Loading...
HomeMy WebLinkAbout2009-056THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW 2009-056 Being a By-law to authorize a contract between the Corporation of the Municipality of Clarington and Hard-Co Construction Ltd., Whitby, Ontario, to enter into agreement for the Nash Road Reconstruction, Courtice, 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, Hard-Co Construction Ltd., Whitby, Ontario, and said Corporation; and 2. THAT the contract attached hereto as Schedule "A" form part of this By-law. By-law read a frst and second time this 11"' day of May, 2009. By-law read a third time and finally passed this 11~h day of May, 2009. pu yClerk J' rnet ayor -~- F p,, s ' '. ~_-- C. he ~reertr'~ee,-r7e jt ~' CORPORATION OF THE MUNICIPALITY OF CLARINGTON NASH ROAD RECONSTRUCTION, COURTICE CONTRACT NO. CL2009-7 ~~ March 2009 Project No. 12-29213 I1]~• ~.~.A~ Leasing the^]W]aI y^]bJl/l~V^1 Municipality of Clarington EXECUTED CONTRACT fi i~ CORPORATION OF THE MUNICIPALITY OF CLARINGTON NASH ROAD RECONSTRUCTION, COURTICE CONTRACT NO. CL2009-7 !] i~ i~ March 2009 Project No. 12-29213 ii~ AGREEMENT THIS AGREEMENT made in quadruplicate BETWEEN: HARD-CO CONSTRUCTION LTD. of the Regional Municipality of Durham and Province of Ontario hereinafter called the Contractor THE PARTY OF THE FIRST PART and - THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON hereinafter called the Purchaser THE PARTY OF THE SECOND PART WITNESSETH, that the party of the first part, for and in consideration of the payment or payments specified in the tender for this work hereby agrees to furnish all necessary machinery, tools, equipment, supplies, labour, and other means of construction and, to the satisfaction of the Engineer, to do all the work as described hereafter, furnish all the materials except as herein otherwise specified, and to complete such works in strict accordance with the plans, specifications and tender therefore, all of which are to be read herewith and farm part of this present agreement as fully and completely to all intents and purposes as though all the stipulations thereof have been embodied herein. 1 Page 1 of 3 DESCRIPTION OF THE WORK AND LIST OF DOCUMENTS Nash Road Reconstruction, Courtice, Contract No. CL2009-7, Municipality of Clarington Addendum No. 1 dated March 19, 2009-04-17 A. TENDER FORM: General Itemized Bid Bonds Schedule of Tender Data B. STANDARD TERMS AND CONDITIONS C. SCHEDULE 'C' -CONTRACTOR SAFETY D. INSTRUCTIONS TO TENDERERS E. SPECIAL PROVISIONS -GENERAL F. SPECIAL PROVISIONS -TENDER ITEMS G. DESIGN GUIDELINES H. STANDARD DRAWINGS I. PLANS: Title Sheet, Index Sheet, Drawings No. 1-9, L1, L2, E1-E4, WS-1, WS-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 April 2008, and Municipality of Clarington Design Guidelines and Standard Specifications - 2004. OPSS No. Date OPSS No. Date OPSS No. Date OPSS No. Date 127 Current 330 Ma 1994 410 A r.2008 532 Jun. 1991 128 Current 351 Nov. 2005 421 A r. 2008 541 Nov 2005 180 Nov. 2005 353 Nov. 2006 501 Nav.2005 570 Nov. 2007 201 Nov. 2007 355 Nov. 2006 506 Nov. 2005 571 Nov. 2007 206 Nov. 2000 405 Nov. 2008 507 Nov. 2005 577 Nov. 2006 212 Nov. 2008 407 Nov. 2007 510 Nov. 2006 908 Mar 1998 310 Nov. 2008 408 Nov. 2007 511 Nov 2008 314 Nov. 2004 409 Nov. 2005 512 Nov 2008 K. GENERAL CONDITIONS: OPS General Conditions of Contract (November 2006) All Plans and Documents referred to in the Specifications. The Contractor further agrees that he will deliver the whole of the works completed in accordance with this agreement within 60 working days. IN CONSIDERATION WHEREOF said party of the second part agrees to pay to the Contractor for all work done, the unit prices on the Tender. This agreement shall enure to the benefit of and be binding upon the heirs, executors, administrators and assigns of the Contractor and on the heirs and successors of the Purchaser. Page 2 of 3 ~~' IN WITNESS WHEREOF, the Contractor and the Purchaser have hereunto signed their names and set their seals on the day first above written. SIGNED and sealed by the Contractor: HA -CO CONSTRUCTION LTD. __ !>•~. 3.0 Date ~_ ) in the presence of ) ~~ ~_ p --• N~av a.~ .'a.~oo~ Date SIGNED and sealed by the Purchaser: THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON in the presence of JIA1 AI~L~'i"i~t6,y, M~jIDI' _ - -': - - Date ;.~-(~d ~i, 2iv~ ~ = _ - ~/ . nne Greentree, Deputy Clerk Date YYI~ Z to Zt~ q P?Dept 7 2V 2-292131Spec51CL2909-7 - AGR.tloc Page 3 of 3 CONTRACT NO. CL2009-7 CORPORATION OF THE MUNICIPALITY OF CLARINGTON NASH ROAD RECONSTRUCTION, COURTICE ADDENDUM NO. 1 Contractors are hereby advised of the folowing modifications to Contract No. CL2009-7: r ITEMIZED BID Item No. 4 -the Quantity shall be revised to be "3100" Item No. 5 -the Quantity shall be revised to be "380° Item No. 17 -revise the Description to read "1390 mm x 970 mm CSPA" Item No. 31 -the Quantity shall be revised to be "21° Item No. 2.03 -revise the Description to read `Service Connections (Including Restoretion)° Item No. 2.02.03 -delete this Item SPECIAL PROVISIONS -TENDER ITEMS Pa a ,EARTH EXCAVATION (GRADING) -ITEM N0.4 Revise the estimated quantities as follows: Earth cut (excluding stripping) - "1970 m~" Stripping - "1130 m~" Fill required road works - "2350 m~" Paae 5 -Revise heading for Item No. 17 to read: "1390 mm x 970 mm CSPA CULVERT INCLUDING END SECTION- JTEM NO. 17" and revise all references to "1473 mm x 914 mm" to read "1390 mm x 970 mm". Delete all references to "riveted" Delete the 4th bullet beginning with: "Suooly and place clear stone beddino material with........" Where reference is made to "supplied by Armtec", add "(orapproved equivalent)" where not already provided. Add the following bullet: • "Supply and place bedding and cover materials including compaction.° Delete the following: "Note: Pipe Arch assembly shall be riveted." Pace 6, H.L.-8 BLEND CLEAR STONE BEDDING (Provisional) -ITEM NO. 18 Add the following: "Payment shall also 6e made under this item for the following work in connection with the CSPA Installation: • Supply and place char stone bedding material with geotexdle wrap, (Armtee380R). Approximate bedding dimensions are 1500 mm wide x 200 mm deep." P:~o.P~ i z,iz-zvzimsoecswoo +.a« ' CONTRACT NO. CL2008-7 CORPORATION OF THE MUNICIPALITY OF CLARINGTON NASH ROAD RECONSTRUCTION, COURTICE 2 of 3 ADDENDUM NO. 1 r Page 8, -Revise heading for Item No. 31 to read: "DURA-HOLD RETAINING WALL -ITEM NO. 31" and revise all references to "headwall" under this Item to read "retaining wa1P. Page 9 -Under "CONSTRUCTION TOLERANCES", Clause f) -revise the quantity of geogrid reinforcement to "40 mR' and revise the last two sentences of the first bullet under Clause f) to read: "Geogrid sheets shag be placed between the second and third and between ffie fourth and fifth rows of blocks (measured from the bottom). Geogrid shall extend 1.9 m beyond the back of the Dura-Hold retaining wall." Paae 10 -Revise the second last sentence under Item No. 31 to read: °The area considered for measurement shall include only the face area of the `Duna-Hold' units included in the finished wall (excluding pipe openings)." Paae 17, SANITARY SEWER PIPE (NOT INCLUDING RESTORATION) -ITEM NO.2.01 Add the following to "Include": ".3 Pos! construction sewer video." Page 18, SERVICE CONNECTIONS -ITEM NO. 2.03.01A Add the following to the Item heading: "(INCLUDING RESTORATION)" Add the following to the "Reference°: "RMDCS 2700, 2749" Add the following to Clause .6 under "Include": "and restoration (2700, 2749)" Paae 19, TRENCH RESTORATION -ITEMS NO. 2.02.01A, 2.02.03 Delete "2.02.03" from the heading. Delete Clause .3 under "Include". Delete "Item 2.02.03 Sodding and Seeding (including Topsoil)" and all related specifications. Paae 20, PIPE (INCLUDING RESTORATION) -ITEM NO. 3.01 Add "RMDCS 2701Y' to the "Reference" and incorporate it into Clause .6 to read: "Restoration treatment shall be in accordance with RMDCS 2700 and with ....." DRAWINGS Drawing 9 -Detail for 1473 mm x 914 mm CSPA Cross Culvert Revise bedding note to read: " - 200 mm of 19 mm crusher run limestone". Revise all reference to "1473 mm x 914 mm" to read "1390 mm x 970 mm". Delete the word "riveted" from CSPA description. Revise all reference to "headwall" to read "retaining wale fSc ~:: ~.~} t~~9 t CONTRACT NO. CL2009-7 CORPORATION OF THE MUNICIPALITY OF CLARINGTON NASH ROAD RECONSTRUCTION, COURTK:E 3of3 ADDENDUM NO. 1 All tenders must be submitted on the basis of these nwdifications. Bidders are instructed to sign this addendum and return it with the completed tender, or the tender submitted may be rejected. I/we hereby acknowledge receipt of this addendum. Signed (Must be Signing Officer of Firm) Position Name of AECOM 513 Division Street Cobourg, Ontario K9A 5G6 March 19, 2009 I I~ Ir I~ I~ PROJECT: TENDER FOR CONTRACT NO. CL2009-7 NASH ROAD RECONSTRUCTION, COURTICE AUTHORITY: CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT ADMINISTRATOR: AECOM 513 DIVISION STREET COBOURG, ONTARIO K9A 5G6 Telephone: 905-372-2121 Fax: 905-372-3621 TENDERER: Hard-Co Construction Ltd. Name 625 Conlin Road Whitbv.Ontario L1R2W8 Address (include Postal Code) Tel: 905-655-2001 Fax: 905-620-0323 Telephone and Fax Numbers Barry Harding Name of Person Signing President Position of Person Signing TENDERS RECEIVED BY: Ms. Patti Barrie, Clerk Corporation of the Municipality of Clarington 40 Temperance Street Bowmanville, Ontario L1C 3A6 P:1Dept 12112-292131Specs1CL2009-7-TF(SignDOCS).doc Page 1 of 14 pages f TENDER CONTRACT NO CL2009 7 To: The Mayor and Members of Council Corporation of the Municipality of Clarington I~ I' '~ Re: Contract No. CL2009-7 Nash Road Reconstruction, Courtice Dear Mayor and Members of Council: The Contractor has carefully examined the Plans, Provisions, Specifications and Conditions described herein as part of the work to be done under this Contract. The Contractor understands and accepts the said Plans, Provisions, Specifications and Conditions, and, for the prices set forth in this Tender, hereby offers to furnish all machinery, tools, apparatus and other means of construction, furnish all materials, except as otherwise specified in the Contract, and to complete the work in strict accordance with the said Plans, Provisions, Specifications and Conditions. The Contractor understands and accepts that the quantities shown are approximate only, and are subject to increase, decrease, or deletion entirely if found not to be required. Attached to this tender is a bid deposit in the amount specified in Clause 3 of the Instructions to Tenderers, made payable to the Authority. This cheque or bid bond shall constitute a deposit which shall be forfeited to the Authority if the successful Contractor fails to file with the Authority a 100% Performance Bond and a 100% Labour and Material Payment Bond, satisfactory to the Authority within ten (10) calendar days from the date of receipt of Notice of Acceptance of the Tender. Notification of acceptance may be given and delivery of the form of Agreement made by prepaid post, addressed to the Contractor at the address contained in this Tender. Page 2 of 14 pages r ITEMIZED BID CONTRACT NO CL2009-7 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-7 for the following unit prices. I' I' '~ Spec. - The numbers in this column refer to the applicable issue of the Ontario Provincial Standard No. Specifications SP - Refers to Special Provisions (P) - Plan Quantity Payment Item Item No. Sec No. Descri lion Unit QuanC Unit Price Totai PART'A': ROADWORKS AND STORM SEWERS 1 201 Site Preparation LS 4,000.00 4,000.00 SP, MOC 2 201 Clearing and Grubbing LS 6,000.00 6,000.00 SP, MOC 3 SP Excavate to Confirm Utilities ea 8 220.00 1,760.00 4 206 Earth Excavation (Grading) m' 3,100 9.10 28,210.00 SP, MOC (p) 5 212 Provisionalltem m' 380 22.00 8,360.00 SP, MOC Earth Borrow 6 330 In-place Full Depth Reclamation df mz 4,320 1.00 4,320.00 SP Bituminous Pavement and Underlying Granular 7 541, Chain Link Fence SP, MOC a) Remove Salvage and Reinsate m 25 67.00 1,675.00 b) Provisional Item - m 5 166.00 830.00 Supply and Install New Chain Link Fence c) Suppy and Install New Black m 12 61.00 732.00 Vinyl Coated 1.2m Chain Link Fence, Mounted on proposed DURA-HOLD Headwall 8 577, Erosion and Sediment Control SP Measures a) Provisionalltem ea 5 220.00 1,100.00 Straw Bale Flow Check OPSD 219.180 b) Light Duty Silt Fence Barrier m 170 17.00 2,890.00 (OPSD 219.110) c) Rock Flow Check (Flat Bottom- ea 2 277.00 554.00 Ditch) (OPSD 219.211) 9 510 Removal of Sidewalk m2 45 6.00 270.00 SP Page 3 of 12 Pages '~ ITEMIZED BID CONTRACT NO CL2009-7 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-7 for the following unit prices. Spec. - The numbers in this column refer to the applicable issue of the Ontario Provincial Standard No. Specifications SP - Refers to Special Provisions (P) - Plan Quantity Payment Item Item No. Sec No. Descri lion Unit Quanti Unk Price Total 10 510 Removal of Curb and Gutter m 90 6.00 540.00 SP 11 510 Removal of Culverts and Sewers m 195 6.65 1,296.75 SP 12 410 300 mm Dia. Storm Sewer CLASS 50- m 135.1 147.00 19,859.70 SP, MOC D, Incl. Excavation, Class'B' Bedding and Native Backfill 13 410 150 mm Dia. Storm Sewer Laterals, m 61.0 98.00 5,978.00 SP, MOC PVC DR 28, Incl. Excavation, Class'B' Bedding and Native Backfill 14 410 200 mm Dia. Storm Sewer Laterals, m 94.0 128.00 12,032.00 SP, MOC PVC DR 35, InG. Excavation, Class'B' Bedding and Native Backfill 15 410 250 mm Dia. Storm Sewer Laterals, m 9.4 137.00 1,287.80 SP, MOC PVC DR 35, Incl. Excavation, Class'B' Bedding and Native Backfill 16 SP Pro-Eco-Cite Headwall with Security ea 1.0 3,780.00 3,780.00 Grate 17 421, 511, 1,390 mm x 970 mm CSPA ,Including m 28 591.00 16,548.00 577, SP End Section, Excavation, Bedding and Backfill 18 SP, MOC Provisional Item m' 100 35.00 3,500.00 H.L.-8 Blend Clear Stone Bedding with Geotextile 19 405 100 mm Perforated Plastic Pipe m 1,016 9.70 9,855.20 SP, MOC Subdrain with Geotextile C-301 20 407 1200 mm Dia. Precast Maintenance ea 2 3,327.00 6,654.00 SP, MOC Hole (C-101, C-113) 21 407 600 mm x 600 mm Precast Catchbasin ea 13 1,830.00 23,790.00 SP, MOC (C-104, OPSD 400.010) Page 4 of 12 Pages n I~ I~ '~ I~ ITEMIZED BID CONTRACT NO. CL2009-7 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-7 for the following unit prices. Spec. - The numbers in this column refer to the applicable issue of the Ontario Provincial Standard No. Specifications SP - Refers to Special Provisions (P) - Plan Quantity Payment Item Item No. Sec No. Descri tion Unit Quanti Unit Price Total 22 407 600 mm x 1200 mm Precast Twin Inlet ea 2 3,122.00 6,244.00 SP, MOC Catchbasin (C-105, OPSD 400.010) 23 407 600 mm x 600 mm Precast Catchbasin ea 4 2,000.00 8 000 00 SP, MOC Inlet (C-104) with Beehive Frame and , . Grate (C-114) 24 407 Remove, Salvage and Reinstate ea 1 1,312.00 1,312.00 SP, MOC Existing Ditch Inlet 25 410, Cleanouts on 150 mm Dia. Storm ea 5 112.00 560.00 SP, MOC Laterals 26 410 Connect to Existing Storm Sewer by ea 7 875.00 6,125.00 SP, MOC Coring 27 410 Connect to Existing Storm Sewer ea 10 489.00 4,890.00 SP, MOC Lateral Stub 28 SP Break Into Existing Storm Sewer ea 2 768.00 1,536.00 Maintenance Hole 29 501 Water for Compaction and Dust m' 400 6.00 2,400.00 Suppression 30 506 Calcium Chloride Flake kg 3,200 0.80 2,560.00 31 512, SP DURA-HOLD Retaining Wall Gw mz 21 643.00 13,503.00 Geotextile Grid Tie-Backs (face area) (Face) 32 512, SP DURA-HOLD Spillway mz 6.50 643.00 4,179.50 (Face) 33 SP Concrete Cable Block mz 17.52 110.00 1,927.20 34 421, 511, Remove, Salvage, and Reinstate 600 m 11 147.00 1,617.00 577, SP mm Dia. CSP 35 RMDSS, Remove, Salvage and Relocate ea 3 1,212.00 3,636.00 SP Hydrant Assembly 36 314 Granular'B', Type 1 t 3,350 12.70 42,545.00 SP, MOC 37 314 Granular'A' t 2,000 17.80 35,600.00 SP, MOC 38 353 Concrete Curb and Gutter (All Types) m 1,028 42.30 43,484.40 8P, MOC Page 5 of 12 Pages I1 I, I, I~ ITEMIZED BID CONTRACT NO. CL2009-7 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. Ct2009-7 for the following unit prices. Spec. - The numbers in this column refer to the applicable issue of the Ontario Provincial Standard No. Specifications SP - Refers to Special Provisions (P) - Plan Quantity Payment Item Item No. Sec No. Descri tion Unit Quanti Unit Price Total 39 351 Concrete in Sidewalk mz 1,255 50.80 63,754.00 SP, MOC 40 355 Interlocking Brick Pavers SP, MOC a) Supply and Place New Pavers m2 18 98.00 1,764.00 b) Supply and Place Turf Stone, mz 45 108.00 4,860.00 Compete with Topsoil and Seed 41 408 Rebuild Existing Maintenance Holes ea 2 500.00 1,000.00 SP, MOC and Ditch Inlets 42 408 Adjust WaterValves ea 8 55.00 440.00 SP 43 408 Adjusting Maintenance Hole ea 10 350.00 3,500.00 SP, MOC 44 SP Sawcutting Asphalt m 97 4.40 426.80 45 310 Hot Mix H.L.-8 t 1,360 67.50 91,800.00 SP, MOC 46 310 Hot Mix H.L.-3 (Entrances) t 80 133.00 10,640.00 SP, MOC 47 SP Asphalt Cement Price Adjustment LS 10,000.00 10,000.00 Allowance 48 532 Pavement Markings -Traffic Paint SP, MOC a) 100 mm Width Yellow m 525 1.95 1,023.75 b) 100 mm Width White m 75 1.95 146.25 c) 600 mm Stop Bars m 7 15.50 108.50 49 511 Rip Rap on Geotextile mz 15 35.50 532.50 SP 50 570 Topsoil (Imported) mz 7,000 2.40 16,800.00 SP, MOC 51 571 Sod (Nursery, Unstaked) mz 5,400 2.70 14,580.00 SP, MOC Page 6 of 12 Pages L i~ i~ ITEMIZED BID CONTRACT NO. CL2009-7 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-7 for the following unit prices. Spec. - The numbers in this column refer to the applicable issue of the Ontario Provincial Standard No. Specifcations SP - Refers to Special Provisions (P) - Plan Quantity Payment Item Item No. Sec No. Descri lion Unit Quanti Unit Price Total 52 571 Sod (Nursery, Staked) mz 1,600 3.10 4,960.00 SP, MOC 53 507, Provisionalltem LS 5,000.00 5,000.00 SP, MOC Miscellaneous Works 54 SP Supply and Installation of Plant Material a) Acer campesVe (Hedge Maple), ea 5 300.00 1,500.00 50 mm WB b) Acer freemanji (Freemanji Maple), ea 7 388.00 2,716.00 60 mm WB c) Acerrubrum'AutumnSpire' ea 3 377.00 1,131.00 (Autumn Spire Maple), 60 mm WB d) Cornus recemosa (Std.) (Grey ea 3 355.00 1,065.00 Dogwood -Tree Form-), 60 mm WB e) Tilia cordata'Corzam' (Corinthian ea 5 343.00 1,715.00 Linden), 60 mm WB f) Thuja occidentalis (White Cedar, ea 40 261.00 10,440.00 Nursery Grown), 250 cm height WB g) Acer Rubrum (Red Maple), ea 2 355.00 710.00 50 mm WB h) Quercus rubra (Red Oak), ea 2 410.00 820.00 60 mm WB Total Part'A' (carried to Summary) 597,374.35 PART'B': SANITARY SEWER AND APPURTENANCES 2.01 RMDCS Pipe (Not Including Restoration) SP 2.01.01 200 mm Dia. PVC (3.0 m and less deep) 2.01.01 Maintenance Hole 135-078 to m 52 137.00 7,124.00 A Maintenance Hale 135-079 Page 7 of 12 Pages ITEMIZED BID CONTRACT NO. CL2009-7 II II li II In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-7 for the following unit prices. Spec. - The numbers in this column refer to the applicable issue of the Ontario Provincial Standard No. Specifications SP - Refers to Special Provisions (P) - Plan Quantity Payment Ilem Item No. Sec No. Descri tion Unit Quanti Unit Price Total 2.01.01 B RMDCS SP Maintenance Hole 135-079 to Maintenance Hole 135-080 m 78.5 160.00 12,560.00 2.01.12 300 mm Dia. PVC (3.1 m to 4.5 m depth) 2.01.12 A Maintenance Hole 135-080 to Maintenance Hole 135-062 m 39.3 227.00 8,921.10 2.03 RMDCS Service Connectons (Including SP Restoration) 2.03.01 100 mm Dia. PVC (Services) m 22 130.00 2,860.00 2.02 RMDCS Extra Over kem No. 2.01, 2.03 SP 2.02.02 Trench Restoration -Arterial Roadway 2.02.02 A Final Trench Restoration as per RMDCD S-514 for Main Line Sewers m 100 44.00 4,400.00 and Service Connections (450 mm Granular'B' and 150 mm Granular'A' Depths) 2.02.03 m 8 Deleted 2.02.13 Stone for Extra Depth Bedding (H.L.-8 Blend Clear Crushed Stone) m3 50 34.00 1,700.00 2.04 RMDCS Maintenance Holes SP 2.04.04 Break into Existing Structure and Rebench as per OPSD-701.021 ea 1 2,747.00 2,747.00 (Maintenance Hole 135-062) 2.04.07 OPSD-701.010 -1200 mm dia. Precast Concrete Maintenance Hole (less than 3.0 m deep) 2.04.07 A Maintenance Hole 135-078 ea 1 3,726.00 3,726.00 2.04.08 OPSD-701.010 - 1200 mm dia. Precast Concrete Maintenance Hole ( 3.1 m to 4.5 m deep) Page 8 of 12 Pages I' it ITEMIZED BID CONTRACT NO CL2009-7 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-7 for the following unit prices. Spec. - The numbers in this column refer to the applicable issue of the Ontario Provincial Standard No. Specifications SP - Refers to Special Provisions (P) - Plan Quantity Payment Item Item No. Sec No. Descri lion Unit Quanti Unit Price Total 2.04.08 A RMDCS SP Maintenance Hole 135-079 ea 1 3,735.00 3,735.00 2.04.08 B Maintenance Hole 135-080 ea 1 4,355.00 4,355.00 Total Part'B' (carried to Summary) 52,128.10 PART'C': WATERMAIN AND APPURTENANCES 3.01 RMDCS Pipe (Including Restoration) SP 3.01.02 150 mm PVC m 20 312.00 6,240.00 3.01.31 Connection to Existing 150 mm W.M. LS 1,800.00 1,800.00 at Moulton Court 3.02 RMDCS Extra Over Item 3.01 SP 3.02.10 Insulate Watermain as per S-307 m 12 110.00 1,320.00 3.02.14 Stone for Extra Depth Bedding (H.L.-8 Blend Clear Crushed Stone) m' 10 35.00 350.00 3.03 RMDCS Valves SP 3.03.02 150 mm Gate Valve and Box as per S- 408 ea 2 1,220.00 2,440.00 3.03.51 Extra Over Valve and Box - 400 mm x 150 mm Tapping Sleeve and Valve ea 1 2,420.00 2,420.00 3.03.40 Water Valve Stem Extensions 3.03.40 A Valve at 1+ 829.5 - 0.4m minimum ea 1 166.00 166.00 3.03.40 B Valve at 2+ 044.4 - 0.9m minimum ea 1 166.00 166.00 3.03.40 C Valve at 2+ 223.5 - 0.4m minimum ea 1 166.00 166.00 3.03.40 D Valve at 2+ 225.4 - 0.7m minimum ea 1 166.00 166.00 Page 9 of 12 Pages ITEMIZED BID CONTRACT NO CL2009-7 ' In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-7 for the following unit prices. r I, I' Spec. - The numbers in this column refer to the applicable issue of the Ontario Provincial Standard No. Spertifications SP - Refers to Special Provisions (P) - Plan Quantity Payment Item Item No. Sec No. Descri tion Unit Quanti Unit Price Total 3.04 RMDCS Hydrants SP 3.04.03 Temporary Flushing Hydrant ea 1 1,742.00 1,742.00 3.06 RMDCS Test Points SP 3.06.01 19 mm Dia. Test Point as per S-406 ea 1 830.00 830.00 Total Part'C' (carried to Summary) 17,806.00 PART D: STREET LIGHTING -PROVISIONAL (COURTICE ROAD TO HANCOCK ROAD) D1 MUNI-106 Low Voltage Cables Aerial on 604 Messenger Cable SP a) #8 AWG Copper (install only) m 1696 2.00 3,392.00 b) #8 AWG Copper m 50 3.20 160.OD C) #6 AWG Copper m 50 3.80 190.00 D2 MUNI-106 Steel Messenger Cable, Aerial, m 849 9.50 8 065 50 604 9 mm , . SP D3 MUNI-106 Ground Wires 609 SP a) #6 AWG insulated m 60 3.80 228.00 b) #6 AWG Bare m 15 3.60 54.00 D4 MUNI-106 609 Ground Electrodes ea 10 102.00 1,020.00 SP D5 MUNI-106 Supply Control Cabinet Assembly 614 SP a) Supply 'A' and Connection ea 1 1',632.00 1,632.00 Page 10 of 12 Pages I' ITEMIZED BID CONTRACT NO. CL2009-7 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-7 for the following unit prices. Spec. - The numbers in this column refer to the applicable issue of the Ontario Provincial Standard No. Specifications SP - Refers to Special Provisions (P) - Plan Quantity Payment Item Item No. Sec No. Descri lion Unit Quanti Unit Price Total b) Supply `B' and Connection ea 1 1,632.0 0 1,632.00 D6 MUNI-106 615 SP Wood Poles (8.0 m), Direct Buried in Earth ea 3 750.00 2,250.00 D7 MUNI-106 615 SP Guy Anchors ea 13 398.00 5,174.00 D8 MUNI-106 617 SP Roadway Luminaires and Bracket Assemblies a) 100W HPS Luminaire, 2.4m Bracket ea 20 546.00 10,920.00 Total Part'D' (carried to Summary) 34,717.50 PART'E': GENERAL ITEMS 8.01 RMDCS SP Contract Administrator's Field Office 8.01.01 Supply and Maintain Field Office LS 6,000.00 6,000.00 8.02 RMDCS SP Contractor Documentation 8.02.01 Bonds, Insurance and Maintenance Security LS 13,000.00 13,000.00 8.03 RMDCS SP Mobilization and Traffic Control 8.03.01 Mobilization and Demobilization LS 4,820.00 4,820.00 8.05 RMDCS SP Survey and Monitoring 8.05.01 Pre-Condition Survey LS 7,000.00 7,000.00 Total Part 'E' (carried to Summary) 30,820.00 Page 11 of 12 Pages ITEMIZED BID CONTRACT NO. CL2009-7 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-7 for the following unit prices. Spec. - The numbers in this column refer to the applicable issue of the Ontario Provincial Standard No. Specifications SP - Refers to Special Provisions (P) - Plan Quantity Payment Item Item No. Sec No. Descrt lion Unit Quanti Unit Price Totai SUMMARY- Total Part'A' Roadworks and Storm Sewer 597,374.35 Total Part'B' Sanitary Sewer and Appurtenances 52,128.10 Total Part'C' Watermain and Appurtenances 17,806.00 Total Part'D' Street Lighting -provisional (Courtice Road to Hancock Road) 34,717.50 Total Part'E' General Items 30,820.00 Total (excluding GST) 732,845.95 GST (5% of Total) 36,642.30 TOTAL ESTIMATED AMOUNT 789,488.25 Tenderer's GST Registration No. 132431768 P.IDept 12112-2921315pecsuCL20°94 -Item Bid ~SignDacs).xls]LOw Bid Page 12 of 12 Pages ' AGREEMENT TO BOND tto be completed by Bonding Comoanv) CONTRACT NO CL2009 7 Bond No.: 100008865-14 1 . ' WE, the Undersigned, HEREBY AGREE to become bound as Surety for Hard-Co Construction Ltd. in a Performance Bond totalling ONE HUNDRED PERCENT (100°~) of the Total Tender amount, and a Labour ' and Material Payment Bond totalling ONE HUNDRED PERCENT (100%} of the Total Tender amount, and conforming to the Instruments of Contract attached hereto, for the full and due performance of the works shown or ' described herein, if the Tender for Contract No.CL2009-7 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 this 13'" day of March 2009 Travelers Guarantee COrnDanV of Canada Name of Bonding Company Jacqueline Miller (BONDING COMPANY SEAL) Signature of Authorized Person Signing for Bonding Company Attorney-in-fact Position (This Form shall be completed and attached to the Tender Submitted). Page 13 of 14 pages t ~, u lJ 1 t 1 SCHEDULE OF TENDER DATA CONTRACT NO. CL2009-7 The work specified in the Contract shall be performed in strict accordance with the following Schedule: A. TENDER FORM: General Pages 1 and 2 Itemized Bid Pages 3 to 13 Agreement to Bond Page 14 Schedule of Tender Data Page 15 B. STANDARD TERMS AND CONDITIONS Pages 1 to 9 C. SCHEDULE 'C' -CONTRACTOR SAFETY Pages 1 to 8 D. INSTRUCTIONS TO TENDERERS Pages 1 to 5 E. SPECIAL PROVISIONS -GENERAL Pages 1 to 15 F. SPECIAL PROVISIONS -TENDER ITEMS Pages 1 to 35 G. DESIGN GUIDELINES H. STANDARD DRAWINGS I. PLANS: Title Sheet, Index Sheet, Drawings No. 1-9, L1, L2, E1-E4, WS-1, WS-2, J. STANDARD SPECIFICATIONS: It shall be the Con tractor's responsibility to obtain the applicable edition of the following Ontario Provincial Standard Specifications, Region of Durham Standard Specifications revised April 2008, and Municipality of Clarington Design Guidelines and Standard Specifications - 2004. OPSS No. Date OPSS No. Date OPSS No. Date OPSS No. Date 127 Current 330 Ma 1994 410 A r.2008 532 Jun. 1991 t28 Current 351 Nov. 2005 421 A r.2008 541 Nov 2005 180 Nov. 2005 353 Nov. 2006 501 Nov. 2005 570 Nov. 2007 201 Nov. 2007 355 Nov. 2006 506 Nov. 2005 571 Nov. 2007 206 Nov. 2000 405 Nov. 2008 507 Nav.2005 577 Nov. 2006 212 Nov. 2008 407 Nov. 2007 510 Nov. 2006 908 Mar 1998 310 Nov. 2008 408 Nov. 2007 511 Nov 2008 314 Nov. 2004 409 Nov. 2005 512 Nov 2008 K. GENERAL CONDITIONS: OPS General Conditions of Contract (November 2006) The Contractor, by this tender, offers to complete the work of this Contract in strict accordance with the terms contained herein. The bidder certifies that it has met all of its obligations to comply with the Provincial Retail Sales Tax requirements, so that it is able to do business in Ontario. Yes X No The Bidder hereby acknowledges receipt of the following Addenda to the Bid Documents: Initials Addendum No. 1 Date of Issue March 19. 2009 Addendum No. Addendum No. Date of Issue Date of Issue Failure to acknowledge all Addenda issued may result in the bid being rejected. By my/our signature hereunder, I/we hereby identify this as the Schedule of Tender Data, Plang and ~ ~-~ ~" - Specifications, for Contract No. CL2009-7, executed by me/us bearing date the 20M day pf ~ctis:2(?08gn8= we have fully rea re tad documents to tender data as listed above. ~ ~ .-" _ _ _ `= _ SIGNATURE: ~ / POSITION ~ P.cesident- ~ \~ NAME OF FIRM d-Co Co on Ltd. (COMP`A'I~"SEAL') Privacy Legislation ~ -~ ~- FederallegislationgovemsMecollactwnanduseofpersonalinformatim from i,gividuals. We represent antl warrant to the owner that we have oblained~te~CON5LI1T bf dny andall employees worse personal iriformalion va have suppled to Ma owner in this (antler. ~ This personal information, wfiich inrAUdas, drt is nd limitrq lo, Me amplogG4W r3rays..etlucalion, work antl prgep history, professronal tlesignalions and qualifirafions. This CONSENT permits the owns to dispose Mis personal information to Me Ergireer oowner or agern) for Me Wrpose p evalvaling our bitl. In the even) Mat the teller is successful, this personal information may also be usetl in prpjeG atlministrelion, far mn1aG puryoses. This is Page 14 of 14 pages to be submitted as the Tender Submission for Contract No. CL2009-7. CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-7 STANDARD TERMS AND CONDITIONS P:~~.~z~iz-zszts~s~~~iiae~c~zooaz - rae.ao~ STANDARD TERMS AND CONDITIONS 1 The Municipality of Clarington's "Standard Terms and Conditbns" shall apply to this Contract except where noted bebw. • Clause 8 of the "Standard Terms and conditions" shall be superseded by Clause 8, "Payments" of the "Special Provisions -General" Section of the Contract. • Clause 15 of the "Standard Terns and conditions" shall be superseded by Clause 2, "Guaranteed Maintenance" of the "Special Provisions -General" Section of the Contract. ' Clause 16 of the "Standard Terms and Conditons° is not applicable to this Contract. • Clause 23 of the °Standard Terms and Condtions" shall be superseded by Clause 6.03.02 of the OPS General Conditions of Contract (November 2006) which requires a $5,000,000.00 liability coverage. • Clause 26 of the "Standard Terms and Conditions" shall be superseded by Clause by Clause 16, °Wtxkplace Hazardous Materials Information System (WHIMIS)" of the "Special Provisions -General" Section of the Contract. STANDARD TERMS AND CONDITIONS 1 2. 2 DEFINITIONS Municipality -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 Munidpality has awarded the contract, K successors and assigns. Contract -The purchase order authorizing the company to perform the work, purchase order alterations, the document and addenda, the bid, and surety. Subcontractor - A person, firm or corporation having a centred with the tympany for, or any part of, the work. Document -The document(s) issued by the Municipality in response to which bids are invited to perform the work in accordance with the spedficetans contained in the document. Bid - An offer by a Bidder in response to the document issued by the Municipality. Work -All labour, materials, products, arddes, fixtures, services, supplies, and ads required to be done, furnished or performed by the company, which are subject to the Contract. SUBMISSION OF BID Bid invitation shall be in accordance with the Munidpality of Cladngton Purchasing By-law #2006 127 and will apply for the calling, receiving, and opening of bids. The Municipality will be responsible for evaluating bids, awarding and administedng the contract in accordance with the Purchasing By- law. The bid must be submitted on the form(s) and in the envelope supplied by the Munidpality 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. If a joint bid is submitted, it 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 orover-writing must be initialled by the Bidder's authorized signing officer. The bid must not be restdded by a covering letter, a statement added, or by akeratons to the document unless otherwise provided herein. Failure to return the document or invitation may result in the removal of the Bidder from the Munidpality's bidders list. A bid received after the closing date and tlme will not be considered and will be returned, unopened. Should a dispute arise from the terms and conditions of any part of the contract, regarding meaning, intent or ambiguity, the deasion of the Municipality shall be final. STANDARD TERMS AND CONDITIONS 3. CONTRACT The contrail consists of the documents aforementioned. 3 The contract and portions thereof take precedence in the order in which they are named above, notwithstanding the chrondogipl ceder in which they are issued or executed. The intent of the contrail is that the Company shall supply work which is fd and suitable for the Munidpality's intended use and complete for a particular purpose. None of the conditions contained in the Bidders standard or general conditions of sale shall be of any eff~t unless explicitly geed to by the Munidpality and spedficalty referred to in the purchase order. 4. CLARIFICATION OF THE DOCUMENT Any darification of the document required by the Bidder prior to subnission of its bid shall be requested through the Muniapality's centhd identified in the document. Any such darificetion so given shall not in any way after the dooument and in no pse shall oral arangements be considered. Every rwtice, advice or ottrer communication pertaining thereto wRl De in the form of a written addendum. No officer, agent or employee of the Municipality is authorized to after oratly any portion of the doamrent. 5. PROOF OF ABILITY The bidder may be requred to show, in terms of experience and facilities, evidence of its abgity, as well as that of any proposed subcontractor, to perform the work by the specified delivery date. 6. DELIVERY Unless otherwise stated, the work spedfied in the bid shall be delivered or completely. performed by the Company as soon as posaible and in any evert 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 quantity of goods, materials, artides or equipment, shall accompany each delivery thereof. Receiving by a Toreperson, storekeeper or other such receiver shall not bind the Municipality to accept the work covered thereby, or the particulars of the delivery ticket or piece tally thereof. Work shall be subject to further inspection and approval by the Municipality. The Company shall be responsible for arranging the work so that completion shall be as specfied in the contrail. Time shall be of the essence of the contrail. PRICING Pdces shatibe in Canadian Funds, quoted separatety for each Rem stipulated, F.O.B. destination. Prices shall be firm for the duration of the contrail. Pdces bid must indude all incidental costs and the Company shall be deemed to be satisfied as to the full requirements of the bid. No claims for extra work will be entertained and any additional work must be authorized in writing .prior. to cgmmencement. Should the Company require more information or derification on any point. R.must be obthined prior to the lion of the bid. Payment shall be full compensation for all costs related to the work, inducting operating and. overhead costs to provide work to the satisfaction of the Municipality. STANDARD TERMS AND CONDITIONS All prices quoted sh~l include appliceble customs duly, exdse tax, freight, insurance, and aN other charges of every kind attributable to the work. Goods and Services Tax and Provindal Sales Tax shall be extra and not stxxvn, unless otherwise spedfied herein. If the Bidder intends to manufacture or fabricate arty part of the work outside of Canada, N shall arrange its shipping procedures so that its agent or representative in Canada is the importer of record for customs purposes. Should any additional tax, duty or any variation in any lax or duty be imposed by the Government of Canada or the Province of Ontario become directly applicable to work specfied in this document subsequent to Ns submission by the Bidder and before the delivery of the work covered thereby pursuant to a purdtase order issued by the Munidpality appropriate increase or decrease in the price of work shall be made to compensate for such changes as of the effective date thereof. 8. TERMS OF PAYMENT Where required by the Construction Lien Act appropriate monies may be held back until 60 days after the completion of the work. Payments made hereunder, including final payment shall not relieve the company from Ns obiigafions or fiabNifies under the contract. Acceptance by the company of the final payment shah consttute a waiver of daims by the company against the Munidpality, except those previously made in writing in accordance with the contrail and still unsettled. The Munidpality shall have the right to withheld from any sum otherwise payable to the company such amount as may be suffiaent to remedy any defect or defidency in the work, pending cenectron of N. Payment may be made 30 days after delivery pursuant to the Bidder submitting an invoice, centract requirements being completed and work being deemed satisfactory. 9. PATENTS AND COPYRIGHTS The company shall, at ds expense, defend all daims, 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 dght, and shall pay to the Municipality all costs, damages, charges and expenses, including its lawyers' fees on a solidtor and his own client basis occasioned to the Municipality by reason thereof. The company shall pay all royalties and patent license fees required for the work. If the work or any part thereof is in any acfion or proceeding held to constitute an infringement, the company shall forthwith either secure for the Municipality the right to continue using the work or shall at the company's expense, replace the infringing work wdh non-infringing work or modify it so that the work no longer irrfringes. 10. ALTERNATES Any opinion with regard to the use of a proposed aKemate determined by the Munidpality shall be final. Any bid proposing an alternate will not be considered unless otherwise specified herein. 11. EQUIVALENCY Any opinion determined by the Munidpality with respell to equivalency shall be final. 12. ASSIGNMENT AND SUBCONTRACTING The company shah not assign or subcontract the cadrail or any portion thereof without the prior written consenf of the Munidpality. STANDARD TERMS AND CONDITIONS 5 13. FINANCING INFORMATION REQUIRED OF THE COMPANY The Municipality is entitled to request of the Company to famish reasonable evidence that finandal arrangements have been made to fulfill the Company s obligations under the Contract. 14. IAWS AND REGULATIONS The company shall comply with relevant Federal, Provincial and Munidpal statutes, regulations and by-laws pertaining to the walk and its perfomrance. The tympany shall be responsible for ensuring similar compliance by suppliers and subcontractors. The tyntred shall be governed by and interpreted in accordance with the laws of the Province of Ontario. 15. CORRECTION OF DEFECTS if at any Lane prior to one year after the actual delivery date or completion of the work (or specified warrantylguarantee period if bnger 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 b meet the requaements of the contrail, the company, upon request, shall make good every such defect, deficiency or failure wthout cost to the Municipality. The company shall pay all transportation costs for work both ways between the company's factory or repair depot acrd the point of use. 16. BID ACCEPTANCE The Municipality reserves the right to award by item, or part thereof, groups of kerns, w parts thereof, or all kerns of the bids and to award contrails to one or more bidders submitting identicel bids as to price; to accept or reject any bids in whole or in part; to waive ircegularities and omissans, if in so doing, the best interests of the Municipailty will be served. No liability shall. aaxue to the Munidpality for its dedsion in this regard. Bids shall be arevocable for 90 days after the offidal dosing time. The plating in the mail or delivery to the Bidder's shown address giren in the bid of a notice of award to a bidder by the Municipality shall constitute notice of acceptance of contract by the Munic~ality 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 ifs insolvency or in respect of any of its property; or 'd the company makes a general assignment for the benefit of its credkors; then, in any such case, the Muniapalky may, without notice: terminate the contract. b. If the tympany: fails to comply with any request, instruction or order of the Munidpality; or fails to pay its accounts; or fails to comply wkh or persistently disregards statutes, regulations, by-laws or directives of rek:vaM authorities relating to the work; or fails to prosecute the work wkh skill and diligence; or assigns or sublets the contrail or any portion thereof wthout the Munidpality's prig written consent; or retuses to coned defective work; or is otherwise in default in cerrying out its part of any of the tears, r~nd'itiarrs and obligatiara of the contract, then, in any such cese, the Municipality may, upon expiration of ten days from the date of written notice to the company, terminate the contrail. c. Any termination of the contract by the Munidpality, as aforesaid, shall be without prejudice to any other rights or remedies the Munidpality may have and without incurring any liability whatsoever in respell thereto. STANDARD TERMS AND CONDITIONS d. If the Municipally terminates the contract, it is entitled to: i) take possessan of all work in progress, materials and construction equipment then at the project site (at no additional dtarge for the retention or use of the certstmcfion equipment), and finish the work by whaterer means the Munidpality may deem appropriate under the dreumstances; ii) wlhhold any further payments to the company until the completion of the work and the expiry of all obligations underthe Correction of Defects section; tii) recover from the company loss, damage and expense incurred by the Municipality by reason of the companys default (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 dghf, which may be exercised from time to time, to cancel any uncompleted or unperformed portion of the work or part thereof. In the event of such cencellation, the Muniapatity and the Company may negotiate a settlement. The Municipality shall not be liable to the Company for kus of anticipated profit on the cancelled portion or portions of the work. 19. 20. QUANTITIES Unless otherwise specified herein, quantifies are shown as approximate, are nil guaranteed to be accurate, are famished without any liability on behalf of the Municipality and shall be used as a basis for comparison ordy. Payment will be by the urrit complete at the bid price on actual quantities deemed acceptable by the Municipality. SAMPLES Upon request, samples must be submitted strictly in accordance with instructions. If samples are requested subsequent to opening of bids, they shall be delivered within three (3) working days following such request, unless additional time is granted. Samples must be submitted free of charge and will be relumed at the bidder's expense, upon request, provided they have not been destroyed by tests, or are not required for comparison purposes. The acceptance of samples by the Munidpality shall be at its sole discretion and any such aa:ptance shall in no way be constmed to imply relief of the company from its obligations under the contrail. Samples submitted must be accompanied by current Material Safety Data Sheets (MSDS) where applicable. 21 SURETY The successful tenderer shaA, ff the MunicipaNty in is absolute discretion so desires, be required to satisfy surety requirements by providing a deposl in the form of a certified cheque, bank draft or money order or other form of surety, in an amount determined by the Munidpality. This surety may be held by the Municipality untN 60 days after the day on which all work covered by the contrail has been completed and accepted. The surety may be returned before the 60 days have elapsed providing satisfactory evidence is provided that aN liabilities incurred by the company in cenying 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, K the MuniapaNty in i~ absoute discretion so desires, be required to satisfy fidelity bonding requirements by providing such bonding in an amount and form determined by the Munidpality. Failure to famish required surety within two weeks from date of request thereof by the Munidpality shall make the award of the Contrail by the Munidpality subject to withdrawal. STANDARD TERMS AND CONDITIONS 22. WORKPLACE SAFETY AND INSURANCE BOARD All of the Contractor's personnel must be covered by the insurance plan urxier the Workplacee Safety and Ntsurance Act, 1997, or must provide an identification number fran the WSIB verifying their status as ah "Independent Operator". Upon request by ttre Municipality, an original Letter of Good Standing from the Workplace Safety and Insurance Board shall be provided prior to the commencement of work indicating aN payments by the Company to the board have been made. Prior to fvutt paymen(, a Certificate of Clearance must be issued indicating aN payments by the Company to the Board in conjund'gn with tire subject Contract have been made and that the Municipality vriq not be Noble to the Board for future payments in commriection with the Companys fulfiNnent of the oontrect. Further Certificates of Clearance or other types of certificates shall be provided upon request. For Independentcontractors /Owners /Operators who do not have WSIB coverage, the fdknving shall be proved 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 •Detertnining workedlndependent Operator status", issued by the Workplace Safety & Insurance Board. (For more information, please contact your local Workplace Safely & Insurance Board Office and refer to this douse.) Single Independent Contractors /Owners /Operators must also provide a certificate from the Workplace Safety & Irrwrance Board confirming they have purchased the optional WSIB coverage. The Mtmiapality of C~drgtan has the right to reject any bid d deems to provide insufficient coverage. 23. INSURANCE The company shah maintain and pay for Comprehensive General Liability insurance including premises and all operations. This insurance coverage shall he aubject to Nmits of rrot less than $3,000,000.00 indusive per occurrence for turd party Bodily Injury and Property Damage or such other coverage dr amount as may be requested. The policy shall include the Municipality as an additional insureds in respect of aq operations performed by or on behalf of the Company. A certfied copy of such policy or certificate shall be provided to the muniapatfty prior to commencemeni of the work. Further certified copies shag be provided upon request. 