6.75 m m3 22.00 .4 6.75 m to 8.25 in m3 31.00 .5 8.25 m to 9.75 m m3 42.00 3. Labour Rates (all inclusive) .1 Foreman (including Truck) hr 62.00 .2 Common labour hr 43.00 .3 Skilled Labour hr 46.00 Page 8 of 13 pages r ITEMIZED BID CONTRACT NO. CL98-3 i In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL98-3 for the following unit prices. Item Spec. Description of Item Unit Quantity Unit Price Total No. No. ' .4 Truck Driver hr 45.00 .5 Heavy Equipment Operator hr 47.00 6 Carpenter hr 47.00 4. Located WS or Main Valve Box 1 Total Exposure ea 250.00 .2 Partial Exposure ea 200.00 5. WS Box - Extra Over Item 4 1 New No. 9 Water Service ea 145.00 ' .2 New Rod Only (Stainless) ea 60.00 .3 New Lid Only ea 35.00 .4 Rethreading only ea 50.00 .5 150 mm Extension ea 35.00 ' .6 300 mm Extension ea 40.00 .7 450 mm Extension ea 47.00 .8 600 mm Extension ea 52.00 ' 6. Modify Exist. Main Valve Box 1 Cut off threaded portion ea 115.00 .2 New lid ea 40.00 ' 3 New Top Section ea 115.00 4 New extension Section ea 120.00 .5 New Bottom Section ea 210.00 ' .6 New Box Complete ea 320.00 .7 Trench Rock Excavation m3 200.00 .8 Calcium Chloride (Flake) tonne 700.00 Total - Section 5 (carried forward to Summary Page) $10,000.00 1 r Page 9 of 13 pages i ITEMIZED BID CONTRACT NO. CL98-3 1 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified 1 for Contract No. CL98-3 for the following unit prices. 1 Item I Spec. Description of Item Unit I Quantity I Unit Price Total No. No. 1 SECTION 6 - SCUGOG STREET TEMPORARY REALIGNMENT (Provisional) 50. 201 Site Preparation SP LS 500.00 51. 206 Earth Excavation(Grading) m3 1,600 4.50 7,200.00 1 SP (P) 52. 310 Hot Mix H.L.-4 t 180 50.00 9,000.00 SP 53. 314 Granular 'A' t 800 10.50 8,400.00 SP 54. 314 Granular `B', Type 1 t 1,400 6.80 9,520.00 1 SP 55. 353 Concrete Gutter Outlet ea 2 250.00 500.00 ' 56. 410 250 mm dia. PVC Storm SP Sewer, SDR 35, including m 13 80.00 1,040.00 ' Excavation, Bedding and Native Backfill. 57. 407 600 mm x 600 mm, Precast ' SP Ditch Inlet (OPSD 705.030) ea 1 1,300.00 1,300.00 58. 421 400 mm Dia. Corrugated Steel Pipe Culvert, Plain m 14 70.00 980.00 ' Galvanized, 1.6 nun Gauge. 59. 421 600 mm Dia. Corrugated Steel Pipe Culvert, Plain m 24 90.00 2,160.00 Galvanized, 1.6 mm Gauge 60. 510 Removal of Pipe Culvert. 1 m 14 12.00 168.00 61. 501 Water for Compaction and Dust Control m3 200 1.00 200.00 ' 62. 570 571 Topsoil (Imported) and SP Nursery Sod a) Unstaked m2 200 3.50 700.00 b) Staked m2 150 3.75 562.50 Page 10 of 13 pages ITEMIZED BID CONTRACT NO. CL98-3 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified ' for Contract No. CL98-3 for the following unit prices. ' Item Spec. Description of Item Unit Quantity Unit Price Total No. No. ' 63. 570 Topsoil(Imported) SP m2 2000 1.90 3,800.00 64. 572 Seed and Mulch kg 20 25.00 500.00 ' SP 65. SP Sawcutting of Asphalt in 20 3.40 68.00 ' 66. 511 Rip rap m2 10 22.00 220.00 SP 67. 577 Siltation Control SP a) Straw Bale Flow Check ea 6 180.00 1,080.00 b) Temporary Rock Flow Check ea 2 500.00 1,000.00 Total- Section 6 (carried forward to Summary Page) $48,898.50 SUMMARY: Total Section 1 - Roadworks ' (Scugog St./Middle Rd.) $698,863.80 Total Section 2 - Sanitary Sewers $28,265.00 ' Total Section 3 -Watermain (Provisional) $21,850.00 Total Section 4 - General Items $18,000.00 ' Total Section 5 - Contingencies $10,000.00 Total Section 6 - Roadworks -Scugog Street $48,898.50 Temporary Realignment (Provisional) Total (excluding GST) $825,877.30 GST (7% of Total) 57,811.41 ..... ' Tenderer's GST Registration No. R132431768 ' Page 11 of 13 pages AGREEMENT TO BOND to be completed by Bonding Co an CONTRACT NO. CL98-3 ' Bond No. 881081397-073 WE, the Undersigned, HEREBY AGREE to become bound as Surety for HARD-CO CONSTRUCTION LTD. rin 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. CL98-3 is accepted by the Authority. IT IS A CONDITION of this Agreement that if the above mentioned Tender is accepted, application for a Performance Bond and a Labour and Material Payment Bond must be made to the Undersigned within TEN (10) DAYS of Notice of Contract Award, otherwise the Agreement shall be null ' and void. * This Agreement to Bond shall be null and void after Sixty(60) days from the Tender Date. ' DATED AT Toronto this 27th day of April 1998. ZURICH INSURANCE COMPANY Name of Bonding Company ' Janice Oehm 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). i Page 12 of 13 pages SCHEDULE OF TENDER DATA CONTRACT NO. CL98-3 ' The work specified in the Contract shall be performed in strict accordance with the following Schedule: A. TENDER FORM: General Pages 1 and 2 ' Itemized Bid Pages 3 - 11 Agreement to Bond Page 12 Schedule of Tender Data Page 13 B. INSTRUCTIONS TO TENDERERS Pages 1 to 5 C. SPECIAL PROVISIONS - GENERAL Pages 1 to 25 D. SPECIAL PROVISIONS - TENDER ITEMS Pages 1 to 12 ' E. STANDARDS F. BREAKDOWN SHEETS Page 1 ' G. PLANS: Drawings No. 1 - 15, S1 - S3 H. STANDARD SPECIFICATIONS: It shall be the Contractor's responsibility to obtain the applicable edition of the following Ontario Provincial Standard Specifications and Region of Durham Specifications, Schedules `C' and `D' revised February 1998. ' OPSS No. Date OPSS No. Date OPSS No. Date OPSS No. Date 127 Current 314 Dec. 1993 410 Dec. 1988 570 Aug. 1990 ' 128 Current 351 Sept. 1996 421 Jan. 1995 571 Aug. 1990 201 Feb. 1996 353 Sept. 1996 501 Feb. 1996 572 Aug. 1990 206 Dec. 1993 405 Feb. 1990 506 May 1994 577 Feb. 1996 ' 212 Dec. 1993 407 Oct. 1989 510 Oct. 1993 603 Mar. 1993 310 Mar. 1993 408 Oct. 1989 511 Feb. 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. CL98-3, executed by me/us bearing date the 29th day of April 1998. SIGNATURE iPOSITION: P I ZNT (COMPANY SEAL) NAME OF FIRM: HARD-CO CONSTRUCTION LTD. This is Page 13 of 13 Pages to be submitted as the Tender Submission for Contract No. CL98-3. i 1 1 i 1 1 i CORPORATION OF THE MUNICIPALITY OF CLARINGTON 1 CONTRACT NO. CL98-3 i i INSTRUCTIONS TO TENDERERS i i16MV16/10rc i INDEX INSTRUCTIONS TO TENDERERS CONTRACT NO. CL98-3 CLAUSE SUBJECT PAGE 1. GENERAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 2. BLANK FORM OF TENDER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 3. TENDER DEPOSITS 1 4. BONDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 5. RIGHT TO ACCEPT OR REJECT TENDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ' 6. UNACCEPTABLE TENDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 7. ABILITY AND EXPERIENCE OF TENDERER . . . . . . . . . . . . . . . . . . . . . . . . . . 2 8. PROVINCIAL SALES TAX . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 9. GOODS AND SERVICES TAX (GST) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 10. EXECUTE CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 11. COMMENCEMENT OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 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 1 18. ADDENDA. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 19. UTILITIES 5 20. PRE-CONSTRUCTION SURVEY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 21. EXTENT OF WORKS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 PAGE ONE INSTRUCTIONS TO TENDERERS CONTRACT NO. CL98-3 1. GENERAL SEALED Tenders plainly marked "Contract No. CL98-3" will be received until: 2:00 P.M., LOCAL TIME, WEDNESDAY, APRIL 29, 1998 and shall be addressed to: Ms. Patti Barrie, Clerk Corporation of the Municipality of Clarington Municipal Administration Centre 40 Temperance Street Bowmanville, Ontario. L1C 3A6 2. BLANK FORM OF TENDER One copy of the Tender, on the forms provided, shall be submitted. All information requested shall be shown in the tender, in the space provided. 3. TENDER DEPOSITS ' All tenders shall be accompanied by a certified cheque or a bid bond issued by a surety approved by and in a form containing terms satisfactory to the Municipality's Treasurer, in the minimum amount defined below, made payable to the Authority, as a guarantee for the execution of the Contract. �`60�: cter:Amount::.;; $ 20,000.00 or less $1,000.00 20,000.01 to 50,000.00 2,000•00 50,000.01 to 100,000.00 5,000.00 100,000.01 to 250,000.00 10,000.00 250,000.01 to 500,000.00 25,000.00 500,000.01 to 1,000,000.00 50,000.00 1,000,000.01 to 2,000,000.00 100,000.00 2,000,000.01 and over 200,000•00 All deposits will be returned within ten days after the Tenders have been opened except those which the Authority elects to retain until the successful tenderer has executed the Contract Documents. The retained tender deposits will be returned when the successful Tenderer has fully complied with the conditions outlined in the Contract Documents. INSTRUCTIONS TO TENDERERS CONTRACT NO. CL98-3 2. 4. BONDS The Contractor is required to provide a Performance Bond, and a Labour and Material Payment Bond, each in an amount equal to 100 percent of the Total Tender Amount, to guarantee his faithful performance of this Contract and his fulfilment of all obligations in respect of maintenance and payment for labour and materials used on this work. Each Bond shall be with a satisfactory Guarantee Surety Company, resident in Canada or authorized to carry on business in Canada. An agreement to bond must be submitted with the tender bid. Bonding company standard "Agreement to Bond" forms are acceptable. 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. CL98-3 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 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. 11. COMMENCEMENT OF WORK The successful Tenderer shall commence work at the site within 7 calendar days of the official commencement date as specified in the written order issued in accordance with GC7.01.02 of the General Conditions. 12. LOCATION The work is located on Scugog Street from 80 m north of Meadowview Boulevard to Longworth Avenue and on Middle Road from Longworth Avenue to 270 m north of Goodwin Avenue. 13. SOILS INFORMATION AND CROSS-SECTIONS A foundation investigation has been undertaken on behalf of the Authority. 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 Consultant's office. i INSTRUCTIONS TO TENDERERS CONTRACT NO. CL98-3 4. 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 the Environment. 17. DEFINITION OF OWNER/AUTHORITY AND ENGINEER/CONTRACT ADMINISTRATOR Wherever the word "Owner" or "Authority" or "Corporation" appears in this Contract, it shall be interpreted as meaning the "Corporation of the Municipality of Clarington". Wherever the word "Ministry", "M.T.C." or "M.T.O" appears it shall be deemed to mean the "Ministry of Transportation, Ontario" or the "Corporation of the Municipality of Clarington. Wherever the word "Contract Administrator" or "Engineer" appears in this Contract it shall be deemed to mean the Consultants, Totten Sims Hubicki Associates, or such other officers, as may be authorized by the Authority to act in any particular capacity. 18. ADDENDA The Contractor shall ensure that all addenda issued during the tendering period are attached as part of the submitted bid. Failure to do so will result in disqualification of the bid. i 1 INSTRUCTIONS TO-TENDERERS CONTRACT NO. CL98-3 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. Len Li, P.Eng. Consumers Gas: Mr. David Tsai 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 M 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. EXTENT OF WORKS The Contractor is advised that the limits of construction may terminate at Station 2+410 approximately, north of Goodwin Avenue. Termination at this point will eliminate some storm sewer work, the sanitary sewer and associated road works. The Contractor shall have no claim under Clause GC8.01.02 of the OPS General Conditions for the elimination of this part of the contract. The Contractor's attention is drawn to Section 3 and Section 6 of the Contract. This work is labelled as provisional and may also be deleted from the Contract. CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL98-3 SPECIAL PROVISIONS - GENERAL INDEX SPECIAL PROVISIONS-GENERAL CONTRACT NO. CL98-3 CLAUSE SUBJE CT PAGE 1. PLAN QUANTITY ITEMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 2. GUARANTEED MAINTENANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 3. CONTRACT TIME AND LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 4. CONTRACTOR'S AUTHORIZED REPRESENTATIVE . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 5. OPS GENERAL CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 6. LAYOUT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 7. LABOUR CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 8. RESTRICTIONS ON OPEN BURNING 7 9. SUPPLY OF MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 10. PAYMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 11. UTILITIES 8 12. HAUL ROADS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 13. DUST CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 14. TRAFFIC CONTROL, FLAGGING 9 15. CONTRACTOR'S SUPPLY OF CONSTRUCTION SIGNS . . . . . . . . . . . . . . . . . . . . . . . . . . 10 16. MAINTENANCE OF TRAFFIC . . . . . . . . . . . . . 10 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17. EMERGENCY AND MAINTENANCE MEASURES 11 18. ENGINEERING FIELD OFFICE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 19. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL . . . . . . . . . . . . . . . . . . . . . . . . 13 20. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 - DESIGNATED SUBSTANCES . . . . . . . 14 21. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM (WHMI5) . . . . . . . . . . . . 15 22. SPILLS REPORTING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 23. TRAFFIC AND STREET SIGNS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 24. GARBAGE COLLECTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 25. ASPHALT MIX DESIGNS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 26. CONCRETE MIX DESIGNS . . . . . . . . . . . . 16 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27. APPLICABLE STANDARD SPECIFICATIONS 19 28. AMENDMENT TO OPSS 353 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 29. AMENDMENT TO OPSS 102 19 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30. AMENDMENT TO OPSS 570 20 31. AMENDMENT TO OPSS 1820; CONCRETE PIPE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20 32. DELIVERY OF TEST SAMPLES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 33. PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED SPACES . . . 21 34. CONFINED SPACE ENTRY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 35. COMPLIANCE WITH THE OCCUPATIONAL HEALTH AND SAFETY ACT . . . . . . . . . . . . . 22 36. GOVERNMENTAL REQUIREMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 37. ENGINEERING ARBITRATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 38. ENTRY ONTO PRIVATE PROPERTY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 39. STORAGE AREAS 23 40. GENERAL LIABILITY INSURANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 41. CONSTRUCTION LIEN ACT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 42. PROPERTY OWNER'S RELEASE OF PRIVATELY OWNED LAND USED BY THE CONTRACTOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 PAGE ONE SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL98-3 1. PLAN QUANTITY 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. 1 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, May 19, 1998 and the Contractor shall diligently prosecute the work on this contract to completion on or before the expiration of sixty-five (65) 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. CL"-3 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) Worldng Day Working Day as defined in GC1.04 is modified by the addition of the following under Paragraph (a): Except any day from ...................................... inclusive, even though the Contractor may elect to carry out any approved work as called for under this Contract during this period. The Contract Administrator will furnish to the Contractor for his signature a weekly "Statement of Record of Working Days". The Contractor will be allowed two weeks in which to file a written protest setting forth in what respects the said weekly statement is incorrect, otherwise, the statement shall be deemed to have been accepted by the Contractor as correct. (4) Liquidated Damages It is agreed by the parties to the contract that in case all the work called for under.the contract is not completed within the number of working days as set forth in the special provisions or as extended in accordance with Section GC3.07 of the General Conditions, a loss or damage will be sustained by the Authority. Since it is and will be impracticable and extremely difficult to ascertain and determine the actual loss or damage which the Authority will suffer in the event of and by reason of such delay, the parties hereto agree that the Contractor will pay to the Authority the sum of FOUR HUNDRED DOLLARS ($400.00) as liquidated damages for each and every calendar day's delay in achieving completion of the work in excess of the number of working days prescribed. It is agreed that this amount is an estimate of the actual loss or damage to the Authority which will accrue during the period in excess of the prescribed number of working days. The Authority may deduct any amount under this paragraph from any moneys that may be due or payable to the Contractor on any account whatsoever. The liquidated damages payable under this paragraph are in addition to and without prejudice to any other remedy, action or other alternative that may be available to the Authority. 4. CONTRACTOR'S AUTHORIZED REPRESENTATIVE Authorized representative as referenced in GC7.01.07 is defined as an employee of the Contractor. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL98-3 3. 5. OPS GENERAL CONDITIONS Wherever in this Contract reference is made to the General Conditions, it shall be interpreted as meaning the OPS General Conditions of Contract, August 1990. 6. 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. 7. LABOUR CONDITIONS General This Special Provision is to be read in conjunction with Section GC8.02.06, Payment of Workers, of the General Conditions of the Contract and is subject to The Industrial Standards Act, The Employment Standards Act, 1980 and the regulations made thereunder. The wage rates set out in the Roads and Structures Fair Wage Schedule are subject to change periodically. Any increase in costs incurred by a change in the wage rates shall be borne by the Contractor. Definitions For the purposes of this Special Provision, (a) "regular rate" means, (i) the hourly rate paid to an employee for their normal non-overtime work week, or; (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. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL98-3 4. (b) "work on roads" means the preparation, construction, finishing and construction , maintenance of roads, streets, highways and parking lots and includes all work incidental thereto other than work on structures; and; (c) "work on structures" means the construction, reconstruction, repair, alteration, remodelling, renovation or demolition of any bridge, tunnel or retaining wall and includes the preparation for and the laying of the foundation of any bridge; tunnel or retaining wall and the installation of equipment and appurtenances incidental thereto; provided, however, that the Minister of Labour, Ontario may at his/her sole discretion determine whether any particular work is to be classified as work on roads or as work on structures and such decision may be made notwithstanding the definitions herein contained. Hours of Work and Wages The regular work week for a person employed on work on roads being done under this Contract or any other Contract subject to these or similar labour conditions shall not exceed 55 hours and all time worked by such person in excess of 55 hours a week shall be overtime except that part of the hours of work in excess of 55 hours a week which together with the hours worked in the preceding week do not exceed 55 hours in that preceding week. But, in no case shall the number of hours that can be included in the hours of work for that preceding week exceed 22 hours. The regular work week for a person employed on work on structures being done under this Contract or any other Contract subject to these or similar labour conditions shall not exceed 50 hours and all time worked by such person in excess of 50 hours a week shall be overtime except that part of the hours of work in excess of 50 hours a week which, together with the hours worked in the preceding week do not exceed 50 hours in that preceding week. But, in no case shall the number of hours that can be included in the hours of work for that preceding week exceed 22 hours. Every person employed by the Contractor or a sub-contractor or other person to do any part of the work contemplated by this Contract shall be paid while employed on such work at not less than the wage rate set out in the Roads and Structures Fair Wage Schedule for the appropriate classification of such work or not less than such other wage rates as, during the continuance of 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 SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL98-3 5. rsuch Contracts and if, on this basis, overtime is worked on this Contract the Contractor shall pay such person at the overtime rate and no waiver by that person of this entitlement to overtime wages and no interposition of a third party by way of an employment agency or as the nominal employer of that person shall relieve the Contractor of his/her obligation to pay that person the overtime wages. Decisions by Minister of Labour Where there is no appropriate classification set out in the Roads and Structures Fair Wage Schedule for any particular class of work, the Minister of Labour, Ontario, may designate or establish the appropriate classification and the wage rate. The Contractor, upon receipt of notice of any decision of the Minister of Labour, Ontario, made under this Contract, shall immediately adjust the wage rates, hours and classification of work so as to give the effect to such decision. Fair Wage Schedule The Contractor shall make applicable to this Contract and post, in accordance with Section GC7.11 of the General Conditions of the Contract, the current edition of the Ontario Ministry of Labour's Roads and Structures Fair Wage Schedule and any amendments thereto. Contractor to Keep Records Which are to be Open for Inspection The Contractor shall keep proper books and records showing the names, trades, addresses and hourly wage rates of all workers in his/her employ or employed on this Contract through an employment agency and the wages paid to and time worked by such workers both at regular wage rates and at overtime wage rates, and the books or documents containing such records shall be open for inspection by officers of the Government at any time it may be expedient to the Minister of Labour to have the same inspected. Ministry Requirements Before Payments Made to Contractor The Contractor shall from time to time upon request furnish the Ministry with such detailed ' information and evidence as may be required in order to establish that these labour conditions have been complied with not only by him/her but by any sub-contractor or other person doing any part of the work contemplated by the Contract. Off Site Work The Labour Conditions are intended for application primarily to work on the Contract site. Work that is carried out on sites that are not in the immediate vicinity of the Contract site or that are not used exclusively for the purposes of Contracts including Municipal Contracts, containing similar labour conditions will not be subject to the Labour Conditions. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL98-3 6. Training Period for Equipment Operators r (a) Employees, other than students, learning to operate equipment are classified as "Apprentice Equipment Operators" during, (i) their first three months operating equipment which does not require a licensed operator; or (ii) their first 18 months operating equipment which requires a licensed operator. (b) The wages for apprentice equipment operators are as follows: Windsor Zone The wage rate for Cement Improver Hamilton Zone The wage rate for Asphalt Raker Toronto Zone The wage rate for Asphalt Raker Ottawa Zone The wage rate for Skilled Labourer Provincial Zone The wage rate for Skilled Labourer. Pile Driver Employees other than an operator are to be classified as "Pile Driver Men" and shall be entitled to the wage rate for "Labourer" - Structure Section. Servicing of Equipment by Operator "On Site" The Operator shall be entitled to his/her wage rate for the work in accordance with the terms of the "Special Provisions- Labour Conditions." Travelling Time Travelling time will not be subject to the Fair Wage Schedule. The hours and wages or monies paid for travelling time are to be deleted from the wage record of an employee in computing his/her wage entitlement. Gravel and Chip Spreader - Provincial Zone Employees engaged in this classification of work shall be paid the wage rate of Equipment and Maintenance Operator, Group 'B'. , Room and Board Allowance The amount of room and board allowance will be negotiated between the employer and employee but in no case will the net amount of wages due to an employee be less than such wages an employee in General Construction work would receive at the minimum wage and overtime at one and one-half times that rate for hours worked in excess of forty-four a week and the maximum deduction for Room and Board per week as allowed by Regulation under the Employment Standards Act. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL98-3 7. rFarm 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. 8. RESTRICTIONS ON OPEN BURNING Open fires will not be permitted within the limits of this Contract. Brush and debris may as an alternative to burning, be disposed of outside the Contract Limits and in compliance with the requirements specified elsewhere for Management and Disposal of Excess Material. 9. SUPPLY OF MATERIALS All materials necessary for the proper completion of the work shall be supplied by the Contractor, except as specifically noted, and the payment provided in the Contract shall be deemed to include full compensation for the supply of such materials. Materials listed in OPSS 128 and as amended from time to time, shall be supplied only from sources designated in the Ministry of Transportation Manual of Designated Sources for Materials. 1 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 SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL98-3 8. (2) By the addition of the following: 9.20.10 (Structural Steel) Coal Tar Epoxy 9.20.15 (Structural Steel) Coal Tar Epoxy 10. PAYMENTS Except as herein provided, payments under this Contract will be made in accordance with Section GC8.02.03 of the General Conditions. Notwithstanding the provisions of the General Conditions respecting certification and payment, the Authority may withhold 21h percent of the total value of work performed beyond the expiration of 45 days from the date of publication of the Certificate of Substantial Performance, to enable the Contract Administrator to produce the final detailed statement of the value of all work done and material furnished under the Contract. As a condition of holdback reduction from 10% to 2-1/2%, the Contractor shall supply a Statutory Declaration as defined in GC8.02.03.07 03)(b) and advertise the Certificate of Substantial Performance per GC8.02.03.04(03). The Completion Payment Certificate to include statutory holdback release, will be issued within 120 days after the date for completion as specified under 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. The Contractor is advised that the Authority may withhold payment on Interim and Holdback , Release Certificates up to 30 calendar days from the date of receipt of the executed Payment Certificates. 11. UTILITIES Sections GC2.01 and GC7.12 02) of the General Conditions are deleted in their entirety and are , replaced by the following: The Contractor shall be responsible for the protection of all utilities at the job site during the ' time of construction. The Authority will be responsible for the relocation of utilities where required. However, no claims will be considered which are based on delays or inconvenience resulting from the relocation not being completed before the start of this Contract. 1 SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL98-3 9. The location and depth of underground utilities shown on the Contract drawings, are based on the investigations made by the Authority. It is, however, the Contractor's responsibility to contact the appropriate agencies for further information in regard to the exact location of all ' utilities, to exercise the necessary care in construction operations and to take such other precautions as are necessary to safeguard the utilities from damage. 12. HAUL ROADS When so required by the Contract Administrator, payment for maintenance and restoration of haul roads will be made for the materials provided and the work performed as specified, at tender prices, or at negotiated prices. 13. DUST CONTROL rAs 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 bome by the Contractor except however where water or calcium chloride is used to reduce the dust caused by traffic on a roadway which it is the Contractor's responsibility to maintain for public traffic, the cost of such quantities of water and calcium chloride as are authorized by the Contract Administrator to restrict dust to acceptable levels, shall be paid for by the Authority at the contract prices for Application of ' Water or Application of Calcium Chloride. ' 14. TRAFFIC CONTROL, FLAGGING Flagging for traffic control on this Contract shall be in conformance with the procedure outlined in the pamphlet entitled "Correct Methods for Traffic Control" issued by the Construction Safety ' Associations of Ontario. Copies of this pamphlet may be obtained by request from the Ministry of Transportation's District Office. Each flagman shall, while controlling traffic, wear the following: (i) an approved fluorescent blaze orange or fluorescent red safety vest, and ' (ii) an approved fluorescent blaze orange or fluorescent red armband on each arm, and (iii) an approved fluorescent blaze orange or fluorescent red hat. i SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL98-3 10. 15. CONTRACTOR'S SUPPLY OF CONSTRUCTION SIGNS t 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: M ]wTuitlr+er.':> .....::.;:.;:::::::::.:::.:::;;::.::::.��'��gu.::........... TC-1 CONSTRUCTION 10 TC-31, 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 6 TC-41B CONSTRUCTION ZONE ENDS 6 Traffic controls shall be operational before work affecting traffic begins. 16. MAINTENANCE OF TRAFFIC The following traffic controls will be in effect during construction: ' • Scugog Street shall remain open to two lanes of traffic at all times. , • Middle Road will be closed to all traffic from north of Goodwin Avenue to the north limits of the contract until sewer installation and road excavation and placing of granulars is complete. ' • The Goodwin Avenue/Middle Road intersection shall remain open to one lane of traffic at all times. • Middle Road/Scugog Street from Goodwin Avenue to the south limits of the contract shall remain open to one lane of traffic at all times. • Scugog Street/Middle Road intersection shall remain open to two lanes of traffic. 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. i SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL98-3 11. It is understood that implementation of traffic controls will require ongoing review and adjustment to suit construction operations. rNo deviation from the above procedure will be allowed except with the approval of the Engineer. Notwithstanding the preceding, the Contractor shall at all times maintain the roadway surface within the contract limits in a condition satisfactory to the Engineer and such that any emergency vehicles may have immediate access to any building located within the limits of this Contract. The Contractor shall be responsible for all signing at the contract limits and within the contract limits. The Contractor shall ensure the signing is properly maintained while in use. It shall be the Contractor's responsibility to directly notify Police, Fire, Hospital and Ambulance services ' of road closures at least 24 hours in advance of such closures and to notify these same authorities when such closures are no longer in effect. It is the Contractor's responsibility to advertise all road closures in local newspapers a minimum of one week in advance of such closure. The newspaper advertisement shall indicate the date of closing of the roadway and the length of time for which the road will be closed. This advertising is in addition to the notification required for Police, Fire, Hospital and Ambulance as indicated above. The Municipality of Clarington shall be responsible for all detour signing outside the contract limits. 