Loading...
HomeMy WebLinkAbout2008-120 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW 2008 - 120 Being a By-law to authorize a contract between the Corporation of the Municipality of Clarington and Ron Robinson Limited, Bowmanville, Ontario, to enter into agreement for the Beech Avenue Reconstruction, Bowmanville, Ontario. 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, Ron Robinson Limited, Bowmanville, 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 23rd day of June, 2008. By-law read a third time and finally passed this 23rd day of June, 2008. .'\"" " , r' ,Municipal 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 BEECH AVENUE RECONSTRUCTION, BOWMANVILLE CONTRACT NO. CL2008-22 May 2008 ~~ architects planners TSH No. 12-29601 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: RON ROBINSON LIMITED of the Regional Municipality of Durham and Province of Ontario hereinafter called the Contractor THE PARTY OF THE FIRST PART - and- THE CORPORA nON OF THE MUNICIPALITY OF CLARINGTON hereinafter called the Purchaser THE PARTY OF THE SECOND PART WITNESSETH, that the party of the first part, for and in consideration of the payment or payments specified in the tender for this work hereby agrees to furnish all necessary machinery, tools, equipment, supplies, labour, and other means of construction and, to the satisfaction of the Engineer, to do all the work as described hereafter, furnish all the materials except as herein otherwise specified, aud 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 Beech Avenue Reconstruction, BowmanviJIe, Contract No. CL2008-22 Addendum No. I dated June 10, 2008 Addendum No.2 dated June 11,2008 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 1. PLANS: Drawings No. Title Sheet, Index, 1-4, LI, XS-I, XS-2, W-S-I, W-S-2 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 September 2007 and Municipality of Clarington Design Guidelines and Standard Specifications - 2004. OPSS No. Date OPSS No. Date OPSS No. Date OPSS No. Date 127 Current 314 Nov. 2004 409 Nov. 2005 514 Nov. 2005 128 Current 350 Mar. 1998 410 Nov. 2006 515 Nov. 2005 180 Nov. 2005 351 Nov. 2005 501 Nov. 2005 516 Nov. 2005 201 Nov. 2007 353 Nov. 2006 503 Nov. 2005 570 Nov. 2007 206 Nov. 2000 355 Nov. 2006 504 Nov. 2005 571 Nov. 2007 310 Nov. 2004 405 Nov. 2005 506 Nov. 2005 701 Nov. 2006 311 AD[. 2004 407 Nov. 2007 507 Nov. 2005 702 Nov. 2006 312 Apr. 2004 408 Nov. 2007 510 Nov. 2006 K. GEOTECHNICAL INVESTIGATION L. TREE ASSESSMENT REPORT M. 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 3D accordance with this agreement on or before September ,H', 2008. fL ~ 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 ,.d ".kd by" ":'-:li ROBINSON LIMITED ) .. ) - ) ~ hklL, ~ ) Date ) ) j /j)/#dtAJ j <:-~U;), ?Qog Date in the presence of SIGNED and sealed by the Purchaser: THE CORPORA nON OF THE MUNICIPALITY OF CLARINGTON in the presence of P:\Dept 12\12-29601 \Specs\CL2008-22-AGR.doc ) ) ) ) ) ) ) ) ) ) ) ~~ Date ,J0~ 'j'O) 2.00~ ~ ..:- c &L ~.-._-.~ j ~/'...~:-.-.~. L . - , C. Anne Greentree, Deputy Clerk Date Sub l()j '2.00~ . ~- j 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. CL2008-22 MUNICIPALITY OF CLARINGTON BEECH A VENUE RECONSTRUCTION ADDENDUM NO.2 Contractors are hereby advised of the following modification to Contract No. CL2008-22: ITEMIZED BID Page 5 of 10 Pages - Item No. A34 Unit of"m2" to be deleted and replaced with ">>I". All tenders must be submitted on the basis of this modification. 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 June 11,2008 P:\Dept 12\12-2%OI\SpecslCL2008-22 ADD 2.doc I I I I I I I I I I I I I I I I I I I CONTRACT NO. CL2008-22 MUNICIPALITY OF CLARINGTON BEECH AVENUE RECONSTRUCTION ADDENDUM NO.1 Contractors are hereby advised oftbe following modifications to Contract No. CL2008-22: SPECIAL PROVISIONS - GENERAL Page 6, Clause 14 - MAINTENANCE OF TRAFFIC The following sentence shall be added after tbe first sentence oftbis Clause: "Where this is not possible prior arrangenrents must be made with affected honre owners." SPECIAL PROVISIONS - TENDER ITEMS 1. Page 13, SANITARY SEWER PIPE-ITEM NO. 2.01 The following sentence shall be added to .2 of the "Include" portion ofthe specification: "Paynrent for the 50 mm crusher run linrestone will be paid for under Item No. A9." 2. Page 25, PIPE (NOT INCLUDING RESTORATION) -ITEM NO. 3.01.02 AND 3.01.04 Delete Clause .4 ofthe specification. All tenders must be submitted on tbe 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 June 10,2008 P:\Dept 12\12-2%OllSpecs\CL2008-22 ADD l.doc I I I I I I I I I I I I I I I I I I I PROJECT: TENDER FOR CONTRACT NO. CL2008-22 BEECH A VENUE RECONSTRUCTION, BOWMANVILLE AUTHORITY: CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT ADMINISTRATOR: TOTTEN SIMS HUBICKI ASSOCIATES ENGINEERS, ARCHITECTS and PLANNERS 513 DNISION STREET COBOURG,ONTA~O. K9A5G6 Telephone: 905-372-2121 Fax: 905-372-3621 TENDERER: Ron Robinson Limited Name 3075 Maolel!Tove Road BowmanviIle. Ontario LlC 3K4 Address (include Postal Code) Tel: 905-697-0400 Fax: 905-697-058 I Telephone and Fax Numbers Ronald D. Robinson Name of Person Signing V ice President Position of Person Signing TENDERS RECEIVED BY: Ms. Patti Barrie, Clerk Corporation of the Municipality of Clarington 40 Temperance Street BowmanviIle, Ontario LlC 3A6 P:\Depl 12112-2960 I ISpeesIC12008-22-TF(S;gnDocs).doc Page 1 of 1 0 pages I I I I I I I I I I I I I I I I I I I TENDER CONTRACT NO. CL2008-22 To: The Mayor and Members of Council Corporation of tbe Municipality of Clarington Re: Contract No. CL2008-22 Beech A venue 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 tbe said Plans, Provisions, Specifications and Conditions, and, for tbe prices set fortb in this Tender, hereby offers to furnish all machinery, tools, apparatus and otber means of construction, furnish all materials, except as otherwise specified in tbe Contract, and to complete tbe work in strict accordance with the said Plans, Provisions, Specifications and Conditions. The Contractor understands and accepts tbat tbe 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 tbe amount specified in Clause 3 of the Instructions to Tenderers, made payable to tbe Authority. This cheque or bid bond shall constitute a deposit which shall be forfeited to tbe Authority if the successful Contractor fails to file witb tbe Authority a 100% Performance Bond and a 100% Labour and Material Payment Bond, satisfactory to the Autbority witbin ten (10) calendar days from tbe date of receipt of Notice of Acceptance oftbe Tender. Notification of acceptance may be given and delivery of the form of Agreement made by prepaid post, addressed to the Contractor at tbe address contained in tbis Tender. Page 2 of 10 pages I I I I I I I I I I I I I I I I I I I ITEMIZED BID CONTRACT NO. CL2008-22 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2008-22 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 ofClarington Design Guidelines and Standard Drawings r::; '" ",,;., ',-_ ";;'.',-!, ~j!', . '", _ < ~ ~ ~~:~ . l' ?~,,,,!u,, ':X'II ~......,. "..,' ",' .,,.'~ .'Wt...."I~~j) .' ~ q~,' l '~~:r.'_"~i';}?1;:: " .,' I, "~ "~ " ",1.h_ ~~..",,- . ~ .'..... ~ ..., 1._. '" ';~~... ~~,;;J..!'t-"'"~..,li$1lF.l.>I. ....\.j~~~..:~+:J:r:~"' ' -;". '::;;,,"'~i*, )!t. 'r . ~ I" _''of.,. r: ~ '.'F.'-~.,,~~ " ',< ~i~ PART 'A': ROADWORKS AND STORM SEWERS AI 201 Site Preparation LS 5,070.00 5,070.00 SP, MOC A2 201 Clearing, Grubbing, and Tree LS 5,722.5( 5,722.50 SP, MOC Maintenance A3 206 Earth Excavation (Grading) m3 728 18.00 13,104.00 SP, MOC (P) A4 310,311 Hot Mix H.L.-3 (50 mm) t 24 157.50 3,780.00 SP, MOC Driveways A5 310 Hot Mix H.L.-8 (80 mm) t 240 87.68 2 I ,043.20 SP, MOC A6 314 Granular 'N t 190 22.46 4,267.40 SP, MOC A7 314 Granular 'B', Type I t 100 13.85 1,385.00 SP, MOC A8 314 20 mm Crusher Run Limestone (75 t 300 25.34 7,602.00 SP, MOC mm Depth - Road Base) A9 314 50 mm Crusher Run Limestone (375 t 1,950 21.74 42,393.00 SP, MOC mm Depth - Road Base) AIO 351 Pigmented, Patterned Concrete in m2 11.5 122.50 1,408.75 SP Driveway All 351 Concrete in Driveway m2 10.3 65.85 678.26 SP, MOC AI2 351 Concrete in Sidewalk m2 268 56.40 15,115.20 SP, MOC AI3 353 Concrete Curb and Gutter (All m 438 44.09 19,311.42 SP, MOC Types) AI4 355 Interlocking Brick Pavers SP, MOC a) Supply and Place New Pavers m2 51 124.50 6,349.50 b) Place Salvaged Pavers m2 45 84.60 3,807.00 AI5 405 100 mm Dia. Perforated Plastic Pipe m 204 16.80 3,427.20 SP, MOC Subdrain with Geotextile C-301 AI6 407 600 mm x 600 mm Precast ea 4 1,596.00 6,384.00 SP, MOC Catchbasin (C- 104, OPSD 400. I 10) AI7 407 1200 mm Dia. Precast Maintenance ea I 3,516.00 3,516.00 SP, MOC Hole (C-IOI) Page 3 of 10 pages I ITEMIZED BID CONTRACT NO. CL2008-22 I In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2008-22 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 (PI Plan Quantity Payment Item RMOCS Regional Municipality of Durham Construction Specifications MOC Municipality of Clarington Design Guidelines and Standard Drawings I '~.1~ Al8 408 Replace Existing Catchbasin I a) Grate with OPSD 400.110 ea I 216.00 b) Frame and Grate OPSD ea I 396.00 I 400.110 AI9 408 Rebench Existing Storm Sewer ea 960.00 SP Maintenance Hole I A20 408,410 Connect to Existing and Rebuild ea 1,860.00 1,860.00 SP, MaC Maintenance Hole I A21 410 200 mm Dia. PVC DR 35 Storm m 14 213.00 2,982.00 SP, MaC Sewer I A22 410 300 mm Dia. CP Storm Sewer, Class m 83 258.60 21,463.80 SP, MOC 50-D A23 501 Water for Compaction and Dust m3 118 12.00 1,416.00 I Suppression A24 506 Calcium Chloride Flake kg 1,089 1.20 1,306.80 I A25 507 Provisional Item SP, MOC Miscellaneous Works LS 15,000.00 I A26 510 Sawcutting Asphalt Pavement m 32 6.30 201.60 SP A27 510 Removal of Concrete Road Base m2 930 4.80 4,464.00 I SP, MaC A28 510 Removal of Sidewalk m2 333 7.20 2,397.60 SP I A29 510 Removal of Curb and Gutter m 415 7.20 2,988.00 SP I A30 510 Removal of Culverts and Sewers m 155 12.00 1,860.00 SP A31 510 Removal of Catchbasins and ea 4 300.00 1,200.00 I SP Maintenance Holes A32 SP Supply and Installation of Plant Material I a) Quercus rubra (Red Oak), ea I 509.25 509.25 60 mm WB I b) Fagus Sylvantica 'Atropunicea' ea 714.00 714.00 (Copper Beech), 50 mm WB c) Syringa Reticulate (Ivory Silk ea 3 446.25 1,338.75 I Tree Lilac), 60 mm WB Page 4 of 10 pages I ITEMIZED BID CONTRACT NO. CL2008-22 I In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2008-22 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 MOC Municipality of Clarington Design Guidelines and Standard Drawings I A33 SP Provisional"ltem I Excavate for Utility Verification ea 540.00 540.00 A34 SP, MOC Provisional Item I H.L.-8 Blend Clear Stone Bedding m3 43 54.00 2,322.00 with Oeotextile A35 SP Asphalt Cement Price Adjustment LS 3,500.00 I Allowance A36 565 Tree Protection Fencing m 640 13.20 8,448.00 I SP A37 570 Topsoil (Imported) m2 1,200 3.15 3,780.00 SP, MOC I A38 571 Sod (Nursery, Unstaked) m2 1,200 3.15 3,780.00 SP, MOC A39 511 Provisional Item m2 1,200 6.00 7,200.00 I SP Geo rid Total Part 'A' (Carried to Summary) S 255,208.23 " I PART 'B': SANITARY SEWER AND APPURTENANCES 2.01 RMDSS Pipe (Not Including Restoration) I SP 2.01.06 250 mm Dia. (3.0 m and less deep) I 2.01.06A Maintenance Hole SI to m 99.3 304.20 30,207.06 Maintenance Hole 043-0010 I 2.01.06B Maintenance Hole 043-0010 to m 102.2 280.20 28,636,44 Maintenance Hole 82 2.02 RMDSS Extra Over Item No. 2.01, 2.03 I SP 2.02.07 Provisional Item m3 150 16.63 2,494.50 I Trench Replacement - Sand Fill 2.02.14 Stone for Extra Depth Bedding m3 40 48.00 1,920.00 (H.L.-8 Blend Clear Crushed Stone) I 2.02.03 Restoration with Topsoil and Sod m2 100 6.30 630.00 2.02,40 Restoration with Asphalt m2 22 41.03 902.66 I 2.02,41 Restoration with Concrete or Other m2 40.0 73.50 2,940.00 I Hard Surfaces Page 5 of 10 pages I ITEMIZED DID CONTRACT NO. CL2008-22 I In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL200S-22 for the following unit prices. Spec. No. The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications SP Refers to Special Provisions I (Pl Plan Quantity Payment Item RMDCS Regional Municipality of Durham Construction Specifications MOC Municipality of Clarington Design Guidelines and Standard Drawings I 2.02.42 Restoration with Gravel m2 10 13.20 132.00 I 2.02.43 Provisional Item m 14 232.20 3,250.80 Subsurface Installation of Services I 2.03 RMDSS Service Connections (Not SP Including Restoration) I 2.03.01 100 rom Dia PVC (12 Connections) m 25 270.00 6,750.00 2.03.07 Clean Outs as per RMDSD S-303 ea 12 1,380.0 16,560.00 I 2.04 RMDSS Maintenance Holes I SP 2.04.01 Remove Existing - Completely ea 300.00 300.00 I 2.04.04 Break into Existing Structure and ea 2 900.00 1,800.00 Rebench as per OPSD 701.021 2.04.08 OPSD 701.010 - 1200 mm Dia I Precast Maintenance Hole (3.1 m to 4.5 m deep) 2.04.0SA Maintenance Hole G43-0010 LS 4,116.00 4,116.00 I 2.21 Sewer Repairs & Rehabilitation I 2.21.06 RMDSS Sanitary Service Lateral Relining m 136 291.00 39,576.00 SP I 2.40 RMDSS Miscellaneous Items SP 2.40.02 Excavate For Utility Verification ea 540.00 540.00 I 2.40.03 Restoration of Surface Features LS 5,000.00 I Total Part 'D' (Carried to Summary) $ 145,755.46 PART 'C': W A TERMAIN AND APPURTENANCES I 3.01 RMDSS Pipe (Not Including Restoration) SP I 3.01.02 200 mm PVC m 108.6 247.05 26,829.63 3.01.40 Install Watermain Dy Horizontal m 87.0 321.52 27 ,972.24 I Directional Drilling Page 6 of I 0 pages I ITEMIZED BID CONTRACT NO. CL2008-22 I In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2008-22 for the following unit prices. Spec. No. The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications SP Refers to Special Provisions I (P) Plan Quantity Payment Item RMDCS Regional Municipality of Durham Construction Specifications MOC Municipality of Clarington Design Guidelines and Standard Drawings I 3.02 RMDSS I SP 3.02.14 Stone for Extra Depth Bedding m3 20 48.00 960.00 I (H.L.-8 Blend Clear Crushed Stone) 3.04 RMDSS Hydrants SP I 3.04.01 New Hydrant Set with Storz Pump ea 4,007.82 4,007.82 Nozzle as per S-409 3.04.03 Temporary Flushing Hydrant ea 600.00 600.00 I 3.05 RMDSS Services (Not Including I SP Restoration) 3.05.01 19 mm Main Stop ea 9 443.88 3,994.92 I 3.05.04 38 mm Main Stop ea 522.36 522.36 3.05.06 19 mm Curb Stop and Box ea 9 191.94 1,727.46 I 3.05.09 38 mm Curb Stop and Box ea 270.42 270.42 I 3.05.11 19 mm Dia Copper Pipe m 89 134.40 11,961.60 3.05.14 38 mm Dia. Copper Pipe m 3.5 156.00 546.00 I 3.05.23 Extra Over Item No. 3.05.1 I and m2 31 6.30 195.30 I 3.05.14 for Restoration with Topsoil and Sod 3.05.30 Provisional Item m 89 60.00 5,340.00 I Subsurface Installation of Services 3.06 RMDSS Test Points SP I 3.06.01 19 mm Dia. Test Point as per S-406 ea 2 840.00 1,680.00 I 3.07 RMDCS Blowoff SP 3.07.02 50 mm Dia. Blowoff as per S-406 ea I 960.00 960.00 I I Page 7 of 10 pages I I I I I I I I I I I I I I I I I I I ITEMIZED BID CONTRACT NO. CL2OO8-22 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2008-22 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 1m"0:.,\ ,.,," " " '..' '. >"~'~<;;:~",,"','f .,.,. ....,l.:. ""*"'4;';"''.'. , " .'O"'~. -:A;;,~~->(~ ".~;;". ):f ," . ~ ,,:.~, ~ ~_' . Ii 'IF) , I .. " ~ ",.t.' ,J!j " ~, ~,,tfuidl'{ '.'1 ~~~J;.."TI$;,"'1''' ,,' . lJ"< ~ '/" 0<t. ""i'",_"'-o ^,' .<. ' " .~-.::J:t:4a:(1lb'ft . lit~ ?" <- 3.40 RMDSS Miscellaneous Items SP 3.40.02 Excavate For Utility Verification ea 2 540.00 1,080.00 3.40.03 Restoration of Surface Features LS 5,000.00 Total Part 'c' (Carried to Summary) $ 93,647.75 PART'D': GENERAL ITEMS 8.01 RMDSS Contract Administrator's Field SP Office 8.01.01 Supply and Maintain Field Office LS 1,800.00 1,800.00 8.02 RMDSS Contractor Docnmentation SP 8.02.01 Bonds, Insurance and Maintenance LS 7,200.00 7,200.00 Security 8.03 RMDSS Mobilization and Traffic Control SP 8.03.01 Mobilization and Demobilization LS 2,400.00 2,400.00 8.05 RMDSS Snrvey and Monitoring SP 8.05.01 Pre-Condition Survey LS 2,400.00 2,400.00 Total Part 'D' (Carried to Summary) $ 13,800.00 SUMMARY - Total Part 'A' - Roadworks and Storm Sewers 255,208.23 Total Part 'B' - Sanitary Sewer and Appurtenances 145,755.46 Total Part 'C' - Watermain and Appurtenances 93,647.75 Total Part 'D' - General Items 13,800.00 Total (excluding GST) 508,4 11.44 GST (5% of Total) 25,420.57 TOTAL TENDER AMOUNT $ 533,832.01 Tenderer's GST Registration No. Rl 04620729 P:\Dept 12\l2-29601\Specs\[Cl2OO8-22 -ltem.Bid(SignDocs).xls]Sign Docs Page 8 of 1 0 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 comnleted bv Bondin!! Comnanv) CONTRACT NO. CL2008-22 Bond No.: TS 8006356/42 WE, the Undersigned, HEREBY AGREE to become bound as Surety for Ron Robinson 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, ifthe Tender for Contract No.CL2008-22 is accepted by the Authority. IT IS A CONDITION of this Agreement that if the above mentioned Tender is accepted, application for a Performance Bond and a Labour and Material Payment Bond must be made to the Undersigned within TEN (10) DAYS of Notice of Contract Award, otherwise the Agreement shall be null and void. DATED AT Toronto 11th this day of June 2008 The Guarantee Comnanv of North America Name of Bonding Company Lisa Gierl 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 9 of 10 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. CL2008-22 The work specified in the Contract shall be perfonned in strict accordance witb tbe following Schedule: A. TENDER FORM: General Pages I and 2 Itemized Bid Pages 3 to 8 Agreement to Bond Page 9 Schedule of Tender Data Page 10 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 16 F. SPECIAL PROVISIONS - TENDER ITEMS Pages I to 30 G. DESIGN GUIDELINES H. STANDARD DRAWINGS I. PLANS: Drawings No. Title Sheet, Index, 1-4, L1, XS-I, XS-2, W-S-I, W-S-2 J. STANDARD SPECIFICATIONS: It shall be tbe Contractor's responsibility to obtain tbe applicable edition of the following Ontario Provincial Standard Specifications, Region of Durham Standard Specifications revised September 2007 and Municipality of Clarington Design Guidelines and Standard Specifications - 2004. OPSS No. Date OPSS No. Date OPSS No. Date OPSS No. Date 127 Current 314 Nov. 2004 409 Nov. 2005 514 Nov. 2005 128 Current 350 Mar. 1998 410 Nov. 2006 515 Nov. 2005 180 Nov. 2005 351 Nov. 2005 501 Nov. 2005 516 Nov. 2005 201 Nov. 2007 353 Nov. 2006 503 Nov. 2005 570 Nov. 2007 206 Nov. 2000 355 Nov. 2006 504 Nov. 2005 571 Nov. 2007 310 Nov. 2004 405 Nov. 2005 506 Nov. 2005 701 Nov. 2006 311 Apr. 2004 407 Nov. 2007 507 Nov. 2005 702 Nov. 2006 312 Aor. 2004 408 Nov. 2007 510 Nov. 2006 K. GEOTECHNICAL INVESTIGATION L. TREE ASSESSMENT REPORT M. GENERAL CONDmONS: OPS General Conditions of Contract (November 2006) The Contractor, by this tender, offers to complete tbe work oftbis Contract in strict accordance witb tbe tenns contained herein. The bidder certifies that it has met all of its obligations to comply witb tbe Provincial Retail Sales Tax requirements, so tbat it is able to do business in Ontario. Yes x No By my/our signature hereunder, I/we hereby identifY tbis as the Schedule of Tender Data, Plans and Specifications, for Contract No. CL2008-22, executed by me/us bearing date the ~ day of June 2008 and we have fully read all related documln . 7: tender data~~~~ve. SIGNATURE: /1", POSITION Vice President , NAME OF FIRM Ron Robinson Limited (COMPANY SEAL) Privacv ~isl.tioll 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 information we have supplied to the owner in this tender. This personal information, which includes, but is not limited 10, the employees' names, education, work and project history, professional designations and qualifications. This CONSENT pennits the owner to disclose this personal infonnation 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 10 of 10 Pages to be submitted as the Tender Submission for Contract No. CL2008-22. 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. CL2008-22 STANDARD TERMS AND CONDITIONS P:IDep! 121l2-29601\SpeeslC12008-22- T &C.doc I I I I I I I I I I I I I I I I I I I STANDARD TERMS AND CONDITIONS 1 The Mooicipality ofClarington's "Standard Tenns and Conditions" shall apply to this Contract except where noted below. . Clause 8 of the "Standard Tenns and conditions" shall be superceded by Clause 8, "Payments" of the "Special Provisions - General" Section of the Contract. . Gause 15 of the "Standard Tenns and conditions" shall be superceded by Clause 2, "Guaranteed Maintenance" of the "Special Provisions - General" Section of the Contract. . Clause 16 of the "Standard Tenns and Conditions" is not applicable to this Contract. . Clause 23 of the "Standard Tenns 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 Tenns and Conditions" shall be superceded by Clause 19, "Workplace Hazardous Materials fuforrnation System (WHMIS)" of the "Special Provisions - General" Section of the Contract.. , ~"., STANDARD TERMS AND CONDITIONS 2 I I I I I I I I I I I I I I I I I I I 1. DEFINITIONS MuniclpaJity - The Corporation of the Municipality of Clarington, its successors and assigns. BIdder - The person, firm or corporation submitting a bid to the Municipality. Company - The person, contractor, firm or corporation to whom the Municipality has awarded the contract, nsuccessors and assigns. Contract - The purchase order authorizing the company to pertorm the work, purchase order alterations, the document and addenda, the bid, and surety. Subcontractor - A person, firm or COIpOI'lllion having a contrad with the company for, or any part of, the work. Documerrt - The docurnent(s) issued by the Municipality in response to which bids are invited to perform the work in accordance with the specifiCations contained in the document BId - An offer by a Bidder in response to the document issued by the Municipality. Work - All labour, materials, products, articles, fixtures, services, supplies, and ads required to be done, furnished or performed by the company, which are subject to the Contrad. 2. SUBMISSION OF BID Bid invitation shall be in accordance with the Municipality of Clarington Purchasing By-law #2()()6. 127 and will apply for the caDing, receiving, and opening of bids. The Municipality will be responsible for evaluating bids, awarding and administering the contract in accordance with the Purchasing By- law. The bid must be submitted on the formes) and in the envelope supplied by the Municipafrty unless otherwise provided herein. The envelope must not be covered by any outside wrappings, i.e. courier envelopes or other coverings. The bid must be signed by a designated signing officer of the Bidder. I! a joint bid is submitted, n must be signed on behalf of each of the Bidders. The bid must be legible, written in ink, or typewritten. Any form of erasure, strikeout or over-writing must be initialled by the Biddel's authorized signing officer. The bid must not be restrided by a covering letter, a statement added, or by aHerations to the document unless otherwise provided herein. Failure to return the document or invitation may result in the removal of the Bidder from the Municipality's biddel's list. A bid received after the closing date and time will not be considered and will be returned, unopened. Should a dispute arise from the terms and conditions of any part of the contrad, regarding meaning, intent or ambiguity, the decision of 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 contract consists of the documents aforementioned. The contract and portions thereof take precedence in the order in which they are named above, notwithstanding the chronological order in which they are issued or executed. The intent of the contract is that the Company shall supply work which is fit and suitable for the Municipality's intended use and complete for a particular purpose. None of the conditions contained in the Biddel's standard or general conditions of sale shall be of any effect unless eXplicitly agreed to by the Municipality and specifically referred to in the purchsse order. 4. CLARIFICATION OF THE DOCUMENT Any clarification of the document required by the Bidder prior to submission of its bid shaH be requested through the Municipality's contact identified in the document. Any such clarification so given shal not in any way after the document and in no case shan oral arrangements be considered. Every notice, advice or other communication pertaining thereto will be in the form of a written addendum. No officer, agent or employee of the Municipality is authorized to alter oraRy any portion of the document. 5. PROOF OF ABILITY The bidder may be required to show, in terms of experience and facilities, evidence of lis abillly, as well as that of any proposed subcontractor, to perform the wall< by the specified delivery date. 6. DELIVERY Unless otherwise stated, the work specified in the bid shall be delivered or completely performed by the Company as soon as possible and in any event within the period set out herein as the guaranteed period of delivery or completion after receipt of a purchase order therefor. A detailed delivery ticket or piece tally, showing the exact quantlly of goods, materials, articles or equipment sheil acoompany each delivery thereof. Receiving by a foreperson, storekeeper or other such receiver shall not bind the Municipallly to accept the wall< covered thereby, or the particulars of the delivery ticket or piece tally thereof. Wor1< shaft be subject to further inspection and approval by the Municipality. The Company shaD be responsible for arranging the wall< so that completion shall be as specified in the contract. Time shall be of the essence of the contract. 7. PRICING Prices shall be in Canadian Funds. quoted separately for each lIem stipulated, F.O.B. destination. Prices shall be firm for the duration of the contract. Prioes bid must include all incidental costs and the Company shaH be deemed to be satisfied as to the full requirements of the bid. No claims for extra wall< will be entertained and any additional wall< must be authorized in writing prior to commencement. Should the Company require more information or clarification on any point, it must be obtained prior to the submission of the bid. Payment shall be full compensation for all costs related to the wall<, including operating and overhead costs to provide woll< to the satisfaction of the Municipallly. STANDARD TERMS AND CONDITIONS 4 I I I I I I I I I I I I I I I I I I I All prices quoted shaH include applicable aJstoms duty, excise tax, freight, insurance, and an oCher charges of evety kind attributable to the work. Goods and Services Tax and Provincial Sales Tax shall be extra and not shown, unless otherwise specified herein. If the Bidder intends to manufacture or fabricate any part of the work outside of Canada. R shall arrange its shipping procedures so that its agent or rapresentalive in Canada is the importer of record for customs purposes. Should any additional tax, duty or any variation in any tax or duty be imposed by the GOllemment of Canada or the Province of Ontario become diractly applicable to work specified in this document subsequent to its submission by the Bidder and before the delivery of the work covered thereby pursuant to a purchase order issued by the Municipality appropriate increase or decrease in the price of work shan be made to compeIlSIIte for such changes 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 completion of the work. Payments made hereunder, including final payment shan not refielle the company from its obligations or liabilities under the conlract. Acceptance by the company of the final payment shall con&mute a waiver of claims by the company against the Municipality, except those previously made in writing in accordance wRh the contract and still unsettled. The Municipality shan halle the right to withhold from any sum otherwise payable to the company such amount as may be sufficient to remedy any defect or deficiency in the work, pending correction of it. Payment may be made 30 days after delivllly pursuant to the Bidder submitting an invoice, contract requirements being completed and work being deemed satisfactory. 9. PATENTS AND COPYRIGHTS The company shall, at its expense, defend an claims, actions or proceedings against the Municipality based on any allegations that the work or any part of the work constitutes an infringement of any patent, copyright or other proprietary righ~ and shan pay to the Municipality all costs, damages, charges and expenses, including its lawyers' fees on a solicitor and his own client basis occasioned to the Municipality by reason thereof. The company shall pay an royalties and patent rlCel1se fees required for the work. If the work or any part thereof is in any action or proceeding held to constiMe an infringement, the company shall forthwRh eRher seaJre for the Municipality the right to continue using the work or shall at the company's expense, raplace the infringing work wRh nOll-infringing work or modify it so that the work no longer infringes. 10. ALTERNATES Any opinion wRh regard to the use of a proposed anemate determined by the Municipality shall be final. Any bid proposing an altemate win not be considered unless otherwise specified herein. 11. EQUIVALENCY Any opinion determined by the Municipality wRh respect to equivalency shall be final. 12. ASSIGNMENT AND SUBCONTRACTING The company shall not assign or subcontracl the contract or any portion thereof wRhout the prior written consent of the Municipality. 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 entiUed to request of the Company to furnish reasonable evidence that financial arrangements have been made to fulfin the Company's obligations under the Contract. 14. LAWS AND REGULATIONS The company shall comply with relevant Federal, Provincial and Municipal statutes, regulations and by-laws pertaining to the work and its performance. The company shall be responsible for ensuring similar compliance by suppliers and subcontractors. The contract shan be governed by and interpreted in acccmlance with the laws of the Province of Ontario. 15. CORRECTION OF DEFECTS If at any time prior to one year after the actual delivery date or completion of the work (or specified warranty/guarantee 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 contract, the company, upon request, shaH make good every such defect, deficiency or faUure without cost to the Municipality. The company shaH pay all transportation costs for work both ways between the company's factory or repair depot and the point of use. 16. BID ACCEPTANCE The Municipality reserves the right to award by ijem, or part thereof, groups of ije~, or parts thereof, or all ijems of the bids and to award contracts to one or more bidders submijting 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 served. No liabUity shall accrue to the Municipality for ijs decision in this regard. Bids shall be irrevocable for 90 days after the official closing time. The placing in the mail or delivery to the Bidde~s shown address given in the bid of a notice of award to a bidder by the Municipality shall constitute notice of acceptance 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 property; or if the company makes a general assignment for the benefit of its credijors; then, in any such case, the Municipality may, without notice: terminate the contract. b. If the company: fails to comply wijh any request, instruction or order of the Municipality; or fails to pay its accounts; or fails to comply with or persistenUy disregards statutes, regulations, by-laws or directives of relevant authorities relating to the work; or fails to prosecute the work with skill and diligence; or assigns or sublets the contract or any portion thereof without the Municipalijy's prior written 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 expiration of ten days from the date of written notice to the company, terminate the contract. c. Any termination of the contract by the Municipality, as aforesaid, shall be without ~dice to any other rights or remedies the Municipality may have and without incurring any liability whatsoever in respect thereto. STANDARD TERMS AND CONDITIONS 6 I I I I I I I I I I I I I I I I I I I d. If the Municipalty terminates the contract, it is entllIed to: i) take possession of all work in progress, materials and construction equipment then at the project site (at no additional charge for the retention or use of the construction equipment), and finish the work by whatever means the Municipality may deem appropriate under the circumstances; ii) withhold any further payments to the company until the completion of the work and the expiry of all obligations under the Correction of Defec:ls section; iii) recover from the company lolls, damage and expense incuned by the Municipality by reason of the company's defauit (which may be deducted from any monies due or becoming due to the company, any balance to be paid by the company to the Municipality). 18. CONTRACT CANCElLATION The Municipality shall have the right, which may be exercised from lime to time, to cancel any uncompleted or unperformed portion of the work or part thereof. In the event of such canoeIIaIion, the Municipality and the Company may negotiale a setUement. The Municipality shall not be Hable to the Company for loss of anticipated profit on the cancelled portion or portions of the work. 19. QUANTITIES Unless otherwise specified herein, quantities are shown as approximate, ana not guaranteed to be accurate, are furnished without any fiabifrty on behalf of the Municipality and shall be used as a basis for comparison orlly. Payment will be by the unit complete at the bid price on actual quantities deemed acceptable by the Municipality. 20. SAMPLES Upon nequest, samples must be submitted strictly in accordance with instructions. If samples are requested subsequent to opening of bids, they shaH be delivered within three (3) working days following such request, unless additional lime is granted. Samples must be submitted free of charge and wlll be returned at the bidde(s expense, upon nequest, provided they have not been destroyed by tests, or are not nequired for comparison purposes. The acceptance of samples by the Municipality shall be at its sole discretion and any such acceptance shall in no way be construed to imply relief of the company from its obligations under the contract. Samples submitted must be accompanied by curnent Material Safety Data Sheals (MSDS) where applicable. 