Loading...
HomeMy WebLinkAbout2009-159THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW 2009-159 Being a By-law to authorize a contract between the Corporation of the Municipality of Clarington and Eagleson Construction, Millbrook, Ontario, to enter into agreement for High Street, First Street, Third and Fourth Street Reconstruction, Bowmanville, Ontario. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON HEREBY ENACTS AS FOLLOWS: 1. THAT the Mayor and Clerk are hereby authorized to execute, on behalf of the Corporation of the Municipality of Clarington and seal with the Corporation Seal, a contract between, Eagleson Construction, Millbrook, 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 23`d day of November, 2009. By-law read a third time and finally passed this 23'd day of November, 2009. CORPORATION OF THE MUNICIPALITY OF CLARINGTON HIGH STREET, FIRST STREET, THIRD STREET AND FOURTH STREET RECONSTRUCTION, BOWMANVILLE CONTRACT NO. CL2009-20 October 2009 a AECOM Project No. 12-29738 AGREEMENT THIS AGREEMENT made in quadruplicate BETWEEN: EAGLESON CONSTRUCTION of the Township of Cavan Monaghan 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 ' 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 High Street, First Street, Third Street and Fourth Street Reconstruction, Bowmanville Contract No. CL2009-20, Municipality of Clarington Addendum No. 1 dated October 27, 2009 Addendum No. 2 dated October 28, 2009 Addendum No. 3 dated October 30, 2009 A. TENDER FORM: General Itemized Bid Schedule of Contingency Unit Prices Bonds Bidder's References Schedule of Tender Data B. STANDARD TERMS AND CONDITIONS C. SCHEDULE 'C'-CONTRACTOR SAFETY D. INSTRUCTIONS TO TENDERERS E. SPECIAL PROVISIONS -GENERAL F. SPECIAL PROVISIONS -TENDER ITEMS G. DESIGN GUIDELINES H. STANDARD DRAWINGS I. PLANS: Title Sheet, Index Sheet, Drawings No. 1 - 15, L1, L2, L3 W-S 1 - 8 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 2009, and Municipality of Clarington Design Guidelines and Standard Specifications - 2004. OPSS No: Date OPSS No. Date OPSSNo. Date OPSS No. Date 127 Current 314 Nov. 2004 408 Nov. 2007 510 Nov. 2006 128 Current 330 Ma 1994 409 Nov. 2005 565 Nov. 2007 180 Nov. 2005 351 Nov. 2005 410 A r.2008 570 Nov. 2007 201 Nov. 2007 353 Nov. 2006 501 Nov. 2005 571 Nov. 2007 206 Nov. 2000 355 Nov.20D6 506 Nov. 2005 908 Mar 1998 212 Nov. 2008 405 Nov. 2008 507 Nov. 2005 1010 A ri12004 310 Nav.2008 407 Nov. 2007 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 October 23, 2010. INCONSIDERATION WHEREOF said party of the second part agrees to pay to the Contractor for all work done, the unit prices on the Tender. This agreement shall enure to the benefit of and be binding upon the heirs, executors, administrators and assigns of the Contractor and on the heirs and successors of the Purchaser. Page 2 of 3 IN WITNESS WHEREOF, the Contractor and the Purchaser have hereunto signed their names and set their seals on the day first above written. _. SIGNED and sealed by the Contractor: EAGLESON CONSTRUCTION in the presence of SIGNED and sealed by the Purchaser: THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON in the presence of ~~-A'6ernethy, Mayor ceM~ ~ zap _--- - _ - -~_ = - r; ,~ __; ~=- Bal'P , ~'i~@f~C -~ ~ ~ --- Date (~2CPM+'J('r i ~ ~ ~O~~ P:1Dept 12112-2973815pecs\Ct200&20-AGR.da Page 3 of 3 ~~v 2~ ~~ n~~e CONTRACT NO. GL2009-20 HIGH STREET, FIRST STREET, THIRD STREET AND FOURTH STREET RECONSTRUCTION, BQWMANVILLE MUNICIPALITY OF CLARINGTON ADDENDUM NO. 1 Contractors are hereby advisetl of the following modifications to Contract No. CL2009-20: Note: The installation of services under Part `H' below shall be completed this year, including restoration of base asphak, Fufi and gutter, sidewalk, boulevard grading and placement of sod. ITEMIZED BID Insert the attached "Part `H': GEORGE REYNOLDS DRIVE LOT SERVICING' after Page 17 of the Itemized Bid. Page 18, add "Total Part 'H' -George Reynolds Drive Lot Servicing" to form part of the summary section of the Itemized Bid. SPECIAL PROVISIONS -GENERAL Page 13, add the following clause: 31. HARMON/ZEb SALES TAX (HST) Changes in taxes due to the introduction of the new Harmonized Sales Tax (HSTj is set to take effect starting July 1, 2010. Effective July 1, 2010, the tendered unit prices will be adjusted to account for new HST tax change. The adjusted unit prices will reflect your lower costs as you can claim full HST on your purchases. Currently, yoU cannot claim the Ontario retail sales tax recovery on your purchases. Auer July 1, 2010, you can claim full HST recovery on your purchases. Accordingly, contract payments for work performed after the HST takes effect, will be based on the adjusted unit prices. Provide necessary detailed documentation as requested by the Municipality, to support changes to the unit prices due to the implementation of the new HST in advance of requesting payment. Contract payments after July 1, 2010 will not be made without the necessary HST support documentation.° Page 14, PROPERTY OWNER'S RELEASE OF PRIVATELY OWNED LAND USED BY THE CONTRACTOR shall be renumbered as Clause 32. SPECIAL PROVISIONS ~-TENDER ITEMS Add the following Items from Rart'H' to the corresponding Items in the Special Provisions -Tender Items based on the description in the Itemized Bid: H1, H2, H5, H6, H7, H8, H10, H12, H13, H16, H17, H18, and H19. ' CONTRACT NO. CL2009-20 ~' MUNICIPALITY OF CLARIN4TON HIGH STREET, FIRST STREffT, THIRD STREET AND FOURTH STREET RECONSTRUCTION ADDENDUM NO. 1 ' Page 2, EARTH EXCAVATION (GRADING) -ITEMS NO. A4, B5, C3 AND D3 -Add the following: "George Revno/ds Dive: ' Earth cut (including stripping)- 142 m' Fill required - 157 m' ' The scope of work under this item shall include grading of boulevards to the elevations noted at the property lines fronting on Trolls Road and George Reynolds Drive, and tying into existing grades kt 3:1. Grading of the lots is not included under this Contract" Page 38, Add the following heading: "PART 'H' -GEORGE REYNOLDS DRIVE LOT SERVICING': Under this heading, add the following Item clauses: "EARTH BORROW (Provfsfonal) -ITEM NO. H3 Under this hem and 8f the unit price bid, the Contractor shall supply, place and compact borrow material in accordance with OPSS 272. Measurement shaft be by truck box measure. This hem is to 6e used only if there is not adequate native material available from service installatfon to achieve the boulevaM grades as specified on the Contract Drawings. No work shall be pedorA~ed under this Item without approval from the Contract Administrator. LIGHT DUTY SILT F$NCE -1TEM NO. H4 2of4 Payment under this Item for the unit price bid shall be for installation of sediment control fencing around the perimeter of the new lots, and as directed by the Contract Administrator. The unit price bid shall fnclude alt maintenance necessary to keep the fence tufty operative until the completion of the Contract work. Light duty silt fence shall be constructed in accordance whh OPSD 219.110. 100 mm DUCTS ROAD CROSSING (6 DUCT BANK) -ITEM NO. H9 Payment shall be made under this Item for all labour, equipment and materials to install the 6 bank duct crossing under George Reynolds Drive as shown on the Contract Drawings. Ducts shall be 100 mm Type II PVC and shall extend 1.8 m beyond the back of curb. The duets shall be capped with pull rope installed. Measurement shall be in linear metres for the 6 bank duct structure. Payment for road restoration and removal and replacement of concrete curb and guttershall be paid for under the respective hems. TRENCH RESTORAI~ION -ITEM NO. H11 Payment shall be made under this Item for alt labour, equipment and material to restore the road to the depths below. Surplus material from trenching operations shall be used P'1Dep112N2-29]38{SP~ICL2W9-20 ADD t.tlop ~ AECOM CONTRACT NO. CL2008-20 MUNICIPALITY OF CLARINt3TON HIGH STREET, FIRST STREPc7', THIRD STREET AND FOURTH STREET RECONSTRUCTION ADDENDUM N0.1 3of4 for boulevard grading. Where there is excess material produced beyond what is required for boulevard grading, disposal off site of surplus material shall be included under this Item. Payment will be made on a linear metre basis. Where storm and sanitary services are in the same trench, payment for restoration will only be made once. Base asphalt shall be placed to finished grade elevation and will be partially removed in 2010 when surface asphalt is placed by iothers. 375 mm Granular `B ;Type i 150 mm Granular `A' 120 mm Hot Mix H.L.-8 (3 lifts) REMOVE AND REPLACE CONCRETE CURB AND GUTTER ON TRUCES ROAD -ITEM NO. H14 Payment shall be made under this Jtem for the removal of the existing drop curb on Trulis Road at the entrance fo the former fire hall and replacement with new barrier curb and gutter. Included under this Item is all labour, equipment and material requfred to do the work including sawcptting and removal of asphalt regardless of depth, sawcutdng and removal of the existing curb and gutter, placing new barrier curb and gutter in accordance with Standard DrawiArg C-302, and placing asphalt in-fills to match existing depth adjacent to the gutter, in accordance with the asphalt specifications nofed elsewhere. REMOVE 450 mm CONCRETE PIPE -ITEM NO. H15 Under this Item and for the lump sum price bid, the Confrectorsha/! remove the existing 450 mm concrete pipe that collects the ditch flow at the comer of Trulis Road and George Reynolds Drive, including plugging of the maintenance hole as shown on the Contract Drawings. Page 3, Under the Item clauses: REMOVAL OF SIDEWALK -ITEMS NO. B6 AND D4 and REMOVAL OF CURB AND GUTTER -ITEMS NO. A5, B7, C4 AND D5, add the folbwing paragraph: "The following paagraph applies to Items No. H5 and H6: If adjacent sections of sidewalk or curb and gutter are damaged during removal, beyond ' what is reasonable for trench construction, the damaged sections shall be removed and new sidewalk or curb and gutter, to the next existing joint placed of the Contractor's expense. Trench boxes or oti~er measures shall be used to ensure minimum trench width." CONTRACT DRAWINGS The following drawing shall be,added: • Drawing No. G1 -Lot Grading and Landscape Plan vaoa~iz~iz-zwae~sP~~c~zoo9-zo aoo Lao¢ ~ AECOM CONTRACT NO. CL2008-20' MUNICIPALITY OF CLARIN TON HIGH STREET, FIRST STRE~T, THIRD STREET AND FOURTH STREET RECONSTRUCTION ADDENDUM NO. 1 All tenders must be submitted',on the basis of these mod cations. Bidders are instructed to sign this addendum and return it with the completed tender, or the tender submitted may be rejected. I/we hereby acknowledge receipt of this addendum. Signed (Must be Signing Officer of Firm) Position Name of Finn AECOM 513 Division Street Cobourg, Ontario K9A 5G6 October 27, 2009 Attachments: Itemized Bid -PART `H': GEOGE REYNOLDS DRIVE LOT SERVICING Drawing No. G1 4of4 P:,~~,T,z_~~~,5~~~~.~~, ~ AECOM ITEMIZED BID CONTRACT NO. CL2009-20 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-20 for the following unit prices. Spec. No. - The numbers in this column refer to the applicable issue of the Ontario Provincial Standard SP - Refers to Splecial Provisions (P) - Plan Quantity Payment Item HO - Hydro One Specifiptions RMDCS - Regional Municipality of Durham Construction Specifications MOC - Municpaliy of Clarington Design Guidelines and Standard Drawings kem No. Sec No. Descri tion Unit Quan Unit Price Total PART'H': GEORGE REYNOLDS DRIVE LOT SERVICING H1 201 Clearing arid Grubbing LS SP, MOC H2 206 Earth Excavation (Grading) m' 142 SP, MOC (p) H3 212 Provisional'. m' 20 SP, MOC Earth Borraw H4 577 Light Duty $ilt Fence m 220 H5 510 Remove Concrete Sidewalk mz 27 SP, MOC H6 510 Remove Concrete Curb and Gutter m 20 SP, MOC H7 410 150 mm D18. Storm Sewer Service m 77 SP, MOC Connections, PVC SDR 28, Incl. F~ccavation, Embedment and Granular BOckfill H8 SP, MOC Provisional'~em m' 10 H.L.