24. LABILITY The company agrees to defend, fully indemnify and save harmless the Municipality from all actions, suits, Gaims, demands, bsses, costs, charges and expenses whatsoever for all damage or injury inducting death to any person and all damage to any property which may arise directly or vrdirectly by reason of a requirement of the contract, save and except for damage caused by the rregfigence of the Murrdp®lity or Ns empbyees. The Company agrees to defend, fuNy indemnify and save hamNess the Municipality from any and aq charges, fines, penalties and costs that may be incurred or paid by the Municipality N the Municipality or any of Ns employees shall be made a party to any charge under the Occupational Health and Safety AG in relation to any viotafion of the AG arising out of this coMrect. 25. VISITING THE SITE The Compam/ std cirehdly examkM the site and existing buikfing autV services a}fading the proper . . execution of the work, and obtain a Gear and comprehensive knowledge of the existing conditions. No daim for extra payment will be allowed for work or diffiwllies encountered due to.conditions of the sqe which were visible or reasonabty inferable, prior to the date of submission of Tenders. Bidders shall accept sole responsibility fdr any error or neglect on their part in this respect. STANDARD TERMS AND CONDITIONS 26. 27 28. 29. 30. 31. SAFETY The Company shall obey all Federal, Provincial and Municipal Laws, Ad, Ordinances, Regulatons, Orders-in-Council and By-laws, which could in any way pertain to the work outlined in the ConVact or to the Empbyees of the Company. Without limiting the generality of the foregoing, the Company shall satisfy all statutory requirements imposed by the Occupational Health and Safety Ad and Regulations made thereunder, on a contrador, a Construdor and/or Employer with rasped to or arising out of the performance of the Company's obligations under this Contrad. The Company shall be aware of and conform to all governing regulations including those established by the Municlpality relating to employee health and safety. The Company shall keep employees and subcontredors informed of such regulations. The Company shall provide Material Safety Data Sheets (MSDS) to the Munidpality for any supplied Hazardous Materials. UNPAID ACCOUNTS The comparry shall indemnify the Municipaliiy from all claims arising out of unpaid accounts relating to the work. The Munidpality shall have the right at any lime to require satisfadory evidence that the work in resped of which any payment has been made or is to be made by the Municipality is free and dear of liens, attachments, claims, demands, charges or other encumbrances. 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 Munidpality may determine. The resumption and completion of work after the suspension shall be governed by the schedule established by the Munidpality. CHANGES IN THE WORK The Municipality may, wthout invalidating the contract, dired the Company to make changes to the work. When a change causes an increase or decrease in the work, the contrad price shall be increased or deceased by the application of unit prices to the quantum of such increase or decrease, or in the absence of applicable unit prices, by an amount to be agreed upon between the Munidpality and the Company. All such changes shall be in writing and approved by the Munidpality. CONFLICT OF INTEREST No employee or member of Council of the Munidpality shall sell goods or services to the Munidpality in accordance with the Munidpality of Clarington Policy or have a dired or indired interest in a Company or own a Company which sells goods or services to the Munidpality. MUNICIPAL FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT (MFIPPA) All cortesponder>ce, dowmeMation, and information provided to staff of the Municipality of Clarington by every offerer, including the submission of proposals, shall become the property of the Municipality, and as such, is subjed to the Municipal Freedom of Information and Protedion of Privacy Ad, and may be subjed to release pursuant to the Ad. Offerers are reminded to identify in their proposal material any specific sdentific, technical, ¢ommerclal, proprietary, or similar confidentiak information, the disclosure of which could cause them injury. Complete proposals are cwt to fie fdentfied as confidential. . 32. CRIMINAL BACKGROUND CHECKS "The successful service provider'covenanfs and agrees fo provide the Municipality of Clarington, or such other entity as the Municipally may designate, wifh written consent to perform a criminal STANDARD TERMS AND CONDITIONS background check induding Criminal Code (Canada) convidions, pardoned sexual oiferces , records or convictions under the Controlled Drugs and Substances Ad, Narcotus Control Ad and t Food and Drugs Ad and all outstanding warrants and charges for every individual who may come into direct contract with youth or who are permitted entrance to prhrate or reshided areas or residences. This will be done at no cost to the Munidpality end any such requested document will ' be submitted to the Munidpality in its true forth in advance of commerxement of work. The Munidpal issued identification card must be wom when individuals are at a stte where there is direct tooted with youth or where access to any private or restricted area is anticipated. The Munidpal identification cerd is valid for the term of the contract onty or a one year term, whitfiever ' comes first. Under the terms of the contract, the Municipality has the sole and unfettered discretion to prohibit an individual from kxxning into direct contact with youth or entering a private or rostricted area on a regular basis and to terminate the conUad if the biddedparfner fails to obtain or renew the Munidpal identification carts according to Munidpal policy and procedure. The Munidpality of Clarington reserves the right to cancel and/or suspend the centract immediately and unilaterally and without penalty to the Municipality should the service provider faq to provide the required dowmentation or otherwise adhere to this procedure. "The Chief Administrative Officer has the final say in determining any final action." '' I' '' CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-7 SCHEDULE 'C' P:1DepE 1 211 2-2 9 2 1 315pecsUncomp~1CL2009-7-Schedule (C).doc SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PI 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 Health 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 aroiect; • every employer and every worker performing work on the uroiect complies with the Occupational Health and Safety Act and the Regulations (under the Act); and • the heaRh and safety of workers on the rp oiect 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, inGuding, 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 - inctudes 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. i 2 SCHEDULE (C) CONTRACTOR SAFETY POLICY 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 ftems 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 substances/hazardous materials are (or will be) present at the site and prepare a list of all these substances. b) The project manager or delegate must indude, 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 Health and Safety Practice Form (Schedule "C1"). The Purchasing Office will maintain all contractors safety performance records. e) As part of the tender/quotation conditions, before award of a contract, the contractor will be required to provide proof that all workers involved with the project have the proper WHMIS training, as required by the Occupational Health and Safety Act. f) As part of the tender/quotation conditions, before award of a contract, the contractor must provide details of their Health and Safety program. g) The project manager or delegate must provide the successful contractor with a workplace orientation, which will include, but not limited to identifying known potential hazards, hazardous material inventory and material safety data sheets for the sites. A workplace orientation/Job Safety Instruction Checklist to be completed (see Compliance page 9). h) Before the start of the assignment; the following documentation will be provided to the successful contractor, by the project manager or delegate, i) Copies of the Municipal Corporate Health and Safety Program ii} Departmental health and safety policies iii} Workplace procedures regarding health and safety practices. 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. ff a worker(s) fails to comply with any program, policy, rule or request regarding health and safety, that person(s) is not allowed an the site until the person(s) complies. j) The Municipality will retain the right to document contractors for all health and safety warnings andlor to stop any contractors' workrF any of the previously ' mentioned items are not in compliance. Similarly, the Municlpality will have the right to issue warnings andlor 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, andlor if the contractor creates an unacceptable health and safety hazard. Written warnings and/or stop work orders can be given to contractors using Contractor Health and Safety blaming/Stop Work Order " " Form (Schedule C3 ). 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 blaming/Stop Work Orders. 6 ' SCHEDULE (C1) 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 accident/incident 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 contractor's trade association • Has the contractor received any Ministry of Labour warnings or orders in the last two years? (If the answer is yes, please include the infraction). • Confirmation of Independent Operator Status -The WSIB independent operator number assigned: (Bidders to include the letter confirming this status and number from WSIB with their bid submission.) 5 SCHEDULE (C2) CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... CONTRACTOR'S STATEMENT OF RESPONSIBILITY As a contractor working for the Municipality of Clarington, I/we will comply with all procedures and requirements of the Occupational Heafih and Safety Ad, Municipal safety policies, department and site specific policies and procedures and other applicable legislation or regulations. I/we will work safely with skill and care so as to prevent an accidental injury to ourselves, fellow employees and members of the public. The contractor/successful tenderer certifies that it, ks employees, its subcontractors and their employees, a) are aware of their respective duties and obligations under the Occupational Health and Safety Ad, as amended from time to time, and ail Regulations thereunder (the "AcC'); and b) hav® suffiaent knowledge and training to pertorm all matters require~~~ ,,, pursuant to this contradttender safely and in compliance with thQ..n r f ~' 2. In the performance of all matters required pursuant to this coMradlfgr; the ~` . contractor/successful tenderer shall, " ~ ', ~- _~ ;: a) ad safely and comply in all respells to the Act, and ~ ~ : = ,~ ~4 ~^'• b) ensure that its employees, it subcontractors and their empbyi;ns;;'~ :• '' . _ safely and complying all respects with the Act. =y.,;,_-- ~__,_,_ 3. The contractor/successful tenderer shall rectify any unsafe ad or practice and any non-compliance with the Act at its expense immediately upon being noted 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 contractor/tender. 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 requir®d pursuant to this contrad/tender; g SCHEDULE (C2) CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... b) against any action or claim, and costs related thereto, brought against the Muniapalky 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 ks employees, its subcontractors or their employees in the performance of any matter required pursuant to this contracUtender; and c) from any and all charges, fines, penakies, and costs that may be incurred or paid by the Municipalky (or any of its council members or employees) shall be made a party to any charge under the Actin relation to any violation of the Act arising out of this contracUtender. ....~,1~.t~ciq:~.C~?..C~sNS'Sl~~acT~ON .~-~O ~1\w~R~t..~0~,c1".Uta~C y. Contractor Name of Person Signing for Contractor ~'" ~ ~ Y,~ . ,-...,, ,, ` Signat~Re ~ c ,~ ~ ^ -, .~, ~ l ~ . 7 ~ , ~ ~ ` ~ ~ \ l \ ` '' ~0~/i/~/a dractor Date ' SCHEDULE (C3) 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 work practice described below _ Direct the contractor to immediately cease all work being pertomted under this contract due to the unsafe work practice described below. PART "A" -DETAILS OF CONTRACT I CONTRACT/P.O. DESCRIPTION: NAME OF FIRM: 8 SCHEDULE (C3) CONTRACTOR SAFETY PART "B" -DETAILS OF INFRACTION (TO BE COMPLETED BY ISSUER) DATE & TIME OF INFRACTION: DESCRIPTION OF INFRACTION INCLUDING LOCATION: ORDER GIVEN BY MUNICIPALITY: DID THE CONTRACTOR COMPLY WITH THIS ORDER? DATE & TIME OF COMPLIANCE: ISSUED TO: CONTRACTOR'S EMPLOYEE TITLE ISSUED BY: MUNICIPAL EMPLOYEE, DEPARTMENT TITLE 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 WORK RESUMED, FURTHER ACTION TAKEN, ETC. 1 1 1 CORPORATION OF THE MUNICIPALITY OF CLARINGTON 1 ~N' ~' CONTRACT NO. CL2009-7 INSTRUCTIONS TO TENDERERS P:\Dept 12\72-292731Specs1CL2009-7 -IT.doc a ~' ~' INDEX INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2009-7 CLAUSE SUBJECT PAGE 1. GENERAL .............................. 2. BLANK FORM OF TENDER 3. TENDER DEPOSITS ................................................................................................................................. ....... 2 4. BONDS ........................................................................................................................................................ .......2 5. RIGHT TO ACCEPT OR REJECT TENDERS ...................................................................................... ....... 2 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 ............................................................................................................... ....... 3 12. LOCATION .................................................................................................................................................. .......4 13. SOILS INFORMATION ............................................................................................................................. ....... 4 14. TENDERERS TO INVESTIGATE ........................................................................................................... ....... 4 15. INQUIRIES DURING TENDERING ........................................................................................................ ....... 4 16. AWARD OF THE CONTRACT ................................................................................................................ ....... 4 17. DEFINITION OF OWNER/AUTHORITY AND ENGINEER/CONTRACT ADMINISTRATOR ....... ....... 4 18. ADDENDA ................................................................................................................................................... .......5 19. UTILITIES .................................................................................................................................................... .......5 1 PAGE ONE INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2009-7 1. GENERAL ' SEALED Tenders plainly marked "Contract No. CL2009-7" will be received until: 2:00:00 P.M., LOCAL TIME, Friday, March 20, 2009 and shall be addressed to: Ms. Patti Barrie, Clerk ' Corporation of the Municipality of Clarington 40 Temperance Street Bowmanville, Ontario L1C 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, 2ntl 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. 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. INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2009-7 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. Total Tender Amount Minimum Deposit Required $ 20,000.00 or less $1,000.00 20,000.01 to 50,000.00 2,000.00 50,000.01 to 100,000.00 5,000.00 100,000.01 to 250,000.00 10,000.00 250,000.01 to 500,000.00 25,000.00 500,000.01 to 1,000,000.00 50,000.00 1,000,000.01 to 2,000,000.00 100,000.00 2,000,000.01 and over 200,000.00 4. 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. BONDS 2. The Contractor is required to provide a Performance Band, and a Labour and Material Payment Bond, each in an amount equal to 100 percent of the Total Tender Amcunt, 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. 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. 1 INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2009-7 3. ' 6. UNACCEPTABLE TENDERS Each item in the Tender Form shall include a reasonable price for such item. Under no ' circumstances will an unbalanced tender be considered. The Authority and the Contract Administrator will be the sole judge of such matters, and should any tender be considered to be unbalanced, then it will be rejected by the Authority. 7. ABILITY AND EXPERIENCE OF TENDERER ' The Authority reserves the right to reject any tender where satisfactory evidence of sufficient capital, plant and experience to successfully prosecute and complete the work in the specified time, is not furnished by the Tenderer. 8. PROVINCIAL SALES TAX ' Provincial Retail Sales Tax shall b i l d d i d e nc u e n ten ered 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. ' 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 u' ~1 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. INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2009-7 12. LOCATION The work is located on Nash Road from Courtice Road to East of Harry Gay Drive in Courtice, Municipality of Clarington. 13. SOILS INFORMATION 4. Geotechnical investigations directly related to this Contract have not been undertaken on behalf of the Municipality of Clarington. 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 interterence with such service with the proper jurisdictional agency. 15. INQUIRIES DURING TENDERING The Tenderer is advised that inquiries regarding the interpretation of the plans or specifications shall be directed to the Contract Administrator, AECOM, Telephone: 905-372-2121, attention: Ron Albright, P. Eng.. 16. AWARD OF THE CONTRACT The award of this Contract is subject to the approval of the Municipality of Clarington. 17. DEFINITION OF OWNER/AUTHORITY AND ENGINEER/CONTRACT ADMINISTRATOR Wherever the word "Owner" or "Authority" or "Corporation" appears in this Contract, it shall be interpreted as meaning the Corporation of the Municipality of Clarington. Wherever the word "Ministry", "M.T.C." or "M.T.O" appears it shall be deemed to mean the "Ministry of Transportation, Ontario" or the "Corporation of the Municipality of Clarington". Wherever the word "Contract Administrator" or "Engineer' appears in this Contract it shall be deemed to mean the Consultants, AECOM, or such other officers, as may be authorized by the Authority to act in any particular capacity. INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2009-7 5. 18. ADDENDA The Contractor shall ensure that all addenda issued during the tendering period are signed and attached as part of the submitted bid. The Contractor must also sign and acknowledge addenda in the space provided on the Form of Tender. Failure to do so may result in the submitted tender being rejected. 19. UTILITIES For additional information regarding existing utilities the Contractor may contact the following personnel: Bell Canada: Ms. Carroll Patterson Tel: (905)433-0902 EnbridgelConsumers Gas: Mr. Jamie Rochford Tel: 416-758-7936 Cable TV Ms. Cindy Ward Tel: 905-436-4138 Hydro One Mr. Terry Gerroir Tel: (905) 623-1071, Ext. 3242 ''' '' I~ '~ ~~~ '~~ ~, i 1 CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-7 SPECIAL PROVISIONS -GENERAL P:1Dept 1 211 2-2 9 2 1 315pecs1CL2009-7-SPG.doc INDEX ' SPECIAL PROVISIONS-GENERAL CONTRACT NO. CL2009-7 CLAUSE SUBJECT PAGE 1. PLAN QUANTITY ITEMS .......:....................................................................................................... ...1 2. GUARANTEED MAINTENANCE .................................................................................................. ...1 3. CONTRACT TIME AND LIQUIDATED DAMAGES ................................................................... ... I 4. CONTRACTOR'S AUTHORIZED REPRESENTATIVE ............................................................ ...2 5. OPS GENERAL CONDITIONS ..................................................................................................... ...2 ' 6. LAYOUT BY CONTRACT ADMINISTRATOR ............................................................................ ...2 7. RESTRICTIONS ON OPEN BURNING ....................................................................................... ...2 8. 9. PAYMENTS ...................................................................................................................................... UTILITIES ......................................................................................................................................... ...2 ...3 10. DUST CONTROL ............................................................................................................................ ...4 11 TRAFFIC CONTROL, FLAGGING .......................................................................................... ...4 I 12. CONTRACTOR'S SUPPLY OF CONSTRUCTION SIGNS ...................................................... ...4 13. MAINTENANCE OF TRAFFIC ...................................................................................................... ...5 ' 14. EMERGENCY AND MAINTENANCE MEASURES ................................................................... ...5 15. ENGINEERING FIELD OFFICE .................................................................................................... ...6 16. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL ............................ . ..... . 6 17. . . . .............. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 -DESIGNATED SUBSTANCES .... ... ...7 18. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM (WHIMIS) ................. ...8 19 SPILLS REPORTING .............................................................................................. .. 8 M 20. PROTECTION OF WATER QUALITY ......................................................................................... ...8 21. TRAFFIC AND STREET SIGNS ................................................................................................... ...9 ' 22. GARBAGE COLLECTION AND MAIL DELIVERY SERVICE .................................................. ...9 23. ASPHALT MIX DESIGNS .............................................................................................................. ...9 24. PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED SPACES ............................................................................................................................................ ...9 25. CONFINED SPACE ENTRY .......................................................................................................... .10 ' 26. 27. ENTRY ONTO PRIVATE PROPERTY ........................................................................................ STORAGE AREAS .......................................................................................................................... .10 .10 28. ENVIRONMENTAL PROTECTION PLAN .................................................................................. . I 1 29 GENERAL LIABILITY INSURANCE ...................................................................................... .12 1 30. CONSTRUCTION LIEN ACT ........................................................................................................ .12 31. PAYMENT FOR ADJUSTMENT FOR CHANGES IN THE MINISTRY OF TRANSPORTATION'S PERFORMANCE GRADRD ASHPALT CEMENT PRICE INDEX. . 13 32. VARIATIONS INTENDER QUANTITIES .................................................................................... .14 33. PROPERTY OWNER'S RELEASE OF PRIVATELY OWNED LAND USED BY THE ' CONTRACTOR ............................................................................................................................... .15 i1 i1 1 PAGE ONE SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-7 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 Time shall be of the essence for this Contract. For purposes of this Contract, GC1.04 of the General Conditions is revised, in that Contract Time means the time stipulated herein for Completion of the Work as defined in Clause GC1.06. (2) Progress of the Work and Contract Time The Contractor shall accomplish completion of this Contract as defined in GC1.06 of the General Conditions within 60 working days. 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. (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 SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-7 2. the Authority will suffer in the event of and by reason of such delay, the parties hereto agree that the Contractor will pay to the Authority the sum of ONE THOUSAND DOLLARS (51,000.00) as liquidated damages for each and every calendar day's delay in achieving completion of the work beyond the date prescribed. It is agreed that this amount is an estimate of the actual loss or damage to the Authority which will accrue during the period in excess of the prescribed date for completion. The Authority may deduct any amount under this paragraph from any moneys that may be due or payable to the Contractor on any account whatsoever. The liquidated damages payable under this paragraph are in addition to and without prejudice to any other remedy, action or other alternative that may 6e available to the Authority. 4. CONTRACTOR'S AUTHORIZED REPRESENTATIVE Authorized representative as referenced in GC7.01.10 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 CONTRACT ADMINISTRATOR Section GC7.02, layout, is hereby revised by the deletion of Parts 03), 04), 05), and 06), and by the addition of the following: The Contract Administrator shall layout and establish the primary alignment and grade controls necessary for construction. The Contractor shall provide the Contract Administrator with sufficient advance notice of his requirements to permit appropriate scheduling of the layout work. The layout performed by the Contract Administrator shall be sufficient to permit construction of the work by the Contractor in compliance with the Contract Documents, but shall not relieve the Contractor of his responsibility for the provision of qualified personnel and normal tools of the trade, as necessary for the transfer or setting of the secondary lines and grades from the primary controls provided. Tools of the trade are interpreted to include but not necessarily be limited to hand and line levels, boning rods, tape measures, lasers, etc. 7. 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. , C SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-7 3. Notwithstanding the provisions of the General Conditions respecting certification and payment, the Authority may withhold 2-112 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 and 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 GC7.06. 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. Payments made hereunder, including final payment shall not relieve the Contractor from its obligations or liabilities under the contract. The Authority shall have the right to withhold from any sum otherwise payable to the Contractor such amount as may be sufficient to remedy any defect or deficiency in the work pending correction of it. 9. UTILITIES Sections GC2.01.01 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 lie considered which are based on delays.or inconvenience resulting from the relocation not' beirig completed befdre the start of this Contract. SPECIAL PROVISIONS -GENERAL , CONTRACT NO. CL2009-7 4• 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. 10. 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 rightof-way or elsewhere or by public traffic where it is the Contractor's responsibility to maintain a roadway through the work. Where the work requires the sawing of asphalt or the sawing or grinding of concrete, blades and , grinders of the wet type shall be used together with sufficient water to prevent the incidence of dust, wherever dust would affect traffic or wherever dust would be a nuisance to residents of the area where the work is being carcied out. The cost of all such preventative measures shall be borne by the Contractor. 11. 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), and as per the requirements of the Ontario Health and Safety Act Reg. 213/91, Section 69.1. 12. CONTRACTOR'S SUPPLY OF CONSTRUCTION SIGNS In accordance with Section GC7.07 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 " " . Revisions OTM Book 7 commencement and shall be in accordance with the latest edition of the ' 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. ins ffic be k ff ti tr i l b f . g ore wor a ec ng a ona e Traffic controls shall be operat The Contractor shall also be responsible for two (2) general information signs to be placed at locations as directed by the Contract Administrator. , i SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-7 5. LJ ~J I', 13. MAINTENANCE OF TRAFFIC The Contractor will be permitted to close Nash Road to through traffic from Courtice Road to Hancock Road, to accommodate the underground and surface improvements and will be responsible for submitting a detour route for east-west traffic to by-pass Nash Road for approval by the Contract Administrator. 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. The Contractor must also ensure that access over the weekend is provided to the Church site within the limits of the Contract. 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. The Municipality will place the initial advertisements for the road closure. It will be the Contractor's responsibility to keep the Police, Fire, Hospital and Ambulance services informed of any changes to the road closure. 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. 14. EMERGENCY AND MAINTENANCE MEASURES Whenever the construction site is unattended by the general superintendent, the name, address and telephone number of a responsible official of the contracting firm, shall be given to the Contract Administrator. This official shall be available at all times and have the necessary authority to mobilize workmen and machinery and to take any action as directed by the Contract Administrator in case emergency or maintenance measures are required regardless whether the emergency or requirement for maintenance was caused by the Contractor's negligence, act of God, or any cause whatsoever. It shall be the Contractor's responsibility to ensure that erosion and sedimentation control measures within the limits of the Contract are in place and fully operational to the satisfaction of the Contract . SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-7 Administrator, should the onset of severe inclement weather be forecast. 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. 15. ENGINEERING FIELD OFFICE 6. 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 mz of floor area, with a clear ceiling height of not less than 2.3 m, weatherproof, insulated walls and roof and a tight wooden floor raised at least 0.3 m clear of the ground. The office shall be fitted with a minimum of two glazed windows, both of which can be opened and are fitted with screens. The door shall have a reliable lock, all keys for which shall be in the care of the Contract Administrator. The Contractor shall supply electric light, heat when required, and an air conditioner of 8,000 BTU minimum when required, to the Contract Administrator's satisfaction and shall furnish the office with a minimum of one desk with drawers, one drafting table, five chairs, two drafting stools, one filing cabinet, a fax machine, a waste paper basket and a broom. Within the office, the Contractor shall also include the supply of a separate phone line for use by the Contract Administrator, provided with a dedicated high-speed Internet line (e-mail service). 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 abuilt-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. 16. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL The requirements of OPSS 180 shall apply to this Contract, revised as follows: Section 180.03, Defnitions, shall be amended by the addition of the following: Work area: means the road allowance, right-of-way, and property with a boundary common to the road allowahce or right-of-way within the Contract limits. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-7 7. 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 1803 and OPSF 180-4 and 180-5 for use where appropriate with respect to disposal of excess material. ' 17. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 -DESIGNATED SUBSTANCES In accordance with the requirements of Section 18a(1) of the Occupational Health and Safety Act, ' the Authority has determined that the designated substances as listed hereunder are present on the site and within the limits of this Contract. Designated Substance Identified on this Site Location Acrylonitrile No Arsenic No Asbestos No Benzene No Coke Oven Emissions No Ethylene Oxide No Isocynates No Lead No Mercury No Silica No Vinyl Chloride No It is the responsibility of the Contractor to ensure that all sub-contractors pertorming work under this Contract have received a copy of this specification, where Designated Substances are identified as being present at the site of the work. The Contractor shall comply with the governing Ministry of Labour Regulations respecting protection of workers, removal, handling and disposition of the Designated Substances encountered on this Contract. Prior to commencement of this work, the Contractor shall provide written notification to the Ministry of the Environment at 7 Overlea Boulevard, Toronto, Ontario M4H 1AB, 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 concems has been addressed. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-7 All costs associated with the removal and disposition of Designated Substances herein identified, shall be deemed to be included in the appropriate tender items. 8. Should a Designated Substance not herein identified be encountered in the work, then management of such substance shall be treated as Extra Work. The requirements of Section GC4.03 of the General Conditions of the Contract shall apply. 18. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM (WHIMIS) 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 AdminisVator, a list of those products controlled under WHMIS which he expects to use on this Contract. Related Material Safety Data Sheets shall accompany the submission. All containers used in the application of products controlled under WHMIS shall be labeled. The Contractor shall notify the Contract Administrator of changes to the list in writing and provide the relevant Material Safety Data Sheets. 19. 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. 1990. All spills or discharges of liquid, other than accumulated rain water, from luminaires, internally illuminated signs, lamps, and liquid type transformers under the control of the Contractor, and all spills or discharges from this equipment that are a result of the Contractor's operations shall, unless otherwise indicated in the Contract, be assumed to contain PCB's and shall forthwith be reported to the Contract Administrator. This reporting will not relieve the Contractor of his legislated responsibilities regarding such spills or discharges. 20. 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 mihimum of 30 metres from the " watercourse. Where this measure is not sufficienf or feasible to control sediment entering the watercourses, sedimentation traps or geotextile coverage will. be required. l~ 11 i' SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-7 9 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. 21. TRAFFIC AND STREET SIGNS The Contractor will be responsible for the removal and salvage of existing traffic and street signs, and their delivery to the Authority's Works Department Yard, for re-erection by the Authority following completion of the work. Scheduling for sign removal shall be as approved in advance by the Contract Administrator. Regulatory signs such as "Stop" and "Yield" must be maintained throughout. 22. GARBAGE COLLECTION AND MAIL DELIVERY SERVICE The Contractor will be responsible for ensuring that garbage collection, including recyclables, is maintained and when necessary, the Contractor shall make arrangements directly with the collecting agency, to permit and coordinate pick-up. 23. 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. 24. PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED SPACES Clause GC7.01.07 of the OPS General Conditions of Contract is amended by the addition of the following: Detailed written pYocedures. addressing the confined space ~equiremerits of the Occupational Health and Safety Act and Ontario Regulations For Construction Projects, Ontario Regulation 213/91, shall SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-7 10. 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. 25. CONFINED SPACE ENTRY Without relieving the Contractor of his responsibilities under the Occupational Health and Safety Act the Contractor shall be responsible for the supply of personal protective equipment for the use of the Contract Administrator, in connection with confined space entry while the Contractor is operating on site. The following equipment shall be made available on request: Mechanical Ventilation Equipment • Gloves • Gas Detector (C95-80) Full body harness securely attached to a rope Rope Gas mask or dust, mist or fume respirator (optional) 30 minute self-contained breathing apparatus (need not be warn but, if required, be readily available to supply air for instant egress) 7 minute Escape Pack Explosion-proof temporary lighting Adequate clothing to ensure protection against abrasions and contamination. In addition the Contractor shall provide a competent person who shall inspect all safety equipment prior to use to ensure that it is in good working order and appropriate for the task at hand. 26. 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. 27. STORAGE AREAS Clause GC7.03.01 of the General Conditions of Contract is amended by the addition of the following: The use of the road right-of-way as a long term storage area is not allowed under this Contract. The storage of materials and movement of equipment will only be allowed for normally accepted construction practices. Under no circumstances will material storage be permitted within areas delineated with tree protection fencing. L1 J SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-7 ~~ 28. ENVIRONMENTAL PROTECTION PLAN The Contractor's attention is drawn to the following environmental protection requirements, which will impact construction activities within or in close proximity to all bodies of water. These measures are in addition or complimentary to the works included for erosion and sediment control under other items in the Tender. ' Sediment and erosion control items included in this contract shall be implemented prior to any other construction in the vicinity of any watercourses, in order to prevent any sediment from entering the watercourse (including soil from exposed banks) and to prevent any downstream ' transport of re-suspended sediment. All disturbed areas shall be stabilized upon completion of works or attainment of final grades. • Temporary erosion and sedimentation works should be maintained until vegetation has been re- established to a sufficient degree so as to provide adequate protection to disturbed work areas. II' ~' • All sediment traps, check dams and silt fence will be cleaned, as a minimum, when they are 50% filled. Maintenance of these devices is essential. Lack of co-operation on the part of the Contractor will be considered as a major violation to the Plan and the Contract and will result in a shut down of the project operations until maintenance is performed to the Engineer's satisfaction. • All disturbed areas shall be topsoiled (if necessary) and re-vegetated immediately after final grading is completed. • Construction procedures and handling/storage of toxic materials shall conform to Ontario Ministry of the Environment regulations. • Stockpile or spoil materials shall be prevented from entering any watercourse. No grading or concrete pours shall occur over or close to the water without adequate barrier measures in place beforehand. The Contractor shall advise the Engineer in advance of placement of any stockpiled material so that the Engineer can determine what protective measure, if any, are necessary. • Any in-water works (i.e. channel tie-ins, pumping, etc.) will only be permitted during the period from July 1 to September 15. (This is not applicable to the culvert installation and related works on Nash Road). • All activities, including maintenance procedures, must be controlled to prevent the entry of petroleum product, silt, debris, rubble, concrete or other deleterious substances into the watercourse. Vehicular refueling and maintenance, including the storage of fuel containers, must be conducted 30 m away from the watercourse banks. • Maintenance of all proposed vegetation, once established, will be a critical component of the contract during the guarantee period. All temporary erosion and sediment control structures constructed (except dewatering traps) will remain in place during this period unless the Engineer requests their removal. Prior to the end of the guarantee period, if all vegetation has established successfully, these measures shall be removed (upon notification by the Engineer) as noted under their particular items in the Special Provisions -Tender Items. • All dewatering discharges must be directed to a dewatering trap. Materials from the excavation of the trap shall be removed from the site or controlled as the Engineer directs. The Contractor . SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-7 12. shall be wholly responsible for the adequate design and maintenance of the dewatering system (ie., pumps, cofferdams, etc.). The design will be subject to the review and approval of the Engineer before any work proceeds. • Maintain continuous and unintercupted flow downstream of the construction site. Extreme reduction in stream discharge and water level above and below the site must be avoided. • No machinery shall enter the creek bed of any watercourse. Movement of construction equipment in the vicinity of watercourses shall be limited to the minimum required for construction. • All construction work in areas which in the Engineer's opinion may have adverse effects on the watercourse shall be monitored by a designated representative of the Contractor to ensure compliance with the Plan. All clauses pertaining to the constructionfplacement of erosion and sediment controls in the Special Provisions-General and the Contract Items, will form an integral part of the project Environmental Protection Plan. 29. GENERAL LIABILITY INSURANCE The Municipality of Clarington, The Regional Municipality of Durham, Hydro One and AECOM Canada Ltd. shall be named as additional insureds. (See Clause GC6.03.02.01) 30. CONSTRUCTION LIEN ACT The Contractor shall give the Authority notice in writing, immediately, of all lien claims or potential lien claims coming to the knowledge of the Contractor or his agents. When a claim for lien is Filed by a Subcontractor, labour or material supplier or equipment renter acting under the Contractor, and proceedings are commenced by the Authority to vacate the lien, the Contractor agrees and shall forthwith pay to the Authority, in addition to their reasonable legal fees therefore, all interest costs and expenses incurred by the Authority and an additional sum equal to ten percent (10%) of the sum found to be owing as liquidated damages, and such remedy shall be in addition to any other remedy available to the Authority under the Contract Documents. Where any lien claimant asks from the Authority the production for inspection of the Contract Documents or the state of the accounts between the Authority and the Contractor, the Contractor shall be liable for an administration fee of Two Hundred Dollars ($200.00) for each request made as compensation for the preparation of such accounting or for the preparation of the Contract, or both, as the case may be, and the Contractor acknowledges that such administrative fee shall be properly deductible, if the Authority should so choose, from monies otherwise payable to the Contractor under the terms of the Contract Documents. Where an application is brought to a judge of a competentjurisdiction to compel production of any particular document to a lien claimant, the Contractor further agrees to indemnify the Authority from reasonable legal fees incurred in appearing on such an application and in addition agrees to pay tc the Authority its reasonable costs incurred in producing such documents. to the extent that the same is made necessary under the disposition of the matter by such judge, and the Contractor further agrees that such reasonable costs and fees incurred by the Authority as stated herein may be r II 1 SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-7 13. properly deductible from monies otherwise payable to the Contractor under the terms of the Contract Documents. 