Loading...
HomeMy WebLinkAbout2009-140THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW 2009-140 Being a By-law to authorize a contract between the Corporation of the Municipality of Clarington and Coco Paving Inc., Oshawa, Ontario to enter into agreement for Concession Roads 7 & 8 Rehabilitation. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON HEREBY ENACTS AS FOLLOWS: 1. THAT the Mayor and Clerk are hereby authorized to execute, on behalf of the Corporation of the Municipality of Clarington and seal with the Corporation Seal, a contract between, Coco Paving Inc., 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 5th day of October, 2009. By-law read a third time and finally passed this 5th day of October, 2009. "_---- ry r __ _ Deputy Cierk ' CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONCESSION ROADS 7 AND 8 REHABILITATION CONTRACT NO. CL2009-22 t September 2009 t AECOM Project No. 12-29773 AGREEMENT AGREEMENT THIS AGREEMENT made in quadruplicate BETWEEN: COCO PAVING INC. of the City of Oshawa and the 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 1~ 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 7 & 8 Rehabilitation, Hampton, Contract No. CL2009-22, Municipality of Clarington Addendum No. 1 dated September 9, 2009 Addendum No. 2 dated September 1D, 2009 A. TENDER FORM: General Itemized Bid Bonds Bidder's references Schedule of Tender Data B. STANDARD TERMS AND CONDITIONS G 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 - 21 J. STANDARD SPECIFICATIONS: It shall be the Contractors 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 314 Nov. 2004 538 Nov. 2005 902 Nov. 2002 128 Current 330 Ma 1994 539 Nov. 2003 904 Nov. 2008 180 Nov. 2005 353 Nov. 2006 543 Dec.199D 905 A r.2007 201 Nov. 2007 405 Nov. 2008 552 Nov. 2008 908 Mar 1998 206 Nov. 2000 421 A r.2008 555 Nov. 2008 914 Nov. 2008 212 Nov. 2008 501 Nov. 2005 559 A r.2008 922 Nov. 2008 304 Nov. 2006 506 Nov. 2005 565 Nov. 2007 928 Nov.20D6 305 Nov. 2008 507 Nov. 2005 570 Nov. 2007 929 Ma 1994 310 Nov. 2008 510 Nov. 2006 571 Nov. 2007 930 Ma 1994 311 A r.2004 511 Nov20D8 572 Nov. 2003 312 A r.2004 532 Jun. 1991 577 Nov. 2006 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 15, 2010. 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 Purctaser Fave hereunto signed their names and set their seals on the day first above wr$ten: - _ - SIGNED and sealed by the Contractor: COCO PAVING INC. v f ~.Zvo 9 in the presence of Date SIGNED and sealed by the Purchaser: THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON in the presence of eme aye ~~ ; - ~ ~, Date QU~(?vv, 2~Oq ~ _ _- _ _ ~'~ ~~~~ - Patti Date P]Dept 1202-297731$peCSiCL2009-22 - AGR.tlac a, X009 Page 3 of 3 CONTRACT NO. CL2009-22 CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONCESSION ROADS 7 & 8 REHABILITATION ADDENDUM N0.1 Contractors are hereby advised of the following modifications to Contract No. CL2009-22: ITEMIZED BID Item A2 - Delete the folowing sub-item: b) Rock Flow Check (V-Ditch) (OPSD 219.210) Item A31 - Delete the Item description and replace with the folowing: "Steel Beam Guiderei! without Channel, Wood Post" Insert the following Item: kem Spec. No. Description Unit Quantity. Unit Price Total' No. A45 SP Steel Beam Guide Rail - ea 4 Leaving End Treatment SPECIAL PROVISIONS -TENDER ITEMS Page 9, Item A31, STEEL BEAM GUIDE RAIL -Delete the reference to OPSD 912.130 and replace with OPSD 912.140 Page 10, Item A33, STEEL BEAM GUIDE RAIL -EXTRUDER TERMINAL SYSTEM -Delete the reference to OPSD 922.532 grad replace with OPSD 922.530 Insert the following soecificatign "STEEL BEAM GUIDE RAIL -LEAVING END TREATMENT -ITEM NO. A45 Under this lfem, and for the unit price bid, the Contractor shall supply all materials, equipment and labowr as required for the construction of steel beam guiderail leaving end treatments, fn accordance with OPSD 912.235." STANDARD DRAWINGS Insert the followino: "OPSD 912.235 GUIDE RAlL SYSTEM, STEEL BEAM, LEAVING END TREATMENT, /NSTALLATIOK' All tenders must be submitted do the basis of these modifications. P 1Dept 12N2-297731Specs1CL2009-22 -ADS t.EOc a.vrcrvrce+..v. ... ...~ ..., 2 0f rnt.IressloN ROADS 7 8 8,REHABILU\TION CONTRACT NO. CL2009-22 CORPORATION OF THE MUNICIPALITY OF CLARINGTON 2 of 2 CONCESSION ROADS 7 8 8,REHABILU\TION ADDENDUM NO. 1 Bidders are instructed to sign this addendum and return it with the completed tender, or the tender submitted may be rejected. I/we hereby acknowledge receipt of this addendum. Signed {Must be Signing Officer of Finn) Position Name of Finn AECOM 513 Division Street Cobourg, Ontario K9A 5G6 September 9, 2009 Attachment: OPSD 912.235 I AECOM 140x190mm breakaway wooden post, 60mm OD x 4.76 x Terminal section OPSD 922.430 ~ 152mm Ig pipe sleeve See Detail C Steel bearing plate, i OPSD 922.410 Note 1 i L Cable assembly with 25mm dia I 100mm max plain washer and 2-25mm dia ifimm dia x 250mm Ig hex nuts at each end, I hex bolt, nut, and flot washer OPSD 922.402 of each end DETAIL A 7mm thick soil plate 2-20mm dia x 200mm Ig hex bolt, hex nut, and flat washer of each end Post anchor tube 22mm dia hole, Typ NOTES: 1 Steel bearing plate shall be secured against rotation using nails into post. 2 When channel specified, chonnel shall be terminated of post Q3 . A Steel beam guide rail mounting heights shall be as specified. 8 All dimensions are in millimetres unless otherwise shown. ~75mm min i R160 24x30mm splice i bolt slot, Typ _ ~30' n o e 0 a 190 2~ 16 1 Y^ 50 i DETAIL C ~~ E ~ E 0 0 ~- f---1905mm, Typ---~ 140x190mm breakaway wooden post, OPSD 922.430 16mm dia x 255mm Ig guide rail bolt and nut, with 75x45x5mm plots woaher under head and flat washer under nut Steel beam guide rail mounting height of post Q same oa at post0 8-16mm dia x 38mm Ig hex bolt, nut, and flat woaher Note 2 4-16mm dia i ~ ~- Steel beam x 32mm Ig splice guide roil, OPSD 922.402 bolt with nut ; ~ Steel beam quid Detail A ~ rail cable attach OPSD 922.402 \ Steel poet, - `Detail B OPSD 912.104 Post anchor tube, or wooden post, OPSO 922.430 O OPSD 912.140 or equivalent ELEVATION Nov 2008 GUIDE RAIL SYSTEM, STEEL BEAM LEAVING END TREATMENT INSTALLATION OPSD 91: 0 35 M ~~ 0 `~ Traffic flow End of length of PLAN need DETAIL B CONTRACT NO. CL2009-22 CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONCESSION ROADS 7 & 8 REHABILITATION ADDENDUM NO. 2 Contractors are hereby advised of the following modifications to Contract No. CL2009-22: ITEMIZED BID Item A31 - Delete the Item description and replace with the following: "Steel Beam Guiderail without Channel" Item A42 - The "Total" column shall be amended to read "55,000" Item A43 - The "Total" column shall be amended to read "540,000" ~i SPECIAL PROVISIONS -GENERAL Page 14, Clause 33, CONSTRUCTION STAGING -Add the following sentence below the last paragraph: "The structure rehabiNtation work under Secfion B shall be completed in 2010." SPECIAL PROVISIONS -TENDER ITEMS Page 9, Item A31, STEEL BEAM GUIDE RAIL -Steel beam guide rail may be either wood post in accordance with OPSD 912.140 or steel post in accordance with OPSD 912.130. Page 10, Item A33, STEEL BEAM GUIDE RAIL -EXTRUDER TERMINAL SYSTEM -Extruder terminal systems may be either wood post in accordance with OPSD 922.530 or steel post in accordance with OPSD 922.532. STANDARD DRAWINGS Insert the following: OPSD 912.130 GUIDE RAIL SYSTEM, STEEL BEAM, STEEL POST WITH OFFSET BLOCK ASSEMBLY, INSTALLATION -SINGLE RAIL OPSD 922.532 ENERGY ATTENUATOR, END TREATMENT, EXTRUDER TERMINAL SYSTEM WITH STEEL POSTS, INSTALLATION 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. ~. r:~P~iz\iz-zsna~s~~c~zooe-n-aooz.aa ~ ~ ~ r! ~ , of rail. One bolt Y'--- 1905 - --I---. 1905 --1 POST BOLT 30mm. Typ j j Steel post, Typ Post Bolt Size and T e Washer ® Nut Offset block, Typ QA 16x250 BH Plata Guide rail © 16x100 CaB Plote PLAN Shoulder Lap in direction of traffic flow 1 ~ Note 1, Typ OPSD 912.101, ~A Ibl ~~~- II 111 1 II II II ~~~~ I I dl 1 1 1 1 e 1 1 1 --__ 1 ~ A 1 M 1 1 A 1 1 1 ~ A 1 1 A 1 1 1 1 ~ traffic flow 1 w ~ 1 ~ 1 , ~ Traffic flow 1 1 ~ ELEVATION SIDE VIEW SINGLE RAIL NOTES: 1 Washer shall not be installed at front face located at centre of steel beam guide rail, A This OPSD to be read in conjunction with 912.102, 912.103, and 912.104. B Steel beam guide rail mounting heights sholl be as specified. C All dimensions are in millimetres unless otherwise shown. +~ ~- ~ ~~ I--- 1905 ---t'-- 1905 --{ -~ 30mm, Typ I I Channel Guide rail PLAN ELEVATION SIDE VIEW SINGLE RAIL WITH CHANNEL GUIDE RAIL SYSTEM, STEEL BEAM STEEL POST WITH OFFSET BLOCK ASSEMBLY INSTALLATION -SINGLE RAIL Nov 2008 Rev 2 _ i. P Y ---------- is OPSD 912.130 SO C_J ~~=~auauon with steel OPSD 912.130 Channel when specified Calculated length of need PLAN ~a Traffic flow Extruder Terminal Note 1 2000-y -20 Edge of Object marker :er shoulder when specified ed O O O O O 15.24m Extruder Terminal system length, Note 3 --__ 7.62m 7.62m Standard steel beam guide rail element Modified steel beam ,,. Z ~ guide rail element u ~ Top of Standard steel shoulder SBGR post, 7yp Steel yielding terminal posts Q ~ ®~ ©~ and NOTES: ELEVATION 1 This OPSD shows right shoulder installation. The Extruder Terminal shall be inverted for left shoulder installation. 2 Two nuts and o washer shall be installed and locked tight at each end of the Coble assembly. 3 The system length shall be installed in a straight line. ~ The system depicted is proprietary to Trinity Industries Inc. ONTARIO PROVINCIAL STANDARD DRAWII 3 System configuration ~ U Angle strut Lower hinge - breok away post Extruder Terminal Svster ~1 Flexible reflective sheeting when specified ~ Upper hinge break away post Cable assembly Note 2 I Offsets xfset 1304 1266 1228 1190 1152 1114 176 138 I O Offsets measured from the edge of shoulder to front face of element ~f ....,.~ ___. NCHRP Report 350 TL-3. meets ENERGY ATTENUATOR, END TREATMENT All dimensions are in millimetres EXTRUDER TERMINAL SYSTEM unless otherwise shown. WITH STEEL POSTS, INSTALLATION Nov 2007 Rev - - - I-n OPSD 922.532 PROJECT: AUTHORITY: CONTRACT ADMINISTRATOR: TENDERER: TENDERS RECEIVED BY: P:1):1ept 12112-297731Specs1CL2009-22 - TF.doc TENDER FOR CONTRACT NO. CL2009-22 CONCESSION ROADS 7 AND 8 REHABILITATION CORPORATION OF THE MUNICIPALITY OF CLARINGTON AECOM 513 DIVISION STREET COBOURG, ONTARIO K9A 5G6 Telephone: 905-372-2121 Fax: 905-372-3621 Coco Paving Inc. Name 1255 Wilson Road North Box 305 Address T:905-728-4661 F: 905-728-0820 Telephone and Fax Numbers Name Construction Manager Position of Person Signing Ms. Patti Barrie, Clerk Corporation of the Municipality of Clarington 40 Temperance Street Bowmanville, Ontario L1C 3A6 Page 1 of 9 pages To: The Mayor and Members of Council Corporation of the Municipality of Clarington Re: Contract No. CL2009-22 Concession Roads 7 and 8 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 famish all machinery, tools, apparatus and other means of construction, famish all materials, except as otherwise specified in the Contract, and to complete the work in strict accordance with the said Plans, Provisions, Specifications and Conditions. The Contractor understands and accepts that the quantities shown are approximate only, and are subject to increase, decrease, or deletion entirely if found not to be required. Attached to this tender is a bid deposit in the amount specified in Clause 3 of the Instructions to Tenderers, made Authority f the successful Contractor failsbto fi a with the Authority a 100%fPertormanace Bond and at100% 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 9 pages ••_-•. • ~ ~~~ ~ a~~~~ nereoy orrers [o complete the work specified for Contract No. CL2009-22 for the following unit prices. ITEMIZED BID CONTRACT NO. CL2 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-22 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 MUOICIpaIItV of Clarinntnn ncc~n.. r,~;,~..r,.,__ __~ ..._. . _ ~ +~ Page 3 of 9 pages Contract No. CL2009-22 for the following unit prices. ITEMIZED BID complete the work specified for In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-22 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 Clarinaton Decinn r.~d,~or.,o~ .,..,, ~.__~__, .. Page 3 of 9 pages - ... •--, ~• "~ ,~ wn yroie uie wont SpeCinetl for on rat o. CL2009-22 for the following unit prices. ITEMIZED BID CONTRACT NO. CL; In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-22 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 Clarinaton Desion [,~~t~Pi~~e~ ~.,a e ............ ..._..____ , - a y~ 5"" s ~ ~ A13 506 Water for Compaction and Dust s m 1 810 _ ~ ~' Suppression , 20.03 36,254.30 A14 506 Calcium Chloride Flake kg 5 000 , 0.86 4,300.00 A15 928 Provisional a 2 Concrete Removal, Partial Depth, Type A m 3,895.49 7,790.98 - Structure 99041 A16 929 Provisional z Abrasive Blast Cleaning of Reinforcing m 10 100.17 1,001.70 Steel -Structure 99041 A17 930 Provisional 3 2 Concrete Patches, Unformed Surfaces - m 1,780.80 3,561.60 Structure 99041 A18 Form and Fill Groove at End of Deck m 35 89.04 3,116.40 A19 SP Bridge Deck Drains as per OPSD 3340.200 ea 4 667.80 2,671.20 A20 914 Waterproofing Membrane on Concrete 2 Bridge Deck m 127 55.65 7,067.55 A21 510 SawcuttingAsphalt Pavement SP m 800 5.56 4,448.00 A22 MOC, 310 Hot Mix H.L.-8, (50 mm) Base Course t 3 740 SP , 67.86 253,796.40 A23 MOC, 310 Hot Mix H.L.-3, (40 mm) Surface Course t 11 688.7023 70 51 SP , . 824,170.40 A24 MOC, 310 Hot Mix H.L.-3, (60 mm) Surface Course t 10 460 SP . , 69.69 728,957.40 A25 MOC, 310 Hot Mix H.L.-3 -Driveways, (50 mm) t 25D SP 118.71 29,677.50 A26 MOC, 310 Full Depth Crack Repair, (0.5 m Wide) m 510, SP 240 38.82 9,316.80 A27 MOC, 314 Granular'A', Driveways t SP 760 36.51 27,747.60 A28 MOC, 314 Granular'A', Shouldering t SP 5,250 18.14 95,235.00 A29 304 ~ ~ 28829 SP Deleted A30 MOC Granular Sealing of Shoulders z SP m 90 17.11 1,539.90 A31 552 Steel Beam Guiderail without Channel Sp m 2,410 72.35 174,363.50 A32 552 Guiderail End Treatment -Private SP Entrance ea 10 2.893.79 28,937.90 Page 4 of 9 pages Contract No. CL2009-22 for the following unit prices. CONTRACT NO. CL; In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-22 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 Gurctelinas a„~ sf~.,a~.a ~..,,..:___ ~ ... ~_ y.. ~ ~ ~ _ s-~~ ~ ~ ~ ' . - .~ _ _`. r ~' ~ ^ A33 559 Guiderail End Treatment -Extruder ea 28 ~ SP 3,505.9 3 98,166.04 A34 559 Steel Beam Guiderail Structure ea 2 SP Connection 1,112.9 9 2,225.98 A35 206 Ditching: SP a) Gradall hrs 240 274.8 9 65,973.60 b) Triaxle Dump Truck hrs 480 88.7 6 42,604.80 A36 SP Provisionalltem Supply and Installation of Plant Material a) Acer x freemanii 'Sienna' (Sienna ea 8 Glen Maple), 6D mm WB 473.02 3,784.16 b) Acersaccharum'GreenMountain' ea 8 (Green Mountain Sugar Maple), 484.16 3,873.28 60 mm WB c) Celtis occidentalis (Hackberry), ea 8 439 64 60 mm WB . 3,517.12 d) Amelanchier grandiflora'Robin Hill' ea 8 (Robin Hill Serviceberry), 50 mm WB 484.16 3,873.28 A37 MOC, 570 Topsoil (Imported) mZ 5 61D SP , 4.45 24,964.50 A38 MOC, 571 Sodding (Nursery, Staked) m2 5 610 3 17 7 SP , . 1 ,783.70 A39 570, 572 Ecoblanket m2 11 210 4 17 SP, MOC , . 46,745.70 A40 532 Pavement Markings -Durable Sp a) 100 mm Width -Yellow Centre Line m 14 450 4 0.00 , .17 60,256.50 b) 100 mm Width -White E.P. Line m 28,900 4.17 120,513.00 c) 600 mm Stop Bars m 110 33 39 . 3,672.90 A41 SP Public Information Signs ea 12 803.78 9,645.36 A42 SP Miscellaneous Landscaping LS 1 5,000.00 A43 SP Provisional LS 1 Asphalt Cement Price Adjustment 40,000.00 A44 SP Bonds, Insurance and Maintenance LS 1 Security 25,042.40 25,042.40 A45 SP Stee/ Beam Guide Rai! -Leaving End ea Treatment 4 1,112.99 4,451.96 Total Section 'A' (carried to Summary) 3,933,478.17 Page 5 of 9 pages Contract No. CL2009-22 for the following unit prices. ITEMIZED BID specmed In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-22 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 PART 'B' -STRUCTURE REHABILITATION -Structure No. 98095, 0.1 km WEST OF ALLIN ROAD o ~ sr steel Beam Base Plate ea 4 278.25 1,113.00 B2 904, 905 Dowels into Concrete SP ea 52 24.49 1,273.48 63 904, 905 Concrete in Deck ' SP m 1 8,347.47 8,347.47 B4 928, 929 Concrete Removal -Full Depth 3 1 SP m 5,008.48 5,008.48 BS 539, 928 Access and Protection LS 1 SP 9,460.46 9,460.46 P:1Dept 12112-297731Specsl[C12009-22 -Itemized Bid.xls] Page 6 of 9 pages Tenderer's GST Registration No. 101040160 • -•• wrv ~ roar; r rvv. GLZ009-22 AGREEMENT TO BOND (to be completed by Bonding Companvl CONTRACT NO CL2009 22 WE, the Undersigned, HEREBY AGREE to become bound as Surety for Coco Pavin 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.CL2009-22 is accepted 6y the Authority. IT IS A CONDITION of this Agreement that if the above mentioned Tender is accepted, application for a Performance Bond and a Labour and Material Payment Bond must be made to the Undersigned within TEN (10) DAYS of Notice of Contract Award, otherwise the Agreement shall be null and void. DATED AT Toronto this 8'" day of _ September 2009 Aviva Insurance Companv of Canada Name of Bonding Company Irene den Dekker (BONDING COMPANY SEAL) Signature of Authorized Person Signing for Bonding Company Attorney-in-Fact r Posttion (This Form shall be completed and attached to the Tender Submitted). Page of 7 of 9 pages BIDDER'S REFERENCES CONTRACT NO. CL2009-22 Year Description of Contract Road Resurfacing Name of Organization Region of Durham Contact Person Tom Savchuk Telephone Number 905-668-4113 Value of Contract $4.900.000 00 Year Description of Contract City of Oshawa Overlay 009-02 Name of Organization The Corporation of the Citv of Oshawa Contact Person Mohan Toor Telephone Number 905-725-7351 Value of Contract $2.000.000 00 Year Description of Contract CL2009-25 Asphalt Overlay Phase 2 Name of Organization Corporation of the Municipality of Clarington Contact Person Trov MacArthur Telephone Number 905-372-2121 Value of Contract $1.500 000 00 (This Form shall be completed and attached to the Tender Submitted). Page 8 of 9 pages i ne work specified in the Contract shall be pertormed in strict accordance wiry, the s,u,,,.,:..,. ~..~_~ wrv ~ rwc ~ rvv. cLZ009 The work specified in the Contract shall be pertormed in strict accordance with the following Schedule: A. TENDER FORM: General Pages 1 and 2 Itemized Bid Pages 3 to 6 Agreement to Bond Page 7 Bidder's References Page 8 B. STANDARD TERMS AND ONDITIONSr Data Page 9 C. SCHEDULE'C'-CONTRACTOR SAFETY Pages 1 to 11 D. INSTRUCTIONS TO TENDERERS Pages 1 to 8 E. SPECIAL PROVISIONS -GENERAL Pages 1 to 6 F. SPECIAL PROVISIONS -TENDER ITEMS Pages 1 to 15 G. DESIGN GUIDELINES Pages 1 to 17 H. STANDARD DRAWINGS I. PLANS: Title Sheet, Index Sheet, Drawings No. 1 - 21 J. STANDARD SPECIFICATIONS: It shall be the Contractor's responsibility to obtain the applicable edition of the following Ontario Provincial Standard Specifiptions, Region of Durham Standard Specifications revised April 2008, and Municipality of Clarington Desion Guidelines a~~ cf~.,a,.a ~_ --r--•°-- --- ' 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: Addendum No. 1 Initials Date of Issue Seot. 9 2009 YM Addendum No. 2 Date of Issue Seot. 10 2009 Addendum No. YM 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. CL2009-22, executed by me/us bearing date theme dad of Seot• 2009 and we have fully read all related documents to tender eta as listed above. _ _ . ; ~ •., SIGNATURE: - ^ -' ~~ _Jf~OSITION ~bnstwction Manaoer NAME OF FIRM Coco Paving Ina - ~ - " .. • " : ~ (COb9PANY~EAL) Privacy Leaisl b _ _ ,. Fetleral legislation governs the mlleMion art use of personal iMormation from irWivitluals. 4Ye repeseM arq wariant to th6owner Ciat ve have'oggng3 y,e CONSENT of arty ary aii employees wTOSa Personal information vre have supplietl [o the owner in this terxler. Thk perwnal infpmalion and projecthistory,professional designations and r/ualifxatbns. This CONSEN7 'ah'~'°ol°des,but.y5 py"rh'[Ey [o. qty typWyess'names ntlucation wpk evaluating our bid. In the evert that the tinder is wccessful, this perm'IS the avaier td d,stdose Na pergp^ai rt'fwaialion to Me Enpyieer (Dome or agent) for the personal information may also be used m Proles edminis4eiion, far contact Ptmposes. Purpose of F This is Page 9 of 9 pages to be submitted as the Tender Submission foi Contract No. CL2009-22. ^~-~~ rr.~=~ t wrjt ivrv (tsVKEHOLE 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. OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-22 TERMS AND CONDITIONS P:1Dept t ~~ ~ ~ ~ ~ ~ i ~ i +~ ~ ~ ~ ~ ~ ~ ~/ ~ ~ THE N OF THE MUNICIPALITY OF CLARINGTON PURCHASING DMSION Page 1 of 11 The Municipality of C~dngton rroted below. Clause 8 of the "E of the "Special Pn Clause 15 of the " "Guaranteed Mair Thefirst paragraF Contract. Clause 23 of the' the OPS General liability coverage. "Standard Terms and Conditions" shall apply to this Contract except where ndard Terms and conditions" shall be superseded by Ctause 8, "Payments" isions -General" Section of Uie Contract. landard Terrns and conditions" shall be superseded by Clause 2, ~nance" of the "Specal Provisions -General" Section of the Contract. of Clause 16 of the "Standard Terms and Conditions" is not appkcable to this Terms and Conditions shall be superseded by Clause 6.03.02 of s of Contract (November 2006) which requires a $5,000,000.00 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page 2 of 11 SCHEDULE (B) DEFINITIONS STANDARD TERMS AND CONDITIONS Municipality -The Corporation of the Municipality of Clarington, its successors and assigns. Bidder -The person, firm or corporation submitting a bid to the Municipaltity. Company -The person, contractor, firm or corporation to whom the Municipality has awarded the contract, it successors and assigns. Contract -The purchase order authorizing the company to perform the work, purchase order alterations, the document and addenda, the bid, and surety. Subcontractor - A person, firm or corporation having a contract with the company for, or any part of, the work. Document -The document(s) issued by the Municipality in response to which bids are invited to perform the work in accordance with the specifications contained in the document. Bid - An offer by a Bidder in response to the document issued by the Municipality Work -All labour, materials, products, articles, fixtures, services, supplies, and acts required to be done, famished or performed by the company, which are subject to the Contract. 2. SUBMISSION OF BID Bid invitation shall be in accerdance with the Municipality of Clarington Purchasing By-law #2006- 127 and will apply for the calling, receiving, and opening of bids. The Municipality will be responsible for evaluating bids, awarding and administering the contract in accordance with the Purchasing By-law. The bid must be submitted on the form(s) and in the envelope supplied by the Municipality unless otherwise provided herein. The envelope must not be covered by any outside wrappings, i.e. courier envelopes or other coverings. The bid must be signed by a designated signing offxxr of the Bidder. if a joint bid is submitted, R must be signed on behalf of each of the Bidders. The bid must be legible, written in ink, or typewritten. Any form of erasure, strikeout or over-writing must be initialled by the Bidder's authorized signing officer. The bid must not be restricted by a covering letter, a statement added, or by alterations to the document unless otherwise provided herein. Failure to return the document or invitation may result in the removal of the Bidder from the Municipality's bidder's list. A bid received after the closing date and time will not be considered and will be returned, unopened. Should a dispute arise from the terms and conditions of any part of the contract, regarding meaning, intent or ambiguity, the decision of the Municipality shall be final. a>t THE Page 3 of 11 ~~ SCHEDULE (B) 3. CONTRACT The contract Contract. The contract and p notwithstanding the The intent of the Municipality's inte None of the cond any effect unless order. 4. OF THE MUNICJPALITY OF CLARINGTON URCHASING DMSION RMS AND CONDITIONS (continued) of the documents aforementioned as defined in Section 1, Definitions, thereof take precedence in the order in which they are named above, logical order in which they are issued w executed. is that the Company shall supply work which is fit and suitable for the and complete for a particular purpose. contained in the Bidder's standard w general conditions of sale shall be of fitly agreed to by die Municipality and specifically referred to in the purchase Any Garification of d,~ document required by the Bidder prior to submission of its bid shall be requested through met Municipality's contact identified in the document. Any such clarificatron so given shall not in arty way alter the document and in no case shall oral arrangements be considered: ', Every notice, advice pr other communication pertaining thereto will be in the form of a written addendum. No officer, agent w empbyee of the Municipality is authored to alter wally any portion of the document. 5. PROOF OF ABILITY The bidder may be ret~uired 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 specfied delivery date. 6. DELIVERY Unless otherwise statr~ri, the work specified in the bid shall be delivered or completely performed by the Company as sogn 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 tic~ret or piece tally, showing the exact quantity of goods, material, articles or equipment, shah pany each delivery thereof. Receiving by a foreperson, storekeeper or other such receiverall rrot bind the Municipality to accept the work covered thereby, or the particulars of the delivery ticket or piece tally thereof. Workshall be subject ~o further inspection and approval by the Municipality. The Company shall b$ responsible for arranging the work so that completion shall be as spedfied in the contract. Time shall be of the essence of the contract. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page 4 of 11 SCHEDULE (B) 8. PRICING STANDARD TERMS AND CONDITIONS (continued) Prices shall be in Canadian Funds, quoted separately for each item stipulated, F.O.B. destination. 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 satisfied as to the full requirements of the bid. No claims for extra work will be entertained and any additional work must be authorized in writing prior to commencement. Should the Company require more information or clarification on any point, R must be obtained prior to the submission of the bid. Payment shall be full compensation for all ccets related to the work, inducting operating and overhead casts to provide work to the satisfaction of the Municipality. All prices quoted shall include applicable customs duty, exdse tax, freight, insurance, and all other charges of every kind attributable to the work. Goods and Services Tax and Provincial Sales Tax shall be extra and not shown, unless otherwise spedfied 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 importer of record for customs purposes. Should any additional tax, duty or any variation in any tax or duty be imposed by the Government of Canada or the Province of Ontario become directly applicable to work specified in this document subsequent to its submission by the Bidder and before the delivery of the work covered thereby pursuant to a purchase order issued by the Municipality appropriate increase or decrease in the price of work shall be made to compensate for such changes as of the effective date thereof. TERMS OF PAYMENT Where required by the Construction Lien Act appropriate monies may be held back until 60 days after the completion of the work. Payments made hereunder, including final payment shall not relieve the company from its obligations or liabilities under the contract. Acceptance by the company of the final payment shalt 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 Municipality shall have the right to withhold from any sum otherwise payable to the company such amount as may be sufficient to remedy any defect or deficiency in the work, pending correction of d. Payment may be made 30 days after delivery pursuant to the Bidder submitting an invoice, contract requirements being completed and work being deemed satisfactory. 9. PATENTS AND COPYRIGHTS The company shall, at its expense, defend all claims, actions or proceedings against the Municipality based on any allegations that the work or any part of the work constitutes an infringement of any patent, copyright or other proprietary right, and shall pay to the Municipality all costs, damages, charges and expenses, including its lawyers' fees on a solidtor and his own client basis occasioned to the Munidpality by reason thereof. THE CORf~ORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page 5 of 11 SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) The company shall pays all royalties and patent license fees required for the work. If the work or any part (hereof is in any action or proceeding held to constitute an infringement, the company shall forthwil'~ either secure for the Municipality the right to continue using the work or shall at the company'sexpense, replace the infringing work with non-infringing work or modify it so that the work no longed infringes. 10. ALTERNATES Any opinion with regard to the use of a proposed attemate determined by the Muniapafity shall be final. Any bid proposinig an aRemate will not be considered unless otherwise speafied herein. 11. EQUIVALENCY Any opinion detertnineq by the Municipality with respect to equivalency shall be final. 12. The company shall nc}t assgn or subcontract the contract or any portion thereof without the prior written consent of the Mllunicipality. 13. The Municipality is entitled to request of the Company to famish reasonable evidence that financial arrangements have bden made to fulfill the Company's obligations under the Contract 14. The company shall ccajnpty 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. j 15. If at any time prior to one year after the actual delivery date or completion of the work (or specified warranty/guarantee rind if longer than one year) any part of the work becomes defective or is deficient or fails due defect in design, material or workmanship, or otherwise fails to meet the requirements of the ntract, the company, upon request, shall make good every such defect, deficiency or failure ut cost to the Municipality. The company shall pay all transportation rbsts for wont both ways be een the company's factory or repair depot and the point of use. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION it Page 6 of 11 SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) 16. BID ACCEPTANCE The Municipality reserves the right to award by item, or part thereof, groups of dems, or parts thereof, or all items of the bids and to award contracts to one or more bidders submitting identical bids as to price; to accept or njed any bids in whole or in part; to waive irregularities and omissions, if in so doing, the best interests of the Municipality will be served. No liability shall accnre to the Municipality for its decision in this regard. Bids shall be irrevocable for 90 days after the official dosing time. The placing in the mail or delivery to the Bidders shown address given in the bid of a notice of award to a bidder by the Municipality shall constitute notice of acceptance of contract by the Municipality to the extent described in the notice of award. The Municipality reserves the right to reject a Bid from any Bidder based on the folkwving considerations: a Bidder or a subcontractor of a Bidder has an outstanding legal action against the Corporation, or the Corporation has an outstanding legal action against a Bidder or a subcontractor of the Bidder; a Bidder owes money induding, but not limited to outstanding property taxes awed to the Corporation; and a Bidder is not in compliance with the Corporation's Corporate Policies and by-laws including Property Standards By-law. 17 DEFAULT BY COMPANY a. If the Company commits any ad of bankruptcy; or if a receiver is appointed on account of its insolvency or in rasped of any of its property; or rf the company makes a general assignment for the benefit of its cred'Rors; 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; or 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 to prosecute the work wdh 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 and obligations of the contract, then, in any such rise, the Municipality may, upon expiration of ten days from the date of written notice to the company, terminate the contract. c. Any termination of the contract by the Municipality, as aforesaid, shall be without prejudice to any other rights or remedies the Municipality may have and without incurring any liability 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 then at the project sde (at no additional charge for the retention or use of the construction equipment), and finish the work by whatever means the Municipality may deem appropriate under the droumstances; THE CC SCHEDULE (B) ST ii) will the iii) rec by orl Mu 18. CONTRACT CANC 19. 20. N OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page 7 of 11 TERMS AND CONDITIONS (continued) any further payments to Cie company until the completion of the work and y of all obligations under tle Correction of Defects section; from the company loss, damage and expense incurred by the Municipality m of the company's default (which may be deducted from any rtronies due Wing due to the company, any balance to be paid by the company to the The Municipality shah have the right, which may be exercised from time to time, ~ cancel any uncompleted or unperl<omred portion of the work or part thereof. in the event of such canceNation, the Municipality and th,~ Company may negotiate a settlement. The Municipality shah not be liable to the Company for k~s of anticipated profit on the cancelled portion or portions of the work. QUANTITIES Unless otherwise spegified herein, quantities are shown as approximate, are not guaranteed to be accurate, are fumishe}1 without any liability on behaC of the Municipality and shall be used as a basis for comparison only. Payment will be by the% unit cemp~te at the bid price on actual quantities deemed acceptable by the Municipality. SAMPLES Upon request, sample$ 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 requ unless additional time is granted. Samples must be submitted free of charge and wiN be ~med at the bidders expense, upon request, provided they have not been destroyed by tests, or ire not required for comparison purposes. The acceptance of s~rnples by the Municipality shall be at its sole discretion and any such acceptance shah in nd way be construed to impty relief of the company from its obligations under the contract. Samples submitted applicable. 21. SURETY The successful tende satisfy surety requires money order or other be held by the Munici~ been completed and providing satisfactory the work have expire Workplace Safety Insi be accompanied by current Material Safety Data Sheets (MSDS) where .r shall, C the Municipality in ifs absolute discretion so desires, be required to ents by providing a deposit in fhe form of a certified cheque, bank draft or xm of surety, in an amount determined by the Municipality. This surety may ality unCi 60 days after the day on which all work cevered by the confract has xxepted. The surety may be returned before the 60 days have elapsed vidence ~ provided that aN liabilities incurred by the company in prrying out or have been satisfied and that a Certificate of Clearance from the WSIB - ance Board has been received. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page 8 of 11 SCHEDULE (B) 22. 23. STANDARD TERMS AND CONDITIONS (continued) The company shall, if the Municipality in its absolute discretion so desires, be required to satisfy fidelity bonding requirements by providing such bonding in an amount and form determined by the 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. WORKPLACE SAFETY AND INSURANCE BOARD All of the Contractor's personnel must be covered by the insurance plan under the Workplace Safety and Insurance Act, 1997, or must provide an identification number from the WSIB verifying their status as an "Independent Operator". Upon request by the Municipality, an original Letter of Good Standing from the Workplace Safety and Insurance Board shall be provided prior to the commencement of work indicating alt payments by the Company to the board have been made. Prior to final payment, a Certificate of Clearance must be issued indicating all payments by the Company to the Board in conjunction with the subject Contract have been made and that the 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 be provided upon request. For Independentcontractors /Owners /Operators who do not have WSIB coverage, the following shall be provided upon request by the Calling Agency: • Single Independent Contractors /Owners /Operators shall provide a letter from the Workplace Safety 8 Insurance Board confirming independent operator status and identification number. To obtain this, contractors must complete the form "Detennining worker/Independent Operator status", issued by the Workplace Safety & Insurance 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 certificate from the Workplace Safety & Insurance Board confirming they have purchased the optional WSIB coverage. • The Municipality of Clarington has the right to reject any bid it deems to provide insufficient coverage. INSURANCE The company shall maintain and pay for Comprehensive General Liability insurance including premises and all operations. This insurance coverage shall be subject to limits of not less tlian $3,000,000.00 inclusive per occurrence for third party Bodily Injury and Property Damage or such other coverage or amount as may be requested. The Company shall maintain and pay for Automobile Liability insurance in respect of licensed 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 incl the Municipality as an addfional insured in respell of ~I operations performed by or on t ff of the Company. A certified copy of such policy or certificate shall be provided to the munk~pality prior to commencement of the work. Further certified copies shall be provided upon reque The Policies shah be indorsed to provide that the Municipalty is to receive not less then 30 days notice in writing in advance of any cancellation, material amendment, or diange restricting coverage. Written notice shall be personally delivered to or sent by registered mail to ttre Agency. The Company wiA ens~'ure that any and all Subcontractors also have valid Insurance coverage, 24. LIABILITY The company agrees ~ defend, fully indemnify and save harmless the Municipality from aN actions, suits, claims, demand, bsses, costs, charges and expenses whatsoever for alt damage or injury including death to any' person and all damage to any property which may arise dimly or indirectly by reason of a requireCnent of the contract, save and except for damage caused by the negligence of the Municipality or r~ employees. The Company agrees,to defend, fully indemnify and save harmless the Municipality from any and all charges, fines, pehafties and costs that may be incurred or paid by the Munidpality if the Municipality or any of',its employees shall be made a party to any charge under the Occupational Heath and Safety Act tin relation to any violation of the Act arising out of this contract 25. VISITING THE SITE ~, The Company shaA ¢atefuliy examine the site and existing building and services .affecting the proper execution of tl~e work, and obtain a clear and comprehensive knowledge of the existing conditions. No claim for extra payment will be allowed for work or difficulties er~untened due to conditions. of the site which were visible or reasonabty inferable, prior to the date of submission of Bid. Bidders shall acq'ept sole responsibility for any error or neglect on their part in this respect. 