-8 Blentl Clear Stone Bedding with Geotextile H9 608 100 mm Duct Road Crossing (6 Duct m 12 SP, HO Bank) H10 405 Perrorated Plastic Pipe Subdrain with m 15 SP, MOC Geotextile C-301 H 11 310, 314 Trench Restoration -George m 33 SP, MOC Reynolds Drive H12 353 Concrete Curb and Gutter m 20 SP, MOC H13 351 Concrete int. Sidewalk m2 27 SP, MOC H14 353, 510 Remove and Replace Concrete Curb m 22 SP, MOC and Gutter on Trulls Rd H15 510 Remove 450 mm Concrete Pipe LS SP, MOC ITEMIZED BID CONTRACT NO. CL2009-20 In accordance with the first paragtaph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-20 for the following unit prices. Spec. No. - The numbegs in this column refer to the applicable issue of the Ontario Provindal Standard SP - Refers to Special Provisions (P) - Plan Quantity PaymenT Item HO - Hydro One $pecifications RMDCS - Regional Municipality of Durham Construction Specifications MOC - Municpality of Clarington Design Guidelines and Standard Drawings ttem No. Sec No. Descri lion Unit Quan ' Unit Price Total H16 570 Supply an Install Trees ea 2 SP, MOC a) Hackberry (60 mm W.B.) H17 570 Topsoil (Imported) mz 1,230 SP, MOC H18 571 Sod (Nursery, Unstaked) m2 1,230 SP, MOC H19 SP Asphalt Cement Price Adjustment LS 350.00 Allowance 2.03.01 RMDCS 100 mm Di$. PVC Sanitary Service m 65 SP 3.05.01 RMDCS 19 mm Main Stop ea 4 SP 3.05.06 RMDCS 19 mm Cuhb Stop and Box ea 4 SP 3.05.11 RMDCS 19 mm Dia: Copper Pipe m 42 SP Total Part'H' (carried to Summary) P:1Dept 12112-297381Specsl[C12009-20 - ItemBid - Section 'H'.xls]George Reynolds Dr b Y ~ issm I ~ t I ~ I . r . ~ i k ~ ~ } L " rl ~ ~ ~ ~ ~ , Y r i~* C' i y P ~ ~ t iuoz I, I ~ / I Ii I ,i ~ '~I t` i~± ~I ~ ~ Ili ~.~ a III I I I h ~ ~ , t '' li 1 1li ~ I ,- ~ ~' li I ly 1 I ~ ~ :i ~m.w ~ l f i I . ' 'ri ~ I H .y r~ N i I ~, 11 I t . 1 F I'. ' h .I .,.. ~ l tl i 1 k M L '. rvaeo u ~ i ' I s{ +~ ' ~ ii ~ ~ ~ II 1 ~ 7 ' I ,~ ', i ~ I r ~ l i , In I IIi ~f . '- ', ' ~ ~ ~~( ~ III i ll II 1 1 -. I i I , I ~ d~-.. I H ~ I+ I ~ t t ~ II ~ i8 ~3 Z$ 3 3 ~$ ~ ~ ti z ~ V. g~ i {~,. ~£: Fy ~ ~ ~ ~y~ k D 0 ~R~ ' ~ i! ~ 55 6 ~ 1 ~ p m m ~~ A g 9il~ ~ ~ ~~~~ i ~ i !~ i U! J ~ Yi ~ r y < ttl S S m D, s '~ $ , I.ooo ~ ° ~8 ~ r ~ ~~ yrk~ _..„, ~ / ~ ~I Ste. ~ 1~ ~ I F F ~~ r ~sWNE~ ~ ~ ~ 1 F i ~ r=~1~ ~ r t ~' ~ ~ ~ ~ ~~, ~. m . ~ I ~ ~ S~/ iy I ~ ~ ~ - ~a.~i y t w } }/ ~f 3 oi/ ~"i #, ' R~ II ~ 1 - d <., ~ ~k i .}. ~ O~ I I v ~~ ~/ I I g ~- ¢ ~ *~ a i ~ "'a / t ht III I w ,~ F a_ , ~~ +'~I I II ~ ~ ~~ ,3 t i~ a ~1 it I II ~ oeo 3j v I II I ' _ _ A ' ., I Ihl r ~ ~ f sl°rf~°I i~ _ t: a. I ~ to rl ~~ I=' ., ., I I ~~ Ir . +., I ,~ ZO~~'~ZIpFI I I-+ Np DDOOm2y J»mie`f- a (I~NA'~a NOOIIDD o~"z a 333~,r-F c ~nz yDZ333a mznsm oooo x~o ao S' s ~ m~z^v~oo zi i?,a nr~ra pypycp. D zz O~S inzms`~ooo N9~m m o' Cz ~ vo min ion ~o n p o C mmO ° Nza oiFm "a `m ='mm ~~xg a omg~ y~ °zm o~g °ia c ~i~ yvm m o v~ inDA~ a~~~c ~ rO O O~n N m~ mN ~ o ~ " 3 `~ 3 ~ Z 0 0 m w `~ o ~ i~~l1~l~ll!.I.:- I~ A ~ 1~~~~~ifi~~'i!~ e f i 8~ E ~ ~ °~g8~~€ ~gi ~ CONTRACT NO. CL2008-20 HIGH STREET, FIRST STREET, THIRD STREET AND FOURTH STREET RECONSTRUCTION, BbWMANVILLE MUNICIPALITY OF CLi4jRINGTON ADDENDUM NO.2 Contractors are hereby advised of the following modifications to Contract No. CL2009-20: ITEMIZED BID Page 17, Item No. 3.40.03 - Riestoration of Surface Features The lump sum price for this Item shall read 53,000.00. INSTRUCTIONS TO TENDERERS Page 1, Item 1 -General Amend the closing date and time from 2:00:00 P.M., LOCAL TIME, FRIDAY, OCTOBER 30, 2009 to 2:00:00 P.M., LOCAL TIME, TUESDAY, NOVEMBER 3, 2009. SPECIAL PROVISIONS -TENDER ITEMS Page 10, TOPSOIL (IMPORTED) -ITEMS NO. A31, 845, C25, D32 AND H17 Add the following paragraph to the end of this Item: The topsoil Item shall be sub/ect to the same maintenance holdback as the sod (hems No. A32, 848, C26, D33 AND H18). Page 10, SOD (NURSERY, UNSTAKED) -ITEMS NO. A32, 846, C26, D33 AND H18 Add the following paragraph to the beginning of this Item: The Contractor shah note that placement and performance of sod under this Contract is a priority for the Municipality, and the requirements specified below will be strictly enforced. Add the following sentence to khe end of the second paragraph: The maintenance period shall commence once a!I deficiencies identified by the Contract Administrator, after initial placement, have been corrected. Delete the third and fourth paragraphs under this Item and replace with the following: There will be a maintenance holdback in the amount of three (3) times the value of the topsoil and sod items. The holdback will be retained to ensure the sod is monitored by the Contractor and receives sufficient water and fertilizing (if necessary) during the 120 CONTRACT NO. CL2009-20 MUNICIPALITY OF CLARINGTON HIGH STREET, FIRST STREET, THIRD STREET AND FOURTH STREET RECONSTRUCTION ADDENDUM NO. 2 2of2 consecutive day maintenance period fo keep fhe sod green and healthy throughout the maintenance period. M the contractor fails to maintain fhe sodas specified, the Contract Administrator may, at his/her sole discretion, arrange to have the sod watered at a cost of $400 per load (f load minimum charge, assuming a f 5,750 litre truck) and take a credit for the cost of the additional waterlog. The provision for wateNng by fhe Contract Administrator in no way relieves dre Contractor from his responsibility to maintain the sod. The Contractor shall be responsible for the full cost of replacing deficient sod as determined by the Contract AdminisVator. Payment shall be made and holdback released once all deficiencies have been corrected following final inspection at the end of the maintenance period. All tenders must be submitted on the basis of these modifications. Bidders are instructed to sign this addendum and return it with the completed tender, or the tender submitted may be rejected. I/we hereby acknowledge receipt of this addendum. Signed (Must be Signing Officer of Firm) Position Name of AECOM 513 Division Street Cobourg, Ontario K9A 5G6 October 28, 2009 ' P:10ep112\12-29]381Spacs1C12008-20 ADD2.tlgo ~ AECOM LI PROJECT: TENDER FOR CONTRACT NO. CL2009-20 HIGH STREET, FIRST STREET, THIRD STREET AND FOURTH ' STREET RECONSTRUCTION, BOWMANVILLE AUTHORITY: CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT ADMINISTRATOR: AECOM 513 DIVISION STREET COBOURG, ONTARIO K9A 5G6 Telephone: 905-372-2121 Fax: 905-372-3621 r TENDERER: Eagleson Construction Name 1516 Carmel Line Millbrook. Ontario LOA 1G0 Address (include Postal Code) T:705-932-2996 F:705-932-2995 Telephone and Fax Numbers Roger Eagleson Name of Person Signing Owner Position of Person Signing TENDERS RECEIVED BY: Ms. Patti Barrie, Clerk Corporation of the Municipality of Clarington ' 40 Temperance Street Bowmanville, Ontario L1C 3A6 1 P:1Dept 12172-297381Specs~CL2009-20-TF.doc ' Page 1 of 25 pages ' TENDER CONTRACT NO. CL2009-20 To: The Mayor and Members of Council Corporation of the Municipality of Clarington Re: Contract No. CL2009-20 High Street, First Street, Third Street, Fourth Street Reconstruction, Bowmanville Dear Mayor and Members of Council: The Contractor has carefully examined the Plans, Provisions, Specifications and Conditions described herein as part of the work to be done under this Contract. The Contractor understands and accepts the said Plans, Provisions, Specifications and Conditions, and, for the prices set forth in this Tender, hereby offers to furnish all machinery, tools, apparatus and other means of construction, furnish all materials, except as otherwise specified in the Contract, and to complete the work in strict accordance with the said Plans, Provisions, Specifications and Conditions. The Contractor understands and accepts that the quantities shown are approximate only, and are subject to increase, decrease, or deletion entirely if found not to be required. Attached to this tender is a bid deposit in the amount specified in Clause 3 of the Instructions to Tenderers, made payable to the Authority. This cheque or bid bond shall constitute a deposit which shall be forfeited to the Authority if the successful Contractor fails to file with the Authority a 100% Performance Bond and a 100% Labour and Material Payment Bond, satisfactory to the Authority within ten (10) calendar days from the date of receipt of Notice of Acceptance of the Tender. Notification of acceptance may be given and delivery of the form of Agreement made by prepaid post, addressed to the Contractor at the address contained in this Tender. Page 2 of 25 pages ITEMIZED BID CONTRACT NO. CL2009-20 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-20 for the following unit prices. Spec. - The numbers in this column refer to the applicable issue of the Ontario Provinraal Standard Specifications SP - Refers to Spedal Provisions (P) - Plan Quantity Payment Item MOC - Municipality of Clarington Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total PART'A': FIRST STREET -ROADWORKS AND STORM SEWERS Al 201 Site Preparation LS 2,631.50 SP, MOC A2 201 Clearing and Grubbing LS 1,108.00 SP, MOC A3 SP Excavate to Confirm Utilities ea 3 191.13 573.39 A4 206 Earth Excavation (Grading) m' 690 12.97 8,949.30 SP, MOC (p) A5 510 Removal of Curb and Gutter m 5 23.82 119.10 SP A6 510 Removal of Culverts and Sewers m 34 42.69 1,451.46 SP A7 410 Provisionalltem m 30 107.49 3,224.70 SP, MOC 150 mm Dia. Storm Sewer Laterals, PVC DR 28, Incl. Excavation, Class'B' Bedding and Native Backfill A8 410 200 mm Dia. Storm Sewer Laterals, m 6.4 208.05 1,331.52 SP, MOC PVC DR 35, Incl. Excavation, Class'B' Bedding and Native Backfill A9 410 300 mm Dia. Storm Sewer CLASS 50- m 22 199.19 4,382:18 SP, MOC D, Incl. Exgvaticn, Class'B' Bedding and Native Backfill A10 407 1200 mm Dia. Precast Maintenance ea 1 3,049.73 3,049.73 SP, MOC Hole (C-101, C-113) A11 407 600 mm x 600 mm Precast Catchbasin ea 2 1,713.72 3,427.44 SP, MOC (C-104, OPSD 4D0.010) A12 SP, MOC Provisional Item rn3 10 48.17 481.70 H.L.-8 Blend Clear Stone Bedding with Geotextile A13 405 100 mm Perforated Plastic Pipe m 185 9.40 1,739.00 SP, MOC Subdrain with Geotextile C-301 A14 407 Provisionalltem ea 2 249.30 498.60 SP, MOC Lawn Drain Inlets Page 3 of 25 pages ITEMIZED BID CONTRACT NO CL2009-20 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-20 for the following unit prices. Spec. = The numbers. in this column refer to the applipble issue of the Ontario Provincial Standard Specifications SP Refers to Spedal Provisions (P) - Plan Quantity Payment Item MOC - Municipality of Clarington Design Guidelines and Standard Drawings L Item No. Spec No. Description Unit Quantity Unit Price Total A15 410, Provisionalltem ea 3 175.53 526.59 SP, MOC Cleanouts on 150 mm Dia. Storm Laterals A16 501 Water for Compaction and Dust m' S0 15.62 781.00 Suppression A17 506 Calcium Chbride Flake kg 500 1.48 740.00 A18 314 Granular'B', Type I t 760 10.52 7,995.20 SP, MOC A19 314 Granular'A' t 430 17.24 7,413.20 SP, MOC A20 314 Provisionalltem t 460 12.72 5,851.20 SP, MOC Additional Depth Granular'B', Type I A21 353 Concrete Curb and Gutter (All Types) m 185 40.77 7,542.45 SP, MOC A22 35t Concrete in Sidewalk m2 135 49.48 6,679.80 SP, MOC A23 408 Adjust Existing Maintenance Hole ea 1 520.16 520.16 SP, MOC A24 408 Rebuild Existing Maintenance Hole ea 1 1,213.26 1,213.26 SP, MOC A25 408 Adjust Existing Water Valves ea 1 112.19 112.19 SP A26 SP Sawcutting Asphalt m 45 8.16 367.20 A27 310 Hot Mix H.L.-8 t 85 86.88 7,384.80 SP, MOC A28 310 Hot Mix H.L.-3 (Boulevard) t 15 170.26 2,553.90 SP, MOC A29 310 Hot Mix H.L.