21. SURETY The successful tenderer shall, if the Municipality in its absolute discretion so desires, be nequired to satisfy sunety nequirements by providing a deposit in the form of a certified cheque, bank draft or money order or other form of surety, in an amount determined by the MunicipaHty. This sunety may be held by the Municipality until 60 days after the day on which all work covered by the contracl has been completed and accepted. The sunety may be returned before the 60 days have elapsed providing satisfactory evidence is provided that allliabifities incuned 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 shall, if the MunicipaHty in its absolute discretion so desires, be Required to satisfy fidelity bonding requinements by providing such bonding in an amount and form determined by the Municipality. Failune to furnish required surety within two weeks 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 AU of the ContracIoI's personnel must be covered by the insurance plan under the Wor1<pIace Safety and Insurance Act, 1997, or must provide an idenlification number from the WSIB verifying their status as an "Independent Operator". Upon request by the Municipality, an original Letter of Good Standing from the Workplace Safety and Insurance Board shall be provided prior to the commencement of wort< indicating all payments by the Company to the board have been made. Prior to final payment, a Cerlificate of Clearance must be issued indicating all payments by the Company to the IlQard in conjunction with the subject Contract have been made and that the Municipality will not be liable to the Board lor future payments in connection with the Company's fulfilment of the contract. Further Certificates of Clearance or other types of certificates shall be provided upon request. For Independent oontractors / Owners / Operators who do not have WSIB coverage, the following shall be provided upon request by the Calling Agency: Single Independent Contractors / Owners / Operators shall provide a letter from the Workplace Safety & Insurance Board confirming independent operator status and identification number. To obtain this, contractors must complete the form "Determining worker/Independent Operator status", issued by the Workplace Safety & Insurance Board. (For more inlormation, please contact your local Workplace Safety & Insurance Board Office and refer to this clause.) Single Independent Contractors / Owners / Operators must also provide a certificate from the Workplace Safety & Insurance Board confirming they have purchased the optional WSIB coverage. The Municipality of Clarington has the right to reject any bid it deems to provide insufficient coverage. 23. INSURANCE The company shall maintain and pay lor Comprehensive General liability insurance including premises and all operations. This insurance coverage shall be subject to limits of not less than $3,000,000.00 inclusive per occurrence for third party Bodily Injury 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 performed by or on behalf of the Company. A certified copy of such policy or certificate shall be provided to the municipality prior to commencement of the work. Further certified copies shall be provided upon request. 24. LIABILITY The company agrees to defend, fully indemnify and save harmless the Municipality from all actions, suits, ctaims, demands, losses, costs, charges and expenses whatsoever for all damage or injury induding death to any person and all damage to any property which may arise directly or indirectly by reason of a requirement of the contract, save and except lor damage caused by the negligence of the Municipality or its employees. The Company agrees to defend, fully indemnify and save harmless the Municipality from any and all charges, fines, penalties and costs that may be incurred or paid by the Municipality if the Municipality or any of its employees shall be made a party to any charge under the Occupational Health and Safety Act in relation to any violation of the Act arising out of this contract. 25. VISITING THE SITE The Company shall carefully examine the site and existing building and services affecting the proper execution of the wort<, and obtain a dear and comprehensive knowledge of the existing conditions. No daim lor extra payment will be allowed for work or difficullies encountered due to conditions of the site which were visible or reasonably inferable, prior to the date of submission of Tenders. Bidders shall accept sole responsibility lor any error 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 shall obey aU Federal, Provincial and Munidpallaws, Act, Ordinances, Regulations, Order&-in-Council and By-laws, which could in any way pertain to the wol1< outlined in the Conlracl or to the Employees of the Company. Without "miling the generality of the foregoing, the Company shall satisfy aU staMory requirements imposed by the Occupational Health and Safety Act and Regulations made thereunder, on a contrador, a Conslluclor and/or Employer with respeclto or arising out of the performance of the Company's obligations under this Contract. The Company shaH be aware of and conform to all goveming regulations including those established by the Municipality A!Ialing to employee heaIlh and safely. The Company shall keep employees and subcontractors informed of such regulations. The Company shaH provide Material Safety Data Sheets (MSDS) to the Municipality for any suppUed Hazardous Materials. 27. UNPAID ACCOUNTS The company shall indemnify the MunicipaUty from all claims arising out of unpaid accounts relating to the work. The Municipality shall have the right at any time to requins satisfactory evidence that the woI1< in respect of which any payment has been made or is to be made by the Municipalily is free and clear of Hens, attachments, daims, demands, charges or other enaJmbrances. 28. SUSPENSION OF WORK The Municipality may, without invalidating the contract, suspend performance by the company from time to time of any part or all of the work for such reasonable period of time as the Municipality may delennine. The resumption and completion of work after the suspension shall be governed by the schedule estabUshed by the MunicipaUty. 29. CHANGES IN THE WORK The Municipality may, without invalidaling the contrad, direclthe Company to make changes to the work. When a change causes an increase or decrease in the work, the contrad price shan be lnaeased or decreased by the appflC8tion of unit prices to the quantum of such inaease or decrease, or in the absence of applicable un~ prices, by an amount to be agreed upon between the Municipality and the Company. All such changes shall be in wriling and approved by the Municipality. 30. CONFLICT OF INTEREST No employee or member of Council of the Municipality shall sell goods or services to the Municipality in accordance with the Municipality of Claringlon Policy or have a direcl or indirect interest in a Company or own a Company which sells goods or services to the Municipality. 31. MUNICIPAl FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT IMFIPPAl An correspondence, doaJrnentation, and information provided to staff of the MunicipaUty of C1aringlon by every offerer, induding the submission of proposals, shall become the property of the Municipality, and as such, is subjeclto the Municipal Freedom of Information and Protection of Privacy Act, and may be subjeclto release pursuant to the Act. Offerers are reminded.1o identify in their proposal malerial any specific scientific, technical, commercial, proprietary, or similar confidential information, the disdosure of which could cause them injury. Complete proposals are not to be identified as confidential. 32. CRIMINAl BACKGROUND CHECKS "The successful service provider covenants and egrees to provide the Municipality of Claringlon, 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 check including Criminal Code (Canada) convictions, pardoned sexual offences, records or convictions under lhe Controlled Drugs and Substances Act, Narcotics Control Act and Food and Drugs Act and all outstanding warrants and charges for every individual who may come into direct contract with youth or who are permitted entrance to private or restricted areas or residences. This win be done at no cost to lhe Munidpality and any such requested document will be submitted to the Munidpelity in ns true form in advance of commencement of work. The Municipal issued identification card must be worn when individuals are at a sne where there is direct conted with youlh or where access to any private or restricted area is antlcipaled. The Municipal identification card is valid for the term of the contract only or a one year term, whichever comes first. Under the terms of the contract, lhe Municipality has the sole and unfettered disaetion to prohibn an incfrvidual from coming into direct contect with youlh or entering a private or restricted area on a regular basis and to terminate the contract if lhe bidderJparlner fails to obtain or renew the Munidpal identification cards according to Munidpal policy and procedure. The Munidpality of Clarington reserves lhe right to cancel and/or suspend lhe contract immediately and unilaterally and without penalty to the Municipality should the service provider fail to provide the required documentation or olhef\vise adhere to lhis procedure. "The Chief Administrative Officer has lhe 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 CLARINGTON CONTRACT NO. CL2008-22 SCHEDULE 'c' P:lDept 12112-2%OllSpecs\CL2008-22-ScheduIe (C).doc I I I I I I I I I I I I I I I I I I I 1 SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PROCEDURE POLICY: Contractors and Sub-contractors 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 Contractor under the Occupational Health and Safety Act. Safety performance will be a consideration in the awarding of contract. Under the Occupational Heanh and Safety Act (Section 23 (1), (2)), it is the constructor's responsibility to ensure that: . the measures and procedures prescribed by the Occupational Health and Safety Act and the Regulations are carried out on the oroiect; . every employer and every worker performing work on the Dfoiect complies with the Occupational Health and Safety Act and the Regulations (under the Act); and . the heanh and safety of workers on the Droiect is protected. . Where so prescribed, a constructor shall, before commencing any work on a project, give to a Director notice in writing of the project 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 construction project, whether public or private, including, . the construction of a building, bridge, structure, 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, duct or well, or any combination thereof, . the moving of a building or structure, and . any work or undertaking, or any lands or appurtenances used in connection with construction. Construction - includes erection, alteration, repair, dismantling, demolition, structural 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 connection with a project. 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 all 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 Contractors are hired by the Municipality. a) Before beginning a project, the project manager or delegate must determine whether any designated substanceslhazardous 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 substances/hazardous 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 Heatth 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 Heatth 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 Heatth and Safety Program ii) Departmental health and safety policies iii) Workplace procedures regarding health ana safety practices. I I I I I I I I I I I I I I I I I I I 3 SCHEDULE (C) CONTRACTOR SAFETY 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 Municipality will retain the right to document contractors for all 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 will 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, and/or if the contractor creates an unacceptable health and safety hazard. Written warnings andlor stop work orders can be given to contractors using Contractor Health and Safety Warning/Stop Work Order Form (Schedule "B'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 PROCEDURE Continued... HEALTH AND SAFETY PRACTICE 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 accidentJincident 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 available from the contractOl'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 5 SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... CONTRACTOR'S STATEMENT OF RESPONSIBILITY As a contractor working for the Municipality of Clarington, llwe will comply with all procedures and requirements of the Occupational Health and Safety Act, Municipal safety policies, department and site specific policies and procedures and other applicable legislation or regulations. IIwe will work safely with skill and care so as to 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 to time, and all Regulations thereunder (the "Acf'); 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 contractltender, the contractor/successful tenderer shall, a) act safely and comply in all 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 purpose 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 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 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, penalties, 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. ..~.l6bJJiJo.O..!J&lIjfr!....................lI!1Jalr!.l!..:g/;/.~.~.. ~iui...mmmmm.........m~mmm=d=;:~~:;; Signature of Contractor 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 wor1< practice described below Direct the contractor to immediately cease all work being performed under this contract due to the unsafe work practice described below. FAILURE TO COMPLY WITH THIS WARNING/STOP WORK ORDER SHALL CONSTITUTE A BREACH OF CONTRACT. PART "A" - DETAILS OF CONTRACT CONTRACT/P.O. # DESCRIPTION: NAME OF FIRM: PART "B" - DETAILS OF INFRACTION (TO BE COMPLETED BY ISSUER) 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 , I PART "C" - ADDITIONAL COMMENTS THIS SECTION IS TO BE USED INTERNALLY TO RECORD ADDITIONAL COMMENTS SUBSEQUENT TO ISSUING THE WARNING/STOP WORK ORDER, I.E. DATE AND TIME I WORK RESUMED, FURTHER ACTION TAKEN, ETC. I I I I I I 8 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 CLARlNGTON CONTRACT NO. CL2008-22 INSTRUCTIONS TO TENDERERS P:\Dept 12\12-2960I\Specs\CUOO8-22-IT.doc 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. CL2008-22 CLAUSE SUBJECT PAGE I. GENERAL........................................................................................................................................................... 1 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 11. COMMENCEMENT OF WORK........................................................................................................................ 4 12. LOCATION ......................................................................................................................................................... 4 13. SOILS INFORMATION AND CROSS-SECTIONS..........................................................................................4 14. TENDERERS TO INVESTIGA TE..................................................................................................................... 4 15. INQUIR1ES 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. CL2008-22 1. GENERAL SEALED Tenders plainly marked "Contract No. CL2008-22" will be received until: 2:00:00 P.M., LOCAL TIME, WEDNESDAY, JUNE 11,2008 and shall be addressed to: Ms. Patti Barrie, Clerk Corporation of the Municipality of Clarington 40 Temperance Street Bowmanville, Ontario Ll 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 will 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 will 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 not acceptable. The onus unequivocally remains with the Bidder to ensure that Tenders are delivered to the Municipal Clerk, Clerks Office, 2"" Floor, before the deadline for submission, in accordance with the submission instructions. Requests for adjustments to submitted Tenders by telephone, fax or electronically will 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 successful 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. CL2008-22 2. BLANK FORM OF TENDER One copy of the Tender, on the forms provided, shall be submitted. All information requested shall be shown in the tender, in the space provided. 3. TENDER DEPOSITS All tenders shall be accompanied by a certified cheque or a bid bond in the minimum amount defined below, made payable to the Authority, as a guarantee for the execution of the Contract. Totl{ll'eniter ~1It Mjjjim~.tiJ~!!~it . c ...... IIeqltited/ .... $ 20,000.00 or less $1,000.00 20,000.01 to 50,000.00 2,000.00 50,000.01 to 100,000.00 5,000.00 100,000.0 I to 250,000.00 10,000.00 250,000.01 to 500,000.00 25,000.00 500,000.01 to 1,000,000.00 50,000.00 1,000,000.01 to 2,000,000.00 100,000.00 2,000,000.01 and over 200,000.00 All deposits will be returned within ten days after the Tenders have been opened except those which the Authority elects to retain until the successful tenderer has executed the Contract Documents. The retained tender deposits will be returned when the successful Tenderer has fully complied with the conditions outlined in the Contract Documents. 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. CL2008-22 3. 5. RIGHT TO ACCEPT OR REJECT TENDERS The Authority reserves the right to reject any or all tenders or to accept any tender should it be deemed to be in its best interest to do so. Tenders which are incomplete, conditional or obscure, or which contain additions not called for, erasures, alterations, or irregularities of any kind, may be rejected as informal. Tenders will not be accepted unless submitted in the envelopes provided. 6. UNACCEPTABLE TENDERS Each item in the Tender Form shall include areas nable price for such item. Under no circumstances will an unbalanced tender be consi ered. The Authority and the Contract Administrator will be the sole judge of such matt s, and should any tender be considered to be unbalanced, then it will be rejected by the Author ty. 7. ABILITY AND EXPERIENCE OF TENDE The Authority reserves the right to reject any ten r where satisfactory evidence of sufficient capital, plant and experience to successfully pros cute and complete the work in the specified time, is not fumished by the Tenderer. 8. PROVINCIAL SALES TAX Provincial Retail Sales Tax shall be included in tendered prices for material supplied under this Contract. 9. GOODS AND SERVICES TAX (GST) The Tenderer shall NOT include any amount in his tender unit prices for the Goods and Services Tax. The GST will be shown on each payment certificate and will be paid to the 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. CL2008-22 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 GC7.01.02 of the General Conditions. 12. LOCATION The work is located on Beech Avenue from Lowe Street to Concession Street West in Bowmanville, Municipality ofClarington. 13. SOILS INFORMATION AND CROSS-SECTIONS Geotechnical investigations have been undertaken on behalf of the Municipality of Clarington. The results provided are for information 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 have been included in the Tender Set. 14. TENDERERS TO INVESTIGATE Tenderers must satisfY themselves by personal examination of the site and by such other means as they may prefer as to the actual conditions and requirements of the work. The Tenderer shall carefully examine all plans and profiles so that the unit prices tendered are commensurate with the nature of the work. It shall be the Contractor's responsibility to thoroughly inspect the site of the proposed works, determine the location of any buried or obstructing services and make satisfactory arrangements for interference with such service with the proper jurisdictional agency. I I I I I I I I I I I I I I I I I I I INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2008-22 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: Ron Albright, P. Eng. or Will McCrae, P. Eng. 16. AWARD OF THE CONTRACT The award of this Contract is subject to the approval ofthe Municipality of Cia ring ton and the Regional Municipality of Durham. 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 "MT.O" appears it shall be deemed to mean the "Ministry of Transportation, Ontario" or the "Corporation of the Municipality of Clarington". Wherever the word "Contract Administrator" or "Engineer" appears in this Contract it shall be deemed to mean the Consultants, Totten Sims Hubicki Associates, or such other officers, as may be authorized by the Authority to act in any particular capacity. 18. ADDENDA The Contractor shall ensure that all addenda issued during the tendering period are attached as part of the submitted bid. Failure to do so will result in disqualification of the bid. 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: 1-416-758-7933 INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2008-22 6. I I I I I I I I I I I I I I I I I I I Ms. Cindy Ward Roger Cable T.V. Ltd. Tel: 905-436-4138 Mr. Peter Petriw Veridian Connections Tel: 1-888-445-2881 Ext: 3252 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. CL2008-22 SPECIAL PROVISIONS - GENERAL P:lDep! 12112-29601 ISpecsICL2008-22-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. CL2008-22 CLAUSE SUBJECT PAGE I. PLAN QUANTITY ITEMS..................................................................................................................1 2. GUARANTEED MAINTENANCE .....................................................................................................1 3. CONTRACT TIME AND LIQUIDATED DAMAGES.......................................................................1 4. CONTRACTOR'S AUTHORIZED REPRESENTATIVE ..................................................................2 5. OPS GENERAL CONDITIONS.......... ........... .............................................................. ........................2 6. LAYOUT BY CONTRACTOR............................................................................................................2 7. RESTRICTIONS ON OPEN BURNING .............................................................................................3 8. PAYMENTS ..................................................................... ................. ...................................................3 9. UTILITIES ........................................... ............................................................. ....................................4 10. HAUL ROADS .....................................................................................................................................4 II. DUST CONTROL ................................................................................................................................4 12. TRAFFIC CONTROL, FLAGGING ....................................................................................................5 13. CONTRACTOR'S SUPPLY OF CONSTRUCTION SIGNS............................................................... 5 14. MAINTENANCE OF TRAFFIC ..........................................................................................................6 15. EMERGENCY AND MAINTENANCE MEASURES........................................................................6 16. ENGINEERING FIELD OFFICE .........................................................................................................7 17. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL....................................................... 7 18. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 - DESIGNATED SUBSTANCES............8 19. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM (WHMIS)........................9 20. SPILLS REPORTING ......................................................................................... ............... .... ............... 9 21. PROTECTION OF WATER QUALITY ............................................................................................10 22. TRAFFIC AND STREET SIGNS.......................................................................................................10 23. GARBAGE COLLECTION AND MAIL DELIVERY SERVICE ....................................................10 24. ASPHALT MIX DESIGNS ................................................................................................................11 25. AMENDMENT TO OPSS 1820; CONCRETE PIPE.........................................................................ll 26. PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED SPACES 12 27. CONFINED SPACE ENTRY .............................................................................................................12 28. ENTRY ONTO PRIVATE PROPERTY ............................................................................................13 29. STORAGE AREAS ............................. ................................................. .......... ................ .................... 13 30. GENERAL LIABILITY INSURANCE .............................. ....... ..................... ........ ............................ 13 31. CONSTRUCTION LIEN ACT ...........................................................................................................13 32. PAYMENT ADJUSTMENT FOR CHANGES IN THE MINISTRY OF TRANSPORTATION'S PERFORMANCE GRADED ASPHALT CEMENT PRICE INDEX................................................ 14 33. VARIATIONS IN TENDER QUANTITIES ...................................................................................... 15 34. PROPERTY OWNER'S RELEASE OF PRIVATELY OWNED LAND USED BY THE CONTRACTOR.................................................................................................................................. 16 I I I I I I I I I I PAGE ONE SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-22 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 of the General Conditions is revised in that the Contractor shall guarantee and maintain the entire work called for under this Contract for a period of twenty-four (24) months. The Contractor shall make good in a permanent manner, satisfactory to the Authority, any and all defects or deficiencies in the work, both during the construction and during the period of maintenance as aforesaid. The Contractor shall commence repairs on any work identified as defective under this clause within 48 hours of receipt of notice from the Authority or the Contract Administrator. The decision of the Authority and the Contract Administrator shall be final as to the necessity for repairs or for any work to be done under this Section. 3. CONTRACT TIME AND LIQUIDATED DAMAGES (1) Time I I I I I I I I I Time shall be the essence ofthis Contract. For purposes of this Contract, GCl.04 of the General Conditions is revised, in that Contract Time means the time stipulated herein for Completion of the Work as defined in Clause GC1.06. (2) Progress of the Work and Contract Time The Contractor shall accomplish completion of this Contract as defined in GCl.06 of the General Conditions on or before September 12, 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. CL2008-22 2. 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 ($1,000.00) 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 I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-22 3. 7. RESTRICTIONS ON OPEN BURNING Open fires will not be permitted within the limits of this Contract. Brush and debris may as an alternative to burning, be disposed of outside the Contract Limits and in compliance with the requirements specified elsewhere for Management and Disposal of Excess Material. 8. PAYMENTS Except as herein provided, payments under this Contract will be made in accordance with Section GC8.02.03 of the General Conditions. Notwithstanding the provisions of the General Conditions respecting certification and payment, the Authority may withhold 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 10% to 2-1/2%, the Contractor shall supply a Statutory Declaration as defined in GC8.02.03.07.03(b) and advertise the Certificate of Substantial Performance per GC8.02.03.04.03. As a condition of Progress Payment Certificate processing, the Contractor must provide a current WSIB Clearance Certificate, a Statutory Declaration in support of each Progress Payment Certificate and an updated project schedule as directed by the Contract Administrator. 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 of the work. As a condition of the final holdback payment, the Contractor shall provide the required Property Owner's Releases as specified elsewhere, as appropriate. 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. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-22 4. I I I I I I I I I I I I I I I I I I I 9. UTILITIES Sections GC2.01 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 of this Contract. The location and depth of underground utilities shown on the Contract drawings are based on the investigations made by the Authority. It is, however, the Contractor's responsibility to contact the appropriate agencies for further information in regard to the exact location of all utilities, to exercise the necessary care in construction operations and to take such other precautions as are necessary to safeguard the utilities from damage. The Contractor should note the following relocation works: . The existing 50 mm gas main present under the east curb from approximately 1+012 to 1+212.5 shall be relocated to approximately 0.6m west of the east R.O.W. limit. . The Cable T.V. junction box at 1+110,7.7 m left on Beech is to be relocated. It is anticipated that both relocation works shall be completed prior to the commencement of construction but may also occur concurrently. 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. 10. 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. 11. 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. I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-22 5. Where the work requires the sawing of asphalt or the sawing or grinding of concrete, blades and grinders of the wet type shall be used together with sufficient water to prevent the incidence of dust, wherever dust would affect traffic or wherever dust would be a nuisance to residents of the area where the work is being carried out. The cost of all such preventative measures shall be borne by the Contractor except however where water or calcium chloride is used to reduce the dust caused by traffic on a roadway which it is the Contractor's responsibility to maintain for public traffic, the cost of such quantities of water and calcium chloride as are authorized by the Contract Administrator to restrict dust to acceptable levels, shall be paid for by the Authority at the Contract prices for Application of Water or Application of Calcium Chloride. 12. 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. 13. 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 ofthe "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. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-22 6. I I I I I I I I I I I I I I I I I I I 14. MAINTENANCE OF TRAFFIC The Contractor shall ensure that every reasonable effort shall be made to provide vehicular access to homes and other properties within the limits of the project at the end of each working day. "Where this is not possible prior arrangements must be made with affected home owners" (As per Addendum No. I) Access to at least one of the entrances to the Clarint!lon Beech Centre must be provided at all times. The Contractor shall also provide directional signage at locations as directed by the Contract Administrator which clearly provides access directions to the Clarington Beech Centre. 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 of three (3) weeks in advance of such closure. The newspaper advertisement shall indicate the date of closing of the roadway and the length of time for which the road will be closed. This advertising is in addition to the notification required for Police, Fire, Hospital and Ambulance as indicated above. 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. 15. 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 I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-22 7. 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. 16. 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. 17. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL The requirements ofOPSS 180 shall apply to this Contract, revised as follows: .1 Section 180.03, Definitions, shall be amended by the addition of the following: SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-22 8. I I I I I I I I I I I I I I I I I I I 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. 18. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 - DESIGNATED SUBSTANCES In accordance with the requirements of Section 18a(l) 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 tbis 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 of this specification, where Designated Substances are identified as being present at the site of the work. The Contractor shall comply with the governing Ministry of Labour Regulations respecting protection of workers, removal, handling and disposition of the Designated Substances encountered on this Contract. I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-22 9. 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, of the location(s) proposed for disposal of Designated Substances. A copy of the notification shall be provided to the Contract Administrator a minimum of two weeks in advance of work starting. In the event that the Ministry of the Environment has concerns with any proposed disposal location, further notification shall be provided until the Ministry of the Environment's concerns 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 ofthe Genera] Conditions of the Contract shall apply. 19. 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. Re]ated Material Safety Data Sheets shall accompany the submission. All containers used in the application of products controlled under WHM]S shall be labeled. The Contractor shall notity the Contract Administrator of changes to the list in writing and provide the relevant Material Safety Data Sheets. 20. SPILLS REPORTING Spills or discharges of pollutants or contaminants under the control of the Contractor, and spills or discharges of pollutants or contaminants that are a result of the Contractor's operations that cause or are likely to cause adverse effects shall forthwith be reported to the Contract Administrator. Such spills or discharges and their adverse effects shall be as defined in the Environmental Protection Act R.S.O. ]980. 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. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-22 10. I I I This reporting will not relieve the Contractor of his legislated responsibilities regarding such spills or discharges. 