26. SAFETY The Company shall 00o111~Ipppeeey all Federal, Provincial and Municipal Laws, Act, Ordinances, Regulations, Orders-in-Council any-laws, which could in any way pertain to the work outlined in the Contract ' or to the Employees I the Company. Without limiting the ggnerality 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 perFom~ce of the Company's obligation under this Contract. The Company shall j be aware of and conform to all governing regulations inducting those established by the M nicipality relating to empbyee health and safety. The Comparry shall keep employees and subco~ntradors informed of such regulations. The Company shall vide Material Safety Data Sheets (MSDS) to the Munidpality for any supplied Hazardous h~a erials. THE CORPORATION OF THE MUNICIPALITY OF CLARiNGTON PURCHASING DIVISION ^ Page 10 of 11 , SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) 27. UNPAID ACCOUNTS The company shall indemnify the Municpality from all claims arising out of unpaid accounts relating to the work. The Municipality shall have the right at any time to require satisfactory evUence that the work in respect of which any payment has been made or is to be made by the Municipality is free and clear of liens, attachments, claims, demands, charges or other encumbrances. : 28. SUSPENSION OF WORK The Municipality may, without invalidating the contract, suspend pertormance by the Company from time to time of any part or all of the work for such reasonable period of time as the Municipality may determine. The resumption and completion of work after the suspension shall be governed by the schedule established by the Municipality. 29. CHANGES IN THE WORK The Municipality may, without invalidating the contract, direct the Company to make changes to the work. When a change causes an increase or decrease in the work, the contract price shall be increased or decreased by the application of unit prices to the quantum of such increase or decrease, or in the absence of applicable unit prices, by an amount to be agreed upon between the Municipality and the Company. All such changes shall be in writing and approved by the Municipality. 30. CONFLICT OF INTEREST No employee or member of Council of the Municpality shall sell goods or services to the Municipality in accordance with the Municipality of Clarington Policy or have a direct or indirect interest in a Company or own a Company which sells goods or services to the Municipality. 31. MUNICIPAL FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT fMFIPPAI 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 of the Municipality, and as such, is subject to the Municipal Freedom of Information and Protection of 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 cause them injury. Complete proposals are not to be identified as confidential. THE CORFpORATiON OF THE MUNICIPALITY OF CLARINGTON ', PURCHASING DIVISION M SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) 32. Page 11 of 11 °The successful servk~e provider covenants and agrees to provide the Municipality of Clarington, or such other entity asj the Municipality may designate, with written consent to perform a criminal background check in~uding Criminal Code (Canada) convictions, pardoned sexual offences, records or convictions hinder the Controlled Drugs and Substances Act, Narcotics Control Act and Food and Drugs Act and ail outstanding warrants and charges for every individual who may come into direct contrajct with youth or who are permitted entrance to private or restricted areas or residences. This will b~ 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 (dentif~ation card must be wom when individuals are at a site when: there is direct centact with outh or where access to any private or restricted area is antiapated. 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 :{o 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 jobtain or renew the Municipal identification cards according to Municipal policy and procedure. it The Municipality of ~larington reserves the right to cancel and/or suspehd 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 Ittas the final say in determining any final action.° OF THE MUNICIPALITY OF CLARINGTON I I i~ P:1Dept CONTRACT NO. CL2009-22 SCHEDULE `C' (C).doc Jl.rnCV VLC w~ f`A6rTDACTAR SAFETY SCHEDULE (C) CONTRACTOR SAFETY POLICY AND POLICY: Contractors and Su contractors are responsible to ensure that their personnel are updated on all safe concerns of the workplace and are aware of the safety requirements as req~iired by the Contractor under the Occupational Health and Safety Act. Safety perfortn~nce will be a consideration in the awarding of corrtract. Under the Occupational HeaftF>j and Safety Act (Section 23 (1), (2)), it is the constructor's responsibility to ensure that: • the measure and procedures prescribed by the Occupational Health and Safety Act and the egulations are carried out on the project; • .every employer and every worker performing work on the prpiect complies with the Occupational Health and Safety Act and the Regulations (under the Act); and • the health arhd safety of workers on the rp oiect is protected. • Where so pfescribed, a constructor shall, before commencing any work on a project, givejto a Directornotice in writing of the project containing such information ~s may be prescribed. DEFINITIONS: Contractor- any individual or firm engaged by the Municipality to do work on behalf of the Municipality. Project - means a cpnstruction project, whether public or private, including, • the construction of a building, bridge, structure, industrial establishment, mining plant, shaft funnel, caisson, trench, excavation, highway, railway, street, runway, parking lot, cofferdam, conduit, sewer, watermain, service connection, telegraph, telephone dt electrical cable, pipe line, duct or well, or any combination thereof, • the moving ~ a building or structure, and • any work on undertaking, or any lands or appurtenances used in connection with Construction - includes erection, alteration, repair, dismantling, demolition, structural maintenance, pain ing, land Bearing, earth moving, grading, excavating, trenching, digging, boring, dri~ling, blasting, or concreting, the installation of any machinery or plant, and any work or undertaking in connection with a project. ~' CONTRACTOR SAFETY SCHEDULE (C) ` CONTRACTOR SAFETY POLICY AND PROCEDURE Corrtinued... 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) will be required to complete and sign the Health and Safety Practice Form (Schedule "C1"). The Purchasing Office will maintain alt 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 condtions, 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. . . CONTRACTOR SAFETY '. ~~ I u SCHEDULE (C) CONTRACTOR SAFETY 3 POLICY AND PROCEDURE Continued... The contractpr 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 ha d hats and safety boots. H a worker(s) fails to comply with any program, pol cy, rule or request regarding health and safety, that person(s) is not allowed on t e site until the person(s) complies. j} The Municipnltty 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 ~ ms are not in compliance. Similarly, the Municipality will have the right to issuei wamings and/or to stop work rf there are any violations by the contractor ofi,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 wamings and/or stop work orders can be given to contracto using Contractor Health and Safety blaming/Stop Work Order Form (Schedule "C3"). k) Where applidable, the Municipality will retain the right to allow municipal employees tCj refuse to work in accordance with the established policy and the Occupational Health and Safety Ad, in any unsafe conditions. I) The Purc~as~ng 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 ident~cation, evaluation and control practipes and procedures for hazards and follow-up and issuing of Contractor Health and Safety Waming/Stop Work Orders. CONTRACTOR SAFETY 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.) CONTRACTOR SAFETY 5 SCHEDULE (C2) ', CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... CONTRACTOR'S SifATEMENT OF RESPONSIBILITY ~: As a contractor wo mg for the Municipality of Clarington, I/we will comply with all procedures and req irements of the Occupational Health and Safety Act, Muniapal safety policies, de rtment and site specific policies and procedures and other applicable legislatiorp or regulations. Uwe wiN work safely wfth skill and care so as to preven# an ac:adent~l injury to ourselves, fellow employees and members of the public. 1. The contractor/successful tenderer cert~es that it, its employees, its subcontractors and their employees, a) are ar'vare of their respective duties and obligations under tha~.<<"' `~ ~ "•~, ' Occupational Health and Safety Act, as amended from tin2d'}aQiite, apd ~''~., atl Regulations thereunder (the "AcY'); and C .• • r '= ~1.. ,._ ~ + . b) have'aufficient knowledge and training to perform all mgti~s requ pursuant to this contracUtender safely and in compliancaa¢jtl~ the~Cii 2. In the performance of all matters required pursuant to this contra6t~der; It1e ~~`~` contractor/successful tenderer shall, ''~~ ~~``- a) act safely and comply in all respects to the Act, and b) ensurte that its employees, it subcontractors and their empbyees act safer and complying all respects with the Act. 3. The contractor/successful tenderer shall rectrfy any unsafe act or practice and any non-corrlpliance with the Act at its expense immediately upon being notified by any person of the existence of such ad, practice or non-compliance. 4. The contracto/successful tenderer shall permit representatives of the Municipality i~nd the Health and Safety Committee on site at any time or times for the purpose hf inspection to determine compliance with this contractorftender. 5. No act or orr,'ission by any representative of the Municipality shall be deemed to be an assumjption of any of the duties or obligations of the contractor/successful tenderer or any of its subcontractors under the Act. 6. The contract}/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 empbyees, its subcontractors or their employees failing fo ad safely or to compjly in all respects with the Act in the performance of any matters requited pursuant to this contracUtender; --. .----- \--/ CONTRACTOR SAFETY 6 . I I I I I I I I I I I I I I I I I I I 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 . ""4 c) from any and all charges, fmes, penalties, and costs that may be incurred or paid by the Municipality (or any of its council members or employees) shall be made a party to any charge under the Act in relation to any violation of the Act arising out of this contractltender. " ~" ",." --_:>::',:"~~ ~ ..../ ~ / _f~%~:~~~"~cr':,"~ .....~...............z:;;~.~f.P~~..-::. ~3"i;'~g7;~'c~~i~~i;;;" ~.,. .,,~ '''' ,. ~- ~ ~- h_~..JJ.k L/",.-L ..2009 ~ ;..,..._.........~. ..... ...................................................~7..:'............................... , ,. - ... "'~ S' nator.e~ r r Date .. W'I~:'" 'f'/ '._ .(..." '.....".....:- CONTRACTOR SAFETY 7 SCHEDULE (C3) CONTRACTOR SAFETY POLICY AND Continued... The purpose of this form is to: (Issuer to check one of the following) _ Provide warning to t Ike 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 w¢rk practice described below. PART "A" -DETAILS OF CONTRACT/P.O. # DESCRIPTION: NAME OF FIRM: CONTRACTOR SAFETY 8 SCHEDULE (C3) CONTRACTOR SAFETY PART "B" -DETAILS OF INFRACTION (TO BE COMPLETED BY ISSUER) DATE & TIME OF INFRACTION: DESCRIPTION OF INFRACTION INCLUDING LOCATION: ORDER GIVEN BY MUNICIPALITY: DID THE CONTRACTOR COMPLY WITH THIS ORDER? DATE & TIME OF COMPLIANCE: ISSUED TO: CONTRACTOR'S EMPLOYEE TITLE ISSUED BY: MUNICIPAL EMPLOYEE, DEPARTMENT TITLE PART "C" -ADDITIONAL COMMENTS THIS SECTION IS TO BE USED INTERNALLY TO RECORD ADDITIONAL COMMENTS SUBSEQUENT TO ISSUING THE WARNING/STOP WORK ORDER, I.E. DATE AND TIME WORK RESUMED, FURTHER ACTION TAKEN, ETC. CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-22 INSTRUCTIONS TO TENDERERS ' P:\Dept 12\12-297731Specs\C12009-22 - IT.doc I uw ~~ INDEX INSTRUCTIONS TO TENDERERS 8. REFERENCES ........................................................................................................................ -- 9. ..................... PROVINCIAL SALES TAX ................................................................................................... ...... 3 10. GOODS AND SERVICES TAX (GST) ..................................................................................................... ...... 3 11. EXECUTE CONTRACT DOCUMENTS .................................................................................................. ...... 3 12. COMMENCEMENT OF WORK ................................................................................................................ ...... 4 ............ .......4 13. LOCATION ...................................................................................................................................... 14. SOILS INFORMATION ............................................................................................................................. ....... 4 15. TENDERERS TO INVESTIGATE ........................................................................................................... ....... 4 16. INQUIRIES DURING TENDERING ........................................................................................................ ....... 4 17. AWARD OF THE CONTRACT ................................................................................................................ ....... 4 ON OF OWNER/AUTHORITY AND ENGINEER/CONTRACT ADMINISTRATOR ....... .......4 18. DEFINITI ............ ........5 19. ADDENDA ...................................................................................................................................... ............ ........5 20. UTILITIES ....................................................................................................................................... 21. SCOPE/LIMITS OF WORK ..................................................................................................................... ........ 6 22. PROVISIONAL ITEMS ............................................................................................................................. ........ 6 23. TENDER OPENING MEETING .............................................................................................................. ........ 6 IIVJ 1 KUI. I IVIVJ I V 1 CIVUCRCR.7 ti• n~uT~wnT u~ n~ nnnn nn PAGE ONE INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2009-22 1. GENERAL SEALED Tenders plainly marked "Contract No. CL2009-22" will be received until: 2:00:00 P.M., LOCAL TIME, MONDAY, SEPTEMBER 14, 2009 and shall be addressed to: Ms. Patti Barrie, Clerk Corporation of the Municipality of Clarington 40 Temperance Street Bowmanville, Ontario L 1 C 3A6 ' Tenders must be time-stamped at the above noted location to be considered. late submissions will not be accepted and will be retumed 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 retumed 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, 2n° 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 far 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, emplcyees and agents shall not be responsible for any liabilities, costs, expenses, loss or damage incurred, sustained or suffered by any Bidder, prior or subsequent to, or by reason of the acceptance, or non-acceptance by the Municipality of any Tender, or by reason of any delay in the acceptance of any Tender. ' 2. BLANK FORM OF TENDER One copy of the Tender, on the forms provided, shall be submitted. All information requested ' shall be shown in the tender, in the space provided. INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2009-22 3. TENDER DEPOSITS 2. All tenders shall be accompanied by a certified cheque or a bid bond in the minimum amount defined below, made payable to the Authority, as a guarantee for the execution of the Contract. Total Tender Amount :Minimum Deposit Required $ 20,000.00 or less $1,000.00 $ 20,000.01 to 50,000.00 2,000.00 $ 50,000.01 to 100,000.00 5,000.00 $ 100,000.01 to 250,000.00 10,000.00 $ 250,000.01 to 500,000.00 25,000.00 $ 500,000.01 to 1,000,000.00 50,000.00 $1,000,000.01 to 2,000,000.00 100,000.00 $2,000,000.01 & over 200,000.00 4. All deposits will be returned within ten days after the Tenders have been opened except those which the Authority elects to retain until the successful tenderer has executed the Contract Documents. The retained tender deposits will be returned when the successful Tenderer has fully complied with the conditions outlined in the Contract Documents. BONDS 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. CL2009-22 3. 1 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. CL2009-22 4. 12. COMMENCEMENT OF WORK The successful Tenderer shall commence work at the site within 7 calendar days of the official commencement date as specified in the written order issued in accordance with GC7.01.02 of the General Conditions. 13. LOCATION Concession Road 7 from Oshawa Townline Road to Vannest Road Concession Road 7 from Old Scugog Road to Clarke-Darlington Townline Road Concession Road 8 from Clarke-Darlington Townline Road to the Highway 35 / 115 ramps 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 properjurisdictional 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 TENDERERS CONTRACT NO. CL2009-22 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: Bell Canada: Mr. Peter Petriw, P.Eng. Tel: (888)-445-2881 Ms. Kimberly MacLellan Tel: (905) 433-3061 EnbridgelConsumers Gas: Cable TV Hydro One Veridian Hydro Clarington Street Lighting Durham Region Traffic Signals Mr. Jamie Rochford Tel: 416-758-7936 Ms. Cindy Ward Tel: 905-436-4138 Mr. Jim Hisson Tel: (905) 623-1071 Mr. Peter Petriw, P.Eng Tel: (888)-445-2881 Clarington Operations Ms. Sue Arends Tel: (905)263-2292 Durham Region Traffic Depot Tel: (866)-786-8116 INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2009-22 21. SCOPEILIMITS OF WORK 6. 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 Item¢ed 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. 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. 'Ll IJ ' CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-22 SPECIAL PROVISIONS -GENERAL P:\Dept 12\12-29773\Specs\CL2009-22 - SPG.doc INUt1C ^ ........... ..... ..........~.... INDEX t SPECIAL PROVISIONS-GENERAL CONTRACT NO. CL2009-22 ' 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. 7. LAYOUT BY CONTRACT ADMINISTRATOR ................................................................................... RESTRICTIONS ON OPEN BURNING ............................................................................................ ...2 ....2 8. PAYMENTS ....................................................................................................................................... ....3 9. UTILITIES ........................................................................................................................................... ...3 10. DUST CONTROL .............................................................................................................................. ....4 11. TRAFFIC CONTROL, FLAGGING .................................................................................................... ....4 12. CONTRACTOR'S SUPPLY OF CONSTRUCTION SIGNS .............................................................. ....4 13. MAINTENANCE OF TRAFFIC .......................................................................................................... ....5 14. EMERGENCY AND MAINTENANCE MEASURES .......................................................................... ....5 15. ENGINEERING FIELD OFFICE ....... . ............ .. ........ ......... .......... . ..... .. 6 1 16. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL ............................................................. ....6 17. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 -DESIGNATED SUBSTANCES .................. ....7 18 SPILLS REPORTING.... 8 i 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 ASHPAIT CEMENT PRICE INDEX .................................................... ..12 31. VARIATIONS INTENDER QUANTITIES .......................................................................................... ..14 ' 32. REVIEW OF SHOP/WORKING DRAWINGS ................................................................................... ..14 33. CONSTRUCTION STAGING ............................................................................................................ ..14 THE WORK MUST COMMENCE IMMEDIATELY BUT MAY BE CARRIED OVER TO THE 2010 CONSTRUCTION SEASON ............................................................................................................. ..14 ' 34. PROPERTY OWNER'S RELEASE OF PRIVATELY OWNED LAND USED BY THE CONTRACTOR ......................................................................................................................... ..15 PAGE ONE SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-22 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 Secton GC7.16 of the General Conditions is revised in that the Contractor shall guarantee and maintain the entire work called for under this Contract for a period of twenty-four (24) months. The Contractor shall make good in a permanent manner, satisfactory to the Authority, any and all defects or deficiencies in the work, both during the construction and during the period of maintenance as aforesaid. The Contractor shall commence repairs on any work identified as defective under this clause within 48 hours of receipt of notice from the Authority or the Contract Administrator. The decision of the Authority and the Contract Administrator shall be final as to the necessity for repairs or for any work to be done under this Section. 3. CONTRACT TIME AND LIQUIDATED DAMAGES (1) Time Time shall be of the essence for this Contract. For purposes of this Contract, GC1.04 of the General Conditions is revised, in that Contract Time means the time stipulated herein for Completion of the Work as defined in Clause GC1.06. (2) Progress of the Work and Contract Time ' The Contractor shall accomplish completion of this Contract as defined in GC1.06 of the General Conditions on or before November 75, 2010. 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 liV1Y1RNN1 IY V. VLLVViI LL SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-22 2. the Authority will suffer in the event of and by reason of such delay, the parties hereto agree that the Contractor will pay to the Authority the sum of ONE THOUSAND DOLLARS (51,000.00) as liquidated damages for each and every calendar day's delay in achieving completion of the work beyond the date prescribed. It is agreed that this amount is an estimate of the actual loss or damage to the Authority which will accrue during the period in excess of the prescribed date for completion. The Authority may deduct any amount under this paragraph from any moneys that may be due or payable to the Contractor on any account whatsoever. The liquidated damages payable under this paragraph are in addition to and without prejudice to any other remedy, action or other alternative that may 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 transfer or setting of the secondary lines and grades from the primary controls provided. Tools of the trade are interpreted to include but not necessarily be limited to hand and line levels, boning rods, tape measures, lasers, etc. 7. RESTRICTIONS ON OPEN BURNING Open fires will not be permitted within the limits of this Contract. Brush and debris may as an alternative to burning, be disposed of outside the Contract Limits and in compliance with the requirements specified elsewhere for Management and Disposal of Excess Material. J. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-22 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 2-112%, 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." VVIVIRHIiI IY V. VLLVVD LL SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-22 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 steps as may be required to prevent dust nuisance resulting from his operations either within the right-of-way or elsewhere or by public traffic where it is the Contractor's responsibility to maintain a roadway through the work. Where the work requires the sawing of asphalt or the sawing or grinding of concrete, blades and grinders of the wet type shall be used together with sufficient water to prevent the incidence of dust, wherever dust would affect traffic or wherever dust would be a nuisance to residents of the area where the work is being carried out. The cost of all such preventative measures shall be 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. 213191, 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. V. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-22 5. 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. It is understood that implementation of traffic controls will require ongoing review and adjustment to suit construction operations. The Contractor will be responsible for obtaining a Road Occupancy Permit from the Municipality of Clarington and the Region of Durham, where required, 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 any closures and to notify these same authorities when such closures are no longer in effect. It will be the Contractor's responsibility to keep the Police, Fire, Hospital and Ambulance services informed of any changes. 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 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. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-22 15. ENGINEERING FIELD OFFICE 6. The Contractor, shall, at no additional expense to the Authority, supply an office for the exclusive use of the Contract Administrator. This office shall be located as directed by the Engineer, but in no case shall be more than one kilometre from the Contract limit. The Contract Administrator's office shall have a minimum of 17 mz of floor area, with a clear ceiling height of not less than 2.3 m, weatherproof, insulated walls and roof and a tight wooden floor raised at least 0.3 m clear of the ground. The office shall be fitted with a minimum of two glazed windows, both of which can be opened and are fitted with screens. The door shall have a reliable lock, all keys for which shall be in the care of the Contract Administrator. The Contractor shall supply electric light, heat when required, and an air conditioner of 8,000 BTU minimum when required, to the Contract Administrator's satisfaction and shall furnish the office with a minimum of one desk with drawers, one drafting table, five chairs, two drafting stools, one filing cabinet, a fax machine, a waste paper basket and a broom. Where the Contractor elects to supply a combination office for the use of the Contract Administrator and his own staff, the minimum requirements for the Contract Administrator's accommodation as outlined shall be met. In addition, separate outside access for each office shall be provided and the Contract Administrator's office shall be partitioned off from that of the Contractor, on the inside. Any inside connecting door between the two offices shall be fitted with a lock or closer on the Contract Administrator's side. Where the field office is situated remote from abuilt-up area and where alternate toilet facilities are not available, the Contractor shall also supply an acceptable chemical or equivalent dry toilet, in a location convenient to the Contract Administrator's office. The field office and other facilities shall be provided at the site within 14 days of the Date of Notification to Commence Work or on the date of the Contractor's actual commencement of work, whichever date occurs first, and shall remain at the site, if the Contract Administrator so requires, for a period of up to two months after the completed work is accepted by the Authority. 16. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL The requirements of OPSS 180 shall apply to this Contract, revised as follows: Section 180.03, 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 and 18D-5 for use where appropriate with respect to disposal of excess material. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-22 7, 17. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 -DESIGNATED SUBSTANCES In accordance with the requirements of Section 18a (1) of the Occupational Health and Safety Act, the Authority has determined that the designated substances as listed hereunder are present on the site and within the limits of this Contract. Designated Substance Identified on this Ske Location Acrylonitrile No Arsenic No Asbestos No Benzene No Coke Oven Emissions No Ethylene Oxide No Isocynates No Lead No Mercury No Silica No Vnyl Chloride No It is the responsibility of the Contractor to ensure that all sub-contractors pertorming work under this Contract have received a copy of this specification, where Designated Substances are identified as being present at the site of the work. The Contractor shall comply with the governing Ministry of Labour Regulations respecting protection of workers, removal, handling and disposition of the Designated Substances encountered on this Contract. Prior to commencement of this work, the Contractor shall provide written notification to the Ministry of the Environment at 7 Overlea Boulevard, Toronto, Ontario M4H 1A6, of the location(s) proposed far 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. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-22 18. SPILLS REPORTING 8. Spills or discharges of pollutants or contaminants under the control of the Contractor, and spills or discharges of pollutants or contaminants that are a result of the Contractor's operations that cause or are likely to cause adverse effects shall forthwith be reported to the Contract Administrator. Such spills or discharges and their adverse effects shall be as defined in the Environmental Protection Act R.S.O. 1990. All spills or discharges of liquid, other than accumulated rain water, from luminaires, internally illuminated signs, lamps, and liquid type transformers under the control of the Contractor, and all spills or discharges from this equipment that are a result of the Confractor'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 Confractor shall maintain existing stream flows and shall control all construction work so as not tc 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. a. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-22 g 21. GARBAGE COLLECTION The Contractor will be responsible for ensuring that garbage collection, including recyclables, is maintained and when necessary, the Contractor shall make arrangements directly with the collecting agency, to permit and coordinate pick-up. 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. The procedures must include the rescue procedures to be followed during a rescue or evacuation of all personnel from an unsafe condition or in the event of personal injury. The Contractor shall have personnel trained in rescue procedures readily available on site. 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 l:VnIi KHI+I NV. VLLVV~LL SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-22 10. Rope • Gas mask or dust, mist or fume respirator (optional) • 30 minute self-contained breathing apparatus (need not be wom 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 SPECIAL PROVISIONS -GENERAL , ' CONTRACT NO. CL2009-22 11. a shut down of the project operations until maintenance is pertormed to the Engineer's satisfaction. • All disturbed areas shall be topsoiled (if necessary) and re-vegetated immediately after fnal grading is completed. • Construction procedures and handling/storage of toxic materials shall conform to Ontario Ministry of the Environment regulations. • Stockpile or spoil materials shall be prevented from entering any watercourse. No grading or concrete pours shall occur over or close to the water without adequate barrier measures in place beforehand. The Contractor shall advise the Engineer in advance of placement of any stockpiled material so that the Engineer can determine what protective measure, if any, are necessary. • Any in-water works (i.e. channel tie-ins, pumping, etc.) will only be permitted during the period from July 1 to September 15. ^ 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 100 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 Vaps) 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. l.V1Y1RH1.1 IY V. VLLVVD LL SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-22 28. GENERAL LIABILITY INSURANCE 12. The Municipality of Clarington and AECOM Canada Ltd. shall be named as additional insureds. (See Clause GC8.03.02.01) 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) pertormance graded asphalt cement price index unless the Contractor opts out by notifying the Municipality in writing within 5 business days of receiving permission to start work. Once the Contractor has opted out of payment adjustments based on the index, the Contractor will not be permitted to opt back in. The price index will be published monthly by the MTO. The MTO price index will be used to calculate the amount of the payment adjustment per tonne of new asphalt cement accepted into the Work. The price index will be based on the price, excluding taxes, FOB the depots in the Toronto area, of asphalt cement grade PG 58-28 or equivalent. One index will be used to establish and calculate the payment adjustment for all grades. 1 J. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-22 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 - 1.10 ITO) and the Contractor receives additional compensation of: PA = (Ip -1.10 ITO) x quantity of new asphalt cement in tonnes 2. When Ip is less than 0.90 ITO, the payment adjustment per tonne of asphalt cement is (0.90 ITO - Ip) and the Owner receives a rebate of: PA = (0.90 ITO - Ip) x quantity of new asphalt cement in tonnes Where: PA =payment adjustment for new asphalt cement, in dollars ITO = pertormance graded asphalt cement price index for the month in which tenders were opened for the Contract ~ Ip = pertonnance 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. V VI\ 1 MV 1 1\V. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-22 31. VARIATIONS IN TENDER QUANTITIES Clause GC.8.01.02 (b) of the General Conditions of Contract is amended as follows: 14. 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 SHOPIWORKING DRAWINGS For the portions of the work to be done under this Contract where detail drawings are to be supplied by the Contractor, six (8) copies of same, together with specifications, DIUS such additional copies as the Contractor and his subcontractors may require, shall be submitted to the Contract Administrator for review. 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 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. 33. CONSTRUCTION STAGING The work must commence immediately but may be carried over to the 2010 construction season. No paving shall be permitted after November 13, 2009; paving work may resume in the spring after half load restrictions have been lifted. The Contractor shall stage his operations such that all pulverized or otherwise disturbed areas are paved prior to November 13, 2009. Should the Contractor fail to complete the paving work by November 13, 2009, he shall be responsible for maintaining the roadway for the duration of the winter at no additional cost to the Municipality. The Structure rehabilitation work under Section 8 shall be completed in 2010. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-22 75. 34. 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. AS. Cannella, C.E.T., Director of Engineering Services Corporation of the Municipality of Clarington Municipal Administration Centre, 40 Temperance Street BOWMANVILLE, Ontario L1C 3A6 Re: Contract No. CL2009-22 Dear Sir: I hereby certify that (Name of Contractor) have fulfilled the terms of our agreement and have left my property in a satisfactory condition. I have accepted their final payment and release (Name of Contractor) ' and the Municipality of Clarington from further obligations. ~ Yaurs 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 unfit all the applicable forms of release have been signed by the property owners and received by the Authority. r CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-22 SPECIAL PROVISIONS -TENDER ITEMS r:~oePi iz~iz-zsna~sre~~ctzooszz-sv n.ex arc~+uir-rrtvvlalvlw Iclwct`n~nw ^ ran\IT~A/~T WA P°I M1f10_99 PAGE ONE SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-22 ORDER OF PRECEDENCE Where a Specification or Standard exists in the Municipality of Clarington "Design Guidelines and Standard Drawings" for any element of the works, the Municipality of Clarington Specification or Standard shall take precedent over the contract "Special Provisions -Tender Items° or the "Ontario Provincial Standards". SECTION `A' -ROADWORKS CLEARING AND GRUBBING -ITEM NO. Al ~' Payment under this Item shall include clearing and grubbing all trees, stumps and brush, 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 -ITEM NO. A2 a), b) AND c) 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 -ITEM NO. A3 Included under this Item, are the costs associated with grading, compacting, and 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 Item. 