17. EMERGENCY AND MAINTENANCE MEASURES Whenever the construction site is unattended by the general superintendent, the name, address and telephone number of a responsible official of the contracting firm, shall be given to the Contract Administrator. This official shall be available at all times and have the necessary authority to mobilize workmen and machinery and to take any action as directed by the Contract Administrator in case emergency or maintenance measures are required regardless whether the emergency or requirement for maintenance was caused by the Contractor's negligence, act of God, or any cause whatsoever. ' Should the Contractor be unable to carry out immediate remedial measures required, the Authority will carry out the necessary repairs, the costs for which shall be charged to the ' Contractor. ' 18. ENGINEERING FIELD OFFICE The Contractor, shall, at no additional expense to the Authority, supply an office for the exclusive use of the Contract Administrator. This office shall be located as directed by the Engineer, but in no case shall be more than one kilometre from the Contract limit. SPECIAL PROVISIONS - GENERAL ' CONTRACT NO. CL98-3 12. The Contract Administrator's office shall have a minimum of 17 mZ 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 m 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. The field office and other facilities shall be provided at the site within 14 days of the Date of Notification to Commence Work or on the date of the Contractor's actual commencement of work, whichever date occurs first, and shall remain at the site, if the Contract Administrator so requires, for a period of up to two months after the completed work is accepted by the Authority. Field office shall be equipped with a facsimile machine for the use of the Contract Administrator With the office the Contractor shall also include the supply of an OKI Model 710 portable cellular phone as supplied by Rogers Cantel or approved equal, complete with extra batteries, charger, cigarette lighter adapter and operations manual, for the use of the Contract Administrator preferably with 905 area code. Any alternate model must have the same features as those on the noted model and must be approved by the Contract Administrator. The phone shall remain with the Contract Administrator for the duration of the work. The Contractor shall , make all necessary applications and pay all charges and fees related to the Cellular phone. Failure to supply a cellular phone may result in the Contract Administrator renting a phone and , charging all costs incurred back to the Contractor. For the purpose of this tender, bidders shall assume an average monthly cost of$300.00 for air time and long distance calls. The Contractor shall not be entitled to extra compensation nor shall he be asked for a credit should the actual usage charges differ from this amount. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL98-3 13. ' 19. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL The requirements of OPSS 180 shall apply to this Contract, revised as follows: 1 Section 180.03, Definitions, shall be amended by the addition of the following: Work area: means the road allowance, right-of-way, and property with a boundary common to the road allowance or right-of-way within the Contract limits. ' .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. 1'ho form to be used with Ontario Provincial Standard Speafication ISO ' SITE SELECTION NOTIFICATION FOR MANAGEMENT AS DISPOSABLE FILL Contend In I ormatkm ' Contract No. Owner. The following describes the notification process between the Owner of the Contract and the Contractor, wherein the Contractor formally notifies the Owner that agreement has been reached with a third party property owner for the disposition of Contract generated excess material. Such excess material, managed as disposable fill shall be limited to one of or a combination of: earth;aggregate; swamp material; rock; natural wood and debris from open fires, provided the conditions on management are satisfied. , Site Information Property Owner(s) for the subject property. , The subject property: Lot ,Concession ,Township of County/Region/District of ,Quantity and Type of Excess Material used as fill: This is to notify 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,Rill be required.The use of this management site will comply with the following: Conditions on Managrment Bituminous pavement,concrete,masonry,wood which has been treated,coated or glued,and metal,plastic,and ene products will not be accepted for management as disposable fill. Swamp material managed as disposable fill will P lbe 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 & Field Representative's Name Contractor's Feld Representative signature Property Owner(s)Signature(s) l a~ Contract Administrator,Property Owner(s), Contractor OPSF 1800 December 1993 Ontario Provincial Standard Form This form to be used with Ontario Provincial Standard Spcoficatton 180 SITE SELECTION NOTIFICATION FOR MATERIALS STOCKPILING Contend Infomixi on 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 Injomlation 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: Condll bw on Managem&w ' It is understood that materials are stockpiled to be reused or held for disposal at a certified waste disposal site.Stockpiles of natural wood,manufactured wood,debris from open fires and swamp material may only be located: ' s. a minimum of 2 m above the level of ground water. b. a minimum of 30 m from water bodies; G a minimum of 100 m from any water wells;and Q 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 180 PROPERTY OWNER'S RELEASE Contract No. Work Description: I/We being the owner(s) of Lot , Concession Township of , and County/Region /District of , , verify that the Contractor for the above noted work has placed excess material from the above noted Contract on my/our property with my/our permission. I/We have been advised by the Contractor of the "Conditions on Management" described in OPS Forms 1800 or 1801, " Site Selection Notification for Management as Disposable Fill,or"Site Selection Notification for Materials Stockpiling",respectively,or both, and have been assured by the , Contractor that these conditions have been met. Where materials are managed as disposable fill, UWe agree to be responsible for any subsequent ' relocation and management of the material so placed. Where materials are to be stockpiled, UWe 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 Oaner(s), Contractor OPSF 1803 December 1993 Ontario Provincial Standard Form This form to be used with 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 1 1 I OPSF 1805 December 1993 Ontario Provincial Standard Form SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL98-3 14. , 20. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 - DESIGNATED SUBSTANCES In accordance with the requirements of Section 18a(1) of the Occupational Health and Safety , Act, the Authority has determined that the designated substances as listed hereunder are present on the site and within the limits of this Contract. Ilsignated Substanceclenti£le tin tors Site Location Acrylonitrile No , Arsenic No Asbestos No , Benzene No Coke Oven Emissions No , Ethylene Oxide No Isocynates No , Lead No Mercury No ' Silica No Vinyl Chloride No ' It is the responsibility of the Contractor to ensure that all sub-contractors performing work under this Contract have received a copy of this specification, where Designated Substances are identified as being present at the site of the work. The Contractor shall comply with the governing Ministry of Labour Regulations respecting , protection of workers, removal, handling and disposition of the Designated Substances encountered on this Contract. Prior to commencement of this work, the Contractor shall provide written notification to the , Ministry of the Environment 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 has concerns with any proposed disposal , location, further notification shall be provided until the Ministry of the Environment's concerns have been addressed. All costs associated with the removal and disposition of Designated Substances herein identified, shall be deemed to be included in the appropriate tender items. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL98-3 15. ' Should a Designated Substance not herein identified be encountered in the work, then management of such substance shall be treated as Extra Work. 21. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM (WHMIS) Reporting ' Prior to the commencement of work the Contractor shall provide, to the Contract Administrator, a list of those products controlled under WHMIS which he expects to use on this Contract. Related Material Safety Data Sheets shall accompany the submission. All containers used in the application of products controlled under WHMIS shall be labelled. The Contractor shall notify the Contract Administrator of changes to the list in writing and provide the relevant Material Safety Data Sheets. 22. SPILLS REPORTING 1 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. rThis reporting will not relieve the Contractor of his legislated responsibilities regarding such spills or discharges. ' 23. TRAFFIC AND STREET SIGNS The Contractor will be responsible for the removal and salvage of existing traffic and street signs, and their delivery to the Authority's Works Department Yard, for re-erection by the Authority following completion of the work. ' Scheduling for sign removal shall be as approved in advance by the Contract Administrator. Regulatory signs such as "Stop" and "Yield" must be maintained throughout. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL98-3 16. 24. GARBAGE COLLECTION ' The Contractor will be responsible for ensuring that garbage collection, including recyclables, is ' maintained and when necessary, the Contractor shall make arrangements directly with the collecting agency, to permit and coordinate pick-up. Garbage pick-up is handled by BFI Disposal, McKnight Road, Courtice, at 905-433-5075. Recyclable material is handled by Miller ' Waste Systems at 905-475-6356. 25. ASPHALT MIX DESIGNS , The Contractor shall be responsible for the provision of current mix designs for all hot mix asphalt required for the work, or for having the necessary mix designs prepared by a certified , laboratory. The mix designs proposed for use by the Contractor shall be submitted in writing to the Contract Administrator for his approval and no work shall commence"until the design mixes are approved. All costs associated with the provision of approved mix designs shall be borne by the Contractor. Steel slag and blast furnace slag coarse and fine aggregates shall not be used in any hot mix required by this Contract. ' 26. CONCRETE MIX DESIGNS ' The Contractor shall be responsible for the concrete mix design except for low slump concrete overlays and latex modified concrete overlays which the Authority will design, and for providing concrete of the specified properties. Concrete shall conform to the requirements of OPSS 1350 except as noted below: (1) Sub-section 1350.07.07.01 is deleted and replaced by the following: , 1350.07.07.01 Contractor Designed Mix 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. I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL98-3 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. 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. CL98-3 18. E 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: E 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: E 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 E 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 1 E SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL98-3 19. ' mixes with cementitious hydraulic slag the strength test data shall also include one set of standard cylinders tested at 3 days. The air content, temperature and slump of the samples of concrete used to fabricate the test cylinders shall be stated. ' When approved by the Contract Administrator, the concrete from the trial batch may be incorporated into parts of the structure. ' Basis of Payment All costs for the above work shall be included in the contract price for the appropriate concrete ' item(s). 27. APPLICABLE STANDARD SPECIFICATIONS Ontario Provincial Standard Specifications (OPSS) governing the work of this Contract shall be as listed in the "Schedule of Tender Data", Section H, 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. 28. 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. 29. AMENDMENT TO OPSS 102 Scale Accuracy Section 102.08.01 of OPSS 102, October 1992, is amended by the addition of the following: SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL98-3 20. Scale accuracy tolerances and Limits of Error are defined as 0.20% of the indicated load where ' "Indicated" load refers to the weight of the vehicle used in conducting the performance test when measured at the centre of the platform. ' 30. AMENDMENT TO OPSS 570 Sub-section 570.05.01 of OPSS 570, August 1990 is amended b the addition of the following: , b'u Y g The topsoil shall be analyzed to ensure there are no deficiencies with respect to fertility levels. ' The soil shall consist of a minimum 4% organic matter. The phosphorous level shall be 30 ppm, f 2 ppm. The potassium level shall be 235 ppm, f 30 ppm. The soil shall have a base saturation of calcium of 75%, f 10%. The base saturation of sodium shall be a maximum of ' 0.5%. The pH level shall be between 6.0 and 7.0. A copy of the topsoil testing report shall be provided to the Contract Administrator. If the topsoil does not meet all of the fertility elements the soil shall be treated with the required , amendments as recommended by the topsoil analysis report. 31. AMENDMENT TO OPSS 1820; CONCRETE PIPE Section 1820.02, References, of OPSS 1820 is deleted and replaced by the following: ' 1820.02 References This specification refers to the following standards, specifications, or publications: ' Ontario Provincial Standards Specifications (Material) CSA Standard A257-M1982 - Standards for Concrete Pipe , Section 1820.07, Production, of OPSS 1820 is deleted and replaced by the following: , 1820.07 Production 1820.07.01 General ' Production methods shall conform to the requirements of CSA A257.1 and CSA A257.2. , 1820.07.02 Pipe for Sewers Up to and Including 900 mm Designated Internal Diameter SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL98-3 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 MOE Pre-qualification Requirements for Concrete Sewer Pipe Plants. ' The plant shall have a valid Pre-qualification Certificate at the time of production and delivery of the pipe. ' 1820.07.03 Marking ' Marking shall conform to the requirements of CSA Standard A257.1M or A257.2M. Pipe conforming to the MOE Pre-qualification Requirements for Concrete Sewer Pipe Plants shall bear the letters "MOE". Jacking Pipe shall be marked with the words "Jacking Quality". 32. 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. 33. PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED SPACES Clause GC7.01.06 of the OPS General Conditions of Contract is amended by the addition of the following: ' Detailed written procedures addressing the confined space requirements of the Occupational Health and Safety Act and Ontario Regulations for Construction Projects, Ontario Regulation 213191, 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. CL98-3 22. ' 34. CONFINED SPACE ENTRY The Contractor shall be responsible for the supply of personal protective equipment for the use , of the Contract Administrator, in connection with confined space entry while the Contractor is operating on site. The following equipment shall be made available on request: Mechanical Ventilation Equipment ' • Gloves • Gas Detector (C95-80) • Full body harness securely attached to a rope Rope • Gas mask or dust, mist or fume respirator(optional) • 30 minute self-contained breathing apparatus (need not be worn but, if required, be readily available to supply air for instant egress) ' • 7 minute Escape Pack • Explosion-proof temporary lighting • Adequate clothing to ensure protection against abrasions and contamination. , In addition the Contractor shall provide a competent person who shall inspect all safety equipment prior to use to ensure that it is in good working order and appropriate for the task at , hand. 35. COMPLIANCE WITH THE OCCUPATIONAL HEALTH AND SAFETY ACT ' Clause GC7.01.06 of the OPS General Conditions of Contract is deleted and replaced by the following: 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. CL98-3 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. 36. GOVERNMENTAL REQUIREMENTS ' The Contractor shall obey all Federal, Provincial and Municipal laws, Acts, Ordinances, Regulations, Orders-in-Council and By-laws, which could in any way pertain to the work outlined in the Contract or to the Employees of the Contractor. Without limiting the generality of the foregoing, the Contractor shall satisfy all statutory requirements imposed by the Occupational Health and Safety Act and regulations made thereunder on a contractor, a constructor and/or an employer with respect to or arising out of the performance of the Contractor's obligations under this Contract. 37. ENGINEERING ARBITRATION The Contractor's attention is drawn to Clause GC3.15 of the General Conditions of Contract. In the event that dispute cannot be resolved by negotiation, arbitration procedures will be followed in this Contract. All parties shall agree to binding arbitration to resolve outstanding claims. ' 38. ENTRY ONTO PRIVATE PROPERTY The Contractor shall not enter private property or property which is to be acquired to construct ' the works without the prior consent of the Contract Administrator. This requirement will be strictly enforced. 39. STORAGE AREAS Clause GC3.06.01 of the General Conditions of Contract is amended by the addition of the following: SPECIAL PROVISIONS - GENERAL i CONTRACT NO. CL98-3 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. ' 40. GENERAL LIABILITY INSURANCE Clause GC6.03.02.01 is amended by the addition of the following: The Regional Municipality of Durham shall be added as an additional named insured. , 41. CONSTRUCTION LIEN ACT The Contractor shall give the Authority notice in writing, immediately, of all lien claims or , potential lien claims coming to the knowledge of the Contractor or his agents. When a claim for lien is filed by a Subcontractor, labour or material supplier or equipment , renter acting under the Contractor, and proceedings are commenced by the Authority to vacate the lien, the Contractor agrees and shall forthwith pay to the Authority, in addition to their reasonable legal fees therefore, all interest costs and expenses incurred by the Authority and an ' additional sum equal to ten percent (10%) of the sum found to be owing as liquidated damages, and such remedy shall be in addition to any other remedy available to the Authority under the Contract Documents. ' Where any lien claimant asks from the Authority the production for inspection of the Contract Documents or the state of the accounts between the Authority and the Contractor, the Contractor ' shall be liable for an administration fee of Two Hundred Dollars ($200.00) for each request made as compensation for the preparation of such accounting or for the preparation of the Contract, or both, as the case may be, and the Contractor acknowledges that such administrative 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. i i SPECIAL PROVISIONS - GENERAL ' CONTRACT NO. CL98-3 25. 42. PROPERTY OWNER'S RELEASE OF PRIVATELY OWNED LAND USED BY THE CONTRACTOR ' Upon completion of the Contract, the Contractor shall provide the Authority with two (2) copies of a form of release signed by each property owner, upon whose land he has entered for ' purposes associated with the Contractor's operations but not for the purpose of undertaking works stipulated in the Contract: Date ....................... ' To: Mr. S.A. Vokes, 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. CL98-3 Dear Sir: I hereby certify that (Name of Contractor) have fulfilled the terms of our agreement and have left my property in a satisfactory condition. I have accepted their final payment and release (Name of Contractor) and the Corporation of the Municipality of Clarington from further obligations. ' Yours very ,trul Y .................................. 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. r -r r r r r r CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL98-3 i 1 r 1 1 r r 1 SPECIAL PROVISIONS - TENDER ITEMS r isWn61iorc r PAGE ONE SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL98-3 SECTION 1 and 6: ROADWORKS I SITE PREPARATION -ITEMS NO. 1 and 50 Under these Items and for the lump sum bid, the Contractor shall undertake the following work: Clearing and grubbing of all trees and bush designated for removal on the drawings. The extent of clearing and grubbing shown at the north limits of the Contract on Drawing No. 11 will be staked out on site during the period of tendering. Removal and disposal of guideposts. Removal and salvage of street signs in accordance with Clause 24 of the "Special Provisions- ' General". EARTH EXCAVATION (GRADING) -ITEMS NO. 2 and 51 Payment under this item shall also include: Removal and disposal of asphalt on all areas where designated within the Contract Limits. Full depth excavation in taper at north limits of contract on Middle Road. • Excavation and disposal of deleterious material. f 0 Stripping of topsoil from existing ditches and boulevards. • Excavation in ditches. Proof rolling of subgrade. The Contractor shall note that asphalt on Scugog Street lies directly on concrete base between Sta. 1+920 to sta. 1+970. ' The Contractor's attention is drawn to the breakdown sheets attached to this document which show that approximately 5300 m3 of excavated material is available for fill purposes. The balance of material shall be removed from the site as unsuitable or topsoil. Excavated material from trenching operations which is surplus to trench backfill requirements and approved by the Contract Administrator shall be used for fill purposes. Excavation within Scugog Street and Middle Road shall be undertaken as follows: Station 1+878 to Station 2+12.0 Strip asphalt for full roadway width. ' 0 Excavate Granular "A" and Granular "B" material to a depth sufficient to allow for full design depths of Granular "A" and asphalt. 1 SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL98-3 2. r Excavate in widening to match existing subgrade level (bottom of Granular "B")or as necessary ' to achieve design requirements of 130 nun of asphalt, 150 mm.of Granular "A" and 430 mm of Granular "B", Type 1. Station 2+120 to Station 2+380 Excavate in widening to match subgrade level of enwng roadway. Preserve existing asphalt from damage by construction equipment. Removal of some asphalt may be necessary should undermining of existing pavem nt occur during excavation operations. It is intended that within this area that the existing pavement centreline elevation will be used for grade control. A 40 nun depth of surface asphalt will be placed by others, Station 2+380 to Station 2+617 • Strip asphalt for full roadway width. • Excavate full width to design subgrade. Station 2+617 to Station 2+667 (Taper) t • Strip asphalt for full road width. • Excavate taper width and shoulder to design subgrade. EARTH BORROW -ITEM NO. 3 The Contractor is advised to contact G.M. Somas A Associates at 905-432-7878 with respect to availability of borrow material firm local construction sites. Measurement: for payment awl be by truck box measure loose. Trucks shall be strictly monitored to ensure that fall loads are,-d elivered. HOT hUX, H.L.-3 and H.L.-4 -M:MS NO.4, 5 and 52 Asphalt shall be penetration grade 85/100. No surface asphalt shall be laid in Section l of the Contract. The location of use of various asphalt mixes is defined in Figure No. 1 attached. Existing gravel private entrances with sidewalk shall be restored with 700 nun of Gram "A", 50 t mm of H.L.-3A. Entrances to new St. Stephen's School shall be restored with 150 rum of Granular `A', 300 mm of , Granular "B", Type 1, and 50 mm of H.L.4. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL98-3 3. ' The extent of entrance restoration shall be as shown on drawings. Payment under Item No. 5 shall include for the following work: Forming t curbs at catchbasin locations for a le of approximately 2 metres for • � �►Po�'Y aPP Y single catchbasins and 3 m at double catchbasins. Matching iddle binder asphalt to existing pavement at the limits of construction on Scugog g P gP g 8 Street, Middle Road and all side streets. Note that two binder courses of asphalt will be placed on taper at north limits of construction on Middle Road. Padding as required from Sta. 2+120 to Sta 2+380 approximately to bring asphalt to design level of middle binder asphalt. Padded areas shall receive a tack coat and the cost of placing tack coat shall be included in the unit price for Item No. 5. Construction of 300 nun x 40 mm stepped joint at limit of full construction on all streets and a longitudinal joint on each side of existing asphalt which is to remain in place. GRANULAR "A" AND GRANULAR "B" TYPE 1 - ITEMS NO. 6, 7, 53 and 54 Payment shall also be made under these Items for the supply, placing and compacting of Granular "A" and Granular "B", Type I in private and institutional entrances, as foundation to sidewalk and interlocking brick pavers, Granular "B", Type 1, in subexcavated areas and as backfill to subdrains and Granular "A" and Granular "B", Type 1 in shoulders on temporary realignment of Scugog Street and tapers at north limits of construction. Construction standards are as detailed in Figure No. 1. CONCRETE IN SIDEWALK -ITEM NO. 8 Where new sidewalk abuts or connects to existing sidewalk, 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. 6. INTERLOCKING BRICK PAVERS -ITEM NO. 9 Under this Item and for the unit price bid the Contractor shall supply and install brick pavers in the sidewalk where indicated on the drawings. Pavers shall be standard 100 mm x 200 mm x 60 mm size in colours to match existing sidewalk ' pavers on Scugog Street. Pavers shall be placed on a 100 mm Granular "A" base and a 10 nun depth of bedding sand. paver surface shall be flush with the adjacent concrete sidewalk surface. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL98-3 4, 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 a quipnxm. CONCRETE CURB AND GUTTER, ALL TYPES ITFd4I NO. 10 r A 2 metre length of curb and gutter and a 3 metre length of curb and gutter shall be omitted at each catchbasin and double catchbasin respectively. Where sidewalk abuts curb, a 50 nun wide key shall be constructed at the back of the curb. 150 mm DIA. PIPE SUB-DRAINS -ITEM NO. 11 The Contractor shall supply and place perforated corrugated polyethylene and steel pipe prey-wrapped with geotextile knitted sock. Pipe shall be placed at the dozes indicated on the breakdown sheet. Backfiill shall be Granular "B", Type 1 paid for under Item No. 7. The unit price bid shall include for connecting subdrain pipe to ca basins. STORM SEWERS -ITEMS NO. 12 19 and NO. 56 Under these Items and for the unit prices bid the C macxor shall rc l all materials inchiding P430 of the required type, size and class, car fittings, sand materials for cover and crusher nm limestone for bedding in accordance with the standards. Backfill shall be selected native material. Concrete and PVC pipe shall be supplied with rubber gasket joints. CSP pipe shall be fitted with a standard annular corrugated coupler. The inlet to the 900 min CSP pipe shall be provided with agnate in accordance with Std. S-702. , The unit price bid under these Items shall include for connecting existing storm sewers to new catchbasins. Restoration of areas beyond the limits of road reconstruction, which are dMubed by construction of storm sewers, shall be paid for under the items appropriate to such work. Where existing storm sewers are encountered in trenching operations for the installation of atoms sewers, the removal and disposal of existing sewers shall be deemed to be included in the unit prices bid under these Items and no separate payment will be made. Connection of catchbasin leads and new and existing storm sewers shall be with marYUfacturexl tees or an approved coring method. The Contractor's attention is directed to the soils report which indicates soil type to be Class 3 for the ' purposes of bedding selection. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL98-3 S. The Contractor shall include for exposing 500 nun CPP watermain at four locations to confirm elevation in advance of sewer construction and for backfilling and compaction of excavated materials. CATCHBASINS AND MANHOLES - ITEMS NO 20 -26 and NO. 37 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 nun dia. drainage opening shall be provided in the base of each manhole and catehbasin. Filter fabric Terrafix Type 27OR or equal shall be placed at drainage openings. Manhole No. 2 shall be fitted with a 1500 mm dia. chimney. The unit prices bid under these Items shall include for: • Installation of ditch inlet frames and grates and flat caps salvaged under Item No. 38 on new structures No. 25 and 26. Installation of salvaged structures No. 66, 67 and 69 as new structures No. 22, 24 and 26. • Grading of swales in approaches to ditch inlets No. 1, 3, 11 and 22. All catchbasins and manholes shall be fitted with sumps. Catchbasin frames and grates and manhole r frames and covers shall be constructed to the level of middle binder asphalt on this Contract. ' RRBUH D MANHOLES and WATER CHAMBER -ITEMS NO. 27 and 28 Payment shall be made under this Item for the rebuilding of Manhole Nos. 71, 72, 76 and 77 and water chamber No. 75. See "Existing Sewer Structure Data" chart on Drawing No. 13. Under Item No. 28, the unit price bid shall include for rod valve extension. Work under Item No. 28 to be carried out in accordancq with Region of Durham standard S-413. Existing frames and grates shall be reused. The unit price bid shall include for all excavation and ' granular backfill as required. CLEAR STONE BEDDING WITH GEOTEXTILE •ITEM NO. 30 (PROVISIONAL) Payment shall be made under this item for the additional cost to supply and place 19 mm clear stone wrapped in geotextile as bedding to storm sewers in lieu of crusher run limestone in wet areas where directed by the Engineer. Geotextile shall be Terrafix 27OR or approved equivalent. Work shall be carried out under this Item only on the direction of the Contract Administrator. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO.CL98-3 6. GRANULAR "B", TYPE 1 BACKFILL ITEM NO. 31 (PROVISIONAL) Payment shall be trade under this Item for the supply and placing of Grates "B", ` e`1 material as backfill to storm sewer trenches where native material is unsuitable. The unit price bid sha11 include for disposal of unsuitable material. Work shall be carried out under this Item oalyon the direction of the Contract Administrator. SAWCUTTING OF ASPHALT -ITEM NO. 34 P 1 be made under this Item for saw of all road and Payment shat arttrn8 amrancae asphalt irrespective of asphalt depth and where directed by the Contract Administrator. r REMOVAL OF CURB AND GLrl*= -ITEM NO. 35 Payment under this Item shall include for sawanting of concrete curb and gutter at limits of oval. Concrete rubble resulting from curb and gutter removal is not suitable for reuse on site and shall be disposed of off the site of the works at a.location arraargerd for by the Cow. REMOVAL OF NON REINFORCED CONCRETE -ITEM NO. 36 r Concrete base is directly overlain with asphalt. Tire average bay width is arsumed to be 5.5 metres. Concrete base commnces at Sta. 1+920 and extends to Sta. 1+970. All concrete rubble resulting from base removal shall be disposed of off the-site at a loaWw arranged for by the Contractor. Within the defined stages where concrete base exists, the Contractor has the option of removing concrete base as one operation or removing the lase is conjure Lion with trenching and toad excavation operations. REMOVAL OF MANHOLES AND CATCHBASINS -ITEM NO. 38 Under this Item and for the unit price bid, the Contractor shall undertake the following wank. • Remove, salvage and store on site for reuse, flat cap& and Ensures and grates from ditch Wlet structures No. 54, 51, 73 and 74. Strucom No. 74 trust be removed to a nth sufaelag to permit the connection of ditch inlet No. 29 to existing 975 dia. pipe. Other erucwt s shall be removed to a minimum depth of 1.5 in below grade. The Contractor has the option of salvaging and reusing additional riser sections houitiese , structures at his discretion. Removed portions of the structures not reused shall be disposed of by the Contractor off the site of the works. SPECIAL PROVISIONS -TE NDER ITEMS CONTRACT NO. CL"-3 7• Remove salvage and store on site for reuse, structures No. 66, 67 and 69, including frames and grates. Remove, salvage and remove from the site, structures No. 57 and 61. Frames and grates shall be stored on site for reuse. Structures shall be delivered to the Municipal Works Yard located on Taunton Road at Hampton. Voids left by removal of structures shall be backfilled with selected native material. Where native material is not suitable, Granular "B", Type 1, shall be used and paid for under Item No. 7 TOPSOIL (II MRTED) AND SOD (NURSERY, STAKED AND UNSTAKED) - ITEMS NO. 39, 40, 62 and 63 Topsoil shall be placed to a minimum depth of 100 nun in disturbed grass areas. The Contractor is advised that approximately 2000 m3 of topsoil is available from stripping operations. The Contractor has the option of using this material in lieu of imported topsoil provided the topsoil is screened and tested in accordance with Clause 31 of the "Special Provisions-General". . Screening operations must be constructed off the site of the works. All excavated topsoil not utilized on site shall be removed off the site to a location arranged for by the Contractor. SEED AND MULCH-ITE,MS NO. 41 and 64 The extent and the location of areas to be seeded shall be determined on site by the Contract Administrator. ' GEOTEXTILE FOR SUBGRADE -ITEM NO. 43 (PROVISIONAL) Payment shall be made under this Item at the unit price bid for the supply and placing of Terrafix 27OR or approved equivalent on subgrade where directed by the Contract Administrator. SILTATION CONTROL-ITEM NO. 44 and 67 The Contractor is advised that seven rock flow checks will remain in place after the work is finished. The Contractor shall be responsible for the maintenance of these flow checks during the two year maintenance period and for removal of silt and debris periodically to keep the structures functional. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL"-3 S. CONCRETE PIPE PLUGS -ITEM NO. 45 Payment shall be made under this Item for the supply and placing of 300 nun long, 20 Wa concrete plugs in ends of pipes to be abandoned including excavation, backfilling surd disposal of pipe material. RIP RAP-ITEMS NO. 46 and 66 Payment under these Items at the unit prices,bid shall include for supply and placing of geotextile on prepared base. Geotextile shall be Terrafix 27OR or approved equivalent. Unit price bid shall include for fine grading of the surface in preparation for placing the geotextile. The rip rap shall be placed to a depth of 300 mm and shall consist of clean, quarried rock laid by hand if necessary to achieve uniform rock surface. RELOCATE HYDRANT -ITEM NO. 47 r Payment shall be made under this Item at the lump sutra bid for the following work: Removal and salvage of existing hydrant,barrel and valve. Excavation as required to install hydrant,lead and valve to new location and disposal of surplus materials on site. • Removal of existing hydrant lead at tee location and dispose of pipe. • Removal of existing tee, pipe north of tee and thrust block. Dispose of thrust block material and pipe. Supply and installation of PVC hydrant lead and connection to existing tee and valve. Reinstall hydrant complete with blocking in accordance with Region of Durham Schedule CID Section 02511, sub-section 212. Reinstall pipe north of tee and install thrust block. i Cathodic protection as per Region of Durham Standard S436. Add new cathodic prouction. Backfill with selected native materials and compact. 75 mm RIGID PVC DUCT (OPEN CUT) -ITEM NO. 48 Reference: OPSS 603 and Contract Drawings. ' SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL98-3 9. Include: .1 Excavation and disposal of surplus or unsuitable materials. Install to minimum depth of 760 mm below grade. .2 Supply and installation of ducts, fittings and fish wires. Ducts shall be heavy wall PVC ducts meeting 6SA Standard C22.2, No. 211.2- M1984 or subsequent revisions thereof. .3 Backfill and compaction of granular materials. SECTION 2: SANITARY SEWER AND APPURTENANCES Reference: .1 Construction of all sanitary sewers and appurtenances in accordance with Schedule "D" Standard Specifications for the Construction of Sanitary Sewers - Revised February 1997, Section 02530. .2 Contract Drawings and details for Contract CL98-3. SANITARY SEWER PIPE-ITEMS NO. 2.01.01 and 2.01.02 Reference: .1 Contract Drawings and S-305. Include: .1 Connections to proposed manholes. .2 Removal of plug at end of existing 450 mm dia. pipe and disposal of materials. P g mg P Note: Basis of payment - Section 02630, 1.7. SANITARY SEWER MANHOLES - ITEMS NO. 2.04.07 AND 2.04.08 Reference: CID Section 02631, Contract Drawings and RMD Standards S-101, S-107, S-111, S- 113 and S-117. Include: .1 Manhole steps as per S-111 (Type C) .2 Setting of frame and grate elevation to level of middle binder course asphalt. Note: Basis of payment - Section 02631, 1.5. 1 SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL98-3 10. SECTION 3: WATERMAIN AND APPURTENANCES Reference: .1 Construct all watermains and AppurtanAtim in accorda m with Standard Specifications for the Construction of WaEtermaisns and Sanitary Sewers-ftevised February 1998, Section 02511. .2 Contract Drawings and Details for C,antract CL98-3. WATERMAIN PIPE-ITEM NO. 3.01.02 AND NO. 3.01.04 Reference: Contract Drawings, S-423 and S-435. Note: .1 All joints to be mechanically restrained in combinatiou,with granular test blocks as per details S430, s-431 and S-433. Concrete thrtut blocks are not permitted on PVC watcnain pipe. .2 Abandon old watermain alter new:main has been passed and ABANDONED PIPE PLUGS -ITEM NO. 3.02.03 Reference: Contract drawings. Include: .1 Sawcutting of existing pipe. .2 Removal and disposal off site of exilft pipe incl uding ,valves, etc., a required. .3 Supply and placement of 20 MPa concrete plug in the et&of tare existing ' watermaiin that is to be abandoned in place. The minimum length of concrete plug shall be 300 men. Note: Basis of payment each. REMOVE EXISTING VALVE AND BOX-ITEM NO. 3.02.08 , Include: .1 Excavation to grade and disposal of surplus materials. .2 Removal and salvage of existing valve and valve;box. .3 Backfill with select native materials and compaction. ; .4 Basis of Payment - Ref. Form of Tender. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL98-3 11. VALVE AND VALVE BOX - ITEM NO. 3.03.04 Reference: Contract Drawings and RMD Details 5-408 and S-425. 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. Note: Basis of ym a ent - each. P TEMPORARY FLUSHING HYDRANT - ITEM NO. 3.04.03 Include: .1 Excavation to grade and disposal of surplus materials. .2 Supply of temporary hydrant meeting requirements of C/D Section 02511, 2.12 except for Storz pumper nozzle and inner workings of hydrant. ' .3 Complete installation of piping, hydrant, blocking, tie rods as per S-409 and removal upon completion. .4 Supply and installation of all other materials as required. .5 Backfill with selected native material and compaction. Note: .1 Contract allows for installation of a temporary flushing hydrant at limits of watermain installation on Scugog Street where directed. ' .2 Hydrant shall remain the property of the Contractor. .3 Basis of payment- each 19 mm TEST POINT -ITEM NO. 3.06.01 Reference: RMD Detail 5-429 Include: .1 Supply and installation of all corporation main stops, valves, backflow preventers, copper tubing, fittings, etc. .2 Removal of all main stops upon completion of testing and flushing. .3 Supply and installation of a brass plug in locations where main stops were removed. .4 Backfill with selected native materials. Note: Basis of payment - each SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL98-3 12. MECHANICAL JOINT PLUG- ITEM NO. 3.07.02 Payment shall be made under this Item for the supply and placing of a mechanical joint plug on existing 150 dia. watermain at Station 1+892 approximately. Unit price bid will include for , excavation, backfill, sawcutting existing pipe and disposal of materials. r r i ' CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' CONTRACT NO. CL98-3 STANDARD DRAWINGS ' PAGE ONE STANDARD DRAWINGS CONTRACT NO. CL9 8-3 STANDARD NO. DESCRIPTION ' Fig. 1 PAVEMENT STRUCTURE - CHART OPSD- 208.010 BENCHING OF EARTH SLOPES 216.010 BOULEVARD TREATMENTS - URBAN SECTION 218.01 SODDING OF SIDE SLOPES 219.110 LIGHT DUTY SILT FENCE BARRIER ' 219.180 STRAW BALE FLOW CHECK 219.210 TEMPORARY ROCK FLOW CHECK ' 310.010 Mod. CONCRETE SIDEWALK 310.020 Mod. CONCRETE SIDEWALK ADJACENT TO CURB AND GUTTER 310.030 Mod. CONCRETE SIDEWALK RAMPS AT INTERSECTIONS ' 310.050 SIDEWALK DRIVEWAY ENTRANCE DETAILS 350.01 URBAN INDUSTRIAL, COMMERCIAL AND APARTMENT ENTRANCES 351.01 URBAN RESIDENTIAL ENTRANCE 400.01 CATCHBASIN GRATES 401.01 MAINTENANCE HOLE COVER 403.01 DITCH INLET, GALVANIZED STEEL, HONEY COMB GRATING 404.020 SAFETY PLATFORM, ALUMINUM FOR CIRCULAR MAINTENANCE HOLE 405.010 MAINTENANCE HOLE STEPS, HOLLOW 561.010 INTERLOCKING CONCRETE PAVERS ON GRANULAR BASE ' 600.04 CONCRETE BARRIER CURB AND GUTTER 601.01 Mod. ASPHALT CURB AND ASPHALT GUTTER 605.01 450 CONCRETE OUTLET FOR CONCRETE CURB AND GUTTER ' 608.01 METHOD OF TERMINATION 610.01 CONCRETE CURB AND GUTTER OUTLET 701.010 PRECAST MAINTENANCE HOLE, 1200 mm DIAMETER ' 701.011 PRECAST MAINTENANCE HOLE, 1500 mm DIAMETER 701.013 PRECAST MAINTENANCE HOLE, 2400 mm DIAMETER 701.030 1200 mm DIA. PRECAST CONCRETE MAINTENANCE HOLE ' 701.040 1500 mm DIA. PRECAST CONCRETE MAINTENANCE HOLE 701.060 PRECAST CONCRETE MAINTENANCE HOLE COMPONENTS, 2400 mm DIAMETER 704.010 MAINTENANCE HOLE AND CATCHBASIN PRECAST ADJUSTMENT UNITS 705.010 600 mm X 600 mm PRECAST CONCRETE CATCHBASIN 705.020 600 mm X 1450 mm PRECAST CONCRETE TWIN INLET CATCHBASIN 705.030 600 mm X 600 mm PRECAST CONCRETE DITCH INLET 705.040 PRECAST CONCRETE DITCH INLETS ' 706.010 PRECAST CONCRETE DITCH INLETS 706.030 PRECAST CONCRETE DITCH INLETS 708.01 CATCHBASIN CONNECTION 1 STANDARD DRAWINGS CONTRACT NO. CL98-3 2. STANDARD NO. DESCRIPTION 708.020 SUPPORT FOR PIPE AT CATCHBASIN OR MAINTENANCE HOLE ' 708.03 CATCHBASIN CONNECTION 802.010 FLEXIBLE PIPE EMBEDMENT AND BACKFILL EARTH EXCAVATION 802.014 FLEXIBLE PIPE EMBEDMENT IN EMBANKMENT ' 802.031 RIGID PIPE BEDDING,C OVER AND BACKFILL 803.030 FROST TREATMENT - PIPE CULVERTS FROST PENETRATION LINE BELOW BEDDING GRADE ' 803.031 FROST TREATMENT - PIPE CULVERTS FROST PENETRATION LINE BETWEEN TOP OF PIPE AND BEDDING GRADE 810.01 RIP-RAP TREATMENT 810.02 RIP-RAP TREATMENT S _ 101 1200 mm DIA. PRECAST MANHOLE 108 MANHOLE SAFETY GRATE 110 SQUARE MANHOLE FRAME AND CLOSED COVER 111 MANHOLE STEPS 112 ADJUSTING RIM OF EXISTING PRECAST MANHOLE ' 113 TYPICAL BENCHING DETAILS 117 ROUND MANHOLE FRAME AND COVER ' 401 SEWER AND WATERMAIN TRENCH BEDDING 407 SUPPORTS FOR WATERMAINS AND SEWERS CROSSING TRENCH 408 100 mm TO 300 mm GATE VALVE AND VALVE BOX ' 413 DRAIN VALVE IN CHAMBER 423 P.V.C. WATERMAIN TRENCH BEDDING 425 TRACER WIRE AT VALVE BOX FOR P.V.C. ' 430 RESTRAINED JOINT DETAIL FOR P.V.C. PIPE 432 HYDRANT ASSEMBLY WITH MECHANICALLY RESTRAINED JOINTS 435 CATHODIC PROTECTION FOR TRACER WIRES ON P.V.C. ' 436 CATHODIC PROTECTION FOR HYDRANT ASSEMBLY S - 702 STORM SEWER GRATE N - 501 STANDARD CURB AND GUTTER AND STANDARD CURB i 1 SCUGOG STREET RECONSTRUCTION - PAVEMENT STRUCTURE LOCATION 40mm 50mm 40mm 50mm GRANULAR 'A' GRANULAR 'B' HL 3 HL 3A HL 4 HL 4 100mm 150mm 200mrn 300mm 450mm SCUGOG STREET MIDDLE ROAD * • • • • RESIDENTIAL ENTRANCE • • INSTITUTION ENTRANCE • • • SCUGOG STREET REALIGNMENT • • • * HL-3 BY OTHERS MUNICIPALITY OF CLARINGTON SCUGOG STREET AND MIDDLE ROAD -- 'BOWMANVILLE' 0 PAVEMENT STRUCTURE MARCH 1998 CL98-3 FIGURE 1 � PROJECT Noo.. 12-10624 rr r r r � r r r r r r llilir � r r r lr r llr New roadway Existing roadway Subgrade 7 Lo/—E"Xiisting outside edge oulder rounding Note 1 Existing slope to be stripped �� when specified before benching _ --.—._...._--- .—. -° Bench height '_ >0.3m and <1.Om �`. .—...._.— o Bench width SIN. s Variable .—.—.—. —. .—• —•—•—• 'm NOTES: 1 When the subgrade is below the existing outside B Benches are to be excavated one level at a time and edge of shoulder rounding, benching shall be the compacted fill brought up before the next carried out below the point where the subgrade benching level is excavated. intersects the existing slope. C All dimensions are in millimetres or metres unless "L-7/7, A Benching is not required on existing slopes flatter otherwise shown. than 3:1 or where specked. ONTARIO PROVINCIAL STANDARD DRAWING 1996 02 011 Rev OP BENCHING OF EARTH SLOPES Date - - - - - OPSD - 208.010 Sidewalk 0.3m min Note 1 Pavement Granular base Boulevard surface ( or rn5 M1 ,moo* ' 27.min B%max N. 2% 2y ' T, - - : ' '�' Rounding 3 .. breakpoint 0.3m Granular Subgrade Typ suboase ' 50mm min Typ Pipe subdrain Typ • CUT AND FILL SECTION WITH BARRIER CURB Sidewalk 0.3m min _ Note t ' Granular base Pavement surface - —05 ^ri ina� 9 ro- y m * Jam_ t M, of 2T. 2�min S%mox 2% �r ... ..• 7:_-•• •':.� :.� •��: •' Depth as �♦ 1.� ., • _ _ specified \�) ' Rounding Granular Subgrade breakpoint subbase ' CUT AND FlLL SECTION WITH MOUNTABLE CURB i 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 OPSD - 216.010 017 2:1 sloPesuo Pere face - , •- - -_ .staking(TYP 1, with sod Sf d driven flush • ,r. / dn 1 to 100 100 • „• - _ of 0� ' op all �Un olle r - / r • _ Subgrade elevation on roadway frontslope NOTES: A For application to designated areas. B All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 11990 09 14 Rev 2 Date SODDING OF SIDE SLOPES ------------- 0PSD- 218.01 ' Area under constructions o \ � �� End \`� run Barrier y lj main run '� f� � End run SIN" W i �n6 Area under protection PERSPECTIVE VIEW Area under Direction of flow ' construction Area under protection SECTION VIEW Silt fence barrier rh Direction of flow ' n ' 2.3m max,T p� r. Main run 1 A L® PLAN OF SILT FENCE BARRIER Stake ' Geotextile c ' E E 0 Direction coo Trench to be ' of flow backfilled and compacted Earth surface 0 0 ' N--- 3T 00mm min I 0 of geotextile 200 ' in trench SECTION A—A ' NOTE: A All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1996 02 011 Rev - - — — — — — — — — OP LIGHT DUTY Date _ _ _ _ _ _ SILT FENCE BARRIER I- QPSD - 219. 110 I Direction of flow Stakes Note 1 C I Straw bales r+ i from end of bales A A . . . . . . . . . . . . . . CL-® PLAN VIEW FIAT BOTTOM DITCH OR CHANNEL Ditch slope Stakes driven flush Lowest level I �� Bottom of end bales '�.L _-- _ - --- --1-'' Trench of downstream row to be higher than lowest point of flow check. Downstream bale position SECTION A—A outlined. Directions of flow Straw bales ,L Stakes 150mm r+Note 1. C VVV from end of bales t_ . . I_. B B . . B C L+ PLAN VIEW V—DITCH Ditch s/ope Stakes driven flush Lowest point i Bottom of end bales ' of downstream row to Trench Ties not to be higher than lowest g round act with point of flow check. SECTION B—B 75 g Downstream bale position outlined. Note 2 I —'i 500--�i NOTES: SECTION C—C 1 Number of bales varies to suit ditch or channel 2 Balance of excavated trench to be A All dimensions are in millimetres or backfilled following bale placement. metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1996 02 011 Rev OP STRAW BALE FLOW CHECK Date — — — — — — OPSD - 219. 18 Direction of flow , 1B r Spillway �=�•c`. /[fir/R �♦ ���� i ►� •�� cm , PLAN VIEW OP t � � r 1r ,0mm min Omm min Spillway Geotextile -, �..> SECTION Spillway 150 Second lift of rock Geotextile Direction of flow <-- r- 0 4-A First lift of rock M Rock . . . . NOTE: : ,. A All dimensions are in millimetres or ?f geotextile metres unless otherwise shown. in trench TEMPORARY ROCK FLOW CHECK� 1v \� r . `t:•:a�� �— Vorie: m WON 0.3rn • rnm :1 BOULEVARD Concrete µax slope $` lope 2% to 4% sidewalk 2y�t°-107G X tolOX — , 21L Smm R=Smm 100mm Granular 'A' `1\�•�� Note 1 TYPICAL SECTION ' 5 w o DUMMY JOINT Curb and gutter Expansion joint motQriol 5 0.25 T BOULEVARD R=0.5m Note I . TYP ' t ^�' � Y o 1.5m ' ! ' t • ~ o Typ Expansion joints CONTRACTION JOINT , R Tmm 5 Dummy � joints C Contraction n joints ' i 1E o Typ i -+I 12mm expansion 1� joint material JOINT LAYOUT EXPANSION JOINT NOTES: ' 1 Sidewalk thickness at residential driveways A All dimensions are in millimetres or and adjacent to curb shall be 125 mm. metres unless otherwise shown. At commercial and industrial driveways, the thickness shall be Iso mm. 2 Sidewalk width shall 'be increased to ' 2.4m of schools, bus*stops and other high pedestrian areas. ONTARIO PROVINCIAL STANDARD DRAWING 1993 10 01 Rev MOOiF1ED_'W op SP CONCRETE SIDEWALK Date _MAR.tl994 10PSD — 310.010 , s' Not* 2 Expansion joint material Finished road Sloe 2% to At surface . ' Concrete t R=5mm sidewalk R=5mm • ZGRANULAR 'A' IOOmm Curb and gutter 5 as specified TYPICAL SECTION ' :f :� •�': u i /—Expansion F / joint material ° Curb and gutter DUMMY JOINT 5 0.257 �Tym� • `' • ' w '_� Contraction ,•r . . r %i.. .• � � ; joint ' e Expansion •,' ~ e joints 0 CONTRACTION JOINT l' R=5mt' Typ 5 Dummy joints TYp Contraction !` joint 0 12mm expansion JOINT LAYOUT joint material EXPANSION JOINT NOTES: 1 Sidewalk thickness at residential driveways A All dimensions are in millimetres or and adjacent to curb shall be ff mm. 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 RETE SIDEWALK IED SP ADJACENT TO Date _MAR.LI994 CURB AND GUTTER OPSD - 31 0.020 r Stop or yield Stop or yield ' street street Expansion joints 2.5m Typ r F� romp Romp slopes --- I 1.5m 8% max Typ . ' Typ 0 .0 t 1.5m �r TYP Expansion joint ' • Curb and gutter moteriol , Typ Curb and utter Through street —+ Through street--�- 9 UNSIGNALIZED INTERSECTIONS Bock of sidewalk Expansion joint Directional lines Typ �-' Crosswalk J Directional lines I '\ Typ c 0.3m apart and 1.5m long — min o` Typ Curb and gutter --_-_--- 1.0 1.5 1.0 Gutter line bo ^ ' RAMP ELEVATION Full curb height -o 7.0 i I Curb and gutter Finished road I I surface Expansion joint material SIGNALIZED INTERSECTIONS * 2.5m Back of sidewalk ..•..-Siope 8% max 5% desirable min Curb and gutter Sidewalk romp IZ 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 CONCRETE SIDEWALK RAMPS - - -"�O-°-'- - - - °sP ( S Date Ju1._y X1995 �- AT INTERSECTIONS rOPSD — 310.030 1.0 Driveway varies -Driveway varies, 4-1A E i E E C C D D 1 �_- 0.5m min Boulevard Curb and g%tter-100, A I 1.5m min Sidewalk depressed to match dropped curb B Curb and gutter for driveway entrance Sidewalk depressed FULLY DEPRESSED to match dropped curb for driveway entrance PARTIALLY DEPRESSED SIDEWALK AT DRIVEWAY ENTRANCE—PLAN Transition section Sidewalk Transition Dropped sidewalk Dropped sidewalk , _ �T Sidewalk_ `• section . .. .. ♦ ! SIDEWALK WITHOUT BOULEVARD SIDEWALK WITH BOULEVARD SECTION C—C SECTION D—D Curb and gutter •.-- 2% m1n 150mm r--Varies 4% 27 min ��. 4 � Note 1 Typ 1 Varies SECTION B—B SECTION A—A MOD. NOTES: 1 At commercial and industrial ONTARIO PROVINCIAL STANDARD DRAWING 1993 10 01 jReV driveways the thickness shall SP be UE01MM. _ _ _ _ - - - - - - A All dimensions are in millimetres SIDEWALK DRIVEWAY ENTRANCE Date — — — — — — or metres unless otherwise shown. DETAILS OPSD - 310.050 (Left tuturn 3.4 I 3.0 I 4.4 .._. Sidewalk for heavy industrial with left turn n ' 0 0 '~— Entrance 7.8m entrance u for heavy industrial CL 4 Dropped curb 7.2m entrance ' ri' n 04 for commercial, fight industrial, etc. r . Dropped curb L , DETAIL A Row Sidewalk' i -T L Boulevard , Concrete curb or R=5.Om for light industrial curb and gutter. entrances, commercial and For entrance without PLAN apartment entrances on curb or curb and gutter 2 lane roads. see Detail A /R=8.Om for all heavy industrial entrances, and for commercial and apartment entrances on 4 lane roads. 0,4 0.3 0.4 fit to curb or 0.3 curb and gutter � D;ah ce max Expansion joint max Sidewalk 13> . �� d 0 P cud ent �. rO a ern NOTES: ' A Minimum dimensions are indicated. Maximum dimensions as per Owner requirements. B Pavement and sidewalk structure at entrances shall be constructed using materials and ' thicknesses as specified elsewhere. C All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 11992 05 01 Rev URBAN Date — — — — — — INDUSTRIAL COMMERCIAL AND t - APARTMENT ENTRANCES FOPSD - 350.01 Ar* m ,in Sin le 6.Om min, Double > I Sidewalk i I Boulevard > E n t r a n c e • Curb and gutter r Dropped Note 4 curb 1 0.4 0.3m 0.3m 0.4 min A min PLAN sreew Ik 0.4 ROAD ISOMETRIC VIEW 3.0 3.0 Var 8 N SW or SW and Blvd ote � SAG SW Blvd ?� sit Not Note 3 e � 4Z., 1 4R Note Dropped curb I max 8.%F � 8 Max CREST 6y, Note N 2 47., Note 2 ey• °t� Z 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 05 011 Rev URBAN RESIDENTIAL Date - - - - - - ENTRANCE - - - - - - - - - - - - - - WITH BOULEVARD OPSD - 351 .01 V t' 825 - 60 t 0 ti N 552 f08 �_� Q N 19mm dfo.rod 64 :--�- T _ - -- 32� In a r T 57 L._ N )�3, 1° I I - 1 - T T I CD 86� 11 N L -_ ___L �51 - w♦ M i p I / // I .�L 102 T (Np 7— to N D I t l 0 to 76 ; - - `I \ \\ \ \ i N 102 i i \ \ \ \ \ I N �51 66 I O I \\\ \\\ \ \ \ - M N _ \ \ \ \ i \\♦ \\ \�\\`\ i M 19 ti o ��- 32 c 1 -- - B .� 7 --1 N �— GRATE PLAN �...� 0 I.� SECTION C-C 152--I N 8-838 R-4 57m FRAME PLAN SECTION B—B CY I 178 25mm -�___J_ (TYP)-- (TYP) + --25mm 657 -�--- I 17 102 623 17 I R=25mm ---4L9 Slot R=25mm t� detail i �I- 13mm (Typ) below--1 m SECTION E—E 32-� �• to + I SECTION D-C N -o o --- _ _ M N 0 !2 NOTE: J�''�I'' A All dimensions are in millimetres unless otherwise shown. - 615 -- --- I 105 ' SECTION A—A ONTARIO PROVINCIAL STANDARD DRAWING °ate 1987 03 31 Rev I --I 72 R=14.Smm CATCH BASIN , CAST IRON, Date----- SLOT DETAIL FRAME & DISHED SQUARE GRATE ---- OPSD- 400 . 01 � �::o' "��•,,•� is lil uii iil �a __ ui is �iil iii igi -�•,, u �'�� •,� aiI lot lil lug ICI lil Iii ♦ / a ul :Imlii,m i11I tin c ail o� �i� �i1 uii sil �i, �i1 iil �a a�a�iamiiiimiami:Elm - ■I wl [( ICI 101 1111 It! I0 loll 0I ICI '�I ICI lil lil ul 1111 ICI ICI Imo' I�� Iii !W X0 All '�i 1111 !\ I�� ICI ICI i� ail lil LI LI Lt 141 LI li'. !�� r li 'NJ al 'N iil Is 1111 101 IN lit Itl s lit it IN 1'21 1111 W Iii IN ■ �1 a�i■i�:l�iiii�ul�ul�ia i • it .l :�i L1 a u i1 'i•. •j lil lil ICI Ini ]NJ ll ICI Mimi.,, ��' Iii lil liil Iil i� �� 1.1 ■1 iiii u� l:� L. iA vii: �:���� • • • I ON 191m;kIlIT41 ID N IN r ' ' • ' ' �© ��y* �\ MAINTENANCE HOLE, CAST IRON w COVER AND SQUARE FRAME • ' 1_e, ! _ L--t 50 x 50 x 6 mm angle, , welded to grating. Al Grating Grating size ' - type Length Width A 762 768 B 1338 768 , T_ 50mm 45 x 5 mm bearing C 1465 768 I Max. bars. 0'�- 76---1 - - C16mmlii 25 60 rivets. 38 T115 20x3mm reticuline L!H�bars. 7 0 1 L— OFFSET WASHER DETAIL r A PLAN OF GRATE SECTION A-A Offset washer—,,,, top 8 bottom SECTION B-B 13 x50mm stainless steel bolt , r type 303 or approved equivalent. � Threaded 50mm. /�/qR Yp rRMO 115x76x 5mm flot steel 4( offset washer galvanized. m � 4 V/F� 13 � 13mm0 x 50mm steel anchor thread • : �e ' 0 Ag . 5mm f steel hooks to be g/� :•• welded to anchor thread �q, .; ;�• FRONT VIEW SIDE VIEW - FASTENER DETAIL DITCH INLET CROSS—SECTION r r NOTE : A All dimensions are in millimetres unless otherwise shown. , ONTARIO PROVINCIAL STANDARD DRAWING Date 1 1987 03-3—I Rev 1 r DITCH INLET, GALVANIZED STEEL, Date HONEY COMB GRATING OPSD - 403 . 01 .1 r � � � � l� � � 1� illy � w ■� Ill/ � � Iw 111 � 0 o b _ See 1.2 P42.4 41.2 13 Detail 'B' Typ ° 0 See Detail 'A' J I 0.6R e 0 75 Typ 0 ° Self-lock hinge I Three rungs 0 M 105 n above grate 10 Typ ' Typ SIDE VIEW 20 36 F-- _ open position CZ —►- -- --- - one rung at A A GRATID G RUNG grate level I — V / 13mm dia x 95mm Lg wedge anchor, v ® x stainless steel TO In SECTION A—A PLAN Detail of grating and �75� DETAIL 'A' DETAIL 'B' 'bah support BEAM DETAIL NOTES: A Aluminum components contacting concrete shall be painted with one coat of asphalt or tar base MH No a b C d e f black paint, having a minimum softening Diameter of Grates point of 71T. All joints and crevices shall be 1200 2 soo 850 850 225 352 65 thoroughly coated. B Manhole depth between 5.Om and 1500 2 1128 1078 1078 311 419 65 10.0m, grate to be placed at mid—point. Manhole depth between 10.Om 1800 3 1344 1293 1293 308 360 65 and 15.0m, grate to be placed at third—points. C All fasteners to be 304 stainless steel. 2400 4 1774 1724 1724 401 360 65 D All welding shall conform to CSA Standard W47.2. E All aluminum shall be 6351—T6. ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev F Design to CSA Standard S157. PSI G All dimensions are in millimetres SAFETY PLATFORM, ALUMINUM - - - - - - - - - - or metres unless otherwise Date _ — _ _ _ _ shown' FOR CIRCULAR MAINTENANCE HOLE OPSD ,_ 404.020 Stainless steel 304 wedge anchor 10x70mm with nut and washers Polyethylene TYP / Aluminum ��` j. 1: �yp o c 150mm t M 15tnm 10mm dia rO m min E 38 x 64mm deep a TYP 4° t ttl 20 .....+..+e+•eeeee.+...• � i/q 26 LAN steel 304 �r SECTION A—A perforated rung 14 Go 1 A Stainless steel PLAN 4W 23 304, wall �25 �15 bracket 11 Go 27.5mm dia CIRCULAR ALUMINUM �A 213 a TO fit - 38.5 POLYETHYLENE WITH 11 42� � dia hole I A _� welded inside wi rung �h•-140 410 308E filler wire R=50mm �''I45' FRONT VIEW C SECTION A—A i SIDE VIEW Polyethylene anchor • ;'++ RECTANGULAR insulating sleeve •.•.,, 0 7V150mm . STAINLESS STEEL AuxlVIEW<o u�_ 20 ►°.- t NOTE: AUVI� 14 A Aft dimensions are in millimetres or metres unless I otherwise shown. PLAN E?CiRUDED To fit 25mm _ 80 27 5m dia CIRCULAR SECTION dia hole --� ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev I N T— [::140—+i OP SIDE VIEW 45 MAINTENANCE HOLE STEPS date �__^ - s CIRCULAR ALUMINUM HOLLOW r&PSD -- 405.010 Boulevard/Sidewalk utter, Note 2 Concrete Curb and g edge restraint Concrete pavers, Note 1 Joint sand Typ T777 25-40mm j :�. . . :v. . '' bedding sand ° . ' .< ° '.� / �. . as specified ar base �• Granular 'o and subbase as specified ' Subgrade Subdrain, Note 2 VEHICULAR NON—VEHICULAR NOTES: 1 Concrete paver thickness: — for vehicular traffic — 80mm min. — for non—vehicular traffic — 60mm min. 2 This drawing is to be read in conjunction with OPSD 200 and 600 series drawings. A All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 1571 Rev INTERLOCKING • CONCRETE PAVERS - - - - - - - - - -Date OP _ ON GRANULAR BASE OPSD -- 561 .010 � 3 7 U U o Dropped curb at ° 0 entrances �o TO Thickness Thickness of sidewalk of sidewalk Finished 25 300 50 150-,1 25 300 50 150 road N I surface ° N p� ,�'P+ u;o ? F Z O 25 30 . . P4'.Q� f M �• r f I `o o, , s' N .. I N f . I N I I f. .Note 3 :_ -�_ N IF .Note . .I 525 ----�i h� 50 525 50 TANGENT Additional width where sidewalk is adjacent to curb SUPERELEVATED Typ NOTES: 1 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, X. C The length of transition from one curb type to another shall be 3.0m, except in conjunction with ONTARIO PROVINCIAL STANDARD DRAWING Date 1990 09 14 Rev guide rail, it shall conform to OPSD-900 Series. CONCRETE BARRIER CURB Date — — — — — — D All dimensions are in millimetres unless otherwise shown. WITH STANDARD GUTTER - - - - - - - - - - - - FOR FLEXIBLE PAVEMENT OPSD — 600.04 ' 200 R=50\\ 30 O 0 to r sic — to -- N Existing pout Paint with undiluted SS I emulsion ASPHALT CURB ' MACHINE LAID 0 800 a ' 400 ° f 50 o -- °w —�— Pclvt depth No I ' — Point with undiluted t_ SS I emulsion ASPHALT GUTTER TYPE 'A' n soo 0 300 ----- W 50-1 50 0 .) Povt depth ' Note 1 ----_ Point with undiluted SS I emulsion ASPHALT GUTTER — TYPE 'B' NOTES:. I Depth of gutter at pavement edge to equal depth of new pavement but in no case less than 130 mm . A All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 1 1990 09 14 1 Rev I j Date ASPHALT CURE AND ASPHALT GUTTER O MOD. _ __ ..._..� �; . �:_�.��.t:�.x::�• �:�. .,�.,� _._:, .,......�w......� vim.:_..��_..;:.. X Curb and D CURB and GUTTER D R gutter Ede of pavement Type m m ' Barrier 1.9 2.1 Gutter line Semi—Mountable 2.5 2.8 , 45/� Mountable 2.9 t2.jj L / Back of curb Elevation of top R of curb to follow shoulder slope 5 Elevation of top TYPICAL PLAN VIEW of curb to follow + shoulder slope IL Level of gutter Gutter line at X—X Section TO Level of utter O Edge of TO at X—X Section pavement, ,n r` TO TO y 11 175 100 200 1 1 450 F -200 200 L50� 200 ' SECTION X—X SECTION Y—Y BARRIER CURB and GUTTER , 0 N } 175 __ 100 300 1450 300 300�' 450� 300 SECTION X—X SECTION Y—Y ' SEMI—MOUNTABLE CURB and GUTTER O e 1 175 100 —�i 400 1 450 400 ice— +I 400 F� 450 400 F�- SECTION X—X SECTION Y—Y , MOUNTABLE CURB and GUTTER NOTES: A For spillway details refer to OPSD-605.04. B All dimensions are in millimetres unless otherwise shown. , ONTARIO PROVINCIAL STANDARD DRAWING Date 11991 12 16 Rev 2 45° CONCRETE OUTLET Date — — — — — — FOR CONCRETE CURB AND GUTTER F OPSD - 605.01 1 3.8m Termination 150mm min Curb and gutter ' t 1 t I 1 i 1 0 ' Gutter line zll' , i r i f PLAN In --i 225 �-- N END VIEW ELEVATION MOUNTABLE CURB AND GUTTER ' Curb and gutter 3.8m Termination 150mm min 1 u ll1 Gutter or Z curb line PLAN Varies�-- w N END VIEW ��' '•, ----------------------- ELEVATION BARRIER AND SEMI—MOUNTABLE CURB AND GUTTER NOTES: 1 Slope to match existing shoulder. A This drawing is to be read in conjunction with OPSD-600 series curb and gutter drawings. B All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 1991 12 16 1 Rev 2 METHOD OF TERMINATION Date _ _ _ _ _ _ FOR CONCRETE CURB AND GUTTER OPSD - 608.0 • Saw cut Y r+ Saw cut Standard pavement Back of curb curb and gutter Half pavement width Top of curb o j r- i 1 Pa vemen t top course e See details > below 5 I Curb and gutter-_j `� O O Gutter line Pavement ( base course Adjustment units 150 ►_ --{ Min of one `. 1 Max of three iv, I I Edge of 1 . f— —1 pavement SECTION Y—Y X X 50 LcL _L J_ .} _-1` _L -1_.r T-1 150 Y 150 1--125 ••� : .,�. I Cutter line Frome and grate ! 1Omm PLAN Pavement top course �• •. k �' ., Saw cut Sow cut y l Varies 5-15mm - F-- 300�-- ---I BARRIER CURB SEMI—MOUNTABLE or MOUNTABLE 300 CURB AND GUTTER DETAILS - 25 SECTION X—X Gutter line NOTES: .. 10mm A Hatched areas ® : pavement base course to be hand placed in 50mm layers and compacted. B All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 1991 12 16 Revj 1 CONCRETE CURB AND GUTTER Date - - - - - - BARRIER OUTLET - - - - - - - - - - - - - - CURB AND GUTTER AT CATCH BASIN OPSD — 610.01 For adjustment unit '�-------�' and frame and grate Cia-------LL3 ' detail, see OPSD-704.010 Typ i )dia- Riser T spared top See alternative C ALTERNATIVES 1200mm A SUMP FOR STORM SEWER sections MAINTENANCE HOLE as required ,e Monolithic base with 300mm max + i 300 inlet and outlet Note 1 ' openings to suit Typ ° See alternatives A,B and D ,.• 300mm, Typ---I _.�. - _ r.J ' —rG`_: _ %�j Granular ote H Granular -y'-••---�� �- bedding bedding ote H B PRECAST SLAB BASE C CAST IN PLACE BASE D PRECAST FLAT CAP Bottom riser section with inlet and outlet openings to suit Wiser t 50 Flat cap Ri ' section Fr 150 J. ' ----- 1 1200mm dia •�.�' .� 300 i :r ;:e ?1 y Riser ' sectwn ,.�'R. ' �• a • • ' � 300 'r Granular) ote H Granular ote H ' bedding bedding NOTES: 1 The sump is measured from the lowest invert. E For benching details, maximum pipe hole diameters A Granular backfill to be placed to a minimum thickness and flow configurations, see OPSD-701.021. ' of 300mm all around the maintenance hole. F All dimensions are nominal. B Precast concrete components according to G All dimensions are in millimetres or metres unless OPSD-701.030.(Mod.) otherwise shown. C Structures exceeding 5.Om in depth to include H 100mm Dia. opening to be provided in base. ' safety platform according to OPSD-404.020. Terrafix 27OR to be placed between base and D Pipe support according to OPSD-708.020. granular bedding to cover opening. ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev r _ _ _ DIFIED O P PRECAST MAINTENANCE HOLE _ _ MO Date MAY ED- S ' 1200mm DIAMETER I-OPSD - 701 .010 ALTERNATIVES For adjustment q-------p unit and frame A PRECAST MONOLITHIC BASE and grate detail See OPSD-704.010 TYp i 1 ~ • .r Tapered top e See alternative D and E Granular • '' 1 Riser sections • bedding r 1 as required 1200mm dia + d `—ote H Transition slab • See alternative C B CAST IN PLACE BASE 1500mm dia v c 300mm max f •E Riser sections as required TYp • E ,,150 ��150 Benching or sump �' a°o ,u �` 300 Note 1 Precast slab base .► .% �.�` t' L See alternative r, k 300 � e '•y, l: A and B is - ,°- ___r.�_ _�__ �� rte..,' :: ote H Granular —Granular �300mm bedding ote H bedding Typ E 1500mm PRECAST C TAPERED TRANSITION SLAB D 1200mm PRECAST FLAT CAP FLAT CAP 125 1200 4125 • '•� '` Flat —''-- Flat cap 1 00mm di cap Riser _________ Ri r section secVon 150 1500 150 1500mm dia NOTES: 1 For sump detail see OPSD-701.010 (Mod.). E For benching details, maximum pipe hole diameters A Granular backfill to be placed to a minimum thickness and flow configurations, see OPSD-701.021. of 300mm all around the maintenance hole. F All dimensions are nominal. B Precast concrete components accordingg to G All dimensions are in millimetres or metres unless OPSD-701.040 (Mod.) and OPSD-703.1710. otherwise shown. C Structures exceeding 5.0m in depth to include H 100mm M. opening to be provided in base. safety platform according to OPSD-404.020. Terrafix 270R to be placed between base and D Pipe support according to OPSD-708.020. granular bedding to cover opening. ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev _ O P PRECAST MAINTENANCE HOLE MODIFIED Da_te MAY 1997_ _ s 1500mm DIAMETER oPSO - X01 .011 ALTERNATIVES ' A CAST IN PLACE BASE ' q-------p 150 For adjustment c1J-------LS ' 150 unit and frame and —r grate detail �_ a; 300 See OPSD-704.010. ' TYP e` ! Q - SOP , 06 - Tapered top _ �•' ,�� �'•� _ See alternative B 300 ` and C Tr Granular ote H bedding 1 B 1200mm PRECAST FLAT CAP Riser sections _! 1200mm dia as required s !° Flat cap 1 OOmm di ! Transition t ' '' i -•— Riser ' slab 2400mm dia section 300mm max TYP Riser sections c C 2400mm PRECAST FLAT CAP as required .E j. E E `� F- 00 t Riser Benching or sump . '' E section Note 1 • ', :' E :. ,, _ ,, �•• �o 2400mm dia i•X., Precast slab base t ' See alternative A + ' ' .'. .'t� ;•!: k Granular •: ...'.` .: .. "`.�� r. .r�:. .•• �; bedding Granular ote H bedding `�=----"-- • — a'J ' ote H NOTES: 1 For sump detail see OPSD-701.010 (Mod.). E For benching details, maximum pipe hole diameters A Granular backfill to be placed to a minimum thickness and flow configurations. see OPSD-701.021. of 300mm all around the maintenance hole. F All dimensions are nominal. B Precast concrete components according to G All dimensions are in millimetres or metres unless ' OPSD-701.060 (Mod.) and OPSD-703.030. otherwise shown. C Structures exceeding S.Om in depth to include H 100mm Dia. opening to be provided in base. safety platform according to OPSD-404.020. Terrafix 27OR to be placed between base and D Pipe support according to OPSD-708.020. granular bedding to cover opening. ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev _ _ _ED SP PRECAST MAINTENANCE HOLE Date MAY_ _ MODIFI ED- 2400mm DIAMETER I-OPSD — 70'1 .01 F vA W D " Z a90se "k O- -. 0$ 3a � 0 a -i3Z331 2 D fp a/ at a0 Sj. X` o v,. S ' �m 3� aa �'�° 3 °..° �a � om�000 . a 0 � 3.z 0 g- po 1— rt poi 23 � ® /` aoa C„ p c l „ g � 06 o C S a ? s � 3 a N 132D .,r O O W 0 o 1 Z _� �3�0 O + v2 1 % ♦ �' 1�*t � x c)Z 1 .�A ' -T v '� T --va r O Z i*1 ;u m e ' � A � c 3 N 3 = 0 Z 3 F Z > --� mr► N `I con Z m _ m _ 0m °y oo n ? r. , + + moo rn 3u)z n Z SC I x f1 �` �W I rn do N pg ° v4 ° O 0 co c tD 1 '�^ I (7) Mu 300 to U) '� 19: O 1 max 2400mm I-' IFF1 m --� 300 tD Ip m 1 m Z 0 nn \ i �i Z f V'� MIWF Ctrs steel: �_ O�..� 0 250mm�/m rr rr rr �r rr r r r r � r � r rr r r r r r 2-15M O 75mm 2-15M O 75mm 13M 1SM T— 3-15M O 75mm T 3-15M O 75mm AZ ♦ \,A�3-15M O 75mm B p 15M �C 15M i 3-15M O 75mm 2-15M a 75mm 7- wwr � 2-15M O 75("M1 1-3-15M O 75mm �� /m C%% T i5M o 75m - ) ` laaomm aw 1200mm aw —I sb � � `. PLAN 15omm- r=mm dia � 125- � I- 12oomm da-- min=701.o 305 C C 1E , ;:. =s- SECTION B--B TRANSITION SLAB ,.`�� as---I 10.Om max Transitan sab SECTION A-A Note 1 PLAN tr�+or�sab TAPERED TRANSITION SLAB _-_-.� 1 Note max 5-15M a 3o0rnm oc $-15M a 300rtm oC ------_--_-- t 50-� �1500mm da� I— E 130 itis.r ssataa � Note 1 °°�' "�' each way I At °' "°�" I 91 R 0 wWF ;N I �}- I 315mm" twry 3rd bar PLAN TOW /n' as shown _ Bass slob ll PLAN I l i 150--I �_mcw m dita �- 15c 1830" „ do SECTION C-C 1500mm to 1200mm dia - �•c••i: .L� 15M bent bar RISER SECTION - 315mm2/m _ _ every 3rd bar app O Total 303 •:»• as shown NOTES: ote E 1 Precast transition slabs and precast bases are available for depth T SECTION E-E SECTION D-D ote E BASE SLAB of bury greater than 10.0m. � ,. 