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. I I I I I I I I I I I I I I I I 21. 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 of 30 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 fuel/pesticide containers within the Contract limits. 22. 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 ofthe 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. 23. GARBAGE COLLECTION AND MAIL DELIVERY SERVICE The Contractor should be aware that Beech Avenue receives "door to door" mail delivery service and mail delivery staff use existing sidewalks to complete their delivery. Should construction I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-22 11. activities disrupt this service Scott Cherry of Canada Post shall notifY customers on Beech Avenue of the disruption of service. 24. 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. 25. AMENDMENT TO OPSS 1820; CONCRETE PIPE Section ]820.02, References, ofOPSS 1820 is deleted and replaced by the following: 1820.02 References This specification refers to the following standards, specifications, or publications: Ontario Provincia] Standards Specifications (Materia]) 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 1820.07.0] General Production methods shall conform to the requirements ofCSA A257.] and CSA A257.2. 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 SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-22 12. I I I Marking shall conform to the requirements of CSA Standard A257.1 M or A257.2M. Pipe conforming to the MOE Pre-qualification Requirements for Concrete Sewer Pipe Plants shall bear the letters "MOE". 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 ofthe Contract Administrator, in connection with confined space entry while the Contractor is operating on site. I I I I I I I I I I I I I I I I Jacking Pipe shall be marked with the words "Jacking Quality". 26. PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED SPACES Clause GC7.0 1.07 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. 27. CONFINED SPACE ENTRY The following equipment shall be made available on request: . Mechanical Ventilation Equipment . Gloves . Gas Detector (C95-80) . Full body harness securely attached to a rope . Rope . Gas mask or dust, mist or fume respirator (optional) . 30 minute self-<:ontained breathing apparatus (need not be worn but, if required, be readily available to supply air for instant egress) . 7 minute Escape Pack . Explosion-prooftemporary lighting . Adequate clothing to ensure protection against abrasions and contamination. I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CLlOO8-22 13. 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. 28. 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. 29. STORAGE AREAS Clause GC7 .03.0 I 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. Under no circumstances will materilll storage be permitted within areas delineated with tree protection fencing. 30. GENERAL LIABILITY INSURANCE The Municipality of Clarington, Regional Municipality of Durham and Totten Sims Hubicki Associates (I 997) Limited shall be named as additional insureds. 31. CONSTRUCTION LIEN ACT The Contractor shall give the Authority notice in writing, immediately, of all lien claims or potential lien claims coming to the knowledge of the Contractor or his agents. When a claim for lien is filed by a Subcontractor, labour or material supplier or equipment renter acting under the Contractor, and proceedings are commenced by the Authority to vacate the lien, the Contractor agrees and shall forthwith pay to the Authority, in addition to their reasonable legal fees therefore, all interest costs and expenses incurred by the Authority and an additional sum equal to ten percent (10%) of the sum found to be owing as liquidated damages, and such remedy shall be in addition to any other remedy available to the Authority under the Contract Documents. Where any lien claimant asks from the Authority the production for inspection of the Contract Documents or the state of the accounts between the Authority and the Contractor, the Contractor shall be liable for an administration fee of Two Hundred Dollars ($200.00) for each request made as compensation for the preparation of such accounting or for the preparation of the Contract, or both, as the case may be, and the Contractor acknowledges that such administrative fee shall be SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-22 14. I I I I I I I I I I I I I I I I I I I properly deductible, if tbe Autbority 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, tbe Contractor further agrees to indemnifY tbe Autbority 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 tbe extent that the same is made necessary under the disposition of tbe matter by such judge, and tbe Contractor further agrees tbat 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. 32. PAYMENT ADJUSTMENT FOR CHANGES IN THE MINISTRY OF TRANSPORTATION'S PERFORMANCE GRADED ASPHALT CEMENT PRICE INDEX The Municipality of Clarington will adjust tbe 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 witbin 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 montbly by tbe MTO. The MTO price index will be used to calculate the amount of the payment adjustment per tonne of new asphalt cement accepted into the Work. The price index will be based on the price, excluding taxes, FOB tbe 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 montb in which paving occurs when tbe price index for tbe montb differs by more tban 10% from the price index for tbe month in which tenders were opened for the Contract. When tbe 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 tbe month for which it is established. However, a payment adjustment will not apply to paving work done after the approved time for completion ofthe Contract has expired, including the expiration of any extensions of time tbat have been granted. The payment adjustment for the month will be calculated from the following formulae: 1. When Ip is greater tban 1.10 ITa, the payment adjustment per tonne of asphalt cement is (Ip- 1.10 ITa) and the Contractor receives additional compensation of: P A = (Ip - 1.1 0 ITa) x quantity of new asphalt cement in tonnes I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2008-22 15. 2. When Ip is less than 0.90 ITO, the payment adjustment per tonne of asphalt cement is (0.90 ITO - Ip) and the Owner receives a rebate of: P A = (0.90 ITO - Ip) x quantity of new asphalt cement in tonnes Where: P A = payment adjustment for new asphalt cement, in dollars ITO = 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. 33. 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. CL2008-22 16. I I I I I I I I I I I I I I I I I I I 34. PROPERTY OWNER'S RELEASE OF PRlV 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 LlC 3A6 Re: Contract No. CL2008-22 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. CL2008-22 SPECIAL PROVISIONS - TENDER ITEMS P:\Depl 12\12-2960 I ISpecs\CL2008-22-SP- Tl.doc 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. CL2008-22 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". ORDER OF WORK It should be noted that the Contractor must undertake the works in the following order due to the sensitive nature of the area: . Sawcut concrete road base at sanitary sewer trench location based on vertical trench (narrow trench - 1.1 m +/-) construction. . Remove road base only at sanitary sewer trench location as part of sewer installation. Remaioing road base to remain in place. . Trench restoration must be completed immediately following sewer installation with no more than 3 pipe lengths being left open during the working day and I pipe length at the end of the working day. . The top 600 mm of the sanitary and storm sewer trench is to be restored with 50 mm crusher run limestone. . Upon completion, the Contractor shall undertake either the storm sewer iostallation or the watermain installation. Both works will not be permitted simultaneously. . The storm sewer and catchbasio laterals must all be constructed by vertical trench methods. . Finally, either the remainiog storm sewer or watermain shall be constructed. . Service laterals identified by the Contract Administrator shall be installed by sub-surface (trenchless) installation and will be paid for under the appropriate Items. . Upon completion of the underground serviciog, the Contractor may proceed with road base construction. Due to the nature of the underlying soils, the Contractor will be required to excavate road base and load trucks on the existing road in one direction, while gravel trucks will be required to end dump from the other direction with grading equipment pushing material to grade. Supply trucks will be required to end dump off of placed material. . Following placement of 300 to 525 mm of granular road base, the remaining road works may proceed at the Contractor's discretion. The Contractor must supply equipment or adjust his construction methods as required to ensure minimal phvsical damlll!e will be done to the existinl! trees (roots and canopv) within the project limits. This may include the nse of a Hydro Vacuum truck, mini excavator, subsurface installatiou of services or auy other means as deemed appropriate by the Contract Administrator to ensure the safeguard of the existing trees on Beecb Avenue. PART 'A' - ROAD WORKS AND STORM SEWERS SITE PREP ARA nON - ITEM NO. Al Payment shall be made under these Items for the following work: SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-22 2. I I I I I I I I I I I I I I I I I I I . Removal, salvage, storage and reinstatement of large stone step in the boulevard of #27 Beech Avenue. . Removal, salvage, storage and reinstatement of flagstones at #17 Beech Avenue. . Removal, salvage, storage and reinstatement of existing retaining wall/steps to the Clarington Beech Centre from 1+101 to 1+105:10. . Removal and salvage of 2 precast curbs a 1+068 Lt. Should staff at the Clarington Beech Centre and the Clarington Operations Department not wish to keep the pre-cast curbs the Contractor shall dispose of them off site. o Removal, salvage and storage of interlocking brick pavers at: . Boulevard, driveways and walkway to #27 Beech Avenue. . Front walkway to Oarington Beech Centre. . Boulevard, driveway and soldier course along walkway to #29 Beech Avenue. . Driveway to #33 Beech Avenue. . Walkway to #38 Beech Avenue. . Temporary transplant and maintenance of plant material as directed by the Contract Administrator from the following gardens: . #27 and #33 Beech Avenue. . Transplanting of tree at 1+204, Lt. Disposal sites shall be off site at locations arranged by the Contractor unless otherwise noted. CLEARING, GRUBBING AND TREE MAINTENANCE - ITEM NO. A2 Under these Items and at the lump sum bid, the Contractor shall include for the removal of the tree at 1+059.5 Rt., shrubs, stumps and vegetation (as shown on the drawings) and disposal off site. The lump sum price shall also include for the careful pruning and crown cleaning of existing trees by qualified personnel as noted below and as outlined in the November 12, 2007 updated ''Tree Inventory and Assessment": Tree Address Speelts Bl!$~Otl1ijHlofWorJl No. Bl 5 Beech Avenue SUgllrMai)te . Prune and remove decayed and . .. dead branches. . B3 15 Beech Avenue Norwav Soruce Remove dead branches. B5 21 BeeehAveliue Red Oak Remove dead branches including 1 o.15ttnbranch on south east side and 10 em branch over road. B6 27 Beech Avenue White Ash Remove dead branches. B7 CoppetBeech B8 CmmerBeech BIO 29 Beech Avenue White Ash Remove dead wood and prune large branCh above main trunk cavity to reduce stress/weight on trunk. 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. CL2008-22 3. BI4 35 Beech Avenue Norway Maple Prune and remove dead wood. BI5 Norway Maple BI6 Silver Manle B18 40 Beech Avemte Horsechestnut l'rune and remove dead wood. B19 White Spruce Horse B20 chestnut B21 38 Beech Avenue White Ash Remove dead wood. B22 36 Beech Avemte .SUgat. },{aple Remove 1lIrge and sma1l dead branches. B29 Beech Centre Norway Maple - Crimson Remove dead wood. B26 Basswood B25. Norway Maple B23 Norway Maple B24 Beech Centre Norway Maple Remove dead wood and prune girdling roots. B30 Red Manle Prune and remove dead wood. B31 Beech Centre Norway Maple Prune and remove dead wood. B32 Norway Maple B33 Norway Maple B34 Norwav Manle B35 Beech Centre Copper Beech Prune and remove dead wood. B36 Sugar Maple B37 White Ash There will be limited additional pruning or branch removal permitted at the discretion of the Contract Administrator for the purpose of aiding with construction methods. The Contractor MUST use equipment as necessary to avoid physical impact to the existing tree canopy. All work to be completed by an approved Mature Tree Care Specialist. Prior to construction the Contract Administrator's Arborist and the Contractor's Mature Tree Care Specialist shall review the site and confirm the scope of work to be complete. EARTH EXCAVATION (GRADING) - ITEM NO. A3 Payment under this Item shall include: . Removal and disposal of asphalt from Beech Avenue. . Removal and disposal of asphalt from entrances. . Removal and disposal of excess material off site at a location arranged for by the Contractor. . Proof rolling of subgrade. . Stripping oftopsoiJ (estimated at 100 mm). . Excavation below proposed road grade as per the typical section in the Contract Drawings. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-22 4. I I I I I I I I I I I I I I I I I I I TlJe Contractor should nolL that the existing asplUllt and concretL road base on the east half of Beech Avenue shall remain in place until all major underground servicillg operations have been completed. The removal of the concrete road base will be paid for under a separate Item. The Contractor should note that stripped material shall not be used on site and must be disposed of off site at a location arranged for by the Contractor. 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 sulH:xcavation will be agreed to on site with the Contract Administrator. Backfill for the sulH:xcavation shall be compacted suitable native material or if non is available 50 mm Crusher Run Limestone shall be used and shall be paid for under the appropriate Item. HOT MIX 8.L.-3 and 8.L.-8-- ITEMS NO. A4 AND AS 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. AS shall include for the following: . Forming asphalt banier and asphalt infill at catchbasin and catch basin/maintenance hole locations. . Construction of 50 mm step joints (min. 300 mm width) at limits of construction for base asphalt placement. . Forming of temporary asphalt ramps at limits of construction and . 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 A5. The following depths of asphalt shall apply: . Beech Avenue, 40 mm H.1.-3 (by others) and 50 mm H.1.-8 . Existing residential asphalt entrances shall be reinstated with 50 mm 8.1.-3 . Existing Clarington Beech Centre asphalt entrances shall be reinstated with 40 mm H.1.-3 and 50 mm ofH.1. - 8 . Existing gravel entrances with concrete sidewalk shall be restored within 50 mm H.1.-3 in boulevard. Note: I. 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 ofClarington's Design Guideline Section 900 and Special Provisions - General Clause No. 32. 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. CL2008-22 5. GRANULAR 'A' AND GRANULAR 'B', TYPE I-ITEMS NO. A6 AND A7 Payment shall be made under these Items for supply, placing and compacting Granular' A' and Granular 'B' Type I to the following depths: . Private entrances, 200 mm of Granular' A' . Clarington Beech Centre entrances, 150 mm of Granular' A' and 300 mm of Granular 'B', Type . Backfill to subdrains shall be Granular' A'. 20 mm AND 50 mm CRUSHER RUN LIMESTONE -ITEMS NO. A8 AND A9 Payment shall be made under these Items for supply, placing and compacting of 20 mm and 50 mm crusher run limestone to the following depths: . East edge ofpavement-75 mm of20 mm crusher run limestone and 360 mmof50 mm crusher run limestone. . Centre line of road - 75 mm of 20 mm crusher run limestone and 498 mm of 50 mm crusher run limestone. . West edge of pavement - 75 mm of 20 mm crusher run limestone and 525 mm of 50 mm crusher run limestone. . See typical cross-section on Drawing No.4 for clarification. Backfill to su~xcavated areas shall be 50 mm crusher run limestone should suitable native material not be available and shall be paid for under this Item. Temporary restoration of !be top 600 mm of the storm and sanitary trenches from the existing top asphalt shall be 50 mm crusher run limestone and shall be paid for under this Item. PIGMENTED AND PATTERNED CONCRETE - ITEM NO. AIO Concrete in driveway to No. 35 Beech A venue is to be replaced with new pigmented and patterned concrete to match existing colour, pattern and depth. The concrete is to be pigmented throughout, not surface treated. Home owner to supply colour code and mane of original contractor. CONCRETE IN DRIVEWAY - ITEM NO. All Payment under this Item shall be for the placement of concrete in the driveway boulevard apron to No. 38 Beech Avenue and shall include the following: . Supply and placing of 30 MPa concrete, 150 mm minimum thickness. Concrete shall be reinforced with 152 mm x 152 mm plain mesh MW I 1.I x MW 11.1. Joints shall be overlapped 300 mm and tied. Mesh shall be placed 50 mm above the bottom of the slab. . Expansion joints shall be placed at the interface with !be sidewalk and the back of curb and all other SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-22 6. I I I I I I I I I I I I I I I I I I I joints shall be contraction joints at a maximum spacing of 2.0 m. Supply, placing and compacting of 200 mm of Granular' A' base shall be paid for under Item A6. CONCRETE IN SIDEWALK - ITEM NO. Al2 Where new sidewalk abuts existing sidewalk or other concrete surface an expansion joint shall be constructed. Every joint shall be a contraction joint except where expansion joints are indicated on C-307. CONCRETE CURB AND GUTTER (ALL TYPES) - ITEM NO. A13 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 ofOPSS 353 is amended in that transverse jointing of curb and gutter shall be at a maximum spacing of 3.0 m. Barrier curbs shall be used for the entrances to the Clarington Beech Centre. Curbs shall be constructed in accordance with C-302. INTERLOCKING BRICK PAVERS- ITEM NO. A14 Payment shall be made under this Item A14a) at the unit price bid for the following work: . Supply and placing of natural grey brick pavers in running bond pattern with a single soldier course (on both sides) in sidewalk, including the supply, placing and compacting of bedding sand and High Performance Bedding (HPB) as supplied by Dufferin Aggregates. The depth ofHPB shall be 100 mm to 150 mm. Depth of HPB base shall be reduced in areas where tree roots are encountered. The unit price bid shall also include for the supply and placement of geotextile, Terrafix 270R or approved equivalent which the HPB shall be wrapped in. Bedding sand to be placed on top of geotextile. The unit price bid shall include for cutting of pavers to fit existing features, valves, etc., as directed by the Contract Administrator. Relaying of salvaged brick pavers, Item A14b), in private walkways and driveways includes the supply, placing and compacting of bedding sand. Granular 'A' base of200 mm or as required to match existing will be paid for under Item No. A6. Edge restraint shall be used in all applications and shall be metal or plastic, secured with spikes driven into the granular base, as supplied by the manufacturer of the unit pavers. 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. CL2008-22 7. tOO mm DIA. PIPE SUBDRAINS - ITEM NO. At5 The Contractor shall supply and place perforated corrugated polyethylene pipe complete with geotextile sock. Backfill to subdrains shall be in accordance with C-30 1 and Clarington Standards Section 900, supplied and placed under the appropriate tender Items. Note only one subdrain is proposed on the west side of the road as per the Typical Cross Section provided on Drawing 4. CATCHBASINS AND MAINTENANCE HOLES - ITEMS NO. At6 AND At7 Structures shall be installed in accordance with Municipal Standards C-I 0 I, C-104, C-I13 and OPSD 400.110, 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 holelcatchbasin. 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 400.110 and Municipality of Clarington Standards C-I13. All structures within roadway shall be constructed to the level of mid-binder base course asphalt. CONNECT TO EXISTING, REBUILD AND REBENCH MAINTENANCE HOLE - ITEMS NO. A19ANDA20 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 existing maintenance hole) . Removal and replacement of concrete cradle at the north inlet of Maintenance Hole # I as per C-IO I . Grout to ensure a watertight connection in pipe, maintenance hole, etc. . Backfill to storm sewers shall be as stipulated in the storm sewer and lateral Items. The unit price shall also include for all 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 details of structures requiring rebuilding. Existing Maintenance Hole #1 requires precast riser sections to be added below the top cone section. Payment under this Item shall also 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. CL2008-22 8. I I I I I I I I I I I I I I I I I I I STORM SEWERS - ITEMS NO. A21 - A22 Note: AU storm sewer instaDation shaD be by vertical trench method and mnst be constructed independent of the sanitary sewer and watermain construction (i.e. each main line sewer or watermain must be constructed one at a time except for subsurface (trencbless) installation locations.) Under these Items and for the unit price bid, the Contractor shall supply all materials including pipe of the 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. Concrete pipe bedding shall be 19 rom crusher run limestone, cover shall be sand and backfill shall be native backfill, as per C-I08. For PVC pipe catchbasin leads, bedding and cover shall be in accordance with C-l 09 and hackfill 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-lll. 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. Temporary restoration of the top 600 rom of storm sewer trench shall be made with 50 rom crusher run limestone and shall be paid for under the 50 rom crusher run limestone 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 and catchbasin leads, all in accordance with OPSS 409. MISCELLANEOUS WORKS (provisional) - ITEM NO. A25 Under this Item, the Contractor shall be paid on a time and material basis for landscaping works on or near private properties as part of the construction operation not identified prior to construction or not covered under other Items. Extent of works will be determined by the Contract Administrator at time of construction. SA WCUTTING ASPHALT PAVEMENT -ITEM NO. A26 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. 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. CL2008-22 9. The Contractor will be responsible for protecting the sawcut edge from damage until paving. Should the sawcut edge be damaged, the Contract Administrator will require that the asphalt be re-cut prior to paving at no additional cost. REMOVAL OF CONCRETE ROAD BASE - ITEM NO. A27 The unit price bid shall include for all labour, equipment and materials required to remove the existing road base as identified on Drawing No. I and 3, including removal for trench excavation. Sawcutting for trench excavation will be paid for under the applicable pipe item. Concrete rubble resulting from concrete road base 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. REMOVAL OF SIDEWALK - ITEM NO. A28 Concrete and asphalt 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. A majority of the existing sidewalk is concrete with an asphalt cap. In order to minimize compaction of root zone in the vicinity of existing mature trees and to provide pedestrian access, existing sidewalk shall be left in place until such time that the Contractor is prepared to install new sidewalk. Isolated sidewalk bays may be removed as required to facilitate service construction. These bays shall be temporarily restored with Granular' A' and paid for under the 'Granular A' Item. Payment shall also be made under this Item for the removal of patio stones, private concrete walkway and interlocking brick pavers. Where indicated on the drawings, bricks shall be salvaged for reuse. The Contractor shall note the laying pattern of brick walkways for reinstatement. REMOVAL OF CURB AND GUTfER - ITEM NO. A29 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. REMOVAL OF CULVERTS AND SEWERS - ITEMS NO. A30 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. REMOVAL OF CATCHBASINS AND MAINTENANCE HOLES - ITEM NO. A31 SPECIAL PROVISIONS - TENDER ITEMS CONTRACf NO. CL2008-22 10. I I I I I I I I I I I I I I I I I I I All frames, grates, covers and concrete rubble resulting from structure removal shall be disposed of off the site at a location arranged for by the Contractor. Void left by structure removal shall be hackfilled with approved native material. SUPPLY AND INSTALLATION OF PLANT MATERIAL - ITEM NO. A32 Payment shall be made under this Item for the supply and installation of trees 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. Substitotions 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. 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 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. CL2008-22 11. 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. EXCA VA TE FOR UTILITY/GRANULAR FILL VERIFICATION (provisional) - ITEM NO. A33 The unit price for these Items shall include for the following: . Excavation of sufficient depth to expose utility required for verification. . Backfill with native material following verification check by Contract Administrator with Granular fill if native material is unsuitable. H.L.-8 BLEND CLEAR STONE BEDDING WIm GEOTEXTILE (provisional) - ITEM NO. A34 These Items shall only be utilized 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 clear stone. . Supply and place H.L. - 8 blend clear stone bedding to depths as directed by the Contract Administrator. ASPHALT CEMENT PRICE ADJUSTMENT ALLOWANCE - ITEM NO. A35 Payment shall be made under these Items for payment adjustment for asphalt cement placed in the Contract in accordance with Clause No. 32 ofthe Special Provisions - General. TREE PROTECTION FENCING- ITEM NO. A36 The unit price bid shall include for all labour and materials as required for the Contractor to supply, install, maintain (including removal and reinstallation required to complete the work) and remove all tree protection as per OPSS 565 as directed by the Contract Administrator throughout the limits of the Contract as shown on the Contract Drawings. TOPSOIL (IMPORTED) - ITEM NO. A37 SODDING (NURSERY, UNSTAKED) - ITEM NO. A38 Screened topsoil shall be placed to a minimum depth of 100 mm in disturbed grass areas. Subsection 570.05.01 ofOPSS 570, August 1990 is amended by the addition of the following: SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-22 12. I I I I I I I I I I I I I I I I I I I 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 of75%, +/-10%. The base saturation of sodium shall be a maximum of 0.5%. The pH level shall be between 6.0 and 7.0. A copy of the topsoil testing report shall be provided to the Contract Administrator. 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 throughout the duration of the Maintenance Period. Subsections 571.07.05, 571.08.01 and 571.08.02 ofOPSS 571, November 2007 is amended by the following: Replace "30 day maintenance period" with "120 cODSeeutive dav maintenance period". 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. I, OPSS 571). Clarington is considered to be in the 'Southern Ontario' area and the winter dormant period is from November 1 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. GEOGRID -ITEM NO. A39 (pROVISIONAL) Payment shall be made under this Item for the supply and placing of Geogrid Tensar BXl1 00 or equivalent as manufactured by Tensar Earth Technologies. Geogrid shall be placed at subgrade level where directed by the Contract Administrator. PART 'B' - SANITARY SEWER AND APPURTENANCES SANITARY SEWER AND APPURTENANCES Reference: .1 Construction of all sanitary sewers and appurtenances in accordance with the Regional Municipality of Durham Construction Specifications for Regional Services - Revised April 2007. .2 Contract Drawings and Details for Contract No. CL2OO8-22. 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. CL1008-22 13. SANITARY SEWER PIPE - ITEM NO. 2.01 Reference: RMDCS Section 02530 and Contract Drawings and RMDCS S-40 I Note: Connections to proposed/existing maintenance holes to be included in the unit price bid for the appropriate pipe item. Payment for breaking into and rebenching existing maintenance holes to be made under Item No. 2.04.04. This item shall not include those concrete pipe plugs requiring separate excavation to facilitate pipe removal and plug installation. All notations in the Form of Tender indicating size of pipe and depth of bury are for information only. Where there is any discrepancy between the Form of Tender and the Contract Drawings, the Contract Drawings shall be taken as correct. The unit price bid for all sanitary sewer sections shall be based on the pipe material, size and depth of bury indicated on the Contract Drawings. Restoration of all disturbed surfaces beyond the limits of fulJ road reconstruction and grading will be paid for under the items appropriate to such work. Include: .1 Backfilling to 600 mm below top of existing asphalt with subgrade level with approved native material. .2 Temporary restoration of the top 600 mm of the trench measured from existing top of asphalt with 50 mm crusher run limestone. "Payment for the 50 mm crusher run limestone will be paid for under Item No. A9" (As per Addendum No. I) .3 Saw cutting of existing concrete and asphalt road base as required to install sanitary sewer buy vertieal trench constnaction. .4 Maintenance of existing sewage flow including by-pass pumping. TRENCH REPLACEMENT - SAND FILL (provisional) - ITEM NO. 2.112.07 Reference: RMDCS 02315 & 02530 Work under these items, if ordered by the Contract Administrator, shall include replacement of native materials removed from the sanitary sewer or service connection trench with Sand Fill materials using a compaction method which shall minimize the impact of vibrations and noise on adjacent homes/structureslbuildings. Include: .1 Removal from site and disposal of native materials. .2 Supply and placement of Sand Fill material. Reference RMDCS Section 02315, 2.01.\ b) for gradation requirements of Sand Fill material. .3 Compaction of Sand Fill to 100% Standard Proctor Dry Density. .4 Measurement for Payment - actual volume, in cubic metres, of Sand Fill material used as native material replacement based. Measure shall be outer pipe diameter plus a maximum of 1200 mm for width multiplied by approved depth and length of trench. .5 Basis of Payment- unit price bid shall include all labour, equipment and materials required to remove undesirable native materials and to supply and place Sand Fill in the trench. - SPECIAL PROVISIONS - TENDER ITEMS CONTRACf NO. CL2008-22 14. I: I I- I- I I I 1 I 1 I: I I I' I I I I I I TRENCH RESTORATION - ITEMS NO. 2.02.03,2.02.40,2.02.41 AND 2.02.42 Payment shall be made under this Item at the unit prices bid for restoration costs additional to the cost of service installation under Item No. 2.03.01 and 2.03.07. Item 2.02.03 Topsoil and sod. Nursery sod laid on a minimum depth of 100 mm of topsoil. Item 2.02.40 Gravel Gravel surfaces in entrances shall be restored with 200 mm of Granular' A' . Item 2.02.41 Asphalt Asphalt in private entrances shall be restored with 50 mm ofHL-3 on 200 mm of Granular' A' base. Item 2.02.42 Concrete and Other Hard Surfaces Private concrete sidewalk shall be restored with 125 mm of concrete to match existing walkway width. Replacement of existing concrete cross walk at tbe north end of Beech Avenue shall include 30 MPa concrete and joints shall be spaced at 1.5 metre intervals. Welded Wire Mesh shall also be provided at the bottom of the crossovers with a minimum cover of 25 mm. Finishing and texturing of surface shall be carried out in accordance with C-307. OPSS 350, Sections 350.07.03.02 and 350.07.03.03 and in accordance with OPSD 310.060. Brick Pavers - Existing brick pavers shall be salvaged from private entrances and the intersection of Beech Avenue and Concession Street West and reinstalled. Payment under this Item shall apply to restoration of sanitary sewer service trenches outside and the road reconstruction grading limits of Beech Avenue and at the areas disturbed by the water and sewer installation at the intersection of Beech Avenue and Concession Street West as directed by the Contract Administrator. SUBSURFACE INSTALLATION OF SERVICES (Provisional) - ITEM NO. 2.02.43 Reference: Item No. 2.03.01 Include:.l The unit price bid for this Item shall cover all costs extra over those which would normally be incurred to install 100 mm dia. service connections by open trench method. Note: .1 Work under this Item shall not be undertaken without approval of the Region of Durham. .2 This work may be required where conditions are such that damage may be imposed on trees or other surface features if services were installed by open cut method. 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. CL2008-22 15. 100 mm DIAMETER PVC SANITARY SERVICE CONNECTIONS - ITEM NO. 2.03.01 Reference: RMDCS Section 02530, Contract Drawings, S-301 and S-401 Payment shall be made under this Item for the supply and installation of 100 mm dia. PVC SDR 28 sanitary sewer laterals which have to be replaced because of conflict or mainline sanitary sewer trenching operations. Payment shall also be made under this Item for the installation of new sanitary lateral as identified on the Contract Drawings. Include: .1 Dye testing of IateraIs. Note: .1 .2 .3 .4 .5 Measurement for payment shall be in metres in accordance with RMDCS Section 02530. 