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. 11+250 and preparation of the bridge deck for the placement of the waterproof membrane. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-22 EXCAVATE FOR SUBGRADE VERIFICATION (Provisional) -ITEM NO. A5 The unit price for this Item shall include for the following: • Excavation to expose utility or sufficient depth of granular fill required for verfication. • Backfill with native material following verification check by Contract Administrator. CULVERTS -ITEM NO. A7 a), b), c) AND d) Payment shall be made under this Item 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. Supply of granular material shall be paid for under the respective granular Item. All CSP material under this Item shall be Aluminized Steel, Type 2. The cross culverts shalt also include for the provision of frost tapers including excavating, disposal of excess material and granular backfill. Extension of the 1300 mm x 750 mm CSPA culvert at approx. station 1+000 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. Repairs to ends of existing culverts includes minor excavation as required, trimming of culvert 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. Ali culverts shall have a wall thickness of a minimum of 2.0 mm. RIP RAP WITH GEOTEXTILE -ITEM NO. A8 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. 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 ^ 2. CONTRAG 1 NV. ~.LCVVa cc SPECIAL PROVISIONS -TENDER ITEMS 3' CONTRACT NO. CL2t109-22 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 Specifxxfxxrs. 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 geotexfile shall be joined to conform to the seam requirements of OPSS 1860. Geotexxtile shall be keyed into the ground 0.3 m to ensure that soil cannot wash out from under the geotextile. EXCAVATE DELETERIOUS MATERIAL AND BACKF~L WITH APPROVED NATIVE MATERIAL (Provisional) -ITEM NO. Atl Payment under this Item shall include: Remove and dispose of deleterious material, as determined by the Contract Administrator, ~' Proof roll subgrade, Supply, place and compact select native material. No work shall be performed under this Item without written authorization from the Contract Administrator. Measurement shall be by volume in cubic metres measured in its original position based on site __ measurements. EXCAVATE AND PLACE 460 mm NEW GRANULAR `B', TYPE 1 (Provisional) -ITEM NO. A70 it is anticipated that the work will include, but not be limited to, the areas noted by hatching on the plans. The limits of excavation will be determined on site by the Contract Administrator and the Soils Consukant. 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 shah be paid for under the Excavate for Sugrade Verification Item. Payment under this Item shall include: Excavate to depth required to accommodate'Full Reconstruction' treatment, as shown on typical section, and dispose of material off site, Proof roll subgrade, Supply, place and compact 450 mm of new Granular'B', Type 1, GEOGRID, TENSAR BX 1100 (Provisional) -ITEM NO. A11 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. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-22 4. GRANULAR `A' -ITEMS NO. A72, A27 AND A28 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°k 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. Placing and compacting of Granular 'A' on shoulders shall be completed immediately after paving operations to ensure safety of motorists should their vehicle leave the pavement. BRIDGE DECK DRAINS AS PER OPSD 3340.200 -ITEM NO. A79 Payment shall be made under this Item for the modification of the existing deck drains on structure no. ' 99041 at Tyrone, in accordance with OPSD 3340.200. SAWCUTTING ASPHALT PAVEMENT -ITEM NO. A21 Payment shall be made under this Item for the sawcutting of all asphalt at the limits of road and driveway construction. The unit price shall cover sawcutting of asphalt at whatever depth of asphalt is encountered. The Contractor will be responsible for protecting the sawcut edge from damage until paving. Should the sawcut edge be damaged, the Contract Administrator can request that the asphalt be recut prior to paving at no additional cost. HOT MIX, H.L.-8 -ITEM NO. A22 HOT MIX, H.L: 3 -ITEM NO. A23 AND A24 HOT MIX, H.L.3 -DRIVEWAY -ITEM NO. A25 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: • 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. No work under this Item shall be completed after November 13, 2009. Paving work may resume in the spring after half-load restrictions have been lifted. L~ liV1Y I RAV 1 IYV. HLLWi ~i SPECIAL PROVISIONS -TENDER ITEMS 5• CONTRACT NO. CL2009-22 FULL DEPTH CRACK REPAIIR -ITEM NO. A26 Included under this Item, for the unit price bid is the full depth repair of cracks, including sawculbng, removal of asphalt and supply and placement of new asphalt. Repair shall consist of a minimum width of 0.5 m removal of existing asphalt as directed by the Contract Administrator, including sawcutting, and replacement with Hot Mix H.L.-8 to a depth of 50mm and Hot Mbc H.L.-3 to a depth of 40 mm. Hot Mix H.L.-8 and H.L.-3 placement shall be completed in accordance with the specifications for Hot Mix Asphalt, including tack coat. SURFACE TREATMENT OF SHOULDERS -ITEM NO. A29 Payment under this Ifem shall include single surface treatment of the shoulders in accordance with OPSS 304. Surface treatment shall Overlap the hot mix asphalt in a neat and consistent manner to ensure no gap is left between the two materials. The Contractor shall be responsible for any defects in the high float surface for the duration of the maintenance period. A mix design indicating the aggregate source(s) and application rates shall be submitted to the Owner a minimum of two (2) weeks prior to the application date for compliance review. The Contractor shall provide samples of the proposed asphalt emulsion for laboratory analysis by the Owner at the time of submission of the mix design. Materials: Surface Treatment Binder: Unless otherwise specfied, Surface Treatment Binder shall consist of C.R.S.2 and H.F.150S, meeting the requirements of M.T.O. Form 1103. 2. Coarse Aggregate: Unless otherwise specified, Coarse Aggregate for surface treatment shall conform to M.T.O. Form 304. Class 6 aggregate shall be used for the single lift surface treatment. 4. Pressure Distributor. The pressure distributor used for applying binder shall consist of a fully insulated tank, permanently and rigidly mounted on a truck, capable of accurately maintaining any speed required for spraying. The distributor shall conform to M.T.O. Form 304 and be provided with the following (minimum) equipment. (a) Proper hand spray attachments to uniformly apply binder to any areas missed by the distributor (b) An efficient and positive means of heating binder uniformly to any temperatures up to 65 degrees Celsius and maintaining the contents constantly at any selected temperature without any local overheating and including a satisfactory method of circulating the contents during the entire heating process. (c) An approved thermometer with a minimum range of 10 degrees Celsius - 150 degrees Celsius graduated in intervals of nqt more than 25 degrees Celsius, with subdivisions at every 2.5 degrees Celsius so placed as to accurately show the temperature of the distributor contents, and to be accessible ~~ SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-22 to the Director of Operations. rr s. r (d) An approved tachometer, driven from a fifth wheel, mounted so that it is readily visible to the driver and clearly registers distances, with accuracy, travelled when spraying binder, and so that it enables the driver to maintain the constant speed required to ensure the specified rate of application of binder. (e) A pump capable of developing uniform pressures of 35 - 310 kPA within the spray manifold. A good quality, accurate, pressure gauge, 150 mm. 0 or larger (+/_ 15kPA accuracy), indicating the pressure in the spray bar, and an accurate tachometer to indicate the pump speed in revolutions per minute. On a pressure distributor equipped with ahydraulically-driven bitumen pump and the vehicle speed may be driven by the vehicle propulsion motor through a positive power takeoff and an approved variable ratio hydraulic transmission. The hydraulic transmission shall be adjustable so that the output of the bitumen pump and the vehicle speed may be regulated to allow correct appliption of the bituminous material. At any particular setting of the hydraulic transmission and the vehicle transmission, the pump output shall vary directly with the forward speed of the vehicle. On a pressure distributor which is not equipped with a hydraulic driven pumping system, the pump shall be driven by an independent mechanicellyyovemed power unit. Pressure gauges and tachometers shall be permanently mounted so as to be clearly visible. The pressure gauge shall be permanently mounted so as to be clearly visible. The pressure gauge shall be mounted at eye level in such a manner that it can be read by the back-end operator. The pump tachometer in the case of the distributors equipped with a hydraulic pumping system, shall be mounted in the cab so that it can be read by the driver. The tachometer, in the case of a pumping system driven by an independent mechanically governed power unit, shall be mounted at eye level so that it can be read by the back-end operator. (f) A measuring stick, calibrated for the particular tank and so identified, indicating volume of binder, in litres, in 200 litre increments. (g) A rear mounted spray bar, set parallel to the surface to be sprayed, and capable of adjustment to provide any required spraying widths from 0.50m to 1.5m. The distributor shall be equipped with a spray bar heating device circulating spray bar or other suitable device, such as will ensure a uniform viscosity and pressure of the binder at each nozzle, both before and during spraying operations. (h) The binder circulating system shall be provided with a strainer to prevent Dogging of the bar and nozzles. The spray bar height shall be adjustable and shall be set at such a height that the spray fan from any nozzle overlaps the spray fan from the adjacent nozzle by 50°~ for double-lap, or 66% for triple- lap so that a uniformly sprayed surface will result. This adjustment shall be made and the heights set when the distributor is one-half full, and shall be changed only when so permitted by the Director of Operations. (i) Spray bar nozzles, which shall be so designed and set as to ensure uniform fan-shaped sprays without automation. All spray nozzles shall be of the same manufacture, size, type and in good condition and shall be provided with valves capable of instant full opening and positive cut-off. All spray nozzles shall be set in the bar so that the nozzle slots make the same horizontal angle (15 degrees - 30 degrees) with longitudinal axis of the bar. Before work commences, and periodically as required during spraying operations, the nozzles on the spray bar shall be removed and immersed in solvent for a period of time sufficient to remove all congealed asphalt and to free the nozzle opening. Each nozzle shall be inspected and approved by the Engineer and reinstalled on the spray bar at the correct angle. (1) A strainer shall be provided in the filling line to prevent the entry of foreign materials into the tank. (k) A sampling cock, fitted on the spray bar or circulating line, and readily accessible to allow samples of the binder to be obtained directly from the distributor. 5. Mechanical Aggregate Spreader: CONTRACT No. c~~uv~ 7. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-22 ~, shall be spread by means of an approved, self-propelled aggregate spreader, Cover aggregate mounted on pneumatic tires and capable of celbicatw~srates selected.~Thesspreader shat be regulated quantities of river aggregate at the app' towed b designed so that a loaded truck may supply aggregate to arear-mounted hopper, while being Y the spreader. The spreader shall be equipped vnth front hopper and an approved w~ ~ tfran9fsates the aggregate to this hopper fry the rear. The front hopper shall be equipped capable of individual adjustment to obtain uniform flow of aggregate across the spreading width, within the range of 5 kglm2 to 30 kgJm2, and which will also adjust the spreading ~ ~ T sition. The shall also be designed to provide simultaneous movement or closure from the ad oiler, tpe rotation of flow of aggregate from the metering gates shall be further controlled by a sp which shall automatically commence when the metering gates are opened. g. Rollers -Requirements for all Rollers: Rollers shall be in good '.condition and capable of reversing without backlash. Rollers shall be weighed in the presence of the Director of Operations and balanced if required, immediately before commencing work on this contract and thereafter, whenever required by the Director of Operations. Pneumatic-Tired Rollers: Pneumatic-tired rollers shall be self-propelled, shall have a smooth-treads6thres,Xandl shaldl have0a kglwheel, shall have a minimum fire size of 7.50 x 15, 6-ply, consfructed that wheelsgon either the front or back axe shall oscillate,w etherrmdependendy oain pairs. Each roller shall be equipped, at all times, with a suitable fire pressure gauge for checking fire inflation pressure. Ball sfiall~notrbe used! ~ wet sand, plus concentrated ballast if required. Rollers of the wobble-wheel-type ConsWction: 1. Heating Binder Unless otherwise directed by the Director of Operations and binder shall be applied at temperatures specked by the Director of Operations with the following temperature limits: Asphalt Emulsions C.R.S-1, C.R.S-2 60-80 degrees C 2. Mixing of Additives with Binder: When required, additives shall be mixed with the binder, by the Contractor, in such quantities as the Director of Operations may direct. Additives shall be incorporated into the binder only after the binder has been heated to, and maintained at, spray temperatures, by eRher of the following methods: (a) In Rail or Road Haulage Vehicles: The required amounts of additives, corresponding to the whole binder content of the haulage vehicle, shall be thoroughly mixed by approved mechan'rcal methods. Agitation by either steam or air as a means of mixing shall not be permitted. (b) In Pressure Distributors: The required amounts of additives, correspondingoto t~b~ alt a'maximum nppacity,dforr'at tleasth30 be circulated by the use of the distributor's pump Pe 9 minutes. i SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-22 8. 3. Application of Binder. After the treated surface has been swept to the satisfaction of the Director of Operations, binder heated to the specified temperature shall be uniformly sprayed on the road surtace by means of an heatedVeit shall sbe cirou ated dur ng tthe a enti e~ heatineed not to exceed 135m/min. When binder is constructed to the satisfaction of the Director of O raUO sWShen necessa arse JO1nts shall be a building paper, or other approved material, shall be spread over the roadway surtacetfor a sufficent distance back so that the spraying nozzles are all fully operative when the surface to be treated is reached. The protective covering shall then be removed and disposed of, to the satisfaction of the Director of Operations. This operation shall be repeated,rf necessary, each time the distributor commences spraying. During the application of binder, the distributor shall be operated by minimum of two men, one of whom shall be stationed on the rear platform to control the application. The rate or rates, of application of binder shall be as directed by the Director of Operations. Trial areas, which shall involve the accurate measurement of a distance of the road and the measurement of the amount of binder applied to the trial area, to determine the actual rate of application shall be conducted 6y the Contractor as required by the Director of Operations. The Director of Operations at his discretion, shall require the Contractor to re-treat any areas which he considers to be unsatisfactory. No traffic shall be permitted on the uncovered binder. 4. Application of Coarse Aggregate; Following with a distance of no more than 30m, from the point of application of the binder a cover coat of mechanicalreaggregate sp eaderadThe above p afocedure sha ble repeated for the second application of binder. The aggregate shall be uniformly distributed at such rates as the Director of Operations shall direct, An accurate determination of aggregate applied to the road surtace shall be required, on the same trial area as laid out for the binder determination. During the application of cover aggregate, the mechanical aggregate spreader shall be operated by a minimum of two (2) men. Any sections that are not properly covered with aggregate by the mechanical spreader shall be hand- spotted with aggregate, as required, prior to, and during the following operations. The placing of cover aggregate shall be completed at least three (3) hours before sunset. 5. Rolling: (a) General: The cover aggregate, shall be rolled as detailed in (b) below. Pneumatic-tired rollers shall meet the requirements of Section 8 (Rollers). Pneumatic-tired rollers shall operate at speeds not d splaced to kthe detrrme t of the surtace or ish notDlbeing compacted adequate99rthe tDrrector' of Operations may require rollers to be operated at lower speeds. (b) Rolling Coarse Aggregate Applications: Immediately after being spread, the cover coarse aggregate shall be rolled with pneumatic-tired rollers. CONTRACT No. ~r_cwa « 9. SPECIAL PROVISIONS -TENDER REMS CONTRACT NO. CL2009-22 Rollers shall operate continuously. The complete rolling operation must be kept within 300m of aggregate spreader. g. Rotary Power Grooming: As directed by the Director of Operations rotary power brooming supplemented with hand brooming as ^ loose chips,anl order to~remove thel excessivee hipstfromthe heated surface, there is an excess amount of ~ 7. Temperature and Weather: Surface treating operations shall be carried out when in the opinion of the Director of Operations road conditions, road temperatures, high humidity, imminence of rain, wetness or dampness, are not conducive to successful reSutts. Surface treating shall not be carried out after September 15th, except by special permission or instruction of the Director of Operatons. g. Protection of Work and Notices to Public: Traffic shall be kept off ths freshly placed surface treatment for whatever period of time as may be required by the Director of Operations to prevent damage to the surface in the prevailing temperatures, traffic and other conditions, and barcicades shall be used for this purpose when required. MEASUREMENT OF PAYMENT: full compensaton ffor all labour, equlipment and material o perform therivcroedand such payment will be No compensation, other than the Contract unit price will be made for variations in the rates of applications or for the re-treatment of any areas as required by the Director of Operations. The Municipality must receive one (1) copy of tank truck bill of lading for each tanker of H.F.150S, each day. The Municipality must receive one (1) copy of each weigh bill for Aggregate each day. GRANULAR SEALING OF SHOULDERS -ITEM NO. A30 Payment under this Item shall include 9etl elauivalen'tg of the shoulders in accordance with OPSD 210.070. Material shall be RC-30 or app q STEEL BEAM GUIDE RAIL -ITEM NO.A31 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 bcations indicated on the Contract Drawings, 1 in accordance with OPSD 912.140, excluding connections to structures, entrance treatments, and extruder or eccentric end treatment systems. Stee! beam guide rail may be either wood post in accordance with OPSD 912.140 or steel Post in accordance with OPSD 912.130. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-22 STEEL BEAM GUIDE RAIL -ENTRANCE TREATMENT -ITEM NO. A32 70. Under this Item, and for 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. STEEL BEAM GUIDE RAIL -EXTRUDER TERMINAL SYSTEM -ITEM NO. A33 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 922.530. Extruder terminal systems may be either wood post in accordance with OPSD 922.530 or steel ~ post in accordance with OPSD 922.532. STEEL BEAM GUIDE RAIL -STRUCTURE CONNECTION -ITEM NO.A34 Under this Item, and for the unit price bid, the Contractor shall supply all materials, equipment and labour as required for the connection of steel beam guiderail, in accordance with OPSD 912.430. DITCHING -ITEM NO. A35 The unit price bid shall include for full compensation for all labour, equipment and material necessary to r 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. A36 a), b), c) and d) Payment shall be made under this Item for the supply, installation and maintenance of plants. The location of plantings, if required, shall be determined by the Contract Administrator. 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 w'th t atight trunks a'nd eaders intact, and be we~l and chara teristically branched for the surally sound, balls shall not be cracked, broken, or damaged. All plants shall be free of disease, insect~nfestationt t 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 r 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 r GON 11(Al..l lrV. a.~cvvo ~... 11. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-22 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 ff a tree has excessive stem movement within the root ball at the time of planting, the Contractor will be required to straighten and stake the trees at its own expense. Straightening and staking shall occur within 30 days of written notification from the Contract Administrator. Maintain all plant material and assume full responsibility for protection of all planted areas until final acceptance of all project work. Keep planted areas free of weeds at all times. Remove all debris, broken branches, etc., and maintain planted areas in neat condition at all times. Water plants as necessary with sufficient quantities to moisten the entire root system. All plants that are dead, or not in a healthy, satisfactory growing condition, or which in any way do not meet the requirements of the spec'rfications, shall be replaced by the Contractor at the Contractor's expense. All required replacements shall be as originally specked. The warranty on replacement plant material shall be extended for a period equal to the original warcanty 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 warmsiUil~es or an add Uona year f,tat end oO n t al reserves the right to extend Contractor's warranty respo warranty period, plant condition is not sufficient to ensure future health. TOPSOIL (IMPORTED) -ITEM NO. A37 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 defipencies 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) -ITEM NO. A38 Sod shall be placed in ditch inverts and as directed by the Contract Administrator. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-22 12. Subsections 571.07.05, 571.08.01 and 571.08.02 of OPSS 571, November 2001 is amended by the following: Replace "30 consecutive Days° with "120 consecutive Davs". Contractor should note that for the purpose of calculating consecutive Days, the winter dormant period shall be excluded (see Table No. 1 OPSS 571). Clarington is considered to be in the 'S ' , outhern 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 ll d ~' a eficiencies 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 stak es. The unit price shall also cover removal of stakes upon complete germination, as direct by the Contract Administrator. ECOBLANKET -ITEM NO. A39 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 1E0 1 877 548-8558 Web: www.fandsourceorganix.com OR Approved Equal. The Contractor shall maintain the surface in a functional condition for a period of one year. Contractor deficiencies.peWhereldeficielnces exst, a dbtionaetmateral shall be nstalledllimmedalt lyyto~equired depth. Method of Measurement: All surtaces shall be measured by the square metre, complete in place. QUALITY ASSURANCE: Pertormance 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 Pertormance Measure: If the completed work does not meet the Pertormance Measure after the thirty-day inspection, the areas shall be documented, and the Contractor shall be notified of those areas, and re-inspected at sixty days. con i rcw~ ~ nv. ~~~~~~ -~ 13. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-22 i f if the completed work does not meet the Performance Measure after the sixty-day inspection, the Contractor shall re-apply the specified materials in acwrdance with this specification within 14 calendar days of receiving the notification. The Contractor shall maintain the site until conditions permit application or reapplication 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 composUmulch (Erosion Blend) combined with a special additive (Microblend) constructed with a pneumatic blower to control and reduce soil erosion. An EcoBlanket stabilizes the soil, prevents splash, sheet and rill erosion, and removes suspended soil particles and contaminates from moving off the site and into adjacent waterways or storm conveyance systems. EcoBerm is a water permeable window (berm) of the Rexius specified compostlmuk:h (Erosion Blend) combined with a special add'Rive (MiaoblendT°") constructed with a berm forming machine (BermBuilder'r") and pneumatic blower to control sediment by removing suspended soil partices 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 suppGerfinstaller. 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 6e processed through proper thermophilic composting, meeting the Canadian Council of Ministers of the Environment's (CCME) definition fora '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 certfed supplierslinstallers. Rexius Microblend additive shall be injected into Erosion Blend material at time of EcoBlanket and EcoBerm construction. A proof of certifi otVa' asoa~ Ecotel ation.ETest r s Its fofrEcoBlanket and EcoBerme performancenshalabe Architect for app P made available upon request. Erosion Blend Material must meet Rexius' minimum specification requirements for seeding purposes. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-22 14. 3.0 Construction: The EcoBlanket shall be placed as shown on the plans or as direct d b e y 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 pneumati i f o c cm ovea the top the slopesor overlap it intoaex sti g vl e x n egetation. For E oB anket Rex us Mi aob end shall be applied/injected at a minimum rate of 615 kgs per hectare (or as specified by Rexius) confirmed by inspector/ t b , o e project manager. EcoBlanket application depth may be modified based on specific site (e.g., soil characteristics, existing vegetation) and climate di i con t ons, as well as particular project related requirements. Erosion blend material will be injected ith M w seed during application. Seed ix shall be Standard Roadside Mix as specified in Table 1 of OPSS No co 572 T . . he compost /muk:h mponent shall abide by the minimum standards set by Rexius for seeding. Do not use EcoBlankets in areas of concentrated flow (ie ditche tr . s, s eams, etc.). Unless otherwise allowed by Engineer, seeding shall be pertormed 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 E B co erm for effectiveness and shall immediately correct all deficiencies. Where deficiencies exist, additional EcoBlanket and EcoBerm material shall be installed immedi t l a e y to required depth. 5.0 Performance: a, 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 maq wt Knapp oval f ©rm the Engineelr, work outs d h erminimum construction requirements to establish a working erosion control system. i PAVEMENT MARKINGS -DURABLE -ITEM NO. A40 a), b) AND c) Durable line pavement markings shall be screed applied thermoplastic type. PUBLIC INFORMATION SIGNS -ITEM NO. A41 ~~ nfo mationhsigns. mincudedthundepthisfltemllaare TC-67 signseanddBuildingl Canada Fund signsblin accordance with the specifications and templates on the Building Canada Fund website, www.bcfontario.ca. Location and wording for the signs shall be determined by the Contract Administrator. MISCELLANEOUS LANDSCAPING -ITEM NO. A42 Payment shall be made on a time and material basis for minor landscaping work not covered elsewhere in the Contract. No work shall be carried out under this Item without the authorization of the Contract Administrator. . SPts~CT NO. CL2009-22 ~~ 16. CONTRACT NO SC 2009 22 NDER ITEMS or approved equal, and shall be used in stem, the Contract Administrator. the Hilti HIT HY-150 Adhesive Sy directed by rior to Grout shall be accordance with the manufacturer's recommendations an as re-dampened for a period of one hour and free water shall be rernove p The holes shall beo t. ent. When application of the g riot to placement of the anchoring sent shall be additional anchoring ag The holes shall be free of dust and debris immediate Y P ete because reinforcing steel is encountered the anchoring agent fails to fill the hole after insertion of the dowel, added to fill the hole. Holes that are started but not com an approved patching material. shall be cleaned and fi0ed with sect of as specified elsewhere in the Contract. All debris resulting from the operation shall be dispo CONCRETE IN DECK -REM NO• BS All concrete shall be cured by wet burlap. payment for this Item at the Contract Price shall include: evazote, etc. as P.V.C. waterstops, caulking, flexcell, expanded polystyrene, 1. Supply of all styrofoam, required to complete the structure. laced. 2. Preparation of existing concrete surfaces against which new concrete is to be P abutment walls and haunches, as shown on the Contract Drawings and as directed 3 Concrete in deck, by the Contract Administrator. 4. Supply and installation of reinforoing steel. bending and abrasive blast cleaning of all existing reinforcing steel to be left in place, as the Contract administrator. 5. Field cutting, shown on the drawings and as directed by CONCRETE REMOVAL -FULL DEPTH -ITEM N0.84 I ap labour, equipment and materials required to remove the Under this Item the Contractor shall suPP Y . existing granular fill material, as shown on the Contract existing portion of the concrete deck, including Drawings and as directed by the Contract Administrator. or retain, clean and rice, the Contractor shall field cut and r the Contract Administrator. steel, as shown on the Drawings and as directed by the Contractor's Under this Item and for the Contract p reinforcing bars exposed by sits by chipping bend existing reinforcing e, wt or loosen existing d reinforcement shall be cleaned of all scale and corrosion e Care shall be taken not to damag operations. The expose ust and bend the existing reinforcement where and abrasive blast leaning. The Contractor shall adj required to accommodate new concrete. which are to remain, are protected against The Contractor shall carry out his operations under this Item in such a manner as to ensure that e existing portion of the concrete deck and abutment walls, damage or functional impairment. The Contractor shall carry out his operations under this Item in sucs ructuae shall be camel outan the requtions to prevent any debris from falling into the existing watercourse is not disturbed. The removal from the existing dry, The Contractor shall take all necessary P in out the work of this Item. The watercourse below. Any material w la~f and reguhatro to cecuarerry sgall be located and removed. e 'Contractor shall observe all safety ~rcl;rgL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-22 ,~. ~ 17. Contractor shall provide details of his proposed methods protection for review and approval by the Conservation Authori any removals from the existing bridge. of removal and methods of tY and the Contract Ad watercourse All removals from the existing structure shall remain the property of the Contra ministrator prior to the Contractor off the limits of the Contract, at a I expense and to the satisfaction of the Contract Administrator. ctor and be disposed of by or fill materials from or to the site, the oca6on arranged for by the Contractor T~iFc Act. Contractor shall com when hauling rubble, excavated materials P Y with the requirements of the Highway Work under this Item Administrator. shall not commence without prior approval in writing from the Contract Payment at the contract price for the above tender Item shall be full equipment and materials to do the work. payment for watercourse Access and Protection". compensation for all labour, protection shall be paid under the Item ACCESS AND PROTECTION -ITEM NO, g5 Under this Item the Contractor shall provide safe and containment systems, in order to car adequate access, scaffoldin Provide containment systems ry °ut all the required work in accordance with OPSS 539 and 928. etc. from an ~) to contain all construction debris such as dust, pieces of P rtrrs and below. No in-water~work will ~n the pertorman ce of this contract from enterin concrete, slurry Permitted. g the stream and Payment at the waten^'aY contract price for the above tender Item shall be full com equipment and materials to do the work. pensation for all labour 1 t 1 f~ 1 1 1 ~I 1 CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-22 r I DESIGN GUIDELINES SECTION 900 INSPECTION/CONSTRUCTION ^ - ~--J -_, 1 Hand sprayed of guide Edge of Shoulder Rnd rail installation pavement tNote 2 ,~ Coble or i' Steel beam guide roil 100 ~ box beam ~~ i' i~ Note 1 -~.-~ GRANULAR SHOULDER WITH OR WITHOUT GUIDE RAIL Shoulder N Coble or box beam -a ~ i 700 -{ Note 3 Varies i ~ i~ Hand sprayed 1 1 Steel beam guide rail Edge of paved shoulder Note 7 PAVED SHOULDER WITH GUIDE RAIL Shoulder 100 Rnd Note 2 Edge of paved t----~1--- ~ shoulder Note 1 PAVED SHOULDER WITHOUT GUIDE RAIL NOTES: 1 Extent of granular sealer. 2 Rounding width is O.5m. Rounding width is 7.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. Nov 2003 Rev GRANULAR SEALING ---------- ~'~tV~~~ OPSD - 210.070 / \ Area under ~. ~,.,~ COnSirUCtian ~~ ~ ~ a ~ \ ~~ ~a End o£ r ~ run ~"^'^~~ Barrier ~ „~ ~ ~ a j main run ~ ~ £~ S ~ End run -"` ~' II .v6 Areo under protection Ii ~a_~-- W,-~~ - w --~ PERSPECTIVE VIEW Area under Direction of flow construction z ` S Area under protection SECTION VIEW Silt fence barrier Direction of flow ,~ JI(~4 ~~ \~~ eno,~r~ A I V .i(<` eta/( ~y ~ ~ 2.3m max, T Moin run A L.~ PLAN OF SILT FENCE BARRIER c E E E 0 Direction G~ ~ of flow I 0 0 N Stake Geotextile Trench to be bockfilled and compacted / i 300mm min I of geotextile 200 in trench / SECTION A-A / Earth surface I NOTE: I A All dimensions are in millimetres or metres unless otherwise shown. r ONTARIO PROVINCIAL STANDARD DRAWING 1996 02 01 Rev ~ ~ LIGHT DUTY ---------- SILT FENCE BARRIER Date _ _ _ _ _ _ OPSD - 2 .~ 10 Straw boles nn Note 1 ~ CI"~ i II Lowest level - ~ ,, .L_ ___ ___ ___ _! SECTION A-A Direction of flow C I--- 1 ~~ Straw boles Note 1 ~ CI"~ C~ PLAN VIEW FLAT BOTTOM DITCH OR CHANNEL Direction of flow i i ~ I r~-,-r~~-,-~ Stakes driven flush Bottom of end bales J of downstream row to be higher than lowest point of flow check. Downstream bale position outlined. Straw bales Note 1 ~- B ~ Stakes 150mm I ~ Stakes 150mm from end of boles Trench Stakes 150mm from end of boles I I ICI I I C ~ PLAN VIEW V-DITCH Stakes driven flush ~~'~~ `~ ,~ ~ ~ lowest point ~''i -~ B A -~ Bottom of end bales I , of downstream row to Y Trench Ties not to be be higher than lowest in contact with point of flow check. SECTION B-B 75 ground Downstream bale position outlined. Note 2 150D --1 NOTES: 1 Number of bales varies to suit ditch SECTION C-C or channel. 2 Balance of excavated trench to be A All dimensions ore in millimetres or backfilled following bale placement. metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1996 02 01 Rev ---------~' SP STRAW BALE FLOW CHECK Date _ _ _ _ _ _ OPSD - 219.18( Direction of flow ~~ B I Id Spillway ~_ ~ o O o _~ ~° ~~o o= p ~ O '0 p o' i ~B PLAN VIEW °'t~n c h or 300mm min 300mm min 1s0 nne~ siopo ~ 100 Spillway Geotextile ~ SECTION A-A 1so spillway Second litt of rock Geotextile Direction of flow 00 ~S.~ ~ Rock 4~~1 First lift of rock a ~//~~/ //////////// / //~ 200mm Trench to be backfilled and NOTE: SECTION B-B ZOOmm~---I~compacted 300mm min A All dimensions are in millimetres or of geotextile metres unless otherwise shown. in trench ONTARIO PROVINCIAL STANDARD DRAWING 1996 02 01 Rev TEMPORARY ROCK FLOW CHECK - - - - - ~~ °sP Date _ V-DITCH OPSD - 219.210 200 ~I 2DD N _ _ ~-- 62~ Existing pouf ~ Tack coat surface i ~_---_____-_J ASPHALT CURB MACHINE LAID a o_ aoo 0 ~ 4D0 __ w ~ ~ 5~ Pavt depth Note 1 _ Tack coat surface ASPHALT GUTTER -TYPE 'A' a 0 soo a m aoo - ~ 1 w 5~ 5{D Pout 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. ~TARIO PROVINCIAL STANDARD DRAWL ASPHALT CURB AND ASPHALT GUTTER 1999 I Rev OPSD - 601.01 ii r ~I ~ ~ l~ ~ i I~^t ~ rnl~l ~ ~ r ~e ~ ~ ~~ PIPE IN SUPPORTED PIPE IN UNSUPPORTED EXCAVATION EXCAVATION Note 3, Typ Subgrade ~~ Support system ~~ t~ Typ 1 1 • Backfill material. ' ~ For culvert frost treatmen} 300mm min. '~ ~ ~ Note 2 ~T Typ ' -Clearance, ~, see table 300mm min ~ °' E E x a O °oE w =' TYPE 1 OR 2 TYPE 3 SOIL SOIL t so ~. 0.50 ~- Bedding grade Note 1 PIPE IN SUPPORTED '- LEGEND: EXCAVATION D -Inside diameter NOTES: 1 The pipe bed shall be shaped to receive the bottom of the pipe. '.••,r 2 Pipe culvert frost treatment according to OPSD-803.030 and 803.031. C 3 Condition of trench is symmetrical about centreline of pipe. A Granular material placed under the haunches must be compacted t5o ' prior to continued placement and compaction of embedment material. B Embedment material shall be homogeneous granular material, and D.5 0 shall be placed and compacted uniformly around the pipe. Note t C Soil types as defined in the Health & Safety Act and Regulations for Construction Projects. D Protection against heavy ONTARIO PROVINCIAL STANDARD construction equipment according ~.