Loading...
HomeMy WebLinkAbout2009-127THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW 2009- 127 Being a By-law to authorize a contract between the Corporation of the Municipality of Clarington and Coco Paving, Oshawa, Ontario, to enter into an agreement for the Concession 7 8 8 Road and Bridge Rehabilitation, Municipality of Clarington. THE COPORATION 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 Coco Paving, Oshawa, Ontario and said Corporation; and 2. THAT the contract attached hereto as Schedule "A" form part of this By-law. By-law read a first and second time this 21st day of September, , 2009. By-law read a third time and finally passed this 21st day of September , 2009. CORPORATION OF THE MUNICIPALITY OF CLARI~IGTON CONCESSION ROADS 6 AND 7, ROAD AND BRIDGE REHABILITATION CONTRACT NO. CL2009-18 r I June 2009 s Project No. 12-29754 Leading the Way Purcf Order. **CHANGE ORDER** Purchase Order. No. 05203 Daf~ 9/3/2009 Revision Number 1 Page 1 Vendor: COC00001 COCO PAVING INC. 1255 WILSON ROAD NORTH BOX 305 OSHAWA ON L1 H 7L3 Ship To: Municipality of Clarington 40 Temperance Street Bowmanville Ontario L1C 3A6 ^ Changed Since the Previous Revision ,. - - ~:; `Stiff in ;Method ~ Pa ment terms Confirm wtfi nG~el u r nIFT 3n nAYR Nnrm Clark ~LJN Item Number- Descri lion Re 'd!Date U%M' Ordered ' Unit Price Ext. Price Reference Numtier = FOB 1 CL2009-1 S Itoao & tsnage ttenaD CL2009-18 To cover labour, material and equipment required for completion of work relating to the Conc. Rd. 6 & Conc. Rd. 7 Road & Bridge Rehabilitation. ^2 REFERENCE ~~ ~CL2009-18 ~~ REFERENCE Above in accordance with terms, conditions and specifications of your tender dated July 7 and contract dated September 3, 2009, e-req 3979 CL2009-18 ll/Z//GUUy LOL Destination 11/27/2009 Each Destination NOTES: 1) THE VENDOR WILL SUPPLY AND DELIVER GOODS AND/OR SERVICES TO THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON IN ACCORDANCE WITH TERMS AND CONDITIONS ON BOTH SIDES HEREOF. 2) NO CHARGES WILL BE ACCEPTED FOR PACKING, CRATING OR CARTAGE UNLESS OTHERWISE SPECIFIED. I.UVV yG,U~/,UyL.VUV a~L,VV /,V.7L.:JV 1.000 $0.000 $0.00 "S.u -Trade D~s~ Fi Miscelta total` $2,067,092.50 yunf; $0.00 i"t5t $0.00 loos $0.00 PST.:., ~ $0.00 G&T'` $103,354.63 i~,- $2,170,447.13 ING MANAGER CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONCESSION ROADS 6 AND 7, ROAD AND BRIDGE REHABILITATION CONTRACT NO. CL2009-18 June 2009 ~; ~;. ;~ 3 Project No. 12-29754 AGREEMENT THIS AGREEMENT made in quadruplicate BETWEEN: LOCO PAVING INC. of the City of Oshawa and Province of Ontario hereinafter called the Contractor THE PARTY OF THE FIRST PART - and - THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON hereinafter called the Purchaser THE PARTY OF THE SECOND PART WITNESSETH, that the party of the first part, for and in consideration of the payment or payments specified in the tender for this work hereby agrees to furnish all necessary machinery, tools, equipment, supplies, labour, and other means of construction and, to the satisfaction of the Engineer, to do all the work as described hereafter, furnish all the materials except as herein otherwise specified, and to complete such works in strict accordance with the plans, specifications and tender therefore, all of which are to be read herewith and form part of this present agreement as fully and completely to all intents and purposes as though all the stipulations thereof have been embodied herein. Page 1 of 3 DESCRIPTION OF THE WORK AND LIST OF DOCUMENTS Concession Roads 6 & 7, Road and Bridge Rehabilitation, Contract No. CL2009-18, Municipality of Clarington Addendum No. 1 dated July 2, 2009 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, S1 - S7 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 405 Nov. 2008 538 Nov. 2005 904 Nov, 2008 128 Current 407 Nov. 2007 539 Nov. 2003 905 A r. 2007 180 Nov. 2005 409 Nov. 2005 543 Dec. 1990 908 Mar 1998 201 Nov. 2007 410 A r.2008 552 Nov. 2008 914 Nov. 2008 206 Nov. 2000 421 A r.2008 559 A r. 2008 922 Nov. 2008 212 Nov. 2008 501 Nov. 2005 565 Nov. 2007 928 Nov. 2006 310 Nov. 2008 506 Nov. 2005 570 Nov. 2007 929 Ma 1994 312 A r. 2004 507 Nov. 2005 571 Nov. 2007 930 May 1994 314 Nov. 2004 510 Nov. 2006 572 Nov. 2003 _ 330 Ma 1994 511 Nov 2008 577 Nov. 2006 _ 353 Nov. 2006 532 Jun. 1991 902 Nov. 2002 K. GEOTECHNICAL INVESTIGATION- Borehole Logs L. GENERAL CONDITIONS: OPS General Conditions of Contract (November 2006) All Plans and Documents referred to in the Specifications. ~- The Contractor further agrees that he will deliver the whole of the works completed in accordance with this agreement on or before November 27, 2009. 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: COCO PAVING INC, in the presence of Date d SIGNED and sealed by the Purchaser: -THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON in the presence of P:1Dept 12112-29754\Specs1CL2009=18 - AGR.doc Page 3 of 3 Date ~~ 3, .20©q CONTRACT NO. CL2009-18 MUNICIPALITY OF CLARINGTON CONCESSION ROADS 6 & 7 ROAD AND BRIDGE REHABILITATION ADDENDUM NO. 1 Contractors are hereby advised of the following modifications to Contract No. CL2009-18: ITEMIZED BID Item No. A28 - The quantity is revised from 20 hours for Ditching and 40 hours for Triaxle Dump Truck to "40" hours for Ditching and "80" hours for Triaxle Dump Truck. The heading for Section `B' is revised from "CONCESSION ROAD 7 - 250 m west of Soling Road to Old Scugog Road (2,750 m)" to "CONCESSION ROAD 7- Vannest Road_to Old_Scugog Road (4,150 m)" Item No. 621 - The quantity is revised from 60 hours for Ditching and 1200 hours for Triaxle Dump _. Truck to "80" hours for Ditching and "160" hours for Triaxle Dump Truck. -Item No. C20 - In the Spec No. column, add the reference to "SP". Item No. C21 - This Item has been added to the Itemized Bid with the Description of "Light Duty Silt Fence Barrie", referencing OPSS 577 with a quantity of 50 m. An amended Page 8 of 12 pages of the Form of Tender -Itemized Bid is attached and shall form part of the tender bid. INSTRUCTIONS TO TENDERERS Page 1, Clause 1 -GENERAL The tender closing time and date shall be amended to read as follows: "SEALED Tenders plainly marked "Contract No. CL2009-18 will be received until: 2:00:00 P.M., LOCAL T/ME, TUESDAY JUL Y7, 2009" SPECIAL PROVISIONS -TENDER ITEMS Page 1 -Add the following "GENERAL NOTE" clause after the "ORDER OF PRECEDENCE" clause: - "GENERAL NOTE Work related to the culvert extension on Concession Road 6 at approx. STA. 11 + 100, as shown on Drawing No. 4, must be completed by September 30, 2009". P:\Dept 12512-29754\Specs\CL2009-18 ADD 1.doc CONTRACT NO. CL2009-18 MUNICIPALITY OF CLARINGTON - CONCESSION ROADS 6 & 7 ROAD AND BRIDGE REHABILITATION 2 of 3 ADDENDUM NO. 1 Page 18 -Add the following Item: "ROCK PROTECTION -ITEM NO. C20 The work shall be performed in general compliance with the plans, OPSS 511, and as directed by the Contract Administrator, and shall consist of providing a protective covering of approved rock on the streambanks and approach embankments as shown on the Drawings. The total plan area of rock protection under this Item is approx. 56 m? The Contractor shall supply all materials for this Item. Rock shall be an imported quarry or field stone material; the quality of the rock shall be reviewed by the .Contract Administrator. Rock subject to marked deterioration by water or weather will not be accepted. Rock.sha// fulfill the gradation requirements of RTAC Class 1 as follows: Graduation Limits for Rock Protection 100% Smaller than 450 mm 80% Smaller than 350 mm - 50% Smaller than 300 mm 20% Smaller than 200 mm 0% Smaller than 75 mm Placing shall be done in such a manner that the sun`ace of the finished rock protection shall have a uniform appearance and be without segregation. The rock thickness shall be as shown on the drawings. The Contract price for the rock protection shall constitute full compensation for the supply of the rock, the supp/y and placing of a geotextile filter fabric, any excavation or trimming required for the bedding of the rock, the hauling and placing of the rock, and all items incidental to the completion of the work as shown on the Drawings and in accordance with the Specifications. The geotextile for the rock protection shall conform to OPSS 1860 and shall be Class ll non-woven type, as shown on the drawings. The geotextile shall be free of folds and wrinkles. The geotextile shall be joined so that the material laps a minimum of 500 mm and shall be pinned together or as directed by the manufacturer's instructions. Alternatively, the geotextile shall be joined to conform to the seam ~~ requirements of OPSS 1860." P:\Dept 12\12-29754\Specs\CL2009-18 ADD 1.doc aECO~ CONTRACT NO. CL2009-18 MUNICIPALITY OF CLARINGTON CONCESSION ROADS 6 & 7 ROAD AND BRIDGE REHABILITATION ADDENDUM NO. 1 DRAWINGS 3of3 Title Page - The key map shows the limits for work on Concession Rd. 6 incorrectly. Disregard the key map and note that the correct limits for work are from "Enfield Road to 380 m west of Solina RoacP' Drawing No. 2 - Shall be revised to include a note referencing Drawing No. 4 for culvert extension details at approx. STA. 11+100. Drawing No. 6 - The reference to the right of the bottom window shall be revised from "Refer to Drawing 4" to "Refer to Drawing T'. Please note that Drawings S1 to S7 were modified as per revised semi-integral detail and elevations. The modified drawings are attached and shall form part of the tender. Drawing No. S1 - Rock Protection and Light Duty Silt Fence Barrier have been added. Drawing No. S2 - Rock Protection has been added. All tenders must be submitted on the basis of these modifications. 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 (M be Si ng' er of Firm) Posi~~tio----n Name of Firm AECOM 513 Division Street Cobourg, Ontario K9A 5G6 July 2, 2009 Attachments: Drawings S1 to S7 Tender Form -Itemized Bid, Page 8 of 12 P:1Dept 1 211 2-2 97 5 4\Specs1C12009-18 ADD 1.doc t'1~l_,~lyl PROJECT: TENDER FOR CONTRACT NO. CL2009-18 CONCESSION ROADS 6 AND 7, ROAD AND BRIDGE REHABILITATION 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: Coco Paving Inc. Name 1255 Wilson Road North OSHAWA Ontario L1H 7L3 Address (include Postal Code) T:905-728-4661 F:905-728-0820 Telephone and Fax Numbers Yves Maaeau Name of Person Signing Construction Manager 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:\Dept 12\12-29754\Specs\CL2009-18 - TF.doc Page 1 of 12 pages TENDER CONTRACT NO. CL2009-18 To: The Mayor and Members of Council Corporation of the Municipality of Clarington Re: Contract No. CL2009-18 Concession Roads 6 and 7, Road and Bridge Rehabilitation 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 entirelX 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% Pertormance 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 12 pages ITEMIZED BID CONTRACT NO. CL2009-18 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-18 for the following unit prices. r_ i, Spec. - The numbers in this column refer to the SP - Refers to Special Provisions (P) - Plan Quantity Payment Item MOC - Municipality of Clarington Design Guidelines and Standard Drawings S"FT~'k~~F~ [ ~~ter~~X ~ ~ r3Y_. ;~, ~ 32 ~ ~ ti,~~~ c T ..T.r~,Aks--r~T -~ -.... ,+'+~~~~f' ' °y-~? ~ L ~Gt`3... , - 'yW~~ .5i 'NFU 1 ~ k } ~ ~~'iei dv t~-. - Y~~ +h~~~ . $. . ~~~: ~ ~ ~ v,~~ ~ t l 1 .~ ~i ~ a'-.: ;i~l y=r- ,:s~,~yyr ~ arty ~ ~ a~,~ ~s~{~t..- y" f?v'~-~ > l w~~~6~~ ~ yM ~ ~ °{p~ ~~i%K y~}j~ 4 ~)'{~~ ~-~... ~ ~ ~ taF , .'C`R r{.~.~, 'atw' `~/_ !. ` ) ~V~ .u7 S 1 } tcxa ~~+'~ya~ ~ ~'~`U .~ .l 3"_2 3I /esq. A 'jkt.~k?.~~~~'".~~1 .+G~~l ,.~lJJ ll ~.."{-rs ..-~.'~... ~,~ `?~~n .:{ ~- aLii~'_~,t~i''L_4 .~~'4M~{i~:17'R 5-f'~~~IJ `'~ bi? ? 1' { ~.!i / ~ ~~~~~~~1'V ~ ~ t ~" 4i~T.'.;y ~1,f ~1 ~~b4~e~.t..~~V~~l ~~i;-. `. SECTION 'A' -CONCESSION ROAD 6 -Enfield Road to 380 m west of Solina Road (2,070 m) Al 201 Clearing and Grubbing LS 1,180.00 1,180.00 SP, MOC A2 577 Erosion and Sediment Control Measures SP a) Straw Bale Flow Check (OPSD ea 8 294.00 2,352.00 219.180) b) Rock Flow Check (V-Ditch) ea ~ 1 589.00 589.00 (OPSD 219.210) c) Light Duty Silt Fence (OPSD m 100 14.00 1,400.00 219.110) A3 330 In-Place Full Depth Reclamation of m2 14,410 0.80 11,528.00 SP Bituminous Pavement and Underlying Granular A4 MOC, 510 Removal of Asphalt on Structure m2 20 135.00 2,700.00 SP A5 MOC, 206 Excavation for Culvert Extension m3 75 59.00 4,425.00 SP (p) A6 SP Provisionalltem ea 4 589.00 2,356.00 Excavate for Subgrade Verification A7 510 Removal of Culverts and Sewers m 20 73.00 1,460.00 A8 MOC, 421 Culverts SP a) Placement of 450 mm Dia. CSP, m 20 156.00 3,120.00 . 2.0 mm Gauge b) Placement of 600 mm Dia. CSP, m 15 315.00 4,725.00 2.0 mm Gauge (Including Frost Taper) c) Extend 750 mm Dia. CSP, m 1 1,325.00 1,325.00 2.0 mm Gauge (Including Frost Taper) d) Repair Ends of Existing Culverts m 2 399.00 798.00 A9 405 100 mm Perforated Plastic Pipe Subdrain m 50 40.00 2,000.00 SP, MOC with Geotextile A10 SP Steel Sheeting Cut-Off Wall m2 12 589.00 7,068.00 A11 212 Earth Borrow for Culvert Extension m3 .155 42.5D 6,587.50 SP, MOC Page 3 of 12 pages ITEMIZED BID CONTR,4CT NO. CL2009-18 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-18 for the following unit prices. Spec. - The numbers in this column refer to the SP - Refers to Special Provisions (P) - Plan Quantity Payment Item MOC - Municipality of Clarington Design Guidelines and Standard Drawings F.~31 ~~;Cr ~3 ~G1,c 1,x 1 1 ~A 4l ~' . ~;~ S23 ~~- .~. a~j1~=, L~~L~~+ ~ ,.W~y c~ ~-S t"" Sl ~ ' " .. 1 -"'sy,- a # .,h -y~, , ` ~ e~= '~. 3 ~ _ s.~ y~~ "~? x~T F"Y4~Y4'j '. ~J i '!3 1".' Y f ~ ~ .Ey~• nab'.` ~ ... °~. ', {' t ~ ~ ~. r w~'-f ~ ' ~d ~ ~ry4 -~ il.. _ ~+ ~ c ~ ~ ~ta;.:~ _ ~ ~.L~J +!: ~/~ ~ i , F S ~ -ta L k~.' '-~` 'GJ~"3 ' { L'~ma . SJ ~ J.. ~ -~} -tip "i Ta 7 ~ ~~ S lS a f _~ ~~~i~'~ ~ $~ S~] i w ~`$~ ~ ~Y P" ~'S~ ~ `~~ ' 33~fy4 ,u ~ ~ Y'. S C~l`~ ~ a ~i ~. ~ ~y 4'•~ (~F SF',, r 'k.Gti~ 2 2. ~c ~ ^`3 '~'Y r e scr~ o ~ ~ ~ ~ Y 5 •• _ ~3 ? .. ~ ~ ~ :TS•!~ S E.Y`S'~ . } Y f Qu y ~ .f'_ F ~L74 , k t P ce ~~ ~i'~ rvK .: t l ~f ~ * o , ~_; ~o ,pe _ _ ,~_u ,~=~.,r-~,~ 1, r.~• ~ n~~~.,:~, . t _,. ~t~ : _.,. :1 an i. , _ ni a ~ o a ~~:K.: .4 ~ A12 511 Rip-Rap with Geotextile mz 10 132.00 1,320.00 SP, MOC A13 511 River Run Stone (100 mm to 200 mm) m2 20 96.00 1, 920.00 SP, MOC A14 511 Concrete Cable Block on Geotextile m2 14 188.00 2,632.00 SP, MOC A15 MOC, 314 Provisional Item m2 .790 15.50 12,245.00 206, SP Sub-Excavation and Restoration with 300 mm New Granular'B', Type I A16 MOC, 314 Granular'A' Base (150 mm Depth) t 7,780 17.50 136,150.00 SP A17 501 Water for Compaction-and Dust m3 700 17.50 12,250.00 Suppression A18 914 Waterproofing Membrane on Concrete mz 85 64.00 5,440.00 Bridge Deck A19 510 Sawcutting Asphalt Pavement m 50 5.90 295.00 SP A20 MOC, 310 Hot Mix H.L.-8, (50 mm) Base Course at t 20 114.00 2,280.00 SP Bridge A21 MOC, 310 Hot Mix H.L.-3, (60 mm) Surface Course t 2,230 82.50 183,975.00 SP A22 MOC, 310 Hot Mix H.L.-3 -Driveways, (50 mm) t 29 153.00 4,437.00 SP A23 MOC, 310 Asphalt Gutter m 20 29.50 590.00 SP A24 MOC, 314 Granular'A', Shouldering t 720 20.00 14,400.00 SP A25 SP Granular Sealing of Shoulders m2 300 6.90 2,070.00 A26 552 Repair Existing Eccentric Loader LS 1 634.00 634.00 SP A27 552 Repair Existing 3 Cable Guide Rail ea 21 88.50 1,858.50 SP A28 206 Ditching: SP a) Gradall hrs 40 295.00 11,800.00 b) Triaxle Dump Truck hrs 80 94.00 7,520.00 A29 MOC, 570 Topsoil (Imported) m2 500 5.90 2,950.00 SP Page 4 of 12 pages ITEMIZED BID CONTRACT NO. Ct_2009-18 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-18 for the following unit prices. Spec. - The numbers in this column refer to the SP - Refers to Special Provisions (P) - Plan Quantity Payment Item MOC - Municipality of Clarington Design Guidelines and Standard Drawings ' F~, ~. `kt ~~/ ~.7~`em F~ `4- ,4 ~3 L Fs a~ ~. ~ i X x tyti. t ~'• ~~ z~~ ~. ~~}~~~ssat~ t ",~i<f f" Y` ~ ,il`~°-~'~~ '=3 l~o4A<",{s-~''rs"~ ~~ v. f ~ ,z'~~~~ ~, v ~ ~ {~.K-Ri't'' )-4Y +~~ ,~-*~~•.~~,~Y t~ 1 ` ' # ~=~ ~~~''-y ~:ri S k ~, nKt~,yyy. ~ ~ ~3~',~<J ,/~~,~5~~.° i. C%z~ ~ 7~~~ 'mot . :F` { ~idp~. ~, ~''. ~' 'h k ~,S ~ ~ f ~o =`~ S~ c # . t 3- .}t, t ~"~~e ~ '~ ~ f o ~ ~ tik 1 - s'.- ,M1~m9 ~ ~` ~ i-i) t ~' ~ ~ ~ S ~~ c SR _ , ~~ dfa _~ ~ e o x_-P _ ..~ sc i ~ ~ ?~~~ . ~ _. ~, _'!'!_ .~JO~:, J.> ~ t ;~~_ ~?.t~ ~ a i a ;=C,2 ~._t?~. . ~ _ ~l t;~ e ~ . it<1t .~._..`~ ~~. l : t T_ ~t~: , A30 MOC, 571 Sodding (Nursery, Staked) m2 500 .5.90 2,950.00 SP A31 570, 572 Ecoblanket m2 2,500 6.50 16,250.00 SP, MOC A32 532 Pavement Markings -Durable SP a) 100 mm Width -Yellow Centre Line m 2,010 5.30 10,653.00 b) 100 mm Width -White E.P. Line m 4,020 5.30 21,306.00 c) 600 mm Stop Bars m 20 41.00 820.00 Total Section 'A' (carried to Summary) $ 510,359.00 SECTION 'B' -CONCESSION ROAD 7 - Vannest Road to Old Scugog Road (4,150 mJ B1 MOC, 201 Clearing and Grubbing LS 26,850.00 26,850.00 SP 62 577 Erosion and Sediment Control Measures SP a) Straw Bale Flow Check (OPSD ea 12 294.00 3,528.00 219.180) b) Light Duty Silt Fence (OPSD m 120 14.00 1,680.00 219.110) B3 330 In-Place Full Depth Reclamation of m2 28,750 0.80 23,000.00 SP Bituminous Pavement and Underlying Granular B4 SP Provisionalltem ea 10 589.00 5,890.00 Excavate for Subgrade Verification B5 510 Removal of Culverts and Sewers m 72 36.50 2,628.00 66 MOC, 421 Culverts SP a) Placement of 450 mm Dia, CSP, m 72 151.00 10,872.00 2.0 mm Gauge b) Placement of 600 mm Dia. CSP, m 15 315.00 4,725.00 2.0 mm Gauge (Including Frost Taper) B7 MOC, 314 Provisional m2 5,800 11.50 66,700.00 206, SP Sub-Excavation and Restoration with 300 mm New Granular'B', Type I B8 511 Provisionalltem m2 1,710 2.70 4,617.00 SP Geogrid, Tensar Bx 1100 Page 5 of 12 pages ITEMIZED BID CONTRACT NO. 02009-18 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-18 for the following unit prices. Spec. - The numbers in this column refer to the SP - Refers to Special Provisions (P) - Plan Quantity Payment Item MOC - Municipality of Clarington Design Guidelines and Standard Drawings 'f R.. ai x ~ y ~ i z- ,Sfi E y~ i ~y~~ ~ w av -~~ k+at+~~.fi~ z's, §- ~ &'~' $ 2.'.~ Y "ti. .~' Z~; ~`v '_x,~ . y'~ /P . ' ~ ~ F ,It "F %3~i{` i^sS .~ `~3~3T 3s~-~ ' " " ' y ~ .,, .eY 3 Y'l v' ~ i..~11H ~~~4._7 '~"3 * Sr.~ r-e~7 ~ ~"~* Y. c~ ~ =tsn~~ ~' ~ ' ~ '~ .r -~~ 2,Yx'k'? .x ~. arf ~' { ~r:;~. 1 '-.k ' ~ ?,°~ ~sv~ s~ lo ;~ r~> ~ Spec o ~ ~" ~ r'rr~~-~~~'~~''~-" ' 4~ ~~ ~ ~ bescrii r ~ - ~ ~-~ 3 £ ~1 ~t 4 i.i 3~F ~ ~ ~ ~ ~ ~~' ~': r i> ~~ ~ i~Fr ~a k as a ~,t d , ~ ~'~"t l .z ,, Y ~ ~ ~ k ~~ ~ ~ f ~ _n a i n ce - ~ a B9 MOC, 314 Granular'A' Base (150 mm Depth) t 16,130 17.00 274,210.00 SP 610 501 Water for Compaction and Dust m3 1,770 17.50 30,975.00 Suppression B11 510 Sawcutting Asphalt Pavement m 70 5.90 413.00 SP B12 MOC, 310 Hot Mix H.L.-8 - (50 mm) Base Course t 40 114.00 4,560.00 SP B13 MOC, 310 Hot Mix H.L.-3, (60 mm) Surface-Course t 4,440 82.50 366,300.00 SP B14 MOC, 310 Hot Mix H.L.-3 -Driveways, (50 mm) t 75 142.00 10,650.00 SP B15 MOC, 314 Granular'A', Shouldering t 1,490 20.00 29,800.00 SP 616 MOC Granular Sealing of Shoulders m2 1,000 6.90 6,900.00 SP B17 552 Repair Existing 3 Cable Guide Rail ea 50 88.50 4,425.00 SP Between Holt Road and Old Scugog Road B18 552 Steel Beam Guiderail with Channel m 350 108.00 37,800.00 SP -Wood Post B19 552 Guiderail End Treatment -Private ea 2 3,665.00 7,330.00 SP Entrance B20 559 Guiderail End Treatment -Extruder ea 4 3,515.00 14,060.00 SP B21 206 Ditching: SP a) Gradall hrs 80 295.00 23,600.00 b) Triaxle Dump Truck hrs 160 94.00. 15,040.00 B22 SP Provisionalltem Supply and Installation of Plant Material a) Acer x freemanii 'Sienna' (Sienna ea 4 589.00 2, 356:00 Glen Maple), 60 mm WB b) Acer saccharum 'Green Mountain' ea 4 589.00 2,356.00 (Green Mountain Sugar Maple), 60 mm WB c) Celtis occidentalis (Hackberry), ea 4 589.00 2,356.00 60 mm WB Page 6 of 12 pages ITEMIZED BID CONTRACT N0. CL2009-18 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-18 for the following unit prices. - Spec. - The numbers in this column refer to the SP - Refers to Special Provisions (P) - Plan Quantity Payment Item MOC - Municipality of Clarington Design Guidelines and Standard Drawings ~'~~'Ite1m'" f I I~ ~^.~ d ~ hxr Y ~~, ~' ` ~' ~~~ ~'~~ ~ ~ ~~`~t-~: ~ F ~~.4 w ~ ~ `.k2i,5 ~ ~~ f ~ ' _ ~ ~ rt h - 'qty, , ~1'"~... _ .~ i[~' ~ ~~' . f ~ ~ V~ ~:. ` z~~ o~''~ Sc'1o~ ~~;' ~'~~ ~ D sc '~~,o~x~ s ~ ~ `r ;~1n t~ ant~ 4 " ~ ce ~ P~'r ~n al _ ~:i To ~ ~ u r e . . . ~ ~ r,. u .. r:. . ~ ;, ; f ~ ~: .. t d) Amelanchier grandiflora'Robin Hill' ea 4 589.00 2,356.00 (Robin Hill Serviceberry), 50 mm WB B23 MOC, 570 Topsoil (Imported) mz 1,000 5.90 5,900.00 SP B24 MOC, 571 Sodding (Nursery, Staked) mz 1,000 5.90 5,900.00 SP B25 570, 572 Ecoblanket mz 5,000 6.50 32,500.00 SP, MOC B26 532 Pavement Markings -Durable _: =_ SP a) 100 mm Width -Yellow Centre Line m 4,060 5.30 21,518.00 b) 100 mm Width -White E.P. Line m 8,120 5.30 43,036.00 c) 600 mm Stop Bars m 35 41.00 1,435,00 Total Section 'B' (carried to Summary) 1,096,266.00 PART'C' -STRUCTURE REHABILITATION -Structure No. 99037, Concession Road 7 C1 543, 554 Traffic Control LS $35,330.00 $35,330.0 SP C2 206, 510, Removal and Disposal of Existing LS $108,350.00 $108,350.00 902, 928 Structure SP C3 405 a) 150 mm Dia Perforated CSP m 17 $88.50 $1,504.50 SP Subdrain Filter Wrapped b) 150 mm Non-perforated CSP m 1 $59.00 $59.00 c) Armtec Rodent Grates ea 2 $177.00 $354.00 C4 552 Steel Beam Guide Rail SP a) Connection to End Posts ea 4 $589.00 $2,356.00 C5 904,905 Dowels into Concrete ea 280 $17.50 $4,900.00 SP C6 904,905 Concrete in Substructure LS $18,110.00 $18,110.00 SP C7 904,905 Concrete in Deck LS $75,150.00 $75,150.00 SP C8 904,905 Concrete in Approach Slabs LS $22,560.00 $22,560.00 SP Page 7 of 12 pages ITEMIZED BID CONTRACT NO. CL2009-18 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-18 for the following unit prices. Spec. - The numbers in this column refer to the SP - Refers to Special Provisions (P) - Plan Quantity Payment Item MOC - Municipality of Clarington Design Guidelines and Standard Drawings }T4 Utz Y F Item .~ , ~~ T' ~~~Wi4 § ajj 3,~ ~ S ~~ '~~~~ ~ i. ~)~i~•d_.:4 ~ IF9 Sl`cf t£"".°~ .tea" ~ ? ~/h, ~'sx^tf7F - , '?4 iiflT~~~y~'~;`f ~ ~t`~a's 1~'+}~~i zn~-F~`c~ r ~~ ~ ~~~ ~~<: n Y ~ ~ , E ~ { 4a ~.. 1n 3~G d t'"~ ~ N~`:5'• tai .. f l"F`c ~~T-S. ~ ~ - ~~ {~ ttt l~ "~,. -.. ,~ P k ~i:e :.. > ~~:, t ~ y ri~ ~, ~ ~' ~. ~~~: ~- :~ ~~"' C: l - - p~ f ~ ~ ~ ~ .i.~.~p ,~ ~~ fl ~).~~~ raf °~ ~r ~ E ~~ A -S ~'!" Y '~^~}}}1 ~t-ry n~ '~# E i " ~ i . ~e~5~ t P U l 2~~ t '; i' t l tr 1Y 0 . :J' .... ~ ;~~ C ~' ~ ~ j ~ 3`?~+` ~;',T~ -~ Uhi ~ ~ _,<_ uant _ rtae~ ni s ~o a . C9 904,905 Concrete in Parapet Walls LS $39,520.00 $39,520.00 SP C10 928 Concrete Removal ,- Partial Depth -Type m3 1 $4,120.00 $4,120.00 B C11 928 Concrete Removal =Partial Depth -Type m3 2 $2,120.00 $4,240.00 C C12 929 Abrasive Blast Cleaning of Reinforcing rp2 14 $118.00 $1,652.00 Steel C13 930 Concrete Patches, Form and Pump rn3 3 $2,120.00 $6,360.00 C14 930 Concrete Patches, Proprietary Product m3 0.1 $23,550.00 $2,355.00 SP C15 914 Form and Fill Grooves m 35 $59.00 $2,065.00 C16 914 Asphalt Membrane Waterproofing m2 262 $41.00 $10,742.00 C17 SP Jacking LS $7,065.00 $7,065.00 C18 922 Bearings ea 8 $340.00 $2,720.00 SP C19 538, 539 Access and Protection LS $23,550.00 $23,550.00 SP C20 511 Rock Protection LS $35,330.00 $35,330.00 SP C29 577 Light Dufy Silt Fence Barrier m 50 $23.50 $1,175.00 Total Section 'C' (carried to Summary) 409,567.50 PART'D' -GENERAL ITEMS D1 SP Provisional LS 35,000.00 Asphalt Cement Price Adjustment D2 SP Bonds, Insurance and Maintenance LS 15,900.00 $15,900.00 Security Total Section 'D' (carried to Summary) ~ 50,900.00 Page 8 of 12 pages ITEMIZED BI® CONTRACT NO. CL2009-18 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL.2009-18 for the following unit prices. Spec. - The numbers in this column refer to the SP - Refers to Special Provisions (P) - Plan Quantity Payment Item MOC - Municipality of Clarington Design Guidelines and Standard Drawings rF zt~ `~Item~~ ~f r r ~Tr ~~f al ,No ,.,;~ t ~ ~~r s s ~ ~rmj °x C. -4~ _ #.? 3 ~,~ S e.c~N`~o'i F i,..c~"~ra~ 9:_ ~~a r-, ~ t~ ~ m'$" ~ 1~~ 't" aT~. ' -fir. 4 a.ia ^~~~~ ~ ~~Til ~a~~,1~7 ~ j !°^~' ~ ~-c~ "~~S° ~,R~~Si`_tu ~ r ~~ ~~;' ~ <_.~ Y~Desce~ tion~~~,,.'. ~~~~ ~ ~ i ~ ' ~ n ) ~~ .S ~;1.~'~iJtaif"N ~ ~~~:. 4 `r ~ E .eta E '~~ .f. "'x" y,7.~ ;a ~x~ 7 ~~4i~ant~_. _'~~ '~~ ... 4•• ~,~~ n ti ^ }z~ f'~-.e s3a ~i~~-- ~SUn~it Price ~si ~q ~~,f r ;.J ~~_ x t sS # xtsna &s'•¢~ra . ~ 3\~- ~j ~~~~ ~'ofal SUMMARY: Section 'A' -Concession Road 6 (2,070 m) 510,359.00 Section 'B' -Concession Road 7 (4,150 m) 1,096,266.00 Section 'C -Structure Rehabilitation 409,567.50 Section 'D' = General~ltems 50,900.00 Total (excluding GST) $ 2,067,092.50 GST (5% of Total) $ 103,354.63 TQ;TAL TENDER AMQUN.T " ° ~., '.. ~ _ ~$ 2 1.70,447.13 :;;_ Tenderer's GST Registration No. 101040160 P:\Dept l2\i2-29754\Specs\[CL2009-18 -Item Bid (Sign Docs).xls]ITEMIZEDBlD Page 9 of 12 pages AGREEMENT TO BOND (to be completed by Bonding Company) CONTRACT N0. CL2009-18 WE, the Undersigned, HEREBY AGREE to become bound as Surety for Coco Pavina Inc. 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.CL2009-18 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 tlie'Agreement shall be null and void. DATED AT this 26th day of June 2009 Aviva Insurance Company of Canada Name of Bonding Company Irene den Dekker (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 of 10 of 12 pages BIDDER'S REFERENCES CONTRACT NO. CL2009-18 Year 2009 Description of Contract Road Resurfacing Name of Organization Region of Durham Contact Person Tom Saychuk Telephone Number 905-668-4113 Value of Contract $4,900,000.00 Year Description of Contract Road Resurtacing Name of Organization Region of Durham Contact Person Tom Saychuk Telephone Number 905-668-4113 Value of Contract $900,000.00 Year .Description of Contract Road Resurfacing Name of Organization Region of Durham Contact Person Tom Saychuk Telephone Number 905-668-4113 Value of Contract $2,500.000.00 (This Form shall be completed and attached to the Tender Submitted). Page 11 of 12 pages SCHEDULE OF TENDER DATA CONTRACT NO. CL2009-18 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 9 Agreement to Bond Page 10 Bidder's References Page 11 Schedule of Tender Data Page 12 B. STANDARD TERMS AND CONDITIONS Pages 1 to 11 C. SCHEDULE `C' -CONTRACTOR SAFETY Pages 1 to 8 D. INSTRUCTIONS TO TENDERERS Pages 1 to 6 E. SPECIAL PROVISIONS -GENERAL Pages 1 to 15 F. SPECIAL PROVISIONS -TENDER ITEMS Pages 1 to 19 G. DESIGN GUIDELINES H. STANDARD DRAWINGS I. PLANS: Title Sheet, Index Sheet, Draw ings No. 1 - 9, S1 - S7 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 405 =' Nov: 2008 538 Nov. 2005 904 Nov. 2008 128 Current 407 Nov. 2007 539 Nov. 2003 905 A r.2007 180 Nov. 2005 409 Nov. 2005 543 Dec. 1990 908 Mar 1998 201 Nov. 2007 410 A r. 2008 552 Nov. 2008 914 Nov. 2008 206 Nov. 2000 421 A r. 2008 559 A r. 2008 922 Nov. 2008 212 Nov. 2008 501 Nov. 2005 565 Nov. 2007 928 Nov. 2006 310 Nov. 2008 506 Nov. 2005 570 Nov. 2007 929 Ma 1994 312 A r.2004 507 Nov. 2005 571 Nov. 2007 930 Ma 1994 314 Nov. 2004 510 Nov. 2006 572 Nov. 2003 330 Ma 1994 511 Nov 2008 577 Nov. 2006 353 Nov. 2006 532 Jun. 1991 902 Nov. 2002 K. GEOTECHNICAL INVESTIGATION (BOREHOLE LOGS) L. 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 July 2, 2009 YM Addendum No. Date of Issue Addendum No. 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, Plans and != Specifications, for Contract No. CL2009-18, executed by me/us bearing date the 7 day of Juw_ 2009 and we have fully read all related documents to tender da as listed above. - SIGNATURE: POSITION Construction Manager ~, - NAME OF FIRM Coco Paving Inc. (COMPANY SEAL) Privacy legislation Federal legislation governs the collection and use of personal infortnaticn from individuals. We represent and warrant to the owner that we have obtained the CONSENT of any and all employees whose personal information we have supplied to the owner In this tender. This personal information, which includes, but is not limited io, the employees' names, education, work and project history, professional designations and qualifications. This CONSENT permits the owner to disclose this personal information to the Engineer (owner or agent)forthe purpose of evaluating our bid. In the event that the tender is successful, this personal Information may also be used in project adminlstralion, for contact purposes. This is Page 12 of 12 pages to be submitted as the Tender Submission for Contract No. CL2009-18. I ~ I CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-18 ,- s_.~ P:1Dept 12\12-29754\Specs\CL2009-18 - T&C.doc J THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page 1 of 11 The Municipality of Clarington's "Standard Terms and Conditions" shall apply to this Contract except where noted below. • Clause 8 of the "Standard Terms and conditions" shall be superseded by Clause 8, "Payments" of the "Special Provisions -General" Section of the Contract. • Clause 15 of the "Standard Terms and conditions" shall be superseded by Clause 2, "Guaranteed Maintenance" of the "Special Provisions -General" Section of the Contract. • The first paragraph of Clause 16 of the "Standard Terms and'Conditions" is not applicable to this Contract. • Clause 23 of the "Standard Terms and Conditions" 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. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page 3 of 11 SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) 3. CONTRACT The contract consists of the documents aforementioned as defined in Section 1, Definitions, Contract. The contract and portions thereof take precedence in the order in which they are named above, notwithstanding the chronological order in which they are issued or executed. The intent of the contract is that the Company shall supply work which is fit and suitable for the Municipality's intended use and complete for a particular purpose. None of the conditions contained in the Bidder's standard or general conditions of sale shall be of any effect unless explicitly agreed to by the Municipality and specifically referred to in the purchase order. 4. CLARIFICATION OF THE DOCUMENT Any clarification of the document required by the Bidder prior to submission of its bid shall be requested through the Municipality's contact identified in the document. Any such clarification so given shall not in any way alter the document and in no case shall oral arrangements be considered. Every notice; advice or other communication pertaining thereto will be in the form of a written addendum. No officer, agent or employee of the Municipality is authorized to alter orally any portion of the document. 5. PROOF OF ABILITY The bidder may be required to show, in terms of experience and facilities, evidence of its ability, as well as that of any proposed subcontractor, to perform the work by the specified delivery date. 6. DELIVERY Unless otherwise stated, the work specified in the bid shall be delivered or completely performed by the Company as soon as possible and in any event within the period set out herein as the guaranteed period of delivery or completion after receipt of a purchase order therefore. A detailed delivery ticket or piece tally, showing the exact quantity of goods, materials, articles or equipment, shall accompany each delivery thereof. Receiving by a foreperson, 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 specified in the contract. Time shall be of the essence of the contract. ~.. __. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page ~ ~~f ~ ~i SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) 7. PRICING Prices shall be in Canadian Funds, quoted separately for each item stipulated, F.O.B. destinati~~n. Prices shall be firm for the duration of the contract. Prices bid must include all incidental costs and the Company shall be deemed to be satisfic c} ~s to the full requirements of the bid. No claims for extra work will be entertained and any additionai ~~4~c~rl; must be authorized in writing prior to commencement. Should the Company requirr--_ ~ ~ ~cr, c information or clarification on any point, it must be obtained prior to the,submission of the bid. Payment.. shall be full compensation for all costs related to the work, including, operatiE,~; ,.ruz overhead costs to provide work to the satisfaction of the Municipality. All prices quoted shall include applicable customs duty, excise tax, freight, insurance, and-all otl~ic=r charges of every kind attributable to the work. Goods and Services Tax and Provincial SalES ' ~>: shall be extra and not shown, unless otherwise specified herein. If the Bidder intends to manufacture or fabricate any part of the work outside of Canada, it shall arrange its shipping procedures so that its agent or representative in Canada is the impor~cr ref record for customs purposes. Should any additional tax, duty or any variation in any tax or duty be imposed by the Governmerl c}f Canada or the Province of Ontario become directly applicable to work specified in this dociirt~c.~it subsequent to its submission by the Bidder and before the delivery of the work covered if ~e~! c=i:~~,~ pursuant to a purchase order issued by the Municipality appropriate increase or.decrease ire flee: 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 6U dG.a ~: after the completion of the work. Payments made hereunder, including final payment shall not relieve the company from its obligations or liabilities under the contract.' Acceptance by the company of the final payment shall constitute a waiver of claims by the coml:~~:ny against the Municipality, except those previously made in writing in accordance with the ccrrotr~ci and still unsettled. The Municipality shall have the right to withhold from any sum otherwise payable to the coml:~arr~~ such amount as may be sufficient to remedy any defect or deficiency in the work, p~:ncPin correction of it. Payment may be made 30 days after delivery pursuant to the Bidder submitting an invoice, cor~tr~-cfi requirements being completed and work being deemed.satisfactory. 9. PATENTS AND COPYRIGHTS The company shall, at its expense, defend all claims; actions or proceedings against the Municipality based on any allegations that the work or any part of the work constitutes ~n infringement of any patent, copyright or other proprietary right, and shall pay to the Municipality all costs, damages, charges and expenses, including its lawyers' fees on a solicitor and his own client basis occasioned to the Municipality by reason thereof. - ~ _ ~ THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page 5 of 11 -~ SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) .~ The company shall pay all royalties and patent license fees required for the work. J If the work or any part thereof is in any action 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 with non-infringing work or modify it so ,i that the work no longer infringes. _, 10. ALTERNATES ~~~ Any opinion with regard to the use of a proposed alternate determined by the Municipality shall be final. Any bid proposing an alternate will not be considered unless otherwise specified herein. 11. EQUIVALENCY Any opinion determined by the Municipality with respect to equivalency shall be final. 12. ASSIGNMENT AND SUBCONTRACTING The company shall not assign or subcontract the contract or any portion thereof without the prior written consent of the Municipality. 13. FINANCING INFORMATION REQUIRED OF THE COMPANY The Municipality is entitled to request of the Company to furnish reasonable evidence that financial arrangements have been made to fulfill the Company's obligations under the Contract. 14. LAWS AND REGULATIONS The company shall comply with relevant Federal, Provincial and Municipal statutes, regulations and by-laws pertaining to the work and its performance. The company shall be responsible for ensuring similar compliance by suppliers and subcontractors. The contract shall be governed by and interpreted in accordance with the laws of the Province of Ontario. 15. CORRECTION OF DEFECTS If at any time prior to one year after the actual delivery date or completion of the work (or specified warranty/guarantee period if longer than one year) any part of the work becomes defective or is deficient or fails due to defect in design, material or workmanship, or otherwise fails to meet the requirements of the contract, the company, upon request, shall make good every. such defect, deficiency or failure without cost to the Municipality. The company shall pay all transportation costs for work both ways between the company's factory or repair depot and the point of use. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page C, ~f 11 SCHEDULE (B) STANDARD TERMS AND CONDIT60NS (continued) __, 16. BID ACCEPTANCE The Municipality reserves the right to award by item, or part thereof, groups of items, or !:~2riS thereof, or all items of the bids and to award contracts to one or more bidders submitting ide~~fical bids as to price; to accept or reject any bids in whole or in part; to waive irregularific~s _~nci omissions, if in so doing, the best interests of the Municipality will be served. No liability slizll accrue to the Municipality for its decision in this regard. Bids shall be irrevocable for 90 days after the official closing time. The placing in the mail or delivery to the Bidder's shown address given in the bid of a iu~iic:E< cif ; award to a bidder by the Municipality shall constitute notice of acceptance of contracf I~~+ ii1C I_`_ Municipality to the extent described in the notice of award. The -Municipality reserves the right to reject a Bid from any Bidder based on the . fc>ilcjv~+i~ ~g considerations: . r- • a Bidder or a subcontractor of a Bidder has an outstanding legal action againsfi tl~~c Corporation, or the Corporation has an outstanding legal action against a Bidder c?r a . subcontractor of the Bidder; • a Bidder owes money including, but not limited to outstanding property taxes ow~cz ?o the ~ Corporation; and ~ ~ • a Bidder is not in compliance with the Corporation's Corporate Policies and tiy-ia~~~+s . including Property Standards By-law. I ' 17. DEFAULT BY COMPANY a. If the Company commits any act of bankruptcy; or if a receiver is appointed. on .account ~~f its insolvency or in respect of any of its property; or if the company makes. a ger~cral assignment for the benefit of its creditors; then, in any such case, the Municipality may; without notice: terminate the contract. b. If the Company fails to comply with any request, instruction or order of the Municipality; ar fails to pay its accounts; or fails to comply with or persistently disregard statutes, regulations, by-laws or directives of relevant authorities relating to the work; or fails io prosecute the work with skill and diligence; or assigns or sublets the contract or any portion thereof without the Municipality's prior written consent; or refuses to correct defective work; or is otherwise in default in carrying out its part of any of the terms, conditions anti obligations of the contract, then, in any such case, the Municipality may, upon expiratioE~ of ten days from the date of written notice to the company, terminate the contract. c. Any termination of the contract by the Municipality, as aforesaid, shall be without pr~j~~caiac to any other rights or remedies the Municipality may have and without incurring any IiaL~ifity whatsoever in respect thereto. d. If the Municipality terminates the contract, it is entitled to: i) take possession of all work in progress, materials and construction equipment thc;r7 at .the project site (at no additional charge for the retention or use of tl-~e construction equipment), and finish the work by whatever means the Municipality may deem appropriate under the circumstances; THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page 7 of 11 SCHEDULE (B) STANDARD TERMS. AND CONDITIONS (continued) withhold any further payments to the company until the completion of the work and the expiry of all obligations under the Correction of Defects section; iii) recover from the company loss, damage and expense incurred by the Municipality by reason of the company's 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 19. 20 21 CONTRACT CANCELLATION The Municipality shall have the right, 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 cancellation, the Municipality and the Company may negotiate a settlement. The Municipality shall not be liable to the Company for loss of anticipated profit on the cancelled portion or portions of the work. QUANTITIES Unless otherwise specified herein, quantities are shown as approximate, are not guaranteed to be accurate, are furnished without any liability on behalf of the Municipality and shall be used as a basis for comparison only. Payment will be by the unit complete at the bid price on actual quantities deemed acceptable by the Municipality. 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 returned 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 Municipality shall be at its sole discretion:: and any such acceptance shall in no way be construed to imply relief of the company from its obligations under the contract. Samples submitted must be accompanied by current Material Safety Data Sheets (MSDS) where applicable. SURETY The successful tenderer shall, if the Municipality in its absolute discretion so desires, be required to satisfy surety requirements by providing a deposit in the form of a certified cheque, bank draft or money order or other form of surety, in an amount determined by the Municipality. This surety may be held by the Municipality until 60 days after the day on which all work covered by the contract has been completed and accepted. The surety may be returned before the 60 days have elapsed providing satisfactory evidence is provided that all liabilities incurred by the company in carrying out the work have expired or have been satisfied and that a Certificate of Clearance from the WSIB - Workplace Safety Insurance Board has been received. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page 8 of 11 SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) The company shall, if the Municipality in its absolute discretion so desires, be required to s~,'ist~,~ fidelity bonding requirements by providing such bonding in an amount and form determined !:~~! i.l~c Municipality. Failure to furnish required surety within two weeks from date of request thereof by the Municipality shall make the award of the Contract by the Municipality subject to withdrawal. 22. WORKPLACE SAFETY AND INSURANCE BOARD All of the Contractor's personnel must be covered by the insurance plan, under the Worl:pl~.c:c '~ Safety and Insurance Act, 1997, or must provide an identification number from the WSIB ve:rityin~? their status as an Independent Operator". Upon request by the Municipality, an original Lctier of ~ Good Standing from the Workplace Safety and Insurance Board shall be provided prior to ttie commencement of work indicating all payments by the Company to the board have been ri F~~~,c:. Prior to final payment, a Certificate of Clearance must be issued indicating all payments by tiu: Company to the Board in conjunction with the subject Contract have been made, and that i -~e; Municipality will not be liable to the Board for future payments in connection with the Company's ~. __-: fulfilment of the contract. Further Certificates of Clearance or other types of certificates shall b~ provided upon request. ~' For Independent contractors /Owners /Operators who do not have WSIB coverage, the followri~ic~ shall be provided upon request by the Calling Agency: nde endent Contractors /Owners /Operators shall provide a~ letter frori`~ she Single I p Workplace Safety & Insurance Board confirming independent operator:.' status ano identification number. To obtain this, contractors must complete the form "DetermirFu~ci worker/Independent Operator status", issued by the Workplace Safety & Inst~~ance., Board. (For more information, please contact your local Workplace Safety & 'Insurance . Board Office and refer to-this clause.) Single Independent Contractors /Owners /Operators must also provide a certrficat~ from the Workplace Safety & Insurance Board confirming they have purchased the _opfrcm2l `" WSIB coverage. -- The Municipality of Clarington has the right to reject any bid it deems to prcwide ` insufficient coverage. 23. INSURANCE The company shall maintain and pay for Comprehensive General Liability insurance incluciiiict premises and all operations. This insurance coverage shall be subject to limits of not less iliaii $3,000,000.00 inclusive per occurrence for third party Bodily Injury and Property Damage or s~~c! ~ other coverage or amount as may be requested. The Company shall maintain and pay for Automobile Liability insurance in respect of licorrsco`. vehicles and shall have limits of not less than $2,000,000.00 inclusive per occurrence covering all licensed vehicles owned or leased by the Company. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page 9 of 11 SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) The policy shall include the Municipality as an additional insured in respect of all operations performed by or on behalf of the Company. A certified copy of such policy or certificate shall be provided to the municipality prior to commencement of the work. Further certified copies shall be provided upon request. The Policies shall be endorsed to provide that the Municipality is to receive not less than 30 days --' notice ih writing in advance of any cancellation, material amendment, or .change restricting coverage. Written notice shall be personally delivered to or sent by registered mail to the Agency. The Company will ensure that any and all Subcontractors also have valid Insurance coverage. 24. LIABILITY The_company agrees to defend, fully indemnify and save harmless the Municipality from all actions., ~-~:.:~ suits, claims, demands, losses, costs, charges and expenses whatsoever for all damage or injury including death to any person and all damage to any property which may arise directly or indirectly by reason of a requirement of the contract, save and except for damage caused by the negligence of the Municipality or its employees. The Company agrees to defend, fully indemnify and save harmless the Municipality from any and all charges, fines, penalties and costs that may be incurred or paid by the Municipality if the Municipality or any of its employees shall be made a party to any charge under the Occupational Health and Safety Act in relation to any violation of the Act arising out of this contract. 25. VISITING THE SITE The Company shall carefully examine the site and existing building and services affecting the proper execution of the work, and obtain a clear and comprehensive knowledge of the existing conditions. No claim for extra payment will be allowed for work or difficulties encountered due to conditions of the site which were visible or reasonably inferable, prior to the date of submission of Bid. Bidders shall accept sole responsibility for any error or neglect on their part in this respect. 26. SAFETY The Company shall obey all Federal, Provincial and Municipal Laws, Act, Ordinances, Regulations, Orders-in-Council and By-laws, which could in any way pertain to the work outlined in the Contract or to the Employees of the Company. Without limiting the generality of the foregoing, the Company shall satisfy all statutory requirements imposed by the Occupational Health and Safety Act and Regulations made thereunder, on a contractor, a Constructor and/or Employer with respect to or arising out of the performance of the Company's obligations under this Contract. The Company shall be aware of and conform to all governing regulations including those established by the Municipality relating to employee health and safety. The Company shall keep employees and subcontractors informed of such regulations. The Company shall provide Material Safety Data Sheets (MSDS) to the Municipality for any supplied Hazardous Materials. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page 1 C~ of `i SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) 27. UNPAID ACCOUNTS The company shall indemnify the Municipality from all claims arising out of unpaid accounts rciaih7g to the work. The Municipality shall have the right at any time to require satisfactory evidence= i~-i~<i the work in respect of which any payment has been made or is to be made by the Municipaiity i~ free and clear of liens, attachments, claims, demands, charges or other encumbrances. 28. SUSPENSION OF WORK - _ The Municipality may, without invalidating the contract, suspend performance by the Company ~~~~r~ time to time of any part or all of the work for such reasonable period of time as the Municipalii« ~ ~ ~~~~ determine. The resumption and completion of work after the suspension shall be governed 'by the sclic:culc: -. established by the Municipality.. 29. CHANGES IN THE WORK - .. The Municipality may, without invalidating the contract, direct the Company to make changes fo fhb work. When a change causes an increase or decrease in the work, the contract price al~~~~:Ei k:~c. . increased or decreased by the application of unit prices to the quantum of such ihcre~s~r' ~sr. decrease, or in the absence of applicable unit prices, by an amount to be agreed upon betweci-i' `iii Municipality and the Company. All such changes shall be in writing and approved try .the Municipality. 30. CONFLICT OF INTEREST No employee or member of Council- of the Municipality shall sell goods or services to if-~e Municipality in accordance with the Municipality of Clarington Policy or have a direct. or iria`.ireci interest in a Company or own a Company which sells goods or services to the Municipality.:: - . 31. • MUNICIPAL FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT (MFIPPA} All correspondence, documentation, and information provided to staff of the Municipality of Clarington by every offerer, .including the submission of proposals, shall become the property c~S tl ie Municipality, and as such, is subject to the Municipal Freedom of Information and Protection cif Privacy Act, and may be subject to release pursuant to the Act. Offerers are reminded to identify in their proposal material any specific scientific, technical, commercial, proprietary, or similar confidential information, the disclosure of which could cai~sc= them injury. Complete proposals.are not to be identified as confidential. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page 11 of 11 SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) 32. CRIMINAL BACKGROUND CHECKS =~ "The successful service provider covenants and agrees to provide the Municipality of Clarington, ~ or such other entity as the Municipality may designate, with written consentrto perform a criminal -' background check including Criminal Code (Canada) convictions, pardoned sexual offences, ~~~ records or convictions under the Controlled Drugs and Substances Act, Narcotics Control Act and Food and Drugs Act and all outstanding warrants and charges for every individual who may come into direct contract with youth or who are permitted entrance to private or restricted areas or residences. This will be done at no cost to the Municipality and any such requested document will -~ be submitted to the Municipality in its true form in advance of commencement of work. The Municipal issued identification card must be worn when individuals are at a site where there is direct contact with youth or where access to any private or restricted area is anticipated. The Municipal identification card is valid for the term of the contract only or a one year term, whichever comes first. Under the terms of the contract, the Municipality has the sole and ~-= unfettered discretion to prohibit an .individual from coming into direct contact with youth or entering a private or restricted area on a regular basis and to terminate the contract if the bidder/partner fails to obtain or renew the Municipal identification cards according to Municipal policy and procedure. The Municipality of Clarington .reserves the right to cancel and/or suspend the contract immediately and unilaterally and without penalty to the Municipality should the service provider fail to provide the required documentation or otherwise adhere to this procedure. "The Chief Administrative Officer has the final say in determining any final action." ~: ~_ CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-18 SCHEDULE `C' P:\Dept 12\12-29754\Specs1CL2009-18-Schedule (C).doc 1 SCHEDULE (C) ^~ CONTRACTOR SAFETY I POLICY AND PROCEDURE POLICY: Contractors and Sub-contractors are responsible to ensure that their personnel are updated on all safety concerns of the workplace and are aware of the safety requirements as required by the Contractor under the Occupational Health and Safety Act. Safety performance will be a consideration in the awarding of contract. Under the Occupational 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 ro'ect; • every employer and every worker performing work on the rp oject complies with the Occupational Health and Safety Act and the Regulations (under the Act); and • the health and safety of workers on the rp oject is protected. • Where so prescribed, a constructor shall, before commencing any work on a project, give to a Director notice in writing of the project containing such information as may be prescribed. DEFINITIONS: Contractor- any individual or firm engaged by the Municipality to do work on behalf of the Municipality. Project - means a construction project, whether public or private, including, the construction of a building, bridge, structure, industrial establishment, mining plant, shaft tunnel, caisson, trench, excavation, highway, railway, street, runway, parking lot, cofferdam, conduit, sewer, watermain, service connection, telegraph, telephone or electrical cable, pipe line, duct or well, or any combination thereof, the moving of a building or structure, and any work or undertaking, or any lands or appurtenances used in connection with construction. Construction -includes erection, alteration, repair, dismantling, demolition, structural maintenance, painting, land clearing, earth moving, grading, excavating, trenching, digging, boring, drilling, blasting, or concreting, the installation of any machinery or plant, and any work or undertaking in connection with a project. 2 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 items are required before any Contractors are hired by the Municipality. a) Before beginning a project, the project manager or delegate must determine whether any designated 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 include, as part of the request for tender/quotations, a copy of the above-mentioned list. The list of designated substances/hazardous materials must be provided to all prospective constructors and/or contractors. c) The request for tender/quotations will require prospective contractors to include a list of the designated substances/hazardous materials that will be brought onto the work site and material safety data sheets. d) Before awarding a contract, contractor(s) wilt 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.:--If a worker(s) fails to comply with any program, policy, rule or request regarding health and safety, that person(s) is not allowed on the site until the person(s) complies. j) .The Municipality will retain the right to document contractors for all health and safety warnings and/or to stop any contractors' work if any of the previously mentioned items are not in compliance. Similarly, the Municipality will have the right to issue warnings and/or to stop work if there are any violations by the contractor of the Occupational Health and Safety Act, Municipal Health and Safety programs, policies, rules, and/or if the contractor creates an unacceptable health and safety hazard. Written warnings and/or stop work orders can be given to contractors using Contractor Health and Safety Warning/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 Warning/Stop Work Orders. 4 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.) SCHEDULE (C2) CONTRACTOR SAFETY 5 POLICY AND PROCEDURE Continued... CONTRACTOR'S STATEMENT OF RESPONSIDILITY -=1 As a contractor working for the Municipality of Clarington, I/we will comply with all ! procedures and requirements of the Occupational Health and Safety Act, Municipal safety policies, department and site specific policies and procedures and other applicable legislation or regulations. 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. 1. The contractor/successful tenderer certifies that it, its employees, its subcontractors and their employees, a) are aware of their respective duties and obligations under the Occupational Health and Safety Act, as amended from time to time, and all Regulations thereunder (the "Act"); and ~ - b) have sufficient knowledge and training to perform all matters required pursuant to this contract/tender safely and in compliance with the Act. 2. ~ In the performance of all matters required pursuant to this contract/tender, the contractor/successful tenderer shall, - a) act safely and comply in all respects to the Act, and b) ensure that its employees, it subcontractors and their employees act safely and complying all respects with the Act. 3. The contractor/successful tenderer shall rectify any unsafe act or practice and any non-compliance with the Act at its expense immediately upon being notified by any person of the existence of such act, practice ornon-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 Actin the performance of any matters required pursuant to this contract/tender, 6 SCHEDULE (C2) CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... b) against any action or claim, and costs related thereto, brought against the Municipality by any person arising out of any unsafe act or practice or any non-compliance with the Act by the contractor/successful tenderer or any of its employees, its subcontractors or their employees in-the - performance of any matter required pursuant to this contract/tender; and c) from any and all charges, fines, penalties, and costs that may be incurred or paid by the Municipality (or any of its council members or employees) shall. be made a party to any charge under the Actin relation to any violation of the Act arising out of this contract/tender. G p~~ ~~~,~ /,~.~ ~~ ........... .................... .~.. Q- ...................................'. .. ... ....... G: Contractor ~ Name of Person Sig ' g for Contractor ..... ....... .. ...........................~.................................. ,~ ~. ~~. 9......... Sig ature C actor Date _, _, _~ e~ i I I i I _I -1 ~~ _-~ i ~~ _. ~~ ._ i -i '._. SCHEDULE (C3) CONTRACTOR SAFETY 7 POLICY AND PROCEDURE Continued... CONTRACTOR HEALTH AND SAFETY WARNINGISTOP 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 performed under this contract due to the unsafe work practice described below. FAILURE TO COMPLY WITH THIS WARNING/STOP WORK ORDER SHALL CONSTITUTE A BREACH OF CONTRACT. PART "A" -DETAILS OF CONTRACT CONTRACT/P.O. # DESCRIPTION: I NAME OF FIRM: 8 SCHEDULE (C3) CONTRACTOR Sh~FETY 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. CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-18 INSTRUCTIONS TO TEN®ERERS P:\Dept 12112-29754\Specs\CL2009-18 - IT.doc INDEX INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2009-18 CLAUSE SUBJECT PAGE 1. GENERAL .......................................................................................................................................................... 1 2. BLANK FORM OF TENDER ........................................................................................................................... 1 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. REFERENCES .................................................................................................................................................. 3 9. PROVINCIAL SALES TAX .............................................................................................................................. 3 10. GOODS AND SERVICES TAX (GST) ........................................................................................................... 3 11. EXECUTE CONTRACT DOCUMENTS ........................................................................................................ 3 12. COMMENCEMENT OF WORK ...................................................................................................................... 4 13. LOCATION ......................................................................................................................................................... 4 14. SOILS INFORMATION .................................................................................................................................... 4 15. TENDERERS TO INVESTIGATE .................................................................................................................. 4 16. INQUIRIES DURING TENDERING ............................................................................................................... 4 17. AWARD OF THE CONTRACT ....................................................................................................................... 4 18. DEFINITION OF OWNER/AUTHORITY AND ENGINEER/CONTRACT ADMINISTRATOR .............. 4 19. ADDENDA .......................................................................................................................................................... 5 20. I UTILITIES ........................................................................................................................................................... 5 ~ 21. SCOPE/LIMITS OF WORK ............................................................................................................................. 6 ~, 22. PROVISIONAL ITEMS ..................................................................................................................................... 6 23. TENDER OPENING MEETING ...................................................................................................................... 6 PAGE ONE INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2009-18 1. GENERAL SEALED Tenders plainly marked "Contract No. CL2009-18" will be received until: 2:00:00 P.M., LOCAL TIME, TUESDAY, JULY7, 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, 2"d 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, ornon-acceptance by the Municipality of any Tender, or by reason of any delay in the acceptance of any Tender. 2. BLANK FORM OF TEN®ER 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-'18 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. i Total Tendeir Amount '' Minimum Deposit `Requiretl $ 20,000.00 or less $1,000.00 20,000.01 to 50,000.00 2,000.00 50,000.01 to 100,000.00 5,000.00 100,000.01 to 250,000.00 10,000.00 250,000.01 to 500,000.00 25,000.00 500,000.01 to 1,000,000.00 50,000.00 1,000,000.01 to 2,000,000:00 100,000.00 2,000,000.01 and over 200,000.00 All deposits will be returned within ten days after the Tenders have been opened except those which the Authority elects to retain until the successful tenderer has executed the Contract Documents. The retained tender deposits will be returned when the successful Tenderer has fully complied with the cohditions outlined in the Contract Documents. 4. BONDS 2. The Contractor is required to .provide a Performance Bond, and a Labour and Material Payment Bond, each in an amount equal to 100 percent of the Total Tender Amount, to guarantee his faithful performance of this Contract and his fulfillment of all obligations in respect of maintenance and payment for labour and materials used on this work. Each Bond shall be with a satisfactory Guarantee Surety Company, resident in Canada or authorized to carry on business in Canada. An Agreement to Bond must be submitted with the tender bid. Bonding company standard "Agreement to Bond" forms are acceptable. 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. INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2009-78 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. REFERENCES ~. Bidders are advised that they are required to submit three (3) references on the form provided in the Tender Form section of Tender Documents. Failure to do so may result in the bid not being accepted by the Municipality. As requested by the Municipality, references will be checked by the Contract Administrator or Municipality during the tender review process. 9. PROVINCIAL SALES TAX Provincial Retail Sales Tax shall be included in tendered prices for material supplied under this Contract. 10. 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. 11. 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. INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2009-18 12. COMMENCEMENT OF WORK 4. 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. 13. LOCATION The locations of the work are Concession Road 7, from Vannest Road to Old Scugog Road and Concession Road 6, from Enfield Road to 400 m west of Solina Road, in the Municipality of Clarington. 14. SOILS INFORMATION A geotechnical investigation has been undertaken on behalf of the Authority. The results provided are for information only and are not guaranteed by the Authority. A copy of the boreholes are included with the Tender Documents as listed in the "Schedule of Tender Data". 15. TENDERERS TO INVESTIGATE Tenderers must satisfy themselves by personal examination of the site and by such other means as they may prefer as to the actual conditions and requirements of the work. The Tenderer shall carefully examine all plans and profiles so that the unit prices tendered are commensurate with the nature of the work. It shall be the Contractor's responsibility to thoroughly inspect the site of the proposed works, determine the location of any buried or obstructing services and make satisfactory arrangements for interference with such service with the proper jurisdictional agency. 16. 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: Sean Bagshaw, P. Eng. 17. AWARD OF THE CONTRACT The award of this Contract is subject to the approval of the Municipality of Clarington. 18. 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. INSTRUCTIONS TO TEN®ERERS CONTRACT NO. CL2009-18 5. 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. 19. 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. 20. UTILITIES For additional information regarding existing utilities the Contractor may contact the following personnel: Veridian Hydro: Mr. Peter Petriw, P.Eng. Tel: (888)-445-2881 ~ Bell Canada: Ms. Kimberly MacLellan ~ Tel: (905) 433-3061 EnbridgelConsumers Gas: Mr. Jamie Rochford Tel: 416-758-7936 Cable TV Ms. Cindy Ward Tel: 905-436-4138 dr H o One Y Mr. Jim isson H ~ Tel: (905) 623-1071 Veridian Hydro Mr. Peter Petriw, P.Eng. Tel: (888)-445-2881 Clarington Street Lighting Clarington Operations Ms. Sue Arends Tel: (905)263-2292 Durham Region Durham Region Traffic Depot Traffic Signals Tel: (866)-786-8116 INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2009-18 21. SCOPE/LIMITS OF WORK Due to budget constraints, the Municipality reserves the right to reduce or delete items in the Contract and/or revise the limits of construction with no adjustment to unit prices. Clause G.C.8.01.02 of the General Conditions is revised in that there will be no additional payment for overhead cost as a result of any reduction of tender quantities. 22. PROVISIONAL ITEMS After the tender closing the Items in the Itemized Bid noted as being "Provisional" may have quantities modified or may be deleted from the Contract at the sole discretion of the Owner without negotiating with the bidders regardless of the percentage of the Tender the individual or combined "Provisional Items" represent. No consideration for loss of overhead costs will be considered should these Items be deleted from the Contract. 6. 23. TENDER OPENING MEETING The tender opening meeting is scheduled to take place at 2:15:00 P.M. after the closing time and date in Meeting Room No. 1, Main Floor, 40 Temperance Street, Bowmanville, Ontario and interested bidders are invited to attend. CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-18 SPECIAL PROVISIONS -GENERAL P:\Dept 12\12-29754\Specs\CL2009-18-SPG.doc INDEX SPECIAL PROVISIONS-GENERAL CONTRACT NO. CL2009-1 ~ CLAUSE SUBJECT PAGE ~ 1. PLAN QUANTITY ITEMS .................................................................................................................. 1 2. GUARANTEED MAINTENANCE ..................................................................................................... 1 3. CONTRACT TIME AND LIQUIDATED DAMAGES ...................................................................... 1 4. CONTRACTOR'S AUTHORIZED REPRESENTATIVE ...............................................,............... 2 5. OPS GENERAL CONDITIONS ........................................................................................................ 2 6. LAYOUT BY CONTRACT ADMINISTRATOR ............................................................................... 2 7. RESTRICTIONS ON OPEN BURNING .......................................................................................... 2 8. PAYMENTS ......................................................................................................................................... 3 9. UTILITIES ............................................................................................................................................3 10. DUST CONTROL::........ ::::::....... ............... .4 ,... 11. TRAFFIC CONTROL, FLAGGING ................................................................................................. .4 i j 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 ...... .6 18. SPILLS REPORTING ........ ............................................................................................................... .7 19. PROTECTION OF WATER QUALITY ........................................................................................... .8 . ~ 20. .................................... TRAFFIC AND STREET SIGNS .................................................. ............... .8 21. GARBAGE COLLECTION ............................................................................................................... .9 22. ASPHALT MIX DESIGNS ................................................................................................................ .9 23. PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED SPACES .............................................................................................................................................. . 9 24. CONFINED SPACE ENTRY ............................................................................................................ .9 25. ......................................................................................... ENTRY ONTO PRIVATE PROPERTY 10 26. STORAGE AREAS ........................................................................................................................... 10 27. ENVIRONMENTAL PROTECTION PLAN ................................................................................... 10 28. GENERAL LIABILITY INSURANCE .............................................................................................. 12 29. CONSTRUCTION LIEN ACT ......................................................................................................... 12 30. PAYMENT FOR ADJUSTMENT FOR CHANGES IN THE MINISTRY OF TRANSPORTATION'S PERFORMANCE GRADED ASHHALT CEMENT PRICE INDEX .. 12 31. VARIATIONS INTENDER QUANTITIES ..................................................................................... 14 32. REVIEW OF SHOP/WORKING DRAWINGS .............................................................................. 14 33. PROPERTY OWNER'S RELEASE OF PRIVATELY OWNED LAND USED BY THE CONTRACTOR ...........................................:.................................................................................... 15 PAGE ONE SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-18 1. PLAN QUANTITY ITEMS --~ Measurement for payment of the items designated (P) in the itemized bid is by plan quantity, as may be revised by adjusted plan quantity. 2. GUARANTEED MAINTENANCE Section GC7.16 of the General Conditions is revised in that the Contractor shall guarantee and maintain the entire work called for under this Contract for a period of twenty-four (24) months. The Contractor shall make good in a permanent manner, satisfactory to the Authority, any and all defects or deficiencies in the work, both during the construction and during the period of maintenance as aforesaid. The Contractor shall commence repairs on any work identified as defective under this clause within 48 hours of receipt of notice from the Authority or the Contract °- Administrator. The decision of the Authority and the Contract Administrator shall be final as to the necessity for repairs or for any work to be done under this Section. 3. CONTRACT TIME AND LIQUIDATED DAMAGES (1) Time 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 GC 1.06. (2) Progress of the Work and Contract Time The Contractor shall accomplish completion of this Contract as defined in GC1.06 of the General Conditions on or before November 27, 2009. 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. CL2009-18 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 ($1,000.00) as liquidated damages for each and every calendar day's delay in achieving completion of the work beyond the date prescribed. It is agreed that this amount is an estimate of the actual loss or damage to the Authority vvhich will accrue during the period in excess of the prescribed date for completion. The Authority may deduct any amount under this paragraph from any moneys that may be due or payable to the Contractor on any account whatsoever. The liquidated damages payable under this paragraph are in addition to and without prejudice to any other remedy, action or other alternative that may be available to the Authority. 4. CONTRACTOR'S AUTHORIZED REPRESENTATIVE Authorized representative as referenced in GC7.01.10 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 transferor 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. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-18 3. 8. PAYMENTS Except as herein provided, payments under this Contract will be made in accordance with Section GC8.02.03 of the General Conditions. Notwithstanding the provisions of the General Conditions respecting certification and payment, the Authority may withhold 2-1/2 percent of the total value of work performed beyond the expiration of 46 days from the date of publication of the Certificate of Substantial Performance, to enable the Contract Administrator to produce the final detailed statement of the value of all work done and material furnished under the Contract. As a condition of holdback reduction from 10% to 2-1/2%, the Contractor shall supply a Statutory Declaration as defined in GC8.02.03.07.03(b) and advertise the Certificate of Substantial Performance per GC8.02.03.04.03. As a condition of Progress Payment Certificate processing, the Contractor must provide a current WSIB Clearance Certificate 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 GC1.06. 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." SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-18 4. The Authority will be responsible for the relocation of utilities where required. However, no claims will be considered which are based on delays or inconvenience resulting from the relocation not being completed before the start of this Contract. The location and depth of underground utilities shown on the Contract drawings are based on the investigations made by the Authority. It is, however, the Contractor's responsibility to contact the appropriate agencies for further information in regard to the exact location of all utilities, to exercise the necessary care in construction operations and to take such other precautions as are necessary to safeguard the utilities from damage. 10. DUST CONTROL As a part of the work required under Section GC7.06 of the General Conditions, the Contractor shall take such stepsxas may be required to prevent dust nuisance resulting from his operations either within the right-of-way or elsewhere or by public traffic where it is the Contractor's responsibility to maintain a roadway through the work. Where the work requires the sawing of asphalt or the sawing or grinding of concrete, blades and grinders of the wet type shall be used together with sufficient water to prevent the incidence of dust, wherever dust would affect traffic or wherever dust-would be a nuisance to residents of the area where the work is being carried out. The cost of all such preventative measures shall be borne by the Contractor. 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 commencement and shall be in accordance with the latest edition of the "OTM Book 7".. Revisions to the Traffic Control Plan shall be made to reflect ongoing changes on the project as needed and shall be approved by the Contract Administrator. Traffic controls shall be operational before work affecting traffic begins. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-18 5. The Contractor shall also be responsible for six (ti) general information signs to be placed at locations as directed by the Contract Administrator. 13. MAINTENANCE OF TRAFFIC __ The Contractor shall ensure that the road remain open to two-way traffic at the end of each working `~ day. Single lane closures with flagging will be permitted in the immediate work area, with the exception at the structure on Concession Road 7, as noted in the Special Provisions -Tender Items, Item No. C1, Traffic Control. It is understood that implementation of traffic controls will require ongoing review and adjustment to suit construction operations. For work at Enfield Road, the Contractor will be responsible for obtaining a Road Occupancy Permit from the Region of~Durham and for complying with the terms set out in the permit. 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 surtace 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 signage and 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 I responsibility to keep the Police, Fire, Hospital and Ambulance services informed of any changes to the road closure. I 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. CL2009-18 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 A separate field office for the Contract Administrator will not be required on this Contract. The Contractor shall, however, permit the Contract Administrator to make use of his office accommodation and other facilities as required, and at no extra cost to the Authority. 16. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL 6. The requirements of OPSS 180 shall apply to this Contract, revised as follows: .1 Section 180.03, Definitions, shall be amended by the addition of the following: Work area: means the road allowance, right-of-way, and property with a boundary common to the road allowance or right-of-way within the Contract limits. .2 Subsection 180.07.02, Conditions on Management as Disposable Fill, shall be amended by the addition of the following: Recycled hot mix asphalt or excess bituminous pavement shall not be used as trench backfill or bedding. The Contractor shall be responsible for obtaining a copy of applicable Form Nos. OPSF 180-1, OPSF 180-2, OPSF 180-3 and OPSF 180-4 and 180-5 for use where appropriate with respect to disposal of excess material. 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. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-18 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 . ,, s,~._ No Silica No Vinyl Chloride No 7. It is the responsibility of the Contractor to ensure that all sub-contractors performing work under this Contract have received a copy of this specification, where Designated Substances are identified as being present at the site of the work. The Contractor shall comply with the governing Ministry of Labour Regulations respecting protection of workers, removal, handling and disposition of the Designated Substances encountered on this Contract. Prior to commencement of this work, the Contractor shall provide written notification to the Ministry of the Environment at 7 Overlea Boulevard, Toronto, Ontario 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 concerns has been addressed. All costs associated with the removal and disposition of Designated Substances herein identified, shall be deemed to be included in the appropriate tender items. Should a Designated Substance not herein identified be encountered in the work, then management of such substance shall be treated as Extra Work. The requirements of Section GC4.03 of the General Conditions of the Contract shall apply. 18. 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 SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-18 8. 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. 19. PROTECTION OF WATER QUALITY ~- At all times; the Contractor shall maintain existing stream flows and shall control all construction ~ " work so as not to allow sediment or other deleterious materials to enter streams. No waste or surplus organic material including topsoil is to be stored or disposed of within 30 metres of any watercourses. Run-off from excavation piles will not be permitted to drain directly into watercourses but shall be diffused onto vegetative areas a minimum of 30 metres from the watercourse. Where this measure is not sufficient or feasible to control sediment entering the watercourses, sedimentation traps or geotextile coverage will be required. If dewatering is required, the water shall be pumped into a sedimentation pond or diffused onto vegetated areas a minimum of 30 metres from the watercourses and not pumped directly into the watercourses. No machinery shall enter the creek bed of any watercourse. Movement of construction equipment in the vicinity of any creeks shall be limited to the minimum required for construction. The Contractor shall not carry out equipment maintenance or refueling or store fuel containers within 100 metres of any watercourse. The Contractor shall not stockpile construction debris or empty fuel/pesticide containers within the Contract limits. 20. TRAFFIC AND STREET SIGNS The Contractor will be responsible for the removal and salvage of existing traffic and street signs, and their delivery to the Authority's Works Department Yard, for re-erection by the Authority following completion of the work. Scheduling for sign removal shall be as approved in advance by the Contract Administrator. Regulatory signs such as "Stop" and "Yield" must be maintained throughout. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-18 21. GARBAGE COLLECTION 9. 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. 22. 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. 23. PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED SPACES Clause GC7.01.07 of the OPS General Conditions of Contract is amended by the addition of the following: Detailed written procedures addressing the confined space requirements of the Occupational Health and Safety Act and Ontario Regulations for Construction Projects, Ontario Regulation 213/91, shall be clearly posted at the project site and available to all personnel, including the Contractor's workers, ~! Authority staff, Contract Administrator, and Ministry of Labour inspectors. i The procedures must include the rescue procedures to be followed during a rescue or evacuation of al(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. 24. 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) SPECIAL PROVISIONS -GENERAL CONTRACT N0. CL2009-18 '10. • 30 minute self-contained breathing apparatus (need not be worn but, if required, be readily available to supply air for instant egress) • 7 minute Escape Pack • Explosion-proof temporary lighting • Adequate clothing to ensure protection against abrasions and contamination. In addition the Contractor shall provide a competent person who shall inspect all safety equipment prior to use to ensure that it is in good working order and appropriate for the task at hand. 25. 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. 26. 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. 27. 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. • 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. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-18 • 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. 11. • 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. • 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 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 uninterrupted 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 construction/placement 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. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-18 28. GENERAL LIABILITY INSURANCE 12. The Municipality of Clarington, The Regional Municipality of Durham and AECOM Canada Ltd. shall be named as additional insureds. (See Clause GC6.03.02.01) 29. CONSTRUCTION LIEN ACT The Contractor shall give the Authority notice in writing, immediately, of all lien claims or potential lien claims coming to the knowledge of the Contractor or his agents. .When a claim for lien is filed by a Subcontractor, labour or material supplier or equipment renter acting under the Contractor, and proceedings are commenced by the Authority to vacate the lien, the Contractor agrees and shall forthwith pay to the Authority, in addition to their reasonable legal fees therefore, all interest costs and expenses incurred by the Authority and an additional sum equal to -`-ten percent (10%) of the sum found to be owing as liquidated damages, and such remedy shall be in `" addition to any other remedy available to the Authority under the Contract Documents. Where any lien claimant asks from the Authority the production for inspection of the Contract Documents or the state of the accounts between the Authority and the Contractor, the Contractor shall be liable for an administration fee of Two Hundred Dollars ($200.00) for each request made as compensation for the preparation of such accounting or for the preparation of the Contract, or both, as the case may be, and the Contractor acknowledges that such administrative fee shall be properly deductible, if the Authority should so choose, from monies otherwise payable to the Contractor under the terms of the Contract Documents. Where an application is brought to a judge of a competent jurisdiction to compel production of any particular document to a lien claimant, the Contractor further agrees to indemnify the Authority from reasonable legal fees incurred in appearing on such an application and in addition agrees to pay to the Authority its reasonable costs incurred in producing such documents to the extent that the same is made necessary under the disposition of the matter by such judge, and the Contractor further agrees that such reasonable costs and fees incurred by the Authority as stated herein may be properly deductible from monies otherwise payable to the Contractor under the terms of the Contract Documents. 30. 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) performance graded asphalt cement price index unless the Contractor opts out by notifying the Municipality in writing within 5 business days of receiving permission to start work. Once the Contractor has opted out of payment adjustments based on the index, the Contractor will not be permitted to opt back in. The price index will be published monthly by the MTO. The MTO price index will be used to calculate the amount 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. SPECIAL PROVISIONS -GENERAL CONTRACT NO. Ct_2009-18 13. 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 - t, r, 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 =performance graded asphalt cement price index for the month in which tenders were opened for the Contract Ip =performance graded asphalt cement price index for the month in which paving occurs The quantity of new asphalt cement includes all grades of asphalt cement supplied by the - Contractor with and without polymer modifiers. For each month in which a payment adjustment _ ~ has been established, the quantity will be calculated using the hot mix quantity accepted into the Work and its corresponding asphalt cement content as required by the job mix formula except for mixes which contain reclaimed asphalt pavement. For mixes which contain reclaimed asphalt pavement, the quantity of new asphalt cement will be determined from the difference between the asphalt cement content required by the job mix formula and the asphalt cement content of the reclaimed asphalt pavement incorporated into the hot mix, as calculated by the Contract Administrator. For mix containing a liquid anti-stripping additive, the quantity of anti-stripping additive will be deducted from the quantity of new asphalt cement. No other deductions will be made for any other additives. For progress payment purposes, a final adjustment amount will be calculated once all asphalt has been placed. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009.18 14. 31. 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". 