10.Om max A All reinforcing steel shall have MONOLITHIC BASE Note 1 25mm minimum cover. 10.Om max B Steps according to OPSD-405.010 and Note 1 OPSD-405.020. 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 _ base _ SP E . Dia. opening to provided MAINTENANCE HOLE COMPONENTS base. Ternafix 270R to be e placed betww een Date MAY 1997 base and granular bedding to cover 1 g00mm DIAMETER opening. ropSD - 701 .040 - - - -. - - - - - - - - - - - - - - - 2400mm to 1200mm dia NOTES: 1 Precast transition slabs and precast bases are available for depth of bury greater than 10.0m, A All reinforcing steel shall have ~mm minimum cover, B Steps according to OPSO-405,010 and OPSD-405.020, C All dimensions are nominal. o All dimensions are in mllllmetres or metres unless otherwise shown. E 100mm 010. opening to be pravided in base. TerraflX 270R to be placed between base and granular bedding to cover opening. TraMItIon IIab RIMr MCtIon 8aH Mlb t A 1 B4-~ 0 300mm WWF Cln: ~: 007mm 1m. Total PLAN 1~M bent bel" .-y 3Rt bar CIS ehown 9-1SM 0 300mm OC lICICh way ~ 289~m cIIa I 230 -I ~~--j -1 fir Ii...:"l'i~'~; :~~ SEcnON B-B TRANsmON SLAB 10.Qm max Note 1 2400mm dla PlAN PLAN SECTION c-c RISER SECnON ONTARIO PROVINCIAL STANDARD DRAWING PRECAST CONCRETE MAINTENANCE HOLE COMPONENTS 2400mm DIAMETER _ _ J4..o!>[I.~Q _ _ Date .J4..A'f. J~~7 OPSD - 701.060 ---------- -------- ..,. Pa'It _,.CUrb Wit~1 - gutter t ,"" "'-1- n II I . c:J..J_ _...&.:::I -Pavt t 450mm maximum to first step Typ Note 1 . ..- II . ...~ . , ' ... , '. ':", , SECTION THROUGH TAPER TOP SECTION THROUGH FlAT CAP It Grate reference elevation TYP\ Stqndord frame ~ rr--1--Tl and grate g__ I __.lb Typ Adjustment units: , ' &' minimum of one, maximum of three Typ , ." ... ~ , .; SECTION THROUGH CATCH BASIN Taper top Maintenance hole step Note 1 r----------- Adjustment units for____ maintenance holes .---... with round openings, Available in sections or continuous units Frame and grate, or cover ------, I t r---- I t Flat cap Riser section Adjustment units for catch basins with square openings, Available in sections or continuous unit~ Catch basin 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 shalt not extend ONTARIO PROVINCIAL STANDARD DRAWING beyond the outside edge of the structure. MAINTENANCE HOLE AND CATCH BASIN PRECAST CONCRETE Date ADJUSTMENT UNITS OPSD - 704.010 I I I I 115l' 1- =i'r'15 I: r 'j. .[. I: ,~. . : ~ · (.!~""'. ) J: ~ockoot 1 ' Note 2 ~ !J Note 2 }': f I : : l i! t J 1 ! l WWF d! : J OuUet _ 1 1 L l ~~~m. J i ~~ L I. Note 1 · r:o;t :fL.:.: :...::.J ~ .~ f.. .~. Typ ~ . . .,. . . . ~.'" T-:: f '....f ~ f. '. .. '. .,... . 1 r. ". .....' , . -1 I .t.:_:"':'~~~:_:'::':..:..' :~:~ Granular ~: ':":'::~:':':':":'.:-:.'':''''~' .:...: ';;.~ G NOTES: SECTION A-A bedding SECTION B-B . 1 Outlet hole size 525mm diameter maximum, C Frame, grate and adjustment units sha'" location as required, be installed according to OPSD-704.01 ~ 2 . 200mm diameter knockout to accommodate D Pipe support according to OPSD-708.0~. subdrain. Knockout to be 60mm deep. E All dimensions are nominal. A All reinforcing steel shall have 25mm F All dimensions are in millimetres I minimum cover. or metres unless otherwise shown. B Granular backfill to be flaced to G 100mm oia, oQening to be provided in a minimum thickness 0 300mm all base. Terrafix 270R to be placed between around the catch basin. base. and granular bedding to cover opentng Br+ 150mm overlap _I. t-l ik- .. WWF 185mm o/m. each way A B C ALTERNATE STANMRD HEIGHTS 1980mm 1830mm 1520mm _1 A B PLAN _ _ MQD1FlE.P _ _ _ Date tM.y_ 19~1 OPSD - 705.01 ONTARIO PROVINCIAL STANDARD DRAWING PRECAST CONCRETE CATCH BASIN . 600mm x 600mm, DEPTH - 4.0m MAX I I I I I I I I I I I I I I I I I II I WWF ., 8 3-10M stirrups o 300mm 185mm2/m. each way I 2-10M , ~ . . I' ~ t 2-15M It) tJ ~-j Pi -'- 115J L 600--J [1- 25 A t!:::: _ :::::!JI ~ 50~m overlap 115 BEAM DETAIL - - T PLAN I ALTERNATE STANDARD +Is HEIGHTS A B C 1980mm 1830mm 1520mm 830 r"5 II IJ ~~ CDl Outlet hole..>-V f Note 1 WWF' 300 ~ . 185mm 2/m. each way ~. all :dr::s . , ,.:.. . . :". . 150mm overlap T ..... .. l.. . .. yp ." . .. ., .... . .' . . . '. '. . '. ~ . ". .. . :1 ~n':..::-':::"'::":"''':''::'_:.:.:.. ...:..:_~~~~ Granular NOTES: SECTION A-A bedding 1 Outlet hole size 525mm diameter maximum, location as required, 2 200mm diameter knockout to accommodate subdrain. Knockout to be 60mm deep. A All reinforcing steel shall have 25mm minimum cover. S Granular backfill to be placed to a minimum thickness of 300mm all around the catch basin. C Frame, grate and adjustment units shall be installed according to OPSD-704,010. o Pipe support according to OPSD-708.020, E All dimensions are nominal. F All dimensions are in millimetres or metres unless otherwise shown. G 100mm Dia. opening to be provided in base. Terrafix 270R to be placed between base and granular bedding to cover opening, 1680 Ec SE ..., I :t; 250 ONTARIO PROVINCIAL STANDARD DRAWING PRECAST CONCRETE TWIN INLET CATCH BASIN 600mm X 1450mm, DEPTH - 4.0m MAX MODIFIED ---------- Date ~~y_19~Z OPSD - 705.020 ] 0- ! j E o 10 150 L Ar+ I r-n5mmi U U ] [ 1 Outlet hole Note 1 600 E 0- S E o ~ o " co G.... I .' :. :'. . L:....~.._::..:__....:.._~ I At+ FRONT VIEW SECTION A-A NOTES: 1 Outlet hole size 525mm maximum diameter, location as required. A Where inlet is placed across ditch and is accessible to vehicular traffic, grating slope is to be 6: 1 or flatter, B All reinforcing steel shall have 25mm minimum cover, C Granular backfill to be placed to 0 minimum thickness of 300mm all around the ditch inlet, o Grating according to OPSD-403,010. E Pipe support according to OPSD- 708,020, F All dimensions are nominal, G All dimensions ore in millimetres or metres unless otherwise shown. H 100mm Dia. opening to be provided in base, Terrafix 270R to be placed between base and granular bedding to cover opening. Opening Dimensions mm A (/ b 670 52 632 72 618 79 608 83 605 85 603 86 600 87 ONTARIO PROVINCIAL STANDARD DRAWING PRECAST CONCRETE DITCH INLET 600mm X 600mm, DEPTH 4.0m MAX 1996 09 _ _ MQD1FlE'p _ _ _ Date ~Y_ 19_91 OPSD - 705.03 ------------------- Ar+ 1350mm, SECTION A-A Br+ nSmm I 150 . 1200- . r- I. e.'1 I o ~ ~ ~~ ~ ~ 1'1 I j: ~.tl It ]~i ~ 1: , 1- III h g" ....~).. . j-300mm all B:h: ~ =--.::;:::.:!..a 150 Ln..:.... .. <II: . J sides. Typ Tr-:...:..,.,.. ~'.", t .....M..:.,..... Outlet hole ~o~~.:' -A7~:"':"-::':~~ GranulorJ-'~":"-' '.d ote H Jl~e 1 ~ bedding FRONT VIEW NOTES: 1 Outlet hole size 525mm max dia along narrow wall and 1000mm along wide wall. A Where inlet is placed across ditch and is accessible to lYPE A vehicular traffic, grating slope is to be 6: 1 or flatter, B All reinforcing steel shall have 25mm minimum cover. C Granular backfill to be placed to o minimum thickness of 300mm all around the ditch inlet. o Grating according to OPSD-403.010. E Pipe support according to OPSD-708.020. F 'All dimensions are nominal. G All dimensions are in millimetres or metres unless otherwise shown, H 100mm Dia. opening to be f~o~~~~dinb~~~~n Tg~~:Xa;JOR to PRECAST CONCRETE DITCH INLETS Date-jJy~f~7- granular bedding to cover opening, 150 WWF 185mm2 1m each way Opening Dimensions TYPE 8 Opening Dimensions mm mm a b a b c 670 52 1341 66 1473 632 71 C 1265 104 1473 B 618 78 1237 118 1473 600 87 1216 65 1346 B 1210 68 1346 1206 70 1346 1200 73 1346 ONTARIO PROVINCIAL STANDARD DRAWING 600mm X 1200mm, DEPTH 4.0m MAX OPSD - 705.040 ------------------- 2-15M 2-15M A~ . 1S0mm . 1S0mm 15M 3-15" 3-15101 ~151A .85mm . SSmm o 300mm 1 ~15M 1 Dltell Inl.t . 300mm Dltell Inl.t 15M 15M J 1SM t lfj - 1500mm diG - 1500mm diG flat OGp 1 fkIt eap 2-15M B 18 2-1S" o 85mm 1 o 85mm 1 for pAcem For prwCGft unlta Af., to 4-15.. 3-15M unlU refer to 3-15101 OPSD-701,040 o 300mm . 85mm OPSO-701,040 OSSmm 2-15M 2-15M . 1S0mm . 6Smm PLAN 55mm Typ Grat. Af....ne. elevation r-775-, Crate ,.t.rence elevation r--'J50---1 WWF 1SSmm 11m. I I ~ 8QeIl way I I _~ 4~~;;-'::':' t ......... -... FRONT VIEW FRONT VIEW SECTION a-a Opening D1menaloll8 TYPE B Opening Ohr.en8\ona mm mm crat. Crat. 0 b c a b 1" Slo. . 51 2:1 670 52 2:1 1341 88 1473 3:1 632 72 C 3:1 12SS 104 1473 8 4:1 618 7. 4:1 1237 118 1473 Honzontal 600 87 6:1 1216 65 1346 B 8:1 1210 68 1346 10:1 1206 70 1346 Horizontal 1200 73 1346 TYPE A NOTES: A Where inlet is placed across ditch and is accessible to vehicular traffic, grating slope is to be 6: 1 or flatter, a All reinforcing steel shall have 25mm minimum cover. C Grating according to OPSD-403.010, D All dimensions are nominal. E All dimensions are in millimetres or metres unless otherwise shown. Date _ _ _ _ _ _ ONTARIO_. PROVINCIAL STANDARD DRAWING PRECAST CONCRETE DITCH INLETS 600mm X 1200mm WITH 1500mm Dia FLAT CAP OPSD - 706.010 - - - - - _. - - - - - - - - - - - - -I NOTES: A Where inlet is placed across ditch and is accessible to vehicular traffic, grating slope is to be 6: 1 or flatter. e All reinforcing steel shal1 have 25mm minimum cover. ONTARIO PROVINCIAL STANDARD DRAWING g ~a:~~e~:i:::i:~e t~o:~~~403,010, PRECAST CONCRETE DITCH INLETS E All dimensions are in mi!limetres 600mm X 1200mm or metres unless otherwise shown, WITH 2400mm Cia FLAT CAP ~ Ditch Inlet ~~~:%I' '" I 'I - - 2400mm Dlq .......... __L.... "I flat cap V l' J For pncaet ./ I unit. ""or to III1 ~ I OPSO-70I.... 'I' '.1.1'.1 .1"1"-- ..........:",1" I , I 9-20M . 300mm 20M ~--1I-- 2-20M . 75 ~ 2-20M ',- . 300mm t' A 5-20M . 300mm \. j .t : A I , ~l , y--20M .... PLAN ,1350 1 55mm. Typ ~ 1 ')')"~~\Crat. WWF J"'::::::.... -; r- q morenc. 185mm o/m TiaT~. ~i 0 .tuatlon .qch way- r--t :> G I I ,. tI .. . ~ ....it.. I - L.Yarfu I 800 400 L 150-fti- -iD-150 ............ - - - - ...............1 r R -1200- 2400mm cfo Nor nctfon FRONT VIEW SECTION A-A lYPEA 0,,,"1"9 DIm.n.ton. mm em. T\/IHI S1o~ t1 '.:1 870 52 3:1 132 72 4;1 I,. 7B Homonta 600 87 h B ~~ --- ~~f9,II' i'i... -, I - - 2400mm Dla I "'-.:- - ,I flat cap v""'" h I ~ :I > For precoat I. '- ../ I unItS refor to I1II ~I OPSO-101MO ~ ~I II " I 2!!. ..T!.!. ~ojEl ~l'50 ,1- ----I 8 600 ~ 600 .., 2400mm clio rt..r eectlon FRONT VIEW - 2-15M 2-15M · 250mm · 7Smm_ - J ~ 2-1SM o 250mm 2-15'" - . 250mm . I i" .-::2-15M _.J.. . 75mm t r-J-l"j B l.L-J rt B Di.l f-3-1S'" . 1-, 0 7Smm Ll :-r.. 2-15M . 75mm 2-15M . 2S0mm 2-15"'..... . 250mm 4- . 250mm PLAN ~:-::L .\~':-' ~~::,,::r~ :I t -:tI _1 rlJ \ *'<ItIon :0'1 8' it! t I' . ~ '. ----- ii' I AM Yarl...J i-- 1200- 5001-- SECTION B-B lYPE 8 Openlnll Dimen810na mm erot. h ~ SlOD. t1 C 2:1 1341 66 1473 C 3:1 US5 104 1473 4;1 1231 118 1473 6:1 1216 S5 1346 B 8:1 1210 68 1346 10:1 1208 70 1346 HomontClI 1200 73 1346 1996 09 151Revl ~ O~ ~ --.-------- S, Oate ------ """'::::oil'" OPSD - 706.030 NOTES: 1 For sewers smaller than 450mm dia connections must be made using approved factory made tees, For all other sizes, either factory made tees or approved saddles may be used. A Concrete to be 20MPa at 28 days. I B All dimensions are in millimetres or metres . unless otherwise shown. I I I ... t) WI 'I: ., .... ::c o " 'C ~ ~ '" 1) J: Granular bedding 22,5- or 45- Pipe bend Undisturbed ground 100mm min Concrete bedding Min width 600mm ree Note 1 Construction line 150mm min RISER DETAIL Catch basin connection 22,5- pipe bend Sewer main Bedding os specified CONNECTION WITHOUT RISER ONTARIO PROVINCIAL STANDARD DRAWING Date CATCH BASIN CONNECTION RIGID PIPE SEWER Date _ _ _ _ _ _ -------------- OPSD - 708.01 I I .1 2 - - - -' - - - -, - - .. - ~ - - - - -- CONCRETE CRADLE RIGID PIPE FLEXIBLE, WATERTIGHT CONNECTOR RIGID AND FLEXIBLE PIPE g r r.....,-,.... r-'" -... (""""" , "" ,."" " , " ," " , , , r ,,' ," ,,' ,,' " ,,' " , r,",/, r ", , , ,. r ' , v'/ ' .;T .,~ ,. '4 ~ i' f,. "-: .~.. .' i ,~d.!' ,.... . eo . 'till ,.. V, " V "" ,. , V" , , , ~' " " ~,," ,,', , , , " " ,,'"'''''' ~" " , " ,. , , ,.- ""'''''', w~~~~~0-,_ For installation of these connectors refer to manufacturer's instructions. A full length of pipe may be used in conjunction with a flexible, watertight connector, c 'E E E o o I") -1 PLAN t Catch basin or maintenance hole " " t" " " " , Granular backfill~' , " , t"',,',, t ' , , ,," " I I I I I 1 I -l L___ H ....., ~ ,":, .~'.. ..j..._o..,..__.,...:_ :~: .:' ":: .~.. ~.I. o. 11': ~.4 : 00 1." . It X lC X l( :< ~'lC~' :: )( :-w.:.:w-.........\L..."- \.:.0.. w-w- 300mm min . Note 1 Granular beddmg ELEVATION NOTES: 1 Pipe to be supported with minimum 15MPa concrete to the first pipe joint. A All dimensions are In millimetres or metres unless otherwise shown, f'LEXIBLE JOINT RIGID AND FLEXIBLE PIPE 1 r-3oomm min Flexible joint to be placed within 300mm..,"," of wall of structure Y /," " " " " " , , " ,. , ~ '" ,. , I I I I I 1 I -I L___ l~ ,~" ,. "I' ~~6;. ^ ^ ^ ^ ^ -a......__~ Granular bedding ELEVATION ONTARIO PROVINCIAL I STANDARD DRAWING SUPPORT FOR PIPE AT CATCH BASIN .. OR MAINTENANCE HOLE Date _ _ _ _ _ _ OPSD - 708.0'20 Radius bends as required Bedding as specified 150mm min NOTES: 1 For sewer mains 450mm in dia or less or where catch basin connection is more than half dia of sewer main use factory made tee, A All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING. Date CATCH BASIN CONNECTION FLEXIBLE PIPE SEWER Date OPSD - 708.03 I I I I I I I I I I I I I I I .1 il I I _ _ _ _ _ _ _ -' - - - - - -> - - - .. -I 150 PIPE IN UNSUPPORTED EXCAVATION Subgrade PIPE IN SUPPORTED EXCAVATION PIPE IN SUPPORTED EXCAVATION 0,50 Note 1 Bedding grade Clearance, see table, Typ Support system Typ Q. ~ Backfill material, For culvert frost treatment Note 2 ...' c: Cl E '0 Cl .Q E w - Clearance, see table 300mm min E Ex OD of ('II TYPE 1 OR 2 SOIL TYPE 3 SOIL LEGEND: o - Inside diameter PIPE IN SUPPORTED EXCAVATION PIPE IN UNSUPPORTED EXCAVATION NOTES: 1 The pipe bed sholl be shaped to receive the bottom of the pipe. 2 Pipe culvert frost treatment according to OPSD-803.030 and 803,031. 3 Condition of trench is symmetrical about centreline of pipe. A Granular material placed under the haunches must be compacted 150-- prior to continued placement and compaction of embedment material. B Embedment material shall be homogeneous granular material, and shall be placed and compacted uniformly around the pipe. C Soil types as defined in the Health & Safety Act and Regulations for Construction Projects. D Protectio~ again~ heavy. ONTARIO PROVINCIAL STANDARD DRAWING construction equipment according to O;SD-~08.01 O. . . . . FLEXIBLE PIPE E All dImenSIons are In mllltmetres ~-=- or metres unless otherwise shown. EMBEDMENT AND ~ACKFlLL EARTH EXCAVATION aackfill material. for culvert frost treatment Note 2 Bedding grade 0,50 Note 1 TYPE 4 SOIL CLEARANCE TABLE ipe lnside Diameter Clearance mm mm 900 or less 300 Over 900 500 1996 09 Date OPSD - 802.010 I. -..--..<-----..:--- .- ,r-. .~. ___, -""' ----- ) ~ NOTES: 1 The pipe bed shall be shaped to receive the bottom of the pipe. 2 Pipe culvert frost treatment according to OPSD-803.030 and 803.031. A Granular material placed under the haunches must be compacted prior to continued placement and compaction of embedment material. S Embedment material shall be homogeneous granular material, and shall be placed and compacted uniformly around the pipe, C Protectio~ again~t heavy, ONTARIO PROVINCIAL STANDARD DRAWING construction equipment according to O:SD-~08.010.. , . FLEXIBLE PIPE EMBEDMENT o All dimenSions are In mllhmetres IN BANKuENT -.or metres unless otherwise shown. EM M ORIGINAL GROUND: EARTH' OR ROCK 0,50 Note 1 PIPE INVERT ABOVE ORIGINAL GROUND Sub grade Clearance, see table. Typ Earth, granular or rock fill, For frost treatment at culverts Note 2 Bedding grade PIPE INVERT AT OR BELOW ORIGINAL GROUND CLEARANCE TABLE Ppe Inside Diameter Clearance mm mm 900 or less 300 Over 900 500 LEGEND: f) - Inside diameter ---------- Date _ _ _ _ _ _ OPSD - 802.014 .. .,'"" ... a&_....._____.....,..... -----_._-~--~------- PIPE IN SUPPORTED EXCAVATION PIPE IN UNSUPPORTED EXCAVATION PIPE IN UNSUPPORTED EXCAVATION PIPE IN SUPPORTED EXCAVATION Support system Typ :2]1 1 Backfill material. For culvert frost treatment Note 3 Clearance, ~ see table Typ ~ It) c:i Cover material 300mm min, Typ Compacted granular bedding material Bedding grade 00 2 0,500 Note 2 Note 1 Typ 00 2 0.600 Note 2 CLASS B - BEDDING CLASS C - BEDDING NOTES: 1 The minimum bedding depth below the pipe shall be 0.1S.a In no case shall this dimension be less than 1S0mm or greater than 300mm, 2 The pipe bed shall be shaped to receive the bottom of the pipe. 3 Pipe culvert frost treatment according to OPSD-803,030 and 803,031. 4 Condition of trench is symmetrical about centretine of pipe, A Soil types as defined in the Health & Safety Act and Regulations for Construction Projects, B Protection against heavy construction equipment according to OPSD-808,010. C All dimensions are in millimetres or metres unless otherwise shown, LEGEND: o - Inside diameter 00 - Outside diameter CLEARANCE TABLE Pipe Inl.'ide Diameter Clearance mm mm 900 or less 300 Over 900 500 Date ONTARIO PROVINCIAL STANDARD DRAWING RIGID PIPE BEDDING, COVER AND BACKALL lYPE 3 SOIL - EARTH EXCAVATION OPSD - 802.031 i':~" - -.. - - !- - - .. - - - - - - - - i . .1 i ,I ,j .1 I .1 -... i 1 J 1 .j J '1 .. j i i j , 1 t 1 : I I I . ~~ I '. i \ ~ Pipe Profile rade d) r I 10( k Subgrade Ild I J 1 O( ~ - d) .' I r-~ : '~'" '. .: ..... Granular L' f .,' ... . , ". backfill' !mit o. - ~ .' I . .:., . :.' " ". .. '. k Frost t ' .: pipe clearance I . . t '. '. ',. '. . , . '. f . aPer, N, . .' . Typ . . ' . ~ 'CD' I . . , '.' .' . ~ ' of. 2 j;". .'.:j' I ~'.' . '.: , ..',. . Earth fill '. I I . .. . '. I I' _J~~~~~~iO~~L~~-~~m~L~~~~~~-_~~~~-__~eddi~~~~---______________________ FROST TREATMENT - RIGID AND FLEXIBLE PIPE NOTES: 1 Pipe embedment according to: a) Flexible - OPSD-802.010, 802.014, 802.020 and 802.024; b) Rigid - OPSO-802.030 to 802.032. 802.050 to 802.052 and 802.054. 2 Frost tapers start at bedding grade. A Protection against heavy construction equipment according to OPSD-808,010. B Frost tapers are not required in rock embankment. C Frost tapers not required when frost line is above the top of pipe. D All dimensions are in millimetres or metres unless otherwise shown, 802.034, LEGEND: d -depth of roadbed granular k :-depth of frost treatment f -depth of frost penetration 1996 09 ONTARIO PROVINCIAL STANDARD DRAWING FROST TREATMENT - PIPE CULVERTS FROST PENETRATION UNE BELOW BEDDING GRADE ---------- Date _ _ _ _ _ _ OPSD - 803.030 cc- - - - - ~. - -- - - - - -- - - ~ \ "---' It. Pire -Jype 1 and 2 soil ~ Type 3 and 4 soil .... I Profile grade r--- Note 2 fI I- .: ,F'''~8t 1..0(~ ~r~~lar'" .,' '" :. .~ ..... .~~..... \'" "~~:''':'1 >< .:. . . "31.0.~~,~.~~;;~. k=f . .... tOper backfill :..Umit of 1\' :.: .~ .., "': *r7'" .' '..... .... :....~......l"'... '. .. L ' . ..... ~ 'pipe clearance. Typl . . ':1 .:. . I': 1 v,~~ ' . : .' P'" . ~o\e ~ , . . .' ..' ....1... " '.: '" /~ "',.:. .' , f 0$\ taper. I' ". l.' /. '.' ..' ......... r ---~';tp~;tr~lo'n-lin';---- t- '.::.J ' -" ---------------------------- between these limits pi Subgrade FROST TREATMENT RIGID AND FLEXIBLE PIPE NOTES: 1 Pipe embedment according to: a) Flexible - OPSD-802.010, 802.014, 802.020 and 802.024; b) Rigid - OPSD-802,030 to 802,032, 802.034, 802.050 to 802.052 and 802.054. 2 Condition of frost treatment symmetrical about centreline of pipe. . 3 Frost topers start at the intersection of the 1: 1 or 3: 1 slope and the frost penetration line. A Protection against heavy construction equipment according to OPSD-808.010. B Frost topers ore not required in rock embankment. C Frost topers not required when frost line is above the top of pipe. o All dimensions ore in millimetres or metres unless otherwise shown, NOTES: d - depth of roadbed granular k - depth of frost treatment f - depth of frost penetration * - Type 3 soil .* - Type 4 soil ONTARIO PROVINCIAL STANDARD DRAWING FROST TREATMENT - PIPE CULVERTS FROST PENETRATION UNE BElWEEN TOP OF PIPE AND BEDDING GRADE Dote OPSD - 803.031 ----~---~-~-------- TYPE 'A' WITHOUT GEOTEXTILE 8 t rt) Ditch I 500 mm 0",1., ~ - "- G.ot..,II. ~ .. Lap In dlr.ction of flow _JA o ~ PLAN. CUT OR FILL ,Rj=---- \11---- ~- I ~==.-=. = =. 1fT-= =''':..-::..- \1 , ~' \ ~==.===== SECTION A-A CUT 1='- I ~-~ - II, ,~= =.- Var SECTION A-A FILL TYPE 'BI WITH GEOTEXTILE ~~h 11'00 ~ .. .....,'.. ..... ........ 300 (" --,- ;:. A - . .... --1. ... :":':',"::'.::::.:::.::::.'. ........ .::.:....::.. '.: 300 G..o~~.t~ PLAN CUT OR FILL ~ 300 mm Hand laid SECTION A - A CUT F I tk-- I( , \I:t:;--- ---- II Ditch Var SECTION A - A FILL Date 1990 . ONTARIO PROVINCIAL STANDARD DRAWING NOTE: A All dimensions are in millimetres unless otherwise shown. RIP-RAP TREATMENT FOR SEWER AND CULVERT OUTLETS Date opse - BIO.OI - - - - - - - - - - - - - - - - - - .- r:J.. ~ ' Note I " (Typ) " rroJl 'o-Reo ~ hand laid Ditch Longitudinal Section Ditch Cro$S - Section TWIN INLET - INTERMEDIATE Note I Rip-Rap (Typ) hand laid Ditch Longitudinal Section Ditch Cross - Section SINGLE INLET - INTERMEDIATE ~ .: '. ':.. .., ... Ditch Longitudinal Section Ditch Cross - Section SINGLE INLET - END OF DITCH 1200-1 11200 l rl2OOl_ 100 mm Ditch radient min- I . '^'.i 1.]- Rlp- Rap hand laid Ditch Longitudinal Section Ditch Cross - Section SINGLE INLET - SUMP Hor Ditch Longitudinal Section Ditch Cross - Section SINGLE INLET - INTERMEDIATE NOTES: I 1 I Type A without geotexti Ie. Type ISI with geotextilec A All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 1990 07 30 Date RIP-RAP TREATMENT FOR DITCH INLETS opse - 810.02 o o ~ . .. z ... :I ... '" u !i . . B ! III , c ~ !J 1410 ... DlA. SECTION A- A MANHOLE S!CTlON TO MEET A.S.T.M. SlIEC'I'ICATlON C-4T1 Oil EQu1\I'AUNT PLAN B ALL DIMENSIONS IN MILL I METRES EXCEPT WH!RE NOTED MANHOLE ~AME &. COVEll '011 TO~ TWO ITE" ONLY SEE NOTE 5. CONCRETE CAP MAXlMUIoI 300.... IllICKWOlIK CEMENT IRICK SET IN S 'AIITS SAND , I ~ART CEMENT MORTAR WITH ,s.... ".IIGED ON DtlTIIDf:. SEALED W'TH !WO COATS 0' IITUMINOUS ~AI NT. MANHOLE IECTION TO MEET A.I.T.M. SPECIFICATION C-47'1 OR EQUIVALENT _ OUTSIDE 01' .KIINTI ""ESS SUI. Oil EQUIVALENT RUIBER BASKET M IN. Of' 15 _ Of' .. ... CIlUSHm STONE _".enD :i ;~ :~ ~. :~. ';. f~ ':0". US _ DIA. So' :~,I; ~':r ..~ .. ,j :.-~ .; .:. Io!; ~~'_!~\::!';'\f<""-~'\ .:. .~i:~..:...t:~; I Meo ... DlA. .1 SECTION B-B . :~ PIPE DIAMETE" zoo _ :': (LOWEST BENCHING. $HAL/. GOYERKI PRECAST FLAT TOP IlEHCHING REQUIRED 0-1 ,,!lit I TI DIAe .... ~ l. P"ECAST CONC"ETE IASO SHALL IE USED ONLY WHEN I~UND CONOITIONS AM OIlY AHO "RM ISTlIUCTUllAU.Y IOUN01. t. TOP Of IENCHING TO IE SLOPED AT 1'JI. TO CHANNlL. S. ANy PIPES ENTElIINB THE ""ECAST SECTIONS. MUST NOT ENTER AT A MANHOLE KCTION JOINT. 4; Lf,.TlNI HOLES IN 'IIECAST SECTIONS TO IE COMPLETELY "ILLED WITH 1 I'IlRTt SAND. I PAIIT CEMENT MOIITAR AND POINTED IEI'D"E IACK-I'ILLINB. 5. "ANHOLE I'tEPS' TO IE roI"'ONEII AS nil STAHDAIlII lofl. .. PIIECAST ,.UT TOP TO IE USED WHEN TOTAL HE.HT' 0,. PIIECAST SECTION IS LESS THAN '.10... T. BASKETS TO lIE 'LACED AS PER MANIIFAC'I1IlIERI .-clI'lCATI0N8. I. POll MH. DEI'TlII "'EATER THAN 5-0.. A MAIlIlOl.E SAf'ETY GIIATlNI II IlIQUIIIIO MAX SPACINI IlETWRN IAI'ETY BIIATES IS H .... .. "011 DEPTHS I"EATER THAN H.. THE MANHOLE MUIT IE INDIVIDUALLY DESflNED. 10. ...... c-.o CLEAIII10Nl SHALL IE PLACED UNDEII PIPE. AT TIlE MANHOLE. TO THE l'llllT JOINTS. II. THE ,.IIIST PIPE LlNITH OUT 01" THE MANHOLE SHALL NOT EXCEED i.1O ... It. 1'01I IENCHIHI DETAIL IU ITlI. IIWI.. N.. 1-"1 CHECKED THE REGIONAL MUNICIPALITY OF DURHAM DEPARTMENT OF WORKS A~ 1200 mm PRECAST CONCRETE MANHOLE (FOR SEWER SIZES UP TO 600 mm 9N'STRAIGHT RUNS) It" 01 10 R I 0," .... It" 05 01. 5-101 5 I I I I BEAM DETAIL I I A ".. 1:- ":. ... .. ~ .. ,; .. . I I I 2 UNIT THREADED CINCH ANCHOR WITH 16 _ DIA. STAINLESS STEEL IOLT AND LOCK WASHER :ieV':~H'D "rlN"S'8 l~I'r OWN WITH SAFETY SNAP HOOK I I i "'''"'00< .." PLAN DETAIL OF GRATING AND 'BOLT ON' SUPPORT I END VIEW OPEN POSITION I I I I I NOTES (II AU. GRATING COMPONENTS TO . ALUMINUM. I2l AT ALL I'OINTS WHERE ALUMINUM AND CONCRETE SURFACES COME INTO CONTACT. 10TH IUllFACU TO IE COATt:D WITH 2 COATS aF FLINTllOTE C-12 STATIC ASPHALT ""INT OR APPROVED EQUAL I THE REGIONAL MUNICIPALITY OF DURHAM MANHOLE SAFETY GRATING FOR PRECAST CONCRETE MANHOLE 8-108 I 111I 05 10 ~. .; /' - SAFETY CHAIN (SEE DETAIL) '" '" - '.~-::;---r -, :., I I I I , I , I I I I . i ! :. i ! A .: . I i 1...1' ., "Vel i r !:: . ,,' ,. 805 951 THREE RUNGS ABOVE GRATE ONE RUNG AT GRATE LEVEL SECTION A-A ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. WORKS DEPARTMENT 5 ".. 05 04 t l i j 676 n US \ i 624 I ' L. t l; , -, e 1 . I ! , . ~ , '; . j , i I u 1\ L .. U-.J J ..LifT HOLE I I I I I I @ @@@@@ @1CI1b111b11@@ICIIblI@ riJlblllblllbII@1bII1bll1bII1bII 1biI1blI1bll1blI1bll1bil1bll1blI1blI , IbIIlJ IbII IbII IbII ~ IbII DdIIbiI riJlblIriJriJriJlblIlblllbilriJ IbIIlblIriJriJ@@@1ijI1C1 1biI1blI1bll1bll1blI1bll1blI SE'MER OR WATER I FRAME PLAN 49 I ~I I I I I ~ I: I. ALLOWAaLE TOLEIIANCf: '011 'DIMENSIONS 0' 300 mill. 0It UIS II * Smm. I 2. AL1.OWAILE TOLEIIANCE 1'01I DIMENSIONS IREATEII THAN .1','. 300 18m AND UP TO 900 mill INCLUSIVE IS:!: . mlil . ' S. THE INITIAL' 011 MARK Of THE MANUfACTVltrll AilE TO IE DISTINCTLY CAIT IN ltAllED LETTERS ON 10TH I ! '''AME AND COVEll. AS WELL AS THE DESIGNATION I 'SEWER' OIl 'WATER,' II SECTION C-C 49 ll711 561 800 SECTION 8'-8 SECTION A-A A DIMENSIONS IN MILLIMETR EXCEJOT WHERE THE REGIONAL MUNICIPALITY OF DURHAM YiORKS DEPARTMENT CllECKrll -.... 4 DATI "85 04 B c SQUARE AND MANHOLE FRAME CLOSED COVER A_ ~ 5-110 IITI 0' 10 I I I VARIES 127 ClEARANCE I I I I I I ~I ! 1.. VARIES ~f-- -U19L.-. -j19r- ~~~~ I I I I I I I I TYPE IAI FOR POURED IN PLACE MAI'H::lLES -- <lll:lJI~ I i .~ A-A 45" NOTES: I. MATERIAL. FOR STEPS TO BE ALUMINUM AUnt 65 ST" (ALUMINUM CO. OF CANADA SPECIFICATIONS). 2. DISTANCE BETWEEN STEPS TO BE 300 mille 3. DISTANCE FROM STEP TO TOP OF IlENCHlNG TO BE 300 mill MAXlMUlt. 4. DISTANCE FROM BAlE OF FfWE TO FNT STEP TO BE 15 1llllI. 5. LAST STEP TO BE !OO1IIlI NJtNE IlENCttNG OR 6OOll'IlI NJtNE INVERT RJR PIPES LARGER THAN 600 """ . OR IllO 11m Aa'NE SPfIlNGUNE FOR PIPES 1200 llIIIl G 11II) LARGER. 6. TWO COATS OF STATIC ASPHAU MINT OR APPROVED EQUAL, ON aeEIXlED SECTION. 7. HOOl< TO lIE PLACED lFRIGHY' IN BRICl<WORI< OR CONCRETE AS REQUlAED. a RUNGS TO BE PLACED ON BLANK WALL. I AU. DIMENSIONS IN ..LLIMETAES EXCEPT WHERE NOT!I). THE REGIONAL MUNICIPALITY OF DURHAM ~ t"-,,-,, ;-/ '" 2 N t 1- N N 75 CLEARANCE 1-- {if.~ -119~ MANHOLE STEPS I 1971 05 10 I-r MNHX..E ww. VARIES TYPE IBI FOR USE INBRlCKWORK ONLY MIN. 120 MAXI50 B B l j on o . A t -l ~19r- R'~"'l ])~ CIRCULAR SECTION ,.. a:I ~~~I " HOU.OW CIRCULAR AlUMINUM STEP 140 PCLYE1lM.ENE ANCHOft INSULATING SlEEVE TYPE 'e' RJR PAECAST MANHOLE SECTIONS WORKS DEPARTMENT 4 ... 00 12 8-111 MANHOLE RIM TO FIT GRADE TO BE SLOPE7. OF ROAD MORTAR ) STEP .::.:<::'~::j.i.r:;/~~€~~ ~0;J~~1~i ...#-,. ,..,.01""1:41.' TOP OF EXISTING CONCRET! J'e h1l.' ;~ IIMCHOU: 'TEl" TYHA.OIIC CEMENT BRICK SET IN 3 PARTS SAND,' PART CEMENT MORTAR WITH 18 .... PAIIGINlI ON OUTSIDE, SEALED WITH TWO COATS Of' ..TUMlNOUS PAINT. E).IST1 N8 MANHOLE WALLS NOTES- I. A MANHOLE STEP \$ TO BE PL~D IN THE MASONRY AO~USTMENT ONLY WHEN THE TOTAL HEIGHT IS 300.... 011 GREATER UP TO A MAXIMUM OF 450..... FACE 01' STEPS IN IrASONRY AD~USTMENT TO LINE UP WITH FACE OF STEPS IN CONCRETE. 2. IF REOUIRED MASONRY AOJUSTMIIlT IS GREATER THAN 480 _, REMOVE TAPERED TOP SECTION AND 'NSTALL PRECAST CONCRf:TE FILLf:R SECTIONS AS REOUIRED. HEIGHT OF MASONRY AUUSTMENT IS NOT TO EXCEED 450 ..... THE REGIONAL MUNICIPALITY OF OURHAM ALL OIMENSIONS IN WI IWETll€S EXCEPT WHERE NOT OEPARTMENT OF 'WORKS CHECKED REVISION No. . cJ d____ ~ DATE ADJUSTING RIM OF EXISTING PRECAST CONCRETE MANHOLE DATE .". 05 09 ~-II? t I I I I I I I I I I I I I I I I. l. - Ii / ~ NOT!' CHANNEL IH DEAD EHD MANHOLE TD I'IHISH 225 '"Ill FROM UPSTREAM WALL i 'y' JUNCTION I I STRAIGHT RUN -.--.. . T 450 BEND 900 BEND MAX. PIPE SIZES ALLOW ABLE FOR PRECAST MANHOLES MANHOLE DIA. 1200 1500 1800 INLET OUTLET INLET OUTLET INLET OUTLET STRAIGHT RUN 600 600 825 825 1050 1050 45. BEND 525 525 750 750 '900 900 90. BEND 450 450 675 675 825 825 NOTES L 20 MPI COIIIC. IENCHING TO IE FORMED AFTER M.H. /$ ERECTED. 2. AU. IENCHING TO IE ILCll'ED AT 2 '1. TO CHANNEL.. I. IlENCHING TO IE 225 "'''' MIN. WIOllI. 4. TO PROVIDE ADEQUATE: Il!NCHING, THE C. RADIUS OFTHE MH.IIENCHIHG SHALL IE EQUAL TO OR GRUTtR THAN THE WSIDE OIA. OF THE LARGEST I'lPE !"OR JUNCTION OR TIWISITION MIt. 'S WHERE THE CHANGE IN ALIGNMENT EXEEDS Ill', lI. AUClNMEHT OF SEWER TO EXTEND A MIH. OF I~ "'''' INTO MH. BEFORE A CHANGE II AUGHMEHT BEGINS. I I. THE MAXIMUM ALLOWAIll.E PIPE SIZES FOR iL.J PRECAST MANHOLES .PROVlDED IN THE TAIll.E i ARE TO BE USED FOR TRASITION MANHOLES I T I JUNCTION ONLY. THE SIZE OF MANHOLE REQUIRED FOR 'Y' AND .,.. JUNCTION WILL llE DETERMINED AT THE TIME OF ENGltlEEIltNG SUBMtSSIOI4. C PT WIlE..E I\IOTEll DEPARTMENT OF WORKS THE REGIONAL MUNICIPALITY OF DURHAM QllCKlD: c...) d_ ~ 111- tH. 2 DATI Ita5 05 21 TYPICAL BENCHING DETAILS FOR PRECAST MANHOLES 5-113 "T' os 10 I I I I I I I !l7B II'. r~ : oil I ~ I ! ~ i ~, COV~~ PLAN . I .: ~.' rn 1m. ". .. =.' 16..J L . 27 . SECTION c-c I I I I I ~, FRAME PLAN .." ~ :76 633 624 575 667 B45 SECTION A-A I. ALLOWllBLE TOLE RANCE fOR DIMENSIONS OF 300..... OR LESS IS * 3 """ I 2. ALLOWABLE TOLERANCE fOR DlhlENSIO><S GfI(....TER THAN 300 m", AND UP TO 900 "'"' INCLUSIVE IS = 6 """ ~. TH~ INITIALS OR I,lIlRK Of THE IoIANUf.lCTURER ARE TO BE DISTINCTLY' CAST IN RAISED LETTERS ON BOTH FRAME AND COV~ AS WELL AS THE OESIGNATlON I 'SEWER' OR 'WATER' THE REGIONAL MUNICIPALITY OF DURHAM tl4 I!:'TIt~ II:' ON.... 2 WORKS c r ...., ~ 1111-0.:':01 ROUND AND MANHO LE FRAME CLOSED COVER 11I85 04 1:5 5-117 I I I I I I I I I ",'-1' ,_.. I I I I I I I I I I 0.125 H WITH A MIN. OF 150 0.5 Be Bd d ~:.~::~ :;~:- 'f:: }}~~:~:~~~;:'~:~~~:';:i'~ Y..:.:.:::;,'".~ .' , . '. . . '. e :.:..... . ~. > .-;' CONCRETE ARCH I' Bel . !;4i:j';~ c;:; i.,,~iL :; ~.;':,' .,:: CLASS B c..IS I ad I .:..:.......e....-:.....::::..:. ~.' ....] '. . . " ": ',..',. ,', . '. . . ..... . .', . ," " " . CLASS 0 ( FOR OUCTLE IRON 'MlERMAINS ONLY I SANa BACKFILL COMl'lI.CTED TO 98% PROCTOR DENSITY 0.25 0 WITH A MIN. OF 100 PLAIN OR REINfORCED CONCRETE MIN. 15 MPG ORY TRENCH 19 ml'l CRUSHER' RUN LIMESTONE CONPACTlD TO it % PROCTOR DENSITY, wET TRENCH H\. e B\.END OF CRUSHED C)-EAR STONE CLASS A REINFOR<:Ell A,. 1.0% Lf. 4.8 REINFORCED A, .0.4% Lf . SA PLAIN ..., " 2.8 8 011 ':8AN).;iACKFltiL.~ TO 98.,. PROCToR DENSrTY DRY TRENCH 0.5 ec 19 """ CRUSHER RUN uMEST'ONE COMPACTED d TO 9EI % PROCTOR OENSITY WET TRENCH H\. 6 BI..ENO OF CIWSHED CI..EAR STONE CUAN DRY EARTH FREE FROM LUMPS COMPACTED TO 9$'" PROCTOR DENSITY MUNICIPA L1TY OF DURHAM THE REGIONAL ;1.~ , ;Ar1,.lv+-- 1178 os 10 \' Bd l " . .... %0 i~ 0.2' ec G.9NQRETE CRADLE Bd '1 .. "~" ... ...: ". . ...... ," . :' " :.:::: ~. ."' . .' 0.12' Ii wmt A MIN. OF 150 ....'.;.>.:<.;.:0.. ., GkASS C Lf" L5 \.EnNO ec . WTSlOE l.lIAMEfu H "BACKFILL COYER ABOvt TOP OF PIPE D . lNSlOE llIAMElER d . DEPTH r:JF 8EIlOiHG MATERIAl. llEU)W PIPE 84 . MINIMUM WIOTH OF TRENCH " Be . 600 YlITH A MINIMUM r:JF 900 OR " Be . WIDTH OF SHORING. 600 Lf . I.DAD FACTOR o ND S 60mlll 0 I mm '700 A L d(MlN) 1 10 150 NOTED WORKS DEPARTMENT .... 1 _05&4 SEWER a WATERMAIN TRENCH BEDDING 5-401 g C\I ",- uz zc CZ .,1- ~II: ~~ '" II: .. WID'" 01' TRENCH TIMBER OR STEEL lEAM OF ADEQUATE SIZE~ ~ ~ GROUND ELEVATION TEMPORARY I . I HANGERS~~ ::::-rVT- EXISTING SEWER OR WATERMAIN 100 SOOJ ":::'::""':':"':"~ ........:.... :.' .. .":i . :.;'. DO NOT REMOVE HANGERS UNTIL IACKFIWNG OPERATiONS REACH THIS POINT. jC NEW SEWER OR WAnR...... CLEARANCE GREATER THAN 1200 I z........--.... 8LENO CRUStIID CLEAR iii:! LIMESTONE COM"'crEO ~ I- TO IS Yo PROCTOR : II: DENSITY c'" ",l( ...... uc o i NEW SEW.ER OR .ATERMAIN SECTION LONGITUDINAL SECTION CLEARANCE NOT GREATER THAN 1200 THE REGIONAL MUNICIPALITY OF DURHAM I ALL DlMEN 1011 IN MILLIMIETIll!:S EXCEPT wHEM: IlOTf: WORKS DEPARTMENT .... 04 .. SUPPORTS FOR WATERMAINS, AND SEWERS CROSSING TRENCHES . .... 04 .. ~ 5-407 I I SLIDE TYPE SOllO STEEL OR FIBERPLAS EXTENSION STEM I GRADE FINISHED GRAOE I 135 mm SLIDE TYPE - VALVE BOX & COVER I :;;- e... t- oO ...Z .~ xffi <..... :1:... !!So I IRON CENTRE EXTENSION (AS REQUIRED) I I I EXTENSION STEM TO BE FASTENED TO OPERAllNG NUT WITH 2 SET SCREWS NON-RISING STEM I RESILIENT SEAT MECHANICAL JOINT GATE VALVE A.W.W.A. C-509 \ WA TE"'A" /' I I I ~ ~i' I l o d --1. I \ \ , \ l , , -I- I \ I ".. .. ....~<. .~ ::; , ."~' ':', ': ' LO.D.J I I 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 WATERMAlN SPEOFlCAllONS FOR PLACEMENT Of" MARKER STAKES. 4. VALVE TO BE COMPLETELY BACKfiLLED WITH 19 mm CRUSHER RUN LIMESTONE. 5. WHEN THE' DEPTH Ot THE OPERATING NUT IS 'GREATER THAN 2.0 m BELOW FINISHED GRADE AN EXTENSION STEM IS REQUIRED. 6. ALL INUNE VALVES INSTALLED ON PVC WATERMAlN TO BE RESTRAINED AS PER 5-430. UNLESS OlHERWlSE NOTED. I I I ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY Of" DURHAM CHECKED: WORKS DEPARTMENT RE\1S1ON NO.: 10 DATE: 1995 02 I 100 mm TO 300 mm GATE VALVE AND VALVE BOX APPROVED: 8-408 DATE: I 1991 11 15 x I .~ :' ..~ :' 1\ II I : II ~. :, ~ 1. A DRAIN PIPE CONNECTION FROM THE CHAMBER TO THE STORM SEWER IS TO BE PROVIDED If' SPECIFIED ON THE CONTRACT DRAWINGS. FlBERPlAS OR SOUD STEEL EXTENSION ROO PRESTRESSED CONCRETE PIPE NON-SHRINK GROUTING USED TO SEAl. JOINTS POURED CONCRETE 20 MPo 15M 0 300 BOTH WAYS 19mm CRUSHER RUN UMESTONE MIN. 75 VALVE STEM EXTENSION BRACKET AS PER S-45O STANDARD VALVE BOX '" COVER . ADJUST BRICK TO SUIT GRADE. PARGE OUTSIDE '" PAINT WITH BITU- MINOUS SEALER L.... w -' ~ Q: ~ SECTION X-X ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. WORKS DEPARTMENT THE REGIONAL MUNICIPALITY OF DURHAM '" .'{ ...: i . APPRO~_, .' t -T, . ,/.. .-'{ A 19711 OJ 10 DRAIN VALVE IN CHAMBER 100 mm, 150 mm, AND 200 mm 6 DEC 1992 8-413 I 1_- ~~ I I I I I I I I- I I I I I I I II I SAND BACKf"lLl COMPACTED TO 98 " PROCTOR DENSllY. TRACER WIRE - COATED 7 STRANO, 12 GUAGE TW75. TWU75 OR RW90XLPE WIRE RATED AT MINUS 40. C TAPED TO THE W.M. WITH RBERGLASS TAPE. 19 mm CRUSHER RUN LIMESTONE COMPACTED TO 98 " PROCTOR DENSITY AU. VALVES AND FITTINGS TO BE COI.tPLETEL Y BACKF1LLEO WITH 19 mm CRUSHER RUN UMESTONE SAND BEDDING AND BACKFILL COMPACTED IN 100 mm LAYERS TO 98" PROCTOR DENSITY TRACER WIRE - COATEDe 7 STRAND. 