31. PAYMENT FOR ADJUSTMENT FOR CHANGES IN THE MINISTRY OF TRANSPORTATION'S PERFORMANCE GRADED ASHPALT CEMENT PRICE INDEX The Owner will adjust the payment to the Contractor based on changes to the Ministry of Transportation's (MTO) pertormance graded asphalt cement price index unless the Contractor opts out by notifying the Municipality in writing within 5 business days of receiving permission to start work. Once the Contractor has opted out of payment adjustments based on the index, the Contractor will not be permitted to opt back in. The price index will be published monthly by the MTO. The MTO price index will be used to calculate the amount 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 the depots in the Toronto area, of asphalt cement grade PG 58-28 or equivalent. One index will be used to establish and calculate the payment adjustment for all grades. A payment adjustment per tonne of new asphalt cement will be established for each month in which paving occurs when the price index for the month differs by more than 10% from the price index for the month in which tenders were opened for the Contract. When the price index differential is less than 10%, there will be no payment adjustment established for that month. Payment adjustments due to changes in the price index are independent of any other payment adjustments made to the hot mix tender items. The payment adjustment per tonne will apply to the quantity of new asphalt cement in the hot mix accepted into the Work during the month for which it is established. However, a payment adjustment will not apply to paving work done after the approved time for completion of the Contract has expired, including the expiration of any extensions of time that have been granted. The payment adjustment for the month will be calculated from the following formulae: 1. When Ip is greater than 1.10 ITO, the payment adjustment per tonne of asphalt cement is (Ip - 1.10 ITO) and the Contractor receives additional compensation of: PA = (Ip - 1.10 ITO) x quantity of new asphalt cement in tonnes 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: PA = (0.90 ITO - Ip) x quantity of new asphalt cement in tonnes Where: PA =payment adjustment for new asphalt cement, in dollars ITO =pertormance graded asphalt cement price index for the month in which tenders were opened for the Contract Ip =pertormance graded asphalt-cement price index for the month in which paving occurs SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-7 14. 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, a final adjustment amount will be calculated once all asphalt has been placed. 32. 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. CL2009-7 15. ' 33. PROPERTY OWNER'S RELEASE OF PRIVATELY OWNED LAND USED BY THE CONTRACTOR ' Upon completion of the Contract, the Contractor shall provide the Authority with two (2) copies of a form of release signed by each property owner, upon whose land he has entered for purposes associated with the Contractor's operations but not for the purpose of undertaking works stipulated in the Contract: Date ....................... To: Mr. A.S. Cannella, C.E.T., Director of Engineering Services Corporation of the Municipality of Clarington Municipal Administration Centre, 40 Temperance Street BOWMANVILLE, Ontario L1C 3A6 Re: Contract No. CL2009-7 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. ~' CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' CONTRACT NO. CL2009-7 L' !~ SPECIAL PROVISIONS -TENDER ITEMS ' P:\Dept 12\12-292131Specs1CL2009-7-SP-TI(ADD 1).doc l _1 ' PAGE ONE SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 ORDER OF PRECEDENCE Where a Specification or Standard exists in the Municipality of Clarington "Design Guidelines and ' Standard Drawings" for any element of the works, the Municipality of Clarington Specification or Standard shall take precedent over the contract "Special Provisions -Tender Items" or the "Ontario Provincial Standards". , PART'A' ROAD WORKS AND STORM SEWERS SITE PREPARATION -ITEM NO. 1 Under this Item and for the lump sum bid, the Contractor shall undertake the following: • Remove and dispose of all stumps designated for removal on the Contract Drawings ' Relocate signs at House No. 1770 as shown on the Contract. Drawings • Maintain 911 Signs throughout construction phases and relocate to 1.Om in front of sidewalk prior to completion of the Contrail. • Removal of Large Field Stones at 1 + 900 Rt. • Removal of Wire Fence at House No. 1796, East Property Line CLEARING AND GRUBBING -ITEM NO. 2 Under this Item, the Contractor shall clear and grub all trees, hedges, brush, etc. where indicated on the Drawings. Adjacent home owners shall have the first right to wood from tree removal, otherwise it shall be disposed of off the site at a location arranged for by the Contractor. EXCAVATE TO CONFIRM UTILITIES -ITEMS N0.3 Payment shall be made under these Items for exposing utilities (including existing watermain) in advance of construction to confirm depth and location. The following utilities at the described locations are to be completed under this Item: • Gas Main at Sta. 1 + 834.7 at Proposed 300mm ilia. Storm Crossing • Existing Watermain at Proposed Structure No: 52, 54, 57, 59, 62, 65, 67 • Existing Hydro at Sta. 2 + 312 (expose at proposed ditch invert) The unit price bid shall include for excavation (by hand if necessary) and backfilling with approved native material and compaction. The Contractor shall delay placing an order for structures until utility locates are confirmed. The Contractor shall contact the Contrail Administrator prior to completing any work under this Item, so that the exact locations of the existing utilities can be confirmed by the Contract Administrator. EARTH EXCAVATION (GRADING) -ITEM N0.4 Payment under this Item. shall include: • Removal and disposal of asphalt from entrances. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 2. • Removal and disposal of stripped material to be disposed of off site. • Excavation in private entrances and boulevards. ' • Proof rolling of subgrade. Note: Asphalt from Nash Road and side streets within the limits of the Contract, shall be removed and paid for under Item No. 6. The estimated quantities under this Item are as follows: Earth cut (excludin stri in ) - 1970 m' f g pp g Stripping - 1130 m' Fill required road works - 2350 m3 (As per Addendum No. 1) , EARTH BORROW (Provisional) -ITEM NO. S Payment shall be made under this Item for the supply, placing and compacting of compactible fill , material for the construction of the road, granular base and embankments. Material used for the road embankments shall be engineered fill and shall be compacted in accordance with OPSS 501. The Contract Administrator shall approve the material before it is used as fill. If, in the opinion of the Contract Administrator, water is required to attain the required fill density as specified in OPSS 501, the Contractor shall supply such quantities as the Contract Administrator may direct and apply the water from equipment approved for that purpose. Water for compaction shall be paid for under the water Item. IN-PLACE FULL DEPTH RECLAIMATION OF BITUMINUS PAVEMENT AND UNDERLYING GRANULAR -ITEM NO.6 The existing asphalt on Nash Road, and adjacent side roads shall remain in place until all major earth ,' operations have been completed. For the unit price bid, the Contractor shall allow for the following operations on Nash Road, including, Fewster Street and Harry Gay Drive: • Pulverizing existing asphalt pavement of varying depth and underlying Granular `A' to a 100 mm depth. • Note that existing asphalt to be pulverized is of greater depth (74mm) from Sta. 2 + 070 to 2 +185. • Any excess material not used with Granular'B' widenings or Granular'A' in road, shall be j disposed of off the site at a location arranged for by the Contractor. ' CHAIN LINK FENCE -ITEMS N0.7a) and 7b) , For the unit price bid, the Contractor shall include the following: I • Removal, salvage and storage of the existing fencing materials, including posts from ', approximately 1 + 932+/- to 1 + 955 +l- ' • Removal and disposal of existing concrete footings. ~ • Ensure care is taken upon removal to eliminate scratching/damage to black finish coating on fence materials and posts ' .~ SPECIAL PROVISIONS -TENDER REMS CONTRACT NO. CL2009-7 3. • Reinstate finish coating to match existing of all scratched/damaged portions of fence material and posts, as identified by the Contract Administrator • If there is fencing damaged as part of the Contractor's operations, fencing materials shall be replaced/refinished at the Contractor's expense. • The Contract Administrator shall inspect the fence, prior to removal, to identify any existing damages. • Reinstate existing, salvaged fence materials, incuding posts and new concrete footings to match proposed finish grades as per C- 501. • Removal and disposal of excess fencing and post materials. • Supply and install new fence materials to match existing, as required and as directed by the Contract Administrator. '- CHAIN LINK FENCE -ITEM N0.7c) Under this Item and for the Unit Price bid the Contractor shall supply all labour and materials to install "Guard" on top of the proposed headwall, including coring and grouting with non-shrink grout of posts to a depth of 500mm below the top of the wall, located on the North side of Nash Road at the proposed CSPA ' culvert crossing, as identified on the Contract Drawings. The "Guard" fencing shall be 1.2m in height, and installation shall be completed in accordance with C- 501. Hardware, Fencing, and Post material shall adhere to the dimensions and material type, as per C- ~' 501. All Hardware and posts shall be Black Powder Coated to match existing fencing at storm water management pond. Chain Link Fabric shall be Black Vinyl Coated. EROSION AND SEDIMENT CONTROL MEASURES -ITEMS NO 8a), 8b), 8c) For the unit price bid the Contractor shall supply, install, and maintain all erosion or sediment control measures throughout the project limits, as directed by the Contract Administrator and as shown on the Contract Drawings. The Contractor shall also remove all erosion and sediment control measures upon stabilization of the site location. REMOVAL OFSIDEWALK -ITEM NO. 9 Concrete rubble resulting from sidewalk removal shall be disposed of off the site at a location arranged for by the Contractor. The unit price bid shall include for sawcutting at limits of removal as required. Payment shall also be made under this Item for the removal of patio stones, private concrete walkway and interlocking brick pavers. REMOVAL OF CURB AND GUTTER -ITEM NO. 10 Payment under this Item shall include for sawcutting of concrete curb and gutter at limits of removal. 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 -ITEM NO. 11 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. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 4• STORM SEWERS AND STORM LATERALS -ITEMS N0.12 TO 15 Under these Items and for the unit price bid, the Contractor shall supply all materials including pipe of the required type, size and class, carry out all excavation, and supply and place bedding, cover materials and compaction. Concrete and Corrugated Steel Pipe (CSP) bedding shall be crusher run limestone, cover shall be sand and backfill shall be approved native material, as per C-108. All CSP's shall be galvanized, riveted and have a wall thickness of a minimum of 2.0 mm. Connections of adjoining CSP's shall be completed with the use of Standard annular, five corrugation couplers. Each coupler shall be covered with a 600 mm wide strip of geotextile, non-woven Armtec 200 and secured to the pipe with a bonding material to prevent dislocation during backfilling operations. For PVC pipe cetchbasin leads and laterals, bedding and cover shall be in accordance with C-109 and C- 110 and backfill shall be approved native material. Should wet Vench 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 Item No. 18. Concrete pipe shall be used for trunk sewers and PVC pipe for catchbasin, ditch inlet leads and storm laterals. Connection of catchbasin, ditch inlet leads and storm laterals to the new trunk sewer shall be by manufactured tees or an approved coring method (C-111). The unit price bid under these Items shall include for removal and disposal of existing pipe lengths, slated for removal, located within the limits of trenching. The unit price shall include the cost of a closed circuit television inspection of the completed Vunk sewer, catchbasin leads and any service connections found to be leaking, all in accordance with OPSS 409. Measurement for riser connections of catchbasins to trunk sewers shall be made along the centre line of the riser pipe from the connection at the main sewer to a point where the connection can be measured horizontally. Asphalt from Nash Road and side streets within the limits of road reconstruction will be removed and paid for under Item No. 6, therefore, removal of asphalt is not to be included as a portion of excavation required for payment under this item PRO-ECO-CITE HEADWALL WITH SECURITY GRATE -ITEM NO. 16 Headwall shall be Pro-Eco-Cite composite headwall structure as manufactured by Armtec Limited. Structure shalt be standard headwall 1.5 series fitted with a security grate. An approved equivalent is acceptable. The Lump Sum price bid shall include for all excavation and backfill as required to place the structure. 1390mm x 970 mm CSPA CULVERTlNCLUDlNG END SECTION-ITEM NO. 17 (As per Addendum No. 1) Under this Item, for the unit price bid, the Contractor shall undertake the following work: SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 5. • Dewater for excavation and installation. The method for dewatering must be submitted to the Contract Administrator prior to commencing work. • It is anticipated that the Contractor will schedule his operations such that the installation of the culvert will be undertaken when the watercourse is dry or at minimum flow levels. • Excavate for bedding and frost tapers and disposal of surplus excavated materials. Depth of frost penetration for the purposes of frost tapering shall be taken as 1.3 m. . (As per Addendum No. 1) • Supply and place bedding and cover materlals including compaction. (AS per Addendum L No. 1) • Supply and place 28.0 m long 1390 mm x 970 mm (As per Addendum No. 1) aluminized steel type 2, 3.5mm thickness, Hel-Cor Lock Seam corrugated pipe arch culvert. The pipe arch shall be manufactured in accordance with CAN/CSA G164 and as supplied by Armtec (or approved equivalenfJ (As per Addendum No. 1). Contact: Simon Perdue, Tel: 705-760-2758. • Supply and install 1390 mm x 970 mm (As per Addendum No. 1) galvanized steel, 3.5mm thickness, end section to be placed at the downstream end of the proposed 1390 mm x 970 mm (As per Addendum No. 1 }CSPA . The end section shall be manufactured in accordance with CANfCSA G164 and as supplied by Armtec (or approved equivalent) (As per Addendum No. 1). Contact: Simon Perdue, Tel: 705-760-2758. • Standard annular, five corzugation couplers shall be used. Each coupler shall be covered with a 1 600 mm wide strip of geotextife, non-woven Armtec 200 and secured to the pipe arch at several locations with a bonding material to prevent dislocation during backfilling operations. • Supply, place and compact Granular'B', Type I backfill to culvert and frost tapers up to subgrade level. The frost taper shall be excavated and constructed in accordance with OPSD 803.031. • Supply and install grating, including fastening to Dura-Hold Block Headwall as per OPSD 804.050 at upstream end. • Supply and install safety grating at the downsfream end , as supplied by Armtec Limited (or approved equivalent), and as per Armtec Standard Drawing CSP-10014 (or approved equivalent). Standard Drawing CSP-10014 shall be altered as per approved manufacturer's specifications to accommodate the 1390 mm x 970 mm (As per Addendum No. 1) diameter CSPA culvert. • The Contractor shall submit shop drawings, including joint details, to the Contract Administrator for approval. Six (6) copies of all drawings shall be submitted a minimum of three weeks before commencing fabrication. The shop drawings shall bear the seal and signature of a licensed Professional Engineer. i As per Addendum No. 1) H.L.-8 BLEND CLEAR STONE BEDDING (Provisional) -ITEM NO. 18 Payment shall be made under this Item for the following work in connection with storm sewer installation: • Excavation of unsuitable materials below standard bedding depth. SPECIAL PROVISIONS - TENDER fTEMS CONTRACT NO. CL2008-7 g, • Disposal of surplus excavated materials off the site of the works. • Supply and placement of Geotexlile Tenatrack 24-11 as wrap to clean stone. , • Supply and place H.L.- 8 blend clear stone bedding to depths as directed by the Contract Administrator Payment shall also be made under this Item for the following work in connection with the CSPA installation: Supply and place clear stone bedding material with geotextile wrap, (Anntec380RJ. Approximate bedding dimensions are 1500 mm wide x 200 mm deep. (As per Addendum No. 1) 100 mm DIAMETER PIPE SUBDRAINS -ITEM NO. 18 The Contractor shall supply and place perforated corrugated polyethylene pipe complete with geotextile sock. Backfill to subdrains shall be Granular'A' in accordance with Standard C-301 and Clarington Standards Section 900, supplied and placed under the Granular'A' Item. The unit price bid shall include for outlet at Dura-Hold Headwall, as per OPSD 206.050. CATCHBASINS, DITCH INLETS, AND MAINTENANCE HOLES -ITEMS NO. 20 TO 23 Structures shall be installed in accordance with Municipal Standards C-101, C-104, C-105, C-113, C-114 and OPSD 400.010. Compacted sand backfill shall be placed around the structures to the dimensions indicated. r The unit price bid under these Items shall include for the following: Placing a minimum of one adjustment unit and a maximum of 300 mm of adjustment on each maintenance hole or maintenance hole/catchbasin. All catchbasins and ditch inlets shall be fitted with sumps. Maintenance holes shall be benched. Maintenance holes and catchbasins shall be fitted with frames, covers and grates in accordance with OPSD 400.010 and Municipality of Clarington Standards C-113, C-114. All structures within roadway shall be constructed to the level of mid-binder course asphalt except where structures are located with side streets which are to be paved. Asphalt from Nash Road and side streets within the limits of road reconstruction will be removed and paid for under Item No. 6, therefore, removal of asphalt is not to be included as a portion of excavation required for payment under this item Note: Unit price bid shall include for backfilling with approved Native Material to subgrade. Granular'A' and Granular'B', restoration shall be paid for under the respective Granular'A' and Granular'B' Items. REMOVE, SALVAGE AND REINSTATE EXISTING DITCH INLET -ITEM NO. 24 , For the unit price bid, the Contractor shall carefully remove and salvage ditch inlet and existing grating as indicated on the Contract Drawings. The unit price shall also include for the installation of the ditch inlet and grating at the location designated on the Contract Drawings (2+330 Rt. ), in accordance with C-104. The void left by the structure removal shall be backfilled with approved native material. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 7. STORM SEWER CLEANOUTS -ITEM NO. 25 Reference: RMDCS Section 02530 and STD 1 Include: .1 Supply and installation of all materials necessary to construct cleanout in accordance with STD 1 .2 Supply and installation of bedding and sand fill cover for exposed pipe in accordance with RMDCS Sedion 02315. ' .3 Connection to existing storm sewer service. Note: .1 Measurement for payment -each. .2 Basis of Payment -unit price shall incude all labour, equipment and materials to supply and install cleanout. 3 Cost of excavation and backfll shall be deemed to be included in the storm service connection pipe item. CONNECT TO EXISTING STORM SEWER BY CORING -ITEM N0.26 The unit price bid shall include for all labour, material, and equipment to complete the following work: • Excavate to expose existing concrete storm sewer (including circular pipe, box culvert or maintenance hole) • Core circular hole with purpose buiR equipment to receive pipe • Supply and install a sanded adapter to receive proposed PVC pipe, including grouting of adaptor to cored void to ensure a watertight connection in pipe, maintenance hole, etc. • Remuneration for the riser pipe and fittings shall be made under the respective storm sewer item. • Backfill to storm sewers shall be as stipulated in the storm sewer and lateral items. t CONNECT TO EXISTING STORM SEINER LATERAL STUBS- REM NO. 27 The unit price bid shall include for all labour, material, and equipment to complete the following work: • Excavate to expose existing lateral stub • Remove and dispose of existing plug. • Remuneration for the riser pipe and fittings shall be made under the respective storm sewer Rem. • Bedding and Backfill shall be as stipulated in the storm sewer and lateral items. • Payment for installation of pipe shall be paid for under the storm sewer and lateral items. BREAK INTO EXISTING STORM MAINTENANCE HOLES -ITEM NO. 28 The unit price bid shall include for all labour, material, and equipment to complete the following work: • Breaking into the existing structure including removal and disposal of concrete and reinforcing steel. ' Temporary pumping and/or by pass arrangements required for existing sewage flows, to allow for benching in maintenance holes to be completed. • Setting of frame and grate to mid-binder course level. DURA-HOLD RETAINING WALL -ITEM NO. 31 (As per Addendum No. 1) Under this Item and for the Contract price, the Contractor shall supply all labour, equipment and materials required to complete the following works in accordance with the Contract Drawings and to the satisfaction SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 g, of the Engineer: a) All excavation related to wall, base and backfill as required; b) Dewatering as required to complete the work; c) All backfill and compaction as required in accordance with the drawings; d) Clean-up and all incidental. Any damage caused by the Contractor's operations to the surrounding property shall be repaired by the Contractor at no additional cost to the Municipality and to the complete satisfaction of the Engineer. Materials excavated under these Items which are surplus to or unsuitable for the fill requirements shall be disposed of by the Contractor at his own expense, and to the satisfaction of the Engineer. The unit price for the precast retaining wall will include the following work, as shown on the Drawings and as directed by the Engineer: a) All execution of the gravity and geogrid reinforced precast concrete segmental retaining walls called for or implied by the drawings and specfications, together with all necessary incidentals whether referred to or not, as will be required to complete the work to the full intent and meaning of the drawings and specifications. The work includes but is not limited to the following: The design (RISI), inspection and certification of the precast retaining wall by a qualfied professional Engineer, licensed in the Province of Ontario. Supply and installation of precast concrete retaining wall complete with geogrid reinforcing as required to suit site soil, geometric and loading conditions. i r b) The Retaining Wall Design Engineer is to be a Professional Engineer Registered in the Province of Ontario with at least 5 years experience in the design of precast concrete segmental retaining walls. The Retaining Wall Design Engineer shall perform the following tasks: • Produce sealed construction drawings and detailed design calculations for review. • Review the site soil and geometric conditions to ensure the designed wall is compatible with the site prior to construction. • Carry out periodic inspections during construction to ensure conformance with the design drawings and submit inspection reports to the Owner during construction. • Provide the Owner with a Certificate of Conformance at the completion of construction certifying that the retaining walls were constructed in accordance with the design drawings and current industry standards. The retaining wall shall be designed in accordance with the National Concrete Masonry Associations Design Manual for Segmental Retaining Walls. The walls shall be designed to suit the soil conditions, geometric dimensions and loading conditions shown on the drawings. c) Excavation to the lines and grades as shown on the drawings, including disposal of all surplus excavated materials. If after excavating to the elevation shown on the drawings, the material encountered should prove unacceptable to the Engineer as a foundation, the contractor shall pertorm additional excavation as directed by the Engineer. 0 r d) A reinforced concrete base shall be considered as integral to the cost of this Item. The concrete base shall be allowed to cure for three days prior to wall unit placement. Concrete shall be 25MPa with 6.0% air and 70 mm slump. The excavation for the concrete base shall be completed with equipment that will leave the I subgrade undisturbed. The Contract Administrator shall approve the subgrade condition prior tQ ' SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 9. construction of the concrete base. e) The supply and placement of the precast concrete stone units and coping units, as shown on the drawings and as directed by the Engineer. The units shall be "Durahold" as manufactured by Unilock or reviewed equivalent, with standard units and coping units. INSTALLATION OF PRECAST UNITS: The precast stone units shall be installed as per the manufacturers recommendations. The bottom course of units are to be levelled to meet the tolerances specified herein. The bottom course of units are not to be installed until the concrete base has been deemed acceptable by the • Engineer. No cracked or chipped units are to be installed. Any damaged units are to be removed if requested by the Engineer • The Joints between adjacent units should align with the middle of the unit above and below to • create a running bond. The Contractor shall check the level of the wall with each lift to ensure that no gaps are formed between successive lifts. Care shall be taken to ensure that the precast concrete stone units and geotextile are not broken or damaged during handling and placement. The units shall be installed as shown on the drawings. CONSTRUCTION TOLERANCES • Vertical Control: t 30 mm maximum over a 3 metre distance; 75 mm maximum. • Horizontal Control:- Straight Lines: t 30 mm over a 3 metre distance; 75 mm maximum. ' Rotation: t 2.0^ from design wall batter. Bulging: 25 mm over a 3 metre distance. f) The supply and placement of Geogrid Reinforcement. The geogrid reinforcement shall be a Polymer grid structure having tensile strength and durability properties that are suitable for soil reinforcement applications and are compatible with the precast concrete retaining wall units. The approximate quantity of Geogrid reinforcement is 40 m2 (AS per Addendum No. 1). • The Geogrid sheets shall overlap by 300 mm. The Geogrid shall be pulled flat and pinned so that it is under tension prior to backfill being placed on it. Geogrid sheets shall be placed between the second and thlM and between the fourth and fifth rows of blocks (measured from the bottom). Geogrid shall extend to 1.9 m beyond the back of the Dura-Hold Retaining Wa!! (As per Addendum No. 1). • The Geogrid is to be placed with the strong direction perpendicular to the wall face. • The Geogrid must be precut to the length shown on the retaining wall design drawings and must be placed within 25 mm of the front face of the precast wall units to ensure maximum connection between geogrid and wall facing. • The Geogrid is to be placed on a Bat level surface and is to be pulled tight and held in place with wooden stakes or other approved methods prior to placing backfill on top of the geogrid. g) The supply and installation of perforated sub-drain pipe complete with filter cloth. The subdrain pipe shall be HPDE or PVC perforated pipe with a minimum diameter of 100 mm, protected with geotextile filter cloth to prevent the migration of soil particles in the pipe. The subdrain pipe shall be placed behind the retaining wall face, accurately aligned and securely coupled and laid at a minimum gradient of 2% to ensure adequate drainage to free outlets. Only standard fittings for bends, caps and intersections shall be used. The unit price shall also include all labour, equipment and materials to outlet the free ends of the subdrain pipe to the outside face of the retaining wall including saw cutting of the blocks as required, as shown on the drawings and as directed by the Engineer. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2008-7 10. h) Supply and installaton of geotextile filter cloth as shown on the drawings and as directed by the Engineer. Geotextile filter cloth shall be placed from the bwest point upward. Each section of fabric shall overlap the preceding section a minimum of 600 mm. i) Supply and placement of a free draining backfill material incuding Geotextile as noted above. Heavy compaction and construction equipment shall not be allowed to operate within 1500 mm of the back face of the retaining wall. The Contractor shall monitor the retaining wall for outward rotation and movement during backfilling operations. The Contractor shall notify the Engineer immediately 'rf wall movement occurs during backfilling which exceed the maximum allowable tolerances noted above." 'Duna-Hold' units are to have a natural finish, and are available from 'Unilock' - Georgetown, Ontario - Telephone No.: 416-646-9000. The cost to cut/core the units as necessary to achieve the configuration shown is included in this Item, as well as incorporate the installation of the 100mm roadway subdrain outlet on the west side of the culvert inlet. Any grinding of Dura-Hold blocks to achieve a level fit over or under the culvert is also included in this Item. The Geogrid material shall be as specified by the wall designer Geogrid sheets shall overlap by 300 mm. The geogrid shall be pulled flat and pinned so that it is under tension prior to backfill being placed on it. Geogrid sheets shall be placed between the third and fourth and between the fifth and sixth rows of blocks (measured from the bottom). Geogrid shall extend to 2.5m beyond the back of the Dura-Hold Block Retaining WaJI (As per Addendum No. 1). Backfilling shall be completed in compacted in 200 mm lifts and material shall be at optimum moisture content. 360 R geotextile shall be placed between geogrid sheets and overlapped with the geogrid, and placed at all soil-Dura-Hold block interfaces. All geotextile shall be considered integral to the cost of this Item. The voids created at the Dura-Hold - CSP interface shall be plugged with a 200 mm minimum thickness of 25 MPa mass concrete as part of the work under this Item. Concrete pour to be formed flush with the exterior face of the Dura-Hold Retaining Wall (As per Addendum No. 1). The area considered for measurement shall include only the face area of the `Dura-Hold' units Included in the finished watt (excluding pipe openings) (As per Addendum No. 1). The Contractor shall complete installation of DURA-HOLD Retaining Wal! (As per Addendum No. 1) with geogrid in conformance with supplier's installation methodology and specification. DURA-HOLD SPILLWAY -ITEM NO. 32 The unit price bid for this Item shall include the supply and placement of'Dura-Hold' units including to construct the concrete spillway as indicated on the contract drawings. 'Dura-Hold' units are to have a natural finish, and are available from 'Unilock' - Georgetown, Ontario - Telephone No.: 416-646-9000. The cost to cut the units as necessary to achieve the configuration shown is.included in this Item. A compacted 300mm depth Granular'A' base shall be considered as integral to the cost of this Item. The SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 11. granular base shall have a width of 1.5 meters. The excavation for the granular base shall be completed with equipment that will leave the subgrade undisturbed. The Contract Administrator shall approve the subgrade condition prior to construction of the granular base. 360 R geotextile shall be placed at all soil-Dura-Hold block interfaces. All geotextile shall be considered integral to the cost of this Item. The area considered for measurement shall inGude only the face area of the 'Dura-Hold' units. The Contractor shall complete installation of DURA-HOLD Spillway in conformance with supplier's installation methodology and specification. CONCRETE CABLE BLOCK -ITEM NO. 33 For the unit price bid, the Contractor shall supply all labour, equipment and material to compete minor excavation, as required to accommodate the installation. Concrete cable block shall be placed on native subgrade. At all cable block-native subgrade interfaces, non-woven Arrntec 360R geotextile shall be placed. The Contract Administrator shall approve the subgrade condition prior to the placement of geotextile. Concrete blocks shall 114mm in height, with 394mm square bases and 292mm square top faces. The variation between the blocks shall be 114mm. • The minimum concrete strength shall be 28MPA. • Cables shall be made of stainless steel aircraft cable of type 302, with dimensions 4mm diameter running lengthwise and 3mm diameter running width wise. • Adjacent mats shall be adjoined with stainless steel cable clamps. • Variation between blocks shall be filled with clear stone. The cable block shall be supplied by International Erosion Control Systems (Tel: 1-800-821-7462) or an approved equivalent. The Contractor shall complete installation of Cable Blodc in conformance with supplier's installation methodology and specification. REMOVE, SALVAGE AND REINSTATE 600mm CSP -ITEM NO. 34 For the unit price bid, the Contractor shall supply all labour, equipment and material to complete the following: • Carefully remove and salvage the existing pipe as indicated on the Contract Drawings, Including excavation and backfilling of the remaining void with approved native material. • Excavation to accommodate the reinstatement at the location and alignment indicated on the Contract Drawings. • Embedment, Backfill with approved native material including Compaction Extension the culvert using 600mm dia. Hel-Cor Lock Seam, Plain Galvanized Corrugated Steel Pipe, Riveted, 2.Omm gauge, as directed by the Contract Administrator • Standard annular, five corrugation couplers shall be used to accommodate the extension. Each coupler shall be covered with a 600 inm wide strip of geotextile, non-woven Armtec 200 and secured to the pipe.arch at several locations with a bonding material to prevent dislocation during SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 72. backfilling operations. Note: CSP assembly for any extensions shall be riveted. REMOVE, SALVAGE AND RELOCATE HYDRANT ASSEMBLY -ITEM NO. 35 Reference: RMDSD S-409, Contract Drawings Include: .1 Excavation 2 Removal of existing hydrant and appurtenances .3 Supply and installation new PVC C900, SDR18 watermain pipe restrained to existing watermain pipe, as to location as noted on the Contract Drawings. 4 Reconnection of salvaged hydrant with restrained joints. .5 Cathodic protection in accordance with RMDSD S-435. .6 Backfill with select native materials and compaction. .7 Measurement for Payment -each, complete. Note: If a new valve and/or hydrant is deemed necessary by the Contract Administrator such valve and/or hydrant shall be paid extra to this item based on Contractor's paid invoice (less G.S.T.) plus 20°h mark-up and the existing materials shall be delivered to the Region's OshawaNVhitby Depot. GRANULAR `A' AND GRANULAR'B', TYPE 1 -ITEMS NO. 36 AND 37 Payment shall be made under these Items for supply, placing and compacting Granular'A' and Granular 'B', Type 1 to the following depths. • Nash Road Between Sta. 1+ 835 to Sta. 1+ 980 -Limits of Full Excavation, 150 mm of Granular 'A' and 450 mm of Granular'B', Type 1. • Nash Road Widening Area Between Sta. 1+ g80 to Sta. 2+ 390 -Limits of Widening, 150 mm of Granular'A' and 450 mm of Granular'B', Type 1. • Nash Road Non-Widened Area Between Sta. 1+ 980 to Sta. 2+ 390 -Limits of Widening, 50 mm of Granular'A'. • Trench Restoration at Catchbasin Leads with 150 mm of Granular 'A' and 450 mm of Granular 'B', Type 1.Paved boulevard, 150 mm of Granular `A' and 300 mm of Granular'B', Type 1. • Commercial entrances, 1.50 mm of Granular'A' and 300 mm of Granular `B', Type 1. (Church and Pond Entrances) Private entrances, 150 mm of Granular'A'. Granular'A' as required to shape roadway for repaving CONCRETE CURB AND GUTTER (ALL TYPES) -ITEM NO. 38 A 1.2 metre length of curb and gutter shall be omitted at each Catchbasin/maintenance hole where curb is to be constructed. Where sidewalk abuts curb, a 50 mm key shall be constructed at the back of the curb in accordance with the standard. The unit price bid shall include for sawcutting existing curb at point of connection to new curb. Subsection 353.07.06 of OPSS 353 is amended in that transverse jointing of curb and gutter shall be at a maximum spacing of 3.0 m. Curb shall be constructed in accordance with Municipal Standard C-302 and C-305. CONCRETE IN SIDEWALK -ITEM NO. 39 Where new sidewalk abuts. existing sidewalk an expansion joint shall be constructed at these locations. Every joint shall be a contraction joint except where expansion joints are indicated. The unit price bid i SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2008-7 13. shall include for all minor excavation required where existing sidewalk or private walkways is being replaced. All sidewalk shall be constructed in accordance with Standard Drawing C-307. Payment shall also be made under this Item for construction of areas of private walkway. The face, mZ, of any concrete steps placed will be measured and paid under this Item. Payment shall be made under this Item for the following work: INTERLOCKING BRICK PAVERS -ITEM N0.40a) AND 40b) • Supply and placing of grey brick pavers in running bond pattern in sidewalk adjacent to trees or at other locations as directed by the Contract Administrator. A single soldier course shall be laid on each side. The unit price bid shall include for the supply and placing of bedding sand. Granular 'A' base shall be paid for under the Granular'A' Item. Base depth may be reduced if there is conflict with tree roots. Supply and placing of "Turfstone" Pavers, supplied by'Unibck' - Georgetown, Ontario - Telephone No.: 416-646-9000, or an approved equivalent. Pavers shall have a natural grey finish. The unit price bid shall include for supply and placing of bedding sand. Granular'A' and Granular'B' base shall be paid for under the Granular'A' and Granular `B' Items. Placement of Topsoil and Seed, shall be considered integral to the unit price bid. Placement of Topsoil, Seed and Turfstone Paver Orientation shall be in conformance with supplier's installation methodology and specification. The unit price bid shall include for cutting of pavers to fit existing features, valves, etc., as directed by the Contract Administrator. 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. REBUILD EXISTING MAINTENANCE HOLES AND DITCH INLETS -ITEM NO. 41 Payment under this item shall be made for the supply of all labour, equipment and material to make changes, either up or down, to the top elevation of an existing structure, regardless of type or size, including the removal or addition of cast-in-place or precast concrete sections. See Contract Drawings for structures which require rebuilding. ADJUST EXISTING WATER VALVES -ITEM N0.42 Payment under this item shall be made for adjustment of slide type valve box and tracer wire to finish grade. Where excavation is required, all equipment and labour to complete excavation, backfilling and compaction shall be paid for under this item. Only those valves indicated on the Contract Drawings, or as directed by the Contract Administrator shall be paid for under this item. Adjustment of new valve boxes shall be included in the price of the structure Item. ADJUST EXISTING MAINTENANCE HOLES -ITEM N0.43 Precast concrete units shall be used for the structure adjustment. Only those structures indicated on the Contract Drawings, or as directed by the Contract Administrator shall be paid for under this item. Adjustment of new structures shall be included in the price of the structure Item. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 SAWCUTTING ASPHALT -ITEM N0.44 74. Payment shall be made under this Item for the sawcutting of all asphalt at the limits of road construction. The unit price shall cover sawcutting of asphalt at whatever depth of asphalt is encountered. The Contractor will be responsible for protecting the sawcut edge from damage until paving. Should the sawcut edge be damaged, the Contract Administrator can request that the asphalt be recut prior to paving at no additional cost. HOT MIX and H.L.-8, H.L: 3 (Entrances), H.L: 3- ITEMS N0.45 AND 46 The Contractor shall supply all materials required for the proper execution of paving in accordance with OPS 310. Asphalt shall be PGAC 58-28. The Marshall Stability for H.L.-3 surface course shall be a minimum of 8900 and for H.L.-8. binder courses a minimum of 8000. Payment shall be made under these Items for the following work: • Forming asphalt curb at cetchbasin and catchbasinlmaintenance hole locations in accordance with Standard C-305. • Construction of step joints at limits of full street reconstruction on Nash Road and side sVeets. • Forming temporary ramps at limits of construction. Paving of asphaR sidewalk, boulevard including hand work, as required. • Paving of entrances including hand work, as required. Paving of asphalt pad between the back of sidewalk and Dura-Hold Headwall including hand work, as required. • Paving of a 300mm wide HL-8 ramp extending from the top of concrete curb and gutter to match base asphalt grade, to protect 40mm gutter edge at all gutter locations. The following depths of asphalt shall apply: Nash Road, 40 mm H.L.-8 lower binder and 40 mm H.L.-8 mid binder courses. To be completed as two separate lifts. • Fewster Street, 50mm H.L.-3, 40 mm of H.L.-3 to end of the radius. • Harry Gay Drive, 40 mm H.L.-8 lower binder and 40 mm H.L.-8 mid binder courses. To be completed as two separate lifts. Paved boulevard, 50 mm of H.L.-3 • Private entrances, 50 mm of H.L.-3 Hot Mix H.L.-3 surface shall be placed on all streets intersecting with Nash Road to end of radius. • Note: Nash Road Surface H.L.-3. to be a 40mm lift completed by others. ASPHALT CEMENT PRICE ADJUSTMENT ALLOWANCE -ITEM NO. 47 Payment shall be made under this Item for payment adjustment for asphalt cement placed in the Contract in accordance with Clause No. 31 of the Special Provisions -General. PAVEMENT MARKINGS -TRAFFIC PAINT -ITEM N0.48A, 486, 48C Pavement Markings to be brganic solvent based traffic paint and shall be Ontario White or Yellow i i SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2008-7 15. The Contract Administrator shall provide a direction as to the limits and extent of pavement markings prior to the commencement of any work under this item. RIP RAP ON GEOTEXTILE -ITEM N0.49 The work shall be performed in general compliance with the drawings, OPSS 511 and as directed by the Engineer. The contractor shall supply and place a protective covering of approved rock material at ditch inlets, and CSPA crossing as shown on the contract drawings All locations are to extend to a lateral distance and elevation as noted on the Contract drawings, or as directed by the ConUact Administrator. Rock protection shall consist of sound, clean quarried stone to form a protective upon placement. Work under this Item includes placement of geotexfile (360R) beneath all Rock Protection locations. Rock Protection atop geotextile shall be placed without freefall. The quality of the stone shall be approved by the Engineer. Stone shall be of an angular shape and clear of all fines. Stone shall satisfy the following gradation requirements: Gradation Limits for Stone Protection at Ditch Inlets and CSPA crossing 100% Smaller Than 300 mm 50°h Larger Than 200 mm 50% Larger Than 150 mm Placement shall be, carried out in such a manner that the surface of the finished rock protection shall have auniform plane/fiat appearance, and be without segregation. TOPSOIL (IMPORTED) -ITEM NO. 50 Screened topsoil shall be placed to a minimum depth of 100 mm in disturbed grass areas. The Contactor has the option of providing screened topsoil from the stripping stock pile in lieu of imported. Subsection 570.05.01 of OPSS 570, August 1990 is amended by the addition of the following: The topsoil shall be tested to ensure there are no deficiencies with respect to fertility levels. The soil shall consist of a minimum 4% organic matter. The phosphorous level shall be 30 ppm +/- 2 ppm. The potassium level shall be 235 ppm +/- 30 ppm. The soil shall have a base saturation of calcium of 75%, +/- 10%. The base saturation of sodium shall be a maximum of 0.5%. The pH 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. SOD (NURSERY, UNSTAKED) -ITEM NO. 51 and 52 Subsections 571.07.05, 571.08.01 and 571.08.02 of OPSS 571, November 2001 is amended by the following: Replace "30 consecutive Days" with "120 consecutive Davs". Contractor should note that for the purpose df calculating Consecutive Days, the winter dormant period shall be excluded (see Table No. 1, SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 16• 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. Payment shall be made for 50°k 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. MISCELLANEOUS WORKS -ITEM NO. 53 Payment shall be made under this Item on a time and material basis work, not included elsewhere in the Contract and where agreed with the Contract Administrator. The work under this Item shall include, but is not limited to the following: • Re-location and removal of plantings not designated on the Contract Drawings. • Re-location of Plant Material and Gardens as noted on the Contract Drawings and as directed by the Contract Administrator. Where additional materials are needed, these shall be purchased by the Contractor and reimbursement shall be on the basis of invoicing. No work shall be done under this Item without the authorization of the Contract Administrator. PLANT MATERIAL -ITEMS N0.54 Payment shall be made under this item for the supply and installation of plants and appurtenances in accordance with the Contract Drawings. 