1.03. Service connections shall be connected to existing lateral at the main line sewer trench for all services except for House #33 Beech Avenue. The new service connection to House #33 Beech Avenue shall be connected to the main line sewer as shown on the Contract Drawings and shall be placed to the newly constructed clean out 1.0 m from the foundation wall or other main structure of the house. Basis of payment shall be in accordance with RMDCS Section 02530, 1.04. Service connection stubs are not to be backfilled until the as-constructed inverts and tees are surveyed by the Contract Administrator. The exact locations of new service connections shall be field confirmed by the Contract Administrator. No work shall be carried out under this Item without tbe authorization of the Contract Administrator. Note: Trench restoration for sanitary service connections shall be paid under the appropriate trench restoration item where it is beyond the limits of normal road construction restoration. Items from Part A will be used to pay for restoration of sewer trenches within the grading limits. CLEAN-OUTS AS PER RMDSD 8-303 - ITEM NO. 2.03.05 Reference: RMDCS Section 02530 and RMDSD S-303 Include: . I Supply and installation of all materials necessary to construct clean-ilut in accordance with RMDSD S-303. .2 Supply and installation of bedding and Sand FiJI cover for exposed pipe in accordance with RMDCS Section 02315. .3 Measurement for Payment - a count will be made of the number of clean outs installed. .4 Basis of Payment - unit price bid shall include all labour, equipment and materials to supply and install clean-ilut. Note: Cost of excavation and backfill shall be deemed to be included in the unit price bid for this item. Surface restoration shall be included in the measurement for the appropriate trench restoration item. The Contractor must provide the appropriate construction equipment as to minimize the disturbance SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-22 16. I I I I I I I I I I I I I I I I I I I to the area surrounding the clean-ilut location which may vary from service to service (i.e. vacuum truck, mini excavation, etc.). Any disturbance deemed to be unnecessary by the Contract Administrator will be restored at the Contractor's expense. REMOVE EXISTING MAINTENANCE HOLE - COMPLETELY - ITEM NO. 2.04.01 Reference: Include: OPSS 510 and Contract Drawings .1 Excavation to grade required and disposal of surplus materials. .2 Removal and disposal off site of existing structure complete. .3 Existing frames and covers removed are to become property of the Contractor and disposed of at his expense. .4 Backfill with approved native material and compaction. .5 Measurement for Payment - a count will be made of the number of maintenance holes completely removed. BREAK INTO EXISTING STRUCTURE AND REBENCH AS PER OPSD 701.021 - ITEM NO. 2.04.04 Reference: Include: RMDCS Section 02631 and OPSS 407 & 410 .1 Breaking into the existing structure with removal and disposal of concrete and reinforcing steel. .2 Rebenching including: a) Removal of existing benching complete and disposal off site. b) Thorough c1ean-ilut of the structure. c) New benching in maintenance hole in accordance with OPSD 701.021 complete in a professional manner. .3 Temporary pumping and/or by pass arrangements required for existing sewage flows, to allow for benching in maintenance holes to be completed. .4 Setting of frame and grate to binder course level. Note: Payment for connection to maintenance hole and restoration of structure to be included in unit price for appropriate pipe item. SANITARY SEWER MAINTENANCE HOLES - ITEMS NO. 2.04.08A Reference: Include: RMDSS Section 02631, Contract Drawings and OPSD 701.010 .1 Reconnection of existing sewers as required. .2 Supply, place and compact 300 mm Granular 'B', Type 1 all around structure up to subgrade level. .3 Setting of frame and grate to binder course level. 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. CL2008-22 17. SANITARY SERVICE LATERAL RELINING - ITEM NO. 2.21.06 AU existing Sanitary Services Pipe remaining in service shall be relined (House #'s 15,17,21,26- Clarington Beech Centre has 3 services, 27, 29, 35, 36 and 38). AU new service pipe (House # 33) including reconnection will not be relined. Shall include the following: 1. Video inspection of existing service. 2. Cleaning and root removal and video inspection after cleaning. 3.Video inspection after installation. 4.All shall be recorded on DVD disc and two copies turned over to the Contract Administrator. 1. GENERAL OVERVIEW/SCOPE OF WORK This specification covers material and installation parameters for cured in place pipe (CIPP) lateral lining. The CIPP installation work required is defined to include all of: Cleaning and reaming and preparation of existing lateral Video inspection and reports Flow control Installation and curing of the CIPP lateral liner Design and engineering required for CIPP lateral liner Labour, materials and equipment Lateral reconnection and trimming Safety equipment, procedures and traffic control Supervision, testing and commissioning Incidental work required for the installation of the CIPP lateral liner 2. STANDARDS AU materials and services provided must meet the following standards: ASTM FI2I6-06 "Standard Practices for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin-Impregnated Tube". ASTM FI743-96 "Standard Practices for Rehabilitation of Existing Pipelines and Conduits by Pulled-in-PIace Installation of Cured-in-Place Thermosetting Resin Pipe". NASCa Standard "Recommended Specifications for Sewer Collection System Rehabilitation". 3. DESCRIPTION OF THE REHABILITATION PROCESS Following the preparation and inspection of the lateral to be lined, a felt tube saturated with resin is pulled or inverted into place. The felt tube is expanded against the host lateral pipe by the use of water or air under pressure and the resin is cured to hardness by heat if using thermosetting resin or by ambient temperature if using ambient cure resin. The finished liner will be in place directly and uniformly against the interior surface of the existing lateral pipe. When necessary, existing flow is to be controlled or diverted by bypassing around the lateral to be lined. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-22 18. I I I I I I I I I I I I I I I I I I I 4. LINER MATERlAL The fully cured IiDing material has the following minimum characteristics: Initial Structural Properties Flexural Modulus (minimum) Flexural Strength (minimum) 250,000 psi (1724 Mpa) 4,500 psi ( 31 Mpa) AS1M D790 ASTM D790 Chemical Resistance The fully cured CIPP lateral liner is unaffected by chemicals and agents found in standard domestic sanitary sewers. Felt Tube The tube shall consist of one or more layers of needled felt, capable of carrying resin, withstanding installation pressures and curing temperatures. The felt tube shall be manufactured to a size that, when installed, will tightly fit the internal diameter and length of the host lateral pipe. The construction of the felt tube shall be compatible with the resin system used. Resin Only epoxy resin that is compatible with the lining process and felt tube shall be used. This resin must be able to cure in the presence of ground water and have the minimum cured characteristics as outlined in "Initial Structural Strength". Material Specification Provide material specifications and structural details of the proposed sewer liner in sufficient detail to enable confirmation that the design and materials proposed will meet the design summary must be submitted with the tender. A summary of the manufacturers proposed installation procedure including an example of the design process wet-out plan and curing cycle summary sheet must be submitted with the tender. Provide Infrared Spectrograph of the catalyzed resin mixture, which the contractor intends on using must be submitted with the tender. An original copy, complete with supporting literature certified from their resin supplier will be accepted only. 5. LINER DESIGN The engineering design for the CIPP lateral liner shall be in accordance with AS1M F12l6-93 (Appendix Xn. The choice for either fully or partially deteriorated existing pipe shall be hased on the condition of the lateral or contract requirements. I. . I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-22 19. The design is prepared and certified by a Professional Engineer licensed to practice in the province of Ontario. The infonnation required for preparing the design shall be provided by the owner. Engineering properties used in the design are the appropriate long-term material properties. The design calculations shall show the technical assumptions, identifY the design formulas used and show the wall thickness and finished inside diameter. The ovality conditions used in the calculations are identified. The engineering design graphically illustrates the installation conditions (depth of the lateral, water table, invert and crown) and provides full details of the parameters used in design calculations. An engineered design sheet for the proposed lining clearly showing the proposed thickness for each sewer service connection diameter, designed in accordance with tbe above requirements must be submitted with the tender. The design shall include the lining material strengths and modulus, showing the short term and long term values used in the design. Independent test data shall be provided to support the materials strengths and module used in design. The engineering design, including the design summary shall be certified and stamped by a professional engineer licensed in the Province of Ontario. 6. PREPARATION OF EXISTING LATERAL The lateral to be lined is prepared in accordance with the requirements for CIPP installation. Debris, roots, grease, calcite and other deposits are removed as required. Any remaining obstructions that might interfere with the lateral lining process are removed by mechanical cutters or reamers. The cutting or reaming operation shall be done in such a way that will not damage the host pipe. Any protrusions or build-up remaining on the existing lateral pipe walls after reaming operations shall not exceed 3% of the inside diameter of the host pipe. The prepared lateral is inspected using CCTV equipment specifically designed for this purpose and a VHS video tape is produced which will be made available to the owner for approval before insertion of the lateral liner. This same VHS videotape will be utilized for the post lining inspection of the lined lateral. Immediately before insertion of the lateral liner, the lateral to be rehabilitated is flushed by high- pressure water and re-inspected by CCTV to ensure that conditions have not changed. 7. ADVICE TO RESIDENTS Residents who may be affected by the lateral rehabilitation process are advised in writing concerning the nature and duration of any interruption of sewer or drain service the day before any interruption occurs. A draft of the letter to be presented to the residents must be submitted to the Contract Administrator one week in advance of the work commencing. During the course of the lateral rehabilitation and any associated service interruption, the residence will be kept informed regularly of the progress of the work and any matters that might affect them. Upon completion of the work and returning the lateral back into service the residents will be informed SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-22 20. I I I I I I I I I I I I I I I I I I I immediately so that they can reswne nonnal use of their sewer. 8. INSTALLATION AND CURING One of three insertion methods will be used to install the liner into the host lateral. The method to be used will be determined by site conditions and/or contract requirements: Liner insertion from newly installed exterior clean out Liner insertion from main sewer to exterior clean out Liner insertion from access pit to main sewer or vice-versa The lateral liner installation and curing process will be monitored by qualified personnel and written records and maintained throughout the process. These records record at the very minimum pressure, temperature and time and will be made available to the client or their representative upon request. The time required for cure is determined by temperature monitoring and is adjusted to suit the length, diameter, thickness, field conditions, ambient temperature and resin characteristics that are applicable to each lateral. 9. VIDEO INSPECTION V ideo inspection shall employ CCTV equipment that is specifically designed to inspect sewer and drain systems. Video inspection shall be made using high quality VHS tapes and be of sufficient quality that defects can be easily identified. The video shall be accompanied with a log sheet detailing the pipe length, diameter, location and tape distance. Inspections shall be carried out for post preparation, prior to lateral liner installation and final inspection. The final video inspection shall be accompanied by a written report in a fonnat acceptable to the client. This video shall form the basis for final acceptance of the rehabilitated lateral. V ideo recording requirements for preliminary and post preparation video recordings shall be as follows: a. Each individual video inspection recording must be a continuous recording and must be recorded in its entirety on a single new VHS video cassette and transferred to DVD. b. Each individual video I DVD recording shall have the appropriate file name (property address) c. Cassette I DVD labels for each inspection video must be clearly typed and clearly indicate the contract number, property address, date of inspection and contractor's name. 9.1 Video inspection equipment, tapes and DVD's shall be as foDows: a. Cameras, transmission cables and recording equipment utilized shall produce VHS colour recordings. 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. CL2008-22 21. b. Colour cameras and related equipment used in inspections shall be of a type capable of producing a continuous picture resolution of not less than 250 lines at the periphery of the picture. c. Cameras shall be equipped with a self contained, adjustable, directed light source compatible with the lens angle and dispersed such that shadows and/or "hotspots" are not created. d. Camera lenses shall be kept clean at all times. No inspection of a sewer shall proceed while the camera lenses are dirty. e. Recordings shall be made at SP or nonnal speed. Tapes recorded at a slower speed will not be accepted. f. Sewer inspection video tapes shall include a sewer information screen, clearly displayed for a minimum of 30 seconds at the start of all video inspection recordings. g. Individual sewer inspection video tapes shall be transferred to a non-copyright DVD and submitted to the Region in a format playable by the Regions current viewing Software. A digital distance readout shall be incorporated onto the display screen. 10. WORK SCHEDULE The installer shall provide a detailed schedule showing the various stages of work (preparation, lining, curing and post lining work) and their time for completion prior to commencement. This information will be confIrmed during construction progress meetings and will be reflected in the meeting minutes. Changes in the schedule once work has started must be brought to the attention of the residents and client (or their representative) as soon as possible. I L GENERAL .1 NotifIcation to Commence Work Work to start as deemed appropriate by the Contractor based on progress of other site works impacting relining operations (i.e. cleanout and main line sewer installation). Upon commencement of operations, the Contractor shall continue such operations to completion without interruption or delay save and except those interruptions or delays caused by weather or for which the Contractor has received written permission from the Contract Administrator. .2 If a Soft Dig Excavation is deemed necessary by the Contract Administrator or the Region as per section 11.16, the Contractor shall supply one (1) truck-mounted vacuum capable combination sewer jet with approximately 9 cu. yd. debris tank, fully hydraulic boom with 180 degree swing and 700 lb. lifting capacity, 60 gpm water pump, 1000 gallon water supply producing 2000 psi at the nozzle and all necessary labour, equipment and materials for the Lateral Closed Circuit Television Inspection, Cleaning, Root or Calcite Removal and Relining or Spot Repair. .3 The work is to be carried out within the period of 7:00 a.m. to 6:00 p.m. Monday to Friday. No work is to be performed on weekends or holidays. .4 It will be the responsibility of the contractor to arrange the work schedule with the homeowner. Provided no additional work is required between the new clean out and the SPECIAL PROVISIONS - TENDER ITEMS CONTRACI' NO. CL2008-22 22. I I I I I I I I I I I I I I I I I I I inside wall of the house the Contractor may not be required to contact the homeowner provided there is no service interruption. .5 The Contract Administrator must be notified of the work schedule and, if for any reasons, the work will not be carried out as scheduled. The installer will provide the Contract Administrator representative with a detailed written schedule of the work on a weekly basis. The schedule will include the locations of the work and the scheduled .day of the work. .6 The Contractor shall comply with all regulations of the Region regarding the use and care of hydrants. Only those hydrants specified by the Contract Administrator shall be used. The Contractor shall be liable for all damages to persons or property, including the said hydrants by reason of his act or neglect or that of any agent, employee or workman, while using the hydrants and the Contractor shall save and keep harm1ess the Region from all suits or demands for damages alleged to have occurred to persons or property by reason of the work being done or by use of the said hydrants. Water shall be conserved and not used unnecessarily. .7 The Contractor agrees that the whole or so much of the money due under or by virtue of the contract as shall be considered necessary by the Region shall or may be retained until all suits or claims for damages have been settled and satisfactory evidence to that effect is furnished to the Contract Administrator. .8 The Region's Works Department, Operations Division must be notified prior to any plugging or disruption in the sewer. Permission may be granted at the discretion of the Works Maintenance Division. .9 The Region reserves the right to increase or decrease or alter the total estimated length at any time during the period of the contract. The Contractor shall have no claim for additional compensation because of such additions, deletions or alterations but nothing in this paragraph shall be construed to relieve the Region from any liability to pay for services actually provided on the unit price basis established by acceptance of a tender. .10 The Region reserves the right to shut down the Contractor's operations at any time should the Contractor's performance or service not be up to the Region's specifications. .11 The Contractor must, where it is practicable in the opinion of the Region's representative, keep the roadway open for the use of the public. At the discretion of the Region's representative, the Contractor shall be requested to supply and locate, in consultation with the local road authority, traffic detour signs. The Contractor must supply sufficient traffic cones, red flags and signs to protect the motoring public and workmen at the site, to the satisfaction of the Local Traffic Division having authority, where disruption to traffic does not warrant detours. .12 Failure by the Contractor or their Sub-Contractor to comply with all regulations and specifications for this Item may result in a "stop work" order being issued, the Contractor providing a written plan for rectification of the non-compliance and approval of submitted plan by the Region or their representative prior to completing the work. No claims against the Region or their agents shall arise from the issuance of the stop work I I I I I I I I I I I I r I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CUOO8-22 23. order. .13 The Contractor shall thoroughly clean the lateral, remove all roots with a root cutter and calcite or material of similar properties with a reamer. .14 Closed Circuit Television Inspections shall be performed prior to and following lateral preparation, and after the lateral relining has been completed. .15 All lateral relining is to be conducted in strict accordance with the procedures and specifications of the reline manufactorer. Only lateral reline methods employing a resin impregnated cured-in-place liner design are acceptable on this project. Lateral reline felt tubes and resins are to have a manufacturing design life of 50 years. Odourless epoxy resins are to be used. The Contractor shall provide complete specifications on the reline product method being tendered for use on this project. .16 EXCAVATION The Regions representative may request that an excavation occur under special circwnstances. Excavation works shall not proceed without prior approval from the Regions Representative. Due to long reline and/or limited access and/or 90 degree bends, an excavation may be necessary. The type of excavation if required shall be a soft dig using a vacuum capable hydro jet that limits the size of the opening and is far less disruptive to the work area. Other types of excavation are not permitted unless otherwise directed by the Regions representative. The Contractor shall be responsible for proper disposal of all excavated material, and all utility locates. A one metre section of the service shall be removed by the Contractor to allow access to the service. The Contractor will restore the service using PVC pipe and couplings. Only products found in the Region of Durham's "Approved Manufacturers Products List" found in the Region of Durham's Design Specifications for Regional Services Manual shall be used. Pipe bedding material shall be 19 mm diameter Crusher Run Limestone to OPSS 10 I O. Cover material shall be sand fill as per the Region of Durham's Standard Specifications for The Construction of Sanitary & Storm Sewers and Watermains under Section 02530- Sanitary Sewers 2.8 Cover Materials. Top soil shall be spread to a uniform depth of 50 mm as per OPSS 570. All surface stones and debris larger than 25mm in size shall be removed from the top soiled areas, and sod placed. .17 Unless otherwise directed, all lateral liners are to be launched from the newly installed c1eanout and shall start at a point I meter outside of the foundation wall, or structure closest to the main sewer, and continue to the main sewer without excavation (no-dig technology). Cured-in-place spot repairs may be used with the approval of the Region's SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-22 24. I I I I I I I I I I I I I I I I I I I representative where defects are concentrated in a few spots rather than throughout the entire length of the lateral. Materials for the cured-in-place spot repairs shall be the same as those specified for the complete lateral relines. The Contractor shall not install any liner in a location that blocks any connections from the foundation drainage system. .18 The Contractor is allowed a maximum of eight (8) continuous hours of service disruption. All laterals must be in service by 6:00 p.rn. Where a lateral is out of service over eight (8) hours, or is not in service by 6:00 p.m., the Contractor is required to provide sewage bypassing to return service or provide alternative arrangements for the homeowner. .19 The Contractor is required to restore any disturbed areas to match previous existUig conditions. .20 If problems arise due to negligence on the part of the Contractor, the Contractor shall be responsible for any costs incurred by the Region to rectify the problems. .21 Once the relining has been completed, a typed report detailing the inspection prior to relining, together with a VHS video tape, clearly showing the laterals before and after relining, must be provided to Dale Clemens, Works Department, as soon as possible. Please note: payment will not be authorized for this Item until the report and video have been received, reviewed and approved. .22 Payment shall be made on the basis of actual CIPP lining placed, measured horizontally from the c1eanout to main line sewer. Additional payment for riser sections greater than 1.0 m in length will be made. .23 All bidders shall provide detailed product literature on all materials to be used in this contract with the bid submission. The following is a list of suggested Sub-Contractors that have preformed this type of work successfully for the Region of Durham. If the Contractor wishes to use another specialized Sub- Contractor the firm shall have at least 3 years experience, well qualified and knowledgeable in providing this type of service to the Region of Durham. The Regional Municipality of Durham reserves the right to request and check references for the sub-contractor. The Regional Municipality of Durham may request the Contractor to select another Sub-Contractor to perform this work if the references are deemed to be negative. Nu Flow 1010 Thornton Road South Oshawa, On. LlJ7E2 Phone 905-433-5510 Fax 905-433-9687 Toll Free 1-800-834-9597 WWW.nut1owtech.com D.M. Robichaud Associates Ltd. 627 A Wentworth St. E. Oshawa, On. LIB 3V8 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. CL2008-22 25. Phone 905-433-1261 Fax 905-432-2809 Email dave@dmrobichaud.com Sewer Technologies Inc. 2-182 North Port Road Port Perry, On. L9L IB2 Phone 905-982-1465 Fax 905-982-1206 Email bl!ileS@sewertecholo~ies.com PART 'C': WATERMAIN AND APPURTENANCES W ATERMAIN AND APPURTENANCES Reference: .1 Conslruction of watennain and appurtenances in accordance with Region of Durham Standard Specifications for Watermain Conslruction - Revised April 2007, Section 02511. .2 Contract Drawings and Details for Contract No. CL2008-22. PIPE (NOT INCLUDING RESTORATION) - ITEMS NO. 3.01.02 AND 3.01.04 Include: .1 Cathodic protection as per S-435. .2 Mechanical restraint and granular thrust blocks as required by Region of Durham specifications. .3 Arranging with the Region of Durham for shutdown ofwatermains. Such arrangement shall be in accordance with Part 3.12 of Section 02511 of the Region Specifications. .4 GFaRtder '8', T)l'e I haekfill fer Mearm 1..-:8888, iRstallatieR anEt dispasal sf sHFplus material. CSfteessieR Reatl3 haekfiB fef 9?~lMeflftaiR 18 he esmpaeteEl Rati?/e material. (Deleted as per Addendum No. I) INSTALL W ATERMAIN BY HORIZONTAL DIRECTIONAL DRILLING - ITEM NO. 3.01.40 Reference: Include: OPSS 450 & 70 I and RMDCS 02511 Contract Drawings W-S-I AND W-S-2 .1 PVC watennain pipe to AWWA C-900, SDRI8, Class 150, to CSA B137.3. For acceptable pipe products, refer to RMD Approved Manufacturers' Products List on The Road Authority web site at www.roadauthority.com (Product #7.95.62.68). .2 Drilling Fluids .1 Only bentonite and manufacturer-approved polymers will be permitted for use as drilling fluids. All additives used shall be chemically inert, biodegradable and non- SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-22 26. I I I I I I I I I I I I I I I I I I I toxic. No petroleum-based additives will be permitted. No detergent additives will be permitted. .2 The Contractor shall employ a containment, collection and disposal method satisfactory to the Contract Administrator to prevent spillage of driIling fluids and inadvertent returns. The Contractor shall immediately clean up and dispose of any spillages of drilling fluids. .3 Tracer Wire .1 Supply and install tracer wire complete with cathodic protection in accordance with RMDCS 02511 and RMDSD S-435. Refer to RMD Approved Manufacturers' Products List for acceptable products. 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 (orreducer) 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 watermain 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 oftemporary hydrant meeting requirements ofRMDSS 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. 19 rom AND 38 mm MAIN STOP - ITEMS NO. 3.05.01 AND 3.05.04 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-435. 19mm AND 38 mm CURB STOP AND BOX - ITEMS NO. 3.05.06 AND 3.05.09 Include: .1 Removal of existing curb stop, box and rod. .2 Supply and installation complete as per RMD Detail S-410. 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. CL2008-22 27. .3 Stainless steel rod with brass pin. 19 mm AND 38 rom COPPER SERVICE PIPE - ITEM NO. 3.05.11 AND 3.05.14 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. SUBSURFACE INSTALLATION OF SERVICES (provisional) - ITEM NO. 3.05.30 Reference: Include: .1 Note: .1 .2 Item Nos. 3.05.11 and 3.05.14 The unit price bid for this Item shall cover all costs extra over those which would normally be incurred to install 19 nun and 38 mm dia. service connections by open trench method. Work under this Item shall not be undertaken without approval of the Region of Durham. This work may be required where conditions are such that significant damage may be imposed on trees or other surface features if services were installed by open cut method. 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, backflow preventers, copper tubing, fittings, etc. .2 Removal of all main stops upon completion of testing and flushing. .3 Supply and installation of a brass plug in locations where main stops are removed. .4 Backfill with approved native material. 50 mm BLOWOFF - ITEM NO. 3.07.02 Reference: Include: .1 .2 .3 Note: .1 RMDSD 8-406 Excavation. Supply and installation in accordance with RMDSD S-406. Backfill with select native materials and compaction. Measurement for Payment - a count will be made of the number ofblowoffs installed. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-22 28. I I I I I I I I I I I I I I I I I I I PART 'D' - GENERAL ITEMS SUPPLY AND MAINTAIN FIELD OFFICE - ITEM NO. 8.01.01 Under this !tern the Contractor shaII supply and maintain a field office for the sole use of the Contract Administrator as described in Clause 16 ofthe Special Provisions - General. Payment shaII be made at 50% on the first Payment Certificate and the 50010 balance wiII be paid on the Payment Certificate folIowing issuance of the Certificate of Substantial Performance. BONDS, INSURANCE AND MAINTENANCE SECURITY - ITEM NO. 8.02.01 Reference: RMDSS, Section 01001 Include: .1 100% Performance and Guaranteed Maintenance Bond for 24 months. .2 100% Labour and Materials Payment Bond. .3 Liability Insurance based on the Contract Price. 100% payment of this Item shaII be made on the first Payment Certificate. MOBILIZATION AND DEMOBILIZATION - ITEM NO. 8.03.01 Reference: RMDSS, Section 01001 The Contract price stated in the Tender Form for this Item shaII be compensation for the folIowing: .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 aII 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 folIows: 50% of the lump sum stated in the Tender Form for this !tern will be paid on the first Payment Certificate; and, the 50% balance wiII be paid on the Payment Certificate folIowing issuance of the Certificate of Substantial Performance. pRE-CONDmON SURVEY - ITEM NO. 8.05.01 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. CL2008-22 29. Pre-Condition Swvey 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. It should be noted that many of the buildings with the "area of influence" are century homes. Quality 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 Pro fessional Engineer Registered in Ontario. The Company shall carry Professional Errors & Omissions Insurance in the amount of$],ooo,ooO.OO. Procedure Immediate]y 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. This letter serves to acquaint residents with proposed construction in the area. Inaccessible Prooerties Should access to a premise by tbe Inspector be prohibited for any reason, i.e., absent owner/Iessor/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/Iessor/manager) . Reason(s) for entry refusal or inaccessibility Photolrraohic Documentation Photographic equipment and materials used are capable of yielding high quality negatives from which detailed enlargements may be made. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2008-22 30. I I I I I I I I I I I I I I I I I I I Pavrnent 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 Reoort 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. CL2008-22 DESIGN GUIDELINES SECTION 900 INSPECTION/CONSTRUCTION I I I I I I I I I I I I I I I I I I I f SEmON'" INSPEcrJON. MATERL4LS AND CONSTRUmON-J6 1.0 GENERAL I. () I These pideIines ~ to be ascd in c:oojunc:tioo wida the conditions set oat ill the SubdiYisioo ~ in p3rtic:uIar ~ ""--Duties of Owna's ~..... aad Schedule "L "--Ilec*icm for Consuuc:lion. 1.02 The Owner's CGIISUkiug ~ shall provide full-time inspection ud supcnisioa of all WOlb. 1.03 The Consulting Eaginc:er shall take extensive JIlllOOuo'bdCtion photos of sw-"tg lands, and shaI1 provide dated/described copies of such photographs to the MmicipIity. 1.04 Construction sites are to be maintained to prevent lIIBCO"..~1}' ponding ofwala". 1.05 Prior 10 requestiag the inspections (or re-inspeaions) from the MuoicipaIity, the Consulting Engineer shall verify the proper completion of the Worb, and SlIbmil a written request. 1.06 All equipmmt, materials and methods involved in trenCh backfill, filling, ~, concrete and asphalt shall be monilored and Cenified as 3CCq)table by the OWIICI's Geotechnical F.ngiDecc (see attached fOrm). Unless noted otherwise, the Ienn "compacted" shall mean 95% Standard Proctor or higher (nalive malerials) and 98% Slaodard Proclor or higher <u-dar materials). Such certiliatioo shall be in a fOrm acceptable to the Dim:tor and shall include aD suppor1iDg documeutation and lest results. Mix designs lOr CAJOCme and asphalt shall be obtained and approved by the Geotechnical Eogineea-. The Geotechnical Eoginea'shaIl ensure that the type, fi-equency, location and results of aD lests is sufficient to ensure certilicalion. FlI11hertnln,the Geotechnical Engineer shall easure all results fOr a given stage of wnstrucliOll are accepcable prior to conunellcing the next stage of construction. 2.0 STORM SEWERS 2.01 All malerials shall be visually inspected by lhe Consulting Engineer upon delivery, 10 ensuce conformity with specifications and the approved engineering drawings, and 10 ensuce any damaged/substandard material is nwted and removed from lbe site inunedialely. 2.02 Installation of storm sewers shall be continually monilored for adherence 10 proper bedding, pipe laying, backfilling and compaction procedures. All $lOUR sewers, calchbasins and manholes shall be wnslrucled true 10 line and grade. Street calchbasins are 10 be installed in precise alignment wilh curb lines, and no lolerances win be permitted. Rear}'3rd catchbasins ihall be accurately surveyed and verified by lhe Consulting Engineer for correct location prior to the issuance of a Certificate of Completion. The precast tops of manholes and catchbasins shall be checked for excess brickwork prior to roadbuilding. ( INSPECTION, MATERIALS AND CONSTRUC110N-37 I I I I I I I I I I I I I I I I I I I 2.03 Trench widIbs sbaII be tqJt at a miDimum, wbiIe proliciag prop<< widtbs to eaab1e mecbaoical ~ AD In!Irhi1lg must adhere to MiDisby ofLabour~. 