32. REVIEW OF SHOPNVORKING DRAWINGS For the portions of the work to be done under this Contract where detail drawings are to be supplied by the Contractor, six (6) copies of same, together with specifications, plus such additional copies as the Contractor and his subcontractors may require, shall be submitted to the Contract ~ Administrator for review. I The Contractor or his Subcontractor shall check and initial all shop drawings before submission to the Contract Administrator so as to intercept and correct any major errors or omissions. Shop i drawings will not be reviewed by the Contract Administrator unless they have been previously checked by the Contractor. The review by the Contract Administrator is for the sole purpose of ascertaining conformance with the general design concept.. This review shall not mean that the Contract Administrator approves the detail design inherent in the shop drawings, responsibility for which shall remain with the Contractor submitting same, and such review shall not relieve the Contractor of his responsibility for errors or omissions in the shop drawings or of his responsibility for meeting all requirements of the Contract Documents. The Contractor is responsible for dimensions to be confirmed and correlated at the job site, for information that pertains solely to fabrication processes or to techniques of construction and installation and for coordination of the work of all subtrades. Work which relates to the shop drawings shall not be carried out before the Contract Administrator's review of the shop drawings is complete. SPECIAL PROVISIONS -GENERAL CONTRACT NO, CL2009-18 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 L1 G 3A6 Re: Contract No. CL2009-18 ... ° - ~~ -~ 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. CL2009-18 SPECIAL PROVISIONS -TENDER ITEMS P:1Dept 1 211 2-2 97 54\8pecs\CL2009-18 - SP-Tl.doc PAGE ONE SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-18 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". GENERAL NOTE Work related to the culvert exfension on Concession Road 6 at approx. STA. 11 + 100, as shown on Drawing No. 4, must be completed by September 30, 2009. CLEARING AND GRUBBING -ITEMS NO. Al AND B1 Payment under this Item shall include clearing and grubbing all trees, stumps and brush to accommodate construction of roadside ditches, as shown on the drawings. The limits of clearing and grubbing work shall be agreed upon with the Contract Administrator prior to commencing the work. Adjacent home owners shall have first right to wood from tree removal, otherwise it shall be disposed of off the site at a location arranged for by the Contractor. In addition to the work required herein and further described under OPSS 201, the Contractor shall remove and dispose of all boulders within the limits of the required clearing and grubbing operation. All boulders encountered under these operations shall be disposed of away from the site at no additional cost to the Municipality. EROSION AND SEDIMENT CONTROL MEASURES -ITEMS NO. A2 AND B2 The Contractor shall supply, install, maintain and remove any erosion or sediment control measures ~, throughout the project limits as directed by the Contract Administrator. IN-PLACE FULL DEPTH RECLAMATION OF BITUMINOUS PAVEMENT AND UNDERLYING GRANULAR -ITEMS NO. A3 AND B3 Included under these Items, are the costs associated with grading, compacting, removal and disposal of excess material in order to meet existing grade elevations where new pavement meets existing pavement. The cost for stripping, removal and disposal of existing organic material on the existing road shoulder/platform is to be included in the Items. REMOVAL OF ASPHALT ON STRUCTURE -ITEM NO, A4 Payment under this item shall include the removal and disposal of asphalt from the bridge deck at approximately Sta. 12+080 on Concession Road 6 and preparation of the bridge deck for the placement of the waterproof membrane. SPECIAL PROVISIONS -TENDER ITEMS 2. CONTRACT N0. CL2009-18 EXCAVATION (GRADING) FOR.CULVERT EXTENSION -ITEM NO. A5 Payment under this Item shall include: • Removal and disposal of material from creek invert and stripping of embankment at culvert on Concession Rd, 6 at approx. Station 11+100. A smooth bucket must be used for all excavation within the creek bed to minimize the disturbance to the native material. The creek banks shall be graded to ensure that water can drain from the adjacent farm fields into the creek. The planted fields shall not be disturbed by the Contractor. EXCAVATE FOR SUBGRADE VERIFICATION (Provisional) -ITEMS NO. A6 AND B4 The unit price for these Items shall include for the following: • Excavation to expose utility or sufficient depth of granular fill required for verification. • Backfill with native material following verification check by Contract Administrator. CULVERTS -ITEMS NO. A8 AND B6 Payment shall be made under these Items for the supply and placing of corrugated culvert pipe. Restoration of entrances shall be paid for under the respective Items for such work. The unit price bid shall include for supply and placing of granular backfill, as required. All CSP material under this Item shall be Aluminized Steel, Type 2. The cross culverts shall also include for the provision of frost tapers including excavating, disposal of excess material and granular backfill. Extension of the 750 mm diameter culvert on Concession Rd. 6 at approx. station 11+100 shall include the connection to the existing culvert using an acceptable corrugated steel pipe coupler and any trimming of the end of the existing culvert that may be required. The Contractor shall ensure that the coupler fits the corrugation of the connecting culvert segments. Concrete shall be placed at the connection between the culvert end and the steel sheeting cut off wall to ensure all gaps are securely plugged. Repairs to ends of existing culverts includes minor excavation as required, trimming of culver end to remove damaged section, supply and installation of extension including acceptable corrugated steel pipe -~ coupler. The Contractor shall ensure that the coupler fits the corrugation of the connecting culvert segments. All culverts shall have a wall thickness of a minimum of 2.0 mm. 100 mm DIAMETER PIPE SUBDRAINS -ITEM NO. A9 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 2.5 m of non-perforated CSP and rodent grates at outlets. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-18 STEEL SHEETING CUT OFF WALLS -ITEM NO. A10 3. Payment shall be made under this Item for the supply and installation of galvanized steel sheeting cut-off _ walls, including the galvanized steel angle, unbalanced channel and appurtenances, as shown on the . drawings. The steel sheeting cut-off walls shall extend a minimum of 1500 mm beyond the sides of the culvert, a minimum of 1500 mm below the invert of the culvert and a minimum of 1350 mm above the invert of the culvert. The steel sheeting cut-off walls and appurtenances shall be hot dipped galvanized in z_ accordance with CAN/CSA G-164. EARTH BORROW FOR CULVERT EXTENSION -ITEM NO. A11 Under this Item and at the unit price bid, the Contractor shall supply, place and compact borrow material at the culvert on Concession Rd. 6 at approx. Station 11+100, in accordance with OPSS 212. Payment will be by truck box measurement. RIP RAP WITH GEOTEXTILE -ITEM NO. A12 The work shall be performed in general compliance with the plans, OPSS 511, and as directed by the Contract Administrator, and shall consist of providing a protective covering of approved rock, on the ditch and gutter outlets as shown on the Contract Drawings. The Contractor shall supply all materials for this Item. Rock shall be an imported quarry material of field stone material; the quality of the rock shall be reviewed by the Contract Administrator. Rock subject to marked deterioration by water or weather will not be accepted. Rock shall fulfill the gradation requirements as follows: Gradation Limits for Rock Protection: 100 % Smaller than 300 mm 50% Larger than 200 mm 80 % Larger than 100 mm _. , Placing shall be done in such a manner that the surface of the finished rock protection shall have a uniform appearance and be without segregation. The rock thickness shall be as shown on the drawings. J The Contract price for the rock protection shall constitute full compensation for the supply of the rock, the supply and placing of a geotextile filter fabric, any excavation or trimming required for the bedding of the rock, the hauling and placing of the rock, and all items incidental to the completion of the work as shown on the Drawings and in accordance with the Specifications. Geotextile for rock protection shall be Terrafix 270R or approved equivalent. The geotextile shall be free of folds and wrinkles. The geotextile shall be joined so that the material laps a minimum of 500 mm and shall be pinned together or as directed by the manufacturer's instructions. Alternatively, the geotextile shall be joined to conform to the seam requirements of OPSS 1860. Geotextile shall be keyed into the bottom of the slope 0.3 m to ensure that soil cannot wash out from under the geotextile. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT N0. CL2009-18 RIVER RUN STONE -ITEM NO. A13 4. The Contract price for this Item shall constitute full compensation for the supply of the rock, any excavation or trimming required for the bedding of the rock, the hauling and placing of the rock, and all items incidental to the completion of the work as shown on the Drawings and in accordance with the Specifications. The work shall be performed in general°compliance with the plans and OPSS 511. The stone protection shall be sound material, of a natural, rounded shape and clear of all fines. 100 mm to 200 mm round stone shall be placed to a depth of 300 mm along the invert of the creek at the culvert extension on Concession Rd. 6 at approx. station 11+100 from the culvert to the limits of grading, approximately 27 m in length CONCRETE CABLE BLOCK -ITEM NO. A14 For the unit price bid, the Contractor shall supply all labour, equipment and material to complete minor excavation, as required to accommodate the installation. Concrete cable block shall be placed on native subgrade, At all cable block-native subgrade interfaces. Enviro-Liner 6030 shall be placed and LP10 geotextile shall be placed over the liner to protect the liner from damage when placing cable block. The liners shall be buried 0.3 m below grade at the top of the embankment.. 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 Enviro-Liner and geotextile shall be supplied by Layfield (Tel: Matt Parsons (905) 761-9123, Ext. 229) or an approved equivalent. The Contractor shall complete installation of Cable Block in conformance with supplier's installation methodology and specification. SUB-EXCAVATION AND RESTORATION WITH 300 mm NEW GRANULAR `B', TYPE 1 (Provisional) - ITEMS NO. A15 AND B7 It is anticipated that the work will include, but not be limited to, the areas noted by hatching on the plans. The limits of sub-excavation will be determined on site by the Contract Administrator and the Soils Consultant. No work shall be performed under this Item without written authorization from the Contract Administrator. in order to determine the limits of sub-excavation, test excavations shall be performed as directed by the Contract Administrator. Performing test excavations shall be paid for under Items No. A6 and 64. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-18 Payment under this Item shall include: • Remove and salvage existing granular material, -~- • Sub-excavate 300 mm and dispose of material off site, • Place salvaged granular material and compact, - Place 300 mm of new Granular `B', Type 1 and compact. Placement of granular'A' will be paid for under Items No. A16 and B9. GEOGRID, TENSAR BX 1100 (Provisional) -ITEM NO. 68 5. Payment shall be made under this Item for the supply and placing of geogrid BX 1100 as manufactured by Terrafix or an approved equivalent, on road subgrade at locations where directed by the Contract Administrator. GRANULAR `A' -ITEMS NO. A16, A24, B9 AND B15 Included under these Items are the supply, placement, and compaction of Granular `A' to 100% of the Standard Proctor maximum dry density. Granular 'A' used in shouldering shall be graded at 6% away from the edge of pavement. This Item shall also include excavating driveway base materials and supplying, placing and compacting Granular'A' to a depth of 150 mm minimum for driveways and driveway aprons. SAWCUTTING ASPHALT PAVEMENT -ITEMS NO. A19 AND B11 Payment shall be made under these Items for the sawcutting of all asphalt at the limits of road construction and driveways. The unit price shall cover sawcutting of asphalt at whatever depth of asphalt is encountered. -~ The Contractor will be responsible for protecting the sawcut edge from damage until paving. Should the sawcut edge be damaged, the Contract Administrator can request that the asphalt be re-cut prior to paving at no additional cost. HOT MIX, H.L.-8 -ITEMS NO. A20 AND B12 HOT MIX, H.L.-3 -ITEMS NO. A21 AND B13 HOT MIX, H.L.-3 -DRIVEWAYS -ITEMS NO. A22 AND B14 The Contractor shall supply all materials required for the proper execution of the paving work in accordance with Municipality of Clarington specifications, OPSS 310 as amended, and at the depths as specified in the Itemized Bid and on the Contract Drawings. Asphalt cement supplied shall be __ performance grade 58-28. The unit price bid shall also include for tack coat where paving over top of asphalt and grinding at fit points not specifically covered off by other Items. Note: When grade dictates partial driveway restoration, the following conditions will apply, unless otherwise directed by the Contract Administrator: SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-18 s. Driveways are to receive new asphalt across width and back as far as directed by the Contract Administrator. Costs for placement of asphalt in driveways are to also include: removal and disposal of existing asphalt, and fine grading of granulars as required. All work under this Item shall be completed by November 13, 2009. ASPHALT GUTTER -ITEM NO. A23 Payment shall be made under this Item for the placing of asphalt in gutters, in accordance with OPSD 601.010 Type `A'. Material placed under this item shall be paid for under Item No. B6, Hot Mix, H.L.-3. GRANULAR SEALING OF SHOULDERS -ITEMS NO. A25 AND B16 Payment under this Item shall include granular sealing of the shoulders in accordance with OPSD 210.070. Material shall be RC-30 or approved equivalent. REPAIR EXISTING ECCENTRIC LOADER -ITEM NO. A26 The existing rail has separated from the wood posts. Work under this Item shall include repairs to existing to meet OPS requirements including all material and equipment as required. REPAIR EXISTING 3 CABLE GUIDE RAIL -ITEMS NO. A27 AND B17 Payment shall be made under this Item for replacing damaged posts, adjusting tension on cable guide rail, and all other work as required to meet OPSS and OPSD specifications. It shall be the Contractor's responsibility to thoroughly inspect the site of the proposed works and satisfy themselves by personal examination of the site as to the actual conditions and requirements of the work. The location of the work under this item is on Concession Road 7 between Holt Road and Old Scugog Road and on Concession Road 6 at the culvert extension. The approximate length of 3 cable guide rail is 780 m. Payment shall be made for each post that is replaced, as approved by the Contract Administrator. STEEL BEAM GUIDE RAIL -ITEM NO. B18 Under this Item and for the unit price bid, the Contractor shall supply all materials, equipment and labour as required for the installation of steel beam guiderail at all locations indicated on the Contract Drawings, in accordance with OPSD 912.130, excluding connection to structure, entrance treatments, and extruder end treatment systems. STEEL BEAM GUIDE RAIL -ENTRANCE TREATMENT -ITEM NO. B19 Under this Item, and far the unit price bid, the Contractor shall supply all materials, equipment and labour as required for the installation of entrance treatment systems, including leaving end treatments, in accordance with OPSD 912.531. For the purpose of measuring the quantity of steal beam guide rail, the entrance treatment will be considered to start at the beginning of radius. SPECIAL PROVISIONS -'TENDER ITEMS CONTRACT NO. CL2009-18 STEEL BEAM GUIDE RAIL -EXTRUDER TERMINAL SYSTEM -ITEM NO. B20 7. Under this Item, and for the unit price bid, the Contractor shall supply all materials, equipment and labour as required for the installation of extruder end treatment systems, including flexible reflective sheeting high intensity markers, in accordance with OPSD 922.532. DITCHING -ITEMS NO. A28 AND B21 The unit price bid shall include for full compensation for all labour, equipment and material necessary to do the work, including provision of traffic control as per OTM Book 7. The location of ditching will be identified on site prior to commencing the work. All surplus graded material shall be disposed of off the site at a location arranged for by the Contractor. Every effort shall be made not to damage tree roots. Should roots be severed, they shall be cut cleanly with sharp pruning tools. PLANT MATERIAL (Provisional) -ITEM NO. B22 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 ahd structurally sound, with straight trunks and leaders intact, and be well and characteristically branched for the species. -Root balls shall not be cracked, broken, or damaged. All plants shall be free of disease, insect infestation, rodent damage, sun scald, frost cracks and other abrasions or scars to the bark. They shall be densely foliated when in leaf and have healthy, well developed root systems. Plant names shall be in conformity with that accepted in the nursery trade. Substitutions for the specified plants will not be accepted unless approved in writing by the Contract - Administrator. The Contract Administrator reserves the right to reject any plant material, whether planted or not, which does not conform to the specifications. Do not remove any labels from plants until they have f 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 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. SPECIAL PROVISIONS -TENDER ITEMS 8. CONTRACT NO. CL2009-18 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 specified. The warranty on replacement plant material shall be extended for a period equal to the original warranty period. Final inspection of all plantings shall be made at the end of the specified warranty period. Stakes and all staking material shall be removed at the end of the warranty period. The Contract Administrator or Owner reserves the right to extend Contractor's warranty responsibilities for an additional year if, at end of initial warranty period, plant condition is not sufficient to ensure future health. TOPSOIL (IMPORTED) -ITEMS NO. A29 AND B23 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. The grading and depth of topsoil shall be approved by the Contract Administrator prior to placing sod. Any sod placed prior to approval of the topsoil shall be deemed to be unacceptable. 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 for growing of turf. A copy of the topsoil testing report prepared by a certified agronomist shall be provided to the Contract Administrator. The report shall document soil fertility levels and identify any deficiencies and how they are to be rectified. Payment for this testing shall be included in payment under the respective topsoil items. If the topsoil does not meet fertility requirements the soils shall be treated with the required amendments as recommended by the topsoil analysis report at no additional cost. SOD (NURSERY, STAKED) -ITEMS N0. A30 AND B24 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 Days". Contractor should note that for the purpose of calculating consecutive Days, the winter dormant period shall be excluded (see Table No. 1, 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% 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. Payment shall be made under this Item for the placement of staked sod, in accordance with OPSD 218.01. Stakes used shall be wooden stakes. The unit price shall also cover removal of stakes upon complete germination, as direct by the Contract Administrator. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-18 ECOBLANKET -ITEMS NO. A31 AND 625 To be installed by: Hermanns Contracting Limited 1510 Hwy. 27 _. Schomberg, ON LOG 1T0 (905) 939-1230 OR Landsource~Organix Ltd. 100 Britannia Road East Milton, Ontario, Canada LOP 1 EO 1 877 548-8558 Web: www.landsourceorganix.com 9. OR Approved Equal. ~ - =. The Contractor shall maintain the surface in a functional condition for a period of one year. Contractor __ shall make periodic inspections of the Ecoblanket for effectiveness and shall immediately correct all deficiencies. Where deficiencies exist, additional material shall be installed immediately to required depth. Method of Measurement: All surfaces shall be measured by the square metre, complete in place. QUALITY ASSURANCE: Performance Measure: All Ecoblanket areas will be inspected to ensure compliance with this specification at the thirty day period following the operation. At the thirty day inspection within the seeded earth area, the surface shall be visually intact and shall form a uniform cohesive mat. Failure to Meet Performance Measure: If the completed work does not meet the Performance Measure after the thirty-day inspection, the areas shall be documented, arid the Contractor shall be notified of those areas, and re-inspected at sixty days. If the completed work does not meet the Performance Measure after the sixty-day inspection, the Contractor shall re-apply the specified materials in accordance with this specification within 14 calendar days of receiving the notification. The Contractor shall maintain the site until conditions permit application or re-application of Ecoblanket. All replaced Ecoblanket shall be subject to the Quality Assurance section of this specification. Only areas disturbed as a result of necessary working operations shall be measured and paid for under this Item. Areas disturbed as a result of negligent or unnecessary operations by the Contractor, shall be restored at the Contractor's expense. 1,0 Description: This work shall consist of furnishing, constructing and maintaining an EcoBlanket (to Rexius specifications. EcoBlanket is a ground cover (surface blanket) of the Rexius specified compost/mulch (Erosion Blend) combined with a special additive (Microblend) constructed with a pneumatic blower to control and reduce soil erosion. An EcoBlanket stabilizes the soil, prevents splash, sheet and rill erosion, and removes suspended soil particles and contaminates from moving off the site and into adjacent waterways or storm conveyance systems. SPECIAL PROVISIONS -TENDER ITEMS 10. CONTRACT NO. CL2009-18 EcoBerm is a water permeable window (berm~of the Rexius specified compost/mulch (Erosion Blend) combined with a special additive (Microblend )constructed with a berm forming machine (BermBuilderTM) and pneumatic blower to control sediment by removing suspended soil particles and contaminants from water moving off of the site and into adjacent waterways or stormwater conveyance systems. 2.0 Material: The EcoBlanket and EcoBerm filtering material consists of the Rexius Erosion Blend of compost and mulch materials, according to the Rexius particle sizing specifications, in combination with the Rexius Microblend additive. Particle size must meet exact specifications of the Rexius EcoBlanket Erosion Blend material and Rexius EcoBerm Erosion Blend material supplied by a certified supplier/installer. The compost portion of EcoBlanket and EcoBerm shall be derived from well-decomposed organic matter source produced by controlled aerobic (biological) decomposition that has been sanitized through the generation of heat and stabilized to the point that it is appropriate for this particular application. Compost material shall be processed through proper thermophilic composting, meeting the Canadian Council of Ministers of the Environment's (CCME) definition for a'process to further reduce pathogens' (PFRP). The compost portion shall meet the chemical, physical and biological properties (as outlined in the chart on reverse). These and all other required properties for the performance of the EcoBlanket are included in the Rexius EcoBlanket Manufacture Guidelines followed by certified suppliers/installers. Rexius Microblend additive shall be injected into Erosion Blend material at time of EcoBlanket and EcoBerm construction. A proof of certification as an EcoBlanket/EcoBerm supplier shall be submitted to the Engineer/Landscape Architect for approval prior to installation. Test results for EcoBlanket and EcoBerm performance shall be made available upon request. Erosion Blend Material must meet Rexius' minimum specification requirements for seeding purposes. 3.0 Construction: The EcoBlanket shall be placed as shown on the plans or as directed by the Engineer. On areas with a slope of 2:1 or less, the EcoBlanket shall be uniformly applied directly at the soil surface with a pneumatic blower as specified by Rexius. EcoBlanket shall be applied at a depth of 50 mm and approximately 90 cm over the top of the slope, or overlap it into existing vegetation. For EcoBlanket, Rexius Microblend shall be applied/injected at a minimum rate of 615 kgs per hectare (or as specified by Rexius), to be confirmed by inspector/project manager. EcoBlanket application depth may be modified based on specific site (e.g., soil characteristics, existing vegetation) and climate conditions, as well as particular project related requirements, Erosion blend material will be injected with seed during application. Seed Mix shalt be Standard Roadside Mix as specified in Table 1 of OPSS No. 572. The compost /mulch component shall abide by the minimum standards set by Rexius for seeding. Do not use EcoBlankets in areas of concentrated flow (ie. ditches, streams, etc.). Unless otherwise allowed by Engineer, seeding shall be performed within the local region's seeding deadlines. 4.0 Maintenance: The Contractor shall maintain the EcoBlanket and EcoBerm in a functional condition at all times. Contractor shall make periodic inspections of the EcoBlanket and EcoBerm for effectiveness and shall immediately correct all deficiencies. Where deficiencies exist, additional EcoBlanket and EcoBerm material shall be installed immediately to required depth. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-18 5.0 Performance: 11. Place EcoBlanket on denuded areas immediately or as directed by Engineer. Seed shall be applied as indicated on the Contract Drawings for additional erosion and sediment control. The work specified in the Section consists of designing, providing, and maintaining erosion and sedimentation controls as necessary. All existing and foreseeable future conditions that affect the work inside and outside the site limits must be acknowledged as the Contractor's responsibility., Contractor is responsible for providing effective sediment control measures based on performance. Contractor may, with approval from the Engineer, work outside the minimum construction requirements to establish a working erosion control system. PAVEMENT MARKINGS -DURABLE -ITEMS NO. A32 AND B26 Durable line pavement markings shall be screed applied thermoplastic type. TRAFFIC CONTROL -ITEM NO, C1 Under this Item and for the Contract price the Contractor shall provide the necessary traffic control and signage, including installation of dead end barricades at the bridge location. Subject first to the approval by the Council of the Municipality of Clarington of the temporary road closing and the passing of the applicable Road Closure By-law, the Contractor will be permitted to close the roadway to vehicular and pedestrian traffic at the structure site for a period up to a maximum of eight (8) weeks or as in accordance with the approved Road Closure Bylaw. At all other times the Contractor shall maintain one lane of vehicular traffic during working hours and two lanes of vehicular traffic during non- working hours. Traffic shall be under the control of Traffic Control Persons during all traffic restrictions, _ except for approved full road closures. Prior to commencement of the work, the Contractor shall prepare and submit a traffic management plan to the Owner at the pre-construction meeting for approval. The Contractor shall maintain the local roads through the duration of the contract free of mud, dust, debris, potholes, etc. caused by the work. The Contractor shall maintain at all time safe vehicular access to local residences for the duration of the contract. All work necessary to ensure vehicular access to local residences shall be the responsibility of the Contractor at no additional cost to the Owner. A Road Closure Permit is required for this contract and shall be obtained by the Contractor from the Public Works Department. The Contractor shall supply and maintain all traffic control signing in accordance with OPSS 543, and the Occupational Health and Safety Act (OHSA). The Contractor shall conform to the Ontario Traffic Manual Book 7, Ministry of Transportation of Ontario The Contractor shall be responsible for ensuring that the surface treatment is not damaged by vehicular traffic. SPECIAL PROVISIONS -TENDER ITEMS 12. CONTRACT NO. CL2009-18 Dead End Barricades Temporary dead end barricades and signage shall be provided and installed by the Contractor at his expense to clearly indicate the closure of Concession Road 7 at the bridge location in accordance with the approved-Traffic Management Plan. The Municipality shall provide advanced warning signage of the road closure. The Contractor shall supply and install route detour signage at his expense to redirect traffic to the approved alternate routes. Payment Payment on a lump sum basis under this item shall be full compensation for all labour, equipment and material required for traffic control, including the supply, installation and removal of temporary dead end barricades and route detour signage as described above. Payment will be made under this Item for 6 general information signs as noted in the Special Provisions - General, Clause 12. REMOVAL AND DISPOSAL OF EXISTING STRUCTURE -ITEM NO. C2 Under this Item and for the Contract price, the Contractor shall: Remove and dispose of the concrete deck, portion of the concrete ballast walls, wingwalls and abutments, including all sawcutting at the limits of removal, to accommodate the modification of the structure, as shown on the drawings and as directed by the Contract Administrator. The Contractor is advised that the existing deck shear connectors are to remain. Any damage to the existing shear connectors shall be replaced at the Contractor's expense to the complete satisfaction of the Contract Administrator. 2. Removal and disposal of existing expansion joint assemblies. 3. Removal and disposal of the existing concrete parapet walls and end posts, including sawcutting at the limits of removal. 4. Remove, salvage and reinstallation of the steel handrails at the Concession Road 7 Bridge site, as directed by the Contract Administrator. 5. Remove, salvage and reinstallation of steel beam guide rail panels connected to the existing concrete end posts, as required and as directed by the Contract Administrator. 6. Removal and disposal of existing concrete curbs, as shown on the drawings and as directed by the Contract Administrator. Prior to removal, the Contractor shall confirm that the existing ducts are empty. 7. Removal, salvage and reinstallation of bridge plaques, as shown on the drawings, and as directed by the Contract Administrator. 8. Perform all excavation required to accommodate the works, except as provided under the other Items of this. Contract, as shown on the. Drawings and as directed by the Contract Administrator. Any over excavation shall be backfilled with Granular 'A' material and compacted at the Contractors expense and as directed by the Contract Administrator. 9. Removal and disposal of existing bearing pads, etc. to accommodate the new bearing pads at Concession Road 7 Bridge, as shown on the drawings and as directed by the Contract Administrator. SPECIAL PROVISIONS -TENDER ITEMS 13. CONTRACT NO. CL2009-18 10. All removals not provided for under other Items of this Contract. Under this Item and for the Contract price, the Contractor shall field cut and remove, or retain, clean and - bend existing reinforcing steel, as shown on the Drawings and as directed by the Contract Administrator. Care shall be taken not to damage, cut or loosen existing reinforcing bars exposed by the Contractor's operations. The exposed reinforcement shall be cleaned of all scale and corrosion deposits by chipping and abrasive blast cleaning. The Contractor shall adjust and bend the existing reinforcement where required to accommodate new concrete. The Contractor shall take all necessary care not to damage the steel girders, diaphragms, etc. below the deck slab. Hoe-ram shall not be used to remove concrete from the deck. The proposed procedure for sawcutting of concrete shall be submitted to the Contract Administrator for review as required elsewhere in the specifications. Hammers used for removal of concrete and/or within 100 mm of the precast girders or diaphragms and concrete to remain in place shall be restricted as~follows: i) General removal shall be done using a hammer with a maximum mass of 14 kg. ii) Removal of concrete from around the reinforcing steel and shear connectors adjacent to the precast girders, diaphragms, etc. using a chipping hammer with a mass of 7 kg. The Contractor shall take all necessary precautions to prevent any debris from falling into the river. The Contractor shall observe all safety laws and regulations in carrying out the work of this item. Any damage caused to the existing structure as a result of the Contractor's operations shall be repaired by the Contractor at his own expense and to the complete satisfaction of the Contract Administrator. All removals from the existing structure, except as specifically noted, shall remain the property of the Contractor to be disposed of by the Contractor off the limits of the Contract, at a location arranged for by the Contractor at his own expense and to the satisfaction of the Contract Administrator. When hauling rubble, excavated materials or fill from or to the site, the Contractor shall comply with the requirements of the Highway Traffic Act. Blasting will not be permitted for any work under these Items. Work under these Items shall not commence without prior approval in writing from the Contract Administrator. SUBDRAINS -ITEM NO. C3 Under these items and for the Contract unit prices, 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 of the Contract Administrator: 1. Supply and install 150 mm dia. perforated and non-perforated (through the wingwalls only) plain galvanized CSP with 1.3 mm wall thickness, including fittings, couplings, bends, caps, etc., behind the abutments, as shown on the Drawings and as directed by the Contract Administrator. Perforated subdrain shall be wrapped with filter cloth conforming to the requirements of OPSS 1860, Class 1. 2. Supply and install Armtec CSP-10012 or reviewed equivalent rodent grates at all subdrain outfalls. 3. Supply and installation of crushed stone around subdrain pipe with a minimum 50 mm bedding. Ensure subdrain pipe is not allowed to float out of position. Crushed stone shall be wrapped in SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-18 geotextile. 14. 4. Core drill through the concrete wingwalls and grout in pipe inserts in accordance with OPSD 3102.100. 5. The supply and placement of the steel pipe sleeves through the wingwalls and abutment cleats to accommodate the CSP subdrain pipes, STEEL BEAM GUIDE RAIL -ITEM NO. C4 Under this Item and for the Contract unit price, the Contractor shall supply all labour, equipment and materials required to connect the existing guide rail and channel to the new concrete end posts, including any required modifications to the existing guide rail and channel, in accordance with the Contract Drawings and to the satisfaction of the Contract Administrator. DOWELS INTO CONCRETE -ITEM NO. C5 The Contractor shall supply all labour, equipment and materials required to supply and install dowels into concrete, as shown on the Drawings and as directed by the Contract Administrator. Payment for these Items at the Contract unit prices shall include: a) Core drilling into the existing concrete and grouting in dowels as shown on the Drawings. b) Supply and installation of all reinforcing steel bars. Grout shall be the Hilti HIT HY-150 Adhesive System, or approved equal, and shall be used in accordance with the manufacturer's recommendations and as directed by the Contract Administrator. The .holes shall be pre-dampened for a period of one hour and free water shall be removed prior to application of the grout. The holes shall be free of dust and debris immediately prior to placement of the anchoring agent. When the anchoring agent fails to fill the hole after insertion of the dowel, additional anchoring agent shall be added to fill the hole. Holes that are started but not complete because reinforcing steel is encountered shall be cleaned and filled with an approved patching material. All debris resulting from the operation shall be disposed of as specified elsewhere in the Contract. CONCRETE IN SUBSTRUCTURE -ITEM NO. C6 All concrete shall be cured by wet burlap. Payment for this Item at the Contract price shall include: 1. Supply and installation of all joint filler, flexcell, caulking, expanded polystyrene, Evazote, etc., and similar items as indicated on the Drawings, and as required to complete the structure. 2. Concrete in ballast walls and cleats. ~- 3. Concrete in wingwall caps, 4. Supply and installation of the 15 mm elastomeric seating pads on the top of the ballast walls as l SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-18 shown on the Drawings. 5. Preparation of existing concrete surfaces against which new concrete is to be placed. 15. 6. Supply and installation of all reinforcing steel bars. 7. Field cutting, bending and abrasive blast cleaning of all existing reinforcing steel to be left in place and as directed by the Contract Administrator. CONCRETE IN DECK -ITEM NO. C7 All concrete shall be cured by wet burlap. Payment for this Item at the Contract price shall include: 1. Supply of all styrofoam, flexcell, expanded• polystyrene, P.V.C. waterstops, caulking, evazote, etc, as required to complete the structure. 2. Preparation of existing concrete surfaces against which new concrete is to be placed. 3. Concrete in deck. 4. Supply and installation of reinforcing steel. 5. Field cutting, bending and abrasive blast cleaning of all existing reinforcing steel to be left in place, as shown on the drawings and as directed by the Contract Administrator. CONCRETE IN APPROACH SLABS -ITEM NO. C8 All concrete shall be cured by wet burlap. Payment for these Items at the Contract prices shall include: 1. Supply of all styrofoam, flexcell, expanded polystyrene, P.V.C. waterstops, caulking, evazote, etc. as required to complete the structure. 2. Concrete in approach slabs. 3. Supply and installation of all reinforcing steel as required to construct the concrete approach slabs at the abutments. 4. New Evazote seals, expanded polystyrene and fibreboard for expansion joints between approach slabs and wingwalls. Prior to placing concrete in the approach slabs, the Contractor shall provide and lay a polyethylene film moisture vapour barrier over the full width between the side forms. Joints in the polyethylene shall be lapped at least 100 mm and it shall be maintained in an undisturbed condition throughout concrete placement. The polyethylene film shall have a thickness of at least 50 µm and shall otherwise meet the requirements of OPSS 1305. Elastomeric Seating Pads The last paragraph of Subsection 904.05.11 is deleted and replaced by the following: SPECIAL PROVISIONS -TENDER ITEMS 16. CONTRACT NO. CL2009-18 Elastomeric seating pads used for approach slabs shall conform to the requirements of OPSS 1202, except that the hardness of the elastomer shall be 60±5 Shore A. CONCRETE IN PARAPET WALLS -ITEM N0. C9 All concrete shall be cured by wet burlap. Payment for these Items at the Contract prices shall include: 1. Supply and installation of all joint filler, flexcell, caulking, expanded polystyrene, Evazote, etc., and similar items as indicated on the Drawings, and as required to complete the structure. 2. Supply and installation of anchorages for the guide rails and handrails as shown on the Drawings. 3. Concrete in parapet walls. 4. Supply and installation of reinforcing steel. CONCRETE -ITEMS NO. Cti, C7, C8, C9, and C13 Curing of Concrete Clause 904.07.03.05.01 of OPSS 904 is deleted and replaced with the following: "All unformed and slip formed surfaces shall be cured by burlap and water curing method only". Shipping of Concrete Test Cylinders In addition to the requirements of OPSS 904.10, payment for this Item will include compensation for shipping concrete test cylinders to the location designated by the Contract Administrator. Aggregate Sources Only those sources listed on the Aggregate Sources List for concrete shall be used; sources that are not shown on this list may be accepted by the Contract Administrator after samples have been tested and have met the current physical requirements and the alkali reactivity requirements of OPSS 1002. Reinforcing Steel The Contractor shall submit shop Drawings to the Contract Administrator, for review, as required elsewhere in the Specifications. Fabrication shall not commence until the shop Drawings have been reviewed. Payment for reinforcing steel is included in this item and no separate payment will be made. Payment for the above Items, shall be full compensation for all labour, materials and equipment necessary to complete the work including coring as specified. CONCRETE PATCHES, PROPRIETARY PRODUCT -ITEM NO. C14 Under this Item and for the Contract unit price, the Contractor shall supply all labour, equipment and materials required to restore the concrete precast girders in accordance with the Contract Drawings and to the satisfaction of the Contract Administrator. SPECIAL PROVISIONS -TENDER ITEMS 17. CONTRACT NO. CL2009-18 Payment at the Contract unit price shall include the following work as directed by the Contract Administrator: a) Priming the concrete surfaces with a_thin, even coating of the liquid component of the Sikatop 123 - Plus Gel Mortar, or approved equal. The priming coat shall be applied to a damp surface and shall be brushed onto the existing concrete surface immediately before the Repair Mortar is applied. Any area of - prime coat which is allowed to dry before the Repair Mortar is placed shall be removed by mechanical means and a fresh prime coat applied. b) The supply and application of the Sikatop 123 Plus Gel Mortar, or approved equal, in 13 mm maximum thickness layers to the spalled concrete surfaces in accordance with the manufacturer's recommendations. The Sikatop 123 Plus Gel Mortar shall. be used within its pot life as recommended by the manufacturer, and during this time the mortar shall be continuously remixed. Tempering of the mortar with thinning solvent will not be permitted. -~ Measurement for payment shall be made on the basis of the number of litres of the Sikatop 123 Plus Gel -- Mortar, or approved equal, obtained after mixing Components A and B, and incorporated in the restoration of the concrete surfaces, as directed by the Contract Administrator. JACKING -ITEM NO. C17 This special provision covers the requirements for jacking the bridge to facilitate the replacement of the abutment bearings and the repair of the precast concrete girders. Submission and Design Requirements Section 922.04 of OPSS 922 is amended by the addition of the following: The submission for the jacking operation and the temporary supports shall conform to subsection 922.04.01 of OPSS 922 and shall bear the seal and signature of a Professional Engineer who is licensed by the Association of Professional Engineers of Ontario. Jacking shall be arranged in such a manner that the total lift and lifting force at each jack can be individually monitored and controlled. Equipment and Materials Section 922.05 of OPSS 922 is amended by the addition of the following: All equipment and materials required for temporary supports shall be in accordance with OPSS 919 and the contract. The temporary supports shall be designed to safely withstand the total loads shown on the drawings. Jacks used shall be of sufficient capacity. Loads shall be distributed to the concrete surface so that local overloading is prevented. All jacks shall be connected to a common manifold and monitoring device. Current calibration certificates shall be provided to the Authority for all gauges. The Contractor is advised that the forces required to lift the girders may be greater than the theoretical load given on the drawings. The Contractor shall supply jack capacity of 150% of the theoretical loads shown. SPECIAL PROVISIONS -TENDER ITEMS 18. CONTRACT NO. CL2009-18 Construction Section 922.07 Of OPSS922 is amended by the addition of the following: The sequence of construction shall conform to the sequence given on the contract drawings. Clause 922.07.02 of OPSS 922 is amended by the addition of the following: Rehabilitation work related to bearings and girders at bearing .locations shall be carried out immediately after the structure has been jacked and temporarily supported. After the rehabilitation work is completed, the superstructure shall be lowered onto the bearings. The bearings shall have uniform and full contact at the top and bottom. If any of the bearings are not properly seated, the bridge shall be jacked up again and remedial work performed until all bearings have full contact and the superstructure is uniformly supported. Such remedial work as is necessary shall be done at the Contractor's expense. Clause 922.07.08 of OPSS 922 is amended by the addition of the following: Jacking operations shall be carried out under the direct supervision of qualified personnel with previous jacking experience. The lifting and lowering shall be carried out in one uniform, synchronized jacking operation. At no time during jaekirig operations shall the difference between any jacking point be more than 3 mm. The total lift shall not exceed 13 mm. Excess material resulting from the performance of the work required under this special provision shall be removed and managed as specified elsewhere in the Contract. Basis of Payment Payment at the contract price for the above tender item shall be full compensation for all labour, equipment and materials to do the work. BEARINGS -ITEM NO. C18 The Contractor shall supply all labour, equipment and materials required to supply and install the new bearing pads, as shown on the Drawings and as directed by the Contract Administrator. Bridge bearing pads shall be plain elastomeric bearings, meeting the material requirements of OPSS 1202, and the structural requirements indicated on the drawings, and in accordance with the manufacturer's recommendations. All bearing pads shall be supplied by the Contractor. Alternative types of bearing pads may be used provided they are approved in writing by the Contract Administrator, prior to submission of tenders. ACCESS AND PROTECTION -ITEM NO. C19 Under this item the Contractor shall provide safe and adequate access, scaffolding, work platforms and containment systems, in order to carry out all the required work in accordance with OPSS 538 and 539. Provide containment system(s) to contain all construction debris such as dust, pieces of concrete, slurry etc. from an operation of work in the performance of this contract from entering the stream and waterway below. SPECIAL PROVISIONS -TENDER ITEMS 19. CONTRACT NO. CL2009-18 Payment at the contract price for the above tender Item, shall be full compensation for all labour, equipment and materials to do the work. ROCK PROTECTION - ITEM IVO. C20 The work shall be performed in general compliance with the plans, OPSS 511, and as directed by the Contract Administrator, and shall consist of providing a protective covering of approved rock on the streambanks and approach embankments as shown on the Drawings. The total plan area of rock protection under this Item is approx. 