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 and conform to the current edition of the Canadian Nursery landscape Association's Canadian Standards for Nursery Stock. Trees shall be true to type and sVucturally sound, with straight trunks and leaders intact, and be well and characteristically branched for the species. Root balls shall not be cracked, broken, or damaged. All plants shall be free of disease, insect infestation, rodent damage, sun scald, frost cracks and other abrasions or scars to the bark. They shall be densely foliated when in leaf and have healthy, well developed root systems. Plant names shall be in conformity with that accepted in the nursery trade. Substitutions for the specified plants will not be accepted unless approved in writing by the Contract Administrator. The Contract Administrator reserves the right to reject any plant material, whether planted or not, which does not conform to the specifications. Do not remove any labels from plants until they have been inspected and approved by the Contract Administrator. All debris, clay lumps, roots and stones over 50 mm in diameter and other extraneous matter shall be removed from excavated soil to be used in backfill and disposed of off site. Shredded bark mulch free of any granular and organic material will be applied over planting pit areas of trees and throughout shrub beds in accordance with the Contract Drawings. A sample of the mulch to be used shall be submitted to the Contract Administrator for approval. The Contractor shall note that staking and securing of trees is not a typical requirement of the SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 1~ Municipality. However, should any trees move 10 degrees or more from the vertical plane prior to the expiration of the warranty period, or if a tree has excessive stem movement within the root ball at the time of planting, the Contractor will be required to straighten and stake the trees at its own expense. Straightening and staking shall occur within 30 days of written notification from the Contract Administrator. 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 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 specfied. The warranty on replacement plant material shall be extended for a period equal to the original warranty period. r Final inspection of all plantings shall be made at the end of the specified warranty period. Stakes and all staking material shall be removed at the end of the warranty period. The Contract Administrator or Owner reserves the right to extend Contractor's warranty responsibildies for an additional year if, at end of initial warranty period, plant condition is not sufficient to ensure future health. PART `B': SANITARY SEWER 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 2008. .2 Contract Drawings and Standard Details for Contract No. CL2009-7. SANITARY SEWER PIPE (NOT INCLUDING RESTORATION) -ITEM NO. 2.01 Reference: RMDCS Section 02530 and Contract Drawings and RMDSD S-401 Note: 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 surtaces beyond the limits of full road reconstruction and grading will be paid for under the items appropriate to such work. Asphalt from Nash Road and side streets within the limits of full road reconstruction will be removed and paid for under Item No. 6, therefore, removal of asphalt is not to be included as a portion of excavation required for payment under this item SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 18. Include: .1 Backfilling to subgrade level with approved native material. 2 Maintenance of existing sewage flow including by-pass pumping. .3 Post-construction sewer video. (As per Addendum No. 1) STONE FOR EXTRA DEPTH BEDDING (H.L.-8 CRUSHED CLEAR STONE) -ITEM NO. 2.02.13 Reference: RMDCS Section 01210 Include: 1 Extra excavation of unsuitable native materials below standard bedding depth and disposal of surplus materials. .2 Supply, placement and compaction of H.L.-8 clear crushed stone. Stone shall conform to the gradation requirements of 19 mm Clear Stone, Type 1 as specified in OPSS 1004 except that the stone shall have 100°k crushed materials and shall not contain any recycled materials. Note: .1 Measurement for Payment -cubic metres, actual volume placed SERVICE CONNECTIONS (INCLUDING RESTORATION) (As per Addendum No. 1) -ITEM NO. 2.03.01 A Reference: RMDCS 02530, 2700, 2749 (As per Addendum No. 1), Contract Drawings, RMDCO S-301 and S-401 Include: 1 Connecting to new sewer with wye connection on the final upstream run of each .2 sewer. Connecting to new maintenance holes where indicated. .3 Marking and recording of exact location and elevation of all plugged ends of service connections. 4 Dye testing of laterals. 5 Plugging Ends of all dead end services .6 Backfilling with approved native material and restoration (2700, 2749) (As per Addendum No. 1). Note: 1 Measurement for payment shall be in metres in accordance with RMDCS Section 2 02530, 1.6. Service connections shall be connected to existing lateral at street line and elevation shall be confirmed at point of connection by the Contractor. 3 Basis of payment shall be in accordance with RMDCS Section 02530, 1.7. 4 Service connection stubs are not to be backfilled until the as-constructed inverts and tees are surveyed by the Contract Administrator. .5 The exact locations of new service connections shall be field confirmed by the .6 Contract Administrator. Restoration of disturbed surfaces beyond the limits of road grading indicated on the drawings will be measured and paid for under the items appropriate to such work. .7 Region of Durham will camera inspect existing laterals beyond property line to assess condition. Some lateral excavations shall remain open to allow for relining of deficient laterals by others. 8 Maintenance of existing sewage flow including by-pass pumping. Restoration of all disturbed surfaces beyond the limits of full road reconstruction and grading will be paid for under the items appropriate to such work. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 19. t TRENCH RESTORATION -ITEMS NO.2.02.01A,-~.OS.03 (Deleted as per Addendum No. 1) Payment shall be made under this Item at the unit prices bid for restoration costs required beyond the limits of full road reconstruction and grading, additional to the cost of Items No. 2.01 and 2.03. Item 2.02.02 Final Trench Restoration Reference: RMDCS Sections 02700 8 02749 and OPSS 507, RMDCD S-514 Contract Special Provisions -Tender Items 36, 37 Payment under this Item shall apply to temporary restoration of sanitary sewer system trenches, with limits as noted on the Nash Road Contract Drewings (Profile).. Include: 1 Surface restoration of roadways, shoulders, boulevards and other areas disturbed by Contractor to complete the installation of underground improvement paid for under Item No. 2.01, within limits of Station 1+ 980 to 2 + 080. Restoration Vestment shall be in accordance with Contract Drawings and Contract No. CL2009-7 Special Provisions -Tender Items 36 and 37, depths of 150mm Granular'A' and 450mm Granular'B'. .2 Measurement for payment on main line sewers shall be actual horizontal length, in meVes, of trench restored, regardless of width. (Deleted as per Addendum No. 1) Note: .1 Trench Backfill and compaction payment shall be included under Items 2.01. (Deleted as per Addendum No. 1) SANITARY SEWER MAINTENANCE HOLE -ITEM N0.2.04 References: RMDCS Section 02631 and Contract Drawings OPSD No. 701.010 SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2008-7 20. Include: .1 Reconnection of existing sewers as required. ' .2 Supply, place and compact 300 mm Granular'B', Type 1 back all around structure up to subgrade level. .3 Setting frame and grate to mid-binder course asphalt grade. Note: .1 All Sanitary Sewer Maintenance Holes are to be benched in accordance with OPSD t 701.021 BREAK INTO EXISTING STRUCTURE AND REBENCH AS PER OPSD 701.027 -ITEM N0.2.04.04 Reference: RMDCS Section 02631 and OPSS 407 8 410, OPSD 701.021 ~ Include: .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 clean-out of the structure. c) New benching in maintenance hole in accordance with OPSD 701.021. 3 Temporary pumping andlor by pass arrangements required for existing sewage flows, to allow for benching in maintenance holes to be completed. .4 Setting of frame and grate torrid-binder ccurse level. Note: Payment for connection to maintenance hole and restoration of structure to be included in unit price for appropriate pipe item. PART'C': WATERMAIN WATERMAIN AND APPURTENANCES Reference: .1 Construct all watermain and appurtenances in accordance with Regional Municipality of Durham Construction Specifications for Regional Services -Revised April 2008. 2 Contract Drawings and Standard Details for Contract No. CL2009-7. PIPE (INCLUDING RESTORATION) - ITEM NO.3.07 Reference: RMDCS Section 02511, 2700 (As per Addendum No. 1) and OPSS 701, RMDSD S-401 Include: 1 Cathodic Protection as per S-435 .2 Arranging with the Region of Durham for shutdown of watermain. Such arrangement shall be in accordance with Part 3.12 of Section 02511 of the Region of Durham Specifications. 3 Backfilling to subgrade level with approved native material. 4 Tracer wire arrangement in accordance with RMDSD S-408. 5 Maintenance of existing watermain usage. .6 Permanent surface restoration of roadways, shoulders, boulevards and other areas disturbed by Contractor. Restoration treatment shall be in accordance with RMDCS 2700 and with (As per Addendum No. 1) Contract Drawings and Contract No. CL2009-7, Special Provisions -Tender 38 and 37, with depths as specified in the notes below. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 21. Note: .1 All thrust/surge protection on PVC pipe in accordance with RMD Standard Drawings shall be by mechanical restrainers in combination with granular thrust blocks. Mechanical restrainers shall be in accordance with Standard Drawings No. S-031 and S-433. Concrete thrust blocks are not permitted on PVC watermain pipe. 2 Asphalt from Nash Road and side streets within the limits of full road reconstruction will be removed and paid for under Item No. 6, therefore, removal of asphalt is not to be included as a portion of excavation required for payment under this item ' .3 Trench Backfill and compaction payment shall be included under Items 2.01. 4 Depth of Granular'B' to be 700mm, Depth of Granular'A' to be 150mm within the limits of the road platform width, for the purposes of Trench Restoration. INSULATE WATERMAIN AS PER S-307 -ITEM NO. 3.02.10 ' Reference: RMDSD S-307 Include: .1 Supply and installation of 75 mm closed-cell, extruded polystyrene insulation and sand cover in accordance with RMDSD S-307, cemplete in place. The polystyrene sheets shall have a minimum compressive strength of 275 kPa. Note: Payment for excavation shall be made under Item 3.01.02. EXTRA OVER VALVE AND BOX - 400mm x 150mm TAPPING SLEEVE AND VALVE - ITEM N0.3.03.51 Reference: RMDCS Section 02511 RMDSD S-408 & S-439 Include: 1 All costs extra over those normally incurred in the installation of a standard new valve and box on a new watermain to supply and install a tapping sleeve, tapping valve and box complete with cathodic protection in accordance with RMDSD S-439. .2 Measurement for Payment -each, complete. Note: This item shall be paid in addition to the respective-sized valve and box item. STONE FOR EXTRA DEPTH BEDDING (H.L.-8 CRUSHED CLEAR STONE) - ITEM NO.3.02.14 Reference: RMDCS Section 01210 Include: .1 Extra excavation of unsuitable native materials below standard bedding depth and disposal of surplus materials. 2 Supply, placement and compaction of H.L.-8 clear crushed stone. Stone shall conform to the gradation requirements of 19 mm Clear Stone, Type 1 as specified in OPSS 1004 except that the stone shall have 100% crushed materials and shall not contain any recycled materials. Note: 1 Measurement for Payment -cubic metres, actual volume placed GATE VALVE AND VALVE BOX -ITEM NO. 3.03.02 Reference: RMDCS Section 02511 and RMDSD S~08 and S-435 SPECIAL PROVISIONS -TENDER ITEMS ' CONTRACT NO. CL2009-7 22. Include: .1 Supply and installation of resilient seat gate valve and valve box in accordance with ' RMDSD S-408. .2 Excavation, blocking, backfilling and compaction. .3 Tracer wire artangement in accordance with RMDSD S-408. 4 Supply and installation of cathodic protection in accordance with RMDSD S-435. .5 Adjustment of valve box to mid-binder course asphak grade in areas of full road reconstruction. Note: .1 Measurement for Payment -each WATER VALVE STEM EXTENSIONS -ITEM N0.3.03.40 Reference: RMDCS Section 02511 and RMDSD S-450 Include: .1 Supply and installation of valve stem extension in accordance with RMDSD S~50. .2 Excavation, blocking, backfilling and compaction. 3 Reinstatement of tracer wire arrangement in accordance with RMDSD S-408. 4 Adjustment of valve box to mid-binder course asphalt grade in areas of full road reconstruction. Note: .1 Measurement for Payment -each , TEMPORARY FLUSHING HYDRANT -ITEM NO. 3.04.03 , Reference: RMDCS Section 02511 and RMDSD S-409 Include: .1 Excavation to grade and disposal of surplus materials. ' .2 Supply of temporary hydrant as specified on Durham Region's Approved Manufacturer's Products List, except that the Storz pumper nozzle and inner workings of hydrant will not be required. 3 Complete installation of hydrant, piping, blocking, restrainers, etc. and remove upon completion of use. .4 Supply and installation of all other materials as required. .5 Backfill with approved native material and compaction. ' Note: 1 Measurement of Payment -each ' ' 19mm TEST POINT AS PER S~t06- ITEM NO. 3.06.01 Reference: RMDSD S-429 ' ' Include: 1 Supply and installation of all corporation main stops, valves, backflow preventers, copper tubing, fittings, etc. 2 Removal of all main stops upon completion of testing and flushing. 3 Supply and installation of a brass plug in locations where main stops are removed. 4 Backfill with select native materials and compaction. Note: 1 Measurement for Payment -each SPECIAL PROVISIONS - TENDER REMS CONTRACT NO. CL2009-7 23. PART'D' -STREET LIGHTING -PROVISIONAL (FROM COURTICE ROAD TO HANCOCK ROAD) LOW VOLTAGE CABLES, AERIAL ON MESSENGER- ITEM NO. D7 STEEL MESSENGER CABLE, AERIAL- ITEM NO. D2 All work shall be carried out in accordance with OPSS 604 Low voltage cables supplied by others will be available for pick-up at the Municipality of Clarington's Hampton Depot. Amendment to OPSS 604 dated November 2004 604.07.07 Quality Control 604.07.07.01 General Sub-section 604.07.07.01 is amended by the addition the following: Pre-installation Testing and Inspection The Contractor shall inspect the cables, splicing and connection components prior to installation to ensure that they meet the requirements of the contract. Proof of Pertormance Testing and Inspection The Contractor shall ensure that all cables are installed, tested and spliced as indicated in the Contract Documents and that all cables are energized and in working order. GROUND WIRES -ITEM NO. D3 GROUND ELECTRODES -ITEM NO. D4 All work shall be carried out in accordance with OPSS 609 Amendment to OPSS 609 dated November 2001 609.02 REFERENCES Sub-section 609.02 is amended by the addition of the following: IEEE 837 Standard for Qualifying Permanent Connections Used in Substation Grounding UL 467Grounding and Bonding Equipment 609.05.05 Ground Connectors Sub-section 609.05.05 is amended by the addition of the following: High pressure irreversible compression connectors shall be: - made of pure wrought copper extrusion - made of the same material as the conductors - according to CSA 22.2 No. 4], UL 467,.and IEEE 837. - connected according to the manufacturer's recommendations SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 24. connected using a minimum compressive force of 100 KN and a minimum compressive pressure of 70 MPa. High pressure irreversible compression connectors shall have crimp verification for the inspection and verification of CSA and UL compliance markings. 608.07.03.05 Ground Wire Connections The second paragraph of clause 609.07.03.05 is deleted and replaced with the following: Moulded type ground connectors or high pressure irreversible compression connectors shall be used at pad mounted electrical~lectronic equipment, power supply locations, and all locations where the ground connectors are direct buried or inaccessible. 608.07 CONSTRUCTION Section 609.07 is amended by the addition of the following: 609.07.10 Quality Control Pre-installation Testing and Inspection The Contractor shall inspect the grounding cables, bonding jumpers, ground electrodes and connection components prior to and during installation to ensure that they meet the requirements of the contract. Proof of Performance Testing and Inspection The Contractor shall inspect and test the grounding to ensure that it meets the requirements of the contract. In particular, and without limiting the foregoing, the Contractor shall inspect the work to ensure that all electrical connections and splices have been properly installed in accordance with the requirements of the contract. The Contractor shall test all system and components grounding. The Contractor shall test the resistance to ground between the equipment enclosures and the grounding grid. In soils of low conductivity, additional ground rods, ground plates and ground wires shall be added as required. Readings shall not exceed 25 ohms. These measurements shall be undertaken when frost penetration does not exceed 150 mm. Copies of all documentation shall be included in the Service Manual. SUPPLY CONTROL CABINET ASSEMBLY -ITEMS NO. DS This Special Provision replaces OPSS 614 dated September 1984 in its entirety. CONSTRUCTION SPECIFICATION FOR THE INSTALLATION OF POWER SUPPLY EQUIPMENT TABLE OF CONTENTS 614.01 SCOPE 614.02 REFERENCES 614.03 DEFINITIONS -Not Used 614.04 SUBMISSION AND DESIGN REQUIREMENTS SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 814.05 MATERIALS 814.08 EQUIPMENT -Not Used 614.07 CONSTRUCTION 814.08 QUALITY ASSURANCE -Not Used 814.09 MEASUREMENT FOR PAYMENT 614.10 BASIS OF PAYMENT 614.01 SCOPE This specification covers the requirements for the installation of Distribution Assembly, and Supply Control Cabinet Assembly. The requirements of OPSS 601 shall apply to this work. 674.02 REFERENCES This specification refers to the following standards, speafications or publications: Ontario Provincial Standard Specifications, Construction: OPSS 601 Electrical Work -General OPSS 603 Underground Ducts OPSS 604 Cable Installation OPSS 609 Grounding Ontario Provincial Standard Specifications, Material: OPSS 2414 Distribution Assembly -Single Phase and Three Phase OPSS 2480 Supply Control Cabinet Assembly OPSS 2485 Photoelectric Controllers Others: CSA Standard C 22.2 No. 211.2 - 1984, -Rigid PVC (Unplasticized) Conduit 614.04 SUBMISSION AND DESIGN The following information shall be submitted to the Contract Administrator: a. actual breakdown cost of Utility Work, such as'hook up', Yransformation', etc. b. Utility company contact person's name, address and telephone number. 25. Note: Connection fees at all sites will not be the responsibility of the Contractor. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 26. 614.05 MATERIALS 614.05.02 Supply Control Cabinet Assembly Supply control cabinet assemblies shall be according to OPSS 2480, February 1996, its amendment and the specific requirements as described below: Supply "A" and "B" shall each consist of 2 load cenVes by Square D, Model O02L70RB or an approved equal complete with top and bottom entry hubs and mounted directly above and below one another. One load centre will be used to house the main breaker and one load centre will be used to house the lighting circuits. For each of the supply control cabinet assembly locations the Contractor shall supply circuit breakers as follows: 1 60 amp 2 Pole -common trip circuit breaker. This shall be used as the main circuit breaker. 30 amp single pole breakers for the illumination circuits The Contractor shall ensure that the Supply Control Cabinet Assemblies are "Service Entrance Ready" prior to installation. 614.05.03 Photoelectric Controllers Photoelectric controllers shall meet the requirements of OPSS 2485. 614.05.04 Cables and Cable Connectors Cables and cable connectors shall meet the requirements of section 604.05 of OPSS 604. 614.05.05 Grounding Materials Grounding materials shall meet the requirements of section 609.05 of OPSS 609. 614.05.06 Conduit and Fittings Rigid PVC conduit and fittings for the installation of pole-mounted equipment shall meet the requirements of CSA Standard C 22.2 No. 211.2. 614.07 CONSTRUCTION 614.07.01 Distribution Assembly Equipment enclosures shall be installed squarely and symmetrically on the concrete pad. A neoprene gasket shall be attached squarely and symmetrically on the bottom channel of the encbsure prior to installation, with holes for mounting bolts drilled where necessary. Anchor bolts shall be secured in place in the locations shown in the manufacturer's instructions or where bolt holes have been provided. 614.07.02 Supply Control Cabinet Assembly Supply control cabinet assemblies shall be mounted securely on poles using stainless steel strapping. Rigid PVC conduit and fittings shall be installed on wood poles using PVC coated pipe straps with galvanized lag screws at 1.5 m maximum centres. Installation on metal or concrete poles shall be done lJ SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2008-7 27 using stainless steel strapping at 1.5 m maximum centres. The conduit system shall be installed in straight lengths to follow the taper of the pole. Offset bends shall be used where required to avoid pole attachments and shall be kept free of kinks or scorch marks. Section 614.07.02 is amended by the addition of the following: The Contractor shall leave sufficient wire coiled, ducts, etc. for the Supply Authority to make final connections to secondary feed. The Contractor shall contact the Supply Authority two weeks before the power to the service is required and request a "Service Layout". The Contractor will meet the Supply Authority representative on ske and coordinate the requiremerhs to complete the services. Hydro One Networks Inc. shall be contacted for coordination of the secondary connections at each supply location: Hydro One Representative: 1-(800) 337-8422 Exf .3317 (Rob McGfashan) It will also be the Contractor's responsibility to obtain an `Inspection Clearance" from the Electrical Safety Association Inspection Department. The "Inspection Clearance" must be obtained at least 48 hours in advance of the power turn on to ensure that the appropriate Supply Authority will receive it prior to turn on. 614.07.03 Cable and Fuse Cables, terminations and connections shall be installed in accordance with the requirements of OPSS 604. Service cables, from the point of service connection to the main disconnecting means shall meet the requirements of the Code. High voltage fuses shall be approved by the Supply Authority prior to installation 614.07.04 Grounding All pad mounted equipment shall be grounded by means of ground wire jumpers connected between the equipment ground bus and the exterior ground grind. Lighting arrestors shall have the ground cable connected securely to the equipment ground bus. The neutral bus of the main disconnecting means or the secondary neutral terminal of the transformer shall be grounded. In supply control cabinet assemblies, the system ground wire and the service ground wire shall be connected to the neutral bus. All grounding work shall be carried out in accordance with the requirements of OPSS 609. 614.07.05 Photoelectric Controllers Photoelectric controllers shall be installed on poles with twist lock mounting adapters and brackets. Brackets shall be mounted on metal or concrete poles with stainless steel strapping or on wood poles with galvanized lag screws. The photo-conductive cell window shall be set to face in a northerly direction but away from any nearby light sources. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 28' 614.07.06 Quality Control Pn:-installation Testinc and Inspection The Contractor shall inspect the power supply equipment to ensure that it meets the requirements of the Contract. In particular, and without limiting the foregoing, the Contractor shall perform a visual inspection of all the power supply equipment prior to its delivery. The Contractor shall inspect the following components to ensure that they meet the requirements of the contract: General Appearance Insulation Transformers Wires and Connectors Labelling Switches Breakers Grounding Connections Grounding and Bonding Materials Enclosures Materials Cabinet Materials Doors and Latching Mechanisms Conduits and Tubings Any other components Panelboards Contactors Thermostats Exhaust Fans BarrierslRaceways Photoelectric Controllers Proof of Pertormance Testing and Inscection The Contrector shall perform visual inspection on the installed power supply equipment, inspecting all components, as listed under Pre-installation Testing and Inspection. In addtion, the Contractor shall perform Low Voltage System tests on wiring of the equipment in conformance to OPSS 604. The Contractor shall perform all tests on grounding of equipment in conformance to OPSS 609. 014.09 MEASUREMENT FOR PAYMENT 014.09.01 Actual Measurement Distribution Assemblies Supply Control Cabinet Assemblies The unit of measurement is each. ' 014.09.02 Plan Quantity Measurement Measurement is by Plan Quantity as may be revised by Adjusted Plan Quantity. The unit of measurement ' is each. 614.10 BASIS OF PAYMENT ' 014.10.01 Supply Control Cabinet Assemblies Payment at the contract price for the above tender item(s) shall be full compensation for all labour, '~! equipment and materials required to do the work. ------------00000---------- ' AMENDMENT TO OPSS 2414, FEBRUARY 1990 2414.04 SUBMISSION AND DESIGN REQUIREMENTS , Section 2414.04 of OPSS 2414 is amended by the addition of the following subsection: SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 29. t ll 2414.04.02 Shop Drawings The shop drawings shall contain, at a minimum, the following information (a) plans, elevations, sections and details to show enclosure, structural details, equipment layout and mounting arrangement, anchor bolt locations and overall weight; (b) detailed bill of materials; (c) wiring diagrams; (d) details of equipment nameplates and notices. The Contractor shall submit shop drawings to the Contract Administrator. 2414.05 MATERIALS 2414.05.03 Thermoset Insulated tires and Cables Subsection 2414.05.03 of OPSS 2414 is deleted and replaced with the following: All interconnecting wires and cables shall be copper of insulation type RWU90 and shall conform to CSA C22.2#38. Sections 2414.08 and 2414.09 of OPSS 2414 are deleted in their entirety. Table 2, Total Systems Ratings of OPSS 2414 is amended by changing the "Service Cable Size" for 150 KVA Distribution Assembly Rating, from "#2/0 AWG" to "#3i0 AWG". ---------00000 - AMENDMENT TO OPSS 2480. FEBRUARY 1896 Section 2480.04 of OPSS 2480 is deleted and replace with the following: 2480.04 SUBMISSION AND DESIGN REQUIREMENTS 2480.04.01 Design The supply control cabinet assembly shall conform to the details shown in the Contract Documents. The complete assembly shall be "Service Entrance Ready". The complete assembly shall pass Electrical Safety Authority (ESA) equipment inspection, and shall be issued with an ESA label of approval. These approvals shall be obtained before the unit is shipped. 2480.04.02 Shop Drawings The shop drawings shall contain, at a minimum, the following information (a) detailed dimensioned layout shop drawings including sections and details to show enclosure, equipment layout and mounting arrangement and exact weight; (b) detailed bill of materials; (c) wiring diagrams; (d) details of equipment nameplates. The Contractor shall submit shop drawings to the Contract Administrator. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 30' 2480.05 MATERIALS 2480.05.01.01 General Clause 2480.05.01.01, paragraph (d) of OPSS 2480 is amended by the addition of the following: The barcier for the service cables must completely separate the cables from the branch circuit section; the barcier for the photoelectric controller cables must completely separate the cables from the service section. 2480.05.08 Panelboard Subsection 2480.05.08 of OPSS 2480 is amended in that the reference to CSA C22.2 No. 12 is changed to CSA 22.2 No. 0.12. 2480.07.02 Marking Subsection 2480.07.02 of OPSS 2480 is deleted and replaced by the following: Each supply control cabinet shall have identification marking showing the assembler's name or trade mark, enclosure manufacturePs name or trade mark, the number OPSS 2480/SP614F01 and the date of manufacture. The marking shall be on acorrosion-resistant metal plate permanently attached with adhesive to the inside of the door, and be located in a highly visible location. The manufacturer must put the label "SERVICE ENTRANCE READY" on the dead front panel." Sections 2480.08 and 2480.09 of OPSS 2480 are deleted in their entirety. WOOD POLES, DIRECT BURIED IN EARTH -ITEM NO. D6 GUY ANCHORS - ITEM NO. D7 615.05.03 Poles Subsection 615.05.03 of OPSS 615 is amended by the following addition: Wood Poles Wood poles shall be B.Om, class 4 direct buried poles. Amendment to OPSS 815 dated September 1993 815.05.05 Pole Hardware and Accessories Subsection 615.05.05 of OPSS 615 is amended by the addition of the following: The hardware and accessories for wood pole anchors installed in rock shall be manufactured by the following: SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2008-7 31. lJ lJ Manufacturer Product Identity Model Assembly # Product Notes Locweld Inc Anchor for Pole Butt P-9UT Assembly 9-3 Rock Drill 50 mm. Use 50 Iberville Diameter 200 to 305 mm for 3 Anchor drilling template for 3- Candiac, OC Con- Anchor Configuration. J5R 1J5 figuration TeI: 450.659.9661 Fax: 450.444.3111 OR 2159 Vincent M assey Drive P O Box 1900 Anchor for Pole Butt P-9UT Assembly 9~ Rock Drill 50 mm. Use . . Cornwall Ontario Diameter 280 to 406 mm for 4 Anchor drilling template for 4- , , K6H 6N6 Con- Anchor Configuration Tel: 613.936.9190 figuration Fax: 613.936.9217 Email: sales @locweld.ca Homepage: www.locweld.ca OR Canadian Source: Poltec Industries Ltee 10, 440 Henault Anchor for Pole Butt P-9UT Assembly 9-5 Rock Drill 50 mm. Use , Montreal, OC Diameter 355 to 508 mm for 5 Anchor drillin tem late for 5- 9 p H1G 5R4 Con- Anchor Configuration Tel: 514.326.6030 figuration Fax: 514.326.9923 615.07 CONSTRUCTION Section 615.07 of OPSS 615 is amended by the addition of the following subsection: 515.07.09 Quality Control Pre-installation Testing and Inspection The Contractor shall inspect poles for any obvious flaws, prior to erection. Proof of Performance Testing and Inspection The Contractor shall inspect the work to ensure that it complies with the requirements of the contract. In particular, and without limiting the foregoing, the Contractor shall inspect the work to ensure that: all poles and appurtenances have been properly installed. ROADWAY LUMINAIRES AND BRACKET ASSEMBLIES -ITEMS NO. D8 OPSS 601 and 617 shall apply except as amended or extended herein. . SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 32. 1 617.05 MATERWLS ' 617.05.01 Luminaires Subsection 617.05.01 of OPSS 617 is amended by the addition of the folowing: , Luminaires shall be according to OPSS 2432 and the information as described below: The conductors, which connect the luminaire, shall be RWU-90 cross link, #12 AWG. Include a one ' ' metre coil for connection to the luminaire. Luminaires and bracket arms shall be as follows: ' , Each luminaire shall be 100 Watt High Pressure Sodium complete with 100 Watt Auto-transformer or isolated secondary transformer type integral ballast for grounded systems, Type II Distribution-Median s l H fl t ) as ( a g For 120 Volt operation per OPSS 2432, Photometric file No. Cooper OV Cutoff ' . Catalogue Number: OVH10SX22D, or approved equal. The luminaire shall be ies OVHI5SXX2D , . complete with 100 Watt high pressure sodium lamp ANSI designation S54SB-100. Each luminaire shall be equipped with individual photoelectric controller and receptacle. ' Each luminaire shall be equipped with a 2.4m aluminum single tapered elliptical bracket arm. Payment at the contract price shall be full compensation for all labour, equipment and material to do the , work. Section 617.05 of OPSS 617 is amended by the addition of the following subsections: ' ' 617.05.11 Disclaimer The Contractor must make such independent investigations and inquiries of the luminaire suppliers, as it ' deems necessary, to satisfy itself as to the quality, quantity and timeliness of delivery of luminaires re that all material supplied by the Contractor satisfies the specific d t o ensu required by the Contract, an requirements of this Contract. ' If the luminaire supplier(s) is unable to deliver the luminaires required by the Contract in a timely manner, the Contractor shall only seek its damages from the supplier(s). 617.05.12 Marking A permanent label shall be provided and attached to the interior of the luminaire indicating the , manufacturer's name or trademark, catalogue number, date of manufacture, photometric curve number and the ANSIIIES photometric classification and distribution type, the suitable supply voltage and frequency, the lamp type, the lamp wattage and the nominal operating voltage of the lamp so that it is clearly visible during maintenance operations. , A label including a wiring diagram shall be attached to each ballast showing the ballast schematic wiring diagram and shall be visible during maintenance operations. , For asymmetrical luminaires with adjustable optical systems, an externally embossed identification mark shall be located in line with the horizontal axis of the lamp. lJ SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 33. SUPPLY AND MAINTAIN FIELD OFFICE -ITEM N0.8.01.01 PART'E': GENERAL ITEMS Under this Item the Contractor shall supply and maintain a field office for the sole use of the Contract Administrator as described in Clause 15 of the Special Provisions -General. Payment shall be made at 50% on the first Payment Certificate and the 50% balance will be paid on the Payment Certificate following issuance of the Certificate of Substantial Performance. BONDS, INSURANCE AND MAINTENANCE SECURITY -ITEM N0.8.02.01 Reference: RMDCS, 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 shall be made on the first Payment Certificate. MOBILIZATION AND DEMOBILIZATION -ITEM NO. 8.03.01 Reference: RMDCS, Section 01001 The contract price stated in the Tender Form for this Item shall be compensation for the following: .1 Security protection of the Contractor's office, plant and sorted materials during the course of the Contract. .2 Moving onto the site and setting up the Contractor's office, storage facilities, plant, etc. .3 Providing alf necessary access to the project including haul roads as required and the restoration of the surfaces to their original condition after the haul roads are removed. .4 Moving off the site and removal of the Contractor's office, storage facilities, plant, etc. Payment will be made as follows: 50% of the lump sum stated in the Tender Form for this Item will be paid on the first Payment Certificate; and, the 50% balance will be paid on the Payment Certificate following issuance of the Certificate of Substantial Pertormance. PRE-CONDITION SURVEY -ITEM NO.8.05.01 Pre-Condition Survey shall be carried out to depict existing interior and exterior conditions of building, utilities, monuments, bridges, structural improvements, streets, driveways, sidewalks, within the area of influence of the work site and/or specified distances. The "area of influence" is that radius of distance adjacent to heavy construction, within which structures and property are subject to possible damage. The Pre-Condition Survey shall be completed on all structures, or part thereof, within 30 metres of any work, at a minimum. Additional inspections may be required, if deemed necessary by the Vibration & Noise Consultant commissioned to carry out this work. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 Quality Assurance 34. A Vibration and Noise Consultant (VNC) with over five (5) years experience in loss conVol in urban areas shall be retained by the contractor to complete this work. The person in charge shall be a Professional Engineer Registered in Ontario. The Company shall tarty Professional Errors & Omissions Insurance in the amount of $1,000,000.00. Procedure Immediately upon notice to proceed, all pertinent available data relevant to those applicable portions of the work and such other areas as deemed available to be Pre-surveyed is obtained by the VNC. Introduction & Notification A Letter of Introduction from the Owner 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 Properties Should access to a premises by the Inspector be prohibited for any reason, i.e., absent ownerllessor/manager; denial of authorization; vacant; safety hazard; in such case, particulars of efforts made to gain entry are recorded on the Precondition Survey Summary Sheet as follows: Time and date(s) of contact Means of contact (in person or by telephone) Authority (ownerllessor/manager) Reason(s) for entry refusal or inaccessibility Photocraphic Documentation Photographic equipment and materials used are capable of yielding high quality negatives from which detailed enlargements may be made. Payment 100% payment of this Item shall be made on the first Payment Certificate on proof that the survey has been completed. A reduction in the lump sum payment under this Item shall be made for non-accessible properties or refusal to enter properties which deny access to interiors of buildings in the "area of influence". as follows: >75% of entry to building interiors, no reduction in the lump sum price bid. 75% - 50% of entry to building interiors, 20°h 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. n SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-7 35. Pre-Condition Survev Report Documentation of exterior and interior conditions of each property/item surveyed includes, as a minimum: ' Vintage and type of construction • Description/depictioNdimension 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 CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-7 DESIGN GUIDELINES SECTION 900 INSPECTIONlCONSTRUCTIO N ~~~~~vn rvv /IVSPEC770N MATERIALTANDCONSTRUC77011~36 t 1.0 CENE1tAL 1.01 These gttidditres as to 6e used in ooojuttdion wpb the conditions sd out n tlhe Subdivision Agte~t, in particular Schedule "1"-Duties of Owttds Schedule'L"-Regttlatioos krCoostrtution. ~ i .02 The Owner's Con~g Engttteer shall all Works. ~°~ ~~ etspection and supervision of I A3 The Coruuhiug Engineer shall take extensive prrction photos of lands, atd shall provide dated/described copies of such photographs to the M tmtctpdily l .04 Construction sites are to be maintained to prevent trmooessuy ponding of water. 1.OS Prior to requesting the mspa.,tions (or re-inspoctioos) bona Ute Municipality, the Cottsuhing Engineer shall verify the proper completion of the Works, and suboA a written request. I -~ Ali egwpmdu, materials and methods involved in trrnt:h backfill, 611irrg, graoulars. cotttxele and asphah shall 6e monitored and Certified as acceptable by the owners t.;eotedmical Enaooa (see attachod Corm). Urdess rrotod otherwise, the term "canpacted" shall mean 95% Statdard proctor or highs (native materials) and 98°/. Standard Proctor or higher (granular materials)- Such certification shall be in a form acceptable to the Director and shall include all supporting documentation and (~( results. Mix designs for concrete and asphalt shall be obtained and appmved by the Geotechnical Engineer. The Geoteclmical Engineer shall ensure that the type, frequency, kx anon and results of all tests is sufficient to ertwre certification Furthermore, the Geotechnical Engineer shall ensue all results for a given stage of construction are acceptable prior to commencing the next sage oC construction. 2.0 STORM SEWERS 2.01 All materials shall be visually inspected by the Consulting Engineer upon delivery, to ensure conformity with specifications and the approved engineering drawings, and to ensure any damaged/substandard material is marked and removed from the site immediately. 2.02 Installation of stone sewers shall be continually rnonilored for adherence to proper bedding, pipe laying, backfilling and compaction procedures. All storm sewers, catchbasins and manholes shall be consWUCd true to Gee and grade- Street catchbasins are to be installed in precix aligrunent with curb lines, and no tolerances will be permitted. Rear yard catchbasins shall be accurately surveyed and verified by the Consulting Engineer for coned location poor to the issuance of a Certificate of Comple4on. The precast tops of manholes and catchbasias shall.be checked for excGSs brickwork prior to roadbuiMing. INSPECTION, MATERULSAND CONSTRUCTIOA~-37 2.03 Trench widths shad be kept at a minimum, wldle provtdlag pt~ widd~ to enable mechanical . All trrnc6itsg must at6ae to Ministry of Labour roquiteatrats. 2.04 Mttnhoks aro to be batd;Gllod with compacted sod, e>cteoding mia l.0 m lain me outside face of the structure. (Gtchbasios min. 30pmm {~ ~ face of the atrudoe). 2.05 House comogioas shall eatead 1.5 m mto the lots and be plugged with appoved removable phtgs. Bedding shall be as per approved standard drawing. Teti shad fie pre- manufacturod [or pipes 450aun diameter atd srttada, rnred (ou site) if 525mm diameter or largey and shad fie sotaue and wneAigbl The Wert of all Zees shall fie located above the spriagliue of me server main and sled fie a mirinaatl of 600trun Gom the atarest adjacerst tee a joint, unless apgoved otherwise. 2.06 Cotscrete pipes iotdout of rrsartholes shall fie corraele cradled precisely to the first joint 2.07 All storm sewers, including shoe! and rar yard raldlbasio leads (and irtdividual service laterals wfidr directed), shall be inspected using approved high quality video recording equipment acrd proeodtrnes. The irrsEsaclion shall be carried out in a manner acceptable to the Mwicipality acrd all video tapes shall be slrbalitted tome Municipality for review and permarnrnl storage. Vidoo re-inspxtions may also be requested. 2.08 Infiltration shall eot be permitted into the slam sewer system. All leaks shall be investigated b determine tlrcir source and shall be comocted to the satisfaction of Ilre Municipality. 2.09 Pipes which have failed in any manner, including cracking (0.3mm design boding cracks excepted), exposed reinforcing or other defects, shall tR removed and replaced to the satisfaction of the Director. No repairs shall be undertaken without the consent and the direct supervision of the Murucipality_ 3.0 BACKF~.LaHC GRADING AND CRANi11,Att ROAD BASF 3.O1 Bac~ll containing orgartic or frozen material, or excessively moist material which cannot support conventional compaction equipment, shall be deemed unsuitable and shall not be used. Thc initial lift of native backfill shall not excced I.0 m in depth above the compacted sand rover ovtt Ilse storm sewer and each additional lift shall be placed of layers not excceding 300mm loose measurunenl (unless pre-authorized by me Geotechnical Engineer). Each lift shall be compacted until it has achieved the specified density before any additional lifts are placed. 3.02 F3ackfilhng operations shall follow pipe installation as closely as passible and be limited to 75 metieaofopentrenchmaxirnum. ~. INSPECTION, MATERIALS AND CONSTRUCTION-3d 3.03 The Geotet9toical Bnsiooer shall docanteat all kits, failures and tncluti~ ~' ~ se ue ti l d q n a or er, contmrously Uaoughout the ~°~' A aPY of all ttst results s1taD b e kept at the site trails, in add'iq'ou to ~m8 ~lY P~b6 of all test results oa ~e plan d ~ fik atn 3.04 The CooadtinB stall ensure that the ~~ ~ hoe gtadod to the correct width d th , an at We minimum 3'4 erossfap is cottsiataUy maiataittod, wiW no longitudinal rtes permifted. 7Le Geotedmical shall r~gtby a ro riate k h pp p s og meastues to assess the tatilability of the subgrade, incl ~I~ aad shall make a pP~~e ~mme~tions to the Cottsvltiog EoBioes and M possible, bcalizod soft eras is the subgrade shall be ~P~ty- ~Vheoeves material. nW granntar material. Nhea additional ~~ wit6 suitable native ~s ~ be used' They sttonld be id corrs etrd an a afteet by sUaet basis. Subdrairts rrmst 16rn be bwered accadiagly, and 10:1 host tapers must be providod. 3.05 Subdtains shall be installed only after the subgnde has ban proof-mlled and tlk road strucnue has been finilized. Subdtains shall be ~~ true to line and grade, iu a trench condition and sh ll be , a baddllod with approved gramrlaz material having aggteg~es not ezceoding t 4mm. All su6drains shall be supplied with a filter sock. 3.06 The Geotechnical Engiurar shall confirm (n a form acceptable to the Municipality) the acceptability of each stage of roadbuilding prior to subsequent stages camoarcing. Subse uent sta f q ges o road construction shall trot proceed without approval from Municipal stab: 3.07 After base cuffs are installed, all Granular B must be regraded and verified by Municipal staff prior to placing Granular A. (Any Granular A placed prior to base curbs shall be considered Granular B). 3.08 Granular material strap be tested in accordance with the latest O.P.S.S. specifications. II ~ Material shall be tested at the pit and also as it artives on site. Material trot conforming to the specifications shall be rejected and removed from site- ~~ f 4.0 CONCRETE WORKS 4.01 Concrete to be supplied by M.T.O. approved sources only. All concrete shall be monitored and all applicable tests (compressive strength, slump, air entrainrnen~ etc.) shall be tamed out by rite Geotechnical Engineer as spaified in accordance with the 'i ~ applicable OPSS and ASTM specifications- Any material not meeting specifications shall be receded immediately- 4.02 Ail concrete to be placed as per the Murticipahty's Standard Drawings- Contraction joints shall be in accordance with the Municipality's-standard drawings and shall be completed as early as practical and before any initial cracking occurs, Large cracks or several INSPECTION, ~fATERIALSAND CONSTRUCTTON-39 f smaller cradca bdweea coatradion joints in taa6s wiI rogtitle nrmoval and replacaaeat of that section of twrb. SidewaBrs with distend sacks wip also trequire replatxmeat. 