Loading...
HomeMy WebLinkAbout2008-103 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW 2008-103 Being a By-law to authorize a contract between the Corporation of the Municipality of Clarington and Cobourg Development Services, Cobourg, Ontario for the Mearns Avenue and Concession Road 3 Reconstruction. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON HEREBY ENACTS AS FOLLOWS: 1. THAT the Mayor and Clerk are hereby authorized to execute, on behalf of the Corporation of the Municipality of Clarington and seal with the Corporation Seal, a contract between, Cobourg Development Services, Cobourg, Ontario, and said Corporation; and 2. THAT the contract attached hereto as Schedule "A" form part of this By-law. By-law read a first and second time this 9th day of June, 2008. By-law read a third time and finally passed this 9th day of June, 2008. ~-2P rflilro.. " ' -- - ~ . - . -~~ - - ~ - -- C. nn ' ei1tr( .-.~:Ufy Clerk 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 MEARNS A VENUE AND CONCESSION ROAD 3 RECONSTRUCTION, BOWMANVILLE CONTRACT NO. CL2008-12 April 2008 ~~ archi"tects planners TSH No. 12-29602/12-29689 I I I I I I I I I I I I I I I I I I I AGREEMENT THIS AGREEMENT made in quadruplicate BETWEEN: COBOURG DEVELOPMENT SERVICES LTD. of the County of Northumberland 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 ail 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 I of 3 I I I I I I I I I I I I I I I I I I I DESCRIPTION OF THE WORK AND LIST OF DOCUMENTS Mearns Avenue and Concession Road 3 Reconstruction, Bowmanville, Contract No. CL2008-I2 Addendum No. I dated May 5, 2008 Addendum No.2 dated May 6,2008 A. TENDER FORM: General Itemized Bid Bonds Schedule of Tender Data B. STANDARD TERMS AND CONDITIONS C. SCHEDULE'C'-CONTRACTORSAFETY D. INSTRUCTIONS TO TENDERERS E. SPECIAL PROVISIONS - GENERAL F. SPECIAL PROVISIONS - TENDER ITEMS G. DESIGN GUIDELINES H. STANDARD DRAWINGS I. PLANS: Drawings No. 1-26,EI,E2,L1-L7andW-ItoW-3 J. STANDARD SPECIFICATIONS: It shall be the Contractor's responsibility to obtain the applicable edition of the following Ontario Provincial Standard Specifications, Region of Durham Standard Specifications revised May 2005 and Municipality ofClarington Design Guidelines and Standard Specifications - 2004. OPSS No. Date OPSS No. Date OPSS No. Date OPSS No. Date 127 Current 405 Nov. 2005 507 Nov. 2005 571 Nov. 2007 128 Current 407 Nov. 2007 510 Nov. 2006 572 Nov. 2003 201 Nov. 2007 408 Nov. 2007 511 Nov. 2004 577 Nov. 2006 206 Nov. 2000 409 Nov. 2005 514 Nov. 2005 604 Nov. 2004 310 Nov. 2004 410 Nov. 2006 516 Nov. 2005 609 Aor. 2003 312 ADr. 2004 421 Nov. 2007 532 June 1991 614 Sent. 1984 314 Nov. 2004 501 Nov. 2005 540 Apf. 2007 615 Nov. 2007 330 Mav 1994 503 Nov. 2005 552 Nov. 2002 617 Nov. 2005 351 Nov. 2005 504 Nov. 2005 559 Nov. 2007 353 Nov. 2006 506 Nov. 2005 570 Nov. 2007 K. GEOTECHNICAL INVESTIGATION 1.. GENERAL CONDITIONS: OPS General Conditions of Contract (November 2006) All Plans and Documents referred to in the Specifications. The Contractor further agrees that he will deliver the whole of the works completed in accordance with this agreement on or before October 17, 2008. 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 I I I I I I I I I I I I I I I I I I I 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: COBOURG DEVELOPMENT SERVICES LTD. ) ) ) ) ) Date ) ) ) in the presence of ) ) ) Date de:!> // J -_~)t~'-r~. y/ - - ~ \- SIGNED and sealed by the Purchaser: THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON ) ) ) ) ) Date ) ) ) in the presence of ) ) ) Date P:\Dept 12\12-29689\Specs\CL2008-12-AGR.doc Page 3 of 3 I I I I I I I I I I I I I I I I I I I CONTRACT NO. CL2008-12 MUNICIPALITY OF CLARINGTON MEARNS A VENUE AND CONCESSION ROAD 3 RECONSTRUCTION ADDENDUM NO.2 Contractors are hereby advised of the following modifications to Contract No. CL2008-12 ITEMIZED BID Item No. A35 Item No. C32 b) - In the "Quantity" column strike out "3" and replace with" 1" In the "Quantity" column strike out "3" and replace with "7" All tenders must be submitted on the basis of these modifications. This Addendum shall remain attached to and form part of all tenders submitted. TSH Engineers Architects Planners 513 Division Street Cobourg, Ontario K9A 5G6 May 6, 2008 P:\DeplI2\12-29689\SpecsIADD 2.doc I I I I I I I I I I I I I I I I I I I ",..' CONTRACT NO. CL2008-12 MUNICIPALITY OF CLARINGTON MEARNS AVENUE AND CONCESSION ROAD 3 RECONSTRUCTION ADDENDUM NO.1 Contractors are hereby advised of the following modifications to Contract No. CL2008-12 ITEMIZED BID Item No. AI8 Item No. A20 Item No. A21 Item No. A40 Item No. A47 j) - Item No. C32 a) - Item No. C32 b) - Item No. C32 c) - In the "Quantity" column strike out "21" and replace with "20" Strike out Item as it is hereby deleted In the "Quantity" column strike out "4" and replace with "5" In the "Quantity" column strike out "50" and replace with "600" In the "Quantity" column strike out "3" and replace with "9" In the "Quantity" column strike out ''9'' and replace with "4" In the "Quantity" column strike out "7" and replace with "3" In the "Quantity" column add "6" STANDARD DRAWINGS The Standard Drawing TSH-I references drawing OPSD 972.130 (Fence, Chain Link) and this reference drawing shall be replaced with "C-50l (1.8 ml1.2 m Chain-Link Fence)" as included in the Contract Documents. All tenders must be submitted on the basis of these modifications. This Addendum shall remain attached to and form part of all tenders submitted. TSH Engineers Architects Planners 5 13 Division Street Cobourg, Ontario K9A 5G6 May 5, 2008 P:\Dept 12\12-29689\SpecsIADD l.doc I I I I I I I I I I I I I I I I I I I PROJECT: AUTHORITY: CONTRACT ADMINISTRATOR: TENDERER: TENDERS RECEIVED BY: P:lDep! 12\12-29689\Specs\2%89- TF(SignDocs).doc TENDER FOR CONTRACT NO. CL2008-\2 MEARNS A VENUE AND CONCESSION ROAD 3 RECONSTRUCTION, BOWMANVILLE CORPORATION OF THE MUNICIPALITY OF CLARINGTON TOTTEN SIMS HUBICKI ASSOCIATES ENGINEERS, ARCHITECTS and PLANNERS 513 DNISIONSTREET COBOURG, ONTARIO. K9A 5G6 Telephone: 905-372-2\2\ Fax: 905-372-362\ Cobourg Development Services Ltd. Name P.O. Box 997 Cobcurg. Ontario K9A 4W4 Address (include Postal Code) Te\: 905-372-4848 Fax: 905-372-5036 Telephone and Fax Numbers John Revns Name of Person Signing President Position of Person Signing Ms. Patti Barrie, Clerk Corporation of tbe Municipality of Clarington 40 Temperance Street Bowmanville, Ontario LlC 3A6 Page I of 15 pages I I I I I I I I I I I I I I I I I I I I TENDER CONTRACf NO. CLZOO8-12 To: The Mayor and Members of Council Corporation of the Municipality of Clarington Re: Contract No. CL2008-12 Mearns A venue and Concession Road 3 Reconstruction, Bowmanville Dear Mayor and Members of Council: The Contractor has carefully examined the Plans, Provisions, Specifications and Conditions described herein as part of the work to be done under this Contract. The Contractor understands and accepts the said Plans, Provisions, Specifications and Conditions, and, for the prices set forth in this Tender, hereby offers to furnish all machinery, tools, apparatus and other means of construction, furnish all materials, except as otherwise specified in the Contract, and to complete the work in strict accordance with the said Plans, Provisions, Specifications and Conditions. The Contractor understands and accepts that the quantities shown are approximate only, and are subject to increase, decrease, or deletion entirely if found not to be required. Attached to this tender is a bid deposit in the amount specified in Clause 3 of the Instructions to Tenderers, made payable to the Authority. This cheque or bid bond shall constitute a deposit which shall be forfeited to the Authority if the successful Contractor fails to file with the Authority a 100% Performance Bond and a 100% Labour and Material Payment Bond, satisfactory to the Authority within ten (10) calendar days 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 15 pages I ITEMIZED 81]) CONTRACT NO. CL2008-12 I In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the won: specified for Contract No. CL2008-12 for the following unit prices. I Spec. No. The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications SP Refers to Special Provisions (P) Plan Quantity Payment Item RMOCS Regional Municipality of Durham Construction Specifications I MOC Municipality of Clarington Design Guidelines and Standard Drawings I PART 'A': MEARNS AVENUE - ROADWORKS AND STORM SEWERS Al 201 Site Preparation LS 2,410.29 I SP, MaC A2 201 Clearing and Grubbing LS 10,698.15 I SP, MaC A3 206 Earth Excavation (Grading) l 6,100 8.06 49,166.00 m SP, MaC (P) I A4 310,31 I Hot Mix H.L.-3 t 75 126.65 9,498.75 SP, MOC A5 310 Hot Mix H.L.-8 t 2,750 66.63 183,232.50 I SP, Mac A6 314 Granular 'A' t 5,300 15.29 81,037.00 SP, MaC I A7 314 Granular 'B', Type I t 1,500 8.63 12,945.00 SP, MaC A8 330 In-place Full Depth Reclamation of 2 9,100 L08 9,828.00 m I SP Bituminous Pavement and Underlying Granular I A9 351 Concrete in Sidewalk m2 3,165 49.15 155,559.75 SP, MaC AIO 353 Concrete Curb and Gutter (All m 2,310 38.22 88,288.20 I SP, MaC Types) All 312 45' Asphalt Outlet (OPSD 605.020) ea I 316.62 316.62 SP I AI2 405 100 mm Dia. Perforated Plastic Pipe m 2,130 8.57 18,254.10 SP, MaC Subdrain with Geotextile C-301 I A13 410 200 mm Dia. PVC DR 35 Storm m 175 296.91 51,959.25 SP, MaC Sewer AI4 410 250 mm Dia. PVC DR 35 Storm m 45 218.63 9,838.35 I SP, Mac Sewer AI5 410 300 mm Dia. CP Storm Sewer, Class m 155 240.80 37,324.00 SP, MaC 100-D I AI6 410 450 mm Dia. CP Storm Sewer, Class m 190 395.49 75,143.10 SP, MaC 100-D AI7 410 Connect to Existing Storm Sewer ea 18 358.08 6,445.44 I SP, MaC AI8 407 600 mm x 600 mm Precast ea 20 1,682.50 33,650.00 SP, Mac Catch basin (C-I 04, apSD 400.0 I 0) I Page 3 of 15 pages I ITEMIZED BID CONTRACT NO. CLZOO8-12 I In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2008-12 for the following unit prices. I Spec. No. The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications SP Refers to Special Provisions (P) Plan Quantity Payment Item RMDCS Regional Municipality of Durham Construction Specifications I MOC Municipality of Claringlon Design Guidelines and Standard Drawings I A19 407 600 mm X 1200 mm Precast Twin ea 4 2,523.47 10,093.88 SP, MOC Inlet Catchbasin (C-I05, OPSD 400.010) I ~ 40+ 609 HUB n. 699 HHB Preeast CsaeFete eft + Deleted 8P, MOC Ditelt IBlet (OPSD 711s-{J311) I A21 407 1200 mm Dia. Precast Maintenance ea 5 3,712.69 18,563.45 SP,MOC Hole(C-IOI) A22 407 1500 mm Dia. Precast Maintenance ea I 6,333.94 6,333.94 I SP, MOC Ho]e (C-102) A23 SP Headwall with Grate LS 2,495.94 I A24 408 Adjusting Catchbasins and ea 14 185.95 2,603.30 SP, MOC Maintenance Holes I A25 408 Rebui]d Existing Maintenance Holes ea 8 609.36 4,874.88 SP, MOC A26 42] Extend Culvert - 750 mm Dia. Plain, m 20 324.4 ] 6,488.20 I SP Galvanized CSP, Gauge 2.0 mm, Riveted I A27 421 1,030 mm span x 740 mm rise Plain, m 3] 655.3 ] 20,3]4.6] SP, MOC Galvanized CSPA, Gauge 2.0 mm, Riveted I A28 501 Water for Compaction and Dust 3 400 ]5.87 6,348.00 m Suppression I A29 506 Calcium Chloride Flake kg 6,500 1.10 7,150.00 A30 510 Sawcutting Asphalt Pavement m 75 3.85 288.75 I SP A3] 510 Removal of Sidewalk 2 50 ]0.46 523.00 m SP I A32 510 Removal of Curb and Gutter m 140 7.25 ],0]5.00 SP A33 510 Concrete Plug Abandoned Storm ea ] 3]6.52 3]6.52 I SP Sewer A34 510 Removal of Culverts and Sewers m 136 5.52 750.72 I SP A35 407,510 Salvage and Reinstallation of ea J 950.36 950.36 SP Existing Ditch ]nlets I Page 4 of 15 pages I ITEMIZED BID CONTRACT NO. CL2008-12 I In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2008-12 for the following unit prices. I Spec. No. The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications SP Refers to Special Provisions (P) Plan Quantity Payment Item RMDCS Regional Municipality of Durham Construction Specifications I MOC Municipality of elaringlon Design Guidelines and Standard Drawings I A36 510 Removal and Disposal of Existing ea 452.19 452.19 Ditch Inlet I A37 SP Rebench Existing Storm Sewer ea 2 361.55 723.10 Maintenance Hole A38 570 Topsoil (Imported) m2 10,050 2.48 24,924.00 I SP, MOC A39 571 Sod (Nursery, Unstaked) m2 10,000 2.86 28,600.00 SP, MOC I A40 571 Sod (Nursery, Staked) 2 600 2.97 1,782.00 m SP, MOC A41 SP T eITa Seeding 2 9,000 2.37 21,330.00 m I A42 SP a) EcoBlanket m2 1,150 5.34 6,141.00 I b) EcoBerm m 100 16.52 1,652.00 A43 511 Rip-Rap on Geotextile m2 40 46.98 1,879.20 I SP A44 532 Pavement Markings - Traffic Paint SP, MOC a) IOOmmWidth-YellowCentre 1,135 1.76 1,997.60 I m Line b) 600 mm Stop Bars m 25 13.22 330.50 I c) Traffic Symbols - Railway "X" ea 2 110.13 220.26 A45 507 Provisional Item LS 10,000.00 I SP, MOC Miscellaneous Works A46 SP, MOC Provisional Item m3 40 58.34 2,333.60 I H.L.-8 Blend Clear Stone Bedding with Geotextile A47 SP Supply and Installation of Plant I Material a) Acer campeslre (Hedge ea 8 335.90 2,687.20 I Maple), 50 mm WB b) Acer fremanii 'Marmo' (Marmo ea 6 357.92 2,147.52 Maple), 60 mm WB I c) Acer saccharum 'Green ea 6 363.43 2,180.58 Mountain' (Green Mountain I Sugar Maple), 60 mm WB Page 5 of 15 pages I ITEMIZED BID CONTRACT NO. CUOO8-12 I In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2008-12 for the following unit prices. I Spec. No. The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications SP Refers to Special Provisions (PI Plan Quantity Payment Item RMDCS Regional Municipality of Durham Construction Specifications I MOC Municipality of Clarington Design Guidelines and Standard Drawings I d) Cornus racemosa std. (Gray ea 6 363.43 2,180.58 Dogwood Tree Form), 50 mm WB I e) Corylus colurna (Turkish Hazel) ea 6 335.90 2,015.40 60 mm WB t) Crataegus crus-galli 'Inermis' ea 10 330.39 3,303.90 I (Thornless Cockspur Hawthorne), 50 mm WB I g) G]editsia triacanthos 'SkYline' ea 6 335.90 2,0]5.40 (Skyline Locust), 60 mm WB h) Quercus rubra (Red Oak), ea 6 435.02 2,610.]2 I 60 mm WB i) Tilia cordata 'Greenspire' ea 6 379.95 2,279.70 I (Greenspire Linden), 60 mm WB ") Picea pungens 'Fat Albert' (Fat ea 9 484.57 4,361.13 I Albert Spruce), 200 cm BB A48 577 Erosion and Sediment Control I SP Measures a) Provisional Item ea 4 ]50.65 602.60 Straw Bale Flow Check (OPSD I 2]9.]80) b) Rock Flow Check (V-Ditch) ea 5 358.]9 ],790.95 I (OPSD 219.210) c) Light Duty Silt Fence (OPSD m ],200 13.28 ] 5,936.00 219.] 10) I A49 SP Provisional Item ea 4 120.52 482.08 Excavate for Utility/Granu]ar Fill Verification I A50 SP Asphalt Cement Price Adjustment LS 15,000.00 Allowance I A51 565 Tree Protection m 100 13.3] 1,331.00 SP A52 SP Supply and Install Maze Barriers and LS 10,123.]7 I Chain Link Fence A53 540 Fencing: I a) Highway Fence m 42 16.52 693.84 Page 6 of 15 pages I I I I I I I I I I I I I I I I I I I ITEMIZED BID CONTRACT NO. CUOO8-12 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2008-12 for the following unit prices. Spec. No. SP (P) RMDCS MOC The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications Refers to Special Provisions Plan Quantity Payment Item Regional Municipality of Durham Construction Specifications Municipality of Clarington Design Guidelines and Standard Drawings Total Part 'A' (Carried to Summary) 1,099,769.81 PART 'B': MEARNS AVENUE - W ATERMAlN AND APPURTENANCES 1.13 RMDSS Adjustments to Existing Utilities SP 1.13.01 Adjust Watennain Valve Box ea 5 80.43 402.15 1.13.16 Adjust Water Service Box ea I 55.44 55.44 3.01 RMDSS Pipe (Not Including Restoration) SP 3.01.04 300 mm Dia. PVC m 23 320.42 7,369.66 3.01.30 Connection to Existing 300 mm LS 250.59 W.M. at Sta. 2+728.7 3.03 RMDSS Valves SP 3.03.04 300 mm Gate Valve and Box as per ea 2,888.77 2,888.77 S-408 3.04 RMDSS Hydrants SP 3.04.01 Hydrant Sets as Per S-409 ea 2 4,384.25 8,768.50 3.04.05 Remove Existing Hydrant ea 2 265.22 530.44 3.06 RMDSS Test Points SP 3.06.01 19 mm Dia. Test Point as per S-429 ea 1,373.53 1,373.53 Total Part 'B' (carried to Summary) 21,639.08 PART 'C': CONCESSION ROAD 3 - ROADWORKS AND STORM SEWERS CI 201 Site Preparation LS 1,205.15 SP, MOC C2 201 Clearing and Grubbing LS 10,046.44 SP, MOC Page 7 of 15 pages I ITEMIZED BID CONTRACT NO. CL2008-12 I In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2008-12 for the following unit prices. I Spec. No. The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications SP Refers to Special Provisions (Pl Plan Quantity Payment Item RMDCS Regional Municipality of Durham Constru<:tion Specifications I MOC Municipality of Clarington Design Guidelines and Standard Drawings I C3 206 Earth Excavation (Grading) 3 12,200 8.39 102,358.00 m SP, Mac (P) I C4 310 a) Hot Mix HL-8 t 1,200 66.63 79,956.00 SP, MOC b) Hot Mix H.L.-3 t 5 126.65 633.25 I C5 314 Granular 'A' t 2,800 15.29 42,812.00 SP, MOC I C6 314 Granular 'B', Type I t 5,900 8.63 50,917.00 SP, MOC C7 351 Concrete in Sidewalk m2 750 49.15 36,862.50 I SP, MOC C8 353 Concrete Curb and Gutter (All m 925 38.22 35,353.50 SP, MOC Types) I C9 312 450 Asphalt Outlet (OPSD 605.020) ea 3 275.33 825.99 SP I CIO 405 100 mm Dia. Perforated Plastic Pipe m 670 8.57 5,741.90 SP, MOC Subdrain with Geotextile C-301 ClI 410 200 mm Dia. PVC DR 35 Storm m 70 108.07 7,564.90 I SP, Mac Sewer CI2 410 250 mm Dia. PVC DR 35 Storm m 10 116.92 1,169.20 I SP, MOC Sewer CI3 410 300 mm Dia. CP Storm Sewer, Class m 275 192.37 52,901.75 SP, MOC 100-D I C14 407 600 mm x 600 mm Precast ea 8 1,401.41 11,211.28 SP, Mac Catchbasin (C-104, OPSD 400.010) I CIS 407 1200 mm Dia. Precast Maintenance ea 6 3,941.01 23,646.06 SP, MOC Hole (C-101) I C16 407 600 mm x 1200 mm Precast ea 1 2,959.03 2,959.03 SP, MOC Concrete Ditch Inlet (OPSD 705.040) I CI7 421 600 mm Dia. Plain, Galvanized CSP m 17 486.08 8,263.36 SP Culvert, Gauge 2.0 mm, Riveted C18 501 Water for Compaction and Dust 3 600 15.87 9,522.00 I m Suppression C19 506 Calcium Chloride Flake kg 3,000 1.10 3,300.00 I Page 8 of 15 pages I ITEMIZED BID CONTRACT NO. CUOO8-12 I In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2008-12 for the following unit prices. I Spec. No. The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications SP Refers to Special Provisions (Pl Plan Quantity Payment Item RMDCS Regional Municipality of Durham Construction Specifications I MOC Municipality of Clarington Design Guidelines and Standard Drawings I c) Quercus macrocarpa (Bur Oak), 60 mm WB I d) Picea glauca (White Spruce), ea 9 3,072.60 200 cm WB e) Picea pungens 'Fat Albert' (Fat ea 3 484.57 1,453.71 I Albert Spruce), 200 cm BB C33 SP Provisional Item ea 4 241.03 964.12 I Excavate for Utility Verification C34 SP Asphalt Cement Price Adjustment LS 7,500.00 Allowance I C35 577 Erosion and Sediment Control SP Measures I a) Provisional Item ea 4 150.65 602.60 Straw Bale Flow Check (OPSD 219.180) I b) Light Duty Silt Fence Barrier m 300 13.28 3,984.00 (OPSD 219.110) I c) Rock Flow Check (V -ditch) ea 4 358.03 1,432.12 (OPSD 219.210) C36 552 Steel Beam Guiderail with Channel m 99 147.57 14,609.43 I SP - Wood Post C37 559 Guiderail End T reatrnent - Extruder ea 2 4,184.95 8,369.90 SP I Total Part 'C' (Carried to Summary) 611,283.91 I PART'D': CONCESSION ROAD NO.3 - W ATERMAIN AND APPURTENANCES 1.13 RMDSS Adjustments to Existing Utilities SP I 1.13.01 Adjust Watermain Valve Box ea 2 80.75 161.50 I 3.01 RMDSS Pipe (Not Including Restoration) SP 3.01.02 150 mm Dia. PVC m 18 176.64 3,179.52 I 3.01.04 300 mm Dia. PVC m 182 174.52 31,762.64 I Page 10 of15 pages I ITEMIZED BID CONTRACT NO. CU008-12 I In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2008-12 for the following unit prices. Spec. No. The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications I SP Refers to Special Provisions (P) Plan Quantity Payment Item RMDCS Regional Municipality of Durham Construction Specifications I MOC Municipality ofClarington Design Guidelines and Standard Drawings I 3.01.31 Connection to Existing 150 mm LS 498.83 W.M. at Sta. 4+676 I 3.01.32 Connection to Existing 150 mm LS 856.90 W.M. at Sta. 4+855 3.03 RMDSS Valves I SP 3.03.02 150 mm Gate Valve and Box as per ea 1,246.00 1,246.00 S-408 I 3.03.04 300 mm Gate Valve and Box as per ea 2 2,888.76 5,777.52 S-408 I 3.04 RMDSS Hydrants SP 3.04.03 Temporary Flushing Hydrant ea 1,524.05 1,524.05 I 3.04.011 New Hydrant with Storz Pumper ea I 4,384.27 4,384.27 Nozzle as Per S-409 I 3.04.051 Remove Existing Hydrant ea 156.16 156.16 I 3.05 RMDSS Provisional Item SP Services (Not Including Restoration) I 3.05.01 19 mm Main Stop ea 589.73 589.73 3.05.11 19 mm Dia. Copper Pipe m 5 104.89 524.45 I 3.06 RMDSS Test Points I SP 3.06.02 50 mm Dia. Test Point By-pass as ea 1,373.53 1,373.53 per S-429 (Modified) I Total Part 'D' (Carried to Summary) 52,035.10 I PART'E': CONCESSION ROAD 3 - STREET LIGlITING EI 604 Low Voltage Cables Aerial on m 1,010 6.64 6,706.40 Messenger Cable, #6 A WG Copper I E2 604 Steel Messenger Cable, Aerial, 9 mm m 550 11.43 6,286.50 I Page II of 15 pages I I I I I I I I I I I I I I I I I I I ITEMIZED BID CONTRACT NO. CL2008-12 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2008-12 for the following unit prices. Spec. No. SP (P) RMDCS MOC The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications Refers to Special Provisions Plan Quantity PaymenlItem Regional Municipality of Durham Construction Specifications Municipality of Clarington Design Guidelines and Standard Drawings . E3 609 Ground Wires SP a) #6 A WG Insulated m 550 6.64 3,652.00 b) #6 A WG Bare m 6 26.27 157.62 E4 609 Ground Electrodes ea 4 121.14 484.56 SP E5 614 Supply 'A' and Connection ea 2,121.10 2,121.10 SP E6 615 Guy Anchors ea 2 462.88 925.76 E7 617 Roadway Luminaires and Bracket ea II 685.01 7,535.11 SP Assemblies a) 200W HPS Luminaire, 2.4 m Bracket Total Part 'E' (Carried to Summary) 27,869.05 PART 'F': GENERAL ITEMS 8.01 RMDCS Contract Administrators Field SP Office 8.01.01 Supply and Maintain Field Office LS 6,375.41 8.02 RMDCS Contractor Documentation SP 8.02.01 Bonds, Insurance and Maintenance LS 31,350.00 Security 8.03 RMDSS Mobilization and Traffic Control SP 8.03.01 Mobilization and Demobilization LS 4,859.30 8.05 RMDSS Surveys and Monitoring SP 8.05.01 Pre-Condition Survey LS 10,462.37 Total Part 'F' (Carried to Summary) 53,047.08 Page 12 of 15 pages I I I I I I I I I I I I I I I I I I I ITEMIZED BID CONTRACT NO. CUOO8-12 In accordance with the first paragraph ofthis Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2008-12 for the following unit prices. Spec. No. SP (P) RMDCS MOC The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications Refers to Special Provisions Plan Quantity Payment !tern Regional Municipality of Durham Construction Specifications Municipality of Clarington Design Guidelines and Standard Drawings SUMMARY - Total Part 'A' - Mearns Ave. - Roadworks and Storm Sewers Total Part 'B' - Mearns Ave. - Watermain and Appurtenances Total Part 'C' - Cone. Road 3 - Roadworks and Storm Sewers Total Part 'D' - Cone. Road 3 - Watermain and Appurtenances Total Part 'E' - Cone. Road 3 - Streetlighting Total Part 'F' - General Items 1,099,769.81 21,639.08 611,283.91 52,035.10 27,869.05 53,047.08 Tenderer's GST Registration No. 101038214 P:\Dept 12\I2-29689\Specs\{29689. Item.Bid(SignDocs).xls)Sign Docs Page 13 of/5 pages I I I I I I I I I I I I I I I I I I I AGREEMENT TO BOND (to be eomoleted bv Boodiol!: Comoaov) CONTRACT NO. CL2008-12 Bond No.: SSG8314861-22 WE, the Undersigned, HEREBY AGREE to become bound as Surety for Cobourl! Development Services Limited in a Performance Bond totalling ONE HUNDRED PERCENT (100%) of the Total Tender amount, and a Labour and Material Payment Bond totalling ONE HUNDRED PERCENT (100%) of the Total Tender amount, and conforming to the Instruments of Contract attached hereto, for the full and due performance of the works shown or described herein, if the Tender for Contract No.CL2008-12 is accepted by the Authority. IT IS A CONDmON 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 A ward, otherwise the Agreement shall be null and void. DATED AT Toronto 7" 2008 this day of Mav The Dominion of Canada General Insurance ComDanv Name of Bonding Company SteDhanie Lonl!inov Signature of Authorized Person Signing for Bonding Company (BONDING COMPANY SEAL) Attornev-in-Fact Position (This Form shall be completed and attached to the Tender Submitted). Page 14 of 15 pages I I I I I I I I I I I I I I I I I I I SCHEDULE OF TENDER DATA CONTRACT NO. CUOO8-12 The work specified in the Contract shall be performed in strict accordance with the following Schedule: A. TENDER FORM: General Pages I and 2 Itemized Bid Pages 3 to 13 Agreement to Bond Page 14 Schedule of Tender Data Page 15 B. STANDARD TERMS AND CONDITIONS Pages I to 9 C. SCHEDULE 'c' -CONTRACTOR SAFETY Pages I to 8 D. INSTRUCTIONS TO TENDERERS Pages I to 6 E. SPECIAL PROVISIONS - GENERAL Pages I to 18 F. SPECIAL PROVISIONS - TENDER ITEMS Pages I to 31 G. DESIGN GUIDELINES H. STANDARD DRAWINGS I. PLANS: Drawings No. I - 26, EI, E2, LI - L7 and W-I to W-3 J. STANDARD SPECIFICATIONS: It shall be the Contractor's responsibility to obtain the applicable edition of the following Ontario Provincial Standard Specifications, Region of Durham Standard Specifications revised May 2005 and Municipality of Clarington Design Guidelines and Standard Specifications - 2004. OPSS No. Date OPSS No. Daw OPss No. Daw OPSS No. Daw 127 Current 405 Nov. 2005 507 Nov. 2005 571 Nov. 2007 128 Current 407 Nov. 2007 5\0 Nov. 2006 572 Nov. 2003 20\ Nov. 2007 408 Nov. 2007 5\1 Nov. 2004 577 Nov. 2006 206 Nov. 2000 409 Nov. 2005 514 Nov. 2005 604 Nov. 2004 3\0 Nov. 2004 4\0 Nov. 2006 5\6 Nov. 2005 609 Apr. 2003 3\2 Apr. 2004 42\ Nov. 2007 532 June 199\ 6\4 Sept. \984 3\4 Nov. 2004 501 Nov. 2005 540 Apr. 2007 615 Nov. 2007 330 May \994 503 Nov. 2005 552 Nov. 2002 6\7 Nov. 2005 351 Nov. 2005 504 Nov. 2005 559 Nov. 2007 353 Nov. 2006 506 Nov. 2005 570 Nov. 2007 K. GEOTECHNICAL INVESTIGATION L. GENERAL CONDmONS: OPS General Conditions of Contract (November 2006) The Contractor, by this tender, offers to complete the work ofthis Contract in strict accordance with the terms contained herein. The bidder certifies that it has met all of its obligations to comply with the Provincial Retail Sales Tax requirements, so that it is able to do business in Ontario. Yes x No By my/our signature hereunder, I/we hereby identiJy this as the Schedule of Tender Data, Plaits and SpeCifications, ili - for Contract No. CL2008-12, executed by me/us bearing date the ~ day of May 2OQ1! and we have fully read all related documents to tender data as listed above. .' /f#~ NAME OF FIRM ~ourg Development Services Ltd. SIGNATURE: PosmON f>Fe~ident (COMPANY SEAL) Privacy I...e2"islatioD Federal legislation governs the collection and use of personal information from individuals. We represent and warrant to the owner that we have obtained the CONSENT of any and all employees whose personal infonnation we have supplied to the owner in this tender. This personal information, which includes, but is not limited to, the employees' names, education, work and project histoly, professional designations and qualifications. This CONSENT permits the owner to disclose this personal information to the Engineer (owner or agent) for the purpose of evaluating our bid. In the event that the tender is successful, this personal information may also be used in project administration, for contact purposes. This is Page 15 of 15 Pages to be submitted as the Tender Submission for Contract No. CL2008-12. v- 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. CL2008-12 STANDARD TERMS AND CONDITIONS P:\Depl12\12_296891Specsl296Il9-T&C.doc I I I I I I I I I I I t I I I I I I I STANDARD TERMS AND CONDITIONS 1 The Municipality of Clarington' s "Standard Terms and Conditions" shall apply to this Contract except where noted below. . Clause 8 of the "Standard Terms and conditions" shall be superceded by Clause 9, "Payments" of the "Special Provisions - General" Section of the Contract. . Clause 15 of the "Standard Terms and conditions" shall be superceded by Clause 2, "Guaranteed Maintenance" of the "Special Provisions - General" Section of the Con~t . . Clause 16 of the "Standard Terms and Conditions" is not applicable to this Contract. . Clause 23 of the "Standard Terms and Conditions" shall be superceded by Clause 6.03.02 of the OPS General Conditions of Contract (November 2006) which requires a $5,000,000.00 liability coverage. . Clause 26 of the "Standard Terms and Conditions" shall be superceded by Clause 20, "Workplace Hazardous Materials Information System (WHMIS)" of the "Special Provisions - General" Section of the Con~t.. STANDARD TERMS AND CONDmONS 2 I I I I I I I I I I I I I I I I I I I 1. DEFINITIONS Municipality - The Corporation or the Mul\icipalily of CIaringIon, its suocessors and assigns. Bidder - The person, finn or corporation submitting a bid \0 the Municipality. Company - The person, con\Jac\or, inn or COIporation \0 whom the Municipality has awarded the cOllbact, its'ICCeSSOIS and as$igns. . Contract - The pun:hase order authorizing the company \0 pertonn the work, purchase order alterations, the document and addenda, the bid, and surely. Subcontractor - A person, inn or corporation having a conbacl with the company for, or any part of, the worl<. Document - The document(s) issued by the Municipalily in response \0 which bids are invited to pelform the work in accordance with the specifications contained in the document. Bid - An offer by a Bidder in response to the doaJment issued by the Municipality. Work - AI labour, materials, products, articles, fixtures, services, supplies, and acts required to be done, furnished or perfonned by the company, which are subject to the Contract. 2. SUBMISSION OF BID Bid invitation shall be in accordance with the Municipality of Clarington Purchasing By-law II2Q06. 127 and will apply for the catting, receiving, and opening or bids. The Municipality wiD be responsible for evaluating bids, awarding and administering the contract in accordance with the Purchasing By- law. The bid must be submitted on the form(s) and in the envelope supplied by the Municipality unless olherNise provided herein. The envelope must not be ~ by any outside Wt"8ppings, i.e. courier envelopes or other coverings. The bid must be signed by a designated signing officer or the Bidder. II a joint bid is submitted, ~ must be signed on behalf of each or the Bidders. The bid must be legible, written in ink, or typewritten. Any form of erasure, strikeout or o_'wtiting must be initialed by the Bidder's authorized signing officer. The bid must not be resbicled by a covering letter, a statement added, or by atterations to the document unless olherNise provided herein. Failure to return the document or invitation may resutt in the removal 01 the Bidder from the Municipality's biddel's list. . A bid received after the dosing date and lime win not be considered and will be returned, unopened. Should a dispute arise from the terms and conditions or any part or the contract. regarding meaning, intent or ambiguity, the decision or the Municipality shall be final. I I I I I I I I I I I I I I I I I I I STANDARD TERMS AND CONDITIONS 3 3. CONTRACT The eu.......t conslsls oflhe documents aforementioned. The contract and pof\ions lhereof take precedence in lhe onIer in which they are named above, nolwithstanding lhe chronological order in which they are issued or exeaJted. The intent of lhe contract is lhallhe Company shall supply work which is' fit and suitable for lhe Municipality's intended use and complete for a partiaJar purpose. None of lhe conditions 00llWi1ed in the Bidde(s standard or general conditions of sale shall be of any effect unless mcplicilIy agreed to by lhe Municipality and specifically referred to in the pun:hase order. 4. ClARIFICATION OF 1liE OOCUMENT Any darification of the document required by the Bidder prior 10 submisskJn of its bid shall be requested through lhe Municipaity's con1act Idenlified in the doaJment. Any such darificalion so given shall not in any way aIler the document and in no case shall oral arrangements be considered. Every notice, advice or olher communication pertaining thereto will be in lhe fonn of a wriIlen addendum. No officer, agent or employee of the MunicipaIily is authorized to aRer oraDy any portion of lhe document. 5. PROOF OF ABILITY The bidder may be required to show, in terrns of experience and faciIiIies, evidence of its ability, as well as lhal of any proposed subcontractor, to pedomJ lhe work by the specified delivery date. 6. DELIVERY Unless olhefwise slated,lhe work specified in lhe bid shall be delivered or completely pedomJed by the Company as soon as possille and in any event within the period set out herein as lhe guaranteed period of delivery or completion after receipl of a pun:hase order therefor. A detailed delivery ticket or piece laUy, showing the exact quantity of goods, malelials, aIlicIes or equipment, shall acoompany each delivery lhereof. Receiving by a foreperson, storekeeper or olher such receiver shal not bind lhe Municipality to acoepIlhe work covered thereby, or the partiaJIars of the delivery ticket or piece taUy lhereof. WOI1< shan be subject to further inspection and approval by the MuniQpality. The Company shaH be responsible for arranging lhe work so lhal completion shan be as specified in the contract. Time shall be oflhe essence of the contract. 7. PRICING Prices shall be in Canadian Funds, quoted separately for each Rem stipulated, F.O.B. destination. Prices shall be firm for the duration of the contract. Prices bid must include aU incidental costs and.lhe Company shaH be deemed to be satisfied as to lhe full requirements of the bid. No claims for extra work wit be entertained and any additional wol1< must be authorized in wnting prior to commencement. Should the Company require more information or clarification on any point. R must be obtained prior to the submission of the bid. Payment shall be full compensation for an costs related to the work, induding operating and overhead costs to provide woI1< to the satisfaction of the Municipality. STANDARD TERMS AND CONDITIONS 4 I I I I I J I I t I I I I I I I I I 1 AD prices quoted shall include applicable customs duty, excise tax, freight, insurance, and all other charges of every kind attribuIable to the work. Goods and Selvioes Tax and Provincial Sales Tax shan be extra and not shown, unless olhelwise specified herein. If the Bidder intends to rnmufaclure or fabricate lIiI1Y p.t of the WOIl< outside of Canada, ~ shall arrange b shipping procedures so that b agent or ~ in Canada is the importer of record for customs purposes. Should lIiI1Y adcitional tax, duty or lIiI1Y variationilllil1Y tax or duty be imposed by the Government of Canada or the Province of Ontario become direcIIy applicable to WOlk specified in this document subsequent to b submission by the Bidder and before the delivery of the WOlk covered thereby pursuant to a purchase Older issued by the Municipality appropriate increase or deaease in the price of WOlk shaD be made to compensate for such chenges as of the effective date thereof. 8. TERMS OF PAYMENT Where required by the Construction Lien Ad. appropriate monies may be held back until 60 days after the cornpIetion of the work. Payments made hereunder, including final payment shal not relieve the company from b obligations or liabilities under the conlIacl. Acceptance by the company of the final payment shaD constitute a waiver of daims by the company against the Municipalily, except those previously made in writing in llCllOIdance ~ the conlIacl and stiD unsettled. The Municipalily shall have the right to withhold from any sum othetwise payable to the company such amount as may be sufficient to remedy lIiI1Y defect or deficiency in the WOlk, pending correction on. Payment may be made 30 days after deIivefy pursuant to the Bidder submitting an invoice, contrad requirements being completed and work being deemed satisfactory. 9. PATENTS AND COPYRIGHTS The company shall, at ~s expense, defend all claims, actions or proceedings against the Municipality based on any aIegations that the work or any part of the work constitutes an infringement of any patent, copyright or other proprietary right, and shaD pay to the Municipality all costs, damages, charges and expenses, induding b lawyers' fees on a solicitor and his own cIienl basis occasioned to the Municipality by reason thereof. The company shall pay al royalties and patent Ilcense fees required for the work. If the WOlk or any part thereof is in any action or proceeding held to constitute an infJingement, the company shall ~ either secure for the Municipality the right to continue using the WOlk or shall at the company's expense, replace the infringing work~ non-infringing WOlk or modify ~ so that the work no longer infringes. 10. ALTERNATES Any opinion with regard to the use of a proposed alternate detennined by the Municipafoty shall be final. Any bid proposing an aUemate wiD not be considered unless otherwise specified herein. 11. EQUIVAlENCY Any opinion determined by the Municipaldy ~ respect to equivalency shaD be final. 12. ASSIGNMENT AND SUBCONTRACTING The company shall not assign or subcontract the conlIacl or any portion thereof without the prior written consent of the Municipalily. "'I I I I I I I I I I I I I I I I I I I STANDARD TERMS AND CONDITIONS 5 13. FINANCING INFORMATION REQUIRED OF THE COMPANY The Municipality is entitled 10 request of the Company 10 furnish Rl8SOl1abIe evidence \hat financial ammgements have been made to flAfin the Company's obligations under the Contl8Ct. 14. LAWS AND REGUlATIONS The company shall comply with relevant Federal, Provincial and Municipal slatutes. regulationS and by-laws peI1aining to the WOlk and its perfonnanc:e. The company shall be responsible for ensuring similar compliance by suppliers and subcolltraclolS. The contract shall be governed by and interpreted in acamIanoe with the laws of the Province of Ontario. 15. CORRECTION OF DEFECTS If at any time prior to one year after the aduat delivery date or compIelion of the WOfl< (or specified warrantylguaranlee period if longer than one year) any part of the work becomes defective or is deficient or fails due to defect in design, material or workmanship, or otherwise fails to meet the requirements of the lXllllIac:l, the company. upon request, shall make good every such defect, deficiency or faiure without cost to the Municipality. The company shall pay all transpoflation cosIs for work both ways between the company's factory or repair depot and the point of use. 16. BID ACCEPTANCE The Municipality reserves the righllo award by kern. or part thereof, groups of items, or paris thereof. or all items of the bids and to award contrac:ts to one or more biddeIs submilIlng identical bids as to price; to accept or reject any bids in whole or in part; to waive irregularities and omissions. if in so doing. the best interests of the Municipality will be seIVtld. No IiabiIily shall acaue to the Municipality for its decision in this regard. Bids shall be irrevocable for 90 <leys after the ofIiciaI closing time. The placing in the mail or deIivefy to the Bidder's shown address given in the bid of a notice of award to a bidder by the Municipality shall constitute notice of aoceptanoe of contract by the Municipality to the extent described in the notice of award. 17. DEFAULT BY COMPANY a. If the company: commits any act of bankruptcy; or if a receiver is appointed on account of its insolvency or in respect of any of its properly; or if the company makes a general assignment for the benefit of its <:re<fitors; then, in any such case, the Municipality may, without notice: tenninaIe the contract. b. If the company: fails to comply with any request, instruction or order of the Municipality; or fails to pay its accounts; or fails to comply with or persistently disregards statutes, regulations, by-laws or directives of relevant authorities relating to the work; or fails to prosecute the work with skUI and diligenoe; or assigns or StJbIets the contract or any portion thereof without the Municipality's prior _en consent; or refuses to correct defective work: or is otherwise in default in carrying out its part of any of the terms, conditions and obligations of the contract, then, in any such case, the Municipality may, upon e>Cpiration of ten days from the date of _en notice to the company. terminate the contracl c. Any termination of the contract by the Municipality, as aforesaid, shall be without prejudice 10 any other righls or remedies the Municipality may have and without incurring any liability whatsoever in respect thereto. STANDARD TERMS AND CONDmONS 6 I I I I I I I I r I I I I I I I I I I d. lfthe Municipality terminates the contracl, it is entitled to: i) take possession of an WOfk in progress, materials and construclion equipment then at the projed site (at no addilionat charge for the retention or use of !he construclion equipment), and firish the work by whatever means the Municipality may deem appropriate under the cireumstances; bl wiIhhoId any further payments to the company until the completion of the work and the expiry of all ollIigations under the Conedion of Defects section; iO recover fiom the company loss, damage and expense incurred by the Municipality by reason of the company's derauIt (which may be deducted fiom any monies due or becoming due to the COtlojlllol)', any balance to be paid by the company to the Municipality). 18. CONTRACT CANCEUATlON The Municipality shal have the right, which may be exercised from time to time, to cancel any uncompleted or unpetfonned portion of the work or part thereof. In the event of such c:ancelIation, the Municipality and the Company may negotiate a setUement. The Municipality shall not be liable to the Company for loss of anticipated profit on the cancelled portion or portions of the work. 19. QUANTITIES Unless olhelwise specified herein, quantities are shown as approximate, are not guaranteed to be accurate, are furnished without any liabilily on behalf of the Municipality and shall be used as a basis for comparison only. Payment will be by the unit complete at the bid price on actual quantities deemed acceptable by the Municipality. 20. SAMPLES Upon request, samples must be submitted strictly in accordance with instructions. If samples are requested subsequent to opening of bids, they shaU be deti_ed within three (3) working days following such request, unless additional time is granted. Samples must be submitted free of charge and will be returned at the biddel's expense, upon request, provided they have not been destroyed by tests, or are not required for comparison purposes. The acceptance of samples by the Municipaity shall be at its sole discretion and any such acceptance shaD in no way be construed to imply relief of the company from its obligations under the contract. Samples submitted must be accompanied by current Material Safety Data Sheets (MSDS) where applicable. 21. SURETY The successful tenderer shall, if the Municipality in its absolute disaetion so desires, be required to satisfy surety requirements by providing a deposit in the form of a certified cheque, bank draB or money order or other form of surety, in an amount determined by the Municipality. This surety may be held by the Municipality until 60 days after the day on which all work covered by the contract has been completed and accepted. The surety may be retumed before the 60 days have elapsed providing satislaclory evidence is provided that an liabilities incurred by the company in carrying out the work have expired or have been satisfied and that a Certificate of Clearance from the WSIB _ Workplace Safety Insurance Board has been received. The company shal~ iflhe Municipality in its absolute disaetion so desires, be required to satisfy fidelity bonding requirements by providing such bonding in an amount and form detennined by the Municipality. Failure to furnish required surety within two weel<s from date of request thereof by the Municipality shall make the award of the Contract by the Municipality subject to withdrawal. I I I I I I I I I I I I I I I I I I I STANDARD TERMS AND CONDITIONS 7 22. WORKPlACE SAFETY AND INSURANCE BOARD AI of the Conbac:to(s pIlISGr.-leI must be covered by the insurance plan under the Workplace Safety and Insurance Ad, 1997, or must pIUIIide an ideldificalio" m.mber from \he WSIB verifying their status as an "Indepelldent Opefator". Upon request by the Municipally, an ariginat l.etIerof Good Slanding from the Workplace Safety and Insurance Board shall be pnMded prior to the CXlrMleIlCelIle of work indic:aling all payments by the Company to the board have been made. Prior to final psymenl. a Celflficate of CleaollOMr must be issued i"'11 all payments by the Company to the Board in conjunction with the subject ConlJad have been made and thai the Mullicij..a1ilj will not be liable to the BoanI for fuIln psymenls in conneclion with the Company's IulfiIment of the contract. Further Cel1ificates of CIeaI8IlCe or other types of oertificales shall be pnMded upon request. For Independent oonlractors / Owners / Operators who do not have WSIB coverage, the following shaH be provided upon request by the Calling Agency: Single Independent Contractors / Owners / OpeIatora shatI provide a letter from the Workplace Safety & InsuIance BoanI confinnlng independent opendor status and identification number. To obtain this, contracIors must complele the fonn "Oetem1ining workerIlndepelldent Operator status", issued by the WOI1<place Safety & Insurance Board. (For more information, please contacl your local Workplace Safety & Insumnce Board Oftice and refer to this clause.) Single Independent Contrado../ Owners / Operalols must also proIIide a certilicate from the Wori<pIace Safety & IIlSUI8I'lCe Board confirming they have pun:hased the optional WSIB coverage. The Municipality of Clarington has the right to reject any bid ~ deems to provide insufficient coverage. 23. INSURANCE The company shall mainlain and pay for ~ GeneIaI UabiIiIy insurance including premises and all operations. This inswance coverage shall be subject to limits of not less than $3,000,000.00 inclusive per occurrence for 1hinl party Bodiy InjuIy and Property Damage or such other coverage or amount as may be requested. The policy shall include the Municipality as an additional insureds in respect of all operations perfonned by or on behalf of the Company. A cer1ified copy of such policy or certilicate shall be provided to the municipaliIy prior to convnencement of the work. Further certified copies shall be plOIIided upon request 24. lIABlUTY The company agrees to defend, fully indemnifY and save harmless the Municipality from al actions, suits, claims, demands, losses, costs, charges and expenses wltalsoever for au diunage or injury including death to any person and all damage to any properly which may arise drecIly or indirecCIy by reason of a requirement of the conlJact, save and except for damage caused by the negligence of the MunicipaJjty or its employees. The Company agrees to defend, fully indemnify and save hannless the Municipalily from any and all charges, fines, penaUies and costs that may be inalfTed or paid by the Municipality if the Municipality or any of iI$ employees shall be made a party to any charge under the Occupationat HeaIIh and Safety Act in relation to any violation of the Act arising out of this conlJact. 25. VISITING THE SITE The Company shall carefuIy examine the site and existing building and services affecting the proper exeadion of the work, and obtain a clear and comprehensive knowledge of the existing conditions. No dairn for extra payment will be allowed for work or dilIiaJIties encountered due to oondilions of the sije which were visible or reasonably inferable, prior to the date of submission of Tenders. Bidders shall accept sole responsibility for any enor or neglect on their part in this respect. STANDARD TERMS AND CONDITIONS 8 I I I I I I I I I I I I I I I I I I I 26. SAFETY The Company shaI obey all Federal. Provincial and Municipal Laws, Ad, Ordinances, ReglMtions. Orders-ln-Councll and By-laws, which could in any way pertain to \he work outlined in the Contract or to the Employees of the Company. Without limimg the generaIily of the foregoing. lhe ~y shaI satisfy all statutOI)' requiIemenls imposed by the Oco ~ HeelIh and Safely Ad and Regulations made thereunder. on a contraclor, a Constructor and/or Employer with respect to or arising out of the perfonnance of the Company's obligations under this Contract. The Company shaD be aware of and conform to at gowming regulations including those established by the Municipality relating to errq>loyee health and safety. The Company shall keep employees and subcon1ractors infom1ed of such regulations. The Company shall provide Material Safety Data Sheets (MSDS) to the Municipality for any supplied Hazardous Materials. 27. UNPAID ACCOUNTS The company shaD indemnify the Municipality from at claims arising out of unpaid accounts relating to the work. The Municipality shaD have the right at any lime to tequire satislaclory evidence that the work in respect of which any payment has been made or is to be made by the Municipality is free and clear of tiens. attachments, claims, demands. charges or other encumbrances. 28. SUSPENSION OF WORK The Municipality may, without invalidating the conbact, suspend perlormance by the company from time to time of any part or aD of the work for such reasonable period of lime as the Municipality may determine. The resumption and completion of work after the suspension shaD be governed by the schedule established by the Municipality. 29. CHANGES IN THE WORK The Municipality may, without invalidating the contract. direct the Company to make changes to the work. When a change causes an increase or deaease in the work. the contract price shal be inaeased or deaeased by the appIicaIion of unK prices to the quantum of such increase or deaease. or in the absence of applicable uM prices. by an amount to be agreed upon belween the Municipality and the Company. AU such changes shall be in writing and approved by the Municipality. 30. CONFLICT OF INTEREST No employee or member of CouncIl of the MunicipaIily shall sell goods or services to the Municipality in accordance with the Municipality of CIaringlon Policy or have a direct or indirect interest in a Company or own a Company which sels goods or services to the Municipality. 31. MUNICIPAL FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT (MFIPPAI All correspondence. documentation, and information provided to staff of the Municipality of CIaringlon by every offerer, including the submission of proposals. shal become the property of the Municipality, and as such, is subject to the Municipal Freedom of Information and Protection of Privacy Ad, and may be subject to release pursuant to the Ad. Offerers are reminded to idenliIy in their pcoposal material any Specific scientific. technical, commercial, proprietary. or similar ronfidentiaI information. the disclosure of which could cause them injufy. Complete proposals are not to be i<Ieodified as c:onfidential. 32. CRIMiNAl BACKGROUND CHECKS "The successful service provider covenants and agrees to provide the Municipality of Clarington, or such other entity as the Municipality may designate. with written consent to perform a criminal I I I I I I I I I I I I I I I I I I I STANDARD TERMS AND CONDITIONS 9 background che<:k including Criminal Code (Canada) ClOIlVidionS. pardoned sexual 01l1l1lC86. I'llCOfds or convic::lions under lhe ConIroIIed Drugs and SubsIances I>d. NllICOtics ConlroI Ad and Food and Drugs Ad and aI ouIstar1ca1g WM'8flls and chaIges for eveJy incividuaI who may come into direct contract with youth or who are permitted entrance 10 private or resIIicled _ or residences. This will be done at no cosllo lhe Municipality and any such requested dowment will be submitted to lhe Mooicipality in its true form in advance of ~ of work. The Municipal issued identification earn must be worn when individuals are at a site where there is direct contact with youth or where access 10 any private or restrlcled area is anlic:ipeted. The Municipal identification caId is valid for lhe lenn of lhe contract only or a one year lenn, whichever comes first. Under the terms allhe contract. the Municipeity has lhe sole and unfe.....d dlsaetiul1 to prohibit an individual from coming into direct contact with youth or 1lI1le(wog a private or ,etillu.d area on a regular ba&is and 10 terminate lhe contract if lhe bidder/paf1ner fails 10 obtain Of renew the Municipal ide.llifiwtio.l calds according 10 Municipal policy and procedure. The Municipality of Clarington reserves lhe right to cancel and/or suspend the contract immediately and unilaterally and wilhout penalty 10 the Municipality should Ihe service provider fai 10 provide the required documentation or oIherwise adhere 10 lhis procedure. "The Chief AdmiuisbdGve Officer has the final say in determining any final action: I I I I I I I I I I I I I I I I I I I CORPORATION OF THE MUNICIPALITY OF CLARlNGTON CONTRACT NO. CLl008-12 SCHEDULE 'c' P:\DeplI2\12-29689\SpecsICL-5cl1cdu1e (Q-doc I I I I I I I I I I I I I I I I I I I SCHEDULE (C) CONTRACTOR SAFETY 1 POUCY AND PROCEDURE POLICY: ContradOfS and Sub-contradors are responsible to ensure that their personnel are updated on all safety concerns of the workplace and are aware of the safety requirements as required by the Contrador under the Occupational Health and Safety Ad. Safety performance will be a consideration in the awarding of contracI. Under the Occupational Health and Safety Ad (Section 23 (1), (2)), it is the constructor's responsibility to ensure that: . the measures and procedures prescribed by the Occupational Health and Safety Ad and the Regulations are carried out on the oroiect; . every employer and every worker performing work on the Droiect complies with the Occupational Health and Safety Ad and the Regulations (under the Ad); and . the health and safety of workers on the oroied is proteded. . Where so prescribed, a construdor shall, before commencing any work on a projed, give to a Diredor notice in writing of the projed containing such information as may be prescribed. DEFINITIONS: Contractor - any individual or firm engaged by the Municipality to do work on behalf of the Municipality. Project - means a construdion projed, whether public or private, including, . the construction of a building, bridge, strudure, industrial establishment, mining plant, shaft tunnel, caisson, trench, excavation, highway, railway, street, runway, parking lot, cofferdam, conduit, sewer, watermain, service connection, telegraph, telephone or electrical cable, pipe line, dud or well, or any combination thereof, . the moving of a building or strudure, and . any work or undertaking, or any lands or appurtenances used in connection with construction. Construction - includes eredion, alteration, repair, dismantling, demolition, strudural maintenance, painting,land clearing, earth moving, grading, excavating, trenching, digging, boring, drilling, blasting, or concreting, the installation of any machinery or plant, and any work or undertaking in connedion with a projed. 