56 m? The Contractor shall supply al! materials for this Item. Rock shall be an imported quarry or field stone material; the quality of the rock shall be reviewed by the Contract Administrafor. Rock subject to marked deterioration by water or weather will not be accepted. Rock shall fulfill the gradation requirements of RTAC Class 7 as follows: Graduation Limits for Rock Protection 100% Smaller than 450 mm 80% Smaller than 350 mm 50% Smaller than 300 mm 20% Smaller than 200 mm 0% Smaller than 75 mm Placing shall be done in such a manner that the surface of the finished rock protection shall have a uniform appearance and be withouf segregation. The rock thickness shall be as shown on the drawings. The Contract price for the rock protection shall constitute full compensation for the supply of the rock, the supply and placing of a geotextile filter fabric, any excavation or trimming required for the bedding of the rock, the hauling and placing of the rock, and all items incidental to the completion of the work as shown on the Drawings and in accordance with the Specifications. The geotextile for the rock protection shall conform to OPSS 1860 and shall be Class 11 non-woven type, as shown on the drawings. The geotextile shall be free of folds and wrinkles. The geotextile shall be joined so that the - material laps a minimum of 500 mm and shall be pinned together or as directed by the manufacfurer's instructions. Alternatively, the geotextile shall be joined to conform to the seam requirements of OPSS 1860.° ASPHALT CEMENT PRICE ADJUSTMENT (Provisional) -ITEM NO. D1 Payment shall be made under this. Item for payment adjustment for asphalt cement placed in the Contract in accordance with Clause No. 30 of the Special Provisions -General. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-18 BONDS, INSURANCE AND MAINTENANCE SECURITY -ITEM NO. D2 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. 20. I l CORPORi~'TION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-18 DESIGN GUIDELINES SECTION 900 INSPECTION/CONSTRUCTION ~' I®1Y 900 I1YS7'ECTI®N TE DNS UC7701Y 36 ~~ ~.a c~ 1.41 1 here guideiDnes arc to be use in ~njon ~~ ~ndi6ons set out in the Subdivision Agreement, in particular Schedule "I"--Dudes ®f Ovvne~s ' ~ .Schedule "L"-Regulations foe~Construdion. 1.02 The Owner's Consulting Engineer shall provide full-tinge inspection and supervision of all Works. - 1.03 The Consulting Engineer shall take extensive pr+econshuction photos of sumorwding lands, and shall provide dated/describedtopies of such photographs to the Municipality. 1.04 Constru . ~~ coon sites are to be maintained to prevent unnecessary ponding of water. i 1.05 Prior ~ to requesting the inspections (or reins Consulting Engineer shall veri the ro ~O°s) from the Municipality, We f?' p pet' completion of the Works, and submit a written request. 1.06 All equipment, materials and methods involved in trench backfill, 6llirrg, granulars, concrete and asphalt shall be monitored and Certified as acceptable by the owner's Geotechnical Engineer (see attached form). Unless noted otherwise, the term "compacted" shall mean 95%. Standard Proctor or higher.(native materials) and 98% Standard Proctor yr higher (granular materials). Such certification shall be in a form acceptable to the Director and shall include all supporting documentation and test results. Mix designs for concrete and asphalt shall be obtained and approved by the Geotechnical Engineer. The Geotechnical Engineer shall ensure that the type, frequent},, location and results of all tests is sufficient to ensure certification. Furthermore, the Geotechnical Engineer shall ensure all results for a given stage of construction are acceptable prior to commencing the next stage of construction. 2.0 S'I'OR.M SEWERS 2.41 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 siotm sewers shall be continually monitored for adherence to proper bedding, pipe laying, backfilling and. compaction procedures. All storm sewers, catchbasins and manholes shall be constructed true to line and grade. Street catchbasins .are to be installed in precise alignment with curb lines, and no tolerances will be permitted. Rear yard catchbasins shall be accurately surveyed and verified by the Consulting Engineer for correct location prior to the issuance of a Certificate of Completion. The precast tops of manholes and catcfibasins shall be checked for excess brickwork prior to roadbuilding. INSI~ECTIN, MATE AND C®1~(STRUCTI1~ 37 { . 2.U3 Trench widths shat( be kept at a minimum, while provrding Proper widths to enable mechanical compaction. All taertching must adhere to Ministry of Labour roquir~erneuts. 2.04 Manholes are to be backfilled with compacted sand, extending mia 1.0 m farm the outside face of the structure. (Catchbasins mia. 30lMrm from the face of the )• . 2.05 House cowtections shall extend 1.5 m into the lots and be lu od with removable plugs. Budding shall be as ved p ~ approved manufactured for pipes 450aun diameter and caller, oor+ad (on s~ ire) iff 525mm diametex or lazger, and dull be secure and watertight. The invert of all tees shall be located above the springline of the sewer main and shall be a minimum of 600mm from We nearest adjacent tee or joint, unless approved otherwise. 2.06 Concrete pipes into/out of manholes shall be concrete cradled precisely to the first joint. 2.07 All storm sewers, including street and rear yard catchbasin leads (and individual service laterals where directed), shalt be inspected using approved high quality video recording equipment and procedures. The inspection shall be carded out in a manner acceptable to the Municipality and all video tapes shall be submitted to the Municipality for review and permanent storage. Video re-inspections may also be requested. 2.08 In5ltration shall not be permitted into the stone sewer system. All leaks shall be investigated to determine their source and shat( be corrected to the satisfaction of the Municipality. 2.09 Pipes which have failed in any mariner, including cracking (0.3mm design loading cracks excepted), exposed reinforcing or other defects, shall rte removed and replaced to the satisfaction of the Director. No repairs shall be undertaken without the consent and the direct supervision of the Municipality. 3.0 BACKFII.LQYG GRADING AND GRANULAR ROAD BASE 3.01 Backfill containing organic or frozen material, or excessively moist material which cannot support conventional compaction equipment, shall be deemed unsuitable and shat! not be used. The initial lift of native backfill shall not exceed 1.0 m in depth above the compacted sand cover over lire storm sewer and each additional lift shall be placed in layers not exceeding 300mm loose measurement unless ( pre-authorized by the Geotechnical Engineer). Each lift shall be compacted until it has achieved the specified density before any additional lifts are placed. 3.02 Backfilling operations shall follow pipe installation as closely as possible and be limited to 75 metres of open trench maximum. 1l 1rJl"El. l d ®d 9' 1 ~ 1~ L®! ~~ V 1. ! l ®~ 3.04 The Consulting Engineer shall ensure that the sub grade is fine graded to the correct width, and that the minimum 3•/. crnssfall is consistently maintaurcd, wilt no longitudinal ruts permitted. The Geotcchnical Fanginear shall to measure`s to assess the suitablli of the su ~ y appropriate testing h' bgrade, including proof-rolling, and shall make appropriate recommendations to the Consulting ' ~ Municipality. Whenever possible, localized soft areas in the subgrade shall be replaced wiW suitable native material, not graaulaz material. When additional granulars must be used, they should be considered on a street by street basis. Subdrains must then be lowered accordmgly, and 10~ 1 frost tapers must be provided. _ ^ 3.05 Subdrains shall be installed only after the subgrade has been proof-rolled and the road structure has been finalized. Subdrains shall be installed true to line and grade, in a trench condition, and shall be backfilled with approved granular material having aggregates not exceeding 19mm. All subdtains shall be supplied with a filter sock 3•~ The Geotechnical Engineer shall confirm (in a form acceptable to the Municipality) the acceptability of each stage of roadbuilding prior to subsequent stages commencing. ' Subsequent stages of road construction shall not proceed without approval from Municipal staff. 3.07 After base curbs are installed, ail 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 Granulaz material shall be tested in accordance with the latest O.P.S.S. specifications. Material shall be tested at the pit and also as it arrives on site. Material not confomring to the specifications shall be rejected and removed firom site. 4•® CONCRETE W®t31CS 4.01 Concrete to be supplied by M_T_O. approved sources only. All concrete shall be monitored and ail applicable tests (compressive strength, stump, air entrainment, etc.) shall be carried out by the Geotechnica( Engineer as specified in accordance with the ~, applicable OPSS and ASTM specifications_ Any material not meeting specifications shall be rejected immediately_ 4.02 All concrete !o be placed as per the Municipality'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 i, IIYSFE ®N, TE ~ CONSTRUCTI®1Y-39 smaller cracks seat contraction joints in curbs wiU regains removal and t of that section of catab. Sidewalks with distinct cracks will also a~oquire repl 4.03 Curing be getiec+ously applied to all exposod ooatcrete surfaces, mg~tdless of ambient t or season, betwoett 1 and 2 hours of fiatishing. 4.04 .All curbs to be placed using approved curb machines.. Excess cotterde formed during curb machine placement shall be pmtttptly trimmed and rcmoved prior to setting. 'itre minimum length of curb to be removed and replaced shall be t.5 m. No concrete patch repairs shall be permitted. 4.05 Prior to placement of top curb, base curb shall be cleaned and then inspected by Municipal stag: Base cwb and stimtps shall be repaired andlor replaced as directed. 4.06 The depth of top curb at the edge of pavement shall not be less than 100mm and shall be continually verifiod by the Consulting Engineer. 4.07 Immediately prior to the placement of top curb or sidewalk, the existing surface shall be dampened with water to prevent leaching of moisture from the fresh concrete. 4.08 Driveways to be as per approved house siting plans, with minimum widths of 4.6m for single detached homes. 5.0 ASPHALT PAVEII~NT 5.01 All asphalt pavement materials shall be supplied by MTO approved sources, in accordance with OPSS 310, 1003 and 1150 (latest revisions thereof). MarshalUextractionldensity 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 sties, Quality ControUQuality Assurance procedures and testing Gequencies. As such, several OPSS specifications are not appropriate for Municipal use and shall not apply, as determined in the sole discretion of the Director. Since current testing methods do not enable.ongoing monitoring (and therefore corrective 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' test results permitted. Any reference to `borderline' or to taking `immediate corrective action' based on notification of laboratory test results shall be deleted and the product deemed unacceptable. Ie_ OPSS D310.08.04.02 which permits air voids beyond acceptable limits, provided the contractor takes `immediate corrective action' 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 discretion of the Director, provided such amount is calculated by the Consulting Engineer, and alt parties are in agreement. a8~~ d V9 1di /'L'am l~®1~l7LLlV®~---+~ 1 5.02 Privr to placing surface asphah, base asphalt shall be swept clean of all dirt, dust. Areas of base t shall be rerrwved and sawcut at all exs. The use of a Geo-Grid oar a va«ticai directed by the M ~ ~'° equivalent may also be unicipal'ty. Low areas shall be padded to ensure a surface mart of uniform darkness. 5.03 Each manlwle is to be precisely raised to final grade, and verified by the Developer's Consulting Engirxer and Municipal staff. 5.04 Tack coat shalll be applied just prior to surface paving operations and shall be allowed to dry until it is in a proper condition of tackiness. 'pre length of roadway prepared shall be limited to the immediate paving section, to reduce haclang. It shall be event the rate of 0.41itr~eslsq. m taking care not tv Y aPPh~ at surfaces.- ~Y curbs, sidewalks or any other adjacent 5.05 Driveway paving shall be fully inspected and verified for depths of stone and asphalt, and the compaction thereof, and ensuring that asphalt is at a sufficient temperature for placement. HL3A (HI,3~ will not be permitted, except in special cases with the approval of the Director Crowning or rounding of the limestone will not be permitted. Materials testing may be required for driveway apron gravel and asphalt, as directed_ 6.0 TOPSOQ,, SODDING AND SEEDING 6.01 All areas requiring sod shall first be fine graded, inspected by the Consulting Engineer, then prepared with IOOnun of good quality topsoil. Topsoil and sodding~shall meet the requirements of OPSS 570 and 571, in addition to meeting any additional requirements set out in these specifications. Boulevards shall have 2% positive drainage toward the curb and shall be fully sodded, except in areas covered by driveway aprons or sidewalk_ 6.02 All topsoil shall be liee from native till or clay, roots, vegetation, weeds or debris, stones ~ and clods over SOmm in diameter. Imported topsoil, if r air eq ed, shall be fertile, loamy, screened material of a quality acceptable to the Director (containing approximately 4% organic matter for clay looms and 2% minimum organic matter for sandy foams with acidity range of 6.0 PH). Topsoil infested by the seeds of noxious weeds will not be acceptable. 6.03 All sod shat( meet the requirements of Ontario Sod Grower's Association No. I Bluegrass Fescue Nursery sod. The sod shall be taken 6rom good loamy soil and shall be healthy, well permeated with roots, have uniform texture and appearance and be free from weeds. Sod must be laid within thirty-six (36) hours of being cut. Care must be taken during its transportation and placement to prevent any drying out. Sod shall match flush with all adjacent surfaces and shall have no open gaps, overlapping edges or uneven joints. Where adjacent or fronting lands have already been sodded, care must be taken to ensure INSPEC`TI4N, MATE1tIALSAIV,D C®NS rJ 1V--~~1 t . drainage ~ m~ained and a smooth transition is achieved On sl sod shall be staked as roquirod. open 3:1 and steeper, 6.44 Laid sod shall be immediately mlled to produce an even sau'face a~ wat ' COmtnence immodiatel after and ~ shall Y shall continue on a regular basis until healWy roots are well establisLod and permit, if ~ fails to establish ' rem°ved ~ replaced No attempt shall be made to to ~0~e~' it shag be through continual watering, unless tiY re-GStablish weak/dead sod ~ entire work specific permission is granted by the Diledor. ~ i ~aII be done in a thoroughly a'otlwanlikc mamkr with an even surfacc, and professional m ~, pny ~ deemed unfit b We moved from site and replaced. In this Y Director shall be immediately ~ to communicate with residents re g ~~" it is in the best interest of the contractor g~ the needs of newt laid sod over the first year. 6.05 Where approved by the Munici aG h ~ ~ provided that it conforms to the Ontario prmovilncia~l Standar dd Specification No57~2. o~ I ~_ CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-18 STANDARD DRAWINGS P:\Dept 12\12-29754\Specs\CL2009-18 - StandDraw.doc '' PAGE ONE STANDARD DRAWINGS CONTRACT NO. CL2009-18 STANDARD NO. i DESCRIPTION C - 208 20 m R.O.W. -RURAL - 6.7 m PAVEMENT 311 SURFACE PAVEMENT JOINT TREATMENT 401 STREET TERMINATION DETAIL OPSD- 206.050 SUBDRAIN PIPE CONNECTION AND OUTLET -RURAL 210.070 GRANULAR SEALING 219.110 LIGHT DUTY SILT FENCE BARRIER 219.180 STRAW BALE FLOW CHECK DAM 219.210 ROCK FLOW CHECK DAM 601.010 :: -::- ASPHALT CURB AND ASPHALT GUTTER 802.010 FLEXIBLE PIPE ARCH EMBEDMENT AND BACKFILL -EARTH EXCAVATION ~ 802.014 FLEXIBLE PIPE EMBEDMENT IN EMBANKMENT ORIGINAL GROUND: EARTH _ -~ OR ROCK 803.030 FROST TREATMENT -PIPE CULVERTS FROST PENETRATION LINE BELOW BEDDING GRADE 803.031 FROST TREATMENT -PIPE CULVERTS FROST PENETRATION LINE BETWEEN TOP OF PIPE AND BEDDING GRADE 810.010 RIP RAP TREATMENT FOR SEWER AND CULVERT OUTLETS 912.140 GUIDE RAIL SYSTEM, STEEL BEAM, WOODEN POST ASSEMBLY, ', INSTALLATION -SINGLE RAIL 912.382 GUIDE RAIL SYSTEM, STEEL BEAM, PERMANENT TRANSITION INSTALLATION, STEEL BEAM WITH ECCENTRIC LOADER TO 3 CABLE 912.430 GUIDE RAIL SYSTEM, STEEL BEAM STRUCTURE CONNECTION ' 912.530 GUIDE RAIL SYSTEM, STEEL BEAM STRUCTURE APPROACH TREATMENT INSTALLATION -RURAL HIGHWAY 912.531 GUIDE RAIL SYSTEM, STEEL BEAM INSTALLATION -ENTRANCE AND INTERSECTING ROADWAYS 913.130 GUIDE RAIL SYSTEM, CABLE INSTALLATION -SHOULDER "; 922.530 ENERGY ATTENUATOR, END TREATMENT, EXTRUDER TERMINAL SYSTEM WITH WOODEN POSTS, INSTALLATION STREEfUNE w E n M N m U O Q O E 0 N t - ~ -=ti ~~'+' °? rF: k ~o >` =s-`•% ' ° ; Cj:4 .~ ~ . ... ~ ~ f}. W 4' = ~ . ~ Q ' M ~ ~ ' Z f . ` ' N W `'' +, f ~' M <m 3 ~Yp ' O ~V= ~ ~ fir: ; ' ~ ~~~ zz ~ ~_ N d~2 ~ Sri " ' ~Nm SEE E E ?.; f „ ~ "~ ZEo ~ g '%~ v.m .. 2 h v i .- M }+• - r,. r{ .t~ ;~~ ~ ~. '}T ^ •~ 1 .l . ` ~ •. ~ •?,v ': d7. K :iQ n.:' ~, ~'^ ~ m :; ~ o m SiREEfUNE / 0 vi Z ~W e 3 OZ U 4 of ~~ ~~ 0 ~~ Z 2~ F if x o~Z ~~~ ~~o i Z ~ n h C J ~ a N U d c N m L 3 Q~ N 0 m .D c 0 ~O N a 0 m v t 0 .~ m m t U U Q t BASE PROPOSED PAVEMENT 100 ~ /'- TO BE REMOVED 40mm HL3 ALL EDGES TO 8E PAINTED WfTH A BITUMINOUS EMULSION SECTION A-A E)(ISTING PAVEMENT EXiSTiNG PAVEMENT All dimensions aro in mllllmetroa unless othenvisa noted. ~u 'ci alit of Clarin ton En ' Bering Services De artment nEVr,+al Na A~PRarvEn I REVrsaN a•,1E: SURFACE PAVEMENT JOINT TREATMENT AP ~~ 2DD, C-31 1 I i I i i TO 8E REMOVED BARRICADE DETAIL goo 14ao 1.Om (r. NOTES 1 This standard to be read in conjunction with OPSD 912.101. 2 Checkerboard sign as specified in Ontario Traffic Manual. 3 All hardware to be galvanized. 4 All wood members are to be pressure treated. All dim®nalona ar® in mlllim®tr•a unless oih®rvvtar noted. Za °ci alit of Clarin on engineering Services Department a wo. tt~wsaaoe arE; STREET TERfviINATI~N DETAIL "~ °~ C-401 APRiL 2404 I` 3.8m I 3.8m Aso POST DETAIL W D A W N --~ Z 0 Can ~' c ~' ~ m D o y 3 O 0 ~ ~ ~ `D o °. N~ 0 r n min y~ a j.0 S rt N r O ~ O f ~ ~. ~ 7 0 n n. ' ~ ~ U1 N ~ r+ j N ~ fA ~ ~ •3 ao m -p ~ 3 0 y ~ ~ a n -« o c n• n ~ ~ a 7a v 3 ~~~o Z ~ . 0 '~'" m 0 n. co 3 C N -~ ~ ° ~ -' C _'I `~ ~ 7 ~~~3 v II! ~ N ~.~. '^ ~~ m OZ Sj ~ O N O~ O r O~ OZ O rt~ C O r+ N -~ -a. ~ .+ fD rt j fi rt X N ~ G) r+ ~ 0 m .-~. 030 ~• ~ ~ . ~,~ ~ 7 n ~ v ~ o '+ N ~ ~ T. Q !~D Q. o ~ io ~ ') C c o Z o Z = o n n m ~._' w ~.. . . ~, ~~ I ~ D ~ n o = f.3 •, cO o Z • • ' • Z I c a ~ m D f o . . .. . ; v ~ • b Ufa NO mO ... + C7 C O • a .~ ~ C o S ZZ rt~o ~ Z ~ C7 pO mn Nfo N~ m C y D ~ x ~~ ~° ~. s .~ • d _ ~ Z r C• ~ ~ o ~ ~ ' V I (p L v~ D i ~ z ~ o O o .Z) (n C N 7 N 0 C Q rt ~ o~ m '+ ~ ~' C ~ W D -~~O Z ~`°.~ n O rt S 0 O ~~. .~ m --~ r _n ~, ~ ~ 1 -v T m °o << N O ~ n3 N-o 1 *1 v o~ D ~ ~ ~ r ~ ' I- a m~ 7 '~ O h~ ~."~' 000 °m m 3 3 3 s C 0- • O a N ~' ,• 0 o 0 o ' . 0 ~ • ~ .O ..n i 3 o W ~ oY ' ~ i s ' o ~ : _ o ~ •.~_ • °'•:i ° II a { ~ N _ 1 1 • ~ ; .. . • ~'. r.. I ' `~w ~3 0 Nv c o ~~ (D A CD ry h ---- m ~- nm. o ~n c m ~o 'D I n fD a NN NO N~X,~.t ~ ~ ~ rt O p 3 ~-'~o ~ ~ ~~ o ~ <~ ) ~ n -~ ~ ~ ~ 300 - j 3 0 \ I f l ~ o ~ ° °o° o ° ° ; ~ ~ ~ pD ~ ~ ~D o o°°o o° o ° ° ° ° ° ° Z ~300~ z G7 1~1 r n0 = C cn N ° o ° ~ ° ° ° o° ° ° ° ° ° o o ° ° ° ' ~ ~ mr ° ° ° ° ° ° Z m cn o ° °° ° °° v 0 ® \' .{ 0 0 0 ° i ° n O o I~*1m °o ~ o° ° _~ o ~ ~ ° o° ° -1 ~ ~ o ° p r- ° ° o ° o w r cn o° ° ° o ° ° o w ~ --I ° ~ o Z m o 0 0 0 ~$ D o o° o v°3 0 0 o n 3 r .~ N ~ ~ 'U 3 o m pip ~ o om 3o m 0 0~ ~•~o a3 ~ ~~ o~ 3 ~° ~,oo m ,.~ A 3 NX ° ~ ten- 3 Nrt ~~ ~ ~ ~ 0 •°~cn m ' No~+ cn o~.- v m 3 3 3 ~ n ,~ m o =a m ~ o o ° a o° o ~N n. o m o n. c ~ - 7 '-' ~ ~ ~ ~ ~ rt~ ~ ~ 'O N -~ Hand sprayed at guide rail g Shoulder Note 2 installation Ed e of pavement Pi Cable or i ~ Steel beam guide rail ~ 100 --{ box beam ii i~ Note 1 GRANULAR SHOULDER WITH OR WITHOUT GUIDE RAIL ~ Hand sprayed Shoulder Rnd ~ Note 2 Cable or p box beam --•i , Steel beam guide rail 100 Varies ~ ~ Note 3 ~ i ii ii Edge of paved shoulder ~ Note 1 ----I PAVED SHOULDER WITH GUIDE RAIL Shoulder ~ 100 Rnd Note 2 I Edge of paved \ shoulder Note 1 PAVED SHOULDER WITHOUT GUIDE RAIL NOTES: 1 Extent of granular sealer. 2 Rounding width is 0.5m. Rounding width is 1.Om at steel beam guide rail installations and for divided controlled access highways. 3 Where the width of granular shoulder in front of the guide rail is 300mm or less, granular sealer may be applied by hand spraying for the full width of this application. A All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING ' Nov 2008 I Rev 12 ULA AL6 __________ ~% PD 21®.07® Area under construction Area under construction i ~~ Barrier main run End run ~uvuv """~---.~„ ur PERSPECTIVE VIEW Direction of flow "'__ Silt fence barrier Area under protection SECTION ~ Direction of flow ~ 2,~ eho,\ A e~a~~Jn r4~ ~ t~ ~ ~ ~~ 2.3m max, Typ r Main run PLAN A Geotextile ~ c E 300mm min E of geotextile E in trench 0 Direction t-~ ° ~ Trench to be of flow backfilled and compacted 0 0 N 1-200 Stake O O Earth surface SECTION A-A NOTE: A All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Nov 2006 Rev 1 LIGHT-DUTY =_________ ~~ c~jDgC- ~ SILT FENCE BARRIER OPSD 219.110 t"~' ' ~~ ~W w End t~ . ~' run r."..'„^ ~, $ r~ +~ ~ ~ W ~~ ~~y~, Area under protection ti W,~ y 1 t iv A~ t` I Earth Stakes 150mm from end of bales Direction of flow Straw bales C Note 1 i ® I o PLAN FLAT BOTTOM DITCH j~,~_ ~ Stakes driven flush J~ ~~~~ _i, Bottom of end bales -~ of downstream row to be higher than the low point of flow check. Downstream bale position outlined. Typ SECTION A-A Direction of flow Stakes 150mm from end of I bales C Note 2 Typ 1~ C Trench B . ~ . PLAN C V-DITCH Earth 9rOde ~ Stakes driven flush `~ Low point ' ~i ~ -~ I I ~ Low point ~ ~ ~ I I Straw bales Note 1 ~e ~} ' ~ `Y'~ '' ~ `-Trench Bale ties not to be in contact with SECTION B-B 75 ground Trench to be backfilled and compacted 1500 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 ~o~H~_ T A ALE FL®W CHECK __________ ~% ®PSD 219.1 0 . . . . . . . . . . . AL BI PLAN p~ta SPILLWAY /ope ~300mm min 1300mm min Geotextile SECTION A-A way ~' A Spillway 150 Spillway Geote !'•S.. 0 ~ ° Rock --~ I ~ SECTION B-B NOTE: A All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING ROCK FLOW CHECK DAM V-DITCH ~` ~ 150 100 0 u7 xtile Direction of flow Trench to be backfilled and compacted 300mm min of geotextile in trench I"^T 200 Nov 2006 1 Rev 1 1 -------- ---------- ~~'0q(-~ OPSD 219.21 D Direction of flow B~ 0 ~n Existing pavement E ._ ~ ~ 800 0 400 °' o 0 °' u7 ~ v -- w -~ Pavement depth Note 1 Tack coat surface ASPHALT GUTTER -TYPE A Pavement depth Note 1 Tack coat surface ASPHALT GUTTER -TYPE B NOTES: 1 Depth of gutter at pavement edge to equal depth of new pavement, but in no case .less than 130mm. A All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING ASPHALT OIL AND ASPHALT GUT Nov 2007 I Rev 11 -~ ---------- c~pgC-~' ®PSD 601.010 ASPHALT CURB MACHINE LAID ;= Q aoo o ~- 400 -i o 0 n ao D W N -~ Z p m c Do (n ~ ~ - ~'~ ~ n-0o ° -n s ~ ~ ~ rn ~ . - o Q ,..,_ o ~ ~ ~ ~ rn t~ ~ fA ~ C7 ,~ ~ ~ O ~ ~ ~ ' r+ ~ - S '~: ~ CD -p . ~ 0 rn ooaic_°o ~ Q o~ °~-o ~ ~ a ,-* ,+ cn o'~ -o ~ cu ° ~'CD rn ~ a ~ Q Q , ~ D ~ ~ ~ n' ~ c°n ~ m ~ 3 ~ ~' 3 n cn ~ . n 0 ~ off. ~~- ~ ~ m fi~ ~ ~ o rn 0 O n ~ ~ ~ n fi c 3 0 o a °- • n ~ `° o 0 ~ ~ - a 0 3 0 0 ~ ° ~ ~- . O = ~' ~ n n O co ~ o v Z Q - o ~ ~ D n ~ ~ -+- - ~ 3 ~ W '1 ~ ~ m ~ ° ° o rn D D %n o ~ o -v rn , m m z ~ a ~° ~° a = Z X D 3 ° ~ `° -~ ~ ~ m o o v r*1 ~ D ~ ?. a w o X y r r Q o 0 n z m cn a ~ 3 < ° a • -v ~ ~ ~ -0 Z ~n Z 7C ~ ~ ... ••` ; ~ ~ ~ • ~` D o o • : i D ~ o ., r ~ o / 4`, v i° 0 N O r O O ~ .. •, 2 ~`.,~, ~ ~`•~, ~. O m ~ ' ..; lt,;. ~ ~ ~~ h l , ~ ~ ~ i `t~ 1 ~ ~ . r. ~ N ~ ' o C7 o 0 t1 ~,.~;~ r; CD '~ o ~ p-D ~ m ~ = ;;~'~ ~~; • ~ cD ~ ~ o m ~ ' ~ r. ; • o N c o Z (1 Z ~ ~ •.\ . " ~. o m m ~ _ .. ~ N -+. W . -,~ cn C ~ Cn ° W O 3 W N ~ ~ 0 0 ~ ~ Embedment, Typ ~ ~ ~ ~c ~ cn •~ ~ -D m . o ~ ° r*~ _ n Z ~ 3 ~' v ~ ~N C ~ 3 i - o \ O O . I.. ' ' • ~ O , A. ~. I ,`,,I ,~ 1 ` ' ~ ' ''', 3 ' ' Z • . ~•; ~ ~ ~ ~ a• C ,' ~ v 1200m m ~';' •;~'.• ', max ;.~h, • ~, ; , , i ~ j~ ~ Z~ICA m N ~°~ ~,° ~ ~ O ~~ N~ = ~ ~ rp m ~ ~ =o Xz m ~ o• ~ n c m. ~n N ~- ~ CZ n Z ~' ~' n N -_IC DtA o a N ~- ~ m o a~ zo ~~ o Z ~ _'~ 0 3 m .c',I~ ,~ ~ . ' • 1 ,~ , ~ . ~ ' j i!. ~ ' :' ~~ ~ \ T v ~ "'i`r i X ~~ o ` ' ~ I~„ : O~ , ... r Vii, ~ ^ ~ r*7 1 7 ~ X nZ /D N C cnn ~~ ~ o OO ~o z~ v' n r*'1 m m v ~~ -~ a .' d,cl '}uawpagw3 HT ... N 61 . U ~ G ~ 0.+., o ~ .. . . ~ m .. U(n .. .. • ' ~ -- --- Q ----, v a m a . .. ~ . , ~ .. ~ . .. ~ •• .. ~ . o ', C Ui ,` _ ; o v= O ~- 4- C O ~ ~ .~ ~, ~ j 01U ~yc ° - N on. ~ T _ ~ ~a , ~ ~ ~ o ` o ~ o • W L.~ +~ Z . ~ .., ' ~ . .. ~a • ~hT ' ' O ... t(I .; ~ ~::. Q _- __- Q ___ _ . • ,• ~n. ~~ ~.. ~~ ..~ W m o ~ O 0 N 0 c a~ Q In O v c 0 o~ 0 .__ m o` ~°" (~ i., ~ Q .J o.. rn '- 1- ~ o v ,~ ~ Z `~ Y v z° W U ~ ~ ~ W L Z ~C -' ° ~ 0 Q U ~ O ~ Q ~ • - a E x ~" ~ +.~ oo~o mm o° y ~ . c y:. U o i 1. 1 ~ ~ i r ~•~ .i ~.< :±` 1 ' ~ .. 4 ~ i > ~ ;. . , ~ : TI ~ ~ m V1.i. U J ~ ~ m o ~ M ~ Ql i- U W ~ U ,., y Z ~ N o ?~ o ~ a~ o ~ rn Q ~ ~ ~ O L uuJJ ~ J v ~ O U o c ~ W a> O O N 0 Z DI N O Z v ®~y/ ~ Z a W _ ~" ~ ~ S ~ a~ -o N ~ Q - ° ~ W °~ F- Q iii ~ O O N F- ~ -i-i pj C ~ J Q W Q ~ 00 3 ~ U ~ ~ U Q O O W Z N p Q. W ~ ~ Mo °~ .a ~ ~_ J o0 ° - ~ Y o 0 ~ ~. ~ V O O ~ ~ C ° ~ ~ ~ .~ ~ U C C H ° 'p _° ~ L 3 >v N ° +~ ~ ~ O Q. V U ° ~ O C ° ° L a 3 ~ {.i +~ ~ m ~ ~ ~ ~ °a ~ o ° ~ O ~ ~ ~ O N ° +' ~ U ~ C ~ ~ °~ ~ O i O _ ~-+ ° t.. d C ° -C ~ ~ + + N ° +~ ~ ~ ~ ~ +~ V C L N 'n N C ~ Q .N~ ' C ~ . V ~ L 6 O C + N ~ ~ ~ ~ L ~ ~ W ~ C7 Hs a~ a o.° ~~ Q W ~~ w ~a ° J Q Z .- N t+7 Q CD o Z .,,. . ~`~ r<:.t .\ \ . 4 ,\ , . ~ i :~,: ~.~~, ~ , • ~~ ~ ~ , (1',' . .\.\. \ ~ t, '• ` . t p~ \ m I .L ~ M ~ > Q Z Z W ~ W ~' O W ~ _ W ~ ~ Q ~+-~ Y W Z ~,, Q .. n' m ~ ~ ~ W ~ ~ Z X J W Q J ~ L.~ W- D N -~ Z '~ 'Tl On O ~l U p -D p •.. .~ 'o ~ nl ~ ~ r-r 3 p Opp' O ~p ~ o Na Nx ~ O O I Q ~~ ~ ~ ~ of orn m I_ j~ ~ p- ,, I , ~ p to 00 -gyp 00 rn N to ~' ~ ~ p N~ 00 p Im ~~ O I O~ o m I o o ''~ p CJ~ Oo N O S ~-* ~ O W I -; I ° - co -, m N" ~ ~ a' o ~ ~ o0 o p a p_ O W ~ N p. 0 ' - I ~ a ~ ~ a NO a ~ m ~~ O ~o~ I . o n- ~ cn oo O - Q m I ~~ ~ IVN ~~ O i~ ' ~ ~ Q O~ NN ~ -+~ Io y N ~ O ° 10 v W p O ~ I~ ti. W O p- ,~ (o ,~ `~ ..-,, ~7 ~ O ~ ~ ~ N p '-i I a o ~ c _.,_ Z7 _ ' • ~ ~ ~; ~ D ~ I~ I N•.. • . V)t ~ ~ O p m t° may' ~~.°• r 3 -1 ~ p o N ~ ° ~ °- ~ • -~ ~ ~. .. '>0 ~ r*1 ~ ~ W o W ~ Z "~ I ~ o o -^ W* ~ Z -DI ~ ~ ~ I I IZ .~. j I 1 w o I° `~ 0 ~ 1'*1 z N ° ~ I , _ _ _ ~ Z n W ~ I ~ I D .T~ " ~ Z y Z I -- --= - D ~ Z v ~ la - . - ~ ~ • ~ ~ Z - ~ o D ~, ~a m .,,~ m I ~ I~ . ~' . ( fT1 p 1 I I G7 X o I . n p.QQ ~ '~ '~ nl ~ a ~ • C ~ O O ~~~ 0 m i • r C D I . O ~ ~ ooo ~ I • ~ ~ Z , ~° I ~ ~ ~ a I v- -o .~ a I ~ • n rn ~~ ~ 0 1 I I I z 't ~ ° c I -~ I I o ~ o ~- Q I I I N ~ v I I o I I ~ I I I I ` OD I I i O I r _, V~ \~~~~ ~ i ~ O aa ~ ~ ~, ~ ~ ~ ~ "o ~ O ~ I O a m ® ti~ ~Al S 4° 0 I ~ I I I 1 I I M ~' ~ t • • ~; •• ~ `; ~ o • , ~ ~ ~ ~ NI ~ ,~ . a *`- s u ~. ~ ~ . . ~ .a ~ ~ ~. "~ r v o N ~ ~ 0 ~ z a ~>. c~ a - - 'o m N C a~ a ~T ~ ~ ~ 0 ~ ~ ~ m ~~E ~o- a ~ m~ c ~ i a~ v y a ~~~ ~ i Li ~ o d 1 ~~ .. i ' ~ ~ .. .~ ( o •~.,~Z •• ~ ...-.... .: °' ~ a .~ •~.I 'a • . •~ . \ ~«- .. •~ o • .. ~ ' a~ ------~.-~ w -: ~. W v E-'` ~ ~ ~ o ~ •• I ~ U I a- Of ' C C OL I ~ '~ :; ~.. E n. '. :.~'a. ~ ' ~ o= ' ~ J 4- d p U F~ ~ O •' ~~ .a W a W J m x W J ta. Z Q 0 Z W g a W F- H O LL ~ o c a~ o ~ ~ ~ ~ ° C a~ p ~ .b a ~ ~ ~ ° o 0 ~ ~ 0 0 o M ~ sus ~ ~ ~ ~ ~ 0 z-o~v,-'',-T (,~ I I I I I J ~ ~ ~ ~ ~o~y ...,,y~ ~ ~, ~ o ~ Q~ ~\G N I I > I I ~ I I ~ ~n ~ I 1 N I I (~ > I I ~ Z I I I I C~ ~ Z W Z ~ W p ~ w w Q >°~ ~ ~ Q W O o U m O ~ wwZ Qp ~- Z Q ~ ~ ~ m N ~ Z J ~ D ~= Q i-- F- z 0~ Z Wa a 0 0 N ~ w W ~ °~ 0 0 W ~ DO ' ~ Q Z o Kj ~ Qo O ~ ~ o `v° ~ O F- O O 0 0 p ~ O oo ~ oN° ~ ~•~ ~ ~ . DON N ~ LL _C DOO DOO N ~ p O .~ O ~° r- O N N N ° 00 ~ O ~ U O > O ~ ~ Q U N O O DO .- >' p ~ N -,~ ~ C 0 0 >, N ~oN O O ~ cpL .~ 3~ s° "O ~ D O ~ N " N ~ v- ~ O ~ +-~ (n ° ~ 00 ~ DOO N~ ° s N ~"'S N i. O i" N C-p L C O L p0 000 N ~ -+J °"° O c ~ ~ ~~ v- C7 O (nom O tf~ +, ENO p0 ~ N C '~ ° C N Y L N > C~ C U 4=-- O.O ° cODO(nN u~ O_ O o,~ v- oo ~ ~ ° ~ p~ v ° ~a io~ 0 _ ~ I Oao Oo a ~ L~ L N _ ~ °°Oc N N ( ~ N N ~ . Q7 C~.O ~~ p C ~~ O_ O H O ~ O U ° U) N ~- ~ W Q ~ C ~ M ~ O O ~ N N - U ~ i-. ~ ~ o. ° ~ O O U v ~ L tL o L ~.~ ~ O O- O U V O t,_~~acn000 Z ~- N r7 Q O7 U D ~ z ~-~ ~ cD ~. ~ Q ~ o m ~~' ,+ ~Q'~ o c~ c~ ~ ~, ~ Q cn -p ~. cn ~ cD ~ IT1 ~ rn o o Q:rt° D, ~- CD 0 3 -~ ~ ~ cn = ~~~ n f ~ ~ _ ~ ~-~ O a r* ~ Q C ~ ~ D ~ m ~ ~ -- ~ --~ m r r O ~ 0 m ~ , : ~ .., . (~ ° ~ ~', z ~ D ~ ~_ n'1 -~ O ~ ~ ~ ~ O Z O v ~ ~ r r D D m ~ D ~ D ~ tTl ~ -~C Z ~ ' ~ ~ 1 C y °° ~, --I ~ ~ ~ r Z -~ ~ O ~ z ~ 2 ~ W I I I I o 1'+'1 O ?i ~ I ~ I I N (n I I o ~ 0 I I I I ~ m 00 .1 O 0 0 W 0 ~~ i~_ ~ ~ i ~ ~i '~ i '~ i ~~ ~ ii ~~ . n N o O m Z N D D m n ~ ~ - ~--- ~ ~ ~I ~~ w ~ o z3 h3 ~~ ~~ 0 i~ ii ~~ n ~, ~i ~ ~~ ,~ i ~i ii ~i ~i i n ~i i ~i i ii i ~i i ,~ i ~ ~ n < c ~ ~ ~ g O ~~ r~ .~ Z I =' r . ~ I , D r~ s 0 a 0 o: ~~ - ,. ~~ ~ '~ ~ '~ i ~~ i ~ i i i i N m o o Z N ~ ~ N m i ~ o - -4-- ~ -~ ~ ~ o I 3 -~ o 0 O ~ ~ O ~ O ~ rr ~ X rt'-` .. a~ ~~ , ~ =•; ~~ ~~ ~ ~ ~~ ~~ 1 0 I i ~ ~~ ~i I~ it t i -« o f ~~ ~~ ~ ~ -1 - i i i ~ i W i - O~ r n ~ ~ O I ~ ~ C ~ 3 "fl °a= 3 I ~ ~ Z ~ .~ ~ ~ o ~ r~ _ r v ~ o ~ r o i G> o. I o X r ~ _ ~ l 0 I ~I _i i ,~ ~ c o ° rn = 0 rn ZQ J 1 m v .~ C.5 ~ ~ O= a ~~T m U 0 ~ a] ~° 0 0 Q ~ o ~ J ~ n- N X t0 X CO O m (n N O o 0 of o0 a. = o ~~ ~, O ,_ N ~ O Z 3 rn a c ~' k 0 ~ o o s 00£ N VV VV 0 o na 'II c i ~ a o o - ~+ U ~ ~ ~ L 1 ~ Q ~ ~_~ I T ~ C r ~•C U OU ~~d° I I .~ v o = _ s~N __ U rt, ~ 3 c ~I o ~ ~ N ~ ~ O O ~ ~~ a °~ ` ~no~'' 0 v ~ s I 08£ ~ I 1 C hl c ~ I~ __ °_ yl 0 I-T i-~ ~ N Y U ~ ~ d O C ~ ~ O N o Z ~ X __ == g = ~ ~ _ U U ±~ o L E a° o- I •«- ~'' O o` ~ o O ~ m v o~ -~ :~ ~~ U 0 I ~ ~ Z c tt _- _== a n, 3 w W °~ W o Z ~ Z Q S V ulw - ww00Z l ~ 3 J _ d W J o Z C9 w ~ Z U Q N . . es ' '~ F - ~ i i': J . .: r~: ~.:~~~ : W ..~::a: :~: •V `f. 4 '~'' ; , uIW wW00Zl n 4- 1-- I I a , L " w \ / o t- W W W O N J W J C~ Z N N ~ O QQ . M~~G ~ I I N ~' I I ap I I o I I (~ N I I Q„ C.7 Z ~ Q . . J ~ QQ LL m W Q ~ W .J Z ~ ~ Z N ~ N ' Q U z ~ Z ~ ~ O O Z ~ W J ~ ~ Q ~ O ~ 0 ~ ~ ~ ~ ~ Z Q ~ ~ O / ^ V ~ ' r• o o -I-I {, N f/ c~ ~ ~ ~ O ,~ rn rn ~ ~ N O a ~O ~ v~ ~ '+ -p c ~ ~ O~ N ~ ~ c ll N ~~ o;r o;~ orn_ l~ -~ N C L U oa .o~ o ° ~- ~ ~ ~ ~ ~ >` !p .= -~ O ~ L O ~ v ~N =~ ~N ° o °1 ~ 3 °°' ~ o~ o 0 a~ m o n-X~ o ~ ~ o~ c~ ~ a~ ~ a0i N ~ ~ .N ~ ~ ~ ~ O s_ ~ t a-' ~ -O O O ~ ~ to ~ .~ (AL N I.LI o O ~ ~ N - O ~ (n ~ (/') ~ _ ~ ~ Q ~ Z '- Q m U ~ N fi n ~ '~ ~ O O ~ Z D C (D D o N ~ ~ ~ ~ O7 rr Ip ? ~ ~ Q ao ~ N ~n a O ~.~ ~ __ o ~ ~ (D ~n N S N =+• X 0 ? ~ O '~, a ~o . ~ ~ ~ ~ ( co m rn w I'*1 D ,-+ ~~DD,D r ~ 118 19119 19119 181 ^' I'*1 Z t~'1 't7 D 124 vim ao ~D ~ ou,c> a-P n zao cn D= o ;s o~ ~ ~~ ~ vn~ ~ D N~ J'` ~ CmZ~ ~Zj ~~~m r m <n0~N-1 D D~ mm F 0 ~vrZNi o ~ ~. nZ~ ~ ~ _ ~~D~ v _ -~ r ~ v n'1 ~ ao D W N ~ Z Dw~~ ~ oDO~ poc'~oC~.l~ DZ G7 ~•~ ~-ov ~ ~ ° ~r* ~ m ~ t~ cn o' ~ ~ N ~ o' -~ ,~. ~,- rn ~ m fi I I ~ ran O~ ~ ~ rn o I I o ~Q ~ o ~~-rn< 1 I < ~ ~ ~ ~ o co ~ (~ I ~ o a ~ o o a 0 I I J ~ ~ ~ s~ ~ cu ~ I I ~ m ~ m a~ ~ I I < ~ ~?. < m ~ C ~_ IV I I N ~ ~ p flrn • C ~ ~ _ W n~ O ~ -~ ?> m r m D Z 0 ~~ O n O~ N O 7 ~~ O ~O. C WO N ~n ~ O.~ r- ~ I~---i I '"~ i L__J O V m ~ rn n N S ~ n_ I" my o m ~ N 0 0 f ~ r~+ ~ ~ (n ~ ~ ~ ~ Q' O N ~ ~ ;3 Q O~ n O d T. Q~ l o ~ o ~ ~. ~ N co _ r+ .A ~ O 7 fi 0 m W (D 0 m 0 s m 00 v~ ~~ ~ Q. ~~ Wo ~~ O~,C--I v w 7 0 `° c Z ~ 0 0 0 -~ m Q m 0 s 0 c n m I \ I 1 I (7 1 ~ I ~ ~ N I -1 ~ ~ i-I- J J E °i I ~ I O 7 I O ~ 1 n ~ 1 ~ ~ j n. A T- - I ~ I I I p 1 ~ I ~: II I 3 ~1- - I I .; ~ I ~ I ~ 1 I ~I I I I ~ I I I o -1---- I i ~ 1 i o I ~ n o~ .~ I rt r=+ 1 I I ~ I ao I ~a 1~ a ~~ ~~ ~ ~ r ~~ o ~, 1 rt 1220 ~~ 10H:1 V or ~ flatter i~ > I 1 ~ ~ O / ~ Q' o co ~ of ~~ ~~ ~ c ~ ~+ a ~ ~m r Wei ooi ~ -( ,r--L Q W W p ~ O Q' ~ h y ~ M ~ ~ ,~.~. N O ~ °- '~ o a z n o ~ o m F- 311 -I 1 0 ~ u ~ V n ~ C ~ I u 1 0 ~ U I~ M z y -~. O Z .a 5 c~ `- N o ~ ~ ~ z ~ O~ C O C 0 ;` o a C ~ (/1 v N ~o ~a Nv ~ ° o ~ ~ 'a c 0 y 0 rn c a~i ~ m ~ ~ +I O ~ N c L ~U O y'o_ N y ~' a° ~ N O Z c 3 0 r °~l° ; ~ O ° ~ ~ N ~ 0 a V ~ r ~ ~ ~ \ ° Q~ ~ o ~ o e~ ~, e ~ ee Tn '. $ o o \\ ° +~, ~ 1+° ++ +~~ ~o ~ o ° e U ~ O i- U ~ ~ ~ ~ ~ ~ +% O O C t+7 c ~ a ~- ~ ~ O- N ~ N .- rp ,C U Q) - 'C ~ ~ ~ O O N > O Z v ~ .N O ~ ; E o a~ o ~~ ~-+ ~ ° O E L N L N ~ -~ ~ ' ~ ~ Z vN ~ L ~ n ~~ ~ ~ L ~ y ~ ~ , ` N y O ~ -1-+ om N d ,C O~ C N Q . U ~ ,~ ~~ y? .L y? 3 ~ a U ~' ~ ~+~ a ~c ~ ~ ~ .-~ n. -o ~ W c ~ c ~ U Q Nam N .~ O N..''m N N ~ -cam 3 ~~ '+'' Q ~ y N tY N ~ .~ ~ N C ~ > ~ U 0 Nr U ~ ~""' ~ N Y .O ~L. O fA Q "~ 0 N O "~ *' ~ C m a C ~_ • Z p > c x 3 ~ O ... c_ cYi N --C C O C QI a~i~ 3 ~ d c ~ Q ~~ 3 ~ o f" ~±' N~ 'C (n Nv- m p cY rn N'~ a~ ~N W O cN N ~ O N ? O Oj 00 Q ~ N y ? I= C (~ ~ ~ N ~ a I p 0 0 M cc I O I I .~ O V C ~p - Z _ -a ~ -~ ~ Q ~. MOAN N M OL d O O C a'a fn o U V . ~ c Z a ~ C~ a°~ o ~ r= aai O Z ~s Op ~ ~ mot- ~ N No mN~ W cU ~rn Q r Z O _ ~Q W J W r ~o 0 =o U O ~ NM O Q aN Z ~o W vy °' a = A r r Q W O o ly L O ~ ~ :•.r. L ~ '.., 1. ~ c Q ~~ , M ~ o ~o ~_ ~ ~ rn m U D c p m L v o Z v o o.°'c a o O W ~ v ~~ N ~ ~ + O ~ c ~ > 3 +% lE.~ _ Z o ~ a,> to E- + j ~ ~ cv o ,Q N ~ °' W ~ N L J ~Q3 ~- ¢ _ ~ Ia- Z Q W ~ ;~~ 2a 'Oa ~ W = m = ~ ` Z ~ ~ d° W Q W ~ ~ .D ~DC U W Z . ® O ~ wU ~° o° m~ m 3 C ~ ~ ~ Q Q LS! W Z j O +~ ~ ¢ N ~ L U C ~ C O to 0] O 3 (n U N N Q W . m Z J O w W U f"' W ~ Z ~ O ~ U J_ ~ Q ~ ~ ~ W ~ 0 '~ V -rte N ~ ~ U a~ o 0 a O cn ~ ~ o '> o ~ ~ ~ ~ o :~ ~- c +~~ o ° aci a-a.0 ~,~~, U- N +' a O ~ U ~ a.~ N _ C O~ "at-a. O -c ~ ,~ ~ N L U Ua ~ Q O C -C OC a~-+ ~ N OL .~.~ +' ~ v- O +' U O > Q L. O C O~ a~ N fl-N ~w N .~•~~~ O U ~ (/1 ~ ~ N L. ~ ~ a L ~ U C c ~ •Q (A _ ~ d O ~ C N a +~ -a ~, a ~ ~-'~ C S C N 3 U~ N C U O ~ a C ~ ~ ~ a U O (~ .L to 'n a O ~ N f~ ~ ~ a ~ O O C L~ ~ t O~ d. ®_ +~ U Ulf 7 v= ~ a U N a Z ~ N r~ ~ ~,, N ~ U N U C (n ~ C L (n U ~--- Guide rail transition --{ ~ Sh rnd Bridge deck ~ ' ~ l~--1.0 ~i 8 Steel beam guide rail Siad/or approach Paved sh Ed a of avt ~~ 9 P -1 7.62m I Bridge clearance ~855 Note curb termination ROAD SHOULDER NARROWER THAN Minimu m curb length BRIDGE CLEARANCE PLUS CURB r--- Guide rail transition --{ Sh rnd i --a I---1.0 Steel beam guide rail Bridge deck and/or approach B ~~ ~ ~ slab Paved sh Edge of pout . N 7.62m I Bridge ~855 curb termination ~~ clearance Note ROAD SHOULDER SAME WIDTH AS Minimu m curb length BRIDGE CLEARANCE PLUS CURB r-- Guide roil transition --i Sh rnd ---~ F--1.0 g 25 ~ Steel beam guide rail Sh Bridge deck ~ Paved sh ©~ Edge of pavt _~ and/or approach II 7.62m F--855 slab Bridge Note curb termination ROAD SHOULDER WIDER THAN clearanc e Minim um curb length BRIDGE CLEARANCE PLUS CURB Len th of FOR SKEWED STRUCTURE: 90' taper The pavement taper is to end on _}__ Brid e- -. _ ~ of Hwy a line at right angles to ~. of highway, length of taper shall be measured Len th of 90' from bridge corner that allows greatest taper length of tapered section. NOTES: 1 Tangent to structure shall be one standard rail .length +855mm long minimum. If approach slab is more than one standard beam element +855mm beyond wing wall, then tangent section shall be taken to end of approach s-ab. A All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING GUIDE RAIL SYSTEM, STEEL BEAM STRUCTURE APPROACH TREATMENT INSTALLATION - RURAL HIGHWAY Nov 2001 I Rev OPSD - 912.530 Steel Beam Guide Rail Installation on Curve Post SBGR SBGR Curve Radius, m, Note 4 Object Free Zone Spaces Elements 0=70' 0=90' 0=110' L, m {f~, m 2 1 3.19 2.44 N/A 7.50 4,50 4 2 6.24 4.85 3.96 10.00 4.50 6 3 9.36 7.28 5.95 12.50 6.00 8 4 12.47 9.70 7.94 15.00 6.00 NOTES: \ 1 Posts shall be breakway wooden post O3 to ©shown on OPSD 922.430. Guide rail shall be bolted to offset block and post with a 16mm bolt and no washer. 2 Post shall be breakaway wooden post Q3 to ©shown on OPSD 922.430. Guide rail at this post shall be held in position with a metal shelf angle detailed on OPSD 922.410. On larger radii with two or more SBGR elements, guide rail shall be bolted to the posts with a 16mm bolt with no offset block and no washer. 3 Post located at end of radius shall be as per post 10 and 2O with post anchor tube and soil plate according to OPSD 922.430. 4 SBGR shall be shop bent to the specified radius. 5 Nominal 100x100mm wooden sign posts are acceptable within the zone. A Area behind guide rail shall be 3H:1V or flatter. B For installations without structure connection, a 15m minimum length of guide rail is required on the leaving end beyond ~ the end of radius. End is to be anchored by SBEAT or ~ z leaving end terminal. C Steel beam guide rail mounting heights shall be as specified. D All dimensions are in millimetres unless otherwise shown. F- L I Object free zone see table, Note 5 ~1 U ~ Standard 190x190mm wooden posts I ~~ o and offset blocks „, , ,C"~/ 3 \ -o Curb with gutter when specified 0 7620mm channel and curb with ~ gutter transition when specified OPSD 912.430 PLAN SBGR with channel mounting height SBGR mounting height transition OPSD 912.380 + + + Note 3 ~ v y y ~ L N C ~ y N 3 N ~ O N '_ v-. O N O C ~ ~ O a~ ~ ~ ~ v ~ -°~ ~ W ~ Q+ N ~ ~ rn ~? :~ .L 3 0 v ~ c o +: O ~ v ~ ~ ~ a~ w R' ~ E 0 0 M °~ 0 z See table Note 2 c a~ E 0 a~ ~ M ~ N N Q~ ~ c ~ ~> ~ v ~ .~i O Z t7 (/'1 W W U Z a N ~ r` ~"~ Z W W a ~_ ~.. Edge of driving lane main highway SBGR mounting height D -P W N -i Z cD cnto~vrrt~~ ~o n~ ~- rno~:~fl-m m o< cD A ~ ~ ~' -' C ,~ o fi o, -~ cn c o ~ as ~ m ~' 0 0 0° rn~ ~ ~ cn -~ ~' o N~ ° D ~ o' < h ~ Q- ~ 00 ~~ ooam z m ~ ~ Q ~ n mQ -ti~:o~~ ~~o ~~ o~~Q-~ °o °o3n~ `G - 73 ~ S~fl~p ~ o~ ~N~ p ~ CD o. 3 rn ~ ~ O D' 1300mm min ~ 1050 3 ~ ~ ~ ~ .~ a Imo.'': ~ 960 ~ a co ~ C ~ ,-i ~ i; • ; ~ o 0 ~ 3 Q- p v o r'.' 685 ~ w 3 ,~. ~ V) ~ ~:~~:' 38 0 m.D N' --i o ~: •:~: : 38 ( .: •. . ~ L-----;~" D ry,~ ': ~ v ~ it•• Z ~ ~ r m"" a c> ~ o o w o f z~ w o0 o ~ Z D '~ ~~ ~~ , "~~ ~ C ~ ~~~ a m ~' ~ ° -+ v ° o ~ ~ o N ~ ~ n'i ~~ o a ° a 3 r ~ ~ ~' 3 ~ - ~ oN fi ~ O ~ tD C N+ ' mo , . o ~ ~ ~ < Z WF ;~ O n ~ o Z N r n " " , , _ N ~ ~ ~ V) N ~. 2 ~ Z Z O ~ ~ ~~ C ~- y o v o v v ~ ~ ~ j ~ D N D_ ~ ~ D ~ ~~ r Z ii ii _ G7 ii ii ~ o~ ~~ ii ii ~ tD~ V' o m ~ ~, m N ~ I I Z 3 ~ ~ O I I ~ I O < ~, s~ N UI ~'~ ~ Q. ~ n r~r. T V i N O v C ~ O -. ~ V / i O n N ~p N 3 O ~ • • ~ ~ ~ ~ 3 0 ~ '~; d' d C J= - ~ I I < <p Z r~ - _ - =_ ~__ --__: W t° D ~ • ~a ~\~~ ~ IA D E p. ia~ 3 U' ~3 ~~ 0 m ~.~ O ~ O < ~ ~• ~ O ~~~ ~ a r D C Z i i i i Q an an an I I ' ~ s z _ap5.1Vj~N dt' ~ p N~ N L V~ w N ~~ Q O ~ y ~ •X ~ ~ O Q 1~ ,` ;~ • O ~ a O ~ ~ I I N _ ~ aci Q O I I ~ o ~ I 1 ~ ~ ~ I I ~ N o ,~ } O I I (~ O a~ ~- N I t~ 7 O~ N ~ I I O N - X o rno ~;m O z I I w z w N ~' - o I I N ~ ~ _ a O M ~~-~ - - a Z ~~ O Z L `Z SW Z O ~ _ J ` O 0 ~ ~._, .~ ~ ~ W U N O ~ ~ ~ J ~ N ~ ~ ~ V~I Q ~ O O - C ~/~ C 7p ~T QQ Q VJ ,^ Z '- Z Z J ~ - aci aoi ~ Q W Q ~ c"n ' ~ w Z ~ ~, (/') _ Z ~ ~ Z O W ° N ~ o ~ Q ~ W N g ~ v °- Q ~ +, U Q 1-- ~ Z_ ~ ~ N °i v~ J ~ ~ ~ Z ~ _ O Z O '~ ~ 3 o W i °, ~ f- p W +_~ ~- D v ^^ 3O ~ ~ C ~ Q ~ ~ w ~ -~ >- X I- ~ ° ~ F- s •° ° O W _ o .F. ~ O O N ~ ~ O p '° ° W n C _ +' - N _ O ~. ~ C O ~i -~ C ~ ii L ~ o_ ~ '- C ~ o m rn ~ ~ >, .~ c. ~ Opt ;~ C ~ O F- O N ° ° m~ o O i aci v N~ ~ ~ N i O r- N a~ L - o a O- ~~- N 3~ c -° c 0 i 3~ O~ s ~, O O O c ~ c ~ c c m ~ -O O t c -1 ~ o~ L :~ cnm '~~ ~ ° ~ ~ p~ ~ O U °~ c m N -L U .O -+-' ~ N rn ~«- a ~ o r ~ a~ -~ ~ ~' a' ~ o ~ aci O ~~ F-v, ~ p~ = p ai vTi ~ ~a~i~ ~ ~ W ~ - 2 a~ wcn _ F"' H~ I~N 1~- Fes-- ~NZQ ~ O Z •- N r7 Q m U rn o ~ p r7 N v ~ ~ r ~ o ~ ~ p ~ °a o CO r L M ~ ~ ~ O ~ N y N ~~ M U7 .-~ a~ o a c ~. p ~ ~ +~ c ~ m ~ h0- M N o ~ L N 'O v- N ~ i O N (O ,~, N p v W ~. p M N C O ~ ~ ~ ~ O Q w 0 o ~ Y . CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-18 GEOTECHNICAL INVESTIGATION (Borehole Logs) L a U W N N 0 z a~ SOLINA ROAD --- SOLINA ROAD , ~ ` Ht~tl.~ 1 y ,[~, L~ /N~ W r ~ 4 Q m '"" (( ~L O ~ M W vJ U U m ca m WASHINGTON ROAD a ~ m o 0 ~ ~ ~ 00 o ~ U m Z ~ N U m r m ENFIELD ROAD V J W W 1..1.. ~. m LL z ~_ F- Q U O Q ~. Q Reference yo : SZi~_7-(?.1 Boreh ole lino i Enclosure No : 2 Client : ~iunicipaiih~ of (aarin~ton do'I:till Project : Pavement Rahahililaliun Method :.luger Location : Concession Rd 6, Nast of h:nficld Rd Diameter: 11Umm Datum Elevation : Date : Fehruar. IS, 211(18 SUBSURFACE PROFILE SAMPLE i I ~ ~ ' I l Standard ! Water % I i o_ ! L ( ( L ( u Penetration ' Plastic Limit i Remarks ~ a j ~° L ~ ~ a Blows/300mm ~ I Liquid Limit j ~, ~ 1° i 3 ~ I ~ ~ ; z 20 40 60 80100 10 20 30 ~0 ~ z + ;- : ~I 0 ! Ground Surface i aLUb 1 ( .~SPI{:U:1' (6U mml i ' a.. . ~ ~ •a'; • '• ~ GRANULAR BASE ~' i ~ •d'' `' -U.32 ~ a'• ~ I ~ ~' i a i ! :v i „• ~ i I .- ~ GRAVELLY SAND . ' ; ~ ' I _~ i Jlixed sand and gravel, trace i , I r organics, bniwnish grey, moist ~ ~ ~ 2 AS . I • ~ ! `.,I ~ 1 ~ ~ ! i ( j ' •t ;'~a ~ ~ ~ I ~ I{nd of lioreholc ~ I ' ~ I ! I ~ i t ' i I i j ~ ! ! ! ( I _ f I ! ! ~ ~_ ~ ! TEA. WOOD ASSOC7A7'ES Ld~I~T'ED. _ Uisk ~° : Sheet : 1 of 1 Reference No : S2jj-7_[~,\ UO~e~dle ~'~ 2 l E I 1 nc osure ~ o :3 Client : \lunicipalit}~ of (;laringtun clo'TSII Project : I'avemcnt Rchahililaliao Method :.