-3 (Entrances) t 20 142.66 2,853.20 SP, MOC A30 SP Asphalt Cement Price Adjustment LS 500.00 500.00 Allowance A31 570 Topsoil (Imported) mz 650 3.31 2,151.50 SP, MOC A32 571 Sod (Nursery, Unstaked) mz 650 3.15 2,047.50 SP, MOC Page 4 of 25 pages ITEMIZED BID CONTRACT NO. CL2009-20 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-20 for the following unit prices. Spec. - The numbers in this column refer to the applicable issue of the Ontario Provincial Standarcl Specifications SP - Refers to Special Provisions (p) - Plan Quantity Payment Item MOC - Municipality of Clarington Design Guidelines and Standard Drawings kem No. Spec No. Description Unit Quantity Unit Price Total A33 SP Supply and Installation of Plant Material a) Acer saccharium 'Morton' ea 1 565.69 565.69 (Cresendo Maple), 60 mm WB b) Celtis oocidentalis (Hackberry), ea 1 469.36 469.36 60 mm WB A34 SP Supply and Installation of "No Parking" Signs a) On Direct Buried Posts ea 3 224.56 673.68 A35 507, Provisionalltem LS 2,000.00 2,000.00 SP, MOC Miscellaneous Works Total Part'A' (carried to Summary) $ 93,909.50 PART'B': HIGH STREET -ROADWORKS AND STORM SEWERS B1 201 Site Preparation LS 11,994.10 SP, MOC 62 201 Clearing and Grabbing LS 4,797.64 SP, MOC 63 565 Tree Protection Fencing m 61 19.30 1,177.30 SP B4 SP Excavate to Confirm Utilities ea 6 191.13 1,146.78 B5 206 Earth Excavation (Grading) rn3 3,570 11.99 42,804.30 SP, MOC (P) B6 510 Removal of Sidewalk m~ 465 7.68 3,571.20 SP 87 510 Removal of Curb and Gutter m 75 7.17 537.75 SP BS 510 Removal oP Culverts and Sewers m 225 42.94 9,661.50 SP 69 510 Removal of Catchbasins and ea 20 365.64 7,312.80 SP Maintenance Holes 810 SP, MOC Reriove ,Salvage and Reinstate LS 2,625.96 Existing Street Termination System Page 5 of 25 pages ITEMIZED BID CONTRACT NO. CL2009-20 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-20 for the following unit prices. Spec. - The numbers in this cdumn refer to the applicable issue of the Ontario Provincial Standard Specifications SP - Refers to Special Provisions (p) - Plan Quantity Payment Item MOC - Municipality of Clarington Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total B11 410 Provisionalltem m 80 150.89 12,071.20 SP, MOC 150 mm Dia. Storm Sewer Laterals, PVC DR 28, Incl. Excavation, Class'B' Bedding and Native Backfill 612 410 200 mm Dia. Storm Sewer Laterals, m 100.2 157.85 15,816.57 SP, MOC PVC DR 35, Incl. Excavation, Class'B' Bedding and Native Backfill B13 410 250 mm Dia. Storm Sewer Laterals, m 20.2 171.89 3,472.18 SP, MOC PVC DR 35, Incl. Excavation, Class'B' Bedding and Native Backfill 614 410 300 mm Dia. Storm Sewer CLASS 50- m 90.1 174.45 15,717.95 SP, MOC D, Incl. Excavation, Class'B' Bedding and Native Backfill 615 410 375 mm Dia. Storm Sewer CLASS 50- m 171.4 187.60 32,154.64 SP, MOC D, Incl. Excavation, Class'B' Bedding and Native Backfill 616 410 450 mm Dia. Storm Sewer CLASS 50- m 89.1 195.95 17,459.15 SP, MOC D, Incl. Excavation, Class'B' Bedding and Native Backfill 617 410 525 mm Dia. Storm Sewer CLASS 50- m 113.6 207.53 23,575.41 SP, MOC D, Incl. Excavation, Class'B' Bedding and Native Backfill B18 407 1200 mm Dia. Precast Maintenance ea 5 3,673.75 18,368.75 SP, MOC Hole (C-101, C-113, or OPSD 400.010) 819 407 1500 mm Dia. Precast Maintenance ea 1 4,529.97 4,529.97 SP, MOC Hale (C-102, C-113) B20 407 1500 mm Dia. Precast Catchbasin ea 1 4,872.20 4,87220 SP, MOC Maintenance Hole with Twin Inlet Flat Cap (C-102, OPSD 400.010) B21 407 600 mm x 600 mm Precast Catchbasin ea 10 1,736.85 17,368.50 SP, MOC (C-104, C-114, OPSD 400.010 or OPSD 400.080 ) 622 407 600 mm x 1200 mm Precast Twin Inlet ea 3 2,989.98 8,969.94 SP, MOC Catchbasin (C-105, OPSD 400.010) Page 6 of 25 pages ITEMIZED BID CONTRACT NO. CL2009-20 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-20 for the following unit prices. Spec. - The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications SP Refers to Special Provisions (p) Plan Quantity Payment Item MOC - Municipality of Clarington Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total 623 SP, MOC Provisional Item m' 150 57.99 8,698.50 H.L.-8 Blend Clear Stone Bedding with Geotextile B24 405 100 mm Pertorated Plastic Pipe m 1,122 8.97 10,064.34 SP, MOC Subdrain with Geotextile C-301 625 405 200 mm Perforated Plastic Pipe m 42.1 16.08 676.97 SP, MOC Subdrain wikh Geotextile B26 407 Provisionalltem ea 4 199.44 797.76 SP, MOC Lawn Drain Inlets B27 SP 200 mm Dia. Backwater Valve ea 1 738.37 738.37 B28 410, Provisionalltem ea 8 182.93 1,463.44 SP, MOC Cleanouts on 150 mm Dia. Storm Laterals 629 501 Water for Compaction and Dust m3 330 14.71 4,854.30 Suppression B30 506 Calcium Chloride Flake kg 3,200 1.34 4,288.00 B31 314 Granular'B', Type I t 4,600 10.58 48,668.00 SP, MOC B32 314 Granular'A' t 2,800 16.94 47,432.00 SP, MOC 633 314 ProvisionalItem t 3,200 11.38 36,416.00 SP, MOC Additional Depth Granular'B', Type I Including Excavation B34 353 Concrete Curb and Gutter (All Types) m 1,122 40.71 45,676.62 SP, MOC B35 351 Concrete in Sidewalk m2 835 49.32 41,182.20 SP, MOC 636 355 Remove, Salvage and Relay Existing m2 20 96.48 1,929.60 SP, MOC Interlocking Brick Pavers 637 408 Adjust Existing Maintenance Hole ea 2 600.49 1,200.98 SP, MOC 638 408 Rebuild Existing Maintenance Hole ea 1 979.75 979.75 SP, MOC 639 408 Adjust Existing Water Valves ea 1 105.27 10527 SP Page 7 of 25 pages ' ITEMIZED BID CONTRACT NO. CL2009-20 ' In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-20 for the following unit prices. Spec. - The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Speafications SP - Refers to Special Provisions (P) - Plan Quantity Payment Item MOC - Municipality of Clarington Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total 640 SP Sawcutting Asphalt m 290 7.52 2,180.80 641 310 Hot Mix H.L: 8 t 600 86.05 51,630.00 SP, MOC 642 310 Hot Mix H.L.-3 (Boulevard) t 80 167.72 13,417.60 SP, MOC B43 310 Hot Mix H.L.-3 (Entrances) t 95 140.89 13,384.55 SP, MOC B44 SP AsphaR Cement Price Adjustment LS 3,000.00 Allowance B45 570 Topsoil (Imported) mz 2,500 3.26 8,150.00 SP, MOC 646 571 Sod (Nursery, Unstaked) m2 2,500 2.95 7,375.00 SP, MOC 647 SP Supply and Installation of Plant Material a) Acersaccharium'Morton' ea 1 509.68 509.68 (Cresendo Maple), 60 mm WB b) Celtis occidentalis (Hackberry), ea 1 435.73 435.73 60 mm WB c) Ligustrum amurense ea 204 20.46 4,173.84 (Amur Privot), 60 cm height, pot d) Spiraea vanhouttei ea 1 43.27 43.27 (Bridalwreath Spiraea), SO cm height, pot e) Thuja occidentalis ea 7 200.95 1,406.65 (White Cedar), 200 cm height, pot, nursery grown f) Thuja occidentalis ea 116 96.97 11,248.52 (White Cedar), 150 cm height, pot, nursery grown 648 SP Supply and Installation of "No Parking" Signs a) Mounted On Direct Buried Posts ea 9 224.56 2,021.04 b) Pole Mounted ea 1 87.99 87.99 Page 8 of 25 pages ITEMIZED BID CONTRACT NO. CL2009-20 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-20 for the following unit prices. Spec. SP (P) MOC i The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications Refers to Special Provisions Plan Quantity Payment Item Municipality of Clarington Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Totai B49 507, Provisionalltem LS 8,000.00 SP, MOC Miscellaneous Works Total Part 'B' (carried to Summary) $ 842,242.56 PART'C': THIRD STREET -ROADWORKS AND STORM SEWERS C1 201 Site Preparation LS 2,132.90 SP, MOC C2 SP Excavate to Confirm Utilities ea 1 160.66 160.66 C3 206 Earth Excavation (Grading) m' 882 12.40 10,936.80 SP, MOC (p) C4 510 Removal of Curb and Gutter m 5 23.82 119.10 SP C5 510 Removal of Culverts and Sewers m 85 40.67 3,456.95 SP C6 510 Removal of Catchbasins and ea 3 371.18 1,113.54 SP Maintenance Holes C7 410 450 mm Dia. Storm Sewer CLASS 50- m 4.7 529.49 2,488.60 SP, MOC D, Incl. Excavation, Class 'B' Bedding and Native Backfill C8 410 525 mm Dia. Storm Sewer CLASS 50. m 25 240.82 6,020.50 SP, MOC D, Incl. Excavation, Class'B' Bedding and Native Backfill C9 410 450 Plain Galvanized Corrugated Steel m 2.4 693.50 1,664.40 SP, MOC Pipe, Incl. Excavation, Class'B' Bedding and Native Backfill C10 407 1200 mm Dia. Precast Maintenance ea 2 3,148.18 6,296.36 SP, MOC Hole (C-101, C-113, C-114) C11 405 100 mm Perforated Plastic Pipe m 176 9.48 1,668.48 SP, MOC Subdrain with Geotextile C-301 C12 501 Waterfor Compaction and Dust m' 135 16.46 2,222.10 Suppression C13 506 Calcium Chloride Flake kg 630 1.72 1,083.60 C14 314 Granular'B', Type I t 990 10.63 10,523.70 SP, MOC Page 9 of 25 pages ITEMIZED BID CONTRACT NO. CL2009-20 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-20 for the following unit prices. Spec. - The numbers in this column refer to the applipble issue of the Ontario Provincial Standard Specifications SP - Refers to Special Provisions (P) - Plan Quantity Payment Item MOC - Municipality of Clarington Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total C15 314 Granular'A' t 500 17.10 8,550.00 SP, MOC C16 314 Provisional item t 650 12.96 8,424.00 SP, MOC Additional Depth Granular'B', Type 1 C17 353 Concrete Curb and Gutter (All Types) m 176 41.13 7,238.88 SP, MOC C18 351 Concrete in Sidewalk m2 90 50.38 4,534.20 SP, MOC C19 355 Interlocking Brick Pavers m2 18 109.84 1,977.12 SP, MOC C20 408 Adjust Existing Water Valves ea 1 112.19 112.19 SP C21 SP Sawcutting Asphalt m 40 8.03 321.20 C22 310 Hot Mix H.L.-8 t 120 141.64 16,996.80 SP, MOC C23 310 Hot Mix H.L.-3 (Entrances) t 15 141.82 2,127..30 SP, MOC C24 SP Asphalt Cement Price Adjustment LS 600.00 Allowance C25 570 Topsoil (Imported) mz 500 3.17 1,585.00 SP, MOC C26 571 Sod (Nursery, Unstaked) mz 500 3.10 1,550.00 SP, MOC C27 507, Provisionalltem LS 1,000.00 SP, MOC Miscellaneous Works Total Part'C' (carried to Summary) S 104,904.38 PART 'D': FOURTH STREET -ROADWORKS AND STORM SEWERS (Provisional) D1 201 Site Preparation LS 1,329.60 SP, MOC D2 SP Excavate to Confirm Utilities ea 2 191.13 382.26 D3 206 Earth Excavation (Grading) m3 850 12.34 10,489.00 SP, MOC (p) D4 510 Removal of Sidewalk mz 15 28.81 432.15 SP Page 10 of 25 pages ' ITEMIZED BID CONTRACT NO. CL2009-20 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-20 for the following unit prices. Spec. SP (P) MOC r - The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications - Refers to Special Provisions - Plan Quantity Payment Item - Municipality of Clarington Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total D5 510 Removal of Curb and Gutter m 20 21.61 432.20 SP D6 510 Removal of Culverts and Sewers m 95 40.68 3,864.60 SP D7 510 Removal of Catchbasins and ea 2 371.18 742.36 SP Maintenance Holes D8 410 Provisiona~ltem m 15 176.23 2,643.45 SP, MOC 150 mm Dia. Storm Sewer Laterals, PVC DR 28, Incl. Excavation, Class'B' Bedding and Native Backfill D9 410 200 mm Dia. Storm Sewer Laterals, m 2 391.27 782.54 SP, MOC PVC DR 35, Incl. Excavation, Class'B' Bedding and Native Backfill D10 410 250 mm Dia. Storm Sewer Laterals, m 9 184.74 1,662.66 SP, MOC PVC DR 35, Incl. Excavation, Class'B' Bedding and Native Backfill D11 410 300 mm Dia. Storm Sewer CLASS 50- m 6 787.78 1,126.68 SP, MOC D, Incl. Excavation, Class'B' Bedding and Native Backfill D12 410 450 mm Dia. Storm Sewer CLASS 50- m 98 180.22 17,661.56 SP, MOC D, Incl. Excavation, Class 'B' Bedding and Native Backfill D13 407 1200 mm Dia. Precast Maintenance ea 1 3,458.32 3,458.32 SP, MOC Hole (C-101, C-113) D14 407 600 mm x 1200 mm Precast Twin Inlet ea 2 2,305.50 4,611.00 SP, MOC Catchbasin (C-105, OPSD 400.010) D15 SP, MOC Provisional Item m' 25 49.97 1,249.25 H.L.-8 Blend Clear Stone Bedding with Geotextile D16 405 100 mm Perforated Plastic Pipe m 206 9.48 1,952.88 SP, MOC Subdrain with Geotextile C-301 D17 SP Plug Existing Catchbasin Maintenance LS 255.43 Hole Outlet D18 410, Provisionalltem ea 1 176.18 176.18 SP, MOC Cleanouts on 150 mm Dia. Storm Laterals Page 11 of 25 pages ITEMIZED BID CONTRACT NO. CL2009-20 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-20 for the following unit prices. Spec. - The numbers in this column refer to the applicable issue of the Ontario Provindal Standard Specifications SP - Refers to Special Provisions (P) - Plan Quantity Payment Item MOC - Municipality of Clarington Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total D19 501 Water for Compaction and Dust m' 65 16.11 1,047.15 Suppression D20 506 Calcium Chloride Flake kg 725 1.79 1,297.75 D21 314 Granular'B', Type I t 1,150 10.46 12,029.00 SP, MOC D22 314 Granular'A' t 530 17.85 9,460.50 SP, MOC D23 314 Provisional item t 740 11.29 8,354.60 SP, MOC Additional Depth Granular'B', Type I D24 353 Concrete Curb and Gutter (All Types) m 206 41.03 8,452.18 SP, MOC D25 351 Concrete in Sidewalk m2 21 51.93 1,090.53 SP, MOC D26 408 Adjust Existing Maintenance Hale ea 1 579.35 579.35 SP, MOC D27 SP Sawcutting Asphalt m 35 7.80 273.00 D28 310 Hot Mix H.L.-8 t 150 142.01 21,301.50 SP, MOC D29 310 Hot Mix H.L.-8 (Entrances) t 3 159.92 479.76 SP, MOC D30 310 Hot Mix H.L.