2 I I I I I I I I I I I I I I I I I I I SCHEDULE (C CONTRACTOR SAFETY POUCY AND PROCEDURE Continued... Constructor - means a person who undertakes a project for an owner and includes an owner who undertakes an or part of a project by himself or by more than one employer. Project Manager - means the municipal management representative who has responsibility for a contract. PROCEDURE: The following items are required before any CoOtractors are hired by the Municipality. a) Before beginning a project, the project manager or delegate must determine whether any designated substance~rdous materials are (or will be) present at the site and prepare a list of all these substances. b) The project manager or delegate must include. as part of the request for tender/quotations, a copy of the above-mentioned list. The list of designated substanceslhazardous materials must be provided to all prospective constructors and/or contractors. c) The request for tender/quotations will require prospective contractors to include a list of the designated substances/hazardous materials that will be brought onto the work site and material safety data sheets. d) Before awarding a contract, contractor(s) will be required to complete and sign the Health and Safety Practice Form (Schedule "A"). The Purchasing Office will maintain all contractors safety performance records. e) As part of the tender/quotation conditions. before award of a contract. the contractor will be required to provide proof that all workers involved with the project have the proper WHMIS training, as required by the Occupational Health and Safety Act. f) As part of the tender/quotation conditions. before award of a contract, the contractor must provide details of their Health and Safety program. g) The project manager or delegate must provide the successful contractor with a workplace orientation, which will include, but not limited to identifying known potential hazards, hazardous material inventory and material safety data sheets for the sites. A workplace orientation/Job Safety Instruction Checklist to be completed (see Compliance page 9). h) Before the start of the assignment. the following documentation will be provided to the successful contractor, by the project manager or delegate. i) Copies of the Municipal Corporate Health and Safety Program ii) Departmental health and safety policies iii) Workplace procedures regarding health and safety practices. I I I I I I I I I I I I I I I I I I I SCHEDULE (C) CONTRACTOR SAFETY 3 POLICY AND PROCEDURE Continued... i) The contractor has the responsibility to provide any and all prescribed personal protective equipment for their own workers, to include as a minimum but not limited to hard hats and safety boots. If a worker(s) fails to comply with any program, policy, rule or request regarding health and safety, that person(s) is not allowed on the site until the person(s) complies. j) The Municiparrty will retain the right to document contractors for aU health and safety warnings and/or to stop any contractors' work if any of the previously mentioned items are not in compliance. Similarly, the Municipality .wiU have the right to issue warnings and/or to stop work if there are any violations by the contractor of the Occupational Health and Safety Act, Municipal Health and Safety programs, policies, rules, anclfor if the contractor creates an unacceptable health and safety hazard. Written warnings and/or stop work order$ can be given to contractors using Contractor Health and Safety Warning/Stop Work Order Form (Schedule "S'l k) Where applicable, the Municipality will retain the right to allow municipal employees to refuse to work in accordance with the established policy and the Occupational Health and Safety Act, in any unsafe conditions. I) The Purchasing Department will maintain current certificates of clearance until all monies owing have been paid to the contractor. m) Responsibility for ensuring contractor compliance to this policy falls upon the project manager or designate. This will include identification, evaluation and control practices and procedures for hazards and follow-up and issuing of Contractor Health and Safety Warning/Stop Work Orders. 4 I I I I I I I I I I I I I I I I I I I SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PROCEPURE Continued... HEALTH AND SAFETY PRACnCE FORM To Contractor(s): The Municipality of Clarington is committed to a healthy and safe working environment for all workers. To ensure the Municipal workplace is a healthy and safe working environment, contractors, constructors and subcontractors must have knowledge of and operate in compliance with the Occupational Health and Safety Act and any other legislation pertaining to employee health and safety. In order to evaluate your company's health and safety experience, please provide the accidentlincident and/or Workplace Safety and Insurance Board (WSIB) information noted below. where applicable. . The New Experimental Experience Rating'(NEER) _ The WSIB experience rating system for non-construction rate groups ............................................................................................. . The Council Amended Draft #7 (CAD-7) Rating _ The WSIB experience rating system for construction rate groups ............................................................................................. . Injury frequency performance for the last two years _ This may be avaUable from the contractor's trade association ............................................................................................. . Has the contractor received any Ministry of Labour warnings or orders in the last two years? (If the answer is yes, please include the infraction). . Confirmation of Independent Operator Status _ The WSIB independent operator number assigned: (Bidders to include the letter confirming this status and number from WSIB with their bid submission.) I I I I I I I I I I I I I I I I I I I SCHEDULE (C) CONTRACTOR SAFETY 5 POLICY AND PROCEDURE Continued... CONTRACTOR'S STATEMENT OF RESPONSIBILITY As a contractor working for the Municipality of Clarington, IIWe wiR comply with all procedures and requirements of the Occupational Heafth and Safety Act, Municipal safety policies, department and site specific policies and procedures and oIher applicable legislation or regulations. l/we will work safely with skill and care so as 10 prevent an accidental injury to ourselves, fellow employees and members of the public. 1. The contractor/successful tenderer certifies that it, its employees, its subcontractors and their employees, a) are aware of their respective duties and obligations under the Occupational Health and Safety Act, as amended from time 10 time, and aU Regulations thereunder (the' Ac/"); and b) have sufficient knowledge and training to perform all matters required pursuant to this contractltender safely and in compliance with the Act. 2. In the performance of all matters required pursuant to this contractJtender, the contractor/successful tenderer shall, a) act safely and comply in aU respects to the Act, and b) ensure that its employees, it subcontractors and their employees act safely and complying all respects with the Act. 3. The contractor/successful tenderer shall rectify any unsafe act or practice and any non-compliance with the Act at its expense immediately upon being notified by any person of the existence of such act, practice or non-compliance. 4. The contractor/successful tenderer shall permit representatives of the Municipality and the Health and Safety Committee on site at any time or times for the plIpOse of inspection to determine compliance with this contractorltender. 5. No act or omission by any representative of the Municipality shall be deemed to be an assumption of any of the duties or obligations of the contractor/successful tenderer or any of its subcontractors under the Act. 6. The contractor/successful tenderer shall indemnify and save harmless the Municipality, a) from any loss, inconvenience, damage or cost to the Municipality which may result from the contractor/successful tenderer or any of its employees, its subcontractors or their employees failing to act safely or to comply in all respects with the Act in the performance of any matters required pursuant to this contractltender; 6 II I I I I I I I I I I I I I I I I I I SCHEDULE (C) CONTRACTOR SAFETY POUCY AND PROCEDURE Continued... b) against any action or claim, and costs related thereto, brought against the Municipality by any person arising .out of any unsafe act or practice or any non-compliance with the Act by the contractor/successful tenderer or any of its employees, its subcontractors or their employees in the performance of any matter required pursuant to this contractltender; and c) from any and all charges, fines, penatties, and costs that may be incurred or paid by the Municipality (or any of its council members or employees) shall be made a party to any charge under the Act in relation to any violation of the Act arising out of this contractltender. .... ..C.o..8<,R.>!?!? ...[).!P.JFhP.f!t!}.RlP.I.:.. ~ffl.I/..<.c.~..I;f:])... ... ....,Ja/l;JlI....REtlIJIS............ .... Contractor Name of Person Signing for Contractor .................~..~............................................~....I.rR....A.~.r Signature 1contfactor fl . Date I I I I I I I I I I I I I I I I I I I 7 SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... CONTRACTOR HEALTH AND SAFETY WARNING/STOP WORK ORDER The purpose of this form is to: (Issuer to check one of the following) Provide warning to the contractor to immediately discontinue the unsafe woll< practice described below Direct the contractor to immediately cease all wall< being performed under this contract due to the unsafe wor1< practice described below. FAILURE TO COMPLY WITH THIS WARNINGlSTOP WORK ORDER SHAll CONSTITUTE A BREACH OF CONTRACT. PART "A"- DETAILS OF CONTRACT CONTRACTIP.O. # DESCRIPTION: NAME OF FIRM: PART "B" - DETAilS OF INFRACTION (TO BE COMPLETED BY ISSUER) I 8 SCHEDULE (C) I CONTRACTOR SAFETY DATE & TIME OF INFRACTION: I DESCRIPTION OF INFRACTION INCLUDING LOCATION: I I ORDER GIVEN BY MUNICIPAliTY: I I DID THE CONTRACTOR COMPLY WITH THIS ORDER? I DATE & TIME OF COMPLIANCE: I ISSUED TO: CONTRACTOR'S EMPLOYEE TITLE I ISSUED BY: MUNICIPAL EMPLOYEE, DEPARTMENT TITLE I PART "CO - ADDITIONAl COMMENTS I THIS SECTION IS TO BE USED INTERNAlLY TO RECORD ADDITIONAL COMMENTS I SUBSEQUENT TO ISSUING THE WARNING/STOP WORK ORDER, I.E. DATE AND TIME WORK RESUMED, FURTHER ACTION TAKEN, ETC. I I I I I I 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. CL2008-12 INSTRUCTIONS TO TENDERERS P:\Dept 12\12-29689\Specs\29689-ITdoc I I I I I I I I I I I I I I I I I I I INDEX INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2008-12 CLAUSE SUBJECT PAGE I. GENERAL.............. ....... .......... ....... ....... .......... .............................................. ............. I 2. BLANK FORM OF TENDER .................................................. ................ .......................... 2 3. TENDER DEPOSITS................................................................. .......................... ........... 2 4. BONDS............................................. ......................................................... ................ 2 5. RIGHT TO ACCEPT OR REJECT TENDERS ........................................................................ 3 6. UNACCEPTABLE TENDERS................ ................ .............................................. ............. 3 7. ABILITY AND EXPERIENCE OF TENDERER...................................................................... 3 8. PROVINCIAL SALES TAX.......... .................................................................................... 3 9. GOODS AND SERVICES TAX (GST) .................................................................................3 10. EXECUTE CONTRACT DOCUMENTS ............................ ................. .................................. 3 II. COMMENCEMENT OF WORK ........................................................................................ 4 12. LOCATION........ ........ ...................................... ........................................................... 4 13. SOILS INFORMATION AND CROSS-SECTIONS .................................................................. 4 14. TENDERERS TO INVESTIGATE ...................................................................................... 4 15. INQUIRIES DURING TENDERING ... ............... ................................ .................................. 5 16. AWARD OF THE CONTRACT ......................................................................................... 5 17. DEFINITION OF OWNER/AUTHORITY AND ENGINEER/CONTRACT ADMINiSTRATOR............. 5 18. ADDENDA................................................................................................... ............... 5 19. UTILITIES..... ............................................................................................................. 5 I I I I I I I I I I I I I I I I I I I PAGE ONE INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2008-12 1. GENERAL SEALED Tenders plainly marked "Contract No. CL2008-l2" will be received until: 2:00:00 P.M., LOCAL TIME, WEDNESDAY, MAY 7,2008 and shall be addressed to: Ms. Patti Barrie, Clerk Corporation of the Municipality of Clarington 40 Temperance Street BowmanviJIe, Ontario L1 C 3A6 Tenders must be time-stamped at the above noted location to be considered. Late submissions will not be accepted and will be returned unopened without exception. The use of the mail or courier services for delivery of a Tender will be at the risk of the Bidder. The Tender must come into the possession of the above-mentioned representative of the Municipality before the deadline for submission or the Tender wiJI be returned to the Bidder unopened. In the event that the Tender is hand delivered and is received past the deadline for submission, the Tender envelope wiJI be time stamped and returned unopened to the deliverer immediately. In the event that the Tender is received by a means other than 'in person' and is received past the submission deadline, it will be time stamped and returned unopened by courier. Note: Since Tenders must be submitted in a sealed envelope, submissions by facsimile or electronic delivery, secured or otherwise, are.!!!!! acceptable. The onus unequivocally remains with the Bidder to ensure that Tenders are delivered to the Municipal Clerk, Clerks Office, 2nd Floor, before the deadline for submission, in accordance with the submission instructions. Requests for adjustments to submitted Tenders by telephone, fax or electronically wiJI not be considered. The Municipality shall not be liable for any cost of preparation or presentation of Tenders, and all Tenders and accompanying documents submitted by the Bidder become the property of the Municipality and will not be returned. There will be no payment to Bidders for work related to and materials supplied in the preparation, presentation and evaluation of any Tender, nor for the Contract negotiations whether they are successfu I or unsuccessful. The Municipality, its elected officials, employees and agents shall not be responsible for any liabilities, costs, expenses, loss or damage incurred, sustained or suffered by any Bidder, prior or subsequent to, or by reason of the acceptance, or non-acceptance by the Municipality of any Tender, or by reason of any delay in the acceptance of any Tender. INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2008-12 2. BLANK FORM OF TENDER One copy ofthe 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 in the minimum amount defined below, made payable to the Authority, as a guarantee for the execution of the Contract. MiliililulbDep~it . aequired . $1,000.00 2,000.00 5,000.00 10,000.00 25,000.00 50,000.00 100,000.00 200,000.00 $ 20,000.00 or less 20,000.01 to 50,000.00 50,000.01 to 100,000.00 100,000.01 to 250,000.00 250,000.01 to 500,000.00 500,000.01 to 1,000,000.00 1,000,000.01 to 2,000,000.00 2,000,000.01 and over 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. 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 fulfillment 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. 2. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I INSTRUCTIONS TO TENDERERS CONTRACT NO. CLlOO8-12 3. S. 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. PROVlNClALSALESTAX Provincial Retail Sales Tax shall be included in tendered prices for material supplied under this Contract. 9. GOODS AND SERVICES TAX (GST) The Tenderer shall NOT include any amount in his tender unit prices for the Goods and Services Tax. The GST will be shown on each payment certificate and will be paid to the Contractor in addition to the amount certified for payment and will therefore not affect the Contract unit prices. 10. EXECUTE CONTRACT DOCUMENTS Tenders shall be open for acceptance for a period of 90 days after the closing date. After this time the tender may only be accepted with the consent of the successful Tenderer. INSTRUCTIONS TO TENDERERS CONTRACT NO. CUOO8-12 4. I I I I I I I I I I I I I I I I I I I 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 GC7.0 1.02 of the General Conditions. 12. LOCATION The work is located on Mearns Avenue from 80 m north of Apple Blossom Boulevard to Concession Road 3 (1,590 m) and Concession Road 3 from 170 m west of Jollow Drive to Mearns Avenue (520 m), Bowmanville, Municipality of Clarington. 13. SOILS INFORMATION AND CROSS-SECTIONS Geotechnical investigations have been undertaken on behalf of the Municipality ofClarington. The results provided are for infonnation only and are not guaranteed by the Authority. A copy of the Geotechnical Report is included with the Tender Documents as listed in the "Schedule of Tender Data". Design cross-sections may be viewed for infonnation purposes at TSH Cobourg. 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 ofthe work. It shall be the Contractor's responsibility to thoroughly inspect the site of the proposed works, detennine the location of any buried or obstructing services and make satisfactory arrangements for interference with such service with the proper jurisdictional agency. I I I I I I I I I I I I I I I I I I I INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2008-12 5. 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, TSH, Telephone: 905-372-2121, attention: Terry Hoekstra, C.E.T. or Will McCrae, P. Eng. 16. AWARD OF THE CONTRACT The award of this Contract is subject to the approval of the Municipality of Clarington. 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 ofClarington". 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 ofthe bid. 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: Ms. Kimberly McLellan Bell Canada Tel: 905-433-3061 Mr. Jamie Rochford Enbridge Consumers Gas Tel: 1-4]6-758-7933 INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2008-12 Ms. Cindy Ward Roger Cable TV. Ltd. Tel: 905-436-4138 Mr. Jim Hisson (Concession Road 3) Hydro One Tel: \-905-623-107\ Ext. 33\8 Mr. Peter Petriw (Mearns Avenue) Veridian Connections Tel: \-888-445-2881 Ed. 3252 Mr. David Lukianow Canadian Pacific Railway Tel: 905-803-5971 6. I I I I I I I I I I I I I I I I I I I I I I I II I I I I I I I I I I I I I I CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2008-12 SPECIAL PROVISIONS - GENERAL P:\Dept 12\l2-29689\Specs\29689-SPG.doc I I I I I I I I I I I I I I I I I I I INDEX SPECIAL PROVISIONS-GENERAL CONTRACT NO. CL2008-12 CLAUSE SUBJECT PAGE 1. PLAN QUANTITY ITEMS ...................................................................................1 2. GUARANTEED MAINTENANCE.......................................................................... 1 3. CONTRACT TIME AND LIQUIDATED DAMAGES................................................... 1 4. CONTRACTORDS AUTHORIZED REPRESENTATIVE............................................... 2 5. OPS GENERAL CONDITIONS .............................................................................. 2 6. LAYOUT BY CONTRACTOR............................................................................... 2 7. RESTRICTIONS ON OPEN BURNING.................................................................... 3 8. RAILWAY REGULATIONS.................................................................................. 3 9. PAYMENTS ............ ............. ..... ................ ............... ........... ............ ................. 4 10. UTILITIES....................................................................................................... 5 11. HAUL ROADS. ........ ......... ......... .... ... ....... ........... .... ....... .... ....... ....... .............. ...6 12. DUST CONTROL ..............................................................................................6 13. TRAFFIC CONTROL, FLAGGING......................................................................... 7 14. CONTRACTOR'S SUPPLY OF CONSTRUCTION SIGNS ............................................ 7 15. MAINTENANCE OF TRAFFIC ............................................................................. 7 16. EMERGENCY AND MAINTENANCE MEASURES ................................................... 9 17. ENGINEERING FIELD OFFICE ............................................................................ 9 18. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL ...................................... 10 19. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 - DESIGNATED SUBSTANCES.... 10 20. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM (WHMIS).............. 11 21. SPILLS REPORTING ........................................................................................ 11 22. PROTECTION OF WATER QUALITy.................................................................. 12 23. TRAFFIC AND STREET SIGNS .......................................................................... 12 24. GARBAGE COLLECTION AND MAIL DELIVERY SERVICE .................................... 13 25. ASPHALT MIX DESIGNS.................................................................................. 13 26. AMENDMENT TO OPSS 1820; CONCRETE PIPE ................................................... 13 27. PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED SPACES14 28. CONFINED SPACE ENTRy............................................................................... 14 29. ENTRY ONTO PRIVATE PROPERTy.................................................................. 15 30. STORAGE AREAS...... .............. ................. .............. .......................... .............. 15 31. GENERAL LIABILITY INSURANCE.................................................................... 15 32. CONSTRUCTION LIEN ACT ............................................................................. 15 33. PAYMENT ADJUSTMENT FOR CHANGES IN THE MINISTRY OF TRANSPORTATIONDS PERFORMANCE GRADED ASPHALT CEMENT PRICE INDEX ................................ 16 34. VARIATIONS IN TENDER QUANTITIES.............................................................. 17 35. PROPERTY OWNERCS RELEASE OF PRIVATELY OWNED LAND USED BY THE CONTRACTOR............................................................................................... 18 I I I I I I I I I I I I I I I I I I I PAGE ONE SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-12 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 GC7.16 ofthe General Conditions is revised in that the Contractor shall guarantee and maintain the entire work called for under this Contract for a period of twenty-four (24) months. The Contractor shall make good in a permanent manner, satisfactory to the Authority, any and all defects or deficiencies in the work, both during the construction and during the period of maintenance as aforesaid. The Contractor shall commence repairs on any work identified as defective under this clause within 48 hours of receipt of notice from the Authority or the Contract Administrator. The decision of the Authority and the Contract Administrator shall be final as to the necessity for repairs or for any work to be done under this Section. 3. CONTRACT TIME AND LIQUIDATED DAMAGES (1) Time Time shall be the essence of this Contract. For purposes of this Contract, GC1.04 of the General Conditions is revised, in that Contract Time means the time stipulated herein for Completion ofthe Work as defined in Clause GC1.06. (2) Progress of the Work and Contract Time The Contractor shall accomplish completion of this Contract as defined in GC1.06 of the General Conditions on or before October 17,2008. 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. CLlOO8-12 2. I I I I I I I I I I I I I I I I I I I (3) Liquidated Damages It is agreed by the parties to the Contract that in case all the work called for under the Contract is not completed by the date specified, or as extended in accordance with Section GC3.06 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 ONE THOUSAND DOLLARS (51,000.00) as liquidated damages for each and every calendar day's delay in achieving completion of the work beyond the date 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 date for completion. 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 GC7.0 1.1 0 is defined as an employee of the Contractor. 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, November 2006. 6. LAYOUT BY CONTRACTOR Prior to the commencement of any construction layout, the Contractor shall verifY the vertical accuracy of all temporary and permanent benchmarks and primary horizontal alignment control shown on the Contract Drawings. The Contractor shall also perform random checks on all survey control points and existing centre line road profiles. The Contractor shall provide a Summary Report of all aforementioned checks made to the Contract Administrator prior to the commencement of construction layout. Any discrepancies between the Contract Drawings and field checks shall be reported immediately to the Contract Administrator. The Contract Administrator shall provide construction layout information prior to construction commencement. Costs associated with field verification work undertaken by the Contractor shall be included in the Contractor's tender bid. I I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-12 3. 7. RESTRICTIONS ON OPEN BURNING Open fires will not be pennitted 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. 8. RAILWAY REGULATIONS The Contractor must maintain at all times the construction clearances required by the Railway Company. Insurance Requirements During the tenn of the Contract and before any work is started, the Contractor shall effect and maintain with Insurance Companies satisfactory to the Canadian Pacific Railway Company the following liability insurances: (I) Comprehensive Liability Policy A Comprehensive Liability Policy naming as Insureds the Cootractor and Canadian Pacific Railway Company including any of their employees, servants or agents agreeing to pay on behalf of the Insureds all sums which the Insureds shall become obligated to pay by reason of the liability imposed by law upon the Insureds for damage arising out of or in connection with the Contract, including damages for care and loss of services, because of: (a) bodily injury, sickness or disease, including death at any time resulting therefrom, sustained by any persons or person and occurring during the Policy Period with limits of not less than $100,000.00 for one person and $1,000,000.00 for anyone occurrence. (b) damage to or destruction of property including loss of use thereof, caused by accident and occurring during the Policy Period with limit of not less than $500,000.00 for anyone accident. The policy shall contain the following clause or one to like effect: "Cross Liability This policy shall insure each person, finn or Corporation insured hereunder in the same manner and to the same extent as if a separate policy had been issued to each, but the inclusion herein of more than one Insured shall not operate to increase the limits of the Insurance Company's Liability." The policy shall be written so as to provide coverage for blasting and other special hazards, where such hazards will be incidental to the Contract. The Policy shall be written to cover all sub-contractors on the Contract. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CLZOO8-12 4. I I I I I I I I I I I I I I I I I I I (2) Non-Owned Automobile Liability Policy A Non-Owned Automobile Liability Policy providing substantial limits of insurance against the risks of Bodily Injury and Property Damage. (3) Automobile Third Party Liability Policy An automobile Third Party Liability Policy providing substantial limits of insurance against the risks of Bodily Injury and Property Damage. Before the Commencement of Work the Contractor shall furnish the Canadian Pacific Railway Company with a certified copy of his Comprehensive Liability Policy and a Certificate of Insurance covering his Non-Owned Automobile Liability Policy and Automobile Third Party Liability Policy. Railwav Ooerations Should the Canadian Pacific Railway Company be required to carry out any work or render any services incidental to the Contract, then the main Contractor's Comprehensive Liability Policy should be extended by endorsement along the following lines: It is hereby understood and agreed that the coverage afforded the Canadian Pacific Railway Company under this policy shall apply to any legal liability arising from work performed or services rendered by the Railway Company incidental to .................................................................................. (insert Authority letting Contract) Contract with ........................................................... (insert name of Contractor) covering ................................................. ........................................ (insert description of project), including temporary support for or diversion or relocation of the Railway in connection with this Contract. Or a separate policy shall be provided to cover the Railway Company's operations incidental to this Contract. The Contractor shall file with the Authority together with his Performance Bond and Payment Bond, two certified copies of an Insurance Policy, which is in full force and effect. 9. PAYMENTS Except as herein provided, payments under this Contract will be made in accordance with Section GC8.02.03 of the General Conditions. I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-12 5. Notwithstanding the provisions of the General Conditions respecting certification and payment, the Authority may withhold 2-1/2 percent of the total value of work performed beyond the expiration of 46 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 10010 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. As a condition of Progress Payment Certificate processing, the Contractor must provide a current WSIB Clearance Certificate and a Statutory Declaration in support of each Progress Payment Certificate. All interim monthly certificates are not conclusive as to the value or quality of services provided and payment certificates are subject to reopening and readjustment. The Completion Payment Certificate to include release of the remaining holdback 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 ofthe work. As a condition of the final holdback payment, the Contractor shall provide the required Property Owner's Releases as specified elsewhere, as appropriate. Acceptance by the company of the final holdback payment shall constitute a waiver of claims by the company against the Municipality, except those previously made in writing in accordance with the Contract and still unsettled. 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. 10. UTILITIES Sections GC2.0l and GC7.13 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 ofthis Contract. The location and depth of underground utilities shown on the Contract drawings are based on the investigations made by the Authority. It is, however, the Contractor's responsibility to contact the SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-12 6. I I I I I I I I I I I I I I I I I I I appropriate agencies for further information in regard to the exact location of all utilities, to exercise the necessary care in construction operations and to take such other precautions as are necessary to safeguard the utilities from damage. The Contractor should note the following relocation works: . Hydro and Bell plant on the north side of Concession Road 3 shall be relocated. This work shall occur concurrently with the proposed construction under this Contract. The existing poles on Concession road 3 shall remain operational with aerial plant. The Contractor shall leave a suitable earth quantity around the poles following rough grading until the permanent poles have been installed. The remaining earth material shall be removed subsequent to the abandonment of the original poles at no additional cost. . Hydro and Bell plant on Mearns Avenue in isolated sections shall be relocated. It is anticipated that this work shall be completed prior to the commencement of construction but may also occur concurrently. The Contractor shall be required to schedule activities with Canadian Pacific Railway in the proximity of the railway crossing. Canadian Pacific Railway (or its agents) shall be installing 'Hi- Rail' rubber pads at the railway crossing. The Contractor shall note that compliance with the Ministry of Labour's separation by "Time and Space" of separate Contractors working in the same general area, shall apply and shall require coordination of utility activities of both parties by the Contractor. 11. 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. 12. DUST CONTROL As a part of the work required under Section GC7.06 of the General Conditions, the Contractor shall take such steps as may be required to prevent dust nuisance resulting from his operations either within the right-of-way or elsewhere or by public traffic where it is the Contractor's responsibility to maintain a roadway through the work. Where the work requires the sawing of asphalt or the sawing or grinding of concrete, blades and grinders of the wet type shall be used together with sufficient water to prevent the incidence of dust, wherever dust would affect traffic or wherever dust would be a nuisance to residents ofthe area where the work is being carried out. The cost of all such preventative measures shall be borne by the Contractor except however where water or calcium chloride is used to reduce the dust caused by traffic on a roadway which it is the I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-12 7. 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. 13. TRAFFIC CONTROL, FLAGGING Flagging for traffic control on this Contract shall be in conformance with the procedure outlined in OTM Book 7 (Ontario Traffic Manual). 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. 14. CONTRACTOR'S SUPPLY OF CONSTRUCTION SIGNS In accordance with Section GC7.06 of the General Conditions, the Contractor is responsible for the supply, erection, maintenance and subsequent removal of all temporary traffic controls, including signs, lights, barricades, delineators, cones, detour signage, etc., required on the work. Traffic controls shall be provided in general accordance with the latest edition of the "OTM Book 7". A Traffic Control Plan indicating all traffic signage layout and types in a neat legible manner shall be submitted for approval by the Contract Administrator a minimum of two weeks prior to construction commencement and shall be in accordance with the latest edition of the "OTM Book 7". Revisions to the Traffic Control Plan shall be made to reflect ongoing changes on the project as needed and shall be approved by the Contract Administrator. Traffic controls shall be operational before work affecting traffic begins. TC-67 signs shall be supplied and erected by the Contractor at all street closure limits with approved text as directed by the Contract Administrator. 15. MAINTENANCE OF TRAFFIC The Contractor will be permitted to close Concession Road 3 to through traffic, from Liberty Street to Mearns Avenue, to accommodate underground and surface improvements and will be responsible for submitting a detour route for east-west traffic to by-pass Concession Road 3, for approval by the Contract Administrator. The Contractor shall provide access to Concession Road 3/Mearns A venue intersection between SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-12 8. I 1 1 I' I I I I I I I I I I I 1 1 I I Freeland Avenue, for the residents on Mearns Avenue north of Concession Road 3 (approximately 4 homes on a dead-end) at all times. The Contractor will be permitted to close Mearns A venue to through traffic from Sprucewood Avenue (north leg) to Freeland Avenue, concurrently with the Concession Road 3 closure to distribute the required earth fill to Mearns A venue. Mearns A venue and Concession Road 3 may only be closed to traffic once Concession Road 3, west of Mearns A venue, is available as an alternate access. The intersection at Mearns A venue and Longworth A venue shall remain operational to allow east-west passage for the residents east of Mearns Avenue. Construction shall be completed in two (2) stages on Mearns A venue. The first stage shall require lower binder base course asphalt and curb and gutter to be placed from Sprucewood Crescent (north leg) to immediately north of Longworth Avenue (approximately 540 m in length) before proceeding northerly. The second stage requirements will complete the section from Longworth Avenue to Concession Road 3 (approximately 670 m in length). The Contractor shall ensure that every reasonable effort shall be made to provide vehicular access to homes and other properties within the limits of each phase at the end of each working day. It is understood that implementation of traffic controls will require ongoing review and adjustment to suit construction operations. No deviation from the 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 provide draft advertisements for road closures to the Municipality for review a minimum ofthree (3) weeks in advance of such closure. The newspaper advertisement shall indicate the date of closing of the roadway and the length oftime 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. It is the responsibility of the Contractor to visit the site to become familiar with existing traffic volumes and patterns. No specific AADT (Average Annual Daily Traffic) is available at this time. However, the Contractor shall take into consideration all traffic into and out of the job site area as will occur during regular working hours. No claims for delays due to traffic will be considered for compensation. The Contractor shall be responsible for all detour signing outside the Contract limits. I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-12 9. 16. 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. 17. ENGINEERING FIELD OFFICE The Contractor, shall, at no additional expense to the Authority, supply an office for the exclusive use of the Contract Administrator. This office shall be located as directed by the Engineer, but in no case shall be more than one kilometre from the Contract limit. The Contract Administrator's office shall have a minimum of 17 m' 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 fax machine, 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. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-12 10. I I I I I I I I I I I I I I I I I I I 18. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL The requirements ofOPSS 180 shall apply to this Contract, revised as follows: .1 Section 180.oJ, 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 as Disposable Fill, 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. The Contractor shall be responsible for obtaining a copy of applicable Form Nos. OPSF 180-1, OPSF 180-2, OPSF 180-3 and OPSF 180-4 and 180-5 for use where appropriate with respect to disposal of excess material. 19. OCCUPATIONAL HEALTH AND SAFETY ACT 1991- DESIGNATED SUBSTANCES In accordance with the requirements of Section 18a( I) of the Occupational Health and Safety Act, the Authority has determined that the designated substances as listed hereunder are present on the site and within the limits of this Contract. Designated Identified on this Site Location Substance 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 ofthis specification, where Designated Substances are identified as being present at the site of the work. I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-12 11. The Contractor shall comply with the governing Ministry of Labour Regulations respecting protection of workers, removal, handling and disposition of the Designated Substances encountered on this Contract. Prior to commencement of this work, the Contractor shall provide written notification to the Ministry of the Environment at 7 Overlea Boulevard, Toronto, Ontario M4H lAB, ofthe 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 ofthe Environment's concerns has been addressed. All costs associated with the removal and disposition of Designated Substances herein identified, shall be deemed to be included in the appropriate tender items. Should a Designated Substance not herein identified be encountered in the work, then management of such substance shall be treated as Extra Work. The requirements of Section GC4.03 of the General Conditions ofthe Contract shall apply. 20. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM (WHMIS) Reporting Section GC4.03.06 is deleted and replaced with the following: 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 labeled. The Contractor shall notifY the Contract Administrator of changes to the list in writing and provide the relevant Material Safety Data Sheets. 21. SPILLS REPORTING Spills or discharges of pollutants or contaminants under the control of the Contractor, and spills or discharges of pollutants or contaminants that are a result of the Contractor's operations that cause or are likely to cause adverse effects shall forthwith be reported to the Contract Administrator. Such spiIls or discharges and their adverse effects shall be as defined in the Environmental Protection Act R.S.O. 1980. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-12 12. I I I I I I I I I I I I I I I I I I I All spills or discharges of liquid, other than accumulated rain water, from luminaires, internally illuminated signs, lamps, and liquid type transformers under the control of the Contractor, and all spills or discharges from this equipment that are a result of the Contractor's operations shall, unless otherwise indicated in the Contract, be assumed to contain PCB's and shall forthwith be reported to the Contract Administrator. This reporting will not relieve the Contractor of his legislated responsibilities regarding such spills or discharges. 22. PROTECTION OF WATER QUALITY At all times, the Contractor shall maintain existing stream flows and shall control all construction work so as not to allow sediment or other deleterious materials to enter streams. No waste or surplus organic material including topsoil is to be stored or disposed of within 30 metres of any watercourses. Run-off from excavation piles will not be permitted to drain directly into watercourses but shall be diffused onto vegetative areas a minimum of30 metres from the watercourse. Where this measure is not sufficient or feasible to control sediment entering the watercourses, sedimentation traps or geotextile coverage will be required. If dewatering is required, the water shall be pumped into a sedimentation pond or diffused onto vegetated areas a minimum of 30 metres from the watercourses and not pumped directly into the watercourses. No machinery shall enter the creek bed of any watercourse. Movement of construction equipment in the vicinity of any creeks shall be limited to the minimum required for construction. The Contractor shall not carry out equipment maintenance or refueling or store fuel containers within 100 metres of any watercourse. The Contractor shall not stockpile construction debris or empty fueVpesticide containers within the Contract limits. 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. I I I I I I I I I I I I I I I I I I I SPEClALPROVImONS-GENERAL CONTRACT NO. CL2008-12 13. 24. GARBAGE COLLECTION AND MAIL DELIVERY SERVICE 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. The Contractor shall coordinate the temporary relocations of rural mailboxes with Canada Post to ensure consistent mail delivery service. 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. 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 ofCSA A257.1 and CSA A257.2. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-12 14. I I I I I I I I I I I I I I I I I I I 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. 1820.07.02 Marking Marking shall conform to the requirements ofCSA Standard A257.IM 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". 27. PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED SPACES Clause GC7.01.07 of the OPS General Conditions of Contract is amended by the addition of the following: Detailed written procedures addressing the confined space requirements of the Occupational Health and Safety Act and Ontario Regulations for Construction Projects, Ontario Regulation 213/91, shall be clearly posted at the project site and available to all personnel, including the Contractor's workers, Authority staff, Contract Administrator, and Ministry of Labour inspectors. The procedures must include the rescue procedures to be followed during a rescue or evacuation of all personnel from an unsafe condition or in the event of personal injury. The Contractor shall have personnel trained in rescue procedures readily available on site. 28. CONFINED SPACE ENTRY Without relieving the Contractor of his responsibilities under the Occupational Health and Safety Act 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 I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-12 15. . 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. 29. 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. 30. STORAGE AREAS Clause GC7.03.0 1 of the General Conditions of Contract is amended by the addition of the following: The use of the road right-of-way as a long term storage area is not allowed under this Contract. The storage of materials and movement of equipment will only be allowed for normally accepted construction practices. 31. GENERAL LIABILITY INSURANCE The Municipality of Clarington, Regional Municipality of Durham, Totten Sims Hubicki Associates (1997) Limited and the Canadian Pacific Railway shall be named as additional insureds. 32. 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. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-12 16. I I I I I, I I I I I I I I I I I I I I Where any lien claimant asks from the Authority the production for inspection of the Contract Documents or the state ofthe 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 such 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. 33. PAYMENT ADJUSTMENT FOR CHANGES IN THE MINISTRY OF TRANSPORTATION'S PERFORMANCE GRADED ASPHALT CEMENT PRICE INDEX The Municipality ofClarington will adjust the payment to the Contractor based on changes to the Ministry of Transportation's (MTO) performance graded asphalt cement price index unless the Contractor opts out by notifying the Municipality in writing within 5 business days of receiving permission to start work. Once the Contractor has opted out of payment adjustments based on the index, the Contractor will not be permitted to opt back in. The price index will be published monthly by the MTO. The MTO price index will be used to calculate the amount ofthe payment adjustment per tonne of new asphalt cement accepted into the Work. The price index will be based on the price, excluding taxes, FOB the depots in the Toronto area, of asphalt cement grade PG 58-28 or equivalent. One index will be used to establish and calculate the payment adjustment for all grades. A payment adjustment per tonne of new asphalt cement will be established for each month in which paving occurs when the price index for the month differs by more than 10% from the price index for the month in which tenders were opened for the Contract. When the price index differential is less than 10%, there will be no payment adjustment established for that month. Payment adjustments due to changes in the price index are independent of any other payment adjustments made to the hot mix tender items. The payment adjustment per tonne will apply to the quantity of new asphalt cement in the hot mix accepted into the Work during the month for which it is established. However, a payment adjustment will not apply to paving work done after the approved time for completion of the Contract has expired, including the expiration of any extensions of time that have been granted. The payment adjustment for the month will be calculated from the following formulae: I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-12 17. I. When Ip is greater than 1.10 ITa, the payment adjustment per tonne of asphalt cement is (lp _ 1.10 ITa) and the Contractor receives additional compensation of: P A = (Ip - 1.10 ITa) x quantity of new asphalt cement in tonnes 2. When Ip is less than 0.90 ITa, the payment adjustment per tonne of asphalt cement is (0.90 ITa - Ip) and the Owner receives a rebate of: PA = (0.90 ITO- Ip) x quantity of new asphalt cement in tonnes Where: PA = payment adjustment for new asphalt cement, in dollars ITa = performance graded asphalt cement price index for the month in which tenders were opened for the Contract Ip = performance graded asphalt cement price index for the month in which paving occurs The quantity of new asphalt cement includes all grades of asphalt cement supplied by the Contractor with and without polymer modifiers. For each month in which a payment adjustment has been established, the quantity will be calculated using the hot mix quantity accepted into the Work and its corresponding asphalt cement content as required by the job mix formula except for mixes which contain reclaimed asphalt pavement. For mixes which contain reclaimed asphalt pavement, the quantity of new asphalt cement will be determined from the difference between the asphalt cement content required by the job mix formula and the asphalt cement content of the reclaimed asphalt pavement incorporated into the hot mix, as calculated by the Contract Administrator. For mix containing a liquid anti-stripping additive, the quantity of anti-stripping additive will be deducted from the quantity of new asphalt cement. No other deductions will be made for any other additives. For progress payment purposes, payment adjustments will be made on the monthly progress payment certificates for the months in which hot mix paving occurs. 34. VARIATIONS IN TENDER QUANTITIES Clause GC.8.01.02 (b) of the General Conditions of Contract is amended as follows: The last sentence beginning "Alternatively" and ending "paid" is deleted and replaced by "The Municipality shall not be liable to the Company for loss of anticipated profit". SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-12 18. I I I I I I I I I I I I I I I I I I I 35. PROPERTY OWNER'S RELEASE OF PRIV ATEL Y 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. A.S. Cannella, C.E.T., Director of Engineering Services Corporation of the Municipality of Clarington Municipal Administration Centre, 40 Temperance Street BOWMANVILLE, Ontario LI C 3A6 Re: Contract No. CL2008-12 Dear Sir: I hereby certify that (Name of Contractor) have fulfilled the terms of our agreement and have left my property in a satisfactory condition. I have accepted their final payment and release (Name of Contractor) and the Municipality of Clarington from further obligations. Yours very truly, Signature Property Owner's Name.......................... ..Lot......Concession.. ........ Municipality of ........................................ (Please complete above in printing) Final payment will not be released to the Contractor until all the applicable forms of release have been signed by the property owners and received by the Authority. I 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. CL2008-12 SPECIAL PROVISIONS - TENDER ITEMS P:\Dep.12\l2-29689\Specs\29689-SP-TLdoc I I I I I I I I I I I I I I I I I I I PAGE ONE SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-12 ORDER OF PRECEDENCE Where a Specification or Standard exists in the Municipality of Clarington "Design Guidelines and Standard Drawings" for any element of the works, the Municipality of Clarington Specification or Standard shall take precedent over the contract "Special Provisions - Tender Items" or the "Ontario Provincial Standards". PART 'A' AND 'c' - ROAD WORKS AND STORM SEWERS SITE PREPARATION -ITEMS NO. Al AND Cl Payment shall be made under these Items for the following work: . Removal and disposal of wire fence, chain link fence, board fence, snow fence . Removal and disposal of dead end barricade including steel beam guiderail . Removal and disposal of wood posts . Removal and salvage of mailboxes . Removal and disposal of posts and 3 cable guiderail and anchor blocks . Removal and disposal of boulders . Removal and disposal of rip rap at culvert ends . Relocate boulders . Temporary relocation of rural mailboxes (approx. 6) including the construction of temporary supports for mobility during construction. Disposal sites shall be off site at locations arranged by the Contractor unless otherwise noted. CLEARiNG AND GRUBBING - ITEMS NO. A2 AND C2 Under these Items and at the lump sum bid, the Contractor shall include for the removal of trees, shrubs, stumps and vegetation (as shown on the drawings) and disposal off site. The unit price shall include for cutting the existing cedar trees in 3 m (10') lengths and to be stockpiled on the property (House No. 3090 Mearns Avenue, north of Concession Road 3), at a location specified by the property owner from the clearing location at Sta. 4+647 to Sta. 4+876, Concession Road 3. The unit price shall also include for the careful trimming of existing trees and bushes, as indicated on the Contract Drawings, by qualified personnel, in proximity to proposed sidewalk locations. EARTH EXCA V ATlON (GRADING) - ITEMS NO. A3 AND C3 Payment under this Item shall include: . Removal and disposal of asphalt from Concession Road 3, Jollow Drive and Mearns Avenue north of Concession Road 3. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-12 2. I I I I I I I I I I I I I I I I I I I . Removal and disposal of asphalt from entrances. . Removal and disposal of excess material off site at a location arranged for by the Contractor. . Transporting earth material from Concession Road 3 earth cuts to areas requiring fill on Mearns A venue and managing all earth cut/fill operations throughout the project limits. . Benching of earth slopes as per OPSD 208.01 O. . Proof rolling of subgrade. . Construction of swales/ditches at location shown on the drawings. . Stripping of topsoil (estimated at 200 mm) in existing ditches on Mearns Avenue and Concession Road 3. . Excavation (excluding Sta. 2+000 to Sta. 2+140 - to receive full width excavation) below proposed curb and gutter (both sides) on Mearns Avenue to install subdrain to a minimum depth of 0.3 m below existing subgrade (earth) as per the typical sections in the Contract Drawings. The Contractor should note that the existing asphalt on Mearns Avenue shall remain in place until all major earth operations have been completed. The estimated quantities under this Item are as follows: Mearns Avenue Earth cut 2,100 m3 Topsoil stripping 4.000 m3 Earth Excavation 6,100 m3 Fill required* 13,300 m3 Site deficit (-)7,200 m3 Concession Road 3 Earth cut 10,750 m3 Topsoil stripping 1.450 m3 Earth Excavation 12,200 m3 Fill required* 3,400 m3 Site surplus (+)8,800 m3 Disposal of material off site 1,600 m3 * The Contractor should note that stripped material shall be used in areas not requiring structurally sound earth material (i.e. behind sidewalks in future vegetated areas). These areas shall be identified by the Contract Administrator on site. Should it be required to remove deleterious material below theoretical subgrade, this quantity will be measured and paid for by the cubic metre under this Item. The extent of this additional sub-excavation will be agreed to on site with the Contract Administrator. Backfill for the sub-excavation shall be Granular 'B', Type I under the appropriate Item, unless adverse drainage conditions are created (i.e. non- draining depressions) whereas select native material shall be used. I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-12 3. HOT MIX H.L.-3 and H.L.-8-- ITEMS NO. A4, AS, C4 a) AND C4 b) The Contractor shall supply all materials required for the proper execution of paving in accordance with OPSS 310. Asphalt shall be PGAC 58-28 as a minimum. The Marshall Stability for HL-3 surface course shall be a minimum 8900 and for HL-8 binder course a minimum of 8000. The unit price bid for Items No. A5 and C4 shall include for the following: . Forming asphalt barrier and asphalt infill at catchbasin and catchbasinlmaintenance hole locations. . Construction of 80 mm step joints (min. 300 mm width) at limits of construction for mid-binder asphalt placement. . Forming of temporary asphalt ramps at limits of construction. Section 310.09.01.03 ofOPSS 310, Hot Mix Asphalt Miscellaneous, is hereby deleted in that all costs associated with the supply and placing of miscellaneous asphalt in entrances, boulevards, whether by hand or machine, shall be included for payment under Items No. A4 and C4 b). The following depths of asphalt shall apply: . Mearns Avenue, 40 mm H.L.-3 (by others), 40 mm H.L.-8, 40 mm H.L.-8 (excluding north of Concession Road 3) . Mearns Avenue, north of Concession Road 3,40 mm H.L.-3 (by others), 50 mm H.L.-8 . Mearns Avenue, asphalt boulevard, 50 mm H.L.-3 . Concession Road 3, 40 mm H.L.-3 (by others), 40 mm H.L.-8, 40 mm H.L.-8 . Concession Road 3, taper at east limit, 50 mm H.L.-3 . Mearns Avenue, asphalt sidewalk, 50 mm H.L.-3 . Sprucewood Crescent, 40 mm H.L.-3 (by others), 40 mm H.L.-8, 40 mm H.L.-8 . Longworth Avenue, 40 mm H.L.-3 (by others), 40 mm H.L.-8, 40 mm H.L.-8 . Freeland Avenue, 40 mm H.L.-3 (by others), 40 mm H.L.-8, 40 mm H.L.-8 . Jollow Drive, 40 mm H.L.-3 (by others), 50 mm H.L.-8 . Existing asphalt entrances shall be reinstated with 50 mm H.L.-3 . Existing gravel entrances without concrete sidewalk - 2 m wide asphalt apron behind curb and gutter, 50 mm H.L.-3 . Existing gravel entrances with concrete sidewalk - 50 m H.L.-3 in boulevard . Field entrances are not to be paved between curb and gutter and concrete sidewalk or future concrete sidewalk . Industrial entrances shall be reinstated with 40 mm H.L.-3 and 80 mm H.L.-8 The unit price for Items A5 and C4 shall include for cleaning lower binder base asphalt with a power broom or other means capable of leaving a clean, dry surface free of dirt. Note: 1. The Contractor is responsible for providing test samples. 2. No surface course asphalt will be placed on the road portion of this Contract. 3. The Contractors attention is drawn to Municipality of Clarington' s Design Guideline Section 900 and Special Provisions - General Clause No. 33. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-12 4. I I I I I I I I I I I I I I I I I I I GRANULAR' A' AND GRANULAR 'B', TYPE I - ITEMS NO. A6, A7, C5 AND C6 Payment shall be made under these Items for supply, placing and compacting Granular' A' and Granular 'B' Type I to the following depths: . Mearns Avenue, 150 mm of Granular 'A' and 375 mm of Granular 'B', Type I (Sta. 2+000 to Sta. 2+140 only) . Mearns Avenue, minimum of 50 mm of Granular' A' on pulverized material (excluding Sta. 2+000 to Sta. 2+140), including intersections . Mearns Avenue, north of Concession Road 3,150 mm of Granular 'A' and 300 mm of Granular 'B', Type I . Concession Road 3,150 mm of Granular 'A' and 375 mm of Granular 'B', Type I . Jollow Drive, 150 mm of Granular 'A' and 300 mm of Granular 'B', Type I . Private entrances, 200 mm of Granular 'A' . Industrial entrances, 150 mm of Granular 'A' and 375 mm of Granular 'B', Type I . Asphalt sidewalk, boulevard, 200 mm of Granular' A' . Shouldering required at west and east limit of Concession Road 3 and Mearns/Concession Road 3 intersection Backfill to subdrains shall be Granular 'A' on Mearns Avenue in areas excluding Sta. 2+000 to Sta. 2+140 (full-width excavation). Backfill to subdrains shall be Granular 'B', Type Ion Concession Road 3 and on Mearns Avenue from Sta. 2+000 to Sta. 2+140. Backfill to sub-excavated areas shall be paid for under this Item. IN-PLACE FULL DEPTH RECLAMATION OF BITUMINUS PAVEMENT AND UNDERLYING GRANULAR - ITEM NO. A8 The existing asphalt on Mearns Avenue shall remain in place until all major earth operations have been completed. For the unit price bid, the Contractor shall allow for the following operations on Mearns Avenue including Sprucewood Crescent, Longworth Avenue and Freeland Avenue: . Pulverizing existing average depth of 80 mm asphalt pavement and underlying Granular' A' of 80 mm to a total depth of 160 mm. . Processing of pulverized material from the existing roadway across the full width of the proposed road surface to allow for a minimum of 50 mm of virgin Granular' A' material across the full width of the proposed road surface. Processing of material from intersections at Sprucewood Crescent, Longworth Avenue and Freeland A venue intersection, if required, to allow for the addition of 50 mm of Granular' A' . I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CU008-12 5. CONCRETE IN SIDEWALK - ITEMS NO. A9 AND C7 Where new sidewalk abuts existing sidewalk an expansion joint shall be constructed at these locations. Every joint shall be a contraction joint except where expansion joints are indicated. Sidewalks shall be constructed in accordance with C-307. The unit price shall include for the construction of a concrete pad for a communal mailbox, as per C-403. CONCRETE CURB AND GUTTER (ALL TYPES) - ITEMS NO. AIO AND C8 A 1.2 metre length of curb and gutter shall be omitted at each catchbasinlmaintenance hole where an asphalt barrier curb is to be constructed. Where proposed or future sidewalk abuts curb, a 50 mm key shall be constructed at the back of the curb in accordance with the standard. The unit price bid shall include for sawcutting existing curb at point of connection to new curb. Subsection 353.07.06 of OPSS 353 is amended in that transverse jointing of curb and gutter shall be at a maximum spacing 00.0 m. Curbs shall be constructed in accordance with C-302. 45' ASPHALT OUTLET -ITEMS NO. All AND C9 For the unit price bid, the Contractor shall allow for the following: . Excavation beyond roadway excavation to construct asphalt outlet as per OPSD 605.020. . Supply and placement of 200 mm of Granular' A'. . Placing and compacting ofH.L.-8. The hot mix asphalt shall be paid under the respective roadway asphalt item. 100 mm DIA. PIPE SUBDRAINS - ITEMS NO. A12 and CIO The Contractor shall supply and place perforated corrugated polyethylene pipe complete with geotextile sock. Backfill to subdrains shall be in accordance with C-30I and Clarington Standards Section 900, supplied and placed under the appropriate tender Items. STORM SEWERS AND STORM LATERALS -ITEMS NO. A13 - A16 AND Cll - C13 Under these Items and for the unit price bid, the Contractor shall supply all materials including pipe ofthe required type, size and class, all bends, tees, saddles and perform all necessary excavation, disposal of surplus materials, including supplying bedding, cover materials, backfill (as specified) and compaction. The unit price shall include for the removal, salvage and reinstallation of the chain link fence at approximately Sta. 2+ I 00 Mearns A venue to install the proposed storm sewer. Concrete pipe bedding on Mearns A venue and Concession Road 3 shall be 19 mm crusher run limestone, cover shall be sand and backfill shall be Granular 'B', Type I, as per C-I 08. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-12 6. I I I I I I I I I I I I I I I I I I I The unit price for Mearns A venue storm sewer items shall include trench restoration, and supply, placement and compaction of 150 mm Granular 'A' and 375 mm Granular 'B', Type I in the roadway, subsequent to the storm sewer installation For PVC pipe catchbasin leads on Mearns Avenue, bedding and cover shall be in accordance with C-109 and backfill shall be Granular 'B', Type 1. For PVC pipe catchbasin leads on Concession Road 3, bedding and cover shall be in accordance with C-I05 and backfill shall be native material. Connection of catchbasin leads and storm laterals to the new trunk sewer shall be by manufactured tees or an approved coring method as per C-III. Should wet trench conditions be encountered then HL-8 blend of crushed stone with geotextile wrap shall be used for bedding of rigid pipe or placed below embedment for flexible pipe in accordance with the standards and as directed by the Engineer. Crushed stone shall be paid for under the respective road works clear stone bedding item. Concrete pipe shall be used for trunk sewers and PVC pipe for catchbasin leads. The unit price shall include the cost of a closed circuit television inspection of the completed trunk sewer, catchbasin leads and any service connections found to be leaking, all in accordance with OPSS 409. The unit price will include for the removal of concrete plug from existing 300 mm concrete storm sewer pipe at Sta. 4+574.0 right on Concession Road 3 and connecting proposed 300 mm storm sewer. CONNECT TO EXISTING STORM SEWER - ITEM NO. A17 The unit price shall include for all labour, material and equipment to complete the following work: . Excavate to expose existing concrete storm sewer (circular pipe or box culvert, existing maintenance hole) . Core circular hole with purpose built equipment to receive pipe . Supply and install a sanded adapter to receive proposed PVC pipe, including grouting of adaptor to void to ensure a watertight connection in pipe, maintenance hole, etc. . Remuneration for riser pipe and fittings shall be made under the respective storm sewer Item. . Backfill to storm sewers shall be as stipulated in the storm sewer and lateral Items. CATCHBASINS AND MAINTENANCE HOLES - ITEMS NO. A18 - A22 AND C14 - C16 Structures shall be installed in accordance with Municipal Standards C-IOI, C-I02, C-I04, C-105, C-113 and OPSD 400.010, 705.030 and 705.040. Compacted sand backfill shall be placed around the structures to the dimensions indicated. The unit price bid under these Items shall include for the following: . Placing a minimum of one adjustment unit and a maximum of 300 mm of adjustment on each maintenance hole or maintenance hole/catchbasin. I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-12 7. All catchbasins shall be fitted with sumps. Maintenance holes shall be benched. Maintenance holes and catchbasins shall be fItted with frames, covers and grates in accordance with OPSD 400.010 and Municipality of Clarington Standards C-113. All structures within roadway shall be constructed to the level of mid-binder base course asphalt. HEADWALL WITH GRATE - ITEM NO. A23 Headwall shall be Pro-Eco-Lite composite headwall structure as manufactured by Armtec Limited. Structure shall be standard headwall series 1.5 fitted with a security grate. The lump sum price bid shall include for all excavatiofl and backfill as required to place the structure. ADJUSTING CA TCHBASINS AND MAINTENANCE HOLES - ITEM NO. A24 Precast concrete units shall be used for structure adjustment. Only those structures indicated on the drawings or as directed by the Contract Administrator shall be paid for under this Item. Adjustment of new structures shall be included in the price of the structure. REBUILD MAINTENANCE HOLES - ITEM NO. A25 Refers to the work required to supply labour, equipment and material to make changes, either up or down, to the top elevation of an existing structure, regardless of type or size that requires the removal or addition of cast-in-place or precast concrete sections. See Contract Drawings for structures requiring rebuilding. EXTEND CULVERT -750 mm DIA. PLAIN, GALVANIZED CSP, GAUGE 2.0 mm, RlVETED- ITEM NO. A26 For the unit price bid, the Contractor shall allow for the following: . Excavate to the lines and grades as determined by the Contract Administrator for each end ofthe existing CSP . Bedding to be compacted 19 mm crusher run limestone to spring line as per C-l 08, sand material for cover and native backfill . Connection to two (2) ends with a neoprene gasket with a galvanized coupler and unit ends to be painted with an approved galvan ized treatment. . Disposal of surplus material 1,030 mm SPAN x 740 mm RISE PLAIN, GALVANIZED CSPA, GAUGE 2.0 mm, RlVETED- ITEM NO. A27 For the unit price bid, the Contractor shall allow for the following: SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-12 8. I I I I I I I I I I I I I I I I I I I . Excavate to the line and grades as determined by the Contract Administrator . Bedding to be compacted 19 mm crushed run limestone to spring line as per C-I08 with Granular 'B' Type I backfill to the road subgrade elevation to a distance of I m beyond the proposed curb and gutter. In the area not under the roadway, bedding to be compacted 19 mm crushed run limestone to spring line with sand material for cover and native backfill. . Construct a frost taper including excavation of material and supply and placing of Granular 'B', Type I backfill as per OPSD 803.031. . Disposal of surplus material Should the existing 1030 rom x 740 rom CSPA be deemed to be in acceptable condition by the Contract Administrator, only the extensions shall be installed to the same dimensions as indicated on the Contract Drawings. The joints from existing CSP A to the new CSP A shall be completed with neoprene gaskets in conjunction with the galvanized collars. 600 mm DIA. PLAIN, GALVANIZED CSP CULVERT, GAUGE 2.0 mm, RIVETED - ITEM NO. Cl7 For the unit price bid, the Contractor shall complete the following work: . Excavate to the lines and grades as provided by the Contract Administrator. . Supply and install a 600 mm dia. CSP including all fittings, couplers, neoprene gaskets, etc. . Bedding to be 19 mm crusher run limestone to spring line. . Construct a frost taper including excavation of material as per OPSD 803.030. . Disposal of excavated material off site. . Granular 'B', Type I backfill shall be included under the respective roadway Granular 'B', Type I Item. SA WCUTTING ASPHALT PAVEMENT - ITEMS NO. AJO AND C20 Payment shall be made under these Items for the sawcutting of all asphalt at the limits of road construction and driveways. The unit price shall cover sawcutting of asphalt at whatever depth of asphalt is encountered. The Contractor will be responsible for protecting the sawcut edge from damage until paving. Should the sawcut edge be damaged, the Contract Administrator can request that the asphalt be re-cut prior to paving at no additional cost. REMOVAL OF SIDEWALK - ITEM NO. AJI Concrete rubble resulting from sidewalk removal shall be disposed of off the site at a location arranged for by the Contractor. The unit price bid shall include for sawcutting at limits of removal as required. I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-12 9. REMOVAL OF CURB AND GUITER - ITEM NO. A32 Payment under this Item shall include for sawcutting of concrete curb and gutter at limits of removal on all streets. Concrete rubble resulting from curb and gutter removal shall be disposed of off the site at a location arranged for by the Contractor. CONCRETE PLUG ABANDONED STORM SEWER - ITEM NO. A33 Under this Item and for the Contract price, the Contractor shall supply and install concrete plug in all open ends of existing storm sewer pipes that is to be abandoned in place. All concrete shall be 20 MPa and the minimum length of any concrete plug shall be 300 mm. The unit price shall include for a concrete plug in the void created by pipe removal at Maintenance Hole No. I, the catchbasin \it the northwest corner of Freeland Avenue and Mearns Avenue and the existing pipe at the removal ofthe ditch inlet on the west side of Mearns Avenue at Sprucewood Crescent. REMOVAL OF CULVERTS AND SEWERS - ITEMS NO. A34 AND C21 Backfill to excavations resulting from storm sewer removal which is below subgrade level shall be with approved native material. Pipe shall be removed from site and disposed of at a location arranged for by the Contractor. The unit price shall also include for the sawcutting of the 750 mm CSP at Sta. 2+015 as shown on the Contract Drawings, and the careful removal of the CSP. SALVAGE AND REINSTALLATION OF EXISTING DITCH INLETS - ITEM NO. A35 For the unit price bid, the Contractor shall carefully salvage and remove the ditch inlets as indicated on the Contract Drawings. The unit price shall also include for the installation of the ditch inlets in accordance with Municipality of Clarington and OPSS 407 Standards. The void left by structure removal shall be backfilled with approved native material. The unit price shall also include for grading at proposed ditch inlet locations to provide adequate drainage to the structure. REBENCH EXISTING STORM SEWER MAINTENANCE HOLE - ITEM NO. A37 Payment under this Item shall include for the cleaning of debris, pumping of water (if necessary), removal and disposal of partial existing concrete benching and addition of 30 MPa concrete, to construct benching as per OPSD 701.021, in the structures, as identified on the Contract Drawings. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-12 10. I I I I I I I I I I I I I I I I I I I TOPSOIL (IMPORTED) - ITEMS NO. A38 AND cn SODDING (NURSERY, UNSTAKED) - ITEMS NO. A39 AND CD SODDING (NURSERY, STAKED) - ITEMS NO. A40 AND C24 Screened topsoil shall be placed to a minimum depth of ] 00 mm in disturbed grass areas. Subsection 570.05.01 ofOPSS 570, August ]990 is amended by the addition of the following: The topsoil shall be tested to ensure there are no deficiencies with respect to fertility levels. The soil shall consist of a minimum 4% organic matter. The phosphorous level shall be 30 ppm +/- 2 ppm. The potassium level shall be 235 ppm +/- 30 ppm. The soil shall have a base saturation of calcium of 75%, +/- 10%. The base saturation of sodium shall be a maximum of 0.5%. The pH ]evel shall be between 6.0 and 7.0. A copy of the topsoil testing report shall be provided to the Contract Administrator. Payment for this testing shall be included in payment under the respective topsoil items. If the topsoil does not meet all of the fertility elements the soils shall be treated with the required amendments as recommended by the topsoil analysis report. Subsections 57].07.05, 571.08.01 and 571.08.02 ofOPSS 571, November 2007 is amended by the following: Replace "30 day maintenance period" with "120 consecutive dav maintenance oeriod". Contractor should note that for the purpose of calculating the length of the maintenance period, the winter dormant period shall be excluded (see Table No. ], OPSS 571). Clarington is considered to be in the 'Southern Ontario' area and the winter dormant period is from November I to April 30, inclusive. Should the 120 consecutive day maintenance period not be complete by November 1,2008, then the maintenance period shall be complete 120 days after April 30 of the following year. Payment shall be made for 50% of the quantity placed once deficiencies have been corrected from initial inspection and the remaining 50% shall be paid once all deficiencies have been corrected following final inspection at the end of the maintenance period. The Contractor shall be responsible for the full cost of replacing deficient sod as determined by the Contract Administrator. TERRA SEEDING - ITEMS NO. A41 AND C25 Terraseedingâ„¢ Organic Soil Amendment and Seed Cover Establishment This product shall be used in areas where the slope of the terrain is 3: I or flatter, unless the diagonal length of the 3:1 slope exceeds 4 m. In this case, Eco B]anket must be used to provide slope stability. This work shall consist of furnishing, constructing and maintaining a new vegetated surface composed of an organic growing media injected with seed. This surface must be constructed with a pneumatic blower unit complete with a supp]emental granular injection system capable of installing at least 15 cubic meters per hour. Compost and seed shall be applied at a minimum depth of 50 mm. I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-12 11. To be installed by: Hennanns Contracting Limited 1510 Hwy. 27 Schomberg, ON LOG !TO (905) 939-1230 OR Landsource Organix Ltd. 100 Britannia Road East Milton, Ontario, Canada LOP IEO I 877 548-8558 Web: www.landsourceorganix.com OR Approved Equal. Material: The material shall consist of composted materials, according to certain particle sizing specifications. . Particle size: 99% passing through a 25 mm sieve. Organic Soil: The amendment shall be derived from 100% well-decomposed green waste organic matter produced by composting sites who meet or exceed.MOE Compost Regulation 101 as well as meeting the Canadian Council of Ministers of the Environment's (CCME) definition for Type "A" Compost (See "Support Document for Compost Quality Criteria", CCME). Quality Assurance: A proof of compost quality meeting CCME guidelines by an approved laboratory shall be submitted to the engineerllandscape architect for approval prior to installation. Seed Mix shall be Short Native Prairie Grass Mix as supplied by OSC (Ontario Seed Company Limited), 1-800-465-5849, www.oscseeds.com , or approved equal. Application Rate: 12kglha. A nurse crop of annual ryegrass shall be included with the seed mix, at a rate of 22kglha. The application shall be unifonnly applied directly at the soil surface with a pneumatic blower. Terraseeding shall not be applied over french drain: Seeding shall be perfonned within the local region's seeding deadlines. The Contractor shall maintain the surface in a functional condition for a period of one year. Contractor shall make periodic inspections of the composted surface for effectiveness and shall immediately correct all deficiencies. Where deficiencies exist, additional material shall be installed immediately to required depth. Method of Measurement: All surfaces shall be measured by the square metre, complete in place. QUALITY ASSURANCE: Perfonnance Measure: All compost and seeded areas will be inspected to ensure compliance with this specification at the thirty day period following the operation. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-12 12. I I I I I I I I I I I I I I I I I I I At the thirty day inspection within the seeded earth area, the surface shall be visually intact and shall form a uniform cohesive mat. Failure to Meet Performance Measure: If the completed work does not meet the Performance Measure after the thirty-day inspection, the areas shall be documented, and the Contractor shall be notified of those areas, and re-inspected at sixty days. If the completed work does not meet the Performance Measure after the sixty-day inspection, the Contractor shall re-apply the specified materials in accordance with this specification within 14 calendar days of receiving the notification. The Contractor shall maintain the site until conditions permit application or re-application of compost and seed. All replaced compost and seed shall be subject to the Quality Assurance section of this specification. ECOBLANKET AND ECOBERM - ITEMS NO. A42 AND C26 This product shall be used in areas where the slope of the terrain is greater than 2: I and in areas of3: I where the diagonal length ofthe slope exceeds 4 m. 1.0 Description: This work shall consist of furnishing, constructing and maintaining an EcoBlanket (to Rexius specifications. EcoBIanket is a ground cover (surface blanket) of the Rexius specified compost/mulch (Erosion Blend) combined with a special additive (Microblend) constructed with a pneumatic blower to control and reduce soil erosion. An EcoBlanket stabilizes the soil, prevents splash, sheet and rill erosion, and removes suspended soil particles and contaminates from moving off the site and into adjacent waterways or storm conveyance systems. EcoBerm is a water permeable window (berm) of the Rexius specified compost/mulch (Erosion Blend) combined with a special additive (Microblendâ„¢) constructed with a berm forming machine (BermBuilderâ„¢) and pneumatic blower to control sediment by removing suspended soil particles and contaminants from water moving off of the site and into adjacent waterways or stormwater conveyance systems. ' 2.0 Material: The EcoBlanket and EcoBerm filtering material consists of the Rexius Erosion Blend of compost and mulch materials, according to the Rexius particle sizing specifications, in combination with the Rexius Microblend additive. Particle size must meet exact specifications of the Rexius EcoBlanket Erosion Blend material and Rexius EcoBerm Erosion Blend material supplied by a certified supplier/installer. The compost portion of EcoBlanket and EcoBerm shall be derived from well-decomposed organic matter source produced by controlled aerobic (biological) decomposition that has been sanitized through the generation of heat and stabilized to the point that it is appropriate for this particular application. Compost material shall be processed through proper thermophilic composting, meeting the Canadian Council of I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-12 13. Ministers of the Environment's (CCME) definition for a 'process to further reduce pathogens' (PFRP). The compost portion shall meet the chemical, physical and biological properties (as outlined in the chart on reverse). These and all other required properties for the performance of the EcoBlanket are included in the Rexius EcoBlanket Manufacture Guidelines followed by certified suppliers/installers. Rexius Microblend additive shall be injected into Erosion Blend material at time of EcoBlanket and EcoBerm construction. A proof of certification as an EcoBlanketlEcoBerm supplier shall be submitted to the Engineer/Landscape Architect for approval prior to installation. Test results for EcoBlanket and EcoBerm performance shall be made available upon request. Erosion Blend Material must meet Rexius' minimum specification requirements for seeding purposes. 3.0 Construction: The EcoBlanket shall be placed as shown on the plans or as directed by the Engineer. On areas with a slope of2: I or less, tbe EcoBlanket shall be uniformly applied directly at the soil surface with a pneumatic blower as specified by Rexius. EcoBlanket shall be applied at a depth of 50 mm and approximately 90 cm over the top of the slope, or overlap it into existing vegetation. For EcoBlanket, Rexius Microblend shall be appliedliqjected at a minimum rate of 615 kgs per hectare (or as specified by Rexius), to be confirmed by inspector/project manager. EcoBlanket application depth may be modified based on specific site (e.g., soil characteristics, existing vegetation) and climate conditions, as well as particular project related requirements. Erosion blend material will be injected with seed during application. Seed Mix shall be Standard Roadside Mix as specified in Table I ofOPSS No. 572. The compost /mulch component shall abide by the minimum standards set by Rexius for seeding. Do not use EcoBlankets in areas of concentrated flow (ie. ditches, streams, etc.). Unless otherwise allowed by Engineer, seeding shall be performed within the local region's seeding deadlines. 4.0 Maintenance: The Contractor shall maintain the EcoBlanket and EcoBerm in a functional condition at all times. Contractor shall make periodic inspections of the EcoBlanket and EcoBerm for effectiveness and shall immediately correct all deficiencies. Where deficiencies exist, additional EcoBlanket and EcoBenn material shall be installed immediately to required depth. 5.0 Performance: Place EcoBlanket on denuded areas immediately or as directed by Engineer. Seed shall be applied as indicated on the Contract Drawings for additional erosion and sediment control. The work specified in the Section consists of designing, providing, and maintaining erosion and sedimentation controls as necessary. All existing and foreseeable future conditions that affect the work inside and outside the site limits must be acknowledged as the Contractor's responsibility. Contractor is responsible for providing effective sediment control measures based on performance. Contractor may, with approval from the Engineer, work outside the minimum construction requirements to establish a working erosion control system. SPECIAL PROVISIONS - TENDER ITEMS CONTRAcr NO. CL2008-12 14. RIP RAP ON GEOTEXTILE - ITEMS NO. A43 AND C27 The work shall be performed in general compliance with the plans, OPSS 511, and as directed by the Contract Administrator, and shall consist of providing a protective covering of approved rock, on the ditch and gutter outlets as shown on the Contract Drawings. The Contractor shall supply all materials for this Item. Rock shall be an imported quarry material of field stone material; the quality of the rock shall be reviewed by the Contract Administrator. Rock subject to marked deterioration by water or weather will not be accepted. Rock shall fulfill the gradation requirements as follows: Gradation Limits for Rock Protection: 100% 50% 80% Smaller than Larger than Larger than 300 mm 200 mm 100mm Placing shall be done in such a manner that the surface of the finished rock protection shall have a uniform appearance and be without segregation. The rock thickness shall be shown on the drawings. The Contract price for the rock protection shall constitute full compensation for the supply of the rock, the supply and placing of a geotextile filter fabric, any excavation or trimming required for the bedding of the rock, the hauling and placing of the rock, and ,all items incidental to the completion of the work as shown on the Drawings and in accordance with the Specifications. Geotextile for rock protection shall be TerraflX 270R or approved equivalent. The geotextile shall be free of folds and wrinkles. The geotextile shall be joined so that the material laps a minimum of 500 mm and shall be pinned together or as directed by the manufacturer's instructions. Alternatively, the geotextile shall be joined to conform to the seam requirements of OPSS 1860. PAVEMENT MARKINGS - TRAFFIC PAINT - ITEMS NO. A44 AND C28 Pavement markings to be organic solvent based traffic paint and shall be Ontario white or yellow. The Contract Administrator shall provide a pavement marking plan following award of the tender. MISCELLANEOUS WORKS (provisional) - ITEMS NO. A45 AND C30 Under this Item, the Contractor shall be paid on a time and material basis for landscaping works on or near private properties as part ofthe construction operation. Extent of works will be determined through discussions with the Homeowners and the Contract Administrator at time of construction. Work may include plantings in the roadside tributary ditch located at the west project limit on Concession Road 3, as well as the removal of the existing gravel driveway to House No. 427 on Mearns Avenue. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-12 15. H.L.-8 BLEND CLEAR STONE BEDDING WITH GEOTEXTILE (provisional) - ITEMS NO. A46 AND C31 These Items shall only be ntilized upon approval from the Contract Administrator. Payment shall be made under these Items for the following work in connection with storm sewer installation: . Excavation of unsuitable materials below standard bedding depth. . Disposal of surplus excavated materials off the site of the works. . Supply and placement of Geotextile Terratrack 24-11 as wrap to clean stone. . Supply and place H.L. - 8 blend clear stone bedding to depths as directed by the Contract Administrator. SUPPLY AND INSTALLATION OF PLANT MATERIAL - ITEMS NO. A47 AND C32 Payment shall be made under this Item for the supply and installation of plants in locations throughout the project limits as indicated on the Contract Drawings and as directed by the Contract Administrator. Final layout shall be approved on site with the Contract Administrator and be checked against utility locates prior to excavation of planting pits. Layout adjustments at time of construction shall be of no additional cost to the Owner. All planting and related work shall be done by experienced, qualified personnel under the direction and supervision of Foremen with at least five (5) years of horticultural and planting experience. All trees shall be nursery grown, true to type and structurally sound, with straight trunks and leaders intact, and be well and characteristically branched for the species. Root balls shall not be cracked, broken, or damaged. All plants shall be free of disease, insect infestation, rodent damage, sun scald, frost cracks and other abrasions or scars to the bark. They shall be densely foliated when in leaf and have healthy, well developed root systems. Plant names shall be in conformity with that accepted in the nursery trade. Substitutions for the specified plants will not be accepted unless approved in writing by the Contract Administrator. The Contract Administrator reserves the right to reject any plant material, whether planted or not, which does not conform to the specifications. Do not remove any labels from plants until they have been inspected and approved by the Contract Administrator. All debris, clay lumps, roots and stones over 50 mm in diameter and other extraneous matter shall be removed from excavated soil to be used in backfill and disposed of off site. Shredded bark mulch free of any granular and organic material will be applied over planting pit areas of trees and throughout shrub beds in accordance with the Contract Drawings. A sample of the mulch to be used shall be submitted to the Contract Administrator for approval. Maintain all plant material and assume full responsibility for protection of all planted areas until final acceptance of all project work. Keep planted areas free of weeds at all times. Remove all debris, broken branches, etc., and maintain planted areas in neat condition at all times. Water plants as necessary with sufficient quantities to moisten the entire root system. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-I2 16. I I I I I I I I I I I I I I I I I I I All materials and workmanship shall be guaranteed for a period of two (2) years following project completion. All plants that are dead, or not in a healthy, satisfactory growing condition, or which in any way do not meet the requirements of the specifications, shall be replaced by the Contractor at the Contractor's expense. All required replacements shall be as originally specified. The warranty on replacement plant material shall be extended for a period equal to the original warranty period. Final inspection of all plantings shall be made at the end of the specified warranty period. Stakes and all staking material shall be removed .at the end of the warranty period. The Contract Administrator or Owner reserves the right to extend Contractor's warranty responsibilities for an additional year if, at end of initial warranty period, plant condition is not sufficient to ensure future health. EROSION AND SEDIMENT CONTROL MEASURES (provisional) - ITEMS NO. A48 AND C35 The Contractor shall supply, install, maintain and remove any erosion or sediment control measures throughout the project limits as directed by the Contract Administrator. EXCAVATE FOR UTILITY/GRANULAR FILL VERIFICATION (provisional) - ITEMS NO. A49 AND C33 The unit price for these Items shall include for the following: . Excavation to expose utility or sufficient depth of granular fill on Mearns A venue required for verification. . Backfill with native material following verification check by Contract Administrator. ASPHALT CEMENT PRICE ADJUSTMENT ALLOWANCE - ITEMS NO. A50 AND C34 Payment shall be made under these Items for payment adjustment for asphalt cement placed in the Contract in accordance with Clause No. 33 of the Special Provisions - General. TREE PROTECTION - ITEM NO. A51 The Contractor shall supply, install, maintain and remove any tree protection as per OPSS 565 as directed by the Contract Administrator throughout the limits of the Contract. SUPPLY AND INSTALL MAZE BARRIERS AND CHAIN LINK FENCE - ITEM NO. A52 For the lump sum price bid, the Contractor shall supply all materials and labour to construct the maze barriers and chain link fence as indicated on the Contract Drawings and as detailed on Standard Drawing TSH- 1. I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACf NO. CL2008-12 17. STEEL BEAM GUlDERAIL WITH CHANNEL - WOOD POST - ITEM NO. C36 Under this Item at the unit price bid, the contractor shall supply all materials, equipment and labour as required for the installation of steel beam guiderail at the location indicated on the drawings and in accordance with OPSD 912.140. GUlDERAIL END TREATMENT - EXTRUDER -ITEM NO. C37 Under this Item at the unit price bid, the Contractor shall supply all materials, equipment and labour as required for the installation of extruder end treatments, including high intensity object markers in accordance with OPSD 922.530. PART 'B' AND 'D': WATERMAIN AND APPURTENANCES W ATERMAIN AND APPURTENANCES Reference: .1 Construction of watermain and appurtenances in accordance with Region of Durham Standard Specifications for Watermain Construction - Revised May 2005, Section 02511. .2 Contract Drawings and Details for Contract No. CL2008-12. ADJUST W ATERMAIN VALVE BOX -ITEM NO. 1.13.01 Include: .1 Excavation to grade and disposal of surplus material. .2 Adjusting of slide type valve box and tracer wire to finished grade. .3 Backfill and compaction of excavated areas. ADJUST WATER SERVICE BOX -ITEM NO. 1.13.16 Include: .1 Excavation to grade and disposal of surplus material. .2 Adjusting of water service box to finished grade including expansion and re- threading. .3 Backfill and compaction of excavated areas. PIPE (NOT INCLUDING RESTORA nON) - ITEMS NO. 3.01.02 AND 3.01.04 Include: .I Mechanical cap at the end of pipe atJollow Drive and Freeland Avenue. .2 Cathodic protection as per S-435. .3 Mechanical restraint and granular thrust blocks as required by Region of Durham specifications. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-12 18. .4 Arranging with the Region of Durham for shutdown of watennains. Such arrangement shall be in accordance with Part 3.12 of Section 02511 of the Region Specifications. .5 Granular' B', Type I backfill for Mearns Avenue, installation and disposal of surplus material. Concession Road 3 backfill for watennain to be compacted native material. VALVES AND VALVE BOXES - ITEMS NO. 3.03.02 AND 3.03.04 Reference: Contract Drawings and RMD Detail S-408 Include: .1 Supply and installation of gate valves and boxes as per S-408. .2 Excavating, blocking, backfilling and compaction. .3 Supply and installation of cathodic protection as per S-435. .4 Adjustment to level of base asphalt. The unit price bid shall include for all labour, materials, fittings, excavation and backfill and disposal of surplus excavated material. HYDRANT SETS AS PER 8-409 - ITEM NO. 3.04.01 Reference: RMDCS Section 02511, RMDSD S-409 Include: .1 Excavation to grade and disposal of surplus materials. .2 Supply and installation of hydrant (with storz pumper nozzle), anchor tee (or reducer) and resilient seat gate valve and box as per S-409. .3 Supply and installation of hydrant extensions and/or valve box and rod extensions as shown on the Contract Drawings. .4 Supply and installation of filler piece watennain pipe. .5 Supply and installation of mechanical restrainers. .6 Cathodic protection in accordance with RMDSD S-435. .7 Backfill with select native materials and compaction. 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 RMDSS Section 02511, except for Storz pumper nozzle and inner workings of hydrant. .3 Complete installation of piping, hydrant, blocking, tie rods as per S-409. .4 Supply and installation of all other materials as required. .5 Backfill with approved native material and compaction. REMOVE EXISTING HYDRANT - ITEM NO. 3.04.05 Reference: OPSS 510 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-12 19. Include: .1 Excavation to grade and disposal of surplus materials. .2 Removal and separation of valve and piping and fitting as indicated on the Contract Drawings, cleaning, salvaging and transportation of existing hydrant and appurtenances complete to the Orono Depot. .3 Removal and disposal off site of existing secondary valve box. .4 Backfill with select native materials and compaction. NEW HYDRANT Wlm STORZ PUMPER NOZZLE AS PER S-409 - ITEM NO. 3.04.011 Reference: RMDCS Section 02511, RMDSD S-409 Include: .1 Excavation to grade and disposal of surplus materials. .2 Supply and installation of hydrant (with storz pumper nozzle) and filler piece watermain pipe as per RMDSD S-409. .3 Supply and installation of mechanical restrainers. .4 Cathodic protection in accordance with S-435. .5 Backfill with select native materials and compaction. REMOVE EXISTING HYDRANT - ITEM NO. 3.04.051 Reference: OPSS 510 Include: .1 Excavation to grade and disposal of surplus materials. .2 Removal and separation of hydrant filler from existing gate valve, salvaging and transportation of existing hydrant and appurtenances complete to the Orono Depot. .3 Backfill with select native materials and compaction. 19 mm MAIN STOP -ITEM NO. 3.05.01 Include: .1 Excavation and compaction backfill with native materials. .2 Supply and installation complete with saddle, union adaptor, connectors, etc. .3 Connection to new or existing service pipe. .4 Cathodic protection in accordance with Detail S-43 5. 19 mm COPPER SERVICE PIPE -ITEM NO. 3.05.11 Include: .1 Excavation to grade and disposal of surplus materials. .2 Removal and disposal of existing service pipe as required. .3 Supply and installation of pipe in specified bedding and cover including connection to existing curb stop. .4 Supply and installation of cathodic protection. .5 Backfill with native material and compaction. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-l1 20. I I I I I I I I I I I I I I I I I I I 19 mm TEST POINT AS PER 8-429 - ITEM NO. 3.06.01 Reference: RMD Detail S-429 Include: .1 Supply and installation of all corporate main stops, valves, backfIow 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 are removed. .4 Backfill with approved native material. 50 mm TEST POINT AS PER 8-429 (Modified) - ITEM NO. 3.06.02 Reference: RMD Detail S-429 Include: .1 Supply and installation of all corporate main stops, valves, backflow preventers, copper tubing, fittings, etc. .2 Removal of all main stops upon completion oftesting and flushing. .3 Supply and installation of a brass plug in locations where main stops are removed. .4 Backfill with approved native material. PART 'E': STREET LIGHTING GROUND WIRES - ITEM NO. E3 GROUND ELECTRODES - ITEM NO. E4 All work shall be carried out in accordance with OPSS 609 Amendment to OPSS 609 dated November 2001 609.02 REFERENCES Sub-section 609.02 is amended by the addition ofthe following: IEEE 837 Standard for Qualifying Pennanent Connections Used in Substation Grounding UL 467 Grounding and Bonding Equipment 609.05.05 Ground Connectors Sub-section 609.05.05 is amended by the addition of the following: High pressure irreversible compression connectors shall be: made of pure wrought copper extrusion I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-12 21. made of the same material as the conductors according to CSA 22.2 No. 41, UL 467, and IEEE 837. connected according to the manufacturer's recommendations connected using a minimum compressive force of 100 KN and a minimum compressive pressure of 70 MPa. High pressure irreversible compression connectors shall have crimp verification for the inspection and verification of CSA and UL compliance markings. 609.07.03.05 Ground Wire Connections The second paragraph of clause 609.07.03.05 is deleted and replaced with the following: Moulded type ground connectors or high pressure irreversible compression connectors shall be used at pad mounted electrical~lectronic equipment, power supply locations, and all locations where the ground connectors are direct buried or inaccessible. 609.07 CONSTRUCTION Section 609.07 is amended by the addition of the following: 609.07.10 Quality Control Pre-installation Testing and Inspection The Contractor shall inspect the grounding cables, bonding jumpers, ground electrodes and connection components prior to and during installation to ensure that they meet the requirements of the contract. Proof of Performance Testing and Inspection The Contractor shall inspect and test the grounding to ensure that it meets the requirements of the contract. In particular, and without limiting the foregoing, the Contractor shall inspect the work to ensure that all electrical connections and splices have been properly installed in accordance with the requirements of the contract. The Contractor shall test all system and components grounding. The Contractor shall test the resistance to ground between the equipment enclosures and the grounding grid. In soils of low conductivity, additional ground rods, ground plates and ground wires shall be added as required. Readings shall not exceed 25 ohms. These measurements shall be undertaken when frost penetration does not exceed 150 mm. Copies of all documentation shall be included in the Service Manual. SUPPLY' A' AND CONNECTION - ITEM NO. E5 This Special Provision replaces OPSS 614 dated September 1984 in its entirety. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-12 22. I I I I I I I I I I I I I I I I I I I CONSTRUCTION SPECIFICATION FOR THE INSTALLATION OF POWER SUPPLY EQUIPMENT TABLE OF CONTENTS 614.01 SCOPE 614.02 REFERENCES 614.03 DEFINITIONS - Not Used 614.04 SUBMISSION AND DESIGN REQUIREMENTS 614.05 MATERiALS 614.06 EQUIPMENT - Not Used 614.07 CONSTRUCTION 614.08 QUALITY ASSURANCE - Not Used 614.09 MEASUREMENT FOR PAYMENT 614.10 BASIS OF PAYMENT 614.01 SCOPE This specification covers the requirements for the installation of Distribution Assembly, and Supply Control Cabinet Assembly. The requirements ofOPSS 601 shall apply to this work. 614.02 REFERENCES This specification refers to the following standards, specifications or publications: Ontario Provincial Standard Specifications, Construction: OPSS 60 I OPSS 603 OPSS 604 OPSS 609 Electrical Work - General Underground Ducts Cable Installation Grounding Ontario Provincial Standard Specifications, Material: OPSS 2414 OPSS 2480 OPSS 2485 Distribution Assembly - Single Phase and Three Phase Supply Control Cabinet Assembly Photoelectric Controllers I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-12 23. Others: CSA Standard C 22.2 No. 211.2 - 1984, - Rigid PVC (Unplasticized) Conduit 614.04 SUBMISSION AND DESIGN REQUIREMENTS The following infonnation shall be submitted to the Contract Administrator: a. actual breakdown cost of Utility Work, such as 'hook up', 'transfonnation', etc. b. Utility company contact person's name, address and telephone number. Note: Connection fees will not be the responsibility of the Contractor. 614.05 MATERIALS 614.05.02 Supply Control Cabinet Assembly Supply control cabinet assemblies shall be according to OPSS 2480, February 1996, its amendment and the specific requirements as described below: Supply "A" shall each consist of 2 load centres by Square D, Model Q02L70RB or an approved equal complete with top and bottom entry hubs and mounted directly above and below one another. One load centre will be used to house the main breaker and one load centre will be used to house the lighting circuits. For each of the supply control cabinet assembly locations the Contractor shall supply circuit breakers as follows: 60 amp 2 Pole - common trip circuit breaker. This shall be used as the main circuit breaker. 2 30 amp single pole breakers for the illumination circuits The Contractor shall ensure that the Supply Control Cabinet Assemblies are "Service Entrance Ready" prior to installation. 614.05.03 Photoelectric Controllers Photoelectric controllers shall meetthe requirements ofOPSS 2485. 614.05.04 Cables and Cable Connectors Cables and cable connectors shall meet the requirements of section 604.05 of OPSS 604. 614.05.05 Grounding Materials Grounding materials shall meet the requirements of section 609.05 ofOPSS 609. SPECIAL PROVISIONS - TENDER ITEMS CONTRAct NO. CL2008-12 24. 614.05.06 Conduit and Fittings Rigid PVC conduit and fittings for the installation of pole-mounted equipment shall meet the requirements of CSA Standard C 22.2 No. 21 \.2. 614.07 CONSTRUCTION 614.07.01 Distribution Assembly Equipment enclosures shall be installed squarely and symmetrically on the concrete pad. A neoprene gasket shall be attached squarely and symmetrically on the bottom channel of the enclosure prior to installation, with holes for mounting bolts drilled where necessary. Anchor bolts shall be secured in place in the locations shown in the manufacturer's instructions or where bolt holes have been provided. 