\u~cr Location :Concession Rd G, F:ust ut F.nficld Rd Diameter : t lOmm Datum Elevation : Date : Fehruan• li, 211118 SUBSURFACE PROFILE SAMPLE ~ j 15 i i ~ ~ ~ i ~ Standard ~ I4 Water ~ ~_ i ~~ i y l ° ~ Penetration ~ Plastic Limit ~ Remarks j ~ ' ~ ~ ~ ~ =~ ~ 1 Blows/300mm ~ Liquid Limit ,.. ~ • " ~ ~ I T ~ '' i 1:~i3 z~F;z . 20 ~0 60 80100 ~ t0 20 30 ~{0 i 11 l U' Ground tiurface ~ ~ I ~ ~ 1 ~ ~ { ~ ~• ~? ~ I i 1 GRANULAR BASE ~ 1 AS ~ ~ ~ (311 mm) -(1.39. I ; I I ~ .. :, I , i ~~~. i i 1 i :~ ~ j ~ SILTY SAND ~ ~ J9ixed Band and silt, trace travel, and i topsoil, hrnwn, moist ., 1- I ~ I ~ ' ~ ~ i ~ I 1 ( ! ~ i t•:nd of Bnrcholc ~ i j ~ . _ i ~ I _ ~ i i ~ i r i ~ • ' ~ i ~_ ; [~A, W.OO1) ASSOCIATES LIMITED Disk Vo: Sheel : 1 oC 1' Reference tYo : ~Z;S-7-12:1 L.iQ~Q~®le L 1'® 3 Enclosure ~o : a Client : llunicipaiih• of ('larin~ton c/o '1'S11 Project : I'avcment Rchahiiitatian !Ylethad :.1u„cr Location : Concession kd G, h:ast of Enfield Rd Diameter : 1 lOmm Datum Elevation : Date : Fehruan• la, 1t1t18 SiBSURF.aCE PROFILE SAMPLE I E ~ ~ ~ I ~ I I Standard ~ Water o ~ E( I ! I ~ Penetration Plastic Limit Remarks I C I ~ .n° I C I E ~ -'~ ( Blows/300mm ~ Liquid Limit i I°i - 1 c° I ~ ; ~ ~ 3 Z F Z 20 90 60 80100 ~ 10 20 30 ~0 I ; ; , , , ~ , ~ ; it ' O i (;round Surface I i I I I i i .~SPH,U.T Sit mm i ~ I I :.._ °•°~~, ••~ i GRANULAR BASE ~ .•~''• 1 :~S ~ i (300 mm) "~ o~ ~ I ..~ ~ I I -0.35 .• ~° I i ~ ::::~ I ~ ~ CLAYEY SAND AND TOPSOIL ~ -' I ~ ::: o I I I ~ r ~[iscd clatcy sand and topsoil, ~ brosF•nish grca, moist ...~ ; .~ ( I i , i ~ ~ :r 2 :\S i I I l- I :~ I:: :::i :: I I I ~ I ~ I i I : I:. .. .i ~ ' ~ ~ j _i.2 ; ~ ,:::., ~ .. ~ I ~ 1 i End of Borehole . I i ~~ ' ~ ~ I I ~ I j f I i i I I I ~ ~ j I i I I I I ' I I ~ I ' ~ i ; i i ; j i I ~ i I I ! I I i I I I ~ I i ! j + ! ~ ' i 1 ~ j ~ i ' ~A. •i~'OOD AS,SOCIATE,S` I,I.~IIT.~I~ Disk Vo Sheet : 1 of I Reference No : ~2SS-7-lZ.\ borehole ~o 4 Client : ~lugicipalil~~ of Clarington c/u l'SII Project : I'avcmcnt Rchahililation Location : Conression kd G, l?ast of t;nftcW Rd Datum Elevation Enclosure No : S Method :.\u~cr Diameter : 1 tOmm Date : Nebruan~ l5, 21108 Tl A. 6T10®D ASS`®CIATES LIMITED Disk ~o: Sheet : l of 1 E2zference Yo: ~Zij_7_(2,~ B®~'~IB~dt? 1 i'®~ S Enclosure No :6. Client : ~lunicihalih~ of Clarin~u m c/o'1'Sll Project : 1'avcment Rchabiiitatiu° Method :.~ugcr Location : (:oncession KJ 6, N ast of }:nGcW Rd Diameter : I IUmm Datum Elevation : Date: Februan• Ij, 211118 Si16StIRFaCE PROFILE SAMPLE • I ~ Standard i Water o i E ~ ~ Penetration i Plastic Limit Remarks ~ I I I a n E' „ ~ Blows/300mm ( Liquid Limit c ~ c ~ III ~ 3 z ~ z 1 20 ~0 60 80100 ( I 10 20 30 JO 11 ll I. Ground Surface I ~ ~ i .~SPtLU;I' ~ttl mm ~ ' i I j o~w•: ;_~.:.,: ~ ~ GRANULAR BASE • '~ 1 :1S I (3111 mm) ~' • ~~ •: -11.39 ~ _, i I :::~ ( 1 I i I ~ i SILTY SAND ~ ::::: N ~ ~ I j :: ::: '~ i~•liscd sand xnd silt, trace ~ravcl, •rnd I` "'~ fnpsoil. hrown, moist ~~~ ~ 1 ::: I~ ::: 2 :,5 ~ ,~ ~ ,... ~::: r ,::~ I ' i 4:nd of Borcfiol° • I ~ t 1 ~ I ~ ~ ~ ~ ( i • ~ { ± I I i j ~ ~ j i ~ I ~ I i j ~ vA. WO®D ASS®CIA~'ES LIMITED °is!` ~°.~ _ Sheet : 1 of l Reference \o : ~Z~5-7-12.~ borehole No 6 Enclosure No : 7 Client : \lunicipality of Clarington c/o'1'S11 Project :Pavement (2chahilitatinn Method :.~ugcr Location :Concession kd 6. East o(P:nficW Rd Diameter : l1Umm Datum Elevation : Date : Fchruan• lj, 211118 SUBSURFACE PROFILE SAMPLE I '" ~ ~ ~ ~ ! ~ i Standard ( ~'Vater ~ ! g I ~ I ~ I ,, I ~ ~ Penetration ; Plastic Limit Remarks A s t i ~ ~ i ~ ~ =~ Blowsl300mm I Liquid Limit { " I ~, i ~ i ~ ~ ~ i ~ 1 20 10 GO 8010U j !0 20 30 d0 11 0 (;round Surface ~ ~ .~St'll.\1:I' (1t1 mot) '• I i I ~ • I i ! ' _ _ e ~ ! il;: ~ ;. ~ GRANULAR BASE { I.~b I :~S o. , . ' (37i mm) i ~ ~~^•: { ` I .1 I ; ~ ~..:::~ I:::::~ ~ { I I i ~ I ~ SILTY SAND : ;~ :~ ~~! ~ ' 1 ~t _ .. ... I ! i ~iised sand and silt, trace gravel. I ~ ~ hrtlt5'R, mold ~ j~~ ~~ ~~ ( • • 2 ~ I I j ~: ~ : s i.: • ~ I i I I - i i ! ,::. ; ... { . t•:nd of 13orchole . 1 ~ ~ ! ' ' i j i i i i ' ~ ' i i t ~ ~ I i i I ~ ~ ' I i i t • . • ~ vA. t~~OD ASSt?CIATES LIMITED. . Usk va : . Sheet :• l of 1 Reference Vo :5255-7-I1.\ ®~'eYl ~~~ ~®~ 7 Enclosure Vo : 8 Client :Municipality of C'larin~ton c/o'1'S11 Project : Pnvemcnt Rchahilitalion Ytethod::\ugcr Location :Concession Rd 6, least of M:nticid Rd Diameter : 1 lOmm Datum Elevation : Date : Fehruar~• I5, 311(18 S(BSURF,~CE PROFILE SA,riPLE E ~ ' ~ ~ j Standard I Water ~ I g . ~ i i ~ l ~ i I ~ I Penetration I Plastic Limit Remarks a I L I ~° l y a ~ ~ a~ Blows/300mm I ~ Liquid Limit I ~ i =~ Q I ~, ' '° ~ ! T ~ 1 f~ l3 z ~ zl 20 X40 60 80100 j t0 20 30 JO i I I n + l 11 ! 0 Ground Surface ' j i :0 = . ~ • ~ I I GRANULAR BASE • tr~' I :\S j (3511 mm) I `~: ~ -11.39 ~ ,.^ 1 I 1 ; i ' S1LTY SAND ~:::: :~ ~ _~ ~ ! i i I I ~ ~ ~ _ ~liscd sand and silt. trace gravel, ! 1 ' ~ I brn«•n, moist ' •a I ~ I 2 :\S i I ::~ t o l ! I :~ ~ j ~:::::a ! ! I f , ~...:~ ~ ::: I i ~ i I i I{nd of liorchule I i I ~ ! i_ i I j I j I ! i j I ~ i s I I i I i ~ ~ I I ~ I • i j ~ I j I I I I ~ i I ~ ! ~ I ' ' ~ I ~ 1 ~ ~ j ~ I i ~ . V A. . 6~'OOD AS`St~~IA ~'.~S LI14~IIT'ED Dish ~o : ' Sheet : i of l Reference ~o : ~ZSS-7-12:\ lB®1`~Qle 1 tl ®~ 8 Enclosure Vo :'1 Client : \lanicipulii}` of ClarinKwn c/o •ftil I Project : I'a~~ement Rchahilitation iNethod :.\ul;cr Location :Concession Rd 6, Nast of Enfield kd Diameter: I lOmm Datum Elevation : Date : Fchruan• la, 211118 SUBSURF>CE PROFILE SAMPLE j I i is ; I i I Standard ~ \Vater ~ I ~ _ ~ ( L i „ Penetration i Plastic Limit I Remarks ~;, ~ s I ~ ( _ ' ;$ ' d ~ ! ~ ~ u BIow5/300mm Liquid Limit c i ~ ~ ; ~ ~ 3~ ~ ~ i ~ ~ Z~.z 20 d0 60 80100 ,,,,,1 l0 20 30 a0 ,,,,~ II ' 0 ~ Ground Surface j .\SPtIAL7~ 50 mm I. , GRANULAR BASE :~•• I :1S a•~. i i (37i mm) " f1.a2~ i Q•'~• i I::::: I I ~:: ° : .- ~I ~ ( j I I SILTY SAND ::°: ;• :; ; ~ ~ ~ ~ ! I' inc sand, some silt, dari< hrown :: : ..+'cl :j ~ l-: j 2 :151 ..:: .. :~ ( ~:::' i:::::~ ; I ` • l -1.2 i' ~~• ~ ..~ ( i I 1 I ~ l~;nd oi' Borehole i y I I i i ~ I ~ ` i i i i i i i 1 I i j • ~ I _ ~ ~ ! I I . ; i I .. vA. .WOOD ASSOCIATES LIMITED Disko: Sheet : 1 of 1 Reference iVo : S2:ii-7-12:~ ®~'~!l®6e N®~ 9 Enclosure Va : 10 Client : ~1unieipalin' of Clarintiton c/o'!'Sil Project ; Pavement Rchahiiifalion Method :auger Location :Concession Rd 6, h:ast of Enticld Rd Diameter : i tOmm Datum Elevation : Dade : February IS, ZII(18 SUBSURFACE PROFILE SAMPLE I 'e i ~ ! ~ ' ~ Standard I Water % j ~ i ~ i ,, I ~ Penetration ; Plastic Limit i Remarks ~~ i ~ a i L s Blows/300mm Liquid Limit c ~ a ! ~, ~ ' 3 ~ i z V, ~ i- ~ z 20 40 60 80100 I 10 20 30 JO 11 i 0 i Ground Surface .1SP11,11:1' ~tll mm ! '~.~. GRANULAR BASE ~ 1 :1S (dll(I mm) ~•~` ! i ° - di.~J ~ ~ Q ~; I ~fl~'`: ::~ ~ i -~ •::~ :: ~~ i SILTY SAND ~•• j Mixed sand and silt, trace gravel, ~ ! hrnwn, moist i i i i~ ~ :~S I - :~ ~~~ ( • i 7 I :: :: j I l:: ° ; i...: , i 1 I ~ ~ i ! i i ~ ,.. ISnd of 13orcholc ~ 1 I ! ~ ~ , ,_ i • vAm ~O~D ~4.5`S®CIAT'ES LIMITED Disk ~o : , Sheet : 1 of 1 Reference ivo : S2ij-7-12.~ ,~orehoCe 1Wo 1® Enclosure ?lo : 1 I Client : \lunicipalit~~ of Clarin~Wn c/o'fSll Project : 1'avcmcnt Rchahititatioa Method :.1u„cr Location : Concetision Rd 6, F;us[ of Enfield Rd Diameter : ,1 IOmm Datum Elevation : Date : Hebruan~ IS, 311(18 SCIBSCIREACE PROFILE SAMPLE c i ': ~ j Standard Water i ~ ~ ~ L 1 „ I Penetration Plastic Limit i Remarks I y ! j ~° ~ ~ y ~ ~ ~ I Blows/300mm Liquid Limit °' i , ~ £ f a ~ ~ + °' ~ i 20 40 60 80100 10 20 30 40 :~ ' C j rn~ ~f ZI F Z i (1 ~ C: rnond SUrfill'C 0 F ~ ~ ~ ~ I ~ ' .~SPli:~l.l' (4l1 mm) ! ~ ! ~ GRANULAR BASE I I I I .aS ! I I I I n.al~i ~ ~ r?.y.:. ~:: 7 I:::: ~ I I SILTY SAND ~::::: = ~ , .:..: . i Mixed sand and silt, trace grav !:::: el, ~ ! hrnwn, moist ~~ ~~ a 3 :1S ~ i ~ 1-11 ~:::: ~~ ( a i ;:::a ~ { ... ~ [•:nd of 13oreholc i r ~! ,_ ' i ~ I 1 ~ f i ~ I I j I i i ~ ' ' i ! ~ f ~ ; ' ' ,,~ { .. 1 . - ~A.• W®OD ASSO.CIATES LIMITED D`sk vo. - . Sheet : 1 of I 1 r= a~ 0 U C W N ~-- tt~ N tf~ O z v-= a~ ca N OLD SCUGOG ROAD ~ = O O Z 0 w p ~ HOLT ROAD m BAKER SCHOOL ROAD = m N 2 m _ SOLINA ROAD o m .- m ~. ° Q 0 ~~ m Z 0 -- ~' W U U d7 N 00 ENFIELD ROAD W J 0 W m lL z ~_ U O J ~--- Q ~_ 0 Q HIGHWAY 57 Reference No : S25-7-12B ®j"~~Qle L•Y~ ~ ~ Enclosure Vo : 2 Client : ititnnicipality of Clarington clu •1•Sil ~ • Project : Pa~~cment Rehabilitation ~ Method :.~u!~cr Location :Concession Rd '. I•:nsi of EnGcld Rd Diameter: I tUmm Uatum Ele~~a[ion : Date : Fehruar. Ij, 2f1118 SUBSURFACE PROFILE SAA•[PLE ! I ~ ~ ~ ~ j ~ I Standard Nater % ! c j~ ~ I I L 14 ( Penetration Plastic Limit I Remarks '4 I - I ~ ~ ~ ~ Blowsf300mm Liquid Limit l ; d ~ ~ ~ 1 ~, ! ' ~ ~ ~ ; ~ i 20 JO 60 80100 ` 10 20 30 ~30 i I fl Ground Surface 1 I ~ I f -ILUG . 0 .~Si'll:~[: f (Gil mm) ~ • ®i Q I I . ~_ ~... i i j j a ~.:. fi ~ ~ GRANULAR BASE ' . b:- . ~•': I ~ -toll tnm ~•`' ~ i I I o-• I : ii :~ ::. ~ • .< o; I ~ i i I ~ ~ :: :: :: : :~ :: : I CLAYEY SAND and TOPSOIL ~ Clayey sand e•ith topsoil, l;rcyish brown, moist J ? :1S ~ 1 I -1.2 End of t3oreholc I l I i f i t ~ 1 ~ ~ 1 f ~ ~ i I ( ~ j i ( ~ ~ ; I , ~ I ~ I 2- r I + i V.A. T~O~D ASS'OC'IATL'S LIMITED Disk No Sheet : 1 of I Reference \o : S2i;-7-1213 ~Qr-eh®IE 1 Vf~ 2 ~ Enclosure ~o : 3 Client : ~•iunicipalit}~ of Claringtnn clo TSII • • Project :Pavement Rehahilitation ~ Method : auycr LOCat10n :Concession kd ?. t{:1st of 1•:nficld kd Diameter : 1 IUmm Datum Elevation : Date : February I,, 2008 SUBSURF,><CE PROFILE SAAiPLE I . 1 ~ I i ~ ~ Standard ~ Water ~ I Penetration Plastic Limit ii Remarks i .4 ~ ,~ ,a y ~ y 'a Blows/300mm ~ Liquid Limit I ^ ' ~ ~ ~ E ,r .. VI " t~ ' ~ I Z' ~ t" I ~ z f 20 •30 60 80100 ' 10 20 30 a0 l 1 1 1 1 1 I I I 1 I 11 i <7raund Surface i I O ILUGS~ .~SPILU:1' (fia mm- I ~ ~~ I r I 1 { ~ :~;- . i 1 •~'_~~ I .~S I GRANULAR BASE - r•'>, ~ ~`::,.'. o~~ ~_ (::~ I i t ( N I SANDY CLAYAND TOPSOIL c Sande clay with topsoil, Irrcyish brown, moist 2 :1S 1 I -I.Z End of 13oreholc •~ I I ~ ~ I I i y I 1 ~ I ~ 1 i ~ I ~ ; I 1 ' ' 1 1 ~ { i ~ I I ' ~ I A. WOOD ASSOCIATES LIMITED Disk Vo Sheet : 1 of I Reference Yo : i255-7-1213 ~®re~2®lQ .NQ! ; 3 Enclosure ~o : a . Client :Municipality of Claringteu c!o l'S11 ~ ' Project :Pavement Refiafiilitation ~ Method ::~ugcr Location : Concession ltd 7, I(:rsi of Enfield Rd Diameter : IIOmm Datum Elevation : Date : Fclrruan• I5, ?III18 SUBSURFACE PROFILE SAMPLE I i6 i ; I i Standard I Water% ~ l _ Penetration ~ Plastic Limit Remarks ~ u b ~ ,~ ~ ~ y i p ~ I -'~ Blows/300mm Liquid Limit 1 I ~, i ~ ~ ~ r ; ~ 20 JO 60 80100 t0 20 30 ~l0 :~ ~~ !:n!~izl iz i 11 i U i Cround Surface ~ i ~ 1 I .\SPIL~t: l' 1511 mm- ~ ~ j t -_ ~:. 4 ?~~~': I ... ! I i ~ ~ GRANULAR BASE •:•~ I I I .~S ~ ~ J110 mm ~ .._ ~ ~ ~•. i i -11.35 ~ jb.:;:,..' I i ~ I i i {:: :' ! ~ v ~ i i i i J ~ N CLAYEY SAND and TOPSOIL (aeyey sand with topsoil, grey, moist 1 2 :~S •' , 1 -1.2 .... End of 13oreholc I I ~ ~~ I I ~~ ,, ~ , ~ ~ !~ I~ j ~ ~ ~ ~ i ~ i , i z- I ~ i ~ ! ~ V A. T~'OI~D ASSOCIATES LIMITED Disk vn : sheet : 1 ar I Reference No : ~2a~-7-t113 ,~®1't°h®l~ 1 ~ Q 4 Enclosure Yo : i Client : \9unicipalitY of Clarington c/ir'fSll ~~ h- Project : 1'nvcmcnt Rehabilitation • vlethod ::~u~cr Location : C~unccssion Rd '. Fast of Fnlield Rd Diameter : I IOmm Uatum Elevation : Date : fehruar~ 1,. 111118 Reference No : 525-7-12l3 BOl~eflOle No S Enclosure ?!o : G ' Client: ~ltinicipriity of Clarington dol'Sll ~ . Project : I'avemcnt Rchahiiitatioh \'tethod :.~ugcr Location : (:onccssion Itd 7. 1{:1st oil•:nlicld Kd Diameter: l li)mm Datum Elevation : Date : I~chruary 1~, 31111$ SUBSL~RF:>,CE PROFILE SA,riPLE ,. ' ~ Standard I Water ~; ~, I L I I ~ Penetration j Plastic Limit ~ Remarla a s! I~ ,~, ~ I v I z 81ows/300mm ~ Liquid Limit I ~v~Til z'r~Z2U40 60 80 100~ 102030 a0 i II 0 (;round Surlacc ~ i ~ .~SPII:U.'1' Intl mml ~` I E i i. ~a~~;j GRANULAR BASF (O`"" 1 ' :15 ' ! i i ~ti~. ' ~ 11.37: ip~¢~ ~ ' ! i ~ti ! ' ~ i r i ti ~ ' ~ i ~ i !~~ I ~ j ~ f 1 , 1 ~ 1 ti ~ ~ ~~ I l i ~ ~~ i~ ~~ ~ ~ 1 ~ j TOPSOIL AND SILTY SAND ~ ti ~ Mixed to >soil and silt}' srnd, grey, 1 moist N.. ( I ~ • i N I ! i ~ 2 :1S I ~ 1-; ~ I r ~~ ~_~( ~ land of liorchole ! ! -_ ' I ! ~ ~ 1 ~ i i I` 1 . ~ ~ i i ~ I -la~ ! t~ ~ ~ i~ j r ! i j , i I ~ ~, ~ ~ I ! i I i ' 1 ~ ~ i ~~ ~ i ~ I i I! A. W®~D ASS~CIA TES ~IMI TED DISK VO Sheet : 1 of t borehole No : ~ Enclosure ~o: 7 .Reference X1.0 : ?255-7-12t3 . Client : !~lnnicipality of Claringfon clo'1'SII ' ~ Method ::~u~cr Project :Pavement Rchahilitafion • Diameter : I {Untm t.ucation : (.onccssiun Rd ?. f{a,t o(F'nticld Rtl Date : I~ehruar~' 15. 200li Uatum kCleeation • St~B50RFACE PROFILE SAMPLE ~ i , I I i Standard ~ Water % ~ ~ ~ I ~ Penetration I Plastic Limit Remarks ~ c ' i ~ L ~ ~ i Blowsl300mm 1 j ~ ! Liquid Limit I ~ s ' £ ~ a u ~ ~ ~ ; % ~ 20 JO ti0 SO 100 y 10 20 30 10 1 J - J ~ ~ I ~ ~i ' Z l"' ~ 11 1~ I 1 ___ i I II t- C:round Surface ~ I i ` ' f ~ ~SI'Il:~l:l't2>ntm- r~•r j I . 1 : ; ! ' GRANULAR BASE Qo° . I I i (375 mm) r>jf~..,.' ~ I ~ 1 Fti ~ 4 ~, I ! 9 E` f _tl.a j I ~ ~ ~ I ~ ~ r i I I I I I ' SILTY SAND and TOPSOIL , , i a I I tiihc sand with topsail, hrownish t;rcy, ~ ~ :::~ • • . i ~ moist :~ I ~ 2 :~S I • ~ (~ i ..... I i l ~" I:::'. ' i ! _1,2 I i ;... I i j Lind of liorehotc j i i ~ I I I I I I I ~ I i I i ~ i I ~ J - 1 ~ ~ ' '' ~ ;1 ~ ~ i ~ + I i ( ~ I I ~' ' , ~ i f j { 1 I ~ 1 1 I Disk N o V.A. WOOD ASSOCIATES LI~~IITED Sheet : 1 of l Reference Vo : ~ZS~-~-1213 ~O~eh~le 11'O 7 - Enclosure N'o: 8 Client :.llimicipality of ('tarington c/o'1•S11 - Project : 1'uvement Iicfiahilitatil-n - ~ Method ::~ugcr Lualtion : t'onccssinn Rd 7, 1{asi of I•:nficld kd Diameter : 110mm Dutum Eleeatioo : llate : Fehrual~• !S. 311118 SL~BSURF.aCE PROFILE S:~AIPLE ~ • I ~ I I ~ Standard ! Water @ ~ ~ ~ ~ ~ , Penetration ~ ~ Plastic Limit Remarks ~ s ~ I ° ! ~ 1 ~ I =' ~ I ' '• Blows1300mm ~ .." I v a i Liquid Limit i J ` ~ • i ~ ' = i ~ 1 ~ ~ 30 ~o ~o so loo l0 30 30 ~a , i :A 1 ! Z Z 1 1 1 1 I 1 1 1 1 !I (;round Surface I) ' ! ~ ~ . j ~ i ~ ~ I i i ~ :~ ~} `• I I ~ GRANULAR BASE f4 .•.:~ • 0 ' i 1 1 :~S I n.3~~: (2jfl mm) ~'~._ kQ''~ ,:.~~ :. ~ i 1 • i: I~ - r. :~ . : :. :: :i :.. : I j ~ { •• i i 1 • ~ SILTY SAND : :: Siih sand wish topsoil, trace gravel, "' ~ I i brownish I;rcy, moist i I • ! ! 1--I I I : • _1_~ ~ : ~: ISnd of 13nrcholc I I 1 .I .: • 3- i 1 i I + I i I ~ ~ ~ ~ ~ I ~ j i i i I ! 1 V f~. W®®.~ ~,ss®~~f~ 7'~~ ~~1~,~~~~ Disk \o Sheet : 1 of I Reference No : S2SS-7-126 ~O1'ehO~e NO 8 Enclosure No : 9 .Client : R•Innicipality of Claringwn do:CSll ~ • Project : Pavement Rehabilitation Method :Auger Location :Concession ItJ ', I{ast of I•:nfield Rd Diameter : I Ulmm D:~tum Ele~•ation : Date : I~rhru:u•~• t>, _'llu'S SUBSC!RFACE PROFILE SAi41PLE ~ I I j ~ Standard N'ater % ; i ~ 1 I L j I ~ j Penetration f Plastic Limit Remarks ~; ~ ' ~ IIII, L ~ ~ I ~ j a ~ Blows/300mm , Liquid Limit I ~ I •, E ~ t0 ~ ~ ~ T ; ~ ` 20 a0 GO 80 l00 ; 10 ZO 30 ~l0 _ u ~, ' i/: ~ i Z I~ Z _J I I 1 I I 1 1 I 0 0 Ground Surface i ~ ~ :~SPIL•~l: C (2i mmt onn:~ ~ , i:p I ! ~ I I ! 1 GRANULAR BASE `• I i .... ~~~ IbJ{~~66 I 1 11.37i~ I"•~.. i 1 I ::::~ I ! ~ •~ I ~::::~ I I S1LTY SAND Organic stained silh• sand, trace ~ra~°ol, grcp, moist i ' ~ l -+ i -1.2 ~ i P.nd of Borehole 1 'I i 2- a c • I~ i I ~ I 3 ! ~ ~ i i I ~ { ~ ! ! i! A. WOOD ASSOCIATES LIIVII TED s 1 i 1 Disk V o Sheet : I of 1 1_ --~ i ~, i ~-:: i I Reference.`1o:~2SS-7-I?B 1DOL~e~lQ6e1YO ~ EnclosureiVo:lll Client :~~•iunicipalih~ of Ctaringtim do'1'Sil ~ ' Project : 1'avcment Rchahilifation ' . Method :auger ' t_ocution :Concession Kd '. I{:~st of b:nlicld Itd Diameter : 1 lllmm Datum Elevation : Uate : l~chruarv li._11U8 .SUBSURFACE PROFILE SAMPLE I ~ 1 I ~ ~ ~ ~ Standard ~ Water% e( I i i ,, ! ~ I Penetration ~ Plastic Limit ~ Remarks a S '~ s ! ~ ! ~ 1 ~ ~ y-'~ I Blows/300mm Liquid Limit ~ ~ ' ~ 20 JO GO SU 100 10 ZO 3U a0 J :J t ,', ~, n I Z I Z 1 I 1 I I I I 1 I I ~ 1 1- 1) ~ (:rnund Surface ~ ! 1 ' I ~ ' y GRANULAR BASE ~cn I I I .tS I I ! ' I I (31111 mnq o,, I .::. ~:~~~.. 1 11.32 ~ ~ ~i. ;aQ • '7 i ( •~ .., I ~ i:~ ' I i I:: ::: ~ I ~ ... _~ ~ I rI i 1 SANDY CLAY ., Sandy clay with some topsoil, trace I I gravel, dark brown, moist ., .. • I I ~ I -1.2 ~ I ~~ i Isnd of Borehole I i ~ ' ~ ~ I i ' i i ~ I ~ 1 i I ! ~ ~ ~ I ! I r j ~ I t ~ ~ ; ! ~ ; j i i z-~ i j I I V.A. WOOD ASSOCIATES LIlyIITED Disk No Sheet : I of 1 Reference Vo : ~2Sj-7-1211 ~®t~ehole NO d.® "Enclosure ~o : I1 Client : ~lunicipafitr' of Claringpm do'a:Sll Project :Pavement Rehahilitation .• ~ Method c :~u„cr Location :Concession RJ ?. (Cast ol•!•:nficld Rd Diameter : 1ltlmm Datum Ele~atit~n : Date: I~chruar~ 1~, _Ig18 } SUBSI~RFaCE PROFILE S,~AIPLE i ; ~ I i Standard Water % ' i L ! ~ ~ i Penetration ~ Plastic Limit Remarks ~ ° - I ~ ~ I ~ ~ ~ ' ~ lBlowsl300mm a ~ ~ Liquid Limit b ",- ` ;, + $ ~ + ~ ci ~ ~ ZO ~0 GO 80100 ' Z~ 10 20 30 d0 ': :n ~ i, Z i ~ + + ~ + + + ~ II (;round Surface I I I ~ I i 0 i ~ ~ • 1 ~ .~S ~ GRANULAR BASE 9.. . ~ I ~ I 4 '{ ~ °~b f- . - I ~ I I i Il.~t'~' _ . , rp•..~. SANDY CLAY '• I ~ :1 .~ :.I p y I I t 1 I Sand}• clap with .r'omc topmil, trace I ;; ;; ; ! I I ! I ~ gru~~cl, dart( brown, moist 1 ! i :: • :~ J ~ -t' I I i ~ f i I F.nd of Borehole i ~ I 1 I I i y 1 ~' 1 ~ ~ + ~ j i I I t 1 1 i + i I i ~~ I V.A. WOOD ASSOCIATES LIMITED Disk Vo Sheet : I of 1 it ~: Reference Vo: ~2j5-7-t2i3 ~®j't?~II~C ~(,~ ~~ Enclosure:vo: I? Client : ~luriicipality of ("laringtoddo'1'Sli ~• ~ '• • Projec4 ; Pavement Rehabilitation .. Method ::1u~cr Locrtion : Conccsiou Rd 7. i{:ut of F:nficld Kd Diameter: I lllmm !)alum Elevation : Date : I~cbruan~ IS._Ip18 SL'BSL!RF:1CE PROFILE S,~~iPLE ' a I ~ I ~ i ~ I Standard 1 Water o c i i I ! I ,, j I d l ' ~ Penetration I Plastic Limit ` Remarks ,~ ~° V ~ I ~ - ~ Blows/300mm Liquid Limit i E ~ '` ~ ~ ~ i ' ~ 20 a0 60 80100 ! 10 20 30 ~0 ~ s ~~ z z ~ ~~ ~ ~ ~ ~ ~ 11 Ground Surface ~ 3 j ~ U t).Ub~ .~iP11.11:1' (65 mm1 ® •.~ e: ~ ~ 5 t `I?6 ~.==~ ,.Q• U• " 1 ~ ~ I ~~`~ i ~ I ~ :~s ~ 1 i ! ! ~ ~ I GRANULAR BASF (;i >~d , i i i ~ I I , (all mm) G . ' 1: !~.:: I i I Il., l ,i i~..- ~ j j j ~ ~ i I ~ I :: :: : a 1--i SANDY CLAY Sandy clay with some topsoil, trace };ravel, dark brown, moist e I • i I{nd of Borehole I ~ i I ~ j ~' { I ~ j ~ IIf ~ ~ ~ ! 1 I ~ i i i ~ I I ! i I ~ ~ I i i j j i i ,~ V.A. W4®D ASS`~CIA7'~~` LI1~~~'~~ Disk Vo Sheet : t of 1 Reference Vo: >25j-7-[28 ~~PL'h®le L ~'® ~~ Enclosure No: 13 Client :Municipality of ClaringGm c/o'1'SII ' Project : I'avcment Rchahilitalion •• • Method :auger Location : Concession Kd 7. East of IinfielJ Rd Diameter: I IOmm [lan:m Elevation : Date : Februarc I>.'_II(18 SUBSURFACE PROFILE SAMPLE j I • j I ~ ! Standard i ~'Yater I ~ i { ;, { Penetration j Plastic Limit Remarks { Blows/300mm i Liquid Limit ,_ a ' ~ ~ ~ ~ - ' , ~ ~ y « I ` c I ~ ' ~ ~ - ~ ~ 20 ~0 60 80100 ': l0 ZO 30 JO ~:n ~ ZrZ ~,~~ ~ ~ ~ ~ ~ 11 0 (:round Surface 1 ' IL11(,: .\IPILILt•16j mm) ~ ~ e ~~ I 1 i I ~ • . i t I.~S . ~ . • I GRANULAR BASE ~ ~ ` ~ . tp+~' -o.-1J - o°F~ ' ~ i ` ~ I i ' ~ , ~ ~ ~ . 1 I I ~ ~ I I -+ /v '~ ~ { I I I ~ •.~ I { I TOPSOIL ~ c I - ~v ! 'topsoil with some sand and gravel, ti grey, moist ti I • 1 i N 2 :~5 ti ~ ; ' I -1.2 ~ ~ ~ I [~:nd of Borehole i I I ! I ~ ~ ~ ~ i i I I I ~ } I I I ~ L I I i I ' ' ~ I ~ ~ i t ~ i ~ l ! ~ ~ j i ' i ~ ~ i ~ i ~ I I I i ' I 1 ~ f I ~ i I i V.A. WOOD ASS®eIATES LIMITED Disk\o: Sheet : 1 of I Reference :Vo: ~2SS-7-1113 ~®D'~~d(1~~ ~~ ~3 .Enclosure No: IJ • Caient : \lunicipaiity of (:larington clo-'I'511. ' Project : Pavement Rchahiiitation Method :.:~ugcr , Location : ('onccssion Kt! ;. Iias1 0l' l:nficld Kd Diameter : I Illmm Datum Elevation : Uate: Fehruar~ 1~. ZIIII$ Sl'BSURF.aCE PROFILE S.-',OIPLE ~ , ! j ~ i ` Standard ; 1Vater e ~ ( ~ ~ ~ i ~ Penetration i Plastic Limit I Remarks '~ ,~ i ~ I v ~ a . a I ~ ~ Blows1300mm ! Liquid Limit `",- ; ~ ~ : ~ i ~ ! ~ ' ~ ~ ZO a0 60 80100 10 20 30 a0 ; II 0 Ground Surface ~ ~ j ' , t_. fi~ I i I ~~ i 's;°Qg ' 1 :~S 9:.. GRANULAR BASE ~Q';. I ~ I I ~ ~ a~na (a5ll mm) ~ i i [~ib~"t IQa:i~ ~ I 1 -. ~.'. •.•~ I ~ 1 I ~~ ~ ! I ! ~j N l I ~ '~ ~ ~ TOPSOIL ^~ :-1~~ I I ~ ~I • { 'topsoil with some sand and gravel, ; grey, moist IN I t } ... 2 I :1S I I ~ I ~ti ~ ~ I ~~ ~ 1 ! .. j l?nd of Borehole I ~ i t ~ ( l ' i ~ I ~ I I ! ~ ~ ~ ~ ! i I 1 t ~ I i I ; ; i I t ~ ! ~ ~ j ~ ~ ~ i ~ ; i ' ~ I i ~ ~ Z- , vA. T~'O®D ASS'®~'IA7'~'S LIIYIITED Disk ~a . Sheet : 1 of 1 Reference No: S2S5-7-IZB ®t°~1.2~1e 1 ~'Q 14 Enclosure No : IS Client : ~itinicipality of•Clarington c/o'fSll Project : I'avemcnt Rehabilitation ~• - Method ;:\u~cr Location : (~nnceasion Rd 7. l•:ast of f•.nfield ltd Diameter : 1111mm Datum Etecation : Date : I~cbruan !i, 311118 - SC`•BSURFACE PROFILE SAMPLE ' , t ' ~ ! Standard ~ Water% j c i „ I Penetration i L Plastic Limit ! Remarks r °- ' e ~ ~ ` , ~ ~ i V s Blows/300mm i Liquid Limit s ! y E ! ~ a ~ ~ ~ ~ ~ 20 JO (0 80100 i 10 20 30 a0 . ~ ~ 5 Z~ r Z ~ i 1 ~ i 1 1 1 i 11 I (~1'OUlld tiUPf:II'C ~ ! ~ ! ~ I ~ ~ f 1 ~ i ~ r 1 I • GRANULAR BASE * •''• • I 1 j :\S ! , j (3110 mm) ~. 1 ~ ~ ~ I ID~~ -1'1.3-{ ' Ftinfi}'? l ~ '~ l 4:...;.. ~ : 1 i j "' ~ ~ I i 1 • I :,::~: i SILTY SAND •:: i ~ i '~ Silty sand with mixed topsoil, tract ..(.,~: • gravel, mired brown and ~rcy, wet 1k 1--' ~E . ; _,.~ ~ • ' ! End of Ilorcholc I I yl j~ I I ~ ~ ~ - 1 i ~ 1 I , i+ f I 2- i 1 t f ~ Disk ``o V.A. WOOD ASSOCIATES LIMITED Sheet : 1 of 1 Reference Vo: ~2~~-7-(28 ~jj`'e~®~Q ~® ~~ Enclosure Vo : 16 Client : ~'lunicipa(ity of Clarington c/o'1'Sli Project :Pavement Rchahilitation: .' ~ Method :.~u~cr Lnl':1IIOn : <:onccssian ItJ 7. ICast otl•:nticld Rd Diameter: I IOmm Datum Ele~•ation : Date : I~chruan• Ij,_OIiB SUBSI.IRF:~CE PROFILE SA~dPLE ' ~ l . i i Standard ~ Water ~ Penetration Plastic Limit ~ Remarks j I i ~~ ~ L a . °- i ce' I ~ ! Blows/300mm ~ Liquid Limit ~ z 4 4 i ! ~ ! £ ~ ~ ~ ~ ~ ~' ~ ~ ~ 20 a0 CO 80100 ! 10 20 30 a0 t- Ground ~urt'ace ~ ~ ' 1 0 111 l' 1 \til'll \l l ~ - a~m . . ~ : I ~ T ~ ~ i ~,~ ~ i i . ~ ~p a . !{:... ~ j I ~ I GRANULAR BASE ,.-, ' 1 i (3110 mm) o•„~~ I I I I F .~:.. a ; -tl.3a ~ i ~ .,,;; i ~ I. I - I. ~ ' . 1 :~ .J I I ' ( I ~ 1 :: :: :' ~., ~ I ` CLAYEY SAND I ~ ~~ :: •• ~ ~ -' ~ ! i ~ I II I I , ' Ur~anic stained dayc~• sand. greyish ~ i hrown, wet I i ~ ~ ' i • -•, ~ i 2 AS • I ~ -1.2 ~ ~ I i I ~ ~ I 1?nd of Borehole I ~ ~ I - I i ~ i ._ i 1 I l j ~ ~~ j ,_ - ~ ~ ~ i I ~ i ~ ~ I , Disk `io A. ~t~®D ASSOC'IA TES LIMITED Sheet : 1 of 1 Reference;Vo;S2SS-7-1213 BOrehOIeNO•o ~~ EnclosureVo:l7 Client : ~luriicipality of Clar'in~ton r/o •1:SII Project•:' 1'a~•emcnt Rehahi(itation' _ 'Method :.\uacr. Location :Concession Rd 7, l•:ast ot• lintield kd Diameter : 1 Illmm Datum Elevation : Date : Prhrurr~ 15. ?11118 SIIBSIIRFACE PROFILE S,\\•IPLE ' _ I t :C I L 1 G ' II 0 (;round Surface ~ \SI'ILU:I' NII mm) GRANULAR BASE t ~ (32S mml .37~' .. I i I I 1 TOPSOIL I i i •I'apsoil with mixed clayey sand, trace j 1 wood fragments.~rc~•,.vet i I I 1 I I I -1.~. I i F,nd of Borehole i J I i- I ! I Standard Water % I ~ j ~ ~ Penetration i Plastic Limit ~ Remarks _ ~ n° I ~ V ~ .a ~ I -'~ ~ Blowsl300mm ~ Liquid Limit ~ £ s ~ ~ Y ~ ~ ~ 2U JO GO 80100 10 20 30 •t0 !/~ ~ Z Z' f 1 I I 1 I t I I I ~ 1 ! I ~~+ 10a~ ~ ~ i ~p9i I i :\S I i i ~ aj~~a i I 1 `N•~ I I i ; I ~- I j I j ^~ ~ I I s Irv I ! I I I I ~ ti !\/ ~ i I I I i ~ ~ I I I I I(\/ N ~ I ( 1 I I I ~ ~ ~ ~ i I i ~ r 1 i , I V.A. WOOD ASSOCIATES :LIMITED Disk'~o Sheet : 1 0( 1 Reference ~o :5255-7.12B borehole No.: 1 ~ Enciasure iVo : 13 • 'Client : 1lunicipalih• of Ctarington c/o' 1'Sil • . "" , .Project :Pavement Rehabilitation Method ::\uger ~ . • Locution : Cunccssioa Iid'. F.:ut of I:nlici d Itd Diameter: I lOmm Datum Elevation : Date: I~chruar~ 15.'_IIIIS 5L'BSURF.>CE PROFILE S,~J•IPLE a ~ ~ i ' j ! ~ Standard ~ 1Vater i ! i i L I ' ~~ Penetration j Plastic Limit ~ Remarks ~ i s ~ I E i~! ~ I Blows130Umm ~ Liquid Limit >, • ~ ~ ~ - , 1 20 d0 (r0 50100 ~ l0 _0 30 10 _. r , Z i r i Z_ i ~~ i i ~ i i 11 1) Ground Surface ~ j ! ~p~ud ! ' GRANULAR BASE `•°~b ~o i 1 j :\S ` ' i I ~ ! G :2`' a `0(1bG~ 1 i 11.37 r?,i.,o; I ' i i ! ! ~ ~ ~ • :~ (• ;~ ~ ~ ~ I I I ! I ~.:.:i :i ~ ~ I i ~ ~ i ~ CLAYEY SAND ~ i 1 I _ I ~ ~ i I ' ~ i ~ - j 0 rgunic stained cla}•ey sand, tract - ~ I I topsoil, greyish brown, moist I I ~ 1 i 2 :\S . `! 1 I End of Borehole ~, 1 '' ! ~ IC i I ' i ,I ~ I I~ i ~ ~ I ~ ~ i --' 1 ! I 1 ~ • • ! i ~ ! I ~ ~ I ~ ' I 1 • I I a ! I V.A. i~®OD ASSOCIATES LLI~ITED D'Sk V~ Sheet : 1 of 1 ' Rei'erence No :.~25i-7-(Z[3 ®f e~~~e ~®~ l ~ Enclosure Vo : t9 Client : ~7unicipalit<' of Clarin~ton c/o •1'Stl' Project :Pavement Rchahiiitatinn ~ ~~ \lethod : ;<U~cr l.oc:"tion : Cuaccssion Rd '. 1{ash of F.nlicltl kd Diameter: ! 11-mm 1?arum Elevation : Uate: I~ebroary IS, 31111 Reference Yo,: S2iS-7-1213 B®y°ed6®le Na ..1 T Enclosure No : ?f- Client : tilunicipality of Claringtonc/o •1•Sil ~ ~ • Project :Pavement Rehabilitation ~ .~ Method :auger Location : ('uocessiou Rd .. 4;:ut ul• I•:nfield kd Diameter • 1 lllmm Datum Ele~•ation : Date: I~cbrurr~ lj,?11113 SGBSt!RFaCE PROFILE S~~iPLE • I I ~ ~ ~ ) Standard ~ Water ~ 1 ~ ~ Penetration ~ Plastic Limit ' Remarks E I ~ .. _ ~ o ~ ~ ~, I Blowsl300mm Liquid Limit :, £ ~ ~ ~ ~ ± ~ ~ ZO JO 60 80100 ! IU 20 30 •10 - •r. ~ Z I z i i i~ i i i i ~ ' 11 Ground Surface ) ' 0 ~ ~ .\SY11.1L•1• t-t0 ntm) ~ ~ ~ ~ r:~ti~ ~ i ; • ~~ 1 ~ GRANULAR BASE 1 •~S ~ i a (3110 mm.) i ! ~ • -11.3-! r •.. :.. I i I ~ ~ . 1 ~ I SANDY CLAY : • ~ : . ~ " ~ . ~ , ~ ~ ~ l i ~ I ~ ~ I I ~ I j i i ~ ~ ~ ' ~ Or<~anic stained sandy c1a)~, gre)•ish ~ brown, moist " ~ ~ I i ' O • 1 ~ ~ 2 I :~5 -1.2 ~ ! :: ~' .: = .a I l~;nd oi' Borehole ~ i • ~ 1 G f ~ I ~ ~ ~ I ! I • I i ~ f I ( i ~ I , ~ i ) i i ~ ~ ~ i 1 ~ I I i ~ ~ • i I i vA. ~®~D ASSOCIATES LII~IITED Disk Vo Sheet : 1 of 1 Reference ~o : ,23i-7-t26 Oj'e(t,O`e L V O ~ 2® Enclosure Wo : 21 C(ient : ~luniciltaliry of Clarington c/o'1'S71 Project : I'avcmcnt.Rchahifitation ~ ~ Method :.~ugc~' Location : ('onccaxiun Rd '. b:axt ofE {nficW Rd Diameter: Illlmm (?alum Elevatiun : D•rte : I~chniar~ tS, !11118 SI~BSI~RFACE PROFILE S.aivtPLE I I ~ Standard I Water o ~ ~ j I ~ ~ ~ ~ Penetration I Plastic Limit I Remarks , ~ E C ~ s i£ I ~'~ i Blows/30Umm j Liquid Limit I J - - ~ '. :, , ~ ~ ' 20 JO GO 80 t0U l0 ZO 30 -IU I 11 1! (:round Surface i ~ ~ ; • ~:.~~ . ra• :~ i GRANULAR BASE °'• i ' ' 1 ~:~SI ~~~' ' te~ ~ ~ ~ ~ I i 11.37~~ .ur ::I I:: .~ I I ~ • i I I t ~ ~ ~ SILTY SAND ~ ;~ ' " ' ~ ( ~ ~ j I r ~ ~ ~ ... ~ I a ( ~ ' I Silty sand, trace gravel, hrown, t_ moist I ~ :,~ l f i - I ..'. i ~ :::::. ~:: I ! ~ I ! l~:nd of Barcholc t f I I ~ ~ i i ~ ~ ~ ! { - 1 I ~ ~ ~ ~ i ~ ~ i ~A. WO®D ASSOCIATES LIMITED DiskVo: Sheet : 1 of I Reference No : i25a-7-1213 Borehole No 21 ~ Enclosure yo : 22 Client : \iunicipaiity of ('larin~ttin clo'1'Sil ~ ' Project : 1'avcmcnt Rchahilitatian '>61ethod : ,\u;;cr Location :Concession ltd ?, I<as1 0l' I{nticld ltd Diameter : I Illmm Datum Ele~~ation : Date : Pehrtrar~ li, ?IIUB ~I 5L~BSi1RFaCE PROFILE E o E J y. Il 0 ~ (;round Surface \ .\51'11.\I: [' (35 mnU ~ GRANULAR BASE i (325 m.m- -11.35 j i i ' J I SILTY SAND I ; ( I Silty sand, trace fine ~~ravel, {!rep, moist ~ , ,,~ j I _l,i ~ i 1 -- 1 i I?nd ot'linrcholc I 1 J s ~~ SA,~IPLE ~ ~ Standard ~ Water % ~ L ;, i Penetration i Plastic Limit ~ Remarks ,~ I ~ ~ q ~ Blows/300mm ~ Liquid Limit '~ ' ~~ '` ~ - ~ 30 a0 60 80100 ` i i Z ~' i Z i ~ ~ I ~ ~ , 10 20 30 10 I ~ ~ I ~ ~ ~ I ' ~a~tr ~ 1 i:1S~ f i I I ~OQ.ij ~~~a~ ~----~ -~ ~ I:'~: ~:a •::::::~ ~ ~ ' , i ~ e i I ~ ~ I t I I ,. .. ~~ ~~, I::•::: ~ ~ N - '~ i , ~ I I ! ~ : ~,: ~1E { :.~:~!:: Z :\S I ~ ` ~ ~ i 1 i i 1 ~ ~ ; 1 I V.A. WOOD ASSOCIATES LIIVIITED Disk Vo Sheei : 1 of I Reference Vo : 6~Sj-7-128 •~®J'~h®6e 1 X (~ ~ L,2 Enclosurt No: 23 • Client : ~limicipality of Clarington c/o "1'SIl • Project : 1'avcment Rehahilitation Method : au~rr Coercion :Concession Kd ?, 1{ast ol• I•: nlirld kd Diameter : I Illmrn Ilatuat Elevation : Date : FeUruan• li, 311118 SC!BSURFACE PROFILE SAMPLE ` I !! Standard ~ i I Water % i I~~ 1 L I I ~ ~ Penetration ~ Plastic Limit ~ Remarks •:~ ~ .c i ~° ( y { ~ j ~ i-'~ I Blowsl300mm I Liquid Limit :+ ~ ~ > >, I ' 20 a0 GO 80100 ~ t0 30 30 JO , vi z -- z~ ~~ ~ ~ ~ ~ ~ ~ tl 0 (;rnunJ Surl'acc i •;t;~w i ~Q9..~ I+'~'''•~ 1 t ' ; ' GRANULAR BASE !~ "' •• ~ j ~ (311(1 mat) ~~°- ~ I , 1 I 11.3 ~' ~ ~ iL~i.•.4':~ `ZtrsftT? I • i: : .. .j 7 f ::7 •.. i ~ { i j . .j .I.'`.~ ~ ' j 1 ! ~ .. ... r ' I 1 ..I..I. N ~ I 1 ~ SILTY SAND ~ a { i Silty sand, trace Gne grrvtt, grey , moist ..I • I .. l-~ 2 I :~S ~ _t ~ i ~ ::~::~: ~ i ~ End of Borehole ~ ~ i I ' ' i 1 I I I j I j I ~ ~ ~ j ~ ~ { ~ j ~ ~ I 1 j I ~ j _ ~- j i I i i 1 v A. WOOD ASSOCIATES LIMITED Disk V o Sheet : I of 1 Reference Y.o : X253-7-1213 B®~e16®G~ 1 ~l ®~ .23 .. Enclosure ?Jo : 2J . Client': ~iimicipatity of Caarinkton do "1'SII Project : 1'avcmcnt Rchahilitation Method ::\ugcr Loc:aion : (~nncession Kd '. Bast ul' I•: nlicld 11d Iliameter : 1 IOmm Datum Elecaliun: Date : Fchruar~ 15.'11118 SI~BSGRF.aCE PROFILE S,\:41PLE I __ ~ ~ ~ j ~ Standard I Water ~~ I j I ~ ~ I ~ 1 Penetration I Plastic Limit I Remarks ~ ` L " I -'s ~ Blows1300mm ; Liquid Limit ~ t° I ~ i, ; ~ 120 a0 60 80100 I 10 20 30 a0 II li (;round Surl:~cc ! I i i'0 t~ ~~>ry_t~ I I. I I i I 1 I GRANULAR BASE ojm i 1 ' :1S 1 I -U.3~ iti ~~ ~ ! i i , ,,,~ ::::: ::~::I:~ ' ~ ~ i S1LTY SAND . . ••~:.~:~ 1 i Silty sand, trace clay •rnd fine (;ravel, ~ ~ o i hrown, wet ~• ~~ ~ ~ I j 1 C 1 ~ ~~ :: ~ ~ ~ :,~ f1 I I t{nd of Borehole i I i i I I 1 I i i ! I I I I I ~ i } I j 1 ! - i j i i I I I I + I I !) { i ~ i i ; J I 1 1 i I ! i i I ~ Y .~. YY ®®~ ~>SiJ ®Cl~ d ~S LIlY~~~~dJ Disk Vo Sheet : 1 of 1 Reference ~o : X255-7-3213 ~O~ellOle NO .~ ~`it Enclosure ~o : 2i Client : ~lunicipalit<~ of Clarin;ton c/o'1'SII ' Project ; 1'avemcnt Rchahilitatioo •• ~ 'Method ::~ugcr LIICatlUfl : ('onccssion ltd ". f•:ast of I•:nlickl Rd Diameter: I Illmm Datum Elevation • Date: Fchruan 15.311118 Sh33SCIRFaCE PROF[LE SA~•IPLE I I ~ 1_ l ~ 1 ; Standard ~ Water i ,, ~ t Penetration Plastic Limit ~ Remarks .~ ~ y ~ a i '- ° ~ ' I .n ~ y -'~ ( Blows/300mm ; Liquid Limit a 1 = r ' ~ ~ 20 •10 60 80100 IU 20 3(1 JO i J :+ I T :/; ~ i ~ Z ~ z 1 I 1 I 1 1 I 1 1 11 U ~ (;round tiurfacc ~ I '• i -ILIIG \SPll.~l; I• (G11 mmi I •I ( , ' FeDti ~_ o;r. ( 1 I Q•.:,. •~.:'•~ ; i ~ I i GRANULAR BASE ~~~ 11 j •~S ( j I ..b{ i I (3511 mm) ~° ' ~^ to::-°• I -a.~t 1 ;°~-~ 1 ~ :j ! ~ i i I ` 1 I i ~ r; ~ I ~ I I i •~ NI i ~ I I ~ SANDY CLAY and TOPSOIL ~ ~ ! ~ i I f I \iiscd sand~• clad and topsoil, miscd ~ hrown and f;rcv, mnisl ; I -1.2 ~ ( I~,nd of 13orchole I ,~ ( I ( ) ( ~ , 1 ~ i l ( I ~ I j vA. WOOD ASSOCIATES LIMITED Disk Vo Sheet : 1 of I e i ~U~ U` a~ i ~ ~mz ~~+ob ~ Zo" r =o~~ I ~ mo^ j ~ ~~z a - j~ i i i C c o jG N o N ______.___.__-_____... __-_.J~ r... __~~./_ _____ -- N N iT .__.----~I ~ _ -- _- __ ~ .. z d H z w j o ~ o Q w I ~ +~+ o ? ~ 1~ a o z ~ Z ~~O O ~~z H c~no~ z~~ i U ~OZ U O U W = W >>~ I O i a F- I ~ 00 x ooa w a i i ~ c~ ~ I Z i ~ ~ ~o 'm N a ~ U ~ is+ ~ (4 ~ ~ N (6 OU 3 j Q ui i ~ .n Q ~ ~ ~o °° o~ ~ d c~ c°~ m ri .~ r ' '' ~ rn ~ N G 'O I i ` O N ~ ~ !_ ~ UJ p. N 16+ 00 1 i I B i ®f ~~ ®/e: ~-/-75 Project No: G022 424 Al Project: Concession Roads 7 & 8 Location: Municipality of Clarington Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 SUBSURFACE PROFILE SAMPLE Moisture content •Moisture Content %• o g ~ 10 20 30 40 ~ REMARKS o _ DESCRIPTION ¢ = m ~ Standard Penetration Index ~ a ~ w a ~ a a N in blows/0.3m N o ~ w o z ~ z 20 40 60 80 a 0~ m0 Ground Surface SURFACE TREATMENT '0 (25 mm) GRANULAR FILL Brow.n Gravelly Sand, moist ~ 4.4 1 1 AS na 2 ~ SANDY S/LT °•6 Open borehole remained dry throughout the drilling Li ht brown Sand Silt, dam g y p operation 3 1 ` 4 8. 2 AS na ~ 5 Borehole terminated 1.5 Elevation (m): Existing Grade GeologistlTechnologist: P. Hynes l Completion Depth (m): 1.5 m Date of Boring: April 14, 2009 Drilling Company: G.E.T. Drilling Drilling/Sampling Equipment: Truck-mounted Drill Rig Plate IVo.: A-75 ;dog of orelto/e: ~H-76 Project No: G022 424 Al Project: Concession Roads 7 & 8 Location: Municipality of Clarington Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 SUBSURFACE PROFILE E SA'i~l - Moisture content •Moisture Content %• o zo ~ 10 20 30 40 ~, REMARKS J O DESCRIPTION Q ~ w ~ = m J Standard Penetration Index w ~ w ~ n_ Q N in blows/0.3m N o cn J w o z ~ Z 20 40 60 80 ~ m Ground Surface 0 0 SURFACE TREATMENT o.o (25 mm) GRANULAR FILL Dark brown Gravelly Sand, moist .8' 1 1 AS na SANDY SILT o.5 Brown Sandy Silt, wet O b h l i d 2 ne pen ore o e rema dry throughout the drilling operation 3 1~ 4 18 9 2 AS na 5 1.5 Borehole terminated Elevation (m): Existing Grade Geologist/Technologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 14, 2009 Drilling/Sampling Equipment: Truck-mounted Drill Rig Plate No.: A-76 I ~ ® ire®l~: ®77 Project No: G022 424 Al Project: Concession Roads 7 & 8 Location: Municipality of Clarington Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 SUBSURFACE PROFILE SAMPLE Moisture Content oMoisture Content %o 0 o 10 20 30 40 ~ ~ = J O DESCRIPTION Q = ~ w w ~ Standard Penetration Index °' E REMARKS w ~ J W ~ a a N in blows/0.3m N o cn w o z ~ z 20 40 60 80 a Oft m0 Ground Surface SURFACE TREATMENT °'0 (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 4.0 1 1 AS na ~: SANDY SILT o.5 Brown Sandy Silt, trace Gravel, moist 2 Open borehole remained dry throughout the drilling operation 3 1~ 4 3.7 2 AS na ~ 5 1.5 Borehole terminated Elevation (m): Existing Grade Geologist/Technologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 14, 2009 Drilling/Sampling Equipment: Truck-mounted Drill Rig Plate No.: A-77 CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-18 OPS GENERAL CONDITIONS OF CONTRACT (November 2006) F ® ~4N 0C WORKS NR~-L OITI C T'R ~~®ve~,b~~ Zo~s> ;'~° 5~t~o'~ Ontario Provincial Standards METRIC :: is r~r o P 1~,,~ for OPSS.MUNI 100 s , 1=,) Roads and Public Works November 2006 ~~vq~-vao OPS GENERAL CON®ITIONS OF CONTRACT Table of Contents SECTION GC 1.0 -INTERPRETATION GC 1.01 Captions .................................................................................................................6 GC 1.02 Abbreviations ......................................................................................................... 6 GC 1.03 Gender and Singular References .......................................................................... 6 GC 1.04 Definitions .........................................................................................................~..... 6 GC 1.05 Substantial Performance ...................................................................................... 11 GC 1.06 Completion ........................................................................................................... 11 GC 1.07 Final Acceptance ............................................................................•----................11 GC 1.08 Interpretation of Certain Words ............................................................................ 11 SECTION GC 2.0 -CONTRACT DOCUMENTS GC 2.01 Reliance on Contract Documents ........................................................................ 12 GC 2.02 Order of Precedence ............................................................................................ 12 SECTION GC 3.0 -ADMINISTRATION OF THE CONTRACT GC 3.01 Contract Administrator's Authority ....................................................................... 14 GC 3.02 Working Drawings .......:........................................................................................ 15 GC 3.03 Right of the Contract Administrator to Modify Methods and Equipment .............. 16 GC 3.04 Emergency Situations .......................................................................................... 16 GC 3.05 Layout .................................................................................................................. 16 GC 3.06 Extension of Contract Time--• ............................................................................... 16 GC 3.07 Delays .................................................................................................................. 17 GC 3.08 Assignment of Contract ........................................................................................ 17 GC 3.09 Subcontracting by the Contractor ........................................................................ 18 Page 1 Rev. Date: 11/2006 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, Negotiations, Mediation .......................................................................... 20 GC 3.13.01 Continuance of the Work ..................................................................................... 20 GC 3.13.02 Record Keeping ................................................................................................... 20 GC 3.13.03 Claims Procedure ..................................:............................................................. 20 GC 3.13.04 Negotiations ......................................................................................................... 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 Arbitration Procedure ........................................................................................... 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 Permits ......................................................................................... 24 GC 4.03 Management and Disposition of Materials ........................................................... 24 GC 4.04 Construction Affecting Railway Property ............................................................. 25 GC 4.05 Default by the Contractor .......................................:............................................. 25. GC 4.06 Contractor's Right to Correct a Default ................................................................ 25 Page 2 Rev. Date: 1112006 OPSS.MUNI 100 GC 4.07 Owner's Right to Correct a Default ...................................................................... 26 GC 4.08 Termination of Contractor's Right to Continue the Work ..................................... 26 GC 4.09 Final Payment to Contractor ................................................................................ 26 GC 4.10 Termination of the Contract ................................................................................. 26 GC 4.11 Continuation of Contractor's Obligations ............................................................. 27 GC 4.12 Use of Performance Bond .................................................................................... 27 GC 4.13 Payment Adjustment ............................................................................................ 27 SECTION GC 5.0 -MATERIAL GC 5.01 Supply of Material ................................................................................................ 28 GC 5.02 Quality of Material ................................................................................................ 28 GC 5.03 Rejected Material ................................................................................................. 28 GC 5.04 Substitutions ......................................................................................................... 29 GC 5.05 Owner Supplied Material.......--• ............................................................................ 29 GC 5.05.01 Ordering of Excess Material ................................................................................. 29 GC 5.05.02 Care of Materiaf .................................................................................................... 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 6.03.04.01 Aircraft Liability Insurance ................................................................................... . 33 GC 6.03.04.02 Watercraft Liability Insurance .............................................................................. . 33 GC 6.03.05 Property and Boiler Insurance ............................................................................ . 33 GC 6.03.05.01 Property 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: 11/2006 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 Permits ........................................................................................... 41 GC 7.10 Suspension of Work ...............................................................................................42 GC 7.11 Contractor's Right to Stop the Work or Terminate the Contract ............................ 42 GC 7.12 Notices by the Contractor ..................................................................................... .42 GC 7.13 Obstructions ...................................................................:...................................... .43 GC 7.14 Limitations of Operations ...................................................................................... .43 GC 7.15 Cleaning Up Before Acceptance ........................................................................... .43 GC 7.16 Warranty ................................................................................................................ .43 GC 7.17 Contractor's Workers ............................................................................................ .44. GC 7.18 Drainage ................................................................................................................ .44 SECTION GC 8.0 -MEASUREMENT AND PAYMENT GC 8.01 Measurement .......................................................................................................45 GC 8.01.01 Quantities .............................................................................................................45 GC 8.01.02 Variations in Tender Quantities ............................................................................ 45 Page 4 Rev. Date: 11!2006 OPSS.MUNI 100 GC 8.02 Payrnent ................................................................................. : 46 ............... .............. 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 Performance ............................................................. 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 . . . GC 8.02.03.09 ....................................................................................................:............ Interest for Late Payment 50 GC 8.02.03.10 ..................................................................................... Interest for Negotiations and Claims : 50 ................... ................................................ 51 GC 8.02.03.11 Owner's Set-Off .................................................................................................... 51 GC 8.02.03.12 Delay in Payment ..................................................:.............................................. 51 GC 8.02.04 Payment on a Time and Material Basis .................................................. 51 GC 8.02.04.01 ............. Definitions ............................................................................................................ 51 GC 8.02.04.02 Daily Work Records ............................................................................................. 52 GC 8.02.04.03 Payment for Work ............................................................ 53 GC 8.02.04.04 .................................... Payment for Labour 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 ...........................................................................•--•----.................... 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 GC 8.02.04.09 .................................................................. Submission of Invoices .............................................................................:::........ 54 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 Final Acceptance Certificate .......................................................................::....... 55 GC 8.02.06 Payment of Workers ..................................................................................:.:....... 55 GC 8.02.07 Records ................................................................................................................ 55 GC 8.02.08 Taxes ................................................................................................................... 56 GC 8.02.09 Liquidated Damages ............................................................................................ 