-3 (Entrances) t 15 143.67 2,155.05 SP, MOC D31 SP Asphalt Cement Price Adjustment LS 600.00 Allowance D32 570 Topsoil (Imported) mz 500 3.45 1,725.00 SP, MOC D33 571 Sod (Nursery, Unstaked) rnz 500 3.07 1,535.00 SP, MOC D34 507, Provisionalltem LS 1,000.00 SP, MOC Miscellaneous Works Total Part'D' (carried to Summary) $ 124,632.49 PART'E': SANITARY SEWER AND APPURTENANCES 2.01 RMDCS Pipe (Not Including Restoration) SP Page 12 of 25 pages ITEMIZED BID CONTRACT NO. CL2009-20 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-20 for the tbllowing unit prices. Spec. - The numbers in this column refer to the applicable issue of the Ontario Provinaal Standard Specifications SP - Refers to Speaal Provisions (P) - Plan Quantity Payment Item MOC - Municipality of Clarington Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total 2.01.01 200 mm Dia. (3.0 m and less deep) 2.D1.01 Manhole No. G42-068 -Manhole No. m 64.4 140.28 9,034.03 A G43-125 2.01.01 Second Stree Pipe -Manhole No. G43- m 5 268.00 1,340.00 B 139 2.01.01 Manhole No. G43-138 -Manhole No. m 85 123.50 10,497.50 C G43-147 2.01.01 Manhole No. G43-147 -Manhole No. m 82.7 127.16 10,516.13 D G43-146 2.01.01 Manhole No. G43-146 -Manhole No. m 94.7 123.84 11,727.65 E G43-190 2.01.01 Manhole No. G42-124 -Manhole No. m 75.7 125.92 9,532.14 F G43-147 2.01.01 Manhole No. G43-147 -Manhole No. m 58.1 124.53 7,235.19 G G43-148 2.01.01 Manhole No. G42-128 -Manhole No. m 51.2 125.19 6,409.73 H G43-190 (Provisional) 2.01.02 200 mm Dia. (3.1 m to 4.5 m depth) - 2.01.02 Manhole No. G43-137 -Manhole No. m 65 165.45 10,754.25 A G43-139 2.01.02 Manhole No. G43-139 -Manhole No. m 87.5 156.44 13,688.50 B G43-138 2.02 RMDCS Extra Over Items (2.01.01A, SP 2.01.01 B, 2.01.01C, 2.01.01 D, 2.01.01E, 2.01.O1F, 2.01.01 G, 2.01.02A, 2.01.026, 2.03.01, 2.03.03, 2.02.03 Restoration with Topsoil and Sod m2 50 10.17 508.50 2.02.13 Stone for Extra Depth Bedding (H.L.-8 m' 150 49.56 7,434.00 Blend Clear Crushed Stone) 2.02.40 Restoration with Asphalt mz 25 46.96 1,174.00 2.02.41 Restoration with Concrete or Other mz 10 129.43 1,294.30 Hard Surfaces 2.02.42 Restoration with Gravel mz 25 17.04 426.00 Page 13 of 25 pages ITEMIZED BID CONTRACT NO. CL2009-20 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-20 for the following unit prices. Spec. - The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications SP Refers to Speaal Provisions (P) Plan Quantity Payment Item MOC - Municipality of Clarington Design Guidelines and Standard Drawings i Item No. Spec No. Description Unk Quantity Unit Price Total 2.02.50 Provisional Item LS 3,157.80 Asbestos Abatement Training for Workers and Regional Staff 2.02.51 Removal of Asbestos-Cement Pipe m 175 37.67 6,592.25 and Disposal Off-Site 2.02.52 AsbestosAbatementlEnvironmental LS 1,108.00 Impairment Liability Insurance 2.03 RMDCS Service Connections (Not Including SP Restoration) 2.03.01 Provisionalltem m 340 120.79 41,068.60 100 mm Dia. PVC (46 Connections) 2.03.03 150 mm Dia. PVC (2 Connections) m 25 130.82 3,270.50 2.03.07 Provisionalltem ea 3 260.75 782.25 Cleanouts as per S-303 2.04 RMDCS Maintenance Holes SP 2.04.01 Remove Existing -Completely ea 9 429.35 3,864.15 2.04.04 Break into Existing Structure and ea 1 1,339.91 1,339.91 Rebench as per OPSD-701.021 2.04.06 Rebench Existing Maintenance Holes ea 1 1,066.52 1,066.52 as per OPSD-701.021 2.04.07 5-101-1200 mm dia. Precast Maintenance Hole (Less than 3.0 m deep) 2.04.07 Maintenance Hole No. G43-138 LS 3,848.37 A 2.04.07 Maintenance Hole No. G43-147 LS 3,968.03 B 2.04.07 Maintenance Hole No. G43-146 LS 3,698.07 C 2.04.07 Maintenance Hole No. G43-190 LS 3,907.73 D 2.04.07 Provisionalltem LS 3,624.37 E Maintenance Hole No. G42-128 Page 14 of 25 pages ITEMIZED BID CONTRACT NO. CL2009-20 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-20 for the following unit prices. Spec. - The numbers in this column refer to the applicable issue of the Ontario Provinaal Standard Specifications SP - Refers to Special Provisions (P) - Plan Quantfty Payment Item MOC - Municipality of Clarington Design Guidelines and Standard Drawings kem No. Spec No. Description Unit Quantity Unit Price Total 2.04.08 5-101-12D0 mm Dia. Precast Concrete Maintenance Hole (3.1 m to 4.5 m deep) 2.04.08 A Maintenance Hole No. G43-139 LS 4,488.94 2.04.08 B Maintenance Hole No. G42-124 LS 4,144.31 2.21 RMDCS SP Sewer Repairs & Rehabilitation 2.21.06 Sanitary Service Lateral Relining (5 Connections) m 50 294.17 14,708.50 Total Part'E' (carried to Summary) $ 206,210.22 PART'F': WATERMAIN AND APPURTENANCES 3.01 RMDCS SP Pipe (Not Including Restoration) 3.01.02 150 mm PVC m 924 138.21 127,706.04 3.02 RMDCS SP Extra Over Items No. (3.01 3.05.06, 3.05.07, 3.05.11, 3.05.12) 3.02.03 Restoration with Topsoil and Sod mz 50 9.87 493.50 3.02.04 Remove Existing Valve Box ea 10 110.80 1,108.00 3.02.06 Concrete Plwg in Abandoned Pipe ea 10 122.99 1,229.90 3.02.10 Provisionalltem Insulate Watermain as Per S-307 mz 10 43.98 439.80 3.02.14 Stone for Extra Depth Bedding (H.L.-8 Blend Clear Crushed Stone) m' 140 47.72 6,680.80 3.02.16 Restrained Joints in Fill Section m 50 13.56 678.00 3.02.40 Restoration with Asphalt mz 25 46.96 1,174.00 3.02.41 Restoration with Concrete or Other Hard Surfaces mz 10 129.43 1,294.30 3.02.42 Restoration with Gravel m2 25 17.04 426.00 Page 15 of 25 pages ITEMIZED BID CONTRACT NO. CL2009-20 ' In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-20 for the following unit prices. Spec. SP (P) MOC - The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications - Refers to Spdcial Provisions - Plan Quantity Payment Item - Municipality of Clarington Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total 3.03 RMDCS Valves SP 3.03.02 150 mm Gate Valve and Box as per S- 408 ea 19 909.95 17,289.05 3.04 RMDCS Hydrants SP 3.04.01 New Hydrant with Storz Pumper Noale as per S-409 ea 5 5,237.14 26,185.70 3.04.03 Temporary Flushing Hydrant ea 8 3,422.55 27,380.40 3.04.05 Remove Existing Hydrant Complete with Concrete Plugs ea 6 924.35 5,546.10 3.05 RMDSS Services (Not Including Restoration) SP 3.05.01 19 mm Main Stop ea 52 145.90 7,586.80 3.05.02 Provisionalltem ea 1 150.62 150.62 25 mm Main Stop 3.05.06 19 mm Curb Stop and Box ea 52 94.67 4,922.84 3.05.07 Provisionalltem ea 1 118.66 118.66 25 mm Curb Stop and Box 3.05.11 19 mm Dia. Copper Pipe m 380 85.16 32,360.80 3.05.12 Provisionalltem 25 mm Dia. Copper Pipe m 12 107.08 1,284.96 3.05.43 Subsurtace Installation of Services m 20 166.20 3,324.00 3.06 RMDCS Test Points SP 3.06.01 19 mm Dia. Test Point as per S-429 ea 6 1,368.35 8,210.10 3.07 RMDCS Blowoff SP 3.07.02 Provisionalltem 50 mm Dia. Blowoff as per S-406 ea 3 945.53 2,836.59 3.11 RMDCS Temporary WaterSuppty SP Page 16 of 25 pages ITEMIZED BID CONTRACT NO. CL2009-20 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-20 for the following unit prices. Spec. - The numbers in this wlumn refer to the applicable issue of the Ontario Provincial Standard Specifications SP - Refers to Special Provisions (P) - Plan Quantity Payment Item MOC - Municipality of Clarington Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total 3.11.01 Temporary Water Supply to ea 53 410.17 21,739.01 Residences 3.11.03 Maintain Water Supply to Prout Drive LS 6,423.63 (Staging Required) 3.11.04 Maintain Water Supply to Summertield LS 5,769.91 Court (Staging Required) 3.11.05 Provisionalltem ea 1 2,125.08 Cut in Temporary 150 mm Gate Valve and Box as per S-408 3.40 RMDCS Miscellaneous Items SP 3.40.03 Restoration of Surface Features LS 3,000.00 Total Part 'F' (carried to Summary) $ 317,484.59 PART'G': GENERAL ITEMS 8.01 RMDCS Contract Administrator's Field SP Office 8.01.01 Supply and Maintain Field Office LS 4,055.28 8.02 RMDCS Contractor Documentation SP 8.02.01 Bonds, Insurance and Maintenance LS 32,176.32 Security 8.03 RMDCS Mobilization and Traffic Control SP 8.03.01 Mobilization and Demobilization LS 5,623.10 8.05 RMDCS Survey and Monitoring SP 8.05.01 Pre-Condition Survey LS 7,800.32 Total Part'G' (carried to Summary) S 49,655.02 Page 17 of 25 pages ITEMIZED BID CONTRACT NO. CL2009-20 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-20 for the following unit prices. Spec. - The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications SP - Refers to Special Provisions (P) - Plan Quantity Payment Item MOC - Municipality of Clarington Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total PART 'H` GEORGE REYNOLDS DRIVE LOT SERVICING H1 201 Clearing and Grubbing LS 831.00 SP, MOC H2 206 EaRh Excavation (Grading) m a 142- 20.66 2,933.72 SP, MOC (p) H3 212 Provisional m a 20 37.24 744.80 SP, MOC Earth Borrow H4 577 Light Duty Silt Fence m 220 9.57 2,105.40 HS 51 D Remove Concrete Sidewalk m s 27 11.30 305.10 SP, MOC H6 510 Remove Concrete Curb and Gutter m 20 11.91 238.20 SP, MOC H7 410 150 mm Dia. Storm Sewer Service m 77 70.66 5,440,82 SP, MOC Connections, PVC SDR 28, Incl. Excavation, Embedment and Granular Backfill H8 SP, MOC Provisionailfem m' 10 57.53 575.30 H.L: 8 Blend Clear Stone Bedding with Geotextfle H9 608 100 mm Duct Road Crossing (6 m 12 183.13 2,197.56 SP, HO Duct Bank) H10 405 Perforated Jplastic Pipe Subdrain m 15 15.80 237.00 SP, MOC with Geotextile C-301 H11 310, 314 Trench Restoration -George m 33 276.57 9,126.81 SP, MOC Reynolds Drive H12 353 Concrete Curb and Gutter m 20 75.34 1,506.80 SP, MOC H13 351 Concrete in Sidewalk m a 27 95.53 2,579.31 SP, MOC H14 353, 510 Remove and Replace Concrete m 22 175.17 3,853.74 SP, MOC Curb and Gutter on Trulls Rd H15 510 Remove 450 mm Concrete Pipe LS 1,490.26 SP, MOC H16 570 Supply and Install Trees ea 2 425.34 850.68 SP, MOC a) Hackberry (60 mm W.B.) Page 18 of 25 pages ITEMIZED BID CONTRACT NO.02009-20 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-20 for the following unit prices. Spec. - The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications SP - Refers to Special Provisions (P) - Plan Quantity Payment Item MOC - Municipality of Ciarington Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total Hi7 570 Topsoil(lmportedJ m1 1,230 2.99 3,677.70 SP, MOC Hi8 571 Sod (Nursery, Unstaked) m2 1,230 2.87 3,530.10 SP, MOC H19 SP Asphalt Cement Price Adjustment LS 350.00 Allowance 2.03.01 RMDCS 100 mm Dia. PVC Sanitary Service m 65 96.97 6,303.05 SP 3.05.01 RMDCS 19 mm Main Stop ea 4 526.78 2,107.12 SP 3.05.06 RMDCS 19 mm Curb Stop and Box ea 4 226.24 904.96 SP 3.05.11 RMDCS 19 mm Dia. Copper Pipe m 42 270.67 11,368.14 SP Total Part H' (carried to Summary) $ 63,257.57 Page 19 of 25 pages ITEMIZED BID CONTRACT NO. CL2009-20 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2009-20 for the following unit prices. Spec. - The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications SP - Refers to Special Provisions (P) - Plan Quantity Payment Item MOC - Municipality of Clarington Design Guidelines and Standard Drawings Item No. Spec No. Description Unit Quantity Unit Price Total SUMMARY Total Part'A' -First Street -Roadworks and Storm Sewers 93,909.50 Total Part'B' -High Street Roadworks and Storm Sewers 642,242.56 Total Part'C' -Third Street Roadworks and Storm Sewers 704,904.38 Total Part'D' -Fourth Street Roadworks and Storm Sewers (Provisional} 124,632.49 Total Part'E' -Sanitary Sewers and Appurtenances 206,210.22 Total Part'F' - Watermain and Appurtenances 317,484.59 Total Part'G' -General kerns 49,655.02 Total Part'H' -George Reynolds Drive Lot Servicing 63,257.57 Total (excluding GST) 1,602,296.33 GST (5% of Total) 80,114.82 TOTAL TENSER AMOUNT b 1,1182,411.15 Tenderer's GST Registration No. 871563342 P 1Dep1 72112-29'138\Specs11CL2009-20 - IlamBitl (Sign Dgs).xls75heetl Page 20 of 25 pages SCHEDULE OF CONTINGENCY UNIT PRICES CONTRACT NO. CL2009-20 By submitting this Tender, the Bidder agrees to the following Schedule of Additional Unit Price Contingency Items, for all applicable extra work ordered by the Contract Administrator on this contract. If used, any items included in ' this Contingency Schedule shall be paid under a Change Order. Reference Section 01210 of the Region's Construction Specifications. Applicable specifications also provided in the Special Provisions -Tender Items, section of this Contract. The Bidder agrees that they are not entitled to any payment under any of these items except for additional work carried out by them in accordance with the Contract and as directed by the Contract Administrator. ' ITEM NO. ITEM UNIT 2009 UNIT PRICE 1. Extra Excavation in Trenches ' .1 0.00 m to 3.75 m m3 $ 17.00 .2 3.75 m to 5.25 m m3 $ 23.50 ' 3 5.25 m to 6.75 m m3 $ 32.00 4 6.75 m to 825 m m' $ 42.50 ' S 8.25 m to 9.75 m m' $ 56.00 2. Labour Rates (all inclusive) .1 Foreman (Including Pick-Up) hour $ 81.00 2 Common Labour hour $ 55.00 ' 3 Skilled Labour hour $ 58.00 4 Truck Driver hour $ 57.00 S Heavy Equip. Operator hour $ 63.00 ' 6 Carpenter hour $ 61.00 ' 3. Hydrant Extensions 1 150 mm Height L.S. $ 740.00 2 300 mm Height L.S. $ 841.00 3 450 mm Height ', L.S. $ 904.00 4 600 mm Height L.S. $ 977.00 ' 5 750 mm Height L.S. $1,139.00 6 900 mm Height L.S. $1,198.00 ' 4. Located WS or Main Valve Box 1 Total Exposure each $ 342.00 2 Partial Exposure each $ 265.D0 Page 21 of 25 pages SCHEDULE OF CONTINGENCY UNIT PRICES (CONTINUED- CONTRACT NO CL2009 20 ITEM 2009 NO. ITEM UNIT UNIT PRICE 5. WS Box-Extra Over kem 5 1 New No. 9 Water Service each $ 189.00 .2 New Rod Only (Stainless) each $ 80.00 3 New Lid Only each $ 47.00 4 Rethreading only each $ 66.50 .5 150 mm Extension each $ 48.00 .6 300 mm Extension each $ 52.50 7 450 mm Extension each $ 61.00 .8 600 mm Extension each $ 66.00 6. Modify Exist. Main Valve Box 1 Cut off threaded portion each $ 152.00 2 New Lid each $ 50.00 3 New top section each $ 151.00 .4 New extension section each $ 155.00 .5 New bottom section each $ 266.00 6 New box complete each $ 400.00 7. Trench Rock Excavation m3 $ 276.00 The Bidder agrees to the above noted Schedule of Additional Unit Price Contingency Items, for all applicable extra work ordered by the Contract Administrator on this contract. Initials A.R.E. Date Nov. 3. 