614.07.02 Supply Coutrol Cabiuet Assembly Supply control cabinet assemblies shall be mounted securely on poles using stainless steel strapping. Rigid PVC conduit and fittings shall be installed on wood poles using PVC coated pipe straps with galvanized lag screws at 1.5 m maximum centres. Installation on metal or concrete poles shall be done using stainless steel strapping at 1.5 m maximum centres. The conduit system shall be installed in straight lengths to follow the taper of the pole. Offset bends shall be used where required to avoid pole attachments and shall be kept free of kinks or scorch marks. Section 614.07.02 is amended by the addition of the following: The Contractor shall leave sufficient wire coiled, ducts, etc. for the Supply Authority to make final connections to secondary feed. The Contract Administrator shall contact the Supply Authority before the power to the service is required and request a "Service Layout". The Contractor will meet the Supply Authority representative on site and coordinate the requirements to complete the services. Hydro One Networks Inc. shall be contacted for coordination of the secondary connections at the following contract locations: Hydro One Representative: 1-(800) 337-8422 Ext. 3242 It will also be the Contractor's responsibility to obtain an "Inspection Clearance" from the Electrical Safety Association Inspection Department. The "Inspection Clearance" must be obtained at least 48 hours in advance of the power turn on to ensure that the appropriate Supply Authority will receive it prior to turn on. 614.07.03 Cable and Fuse Cables, terminations and connections shall be installed in accordance with the requirements of OPSS 604. Service cables, from the point of service connection to the main disconnecting means shall meet the requirements of the Code. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-12 25. High voltage fuses shall be approved by the Supply Authority prior to installation. 614.07.04 Grounding All pad mounted equipment shall be grounded by means of ground wire jumpers connected between the equipment ground bus and the exterior ground grind. Lighting arrestors shall have the ground cable connected securely to the equipment ground bus. The neutral bus of the main disconnecting means or the secondary neutral terminal of the transformer shall be grounded. fu supply control cabinet assemblies, the system ground wire and the service ground wire shall be connected to the neutral bus. All grounding work shall be carried out in accordance with the requirements ofOPSS 609. 614.07.05 Photoelectric Controllers Photoelectric controllers shall be installed on poles with twist lock mounting adapters and brackets. Brackets shall be mounted on metal or concrete poles with stainless steel strapping or on wood poles with galvanized lag screws. The photo-conductive cell window shall be set to face in a northerly direction but away from any nearby light sources. 614.07.06 Quality Control Pre-installation Testinl! and fuspection The Contractor shall inspect the power supply equipment to ensure that it meets the requirements of the contract. fu particular, and without limiting the foregoing, the Contractor shall perform a visual inspection of all the power supply equipment prior to its delivery. The Contractor shall inspect the following components to ensure that they meet the requirements of the contract: General Appearance Insulation Transformers Wires and Connectors Labelling Switches Breakers Grounding Connections Grounding and Bonding Materials Enclosures Materials Cabinet Materials Doors and Latching Mechanisms Conduits and Tubings Any other components Panelboards Contactors Thermostats Exhaust Fans BarrierslRaceways Photoelectric Controllers Proof of Performance Testinl! and Insoection The Contractor shall perform visual inspection on the installed power supply equipment, inspecting all components, as listed under Pre-installation Testing and Inspection. In addition, the Contractor shall perform Low Voltage System tests on wiring of the equipment in conformance to OPSS 604. The Contractor shall perform all tests on grounding of equipment in conformance to OPSS 609. SPECIAL PROVISIONS - TENDER ITEMS CONTRACI' NO. CL2008-12 16. 614.09 MEASUREMENT FOR PAYMENT 614.09.01 Actual Measurement Distribution Assemblies Supply Control Cabinet Assemblies The unit of measurement is each. 614.09.01 Plan Quantity Measurement Measurement is by Plan Quantity as may be revised by Adjusted Plan Quantity. The unit of measurement is each. 614.10 BASIS OF PAYMENT 614.10.01 Supply Control Cabinet Assemblies Payment at the contract price for the above tender item(s) shall be full compensation for all labour, equipment and materials required to do the work. --------------------00000--------------------- AMENDMENT TO OPSS 1414. FEBRUARY 1996 1414.04 SUBMISSION AND DESIGN REQUIREMENTS Section 2414.04 of OPSS 2414 is amended by the addition of the following subsection: 1414.04.01 Sbop Drawings The shop drawings shall contain, at a minimum, the following information: (a) plans, elevations, sections and details to show enclosure, structural details, equipment layout and mounting arrangement, anchor bolt locations and overall weight; (b) detailed bill of materials; (c) wiring diagrams; (d) details of equipment nameplates and notices. The Contractor shall submit shop drawings to the Contract Administrator. 1414.05 MATERIALS 1414.05.03 Thermoset Insulated Wires and Cables Subsection 2414.05.03 ofOPSS 2414 is deleted and replaced with the following: All interconnecting wires and cables shall be copper of insulation type RWU90 and shall conform to CSA C22.2#38. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-12 27. Sections 2414.08 and 2414.09 ofOPSS 2414 are deleted in their entirety. Table 2, Total Systems Ratings of OPSS 2414 is amended by changing the "Service Cable Size" for 150 KV A Distribution Assembly Rating, from "#2/0 A WG" to ''#3/0 A WG". -------------------------o<lOC>O---------------------___ AMENDMENT TO OPSS 2480. FEBRUARY 1996 Section 2480.04 of OPSS 2480 is deleted and replace with the following: 2480.04 SUBMISSION AND DESIGN REQUIREMENTS 2480.04.01 Design The supply control cabinet assembly shall confonn to the details shown in the Contract Documents. The complete assembly shall be "Service Entrance Ready". The complete assembly shall pass Electrical Safety Authority (ESA) equipment inspection, and shall be issued with an ESA label of approval. These approvals shall be obtained before the unit is shipped. 2480.04.02 Shop Drawings The shop drawings shall contain, at a minimum, the following infonnation: (a) detailed dimensioned layout shop drawings including sections and details to show enclosure, equipment layout and mounting arrangement and exact weight; (b) detailed bill of materials; (c) wiring diagrams; (d) details of equipment nameplates. The Contractor shall submit shop drawings to the Contract Administrator. 2480.05 MATERIALS 2480.05.01.01 General Clause 2480.05.01.01, paragraph (d) ofOPSS 2480 is amended by the addition of the following: The barrier for the service cables must completely separate the cables from the branch circuit section; the barrier for the photoelectric controller cables must completely separate the cables from the service section. 2480.05.08 Panelboard Subsection 2480.05.08 ofOPSS 2480 is amended in that the reference to CSA C22.2 No. 12 is changed to CSA 22.2 No. 0.12. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-12 28. I I I I I I I I I I I I I I I I I I I 2480.07.02 Marking Subsection 2480.07.02 ofOPSS 2480 is deleted and replaced by the following: Each supply control cabinet shall have identification marking showing the assembler's name or trade mark, enclosure manufacturer's name or trade mark, the number OPSS 2480/SP614FOI and the date of manufacture. The marking shall be on a corrosion-resistant metal plate permanently attached with adhesive to the inside of the door, and be located in a highly visible location. The manufacturer must put the label "SERVICE ENTRANCE READY" on the dead front pane1." Sections 2480.08 and 2480.09 ofOPSS 2480 are deleted in their entirety. ROADWAY LUMINAIRES AND BRACKET ASSEMBLIES - ITEM NO. E7 OPSS 60 I and 617 shall apply except as amended or extended herein. 617.05 MATERIALS 617.05.01 Luminaires Subsection 617.05.01 ofOPSS 617 is amended by the addition of the following: Luminaires shall be according to OPSS 2432 and the information as described below: The conductors, which connect the luminaire, shall be RWU-90 cross link, #12 A WG. Include a one metre coil for connection to the ]uminaire. Luminaires and bracket arms for the various contract locations shall be as follows: Each luminaire shall be ]50 Watt High Pressure Sodium complete with ISO Watt Auto-transformer or isolated secondary transformer type integra] ballast for grounded systems, Type II Distribution-Median- Cut-off. For 120 Volt operation per OPSS 2432, Photometric file No. Cooper OVF (flat glass) Catalogue Number: OVFI5SXX2D, or approved equal. The luminaire shall be complete with ISO Watt high pressure sodium lamp ANSI designation S56SC-150. Each luminaire shall be equipped with individual photoelectric controller and receptacle. Each luminaire shall be equipped with a 2.4 m aluminum single tapered elliptical bracket arm. Payment at the contract price shall be full compensation for all labour, equipment and material to do the work. Section 617.05 of OPSS 617 is amended by the addition of the following subsections: 617.05.11 Disclaimer The Contractor must make such independent investigations and inquiries of the luminaire suppliers, as it deems necessary, to satisfy itself as to the quality, quantity and timeliness of delivery of luminaires I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-12 29. required by the Contract, and to ensure that all material supplied by the Contractor satisfies the specific requirements of this Contract. If the luminaire supplier(s) is unable to deliver the luminaires required by the Contract in a timely manner, the Contractor shall only seek its damages from the supplier(s). 617.05.12 Marking A permanent label shall be provided and attached to the interior of the lumina ire indicating the manufacturer's name or trademark, catalogue number, date of manufacture, photometric curve number and the ANSIlIES photometric classification and distribution type, the suitable supply voltage and frequency, the lamp type, the lamp wattage and the nominal operating voltage of the lamp so that it is clearly visible during maintenance operations. A label including a wiring diagram shall be attached to each ballast showing the ballast schematic wiring diagram and shall be visible during maintenance operations. For asymmetrical luminaires with adjustable optical systems, an externally embossed identification mark shall be located in line with the horizontal axis of the lamp. PART 'F' - GENERAL ITEMS SUPPLY AND MAINTAIN FIELD OFFICE - ITEM NO. 8.01.01 Under this Item the Contractor shall supply and maintain a field office for the sole use of the Contract Administrator as described in Clause 17 of the Special Provisions - General. Payment shall be made at 50"/0 on the first Payment Certificate and the 50% balance will be paid on the Payment Certificate following issuance of the Certificate of Substantial Performance. BONDS, INSURANCE AND MAINTENANCE SECURITY - ITEM NO. 8.02.01 Reference: RMDSS, Section 01001 Include: .1 .2 .3 100% Performance and Guaranteed Maintenance Bond for 24 months. 100% Labour and Materials Payment Bond. Liability Insurance based on the Contract Price. 100% payment of this Item shall be made on the first Payment Certificate. MOBILIZATION AND DEMOBILIZATION - ITEM NO. 8.03.01 Reference: RMDSS, Section 01001 SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CUOO8-12 30. I I I I I I I I I I I I I I I I I I I The Contract price stated in the Tender Form for this Item shall be compensation for the following: .1 Security protection of the Contractor's office, plant and sorted materials during the course of the Contract. .2 Moving onto the site and setting up the Contractor's office, storage facilities, plant, etc. .3 Providing all necessary access to the project including haul roads as required and the restoration of the surfaces to their original condition after the haul roads are removed. .4 Moving off the site and removal of the Contractor's office, storage facilities, plant, etc. Payment will be made as follows: 50% oftbe lump sum stated in the Tender Form for this Item will be paid on the first Payment Certificate; and, the 50% balance will be paid on the Payment Certificate following issuance of the Certificate of Substantial Performance. PRE-CONDmON SURVEY - ITEM NO. 8.05.01 Pre-Condition Survey shall be carried out to depict existing interior and exterior conditions of building, utilities, monuments, bridges, structural improvements, streets, driveways, sidewalks, within the area of influence of the work site and/or specified distances. The "area of influence" is that radius of distance adjacent to heavy construction, within which structures and property are subject to possible damage. The Pre-Condition Survey shall be completed on all structures, or part thereof, within 30 metres of any work, at a minimum. Additional inspections may be required, if deemed necessary by the qualified Vibration & Noise Consultant commissioned to carry out this work. Ouality Assurance A Vibration and Noise Consultant (VNC) with over five (5) years experience in loss control in urban areas shall be retained by the contractor to complete this work. The person in charge shall be a Professional Engineer Registered in Ontario. The Company shall carry Professional Errors & Omissions Insurance in the amount of$ I ,000,000.00. Procedure Immediately upon notice to proceed, all pertinent available data relevant to those applicable portions of the work and such other areas as deemed available to be Pre-surveyed is obtained by the VNC. Introduction & Notification A Letter of Introduction is hand delivered to all properties within the "area of influence". The letter contains pertinent information regarding the proposed work and advises the identity, telephone number and name of contact person capable of answering questions or addressing complaints. I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-12 31. This letter serves to acquaint residents with proposed construction in the area. Inaccessible Properties Should access to a premise by the Inspector be prohibited for any reason, i.e., absent ownerllessor/manager; denial of authorization; vacant; safety hazard; in such case, particulars of efforts made to gain entry are recorded on the Pre-condition Survey Summary Sheet as follows: · Time and date(s) of contact · Means of contact (in person or by telephone) · Authority (owner/lessor/manager) · Reason( s) for entry refusal or inaccessibility PhotolZraDhic Documentation Photographic equipment and materials used are capable of yielding high quality negatives from which detailed enlargements may be made. Payment 100% payment of this Item shall be made on the first Payment Certificate on proof that the survey has been completed. A reduction in the lump sum payment under this Item shall be made for non-accessible properties or refusal to enter properties which deny access to interiors of buildings in the "area of influence", as follows: . >75% of entry to building interiors, no reduction in the lump sum price bid. . 75% - 50% of entry to building interiors, 20% reduction in the lump sum price bid. . <50% of entry to building interiors, 40% reduction in the lump sum price bid. The lump sum price shall include for a minimum of three (3) post construction complaint visits to a minimum of three (3) separate locations. The Contract Administrator shall be provided with a copy of the original report and/or photographs, if requested. Pre-Condition Survev Report Documentation of exterior and interior conditions of each property/item surveyed includes, as a minimum: · Vintage and type of construction . Description/depiction/dimension of differential settlements (visible cracks in walls, floors, ceilings) or any other apparent structural or cosmetic damage or defect Copies of Introduction Letters, Notification Letters and Refusal Letters are to be included in the report. Completed Pre-condition Survey data is to be assembled in a formal comprehensive report, including Summary Sheet. 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. CL2008-12 DESIGN GUIDELINES AND ST ANDARD DRAWINGS SECTION 900 INSPECTION/CONSTRUCTION I I f I I I I I I I I I I I I I I I I I SEmON_ INSPEmON, MATERIALS AND CONSTRUmON-J6 1.0 ~ 1.01 These p.LoliRes - to be ascd in CGlljUl1Clion with the c:onditioas $Cl GUt ill the Subdi~ ~ ia ~ Schcdule ""-Duties of Owna's F.,"'Q lIIId Schedule "L "--RepIaIioas filr Coastruc:tion. 1.02 The Owner's Consulting FnPKec shaU provide f!dkime inspection lIIId supcnisioa of all Worb. 1.03 The Consulting EopIcer shall lalce extensive ~ photos of sunwodiag lands, and shall provide datodIdescribed copies of such photographs to the M~. I .04 Construction sites an: to be maintained to prevent lD1Oel"-qry ponding of wat<<. 1.05 Prior 10 requesting the imyJections (or re-illSpCdioos) &om the Municipality, the Consulting Engineer shall verilY the proper completion of the Woris, and sulJmit a written request 1.06 All equipment, materials and methods involved in treodJ backfil~ filling, gramlars, concrete and asphalt shall be monitored and Catified as acceptable by the owna's Geotecbnical Engioea- (see attached fonn). Unless lIOled otherwise, the tenn "compacted" shall mean 95% Sbndard Proctor or hightt(nalive materials) and 98% SIandanI Proctor or higher (gr.mular maleriaIs). Such certiliatioo shall be in a fOrm acceptable 10 the Din:ctor and shall include aD ~ documentation and test resuks. Mix designs for c:oncme and asphalt shall be obtained and approved by the Geotechnical Engineer. The Geoteclmical Engioea- shaU ensure that the type,lrequeocy, location and results of aD lests is sufficient to ensure certification. FI1Ithennore, the Geotechnical Engineer shall ensure all results for a given stage of conslruction are accepIabIe prior to COmmencing the next stage of construction. 2.0 STORM SEWERS 2.01 All materials shall be visually inspected by the Consulting Engineer upon delivery, to ensure confonnity with specifications and the approved engineering drawings, and to ensure any damaged/substandard material is marlced and removed from the site immediately. 2.02 Installation of storm sewers shall be continually monitored for adherence to proper bedding, pipe laying, backfilling and compaction procedures. All storm sewers, calchbasins and manholes stull be constructed true 10 line and grade. Street catchbasins are to be installed in precise aligrunent with curb lines, and no tolerances will be permitted. Rear yard catchbasins shall be accurately surveyed and verified by the Consulting Engineer for correcl location prior to the issuance of a Certificate of Completion. The precasllops of manholes and calchbasins shall be checked for excess brickwork prior to roadbuilding. INSPECTION, MATERIALS AND CONSTRUCTlON-37 I I I I I I I I I I I I I I I I I I I ( : 2.03 Trench widchs shall be kqJt at a minimUlll, wbiIe ~ proper widdis to caable mcchmical c:IlIIlpIlClioo All tr-mi'lg must lIlIIMn 10 MiDlJy of Labour ~. 2.04 Manholes - 10 lie hsMi"'" with COCl~ SIIId, ~ miD. 1.0 .. hD the outside faceofdlesfruc:tun:. (Catchbasiaulin. 300mm_ die face of die.........:). 2.05 House COIIlIC:diGas sbaI atead 1.5 m iBto die IoIs aDd be plugged wilh 1IppIOVed remoVliJle plugs. Bcddiag sballIe as per approved ~ 4nwing. Tees shall lie pre- manufactuml fOr ~ 450mm diameter aad smaDc:r, ClORd (00 ale) if 5~ .-....,.... or larger, aad DIllie llClClft aod watertight. TIle iovat of aU lees sballIe Iocaled above the springtine of h: sewer main aod sballIe a miaimum of 600nun fivm the aearest adjacenllee or joial, uuIess approved olherwisc:. 2.06 Concrete pipes iolofoul of manholes sballIe COIlCIde aadIed precisely 10 the fuse joint. 2.07 All storm sewers, iocludiog slreel and rear yanI caIchbasin leads (and individual service lalerals where directed), DIllie inspected using approved high qualily video mxKding equipmenl and procedlRS. TIle inspection shall lie canied oul in a ~ acc:cplabIe to the Muoicipalily and all video tapes shall lie submitted 10 lbc Municipalily for review and permanenl slorage. Video re-inspections may also be requesled. 2.08 Infiltration shall DOl be permitted inlo lbc slorm sewer syslem. All leaks shall be investigaled to delcrmine lbcir source and shall be cornx:led 10 the satisfaction of the Municipa1ily. 2.09 Pipes which have failed in any manner, including mdiog (O.3nun design loading cracks excepled), exposed reinforcing or other defects, shall Ill: removed and replaced 10 the salisfaction of lbc Director. No repairs shall be undertaken wilhonl the consenl and the direcl supervision of the Mooicipalicy. 3.0 BACKFlLUNG, GRADING AND GRANULAR ROAD BASE 3.01 Backfill conlaining organic or frozen malerial, or excessively moisl malerial which C3IU101 support conventional compaclion equipmenl, shall be deemed unsuilable and shall nol be used. The iniliallift of nalive backfill shall nol exceed 1.0 m in depth above the compacted sand cover over the slono sewer and each addilional lift shall be placed in layers nol exceeding 300mm loose measurement (unless pre-authorized by the Geolechnical Engineer). Each lift shall be cornpacled Wllil il has achieved the specified densicy before any addilionallifls are placed. 3.02 Backfilling operalions shall follow pipe inslalIalion as closely as possible and be limited 1075 melres of open trench maximum. I I I I I I I I I I I I I I I I I I I ( lNSPEmON, MATERIALS AND CONSTRUmON-J8 3.03 The Gcotcd.icaI F'l&inou sbaIJ W.IIl,.aJt all tests, iocludiog faihns and n:IeIts, in sequential GRIer. 4lOIIIiauousIy dJroucIao-t lhe ~ A c:apy of all lest .... sW be kept at lhe site.... in acIditioa to IIIVYidia& daily plotting of all lest RSaIts OlIlbc piau and profile ..... 3.04 The CGosI'1l;ng ~ sbaIJ eIISIft tbat tIJc subgrade is fiae ~ to tIJc amct width, .. tbat IIae minimum )% crossfaB is COllsiRc.dly maimaiaed. willa no longitudinal ruls pc:nuiUed. 11Ie <Jc,of"""wlic:al F-gi...u shaU employ ..........iatc: Icsling IIIeaSUnls to assess lite suitability of lhe subglack, ittcIooding pmof-rolliog. and sllllllIUIIr:e appropriate ~ to lhe C......Ili1lg Euginee,- aod Munic:ipatity. Wbeaevec possible, .......~ soft amas in the ~ shaU be Rplaced with suitalJle native material, IIOl ~ material. When additioaaJ granuJars must be used, they should be consicIenld OIl a $hd by serm basis. SWdrains must then be lowered ac:coc~Iy, and 10: I &ost tapers lIIIISt be provided 3.05 Subdcains sIJaJI be installed ooly after the subgrade bas beea proof-rolled and the road strucllft bas beea fmalized. Subdraius shall be installed IJue to line and grade, in a trench c:ondilion, and sball be backfilled with approved ganuIar material llaving aggregates IIOl exceeding 19nun. All subdnins sbaD be supplied with a filter socL 3.06 11Je GeoledmicaI Engineer sball confirm (m a form a<<q>lable to the Municipality) lite acceptability of each stage of roadbuilding prior to subsequent stages COCl..-.....ing. Subsequent stages of road constructioo shall not proceed wilhoot approval from Municipal stat[ 3.07 After base curbs ~ installed, all Granular B must be regraded and verified by Muoicipal staff prior to placing Granular A (Any Gr.mular A placed prior to base curbs shall be considered Granular B). 3.08 Granular material shall be tested in accordance willt lite latest O.P .s.s. specifications. Material sball be tested at lite pit and also as it arrives on site. Materialoot cooforming to the specifications shall be rejected and removed from sile. 4.0 CONCRETE WORKS 4.01 Concrete to be supplied by MTO. approved sources only. All concrete shall be monitored and all applicable rests (compressive strength, slump, air entrainment. etc.) shall be canied out by lite Geotechnical Engineer as specified in accordance willt the applicable OPSS and ASTM specifications. Any material not meeting speciflC3lions shall be rejected immediately. 4.02 All concrete to be placed as per the Municipality's Standard Drawings. Conlncbon joints shall be in accordance with the Municipality's standard drawings and shall be completed as early as practical and before any initial cracking occurs. Large cracks or several INSPECTION, MATERL4LS AND CONSTRUrnON-J' I I I I I I I I I I I I I I I I I I I ( smaUer CIlICb betw_ .......dioo joints in curbs wit ~ n:movalaJd IqJlacaoeut of Chat section of adJ. Sidtwats with distinct aac:b wiD lIIso ...., RplIC:eII1eIIt 4.03 Curing ~ sbaU lie geoerously applied to all expos.,d QlIIwde surfaces, n:pdlcas of ambieot t..........-cs or seasoa, between I aod 2..... offiniohiqg. 4.04 All c:wbs to be pIaccd aing approved c:udJ mwtUnes Excess coocn:tc fonocd ~ CW'b InJIdUnc p~ shaU be prompCIy lrinuocd IIId RIIlOved prior to ~ 11lc minimum Icagth of cudJ to be removed and rqJIaccd man be loS m. No COIICIdc pIldi repairs sbd be pcrmittccL 4.05 Prior to placcmcot of top cudJ, base cudJ sbd be cleaoed and then ~ by Municipal staff. Ibsc aab... ~ shaU be rqJlIimI uJ/or RpIaccd as dim:tcd. 4.06 The depth of top curb at lite edge of pavement shall not be less than lOOmm and man be continually verified by lite Coasulting Eoginecr. 4.07 hnmcdiately prioI"lo Ihe placemcot of top cudJ or sidewalk, lite existiog swface shall be dampeued with wal<< 10 pl"CYent leaching of moistun: liom lite fresh coocrete. 4.08 Driveways to be as pel" approved house siting plans, with minimum widths of 4.6m for single detached homes. 5.0 ASPHALT PAVEMENT 5.01 All asphalt pavCll1Cllt materials shall be supplied by MTO approved sources, in accordance with OPSS 310, 1003 and 1150 (latest revisions thereof). MarshalVextractioWdensity tests shall be carried out by the Geotechnical Engineec in accordance with OPSS and relating 10 Ihe approved mix design. Note: Provincial and Municipal projects differ with respect to contract administration, paving project sizes, Quality ControVQuality Assurance procedures and testing frequencies. As sucb, several OPSS specifications are not appropriate for Municipal use and shall not apply, as determined in the sole discretion of the Director. Since current testing methods do not enable-ongoing monitoring (and Iherefore corrective action) of lite asphalt, the onus shall be on the aspbalt suppliers and contractors 10 ensure, through their own Quality Control melhods, that their product meets the basic standards with no exceptions for 'bordaline' test results permitted. Any reference to 'borderline' or to taking 'immediate corrective action' based on notification of laboratory test results shall be deleted and the product deemed unacceptable. le.OPSS 0310.08.04.02 whK;h permits air voids beyond acceptable limits, provided the contractor takes 'immeJiale corrective action' shall not apply. Unacceptable wort shall be immediately removed. Financial compensation using MTO fonnulas (to offset service life redooion in borderline work) may be considered, at the sole discretion of the Director. provided such amount is calculated by the Consulting Engineer, and all parties are in agreement. I I I I I I I I I I I I I I I I I I I ,- i 6.0 6.01 6.02 6.03 INSPECT/ON, MATEIlL<<S AND CONSTRUC110N-lO 5.02 Prior to pllciog surface asphah, base aspIJaIt shall be swept clean of all cfid, deIIris DI dust Areas of_ aspIJaJt sbaIl be ltaou-.d DI replleed as directed, asiDg I vaticaI sawc:ut at all ~:...a...;\. The lISC of I Geo-Grid or IppIOwd equiYlleat IIIlI1 abo be directed by the N.ic:ipaIity. Low an:as shall be padded to ensure I surface IIIIt of unifonn thicbess. 5.03 Each IIIIIIhoIe is to be prccisdy raised to finaJ 8J'Idc. and verified by tbe Developer's Consulting F'lg' ec.1IId Municipal sta1l _ 5.04 TacIc coat shaU be applied just prior to surface paving opcntioos and shall be dowcd to dry until it is in I pnJper conditioo of ~. The Icuglh of roadway prcp..... shall be limited to tbe imoucdiate paving sec:tioa, to ftllIuce ~. h shaU be evealy lIIJPicd at the rate of 0.41itn:sfsq. m taking can: not to spray aubs, sidewaDcs or any otber ad.iacmt surfaces. 5.05 Driveway paving shall be fUlly inspected and verified fOr depths of stone and aspbak, and the cODlpaclion tIJercor. and ensuring lhaI asphaIt is at a sufficient te...p....wre for placement HLJA (lH.JF) wiD not be penniUed, except in special cases with tbe approval of the Director. Crowning or rouadiog of the limestone will not be pamiUed. Materials testing may be required ror driveway apron gravel and aspbaJt, as directed. TOPSOlL, SODDING AND SEEDING All areas requiriag sod WlI first be fine graded, inspected by the Consulting Engineec, then prepared with latmn of good quality topsoil. Topsoil and sodding shall meet tbe requirements ofOPSs 570 and 571, in addition to meeting any additional re<JUirements set out in these specifiQtions. Boulevards sbaII have 2"/0 positive drainage knv3Id tbe curb and shall be fidly sodded, except in areas covered by driveway aprons or sidewalL All topsoil shall be lice liom native till or clay, roots, vegetation, weeds or debris, stones and clods over 50nun in diameter. Imported topsoiL if required, shall be fertile, loamy, screened material of a quality acceptable to the Director (containing approximately 4% organic maUer for clay Ioams and 2% minimum organic matter for sandy Ioams with acidity range of 6.0 PH). T opso;1 infested by the seeds of noxious weeds will not be acceptable. All sod shall meet the requirements of Ontario Sod Grower's Association No. I Bluegrass Fescue Nursery sod. The sod shall be taken from good loamy soil and shall be healthy, well permeated with roots, have uniform texture and 3ppearance and be free from weeds. Sod must be laid within thirty-six (36) hours of being cut Care must be taken during its transportation and placement to prevent any drying out Sod shall match flush with all adjacent surfaces and shall have no open gaps, overlapping edges or uneven joints. Where adjacent or lionting lands have already been sodded, care must be taken to ensure - \ INSPECllON, MATERIALS AND CONSTRUOJON-41 I I I I I I I I I I I I I I I I I I I drainage is .....:.....;,..,.) .. a smooda lnDsition is acbieved. On sIope$ ):1 md steeper. sod shatt be lUted IS requ;...d. 6.04 Laid sod sha1t lie il. r~1IcIy rolled to procIuoe .. evc:a Mface aod WItcIriIItl sha1t commence ionno..I;lldy dIeIafter and sbat1 Q>IIIj,~ 011 a... basis 1Di111ea1lhy roots are well esl~ 11 d ... JIClIIUDClIt If sod fails to aIabIBb ..........etdy. it shaU be muoved and I'~ No attempt sbaU be made to lIy to ~ watIdead sod through C(Jllllio..... wataiDg, lIIIIess specific permi~ is plied by the Dim:tor. The entire wort sbatt be doac in a lborougbly wo.l..-"'"ke IUmr 'Nidi an evc:a surface, and professioaat in ................ Ally sod dec:aaed mil by lbe DiRlctor sbat1 be i.._...ooialeJy muoved fiom site and rqJ\aced In Ibis n:gant, it is in the 1H:sl interest of lbe <:ootl-.tor to commWlic:ate wilb midc:als regan\iog the Deeds of nc:wIy laid sod over lbe fin( year. 6.05 Where approvelllry the Municipatity. hydnu\ic -'iqg aad mulching may be pcrfonncd provided Chat it cooforms to the Ontario Provincial Standard Specification No. sn. 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.!CL2008-12 ! STANDARD DRAWINGS I I I I I I I I I I I I I I I I I I I STANDARD NO. C- 101 102 104 105 108 109 III 113 114 301 302 305 307 311 403 501 OPSD- 200.010 208.010 210.010 216.021 219.110 219.180 219.210 220.010 400.010 605.020 608.010 701.021 704.010 802.020 803.030 803.031 804.030 804.05 912.140 922.530 971.101 972.130 980.101 PAGE ONE STANDARD DRAWINGS CONTRACT NO. CL2008-12 DESCRIPTION 1200 mm PRECAST CONCRETE MANHOLE 1500 mm PRECAST CONCRETE MANHOLE SINGLE CA TCHBASIN DOUBLE CA TCHBASIN STORM SEWER TRENCH BEDDING PVC STREET CA TCHBASIN CONNECTION PVC STORM SEWER SERVICE CONNECTION ROUND MANHOLE FRAME AND COVER BEEHIVE CA TCHBASIN FRAME AND COVER PERFORATED PLASTIC SUBDRAINS STANDARD CURB AND GUTTER CURB AND GUTTER DETAIL AT CA TCHBASIN CONCRETE SIDEWALK SURFACE PAVEMENT JOINT TREATMENT TYPICAL COMMUNITY MALBOX LOCATION (URBAN) 1.8 m11.2 m CHAIN LINK FENCE EARTH/SHALE GRADING - UNDIVIDED RURAL BENCHING OF EARTH SLOPES TANGENT SHOULDERS SUBDRAIN PIPE CONNECTION AND OUTLET DETAILS - URBAN LIGHT DUTY SILT FENCE BARRIER STRAW BALE FLOW CHECK DAM ROCK FLOW CHECK DAM V-DITCH BARRIER FOR TREE PROTECTION CAST IRON SQUARE FRAME WITH SQUARE OVERFLOW TYPE, DISHED GRATE FOR CA TCHBASINS 300 AND 450 ASPHALT OUTLETS FOR ASPHALT GUTTER METHOD OF TERMINATION, CONCRETE CURB AND GUTTER MAINTENANCE HOLE BENCHING AND PIPE OPENING DETAILS MAINTENANCE HOLE AND CA TCHBASIN PRECAST ADJUSTMENT UNITS FLEXIBLE PIPE ARCH EMBEDMENT FROST TREATMENT - FROST PENETRATION BELOW BEDDING GRADE FROST TREATMENT - FROST PENETRATION LINE BETWEEN TOP OF PIPE AND BEDDING CONCRETE HEADWALL GRATING GUIDERAIL SYSTEM, STEEL BEAM, WOOD POST ENERGY A TTENUA TOR, END TREA TMENT, EXTRUDER TERMINAL SYSTEM FENCE, HIGHWAY FENCE, CHAIN-LINK PEDESTRIAN BARRICADE I I I I I I I I I I I I I I I I I I I STANDARD DRAWINGS CONTRACT NO. CL2008-12 STANDARD NO. OPSD 2000.010 2001.010 2001.020 2001.030 2001.040 2001.080 2001.090 2235.01 2240.0 I 2242.02 2245.01 2255.010 2420.01 2421.010 MTOD 2245.020 S- 401 408 409 429 431 433 435 TSH-l TSH-2 TSH-3 PI2523/SpecsI29523-StandDraw.doc 2. DESCRIPTION ELECTRICAL ABBREVIA TIONS AND SYMBOLS ELECTRICAL LEGEND I ELECTRICAL LEGEND II ELECTRICAL LEGEND 111 ELECTRICAL LEGEND IV ELECTRICAL LEGEND VIII ELECTRICAL LEGEND IX POLE GUYING DETAILS WOOD POLE WITH ELLIPTICAL BRACKETS WOOD POLES WITH AERIAL CABLES LASHED ON MESSENGER INSTALLATION OF AERIAL CABLE SYSTEMS POLE WIRING DIAGRAM 120 V SYSTEM 1.8 m or 2.4 m ALUMINUM TAPERED ELLIPTICAL BRACKET LAMP WATTAGE LABEL FOR LUMINA IRE MINIMUM VERTICAL CLEARANCES FOR AERIAL CABLE SYSTEMS SANITARY, STORM AND WATER (MAIN AND SERVICE) TRENCH BEDDING DETAILS 100 mm to 400 mm DIA. GATE VALVE AND VALVE BOX HYDRANT ASSEMBLY WITH MECHANICALLY RESTRAINED JOINTS 19 mm TEST POINT BY-PASS JOINT RESTRAINING LENGTH FOR PVC PIPE THRUST BLOCKING FOR PVC W A TERMAINS CATHODIC PROTECTION FOR TRACER WIRES ON PVC DETAIL - MAZE BARRIER AND CHAIN LINK FENCE DETAIL -CONFIEROUS TREE PLANTING DETAIL - DECIDUOUS TREE PLANTING I I I I ;1 I I I I I I I I I I I I I I !::lQill! 1 All precast components to be from approved suppliers. 2 Pipes must not enter at 0 manhole section joint. 3 Uft holes to be completely filled with mortar before backfilling. 4 Aluminum manhole steps os per OPSD 405.020. 5 Precast flat tap design only as approved. 6 For manhole depths greater than 5.0m safety grates required. 7 Max. spacing between safety grotes is 4.5m. B For depths greater than 7.5m manhole to be custom designed. 9 For benching detail see OPSD 701.021 (use pipe dia. + 100mm for max hole size). ). 0 Compacted sand backfill within 1.0m of manhole. 11 Semi-cost manholes to be individually designed and approved. J "IN. ONE AI>Jt.IS1WEHT UNIT, MAX. 300mm ~ ~ ~ ~ j o' .JOUPo CONCRETE 8EHCHtNG 75mm Of 19mm CRUSHER RUN UWESTOlft' (COWPACIED) ON SlRUCTURAU.v SOUNJ GROUNO . :.. . , ',~. '-~ -... ~. ~ . . I.:. . All dlmen"" ore In mlllmetrn unless othenrbe noted. Clarin ton FRAWE AND C<1wtER AS PER C-113 CONCRETE eN' MORTAR TOP AN) 8OTlOM ROWS otI..Y (_AC'IIJOER'S SEAlNIT TN'E IlEJWEEN ROWS) 0UTSIlE OF _ 10 AECEM: twO cor.lS OF IIIIIM<<lUS PAINT WHEN lWlHOU: NOr lOCATED IN ROKNIAY PRESS SEAL OR EQUN'Al.ENf RUlIllER GASI(Ef (WAlIRIIGIfI) . POURED CONCRETE CIWX.E TO 1at JOINT SEE HOlE . --18 . '. PRECAST TOP FLAT Serrices De ~ent ............. ......... .... -- .... -. 2004 1200mm PRECAST CONCRETE MANHOLE C-101 !:illIES 1 All precast components to be from approved suppliers. 2 Pipes must not enter at a manhole section joint. 3 Uft holes to be completely filled with mortar before bockfilling. 4 Aluminum manhole steps as per OPSD 405.020. 5 For manhole depths greater than 5.0m safety grates required. 6 Max. spacing between sofety grates is 4.5m. 7 For depths greater than 7.5m, or where directed, manhale to be custom designed. 8 For benching detail see OPSD 701.021 (use pipe dia. + 100mm for max. hole size) 9 Compacted sand backfill within 1.0m fram manhole. 10 Semi-precast manholes ta be individually designed and approved. L- I.IN. ONE AOJUSTNENT 1NT. WAX.. JOe) ~ 8 '" '=:l i 8 :" . + " :.. 0 ... .. iL . JOUPa CONCRETE BENC::HWG PRECASr BASE 8 All dlmen8lonl CIA In mlllmetres unl... oth........ noted. M -. Clarin n I FRAME II<<) CO\IER IS PER C-l1J CCNCAEIE eN' MORTAR lOP AND BOl1OW ROWS OtI..Y (lW<<JF.ocnJRER'S SEoIlANr TN'E IlE1WEEN ROWS) I 0UlSIDE OF _ TO RECEIVE twO COATS OF III1IMlllUS _ WHEN IlANHOLE NOT lDCATEO II R<WJWAY I I PRECAST 1RNlSIlION SL\II I I . PRESS SEN... OR EQUIVAlDIT RUIllIER G.I.SKET (WATERIIGH1) I I I ..: .... .", ..-41- POUIlED CONCAEIE CRADlE TO 1st JOINT I 75mm Of 19mm mJSHER Rl>>I l.IIlESTONE (COIlPACTED) ON STRUCTURAU.Y SOUND GROUND I I I I I I I E Services De artment -.... -- I I 1500 TO 3000mm PRECAST CONCRETE MANHOLE C-102 I I I I I I I I I I I I I I I I I I I 115 1=4'" ~ CATCH BA5IN I "'~ '-+-1 ~'" I ,. .' ;; m "L l00mm PERfORATED SUIlORAI< 200mm SOLO WAU. P\1: PIPE ," .. ~: . . . .. . 150 ,.' ,', ','it -..' ~;;:r -.c a. .-". __. . c,~ . '. ~ . ....- :.. .,:;:. - .:~.!:;:;:!:!: , '. .c 75mm Of 19mm CRUSHER RUN lAlESTONE (COOAP.-c1tD) SECTION B-B SECTION A-A B A A . . NOTFS 1 All precast components to be from approved suppliers. 2 Compacted sand backfill within O.3m of catch basin. 3 Refer to C-109 and C-305 for additional details. 4 Invert of sub-drain and the abvert of catch basin lead are ta be level. 5 lift holes to be completley filled with mortar before backfilling. B PLAN All dlmenalon. ON In mll.metres un.... otherwIM noted.. on Services De artment -.... -""" .... __ 2004 SINGLE CATCH BASIN C-l04 8 8 I I I I I I I I I I I I I I I I I I I 115 ~r- I 61. 1700 ~r 61. t.IORfN< 115 lHO 61. 11 , . , .' .- . 100mm PERFORATED 5l8lIlMlS .. .. '" ~ 250mm SOlD WALL """ PIPE 0'---, , \ I I , I , , , , '--",- 250mm SOUO W-'lL """ PIPE '. , " ,. : 'i- . - "-".". . . . . '. :":: ".-:~ ..-, ,I .-. . .~~ 0" -i "4~' ",-- . ".. ".. 150 . ..~ ~... .....;!. ~_..~~j LOIES1ONE (COMPACTED) ..... : :!:":g;: *~~ ~ .!- !:!.!: _ ;..':;:;..._i!~_ SECTION A-A SECTION B-B A BEAM A NOTES PLAN 1 All precast components to be from approved suppliers. 2 Compacted sand backfill within 0.3m of catch basin. 3 Refer to C-l09 and C-305 for additional details. 4 Invert of sub-drain and the obvert of catch basin lead are to be same elevation. 5 Lifting holes to be completly filled with mortar before backfilling. All c::IlrneMloM a... In mlmmetrw ...... otherwI.. not<<I. of Clarin on E Services De artment _lOll. -- DOUBLE CATCH BASIN C-105 -- .... APRI. - 2004 I- I I I I I I I I I I I I I I I I I I . COIlPACTED SAHO '1lS SPO ,- ." ..- COUPACTED 19 mm CRUSHER RUN LJMES10NE _ SPO ~ . io ..... -. . .. :.. . ".. .,;' -. -- .' '.- .' '. ~ " .... .. '-'..- "~-.:~.:,"~'- ~"..'~-': -.- .. .-.-~. , . . - -.., -.'. CLASS B BEDDING BEDDING AND CLEARANCE 1NSIIlE PIPE IlWlETrR lP 10 900 10!l0 ..., lAAGER d(YN) 100 150 . (YN) JOO 500 All dtmenatona ore In mRUmetra un.... otherwbi. noted. M of Clarin n Serrices De ~ent _NO. STORM SEWER TRENCH BEDDING -.."." - __ 2004 I JOO d t -- C-l08 19mm CRUSHER RUN L.AtESTONE TO TOP Of PIPE. COUPACfEI) TO 98S SPO MANUFAClURED SAN>ED P.Y.C- sun<: (WA1tRIIGH1} SOlI) WAlL P.Y.c. CAlOI BASJrrf lOO (s.DR. 35) . . . ;. . .' .- ..... SEE C-ll1 NOTES 1 Pipe ta enter catch basin at right angle 2 250mm dia. lead for double catch basin. 3 200mm dia. lead for single catch basin. M All dlmeMlon. Gre In mAim...... unl... oth....... notH. of Clarin on P.V.C. STREET CATCH BASIN CONNECTION .... APRI. 2004 CATCH BASIN ..- ~ .._~...;-..,- I I I I I I I I I I I I I I I I I I I ... ,.::~ ~~ .', :.-:'..,.- . -. -... I Services De artment ........1Il. ........ .... C-109 I I I I I I I I I I I I I I I I I I I ~ .0: j "- " w z ~ w ~ SUITABlE DEPTH 10 JW:1/I fOIl CONNEC'IION 10 HOUSE WEEFlNG 1IL (MIlt 1.8. IolAlt 3.0) w,t,lER'OOHT PlUG l00mm CRUSHER RUN lJtrAESlONE 10 TOP Of PIPE 300mm SANO COVER l50mrn . P.v.c. (S.OA 28) PIPE COMPACTED 19mm CRUSHER R\JH lAlESTOtlI' PROFILE OPENING TO BE MACHINE-coRED IN F1ElD P.V.c. BRAHCH TO BE FIRWlY MORTMED TO MAIN SEWER. (WATER11GK1) EIRN<<:H HOT TO PROJECT IIflll SEWER 1 SOmm If 8fWfCH OfF PftOWlUFN::IURED 1([ CONNECTION FOR SEWER MAINS 525mm16 & LARGER llilIES CONNECTION FOR SEWER MAINS 450mm16 & SMALLER 1 Service connection invert to enter main at springline or higher. All dlmenaloM are In metrn unl... otherwIH noted. _NO. -- CI' on Serrices De wrlUnent PVC STORM SEWER SERVICE CONNECTION .... APRIl 2004 C-111 FRAME PLAN 4.5mm IAAX. ClEARANCE "STORM. YEAR OF CONSTRUCTION COVER PLAN 27 '7' .,3 633 624 SECTION B-B 578 51 I~ II 575 667 900 SECTION A-A NOTES 1 Allowable tolerance for dimensions of 300mm Of less is l: 3mm. 2 Allowable toleronce for dimensions greoter than 300mm and up ta 900mm is :I: 6mm. 3 The name of the manufacturer is ta be distinctly cast in raised letters. 4 The designation .STOR.... and year of construction ore to be distinctly cast in raised letters. All dlmeMlonl: OA In mUnm.trn unl... otMrwIse noted. Sernces De ~ent -... ROUND MANHOLE FRAME AND COVER -- -. 2004 -- C-113 I I I I I I I I I I I I I I I I I I I ~)- 597 I 150 B ~ ~ ~~ rl~ L ~ ~G)OOO~~ ~ 8S@88 ~ .. on ~ ~~OOOC?& ~ n (Ja ~~ L r nI- B ,. GRATE PLAN SECTION 8-8 All dlmen-'oml on In mIUImefres unta. otherwls. ~ Serrices De ~ent -.... BEEHIVE CATCH BASIN -- FRAME & COVER C-114 I I I I I I I I I I I I I I I I I I I 820 A'-' --1 l~ L on 0 .., ~ ~I ~I 0 '" ~ N N on .. r--' .. .. I I on 151 0 .., i 0 , +-, ;;; A.-. FRAME PLAN 152 - 25 ~ ~ .. ~ .., on N .. .. ~~ ~ =r SECTION A-A CIJR8 _ GUTTER 150_ , GIlANlJlAA 'A' IlACI<fLL OR """"""'" EQUIV>WIT l00nwn CORRtJG;,t,lED. summ PLASnC PH: wrtH F~ INSTAl.1ED FLlER F.-sRIC. MQIES 1 Subdroins ore to run continuous on both sides of rood, 2 All subdroins sholl hove sufficient grode to drain into cotchbosin. 3 Subdroins ore to be instolled in 0 trench condition. 4 If additional depth rood gronulors used. subdroins must be lowered accordingly. 5 Proper connections ore to be used when splicing sections together. M All dlm...tona are In m.......... untn, otherwlH noted. Clarington Services De artment -.... -- I I I I I I I I I I I I I I I I I I I PERFORATED PLASTIC SUBDRAINS APtlIL ~ C-301 I I I I I I I I I I I I I I I I I , I R- _v IlEI'RE:=uH 25 r2. '. .. ~. ':.' :' " :....~:.. ':. '. '. . - .--. . . 'j .~ 4. ."... :-.. : ~. .. ", ....:... '" :. .. .. ".. .. "";- . . " - .. .- '. .." . .... .... ~ SlllEWAIJ( lf1>GE . , ~ .. ." (SEE HOlE . STANDARD CURB AND GUTTER R_ DRNE'WAY DEPRESSION ASf'HAlr .. ~. ;. .... -. - . - . - .lI." .....4 ~ .. ~ .' .. '., .. ., .' , , .., .. -~.. .-.-.' .. ..: .-. -. ".- ~ BARRIER CURB NOTES 1 Concrete sholl conform to OPSS specificotions (3OMPa. 7% :l: 1.5% air). 2 Contraction joints every 3.0m (maximum). Sow-cuts to be 25% of total depth. 3 Curing compound is to be sprayed on within one hour of finishing. 4 Additional width required where curb is adjacent to sidewalk. All dImeNIona OR In mIIlm'" un.... oth...... noted. C-302 on En . eerin<< Services De artment -NO. ......... - N'Rll 2004 STANDARD CURB AND GUTTER -..,., I I I I I "'-: -----~ \~~~~~7 r-" I : \L I I I L_ ...J B A . . SEE NOTE 2 B PLAN ... .~:~ ~ .~ .' SECTION A-A --/1 ;I: ~_M(A I lA Jj I I ,I I I I I I I I I I I I I I I I I I I aJRB EIlOS 10 BE IlAIlE ~ (FUJSH) AT 1IWE OF POlJRIrfG. TOP CURS TO BE >UGNED NXURAlElY WIlH 8f.sE aJRB. 1.2m FUU DEP'TH EXPANSION JOINT '. "' ....- ~.~ .' ;.. NllDl'_ 9OT1OW ROWS otI..Y (lWIUFACIUREII"S SDtNIf TAPE :.' IlE1WEEN ROWS) ."{'. ," ",,' :. ., SECTION B-B NOTES 1 For grote specificatians see OPSD 400.010. 2 Stage I - temporary asphalt filler around catch basin including full curb. 3 Stage II - remove asphalt filler and complete curb in ane pour. M AU dlmensloM ore In mllllmetra unI... ott.erwIM noted. on Serrices De ~ent -- .... -. 2llO4 _Ill. -...... CURB AND GUTTER DEl AIL AT CATCH BASIN C-305 II I I I I I I I I I I I I I I I I I I IlIllECIIOlW. ~ .... O.3m N>Nrr AND 1.5m LONG ~~ .......... _ OF 30m llETWEEIl EXPAHSlON =\ .-rs NIl IIIHERE SIlEWAlJ( -'IlI1IS _ RlClO SIRIlCIIJ1lE - - 1.Il 1.5 ~l CONCROE lNFlU COHlll.ICIION JOlNJS (m>.) 1.5 ... z ::J 0.75 2X ~ ... .. o << .. . - -"'-.." '. - "'... . ... '" .- .. .' -.~. . ;-.. ~.:- .-." .... .... ~ JOmm l50nvn AT ORN'EWAYS OONP.-cTID NATIVE ~TERW.. (S{E HOl[S 1 NIl 2) MQIES 1 Use 100mm compacted gronulor 'A' if notive material is deemed unacceptable by the Municipality. 2 Subgrade material to be well compacted, then dampened immediately prior to pouring sidewolk. 3 Concrete shall conform to OPSS specifications (30MPa. 7% :1::1.5% air). 4 Curing compound to be sprayed on sidewalk within 1 hour of finishing. 5 Expansion joints to be be placed full depth of sidewalk. 6 Contraction joints to be 25% of full depth of sidewalk. 7 Surface of sidewalk to hove a broom finish. All dim""" ar. In '"*- untea otherwIH noted. Services De artment -... n -...., STANDARD CONCRETE SIDEWALK C-307 APRIL 2004 1 BASE ASPtW..T JOIIff EXIS11NG SURFACE ASPHAlT 10 BE REMOVED PROPOSED PAVDIENl' 10 lIE REMOVED ..... HL3 AlL EDGES 10 lIE pMfItD wmt A III1\AlIHOllS ENUlSION SECTION A-A All dimension. are In mIIAm... u.... otharwin noted. M EXISTING PA'tfJr4)ff I I I I I I I I I I I I I I I I I I I EXISTJrIG PA\9IENT Serrices De ~ent SURFACE PAVEMENT JOINT TREATMENT _MIl -...., C-311 I I I I I I I I I I I I I I I I I I I ~ / / / I r " ! E o .. N ~ Z ::; ~ ~ ~ '" ~ .. I ~ Z ::; ~ ~I ~ .. 2.8S, ~ B OUM~NnY MALBOx (:"L _ CESS WAlK. PER C-J07 B~ FRCHT 0.- CMe DEPRESSED CURB POST """ _ , '-",:~?r..~ ';'~~~',~-!::~-::-I '~~'.).i :,~,~~~:/,'~-{;~~'~.:':. SOO<l(O IIOUl.EV: '.2 OHCAETE ACCESS SECTION A-A NO SIDEWALK DEPRE CURS ... ~ .. 25.Om min. A~ ... '" ~ ~ SlO€WAU< DEPRESSED CURS 2.5 FRCHT 0.- COl" w z ::; ~ w w '" ~ POST ... CW 1.5 0.. SIOEW.... 0.75 w Z ::; ~ ~ w '" 1;;1 DEPRESSEO CURS '08X ./-.y .:.;;.::~-~: :"-:~~~:':.t:-'~.~~;:fri':-:~'.:=.~"\;' :...u.~.,.;,i._._;'..:. ONCRm ACCESS SECTION B-B SIDEWALK SIDE AU dimensions 0... In met,., unless otherwise noted. ton TYPICAL COMMUNITY MAILBOX LOCATION (URBAN) En ineering Services De artment -.... _..,. C-403 88.0.... 0.0. OIl POST COIlNER POST OIl GAlE POST 3.Om 8IW:E PNIEL 3.Om 1/i60.Jmm 0.0. \JNE POStS 42.9mrn 0.0. BRACE KNUCKLED lOP fOG[ 42.9mm 0.0. PIPE IWl FASI9lERS 4SOmm C.C. rSJEEl. Sl1lElDIER 8M 50mm -= MESH / 5.1-"(_) t7 ,'....,_ " T)" ?'x?'x,)< '0 ?'x X X '" "\< X v 'XV '0 00 X J< 108m FENCE E r "! ~ S1REfCHER 8M /' 'lDOmmC.c. (Slm. 3 . 1"'"" min.) vT)" V ?'x ~ ,)< '0 ~ x -- . ~- ..... ~". . .... . ~~; \ ~~~ ~FASTrNERS 350mm C.C. ~ 40-75mm J ct.ENINICE E <; o ~ E <: 8 -:." ~/. ";'" , t *";.,. ~~. /'.~'~ 3DO '- DROP fORGED ~ I 3.Om 3.Om J8mm WIRE MESH .... , GNJGE E 1.2m fENCE ~ ::" '$" ;- \JNE POST FllOl1IIG " ~~~.~.. CQNCOElE RXlllNGS I:lOIES 1 All posts and pipe roils to be galvanized. 2 Wire mesh to be on the public side of the fence with the posts and roils on the private side. 3 Fasteners sholl be 6 go. aluminum or heavier, all rails and posts gauge to be schedule 40. 4 Sonotubes ore to be used for all footings. M All d1rnenalona are In mllllmetrea unl... otMt till. noted. on E Services De artment _II>. -""'" 1.8m/l.2m CHAIN LINK FENCE C-50 1 -- .... __ 2OD4 I I I I I I I I I I I I I I I I I I I II I I I I I I I I I I I I I I I I I I z o ~ o L.J VI ...J ...J L;: l!W!1 MOtl E c :':!f n " E c -0 ~-E z E c :':!f adolS }O aOl '" ~ o z I ." ~ I = -~ I ~ g- I " c ~ ~l! /, '" ~ , '------ell' " I,' -g ',' 5- I ~ I, 1i , I n: I, ~, ~ d n ""---11 II I I ~ II n II II II II II II II ~l t- \ \ \ z o ~ o L.J VI l- => o E c '" -- .--'E -" ""..') o " o z n l-n::> }O dOl E c '" -- .....:Eo E c -a....c ~. '" -E- 82-- ~ ~;n . L..'- ... ..- v"lJ ci::' E c 1; ":i ~'E l!W!1 MOtl ~ o z ] " " c ~ .~ ~ ::g 0> ~ -" ~ ~ (f) " " (f) -, I 0"-- -. c -0 ~ c" ---" E ~ ~ E~ Ell 0-" o:!::' "'~ z o ~ o L.J VI I- Z L.J Cl Z ~ " ~ _ '0 I -- ~ 00- I ~ ~ ~ c 4 -511 I' '" ~ , '--__ell, 1,1 " 'I' c " ,I 'f 0 ~ II ~ 0> n ~ e " 0- " ~l " G' " " o ~ 0> .a ~ (f) c '0 0- -'" o " ~ CD ~ '" I ~ " " ~ 0 " 0 5- .a ~ .a .a 0 ~ ~ CD VI (f) c" -- " Eo ...J I E 6 -.... I Eli <(....I \ I 1-00 00- L.J<( \ I '" O~ \ I ~~ ....I 0' 0- z& ~<( ~ 0::.... 0<>: E CO"" E =>:1: OC VI~ 0'- nE .<::: ~ .~ z o ~ o L.J VI o L.J I- <( > L.J ...J L.J 0:: L.J 11.. => VI c o .., :;:;000 ON Q) cee .:!,N =' cO ON" <J I ~ cOG) .- en E 'Oa. 00 c ~ -c .- c Q) Q) 0 ~ .0 0 o 0-" -+-J~a N .- ClO" en c a.NQ) 01 E Cl .- .,en'O .- a. t=0~ <( CD -0 Q) . -.:;:'1:' '0 .~ Q):-: .~ 0.0 .,Q).<::: 0.0 c ., ~ Q) .- .<:::c'O ,. Q) C .<::: Q) ~,..<::: ~ \... ;: Q) .e E .e~ 00..2 ::J ~ -.S o (),S 2:>E :i'-E I")IU) I") . Q) ~ ..o.2cv .0 0=0- .c...cO' (I) fI)...c""O Q) en ~ n.. Q.) .- o a.. Q)::J _oOCT" (l)ClJmg~ W ~ -1il+' t;uEi5g Z~C'\II"') c ,. o .c ., Q) ., .~ ~ Q) .<::: ~ o 0 ..... 0 . 0 I I 0 > I I N Q) ll:: I I I I I U) I I 0 I I C 0 N I I U') > I I 0 a.. z I I 0 I I Cl Z ~ C) 0 Z 0 C 0:: <( <( 0 0:: ...J Z C) Ci ~ :=l VI W a::: -' ....J Cl <( <( L.J () Cl z :L > > Vl Cl 0 .......... Z 0:: :=l a.. :L 0 ~ a::: 0:: ~ <( Z W 0 }> ~z g:~gg~~S O~CD-lQ~('T1 ::J 0 2 ro!! <n ::r CD < -'.. VI-- x ::r::J _0,-+0'- ..l.O ~::r-::r ~ -'m (1) <_.::J a . (j) to "U c: en :J (JJ Q.::J 5- ~ "O;a. 9:tO -0 :J' ..., !b ~~ ~ '" =r '" -" '" <T C ..., CD-' (ti CD:Ji 00 a. ,+ g. CT ::r-.CD (1)~o 00 :E coo <T=r- ",o=r .,=CD o O-<T'" CD (1)~. 00 5'0 ~ _0:J "','" ., ::::!. 00"'0 '" O-c " - ito ~. co- -'" OJ rr1 0 Z z n ~ :I: ;0 - 0 z G') \l ;0 0 ~ "'T'J z ('") rr1 ~ )> VI :;;c ~ -I z :I: ~ ;0 (J) Cl I Cl 0 ;0 ""tJ ~ rr1 z (J) G'> 0 I I I I Z ""tJ 0 I I < (J) I I N C I I 0 0 I I VI I I I I ::0 '" N I I < 0 I I ()) . 0 ...... 0 o :J '" x iii' - :;' '" ~ o -0 '" 00 - o - - '" , W <T-W '" =r '" :J"':J " " :!.g::r :J3'" '" 00 -0 -00 "',,' < -'" "'''' -0-- _. 0 00_ == rr ",-", x o !{ CD oox < c" 0",0 m::r< a.'-+~ . '" {iO- <TO ",:J -'" o a; iF < -~ =r "'0 - :J ",0 X -- 3' '" o :J 0- VW 0'" c.,..~ 3=r 0::T :J !!. 0-'" =r ^- ~ o 3 /1 / I / I I I / I I I I / I I I W < '" ~. ~ <T :E CD c: - =r I I I I . I I / I I I I I I I I I I , Height of fill I I I ~~ / ..., iii" I 0 <!: c:J I Z:J'" I ~9:o ",:Jc "'- ~ 00 c: '" <TfTl '" x 0' w' ...,~ CD :J '" <T '" 00 go :!.~ :J "'ei <T '" 00 - , ,,' -0 '" 0- 'fTl Ox 0-. 0-00 ~!:t. 0:J ,<'" UJ C <T '" , o 0- '" I I I Z CD :E I .., o o 0- :E o '< I I I I I I I I I I I I I I I I, , I I I I I I I I I I I I I I I I I EP Breakpoint Top of Typ pavement 7 Shoulder Rounding, Note 1 L 2%_ 6%_ Slop -r .... . ^' e .., ..... '. CJ!!..z Granular J 6%- .' . .' . Rounding breakpoint -1 -- -- -- TYPE 1 - GRANULAR SHOULDER + 2%_ I Not. 31 L 6%_ I J: . ------ 6%- -- -- TYPE 2 FULLY PAVED SHOULDER -- - - ~ + 2%_ 6%_ [. .. L 6%_ 6%- . .------ ---- TYPE 3 PARTIALLY PAVED SHOULDER -- - -- NOTES: 1 Rounding shall be 0.5m or greater when specified. 2 Slope is to be 3H: 1 V or flatter when specified. 3 Where cable and steel beam guide rail has been installed prior to shoulder paving and where shoulder paving is to be placed adjacent to the guide rail, the outside edge of shoulder paving shall end 300mm from the face of the guide rail. 4 Partially paved shoulder width to be 0.5m maximum. A All dimensions are in metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Nov 2004 I Rev I 0 ~ ,OR . TANGENT SHOULDERS ---------- ~ s ;! z " ~'Jj(-1@r RURAL OPSD 210.010 - ("') 0 0 Z Z Z ~ ..... ("') 0 :::! -u oU) ::0 Zc ~ )>lD Z e ZC () ::0 C~ )> 0) )> r Z OZ lJ) c-u ~ -1_ '-U Z .......... ~ -I ::0 C 0 ..... 0 -I )> ::0 ~ . U) Z G) 0 I 1 1 I z -0 0 I I < (J) I I N 0 I 1 0 0 I I U1 I I I I I ;0 I '" t-.) 1 < I I ...... o 3 '" ~ <il '" o ~~ Z-1 I"'ll"'l O^' -1)> -r o ZVl e -Hn 00 O^' )>~ -1% 00 Ie m-l )>r lJ)1"'l --I % () (Xl '" ::T o ~ o CT '" ::;. '" "" o m a. "0 o ~ !?. m 0 0 - 0 ;:+ 0 ~ 3 S' '" 3 '" 0 - a. 0 0 , ~ '" 0 ~ 0 0 0 0 :> 0 :> , '" 0 ~ U1 0 0 , '" 3 3 ~ o "" ::T '" '" , o a. '" ~.3'Q,:!: -0 ~.o 5" m 0..3-' c c 3 _c ~~3 =tf)~ 030 COO ~o3 S,:;:3 -<'z ,,~ c -t~ " - c '" )> VJN~Z 5S>~fi~ :J:Jr+,rrl Ico",lJ) 000= u ::T' ::T , 0 0 _0 c- :J {5 r+ CD "00 (()o.......9: ., (1) "'0 0 o -.3 cO "'0 CD r+-(3 CD ..... C ~ ~ :> - a.c~ '" 0 "0 ::T _. 0 "'0 ~ = CD ;=.: 0 ,,"::T'" o 5' 0 CT '" C '" -. ~ 0.- '" ~ => ~ Q~' 0.0"0 '" '" :!:.o -. g:-~ o 0 o '" ()q- ::TC o CT~ o C ~. ~ :> . ~bk":" <T" '" ", .." ~~. ." . !?cr~g'. "~~II.g _0 I. .. a. .-.C!l 0>': :,",::"", w" Co 'l.< o Q 03 Q c " - T~ .::,;.~:::. .. E",:c. ~ Vi l~:...: g '~:-. ~l.,.::J .: ;'.ll::~-:~~:.. r " V> or o C a: ~ J <TO g S. -<,z _.0 ......0 :;J:T ..... (t '" . o o zr zO I"'lZ OC) -1- --I OC Z2 -1% 0)> r OVl )>e -1m 00 I^, m)> )>Z !!! z e % :e ^' )> "'tI "'tI I"'l o -I ^' I"'l % o I I I thl ~ r---- I r--- II ~-:-i- ~ \1-1- ~ o V> I L go-I ----, ~ 3 L.____ -+ o ~CfJ ' o (Do ~ ("') \ =':E s.~ \ ~ (tcr " ~o " a. " -. '" "0 c 3 P ~3 ~ 5" 0'" W~ o w" "C c- oO _.~ - ii' a. s;!::ora.-IOC __ -0 -.., 0 (J) "'a._:>a3~CCD UJ ,.--rlQ ~ (I) -. J_. 0 "'0 3 (1) C ~:r ~o o CD a. CD t.O 0 r+:Jl.O-,-'Q.oo3 :Ten c::J -- w "'0 (1) o.::::e.. (I) 3 a J:J (D C CD a..... !.(I)~UJCT::J:JC= U) ca.{J)a.- (I) U" .., -" <11 ~ 0..9.00 (I) CD -,:J ~ 03 ::r 9. "'C a 0:;" :J '"'O~.. (I)..... :IE ..... iJ":T' t: :> 3 "'0 (1l 0 ....... . .". . '" 0 CD :J ~ C , '" a. ~"'2.ri' ~"'& 4- o 000' III ;+ S- o "Q - a. c~ ~;:Jln =;:+C C -0" Co. o.~ o 5' min :e ^' )> "'tI "'tI I"'l o -t ^' I"'l Z o I .." Cc <T'l. ~o o ~ _.0 ,,- c "a. '0' c w~ _ 00 g3 c 3 g-Q.. o c ~o ~-. t--: ~Th ~., '" 0 o 0 ..,. Q ~. i13oom~ I l1i' 3 min <T3 c 0.3 a. . 5-;:J "' I , , I , I _.L. I -.... -0 Oc <To Qo. oQ 0" "A. , lli 0 0.- I I w I I & I I ~ I I e. I " I I I I I I I I J I I , , I I I \ \ '~I I ::Jnolltr oocca ::J ()~crUJ .J ::T~~'-+ llcrS:9.3 =l.OIO::JCll o t'l "0 ~ S. ::;'b'U'Cll rt.-+ (t 0 0.0 - <T C I I 'f : \... I I " .on C C -, ;;0" ~ - 0 -.," ,<a. " I ,J V> C <T 00 ~ o a. Q I '" Q " C ~ I .....-...: -<''' ,,~ c 3 c ;::. I I " w C 'l. o o c I .. 4 ':"'. , oG)O~ (.