12 GUAGE TW75, TWU75 OR RW90XLPE WIRE RATED AT MINUS 40' C TAPED TO THE W.M. WITH FIBERGLASS TAPE P.V.C. PRESSURE PIPE - STANDARD DIMENSION RATIO NOT TO EXCEED SOR 18. ad 'I g S lI'l ..... d LEGEND Be - OUTSIDE DIAMETER Bd - WIDTH OF TRENCH - Be + 600 mm WITH A MIN. OF 900 mm OR - Be + WIDTH or SHORING + 600 mm t C~SS E 14 Bd , I .,. . CLASS F P .V.C. PRESSURE PIPE STANDARD DIMENSION RAno NOT TO EXCEED SORI8 NOTES: 1. CLASS E BEDDING TO BE USED IN STABLE GROUNDS OR SOILS OTHER THAN SILTY CLAY. 2. CLASS F BEDDING TO BE USED IN UNSTABLE GROUNDS OR SILTY CLAY. 3. TRACER WIRE MUST BE WRAPPED AROUND FITTINGS AND BROUGHT TO THE SURFACE AT EVERY VAlVE BOX AND SECURED. A_REFER..TO SCHEOULE .'C'. FOR P.V.C. WATERI.IAlN SPECIFICATIONS. 5. CONNECTORS USED FOR SPLICING TRACER WIRE SHALL BE WING NUT TYPE WITH NYLON SHELL AND NON-CORROSIVE STEEL WIRE SPRING. THE REGIONAL MUNICIPALITY OF DURHAM CHECKED: APPROVED: DATE: 1979 08 15 P .V.C. WATERMAIN TRENCH ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. WORKS DEPARTMENT REI/ISlON NO.: 6 DATE: 1995 02 BEDDING 8-4231 TRACER WIRE ARRANGEMENT AT VALVE BOX FOR P.V.C. OR C.P.P. W.M. II.( : NO. 9 89111 f) SAWCUT SLOT IN VALVE BOX NOTE : 1. TRACER WIRE - COATED, 1 STRANO, 12 GI.W>E lW75, TWU75 OR RW90XLPE WIRE RATED AT MINUS 40' C. 2. TRACER WIRE TO BE INSTALLED OUTSIDE LOWER VAL\IE COX AND BROUGHT INTO UPPER SECTION, Of VALVE BOX AND LOOPED AT TOP. LOOP TO BE MIN. 450mm IN lENGlH. J. CONNECTORS USED FOR SPUClNG TRACER WIRE SHAll BE WING NUT T'I'PE. WITH N'I'lON SHEll ANO NON-CORROSIVE STEEL WIRE SPRING. 4. TRACER WIRE TO BE INSTALlED IN AU. VALVE BOXES INCLUDING SECONDARY VALVES AT FIRE HYDRANTS, VALVE BOX AS PER 5-408 THE REGIONAL MUNIOPAUTY OF DURHAM I W R 0 ~ WORKS DEPARTMENT 1'llI 011 15 I 1- ~.. I I I I I I I Ie I I I I I I I 1\ I SERRATED SPUT fLANGE PlAIN END PVC PIPE SERRATIONS FlANGE JOINT UNI-FLANGE SERIES 900 RESTRAINER OR APPROVED EQUIVALENT 100 mm TO 300 mm RESTRAINER UNI-Fl..ANGE SERIES 1300 liQIE: ANY CONNECTION TO OTHER FlANGED PIPE REQUIRES AN ADDITIONAl RESTRAINER TO THE P.V.C. PIPE. MECHANICAL JOINT UNI-FLANGE SERIES 1300 RESTRAINER OR APPROVED EQUIVALENT 100 mm TO 400 mm SERRATED SPLIT ClAMPING RING NOTES: 1. ALl BOlTS AND NUTS SHALL BE CORE-TEN STEEL OR EQUIVALENT. 2. REFER TO STANDARD DWG. S-431 FOR LENGTH or JOINTS TO BE RESTRAINED. 3. ONE 5.4"9 llNC ANODE IS TO BE INSTALLED ON EACH RESTRAINER. 4. ANODE WIRE TO BE FASTENED TO RESTRAINER WITH THERMITE WELD. 5. ALL THERMITE WELD CONNECTIONS TO BE COATED WITH "ROYBOND 74, PRIMER- AND ROYSTON .11ANDY CAP" OR APPROVED EQUAl... 6. MINIMUM HORIZONTAL DISTANCE BETWEEN ANODES 1.0 m. THE REGIONAL MUNICIPALITY OF OURHAM CHECKED: SERRATED SPLIT ClAMPING RING PVC PIPE BELL JOINT . UNI-FbANGE SERIES 1350 RESTRAINER OR APPROVED EQUIVALENT 100 mm TO 400 mm ALL DIMENSIONS IN MILLIMETERS EXCEPT ~ERE NOTED. WORKS OEPARtMENT REIIISlON NO.: 5 OAT!: 1995 04 APPROVED: RESTRAINED JOINT DETAIL FOR P .V.C. PIPE 8-430 DATE: 1982 05 31 19 mm CRUSHER RUN LIMESTONE COMPACTEO TO 98" PROCTOR DENSITY CONCRETE BLOCK 300 mm x 200 mm x 200 mm r- ~->/ ( ~ HYDRANT rr <0 0 <Xl 0 ~L $ I I I ~ I I I I I I I I I I I I I I I I I o <Xl D> - ADJUSTABLE VALVE BOX TO BE SET FLUSH WITH FINISHED GRADE z :E 150 mm GATE VALVE 150 mm 0.1. OR P.V.C. WM. I I. MIN 600 .1 I JOINTS TO BE MECHANiCAlLY RESTRAINED REFER TO NOTE 1 FOR METHOD OF RESTRAINING JOINTS 19 mm CRUSHER RUJ LIMESTONE COMPACTED TO 98" PROCTOR DENSITY I 1iQIf: 1. WHEN PVC WM IS INSTALLED, JOINTS ARE TO BE RESTRAINED USING UNI-FLANGE SERIES 1300 RESTRAINER (OR APPROVED EOUAI..) AS PER OWG. 5-430. WHEN 01 WM IS INSTALLED, JOINTS ARE TO BE RESTRAINED USING RETAINER GlANDS AS PER DWG. 5-417. 2. CLASS 0 BEDDING TO BE USED FOR 01 WATERMAINS (REfER TO OWG S-401). CLASS E OR F BEDDING TO BE USED FOR PVC WATERMAlNS (REfER TO DWG. 5-423). 3. HYDRANT DRAIN HOLES TO BE PLUGGED. 4. HYDRANT EXTENSIONS TO BE INSTALLED AT BOTTOM Of BARREL. 5. ANCHOR TEE. VALVE & HYDRANT TO BE COMPLETELY BACKFILLED . WITH 19 mm -CRUSHER RUN LIMESTONE. 6. WATERIoWN TRACER WIRE TO BE INSTALLED IN VALVE BOX AS PER STANDARD DRAWING 5-425. 7. IF HYDRANT REOUIRES ACCESS ACROSS DITCH, INSTALLATION MUST BE IN ACCORDANCE WITH STANDARD DRAWING 5-428. I I I HYDRANT ASSEMBLY WITH MECHANICALLY RESTRAINED JOINTS ALL DIMENSIONS IN MilLIMETERS EXCEPT WHERE NO THE REGIONAL MUNICIPALITY OF OURHAM CHECKED: APPROVED: DATE: RE\IISlON NO.: 4 DATE: 1995 02 1982 05 31 5-43 f I~- '\JJ..' r I' I I I I I- I- I I I I I l. I I I I I P.V.C. OR C.P.P. WATERMAlN SERVICE CONNECTOR (SEe NOTE J~ TRACER WIR~ (SEE NOTE ,) UASTIC MATERIAl (SEE NOTE ") A..J !:>." kg ZINC ANODE (SEE NOTE 2) ELEVATION MASTIC UATERIAl (SEE NOTE 4) SEIMCE CONNECTOR (SEE NOTE 3) TRACER WIRE (SEE NOTE 1) P.V.C. OR C.P.P. WATERUAlN 5.4 kg ZINC ANO[)[ (SEE NOTE 2) SECTION A-A ~ 1. TRACER WIRE TO BE COATED 7 STRAND, , 2 GUAGE lW75. lVAJ75 OR RW90XLPE WIRE RATED AT MINUS 40 C. 2. 5." kg ZINC ANODE TO BE SUPPUED AND INSTAllED IN A WANNER APPROVED BY THE REGION FOR EVERY 1000 m Of TRACER WIRE INSTAllED. 3. SERVICE CONNECTOR TO BE A .BURNDY SEIM1", lYPE K.S. MODEL KS20 COPPER OR APPROVED EQUAl.. ... CONNECTOR SPUCE TO 8( WRAPPEO WITH .SCOTCH f'lLL." ElECTRICAl. PUTTY OR APPROVED EQUAl. ALL DtlolENSlONS IN MilliMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNlCIPAUTY OF DURHAM WORKS DEPARTMENT CA THODIC PROTECTION FOR TRACER WIRES ON P.V.C. OR C.P.P. W A TERMAINS c"t;' ~ REVISION NO. " DA: 119111 f> Il8I 04 01 5-435 r:- .' .', I . (~ r r f I r L J I l t HYDIlANT r-A t H'fOlWlT ~ THE liMIT[ WEL.DICADWELDI ~ . ISEE HOTE.I \ ". i... f. .. . :"".""'0" .... 0......" ;. / L-~.. ... ZINC AHOOE SECTION A-A ELEVATIOt:l ImU I AHOOE TO IE P1.ACED AT L.uST 1.0 III AWAY fllOllll THE fiTTINGS AND AS DEEP AS THE IIOTTOM r:I THE fITTIN4OS. M'NIMUM DISTANCE BETWEEN oUlOOEl TO IE H) III . 2.. AI.L fiTTINGS TO IE tQAT[D WITIf IlTUMlNOUS SEAL.ER ON SITE. 3. PROVIDE 0.20.- POL.YE"OIYLENE BOND BREAKER aETWEEN CONCRETE AHD fITTIN4OS. I I I I t VAL.VE I I I I I ~ BONDING CABLE I SEE NOTE ...S) I I I ,I '- ANCHOR TEE I / . - ISO _, GATE VALVE I I 4. AL.L "OIERMlTE WELD CONNECTIONS TO BE COATED WITH .RO'l'IONO 7U. PRIMEII AND ROYSTOtI'HANDY CAP. OR APPROVED EQUAL . S. IIONDING CABLE TO BE No' . SEVEN STRAND COAnD COf'KI\ WIRE, CADWELOEO 10 'ITTIN81 . I. WATENilAlN TIUCER WIlli: 10 BE INSTAl..L.ED IN VALVI BOX AS PER STD. 0IllIi. I.'U'. , .' (' # -.:--- THE REGIONAL MUNICIPALITY Of DURHAM I I I III WORKS DEPARTMENT I . lItO 03 It ~~ CATHODIC PROTECTION FOR HYDRANT ASSEMBLY ON NON-FERROUS PIPE I Its& 011 21 8-436 I I I I 5-19 mm . HOLES SPACED EQUALLY AROUND THE PERIMETER 25 mm . RODS 0 100 mm CENTERED ON 50 mm PLATE. 10 mm WELD lYP. I I , , " / :1l ;/ " - '" ..... J "," '.........._--1-._.,-, I FABRICATION DETAIL I I 16 mm . X 115 mm lONG GALVANIZED STUDS 76 mm COURSE THREAD 5-19 mm . DRIl.LEO. HOLES SET BACK 50 mm MINIMUM fROM END OF PIPE I I 5-50 mm 00. X 19 mm 10. GALVANIZED WASHERS. I I I I ASSEMBLY DETAIL I NOTES: 1. MATERIALS -ALL COMPONENTS SHALL BE Of" WELDING OUALllY MILO CARBON STEEL CONFORMING TO ASTM A-425. 2. F1NISH - ALL METAL SURFACES TO BE HOT DIP GALVANIZED AFTER FABRICAnON. I I ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. 1980 06 23 STORM SEWER OUTFALL GRATE (760 mm TO 1350 mm PIPE) WORKS DEPARTMENT REI/lSlON NO.: 2 DATE: 1995 11 03 THE REGIONAL MUNICIPAlITY OF DURHAM CHECKEO: APPROVED: I DATE: 8-702 .' {".. '''.- 110 N t'I ;~:..' (- I << STANDARD NOTES I. CONTRACTION JOINTS EVERY 4-0 m, 2. CURING COMPOUND IS TO BE SPRAYEO 0" CURB a 6UTTER WITHIN , HOUR OF FINISHING. 3. STRENGTH OF CONCftETE IS TO BE A MINIMUM OF 25MPo AT 28 DAYS WITH 6-1. ~1.1. ENTRAl"ED AIR. 4. FOR DRIVEWAY DEPRESS'ONS. REFER TO N-7'8 ,,- ( 300 :~; o 0) o 110 ~ t'I ;;i.'. '..'.' ~.'. :..~-~ ;,;.~ 500 .. , CURB AND GUTTER ~ 011 .~~', ~?; 250 ".\ ST ANDARD CURB J TYPICAL SECTION STANDARD CURB AND AND STANDARD OF GUTTER CURB Newcastle . " JULY 25,1988 ( I I I I I I I I I I I I I I I I I I ALL DIMENSIONS If( IoItUJloIETU$ EXCEPT WKEftE .HOTED Public Works N -501 I I I I I I I I I I I I I I I I I I I CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL98-3 BREAKDOWN SHEETS ------------------- WPNo, ~I IUI..,'( QUANTITIES - MISCELLANEOUS -- --- CONT No, 12-10624 -- 150mm SUBDRAINS 150mm SUBDRAINS Station to Position u Position u t;: t'ii Station to t::; t'ii Station and Olll 04) Reference Station and Olll o.!l Reference location uJ! uU> location uJ! Uti) D. D. Sub-Totals Brou:Jht Forward Sub-Totals Brouaht Forward 871,0 72,0 1 +878 - CB30 Lt. 62.0 CB24 -10+016 Rt. 8.0 CB76 - CB27 Lt. 48.0 10+029 - CB22 Lt. 12.0 CB27 - CB23 Lt. 55.0 2+043 - 2+083 Rt. 40.00 CB23 - CB21 Lt. 34.0 2+083 - CB32 Rt. 9.0 CB21 - CB19 Lt. 50.0 CB32 - CB18 Rt. 69.0 CB19 - 2+184 Lt. 44.0 CB18 - CB17 Rt. 78.0 2+184-2+212 Lt. 28.00 CB17 - 2+295 Rt. 57.0 2+212 - CB16 Lt. 36.0 2+295 - 2+319 Rt. 24.00 CB16 - 2+294 Lt. 46.0 2+319 - CB14 Rt. 6.0 2+294 - CB15 Lt. 28.00 CB14 - 2+385 Rt. 60.0 CB15 - 2+354 Lt. 32.0 2+385 - 2+409 Rt. 24.00 2+354 - 2+370 Lt. 16.00 2+409 - CB12 Rt. 4.0 2+370 - CB13 Lt. 42.0 CB12 - CB9 Rt. 60.0 CB13 - CB10 Lt. 60.0 CB9 - CBS Rt. 60.0 CB10 - CB7 Lt. 60.0 CBS - CB4 Rt. 60.0 CB7 - CBS Lt. 60.0 CB4 - 2+617 Rt. 24.0 CBS - 2+617 Lt. 25.0 2+617 - 2+667 Rt. 50.0 2+617 - 2+667 Lt. 50.0 1 +878 - CB31 Rt. 62.0 CB31 - CB28 Rt. 60.0 CB28 - 2+043 Rt. 45.0 Sub- Totals Carried Forward 871,0 72.0 Totals Totals 1428 160 Unit Unit m m Item No. Item No. 11a 11b Reference I Reference I CHKD I. Barbacsy SHEET APPR R.A.K. 1 -~-----_. DATE April 8. 1998 I I I I I I I I I I I I I I I I I I I CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL98-3 OPS GENERAL CONDITIONS OF CONTRACT (August 1990) I { I 1 I I I I I I I I I I I' I I I I I I ;. @ Ontario ~ MEA ONTARIO PROVINCIAL STANDARDS GENERAl.. CONDITIONS OF CONTRACT TABLE OF CONTENTS S~ion TItle Page Section GC 1 INTERPRETATION GC1 .01 Captions .02 Abbreviations .03 Gender and Singular References .04 Definitions .05 Substantial Performance 4 .06 Completion .07 Final Acceptance 5 .08 Interpretation of Certain Words GC2 COtffRACT DOCUMENTS 7 GC 2.01 Reliance on Contract Documents .02 Order of Precedence GC3 ADMINISTRATION OF THE CONTRACT 9 GC 3.01 Contract Administrator's Authority .02 Working Drawings 10 .03 Right of the Contract Administrator to Modify Methods and Equipment .04 Emergency Situations .05 Layout .06 Working Area .07 Extension of Contract Time 11 .08 Delays .09 Assignment of Contract GC 3.10 .11 GC 3.11.01 .02 .03 GC 3.12 .13 .14 GC 3.14.01 .02 .03 .04 .05 ,06 .07 GC 3.15 GC 3.15.01 .02 .03 .04 .05 .06 August 1990 Title ~ Subcontracting by the Contractor 11 Changes in the Work, Extra Work, and Additional Work 12 Changes in the Work Extra Work Additional Work Notices Use and Occupancy of the Work Prior to Substantial Performance Claims, Negotiations Disputes 13 Claims Procedure Negotiations Continuance of the Work Record Keeping Disputes Payment Rights of Both Parties Engineering Arbitration 14 The Conditions for Engineering Arbitration Arbitration Procedure Form and Appointment of Arbitration Board Costs The Award Hearing I I Section Title Page Section TJtIe P<9l I GC4 OWNER'S RIGHTS AND GC 6.03.05.01 Property Insurance 20 RESPONSIBILmES 15 .02 Boiler Insurance .03 Use and Occupancy of I GC 4 .01 Working Area the Work Prior to .02 Disposal of Materials Completion 21 .03 Construction Affecting .04 Payment for Loss or I Railway Property Damage .04 Default by the Contractor .05 Notification of Default GC 6.03.06 Contractors' Equipment .06 Contractor's Right to Insurance I Correct a Default .07 Insurance Requirements .07 Owner's Right to Correct and Duration Default .08 Termination of GC 6.04 Bonding 22 I Contractor's Right to Continue the Work GCl CONTRACTOR'S RESPONSI- .09 Final Payment to BIUTIES AND CONTROL I Contractor 16 OF ll-tE WORK 23 .10 Termination of the Contract GC 7.01 General .11 Continuation of .02 Layout I Contractor's Obligations .03 Damage by Vehicles or .12 Use of Performance Bond Other Equipment 24 .04 Excess Loading of Motor GC5 MATERIAL 17 Vehicles I .05 Condition of the Working GC 5.01 Supply of Material Area :. .02 Quality of Material .06 Maintaining Roadways and .03 _ Rejected Material Detours I .04 Substitutions .07 Access to Properties .05 Owner Supplied Material Adjoining the Work and Interruption of Utility I GC 5.05.01 Ordering of Excess SelVices 25 Material .08 Approvals and Permits ,02 Care of Material 18 .09 Suspension of Work .10 Contractor's Right to I GC6 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 I Persons and Property .13 Limitations of Operations .02 Indemnification .14 Cleaning Up Before .03 Contractor's Insurance Acceptance I .15 Warranty 27 GC 6.03.01 General .02 General Liability Insurance 20 GC8 MEASUREMENT AND I .03 Automobile Liability PAYMENT 29 Insurance .04 Aircraft and Watercraft GC 8.01 Measurement I liability Insurance .05 Property and Boiler GC 8.01.01 Quantities Insurance .02 Variations in Tender Quantities I ) ii I ) I I ( ( \ I I I I I I I I I I I I I I I I I ;. iii I I ( I ( I I I I I I I :. I I I I I I I I I GC1.01 @ Ontario ~ MEA Ontario Provincial Standard August 1990 1 GENERAl CONDmONS OF CONTRACT SECTION GC1 INTERPRETAllON Captions The captions appearing in these general conditions . have been inserted as a matter of convenience and for ease of reference only and in no way define, limit or enlarge the scope or meaning of the general conditions or any provision hereof. GC1.02 Abbreviations The abbreviations listed on the left below are commonly found in the Contract Documents and represent the organizations and phrases listed on the right: "ANSI" "APEO. "MSHTO"} - American Association of "MSHO. State Highway Transportation Officials "ASTM" "AWG' "AWWA" .CESA" "CGSB" "CSA" "CWB" "GO' OOPS" "OPSS. "OPSD. "MOE" "MTO" } "MTO' "MUTCD" "SAP "SSPC" .UL" "ULC" GC1.03 - American National Standards Institute - Association of Professional Engineers Ontario - American Society for Testing and Materials - American Wire Gauge - American Water Works Association - Canadian Engineering Standards Association - Canadian General Standards Board - Canadian Standards Association - Canadian Welding Bureau - General Conditions - Ontario Provincial Standard - Ontario Provincial Standard Specification - Ontario Provincial Standard Drawing - Ministty of the Environment (Ontario) - Ministty of Transportation (Ontario) - Manual of Uniform Traffic Control Devices, published by MTO - Society of Automotive Engineers - Structural Steel Painting Council - Underwriters Laboratories - Underwriters Laboratories Canada Gender and Singular References References to the masculine or singular throughout the Contract Documents shall be considered to include the feminine and the plural and vice versa as the context requires. GC1.04 Definitions For the purposes of this Contract the following definitions apply: "Access Road" means a private road built or existing road used by the Contractor to gain access to the Work or to a source of material. "Adjusted Plan Quantity. means a Plan Quantity which has been adjusted for any or all of the following: a mistake in calculation, approved addition, or an approved deletion. .Actual Measurement. means the field measurement of that quantity wi~hin the approved limits of the Work. .Additional Work" means work not provided for in the Contract and not considered by the Contract Administrator to be essential to the satisfactoty . completion of the Contract within its intended scope. .Base" means a layer of material of specified type and thickness placed-immediately. below. the pavement;' driving surface, finished grade, curb and gutter or sidewalk. "Change in the Work" means the deletion, extension, increase, decrease or alteration of lines, grades, dimensions, quantities, methods, drawings, changes in the character of the work to be done or materials of the Work or part thereof, within the intended scope of the Contract. "Change Order" means a written order to the Contractor covering contingencies, Extra Work, increase or decrease in Contract quantities and additions or alterations to the plans or specifications, within the scope of the Contract and establishing the basis of payment and the time allowed for the adjustment of the Contract Time. Means also, written authorization covering Additional Work. .Completion Certificate. means the certificate issued by the Contract Administrator at completion. .Construction Signs" mean all traffic control devices and signs, including vehicles, trailers, and the like, provided to support signs, and equipment to supply OPS General Conditions of Contract 2 sign lighting, but excluding Contract identification signs and highway number markers, all as may be described in the MUTCD. "Constructor" means, for the purposes of, and within the meaning of the Occupational Health and Safety Act, R.S.O. 1980, c. 321 and amendments thereto, the Contractor who executes the Contract. "Contract Administrator" means the person, partnership or corporation designated by the Owner to be the Owner's representative' for the purposes of the Contract. "Contract" means the undertaking by the Owner and the Contractor to perform their respective duties, responsibilities and obligations- as .prescribed in . the Contract Documents. "Contract Documents" mean the executed Agreement between the Owner and the Contractor, the Tender, the General Conditions of Contract, the Supplemental General Conditions of Contract, Standard Specifications, Special Provisions, Contract Drawings, addenda incorporated in a Contract Document before the execution of the Agreement, such other documents as may be listed in the Agreement and subsequent amendments to the Contract Documents made pursuant to the provisions of the Agreement. ;. "Contract Drawings" or "Contract Plans" mean drawings or plans provided by the Owner for the Work and without limiting the generality thereof may include soil profiles, foundation investigation reports, reinforcing steel schedules, aggregate sources lists, quantity sheets, cross-s~ions and standard drawings. "Contractor" means the person, partnership or corporation undertaking the Work as identified in the Agreement. "Contract Time. means the time stipulated. in the Contract Documents for Substantial Performance of the Work, including any extension of Contract Time made pursuant to the Contract Documents. "Controlling Operation" means any component of the Work, which, if delayed, will delay the completion of the Work. "Cost Plus" See "Time and Material". "Cut-off Date. means the date up to which payment will be made for work performed. 'Daily Work Records" mean daily records kept detailing the number and categories of workers and hours worked or on standby; types and quantities of equipment and number of hours in use or on standby; and description and quantities of material utilized. I \1 I I I I I I I I I I I I I I I \ I , I ) I "Day" means a calendar day. .Drawings. or .Plans. mean any Contract Drawings or Contract Plans or any Working Drawings or Working Plans, or any reproductions of drawings or plans pertaining to the Work. "Earth Grade" means the earth surface, whether in cut or fill, as prepared for the Base or Subbase. "Engineer" means a professional engineer licensed by the Association of Professional Engineers of Ontario to practice in the Province of Ontario. "Equipment. means all machiheryandequipment used for preparing, fabricating, conveying or erecting the Work and normally referred to as construction machinery and equipment. .Estimate. means a calculation of the quantity or cost of the Work or part of it depending on the context. "Extra Work" means work not provided for in the Contract. as awarded but considered by the Contract Administrator essential to the satisfactory completion of the Contract within its intended scope. .Final Acceptance Certificate" means the certificate issued by the Contract Administrator at Final Acceptance. "Final Detailed Statement" means a complete evaluation prepared by the Contract Administrator showing the quantities, unit prices and final dollar amounts of all items of work completed under the Contract, including variations in tender items and Extra Work, and set out in the same general form as the monthly estimates. .Final Quantity. means. ~hat quantity. used in. the Final Detailed Statement. .Force Account. See "Time and Material". .Grade" means the required elevation of work. "Grade Une" means a reference line representing the Grade in profile or longitudinal section established for the control of work. "Hand Tools" means tools that are commonly called tools or implements of the trade and Include sma/I power tools. Individually a tool will be considered as a Hand Tool where the maximum cost Is $250, "Haul Road" means any public road excluding the road under contract, which forms part of a materials OPS General Conditions of Contract I I ( ( I I I I I I I I :. I I I I I I I I I haul route. "Highway" means a common and public highway any part of which Is Intended for or used by the general public for the passage of vehicles and includes the area between the lateral property lines thereof. "Inspector" means any person, partnership or corporation appointed by the Contract Administrator to participate In the Inspection of the Work and the Material to be used In the Work. .Labour and Material Payment Bond" means the type of security furnished to the Owner to guarantee payment of prescribed debts of the Contractor covered by the bond. "Lump Sum Item. means, a . tender. item.. indicating a portion of the Work for which payment will be made at a single tendered price. Payment is not based on a measured quantity, although a quantity may be given in the Contract Documents. "Major Item" means any tender item that has a value, calculated on the basis of its actual or estimated tender quantity whichever Is the larger, multiplied by its tender unit price, which is equal to or greater than the lesser of a) b) $100,000, or 5% of the total tender value calculated on the basis of the total of all the estimated tender quantities and the tender unit prices. "Material" means material, machinery, equipment and fixtures forming part of the Work. "Owner" means the party to the Contract for whom the Work is being performed, as identified in the Agreement, and includes, with the same meaning and import, "Authority". "Pavement. means a wearing course or courses placed on the Roadway and consisting of asphaltic concrete, hydraulic cement concrete, or plant or road mixed mulch. .Performance Bond" means the type of security furnished to the Owner to guarantee completion of the Work in accordance with the Contract and to the extent provided in the bond. "Plan Quantity" means that quantity as computed from within the boundary lines of the Work as shown in the Contract Documents. 3 "Profile Grade" means the required elevation of the surface of the Base. "Quantity Sheer means a list of the quantities of work to be done. "Rate(s) of Interest" means the rate(s) determined by the Treasurer of Ontario and Issued by, and available from, the Owner. "Records" mean any books, payrolls, accounts or other Information which relate to the Work or any Change in the Work or claims arising therefrom. "Road Allowance" means the lands acquired at any time for use as a Highway. .Roadbed. means. that. . part .. of the.. Work which is designed to support thewearing surface and shoulders of the Roadway. .Roadway" means that part of the Highway designed or intended for use by vehicular traffic and includes the shoulders. .Rock Grade. means the rock surface, whether In cut or fill, which has been prepared for the Base or Subbase. .Shoulder" means that portion of the Roadway between the edge of the wearing surface and the top inside edge of the ditch or fill slope. .Special Provisions" mean special directions containing requirements peculiar to the Work. "Standard Specification. means a standard practice required and stipulated by the Owner for performance of the work. "Subbase" . means a.layerofmaterial of specified type and thickness between the Subgrade and the Base. "Subcontractor" means a person, partnership or corporation undertaking the execution of a part of the Work by virtue of an agreement with the Contractor. .Subgrade" means the Earth Grade or Rock Grade. "Substructure" means all of that part of a structure below: the bearings of single and continuous spans, skewbacks of arches and tops of footings of rigid frames, including backwalls, wingwalls and wing protection railings. .Superintendent" means the Contractor's authorized representative in responsible charge of the Work. OPS General Conditions of Contract 4 .Superstructure" means all that part of a structure above: the bearing seat of single and continuous spans, skewbacks of arches and tops of footings of rigid frames, excluding backwalls, wingwalls and wing protection railings. .Surety. means the person, partnership or corporation, other than the Contractor, executing a bond provided by the Contractor. "Time and Materia'" means costs calculated according to clause GCB.02.04, Payment on a Time and Material Basis. Where.Cost Plus. and "Force Account" are used they shall have the same meaning. "Utility" means a facility maintained by a municipality, public utility authority or regulated authority and includes sanitary sewer, storm sewer, water, electric, gas, steam, telephone and cable television services. "Warranty Period" means the period of 12 months from the date of substantial performance or such longer period as may be specified for certain materials or work. Where a date of substantial performance is not established, the warranty period shall commence on the date of completion. "Work" means the total construction and related services required by the Contract Documents. .Working Area" means all the lands and easements owned or acquired by the Owner for the construction of the Work. "Working Day. means any Day (a) except Saturdays, Sundays and statutory holidays; (b) except a Day as determined by the Contract Administrator, on which the Contractor is prevented by inclement weather. or conditions resulting immediately therefrom, from proceeding with a Controlling Operation. For the purposes of this definition, this will be a Day during which the Contractor cannot proceed with at least 60% of the normal labour and equipment force effectively engaged on the Controlling Operation for at least 5 hours; (c) except a Day on which the Contractor is prevented from proceeding with the Controlling Operation, as determined by the Contract Administrator by reason of: (0 any breach of Contract or prevention by the Owner, by any other Contractor of the Owner or by any employee of anyone of them, (iO non-delivery of Owner supplied materials, (iiO any cause beyond the reasonable control of the Contractor which can be substantiated by the Contractor to the satisfaction of the Contract Administrator. "Working Drawings" or "Working Plans" means any Drawings or Plans prepared by the Contractor for the execution of. the Work and may, without limiting the generality thereof, include falsework . plans, roadway protection plans, shop drawings, shop' plans or erection diagrams. GC1.OS Substantial Performance 01) The Workoissubstantiallyperformed, (a) when the Work to be performed under the Contract or a substantial part thereof is ready for use or is being used for the purpose intended; and (b) when the Work to be performed under the Contract is capable of completion or, where there is a known defect, correction, at a cost of not more than (0 3% of the first $500,000 of the contract price, (iO 2% of the next $500,000 of the contract price, and . (110 1 % of the balance of the contract price. 02) For the purposes of this Contract where the Work or a substantial part thereof is ready for use or is being used for the purposes" intended and the remainder of the Work cannot be completed expeditiously for reasons beyond. the control of the Contractor or, where the Owner and the 'Contractor agree not to complete the Work expeditiously, the price of the services or materials remaining to be supplied and required to complete the Work shall be deducted from the contract price in determining substantial performance. GCl.06 Completion 01) The Work shall be deemed to be completed and services or materials shall be deemed to be last supplied to the Work when the price of completion, correction of a known defect or last supply Is not more than the lesser of (a) 1% of the contract price; or (b) $1,000. OPS General Conditions of Contract I )1 I I I I I I I I I I I I I I I ) I )1 I I ( ( I I I I I I I I :. I I I I I I I I I GC1.07 Final Acceptance 01) Final Acceptance shall be deemed to occur when the Contract Administrator Is satisfied that, to the best of the Contract Administrator's knowledge at that time, the Contractor has rectified all imperfect work and has discharged all of the Contractor's obligations under the Contract. 5 GC1,08 Interpretation d Certain Words 01) The words "acceptable", "approvar, "authorized", "considered necessary", "directed", "required", "satisfactory', or words of like Import, shall mean approval of, directed, required, considered necessary or authorized by and acceptable or satisfactory to the Contract Administrator unless the context clearly indicates otherwise. OPS General Conditions of Contract 6 I I I I I I I I I I \ I I I , I I I I I -I .. OPS General Conditions of Contract I I ( ( I I I I I I I I ;. I I I I I I I I I 7 SECTION GC2 CONmACT DOCUMENTS GC2.01 Reliance on Contract Documents 01) The Owner warrants that the information furnished In the Contract Documents can be relied upon with the following limitations or exceptions: (a) The location of all mainline underground utilities which will affect the Work will be shown to a tolerance of 1 m horizontal and 0.3 m vertical; (b) The Owner does not warrant interpretations of. data or opinions expressed In any' subsurface report available for the perusal of the Contractor and excluded from the Contract Documents; and (c) other information specifically excluded from this warranty. GC2.02 Order of Precedence 01) In the event of any inconsistency or conflict in the contents of the following documents, such documents shall take precedence and govern in the following order: (a) Agreement (b) Addenda (c) Special Provisions (d) Contract Drawings (e) Standard Specifications (f) Tender (g) Supplemental General Conditions (h) General Conditions August 1990 (Q Working Drawings later dates shall govern within each of the above categories of documents. (2) In the event of any conflict among or inconsistency in the information shown on Drawings, the following rules shall apply: (a) Dimensions shown in figures on a Drawing shall govern where they differ from dimensions scaled from the same Drawing; (b) Drawingsoti.larger i scale shall govern over those of smaller scale; (c) Detailed Drawings shall govern over general Drawings; and (d) Drawings of a later date shall govern over those of an earlier date in the same series. 03) In the event of any conflict in the contents of Standard Specifications the following order of precedence shall govern: (a) Ontario Provincial Standard Specifications; then (b) other standard specifications. esuch as those produced by CSA, CGSB. ASTM and ANSI. and referenced in the Ontario Provincial Stan~ard Specifications. 04) The .Contract Documents are complemental)', and what is required by anyone shall be as binding as if required by all. OPS General Conditions of Contract OPS General Conditions of Contract I )1 'I I I I I I I )1 I I )1 I I I I )1 )1 8 I I ( / I I I I I I I I :. I I I I I I I I I 9 SECllON GC3 ADMINISTRATION OF lHECONTRACT GC3.01 Contract Administralo(s Authority 01) The Contract Administrator will be the Owner's representative during construction and until the issuance of the Completion Certificate ,or the issuance of the Final Acceptance Certificate whichever is later. All instructions to the Contractor including instructions 'from the Owner will be issued by the Contract Administrator. The Contract Administrator will have. the authority to act on behalf of the Owner only to the extent provided in the Contract Documents. 02) All claims, disputes and other matters in question relating to the performallceand thequality.otthe Work or the interpretation oHhe Contract Documents shall be initially referred to the Contract Administrator in writing by the Contractor. The Contract Administrator will give a decision in writing within a reasonable time. 03) The Contract Administrator will inspect the Work for its conformity with the plans and specifications, and to record the necessary data to establish payment quantities under the schedule of tender quantities and unit prices or to make an assessment of the value of the work completed in the case of a lump sum price contract. 04) The Contract Administrator will determine the amounts owing to the Contractor under the Contract and will issue certificates for payment in such amounts as provided for in Section GCS, Measurement and Payment. 05) The Contract Administrator will with reasonable promptness review and take appropriate action upon the Contractor's submissions such as shop drawings, product data, and samples in accordance with the Contract Documents. 06) The Contract, Administrator will investigate all allegations of a change in the character of the Work made by the Contractor and issue appropriate instructions. 07) The Contract Administrator will prepare Change Orders for the Contractor's signature and the Owner's approval. 08) Upon written application by the Contractor, the Contract Administrator and the Contractor will jointly conduct an inspection of the Work to establish the date of substantial performance of the Work and/or the date of Completion of the Work. August 1990 09) The Contract Administrator will be, In the first instance, the interpreter of the Contract Documents and the judge of the performance thereunder by both parties to the Contract. Interpretations and decisions of the Contract Administrator shall be consistent with the intent of the Contract Documents and in making these decisions the Contract Administrator will not show partiality to either party. 