- ta oPSD-eas.olo. FLEXIBLE PIPE E All dimensions are in millimetres or metres unless otherwise shown. EMBEDMENT AND BACKf PIPE IN SUPPORTED EXCAVATION 0 2 ~ " yT`c` O 0 z o.so Note 1 Clearance, see table, Typ 150 - PIPE IN UNSUPPORTED EXCAVATION 0 y Subgrode ;. t. at 7 3 Backfill material. Notec Zvert frost treatment CLEARANCE TABLE Pipe Inside Diometer Clearonce mm mm 900 or less 300 Over 900 500 ~. ~ r alp rr 1^~I I~ l~ . ~. . . .r ~ . . ~ ~~ Note 1 PIPE INVERT ABOVE ORIGINAL GROUND Subgrade Earth, granular or rock fill. For frost treatment at culverts Note 2 Bedding grade NOTES: 1 The pipe bed shall be shaped to receive the bottom of the pipe. 2 Pipe culvert frost treatment according to OPSD-803.030 and 803.031. A Granular material placed under the haunches must be compacted prior to continued placement and compaction of embedment material. B Embedment material shall be homogeneous granular material, and shall be placed and compacted uniformly around the pipe. Clearance, see table, Typ D ~l. ~ TYP I _ I ~ I E 150 w 0.50 ~ ~ Note 1 PIPE INVERT AT OR BELOW ORIGINAL GROUND CLEARANCE TABLE Pipe Inside Diameter Clearance mm mm 900 or less 300 Over 900 500 LEGEND: D -Inside diameter C Protection against heavy ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev construction equipment according to OPSD-808.010. O P D All dimensions are in millimetres FLDCIBLE PIPE EMBEDMENT _ _ _ _ _ _ _ _ _ _ S or metres unless otherwise shown. IN EMBANKMENT Date _ _ _ _ _ _ ORIGINAL GROUND: EARTH OR ROCK OPSD - 802.014 ~ ll~ ~ ~ ~ ~ ~ ~ ~ s ~ ~ ~ ~ r ~ ~ Pipe d1 I c ~o(k - d) I ~ to(k - d ) backfill f k ~/////// Frost, toper, Note.2 .~ Pet clearonce i 4 ~.' / Subgrade P i ~ ~ ~ .. Earth fill -- I i Frost enetration line below bottom of beddin rode Note 1 --- Bedding grade- --3-----------------~_9-------- FROST TREATMENT -RIGID AND FLEXIBLE PIPE NOTES: 1 Pipe embedment occording to: D All dimensions are in millimetres or metres unless a) Flexible - OPSD-802.010, 802.014, otherwise shown. 802.020 and 802.024; b) Rigid - OPSD-802.030 to 802.032, 802.034 802.050 to 802.052 and 802.054. , LEGEND: 2 Frost tapers start at bedding grade. d -depth of roadbed granular A Protection against heavy k -depth of frost treatment construction equipment according f -depth of frost penetration to OPSD-808.010. B Frost topers are not required in ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev rock embonl<ment. C Frost tapers not required when FROST TREATMENT - PIPE CULVERTS _ _ _ _ _ SP frost line is above the top of FROST PENETRATION LINE BELOW Date _ _ _ _ _ _ _ pipe. _ _ _ _ BEDDING GRADE OPSD - 803.030 3C Pioe k NC 2 3 A B C Profile rode Type 1 and 2 so'I ~ Type 3 and 4 soil i^ Note 2 _ t0(k -d) - Subgra~ Frost k=f Granulor to backfill Pe`r Limit of --' pipe deorance~ ~ ~ * 1 ,'~ ~ i 1~~ „~ ', -~ j' 3 1~ ~ 3 / ~ TYP ~ i ' er. Earth fill toP ~ J:._ -- i _ . . Frost -- ---- ------- - t J - ----- ---------------- ---- Frost penetration line Note 1 ~ Note 3 between these limits Edge of pipe Bedding grade FROST TREATMENT - RIGID AND FLEXIBLE PIPE NOTES: 1 Pipe embedment according to: a) Flexible - OPSD-802.010, 802.014, 802.020 and 802.024; b) Rigid - OPSD-802.030 to 802.032, 802.034, 802.050 to 802.052 and 802.054. 2 Condition of frost treatment symmetrical about centreline of pipe. 3 Frost topers stort at the intersection of the 1:1 or 3:1 slope and the frost penetration line. A Protection against heavy construction equipment according to OPSD-808.010. B Frost tapers ore not required 'n rock embankment D Soil types as defined in the Health & Safety Act and Regulations for Construction Projects. E All dimensions are in millimetres or metres unless otherwise shown. LEGEND: d - depth of roadbed granular k -depth of frost treatment f - depth of frost penetration * -Type 3 soil ** - Type 4 soil C Frost tapers not required when ONTARIO PROVINCIAL STANDARD DKAWING frost line is above the top of FROST TREATMENT - PIPE CULVERTS pipe. FROST PENETRATION LINE BETWEEN TOP OF PIPE AND BEDDING GRADE 1998 03 O11Rev ---------- I ~~~~i OPSD - 803.03 PLAN CUT OR FILL Ditch 1~ I.~ 1 300mm min rip-rap hand loid TYP SECTION A-A CUT Toe of slope ~ ------- Ditch SECTION A-A FILL TYPE A -WITHOUT GEOTEXTILE NOTES: A All dimensions are in millimetres unless otherwise shown. SOOmm Overlop~ A Flow ~~ Lap in direction of flow -- -{ 0 300 ~ o° i °n Ditch ~ "300 j ~ c_ f- I, ~ B ~ _ n PLAN `-Geotextile g n CUT OR FILL DitlIch /~/ TIC I ~- Geotextile, Typ SECTION B-B CUT ONTARIO PROVINCIAL STANDARD DRAV RIP-RAP TREATMENT FOR SEWER AND CULVERT OUTLETS min TYP Nov 2001 Rev 0 sT ----------z~/OSp~ OPSD - 810.010 yin ~ u ~/~` 0 o ~ Ditch SECTION B-B FILL TYPE B -WITH GEOTEXTILE ~- 1905 --I^- 1905 -~1 30mm, Typ j I Steel post, Typ Offset block, Typ Guide rail PLAN Lop in direction of traffic flow ~- Note 1, Typ I ... :',ir':L...,.. ,..... ~ A A A r A A Traffic flow 1 q ELEVATION SINGLE RAIL NOTES: 1 Washer shall not be installed at front locoted at centre of steel beam guid A This OPSD to be read in conjunction 912.102, 912.103, and 912.104. B Steel beam guide rail mounting heights shall be as specified. C All dimensions are in millimetres unless otherwise shown. face of rail. One bolt e roil. with OPSD 912.101, PROVINCIAL GUIDE RAIL SYSTEM, STEEL BEAM STEEL POST WITH OFFSET BLOCK ASSEMBLY INSTALLATION - SINGLE RAIL Nov 2008 IRev OPSD 912.130 POST BOLT Post Soli Washer Size and T e ® Nut OA 16x250 BH Plate QB 16x100 CaB Plate I- lsos --I- lsos --1 -~ 30mm, Typ j j Channel Guide rail PLAN Lap in direction of traffic flow II II 91 ~II II ~~_ dl II q ~~~ p X A A x x e q M ~ A A n Traffic flow ~ N A ELEVATION SIDE VIEW SINGLE RAIL WITH CHANNEL SIDE VIEW 1905 1905 POST BOLT AND HOLE 1905 1905 I Post ' doge Post bolt Chonnel m m Post - i Guide roil ~ Offset block ili mm QA 18 16x460 ' ~ Offset block PLAN © 18 16x310 PLAN Guide rail i5mm dia x 75mm long 4-M16 chemical type anchor bolts, lag bolt each with o min pullout value of Rounding Shoulder- 95kN in 20MPa concrete, Typ ---Shoulder Rounding -Lap in direction of traffic 40 40 L Lap in direction of traffic ° ~ °1 -- ~ ~ Nui and d1 - I -~ ~~.- o i i -- °e ei o ~ washer seee OPSD-912.105 b A °:; to r°~ °i o v n A I c of `~ E ,E ELEVATION SINGLE RAIL SIDE VIEW NOTES: 1 Where guide rail is adjacent to curb, mounting height shall be measured: a) Vertically at face of guide rail when face of guide rail is mare than 300mm beyond gutter line. b) Vertically at gutter line when face of guide rail is 300mm or less beyond gutter line. A Washer not required at front face of rail. One bolt located at centre of steel beam guide rail. I c of ~E .E ELEVATION I SIDE VIEW SINGLE RAIL WITH CHANNEL B Wooden posts and offset blocks: Size 200x200mm nominal, 190x190mm ± 1.5mm dressed, tops to have 25mm chamfer. C This OPSD to be read in conjunction with OPSD-912.101 and 912.102. D All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWIP GUIDE RAIL SYSTEM, STEEL BEAM WOOD POST ASSEMBLY INSTALLATION - SINGLE RAIL Nov 2001 Rev OPSD - 912.140 3 om shel ~` ~_ 0 140x190mm breakoway wooden post, OPSD 922.430 Steel beoring plate, OPSD 922.410 Note 1 Cable assembly with 25mm dia plain washer and 2-25mm dia hex nuts of eoch end, OPSD 922.402 60mm OD x 4.76 x Terminol section 152mm Ig pipe sleeve See Detoil C 100mm max 16mm dia x 250mm Ig ~ hex bolt, nut, and flat washer at eoch end DETAIL A 7mm thick soil plate - 2-20mm dia x 200mm Ig hex bolt, hax nut, and flat washer at each end 458 230-1 Post anchor tube 22mm dia hole, Typ DETAIL B NOTES: 1 Steel bearing plate shall be secured against rotation using nails into post. 2 When channel specified, channel shall be terminated at post 03 . A Steel beam guide rail mounting heights shall be as specified. B All dimensions are in millimetres unless otherwise shown. ~75mm min i GUIDE RAIL SYSTEM, STEEL BEAM _ _ _ _ _ _ _ _ _ _ ~ LEAVING END TREATMENT ---------- INSTALLATION OPSD 912. R160 /~' 24x30mm splice I / bolt slot, Typ f ~/L/ ~30' 616 ~90 2~1 50 Traffic flow End of length of PLAN need 140x190mm breakaway wooden post, OPSD 922.430 16mm dio x 255mm Ig guide rail bolt and nut, with 75x45x5mm plate washer under hood and flat washer under nut Steel beam guide rail mounting height at post iQ some as at post 03 ///~~~ 8-16mm dia x 38mm Ig / hex bolt, nut, and flat washer i i Note 2 O _ ~ ; , N m I ~ 4-16mm Steel beam dia , I I ~~ o I ~ E ~ x 32mm uide rail, Ig splice 9 ; o a ~ ~ "' >= bolt with nut w OPSD 922.402 n I _ ~ ~° Detail A I Steel beam guide t " }_ £ a rail Coble attachment, o ~ OPSD 922.402 Detail 8 Steel post, I DETAIL C I OPSD 912.104 L_ Post anchor tube, or wooden post, O OPSD 922.430 O OPSD 912.140 O or equivalent ELEVATION nnlTnaln PR(1VINCIAI STANDARD DRAWING Nov 2008 Rev 0 ~ ~o_ I--1905mm, Typ-~{ Length of SBGR installation 24.26m Note 2 -3000 5800 - Anchor block - Eccentric loader end treatment Breakpoint in rounding +~_~ _____ - `o '~-_ 0 0~w Cable guide rail Cable guide rail overlap 16.3m min ~~ Edge of shou PLAN i6omm dia See detoil B round posts 568 568 685 685 'Tr-~ ,1 J i Anchor ~ _ ~ block ~ Traffic flow for approoch end Traffic flow for leaving end treatment ~ treatment on divided and undivided highways on undivided highways ELEVATION 4-6mm dia zinc plated hex heod fine thread, self drilling self tapping fasteners, 19mm long ~o °a Ofiset block Bracket, Note 1 Post bolt 20 -9 SBGR -1 2 ~ Bracket Post ro Note i R9 °' Coble NOTES: ~_ + °i N ~ M 1 3mm thick galvanized steel plate shaped a, ~ 4-smm to fit inside steel beam guide rail. dia Holes 2 The len gth of SBGR shall be the calculated m + ~ Length of Need or 24.26m whichever is ~ Clamp et ~jg~ greater. A This OPSD to be read in con ti ith R3 d ail A junc on w I OPSD-912.130, 912.140, 913.102, 913.130, 6mm , Typ ~.. and 922.430. A B All dimensions are in millimetres unless DETAIL A DETAIL B otherwise shown. Butt weld ONTARIO PROVINCIAL STANDARD DRAWING 3-13mm dio cobles GUIDE RAIL SYSTEM, STEEL BEAM PERMANENT TRANSITION INSTALLATION Steel beam guide rail STEEL BEAM WITH ECCENTRIC LOADER TO 3 CABLE SECTION A-A DIVIDED AND UNDIVIDED HIGHWAY Nov 2002 IRev ----------1 ~~ OPSD - 912.382 i tec h 30 P. 32 G~ Traffic flow I- taoo~ 135rp4Ll ~ I-- taoo spacing LEAVING END I I APPROACH END Structure •" connection rail Embedded plate •, as per OPSD-40 6-M22x70mm long A325M galy bolts ~ _ with galy washers '~~ Steel ~' plate ' >: ~ • ~': EMBEDDED ANCHORAGE NEW CROSS-SECTION Structure connection rail - St Bolt-A490M }~i'~ Washer-A490M BOLT THROUGH ANCHORAGE DETAIL NOTES: 1 Horizontal and vertical transitions apply to structure approach and leaving end curb and gutter termination. 2 Channel post bolt at offset blocks to be 510mm long. End of bolts to be saw-cut, flush with face of nut. 3 When channel is to be discontinued, a 7.62m termination shall commence at the third beam element joint beyond the end of approach slab. eel plate Vertical transition, Note 1 2 standard beam elements 1.905m standard post spacing - Note 2 3-M22-A490M bolts or threaded rod of equivalent strength in 25mm dia holes, drown tight. Bolt length shall include wall thickness plus 75mm 3-100x15Dx20mm thick galvanized washers and 2 lock nuts ~ ~ 2-A490M nuts ', i ~' 3-M22-A490M bolts or threaded rod of equivalent strength in 25mm dia ~~'~~ holes, drawn tight. Bolt length shall include wall thickness plus 75mm y: ter' •:''' ~4.6mm thick galvanized washers and 2 lock nuts EXISTING CROSS-SECTION Note 3 . nl s~ef 5 ~ flo'~ r ~iis b~ traffic 4 Steel beam guide rail and channel to be field drilled to suit. Coat holes and bolt heads with approved zinc rich paint. A This OPSD to be read in conjunction with OPSD-912.130, 912.140, 912.401, and 912.530. B All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING GUIDE RAIL SYSTEM, STEEL BEAM STRUCTURE CONNECTION Nov 2002 IRev ---------- sy~2c; c r p~ ---------- ~OA(- OPSD - 912.430 anchor 10.000 Structure connection rail W1ve ra 11 uanslSlOn ^~ ~.i.1.1. 1.1.1.1 1 , ~ Guide rail transition 1 ih and '. Steel beam guide rail _ Edge of pout 7.62m Bridge 855 curb tertninat clearance ote Minimum curb length deck Guide rail transition --{ ~1, 11.1 .I .I .I. I Bridge ---~ ~I-855 7.62m clearonce curb termination ote Minimum curb length Guide roil transition ~-I 1.1.1.1.1.1.1.1.1.1.1. I (slab deck r apProochl Bridge J clearance Minimum curb length ROAD SHOULDER NARROWER THAN BRIDGE CLEARANCE PLUS CURB Steel beam guide rail Edge of pout ROAD SHOULDER SAME WIDTH AS BRIDGE CLEARANCE PLUS CURB Steel beam guide roil J 1 Edge of paK Sh _~ ROAD SHOULDER WIDER THAN BRIDGE CLEARANCE PLUS CURB FOR SKEWED STRUCTURE: The pavement taper is to end on aline at right angles to rr of highway, length of taper shall be measured from bridge comer that allows greatest length of tapered section. NOTES: 1 Tangent to structure shall be one stondard rail length +855mm long minimum. If approach slab is more than one standard beam element +855mm beyond wing wall, then tongent section shall be taken to end of approach slob. A All dimensions are in millimetres unless otherwise shown. vlvlru~ly rRVVI1VtrIHL JIAIVUAKU UKAWING Nov 2001 Rev C GUIDE RAIL SYSTEM, STEEL BEAM _ STRUCTURE APPROACH TREATMENT _________ INSTALLATION -RURAL HIGHWAY OPSD - 9' \ 1 vrav a i ~aau v e l a n~ SBGR mounting height Cable assembly, SBGR cable attachment, and SBGR; OPSD 922.402 Edge of driving lane main highway 12.380 SBGR with channel mounting height ~ ` ELEVATION Structure connection, OPSD 912.430 OPSD 912.430 7620mm channel and curb with -{- gutter transition when specified Note 3 Notes 1, 2 S O 0 C rn m W pN ~ uo v ~ ON p N mT ~ ~ c n o N TVI a_ v ~o 0 > ~~ N a om NN ~U o c U o I- See table _~ O W n i D~ / r-Note 4 Standard 190z19Dmm N J PLAN 11\ ~~~ o --~ v 0 Z r 0 z o at 0 N a O O a 3 'o _ N p Nv o c o_ o cv r N O) ; ~ O y i O ~ n n v o ~ O L N ~ U_ N 0 0 m ins 0 o a_ a no rnv c o o V y a O N w y ~ C wo E 3 ~ o N t T % N ~I[1 c < N O E ~ 0 ~ u n ~ C Y a N u w d a 0 L N 0 Steel Beam Guide Rail Installation on Curve Post 58GR SBGR Curve Radius, m, Note 5 Spaces Elements D=70' D=90' D=110' 2 1 3.19 2.44 N/A 4 2 6.24 4.85 3.96 6 3 9.36 726 5.95 6 4 12.47 9.7D 7.94 NOTES: 1 Post shall be as per post 3O breakway wooden post shown on OPSD 922.430. 2 Guide rail at this post shall be held in position with a metal shelf angle detailed in OPSD 922.410. On larger radii with two or more SBGR elements, guide rail shall be bolted to the post with a 16mm bolt. Offset blocks are not required. 3 Post located at end of radius shall be as per post Ql with post anchor tube and soil plate according to OPSD 922.430. 4 For freestanding installations (i.e., no structure connection), a ism minimum length of guide rail is required on the leaving end beyond the end of radius. 5 SBGR shall be shop bent to the specified radius. A Area behind guide rail shall be 2H:1V or flatter and shall be clear of all hazards. B All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Nov 2007 Rev 1 sT4n~~ GUIDE RAIL SYSTEM, STEEL BEAM _ _ _ _ _ _ _ _ _ ;~ ~ P 2 END TREATMENT - S~° INSTALLATION - ENTRANCES - - AND INTERSECTING ROADWAYS OPSD 912.531 Steel beam guide roil OPSD 912.130 and 912.140 Channel when specified 3810 Traffic flow - 3810 Calculated length of need O Top of shoulder in Standard SBGR post ~ Typ Front face of element to be installed at zero offset from edge of shoulder for tangent installation ~ Extruder Terminal system 15.24m - Breakawoy wooden posts Edge of shoulder - Section A-A See OPSD 922.531 / Extruder Terminal J PLAN See Note 2 ® OO © ~ ® 03 02 01 1905mm-I r Typ n ~A 8-16mm dia x splice bolts and ~B 32mm long nuts at rail splices, Typ .. •iC _ °~~ ~ ~A Note 4, Typ ELEVATION 16mm dia x 466mm long bolt with hex nut nd washer at back of posts O3 ®~ Oj Note 1 T---~ (I--~-i NOTES: Note 2 - 89mm dia 140x190mm offset block ~ IJSe 16m m flat WOSher breakaway toenailed to post - at back of post only, holes, Typ - -0 16mm dia z 250mm Washers are not t0 be ~ Used long bolt and nut between bolt head and ES rail Typ ~`' at pOStS 2 3 4 5 6 00000 7 0 Soil plate J and ®. TYP 2 Guide rail not attached to SECTION A-A P N sail }~ o LI Steel plate foundation B C tube 16mm dio x 255mm long bolt with hex 190 {..~ nut and washer of back of post, Note 1 140 (- Wooden post 140x 190mm - 60x140mm pipe TYP sleeve inserted I 60mm dia into post lJ I 25mm cable end breakaway hole fitting with 25mm Angle strut hex nut and ~~ washer each end ~~ 203x203x16mm cable 1 ~' •. ~~'c _ bearing plate 19mm dio x 240mm long hex head bolt with Soil plate 2 high strength washers 2-i6mm dia x 190mm long hex head bolts with OSTS OS © ~ ® ~ I Foundation tube hex nuts and washers block and post at post Q5 Foundation tube u Typ T 3 Channel shall not be used within the Extruder Terminal system. Yp SECTION B-B SECTION C-C ELEVATION 4 Top of posts may be cut POSTS OQ ® POST Oz POST OQ horizontally. ONTARIO PROVINCIAL STANDARD DRAWING Nov 2006 Rev 2 sTa A B Views depict tangent installation only. Th ENERGY ATTENUATOR END TREATMENT P e system depicted is proprietary t , _ _ _ _ _ _ _ _ _ _ ~ s o Trinity Industries Ina. EXTRUDER TERMINAL SYSTEM '°~~ C All dimensions are in millimetres _ _ _ _ _ _ _ _ _ _ , _~ unless otherwise shown. INSTALLATION OPS~ 922.530 ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ I• ~ ~ ~ ~ ~ ~ End of SBGR installation with steel posts, OPSD 912.130 Extruder Terminal 2000 Chonnel when specified Note 1 ---_ > Calculated length of need Edge of Object marker shoulder when specified G`-_'a Traffic flow PLAN 0 0 0 0 0 0 0 0 0 15.24m Extruder Terminal syst em length, Note 3 Flexible Chonnel termination ~ 62m - 7.62m reflective sheeting when SBGR transitions in height specified Stondord steel beam guide rail element Modified s teel beam guide rail element 1.1 1 I•I 1~ ; y 1• I~ I.1 11 Y~ __ _ Upper hinge break away Angle post strut Cable Top of Stondord steel terminal Steel yielding posts assembly shoulder SBGR post, Typ ^ O O3 ® IV ©Q7 and © Lower hinge Note 2 break away ELEVATION past NOTES: 1 This OPSD shows right shoulder installation. The Extruder Terminal shall be inverted for left shoulder installation. 2 Two nuts and a washer shall be installed and locked tight at each end of the cable assembly. 3 The system length shall be installed in a straight line. A The system depicted is proprietary ONTARIO PROVINCIAL to Trinity Industries Inc. Extruder Terminal System Offsets Post i 2 3 4 5 6 7 8 9 Offset 304 266 228 190 152 114 76 38 0 Offsets measured from the edge to front face of element at each of shoulder post. Nov 2007 Rev 13 system configuration meets ENERGY ATTENUATOR, END TREATMENT _ _ _ _ _ ~' "'r NCHRP Report 350 TL-3. ~ S C All dimensions are in millimetres EXTRUDER TERMINAL SYSTEM _ _ _ _ _ _ _ _ _ _ '~- unless otherwise shown. WITH STEEL POSTS INSTALLATION OPSD 922.532 Curb face -~ ,- 7nmm cn M~ Curb face -~ r- 20mm sq bar IA 20mm sq bors Curb face -+-- PLAN OF DRAIN E N E u7 0 ~ z --B-~Typ T°P--of asphalt s wearing surface Slope around drain ~ ~ to suit I' A . I Notch to suit I Remove square bars 20mm bars _ inside existing pipe ,,, i Existing pipe ~" 11 Note 1 --` DETAIL FOR SETTING quarter points 20 Y MODIFIED DRAIN SECTION A-A Drain holes as shown 2 places, 180' apart Alternative: 1/2 diamond shape of same area Existing pipe NOTES 1 Dimensions of steel pipe extension shall match existing pipe dimensions. 2 Steel pipe shall be according to ASTM-A53/A53M, Grade B. A Welding electrodes shall be of low hydrogen classification and according to CSA-W59. B After fabrication modification assembly shall be hot dip galvanized according to CSA-G164. C Paint field welds with an approved zinc rich paint. D All dimensions are in millimetres unless otherwise shown. Nov 2005 IRev DECK, DRAINS WITH DOWNSPOUT _ _ _ _ MODIFICATION FOR ADDITION OF ASPHALT _ _ _ _ _ _ _ ~~A TO EXISTING STRUCTURE OPSD - 3340. CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-22 GEOTECHNICAL INVESTIGATION (Borehole Logs) - -.. . Log of Borehole: BH-7 Project No: G022 424 Al Project: Concession Roads 7 8 8 Location: Municipality of Clarington w 1 f LJ '_ Elevation (m): Existing Grade Completion Depth (m): 1.5 m Date of Boring: April 13, 2009 Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough; Ontario K9J 6X7 Geologist/7'echnologist: P. Hynes Drilling Company: G.E.T. Drilling DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-1 ~ t,og of Borehole: BH-2 Log of Borehole: BH-2 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 ~ o ~ `" 10 20 30 40 F m ~ DESCRIPTION ~ > ~ w m w ~ Standard Penetration Ind m REMARKS £ w o N w W ~ w a ~ ex N in blows/0.3m H ft w o z ~ z 20 4D 60 SO °' a D o Ground Surface SURFACE TREATMENT (15 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 1 I AS I na I *3 SAND Dark brown Sand some Silt, moist 1 ~~~~,~ B~ownDSasdy Silt, with Clay, moist 4 Borehole terminated Elevation (m): Existing Grade Completion Depth (m): 1.5 m Date of Boring: April 13, 2009 I 15I9~ I Open borehole remained dry throughout the drilling operation 2 AS na 3 1 AS I na I l i Geologist/Technologist: P. Hynes Drilling Company: G.E.T. Drilling Drilling/Sampling Equipment: Truck-mounted Drill Rig Plate No.: A-2 i , ..~ ..r n....,.a..,... o~ Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 Location: Municipality of Clarington Log of Borehole: BH-3 Project No: G022 424 Al Project: Concession Roads 7 & 8 SUBSURFACE PROFILE SAMP LE Moisture content Moisture Content %~ o z -~ O E 10 20 30 40 m ~ m DESCRIPTION Q ~ m ~ Standard Penetration Index ~ REMARKS a ~ w a ~ W a j N in blows/0.3m H o vTi w o z ~ z 20 40 60 8D a 0 0 Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Sand with Gravel, moist 1 SURFACE TREATMENT Buried surface treated road surface encountered from GRANULAR FILL 0.30 m to 0.36 m Brown Sand with Gravel, moist 3 4 1 AS na 2 Open borehole remained dry throughout the drilling operation 3 SANDY SILT 1 Brown Sandy Silt, trace Clay, moist 3.7 2 AS na ~ 4 5 t Borehole terminated Elevation (m): Existing Grade GeologisUTechnologist: P. Hynes Completion Depth (ml: 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 13, 2009 DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-3 ...~..,~i Q.....,h.,l.,- QLJ_A Log of Borehole: BH-4 l~~i~ Geo-Logic Inc. , ~ " ect No: G022 424 Al Pro 1 347 Pido Road, Unit 29 ;x ,~ Peterborough, Ontario - Project: Concession Roads 7 & 8 K9J 6X7 Location: Municipality of Clarington - SUBSURFACE PROFILE SAMP LE Moisture content R Moisture Content %~ o Z -~ O E 10 20 30 40 `v REMARKS = m DESCRIPTION Q = m ~ Standard Penetration Index ~ a ~ w a ~ a ¢ N in blows/0.3m N o ~ w o z ~ Z 20 4D 60 80 a 0 p Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 Buried surface treated road SURFACE TREATMENT surface encountered from GRANULAR FILL 0.30 m to 0.33 m Brown Gravelly Sand, moist 2 t AS na O b h l i d 2 pen ore o e rema ne ? SANDY SILT ghout the drilling Dark brown Sandy Silt, loose, moist o eration P 1 2.1 2 AS na 3 Trace Clay 4 3.5 3 AS na ~ 5 ~. Borehole terminated Elevation (m): Existing Grade Geologistlfechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 13, 2009 DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-4 ~--- .. Log of Borehole: BH-5 Project No: G022 424 Al Project: Concession Roads 7 & 8 Location: Municipality of Clarington E SUBSURFACE PROFIL CRIPTION = p DES o m ~ 0 m0 Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 SURFACE TREATMENT GRANULAR FILL Brown Gravelly Sand, moist 2 T SANDY SIL -~ Dark brown Sandy Silt, trace Clay, 3 moist 1 4 5 Borehole terminated i Elevation (m): Existing Grade Completion Depth (m): 1.5 m ~- Date of Boring: April 13, 2009 Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 SAMPLE Moisture Content ~ Moisture Content %~ o Z ,_ 10 20 30 40 ;, O E F ~" ~ w w ~ Standard Penetration Index °' o > ~ ~ a Q N in blowsl0.3m g w W ~ y Z 20 40 60 80 a w ^ z t- 1 ~ AS ~ na 2 I AS I na 1 REMARKS Buried surface treated road surface encountered from 0.30mto0.33m Open borehole remained dry throughout the drilling operation GeologisUTechnologist: P. Hynes Drilling Company: G.E.T. Drilling DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-5 ~ iwg or rorehole: BH-6 Log of Borehole: BH-6 Project No: G022 424 Al Project: Concession Roads 7 & 8 Location: Municipality of Clarington SUBSURFACE PROFILE F m DESCRIPTION a g w ~. o ~ m Ground Surface 0 SURFACE TREATMENT (25 mm) GRAND-- ~qR FjLL - Brown Gravelly Sand, moist 1 SURFACE TREATMENT GRANULAR FILL Brown Gravelly Sand, moist Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 SAMPLE Moisture Content o ~M Oist2 eC en ~ ,~ E O 0 30 40 ° t-., j I=- w m w ~ w Standard Penetration Ind m` ~ w o z ~ j ex N in blows/0.3m N ~ Z 20 4D 60 80 =' a t ~AS~ na REMARKS Buried surface treated road surface encountered from 0.30mto0.36m Open borehole remained dry throughout the drilling operation 1 Borehole terminated 2 ~ AS ~ na 9 ~ AS ~ na Elevation (m): Existing Grade GeologistlTechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling _ Date of Boring: April 13, 2009 Drilling/Sampling Equipment: Truck-mounted Drill Rig Plate No.: A-6 VRAVELLY SAND Brown Gravelly Sand with Silt and Clay, damp Moist w ~ ^ -1 Log of Borehole: BH-7 Project No: G022 424 Al Project: Concession Roads 7 & 8 Location: Municipality of Clarington .. ~: Elevation (m): Existing Grade Completion Depth (m): 1.5 m Date of Boring: April 13, 2009 Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 GeologistlTechnologist: P. Hynes Drilling Company: G.E.T. Drilling Drilling/Sampling Equipment: Truck-mounted Drill Rig Plate No.: H-i ~ wog of Borehole: BH-8 Log of Borehole: BH-8 Project No: G022 424 Al Project: Concession Roads 7 & 8 Location: Municipality of Clarington SUBSURFACE PROFILE F m DESCRIPTION n ~ w v ~ m Ground Surface 0 SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 SURFACE TREATMENT GRANULAR FILL Brown Gravelly Sand, moist Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 SAMPLE Moisture Content Moisture Content %~ o O E 10 20 30 40 ~ ~- j~ w m w ~ Standard Penetration Inde m E ~ w w ~ a j x N in blows/0 3m ° w o z ~ Z . 20 40 60 80 °~-' a 1 ~ AS ~ na REMARKS Buried surface treated road surtace encountered from 0.30mto0.36m Open borehole remained dry throughout the drilling operation 1 Dark brown Silty Sand, with Gravel, moist ----------------- Brown Borehole terminated Elevation (m): Existing Grade Completion Depth (m~: 1.5 m Date of Boring: April 13, 2009 2 I AS I na I 111 2 Geologist/Technologist: P. Hynes Drilling Company: G.E.T. Drilling Drilling/Sampling Equipment: Truck-mounted Drill Rig PI ate No.: A-8 - . w~l A Log of Borehole: BH-9 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 t E Elevation (m~: Existing Grade GeologisUTechnologist P. Hynes Completion Depth (m~: 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 13, 2009 DrillingiSampling Equipment: Truck-mounted Drill Rig Plate No.: A-9 ~ Lo_q of Borehole: BH_~n Log of Borehole: BH-90 Project No: G022 424 Al Project: Concession Roads 7 & 8 Location: Municipality of Clarington SUBSURFACE PROFILE J _ ~ DESCRIPTION w ~ o y Q Ground Surface SURFACE TREATMENT (15 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 SAND Dark brown Sand with Gravel, moist Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 S AMP LE Moisture Content ,~ Moisture Confent %~ o p £ 10 20 30 40 j ~ ~ m w ~ v Standard Penetration Index ~ w W ~ a j N in blows/0.3m ~°, w o z ~ z 20 40 6D 80 °' a t I AS I na 2 ~ AS ~ na SILTY SAND Brown Silty Sand, moist 1 Borehole terminated 3 ~ AS ~ na 7 1 ~~ REMARKS Open borehole remained dry throughout the drilling operation Elevation (m): Existing Grade GeologisUTechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 13, 2009 Drilling/Sampling Equipment: Truck-mounted Drill Rig PI t aeNo..A-10 r _~ _s n_.._r__r,.. nu .rw Log of Borehole: BH-17 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 o E 10 20 30 40 ~ REMARKS = ~ O m DESCRIPTION Q~ m ~ Standard Penetration Index o a ~ w a ~ W a a N in blows/0.3m H o ai w o z F Z 20 40 60 80 a 08 0 Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 Buried surface treated road SURFACE TREATMENT surface encountered from GRANULAR FILL 0.30 m to 0.33 m Brown Gravelly Sand, moist g 7 AS na 2 SANDYSILT Open borehole remained Brown Sandy Silt trace Gravel moist dry throughout the drilling , , operation 3 1 4 2.5 2 AS na • 5 Borehole terminated Elevation (m): Existing Grade GeologistlTechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 13, 2009 Drilling/Sampling Equipment: Truck-mounted Drill Rig Plate No.: A-11 / ~.v ..~F Q~rwh~fn• QLI_•/9 Log of Borehole: BH-12 ~! ~~~ Geo-Logic Inc. " Project No: G022 424 Al 347 Pido Road, Unit 29 m~ ,y~ `' Peterborough, Ontario Projecf: Concession Roads 7 & 8 K9J 6X7 Location: Municipality of Clarington _ SUBSURFACE PROFILE SAMP LE Moisture content •Moisture Content %~ o o E 10 20 30 40 ~ REM ARKS O DESCRIPTION <x w ~ Standard Penetration Index °' a ~ W a ~ a a N in blows/0.3m N 0 of w o z ~ Z 20 40 60 80 a Ott ~ Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 Buried surface treated road SURFACE TREATMENT surface encountered from GRANULAR FILL 0.30 m to 0.33 m _ Brown Gravelly Sand, moist 7 1 AS na 2 O pen borehole remained dry throughout the drilling operation SANDY SILT Brown to grey Sandy Silt, wet 3 1 4 16. 2 AS na + 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 13, 2009 DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-12 i A I / / A ~- Log of Borehole: BH-73 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 Elevation (m): Existing Grade GeoiogtsU~ecnnoivgrsc r. ~y~~~~ Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 13, 2009 DrillinglSampling Equipment: Truck-mounted Drill Rig ~~_a_ ~~_ • A9 LOq of Borehn/e- RH_1d ~?I Log of Borehole: BH-74 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 S AMP LE Moisture Conrent ,~ Moisture Content %~ ~° ° = ~ O DESCRIPTION o E ~'" w w 10 20 30 40 w REMARKS a ~ j F m w ~ Standard Penetration Index ~ o m ~ w w ^ ~ z a ~ j N in blows/0.3m 20 40 60 80 ~°, ft z ii O p Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Sand with Gravel, moist 1 .8 SURFACE TREATMENT ~ AS na Buried surface treated road surface encountered from GRANULAR FILL 0 4 0.30 m to 0.38 m Brown Sand with Gravel, moist SANDY SILT Brown Sandy Silt, trace Clay, moist Open borehole remained dry throughout the drilling operation 1 Wet Borehole terminated Elevation (m): Existing Grade Completion Depth (m): 1.5 m Date of Boring: April 13, 2009 2 ~ AS ~ na ~ ~ Geoiogist/Technologist: P. Hynes Drilling Company: G.E.T. Drilling Drilling/Sampling Equipment: Truck-mounted Drill Rig Plate No.: A-14 ~ ~ . _r n _~_, nu Arr r Log of Borehole: BH-75 Project No: G022 424 Al Projecf: 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 z -- O E 1 D 20 30 4D `w REM R S A K = m DESCRIPTION Q x ro ~ Standard Penetration Index E a ~ w a ~ a Q N in blows/0.3m H o u}i w o z ~ z 20 40 60 80 a ft m Ground Surface O O SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist rf SURFACE TREATMENT Buried su ace treated road surface encountered from 1 GRANULAR FILL 0.23 m to 0.25 m Brown Gravelly Sand, moist 1.9 1 AS na O 2 pen borehole remained 1 SANDY SILT ~ ghout the drilling Brown Sandy Silt, moist o eration P 3 1 4 1.7 2 AS na • 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 13, 2009 DrillinglSampling Equipment: Truck-mounted Drill Rig r ~- Plate No.: A-15 / nn of Rnrnhn/n• RtLI_~R Log of Borehole: BH-16 ,5 _; -~ Geo-Logic Inc. Project No: G022 424 Al 347 Pido Road, Unit 29 v ~-~ ~ ~ 1°' =' Peterborough, Ontario - ~ Project: Concession Roads 7 & 8 K9J 6X7 Location: Municipality of Clarington ~_.--- SUBSURFACE PROFILE SAMP LE Moisture Confent m Moisture Content %~ o o E 10 20 30 40 °i ~ DESCRIPTION Q ~ w w . REMARKS x m = ~ ~ Standard Penetration Index ~ a g w a ~ a j N in blows/0.3m N o m wo z F z a Oft o Ground Surface SURFACE TREATMENT (35 mm) GRANULAR FILL Brown Sand with Gravel, moist 1 SURFACE TREATMENT o. Buried surface treated road surface encountered from GRANULAR FILL 0.30 m to 0.36 m Brown Sand with Gravel, moist 3.3 1 AS na 2 SANDY S/LT Open borehole remained Brown Sandy Silt, moist dry throughout the drilling operation 3 1 4 ~ ~.~ - ----------- Wet t. 1 1.7 2 AS na • 5 Borehole terminated Elevation (m~: Existing Grade GeologistlTechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 13, 2009 DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-16 - - ...... Log of Borehole: BH-17 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 Plate No.: H-~ i Elevation (m): Existing Grade GeologistfTechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 13, 2009 DrillinglSampling Equipment: Truck-mounted Drill Rig ~ Loq of Borehole= BH_1R Log of Borehole: BH-78 Project No: G022 424 A t Project: Concession Roads 7 & 8 Location: Municipality of Clarington SUBSURFACE PROFILE F m DESCRIPTION a ~ w v ri m Ground Surface 0 SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 SAMPLE Moisture Content Moisture Content %~ ,° o o E 10 20 30 40 = m w ~ Standard Penetration Index E ~ w ~ o_ j N in blowsl0.3m ~° w o z ~ Z 20 40 60 80 , °-' a 1 ~ AS ~ na 2 1 5 SANDY SILT Brown Sandy Silt, damp Borehole terminated 2 ~ AS ~ na w, REMARKS Open borehole remained dry throughout the drilling operation Elevation (m): Existing Grade GeologisUTechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 13, 2009 Drilling/Sampling Equipment: Truck-mounted Drill Rig P late No.: A-18 _ w1 ~ AA Log of Borehole: BH-T 9 Project No: G022 424 Al Project: Concession Roads 7 & 8 Location: Municipality of Clarington SUBSURFACE PROFILE ON = p DESCRIPTI i m N ft Ground Surface Q O SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 2 +'t SILTY SAND Brown Silty Sand, damp ' 3 1 r 4 ~. 5 Borehole terminated Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 SAMPLE Moisture Content ~ Moisture Content %~ o Z 10 20 30 40 ~ O E ~-" ~ w w ~ Standard Penetration Index "' £ w a ~ a ~ > > N in blowsl0.3m 20 40 60 80 a ~ w wa Z z ~ 1 I AS I na 2 I AS I na I4+ REMARKS Open borehole remained dry throughout the drilling operation Elevation (m): Existing Grade Completion Depth (m-: 1.5 m Date of Boring: April 13, 2009 1 GeologistlTechnologist: P. Hynes Drilling Company: G.E.T. Drilling DrillinglSampling Equipment: Truck-mounted Drill Rig - trace rvo...~- 1 ~ >LVg or [~orehole: BH-20 Log of Borehole: BH-20 Project No: G022 424 Al Project: Concession Roads 7 & 8 Location: Municipality of Clarington SUBSURFACE PROFILE H m DESCRIPTION a ~ w v ~ t p Ground Surface SURFACE TREATMENT (25 mm) GRANULAR F1LL Brown Gravelly Sand, moist 1 SILTY SAND Brown Silty Sand, damp Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 SAMPLE Moisture Content o •Moisture Content %~ ,~ o ~ 10 20 30 40 F " j~ W m w ~ Standard Penetration I d ~ E w a w ~ a ¢ n ex N in blows/0 3m ° w ~ z ~ Z . 20 40 60 80 , ~ °-' a 1 I AS ~ na REMARKS Open borehole remained dry throughout the drilling operation 1 5 Borehole terminated 2 I AS I na I •1 Elevation (m): Existing Grade Geologist/Technologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling _ Date of Boring: April 13, 2009 Drilling/Sampling Equipment: Truck-mounted Drill Rig Plate No.: A-20 I ...~. ..f D......iG...l... OLJ 7.f I r Log of Borehole: BH-27 Project No: G022 424 Al Project: Concession Roads 7 & 8 Location: Municipality of Clarington Geo-Logic Inc. 347 Pido Road, Unit 29 Peterlwrough, Ontario K9J 6X7 SUBSURFACE PROFILE SAMP LE Moisture content m Moisture Content %~ o O E 10 20 30 40 ~ a! w v REMARKS ~ Ow DESCRIPTION ¢ ~ m ~ Standard Penetratbn Index ~ o_ ~ w o_ ~ w a j N in blows/0.3m N o ai w o z ~ z 20 40 60 80 'am- Oft ~ Ground Surface SURFACE TREATMENT (35 mm) GRANULAR FILL Brown Gravelly Sand, moist t 5.0 1 AS na 2 SILTY SAND Open borehole remained ~. Brown Silty Sand, damp dry throughout the drilling _ operation 3 '. 4 7. 2 AS na 5 ~ Borehole terminated Elevation (m): Existing Grade GeologistlTechnoiogist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 13, 2009 Drilling/Sampling Equipment: Truck-mounted Drill Rig Plate No.: A-21 nn of Rnrnhnln• RI-I_97 i Log of Borehole. BH-22 ,~~ ++ Geo-Logic Inc. ~ Project No: G022 424 Al 347 Pido Road, Unit 29 =~ - ~ ''-' ~`' Peterborough, Ontario • , Project: Concession Roads 7 & 8 K9J 6X7 Location: Municipality of Clarington SUBSURFACE PROFILE SAMP LE Moisture content ,~ Z ~M Oist 2 C en ~ ^ O E O 0 30 40 °' REMARKS = m DESCRIPTION .QS m ~ Standard Penetration index ~ w ~ ~ w ~ a ¢ N in blows10.3m o w w o z ~ z 20 40 60 80 a 0 0 Ground Surface ASPHALT (75 mm) GRANULAR FILL Brown Gravelly Sand, moist 4.5 1 1 AS na SILTY SAND Brown Silty Sand, damp 2 O b h pen ore ole remained dry throughout the drilling operation 3 1 4 7. 2 AS na • 5 Borehole terminated Elevation (m): Existing Grade Geoiogist/Technologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 13, 2009 Drilling/Sampling Equipment: Truck-mounted Drill Rig Plate No.: A-22 .~ i . f ~.-. .__^-- nu ee Log of Borehole: BH-23 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 z ,_ O 10 20 30 40 ~ REMARKS J E K W E x O DESCRIPTION Q x m ~ Standard Penetration Index a ~ > a ~ a < N in blowsl0.3m H "~ ~' w o z ~ z 20 40 60 8D a o w ft m Ground Surface 0 0 ASPHALT (75 mm) GRANULAR FILL Brown Gravelly Sand, moist 5.0 1 1 AS na ! SlLTYSAND ~. Brown Silty Sand, damp 2 Open borehole remained dry throughout the drilling operation 3 1 iI 4 7. 