(I (J) < 0 o co ~;t 5"3 ~~-u3 -';Q c' 3 a. ,,' I I I I I I I I I I I I I I I I I I I I I Area under construction Area under protection Area under construction ~ ~~.." .. - .. .. PERSPECTIVE VIEW Direction of flow c=::> Silt fence barrier - Area under protection . SECTION ;""-2 ~~ . . I 2.3m max, Typ I Direction of flow n A r+ A <:;? . I // /""'T . Main run PLAN 4- A Slake Direction of flow c=::> -, Geotextile c oE: 300mm min E of geotextile E in trench o o 1.0 Trench to be I backfilled and ~pacted Earth surface o o N L200 o o "' NOTE: A All dimensions are in millimetres unless otherwise shown. SECTION A-A ONTARIO PROVINCIAL STANDARD DRAWING Nov 2006 Rev 1 g ~~ LIGHT -DUTY SILT FENCE BARRIER OPSD 219.110 A t Direction of flow n I Strow boles Nole 1 . . . . PLAN FLAT BOTTOM DITCH Bottom of end boles of downstream row to be higher than the low point of flow check. Downstream bale position outlined. Typ SECTION A-A Direction of flow Strow bales Note 1 ~ Bt joB PLAN V-DITCH Eorth 9 rOde Stokes driven flush B-B Bole ties not to be in contact with ground 75 Trench to be backfilled and compacted t-1500~ SECTION C-C NOTES: 1 Number of bales varies to suit ditch. 2 Straw bales to be butted tightly against adjoining bales and shaped ta conform to the sides of the ditch to prevent water flow through barrier. A All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Nov 2006 Rev 1 STRAW BALE FLOW CHECK DAM OPSD I A I t I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I - I Direction of flow jA 81 PLAN SPILLWAY 300mm min 300mm min Spillway Geotextile SECTION A-A W1f50 'WI o o r-... ~ Rock ... SECTION B-B 300mm min of geotextile in trench ~200 NOTE: A All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Nov 2006 ROCK FLOW CHECK DAM V-DITCH OPSD 219.210 Existing fence or right-ot-way ".r("',............~ ~r/ Tree or \ r woodlot..Jo 1.5m min e:t"", \0 '). beyond limit I ~ ",'" ...). I of grading ----t I I , Barrier at dripline : : I , I - Limit of grading l 1- , __J Borrier at dripline. Typ PLAN limit of grading Existing fence or right-of-way I I I I I I I I I I I I I I I I I I I fA IT Barrier within dripHne SECTION A-A ONTARIO PROVINCIAL STANDARD DRAWING Original ground line Nov 2007 BARRIER FOR TREE PROTECTION OPSD 220.010 I I " r~- --_ :gL -------- 17 1 ----j ~ er - - ~ ~l er-=': r- "' I lOr I t09 o I I I Q. ~ cZ Cij 1:,0- ().~ -"'I.&J I- <I( ~ Cl I ... ",<0 ~'" <0 I I 9L '-lOt lOt.... I- tal --f-- OOl 9L +10 I r~o~l ct= "'''' I'" <0 <0 I-~Oll I ",<0 -1'" TT I-!--I~ n Ll-f I-~z '" L '" -l I-zr " I I~Ll rz9 g9 lD I I I '" D I-- zr B:l I '" '" --.1 I o <( '" '" I ier ~z D izr I I --1 " "' '" o '" o ... ... lD oze I () I () Z o ~ () I.&J (J) Q.I.&J ~l E I.&J E Z "' 0 ~ () I.&J (J) '" '" z~t~ ~ <I( I <I( Z o I- () I.&J (J) c. ~ " E E o '" I-r " '" '" '" <0 '" 69 L r '" "' ge lOt ge 0:: OUl .....C) Cl Z Z :::I:.....- 3:I-I-Z ~ - <(..... ......~O::Q. o C) 0 ..... o ~ 0..... Cl::<(.....Z <(0:::::I:0 ~ ..... Ul m o ~ ~ 0 -- .9 Ul o Ul VJ c ...J 0.. " <( o E () 'U Z > o Cl:: a. o N o o <D "U C o Q I Q Z o ~ () I.&J (J) o c i> o ~ a:: o~ ~ Ul " <D " 0 Ul 0 5l "j N 0.. .... o ~ ~ ~ z ~ 0 ~ .i ~ c " o c :+J :J o 5 ~ "~ .... c ~ o " o ~ C E "U o C " '- " .... ~ 0 ~ "~ b~<( z 4:lD re m I m Z ~o <O~ o I.&J (J) o ..... o . 10 10 I~ I 10 I(/) Ia.. 10 I I ..... C) o::.....z <(0.- =>>-0:: Ol-e:i Ul~:::I: zO ~ O-lUl .....z 0::0::- o -..... Ul Cl:: I- > <( ~UlOm z 0<(.....:::I: o 0::0 <(I- =><( 00 Ul '" -i '" ... ~ ...J <I( I- I.&J Q I- g (J) '" o ..1 Type B Asphalt gutter Typ x r+ I 4.7m Edge of pavement. Typ f' Gutter line. Typ Back of gutter Typ Elevation of top of outlet to follow shoulder slope Typ Elevation of top of outlet to follow shoulder slope Typ 30. ASPHALT OUTLET x r+ I 3.1m f R3.5m 45. ASPHALT OUTLET level of gutter line OPSD 601.010 L Level of gutter line f~~'~I'-':l =-!,!o 130mm min 50mm min ..c 50 L 800 --L 400 L 450 --L 400 J' SECTION X-X, Typ 50mm min SECTION Y-Y, Typ NOTES: A For asphalt spillway details refer to OPSD 605.040. B For asphalt gutter refer to OPSD 601.010. C All dimensions ore in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Nav 2007 300AND 450 ASPHALT OUTLETS FOR ASPHALT GUTTER OPSD 605.020 , I I I I I I I I I I I I I I I I I I I 3.8m termination I j150,:"ml m'n Curb with 1 gutter \ \ I \ \ - J \ I 0 \ 0 <0 ~\\I f I Gutter line J \ Z I I f -l 225 I- PLAN "' '" END VIEW B - ELEVATION MOUNT ABLE CURB WITH GUTTER I I I I I I I I I I I I I I I I I I I Curb with gutter 3.8m Termination I 1 Gutter or curb line J f "' N PLAN f--l -- ELEVATION BARRIER AND SEMI-MOUNTABLE CURB WITH GUTTER NOTES: 1 Slope to match existing shoulder. A This drawing is to be read in conjunction with OPSD 600 series curb with gutter drawings. B All dimensions ore in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Nov 2006 METHOD OF TERMINATION FOR CONCRETE CURB WITH GUTTER 1150r:nml m,n 00 ~ 'C o > -J Varies ~ END VIEW 7. Wye connection 8. 45" bend 6. Dead end I I I I I I I I I I I I I I I I I I I 4'1 B:l rn"x .; tnm o mox D/2 min J . : - ....:" '.'~ \ '. ."" ':~ ~ .-:- '-. ,..,;: -.";oe,.. : .4.:" Section 50mm min Maintenance No. 1-4 No.5 & 6 Hole Diameter 1200 700 860 1500 860 1220 1800 1220 1485 2400 1485 2020 3000 1930 2450 3600 2195 3085 NOTES: PRECAST RISER SECTIONS No.7 Inlet Hale Outlet Hale 700 860 860 11 70 1220 1485 1485 2020 1930 2450 2195 3085 MAXIMUM SIZE HOLE IN THE WALL IN No.8 780 960 1220 1760 2300 2730 A Concrete far benching to be 30MPa. B Benching to be given wood float finish, channel to be given steel trowel finish. C Benching slope and height to be as specified. D All dimensions ore nominal. E All dimensions are in milimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING MAINTENANCE HOLE BENCHING AND PIPE OPENING DETAILS Nov 2004 OPSD - 701.021 ~- .a:i-o o - ~ _0.0 tI C 6 E'-t e-.J 0 a.. La... OJ E~ ~ l J==D . .. ,.. -, , I I ~ I I r-, t'il . I I c .9 " > ~ .. .. <.> !~ I ~r1 CH- ,o:~ , , I I -- I I , , (U. I I I I .. E o ~ I .. ,,- ~o o~ ,,0> ~.sQ. -.- >. Ul~1- I I I I f3 .~ v - .0- ~ ~ ~O> U I - > o Q. f , I I I E~ E~.. E- ~ J ax: .. lO 0 ~ 0..-0 <<t E;,.::pz r ~,~ . .. , -, , I I -- I I r-, t'il . I f3 "i Q:; .o~ 50> u I I - > o Q. f , I :I: Cl ~ ON- Oo...cE O::<C"'E :I:o~"' .... :0.::::...-. c_" Zl-:JUltJ ojc:j~ ~1L. Eo~ o Ui_..Q I.&J .;;0<> ., (I) -c 0 o ~ E .c 0 E <.> 0 o -c t() a.. Q) c.... >-. ,," l- e c ~ - ..e. c"iN .~..c. a.~ rtI:'=: 0 0 O:::3:....JZ .. . ~ , .. " Ui 4> ~ =-= CL: C 0- ~ - -0 _ 0 a5 E E E ~ ~ en E.; :J'- x =o.~ 0 a.. <( E E~ - 'c ~ c ~ " - 1->- E:; u;:--o- .;; ti 1: "" o Q;I 0 E.a~ LZ2E ,. .... .2 .~ ~ . . , , :I: Cl ::lZ 0- 0:: VI :x:<C I-m z:X: O~ j::<C 00 10.1 VI ., ~. . ". '\ , :I: Cl ::l 00.. 0::0 :I: I- 1-0:: zlo.I 00.. _<C 1-1- o 10.1 VI ~ 'j (; E ~ E 'c 'E .,; () ..; 0 'c lI.> a.. :J.<: __-+-"c "0 c- -+-" C Q) (I) Q)oa.:ii ~..c ~ E Q) x-+-" +-' v....... E cv Q.) t).aCl'l+,V) - E :J ~ 0 _-.= O:J 0 "U 0 '--' c Q) .- o..c.i: '"0 C1I E' (f.l~ 0 ="'0 C C ~c OlD c~ o ~ "_.c. .- 0 C"'O Ul Q) ...c c :J cv 0'\ LJ Q) (I) .- -+-" ~.~ 2 2 ~ Q) .~ c 0 ~ 'c:J (I) .~ "oOE":JO c:t o...E-...... 0 I.... (I)......:J C E -+-" IV .- Q) -+-" fI) c"Oj C..,C (1)..c (f):J 10 1....0 Q)-+-' cD c...o '~E ~ E ....., ~" .,-H ":JE (f) ~ 0 I... 1;) c....- en ~ Q)-+-"+-,:JOO-OU) W Q) a.. c._ .-.>.::J Q) t--_..c>.Q)c'Uvl...=c o --...... 0 ::J<:(..cU)..q;:::::J z~ '" <( CD "" ;<;:;:'C fI.I 5 .~ =E 8. ui _.of c....:J2~ ~..co .'-o~_:J E~ ~~.!! (I) o~c 1;)8ltlS.g~~~~ .~....:S 5i:a:g:g 1I):t ~o.;:o..34'OUl"t _,.. 0..... 1tI u::::>..a c .~ o .a .c <.> " U ~ ~ > o <.> ~ o r I I I I I I a. ~F' I I c .9 U a. ~ o " <.> ~ - " o " t: ii " " ~ 0> .c - 'j .. E o ~ ... ~ a~ ,- EEl E E ~~ I ~tf- a.~ ~ o;~ o .!!z o .c " <.> C o C " C '0 '" I I I L_ ~ - o (f) O'l . - (f) ~5~ (II G.l__._ C :o.::~~o:J 3 g-~Cl)~ui 4l :J a:!::: 1: g-o.f: g.... 5 lVQC c- Ec:J~:,=:.oc ...G.le.oc::JQ) (1)1: oo.oQ.l :l.-.s::.= () ~ :00... 0 G)_ <<( E-~~ 5~~ ~ o - ~ " ~ o I- ~ o o '" > o Z , , , I , '0 ,u) 'a.. :0 Cl Z ~ 0:: o o 0:: i:3 Z ~ (f) ~ VlVl t-Z ZVl =>~ OJ t-:I: ~UVl ~t-a::: t-~"'" VlUOJ => ~~ ciVl:l: ~~U o .....:1:..... t- > ...............1 a:::U~ UZ> Z o~a UZZ .....~ t-t- Vl~ ~~ U~ ..... a::: a::: a.. 0 ..... ...J <( o Z > o 0:: a. o 0:: ~ Z o o CD:o- 5:l>"'UO Ol/lr+C) a =:J 00 0.., CD "- a.. 0 -. 0 (/.l ~CD' C -"'O:l tn3 o;o"'Ort" OC ~~ ~~ g~ 5'~ =roo ~:::::IU)I.O ~ o' ~ Q.. 3 :e:l -. coo _.(1) 0 I(IJ :l rt" Ul ::::l CD a. CD CD 0 U) 0 a. ~. , _CD 00 U)CD -.+-. - :T Q::TS'o 0-' ' CD 3""2- ~:::::I 00.'"'00 ::l 0:::::1 00 .300.-.OCD CD ~cn:::::l!:!:a. ~ rt"or+::l CD 2 m:T 1.0 S" m ~~CIl.......rt" _. :r :T g f: CD <b - ':Y CDO 3 C 0:> -'0 1i:y CD ,0 , o CD ...,0 1"'1 ~ m 1"'11"'1"" )>0' :::O~Q -41"'1- :I:zm , 1"'1-41"'1 x)>." Oz- )>0'" < 1"'1 )> -4m)> 6~:::O z^O ...,::J: , , o Z ~ ;:u o -0 ;:u ~ Z () )> r ~ ~ ;:u o o ;:u ~ Z G) 0 I I I I Z ""'0 0 Ul I I < I I N 0 I I 0 0 I I (Jl I I 0 I I ~ I I "' I I 0 0 UN _(I) :Y:y CDa CD- 3<T <TCD CD 0.0 30 CD3 :>"0 _0 o 3<t 00. - ~"O -.... 0-' _0 . ... o~-..." o '"0' ~ 0 :::::I <D --, 0. a: g ~~. g<"S-S: (1):y:Y o ;:l. __00 r+a::]~ -,(lJa.(J1 CD - ::l .-+-~.Yl o , :> ::r(1)(D<'o o , (1)-. 3-'" 0 ... :> (1) 0 C (1):::::10.- "< ........ <D 0 3 0 a. .., 3 g _ 3 (D 000 -... - ~. a. <n (1) g S'::T:}' _~ a 0 "0- o 0- CD .- <T 0 000 CiJ-tr -Ul CD o<T ~ I ~ C ::l co r+ :::::I .-000 m ~ 30 ",0 3 ::::l (.H o"'U (D 0-'0 o g,g5=cD 0. CD 0. ~.(Xl"'O -. "'0 0 -, 0 !II ~~.., o ;:+: ",0(1) ~, . 0 :y lD .. a. a. 5' '" '" ~ o a. .. .... Vl-< 0" ;::.... .... "' o 0 o r o 3~:!? ~ '3g-g:u i> :0- ~ Z o fTl .... :0- m r fTl o " '" 3 0 o 30 o " n ~ ~Z ~ fTl Ul r v-,fTl I~ VlZ ,,!=? o ::l o ..., " -0' ct o , o :y . ..' .~:.,,::- 0 ; ....~~:~i:~~:. ~ : -' .' .~~:, ,f> ...~. " . ~:....1, \~ . :~~; ~~:~.~>~.~ ':~'~ . ".'" ,\1 'l' '~~'i;:\':~~~.:: ".,. ':, :'~~' '\Y~/ t :~.., ~1~: .1'0,' ~"'TlCD .. 0 0 o ~ n - " 3~.=: (J)"'O = ,,~ ':-03 zs.~ 0<" _ct ::::l. (b;:1.e. N- o ~ " " .... ....- xz o ~Ul :o-c ...." -" 00 z'" .... .... o " " fTl ....z X ()C :O-z };Vl ....c -" 0" ZO '" .... .... o Typ -<'(I) ,,{5 " 3. ~J! 0" ~ )>1'T1 ~ <- 3 ~z aVl ZC " " o ;;0 .... .... o I I I ~ ~ ~ ~ '" I I ". ';:~':'~~.:l ~ ,\'. . '~ig:~:~:i '. ;..rfi:l I . . . jt~. I :1~'~~' "~ ,~?U ... t;, "0 .. '.~; .~~;~~. , ,. '>, ; I 1200mm mox I I lD .. 0. a. 5. "' '" o 0. .. .... -< " Vl.... Q~ r o '" to> Z"'lD 000 _~n .. " " - 1'.>-0':= .. n3 c~ ~~. ~~ I " " ,., ~Z ~ Oc g ~Z o )> CJl a.....C ttI 0" Z~ ;;0 .... fTl o - ~ o ~ I .... Vl-< 0" ;::.... VI '" o o 3 3 3 5' I I I Z 0 ~ ..., .. '" '" I .".. ~, ,.~'I " , . .~. .) ." '". ;.....\~:~. " -.>/~. : ~.: ,. I " " ........ x- OZ ~Vl :o-C ...." -." 00 Z;;o .... fTl o I ~V>() -oC'\l{b" "0 ad 0-" _n .... I I I I ~ ." ~ '" .0 ~ '" I I I I I I I I ~ ~.9- - a. I I 1 ~I ~I "'I g'1 '61 ~I _I 01 EI $1 :gl ;01 01 ~I ~I .'=1 ~I .21 ~I "I ~I Q.I "I ~I ...., 1 C'-~ " - . -E ~a.. .-.- >. .---l~.t- ..-.~ I L' 0=. Cl ~~ i . e g a. C;>.D" ~ ^ ~- ~ ff I 'I:J ;; e '" I -'< I '0 I ~ ." ~ '" ~ '" o 0: I I I ~ -0 o L '" ..... 0.. ii: ..... ....J III X ..... ....J ..... o z <C( o C3 a:: .... .2....~ ~~+- o E l" .... ~ 0\-0 ~ \j ~ Q) V ~ a. .0 "U~~ o "'0 '" o ..... e ....... ... ........ ..... o 0 0 .<:::.<::: .<::: 0............ Z g-g-g- w"O"Uu o I I I ~'I:J-,<,- o ~ ~ I") o N o ro ~ '0 z '" .S "U .... o U U o 1")- I")~ ol() .0 N . ON roO ro I- Z ..... ~ I- <C( ..... a:: l- I- V! o a:: ..... ~ :;: .::t:. 0 N-o o . f"') c oN 0.0 .00 ro N_ "U 01") C ~ rot!) 0'" 0 ~o ~N ai ..... .v 1"10-0 q) NN 000 0 > 00 . l..... o ro.....: N ... Ol C o "'ION ...0 CO LO 0'1 "'0 o.oro 0 C Q) .~ 0 \) 0 N ~ .5 -0 N c 1"10 ~ fJ ] 0 0 qoo.o e .ooo_N... 1t00...---- LON lXll{) 0 o (f)~ I ~ t:: .... n....N ON 0 cOo V1CLO ~ Q) ex) 00 rn E I _ 0 _ '" '"U 0 0..... V tVN It!) It> E ~~ ~~.s- a> ~ 0 .Qlo ....... cn<l>~roo::rocn w.9--......... ......... e I-CLO .0 l.o. o Z N <( o tt') o . tt') o CO l() o o N > o z c Ul a.. o o z ~ o o a:: <{ o z ~ V! (/) l:t:3: Wo >-' -'W =>00 U ....J <{ () Z e; a:: Q. o a:: ~ z o W WZW a..-O --'<c a.. 0::: I~C> I-~C> Z<CZ WO:::O ~~O I-ZW <CWoo Wa.. 0::: 1-1- I-(/) (/)0 00::: 0:::..... ..... ~ o c _ ~ VC ....V oE "" "'c ""0 V.o 8-E ~V ~ ",,,,, OU ....0 l.o..... ('))>0(/)"'0 -"'T) 0000-'"'' :J-o=='"Ogo II) C ~-~ .-+0-0 ...+ '='0"< c: a..- "U o -'(1) .... 0 '" <5":::tJ:J v. :J~ 9..c c: In "'Oo:r:a.. "' ....CD ~. -" 0 S- CD 0;::;:_. o ::J =r:J ....In CD ~_aa. O:J _" "' a.:J VJ.... 0'" _CD CD ~ "T'J -I"T'J:;o 0:;00 "OU) U)-I 0-1 "T'J"i! "fT'IfT'I -Z> "fT'I-I fT'I-I~ >~fT'I Z-IZ _-I 00 mZI fT'Ir" Oz" OfT'lfT'l Z G')mn fT'IC G')-Ir :;o:E< >fT'IfT'I OfT'l:;o rlz-I U) o -0 (/) C I (Xl o VI . o VI ~ () ro =::..... :JO CD "0 CD -., "'''' O:J (TO 0.... < CD", CD .....0 "'c: CD -. "' CD 00. "0", 0'" _CD :J o z ~ :;0 o ""0 :;0 ~ z () )> r Ul ~ Z ~ :;0 o o ~ Z Q z o < N o o (J1 ::0 CD < N )> ~z ~ I'T1 Ul Vl N O"TlO(') fJ c-U ..,..., (DO "'-' ...........--5. o :J:J VI~-a. ::0 ...,,(1) I ~;+~. COm ~.g~g' 0: 5=~ CD CD <D en., 00 a.. Oll)-.-CDO 3 ~~"'C~~VJ-u CD o-'O'V coO:J OA--g~ool O-u.... :J . (Jl !'J'(/) 0 0.0 _00000., ..... ~... 0 N 1 g: 0 CON QOl cr CD CD g: ,-+- 00" 0 ~ .0 CD 3NVlCO!'>e, c =:-_0 CD 0000 :J (ti O:J :J Ul" N-><I,Q a. ~~ :: ....-..~ ~9:., -C (IJ '<.......N ViOJ 0 CD CD 3~' 0 < :J 0 3 00 0 N CD ~g: ~~:Jo"''''' "'0 :J ~ 0... a..-.. ~. (Jl ~_, 0 .- 0 NCD OJ~ :J erg. 0'" 00 0.. :J - eoN NO) -:T a 00 DO g :i"CD CTNUN!'Vo CD g b.!'l.J.'o.~ ~ ...... (Jl -. VlCO ~ = . 0 0 a ~ 0 :JO 0 Q.(.r.I Q Vl a. co. :J Oco <0 !'>o ON (J1' -1'>0 Vl ~ -.,., :J "' o ",Ill 0.... o ".... o (\)"0 3~ (T'" 00 :J "' "CD 3 CD :J :JO ,........ I < .... ~ :: * "" ",,<:>..r I'T1 I I (;) I'T1 Z ~ -1-1a.a...CL '< '< <D <D <D -0"'0-0"'0"'0 m{tl__..... ".".". -I'>VlO en '" - Q. Q.-. - "' o '" .... o 0 - - - , "' 0 o 0 ~a. (T "0 .... CD CD CD a.. ~ s..\O q-3i3 o CD :J ....:Jc: o'.-+- 0" :J "' cr .., ~o ~.. m~ m" "m ~" =rm ..~ "0 ..~ _0' 3':) ;+=: .,,, m "" r!!'~ " (3 => " ~ o .!l- .g ."" I <:>.. ..., :;0 o III -I -I :;0 ,., > -I ~ ,., Z -I cr '" --< ..g a ~ ",,, _c =0 ~ ;; l> .. , ....- '" .. 0- 0- 5' '" z o ~ m ~.C. ':-g ? ~. ." ~2..:. '0 , o " .0 ." .--< '< - ...."'S?.....,-.- :;0 C'l o > z o ..., r ,., x lD r ,., :!:! ""U ,., ~ " ;;' .. z I,. o I \. ;; I \ ",I 1 I I..., 10 'i'- "0 -0 ~ , ., , , ...\ ,. " , " , z. '?; '" , o 0- ~ -T- '<' Z ~ o ;; '" Vl c cr '" (3 0- m '" ~:. ~ 1: I I I I I I I '<' " m I o " 0- '" o 2. I " -0. ~ " I o " 0- I ~ I I I I I I I I '" c u 0 a. en 0 :> CT "'. . @ :::;: ", 0: U) "1;<~ I :Y)'" 0 N U) r--. + Cl a E E a. 0:>- r--.I- I I I I I OC"' o ' t'") . 7i '" E'<- E Eoo. O.c- NUt==' . I I I I I I I I Cl a I I <(-t o U) r--. + Cl a I I I , , , , , , , , , , , , , ., , ., , , " . .' , I , I , l- OSt ao o (1)=0 '" E .9-E E o.E 0...0 000 1O'<-<D +" Cl '" c o.=,g i}+' ~"'... ~...", 10 +' _ ",0 IC~ '<t".2 0" , / / / / , , / / ,/,/' , , " o o t') o o t') 0 tot) 0 . I I ~ > I I 0 '" I DO ae: I <( I I I <D I I C <( 0 I I (f) 0 Z N I I a... 0 > I I 0 i= 0 I I Z 0 I I !.oJ (f) Cl Z Ct: ~ !.oJ ..J ~ 0 ..J ~ 0 <( 0 Ct: 3= i3 E C E z <( ~ 0 LaJ 0 (f) :J: Ol ..J Z <( LaJ <( 0 :I: Z I-- t- o > LaJ (f) 0 a:::: (f) 10 Ct: !.oJ 0 a. U ..J ~ 0 Z W 0> t'")U) Ct: 0 a. 0 ~ U a. o . UI~ (Lo Z Ct: 0lX) 0 0 0 u.. :SUI .- (L 300 > N :r: ." . .' , . . 009 x o E '" .9- E 0.:>- E O't_ c o.~ 0 0 o g Q) \1.) f'I'} 0..'''0 0 00'- 0 @ en,<- ~g13c UJCTOe ...... (1)(1)- z o t- <( > ",!.oJ c ..J '0 1.&.1 o o.t- -. <( .': ~ .. g 0:= CTu.. '" @ :::;: 10 I t') ... '" +' '" E .S! " '" " '00 +' .. :> 00 QI ClCl ~a '" a. '0. ~2 :;:; u ... c '" en .~ 'a> Cl) c ~ ..b o . '" u ~. E .~ .= ~ (fJ ._ :J ~ 0 E c "'0 go.!l g 1..- 1'0 O'l .~ ~ L.. rn .. .c_ .c ._ t) Q) (I) 41> ... 0 . '- 1) Cl) Q) '- E 0 Q) ....... 1- .E E en o ~ g c UJ "i +' '" 0 .- 0 c '- tUN 0 CD 0_0 L.. "(i.i.s::. (f) Q) __ o+i c'" 0... Q) 0 +' Q) 0 0U; E .. en ... E en (f)enoen"'E=t5OO w.- 0 > .!! ~..c_- OlO-c OI-_UUr--.<;::> Z<l:alUO W '<- o roo PiPe+150mml 150 Front face of endwall ...". .~:~. "'. . .. .. PLAN L100 25mm dio steel rods. T yp roo Pipe+150mm ~ 150mm c/c TYPL Fixed rods Table 2 I 125mm See assembly details and Table 1 r TABLE 1 - NUMBER OF RODS IN FRAME PIPE DIA No of RODS 450 1 See assembly 525 1 details 150mm 600 2 Typ 675 3 750 3 TABLE 2 - NUMBER OF FIXED RODS 825 4 PIPE DIA No of RODS 900 4 1350 3 975 5 1500 4 1050 6 1650 5 1200 7 1800 6 PIPE DIA up to 1200mm PIPE DIA 1350 to 1800mm 22mm dia bolt threaded 50mm at the end to receive washer and nut. Typ Hinge strap Typ 25mm dio steel rod Typ 13x50mm frame Mounting bracket Typ ASSEMBLY ~Frant face of o[ endwoll, Typ ~ -I 20 1--250 -.:.jl SIDE VIEW 50 ~5mm dia l drill I 1:==== r TOP VIEW 50 L!;:,~,:~:~.-:"o~rrm dio ~~~25 Seol weld TOP VIEW HINGE STRAP ASSEMBLY DETAILS FRONT VIEW MOUNTING SIDE VIEW BRACKET NOTES: 1 Grates to be secured by either a bolt and nut or a locking device as specified. A Metal surfaces shall be either painted with 2 coats of self priming abrasion resistant immersion grade epoxy or hot dip galvanized os specified. B Frame. hinge strap, mounting brocket, and steel rods to be medium grade steel. C All dimensions ore in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Nav 2002 Rev 1 GRATING FOR CONCRETE ENDWALL OPSD 804.05 I I I I I I I I I I Seol weld I I I I I I I I I I I I I I I' I I I I I I I I I I I I I ill [)i '" u o 0 '" a. - o .c '" - .. '" - <5 '" ( o -,; '" c c o .e u w --' 0 :I: - "0 0 0 Cl .cE <D ~ Z .,. '" '" mE x x 0 <D <D ':i a. ~ ~ 0 lD lii ..!! oE OX) OX) 0 a. ~~E ~ ~ 1(", @) II '" u 0 0 '" a. :a 0 '" - - '" '" - - 0 IT ( '" '~ 0 '" " ~ "0 '5 '" f , 0 0 L- .J:: '" m -0 m +' ':; .J:: 0' 0 ~ 0' L- 0 'w - .0 .J:: 0 '" Q) .:2 '" 3: 0' U '" ::J C W C 0 C 0' 0 :;: :;:0 -:..= C - ::J C L- 0 '0 w 0 '" '" ' ,- L- a E ...c::::<uQ)~ ;t J o.S (I) III CJ'iO-_""O .0 ._ '+- '- 0":3 L- 0-0 '" 0' ...J ::J '- C ~+-' (l) U +' U -c( Q)~.c::l 0 E 0 'UQ)~0l_ 0 0:: +' 'S.D Q) -0 ...... ~ l.LI +' O'l C C C c E= 0 0_ ...J '" bE >'~Q) C) U L- '" '" Z 0 ov..o+-'w :0- Cl>O+-' 0 (I) 0 on~ (f) __ o 0'1(1]-00 m -- C <V Q) - L- +-' 0..... ._ cv Z o...c 0 '- ::l \... 0 .- +-' 0 0-.... i= ~ >. >. Q.)e <{ -uo~~E'-~ > Cl>Q.)00 OE..... w "U '-.- E'- 0'" ...J ':; ::J 1: 1: 0 c 0 w en cv (1)0 O'l~>.~>f") L--o '" '" ., E~ ~ .J::+' (I) L- m 0 ., 0 .0 W .J::", au I- ;;:.0 ;;:.2 0 <( Z ~ '0 L- "OL- c," O.e '" -0 ,~ r--z .so I ~... , o '" 3: w :;: w...J al.Ll -z IIlz -c( :I: o :I: I- ~ z j 0.. ~ "0 :; o .e (/) I 0,6 UIW ww 'OOll OOf .,; "'- 00 .c .....~a.. 0- >- .e 0>- u> , c_ " 0,_ oe Cl)=o a.'c .$ 0..8 -c 0'- 0 .~ Ea... Eo'" " 0 .e .eN u_ ,- c to ~.- ~..cZ ~ u-" I 0'" ... ,,0> -,- n ...J -c( 0:: l.LI ...J zC) Oz i=iij <{ > W ...J W . , I I , i I , .''; . , . ,.' ~ OLB I "JON rOfS Bf UlW ww 'OOll '" c S!. E E Z '" .... j x 0.. 0 .g '" :0_ ~ 0 E:g N E '" '0 '" ~S!. -0 '" m m ., L- -0 o 04 Q) I o (f) n. o E E l{) ~ +1 .J:: +' '~ (f) m '" c ::J E E o Q) c o :;:0 U m x c -"'0 ::J um L "C' .2..- Q) 0 .0 - U -.:E ... 0 0 c ~.S;...c ~Eo-o o g E g L- -g EJ5 '" o EN .0 mO '" 000> oN 0 Q..a...c cO 0 ",N+' -g (I.) en o.~ g. ;;:(f)+, m '" L- +' '" E 'E c '" L- o C (f):< o 'co ...N o..c 0._ (() o-r-; (f) UlN ~~ n. ~ E ,- Om._ E -0., .J:: =+' <(0 m-o :.cc 1-0 rn () a ..- . N 0 I 1 > I I ., I I 0:: I I I I 0 I 1 0 I N I > I 1 0 I I Z 1 I ..- m o U1 CL. o Cl Z ~ a::: o o a::: ;3 z ~ III ...J -c( U Z > o a::: Q.. o a::: ~ z o :::p:: <( ...J ..... m <( ...J~a:: .....m..... ~~5 VlVlZ ~VlVl :::p::<( .....1--1 I--Vl ~OZ VlO-O I-- ...JO<( -O~ ~O...J 3:~ ..... Vl o Z ::> " () CD )> '" N Z I c )>ZUl -+ -f -f CD-f (J)-f 0 ::!.= ()~ 0 :T :T :J:E :T :T -l CD 0.0 0-. 1"'1 ..'" I CDQ.I......-i<D _(J) -", (/) !to. 00 _. ::::0 CD ., <n (J) o :J (TO (J) 3 "U 3 5. '< '< .....c ~... 0 -. (J) 00 CD"U "0 _ ~g ;oo..=t..... ~ ~ "0 0 CD 5=00 Ul 0"0 "Ul :TOO CDo 3 3" Cl c Ul Ji)~ CD -. "0 ::J 3 CDO g:2. - tD I ...,oo~ :J ():J < 00 "0 0'" a. ~ !.iil ;:!..o. a. CD:T "'" C CD 00. ;:!.o -0 -. (J) C 00 CD _0 Ul'" :J 2:0 CD:E ~ '" CDO "'.., ~" <.0 0.(J) 0", I o!!'. (Jl~ .., -. ~ CD '" .. I () 0 .., -. () <0= 00 CD 00. CD ~ :T :E O'~. ~: " _0 I :T 00 CD 0 0 "Ul 0 tv~ 0-' =' a. 00 00 III "'<.0 eta o .. '" . 0 :E:J~ :T 00 "'" '" ~ '" -" :J :T :T .. 3 !!. :J313 00. 0 CD CD (b-+ -a. 0 u () 3 UlO -. s' 0 0'" .., ;::l!lIl tDel. '" 0 '" ;+ _. '" CD " 0- ~(t) - 0- " o " I =. CD :T " =r o' c .. ~ 3 -+ .., CD'<:T lIlO "'''' ~. :J Q " <0'" 00 0 " . 0 :Tc 0 '" - _0 CD 0- "00 " .. .. ",0 ~ .., :J co. Oa. - - a. "0 .a. .., CD. .... , .. -.. CD 00 (T _CD <""'" , " 0 -+ -+ A..., , ..." 00 0 0 CD CD , '" =;; 00 '. ~ .., -. ~Q , <0 ~. (b :J , <; a. ~ "0 , a. :J _.00 , III :J-+ , , 0 -+ 000 e - :J 0 -+= 00 " CD =-+ .. I =E I""l 0 a. S,.o' .. a. Z 00 _.:J =i 0 o. I""l 0 -+ :J :J .., -f :I: 0 a. ::0 Z .0' :T @ltD e I I""l G') j;! CD X :T 0 ~ =E -< -+ () ", 0 ::0 @B .. -l '" x It 0 CD -+ ::0 :t> 0 :J a. .., '" !!. 0 C CD C ~ -l a. 0' I 0 0 -l -U !:!: CD 0 '" .. :-' ::0 lO .., => 0 0 G I""l I""l I""l :T ", a.o - 3 0> Z ::0 Z 0 ~ -f r @~ '" !J' < CD ", '" 3 C 0 .., < e '" " Z - 3 c: ... > I ""tI -l :t> )> "0 .. 3 () 0 0 I""l -l CD :J ::::! !!'. ~ Z )> 0 0 '" (/) ::0 0 () 0 ~ g x e r - -l ~ ::0 :T Z ~ ~ .. e (/) " a. I (/) .. w Z -VJ 3 ~ ~ e_ n :t> I""l 0''' .. ... _Cb ~ '" .. Z r Z z ~ (/) 0 0 -<0' ~. 8 (/) )> "Oe " ... I -l ::0 " Q. ~ -< a. ~ :t> (/) -l 0 9. .. - r ::0 o' '< o' .. ~ -l I""l 0 " It - 1""1 :t> ~ 3 0 I -l ~ -l '" " 8 0 ~ " I""l Q '9. Z Z -0 ." " Z G) 0:::; - 0 00 :". I -l _00 .. z ~ .. - "'3:: 0- 0 "," '" -<~ Eo - a."-" .. _3 0 "'0= (113m G ... '" u o .. ~ "0 ~.. '" o 0 '" ~ Q gQ.3 00'" .. 00 0> '" e z'" I c 0> "- - .. "a. o x Z o ~ .. .. ..- 0,0 -- -" ~ -" e .. .. ~ 0 "- '" .... 0:0 e 0 < !!.- '" u ... ~~ a. 00 .. ~- -.. ..~ ~ '"l:J N 3 0 ~ ",,, 8 0 .. 3 3 - _0 ... I (/) <0 ... 5' , 3 .. 0 " -- 0 Q. ~. 0 -..J " 9." VJ , " VJ VJ '< '" 0 Q. .. '" .. "0' .. "- - ..~. to 0", .. )> " .. I 0.. 0> 3 " 8 ~ '" <0 00 N 0 ... " ii3 "0 _ g N 0 " :". 00 00 00 " .. 3~ . ,.." 0> !!. ~ .. .. (JJ 0 .. "- (1.1(1)"''' zoo "-~ I c "'0 :::TC'D- 0000 0: '" Ql ~:=C'D -000' VI .. 00 00 o ~ CD ~. ctI(ll...... ~ -.!:.":o 0- 3" 0 ~.6 ~ ib "'0' a. < -< 0 <0 '" .. " I .. " I I I I U!W ww ooni 11 J I 0:; - c ~ 0 0 a. a. 0 c" " -0 00 0 c ",0 0 -:;:.... o ~ ~ .- "' I "' 0 -0 a. c E " E" 0-0 0 0 "oa. 00 0 r'"i~~ ,,; ~ OJ I ~ ~ J U 0 0:: I " UJ - 0 - ....I 2 ~ CD 0 .;. a. < c .0 " 0:: I 0 ~ "- a. ~ 0:; - ~ 0:: ~ 0 0 ~ a. B UJ I -0 U - 5 ~'" z~ -0 UJU C -0" 0 0_ ,,-0 Vi 00 0:: ,,",2 I ~ >-UJ <(I) U!W ww ~O Xo " ooo~ C)....I I 0 X 2 ..J .;. ....I c < .0 X 0 I a. (I) ~ - - ~ X 0 a. - I- ~ " 0 0:: I ~ a. < 0 " " UJ c 0 0 ~ - U!W ww Z U1 OJ I ~ ooni J 0:; l' c o"i 0 I a. c 0" " 0 0>0 0 .0 ooa. 0 .- ~ >. 1; "' 0"'>-- 0 - E " I 0 0 00 c U!W ww " ,,; "- ooni 1- - J I I E E o o ,,~ ~E m.g - ~ o a. rOt o~E ",oE c>o ~~; ~lf- J 9tll ----=.J E Oc;rl .5 " I o ~ ,u ===J t; c 0 a. " 0 0 ~ "' E 0 00 ,,; Lu t" ....I 0>0 ;:!: .~ c~ E c ~ 00 UJ 8.c 3=(',1 CI o G> E~"": ~ Eo tl UJ o'-O'l...... ..... e> 0 . 0 t ......<o:t Ol < ,u C) 0:; - ~ c 0 0 0. 0 a. " _ a. c" " 8~ 00 0 0>0 0 o ~ 1; .- "' -0 E ,,- 0 o~ U1 00 ~o. ,,; OJ L_ ===J U) w ..... 0 Z ....I < ..... UJ CI C) Z > U " ::i OC Q. (I) CD 0 0 N > 0 Z ....I < ..... C) UJ CI Z C) ~ Z 0:: <3 Cl < Cl Q. (I) 0:: <( UJ Cl 0:: Z ~ ~ en ....I <( U Z > 0 0:: a. 0 0:: ~ Z 0 .... .2E~ E~ :g all) a. <D-oc c'" Q) 0-0 C .0 0" ....0-0 = ~ ~ 0 .,g 0.,- 0 I/) 0 ""' c ~Cl>"ii .3 c-o '" .- 0......... (f) u 0 (f) -+-' C ~ 00"'- a. 0 0.. wo'" 0...1"1 .........-+-'....... -0> (/) (f.l G>..Q aU; 0 Q) 0.0 a............= a. I/) 0 "U -_.c 0. c ~ 0 (f) -0".... c-U en .22 00,- ....... (f) ...00 00 (!):i:_ n::: a. -- o -- . -- I I I I I I I I I I r--. m o U') a. o ~ o o 0::: ..... ...J CD ~ 0::: ....... >-0::: -<(0 ::~OZ ::Co elO~ ::co:::~ ........J - CI) -<( .....01- OOU') Z...JZ ..... - \.&.. ..... ...J <( ::J: CI) ::J: I- 0::: <( ..... :z I/) " .... .... '" ~ .E cO c""' __ 0 .c ",I/) .... 0" I/) 1/).- c~ 0", "(j) :5 to EI/) .- I/) -o..'!! -c <(':> N <( (IJ)>Z c)> .." ~ 2.-~fT1 CD a.. 0 .. U) _. CD "'3 o CD 0 ~:J '" ~~. < ." g (D' ~,'" ~ '" CD 0 Cl- -. - '" CD -. ~ 0 0-' 3 ~ :J ? 3 s: ~ CD 3 (3 CD 0 ~ Cl- ~ :e '" 0 ':' z Vl -i > ..... ~ ::! o z ;;u o > o ~ > -< 0 1 1 1 I z ""0 0 I 1 < (J) I I N 0 1 1 0 0 1 1 (Jl 1 I 1 I ;u CD 1 I < I I 0) f\) 0' 0 3 ~3 ~3 3 ~_ 5.~.5; , , c 0.... . i} !:l z-J S ~..., ....-0 OflJ'$ lJ) ,I ..... ..: (") > -0 c: " " m 0 " <0 0 ~ ~ -<' " m N '" " o o ':'l o 0 ~ ~ tv3g"t)r Q) o.o{l) o .. ~ 0.-> ::E::U r ctl 0:1 g M NO' (;)g.~ " J" 3~' '" " '" N '" ... '" DO DO '" Cl-Ul m m c;-m ~O rJ!- LC (") z ~ Z I C Z " ...",-< Oom 0"" 3 a.!!. 3lng o D ~ =i z ..... o -0 g;0'g' o<o~ 3(;"0- 3~3 Cl- " 0 ~. I'T'I () a; Zr--- (") L c:== ..., --- 0'" ,,0 01 ~..., Ou> il3 m3 ~ ::Or--- ..., c:-- L -- --- '" ~ o c " Cl- ...-., 00 0" 3" 3~ ~ 5' 0(1) m D ::0 ..., U> ......." ~455. ~g~ .,' .~405.'. -.......... .. z-.- '!". ., "Z- . . . ~~~ .....~.i..t,..-.:}..."4 )>2 :eWD oz r- <Dct. <Do (fJ r- O::(1l~3J(1l!a ~3 g~ <D:: _03 -~ 0;:- 0;-.... ~5. !2:(i' (I) ?: 0:;1;;'" (lllb _00 C < <D 0,;0;;-...... <D !!." .. " m < m Ul 0" o~ m .. .." ....0 ...,0 lJ):::! OlJ)Z < " ...,..... 0 ::oz-..., 1 m>Z..... cZlJ)~ ~~o"" T ...,UlCO 0 zoo ~ 3::0 ~ 30 3 (") 3 " oz 0 "''' mo < ~ 0 3" ~ 0 ml c~ ".. 0- " ~J" C Cl- , ~ Cl- .0 -, ~" m 3' o~ " m S. 380mm min '" ,-<~ C 0-", 3(110 0-0-0 C ~o 003 ~1:J 3 m 2"3 mO x j 00 '" 0" 0 3::e g 3:;- 3 m 3 o_ DD 3 ~ 0 _!l <or :: ~. g-" ~o g~ o o " " o ~ 0' " 2. ~ g, =::;0 "0 mo ~ ... 3 3' !:C o-v) m m c;-~ ji LC (") --- z ~ Z I C Z " .." ..., Zr--- (") L c:== ..., --- ~ =i z ..... o -0 ::0 > r=r--- L c:== --- ..,.. tT-t CD' OCCll .., 0:::3:::1 3 3 ~!!. 5' 3 g Q. o '"' U>-'" 000 o~- 3CDo 3;3 Cl- o ~ () :;. m '" o o o 3 3 3 ~ 0 ~~ g CD (,.l ~o 0 Glue "m 0 ~ a. 3 ..~ 3 ~ o 3 om 0 3 Cl- x ~~ 0'" ..0 01 ~..., Ou> il3 m3 C> .Jl.6 o g~ 3 3 (D a. 3 i 5' 0(; m D .." o o ..... -0 Z..., "..... -> ~: ~l~ji ' :I: 1520 ::0 00 (")::0"" ^ 0 """..,,0 <::0..... =ii>z OZI:o(;') < .... ""~""zO ::00::0 !:l ~~0lJ)> ::0 (")Zr= 0....."> ...,Z" ....m ..., Z>O" Z::o .... ~lJ)0 UlOO 0.... VI 3-"" 30 '"' o " o 'i m " o .. ~ V) m m 0 00 m + ~N o U> ~ 3 }> 3 -OJ'" "''''0 (",,<0<"" 333 333 000 000 " " " 000 ()WUJ(j) 0-.....- " o ~ m " 840mm min ~ ~::;:: ~5::O; Cll cr Cll 3:::l a. n o~ Cll I~. g ~ ~ ;t~~' s: ~s. \0 ~p~ ~. ~ g^5; ~ m ;00 '" " o < ~ 0 0 m 0 ~ ~~ C 0- " =:c 0- " ~ mo- m " " " I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I i_.., I ~ I 11<( __...I (f) ~ ~ g (() :;; :;JE Cl ..-),,0 O ... 1O..c 0 ~ -0 <(+'- oE1l<c" '+- 0- (f) (f) Co en (l) c'!:::!u 0 ~ lI) Cl) -0 +'"E Ca.. m ~ Q) a. L .~_ ~ go X..clO ~ ~ 0 Q) ~ 0 0 0"0 +' Q) b ~ -g ,,+' .~ Q.)CDg~(1)O"~EO<(-o..s.D"U .= g.;:. 0 0 a.:~ fJ) (f) Q; c 5 E "E C N .- -0....: U" 01 0 E +,Q)Q.. "UBo-o ''.::;;-Oc 00"" I ..0 0 c 0 0.-0 00)>0'- c _.- +' 0 ..... > c-o ~gt~ ..cOQ)~c.o<D 00'- Q) Q) L- CJ) f1) 0 Q) L.. .- +' E Q) Q) C > en.s 0 -0 ~ 0 C ~~EL..DOQ) "'O~OCCCl)fJ)~ "0 to g +;..D~o Q)'-goc~ ~ Q) f'. o.B S _ 0 0 ..0 <L> ..... ~ .Q fJJ (l)..o n 0 .- -0 0 u....... 0 C'I (J) -0 x -15 .......0 =C .......cQ.) '-oo_.o..c cnO<L>.....OQ)C/) en+-, DOL ~ CI) en (1)+-'..c Lee E'- n L.. c.~ en.! (l) ~ (I) ~mx m-oL-!!cv.-o ~O=:OL <OU) 0 U) C Q) f/) E:2'-' CD -t).S!. 0 ~ W ..c 0 0 ..2 o~ 00 Q) =.~ -o...c: =+-' ~ :;= a.f') U I 0 a.. 0:;= <c a.. <c 0 (/) <c 0 o Z..- <(In () OWI.J...C) I '0 L (/) (/) " C :0 -0 C o .c o '" ~.m o '" '" a. ~ .; v (; (; .c ~H - a. c 0 " t- > 0 '0 E E OJ z o ~ <( > lo.I ....I lo.I x o E E E o o N o -v E .9- E~ ov v1! .... ~"E ;=0 0" L C _0 <i:Ul 0>_ C :;::;v 0- o 0 "-2 " a. '0. o -" E2 E" 00> vc 0" "L" --N (I) 0'1._ o C 0.00 L> -- =xo <(,,0> O~V O~V o '0 E L EO ",.0 "'- _:l, l{) ;'::1i)~~ O>"L .S c ,,~ ~e '" -'" - .c 0_ ,. a. v " " "" -jjj QJ "0(,:: CLI c.- 1) 0 ~ b:5g- c" 0.- (f) u ,. 0 ---f' :t:::1-: :~. "0 0> L c "0:':: cO 00 o I- '" ~H -'" c 'C .c .. xow WW009 > 00 -'" c E ~ 0_ E'~ c6 'lit..... E1i .c.~ \.1O- a.~~ ~ O'l-r ~I ~. .......:' 8 E g J: +'..... .. c:...~~{I)t:. c>sCIJ ~"o,. -EO :; E." o~...:." ...1" 0 - o Q)' , (f) (1)1 . '1"1' . CiE" u u. .. . ",. . Gi E ~ .. ~"'1 Gi _;,..... Ul.....).: c' o~-1 .....~.z.~~... '. 6u!lOOJ 4l!M ~WOO( " )jIDM~P!S 4l!M wwo~ l ": ;:: . ..... . ~ ."~ :. - 0> Oc a.+:; 00 t--" o f"'>-t - c- ..J::.- 0...... Q) >;<;;:' 0 J.,g oc).:-ug-Ul.. s=.Q') Q) c:.... oo~-u......o ~ --.-..0 ~ 0_ 4. -u'U ... _ 0 ....J ...s=. ...u EE~-~-Ea.. EEu:o=u4J 0':1(0 c c: c..c LaJ ...-...-0::30U (I) <( CD '0 '" ~ o '0 .. ~o 0'- .c" ",E oE .0", _0 0_ lD I lD Z 0 i= <.> -.; lo.I > II) ~ " c ~ 0 /5 - ~ .... a. 0 Z j a.. ....l :c( I- lo.I 0 > " I- 0.: Z 0 I') ..... a 0 N > 0 z <( I <( z o i= <.> lo.I II) C> Z ~ I.&J a:: C 0 <( 0 U a:: - <( a:: 0 a:: z z ~ <( 0 CD I- ....l j <( Z .J <.> <( <( Z I- > a:: (/) 0 Z a:: ~ a.. (/) 0 I.&J a:: C ~ I.&J z 0... 0 u _ oc .. -0 o "u L- 0.... Q)_-1,- I -00 o'x (0 lDv ...... o ...... . o 00 m c (/) 0... o " ... l' t- .~ ~ ~Z~ ..00 o_u I- E<(~ :c>t= "lo.IlIl Q)..Jx ~wLtJ L Z g-wo "1-... c<c;;;: L..Jt- ~o...~ v vlo.lz U)tIlQ <(t- lD~ ... t- III ~ AFG AC AWG AMB BFG BGRD BlK BlU CCT CE CODE CMS CClV COMM C/W COND CONT COT CSA CTMS DB DC EC EMI EOPT ElV FO FTMS GRN GRD AI A Cu F H Hz ABBREVIATIONS Above Finish Grode Alternating Current American Wire Gouge Amber Below Finish Grode Bore Ground Block Blue Circuit Canadian Electrical Code Changeable Message Sign Closed Circuit Television Communication Complete With Conductor Control Conduit Canadian Standards Association Corridor Traffic Management System Direct Buried Direct Current Electrical Chamber Electromagnetic Interference Equipment Extra low Voltage Fibre Optic Freeway Traffic Management System Green Ground SYMBOLS Aluminum Ampere Copper Farad Henry Hertz HH HV HEC IGRD IMPD IND ITS JB lCS lV MH NEUT NIC OESC PCS PUC PXO RF RFI RMS TS XFMR UPC VDS WHT YEl n PVC V VA W Wh ONTARIO PROVINCIAL STANDARD DRAWING ELECTRICAL ABBREVIATIONS AND SYMBOLS Junction Box I I I I I I I I I I I I I I I I I I 2000.010 I Electrical Handhole High Voltage Hydro Electric Commission Insulated Ground (green) Impedance Inductance Intelligent Transportation Systems lone Control Sign low Voltage Electrical Maintenance Hole Neutral Not Included In Contract Ontario Electrical Safety Code Permanent Counting Station Public utilities Commission Pedestrian Crossover Radio Frequency Radio Frequency Interference Romp Metering Station Traffic Signal Transformer Underpavement Crossing Vehicle Detector Station White Yellow Ohm Polyvinyl Chloride Volt Volt Ampere Watt Watt Hour Dote OPSD I I I I I I I I I I I I I I I I I I I DUCTS AND CABLES -------- Exp ................tt... 111111111111 ~ , I V === I~ :3 -~~-~~ -*LCU~LCU",* -!l-LCA-#-LCA-{f- \ Ducts and/or Cables, Underground Ducts and/or Cables, Surface Mounted Ducts and/or Cables Embedded. "Exp" Indicates Expansion Joint Cables, Installed in Existing Ducts Cables, Aerial Cables, in Pavement Slot Ducts and/or Cables, Future by others Underpavement Crossing Identification Code, Note 1 Reference Point with Identification Code, Note 1 Duct Stub with Plug, Note 1 Existing Cables and/or Ducts to Remain in Place Existing Cables and/or Ducts to be Removed Existing Cables and/or Ducts to be Abandoned Identification Codes For Existing Duct or Cable Usage: IDENTIFICATION CODES, Note 2 BCU Bell Cable, Underground CCA Communications Cable, Aerial DC Extra Low Voltage Detector Cable GC Guy Cable HC Hydro Cable LC Lighting Cable PC Power Cable TS Traffic Signal Cable TV Television Cable NOTES: 1 The duct symbol shown is for illustration only, other duct and/or cable symbols may be used. 2 Add suffix U for Underground or suffix A for Aerial. ONTARIO PROVINCiAl STANDARD DRAWING ELECTRICAL LEGEND I Date OPSD 2001.010 MANHOLES, JUNCTION BOXES CI I MH32 I o I JB36 I @ I HH21 I PADS AND FOOTINGS [I] I CP33 I @ I F43 I Lll I F44 I . I SF31 POLES . I P24 I o I EP32 I LS LS )8( I R33 I I I I I I I I I I I I I I I I I I I 2001.020 I Electrical Maintenance hole with Identification Code Junction Box, Embedded or Surface Mounted with Identification Code Electrical Handhole. Underground with Identification Concrete Pad with Identification Code Footing in Earth or Rock with Identification Code Footing on Structure with Identification Code Sign Footing with Identification Code Pole with Identification Code Existing Pole to Remain with Identificotion Code Identificotion Codes for Existing Pole Usage: A Authority Owned Pole B Bell Pole C Communicotions Pole GP Guy Pole H Hydro Pole HM High Most Lighting Pole LS Lighting Pole TS Troffic Signol Pole TV Television Pole Code Existing Pole to be Removed with Identificotion Code ONTARIO PROVINCIAL STANDARD DRAWING ELECTRICAL LEGEND II Date OPSD - I I I I I I I I I I I I I I I I I I I LUMINAIRES o d <] D Luminaire Luminaire with Shield Floodlighting Luminaire Underpass or Surface Mounted Luminaire o Luminaire, Number Shown Indicates Luminaire Location on High Mast Ring with Respect to Pole Handhole, Note 1 --0 ~ ~ Luminaire with Bracket, Note 1 Existing Luminaire to be Removed, Bracket to Remain, Note 1 Existing Luminaire and Bracket to be Removed, Note 1 ---()F Future Luminaire and Bracket, Note 1 I U8 I Luminaire Identification Code POWER SUPPLY IZI & Power Supply Equipment Transformer @ Generator [:mJ Power Supply Equipment, Pad and/or Footing Mounted, Note 2 SUPPLY 'A' 120j24OV, 1. 3W Power Supply Equipment Identification Code Other applicable description may be used for transformer, generator, etc.. ~ Photoelectric Controller NOTES: 1 Luminaire symbol shown is for illustration only, other luminaire symbols may be used. 2 Power supply equipment symbol shown is for illustration only, other equipment symbols such as generator, transformer, etc., may be used. ONTARIO PROVINCIAL STANDARD DRAWING ELECTRICAL LEGEND III Date OPSD 2001 .030 ----3 Single Guy with Single Anchor Double Guy with Single Anchor Double Guy with Double Anchor Single Guy with Sidewalk Strut and Single Anchor I I I I I I I I I I I I I I I I I I 2001.040 I GUYING ~ ~ ~ CONTROL EQUIPMENT ~ Controller Cabinet, Front Door Opens on Side Indicated ~ Controller Cabinet with Adjacent Power Supply Cabinet on Side as Indicated. Front Door Opens on Side Indicated ~ Controller Cabinet with Attached External Communications Interface Box on Side as Indicated. Front Door Opens on Side Indicated ~ u Controller Cabinet, Pad and/or Footing Mounted. Note 1 Two Controller Cabinets. Pad and/or Footing Mounted, Side by Side Type. Note 1 I~~I Two Controller Cabinets, Pad and/or Footing Mounted. In-Line Type, Note 1 I TC21 Identification Code for Traffic Signal Controller Cabinet NOTE: 1 Controller cabinet symbol shown cabinet symbols may be used. is for illustration only, other controller ELECTRICAL LEGEND IV Date ONTARIO PROVINCIAL STANDARD DRAWING OPSD I I I I I I I I I I I I I I I I I I I MISCELLANEOUS ---1> " / I R12 I WIRING DIAGRAMS (/ 2-19 C 14 TS-75mm T ' 4 -.- -.L3 r -, OR r '\ L-.J \......... DORO Ground Electrode(s) Coble Protection Bricks. Concrete Cap. or Marker Tape in Trench Identification Code for Removal Equipment Conductors. Single or Multiple. Identified by Note Indicates Cables to be Installed in the Same Duct Indicates Spare Duct for Future Use Wiring Identification Note Duct Size. Aerial. or Direct Buried Type of Cable: TS - Traffic Signal HV - High Voltage LV - Low Voltage ELV - Extra Low Voltage CONT - Control BGRD - Bare Ground IGRD - Insulated Ground (Green) CSA designations. may also be used AWG Size of Conductor Number of Conductors in Cable; Not Required for Single Conductor Number of Cables In-Line Cable Splice; Number Denotes Number of Cables Tap Cable Splice; Number Denotes Number of Cables Wiring Enclosure, Manhole. Junction Box. etc., Identification Code Matches Layout Drawings Equipment Item; Identification Code Matches Layout Drawings ONTARIO PROVINCIAL STANDARD DRAWING ELECTRICAL LEGEND VIII Date OPSD 2001.080 I I I I I I I I I I I I I I I I I I 2001.090 I WIRING DIAGRAMS . CONT'D- Single Phase BlK WHT GRN 2 Wire System: Black, Line White, Neutral Green, Ground Single Phase 3 Wire System: RED Red, Line 1 BlK Black, Line 2 WHT White, Neutral GRN Green, Ground Three Phase 4 Wire System: RED Red, Une 1, Phase A BlK Black, Line 2, Phase B BlU Blue, Line 3, Phase C WHT White, Neutral GRN Green, Ground IA RED 71 Circuit Identification Code: 'A' denotes Supply location 'A' 'RED' denotes Red, Une 1 '7' denotes Breaker or Switching Device No. 7 NOTES: A Wiring Diagrams use Electrical and Electronic symbols common to industry practice. Refer to CSA Standard Z99 for symbols not included in this legend. B Symbols for 'Existing' and 'Future' items are included only for widely used items. In general, existing features ore shown in screened or light hnes and/or shown with a letter 'E'; new construction is shown in bold or heavy lines; and future work by others is shown in light dashed lines and/or shown with a letter 'F', Prefix 'E' or 'F' in identification code indicates 'existing' or 'future' respectively C Where Quantity Sheets are not used, location, size, quantity and type of equipment to be installed may be indicated by notation on the layout drawings. o Symbols crossed out with an 'X' indicates 'for removal'. Symbols crossed out with a double stroke . / / . indicates . to be abandoned", ONTARIO PROVINCIAL STANDARD DRAWING ELECTRICAL LEGEND IX Date OPSD I I I I I I I I I I I I I I I I I I I " o a. -0 ~"o. +' 0.. .BE'- Eog :l >.. E .S ~ ....0 ~ ..,. ~ C'l ..=: :::l.2 O.:J ~. (f) 0'10.... cnq; >'0. 'It:..2 ~ ill .S a: g,~ N a. C' l <0 W t; Z .2 "E ~c'" .2 ~ ~-u "00'':: l:: C -0 0 Eo _ Ex4;lI) O--!tc Q.1 o"i>oo C\l~ o.z '" c" .- > (:" "" Vlu; WOT rf( ~ E 5 .2 '" 0.. ~o ~ E :6 q) ~ <<-0 ......2 Q,) ~ " x.~ "00 E::o U1 c ~ ..0 >. E E..... 00 ~ ::l lD -- :l :02:-0 I"") C7I ~:5 c 00 8.E E "'~ E (J'i4) 0 ~ <oc" r-..Q1n 1ii U!W W~\:T * en C! z E ~lL enO.c I.- .- ~(J " z.c 0 -<:- ...I>-~ Z :::::E:J E ~ n >- :3"-5 "'<0 c:> :!w.2o 0 T w Z-'- "": <>:f- _mo ..; ..; 00 ::1:=1 ruO 00 0 ....Z o -~ .,- " No~' <:'..in * ~ 0 "'0 0 "'., "' .,; NNn ~ jE 000 T"'~ . o 0> ~.~<>: .,-w > o ~ (f) .,- W -' C! z -<: - o 1) ~='= " ~ '" o .- 0 -0_ . o 0> .' !z gl&J (f)~ wl&J -'~ c:>Z :i~ " . Q:: ...OUJ 0 < 009 lD l~ 0' . ~"'v '" VlCl.. W ...J C! Z -<: E.<: EO. <oC -" E oO~ @q o z w o i::i o -0 o o -' '" c 0 :g u .2 -0 C '" ~ ~ '" '" " 0; :a 2 ~ 0 '" -0 " o 0. a. .~ '" ~ ~ o '" .B 0 .... "5 ~ c ~ E " ~ E CI'l C .2 -5= 0 ~ ~ o.s L Q. t-- .:J ::;CI.l U1 ~ c:> 0'" o ~ l.. \ ./ .... '" "'0 -- ~ ~ N 0 -- <0 c N r!~~ c:>z - 1':" c o ... c 2 c o ... c 2 0; 0< 0. 0 2 0 E '" .c .2 O1Z:5 :> u ",,,,,,, '" "", C - ." -0" " C... ~ '" .0 - ".., - .'" N._ - ",,,, 'c 0') 0 c" E"o.o O.c 1} 2u E g-E 00 lO'::;:E c:>" - "''' '" 2E .cE uO _0 0_ U talON l4D!a4 luaw4::>Ollo slod -0 o o -' -0 o .3 x .c :,,::0 :J::C O'i E 'U ~ ~ E ~ t.l =,=o'c b -~OUl ~-g ~ CP Cl 0 C7l.!2 " , , ~L:l " " " w -' o G- o o o 1';< o .2 6- -0'" m "S: .... "c 0 "0"0 Ci ':>.. v"5 L.U '" o ~ C "00.- co. o 0 u.c 0 ell:":: a. Vl'''' o~ -'" -" 0- 1}l" o "a. ~~ Eo; E~ ..... 0'" " '" .c x2: <<l 000 '" "'. c o ... c 2 c 2"E o a.... -0 o o -' -0'" om 00 ;<0 -0 5 ~ '" >- a. " E '" .2 .~ ~ 0 - " >- ~ ~ ::J a. Ul CJ'l Eg'~ ...r";;: .a ... ~ N~ I") - '" " c c .2 " E-O '" ",j" " " N"ii :a " E xo; :c .Q--u - -0" 0 N '6 E"e E Eg <00 E -'" <0 GG c " > .~~ 0; .c~ " o · ._ 0 -00. E ~r<1 E~ v Ou_ o c 0 '" oZ w -' ~!z -'I&J t~ "'5 g;~ w< ~~ ~~ o (J -0 C -0 0 ~'" -'", " "15 Z -0 " .c" m-o 'c 0 .- ~ ....'" 00 iiii~ o ~EE..c"02 "0 E E tl ~ 2 OeD.S'c .S~""'{3 g en E .cooQ) ~ x~ E (J)~ "'", 0 ..QcG>QiE~ l....QQ;~E4>'" o "0.. 0 l.. .cEE>tl)oQ) 010 _ X:;J_ C .0000-0 <..- U OlIO rnZ .., " .c" "'.., 'c 0 G:~ Ot o\:z-1 9 aloN ~ldap 6u mas dlOd (1) -0 C ~ o a, i>- -o~ c;=O ",0> .; -o~ "" ~~ c..c. 010. 20 l.. g. ..a >. " 01} ~R{I) Q.l-o Q) 01:..c~ > -o"E o~ l..G>:g ~ C -o.G>1ic o ~ Ul 0 'iij .- ~ 0 'U 'U::;J 0 (/)'S 0 a.c c - Q)O- E..c._oo tio ~~ E g :2 ~'U 1110 :g0l ~o ~G>~ ~;1; c ((11.-'-00-0 '" -g '>, _ 0 0:.0 en Q) 0 6 ~ 56 . 0 {I).... .~ -0 - (/) C l.. (/) C~OEQ:l8.:L:a...:8 010='= .S!..c.u .20E1} E .~oo- " i E2 _ 4> III "Ol..4Il ocot()_O .cUltO co-ol..OONoU 01.."."0 ::;JZ 0 '- s: _ CN 0 ~ :..... a.Q.l a. ~Ul~ C'iN ~ O ,,".0- E ~ Q.l 0 _co~ rn:;J'-Ocn_ El.."O E rn (/) EO rn..coo..c.-oc::;J' Q) c..:l( :;J-o,- g1i~ g~ 0 .S'" o~_ Ec~oc ::::..aN CQ) en 6~~'c~ Q)co= og~'E1i LaJ5m~'E3:Q)Q)Q)~Q):'=0 .s t-~m'- ~..c.~a.go~;1)6l.. ouo!fl<.D~'O~.Da...ONl.L.O Z..- N n ..". 1.0 o ~ 00-0 ._ ti n c a.1;ci ~ 0 -0000 I l.. ~ .!!(':oa8. 00:: g~'E~~ :. 1..4.100 ~2-~i ~ -a.-o ctioO G> c 4.1 :st 0 E..c 5:52 ~ 0 == m m'-(/) - rn'- ...... m~ lIIocEG>O ~ ,,-c1i s: _.S! .!!! a..ou 1i. m a .s ~ co Q.l ~ l.. ~ .~ ~ Q) ~ co .DOQ) "0..-,,-_0) a.O'la.~ 00 .- .9~ VI.S 0'- VI III en "- 0 t; 01'0 ~ :l OlC _ VI.S C 'iiic .... .Q '- - ~.~ C:J .. .!!~~0U)Q) C; o~E &'-uo.€: 0 .t: ~- 0;::: -0 '- U 0 l.. 1Il_ .... C I.. ~ 0 :.c ~ ;::: Q) <o_u...I-_<E r-. <<>-<: ~ lIJ ~ lIJ Q:: ENS E.S Q) a ~ Eo_ <0 Z ~ E E .S: ~ E <0 r-." 0>> -0 I 1} . ",00 ..- :0 c:>:J -o2E ~oE .g>0l 50-0 . "'-CG> (/)oo.s: <'-N- Vl- ~ (J ..,.c "c- .9-g0~ Q)o"-..Q ..c . U)~ =.Q~ (t) .2-o.gQ) U)E"'~ -0 ES > cr-. ~ ~ Q).~2 ",1}- o Qi = ~<O 4)00..... _.c" (I) U).c C) -0 ~~~ ~ 00...0 <0 Cl Z ~ ~ ~ Q:: o Z '" " .c U Co 0_ I&J ...J o CI.. ~ z t: o CI.. CI.. :;) (I) ~ I&J (I) ~ C) +' o o m C) Z ~ en -I 0 - <( 0 I- a::: < I.&J 0 0 Z ~ C) III ...J Z < - <..> >- z ;:j e; C) a::: a.. 0 I.&J a::: -I ~ 0 z a.. 0 ~ o . I{) I") N N o (f) a.. o " :a o - ~ " " ~ o '1J (/) C '" '" ~ o . o ...... c:><.or =,=<D<D - ~:J (1) a. ~cQ (J) _. ~ t+ lIl3<D:r o (t) a. 0 :T~ CD -. (ll -'"0 ., 0 .-+-:E ~:J ::TO _.en 0 l.O ~o~a.a~ ..., "'0 C C> (.0 Q) (J) 0 :J :r \J - 0.1.0 05' <D <D ..., ::E 0 (JJ 0 :) =';O'-+C: 3 -':J C :J =~a.a.a.. 3" " 0 0 CD o::J 0 .- - Q..::J ., '" a. '" III C III '" 0 o~ 00 :J ., a. o ~ o < 1"'1 :;0 I ~ o )> z o c z o 1"'1 :;0 G) :;0 o c z o o :;0 o C --l If) () =E o o c '"'0 o r- I'T1 =E :::j :J: I'T1 r- C '"'0 -t () ~ r- ID :::0 ~ () ^ I'T1 -t <ID@@@@@@@@~@e e 8@8e eee ~ (}l ... JTl n t..l (,..I Q G') ~ '=II:: (J) -> (II..... n (J) ...... N ('") 0 all If) r ~ a->~ 0 "''''~..,.., 0)""0 ""0(7)001 O1(J1000:i"c ('T1 3 tv ~ c 3 3 g g s. 0 3 ~3 ~o 0 3 3 3 ~ \0 3 ;0 3>g~33~::1~~Q.303gg33"t)~- (i'"S"):. :=En.E a.a.~"o 3 g.3 ~~""'o9..- a.G')c& a.a...,..,~ J9:39:0-< ~.::Cb{}l...,a;(J') c' 0- - ~ o' o' &. &. 'Q a. 0 0 fi. ~ 0: Cr::.E)> 0. . . ~ ::.E .~ 3 ~. ~. 0 5 ~ ~ : ~D ~< "!=~. '0' -0 J s::;' g ~ (5 ..... ._. 0: a: g ~ Q. ~. 01.., 0 NO a < 2 -. =: ~ ;::;:..... ::1 ~ '''001:;) -OO::J:):) o ""-0 -0 () -sO )>" ::Jmtt U) 3 < ~ ~ \C 0 ::.E 3::.E~':Eg n Cb ~_ ~ Cb 3 (') ~ J o' :::l -+ 3 0 a. G) '" goo '< ii' 8- D.~g:> i[:g~~'!1~ ~[i:.~ Ii" o' ~ (i"g~\O:'bOI <cree. U) 0-...... 0 cC:.. :e<ofn Q .~. Cb ~ Q.::l 0.0 0\0 fi.:: _;::+ 0 Cb g- .....::1 o.oo::r....... ;::J,-+ 0 5.. d:o.:e 0" o<~uo)> 5,U15~ ;;: ""0 -<g::.Eog::E ~to a:~ '=II:: J!. =r 0 0 -. 0;::;: a.G'> ~J c ~ l'J ('")" (i" ~~~-c_ uS: < _.Q.(Do!l.o:;, n () ~, 0 0 :t: -U. U5 g to. 3 ' (tI a. ~ 0 ..g o~ C3 c -0. g. 0 :::l (D _ ~ (tI ~a.~ 0 ..... C!t CD:::l 1O o ~ JC~ (D o g -;:+ ~ ~ D- :r 3 .g lD )> Z o --l 1"'1 If) ~() 00 :J -:J C '" 3 0 5' .- Q.'lI= ., "'N '" ;> c :> D. o z ~ :;0 o -0 :;0 o < z o )> r If) ~ Z o )> :;0 o o :;0 ~ Z G) o '" ., o' <:T C tIl o < 1"'1 :;0 I 1"'1 ~ o o :;0 o C --l z o < c z o 1"'1 ::tl G) ::tl o C Z o o ::tl o C :::j N o o Ol ;0 '" < N I I I I I ~ '" I ~ ~ .g ~ ~ ~ I " o :> D. c ::l- g c. o. D. C !l. .,. Q ;+ I I o o o I I I I "'." , -. 02. D.~ <>" <> D. Q;::;-l R ~ ~ ~(~ 1-300-1 h\ 11 I I o o o I I I I I I I I I I I I I I Plastic cable spacer. and nylon cable tie 100 Messenger coble clamp to suit line ongle 16mm galvanized steel machine bolt with 75x75 mm square curve washer and nut Guy where required. OPSD-2235.01 Lashing wire clamp 1 mm die stainless steel lashing wire. Note 2 Plastic coble spacer, and nylon coble tie LINE POLE ATTACHMENT Line Angle Less Than 30. .. ~ Guy fitling where reqUIred. OPSD-2235.01 .3'00 /" _____ 16mm dio galvanized steel thimble eye bolt I"ij ~~ _____ with 75x75 mm square washer and nut 04- :> S '>S..>; ___ 3-bolt guy clomp, or preformed guy grip S 100"""-- Compression connector / Plastic coble spacer, and nylon coble tie Lashing wire clomp ONTARIO PROVINCIAL STANDARD DRAWING WOOD POLES WITH AERIAL CABLES LASHED ON MESSENGER Preformed guy grip~ or 3-bolt guy clomp ...."'" compreSSion~\oo connector Plastic coble spacer. and Nylon cable tie Steel messenger Note 1 Clevis for preformed guy grip ANGLE POLE ATTACHMENT Line Angle Greater Than 30. I I I I I I I I I NOTES: 1 For number and type of cable. refer to layout drawings and wiring diagrams. For cable arrangement, riser conduit and junction box requirements. refer to OPSD-2240.01, 2540.01. 2552.01. layout or detail drawings. 2 Lashing wire to be installed in a one wire spiral lay using a mechanical cable lasher. A Pale attachment height shall be at 600mm min from pole tap and as high as possible. Far minimum attachment heights see OPSD-2245.01 B Steel messenger cable shall be installed to tension as shown an OPSD-2245.01. size and grade as indicated in the contract. C For non-permanent installations of 70m span or shorter. nylon cable ties at 450mm c/c may be used in lieu of lashing wire for cable support. D All dimensions are in millimetres or metres unless otherwise shawn. 1 mm dio stainless steel lashing wire Note 2 Note 1 Jumper 3-bolt guy clamp or preformed guy grip Compression Steel #6 AWG system ground bare wire in protective moulding 16mm dia galv steel thimble eye boll. with 75 x 75mm square washer and nut DEAD END ATTACHMENT Date 1992 12 15 Date OPSD 2242.02 0 z z ~ V> ;0 -f 0 n)> )>1 \) ;0 m~ 0 < l-f z JT1 - 0 0 )> V>Z r -< (f) V>o ~ -f"T'J z JT1 0 ~)> )> ;0 V>JT1 0 :::0 0 )> ;0 ~ I z G) 0 z 0 -0 < V> N 0 0 0 -1'- ;0 '" < tv N tv ~ (J1 . 0 ...... ~ ~ ... '" '" '" ~3< ~ 0 B Bx;l. tT 3' rf ~c- ~3~ B"B :Jo~ _.10 0 - ~ "" 0 ,,0 B Q.~tT a.o'~ "~,, B OOB -~~ 0. ~ _!. :g ~(i o " ::+0"- . ,,0 B ~" B " :;'3 BB _.0 "" " ~~ ,,0. 3 !. ~g: - o~ g'.g 3-g o~ " ~~- o .0'5' ::r -~ " 0. "j" B ~ " o. ~ '" :a.6 303:: O~ SQg~ :::r-,o-ge ::J (fIcrer C'P :Jo-. --. 3 -- "'3 S.~3:::1""3 o-ct1lm 0-- OctlC C1lc: _.03 02. ~a..3 33 ~a en !2:3~ 0=0:,- j:c3 ~5'4IJ eS. S'!!.~~ - ~()~~roo-O'cr (i(i o~cn 3"::r30 (") o~(ll ct::+~::T 00..,_- ..... _. oS!. C1l::l::J CD :::::J o -r-v- en::J (Il .., en o-9..::TN ~- in'~OO t'D ug- . :T (D'iij'::J ~ (')!2. OW cr !!. ~g:a.Q. !C~ aZQ ~ <\0:;:0 ng g?~ ~ t'toCll- NO 0......, a. .- ~o o~ Nt1l 0 O!2::::J (D (".,0 c::!~g tT Q.Cb.- ~ 0" ~. _ (II en = g. c; Z~-"Tl::T a.. 'U:::J o:::J ?:e ~. g t1l (1l a CD ~- .....Go (jjQ'o~g I (t -3l .....::J:::J C'P 0::J UlOO 3 l.O !tin :--a: o_~.~ 5' g:::!.:T ..J ClIo Cb 0 0 (II ~3_ 0. Q..! '< c 0 en..J l (")3 ~ 0- 0 V)_. :::I"" OU)::J '< 39,:J 0.0\0 0 q.~-1 < (1010 a. "0'< 0 ~ 4IJ..,Q g; 0 !2: a 0 CD . (i" ()Ql ~ 1Ot;'5= g .IJ)&.-, _.....(11 (b g2:o3 2. l~o g: ~ 0 e. g: _o.C g: W . 0 _ Ql (ll_t1l : 2:g 0 ~.g.lI) l'Da. (D 0-0 t% s' 0 ::J ~ \D .., c.O 0 {IJ tIJ " ~ g- ;;~ g (II =m n a. ..,:::0; ;:.: ::T 0" (tl (D' o'~' (Doc. :J 00...... Ul ;r a.~-< c'~ .- ~ ::r B B 0. o ~ B 5. ~ 3. .. " B '" " ~ " '" '" o :;: B ~ " w. B '" or o " ? '" o ^ < o ~ 0. - ~ -<~ --j I I . B 0 fTl '" "'- -'" 03= z 0> '" 0> 0 0><0 ,,!l ~ . 0" 0 ~ Z (/J - - - ~ -" 0> <0<0 "'... ~ ZO 0 0> 0<0 '" 00> (1)(1) ;0 0 00 0 00 I'" ........--i - B Z - - - ~ z~ (/J 0 '" "'''' (f)~. );' " "''' 0>'" 2> z."O 0 00 0 00 I~ .-- "'." ~ - ~ og 0 '" "'''' ... ...'" 2:~ 0 '" "''' 0>0 ~ 0 00 0 00 B" Z " m ~ 0 " 3 -" (I) '" "'... '" 0>" 3 .. )> " <0<0 <0 <00> <!. fTl 0 00 0 "'0 ~ ;0 0 00 0 00 (I) )> - - - ~ .-- 0 ZO ~ <0 0. () 3 -< )> - - - 3 B CD 0> 0>0> 0 "'''' " .-- 0> "''' '" "'''' ~ '" fTl 0 00 0 00 o. (/J 0 00 0 00 ~ - 0> 0 ~ 0) r rTJ ~ z ~ rTJ ~ Attochment height Note 2 rTJ r rTJ < )> :::! o z ." 5. in. ::r B 0. <0 <3 0. B o ~ " ~BO B- B 000 .",,- (1)(1)- 000 I I g. "''''3 "''''.. ......~ !'V~- 00 "'- See OPSQ- 2245.020 ."." ~ 2: B ~ 3::r B B ,"-0. <3 o 0. " o '< See OPSQ- 2245.020 I I I I I I I C:J: 0 r "'Oli)o ., 0 _:T o:e o 0 < < 30 ~~ 3 g: ~~ 5~ <ID o' o ~g o 0'0- 0" :J (b (D 0~ Sag. Note 3 g ~ ,,0 ,," 1.5m " r---L Note 4 . t- 300mm min Note 5 I I I I I I \ "1 I or ~o 0" 0< 30 3S "<0 ~B o. 00 _0 0" Q: ~B ". 0" 0" ,,0 .." " "'. !' z-< o B -~ .." o. -." I " B m -< o " <> I I I I I L________} --------- Tap r----- I I I I I I I I I I I I I I I I I I I I I /112 AWG stranded copper ground wire to luminaire(s) Note 1 I I , I I I rt II II I I I I I I I --r-, I I I I I I I I ILJ I I I __J Compression connectors, copper to copper with insulating covers Ground stud I I L {Line Low voltage Neutral cables /16 AWG bare stranded copper ground wire Cable to cable ground connection /112 AWG low voltage riser wires Note 1 Fuse holder kit with 600V, lOA KTK fuse Pole Handhole run where required Cable to ground electrode connection IF----- Ground electrode located U as indicated on lighting layout drawings NOTE: 1 Broken lines indicate additional conductors for double luminaire installation. ONTARIO PROVINCIAL STANDARD DRAWING POLE WIRING DIAGRAM 120V SYSTEM Date OPSD - 2255.010 L BRACKET DIMENSION 1.8m 2.4m H L 1.8m 2.4m H O.9m 1.2m 4.775mm well thickness Elliptical 64x108 70<125 Section mm 00 mm 00 Elliptical section I ~ II- I t II I r II II II II I l I...l I l '\ II \ II /' II \ ",Q II V I ~ l-r - n- II 32mm die hole 25mm dio hole DETAIL A NOTES: A For mounting details. see OPSD 2250.01. B All dimensions ore in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1.8m AND 2.4m ALUMINUM TAPERED ELLIPTICAL BRACKET ~10BI ., ~'": .,~ '" 11 I <</s- 62 ~5> SECTION A-A A I , I I : h171 1 1 I J A -~ '" BRACKET BASE PLATE ... '" I I I I I I I I I I I I I I I I I I I '" '" '" '" '" '" OPSD 2420.01 I I I I I I I I I I I I I I I I I I I lamp wattage label BOTTOM VIEW 25mm min Lamp wattoge lobel LJ 25mm m;n SIDE VIEW Background colour Note 1 l TYPICAL LAMP WATTAGE CODES Block IDENTIFYING LAMP numerals NUMERAL WATTAGE Note 2 .~ E 7 70 W E 10 100 W E on 15 150 W " J 25 250 W 35 350 W 40 400 W 75mm min I LABEL DIMENSIONS NOTES: 1 A gold background shall be used for high pressure sodium and fluorescent red background for the metal halide labels. Labels shall be made using high visibility reflective sheeting. 2 All numerals on the labels shall be black and made from 9mm wide line and numerals shall be minimum of 50mm high. A Do not cover manufacturer's label. S Labels shall be the peel and stick type. C All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING LAMP WATTAGE LABEL FOR LUMINAIRE Nov 2005 OPSD 2421.010 oom:> Z c>-I<O ~ :)==::Q.Ci" if9:"'b~ 1"1 In 3 ~'8 g ~ 0(1 dU) 0 g:~.oo ~ ~ g iD.(i; U) !,w ""\ 5 :eo~3~ ~ .. ~ 0<> :T _, ~ s: 0 ~:::J3~3 ? 3 CD",C <> o~ ~g\O C. <> ~.. en 00"" ,," 3 (I)~o o. x I -. ",<3 ~Q.c :--Jcr3 0", "'.... 0..0 . "' :;' 0 ",0 ~ ~ ~ 09: s::: o=': x-o - <1> ~ ." Z z ;;.. 0 1J) 00 - -l ~.. :::0 ~ .. ::0 Q. -< V <1> C -:J~ O~ )> ~ 0 .... <1>Q. f'T'I ..." 0:;' :::0 < -l V" - ~ 5~ )> f'T'I .. z ~" r :::tI 1J) '" -f -0 !" .'" n n 0 ::0 z )> )> );! ? tD I r -l 0 r 5 '" f'T'I n z U) r 0 f'T'I z -< )> ~ U) :::tI ::0 -f )> 0 f'T'I Z 0 ~ n ~ U) f'T'I ::.:E U) z G) ~ -f z 0 0 < 0 CD , 3 0- CD '" -, '" '" ~ 0 0 (J1 " . 0 '" ;u CD 0 < 0 I 0> ..., '" '" ... '" '" - ;0> "'0 00 lDO> 0> ;u<mo >0 "'0 :;; >lD 0< ;0< "'<, "', I'TlfTItrl< z< x< r=~ '" ~~ ",0 zO Ul:l: '" 0'" v'" ";0 ..,;oz UlZ ---1:;0 ;0 ;0;0 AI r ~'" '" ~>1h "'''' 0";0 ~" '" fTl '"'.., 0> ~;o ~~ fTI'>> Ul.., (f) 0 "';0 ztrl<:::o f!iz Ul;o () ,,0 "l)) -<'" .....,::06 0 :;j(l)f1l~ :e'" ~ ;0" Ul~ ,))'" "", >~, ;oq ~~ 0 00 ;oUl 0 M(I):::o 0;0 'O'Ul Ul AI 6 "> '" "0 ..,'" ;0 Ul> ~.., z oc~ c> o:x:O, 0:1: .-< Z z" .., ~f1lm~ >!" () Z;o Ul" " lDZo ';0 ~C5 -<CIJ) <:::O-(rr1 Z )> "'> 0'" , ..,Ul ~.., ~ :e:l: 0 Ul- ZVl " '" ~~ 0 (IJ ..., , <"'0 o- r ,~ ~'<::;o z ~~ -I ;0 fTl ~ -<lD > ~z 0 Ul > (f) , 0.., ;0 '" '" MO )) " Ul Vl Ul ~" lDO ,'" "'''' ..., '" ... ~ ~ ... ... '" ~>~ en 0, " '" ..., '-' '-' 0 ;oz- fT10~ s: Ul=' ,,0 - >z ZUl Z , - 0 s: o,,:e s::: :-' '" ~ ~ ~ ... ~ ?' '>< C """'0 '" :.. 0 ..., ..., '-' ..., 0 "'" Z s: 0",-< < > s::: '" '" C ,^v s::: < ..., '" ~ ... ~ '" '" '" "'..., fTl '" '-' - '" - - " "'''' < x-o ;;0 << 1"1 " v ::0 -f 0> ... '" ... '" '" '" '" "'''' -l :.. 0 '" <0 '" '" '" 0 0'" C} 0 x- x- << )> )> r '" '" '" ~ '" '^ v r !" ... ~ <0'" C} ..., '" 0> '" 0, 0, 0> " 00 r ~~ S; 0 " ::0 r ~v )> ~ <0 ... ?' ~ '" '" ?' ?' '" <0 " '" - '" - - - - 00 Z x- x- C} << I ;;0 ,^v G) 1"1 <0 ... '" '" '" '" '" '" I 1J) )> '" :.. Co :.. :.. :.. "'''' <0 ... 00 Z x- x- < )> << 0 CD 0 r 0 <0 ~ '" '" ?' '" '" '" ,^v }:! < fTl "'- G) 1"1 (f) Co ... '" '" <0 <0 <0 <0 0'" fTl 00 ..." x- x- () << )> Z (IJ 1J) r - ~ -Z;'" fTl :r: - ~ ~ ~ 0 '" 0 '" 0 0 0 0 "'''' 1"1 " '" '" '" '" '" '" '" 00 0 x- x- S< G) ::0 )> - - ~ ~ ~ ~ U;'" 0 - ?' ~ ..., '" '" '" ~ 0- 1"1 " '" " '" " " '-' " 00> x- x- S< - '" '" '" '" '" -:::;... 0> ? 0 "'... '" " 0 0 0 "'''' iv in ..., ..., " '-' '-' '-' x- x- S< I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I r- 0.0. + 600-1 I ("IN. 900) I r-O.O. + 600-1 I ("IN. 900) I ~~~ti~. .'.~~;:. . ...-~~;'....." , " '....~;.... ::.;:~ ~~~k ~~~~~:\}~$.~ ":~~:~:;t.;t~ CONCRETE CRADLE SANO CO'IER CO"PACTrO TO 9811 PROCTOR DENSITY PlAIN OR REINFORCED CONCRETE ~IN. 15 tAPa DRY TRENCH 19 mm CRUSHER RUN U"ESTONE CQMPACTrO TO 98 X PROCTOR DENSITY wn TRENCH 19 mm TYPE 1 CLLIR STONE 100 , CONCRETE ENCASEMENT DETAIL CONCRETE ARCH ,. PVC WAlERMAlN .......Y NOT BE CONCRETE ENCASED. 2. CONCRffi ENCASOAENT or GRAVITY SANITARY SEWERS "UST EXTEND FROt.t PIPE JOINT TO PIPE JOINT. 3. THIS DETAIL APPUES TO PROPOSED ptPING ONLY. CL&~~ A REINFORCED As = 1.0" 4 = 4.8 RElNfORCED As = 0.4" If = 3.4 PlAIN 4- 2.8 ~O.D. + 6OO-J I ("'N. 900) I r;~;-?:;:li~:{;[00;".:;\~:;~t~ :'~'.-~":>:~ .-....;.""". r-O.D. + 6OO--j I ("'N. 900) I _~~::.-;i;;,;:,;:;?}'~';~:;;:l~W 1 SAND COVER COMPACTED TO 98" PROCTOR DENSITY SAND BEDDING AND COVER COMPACTED IN 150 mm LAYERS TO 9811 PROCTOR DENSITY ~::..:,....' .'." :'r; ~ .:-.-'-- OR'( TRENCH 19 mm CRUSHER RUN UUESTQNE COMPACTED TO 98 II PROCTOR DENSITY WIT TRFNCH 19 mm TYPE 1 CLLIR STONE N:......", '>'>\-~;'>:::~;:~:'.~:-.~ ~~:. ~._'-":~ 100 CLASS D DUCTILE IRON AND COPPER PIPE CLASS 8 CONCRETE AND CPP PIPE If = 1.9 LEGEND r-O.D. + 600--j r-O.D. + 6OO-j I ("IN. 900) I I ("IN. 900) I t~ .:::~J~:;~:,:\'0:~.'ll::f}~'fi~;- ~g8~~P~~1TY ~:,,;i::@j5f;};'~':~:~:h~if: Ttg 19 mm CRUSHER RUN UMESTONE COMPACTED TO 98 X PROCTOR DENSITY 0.0. - OUTSIDE OIAMETER OF PIPE Lf - LOAD fACTOR As = AREA or STEEL NOTES ,. BEDDING W.TERlALS SHAlL BE ruUY EXTENDED AND COMPACTED AGAINST TRENCH WALLS. BEDOING MATERIALS SHAll. BE PLACED AND COMPACTED IN 150 mm LAYERS. 2. NO MECHANICAL COt.tPACTlON EQUIPMENT SHALl BE USED ON TOP OF PIPE PRIOR TO PLACING A MINIMUM OF 300 mm COVER. 3. PIPE SHAL.l BE BEDDED TO PROPOSED UHE AND GRADE WITH UNIFORM AND CONT1NUOUS SUPPORT FROM BEDDING. BLOCKING wrTH Nf( HARD OBJECT SHALl NOT BE USED TO BRING THE PIPE TO GRADE. 4. 19 mm OIA. CRUSHER RUN UMESTONE TO MEET OPSS 1010 - GRANULAR A SPEC. - TABLE 2. 5. 19 mm lYPE 1 CLEAR STONE TO OPSS 1004, 100" CRUSHED. 