10) The Contract Administrator will have the authority to reject work or Material which does not conform to the Contract Documents. 11) Defective work, whether the result of poor workmanship, use 'of'defective"material,"or" damage',", through carelessness or other act or omission of the Contractor and whether incorporated' in the Work or not, which has been rejected by the Contract Administrator as failing to conform to the Contract Documents shall be removed promptly from the Work by the Contractor and replaced or re-executed promptly in accordance with the Contract Documents at no additional cost to the Owner. 12) Any part of the Work destroyed or damaged by such removals, replacements or re-executions shall be made good, promptly, at no additional cost to the Owner. 13) If, in the opinion of the Contract Administrator, it is not expedient to correct defective work or work not performed in accordance with the Contract Documents, the Owner may deduct from monies othelWise due to the Contractor the difference in value between the work as performed and that called for by the Contract Documents, the amount of which will be determined in the first instance by the Contract Administrator. 14) Notwithstanding any'inspections made by the Contract Administrator or' the issuance of any certificates or the making of any payment by the Owner, the failure of the Contract Administrator to reject any defective work or Material shall not constitute acceptance of defective work or Material. 15) The Contract Administrator will have the authority to temporarily suspend the Work for such reasonable time as may be necessary to facilitate the checking of any portion of the Contractor's construction layout or the inspection of any portion of the Work. There shall not be any extra compensation for this suspension of work. OPS General Conditions of Contract 10 GC3.02 Working Drawings 01) The Contractor shall arrange for the preparation of clearly identified and dated Working Drawings as called for by the Contract Documents. 02) The Contractor shall submit Working Drawings to the Contract Administrator with reasonable promptness and in orderly sequence so as to not cause delay in the Work. If either the Contractor or the Contract Administrator so requests they shall jointly prepare a schedule fixing the dates for submission and return of Working Drawings. Working Drawings shall be submitted in the form of prints. At the time of submission the Contractor shall notify the Contract Administrator in writing of any deviations. from the Contract requirements.. that exist in the Working Drawings. 03) The Contract Administrator will review and return Working Drawings in accordance with an agreed upon schedule, or otherwise, with reasonable promptness so as not to cause delay. :. 04) The Contract Administrator's review will be to check for conformity to the design concept and for general arrangement only and such review shall not relieve the Contractor of responsibility for errors or omissions in the Working Drawings or of responsibility for meeting all requirements of the Contract Documents unless a deviation on the Working Drawings has been approved in writing by the Contract Administrator. 05) The Contractor shall make any changes in Working Drawings which the Contract Administrator may require consist~nt with the Contract Documents and resubmit unless otherwise directed by the Contract Administrator, When resubmitting, the Contractor shall notify the Contract Administrator in writing of any. revisions other than those requested by the Contract Administrator. 06) Work related to the Working Drawings shall not proceed until the Working Drawings have been signed and dated by the Contract Administrator and marked with the words "Reviewed. Permission to construct granted". 07) The Contractor shall keep one set of the reviewed Working Drawings, marked as above, at the site at all times. GC3.03 Right of the Contract Administrator to Modify Methods and Equipment 01) The Contractor shall, when requested in writing, I I make alterations in the method, Equipment or work force at any time the Contract Administrator considers the Contractor's actions to be unsafe, or damaging to either the Work or existing facilities or the environment. I I I The Contractor shall alter the sequence of operations on the Contract, when requested in writing, so as to avoid interference with other work. 02) Notwithstanding the foregoing, the Contractor shall ensure that all necessary safety precautions and protection are maintained throughout the Work. GC3.04 I Emergenc.y Situations 01) The Contract Administrator has the right to determine the existence of an emergency situation,and when such an emergency situation is deemed to exist, the Contract Administrator. may instruct the Contractor to take action to remedy the situation. If the Contractor does not take timely action, or if the Contractor is not available, the Contract Administrator may direct others to remedy the situation. I I 02) If the emergency situation was the fault of the Contractor, the remedial work shall be done at the Contractor's expense. If the emergency situation was not the fault of the Contractor, the Owner will pay for the remedial work. I I GC3.05 Layout I 01) The Contract Administrator. will provide baselines and benchmarks for the general location, alignment and elevation of the Work. The Owner will be responsible only for the correctness of the information provided by the Contract Administrator. I I GC3.06 Working Area 01) The Contractor's sheds, site offices, toilets, other temporary structures and storage areas for material and equipment shall be grouped in a compact manner and maintained in a neat and orderly condition at all times. I I I 02) The Contractor shall confine his construction operations to the Working Area. Should the Contractor require more space than that shown on the Contract Drawings, the Contractor shall obtain such space at no additional cost to the Owner. 03) The Contractor shall not enter upon of occupy any private property for any purpose, unless the Contractor has received prior written permission from the properly owner. I I 1 OPS General Conditions of Contract I I( ( I I I I I I I I I I I I I I I :. I I GC3.07 Extension of Contract Tune 01) An application for an extension of Contract Time shall be made in writing by the Contractor to the Contract Administrator as soon as the need for such extension becomes evident and at least 15 days prior to the expiration of the Contract Time. The application for an extension of Contract Time shall enumerate the reasons, and state the length of extension required. 02) Circumstances suitable for consideration include "the following: (a) Delays; See subsection GC3.08. (b) Changes in the Work; See clause GC3.11.01. (c) Extra Work; See clause GC3.11.02. (d) Additional Work; See clause GC3.11.03. 03) The Contract Administrator will, in considering an application for an extension to the Contract Time, take into account whether the delays, Changes in the Work, Extra Work or Additional Work involve a Controlling Operation. 04) The Contract Time shall be extended for such additional time as may be reCommended by the Contract Administrator and deemed fair and reasonable by the Owner. 05) The terms and conditions of the Contract shall continue for such extension of Contract Time. GC3.08 Delays 01) If the Contractor is delayed in the performance of the Work by (a) war, blockades, and civil commotions, errors in the Contract Documents; an act or omission of the Owner, Contract Administrator, other contractors, or anyone employed or engaged by them directly or indirectly, contrary to the provisions of the. Contract Documents; or (b) a stop work order issued by a court or public authority, provided that such order was not issued as the result of an act or omission of the Contractor or anyone employed or engaged by the Contractor directly or indirectly; or (c) the Contract Administrator giving notice under subsection GC7.09, Suspension of Work; or (d) abnormal inclement weather; then the Contractor shall be reimbursed by the Owner for reasonable costs incurred by the Contractor as the result of such delay, provided that in the case of an application for an extension due to abnormal inclement 11 weather, the Contractor shall, with the Contracto(s application, submit evidence from Environment Canada in support of such application, Extension of Contract Time will be granted in accordance with subsection GC3.07, Extension of Contract Time, 02) If the Work Is delayed by labour disputes. strikes or Iock-outs - including Iock-outs decreed or recommended to its members by a recognized contractor's association, of which the Contractor Is a member or to which the Contractor is otherwise bound - which are beyond the Contracto(s control, then the Contract Time shall be extended in accordance with subsection GC3.07, Extension of Contract Time. In no case shall the extension of Contract Time be less than the time lost as the result of the event causing the delay, unless a shorter extension Is agreed to by the Contractor. The Contractor shall not be entitled to .. paymentforcosts incurred as the result of such delays unless such delays are the result of actions of the Owner. GC3.09 Assignment d Contract 01) The Contractor shall not assign the Contract, either in whole or in part, without the written consent of the Owner. GC3.10 Subcontracting by the Contractor 01) The Contractor may subcontract any part of the Work, subject to these General Conditions and any limitations established by the OWner. 02) The Contractor shall notify the Contract Administrator, in writing, of the Intention to subcontract. Such notification shall identify the part of the Work, and the Subcontractor withwhom:1t Is intended. 03) The Contract Administrator will, within 10 days of receipt of such. notification, accept' or reject the intended Subcontractor. The rejection will be in writing and will include the reasons for the rejection. 04) The Contractor shall not, without the written consent of the Owner, change a Subcontractor who has been engaged in accordance with this General Condition. 05) The Contractor shall preserve and protect the rights of the parties under the Contract with respect to the work to be performed under subcontract and shall (a) enter into agreements with the intended Subcontractors to require them to perform their work in accordance with the Contract Documents; and OPS General Conditions of Contract 12 (b) be as fully responsible to the Owner for acts and omissions of the Contractor's Subcontractors and of persons directly or indirectly employed by them as for acts and omissions of persons directly employed by the Contractor. 06) Neither a subcontracting, nor the Owner's consent to a subcontracting by the Contractor, shall be construed to relieve the Contractor from any obligation under the Contract or to impose any liability upon the Owner. Nothing contained in the Contract Documents shall create a contractual relationship between a Subcontractor and the Owner. GC3.11 Changes in the WOfJc, Extra Work and Additional Work GC3.11.01 Changes in the WOfJc 01) The Owner, or the Contract Administrator where so authorized, may, by order in writing, make Changes in the Work without invalidating the Contract. The Contractor shall not be required to proceed with a change In the Work until in receipt of a Change Order. Upon the receipt of such written order the Contractor shall proceed with the work. :. 02) The Contractor may apply for an extension of Contract Time according to the terms of subsection GC3.07, Extension of Contract Time. 03) If the Changes in the Work relate solely to quantities, payment for the work will be made according to the conditions specified in clause GCB.01.02, Variations in Tender Quantities. If the Changes in the Work do not solely relate to quantities, payment may be negotiated pursuant to subsection GC3.14, Claims, Negotiations, Disputes or payment may be made according to the conditions contained in clause GCB.02.04, Payment on a Time and Material Basis. GC3.11.02 Extra Work 01) The Owner, or Contract Administrator where so authorized, may Instruct the Contractor to perform Extra Work without invalidating the Contract. The Contractor shall not be required to proceed with the Extra Work until in receipt of a Change Order. Upon receipt of the written order the Contractor shall proceed with the Work. 02) The Contractor may apply for an extension of Contract Time according to the terms of subsection GC3.07, Extension of Contract Time. 03) Payment for the Extra Work may be negotiated pursuant to subsection GC3.14, Claims, Negotiations, Disputes or payment may be made according to the conditions contained In clause GCS.02.04, Payment on a Time and Material Basis. GC3.11.03 Add'1tionaI Work 01) The Owner, or Contract Administrator where so authorized, may request the Contractor to pelform Additional Work without invalidating the Contract. If the Contractor agrees to perform Additional Work, the Cnntractor shall proceed with such work upon receipt of a Change Order. 02) The Contractor may apply for an extenSion of Contract Time accOrding to the terms of subsection GC3.07, Extension of Contract Time. 03) Payment. :fortheAdditional, . Work . may. be negotiated pursuant to subsection .' GC3,14, Claims, Negotiations, Disputes, or payment may be made according to the conditions contained In clause GCB.02.04, Payment on a Time and Material Basis, GC3.12 Notices 01) Any notice permitted or required to be given to the Contract Administrator or the' Superintendent in respect of the Work shall be deemed to have been given to and received by the addressee on the date of delivery it delivered by hand or by facsimile transmission and on the fifth day after the date of mailing it sent by mail. 02) The Contractor and the Owner shall provide each other with the mailing addresses, telephone numbers and facsimile terminal numbers for the Contract Administrator and the Superintendent at the commencement of the Work. 03) In the event of an emergency situation or other urgent matter the Contract Administrator or the Superintendent may give a verbal notice, provided that such notice Is confirmed in writing. 04) Any notice permitted or required to be given to the Owner or the Contractor shall be given in accordance with the notice provision of the Agreement. GC3.13 Use and Occupancy of the Work Prior to Substantial Pet10nnance 01) Where it Is not contemplated elsewhere in the Contract Documents, the Owner may use or occupy the Work or any part thereof prior to substantial performance, provided that at least 30 days written notice has been given to the Contractor, 02) The use or occupancy of the Work Of any part thereof by the Owner prior to substantial performance OPS Generaf Conditions of Contract I jl I I I I I )1 I I ) I I II I I I I ) I ) I I I( I I I I I I I I I I I I I I I shall not constitute an acceptance 01 the Work or parts so occupied. In addition, the use or occupancy of the Work shall not relieve the Contractor or the Contractor's Surety from any liability that has arisen, or may arise, from the performance of the Work In accordance with the Contract Documents, The Owner will be responsible for any damage that occurs because of the Owner's use or occupancy, Such use or occupancy of any part of the Work by the Owner does not waive the Owner's right to charge the Contractor liquidated damages In accordance with the 'terms of the Contract. GC3.14 Claims, Negotiations. Disputes GC3.14.01 Claims Procedure 01) The ContractoLshalL give.. .oraLnotice.of any situation which may lead to a claim . for ' additional payment immediately upon becoming aware of the situation. 02) The Contractor shall provide written notice in the standard form 'Notice of Intent to Claim' within 7 days of the commencement of any work which may be affected by the situation. :. 03) The Contractor shall submit claims not later than 30 days - in exceptional cases this may be increased to a maximum of 180 days, but subject to approval in writing from the Contract Administrator - after the date of substantial performance, identifying the item or items in respect of which the claim arises, stating the grounds upon which the claim is made and submitting the records maintained by the Contractor supporting such claim. 04) The Contract Administrator may request the Contractor to submit such further and other particulars as the Contract Administrator considers . necessary to assess the claim and the Contractor shall submit the requested information within 30 days. 05) Within 60 days of receipt of the detailed claim, and all supporting documentation, the Contract Administrator will advise the Contractor, in writing, of the Contract Administrator's opinion with regard to the validity of the claim. GC3.14Jl2 Negotiations 01) Should the Contractor disagree with the opinion given In paragraph 05) of clause GC3.14.01, Claims Procedure, with respect to any part of the claim, the Contract Administrator will enter into negotiations with the Contractor to resolve the matters in dispute,. Where a negotiated settlement cannot be reached and it is agreed that payment cannot be made on a Time and I 13 Material basis In accordance with clause GCB,02.04, Payment on a Time and Material Basis, the dispute may be resolved as descnbed In clause GC3.14.05, Disputes. GC3.14,03 Continuance d the Work 01) The Contract Administrator will give such instructions as are necessary for continuation of the Work to prevent any delays. It Is understood that by so doing neither party to the Contract will Jeopardize any claim it may have. GC3.14.04 Record Keeping 01) Immediately ,upon, commencing work which ,may resu" in a claim, the Contractor,'shall keep. Daily '. Work Records, ,during the course oUhe work, sufficient to substantiate the Contractor's claim; and the Contract Administrator will keep Daily Work Records to be used in assessing the Contractor's claim, all In accordance with clause GCB.02.07, Records. 02) The Contractor and the Contract Administrator shall reconcile their respective Daily Work Records on a weekly basis, to simplify review of the claim, when submitted. 03) The keeping of Daily Work Records by the Contract Administrator or the reconciling of such Daily Work Records with.those of the Contractor shall not be construed to be acceptance of the claim, GC3.14.05 Disputes 01) Disputes may be settled by procedures already established by the Owner or where both parties agree, a dispute may be submitted to arbitration In accordance with the.provisionseofsubsection GC3.15, Engineering . Arbitration: Where' both" parties cannot agree, then. the appropriate judicial tribunal may be used. GC3.14.06 Payment 01) Payment of the claim will be made not later than 30 days after the date of resolution' of the claim or dispute. Such payment will be made according to the terms of Section. GC8, Measurement and Payment. GC3.14.07 Rights at Both Parties 01) It is agreed that no action taken under this subsection by either party shall be construed as a renunciation or waiver of any of the rights or recourses available to the parties, provided that the requirements set out in this subsection are fulfilled. I OPS General Conditions of Contract 14 GC3.15 Engineering Arbit1afion GC3.15.01 The Conditions for Engineering Arbitration 01) The following conditions must be established before an arbitration can proceed: (a) A dispute between the parties must exist; (b) The parties must agree to refer the dispute for decision according to the procedure following; and (c) The parties must..agree to be .bound by. the award of the arbitrators. GC3.15.02 A1bit1alion Procedure 01) The following provisions are to be included in the agreement to arbitrate and are subject only to such right of appeal as exist where the arbitrators have exceeded their jurisdiction or have otherwise disqualified themselves: (a) All existing actions In respect of the matters unger arbitration will be stayed pending arbitration; :. (b) All outstanding claims and matters to be settled are to be set out in a schedule to the agreement. Only such claims and matters as are In the schedule will be arbitrated; and (c) Before proceeding with the arbitration, the Contractor shall confirm' that all matters in dispute are set out in the schedule. GC3.15.03 Form and Appointment of Arbitration Board 01) The board shall be composed. of three arbitrators: (a) one appointed by the Contractor; (b) one appointed by the Owner; and (c) one to be appointed by the first two and who shall act as chairman. 02) A sole arbitrator may adjudicate the dispute where expressly agreed by the Contractor and Owner. 03) Appointees shall not be Interested financially In the Contract nor In either party's business and shall not be employed by either party. 04) The decisions of two arbitrators shall bind the third. Where there is no agreement between two arbitrators the decision of the chairman will be final. 05) The board may appoint experts to assist it. 06) The board is not bound by the rules of evidence which govern the trial of cases in court but may hear and consider any evidence which it considers relevant. GC3.15.04 Costs 01) Each party shaiLpay,the costot its. appointee. 02) The fee for the chairman will be shared equally. 03) The fees of any experts appointed to assist the board shall be shared equally. 04) The fees of any other person(s) appointed to assist the board will be shared equally, 05) The Owner will provide accommodation for the hearing in the Owner's facilities, and where this is not possible, will share In the cost of obtaining appropriate facilities. 06) The board will have no power to award costs except where one of the parties fails to attend a hearing and it is necessary to adjourn until another date. In such case, the board may require the absent party to bear the costs of the adjourned hearing. GC3.15.05 The Award 01) The award will be made within 90 days of the conclusion of the hearing unless the board' extends the time for making the award. The time shall not be extended beyond 180 days from the date of the appointment without the consent of both parties. Where the award is not made within these time limits the parties may proceed to court or continue their existing actions. GC3,15.06 Haaring 01) The hearing will commence within 90 days of the appointment of the chairman. OPS General Conditions of Contract I ., ,I I I I I I I I ) I I I I I I I )1 )1 I ( I I / I I I I I I I 15 SECTION GC4 OWNER'S RESPONSIBIUTIES AND RIGHTS GC4,01 Working Area 01) The Owner will acquire all property rights which are deemed necessary by the Owner for the construction of the Work including temporary working easements and will indicate the full extent of the . Working Area on the Contract Drawings. GC4.02 Management and Disposition of Materials 01) The Owner will identify in the Contract Document the materials to be moved within or, removed from the Working Area, and ,any characteristics; of those materials which will necessitate special materials management and disposition. 02) The Owner will be responsible for any additional costs of removing, management and disposition of any material not identified in the Contract Documents, or where conditions exist that could not have been reasonably foreseen at the time of tendering. GC4.03 Construction Affecting Railway Property I I I I I I I I I' I ;. 01) The Owner will pay the costs of all flagging and other traffic control measures required and provided by the railway company. GC4,Q4 Default by the Contractor 01) The Contractor shall be in default of the Contract if (a) the Contractor fails to commence the Work or execute the Work properly or othelWise fails to comply with the requirements of the Contract to a substantial degree; or (b) if the Contractor is adjudged bankrupt or makes a general assignment for the benefit of creditors because of insolvency or if a receiver is appointed because of insolvency, GC4.05 Notification at Default 01) The Owner will give written notice of a default to the Contractor as soon as the Owner becomes aware of the alleged default but failure to give such notice in a timely way shall not constitute condonation of the default. The notice will include instructions to correct August 1990 the default within 5 Working Days. GC4.06 ConIracto(s Rigtt to Con9ct a Default 01) The Contractor shall have the right within the 5 full Working Days following the receipt of a notice of default to correct the default and provide the Owner with satisfactory proof that appropriate corrective. measures have been taken. 02) If the correction of the default cannot be , completed within ,the 5 full Working e Days following receipt of the notice the Contractor shall not be in default if the Contractor (a) commences the correction of the default within the 5 full Working Days following receipt of the notice; (b) provides the Owner with an acceptable schedule for the progress of such correction; and (c) completes the correction in accordance with such schedule. GC4.07 Owner's Right to Correct Default 01) If the Contractor fails to correct the default within the time specified in subsection GC4,06, Contractor's Right to Correct a Default, or subsequently , agreed upon, the Owner. without prejudice to any other right or remedy the Owner may have, may correct such default and deduct the cost thereof, as certified by the , Contract Administrator, ;from'any payment then or thereafter due to the Contractor.' GC4.08 Termination at ContractOl"s Right to Continue the Wort 01) Where the Contractor fails to correct a default within the time specified in subsection GC4.06, Contractor's Right to Correct a Default, or subsequently agreed upon, the Owner, without prejudice to any other right or remedy the Owner may have, may terminate the Contractor's right to continue the Work in whole or in part by giving written notice to the Contractor. 02) If the Owner terminates the Contractor's right to continue with the Work in whole or in part, the Owner will be entitled to OPS General Conditions of Contract 16 (a) take possession of the Working Area or that portion of the Working Area devoted to that part of the Work terminated; (b) utilize the Contractor's Equipment and any Material within the Working Area which is intended to be incorporated Into the Work, the whole subject to the right of third parties; (c) e withhold further payments to the Contractor with respect to the Work or the portion of the Work withdrawn from the Contractor until the Work or portion thereof withdrawn is completed; (d) charge the Contractor the additional cost over the contract price of completing the Work or portion thereof withdrawn from the Contractor, as certified by the Contract Administrator and any additional compensation paid to the Contract Administrator for such additional service arising from the correction of the default; (e) charge the Contractor a reasonable allowance, as determined by the Contract Administrator, to cover correction to the Work performed by the Contractor that may be required under subsection GC7,15, Warranty; :. (f) charge the Contractor for any damages the Owner may have sustained as a result of the default; and (g) charge the Contractor the amount by which the cost of corrections to the Work under subsection GC7,15, Warranty, exceeds the allowance provided for such corrections. GC4.09 F'1IlaI Payment to Contractor 01) If the Owner's cost to correct and complete the Work in whole or in part is less than the amount withheld from the Contractor under subsection GC4.08, 'Termination of the Contractor's Right to Continue the Work, the Owner will pay the balance to the Contractor as soon as the final accounting for the Contract is complete. GC4.10 Termination of tho Contract 01) Where the Contractor is in default of the Contract the Owner may, with~ prejudice to any other right or remedy the Owner may have, terminate the Contract by giving written notice of termination to the Contractor, the Surety and any trustee or receiver acting on behalf of the Contractor's estate or creditors. 02) If the Owner elects to terminate the Contract the Owner will provide the Contractor and the trustee or receiver with a complete accounting to the date of termination. GC4.11 Continuation of Contracto(s ObrlQ8tions 01) The Contractor's obligation under the Contract as to quality, correction and warranty of the Work performed prior to the time of termination of the Contract or termination of the Contractor's right to continue with the Work In whole or In part shall continue to be in force after such termination. GC4.12 Use cI Peiformance Bond 01) If the Contractor Is In default of the Contract and the Contractor has . provided a .P.erformance Bond, the provisions of this Section shall be exercised in accordance with the conditions of the Performance Bond, OPS General Conditions of Contract I ')1 .:1 I I I I )1 I I I I ;1 i I I I I )1 )1 I ( I '. ( I I I I I I I I ;. I I I I I I I I I 17 secnON GC5 MATERIAL GC5.01 Supply d MaleriaI 01) All Material necessary for the proper completion of the Work, except that listed as being supplied by the Owner, shall be supplied by the Contractor. The contract prices for the appropriate tender items shall be deemed to include full compensation for the supply of such Material. GC5.02 auaflly d Material 01) All Material provided by the Contractor shall be new. 02) Material supplied. by the . Contractor shall conform to the requirements of the Contract. 03) As specified or as requested by the Contract Administrator. the Contractor shall make available for inspection or testing a sample of any Material to be provided by the Contractor. 04) The Contractor shall obtain for the Contract Administrator the right to enter upon the premises of the Material manufacturer or supplier to carry out such inspection, sampling and testing as specified or as requested by the Contract Administrator. 05) The Contractor shall notify the Contract Administrator of the sources of supply sufficiently in advance of the Material shipping-dates to enable-the Contract Administrator to perform the required inspection. sampling and testing. 06) The Owner will not be responsible for any delays to the Contractor's operations where - the Contractor fails to give sufficient advance notice to the Contract Administrator to enable. the Contract Administrator to carry out the required inspection, sampling and testing before the scheduled shipping dates. 07) The Contractor shall not change the source of supply of any Material without the written authorization of the Contract Administrator. 08) Material which is not specified shall be of a quality best suited to the purpose required and the use of such Material shall be subject to the approval of the Contract Administrator. GCS.03 Rejected Material 01) Rejected Material shall be removed trom the August 1990 work site expeditiously after the notifICation to that effect from the Contract Administrator, Where the Contractor fails to comply with such notice the Contract Administrator may cause the rejected Material to be removed from the site and disposed of In what the Contract Administrator considers to be the most appropriate manner and the Contractor shall pay the costs of disposal and the appropriate overhead ~harges. GCS,Q4 Substitutions 01) Where the . specifications require the Contractor to supply a Material designated by a trade or other name. the tender shall be based only upon supply of -the Material sodesignated,'which shall be regarded as the standard of quality required by the specification. After the acceptance of a tender, the Contractor may apply to the Contract Administrator to substitute another Material identified by a different trade or other name for the Material designated as aforesaid. The application shall be in writing and shall state the price for the proposed substitute Material designated as aforesaid, and such other Information as the Contract Administrator may require. 02) Rulings on a proposed substitution will not be made prior to the acceptance of a tender. Substitutions shall not be made without the prior approval of the Contract Administrator, The approval or rejection of a proposed substitution will be made at the discretion of the Contract Administrator, -(3) If the proposed substitution is approved by the Contract Administrator. the Contractor shall be entitled to the first $1000 of the aggregate saving in cost by reason .- of such substitution- and' to 50% of any additional saving in cost - in excess of such $1000. Each - . such approval shall be . conveyed to the Contractor in writing or by issuance of a Certificate of Equality on the Owner's standard form of "Certification of Equality. and if any adjustment to the contract price is made by reason of such substitution a Contract Change Order shall be issued as well. GCS.05 Owner Supplied Material Ordering of Excess Material GCS.05.01 01) Where Material is supplied by the Owner and where this Material Is ordered by the Contractor in excess of the amount specified to complete the Work. such excess Material shall become the property of the Contractor on completion of the Work and shall be OPS General Conditions of Contract 18 charged to the Contractor at cost plus applicable overheads. GC5.05.02 Care of Material 01) The Contractor shall, in advance of receipt of shipments of Material supplied by the Owner, provide adequate and proper storage facilities acceptable to 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. (2) The Contractor shall be responsible for acceptance of Material supplied by the Owner, at the specified delivery point and for its safe handling and storage. If such Material is damaged while under the 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. If such Material is rejected by the Contract Administrator for reasons which are not the fault of the Contractor it shall remain in the care and at the risk of the Contractor until its disposition has been determined by the Contract Administrator, . :. 