56 Page 5 Rev. Date: 11/2006 OPSS.MUNI 100 SECTION GC 1.0 -INTERPRETATION GC 1.01 Captions .01 The captions appearing in these General Conditions have been inserted as a matter of convenience and for ease of reference only and in no way define, limit, or enlarge the scope or meaning of the General Conditions or any provision hereof. GC 1.02 Abbreviations .01 The abbreviations on the left below are commonly found in the Contract Documents and represent the organizations and phrases listed on the. right: "AASHTO" - American Association of State Highway Transportation Officials "ACI" - American Concrete Institute "ANSI" - American National Standards Institute "ASTM" - American 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 Transportation "MUTCD" - Manual of Uniform Traffic Control Devices (Replaced by OTM) "OPS" - Ontario Provincial Standard r "OPSD" - Ontario Provincial Standard Drawing '_; "OPSS" - Ontario Provincial Standard Specification "OTM" - Ontario Traffic Manual "PEO" - Professional Engineers Ontario "SAE" - Society of Automotive Engineers '~ °SCC" - Standards Council of Canada "SSPC" - Structural Steel Painting Council "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 shall be considered to include the feminine and the plural and vice versa, as the context requires. GC 1.04 Definitions _ .01 For the purposes of this Contract the following definitions apply: ` Actual IlAeasurement 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. l Page 6 Rev. Date: 11/2006 OPSS.MUNI 100 Additional Work means work not provided for in the Contract and not considered by the Contract Administrator to be essential to the satisfactory completion of the Contract within its intended scope. Agreement means the agreement between the Owner and the Contractor for the performance of the Work that is included in the Contract Documents. Base means a layer of material of specified type and thickness placed immediately below the pavement wearing surface layers, curb and gutter, or sidewalk. Business Day means any Day except Saturdays, Sundays, and statutory holidays. 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 Performance. Change Directive means any written instruction signed by the Owner, or by the Contract Administrator where so authorized, directing that a Change in the Work or'Extra Work be performed. Change in the Work means the deletion, extension, increase, decrease, or alteration of lines; grades; dimensions; quantities; methods; drawings; substantial changes in geotechnical, subsurface, surface, or other conditions; changes in the character of the Work to be done; or materials of the Work or part thereof, within the intended scope of the Contract. Change Order means a written amendment to the Contract signed by the Contractor and the Owner, or the Contract Administrator where so authorized, covering contingencies, a Change in the Work, Extra Work, Additional Work, and changed subsurface conditions; and establishing the basis for payment and the time allowed for the adjustment of the Contract Time. Completion Certificate means the certificate issued by the Contract Administrator at completion. Constructor means, for the purposes of, and within the meaning of the Occupational Health and Safety Act, R.S.O. 1990, c.0.1, as amended and amendments thereto, the Contractor who executes the Contract. Contract means the undertaking by the Owner and the Contractor to perform their respective duties, responsibilities, and obligations as prescribed in the Contract Documents. Contract Administrator means the person, partnership, or corporation designated by the Owner to be the Owner's representative for the purposes of the Contract. Contract Documents mean the executed Agreement between the Owner and the Contractor,. Tender, General Conditions of Contract, Supplemental General Conditions of Contract, Standard Specifications, Special Provisions, Contract Drawings, addenda incorporated in a Contract Document before .the execution of the Agreement, such other documents as may be listed in the Agreement, and subsequent amendments to the Contract Documents made pursuant to the provisions of the Agreement. Contract Drawings or Contract Plans mean drawings or plans, any Geotechnical Report, any Subsurface Report, and any other reports and information provided by the Owner for the Work, and without limiting the generality thereof, may include soil profiles, foundation investigation reports, reinforcing steel schedules, aggregate sources lists, Quantity Sheets, and cross-sections. Contract Time means the time stipulated in the Contract Documents for Substantial Performance of the Work, including any extension of Contract Time made, pursuant to the Contract Documents. Page 7 Rev. Date: 11/2006 OPSS.MUNI 100 Contractor means the person, partnership, or corporation undertaking the Work as identified in the Agreement. Controlling Operation means any component of the Work that, if delayed, may delay the completion of the Work. Cost Plus has the same meaning as "Time and Material." __ Cut-Off Date means the date up to which payment shall be made for work performed. Daily Work Records mean daily Records detailing the number and categories of workers and hours worked or on standby, types and quantities of Equipment and number of hours in use or on standby, and description and quantities of Material utilized. Day means a calendar day. Drawings or Plans mean any Contract Drawings or Contract Plans, or any Working Drawings or Working Plans, or any reproductions of drawings or plans pertaining to the Work. End Result Specification means specifications that require the Contractor to be responsible for supplying a product or part of the Work. The Owner accepts or rejects the final product or applies a price adjustment that is commensurate with the degree of compliance with the specification. Equipment means all machinery and equipment used for preparing, fabricating, conveying or erecting the Work and normally refer-ed to as construction machinery and equipment. Estimate means a calculation of the quantity or cost of the Work or part of it depending on the context. Extra Work means work not provided for in the Contract as awarded but considered by the Contract Administrator to be essential to the satisfactory completion of the Contract within its intended scope, including unanticipated work required to comply with legislation and regulations that affect the Work. _ Final Acceptance Certificate means the certificate issued by the Contract Administrator at Final Acceptance of the Work. Final Detailed Statement means a complete evaluation prepared by the Contract Administrator showing the quantities, unit prices, and final dollar amounts of all items of work completed under the Contract, _ including variations in tender items and Extra Work, all as set out in the same general form as the monthly estimates. ~. Force Account has the same meaning as "Time and Material." Geotechnical Report means a report or other information identifying soil, rock, and ground water conditions in the area of any proposed Work. Grade means the required elevation of that part of the Work. Hand Tools means tools that are commonly called tools or implements of the .trade and include small power tools. Highway means a common and public''highway any part of that is intended for or used by the general public for the passage of vehicles and includes the area between the lateral property lines thereof. Lot means a specific quantity of material or a specific amount of construction normally from a single _ source and produced by the same process. ._~ _ Page 8 Rev. Date: 1112006 OPSS.MUNI 100 Lump Sum Item means a tender item indicating a portion of the Work for which payment will be made at a single tendered price. Payment is not based on a measured quantity, although a quantity may be given in the Contract Documents. Major Item means any tender item that has a value, calculated on the basis of its actual or estimated tender quantity, whichever is the larger, multiplied by its tender unit price, which is equal or greater than the lesser of, a) $100,000,or b) 5% of the total tender value calculated on the basis of the total of all the estimated tender quantities and the tender unit prices. Material means material, machinery, equipment and fixtures forming part of the Work Owner means the party to the Contract for whom the Work is being performed, as identified in the Agreement, and ingludes, with the same meaning and import, "Authority." Pavement means a wearing course or courses placed on the Roadway and consisting of asphaltic concrete, hydraulic cement concrete, Portland cement concrete, or plant or road mixed mulch. Performance Bond means the type of security furnished to the Owner to guarantee completion of the Work in accordance with the Contract and to the extent provided in the bond. Plan Quantity means that quantity as computed from within the boundary lines of the Work as shown in the Contract Documents. Project means the construction of the Work as contemplated by this Contract. Quantity Sheet means a list of the quantities of Work'to be done. Quarried Rock means material removed from an open excavation made in a solid mass of rock that, prior to removal, was integral with the parent mass. Quarry means a place where Aggregate has been or is being removed from an open excavation made in a solid mass of igneous, sedimentary, or metamorphic rock or any combination of these that, prior to removal, was integral with the parent areas. Rate of Interest means the rate of interest as determined under the Financiai Administration Act by the Minister of Finance of Ontario and issued by, and available from, the Owner. Records mean any books, payrolls, accounts, or other information that relate to the Work or any Change in the Work or claims arising therefrom. Roadway means that part of the Highway designed or intended for use by vehicular traffic and includes the Shoulders. Shoulder means that portion of the Roadway between the edge of the travelled portion of the wearing surface and the top inside edge of the ditch or fill slope. Special Provisions mean directions containing requirements specific to the Work. Standard Drawing or Standard Specification means a standard practice required and stipulated by the Owner for performance of the Work. Subbase means a layer of material of specified type and thickness betwreen the Subgrade and the Base Page 9 Rev. Date: 11/2006 OPSS.MUNI 100 Subcontractor means a person, partnership or corporation undertakirig the execution of a part of the Work by virtue of an agreement with the Contractor. Subgrade means the earth or rock surface, whether in cut or fill, as prepared to support the pavement structure, consisting of Base, Subbase, and Pavement. Subsurface Report means a report or other information identifying the location of Utilities, concealed and adjacent structures, and physical obstructions that fall within the influence of the Work. Superintendent means the 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 includes services such as sanitary sewer, storm sewer, water, electric, gas, oil, steam, data transmission, telephone, and cable television. Warranty Period means the period of 12 months from the date of Substantial Performance or such longer period as may be specified in the Contract Documents for certain Materials or some or all of the Work. Where a date of Substantial Performance is not established, the Warranty Period shall commence on the date of Completion. Work means the total construction and related services required by the Contract Documents. Working Area means all the lands and easements owned or acquired by the Owner for the construction of the Work. Working Day means any Day, a) except Saturdays, Sundays and statutory holidays; b) except a Day as determined by the Contract Administrator, on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom, from proceeding with a Controlling Operation. For the purposes of this definition, this shall be a Day during which the Contractor cannot proceed with at least 60% of the normal labour and Equipment force effectively engaged on the Controlling Operation for at least 5 hours; c) except a Day on which the Contractor is prevented from proceeding with a Controlling Operation, as determined by the Contract Administrator by reason of, i. any breach of the Contract by the Owner or if such prevention is due to the Owner, another contractor hired by the Owner, or_;an employee of 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 control of the Contractor that can be substantiated by the Contractor to the satisfaction of the Contract Administrator. Page 10 Rev. Date: 11/2006 OPSS.MUNI 100 Working Drawings or Working Plans means any Drawings or Plans prepared by the Contractor for the execution of the Work and may, without limiting the generality thereof, include formwork, falsework, and shoring plans; Roadway protection plans; shop drawings; shop plans; or erection diagrams. GC 1.05 Substantial Performance .01 The Work is substantially performed, a) when the Work to be performed under the Contract or a substantial part thereof is ready for use or is being used for the purpose intended; and b) when the Work to be performed under the Contract is capable of completion or, where there is a known defect, the cost of correction, is not more than i. 3% of the first $500,000 of the Contract price, ii. 2% of the next $500,000 of the Contract price, and iii. 1 % of the balance of the Contract price. .02 For the purposes of this Contract, where the Work or a substantial part thereof is ready for use or is being used for the purposes intended and the remainder of the Work cannot be completed expeditiously for reasons beyond the control of the Contractor or, where the Owner and the Contractor agree not to complete the Work expeditiously, the price of the services or materials remaining to be supplied and required to complete the Work shall be deducted from the Contract price in determining Substantial Performance. GC 1.06 Completion 01 The Work shall be deemed to be completed and services or Materials shall be deemed to be last supplied to the Work when the price of completion, correction of a known defect, or last supply is not more than the lesser of, a) 1 % of the Contract price; or b) $1,000. GC 1.07 Final Acceptance 01 Final Acceptance shall be deemed to occur when the Contract Administrator is satisfied that, to the best of the Contract Administrator's knowledge at that time, the Contractor has rectified all imperfect work and has discharged all of the Contractor's obligations under the Contract. ~C 1.08 Interpretation of Certain Words 01 The words "acceptable," "approval," "authorized," "considered necessary," "directed," "required," "satisfactory," or words of like import, shall mean approval of, directed, required, considered necessary, or authorized by and acceptable.or satisfactory to the Contract Administrator, unless the context clearly indicates otherwise. ;- Page 11 Rev. Date: 1112006 OPSS.MUNI 100 SECTION GC 2.0 -CONTRACT DOCUMENTS ~, GC 2.01 Reliance on Contract Documents .01 The Owner warrants that the information furnished in the Contract Documents can be relied upon with the following limitations or exceptions: c a) The location of all mainline underground Utilities that may affect the Work shall be shown to a tolerance of: i_ 1 m horizontal, and ii. 0.3 m vertical .02 The Owner does not 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 included as part of the Contract Documents, and b) other information specifically excluded from this warranty. GC 2.02 Order of Precedence __ 1 .01 In the event of any inconsistency or conflict in the contents of 'the following documents, such documents shall take precedence and govern in the following descending order: 'I --~ a) Agreement `~ b) Addenda ~` I c) Special Provisions d) Contract Drawings '.1 e) Standard Specifications ~^ j f) Standard Drawings - g) Instructions to Tenderers h) Tender - _ i) Supplemental General Conditions j) General Conditions k) Working Drawings -= Later dates shall govern within each of the above categories of documents. " .02 In the event of any conflict among or inconsistency in the information shown on Drawings, the following rules shall apply: a) Dimensions shown in figures on a Drawing shall govern where they differ from dimensions scaled from the same drawing; b) Drawings of larger scale shall govern over those of smaller scale; Page 12 Rev. Date: 11!2006 OPSS.MUNI 100 c) Detailed Drawings shall govern over general Drawings; and d) Drawings of a later date shall govern over those of an earlier date in the same series. 03 In the event of any inconsistency or conflict in the contents of Standard Specifications the following descending order of precedence shall govern: a) Owner's Standard Specifications b) Ontario Provincial Standard Specifications c) Other Standard Specifications, such as those produced by CSA, CGSB, ASTM, and ANSI and referenced in the Ontario Provincial Standard Specifications .Oh The Contract Documents are complementary, and what is required by any one shall be as binding as if required.by all. Page 13 Rev. Date: 11/2006 OPSS.MUNI 100 SECTION GC 3.0 -ADMINISTRATION OF THE CONTRACT GC 3.01 Contract Administrator's Authority _ .01 The Contract Administrator shall be the Owner's representative during construction and until the issuance of the Completion Certificate or the issuance of the Final Acceptance Certificate, whichever -__~ is later. All instructions to the Contractor, including instructions from the Owner, shall be issued by the Contract Administrator. The Contract Administrator shall have the authority to act on behalf of - the Owner only to the extent provided in the Contract Documents. .02 All claims, disputes and other matters in question relating to the performance and the quality of the Work or the interpretation of the Contract Documents shall be referred to the Contract Administrator in writing by the Contractor. `- .03 The Contract Administrator may inspect the Work for its conformity with the Plans and Standard Specifications, and to record the necessary data to establish payment quantities under the schedule of tender quantities and unit prices or to make an assessment of the value of the work completed in the case of a lump sum price Contract. .04 The Contract Administrator shall determine the amounts owing to the Contractor under the Contract and shall issue certificates for payment in such amounts as provided for in Section GC 8.0, Measurement and Payment. .05 The Contract Administrator shall, with reasonable promptness, review and take appropriate action upon the Contractor's submissions such as shop drawings, product data, .and samples in accordance with the Contract Documents: .06 The Contract Administrator shall investigate all allegations of a Change in the Work made by the Contractor and issue appropriate instructions. .07 The Contract Administrator shall prepare Change Directives and Change Orders for the Owner's approval. .OS Upon written application by the Contractor, the Contract Administrator and the Contractor shall jointly conduct an inspection of the Work to establish the date of Substantial Performance of the Work or the date of Completion of the Work or both. .09 The Contract Administrator shall be, in the' first instance, the interpreter of the Contract Documents and the judge~~of the performance thereunder by both parties to the Contract. Interpretations and decisions of the Contract Administrator shall be consistent with the intent of the Contract Documents and, in making these decisions, the Contract Administrator shall not show partiality to either party. .10 The Contract Administrator shall have the authority to reject part of the Work or Material that does not conform to the Contract Documents. .11 In the event that the Contract Administrator.determines that any part of the Work performed by the -' Contractor is defective, whether the result of poor workmanship; the use of defective material; or damage through carelessness or other act or omission of the Contractor and whether or not incorporated in the Work; or otherwisez fails to conform to the Contract Documents, then the Contractor shall if directed by the Contract Administrator promptly remove the Work and replace, make good, or re-execute the Work at no additional cost to the Owner. 12 Any part of the Work destroyed or damaged by such removals, replacements, or re-executions shall be made good, promptly, at no additional cost to the Owner. Page 14 Rev. Date: 11/2006 OPSS.MUNI 100 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 non-compliance in the case of such non-compliance with the provisions of the Contract by the Contractor. The Contractor shall not be entitled to any compensation for suspension of the Work in these circumstances. 16 The Owner has the right to terminate the Contract for wilful or persistent violation by the Contractor or its workers of the Occupational Health and Safety Act legislation and regulations, Workplace Safety and Insurance Board Act, and Regulation 309 of the Environmental Protection Act. 17 If the Contract Administrator 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 .01 The Contractor shall arrange for the preparation of clearly identified and dated Working Drawings as called for by the Contract Documents. 02 The Contractor shall submit Working Drawings to the Contract Administrator with reasonable promptness and in orderly sequence so as to not cause delay in the Work. If either the Contractor or the .Contract Administrator so requests, they shall jointly prepare a schedule fixing the dates for submission and return of Working Drawings. Working Drawings shall be submitted in 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. .061 The Contract Administrator's review shall be to check for conformity to the design concept and for general arrangement only and such review shall not relieve the Contractor of responsibility for errors or omissions in the Working Drawings or of responsibility for meeting all requirements of the Contract Documents, unless a deviation on the Working Drawings has been approved in writing by the Contract Administrator. Petdc 1;5 Rev. Date: 11/2006 OPSS.MUNI 100 .05 The Contractor shall make any changes in Working Drawings that the Contract Administrator may -_- require to make the Working Drawings consistent with the Contract Documents and resubmit, unless otherwise directed by the Contract Administrator. When resubmitting, the Contractor shall notify the -- Contract Administrator in writing of any revisions other than those requested by the Contract Administrator. _ .06 Work related to the Working Drawings shall not proceed until the Working Drawings have been signed and dated by the Contract Administrator and marked with the words "Reviewed. Permission to construct granted." .07 The Contractor shall keep one set of the reviewed Working Drawings, marked as above, at the site at all times. GC 3.03 Right of the Contract Administrator to Modify Methods and Equipment .01 The Contractor shall, when requested in writing, make alterations in the method, Equipment, or work force at any time the Contract Administrator considers the Contractor's actions to be unsafe, or damaging to either the Work or existing facilities or the environment. .02 The Contractor shall, when requested in writing, alter the sequence of its operations on the Contract so as to avoid interference with work being performed by others. .03 Notwithstanding the foregoing, the Contractor shall ensure that all necessary safety precautions and protection are maintained throughout the Work. GC 3.04 Emergency Situations 01 The Contract Administrator has the right to determine the existence of an emergency situation and, when such an emergency situation is deemed to exist, the Contract Administrator may instruct the Contractor to take action to remedy the situation. If the Contractor does not take timely action or, if the Contractor is not available, the Contract Administrator may direct others to remedy the situation. .02 If the emergency situation was the fault of the Contractor, the remedial work shall be done at the Contractor's expense. if the emergency situation was not the fault of the Contractor, the Owner shall pay for the remedial work. GC 3.05 Layout 01 The Contract Administrator shall provide baseline .and benchmark information for the general location, alignment, and elevation of the Work. The Owner shall be responsible only for the correctness of the information provided by the Contract Administrator. GC 3.06 Extension of Contract Time .01 An application for an extension of Contract Time shall be made in writing by the Contractor to the Contract Administrator as soon as the need for such extension becomes evident and at least 15 Days prior to the expiration of the Contract Time. The application for an extension of Contract Time shall enumerate the reasons, and state the length of extension required. 02 Circumstances suitable for consideration of an extension of Contract Time include the following: a) Delays, subsection GC 3.07. b) Changes in the Work, clause GC 3.10.01. c) Extra Work, clause GC 3.10.02. ~. ' Page 16 Rev. Date: 11/2006 OPSS.MUNI 100 d) Additional Work, clause GC 3.10.03. .03 The Contract Administrator shall, in considering an application for an extension to the Contract Time, take into account whether the delays, Changes in the Work, Extra Work, or Additional Work involve a Controlling Operation. .04 The Contract Time shall be extended for such additional time as may be recommended by the Contract Administrator and deemed fair and reasonable by the Owner. .05 The terms and conditions of the Contract shall continue for such extension of Contract Time. GC 3.07 Delays .01 If the Contractor is delayed in the performance of the Work by, a) war, blockades, and civil commotions, errors in the Contract Documents; b) an act or omission of the Owner or Contract Administrator, or anyone employed or engaged by them directly or indirectly, contrary to the provisions of the Contract Documents; c) a stop work order issued by a court or public authority, provided that such order was not issued as the result of an act or omission of the Contractor or anyone employed or engaged by the Contractor directly or indirectly; d) the Contract Administrator giving notice under subsection GC 7.10, Suspension of Work; e) abnormal inclement weather; or f) archaeological finds in accordance with subsection GC 3.15, Archaeological Finds, then the Contractor shall be reimbursed by the Owner for reasonable costs incurred by the Contractor as the result of such delay, provided that in the case of an application for an extension of Contract Time due to abnormal inclement weather, the Contractor shall, with the Contractor's application, submit evidence from Environment Canada in support of such application. Extension of Contract Time may be granted in accordance with subsection GC 3.06, Extension of Contract Time. .02 If the Work is delayed by labour disputes, strikes or lock-outs, including lock-outs decreed or recommended to its members by a recognized contractor's association, of which the Contractor is a member or to which the Contractor is otherwise bound, are beyond the Contractor's control, which then the Contract Time shall be extended in accordance with subsection GC .3.06, Extension of Contract Time. In no case shall the extension of Contract Time be less than the time lost as the result of the event causing the delay, unless a shorter extension is agreed to by the Contractor. The Contractor shall not be entitled to payment for costs incurred as the result of such delays unless such delays are the result of actions by the Owner. .03 The Contractor shall not be entitled to payment for the cost of delays incurred as a result of a dispute between the Contractor and Owner. The Contractor shall execute the Work and may pursue resolution of the dispute in accordance with subsection GC 3.13, Claims, Negotiations, Mediations. GC 3.08 Assignment of Contract 01 The Contractor shall not assign the Contract, either in whole or in part, without the prior written consent of the Owner. 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 Contract Documents. .02 The Contractor shall notify the Contract Administrator 10 Days prior to the start of construction, in writing, of the intention to subcontract. Such notification shall identify the part of the Work, and the Subcontractor with whom it is intended. .03 The Contract Administrator shall, within 5 Days of receipt of such notification, accept or reject the intended Subcontractor. The rejection shall be in writing and shall include the reasons for the rejection. .04 The Contractor shall not, without the written consent of the Owner, change a Subcontractor who has been engaged in accordance with this subsection. .05 The Contractor shall preserve and protect the rights of the parties under the Contract with respect to that part of the Work to be performed under subcontract and shall, a) enter into agreements with the intended Subcontractors to require them to perform their work in accordance with the Contract Documents; and b) be as fully responsible to the Owner for acts and omissions of the Contractor's Subcontractors and of persons 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 Contractor shall not be construed to relieve the - ; Contractor from any obligation under the Contract and shall not impose any liability upon the Owner. Nothing contained in the Contract Documents shall create a contractual relationship between a Subcontractor and the Owner. GC 3.10 Changes GC 3.10.01 Changes in the Work t:. .01 The Owner, or the Contract Administrator where so authorized, may, by order in writing, make a Change in the Work without invalidating the Contract. The Contractor shall not be required to proceed with a Change in the Work until in receipt of a Change Order or Change Directive. Upon the receipt of such Change Order or Change Directive the Contractor shall proceed with the. Change in the Work. 02 The Contractor may apply for an extension of Contract Time according to the terms of subsection GC 3.06, Extension of Contract Time. .03 If the Change in the Work relates solely to quantities, payment for that part of the Work shall be made according to the conditions specified in clause GC 8.01.02, Variations in Tender Quantities. If the Change in the Work does not solely relate to quantities, then either the Owner or the Contractor _ may initiate negotiations upwards or downwards for the adjustment of the Contract price in respect of the Change in the Work pursuant to subsection GC 3.13, Claims, Negotiations, Mediation or - payment may be made according to the conditions contained in clause GC 8.02.04, Payment on a Time and Material Basis. Page 18 Rev. Date: 11/2006 OPSS.MUNI 100 GC 3.10.02 Extra Work 01 The Owner, or Gontract Administrator where so authorized, may instruct the Contractor to perform Extra Work without invalidating the Contract. The Contractor shall not be required to proceed with the Extra Work until in receipt of a Change Order or Change Directive. Upon receipt of such Change Order or Change Directive the Contractor shall proceed with the Extra Work. 02 The Contractor may apply for an extension of Contract Time according to the terms of subsection GC 3.06, Extension of Contract Time. .03 Either the Owner or Contractor may initiate negotiations upwards or downwards for the payment for the Extra Work pursuant to subsection GC 3.13, Claims, Negotiations, Mediation, or payment may be made according to the conditions contained in clause GC 8.02.04, Payment on a Time and Material Basis. GC 3.10.03 Additional Work .01 The Owner, or Contract Administrator where so authorized, may request the Contractor to perform Additional Work without invalidating the Contract. If the Contractor agrees to perform Additional Work, the Contractor shall proceed with such Additional Work upon receipt of a Change Order. 02 The Contractor may apply for an extension of Contract Time according to the terms of subsection GC 3.06, Extension of Contract Time. .03 Payment for the Additional Work may be negotiated pursuant to subsection GC 3.13, Claims, Negotiations, Mediation, or payment may be made according to the conditions contained in clause GC 8.02.04, Payment on a Time and Material Basis. 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 date of mailing, if sent by mail .02 The Contractor and the Owner shall provide each other with the mail and email addresses; pager, cell phone, and telephone numbers; and facsimile terminal numbers for the Contract Administrator and the Superintendent at the commencement of the Work, and update as necessary. .03 In the event of an emergency situation or other urgent matter the Contract Administrator or the Superintendent may give a verbal notice, provided that such notice is confirmed in writing within 2 Days. .04 Any notice permitted or required to be given to the Owner or the Contractor shall be given in accordance with the notice provision of the Contract. GC 3.12 Use and Occupancy of the Work Prior to Substantial Performance .01 Where it is not contemplated elsewhere in the Contract Documents, the Owner may use or occupy the Work or any part thereof prior to Substantial 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: 11/2006 OPSS.MUNI 100 ~__. Documents. The Owner shall be responsible for any damage that occurs because of the Owner's ~', use or occupancy. Such use or occupancy of any part of the Work by the Owner does not waive the Owner's right to charge the Contractor liquidated damages in accordance with the terms of the Contract. 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 claim or dispute, verbal or written, continue to proceed with the Work with due diligence and expedition. It is understood by the parties that such action shall not - jeopardize any claim it may have. GC 3.13.02 Record Keeping .01 Immediately upon commencing work that may result in a claim, the Contractor shall keep Daily Work Records during the course of the Work, sufficient to substantiate the Contractor's claim, and the Contract Administrator shall keep Daily Work Records to be used in assessing the Contractor's claim, all in accordance with clause GC 8.02.07, Records. 02 The Contractor and the Contract Administrator shall attempt to reconcile their respective Daily Work Records on a daily basis, to simplify review of the claim, when submitted. If the Contractor and the Contract Administrator fail to reconcile their respective Daily Work Records, then the Contractor shall submit its Daily Work Records as part of its. claim, whereby the resolution of the dispute about the Daily Work Records shall not be resolved until there is a resolution of the claim. 03 The keeping of Daily Work Records by the Contract Administrator or the reconciling of such Daily Work Records with those of the Contractor shall not be construed to be acceptance of the claim. GC 3.13.03 Claims Procedure _~ .01 The Contractor shall give verbal notice of any situation that may lead to a claim for additional payment immediately upon becoming aware of the situation. .02 The Contractor shall provide written notice in the standard form "Notice of Intent to Claim" within '-' 7 Days of the commencement of any part of the Work that may be affected by the situation. .03 The Contractor shall submit detailed claims as soon as reasonably possible and in any event no later than 30 Days after completion of the work affected by the situation. The detailed claim shall: a) identify the item or items in respect of which the claim arises; b) state the grounds, contractual or otherwise, upon which the claim is made; and c) include the Records maintained by the Contractor supporting such claim. ~- In exceptional cases, the 30 Days may be increased to a maximum of 90 Days with approval in writing from the Contract Administrator. .04 Within 30 Days of the receipt of the Contractor's detailed claim, the Contract Administrator may request the Contractor to submit any further and other particulars as the Contract Administrator considers necessary to assess the claim. The Contractor shall submit the requested information within 30 Days of receipt of such request. ~_ Page 20 Rev. Date: 11/2006 OPSS.MUNI 100 .05 Within 90 Days of receipt of the detailed claim, the Contract Administrator shall advise the Contractor, in writing, of the Contract Administrator's opinion with regard to the validity of the claim. GC 3.13.04 Negotiations .01 The parties shall make all reasonable efforts to resolve their dispute by amicable negotiations and agree to provide, without prejudice, open and timely disclosure of relevant facts, information, and documents to facilitate these negotiations. 02 Should the Contractor disagree with the opinion given in paragraph GC 3.13.03.05, with respect to any part of the claim, the Contract Administrator shall enter into negotiations with the Contractor to resolve the matters in dispute. Where a negotiated settlement cannot be reached and it is agreed that payment cannot be made on a Time and Material basis in accordance with clause GC 8.02.04, Payment on a Time and Material Basis, the parties shall proceed in accordance with clause GC 3.13.05, Mediation, or subsection GC 3.14, Arbitration. GC 3.13.05 Mediation .01 If a claim is not resolved satisfactorily through the negotiation stage noted in clause GC 3.13.04, Negotiations, within a period of 30 Days following the opinion given in paragraph GC 3.13.03.05, and the Contractor wishes to pursue the issue further, the parties may, upon mutual agreement, utilize the services of an independent third party mediator. 02 The mediator shall be mutually agreed upon by the Owner and Contractor. .03 The mediator shall be knowledgeable regarding the area of the disputed issue. The mediator shall meet with the parties together or separately, as necessary, to review all aspects of the issue. In a final attempt to assist the parties in resolving the issue themselves prior to proceeding to arbitration the mediator shall provide, without prejudice, anon-binding recommendation for settlement. 04 The review by the mediator shall be completed within 90 Days following the opinion given in paragraph GC 3.13.03.05. .05 Each party is responsible for its own costs related to the use of the third party mediator process. The cost of the third party mediator shall be equally shared by the Owner and Contractor. GC 3.13.06 Payment .01 Payment of the claim shall be made no later than 30 Days after the date of resolution of the claim or dispute. Such payment shall be made according to the terms of Section GC 8.0, Measurement and Payment. GC 3:13.07 Rights of Both Parties .01 It is agreed that no action taken under subsection GC 3.13, Claims, Negotiations, Mediation, by either party shall be construed as a renunciation or waiver of any of the rights or recourse available to the parties, provided that the requirements set out in this subsection are fulfilled. GC 3.14 Arbitration GC 3.14.01 Conditions of Arbitration .01 If a claim is not resolved satisfactorily through the negotiation stage noted in clause GC 3.13.04, Negotiations, or the mediation stage noted in clause GC 3.13.05, Mediation, either party may invoke the provisions of subsection GC 3.14, Arbitration, by giving written notice to the other party. Page 21 Rev. Date: 11!2006 OPSS.MUNI 100 1 ~- ,i L .02 Notification that arbitration shall be implemented to resolve the issue shall be communicated in writing as soon as possible and no later than 60 Days following the opinion given in paragraph GC 3.13.03.05. Where the use of a third party mediator was implemented, notification shall be within 120 Days of the opinion given in paragraph GC 3.13.03.05. - ~ .03 The parties shall be bound by the decision of the arbitrator. .04 The rules and procedures of the Arbitration Act, 1991, S.O. 1991, c.17, as amended, shall apply to any arbitration conducted hereunder except to the extent that they are modified by the express provisions of subsection GC 3.14, Arbitration. GC 3.14.02 Arbitration Procedure .01 The following provisions are to be included in the agreement to arbitrate and are subject only to such right of appeal as exist where the arbitrator has exceeded his or her jurisdiction or have otherwise disqualified him or herself: a) All existing actions in respect of the matters under arbitration shall be stayed pending arbitration; b) All outstanding claims and matters to be settled are to be set out in a schedule to the agreement. Only such claims and matters as are in the schedule shall be arbitrated; and c) Before proceeding with the arbitration, the Contractor shall confirm that all matters in dispute are set out in the schedule. GC 3.14.03 Appointment of Arbitrator .01 The arbitrator shall be mutually agreed upon by the Owner and Contractor to adjudicate the dispute. I .02 Where the Owner and Contractor cannot agree on a sole arbitrator within 30 Days of the notification of arbitration noted in paragraph GC 3.14.01.02, the Owner and the Contractor shall each choose an appointee within 37 Days of the notice of arbitration. .03 The appointees shall mutually agree upon an arbitrator to adjudicate the dispute within 15 Days after the last appointee was chosen or they shall refer the matter to the Arbitration and Mediation institute ~ of Ontario Inc., which may select an arbitrator to adjudicate the dispute within 7 Days of being requested to do so, 04 The arbitrator shall not b_e interested financially in the Contract nor in either party's business and shall not be employed by either party. .05 The arbitrator may appoint independent experts and any other persons to assist him or her. .06 The arbitrator is not bound by the rules of evidence that govern the trial of cases in court but may hear and consider any evidence that the arbitrator considers relevant. .07 The hearing shall commence within 90 Days of the appointment of the arbitrator. GC 3.14.04 Costs 01 The arbitrator's fee shall be equally shared by the Owner and the Contractor. 02 The fees of any independent experts and any other persons appointed to assist the arbitrator shall be shared equally by the Owner and the Contractor. j Page 22 Rev. Date: 11/2006 OPSS.~tUNI 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 3.14.05 The Decision .01 The reasoned decision shall be made in writing within 90 Days of the conclusion of the hearing. An extension of time to make a decision may be granted with consent of both parties. Payment shall be made in accordance with clause GC 3.13.06, Payment. GC 3.15 Archaeological Finds .01 If the Contractor's operations expose any items that may indicate an archaeological find, such as building remains, hardware, accumulations of bones, pottery, or arrowheads, the Contractor shall immediately notify the Contract Administrator and suspend operations within the area identified by the Contract Administrator. Notification may be verbal provided that such notice is confirmed in writing within 2 Days. Work shall remain suspended within that area until otherwise directed by the Contract Administrator in writing, in accordance with subsection GC 7.10, Suspension of Work. .02 Any delay in the completion of the Contract that is caused by such a suspension of Work shall be considered to be beyond the Contractor's control in accordance with paragraph GC 3.07.01. .03 Any work directed or authorized in connection with an archaeological find shall be considered as Extra Work in accordance with clause GC 3.10.02, Extra Work. .04 The Contractor shall take all reasonable action to minimize additional costs that may accrue as a result of any work stoppage. Page 23 Rev. Date: 11/2006 OPSS.MUNI 100 SECTION GC 4.0 -OWNER'S RESPONSIBILITIES AND R9GiiT5 GC 4.01 Working Area 01 The Owner shall acquire all property rights that are deemed necessary by the Owner for the construction of the Work, including temporary working easements, and shall indicate the full extent of the Working Area on the Contract Drawings. 02 The Geotechnical Report and Subsurface Report that may be provided by the Owner as part of the tender documents shall form part of the Contract Drawings. GC 4.02 Approvals and Permits .01 The Owner shall pay for all plumbing and building permits. .02 The Owner shall obtain and pay for all permits, licences, and certificates solely required for the design of the Work. GC 4.03 Management and Disposition of Materials 01 The Owner shall identify in the Contract Documents the materials to be moved within or removed from the Working Area and any characteristics of those materials that necessitates special materials management and disposition. 