6. CONCRETE TO OPSS 1350. AU DIMENSIONS IN MIWMETRES EXCEPT lMiERE NOlED. owe. DATE: 1978 03 RE\1S1ON NO.: 8 REV. DATE: 2007 04 SCALE, N. T.S. 19 mm TYPE 1 CLEAR STONE WET "I'Re<<:H DRY TMNCH PVC CLASC;: P PE AND VC PIPE SANITARY, STORM AND WATER (MAIN AND SERVICE) TRENCH BEDDING AND CONCRETE ENCASEMENT DETAILS 8-401 WORKS OEPARTlolENT 13 mm ROUND HOlE I'l1TH GROMMET 135 mm SUDE TYPE VAlVE BOX &: COVER TRACER I'l1RE EOO qlO! NO .Z ~~ "'"' EXTENSION (AS REQUIRED) 50 mm OPERA llNG NUT OPEN TO LEFT GUIDE PLATE NON-RISING STEM TRACER WIRE CONNECTED TOGETHER USNG A SPUT BOlT I 10 CONNECTOR. SPUT lloLT SHALL BE WRAPPED IN ELECTRICAL PUTTY. WA 1'ERMAIN ~ t. :.: ~:~..~. .;~f .:.; L300-J SUDE lYPE EOO qlO! NO .Z X", <", "'''' TRACER 'MRE LTENSlON STEM SHALL BE FASTENEO TO OPERATING NUT WITH 2 SET SCREWS / \ ~ \ ~ \ \ \ \ I \ I I I I At G ....:: . ::j~. .;..:. ..11.... ". ..: ... :t-. 5.4 kg ZINC ANODE SOUD CONCRETE BlOCK 150 mm x 150 mm )( 300 mm Ll50-J NOTES 1. VALVE BOX SHAU BE AOEQUAlElY BRAcm Wl-IILE BACKAWNG AND MUST REMAIN PLUMB. 2. VALVE BOX EXTENSION SHALL BE USED ONLY IF REQUIRED. 3. REFER TO "STANDARD SPEOflCATIONS FOR THE CONSTRUCTION OF WAlERMAINS" FOR PLACEMENT OF MARKER STAKES. 4. VALVE SHALL BE COIAPLEffiY BACKFILLED I'o1TH 19 mm CRUSHER RUN UMESTONE. 5. WHEN THE DEPTH OF THE OPERATING NUT IS GREATER THAN 2.0 m BELOW ANISHED GRADE AN EXTENSION STEM SHALL BE USED. 6. AU.. INUNE VALVES INSTAllED ON PVC WATERMAIN SHALL BE RESTRAINED AS PER $-433, UNLESS OTHER'tt'ISE NOTED. 7. If VALVE BOX IS LOCATED IN A GRAVEl AREA. A 1.0 m )( 1.0 m x 50 rnm ASPHAlT COllAR SHAU BE INSTAUED. a TRACER WIRE COATED. 7 STRAND, 12 GUAGE TW75, TWU75 OR RW90XlPE v.1RE RATED AT MINUS 40' C. 9. TRACER WIRE SHAll BE INSTAllED OUTSIDE VALVE BOX AND BROUGHT INTO UPPER SECTION THROUGH 13 mm ROUND HOLE AND SHALL BE MINIMUM 450 mm IN LENGTH. 10. TRACER WIRE SHALL BE INSTALLED IN ALL P.V.C. AND C.P.P. MAIN UHE VALVE. BOXES. 11. CATHODIC PROTECTION, BONDING CABlE AND TRACER WIRE SHALl BE /4S PER $-435, $-439. I I I I I I I I I I I I I I I I ALL DIMENSIONS IN MIWMETRES EXCEPT WHERE NOTED. I D~. DATE: 1991 11 REVISION NO.: 15 REV. DATE: 2007 04- SCALE: N.T.S. 100 mm TO 400 mm GATE VALVE, VALVE BOX AND TRACER WIRE ARRANGEMENT FOR PVC OR CPP WATERMAIN WORKS DEPARn.tENT 8-408 I I I I I I I I I I I I I I I I I I I I I WRAP lRACER WIRE ONCE AROUNO HYDRANT BARREl. TRACER WIRE COATED 7 STRANO 12 GAUGE 1W7S. lWU7S OR RW 90 XLPE WIRE RATED AT MINUS 4O"C 19 mm CRUSHER RUN UI~ESTONE COMPACTED TO 98X PROCTOR DENSIlY CONCRETE BLOCK 200 x 200 x JOO 1.1 WORKS llEPARlloIENT 'l. H'/DRANT ATTACH TRACE WIRE UP THROUGH SPUT RING ANO FASTEN TO HYDRANT FlANGE BOLT ~~ ~~ l. ADJUSTABLE VAlVE BOX SHAlL BE SET FLUSH WITH FlNISHEO GRACE Iii... O~ 'l!e> ;;;0 m~ 0% IL ... ..... of .... TRACER WIRES CONNECTED TOGETHER USING A SPUT BOLT , 10 CONNECTOR SPLIT BOLT SHAll BE WRAPPED IN ELECTRICAL PUnY 150 mm GATE V&VE 150 mm PVC PIPE , I , I , I NOTES JOINTS SHALl BE MECHANICALlY RESTRAINED AS PER $--4-33 CONCRETE BlOCK MIN. 1000 150 x 150 x 300 19 mm CRUSHER RUN UlAESTONE COt.lPACTEO T098XPROCTOR DENSITY OR AS PER t.lUNICIPAl STANOARO CROSS-SECTION MIN. 1500 1. JOINTS SHAL.l. BE UECHANICAULY RESTRAINED. 2. BEDDING AS PER $-401. 3. HYDRANT EXTENSIONS SHAlL BE INSTALlED AT BOTTOM OF BARREL 4. ANCHOR TEE. VAlVE &: HYDRANT SHAll BE COMPlETELY BACKFlUEO WITH 19 mm CRUSHER RUN UMESTONE. 5. IF HYDRANT REQUIRES ACCESS ACROSS DITCH, INSTAl.lA.TlON SHALL BE AS PER S-428. 6. TRACER WIRE COATED. 7 STRAND. 12 GAUGE 1W75, 1WU75 OR RW 90 XLPE WIRE RATED AT MINUS we. 7. TRACER WIRE SHAll BE lNSTAllED AT ALL HYDRANT LOCATIONS. 8. CAlHOOlC PROTECTlON. BONDING CABlE AND TRACER WIRE SHALl BE AS PER 5-435. 5-439. All OIMENSIONS IN t.lIWt.lETRES EXCEPT WHERE NOTEO. OWG. OA TE, 1978 03 RE'v1S1ON NO.: 12 REV. DATE: 2007 04 SCAlE: N. T.5. HYDRANT ASSEMBLY WITH MECHANICALLY RESTRAINED JOINTS 8-409 SADDLE WORKS IlEPARlMENT VAlVE SHAlL BE OPERATED fJ'( REGKlNAl PERSONNEL ONLY PROPOSED WATIRt.lAIN MIN. 60D MIN. 600 PROPOSED AND EXISTING WATERt.lAIN SHAlL BE TAPPED USING SERVICE SADOL.E 19 mm WJN STOP SHALl BE REMOVED AND REPlACED WrTH A 19 mm BRASS PWG AFTER TESTlNC HAS BEEN COMPL.ETID ~I .. FLOW COPPER COt.tPRESSION JOINT TO MAlE I.P.T. COUPUNC EXISTING WATERt.tAlN 19 mm TYPE -e<" COPPER 19 mm BACKFLOW PREVENTER 19 mm CURB STOP MAY BE OPERATED fJ'( THE CONTRACTOR ALL DIMENSIONS IN MIWMETRES EXCEPT \\HERE NOTED. OWG. DATE: 1982 03 REVISION NO., 5 REV. DATE: 2005 05 mm TEST POINT BY-PASS SCALE, N.T.5o 8-429 NOTES ,. TRENCH SHAll BE LEfT OPEN AND FENCED IN ACCORDANCE WITH SAFETY REGULATIONS. 2. fNSULAll0N OF WATERMAlN BY-PASS REQUIRED DURING FREEZING CONDmDN5. 19 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I RESlR.'lNED JOINT DErAIl AS PER S-433 ItRENCH WIDTH I ~~~ON~R~W~ ~~~~.~'~:' '<: -~ TO 98 ~ or PROCTOR I . ...< ,;:.... 0.0. DENSITY. ~ ~~/....O_.;:-;.: ~ ' .. ,.... ~IN. 300 75 HORIZONTAL DEFLECTION SECTION A-A RESTRAINED JOINT DETAIL /is PER $-433 19 mm CRUSHER RUN UMESTONE COMPACTED TO 98 ~ OF PROCTOR DENSITY SEE BAB~ '. I TRENCH WlOTH I -L. '<':':-~:" .;:.~ ::'". 150 .'.'. ......'~ :::~.:'~; :.~'~:.{::' * 19 mm CRUSHER RUN U~ESTONE C~PACTEO T098%Of PROCTOR DENSITY '. CLEIIR STONE FOUNDATION AS REQUIRED SEE NOTE 3 , SECTION 8-8 DOWNWARD THRUST VERTICAL DEFLECTION I TRENCH WIDTH I "'>';;";":.~O ...,.... ,. ..,.... "IN ;.~4~." :'::;;' M. ........ '0 .:','" 0.0. ~;~~.:._... ,..'T~' SECTION C-C UPWARD THRUST TABLE NO. 1 MINIMUM DIUENSION FOR GRANULAR THRUST BLOCKS PIPE DIAt.IETER (mm) 100&:150 200 300 4-00 NOTES OEFL ANGLE 1. AU.. JOINTS ENCOUNTERED WITHIN THE SPEClFlED RESTRAINING lENG1H "L- SHALL BE RESTRNNED ON EACH SIDE OF THE RmNG. 2. GRANUlAR THRUST BLOCKS SHALL BE fULLY EXTENDED AND COMPACTED AGAINST TRENCH WAlLS. 3. IF THE BEARING CAPACITY OF TRENCH 8ED RESlsnNG DOWNWARD THRUST IS lESS THAN 100 KN/m2, CLEIIR STONE FOUNDATION SHALL BE PROVIDED JS DIRECTED BY THE ENGINEER. 4. WHEN FITIINGS ARE PART\Al..LY OR ruu.y EXPOSEO UNDER PRESSURE. ALL JOINTS ~UST BE RESTRAINED. 5. ALL FITTING JOINTS SHALL BE RESTRAINED IN EARTH nu. APPUCATlONS. JOINT RESTRAINTS ARE NOT REQUIRED FOR STRAIGHT RUNS IN ENGINEERED FlLL APPUCATJONS. 6. CAlHODlC PROTECTION, BONDING CABLE AND TRACER WIRE SHALL BE /IS PER $-435, $-439. 11.25' 22.5' 45' 90" TABLE "L" MINIMUM RESTRAINING VERTICAL DEFLECTION DOWNWARD THRUST UPWARD THRUST PIPE OIA. (mm) 11.25" 22$ 450 100&150 1.5 2.6 4.9 200 2.0 3.7 6.3 JOO 2.6 5.2 400 3.6 6.7 t 1.25' 22.5" 4.9 6.3 400 400 450 600 soo SOO 550 700 700 700 750 950 600 600 650 850 NO.2 LENGTH (m) HORIZONTAl OEFl..ECTION 45' 11.25' 22.5' 45' 90" 8.1 10.5 7.5 9.6 10.1 1.5 13.1 2.0 2.8 3.7 4.9 6.3 9.0 8.8 13.4 16.3 2.8 5.2 9.0 14.9 t 1.6 11.2 17.2 23.7 3.6 6.7 t 1.6 19.3 AU. DIMENSIONS IN MIWMEiRES EXCEPT Yt1-IERE NOTED DWG. DA IT: 1991 11 REVlSlON NO., 5 REV. DATE: 2006 04 SCALE: N. T.S. JOINT RESTRAINING LENGTH FOR PVC PIPE (IN COMBINATION WITH GRANULAR THRUST BLOCK) WORKS DEPAR'IMENT 8-431 UNaSTURBED GROUND ~ !E :J: o Q I!' GRANUlAA THRUST BlOCK 19 mm CRUSHER RUN UIlESTONE COIAPACTED TO 9B :II: PROCTOR 00ISI1Y. MECHANICAL JOINT CI>P 0'; on- -~ GRANUlAA THRUST BLOCK 19 mm CRUSHER RUN UMESTONE COMPACTED TO 98 :II: PROCTOR DENSITY. .,,' ...""......... ........ .0. JOO I I 3001 I I I I I JOO I 0.0. 300 I I ELEVATION DEAD ENDS ,.. RESTRAINED TEE TRENCH WIDTH WHERE PIPE IS lWO SIZES lARGER OR MORE TO REDUCED PIPE. i.e. 300 ., TO 150 tl 200 ., TO 100 . PLAN RESTRAINED REDUCER "L" U~RBED GROUND GRANUlAR THRUST BlOCK 19 mm CRUSHER RUN UMESTONE COMPACTED TO 98 :II: PROCTOR DENSITY. ELEVATION PLAN PLUGGED CROSS NOTES 1. AlL JOINlS ENCOUNTERED WITHIN THE SPECIFlED RESTRAINING lENGTH -L. SHAll BE RESTRAINED FROU THE FlRST JOINT ON FlTTlNG. 2. GRANUlAR Tl-lRUST BLOCKS SHALL BE FULLY EXTENDED AND COMPACTED AGAINST TRENCH WAI.15. If TRENCH WALl ARE SATURATED OR DISTURBED. SPECIAl DESIGN DETAILS OF THRUST RESTRAJNT SHAlL BE PROVIDED BY THE ENGINEER FOR REVIEW BY THE REGION. 3. GRANULAR THRUST BLOCKS SHALL BE ENCLOSED WITH FILTER fABRIC If GROUNO WATER TABLE IS ABOVE THE TRENCH BED OR IF GROUND WATER IS SEEPING THROUGH TRENCH WAlLS. lEi I I 'MlRKS DEPARTMENT THRUST BLOCK FOR PVC WATERMAINS FOR HYDRANT RUNOUTS, TEES AND DEAD ENDS ALL DIMENSIONS IN M'WMETRES EXCEPT WHERE NOTED. I DWO. DATE, 1991 11 REVISION NO.: 9 REV. DATE, 2007 04 SCAlE: N.T.S. PIPE '"L. lAIN. RESTRAINING DIA. LENGTH (m) 100&:150 15.2 200 19.6 300 27.7 400 36.3 I 4. WHEN FlTTlNGS ARE PARTlALL Y OR fULLY EXPOSED UNDER PRESSURE. ALL JOINTS MUST BE RESTRAINED. 5. AlL FlTTlNG JOINlS SHAlL BE RESTRAINED IN EARTH FlLL APPUCATlONS. 6. CATHODIC PROTECTION, BONDING CABLE AND TRACER WIRE SHAll BE AS PER 5-4.35, $-439. 7. ALL SIDES SHAll BE RESTRAINED FOR IN UNE TEES. 8. JOINT RESTRAINTS ARE NOT REQUIRED fOR STRAIGHT RUNS IN ENGINEERED FlLl APPUCATIONS. I I 8-433 I I I I I I I I I I I I I I I I I I I I ")} J ~~))1 ~&~~ )) ~ ~,~ 5'.~P ~ p )) ~~ J ~~ ~.;Jo r#fl~~/\" ~J st". . . / / #c .~ 5p C( ~ ~ ...J1t 5iJ"'" ~ ..,1:& 5iJ"" ~ /' ~~~ v ~ i ~~~ i ...<JV~~~.~ ~ J J 'f$.""....L~ .;Jo eaP~j ~ . /L ~ ( V'" ,ptf?)),O '((. ~Gfr€?~~)). J .~~. ((~~." /)) )5f' ~. ~1! 6 J /1) ~ ~Jt ~ ,..5 ~~~~)/ ~~~ '/I~1f.'" ~ ZIti- ~:> ~.~~ ~. pr' Z~ ~~ b ?\ '\.; ///~~ ~ ~ Gfr€ ",'" /}) ~~ /!tJ!> NOTES ~~Jlf .;Jo 1. ANODE SHAll BE PlACED AT lEAST 1.0 m AWAY FROM THE WATER SYSTEI.I APPURTENANCES AND J>S DEEP J>S THE BOrrOW OF THE APPURTENANCES. MINIMUM DISTANCE BETWEEN ANODES StW..l BE 1.0 m. 2. AlL BONDING AND ANOOE CABLE CONNECTIONS SHAll BE THERMfTE WELDED. AI..L THERMITE WElD CONNECTIONS SHAll BE COATED WITH AN APPROVED COATING MATERIAL 3. BONDING CABlE SHALL BE NO.6. SEVEN STRAND COATED COPPER WIRE, CADWElOEO TO F1TTINGS. 4. 5.4 kg ZINC ANODE SHALL BE SUPPlIED ANO INSTAllID IN A MANNER APPROVED BY THE REGION fOR EVERY 1000 m Of lAACER WIRE INSTALLED. 5. MAGNESIUM ANODE CABLES SHAll. BE BLUE AND ZINC ANODE CABlES SHAll BE WHITE. 6. ONE 5.4kg ZINC ANODE SHAll BE INSTAlLED ON EACH RE~NER. CATHODIC PROTECTION / BONDING CABLE / TRACER WIRE FOR PVC AND CPP WATERMAIN SYSTEMS ALL DIMENSIONS IN MIWMElRES EXCEPT 'MiERE NOTED. owe. OA TE: 1981 04 REVISION NO.: 6 REV. OA 1E: 2005 05 SCALEo N.T.S. 8-435 6. 40mm I.D. STANDARD STEEL RAIL ABOVE GRADE TO BE PAINTED YELLOW ENAMEL o en " 21 'A' I I I I I I I I I I I I I I I ;1 g ~ ~I . \ ~ , \ \ 1. 8m CH AIN LINK FENCE-" PER C-501(1.8m/1 ,2m CHAIN LINK FENCE) TYP, (PER ADDENDUM No,l) I' 'v 3000 I' 3000 o o o I U1 " , ;1 u ! <: ! Ct: L ASPH 0 e- WALKWAY 7 0 0 >- "' <: / '" =' / <: I Ct: 2000 o ~ o 1 FOR R/\IL DETAILS SEE OPSD 98D 101 PLAN o AJ NOTES 2 FOR FOOTING DETAILS SEE OFSD 972130 3. STEEL SLEEVE (IN ALL FOOTINGS) TO BE 6mm THICKNESS WITH 1.0. 10mm GREATER THAN FIPE 0.0 200 II 3000 ASPH. WALKW.A Y 1600 "1'600 200 4 SLEEVE TO BE 100mm ABOVE FINISHED PATH ELEVATION (LEFT) & FLUSH RIGHT. 5. OUTSIOE SLEEVE/PIPE TO BE BOLTED & LOCKED, BOLT TO BE 75mm CLEAR 0 TO PATH ELEVATION. en en ~ 50mm ASPHALT o o en ~I N,TS PRORLE - SECTION A ~~ 8rcnltec1:. planners 513 DivisionSlreet CObourg,Ontario "A"" TEL 905-372.2121 FAX 905-372-3621 E-mail cobourg@lsh<:a WWW.Is/l.C3 MEARNS A VENUE AND CONCESSION ROAD 3 RECONSTRUCTION CONTRACT CL2008-12 Detail - Maze Barrier and Chain Link Fence DATE APRIL 200B TSH-1 rn . ;1 , ~I DROJECT No. 12-29602/12-29689 OWG.No' I I I I I I I I M~RK NORTH SIDE OF TREE IN NURSERY; ROTATE TREE TO FACE NORTH ON SITE UNLESS DIRECTED OTHERWISE BY LANDSCAPE ARCHITECT I I I I I . MINIMUM ZX DIAMETER OF ROOT BAll ..., I I I-J.TS CONIFEROUS TREE I I I NTS I ~TIH engineer. architects planner. I DO NOT CUT OR DAMAGE LEADER PRUNE ONLY INJURED OR DEAD BRANCHES RETA.IN NATURAL SHAPE ! STEfL TSARS (40 X 40 X 5 X 2400) OR ACCEPTABLE WOODEN SUBSTITUTE. PLACE STAKE ON SIDE or PREVAILING WIND NOTE: USE 3 STAKES WHEN TREE IS OVER 24m IN HEIGHT TREE TIE TO BE FASTENED AROUND THE TREE IN A FIGURE EIGHT, TREE TIE SHALL BE MIN. 25mm WIDE AND OF ". MATERIAL THAT WILL NOT DAMAGE BARK AND WILL REMAIN SOFT AND PLIABLE UNDER ALL WEATHER CONDITIONS IWHERE GUYW1RES WILL NOT INTERFERE WITH MAINTENANCE EQUIPMENT OR PEDESTRIANS, STAKE USING 3 GUYWIRES AT 120"' SECURED TO 30 X 50 X 450mm WOOD ANCHORS. BASE OF TREE TO BE FLUSH WITH GRADE OR 75mm ABOVE fiNISHED GRADE IN POORLY DRAINED SOILS TRUNK FLARE MUST BE VISIBLE DO NOT COVER TOP OF ROOT BALL WITH SOIL ' lOOmm COMPRESSED LAYER OF SPECIFIED MULCH, KEPT BACK 150mm FROM TRUNK CONSTRUCT 100mm HIGH TOPSOIL SAUCER 1:1 SLOPE ON SIDES OF PLANTING HOLE. OF PLANTING PIT CUTA,ND REMOVE ALL TWINE, ROPE. WIRE AND BURLAP FROM TOP HALF OF RDOT BALL AROUND PLANTING PIT. SCARIFY EDGES AND BOTTOM BACKfiLL WITH EXISTING SOIL MIXED 2,1 WITH TOPSOIL OR TRIPLEMIX FIRMLY COMPACT OR WArER SOIL r~~ 150mm LAYERS TO ElIM:NATE AIR POCKETS AND PREVENT SEnlE~1ENT THOROUGHLY SOAK PIT WITH WATER IN NEXT TO LAST LAYER PLACE ROOT BALL ON UN[XCAVATED OR THOROUGHLY I COMPACTED SOIL WATER THDROUCHL Y AFTER PLANTING PLANTING DETAIL 513DivisionSlreet Cobourg. Ontario "A SO<> TEL: 905-372,2121 FAX 905-372-3621 E-maitcobourg@lsh.ca www.tsh.ca MEARNS A VENUE AND CONCESSION ROAD 3 RECONSTRUCTION CONTRACT Cl2008-12 Detail - Coniferous Tree Planting Detail DATE APRil 2008 DROJECT No 12- 29602/12-29689 DWG.No. TSH-2 CONSTRUCT 100mm HIGH TOPSOIL SAUCER 1:1 SLOPE ON SIDES OF PLANTING HOLE BOTTOM OF PLANTING PIT CUT AND REMOVE ALL TWINE. ROPE, WIRE AND BURLAP FROM TOP HALF OF ROOT BALL AROUND TREE BASE SCARIFY EDGES AND DO NOT CUT OR DAMAGE LEADER PRUNE ONLY INJURED OR DEAD BRANCHES. RETAIN NATURAL SHAPE MARK NORTH SIDE OF TREE IN NURSERY; ROTATE TREE 10 FACE NORTH ON SIlE UNLESS DIRECTED OTHERWISE BY LANDSCAPE ARCHITECT REMOVE TRUNK WRAP ArTER PLANTING STEEL 'T' BAR (40 X 40 X 5 X 2400) OR ACCEPTABLE WOODEN SUBSTITUTE. PLACE STAKE ON SIDE OF PREVAILING WINO. TREES UNDER 70mm CALIPER REQUIRE 2 STAKES, TREES 70mm CALIPER AND OVER REQUIRE 3 STAKES. ENSURE STAKES ARE NOT DRIVEN THROUGH ROOT BALL TREE TIE TO BE FASTENED AROUND THE TREE IN A FIGURE EIGHT TREE TIE SHALL BE MIN. 25mm WIDE AND OF A MATERIAL THAT . WILL REMAIN SOFT AND PLIABLE UNDER ALL WEATHER CONOIllONS WHilE CORRUGATED PVC PIPE RODENT GUARD SOmm BELOW GRADE TO 500mm ABOVE BASE OF TREE TO BE FLUSH WITH GRADE OR 75mm ABOVE FINISHED GRI>.DE IN POORLY DRAINED SOILS. TRUNK FLARE MUST BE VISIBLE, DO NOT COVER TOP OF ROOT BALL WITH SOIL 100mm COMPRESSED LAYER OF SPECIFIED MULCH. KEPT BACK 50mm FROM TRUNK I BACKFILl. WITH EXISTING SOIL MIXED 2:1 WITH TOPSOIl. FIRMLY COMP,ACT OR WATER SOIL IN 150mm LAYERS TO ELIMINATE AIR POCKETS AND PREVENT SETTLEMENT THOROUGHLY SOAK PIT WITH WATER IN NEXT TO LAST LAYER PLACE ROOT BALL ON UNEXCAVATED OR THOROUGHI~Y COMPACTED SOIL I MINIMUM 2X DIA.METER OF ROOT BALL WATER THOROUGHL YAFTER PLANTING I I DECIDUOUS TREE PLANTING DETAIL I N.TS I I N.TS liJ!:!!! architect. planner. 5130<visionStreel CoboYrg.Ontario K9A 5G6 TEL 91J5..372-2121 FAX !}()5.372-3621 E-ma~ cobou'V@lsh,ca WWW.lsh.ca MEARNS A VENUE AND CONCESSION ROAD 3 RECONSTRUCTION CONTRACT CL200B-12 Detail - Deciduous Tree Planting Detail OATE APRIL 2008 I DROJECT No 12-29602/12-29689 TSH-3 I owe flt): I 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. CL2008-12 GEOTECHNICAL INVESTIGATION I I I I I I I I I I I I. I I. I: I; I: I: II , , Ref. No, 5263-8-1 I , ; \ : j- ~ C' Rd 3 I ! t BH21 on~on . Jf;l17 ~ : ' '-~-~;~rs$;:-~ BH16 l' E?)1: ~I I ,! () ; I ; i 0. II I. II, 11 BH15 .r . I ' , I. " J : L--..; :::>-,-! '__' ~ '----' ,iP2\\~ ...Q I BH14 I" <V' ~~I' ~' ~.l ~~~. //- ,r--, I 10" I' I '1,1..-/ 1-::- II, . / -" ~ 'I I' i!\ II ~\JLJIH1 II f 'I ! II . II . I I j \ BH9 I; l i i ) -; ; I -'11 ~J : ! ~- ' I . I' - ',- .....:; I en :'II : ! -" , __ i :::::-- L !l15 j!~ --~--I Q.) ~ .\..~~ !~ I.~~ 't"'~ i: ~~ /) 11 ~~ V. ,/' -!k ~~~ ~r,~ <nl E; gs~ :::2:( BOREHOLE LOCATION PLAN NOT TO SCALE Enclosure 1 ~ \ & . "-t--/ ( \ , , \ J I \ 1 \~~ ~ ~ I 1 1 1 I I 1 I I I I I I I I: I: I: I: I~ Reference No : .5263-8-1 Client: i\lunkip.dit.v ofClarinJ!lon c/o TSII Borehole No: 1 Project: Iloltd Rcconstrudion Location :\'ICllrnS A't"eJCon Rd J, Rownutnville. ():\I Datum Ele\'ation : SlIBSlJRFACE PROFILE s I ~ s ! I gj ~ 0 i Ground Surf3ce i l ASPHAL T I Jl\ 190 mm) _, GRANULAR FILL ~. 1325 mm) ~ I i III I 1 I i .1.5! i ----; , I 1 ! 2~ I : I ] FILL .. " '..Q ~ S ~ ;:; ~ I I,: 6:'" 'If.. 1J~ ,. 0: 2 S.ilndy cia}', some silt. hrown. moil't to I 0 wet 3 I , .;nd of Borehole i ~ 3-' ~ , , , , 1 I -i I .J 4- ~ SAMPLE " . ~ E = z .1 = . " Co ,. ~ i Standard Ptnetration Blows/JOOmm 20 40 60 8,0100 Enclosure No : 2 Method : AIl~CI' Diameter: 110mm Water % Plastic Limit i Liquid Limit 10 20 30 40 . V.A. WOOD ASSOCIATES LIMITED AS AS AS I I i I Date: Ft'bruaJ'y 29. 20ftS Remarks BlIrehole uprn and dl")' on co~pldil)n Disk No : Sheet: J of I I I. Rdutnce No : 5263-8-1 Borehole No . 3 Enclosure No : .4 . Client: Municipality of Cia ring ton c/oTS11 Project: Road Reconstruction Method: AUf!:u Location: Menros AveJCon H.d J, Howmanville. O~ Diameter: 110mm Datum Elevation: Date: lieb291"'htrl9. 2008 SUBSURFACE PROFILE SAMPLE \ 51 1 Standard Water % ; i E I - . Penetration Plastic Limit Remarks '0 . , = I ~ ~ "' BlowsJ300mm liquid Limit ~ - "' . 5 . ;; > Co 5 .. Co ;> 2040 60 8~IOO 10 20 30 40 -" . ~ ~ , ~ i '" Q '" Z .... -Yo Grnul1d Surface ASPHALT ~ 1 \ I\OOmm' I AS . \ GRANULAR FILL /w-l> I 1300 mm' I I 2 SS 15 0 I- I I I FILL I , 3 SS 22 0 I I Ol1!anic stained silty sand. 1r3(:C gravel, . I 2- organics. grey. moist to wet, compact ] I I , 4 SS 26 0 I ~. MI\&l 3- CLA YEY SILT . 5 SS 5 ) . , Firm. tract o~anics. organic lKiour. I greenish grey. wet cll"cd in ~It J.7 m i ~4 VARVED CLA Y AND SILT ~ I I I Firm to stiff. interbedded day and silt. I occasional fine Sltnd. brown tben grey. . moist 6 S5 9 P i '1 brown ~ , - I gny ! 6-1 ~ - p . 7 SS 6 1-6.55 , ~ , rnl! or Hnrehlllt' : : - ! 7- i I ! : i i i I V.A. WOOD ASSOCIATES LIMITED Disk No: Shed: I of I I I I I I I I I I I I I I I !. ! . I I. I I (, to"?" I rot I I I 1 I I I 1 I I I I, I I. I. I; I: I' I~ ., Reference No : 5263-8-1 Borehole No : 2 Enclosure No: j Client: 1\'lunidp:ditl or C1arington c/n TSII Project: Road Reconstruction Method: .\ugcr Location: 1\.learns AvcJCon H.d 3, Rowm..m'iIIc. O'i Diameter: 11 Omm Datum Elevation: Date: Fcb29/!\'larI9, Z008 SlIBSlIRFACE PROFILE SAMPLE E I .1 ' Standard W~ter % I c I E . . Penetration I Plastic Limit Remarks ,~ . . BlowsIJOOm m Liquid Limit .. ~ '" . .. > C. E .. E c. ,. . . . .. 20406,080100 10 20 3fl ol}l C;; .. ,. Z Q '" ~ Z ... --L Ground Surface I 0 ASPHALT 1.425 1\ . (IOOmml .. I AS o;-..~: - GRANULAR FILL \ _(325 mm 1 / , ;.. 2 S5 IS 0 I- FILL ~ " I I -l Organic stained silty sand. trace ~r.n'cl. Q , -j organics. ~rey. moist. compact J 55 12 0 -ui 2 r-- -j ! clu.cd in 4lt 2.2 m I ~ 15S I -I 4 13 0 . I 3~ VARVED CLA Y AND SIL T ~ I Stiff 10 very stiff, interbedded clay and I . silt, occasional tine ~nd, bmwn then 5 55 20 0 I . grey. moist . 81 -4 - 4 V; - ~ . ~ 6 55 3 P . 5- CLAY ~ Soft, trace gr.lvel. grc}' :% wet ~ 6~ % /':: 7 S5 J ) I ~(I.SS J /~ I r-- I ! F nd llf Uoreholt : - ij i I , i i V.A. WOOD ASSOCIATES LIMITED Disk No: Shltet: I of I I t r Rde.-cnce No : 5263-8-1 Borehole No . 4 Enclosure No : 5 . Client: Municip.tlity ofClarin~ton c/o TSII Project: Road Ilcconstruction Method : .\~cr Loution: Mcuns Ave.lCon H:d J, Uowman\'iIIe. 0:'1/ Diameter: 110mm Datum Elevation: Date: February 29. 2008 SUBSURFACE PROFILE SAMPLE I E J Standard Water % I c " . Penetration Plastic Limit Remarks .~ il "0 " . , Blows/JOOmm Liquid Limit ;; ~ . ~ . ;; > E ;; E Co ;> . , " 2,0 4~ 60 80100 10 20 30 40 ;;:; " ~ i '" Z f-o ....!!- o ' Ground Surface , I J, ASPHALT . fIIHlmml I - Borthole "lien and l *".( GRANULAR FILL I AS dr)" un CO!'llllction ~ -4.. 1300 mml I .~ ~ I ;> ~ FILL I Il '" , 2 55 20 0 . I Mixed ~.-avclly slIInd and o~anic Q I stained sandy silt. trace asphalt ~ i ~ fragments at the bottom, mixed brown I and ~rey. moist, complllct to dense I 1 d 3 5S 53 0 J \ End ()f Borehole I I 2- . . I I I I I 31 I ~ , I j I I I ! I , , 4- I , : ; I : I V.A. WOOD ASSOCIATES LIMITED Disk No: Sheet: 1 of 1 I I I I I I I I I I I I I ,> I ,. !! , to I f! , II I I I. " I H I I I I I I I I I I I I I I I: I: I: I: I~ Reference No: 5263-8-1 Borehole No: 5 Enclosure No: 6 Client: 1\lunicipality ufClarington do '1'511 Project; Road Recnnstructioo Mdhod : .Auger Location: Mearns AveJeoo Rd J, Bownlllnvillc, ON Diameter: IIOmm Datum Elevation : Date: ficbruar:r IS, 200S SlIBSlIRFACE PROFILE SAMPLE E Standard Water ./0 = E , . Penetration Plastic Limit Remarks .g "0 , . " BlowslJOOmm Liquid Limit . .c ~ . ~ . ;;1 ,. 0. E ;; E Co , . . 20 40 60 80100 10 20 30 40 iil . >. ~ >. Z Q '" z f- ~ i Ground Sunltcc I -O.J() 0 \. ASPHAL T (60mm) ~ 1 SS 33 0 Horeholc open and I \ GRANULAR FILL J dry un completion 1- 2 SS 11 b FILL 1 j 3 SS IJ 0 I i 21 "lixcd Slomd. silt, ~ravcl and topsoil. greyish hrown, moist. l'ompal't 4 SS IJ 0 19'1 SANDY SIL T TILL 5 5S 9 ~ J Compact, trace fine J{ravcl. brown, ;,. iron oxide stains. moist ~4~ '" a Q VARVED CLAY AND SILT P . -1 Stiff. interbedded clay and silt and ~ 6 SS 11 5.... j occasional tine sand, brown. moist ~5.5 - ~ CLA YEY SILT TILL 6- ,~ Very stifTto hanl, trace tine to , 7 5S II :) medium grnvel, Krey, moist -8.05 J 8 5S 39 0 - End of Uon:hole , 9~ i I " , . ,10-; i 1 i I i , I i i , V.A. WOOD ASSOCIATES LIMITED DiskNo: Shed: 10ft I Ref~Rn(:C No : 5263-H-1 Borehole No . 6 Enclosure No : 7 . Client: :\. uniciplIlity of Clarin~ton do TSII Project: Road Rccnnstrudion Mdhod : Au:?:cr Loution: Mearns An.lCon Kd J. HownulO\'iIIe. o;~ Diameter: IlUmm Datum Elevation: Date: "'ebrulIry 15.20118 SURS1'RFACE PROFILE SAMPLE I I 5 I I Standard Water % = ~I Penetration I Plastic Limit , Remarks I - . , ..@ "0 - . . BlowslJOOmm I Liquid Limit ~ i '" '" .. ~ 5 . ,. I Co ' E ~ Co > ~ ~ , ,., . ,., 20 4!' 60 80\00 \0 20 J~ 4,0 i;j "'I '" ;l: z !- i. ~ 0 (;round Surface 1'1'1. ASPHALT (60mm) ",',. A GRANULAR FILL ......:... \ AS Borehole ollen and I I dr,., on CO~I)lction I 1 i FILL I 1- Mainly topsoil. trace S:.Ind. black, 2 5S 8 J I loose P-i i i HI I , ~ FILL ) I , I J SS 4 i , 1 Organic stained sand)' clay, ~rcyish ~ 2~ hruwn. moist. loose ',:': 4 a , J I ;.. b i J 4 SS 9 ! a '" , , VARVED eLA Y AND SILT '" I I 34 I J Stiff. inter-bedded clay and silt. ~ 5 b I I 55 9 i , b row At moist ~ I I - I I -,' 1 -' 4~ ~ eLA YEY SIL T TILL Very stiff, trace fine to medium gravel, brown. moist 6 SS 24 0 i 5 I End or Borehole i 1 I J I 6J , I I ~ I ~ 1 I , , ! ! ~ , - : 7~ i I I 1 i i i V.A. WOOD ASSOCIATES LIMITED DiskNo: Shed: I of 1 I I I I I I I I I I I I I I I I I I I I Reference No: 5263-8-1 Borehole No : 7 Enclosure No : 8 Client: Mnoidp:dity of CI~rington c/o TSII Project: Road Reconstruction Method : Au~c=r Location: 1\lenrns :\ve.lCon Kd J. Rowman\'iIIe, O:'lj Diameter: IlOmm Datum Elevatioo : Dafe: Fchrua~' 15. 20UM SUBSURFACE PROFILE SAMPLE E I I] i Standard Water % c E " . Penetration Plastic:: Limit Remarks .~ . , :; I .c " .c .. Blows1300mm liquid Limit Il . ~ C. E = E Co ;. . . ,., , ,., 2,04,060 llfllflO 10 20 3!l 40 iii Q '" ~ Z ... Z I -.!!...... 0 (;round Surf4lce . \. ASPHAL T (60mm) :/1- I'"'" i . GRANULAR FILL -I 1 AS Uorehole OI)eD ltnd . . dr")" on completion 1- 2 SS II J FILL I -I \Iixed sand. silt and gr..vcl. brown, .' wet, loose to compact J d 2~ m 3 SS 9 j IT .... ;.. 4 SS 4 P ~ IT '" i , Q 3] IT :)1 FILL "-.. 5 SS 9 , Mixed sllnd. silt and topsoil, trace IT , I 4j ~ravel. mixcd hrown and grey. moist. loose to nry loose ~ II I "--.. , IT ..... l( . 6 SS Ll ...2.... 5 I End of Borehole ~ 6~ ~ l , , - , 7- i : I , , I I V.A. WOOD ASSOCIATES LIMITED Disk No: Sh~et: I of I I I I I I I I I I I I I I I I I I I Reference No: 5263-8-1 Borehole No :8 Enclosure No : 9 I Client: Municipality of Cia ring ton eJo TSII Project: ROlld Reconstruction Method : Au~cr I Location: Mearns Ave.lCon Rd 3. Bownuln,'ilIc. ON Diameter: (tOmm Datum Elevation: Date: "'ebrual")' 25. 2UO~ I . SllBSURFACE PROFILE SAMPLE e I] Standard Water % = e - u Penetration Plastic Limit Remarks .: - u . BlowsIJOOmm Liquid Limit 'ii .;; ... .. :! e u ,. c- o Co > u << . 204060 8OIl!O 10 20 30 40 ;;j 01 >> ~ >> Z '" z I- ~ 0 Cround Surfact' - r-. ASPHAL T (75 mm) ~. GRANULAR FILL O:'r;: 1 AS Borehole fllu:n and I i' dr}' on compldion I I~ m 2 SS 7 ) . , I 1 I l I ~ 3 SS 4 ) I FILL I 2- ~ I Clayey silt till fill al the "Pller ~ portion. cla)'cy sand with scams of '" I topsoil al the buttom . Inet organics. 4 SS 19 0 . ~ I J loose then compact CO I 3~ " b I 5 SS 10 ~ .' ~ I 4 j CLA YEY SIL T TILL I Stiff to vcry stiff. Inlce fine gravel. 6 SS 14 0 '] brown, moist . --=2.... End of Borehole I I ! I 61 I i i 1 I -i I I , I I - 7--: I , I . I Jl.A. WOOD ASSOCIATES LIMITED Disk No: Shut: 1 of 1 I I I I I I I I I I I I ,I , ' I t' I t. I rI-" I I Reference No : S263-8-1 Borehole No : 9 Enclosure No: 10 Client: 'hnicipality OrClllrinl:::ton c/o TSII I Project: Road Reconstructinn Method : .\u~u Location: Mearns .\nJCon Rd J. Bowman,,'iIIe. ON Diameter: 110mm I Datum Elevation: Date: Februltry 25, ZOn8 I SUBSURFACE PROFILE SAMPLE e I 1- Standard Water-Jo = e I . . Penetration Plastic Limit Remar-ks .s . , .. -=1 0 . .Q Blowsl300mm Liq uid Limit .Q . . .. > e .. e c. 0> . c. . , 20 40 60 8,01?0 10 20 3,0 4,0 :;; . ! ,., ;$ ,., i. c '" z ... " I o j Ground Surface M ..;, ASPHAL T (75mm) ., .. AS GRANULAR FILL ....;. I . Borehole f)I,en and -0.5 - - dry on completion 1~ 2 SS 37 0 4 FILL ..I I I -! ,'Vlixcd organic stained sandy silt. ch.y 3 SS 18 0 -i . 2~ .;Iod topsoil. trace orgllnics, organic I I odour, bluish gre)', Dloist to wet, dense Iffl I I 1 , then compact 1 ! ~ >- 4 SS 16 0 I '" -2.9 I - 3-f c i eLA YEY SIL T TILL I SS ., ,; 15 0 .' j J Stiff. trace fine gnlvt'I, brown. moist to wet -4 - 4 ~ CLAY Stiff. varved structun noted. hrown, ~ 0 moist ~ 6 SS 17 P 5 End of Bor~holc I . I I 6, I I 1 1 I - , - 7-, , I , i , ; ! : ! V.A. WOOD ASSOCIATES LIMITED Disk No : Sheet: 1 of I I I I I I I I I I I I I I I I Reference No: 5263-8-1 Borehole No . 10 Enclosure No : 11 . Client: Municipality of Clarin~ton c/o TSII Project: Road Refllnstruc1ion Method : .\u~(r Location : M~ams ..\.'veJCun Rd J. Howmaoville. 0:"1 Diameter: 11 Omm Datum Elevation: Date : "'ebrua~' 25.20118 SUBSURFACE PROFILE SAMPLE I e Standud Waler % c e " . Penetration Plasti<: Limit Remarks .g "0 " . , 8lows/JOOmm Liquid Limit . .c "" "" .. Q. :! e . > e 0. :> . v . , >- 20 4,0 60 80100 10 20 30 40 0;; >- :< i. Q OJ Z ... ..!..... o ! Ground Surface 1\ ASPAHL T (70mm) J ~ AS GRANULAR FILL ~. ~"" I Borehole open and .0.5 - dry un cnmplelion 1- 2 SS 21 0 . - FILL j ;;.. i \1iud organ;, stained ""ndy silt. day m ! and topsoil at Ihe top, da)'cy sill till CO 3 SS 18 0 I I - fill with organics at tbe bouom. bluish i I 2J gre:y then brown, moist 10 wet. Q I I compact ~ I I 4 SS 21 0 . I -2.7 I End of Borehole 31 ! I 4~ i ~ I j :1 i , I , ~ I I I I i I , . I - 7- i I , I , V.A. WOOD ASSOCIATES LIMITED OiskNo: Sh~t: I ofl I I I I I I I I I I I I I I I I I , ~ , .1 ~ i, 1 1 I I I 1 1 1 1 I I I I I I. I: I: I. J Reference No : 5263-8-1 Client: 1\lunidpality ufClarington c/o T511 Project: ({oad RCi."onstruction Borehole No Location: i\'Iearns AnJCon Kd J, Howmanville. O:\' Datum Elevation: :11 Enclosure No: 12 Method : Au~er Diameter: IlOmm Date: ..'ebruaf")' 15. 20llS E c .g ~ ~ . ;;; " -ItS -1.95 ,~ r of 4 '1 , 5~ I ~ . , i 6] 7- SUBSURFACE PROFILE E .c frl Qr " Ground Surface ASPHAL T (70 mm) GRANULAR FILL FILL ~ 2 Mixed ol"f.:anic stainro sandy silt and clay. trace organics. brown (0 grey. moist~ compact End of Horthule "0 " "" . E. ~ ~I ~ SAMPLE " . "" E c Z Standard Peaetration Blows/300mm 2040 60 80100 Water ''Ie Plastic Limit Liquid Limit 10 20 30 40 . . VA WOOD ASSOCIATES LIMITED . c . .. ~ > f-o i .\S '"255200 '" Q 3 130 SS Remarks H(lrehole open .1011 dry fm completion Disk No : Sheet: I of 1 I Rtfcrence No: 5263-8-1 Borehole No 12 Enclosure No : J3 I Client: M lIniciplllit~.. uf Cla-rington elo TSII Project: Road Reconstructiun Method: .\uJ!;cr I Location: Mearns ..\veJCon Kd J, lJowmanvillc. ON Diameter: IlOmm Datum Eltvation : Datt : "'ehrulI'1"" 25. 2U08 I SUBSURFACE PROFILE SAMPLE C I Standard Water % c C ~ v Penetration Plastic Limit .~ .. v ~ ;; ... .. ~ .. ;; Blows/JOOmm Liquid Limit , I ;;, :l C . E v 0- ;.. ~ Q! " :s ~ " i 20406080100 10 20 3.0 40 "' '" Z .... ~ , o ! Gruund Surfllce ASPHAL T (75mm) - ~.~- GRANULAR FILL I AS Remarks I I Borehole ollto 4\ntl llry on ('ompletion I . ~ I -1 l I'J ~ ~ I i '1 I ~ I I 1 I ~ . J 14J I ~ , ~ I I "" FILL 0: 2 SS 150 . I \ht sand at the top, o~anic stained s:.mdy silt with trace topsoil at the hottl)m, brown then grey with organic odour, moist. com pad Q I 3 S5 19 0 . I End of Borehole I I I I , 5- I I I , I , I I I . , I I I ; I I I V.A. WOOD ASSOCIATES LIMITED Disk No: Shed: I of 1 I I r I I I I I I I I I I I I I 1< 1< I, I: I I~ Reference No: 5263-8-1 Borehole No :13 Client: i\lunicipality of Cia ring ton do T511 Project: Road RCl'onstruction Datum Elevation: Location: i\-ll:l1rns A\'c.lCon H:d 3, Rowmuville, O:\' SUBSURFACE PROFILE SAMPLE I .I S12ndud Water Y. e I I ~ . Penetration Plastic Limit Remarks -=1 " , Blows/JOOmm Liquid Limit ... .... .. ,,-' ~ e . e . "- :> 2040 60 80100 . ,., :< , ,., i. 1020.J040 Q '" Z f- 0 Ground Surface ASPHAL T (75mm) Hil,.~hoJe open and j GRANULAR FILL AS . dry on eODlplction e .g . ~ . Iii " -".5 ~ I 'J -1.951 ~ z ! ~ I j I ~ . 3~ J 1 4~ 5- ;.. FILL 0: Z SS 25 0 Mixed organic stained sliIndy silt, Q gra\'d and topsoil, traelf' org.mil's, hluish grey. organic udour, moist, compact 3 SS 21 .--> V . End of Borehole -i 1 ~ ~ V.A. WOOD ASSOCIATES LIMITED Endosurc No : l-t Method : Au~cr Diameter: IIOmm Date: J<'ehrua ry 25, 2008 Disk No: Sheet: 1 of I I Refe:rcnc~ No : 5263-8-1 Borehole No 14 Enclosurt No: 15 I Client: !\'Iunicipalily of narin~lon do ",'SII Projed : Road RCCuDstruction Method: Aug,cr I location: Mearns Ave.lCOR Rd 3. Rowmllnville. ON Diameter: 110mm Datum Eltvation : Date: Fch25/l\'hlr12, 2008 I , . SUBSURFACE PROFILE SAMPLE . .1 Standard Water 0/. e " . Penetration Plastic Limit Remarks .~ '0 . . Blowsl300mm Liquid Limit ;; l\ .., " .., .. :! E . > E Co ;> . ~ . >> 2040 60 801~ 10 20 J() 40 <;; >> ~ Z '" Z !- j-.!.... 0 Ground Surface "- ASPHAL T (70mm) t Ilorchole olH~n and GRANULAR FILL ;~'~. ". I '\S dQ' on complclion -11.5 - ._,".', . lJ FILL 2 SS 17 0 . 1 Mh:ed orglluic stained sandy silt. 1 ~ravel and topsoil. trace o~anics. 1 bluish ~rey. organic ooflUr. moist. ., rvN- , ' SS 24 0 d2~ comp:u:t J . i l ,. j 4 SS 43 0 . '" SAND and SIL T " I <:umpact to dense. interbedded tine 1 1 , sand lInd silt. occasional thin beds of , ., 0 i day, hrown then gn:y. wet 5 SS 24 i 1 4j brow n - I grey ~ 0 1 more day scams 6 SS 13 . ~ I 5J End of Burehole I I ..J I I ~ I I I : - ! (,- , i , , , , , V.A. WOOD ASSOCIATES LIMITED Disk No : Sheet: 1 of 1 I I I I I I I I ,. I ,. I. I I' I I. <> I 1 ~ " I ~ , I i.ic " I n I I I I I I 1 1 1 1 1 I. I. I: I: I: I: I: I Refernce No: 5263-8-1 Borehole No: 15 Endosure No: 1(. Client: Municip..lit)' of C1aringtoo clu TSII Project: Road Reconstruction Method: Auger Location: Mearns AvcJCon Kd J. Ro\t'm..nville. ON Diameter: IlOmm Datum Elevation: Date : I'~bruar:' 25. 20118 SlIBSURFACE PROFILE SAMPLE E Standard Water 0/. c E ~ v Penetration Plastic Limit Remarks .g "0 . v , BJowsl3OOmm Liquid Limit ;; .c .., .., .. ~ E v > Q. E ~ Co ;. v v >. , >. 2.0 40 60 S.ol\"> 10 20 3.0 4.0 i;:j Q '" ~ Z ... Z 2- .0 Ground Surface I\. ASPHAL T (75mm) GRANULAR RLL 11 I AS . Borehole nl)cn and .. ~. ~I , I dry un co~plction 1 ;. Ii FILL 2 SS 125 0 I '" I i Mixed organic stained sand~' silt, Q ~ ~ra"cl and topsoil. trace o~anic.'l. I i Muish ~rc}'. o~anic ooour, moiSI. 21 compact 3 SS 21 0 . .? I ....:::.:.... ~ I j , ... 4 SS J.o 0 j SAND and SIL T .. Compact to dense, interbedded fine .... sand silt. some thin seams of clay at , the lower portion, bruwn then grey. S 55 32 0 . moist to wet I brown 4- - I grey I . ~ i ....- .'llOme scams of c1I1Y. wet ,; SS 27 0 ~ 5j End of Borehole ~ , , I I - , 6- I i I I . I V.A. WOOD ASSOCIATES LIMITED Disk No : Sheet: I of I I Reference No: 5263-8-1 Borehole No : 16 Enclosure No : 17 I Client: i\lunicipalit)' of Clarint:ton c/o TSII Project: Road Reconstruction Method : Au~cr I Location: Mearns Ave./Con Rd 3. &wmamville. ON Diameter: 110mm Datum Elevation: Date: I<'ebrual"}' 25. 2008 I , SUBSURFACE PROFILE SAMPLE 8 I Standard Water % = 8 - . Penetration Plastic Limit Remarlu .g .. - . . B)ows/JOOmm Liquid Limit ~ .c .. . .c . .. - C. E .. 8 Co > . I . 2~ 4,0 60 801~0 10 20 30 40 I <;i . ,., ~ ,., i: Q '" Z ... ~O Ground Surflice I ASPHAL T (75mm) I .. n -II" I GRANULAR FILL . I AS Borehole open and ~ - , dr)' on completion "I SANDY SIL T TILL b 11 Complier. trace fine ~ra"'c1. hnlwn. 2 5S II . ~ wet ., 4 ;.- --'- ; CO I I J S5 24 0 I -t Q . 2 I l 4 J SAND and SIL T I I 4 55 27 0 . ~ Compact. interbedded fine sand and I silt. occasional seams of clay at the ! , tOil, more day at the hullom. brown 31 then grey. moist to wel 5 55 14 0 , I I - brown 4~ - ~ grey J i , ~ ~l more clay scams. wd 6 5S 2J 0 . 5 . I i End or 801-cholr I ] I I ! - I , - ; , ., h~ i I I , I V.A. WOOD ASSOCIATES LIMITED Disk No : Shed: t of 1 I I I I I I I I I I I . I I I I , I 1 Reference No : 5263-8-1 Borehole No : 17 Enclosure No: 18 Client: Mllnicipalit} of CIa ring Ion c/o "fSII 1 Project: Road Reconstruction Method: Auger Loution : j\:lc1Irns AveJCon Rd 3, 1I~lwmanville. 0:'4 Diameter: t IOmm 1 Datum Elevation: Date: February 25, 200K SllBSlIRFACE PROFILE SAMPLE 1 s I I ;; I s -.: I I . , ,;; I ~ I fr- O;; Q i 11) I 0 I Ground Surf..cr ~ ASPHAL T (75mm) , .J _ I J GRANULAR FILL ~ I II~ I ~ ~, I I ~ I '~ I ~ i i , Standud Penetration Blowsl3OOmm 2040 6!l801l!O Water 0/. Plastic Limit Liquid Limit 10 2,0 30 40 " . .Q S " z . " . .. ~ ;>- ~ i Remarks '0 _ I! ; '" ~ I /. 1 6' ~- AS . Hore-hole open llnd dr): on completion .~. ~ 1 SIL TY CLA Y and SAND Mixed silty da}' and sand. dark brown, moist, loose (Probahle FiJI) SS 7) 2 1 1 SS Olli 3 o . SIL TY SAND TILL 1 ;.. VCr)' dense. some fine to medium I.:nn:el, light brown. damp 55 Olli , '" 4 o I i I 3~ ~~ I ' , 1 1'1 I i I - I i 1 Q SS Olli 5 o · 1 ":nd of Borehole I: I, I: 5- , I: V.A. WOOD ASSOCIATES LIMITED Disk No : I. Sheet; I of I l: I Reference No : 526J..8..1 Borehole No : 18 Enclosure No: 19 Client: Municipalit)' ofChlrinKton do TSII Project: Road Recunstruction Method: Auger Location: Mearns :\ve.lCOR Rd J. Howman,'iIIe, ON Diameter: l1Qmm Datum Elevation: Date: '<ehrullry 25. 200S SUBSURFACE PROFILE SAMPLE I , 5 I] Standard Water % c il " . Penetration Plastic Limit Remarks ,~ " . , BlowslJOOmm Liquid Limit I ;; " .. . 5 . , l~ ;; "" ;> . . n 20406080100 '0 2,0 30 4,0 '" QI ~ Z '" i. 1 , ~ 0 i (;mund Surface I j' ASPHAL T (75mm) ~ Ron'hole open and GRANULAR FILL I AS ~ ~ ' , dr)' on I.'omplelion I j 2 55 lJ(~ 0 . I ~ I 1 1 I I, 3 S5 100< 0 I "'l I I 2~ t' ~ 00" i , "" 4 55 0 I ~ SIL TY SAND TILL . " i Very dense. some fine to medium " i 31 I{ntvel, bn)wn. damp to moist Q I I j 5 55 OIH 0 , I i I j I I 4 ..:::2.. 6 55100-H 0 . '1 End of Hon~holl: 1 I I 1 I ! , ! : - ,. ('j i I i , I , V.A. WOOD ASSOCIATES LIMITED Disk No : Shu'.: 1 of 1 I I I I I I I I I I I I I I I I I I 1 I I Reference No: 5263-8-1 Borehole No: 19 Enclosure No ; ZlI Client: Mtlnicip~lit)' of Clarin~lon c/o 'I"S" I Project: I{(lad R<<onstruction Location: Mearns AveJCon Rd 3, Bowmanville. O~ Datum Elevation: Method : ..\u~er Diameter: IIOmm Date: I<'ehruaf")' 25. 2008 I I SUBSURFACE PROFILE SAMPLE I I; I ~ I 1.1. I Standard Water % , c - ~I Penetration Plastic Limit Remarks ~ . Blows/JOOmm Liquid Limit ~ I~' "" . "" . Oi ; E Oi I; Co =- . ~ :< c ~ i 20 40 ',0 8,01l!O 10 20 3,0 4,0 W '" z ... NO GmumJ Surface I ASPHAL T (70mm) I , ~-~~-- I 1-1104 GRANULAR ALL I AS . Borehole ollen and - - d r,Y on com plC(ion I FILL Ij Sand)' silt, trace topsoil. organics, m 2 S5 . p, I brown. wet, loose ~ SAND 5S 121 I :, Compact fioe sllnd. tract ol1!anics, 3 0 . , I brown, wet ~ 2- fPossiblc FilJ\ , - '" 4 55 54 0 ~ '" I Q 5 5S 110< 0 . i eLA YEY SIL T nLL r..'ftl I I i i I I Hard, trace tine grnel. hrown. moist I 1 I 4, i I I I ~ . 5S 110; 0 H I 5 I . End of Borehole I I I I 6- I I I j , I , , - , 7""1 , I I , I , , V.A. WOOD ASSOCIATES LIMITED Disk No : Sheet: I of 1 I I I I I I I I I I - - I I I Reference No : 5263-8-1 Borehole No 20 Enclosure No: 21 I Client: Munici!}lIlity orClarington (to "l'SII Project: Road l-lcconstruction Method: .\ugel" I Location: Mearns .-\n.JCon Rd 3. Bowmlln\'iIIe. ON Diameter: IIOmm Datum Elevation: D3u: : February 15. 2008 I SlIBSlIRFACE PROFILE SAMPLE E '0 ..0 E >> '" - . ';; ~ - . ..0 E , z . , 4> -;. c. :> r: z Standard Penetration Blowsl300mm 20406080100 Water % Plastic Limit Liquid Limit 10 20 3~ 40 Remarks I E c .2 ';; .c ~ i gj ~ 0 Ground Surface I' ASPHAL T (BOmm) ~ GRANULAR FILL I ! ~ 'I FILL )_ Interlayered topsoil and fine sand. j lcace or~anics, grey llInd brown. moist ~I . DWll i . SILTY CLAY :rc I Sort to firm. trace gravc~ brown. wet ~ ~ 2- (Possible "'ill) ! SILT I I I 3~ I j I -.I I I--'- 4 ~ J. .~ I A5 Borehole ol)tn and dry on com pldion I 2 55 15 0 . I 3 55 8 b I ;..... .. 55 33 0 . I Ilense, brown. with iron oxide stllins. moist 0: Q some thin seams of clay 5 55 35 0 I CLAY ~ ~ ~ I . -5 ! - 5 Stiff. grey. wet (, 55 16 0 . I . ~ 6J j i .J : , End flf Borehule I . I I .. 7..., i ! I I i I " V.A. WOOD ASSOCIATES LIMITED DiskNo: Sheet: 1 of 1 I I I I I I I I I I I I I I I I I I I , I I Reference No: 5263-8-1 Borehole No: 21 Enclosure No : 22 Client: i\-luniciJutlity ofClarington do TSII Project: Road Rc('onstruction Mdhod : Auger Location: Mearns _,\\'eJCon I{d 3, 8owm;mville. ON Diameter: IIOmm Datum Elevation: Date: FebrulI'1' 25, 21108 SUBSURFACE PROFILE SAMPLE E Standard Water % c E " ~ Penetration Plastic Limit Remarks .g '0 " ~ ~ Blows/JOOmm Liquid Limit ~ .c .c ~ ... . ... > C. E E Co > ~ ~ . ~ >. 20 "!l ~ 80100 1,0 2,0 3,0 40 iii >. :l: i Q '" Z ... I) Cround Surface - 0 ASPHAL T (75mm) 1'- ~ , .. I A5 . Borehole ollen - GRANULAR FILL 0;'..-;:." I -; OR comlllclion FILL 1- Organic stained silty sltnd. some 2 SS 31 .0 topsoil. grc}". moist. dense -u -/@. t--I J SIL TY SAND II I "'ine: sand with silt. organic adou.., 3 S5 6 ) .' -2.1 greenish grey. wet - _ (Possible Fim SANDY CLA Y 4 ! 55 .0 I:) Trace or"ganies. J!rey. wet -2.9 (Possible Fill) I -I 31 5 55 231 0 . -; I CLA YEY SIL T TILL -; ..Y. I 4~ i j Very stiff to h....d. t.....t:c fine gravel. J:rcy. lRoi~t I I 6 55 71 0 ~l 5 I tnd of Borehole 6- - I - i ! I I I - 7- , , i I , V.A. WOOD ASSOCIATES LIMITED DiskNo: Sheet; 1 of 1 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. CLlOO8-12 OPS GENERAL CONDmONS OF CONTRACT (November 2006) I I I I I I I I I I I I I I I I I I I " ONTARIO PROVINCIAL STANDARDS FOR ROADS AND PUBLIC WORKS GENERAL CONDITIONS OF CONTRACT (September 2006) I I I I I I I I I I I I I I I I I I I Ontario Provincial Standards for Roads and PubHc Works METRIC OPSS.MUNI100 November 2006 OPS GENERAL CONDITIONS OF CONTRACT Table of Contents SECTION GC 1.0 -INTERPRETA TrON GC 1.01 Captions ......................................................................... ........................................ 6 GC 1.02 Abbreviations .........................................................................................................6 GC 1.03 Gender and Singular References .......................................................................... 6 GC 1.04 Definitions ..............................................................................................................6 GC 1.05 Subsiantial Perfonnance...................................................................................... 11 GC 1.06 Completion ...........................................................................................................11 GC 1.07 Final Acceptance ................................................................................................. 11 GC 1.08 Interpretation of Ceriain Words............................................................................ 11 SECTION GC 2.0 - CONTRACT DOCUMENTS GC 2.01 Reliance on Contract Documents ........................................................................ 12 GC 2.02 Order of Precedence............................................................................................ 12 SECTION GC 3.0 - ADMINISTRATION OF THE CONTRACT GC 3.01 Contract Administrator's Authority ....................................................................... 14 GC 3.02 Working Drawings ................................................................................................ 15 GC 3.03 Right of the Contract Administrator to Modify Methods and Equipment.............. 16 GC 3.04 Emergency Situations ..........................................................................................16 GC 3.05 Layout ..................................................................................................................16 GC 3.06 Extension of Contract Time..................................................................................16 GC 3.07 Delays .................................................................................................................. 17 GC 3.08 Assignment of COntract........................................................................................ 17 GC 3.09 Subcontracting by the Contractor ........................................................................ 18 Page 1 Rev. Date: 1112006 OPSS.MUNI100 GC 3.10 GC 3.10.01 GC 3.10.02 GC 3.10.03 GC 3.11 GC3.12 GC3.13 GC 3.13.01 GC 3.13.02 GC 3.13.03 GC 3.13.04 GC 3.13.05 GC 3.13.06 GC 3.13.07 GC 3.14 GC 3.14.01 GC 3.14.02 GC 3.14.03 GC 3.14.04 GC 3.14.05 GC 3.15 Changes.. ................................ ..... ..... ....... ........ ........ ....... .... ......... ...... .......... ........ 18 Changes in the Work ........................................................................................... 18 Extra Work ................. ........ ................ ........... ..... ..... .................. ..... ...... ....... ......... 19 Additional Work.................................................................................................... 19 Notices ...... ...... ..... ... ............. .............. ........ ........ ....................... .............. ............. 19 Use and Occupancy of the Work Prior to Substantial Performance.................... 19 Claims, Negotiations, Mediation .......................................................................... 20 Continuance of the Work ..................................................................................... 20 Record Keeping .. ................. ........... ... ................................ ........ ............. ....... ...... 20 Claims Procedure ...... ..... .... ........ ...... ........... ................. ....................................... 20 Negotiations.... ..................... ........... ................ ... ....... ..... ... .......... ........ ................. 21 Mediation... ... ...... ..... ......... ........... .... ........... ..... ..... ..... ..... ... .......... .................. ....... 21 Payment ...............................................................................................................21 Rights of Both Parties ..........................................................................................21 Arbitration... ............. ......... .... ................ ........ ........................ ....... ................. ........ 21 Conditions for Arbitration .....................................................................................21 Arbitration Procedure. .......... ............. ........... ................... .............. ................ ....... 22 Appointment of Arbitrator ..................................................................................... 22 Costs ....................................................................................................................22 The Decision ... ......... ..... .... ................... ..... ............................... ..... ...... ...... ........... 23 Archaeological Finds. .... ....... .......... ... '" ... ........ ................. ........... ......................... 23 I I I I I I I I I I I I I I I I I I I SECTION GC 4.0 - OWNER'S RESPONSIBILITIES AND RIGHTS GC 4.01 Working Area .......................................................................................................24 GC 4.02 Approvals and Permits.........................................................................................24 GC 4.03 Management and Disposition of Materials........................................................... 24 GC 4.04 Construction Affecting Railway Property ............................................................. 25 GC 4.05 Default by the Contractor ..................................................................................... 25 GC 4.06 Contractor's Right to Correct a Defaull................................................................ 25 Page 2 Rev. Date: 1112006 OPSS.MUNII00 I I I I I I I I I I I I I I I I I I I GC 4.07 GC 4.08 GC 4.09 GC4.10 GC4.11 GC4.12 GC4.13 Owner's Right to Correct a Default...................................................................... 26 Termination of Contractor's Right to Continue the Work ..................................... 26 Final Payment to Contractor ................................................................................ 26 Termination of the Contract ................................................................................. 26 Continuation of Contractor's Obligations .............................................................27 Use of Performance 800<1.................................................................................... 27 Payment Adjustmenl............................................................................................ 27 SECTION GC S.O . MATERIAL GC5.01 GC 5.02 GC 5.03 GC 5.04 GC 5.05 GC 5.05.01 GC 5.05.02 Supply of Material................................................................................................28 Quality of Material. ............................ ..... ........... ..... ........ .......... ..... ..... .................. 28 Rejected Material... ....................... ............... ............ ........... ............. .................... 28 Substitutions.... ................................ ................... ................ ......... ........... ......... ..... 29 Owner Supplied Material...................................................................................... 29 Ordering of Excess Material.................................................................................29 Care of Material....................................................................................................29 GC6.01 SECTION GC 6.0 . INSURANCE, PROTECTION AND DAMAGE GC 6.02 GC 6.03 GC 6.03.01 GC 6.03.02 GC 6.03.03 GC 6.03.04 GC 6.03.04.01 GC 6.03.04.02 GC 6.03.05 GC 6.03.05.01 GC 6.03.05.02 GC 6.03.05.03 GC 6.03.05.04 Protection of Work. Persons, and Property ......................................................... 31 Indemnification. ....... ..... ...... ..... ............... .......... ............. ............ ........................... 31 Contractor's Insurance...... ............ ..... ......... ............ ........ .................... ...... ........... 32 General..... .................... ......... ........... ......... .......... ............. ......... ..... ............... ...... 32 General Liability Insurance .................................................................................. 32 Automobile Liability Insurance ............................................................................. 33 Aircraft and Watercraft Liability Insurance........................................................... 33 Aircraft Liability Insurance... ..... ......... ...... ............... ........... ............ ........... ............ 33 Watercraft Liability Insurance... ......... ............... ................. ...... ................. ............ 33 Property and Boiler Insurance ............................................................................. 33 Property Insurance .......... ...... ........... .................. .................... ...... .............. .......... 33 Boiler Insurance...................... ................. ................ ........ ......... ............. .............. 34 Use and Occupancy of the Work Prior to Completion ......................................... 34 Payment for Loss or Damage .............................................................................. 34 Page 3 Rev. Date: 1112006 0PSs.MUNI100 Page 4 Rev. Date: 1112006 OPSS.MUNII00 I I I I I I I I I I I I I I I I I I I GC 6.03.06 GC 6.03.07 GC 6.04 GC 6.05 Contractor's Equipment Insurance. .............. ........... ............ ....... ...................... .... 35 Insurance Requirements and Duration ................................................................ 35 Bonding ................................................................................................................ 35 Workplace Safety and Insurance Board .............................................................. 36 SECTION GC 7.0 - CONTRACTOR'S RESPONSIBILITIES AND CONTROL OF THE WORK GC 7.01 General ..................................................................................................................37 GC 7.02 Layout ....................................................................................................................39 GC 7.03 Worl<ing Area . ..... ..... ..... ...... ....... ................ ... ..... .......... ........... .... ... ........... ........ ..... 39 GC 7.04 Damage by Vehicles or Other Equipment .............................................................40 GC 7.05 Excess Loading of Motor Vehicles.........................................................................40 GC 7.06 Condition of the Working Area ...............................................................................40 GC 7.07 Maintaining Roadways and Detours ......................................................................40 GC 7.08 Access to Properties Adjoining the Worl< and Interruption of Utility Services .......41 GC 7.09 Approvals and Pennits...........................................................................................41 GC 7.10 Suspension of Work...............................................................................................42 GC 7.11 Contractor's Right to Stop the Worl< or Terminate the Contract........................:...42 GC 7.12 Notices by the Contractor ......................................................................................42 GC 7.13 Obstructions ..........".............. ... ....... ......... ...... ................ .... .......... ... ... .... ........ ......... 43 GC 7.14 Limitations of Operations .......................................................................................43 GC 7.15 Cleaning Up Before Acceptance............................................................................43 GC 7.16 Warranty.................................................................................................................43 GC 7.17 Contractor's Worl<ers .............................................................................................44 GC 7.18 Drainage.................................................................................................................44 SECTION GC 8.0 - MEASUREMENT AND PAYMENT GC 8.01 Measurement ....................................................................................................... 45 GC 8.01.01 Quantities ............................................................................................................. 45 GC 8.01.02 Variations in Tender Quantities............................................................................ 45 I I I I I I I I I I I I I I I I I I I GC 8.02 GC 8.02.01 GC 8.02.02 GC 8.02.03 GC 8.02.03.01 GC 8.02.03.02 GC 8.02.03.03 GC 8.02.03.04 GC 8.02.03.05 GC 8.02.03.06 GC 8.02.03.07 GC 8.02.03.08 GC 8.02.03.09 GC 8.02.03.10 GC 8.02.03.11 GC 8.02.03.12 Payment ............................................................................................................... 46 Price for Work .. ........ .............. ....... ......................... ........ ........ ................... ... ........46 Advance Payments for Material........................................................................... 46 Certification and Payment.................................................................................... 47 Progress Payment Certificate .............................................................................. 47 Certification of Subcontract Completion ..............................................................47 Subcontract Statutory Holdback Release Certificate and Payment ....................47 Certification of Substantial Performance .............................................................48 Substantial Performance Payment and Substantial Performance Statutory Holdback Release Payment Certificates ............................................................. 48 Certification of Completion ................................................................................... 49 Completion Payment and Completion Statutory Holdback Release Payment Certificates....... ....... ............ ...................... ................ ...... ...... ........... ..... 49 Interest............... .................................. ........... ...... ............. ................ .................. 50 Interest for Late Paymenl..................................................................................... 50 Interest for Negotiations and Claims.................................................................... 51 Owner's Set-Off.... .................... ......................................... ..... ....... ........... ............ 