2009 Page 22 of 25 pages 1 AGREEMENT TO BOND (to be completed by Bonding Comoanvl CONTRACT NO CL2009 20 WE, the Undersigned, HEREBY AGREE to become bound as Surety for Eagleson Construction 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.CL2009-20 is accepted by the Authority. IT IS A CONDITION of this Agreement that if the above mentioned Tender is accepted, application for a Performance Bond and a Labour and Material Payment Bond must be made to the Undersigned within TEN (10) DAYS of Notice of Contract Award, otherwise the Agreement shall be null and void. ' DATED AT Toronto this 28th day of October 2009 Berkley Insurance Comoanv Name of Bonding Company Cathy Ricci Signature of Authorized Person Signing for Bonding Company Attorney-in-Fact Position (This Form shall be completed and attached to the Tender Submitted). (BONDING COMPANY SEAL) Page 23 of 25 pages BIDDER'S REFERENCES CONTRACT NO. CL2009-20 Year Description of Contract Mill Street Reconstruction Name of Organization Qurham Region Contact Person Eric Lamain Telephone Number 905-668-7711 Value of Contract $1,645.500.00 Year Description of Contract Queen Street Reconstruction Name of Organization City of Kawartha Lakes Contact Person Corbv Purdv Telephone Number 705-324-9411 Value of Contract $1.487.000 00 Year Description of Contract Deloro Rcad Reconstruction Name of Organization Municioalitv of Marmora Lake Contact Person Victor Reid Telephone Number 613-849-9719 Value of Contract $1.370 250 00 (This Form shall be completed and attached to the Tender Submitted). Page 24 of 25 pages SCHEDULE OF TENDER DATA CONTRACT NO. CL2009-20 The work specified in the Contract shall be pertormed in strict accordance with the fallowing Schedule: A. TENDER FORM: General Pages 1 and 2 Itemized Bid Pages 3 to 20 Schedule of Contingency Unit Prices Pages 21 and 22 Bonds Page 23 Bidder's References Page 24 B. Schedule of Tender Data STANDARD TERMS AND CONDITIONS Page 25 C. SCHEDULE 'C' -CONTRACTOR SAFETY Pages 1 to 11 Pages 1 to 8 D. INSTRUCTIONS TO TENDERERS Pages 1 to 6 E. SPECIAL PROVISIONS -GENERAL Pages 1 to 14 F. SPECIAL PROVISIONS -TENDER ITEMS Pages 1 to 38 G: DESIGN GUIDELINES H. STANDARD DRAWINGS 1. J. PLANS: Title Sheet, Index Sheet, Drawings No. 1 - 15, L1, L2, L3 W-S 1 - 8 STANDARD SPECIFICATIONS: It shall be the Contractor's responsibility to obtain the a li bl di i of the following Ontario Provincial Standard Specifications, R pp ca e e t on egion of Durham Standard Spec~catrons revised April 2009, and Municipality of Clarington Design Guidelines and Standard Soecifirarinnc _ Anne OPS5,No. .Date OP S No. Date OPSS No. Date OPSS No Date' 127 128 Current Curr t 314 Nov. 2004 408 Nov. 2007 . 510 Nov. 2006 180 en Nov. 2005 330 351 Ma 1994 Nov 2005 409 Nov. 2005 565 Nov.2D07 201 Nov. 2007 353 . Nov 2006 410 501 A r. 2008 570 Nov. 2007 206 Nov. 2000 355 . Nov. 2006 506 Nov. 2005 Nov 2005 571 Nov. 2007 212 Nov. 2008 405 Nov. 2008 507 . Nov. 2005 908 1010 Mar 1998 A 112004 310 Nov. 2008 407 Nov. 2007 K. GEOTECHNICAL INVESTIGATION (BOREHOLE LOGS) L. GENERAL CONDITIONS: OPS General Conditions of Contract (November 2006) The Contractor, by this tender, offers to complete the work of this Contract in strict accordance with the terms contained herein. The bidder certifies that it has met all of its obligations to comply with the Provincial Retail Sales Tax requirements, so that it is able to do business in Ontario. Yes X No The Bidder hereby acknowledges receipt of the following Adden Addendum No. 1 Date of Issue Oct. 27 2009 Addendum No. 2 Date of Issue Oct. 28 2009 Addendum No. 3 Date of Issue Oct. 30 2009 is to the Bid Documents Initials A.R.E A.R.E A.R.E ' 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 Da€3; Plans: ai3d ' Specifications, for Contract No. CL2009-20, executed by me/us bearing date the 3r •day of=fJ~oir. 20(39 afSd we have fully Tea II related dot ents to tender data as listed above. SIGNATURE: POSITION." ."Owner-~ ' NAME OF FIRM Eaoleson Construc (on COMPANY ' Prlvacv Ledalation ' Fetleral legislation governs the wllec(ion antl use of personal intomtation frwn intlivitluals. We represent and wartanf b the owner that we have odainetl the CONSENT of emPbyees whose personal intwmation we have supplies b the Darer b this fencer. TIPS personal irrtonnalion, wMd, includes, Dul is not hmitetl lo, the em I ~Y antl all and Pm1eG history, professiomal tlesignalbns aM Walihrations. This CONSENT pamnits the ownw to tlisWSe this P oyees' nanres, emtcation, wwk evaluating ow bitl. In Ne evert that the tenter is suttiressful, this Pais°nal'nknnation b Ne Engineer (owner w agerp fw the puryose of personal inimnation may also be usetl in pryeC atlministrelian, fw confaU Wrposes. This is Page 25 of 25 pages to be submitted as the Tender Submission for Contract No. CL2009-20. i cORPORATiON OF THE MUNICIPALITY OF CLARINGTON II CONTRACT NO. CL2009-20 II I ~I ~i i ST~4NDARD TERMS AND CONDITIONS ' P:1Dept12V2-297381Specs1C12009-20-T&C.dx i~ THE C0~2PORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page 1 of 11 The Municipality of Claringt 's "Standard Terms and Conditions' shall apply to this Contract except where noted below. • Clause 8 of the' tandard Terms and Condtions" shall be superseded by Clause 8, "Payments" of the "Special Previsions -General" Section of the Contract. • Clause 15 of the (Standard Tenns and conditions" shall be superseded by Clause 2 "Guaranteed Mai tenance" of the "Specal Provisions -General" Section of the Contract. • The first paragra h of Clause 16 of the "Standard Terms and Condifions" is not applicable to this Contract. • The first paragra h of Clause 24 of the "Standard Terms and Conditions" shalt be superseded by Clause 6.03.0 of the OPS General Conditions of Contract (November 2006) which requires a $5,000,000.00 bility coverage. • Clause 27 of the Standard Terms and Conditions" shall be superseded by Clause by Clause 18, "Workplace H~ardous Materials Information System (WHIM(S)" of the "Special Provisions - General" Section bbbf the Contract. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page 2 of 11 SCHEDULE (B) 1. 2. STANDARD TERMS AND CONDITIONS DEFINITIONS Municipality -The Corporation of the Municipality of Clarington, its successors and assigns. Bidder -The person, firm or corporation submitting a bid to the Municipality. Company -The person, contractor, firm or corporation to whom the Municipality has awarded the contract, it successors and assgns. 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 contrail 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, furnished or performed by the company, which are subject to the Contract. SUBMISSION OF BID Bid invitation shall be in accordance 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 officer of the Bidder. If a joint bid is submitted, d 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 Bidders authorized sgning 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 cbsing 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. ~~ THE COkPORATION OF TFfI= MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page 3 of 11 SCHEDULE (B) ST~DARD TERMS AND CONDITIONS (continued) 3. .CONTRACT The contract consis~s of the documents aforementioned as defined in Section 1, Definitions, Contract. ! The contract and ions thereof take precedence in the order in which they are named above, notwithstanding the ronological order in which they are issued or executed. The intent of the tract is that the Company shall supply work which is fd and suihable for the Municipality's inten use and complete for a particular purpose. None of the rxxrdifi contained in the Bidders standard or general condftions of sale shah be of any effect unless ex icitly agreed to by the Municipality and specifically referred to in the purchase order. 4. Any clarification of the document required by the Bidder prior to submission of its bid shall be requested through t~ Municipality's contact identified in the document. Any such Garificatron so given shall not in ny way alter the document and in no case shall oral arrangements be considered. r, Every notice, advice) or other communication pertaining thereto will be in the form of a written addendum. No officer, agent or empbyee of the Municipality is authorized to alter orally any portion of the document. 5. The bidder may be wired to show, in terms of experience and facilities, evidence of its ability, as well as that of any pr posed subcontractor, to perform the work by the specfed delivery date. 6. DELIVERY Unless otherwise sta ,the work specified in the bid shall be delivered or completety performed by the Company as n as possible and in any event within the period set out herein as the guaranteed period of elivery or completion after receipt of a purchase order therefore. A detailed delivery ti et or piece tally, showing the exact quantity of goods, matedals, articles or equipment, shall pony each delivery thereof. Receiving by a foreperson, storekeeper or other such receiv~ll not bind the Municipality to accept the work. covered .thereby, or the particulars of the deli ticket or piece tally thereof. Work shall be subject;~to further inspection and approval by the Municipality. The Company shall b~ responsible for arranging the work so that completion shall be as speafied in the contract. Time shall be of the e$sence of the contras. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page 4 of 11 r SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) 7. PRICING 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 clarif~afion on any point, it must be obtained prior to the submission of the bid. Payment shall be full compensation for all costs related to the work, including operating and overhead costs to provide work to the satisfaction of the Municipality. All prices quoted shall include applicable customs duty, excise tax, freight, insurance, and all 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 specified herein. If the Bidder intends to manufacture or fabricate any part of the work outside of Canada, it shall arrange its shipping procedures so that tts 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. 