2.04 Manholes - to be '-H;1Iod with c;o.'lf*fed SIDd, ateadiug miD. to.. hm the outside face ofdle~ (Catc:hbasias -lOOmm '- die face ofdle 4......} 2.0S House~ sbaII extead 1.5 m iaIo the Iocs ;ad be plugged with ;pproved removable pIqs. Beddiag sbaII be as per approved standanl4nwing. Tees shaI be pm- manufac:tuml fOr pipes 450mm diameta- aad smaller, comI (00 site) if 52S... d~ or larger, aad shall be SClCIR -.I water1ight The mat of aU tees sbaII be located aye the springtine of die sewer IIUIia and sbaU be a minillllln of 600mm from the ~ adjacent tee or joiut, uoIess approved otherwise. 2.06 Concrete pipes iatcrlQUI of manholes shall be concrete cradled precisely to the fust joint. 2.07 All storm sewers, including stRet and rear y3Id ~"Ieads (and individual service laterals where dira:tcd), shaI1 be inspected using 3pproved high quality video recording equipment and procedures. The inspection shall be anicd QUI in a RlUJer acceptable to the Municipality ad 3lI video tapes shaD be submitted to the Municipality for review and permanent stonge. Video re-inspcctions may also be RqUeSted. 2.08 Infiltration shall DOl be permitted into the storm sewer system. All leaks shall be investigated to determine their source and shall be corrected to the satisfaction of the Municipality. 2.09 Pipes which have railed in any manner. including cracking (O.3mm design loading cracks excepted). exposed reinforcing or other defects, shall lit removed and replaced to the satisfaction of the Director. No rqJairs shall be undataken wilbont the consent and the direct supervision of the Municipality. 3.0 BACKFILLING, GRADING AND GRANULAR ROAD BASE 3.01 Backfill containing organic or frozen material, or excessively moist material which cannot support conventional compaction equipment, shall be deemed unsuitable and shall not be used. The initial lift omative backfill shall not exceed 1.0 m in depth above the compacted sand cover over the storm sewer and each additional I i It shall be placed in layers not exceeding 300mm loose measurement (unl= pre-authorized by the Geoteclutical Engineer). Each lift shall be compacted until it has achieved the specified density before any additionallifis are placed 3.02 Backfilling operations shall follow pipe installation as closely as possible and be limited to 75 metres of open trench maximum. I I I I I I I I I I I I I I I I I I I ( lNSPErnON, MATERIALS AND CONSTRUrnON-JI 3.03 The Gcotediaic:aI Eugincc:r sbaU dn.waent all tests, inchldiag faihRs lIDd ..... in sequeacill GIder, NIOlIiouousIy lIuoupo.t the projcc:t A CGpy of all lest resllts ..... be kept at lbe site lniIer, in additioa to providiag daily ~ of all lest tmdts CIa lbe plan and profi\e...... 3.04 The <'-'Iliug ~ sbaU aJ5ln that the subpade is fine graded to the ClOmICt width, aad tbat the minimum 3% crossfall is (:(JII<:i",:1tIy mainIained, wilb no longituc\iual1Uls pcmtiUed. The Geocechaical F~ ti sbaI1 employ ~<lpI;'1esliog measures to assess the suitability of the subgradc, iodu-Iing pmof-rolling. aad sIaaII_c appropriate ~ to the Coosldtiag F..i....... aad Municipality. Whenever possible, ........Ji.u.d soft - in the subpade sbaI1 be rqJI.accd with suilalJk IWivc material, DOl ~ makrial. When addiCioaaI ~.Im II1USt be used, they shoaJd be considmxI GlI a --- by stn:et basis. SulJch..... nm1lben be Ioweml ~Iy, and 10: I fiost tapas nm1 be provided. 3.05 Subdnins shall be inslalled ooly after lhc subgrade bas been proof-rolled and tie road structure bas been fimli7~. SubdrUos shall be insIaIled IJue to line and gJade, in a trench coaditiou, and shall be backfilled with approved 8J'3DUIar material llaving aggregates DOl exc:mliog 19mm. AU subcbins shall be supplied with a filter sod. 3.06 The Gooteclmical Engineer shall coufum (in a form ac<:eptable to the Municipa1ity) the acceptability of each slage of roadbuiJding prior to subsequent slages cooneacing. Subsequent slages of road construction shall DOl proceed without approval liom Municipal staff. 3.07 After base curbs are insIaIled, all Granular B must be regraded and verified by MllllicipaI staff prior to placing Granular A. (Any Granular A placed prior to base curbs shall be considered Granular B). 3.08 Granular material shall be tested in acconlance with lhc latest O.P.S.S. specifications. Material sha11 be tested at the pit and also as itwves on site. Material not conforming to the specifications shall be rejected and removed fiom site. 4.0 CONCRETE WORKS 4.01 Concrete to be supplied by MTO. approved sources only. All concrete shall be monitored and all applicable tests (compressive strength, slump, air entrainment, etc.) shall be carried out by the Geoteclmical Engineer as specified in accordance with the applicable OPSS and ASTM specifications. Any material not meeting specifications shall be rejected inunediately. 4.02 All concrete to be placed as per the Municipality's Standard Drawings. Contraction joints shall be in accordance with the Municipality's standard duwings and shall be completed as early as practical and before any initial cracking occurs. Large cracks or several ( INSPEcrJON, MATERL4LS AND CONSTRUmON-J9 I I I I I I I I I I I I I I I I I I I smaller cracb 1Jet1ll...... CiCWl<dioo joints in c:wbs wit RqIie R'iIDOvaI and ~ of that scctioa of an. SidewaJb with distiact cncb win IIso JeqUirc n:pIlIl'eIIlCd. 4.03 Curing ~ sldloc perousJy appIicd to..,sed COllwdc swfaccs, RpdIess of ambient ~"o;;$ or season, between I ... 211oW$ offini....i'lg 4.04 All cwbs to be pIIccd lISiag approved c:urlI .... hiia. Excess oooc:n:te fOmaod dumg curb """iIinc p~ sid be pIOQIfldy h~ and RIIlOVed prior to sc:UiIIc. l1te minimum IeogtI1 of aDfI to be mnoved and rqJIau.d sha1I be 1.5 m. No COIICI'de palda repairs sbaU be pamiUcd. 4.05 Prior (0 p~ of top c:urb, base c:wb shall be c:1eaacd and lhea ~ed by Municipal staff. Base an and stimIps sid be n:pak..c1 andfor n:pIac:ed as diRdccL 4.06 The depth of top an.the edge of pavement shaD not be less than 100mm and shall be continually vaified by lIIe CouuIting Eagioeca-. 4.07 Immediately prior to the pIacaneot of top curb or sidewalk, the existiDg surface shall be dampened with wata-to ptncnt1eac:bing of IIIOisllft hm lbe Ii"csb COIICRte. 4.08 Driveways to be as pel" approved house siting Plans. witIt mioimwn widtbs of 4.610 for single detached bomes. 5.0 ASPHALT PA VEMi:NT 5.01 All asphak pavement malerials shall be supplied by MTO approved SOOR:eS, in accordance witb OPSS 310, 1003 and mo (latest revisions thereof). Marshall/extraction/density tests shall be carried out by !be Geotechoic:al Engineer in aocoroance witb OPSS and relating to the approved mix design. Note: Proviocial and Municipal projects differ witb respect to contract administration, paving project sizes, Quality Control/Quality Assurance procedures and testing lrequencies. As such, 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 tberefore ron-ective action) of the asphalt, the onus shall be on !be asphalt suppliers and contractors to ensure, through their own Quality Control methods, thai their product meets the basic standards wi th no exceptions for 'borderline' test results permitted. Any reference to 'borderline' or to taking 'immediate conective action' based on notification of laboratory test results shall be deleted and the product deemed unacceptable. Ie. OPSS 0310.0804.02 which permits air voids beyond acceptable limits, provided !be contractor takes 'immediate corrective action" shall not apply. Unacceptable work shall be immediately removed. Financial compensation using MTO fonnulas (to offset service life redllCtinn in borderline work) may be considered. at the sole discretion of tbe Director, provided such amounl 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 j 6.0 6.01 6.02 6.03 INSPEC/'ION, MATEIlLUS AND CONSTRUC1JON-40 5.02 Prior to placiDg Mface aspbaJt, base aspbalt sbaU be swept c:1em of aU dirt, ddIris and dust Areas of - asphalt sbaU be muv,red and RpIace4 as dim:tcd, usiuc a wrticaI sawCUl at all pe.~... The use of a Geo-Grid or lIppIOved equiYIIeat lUJ abo be directed by the ~ity. Low areas sbaU be padcIed &0 eun a surface 8IlIt of unj fonn thicbess. 5.03 Each maahoIe is 10 be precisely raised 10 fina1 glide, and verified by the ~'s Consulting Eagine., and Municipal sIaft: . T acIc <<:oat sbaU be applied just prior to swface paYin8 opmtious and sball be allowed to dry until it is in a JIlllP<< c:ondition of 1"Ckiocss. The Icogth of roadway jIl...-'" sbaU be limited to the immcdiale paving sec:tion. to reduce tnIctiog. It sbaI1 be evcaly Jppticd at the rate of O.41itRs1sq. m taking care DOt &0 spray curbs, sidewalks or any other ~ surfaces. 5.04 5.05 Driveway paving shall be fully inspected and verified for depths of stone and aspbaJt, and the compaclion 1bcrrof, and eusuring IhaI asphaJl is at a sutliciaJt Iempeatare for placement. HLJA (HLJF) will DOt be pamiUed, cxcepl in special cases wiIh the approvat of lhe Dim:tcw. Crowning or rounding of lhe limestone will not be pc:nnitted. Materials testing may be required for driveway apron gravel and aspbaIt, as direded. TOPSOIL, SODDING AND SEEDING All areas requirUq: sod shall fJrSl be fUle graded, inspected by the Consulting Engineer, then prepared with 100mm of good quality topsoil. Topsoil and sodding shall meet the requirements ofOPSS 570 and 571, in ~lion to meeting any additiooal requimnents set oul in these specificatiollS. Boulevards shall have 2% positive dninage toward the curb and shall be fully sodded, eXtqlt in areas covered by driveway aprons or sidewalk. All topsoil shall be free Ii-om native till or clay, roots, vegetation, weeds or debris, stones and clods over 50mm in diameter. IllIpOIted topsoil, if required. shall be fertile, loamy, screened malerial of a quality acceptable to the Director (conlaiuing approximalely 4% organic matter for clay Ioarns and 2% minimum organic matter for sandy Ioarns with acidity range of 6.0 PH). Topsoil infested by the seeds of noxious weeds will 1101 be acceptable. All sod shall meet the requirements of Ontario Sod Growet's Association No. I Bluegrass Fescue Nursery sod. The sod shall be taken from good loamy soil and shall be llealtby, well permeated with roots, have WIiform texture and appearance and be free from weeds. Sod must be laid within thirty.six (36) hours of being cut Care must be taken during its tr3Ol;portation and placement to prevent any drying out Sod shall malcb flush with all adjacent surfaces and shall have no open gaps, overlapping edges or uneven joints. Where adjacent or fronling lands have already been sodded. care must be taken to ensure - \ INSPEcnON, MATERIALS AND CONSTRUcnON-II I I I I I I I I I I I I I I I I I I I drainage is 1Il";"'-incd aod 11 SIIIOOlb transition is Uieved. OIl sIope$ 3: I _ steeper. sod shaD be stKed u 1"CflU..d. 6.04 Laid sod IhaII be i..........illely rolled to produce .. eveu uface _ WlIteriug sbIII commence i........lIIeIy dicftUta- aod sWI c:ootiaue 01111 ~ buis IIltiIIledIay roots are well abIlI' 1 e~ .. peIRI"Qeat If sod fUIs to ~ immedi.IeIy. it sbIU be removed - JqllIIQcd. No MIempt sWI be IIIIde to lIy to ~ watIdc.d sod through CClIIliImI W1Iterillg, uoIcss specific pc.~ is plfed by the Din:dor. The entire wort sIuII be doac in 1Ilborougbly womn-li\e IIImIICr with m eveu sur&ce, mil professioul in lIfII-....... Any sod dec:med unfit by the Dnctor sWI be ~ removed fiuut site mil rqJbced. In Ibis reg.d, it is in the ~ inta-esc of the COIJlndor to commlllliate with ~ reganIing the needs of _Iy laid sod over the lint yQr. 6.05 Where approved by lbe NllDicipaliey. hydnulic seediog and mulching _y be perfonoed provided Chat it conforms to lite Oobrio Provincilll Sl30dard Specification No. sn. I I I I I I I I I I I II II II II II II 11 II CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2008-22 STANDARD DRAWINGS I I I I I I I I I I I I I I I I I I I STANDARD NO. c- 101 104 108 109 113 301 305 307 311 OPSD- 220.010 351.010 400.110 561.010 600.060 608.010 701.021 704.010 S- 301 303 401 406 407 408 409 410 429 431 433 435 PAGE ONE STANDARD DRAWINGS CONTRACT NO. CL2008-12 DESCRIPTION 1200 mm PRECAST CONCRETE MANHOLE SINGLE CA TCHBASIN STORM SEWER TRENCH BEDDING PVC STREET CA TCHBASIN CONNECTION ROUND MANHOLE FRAME AND COVER PERFORATED PLASTIC SUBDRAINS CURB AND GUTTER DETAIL AT CA TCHBASIN CONCRETE SIDEWALK SURFACE PAVEMENT JOINT TREATMENT BARRIER FOR TREE PROTECTION URBAN RESIDENTIAL ENTRANCE CAST IRON SQUARE FRAME WITH SQUARE OVERFLOW TYPE FLAT GRATE FOR CATCHBASINS, PERFORATED OPENINGS INTERLOCKING CONCRETE PAVERS ON GRANULAR BASE CONCRETE SEMI-MOUNTABLE CURB AND GUTTER METHOD OF TERMINATION, CONCRETE CURB AND GUTTER MAINTENANCE HOLE BENCHING AND PIPE OPENING DETAILS MAINTENANCE HOLE AND CA TCHBASIN PRECAST ADJUSTMENT UNITS SANITARY SEWER HOUSE CONNECTIONS PVC SANITARY SEWER CLEANOUT SANITARY, STORM AND WATER (MAIN AND SERVICE) TRENCH BEDDING DETAILS 19 mm AND 50 mm BLOWOFF SUPPORTS FOR W ATERMAIN, SEWERS PIPING AND CONDUITS CROSSING TRENCHES 100 mm to 400 mm DIA. GA TE VALVE AND VALVE BOX HYDRANT ASSEMBLY WITH MECHANICALLY RESTRAINED JOINTS 19 mm AND 25 mm COPPER WATER SERVICE 19 mm TEST POINT BY -PASS JOINT RESTRAINING LENGTH FOR PVC PIPE THRUST BLOCKING FOR PVC WATERMAINS CATHODIC PROTECTION FOR TRACER WIRES ON PVC p:\dept 12\12-2960 1 \specs\29689.standdraw.doc I I J F1WIE AND cavER AS PER C-113 CONCREIE CJi' MORTAR TOP AND BOTTOIr.I ROWS ONLY (""""'ACT\JRER'S SEAlAIf TAPE BE1WEEN ROWS) MtN. ONE ADJUSTWEHT UNIT, MAX.. JOOrnm I o o 0U1SI0E OF IlRlCKWOR1< TO RECEII/E TWO COOS OF IlIIUIlINOUS PAINT WHEN t.WIHOlE NOT lOCATED II P.OI+lMAY I I I I i ," OJ ~ ~ PRESS SEAL OR EOUM\LENT RU8IlER GASKET (WATERTlGHT) ~ 1 All precast components to be from opproved suppliers. 2 Pipes must not enter at 0 manhole section joint. 3 lift holes to be completely filled with mortar before backfilling. 4 Aluminum monhole steps os per OPSD 405.020. 5 Precast flat top design only as approved. 6 For manhole depths greoter than 5.0m safety grates required. 7 Max. spacing between safety grotes is 4.5m. 8 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). 10 Compacted sand backfill within 1.0m of monhole. 11 Semi-cast manholes to be individually designed and approved. I I JOlI,IPa CONCRETE BENCHING 75mm OF 19mm CRUSHER RUN UllESlllNE (coup"""",) OM STRUCTtIRAllY SOUND CROUNO .-. -.. ."i . ..-41- I I I I I I I I All dimension. 0,. In mIlIImetre. un'" otherwtse noted. Clarin ton I En M POURED CONCRETE CRADLE TO 1. JOINT '". ". PRECAST TOP FLAT Sernces De ~ent -.... _om I """"""om ....... 2004 1200mm PRECAST CONCRETE MANHOLE C-l01 115 1==11-... ~ CATCH BASIN I n.~ ,~f~1 ~ n. I ,. '. ." l00nvn PERfORATED su_ ;;; m L .' .. 200mm SOUO WAU.. ~ PIPE '-7 '. ..,..' .' , ,. ... - ~- .... 150 . . c'._~ -,J....; :.... ..'. ": ~ - -~" -.. . .;:t:;:;.- :!.. .. i:'f ~:!>.:- .~:.::L~. _ .':!:l~~ ~~. SECTION A-A 75mm or 19mm CRUSHER RUN lIIoIESTOllE (COMPAC1ED) SECTION B-B B . . A A NOTES 1 All precast components to be from opproved suppliers. 2 Compacted sand backfill within 0.3m of catch basin. 3 Refer to C-109 and C-305 for additional details. 4 Invert of sub-drain and the obvert of catch basin lead are to be level. 5 Uft holes to be completley filled with mortar before backfilling. B PLAN All dlmenalon. are In mHllmetra unl... othwwl.. noted. on eerin Services De artment -... -""" SINGLE CATCH BASIN .... -. 2004 C-104 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 COMPACTED 19 mm CRUSHER RUN Ut.tESIONE 98X SPO w .. :_4 .... - ..:_.t.:... , ,. ..... -.. -.. . , ".. ":..,. ....:. .... ......'.",. :~... ".. .." ..,".'J" 1lt." .. - ~ ~ ,t", ;." ; .".. -... - .. ',f ",_: ....oI!'... .-".. .... CLASS B BEDDING BEDDING AND CLEARANCE IHSlDE PFE IlWIEml lP TO 900 1~ AND lARGER d(_> 100 150 w(MIN> JOO 500 M All dlmenalOM are In mlllmetn. unl... otherwise noted. Services De artment -... - ..,. .........,- APR1I. 2004 Cl' on STORM SEWER TRENCH BEDDING I 300 d f C-l08 -:.:-'. STORM SEWER '. '. ' .... " , . "!". ..... .. ... ..... MAHUfACTURED SANDED P.V.t. SlaVE (WAlUlIIGIfl} SOlI) WALl P.V.C. CATCH BASIN lEAD (S.D... .5) ." .' CATCH BASIN . ......i...:. 19rnm CRUSHER RUN UI.ilESroNE TO TOP OF PIPE. COWPACTED TO 98X SPO ~.' NOTES 1 Pipe to enter catch basin at right angle 2 250mm dia. lead for double catch basin. 3 200mm dia. lead for single catch basin. All dlm.n"ona are In mllllm....... unl... otherwl.. noted. Clarin on .... ~.. . ....h....... .. =". ~ .;c,,,.;'~,; I I I I I I I I I I I I I I I I I I I ~-;'. _"'1 ..,....... . .., ~ N...... "'. :.::;'.. ,., ..":. . eerin Services De artment -.... P.V.C. STREET CATCH BASIN CONNECTION - .... C-l09 I I I I I I I I I I I I I I I I I I I FRAME PLAN 4.5mm w,x. ClEARANCE 51 .7. 6J3 .24 578 575 667 900 SECTION A-A "STOR"'. YEN! OF CONSTRUCTION COVER PLAN I 62. I 11 2~-122r- 1.-11- .13 SECTION B-B NOTES 1 Allowable tolerance for dimensions of 300mm or less is :!: 3mm. 2 Allowable tolerance for dimensions greater than 300mm and up to 900mm is :!: 6mm. 3 The nome of the manufacturer is to be distinctly cost in raised letters. 4 The designation "STORM" and year of construction ore to be distinctly cost in raised letters. All dlmeMlona ore In mlll"...,._ unl... oth....... noted. Serrices De ~enl -... -- ROUND MANHOLE FRAME AND COVER -.... .IPRII. 2004 C-113 APRIL 2004 C-301 I I I I I I I I I I I I I I I I I I I RNISHED BOULEVARD CURS _ GUT1ER 1 SO MiN. , GRANJlAR 'A' BN:l<fll OR AI'l'IlO\'m EQIIV.ILENT l00mm COR:RIJGATED. SUJTTED PLASlIC PFE WI1H FACTORY INSTAllED RLlER fABRIC. t:IQIES 1 Subdrains are to run continuous on both sides of road. 2 All subdrains shall have sufficient grade to drain into catchbasin. 3 Subdrains are to be installed in a trench condition. 4 If additional depth road granulars used. subdrains must be lowered accordingly. 5 Proper connections are to be used when splicing sections together. All dlmttnelOM are In mlUlm.... unl... otherwlH noted. Services De artment _NO. PERFORATED PLASTIC SUBDRAINS _om: I I I 2 I I \.: -----~ \ C8 fRAME 10 BE CORRECTl:7Y AUGNm WITH PRECAST I r,1 I : ~ I I I L_ I I I I I I I I I I I I I I I I I I I B A . . SrI: NOTE 2 B PLAN .,' ':~ '. ~7 '. SECTION A-A --i! ;I: ~ SHAPtD AREA I :A -1.t I I CURB ENDS 10 BE IWlE VERT1CAl (FlUSH) AT TIME Of f'CJleNG. TOP CURB TO BE ~ ACCURATaY WflH BASE CURS. 1.2m FUU DEPTH EXPANSION JOINT ,.' '" ~~ '. ,-.- ;--. .. TOP ANIl earrow ROWS ONLY (IWIUFACIURER'S SEAINIT TAPE ,. IlEIWEEH ROWS) /'.t. :j ~ SECTION B-B NOTES 1 For grate specificatians see opse 400,010. 2 Stage I - temporary asphalt filler around catch basin including full curb. 3 Stage II - remove asphalt filler and camplete curb in one pour. . " All dlmenaloM are In mlNlmetre. unle.. otMrwiH noted. el' on Serrices De ~ent -.... -""" -- .... __ 2004 CURB AND GUTTER DETAIL AT CATCH BASIN C-305 IlIlECIIONAL UNES: WIN. O.Jm NJNrr AND 1.5m LOHG I I............. UNE llAXlIlUM SPACING OF 30m BEIWEEN EllPANSION \ JOINtS AND WHER~ AIlUIS _ RIGID _ ~ 1.5 ISI 1.8 CONCRElE INFlU. DEPRESSED CURB---- CONlRAClION JOlNIS (m'.) 1.5 0.75 w Z ::J 2X ~ .. li1 .. . .......-4 '. , . ~.. -.. . ..... ;". ....:. ..... ~.. . ". . :.. . .... . .~'.: " ~ 30mm 150mm AT DRlYEWAYS COWPN;lID NA1IV[ MAlERlAL (SEE NOTES 1 ...., 2) tlQIES 1 Use 100mm compacted granular 'A' if native material is deemed unacceptable by the Municipality. 2 Subgrade material to be well compacted, then dampened immediately prior to pouring sidewalk. 3 Concrete shall canfanm to OPSS specifications (30MPa, 7% x1.5% 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 Controction joints to be 25% of full depth of sidewalk. 7 Surface of sidewalk to have 0 broom finish. All dlmeMlona an In rnefreI un.... otherwIM noted. ot Clarin on Services De artD1ent -.... --...., STANDARD CONCRETE SIDEWALK C-307 -. 2004 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 Mu """"" -.m BASE ASPHALT JOINT EXISTING SURFACE ASPHAlT 10 BE REMOVED PROPOSED PAYEWEN'T 40mm HU AlL EDGES TO BE PMnED WIIH A IIIIUlINOUS ENUlSIOH SECTION A-A All dlmenalon. GA In mlllmetrl. unl.. otherwise noted. 10 BE RDlOYED EXISl1NG P"'~ EXIST1NG PAVEMENT Serrices De arbnent -.m APRI. 2004 SURFACE PAVEMENT JOINT TREATMENT _lID. -- C-311 I , ---J limit of grading l Limit of grading IT Borrier within dripline Existing fence or right-at-way fA Borrier at dripline. Typ PLAN Existing fence or right-of-way r"'..........'" f" r' Tr.. or .. r woodlot.,) 1.5m min r:t"", '" ]. beyond limit 1.(' '"' ... ~ t of grading --. " llv I I I I I I I I I I Borrier at dripline Original ground line SECTION A-A ONTARIO PROVINCIAL STANDARD DRAWING Nay 2007 BARRIER FOR TREE PROTECTION OPSD 220.010 I I I I I I I I I I I I I I I I I I I A~ I See Table r- ~ o 1- ~ Curb and gutter Entrance Dropped curb 600mm min 300mm I 300mm min A ~in PLAN s;dettalk 0;.0 R SubdroJ ISOMETRIC VIEW Sidewalk Boulevard 600mm min Bose Subbase 8~ . 1V0le SAG Vor SW or SW and entrance r30mJ3'0m 6~ Iv. . ote 1 4%. NOle I SWfEntrance 4%mox 8% .. rnax 47.. Note 2 6%, Note 2 SECTION A-A NOTES: 1 Maximum upgrade shall be 10%. 2 Maximum downgrade shall be 8%. A All dimensions are in millimetres unless Dropped curb DRIVEWAY DIMENSIONS WIDTH LAND USE m ONTARIO PROVINCIAL STANDARD DRAWING otherwise shown. Residential URBAN RESIDENTIAL ENTRANCE Sin Ie min mox min mox Double 3.0 4.3 6.0 7.3 April 1999 Rev OPSD 351.010 UlUl -<~ 820 I o ~ ID -~ -0 _. . .. - r+ 0:;- I ,,<0 UJ "". 0 0 ...0 '" 0"- III ,,~ '" r 00: 0 0 '" I 0 0- '" '" I -I 0 ~ 510 WI-32 J'T'I III 86 I -I ..., )> J'T'I '" ::0 r 0 '" )> -I .1 ~ O~ 0> 0> J'T'I)> )>~ I ;0 ... tv '" '" zo "1 '" '" 0 ;- "ll '" 83 ~ m 69 1 z m I 86 tv 151q 321 t.L tn -J 3 0 3 00 ,3 '" I )>C -< -l)>n 0 0 '" " 0;:0)> Z '" I :I:l"'1tn ~ ~:~ mO-l ::0 ID )>~;:o 0 F657 ~17 tn;:oO \) III 17 1623 I aJ)> Z J'T'I Z.....Z ::0 0 tnr-w 0 )>-1 0 ::! friu w 0 < =::T -I ijj1'Hr iii" fTI 0 -o~~ z a. UJ Z I (') 3" 0 M-lC )> <b -U )> ;:0-<)> r :J (/) I .....-0;:0 ~. 0 )> L105J -J f-38 L105JI I ol"'1f'T'1 UJ 0 ~ ;:0 ~ :J 0 610 )>........, (fJ z cr ~s;:;:o 0 a <b ., )> <b ., I O-l~ ::0 <b -. a 0 :J a. OG')1T'l 3 -. l 32 Ll "'l r;,41 51 51 -0;:0 0 ===' 76mm 1T'l)> ~ ::0 3' 0 ~ min I Z-l -l ~ <b 0 r+ -M ~:J :I: ., ~. Z Z <b C ... G')..... G) (fJ :J T/ ='====J <0 0 LJ OTO I tno c !:!: :J 0 ;:0 -:J ~ <b III <0 0 0 0 0 (fJ :Ii J'T'I C') 3 (fJ _. ::0 3 ~ 0 I z o ::T -I )> c. 0 0 0 ~ -I 0 ::TO 0 o. 0 < <b -U J'T'I Z ". ""U i') >1 (/) "ll 3. 0 0 0 0 0 00.0 O? <0 I (/) ~ ~ 0 <b OJ 1-< --.) " '" UJ 0 (fJ ~ 0" Z 3. 0 0 0 0 '" N. ::TO ~ o . 0 ~ ::u :Ii S ::> I <b ? 0 0 0 0 0 c. < '" 0 ~.. a " 0 '" 0 :J ~ n . a. f Jf I ~ OJ 4 38 102 41~ ~ <0 ~ 0 (') 64 0 0 604 i') I 0 ~ <l> ~ 0 z ~ .: 0 OJ J< ~ <l> ~ ~ -0 ::l -00 0> v <l> -0 ~ ... 4 0 0 C z 0:: 0 .n .~ j ~ -'= ::l ::l . 0 0 ~ U -0 .n :J: ::l .... (fl > V I I I I I I I I I I I I I I I I I I I ~ C -0 ~ ~ (/) <l> ~ <l> 0> -0 W <l> ~ o z -0 <l> C'U en Q) EO<l> 0(/)-0 en'- .0 a Q) E ~ .D~ 0') 0 .....0.- o C Q) 0::1 0 1')I:og-"S(t)~ -0 c (/) o Q.) (J) 0-0 N..a 0 ,,"';. C (I) ~oo <l> -0 o ~ 0> .n ::l (fl ';-0 ~ C <l> 0 ~ (/) 0- +' Q.l .~ a. +' 0 1->- <l>J ... o c o o ~ 0:: j ::l U :J: .... > I Z o Z <i) W I- o Z o o ~ o (fl Q. o E~ :J~ . E J< E'c c ::l'E- 0 E :;:; __ 0 _'= E 5 E E'- o c E <0 8 E I C o .- roo-o (,j ~ 0 (t) I '0 m ui Q.) ........ O'l ~.~-+-' CD C o ~ .... .D"i ._ 0 0 0 ..c I....:J 0 .... ......+-'0......"'0 ~ o~ (f) en >_ 'C"- Q) O :J > .- (f) o I Ql!..... C Q..:..c c .~ ~ .9 Q) Q) 0 ~ r.n +-' > C 00 ~ ~....,-{;O.~ 000 to c-- (I) "U o o_"U o I I ~ C 1-0<( ~ <( . I I -- > I I U) <l> 0:: I I I.t) I I <0 I I Cl 0 I I (/) 0 ~ I I a.. > I I 0 0 z I I I I Ul Q:: C) L&J z > ~ <( a.. 0 0 L&J L&J 0:: t- (/) <( L&J <( 0 z Q:: m ~ () (I) Z Q:: <l. 0 <( ...J u () :::> z z ~ C> <( C 0:: Z Q:: J< a.. 0 - C> ~ ~ (/) 0 <l> Q: () Z (/) ~ 0 'j< 0 ... z ...J <l> 0 Q:: ~ ~ 0 L&J (/) t- (/) ~ Z C ::l (/) <l> ~ ~ <l> ~ E C ~ 0 Dropped curb at entrances Typ Thickness of adjacent sidewalk Typ For flexible pavement Typ 275 -r-- 22;5lt jY~ '" 1>~ l/<P ~o 0 o <0 --r 275 -r-- 22~5+ 1>/0'0 III <P ~s-f r--: ,~.'. I ')..1>0' '," ," ~ ).. N ;J..:.""..... L: -p- 25 1>0' <.~ <0 "- '" f ...._, ..fl ." f : . ,j "':1 :f-." g '" ' .. .....: . f Note 3 . " Note 3 ~:==JL 525 For rigid pavement 25x75mm keyway centred in concrete base Notes 1 and 3 Typ Additional width where sidewalk is adjacent to curb Typ TANGENT SUPERELEVATED LEGEND: S - Rate of pavement superelevation in percent, %. NOTES: 1 When curb and gutter is adjacent to concrete pavement or base, this drawing is to be used in conjunction with OPSD 552.010 and 552.020. 2 Flexible and composite pavement shall be placed 5mm above the adjacent edge of gutter. 3 For slipforming procedure, a 5% batter is acceptable. A Treatment at entrances shall be according to OPSD 351.010. B Outlet treatment shall be according to the OPSD 610 Series. C The transition from one curb type to another shall be a minimum length of 3.0m, except in conjunction with guide rail where it shall be according to the OPSD 900 Series. o All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Nov 2006 CONCRETE CURB WITH SEMI-MOUNT ABLE STANDARD GUTTER ---------- OPSD 600.060 I I I I I I I I I I I I I I I I I I I " 1) o 'C g I I I I I I I I I I I I I I I I I I I 3.8m termination I l Curb with gutter Gutter line J -, '" " o o '" PLAN ~~~t ELEVATION MOUNTABLE CURB WITH GUTTER Curb with gutter 3.8m Termination I 1 Gutter or curb line PLAN J -, '" " t~+ - 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 are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Nov 2006 METHOD OF TERMINATION FOR CONCRETE CURB WITH GUTTER \ \ \ ~ \ \ ~I\' ! I \ , \ , \ , -I 225 l- END VIEW 00 " .C o > I ~; ci 11'\ i z , I I \ I \ I -l Varies l- END VIEW OPSD 608.010 _. .4.:' I I I I I I I I I I I I I I I I I -"_~ 20~4 _ ~~: [iJ I ~ Ii! /1l _ ~ I D max D/2 min .':.:.." .:. j-:' :..~ 7. Wye connection 8. 45' bend Section 50mm min MAXIMUM SIZE HOLE IN THE WALL IN PRECAST RISER SECTIONS Maintenance No. 1-4 No.5 & 6 No.8 No.7 Hole Diameter Inlet Hole Outlet Hole 1200 700 860 780 700 860 1500 860 1220 960 860 1170 1800 1220 1485 1220 1220 1485 2400 1485 2020 1760 1485 2020 3000 1930 2450 2300 1930 2450 3600 2195 3085 2730 2195 3085 NOTES: A Concrete for benching to be 30MPa. B Benching to be given wood float finish. channel to be given C Benching slope and height to be as specified. D All dimensions ore nominal. E All dimensions ore in milimetres unless otherwise shown. steel trowel finish. ONTARIO PROVINCIAL STANDARD DRAWING MAINTENANCE HOLE BENCHING AND PIPE OPENING DETAILS OPSD - 701.021 I I I I I I I I I I I I I I I I I I I c o '" o > .. -.; .. ~~ 00. (;~ ~:D , , I I ~ I I , , (DO .. E o ~ - .. ,,- ~" o~ ,,'" a::; 0.. ......- >. <fl"f- E .- ~ "2 .a- ~ " " '" u ..- .a"S'l) -.. .sOLl Q) c::; E.-t ~4i 0 0- u... CfIE~ ~ r ~:D' 0 0 ,. -, , I I ~ I I r-, t::Ll 0 ;: o "- f 1 000 4 . ~ Ui 41 ~ :-= cL c 0- ::J.......,o _ 0 C .. E E E ,," u; E.~ ::J ,- X ........S 0 a. ~ EE~ .3 EO. E:J2 JUi~~ c ~:D . o' , -, , I I ~ I I r-, I::Ll 0 .c - 'j ii .a" 5'" U - > o "- < , . P.. E " E :I: "c Cl "E ::> OC'j' Oo...cE O::~"'E :I: <..> "", t- ;0:::"--' c_" Z..... :JCII'ii .<(-g~ Q...J c-.... -..... ~ - t- E b ::J U 1;)_.0 LaJ .~o:s Vl "0 " ~ E .coE g 0 Q) -0 lO a. c _ >- .... f- o C ~ - (; o'j~ ~..c o..~ Q):':::: 0 0 a::::3:...JZ , :I: Cl :JZ 0- o::Vl :I:~ ...lXl Z:I: 0<"> j::!;( <..><"> W Vl - .c " - a. ~=~ E" -- - ~+' 1t '-. <ll..a "", o ~ ~ " "E..a~ iZ.BE ., . ".' .< , :I: Cl :J 00.. 0::0 :I:'" "'a::: ZW 00.. -~ ...... <..> W Vl p "'''' ;t::C lID c'- ~ ill ::J ~ C a.ui ......ocu c~::J2~ c .... .- 0 l'tl C 4) -5 g ai ti :I>..::J E_uo-UJo-c ...... 0 U) c..o C:J::J Q) ~ 0 'cg~~.D 4) :0....:5 I) 0 OC4I).1; <C 0 ';: a. > t) 0 G't CLl .....;7>O~G')u=>..a c "~ " .a .c u - o U o I I I I I I I I v I I 0 1 I Q 0 N I I (/) > I I a.. 0 I I Z 0 I I ~ (l)Vl Cl I- Z Z - (I) _ Z~ ~ ::> m o I-:J: ~U(l) ::lE1-Q: I-~"'" (l)UCD ::> ~~ ciVl:J: ~~u ::i. ... 0 <..> j:::::J: ~ Z .....I.&J...J ~ Q:U~ 0:: ~Z> 0... O~ 0 o UZ Z .....~ 0:: I- I- ~ (I) ~ Z ~ ~ o U::lE ..... Q:Q: D...O ..... o 0:: ~ o z ~ <1> o d ~ C<1>a. =,.c -+-' -+-' .;: -0 ~oa.~ 2~ E G> 4l) x-- <1>~ E (j}.D U)...... (1)_ .~=c ~ 00 "'00 '-' C Q) o.c.c"U ",E" cn~ 0 -"0 C C ~ C 0<0 c~ 0=+= ._.L: .- 0 C \J <n Q) .l: c::::l Q) 0'1 -0 Q) en ._ "- c ~'ii.i 0"" ~ =' .0-:-=....... ...... .f!!. c......... "- C J (f) (l) 0 0 . J 0 00'- a.E.2-E 5~ Q)+-' :J.S E -+-' III .- Q) ........ (/) C Q) c..c oo.,c Cf):JO,,-OIll+'G.iC'-'O '~E ~ E L.. Q) ~"U <1>+1 "U='E (/).. ~ 0 L W c: ....... ._ (f) Wi.4= Q)+'+,:Joo'"O(f) Q) 0.. C._ '-. >. :J Q) t---~.L:~Q)c\JQ)1....-C o ......+JO:J<(..Q(;:J<(:J z~ N <{ (IJ UJ Q) ~ ~ <1> E !'. ",. ~ ~ u r ~ 0 I .. I -0 ~ I '" .c I - .,. I .. I 0. E o~ 0 I ~ "- I c " '" 0. u .. " m u - " " '" iL ii' "0 a. I o~ I I 1 I I I I o.~ ~ (;)~ o ~z o .c ~ u c o c 2 c .0 ::;; I I I L_ ~ . o (1) U) , _(1)01c2 (1)~,S.Q.c ~~~o~ 5 g-~Ul~ui Q) ::I o~ .......O-oCO+'c ; 5 c'- ~ >. ::J Ec::J~:;:;+-'c ....... <<l e..o c::l t> UlC 00.04) ::I.-.c.= 0 ~ ~o+' 0 CU+, U E'- > L.. (1) 41 <( 3;<(0=>.0 ~ ~ a. {!. a. .3 E .... E <i on g .; I g 'A' FINISHED SHOUl.DER GRADE ! or RO,6J) N.LOWN<CE I I CONNECTION INVERT CONNECTION BRANCH SEE NOTE 2 /' SHORT lENlJI'H OF VC OR ~ SOR 28 PIPE COUPUNG FUU LENGTH OF VC OR ~ $OR 28 'A' - WIN. 75 mm, WA)C. 125 mm 08VERT TO 08VERT 'B' - MAX. .300 mm OBVERT TO OBVERT CONNECTION INVERT SEWER lIAlN SANITARY SEWER HOUSE CONNECTIONS NOTES: CEMENT MORTAR "TAIlPIN" EXPANSION ANCHOR INSIDE CIRCUMFERENCE OF PIPE MORTAR ON SADDLES FOR CONCRETE MAINS OVER 450 mm DIAMETER A A L-o-.l TOP VIEW STAlNLfSS/F{ RING SEAl ACCOROING TO STEEl NUT lIAlNUFACTURERS AND SPECIFlCAl10N WASHER ---- STAINlESS STEEl STRAP 1. IN NEW SUBOMSIONS THE SANITARY SEWER AND WATER SERVICE CONNECTIONS SHAlL BE INSTAUED IN SEPARATE TRfNCHES, IN CASES WHERE THE SEPARATE TRENCH INSTALlATION IS NOT PRACTlCAl, SANITARY SEWER AND WATER SERVICE CONNECTIONS MAY BE INSTAlLED IN A COlAMON lRENa-t AS PER DETAIL 'A', 2. IN NEW SUBDMSfONS ALL CONNECTIONS TO niE SEWERS ARE TO BE w.oE WITH A FACTORY lIAlNUFACTURED T. FOR CONNECllONS TO EXISTING SANITARY SEWERS. OTHER THAN PVC A SADDLE CONNECllON MAY BE USED. t.IORTAR-QN SAlJOLES SHALl BE USED ON CONCRETE PIPE GREATER lHAN 450 mm DI.A.METER. CONNEcnONS TO EXISTING PVC SEWERS SHAll. BE MADE WITH A FACTORY UANUFN:llJREO m OR AN APPROVED SAODlE. CONNECllONS TO EXISllNG ....B.5. TRUSS PIPE SHAlL BE llAOE WTTIH A SOlVENT WELDEO SADDLE. A FACTORY lIAlNUFACTURED WYE SHAU BE USED IN THE FIRST UPSTREAM LEG fOR All SEWER CONNECTIONS. 3. 45' STRAP ON SAllOl.E SHAll. BE USEO ON SEWERS OTHER THAIN PVC PIPE. WHEN LAlERAl INTERSEClS SEWER IlAlN AT AN ACUTE ANGLE. 4. THE SEWER CONNECllON SHALl BE lAIO FROM THE MAIN TO 1.5 m BEYONO THE PROPERTY UNE IN NEW SUBOMSlOOS ONLY. 5. THE ENO OF N.L SEWER PIPE SHAU BE MACHINED. N.L CUTllNG AND MACHINE SHAll BE DONE BY CONTRACToR. 6. A COUPUNG SHAlL BE INSTAUED AT OEAO END AND SHALl BE PlUGGED USING A WATER TIGHT PlUG. 7. DEFLEcnoNs OF PIPE AT JOINTS IS NOT TO EXCEED 75 mm I.E.: 1 SO mm MAXlMUN DEFlECTION FOR A 3 m lENGTH OF ASBESTOS CElIENT PIPE 75 mm UAXIMUU DEFlECTION FOR 1.8 m lENGTH OF VETRIAED CLAY PIPE 8. PIPE COUPUNG SHAlL BE 'RING-lITE' OR EQUIVAlENT. PVC SHAll. BE BEU AND SPIGOT JOINT. 9. REFER TO STD. 5-401 FOR BEDDINC REQUIREMENTS. 10. WHEN hIORTAR-QN SADDlES ARE USED. A MACHINE cur OPENING SHAll. BE llAOE IN THE SANITARY SEWER WTTIH A CORING MACHINE. 11. 2X MIN. GRADE TO 10X MAX. GRADE FOR 100 mm DCA. PIPE. 12. 1 X MIN. GRADE TO 10X MAX. GRADE FOR 150 mm DCA. PIPE. FINISHED GRADE DETAIL 'A' COMMON TRENCH DETAIL N.L IMENSlONS IN lit SANITARY SEWER HOUSE CONNECTIONS AND SADDLES (100 mm &: 150 mm PIPE) I-,,- PROPERTY UNE I E E ,,0 f'itt) BEU END WITH PlUG OR )7 WITH IH SEE NOTE 4 d - MIN. 75 mm. DEPTH Of BEDDING BElOW PIPE. Be - OUTSIDE IlWlETER Bd - lllNll.tUM WIDTH OF TRENOi - Be + 600 mm WITH MIN. OF 900 mm OR Be + WIDTH Of SHORING + 6DD mm ME1R S EX WHER NOTED. DY<<l. DATE: 19B1 04 RE\llSlQN NO.: 11 REV. DATE: 2006 04 SCALE: N.T.S. 8-301 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 RlWl ~ l-lE ~ 1---- J m, I , ~ I ; ~I I I 135 mm SUDE T/PE VALlIE BOX .. COlER 22.5X RADIUS BENDS I SURFACE CLEANOUT I I NOTES: 1.__ CIEN<<lUT IS I.ClCAlED IN A _Y, A SWllWID VAI.\'E BOX IS REllUIIlfD. 2.1IEIlDING DETAI. ~ PER ~1. VALVE BOX FOR PVC SANITARY SEWER CLEANOUTS OlIO. DAlE: 1m OJ llO.: . AEV. DAlE: 2002 10 SC/IlE: N.T.L 8-303 1-0.0. + 6OO----J I (MIN. 900) I CONCRETF fNCASDlENT DETAIL ,. I'Ve WATERl.WN lIAY NOT Ill: CONCRETE ENCASED. 2. CONCRETE ENCASOAENT OF GRA\iIlY SNlITARY SEWERs MUST EXTEND FROt.l PIPE JOINT TO PIPE JOINT. 3. THIS DETAIl APPUES TO PIlOPOSEo PIPING ONlY. r---O.O. + 600-. I (MIN. 900) I ~;:~:.:::~;!1tr:);3:0:;j~~~ ~::::.~~~:-_': ClASS B CONCRETE AND CPP PIPE If = 1.9 19 mm CRUSHER RUN UMESlONE COMPACTED TO 98 :ll: PROCTOR OENSfTY 19 mm TYPE 1 ClEAR STONE WFr 1'RF'NN-I SAND COlIER COMPJCTEO TO 98l{ PROCTOR DENsITY I r---O.O. + 600~ I (lAIN. 900) I "I g I PlAIN OR REINFORCED CONCRETE WIN. 15 MPo I CONCRETE ARCH I DR'f TRFNr.H 19 mm CRUSHER RUN ut.tESroNE COMPACTED TO 98 ~ PROCTOR DENSITY WET TRFNr'.:H 19 mm TYPE 1 ClEAR STONE I CONCRElF CRAQ~ CLASS A REINFORCED A. = 1.~ 4 - '.8 RElNFORCEIl A. - 0.'" 4 = 3.' PlAIN 4 = 2.8 SNlO COVER COMPACTED TO 98X PROCTOR 0ENSf1Y SNlO IlEOOING NlO COlIER COMPACTED IN 150 mm LAYERS TO 98" PROCTOR DENSITY ORY~ 19 mm CRUSHER RUN UMESlONE COMPACTED TO 98 "PROCTOR DENSITY WET T'RF'Nr.H 19 mm 1'tPE 1 ClEAR STONE ;{i0B:t~:i1~'i: t DRY 1'Re4CN Pt'C CLASS P PE AND VC PIPE r-O.O. + 600~ r--O.O. + 600~ I (MIN. 900) I I (MIN. 900) I 1: :~:~;~H'i:.~~~;:~~I~::i;i'~I~~~ ~~8~:PgolTY t...................,.. ..-,......-... ~- ~_...-.~_.,.~.._. I I r--O.O. + 600~ I (MIN. 900) I _;~~:r.~i@:~-~.;:.~:l~~~~~ 1 I I I .......... -" .:~:.:::.,:>~>::: ';::.=:, -' ~- !.y -..: ~ 100 I I ClASS D DUCTILE IRON AND COPPER PIPE LEGEND I I 0.0. - OUTSIOE OlAl.lETER OF PIPE Lf - LOAD FACTOR As - AREA OF STEEl NOTES ,. BEOOlNG lIA1UlW.S SHAU. BE FUllY EXTENDED AND COMPACTED AGAINST TRENCH WAllS. BEDDING lIA1UlW.S SHAU. BE PlACa> AND COMPACTED IN 150 mm LAYERS. 2. NO Ir.lEC~1CAl COMPAC11QN EQUIPMENT SHALL BE USED ON TOP OF PIPE PRiOR TO PtAaNG A MINIMUM OF JOO mm COVER. 3. PIPE SHAll BE BEDDED TO PROPOSED UNE NlO GRADE WITH UNIFORM AND CONTlNUOUS SUPPORT FROM BEDDING. BlOCKING WITH ANY HARD OBJECT SHAlL.. NOT BE USED TO BRING THE PIPE TO GRADE. 4. 19 mm OIA. CRUSHER RUN L.l.tESTONE TO MEET OPSS 1010 - GRANUlAR A SPEC. _ TAIlLE 2. 5. 19 mm TYPE 1 CLEAR STONE TO OPSS 1004, 100" CRUSHED. 