02 In accordance with regulations under the Occupational Health and Safety Act, R.S.O. 1990, c.0.1, as amended, the Owner advises that, a) the designated substances silica, lead, and arsenic are generally present throughout the Working Area occurring naturally or as a result of vehicle emissions; b) the designated substarice asbestos may be present in cement products, asphalt; and conduits for Utilities; c) the following hazardous materials are ordinarily present in construction activities: limestone, gypsum, marble, mica, and Portland cement; and d) exposure to these substances may occur as a result of activities by the Contractor such as sweeping, grinding, crushing, drilling, blasting, cutting, and abrasive blasting. .03 The Owner shall identify in the Contract Documents any designated substances or hazardous materials other than those identified above and their location in the Working Area. 04 If the Owner or Contractor discovers or is advised of the presence of designated substances or hazardous materials that are in addition to those listed in paragraph GC 4.03.02, or not clearly identified in the Contract Documents according to paragraph GC 4.03.03, then verbal notice shall be provided to the other party immediately with written confirmation within 2 Days. The Contractor shall stop work in the area immediately and shall determine the necessary steps required to complete the work in accordance with applicable legislation and regulation. .05 The Owner shall be responsible for any reasonable additional costs of removing, managing and - disposing of any material not identified in the Contract Documents, or where conditions exist that could not have been reasonably foreseen at the time of tendering. All work under this paragraph shall be deemed to be Extra Work. Page 24 Rev. Date: 11!2006 OPSS.MUNI 100 .06 Prior to commencement of the Work, the Owner shall provide to the Contractor a list of those products controlled under the Workplace Hazardous Materials Information System (WHMIS), that the Owner may supply or use on the Contract, together with copies of the Materials Safety Data Sheets for these products. All containers used in the application of products controlled under WHMIS shall be labelled. The Owner shall notify the Contractor in writing of changes to the list and provide relevant Material Safety Data Sheets. GC 4.04 Construction Affecting Railway Property 01 The Owner shall pay the costs of all flagging and other traffic control measures required and provided by the railway company unless such costs are solely a function of the Contractor's chosen method of completing the Work. .02 Every precaution shall be taken by the Contractor to protect all railway property at track crossings; or otherwise, on which construction operations are to take place in accordance with the terms of this Contract. .03 The Contractor shall be required to conduct the construction .operations in such a manner as to avoid a possibility of damaging any railway property in the vicinity of the works. Every reasonable precaution shall be taken by the Contractor to ensure the safety of the workers, Subcontractors, and Equipment, as well as railway property throughout the duration of the Contract. GC 4.05 Default by the Contractor .01 If the Contractor fails to commence the Work within 14 Days of a formal order to commence work signed by the Contract Administrator or, upon commencement of the Work, should neglect to prosecute the Work properly or otherwise fails to comply with the requirements of the Contract and, if the Contract Administrator has given a written statement to the Owner and Contractor that sufficient cause exists to justify such action, the Owner may, without prejudice to any other right or remedy the Owner may have, notify the Contractor in writing that the Contractor is in default of the Contractor's contractual obligations and instruct the Contractor to correct the default in the 5 Working Days immediately following the receipt of such notice. .02 If the Contractor is adjudged bankrupt, or makes a general assignment for the benefit of creditors because of the Contractor's insolvency or if a receiver is appointed because of the Contractor's insolvency, the Owner may, without prejudice to any other right or remedy the Owner may have, by giving the Contractor or receiver or trustee in bankruptcy notice in writing, terminate the Contract. GC 4.06 Contractor's, Right to Correct a Default .01 The Contractor shall have the right within the 5 full Working Days following the receipt of a notice of default to correct the default and provide the Owner with satisfactory proof that appropriate corrective measures have been taken. .02 If the correction of the default cannot be completed within the 5 full Working Days following receipt of the notice, the Contractor shall not be in default if the Contractor, a) commences the correction of the default within the 5 full Working Days following receipt of the notice; b) provides the Owner with an acceptable schedule for the progress of such correction; and c) completes the correction in accordance with such schedule. Rev. Date: 11/2006 OPSS.MUNI 100 Page 25 GC 4.07 Owner's Right to Correct Default 01 If the Contractor fails to correct the default within the time specified in subsection GC 4.06, Contractor's Right to Correct a Default, or subsequently agreed upon, the Owner, without prejudice to any other right or remedy the Owner may have, may correct such default and deduct the cost thereof, as certified by the Contract Administrator, from any payment then or thereafter due to the Contractor. GC 4.08 Termination of Contractor°s Right to Continue the Work 01 Where the Contractor fails to correct a default within the time specified in subsection GC 4.06, Contractor's Right to Correct a Default, or subsequently agreed upon, the Owner, without prejudice to any other right or remedy the Owner may have, may terminate the Contractor's right to continue the Work in whole or in part by giving written notice to the Contractor. 02 If the Owner terminates the Contractor's right to continue with the Work in whole or in part, the Owner shall be entitled to, a) take possession of the Working Area or that portion of the Working Area devoted to that part of the Work terminated; b) use the Equipment of the Contractor and any Material within the Working Area that is intended to be incorporated into the Work, the whole subject to the right of third parties; c) withhold further payments to the Contractor with respect to the Work or the portion of the Work withdrawn from the Contractor until the Work or portion thereof withdrawn is completed; d) charge the Contractor the additional cost over the Contract price of completing the Work or portion thereof withdrawn from the Contractor, as certified by the Contract Administrator and any additional compensation paid to the Contract administrator for such additional service arising from the correction of the default; e) charge the Contractor a reasonable allowance, as determined by the Contract Administrator, to cover correction to the Work performed by the Contractor that may be required under subsection _ ,._ GC 7.16, Warranty; - - f) charge the Contractor for any damages the Owner sustained as a result of the default; and g) charge the Contractor the. amount by which the cost-of corrections to the Work under subsection _ GC 7.16, Warranty, exceeds the allowance provided for such corrections. GC 4.09 Final Payment to Contractor 01 If the Owner's cost to correct and complete the Work in whole or in part is less than the amount withheld from the Contractor under subsection GC 4.08, Termination of Contractor's Right to Continue the Work, the Owner shall pay the balance to the Contractor as soon as the final accounting for the Contract is complete. GC 4.10 Termination of the Contract -. .01 Where the Contractor is in default of the Contract the Owner may, without prejudice to any other right or remedy the Owner may have, terminate the Contract by giving written notice of termination to the Contractor, the Surety, and any trustee or receiver acting on behalf of the Contractor's estate or creditors. Page 26 Rev. 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. GC 4.1'6 Continuation of Contractor's Obligations .01 The Contractor's obligation under the Contract as to quality, correction, and warranty of the Work performed prior to the time of termination of the Contract or termination of the Contractor's right to continue with the Work in whole or in part shall continue to be in force after such termination. GC 4.12 Use of Performance Bond .01 If the Contractor is in default of the Contract and the Contractor has provided a Performance Bond, the provisions of Section GC 4.0, Owner's Responsibilities and Rights, shall be exercised in accordance with the conditions of the Performance Bond. GC 4.13 Payment Adjustment .01 If any situation should occur in the performance of the Work that would result in a Change in the Work, the Owner shall be entitled to an adjustment and those adjustments shall be managed in accordance with subsection GC 3.10.01, Changes in the Work. Rev. Date: 1112006 OPSS.MUNI 100 Page 27 SECTION GC 5.0 -MATERIAL GC 5.01 Supply of Material .01 All Material necessary for the proper completion of the Work, except that listed as being supplied by the Owner, shall be supplied by the Contractor. The Contract price for the appropriate tender items shall be deemed to include full compensation for the supply of such Material. GC 5.02 Quality of Material .01 All Material supplied by the Contractor shall be new, unless otherwise specified in the Contract Documents. .02 Material supplied by the Contractor shall conform to the requirements of the Contract. .03 As specified in the Contract Documents or as requested by the Contract Administrator, the Contractor shall make available, for inspection or testing, a sample of any Material to be supplied by the Contractor. .04 The Contractor shall obtain for the Contract Administrator the right to enter onto the premises of the Material manufacturer or supplier to carry out such inspection, sampling, and testing as specified in the Contract Documents or as requested by the Contract Administrator. .05 The Contractor shall notify the Contract Administrator of the sources of supply sufficiently in advance of the Material shipping dates to enable the Contract Administrator to perform the required inspection, sampling, and testing. 06 The Owner shall not be responsible for any delays to the Contractor's operations where the Contractor fails to give sufficient advance notice to the Contract Administrator to enable the Contract Administrator to carry out the required inspection, sampling, and testing before the scheduled shipping date. .07 The Contractor shall not change the source of supply of any Material without the written authorization of the Contract Administrator. .08 Material that is not specified shall be of a quality best suited to the purpose required, and the use of such Material shall be subject to the approval of the Contract Administrator. .09 All Material inspection, sampling, and, testing shall be carried out on random basis in accordance i with the standard inspection or testing methods required for the Material. Any approval given by the Contract Administrator for the Materials to be used in the Work based upon the random method shall not relieve the Contractor from the responsibility of incorporating Material that conforms to the Contract Documents into the Work or properly performing the Contract and of any liability arising from the failure to properly perform as specified in the Contract Documents. GC 5.03 Rejected Material 01 Rejected Material shall be removed from the Working Area expeditiously after the notification to that effect from the Contract Administrator. Where the Contractor fails to comply with such notice, the Contract Administrator may cause the rejected Material to. be removed from the Working Area and disposed of, in what the Contract Administrator considers to be the most appropriate manner, and the Contractor shall pay the costs of disposal and the appropriate overhead charges. ~ Page 28 Rev. Date: 11/2006 OPSS.MUNI 100 GC 5.04 Substitutions .01 Where the Contract Documents require the Contractor to supply a Material designated by a trade or other name, the Tender shall be based only upon supply of the Material so designated, that shall be regarded as the standard of quality required by the Contract Documents. After the acceptance of the Tender, the Contractor may apply to the Contract Administrator to substitute another Material identified by a different trade or other name for the Material designated as aforesaid. The application shall be in writing and shall state the price for the proposed substitute Material designated as aforesaid, and such other information as the Contract Administrator may require. .02 Rulings on a proposed substitution shall not be made prior to the acceptance of the Tender. Substitutions shall not be made without the prior approval of the Contract Administrator. The approval or rejection of a proposed substitution shall be at the discretion of the Contract Administrator. 03 If the proposed substitution is approved by the Contract Administrator, the Contractor shall be entitled to the first $1,000 of the aggregate saving in cost by reason of such substitution and to 50% of any additional saving in cost in excess of such $1,000. Each such approval shall be conveyed to the Contractor in writing or by issuance of a Certificate of Equality on the Owner's standard 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 the amount specified to complete the Work, such excess Material shall become the property of the Contractor on completion of the Work and shall be charged to the Contractor at cost plus applicable overheads. GC 5.05.02 Care of Material .0'1 The Contractor shall, in advance of receipt of shipments of Material supplied by the Owner, provide adequate and proper storage facilities acceptable to the Contract Administrator, and on the receipt of such Material shall promptly place it in storage, except where it is to be incorporated forthwith into the Work. .0~ The Contractor shall be responsible for acceptance of Material supplied by the Owner, at the specified delivery point and for its safe handling and storage. If such Material is damaged while under the control of the Contractor, it shall be replaced or repaired by the Contractor at no expense to the Owner, and to the satisfaction of the Contract Administrator. If such Material is rejected by the Contract Administrator for reasons that are not the fault of the Contractor, it shall remain in the care and at the risk of the Contractor until its disposition has been determined by the Contract Administrator. 03 Where Material supplied by the Owner arrives at the delivery point in a damaged condition or where there are discrepancies between the quantities received and the quantities shown on the bills of lading, the Contractor shall immediately report such damage or discrepancies to the Contract Administrator who shall arrange for an immediate inspection of the shipment and provide the Contractor with a written release from responsibility for such damage or deficiencies. Where damage or deficiencies are not so reported, it shall be assumed that the shipment arrived in good condition and order, and any damage or deficiencies reported thereafter shall be made good by the Contractor at no extra cost to the Owner. -~a,i„ ~g Rev. Date: 11/2006 OPSS.MUNI 100 .04 The full amount of Material supplied by the Owner in each shipment shall be accounted for by the Contractor and such Material shall be at the risk of the Contractor after taking delivery. Such Material shall not, except with the written permission of the Contract Administrator, be used by the Contractor for purposes other than the performance of the Work under the Contract. .05 Empty reels, crates, containers, and other type of packaging from Material supplied by the Owner _ shall become the property of the Contractor when they are no longer required for their original purpose and shall be disposed of by the Contractor, unless otherwise specified in the Contract Documents. .06 Immediately upon receipt of each shipment, the Contractor shall provide the Contract Administrator _ copies of bills of lading, or such other documentation the Contract Administrator may require to substantiate and reconcile the quantities of Material received. 07 Where Material supplied by the Owner is ordered and stockpiled prior to the award of the Contract, the Contractor shall, at no extra cost to the Owner, immediately upon commencement of operations, check the Material, report any damage or deficiencies to the Contract Administrator and take charge of the Material at the stockpile site. Where damage or deficiencies are not so recorded by the Contractor, it shall be assumed that the stockpile was in good condition and order when the Contractor took charge of it, and any damage or deficiencies reported thereafter shall be made good by the Contractor at no extra cost to the Owner. Page 30 Rev. Date: 11/2006 OPSS.MUNI 100 SECTION GC 6.0 -INSURANCE, PROTECTION AND DA~JIAGE GC 6.01 Protection of Work, Persons and Property .01 The Contractor, the Contractor's agents, and all workers employed by or under the control of the Contractor, including Subcontractors, shall protect the Work, persons, and property from damage or injury. The Contractor shall be responsible,for all losses and damage that may arise as the result of the Contractor's operations under the Contract, unless indicated to the contrary below. 02 The Contractor is responsible for the full cost of any necessary temporary protective work or works and the restoration of all damage where the Contractor damages the Work or property in the performance of the Contract. If the Contractor is not responsible for the damage that occurs to the Work or property, the Contractor shall restore such damage, and such work and payment shall be administered according to these General Conditions. .03 The Contractor shall immediately inform the Contract Administrator of all damage and injuries that occur during the term of the Contract. The Contractor shall then investigate and report back to the Contract Administrator within 15 Days of occurrence of incident, or as soon as possible. 04 The Contractor shall not be responsible for loss and damage that occurs as a result of, a) war; b) blockades and civil commotions; c) errors in the Contract Documents; or d) acts or omissions of the Owner, the Contract Administrator, their agents and employees, or others not under the control of the Contractor, but withih the Working Area with the Owner's permission. .05 The Contractor and the Contractor's Surety shall not be released from any term or provision of any responsibility, obligation, or liability under the Contractor waive or impair any of the rights of the Owner, except by a release duly executed by the Owner. GC 6.02 Indemnification .01 The Contractor shall indemnify and hold harmless the Owner and the Contract Administrator, their elected officials, agents, officers, and employees from and against all claims, demands, losses, expenses, costs, damages, actions, suits, or proceedings by third parties, hereinafter called "claims", directly or indirectly arising or alleged to arise out of the performance of or the failure to perform the Work, provided such claims are, a) attributable to bodily injury, sickness, disease, or death or to damage to or destruction of tangible property; b) caused by negligent acts or omissions of the Contractor or anyone for whose acts the Contractor may be liable; and c) made in writing within a period of 6 years from the date of Substantial Performance of the Work L as set out in the Certificate of Substantial Performance of the Work or, where so specified in the Contract Documents, from the date of certification of Final Acceptance. I Page 31 Rev. Date: 11/2006 OPSS.MUNI 100 .02 The Contractor shall indemnify and hold harmless the Owner from all and every claim for damages, royalties or fees for the infringement of any patented invention or copyright occasioned by the Contractor in connection with the Work performed or Material furnished by the Contractor under the Contract. .03 The Owner expressly waives the right to indemnity for claims other than those stated in paragraphs GC 6.02.01 and GC 6.02.02. .04 The Owner shall indemnify and hold harmless the Contractor, their elected officials, agents, officers, and employees from and against all claims, demands, losses, expenses, costs, damages, actions, suits, or proceedings arising out of the Contractor's performance of the Contract that are attributable to a lack of or defect in title or an alleged lack of or defect in title to the Working Area. .05 The Contractor expressly waives the right to indemnity for claims other than those stated in paragraph GC 6.02.04. GC 6.03 Contractor's Insurance GC 6.03.01 General .01 Without restricting the generality of subsection GC 6,02, Indemnification, the Contractor shall provide, maintain, and pay for the insurance coverages listed under clauses GC 6.03.02 and GC 6.03.03. Insurance coverage in clauses GC 6.03.04, GC 6.03.05, and GC 6.03.06 shall only apply when so specified in the Contract Documents. .02 The Contractor shall provide the Contract Administrator with an original Certificate of Insurance for each type of insurance coverage that is required by the Contract Documents. The Contractor shall ensure that the Contract Administrator is; at all times in receipt of a valid Certificate of Insurance for each type of insurance coverage, in such amounts as specified in the Contract Documents. The Contractor will not be permitted to commence work until the Contract Administrator is in receipt of such proof of insurance. The Contract Administrator may withhold payments of monies due to the Contractor until the Contractor has provided the Contract Administrator with original valid Certificates of Insurance as required by the provisions of the Contract Documents. .,. GC 6.03.02 General Liability Insurance _ .01 General liability insurance shall be in the name of the Contractor, with the Owner and the Contract Administrator named as additional„.insureds,, with limits of not less than five million dollars inclusive _ per occurrence for bodily injury, death, and damage to property including loss of use thereof, with a property damage deductible of not more than $5,000. The form of this insurance shalC be the Insurance Bureau of Canada Form IBC 2100. .02 Another form of insurance equal to or better than that required in IBC Form 2100 may be used, provided all the requirements listed in the Contract are included. Approval of this insurance shall be conditional upon the Contractor obtaining the services of an insurer licensed to underwrite insurance in the Province of Ontario and obtaining the insurer's certificate of equivalency to the required insurance. 03 The Contractor shall maintain in force such policies of insurance specified by the Contract Documents at all times from the commencement of the Work until the end of any Warranty Period or as otherwise required by the Contract Documents. .04 The Contractor shall submit annually to the Owner, proof of continuation of the completed operations coverage and, if the Contractor fails to do so, the limitation period for claiming indemnity described in paragraph GC 6.02.01 c), shall not be binding on the Owner. I Page 32 Rev. Date: 11/2006 OPSS.MUNI 100 I 05 Should the Contractor decide not to employ Subcontractors for operations requiring the use of explosives for blasting, pile driving or caisson work, removal or weakening of support of property building or land, IBC Form 2100 as required shall include the appropriate endorsements. .06 The policies shall be endorsed to provide the Owner with not less than 30 Days written notice in advance of cancellation, change or amendment restricting coverage. .07 "Claims Made" insurance policies shall not be permitted. GC 6.03.03 Automobile Liability insurance 01 Automobile liability insurance in respect of licensed vehicles shall have limits of not less than five million dollars inclusive per occurrence for bodily injury, death and damage to property, in the following forms endorsed to provide the Owner with not less than 30 Days written notice in advance of any .cancellation, change, or amendment restricting coverage: a) standard non-owned automobile policy including standard contractual liability endorsement, and b) standard owner's form automobile policy providing third party liability and accident benefits insurance and covering licensed vehicles owned or operated by the Contractor. GC 6.03.04 Aircraft and Watercraft Liability Insurance GC 6.03.04.01 Aircraft Liability Insurance .01 Aircraft liability insurance with respect to owned or non-owned aircraft used directly or indirectly in the performance of the Work, including use of additional premises, shall be subject to limits of not less than five million dollars inclusive per occurrence for bodily injury, death, and damage to property including loss of use thereof, and .limits of not less than five million dollars for aircraft passenger hazard. Such insurance shall be in a form acceptable to the Owner. The policies shall be endorsed to provide the Owner with not less than 30 Days written notice in advance of cancellation, change, or amendment restricting coverage. 6.03.04.02 Watercraft Liability Insurance .01 Watercraft liability insurance with respect to owned or non-owned watercraft used directly or indirectly in the performance of the Work, including use of additional premises, shall be subject to limits of not less than five million dollars inclusive per occurrence for bodily injury, death, and damage to property including loss of use thereof. Such insurance shall be in a form acceptable to the Owner. The policies shall be endorsed to provide the Owner with not less than 30 Days written notice in advance of cancellation, change, or amendment restricting coverage. GC 6.03.05 Property and Boiler Insurance 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 specified to be provided by the Owner for incorporation into the Work, with a deductible not exceeding 1 % of the amount insured at the site of the Work. This insurance shall be in a form acceptable to the Owner and shall be maintained continuously until 10 Days after the date of Final Acceptance of the Work, as set out in the Final Acceptance Certificate. Page 33 Rev. Date: 11/2006 OPSS.MUNI 100 GC 6.03.05.02 Boiler Insurance .01 Boiler insurance insuring the interests of the Contractor, the Owner and the Contract Administrator for not less than the replacement value of boilers and pressure vessels forming part of the Work, _ shall be in a form acceptable to the Owner. This insurance shall be maintained continuously from commencement of use or operation of the property insured until 10 Days after the date of Final Acceptance of the Work, as set out in the Final Acceptance Certificate. GC 6.03.05.03 Ilse and Occupancy of the Work Prior to Completion .01 Should the Owner wish to use or occupy part or all of the Work prior to Substantial Performance, the Owner shall give 30 Days written notice to the Contractor of the intended purpose and extent of such use or occupancy. Prior to such use or occupancy, the Contractor shall notify the Owner in writing of the additional premium cost, if any, to maintain property and boiler insurance, which shall be at the Owner's expense. If because of such use or occupancy the Contractor is unable to provide coverage, the Owner upon written notice from the Contractor and prior to such use or occupancy shall provide, maintain, and pay for property and boiler insurance insuring the full value of the Work, including coverage for such use or occupancy, and shall provide the Contractor with proof of such insurance. The Contractor shall refund to the Owner the unearned premiums applicable to the Contractor's policies upon termination of coverage. .02 The policies shall provide that, in the event of a loss or damage, payment shall be made to the Owner and the Contractor as their respective interests may appear. The Contractor shall act on behalf of both the Owner and the Contractor for the purpose of adjusting the amount of such loss or damage payment with the insurers. When the extent of the loss or damage is determined, the Contractor shall proceed to restore the Work. Loss or damage shall not affect the rights and obligations of either party under the Contract, except that the Contractor shall be entitled to such reasonable extension of Contract Time relative to the extent of the loss or damage as the Contract Administrator may decide in consultation with the Contractor. GC 6.03.05.04 Payment for Loss or Damage .01 The Contractor shall be entitled to receive from the Owner, in addition to the amount due under the Contract, the amount at which the Owner's interest in restoration of the Work has been appraised, such amount to be paid. as the restoration of the Work proceeds, and in accordance with the requirements of Section 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 shall be responsible for deductible amounts under the policies, except where such amounts may be excluded from the Contractor's responsibility by the terms of this Contract. .03 In the event of a loss or damage to the Work arising from the action or omission of the Owner or others, the Owner shall pay the Contractor the cost of restoring the Work as the restoration of the Work proceeds and in accordance with the requirements of Section GC 8.0, Measurement and Payment. i Page 34 Rev_ Date: 11J2006 OPSS.MUNI 100 GC 6.03.06 Contractor's Equipment Insurance .01 All risks Contractor's equipment insurance covering construction machinery and equipment used by the Contractor for the performance of the Work, including boiler insurance on temporary boilers and pressure vessels, shall be in a form acceptable to the Owner and shall not allow subrogation claims by the insurer against the Owner. The policies shall be endorsed to provide the Owner with not less than 30 Days written notice in advance of cancellation, change, or amendment restricting coverage. Subject to satisfactory proof of financial capability by the Contractor for self-insurance of the Contractor's Equipment, the Owner agrees to waive the equipment insurance requirement, and for the purpose of this Contract, the Contractor shall be deemed to be insured. This policy shall be amended to provide permission for the Contractor to grant prior releases with respect to damage to the Contractor's Equipment. GC 6.03.07 Insurance Requirements and Duration .01 Unless specified otherwise, the duration of each insurance policy shall be from the date of commencement of the Work until 10 Days after the date of Final Acceptance of the Work, as set out in the Final Acceptance Certificate. .02 The Contractor shall provide the Owner, on a form acceptable to the Owner, proof of insurance prior to commencement of the Work and signed by an officer of the Contractor and either the underwriter or the broker. .03 The Contractor shall, on request, promptly provide the Owner with a certified true copy of each insurance policy exclusive of information pertaining to premium or premium bases used by the insurer to determine the cost of the insurance. The certified true copy shall include a signature by an officer of the Contractor and, in addition, a signature by an officer of the insurer or the underwriter or the broker. .04 Where a policy is renewed, the Contractor shall provide the Owner, on a form acceptable to the Owner, renewed proof of insurance immediately following completion of renewal. .05 Unless specified otherwise, the Contractor shall be responsible for the payment of deductible amounts under the policies. 06 If the Contractor fails to provide or maintain insurance as required in subsection GC 6.03, Contractor's Insurance, or elsewhere in the Contract Documents, then the Owner shall have the right to provide and maintain such insurance and give evidence thereof to the Contractor. The Owner's cost thereof shall be payable by the Contractor to the Owner on demand. .07 If the Contractor fails to pay the cost of the insurance placed by the Owner within 30 Days of the date on which the Owner made a formal demand for reimbursement of such costs, the Owner may deduct the costs thereof from monies which are due or may become due to the Contractor. GC 6.04 Bonding .01 The Contractor shall provide the Owner with the surety bonds in the amount required by the tender documents. .02 Such bonds shall be issued by a duly licensed surety company authorized to transact a business of suretyship in the Province of Ontario and shall be to the satisfaction of the Owner. The bonds shall be maintained in good standing until the fulfilment of the Contract. Page 35 Rev. Date: 11/2006 OPSS.MUNI 100 GC 6.05 Workplace Safiety and Insurance Board .01 The Contractor shall provide the Contract Administrator with a copy of a Certificate of Clearance indicating the Contractor's good standing with the Workplace Safety and Insurance Board, as follows: a) Immediately prior to the Contract Administrator authorizing the Contractor to commence Work. b) Prior to issue of the Certificate of Substantial Performance. c) Prior to expiration of the Warranty Period. d) At any other time when requested by the Contract Administrator. Page 36 Rev. Date: 11/2006 OPSS.MUNI 100 SECTION GC 7.0 -CONTRACTOR'S RESPONSIBILITIES AND CONTROL OF TFiE WORK GC 7.01 General .01 The Contractor warrants that the site of the Work has been visited during the preparation of the Tender and the character of the Work and all local conditions that may affect the performance of the Work are known. .02 The Contractor shall not commence the Work nor deliver anything to the Working Area until the 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 completion of the Contract in accordance with the Contract Documents. The Work shall be performed as vigorously and as continuously as weather conditions or other interferences may permit. .05 The Contractor shall have the sole responsibility for the design, erection, operation, maintenance, and removal'of temporary structures and other temporary facilities and the design and execution of construction methods required in their use. .06 Notwithstanding paragraph GC 7.01.05, where the Contract Documents include designs for temporary structures and other temporary facilities or specify a method of construction in whole or part, such facilities and methods shall be considered to be part of the design of the Work, and the Contractor shall not be held responsible for that part of the design or the specified method of construction. The Contractor shall, however, be responsible for the execution of such design or specified method of construction in the same manner that the Contractor is responsible for 'the execution of the Work. .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 Construction Projects) and any other regulations as amended under the Act (the "Regulations") that may affect the performance of the Work, as the "Constructor" or "employer," as defined by the Act, as the case may be. The Contractor shall ensure that: _.~ .>,: a) worker safety is given first priority in planning, pricing, and performing the Work; b) its officers and supervisory employees have a working knowledge of the duties of a "Constructor" and "employer" as defined by the Act and the provisions of the Regulations applicable to the Work, and a personal commitment to comply with them; c) a copy of the most current version of the Act and the Regulations are available at the Contractor's office within the Working Area, or, in the absence of an office, in the possession of the supervisor responsible for the performance of the Work; d) workers employed to cant' out the Work possess the knowledge, skills, and protective devices required by law or recommended for use by a recognized industry association to allow them to work in safety; e) its supervisory employees carry out their duties in a diligent and responsible manner with due consideration for the health and safety of the workers; and Page 37 Rev. Date: 11/2006 OPSS.MUNI 100 f) all Subcontractors and their workers are properly protected from injury while they are at the Work Area. .08 The Contractor, when requested, shall provide the Owner with a copy of its health and safety policy and program at the pre-start meeting and shall respond promptly to requests from the Owner for confirmation that its methods and procedures for carrying out the Work comply with the Act and __! Regulations. The Contractor shall cooperate with representatives of the Owner and the inspectors appointed to enforce the Act and the Regulations in any investigations of worker health and safety in the performance of the Work. The Contractor shall indemnify and save the Owner harmless from any additional expense that the Owner may incur to have the Work performed as a result of the Contractor's failure to comply with the requirements of the Act and the Regulations. .09 Prior to commencement of the Work, the Contractor shall provide to the Contract Administrator a list of .those products controlled under the Workplace Hazardous Materials Information System or WHMIS, which the Contractor expects to use on the Contract. Related Materials Safety Data Sheets __ shall accompany the submission. All containers used in the application of products controlled under WHMIS shall be labelled. The Contractor shall notify the Contractor Administrator in writing of __ changes in the products to be used and provide relevant Material Safety Data Sheets. .10 The Contractor shall have an authorized representative on the site while any Work is being performed, to supervise the Work and act for or on the Contractor's behalf. Prior to commencement of construction, the Contractor shall notify the Contract Administrator of the names; addresses; positions; and cell phone, pager, and telephone numbers of the Contractor's representatives who can be contacted at any time to deal with matters relating to the Contract, and update as necessary. .11 The Contractor shall designate a person to be responsible for traffic control and work zone safety. The designated person shall be a competent worker who is qualified because of knowledge, training, and experience to perform the duties; is familiar with Book 7 of the Ontario Traffic Manual; and has knowledge of all potential or actual danger to workers and motorists. Prior to the commencement of construction, the Contractor shall notify the Contract Administrator of the name; address; position; cell phone, pager, and telephone numbers of the designated person, and update as necessary. The designated person may have other responsibilities, including other construction sites, and need not be present in the Working Area at all times. '~ ~' .12 The Contractor shall, at no additional cost to the Owner, furnish all reasonable aid, facilities, and ~'. assistance required by the Contract Administrator for the proper inspection and examination of the `" Work or the taking of measurements for the purpose of payment. .13 The Contractor shall prepare and update, as required, a construction schedule of operations, indicating the proposed methods of construction and sequence of work and the time the Contractor proposes to complete the various items of work within the time specified in the Contract Documents. _ The schedule shall be submitted to the Contract Administrator within 14 Days from the Contract award. If the Contractor's schedule is materially affected by changes, the Contractor shall submit an updated construction schedule, if requested by the Contract Administrator, within 7 Days of the request. This updated schedule shall show how the Contractor proposes to perform the balance of the Work, so as to complete the Work within the time specified in the Contract Documents. .14 Where the Contractor finds any error, inconsistency, or omission relating to the Contract, the Contractor shall promptly report it to the Contract Administrator and shall not proceed with the activity affected until receiving direction from the Contract Administrator. 15 The Contractor shall promptly notify the Contract Administrator in writing if the subsurface conditions observed in the Working Area differ materially from those indicated in the Contract Documents. Page 38 Rev. Dace: 1112006 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 0'I 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 property bars while the Work is in progress, except those property bars that must be removed to facilitate the Work. Any other property bars disturbed, damaged, or removed by the Contractor's operations shall be replaced under the supervision of an Ontario Land Surveyor, at the Contractor's expense. .03 At no extra cost to the Owner, the Contractor 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 all lines and grades necessary for construction. The Contractor shall notify the' Contract Administrator of any layout work carried out, so that the same may be checked by the Contract Administrator. 05 The Contractor shall install and maintain substantial alignment markers and secondary benchmarks as may be required for the proper execution of the Work. The Contractor shall supply one copy of all alignment and grade sheets to the Contract Administrator. 06 The Contractor shall assume full responsibility for alignment, elevations, and dimensions of each and all parts of the Work, regardless of whether the Contractor's layout work has been checked by the Contract Administrator. .07 All stakes, marks, and reference points shall be carefully preserved by the Contractor. In the case of their destruction or removal, such stakes, marks, and .reference points shall be replaced at the Contractor's expense. .08 Benchmarks and survey monuments identified in the Contract Documents shall be protected by the Contractor. In the case of their destruction or removal, such benchmarks and survey monuments shall be replaced by the Owner at the Contractor's expense. ~C 7.03 Working Area .0'I The Contractor's sheds, site offices, toilets, other temporary structures, and storage areas for Material and Equipment shall be grouped in a compact manner and maintained in a neat and orderly condition at all times. .02 The Contractor shall confine the construction operations to the Working Area. Should the Contractor require more space than that shown on the Contract Drawings, the Contractor shall obtain such space at no additional cost to the Owner. Page 39 Rev. Date: 11/2006 OPSS.MUNI 100 03 The Contractor shall not enter upon or occupy any private property for any purpose, unless the Contractor has received prior written permission from the property owner. GC 7.04 Damage by Vehicles or Other Equipment 01 If at any time, in the opinion of the Contract Administrator, damage is being done or is likely to be done to any Roadway or any improvement thereon, outside the Working Area, by the Contractor's vehicles or other Equipment, whether licensed or unlicensed Equipment, the Contractor shall, on the direction of the Contract Administrator, and at no extra cost to the Owner, make changes or substitutions for such vehicles or Equipment, and shall alter loadings, or in some other manner, remove the cause of such damage to the satisfaction of the Contract Administrator. GC 7.05 Excess Loading of Motor Vehicles 01 Where a vehicle is hauling Material for use on the Work, in whole or in part; upon a Highway; and where motor vehicle registration is required for such vehicle, the Contractor shall not cause or permit such vehicle to be loaded beyond the legal limit specified in the Highway Traffic Act, R.S.O; 1990, c.H.8, as amended, whether such vehicle is registered in the name of the Contractor or otherwise, except where there are designated areas within the Working Area where 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 tidy condition and free from the accumulation of debris and prevent dust nuisance, mud, and ponding water, other than that caused by the Owner or others. GC 7.07 Maintaining Roads and Detours .01 Unless otherwise specified in the Contract Documents, if an existing Roadway is affected by construction, it shall be kept open to both vehicular and pedestrian traffic. .02 Subject to the approval of the Contract Administrator, the Contractor shall, at no additional cost to the Owner, be responsible for providing and maintaining for the duration of the Work an alternative `µ ~! route for both pedestrian and vehicular traffic through the Working Area in accordance with the OTM, whether along the existing Highway under construction or on a detour road beside or adjacent to the `-' Highway under construction.' .03 Subject to the approval of the Contract Administrator, the Contractor°lnay block traffic for short J periods of time to facilitate construction of the Work in accordance with the OTM. Any temporary lane closures shall be kept to a minimum. .04 The Contractor shall not be required to maintain a road through the Working Area until such time as the Contractor has commenced operations or during seasonal shut down or on any part of the Contract that has been accepted in accordance with these General Conditions. The Contractor shalt not be required to apply de-icing chemicals or abrasives or carry out snowplowing. .05 Where localized and separated sections of the Highway are affected by the Contractor's operations, the Contractor shall not be required to maintain intervening sections of the Highway until such times as these sections are located within the limits of the Highway affected.by the Contractor's general _, operations under the Contract. -- .06 Where the Contract Documents provide for or the Contract Administrator requires detours at specific locations, payment for the construction of the detours and, if required, for the subsequent removal of - the detours, shall be made at the Contract prices appropriate to such work. Page 40 Rev. Date: 11/2006 OPSS.MUNI 100 .07 Compensation for all labour, Equipment, and Materials to do this Work shall be at the Contract prices appropriate to the Work and, where there are no such prices, at negotiated prices. Notwithstanding the foregoing, the cost of blading required to maintain the surface of such roads and detours shall be deemed to be included in the prices bid for the various tender items and no additional payment shall be made. .08 Where work under the Contract is discontinued for any extended period, including seasonal shutdown, the Contractor shall, when directed by the Contract Administrator, open and place the Roadway and detours in a passable, safe, and satisfactory condition for public travel. .09 Where the Contractor constructs a detour that is not specifically provided for in the Contract Documents or required by the Contract Administrator, the construction of the detour and, if required, the subsequent removal shall be performed at the Contractor's expense. The detour shall be constructed and maintained to structural and geometric standards approved by the Contract Administrator. Removal and site restoration shall be performed as directed by the Contract Administrator. 