51 Delay in Payment.................................................................................................51 GC 8.02.04 Payment on a Time and Material Basis ............................................................... 51 GC 8.02.04.01 Definitions ............................................................................................................51 GC 8.02.04.02 Daily Work Records ............................................................................................. 52 GC 8.02.04.03 Payment for Work ................................................................................................53 GC 8.02.04.04 Payment for Labour ............................................................................................. 53 GC 8.02.04.05 Payment for Material............................................................................................53 GC 8.02.04.06 Payment for Equipment ....................................................................................... 53 GC 8.02.04.06.01 Working Time ....................................................................................................... 53 GC 8.02.04.06.02 Standby Time ............................................... ........................................................ 53 GC 8.02.04.07 Payment for Hand Tools ...................................................................................... 54 GC 8.02.04.08 Payment for Work by Subcontractors .................................................................. 54 GC 8.02.04.09 Submission of Invoices ........................................................................................ 54 GC 8.02.04.10 Payment Other Than on a Time and Material Basis............................................ 55 GC 8.02.04.11 Payment Inclusions............................................................................. .................55 GC 8.02.05 GC 8.02.06 GC 8.02.07 GC 8.02.08 GC 8.02.09 Rnal Acceptance Certificate ................................................................................ 55 Payment of Workers ............................................................................................ 55 Records......................... ............ ........... ..................... ........ ......... ..................... ..... 55 Taxes ................................................................................................................... 56 Liquidated Damages .... ....................... .................... ...... .................... .............. ..... 56 Page 5 Rev. Date: 1112006 OPSS.MUNI100 ""'" I I I I I I I I I I I I I I I I I I I .. GC 1.01 SECTION GC 1.0 -INTERPRETATION Captions .01 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. GC 1.02 Abbreviations .01 The abbreviations on the left below are commonly found in the Contract Documents and represent the organizations and phrases listed on the right: "AASHTO" "ACI" "ANSI" "ASTM" "AWG" "AWoNA" "CCll" "CESA" "CGSS" "CSA" "CWS" "GC" "ISO" "MOE" "MTO" "MUTCD" OOPS" "OPSD" "OPSS" "OTM" "PEO" "SAE" "sec" "SSPC" ''Ul'' "UlC" GC 1.03 American Association of State Highway Transportation Officials American Concrete Institute American National Standards Institute American Society for Testing and Materials American Wire Gauge American Water Works Association Canadian Council of Independent Laboratories Canadian Engineering Standards Association Canadian General Standards Soard Canadian Standards Association Canadian Welding Sureau General Conditions International Organization for Standardization Ontario Ministry of the Environment Ontario Ministry of Transportation Manual of Uniform Traffic Control Devices (Replaced by Om) Ontario Provincial Standard Ontario Provincial Standard Drawing Ontario Provincial Standard Specification Ontario Traffic Manual Professional Engineers Ontario Society of Automotive Engineers Standards Council of Canada Structural Steel Painting Council Underwriters Laboratories Underwriters laboratories Canada Gender and Singular References .01 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. GC 1.04 Definitions .01 For the purposes of this Contract the following definitions apply: Actual Measurement means the field measurement of that quantity within the approved limits of the Work. Addendum means an addition or change in the tender documents issued by the Owner prior to tender closing. Page 6 Rev. Date: 1112006 OPSS.MUNll00 .~~.--- Additional Work means work not provided for in the Contract and not considered by the Contract Administrator to be essential to the satisfactory completion of the Contract within its intended scope. Agreement means the agreement between the Owner and the Contractor for the performance of the Work that is included in the Contract Documents. Base means a layer of material of specified type and thickness placed immediately below the pavement wearing surface layers, curb and gutter, or sidewalk. Business Day means any Day except Saturdays, Sundays, and statutory holidays. Certificale of Subcontract Completion means the certificate issued by the Contract Administrator in accordance with clause GC 8.02.03.02, Certification of Subcontract Comptetion. Certificate of Substantial Perfonnance means the certificate issued by the Contract Administrator at Substantial Performance. Change Directive means any written instruction signed by the Owner, or by the Contract Administrator where so authorized, directing that a Change in the Work or Extra Work be performed. Change In the Work means the deletion, extension, increase, decrease, or alteration of lines; grades; dimensions; quantities; methods; drawings; substantial changes in geotechnical. subsurface, surface, or other conditions; 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 amendment to the Contract signed by the Contractor and the Owner, or the Contract Administrator where so authorized, covering contingencies, a Change in the Work, Extra Work, Additional Work, and changed subsurface conditions; and establishing the basis for payment and the time allowed for the adjustment of the Contract Time. Completion Certificate means the certificate issued by the Contract Administrator at completion. Constructor means, for the purposes of, and within the meaning of the Occupational Health and Safety Act, R.S.O. 1990, c.O.1, as amended and amendments thereto, the Contractor who executes 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 Administrator means the person, partnership, or corporation designated by the Owner to be the Owne~s representative for the purposes of the Contract. Contract Documents mean the executed Agreement between the Owner and the Contractor, Tender, General Conditions of Contract, 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, any Geotechnical Report, any Subsurface Report, and any other reports and information 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, and cross-sections. 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. "-7 Rev. Date: 1112006 OPSS.MUNII00 I I I I I I I I I I I I I I I I I I I -~ ~ I I I I I I I I I I I I I I I I I I I Contractor means the person, partnership, or corporation undertaking the Work as identified in the Agreement. Controlling Operation means any component of the Work that, if delayed, may delay the completion of the Work. Cost Plus has the same meaning as "lime and Material." Cut-off Date means the date up to which payment shall be made for work performed. Daily Work Records mean dally Records 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. 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. End Result Speclf'lCalion means specifications that require the Contractor to be responsible for supplying a product or part of the Work. The Owner accepts or rejects the final product or applies a price adjustment that is commensurate with the degree of compliance with the specification. Equipment means all machinery and equipment 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 to be essential to the satisfactory completion of the Contract within its intended scope, including unanticipated work required to comply with legislation and regulations that affect the Work. Final Acceptance Certificate means the certificate issued by the Contract Administrator at Final Acceptance of the Work. Finat 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, all as set out in the same general fonn as the monthly estimates. Force Account has the same meaning as "lime and Material." Geotechnical Report means a report or other infonnation identifying soil, rock, and ground water conditions in the area of any proposed Work. Grade means the required elevation of that part of the Work. Hand Tools means tools that are commonly called tools or implements of the trade and include small power tools. Highway means a common and public highway any part of that is intended for or used by the general public for the passage of vehicles and includes the area between the lateral property lines thereof. Lot means a specific quantity of material or a specific amount of construction nonnally from a single source and produced by the same process. Page 8 Rev. Dale: 1112006 OPSS.MUNll00 Page 9 Rev. Dale: 11/2006 OPSS.MUNI100 I I I I I I I I I I I I I I I I I I I 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 or greater than the lesser of, a) $100,000, or b) 5% of the total tender value calculated on the basis of the total of all the estimated tender quantities and the tender unit prices. 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, Portland 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. Project means the construction of the Work as contemplated by this Contract Quantity Sheet means a list of the quantities of Work to be done. Quarried Rock means material removed from an open excavation made in a solid mass of rock that, prior to removal, was integral with the parent mass. Quarry means a place where Aggregate has been or is being removed from an open excavation made in a solid mass of igneous, sedimentary, or metamorphic rock or any combination of these that, prior to removal, was integral with the parent areas. Rate of Im-t means the rate of interest as determined under the Financial Administration Act by the Minister of Finance of Ontario and issued by, and available from, the Owner. Records mean any books, payrolls, accounts, or other information that relate to the Work or any Change in the Work or claims arising therefrom. Roadway means that part of the Highway designed or intended for use by vehicular traffic and includes the Shoulders. Shoulder means that portion of the Roadway between the edge of the travelled portion of the wearing surface and the top inside edge of the ditch or fill slope. Special Provisions mean directions containing requirements specific to the Work. Standard Drawing or Standard Specification means a standard practice required and stipulated by the Owner for perfonnance of the Work. Subbase means a layer of material of specified type and thickness between the Subgrade and the Base. II I I I I I I I I I I I I I I I I I I 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 or rock surface, whether in cut or fill, as prepared to support the pavement structure, consisting of Base, Subbase, and Pavement. Subsurface Report means a report or other information identifying the location of Utilities, concealed and adjacent structures, and physical obstructions that fall within the influence of the Work. Superintendent means the Contracto~s authorized representative in responsible charge of the Work. Surety means the person, partnership or corporation, other than the Contractor, licensed in Ontario to transact business under the Insurance Act, R.S.O. 1990, c.I.8, as amended, executing a bond provided by the Contractor. Tender means an offer in writing from the Contractor, submitted in the format prescribed by the Owner, to complete the Work. Time and Material means costs calculated according to clause GC 8.02.04, Payment on a Time and Material Basis. Where "Cost Plus" and "Force Account" are used they shall have the same meaning. Utility means an aboveground or underground facility maintained by a municipality, public utility authority or regulated authority and includes services such as sanitary sewer, storm sewer, water, electric, gas, oil, steam, data transmission, telephone, and cable television. Warranty Period means the period of 12 months from the date of Substantial Performance or such longer period as may be specified in the Contract Documents for certain Materials or some or all of the Work. Where a date of Substantial Performance is not established, the Warranty Period shall commence on the date of Completion. Work means the total construclion 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 shall 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 a Controlling Operation, as determined by the Contract Administrator by reason of, i. any breach of the Contract by the Owner or if such prevention is due to the Owner, another contractor hired by the Owner, or an employee of anyone of them, or by anyone. else acting on behalf of the Owner. ii. norHlelivery of Owner supplied Materials. iii. any cause beyond the reasonable control of the Contractor that can be substantiated by the Contractor to the satisfaction of the Contract Administrator. Page 10 Rev. Date: 1112006 OPSS.MUNII00 P_ll Rev. Date: 11/2006 OPSS.MUNI100 I I I I I I I I I I I I I I I I I I I Working Dr_ings or Working Plans means any Drawings or Plans prepared by the Contractor for the execution of the Work and may, without "mting the generality thereof, include formwork, falsework, and shoring plans; Roadway protection plans; shop drawings; shop plans; or erection diagrams. GC 1.05 Substantial Performance .01 The Work is substantially performed; a) when the Work to be performed under the Contract or a substantial part thereof is ready for use or is being used for the purpose intended; and b) when the Work to be performed under the Contract is capable of completion or, where there is a known defect, the cost of correction, is not more than i. 3% of the first $500,000 of the Contract price, ii. 2% of the next $500,000 of the Contract price, and iii. 1 % of the balance of the Contract price. .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. . GC 1.06 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. GC 1.07 Final Acceptance .01 Rnal 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 ob"gations under the Contract. GC 1.08 Interpretation of Certain Words .01 The words "acceptable," "approval," "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. II I I I I I I I I I I I I I I I I I I SECTION GC 2.0- CONTRACT DOCUMENTS GC 2.01 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 that may affect the Work shall be shown to a tolerance of: i. 1 m horizontal, and ii. 0.3 m vertical .02 The Owner does not warrant or make any representation with respect to: a) interpretations of data or opinions expressed in any Subsurface Report available for the perusal of the Contractor, whether or not such report is included as part of the Contract Documents, and b) other information specifically excluded from this warranty. GC 2.02 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 descending order: a) Agreement b) Addenda c) Special Provisions d) Contract Drawings e) Standard Specifications f) Standard Drawings g) Instructions to T enderers h) Tender i) Supplemental General Conditions j) General Conditions k) Working Drawings Later dates shall govem within each of the above categories of documents. .02 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 govem where they differ from dimensions scaled from the same drawing; b) Drawings of larger scale shall govem over those of smaller scale; Page 12 Rev. Date: 1112006 OPSS.MUNI100 Page 13 Rev. Date: 1112006 OPSS.MUNI100 I I I I I I I I I I I I I I I I I I I c) Detailed Drawings shaH 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 inconsistency or conflict in the contents of Standard Specifications the following descending order of precedence shall govern: a) Owner's Standard Specifications b) Ontario Provincial Standard Specifications c) Other Standard Specifications, such as those produced by CSA, CGSB, ASTM, and ANSI and referenced in the Ontario Provincial Standard Specifications .04 The Contract Documents are complementary, and what is required by anyone shall be as binding as if required by all. II I I I I I I I I I I I I I I I I I I SECTION GC 3.0 -ADMINISTRATION OF THE CONTRACT GC 3.01 Contract Administrator's Authority .01 The Contract Administrator shall 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, shall be issued by the Contract Administrator. The Contract Administrator shall 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 performance and the quality of the Work or the interpretation of the Contract Documents shall be referred to the Contract Administrator in writing by the Contractor. .03 The Contract Administrator may inspect the Work for its conformity with the Plans and Standard 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 shall determine the amounts owing to the Contractor under the Contract and shall issue certificates for payment in such amounts as provided for in Section GC 8.0, Measurement and Payment. .05 The Contract Administrator shall, 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 shall investigate all allegations of a Change in the Work made by the Contractor and issue appropriate instructions. .07 The Contract Administrator shall prepare Change Directives and Change Orders for the Owner's approval. .08 Upon written application by the Contractor, the Contract Administrator and the Contractor shall join1ly conduct an inspection of the Work to establish the date of Substantial Performance of the Work or the date of Completion of the Work or both. .09 The Contract Administrator shall 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 shall not show partiality to either party. .10 The Contract Administrator shall have the authority to reject part of the Work or Material that does not conform to the Contract Documents. .11 In the event that the Contract Administrator determines that any part of the Work performed by the Contractor is defective, whether the result of poor workmanship; the use of defective material; or damage through carelessness or other act or omission of the Contractor and whether or not incorporated in the Work; or otherwise fails to conform to the Contract Documents, then the Contractor shall if directed by the Contract Administrator promptly remove the Work and replace, make good, or re-execute the Work at no additional cost to the Owner. .12 Any part of the Work destroyed or damaged by such removals, replacements, or re-execulions shall be made good, promplly, at no additional cost to the Owner. Page 14 Rev. Dale: 1112006 OPSS.MUNI100 Page 15 Rev. Dale: 1112006 OPSS.MUNll00 I I I I I I I I I I I I I I I I I I I .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 otherwise due to the Contractor the difference in value between the work as performed and that caUed for by the Contract Documents, the amount that 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 shall have the authority to temporarily suspend the Work for such reasonable time as may be necessary: a) to facilitate the checking of any portion of the Contracto~s construction layout; b) to faciljtate the inspection of any portion of the Work; or c) for the Contractor to remedy non-<:ornpliance in the case of such non-<:ompliance with the provisions of the Contract by the Contractor. The Contractor shall not be entitled to any compensation for suspension of the Work in these circumstances. .16 The Owner has the right to terminate the Contract for wilful or persistent violation by the Contractor or its workers of the Occupational Health and Safety Act legislation and regulations, Workplace Safety and Insurance Board Act, and Regulation 309 of the Environmental Protection Act. .17 If the Contract Administrator determines that any worker employed on the Work is incompetent. as defined by the Occupational Health and Safety Act, or is disorde~y, then the Contract Administrator shall provide written notice to the Contractor and the Contractor shall immediately remove the worker from the Working Area. Such worker shall not return to the Working Area without the prior written consent of the Contract Administrator. GC 3.02 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 orde~y 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 printed form. 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 shall 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 Administrato~s review shall 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. I I I I I I I I I I I I I I I I I I I .05 The Contractor shall make any changes in Working Drawings that the Contract Administrator may require to make the Working Drawings consistent with the Contract Documents and resubmit, unless otherwise directed by the Contract Administrator. When resubmitting, the Contractor shaD 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. GC 3.03 Right of the Contract Administrator to Modify Methods and Equipment .01 The Contractor shall, when requested in writing, 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. .02 The Contractor shall, when requested in writing, alter the sequence of its operations on the Contract so as to avoid interference with work being performed by others. .03 Notwithstanding the foregoing, the Contractor shall ensure that all necessary safely precautions and protection are maintained throughout the Work. GC 3.04 Emergency 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. .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 shall pay for the remedial work. GC 3.05 Layout .01 The Contract Administrator shall provide baseline and benchmark information for the general location, alignment, and elevation of the Work. The Owner shall be responsible only for the correctness of the information provided by the Contract Administrator. GC 3.06 Extension of Contract Time .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 of an extension of Contract Time include the following: a) Delays, subsection GC 3.07. b) Changes in the Work, clause GC 3.10.01. c) Extra Work, clause GC 3.10.02. Page 16 Rev. Date: 1112006 OPSS.MUNII00 ~17 Rev. Date: 1112006 OPSS.MUNI100 I I I I I I I I I I I I I I I I I I I d) Additional Work, clause GC 3.10.03. .03 The Contract Administrator shall, 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. GC 3.07 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; b) an act or omission of the Owner or Contract Administrator, or anyone employed or engaged by them directly or indirectly, contrary to the provisions of the Contract Documents; c) 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; d) the Contract Administrator giving notice under subsection GC 7.10, Suspension of Work; e) abnormal inclement weather; or f) archaeological finds in accordance with subsection GC 3.15, Archaeological Finds, 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 of Contract Time due to abnormal inclement weather, the Contractor shall, with the Contractor's application, submit evidence from Environment Canada in support of such application. Extension of Contract Time may be granted in accordance with subsection GC 3.06, Extension of Contract Time. .02 If the Work is delayed by labour disputes, strikes or lock-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, are beyond the Contractor's control, which then the Contract Time shall be extended in accordance with subsection GC 3.06, 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 payment for costs incurred as the result of such delays unless such delays are the result of actions by the Owner. .03 The Contractor shall not be entitled to payment for the cost of delays incurred as a result of a dispute between the Contractor and Owner. The Contractor shall execute the Work and may pursue resolution of the dispute in accordance with subsection GC 3.13, Claims, Negotiations, Mediations. GC 3.08 Assignment of Contract .01 The Contractor shall not assign the Contract, either in whole or in part, without the prior written consent of the Owner. I I I I I I I I I I I I I I I I I I I GC 3.09 Subcontracting by the Contractor .01 The Contractor may subcontract any part of the Wor1<. subject to these General Conditions and any limitations specified in the Contract Documents. .02 The Contractor shall notify the Contract Administrator 10 Days prior to the start of construction, in writing, of the intention to subcontract. Such notification shall identify the part of the WOr1<, and the Subcontractor with whom it is intended. ,03 The Contract Administrator shall, within 5 Days of receipt of such notification, accept or reject the intended Subcontractor. The rejection shall be in writing and shall 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 subsection. .05 The Contractor shall preserve and protect the rights of the parties under the Contract with respect to that part of the Wor1< to be performed under subcontract and shall, a) enter into agreements with the intended Subcontractors to require them to perform their wor1< in accordance with the Contract Documents; and b) be as fully responsible to the Owner for acts and omissions of the Contractor's Subcontractors and of persons direcUy or indirectly employed by them as for acts and omissions of persons directly employed by the Contractor. .06 The Owner's consent to subcontracting by the Contractor shall not be construed to relieve the Contractor from any obligation under the Contract and shall not impose any liability upon the Owner. Nothing contained in the Contract Documents shall create a contractual relationship between a Subcontractor and the Owner. GC 3.10 Changes GC 3.10.01 Changes in the Work .01 The Owner, or the Contract Administrator where so authorized, may, by order in writing, make a Change in the Wor1< without invalidating the Contract. The Contractor shall not be required to proceed with a Change in the Wor1< until in receipt of a Change Order or Change Directive. Upon the receipt of such Change Order or Change Directive the Contractor shall proceed with the Change in the Wor1<. .02 The Contractor may apply for an extension of Contract Time aCCOrding to the terms of subsection GC 3.06, ExtenSion of Contract Time. .03 If the Change in the Wor1< relates solely to quantities, payment for that part of the Work shall be made according to the conditions specified in clause GC 8.01.02, Variations in Tender Quantities. If the Change in the Wor1< does not solely relate to quantities, then either the Owner or the Contractor may initiate negotiations upwards or downwards for the adjustment of the Contract price in respect of the Change in the Work pursuant to subsection GC 3.13, Claims, Negotiations, Mediation or payment may be made according to the conditions contained in clause GC 8.02.04, Payment on a Time and Material Basis. P_18 Rev. Date: 1112006 OPSS.MUNII00 Page 19 Rev. Date: 1112006 OPSS.MUNlloo I I I I I I I I I I I I I I I I I I I GC 3.10.02 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 or Change Directive. Upon receipt of such Change Order or Change Directive the Contractor shall proceed with the Extra Work. .02 The Contractor may apply for an extension of Contract Time according to the terms of subsection GC 3.06, Extension of Contract Time. .03 Either the Owner or Contractor may initiate negotiations upwards or downwards for the payment for the Extra Work pursuant to subsection GC 3.13, Claims, Negotiations, Mediation, or payment may be made according to the conditions contained in clause GC 8.02.04, Payment on a Time and Material Basis. GC 3.10.03 Additional Work .01 The Owner, or Contract Admiristrator where so authorized, may request the Contractor to perform Additional Work without invalidating the Contract. If the Contractor agrees to perform Additional Work, the Contractor shall proceed with such Additional Work upon receipt of a Change Order. .02 The Contractor may apply for an extension of Contract Time according to the terms of subsection GC 3.06, Extension of Contract Time. .03 Payment for the Additional Work may be negotiated pursuant to subsection GC 3.13, Claims, Negotiations, Mediation, or payment may be made according to the conditions contained in clause GC 8.02.04, Payment on a Time and Material Basis. GC3.11 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 if delivered by hand, email, or by facsimile transmission and on the fifth Day after the date of mailing, if sent by mail. .02 The Contractor and the Owner shall provide each other with the mail and ernail addresses; pager, cell phone, and telephone numbers; and facsimile terminal numbers for the Contract Administrator and the Superintendent at the commencement of the Work, and update as necessary. .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 within 2 Days. .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 Contract. GC 3.12 Use and Occupancy of the Work Prior to Substantial PerfOrmance .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 Perlormance, provided that at least 30 Days written notice has been given to the Contractor. .02 The use or occupancy of the Work or any part thereof by the Owner prior to Substantial Performance shall not constitute an acceptance of 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 I I I I I I I I I I I I I I I I I I I Documents. The Owner shall 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. GC3.13 Claims, Negotiations, Mediation GC 3.13.01 Continuance of the Work .01 Unless the Contract has been terminated or completed. the Contractor shall in every case. after serving or receiving any notification of a claim or dispute, verbal or written, continue to proceed with the Work w~h due diligence and expedition. It is understood by the parties that suclh action shall not jeopardize any claim it may have. GC 3.13.02 Record Keeping .01 Immediately upon commencing work that may result in a claim, the Contractor shall keep Daily Work Records during the course of the Work, sufficient to substantiate the Contractor's claim. and the Contract Administrator shall keep Daily Work Records to be used in assessing the Contractor's claim. all in accordance with clause GC 8.02.07, Records. .02 The Contractor and the Contract Administrator shall attempt to reconcile their respective Daily Work Records on a daily basis, to simplify review of the claim, when submitted. If the Contractor and the Contract Administrator fail to reconcile their respective Daily Work Records, then the Contractor shall submit its Daily Work Records as part of its claim, whereby the resolution of the dispute about the Daily Work Records shall not be resolved until there is a resolution of the claim. .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. GC 3.13.03 Claims Procedure .01 The Contractor shall give verbal notice of any situation that 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 "Nolicl;l of Intent to Claim" within 7 Days of the commencement of any part of the Work that may be affected by the situation. .03 The Contractor shall submit detailed claims as soon as reasonably possible and in any event no later than 30 Days after completion of the work affected by the situation. The detailed claim shall: a) identify the item or items in respect of which the claim arises; b) state the grounds, contractual or otherwise, upon which the claim is made; and c) include the Records maintained by the Contractor supporting such claim. In exceptional cases, the 30 Days may be increased to a maximum of 90 Days with approval in writing from the Contract Administrator. .04 Wilhin 30 Days of the receipt of the Contractor's detailed claim, the Contract Administrator may request the Contractor to subm~ any further and other particulars as the Contract Administrator considers necessary to assess the claim. The Contractor shall submit the requested information within 30 Days of receipt of such request. P_20 Rev. Date: 11/2006 OPSS.MUNI100 Page 21 Rev. Date: 1112006 OPSS.MUNI100 I I I I I I I I I I I I I I I I I I I .05 Within 90 Days of receipt of the detailed claim, the Contract Administrator shall advise the Contractor, in writing, of the Contract Administrator's opinion with regard to the validily of the claim. GC 3.13.04 Negotiations .01 The parties shall make all reasonable efforts to resolve their dispute by amicable negotiations and agree to provide, without prejudice. open and timely disclosure of relevant facts, information, and documents to facilitate these negotiations. .02 Should the Contractor disagree with the opinion given in paragraph GC 3.13.03.05, with respect to any part of the claim. the Contract Administrator shall 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 Material basis in accordance with clause GC 8.02.04. Payment on a Time and Material Basis, the parties shall proceed in accordance with clause GC 3.13.05. Mediation, or subsection GC 3.14, Arbitration. GC 3.13.05 Mediation .01 If a claim is not resolved satisfactorily through the negotiation stage noted in clause GC 3.13.04. Negotiations. within a period of 30 Days following the opinion given in paragraph GC 3.13.03.05, and the Contractor wishes to pursue the issue further. the parties may. upon mutual agreement, utilize the services of an independent third party mediator. .02 The mediator shall be mutually agreed upon by the Owner and Contractor. .03 The mediator shall be knowledgeable regarding the area of the disputed issue. The mediator shall meet with the parties together or separately, as necessary. to review all aspects of the issue. In a final attempt to assist the parties in resolving the issue themselves prior to proceeding to arbitration the mediator shall provide. without prejudice, a non-binding recommendation for settlement. .04 The review by the mediator shall be completed within 90 Days following the opinion given in paragraph GC 3.13.03.05. .05 Each party is responsible for its own costs related to the use of the third party mediator process. The cost of the third party mediator shall be equally shared by the Owner and Contractor. GC 3.13.06 Payment .01 Payment of the claim shall be made no later than 30 Days after the date of resolution of the claim or dispute. Such payment shall be made according to the terms of Section GC 8.0. Measurement and Payment. GC 3.13.07 Rights of Both Parties .01 It is agreed that no action taken under subsection GC 3.13, Claims, Negotiations. Mediation. by either party shall be construed as a renunciation or waiver of any of the rights or recourse available to the parties. provided that the requirements set oul in this subsection are fulfilled. GC 3.14 Arbitration GC 3.14.01 Conditions of Arbitrationo .01 If a claim is not resolved satisfactorily through the negotiation stage noted in clause GC 3.13.04. Negotiations, or the mediation stage noted in clause GC 3.13.05. Mediation. either party may invoke the provisions of subsection GC 3.14, Arbitration, by giving written notice to the other party. I il I I I I I I I I I I I I I I I I I .02 NotifICation that arbitration shall be implemented to resolve the issue shall be communicated in writing as soon as possible and no later than 60 Days following the opinion given in paragraph GC 3.13.03.05. Where the use of a third party mediator was implemented, notification shall be within 120 Days of the opinion given in paragraph GC 3.13.03.05. .03 The parties shall be bound by the decision of the arbitrator. .04 The rules and procedures of the Arbitration Act, 1991, S.O. 1991, c.17, as amended, shall apply to any arbitration conducted hereunder except to the extent that they are modified by the express provisions of subsection GC 3.14, Arbitration. GC 3.14.02 Arbitration 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 arbitrator has exceeded his or her jurisdiction or have otherwise disqualified him or herself: a) AU existing actions in respect of the matters under arbitration shall be stayed pending arbitration; b) AU 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 shall be arbitrated; and c) Before proceeding with the arbitration, the Contractor shall confirm that all matters in dispute are set out in the schedule. GC 3.14.03 Appointment of Arbitrator .01 The arbitrator shall be mutually agreed upon by the Owner and Contractor to adjudicate the dispute. .02 Where the Owner and Contractor cannot agree on a sole arbitrator within 30 Days of the notification of arbitration noted in paragraph GC 3.14.01.02, the Owner and the Contractor shall each choose an appointee within 37 Days of the notice of arbitration. .03 The appointees shall mutually agree upon an arbitrator to adjudicate the dispute within 15 Days after the last appointee was chosen or they shall refer the matter to the Arbitration and Mediation Institute of Ontario Inc., which may select an arbitrator to adjudicate the dispute within 7 Days of being requested to do so. .04 The arbitrator shall not be interested financially in the Contract nor in either party's business and shall not be employed by either party. .05 The arbitrator may appoint independent experts and any other persons to assist him or her. .06 The arbitrator is not bound by the rules of evidence that govem the bial of cases in court but may hear and consider any evidence that the arbitrator considers relevant. .07 The hearing shall commence within 90 Days of the appointment of the arbitrator. GC 3.14.04 Costs .01 The arbitrator's fee shall be equally shared by the Owner and the Contractor. .02 The fees of any independent experts and any other persons appointed to assist the arbitrator shall be shared equally by the Owner and the Contractor. Page 22 Rev. Date: 1112006 OPSS.MUNll00 GC 3.14.05 The Decision I I I I ' I I I I I I I I I I I I .03 The arbitration hearing shall be held in a place mutually agreed upon by both parties or in the event the parties do not agree, a site shall be chosen by the arbitrator. The cost of obtaining appropriate facilities shall be shared equally by the Owner and the Contractor. .04 The arbitrator may. in his or her discretion, award reasonable costs, related to the arbitration. .01 The reasoned decision shall be made in writing within 90 Days of the conclusion of the hearing. An extension of time to make a decision may be granted with consent of both parties. Payment shall be made in accordance with clause GC 3.13.06, Payment. GC 3.15 Archaeological Finds .01 If the Contractor's operations expose any items that may indicate an archaeological find, such as building remains, hardware, accumulations of bones, pottery, or arrowheads, the Contractor shall immediately notify the Contract Administrator and suspend operations within the area identified by the Contract Administrator. Notification may be verbal provided that such notice is confirmed in writing within 2 Days. Work shall remain suspended within that area until otherwise directed by the Contract Administrator in writing, in accordance with subsection GC 7.10, Suspension of Work. .02 Any delay in the completion of the Contract that is caused by such a suspension of Work shall be considered to be beyond the Contractor's control in accordance with paragraph GC 3.07.01. .03 Any work directed or authorized in connection with an archaeological find shall be considered as Extra Work in accordance with clause GC 3.10.02, Extra Work. .04 The Contractor shall take all reasonable action to minimize additional costs that may accrue as a result of any work stoppage. Page 23 Rev. Date: 1112006 OPSS.MUNll00 I I I I I I I I I I I I I I I I I I I I I I SECTION GC 4.0 - OWNER'S RESPONSIBILITIES AND RIGHTS GC 4.01 Working Area .01 The Owner shall acquire all property rights that are deemed necessary by the Owner for the construction of the Work, including temporary working easements, and shall indicate the full extent of the Working Area on the Contract Drawings. .02 The Geotechnical Report and Subsurface Report that may be provided by the Owner as part of the tender documents shall form part of the Contract Drawings. GC 4.02 Approvals and Permits .01 The Owner shall pay for all plumbing and building permits. .02 The Owner shall obtain and pay for all permits, licences, and certificates solely required for the design of the Work. GC 4.03 Management and Disposition of Materials .01 The Owner shall identify in the Contract Documents the materials to be moved within or removed from the Working Area and any characteristics of those materials that necessitates special materials management and disposition. .02 In accordance with regulations under the Occupational Health and Safety Act, R.S.O. 1990, c.O.1. as amended, the Owner advises that, j a) the designated substances silica, lead, and arsenic are generally present throughout the Working Area occurring naturally or as a result of vehicle emi sions; b) the designated substance asbestos may be present in cement products, asphalt, and conduits for Utilities; c) the following hazardous materials are ordinarily present in construction activities: limestone, gypsum, marble, mica, and Portland cement; and d) exposure to these substances may occur as a result of activities by the Contractor such as sweeping, grinding, crushing. drilling, blasting. culling, and abrasive blasting. .03 The Owner shan identify in the Con\racl Documents any designated substances or hazardous materials other than those identified above and their location in the Working Area. .04 If the Owner or Contractor discovers or is advised of the presence of designated substances or hazardous materials that are in addition to those listed in paragraph GC 4.03.02, or not clearly identified in the Contract Documents according to paragraph GC 4.03.03, then verbal notice shall be provided to the other party immediately with wrillen confirmation within 2 Days. The Contractor shall stop work in the area immediately and shall determine the necessary steps required to complete the work in accordance with applicable legislation and regulation. .05 The Owner shall be responsible for any reasonable additional costs of removing, managing and disposing 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. An work under this paragraph shall be deemed to be Extra Work. Page 24 Rev. Date: 1112006 OPSS.MUNll00 Page 25 Rev. Date: 1112006 OPSS.MUNI100 I I I I I I I I I I I I I I I I I I I .06 Prior to commencement of the Work, the Owner shall provide to the Contractor a list of those products controlled under the Workplace Hazardous Materials Information System (WHMIS), that the Owner may supply or use on the Contract, together with copies of the Materials Safety Data Sheets for these products. All containers used in the application of products controlled under WHMIS shall be labelled. The Owner shall notify the Contractor in writing of changes to the list and provide relevant Material Safety Data Sheets. GC 4.04 Construction Affecting Railway Property .01 The Owner shall pay the costs of all flagging and other traffic control measures required and provided by the railway company unless such costs are solely a function of the Contractor's chosen method of completing the Work. .02 Every precaution shall be taken by the Contractor to protect all railway property at track crossings; or otherwise, on which construction operations are to take place in accordance with the terms of this' Contract. .03 The Contractor shall be required to conduct the construction operations in such a manner as to avoid a possibility of damaging any railway property in the vicinity of the works. Every reasonable precaution shall be taken by the Contractor to ensure the safety of the workers, Subcontractors, and Equipment, as well as railway property throughout the duration of the Contract. GC 4.05 Default by the Contractor .01 If the Contractor fails to commence the Work within 14 Days of a formal order to commence work signed by the Contract Administrator or, upon commencement of the Work, should neglect to prosecute the Work properly or otherwise fails to comply with the requirements of the Contract and, if the Contract Administrator has given a written .statement to the Owner and Contractor that sufficient cause exists to justify such action, the Owner may, without prejudice to any other right or remedy the Owner may have, notify the Contractor in writing that the Contractor is in default of the Contractor's contractual obligations and instruct the Contractor to correct the default in the 5 Working Days immediately following the receipt of such notice. .02 If the Contractor is adjudged bankrupt, or makes a general assignment for the benefit of creditors because of the Contractor's insolvency or if a receiver is appointed because of the Contractor's insolvency, the Owner may, without prejudice to any other right or remedy the Owner may have, by gMng the Contractor or receiver or trustee in bankruptcy notice in writing, terminate the Contract. GC 4,06 Contractor's Right to Correct 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 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. I I I I I I I I I I I I I I I I I I I GC 4.07 Owner's Right to Correct Default .01 If the Contractor fails to correct the default within the time specified in subsection GC 4.06, Contractor's Right to Correct a Defautt, or subsequentiy agreed upon, the Owner, wilhoU1 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. GC 4.08 Termination of Contractor's Right to Continue the Work .01 Where the Contractor faUs to correct a defautt within the time specified in subsection GC 4.06, 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 shall be entitled to, a) take possession of the Working Area or that portion of the Working Area devoted to that part of the Work terminated; b) use the EqUipment of the Contractor and any Material within the Working Area that is intended to be incorporated into the Work, the whole subject to the right of third parties; c) withhold further payments to the Contractor with respect to the Work or Ihe 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 Ihe Contract Administrator, to cover correction to the Work performed by the Contractor that may be required under subsection GC 7.16, Warranty; f) charge the Contractor for any damages the Owner sustained as a result of the default; and g) charge the Contractor the amount by which the cost of corrections to Ihe Work under subsection GC 7.16, Warranty, exceeds the allowance provided for such corrections. GC 4.09 Final 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 Sllbsection GC 4.06, Termination of Contractor's Right to Continue the Work, the Owner shall pay the balance to the Contractor as soon as the final accounting for the Contract is complete. GC4.10 Termination of the Contract .01 Where the Contractor is in default of the Contract the Owner may, without 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. Page 26 Rev. Date: 1112006 OPSS.MUNII00 Page 27 Rev. Dale: 1112006 OPSS.MUNI100 I I I I I I I I I I I I I I I I I I I .02 If the Owner elects to tenninate the Contract, the Owner may provide the Contractor and the trustee or receiver with a complete accounting to the date of tennination. GC 4.11 Continuation of Contractor's Obligations .01 The Contractor's obligation under the Contract as to quality, correction, and warranty of the Work performed prior to the time of tennination of the Contract or tennination 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 of Performance Bond .01 If the Contractor is in default of the Contract and the Contractor has provided a Performance Bond, the provisions of Section GC 4.0, Owner's Responsibilities and Rights, shall be exercised in accordance with the conditions of the Performance Bond. GC4.13 Payment Adjustment .01 If any situation should occur in the performance of the Work that would result in a Change in the Work, the Owner shall be entiUed to an adjustment and those adjustments shall be managed in accordance with subsection GC 3.10.01, Changes in the Work. I I I I I I I I I I I I I I I I I I I SECTION GC 5.0 - MATERIAL GC 5.01 Supply of Material .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 price for the appropriate tender items shall be deemed to include full compensation for the supply of such Material. GC 5.02 Quality of Material .01 All Material supplied by the Contractor shall be new, unless otherwise specified in the Contract Documents. .02 Material supplied by the Contractor shall conform to the requirements of the Contract. .03 As specified in the Contract Documents or as requested by the Contract Administrator, the Contractor shall make available, for inspection or testing, a sample of any Material to be supplied by the Contractor. .04 The Contractor shall obtain for the Contract Administrator the right to enter onto the premises of the Material manufacturer or supplier to carry out such inspection, sampling, and testing as specified in the Contract Documents or as requested by the Contract Administrator. .05 The Contractor shaH 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 shall 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 date. .07 The Contractor shall not change the source of supply of any Material without the written authorization of the Contract Administrator. .08 Material that is not specified shan 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. .09 All Material inspection, sampling, and testing shan be carried out on random basis in accordance with the standard inspection or testing methods required for the Material. Any approval given by the Contract Administrator for the Materials to be used in the Work based upon the randiom method shall not relieve the Contractor from the responsibility of incorporating Material that conforms to the Contract Documents into the Work or prope~y performing the Contract and of any liability arising from the failure to prope~ perform as specified in the Contract Documents. GC 5.03 Rejected Material .01 Rejected Material shall be removed from the Working Area 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 Working Area 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 charges. Page 28 Rev. Date: 1112006 OPSS.MUNI100 Page 29 Rev. Dale: 1112006 OPSS.MUNI100 I I I I I I I I 1 I I I I I I I I I I GC 5.04 Substitutions .01 Where the Contract Documents 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 so designated, that shall be regarded as the standard of quality required by the Contract Documents. After the acceptance of the 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 infonnation as the Contract Administrator may require. .02 Rulings on a proposed substitution shall not be made prior to the acceptance of the Tender. Substitutions shall not be made without the prior approval of the Contract Administrator. The approval or rejection of a proposed substnution shall be at the discretion of the Contract Administrator. .03 If the proposed substitution is approved by the Contract Administrator, the Contractor shall be entitled to the first $1,000 of the aggregate saving in cost by reason of such substootion and to 50% of any additional saving in cost in excess of such $1.000. 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 Change Order shall be issued as weU. GC 5.05 Owner Supplied Material GC 5.05.01 Ordering of Excess Material .01 Where Material is supplied by the Ovvner and where this Material is ordered by the Contractor in excess of the amount specified to complete the Wor1<, such excess Material shall become the property of the Contractor on completion of the Wor1< and shall be charged to the Contractor at cost plus applicable overheads. GC 5.05.02 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 Wor1<. .02 The Contractor shall be responsible for acceptance of Material supplied by the Ovvner, at the specified delivery point and for its safe handling and storage. If such Material is damaged while under the control of the Contractor, n shall be replaced or repaired by the Contractor at no expense to the Ovvner, and to the satisfaction of the Contract Administrator. If such Material is rejected by the Contract Administrator for reasons that 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 arranga for an immediate inspection of the shipment and provide the Contractor with a written release from responsibility for such damage or deficiencies. Where damage or deficiencies are not so reported, it shall be assumed that the shipment arrived in good condition and order, and any damage or deficiencies reported thereafter shall be made good by the Contractor at no extra cost to the Owner. I I I I I I I I I I I I I I I I I I I .04 The full amount of Material supplied by the Owner in each shipment shall be accounted for by the Contractor. and such Mat~1 shall be at the risk of the Contractor after laking 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 type of packaging from Material supplied by the Owner shall become the properly 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 Immediately upon receipt of each shipment, the Contractor shall provide the Contract Administrator copies of bills of fading, or such other documentation the Contract Administrator may require to substantiate and reconcile the quantities of Material received. .07 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 condition and 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. Page 3Q Rev. Date: 11/2006 OPSS.MUNI100 Page 31 Rev. Dale: 1112006 OPSS.MUNll00 I I I I I I I I I I I I I I I I I I I SECTION GC 6.0 -INSURANCE, PROTECTION AND DAMAGE GC 6.01 Protection of Work, Persons and Property .