6. CONCRm TO OPSS 1350. All OIl.IENSlONS IN MIWMElllES EXCEPT WHERE NOTED. DWG. DATE: 1978 03 RE\'ISlON NO.: B REV. DATE: 2007 O' SCALE: N. T.S. I I I I SANITARY, STORM AND WATER (MAIN AND SERVICE) TRENCH BEDDING AND CONCRETE ENCASEMENT DETAILS WORKS OEPARlIIENT I 8-401 I I I I I I I I I I I I I I I I I I I I \ mm WAIDl SER"CE - "P' \~~ MAl< sroP " API'RO\m SAIlIllE WAIDlMAlN RESlRAINED PWG SER'VICE BOX o o !! :i :; 50 RESlR....NED CAP 50 mm 50 mm COPPER SER'v1CE PIPE 0=\10 ,':"~ WAlERMAlN ~ CORPORAllON MAIN STOP " .IPf'Il(MI) SAlllllE mm 19 mm aLAR CRUSHED STONE 50 mm lC 150 mm X 300 mm CEDAR BLOO< BLOWOFF 100 mm TO JOO mm WAlt:R SERVICE SER""CE BOX o ;l :i :; 50 mm CORPORA'OON MAlNSTOf' GATE VAl.VE " BOX AS PER 5-408 T ~ :i :::E """ TOP SECllON VAl.VE BOX (135 mm SUOE TYPE) 50 mm COPPER BlUE P AlNTED LOCAllON STAKE CRIMP TO!' SECllON - VALVE BOX 50 mm COPPER NOTE: CATHOOCC PROTECTION. lIONOlNG CABLE AND TRACER WIRE SHALL BE ~ PER S-435. $-439. '9 mm MAR CRUSHED STONE 50 mm x 150 mm X JOO mm CEDAR BLOO< TO 300 mm WATER SERVICE STUBS ALL IlIIotENSIONS IN MILUIoIE1RES CEPT MiERE NOTED. DWG. DA 1E: 1993 11 RE'dSlON NO.: 3 REV. DA 1E:. 2005 05 . SCAU:: N. T.5. 50 mm BLOWOFF FOR 100 mm BLOWOFF 8-406 I I I I I I I I I I I I I I I I I I 8-4071 ElCISlING SEWER. ~ 19 mm CRUSHER RUN UIlESTONE COIIPACIDl 10 _ PROC1OR DOlSITY CONCllETE SVB IS _ AT 28 IlA'/S NEW SEWER OR WA1ERMAIN CROSS - SECTION LONGITUDINAL SECTION ClEARANCE GREATER THAN 1200 u W10TH Of 1RENCH SIEEL _ ~~::~~ --- JIW<<lERS I.MIL I I == RfACH I I ~~ ElCISlING ~~ ci ci ~ n NEW SEWER OR WA1ERMAIN CROSS SECTION CLEARANCE I ~S THAN LONGITUDINAL SECTION 1200 SUPPORTS FOR WATERMAIN. SEWERS. PIPING AND CONDUITS CROSSING TRENCHES I I I I I I I I I I I I I I I I I I I SUDE TYPE 13 mm ROUND Hau; IlITH GROMMET 135 mm SUOE TYPE VALVE BOX &0 COVER lRACER WIRE Eon ~i'! NO .Z ~~ Eon ~i'! NO .Z ~~ 2", 50 mm OPERA T1NG NUT OPEN TO un GUIDE PLATE NON-RI~NG STEM LSlON STEM SHAlL BE FASTENED TO OPERATlNG NUT Wlni 2 SET SCREWS I lllACER WIRE CONNECTED TOGETHER USING A SPLIT BOLT I 10 CONNECTOR. SPLIT llolT SHAlL BE WRAPPED IN ElECTRlCAl PUTTY. I I I JJ \ \ \ \ \ \ , I / WAlERl.4AIN .....:. . ~.. ;". ..Or_ . .. . '.. .... : :~. a: .~..': ; '.' .....: :'.":. LJOO-1 5.4 kg ZINC ANODE SauD CONCRETE BlOCK 150 mm x 150 mm x 300 mm L'SO-1 NOTES 1. VAlVE BOX SHAll.. BE ADEQUATaY BRACED M-I1LE BACKAWNG AND MUST REUAIN PWt.tB. 2. VALVE BOX EXTENSION SHAlL BE USED ONLY IF REQUIRED. 3. REFER TO .STANDARD SPEOACAllONS FOR THE CONSlRUCTION Of WATERMAINS"' FOR PLACEMENT Of MARKER STAKES. 4. V/U..VE SHAll BE eot.tPLETaV BACKAl1ED WIlli 19 mm CRUSHER RUN UMESTONE. 5. 'MiEN niE DEPTH OF 1HE OPERA llNG NUT IS CREA lER THAN 2.0 m BELOW FINISHED GRADE AN EXTENSION STEM SHAll BE USED. 6. All INUHE VALVES INSTAu.EO ON PVC WAlERlAAlN SHALl BE RESlRAlNED AS PER $-433, UNlESS OlHERWlSE HOlED_ 7, IF VflJ....VE BOX IS LOCATED IN A GRAVEL AREA. A 1.0 m lC 1.0 m x 50 mm ASPHALT COllAR SHAlL BE INSTAllED. 8. TRACER WIRE COATED. 7 STRANO, 12 GUAGE TW75, TWU75 OR RW90XlPE ~RE RATED AT UlMUS 40' C. 9. TRACER v.1RE SHAlL BE INSTAJ..lED OUTSlOE VALVE BOX AND BROUGHT INTO UPPER SEC"nON THROUGH 13 mm ROUND HOLE AND SHAlL BE MINIMUM 450 mm IN LENGTH. 10. TRACER 'MRE SHAll. BE INSTALlED IN ALL P.V.C. AND C.P.P. MAIN LINE VALVE BOXES. 11. CATHOOlC PROTECTION. BONOlNG CABLE AND TRACER WIRE SHAll.. BE AS PER 5-435, 5-439. All DIMENSIONS IN MIWMETRES EXCEPT WHERE NOTED. DWG. DATE: 1991 11 RE\'lSlON NO.. 15 REV. OA 1E: 2007 04- SCAlE. N. T.S. S1 iii WORKS IlEPARlIoIENT 100 mm TO 400 mm GATE VALVE, VALVE BOX AND TRACER WIRE ARRANGEMENT FOR PVC OR CPP WATERMAIN 8-408 WRAP TRACER WIRE ONCE AROUND H'IDRAHT BARREl TRACER WIRE COATED 7 STRAND t 2 GAUGE lW7S, TWU7S OR RW 90 XlPE WIRE RATED AT WINUS <WC 19 mm CRUSHER RUN UMESTONE COMPACTED TO 98ll: PROCTOR OENSnY (lHYDRANT I I . I I I ATToICH 1IlACE WIlE UP THROUGIf SPIlT RING AND fASltH TO HYDRANT FIN<<lE BOlT "'~ ....- ~~ I. I I ANISHED GRADE AOoJUSTAIlI.E VN..\IE BOX SHAlL BE SET FLUSH WITH FINISHED GR.'DE I I I I I I Iii", o~ !l!<> :;;0 B~ oZ Ii: '" .,'" oj!; .... lRACER WIRES CONNECTED TOGETHER USING A SPUT BOlT I 10 CONNECTOR SPIlT BOLT SIWJ. BE WRAPPED IN ElECTRICAL PlITlY I I I I I CONCRm BLOCK 200 II 200 x 300 150 mm PIlI:: PlPf: I JOINTS SHAlL BE IlECIWICAU. Y RESlRAlNED AS PER S-43.] CONCRETE BLOCK MIN. 1000 150 x 150 x JOG , I , I , I NOTES 1. JOINTS SHAlL BE IlECHANICALlLY RESlRAlNED. 2. BEOOING AS PER 5-401. 3. HYDRANT EXTENSIONS SIWJ. BE INSTN..LED AT BOTTOW Of BARREL 4. ANCHOR TEE. VN..\IE " IMlRANT SHAlL BE COIlPlETELY BOCKFlLLEO WITH 19 mm CRUSHER RUN UMESTOHE. 5. IF HYDRANT REQUIRES ACCESS ACROSS DfTCH. INSTAl.LAlION SH.'U. BE AS PER S-42B. 6. TRACER WIRE COATED. 7 STRAND. 12 GAUGE TW75. TWU75 OR RW 90 XlPE WIRE RATED AT "!NUS 4O'C. 7. TRACER WIRE SIWJ. BE lNSTN..LEO AT N..L HYDRANT LOCATIONS. B. CATHODIC PROTECTION, BONDING CABLE AND TRACER WIRE SHAlL BE AS PER S-435, S-oI39. 19 mm CRUSHER RUN UWESTONE COIlPACTED TO 98" PROCTOR DENSITY OR AS PER UUNICIPAl STANIlARO CROSS-SEC11ON lAIN. 1500 N..L DlWENSlONS IN WIWWETRES EXCEPT \\IiERE NOTED. owe. DATE' 1978 03 RE\1S1ON NO.: 12 REV. DATE: 2007 04 SCN..E N. T.S. I I HYDRANT ASSEMBLY WITH MECHANICALLY RESTRAINED JOINTS 8-409 I I I I I I I I I I I I I I I I I I I I FlNlSHEO GRAIJE \NlSHED ROAD GR.IOE N CURB STOP LDCA110NS AS PER 5-445 ROO SER\IICE BOX ~ CURB STOP ~ " 8 ... % :i COPPER Sf:R'JlCE PIPE 7 Tl'PE 'I(' / ~!l lolAX. 150 1-150-1 BRASS SEIMCE GROUND Cl.NoIP c/W TRACER WIRE CONNECTOR SEE HOlE . TRACER WIRE COATED 7 STlWlO, 12 GAUGE lW75. lWU75 DR RW 90 XLPE WIRE RAtED AT IolINUS 4O'C. CORPORA11DN loCAlN STOP (WITH API'RO'.'EO SADDLE) 50 mm )( 150 mm x 300 mm CEDAR BLOCK PLACED ON UNDISTURBED GROUND COPPER 5EIMCE PIPE TYPE 'K' mm AND 25 mm COPPER WATER SERVICE FERROUS WU FINISHED GRADE ~.~~~ T N l5 z I:l <II LOWERING WATER SERVICES 19 NOTES 1. lHE WATER CONNECTION SHPil BE lAID FROM THE MAIN TO 150 mm BEYOND THE PROPERTY ONE. IN NEW SUBOMSlONS ONLY. 2. HDRI2ONTAl. GOOSE NECK SHAU. BE USED WHEN COVER LE55 ~ 1100 mm. J. WATERlotAlN SHAU. BE TAPPED UNDER PRESSURE. .. Sf:R'JlCE GROUND CWlPS AND SPlIT BOlT SHALL BE WRAPPED WITH ELECTRICAL PIIT1Y, 5. NK'IOE SIW.L BE PlACED AT LEAST 1..0 m AWAY FROM THE SERVICE AND AS DEEP AS THE IID1TOl.l Of THE 5EIMCE. 6. ANODE SHAU. BE LOCATED BETWEEN THE loCAlN STOP AND CURB STOP, 7, I'L.IMIlNG CONTRACTOR TO REMOVE TAIL PIECE AND HOOK UP TO CURS STOP, 8. CAlHOOIC PROTECTION. BONtMNG CABlE AND tRACER WIRE SHAll. BE AS PER 5-435. 5-439. 9. MlNlNUM SEPARATION DISTANCE BETWEEN TAPPED COUPUNGS SHAll BE 1.0 m. 10. COUPUNCS SHAlL NOT BE PERIotITTED 8E1WEEN THE lotAlN STOP AND THE CURS STOP WI1HDUT PERIoIIS5ION Of THE REGION Of DURHAI.l, ALL otlotENSlDNS .. IotIU.lllETRES EXCEPT WHERE NDTED. OWG. DAlE: 1981 04 RE\1SlDN ND.: 17 REV. DAlE: 2005 05 SCALE: N. T.S. 8-410 SAOOLE_ PROPosED WATER.....N VALVE SHALl. BE OPERATED BY REGIONAL PERSONNEl. ONLY MIN. 600 ""N. 600 EXISTING WATERMAlN OlE PROPosED AND EJCISI1NG WATERUAlN SIW.I. BE TAPPED USING SERIIICE SADDlE 19 nun MAIN SlOP SIW.I. BE REIIOIIED AND REPI.ACED WITH A 19 mm 8RASS PlUG AFTER TESTIlG HAS BEEN COIotPLETED 18 mm CORPoAAOON SERIIICE TEE .. ~ ~~ 19 mm TYPE ~. COPPER 19 mm BAcKFlOW PREVENTER 19 mm CURB STOP NAY BE OPERATED BY THE CON1llACTOR NOTES ,. TRENCH SIW.I. BE lEfT OPEN AND FENCED IN ACCORDANCE WITH SAFETY REGUlATIONS. 2. INSULAllON Of WATER....... BY-PASS REQUIRED DURING FREE2ING CONOII1ONS. ALl DIMENSIONS IN M'LUMETRES EXCEPT YotiER NOTED. oWll. OAT[, 1082 OJ RE'<lSlON NQ.: 5 REV. DATE: 20DS OS mm TEST POINT BY-PASS SCALE: N.T.S. 8-429 19 I I I I I I I I I I I I I I I I I I I TRENCH wIDTH RESTRAINED JOINT DETAIL I I 19 mm CRUSHER RUN ~.. _ - -. ~'N 300 UMESTONE COMPACTEQ _ :.. .'@.....:. TO 98 X rn- PROCTOR .i . . . . 0.0. DENSITY. ---1- . 09 . " -r- ' . ,. "'N. JOG 15 AS PER $-433 SECTION A-A HORIZONTAl DEFLECTION RESTRAINED JOINT DETAIl AS PER $-433 19 mm CRUSHER RUN LIMESTONE COMPACTED TO 98 ~ Of PROCTOR DENSITY I TRENCH WIDTH I ----1- :-:~:_:,,~ ..~.~ ~ . . 150 " ---.- I TRENCH WIDTH I 19 mrn CRUSHER RUN UNESTONE COUPACTED T09BXOF PROCTOR DENSITY :- .,' :-, iioo . .".. '". UIN. "'@ ',- . '. ':l 0_0. . .' . ()~." . - --r- SECTION C-C UPWARD THRUST , ClEAR STONE FOUNDATION AS REOUIRED SEE NOTE .3 SECTION B-B DOWNWARD THRUST VERTICAl DEFLECTION NOTES TABLE NO. 1 MINIMUM DIMENSION FOR GRANUlAR THRUST BLOCKS ptPE OIAt.AETER (mm) 100& 1 SO 200 300 400 OEfl. ANGLE 1 ALL JOINTS [NCOUNTERED WITHIN THE SPECifiED . RESTRAINING lENGTH "t. - SHAlL BE RESTRAINED ON EACH SIDE OF THE fITTING 2. GRANUlAR THRUST BLOCKS SHAll BE FULLY EXTENDED AND COMPACTED AGAINST TRENCH WALLS 3 If THE BEARING CAPACITY CW TRENCH BED RESISTING DOWNWARD THRUST IS lESS THAN 100 KN/m2. CLEAR STONE fOUNDATION SHALL BE PROVIDED AS OIRECTED BY THE ENGINEER. 4. WHEN fITTINGS ARE PARTIAlLY OR fUlLY EXPOSED UNDER PRESSURE. ALL JOINTS MUST 8[ RESTRAlNEO S. ALL flmNG JOINTS SHALL BE RESTRAINED IN EARTH fiLL APPLICATIONS. JOINT RESTRAINTS ARE NOT REOUIRED fOR STRAIGHT RUNS IN ENGINEERED FILL APPlICATIONS. 6. CATHODIC PROTECTION, BONOlNG CABlE AND TRACER WIRE SHAlL BE A$ PER $-435, 5-439. 11.25" 400 soo 600 100 22S 400 soo 600 100 45- 450 550 650 150 90" 600 100 850 950 TABLE NO. 2 'l- MINIMUM RESTRAINING LENGTH (m) , ON ffi~NC 1 or VERTICAL DEFlECTION HORIZONTAl DOWNWARD THRUST UPWARD THRUST DEfLECTION PIPE 01' (mm) 11.25" 22.5" 100&150 1.5 2.8 45" 11.25' 22.5" 4S" 11.25" 22.5" 4S" 90" 4.9 4.9 7.5 10.1 1.5 2.8 4.9 8.1 6.3 6.3 9.6 13.1 2.0 3.7 6.3 10.5 9.0 8.8 13.4 18.3 2.8 5.2 9.0 14.9 11.611.217.223.7 3.6 6.7 11.619.3 AlL DIMENSIONS IN MILUMETRES EXCEPT WHERE NOTEO OWG. DATE- 1991 11 REVISION NO.: 5 REV. OA IE: 2006 04 SCALL N.T.$. 200 300 400 3.7 52 6.7 2.0 2.8 3.6 ~ . WORKS DEPARlMENT JOINT RESTRAINING LENGTH FOR PVC PIPE (IN COMBINATION WITH GRANULAR THRUST BLOCK) 8-431 c" c" GIlAHUlAR THRUST BI.OCI( 19 mm CRUSHER RUN UllESIllNE COIlPN:TEIl TO 98 X PROCTOR llENSITY. ~ E UNIlISTURBED GROUND .:. llECHNIc.Il JOINT eN' ~ DEAD ENDS . GRANUlAR THRUST BlOCK 5:~ 19 mm CRUSHER RUN .... ~ UMESTONE COMPACTED TO 98 X PROCToR DENSITY. .; .~ .... . -" :. .'!". at: :.- ~UNOlSTURBED ~ i GROUND -'" -. -: ElEVATION I I I I I I I I I I I I I I I I I I I R~m RESTRAINED TEE lRENCH WIDTH PlAN WHERE PIPE IS TWO SIZES lARGER OR LtORE TO REDUCED PIPE. i.e. .JOO .. TO 150 tI 200 f TO 100 tI RE~NED REDUCER "LO GRANUlAA THRUST BLOCK 19 mm CRUSHER RUN UMESTONE COMPACTED TO 98 :II: PROCTOR DENSITY. UNDISTURBED GROUND RESTRAINEO JOINT PLUGGED CROSS PlAN NOTES 1. AU. JOINTS ENCOUNTERED WllHIN THE SPEClF1EO RESIRAlNING lENGTH c' SfWl. BE RESlRAJNED FROI.t THE ARST JOINT ON FITTlNC. 2. GRANUlAR THRUST BLOCKS SHAU. BE FUllY EXTENDED AND COI.IPACTED AGAINST TRENCH WAU.S. IF TRENCH WAll. ARE SAlURATED OR DISTURBED, SPECIAl DESIGN DETAILS OF THRUST RESTRAINT SHAU. BE PROVIlED BY THE ENGINEER FOR REVIEW BY THE REGION. 3. GRANUlAR THRUST BLOCKS SHAll. BE ENClOSED WllH ALTER FABRIC IF GROUND WATER TABlE IS AB<:M. THE TRENCH BED OR IF GROUND WATER IS SEEPING THROUGH TRENCH WAU.S. I I I ! 4. WHEN FTmNGS ARE PARTW..l..Y OR FULLY EXPOSED UNDER PRESSURE, AU. JOINTS MUST BE RESTRAINED. 5. All RmNG JOINTS SHAU. BE RESTRAINED IN EARTH All APPlICATIONS. 6. CATHOOIC PROTECTION, BONOlNG CABlE AND TRACER WIRE SHAll. BE AS PER $-435. 5-439. 7. All SlOES SHAI...l BE RESTRAINED FOR IN UHE TEES. 8. JOINT RESTRAINTS ARE NOT REQlHRED FOR S1RAtGHT RUNS IN ENGtNEERED All APPt.JCA11ONS. 300 300 ELEVATION PIPE c" MIN. RESTRAINING OIA. lENGTH (m) 100&150 15.2 200 19.6 300 27.7 - 36,3 THRUST BLOCK FOR PVC WATERMAINS FOR HYDRANT RUNOUTS, TEES AND DEAD ENDS All DIMENSIONS IN MIWMETRES EXCEPT WHERE NOTED. D~. DATE: 1991 I' REVISION NO.: 9 REV. DATE: 2007 04 SCAlE: N. l.S. 8-433 I I I I I I I I I I I I I fIG' I~ I I I I I f; 4j~ <pili NOTES 1. NlOllE SIW..I. BE PlJaD AT lEAST 1.0 m IW/AY FROM 1HE WA1ER SYSlDl N'PIJRTEIWICES AND IS DEEP IS 1HE IlllTlOIot Of 1HE N'P\JRIENNlCES. IlNMUIol DlSTNlCE IlElWEEN N<<lDES SlW..l. BE 1.0 m. 2. N..L BONDING AND N<<XlE CHlI.E CONNECTIONS SIW..I. BE 1HERIllTE WEUlED. N..L lHERMIIE WElD CONNECTlONS SIW..1. BE COAlED WITH AN N'PRO\IED COo\TIHG 1IAlERW.. 3. BONDlNC CHlI.E SIW..l. BE 110. e. SE'IEN SIlWID COAlED COPPER WIRE, CADWEUlED '10 FJf11NClS. 4. 5.4 ... ZINC N<<XlE SIW..l. BE SUPPUED AND INSTAUm IN A _Eft AI'I'ftCMIl B'I' lHE REGION fOR EVERY 1000 m Of 1JW:ER WIRE INSTN..LED. 5. IWlNESIUII NlOllE CAIII.ES SIW..l. BE BLUE AND ZINC ANODE CAIII.ES SIW..l. BE WHITE. II. ONE 5..... ZINC NIDDE SIW..l. BE 1NS1'N..LED ON E'ACH REStRAINER. IN TWH 110 . Dwo. DAlE: 1881 D4 RE'IISKIN MO.: e REV. DAlE: 2005 D5 SCALE: N.T.S. ~ p9-~.1 -r ~ :)f. ~""~ 1~ ~ ..# If:.;I- ~~~, ",,'III- -r ~:)f. ~~r.9p CATHODIC PROTECTION / BONDING CABLE / TRACER WIRE FOR PVC AND CPP WATERMAlN SYSTEMS ~ rtJ'.;I-~ ~ ~;J;P 8-435 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. CL2008-22 GEOTECHNICAL INVESTIGATION I I I I I I I I I I I I I I I I I I I 14 Ma~ 2008 15:50 V.A.Wood Assoc. Ltd. 416-292-5375 p.1 v. A. WOOD ASSOCIATES LIMITED CONSULTING GEOTECHNICAL ENGINEERS 1080 TI\PSCOTT ROAD. UNIT 24, SCAREIOAOUGH, ONTARIO 1011)( 1E7 'TELEPHONE: (418) 292.2$88 . FAX No: (416) 292-5375 May 5, 2008 JvJunicipality of Clarington c/o Totten Sims Hubicki 513 Division Sf. Cobourg, ON K9A 506 Attn. Ron Albright RE: Ref. No. 4063-8-5 Geotechnical Investigation Beech Avenlll! BuwmanviHe . Onlilrio Dear Sir: In accordance with your instructions we completed a geotechnical investigation for the rehabilitation of Beech Ave., together with a number of other streets, in December 2002. Thefieldworkfor Beech Ave. consisted of Boreholes 23,35,36 & 37 atthe locations shown on Encl. I and were done on December 13, 2002. Full details of the sub-surface conditions are shown on the borehole logs. Enclosures 2 to 5 inclusive and are summarized as follows: All four boreholes encountered 25 ro 40 mm of asphalt. This was underlain by 150 mm of concrete in Boreholes 23, 35 and 36. The asphalt in Borehole 37 and the concrete in Berehnle 23 were underlain by 150 to 300 mm of fn'anular base. The pavement in allfour borehnles was underlain by 0.6 to 2.2 m ef.f111 which consisted of silty sand in Borehole 23 and mixed clay, sil~ and sand with some organics in rhe other three boreholes. Srandard Penetration Tests on rhe .fill gave N-va/ues of 4 to 6 blows/30a mm and the natural moisture content ranged from 12 to 28%. Based on the test results, together with a visual and tactile examination, the fill is considered to be in a very loose to loose condition. The fill in all four boreholes was underlain by dense to very dense si/tv sand till which extended to a depth of at least 4 m below grade. @$ AS$OCIA'!1! OffiCE: VA wooo (<lLQPH) INC.,'" YOlk ReId. a....... ~. NIE 3H3 TS..E_ (519) 163-3101 14 Ma~ 2008 15:50 V.A.Wood Assoc. Ltd. 416-292-5375 p.2 Municipality ofClarington clo Totten Sims Hubicki Ref # 4063 May 5, 2008 Page 2 All boreholes were dry and open to the full depth and an examination of the soil samples indicated that the fill was moist and the till was generally damp except in Borehole 35 where itwas wet. Based on these observations the permanent ground water IfrVel is considered to be located at a depth of at least 1.2 metre below ground Discussion & Recommendations Sewers It is understood that sanitary and storm pipes are proposed in part of the road. It is anticipated that invert of these sewers will be located at a depth of 2 to 3 metres below existing grade. Reference to the borehole logs indk;ate that the subgrade will consistofvery dense silty sand till which will provide adequate bearing supportjOr the pipes and allow the use of normal Class 'B' bedding. Clear stone should not be used as bedding unless it is wrapped with geotextile since the lIoids could be filled in with the surroUTIding soil and cause undesirable settlement. The exislingfill subgrade below the cOTlCrete pavement is in a generally soft or fine conditkm and is not IilcJ!ly to stand up well to construction traffic. In view of this it is suggested that the existing concrete be left ill place until the sewer has been installed and bac/ifilled The excavated material will consist of existing silty fill which will be difficult to compact in the narrow confines of a trench. ff it is used it should be placed in 150 to 200 mm thick layers and compacted to at least 95% of its Standard proctor maximum dry density. Pavement The boreholes encountered a pavement, consisting of 25 to 40 mm of asphalt underlain by o to 180 mm of concrete and 0 to 300 mm of granular base. The sub grade consisted of generally loose clayey fill. The existing pavement has a granular base equivalent (G.B.E.) and asphalt equivalent as follows: I I I I I I I I I I I I I I I I I I I I I I I Hunicipalily of Clari I1glOl1 cio tone!! Sims Huhicki Ref ;= 4063 Ifay 5, 1008 Page 3 I I Borehole 23 40 mm asphalt 150 mm concrete 30(} mm gran, base I I I I Borehole 35 411 mm asphalt 180 mm concrete Borehole 36 25 mm asphalt J 50 mm concreTe Borehole 37 40 111m a,\phalt 180 mm granular base I I I I I I GRE 80mm J(jOmm JOOmm Total filWlI1m 80mm 360mm ]'1/01 NOmm 50 111m 300mm Total 350 mm TOlal 80mm 180mm 240mm Asphall Equivalent 40mm 150mm 100mm 290 mm 40mm 180 mm 220mm 25mm 150mm 175m/ll SOmm 90m/ll J70mm 1l is understood that Ihe J1rmicipality ',I' normal pavement slruclure/or Ihis cias" o{slreel wOllld be 90 mm asphalt on a 150 mm thick Granular 'A ' and 300 111m rhick Granular 'B base and lhis has a GB,E 0(530 111m, It is also underSlood rharrhe existing concrele pavemem is to be removed as a result 01 lrenching and road base CO/1S1Yllctlon operations, nlls results in an avai/able constrUClion depth of general(r between 175 and 220 mm iflhe existing paveme11l and subgrade levels are 10 be mai11lained A review of Ihe proposed profile i"dicales that the grade will be raised by generalll' aha", IOO mtn, The presence oflhe large trees which /ille the streer logether with the anlidpaled roOt ,n'.<tem is {ike~v to reslrict tlte depth whlclt can be ,ruh-excavated. HmO'e",!r, there will he some sub-excarathm Sitch that tlte suhgrade fall, oholll 165 tmn!ro1l/ easllo west. In v'iew o(this, the available cOlIStructioll depth will generally range (rom 450 mill to 615 mm, Tltis is lIollhe },frmicipality ',I' sTalldard and in order 10 provide a I I I I I Municipalily ofGarington <"0 T ollen Sims Hubich Ref = 4063 \Jay 5. 20118 Puge4 road structure to accommodate traffic wilh a smail percentage of trucks and A.A.D.7: of approximately 850 we would recommended that an alternative pavement design consisting of 4!1 mm lfL3. 50 mm H.I. 8 and a sub-base of at least 200 mm 0(50 111m allsher /"1m limeSTOne topl'ed wilh 75 mm of20 mm crusher nm limeslOne be used to minimize lire !,o/el1lilll impact on exisOng tree roots Ihat may be pre.<;el1l ill Ihe suhgrade. As shown on the allached clllcularioll shat thi' pavement design mee/.> the sfrucrural requirements based on exlslIllg sllb-grade and tral!ie condiliol1s I I I I As "rel'IoIIS(1' notcd Ihe .\IIbgrade conslsls ofsofl topnn day/!) till which will be senl'iTive 10 disturbance by canslmclion Ira(1lc alld III view of this it is proposed 10 leaw Ihe concrele road base in lImillhe sewers lu1\'e been Installed lInd backfilled. The concrele pavemenl would Ihan be removed from one end and immediate!.!! replaced with Ihe crllsher run /in/eSlOne base. The baw! malerial should be end dumped 011,1 spread such Ih(l/ the trucks are always running on Ihe Slone. The .wone can also be placed high initially 10 Carr) wmtructiol1 traffic and regraded a.' necessary to meel proposed mad profile. ~r Ihere are mbgrade ,{reas that are so(l Or loose Ihen il will have to be sub-exeawt/ed to a depth of300 mill and replaced wllh crushed stone. A 75 mmthick layer of 20 mm crusher run limestone should be placed on fhe 50 mm crusher rim base fa provide a smoolh surface ./or pm'illg. I I I I '~:A. WOOD ASSOCL4 TES LIMITED I I I I I Should you have any queslions or cOllcerns regarding Ihis lelter. please do nof hesitate 10 cOlltaCT this ot]ice. Yours ver\' Irll(V. C>~--7 I V Woad. .Vf Eng.. P EIIg. VW]s I I I I, I I I I I I I I I Ii I I I I I I I I 1~ Ha~ 2008 11:14 V.A.Wood Assoc. Ltd. 416-2S2-5375 p.5 \'- PflV~tnnIt Desism AsDha/t Institute Annual Average Daily Traffic (AADT) = 850 Traffic Number (local Roads) = <10 CRRfor fill = 3 assumed Total asphalt concrete thickness = 216 nun Proposed Duism = 90 mm asphalt . 75 mm 20 mm crusher run limestone 200 mm 50 ",,,, crusher run limestone . equivalent asphalt 227.5 mm MunlcirKllitv Standard Equivalent asphalt 90 nun asphalt 150mmGran. 'A' 300 mm Gran. 'R' 90mm 75m", 100mm 265 Wlm asphalt 1~ Ma~ 2008 11:14 V.A.Wood Assoc. Ltd. f2.~. Iva 1+06 3.-~-~ 416-292-5375 tL....J. p.6 I I I I I I I I I I I I I I I I I I I 1~ Ma~ 2008 11:14 V.A.Wood Assoc. Led. I I I I R.deccace No: 400.1-1 t 416-292-5375 p.7 Project: ROad R~('Onstruetlo. ClIent: MuD. of Clariegteac/o TSH (ColJu.fI) Borehole No : 13 LocadoB : Lowe Strect, BowmaaviUe Oat.. II'YIldon : Geodetk I I I I I I I I I SUB811RFACE PROFILE ~ I il "'I .;. I --cro-E:,Surf.1;:e I 40aarn Alplndt - 150mm Co.crete 1 300.... Cronulor B... SILTY SAND Very loose. dark brewn orgal1ic ,tamed (jlc..si~1o fiB) Ii ~ I -1 I I I 1 I~ I "'I I 1 ~ & .. .!! ~ ~ Dc"riptlon SILTY SAND 1lLL Ver.r 4eftl'iGt ligbl-browa Ollmp 111I!l.,! 3_ - SANDYSILT1lLL Very d....., v<Y l)amp I I ~ .1 I i I 1 ij I I I w V.A. WOOD ASSOCIATES LIMITED I I I ~ :8 .l: .: a . E ~ S ~ :Tf :Tl :T'!'" ..~ '::i'''' 1&',,' ~:: '!!;i ~I .. ~~ .. ~,,:. =," ::~~; I ,.Iz SAMPLE >> .!l &. ~ I~ z 88 6 ..., --' S5 100+ 3 551_ 4 55 100+ s 58 100+ I . _r~b . 100 208 38f 4QI) ns"ndar. Pcnatnollol(] ~ 40 6ll 10 100-' I 1 ! ; o \ Eaclo....N., 2 Method: A.lllef n_nr: 110.... Date: n.e.ber 13,2001 Wallir% Plude Limit Uq.id Undt 10 10 3'''0 50 -! . S . .. , 1- j I- . ,. DUk No : Oitlk. No : _:Ioft lA Ma~ 2008 11:15 V.A.Wood Assoc. Ltd. 416-292-5375 p.8 R.d'.renca No : 406J..l.1I Borehole No : 35 l_reN" , ~ CUea.t : Mu.. of CIarI_PR cJo TSR (eMuo",,) Project: Road Rceoatructioo _:AlII"' Locadon : .Heath An.. ao.......n"Ute. DilI.....er: 110.ull Dll1a. Eleva'doll : Geodeth: Date: Decelalter 13,2001 SUllSURFACI PROrILE SAMPLI E I . _rSI~" . Wa... % 100 100 300 400 PIaIllc:U..M . ~ " - Descripti.. Ii .. II LhIIid Limit ... . i E -= = !. .. q_rdr-....d~ J J . " > 04064101 10 10 JO 40 50 ia il= z ~ :Z 9' roo d ! ! I i 4Om.. Atpblt I ] 180.... Corte..- ['ILL i1 Mix of dare! sile. Oae sulU! aDd 1 SS 4 --- ..,...u, ..r~ .....k trow. ~ . Motst I "9 1 55 I 38 ~::. ,. 1_ Ol !~~. Cl I "1i~ ..". ;:~;f' i ~!:" I SILTY SAND TILL ~;! 3 55 JO V . ::,:::: i Dense. CRY t~ l.'m. then with a .~'l! ~... i tranolctay "'.:!, i 3_ Wet to uturated :,~i; I ~!~ 4 5S 80 ~ . ..:;- ~. ~E; I . uu. ~.::i '4- ::~:. 5 55 41~ Denn. Ire)' L.:: . .. \ Saturated I ,J . I End ef80rebole I - I j IJ I . W . V.A. WOOD ASSOCIATES LIMITED DIIk No: Olsk No , SllMt: 10r1 I I I I I I I I I I I I I I I I I I I 14 Ma~ 2008 11:15 I I I I I I I I I I I I I I I I I I I V.A.Wood Assoc. Led. p.s Rc(ercncl: Nv ; 4063-1-11 Cliut: i'tlun. .((luriDgton dfl TSI( (C,tbuurgl Project: RO.d l\ttlJlI$truction ~ation : Bcsu:h ;\ ve., lJowm.AYiIICl Datu.. Elen&lon : Ccodetic I ; I E : It Q I~ n ! I SUBSURFACE PROFILE 416-2S2-5375 Borehole No : 36 Em:r.nn N., . 4- Methad : AlIcer Dlul..... : 110.... 0... : Oea..iI<r 13, 2lIlIl . SAMPLE . Shear Strlllactb . WJltl-r% 100 ZOO 300 0100 ,,_ Li..1t Descriptio. '0 ~ 11 Uq1lid Liolit .2 k .1l ~ ... " ; !. .. q_'n1 P'lIOfralla~ . ~ ;; > 04060Stl 10 ZO 30 40 50 ; ;!: = t:: .';: C! '" z I nKlnd SurfJICI! I I 1 1 ~ I i l~ "j I 1 1 : 1 :l.;.l J I I 1 I 31 IJ , J I I I - J41 ! _I ! Ii: ! I I i ~, , , ' , ! I ! 5J _ 2Smm ..uphek 15(hnm Concrete I I FILL S..dy sill. loese.licbt-;rcy to 1.1m. tbf:a. ctay<<y Jilt witb lOpsnU I inch.,ioas Firm, llloist SILTY SAND TIU. .,,:::: ~:i::' I~i~ ,.::'J!. ~~::' '''.'''''' f" _W li!'~~~ ~~ ;~~~~ f!l1:':! l"t:": j Ytry li.ftH. erey D.mp ro nlObt End ttf Borehole w : I 1 5514 J I I I ~ J:lj I j I . 3/ 55 5Z I j ~ 8.590 I I I 1515511001 I I u o . \ VA. WOOD ASSOCIATES liMITED SIleol : 1 of! Disk No, Olsk No : lA Ma~ 2008 11:16 V.A.Wood Assoc. Ltd. 416-292-5375 p.l0 Roren.cc No : 4063-I-J I Borehole No: 37 - E......" No:. ~ Olent: .'\oJun. nfClwrinGlon tlo TSH (Cobolif'&) Projcc=t : Rood Ret:CllUtruCtiM Methed :.Aucer ~atlon.: Beach Ave.. BowManville D.....ler: 11 Omm Dahlm J:levatir.. : Geodetic Date: l)ee....ber 13. 2801 SUBSURFACE PROFILE SAMPLE . ! I . Shear S~dl . Water % I! 100 200 JOG 400 Plude UnoIt .. I JI S E Descriptioa . ~ Liq.k1 Unlit i"i . .!l . ;; : ,A Q l!. .. qtaDdanl Peaet~ . ~ ... ' :; i :; :- 040601010 10 20 30 40 50 e Q v i~ ~ . ... i .; .. '" Z ..... I"v" . round SU ..rate . I I J , , J i j 40... Atph.lt I llOmm Cramdar"'" FILL Iss 1 6 . ~ a.ycy!lilt" finn. browll. '. . I aJ"C1Ulk :I tUned ~ I i , I . i , 108._ :1 I ss I, 34 - i , 2 C . ~ i~~ 2J ;"11:" ;1 ~.::~~. i I SIl.TY SAND TILL II~ i VIlIT dcmc. grcy...onrwn I J 3 I SS 45 Dnmp ~l~ J . J . 107.2 , I i I ---: 3-' '~ ' I V':: !ssln i SANDY SILT TILL l~ :<. 4 0 i Very dl.:MC. grey ~4;: .: I ! I i DJl.mp 1~:; ., 106.1 4 i ii.. . I 5 i ss 1100 I t..:::: . ---'1 tau ur Buroholc , I \., , ~ i I i i 1 , J , I I , W V.A. WOOD ASSOCIATES liMITED DlskN.:DlotNo: Sheet: lofl . 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 CORPORA nON OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2008-22 TREE ASSESSMENT REPORT I I ~~ architects planners Totten Sims Hubicki Associates 513 Division Street, Cobourg, Ontario K9A 506 Tel: (905)372-2121 Fax: (905) 372-3621 E-mail:gmcfarlane@tsh.ca www.tsh.ca I I UPDATED TREE INVENTORY AND ASSESSMENT Municipality of Clarington Beech A venue, Old Bowmanville Neighbourhood Date of Inspection: November 12, 2007 Project: Project No.: 12-29601 I Report By: Lisa Cullen I The assessment presented in this report has been made using accepted standard arboriculture techniques as outlined in the International Society of Arboriculture (ISA) Guide for Plant Appraisal, 9th Edition (2000). These techniques include visual examination of above-ground parts of each tree. The trees observed were not climbed, probed, cored, or dissected, and excavation for detailed root crown inspection was not performed. Since some symptoms may only be present seasonally, the extent of observations that can be made may be limited by the time of year in which the inspection took place. I I lt must be realized that trees are living organisms, and their health and vigour continually change over time due to seasonal variations, changes in site conditions, and other factors. For this reason, the assessment presented in this report is valid at the time of inspection, and no guarantee is made about the continued health oftrees that are deemed to be in good condition. lt is recommended that the trees be re- assessed periodically. While every standing tree has the potential for failure and therefore poses some risk, a tree assessment is a good indication of present health and potential problems that could arise in the future. I I Each tree is identified, sized, and assessed for condition. An overall rating was calculated for each tree through examination of five factors: Roots, Trunk, Scaffold Branches, Small Branches and Twigs, Foliage andlor Buds. Both structure and health are rated for roots, trunk, and scaffold branches. Small branches and twigs, and foliage and/or buds are rated only for health The rating system is based on the following scoring system: No apparent problem 4 Minor problems 3 Major problems 2 Extreme problems I Values are summed and divided by the possible total of 32 to express the condition rating as a percentage. I I I I I PURPOSE To provide an updated inventory and condition assessment of the trees along Beech Avenue evaluated in February of 2003 in the Old Bowmanville Neighbourhood. The assessment is meant to bring up to date the previous inventory in the context of proposed road construction. I The following chart summarizes the observations made concerning species, size and condition for each tree. The trees are numbered and recorded according to the original assessment, with new trees added. Updates and differences in condition are included in bold text. In some cases, the same defect (such as dead branches) is noted again in the update because action should be taken to correct the defect and reduce risk. Trees B28 to B36 were not updated because they are closer to the Beech Centre and should not be affected by work along Beech Avenue. I I I I Old Bowmanville Neighbourhood Tree Inventory and Assessment - November 2007 Update 2 Beech A venue I TEXT Bold text indicates conditions recorded in 2007 assessment update. Gray text indicates notes from 2003 assessment. Monitor andlor Prune - tree work may be required at this time; changes in condition should be noticed and the necessa tree work erformed to minimize hazard. Removed - tree has been removed or has failed. I No. Address BI 5 Beech S ecies Sugar Maple Size dia. 78.3 I Notes Minor root decay; good flare. Between sidewalk and curb -limited root space, Recent growth relatively poor, leaf scorch. Decay around Y, circumference of low branch (south side), cavity and ribs along higher branch _ decayed and dead branches should be removed. 81 % SllIall girdling roots, some root deuy adjacent to sidewalk. PruDing stubs. Monitor - root damage should be avoided as mlich as ossible. I I 83 I I New 5 Beech 1 B3 15 Beech Sugar Maple 5.2 91% Good Condition. I I New 15 Beech 2 B4 17 Beech Norway Spruce 48 81% Driveway adjacent -limited root space. Staghom effect - dieback of some top branches. 50.5 81 % Adjacent asphalt driveway is cracked and heaved. Small dead branches. Copper Beech 5.5 94% Good Condition. I I B5 2 I Beech Linden 26.3 75% Girdling roots, minor lean, 3 leaders, small crossing branches, some twisting around each other. Decayed area on trunk with insect frass, minor spindle gall, good growth. Crossing branches should be removed. 35.3 630/0 Girdling roots. Decayed canker near base oftrunk. Trunk leans towards compression side of decayed area above canker - kink in trunk. 3 codominant leaders with narrow branch angles and included bark, canopy is heavy iu direction of lean. Risk oftmnk failure at canker will continue to increase - removal is recommended, with replacement lantin followin construction. Red Oak 163 81 % Some sidewalk heaving, good attachment of most scaffold branches des ite odd es, 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 Old Bowmanville Neighbourhood Tree Inventory and Assessment - November 2007 Update 3 Beech A venue TEXT Bold text indicates conditions recorded in 2007 assessment update. Gray text indicates notes from 2003 assessment. Monitor and/or Prune - tree work may be required at this time; changes in condition should be noticed and the necessa tree work erformed to minimize hazard. Removed - tree has been removed or has failed. Size No. Address Species dia.) Ratioe Notes flat-topped form - many branches are almost horizontal. Decay at pruning wounds on small branches, small furrow under I large branch, decayed column under I small branch, small dead branches. 167 81% Wide, distinctive root Dare from abouUm up trunk -excellent trunk taper.~oot plate is moving into sidewalk. Dead. branch 10-1Sem in diameter on SEside.1Ocm dead b....neb over road, few other small dead brallches - all dead branches should be . removed. . B6 27 Beech White Ash 103.8 81% Between sidewalk and curb, heaving sidewalk, crossing branch, small dead branches should be removed. 107.2 780/. Sidel!lilk heaVillg, large deadcen.tral branch - bas been girdled by table. SmaR deadbrancbes and tip dieback. Seams on trullk and branehes. Dead wood should be removed. BT 2713eech Copper Beech 65 75% Large rib twists down one side of the trunk (sir.e measurement distorted), may indicate detaY, narrow vertical line of decay on opposite side. Decayed areas high on trunk, small dead branches. Monitor foJ' changes. 89 69% Seam 011 nortb side of trnllk with small areas of decay evident where woundwood does not meet. Huge rib on south side (much more pronounced than at preVious assessment - note further distortion of size measurement), decay where woundwood meets at tip of rib. Bulge over small area of decay near base. Decayed area 10-15cm wide hil!h on honse side of trunk. Monitor. B8 27 Beech Copper Beech 74.5 88% Small dead branches. 78.8 88% Small crossing branches fused to trunk bieh in canopy. B9 29 Beech Norway Maple 23.5 88% Girdling roots, leader leans away from - Crimson adjacent Ash (tree No. B 10). 29.5 88% BIO 29 Beech White Ash 86 56% Girdling roots, damage to sidewalk, lean, roots undercut by sidewalk on side opposite I Old Bowmanville Neighbourhood Tree Inventory and Assessment - November 2007 Update 4 Beech A venue I TEXT Bold text indicates conditions recorded in 2007 assessment update. Gray text indicates notes from 2003 assessment. Monitor and/or Prune - tree work may be required at this time; changes in condition should be noticed and the necessa tree work erformed to minimize hazard. Removed - tree has been removed or has failed. I Size I No. Address Species dia.) Ratin" Notes direction of lean, crack with cavity and seam to base of trunk, other seams further up, adventitious shoots, carpenter ants - frass accumulation at base of tree. Trunk girdled by wire several metres off the ground, small dead branches. Plan to remove and replaeein 1-3 years; until then monitor for signs of root failure or trunk failure due to decay. 90 56% EpicorDlic sbootsbave formed large brancbes; crossing branches. Large brancb above main cavity should be prulled to reduce stresWWtlildtton wea)(.ened trnnk. BlI 33 Beech White Birch 15.5 72% Poor structural form, leaf miner. 18.2 72% BI2 33 Btlech Linden 37.5 69% Girdling roots, self-correcting lean, narrow angles with included bark, 3 leaders, decaya.t pruning wounds. 45,2 69% Few suckers at base of tl"lIDk. HoritronUlI splits in bark sb....uld btl monitored. BI3 33 Beech White Birch 20 84% Decay at pruning wounds, included bark at crotch, leaf miner. 22 84% Codominant leaders, narrow branch angles with included bark. BI4 35 Beech Norway Maple 75.5 72% Girdling roots, heaving sidewalk, limited root space. Decay at pruning wounds, slight twist to trunk, splits to codominant leaders. Small dead branches should be pruned. 79 72% Roots are encroacbin" into sidewalk. BI5 35 Beech Norway Maple 40.5 66% Girdling roots, lean, seam along trunk indicating possible decay. Small dead branches should be pruned. 42.7 66% TWisting rib along trunk, small dead brancbes sbonldbereDloved. BI6 35 Beech Silver Maple 93.5 72% Some sidewalk heaving, slight lean, minor leaf spot and chlorosis. Many small dead branches - should be pruned. 95 72% Poor Ulper - flartls ont at scaffold branches. Codominant branching, many small dead branchtlS - sbonld btl pruned. BI7 40 Beech White Spruce 22 91% 24.7 84% Lower braucbes pruned up, codominant leaders near top of canopy. I I I I I I I I I I I I I I I I I Old Bowmanville Neighbourhood Tree Inventory and Assessment - November 2007 Update 5 Beech A venue I I TEXT Bold text indicates conditions recorded in 2007 assessment update. Gray text indicates notes from 2003 assessment. Monitor andlor Prune - tree work may be required at this time; changes in condition should be noticed and the necessa tree work rformed to minimize hazard. Removed - tree has been removed or has failed. Size I I No. Address Species dia.l Ratin!! Notes BI8 40 Beech Horsechestnut 58 66% Sparse canopy, watersprouts; frost crack and twist in trunk, vertical seams along trunk, decay, anthracnose fungal infection. Poor health, monitor for signs offail~. 