2 AS na + 5 Borehole terminated Elevation (m~: Existing Grade GeologistlTechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 13, 2009 DrillinglSampling Equipment: Truck-mounted Drill Rig rta>e no.: r-co Loq of Borehole: BH-24 ~ 1 i tog of Borehole: BH-24 ,, ~~i~~~ Geo-Lo Ic Inc. ~ ,: Project No: G022 424 Al g 347 Pido Road, Unit 29 P t b e er orough, Ontario Project: Concession Roads 7 & 8 K9J 6X7 Location: Municipality of Clarington SUBSURFACE PROFILE S AMP LE M i o sture C onten t m •Moist 10 ure C 20 onten 30 t %• 40 '^ ~ ~ OE ~ m DESCRIPTION ¢= w m j ~ Standard Penet ration Index ~ E REMARKS w ~ ~ `° ~ w ~ a ~ j N in 2D blow 40 s/0.3 60 m ~°, w o z z 80 a ft O p Ground Surface ASPHALT (50 mm) GRANULAR FILL Br Sil S own ty and with Gravel, moist 1 1 AS na ~ saN~rsrcr Brown Sandy Silt, moist 2 Open borehole remained dry throughout the drilling operation 3 1 4 1 .4 2 AS na 5 Borehole terminated Elevation (m): Existing Grade Geologistlfechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 13, 2009 Drilling/Sampling Equipment: Truck-mounted Drill Rig Plate No.: A-24 _._ _ _ • nl! Ar Log of Borehole: BH-25 Project No: G022 424 Al Project: Concession Roads 7 & 8 Location: Municipality of Clarington M 1 1 I L Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 Elevation (m): Existing Grade Completion Depth (m): 1.5 m Date of Boring: April 13, 2009 GeologistlTechnologist: P. Hynes Drilling Company: G.E.T. Drilling DrillinglSampling Equipment: Truck-mounted Drill Rig 1 ~, ~ Plate No.: A-25 - Lo_q of Borehole: BH-2~ Log of Borehole: BH-26 Project No: G022 424 Al Project: Concession Roads 7 & 8 Location: Municipality of Clarington SUBSURFACE PROFILE F m DESCRIPTION a g w ~ N i 0 Ground Surface ASPHALT (50 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 SANDY SILT Brown Sandy Silt, moist 3 1 Borehole terminated Elevation (m): Existing Grade Completion Depth (m): 1.5 m Date of Boring: April 13, 2009 Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 SAMPLE Moisture Content ,~ o Moisture Content %~ o ^ E 10 20 30 40 a = H ~ w w ~ J Standard Penetration Index ~ w ~ w w a ~ z a F j N in blows/0.3m 20 40 60 80 ,°~ °' z a 1 ~ AS ~ na 2 - AS I na - I I2•1 REMARKS Open borehole remained dry throughout the drilling operation Geologistlfechnologist: P. Hynes Drilling Company: G.E.T. Drilling Drilling/Sampling Equipment: Truck-mounted Drill Rig Plate No.: A-26 i ~ . - -- -r'"'----~-'-- nip n~ ~~ r r ~~ r IJ Log of Borehole: BH-27 Geo-Logiclnc. ~ Pro"ectNo:G022424A1 1 347 Pido Road, Unit 29 ~ -x ~~'°° "` Peterborough, Ontario -- Project: Concession Roads 7 & 8 K9J 6X7 Location: Municipality of Clarington SUBSURFACE PROFILE SAMPLE Moisture Content m •Moisture Content %~ o o ~ 10 20 30 4D V REMARKS = m DESCRIPTION ~a = m ~ Standard Penetration Index ~ a ~ W a ~ a ¢ N in blows/0.3m H 0 of w o z ~ Z 20 40 60 80 a 0 Q Ground Surface ASPHALT (50 mm) GRANULAR FILL Brown Gravelly Sand, moist 0 1 1 AS na SANDY SILT Brown Sandy Silt, moist to wet 2 Open borehole remained dry throughout the drilling operation 3 1 4 1 .3 2 AS na 5 Borehole terminated Elevation (m): Existing Grade Geologistlfechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 13, 2009 DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-27 nn of Rnrnhn/n- R{-1_9!2 Log of Borehole: BH-28 it Geo-Logic Inc. ~ Project No: G022 424 At 347 pido Road, Unit 29 ~ _ ~~~ _ Peterborough, Ontario --"- - "~~~' Project: Concession Roads 7 & 8 K9J 6X7 Location: Municipality of Clarington SUBSURFACE PROFILE SAMP LE Moisture content •Moisture Content %~ o z -, ~ E 10 20 30 40 ' ~ ~ w « REMARKS ~ O~ DESCRIPTION ¢ x m ~ Standard Penetration Index ~ a ~ w a g wa ~ N in blows/0.3m H o N w o z ~ z 20 40 60 80 a 0 0 Ground Surface ASPHALT (50 mm) ~ GRANULAR FILL Brown Gravelly Sand, moist 3.6 1 1 AS na 2 ? SANDY SILT Open borehole remained Brown to grey Sandy Silt, trace dry throughout the drilling Gravel, moist to wet operation 3 1 4 i 1 .5 2 AS na 5 Borehole terminated Elevation (m): Existing Grade GeologistlTechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 13, 2009 Drilling/Sampling Equipment: Truck-mounted Drill Rig Plate No.: A-28 i. Log of Borehole: BH-29 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 zo £ 10 20 30 40 ~ REMARKS = m DESCRIPTION Q= m ~ Standard Penetration Index ~ a ~ wa ~ a ¢ N in blows/0.3m N p y w o z ~ z 20 40 60 80 a ft p Ground Surface O ASPHALT (50 mm) ~ GRANULAR FILL Dark brown Gravelly Sand, moist 4.0 1 1 AS na O 2 pen borehole remained SANDYS/LT ~ hout the drilling Brown Sandy Silt, moist o erat on P 3 1 4 16. 2 AS na • 5 Borehole terminated Elevation (m): Existing Grade GeologistlTechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 73, 2009 Drilling/Sampling Equipment: Truck-mounted Drill Rig Plate No.: A-29 / nn of Finrnhnfn• R/-!_4!1 L Log of Borehole: BH-30 -~ ~" Project No: G022 424 Al Geo-Logic Inc. 347 Pido Road, Unit 29 - £ ~ ~'~ 'ac µ Peterborough, Ontario ' ' - ' ' Project: Concession Roads 7 & 8 K9J 6X7 `_ __ Location: Municipality of Clarington _ SUBSURFACE PROFILE SAMP LE Moisture content Z Moisture Content %~ o ... 10 20 30 40 F J Om DESCRIPTION Q F m ~ Standard Penetration Index E REMARKS a ~ w a ~ a ¢ N in blows/0.3m H ° ' o ~ w o z F z 20 40 60 80 - a Oft Q Ground Surface ASPHALT (50 mm) GRANULAR FILL Brown Gravelly Sand, moist 5.4 ~ t AS na 2 Open borehole remained dry throughout the drilling operation SANDY SILT Dark brown Sandy Silt, moist 3 t 4 50. 2 AS na 5 Borehole terminated Elevation (m): Existing Grade GeologistlTechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 13, 2009 DriilinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-30 ~ I • ___ _t•-f___L_f~. OIJ 7.1 I 1 r r r r f ~- ~ Log of Borehole: 8H-31 ~q5''~~~4 Geo-Logic Inc. - Project No: G022 424 Al 347 Pido Road, Unit 29 _ ~~wx 4 ~ Peterborough, Ontario Project: Concession Roads 7 & 8 K9J 6X7 ' Location: Municipality of Clarington _ SUBSURFACE PROFILE SAMPLE Moisture content ro Z ~Mo ist C en ~ ° ^ O E O 20 30 40 ;? REMARKS ~ w = O DESCRIPTION 2 i m ~ Standard Penetration Index ~ a ~ w a ~ ~ a Q > N fn blows/0.3m ~ °' w ° > ~ ~ w w° z > ~ z 20 40 60 80 a 0 0 Ground Surface ASPHALT (50 mm) GRANULAR FILL Brown Gravelly Sand, moist 4.0 1 1 AS na h l i d O b 2 pen ore o e rema ne ORGANICS ~ ghout the drilling `-: Buried Organics, black, with roots and o erat Qn p - ma wood fragments x: iyi r 3 : 1 sr _ ~ 50. •. 2 AS na y's ' ; s 4 , `x. •"i SANDY SILT ° Brown Sandy Silt, moist 5 Borehole terminated Elevation (m): Existing Grade GeologisUTechnologist: 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-31 Lr~ln of RnrPhnlp• RH_~9 Log of Borehole: BH-32 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 %~ iO ~ o £ 10 20 30 40 F m DESCRIPTION >~ m ~ Standard Penetratan Index E REMARKS a ~ w a ~ w a ¢ N in blowsl0.3m N ~ ~ w o z ~ z 20 40 6D 80 °' a 00 0 Ground Surface ASPHALT (50 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 3.7 1 AS na 2 SANDY SILT ~ Open borehole remained Brown Sandy Silt, moist dry throughout the drilling operation 3 1 4 14.0 2 AS na 5 Borehole terminated Elevation (m): Existing Grade GeologistlTechnologist: 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-32 ^ I I ..... ..i 0......L...l... QL.I 97 r Log of Borehole: BN-33 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 %~ p z -, 1 D 20 30 40 ~ ~ ~ ~ w ~ REMARKS ~ O~ DESCRIPTION a ~ m ~ Standard Penetration Index o a ~ W a ~ W a ¢ N in blow510.3m N o ~ w o z ~ z 20 40 60 BO a 0 0 Ground Surface ASPHALT (35mm) GRANULAR FILL Brown Gravelly Sand, moist 1 3.9 1 AS na 2 SANDY S/LT Open borehole remained Brown Sandy Silt moist dry throughout the drilling , operation 3 1 4 18. 2 AS na 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 DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-33 / nn of Rnrnhn/o• R/-1_4d Log of Borehole: BH-34 ~~~ Geo-Logic Inc. Project No: G022 424 Al 347 pido Road, Unit 29 = ~`" ' Peterlwrough, Ontario Project: Concession Roads 7 8 8 K9J 6X7 Location: Municipality of Clarington - _ SUBSURFACE PROFILE SAMP LE Moisture content •Moisture Content %~ o o £ 10 20 30 40 ~ J ~ W y REMARKS = r O m DESCRIPTION ~= ¢ F m ~ Standard Penetration Index o a. ~ w o_ ~ W a j N in blows/0.3m o ~ w o z ~ z 20 4D 60 80 a 0 Q Ground Surface ASPHALT (25mm) GRANULAR FILL Brown Gravelly Sand, moist 3.6 1 1 AS na SANDY SILT Brown Sandy Silt, moist 2 O pen borehole remained dry throughout the drilling operation 3 1 4 16. 2 AS na • 5 t Borehole terminated Elevation (m): Existing Grade Geologistlfechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 14, 2009 DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-34 ~ w... wi ~wrw/.~wt:w. i17itJ 7C Log of Borehole: BH-35 ~~++~~~,. I Geo-Logic Inc. p , Project No: G022 424 Al 347 Pido Road, Unit 29 Peterborough Ontario ~ ~~~~- - z L."" , Project: Concession Roads 7 & 8 K9J 6X7 Location: Municipality of Clarington SUBSURFACE PROFILE SAMP LE Moisture content Moisture Content %~ o ~ E 1D 20 30 40 ~ ~ w ~ REMARKS ~ O~ DESCRIPTION G ~ m ~ Standard Penetration Index E a ~ w o_ ~ w o_ j N in blows/0.3m N o y w o z ~ z 20 40 60 80 d Oft p Ground Surface ASPHALT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 5-0 1 1 AS na 2 Open borehole remained dry throughout the drilling operation ``' ORGANICS ': Buried Organics, black, with roots and t`ar`, wood fragments 3 ,; f 1 t=: ~_'. i~i- 4 s:i. SANDY SILT t Brown Sandy Silt, occasional cobbles, moist to wet 1~ ~ 2 AS na 5 t 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-35 Log of Borehole: BH-36 ~""_~i'~'~ Geo-Logic Inc. ~ Pro"ect No: G022 424 Al 1 347 Pido Road, Unit 29 - ~ ° - Peterborough, Ontario ~~ ~'-~` Project: Concession Roads 7 & 8 K9J 6X7 Location: Municipality of Clarington SUBSURFACE PROFILE SAMPLE Moisture content ,~ •Moisture Content %~ o z-- O E 10 20 30 40 `m REMARKS = m DESCRIPTION a= ro ~ Standard Penetration Index E a ~ w a ~ a a N in blowsl0.3m N o y w o z ~ Z 20 40 60 80 a Oft 0 Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist SURFACE TREATMENT 3.5 Buried surface treated road surface encountered from 1 GRANULAR FILL 1 As na 0.23 m to 0.25 m Brown Gravelly Sand, moist SANDY SILT Brown to grey Sandy Silt, moist 2 O h b l i d pen ore e rema o ne dry throughout the drilling operation 3 1 4 14.6 2 AS na ~ 5 Borehole terminated Elevation (m): Existing Grade GeologistlTechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 14, 2009 DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-36 ~ ~ r _~ _s a_.._r.._r.,. au ~~ r '- r ~- Log of Borehole: BH-37 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 o ~ 10 20 30 40 y _ REMARKS x O ro DESCRIPTION Q x m ? Standard Penetration index E a ~ w a ~ a ¢ N in blows/0.3m H W o } rn J W w a ~ z ~ z 20 40 60 80 a ft m Ground Surface O 0 SURFACE TREATMENT (25 mm) GRANULAR FILL moist Brown Gravelly Sand Buried surface treated road , surface encountered from SURFACE TREATMENT 0.15 m to 0.18 m GRANULAR FILL 1 1 Brown Gravelly Sand, moist 1 AS na SANDY SILT Brown to grey Sandy Silt, moist 2 O pen borehole remained dry throughout the drilling operation 3 1 4 3.8 2 AS na + 5 Borehole terminated Elevation (m): Existing Grade Geologisf/Technologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 14, 2009 DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-37 Inn of Rnrnhn/n• RLd_4!2 Log of Borehole: BH-38 ~ ' Geo-Logic Inc. '~ _ Project No: G022 424 Al 347 Pido Road, Unit 29 , - - ~` ` t ~ ""~'' a Peterborough, Ontario ` ' Project: Concession Roads 7 & 8 K9J 6X7 Location: Municipality of Clarington SUBSURFACE PROFILE SAMP LE Moisture content Moisture Content %~ o z -~ ~ E 10 20 30 40 u .~ o: w REMARKS F m DESCRIPTION ¢ F m ~ Standard Penetration Index ~ a ~ } w o_ ~ w a j N in blows/0.3m ~°, o r ii w o z F z 20 40 60 80 a Oft o Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brawn Gravelly Sand, moist SURFACE TREATMENT Buried surface treated road surface encountered from 3 2 1 GRANULAR FILL t As na . 0.20 m to 0.23 m Brown Gravelly Sand, moist SANDY SILT Brown to grey Sandy Silt, moist 2 Open borehole remained dry throughout the drilling operation 3 1 4 17. 2 AS na • 5 t Borehole terminated Elevation (m): Existing Grade Geologisflfechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 14, 2009 DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-38 r l f _ __ . L I"f _ __ _ L _ f _ . f'7 Lf A A r Log of Borehole: BH-39 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 ~Moislure Content %~ p o E 10 20 30 40 ~ RE MARKS = m DESCRIPTION 4 x m ? Standard Penetration Index ~ a ~ ii a ~ a j N in blows/0.3m N a vri w o z ~ z ZO 40 60 80 a Oft mD Ground Surface ASPHALT (115 mm) GRANULAR FILL Brown Gravelly Sand, moist 9 1 1 AS na SANDY SILT Brown Sandy Silt, moist 2 Open borehole remained dry throughout the drilling operation 3 1 4 3.2 2 AS na ~ 5 Borehole terminated Elevation (m): Existing Grade Geologist7Technologist: 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-39 / nn ~,~F Q~r~M~/n• QfJ_A/1 L Log of Borehole. BH-40 r ~~urh~ Geo-Logic Inc. Project No: G022 424 Al 347 Pido Road, Unit 29 -_ Peterborough, Ontario - Project: Concession Roads 7 & 8 K9J 6X7 Location: Municipality of Clarington - " SUBSURFACE PROFILE SAMP LE Moisture Content m Moisture Content %~ o o ~ 10 20 30 40 REMARKS F m DESCRIPTION ¢ F m ~ Standard Penetration Index o a ~ w a ~ W a ¢ N in blows/0.3m N o ~ w o z ~ Z 20 40 60 80 a Ok 0 Ground Surface ASPHALT (150 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 3 i AS na 2 SANDY SILT ~ Open borehole remained Brown Sandy Silt moist dry throughout the drilling , operation 3 1 4 19 0 2 AS na 5 Borehole terminated Elevation (m): Existing Grade GeologisUTechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 14, 2009 DrillinglSampling Equipment: Truck-rnounted Orill Rig Plate No.: A-40 i. 1 ~'.. _ _. _. ~u ,~ Log of Borehole: BH-41 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 SAMPL E Moisture content Moisture Content %~ o o ~ 10 20 30 40 v REMARKS ~ w _ - O DESCRIPTION Q x m ~ Standard Penetration Index E a g W a ~ a a z N in blowsl0.3m 20 40 60 80 N w Y w o z ~ a o m 0 Ground Surface 0 ASPNALT (150 mm) GRANULAR FILL Dark brown Gravelly Sand, moist 4.7 1 t AS na h l i d O b 2 ore e rema ne pen o i SANDY SILT ~ dry throughout the drilling Brown to dark brown Sandy Silt, operation moist 3 1 4 3.2 2 AS na + 5 Borehole terminated t. Elevation (m~: Existing Grade Geologistlfechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 14, 2009 DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-41 I L_nn of Rnrphnla• RH_d9 L Log of Borehole: BH-42 Project No: G022 424 Al Geo-Logic Inc. _ 347 Pido Road, Unit 29 P ~ '= ~= }°x` `` eterborough, Ontario - = _ Project: Concession Roads 7 & 8 p K9J 6X7 Location: Municipality of Clarington __ SUBSURFACE PROFILE SAMP LE Moisture Content R o Moisture Content %~ 10 20 30 40 o E N m DESCRIPTION j F m ~ Standard Penetration Index E REMARKS a ~ ~ m w o_ w o ~ z w a ~ a Z N in blows/0.3m 20 40 60 80 N ii Oft ~ Ground Surface ASPHALT (150 mm) GRANULAR FILL Dark brown Gravelly Sand, moist 1 1 AS na 1 2 SANDY S/LT Open borehole remained Dark brown Sandy Silt, trace dry throughout the drilling Organics, moist operation 3 1 3.2 2 AS na ~ 4 .-~ --------------------------- Brown Sandy Silt, moist t.z 5 Borehole terminated Elevation (m~: Existing Grade Geologistlft:chnologisY P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling _ Date of Boring: April 14, 2009 DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-42 ' I , ,.~ ,.~ Q,...,,i,,.,,,. Qu ~~ Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 Log of Borehole: BH-43 Projecf No: G022 424 Al Project: Concession Roads 7 & 8 Locafion: Municipality of Clarington SUBSURFACE PROFILE SAMPLE Moisture content Moisture Content %~ o z -~ O E 10 20 30 40 ' z ~ m DESCRIPTION Q ~ ~ w w ~ Standard Penetration Index ° ~ REMARKS t - o. ~ w a ~ ~ w a j N in blows/0.3m ,°~ o v}i w o z ~ z 20 40 60 80 a ~ m0 Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 3.1 1 1 AS na 2 Open borehole remained dry throughout the drilling operation SILT and CLAY Brown Silt and Clay with Sand, moist 3 1 4 17. 2 AS na • 5 Borehole terminated Elevation (m): Existing Grade GeologistlTechnologist: 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-43 Log of Borehole: BH-44 i(, ,~, Geo-Logic Inc. '~~ Project No: G022 424 Al 347 Pido Road, Unit 29 ~+ s = ~s~ + ~~ ~ ^= Peterborough, Ontario ; Project: Concession Roads 7 8 8 K9J 6X7 Location: Municipality of Clarington SUBSURFACE PROFILE SAMP LE Moisture Content m •Moisture Content %~ o o ~ 10 20 30 40 ;, REM RK A S = m DESCRIPTION Q x m ? Standard Penetration Index £ a ~ w a ~ a a N in blows/0.3m H o vYi w o z ~ Z 2D 40 6D 80 ii 0 D Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 5.6 1 1 AS na 2 O b h l i d pen ore e rema o ne dry throughout the drilling operation 3 1 SANDY SILT Brown Sandy Silt, moist 4 27. 2 AS na 5 ~ Borehole terminated Elevation (m): Existing Grade GeologisttTechnologist: 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-44 Log of Borehole: BH-45 Project No: G022 424 Al Geo-Logic Inc. 347 Pido Road, Unit 29 Project: Concession Roads 7 & 8 Peterborough, Ontario K9J 6X7 Location: Municipality of Clarington SUBSURFACE PROFILE SAMP LE Moisture content •Moisture Content %~ o ~ ~ 10 20 30 40 x r O m DESCRIPTION ~" ~' >~ w m ~ ~ Standard Penetration Index ~ E REMARKS w ~ w a ~ w a j N in blows/0.3m ~°, o m w o z ~ Z 20 40 60 80 a 0 0 Ground Surface SURFACE TREATMENT ° (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 6.3 1 1 AS na 2 Open borehole remained dry throughout the drilling operation 3 1 SANDYSILT Brown to grey Sandy Silt, moist 4 27. 2 AS na i 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-45 ~~,~ tog of Borehole: BH-46 ~ ~~. $ t Project No: G022 424 Al 347 P do q Road, Unit 29 Peterborough, Ontario = ~~`~` Project: Concession Roads 7 & 8 K9J 6X7 ~ Location: Municipality of Clarington SUBSURFACE PROFILE SAMP LE Moisture Content ,~ Moisture Content %~ o o £ 10 20 30 40 ;, REMARKS J ~ W x m DESCRIPTION ~¢= m ~ Standard Penetration Index E a ~ w a ~ a a N in blows/0.3m o N w o z ~ z 20 40 60 80 a k 0 Ground Surface O SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist i B d rf 1 SURFACE TREATMENT ur e su ace treated road surface encountered from GRANULAR FILL 0.30 m to 0.36 m Brown Sand with Gravel, moist 3 2 1 AS na h l i O b 2 pen ore e rema ned o SANDY SILT ghout the drilling Dark brown to black Sandy Silt, with o eration p Organics 3 --------------- --------------- Brown Sandy Silt, moist 1 4 2 .3 2 AS na 5 i 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 DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-46 / nn of it2nre/~.~./e• Q,i/_A7 L_ l Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 Log of Borehole: BH-47 Project No: G022 424 Al Project: Concession Roads 7 & 8 Location: Municipality of Clarington SUBSURFACE PROFILE SAMP LE Moisture content Moisture Content %~ `° ~ a ~ 10 20 30 40 ~ m DESCRIPTION ; ~ m ~ Standard Penetration Index E REMARKS a ~ ~ N w n. ~ w a a N in blows10.3m .°° w o z ~ z 20 40 60 80 ii Oft p Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 SURFACE TREATMENT Buried surface treated road rf su ace encountered from GRANULAR FILL 0.30 m to 0.36 m Brown Sand with Gravel, moist 4 2 1 AS na 2 SANDY SILT Open borehole remained Brown Sandy Silt, moist dry throughout the drilling operation 3 7 4 15.4 2 AS na 5 Borehole terminated Elevation (m): Existing Grade GeologistlTechnologist: 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 Ptate No.: A-47 ~ ...,. ,.s D....,.b.,,1„. Q4_AS2 Log of Borehole: BH-48 ~ ° ~~''~ Geo-Logic Inc. - Project No: G022 424 Al 347 Pido Road, Unit 29 y r Peterborough, Ontario Project: Concession Roads 7 & 8 K9J 6X7 Location: Municipality of Clarington SUBSURFACE PROFILE SAMP LE Moisture content Moisture Content %~ p o ~ 10 20 30 40 ;, REMARKS = O DESCRIPTION Q x a m w ~ Standard Penetration Index E a ~ w a ~ a ¢ ~ N in blows/0.3m H ° ' w o > rn ~ w w o ~ z > t- z 20 40 60 80 - a 0 0 Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 3 1 t AS na b h l i d O 2 pen ore o e rema ne dry throughout the drilling operation SANDY SILT Brown to grey Sandy Silt, moist to wet 3 1 4 28 7 2 AS na 5 Borehole terminated Elevation (m): Existing Grade GeologistlTechnologist: 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-48 ' ~ / nn of Rnrnhn/n• RL/_Aa J Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 Location: Municipality of Clarington Log of Borehole: BH-49 Project No: G022 424 Al Project: Concession Roads 7 & 8 SUBSURFACE PROFILE SAMPLE Moisture Content ,~ Moisture Content %• w ~ O E 10 20 30 40 F m DESCRIPTION ; F m ~ Standard Penetration Index ~ REMARKS o_ ~ w a ~ w a ¢ N in blows/0.3m ~°, o m w o z ~ z 20 40 60 80 ii Oft ~ Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 SURFACE TREATMENT Buried surface treated road rf su ace encountered from GRANULAR FILL 0.30 m to 0.36 m Brown Sand with Gravel, moist 3.3 1 AS na 2 SANDY SILT Open borehole remained Brown to grey Sandy Silt, moist dry throughout the drilling operation 3 1 4 18. 2 AS na • 5 Borehole terminated Elevation (ml: Existing Grade GeologistlTechnologist: P. Hynes Completion Depth (ml: 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-49 _ _- .r n_.._[...1... DLl ~n Log of Borehole: BH-50 l~'(i.~}~- Geo-Logic Inc. Project No: G022 424 Al 347 Pido Road, Unit 29 - ,~.' ~ Peterborough, Ontario =~° Project: Concession Roads 7 & 8 K9J 6X7 Location: Municipality of Clarington `" SUBSURFACE PROFILE SAMPLE Moisture Content Moisture Content %~ o o £ 10 20 30 40 ;, REMARKS ~ w x O DESCRIPTION ¢ x m ~ Standard Penetration Index E a ~ w a ~ > a Q ~ N in blows/0.3m H ° ' w o > ~ w w^ z > F z 20 40 60 80 - a ~ 0 0 Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist d s 1 ° fr B SURFACE TREATMENT encountered om urface GRANULAR FILL 0.30 m to 0.36 m Brown Sand with Gravel, moist 3.5 1 AS na en borehole remained O 2 p SANDY SILT - dry throughout the drilling Brown Sandy Silt, moist operation 3 1 . 4 25.3 2 AS na + 5 Borehole terminated ~. Elevation (m): Existing Grade GeologistlTechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 14, 2009 DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-50 ' ~ / nn of Rnrehnln• il?ilJ_~~I Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 Log of Borehole: BH-51 Project No: G022 424 Al Project: Concession Roads 7 ~ 8 Location: Municipality of Clarington SUBSURFACE PROFILE SAMPLE Moisture content z ^ Moisture Content %~ 10 20 30 40 o o F m DESCRIPTION ¢ = m ~ Standard Penetration Index E REMARKS °~ ~ } w a w ~ ~ a ¢ ~ N in blows/0.3m ~°, o v i -' wo z ~ F z 20 40 60 SD °-' a Oft o Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 SURFACE TREATMENT Buried surface treated road surface encountered from GRANULAR FILL ° 0.30 m to 0.38 m Brown Sand with Gravel, moist 3.2 1 AS na 2 SANDYSlLT Open borehole remained Brown Sandy Silt, with Gravel, moist dry throughout the drilling operation 3 1 4 1 .4 2 AS na 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 DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-51 Log of Borehole: BH-52 ~ ~~~. Geo-Logic Inc. Project No: G022 424 Al 347 Pido Road, Unit 29 =" ~~~~~ ` - Peterborough, Ontario Project: Concession Roads 7 & 8 K9J 6X7 Location: Municipality of Clarington SUBSURFACE PROFILE SAMPLE Moisture content Moisture Content %~ p ~ ~ 10 20 30 40 `w REMARKS = O DESCRIPTION a x m ~ Standard Penetration Index ~ a g w a ~ a c N in blowsl0.3m H o N w o z ~ z 20 40 60 80 a ~ o Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist d s d t SURFACE TREATMENT from Burface encountered GRANULAR FILL 0.30 m to 0.36 m Brown Sand with Gravel, moist 3 8 1 AS na 2 ' SANDY SILT Brown Sandy Silt, moist g Open borehole exhibited ground water at about 0.9 m 1 4 1 .3 2 AS na 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 DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-52 ' I I AfY A~ QAYAhAfA• QV c~ Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 Log of Borehole: BH-53 Project No: G022 424 Al Project: Concession Roads 7 & 8 Location: Municipality of Clarington SUBSURFACE PROFILE SAMPLE Moisture Content m Z ^ Moisture Content %~ 1D 20 30 40 o J O E N F m DESCRIPTION G= m ~ Standard Penetration Index E REMARKS o_ ~ w a ~ a a N in blows/0.3m ~°, o ~ w a z ~ z 20 40 60 80 °' a D ~ Ground Surface SURFACE TREATMENT (50 mm) t GRANULAR FILL Brown Gravelly Sand, moist 1 SURFACE TREATMENT Buried surface treated road rf GRANULAR FILL su ace encountered from 0.30 m to 0.36 m Brawn Sand with Gravel, moist 4 2 1 AS na 2 Open borehole remained dry throughout the drilling operation SANDY SILT Dark brown to black Sandy Silt, with Organics, wet 3 1 ~- Brown Sandy Silt, moist 4 3 .7 2 AS na 5 Borehole terminated Elevation (ml: Existing Grade Geologistlfechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 14, 2009 DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-53 Log of Borehole: BH-54 i"~'~~,~"~~ Geo-Logic Inc. `- Project No: G022 424 Al 347 Pido Road, Unit 29 `~~` ~ ° Peterborough, Ontario - - Project: Concession Roads 7 & 8 K9J 6X7 Location: Municipality of Clarington - SUBSURFACE PROFILE SAMPLE Moisture content R Moisture Content %~ o o ~ 10 20 30 40 v REMARKS x O DESCRIPTION Q x m ~ Standard Penetration Index E a ~ w a w ~ > a a > N in blows/0.3m ~ ° ' w o > -~ wo z > ~ z 20 40 60 80 - a w ft ~ Ground Surface O SURFACE TREATMENT (25 mm) GRANULAR FILL Buried surface treated road moist Brown Gravelly Sand , red from a SURFACE TREATMENT m to O.t8 m 0.15 GRANULAR FILL 4.9 1 Brown Gravelly Sand, moist 1 AS na SANDY SILT Brown Sandy Silt, occasional Cobbles, moist i h l d O b 2 pen ore e rema ne o dry throughout the drilling operation 3 1 4 14.5 2 AS na + 5 Borehole terminated t. Elevation (m): Existing Grade GeologistlTechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 14, 2009 DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-54 ' ~ Inn of Rnrnhnly• RI-1_~~ 1 Log of Borehole: BH-55 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 %~ io ° o~ 10 20 30 40 x O DESCRIPTION ~" >~ w m j ~ Standard Penetration Index m E REMARKS a ~ o } w o_ ~ w a a N in blows/0.3m ~°, v i w o z F Z 20 40 60 80 °' a Oft Q Ground Surface SURFACE TREATMENT (40 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 SURFACE TREATMENT Buried surface treated road rf GRANULAR FILL _a su ace encountered from 0.30 m to 0.36 m Brown Sand with Gravel, moist 3 1 1 AS na 2 ' SANDY S/L7 Open borehole remained Brown to dark brown Sandy Silt, dry throughout the drilling moist operation 3 1: 4 ' 2.1 2 AS na 5 Boreholetenninated t~ Elevation (m): Existing Grade Geologistfrechnologist: 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-55 I nn of Rnrnhnln• RN-SR Log of Borehole: BH-56 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 %~ p O E 1D 20 30 4D ~, REMARKS = O DESCRIPTION Q x ~ m w ~ Standard Penetration Index ~ a ~ w a ~ a < N in blowsl0.3m H p N w o z F z 20 40 60 80 a ft Q Ground Surface O SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 4.2 t 1 AS na r h le remained O b 2 pen o e o SANDYSlLT ~ dry throughout the drilling Grey Sandy Silt, moist operation 3 1 4 17. 2 AS na + 5 Borehole terminated Elevation (m): Existing Grade Geologistffechnologist: 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-56 ~ nn ~f Q~r~l~~f~. QU C7 f~ r Log of Borehole: BH-57 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 SAMP LE Moisture Content m •Moisture Content %~ o o ~ 10 20 30 40 F m DESCRIPTION 4 = m ~ Standard Penetration Index ~ REMARKS o_ ~ w a ~ w ~ ~ a ¢ ~ N in blows/0.3m ~°, o ~ wo z Y ~ z 20 40 60 80 °-' a Oft p Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 SURFACE TREATMENT s Buried surface treated road s rf t fr a u ace encoun ered om GRANULAR FILL 0.30 m to 0.36 m Brown Sand with Gravel, moist 4 1 AS na 2 SANDY SILT 0. Open borehole remained Brown to dark brown Sandy Silt, trace dry throughout the drilling Gravel, moist operation 3 1 4 26. 2 AS na 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 DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-57 r .,.....s n...-..l...l.,. QLI_~S? Log of Borehole: BH-58 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 A Moisture Content %~ o oZ E 10 20 30 40 `w REMARKS ~ w = O m DESCRIPTION ¢ x ~ m ? Standard Penetration Index E F w ~ ~ w W ~ w > a ~ N in blows/0.3m N ° ' p ~ wo z ~ z 20 40 60 80 - a D 0 Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist Buried surface treated road 1 ° ° SURFACE TREATMENT surface encountered from GRANULAR F1LL ' 0.30 m to 0.36 m Brown Sand with Gravel, moist 3.6 1 AS na 2 SANDY SILT dry th oughout the dri I ng Brown to dark brown Sandy Sitt, trace operation Gravel, moist j 3 1 4 16. 2 AS na ~ 5 Borehole terminated Elevation (m): Existing Grade Geologistlfechnologist: 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-58 Inn of R~rnh.~ln• QL.I_r.A Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 Log of Borehole: BH-59 Project No: G022 424 Al Project: Concession Roads 7 & 8 Location: Municipality of Clarington SUBSURFACE PROFILE SAMPLE Moisture Content m Z •Moisture Content %~ o ^ o E 10 20 30 40 ~ m DESCRIPTION <= ro J Standard Penetration Index E REMARKS °- ~ w a ~ a ¢ N in blows/0.3m ~°, o ~ w o z F Z 20 40 60 80 °' a 0 0 Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist Buried surface treated road ASPHALT surface encountered from 0.15mto0.23m 1 GRANULAR FILL 5.3 Brown Gravelly Sand, moist 1 AS na 2 Open borehole remained dry throughout the drilling operation SANDY SILT Brown Sandy Silt, moist 3 1 : 4 18. 2 AS na i 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-59 Log of Borehole: BH-60 Project No: G022 424 Al Project: Concession Roads 7 & 8 Locafion: Municipality of Clarington Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 SUBSURFACE PROFILE SAMP LE Moisture content ~ ~ •Moisture Content %~ o O E 10 20 30 40 y REMARKS = O DESCRIPTION S= ~ m w ~ Standard Penetration Index E a ~ w a ~ a ¢ N in blowsl0.3m ~ p N w o z F z 20 40 60 80 a 0 D Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL 4.6 Brown Gravelly Sand, moist t AS na 1 !: SfLTY SAND ' Brown Silty Sand, with Gravel, moist h l i d O b 2 ore e rema ne pen o dry throughout the drilling operation 3 1 ' 4 7. 2 AS na + 5 t. Borehole terminated Elevation (m): Existing Grade Geologistlfechnologist: 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-60 / Div wf Q~r~hw/~. QV L: .I Log of Borehole: BH-61 ~ ~'~7, Geo-Logic Inc. s.. orfr Project No: G022 424 Al 347 Pido Road, Unit 29 _ - Project: Concession Roads 7 8 8 Peterborough, Ontario K9J 6X7 Location: Municipality of Clarington SUBSURFACE PROFILE SAMPLE Moisture content Moisture Content %~ o ~ E 10 20 30 40 x ~ J O m .DESCRIPTION _ <x ~ w m ~ ~ Standard Penetration Index d °' o REMARKS n. o ~ N ~ w a w o ~ z w o_ ~ a z N in blowsl0.3m 20 40 60 80 N a Oft ~ Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 1 AS na 5 2 SANDY SILT - Open borehole remained Brown Sandy Silt, moist dry throughout the drilling operation 3 1 4 17. 2 AS na 5 Borehole terminated Elevation (m): Existing Grade Geologistlfechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 14, 2009 DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-61 i ........s 0......L...f~.. Qu_a~ -I Log of Borehole: BH-62 I Geo-Logic Inc. Project No: G022 424 Al 347 Pido Road, Unit 29 m~ Project: Concession Roads 7 & 8 K9J 6X7ough, Ontario \ = ~`• ~~ Location: Municipality of Clarington SUBSURFACE PROFILE SAMPLE Moisture content O E Moisture Content %~ 10 20 30 40 o ~, REMARKS = a o O ~ ~ DESCRIPTION C = w a w o ~ ro ~ z a F w ~ ¢ z Standard Penetration Index N in blows/0.3m 20 40 60 80 ~ ii ft rn Ground Surface O 0 SURFACE TREATMENT (25 mm) GRANULAR FILL Dark brown Gravelly Sand, moist 4.8 1 1 AS na 2 SILTY SAND - dry throughout the drill ng Brown Silty Sand, moist operation 3 1 4 7. 2 AS na + 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 DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-62 tt AN A~ QAr~/~w fn. Q(J C7 Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 Log of Borehole: BH-63 Project No: G022 424 Al Project: Concession Roads 7 & 8 Location: Municipality of Clarington SUBSURFACE PROFILE SAMP LE Moisture content m ~ Moisture Content %• 10 20 30 40 o E h m DESCRIPTION G= m ? Standard Penetration Index E REMARKS a ~ w a ~ a a N in blows/0.3m o m w o z ~ z 20 40 60 80 a 0 D Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist ~ 1 AS na 2 2 r SANDYS/LT ~ Open borehole remained Dark brown Sandy Silt, moist to wet dry throughout the drilling operation 3 1 4 6 2 AS na 5 Borehole terminated Elevation (m): Existing Grade GeologisUTechnologist: 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-63 ~ .~ ,.r e...,,.~...f.,. QU_~A Log of Borehole: BH-64 Pro ect No: G022 424 Al Geo-Logic Inc. ~ J 347 Pido Road, Unit 29 Peterborough, Ontario ~ ;, inr~. '= Project: Concession Roads 7 & 8 K9J 6X7 Location: Municipality of Clarington SUBSURFACE PROFILE SAMP LE Moisture content m Z ^ O E ~MoOist 20 C 30en40 ~ REMARKS = a p J O ~ y DESCRIPTION Q x w a w o ~ m ~ z a ~ ul ~ a z Standard Penetration Index N in blowsl0.3m 20 40 60 80 ~ E a ft Q Ground Surface O SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 3.9 1 1 AS na SILTY SAND Brown Silly Sand with Clay, moist h l i d O b 2 pen ore e rema ne o dry throughout the drilling operation 3 1 .,. 4 8. 2 AS na + 5 Borehole terminated Elevation (m): Existing Grade GeologistiTechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 15, 2009 DrillingiSampling Equipment: Truck-mounted Drill Rig ' Plate No.: A-64 .,.,..,~ a,. rw h.. ~,,. QV aC Log of Borehole: BH-65 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 m Moisture Content %~ o o E 10 20 30 40 ~ m DESCRIPTION Q x m ~ Standard Penetration Index ~ REMARKS o_ ~ w a ~ a a N in blows/0.3m ~°, o ~ w o z F z 20 40 60 80 a Oft p Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 3.9 1 AS na SANDY SILT Brown Sandy Sik, moist to wet 2 Open borehole remained dry throughout the drilling operation 3 t 4 24.6 2 AS na 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 15, 2009 Drilling/Sampling Equipment: Truck-mounted Drill Rig Plate No.: A-65 r _ ~ _s o_.._r,...l... OIJ CC Log of Borehole: BH-66 „g,tl~,` Geo-Logic Inc. - Project No: G022 424 Al 347 Pido Road, Unit 29 Peterborough, Ontario Project: Concession Roads 7 & 8 K9J 6X7 Location: Municipality of Clarington SUBSURFACE PROFILE SAMPLE Moisture Content ~M Oist 0en40 ~ 0 O ° Z ^ O E O 2 3 m REMARKS J ~ W N = O DESCRIPTION a x m ~ Standard Penetration Index E a ~ w a ~ a ¢ N in blowsf0.3m N a N w o z ~ z 20 40 60 80 a ft 0 Ground Surface O SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 3.4 1 1 AS na h l i O b d 2 e rema ne pen ore o dry throughout the drilling operation 3 1 SANDY SILT Brown to dark brown Sandy Silt, moist 4 2.0 2 AS na + 5 Borehole lenninated t. Elevation (m): Existing Grade GeologistlTechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 15, 2009 DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-66 l nn w~ awrw ii~w/w. 1'~u C7 Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 Log of Borehole: BH-67 Project No: G022 424 Al Project: Concession Roads 7 & 8 Location: Municipality of Clarington SUBSURFACE PROFILE SAMPLE Moisture content o Moisture Content %~ 10 20 30 40 o ~ ~ m DESCRIPTION ; ~ m ~ Standard Penetration Index E REMARKS a ~ ~ w o. ~ w a a N in blows/0.3m N N w o z ~ z 20 40 60 80 a Oft ~ Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 4.8 1 AS na 2 '~ SANDY SILT ~ Open borehole remained -~ Brown Sandy Silt, moist dry throughout the drilling operation 3 1 4 3.2 2 AS na S t 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 15, 2009 Drilling/Sampling Equipment: Truck-mounted Drill Rig Plate No.: A-67 Log of Borehole: BH-68 '~' " Geo-Logic Inc. Project No: G022 424 Al 347 Pido Road, Unit 29 ~ ~mr ' Peterborough, Ontario ~ ' ~ - - Project: Concession Roads 7 & 8 K9J 6X7 Location: Municipality of Clarington "° SUBSURFACE PROFILE SAMPLE Moisture Content A •Moisture Content %~ a ~ ~ 10 20 30 40 `w REMARKS = O DESCRIPTION Q x m ~ Standard Penetration Index ~ a ~ wa w ~ > a ¢ ~ N in blows/D.3m °' w o > N ~ wo z > r z 20 40 60 60 a n Q Ground Surface O SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 5 1 1 AS na SANDY SILT Brown Sandy Silt, moist h l i d O b 2 ore e rema ne pen o dry throughout the drilling operation 3 1 4 3.3 2 AS na + 5 Borehole terminated Elevation (m): Existing Grade GeologistfTechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 15, 2009 DrillinglSampling Equipment: Truck-mounted Drill Rig Plate No.: A-68 ' I I Arr ~~ Q~r.. L... Iw. OIJ CA Log of Borehole: BH-69 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 SAMP LE Moisture Co t t n en m 4 l p Moisture Content %~ 10 20 30 40 10 ° J £ x ~ O ~ DESCRIPTION F" > ~ w m w ~ Standard Penetration Index v E REMARKS a ~ w a ~ w a ¢ N in blows/0.3m ,°, ° w o z ~ Z 20 40 60 80 a D D Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 7 AS na .8 SANDYSILT Brown to dark brown Sandy Silt, moist to wet 2 Open borehole remained dry throughout the drilling operation 3 1 4 34.6 2 AS na ~ 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 15, 2009 Drilling/Sampling Equipment: Truck-mounted Drill Rig Plate No.: A-69 ~ --- .r r~_.._~,.L.. OU 7A Log of Borehole: BH-70 _i `''{~ Geo-Logic Inc. _,+' Project No: G022 424 Al 347 Pido Road, Unit 29 ~ ~= - ~- Peterborough, Ontario Project: Concession Roads 7 & 8 K9J 6X7 Location: Municipality of Clarington SUBSURFACE PROFILE SA MPLE Moisture Content m •Mo ist en4 C ~• ° Z.. O E 0 20 30 0 `w REMARKS = O DESCRIPTION a x ~ m w ~ Standard Penetration Index E a ~ w a ~ a a N in blows/0.3m ~ w r w o z ~ z 20 40 60 80 a ° m p m Ground Surface 0 SURFACE TREATMENT (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 3.3 1 1 AS na SANDY SILT Brown Sandy Silt, trace Gravel, moist hole remained r O b 2 pen o e dry throughout the drilling operation 3 t 4 2.2 2 AS na + 5 Borehole terminated Elevation (m~: Existing Grade GeologistlTechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 15, 2009 DrillinglSampling Equipment: Truck-mounted Drill Rig 1 Plate No.: A-70 I r AH. „~ Q,..•,,,~,•.,,.. QV 7., r Log of Borehole: BH-71 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 SAMP LE Moisture Conte t n m o Moisture Content %~ 10 20 30 40 i0 ~ ~ a ~ DESCRIPTION ; F m ~ Standard Penetration Index E REMARKS w a ~ w a ¢ N in blowsl0.3m ~°, ~ w o z F Z 20 40 60 80 °' a Oft ~ Ground Surface SURFACE TREATMENT ° (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 3.5 1 AS na SANDY SILT Brown Sandy Sift, trace Gravel, moist 2 Open borehole remained dry throughout the drilling operation 3 1 4 9. 2 AS na 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 15, 2009 Drilling/Sampling Equipment: Truck-mounted Drill Rig Plate No.: A-71 r _~ _r o_.._a..r,.. ou ~f~ Log of Borehole: BH-72 ~°'~~ Geo-Logic Inc. _. Project No: G022 424 Al 347 Pido Road, Unit 29 r~C =~~~ 3q '~ :M ° _ . .- Peterborough, Ontario lit - Project: Concession Roads 7 & 8 K9J 6X7 Location: Municipality of Clarington SUBSURFACE PROFILE SAMPLE Moisture content ~M Oist 20 C 3 en40 ~ ° Z ^ O E O 0 REMARKS J ~ w ~ = O DESCRIPTION a x m ~ Standard Penetration Index E a ~ w a ~ a ¢ N in blowsl0.3m H o ~ w o z ~ z 20 40 60 80 a ft p Ground Surface O SURFACE TREATMENT (25 mm) GRANULAR F1LL Brown Gravelly Sand, moist 3.8 1 1 AS na 2 SANDY SILT dry throughout the drill ng Brown Sandy Silt, trace Gravel, moist operation 3 1 4 2.1 2 AS na + 5 Borehole terminated Elevation (m): Existing Grade GeologistlTechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 15, 2009 Drilling/Sampling Equipment: Truck-mounted Drill Rig Plate No.: A-72 !1 AN A~ Qwvw ~w~w. Qu 77 Log of Borehole: BH-73 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 a~ SUBSURFACE PROFILE SAMPLE Moisture co t t n en Moisture Content %~ o ~ £ 10 20 30 4D a ~ DESCRIPTION j ~ m ? Standard Penetration Index ~ REMARKS N w a ~ w a ¢ N in blowsl0.3m ~°, ~ w o z ~ z 20 40 60 80 °' a 08 0 Ground Surface SURFACE TREATMENT ° (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 t AS na 1 2 Open borehole remained dry throughout the drilling operation SANDY SJLT Brown Sandy Silt, moist to wet 3 1 4 25.0 2 AS na 5 Borehole terminated Elevation (m): Existing Grade GeologistlTechnologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 15, 2009 Drilling/Sampling Equipment: Truck-mounted Drill Rig Plate No.: A-73 • _ __ .t f1. .