8. TERMS OF PAYMENT Where required by the Construction Lien Act appropriate monies may be held back until 60 days after the completion of the work. Payments made hereunder, including final payment shall not relieve the company from its obligations or liabilities under the contract. Acceptance by the company of the final 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 Municipality shall have the right to wRhhold from any sum othervvise payable to the company such amount as may be sufficient to remedy any defect or deficiency in the work, pending correction of it. Payment may be made 30 days after 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, cepyright or other proprietary right, and shall pay to the Municipality all costs, damages, charges and expenses, including its lawyers' fees on a solicitor and his own client basis occasbned to the Municipality by reason thereof. THE CO~tPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION i~ SCHEDULE (B) The company shall TERMS AND CONDITIONS (continued) alt royalties and patent license fees required for the work. Page 5 of 11 If the work or any p thereof is in any action or proceeding held to constitute an infringement, the company shall fo 'th either secure for the Municpality the right to continue using the work or shall at the comps 's expense, replace the infringing work with non-infringing work or modify tt so that the work no brxger infringes. 10. ALTERNATES Any opinion with and to the use of a proposed attemate determined by the Municipality shall be final. Any bid prop~¢o ing an attemate will not be considered unless otherwise specified herein. 11. EQUIVALENCY 12. 13. 14. ' 15. 16. Any opinion determi~red by the Municipality with respect b equivalency shall be final. The company shall jnot assign or subcontract the contract or any portion thereof without the prior written consent of the Municipality. The Municipality is ~rtEitled to request of the Company to furnish reasonable evidence that financial arrangements have been made to fulfill the Company's obl'gations under the Contract. The company shall mply with relevant Federal, Provinrtial and Municipal statutes, regulations and by-laws pertaining the work and its pertormance. The company shall be responsible for ensuring similar compliance y suppliers and subcontractors. The contract shall I governed by and. interpreted in accordance with the laws of the Province of Ontario. if at any time prior one year after the actual delivery date or completion of the work (or specified warcantyJguarantee period if longer than one year) any part of the work becomes defective or is deficient or fails d to defect in design, material or workmanship, or otherwise fails to rrreet the requirements of th contract, the company, upon request, shall make good every such defect, deficiency or failure without cost to the Municipality. The company shall pay all transportation costs for work both ways etween the company's factory or repair depot and the point of use. The Municipality serves the right to award by item, or part thereof, groups of ttems, or parts thereof, or all item of the bids and to award contracts to one or more bidders submitting identical bids as to price; accept or reject any bids in whole or in park to waive ircegularifies and omissions,rf in so doing, the best interests of the Municipality will be served. No liability shall accrue to the Muni ipality for its decision in this regard. Bids shall be ircevo¢able for 90 days after the official dosing time. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page 6 of 11 SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) 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 following considerations: .._ a Bidder or a subcontrector 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 incuding, but not limited to outstanding property taxes owed 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, 18. SUPPLIER PERFORMANCE EVALUATION Prior to the Contract renewal dates or upon expiry of the Contract, the Municipality of Clarington will complete a Performance Evaluation Form, providing feedback related to the Company's perfortrrance of the Contract Suppliers/Contractors will be evaluated based on, but not limited to the following: ,~ • quality of goods/services provided; • compliance with Contract specifications, terms & conditions; • communication (responsiveness); • billing accuracy. The results of the Performance Evaluation shall be used to determine whether or not the Company is: • considered for renewal of a Contract with the Municipality; • considered for award of any subsequent Contract opportunities. Throughout the life of the Contract, the Municipality shalt communicate any performance issues/concems, to the Company. Persistent performance issues may result in an immediate Contrail Performance Evaluation by all participating departments to determine if Contract suspension or termination is necessary. Companies whose previous Contracts were terminated due to poor performance shall be considered for subsequent Contract Awards, only 'rf they can show proof, through a minimum of three references f i il or s m ar work, that they have overcome their performance issues of the past Contract The Municipality's decision in this regard shall be final. The results of any Performance Evaluation may be disclosed tc other Municipalities or government bodies upon request, where R can be demonstrated that the Company has listed the Municipality as a Work reference. DEFAULT BY COMPANY ;~. a. If the Company commits any act of bankruptcy; or if a receiver is appointed on account of its insolvency or in respect of any of its property; or if the company makes a general assignment for the benefit of its creditors; then, in any such case, the Municipality may, without notice: terminate the contract. r~ J THE CO~tPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page 7 of 11 SCHEDULE (B) ST/~NDARD TERMS AND CONDITIONS (continued) b. If the. Com ny fails to comply with any request, instruetlon or order of the Municipality; or faNs to pa~ 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 t e work with skill and diligence; or assigns or sublets the contract or any portion thereof ut the Municipality's prior written consent; or refuses to correct defective work;. or is othe 'se in default in carrying. out its part of any of the 4ercns, conditions and obNgations f the contract, then, in any such case, the Municipality may, upon expiration of ten days the date of written notice to the company, terminate the contract. c. Any term n of the contract by the Municipality, as aforesaid, shalF be without prejudice to any rights or remedies the Municipaliity may have and without incurring any liability whatsoever in respect thereto. d. Hthe Mun' ity terminates the contract, it is entitled to: i) to possession of all work in progress, materials and construction equipment then r at project site (at no additional charge for the retention or use of the it corrstn~ction equipment), and finish the work by whatever means the Municipality m deem appropriate under the circumstances; ii) hold any further payments to the company until the completion of the work and the expiry of all obligations under the Correction of Defects section; iii) ver from the company loss, damage and expense incurced by the Municipality by eason of the company's default (which may be deducted from any monies due or ing due to the company, any balance to be paid by the company to the i 19. CONTRACT CAN LLA I IUN The Municipality all have the right, which may be exercised from time to time, to cancel any uncompleted or un donned portion of the work or part thereof. In the event of such cancellation, the Municipality a the Company may negotiate a settlement. The Municipality shall not be liable to the Company for Nss of anticipated profd on the cancelled portion or portions of the work. 20. QUANTITIES Unless otherwise s ified herein, quantities are shown as approximate, are not guaranteed to be accurate, are fum' hed without any liability on behaH of the Municipality and shall be used as a basis for compari n only. Payment will be by the unit complete at the bid price on actual quantities deemed acceptable by the MunicipaNty. 2t SAMPLE Upon request, sa pies must be submitted strictly in accordance with instructions. If samples are requested subset ent to opening of bids, they shall be delivered within three (3) working days following such est, unless additional time is granted. Samples must be submitted free of charge and will returned at the bidders expense, upon request, provided they have not been destroyed by tests, or are not required for comparison purposes. The acceptance f samples by the Municipality shall be at its sole discretion and any such acceptance shall ' no way be construed to imply relief of the company from its obligations under the contract. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page 8 of 11 22. 23. SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) Samples submitted must be accompanied by current Material Safety Data Sheets (MSDS) where applicable. SURETY The successful tenderer shall, if the Municipality in its absolute discretion so desires, be required to satisfy surety requirements by providing a deposd in the form of a certified cheque, bank draft or money order or other form of surety in an amount determined by the Municipality. This surety may be held by the Municipality until 60 days after the day on which all work covered by the contract has been completed and accepted. The surety may be returned before the 60 days have elapsed providing satisfactory evidence is provided that ati liabilities incurred by the company in carrying out the work have expired or have been satisfied and that a Certificate of Clearance from the WSIB - Workplace Safety Insurance Board has been received. The company shall,rf the Municipality in its absolute discretion so desires, be required to satisfy fidelity bonding requirements by providing such bonding in an amount and farm 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 Contractors 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 all 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 Independent contractors /Owners /Operators who do not have WSIB coverage, the following shall be provided upon request by the Calling Agency: Single Independent Contractors / Owners J Operators shall provide a letter from the Workplace Safety & Insurance Board confirming independent operator status and identification number. To obtain this, contractors must complete the form "Determining worker/Independent Operator status", issued by the Workplace Safety & Insurance Board. (For more information, please contact your local Workplace Safety & Insurance Board Office and refer to this clause.) LI l 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. THE CO{2PORATION OF THE MUNICIPALITY OF CLARINGTON II PURCHASING DIVISION Page 9 of 11 ~ SCHEDULE (B) ST NDARD TERMS AND CONDITIONS (continued) ~ 24. INSURANCE ~ ' The company shah aintain and pay for Comprehensive General Liability insurance inckiding premises and all o afions. This insurance coverage shah be subject to limits of not less than $3,000,000.00 inclu ive per occurtence for third party Bodily Injury and Property Damage or such other coverage or a unt as may be requested. The Company sha maintain and pay for Automobile Liability insurance in respect of licensed vehicles and shall ve limits of not less than $2,000,000.00 inGusive per occurrence covering all licensed vehicles o ed or leased by the Company. The policy shall in Jude the Municipality as an additional insured in respect of all operations performed by or on behalf of the Company. A certified copy of such policy a certificate shall be provided to the mu ~ipality prior to commencement of the work. Further certified copies shall be provided upon requ The Policies shah endorsed to provide that the Municipality is to receive not less than 30 days notice in writing ~ advance of any canceNafron, material amendment, or change restricting coverage. Written Mice shall be personally delivered to or sent by registered mail th the Agency. .The Company will sure that any and all Subcontractors also have valid Insurance coverage. 