64 590/. Seams and ribs along trnnk and branebes, small eavities along seams, eodominant leaders, epicormic shootS,lal'g!!3reaof deeay around half of circnmfel'~nce in branch near top, sman deadbrancbes, tip diebacl<, poor live crown raU!>. Monitor. BI9 40 Beech White Spruce 22 88% 22 81% Girdling roots, lower branches removed, small dead branches in lower canopy. New 40 Beech Hackberry 6 94% 3 B20 40 Beech Horsechestnut 86 69% Included bark, seams along trunk; limited root space, sparse canopy, anthracnose fungal infection. 93 63% Girdling roots, seams and furrows on trunl<, large dead scaffold branch, fungal frniting bodies on dead branches. Enicormic shoots, some have been prnned. B21 38 Beech White Ash 101 81% Minor girdling roots, seams on trunk, decay at pruning wounds, wires adjacent to canopy, small dead branches. 106 78% Codominant leaders, lots of dead branches and tip diebacl<, pruned away from overhead wires, some enicormic shoots. B22 36 Beech Sugar Maple 86.5 84% Located at corner of cedar hedge. Codominant leaders with included bark and decay, small dead branches. 90.5 78% Rib with seam at one crotch, crossing branches, old fnngal fruiting bodies at root plate on west side. Large andSlDall dead branches should be removed. B23 Beech Centre Norway Maple 45 69% Girdling roots, decay at pruning wounds, small dead branches, twig die back, small dead branch hanging in canopy, watersprouts from branches. 46.5 72% Small dead branches and sman failed branch should be nruned. B24 Beech Centre Norway Maple 60 81% Girdling roots, included bark at scaffold I I I I I I I I I I I I I I Old Bowmanville Neighbourhood Tree Inventory and Assessment - November 2007 Update 6 Beech A venue I TEXT Bold text indicates conditions recorded in 2007 assessment update. Gray text indicates notes from 2003 assessment. Monitor and/or Prune - tree work may be required at this time; changes in condition should be noticed and the necessa tree work erformed to minimize hazard. Removed - tree has been removed or has failed. I Size I No. Address Species dia.) Ratin!! Notes branches, minor dead twigs. 66.5 81% Lots of smaD girdling roots - should be pruned. J codominant scaffold branches with sunken area nnder 1, narl'ow branch an!!les. Tar soot on leaves. B25 Beech Centre Norway Maple 17.5 72% Mechanical damage at base. Codominant leaders with included bark. 26.5 72 0/0 Narrow branch angles with badly included bark. Tar soot on leaves. B26 Beech Centre Basswood 51 78% Girdling roots, furrows on scaffold branch, small dead branches, minor insect damage on leaves. 54.5 75% Seams along trunk, odd branch angles, small dead branches. B27 Beech Centre Norway Maple 44 84% Girdling roots, driveway adjacent, included bark at crotch, minor decay and ribs on branches. 46 81% Codominant branching with inclnded bark. Leaves are small with tar spot, poor l!rowth. B28 Beech Centre Norway Maple 45.5 75% Girdling roots, shallow roots with damage and - crimson decay, narrow branching with included bark and cavitv. B29 Beech Centre Norway Maple 24 63% No visible root flare, decay at pruning - crimson wounds, dead branches, crossing branches, stunted form, twig dieback. Scaffold branches all attached at same area, kinked branches from pruning, dead branch hanging in canopy. Deadwood should be Druned. B30 Beech Centre Red Maple 30.5 66% Girdling roots, minimal root flare visible, inrolling woundwood around wound at base - decay evident to centre of trunk, likley extends into roots. Included bark at codominant branches, ridges along some scaffold branches, branch grown over twine. Poor growth in past few years, better this year, dead branches and stubs, twig dieback, canopy somewhat sparse, crowded by Tree No. B29. Should be Druned and monitored. B31 Beech Centre Sugar Maple 42.5 72% Girdling roots, root decay, cavity at attachment of I scaffold branch, narrow an"les with included bark at others. I I I I I I I I I I I I I I I I I Old Bowmanville Neighbourhood Tree Inventory and Assessment - November 2007 Update 7 Beech A venue I TEXT Bold text indicates conditions recorded in 2007 assessment update. Gray text indicates notes from 2003 assessment. Monitor and/or Prune - tree work may be required at this time; changes in condition should be noticed and the necess tree work erformed to minimize hazard. Removed - tree has been removed or has failed. I I Size I No. Address Species dia.) Rating Notes B32 Beech Centre Norway Maple 61 63% Girdling roots, root decay, some woundwood development at edges of 10+cm wide decayed wound along trunk to base - decay likely into roots. Decay at old pruning wounds, narrow branching with included bark, likely cavity at crotch, twig dieback. 833 Beech Centre Norway Maple 61.5 50% Severe girdling roots, column of decay along trunk to base of tree with vertical crack; decay and inrolling woundwood on opposite side of trunk. Dead scaffold branch, decay and crack in another branch, small dead branches. Prune and monitor; replant nearbv. B34 Beech Centre Norway Maple 65 63% Girdling and decayed roots. Seam and rib along branch with sap, included bark at narrow branch attachments, crossing branches, small dead branches. Prune. 835 Beech Centre Copper Beech 68 66% Small cavities at base, mechanical damage at base, decay at pruning wounds, cavity at branch attachment in canopy, slight lean, columns of decay in branch, leaf scorch. May show signs of decline - root loss from construction of parking lot; exposure due to removal of adjacent tree. B36 Beech Centre Sugar Maple 58 56% Mechanical injury to root flare with woundwood development. Girdling roots, decay in trunk at pruning wounds, ridges and furrows twisting along trunk. Poor trunk taper at base, likely cavity in trunk. Poor growth, narrow form, dead branches, leaf spot. Root damage from parking lot construction August 2002. Monitor. B37 Beech Centre White Ash 51/ 75% Girdling roots, codominant trunks, seam along 43.5 inside of one trunk, squirrel's nest, small dead branches. 53/47 72% Small surface roots have been pruned leaving stubs. Tip die back and small dead branches. B38 8 Beech Eastern 35 84% Girdling roots, slight lean, conflict with Redcedar canopy of ash, some needle die back. 39 84% B39 8 Beech White Ash 53 66% Girdling roots, base has grown over former 2"d trunk, small dead branches. Part of trunk I I I I I I I I I I I I I I Old Bowmanville Neighbourhood Tree Inventory and Assessment - November 2007 Update 8 Beech A venue I TEXT Bold text indicates conditions recorded in 2007 assessment update. Gray text indicates notes from 2003 assessment. Monitor and/or Prune - tree work may be required at this time; changes in condition should be noticed and the necess tree work erformed to minimize hazard. Removed - tree has been removed or has failed. I Size I No. Address Soecies dia.) Ratin" Notes split away high in canopy, likely torn from a branch failure. Prune to remove dead branches and reduce weight; monitor. 57.5 63% Exposed root about 6cm diameter. Bulge and furrows at base of trunk. B40 8 Beech Norway Spruce 56 59% Girdling and shallow roots, kink in trunk high in canopy, one branch has formed another leader, dead branches and stubs, sawfly damage. 58 63% Bul"e at kink in trunk. B41 8 Beech Norway Spruce 56 75% Trunk kinks to several leaders, crossing branches have grown together, hanger, small dead branches, sawfly damage. Prune. 59.5 75% Bulge at some of kinks in trunk -likely just reaction wood. B42 8 Bcech Norway Spruce 42 63% Girdling roots; possible fill adjacent to stone wall. Column of decay with sap dripping from trunk, kink in trunk. Squirrel nest, stubs, small dead branch, sawfly damage. 44.5 63% Seam along trunk with sap. Lots of needle dieback. I I I I I I I I I I I I I I I I Old Bowmanville Neighbourhood Tree Inventory and Assessment - November 2007 Update 9 Beech A venue I I I DISCUSSION I Structural Defects Structural defects are often harmless when a tree is young, but can pose a problem when a tree grows larger and the weight of branches puts added stress on defects that cause weakness. Also, the branches and trunks of larger trees have the potential to cause more damage should they fail. Residential areas have many potential targets (people and property) should a tree or branch fail, and therefore ongoing maintenance and monitoring are important to minimize hazards. I Following is an explanation of some of the problems outlined in the Comments section and how they can affect trees over time. I Girdling roots are roots that are crossing over each other or around the trunk of the tree. As the roots grow larger, they can restrict the uptake of water and nutrients, and they can affect structural stability. I Included bark is bark that has become embedded in a crotch between limbs, weakening the attachment of the branches. Narrow braru:h angles, especially when there is included bark, can be a problem when the tree grows larger because there is poor attachment of inner wood. As the trunk and branch increase in girth, the bark of the trunk and branch in the tight crotch begins to push apart and can eventually cause failure of the branch. This situation is worse when the narrow angle is between codominant branches (branches of approximately the same size), or when there are multiple branches from same point oj attachment. Strong branch attachments occur between 2 limbs of unequal size with enough space for branch enlargement and formation of the branch bark ridge. I I Epicormic shoots arise from adventitious buds, usually after failure or pruning of branches. These branches can be a problem when they become large, because typically they are weakly attached. I Crossing branches can eventually girdle each other, and usually have narrow attachment angles. Strong trunks and branches are well tapered, distributing stress evenly along their length. Ifbranches are a similar diameter along their length, they can be end-heavy and prone to breakage. Lion-tailing is pruning that removes the small inner branches along a branch, leaving branches end-heavy with foliage only towards the end of the branch. I I Cankers and wounds on the trunk usually cause decay and reduce the strength of the wood. The severity ofthe defect depends on the extent and location of decay, and the presence of other defects (for example trunk decay is more serious if the tree leans). If there is a reasonable thickness of wood for a significant portion of the circumference ofthe trunk, decay can be present with very little weakening of the trunk. I I Sunken areas on the trunk under scaffold branches can be an indication of decay. RECOMMENDATIONS I There are many trees which could potentially be impacted because oftheir proximity to the proposed road and sidewalk and the work that will be required to build them. More specific comments could be made regarding potential damage when preliminary design has been completed, however the following recommendations and suggestions are intended to help prevent and minimize damage to trees. I I I I Old Bowmanville Neighbourhood Tree Inventory and Assessment - November 2007 Update 10 Beech A venue I Construction Management The most typical construction damage to trees is root damage through compaction and severance. Root loss can impact trees through compromising structural integrity and through restriction of nutrient uptake. Trees that are very large are more susceptible to construction damage. I Especially with large trees, grade changes and construction activities that will cause soil compaction should be kept as far away as possible from trees to avoid root damage which could compromise health as well as structural stability. Where soil compaction in root zones cannot be avoided, measures should be taken to reduce soil compaction. If disturbance of the root zones of trees will be significant, further assessment should be done to ensure safety and continued health of the trees if they are retained. I I The critical area to protect for continued stability of the tree is the main root plate, the area immediately adjacent to the base of the trunk where structural roots flare out and anchor the tree. Ifroots must be cut and it is questionable whether they are providing stability to the tree, an arborist should be on site to assess potential damage and make recommendations, and if the stability of a tree is in question, it should be removed. I I The feeder roots of a mature tree in an open-grown situation typically grow out from the trunk up to 3 times the height of the tree. In urban environments, root space is more limited, and roots grow where suitable conditions exist. Roots tend not to grow in compacted soil where there is little air space, such as under sidewalks and roads. Most roots are typically found in the upper 30cm of soil where conditions for root growth and nutrient uptake are optimal. During past construction along Beech Avenue, feeder roots were encountered under the edge ofthe road starting at a depth of about 60cm. Protecting the feeder roots of trees is important to ensure that nutrient uptake is not restricted. Diminished root function can lead to death of branches or of the entire tree, but these symptoms can take several years to become evident. I I Considering that roots will likely be damaged by construction work on the road side of many trees, it is very important to minimize disturbance to the rest of the root Zone. Construction restrictions and maintenance practices such as the following should be included in the contract for road reconstruction: . If roots are severed, they should be cut cleanly with sharp pruning tools; . Exposed roots should be protected from drying and compaction due to foot/vehicular traffic; . No equipment should be driven over root zones, no materials should be stockpiled near trees, and foot traffic should be limited especially during rainy periods when soil is more prone to compaction; . Road surface should be left in place until replacement to avoid compaction of roots that may be present below the surface; . Geotextile should be used under road base to reduce compaction of subsurface soil; . Tree protection fencing should be erected and maintained where appropriate to ensure that these restrictions are adhered to. I I I I I Branch Pruning Dead branches could fail at any time. Several trees should be pruned to remove dead branches as noted by shading and comments in the chart. For healthy branches that are likely to be damaged by construction equipment, it is better to remove them before construction so that bark is not tom and wounds are not more extensive than absolutely necessary. All pruning should be carried out according to accepted arboriculture practices. I I Removal Recommended Linden B4 could be pruned to reduce the weight of the crown and therefore reduce the stress on the weakened portion of the trunk, but the condition of the canker and the trunk lean that has been caused by I I I I I I I I I I I I I I I I I I I - Old Bowmanville Neighbourhood Tree Inventory and Assessment_ November 2007 Update 1 ] Beech A venue it will continue to worsen. The Jikely direction of failure would cause the tree to fall OVer the sidewalk and the house, so damage could be quite significant, especially as the tree grows Jarger. Rather than accept the risk associated with the tree, it is recommended that this tree be removed and then replaced following construction. New Trees The newly pJanted trees (No. New 1-3) will have fairly limited root zones and impact from road reconstruction should be minimal. However, care should be taken to not make grade changes close to the root zone, and machinery should not be Jeft to idle near the trees. If significant impact can not be avoided, the new trees could be transplanted. Root Damage Prevention The most likely potential damage to the trees along Beech A venue due to road reconstruction is to the roots. Usually roots do not extend under paved areas such as roads and sidewalks because roots need air space to grow, and compaction under hard surfaces Jimits air space to the point that there is very little opportunity for root growth. A soil report has indicated that there is topsoil present under the concrete road base, so there may be some roots present under the roadway. This is most likely for the larger trees along the east side of the street because the trees are particularly large and close to the road, and they have had plenty of time to expand their rooting zone under the street as their need for rooting space has increased. During excavation to install a sewer pipe on Beech A venue several years ago, roots were observed in the soil layer under the concrete road base. Compaction and disturbance of this area should be avoided if possible. The large trees are of the greatest concern because they have the biggest impact on the character of the street, they are more susceptible to construction damage, and they are less able to recover from damage than smaller trees. Both structural and feeder roots are of concern. The depth of excavation is not as important as the location of excavation, because most roOls are in the top 30cm of soil. (Whether the excavation is 30cm depth to install a sidewalk or several metres to install services, the damage can be the same.) Excavation should be kept as far as possible from the large trees to minimize root damage. For prevention of root damage, possible options to consider in roadway design and construction include: . Keep the utility trenches as far as possible towards the west side of the road away from the particularJy large trees, . Use alternate base materials with Jess compaction requirements . AJter construction methods to avoid compaction to subgrade under road if rools are present . Use only hand or vacuum excavation in close proximity to trees It is recommended that an arborist be on site during excavation to observe the extent of roots nnder the roadway and further assess potential root damage. The Contractor should be aware that excavation may need to be slowed during this time, and that construction methods may be altered ou site during the construction process. Streetscape Renewal Tree Planting It is recommended that new trees be planted following construction where space is available. Tree No. B4 (Linden) to be removed should be replaced. Suggested species: Copper Beech. It is recommended that a Red Oak be pJanted near the street in front of the Clarington Beech Centre, and Hawthorn and Ivory SiJk Lilac trees be planted at the north end of the street where space is available (one at36 Beech, 2 at39 Beech). - Old Bowmanville Neighbourhood Tree Inventory and Assessment - November 2007 Update 12 Beech A venue CERTIFICATION I certify that all the statements of fact in this assessment are true, complete, and correct to the best of my knowledge and belief, and that they are made in good faith. tlSo ~ {t~_.- Lisa Cullen, ISA Certified Arborist REFERENCES Authored by Representatives to Council of Tree & Landscape Appraisers, 2000. Guide for Plant Appraisal 9" Edition, International Society of Arboriculture, Champaign, Illinois. Hayes, E. 2000. Evaluating Trees For Defects. Safetrees.com, Rochester, MN. Lilly, Sharon J. 200\. Arborists' Certification Study Guide. International Society of Arboriculture, Champaign, Illinois. Matheny, N.P., and J.R. Clark. 1994. A Photographic Guide to the Evaluation of Hazard Trees in Urban Areas. International Society of Arboriculture, Champaign, Illinois. I I I I I I I I I I I I I I I I -- MATCH LINE STA.l.1.(O " , III m m o % l> < m Z c: _. ""I' ", >-,,-~Iy- ::- I I i 'i ! . -I"'Il-l ::0 I' " II ~~~ grn I I'i'~~~ ~~ ~~m iJ> I ~ :-:~ 0 M9 ,... ~ wS::l:l Cz ----i ~ f w -< ::!c ::;: ~ @m -,---,_....-........~-_.- !1111'I'i~ lli!II'i~ Ilii!lillinll l'111'1! ! "I. ,I . Ill! llllii"l' illlll 'Iulil \ ;1 L .[ III m m o % l> < m z c: m ~ "I'; -7,(;( 'I ~ !j i " !! ! ! " 'I" $" ,,:I ~iJl ; ~ ., fa ~ , MATCHl.N STA.l+140 ~ 1111)1 J I~ Il[jiltil~ llllll! liP' I i jHQs ! Ii II III! 1IIII!Ii ~ :11 Ii Ill! .II'i"" j.' il"" III ",I!i il! I!llll . i ... ~ ..""l , 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. CL2008-22 OPS GENERAL CONDmONS OF CONTRACT (November 20(6) 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 Public Works METRIC OPSS.MUNI100 November 2006 OPS GENERAL CONDITIONS OF CONTRACT Table of Contents SECTION GC 1.0 -INTERPRETATION 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 Substantial Perfoonance......................................................................................11 GC 1.06 Completion ...........................................................................................................11 GC 1.07 Final Acceptance .................................................................................................11 GC 1.08 Interpretation of Certain 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 Equipmenl.............. 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 Pagel Rev. Date: 1112006 OPSS.MUNll00 GC3.10 GC 3.10.01 GC 3.10.02 GC 3.10.03 GC3.11 GC 3.12 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 GC3.14 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 Default................................................................ 25 ~2 Rev. Date: 1112006 OPSS.MUNI 100 I I I I I c I I c I I I I t 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 Bond.................................................................................... 27 Payment Adjustment........ ....................................... .................... .................... ..... 27 SECTION GC 5.0 - MATERIAL GC 5.01 GC 5.02 GC 5.03 GC 5.04 GC 5.05 GC 5.05.01 GC 5.05.02 Supply 9f Material................................................................................................28 Quality of Material................................................................................................ 28 Rejected Material............ ..... .................... ...................... ..... .............. ................... 28 Substitutions......................................................................................................... 29 Owner Supplied Material......................................................................................29 Ordering of Excess Material................................................................................. 29 Care of Material.................................................................................................... 29 SECTION GC 6.0 -INSURANCE, PROTECTION AND DAMAGE GC 6.01 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: 11/2006 OPSS.MUNll00 Page 4 Rev. Dale: 1112006 OPSS.MUNI100 ,. I I I I I I I I I I I I I ,I I I a- t 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 Working 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 Work and Intenuption of Utility Services .......41 GC 7.09 Approvals and Permits...................,.......................................................................41 GC 7.10 Suspension of Work...............................................................................................42 GC 7.11 Contractor's Right to Stop the Work 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 Workers .............................................................................................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 l- 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 .............................................................46 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 Payment.....................................................................................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 Final Acceptance Certificate ................................................................................ 55 Payment of Workers ............................................................................................ 55 Records....... ........... .............................. .................. .......... ............ ......... .......... ..... 55 Taxes ...................................................................................................................56 Uquidated Damages ............................................................................................ 56 P"9<'5 Rev. Dale: 1112006 OPSS.MUNll00 I I I , I I I I J I I I I ,I I .1 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 Oocuments and represent the organizations and phrases listed on the right: "AASHTO" "ACI" "ANSI" "ASTM" "AWG" "AWWA" "CCIL" "CESAR "CGSB" "CSA" "CWB" "GC. "ISO" "MOE" "MTO" "MUTCO" OOPS" "OPSO" "OPSS" "OTM" "PEO" "SAE" "SCC" "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 Board Canadian Standards Association Canadian Welding Bureau General Conditions International Organization for Standardization Ontario Ministry of the Environment Ontario Ministry of Transportation Manual of Uniform Traffic Control Devices (Replaced by OTM) Ontario Provincial Standard Ontario Provincial Standard Orawing 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 Oocuments 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 lender closing. Page 6 Rev. Dale: 1112006 OPSS.MUNI100 \ \- f Rev. Date: 1112006 OPSS.MUNII00 I I I I I I I I I I " I I I I J I il I Additional Work means wor1( 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 Wor1( 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. Certlflcate of Subcontract Completion means the certificate issued by the Contract Administrator in accordance with clause GC 8.02.03.02, Certification of Subcontract Completion. CertifICate of Substantial Performance 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 Wor1( or Extra Work be performed. Change In the Work means the deletion, extension, increase, decrease, or alteration of lines; grades; dimensions; quanmies; methods; drawings; substantial cl1anges in geotechnical, subsurface, surface, or other conditions; changes in the character of the Wor1( to be done; or materials of the Wor1( 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 Wor1(, Extra Wor1(, Additional Work, and changed subsurface condiUpos; and establishing the basis for payment and the time allowed for the adjusbnent of the Contract T1/Tl8. 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 Owner's representative for the purposes of the Contract. Contract Documents mean the executed Agreement between the Owner and the Contractor, Tender, General Conditions of Contrac~ 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 Wor1(, 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 Wor1(. including any extension of Contract Time made pursuant to the Contract Documents. ,.'!' ; Page 7 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 "Time and Material." Cut-otf Dale means the date up to which payment shall be made for work performed. Daily Work Records mean daily 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 Speclflcallon 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 compHance with the specification. Equipment means aU 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. Final Detailed Statement means a complete evaluation prepared by the Contract Administrator shOWing the quantities, unit prices, and final dollar amounts of aU items of work completed under the Contract, including variations in tender items and Extra Work, aU as set out in the same general form as the monthly estimates. Force Account has the same meaning as "Time 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 Hnas thereof. Lot means a specific quantity of material or a specific amount of construction normally from a single source and produced by the same process. Page 8 Rev. Dale: 1112006 OPSS.MUNI100 Page 9 Rev. Date: 1112006 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 fonning part of the Work. Owner means the party to the Contract for whom the Work is being perfonned, 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. Perfonnance 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 Interest 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 infonnation 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 performance of the Work. Subbase means a layer of material of specified type and thickness between the Subgrade and the Base. I 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, RS.O. 1990, c.l.8, as amended, executing a bond provided by the Contractor. Tender means an offer in writing from the Contractor, submitted in the formal 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 Accounf' are used they shall have the same meaning. Utility means an aboveground or underground facility maintained by a municipality, public utiHty 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 construction and related services required by the Contract Documents. Working Area means all the lands and easements owned or acquired by the Owner for the construction of the Work. Working Day means any Day, a) except Saturdays, Sundays and statutory hoHdays; b) except a Day as determined by the Contract Administrator, on which the Contractor is prevented by inclement we,;)ther 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 ControlHng 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. non-delivery of Owner supplied Materials. ili. 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.MUNI100 Rev. Date: 1112006 OPSS.MUNll00 I I I I I I I I I I .t I I I I I I I I Working Drawings or Working Plans means any Drawings or Plans prepared by the Contractor for the execution of the Work and may, without limiting the generality thereof, include 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 ora 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 Final Acceptance shall be deemed to occur when the Contract Administrator is satisfied that, to the best of the Contract Administrator's knowledge at that time, the Contractor has rectified all imperfect work and has discharged all of the Contractor's obligations under the Contract. 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. Page 11 I I I t I I I I I I I I I I I I I I I SEcnON 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 Tenderers h) Tender i) Supplemental General Conditions j} General Conditions k) Working Drawings Later dates shall govern 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 govern where they differ from dimensions scaled from the same drawing; b) Drawings of larger scale shall govern over those of smaller scale; Page 12 Rev. Dale: 1112006 OPSS.MUNI100 Page 13 Rev. Date: 1112006 OPSS.MUNll00 I I I , I I I I I I I I I I I I I I I c) Detailed Drawings shall govern over general Drawings; and d) Drawings of a later date shall govern over those of an earlier date in the same serles. .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. I I I J I I I I I J 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 Owne~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 Contrac~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 Own~s approval. .08 Upon written application by the Contractor, the Contract Administrator and the Contractor shall jointly 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-executions shall be made good. promptly, at no additional cost to the Owner. Page 14 Rev. Date: 1112006 OPSS.MUNI100 Page 15 Rev. Date: 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 called 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 facititate the checking of any portion of the Contractor's construction layout; b) to facilitate the inspection of any portion of the Work; or c) for the Contractor to remedy non-compliance in the case of such non-compliance 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 dete.rmines that any worker employed on the Work is incompetent, as defined by the Occupational Health and Safety Act, or is disorderly, 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 orderly sequence so as to not cause delay in the Work. If either the Contractor or the Contract Administrator so requests, they shall joinUy prepare a schedule fixing the dates for submission and retum of Working Drawings. Working Drawings shall be submitted in printed form. At the lime 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 Administrator'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 shall notify the Contract Administrator in writing of any revisions other than those requested by the Contract Administrator. .06 Work related to the Working Drawings shall not proceed until the Working Drawings have been signed and dated by the Contract Administrator and marked with the words "Reviewed. Permission to construct granted." .07 The Contractor shall keep one set of the reviewed Working Drawings. marked as above. at the site at all times. 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 Notwithstending the foregoing. the Contractor shall ensure that all necessary safety 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 Layolll .