4.03 Cttring ootapoand ah~16e gentrotrsly ~~ ~ ~ a~pt~od a sutatxs, re~atdleas of ambient teotpa>ttres or settsoo, betwtxa I and 2 htttas of 6niaiitiog. 4.04 All curbs to be paced trsrog approved cmb gtiCh~q, ~~ contxrte fonood tltrtog ~nt~me P shall be ptorapUy trimmed and removed ~ W 1Le teogl6 of nab to be removed and replaced shay be t S m. No concrete patch repairs shall be permitted. 4.05 Prior to placement of top cwb, base cmb shall be clanod and tlrat ~~ by Municipal staff: Base curb and stirrups shall be repaired t+odlor replaced as diredod. 4.06 The depth o! lop nab at the edge of pavemart shall ant be less than I OOmm and shall be wntintrally verified by the Cotuuhing Engineer- 4.07 Immediately poor to the placaoeat of top nab or sidewalk, Ute existing surface shall be dampened with water to prevent leaching of moisture (torn the liesh coacrde. 4.08 Driveways b be as per approved house siting plans, with minimum widdts of 4.6m for single detached homes. 5.0 ASPHALT PAVEl11E-t't' 5.01 All asphalt pavement materials shall be supplied by MTO approved sources, in accordance with OPSS 310, 1003 and II50 (latest revisions tltereo[). MarshalUezlractionrdensity tests shall be carried out by the Geotechnical Engineer in accordance with OPSS and relating to the approved mix design Note- Provincial and Municipal projects differ with respect to contract administration, paving project sizes, Quality ContraUQuality Assurance procedures and testing frequencies. As suck, several OPSS specifications arc not appropriate for Municipal use and shall not apply, as determined in the sole discre4on of the Director. Since current testing methods do not enable ongoing monitoring {and therefore conective action) of the asphalt, the onus shall be on the asphalt suppliers and contractors to ensure, through their own Quality Control methods, that their product meets the basic standards with no exceptions for 'borderline' Zest results permiaod. Any reference to 'borderline' or to taking 'immediate con-ecti4e action' based on notification of laboratory lest results shall be deleted and the product deemed unacceptabk_ le_ OPSS D310A8 04.02 which permits au voids beyond acceptable limits, provided the contractor lakes 'immedlare correcrwe~ocrion' shall not apply. Unacceptable work shall be-immediately removed. Financial compensation using MTO formulas.(to offset service 'life reduction in borderline work) may be considered, at the sole discreligr of the Director, providod streh amount is calculated by the Consulting Engineer, and all parties are in agreem. ent. INSPECTION,1KgTERULSAND CONSTRUCT70N-40 ' SA2 Prior to phrcmg sttrGoe asphah, base asphalt shall be swept clean of all dirt, debris and dust. Areas of base asphah shall be removed and sawcut at all perimetgs. The ttse of a Ceo-Grid a ~ ~ ~~~' ~ a y~~ directed by ~e M i ~°~ °9wvaknt may also fie uniform thidtness. ~ ty• Low areas shag be padded to errsta;e a surfatx tsWt of ' 5.03 Each nuntale is b be precisely raised to fuel grade, and verified by the Developer's Consulting Engineer and Municipal staff; 5.04 Tack coat shall be applied lust prior to surface paving operations and shall fie a6owed to dry until it is in a proper condition of tacldoess. The length of roadway prepaed shall be limited b the immediate paving section, to reduce traclting. It sha116e eveaty applied at ' the rate of 0.4 GtresJsq. m taking care sot to spray curbs, sidewalks or say other adjaeart surfaces. 5.05 Driveway paving shall be folly inspected and verified for depths of sloce and asphalt, and the compagion thereof, and ensuring Urat asphalt is at a sufficient temperature for placement. HL3A (tffJ~ will not be permitted, except in spacial cases with the approval of the Dircdor. Crowning or rounding of the limestone will not be permitted. Materials testing may be required for driveway apron gravel and asphalt, as direded_ ' 6.0 TOPSOR„ SODDING AItD SEEDING 6.01 All areas requiring sod shall lust be fine then prepared with IflOrrmn of nod ~~~ rnspe~ed by the Conwlting Engincer, g 9~tY topsorf Topsoil and sodding shall meet the requirements of OPSS S70 and 571, in addition to meting any additional requirements set out in these specifications- Boulevards shall have 2°/. positive drainage toward the curb and shall be fully sodded, except m areas covered by driveway aprons or sidewalk. i 6.02 All topsoil shall be fice from native till or clay, roofs, vegetation, weeds or debris, stones and clods over SOnun in diameter. Imported topsoil, if required, shall be fertile, bamy, screened material of a quality acceptable to the Director (containing approximately 4°/, organic matter for clay hams and 2°/. minimum orgartic matter for sandy looms with acidity range of G.0 PH) Topsoil infested by the seeds of noxious weeds will not be acceptable. r 6.03 All sod shall meet the requirements of Ontario Sod Growers Association No. I Bluegrass Fescue Nursery sod. The sod shall be taken tom good bamy soil and shall be healthy, well permeated with roots, have urform leztme and appearance and be free tom weeds. Sod must be laid within IFirty-six (36) hours of being cut. Care must be takers during its transportation and placement to present any drying out. Sod shall match Hush with all ~; adjacent .surfaces and shall .have no open gaps, overlapping edges or uneven joints. Where adjacent or fronting lands have already been sodded, care must be lakenio ensure INSPECTION, M~lTERULSAND CONSTRUCTION-41 t_ sodsod shape 6esgk haositan is achieved, On slopes 3:1 and stetper, 6.04 Laid sod shall be immediately rolled b aafice and CO~n~ ~dratdy t6aeaAer and sMll cooUaue~ eves watamg shall are wdl wed ,~ ~. If sod fails to a ~t basis ~) ~Y roots through ww N0 ~~ shall 6e msde io h~y,~~m~dl'~,~~ be sod entire wort sha0 6e do«oe~m ~ ~ t;~ted 6y the DiireGoc ~ profess>aal m aPPemaaoe- Any sod deemed refit b with an even surface, and to coommuaicate wil6 rrsidenfs regarding y~ ~q f pews ~ e+tst oo t ~traUOr y laid sod over the host year. 6.05 Where approved ~iPafih', hydraulic saeding and mulching may be performed provided tlwtil ~~O ~°`~'c"I Stmdrd Specification No. 572. ~I ~ ~ 1 1 CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-7 STANDARD DRAWINGS P:SDept 12\12-292131Specs\IncompleteSStandDraw.doc PAGE ONE STANDARD DRAWINGS CONTRACT NO. CL2009-7 STANDARD NO. DESCRIPTION C - 101 1200 mm PRECAST CONCRETE MANHOLE 104 SINGLE CATCH BASIN 105 DOUBLE CATCH BASIN 108 STORM SEWER TRENCH BEDDING 109 PVC STREET CATCHBASIN CONNECTION 110 HOUSE SERVICE LOCATIONS 111 PVC STORM SEWER SERVICE CONNECTION ' 113 ROUND MANHOLE FRAME AND COVER 114 BEEHIVE CATCH BASIN FRAME & COVER 301 302 PERFORATED PLASTIC SUBDRAINS STANDARD CURB AND GUTTER 305 CURB AND GUTTER DETAIL AT CATCHBASIN 307 STANDARD CONCRETE SIDEWALK 309 DRIVEWAY APPROACH FOR RESIDENTIAL DRIVEWAYS 311 SURFACE PAVEMENT JOINT TREATMENT 501 1.8/1.2M CHAIN LINK FENCE 502 CHAIN LINK-SINGLE GATE (RESIDENTIAL) 503 CHAIN LINK-DOUBLE GATE S - 301 SANITARY SEWER HOUSE CONNECTIONS ' 307 METHODS OF INSULATING SANITARY SEWERS AND WATERMAINS 401 SANITARY, STORM AND WATER (MAIN AND SERVICE) TRENCH BEDDING DETAILS 407 SUPPORTS FOR WATERMAIN, SEWERS PIPING AND CONDUITS CROSSING TRENCHES 408 100 mm to 400 mm DIA. GATE VALVE AND VALVE BOX 409 422 HYDRANT ASSEMBLY WITH MECHANICALLY RESTRAINED JOINTS DEFLECTION OF WATERMAIN UNDER SEWER 429 19 mm TEST POINT BY-PASS 431 JOINT RESTRAINING LENGTH FOR PVC PIPE 433 THRUST BLOCKING FOR PVC WATERMAINS 435 CATHODIC PROTECTION FOR TRACER WIRES ON PVC 450 VALVE STEM EXTENSION AND BRACKET 514 TRENCH RESTORATION DETAIL OPSD- 206.050 SUBDRAIN PIPE CONNECTION AND OUTLET -RURAL 218.01 SODDING OF SIDE SLOPES 219.110 LIGHT DUTY SILT FENCE BARRIER 219.180 STRAW BALE FLOW CHECK 219.211 ROCK FLOW CHECK DAM, FLAT BOTTOM DITCH 400.010 CAST IRON SQUARE FRAME WITH SQUARE OVERFLOW TYPE DISHED GRATE FOR CATCHBASINS 401.010 CAST IRON, SQUARE FRAME WITH CIRCULAR CLOSED OR OPEN COVER FOR MAINTENANCE HOLES 561.010 INTERLOCKING CONCRETE PAVERS ON GRANULAR BASE 608.010 METHOD OF TERMINATION, CONCRETE CURB AND GUTTER 701.010 1200 mm DIA. PRECAST MAINTENANCE HOLE 701.021 MAINTENANCE HOLE BENCHING AND PIPE OPENING DETAILS 704.010 MAINTENANCE HOLE AND CATCHBASIN PRECAST ADJUSTMENT UNITS 705.030 PRECAST CONCRETE DITCH INLETS 600 x 600mm STANDARD DRAWINGS CONTRACT NO. CL2009-7 2. ' STANDARD NO. DESCRIPTION OPSD- 803.030 FROST TREATMENT -PIPE CULVERTS FROST PENETRATION LINE BELOW 803.031 BEDDING GRADE FROST TREATMENT -PIPE CULVERTS FROST PENETRATION LINE BETWEEN TOP OF PIPE AND BEDDING GRADE 804.050 GRATING FOR CONCRETE ENDWALL 2001.010 ELECTRICAL LEGEND I 2001.020 ELECTRICAL LEGEND I! 2001.03D ELECTRICAL LEGEND I!! 2001.040 ELECTRICAL LEGEND IV 2001.090 ELECTRICAL LEGEND IX 2210.020 INSTALLATION OF DIRECT BURIED POLES IN SLOPES 2235.01 POLE GUYING DETAILS 2238.01 WOOD POLE IN EARTH 2240.01 WOOD POLE WITH ELIPTICAL BRACKET, OVERHEAD AND UNDERGROUND CIRCUITS 2242.02 WOOD POLES WITH AERIAL CABLES LASHED ON MESSENGER 2245.01 INSTALLATION OF AERIAL CABLE SYSTEMS 2245.020 MINIMUM VERTICAL CLEARANCES FOR AERIAL CABLE SYSTMS 2250.01 ALUMINUM TAPERED ELLIPTICAL BRACKETS ON METAL AND CONCRETE POLES MOUNTING DETAILS 2255.010 POLE WIRING DIAGRAM 2420.01 1.8m AND 2.4m ALUMINUM TAPERED ELLIPTICAL BRACKET 2421.01 LAMP WATTAGE LABEL FOR LUMINAIRE Other- STD. 1 Valve Box for PVC Storm Cleanouts DWG.1 PRO-ECO-CITE Headwall Structure DWG.2 PRO-ECO-CITE Headwall Structure CSP-10014 Regular Duty -Safety Grate for 1400mm dia to 1800mm dia. CSP 1 1 r i i 1 1 f r ','~ ~,r I' °o SECTION A-A CATCH BASIN I I eb 115 r 30s -{-305 --I 115 100mm PERFORATED 200mm SOLID WALL PJC %PE ._ _ ._.._.. _.._.71ER RUN UAffSTOFIE (COMPACTED) SECTION B-B NOTES 1 All precast components to be from approved suppliers. PLAN 2 Compacted sand backfill within 0.3m of catch basin. 3 Refer to C-109. and C-30tY for. additional details. 4 Invert of sub-drain and the obvert of catch basin lead are to be level. 5 Lift holes to be completley filled with mortar before backfilling. All dlm~nsbns an In mllllmolns unNa oMorwho nofod. :D04 SINGLE .CATCH BASIN ~~. ~: C=104 8~0 115 610 115 113 ~ ~p~ ~ O 250mm SOLID WA PVC PIPE i .. I-.:~ I SECTION A-A 13O 1700 230 1 610 610 AIOII[AR 100mm PERFORMED $Ue0RAM5 •~ I 1 I 1 iO 1 1 1 I TSOmm SOIJD WALL PNC PIPE :1 SECTION B-B 75mm OF 19mm CRUSTIER RUN LMESTONE (COMPACTED) NOTES PLAN 1 All precast components to be from approved suppliers. 2 Compacted sand backfill within 0.3m of catch basin. 3 Refer to C-109 and C-305 for additional details. 4 Invert of sub-drain and the obvert of catch basin tend are to be same elevation. 5 Lifting holes to be completly filled with mortar before backfilling. IS All dllmmbn~ an In mINlmNru unlp~ olh~rwb~ rlobd. ._ J M»<nicinalty of Clarineton Enaiaeerine .Services Deuartmeat DOUBLE CATCH -BASIN ~~ ZDD. C-105 COMPACTED SANG 9B; SPO GLASS B BEDDING BEDDING AND CLEARANCE INSIDE PIPE OWIETFR d(MN) M (WN) UP TO 900 100 3p0 1050 ANO LARGER 150 500 All dim~nslon~ an In mRI1mNn~ unlM~ ofhuwb~ rwfM. APRIL 2004 STORM SEWER-TRENCH BEDDING R.MSON Na ALVSaI aic C-108 tMM6ACI11RED SANDED P.Y.C SLEEVE (WATER110FIn CATCH BASIN sots wAU P.v.c. GTCN 6~59i IFAD (SA.R 35) 30(knm SAND COVER COMPACIID TO 98x SPD Y } , / - 19mm CRUSHER RUN L1MESfONE TO TOP OF PIPE, COMPACim TO 981< SPO C-117 NOTES 1 Pipe to enter catch basin at right angle 2 250mm dia. leod for double catch basin. 3 200mm dia. lead for-single catch basin.. All d(monstom an In mpllmNm unless olllorwis~ mNd. M ci alit of Clar' n Engineerin Services De artment u~ lavewx w.. P.V.C. STREET CATCH BASIN CONNECTION C-109 APRL 20D4 ~~ r FlNISHED GRADE // N N }y' \ \ ~ F C j / \ F / N ~ 3 / 600 1500 /~ ~ / C/L LOT y. . ~.,. <4~.~ rv+`., ~~ ° / :y .a3! ~i.,r . ~~ ~'° ~ ' 0 8 . \ ~oo~ caMPACrED SAND .'1 . - . "~; n ~ m j CODER TO 98 SPDS I U I J : ~ - ~-' o- v ~ v ~'W^ ~ ,.. - \ 79mm CRUSHER RUN LIMESTONE % /•. /~ /\~\~/~~/~~ TO TOP OF WC PIPE AND ~ } ~ COMPACTED TO 987[ SPD. ~ SECTION A-A I I N.rs. T , ~ ~ 150 7500 m SDIEETIINE , I ~ SrOP A I 1 A I I I I I ; i 187e a CUf1ER I I i TAAra1DLE sroRM sEwEN I_ I _ _~C/L S`REEr L i ---~uANeoLE ~'-------- ~SWRARr SEWER ------------- ----------- ___ _~____ _ CURB h CUTIER WATQUWN _______________ ___ _ __________ _ HYDRANr SiREERJNE NOTES 1 For storm service connection T~etail s refer to C-111. 2 For sanitary/water service connecti on details refer to Durham Region specifications. AN dlm~nalon! an In mIII1m~In~ unless othTWwlTa noNd. ~ - M ici alit of Clarin ton E ee Services De artment a~ IarsoN Na "` "`~° HOUSE SERVICE LOCATIONS 'D - C - 1 1 O APRIL 200. Z ?_ ? W LL' Wy' r \ /~ _ ?x - t .- ;. _~ ;~~ SIOPE CONNECigN TO ^ _ HOUSE WEETRJC T&G s : i ~ (MIN. 1.& MA%. 3.0) :..Y'.1 ' • .. . ~ " •: 100mm CRU54ER RUN IJMESTONE ~ TO TOP OF PIPE ' ~ •. O SOpnm SAND COVER i COMPACTED 791rvn CRUSHER RUN lYESTONE 150m1n ~ P.V.C. (SD.R 2B) PIPE PROFILE -~"NO TO BE MACHRIE-CORM LD BRANCH TO BE FIRMLY WED TO MAW SflYEA. RROHI) CH NOT 70 PROJEI SEWER ISOmm . Bwwa PRFAVVn1FACNRE[ CONNECTION FOR SEWER NOTES MAINS 450mm~ & SMALLER t Service connection invert to enter main at springline or higher. All dlmorolona on In molros unlop othonW notM. M 'ci alit of CYar' on En "eerie Services De artmeat alaTan - .Na APPRO~ID PVC STORM ~ SEWER - - ""~°" °°E' SERVICE CONNECTION C_ 11 ~ APRIL 2004 - CONNECTION FOR SEWER MAINS 525mm0 & LARGER A LIFT HOLE ~ ooona OOOOOOO g oaooanao OOOOOO ~OOOO DOOOODO oooaoaooa a oa COVER PLAN 4.Smm IM)(. 621 CLEARANCE 114 29 2929) L~ 21 11 1 I I 700 B 19 67 /8--~ ~- 61J SECTION B-B 5 SECTION A-A Tr 124 116 ~~ NOTES 1 Allowable tolerance for dimensions of 300mm or less is t 3mm. 2 Allowable tolerance for dimensions greater than 300mm and up to 900mm is t 6mm. 3 The name of the manufacturer is to be distinctly cast in raised letters. 4 The designation "STORM" and year of construction are to be distinctly cast in raised letters. All dimsnslons on M mlRlmstns unbss oMsrMW not W. - ' M11711cip811t9 Of C1ariIIetoII F.n ein no.;,.w Cn..v:..va ne..., ~a.""."..a ILLMSION M0. ROUND MANHOLE. „~ FRAME AND COVER C-113 APRIL 2001 FRAME PLAN 678 azo 0 N Q SECTION A-A B m L IU O~ ~~ O Oooo ~~ ~°~°a~~ ooooa ° ° °o° ~ ~ ~ L l7 r GRATE PLAN SECTION B-B All d/manplooa an In.ml~maMs unlaaaoMarwba nofad. _ M 'ci alit of Gl on En ' eerin Services De artment ..~„ ~ BEEHIVE CATCH: BASIN °~ ~L2~, FRAME & COVER C-114 FRAME PLAN CURB AIO CUTTER FlNI$Flm BOUIF/ARD 150 ~ ~• r ~~~ , .: ~ .. .. GRAHIIIAR 'A' BIiCIffR1 OR APPRaJED EQUNMENT 300 IOOmm CORRUGATED, SlOT1E0 PIASIIC PIPE WITH FACTORY INSTµyEO FlL7ER FABRIC. 150 NOTES 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 dlmombns an In mAllmNna unNU oMHlnlw nofW. M 'cipality of Clariagton En ' eerie Services De ~ artment nsaD .. nD~ICR IIO. "'"°'"' PERFORATED PLASTIC SUBDRAINS ~~ APR~~ soon ~ ~ C-301 DRNEWAY DEPRESSION 25 ~ r25 .. ~ ' ~' +~• .25 .. t...•, ~ _I • _•I ~ 550 (SEE NOTE {) i STANDARD CURB AND GUTTER LEDGE DEPRESSxR7 BARRIER CURB NO7E5 1 Concrete shall conform to OPSS specifications (30MPa, 77 t1.5~ air). 2 Contraction joints every 3.Om (maximum). Saw-cuts to be 259. of total depth. 3 Curing compound is to be sprayed on within one hour of finishing. 4 Additional width required where curb is adjacent to sidewalk. All dlm~mlon~ an In mII1lmNrp unNp ~oM~rwl~~ nofW. APRIL 200 STANDARD CURB AND GUTTER ImsoR uae C-302 -- --/ I B / I I i SHAPED AREA A DO i A Q OO i i i 2 i i SEE p \ ~ NOTE 2 D \ ---- \. CURB ENDS TO BE MADE VERIICJL (RUSH) --- "`JJJ AT TYE OF POUPoND. 7OP CURB TO BE ALIGNED ACCURATELY MTIH BASE CURB. PLAN /.2m CB FRWAE 70 BE CORRECRY ~ AUCNED WfIFI PRECAST / - Fau_ DEPTH EICPANSION JOIM I r ~l I I I I ~--- I I L- ---J t -------- ADJU511AENT UNRS, MIN. ONE UNf(, MA% 3OOmm MORUIR TOP AND BORpA ROwS ONLY (MWUfACNRER'S SFALAM TAPE BEIWEIII RONSj ' SECTION B-B SECTION A-A NOTES 1 For grate specifications see OPSD 400:010.- 2 Stage I - temporary asphalt filler around catch basin including full curb. 3 Stage II - remove osphalt filler and complete curb in one pour. AD- dlmglalera on M m11BmNna ~unl~M ofhwwb~ nofW. M 'ci alit of CI on En ' eern Services De attment ~ avmoN N0. CURB AND GUTTER .DETAIL Araa4a - - M,E AT CATCH BASIN C-305 APPoL zoos DIRISigW1 11H6: MIN. O.Jm APAiTr AND 1.Sm LONG I 11A%MAJ11 SPACNO OF 7(Mn BEIwFETI EXPANSION JfM1I5 NO YAIERE SIOEwAU( ABUTS ANY RIGID SniUCRIRE 0.75 PROPERTY LBJE lb 1.5 a I CONCRETE INi%L CONIRNCRON JOINTS (1T'P ) DEPRESSED CURBI 1.5 0.75 W j ZS I ~. . 17Omm iSDmm AT DRNEWAYS COMPACTED NATNE MATERIAL (SEE NOTES 1 AND 2) NO 1 TES Use t00mm 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 conform to OPSS specifications (30MPa, 77. t1.5% air). 4 Curing compound to be sprayed on sidewalk within 1 hour of finishing. 5 .Expansion joints to be be placed full depth of sidewalk 6 Contraction joints to be 257. of full depth of sidewalk. 7 Surface of sidewalk to have a broom finish. - - - All dim~rltlont an In NI~1TM uONp oiMrwlll~ Oo1W.. M 'ci alit of Clar' on En ' eeria Services De artment r'~D IIT5m1 NIA. """°" ° - AT'PIl01m Title STANDARD CONCRETE SIDEWALK C-307 APIaL zaoa i L~ V RffER TO APPRO'vED HOUSE SNINO PLAN (AU7(. 6.Om) uulr aP APPRWCN PAYRIC - 2S TO SfREEf LRIE COpCREIE SgEWAU( 50mm FU ASPFIALT 150mm CRANUTAR 'A' OR `--COItl'ACIED SUBCPADE SIDEWALK SIDE OF STREET s~REFr lNE sx m e>< APRIL 200. ~4ML 150mm GRAMMAR 'A' OR . _ _ CRlR11ER RUN L111ESIONE(COMPACIED) COYPACIED SUBORADE NON-SIDEWALK SIDE OF STREET dlm~nsbiu an (n mI11ImNnq unla~ NMnrlw netts. DRIVEWAY APPROACH FOR RESIDENTIAL DRIVEWAYS RcvmaN aic - C-309 PAVEMENT BiISE PROPOSED PAVEMEM 100 i /- TO BE RE/10VID 40mm Hl3 ALL EDGES 1D BE PNNfED VnDi A Bmllnraus EAIULSgN SECTION A-A EXISTNC PAVEIAEM All dim~nsbna an In mltllmaMa unNaa ofh~nriao notW. Mu 'ci alit of Claris on Ea ineerin Services De artment cNEaan rar<aoN Na... - aaaoN we "P"°"° SURFACE PAVEMENT. JOINT TREATMENT C-31.1 APRIL 2aoa TO BE REIAOVED _ . _.. _ _. 88.9mm 0.0. END CORNER POST CaTE POSE 1.Sm FENCE of SfRETC1IER e.N BANDS DOfknm C.C. (STEEL 3 x 19mm min.) ~ p Y O "1 .:~ 429mm 0.0. 42.9mm O.D. PiE RNI EEL 57RETCIiER BM 5 x 19mm fm:._1 40-75mm GCE DROP FORGED TURNBUCKLE 3.Om 6O.7mm O.D. LINE POSiS IDIUCKIED TOP EDCE rASIQ1ER5 45Omm 0.C. r 3Omm WIRE MESH ~MN. NO. 9 G4l1GE W9tE KNUCKLED BOTTOY rASiENER9 SSOmm C.C. 3.Om JBmm WIRE MESH No. 9 G41GE 1.21n FENCE END POSr, CORNER- POST OR GATE POST FOOTING -TOP OF FOOTRIGS TO BE SLOPED CONCRETE FOOTINGS ~-MN. NO. 9 CAUCE WK2E UNE POST FoonNc ~;2 1 All posts and pipe rails to be galvanized. 2 ire mesh to be on the public side of the fence with the posts and rails on the private side. 3 Fasteners shall be 6 ga. aluminum or heavier, all rails and posts gauge to be schedule 40. 4 Sonotubes are to be used for all footings. - -_ All 41m~mdom an le mIMmNlsa uDN~~ olhorwbo no1Nd. - - 1nWKW /n 1.8m/1.2m CHAIN LINK FENCE a,E A?RIL 2004 ~ - ~ C-501 07m (3' KNUCKU71 TOP EDGE GATE POST e9mm O.D. 42mm O.D. BPALE PADLOCK aEmmoH - cu.sP INTERHU. BRACE 32mm O.D. DRDP FORCED TURNBUCNIE iRNAE - 429mm OD. GATE POST CAP - GATE POST 89mm O.D. -SIREfCHER BANDS. 300mm O.C. -JBmm GALVANIZED WUS MESH 9 CAUGE :~ E siBETa1ER BAR ao Se19 mm MW MINCE BOLT ~. i0 O e ~_ ~ • , s Q&JtANCE KNUCKLED BOTTOM EDGE 1 Gates into yards with a pool shall be equipped with self-closingq and self-latching devices placed at the top and on the inside of tfie gate. 2 Wire mesh to be on public side of gate. 3 Gate frame to be constructed of 42.8mm o.d. galvanized steel pipe. 4 Gate to open onto private property. 5 All gate components to be galvaniaed schedule 40. 6 All wire fasteners to be 6 gauge aluminum. 7 Gate posts are to be 3.Om in length. 6 Footings to be concrete. ul dl d I m99mNrp Ma E N mon wa 9n n un • otMrwlp nohKf. Municiuality of Clarin -ton En eerin Services De artment AD~tS10M w a~oK nnE CHAIN. LINK-SINGLE .GATE (RESIDENTIAL) C-502 ', '' '' 1 ',S '' ~: I' NOTES 1 This standard to be read in conjunction with C-501. 2 Frame members and braces are to be welded. 3 Gate latch to be lockable. 4 All hardware and gate frame to be galvanized. All dlmmslomi an in m1111m~Ma unbu oM~nbo mIM. - - - Mt><nici alit of .Clarin n Engineering Services De artment ocnaa ~ Rwia wo. - "`"°~' CHAIN LINK.-DOUBLE GATE ~~ """'~°°` C-503 A~ zoo. FlNISHEO SHOULDER GRADE OF ROAD ALLOWANCE PROPERTY UNE E E BELL END WITH PLUG OR ~ SHORT LENGTH OF VC ci o ,.~ COUPUNG WfiFi PLUG OR PVC SDR 26 I I ~ ~ 'B' 9.525 STUD k (2 REWIRED) 'TAMPIN' EXPANSION ANCHOR ~~ ~ PIPE COUPLING MAX. S FULL LENGTH OF VC LWCH OR PVC SDR 28 2 'A' -MIN. 75 mm, MA%. 125 mm OBVERT TO OBVERT 'B' - MAX. 300 mm OBVERT TO OBVERT SEWER MP1N CEMENT MORTM 19.050 HOLE }j. i~. 31.750 DEPTH MACHINE fN51DE CIRCUMFERENCE CUT OPENING OF PIPE 1v10RTAR-ON SADDLES FOR CONCRETE MAINS OVER 450 mm DIAMETER PIPE COUPUNG 22.5' BEND 7 100 mm VC OR PVC SDR 28 SADDLE BRANCH SEWER MAIN A A ~~~ TOP VIEW STAINLESS RING SEAL ACCORDING TO STEEL NUi 7 MANUFACTURERS AND SPECIFICATION WASHER _~ STAINLESS STEEL SECTION 'A-A' srRAa NOTES: 1. IN NEW SlN3DM510N5 THE SANRARY SEWER AND WATER SERVICE CONNECTIONS SHALL BE INSTALLED IN SEPARATE TRENCHES. IN CASES WHERE THE SEPARATE TRENCH INSGLlA710N 6 NOT PRACTMAL, SANRARY SEWER AND WATER SERVICE CONNEC170NS MAY BE INSTAlLEO IN A COMMON TRENCH AS PER DETNL 'A'. 2. IN NEW SUfTDMSIONS All. CONNEC710NS 70 1HE SEWERS ARE 70 BE MADE WfIH A FACTORY MANUFACTURED T. FOR CONNECTIONS TO IXISTNIG SANRARY SEWERS, OTHER THAN PVC A SADDLE CONNECTION WY BE USED. MORTAR-ON SADDLES SHALL BE USED ON CONCRETE PIPE GREATER THAN 450 mm DIAMETER. CONNEC110N5 TO EXISDNG PVC SEWERS SHALL BE MADE WITH A FACTOITf MANUFACTURED TEE OR AN APPROVED SADDLE CONNECTIONS TO EXISTING A.B.S. TRUSS PIPE SHALL BE MADE WfTH A SOLVENT WELDED SADDLE. A FACTORY MANUFACTURED WYE SHALL BE USED RT THE FlRST UPSTREAM LEG FOR ALL SEWER CONNECTIONS. 3. 45' STRAP OFI SADDLE $F1AL1. BE USED ON SEWERS OTHER THAN PVC PIPE, WHEN IATERPL INTERSECTS SEWER MNN AT AN ACUTE ANGLE 4. THE SEWER CONNECTION SHALL BE WD FROM THE AWN TO 1.5 m BEYOND THE PROPERTY UNE RI NEW SUBDNISIONS ONLY. 5. THE END ~ ALL SEWER PIPE SHP1L BE MACHINED. ALL CUTTING AND MACHINE SHALL RE DONE BY CONTRACTOR. 6. A CODLING SHALL RE INSTALLED AT DEAD END ANO SHALL BE PLUGGED USING A WATER TGFfi PLUG. 7. DEFLECTIONS OF PIPE AT JOMlIS IS NOT TO E%CEED 75 mm I.E.: 150 mm MA%INUM DEFLECTION FORA 3 m LENGTH OF ASBESTOS CEMENT PIPE 75 mm MA%IMUM DEFLECTION FOR 1.8 m LENGTH OF VETRIFlEO CLAY PIPE 8. PIPE COVPUNG SHALL BE 'RING-TITS' OR EOUNALENT. PVC SHALL BE BELL AND SPIGOT JOINT. 9. REFER TO STD. 5-401 FOR BEDDING REOUIREMEFRS. 10. WHEN MORTAR-ON SADDLES ARE USED. A MACHINE CUT OPENING SHALL DE MADE IN THE SANRARY SEWER WRH A CORING MACHINE. 11. 27. MIN. GRADE TO 107. MA%. GRADE FOR 100 mm DIA. PIPE. 12. 17. MIN. GRADE TO 107. MA%. GRADE FOR 150 mm DIA PIPE. FINISHED GRADE d =MIN. 75 mm, DEPTH OF BEDDING BELOW PIPE. i o ~ r Bc =OUTSIDE DAMETER Bd m MINIMUM WIDTH OF MIN. TRENCH 600 Bc + 600 mm WffH MIN. gc OF 900 mm OR Bc + ' o o WIDTH OF SHORING + WATER SERVICE SEWER SERVCE a i o 600 mm 3 ~ ~ Bd DETAIL ' COMMON TRENC A' H DETAIL - DWG. DATE:. 1981 04 SANITARY SEWER HOUSE CONNECTIONS REVISION ND.: REV. DATE 2006 04 AND SADDLES `';GALE: N.T.S. ' 1-00 mm & 150 mm RIPE - WORKS DEPARTMENT ~ ~ ~ ~ O TRENCH WIDTH /~ FINISHED GRADE O.D. + MIN. 6D0 / i " ~ ~ ~G\\\\\\\\\\~ SAN00 95 x P~RODCTOR K ENSf1~PACTED ~ I 7a`y EXTTUDED POLYSTYRENE INSULATION l ~Y'i ~~ : ~~ ~~'~ `• .:: ~. ~. .: •~ ~ ~SIYROFOAM HI 40 OR APPROVED EOUNALENT) a >® ~ WATERMPIN OR SANTARY SEWER BEDDING DETAIL AS PER 5-401 FNISHED GRADE n ~o \\\\\\ x SAND \~\\\\ o n n x III \\\\\\\ ~~ \\\\\ III ~ { SAND DACKFlLL COMPACTED TO 98z PROCTOR DENSTIY - EXTRUDED POLYSTYRENE INSUUTION - (STYROFOAM HI 40 OR APPROVED EOUNALENn E%ISTING GROUND BELOW SPRINGUNE OF THE PIPE NOT SHALL BE DISTURBED - WATERMAIN OR SANITARY SEWER H >= 1350 ~~ W O.D. + 2 (1500 - H) OR 0.0. + 600 mm WHICHEVER IS GREATER. WHERE W = INSULATION WIDTH O.D. = OUTSIDE DIAMETER OF PIPE SHALL BE INSULATED H = DEPTH OF PIPE SHALL BE INSULATED (MINIMUM = 1200 mm) SAND DACKFILL COMPACTED TO 98X PROCTOR DENSftt H < 1350 METHODS OF INSULATING SANITARY SEWERS AND WATERMAINS 1N0: DATE:- 1980'02 IEVISION NO.: 7 tEV. DATE: 2002 10 {GALE: N.T.S. S-307 D. + 60j MIN. 900 g. . O.D. + 600 r°~ - SANG COVER COMPACTED O.D. +600 I^- (MIN. 900) ~ I _ _ •+ TO 96R PROCTOR DENSRY ~ (MIN. 900) - .~. c -025D WRH A ~ .-i./. { 1.. pq, ..e 1 i 1" i~ ~1 ~ ° ~~ 1 , y AIIN. OF 100. :?'. g 1+4.1 Yd ~_ o° ,.a,.1 ? 'a n 1~p'qq,~ .~. 1.i 1 iY n e r.-ti _"_ ~.~.i :171 W>. , J - .. ,~ :. ' ::•' .. a .a. n- PWN OR REINFORCED ~-., - ~ 5: " `•~d"~ .,11 CONCRETE MIN. /S MPo - - ~ ~ .. ;• : ' ~ DRY TRENCH ~ O : ~ Sc ~.F p. . ._~~:. ~ O- 19 mm CRUSHER RUN `{;' O- ? {; : •: .... e' ° ~ . n o UMESfONE COMPACTED ~n o ; "e, c'• .. .. -e•%r,:`^:", o o TO 98 R PROCTOR - , ~ ,1 c o 20 MPa .ya1'it.'':.)~'-+-N:.^'~~:71.o.^`"s, DENSfiY '~y{:~~+iy `i '4.va ~ CONCRETE . _ ..Ai?~~:::?.• 100 WET TRENCH .{:'~,- -: 1l.~. . J : 100 I 19 mm TYPE 1 j CONCRETE ENCASEMENT CONCRETE ARCH CLEAR STONE CONCRETE CRADLE DETAIL ~S 1. PVC WATERMA/N MAY NOT BE CONCRETE ENCASED. RERSORCED Ay = 1.OR LT= 4.8 2. CONCRETE ENCASEMENT OF GRAVITY SANRARY RENFORCED Ay = 0.4R LT= 3.4 SEWERS MUST EXTEND FROM PIPE JOINT TO PWN Ll= 2.8 PIPE JOINT. 3. THIS DETAIL APPLIES TO PROPOSED PIPING O NLY - ~1 F-- ~-1 (MIN 900) I I 0(MIN~ 9~ '$< `i.= b ~' ' ~~+" "`=:~TT "~%~i r . ~ . :: c ; , SAND COVER COMPACTED 0 ~ - - i> " - ^ i9 ~ :.`~.. TO 98R PROCTOR DENSffY SAND BEDDING AND COVER COMPACTED IN 150 mm DYERS _ TO 98R PROCTOR DENSf1Y _ O~ O~ DRY TRENCH - H G d o 19 mm CRUSHER RUN - _ LWESTONE COMPACTED 100 TO 98 R PROCTOR - oENSrrr - 1 ao - - - I WEf TRENCH 19 mm TYPE 1 ~@ CLEAR STONE CLASS D CONCRETE AND CPP PIPE DUCTILE IRON AND COPPER PIPE L1 = /.9 LEGEND 0.0. = OUTSIDE DIAMETER OF PIPE LT =LOAD FACTOR I-~O.D. + 60D --I O.D. + 600 (MIN. 900) I ~ (MIN. 900) ~ Aa = ARU OF STEEL NOTES t SANG COVER COMPACTED - I TO 987. PROCTOR DENSITY - 0 - '- 1. BEDDING MATERIALS SHALL BE FULLY EXTENDED ._ n n AND COMPACTED AGAINST TRENCH WALLS. { - .~' ~ BEDDING MATERIALS SHALL BE PLACED ANO t COMPACTED IN 150 mm DYERS. lT I 2. NO MECHANICAL COMPACTION EOUIPMENi SHALL 19 mm CRUSHER RUN BE USED ON TOP OF PIPE PRIOR 70 PUCING LIMESTONE COMPACTED 0 o ~~ TO 98 P ~O A MINIMUM OF 300 mm COVER. p O R ROCTOR ~ DENSffY 3. PIPE SHALL BE BEDDED TO PROPOSED LINE ANO GRADE WITH UNIFORM AND CONDNUOUS SUPPORT FROM BEDDING. BLOCIONG WTR1 ANY OO HARD OBJECT SHALL NOT BE USED TO BRING I 100 THE PIPE TO GRADE. 19 mm TYPE 1 CLEAR STONE T 4. 19 mm DIA CRUSHER RUN LIMESTONE TO -I ~ MEET OP55 1010. - GRANUUR A SPEC. - ~~ TRH QTY ~H TABLE 2. 5. 19 mm TYPE 1 CLEAR STONE TO OPSS 1004, (~~ ~~^~^ p 1008 CRUSHED. J{ym{y~ 6. CONCRETE TO OPSS.MUNI 1350. PVC PE AND VC PIPE AL.L DIMENSIONS IN MIWMETRES EXCEPT WHERE NOTED. DWG. OATS 1978 03 SANITARY STORM AND WATER "~"S'°" "°~ . - REV. DATE: 2008 04 (MAIN AND SERVICE) TRENCH BEDDING ~A~: N.T.S. AND CONCRETE ENCASEMENT DETAILS - 5-401 WORKS OEPARTAIENT LJ i L~ -J '' ', i , ',, , WIDTH OF TRENCH STEEL BEAM OF ADEQUATE SIZE GRWND ~ ~ 'fir TEMPORARY ~~ ~' i ~ HANGERS -L ~ ~ p0 NOT REMOVE ~'~' ~' MANGERS UNTIL BACKFlWNG I I J~.-^-p~- D.• OPERA710NS REACH 7` ~'~`;- THIS PqM 1 0 1p~ N `~ `~ Z~ Z ~ cWi~ ~ I•t- 7g mm CRUSHER ~~ $ 1 ~' ~'y..:•~~.:. i. :: .-y. j.~._• .':: RUN LIMESTONE ~ ;• ':: _y. ,: •~..:• ~ ;. F- n ~ ~ . .•. yq. ~+;. ~5~.. ... .f,L7.~. COMPACTm TO 95R ~:F:.. .ter.'. ...~':ft PROCTOR DENSRY i o~ 3°n MIN. CONCRETE SLAB O.D.+800+H 1 600 15 MPa AT 28 DAYS NEW SEWER WATERMNN 7TH OF TRENCH STEEL BFM/ OF AOEOUATE SIZE GROUND ELEVATION 1 TEMPORARY HMIGERS I f ~- (('' DO NOT REMOVE 1 I ~ HANGERS UNRI D.+ BACKFlLLING OOI- -~0 OPERATIONS REACH THIS POINT 19 mm CRUSHER RUN UMEStONE COMPACTED TO 95R PROCTOR DENSR7 - O.D.+600+H NEW SEWER OR WATERNAIN CROSS -SECTION LONGITUDINAL SECTION CLEARANCE LESS THAN 1200 ALL DIMENSIONS IN MIWMETRES EXCEPT WHERE NOTW. __-. - - _. - - - ~ DWG. DATE: - 1983 04 [' RENSION NO.: 5 ~~ SUPPORTS FOR WATERMAIN, SEWERS REV. DAIS: 2002 10.. SCALE: N.T.S. PIPING. -AND CONDUITS CROSSING TRENCHES S'4O7 WURKS DEPARTMENT - 13 mm ROUND HOLE WITH GRgAMET 135 mm SURE TYPE VALVE BO% & COVER TRACER PARE E%TENSION (AS REWIRW) 50 mm OPERATING NUT OPEN TO LEFT GUIDE PLATE NON-RISING STEM TRACER WIRE CONNECTED TOGETHER USING A SPLR BOLT * /0 CONNECTOR. SPLR BOLT SHALL BE WRAPPED Al ELECTRICAL PUTTY. WATERMAIN 19 mm CRU SHE RUN LIMESTONE E °' o ~' ni XW ~W ~N .,. SHALL 1 FASTENED TO OPERATING NUT WITH 2 SET SCREYS WIRE ~~ V GASKET ~ :'~ 5.4 kg ZINC AN01 300-I SOLID CONCRETE BLOCK 150 mm x 150 mm x300 mm NO TES e. TRACER N1RE COATED, 7 STRAND, 1. VALVE BO% SHALL DE ADEWATELY BRACED MMILE BACKFlWNG 12 WAGE TW75, TNV75 OR ANO MUST REMAIN PLUMB. RN90%LPE HIRE RATED A7 MINUS 40' C. 2. VALVE 80% EXTENSION SHALL BE USED ONLY IF REOINRED. 3. REFER TO STANDARD SPECIFlCATIONS FOR THE CONSTRUCTON 9, TRACER WIRE SHALL BE INSTALLED OF WATERMAINS~ FOR PLACEMENT OF MARKER STAKES. OUTSIDE VALVE BOX AND BROUGHT 4. VALVE SHALL BE COMPLETELY BACKFlLLED N17H 19 mm INTO UPPER SECTION THROUGH 13 mm CRUSHER RUN UMESTONE RWND HOLE LENGTH OF TRACER WIRE 5. WHEN THE DEPTH OF THEOPERATING NU7 6 GREATER INSIDE YALVE BOX?0 BE 450 mm MIN. THAN 2.0 m BELOW FINISHED GRADE AN EXTENSION 10. TRACER PARE SHALL DE INSTALLED IN ALL STEM SHALL BE USED. P.V.C. AND C.P.P. h1AIN LINE VALVE BO%ES. 6. ALL INUNE VALVES INSTALLED ON PVC WATERMAIN SHALL BE 11. CATHODIC PROTECTION, BONDING CABLE AND TRACER WIRE RESTRAINED AS PER 5-433, UNLESS OIHERYASE NOTED. SHALL BE AS PER 5-435, 5-439. 7. IF VALVE BOX IS LOCATED IN A GRAVEL AREA, A 1.0 m z 1.0 m x 50 mm. ASPHALT COLLAR SHALL BE INSTALLED. 100 mm TO 400 mm GATE VALVE, VALVE BOX AND TRACER WIRE ARRANGEMENT FOR PVC OR CPP WATERMAIN DATE: 1991 /1 ION NO.: ' 16 -408 -150 WRAP TRACER WIRE ONCE AROUND HYDRANT BARREL - e ATTACH TRACE WIRE UP THROUGH SPOT RING AND FASTEN TO HYDRANT FlAA1GE BOLT h~ i~ ~~ FR8SHE0 GRADE ADJUSTABLL VALVE BOX SHALL BE ~ ~SEf FLUSH WfM FNASHED GRADE TRACER WIRE COATED 7 STRAND 12 GAUGE TW7S, TWM117S OR RW 90 XLPE WIRE RATED AT MINUS 40'C 19 mm CRUSHER RUN LIMESTONE COMPACTED TO 98x PROCTOR DENSITY -~ CONCRETE BLOCK 200 z 200 x 300 ~w W Z ~ ~o rcw W S O ~ W m W F 150 mm GATE 150 mm PVC PIPE ' TRACER WIRES CONNECTED TOGETHER i USING A SPLR BOLT / 10 CONNECTOR SPOT BOLT SHALL 8E WRAPPED IN ~ ELECTRICAL PUTTY i ~ ~ ~--~ :.1w :d :'i ~. ~ JOINTS SHALL BE MECHANICALLY ~ ~iOo ~ RESTRAINED AS PER 5-433 ~ n ~ / I ~ CONCRETE BLOCK MIN. 1000 150 x 150 z 300 ~ ANCHORiTEE 19 mm LIMESTC TO 98S ' AS PER MUNICIPAL STANDARD CROSS-SECTION ' DENSITY NOTES 1. JOINTS SHALL BE MECHANICALLLY RE5TRNNED. 2. BEDDING AS PER S-401. 3. HYDRANT EXTENSIONS SHALL BE INSTALLED AT BOTTOM OF BARREL 4. ANCHOR TEE. VALVE & HYDRANT SHALL BE COMPLETELY BACKFILLED WRH 19 mm CRUSHER RUN LIMESTONE. 5. IF HYDRAM REQUIRES ACCESS ACROSS DRCH, RISTALIATION SHALL BE AS PER 5-428. 6. TRACER WIRE COATED, 7 STRAND, 12 GAUGE TW75, TWU75 OR RW 90 %LPE WIRE RATED AT MINUS 40'C. 7. TRACER WIRE SHALL BE INSTALLED AT ALL HYDRANT LOCATIONS. e. CATHODIC PROTECTION, BONDING CABLE AND TRACER WIRE SHALL BE AS PER 5-435, 5-439. -ALL DIMENSIONS IN MIWh _HYDRANT SET WITH MECHANICALLY RESTRAINED JOINTS RUN 7978 03 13 N.T.S. -.409 MIN. LENCIH = O.D. OF SEWER + 900 NOTES ~_ SEE DETNLG 5-433 AND 5-431 FOR ME1H00 OF RE5IRANING JOINTS ON P.V.C. WM. p, COMPACIm CRANUUR SINLL BE PULED BETWEEN SEVER 8 WATERMNN AS PER 5-407. 3. PROVtOE CATHODIC PROTEC710N fOR FIRINGS PS PER srANwno oRAWINCS. DEFLECTION OF WATERMAIN UNDER SEWER WHERE NO7E0. E:. 2004 07 NO.: S-422 '' ''' 1 1 i VALVE SHALL BE OPERATED B1' REGIONAL PERSONNEL ONLY PROPOSED WATERMNN MIN. ~OSED AND EXISTNG WATERMAIN SHALL BE TAPPm USING SERVICE SAT)l1LE 19 mm MAIN STOP SWJl BED REMOVED AND RET'IACm WffH A 19 mm BRASS PLUG AFTER TESTING HAS BEEN COMPLETED 19 mm CORPORATgN COPPER COMPRESSION SERVCE TEE JOINT W MALE I.P.T. ~OW COUPLING ~~ E%ISTING WATERMNN 600 3 LL I 19 mm TYPE 'K' 1 COPPER 19 mm BACKFLOW PREVENTER 19 mm CURB STOP MAY BE OPERATED BY THE CONRUCTOR 1. TRENCH SHALL DE LEFT OPEN AND FENCED IN ACCORDANCE WRH SAFETY REGULATIONS. 2. INSULATION OF WATERMAIN BY-PASS REWIRED DURING FREEZING CONDITIONS. ALL DIMENSIONS IN MIWMETRES E%CEPT WHERE NOTED. . ~ - ~ - DWG. DATE: 1982 03 ' - - REVISION. NO.: 5 ~. - ~ - REV. DATE: 2005 OS 19 mm TEST POINT BY-PASS 9DALE: N.T.S. MORKS DEPARTMENT - - S _ T Z ~.. tESIRUNED JOINT DETNI S PER 5-413 u~C rt~ 'I 1 Sff +;.. ~- :. .' -_-_ _~ < ~ .: TRENCH BED \ C S~', 'fez TREN~pI~ 1RENF Gib 19 mm CRUSHER RUN ~' ~ •"" ~ 19 mm CRUSHER RUN ,. -:..: UMESfONE COMPACTED ~• LIMESTONE COMPACTED ;•:y~:, ,~,. LIOM TO 98 X OF PROCTOR o~ ~. ~ O.D. 70 98 X OF DENSfn ,•*•'•.~: '~ ~ PROCTOR DENSITY ~ CLEPR STONE FOUNDATION AS REQUIRED SECTION B-B SEE NOTE 3 SECTION C-C DOWNWARD THRUST VERTICAL DEFLECTION UPWARD THRUST 1. ALL JOINTS ENCOUNTERED WITHIN THE SPECIFIED RESTR4INING LENGTH L' SHALL BE RESTRAINED ON EACH SIDE OF THE FlTTING. 2. GRANULAR THRUST BLOCKS SHALL BE NLLY EXTENDED AND COMPACTED AGAINST TRENCH WPLLS. 3. IF THE BEARING CAPACITY OF TRENCH BED RESISTING DOWNWARD THRVST IS LESS THAN 100 KN/m2. CLEAR STONE FOUNDATION SHALL BE PROVIDED AS DIRECTED BY THE ENGINEER. 4. WHEN FITTINGS ARE PARTWIY OR FULLY FXPOSED UNDER PRESSURE, ALL JOINTS MUST BE RESTRAINED. 5. ALL FITTING JOINTS SHALL BE RESTRANED IN EARTH FlLL APPLICATIONS. JOINT RESTRNNTS ME N07 REQUIRED FOR STRA1GHf RUNS IN ENGINEERED FlLL APPLICATIONS. 6. CATHODIC PROTECTION, BONDING CABLE AND TRACER WIRE SMALL BE AS .PER 5-435, 5-139. NNED JOINT DETNL R 5-451 19 mm CRUSHER RUN LtlAESTONE COMPACTED TO 98 X OF PROCTOR DENSITY. SECTION A-A MINIMUM DIMENSION FOR GRANULAR THRUST BLOCKS DEFL PIPE DIAMETER (mm) '~G~ 100k150 200 300 400 11.25' 100 500 600 700 22.5' 400 500 600 700 45' 450 550 650 750 90 600 700 850 950 TABLE NO. 2 Z• MINIMUM RESTRAINING LENGTH (m) 1 VERTICAL DEFLECTON HORIZONTAL PIPE Dl4 DOWNWARD THRUST UPWARD THRUST DEFLECTION (~^~^) 11.25 22.5' 45' 11.25' 22.5' 45' 11.25 22.5' 4S 90' 100k150 1.5 2.8 ` 4.9 4.9 - 7.5 10.1 1.5 2.8 4.9 8./ 200 2.0 3.7 6.3 6.3 9.6 13.1 2.0 3.7 6.3 10.5 300 2.8 5.2 9.0 8.8 13.4 18.3 2.8 5.2 9.0 14.9 400 3.6 6.7 11.6 11.2 17.2 23.7 3.6 6.7 11.6 19.3 ' - - ~ - DWG. DATE: 1991 11 ' I JOINT RESTRAINING LENGTH RENSIDN ND.: 5 REY, DATE:. 2006 04 FOR PVC PIPE 6GALEc N.T.S.. • __ (IN COMBINATION WITH GRANULAR THRUST BLOCK) S-431 WVRKS DEPARTMENT - 1 i JOINT ~~ GRANULAR THRUST BLOCK- 19 mm CRUSHER RUN 600 LIMESTONE COMPACTED TO 98 x PROCTOR DENSrtY. MECHANICAL JOINT CAP :, • s. UNDISTURBED GROUND - PLAN DEAD ENDS GRANULAR THRUST BLOCK- .. ,°~~ 19 mm CRUSHER RUN LIMESTONE COMPACTED TO 98 x PROCTOR DENSITY. .. '` ~~~ z~UNDISfURBED a,~~~ '^~ GROUND A PLAN -~ ~ ~,-~~~-~ '° GRANULAR THRUST BL01 -60Q 19 mm CRUSHER RUN LIMESTONE COMPACTED 98 R PROCTOR DENSITI MIN. xi 150 '="~~-UNDISTURBED ELEVATION SECTION A - A I WHERE PIPE IS TWO SIZES LARGER OR MORE TO REDUCED PIPE. i.e. 300 ~ TO 150 200 0 TO 100 4 RESTRAINED REDUCER I -PLAN PLUGGED CROSS NOTES 1. ALL JOINTS ENCOUNTERED WFMIN THE SPECIFlED 4. WHEN FITTINGS ARE PPTiTULLY OR FULLY ExPOSEO RESTRAINING LENGTH 'L' SHALL BE RESTRAINED FROM UNDER PRESSURE, ALL JOINTS MUST BE RESTRAINED. ' THE FIRST JOINT ON FITTING S.ALL FTT NNG JOINTS SHPLL BE RE5TRAINED IN EARTH . 2. GRANULAR THRUST BLOCKS SHALL BE FULLY EKTENDED FlLL APPLICATIONS. 6.CAT}iODIC PROTECTION, BONDING CABLE ANO TRACER AND COMPACTED AGAINST TRENCH WALLS. IF TRENCH WIRE SHALL BE AS PER 5-435 5-439 WALL ARE SATURATED OR DISTURBED, SPECIAL DESIGN , . 7 ALL SIDES SHALL BE RESTRAINED FOR IN LINE TEES DETAILS OF THRUST RESTRAINT SHALL BE PROVIDED BY . . THE ENGINEER fOR REVIEW BY THE REGION. B. JOINT RESTRAINTS ARE NOT REQUIRED FOR STRPIGMT 3. GRANULAR THRUST BLOCKS SHALL DE ENCLOSED WITH RUNS IN ENGINEERED FILL APPLICATIONS. FILTER FABRIC IF GROUND WATER TABLE IS ABOVE THE PIPE DIA. ~L~ MIN. RESTRAINING LENGTH (m) 100h 150 15.2 200 19.6 300 27.7 400 36.3 - - UW[i: UAIb 1991 it THRUST- BLOCK FOR PVC WATERMAINS RENSIDN ND.: ,D FOR HYDRANT RUN~UTS, TEES s~A~°AN .;~DD6 D4 _ ~ AND DEAD ENDS S-433 WORKS DEPARTMENT ELEVATION r d~ ZIP `J ,~ E ~IS S~p~DE ~ ~ ~11P~' ~'^ ~~ ,pW,~~,~DGA ,p"r~0 "' ~~,t! ~' ~ ~ ~ ) 5~4 k9 ~ R ~~ ~' y" ~' . `~ 5~ ~ ~- o ZNG 1 5 P~~ .~ °~ ~ ~ ~~ ~ ~1 P~ p~PDpOS~rr D ~O~~~E GDpP e p~A 1. ANODE SHALL BE P THE WATER SYSTEM THE BOTTOM OF TH BETWEEN ANODES 5 2. ALL BONDING AND LADED AT LEAST 1.D m AWAY FROM APPURTENANCES ANO AS DEEP AS E PPPURTENANCES. MINIMUM DISTANCE HALL BE 1.0 m. (NODE CABLE CONNECTgNS SHALL BE ALL THERMIiE WELD CONNECTIONS SHALL I APPROVED COANNG MATERIAL. Vl BE N0. 6, SEVEN SiRM10 2E, CADWELDED TO FIRINGS. 5WU1 BE SUPPLIED AND WSTALLED IN T) BY THE REGION FOR EVERY WIRE INSTALLED. CABLES SHALL BE BLUE AND i SMALL BE WHRE. ODE SHALL BE INSTALLED CATHODIC .PROTECTION /BONDING CABLE /TRACER WIRE FOR PVC AND CPP WATERMAIN SYSTEMS DATE:. 1981 ION NO.: 6e S-435 r~` ~~ SR~ ,~~ r ~~ 5+,dDE ~ ~~~ d~ 1 1 1 1 i ~~ 1 1 NON-SHRINK NON FERROUS e 7 ' i /~`~ ~ OPERATWG NUT 50 mm SQUARE _ \ ~~~ CAST IRON VALVE BOX EXTENSION ~ ° e a \\\\\ 6.5 mm GALV. STEEL PLATE TO GUIDE J EXTENSION STEM BOLTED TO SUB WITH 9.5 mm GALVANIZED BOLTS STEEL EXTENSION STEM WITH COUPLING TO SUIT 50 mm SQUARE VALVE NUT SEf SCREW 100 mm DIA EMRA HEAVY SOIL PIPE ~~~~ 0 TOP OF VALVE CHAMBER ` o n n n. -_-a' d \\ e ~ e 37.5 mm Dl4 HOT ROLLED STEEL STEM n d. 575 X 11 I BFAM a d ~ 13 mm STEEL PUTE ' ____ d' VALVE ROD GREATER THAN 2m, ° ~ VALVE STEM SHALL RE SUPPORTED - 70 THE CHAMBER WPLL BY BRACKET as - NOTES 1. VALVE STEM AND VALVE SHALL BE PLACED PLUMB. - - 2. ON EXISTING CHAMBERS FASTEN BRACKET TO WALL USING 15 mm X 75 mm LONG LAG SCREWS WITH 75 mm LONG EXPANSION SHIELDS. 3. ON PROPOSED CHAMBERS. BRACKET SHALL BE FASTENED TO THE WALL USING 15 mm % 200 mm LONG BOLTS WITH WASHERS AND NUTS. -- - -" - - DNG. DATE: 1991 11 VALVE STEM EXTENSION REVISION Na:.' - _ REV. DATE: 2002 10 I - - SCALE. N.T.S. - -- ~:_.._ AND BRACKET S_45~ SAWCUi TRENCH TO TOP UP TRENCH WTfH GRANULAR ' ' WIDTH AS REQUIRED BY A TO MATCH TOP OF E%ISRNG 5-401 FOR PAVEMENT GRADE CONSTRUCTION OD+600 PAVEMEM SURFACE (MIN. 900) COURSE ~pAVEMENi BINDER - GRANUIM 'A' GRANUAR 'B' SURABLE COMPACTED SUBGRADE MATERIAL AS PE11 5-401 SAWCIfT ASPHALT TO FULL DEPTH OF BINDER. SURPBLE COMPACTED SVDGRADE MATERIAL NOTES 1. DEPTHS SHALL BE AS NOTED UNLESS OTHERWISE SPECIFIED 2. WHERE EDGE OF TRENCH IS WRHIN 1.0 METRE OF EDGE OF PAVEMENT, FULL DEPTH PAVEMENT REMOVAL SHALL BE REWIRED 3. REMOVE AND REPLACE E%ISfING ASPHALT FULL DEPTH TO 450 mm BEYOND LONGTNDIAL ENDS OF TRENCH 4. DEPTH OF GRANULAR AND ASPHALT MATERIALS SHALL DE AS SPECIFIED ON CONTRACT DRAWINGS. TEMPORARY RESTORATION 3.000 METRES MIN. WIDTH OF MACHINE PLACED SURFACE COURSE BINDER CWRSE WIDTH AS REOINRED FINAL RESTORATION TRENCH RESTORATION DETAIL 300 (MIN.) WIDE lAP JOINT AS PER 5-501 _ HL-3 PAVEMENT SURFACE COURSE _ HL-B (2 LIFLS) PAVEMENT BINDER COURSE GRANULAR 'A' GRANULAR 'B' - BEDDING AS PER 5-401 O6 S-514 ~, 1 y d n 'd d ~ _ ~ C 2 r Y .. ._ C d J o °p ° • o . . o _, E p p p . v° ~ °- `m c. 'o ; o ~ - a o.. v E E.v v n E E; ~ g ~ - E° n ' OE9 v n c ~ ~ d NC. ~ ._ n v _~ E c E ~n f v ~E of °o~ a,N E m `o~ m`v E n=i wz Doti o.°-' °m'c 9z E o E oo E. u o or ~ o c c n i W ~ m O Z N ~~ c W E d Eo E° d J o u ° °° ° ~ W E ~ ° ° ° ° Q O > ° ° ° p N d ~ O d o a ° ~H W W N10 7e °° ~ ~ d Q ° ° ° o FQ °° ~ ° F'W °° °° ~ f ° o ~ _ ° ° ° ° ° ° , W Q J ° i QU °° °°t°°p ° ° o o I - ° p ° ° ° ~ WZ °pp p °p ep N. n ~_ U p ° ° ° ° I J ~ ° ° ° ° U °~ Z~ °° ° f JW N o° ° c °u o ° ~ ~F E ° °°0 ° _ I ~ Ec of I ~ a Oo£ oN r ~~ 0 Y ~ oE`~' EE~o N °-'xmE j N Y N ON mN a d n I O d a d J V~ O ° L W N W -_- cl v d Ep m o > p J n N NJ,~, 0. rn i .~ . M~~~~ I I > ~ I I 0 N I 1 ~ I I I I Q O I I (n O I I ~ I I O Z I I I I U Z Q o ~ ~ W s 0 J v ~ H ~ ~ v Z ~ Q ~ ~ Z Q u J ~ y a Q Q Z ~ ' o ` U ~ ~ d rn Z m ~9 O ~ U v 3 K In W ~v~ a z ann° Z "°~' U O ds~ ~ U o n ~ a - d ' c o O O L N Y rn u 0 0 n ° d N u a d o E u N a c o d •• p m~ av o m V U f/~ d n ao d v E E p' c E v v v c J U_ ~ L J _ U O C w d d ` ° q N ~« c~ ~ ~' - o ' ; _ -_ L C p p L U n E p] y d a ] pU C C o? o F C p a ' ~~Vd Ec ~ ~O a c n n O p C E C N O p ~ d N O C L _L C C d VO ~ O N U 41 ry~ n L J E ~ ° n E c v m n ~ o n p V I.I.I n° p U d ° d ] jll W O l p S U L ~ O Q O O i Z ~NNI? Q 6] // a ~ ] - C r E `o n j _ C p' _ U. 1 d a 0 i]n E f o ..v mo 00 ~~ m" o ., d E` ,~ a ~ N J Y p Q d Eo d a En W h E-° O ~ Y ~ o W { °- a '"' d n" 'I a o J d.." n d ~ ~ 4J Q oL V V C ] y ~' O(n H ~ m d o_ p N y u -o ] Y O ] ` p d C d J ~ o= /i I/ a v z° 4" F a Od m n `v a ~ n o I v D C- C O ] pL Z p u d O ~. av d J 2 °n a cc a ~ C ~'o O `C ~ d d ] d mm~ ~i v `o r Z J O - n o2 3 (~)W p O Ua d y v w W O Z E a o'v c ° ZZ Q to d d n ~ Q 0 3 L O W m U p d a ~__°a av "' ~ Q ~ d ; J U d Z p F Q 1 ` rnN Q~ d n J c ~' a c O L N d ~ O ~° % cd o.. J Z p Q F W H Q Z W ~_ d w W a` c ao ;o J p H ~ U ~ d d'W ~ _ 2~ C p J«NO U~ <U 0 v v_ Z V, O `/' v rn r 0 -v rn cn maz.. . D ~ i u _. ~ ~ ~ </1 o . i.o ~ ~ M D O ~ O u ~ 0 ' 0 0 ~ n 3 a _ o _ 3 0 s n ° w o c 's ~ o n w a u 0 ~ Z s D £ ~1 0 0 F T V ? ~ o "' v ~ N ~ o 00 ~ c o O ~ o ~ I b I ~ t ~ I t < I t 1 ro .~ 1 t • ~ 1 . ~.~ , % ~ ` - ` : , . \ -' { .1 • .\, ~.~ _ • '' ' .- r _ • .i ~ • ~ •11 1 ~ 3 . ~' ,• ~:. ~: • ~~ ..o . c, _ ~o 0 i ~N ~~ y M O p 40 Y y 1 O r1 ~ y O ~ = .. ~ ., ,. ~ .; . •, ~ • ~, . ,- -~ .~ : '~- _~~ \ '~. :~ ,,` `\ L N' 1 N' i~ ~~ Areo under (.., Construction !t ~~~ ~ ~> T (~ o~ ~~ ~~~ End I ~ ov !r~ ^~ ~ ~~ Barrier r K main run ~ ~ ~~ ~ ~ ` ~ End run --" `wv i4 q{ Area under protection i~ '~ PERSPECTIVE VIEW Area under construction Direction of flow Silt fence barrier SECTION Direction of flow 2.3m~ Moin run PLAN Stoke Geotextile c ~ 300mm min E of geotextile E in trench 0 Direction ~ ~ Trench to be of flow I backfilled and compacted Eorth surface o 0 I I e SECTION A-A NOTE: A All dimensions are in millimetres unless otherwise shown. - Areo under protection Nov 2006 1 Rev LIGHT-DUTY ---------- ~ts~ SILT FENCE .BARRIER --------- OPSD 2.19..1 10 t Earth Stokes 150mm from end of bales Directio~n7 of flow Straw bales C Note 1 I PLAN PLAT BOTTOM DITCH Stakes driven flush I I ,~ ~ Low point ~ ~ i Bottom of end bales --r ~' of downstream row to be higher than the low I point of flow check. Downstream bale position outlined. TYP Straw bales Note 1 I Y Y V Y I ' SECTION A-A Direction of flow Stakes 150mm C from end of I bales BL . .,. . PLAN C~ V-DITCH Earth 9 ore Stakes driven flush ~~ Low point -' Trench ~1: AI r ~ ~,Y,, ~ `Trench Bale ties not to be in contact with SECTION B-B ~s -~ ground Trench to be bockfilled and compacted 7500 NOTES: SECTION C-C 1 Number of bales varies to suit ditch. 2 Straw bales to be butted tightly against adjoining bales and shaped to conform to the sides of the ditch to prevent water flow through barrier. A All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Nov 2006 Rev 1 snW 0 P~ STRAW.. BALE FLOW CHEEK DAM - - - _ _ - _ _ _ _ ~It_7~ -0PSD 219.180 ....... .... C Note 2 Typ in/ 1 t '~ '!'i. '~ i ~' '~ r Directions of flow V At I SECTION A-A 150 0 0 N Rock ~ a Spillway ~ Geotextile SECTION B-$ NOTE: A All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING ROCK FLOW CHECK DAM FLAT BOTTOM DITCH A Direction of flow Trench to be bockfilled and compacted 300mm min of geoteztile in trench zoo 2006 ~ Rev __ -___ '~ ~ R OPSD 219.21 1 PLAN B SPILLWAY 54 N O --1 v m D r .TJ A A U c7 A D C .~ D = rn D ap O ~ D ~ _ f*1 Z ~7 ~ O N O ? _ ~ to ~ ~ D z m ~ p v r' W N ~'1 O = :I7 Z IT1 D m ~ m pv ~ ~ m D ~ Z~= Z ~ ~ ~ N p I I I I 0 i I I I N I I 0 I I I I I I O I I O I I- I~ y ~ o 0 820 - m o f° = W cn _ ~ o~ ~~ J O ~ I >o I ° F _ j o N O Q ~ _ O _ O 1~ ~ N N II 10--I <n~~ I 32 --I ~~ N m N m W D Z° ~ `" ~ mD 83 ~ W 69 1 Z W 86 ^' N I 32 3 ~ 3 ~___L o v L I ~ l U1 ~ W D Z n n ? O O ' ''' z z a " cn D m ~ D r N o D ~ o ~ 3 O D " ~ Z O ~ --{{{'-6{14 D m ~ 162 ~ i ~ ~ a A O 3~ ~ "' D 3 ^ ( ~ m n 25~ --~ ~--38 A A J 2s 38- J " D ° 657 623 ~--17 735 ~~ T° 32 --{ f- ~ ~ -~ ~ N a ~ rnW 610 v~ 200 --r- 204 --I 36-~ I I--2_102-~ D~~~„ Z G7 ~ m ~ n N 3 c ~ ~ m t7 ~ z ~ ~ 3 m ~ ~ ~ D p ~ ~ s Z " 'n Z ~ ~ ~ O ~ D ~ m N ~ F (n O ? ~ Z a. -' o O vi m ~ rn A N 3 ,-~ v ~o ~ ~ o 3 o N i ~N ~ ~ ~ N J ~ ~ ~ ~ ~ 1 O O 6 ~ Z 3 ~ Z o m ~ 3 ~N ~ (7 O m . . . a v 3 (7 ~ r ~a ~~~ ~a, ., 25 wl N J m rn N A 604 ~_~ 302 --~ N 25 ~ 38 --{ f--~1 __ -- ~ ? Of __ __ 3 I~ ~ ~ 1 1 1 1 1 t f 1 1 i i ',~ ~, i 3 a ~- -~ ~ L N a ~, v o N ~ . . . . mj rnl N ~ p w o a>i I I ~ WOU N E ~'? Z a N ~ I I I I Z }W ° ~° .~ ~ ~. .~ I I ~ a N U ~ m o O I I (/I Q O W ~ N N I l a Q o a~ ~ ~ > Z I I O I I ~ ~ I I o ~ Q d ~~ 9 F-~ ~ c_ o ~ - L9 9l 0- ~ J I 64 -L ' ~ 0 ~N 3 W H_ o ® ® N~ o o ~' >UN ®~ ® ® ® N N c ~ W W ® ®~ ® ® ® ® l N ~ ~ ~ W ®® ®®W® ® ® ® w m NI U w o~ o ~~2 ~~ ~-~V--~ -® ~ ~ w N~ 1 .- Z Z N W I Z CO ® ® ® ® ®~ ® ® ® ® aW ® ~ O 8 Ta o Q Q ~ ~ Z ®® ® ®Q ® ® ® ® U N U fWl! Z N N ~ ® ® ® ®~ ® ® a ~ ® ®®~ ® ~ Q O U~ E E ® ® a Q' ~ ~ ~E ~ ~ go ~'~ ~ UQ 9 zL ~ ~ Q N ~ 1i" - ooe -I ~ '° Z Q U 0 ~, I _( O U ~ ~ \/ L ~ ~ a m ~ E E Z _ Q 0 N g m 0p n a o m - _ - - a W N ,onan ~ a~a .n n Z O ~ s s s a ~ m Q ~ `° U 1 m lL N Z °o O F= ° o~ U a W to ~ N ~o Q N = n O f D N Z D o ~ I I c7 ~ - aN ° m 0 0 o O ~ ~a l1l ~~ O 7 OO J<" f p N N O N O J ~ I O C ~ N ~ . < fD (C O N N N J ~ ~ d O Q a .. ,..« .,_ - N O Q l l - ~ . . ~ O 0 : ~ d J ~ J (D ~ O 7 " - ~ t0 ~ z N w ~ I m o 3 a ° ~ o :° 0 . ~ 13 ~ N .... o ~ 3 = ~ - c 0 0 a o 3 3 A o- o. Z J m X J 33. ~ C o ~ d o J 0 N N 3 T 5 ~ '~ O C A Z N nl o ' J~ 3 0 ~o a .~ O " m ~ 3 m C = N f r ~ _ C 33 ^' a m O s F G " O p .. m ~ o ~ j N N I'0 Z ~ O . D G7 0 ~ ~ 0 Z z 00~ L a O QN ~ ,-. v w a l rt Z In ~ m "OmC ~ aW 0 p o mcp m~ N ~ ~ Z ~ moo- X03 a~ ~ ITI ° a m p n a z D y ~ o ~ m O a ~ ~ ~ ~ ~ ~ D r ~ Z z IT1 O z ~ ~ Vl ~ r i 1 I A o I I ll o C s a ~ ~ ~ o ~ N ~ ~ o v I ~ ~~ °' cn rn ~ ' ~ I I ` o ,,.~ o ~ N ~ ~ - '~C/A . ~~ Curb ~ gutter Gutter lin ELEVATION MOUNTABLE CURB WITH GUTTER curb with gutter (~iVttef Or curb line 3.Bm Termination u I ~ I PLAN 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. 