25. LIABILITY The company agr to defend, fully indemnify and save harmless the MunicipaNty from all actions, suits, claims, d ds, bsses, costs, charges and expenses whatsoever for all damage or injury including death to y person and all damage to any property wh~h may arise directly or indirectly by reason of a req rement of the contrail, save and except for damage caused by the negligence of the Municipality its employees. The Company agr to defend, fully indemnify and save harmless the Municipality from any and all charges, fines, ; Wattles and costs that may be incurted or paid by,the Municpality 'rf the Municipality or any fits empbyees shall be made a party to any charge under the Occupational i Heatth and Safety tin relation to any violation of the Act arising out of this contract 26. The Company sh carefully examine the site and existing building and services affecting the proper execution the work, and obtain a clear and comprehensive knowledge of the existing conditions. No clai for extra payment will be allowed for work or difficulties encountered due to conditions of the s' which were visible or reasonably inferable, prior to the date of submission of Bid. Bidders shall pt sole responsibility for any error or negleil on their part in this respect. 27. SAFETY The Company shah obey all Federal, Provincial and Municipal Laws, Act, Ordinances, Regulations; Orders-in-Council a d By-laws, which cook! in any way pertain to the work outlined in the Contract ,r, or to the Employ of the Company. Wittrout Nmtting theenerality of the foregoing, the Company shall satisfy all statutory requirements imposed by the O upafional Health and Safety Ail and Regulations made thereunder, on a contractor, a Con ilor and/or Employer with respect to or arising out of the performance of the Company's obligati ns under this Contract. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page 10 of 11 SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) The Company shall be aware of and conform to all governing regulations incuding those established by the Municipality relating to employee health and safety. The Company shall keep employees and subcontractors informed of such regulations. The Company shall provide Material Safety Data Sheets (MSDS) to the Municipality for any supplied Hazardous Materials. 28. UNPAID ACCOUNTS The company shall indemnify the Municipality from all claims arising out of unpaid accounts relating to the work. The Municipality shall have the right at any time to require satisfactory evidence that the work in respect of which any payment has been made or is to be made by the Municipality is free and clear of liens, attachments, claims, demands; charges or other encumbrances. 29. SUSPENSION OF WORK The Municipality may, without invalidating the contract, suspend performance by the Company from time to time of any part or all of the work for such reasonable period of time as the Municipality may determine. The resumption and completion of work after the suspension shall be governed by the schedule t bli h d b th M i i li es a s e y e un c pa ty. 30. 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. 31. CONFLICT OF INTEREST No employee or member of Council of the Municipality shall sell goods or services to the Municipality in accordance with the Municipality of Clarington Policy or have a direct or indirect interest in a Company or own a Company which sells goods or services to the Municipality. 32. MUNICIPAL FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT (MFIPPAI 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 scientfic, technical, commercial, proprietary, or similar confidential information, the disclosure of which could cause them injury. Complete proposals are not to be identified as confidential. 33 CRIMINAL BACKGROUND CHECKS . "The successful service provider covenants and agrees to provide the Municipality of Clarington, or such other entity as the Municipality may designate, with written consent to perform a criminal background check including Criminal Code (Canada) convictions, pardoned sexual offences, THE N OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION Page 11 of 11 SCHEDULE (B) records or TERMS AND CONDITIONS (continued) under the Controlled Drugs and Substances Act, Narcotics Control Act and Food and Drugs ct and all outstanding warrants and charges for every individual who may come into direct con ract with youth ar who are permitted entrance to private or restricted areas or residences. This will be done at no cost to the Municipality and any such requested document will be submitted to the unicipality in its true form in advance of commencement of work. The Municipal issu is direct contact vri Municipal identifiG whichever comes unfettered discreti~ entering a private bidder/partner fails policy and procedu The Municipality immediately and u fail to provide the Administrative Offii identification card must be worn when individuals are at a sde where there youth or where access to any private or restricted area is antiapated. The m card is valid for the term of the contract only or a one year term, si Under the terms of the contract, the Municipality has the sole and to prohibit an individual from coming into direct contact with youth or restricted area on a regular basis and to terminate the contract if the obtain or renew the Municipal identification cards according to Municipal Clarington reserves the right to cancel andJor suspend the contract aterally and without penalty to the Municipality should the service provider quired documentation or otherwise adhere to this procedure. `The Chief has the final say in determining any final action." CORPOR~4TION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-20 ~ 'i~ SCHEDULE `C' f P:l0ept 7 211 2-2 9 73 81Specs\C~ewa-20-Schedule (C).dx SCHEDULE (C) CONTRACTOR POLICY AND POLICY: Contractors and b-contractors are responsible to ensure that their personnel are updated on all saf ty concerns of the workplace and are aware of the safety requirements as r uired by the Contractor under the Occupational Health and Safety Act. Safety perfo ance will be a consideration in the awarding of contract. Under the Occupational He hand Safety Act (Section 23 (1), (2)), it is the constructor's responsibility toe sure that: • the mess es and procedures prescribed by the Occupational Health and Safety Act and th~ Regulations are carried out on the woiect; • every em a yer and every worker performing work on the proiect complies wRh the Occup tional Health and Safety Act and the Regulations (under the Act); and • the health ~nd safety of workers on the rp oiect is protected. • Where so rescribed, a constructor shall, before commencing any work on a project, giv to a Director notice in writing of the project containing such informatio as may be prescribed. DEFINITIONS: Contractor- any individual or firm engaged by the Municipality to do work on behaff of the Muniapality. Project -.means a {Construction project, whether public or private, including, • the constr tion of a building, bridge, structure, industrial establishment, mining plant, shaft tunnel, caisson, trench, excavation, highway, railway, street, runway, parking lot, cofferdam, conduit, sewer, watermain, service connection, telegraph, telephone r electrical cable, pipe line, duct or well, or any combination thereof, • the moving of a building or structure, and • any work o undertaking, or any lands or appurtenances used in connection with Construction - incl 'des erection, alteration, repair, dismantling, demolition, structural maintenance, pai ing, land clearing, earth moving, grading, excavating, trenching, digging, boring, dri ling, blasting, or concreting, the installation of any machinery or plant, and any work or u dertaking in connection with a project. 2 SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... Constructor- means a person who undertakes a project for an owner and includes an owner who undertakes all or part of a project by himself or by more than one employer. Project Manager- means the municipal management representative who has responsibility for a contract. PROCEDURE: The following items are required before any Contractors are hired by the Municipality. ` a) Before beginning a project, the project manager or delegate must determine whether any designated substances/hazardous materials are (or will be) present at the site and prepare a list of all these substances. b) The project manager or delegate must include, as part of the request for tender/quotations, a copy of the above-mentioned fist. The list of designated substances/hazardous materials must be provided to all prospective constructors and/or contractors. c) The request for tendedquotations 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 r the Health and Safety Practice. Form (Schedule "C1 "). The Purchasing Office will maintain all contractors safety performance records. e) As part of the tender/quotation conditions, before award of a contract, the contractor will be required to provide proof that all workers involved with the project have the proper WHMIS training, as required by the Occupational Health and Safety Act. f) As part of the tender/quotation conditions, before award of a contract, the contractor must provide details of their Health and Safety program. g) The project manager or delegate must provide the successful contractor with a workplace orientation, which will include, but not limited to iden£rfying known potential hazards, hazardous material inventory and material safety data sheets for the sites. A workplace orientation/Job Safety Instruction Checklist to be completed (see Compliance page 9). h) Before the start of the assignment, the following documentation will be provided to the successful contractor, by the project manager or delegate. i) Copies of the Municipal Corporate Health and Safety Program ii) Departmental health and safety policies iii) Workplace procedures regarding health and safety practices. ' 3 SCHEDULE (C) CONTRACTOR SAFETY' PdLICY AND PROCED RE Continued... i) The coat ctor has the responsibility to provide any and all prescribed personal protective uipment for their own workers, to include as a minimum but not limited to rd hats and safety boots. If a worker(s) fails to comply with any program, olicy, rule or request regarding healh and safety, that person(s) is not allowed or b the ske until the person(s) complies. j) The Muni 'paltry will retain the right to document contractors for all health and safety wa ings and/or to stop any contractors' work if any of the previously mentione items are not in compliance. Similarly, the Muniapality will have the right to iss warnings and/or to stop workrf there are any violations by the contractor of the Occupational Health and Safety Act, Municipal Heakh and Safety pr rams, policies, rules, and/or rf the contractor creates an unacceptable heck a safety hazard. Written warnings and/or stop work orders can be given to contra rs using Contractor Heakh and Safety Waming/Stop Work Order Form (Sch ule "C3'~. k) Where ap I ligble, the Municipalky will retain the right to allow municipal employee~ to refuse to work in accordance wkh the established policy and the Occupatio al Heakh and Safety Act, in any unsafe conditions. I) The Pur ~ sing Department will maintain current certificates of clearance until all monies o w i 'ng have been paid to the contractor. m) project control for ensuring contractor compliance to this policy falls upon the er or designate. This will include identification, evaluation and 's and procedures for hazards and follow-up and issuing of alth and Safety Waming/Stop Work Orders. 