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 inetude 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.MUNI100 Page 17 Rev. Date: 11/2006 OPSS.MUNll00 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 tenns 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 direcUy or indirecUy, 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 directty or indirecUy; d) the Contract Administrator giving notice under subsection GC 7.10, Suspension of Work; e) abnormal inclement weather; or f) archae%gical 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 TllTle due to abnormal inclement weather, the Contractor shall, with the Contractor's app6cation, 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 Iock-outs, including lock-outs decreed or recommended to its members by a recogni~ed 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 resull of the event causing the delay, unless a shorter extension is agreed to by the Contractor. The Contractor shall not be entiUed to payment for costs incurred as the resull of such delays unless such delays are the result of actions by the Owner. .03 The Contractor shall not be entiUed 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 t I GC 3.09 Subcontracting by the Contractor .01 The Contractor may subcontract any part of the Work, 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 Work, 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 Work to be performed under subcontract and shall, a) enter into agreements with the intended Subcontractors to require them to perform .their work in accordance with the Contract Documents; and b) be as fully responsible to the Owner for acts and omissions of the Contractor's Subcontractors and of persons direclly or indireclly employed by them as for acts and omissions of persons direcllyemployed 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 liabilily upon the Owner. Nothing contained in the Contract Documents shall create a contractual relationship between a Subcontractor and the Owner. GC3.10 GC 3.10.01 Changes Cl1anges In the Work .01 The Owner, or the Contract Administrator where so authorized, may, by order in writing, make a Change in the Work without invalidating the Contract. The Contractor shall not be required to proceed with a Change in the Work until in receipt of a Change Order or Change Directive. Upon the receipt of such Change Order or Change Directive the Contractor shall proceed with the Change in the 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 If the Change in the Work 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 Work 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. Page 1 a Rev. Date: 11/2006 OPSS.MUNI100 Page 19 Rev. Date: 1112006 OPSS.MUNI100 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 perfonn 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 Administrator where so authorized, may request the Contractor to perfonn 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 tenns 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. GC 3.11 Notices .01 Any notice pennitted 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 email addresses; pager, ceD 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 confinned in writing within 2 Days. .04 Any notice pennitted 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 Perfonnance, 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 aoceptance 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 tenns of the Contract. GC 3.13 Claims, Negotiations, Mediation GC 3.13.01 Continuance of the Work .01 Unless the Contract has been tenninated 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 with due diligence and expedition. It is understood by the parties that such 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 "Notice of Intent to Claim" within 7 Oays 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 Within 30 Days of the receipt of the Contractor's detailed claim, the Contract Administrator may request the Contractor to submit 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. Page 20 Rev. Date: 1112006 OPSS.MUNI100 Page 21 Rev. Dale: 1112006 OPSS.MUN1100 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 validity 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 10 resolve the mailers in dispute. Where a negotiated selllement cannot be reached and it is agreed thai 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 fo/lowing 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 shaH meet with the parties together or separately, as necessary, to review all aspects of the issue. In a final allernptto assist the parties in resolving the issue themselves prior to proceeding to arbitration the mediator shall provide, without prejudice, a non-binding recommendation for selllement. .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 equaUy 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 shaH be made according 10 the tenns 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 out in this subsection are fulfilled. GC 3.14 GC 3.14.01 Arbitration Conditions of Arbitration .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 I 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, shaH 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) All outstanding claims and matters to be settled are to be set out in a schedule to the agreement. Only such claims and matters as are in the schedule 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 govern the trial 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 equaDy by the Owner and the Contractor. Page 22 Rev. Date: 1112006 OPSS.MUNll00 Page 23 Rev. Date; 1112006 OPSS.MUNI100 I I I 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 mutuaHy 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. GC 3.14.05 The Decision .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 Contracto~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 Contra~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 resuII of any work stoppage. I I I I I I I I I , I I I I I I I I I SECTION GC 4.0 . OWNER'S RESPONSIBIUTlES 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, a) the designated substances silica, lead, and arsenic are generally present throughout the Working Area occurring naturally or as a result of vehicle emissions; 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, cutting, and abrasive blasting. .03 The Owner shall identify in the Contract 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 clearty identified in the Contract Documents according to paragraph GC 4.03.03, then verbal notice shall be provided to the other party immediately with written 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. All 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 t 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 othelWise, 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 wrillenstatement 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 giving 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 Default, or subsequently agreed upon, the Owner, without prejudice to any other right or remedy the Owner may have, may correct such default and deduct the cost thereof, as certified by the Contract Administrator, from any payment then or thereafter due to the Contractor. GC 4.08 Termination of Contractor's Right to Continue the Work .01 Where the Contractor fails to correct a default 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 the portion of the Work withdrawn from the Contractor until the Work or portion thereof withdrawn is completed; d) charge the Contractor the additional cost over the Contract price of completing the Work or portion thereof withdrawn from the Contractor, as certified by the Contract Administrator and any additional compensation paid to the Contract administrator for such additional service arising from the correction of the default; e) charge the Contractor a reasonable allowance, as determined by the Contract Administrator, to cover correction to the Work performed by the Contractor that may be required under subsection 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 the 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 subsection GC 4.08, 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. GC 4.10 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. Dale: 1112006 DPSS.MUNI100 Rev. Date: 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 terminate the Contract, the Owner may provide the Contractor and the trustee or receiver with a complete accounting to the date of termination. GC4.11 Continuation of Contractor's Obligations .01 The Contractor's obligation under the Contract as to quality, conrection, and warranty of the Work performed prior to the time of termination of the Contract or termination of the Contractor's right to continue with the Work in whole or in part shall continue to be in force after such termination. GC 4.12 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. Page 27 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 shall notify the Contract Administrator of the sources of supply sufficiently in advance of the Material shipping dates to enable the Contract Administrator to perform the required inspection, sampling, and testing. .06 The Owner 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 shall be of a quality best suited to the purpose required, and the use of such Material shall be subjeclto the approval of the Contract Administrator. .09 All Material inspection, sampling, and testing shall 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 random method shall not relieve the Contractor from the responsibility of incorporating Material that confonns to the Contract Documents into the Work or properly performing the Contract and of any liability arising from the failure to properly 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.MUNll00 Rev. Dale: 1112006 OPSS.MUNIIOO I I I I I I I I I 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 information 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 substitution 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 substitution 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 fonn of .Certification of EquaBly" and, if any adjUstment to the Contract price is made by reason of such substitution, a Change Order shall be issued as well. GC 5.05 GC 5.05.01 Owner Supplied Material Ordering of Excess Material .01 Where Material is supplied by the Owner and where this Material is ordered by the Contractor in excess of the amount specified to complete the Work, such excess Material shall become the properly of the Contractor on completion of the Work and shall be charged to the Contractor at cost plus applicable overheads. GC 5.05.02 Cara of Matarial .01 The Contractor shall, in advance of receipt of shipments of Material supplied by the Owner, provide adequate and proper storage facilities acceptable to the Contract Administrator, and on the receipt of such Material shall promptly place it in storage, except where it is to be incorporated forthwith into the Work. .02 The Contractor shall be responsible for acceptance of Material supplied by the Owner, at the specified delivery point and for its safe handling and storage. If such Material is damaged while under the control of the Contractor, it shall be replaced or repaired by the Contractor at no expense to the Owner, and to the satisfaction of the Contract Administrator. If such Material is rejected by the Contract Administrator for reasons 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 detennined by the Contract Administrator. .03 Where Material supplied by the Owner arrives at the delivery point in a damaged condition or where there are discrepancies between the quantities received and the quantities shown on the bills of lading, the Contractor shall immediately report such damage or discrepancies to the Contract Administrator who shall arrange for an immediate inspection of the shipment and provide the Contractor with a written release from responsibility for such damage or deficiencies. Where 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. Page 29 I I I I I I I I I I I I I I I I I I I .04 The lull amount of Material supplied by the Owner in each shipment shall be accounted for by the Contractor and such Material shall be at the risk of the Contractor after taking delivery. Such Material shall not, except with the written permission of the Contract Administrator, be used by the Contractor for purposes other than the performance of the Work under the Contract. .05 Empty reels, crates, containers, and other type of packaging from Material supplied by the Owner shall become the property of the Contractor when they are no longer required for their original purpose and shall be disposed of by the Contractor, unless otherwise specified in the Contract Documents. .06 Immediately upon receipt of each shipment, the Contractor shall provide the Contract Administrator copies of bills of lading, 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 30 Rev. Date: 1112006 OPSS.MUNll00 Page 31 Rev. Date: 1112006 OPSS.MUNI100 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 shaH 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 "claims", directly or indirectly arising or alleged to arise out of the performance of or the failure to perform the Work. provided such claims are, a) attributable to bodily injury, sickness, disease, or death or to damage to or destruction of tangible property; b) caused by negligent acts or omissions of the Contractor or anyone for whose acts the Contractor may be liable; and c) made in writing within a period of 6 years from 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 .02 The Contractor shall indemnify and hold harmless the Owner from all and every claim for damages, royalties or fees for the infringement of any patented invention or copyright occasioned by the Contractor in connection with 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 Contractor's performance of the Contract that are attributable to a lack of or defect in title or an alleged lack of or defect in title to the Working Area. .05 The Contractor expressly waives the right to indemnity for claims other than those stated in paragraph GC 6.02.04. GC 6.03 Contractor's Insurance GC 6.03.01 General .01 Without restricting the genera6ty 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 not 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 insurer's 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. Date: 1112006 OPSS.MUNI100 Page 33 Rev. Dale: 1112006 OPSS.MUNII00 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 resbicting coverage. .07 "Claims Made" insurance poUcies shall not be permitted. GC 6.03.03 Automobile Liability Insurance .01 Automobile liability insurance in respect 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 noIless than 30 Days written notice in advance of any cancellation, change, or amendment restricting coverage: a) standard non-owned automobile policy including standard contractual liability endorsement, and b) standard owner's form automobile policy providing third party liability and accident benefits insurance and covering licensed vehicles owned or operated by the Contractor. GC 6.03.04 Aircraft and Watercraft Liability Insurance Aircraft Liability Insurance GC 6.03.04.01 .01 Aircraft liability insurance with 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 liability insurance with respect to owned or non-owned watercraft used directly or indirectly in the performance of the Work, including use of additional premises, shaH 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. 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. GC 6.03.05 GC 6.03.05.01 Property 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 exceeding 1 % of the amount insured at the sile of the Work. This insurance shall be in a form acceptable to the Owner and shan be maintained continuously until 10 Days after the dale 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 Boiler 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 forming 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 Owne~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 uneamed premiums applicable to the Contract~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 wilh 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 Owne~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 Contracto~s interest in the restoration of the Work. .02 The Contractor shaH be responsible for deductible amounts under the policies, except where such amounts may be excluded from the Contracto~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. Dale: 11/2006 OPSS.MUNll00 Page 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 Final 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 shall include a signature by an officer of the Contractor and, in addition, a signature by an officer of the insurer or the underwriter or the brOker. .04 Where a policy is renewed, the Contractor shall provide the Owner, on a form acceptable to the Owner, renewed proof of insurance immediately following completion of renewal. ,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 cost thereof shall be payable by the Contractor to the Owner on demand. .07 If the Contractor fails to pay the cost of the insurance placed by the Owner within 30 Days of the date on which the Owner made a formal demand for reimbursement of such costs, the Owner may deduct the costs thereof from monies which are due or may become due to the Contractor. 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 until 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. Dale: 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 Work and all local conditions that may affect the performance of the Work are known. .02 The Contractor shall not commence the Work nor deliver anything to the Working Area until the Conlraclor has received a written order to commence the Work, signed by the Contract Administrator. .03 The Contractor shall have complete control of the Work and shall effectively direct and supervise the Work so as to ensure conformity with the Contract Documents. The Contractor shall be responsible for construction means, methods, techniques, sequences, and procedures and for coordinating the various parts of the Work. .04 The Contractor shall provide adequate labour, Equipment, and Material to ensure the completion of the Contract in accordance with the Contract Documents. The Work 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 Conlraclor shall not be held responsible for that part of the design or the specified method of construction. The Contractor shall, however, be responsible for the execution of such design or specified method of construction in the same manner that the Contractor is responsible for the execution of the Work. .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 "Regulationsj 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 shall ensure that a) worker safety is given first priority in planning, pricing, and performing the Work; b) its officers and supervisory employees have a working knowledge of the duties of a "Constructor" and "employer" as defined by the Act and the provisions of the Regulations applicable to the Work, and a personal commitment to comply with them; c) a copy of the most current version of the Act and the Regulations are available at the Contractor's office within the Working Area, or, in the absence of an office, in the possession of the supervisor responsible for the performance of the Work; d) workers employed to carry out the Work possess the knowledge, skiDs, and protective devices required by law or recommendled for use by a recognized industry association to allow them to work in safety; e) its supervisory employees carry out their duties in a diligent and responsible manner with due consideration for the health and safety of the workers; and I I I I I I I I I I I I I I I I I I I f) all Subcontractors and their workers are properly protected from injury while they are at the Work Area. .08 The Contractor, when requested, shall provide the Owner with a copy of its health and safety policy and program at the pre-start meeting and shall respond promptly to requests from the Owner for confirmation that its methods and procedures for carrying out the Work comply with the Act and Regulations. The Contractor shall cooperate with representatives of the Owner and the inspectors appointed to enforce the Act and the Regulations in any investigations of worker health and safety in the performance of the Work. The Contractor shall indemnify and save the Owner harmless from any additional expense 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 Work, the Contractor shall provide to the Contract Administrator a list of those products controlled under the Workplace 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 Contractor's behalf. Prior to commencement of conslnJction, 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 Working Area at all times. .12 The Contractor shall, at no additional cost to the Owner, fumish 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 work 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 Work, so as to complete the Work 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.MUNI100 Page 39 Rev. Date: 1112006 OPSS.MUNI100 I I I I I I I I I I I I I I I I I I I .15 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 ou1s 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 property 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 property bars that must be removed to facilitate the Work. Any other property 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 shaH 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 layout 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 instaD 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. .05 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 AD 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 Conlraclor'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 written 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 overtoading is permitted. The Contractor shall bear the onus of weighing disputed loads. GC 7.06 Condition of the 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 construction. .03 Subject to 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 construction of the detours and, if required, for the subsequent removal of the detours, shall be made at the Contract prices appropriate to such work. Page 40 Rev. Oate: 1112006 OPSS.MUNII00 Page 41 Rev. Dale: 11/2006 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 cast 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, dealing 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 properties Adjoining the Work and Interruption of Utility Services .01 The Contractor shall provide at all times and at no extra cast 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, waler 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 Pennits .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 Wort<: .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. GC7.11 Contractor's Right to Stop the Wort<: 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 to 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 to the Owner shall advise that if the defaultis 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 shaH be entitled to be paid for all work performed according to the Contract Documents and for any losses or damage as the Contractor may sustain as a result of the termination of the Contract. 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 government 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 properly, 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. Date: 1112006 OPSS.MUNI 100 P_43 Rev. Date: 11/2006 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 Cond~ions. the Contractor assumes all the risks and responsibilities arising out of any obstruction encountered in the performance of the Work and any traffic conditions. including traffic conditions on any Highway or road giving access to the Working Area caused by such obstructions, and the Contractor shall not make any claim against the Owner 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 obstNction, unless the location of the obstNction is shown on the Plans or described in the Contract Documents and the location so shown is within the tolerance specified in paragraph GC 2.01.01 a), or unless the presence and location of the obslNction has otherwise been made known to the Contractor or could have been determined by the visual site investigation made by the Contractor in accordance w~ these General Conditions. .03 During the course of the Contract, it is the Contractor's responsibility to consult with Utility companies or other appropriate authorities for further information in regard to the exact location of these Utilities, to exercise the necessary care in construction operations, and to take such other precautions as are necessary to safeguard the Utilities from damage. GC 7.14 Limitations of Operations .01 Except for such work as may be required by the Contract Administrator to maintain the Work in a safe and satisfactory condition, the Contractor shall not carry 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 Contractor shall also remove all temporary works and debris other than that caused by the Owner or others and leave the Work and Working Area clean and su~ble 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 Contraclor 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 shaH correct prornplly, 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. Certificate 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 Perfonnance. 12 months after Completion of the Work, c) where there is no Certificate of Substantial Perfonnance. 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. GC 7.17 Contractor's Workers .01 The Contractor shall only employ orderly. competent. and skillful workers to do the Work and whenever the Contract Administrator shall infonn 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 without 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 property and efficiently drained. to at least the same degree as that of the existing drainage conditions. Page 44 Rev. Dale: 1112006 OPSS.MUNl100 Page 45 Rev. Date: 1112006 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 perfonned. 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-Olf Date. .02 Such quant~ies for progress payments shall be construed and held to approximate. The final quanmies 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 performed may be either by Actual Measurement or by Plan Quantity principles as indicated in the Contract. Adjustments to Plan Quant~ 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 Material 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 Material 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 the case of a Major Item where the quantity of Work perfonned 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 lender quantity. For purposes of the negotiation. the overheads and fixed costs appflCllble 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 cerlified 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 the 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 recefved no later than 60 Days after the issuance of the Completion Payment CertifICate. 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 Payment 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 written 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 Porlland 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 subm~ proof of cost to the Contract 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 un~ 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 lhe 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 wilh such security, or remove any Material from the storage locations, except for inclusion in the Work, withou1 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 OPSS.MUNI100 Pago 47 Rev. Dale: 1112006 OPSS.MUNI100 I I I I I I I I I I I I I I I I I I I GC 8.02.03 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 certify the completion of such subcontract. .02 The Contract Administrator shall issue a Certificate of Subcontract Completion, if the subcontract has been completed satisfactorily, and aH 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 Certificate 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 shaH give a copy of the certificate to the Contractor and to the Subcontractor concerned. GC 8.02.03.03 Subcontract Statutory Holdback Release Certificate and Payment .01 FoHowing receipt of the Certificate of Subcontract Completion. the Owner shall 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 lelter 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 Perfonnance. .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 Performance. the Contractor shall forthwith. as required by Section 32(1) Paragraph 5 of the Consfruction 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 Lien Act. the 45 Day lien period prior to the release of holdback as referred to in clause GC 8.02.03.05, Substantial Performance 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 Performance Payment and Substantial PerfOrmance Statutory Holdback Release Payment Certificates .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 Page 49 Rev. Date: 1112006 DPSS.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 to the Contractor the staMory 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 to the provisions of the Construction Lien Act and the submission by the Contractor of the following documents: a) a release by the Contractor in a form satisfactory to the Contract Administrator releasing the Owner from all further claims relating to the Contract, qualified by stated exceptions such as outstanding work or mailers 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 Contrector and the Contractor's Subcontractors in carrying out the Contract have been discharged except for statutory holdbacks property 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 Contrect Administrator has verified that the Contrect has reached 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 Contrect Administrator shall provide a copy to the Contractor. GC 8.02.03.07 Completion Payment and Completion Statutory Holdback Release Payment Certiflcete. .01 When the Contract Administrator issues the Completion Certificate, the Contract Administrator shall also issue the Completion Payment Certificate and the CornpIetion Statutory Holdback Release Payment Certificate or where appropriate, a combined payment certificate. .02 The Completion Payment Certificate shall show, a) measurement and value of Work at Completion; b) the amount of the further staMory holdback based on the value of further work completed over and above the value of work completed shown in the Substantial Performance Payment Certificate referred to above; and c) the amount due the Contractor. .03 The Completion Statutoiy Holdback Release Payment Certificate shall be a payment certificate releasing to 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 to the provisions of the Construction 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 foon satisfactory to the Contract Administrator releasing the Owner from all further claims relating to the Contract. qualified by staled exceptions where appropliate; 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 staled exceptions where appropliate; and c) a satisfactory Certificate of Clearance from the Workplace Safety and Insurance Board. GC 8.02.03.03 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 entitled 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 completed; 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 peliods 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. Date: 1112006 OPSS.MUNll00 Page 51 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 8.02.03.10 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 settled 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 fails 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 suflicientto cover any outstanding or disputed liabilities, including the cast 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 Tillie 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. traveltime, food, lodging. or similar items and Payroll Burden paid or incurred directly by the Contractor to or in respect of labour and supervision actively and necessarily engaged on the Work based 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 Contractor'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. Struc1ure 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 unit 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 foIIowjng period during which the unit is not so engaged but during which the operation is otherwise proceeding and during which time the unit cannot practically be transferred to other work but must remain on the site in order to continue with its assigned tasks and during which time the unit is in a fully operable condition. GC 8.02.04.02 Daily Work Records .01 Daily Work Records, prepared as the case may be by either the Contractor's representative or the Contract Administrator 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. Date: 1112006 OPSS.MUNI100 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 WOf1( 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 WOf1( 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 wOf1( on the Contract. GC 8.02.04.05 Payment for Material .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 WOf1(ing 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 shaR pay the Contractor for the Working Time of Rented Equipment used on the Work on a TlI11e 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 Tune 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 retumed to the lessor until the work requiring the equipment can be resumed. The Owner shall pay such costs as a result from such retum. .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 amount from $3,000 to $10,000; plus c) 5% of the amount in excess of $10,000. .02 No further markup shall be applied regerdless 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 dates 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: 11/2006 OPSS.MUNll00 Page 55 Rev. Date: 1112006 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 WOfl( 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 WOfl( on a TlI1le 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 Meterial 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 wOfl(. GC 8.02.05 Final Acceptance Certificate .01 After the acceptance of the WOfl(. the Contract Administrator shall issue the Final Acceptance Certificate, or, where applicable, after the Warranty Period has expired. The Final Acceptance Certificate shall not be issued unlit all known deficiencies have been adjusted or corrected, as the case may be. and the Contractor has discharged an 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 the Contract and at intervals of not less than twice a month. .02 The Contractor shall require each Subcontractor doing any part of the Work to pay the workers employed by the Subcontractor on the WOfl( 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 WOfl( 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 WOfl(, and claims arising therefrom. Such Records shall be of sufficient detail to suppor1 the total cost of the Work, Changes in the Work, and Extra Work. The Contractor shall preserve all such original Records until 12 months after the Final Acceptance Certificate is issued or until all claims have been settled, whichever is longer. The Contractor shall require that Subcontractors employed by the Contractor preserve all original Records pertaining to the WOfl(. Changes in the WOfl(. Extra WOfl(, 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 01 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 01 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 forms 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 form 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 01 equipmen~ 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 acoordance with the Contract, the Contractor shall pay such amounts as are specified in the Contract Documents. Page 56 Rev. Date: 1112006 OPSS.MUNI100