8 All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWIP METHOD 4F TERMINATION" FOR CONCRETE CURB WITH GUTTER 150mm min ~ i 1, ~1' ~~ z II' ~ ~ ,~ --I 225 ~- END VIEW 150mm min 1 I ~ I i ~ i Z III i I ~ II II --I Varies F- END VIEW Nov 2006 ~Rev~1 PLAN N Topered top See olternotive C e 01200 Riser sections os required Monolithic base with inlet 300mm max and outlet openings to suit See alternatives A and B ° Typ Bench or sump -°-~ ?, ' + . as specified :,,,,: ~~:,~, ~~° 300mm, Typ -I ~> - ° ° Granulor beddin r -~~o NOTES: 1 The sump is measured from the lowest invert. A Granular bockfill shall be placed to a minimum thickness of 300mm oll around the maintenance hole. B Precast concrete components according to OPSD-701.030, 701 .031 , or 701.032. C Structure exceeding S.Om in depth to include safety platform according to OPSD-404.020. D Pipe support according to OPSD-708.020. E For benching and pipe opening details, see OPSD-701.021. F For adjustment unit and frame installation see OPSD-704.010. G All dimensions are nominal H All dimensions are in millimetres unless otherwise shown. 300mm Note 1 Gronul _. bedding SUMP DETAIL ALTERNATIVES Bottom riser section with inlet and outlet openings to suit e Bench or m1200 sump as specified •~ . > + ';~ ~ , _ Riser ~ 01200 section 150 ° ~ 150 300 275 Bench or I e ~ : + ; I e ..e°_, sump as ' specified e 300 LS.:. ~.~:~.~ - !t Steel reinforcement ~ Gronulor as specified bedding B CAST-IN-PLACE BASE Flot cap e Riser section mlzoo ~ , -. _- v C PRECAST FLAT CAP NG Nov 2004 Rev 3 PRECAST CONCRETE _ _ _ _ _ . _ _ _ _ MAINTENANCE -HOLE _ _ _ _ _ _ ~ - _ _ i2oomm DIAMETER OPSD - 71 L-- -___,oLJ Granular ~ i bedding A PRECAST SLAB BASE 1 r ~r '~ ^ f + ~- 1. Right angle bend 2. Tee connection 3. Three way junction 3 -f' ~- -~ (/ 4. four way junction 5. Straight through 6. Dead end -F +/ / 4:1 8' 1 m k in ~ D max f . e., ~ ° i O ~ .; D/2 min . .i ~. a.~.. ..: _.__¢.:. __. ., 7. Wye connection 8. 45' bend Section somm min MAXIMUM SIZE HOLE IN THE WALL IN PRECAST RISER SECTIONS Maintenance No.7 No. 1-4 No. S & 6 No. 8 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 fi nish, .channel to be given steel trowel finish. C Benching slope and height to be os specified. D All dimensions are nominal. E All dimensions are in milimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING - Nov 2004 Rev 2 sTAy~ p p u+ MAINTENANCE HOLE BENCHING - ~~ _________ ~ AND PIPE OPENING DETAILS OPSD - 701.021 ,N C~.:~ w3 rye=: ~. .~~ AU~~~FO~-. .. - - '9 O_p O .. ~ n ,T_.c - 0 ~ 3 ~. J.c _ o c J 3 R7. a 4 ~ ~ ~1_~ ~7~~7 ~N 3Nrt._. .. DO c~<G J>> ~ ~~ ~y ~..3~ ~.~~. 3»05°.0.. ~_~ _ n _~`c ~ I, I _ c ~O ~ 3o a~ invwmw~ :~ -+w "~ ~'~ ,~ ~~~ w~`Ow0 ~ ~ I I nF Nm a a~ w" ~ ~ ~ y .s o-• mQ ~ F.r;7 ~ ~~, a .G= ~ 3 N _ _ n - F 2- -•m ~1 n ~p '3 m3 anon. I s C z,~=3~°, = o c o= o ~ Oo NOo O '~NQm I .O.w ~ '"33 ~'m ,.m" ~ n ~c 3 0 N ~ 7 - w O a r. ~' sc ~ m ~ o ~ O `1 0~ s~ O~ ~ I N£ 0 0 /~ /~ m ~ 'n ' o i ~ C7 O I ~ , D D ~ I~ I I 9o°pn o N D -i '_I 3 o T 5 Z ~Z) ~ vcn I 300 D m (7 O I 33 I ooN rN*1 ~_J yn~ o ~ . n~~z ~ I ;f in n 2 \ fl=m D 3S~'~ \l 3 p 0 r ~ ^'0 C -~' ~3nln D N ` ~ II 3 ~ o o--o Z --I ~ = e.. 'e 053 n C Z c a ° •~ ~ fn D H ~ 3 a ~ o• m ~~ ~ ~ 0 ° 3 0" - n w O p N (n n m ° ~ a 33 F o mo ~o3_n Z o _~ _ ~{ ~ ~ 33 ( +~ n A.n.c 33.w. ~ D ~ 0 I o ° ~ c 3 m v £~o D C ~ v I m y_3 3 ~_ TJ N Z ~ _I Y~ I E_ ~ a ° o ~ '° g Z -~ I s J J o f C S~ N n In N ~ ~ n 3 ~ ^Jn O ~ ~ I ~ D1 c. E_ -~ a ~ L= Z ~ n N ~ i N -~- v ~ ~ n ~= I I ~ D y ~ ~ ~ O e . G= -. c> I ~ ZC vo I I ~ ~ n' V I I ~ A O C O w D O F v mwon<o .oa J ~ ~ V J O Q J w O .wi R w Q JccJ ,pn..3 ~ Y`~ O _O wnw Can ~ • ~~ w C m O O~^ n O ~® j J 7 (C Q w ~q N Y N~ C O C n J w ti O 2 w w w O ~C~AI'S"~ 7 F'1 it I ~ t N ~ r~ r l~ A 774 - Opening D imensions Grate b Type Slope o 2H:1V 670 52 3H:1V 632 71 A 4H~1V 618 78 6H:1V 608 83 SH:1V 605 85 10H:1V 603 86 HOR 600 87 6 ~~4 Grate reference ~~ elevation ` ` ~' I I C l ss ' I I B r I I I ; ; I { t ~ B ,SD o 6GU ,50 ~ ~~ 1 I I I + 1 ~ E o I ( _o° 0 < v o ~I it I 1 v 0 ' E 1 Outlet hole I E WWF o i Note 1 i f 185mmZ/m E E 'n f 1 1 o ~ each way °o N 150 I- 600 -i 150 1O ~-------~ ~ 1 300mm aft sides r 1 + -~ TYP u°~ I r I. ~ ~ ( r ~ I I L--._--~----- ~ Granular ~ `-_---------J bedding A FRONT VIEW SECTION A-A 150mm overlap, Typ NOTES: 1 Outlet hole size 525mm mawmum diameter, location os required. A Where inlet is ploced across ditch and is occessible to vehicular traffic, groting slope is to be 6H:1V or flatter. B Center reinforcing in wall and slab t25mm. C Granulor backfill to be ploced to a minimum thickness of 300mm oll around the ditch inlet. D Groting according to OPSD-403.010. E Pipe support according to OPSD-708.020. F All dimensions ore nominal. G All dmensions ore in millimetres unless atherwise shown. 0 ,~ PRECAST `CONCRETE DITCH INLET 600 x 60Omm Nov 2004 Rev WWF 185mmZ/m each way OPSD - 70 .030 SECTION B-B D N Z ' l *1 °n o TI U O ~ o ~ ~ m ~ 0 Na Nx 3 3 Q~ o ~ O OQ v I m m U NN m I I 7 N 'c O a N O I 3 Io 3 a O rn oo ~ co ~ I m ~ N " ON 00 ~ N "' ~ Iv 7 ~ Np Ij ~ =Y~ "OI ONO I» ~ ~ O p I ~'o I w o N' oo ~ ~ o00 0 ~ a I~ 1 ~ o ~ c p a a ~~ m 1~ m° a " _ a -' t_o ~ N S 1 ° o U~00 O In 'C 7 ~ NN NN O ~ 0 IE I ~ I 0 < O 000 v o NN N O- -, ~'I to y ~ a N~ po m A I o , , w ~ ° ~ 13 n° _ c n au t,AO a ~ to ,~° .vc~ _, o ~ ~ O N ~ 0 0 N~ O 1 In p, O Vic' ~ Q Z 4N O~ A In m .=o ~ N ~ - D l'o N~.. ~~ N '~ O i° ~ ~vr ~ ~ ~ N p ON n ~ f-1 In ` ~° 0 3. -. O n I~ m ~ ~ O D o I IZ ~I ~ Z i ao , ~ Z ^' A ----` (~ o o ~ ~ ~ D ?' v i ~ G7 1 - ~ ~ - I D I ,T ~ Z D p I m -------- I D ~ Z a a I r o ~ ~ ~ ~ I~ ~ *1 D Z t •. 'c Q m m ITl p I I I G7 X ~ o n m m m m m I~ ~ r D T~ s I p~ g o 0 0 ~ I ~ Z ~ I ~ G7 ~ ~ o m I fn ° ° ° .... a I I o- a -~ a ~ ~ I ~ o ~ ~ I I O I I I I 4 3 o ' I I o I I o~ c o I I N ~ ~ I Q I I p - I I U I - - I I I I I ~ I I i < I I - _ I O W ~. I N O ~° W `" ~ ~ ~ O ~NCGU~ - ~. i r ~I ~~~~r N a 0 M d ~a y N 0 L ~~ d O Z I_ 1 I I 1 I I 1 _ ~ ' r; o Z I ' m ~_ a I i o , , ° I ~` I W a ', I a ~ J m it o z X I 1 J ~_.` ° a 1~ '.I n D o Z L Q ---~ w ~ ,I ~ . _ ___a y I a I °' v . Z ° I ~ o ~ - o ff ~: i Z m Q W , i ~ a 1 - !- ~ I N '<x I O 0 ~~ 1 ~ ~a ~ u I o I '~ y I ~ p U 0 4 Ism ~.E lo= ION y L I u ~ I av low I~~ O ~ _ ~ ~. aN~ a` O . N I 1 I I O o' I I I I N 0 I I L c -° +- O 0 N I I (n c c a i o ~ 1 I a E~ ~ Z I I O c ~ ~ v I I ~, .~ a ~ ., ~ N N o ~ ° . - N N ~ Z ~ Z W 0 0 o Iw o r s s M~ 3 W W Q anaaa Q >?i ~' 0 v~v J F- C~ Z ~~ ~ ~ W (Wj I I I I I U m V' ~ J b~ Y.^ ~ Q W W Z o ~ Z p _ a J Q W m (n ~ Z a Q F-OZ o~ Z W~Q 0 O N ' ~ W W c a O 0° ~ w ~ d wa ~ M~ ~ d ~ ° o > O ~ 1- o F- N ~ yoacS°. 'o ~~; z p p p 0 0 p Y C ~ F- ~ X 0 0 ~.L CON N~ C ~ 0 C U o O 0 0 o7N "~ ~ o ~n o N M ~ w o o O O E ~ c auM~iao E m°' ~ N o '` ul c ~, _ _ 0 0 00 d N ~ _ ~ O N p~ ~ In c oO o° ~+ c O cw O) 3 a 0) "' ~ ° U N00 MN a i E y ~ -p O c n ~ o 0o p NO N~ O t a~ "r ~, ~ ~ - N cv '- C O , ~ O i(7 N N I O N ~ ~ Co c m ~ j C L U +~ o N a o o C , ~' O N~ O y' O OCO UlN O ~~ ~ O N dO w d ~ U 0 O C C ~ S-d E I o00 V to O ~ N ~ ~ ~ ~' O C v 01 I O E N ~ E ~ N D 0) O ~ ~ ~ E .x ~ c ~ o ~ a> o ~ a ^~ o a ~ o c '.~ ~' o ate' ~ v ~ _ (!1 y L~ d' V +~ ip M ,. O Ill ~ N "' W N v J y W a a o n ~ C C ow ~~ ° °~°- - U C 'oU~o O U U t~ o L~ ~ ~ .~ a vl O Q U Z ~ N M Q m U r-OD Pipe+150mm-1 125mm c, _, .,, 150 Front foce • of endwall 25mm dia steel PL4N 100 rods, Typ OD Pipe+150mm --I 150mm c/c Typ iee assembly Fixed rods /etoils and Table 1 Table 2 TABLE 1 -NUMBER OF RODS IN FRAME PIPE DIA No of RODS 450 1 525 1 600 2 675 3 750 3 825 4 900 4 975 5 1050 6 1200 7 PIPE DIA up to 1200mm TABLE 2 -NUMBER OF RODS IN FIXED UPPER FRAME PIPE DIA No of RODS 1350 1 1500 2 1650 3 1800 4 1950 5 2100 6 2250 7 2400 6 See assembly ~~~ r detoils 150mm c/c, Typ 25mm dia drill 25 o TOP " ~ VIEW Type 304 stainless ~ --~~25 steel wedge anchor 16x15Omm with nut 100 and bck washer ~ SIDE ,°~~ VIEW o, BOLT-ON ASSEMBLY DETAIL I 25mm dia drill o r~T--D PI PE DIA 1350 to 2400mm ,SO 25mm dia •- ~ f drill TOP VIEW 22mm dio 6011 threaded SOmr 13x50mm .on ' ~ -I I-25 100 al the end to 25' I- 13 receive washer frome TOP VIEW and nut, Typ 25mm dia _ Front face of endwall, Typ I of 1 ( Cost-in hinge strap or bolt- steel rod T o o ~ . r-20 +1 yp 1 ® _ assembly, Typ - ~ Seal I-250 --~ weld ig bracket SIDE FRONT 1yp SIDE VIEW VIEW VIEW ASSEMBLY HINGE STRAP MOUNTING BRACKET NOTES: CAST-IN HINGE STRAP ASSEMBLY DETAILS 1 Grates shall be secured by either a bolt and nut or a locking device as specified. A Metal surfaces shall be either painted with 2 coats of self priming abrasion resistant immersion grade epoxy or h ot dip galvanized as specified. B Frame, hinge strap, mounting bracket ; and steel rods sholl be medium grade steel. C .All welding shall be according to CSA W59. D All dimensions are in millimetres unle ss otherwise shown. weld ONTARIO PROVINCIAL STANDARD DRAWING Nov 2008 Rev 0 srgy P GRATING - ------- ~;; Ski FOR CONCRETE ENDWALL OPSD 804.050 0 0 0 0 ~~ rn J15-D DUCTS AND CABLES ~~~~~~~ 11 Exp ~~//~~~~~~~~~~~~T~~H 000 23 3 -BCA- ~-ucu-~ucu~ Ducts and/or Cables, Underground Ducts and/or Cables, Surface Mounted Ducts and/or Cables Embedded. "Exp" Indicates Expansion Joint Cables, Installed in Existing Ducts Cables, Aerial Cables, in Pavement Slot Ducts and/or Cables, Future by Others Underpavement Crossing Identification Code, Note 1 Reference Point with Identification Code, Note 1 Duct Stub with Plug, Note 1 Existing Cables and/or Ducts to Remain in Place Existing Cables and/or Ducts to be Removed ~f~-~Cn-yj~uCnyj~- Existing Cables and/or Ducts to be Abandoned Identification Codes For Existing Duct or Cable Usage: IDENTIFICATION CODES, Note 2 BCU Bell Cable, Underground CCA Communications Cable, Aerial DC Extra Low Voltage Detector Cable GC Guy Cable HC Hydro Cable LC Lighting Cable PC Power Cable TS Traffic Signal Cable TV Television Cable NOTES: 1 The duct symbol shown is for illustration only, other duct and/or cable symbols may be used. 2 Add suffix U for Underground or suffix A for Aerial. ONTARIO PROVINCIAL STANDARD DRAWING II~ ~~~ ELECTRICAL LEGEND I 1996 09 15 I Rev Date ______ OPSD - MANHOLES, JUNCTION BOXES ® MH32 Electrical Maintenance hole with Identification Code ^ J636 Junction Box, Embedded or Surface Mounted with 0 Identification Code HH21 Electrical Handhole, Underground with Identification Code PADS AND FOOTINGS CP33 Concrete Pad with Identification Code Q F43 Footing in Eorth or Rock with Identification Code ~ F44 Footing on Structure with Identification Code ^ SF3 Sign Footing with Identification Code POLES • P24 O EP32 LS Pole with Identification Code Existing Pole to Remain with Identification Code Identification Codes for Existing Pole Usage: A Authority Owned Pole B Bell Pole C Communications Pole GP Guy Pole H Hydro Pole HM High Mast Lighting Pole LS Lighting Pole TS Traffic Signal Pole N Television Pole R33 Existing Pole to be Removed with Identification Code ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev ,~ ELECTRICAL LEGEND II IDate _ _ _ _ _ _ - 2001. ~', LUMINAIRES a a D i; --Z~F L18 POWER SUPPLY m SUPPLY 'A' 120/240V, 14 3W Luminaire Luminaire with Shield Floodlighting Luminaire Underpass or Surface Mounted Luminaire Luminaire, Number Shown Indicates Luminaire Location on High Mast Ring with Respect to Pole Handhole, Note 1 Luminaire with Bracket, Note 1 Existing Luminaire to be Removed, Bracket to Remain, Note 1 Existing Luminaire and Bracket to be Removed, Note 1 Future Luminaire and Bracket, Note 1 Luminaire Identification Code Power Supply Equipment Transformer Generator Power Supply Equipment, Pad and/or Footing Mounted, Note 2 Power Supply Equipment Identification Code Other applicable description moy be used for transformer, generator, etc.. Photoelectric Controller NOTES: 1 Luminaire symbol shown is for illustration only, other luminaire symbols moy be used. 2 Power supply equipment symbol shown is for illustration only, other equipment symbols such as generator, transformer, etc., may be used. STANDARD DRAWING ELECTRICAL LEGEND III 1996 09 151Rev Dote _ _ _ _ _ I oPS~ - 200 . GUYING -~ Single Guy with Single Anchor ~3 Double Guy with Single Anchor ~3 Double Guy with Double Anchor Single Guy with Sidewalk Strut and Single Anchor CONTROL EQUIPMENT ~ Controller Cabinet, Front Door Opens on Side Indicated Controller Cabinet with Adjacent Power Supply Cabinet on Side as Indicated. Front Door Opens on Side Indicated Controller Cabinet with Attached External Communications Interface Box on Side as Indicated. Front Door Opens on Side Indicated O Controller Cabinet, Pad and/or Footing Mounted, Note 1 Two Controller Cabinets, Pad and/or Footing Mounted, Side by Side Type, Note 1 Two Controller Cabinets, Pad and/or Footing Mounted, In-Line Type, Note 1 TC2 Identification Code for Traffic Signal Controller Cabinet NOTE: 1 Controller cabinet symbol shown is for illustration only, other controller cabinet symbols may be used. ~ARIO PROVINCIAL STANDARD DRAWING ( 1996 09 15 ~ Rev ~ ~ ~ ELECTRICAL LEGEND IV Date _ _ _ _ _ _ OPSD - 2C 1. i WIRING DIAGRAMS "CONT'D" Single Phase 2 Wire System: BLK Black, Line WHT White, Neutral GRN Green, Ground Single Phase 3 Wire System: RED Red, Line 1 BLK Black, Line 2 WHT White, Neutral GRN Green, Ground Three Phase 4 Wire System: RED Red, Line 1, Phase A BLK Black, Line 2, Phase B BLU Blue, Line 3, Phase C WHT White, Neutral GRN Green, Ground A RED 7 Circuit Identification Code: 'A' denotes Supply Location 'A' 'RED' denotes Red, Line 1 '7' denotes Breaker or Switching Device No. 7 NOTES: A Wiring Diagrams use Electrical and Electronic symbols common to industry practice. Refer to CSA Standard Z99 for symbols not included in this Legend. B Symbols for 'Existing' and 'Future' items are included only for widely used items. In general, existing features are shown in screened or light Imes and/or shown with a letter 'E'; new construction is shown in bold or heavy lines; and future work by others is shown in light dashed lines and/or shown with a letter 'F'. Prefix 'E' or 'F' in identification code indicates 'existing' or 'future' respectively C Where Quantity Sheets are not used, location, size, quantity and type of equipment to be installed may be indicated by notation on the Layout drawings. D Symbols crossed out with an 'X' indicates `for removal'. Symbols crossed out with a double stroke "// "indicates " to be abandoned". ONTARIO ELECTRICAL LEGEND IX 1996 09 t51Rev ---------- Date ______ PSD - Offset Note 1 ~ pole Edge of travelled way I I~I L~ Burial depth Note 2 DIRECT BURIED POLE IN CUT Offset Edge of Note 1 travelled way ~ Pole 1 I j I I I'I L~ Burial depth Note 2 DIRECT BURIED POLE IN FILL NOTES: 1 Offset dimension as specified. 2 Buriol depth shall be measured from the lowest grade elevation at pole. 3 This OPSD to be read in conjunction with OPSD 2225.010, 2232.010, and 2238.01. ONTARIO PROVINCIAL STANDARD DRAWING April 2007 Rev 1 ~ sr ~ o INSTALLATION OF --------- S DIRECT BURIED POLES IN SLOPES OPSD 2210.020 ~ C M ~ o~nm a v a u` c oa~ v m ~ I I I r~ Z E w E co Eo a~rn ~i E niaN a I m o0o r o .° `T + n O o U ~m ( I 0 .eavi~ z a° vl rnu ~m ~>.n ~ ~ cV nrn =3m vu N 0 I v o °y ~ m I N L ~ °m°ma «° No ~~a rnr % ht nz -°N o % o I M Lm Q Y --1- - - - a" O OC 0 ~ O I I N um ' Y /1 JlO < as W ~LV I E ° ° ~ F--ww _ _ _ w ~ _ nC l ~L° y o° Em N =0l N ON° % c z ~ i X U• ~ O F ~ E 5 d I % C ~E N Q Y TN O O Y ry~ V 1 ~ °p ' m° ^' . Eoa i -O 0'« ~ ' n o ' a °; ~ N °' a`o~ n o c; 00 V ` O I I z on o niv 3L E ~ E ^ ` v y E v a a Vy. v 00 o ° ~ om m > o$~m o. ov ~ E>a rn« o c~ w% G c -° ou E v - XH a rn c . `1L pi ~u`w ~ oo .- n ° I a a c ~ oo o M °O ~ iA rnu?~m a> EE °-° ~ rn n ° °~- ~ S W N `° ~~ , « >.° M rn~$C ao0 « mm %% o ~ rno pN I ~ ~//~~ % V/ r E 000 S mnm m cw D °1 y v o~% v' c m ~ I a v°oEa o_ N n~o ° 'c o d o m¢ m O J >% L O> U a O T E O x a t` IhfY C m Z (.J Z N E o Y Y .n .n .n $ >~ o > °' >~ N m 3. n a v o o f X I~ 0 0 3 ,^ ~~„a ri riYi m rn m a n c7 %a ~ V, J N=''- g ~ ~o 1a n ~ °>' aN EOM .oaE u L ri ~ v O m °?~ >. ° ~ L y O> E O ~m 'ri ri riF z n >, -° °, « E>N° z °`pa Q ° .n Y ~ ° ~ ~ L rNf rYS n ~ ~ o o+ "~'° c « ~ > rn sv`V` ~ ~o ° ~ ~ p ~ Q W w ~ i° ~~ O a . . o W ~ a O Y o N Fl >~ f E N N VI M sss W ¢~N Q ~ VI^ V Q Zm On" h ri ri Q % 00¢ O d ~ E O ss N ~ OU C~ Z g~ V~ Of N N W Z E O Z O Z E C U O Q O; Q ~y~a~o rriri n • uo` ~>n.~ oEa~ yC~~O ~ v ' N 'n 7 m ~e ~i rri ° ° a a ~ ~ ` E ~_ o v J Q °a Z r ~E g~ m ~ ti v ,_ `o v ~ a ° c m % E ° E °' ,~ ' E'E o a ~ ma= O z J ~ m ~ ~ v-> a o m E y 4 a;oN rn O m m t y W o rn c L E c }y6iay }uawyoo}}o alod v~ Z '° O ~A W ~ o ~ Y ~ ~ C7 ° .L. (j ~ o n a ~ X a Q ~ O Q O O O ~ J O % L ° L «_ ° J Z Y ~ U % L N % a ~ % Z ~~ W N 3 a p j Y °~ ~ C° O c~ v~ % mEa °-'~v ~ c 3 ° a a v o+ E i`rn L u - Q O a~ r N d O N N~ w O C U % P %« C ~ O a W U ~ % C W ° 2 ~ 2 ~ L C ~, po EL o F~~` >.a ~ E ao 0 c9orn° DoE ~~ '~ ~ aF Z ~p °O o o~ 9 Z r ~ coW e- % J ~ J W ~ O ° L-% Y1 -° ~ . w aao oc ~ > v °O 6 WW SL a ~i U v° c a c f mo 3 ° ~" o n i~ J(7 6 ~ yEEvNC v o 0 ° Z~ ¢ ii p ~~ O ~ om ~ c N ~~ ~- ~ aaa - o v3 Fa L E ood ~ ''-~ Ego°° 'v^o v ~ ° a % _ 3Erno ~' ~c y o0g ~~ m I a'Q ~co `o °oo U= z f.7 oo -o::vE3 oo c m d " ._ a aN J°~ '3 ~ % ~u ' ~ amo mr~ •` ° . aNV U' ~~ ° ~ c o I «o o+ c 4 ~ 'n 0 o Em ~ , o u % Z ° ` E _ ~, vld n Ev` a°O~ N uEE>x~:: ^ c o o va ` E ra . O w U p N c n_ o C~ 0 0 o Q o ' ~ O'er o L U L E y U O OH p y N Q O J T W U' W% N L O O x>% U Y O ¢^ V OtN % Z lG y E .~ O O a W O C U iA o U L ~ .° a Z 0 0 0 N- n C O a ~ O O N O O+ C~ ° U~ ¢ N rn 3 V1 3% d ~ Z- n n L y N % ~ .°, c 2 ma E a `~ ° N E °a a E ° a `" ~ E L °t ° ` " o u ~i ' ~ c 0£Z--I c i v - oc% o c W ~ vE a OOb ~ coo Ec" aN c~ B °N °' fW/1 w 3 ` Eo w a a% ca d2 4} P ~ v E. m>au - ° °-'na ° ° ~ °% 3-° i~rn 6ui}}as alod QUO!n ¢a 3a`rn a oN ~`o Z •- N M ~ N Q Z O ~_ O v T ~ V C O Z r I'*7 ~ oo a -. z rtDFOO~O .+ Z S Z ~ d .D ~ ~ Q f. 3 C7 N p ~ IT1 ~ m N v m Q p D Q y 0 `.£ ~ a A S > p ,y: A f1 /~ 0 f ~' any o B ~300mm T ~ ~ ~ N N~ 0 2.0 min i Z ~ m v ~, r------ 2 0 ~- < a fD T m - __ _ 3 '--T .fir Cep ~ I ~ O o ~ O ~ N f0 D W .~ O lE ~ o ~ ~a T I ,+ ~ W fl ~ ^a ~ '^V I N O ~ ~: ~0 v ~ mm S ~o_ V, I 't 7 N a °n ~. o~ 3 ~p a .. 7 0 7 o n a X 0 3 t0 ~ .. I ~+ m < ~ ry Q ~ I Uj N rt o ~ 'D m I (T = d ~ s a o-~ O a ~ M C O =_ m I N ~ = 0 7 O ^o N I , ~ m °os7 N I i cn `~ n~ o ~ I I ~ ~o I I < m ,~. p I I o ~ I I .n. U A W N ~ a n O O p ~ „N N D N Qa 00 O W 01 N O ^ m ~ ry 0 0 U O V ° U ° O1 o N ° Z ] F X i° ' 3 O o o o , o 5 0 m JU AN ~~U OD V UAN--`0 00 JU AN~~~ W JU AN~~m O~ ~IU AN~~m O O 3 a O U O U O U O U O U O U O U O U O U O U O U O U O U O U O U O (N O N O U O U 0 ~ ry N N N ~~~~ <OU ) N N N N ~ ~~~ ~~O W O~U N N N N~~~~ UAN-~~O O~OrU N N N N~ -~ ~~ UAN ~<O W O~U N N N N~~~ -' UAN~~O OG Of U rt M~ 3~a ^O O U AN~ O U O U O U O UAN U U O U O U O U O U O U O U O U O U O U O U O U O U O U O U O .s ~ m a 0 0 Q3 ~ W W W N N N N W W W W W N N N A W W W W W N N P~ W W W W W N A A A_ W W W W W o,~- 3 N m^ ~. 3 O O O O U N O O O O O O O U N O O O O O O O U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3~ t PN3 ^ . . O 3 0 ~o ~ Of Oi O~ O~ O~ U U O~ Ol Ol O~ ~ O~ m U J_ J_ O~ O~ O~ O m T J_ V_ V O~ O~ O~ O~ m J J J V m O~ m O~ ~ O ~ U O O O O O U N f~ii U O O O O O O N N N O O O O O O D U U O O O O O O D U U O ~~ ~p c U n3 0 a m ~' u N ° N 3 ~ 3 "? ° ~ c n o o cn a a3 0 ~ a rn ~ i 009 r ~ ~ ~ r= N N _ ~ I ~ I N ~ > I N ~ ~ I I °i o O ~ Z I I n < O ~ ~ I I n '" o- ~ ° I I 1 I m ~ C 9 ~ > I I O W ~ Z I I ~~ Z 1 I L 00£-{ I ~ N W ~ Y a Y ~ U ~~ .~ z Q ~ m N a W O~ 3 /~/ f.4~ _ ~~ ~ J U ~ ¢ U ° e z _ o _ O ¢ ~ O q ~ _ 0 Q /1 ( J ~ 0 ~ J ~ Q N W CJ Z Z ~ O ~ I 009 4- e n ~ ~ Z ¢ a o ~ ~ ~ O a ~ _ o 0 0 ~ F ~ Q' a a Z o E ~ a c ~ ~c O 0 > O o a o ~ N ~ Q Y _ o ~] o N C Q q y~ O L m C N O ] O v o v v O v o ~ ~ U u y C O ~ > o.o Q ~ u O. 'n j a C 0 0 a' n 3 0 0~ q o U ~ U ¢ p N O ] q rv ° ' O W O_ U N C N ~ x° a s o 3e~ n y a x o c o °i c '- L a ~ s> o ~; c u p ~- E O q L o a s • ° ' o ~ ~ ~~ ~ E 3 j ~ x o a ~, ~ o n ~ v O c o U O+ q 'j N~ r q O q V O O O o a O O` N d C 3 N C .Q dY O ~ L O ] a _ y C O U Of U Q1-O N a O •- L A3 ~ v o u N U' a ] 0 3 E Q ~ 3 c 0 ' U U E E v c C7 ~ O a m y m c v N c a n r E ~ v a a a 3 O p a v c c Q U o aN o v N m a ~ M ` ~ O t i/ -O c o a o a m y x u o' E a ~ rn o y o -° N ;~ p y O 3 a O~ .o O O '~- '~ O ~ O' . t ~~ N v m o O~ ~ ~ a ~C O O a E ' D c O i O b b ' ~ o ~ 0 N c ..+ J .a .- v y E v E a a o c~ p~ v u U 3 v c ~ ~ O q a s c 0 O W ~ ~ ~ ~ u p ~ O O O N ~ 0 a i o ~ O N - ~O d N O c ~ 0 ~ C ~ ~ y U Vl t0 u U N ~ N U ~~ ~ V1 Y (~ (~ M M U W ~ i(1 I.LI C C r. _ ~ p N r'1 Y N b ~ 000 000 1~ m q O 0 O 00 0 N YI 00 Y 0 N 0 i0 0 h q 00 q O 00 O " J " ¢ Z ¢ m v Messenger cable clamp to suit line angle 16mm golvanized steel machine bolt with 75x75 mm square curve washer and nut Plastic cable spacer, ~ ~1. and nylon Coble tie Note 1 LINE POLE ATTACHMENT Line Angle Less Than 30° Guy where required, OPSD-2235.01 Lashing wire clomp 1mm dia stainless steel lashing wire, Note 2 Plastic Coble spocer, and nylon cable tie Pretormed guy grip or 3-bolt guy clamp \ Compression ,~\ connector Plastic cable spacer, and Nylon cable tie Steel _ messenger Note 1 ~ Clevis for preformed guy grip Guy fitting where required, OPSD-2235.01 16mm dio galvanized steel thimble eye bolt with 75x75 mm square wosher and nut ANGLE POLE ATTACHMENT Line Angle Greater Than 30° NOTES: 1 For number and type of cable, refer to layout drawings and wiring diagrams. For cable arrangement, riser conduit and junction box requirements, refer to OPSD-2240.01, 2540.01, 2552.01, layout or detail drawings. 2 Lashing wire to be installed in a one wire spiral lay using a mechanical cable lusher. A Pole attachment height shall be at 600mm min from pole top and as high as possible. For minimum attachment heights see OPSD-2245.01 B Steel messenger cable shall be installed to tension as shown on OPSD-2245.01, size and grade as indicated in the contract. C For non-permanent installations of 70m span or shorter, nylon cable ties at 450mm c/c may be used in lieu of lashing wire for cable support. D All dimensions are in millimetres or metres unless otherwise shown. 3-bolt guy clamp, or preformed guy grip Compression connector Plastic cable spacer, and nylon cable tie Coshing wire clomp imm dia stainless steel lashing wire Note 2 Note 1 Jumper 3-bolt guy clamp or preformed guy grip Compression connector Lashing wire clamp7 Steel messenge~ Note 1 Plastic cable spocer, and nylon Coble tie See guy 100 75 75 75 300mm OPSD-2235.01 Nylon cable spacer, 16mm dia galy and nylon cable tie steel thimble eye bolt. with 75 z 75mm square #6 AWG system ground bare washer and nut wire in protective moulding DEAD END ATTACHMENT ONTARIO PROVINCIAL STANDARD DRAWING Date 1992 12 15 Rev 1 WOOD POLES WITH Date _ _ _ _ _ _ AERIAL CABLES -------------- LASHED ON MESSENGER OPSD - 2242.02 i ~~ v ~; ~ a 0 v N ~ c ~ ..{. °' ~ N o~ O N I I N U ° °' c > I I L m I I a o f ~ I ~ I I of >O L '" O ' ~ I I I Q c ~$ OZO S4ZZ ~ ~ c~ I I I (n ~ ° -OSdO aaS W ~ I I u'~ T ° J ~ ~Z m z I I Q a° ~ I I o C a L ~ N d C ° W 2 3 J S a3oN Q Q ww ww00£-I Q I ~ • I ~ q a}oN ~-----! ~ c ` o W ~S a}oN Z LL ~ ww z ~ ~ VI 3 wS~l ~ v v «°? (n L as OZO'S 4ZZ F' T"'~ m° o £ a}oN '6oS aa ~ ° °' o o Q O -OSdO S ~ v L C ~ I.1.I w `11 t 9 s Z W U 00 W 3 C °~ U N O m V ~~ N N . O y o+~ oo yo-a N L ~m c o ~ `v ~ ° ' a' J J Q °E o~ ENC V o ~°nnq o ~; ~^ u am d O > O O O Q U > O O O Q Q ~ L ~ W N ~ O « O ~` x~ °00 t o°mY Eoo ° no o o Q C C L ~ O ~ Z d N O W O L Y ~ « ~ ` vV o % ~ a °3 ' o 0 a a T a o ~_ L L O ~ > E N 1- L L O U ~ N p L ; 7 C_ O E T ~p V ~ a~ N a c~'n °o>>.L ~° 3 3° L m E v v m N v ° ~~ C > X° aL. ~~ L . C L~ ~ 'E ~~N co E~ o c ° W 3 N t ` _O W U ° L L m « L y a` 4 0 d~ L o c m ~ yu_« L2 ; c o ° °Y ° L ~ ° ~ Cam- M OOw d y ~ ~ ~~d U ~ ° U OY p~~ cV .3«] ~ °«U> ~ °ZC O~ CCU - Z C « ~ L LOO }y6iay }uaw yoo33V °~y y c O ° o o E m c N u n Q ~ U c ~° -° t L Lon v E t n-'~o° L~ Lvaia >~' c°~ ° O « ° o E °'v ° rn'- m c c _ o c ° L p- O ~ ° E Eau ~o uE3 c (n Ea5 W v a > >v_° ~ u -may v Ea t E: E ° o v ~ ~~ _ ~ u E = ~' d d L C 0 L° L«° L U a `° ~ ~~ f w E ~ o> E= Z N n a ~n 0 c ~ o 0 0 0 0 0 o ~j O o 0 0 0 0 W M N O n ° C E O o t O ~ Q r E O v m ~ Z O J Q N 0 0 0 0 0 0 ~ ~j O N 0 0 0 0 d ~ b N ~ M M Q E in E O ~ ° Z L N TL O O ~ O O 0 0 O M i M M O F-d M N Q R 1- ° 0~ 5 ~ N -~ ~ I O 0 0 0 0 0 0 H °l~Z ~ M N ^ N O N 2 N (n Z L F r I 0 0 0 N 0 0 O 0 ~ O U Z N O M - m O i G 0 lL Q N Z O o . Vl o a m m o m N ro Z ~U N .- M M a i I- H ~ c O C'1 mD Z D S 0 O j J ~ ~ ~a" s~ w30c~~ m A nO1° o ~v i va° uoi s" . O O ~p F m " " ~ m ° ~ ~ ° F mm,pJ " ~ ~ '3N`° J i ?3m °~ ~N oa ~ ~m " O m v u, ~ o v ° x ~ C V " 3 O ~ " ~ O ° ~~ 6 ° R O O J n " N O Z ~ J " O o "" A ~ Z O am D D ~ ~_ °a TT 1'1 O " O n D m o ~ o r ~ Z " w ~ . O n _ D l o D y r -. W ~ ~ o r -' IT1 C7 z N m ~ ~ D ° --1 D ~ 'T' z ~ ~ ~ m N O I I I I Z O G I I v I a I I I I I I p ~ N I I I I A m N I I o V7 • 0~ '~ N o ~ N ~i ~ O ~~/AL~S CJAD ~O 00 m0D aAD A<m0 020 m0 ADCO p~0 O< m A< ~m mGr m0 OOr AyO mmm< NS_ m ~-< x=m x< vm ~ VI m mA mA T~IA ) CN4~ 001 -~lA AfA fAr1A Tl ~ mA . G < . ~~ A Z fm . ~ ~ 1 O V) <m *1'~O f mZ0 m pN A N A ~ VIN r m m r r U G7 m O ~ r O A m Z mUA O D~ ~m O OZVI O ND _ '~ O D ZD N - _i CD AN r A= D { N Z < ~ ~ ~ZI°n ~~ GA~m v i Z. C7 <m i<A <n -+ A r ~ VIZ O ~ ~ r m n ~ mo ~ v, D O O ~ ~ r mC V N A W A A ? rn ~LDZ pI Oo O W V V V O m 0 0 ~ _ ~O D Z Z V1 _ 7 Z O OD V W A W A A A Oo O < vm Z OI A O ~ V V V 0 C <m~ ~ G7 m ~ V W U A U U U rn NFU m m 1 1 IO V ~ U ~ ~ ~ O ~OG T ~ OJ A U A U U U rn OWN r A O U c0 U U U O ~pG D ~ r r m • rn A U U U U U rn O O U ~ Y /1 l~ V W aD N W U rn < O~ D r z ~ o o ~ _ ~ ~ o ~, ~ ~, ~ G G = D a O Z O 0 ~ ~o A rn U m m A rn A rn A U S N ~ O~ r m ~ ~rr~~ W t0 A Oo -0 << ~ 1 1 ~ ~, ~ m Z o ~~o w m o -~> i m o ~rn a m o ~U m ° o ~rn a m o -.rn a ~ o ~rn c m o ~rn > m y = 3 ' 3 3 o ' 3 3 ' 3 3 i ' 3 3 ' 3 ~ 3 3 ' 3 ~ ~ 3 N pp ~ ~ ~ ~ ~ n ~ n~ n~ ° o° m p + cn cn + + v~ + cn cn + i + + c + c , r F O< F O< F OG F O < F OG F O < F O< F OG G G G < < G G G < G ~ O~~ < 00 O~ U < O' O V V < O' O V rn U < O' O V V < O- A O V V < O' ~ O V V < O' m A O V V N A < O" D ry ry O 3 N A 3 Ip O 3 m 3 m 3 3 3 nl N33 N3 N3 N 3 N3 N 3 N3 N3 °~N (ns (nF+ cn F+ cn F+ cn~+ U F+ cnF+ vIF+ ~O~ OG+ O< O< O G O< O G OG O< G G < < G < G G < G O ~~ <00 O ~rn <O' O N-+ <UO O N~ < UO O N~ <UO O N-• < UO O N~ <UO O N~ <UO `~ 3m ~3~ ~ 3a0 `~ 3a ~3a0 `~ 310 '~3~0 '~3~0 WO W33 W3 W33 ~„ 33 W33 W 33 W33 W33 °O< O~ O~+ O~ O ~ O~ O ~ O~ O~ F~ pF+ < OF F G OF+ F G O F+ F G OF+ F G O F+ F G OF+ F< OF+ F< < F < < < < < < < < . ~ a ~- ~ 1 \~ ~ w s o a ~ ~ ~ a~oN o~ ~ ~ > I I I I N N ~~ ao m o m ~ rn ~ ~ I I I I . N 1 n ~ I I ~ ~ ° ~I F Ip ~ I I u° m ° [--- - --7r 'T-"- Y O N I I ~.. na iln ' F u a n u ~ > I I Q I°- O IIN Iu m Q O I I I N } Z uu H N I All A N ~ m Z I I -_ I y I N - - O ~ -I Imo- II N T11 r- I I II NI ilp pll N ln YII i u W J W I i ~ f/1 i Z W N Z Y N ~ Q N t m Q J 3 N c 3 N ~ m a ~ x a N p U ~ W J a v _ Q Q ° to J ~ D E Q ~ ,. ' ~ W U c~ ~ Q Z N `~ U O p ~ II o ~ Z W Z Z 4 " ~ ~ Q O s ~ 0 op ~ J ~ ~ d v ~ ° ~ ~ a ~ .~ _ O W s L at~N rn ~ ° m ~ Q u ~~ ~ N ~ a n m Q ~ ~ a i = Z Z Z a I-'' ~ I ~' o a ~ ~ ~ O \ I ~, J n° a W II a; o o - ~ N n n Q I I III AIII tl 11 V ~ U U C N vQ QN N II 1111 Q NY IM a ai _ O N U ~ O d r0 -~ II II I I -- Z N A I _y I - - I A ~ - - m C N ~ ~ CT II II II II O II I p1 111 11 ~ ~ OI II II J ~ ~ N II U N 1 ~ I X m N y ~ e yJ _ __ -_ f_-__ _ __ __~x ~ ap- m N O o°a n ~ O a~ I N L `v ~ ~ yO+ ~ O 4i N Q J (/1 ~ _> ~ J O ~ O c 3 a O~ T s x u ~ O o C L O O J = 1~ ~ O ~ ~ n 3H~' U ~ N O F- O O (O Q L~ L~ Z ~- N #12 AWG stranded copper ground wire to luminaires) Note 1 Compression connectors, copper to copper with insulating covers Ground stud -~- #12 AWG low voltage riser wires Note 1 ~ ~ Fuse holder kit I I with 600V, 10A I I KTK fuse I I I I I I ~ j-- Pole Handhole -J ------~ Tap run where required r----- Low voltage cables #6 AWG bare stranded copper - ground wire Cable to cable ground connection Cable to ground electrode connection Ground electrode located as indicated on lighting layout drawings NOTE: 1 Broken lines indicate additional conductors for double luminaire installation. 1996 09 15 ~ Rev POLE WIRING DIAGRAM Date _ _ _ _ _ _ _ ~2ov sYS~M OPSD - 2~ 1 L \S6 ~ 5' Circular section 60mm OD / H / 4.775mm wall thickness Elliptical section Detail A DETAIL A BRACKET BASE PLATE NOTES: A For mounting details, see OPSD 2250.01. B All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING April 2007 Rev 4 ~~ 1.8m AND 2.4m ALUMINUM ---------- ;~~ TAPERED ELLIPTICAL BRACKET OPSD 2420. DIMENSION BRACKET 1.8m 2.4m L 1.8m 2.4m H 0.9m 1.2m Elliptical Section 64x108 mm OD 70x125 mm OD SECTION A-A I I N N I } T f - I I N 32mm dia hole 1 -~ 27 ~-- I e I I N I I ~ I I A N hole I I -IL N rn N A I I A I ~ I I I I I I ~~171 ~ ~ ----- -- o -- ---- Lump wottoge Zabel 25mm min BOTTOM VIEW Lamp wattage label 25mm min SIDE VIEW Background colour Note 1 TYPICAL LAMP WATTAGE CODES Black numerals Note 2 c IDENTIFYING NUMERAL LAMP WATTAGE E 7 70 W ~ 10 100 W 15 150 W 25 250 W 35 350 W 40 400 W I- 75mm min LABEL DIMENSIONS NOTES: 1 A gold background shall be used for high pressure sodium and fluorescent red background for the metal halide labels. Labels shall be made using high visibility reflective sheeting. 2 All numerals on the labels shall be black and made from 9mm wide line and numerals shall be minimum of 50mm high. A Do not cover manufacturers label. B Labels shall be the peel and stick type. C All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Nov 2005 Rev 0 sTav P ~' LAMP WATTAGE LABEL ---------- =k S --------- o~~t'~ FOR LUMINAIRE OPSD - 2421.010 ROAD ALLOWANCE PRNATE PROPERTY MAX. 3 m - 0 N Pvc caP NOT GLUED _ 135 mm SLIDE TYPE VALVE BOX @ COVER 22.5% RADIUS BENDS Y' BRANCH 100 mm OR 150 mm PIPE SURFACE CLEANOUT NOTES: 1. WHEN THE CLEANOUT IS LOCATED IN A DRIVEWAY, A STANDARD VALVE BOX IS REQUIRED. 2. BEDDING DETAIL AS PER 5-401. VALVE BOX fOR PVC STORM SEWER CLEANOUTS REV. DATE: SCALE: N.T.S. STD n 0 I~ ~g a I ~ n °c Ar O m ~'' n a ~ ~ F .O m z o '+1 o~ ~{~ r m ~ o - - - ~ N ~ ~ ~ i ~ f/1 D c ~~e' ~ ~ ~ Z Z ~z ~~ r. m n c 2 m~- ~ G b~ O T ` m ~ D ~ _ x ` ~ ~ `` ``` ` ` P ~ ~ ` r N ~ ~ r C1 ~ m m ____ ` i $ O `~ O Cf i 3 ----------~ n i ~ ~ o N N o ' r .~ m m ~ --- - - m - ' A 1 .. r O = J q ~ E q ~ A ~i [~ i Q N~ w ~ T S ~ ~ ~ J~ ~g3~~~ O -_ P' g o°o 3m}p = E N m 3~ ~ N N w r ' w F N ~ • o o Au p v ~ y ~ ~ gG fil (~!~ O 111 ~ ~ 3 T S 10 ~ f H O ~? O] p o a o 5 D a m ~3 IT T v ' ~ ~ " ~So i~ mtn ~ o j a o ~ U a oD -~ .n n ~ po m N~ old (A Z d tl N e m o 0 3 ~a p r o L a~ 3 : Nm 3~,a• o~y 6 o ~ < e < ~& :~ rn c w tp ! ~ o ... s ' ~ & • A m v s m - ~ o n a ~° ~ ~ S~ 3 v. c o ~" ~ ~ o' ~i S a u y ~ o~ a o 3~ r !~ Z o o r « . R N 3 7 a• w i p < w a ( - O pl ~ Y m m ~ - i 3n a< S O e C e ~ i a ~~ u i16K 3miD S5 ~ w y ~ (p~~1 ~ NO ~~ 3~ p x PS . • 1 11 a a n ~ + t u ~ 3S v 5 ~ ~ N ~ 4 J `~{ ~ g p 10 $ :~ 1 ~p " °ap ~ p {~~ S { o ~ y ~~ p 8 N O p N ~ = ~ ~ ~ 3"0 z E S a yyGG ~ ~ - -I S N ° { 'J g 4 Y 8~ N 3 3 ~ ~ Q K 8 3 i 3 w ~ m Y' ~ ~ ~C o • y E Q w N m 3 ,n 30LC ~ !^ ~ ~ a `" °~ ela • a w w w bl o o u w >g B 3w 0 ' 0 ° ~ 3~ 2 i 25 a DWG. 1 ~i ~ ~o i ~~IEC~ILIl'H~Q~ HEADWALL STRUCTURE Installation Spec Poge 1 ® are. ~cfaat RIo'e ~+ar~,sce ~a ~477,s~ Installation Sketch shows FRP Spigot onFixed Spigot (FS) Headwall. Note: ZRdD1R'H~tm Headwalls similar install method •••'SEEK SITE ENGINEERS APPROVAL BEFORE PROCEEDING l /--- r r ~ 60 degree slope r 1.6;1 1 ~ slop p ~ sla e ~~ i i r i I 12.00 apron I order os req d I odd 12o to unit code I L..-_ anchor cable rib Connections. use os req,d by site engineer. 1: I b 11 11 11 Il 11 11 11 11 11 , I ~ -T 1f lull retention o p Install Rip Rap as Is not retained by headwall req,d by site engineer wings use Rip Rap as directed by site engineer to make complete retention. ••• Note FRP Spigot shown connected to 801000 pipe. For OIta0~Ctl~Q~t.TY spigot use pipe manufacturers coupling. Otherwise Installation method similar. -r lop grade min, ~~ ~ 72"(300mm) min. ' overbprden 1 Bock till with imported granular i o fill or native soil i( approved If seal re d pac by site engineer. with grou t, Or foam Bock till (o master municipal backing rod or specifications latest edition. expandable foam. Relevent sections 02223,02236 02723 and 02226 fasten pipe with s/s ' machine strews ~ c/w nuts and washers. ~~7/ ' Min. 100mm granular base compacted to --- 95Y. Proctor density by slte nglnef er. i I _ 72' Apron installed on recommendolion ~_ ~ - R of site engineer. Install prior to granuar back till to grade req'd. DATE: Novt1/00 revy3: Nov19/Ol cad rile: headwalls/hndouts/in stall.dwg DWG. UNITS: Inches Seale: N. 7.5. DWG. ay O. S.Ou%n f.6:1 slop i r . i ~~ i ~' i r i i 12.00 min ip Ro j or as instructed I nor r I i I backfill slo e ewc. 2 !mm(3/4") DIA MUL?I- .ATE BCLT x 80mm(2") )t4G c/w NUT. FIELD 21LL SOmm DIA HOLE8 !N >P USING FRAME AS MPLATE t5mm DIA STEEL RODS AT 125mrq SPACING END VIEW ft5mm DIA STEEL RCD FRAME SECTION 'A-A' MATERIAL GSA 640.21 GR 230W (MIN) FINISH HCT DIF GALVANIZED 70 GSA 6164 AF ~ ER = a;SRICATiON NOTE ALL DIMENS!GNS ARE iN MI~UMETRES .3mm Inn ~~cct_ rrtAME 22mm DIA HOLE iN 9RAME 79mno(3,4") DIA BCLT CSP OUTSIDE DIAMETER DIAMETER SAFETY GRATE 1400 1388 '600 7588 1800 1788 STANDARD ASSEMBLY REGOLAR DU Y - SP.FE iY GRATE FOR t400mm DtA ?C 'bGCtnm 'LIP, CSP 'NO. GATE 7ESCR4F?;CN OF REV:SICN 6Y Crb iL!(5 ORAWIHG f5 iH2 RROP~E.RTY C£ TAG N0. 0.RM TEC UNITED PARTNERSHIP ANC 'SLE4i w nCU~ COUSpERgi GN DiHER itM ?HE BORRONERS AIX$EVENI ?I;0.! T L.A '~ NO [ RERRODI. G -PIES. ! N OR 06P05m 0~ ORECA:' DR .,,IREC?L Y, NCR USE] .9R AN PJR: DSE F R iliAN iYA rGR kH~On :' IS $PECIFlCAE~Y R:RNISeEO. - 5 RM i5 TENT SuBS_CT '0 RETJRR CN OENAND. .r 9 K AiRC 0 N.T.S. NC. NQ ! 10014 Of (111TCIf1C r11A\AC TCD !1C CgCCTV I`DA TC ~~ CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. C12009-7 OPS GENERAL CONDITIONS OF CONTRACT (November 2006) ONTARIO PROVINCIAL STANDARDS FOR ROADS AND PUBLIC WORKS /~~O =,~P O 3 Gy ~C ~pql STgN\ O„4 9N ~ P S v~ ~~ . -PROS/ GENERAL CONDITIONS OF CONTRACT (November 2006 'P i -\9a' '' \ Ontario Provincial Standards for e . ? ,, s f~,?j' Roads and Public Works \V~11_00.0~- OPS GENERAL CONDITIONS OF CONTRACT Table of Contents SECTION GC 1.0 -INTERPRETATION GC 1.01 Captions ...................................... GC 1.02 Abbreviations ..........................._. GC 1.03 Gender and Singular References GC 1.04 Definitions .................................... GC 1.05 Substantial Pertonnance .............. GC 1.06 Completion .................................. GC 1.07 Final Acceptance ......................... GC 1.08 Interpretation of Certain Words.... METRIC OPSS.MUNI'100 Novombx 2006 ................. 6 ................ 6 - ............... 6 ................ 6 ...............11 ..............11 ..............11 .............11 SECTION GC 2.0 -CONTRACT DOCUMENTS GC 2.01 Reliance on Contract Documents ............................................................. ...........12 GC 2.02 Order of Precedence ................................................................................. ........... 12 SECTION GC 3.0 -ADMINISTRATION OF THE CONTRACT GC 3.01 Contract Administrator's Authority ........................................ .................... ...........14 GC 3.02 Working Drawings ..................................................................................... ...........15 GC 3.03 Right of the Contract Administrator to Modify Methods and Equipment ... ...........16 GC 3.04 Emergency Situations ............................................................................... ...........16 GC 3.05 Layout ....................................................................................................... ...........16 GC 3.06 Extension of Contract Time ....................................................................... ...........16 GC 3.07 Delays ....................................................................................................... ...........17 GC 3.08 Assignment of Contract ............................................................................. ...........17 GC 3.09 Subcontracting by the Contractor ............................................................. ........... t8 Page 1 Rev. Date: 11Y10g6 OPSS.MUNI 100 GC 3.10 Changes ....................................................................................:................ ..........18 GC 3.10.01 Changes in the Work ................................................................................. ..........18 GC 3.10.02 Extra Work ................................................................................................. ..........19 GC 3.10.03 Additional Work .......................................................................................... .......... 19 GC 3.11 Notices ....................................................................................................... ..........19 GC 3.12 Use and Occupancy of the Work Prior to Substantial Performance .......... ..........19 GC 3.13 Claims, Negotiatans, Mediation ................................................................ .......... 20 GC 3.13.01 Continuance of rile Work ........................................................................... .......... 20 GC 3.13.02 Record Keeping ......................................................................................... .......... 20 GC 3.13.03 Claims Procedwe ...................................................................................... ..........20 GC 3.13.04 Negotiarions ............................................................................................... ..........21 GC 3.13.05 Mediation .................................................................................................... .......... 21 GC 3.13.06 Payment ..................................................................................................... .......... 21 GC 3.13.07 Rights of Both Parties .........................:...................................................... .......... 21 GC 3.14 Arbitration ................................................................................................... .......... 21 GC 3.14.01 Conditions for Arbitration ........................................................................... .......... 21 GC 3.14.02 ArbitrarionProcedure ................................................................................. ..........22 GC 3.14.03 Appointment of Arbitrator ........................................................................... .......... 22 GC 3.14.04 Costs .......................................................................................................... ..........22 GC 3.14.05 The Decision .............................................................................................. .......... 23 GC 3.15 Archaeological Finds ........................ .......................................................... ..........23 SECTION GC 4.0 -OWNER'S RESPONSIBILITIES AND RIGHTS GC 4.01 Working Area ................................................................................ .......................24 GC 4.02 Approvals and Pernits .................................................................. .......................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 ConUactors Right to Correct a Defaull ......................................... ....................... 25 ~ r Page 2 Rev. Date: t 12006 OPSS.MUNI 100 ~'~ GC 4.07 Ownel's Right to Correct a t>efaulL ................................ GC 4.08 Termination of Contractor's Right to Continue the Work GC 4.09 Final Payment to Contracts ........................................... GC 4.10 Termination of the Contract ............................................ GC 4.11 Continuation of Contractors Obligations ........................ GC 4.12 Use of Performance Band ............................................... GC 4.13 Payment Adjustment ..........................:............................ SECTION GC 5.0 -MATERIAL GC 5.01 Supply of Material ................................................... GC 5.02 Quality of Material ................................................... GC 5.03 Rejected Material .................................................... GC 5.04 Substitutions ............................................................ GC 5.05 Owner Supplied Material ......................................... GC 5.05.01 Ordering of Excess Material .................................... GC 5.05.02 Care of Material ....................................................... ..................... 26 .................:... 26 ..................... 26 ..................... 26 ..................... 27 ..................... 27 .................... 27 ............... 28 ............... 28 ............... 28 ............... 29 ............... 29 ............... 29 ............... 29 SECTION GC 6.0 -INSURANCE, PROTECTION AND DAMAGE GC 6.01 Protection of Work, Persons, and Property .................................... ..................... 31 GC 6.02 Indemnification ................................................................................ ..................... 31 GC 6.03 Contractor's Insurance .................................................................... ..................... 32 GC 6.03.01 General ........................................................................................... ..................... 32 GC 6.03.02 General Liability Insurance ............................................................. ..................... 32 GC 6.03.03 Automobile Liability Insurance ........................................................ ..................... 33 GC 6.03.04 Aircraft and Watercraft Liability Insurance ...................................... ..................... 33 GC 6.03.04.Q1 Aircraft Liability Insurance ............................................................... ..................... 33 GC 6.03.04.02 Watercraft Liability Insurance .......................................................... ..................... 33 GC 6.03.05 Property and Biller Insurance ........................................................ ..................... 33 GC 6.03.05.1)1 Properly Insurance .......................................................................... .....................33 GC 6.03.05.02 Boiler Insurance .............................................................................. .....................34 GC 6.03.05.03 Use and Occupancy of the Work Prior to Completion .................... ..............:...... 34 GC 6.03.05.04 Payment for Loss or Damage ................................................:........ ..................... 34 Page 3 Rev. Date: 71/2006 OPSS.MUNI 100 GC 6.03.06 Contractor's Equipment Insurance ...:............................................................... .... 35 GC 6.03.07 Insurance Requirements and Duration ............................................................ .... 35 GC 6.04 Bonding ................................................................................... ...................... ....35 GC 6.05 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 Interruption of Utility Services . ......41 GC 7.09 Approvals and PerrrMts ..................................................................................... ......41 GC 7.10 Suspension of Work ......................................................................................... ......42 GC 7.11 Contractors Righl to Stop the Work or Terminate the Contract ...................... ..:...42 GC 7.12 Notices by the Contractor ................................................................................ ......42 GC 7.13 Cbstructions ..................................................................................................... ......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 Page 4 Rev. Oate: 112006 OPSS.MUNI 100 GC 8.02 Payment.......... GC 8.02.01 Price for Work .................................................. _.. ....................................... ..... 46 GC 8.02.02 Advance Payments for Material ............._.................................................:..... ..... 46 GC 8.02.03 Certification and Payment ............................................................................... ..... 47 GC 8.02.03.01 Progress Payment Certificate ......................................................................... ..... 47 GC 8.02.03.02 Certification of Subcontract Completion ......................................................... ..... 47 GC 8.02.03.03 Subcontract Statutory Holdback Release Certificate and Payment ............... ..... 47 GC 8.02.03.04 Certification of Substantial Pertormance ......................................................:. ..... 48 GC 8.02.03.05 Substantial Performance Payment and Substantial Performance Statutory Holdback Release Payment Certificates ........................................................ .....48 GC 8.02.03.06 Certification of Completion .............................................................................. .....49 GC 8.02.03.07 Completion Payment and Completion Statutory Holdback Release Payment Certificates .......................:............................................................... .....49 GC 8.02.03.08 Interest ............................................................................................................ .....50 GC 8.02.03.09 Interest fnr Late Payment ................................................................................ ..... 50 GC 8.02.03.10 Interest for Negotiations and Claims ............................:.................................. ..... 51 GC 8.02.03.11 Owners 5et-0ff ..................................................:............................................ ..... 51 GC 8.02.03.12 Delay in PaymenL ..........................................................._..............._............. .....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 8.02.06 GC 8.02.09 Final Acceptance Certificate ......................... Payment of Workers ..................................... Records ......................................................... Taxes .......................................... Liquidated Damages .................................... ............... 55 ............... 55 ............... 55 ............... 56 ............... 