-_L_I_. AL 7A Log of Borehole: BH-74 '' Geo-Logic Inc. Pro~ect No: G022 424 Al / 347 Pido Road, Unit 29 -'`~~ ' Peterborough, Ontario - ~ Project: Concession Roads 7 & 8 K9J 6X7 Location: Municipality of Clarington -.- SUBSURFACE PROFILE SAMP LE Moisture Content m •Moisture Content %~ o O E 10 20 30 40 v REMARKS J ~ w v = O DESCRIPTION Q x m ~ Standard Penetration Index E a ~ w a ~ a ¢ N in blows/0.3m N o ~ w o z ~ z 20 40 60 80 a ft o Ground Surface O ASPHALT (50 mm) GRANULAR FILL Brown Gravelly Sand, moist 1 ~ t AS na i O b h l d 2 pen ore o e rema ne ' SANDY SILT ~ dry throughout the drilling Brown Sandy Silt, moist to wet operation 3 1 4 17. 2 AS na + 5 Borehole terminated ~ Elevation (m~: Existing Grade Geologist/Technologist: P. Hynes I Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling Date of Boring: April 15, 2009 Drilling/Sampling Equipment: Truck-mounted Drill Rig l Plate No.: A-74 1.......ia...._t__~__ nip ~~ Log of Borehole: BH-75 Project No: G022 424 Al Project: Concession Roads 7 R 8 Location: Municipality of Clarington Geo-Logic Inc. 347 Pido Road, Unit 29 Peterborough, Ontario K9J 6X7 SUBSURFACE PROFILE SAMP LE Moist C t ure on ent m z •Moisture Content %~ '" ~ J ^ ~ E 10 20 30 40 z a O ~ DESCRIPTION F~ >~ w m w ~ Standard Penetration Index w E REMARKS o } ~ w ~ w i ~ 3 p ing w ~ v i wo z ~ z 2 0 60 80 ° ' a Oft Q Ground Surface SURFACE TREATMENT (25 mm) GRANULAR FILL B rown Gravelly Sand, moist ~ 4.4 1 AS na 2 SANDY SILT Open borehole remained ~- Light brown Sandy Silt, damp dry throughout the drilling operation 3 1 4 8. 2 AS na 5 Borehole terminated Elevation (m): Existing Grade Geologistlfechnologist: 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-75 _ __ _r r,____~_e_. nu -~c~ Log of Borehole: BH-76 ;,~ `I 'i ~~ Geo-Logic Inc. Project No: G022 424 Al 347 Pido Road, Unit 29 ~~ ` Peterborough, Ontario ~ ' Project: Concession Roads 7 & 8 K9J 6X7 ~ _ Location: Municipality of Clarington SUBSURFACE PROFILE SAMPLE Moisture content R •Moisture Content %~ o O £ 10 20 30 40 ~ REMARKS ~ ., (Y W = O DESCRIPTION F Q x m ~ Standard Penetration Index ~ ° a g w a ~ a a N in blowsl0.3m ~ , p ~ w o z ~ z 20 40 60 80 a ft o Ground Surface D SURFACE TREATMENT (25 mm) GRANULAR FILL Dark brown Gravelly Sand, moist 8 1 1 AS na SANDY SILT Brown Sandy Silt, wet h l i d O b 2 pen ore e rema ne o dry throughout the drilling operation 3 1 4 18 9 2 AS na 5 Borehole terminated Elevation (m): Existing Grade Geologist/Technologist: P. Hynes Completion Depth (m): 1.5 m Drilling Company: G.E.T. Drilling 11J Date of Boring: April 14, 2009 Drilling/Sampling Equipment: Truck-mounted Drill Rig I Plate No.: A-76 . i . _ r ., _ _ . . _ r.. ~~ i t Log of Borehole: BH-77 ~~II ~~" € , Geo-Logic Inc. Project No: G022 424 Al 347 Pido Road, Unit 29 ll~ {,-~»~ z Peterborough, Ontario Project: Concession Roads 7 & 8 K9J 6X7 - - _ Location: Municipality of Clarington -' SUBSURFACE PROFILE SAMPLE Moisture content Moisture Content %~ o O E 10 20 30 40 ~ ~ ul _? REMARKS ~ m DESCRIPTION a F m ~ Standard Penetration Index o a ~ W a ~ W ~ N in blows/0.3m H o ~ w o z ~ z 20 40 60 80 a Ott ~ Ground Surface SURFACE TREATMENT ° (25 mm) GRANULAR FILL Brown Gravelly Sand, moist 4.0 1 1 AS na SANDY SILT Brown Sandy Silt, trace Gravel, moist 2 Open borehole remained dry throughout the drilling operation 3 1 4 3.7 2 AS na • 5 t Borehole terminated Elevation (m): Existing Grade Geologist/Technologist: P. Hynes Completion Depth (ml: 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 OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-22 OPS IiGENERAL CONDITIONS OF CONTRACT (November 2006) ^ 1 'ROVINCIAL STANDARDS FOR AND PUBLIC WORKS /~`~~ ST A~~\ 9 o ~ P °~, ~ Q G S V 'L~c'pq _ ~o,`~ \ LP GENERId-L CONDITIONS OF CONTRACT (November 2006) may- ~. "`~ ~_ Ontario Provincial Standards s: ,, o r ° for i i. y~~~ ~/ _ Roads and Pu ~c Works ~. TION OPS SECTION GC 1.D - GC 1.01 GC 1.02 GC 1.03 GC 1.04 GC 1.05 GC 1.06 GC 1.07 GC 1.06 SECTION GC 2.0 - GC.2.01 GC 2.02 SECTION GC 3.0 - GC 3.01 GC 3.02 GC 3.03 GC 3:04 GC 3.05 GC 3.06 GC 3.07 GC 3.08 GC 3.09 L CONDITIONS OF CONTRACT Table of Contents Gender end Singular References Final Ac~eptance ............................................................ Interoretl3tion of Certain Words ....................................... Reliance on Contract Documents....... Order of,Precedence ........................... IINISTR~-TION OF THE CONTRACT METRIC OPSS.MUNI 100 November 2006 ........... 6 _.......... 6 ........... 6 ........... 6 .........11 ..........11 ..........11 .........11 Contracq administrators Authority ............................................................... ........14 Working) Drawings....._ ................................................................................. ........15 Right of ~hhe Contract Administrator to Modify Methods and Equipment ....... .......16 Emerge ficy Situations .................................................................................. ........16 Layout .,' ................._...................................................................................:. ........ i6 Extensidn of Contract Time .......................................................................... ........ t6 Delays .~ ........................................................................................................ ........17 Assgnrr~ent of Contract ................................................................................ ........17 Subcontracting by the Contractw..........._ ................................................... ........18 ~ ~ I ~. Hate: ttrzoos oPSS.attxat too i 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 Nofices ...................................................................................................... ...........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 Negofiations .............................................................................................. ...........21 GC 3.13.05 Media6on ..............:.................................................................................... ........... 21 GC 3.13.06 Payment .................................................................................................... ...........21 GC 3.13.07 Rights of Both ParGes ............................................................................... ........... 21 GC 3.14 Arbitrafion ................................................................................................... ..........21 GC 3.14.01 Condfions 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 ~e Contractor ............................................. ........................................ 25 GC 4.06 Contractor's Right to Correct a Defautt ........................ ........................................ 25 Page 2 Rev. Date: 112006 OPSS.MUNI 100 1 1 1 i r GC 4.07 Owner's~Right to Correct a Defau{t ..............._............................ GC 4.08 Tennina~on of Contractor's Right to Continue the Work............ GC 4.09 Final Pa~rment to Contractor ....................................................... GC 4.10 Tennina~ion of the Contract ........................................................ GC 4.11 Continuajtion of Contractor's Obligations ..............................._.... GC 4.12 Use of Performance Bond .....................:........................._........... GC 4.13 PaymentAdjustment .............................._........................-........--. SECTION GC 5.0 -MATERIAL '°, GC 5.01 Supply of Material .................................... GC 5.02 Quality ~ Material .................................... GC 5.03 Rejected',Material ...................................... GC 5.04 Subs6tutipns ............................_................ GC 5.05 Owner Sl~pplied Material ............._............ GC 5.05.01 Ordering ~bf Excess Material ...................... GC 5.05.02 Care of A~aterial ......................................... SECTION GC 6.0 -INSURANCE GC 6.01 Protectio GC 6.02 Indemnif GC 6.03 Contrack GC 6.03.01 General . GC 6.03.02 General I GC 6.03.03 Automob GC 6.03.04 Aircraft a, GC 6.03.04.01 Aircraft Li GC 6.03.04.02 Wateraa GC 6.03.05 Property GC 6.03.05.01 Property GC 6.03.05.02 Boiler Ins GC 6.03.05.03 Use and ~ GC 6.03.05.04 Payment Page 3 ............ 26 ............ 26 ............ 26 ............ 26 .:.......... 27 ............ 27 ............ 27 PROTECTION AND DAMAGE of Work, Persons, and Property Insurance .................................. bility Insurance .... Liability Insurance Watercraft Liability Insurance ility Insurance ....................._.. .lability Insurance .................... i Boiler Insurance ............................ urance ......................... - xrpancy or the Work Prior to Completion Loss or Damage .....................----- .. 33 .. 34 .. 34 .. 34 Rev. Date: 11P1006 OPSS.MIIN1 100 ....... 33 ....... 33 .....:. 33 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 ~ 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 Pennits ......................................:................................................ ....41 GC 7.10 Suspension of Work ....................................................................:...................... ....42 GC 7.11 Contractor's Right to Stop the Wark or Terminate the Contract ........................ ....42 GC 7.12 Notices by the Contractor .................................................................................. ....42 GC 7.13 ObsUuctions ....................................................................................................... ....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 7.16 Drainage ............................................................................................................ .....44 SECTK)N GC 8.0 - MEASUREMENT AND PAYMENT GC 8.01 Measurement ...........................................................................................:........ ...45 GC 8.01.01 QuantiGes .......................................................................................................... ...45 GC 8.01.02 Variations in Tender Quantities ......................................................................... ...45 page q Rev. Date: 1112006 OpSS.MUNI 100 d>i 0 r r r r GC 8.02 Payment ......................._..................... ........................................................ .....46 GC 8.02.01 Price for Work ..................................................................................._..:......... .....46 GC 8.02.02 Advan ..Payments for Material ...................................................................... .....46 G on and Payment ............................................................................... ..... 47 GC 8 02.03.01 Progresg Payment Certificate ......................................................................... ..... 47 GC 8.02.03.02 Certification of Subcontract Completion .................:._................_.................. .....47 GC 8.02.03.03 Subwngact Statutory Holdback Release Certificate and Payment ............... ..... 47 GC 8.02.03.04 Certification of Substantial Performance ........................................................ .....48 GC 8.02.03.05 Substal Performance Payment and Substantial Performance Statutory Hddba Release Payment Certificates ........................................................ .....48 GC 8.02.03.06 Certifi 'on of Completion .............................................................................. ..... 49 GC 8.02.03.07 Completion Payment and Completion Statutory Holdback Release Payment Certificates ................................................._.................................... .....49 GC 8.02.03.08 Interest,............._ ............................................................................................ .....50 GC 8.02.03.09 interest~or Late Payment ................................................................................ ..... 50 0 In or Negotiations and Claims ............................................................... .....51 GC 8.02.03:1 Ownefs'~,Se[-0ff ........................_.........................................__........................ .....51 GC 8.02.03.12 Delay inlPayment ............................................................................................ .....51 GC 8.02.04 Paymenk on a Time and Material Basis .......................................................... ..... 51 GC 8.02.04.01 DefinitioKls ....................................................................................................... ..... 51 GC 8.02.04.02 Daily Wc'rk Records ..-° ..................................................---............................. ..... 52 GC 8.02.04.03 Payme for Work ...__ .................................................................................... ..... 53 GC 8.02.04.04 Payme~ for Labour ........................................................................................ ..... 53 GC 8.02.04.05 Payme for Material ....................................................................................... ..... 53 y for Equipment .................................................................................. ..... 53 GC 8.02.04.06.01 Workin~Time ...................................................._............................................ 9 .....53 GC 8.0204.06.02 StandbyTime .................................................................................................. .....53 GC 8.02.04.07 Paymer~ for Hand Tools ................................................._.............................. ..:.. 54 GC 8.D2:O4.08 Payme for Work by Subcontractors .............................._............................. ..... 54 GC 8.02.04.09 Submission of invoices ..........................................................................._...... .....54 GC 8.02.04.10 Paymer~ Otber Than on a Time and Material Basis ....................................... ..... 55 GC 8.02.04.11 Paymen/ Indusions----- .................................................................................. ..... 55 GC 8.02.05 Flnal Ar~eptance Certificate ........................................................................... ..... 55 GC 8.02.06 Payment of Workers ....................._...........................................-..°---............ ..... 55 GC 8.02.07. Records!~ .........................................._........................._................°-----........... .....55 GC 8.02.08 Taxes .. I;... .........................................................................................:.............. ..... 56 GC 8.02.09 Liquidated Damages .......................:......................................................._...... I .....56 Page 5 Rev. ate: 1112006 OPSS.MUNI 100 GC 1.0 -INTERPRETATION GC 1.01 .Ot The captions appearing in t ese General Conditions have been inserted as a matter of convenience and for ease of reference o~lly and in no way define, limit, or enlarge the scope w meaning of the General Conditions w any pifovision hereof. GC 1.02 Abbreviations .01 The abbreviatbns on the lefk below are commonly found in the Contract Document d s an represent the organizafions and phrasefs listed on the right: "AASHTO" " - American Ass anon of State Highway Transportation Officials ACI" - American C etc Institute "ANSI" - American Natf al Standards Institute "ASTM" - American Soci for Tesfing and Materials "AWG" - American Wire auge "AWWA" - American Wat Works Association "CCIL" - Canadian Cou it of Independent Laboratories "CESA" - Canadian Engi Bring Standards Association "CGSB" - Canadian G f Standards Board "CSA" - Canadian Stan ards Association "CWB" - Canadian Welding Bureau "GC" - General Conditions "ISO" - International Or~anizaOon for Standardization "MOE" - Ontario Ministryiof the Environment "MTO" - " Ontario Ministryof Transportation MUTCD" - " " Manual of UnifoAm Traffic Control Devices (Replaced by OTM) OPS - Ontario Provi I Standard "OPSD" - Ontario Provi~l Standard Drawing "OPSS" - Ontario Provi I Standard Specification "OTM" - Ontario Traffic NXanual "PEO" - Professional En~ineers Ontario "SAE" - Society of Au five Engineers "SCC" - Standards Cou .il of Canada "SSPC" - Structural Steel aiming Council "UL" - Underwriters La tones "ULC" - .Underwriters Laboratores Canada GC 1.03 Gender ar~d Singular References .01 References to the masculine pr singular throughout the Contract Documents shall be considered to include the feminine and the ural and vice versa, as the context requires. GC 1.04 .01 Fw the purposes of this Contract the following definitions apply: Actual Measurtanent means the ~eld measurement of that quantity within the approved limits of the Work. Addendum means an addition or 'change in Ore tender documents issued by the Owner prior to tender closing. Page 6 Rev- Date: 112006 OPSS.MUNI 100 Addkional 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 [he 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, decease, 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 'm the Contract Documents. Contract Administrator means the person, partnership, or corporation designated by the Owner to be the Owner's representative fw the purposes of the Contract Contract Documents mean the executed Agreement beMreen 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 fisted 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 Subsurtace 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 Perormance of the Work, including any extension of Contract Time made pursuant to the Contract Documents. , page ~ ~ Rev. Dare: 11!2006 OPSS.MUNI 100 r Contractor means the person, bartnership, or corporation undertaking the Work as identified in the Agreement. ;~, Controlling Operation means ar~y component of the Work that, if delayed, may delay the completion of .the Work. Cost Plus has the same meaniny~ as Time and Material." Cut-Off Date means the date up ~o which payment shall be made for work performed. Daily Work Records .mean. daily Records detailing the number and categories of workers and hours worked w on standby; types and iquanfiGes of Equipment and number of hours in use or on standby, and description and quantifies of Material utilized. Day means a calendar day. Drawings or Plans mean any C tract Drawings or Contract Plans, or any Working Drawings or Working r Plans, or any reproductions of dr~iwings or plans pertaining to the Work. End Resuh Specification means specifications that require the Contractor to be responsible for supplying a product or part of th~ Work. The Owner accepts or rejects the fmal product or applies a price adjustment tllat is commlensurat with the degree of compliance with the specification. Equipment means all machiner~r and equipment used for preparing, fabricating, conveying or erecting the Work and nonnalty referred t4~ as construction machinery and equipment. Estimate means a calculation of'phe quantity or cost of the Work or part of it depending on the context. Extra Work means work not pr vlded for in the Contract as awarded but considered by the Contract Administrator to be essential ta~the satisfactory completion of the Contract within its intended scope, inducting unanticipated work regylred to comply with legislation and regulations that affect the Work. Final Acceptance Csrt~cate lmeans the cerfificate issued by the Contract Administrator at Final Acceptance of the Work. Final Detailed Statement mea a complete evaluation prepared by the Contract Adrrlinistretor showing the quantities, unit prices, andnal ddlar amounts of all items of work completed under the Contract, inducting variations in tender it ms and Extra Work, all as set out in the same general form as [he ' monthry esfimates. L Forca Account has the same meaning as "Time and Material " Geotechnical Report means ~ report or other information identifying soil, rode, and ground water conditions in the area of any pro ed Work. Grade means the required eleva~ion of that part of the Work. Hand Tools means tools that a;~e commonly called tools or implements of the trade and include small power tools. li Highway means a common an~ pubic highway any part of that is intended for or used by the general public far the passage of vehide$ and includes the area between the lateral properly lines thereof. Lot means a specific quantity f material or a spedfic amount of construction rxxmally from a single source and produced by the sarr~e process. i Page.B Rev. Dale: 1112006 OPSS.MUN1100 ^ , Lump Sum kem means a tender item indicating a portion of the Work for which payment will be made at a single tendered price. Payment is not based on a measured quantity, although a quantity may be given i th C t n e on ract Documents. Major Item means any [ender 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) $11x1,000, or b) 5°h of the total tende l l l , r va ue ca cu ated 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 inGudes, 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 plats 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. Quany means a place where Aggregate has been or is being removed from an open excavation made in l a so id 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 urxier the Financial Administration Act by the Mi i n ster of Finance of Ontario and issued by, and available from, the Owner. Records mean any books, payrdls, accounts, or other information that relate to the Work or any Change in the Work or claims arising therefrom. Roadway means that part of the Highway designed or intended for use by vehicular trathc and includes the Shoulders. Should th t er means a 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 perfomtance of the Work. , Subbase means a layer of material of specified type and thickness between the Subgrade and the Base. Page B Rev. Date: ii/200G OPSS.MUNI 100 r ~~ Subcontractor means a persongli partnership w corporation undertaking the execution of a part of the Work by virtue of an agreement with the Contractor. Subgrade means the earth or r I k surface, whether in cut or fill, as prepared to support the pavement structure, consisting of Base, Su~ase, and Pavement. Subsurface Report means a reP$rt w other information identifying the location of U4lities, concealed and adjacent sWctures, and physical ~lbstructions that faN within the influence of the Work. Superintendent means the Contractor's authorized representative in responsible charge of the Work. Surety means the person, partn ship or corporation, other than the Contractor, licensed in Ontario to transact business under the fnsu~ance Act, R.S.O. 1990, c.1.8, as amended, executing a bond provided by the Contractor. Tender means an offer in writing ~rom the Contractor, submitted in the format prescribed by the Owner, to complete the Work. Time and Material means costsi calculated according to dause 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 municipaNty, puDNc utility authority or regulated authority and include services such as sanitary sewer, storm sewer, water, electric, gas, oil, steam, data transmission, telephone, and. cable television. Warranty Period means the pelf iod of 12 months from the date of Substantial Performance w such longer period as may be specified in the Contract Documents for certain Materials w some w 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 [he total constructlorj and related services required by the Contract Documents. Working Area means all. the lams and easements owned or acquired by the Owner for the construction of the Work. Working Day means any Day, a) except Saturdays, Sundays arkf statutory holidays; ' b) except a Day as determined y the Contract Administrator, on which the Contractor is prevented by inclement weather or conditi s resulting immediately therefrom, from proceeding with a Controlling Operation. Fw the purposes f this definition, this shall be a Day during which tl1e Contractor cannot proceed with at least 80% the normal labour and Equipment force effectively engaged on the Controlling Operation for at lust 5 hours; c) except a Day on which the Cpntractor is prevented from proceeding with a Controling Operatlon, as determined by the Contract A ministrator by reason of, i. arty breach of the Contr~ct by the Owner or if such prevention is due to Nte Owner, another ' contractor hired by the OMmer, w an employee of any one of them, w by anyone else acting on .behalf of the Owner. ii. non-delivery of Owner supiplied 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. n J Page 10 Rev. Date: 1112006 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, inGude fomrvvork, 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 corection, is not more than i. 3% of the first $500,000 of the Contract price, ii. 2% of the next $500,000 of the Contract price, and iii. 1 % of the balance of the Contract price. .02 For the purposes of this Contract, where the Work or a substantial part thereof is ready for use 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 r .01 Final Acceptance shall be deemed to occur when the Contract Administrator is satisfied that, to the best of the Contract Administrator's krrowledge at that time, the Contractor has rectified all imperfect work and has discharged ail of the Contractor's obligations under the Contract. GC 1.08 Interpretation of Certain Words , .Ot 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 17 Rev. Date: 1112006 OPSS.MUNI 100 i SE N GC 2.0 -CONTRACT DOCUMENTS r GC 2.01 Relianc on Contract Documents .Ot The. Owner warcants that th~ information furnished in the ConVact Documents can be relied upon with the folowing limitationsbr exceptbns: a) The location of all main~ine underground Utilities that may affect the Work shall be shown to a tolerance of: ', i. 1 m twr¢ontal, and !, ii. 0.3 m vertipl 1 ' 02 The lhvner does not warcanE~or make any representation with respect to: a) interpretations of data a~ opinions expressed in any Subsurface Report available for the perusal of the Contractor, whether or not such report is inGuded as part of the Contract Documents, and b) other information spectfici}Ily excluded from this warranty. GC 2.02 Order of precedence .01 In the event of any inconsistency or conflict in the contents of the following documents, such documents shall take precedence and govern in the following descending order. a) Agreement b) Addenda c) Special Provisions ' d) Contract Drawings e) Standard Specifications r f) Standard Drawings g) Instructions to Tenderers 1 h) Tender. i) Supplemental General Cipndkions j) General Conditions ' k) Working Drawings Later dates shall govern within each of the above categories of documents. .02 In the evenf of any confFct ~'iamong 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 draping: b) Drawings of larger scale ghall govern over those of smaller scale; Page 12 ~~' Rev. Date: 11f20p6 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 Speafications the following descending order of precedence shall govern: a) Owners Standard Specifications b) Ontario Provincial Standard Specfications c) Other Standard Specifications, such as those produced by CSA, CGSB, ASTM, and ANSI and referenced in the Ontario Provincial Standard Specifications .04 The Contract Documents are complementary, and what is required by any one shall be as binding as if required by all. Page 13 Rev. DaM: 11!2006 OPSS.MUNI 100 SECTION ¢C 3.0 -ADMINISTRATION OF THE CONTRACT r GC 3.01 Contrac~ Administrator's Authority .Ot The Contract Administrator shall be the Owner's representative during construcfion and until the issuance of the Completion ~ertificete or the issuance of the Final Acceptance Certificate, whichever is later. All instructions to Uhe Contractor, including instructions fran the Owner, shall be issued by the Contract Administrator.lThe Contract Administrator shall have the authority to act on behalf of the Owner only to the extend, provided in the Contract Documents. .02 All claims, disputes and oth~ matters in question relating to the performance and the quality of the Work or the interpretation o the Contract Documents shall be referred to the Contract Administrator ' in writing by the Contractor. .03 The Contract Administratormay inspect the Work for its conformity with the Plans and Standard Specifications, and to record the necessary data to establish payment quanfifies under the schedule of tender quantifies and unit prices or to make an assessment of the value of the work completed in )I the case of a lump sum pricq Contract .04 The Contract Administrator Shall determine the amounts owing to the Contractor under the Contract and shall issue certificetes'~ for payment in such amounts as provided for in Section GC 8.0, Measurement and Payment',. .OS The Contract Administrator shall, with reasonable promptness, review and take appropriate action upon the Contractor's sut~missions such as sho drawin s roduct data d l i p g , p , an samp n es accordance with the Contrai~t 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 Owners approval. ' .08 Upon written application by tyre Contrator, the Contract Administrator and the Contractor shall jointly conduct an inspection of th Work to establish the date of Substantial Performance of the Work or the date of Completion of th~ Work or both. .09 The Contract Administrator hall be, irr the first instance, the interpreter of the Contract Otxwments ' and the judge of the pert ante thereunder by both parties to the Contract Interpretations and decisions of the Contract Acj~ninistrator shah be consistent with Ole intent of the Contract Documents and, in making these decisiojns, the Contract Administrator shah not stttwr partiality to either party. ' .10 The Contract Administrator {;hall have the authority to reject part of the Work or Material that does not conform to the Contract uments. .11 In Ote event that the Contrapt Administrator determines that any part of the Work performed by the Contractor is defective, wh ther the resuN of poor workmanship; the use of defective material; tx damage through carelessn ss a other act or omission of the Contractor and whether or not incorporated in the Work; oIr otherwise fails to conform to the t.ontiact Documents, then the Contractor shah if directed py the Contract Administrator promptly remove the Work and replace, mice good, or re-execute the Work at no additional cost to the Owner. .12 Any part of the Work destro7~ed or damaged by such removals, replacements, or re-executions shah be made good, promp0y, at ~ additional cost to the Owner. Page 14 ~' Rev. Date: 11/2006 OPSS.MUN1100 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 lime 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. J6 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 [he Contract Administrator determines that any worker employed on the Work is incompetent. as defined by the Occupational Health and Safety Act, or is disorderly, then the Contract Administrator shall provide written notice to the Contractor and the Contractor shall immediately remove the worker from the Working Area. Such worker shall not return to the Working Area without the prior written consent of the Contract Administrator. , GC 3.02 Working Drawings ' .Ot The Contractor shall arrange for the preparation of clearly identified and dated Working Drawings as called for by the Contract Documents. .02 The Contractor shall submit Working Drawings to the Contrail Administrator with reasonable ' promptness and in orderly sequence so as to not cause delay in the Work. If either the Contractor or the Contrail Administrator so requests, they shay jantty prepare a schedule fixing the dates for submission and return of Working Drawings. Working Drawings shall be submitted in printed form. , At [he time of submission the Contractor shall notify the Contract Administrator in writing of any deviations from the Contract requirements that exist in the Working Drawings. .03 The Contract Administrator shall review and return Working Drawings in accordance with an agreed ' upon schedule, or otherwise, with reasonable promptness so as not to cause delay. .04 The Contract Administrator's review shay 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 w 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. Page 15 Rev. Dale: 1112006 OPSS.MUNI 100 rr n .05 The Contractor shall make ~ny changes in Working Drawings that the Contract Administrator may require to make the Worki Drawings consistent with the Contract Documents and resubmit, unless otherwise direded by the C tract Administrator. When resubmitting, the Contractor shad notify the Contract Administrator in 'ling of any revisions other than those requested by the Contract Administrator. .O6 Work related to the Worki~ Drawings shall not proceed until the Working Drawings have been signed and dated by the C tract Administrator and marked with the words "Reviewed. Permission [o construct granted." .07 The Contractor shall keep ohe set of the reviewed Working Drawings, marked as above, at the site at alt times. ' GC 3 03 Ri ht of~he Cont a t Ad i i t t t M dif M h . g r c m n s ra or o o y et ods and Equipment .01 The Contrador shall, when ~equested in writing, make alterations in the method Equipment or work , , force at any time the Contact Administrator considers the Contractor's adions to be unsafe, or damaging [o 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 v~ith work being performed by others. .03 Notwithstanding the foregoir}g, the Contrador shall ensure that all necessary safety precautions and protection are maintained throughout the Work. GC 3.04 Emergenc~y Skuations .01 The Contrail Administrator has the right to determine the existence of an emergency situation and , when such an emergency gftuation is deemed to exist, the Contract Administrator may instruct the Contractor to take action to ~medy the situation. If the Contractor does not take timely action or, if ' ~ the Contractor is not availatHe, the Contrail Administrator may direct others to remedy the situation. .02 If the emergency situation Jvas the fault of the. Contrador, the remedial work shall be done at the Contractor's expense. If theiemergency situation was not the fault of the Contractor, the Owner shall ' pay for the remedial work. GC 3.05 Layout ', ii ' .01 The Contract Administrator, shall provide baseline and benchmark information far the generet location, alignment, and elevation of the Work. The Owner shall be responsible only for the corectness of the infornatiq~ provided by the Contract Administrator. ' GC 3.06 Extensit~n of Contrail Time .01 An appligtion for an exten~ion of Contract Time shall be made in writing by the Contractor to the Contract Administrator as son as the need for such extension becomes evident and at least 15 Days prior to Ote expiration f the Contrxt Time. The application fw an extension of Contract Time shall enumerate the reasonsi and state the length of extension required. .02 Circumstances suitable for consideration of an extension of Contract Time indude the following: a) Delays, subsection GC ~.07. b) Changes in the Work, d~use GC 3.10.01. c) Ex[ra Work, dause GC x.10.02. ~ Page16 I, ftew._Date: t1r2006 OPSS.MUNI 100 i d) Additional Work, clause GC 3.10.03. .03 The Contract Administrator shall, in considering an application for an extension to the Contract Time, . take into account whether the delays, Changes in the Work, Extra Work, or Additional Work involve a Controlling Operation. .04 The Contract Time shall be extended for such additional time as may be recommended by the Contract Administrator and deemed fair and reasonable by the Owner. .05 The terms and conditions of the Contract shall continue for such extension of Contract Time. GC 3.07 Delays .01 If the Contractor is delayed in the performance of the Work by, ' a) war, blockades, and civil commotions, errors in the Contract Documents; ' b) an act or omission of the Owner or Contract Administrator, or anyone employed or engaged by them directly or indirectly, contrary to the provisions of the Contract Dowments; c) a stop work order issued by a court or public autrrorily, 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 ical Finds h l i l fi ds in accordance with subsection GC 3 15 Archaeolo f ca n . , g , ) arc aeo og 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 resuk 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 irtcuned 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 ' .Ot The Contractor shall not assign the Contract, either in whole or in part, without the prior written consent of the Owner. ' Page 77 Rev. Date: itY2006 OPSS.MUNI 100 , i D L GC 3.09 Subcon 01 The Contractor may subcor limitations specified in the C 02 The Contractor shall notify writing, of the intention to s Subcontractor with whom it by the Contractor any part of the Work, subject to these General Conditions and any d Documents. e Contract Administrator 10 Days prior to the start of construction, in contract Such notification shall identify the part of the Work, and the intended. C 03 The Contract Administrator intended Subcontractor. ~ rejection. .04 The Contractor shall not, wi been engaged in accordant .O5 The Contractor shah preser that part of the Work to be t a) enter into agreements accordance with the C shall, within 5 Days of receipt of such notification, accept or reject the he rejection shall be in writing and shall iralude the reasons for tfie out the written consent of the Owner, change a Subcontractor who has with this subsection. and protect the rights of the parties under the Contract with respect to 'ormed under subcontract and shall, the intended Subcontractors to require them to pertorm their work in ct Documents; and b) be as fuNy responsible ~o the Owner for acts and omissions of the Contractor's Subcontractors and of persons. directly or inrfiredly employed by them as for acts and omissions of persons directly employed by thg Contractor. .06 The Owner's consent to s~tbwntracting by the Contractor shah not be construed to relieve the Contractor from any obliga~n under the Contract and shall no[ impose any liability upon the Owner. Nothing contained in the ontrad Documents shall create a contractual relationship. between a Subcontractor and the Owner. GC 3.10 GC 3.10.07 n O