03) Where Material supplied by the Owner arrives at the delivery point in a damaged condition or where there are discrepancies between the quantities received and the quantities shown on the bills of lading, the Contractor shall immediately report such damage or discrepancies to the Contract Administrator who shall arrange for an immediate inspection of the shipment and provide the Contractor with a written release from responsibility for such damage or deficiencies. Where dam~ge or deficiencies are not so reported it will be assumed that the shipment arrived in good order and any oamage or deficiencies reported thereafter shall be made good by the Contractor at no extra cost to the Owner. 04) The full amount of Material supplied by the Owner in each shipment shall be accounted for by the Contractor and such Material shall be at the risk of the Contractor after taking delivery, Such Material shall not. except with the written permission of the Contract Administrator, be used by the Contractor for purposes other than the performance of the Work under the Contract. 05) Empty reels, crates, containers and other types of packaging from Material supplied by the Owner shall become the property of the Contractor when they are no longer required for their original purpose and shall be disposed of by the Contractor unless. otherwise specified in the Contract 'Documents. 06) The Contractor shall provide. the Contract Administrator, immediately upon receipt of each shipment. copies of bills of lading, or such other documentation the Contract Administrator may require to substantiate and reconcile the quantities of Material received. on Where Material supplied by the Owner is ordered and stockpiled prior to the award of the Contract, the Contractor shall, at no extra cost to the Owner, immediately upon commencement of operations. check the Material, report any damage or deficiencies to the Contract Administrator and take charge of the Material at the stockpile site. Where damage or deficiencies are not so recorded by the Contractor it shall be assumed that the stockpile was in good order when the Contractor took charge of it and any damage or deficiencies reported thereafter shall be made good by the Contractor at no extra cost to the Owner. OPS General Conditions of Contract I )1 I I I I I I I .1 I I I I I I I I I I )1 I I ( , , I I I I I I I I :. I I I I I I I I I 19 SEC1lON GC6 INSURANCE, PROTEcnoN AND DAMAGE GC6.01 Protection d Work. Persons and Properly 01) The Contractor, the Contractor's agents and all workers employed by or under the control of the Contractor, including Subcontractors, shall protect the Work, persons and property from damage or injury, and shall be responsible for all losses and damage which may arise as the result of the Contractor's operations under the Contract unless indicated to the contrary below. 02) The Contractor is responsible for the full. cost of any necessary temporary pcovisionsand the. restoration of all damage, where the Contractor damages the Work or property in the performance of the Contract. If the Contractor is not responsible for the damage that occurs to the Work or property the Contractor shall restore such damage, and such work shall be administered according to these General Conditions. 03) The Contractor shall immediately inform the Contract Administrator of all damage and injuries which occur during the term of the Contract. 04) The Contractor shall not be responsible for loss and damage that occurs as a result of (a) war; (b) blockades and civil commotions; (c) errors in the Contract Documents; (d). acts or omissions of the Owner, the Contract Administrator, their agents and employees, or others not under the control of the Contractor, but within the Working Area with the Owner's permission. 05) The Contractor and his Surety or Sureties will not be released from any term or provision of any responsibility, obligation or liability under the Contract or waive or impair any of the rights of the Owner except by a release duly executed by the Owner. GCG.02 Indemnification 01) The Contractor shall indemnify and hold harmless the Owner and the Contract Administrator, their agents, officers and employees from and against all claims, demands, losses, expenses, costs, damages, actions, suits or proceedings by third parties, hereinafter called 'claims', directly or indirectly arising or alleged to arise out of the performance of or August 1990 the failure to perform the Work, provided such ctalms are (a) attributable to bodily injury, sickness, disease, or death or to damage to or destruction of tangible property; (b) caused by negligent acts or omissions of the Contractor or anyone for whose acts the Contractor may be liable; and (c) made in writing within a period of 6 years from thedateof.Substantial PerformanCe of the Work as set out in theeCertificate .of .Substantial Performance of the Work or, where so specified in the Contract from the date of certification of Final Acceptance. 02) The Contractor shall indemnify and hold harmless the Owner from all and every claim for damages, royalties or fees for the infringement of any patented invention or copyright occasioned by the Contractor in connection with work performed or material furnished by the Contractor under the Contract. 03) The Owner expressly waives the right to indemnity for claims other than those stated above in paragraphs 01) & 02). 04) The Owner shall Indemnify and hold harmless the Contractor, his agents, officers and employees from and against all claims, demands, losses, expenses, costs, damages, actions, suits, or proceedings arising out of the Contractor's performance,of the Contractwhich are attributable to a lack of or defect. in title or an. alleged lack of or defect in title to the Working Area. 05) The Contractor. expressly waives the right to indemnity for claims other than those stated above in paragraph 04). GCG.03 Contractor's InSurance GCG.03.01 General 01) Without restricting the generality of subsection GC6.02, Indemnification, the Contractor shall provide, maintain and pay for the insurance coverages listed in this General Condition under clauses GC6.03.02 and .03. Insurance coverage in clauses GC6.03.04, .05 and .06 will only apply when so specified in the Contract Documents. OPS General Conditions of Contract 20 GC6.03.02 General liability Insurance 01) General liability insurance shall be in the joint names of the Contractor, the Owner, and the Contract Administrator with limits of not less than 5 million dollars inclusive per occurrence for bodily injury, death, and damage to property including loss of use thereof, with a property damage deductible of not more than $5000. The form of this insurance shall be the Insurance Bureau of Canada Form IBC 2100, dated 8-87. 02) Another form of insurance equal to or better than that required In IBC Form 2100 may be used, provided all the requirements listed In the Contract are -included. Approval of this insurancewillbeconditionaLuponthe - Contractor obtaining the services of a recognized Insurance Consultant and obtaining the Consultant's certificate of equivalency to the required insurance. :. 03) The insurance shall be maintained continuously from the commencement of the Work until 12 months following the date of substantial pelformance of the Work, as set out In the certificate of Substantial Pelformance of the Work, or until the certificate of Final Acceptance of the Work is Issued, whichever is the later, and with respect to completed operations coverage for a period of not less than 24 months from the date of Final Acceptance of the Work as set out in the certificate of Final Acceptance of the Work, and thereafter to be maintained for a further period of 4 years. 04) The Contractor shall submit annually to the Owner. proof of continuation of the completed operations coverage and failure of the Contractor to do so will result in the cancellation by the Owner of the limit of the Contractor's indemnification under paragraph 01) (c) of subsection GC6.02, Indemnification. 05) Should the Contractor decide not to employ Subcontractors for operations requiring the use of explosives for blasting. or pile driving or caisson work, or removal or weakening of support of property building or land, IBC Form 2100 as required shall include the appropriate endorsements. 06) The policies shall be endorsed to provide the Owner with not less than 30 days written notice In advance of cancellation, change or amendment restricting coverage, 07) "Claims Made" insurance policies will not be permitted. GC6.03.03 Automobile Uabi1ity Insutanco 01) Automobile liability insurance In respect of I licensed vehicles shall have limits of not less than 5 million dollars Inclusive per occurrence for bodily injury, death and damage to property, In the following forms endorsed to provide the Owner with not less than 30 days' written notice In advance of any cancellation, change or amendment restricting coverage: I I I I I I ) I I I ) I I I I I I I I .1 ~ (a) standard non-owned including standard endorsement; and automobile contractual policy liability (b) standard owner's form automobile policy providing third party liability and accident benefits insurance and Covering licensed vehicles owned or operated by the Contractor; GC6.03.04 Aircraft and Watercraft UabiIity Insurance 01) Aircraft and watercraft liability insurance with respect to owned or non-owned aircraft and watercraft if used directly or indirectly in the performance of the Work, Including use of additional premises, shall be subject to limits of not less than 5 million dollars inclusive per occurrence for bodily injury, death, and damage to property including loss of use thereof, and limits of not less than 5 million dollars for aircraft passenger hazard. Such insurance shall be in a form acceptable to the Owner, The policies shall be endorsed to provide the Owner with not less than 30 days' written notice in advance of cancellation, change or amendment restricting coverage. GC6.03.05 Property and Boiler Insurance GC6.03.05.01 Property Insurance 01) All risks property insurance shall be in the joint names of the Contractor, the-Owner and the Contract Administrator, insuring not/ess than the sum of the amount of the Contract Price and the full value, as may be stated in the Supplemental General Conditions, of Material that is specified to be provided by the Owner for incorporation into the Work, with a deductible not exceeding 1 % of the amount Insured at the site of the Work. This insurance shall be In a form acceptable to the Owner and shall be maintained continuously until 10 days after the date of Final Acceptance of the Work, as set out In the certificate of Final Acceptance of the Work. GC6.03.05,02 Boiler Insurance 01) Boller insurance insuring the Interests of the Contractor, the Owner and the Contract Administrator for not less than the replacement value of boilers and pressure vessels forming part of the Work, shaD be In OPS General Conditions of Contract I I( I ( a form acceptable to the Owner. This insurance shall be maintained continuously from commencement of use or operation of the property Insured until 10 days after the date of Final Acceptance of the Work, as set out In the certificate of Final Acceptance of the Work. I GCG.03.05.03 Use and Occupancy of the Work Prior to Completion I 01) Should the Owner wish to use or occupy part or all of the Work prior to substantial performance, the Owner will give 30 d.ays, written notice to the Contractor of the intended purpose and extent of such use or occupancy. Prior to such use or occupancy the Contractor shall notify the Owner in writing of the additional premium cost, if any, to maintain property and boiler insurance, \ whiCh . shall be. at . the . Owner's.. expense. If because of such use.oroccupancy the Contractor is unable to. provide coverage,. the .Owner upon written notice from the Contractor and prior to such use or occupancy shall provide, maintain and pay for property and boiler insurance insuring the full value of the Work, including coverage for such use or occupancy, and shall provide the Contractor with proof of such insurance. The Contractor shall refund to the Owner the unearned premiums applicable to the Contractor's policies upon termination of coverage. I I I I I I 02) The policies shall provide that, in the event of a loss or damage, payment shall be made to the Owner and the Contractor as their respective interests may appear. The Contractor shall act on behalf of both the Owner and the Contractor for the purpose of adjusting the amount of such loss or damage payment with the Insurers. When the extent of the loss or damage is determined the Contractor shall proceed to restore the Work. Loss or damage shall not affect the rights and obligations of either party under the Contract except that the Contractor shall be entitled to such reasonable extension of Contract Time relative to the extent of the loss or damage as the Contract Administrator may decide in consultation with the Contractor. I I I I GC6.03.05.04 payment for. loss.orD.amage 01) The Contractor shall be entitled to receive from the Owner, in addition to the amount due under the Contract, the amount at which the Owner's interest in restoration of the Work has been appraised, such amount to be paid as the restoration of the Work proceeds and in accordance with the requirements of Section GC8, Measurement and Payment. In addition the Contra9tor shall be entitled to receive from the payments made by the Insurer the amount of the Contractor's interest in the restoration of the Work. I I I 02) The Contractor shall be responsible for deductible amounts under the policies except where such amounts may be excluded from the Contractor's 21 responsibility by the terms of this Contract. 03) In the event of loss or damage to the Work arising from the action of others, the Owner shall pay the Contractor the cost of restoring the Work as the restoration of the Work proceeds and In accordance with the requirements of Section GCS, Measurement and Payment. GC6.03.06 Contractors' Equipment Insurance 01) All risks Contractors' equipment Insurance covering construction machinery and equipment used by the Contractor for the performance of the Work, including boiler insurance on temporaJy boilers and pressure vessels,sMIl be inca. form acceptable to the Owner and shall not allow . subrogation . claims . by. the Insurer againsttheOwner,cThe. policies shall be . endorsed to' provide' the Owner with not less than 30 days' written notice in advance of cancellation, change or amendment restricting coverage. Subject to satisfactory proof of financial capability by the Contractor for self.insurance of the Contractor's equipment, the Owner agrees to waive the equipment insurance requirement, and for the purpose of this Contract, the Contractor shall be deemed to be insured. This policy' shall be amended to provide permission for the Contractor to grant prior releases with respect to damage to the Contractor's equipment. GC6.03.07 Insurance Requirements and Duration 01) Unless specified otherwise the duration of each insurance policy shall be from the date of commencement of the Work until 10 days after the date of Final Acceptance of the Work, as set out in the certificate of Final Acceptance of the Work. 02) The Contractor shall provide the Owner, on a form acceptable' to the Owner, proof of insurance prior to commencement-of the Work. and signed by an officer of the Contractor and. either the underwriter or . the broker. 03) The Contractor shall, on request, promptly provide the Owner with a certified true copy of each insurance policy exclusive of information pertaining to premium or premium bases used by the insurer to determine the cost of the insurance. The certified true copy shall include a signature by an officer of the Contractor and in addition, a signature by an officer of the insurer or the underwriter or the broker, 04) Where a policy is renewed the Contractor shall provide the Owner, on a form acceptable to the Owner, renewed proof of insurance immediately following completion of renewal. I OPS General Conditions of Contract 22 OS} Unless specified otherwise the Contractor shall be responsible for the payment of deductible amounts under the policies. 06} If the Contractor fails to provide or maintain insurance as required in this General Condition or elsewhere in the Contract uocuments, then the Owner will have the right to provide and maintain such insurance and give evidence thereof to the Contractor. The Owner's cost thereof shall be payable by the Contractor to the Owner on demand. 07) If the Contractor fails to pay the cost of the insurance placed by the Owner within 30 days of the date on which the Owner made a formal demand for. :. reimbursement of such costs the Owner may deduct the costs thereof from monies which are due or may become due to the Contractor, I 11 I I I I I ) I I GC6.04 Boncflllg Ot} The Contractor shall provide the Owner with the surety bonds in the amount required by the tender documents. 02} Such bonds shall be issued by a duly licensed surety company authorized to transact a business of suretyship in the Province of Ontario and shall be maintained in good standing until the fulfilment of the Contract. I I I I I I I I )1 )1 OPS General Conditions of Contract I I( ( I I I I I I I I :. I I I I I I I I I 23 SECllON GCT CONTRACTOR'S RESPONsIBlunes AND CONTROL OF llie WORK August 1990 GCT.01 General 01) The Contractor warrants that the site of the Work has been visited during the preparation of the tender and the character of the Work and' all local conditions which may affect the performance of the Work are known. 02) The Contractor shall not commence the. Work nor deliver anything to the Working Area until the Contractor has received a written order to commence the Work, signed by the Contract Administrator. 03) The Contractor,shalL have. complete..control of the work and shall effectively direct and supervise the work so as to ensure conformity with the Contract Documents. The Contractor shall be responsible for construction means, methods, techniques, sequences and procedures and for coordinating the various parts of the Work. 04) The Contractor shall have the sole responsibility for the design, erection, operation, maintenance and removal of temporary structures and other temporary facilities and the design and execution of construction methods required in their use. 05) Notwithstanding paragraph 04) of subsection GC7.01, General, where the Contract Documents Include designs for temporary structures and other temporary facilities or specify a method of construction In whole or part, such facilities and methods shall be considered to be part of the design of the Work, and the Contractor shall not be held responsible for that part of the design or the specified method of construction. The Contractor shall, however, be responsible for the execution of such design or specified method of construction in the same manner that the Contractor is responsible for the execution of the Work. 06) The Contractor shall be' responsible for construction health and safety within the working areas and for compliance with the Occupational Health and 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 unequivocally acknowledges that the Contractor is the Constructor within the meaning of the Act. 07) The Contractor shall have an authorized representative on the site while any work is being performed, to act for or on the Contractor's behalf. Prior to commencement of construction, the Contractor shall notify the Contract Administrator of the name(s), address(es), positlon{s) and telephone number{s) of the Contractor's representative(s) who can be contacted at any time to deal with matters relating to the Contract. 08) The Contractor shall, at no additional cost to the Owner, furnish all reasonable aid, facilities and assistance required by the Contract Administrator for the proper inspection and examination of the Work or the taking of measurements for the purpose of payment. .,09) The Contractorshallprepare,.andupdate.as required, a construction schedule indicating the timing of the major' and critical . activities' of the Work. The schedule shall be designed to ensure conformity with the specified Contract Time. The schedule shall be submitted to the Contract Administrator within 14 days . - from the date of the contract award. 10) Where the Contractor finds any errors, inconsistency or omission relating to the Contract, the Contractor shall promptly report it to the Contract Administrator and shall not proceed with the activity affected until receiving direction from the Contract Administrator. 11) The Contractor shall promptly notify the Contract Administrator in writing If the subsurface conditions observed In the Working Area differ materially from those Indicated In the Contract Documents. . 12) The Contractor shall arrange with the appropriate utility ,.authorities for the stake out of all underground. utilities and service connections which . may be affected by the Work. The Contractorshall.be iresponsible for any damage done to the underground utilities by the Contractor's forces during construction if the stake out locations are within the tolerances given in subsection GC2.01, Reliance on Contract Documents. The Contractor shall be responsible for any damage done to the service connections. GC7.02 Layout 01) Prior to commencement of construction, the Contract Administrator and the Contractor will locate on site those property bars, baselines and benchmarks which are necessary to delineate the Working Area and to lay out the Work, all as shown on the Contract Drawings. OPS General Conditions of Contract 24 02) The Contractor shall be responsible for the preservation of all property bars while the Work Is In progress, except those property bars which must be removed to facilitate the Work. Any property bars disturbed, damaged or removed by the Contractor's operations shall be replaced under the supervision of an Ontario Land Surveyor, at no extra cost to the Owner. 03) At no extra cost to the Owner, the Contractor shari provide the Contract Administrator with such materials and devices as may be necessary to lay'out the baseline and benchmarks, and as may be necessary for the inspection of the Work. 04) The Contr~ctor shall provide .quallfied personnel to lay out and establish all lines and gradesnecsssary for construction. The Contractor shall notify the Contract Administrator of any layout work carried out, so that the same may be checked by the Contract Administrator. 05) The Contractor shall install and maintain substantial alignment markers and secondary benchmarks as may be required for the proper execution of the Work. The Contractor shall supply one copy of all alignment and grade sheets to the Contract Administrator. ;;. 06) The Contractor shall assume full responsibility for alignment, elevations and dimensions of each and all parts of the Work, regardless of whether the Contractor's layout work has been checked by the Contract Administrator. 07) All stakes, marks and reference points provided by the Contract Administrator shall be carefully preserved by the Contractor. In the case of their destruction or removal, such stakes, marks and reference points will be replaced by the Contract Administrator at no extra cost to the Owner. GC7.03 Damage by Vehicfes or Other Equipment 01) If at any time, in the opinion of the Contract Administrator, damage is being done or is likely to be done to any roadway or any improvement thereon, outside the Working Area, by the Contractor's vehicles or other equipment, whether licensed or unlicensed equipment, the Contractor shall, on the direction of the Contract Administrator, and at no extra cost to the Owner, make changes or substitutions for such vehicles or equipment, and shall alter loadings, or in some other manner, remove the cause of such damage to the satisfaction of the Contract Administrator. GC7.04 Excess L.oOOing d MoIa Vehicles 01) Where a vehicle is hauling material for use on the Work, in whole or in part upon a Highway, and where motor vehicle registration is required for such vehicle, the Contractor shall not cause or permit such vehicle to be loaded beyond the legal limit specified in the Highway Traffic Act, whether such vehicle is registered in the name of the Contractor or otherwise, except where there are designated areas within the Working Area where overloading is permitted. The Contractor shall bear the onus of weighing dispUted loads. GCT.05 Cond"rt/onot the Working Area 01) The Contractor shall maintain the Working Area in a tidy condition and free from the accumulation of debris, other than that caused by the Owner or others. GCT.06 Maintaining Roadways and Detours 01) Where an existing Roadway is affected by construction, it shall be kept open to traffic, and the Contractor- Shall, except as otherwise provided In this subsection, be responsible for providing and maintaining for the duration of the Work, a road through the Work, whether along an existing Highway, including the road under construction, or on detours within or adjacent to the Highway, In accordance with the Manual of Uniform Traffic Control Devices (MUTCD). 02) The Contractor shall not be required to maintain a road through the Working Area until such time as the Contractor has commenced operations or during seasonal shut down or on any part of the Contract that has been accepted in accordance with these General Conditions. 03) Where localized and separated sections of the Highway only are affected by the Contractor's operations, the Contractor will not be required to maintain Intervening sections of the Highway until such times as these sections are lOCated within the limits of the Highway affected by the Contractor's general operations under the Contract. The Contractor shall not be required to apply deicing chemicals or abrasives or carry out snowplowing. 04) Where the Contract Document provides for or the Contract Administrator requires detours at specific lOCations, payment for the construction of the detours, and if required, for the subsequent removal of the detours, will be made at the Contract prices appropriate to such work. OPS General Conditions of Contract I I I I I I I I I I I I .1 I I I I )1 )1 I I ( ( I I I I I I I I :. I I I I I I I I I 05) The Owner will bear the cost of maintaining, In a satisfactory condition for traffic, a road through the WOrking Area The road through the Work will Include any detour constructed In accordance with the Contract Documents or required by the Contract Administrator. Compensation for all labour, equipment and materials to do this work shall be at the Contract prices appropriate to the work and, where there are no such prices, at negotiated prices. Notwithstanding the foregoing, the cost of blading required to maintain the surface of such roads and detours shall be deemed to 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 for any extended period including seasonal shutdown, the Contractor shall,_.whendirected.by"the"Contract . Administrator, open -and. place..the-roadway- and. detours in a passable, safe and satisfactory' condition for public travel. 07) Where the Contractor constructs a detour which is not specifically provided for In the Contract Document, or required by the Contract Administrator, the construction of the detour and, if required, the subsequent removal shall be performed at the Contractor's expense. The detour shall be constructed and maintained to structural and geometric standards approved by the Contract Administrator. Removal shalt be performed as directed by the Contract Administrator. 08) Where, with the written approval of the Contract Administrator, the Highway is closed and the traffic diverted entirely off the Highway to any other Highway, the Contractor shall, at no extra cost to the Owner, supply and erect traffic control devices in accordance with the MUTCD. 09) Compliance with the foregoing provisions shall in no way relieve the Contractor of obligations. under subsection GC6.01, Protection oLWork, .Personsand Property, dealing with the Contractor~s responsibility for damage claims, except for.clalms arising on. sections.. of Highway within the Working Area that are being maintained by others. GeT.07 Access to Properties Adjoining the Work and Interruption of Utility Services 01) The Contractor shall provide at all times, and at no extra cost to the Owner (a) adequate pedestrian and vehicular access; and (b) continuity of utility services to properties adjoining the Working Area 25 02) The Contractor shall provide at all times and at no extra cost to the Owner access to fire hydrants, and water and gas valves located in the Working Area 03) Where' any Interruptions In the supply of utility services are required and are authorized by the Contract Administrator, the Contractor shall give the affected property owners notice in accordance with subsection GC7.11, Notices by the Contractor, and shall arrange such interruptions so as to create a minimum of Interference to those affected. GC7.08 Approvals and Permits 01) Except as specified in paragraph 02) of this " '. subsection,... the .Contractoru shall obtain '.any permits, . licenses, and certificates required' for the performance of the Work which are in force at the date of tender closing. 02) The Owner will obtain and pay for the necessary plumbing and building permits. 03) The Contractor shall arrange for all necessary inspections. GC7.09 Suspension of Work 01) The Contractor shall, upon written notice from the Contract Administrator, discontinue or delay any or all of the Work and work will not be resumed until the Contract Administrator will, In writing, so direct. Delays, in these circumstances, will be administered according to subsection GC3.08, Delays. GC7.10 . Contracto(s Right to Stop the . Work or Terminate The Contract 01) If the Owner is adjudged bankrupt or makes a general assignment forthe benefit of creditors because .. of insolvency or if a receiver Is appointed because of insolvency, the Contractor may, without prejudice to any other right or remedy the Contractor may have, by giving the Owner or receiver or trustee In bankruptcy written notice, terminate the Contract. 02) If the Work is stopped or othelWise delayed for a period of 30 days or more under an order of a court or other public authority and provided that such order was not issued as the result of an act or fault of the Contractor or of anyone directly employed or engaged by the Contractor, the Contractor may, without prejudice to any other right or remedy the Contractor may have, by giving the Owner written notice, terminate the Contract. 03) The Contractor may notify the Owner In writing, OPS General Conditions of Contract 26 with a copy to the Contract Administrator, that the Owner is In default of contractual obligations if (a) the Contract Administrator fails to issue certificates In accordance with the provisions of Section GCS, Measurement and Payment; (b) the Owner fails to pay the Contractor, within 30 days of the due date, the amounts certified by the Contract Administrator or awarded by arbitration or court; or (c) the Owner violates the requirements of the Contract. 04) The Contractor's written notice to.theOwner shall advise that if the default is not corrected in the 7 days immediately following the receipt of the written notice the Contractor may, without prejudice to any other right or remedy the Contractor may have, stop the Work or terminate the Contract. OS) If the Contractor terminates the Contract under the conditions set out in this subsection, the Contractor shall be entitled to be paid for all work performed according to the Contract Documents and for any losses or damage as the Contractor may sustain as a result of the termination of the Contract. :. GC7.11 Notices by the Contractor 01) Before work is carried out which may affect the property or operations of any Ministry or. agency of government or any person, company, partnership or corporation, Including a m~nicipar corporation or any board or commission thereof, and in addition to such notices of the commencement of specified operations as are prescribed elsewhere in the Contract Document. the Contractor shall give at least 48 hours advance written notice of the date of commencement of such work to the person, company, partnership, corporation, board, or commission so affected. 02) In the case of damage to, or interference with any utilities, pole lines, pipe lines, conduits, farm tiles, or other public or privately owned works or property, the Contractor shall Immediately notify the Owner and the Contract Administrator of the location and details of such damage or interference. 