56 Page 5 Rev. Date: 1112006 DPSS.MUkI tOD SECTION GC 1.0 -INTERPRETATION GC 1.01 Captions Ot The captions appearing in these General Conditions have been inserted as a matter of convenience and for ease of reference only and in no way define, limit, or enlarge the scope or meaning of the General Conditions or any provision hereof. GC 1.02 Abbreviations .01 The abbreviations on the left below are commonly found in the Contract Documents and represent the organizations and phrases listed on the right: "AASHTO' - American Association of Stale Highway Transportation Officials "ACI" - American Concrete Institute "ANSI" - American Nafionat Standards Institute "ASTM" - Arrrerican Society for Testing and Materials "AWG" - American Wire Gauge "AWWA' - American Water Works Association "CCIL" - Canadian Council of Independent Laboratories "CESA" - Canadian Engineering Standards Association "CGSB" - Canadian General Standards Board "CSA" - Canadian Standards Association "CWB" - Canadian Welding Bureau "GC" - General Conditions "ISO" - International Organization for Standardization "MOE" - Ontario Ministry of the Environment "MTO" - Ontario Ministry of Transportafion "MUTCD" - Manual of Uniform Traffic Control Devices (Replaced by OTM) "OPS" - Ontario Provincial Standard "OPSD" - Ontario Provincial Standard Drawing "OPSS" - Ontario Provinoiai Standard Specification "OTM" - Ontario Traffic Manual "PEO" - Professional Engineers Ontario "SAE" - Soaery of Automotive Engineers "SCC" - Standards Councl of Canada "SSPC" - Stnictural Steel Painting CouncN "UL" - Underwriters Laboratories "ULC" - Underwriters Laboratories Canada GC 1.03 Gender and Singular References .01 References to the masculine or singular throughout the Contract Documents shah be considered to include the Feminine and the plural and vice versa, as the context requires. GC 1.04 Definitions .Ot For fhe purposes of this Contract the following definitions apply: Aetual Measurement means the field measurement of that quantity within the approved limits of the Work. Addendum means an addition or change in the tender documents issued by the Owner prior to tender closing- Page 6 Rev. Date: 112006 OPSS.MUNt 100 Addtional Work means work not provided for in the Contract and not considered by the Contract Administrator to be essential to the satisfactory completion of the Contract within its intended scope. Agreement means the agreement between the Owner and the Contractor for the performance of the Work that is included in the Contract Documents. Base means a layer of material of specified type and thickness placed immediately below the pavement wearing surface layers, curb and gutter, or sidewalk. Business Day means any Day except Saturdays, Sundays, and statutory holidays. Certificate 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 Perfonmance. Change Directive means any written instruction signed by the Owner, or by the Contract Administrator where so authorized, directing [hat a Change in the Work or Extra Work be pertonned. Change in the Work means the deletion, extension, increase, decrease, or alteration of lines; grades; dimensions; quantities; methods; drawings; substantial changes in geotechnical, subsurface, surface, or other conditions; changes in the character of the Work to be done; or materials of the Work or part thereof, within the intended scope of the Contract. Change Order means a written amendment to the Contract signed by the Contractor and the Owner, or the Contract Administrator where so authorized, covering contingencies, a Change in the Work, Extra Work, Additional Work, and changed subsurface conditions; and establishing the basis for payment and the time allowed for the adjustment of the Contract Time. Completion Certificate means the certificate issued by the Contract Administrator at completion Constructor means, for the purposes of, and within the meaning of the Occupational Health and Safety Act R.S.O. 1990, c.O.1, as amended and amendments dlemto, the Contractor who executes the Contract. Contract means the undertaking by the Owner and the Contractor to perform their respecfive duties, responsibilities, and obligations as prescribed in the Contract Documents. Contract Administrator means the person, partnership, or corporafion 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 Contract, Supplemental General Conditans of Contract, Standard Specifications, Speaal Provisions, Contract Drawings, addenda incorporated in a Contract Document before the execution of the Agreement, such other documents as may be listed in the Agreement, and subsequent amendments to the Contract Documents made pursuant to the provisions of the Agreement. Contract Drawings or Contract Plans mean drawings or plans, any Geotechnical Report, any Subsurface Report, and any other reports and information provided by the Owner for the Work, and without limiting the generality thereof, may include soil profiles, foundation investigation reports, reinforcing steel schedules, aggregate sources lists, Quantity Sheets, and cross-sections. Contract Time means tl1e time stipulated in the Contract Documents for Substantial Performance of the Work, including any extension of Contract Time made pursuant to the Contract Documents. Page 7 Rev. Date: 1112008 OPSS.MUNI 100 Contractor means the person, partnership, or corporation undertakiAg 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-Off Date means the date up to which payment shall be made for work perfom~d. Daily Work Records mean daily Records detailing Ule 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 d2wings or plans pertaining to the Work. End Resuk SpeeHication means specifications that require the Contractor to be responsible for supplying a product or part of the Work. The Owner accepts or rejects the final product or applies a price adjustment that is commensurate,. with the degree of compliance with the specfication. Equipment means aN machinery and equipment used for preparing, fabricating, conveying w 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. ExMa Work means work not provided for in the Contract as awarded but considered by the Contract Adminisrator to be essential to the satisfactory completion of the Contract witftin its intended scope, including unanticipated wank required to corrpty 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 twmplete evaluation prepared by the Contract Administrator showing the quantities, unit prices, and final dollar amounts of all items of work completed under the Contract, including variations in tender items and Extra Wark, ail as set out in the same general fore as the monthly estimates. Force Account has the same meaning as'Time and Material ° Geotechnical Report means a report or other information identifying soil, rock, and ground water conditions in the area ct 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 4ade 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 indudes the area between the lateral property lines thereof. Lot means a specific quantity of material or a spedfic amount of construction nortrtaity from a single source and produced by the same process. Page 8 Rev. Date: 17!2006 OPSS.MUNI 100 Lump Sum kem means a tender item indicating a portion of the Work for which payment will be made at a single tendered price. Payment is not based on a measured quantity, although a quantity may be given in the Contract Documents. Major Item means any tender item that has a value, calculated on the basis of its actual or estimated tender quantity, whichever is the larger, multiplied by its tender unit price, which is equal or greater than the lesser of, a) $100,000, or b) 5% of the total tender value calculated on the basis of the total of all the estimated tender quantities and the tender unit prices. Material means material, machinery, equipment and fixtures forming part of the Work. Owner means the party to the Contract for whom the Work is being performed, as identified in the Agreement, and includes, with the same meaning and import, "Authority." Pavement means a wearing course or courses placed on the Roadway and consisting of asphaltic concrete, hydraulic cement concrete, Portland cement concrete, or plant or road mixed mulch. Performance Bond means the type of security famished to the Owner to guarantee completion of [he Work in accordance with the Contract and to the extent provided in the bond. Plan QuaMky 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 Wor1c as contemplated by this Contract. Quantky Sheet means a list of the quantifies 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 ~ 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, payrdls, accounts, or other information that relate to the Work or any Change in fhe 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 requiremeMS speaflc 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. Page 9 Rev. Date: 11!2006 OPSS.MUNI 100 ~' Subcontractor means a person, partnership or corporation tmdertaki~hg the execution of a part of the Work by virtue of an agreement with the Contractor. I 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 Contractor`s authorized representative in responsible charge of the Work. Surety means the person, partnership or corporation, other than the Contractor, licensed in Ontario to transact business under the Insurance Act, R.S.O. 1990, c.1.8, as amended, executing a bond provided by the Contractor. Tender means an offer in writing from the Contractor, submitted in the format prescribed by the Owner, to complete the Work. Time and Material means costs calculated according to clause GC 8.02.04, Payment on a Time and Material Basis. Where "Cost Plus" and "Force Account" are used they shall have the same meaning. Utility means an aboveground or underground facility maintained by a municipality, public utility authority or regulated authority and inGudes 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 shah 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 awned or acquired by the Owner for the construction of the Work. Working Day means any Day, a) except Saturdays, Sundays and statutory ftoiidays; b) except a Day as detenmined by the Contract Administrator, on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom, from proceeding with a Controlling Operation. For the purposes of this definition, this shaA be a Day during which the Contractor cannot proceed with at least 60°k of the normal labour and Equipment farce effectively engaged on the Controfiing Operation for at feast 5 hours; c) except a Day on which the Contractor is prevented from proceeding with a Controlling Operation, as determined by the Contract Administrator by reason of, i. any breach of the Contract by the Owner or if such prevention is due to the Owner, another contractor hired by the Owner, or an employee of any one of them, or by anyone else acting on behalf of the Owner. ii. non-delivery of Owner supplied Materials. iii. any cause beyond the reasonable corttrd of the Contractor that can be substantiated by the Contractor to the satisfaction of the Contract Administrator. Page 10 Rev. Date: 11!2006 OPSS.MUNt 100 Working Drawings w Working Plans means any Drawings w 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 or a substantial part thereof is ready for use or is being used for the purpose intended; and b) when the Work to be performed under the Contrail is capable of completion or, where there is a known defect, the cost of corection, 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 w 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 Ote 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, correcfion of a known defect, w last supply is not more than the lesser of, a) 1 % of the Contract price; w b) $1,000. GC 1.07 Final Acceptance .Ot 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 Gme, the Contractor has rectified all imperfect work and has discharged all of the Contractor's obOgafiorls 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 w satisfactory to the Contract Administrator, unless the context cleady indicates otherwise. Page 11 Rev. Date: t 112006 OPSS.MUNI 100 SECTION GC 2A -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 shah be shown to a tolerance of: i. 1 m horizontal, and ii. 0.3 m vertical 02 The Owner does not warrantor 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 inc{uded 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 folowing documents, such. documents shall take precedence and govern in the folowing descending order. a) Agreement b) Addenda c) Special Provisions d) Contract Drawings e) Standard Specifications f) Standard Drawings g) InslrucNons 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 folklwirg rules shall apply: a) Dimensions shown in figures on a Drawing shall govern where they differ from dmensions waled from the same drawing; b) Drawings of larger scale shah govern over those of smaller scale; Page 12 Rer. DaNr: 11YL006 OPSS.MUNI 100 c) Detailed Drawings shaA govern over general Drawitgs; and d) Drawings of a later date shall govern over those of an earlier date in the same series. 03 In the event of any inconsistency or conflict in the contents of Standard Specifications the following descending order of precedence shall govern: a) Owners Standard Specifications b) Ontario Provincial Standard Speafications 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 any one shall be as binding as if required by all. Page 73 Rev. Dale: 112006 OPSS.MUNI 100 ~ T ~ t SECTION GC 3.0 -ADMINISTRATION OF THE CONTRACT GC 3.01 Contract Administretor's Authority .01 The Contract Administrator shalt be the Owners representative during construction and until the issuance of the Completion Certificate or tlme issuance of the Final Acceptance Certificate, whichever is later. All instructions to the Contractor, including instructions from Ote Owner, shall be issued by the Contract Administrator. The Contract Administrator shall have the authority to act an behalf of the Owner ordy to the extent provided in the Contract Documents. .02 All Gains, disputes and other matters in question relating to the performance and the quality of the Work s the interpretation of the Contract Documents shall be referted to the Contract Administrator in writing by the Contractor. .03 The Contract Administrate may inspect the Work for its conformity with the Plans and Standard Spec~cetions, and to record the necessary data /o 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 [he 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 Contractors 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 6y the Contractor and issue appropriate instructions. .07 The Contract Administrator shall prepare Change Directives and. Change Orders for the Owner's approval. .08 Upon written application by the Contractor, the Contract Administrate and the Contractor shall jointly conduct an inspection of the Work to establish the date of Substantial Performance of the Work s the date of Completion of the Work or both. .09 The Contract Administrate shall be, in the first instance, the interpreter of the Contract Documents and One 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 shah not show partiality to either parry. .10 The CorNrail Administrator shall have One authority to reject part of the Work s Material that does not conform to the Contrar:t Documents. ,~ .11 In One event that the Contrail Administrator determines that any part of the Work performed by the Contrails is defective, whether the result of pooc workmanship; the use of defective material; or damage through carelessness or other ail or omission of the Contractor and whether or not incorporated in the Work; or otherwise tails to conform to [he Contract Documents, then the Contracts shall if directed by the Contract Administrator prompty remove the Work and replace, make good, or re-execute the Work at no additional rxut to the Owner. .12 Any part of the Work destroyed or damaged by such removals, replacements, s re-execuOons shall be made good, promptly, at no additional wet to the Owner. Page 14 Rev. Date: 1112006 OPSS.MUNI 700 l ~~ 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 facilitate 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 noncompliance in ttre 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 determines 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 .Ot 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 promptrress and in ordedy sequence so as to not cause delay in the Work. If either the Contractor or the Contract Administrator so requests, they shall jointly prepare a schedule fixing the dates for submission and return of Working Drawings. Working Drawings shall be submitted in printed form. At the time of submission the Contractor shall notify the Contract Administrator in writing of any deviations from the Contract requirements that exist in the Working Drawings. .03 The Contract Administrator shall review and return Working Drawings in accordance with an agreed upon schedule, or otherwise, with reasonable promptness so as not to cause delay. .04 The Contract Administrator's review shah be to check for conformity to the design concept and for general arangement 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 Contrail Administrator. Page 15 Rev. Date: 11!20(16 OPSS.MUNI 100 05 The Contractor shall make any changes in Working Drawings [hat 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 shah notify the Contract Administrator in writing of any revisions other than those requested by the Contract Administrator. .O(i 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 Wcxking 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 [o either the Worts or existing fadli6es or the environment. .02 The Contractor shall, when requested in wntkrg, alter the sequence of its operations on the Contract so as to avoid interference with work being performed by others. .03 Notwithstanding the foregoing, the Contractor shall ensure that all necessary safety precautions and pro[ec6on are maintained throughout the Work. GC 3.04 Emergency Situations .Ot 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 AdminisMator may instruct the Contractor to take action to remedy the situation. If the Contractor does not lake timely action or, if the Contractor is not available, the Contract Administrator may direct onr~s to remedy the situation. .02 If the emergency situation was the fault of the Contractor, the remedial work shall be done at the Contractor's expense. If the emergency situation was not the fault of the Contractor, the Owner shall pay for the remedial work. GC 3.05 Layout .01 The Contract Administrator shall provide baseline and benchmark information fa the general location, alignment, and elevation of the Work. The Owner shall be responsible only for the cortectness 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 Ciroumstances suitable for consideration of an extension of Contract Time include the following: a) Delays, subsection GC 3.07. b) Changes in the Work, clause GC 3.10.01. c) Extra Work, clause GC 3.10.02. Page is aev. Dare: ttrzoos OPSS.MUNI 100 d) Additional Work, dause 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. .OS The terms and conditions of the Contract shall continue for such extension of Contract Time. GC 3.07 Delays .01 If the Contractor is delayed in the pertormance of the Work by, a) war, blockades, and civil commotions, errors in the Contract Documents; b) an act or omission of the Owner or Contract Administrator, or anyone employed or engaged by them directly or indirectly, contrary to the provisions il the Contract Documents; c) a stop work order issued by a court or public authority, provided that such order was not issued as the result of an act or omission of the Contractor or anyone employed or engaged by the Contractor directly or indirectly; d) the Contract Administrator giving notice under subsection GC 7.10, Suspension of Work; e) abnorrnaf inclement weather; or f) archaedogical 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 Mat in the case of an application for an extension of Contract Time due to abnormal inclement weather, the Contractor shall, with the Contractor's application, submit evidence from Environment Canada in support of such application. Extension of Contrail Time may be granted in accordance with subsection GC 3.06, Extension of Contrail Time. .02 If the Work is delayed by labour disputes, strikes or kick-outs, including lockouts decreed or recommended to its members by a recognized contractor's association, of which the Contractor is a member or to which the Contractor is otherwise bound, are beyond the Conlractors control, which then the Contrail 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 resuti of the event causing the delay, unless a shorter extension is agreed to by the Contractor. The Contrailor shall not be entitled to payment for costs incurred as the result of such delays unless such delays are the result of actions by the Owner. .03 The Contractor shall not be entitled to payment for the cost of delays incurred as a result of a dispute between the Contractor and Owner. The Contractor shall execute the Worts 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. Page 17 Rev. Date: 11!2006 OPSS.MUNI 100 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 Contraci Documents. .02 The Contractor shall notify the Contract Administrator 10 Days prior [o 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 inducts the reasons for the rejection. 04 The Contractor shall not, without the written consent of the Owner, change a Subcontractor wha has been engaged in accordance with this subsection. .OS The Contractor shall preserve and protect the rights of the parties under Ore 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 Cwuner for acts and omissions of the Contractor's Subcontractors and of persons directly or indirectly employed by them as for acts and omissions of persons directly employed by the Contractor. 06 The Owner's consent to subcontracting by the Contracfor shall .not be construed to relieve the Contractor from any obligation under the Contract and shall not impose any lability upon the Owner. Nothing contained in the Contract Documents shall create a contractual relationship betweeh a Subcontractor and the Owner. GC 3.10 Changes GC 3.10.01 Changes in the Work .01 The Owner, or the Contract Administrator where so authorized, may, by order in writing, make a Change in the 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 shah 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 dause 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 t8 Rev. Dab: 712008 OPSS.MUNI 100 GC 3.10.02 Extra Work .Ot The Owner, or Contract Administrator where so authorized, may instruct the Contractor to perform Extra Work without invalidating the Contract. The Contractor shall not be required to proceed with the Extra Work until in receipt of a Change Order or Change Directive. Upon receipt of such Change Order or Change Directive the Contractor shall proceed with the Extra Work. .02 The Contractor may apply for an extension of Contract Time according to the terms of subsection GC 3.06. Extension of Contract Time. .03 Either the Owner a 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 Gause 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 perform Rdditional Work without invalidating the Contract. If the Contractor agrees to perform Additional Work, the Contractor shall proceed with such Additional Work upon receipt of a Change Order. .02 The Contractor may apply for an extension of Contract Time according to the terms of subsection GC 3.06, Extension of Contract Time. .03 Payment for the Additional Work may be negotiated pursuant to subsection GC 3.13, Claims, Negotiations, Mediation, or payment may be made according to the conditions contained in clause GC 8.02.04, Payment on a Time and Material Basis. GC 3.11 Notices .01 Any notice permitted or required to be given to the Contract Administrator or the Superintendent in respect of the Work shall be deemed to have been given to and received by the addressee on the date of delivery if delivered by hand, email, or by facsimile transmission and on the fifth Day after the dale of mailing, if sent by mail. .02 The Contractor and the Owner shall provide each other with fhe mail and email addresses; pager, ce1 phone, and telephone numbers; and facsimile terminal numbers for the Contract Administrator and the Superintendent at the commencement of the Work, and update as necessary. .03 In the event of an emergency situation or other urgent matter the Contract Administrator or the Superintendent may give a verbal notice, provided that such notice is confirmed in writing within 2 Days. .04 Any notice permitted or required to be given to the Owner or the Contractor shall be given in arcordance with the notice provision of the Cohtract. taC 3.12 Use and Occupancy of the Work Prior to Substantial Pertormance .01 Where it is not contemplated elsewhere in the Contract Documents, the Owner may use or occupy the Work or any part thereof prior to Substantial Performance, provided that at least 30 Days written notice has been given to the Contractor .02 The use or occupancy of the Work or any part thereof by the Owner prior to Substantial Performance shall not constitute an acceptance of the Work or parts so occupied. In addition, the use or occupancy of the Work shall not relieve the Contractor or the Contractor's Surety from any liability that has arisen, or may arise, from the performance of the Work in accordance with the Contract Page 19 Rev. Date: 1112006 OPSS.MUNI 100 Documents. The Owner shall be responsible for any damage that occurs because of the Owners use or occupancy. Such us@ or occupancy of any part of the Worklpy the Owner does not waive the Owner's right to charge the Contractor liquidated damages in accordance with the terms of the Contract. GC 3.13 Claims, Negotiations, Mediation GC 3.13.01 Continuance of the Work .01 Unless the Contract has been terminated or completed, the Contractor shall in every case, after serving or receiving any notification of a daim or dispute, verbal w written, continua 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 daim, the Contradw shall keep Daily Work Records during the course of the Work, sufficient to substantiate the Contractor's daim, 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 recondle their respective Daily Work Records on a daily basis, to simplify review of the daim, when submitted. If the Contractor and the Contract Administrator fail to recondle their respective Daily Work Records, then the Contractor shall submit its Daily Work Records as part of its daim, whereby the resolution of the dispute about the Daily Work Records shall not be resdved until there is a resolution of the daim. .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 Gays of the commencement of any part of the Work that may be affected by the situation. .03 The Contractor shall submit detailed dawns as soon as reasonably possible and in any event no later than 30 Days after completlon of the work affected by the sttuation. The detailed daim shall: a) identify the item w items in respect of which the daim arises; b) state the grounds, contractual w otherwise, upon which the claim is made; and c) indude the Records maintained by the Contradw supporting such daim. 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 daim. The Contractor shall submit the requested information within 30 Days of receipt of such request. Page 20 Rev. Date: 1112008 OPSS.MUNI 100 .O5 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 Ore claim, the Contract Administrator shall enter into negotiations with the Contractor to resolve the matters in dispute. Where a negotiated settlement cannot be reached and it is agreed that payment cannot be made on a Time and Material basis in accordance with clause GC 8.02.04, Payment on a Time and Material Basis, the parties shall proceed in accordance with clause GC 3.13.05, Mediation, or subsection GC 3.14, Arbitration. GC 3.13.05 Mediation .Ot If a daim is not resolved satisfactorily through the negotiation stage noted in clause GC 3.13.04, Negotiations, within a period of 30 Days following Ole 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 mutuatly agreed upon by the Owner and Contractor. .03 The mediator shall be knowledgeable regard'mg the area of the disputed issue. The mediator shall meet with the parties together or separately, as necessary, to review all aspects of the issue. In a final attempt to assist the parties in resdving the issue themselves prior to proceeding to arbitration the mediator shall provide, without prejudice, anon-binding recommendation for settlement. .04 The review by fhe 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 parry mediator shall be equally shared by the Owner and Contractor. GC 3.13.06 Payment .01 Payment of the daim shall be made no later than 30 Days after the date of resolution of the Gaim or dispute. Such payment shall be made atxoMing to the terms of SecOon 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 renundation 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 Arbitration GC 3.14.01 Conditions of Arbitration .01 If a claim is rwt resolved satisfactorily through the negotiation stage noted in clause GC 3.13.04, NegotiaOons, 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. Page 21 Rev. Date: 718008 OPSS.MUNI 700 r .02 Notification that artbtration shall be implemented to resolve the issue shall be communicated in writing as soon as possible and no later than 60 Days folowing 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 Arbdration Act, 1991, S.O. 1991, c.17, as amended, shall apply to any arbitration conducted hereunder except to the extent that they are modified by the express provisions of subsection GC 3.14, Arbitration. GC 3.14.02 Arbkration Procedwe .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 w her jurisdiction or have otherwise disqualified him or herself: a) All existing actions in respect of the matters under arbitration shall be stayed pending arbitration; b) AN 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 tite arbitration, the Contractor shall confirm that all matters in dispute are set out in the schedule. GC 3.14.03 Appointment of Arbkrator .Ot The arbitrator shall be mutualy weed 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. t4.01.02, the Owner and the Contractor shall each choose an appdntee 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 Oniado Inc., which may select an arbitrator to adjudicate the dispute within 7 Days of being requested to do so. .04 The arbitrator shah not be interested financially in the Contract nor in either party's business and shall not be employed by either party. .OS The arbitrator may appoint independent experts and any other persons to assist him w her. .O6 The arbitrator is not bound by Ote rotes of evidence that govern the trial of cases in court but may hear and consider any evidence Drat the arbitrator considers relevant. .07 The headng shall commence witlNn 90 Days of the appointment of the arbitrator. GC 3.14.04 Costs .01 The arbitrator's fee shall be equaly shared by the Owner and the Contractor. .02 The fees of any independent experts and any other persons appointed to assist the arbitrator shall be shared equally by the (Tuner and the Contractor. Page ~ Rev. Dale: 11/2006 OPSS.MUNI 100 .03 The arbitration hearing shall be held in a place mutually agreed upon by both parties or in the event the parties do not agree, a site shall be chosen by the arbitrator. The cost of obtaining appropriate facilities shall be shared equally by the Owner and the Contractor. .04 The arbitrator may, in his or her discretion, award reasonable costs, related to the arbitration. GC 3.74.05 The Decision .Ot The reasoned decision shall be made in writing within 90 Days of the wnGusion 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 .Ot If the Contractor's operations expose any items that may indicate an archaeoogical 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 suspensbn of Work shall be considered to be beyond the Contractor's control in accordance with paragraph GC 3.07.01. 03 Any work directed or authorized in connection with an archaeological find shah be considered as Extra Work in accordance with clause GC 3.10.02, Extra Work. .04 The Contractor shall take all reasonable action to minimize additional costs that may accrue as a result of any work stoppage. Page 23 Rev. Date: 1112006 OPSS.MUNI 100 i SECTION GC 4.0 -OWNER'S RESPONSIBILITIES AND RIGHTS GC 4.01 Working-Area .01 The Owner shall acquire all property rights that are deemed necessary by the Owner for the construction of the Work, including temporary working easements, and shall indicate the full extent of the Working Area on the Contract Drawings. .02 The Geotechnical Report and Subsurface Report that may be provided by the Owner as part of the tender documents shall form part of the Contract Drawings. GC 4.02 Approvals and Permits .01 The Owner shall pay for alt 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 .Ot 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.0.1, as amended, the Owner advises that, a) the designated substances silica, lead, and arsenic are genera0y present throughout the Working Area occuring 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 dtese substances may occur as a result of activities by the Contractor such as sweeping, grinding, crushing, driNing, blasting, cutting, and abrasive blasting. .03 The Owner shall. identify in the Contract Documents any designated substances or hazardous materals 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 deskytated substances or hazardous materials that are in addition to those fisted in paragraph GC 4.03.02, or not cleady identfed 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 shah stop work in the area immediately and shall determine the necessary steps required to complete the work in accordance with applicable legislation and regulation. .OS The Owner shall be responsible for any reasonable additional txtsts 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 terxlering. All work under this paragraph shall be deemed to be Extra Work. Page 24 Rev. Date: 17/2e04 OPSS.MUWI 100 .O6 Prior to commencement of the Work, the Owner shaft 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 COntrd measures required and provided by the railway company unless such costs are solely a function of the Contractor's chosen meOrod of completing the Work. .02 Every precaution shall be taken by the Contractor to protect all railway property at track crossings; or otherwise, on which construction operations are to take place in accordance with the terms of this Contract. .03 The Contractor shall be required to conduct the construction operations in such a manner as to avoid a possibility of damaging any raihvay 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 properly throughout the duration of the Contract. GC 4.05 Default by the Contractor .Ot 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 prosewte the Work propedy s otherwise fails to comply with the requirements of the Contract and, if the Contract Administrator has given a written statement to the Owner and Contractor that suffiaent 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 Waking 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 Contracts'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 Ore Contracts or receiver a trustee in bankruptcy notice in writing, terminate the Contract. GC 4.06 Contractor's Right to Correct a Defauk .Ot The Contracts 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 Ore correction of [he default cannot be completed within the 5 full Working Days following receipt of the notice, the Contracts shall not be in default if the Contracts, 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 fa the progress of such correction; and c) completes the correction in accordance with such sdledule. Page 25 ~ Rev. Dale: 1112006 OPSS.MUNI 1110 GC 4.07 Owner's Right to Correct Default .01 If the Contractor fails 4o coned the default within the time specified in subsection GC 4.06, Contractor's Right to Correct a Default, or subsequently weed 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 thereaker due to the Contractor. GC 4.08 Termination of Contractor's Right to Continue the Work .Ot Where the Contractor foils to correct a default within [he time speafied in subsection GC 4.06, Contractor's Right to Coned a Defauk, or subsequently agreed upon, Ote Owner, without. prejudice to any other right or remedy the Owner may have, may terminate the Contractor's right to continue the Work in while 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 correcfion of the defauk; e) charge the Contractor a reasonable allowance, as determined by the Contract Administrator, to cover conection to the Work pertormed by the Contractor that may be required under subsection S GC 7.16, Wananty; f) charge the Contractor for any damages the Owner sustained as a result of the defauk; and g) charge the Contractor the amount by which the cost of conectons th the Work under subsection GC 7.16, Wartanty, exceeds the alowance provided for such corrections. GC 4.09 Final Payment to Contractor .01 If the Owner's cost to coned and complete the Work in whole or in part is less than the artwunt withheld from the Contractor under subsection GC 4.08, Termination of Contractor's Right th Continue the Work, the Owner shah pay the balance to the Contractor as soon as the final accounting for the Contract is complete. GC 4.10 Termination of the Contract .Ot Where the Contractor is in default of the Contract the Owner may, without prejudice to any other right or remedy the Owner may have, temlinate the Contract by giving written notice of terminafion to the Contractor, the Surety, and any trustee or receiver acting on behalf of the Contractor's estate or credkors. Page 26 Rev. Date: 11!2006 OPSS.MUNI 100 .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. j GC 4.11 Continuation of Contractor's Obligations .01 The Contractor's obligation under the Contract as to quality, correction, and warranty of the Work performed prior to the Gme 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 .Ot 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 i accordance with the conditions of the Performance Bond. GC 4.13 Payment Adjustment .Ot If any situation should occur in the performance of the Work that would result in a Change in the Work, the Owner shalt be entitled to an adjustment and those adjustrnents shah be managed in accordance with subsection GC 3.10.01, Changes in the Work. Page 27 Rev. Date: 1112006 OPSS.MUNI 100 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 S.D2 Quality of Material .01 AN 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 Contrect 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. .O6 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 Adrtanistrator to enable the. Contract Administrator to carry out the required inspecfion, 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 suiied to the purpose required, and the use of such Material shall be subject to the approval of the Contract Administrator. .09 All Material inspection, sampling, and testing sha0 be carried out on random basis in accordance with the standard inspection or testing me0wds required for the Material. Any approval. given by the Contract Administrator for the Materials to be used in Ote Work based upon the random method shall not relieve the Contractor from the responsibility of incorporating Material that confomts to the Contract Documents into Ote Work or propedy perfom,ing the Contract and of arty liability arising from the failure to properly perform as specified in the Contract Dowments. GC 5.03 Rejected Material .Ot Rejected Material shall be removed from the Working Area expeditiously after the nofifica8on 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 Adminisbator catsiders to be the most appropriate manner, and the Contractor shall pay the costs of disposal and the appropriate overhead charges. Page 28 Rev. Date: 77/2008 OPSS.MUNI 100 GC 5.04 Substitutioitet 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°k of any additional saving in cost in excess of such $1,000. Each such approval shall be conveyed to the Contractor in writing or 6y issuance of a Certificate of Equality on the Owner's standard form of "Certification of Equality" and, if any adjustment to the Contract price is made by reason of such substitution, a Change Order shall be issued as well. GC 5.05 Owner Supplied Material GC 5.05.01 Ordering of Excess Material .01 Where Material is supplied by the Owner and where this Material is ordered by the Contractor in excess of Me amount specified to complete the Work, such excess Material shall become the property of the Contractor on completion of the Work and shall be charged to the Contractor at cost plus applicable overheads. GC 5.05.02 Care of Material .01 The Contractor shall, in advance of receipt of shipments of Material supplied by the Owner, provide adequate and proper storage facilities acceptable to the Contract Administrator, and on the receipt of such Material shall promptly place it in storage, except where it is [o be incorporated forthwith into the Work. .02 The Contractor shall be responsible for acceptance ~ Material supplied by the Owner, at the specified delvery point and for its safe handling and storage. if such Material is damaged while under the contrd of the Contractor, it shall be replaced or repaired by the Contracts at no expense to the Owner, and to the satisfaction of the Contrail 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 detemtirted by the Contract Administrator. :03 Where Material supplied by the Owrter 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 orange for an immediate inspection of the shipment and provide the .Contractor with a written release from responsibility for such damage or deficienaes. Where damage or deficiencies are not so reported, it shall be assumed that the shipment artived in good condition and order, and any damage or deficencies reported Otereafter shall be made good by the Contracts at no extra cost to the Owner. Page 29 Rev. Date: 11!2008 OPSS.MUNI 100 A4 The full amount of Material supplied by the Owner in each shipment shall be accounted for by the Contractor and such Material shall be at the risk of the Contracctor 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. OS 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 shah be disposed of by the Contractor, unless otherwise specified in the Contract Documents. .06 Immediatety upon receipt of each shipment, the Contractor shall provide the Contract Administrator copies of bills of lading, or such other docunentafion 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 w deficencies to the Contract Administrator and take charge of the Material at the stockpile site. Where damage or deficiences 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 shah be made good by the Contractor at no extra cost to the Owner. ~9e 30 Rev. Dap: 11f100a OPSS.MUNI 100 SECTION GC 6.0 -INSURANCE, PROTECTION AND DAMAGE GC 6.01 Protection of Worfc, Persons and Property .Ot The Contractor, the Contractor's agents, and all workers employed by or under the control of the Contractor, induding Subcontractors, shall protect the Work, persons, and properly 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 wor{c or works and the restora0on 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 ocwr during the tens of the Contract The Contractor shall then investigate and report back to the Contract Administrator within 15 Days of occurrence of inddent, 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) bloduades and civil commofions; c) errors in the Contract Documents; or d) acts or omissions of the Owner, the Contract Administrator, their agents and employees, or others nol under the control of the Contractor, but within Ole 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 daims, demands, losses, expenses, costs, damages, adions, suits, or proceedings by third parties, hereinafter called "daims", diredly or indirectly arising or alleged to arise out of the performance of or the failure to pertorm the Work, provided such daims 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 dale of Substantial Performance of the Work asset out in the Certificate of Substantal Perfomtance of the Work or, where so specified in the Contract Documents, from the date of certification of Final Acceptance. Page 31 Rev. Dale: 11x2006 OPSS.MUNI 100 .02 The Contradw shall indemnify and hold harmless the Owner from all and every claim for damages, royalties or fees for the infringement of any patented invention. w copyright occasioned by the Contractor in connection with the Work performed or Material famished 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, bsses, expenses, costs, damages, actions, suits, or proceedings arising out of the Contractor's performance of the Contract that are attributable to a lack of w defect in title w an alleged lads of w defect in title to the Working Area. OS The Contractor expressy 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 generality of subsection GC 6.02, Indemnification, the Contrador 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 appty when so specified in the Contract Documents. 02 The Contractor shall provide Ore Contract Administrator with an original Certificate of Insurance for each type of insurance coverage that is required by the Contract Documents. The Contractor shah 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 Contrail Documents: The Contractor will not be permitted io commence work until the Contract Administrator is in receipt of such proof of insurance. The Contract Administrator may withheld payments of monies due to the Contradw untN the Contractor has provided the Contract Administrator with original valid CertiEcates of Insurance as required by Ote provisions of the Contract Dowments. GC 6.03.02 General Liability Insurance .01 General liability insurance shah be in the name of the Contradw, with the Owner and the Contract Administrator named as additlonal insureds, with limits of not less Olan five million doNars inclusive per occurrence for bodily injury, death, and damage to property indudtng bss of use thereof, with a property damage deductible of rwt more than $5,000. The form of this insurance shah be the Insurance Bureau of Canada Form IBC 2100. 