Il irtthe Work .Ot The Owner, or the Contract Administrator where so authorized, may, by order in writing, make a Change in the Work with~t invalidating the Contract. The Contractor shah not be required [o proceed with a Change in a Work until in receipt of a Change Order or Charge Directive. Upon the receipt of such Change lOrder or Charge Directive the Contractor shah proceed with the Change in the Work 02 The Cohtrador may apply l~or an extension of Contract Time according to Ore terms of subsection GC 3.06, Extension of Confrad Time. .03 If the Charge in the We made according to the ct the Change in the Work may initiate negofiations of the Change in the 1M1 payment may be made Time and Material Basis. relates solely to quantities, payment fa that part of the Work shall be lifions spedfied in dause GC 8.01.02, VariaOons in Tender Quantities. If es not solely relate to quantities, then either Ote thmer or the Contractor wards or dowrruvards for the adjustment of the Contract price in respect k pursuant to subsection GC 3.13, Claims, Negotiations, Mediation or ~rding to the conditions contained in dause GC 8.02.04, Payment on a Pam 76 '~ Rev. ~: t iPl008 OPSS.MUNI 100 !J Gc 3.1o.oz 1=xtra work .01 The Owner, or Contract Administrator where so authorized, may instruct the Contractor to perform , Extra Work without invalidating the Contract. The Contractor shall not be required to proceed with the Extra Work untt 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 03 GC 3.06. Extension of Contract Time. Eith th O C ' . er e wner or ontractor 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 .Ot The Owner, or Contrail Administrator where so authorized, may request the Contractor to perform 1 Additional Work without invalidating the Contract. tt 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, o ' Neg tiations, 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 .Ot Any notice permitted or required to be given to the Contract Administrator or the Superintendent in respect of the Work shah 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, i ceN 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 Pertormance .01 Where it is not contemplated elsewhere in the Contract Documents, the Owner may use or occupy the Work or any part thereof prior to Substanfial 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 Contractors Surety from any liability that has arisen, or may arise, from the performance of the Work in accordance with the Contract Page 19 Rev. !Yale: 11!2006 OPSS.MUNI 100 Documents. The Owner ' use or occupancy. Such Owner's right to charge Contract. II be responsible for any damage that occurs because of the Owner's or occupancy of any part of the Work by the Owner does not waive the Contrador liquidated damages in accordance with the terms of the GC 3.13 Claims, Negotiations, Mediation GC 3.13.01 of the Work .Ot Unless the Contract has b terminated or completed, the Contractor shall in every case, after serving or receiving any noG cation of a Gaim or dispute, verbal or written, continue to proceed with the Work with due diligence ~nd expedition. tt is understood by the parties that such action shall not jeopardize any daim it may lyave. GC 3.13.02 Record beeping .01 Immediately upon commenV"i'y work that may result in a daim, [he Contractor shall keep Daily Work Rewrds during the course pf the Work, sufficient to substantiate the Contractor's daim, and the Contrad Administrator shall) keep Daily Work Records to be used in assessing the Contractor's claim, aN in accordance with clause GC 8.02.07, Records. .02 The Contractor and the Con ad Administrator shall attempt to reconcile their respective Daily Work Records on a daily basis, to implify review of the claim, when submitted, ff the Contractor and the Contract Administrator fail to recondle their respective Daily Work Records; then the Contractor shall submit Rs Daily Work Recor~s as part of its daim, whereby the resolution of the dispute about the Daily Work Records shall no be resdved until there is a resolution of the daim. .03 The keeping of Daily Work ~tecords by the Contract Administrator or the recondling of such Daily Work Records with those of tie Contractor shall not be construed to be acceptance of the claim. GC 3.13.03 Claims .01 The Contractor shaA give payment immediately upon 02 The Contractor shall 7 Days of the comma .03 The Contractor shall st later than 3D Days after a) identity the item or items b) state the grounds, conic c) indude the Records mail In exceptional cases, the 31 writing from the Contract Adr notice of any situation that may lead to a claim for additional ng aWafe Of the SlfUatlOn. written notice in the standard form "Notice of Intent to Claim" within of any part of the Work that may be affected by the situation. detailed daims as soon as reasonaby possible and in any event no letion of the work affected by the situation. The detailed claim shall: respect of which the daim adses; or otherwise, upon which the claim is made; and by the Contrador supporting such Gaim. may be increased to a maximum of 90 Days with approval in .04 Within 30 Days of the receipt of the Contrador's detailed claim, the Contract Administrator may request the Contractor to st)bmit arty further and other particulars as the Contract Administrator considers necessary to assejss the Gaim. The Contractor shall submit the requested information within 30 Days of receipt of s{rch request PaBe~ Rev. Dale: 1712006 OPSS:MUNI 100 .05 Within 90 Days of receipt of the detailed daim, 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 Ot 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 .Ot 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 fixther, 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 regard'mg the area of the disputed issue. The mediator shall meet with the parties together or separately, as necessary, to review all aspects of the issue. In a final attempt to assist the parties in resolving the issue themselves prior to proceeding to arbitration the mediator shall provide, without prejudice, anon-binding recommendation for settlemeht. .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 pally 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 daim 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 terns 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. Gate: 112006 OPSS.MUNI 100 t 02 Notification that arbitration hall be implemented to resolve the issue shall be communicated in writing as soon as possibl and no later than 60 Days following the opinion given in paragraph GC 3.13.03.05. Where the use of a third party mediates 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 -I' [he decision of the arbiVator. .04 The rules and procedures of the Arbitration Act, 1991, S.O. 1991, c.17, as amended, shall appty to any arbiVation conducted f~ereunder except to the extent that they are modified by the express provisions of subsection GC'~3.14, Arbitration. GC 3.14.02 Arbitrat3~n Procedure 01 The following provisions arel'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 jurisdicfion or have otherwise disqualified him or herself: 'I a) All existing actions in re~pect of the matters under arbitration shall be stayed pending arbitration; b) All outstanding claims a~d matters to be settled are to be set out in a schedule to the agreement. Only such daims and m hers as are in the schedule shall be arbitrated; and c) Before proceeding with ~he arbiVation, Ore Contractor shall confine Mat all matters in dispute are .. set out in the schedule. ', GC 3.14.03. Appointerrent of Arbitrator .01 The arbitrator shall be mutually agreed upon by the (kroner and Contractor to adjudicate Me dispute. .02 Where Me Owner and Codactor cannot agree on a sole arbitrator within 30 Days of the notification of arbitration noted in paragraph GC 3.14.01.02, Me Owner and Me Contractor shall each choose an 1 appantee within 37 Days of the notice of arbitration. .03 The appantees shall mutua y agree upon an arbitrator to adjudicate the dispute within 15 Days after the last appointee was ch or Oiey shall refer Me matter to the Arbitration and Mediation Institute of Ontario inc., which mayl select an arbitrator to adjudicate the dispute within 7 Days of being requested to do so. .04 The arbitrator shall not be ~~nterested financially in Me ConVact nw in either party's business and shall not be employed by eitlher party. .05 'the arbitrator may appoint ipdependant experts and any other persons to assist him or her. .O6 The arbitrator is not bound by Me rules of evidence that govern Me trial of cases in court but may hear and consider any evidence Mat the arbitrator considers relevant .07 The hearing shall commend wiMin 90 Days of Me appointment of the arbitrator. GC 3.14.04 Costs .Ot The arbitrator's fee shall be equaly shared by Me Owner and the Conractor. .02 The fees of any indepande t experts and any other persons appointed to assist the arbitrator shall be shared equa0y by the Ou~iner and the Contractor. ' Page 27 i~ Rev. Oa1e: 11@00B OPSS.MUNI 100 a .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 shaA 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 contusion 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 o0lerwise directed by the Contract Administrator in writing, in a~ordance with subsection GC 7.10, Suspension of Work 02 . An dela in the c l ti f h t . y y omp e on o t e Con ract 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 chat may accrue as a result of any work stoppage. S O Page 23 Rev. Dale: 11/2006 OPSS.MUNI 100 ' t '~ I SECTION GC I4.0 -OWNER'S RESPONSIBILITIES AND RIGHTS GC 4.01 Working (Area .Ot The Owner shall acquire a`I properly rights that are deemed necessary by the Owner for the construction of the Work, in¢Iuding temporary working easements, and shall indicate the full extent th f th ki A C} t d D i W on raw ngs. o or ng rea on e ra e .02 The Geotechnical Report anp Subsurface Repoli that may be provided by the Owner as part of the tender documents shall form part of the Contract Drawings. GC 4.02 Approva~s and Permits .01 The Owner shall pay for all p~umbing and building permits. .02 The Owner shall obtain an~l pay for all permits, licences, and certificates solely required for the design of the Work. GC 4.03 Managerpent and Disposition of Materials .01 The Owner shall identify in the Conhad Documents the materials to be moved within or removed from the Working Area and~ny characteristics of those materials that necessitates special materials management and dispositi .02 In accordance with regulatidns under the Occupaflonal Heakh and Safety Act, R.S.O. 1990, c.0.1, as amended, the Owner adv#ses that, a) the designated substarfces silica, lead, and arsenic are generally present throughout the Working Area occurring aturally or as a result of vehicle emissions; ' b} the designated substance asbestos may 6e present in cement products, asphalt, and conduits for Utilities; I c) the following hazardou$ materials are ordinarily present in construdion activities: limestone, gypsum, marble, mica, ajnd Portland cement; and d) exposure to these substances may occur as a resu0 of adiviUes by the Contractor such as sweeping, grinding, cxushing, drifing, blasting, cutting, and abrasive blasting. .03 The Owner shall identify ir~ the C~Vacl Documents any designated substances or hazardous materials other than those ideentified above and their bcation in the Working Area. .04 If the Owner or Contractor (discovers or is advised of the presence of designated substances or hazardous materials- that a e in addition to those fisted in paragraph GC 4.03.02, or not dearly identified in the Contrad uments according to paragraph GC 4.03.03, then verbal notice shah be provided to the other party irhmediately with written confirmation within 2 Days. The Contractor sfiail stop work in the area immer~iately and shah determine the necessary steps required to complete the work in accordance with cable legislation and regulation. .05 The Owner shall be res stb~ for arty reasonable additional costs of removing, managing. and disposing of any material r t identified in the Contrad Documents, or where editions exist that could not have been reasor"ably foreseen at the time of tendering. All work under this paregraph ,,, shall be deemed to be ExtraiWork. Page 24 Rev. Date: ttnoos ovss.tYwra ttm O6 Prior to commencement of Ure Work, the Owner shad 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 Ot The Owner shall pay the costs of all flagging and other traffic control measures required and provided by the raihvay 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 properly 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 ~ avad 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 property or otherwise fails to comply with fhe 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 Contractors contractual obligatlons 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 appanted because of the Contractor's insolvency, the Owner may, without prejudice to any other right or remedy the Owner may have, by ' giving Ore Contractor or receiver or Wstee in bankruptcy notice in writing, terminate the Contract. GC 4.06 Contractor's Right to Correct a Defauk .01 The Contractor shall have the right within the 5 full Working Days folowing 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 fhe Contractor, a) commences Ore 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 accerdance with such schedule. Page 25 Rev. Dale: 11!2006 OPSS.MUNI 100 GC 4.07 Owner'slRiaht to Correct Default .01 If the Contractor fails to dortect the default within the time specified in subsection GC 4.06, Contractors Right to Correa a DefauO, or subsequently agreed upon, the Owner, without prejudice to any other right or rem the Owner may have, may correct such default and deduct the cost thereof, as certified by the ntrad 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, Contractors Right to Corredt a Default, or subsequen0y agreed upon, the Owner, without prejudice to any other right w remedy the Owner may have, may terminate the Contractor's right to continue the Work in whole or in part py giving wdtten 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 1Norking Area or that portion of the Working Area devoted to that part of the Work terminated; b) use the Equipment of th Contractor and any Material within the Working Area that is intended to be incorporated into the ork, the whole subject to the right of third parties; c) withhold further paymenks to the Contractor with respect to the Work or the portion of the Work withdrawn from the Contactor until the Work or portion thereof withdrawn is completed; d} charge the Contractor the additional cos[ 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 corection of Oil defauO; e) charge the Contractor a'~reasonabte allowance, as determined by the Contract Administrator, to cover correction to the N~ork performed by the Contractor that may be required under subsection GC 7.16, Warranty; ~ f) charge Ote Contractor fot' any damages Ote Owner sustained as a result of the default; and g) charge the Contractor Otje amount by which the cost of cerections to the Work under subsection GC 7.16, Waranty, exceeds Ole allowance provided for such corrections. GC 4.09 Final Pat~ment to Contractor .01 If the Owner's cost to corteet and complete the Work in whole or in part is less than the arrwunt withheld from the Contract{~r under subsection GC 4.08, Terminator of Contractor's Right to Continue the Work, the er shall pay the balance to the Contractor as soon as the final accounting for the Contract ~ complete. GC 4.10 Termination of the Contract .Ot Where the Contractor is in ffefault of the Contract the Owner may, wiOwut prejudice to any other right or remedy the Owner y have, terminate the Contract by giving written notice of terranation to the Contractor, the Surety, aid any trustee or receiver acting on behalf of the Cbntractor's estate ar creditors. i it i Page26 I F2ev. l1~: ti/200ti Oh'SS.Yvtl#JI 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 4.11 Continuation of Contractor's Obligations .01 The Contractor's obligation under the Contract as to quality, correction, and warranty of the Work performed prior to the time of termination of the Contract or termination of the Contractor's right to continue with the Work in whole or in part shall continue to be in force after such termination. GC 4.12 Use of Performance Bond .Ot If the Contractor is in default of the Contract and the Contractor has provided a Performance Bond, the provisions of Section GC 4.0, Owner's Responsibilities and Rights, shall be exercised in accordance with the conditions of the Performance Bond. GC 4.13 Payment Adjustment .Ot If any situation should occur in the performance of the Work that would result in a Change in the Work, the Owner shall be entitled to an adjustment and (hose adjustments shah be managed in accordance with subsection GC 3.10.01, Changes in the Wodc. Page 27 Rev. Date: 11/2006 OPSS.MUNI 100 f~ GC 5.01 Ot All Material necessary for proper completion of the Work, except that listed as being supplied by the Owner, shall be suppy by the Contractor. The Contract price for the appropriate tender items shall be deemed to include I compensation for the supply of such Material. GC 5.02 Quality ¢f Material .01 All Material supplied by th~ Contractor shall be new, unless otherwise specified in the Contract Documents. i Supply Qf Material SECTION GC 5.0 -MATERIAL .02 Material supplied by the Cor~tractw shall conform to the requirements of the Contract. .03 As specked in the Contact Documents or as requested by Ute Contract Administrator, the Contractor shall make avail le, for inspection or testing, a sample of any Material to be supplied by the Contractor. .04 The Contractor shall obtainfw the ConVact Administrator Ole right to enter onto the premises of the Material manufacturer w sujpplier to carry out such inspection, sampling, and testing as specified in the Contract Documents w ~s requesfeii by the Contract Administrator. :O5 The Contractor shall notify f~re 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 tejsUng. .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 ConVact Administrator to cant' out'I 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 wriUen authorization of the Contract Administrator. .08 Material that is not specifedl sha0 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, sar~tpting, and testing shall be carried out on random basis in accordance with the standard inspection w testing methods required for the Material. Any approval given by the Contract Administrator for tie 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 t{re Work or properly performing the Contract and of any liability arising from the failure to properly ~terfonn as specified in the Contract Documents_ GC 5.03 Material .01 Rejected Material shall be ' moved from the Working Area expeditiously after the notification to that effect from the Contract A ministratw. Where the Contractor fails to rbmply with such notice, the Contract Administrator cause the rejected Material to be removed from the Working Area and disposed of, in what the C tract Administrator considers to be the most appropriate manner, and the Contractor shall pay th costs of disposal and the appropriate overhead charges. Page 28 Rev. Date: t tY1006 OPSS.MUNI 700 ^ r GC SA4 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 shalt be regarded as the standard of quality required by the Contrail 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 Owners 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 5.65.01 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 appNcable overheads. GC 5.05.02 Care of Material .01 The Contractor shall, in advance of receipt of shipments of Material supplied by the Owner, provide adequate and proper storage facilities acceptable to the Contract Administrator, and on the receipt of such Material shall promptly place it in storage, except where it is to be incorporated forthwith into the Work. .02 The Contractor shall be responsible for acceptance of Material supplied by the Owner, at the specified delivery point and for its safe handling and storage: If such Material is damaged while under the control of the Contractor, it shall be replaced or repaired by the Contractor at no expense to the Owner, and to the satisfaction of the Contract Administrator. If such Material is rejected by the Contract Administrator for reasons that are not fhe 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 pant in a damaged condition or where there are discrepancies between the quantities received and the quantities shown on the bills of lading, the Contractor shah immediately report such damage or discrepancies to the Contract Administrator who shall arrange for an immediate inspection of the shipment and provide the Contractor with a written release from responsibility for such damage or deficiencies. Where damage or deficiencies are not so reported, it shall be assumed that the shipment arrived in good condition and order, and any damage or deficiencies reported thereafter shall be made good by the Contractor at no extra cost to the Owner. Page 29 Rev. Date: 11/2006 OPSS.MUNI 100 rb the t d fo acc oum e t hall be the Owner in each shl men s Y P .04 The full amount of MateriaE~i,supplied by 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 oth~r than the performance of the Work under the Contract. .05 Empry 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 disppsed of by -the Contractor, unless otherwise specified in the Contract Documents. ~, .06 Immediately upon receipt df each shipment, the Contractor shall provide the Contract Adnrnishator copies of bills of lading, such other documentation the Contract Administrator may require to substantiate and reconcile~he quantities of Material received. .07 Where Material supplied bye the Owner is ordered and stockpiled prior to the award of the Contract, the Contractor shall, at no xtra cost to the Owner, immediately upon commencement of operations, check the Material, report y damage or deficiencies to the Contract Administrator and take charge of the Material at the st ple site. Where damage or defiaerxaes 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'e and any damage or deficiencies reported thereafter shalFbe made good by the Contractor at no exf~a cost to the Owner. r ~. Pape 30 ~ Irv. Date: 11!2006 OPSS.MUNI 700 .. SECTION GC 6.0 -INSURANCE, PROTECTION AND DAMAGE GC 6 01 P . rotection of Work, Persons and Property .01 The Contractor, the Contractor's agents, and all workers empbyed by or under the control of the Conrador, induding 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 focthe full cost of any necessary temporary protective work or works and tl1e restoration of all damage where the C t on ractor damages the Work or property in tY1e performance of the Contract. If the Contractor is not responsible for the damage that occurs t th o e 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 Contrail. The Contractor shall then investigate and report back to the Contract Administrator within 15 Days of occurrence of incident, or as soon as possible. .04 The Contractor shall not be responsible for loss and damage that occurs as a result of, a) war; b) blockades and civil commotions; c) errors in the Contract Documents; or d) acts or omissions of the Owner, the Contract Administrator, their agents and employees, or others not under the control of the Contractor, but within the Working Area with the Owner's ;t permission. .05 The Contractor and the Contractor's Surety shall not be released from any term or provision of any responsibility, obligation, or liability under the Contract or waive or impair any of the rights of the Owner, except by a release duly executed by the Owner. GC 6.02 Indemn~cation .01 The Contractor shall indemnify and hdd harmless the Owner and the Contract Administrator, their elected officials, agents, officers, and employees from and against all dai d , ms, emands, losses, expenses, costs, damages, actions, suits, or proceedings by third parties, hereinafter called "claims" , directly or indirectty arising or alleged to arise out of the performance of or the failure to pertorm the Work, provided such claims are, a) attributable to bodily injury, sickness, disease, or death or to damage to or destruction of tangible Property: b} caused by negligent acts or omissions of the Contractor or anyone for whose acts the Contractor may be liable; and c) made in writing within a period of 6 years from the date of Substantial Performance of the Work as set out in the Certificate of Substantial Pertornance of the Work or, where so specified in the Contract Documents, from the dale of certificetion of Final Acce t p ance. Page 31 Rev. Dale: 112006 OPSS.MUNI 100 r t .02 The Contractor shall indemn iy and hdd harmless the Owner from aN and every Gaim for damages, royalties or fees for the id Contractor in connection w'I ngement of any patented invention or copyright occasioned by the ~i 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.D1 and GC 6.02.O~ I .04 The Owner shall indemnify end hold harmless the Contractor, their elected officials, agents, officers, and employees from and a~ painst alt Gaims, demands, losses, expenses, casts, damages, actions, suits, w proceedings arising . out of the Contractor's performance of the Contract that are attributable to a lads of w defect in title Qr an alleged lack of w defect in title to the Working Area. 05 The Contractor expressly I'i waives the right to indemnity for claims other than those stated in paragraph GC 6.02.04. j GC 6.03 Contrac tor's Insurance GC 6.03.(11 GeneraN 01 i the e With t t ti the Contractor shall Indemnification 02 of subsection GC 6 neralit . r ng g res c ou , . , y provide, maintain, and p for the insurance coverages listed under clauses GC 6.03.02 and GC 6.03.03. Insurance co verage in Causes GC 6.03.04, GC 6.03.05, and GC 6.03.06 shall Doty apply when so specified in t he Contract Documents. 02 The Contractor shall provi ~ a [he Contract Administrator with an original Certificate of Insurance for each type of insurance co erage that is required by the Contract Documents. The Contractor shall ensure that Me Contract Ac ~ministratw is, at all times in receipt of a valid Certificate of Insurance for each type of insurance co~ (erage, in such amounts as specified in the Contract Documents. The Contractor will not be p tted to commence work until the Contract Administrator is in receipt of e such proof of insurance. a Contract Administrator may withhold payments of monies due to the Contractor until the Contra for has provided the Contract Administrator with original valid Certificates of Insurance as required byj the provisions of the Contract Documents. ~' GC 6.03.02 Genera M Liability Insurance .01 General liability insurance hall be in the name of the Contractor, with the Owner and the Contract Administrator named as a difional insureds, with limits of not less than five million dollars. inGusive per occurrence for bodity i 'ury, death, and damage to property including loss of use thereof, with a property damage deducti a of not more than $5,000. The form of this insurance shall be the Insurance Bureau of Cana Form IBC 2100. 02 Another forth of insurances equal to or better Man that required in IBC Fonn 2100 may be used, provided all the requirem ts Nsted in the Contract are included. Approval of this insurance shah lie cendi6onal upon Me Con in Me Province of Onta ' ctor obtaining the services of an insurer licensed to underwrite insurance and obtaining the insurer's certificate of equivalency to the required insurance. .03 l The Contractor shall m Documents at aN times fr tain in force such pdicies of insurance specified by the Contract the commencement of the Work until Me end of any Warranty Period w as otherwise required by l e Contract Documents. .04 The Contractor shall submi t annualty to the Owner, proof of continuaUOn of the completed operations coverage and, if Me Contr~ ctw /ails to do so, the limitation period for claiming indemnity described in paragraph GC 6.02.01 c), hall not be binding on the Owner. page 32 Rev. Dale: 11f2006 OPSS.MUNI 100 i .OS Should the Contrador decide not to employ Subcontradors 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 Ot 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 restriding coverage: a) standard non-owned automobile policy induding standard contractual liability endorsement, and b) standard owners form automobile policy providing third party liability and acddent benefits i o nsurance and c vering licensed vehides 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 d addifional premises, shall be subject to limits of nd less than five million dollars indusive per occurrence for bodily injury, death, and damage to property , induding loss of use thereof, and limits of not less than five million dollars for aircraft passenger hazard. Such insurance shall be in a forn acceptable to the Owner. The poicies shall be endorsed to rovide the O ith l p wner w not ess 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 respell to owned or non-owned watercraft used directly or indirectly in Ote performance of the Work, incltding use of additional premises, shall tte subject to limits of not less than five million ddlars indusive 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 fo provide the Owner with not less than 30 Days written notice in advance of cancellation, change, w amendment restricting coverage. GC 6.03.05 Property and Boiler Insurance GC 6.03.05.01 Property Insurance .Ot All risks property insurance shall be in the name of the Contrador, with the Owner and the Contract Administrator named as additional insureds, insuring not less Oran 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 Ote Owner for incorprxaOon into the Work, with a deductible not exceeding 1% of the amount insured at Ore site of the Work. This insurance shall be in a form acceptable to the Owner and shall be maintained conlinuousty until 10 Days after the date of Final Acceptance of Ote Work, as set out in the Final Acceptance Certificate. Page ~ Rev. Date: 712006 OPSS.MUNI 100 GC 6.03.05.02 Boiler Insurance .01 Boiler insurance insuring tli~e interests of the Contractor, the Owner and the Contract Administrator for not Tess than the replament value of boilers and pressure vessels forming part of the Work, shalt be in a form accepts le to the Owner. This insurance shall be maintained continuously from commencement of use or pperation of the property insured unfit 10 Days after the date of Fnal Acceptance of the Work, as set out in the Final Acceptance Certificate. GC 6.03.05.03 .Use ant Oecupancy of the Work Prior to Completion 01 Should. the Owner wish to se a occupy part or all of the Work prior to Substantial Performance, the Owner shall give 30 Days v~ritten nofice to the Contractor of the intended purpose and extent of such use or occupancy. Prior to uch use or occupancy, the Contractor shall notify the Owner in writing of the additional premium cos if any, to maintain property and boiler insurance, which shall be at the Owner's expense. If becpuse of such use or occupancy the Contractor is unable to provide coverage, the Owner upon written notlce from the Contracts and prior to such use w occupancy shall provide, maintain, a pay for property and boiler insurance insuring the full value of the Work, including coverage for st~i use or occupancy, and shall provide the Contractor with proof of such insurance. The Contractor sh~l refund to the Owner the urreamed premiums applicable to the Contractor's policies upon ruination 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 a~td the Contractor for the purpose of adjusting the amount of such loss or damage payment with tha insurers. When the extent of the Ices or damage is deternined, the Contractor shalt proceed fo 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 ~ consultation with the Contractor. GC 6.03.05.04 Payment for Loss or Damage .Ot The Contractor shall be a tlded to receive from the Owner, in addition to the amount due under the Contract, the amount at vt~rich 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 C~C 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 Workr t .02 The Contractor shall be responsible for deductible amounts under the policies, except where such amounts may be excludedfrom the Contracto's responsibility by the terms of this Contract. .03 In the event of a loss or amage to the Work arising from the actlon or omission of the Owner or o0ters, the Owner shall the Contractor the cost of restoring the Work as the restoration of the Work proceeds and in a ordance with the requirements of Section GC $.0, Measurement and •~ Payment !I Page ~ Rev. Date: 1112006 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 1 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 polities 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 seH-insurance of the Contractor's Equipment, the Owner agrees to waive the equipment insurance requirement, and for the r f thi C pu pose o s ontract, the Contractor shall be deemed to be insured. This policy shall be amended Eo provide permission for the Contractor to grant prior releases with respect to damage to the Contractors 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 FnaF 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 extrusive of information pertaining to premium om- premium bases used by the insurer to determine the cost of the insurance. The certified true copy shall intrude a signature by an officer of the Contractor and, in addition, a signature by an officer of the insurer or the underwriter or the brdcer. .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 s ecified oth wi th C . p er se, e ontractor shall be responsible for the payment of deductible amounts under the policies. .O6 if the Contractor fails to provide or maintain insurance as required in subsection GC 6.03, Contractors 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 Owners 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 an 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 doctments. .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 36 Rev. Date: 11!2006 OPSS.MUN1100 , GC 6.05 Workpla~e Safety and Insurance Board .01 The Contractor shall provide the Contract Administrator with a copy of a Certificate of Clearance indicating the Contractor's'jgood standing with the Workplace Safety and Insurance Board, as follows: a) Immediately prior to the iContrac[ Administrator authorizing the Contractor to commence Work. b) Prior to issue of the Cerjificate of Substantial Performance. c) Prior to expiration of then Warranty Period. d) At any other time when {equested by the Contract Administrator. Page 36 Rev. Date: 11!2006 OPSS.MUNI 100 SECTK)N GC 7.0 -CONTRACTOR'S RESPONSIBILITIES AND CONTROL OF THE WORK GC 7.01 General , .Ot The Contractor warrants that the site of the Work has been visited during [he 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 r the Contract in accordance with the Contract Documents. The Work shall be pertormed 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 O6 construction methods required in their use. Notwith t di h . s an ng paragrap GC 7.01.05, where the Contract Documents indude 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 re uirements f q o the Occupational Health and Safety Act, R.S.O. 1990, c.0.1, as amended, (the "Act") and Ontario R l ti 1 egu a on 2 3/91, 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 maybe. The Contractor shall ensure thaL• a) worker safety is given first priority in planning, pricing, and pertonning 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 versron 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 pertonnarxz of the Work; d) workers employed to carry out the Work possess the knowledge, skills, and protective devices r required by law or recommended for use by a recognized industry association to allow them to work in safety; e) its supervisory empbyees 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. Gate: 11!2006 OPSS.MUNI 100 ^ f) all Subcontractors anQ~their workers are properly protected from. injury while they are at the ' Work Area. .,III .Ot3 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 confimwtion that its methops 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 appdnted to enforce the Ac~[ and the Regulations in any investigations of workerhealth and safety in the performance of the Wodc. The Contractor shall indemnify and save the Owner harmless from any additional expense th t the Owner may incur to have the Work performed as a result of the Contractor's failure to com~y with the requirements of the Act and the Regulations. .09 Prior to commencement of Work, the Contractor shall provide to the Contract Administrator a list of those products control d under the Workplace Hazardous Materials Infortna[ion 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.'II The Contractor shall notify the Contractor Administrator in writing of charges in the products to qe used and provide relevant Material Safety Data Sheets. .t0 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 Contractors behalf. Prior to commencement of construction, the Contactor shall notify the Contract Administrator of the names; addresses; positions; and cell phone, agar, and telephone numbers of the Contractors representatives who can be contacted at any ' 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 sha'1 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 ck- 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 ha~re other responsibilities, including other construction sites, and need not be present in the Working /Nrea at aU times. .12 The Contractor shall, at nq additional cost to the Owner, furnish all reasonable aid, facilities, and assistance required by the~Contrad Administrator for the proper inspection and examination of the Work or the taking of meas rerr~nts for the purpose of payment. ' .13 The Contractor shall pare and update, as required, a construction schedule of .operations, indicating the proposed ttads of construction and sequence of work and the time the Contractor proposes to complete the vlanous items of work within the time specified in the Contract Documents. The schedule shall be sut`mitted to the Contract Administrator within 14 Days from the Contract award. If the Contractor's Schedule is materially affected by changes, the lontractor shah submit an updated constriction scheddule, H requested by the Contract Administrator, within 7 Days of the request. This updated schedule shall show ban 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 froths any error, inconsistency, or omission relating to the Contract, the Contractor shall promptly feport it to the Contract Administrator and shall not proceed with the ' activity affected until receiv`ng directbn from the Contract Administrator. .75 The Contractor shalt promftly notify Ute Contract Administrator in writing if the subsurface conditions ' observed in the Working Area differ materially from those indicated in the Contract Documents. Page 36 '' Rev. Dale: 1112006 OPSS.MUNI 100 .16 The Contractor shall arrange with the appropriate Utility authorities for the stake out of all underground Ufilities 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 notiiy 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 UGlifies 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 L . ayout .Ot 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 respwrsible 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 Ote Contractor's expense. 