10 Where, with the prior written approval of the Contract Administrator, the Highway is closed and the traffic diverted entirely off the Highway to any other Highway, the Contractor shall, at no extra cost to the Owner, supply, erect, and maintain traffic control devices in accordance with the OTM. 11 Compliance with the foregoing provisions shall in no way relieve the Contractor of obligations under subsection GC 6.01, Protection of Work, Persons, and Property, dealing with the Contractor's responsibility for damage claims, except for claims arising on sections of Highway within the Working Area that are being maintained by others. GC 7.08 Access to Properties Adjoining the Work and Interruption of Utility Services .01 The Contractor.shall provide at all times and at no extra cost to the Owner, a) adequate pedestrian and vehicular access; and b) continuity of Utility services to properties adjoining the Working Area. 0_?. The Contractor shall provide at all times and at no extra cost to the Owner access to fire hydrants, water and gas valves, and all other Utilities located.in the Working Area. 03 Where any interruptions in the supply of Utility services are required and are authorized by the Contract Administrator, the Contractor shall give the affected property owners notice in accordance with subsection GC 7.12, Notices by the Contractor, and shall arrange such interruptions so as to create a minimum of interference to those affected. GC 7.09 Approvals and Permits .01 Except as specified in subsection GC 4.02, Approval and' Permits, the Contractor shall obtain and pay for any permits, licences, .and certificates, which at the date of tender closing, are required for the performance of the Work. . .0L The Contractor shall arrange for all necessary inspections required by the approvals and permits specified in paragraph GC 7.09.01. Page 41 Rev. Date: 11/2006 OPSS.MUNI 100 GC 7.10 Suspension of Work i .01 The Contractor shall, upon written notice from the Contract Administrator, discontinue or delay any or all of the Work and work shall not be resumed until the Contract Administrator so directs in writing. Delays, in these circumstances, shall be administered according to subsection GC 3.07, Delays. `. GC 7.11 Contractor's Right to Stop the Work or Terminate the Contract .01 If the Owner is adjudged bankrupt or makes a general assignment for the benefit of creditors because of insolvency or if a receiver is appointed because of insolvency, the Contractor may, without prejudice to any other right or remedy the Contractor may have, by giving the Owner or receiver or trustee in bankruptcy written notice, terminate the Contract. .02 If the Work is stopped or otherwise delayed for a period of 30 Days or more under an order of a court or other public authority and provided that such order was not issued as the result of an act or fault of the Contractor or of anyone directly employed or engaged by the Contractor, the Contractor may, without prejudice, to any other right or remedy the Contractor may have, by giving the Owner written notice, terminate the Contract. .03 The Contractor may notify the Owner in writing, with a copy to the Contract Administrator, that the ~ Owner is in default of contractual obligations if, a) the Contract Administrator fails to issue certificates in accordance with the provisions of Section GC 8.0, Measurement and Payment; b) the Owner fails to pay the Contractor, within 30 Days of the due dates identified in clause GC 8.02.03, Certification and Payment, the amounts certified by the Contract Administrator or within 30 Days of an award by an arbitrator or court; or c) the Owner violates the requirements of the Contract. 04 The Contractor's written notice to the Owner shall advise that if the default is not corrected in the 7 Days immediately following receipt of the written notice, the Contractor may, without prejudice to any other right or remedy the Contractor may have, stop the Work or terminate the Contract. , .05 If the Contractor terminates the Contract under the conditions set out in subsection GC 7.11, the --~ Contractor shall be entitled to be paid for all work performed according to the Contract Documents and for any losses or damage as the Contractor may sustain as a result of the termination of the , ' Contract. GC 7.12 Notices by the Contractor ;,- .01 Before, work is carried out that may affect the property or operations of any Ministry or agency of government or any person; company; partnership; or corporation, including a municipal corporation or any board or commission thereof, and in addition to such notices of the commencement of specified operations as are prescribed elsewhere in the Contract Documents, the Contractor shall give at least 48 hours advance written notice of the date of commencement of such work to the --- person, company, partnership, corporation, board, or commission so affected. 02 In the case of damage to or interference with any Utilities, pole lines, pipe lines, conduits, farm tiles, or other public or privately owned works or property, the Contractor shall immediately notify the Owner, Contract Administrator, and the owner of the works of the location and details of such damage or interference. Page 42 Rev. Date: 11/2006 OPSS.MUNI 100 GC 7.13 Obstructions. .01 Except as otherwise noted in these General Conditions, the Contractor assumes all the risks and responsibilities arising out of any obstruction encountered in the performance of the Wark 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 to the exact location of these Utilities, to exercise the necessary care in construction operations, and to take such other precautions as are necessary to safeguard the Utilities from damage. GC 7.14 Limitations of Operations .01 Except for such work as may be required by the Contract Administrator to maintain the Work in a safe and satisfactory condition, the Contractor shall not carry out operations under the Contract on Saturdays, Sundays, and Statutory Holidays without permission in writing from the Contract Administrator. .02 The Contractor shall cooperate and coordinate the Work with other Contractors, Utility companies, and the Owner and they shall be allowed access to their work or plant at all reasonable times. GC 7.15 Cleaning Up Before Acceptance .01 Upon attaining Substantial Performance of the Work, the Contractor shall remove surplus materials, tools, construction machinery and equipment not required for the performance of the remaining Work. The Contractor shall also remove all temporary works and debris other than that caused by the Owner or others and leave the Work and Working Area clean and suitable for occupancy by the Owner, unless otherwise specified. .02 The Work shall not be deemed to have reached Completion until the Contractor has removed ' ~__ surplus materials, tools, construction machinery, and equipment. The Contractor shall also have removed debris, other than that caused by the Owner, or others. I-- GC 7.16 Warranty ~ .01 Unless otherwise specified in the Contract Documents for certain Materials or components of the Work, the Contractor shall be responsible for the proper performance of the Work only to the extent that the design and standards permit such performance. ~ .02 Subject to the previous paragraph the Contractor shall correct promptly, at no additional cost to the Owner, defects or deficiencies in the Work that appear, ~__ a) prior to and during the period of 12 months from the date of Substantial Performance of the Work, as set out in the Certificate of Substantial Performance of the Work, I I ~_ Page 43 Rev. Date: 11/2006 OPSS.MUNI 100 '~ b) where the work is completed after the date of Substantial Performance, 12 months after "-1 Completion of the Work, c) where there is no Certificate of Substantial Performance, 12 months from the date of Completion of the Work as set out in the Completion Certificate, or d) such longer periods as may be specified in the Contract Documents for certain Materials or some of the Work. The Contract Administrator shall promptly give the Contractor written notice of observed defects or deficiencies. .03 The Contractor shall correct or pay for damage resulting from corrections made under the requirements of paragraph GC 7.16.02. 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 i ~ .01 During construction and until the Work is completed, the Contractor shall make alt reasonable efforts to keep all portions of the Work properly and efficiently drained, to at least the same degree as that of the existing drainage conditions. Page 44 Rev. Date: 11/2006 OPSS.MUNI 100 SECTi01~ GC 8.0 - MEASUREMEPIT AND PAYMEFJT GC 8.01 Measurement GC 8.01.01 Quantities .0'1 The Contract Administrator shall make an Estimate once a month, in writing, of the quantity of Work performed. The first Estimate shall be the quantity of Work performed since the Contractor commenced the Contract, and every subsequent Estimate, except the final one, shall be of the quantity of Work perfom7ed 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 principles but may, where appropriate, be made using Actual Measurements. Those items identified on the Tender by the notation (P) in the unit column shall be paid according to the Plan Quantity. Items where the notation (P) does not occur shall be paid according to Actual Measurement or lump sum. GC 8.01.02 Variations in Tender Quantities 01 Where it appears that the quantity of Work to be done or Material to be supplied or both by the ' Contractor under a unit price tender item may exceed or be less than the tender quantity, the Contractor shall proceed to do the Work or supply the Material or both required to complete the tender item and payment shall be made for the actual amount of Work done or Material supplied or both at the unit prices stated in the Tender except as provided below: a) In the case of a Major Item where the quantity of Work performed or Material supplied or both by the Contractor exceeds the tender quantity by more than 15%, either party to the Contract may make a written request to the other parry to negotiate a revised unit price for that portion of the Work performed or Material supplied or both which exceeds 115% of the tender quantity. The negotiation shall be carried out as soon as reasonably possible. Any revision of the unit price shall be based on the actual cost of doing the Work or supplying the Material or both under the tender item plus a reasonable allowance for profit and applicable overhead. b) In the case of a Major Item where the quantity of Work performed or Material supplied or both by the Contractor is less than 85% of the tender quantity, the Contractor may make a written request to negotiate for the portion of the actual overheads and fixed costs applicable to the ~ amount of the underrun in excess of 15% of the tender quantity. For purposes of the negotiation, the overheads and fixed costs applicable to the item are deemed to have been prorated uniformly over 100% of the tender quantity for the item. Overhead costs shall be confirmed by a statement certified by the Contractor's senior financial officer or auditor and may be audited by the Owner. Alternatively, where both parties agree, an allowance equal to 10% of the unit price on the amount of the underrun in excess of 15% of the tender quantity shall be paid. Written requests for compensation must be received no later than 60 Days after the issuance of the Completion Payment Certificate. Page 45 Rev. Date: 11/2006 OPSS.MUNI 100 GC 8.02 Payment GC 8.02.01 Price for Work .01 Prices for the Work shall be full compensation for all labour, Equipment and Material required in its performance. The term "all labour, Equipment, and Material" shall include Hand Tools, supplies, and other incidentals. .02 Payment for work not specifically detailed as part of 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 .01 The Owner shall make advance payments for Material intended for incorporation in the Work upon the written request of the Contractor and according to the following terms and conditions: a) The Contractor shall deliver the Material to a site approved by the Contract Administrator and the Contractor shall, in advance of receipt of the shipment of the Material, arrange for adequate and proper storage facilities. -; b) The value of aggregates, processed and stockpiled, shall be assessed by the following =~ procedure: i. Sources Other Than Commercial (1) Granular A, B, BI, BII, 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 f i Portland cement concrete shall be assessed at the rate of 25% of the Contract price for _ each aggregate stockpiled. ii. Commercial Sources Payment for separated coarse and fine aggregates shall be considered at the above rate when such materials are stockpiled at a commercial source where further processing is to __' be carried out before incorporating such materials into a final product. Advance payments for other materials located at a commercial source shall not be made. -~ c) Payment for all other materials, unless otherwise specified elsewhere in the Contract -- Documents, shall be based on the invoice price, and the Contractor shall submit proof of cost to the Contract Administrator before payment can be made by the Owner. d) The payment for all Materials shall be prorated against the appropriate tender item by paying for sufficient units of the item to cover the value of the material. Such payment shall not exceed - 80% of the Contract price for the item. _ , e) All Materials for which the Contractor wishes to receive advance payment shall be placed in the designated storage location immediately upon receipt of the material and shall thenceforth be held by the Contractor in trust for the Owner as collateral security for any monies advanced by the Owner and for the due completion of the Work. The Contractor shall not exercise any act of - ownership inconsistent with such security, or remove any Material from the storage locations, except for inclusion in the Work, without the consent, in writing, of the Contract Administrator. _ f) Such materials shall remain at the risk of the Contractor who shall be responsible for any loss, damage, theft, improper use, or destruction of the material however caused. 02 Where the Owner makes advance payments subject to the conditions listed in paragraph GC 8.02.02.01, such payment shall not constitute acceptance of the Material by the Owner. Acceptance shall only be determined when the material meets the requirements of the appropriate specification. Page 46 Rev. Date: 11/2006 OPSS.MUNI 100 GC 8.02.03 Certification and Payment GC 8.02.03.01 Progress Payment Certificate .01 The value of the Work performed and Material supplied shall be calculated once a month by the Contract Administrator in accordance with the Contract Documents and clause GC 8.01.01, Quantities. .02 The progress Payment Certificate shall show, a) the quantities of Work performed; b) the value of Work performed; c) any advanced payment for Material; d) the amount of statutory holdback, liens, Owner's set-off; e) the amount of GST, as applicable; and f) the amount due to the Contractor. 03 One copy of the progress Payment Certificate shall be sent to the Contractor .04 Payment shall be made within 30 Days of the Cut-Off Date. GC 8.02.03.02 Certification of Subcontract Completion .01 Before the Work has reached the stage of Substantial Performance, the Contractor may notify the Contract Administrator, in writing that a subcontract is completed satisfactorily and ask that the Contract Administrator certify the completion of such subcontract. .02 The Contract Administrator shall issue a Certificate of Subcontract Completion, if the subcontract has been completed satisfactorily, and 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 Completion the date on which the subcontract was completed and, within 7 Days of the date the subcontract is certified complete, the Contract Administrator shall give a copy of the certificate to the Contractor and to the Subcontractor concerned. GC 8.02.03.03 Subcontract Statutory Holdback Release Certificate and Payment .01 Following receipt of the Certificate of Subcontract Completion, the Owner shall release and pay the Contractor the statutory holdback retained in respect of the subcontract. Such release shall be made 46 Days after the date the subcontract was certified complete and providing the Contractor submits the following to the Contract Administrator: a) a document satisfactory to the Contract Administrator that shall release the -Owner from all further claims relating to the subcontract, qualified by stated exceptions such as holdback monies; b) evidence satisfactory to the Contract Administrator that the Subcontractar has discharged all liabilities incurred in carrying out the subcontract; L Page 47 Rev. Date: 1 i/2006 OPSS.MUNI 100 L c) a satisfactory clearance certificate or letter from the. Workplace Safety and Insurance Board relating to the subcontract; and d) a copy of the. contract between the Contractor and the Subcontractor and a satisfactory statement showing the total amount due the Subcontractor from the Contractor. .02 Paragraph GC 8.02.03.03.01 d), shall only apply to Lump Sum Items and then only when the Contract Administrator specifically requests it. .03 Upon receipt of the statutory holdback, the Contractor shall forthwith give the Subcontractor the payment due under the subcontract. .04 Reiease of statutory holdback by the Owner in respect of a subcontract shall not relieve the Contractor, or the Contractor's Surety, of any of their responsibilities. GC 8.02.03.04 Certification of Substantial Performance .01 Upon application by the Contractor and when the Contract Administrator has verified that the Contract has been substantially performed, the Contract Administrator shall issue a Certificate of Substantial Performance. ~__ .02 Upon verifying that the Contract has been substantially performed, the Contract Administrator shall issue a certificate of Substantial Performance and shall set out in the Certificate of Substantial - Performance the date on which the Contract was substantially performed and, within 7 Days after ~, signing the said certificate, the Contract Administrator shall provide a copy to the Contractor. .03 Upon receipt of a copy of the Certificate of Substantial Performance, the Contractor shall forthwith, _- ~, as required by Section 32(1) Paragraph 5 of the Construction Lien Act, R.S.O. 1990, c.C.30, as amended, publish a copy of the certificate in a construction trade newspaper. Such publication shall include placement in the Daily Commercial News. .04 Where the Contractor fails to publish a copy of the Certificate of Substantial Performance as ~ required above within 7 Days after receiving a copy of the certificate signed by the Contract Administrator, the Owner may publish a copy of the certificate at the Contractor's expense. 05 Except as otherwise provided for in Section 31 of the Construction Lien Act, the 45 Day lien period prior to the release of holdback as referred to in clause GC 8.02.03.05, Substantial Performance - Payment and Statutory Holdback Release Payment Certificates, shall commence from the. date of .- publication of the Certificate of Substantial Performance.as provided for above. ~. GC 8.02.03.05 Substantial. Performance Payment and Substantial Performance Statutory Holdback Release Payment Certificates .01 When the Contract Administrator issues the Certificate of Substantial Performance, the Contract Administrator shall also issue the Substantial Performance Payment Certificate and the Substantial Performance Statutory Holdback Release Payment Certificate or where appropriate, a combined payment certificate. 02 The Substantial Performance Payment Certificate shall show, a} the value of Work performed to the date of Substantial Performance; b) the value of outstanding or incomplete Work; c) the amount of the statutory holdback, allowing for any previous releases of statutory holdback to the Contractor in respect of completed subcontracts and deliveries of pre-selected equipment; Page 48 Rev. Date: 11/2006 OPSS.MUNI 100 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 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 satisfactory Certificate of Clearance from the Workplace Safety and Insurance Board; and d) proof of publication of the Certificate of Substantial Performance. GC 8.02.03.06 Certification of Completion ' .01 Upon application by the Contractor and when the Contract Administrator has verified that the ~ Contract 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 Certificates .01 When the Contract Administrator issues the Completion Certificate, the Contract Administrator shall also issue the Completion Payment Certificate and the ,Completion Statutory Holdback Release Payment Certificate or where appropriate, a combined payment certificate. L .02 The Completion Payment Certificate shall show, f a) measurement and value of Work at Completion; I- b) the amount of the further statutory holdback based on the value of further work completed over and above the value of work completed shown in the Substantial Performance Payment Certificate referred to above; and c) the amount due the Contractor. .03 The Completion Statutory Holdback Release Payment Certificate shall be a payment certificate releasing to the Contractor the further statutory holdback. Payment of such statutory holdback shall be due 46 Days after the date of Completion of the Work as established by the Completion Certificate but subject to the provisions of the Construction Lien Act and the submission by the l - Contractor of the following documents: I ~_ t Page 49 Rev. Date: 11/2006 OPSS.MUfJI 100 a) a release by the Contractor in a form satisfactory to the Contract Administrator releasing the Owner from all further claims relating to the Contract, qualified by stated exceptions where appropriate; b) a statutory declaration in a form satisfactory to the Contract Administrator that all liabilities incurred by the Contractor and the Contractor's Subcontractors in carrying out the Contract have been discharged, qualified by stated exceptions where appropriate; and c) a satisfactory Certificate of Clearance from the Workplace Safety and Insurance Board. GC 8.02.03.08 Interest .01 Interest due the Contractor is based on simple interest and is calculated using the applicable Rate of Interest. GC 8.02.03.09 Interest for Late Payment .01 Provided the Contractor has complied with the requirements of the Contract, including all documentation requirements, when payment by the Owner to the Contractor for Work performed, or for release of statutory holdback, is delayed by the Owner, then the Contractor shall be entitled to receive interest on the outstanding payment at the Rate of Interest, if payment is not received on the dates set out below: a) Progress Payment Certificates: 30 Days after the Cut-Off Date; b) Certificate of Subcontract Completion: 30 Days after the date certified as the date on which the subcontract was completed; c) Subcontract Statutory Holdback Release Payment Certificate: 76 Days after the date on which the subcontract was completed; d) Substantial Performance Payment Certificate: 30 Days after the date of issuance of the certificate; e) Substantial Performance Statutory Holdback Release Payment Certificate: 76 Days after publication of the Payment Certificate of Substantial Performance; f) Completion Payment Certificate: 30 Days after the date certified as the date on which the Contract reached Completion; and "° g) Completion Statutory Holdback Release Payment Certificate: 76 Days after the date certified as the date that the Work was completed. 02 If the Contractor has not complied with the requirements of the Contract, including all documentation requirements, prior to expiration of the time periods described in paragraph GC 8.02.03.09.01, interest shall only begin to accrue when the Contractor has completed those requirements. Page 50 Rev. Date: 11/2006 OPSS.NIUNf 100 GC 8.02.03.10 tnterest for Negotiations and Claims .01 Except as hereinafter provided, where a notice of negotiation, notice of i~itent to claim and the subsequent claims are submitted in accordance with the time limits or procedure or both described by subsection GC 3.13, Claims, Negotiations, Mediation, the Owner shall pay the Contractor the Rate of Interest on the amount of the negotiated price for that part of the Work or on the amount of the settled claim. Such interest shall not commence until 30 Days after the satisfactory completion of that part of the Work. .02 Where the Contractor does not attempt to resolve the negotiation or the claim in an expeditious manner, interest shall be negotiable. .03 Where the Contractor fails to give notice of a claim within the time limit prescribed by subsection GC 3.13, Claims, Negotiations, Mediation, interest shall not be paid. .04 Where a Contractor fails to comply with the 30 Day time limit and the procedures prescribed in paragraph GC 3.13.03.03 for submission of claims, interest shall not be paid for the delay period. GC 8.02.03.11 Owner's Set-0ff .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 deficiencies, the reduction in value of substandard portions of the Work, claims for damages by third parties that have not been determined in writing by the Contractor's insurer, undetermined claims by the Owner under paragraph GC 8.01.02.01 a), any assessment due the Workplace Safety and Insurance Board, and any monies to be paid to the workers in accordance with clause GC 8.02.06, Payment of Workers. .02 Under these circumstances the Owner will give the .Contractor appropriate notice of such action. GC 8.02.03.12 Delay in Payment .01 The Owner shall not be deemed to be in default of the Contract provided any delay in payment does not exceed 30 Days from the due dates as defined in paragraph GC 8.02.03.09.01. GC 8.02.04 Payment on a Time and Material Basis GC 8.02.04.01 Definitions .01 For the purpose of clause GC 8.02.04 the following definitions apply: Cost of Labour means the amount of wages, salary, travel, travel time, food, lodging, or similar items and Payroll Burden paid or incurred directly by the Contractor to or in respect of labour and supervision actively and necessarily engaged on the Work based on the recorded time and hourly rates of pay for such labour and supervision but shall not include any payment or costs incurred for general supervision, administration, and management time spent on the entire Work or any wages, salary, or Payroll Burden for which the Contractor is compensated by any payment made by the Owner for Equipment. Cost of Material means the cost of Material purchased or supplied from stock and valued at current market prices for the purpose of carrying out Extra Work by the Contractor or by others, when such arrangements have been made by the Gontractor 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 Rev. Date: 11/2006 OPSS.MUNI 100 Payroll Burden means the payments in respect of workplace insurance, vacation pay, employment insurance, public liability and property damage insurance, sickness and accident insurance, pension fund, and such other welfare and benefit payments forming part of the Contractor's normal labour costs. ~., Rented Equipment means equipment that is rented or leased for the special purpose of Work on a Time and Material Basis from a person, firm, or corporation that is not an associate of the lessee as the word "associate" is defined by the Securities Act, R.S.O. 1990, c.S.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 lots and includes all work incidentals thereto other than work on structures. Sewer and Watermain Work means the preparation, construction, finishing, and construction maintenance of sewer systems and watermain systems, and includes ail work incidental thereto other than work on structures. Standby Time means any period of time that is not considered Working Time and which together with the Working Time does not exceed 10 hours in any one Working Day and during which time a unit of equipment cannot practically be used on other work but must remain on the site in order to continue with its assigned task and during which time the unit is in fully operable condition. Structure Work means the construction, reconstruction, repair, alteration, remodelling, renovation, or demolition of any bridge, building, tunnel, or retaining wall and includes the preparation for and the laying of the foundation of any bridge, building, tunnel, or retaining wall and the installation of equipment and appurtenances incidental thereto. The 127 Rate means the rate for a unit of Equipment as listed in OPSS 127, Schedule of Rental Rates for Construction Equipment, Including Model and Specification Reference, that is current at-the time the work is carried out or for Equipment that is not so listed, the rate that has been calculated by the Owner, using the same principles as used in determining The 127 Rates. Work on a Time and Material Basis means Changes in the Work, Extra Work, and Additional Work approved by the Contract Administrator for payment on a Time and Material basis. The Work on' a Time and Material Basis shall be subject to all the terms, conditions, Standard Specifications and provisions of the Contract. Working Time means each period of time during which a unit of Equipment is actively and of necessity engaged on a specific operation and the first 2 hours of each immediately following period `during which the unit is not so engaged but during which the operation is otherwise proceeding and during which time the unit cannot practically be transferred to other work but must remain on the site in order to continue - with its assigned tasks and during which time the unit is in a fully operable condition. - GC 8.02.04.02 Daily Work Records .01 Daily Work Records, prepared as the case may be by either the Contractor's representative or the Contract Administrator reporting the labour and Equipment employed and the Material used on each Time and Material project, should be reconciled and signed each Day by both the Contractor's representative and the Contract Administrator. If it is not possible to reconcile the Daily Work Records, then the Contractor shall submit the un-reconciled Daily Work Records with its claim, __ whereby the resolution of the dispute about the Daily Work Records shall not be resolved until there is a resolution of the claim. Page 52 Rev. Date: 11/2006 OPSS.MUNI 100 i J GC 8.02.04.03 Payment far Work .01 Payment as herein pravided shall be full compensation for all labour, Equipment, and Material to do the Work on a Time and Material Basis except where there is agreement to the contrary prior to the commencement of the Work on a Time and Material Basis. The payment adjustments on a Time and Material basis shall apply to each individual Change Order authorized by the Contract Administrator. GC 8.02.04.04 Payment for Labour .01 The Owner shall pay the Contractor for labour employed on each Time and Material project at 135% of the Cost of Labour up to $3,000, then at 120% of any portion of the Cost of Labour in excess of $3,000. .02 The Owner shall make payment in respect of Payroll Burden for Work on a Time and Material Basis at the Contractor's actual cost of Payroll Burden. .03 At the Owner's discretion, an audit may be conducted in which case the actual Payroll Burden so 'determined shall be applied to all Time and Material work on the Contract. GC 8.02.04.05 Payment for Material .01 The Owner shall pay the Contractor for Material used on each Time and Material project at 120% of the Cost of the Material up to $3,000, then at 115% of any portion of the Cost of Material in excess of $3,000. GC 8.02.04.06 Payment for Equipment GC 8.02.04.06.01 Working Time .01 The Owner shall pay the Contractor for the Working Time of all Equipment, other than Rented Equipment and Operated Rented Equipment, used on the Work on a Time and Material basis at The 127 Rates with a cost adjustment as follows: a) Cost $10,000 or less - no adjustment; b) Cost greater than $10,000 but not exceeding $20,000 -payment $10,000 plus 90% of the portion in excess of $10,000; and c) Cost greater than $ 20,000 - $19,000 plus 80% of the portion in excess of $20,000. .02 The Owner shall pay the Contractor for the Working Time of Rented Equipment used on the Work on a Time and Material Basis at 110% of the invoice price approved by the Contract Administrator up to a maximum of 110% of The 127 Rate. This constraint shall be waived when the Contract Administrator approves the invoice price prior to the use of the Rented Equipment. .03 The Owner shall pay the Contractor for the Working Time of Operated Rented Equipment used on the Work on a Time and Material Basis at 110% of the Operated Rented Equipment invoice price approved by the Contract.Administrator prior to the use of the Equipment on the Work on a Time and Material Basis. GC 8.02.04.06.02 Standby Time i 01 The Owner shall pay the Contractor for Standby Time of Equipment at 35% of The 127 Rate or 35% ~ of the invoice price whichever is appropriate. The Owner shall pay reasonable costs for Rented Equipment where this is necessarily retained in the Working Area for extended periods agreed to by I ~_. Page 53 Rev. Date: 11/2006 oPSS.MUNI 100 GC 8.02.04.03 Payment for Work .01 Payment as herein provided shall be full compensation for all labour, Equipment, and Material to do the Work on a Time and Material Basis except where there is agreement to the contrary prior to the commencement of the Work on a Time and Material Basis. The payment adjustments on a Time and Material basis shall apply to each individual Change Order authorized by the Contract Administrator. GC 8.02.04.04 Payment for Labour .01 The Owner shall pay the Contractor for labour employed on each Time and Material project at 135% of the Cost of Labour up to $3,000, then at 120% of any portion of the Cost of Labour in excess of $3,000. .02 The Owner shall make payment in respect of Payroll Burden for Work on a Time and Material Basis at the Contractor's actual cost of Payroll Burden. .03 At the Owner's discretion, an audit may be conducted in which case the actual Payroll Burden so "determined shall be applied to all Time and Material work on the Contract. GC 8.02.04.05 Payment for Material .01 The Owner shall pay the Contractor for Material used on each Time and Material project at 120% of the Cost of the Material up to $3,000, then at 115% of any portion of the Cost of Material in excess of $3,000. GC 8.02.04.06 Payment for Equipment GC 8.02,04.06.01 Working Time .01 The Owner shall pay the Contractor for the Working Time of all Equipment, other than Rented Equipment and Operated Rented Equipment, used on the Work on a Time and Material basis at The 127 Rates with a cost adjustment as follows: a) Cost $10,000 or less - no adjustment; b) Cost greater than $10,000 but not exceeding $20,000 -payment $10,000 plus 90% of the portion in excess of $10,000; and c) Cost greater than $ 20,000 - $19,000 plus 80% of the portion in excess of $20,000. .02 The Owner shall pay the Contractor for the Working Time of Rented Equipment used on the Work on a Time and Material Basis at 110% of the invoice price approved by the Contract Administrator up to a maximum of 110% of The 127 Rate. This constraint shall be waived when the Contract Administrator approves the invoice price prior to the use of the Rented Equipment. .03 The Owner shall pay the Contractor for the Working Time of Operated Rented Equipment used on the Work on a Time and Material Basis at 110% of the Operated Rented Equipment invoice price approved by the Contract.Administrator prior to the use of the Equipment on the Work on a Time and Material Basis. GC 8.02.04.06.02 Standby Time .01 The Owner shall pay the Contractor for Standby Time of Equipment at 35% of The 127 Rate or 35% of the invoice price whichever is appropriate. The Owner shall pay reasonable costs for Rented Equipment where this is necessarily retained in the Working Area for extended periods agreed to by Page 53 Rev. Date: 1112006 OPSS.MUNI 100 the Contract Administrator. This shall include Rented Equipment intended for use on other work, but has been idled due to the circumstances giving rise to the Work on a Time and Material Basis. .02 In addition, the Owner shall include the Cost of Labour of operators or associated labourers who cannot be otherwise employed during the standby period or during the period of idleness caused by the circumstances giving rise to the Work on a Time and Material Basis. .03 The Contract Administrator may require Rented Equipment idled by the circumstances giving rise to the Work on Time and Material Basis to be returned to the lessor until the work requiring the equipment can be resumed. The Owner shall pay such costs as a result from such return. .04 When Equipment is transported, solely for the purpose of the Work on a Time and Material Basis, to or from the Working Area on a Time and Material basis, payment shall be made by the Owner only in respect of the transporting units. When Equipment is moved under its own power it shall be deemed to be working. The method of moving Equipment and the rates shall be subject to the _ approval of the Contract Administrator. GC 8.02.04.07 Payment for Hand Tools .01 Notwithstanding any other provision of this Section, no payment shall be made to the Contractor for or in respect of Hand Tools or equipment that are tools of the trade. GC 8.02.04.08 Payment for Work By Subcontractors .01 Where the Contractor arranges for Work on a Time and Material Basis, or a part of it, to be performed by Subcontractors on a Time and Material basis and has received approval prior to the commencement of such work, in accordance with the requirements of subsection GC 3.09, Subcontracting by the Contractor, the Owner shall pay the cost of Work on a Time and Material Basis by the Subcontractor calculated as if the Contractor had done the Work on a Time and Material Basis, plus a markup calculated on the following basis: ___ ~ a} 20% of the first $3,000; plus f b) 15% of the amount from $3,000 to $10,000; plus -1 c) 5% of the amount in excess of $10,000. .02 No further markup shall be applied regardless of the extent to which the work is assigned or sublet to others. If work is assigned or sublet to an associate, as defined by the Securities Act,"no markup _ ' whatsoever shall be applied. - - GC 8.02.04.09 Submission of Invoices .01 At the start of the Work on a Time and Material Basis, the Contractor shall provide the applicable labour and Equipment rates not already submitted to the Contract Administrator during the course of such work. .02 Separate summaries shall be completed by the Contractor according to the standard form "Summary for Payment of Accounts on a Time and Material Basis." Each summary shall include the Change Directive or Change Order number and covering dates of the work and shall itemize separately the labour, Materials, and Equipment. Invoices for Materials, Rented Equipment, and other charges incurred by the Contractor on the Work on a Time and Material Basis shall be included with each summary. Page 54 Rev. Date: 11/2006 OPSS.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 Work on a Time and Material Basis. GC 8.02.04.10 Payment Other Than on a Time and Material Basis .01 Clause GC 8.02.04 does not preclude the option of the Contract Administrator and the Contractor negotiating a Lump Sum Item or unit price payment for Change in the Work, Extra Work, and Additional Work. GC 8.02.04.11 Payment Inclusions .01 Except where there is agreement in writing to the contrary, the compensation, as herein provided, shall be accepted by the Contractor as compensation in full for profit and all costs and expenses arising out of the work, including all cost of general supervision, administration, and management time spent on the work, and no other payment or allowance shall be made iri respect of such work. GC 8.02.05 Final Acceptance Certificate .01 After the acceptance of the Work, the Gontract Administrator shall issue the Final Acceptance Certificate, or, where applicable, after the Warranty Period has expired. The Final Acceptance Certificate shall not be issued until all known deficiencies have been adjusted or corrected, as the case may be, and the Contractor has discharged all obligations under the Contract. GC 8.02.06 Payment of Workers .01 The Contractor shall, in addition to any fringe benefits, pay the workers employed on the Work in accordance with the labour conditions set out in the Contract and at intervals of not less than twice a month. .02 The Contractor shall require each Subcontractor doing any part of the Work to pay the workers employed by the Subcontractor on the Work in accordance with paragraph GC 8.02.06.01. .03 Where any person employed by the Contractor or any Subcontractor or other person on the Work is paid less than the amount required to be paid under the Contract, the Owner may set off monies in accordance with clause GC 8.02.03.11, Owner's Set-Off. GC 8.02.07 Records .01 The Contractor shall maintain and keep accurate Records relating to the Work, Changes in the Work, Extra Work, and claims arising therefrom. Such Records shall be of sufficient detail to support the total cost of the Work, Changes in the Work, and Extra Work. The Contractor shall preserve all such original Records until 12 months after the Final Acceptance Certificate is issued or until all claims have been settled, whichever is longer. The Contractor shall require that Subcontractors employed by the Contractor preserve all original Records pertaining to the Work, Changes in the Work, Extra Work, and claims arising therefrom for a similar period of time. .02 The Owner may inspect and audit the Contractor's Records relating to the Work, Extra Work, and Changes in the Work at any time during the period of the Contract. The Contractor shall supply certified copies of any part of its Records required, whenever requested by the Owner. Page 55 Rev. Date: 11/2006 OPSS.MUNI 100 GC 8A2.08 Taxes .01 Where a change in Canadian Federal or Provincial taxes occurs after the date of tender closing for this Contract, and this change could not have been anticipated at the time of bidding, the Owner shall increase or decrease Contract payments to account for the exact amount of tax change involved. .02 Claims for compensation for additional tax cost shall be submitted by the Contractor to the Contract Administrator on forms provided by the Contract Administrator to the Contractor. Such claims for additional tax costs shall be submitted not less than 30 Days after the date of Final Acceptance. .03 Where the Contractor benefits from a change in Canadian Federal or Provincial taxes, the Contractor shall submit to the Contract Administrator, on forms provided by the Contract Administrator, a statement of such benefits. This statement shall be submitted not later than 30 Days after Final Acceptance. .04 Changes in Canadian Federal or Provincial taxes that impact upon commodities, which when left in place form part of the finished Work, or the provision of services, where such services form part of the Work and where the manufacture or supply of such commodities or the provision of such j 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 I .01 When liquidated damages are specified in the Contract and the Contractor fails to complete the __ Work in accordance with the Contract, the'Contractor shall pay such amounts as are specified in the Contract Documents. ,, Page 56 Rev. Date: 11/2006 OPSS.MUNI 100