02 Another form of insurance equal to w better than that required in IBC Fonn 2100 may be used, provided all the requirements Nsted in Ole Contract are included. Approval of this insurance shah 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 Contrador shalt maintain in force such policies of insurance specified by the Contrail Documents at all times from the commencement of the Work until the end of any Warranty Period w as otherwise required by the Contrail Documents. .04 The Contractor shall submit annually to the Owner, proof of cor7tinuatian 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: 11!2006 OPSS.MUNI 700 .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 shalt indude the appropriate endorsements. .O6 The policies shall be endorsed [o provide the Owner with not less than 30 Days written notice in advance of cancellation, change or amendment restricting coverage. .07 "Claims Made" insurance policies shall not be permitted. GC 6.03.03 Automobile Liability Insurance .01 Automobile liability insurance in respect of licensed vehides shall have limits of not less than five million ddlars inclusive per occurrence for bodily injury, death and damage to property, in the following forms endorsed to provide the Owner with not less than 30 Days written notice in advance of any cancellation, change, or amendment restricting coverage: a) standard non-owned automobile policy induding standard contractual liability endorsement, and b) standard owner's form automobile policy providing third party liability and accident benefits insurance and covering licensed vehides owned or operated by the Contractor. GC 6.03.04 Aircraft and Watercraft Liability Insurance GC 6.03.04.01 Aircraft Liabilty Insurance 01 Aircraft liability insurance with respect to owned or non-owned aircraft used directly or indirec0y 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 induding loss of use thereof, and limits of nol less than five million dolars for aircxaft 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 gncellafion, 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, induding use of additional premises, shall be subject to limits of not less than five million dotlars irtdusive per occurrence for twdily injury, death, and damage to property including loss of use thereof. Such insurance shatl be in a forth acceptable to the Owner. The polides shall he 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 Property and Boiler Msuranee GC 6.03.05.01 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 spedfied to be provided by the Owner for incorporation into the Work, with a deductible not exceeding 1% of the amount insured at the site of the Work. This insurance shall be in a forth acceptable to the Owner and shatl be maintained continuously until 10 Days after the date of Final Acceptance of the Work, as set out in the Final Acceptance Certificate. Page 33 Rev. Date: 112006 OPSS.MUNI 100 GC 6.03.05.02 Boiler Insurance 01 Baler insurance insuring the interests of the Contractor, the Owner and the Contract Administrator for not less than the replacement value of balers and pressure vessels funning part of the Work, shall be in a (orm 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 Uae and Occupancy of the Work Prior to Completion .01 Should the Owner wish to use or occupy part or aN of the Work prxx to Substantial Performance, the Owner shall give 30 Days written notice to the Contractor of the intended purpose and extent of such use or occupancy. Prior to such use or occupancy, the Contractor shall notify the Owner in writing of the additional premium cost, if any, to maintain property and boiler insurance, which shall be at the Owner's expense. If because of such use or occupancy the Contractor is unable to provide coverage, the Owner upon written notice from the Contractor and prior to such use or occupancy shall provide, maintain, and pay for property and baler insurance insuring the full value of the Work, including ceverage for such use or occupancy, and shall provide the Contractor with proof of such insurance. The Contractor shah refund to the Owner the unearned premiums applicable to the Contractor's policies upon termination of coverage. 02 The policies shall provide that, in the event of a loss or damage, payment shall be made to the Owner and the Contractor as their respective interests may appear. The Contractor shall act on behalf of both Nte Owner and the Contractor for the purpose of adjusOng the amount of such loss or damage payment with the insurers. When the extent of the loss or damage is determined, the Contracts shall proceed to restore the Work. Loss or damage shall na affect [he rights and oblgations of either party under the Contract, except that the Contractor shad be enNNed to such reasonable extension of Contract Time relative to the extent of the loss or damage as Use Contract Administrator may decide in consultation with the Contractor. GC 6.03.05.04 Payment for Loss or Damage .01 The Contractor shah be entitled to receive from the Owner, in addition to the amount due under the Contract, the amount at which the Owner's interest in restoration of the Work has been appraised, such amount to be paid as the restoration of the Work proceeds, and in accordance with the requirements of Section GC 8.0, Measurement and Payment. In addition, the Contractor shall be entitled to receive from the payments made by the insurers the amount of the Contractor's interest in the restoration of the Work. .02 The Contractor shah be responsible for deductible amounts under Ure poNcies, except where such anwunts may be excluded from the Contractors responsibility by Nie terms of this Contract. .03 in the evert of a bss or damage to the Work arising from the action of 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 wish the requirements of Section GC 8.0, Measurement and Payment. Page 34 Rev. ~: 112006 OPSS.MUNI 700 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, inGuding 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.D3.07 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 [he 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 poicy 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 urderwrter 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 inxnediately fdlowing completion of renewal .05 Unless specified otherwise, the Contractor shall be responsible for the payment of deducOble amounts under the policies. .O6 If the Contractor fails to provide or maintain insurance as required in subsection GC 6.03, Contractor's Insurance, or elsewhere in the Contract Dowments, 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 Ore 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 fa 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'ege 35 Rev. Date: 11!2006 OPSS.MUNI 100 GC 6.05 Workplace Safety and Insurance Board .Ot 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 $1e Certificate of Substantial Performance. c) Prior to expiration of the Warranty Period. d) At any other time when requested by the Contract Administrator Page 36 Rev. Date: 1112006 OPSS.MUNI 100 SECTION GC 7.0 -CONTRACTOR'S RESPONSIBILITIES AND CONTROL OF THE WORK GC 7.01 General .Ot 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 Contractor has received a written order to commence the Work, signed by the Contract Administrator. .03 The Contractor shall have complete control of the Work and shall effectively direct and supervise the Work so as to ensure conformity with the Contract Documents. The Contractor shall be responsible for construction means, methods, techniques, sequences, and procedures and for coordinating the various parts of the Work. .04 The Contractor shall provide adequate labour, Equipment, and Material to ensure the cortTlletion of the Contract in accordance with the Contract Documents. The Work shall be performed as vigorously and as continuously as weather conditions or other interterences may permit. .OS 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. .O6 Notwithstanding paragraph GC 7.01.05, where the Contract Documents include designs for temporary structures and other temporary facilities or specify a method of construction in whole or part, such facilities and methods shall be considered to be part of the design of the Work, and the Contractor shall not be held responsible for that part of the design or the spec'fiied method of construction. The Contractor shall, however, be responsible for the execution of such design or speafied 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.0.1, as amended, (the "Act") and Ontario Regulation 213/91, as amended, (that regulates Consinlction Projects) and any other regulations as amended under the Act (the "Regulations") that may affect the performance of the Work, as the "ConstructoP or "empoyer," 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 pertortning 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 AG and the Regulations are available at the Contractor's office within tl1e Working Area, or, in the absence of an office, in the possession of the supervisor responsible for the perfomtance of the Work; d) workers employed to cery out the Work possess tl1e knowledge, skills, and protective devices required by law or recommended for use by a recognized industry association to allow them to work in safety; e) its supervisory employees carry out thetr duties in a dGigent and responsible manner with due wnsideration for the health and safety of the workers; and Page 37 F2ev. Date: 11/2006 OPSS.MUNI 100 f) all Subcontractors and their workers are propedy protected from injury while they are at the Work Area .OB The Contractor, when requested, shall provide the Owner with a copy of its health and safety. policy and program al 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 Regulatons. The Contractor shalt 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 shah indemnity and save tite Owner harmless from any additional expense that the Owner may inctu 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 controAed 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 shah 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 whNe any Work is being performed, to supervise the Work and act for or on the Contractor's behalf. Prior to commencement of construction, the Contractor shall notry the Contract Administrator of the names; addresses; positions; and ceN 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 contrd and work zone safety. The designated person shall be a competent worker who is qualified because of knowledge, training, and experience to pertorm the duties; is familiar with Boak 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 Contrail Administrator of the name: address; position; cell phone, pager, and teleptone numbers of Ne 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 aN times. .12 The Contr~tor shall, at no additional cent to the Owner, famish all reasonable aid, faciNties, 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 eohstructiort schedule of operations, indicating the proposed methods of corstructon and sequence of work and the Rims the Contractor proposes to complete the various items of work within the time specified in tare 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 shah submit an updated construction schedule, if requested by the Contract Admiru,4trator, witlun 7 Days of the request. This updated schedule shall show how the Contractor proposes to per(arm 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 H to the Contract Administrator and shall not proceed with fhe activity affected until receiving direction from the Contract Administrator. .15 The Contractor shah promptly notify the Contract Administrator in writing 'd the subsurface conditions ~ observed in the Working Area differ materiaty from those indicated in the Contract Documents. Page 38 Rav. DaBe: 11f2006 OPSS.MUNI 100 .16 The Contractor shall arrange with the' appropriate Utility authorities for the stake out of all underground Utilities and service connections that may be affected by the Work. The Contractor shall observe the location of the stake outs prior to commencing the Work and in the event that there is a discrepancy between the location of the stake outs and the locations shown on the Contract Documents, that may affect the Work, the Contractor shall immediately notify the Contract Administrator and the affected Utility companies, in order to resolve the discrepancy. The Contractor shall be responsible for any damage done to the underground Utilities and service connections by the Contractor's forces during construction if the stake out locations are within the tolerances given in paragraph GC 2.01.01 a). GC 7.02 Layout .01 Prior to commencement of construction, the Contract Administrator and the Contractor shall locate on site those property bars, baselines, and benchmarks that are necessary to delineate the Working Area and to lay out the Work, all as shown on the Contract Drawings. 02 The Contractor shall be responsible for the preservation of all properly 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 Ote Contractors operations shall be replaced under the supervision of an Ontario land Surveyor, at the Contractor's expense. 03 At no extra cost to the Owner, the Contractor shall provide the Contract Administrator with such materials and devices as may be necessary to lay out the baseline and benchmarks, and as may be necessary for the inspection of the Work. .04 The Contractor shall provide qualified personnel to lay out and establish ail tines and grades necessary for consWction. The Contractor shall notify Ote Contract Administrator of any layout work carried out, so that the same may be checked by the Contract Administrator. .OS The Contractor shall install and maintain substantial alignment markers and secondary benchmarks as may be required for the proper execution of the Work. The Contractor shall supply one copy of all alignment and grade sheets to Ole Contract Administrator. .O6 The Contractor shall assume full responsibility for alignment, elevations, and dimensions of each and all parts of the Work, regardless of whether the Contradar's layout work has been checked by the Contract Administrator. .07 All stakes, marks, and reference points shall be carefully preserved by the Contractor. In the case of their destruction or removal, such stakes, marks, and reference points shall be replaced at the Contractor's expense. .08 Benchmarks and survey monuments identified in the Contract Documents shall be protected by the Contractor. In the case of their destruction or removal, such benchmarks and survey monuments shall be replaced by the Owner at the Contractors expense. GC 7.03 Working Area .01 The Contractor's sheds, site offices, toilets, other temporary structures, and storage areas for Material and Equipment shall be grouped in a compaG manner and maintained in a neat and ordedy condition at all times. .02 The Contractor shall confine the constnlction 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. Page 39 Rev. Date: 1112006 OPSS.MUNI t00 .03 The Contractor shall not enter upon w 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 .Ot 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 w Equipment, and shalt alter loadings, or in some other manner, remove the cause of such damage to the satisfaction of the Contrail Adrronistratw. GC 7.05 F~ccess Loading of Motor Vehicles .Ot 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 Conlrector shall not cause or permit such vehicle to be loaded beyond the legal limit specified in the Highway Tra/fic Act, R.S.O. 1990, c.H.B, as amended, whether such vehicle is registered in the name of the Contractor w otherwise, except where there are designated areas within the Working Area where overloading is permitted. The Contractor shall bear the onus of weighing disputed loads. GC 7.06 Condition of the Working Area .01 The Contractor shall maintain the Working Area in a Gdy 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 Ole Work an attematrve route for both pedestrian and vehicular traffic through the Working Area in ac~rdance with the OTM, whether along the existing Highway under construction w on a detour road beside or adjacent to the Highway under construction. .03 Subject ro the approval of the Contract Administrator, the Contractor may bkxit traffic for short periods of time to facilitate construction of the Wwk in accordance with the OTM. Any temporary lane closures shalt be kept to a minimum. .04 The Contractor shall not be required to maintain a road through the Wodkng Area unfit suds 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 dlemicals or abrasives or carry out snowpbwing. .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 oT the Highway unfit such times as these sections are located within the limits of the Highway affected by the Contractor's general operations under the Contract .O6 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. Date: 1112006 OPSS.MUNI 100 .O7 Compensation for all tabour, Equipment, and Materials to do this Woik shall be at the Cortract 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 inGuded 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 condifion for public travel. .09 Where the Contractor consWcts a detour that is not specifically provided for in the Contract Documents or required by the Contract Administrator, d1e constriction 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 Gosed and the tratFc diverted entirely off the Highway to any other Highway, the Contractor shall, at no extra cost to the Owner, supply, erect, and maintain traffic control devices in accordance with the OTM. 11 Compliance with the foregoing provisions shall in no way relieve the Contractor of obligations under subsection GC 6.01, Protection of Work, Persons, and Property, dealing with the Contractor's responsibility for damage claims, except for Gaims 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 cost to the Owner, a) adequate pedestrian and vehicular access; and b) continuity of Utility services to properties adjoining the Working Area. .02 The Contractor shall provide at all times and at no extra cost to the Owner access to fire hydrants, water and gas valves, and all other Utilities located in the Working Area. .03 Where any intertuptions 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 orange such interruptions so as to create a minimum of interference to those affected. GC 7.09 Approvals and Permits .01 Except as specified in subsection GC 4.02, Approval and Permits, the Contractor shall obtain and pay for any permits, licences, and certificates, which at the date of tender closing, are required for the performance of the Work. .02 The Contractor shall arrange for all necessary inspections required by the approvals and permits specified in paragraph GC 7.09.0E Page 41 Rev. Date: 11/2006 OPSS.MUNI 100 GC 7.10 Suspension of Work .Ot The Contractor shall, upon written notice from the Contract Administrator, discontinue or delay any or all of the Work and work shall not be resumed until the Contract Administrator so directs in writing. Delays, in these circumstances, shall be administered according to subsection GC 3.07, Delays. GC 7.11 Contractor's Right to Stop the Work or Terminate the Contract .Ot 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 insovency, 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 tails 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 arld 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 Ole requirements of the Contract. .04 The Contractor's written notice to the Owner shall advise that if the defautt is not corrected in the 7 Days immediately following receipt of the written notice, the Contractor may, without prejudice to any other right or remedy the Contractor may have, shop the Work or terminate Ora 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 atl work performed according to the Contract Documenffi and for any losses or damage as the Contredor may sustain as a result of Ole termination of the Contract. GC 7.12 Notices by the Contractor .Ot 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 corporaton, inGuding a municipal corporation or any board or commission thereof, and in addition to suctl notices of Ore commencement of specified operations as are prescribed elsewhere in Ole 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, corporetion, board, or commission so affected. .02 In the case of damage to or interference with any Utilities, pole lines, pipe Iwtes, conduiffi, farm tiles, or other public or privately owned works or properly, the Contractor shati 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. Dais: 11!2006 OPSS.MUNt 100 GC 7.13 Obstrlxtions .Ot Except as otherwise noted in these General Conditions, the Contractor assumes all the risks and 1 , 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 obstruction, unless the ' location of the obstruction 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 obstruction has otherwise been made known to the Contractor or could have been determined by the visual site investigation made by the Contractor in accordance with these General Conditions. .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 [o 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. 14 Li GC 7 it ti f O ti ' i . m a ons o pera ons .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 .Ot 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 dean and suitable for occupancy by the Owner, unless otherwise specified. .02 The Work shall not be deemed to have reached Completion until the Contractor has removed surplus materials, toils, 1xxlstructan machinery, and equipment. The Contractor shall also have removed debris, other than that caused by the Owner, or others. GC 7 16 W , . arranty .Ot Unless otllerwise spedfied in the Contract Documents for certain Materials or components of the Work, the Contractor shall be responsible for the proper performance of the Work only to the extent that the design and standards permit such performance. .02 Subject to the previous paragraph the Contractor sha8 cored promptly, at no additional cost to the Owner, defects or deficiencies in tl1e 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, Page 43 Rev. Date: 11!2006 OPSS.MUNI 100 i b) where the work is completed after the date of Substantial'. Performance, t2 months after Completion of the Work, c) where there is no Certificate of Substantial Performance, 12 months from the date of Completion of the Work as set out in the Completion Certificate, or d) such longer periods as may be specified in the Contract Documents for certain Materials or some of the Work. The Contrail 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 inform the Contractor in writing that any worker or workers involved in the Work are, in the opinion of the Contract Administrator, incompetent, or disorderly such worker or workers shall be removed from the work and shall not be employed on the work again without the consent in writing of the Contract Administrator. GC 7.18 Drainage .Oi During construction and until the Work is completed, the Contractor shall make all reasonable efforts to keep all portions of the Work properly and efficienty drained, to at least the same degree as that of the existing drainage conditions. Page 44 Rev. Gate: 1112006 OPSS.MUNI 100 SECTION GC 8.0 -MEASUREMENT AND PAYMENT GC 8.01 Measurement GC 8.01.01 Quantities .Ot The ConVact AdminisVator shall make an Estimate once a month, in writing, of the quantity of Work performed. The firs[ Estimate shall be the quantity of Work performed since the Contractor commenced the ConVact, and every subsequent Estimate, except the final one, shall be of the quantity of Work pertomied since the preceding Estimate was made. The Contract Administrator shall provide the copy of each Estimate to the Contractor within 10 Days of the Cut-Off Date. 02 Such quantities for. progress payments shall be construed and held to approximate. The final quantities for the issuance of the Completion Payment Certificate shall be based on the measurement of Work completed. 03 Measurement of the quantities of the Work performed may be either by Actual Measurement or by Plan Quantity principles as indicated in the Contract. Adjustments to Plan Quantity measurements shall normally be made using Plan Quantity pdndples 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 D1 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 a be less than the tender quantity, the Contractor shati 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 pdce 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 dang the Work or supplying the Material or both under the tender item plus a reasonable alknvance for profit and applicable overhead. b) In the case of a Major Item where the quantity of Work performed or Material supplied or both by the ConVactor is less than 85% of the tender quantity, the Contractor may make a written request to negotiate for the portion of the actual overheads and fixed costs applicable to the amount of the underrun in excess of 15% of the tender quantity. For purposes of the negotiation, the oveheads and fixed costs applicable to the item are deemed to have been prorated unifomdy over 100% of the tender quantity for the item. Ovefiead costs shall be confirmed by a statement certfied 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 underun in excess of 15°h of the tender quantity shall be paid. Written requests for compensation must be received no later than 60 Days after the issuance of the Completion Payment Cert~cete. Page 45 Rev. Date: 11/2006 OPSS.MUNI 100 ,: , ,; GC 8.02 Paymerrt GC 8.02.01 Price for Work Ot 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 irx~dentals. .02 Payment for work not specifically detailed as part of any one 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 .Ot The Owner shall make advance payments for Material intended for incorporation in the Work upon Oie written request of fhe Contractor and according to the folbwing,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, BIII, M, and O shall be assessed at the rate of 60% of the Contract price. (2) Coarse and fine aggregates for hot mix asphaltic concrete, surface treatment and Portland cement concrete shall be assessed at the rate of 25% of the Contract price for each aggregate stockpied. ii. Commercial Sources Payment for separated coarse and fine aggregates shah be considered at the above rate when such materials are stockpiled at a commercial source where further processing is to be carried out before inwrporating 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 Contrector shall submN 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 suffiaent units of the item to cover the value of the material. Such payment shah 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 malarial and shah thenceforth be held by the Contractor in trust for the Owner as collateral security for any monies advanced by the Owner and for the due completion of the Work. The Contractor shall not exercise any act of ownership inconsistent with such security, or remove any Material from the storage locations, except for inclusion in the Work, wi0mut the consent, in writing, of the Contract Administrator. f) Such materrals shall remain at the risk of the Contractor who shah be responsible for any loss, damage, theft, irr~troper use, or desWction of the material however caused. .02 Where the Owner makes advance payments sutgect to the conditions fisted 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 appropdate specificafion. 1'a0e u+ Ftev. Date: 11!2006 OPSS.MUNtt00 GC 8.02.03 Certification and Payment GC 8.02.03.01 Progress Payment Certificate .Ot 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 CutAff Date. GC 8.02.03.02 Certification of Subcontract Completion .Ot 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 all required inspection and testing of the works covered by the subcontract have been carried out and the results are satisfactory. .03 The Contract Administrator shall set out in the Certificate of Subcontract Compietien 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 .O7 Folbwing receipt of the Certificate of Subcontract Completion, the Owner shah 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 ceRified complete and providing the Contractor submits the folkwuirtg to the Contract Administrator: a) a document satisfactory to the Contract Administrator that shall release the Owner from all further daims relating to the subcontract, qualified by stated exceptions such as holdback mans: b) evidence satisfactory to the Contract Administrator that the Subcontractor has discharged all liabilities incurred in carrying out the subwntract; Page 47 Rev. Dale: 11/2008 OPSS.MUNI 100 c) a satisfactory clearance certificate or letter from the Workptece 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 Doty 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 subcontrail. .04 Release of statutory holdback by the (honer in respect of a subcontract shah not relieve the Contractor, or the Contractor's Surety, of any of their responsibilities. GC 8.02.03.04 Certification of Substantial Pertormance .01 Upon application by the Contrailor and when the Contract Administrator has verified that the Contrail has been substantially performed, the Contract Administrator shall issue a Certificate of Substantial Performance. '~ .02 Upon verifying that the Contract has been substantially performed, the Contrail Administrator shall issue a certificate of Substantial Performance and shall set out in the Certficete 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 Pertormance, the Contractor shall forthwith, as required by Section 32(1) Paragraph 5 of the Construction Lien Ad, R.S.Q. 1990, aC.30, as amended, publish a copy of the certificate in a construction trade newspaper. Such publiption shall include placement in the Daily Commerdal 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 th® 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, shah commenks from the date of "~ publication of the Certificate of Substantial Perfomrance as provided for above. GC 8.D2.03.05 Substantial Performance Payment and Substantial Performance Statutory Holdback Release Payment Certfflcates .Ot When the Contract Administrator issues the Certificate oT Substantial Performance, the Contract Administrator shall also issue the Substantial Performance Payment Certificate aril the Substantial Performance Statutory Holdback Release Payment Certificate or where appropriate, a combined payment certificate. .02 The Substantial Performance Payment Certificate shah 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, aNowing 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: 1 V20ge OPSS.MUNI 700 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 statutory holdback due in respect of Work performed up to the date of Substantial Performance. Payment of such statutory holdback shall be due 46 Days after the date of publication of the Certificate of Substantial Performance but subject to the provisions of the Construction Lien Act and the submission by the Contractor of the following documents: a) a release by the Contractor in a form satisfactory to the Contract Administrator releasing the Owner from all further claims relating to the Contract, qualified by stated exceptions such as outstanding work or matters arising out of subsection GC 3.13, Claims, Negotiations, Mediation; b) a statutory declaration in a form satisfactory to the Contract Administrator that all liabilities 1 incurred by the Contractor and the Contractor's Subcontractors in carrying out the Contract have been discharged except for statutory holdbacks properly retained; c) a satisfacto Certificate of Clea f th W k l S f I ' ry rance rom e or p ace a ety and nsurance Board; and d) proof of publication of the Certificate of SubstantiatPertormance. GC. 8.02.03.06 Certlficatfon of Completion .01 Upon application by the Contractor and when the Contract Administrator has verified that the Contract 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 Contract Administrator shall ' provide a copy to the Contractor. GC 8.02.03.07 Completion Payment and Completion Statutory Holdback Release Payment Certlflcates .01 When the Contract Administrator issues the Completion Certificate, the Contract Administrator shall also issue the Completion Payment Certificate and the Completion Statutory Holdback Release Payment Certificate or where appropriate, a combined payment certficate. , .02 The Completion Payment Certificate shall show, a} measurement and value of Work at Com l ti , p e on; b) the amount of the further statutory holdback based on the value of further work completed over and above the value of work completed shown in the Substantial Pertortnance Payment Certficate refered to above; and c} the amount due the Contredor. .03 The Completion Statutory Holdback Release Payment Certificate shall be a payment certificate releasing to the Contractor the further statutory holdtack. 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 provisrons of the Construdion Lien Ad and the submission by the Contractor of the following documents: Page 49 Rev. Date: 11/2006 OPSS.MUN1100 { a) a release by the Contractor in a form satisfactory to the Contract Administrator releasing. the Owner from all further claims relating to the Contract, qualified by stated exceptions where appropriate; h) a statutory declaration in a form satisfactory to the Contract Administrator that all liabilities incurred by the Contractor and the Contractors Subcontractors in carrying out the Contract have been discharged, qualified by stated exceptions where appropriate; and c) a satisfactory Certificate of Clearance from the Workplace Safety and Insurance Board. GC 8.02.03.08 Interest .Ot Interest due the Contractor is based on simple interest and is calculated using the applicable Rate of Interest GC 8.02A3.09 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) Cert~cate 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 Perfomrance Payment Certificate: 30 Days after the date of issuance of the certificate: e) Substantial Performance Statutory Fbldback Re~ase Payment Certificate: 76 Days after publication of the Payment Certificate of Substantial Performance; f) Completion Payment Certificate: 30 Days after the date certfied as the date on which the Contract reached Completion; and g) Completion Statutory Holdback Release Payment Certificate: 78 Days after the date certified as the date that the Work was mod. .02 If the Contractor has not complied witlt the requirements of the Contract, including aN documentation requirements, prior to expiration of the time periods described in paragraph GC 8.02.03.09.01, interest shall only begin to accrue when the Contractor has completed those requirements. Pere ~ tom. Dare: ~ inooa oPSS.MUfn too 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 restive 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 Lien Act, the Owner may retain from monies owing to the Contractor under this Contract an amount sufficient to cover any outstanding or disputed liabilities, including the cost to remedy deficiendes, the reduction in value of substandard portions of the Work, Gaims for damages by third parties that have not been determined in writing by the Contractor's insurer, undetemtined claims by the Owner under paragraph GC 8.01.02.01 a), any assessment due the Workplace Safety and insurence Board, and any monies to be paid to the workers in accordance with clause GC 8.02.06, Payment of Workers. .02 Under these dreumstances the Owner will give the Contractor appropriate ratite 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 Payment on a Time and Material Basis GC 8.02.04.01 Definitions .Ot For the purpose of louse GC 8.02.04 the following definitions apply: Cost of Labour means the amount of wages, salary, travel, travel time, food, lodging, or similar items and Payroll Burden paid or incurred directly by the Contractor to w 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 arty payment or costs incurred fa general supervision, administration, and management time spent on the entire Work or any wages, salary, or Payroll Burden for wh~h the Contractor is compensated by any payment made by the Owner for Equipment. Cost of Material means the cost of Material purdlased or supplied from stock and valued at current market prices for the purpose of cartying 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. Page 51 F2ev. Date: 1112006 OPSS.MUNI 10D 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 [he lessee as the word "assocate" is defined by the Securities AG, R.S.O. 1990, c.S.S, 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 bts and includes all work inGdentals thereto other than work on structures. Sewer and Watermain Work means the preparation, construGion, finishing, and construction maintenance of sewer systems and watennain systems, and incudes all work incidental thereto other than work on structures. Standby Time means any period of time Oral is not considered Working Time and which together with the Working Time does not exceed 10 hours in any one Working Day and dying which time a unit of equipment cannot practically be used on other work but must remain on the site in order to continue with its assigned task and during which time the unit is in fully operable condition. Structure Work means the construction, reconstruction, repair, alteration, remodelling, renovation, or demolition of any bridge, building, tunnel, or retaining wa0 and includes the preparation for and Ole laying of the foundation of any bridge, building, tunnel, or retaining wall and the installation of equ~ment 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, lnduding Model and Spec cation Reference, that is current at the time the work is carried out or for Equipment that is not so listed, the rate tl~at has been calculated by the Owner, using the same principles as used in detemaning The 127 Rates. Work on a Tlme 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 a0 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 folbwing 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 operebte condition. GC 8.02.04.02 Daily Work Records .Ot 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 Contractors representative and the Contract Administrator. If it is not possible to reconcile the Daily Work Records, then Ore Contractor shall submit the un-reconcled Dally Work Records with its Gaim, whereby the resolution of the dispute about the Daily Work Records shall not be resolved until there is a resolution of the Gaim. Page 52 Rev..Date: 11/2006 OPSS.MUNt 100 GC 8.02.04.03 Payment for Work Ot Payment as herein provided shall be full compensation for all labour, Equipment, and Material to do the Work on a Time and Material Basis except where there is agreement to the contrary prior to the commencement of the Work on a Time and Material Basis. The payment adjustmehts 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°k of the Cost of Labour up to 53,000, then at 120% of any portion of Ore Cost of Labour in excess of $3,000. .02 The Owner shall make payment in respect of Payroll Burden for Work on a Time and Material Basis at the Contractor's actual cost of Payroll Burden. .03 A[ Ole Owner's diswetion, an audit may be conducted in which case the actual Payroll Burden so determined shall. be applied to all Time and Material work on the Contract. GC 8.02.D4.05 Payment for Material .O7 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 Payment for Equipment GC 8.02.04.06.01 Working Time .01 The Owner shall pay the Contractor for the Working Time of aN Equipment, other than Rented Equipment and Operated Rented Equipment, used on Ole Work on a Time and Material basis at The 127 Rates with a cost adjustment as fogows: a) Cost $10,000 wless - no adjustrnent; b) Cost greater Own $10,000 but not exceeding $20,000 -payment $10,000 plus 90% of the porion in excess of $10,000; and c) Cost greater than $ 20,000 - 579,000 plus ti0% of the portion in excess of $20,000. .02 The Owner shall pay the Contractor for the Working Time of Rented Equipment used on the Work on a Time and Material Basis at 110°h of the invoice price approved by the Contract Administrator up to a maximum of 110% of The 127 Rate. This constraint shall be waived when the Contract Administrator approves the invoice price prior to the use of the Rented Equipment. .03 The Owner shall pay the Contractor for the Working Time of Operated Rented Equipment used on the Work on a Time and Material Basis at 110% of the Operated Rented Equipment invoice price approved by the Contract Administrator prior to the use of the Equipment on the Work on a Time and Material Basis. GC 8.02.04.08.02 Standby T-me .Ot 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 Ole Working Area for extended periods agreed to by Page 53 Rev. Date: 112006 OPSS.MUNI 100 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 unM the work requiring the equipment can be resumed. The Owner shat) pay such costs as a result from such return. 04 When Equipment is transported, sdely 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 shah be subject to the approval of the Contract Administrator. GC 8.02.04.07 Payment for Hand Tools .01 Notwithstanding arty 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 .O7 Where the Contractor arranges for Wwk on a Time and Material Basis, or a part of it, to be pertormed 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 shah 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) 15q° of the amount from $3,000 to $10,000; plus c) 5°h of the arrrrount in excess of 510,000. .02 No further markup shaA ba applied regardless of the extent to which the work is assigned or sublet to others. If work is assigned or sublet to an associate, as defined by the Securftfes Act, no markup whatsoever shall be applied. GC 8.02.04.08 Submission of Invoices .Ot 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 Adrmnistrator during the course of such work. .02 Separate summaries shag be completed by the Contractor according to the standard form "Summary for Paymenf of Accounts on a Time and Material. Basis.' Each summary shall inGude tl~ Change Directive or Change Order number and covering dates of the work and shah itemize separately fhe labour, Materials, and Equipment. Invoices for Materials, Rented Equipment, and other charges incuned by the Contractor on the Work on a Time and Material Basis shah be included with each summary. Page 54 Rev. Date: 71/2006 OPSS.MUNI 100 .03 Each month the Contract Administrator shall include with the monthly progress payment certificate, the costs of the Work on a Time and Material Basis incurred during the preceding month all in accordance with the contract administrative procedures and the Contractor's invoice of the Work on a Time and Material Basis. .04 The final "Summary for Payment of Accounts on a Time and Material Basis" shall be submitted by the Contractor within 60 Days after the completion of the Wwk on a Time and Material Basis. GC 8.02.04.10 Payment Other Than on a Time and Material Basis .O7 Clause GC 8.02.04 does not predude the option of the Contract Administrator and the Contractor negotiating a Lump Sum Item w 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, inducting all cost of general supervision, administration, and management time spent on the work, and no other payment w allowance shall be made in respect of such work. GC 8.02.05 Final Acceptance Certificate .Ot After the acceptance of the Work, the Contract Administrator shall issue the Final Acceptance Certificate, or, where applicable, after the Wananty Period has expired. The Final Acceptance Certificate shall not be issued until ail known defidencies have keen adjusted w corrected, as the case may be, and the Contractor has discharged all obligations under the Contract. GC 8A208 Paymerrt of Workers . .Ot 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 montli. .02 The Contractor shall require each Subcontractor ddng any part of the Work to pay the workers empoyed by the Subcontractor on the Work in accordance with paragraph GC 8.02.06.01. .03 Where any person employed by the Contractor w any Subcontractor w other person on the Work is paid less than the an7ount required to be paid under the Contract, the Owner may set off monies in accordance with dause GC 8.02.03.11, Owner's Set-Off. GC 8.02.07 Records .01 The Contractor shall maintain and keep arxurate Records relating to the Work, Changes in the Work, Extra Work, and daims arising therefrom. Such Records shall ~ of suffident detail to support the total cost of the Work, Changes in the Work, and Extra Work. The Contractor shall preserve all such original Records until 12 months after the Final Acceptance Certificate is issued or until all claims have been settled, whichever is bnger. The Contractor shall require that Subcontractors employed by the Contractor preserve all original Records pertaining to the Work, Changes in the Work, Extra Work, and daims arising therefrom for a similar periotl of Gme. .02 The Owner may inspect and audit the Contractors 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. Page 55 Rev. Date: 17/2008 OPSS.MUNt 700 GC 8.02.08 Taxes 01 Where a change in Canadian Federal or Provincial taxes occurs after the date of tender closing for this Contract, and this change could not have been anticipated at the time of bidding, the Owner shall increase or decrease Contract payments to account for the exact amount of tax change involved .02 Claims for compensation for additional tax cost shall be submitted by the Contractor to the Contract Administrator on forms provided by the Contract Administrator to the Contractor. Such claims for additional taz 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 Ore provision of such services is carried out by the Contractor or a Subcontractor, are subject to a claim or benefit as detailed above. Services in the latter context means the supply and operation of equipment, the provision of labour, and the supply of commodities that do not form part of the Work. GC 8.02.09 Liquidated Damages .Ot When liquidated damages are specified in the Contract and the Contractor fails to complete the Work in accordance with the Contract, the Contractor shall pay such amounts as are specified in the Contract Documents. Page 56 lieu. Date: 11!2006 OPSS.MUNt 100