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. The Contractor shall be responsible for all losses and damage that 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 protective work or works and 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 and payment shall be administered according to these General Conditions. .03 The Contractor shall immediately inform the Contract Administrator of all damage and injuries that occur during the term of the Contract. The Contractor shall then investigate and report back to the Contract Administrator within 15 Days of occurrence of incident, or as soon as possible. .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; or 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 the Contractor's Surety shall 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. GC 6.02 Indemnification .01 The Contractor shall indemnify and hold harmless the Owner and the Contract Administrator, their elected officials, agents, officers, and employees from and against all claims, demands, losses, expenses, costs, damages, actions, suits, or proceedings by third parties, hereinafter called .c1aims., directly or indirectly arising or alleged to arise out of the performance of or the faaure to perform the Work, provided such claims are, a) attributable 10 boday injury, sickness, disease, or death or to damage to or destruction of tangible praperty; 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 the date of Substantial Performance of the Work as set out in the Certificate of Substantial Performance of the Work or, where so specified in the Contract Documents, from the date of certification of Final Acceptance. I I I I I I I I I I I I I I I I I I I .02 The Contractor shall indemnify and hold harmless the Owner from all and every claim for damages, royafties or fees for the infringement of any patented invention or copyright occasioned by the Contractor in connection with the Work performed or Material fumished by the Contractor under the Contract. .03 The Owner expressly waives the right to indemnity for claims other than those stated in paragraphs GC 6.02.01 and GC 6.02.02. .04 The Owner shall indemnify and hold harmless the Contractor, their elected officials, agents, officers, and employees from and against all claims, demands. losses. expenses, costs, damages, actions, suits, or proceedings arising out of the Contracto~s performance of the Contract that are attributable to a lack of or defect in title or an alleged lack of or defect in tiUe to the Working Area. .05 The Contractor expressly waives the right to indemnity for claims other than those stated in paragraph GC 6.02.04. GC 6.03 Contractor's Insurance GC 6.03.01 General .01 Without restricting the generaUty of subsection GC 6.02, Indemnification, the Contractor shall provide, maintain, and pay for the insurance coverages listed under clauses GC 6.03.02 and GC 6.03.03. Insurance coverage in clauses GC 6.03.04, GC 6.03.05, and GC 6.03.06 shall only apply when so specified in the Contract Documents. .02 The Contractor shall provide the Contract Administrator with an original Certificate of Insurance for each type of insurance coverage that is required by the Contract Documents. The Contractor shall ensure that the Contract Administrator is; at all times in receipt of a valid Certificate of Insurance for each type of insurance coverage, in such amounts as specified in the Contract Documents. The Contractor will not be permitted to commence work until the Contract Administrator is in receipt of such proof of insurance. The Contract Administrator may withhold payments of monies due to the Contractor until the Contractor has provided the Contract Administrator with original valid Certificates of Insurance as required by the provisions of the Contract Documents. GC 6.03.02 General Liability Insurance .01 General liability insurance shall be in the name of the Contractor, with the Owner and the Contract Administrator named as additional insureds, with limits of not less than five million dollars inclusive per occurrence for bodily injury, death, and damage to property including loss of use thereof, with a property damage deductible of noI more than $5.000. The form of this insurance shall be the Insurance Bureau of Canada Form IBC 2100. .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 insurance shall be conditional upon the Contractor obtaining the services of an insurer licensed to underwrite insurance in the Province of Ontario and obtaining the insurws certificate of equivalency to the required insurance. .03 The Contractor shall maintain in force such policies of insurance specified by the Contract Documents at all times from the commencement of the Work until the end of any Warranty Period or as otherwise required by the Contract Documents. .04 The Contractor shall submit annually to the Owner, proof of continuation of the completed operations coverage and, if the Contractor fails to do so, the limitation period for claiming indemnity described in paragraph GC 6.02.01 c), shall not be binding on the Owner. Page 32 Rev. Dale: 1112006 OPSS.MUNI100 P_33 Rev. Dale: 1112006 OPSS.MUNll00 I I I I I I I I I I I I I I I I I I I .05 Should the Contractor decide not to employ Subcontractors for operations requiring the use of explosives for blasting. pile driving or caisson work. 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 shall not be permitted. GC 6.03.03 Automobile Liability Insurance .01 Automobile liability insurance in respecl of licensed vehicles shall have limits of not less than five 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: a) standard non-owned aulomobile policy including standard contractual liability endorsemenl, and b) standard owner's form automobile policy providing third party liability and accident benefits insurance and covering licensed vehicles owned or operaled by the Contractor. GC 6.03.04 GC 6.03,04.01 Aircraft and Watercraft Liability Insurance Aircraft Liability Insurance .01 Aircraft liability insurance w~h respect to owned or non-owned aircraft used directly or indirectly in the performance of the Work, including use of additional premises, shall be subject to limits of not less than five million dollars inclusive per occurrence for bodily injury, death, and damage to property including loss of use thereof, and limits of not less than five 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. 6.03.04.02 Watercraft Liability Insurance .01 Watercraft liabil~ insurance with respect 10 owned or non-owned watercraft used direcUy or indirecUy in the performance of the Work. including use of additional premises. shall be subject to limits of nolless than five million dollars inclusive per occurrence for bodily injury, death, and damage to property including loss of use thereof. Such insurance shall be in a form acceptable to the Owner. The policies shall be endorsed 10 provide the Owner with not less than 30 Days written notice in advance of cancellation, change, or amendment restricting coverage. GC 6.03.05 GC 6.03.05.01 Properly and Boller Insurance Property Insurance .01 All risks property insurance shall be in the name of the Contractor, with the Owner and the Contract Administrator named as additional insureds, insuring not less than the sum of the amount of the Contract price and the full value. as may be stated in the Contract Documents, of Material that is specified to be provided by the Owner for incorporation into the Work. with a deductible not e~eding 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 Final Acceptance Certificate. I I I I I I I I I I I I I I I I I I I GC 6.03.05.02 Boller Insurance .01 Boiler 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 fconing part of the Work. shall be in 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 Final Acceptance Certificate. GC 6.03.05.03 Use and Occupancy of the Work Prior to Completion .01 Should the Owner wish to use or occupy part or all of the Work prior to Substantial Performance. the Owner shall give 30 Days 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 or occupancy 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. .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 entilled 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. GC 6.03.05.04 Payment for Loss or Damage .01 The Contractor shall be entilled 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 GC 8.0. Measurement and Payment. In addition. the Contractor shall be entilled to receive from the payments made by the insurers the amount of the Contractor's interest in the restoration of the Work. .02 The Contractor shall be responsible for deductible amounts under the policies. except where such amounts may be excluded from the Contractor's responsibility by the terms of this Contract. .03 In the event of a loss or damage to the Work arising from the action or omission of the Owner or 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 GC 8.0, Measurement and Payment. Page 34 Rev. Date: 1112006 OPSS.MUNI100 P_35 Rev. Date: 1112006 OPSS.MUNI100 I I I I I I I I I I I I I I I I I I I GC 6.03.06 Contractor's Equipment Insurance .01 All risks Contractor's equipment insurance covering construction machinery and equipment used by the Contractor for the performance of the Work, including boiler insurance on temporary boilers and pressure vessels, shall be in a form acceptable to the Owner and shall not allow subrogation claims by the insurer against 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. 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. GC 6.03.07 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 Anal Acceptance CertifICate. .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 shaH 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. .05 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 subsection GC 6.03, Contractor's Insurance, or elsewhere in the Contract Documents, then the Owner shall have the right to provide and maintain such insurance and give evidence thereof to the Contractor. The Owner's costlhereof 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. GC 6.04 Bonding .01 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 to the satisfaction of the Owner. The bonds shall be maintained in good standing unbl the fulfilment of the Contract. I I I I I I I I I I I I I I I I I I I GC 6.05 Workplace Safety and Insurance Board .01 The Contractor shall provide the Contract Administrator with a copy of a Certificate of Clearance indicating the Contractor's good standing with the Workplace Safety and Insurance Board, as follows: a) Immediately prior to the Contract Administrator authorizing the Contractor to commence Work. b) Prior to issue of the Certificate of Substantial Performance. c) Prior to expiration of the Warranty Period. d) At any other time when requested by the Contract Administrator. Page 36 Rev. Date: 1112006 OPSS.MUNI100 Page 37 Rev. Date: 1112006 OPSS.MUNll00 I I I I I I I I I I I I I I I I I I I SECTION GC 7.0 - CONTRACTOR'S RESPONSIBIlmES AND CONTROL OF THE WORK GC 7.01 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 Wor!< and all local conditions that may affect the performance of the Work are known. .02 The Contractor shall not commence the Wor!< 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 Wor!< 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 provide adequate labour, Equipment, and Material to ensure the completion of the Contract in accordance with the Contract Documents. The Wor!< shall be performed as vigorously and as continuously as weather conditions or other interferences may permit. .05 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. .06 Notwithstanding paragraph GC 7.01.05, 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 5thall not be held responsible for that part of the design or the specified method of construction. The Contractor 5thall, 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 Wor!<. .07 The Contractor shall execute the terms of the Contract in strict compliance with the requirements of the Occupational Health and Safety Act, R.S.O. 1990, c.O.1, as amended, (the "Act") and Ontario Regulation 213/91, as amended, (that regulates Construction Projects) and any other regulations as amended under the Act (the "Regulations") that may affect the performance of the Work, as the "Constructor" or "employer," as defined by the Act, as the case may. be. The Contractor 5thall ensure that a) worker safety is given first priority in planning, pricing, and performing the Work; b) its officers and supervisory employees have a wor!<ing knowledge of the duties of a "Constructor" and "employer" as defined by the Act and the provisions of the Regulations applicable to the Work, and a personal cornmitrnentto 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) wor!<ers employed to carry out the Work possess the knowiedge, skills, and protective devices required by law or recommended for use by a recognized industry association to allow them to work in safety; e) its supervisory employees carry out their duties in a dmgent and responsible manner with due consideration for the health and safety of the workers; and I I I I I I I I I I I I I I I I I I I f) all Subcontractors and their wort<ers are properly protected from injury while they are at the Work Area. .08 The Contractor, when requested, shall provide Ihe 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 the inspectors appointed to enforce the Act and the Regulations in any investigations of wort<er health and safety in the performance of the Work. The Contractor shall indemnify and save. the Owner harmless from any additional expense that 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. .09 Prior to commencement of the Wort<, the Contractor shall provide to the Contract Administrator a list of those products controlled under the Wort<place Hazardous Materials Information System or WHMIS, which the Contractor expects to use on the Contract. Related Materials 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 Contractor Administrator in writing of changes in the products to be used and provide relevant Material Safety Data Sheets. .10 The Contractor shall have an authorized representative on the site while any Work is being performed, to supervise the Work and act for or on the Contracto~s behalf. Prior to commencement of construction, the Contractor shall notify the Contract Administrator of the names; addresses; positions; and cell phone, pager, and telephone numbers of the Contractor's representatives who can be contacted at any time to deal with matters relating to the Contract, and update as necessary. .11 The Contractor shall designate a person to be responsible for traffic control and work zone safety. The designated person shall be a competent worker who is qualified because of knowledge, training, and experience to perform the duties; is familiar with Book 7 of the Ontario Traffic Manual; and has knowledge of all potential or actual danger to workers and motorists. Prior to the commencement of construction, the Contractor shall notify the Contract Administrator of the name; address; position; cell phone, pager, and telephone numbers of the designated person, and update as necessary. The designated person may have other responsibilities, including other construction sites, and need not be present in the Wort<ing Area at all times. .12 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. .13 The Contractor shall prepare and update, as required, a construction schedule of operations, indicating the proposed methods of construction and sequence of wort< and the time the Contractor proposes to complete the various items of work within the time specified in the Contract Documents. The schedule shall be submitted to the Contract Administrator within 14 Days from the Contract award. If the Contractor's schedule is materially affected by changes, the Contractor shall submit an updated construction schedule, if requested by the Contract Administrator, within 7 Days of the request. This updated schedule shall show how the Contractor proposes to perform the balance of the Wort<, so as to complete the Wort< within the time specified in the Contract Documents. .14 Where the Contractor finds any error, 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. .15 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. Page 38 Rev. Date: 1112006 OPSS.MUNll00 Page 39 Rev. Dale: 1112006 OPSS.MUNI100 I I I I I I I I I I I I I I I I I I I .16 The Contractor shall arrange with the appropriate Utility authorities for the stake out of all underground Utilities and service connections that may be affected by the Work. The Contractor shall observe the location of the stake outs prior to commencing the Work and in the event that there is a discrepancy between the location of the stake outs and the locations shown on the Contract Documents, that may affect the Work, the Contractor shall immediately notify the Contract Administrator and the affected Utility companies, in order to resolve the discrepancy. The Contractor shall be responsible for any damage done to the underground Utilities and service connections by the Contractor's forces during construction if the stake out locations are within the tolerances given in paragraph GC 2.01.01 a).. GC 7.02 Layout .01 Prior to commencement of construction, the Contract Administrator and the Contractor shall locate on site those properly bars, baselines, and benchmarks that are necessary to delineate the Working Area and to layout the Work, all as shown on the Contract Drawings. .02 The Contractor shall be responsible for the preservation of all property bars while the Work is in progress, except those properly bars that must be removed to facilitate the Work. Any other properly bars disturbed, damaged, or removed by the Contractor's operations shall be replaced under the supervision of an Ontario Land Surveyor, at the Contractor's expense. .03 At no extra cost to the Owner, the Contractor shall provide the Contract Administrator with such materials and devices as may be necessary to layout the baseline and benchmarks, and as may be necessary for the inspection of the Work. .04 The Contractor shall provide qualified personnel to lay out and establish all lines and grades necessary 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 shall be carefully preserved by the Contractor. In the case of their destruction or removal. such stakes. marks. and reference points shall be replaced at the Contractor's expense. .08 Benchmarks and survey monuments identified in the Contract Documents shall be protected by the Contractor. In the case of their destruction or removal. such benchmarks and survey monuments shall be replaced by the Owner at the Contractor's expense. GC 7.03 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. .02 The Contractor shall confine the 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. I I I I I I I I I I I I I I I I I I I .03 The Contractor shall not enter upon or occupy any private property for any purpose, unless the Contractor has received prior wrillen permission from the property owner. GC 7.04 Damage by Vehicles 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. GC 7.05 Excess Loading of Motor 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, R.S.O. 1990, c.H.8, as amended, 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 permilled. The Contractor shall bear the onus of weighing disputed loads. GC 7.06 Condition ofthe Working Area .01 The Contractor shall maintain the Working Area in a tidy condition and free from the accumulation of debris and prevent dust nuisance, mud, and ponding water, other than that caused by the Owner or others. GC 7.07 Maintaining Roads and Detours .01 Unless otherwise specified in the Contract Documents, if an existing Roadway is affected by construction, it shall be kept open to both vehicular and pedestrian traffic. .02 Subject to the approval of the Contract Administrator, the Contractor shall, at no additional cost to the Owner, be responsible for providing and maintaining for the duration of the Work an alternative route for both pedestrian and vehicular traffic through the Working Area in accordance with the OTM, whether along the existing Highway under construction or on a detour road beside or adjacent to the Highway under construclion. .03 Subjeclto the approval of the Contract Administrator, the Contractor may block traffic for short periods of time to facilitate construction of the Work in accordance with the aTM. Any temporary lane closures shall be kept to a minimum. .04 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. The Contractor shall not be required to apply de-icing chemicals or abrasives or carry out snowplowing. .05 Where localized and separated sections of the Highway are affected by the Contractor's operations, the Contractor shall 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. .06 Where the Contract Documents provide for or the Contract Administrator requires detours at specific locations, payment for the construclion of the detours and, if required, for the subsequent removal of the detours, shafl be made at the Contract prices appropriate to such work. Page 40 Rev. Dale: 1112006 OPSS.MUNI100 Page 41 Rev. Dete: 1112006 OPSS.MUNll00 I I I I I I I I I I I I I I I I I I I .07 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 shall be made. .08 Where work under the Contract is discontinued for any extended period, including seasonal shutdown, the Contractor shall, when directed by the Contract Administrator, open and place the Roadway and detours in a passable, safe, and satisfactory condition for public travel. .09 Where the Contractor constructs a detour that is not specifically provided for in the Contract Documents 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 and site restoration shall be performed as directed by the Contract Administrator. .10 Where, with the prior 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, erect, and maintain traffic control devices in accordance with the OTM. .11 Compliance with the foregoing provisions shall in no way relieve the Contractor of obligations under subsection GC 6.01, Protection of Work, Persons, and Property, deating with the Contractor's responsibility for damage claims, except for claims arising on sections of Highway within the Working Area that are being maintained by others. GC 7.08 Access to Properlles 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. .02 The Contractor shall provide at all times and at no extra cost to the Owner access to fire hydrants, water and gas valves, and all other Utilities 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 GC 7.12, Notices by the Contractor, and shall arrange such interruptions so as to create a minimum of interference to those affected. GC 7.09 Approvals and Permits .01 Except as specified in subsection GC 4.02, Approval and. Permits, the Contractor shall obtain and pay for any permits, licences, and certificates, which at the date of tender closing, are required for the performance of the Work. .02 The Contractor shall arrange for all necessary inspections required by the approvals and permits specified in paragraph GC 7.09.01. I I I I I I I I I I I I I I I I I I I GC 7.10 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 shall not be resumed until the Contract Administrator so directs in Writing. Delays, in these circumstances, shall be administered according to subsection GC 3.07, Delays. . GC 7.11 Contractor's Right to Stop the Work or Terminate the Contract .01 If the Owner 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, 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 otherwise 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, with a copy to the Contract Administrator, that the Owner is in default of contractual obligations if, a) the Contract Administrator fails 10 issue certificates in accordance with the provisions of Section GC 8.0, Measurement and Payment; b) the Owner fails to pay the Contractor, within 30 Days of the due dates identified in clause GC 8.02.03, Certification and Payment, the amounts certified by the Contract Administrator or within 30 Days of an award by an arbitrator or court; or c) the Owner violates the requirements of the Contract. .04 The Contractor's Written notice 10 the Owner shall advise that if the default is not corrected in the 7 Days immediately following 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. .05 If the Contractor terminates the Contract under the conditions set out in subsection GC 7.11, the Contractor shall be entiUed 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. GC 7.12 Notices by the Contractor .01 Before work is carried out that may affect the property or operations of any Ministry or agency of govemmenl or any person; company; partnership; or corporation, including a municipal 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 Documents, 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, Contract Administrator, and the owner of the works of the location and details of such damage or interference. Page 42 Rev. Dale: 1112006 OPSS.MUNI100 Page 43 Rev. Date: 1112006 OPSS.MUNll00 I I I I I I I I I I I I I I I I I I I GC 7.13 Obstructions .01 Except as otherwise noted in these General Conditions, the Contractor assumes all the risks and responsibilities arising ou1 of any obstruction encountered in the performance of the Work and any traffic conditions, including traffic conditions on any Highway or road giving access to the Working Area caused by such obstructions, and the Contractor shall not make any claim against the ONner for any loss, damage, or expense occasioned thereby. .02 Where the obstruction is an underground Utility 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 Conlracl Documents and the location so shown is wllhin the tolerance specified in paragraph GC 2.01.01 a), 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 slle investigation made by the Contractor in accordance with these General Conditions. .03 During the course of the Contract, it is the Contractor's responsibility to consult with Utitity 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 Utilities from damage. GC 7.14 Limitations of Operations .01 Except for such work as may be required by the Conlracl Administrator to maintain the Work in a safe and satisfactory condition, the Contractor shall not carry out operations under the Contract on Saturdays, Sundays, and Statutory Holidays without permission in writing from the Contract Administrator. .02 The Contractor shall cooperate and coordinate the Work with other Contractors, Utility companies, and the Owner and they shall be allowed access to their work or plant at all reasonable times. GC 7.15 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 Conlraclor 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. .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. GC 7.16 Warranty .01 Unless otherwise specified in the Contract Documents for certain Materials or components of the Work, the Contractor shall be responsible for the proper performance of the Work only to the extent that the design and standards permit such performance. .02 Subject to the previous paragraph the Contractor shall correct prompUy, at no additional cost to the Owner, defects or deficiencies in the Work that appear, a) prior to and during the period of 12 months from the date of Substantial Performance of the Work, as set out in the Cerlificate of Substantial Performance of the Work, I I I I I I I I I I I I I I I I I I I b) where the work is completed after the date of Substantial Performance, 12 months after Completion of the Work, c) where there is no Certificate of Substantial Performance, 12 months from the date of Completion of the Work as set out in the Completion Certificate, or d) such longer periods as may be specified in the Contract Documents for certain Materials or some of the Work. The Contract Administrator shall 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 GC 7.16.02. GC7.17 Contractor's Workers .01 The Contractor shall only employ orderly, competent, and skillful workers to do the Work and whenever the Contract Administrator shall inform the Contractor in writing that any worker or workers involved in the Work are, in the opinion of the Contract Administrator, incompetent, or disorderly such worker or workers shall be removed from the work and shall not be employed on the work again w~hout the consent in writing of the Contract Administrator. GC 7.18 Drainage .01 During construction and until the Work is completed, the Contractor shall make all reasonable efforts to keep all portions of the Work properly and efflCienUy drained, to at least the same degree as that of the existing drainage conditions. Page 44 Rev. Date: 1112006 OPSS.MUNI100 Page 45 Rev. Date: 11J20l16 OPSS.MUNI100 I I I I I I I I I I I I I I I I I I I SECTION GC 8.0 - MEASUREMENT AND PAYMENT GC 8.01 Measurement GC 8.01.01 Quantities .01 The Contract Administrator shall make an Estimate once a month, in writing, of the quantity of Work performed. The first Estimate shall be the quantity of Work perfonned since the Contractor commenced the Contract. and every subsequent Estimate, except the final one, shall be of the quantity of Work perfonned since the preceding Estimate was made. The Contract Administrator shall 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 approximate. The final quantities for the issuance of the Completion Payment Certificate shall be based on the measurement of Work completed. .03 Measurement of the quantities of the Work perfonned may be either by Actual Measurement or by Plan Quantity principles as indicated in the Contract. Adjustments to Plan Quanlily measurements shall normally be made using Plan Quantity principles but may, where appropriate, be made using Actual Measurements. Those items identified on the Tender by the notation (P) in the unit column shall be paid according to the Plan Quantity. Items where the notation (P) does not occur shall be paid according to Actual Measurement or lump sum. GC 8.01.02 Variations in Tender Quantities .01 Where it appears that the quantity of Work to be done or Material to be supplied or both by the Contractor under a unit price tender item may exceed or be less than the tender quantity, the Contractor shall proceed to do the Work or supply the Material or both required to complete the tender item and payment shall be made for the actual amount of Work done or Malerial supplied or both at the unit prices stated in the Tender except as provided below: a) In the case of a Major Item where the quantity of Work performed or Material supplied or both 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 or Malerial supplied or both 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 or supplying the Material or both under the tender item plus a reasonable allowance for profit and applicable overhead. b) In \he case of a Major Item where the quantity of Work performed or Material supplied or both by the Contractor is less than 85% of the tender quantity, the Contractor may make a written request to negotiate for the portion of the actual overheads and fixed costs applicable to the amount of the underrun in excess of 15% of the tender quantity. For purposes of the negotiation, the overheads and fixed costs applicable to the item are deemed to have been prorated unifonnly over 100% of the tender quantity for the item. Overhead costs shall be confinned by a statement certified by the Contractor's senior financial offICer or auditor and may be audited by the Owner. Alternatively, where both parties agree, an allowance equal to 10% of \he unit price on the amount of the underrun in excess of 15% of the tender quantity shall be paid. Written requests for compensation must be received no later than 60 Days after the issuance of the Completion Payment Certificate. II , i I I I I I I I I I I I I I I I I I I GC 8.02 Payment GC 8.02.01 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 anyone item and without specified details of payment shall be deemed to be included in the items with which it is associated. GC 8.02.02 Advance Payments for Material .01 The Owner shall make advance payments for Material intended for incorporation in the Work upon the wrillen request of the Contractor and according to the following terms and conditions: a) The Contractor shall deliver the Material to a site approved by the Contract Administrator and the Contractor shall, in advance of receipt of the shipment of the Material, arrange for adequate and proper storage facilities. b) The value of aggregates. processed and stockpiled, shall be assessed by the following procedure: i. Sources Other Than Commercial (1) Granular A, B, BI, BII, Bill, M, and 0 shall be assessed at the rate of 60% of the Contract price. (2) 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. ii. Commercial Sources Payment for separated coarse and fine aggregates shall 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 shall not be made. c) Payment for all other materials, unless otherwise specified elsewhere in the Contract Documents, shall be based on the invoice price, and the Contractor shall submit proof of cast to the CQntract Administrator before 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. .02 Where the Owner makes advance payments subject to the conditions listed in paragraph GC 8.02.02.01, such payment shall not constitute acceptance of the Material by the Owner. Acceptance shall only be determined when the material meets the requirements of the appropriate specification. Page 46 Rev. Date: 1112006 DPSS.MUNI100 Page 47 Rev. Date: 1112006 OPSS.MUNll00 I I I I I I I I I I I I I I I I I I I GC 8.02.03 GC 8.02.03.01 Certification and Payment Progress Payment Certificate .01 The value of the Work performed and Material supplied shall be calculated once a month by the Contract Administrator in accordance with the Contract Documents and clause GC. 8.01.01, Quantities. .02 The progress Payment Certificate shall show, a) the quantities of Work performed; b) the value of Work performed; c) any advanced payment for Material; d) the amount of statutory holdback, liens, Owner's set-off; e) the amount of GST. as applicable; and f) the amount due to the Contractor. .03 One copy of the progress Payment Certificate shall be sent to the Contractor. .04 Payment shall be made within 30 Days of the Cut-Off Date. GC 8.02.03.02 . 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 cerlify the completion of such subcontract. .02 The Contract Administrator shall 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 The Contract Administrator shall set out in the Cerlificate of Subcontract Completion the date on which the subcontract was completed and, within 7 Days of the date the subcontract is certified complete, the Contract Administrator shall give a copy of the cerlificate to the Contractor and to the Subcontractor concerned. GC 8.02.03.03 Subcontract Statutory Holdback Rel_e CertIficate and Payment .01 FoHowing receipt of the Certificate of Subcontract Completion. the Owner shan release and pay the Contractor the statutory holdback retained in respect of the subcontract. Such release shall be made 46 Days after 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 shall release the Owner from all further claims relating to the subcontract, qualified by stated exceptions such as holdback monies; b) evidence satisfactory to the Contract Administrator that the Subcontractor has discharged all liabilities incurred in carrying out the subcontract; I I I I I I I I I I I I I I I I I I I c) a satisfactory clearance certificate or letter from the Workplace Safety and Insurance 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 GC 8.02.03.03.01 d), shall 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. GC 8.02.03.04 Certification of Substantial Performance .01 Upon application by the Contractor and when the Contract Administrator has verified that the Contract has been substantially performed, the Contract Administrator shall issue a Certificate of Substantial Performance. .02 Upon verifying that the Contract has been substantially performed, the Contract Administrator shall issue a certificate of Substantial Performance and shall 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 shall provide a copy to the Contractor. .03 Upon receipt of a copy of the Certificate of Substantial Perfonnance, the Contractor shall forthwith, as required by Section 32(1) Paragraph 5 of the Construction Uen Act, R.S.O. 1990, c.C.30, as amended, 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 Uen Act, the 45 Day lien period prior to the release of holdback as referred to in clause GC 8.02.03.05, Substantial Perfonnance Payment and Statutory Holdback Release Payment Certificates, shall commence from the date of publication of the Certificate of Substantial Performance as provided for above. GC 8.02.03.05 Substantial Perfonnance Payment and Substantial Performance Statutory Holdback Release Payment Certlflcates .01 When the Contract Administrator issues the Certificate of Substantial Performance, the Contract Administrator shall 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 shall 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; Page 48 Rev. Date: 1112006 OPSS.MUNll00 P_49 Rev. Date: 1112006 OPSS.MUNll00 I I I I I I I I I I I I I I I I I I I d) the amount of maintenance security required; and e) the amount due the Contractor. .03 Payment of the amount certified shall be made within 30 Days of the date of issuance of the payment certificate. .04 The Substantial Performance Statutory Holdback Release Payment Certificate shall be a payment certificate releasing 10 the Contractor the statutory holdback due in respect of Work performed up to the date of Substantial Performance. Payment of such statutory holdback shall be due 46 Days after the date of publication of the Certificate of Substantial Performance but subject 10 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 10 the Contract, qualified by stated exceptions such as outstanding work or matters arising out of subsection GC 3.13, Claims, Negotiations, Mediation; b) a statutory declaration in a form satisfactory to the Contract Administrator that all liabilities incurred by the Contractor and the Contraclor's Subcontractors in carrying out the Contract have been discharged except for statutory hoIdbacks properly retained; c) a satisfactory Certificate of Clearance from the Workplace Safety and Insurance Board; and d) proof of publication of the Certificate of Substantial Performance. GC 8.02.03.06 Certification of Completion .01 Upon application by the Contractor and when the Contract Administrator has verified that the Contract hasieached Completion, the Contract Administrator shall issue a Completion Certificate. .02 The Contract Administrator shall set out in the Completion Certificate the date on which the Work was completed and, within 7 Days of signing the said certificate, the Contract Administrator shall provide a copy 10 the Contractor. GC 8.02.03.07 Completion Payment and Completion Statutory Holdback Release Payment Certificates .01 When the Contract Administrator issues the Completion Certificate, the Contract Administrator shall also issue the Completion Payment Certificate and the Completion Statutory Holdback Release Payment Certificate or where appropriate, a combined payment certificate. .02 The Con1pIetion Payment Certificate shall show, a) measurement and value of Work at Completion; b) the amount of the further statulory 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 10 above; and c) the amount due the Contractor. .03 The Completion Statutory Holdback Release Payment Certificate shall be a payment certificate releasing 10 the Contractor the further statutory holdback. Payment of such statutOry holdback shall be due 46 Days after the date of Completion of the Work as established by the Completion Certificate but subject 10 the provisions of the ConstlllCfion Lien Act and the submission by the Contractor of the following documents: I I I I I I I I I I I I I I I I I I I 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 c) a satisfactory Certificate of Clearance from the Workplace Safety and Insurance Board. GC 8.02.03.08 Interest .01 Interest due the Contractor is based on simple interest and is calculated using the applicable Rate of Interest GC 8.02.03.09 Interest for Late Payment .01 Provided the Contractor has complied with the requirements of the Contract, including all documentation requirements, 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 entiDed to receive interest on the outstanding payment at the Rate of Interest, if payment is not received on the dates set out below: a) Progress Payment Certificates: 30 Days after the Cut-Off Date; b) Certificate of Subcontract Completion: 30 Days after the date certified as the date on which the subcontract was completed; c) Subcontract Statutory Holdback Release Payment Certificate: 76 Days after the date on which the subcontract was CClmpleted; d) Substantial Performance Payment Certificate: 30 Days after the date of issuance of the certificate; e) Substantial Performance Statutory Holdback Release Payment Certificate: 76 Days after publication of the Payment Certificate of Substantial Performance; f) Completion Payment Certificate: 30 Days after the date certified as the date on which the Contract reached Completion; and g) Completion Statutory Holdback Release Payment Certificate: 76 Days after the date certified as the date that the Work was completed. .02 If the Contractor has not complied with the requirements of the Contract, including all documentation requirements, prior to expiration of the time periods described in paragraph GC 8.02.03.09.01, interest shall only begin to accrue when the Contractor has completed those requirements. Page 50 Rev. Dale: 1112006 OPSS.MUNll00 Page 51 Rev. Date: 1112006 OPSS.MUNI 100 I I I I I I I I I I I I I I I I I I I GC 8.02.03.10 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 or procedure or both described by subsection GC 3.13, Claims, Negotiations, Mediation, the Owner shall pay the Contractor the Rate of Interest on the amount of the negotiated price for that part of the Work or on the amount of the setUed claim. Such interest shall not commence until 30 Days after the satisfactory completion of that part 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. .03 Where the Contractor faits to give notice of a claim within the time limit prescribed by subsection GC 3.13, Claims, Negotiations, Mediation, interest shall not be paid. .04 Where a Contractor fails to comply with the 30 Day time limit and the procedures prescribed in paragraph GC 3.13.03.03 for submission of claims, interest shall not be paid for the delay period. GC 8.02.03.11 Owner's Set-Off .01 Pursuant to Section 12 of the Construction Uen Act, the Owner may retain from monies owing to the Contractor under this Contract an amount sufficient to cover any outstanding or disputed liabilities, including the cost to remedy deficiencies, the reduction in value of substandard portions of the Work, claims for damages by third parties that have not been determined in writing by the Contractor's insurer, undetermined claims by the Owner under paragraph GC 8.01.02.01 a), any assessment due the Workplace Safety and Insurance Board, and any monies to be paid to the workers in accordance with clause GC 8.02.06, Payment of Workers. .02 Under these circumstances the Owner will give the .Contractor appropriate notice of such action. GC 8.02.03.12 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 due dates as defined in paragraph GC 8.02.03.09.01. GC 8.02.04 GC 8.02.04.01 Payment on a Time and Material Basis Definitions .01 For the purpose of clause GC 8.02.04 the following definitions apply: Cost of Labour means the amount of wages, salary, travel, travel time, food, lodging, or similar items and Payroll Burden paid or incurred direcUy by the Contractor to or in respect of labour and supervision actively and necessarily engaged on the Work based on the 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, and 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. 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. Operated Rented Equipment means Rented Equipment 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. I I I I I I I I I I I I I I I I I I I Payroll Burden means the payments in respect of workplace insurance, vacation pay, employment insurance, public liability and property damage insurance, sickness and accident insurance, pension fund, and such other welfare and benefit payments forming part of the Contracto~s normal labour costs. 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 of the lessee as the word "associate" is defined by the Securities Act, R.S.O. 1990, c.S.5, as amended, and is approved by the Contract Administrator. Road Work means the preparation, construction, finishing, and construction maintenance of roads, streets, Highways, and parking lots and includes all work incidentals 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 that is not considered Working Time and which together with the Working Time does not exceed 10 hours in anyone Working Day and during which time a unit 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. The 127 Rate means the rate for a un~ of Equipment as listed in OPSS 127, Schedule of Rental Rates for Construction Equipment, Including Model and Specification Reference, that is current at the time the work is carried out or for Equipment that is not so listed, the rate that 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 on a Time and Material Basis shall be subject to all the terms, conditions, Standard Specifications and provisions of the Contract. Working TIme means each period of time during which a unit of Equipment is actively and of necessity engaged on a specific operation and the first 2 hours of each immediately following period during which the un~ 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 lime the unit is in a fully operable condition. GC 8.02.04.02 Dally Work Records .01 Daily Work Records, prepared as the case may be by either the Contract~s representative or the Contract Administrator reporting the labour and Equipment employed and the Material used on each Time and Material project, should be reconciled and signed each Day by both the Contractor's representative and the Contract Administrator. If it is not possible to reconcile the Daily Work Records, then the Contractor shall submit the un-reconciled Daily Work Records with its claim, whereby the resolution of the dispute about the Daily Work Records shall not be resolved until there is a resolution of the claim. Page 52 Rev. Dale: 11/2006 OPSS.MUNll00 Page 53 Rev. Date: 1112006 OPSS.MUNI100 I I I I I I I I I I I I I I I I I I I GC 8.02.04.03 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 on a Time and Material basis shall apply to each individual Change Order authorized by the Contract Administrator. GC 8.02.04.04 Payment for Labour .01 The Owner shall pay the Contractor for labour employed on each Time and Material project at 135% of the Cost of Labour up to $3,000, then at 120% of any portion of the Cost of labour in excess of $3,000. .02 The Owner shall make payment in respect of Payroll Burden for Work on a Time and Material Basis at the Contractor's actual cost of Payroll Burden. .03 At the Owner's discretion, an audit may be conducted in which case the actual Payroll Burden so determined shall be applied to all Time and Material work on the Contract. GC 8.02.04.05 Payment for MlIterial .01 The Owner shall 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. GC 8.02.04.06 GC 8.02.04.06.01 Payment for Equipment Working Time .01 The Owner shall 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 - payment $10,000 plus 90% of the portion in excess of $10,000; and c) Cost greater than $ 20,000 - $19,000 plus 80% of the portion in excess of $20,000. .02 The Owner shall 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 shall be waived when the Contract Administrator approves the invoice price prior to the use of the Rented Equipment. .03 The Owner shall pay the Contractor for the Working Time of Operated Rented Equipment used 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. GC 8.02.04.06.02 Standby Time .01 The Owner shall 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 shall pay reasonable costs for Rented Equipment where this is necessarily retained in the Working Area for extended periods agreed to by I I I I I I I I I I I I I I I I I I I the Contract Administrator. This shall 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 shall include the Cost of Labour of operators or associated labourers who cannot be otherwise employed during the standby period or during the period of idleness caused by the circumstances giving rise to the Work on a Time and Material Basis. .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 shall pay such costs as a resull 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 shall be made by the Owner only in respect of the transporting units. When Equipment is moved under its own power it shall be deemed to be working. The method of moving Equipment and the rates shall be subject to the approval of the Contract Administrator. GC 8.02.04.07 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. GC 8.02.04.08 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 such work, in accordance with the requirements of subsection GC 3.09, Subcontracting by the Contractor, the Owner shall 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) 20% of the first $3,000; plus b) 15% of the amounlfrom $3,000 to $10,000; plus c) 5% of the amount in excess of $10,000. .02 No further markup shall 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, no markup whatsoever shall be applied. GC 8.02.04.09 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 such work. .02 Separate summaries shall be completed by the Contractor according to the standard form "Summary for Payment of Accounts on a Time and Material Basis." Each summary shall include the Change Directive or Change Order number and covering dales of the work and shall itemize separately the labour, Materials, and Equipment Invoices for Materials, Rented Equipment, and other charges incurred by the Contractor on the Work on a Time and Material Basis shall be included with each summary. Page 54 Rev. Date: 1112006 OPSS.MUNll00 Page 55 Rev. Dale: 11/2006 OPSS.MUNI100 I I I I I I I I I I I I I I I I I I I .03 Each month the Contract Administrator shall 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 and Material Basis. GC 8.02.04.10 Payment Other Than on a Time and Material Basis .01 Clause GC 8.02.04 does not preclude the option of the Contract Administrator and the Contractor negotiating a Lump Sum Item or unit price payment for Change in the Work, Extra Work, and Additional Work. GC 8.02.04.11 Payment Inclusions .01 Except where there is agreement in writing to the contrary, the compensation, as herein provided, shall be accepted by the Contractor as compensation in full for profit and all costs and expenses arising out of the work, including all cost of general supervision, administration, and management time spent on the work, and no other payment or allowance shall be made in respect of such work. GC 8.02.05 Final Acceptance Certificate .01 After the acceptance of the Work, the Contract Administrator shall issue the Rnal Acceptance Certificate, or, where applicable, after the Warranty Period has expired. The Final Acceptance Certificate shall 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. GC 8.02.06 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 tha 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 paragraph GC 8.02.06.01. .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 GC 8.02.03.11, Owner's Set-Off. GC 8.02.07 Records .01 The Contractor shall maintain and keep 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 Rnal 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 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. The Contractor shall supply certified copies of any part of its Records required, whenever requested by the Owner. I I I I I I I I I I I I I I I I I I I GC 8.02.08 Taxes .01 Where a change in Canadian Federal or Provincial taxes occurs after the date of tender closing for this Contract, and this change could not have been anticipated at the time of bidding, the Owner shall increase or decrease Contract payments to account for the exact amount of tax change involved. .02 Claims for compensation for additional tax cost shall be submitted by the Contractor to the Contract Administrator on forms provided by the Contract Administrator to the Contractor. Such claims for additional tax costs shall be submitted not less than 30 Days after the date of Final Acceptance. .03 Where the Contractor benefits from a change in Canadian Federal or Provincial taxes, the Contractor shall submit to the Contract Administrator, on fonns provided by the Contract Administrator, a statement of such benefits. This statement shall be submitted not later than 30 Days after Final Acceptance. .04 Changes in Canadian Federal or Provincial taxes that impact upon commodities, which when left in place fonn part of the finished Work, or the provision of services, where such services form part of the Work and where the manufacture or supply of such commodities or the provision of such services is carried out by the Contractor or a Subcontractor, are subject to a claim or benefit as detailed above. Services in the latter context means the supply and operation of equipment, the provision of labour, and the supply of commodities that do not form part of the Work. GC 8.02.09 liquidated Damages .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. Page 56 Rev. Date: 1112006 OPSS.MUN/100