001.12 Obstructions 01) Except as otherwise noted in these General Conditions, the Contractor assumes all the risks and responsibilities arising out of.. any obstruction. encountered in the performance of the Work and any traffic conditions, Including traffIC conditions on any highway or road gMng access to the Working Area caused by such obstructions, and the Contractor shall I not make any claim against the Owner for any loss, damage or expense occasioned thereby. ')1 I 02) Where the obstruction Is an underground utility such as a telephone cable, watermain, gas main or sewer or other man-made object, the Contractor shall not be required to assume the risks and responsibilities arising out of such obstruction, unless the location of the obstruction is shown on the plans or described in the specifications and the location so shown is within the tolerance specified in paragraph 01)(a) of subsection GC2.01, Reliance on Contract Documents, or unless the presence and location of the obstruction has otherwise been made known to the Contractor or could have been determined by the visual site investigation made by ,the <Contractor in . accordance with these General Conditions. I I I I 03) During the course of the Contract, it is the Contractor's responsibility to consult with utility companies or other appropriate authorities for further information in regard to the exact location of these utilities, to exercise the necessary care in construction operations, and to take such other precautions as are necessary to safeguard the utility from damage. I I GCl.13 Umitations c:I Operations 01) Except for such work as may be required by the Contract Administrator to maintain the Work in a safe and satisfactory condition, the Contractor shall not carry on operations under the Contract on Sundays without permission in writing from the Contract Administrator. I I 02) The Contractor shall cooperate with other Contractors, utility companies and the Owner and they shall be allowed access to their work or plant at all reasonable times. I .1 GCl.14 Cleaning Up Before Acceptance 01) Upon attaining Substantial Performance of the Work, the Contractor shall remove surplus materials, tools, construction machinery and equipment not required for the performance of the remaining work. The Contractor shall also remove all temporary works and debris other than that caused by the Owner, or others and leave the Work and Working Area clean and suitable for occupancy by the Owner unless otherwise specified. I I I 02) The Work shall not be deemed to have reached Completion until the Contractor has removed surplus materials, tools, construction machinery and equipment. The Contractor shall also have removed debris, other than that caused by the Owner, or others. I I OPS General Conditions of Contract il I ( I I I I I I I I GCT.15 Warranty / 01) The Contractor shall be responsible for the proper performance of the Work only to the extent that the design and specifICations permit such performance. 02) Subject to the previous paragraph the Contractor shall correct promptly, at no additional cost to the Owner, defects or deficiencies In the Work which appear prior to and during the period of 12 months . from the date of Substantial Performance of the Work, as set out In the Certificate of Substantial I I I I :. I I I I I I 'Zl Performance of the Work, or where there is no Substantial Performance certificate, 12 months from the date of Completion of the Work as set out In the CompletIon Certificate or such longer periods as may be specified for certain materials or work. The Contract Administrator will promptly give the Contractor written notice of observed defects or deficiencies. 03) The Contractor shall correct or pay for damage resulting from corrections made under the requirements of paragraph 02) of this subsection. OPS General Conditions of Contract I 28 )1 \1 I I I I ) I I I :. ) I I )1 I I I I )1 OPS General Conditions of Contract )1 I 1\ I I I .1 I I I I I I I I I I I I I ( :. 29 SECTlON GC8 MEASUREMENT AND PAYMENT GC8.01 Measurement GC8.01.01 Quantities 01) The Contract Administrator will make an estimate once a month, in writing, of the quantity of work performed. The first estimate will be the quantity of the . work performed since the Contractor commenced the Contract, and every subsequent estimate, except the final one, will be of the quantity of work performed since the preceding estimate was made. The Contract Administrator will provide the copy of each estimate to the Contractor within 10 days of the Cut-Off Date. 02) Such quantities for progress Payments shall be construed and held to be approximate. The final quantities for the issuance of the Completion Payment Certificate shall be based on the measurement of the work completed. 03) Measurement of the quantities of the work will be either by Actual Field Measurement or by Plan Quantity principles as indicated in the Contract. Adjustments to Plan Quantity measurements will normally be made using Plan Quantity principles but may, where appropriate, be made using Actual Field Measurements. GC8.01.02 Variations In Tender Quantities 01). Where it appears that the quantity of work to be done and/or Material to be supplied by the Contractor under a unit price tender item will exceed or be less than the tender quantity, the Contractor shall proceed to do the work and/or supply the material required to complete the tender item and payment will be made for the actual amount of work done and/or materials supplied at the unit prices stated in the tender except as provided below: (a) In the case of a Major Item where the amount of work performed and/or material supplied by the Contractor exceeds the tender quantity by more than 15%, either party to the Contract may make a written request to the other party to negotiate a revised unit price for that portion of the Work performed and/or material supplied which exceeds 115% of the tender quantity. The negotiation shall be carried out as soon as reasonably possible. Any revision of the unit price shall be based on the actual cost of doing the work and/or supplying the material under the tender item plus a reasonable allowance for profit and applicable overhead. August 1990 (b) In the case of a Major Item where the quantity of work performed and/or material supplied by the Contractor is less than 85% of the tender quantity, either party to the Contract may make a written request to the other party to negotiate a revised unit price for that portion of the Work performed and/or material supplied. The negotiation shall be carried out as soon as reasonably possible. Any revision of the unit price shall be based 0'1 the actual cost of performing the Work and/or supplying the material under the tender item plus a reasonable allowance for profit and applicable overhead. Alternatively, where both parties agree, an allowance equal to 10% of the unit price on the amount of the underrun which ;s less than8S% of the tender quantity will be paid. GCS.02 Payment GCS.02.01 Price for Work 01) Prices for the Work shall be full compensation for all labour, Equipment and Material required in its performance. The term "all labour, Equipment and Material" shall include Hand Tools, supplies and other incidentals. 02) Payment for work not specifically detailed as part of any one item and without specified details of payment will be deemed to be Included in the item(s) with which it is associated. GCS.02.02 Advance Payments for Material 01) The Owner will make advance payments for material intended for incorporation in :;the Work upon the written request of the Contractor and according to the following terms and conditions: (a) The Contractor shall, in advance of receipt of the shipment of the material, arrange for adequate and proper storage facilities and notify the Contract AdminiStrator of their location (s). (b) The value of aggregates, processed and stockpiled, shall be assessed by the following procedure: (i) Sources Other Than Commercial (A) Granular 'A', 'S' and 'M' shall be assessed at the rate of 60% of the contract price. OPS General Conditions of Contract 30 (B) Coarse and fine aggregates for hot mix asphaltic concrete, surface treatment and Portland cement concrete shall be assessed at the rate of 25% of the contract price for each aggregate stockpiled. (iO Commercial Sources Payment for separated coarse and fine aggregates will be considered, at the above rate, when such materials are stockpiled at a commercial source where further processing is to be carried out before incorporating such materials into a final product. Advance payments for other materials located at a commercial source will not be made. (c) Payment for all other materials, unless otherwise specified elsewhere in the Contract, shall be based on the invoice price, and the Contractor shall submit proof of cost to the Contract Administrator b~ore payment can be made by the Owner. - - (d) The payment for all materials shall be prorated against the appropriate tender item by paying for sufficient units of the item to cover the value of the material. Such payment shall not exceed 80% of the Contract price for the item. (e) All materials for which the Contractor wishes to receive advance payment shall be placed in the designated storage location immediately upon receipt of the material and shall thenceforth be held by the Contractor in trust for the Owner as collateral security for any monies advanced by the Owner and for the due completion of the Work. The Contractor shall not exercise any act of ownership inconsistent with such security, or remove any material from the storage locations, except for inclusion in the Work, without the consent, in writing, of the Contract Administrator. (f) Such materials shall remain at the risk of the Contractor who shall be responsible for any loss, damage, theft, improper use or destruction of the material however caused. GC8.02.03 CeftIfication and payment Progress Payment Certificate GC8.02.03.01 01) The value of the work performed and material supplied will be calculated once a month by the Contract Administrator In accordance with the Contract Documents and the quantities described in clause GC8.01.01, Quantities. 02) The progress Payment Certificate will show (a) the quantities of work performed; (b) the value of work performed; (c) the amount of statutory holdback, liens, owners set -off; and (d) the amount due the Contractor. 03) One copy of the progress Payment Certificate will be sent to the Contractor. 04) " Payment will be made within 30 days of the Cut- off Date. GCS.02.03.02 Certification of Subcontract Completion . 01) Before the Work has reached the stage of substantial performance, the Contractor may notify the Contract Administrator, in writing that a subcontract is completed satisfactorily and ask that the Contract Administrator certify the completion of the subcontract. 02) The Contract Administrator will issue a Certificate of Subcontract Completion if the subcontract has been completed satisfactorily, and all required inspection and testing of the works covered by the subcontract have been carried out and the results are satisfactory. 03) Within 7 days of the date the subcontract is certified complete the Contract AdministratQl' will give a copy of the certificate to the Contractor and to the Subcontractor concerned. GCS.02.03.03 Subcontract Stalutory' Holdback Release Certificate and Payment 01) Following receipt of the Certificate of Subcontract Completion, the Owner will release and pay the Contractor the statutory holdback retained in respect of the subcontract. Such release shall be made after 45 days from the date the subcontract was certified complete and providing the Contractor submits the following to the Contract Administrator: (a) a document satisfactory to the Contract Administrator that will release the Owner from all further claims relating to the subcontract, qualified by stated exceptions such as holdback monies; OPS General Conditions of Contract I )1 I I I I I I I !I I I ,I I I I I ;1 )1 I I ( I I I I I I I I I I I I I I I I I (b) evidence satisfactory to the Contract Administrator that the Subcontractor has discharged all Incurred liabilities in canying out the subcontract; (c) a satisfactory clearance certificate or letter from the Workers' Compensation Board relating to the subcontract; and (d) a copy of the contract between the Contractor and the Subcontractor and a satisfactory statement showing the total amount due the Subcontractor from the Contractor. 02) Paragraph (d) will only apply to Lump Sum items and then only when the Contract Administrator specifically requests it. 03) Upon receipt of" the statutory holdback, the Contractor shall forthwith give the Subcontractor the payment due under the subcontract. 04) Release of statutory holdback by the Owner in respect of a subcontract shall not relieve the Contractor, or the Contractor's Surety, of any of their responsibilities. GCS.02.03.04 Certification of Substantial Performance :. 01) Upon application by the Contractor and where the Contract has been substantially performed the Contract Administrator will issue a Certificate of Substantial Performance. 02) The Contract Administrator will set out in the Certificate of Substantial Performance the date on which the Contract was substantially performed and within 7 days after signing the said certificate the Contract Administrator will provide a copy to the Contractor. 03) Upon receipt ofa,copy oHheCertificate of Substantial Performance, the Contractor shall forthwith, as required by Section 32(1) Paragraph 5 of ,the Construction Lien Act, publish a copy of the certificate in a construction trade newspaper. Such publication shall include placement in the Daily Commercial News. 04) Where the Contractor fails to publish a copy of the Certificate of Substantial Performance as required above within 7 days after receiving a copy of the certificate signed by the Contract Administrator, the Owner may publish a copy of the certificate at the Contractor's expense. 05) Except as otherwise provided for in Section 31 of the Construction Lien Act, the 45-day lien period prior to the release of holdback as referred to in clause 31 GCS.02.03.05, Substantial Performance payment sOd Statutory Holdback Release payment Certificates. shall commence from the date of publication of the Certificate of Substantial Performance as provided for above. GCS.02.03.05 Substantial Performance payment and StalutOlY Holdback Release Payment Certificates 01) When the Contract Administrator issues the Certificate of Substantial Performance the Contract Administrator will also issue the Substantial Performance Payment Certificate and the Substantial Performance Statutory Holdback Release Payment Certificate or where appropriate, a combined payment certificate. 02) The Substantial-Performance"" Payment' Certificate will show (a) the value of work performed to the date of Substantial Performance; (b) the value of outstanding or incomplete work; (c) the amount of the statutory holdback, allowing for any previous releases of statutory holdback to the Contractor in respect of completed subcontracts and deliveries of pre-selected equipment; (d) the amount of maintenance security required; and (e) the amount due the Contractor. 03) The Substantial Performance Statutory Holdback Release Payment Certificate will be a payment certificate' releasing to, the ,Contractor the statutory holdbac1< due in respect 'of work' performed up to the date of substantial performance. Payment of such statutory holdback.shallbemade after 45.days from the date of publication of the CertiflCate of Substantial Performance but subject to the provisions of the Construction Lien Act and the submission by the Contractor of the following documents: (a) a release by the Contractor in a form satisfactory to the Contract Administrator releasing the Owner from all further claims relating to the Contract, qualified by stated exceptions such as outstanding work or matters arising out of subsection GC3.14, Claims, Negotiations, Disputes; (b) a statutory declaration in a form satisfactory to the Contract Administrator that all liabilities incurred by the Contractor and the Contractor's OPS General Conditions of Contract 32 Subcontractors in carrying out the Contract have been discharged except for statutory holdbacks properly retained; (c) a satisfactory Certificate of Clearance from the Workers' Compensation Board; and (d) proof of publication of the Certificate of Substantial Performance. GCS.02.03.06 Certification of Completion 01) Upon application by the Contractor, and when the Contract reaches Completion, the Contract Administrator will Issue a Completion Certificate. 02) The Contract AdministratoLwill setoutJnthe Completion Certificate the date on which the Work was completed and within 7 days of signing the said certificate the Contract Administrator will provide a copy to the Contractor. GC8.02.03.07 Completion Payment and Statutory Holdback Release Payment Certificates ;. 01) When the Contract Administrator issues the Completion Certificate, the Contract Administrator will also issue the Completion Payment Certificate and the Statutory Holdback Release Payment Certificate or where appropriate, a combined payment certificate. 02) The Completion Payment Certificate will show (a) measurement and value of work at completion; (b) the amount of the further statutory holdback based on the value of further work completed over and above the value of work completed shown in the Substantial Performance Payment Certificate referred to above; and (c) the amount due the Contractor. 03) The Completion StatUtory Holdback Release Payment Certificate will be a payment certificate releasing to the Contractor the further statutory holdback. Payment of such statutory holdback shall be made after 45 days from the date of completion of the Work as established by the Completion Certificate but subject to the provisions of the Construction Uen Act and the submission by the Contractor of the following documents: (a) a release by the Contractor in a form satisfactory to the Contract Administrator releasing the Owner from all further claims relating to the Contract, qualified by stated exceptions where appropriate; (b) a statutory declaration in a form satisfactory to the Contract Administrator that all liabilities incurred by the Contractor and the Contractor's Subcontractors in carrying out the Contract have been discharged, qualified by stated exceptions where appropriate; and I I I I I I I I I (c) a satisfactory Certificate of Clearance from the Workers' Compensation Board. GC8.02..03.08 Interest 01) Interest due the Contractor is based on simple interest and is calculated using the applicable Rates of Interest. GC8.02.03J19 Interest for'la1e payment", 01) When the Contractor has complied with the requirements of the Contract and when payment by the Owner to the Contractor for work performed, or for release of statutory holdback, is delayed by the Owner, then the Contractor shall be entitled to payment for Work performed at the Rate(s) of Interest from a date or dates derived from the following: (a) Progress Payment: a date 30 days after the Cut.off Date; I , I I I I I I I I t (b) Subcontract Completion and Subcontract Statutory Holdback~ a date 75 days after the date the subcontract is certified complete; (c) Substantial Performance .and Statutory Holdback: a date 75 days after the date the Certificate of Substantial Performance is published; (d) Completion and Holdback: a date 75 days after the date the Contract Is certified complete. GC8.02.03.10 Interest for Negotiations and Claims 01) Except as hereinafter provided, where a notice of negotiation, notice of intent to claim and the subsequent claims are submitted in accordance with the time limits and/or procedure described by subsection GC3.14, Negotiations, Claims, Disputes, the Owner will pay the Contractor the Rate(s) of Interest on the amount of the negotiated price for the work or on the amount of the settled claim. Such Interest will not commence until 30 days after the satisfactory completion of the work. 02) Where the Contractor does not attempt to resolve the negotiation or the claim, In an expeditious manner, Interest shall be negotiable. OPS General Conditions of Contract I I( I ( I I I I I I I I :. I I I I I I I I 03) Where the Contractor fails to give notice of a claim within the time limit prescribed by subsection GC3.14, Negotiations. Claims, Disputes, Interest shall not be paid. 04) Where a Contractor falls to comply with the 3O-day time limit and the procedures prescribed by subsection GC3.14, Negotiations, Claims, Disputes, for submission of claims, interest shall not be paid for the delay period. GC8.02.03.11 Ownets Set-off 01) Pursuant to Section 12 of the Construction Lien Act 1983 - Set-off by Trustee. the Owner may retain from monies owing to the Contractor under this or any other contract an amount sufficient to cover any outstanding or dispL\ledJiabilitles including.the ,costto remedy deficiencies, the reduction in value of substandard portions of the Work, claims for damages by third parties which have not been determined in writing by the Contractor's insurer. undetermined claims by the Owner under paragraph (a) of clause GC8.01.02, Variations in Tender Quantities, any assessment due the Workers' Compensation Board and any monies to be paid to the workers in accordance with clause GC8.02.06, Payment of Workers. 02) Under these circumstances the Owner will give the Contractor appropriate notice of such action. GC8.02.03.12 Delay in Payment 01) The Owner shall not be deemed to be in default of the Contract provided any delay in payment does not exceed 30 days from the normal due date. GC8.02.04 Payment on a lime and Material Basis GC8.02.04.01 Definitions 01) For the purposes of this clause the following definitions apply: "Cost of labour" means the amount of wages, salary and Payroll Burden paid or incurred directly by the Contractor to or in respect of labour and supervision actively and necessarily engaged on the Work based onthe recorded time and hourly rates of pay for such labour and supervision, but shall not include any payment or costs incurred. for general supervision, administration or management time spent on the entire Work or any wages, salary or Payroll Burden for which the Contractor is compensated by any payment made by the Owner for equipment. 33 "Cost of Material" means the cost of material purchased, or supplied from stock, and valued at current market prices, for the purpose of carrying out extra work, by the Contractor, or by others when such arrangements have been made by the Contractor for completing the Work, as shown by itemized Invoices. "Payroll Burden<< means the payments in respect of Workers' compensation, vacation pay, unemployment insurance, public liability and property damage insurance, sickness and accident Insurance, pension fund and such other welfare and benefit payments forming part of the Contractor's normal labour costs and shall include any cost or expense as the Contract Administrator may approve, which has been incurred by the Contractor for travel, travel time, food, lodging or similar items. ,"Rented Equipment" means equipment that Is' rented " or leased for the special purpose of Work on a Time and Material Basis from a person, firm or corporation that is not an associate or affiliate of the lessee as defined by the Securities Act, RSO 1980, Chapter 466, ;3qd is approved by the Contract Administrator. "Operated Rented Equipment" means Rented Equipment rented or leased for the special purpose of Work on a Time and Material Basis for which an operator is provided by the supplier of the equipment and for which the rent or lease includes the cost of the operator. "Road Work" 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. "Sewer and Watermain Work" means the 'preparation, construction, finishing and construction maintenance of sewer systems and watermain systems, and includes all work incidental thereto other than work on structures. "Standby Time" means any period of time which Is not considered working time and which together with the working time does not exceed 10 hours In any one working day and during which time a uf1it of equipment cannot practically be used on other work but must remain on the site in order to continue with its assigned task and during which time the unit is in fully operable condition. "Structure Work" means the construction, reconstruction, repair, alteration, remodelling, renovation or demolition of any bridge, building, tunnel or retaining wall and includes the preparation for and the laying of the foundation of any bridge, building, tunnel or retaining wall and the Installation of equipment and appurtenances incidental thereto. OPS General Conditions of Contract 34 "The 127 Rate' means the rate for a unit of equipment as listed in OPSS 127, Schedule of Rental Rates for Construction Equipment Including Model and Specification Reference, which Is current at the time the work is carried out or for equipment which is not so listed, the rate which has been calculated by the Owner, using the same principles as used in determining the 127 Rates. "Work on a Time and Material Basis" means Changes in the Work, Extra Work and Additional Work approved by the Contract Administrator for payment on a time and material basis. The Work ona Time and Material Basis shall be subject to all the terms, conditions, specifications and provisions of the Contract. "Working Time" means each period of time during which a unit of equipmentis'actively'and of necessity . engaged on a specific operation and the first 2 hours of each Immediately following period during which the unit is not so engaged but during which the operation is otherwise proceeding and during which time the unit cannot practically be transferred to other work but must remain on the site in order to continue with its assigned tasks and during which time the unit is in a fully operable condition. GCS.02.04.02 Daily Work Records :. 01) Daily Work Records prepared as the case may be by either the Contractor's representative or the Contract Administrator and reporting the labour and equipment employed and the material used on each Time and Material project, shall be reconciled and signed each day by both the Contractor's representative and the Contract Administrator. . GCS.02.04.03 Payment for Work 01) Payment as herein provided shall be full compensation for all labour, Equipment and Material to do the work on a Time and Material basis except where there is agreement to the contrary prior to the commencement of the work on a Time and Material basis. The payment adjustments shall apply to each individual Change Order authorized by the Contract Administrator. GCS.02.04.04 Payment for Labour 01 ) The Owner will pay the Contractor for labour employed on each Time and Material project at 135% of the Cost of labour up to $3000, then at 120% of any portion of the Cost of labour In excess of $3000. GC8.02.04.05 Payment for Material 01) The Owner will pay the Contractor for material used on each Time and Material project at 120% of the Cost of the Material up to $3,000, then at 115% of any portion of the Cost of Material in excess of $3,000. I I I I I I I I I I I I I I I I I GC8.02.04.06 Payment for Equipment GCS.02.04.06.01 Working lime 01) The Owner will pay the Contractor for the Working Time of all equipment other than Rented Equipment and Operated Rented Equipment used on the Work on a Time and Material basis at the 127 Rates with a cost adjustment. as follows: (a) Cost $10,000 or less - no adjustment; (b) Cost . greater than $10,000 but not exceeding' $20,000 '~ paymerif.$10,OOOplus 9Q%of the portion in excess of $10,000; and (c) Cost greater than $20,000 - $19,000 plus SOOA, of the portion in excess of $20,000. 02) The Owner will pay the Contractor for the Working Time of Rented Equipment used on the Work on a Time and Material Basis at 110% of the invoice price approved by the Contract Administrator up to a maximum of 110% of the 127 Rate. This constraint will be waived when the Contract Administrator approves the invoice price prior to the use . of the' Rented Equipment. ' 03) The Owner will pay the Contractor for the Working Time of Operated Rented Equipment use on the Work on a Time and Material Basis at 110% of the Operated Rented Equipment invoice price approved by the Contract Administrator prior to the use of the equipment on the work on a Time and Material Basis. GCB.02.04.06.02 Standby Tme 01) The Owner will pay the Contractor for Standby Time of Equipment at 35% of the 127 Rate or 35% of the invoice price whichever is appropriate. The Owner will pay reasonable costs for Rented Equipment where this is necessarily retained in the Work Area for extended periods agreed to by the Contract Administrator. This will include Rented Equipment intended for use on other work, but has been Idled due to the circumstances giving rise to the Work on a Time and Material Basis 02) In addition,the Owner will Include' the Cost of Labour of operators or associated labourers who cannot be otherwise employed during the standby perIod or during the period of ldteness caused by the circumstances giving rise to the Work on a Time and Material Basis )1 )1 OPS General Conditions of Contract I If I I I I I I I ( I I" I I I I I I I \ I :. 03) The Contract Administrator may require Rented Equipment Idled by the circumstances giving rise to the Work on Time.and Material Basis to be returned to the Lessor until the work requiring the equipment can be resumed. The Owner will pay such costs as result directly from such return. 04) When equipment Is transported, solely for the purpose of the Work on a Time and Material. Basis, to or from the Working Area on, a Time and Material Basis, payment will be made by the Owner only in respect of the transporting units. When equipment Is ~ moved under its own power it shall be deemed t~ be working. The method of moving equipment and the rates shall be subject to the approval of the Contract Administrator. GC8.02.04.07 Payment for Hand Tools 01) Notwithstanding any other provision of this Section, no payment shall be made to the Contractor for or in respect of hand tools or equipment that are tools of the trade. GC8.02.04.08 Payment for Work By Subcontractors 01) Where the Contractor arranges for work on a Time and Material Basis, or a part of it, to be performed by Subcontractors on a Time and Material Basis and has received approval prior to the commencement of the work, in accordance with the requirements of subsection GC3.10, Subcontracting by the Contractor, the Owner will pay the cost of work on a Time and Material Basis by the Subcontractor calculated as if the Contractor had done the work on a Time and Material Basis, plus a markup calculated on the following basis: (a) 2()<>A, of the first $3,000; plus (b) 15% of the amount from $3,000 to $10,000; plus (c) 5% of the amount In excess ot $10,000. 02) No further markup will be applied regardless of the extent to which the work is assigned or sublet to others. If work is assigned or sublet to an associate, as defined by the Securities Act, RSO 1980, Chapter 466, no markup whatsoever will be applied. GC8.02.04.09 Submission of Invoices 01) At the start of the work on a Time and Material Basis, the Contractor shall provide the applicable labour and equipment rates not already submitted to the Contract Administrator during the course of the 35 Work. 02) Separate summaries shall be completed by the Contractor according to the standard fonn "Summary for Payment of Accounts on a Time and Material Basis.. Each summary shall Include the order number and covering dates of the work and shall itemize separately labour, materials and equipment. Invoices for materials, Rented Equipment and otherchargss incurred by the Contractor on the Work on a Time and Material Basis shall be Included with each summary. 03) Each month the Contract Administrator will include with the monthly progress payment certificate, the costs of the Work on a Time and Material Basis 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 Material Basis. 04) The final "Summary for Payment of Accounts on a Time and Material Basis. shall be submitted by the Contractor within 60 days after the completion of the work on a Time an Material Basis. GC8.02.05 Final Acceptance Certificate 01) After the acceptance of the Work the Contract Administrator will issue the Final Acceptance Certificate, or, where applicable, after the Warranty Period has expired. The Final Acceptance Certificate will not be issued until all known deficiencies have been adjusted or corrected, as the case may be, and the Contractor has discharged all obligations under the Contract. GC8.02.06 Payment of Workers 01) The Contractor shall, in addition to any fringe benefits, pay the workers employed on the Work in accordance with the labour conditions set out in the Contract and at intervals of not less than twice a month. 02) The Contractor shall require each Subcontractor doing any part of the Work to pay the workers employed by the Subcontractor on the Work in accordance with this clause. 03) Where any person employed by the Contractor 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 accordance with clause GC8.02.03.11, Owner's Set-off. GC8.02.07 Records 01) The Contractor shall maintain and keep OPS General Conditions of Contract 36 accurate Records relating to the Work, Changes in the Work, Extra Work and claims arising therefrom. Such Records shall be of sufficient detail to support the total 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 Certificate is issued or until all claims have been settled, whichever is longer. The Contractor shall require that Subcontractors employed by the Contractor preserve all original Records pertaining to the Work, changes in the work, Extra Work and claims arising therefrom for. a similar period of time. 02) If, in the opinion of the Contract Administrator, Daily Work Records are required, such records shall report the labour and equipment employed and the material used on any specific portion of the Work. The Daily Work Records shall be reconciled with and signed by the Contractor's representative each day. 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 this clause. The Contractor shall supply certified copies ' of any part of his Records required whenever requested by the Owner. GCS.02.08 Taxes and Duties ;. 01) Taxes, customs duties and excise taxes on all I fuels, materials and services, except for refundable taxes and duties, shall be included in the Contract price. I I 02) The Contractor shall pay all taxes, customs duties, and excise taxes on all fuels and materials with respect to the Contract. Where applicable, the Contractor shall apply for any refunds of taxes and duties to the appropriate tax levying authority. I I 03) Any increase or decrease in costs of materials and fuels incorporated into the Work due to changes in such taxes and duties after the date of the tender closing shall increase or decrease the Contract price accordingly. Both parties to the Contract.shall assist the other in applying for refunds, where appropriate, by providing receipts, records or other help. I I I GCS.02.09 Uquidaled Damages I 01) When liquidated damages are specified in the Contract and the Contractor fails to complete the Work in accordance with the Contract, the Contractor shall pay such amounts as are specified in the Contract Documents. I I I I I I I I I . OPS General Conditions of Contract