0 . 3 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. r .04 The Contractor shatl provide qualified personnel to lay out and establish all lines and grades necessary for construction. The Contractor shall notiry the Contract Administrator of any layout work carried out, so that the same may be checked by the Contract Administrator. OS The Contractor shall install and maintain substantial alignment markers and se~ndary benchmarks as may be required for the proper execution of the Work. The Contractor shalt supply one copy of all li a gnment and grade sheets to the Contract Administrator. , .O6 The Contractor shall assume full responsibility for alignment, elevations, and dimensions of each and all parts of the Work, regardless of whether the 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 destrucfion or removal, such stakes, marks, and reference points shall be replaced at the Contractor's expense. .08 Benchmarks and survey monuments identified in the Contract Documents shall be protected by the Contractor. In the case of their destruction or removal, such benchmarks and survey monuments shall be replaced by the Owner at the Contractor's expense. GC 7.03 Working Area .Ot 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. fi .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 ^ 1 .D3 The Contractor shall not Contractor has received p GC 7.04 Dama er upon a occupy any private property for any purpose, unless the written permission from the property owner. Vehicles or Other Equipment ' .Ot If at any time, in the opinio~ of Ote Contract Administrator, damage is being done s is likely to be done to any Roadway s afiy irr~rovement thereon, outside the Working Area, by the Contractors vehicles or other Equipmen whether licensed or unlicensed Equipment, the Contractor shall, on the direction of the Contract ~ministrator, and at no extra cost to the Owner, make changes or substitutions for such vehi~les a 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:~.oading of Motor Vehicles .Ot Where a vehicle is hauling (Material for use on the Work, in while or in part; upon a Highway; and where motor vehice regist on is required for such vehicle, the Contractor shall not cause or permit such vehicle to be loaded Ipeyond the legal limit specified in the Highway Traffic Act, R.S.O. 1990, c.H.8, as amended, whetter such vehicle is registered in the name of the Contracts a otherwise, except where there are de$gnated areas within the Working Area where overloading is permitted. The Contractor shall bear tt~e onus of weighing disputed loads. GC 7.06 Conditi~ of the Working Area ' .01 The Contractor shall maint2`in the Working Area in a tidy condition and free from the accumulation of debris and prevent dust nuance, mud, and ponding water, other than that caused by the Owner a others. GC 7.07 MaintaNrfng Roads and Detours .Of Unless otherwise specified in the Contract Documents, if an exisfing Roadway is affected by .03 Subject to the approval o~ the Contract Administrator, the Contractor may block traffic for short periods of time to facilitate)I construction of the Work in accordance with the OTM. Any temporary lane cbsures shall be kept W a minimum. construction, it shall be ke open to both vehicular and pedestrian traffic. .02 Subject to the approval of the Contrail Administrator, the Contractor shall, at no additional cost to the Owner, be responsible;ifor providing and maintaining for the duration of the Work an alternative route for both pedestrian aqd vehicular traffic through the Working Area in accordance with the OTM, whether along the existing Highway under constrtction a on a detour road beside a adjacent to the Highway under construction. ' .04 The Contractor shall not required to maintain a road through the Waking Area until such time as the Contrails has cam aced operations or during seasonal shut down a on any part of the Contract that has been acpted in accordance with these General Conditions. The Contractor shall not be required to apply deticing chemicals a abrasives a carry out snowplowing. .05 Where localized and sepa tail sections of the Highway are affected by the Contractor's operations, the Contracts shall not be required to maintain intervening sections of the Highway until such times as these sections are loca within the limits of the Highway affected by the Contractor's general operations under the Con il. .06 Where the Contrail Docum~ertts provide fa a the Contract Administrator requires detours at specific locations, payment for the struction of the detours and, if required, for the subsequent. removal of the detours, shall be made~t the Contract prices appropriate to such work. II Page 40 Rev. Date: 112006 OPSS.MUW 100 i .07 Compensation for all labour, Equipment, and Materials to do this Work shall be at the Contract prices appropriate to the Work and, where there are no such prices, at negotiated prices. Notwithstanding the foregoing, the cost of Wading 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 lie 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 Properly, 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) wntinuity of U61ity services to properties adjoining the Working Area. .02 The Contractor shall provide at all times and at no extra cost to the Owner access to fire hydrants, water and gas valves, and all other Utilities located in the Working Area. .03 Where arty 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 intertuptions 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 arty permits, licences, and certificates, which at the date of tender closing, are required for , the performance of the Work. .02 The Contractor shall arrange for all necessary inspections required by the approvals and permits spedfied in paragraph GC 7.09.01. Page 41 Rev. Date: 1112006 OPSS.MUNI 100 t GC 7.10 Suspergkion of Work ' .01 The Contractor shall, upon! ritten notice from the Contract Administrator, discontinue or delay any or ail of the Work and work all not be resumed until the Contract Administrator so directs in writing. Delays, in these circumsta ,shall be administered according to subsection GC 3.07, Delays. GC 7.11 ConMac~or's Right to Stop the Work or Terminate the Contract .01 If the Owner is adjudged ~ankrupt or makes a general assignment for the benefit of creditors because of insolvency or i~ 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 bank tcy written notice, terminate the Contract. ' .02 If the Work is stopped or erwise delayed for a period of 30 Days or more under an order of a court or other public autho ' 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 arty other right or remedy the Contractor may have, by giving the Owner written notice, terminate the Contract. .03 The Contractor may notify Owner in writing, with a copy to the Contract Administrator, that the Owner is in default of cunt tual obligations if, a) the Contract Administra r fails to issue certificates in accordance with the provisions of Section GC 8.0, Measurement ~nd Payment; b) the Owner fails to payj the Contractor, within 30 Days of the due dates identified in clause GC 8.02.03, Cerfificatiajn and Payment, the amounts certified by the Contract Administrator or within 30 Days of aq award by an arbitrator or court; or c) the Owner violates the requirements of the Contract. .04 The Contractor's written nol~ce to the Owner shalt advise that if the default is no[ corrected in the 7 Days immediately following #eceipt 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 CantraCt. 05 If the Contractor temlinate~ the Contract under the conditions set out in subsecton GC 7.11, the Contractor shall be enfitled to be paid for all work pertormed 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 ~v the Contractor .Ot Before work is carried out ghat may affect the properly or operations of any Ministry or agency of government or any person;~cnompany; partnership; or corporation, including a municipal corporation or any board or commis thereof, and in addifion to such notices of the commencement of ' specified operations as areprescdbed elsewhere in the Contract Documents, the Contractor shall give at least 48 hours advance written notice of the date of commencer~t of such work to the person, company, parlnersh ,corporation, board, or commission so affected. .02 In the case of damage to interference with any Utilities, pole lines, pipe lines, conduits, farm tiles, or other public or privately owned works or properly, the Contractor shah immediately notify the Owner, Contract Adminislr~tor, and the owner of the works of the Iocafion and details of such _ damage or interference. 1 Page az Rev. Date: 11!2006 OPSS.Ml1Nt 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 Work and any traffic conditions, including traffic conditions on any Highway or road giving access to the Working Area caused by such obstructions, and the Contractor shall not make any claim against the Owner , for any loss, damage, or expense occesioned 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 [o 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 .Ot 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 wmpanies, and the Owner and they shalt be allowed access to their work or plant at all reasonable times. GC 7.15 Cleaning Up Before Acceptance .Ot Upon attaining Substantial Performance of the Work, the Contractor shall remove surplus materials, tools, construction machinery and equipment not required for the performance of the remaining , Work. The Contractor shall also remove all temporary works and debris other than that caused by the Owner or others and leave the Work and Working Area clean aril suitable for occupancy by the Owner, unless otherwise specified. .02 The Woeic shall not be deemed to have reached Completion until the Contractor has removed ' surplus materials, tools, construction machinery, and equipment The Contractor shall also have removed debris, other than that caused by the Owner, or others. GC 7.16 Warranty .Ot 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, Page 43 Rev. Dale: 1112006 OPSS.MUNI 100 b) where the work is corihpleted after the date of Substantial Performance, 12 months after Completion of [he Work) c) where there is no Certifl~ate of Substantial Performance, 12 months from the date of Completion of the Work as set out irk the Completion Certificate, or d) such longer periods asl may be specified in the Contract Documents for certain Materials or some of the Work. ', The Contract Administrator'~Shall promp8y give the Contractor written notice of observed defects or deficiencies. i .03 The Contractor shall con~ct or pay for damage resulting from corrections made under the requirements of paragraph C 7.16.02. GC 7.17 Gontrac~or's Workers .Ot The Contractor shall only ~empby 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, 111 the opinion of the Contract Administrator, incompetent, or disorderly such worker or workers shill be removed from the work and shall not be employed on the work again without the consent injwrlting of the Contract Administrator. GC 7.18 Drainag@ .01 During construction and unti the Work is canpleted, the Contractor shall make all reasonable efforts to keep all portions of the V1~ork properly and efficiently drained, to at least the same degree as that of the existing drainage con4litions. Page 44 Rev. Date: 7112006 l]PSS.MUNI toe SECTION GC 8.0 -MEASUREMENT AND PAYMENT GC 8.07 Measurement , GC 8.01.01 Quantities , .01 The Contract AdminisUator 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 performed 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-0ff Date. .02 Such quantities for progress payments shall be construed and held [o 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 prirtcipies 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 ft appears that the quantity of Work b 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, Ote ' Contractor shall proceed to do the Work or supply the Material or both required to complete the tender item and payment shall be made for the actual amount of Work done or Material supplied or both at the unit prices stated in the Tender except as provided below: a) In the case of a Major Item where the quantity of Work performed or Material supplied or both by ' the Contractor exceeds the tender quantity by more than 15%, either party to the Contract may make a written request to the other party to negotiate a revised unit price for that portion of the Work performed or Material supplied or both which exceeds 115% of the tender quantity. The negotiation shall be carried out as soon as reasonably possible. Any revision of Ole 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 appligble overhead. b) In Ote case of a Major Item where the quantity of Work perforated 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 potion of the actual ovefieads and fixed costs applicable to the artwunt of the undertun 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 proreted uniformty over 100% of the tender quantity for the item. Overftead costs shall be confirmed by a statement certified by Ote Contractor's senior finanaal officer or auditor and may be audited by the Owner. Alternatively, where both parties agree, an allowance equal to 10% of the unit price on the amount of the underun in excess of 15% 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 Cerffiicate. Page 45 Rev. Date: t 712006 OPSS.MUNI 100 ' GC 8.02 GC 8.02.07 Price tot Work .01 Prices for the Work shall b@ full compensation for all labour, Equipment and Material required in its performance. The term "all labour, Equipment, and Material° shall inGude Hand Toils, supplies, and other incidentals. .02 Payment for work not spec~ficaHy detailed as part of any one item and without specified details of payment shall be deemed tr,~ be included in the items with which it is associated. GC 8.02.02 Ot -The Owner shall make a the written request of the a) The Contractor sha0 d. the Contractor shall, in and proper storage foci b) The value of procedure: i. Sources Other Thai (1) Granular A, B, Contract price. (2) Coarse and fir Portland cemen each aggregate ii. Commercial Source Payment for separ when such material be carried out befoi for o0rer materials k Payments for Material payments for Material intended for incorporation in the Work upon aor and according to the following terms and conditions: the Material to a site approved by the Contract Administrator and nce of receipt of the shiprr~nt of the Material, arrange for adequate processed and stockpiled, shall be assessed by the following Commercial 31, BII, BIII, M, and O shall be assessed at the rate of ti0% of the :aggregates for hot mix asphaltic concrete, surface treatment and concrete shall be assessed at the rate of 25°k of the Contract price for :d coarse and fine aggregates shall be considered at the above rate are stockpiled at a commercial source where further processing is to incorporating such materials into a final product. Advance payments ated at a commercial source shall not be made. c) Payment for all other materials, unless otherwise specified elsewhere in the Contract Documents, shall be ba on the irwoice price, and the Contractor shall submit proof of cost to the Contract Administra r before payment can be made by the Owner. d) The payment for all Mat~rials shall be prorated against the appropriate tender item by paying for sufficient units of the itgm to cover the value of the material Such payment shall not exceed 80°~ of the Contract pride for the item. e) All Materials for which tF~e Contractor wishes to receive advance payment shah be placed in the designated storage loca4ion immediately upon receipt of the material and shall thenceforth be held by the Contractor ~ trust for [he Owner as collateral security for any monies advanced by the Owner and for the dyne canplefion of the Work. The Contractor shall not exercise any act of ownership inconsistent th such security, or remove any Material from the storage locations, except for inclusion in th~Work, without the consent, in writing, of the Contract Administrator. f) Such materials shall remain at the risk of the Contractor who shah be responsible for any loss, damage, theft, improper fuse, or desbucfion 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 II not constitute acceptance of the Material by the Owner Acceptance shall only be determined whean the material meets the requirements of the appropriate specification. Page 46 Rev. Date: 11/2006 OPta4.MUNl 100 GC 8.02.03 Certification and Payment GC 8.0203.01 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 cause GC 8.01.01, QuanfiOes. .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 Nle 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 shah 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 Administretor that the Subcontractor has discharged all IiabiNtles incurred in carrying out the subcontract; Page 47 Rev. Dale: 11!2006 OPSS.MUNI 100 r c) a satisfactory clearanc~ certificate or letter from the Workplace Safety and Insurance Board ' relating to the subcattr~ ct; and d) a copy of the contrac statement showing the f ~ between the Contractor and the Subcontractor and a satisfactory atal amount due the Subcontractor from the Contractor .02 Paragraph GC 8 02 03 03 . 1 d h ll . . . . ), s a only apply to Lump Sum Items and then only when the Contract Administrator sped icaAy requests it. :03 Upon receipt of the statutory y holdback, the Contractor shall forthwith give the Subcontractor the payment due under the subc I orract. ' 04 Release of statutory holdb Contractor, or the Contractor ~ck by the Owner in respect of a subcontract shall not relieve the s Surely, of any of their responsibilities. GC 8.02.03.04 Certificat ion of Substantial Performance ' .Ot Upon application by the C Contract has b b ~fractor and when the Contract Administrator has verified that the . een su stan ally performed, the Contract Administrator shall issue a Certificate of ' 02 Substantial Performance. U . pon verifying that the Con act has been substantially performed, the Contract Administrator shall issue a certificate of Subs ntial Performance and shall set out in the Certificate of Substantial Pertormance the date on w ich the Contract was substantially performed and, within 7 Days after signing the said certificate, tty e Contract Administrator shall provide a copy to the Contractor. 03 Upon receipt of a copy of the as required by Section 32(1 Certificate of Substantial Performance, the Contractor shall forthwith, 1 Paragraph 5 of the Construction Li A amended, publish a copy of t en ct, R.S.O. 1990, c.C.30, as he certificate in a construction trade newspaper Such publication shal! include placement in the Dail y Commerdal News. .04 Where the Contractor fails o publish a copy of the Certificate of Substantial Performance as required above within 7 Da s after receiving a copy of the certificate signed by the Contract Administrator, the Owner may~publish a copy of the certificate at the Contractors expense. .O5 Except as otherwise prov~ett for in Section 31 of the Construction Lien Act, the 45 Day lien period prior to the release of holdt>grck as referred to in clause GC 8.02.03A5, Substantial Pertormance Payment and Statutory Holdback Release Payment Certificates, shah 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~iRelease Payment Certificates .01 When the .Contract Administrator issues the Certifipte of Substantial Performance, the Contract Administrator shall also issue] the Substantial Perfomrance payment Certificate and the Substantial Performance Statutory Holdhack Release Payment Certificate or where appropriate, a combined payment certificate. .02 The Substantial Pertormance ~ayment Certificate chap show, a) the value of Work pertomted to the date of Substantial Performance; b) the value of outstanding or incorplete Wait; c) the amount of the staluto holdback, albwing for any previous releases of statubry holdback to the Contractor in respect ~f completed subcontracts and deliveries of pre-selected equipment; Page 48 ~ Rev. Date: 1 t/2008 OP$S.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 Certfipte shall be a payment certificate releasing to the Contractor the statutory hodback due in respell 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 satsfadory 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 irrcurted 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 [he Wortkplace Safety and Insurance Board; and d) proof of publication of the Certificate of Substantial Performance. GC 8.02.03.Ofi Certification of Completion .01 Upon application by the Contrador and when the Contract Administrator has verified that the Contrad has reached Completion, the Contrad Administrator shall issue a Completion Certificate. .02 The Contract Administrator shalt 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 CertiRcates .01 When the Contract Administretor issues the Completion Certificate, the Contract Administrator shall also issue the Completion Payment Certificate and the Completion Statutory Hodback Release Payment Certificate or where appropriate, a combined payment certficate. .02 The Completion Payment Certificate shall shah, a) measurement and value of Work at Completion; b) the amount of the further statutory holdback based on the value of further work completed over and above the value of work completed shown in the Substantial Performance Payment Certificate referred to above; and c) the amount due the Contractor. .03 The Completion Statutory Holdback Release Payment Certificate 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 Wank as established by the Completon Certificate but subjed to the provisions of the Construction Lien Ad and the submission by the Contractor of the following documents: p~ygg Rev. Date: 11YIOOti OPSS.MUNI 100 r ~~ ' a) a release by the Contt~ctor in a form satisfactory to [he Contract Administrator releasing the Owner from all further claims relating to the Contract, qualified by stated exceptions where appropriate; ' b) a statutory declaration m a form satisfactory to the Contract Administrator that aN liabilities incurred by the Contrac)or and the Contractor's Subcontractors in carrying but the Contract have been discharged, quali~ed by stated exceptions where appropriate; and c) a satisfactory Certificate of Clearance from the Wortcplace Safety and Insurance Board. GC 8.02.03.08 Interest:] .Ot Interest due the Contractor i~ based on simple interest and is calculated using the applicable Rate of Interest. GC 8.02.03.09 Late Payment .Ot Provided the Contractor has complied with the requirements of the. Contract, inGuding all documentation requirementsl, when payment by the Owner to the Contractor for Work performed, or for release of statutory hol k, is delayed by the Owner, then the Contractor shall be entitled to receive. interest on the outgt$nding payment at the Rate of Interest, if payment is not received on the dates set out below: a) Progress Payment Ce b) Certificate of Subcont subcontract was comF c} Subcontract Statutory the subcontract was G d) Substantial Performai certificate; e) Substantial Performer publication of the Payr f) Completion Payment Contract reached Com g) Completion Statutory k the date that the Work .02 If the Contractor has not c requirements, prior to ex interest shall only begin to Page 50 30 Days after the Cut-0ff Date; Completion: 30 Days after the date certified as the date on which the Release Payment Certificate: 76 Days after the date on which Payment Certificate: 30 Days after the date of issuance of the Statutory Hddback Release Payment Certificate: 76 Days after Certificafe of Substantial Performance; ificete: 30 Days after the date cerfified as the date on which the on; and >ack Release Payment Certificate: 76 Days after the date certified as completed. ied with the requirements of the Contract, inGuding aU documentation on of the time periods described in P~~aPh GC 8.02:03.09.01, ue when the Contractor has wmpleted those requirements. Rev. Gate: itf2006 OPSS.MUNI 100 GC 8.02.03.10 Interest for Negotiations and Claims .01 Except as hereinafter provided, where a notice of negotiation, notice of intent to claim and the subsequent Gaims are submitted in accordance with the time limits or procedure or both described by subsection GC 3.13, Claims, Negotations, Mediation, [he Owner shall pay the Contractor the Rate of interest on the amount of the negotiated price for that part of the Work or on the amount of the settled claim. Such interest shall not commence until 30 Days after the satisfactory completion of that part of the Work. .02 Where the Contractor does not attempt to resolve the negotiation or the claim in an expeditious manner, interest shall be negotiable. .03 Where the Contractor fails to give notice of a claim within the time limit prescribed by subsection GC 3.13, Claims, Negotiations, Mediation, interest shall not be paid. .04 Where a Contractor fails to comply with the 30 Day time limit and the procedures prescribed in paragraph GC 3.13.03.03 for submission of claims, interest shall not be paid for the delay period. GC 8.02.03.11 Owner's Set-Off Ot Pursuant to Section 12 of the Construction Lien Ad, the Owner may retain from monies owing to the Contractor under this Contract an amount sufficient to cover any outstanding or disputed liabilities, inGuding the cost to remedy deficiencies, the reduction in value of substandard portions of the Work, claims fa 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 6.02.03.09.0E GC 8.02.04 Payment on a Time and Material Basis GC 8.02.04.01 Definitions .Ot For the purpose of Gause GC 8.02.04 Ole following definifions appty: 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 howdy rates of pay for such labour and supervision but shall not irlclude any payment or costs inaured for general supervision, administratron, and management lime spent on the entire Work or any wages, saHary, 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 curcent market prices for the purpose of carrying out Extra Work by the Contractor a by others, when such arrangements have been made by the Contractor for completing the Work, as shown by itemized invoices. Operated Rented Equipment means Rented Equipment for which an operator is provided by the supplier of the equipment and for which the rent or lease includes the cost of the operator. Page 51 Rev. Dale: 1112006 OPSS.MUNI 100 1 Payroll Burden means the p menu in respect of workplace insurance, vacation pay, employment insurance, public liability and pro~erty damage insurance, sickness and acddent insurance, pension fund, and such other welfare and benefit payments fomring part of the Contractor's normal labour costs. Rented Equipment means equi~ment that is rented or leased for the special purpose of Work on a Time and Material Basis from a peroo ,firm, or corporation that is not an assoclate of the lessee as the word "assodate" is defined by the Securities Ad, R.S.O. 1990, c.S.5, as amended, and is approved by the Contrail Administrator. Road Work means the prep lion, construction, finishing, and construction maintenance of roads, streets, Highways, and parkin bts and includes all work incidentals thereto other than work on structures ' Sewer and Watermain Work'I means the preparation, construction, finishing, and construction maintenance of sewer systems {Ind waternain systems, and includes all work incidental thereto other ' than work on structures. Standby Time means any period' of time that is not considered Working Time and which together with the Working Time does not exceed 10 hours in any one Working Day and during which time a unit of ' equipment rannot practically be used on other work but must remain on the site in order to continue with its assigned task and during whlclh time the unit is in fusty operable condition. Structure Work means the corl~truction, reconstruction, repair, alteration, remodelling, renovation, or demolition of any bridge; buikling ~ tunnel, or retaining wall and includes the preparation for and the laying of the foundation of any bridge, wilding, tunnel, or retaining wall and the installation of equipment and appurtenances incldentai thereto.) ' The 127 Rate means the rate fort a unit of Equipment as listed in OPSS 127, Schedule of Rental Rates for Construction Equipment, Inclining Model and Specification Reference, that is current at the time the work is carried out or for Equip t 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 AAaterlal ~asis means Changes in the Work, Extra Work, and Additional Work appreved by the Contrail Admini for for payment on a Time and Material basis. The Work on a Time ' and Material Basis shall be subjegt 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 activety and of necessity ' engaged on a spedfx: operation the first 2 hours of each irrurrediately following period during which the unit is not so engaged but du which the operation is otherwise proceeding and during which time the unit cannot prailicafly be trart$ferred to other work but must remain on the site in order to continue ' with its assigned tasks and during Vahich time the unit is in a fully operable conditon. GC 8.02.04.02. 'Daily Wo~ Records .01 Daily Work Records, prepares' as The txse may be by either Ole Contractor's representative or the Contract Administrator r g the labour and Equipment employed and the Material used on each Time and Material project, should be recondled and signed each Day by both Ole Contractor's representative and the Contact Administrator. Hit is not possible to reconcile the Daily Work ' Records, then the Contractor shall submit the un-recorlclled Daily Work Records with its claim, whereby the resolution ~ thepispute about the Daily Work Records shall rat lie resdved until there is a resolution of the claim. Page ~ ~ Rev. Dale: 11/2006 OPSS.MUNI 100 GC 8.02.04.03 Payment for Work .Ot Payment as herein provided shall be full compensation for all labour, Equipment, and Material to do the Work on a Time and Material Basis except where there is agreement to the contrary prior to the commencement of the Work on a Time and Material Basis. The payment 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 detemuned 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 Equiprcent, 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°k 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 S.D2.04.06.02 Standby Time .O7 The Owner shall pay the Contractor for Standby Time of Equipment at 35% of The 127 Rate or35°k of the irnoice 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 age ~ Rev. Dale: t 1!2006 OPSS.MUNI 700 1 the Contract Administrator. f This shall include Rented Equipment intended for use on other work, but ' has been idled due to the cilrcumstances 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 empl ed 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 Administra[or~ay require Rented Equipment idled by the circumstances giving rise to the Work on Time and M terial Basis to be returned to the lessor until the work requiring the equipment can be resumed.li The Owner shall pay such costs as a result from such return. J .04 When Equipment is transported, solely for the purpose of the Work on a Time and Material Basis, to or from the Working Area or a Time and Material basis, payment shall be made by the Owner only in respect of the transportirrg units. When Equipment is moved under its own power it shall be deemed to be working. Tfje method of moving Equipment and the rates shop be subject to the approval of the Contract Adrhinistratrv GC 8.02.04.07 for Hand Tools ' .Ot Notwithstanding any other provision of this Section, no payment shall be made to the Contractor for or in respect of Hand Tools der equipment that are tools of the trade. GC 8.02.04.08 for Work By Subcontractors .Ot Where the Contractor arranges for Work on a Time and Material Basis, or a part of it, to be performed by Subcontractor$ on a Time and Material basis and has received approval prior to the commencement of such wprk, in accordance with the requirements of subsection GC 3.09, Subcontracting by the Contrjactor, the Cwner shall pay the cos[ 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 marku{~ calculated on the following basis: a) 20°k of the first $3,000; b) 15% of the amount from3,000 to $10,000; plus c) 5°h of the amount in excgss of $10,000. .02 No further markup shop be applied regardless of the extent to which the work is assigned or sublet to others. If work is assignrd qr sublet to an associate, as defined by Ore Secwifies pct, no markup whatsoever shall be applied. GC 8.02.04.09 of Invoices .01 At the start of the Work on ai Time and Material Basis, the Contractor shall provide the appgcabte labour and Equipment rates rrbt already submitted to the Contract Administrator during the course of such work. .02 Separate summaries shall bepleted by the Contractor according to the s~rrdard form "Summary for Payment of Accounts on Time and Material Basis," Each summary shop indude the Change Directive or Change Order number and covering dates of the work and shop itemize separately the labour, Materials, and Equiprftent. 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. lam: rtnoos oPSS.MUrtr too .03 Each month the Contract Administrator shall indude 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 Ofher Than on a Time and Material Basis .Ot 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 .Ot 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 alt cost of general supervision, administration, and management time spent on the work, and no other payment or allowance shall be made in respect of such work. GC 8.02.05 Final Acceptance Cert~cate .Ot After the acceptance of the Work, the Contract Administrator shall issue the Final Acceptance Certificate, or, where applicable, after the Warranty Period has expired. The Final Acceptance Certificate shall not be issued until all known defidendes have been adjusted or corrected, as the case may be, and the Contractor has discharged all ~ligations under the Contract. GC 8.02.06 Payment of Workers .01 The Contractor shall, in addition to any fringe benefits, pay the. workers empbyed on the Work in accordance with the labour conditions set out in the Contract and at intervals of not Tess than twice a month. .02 The Contractor shall require each Subcontrador doing any part of the Work to pay the workers errployed by the Subcontractor on the Work in accordance with paragraph GC 8.02.06.01. .03 Where any person empbyed by the Controdor or arty Subcontrodor or other person on the Work is paid less than the amount required m be paid under the Contract, the Owner may set off monies in accordance with douse GC 8.02.03.11, Owner's Set-Otf. GC 8.02.07 Records .01 The Contractor shall maintain and keep accurate Records relating to the Work, Changes in the Work, Ex[ro Work, and daims arising therefrom. Such Records shall be of suffident detail to support the total cost of Ute 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 empbyed by the Controdor preserve all original Records pertaining to the Work, Changes in the Work, Extra Work, and daims arising tlterefrom for a similar period of time. .02 The Owner may inspect and audit the Contractor's Records relating to the Work, Extra Work, and Charges in the Work at any Gme during the period of the Contract. The Contractor shall supply certified copies of any part of ifs Records required, whenever requested by the Owner. Page ~ Rev. pate: 1112006 OPSS.MUNI 100 I~ GC 8.02.08 Taxes .01 Where a change in Cana this Contract, and this ch shall increase w deaea: involved. t Federal or Provincial taxes occurs after the date of tender closing for le could not have been anticipated at the time of bidding, the Owner Contract payments to account for the exact arrbunt of tax change ~ .02 Claims for compensation for addifional tax cost shall be submitted by the Contractor to the Contract Administrator on forms prov~ded by the Contract Administrator to the Contractor. Such Gaims for additional tax costs shall be Submitted not less than 30 Days after the date of Final Acceptance, .03 Where the Contractor ben~fits from a change in Canadian Federal or Provincial taxes, the Contractor shah submit to the Contract Administrator, on forms provided by the Contract Administrator, a statement off such benefits. This statement shall be submitted not later than 30 Days after Final Acceptance. i ' .04 Changes in Canadian Federr~~II w Provincial taxes that impact upon commodities, which when left in Place form part of the finishe,!d Work, w fhe provision of services, where such services form part of the Work and where the manufacture w supply of such commodities or the provision of such ' services is carried out by th~ Contractor or a Subcontractor, are subjectto a Gaim or benefit as detailed above. Services in the latter context means the supply and operation of equipment, the provision of labour, and the s~pply of commodities that do not form part of the Work. GC 8.02.09 Liquidated Damages .01 When liquidated damages a specified in the Contract and the Contractor fails to complete the Wa-k in accordance with the ~ontrac[, the Contractor shall pay such amounts as are specified in the Contract Documents. tie ss Rev. Date: 1tY2006 OPSS.MUNI t00