4 SCHEDULE (C1) CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... HEALTH AND SAFETY PRACTICE FORM ~" To Contractor(s): The Municipality of Clarington is committed to a heaRhy and safe working environment for all workers. To ensure the Municipal workplace is a heakhy and safe working environment, contractors, constructors and subcontractors must have knowledge of and operate in compliance with the Occupational HeaRh 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 , accidenUincident 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 iwo 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 co~rming this status and number from WSIB with their bid submission.) SCHEDULE (C2} CONTRACTOR SAFE 5 POLICY AND PROCED RE Continued... CONTRACTOR' STATEMENT OF RESPONSIBILITY As a contractor rking for the Municipality of Clarington, Uwe will comply with all procedures and safety policies, de uirements of the Occupational Health and Safety Act, Municipal rtment and site specfic polices and procedures and other applicable legislat on or regulations. I/we will work safely with skill and care so as to prevent an acrid al injury to ourselves, fellow empbyees and members of the public. 1. The contra subcontra ~orlsuccessful tenderer cert~es that it, its employees, its ors and their e l mp oyees, a) are aware of their respective duties and obligations under the Oc ll pational Heath and Safety Act, as amended from time to time, and a egulations thereunder (the "AcP~; and b) ha sufficient knowledge and training to perform all matters required pu want to this contract/tenderscfely and in compliance with the Act. 2. In the pert ance of all matters required pursuant to this contracUtender the contractor/ , uccessful tenderer shall, a) act afely and comply in all respects to the Act, and b) ens re that its employees, it subcontractors and their empbyees act saf and complying all respects with the Act. 3. The contra or/successful tenderer shall rectify any unsafe act or practice and any non-co pliance with the Act at its expense immediately upon being notified by any pe n of the existence of such act, practice ornon-compliance. I 4. The contract or/successful tenderer shall permit representatives of the Municipality l and the Health and Safety Committee on sfte at any time or times for the purposel of inspection to determine compliance with this contractorftender. 5. No act or o fission by any representative of the Municipality shall be deemed to be an assu ption of any of the duties or obligations of the contractor/successful tenderer or ny of its subcontractors under the Act 6. The contract~ . Or/successful tenderer shall indemnify and save harmless the Municipality, a) from may y loss, inconvenience, damage or cost to the Municipality which putt from the contractor/successful tenderer or any of its :es, its subcorrtractors or their employees failing to ad safely or to in all respects with the Actin the performance of any matters I pursuant to this contracUtender, s SCHEDULE (C2) CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... b) against any action or claim, and cysts related thereto, brought against the , Municipality by any person arising out of any unsafe act or practice or any non-compliance with the Act by the contractor/successful tenderer or any of its employees, its subcontractors or their employees in the performance of any matter required pursuant to this contract/tender; and c) from any and all charges, fines, penalties, and costs that may be incun'ed or paid by the Municipality (or any of its council members or employees) shall be made a party to any charge under the Actin relation to any violation of the Act arising out of this contract/tender. ........................................... Contractor Name of Person Signing for Contractor ........~..r...~ ...........:.........................,~..~.~.~o~..... Signature of Contractor Date SCHEDULE (C3) CONTRACTOR: POLICY AND Continued... The purpose of this form ~s to: (Issuer to check one of the following) _ Provide warning t~ the contractor to immediately discontinue the unsafe work practice described below _ Direct the contra or to immediately cease all work being perfonned under this contract due to the unsafe work practice described below. FAILURE TO COMPLY ' ITH THIS WARNING/STOP WORK ORDER SHALL CONSTITUTE , BREACH OF CONTRA PART "A" - DETAILS O CONTRACT CONTRACT/P.O. # DESCRIPTION: NAME OF FIRM: 7 a 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. CL2009-20 INSTRUCTIONS TO TENDERERS P:\Dept 12\12-297381Specs\CL2009-20 - IT.doc INDEX INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2009-20 ' CLAUSE SUBJECT PAGE 1. GENERAL .................................................................................................................................................... ......1 2. BLANK FORM OF TENDER ..................................................................................................................... ...... 1 3. TENDER DEPOSITS .................................................................................................................................. ...... 2 4. BONDS ......................................................................................................................................................... ......2 5. RIGHT TO ACCEPT OR REJECT TENDERS ....................................................................................... ...... 2 6. UNACCEPTABLE TENDERS ................................................................................................................... ...... 3 7. ABILITY AND EXPERIENCE OF TENDERER ...................................................................................... ...... 3 8. REFERENCES ............................................................................................................................................ ......3 9 PROVINCIAL SALES TAX ........................................................................................................................ ...... 3 . 10. GOODS AND SERVICES TAX (GST) ..................................................................................................... ...... 3 11. EXECUTE CONTRACT DOCUMENTS ................................................................................................. ....... 3 12. COMMENCEMENT OF WORK ............................................................................................................... ....... 4 13. LOCATION .................................................................................................................................................. .......4 14. SOILS INFORMATION AND CROSS-SECTIONS ............................................................................... ....... 4 15. TENDERERS TO INVESTIGATE ........................................................................................................... ....... 4 16. INQUIRIES DURING TENDERING ........................................................................................................ .......4 17. AWARD OF THE CONTRACT ................................................................................................................ .......4 18. DEFINITION OF OWNER/AUTHORITY AND ENGINEER/CONTRACT ADMINISTRATOR ....... ....... 5 19. ADDENDA ................................................................................................................................................... .......5 20. UTILITIES .................................................................................................................................................... .......5 21. PROVISIONAL ITEMS .............................................................................................................................. ....... 6 22. TENDER OPENING MEETING ............................................................................................................... ....... 6 PAGE ONE INSTRUCTIONS TO TENDERERS 1 CONTRACT NO. CL2009-20 ' 1. GENERAL ' SEALED Tenders plainly marked "Contract No. CL2009-20" will be received until: 2:00:00 P.M., LOCAL TIME, TUESDAY, NOVEMBER 3, 2009 and shall be addressed to: Ms. Patti Barrie, Clerk Corporation of the Municipality of Clarington 40 Temperance Street Bowmanville, Ontario L1C 3A6 r Tenders must be time-stamped at the above noted location to be considered. Late submissions will not be accepted and will be returned unopened without exception. ' The use of the mail or courier services for delivery of a Tender will be at the risk of the Bidder. The Tender must come into the possession of the above-mentioned representative of the Municipality before the deadline for submission or the Tender will be returned to the Bidder unopened. In the event that the Tender is hand delivered and is received past the deadline for submission, the Tender envelope will be time stamped and returned unopened to the deliverer immediately. ' In the event that the Tender is received by a means other than 'in person' and is received past the submission deadline, it will be time stamped and returned unopened by courier. ' Note: Since Tenders must be submitted in a seated envelope, submissions by facsimile or electronic delivery, secured or otherwise, are not acceptable. 1 The onus unequivocally remains with the Bidder to ensure that Tenders are delivered to the Municipal Clerk, Clerks Office, 2"" Floor, before the deadline for submission, in accordance with the submission instructions. Requests for adjustments to submitted Tenders by telephone, fax or electronically will not be considered. The Municipality shall not be liable for any cost of preparation or presentation of Tenders, and all Tenders and accompanying documents submitted by the Bidder become the property of the ~, Municipality and will not be returned. There will be no payment to Bidders for work related to and materials supplied in the preparation, presentation and evaluation of any Tender, nor for the Contract negotiations whether they are successful or unsuccessful. The Municipality, its elected officials, employees and agents shall not be responsible for any liabilities, costs, expenses, loss or damage incurred, sustained or suffered by any Bidder, prior or I 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. CL2009-20 3. TENDER DEPOSITS All tenders shall be accompanied by a certified cheque or a bid bond in the minimum amount defined below, made payable to the Authority, as a guarantee for the execution of the Contract. 2. Totel Tender Amount Allinimum Deposit Required ' $ 20,000.00 or less $1,000.00 20,000.01 to 50,000.00 2,000.00 50,000.01 to 100,000.00 5,000.00 100,000.01 to 250,000.00 10,000.00 250,000.01 to 500,000.00 25,000.00 500,000.01 to 1,000,000.00 50,000.00 1,000,000.01 to 2,000,000.00 100,000.00 2,000,000.01 and over 200,000.00 ' 4. 5. 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. , 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. CL2009-20 '! 6. UNACCEPTABLE TENDERS 3. 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 120 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. I 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 r CONTRACT NO. CL2009-20 4 i 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 ' The work is located on High Street from First Street to Fourth Street and First Street, Third Street and Fourth Street from Elgin Street to High Street, in Bowmanville, Municipality of Clarington. 14. SOILS INFORMATION AND CROSSSECTIONS , Geotechnical investigations have been undertaken on behalf of the Municipality of Clarington. The results provided are for information only and are not guaranteed 6y the Authority. A copy of ' the Borehole Logs is included with the Tender Documents as listed in the "Schedule of Tender Data". A copy of the entire Geotechnical Report may be provided upon request. Design cross-sections may be viewed for information purposes at AECOM's Cobourg office. 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 h ll b ' s a e the Contractor s responsibility to thoroughly inspect the site of the proposed works, determine the location of any buried or obstructing services and make satisfactory arrangements for interference with such service with the proper jurisdictional agency. ' 16. INQUIRIES DURING TENDERING Th T d e en erer is advised that inquiries regarding the interpretation of the plans or specifications shall be directed to the Contract Administrator, AECOM, Telephone: 905-372-2121, attention: ron Albright P.Eng. , 17. AWARD OF THE CONTRACT The award of this Contract is subject to the approval of the Municipality of Clarington and the Region of Durham. Bidders should be aware that award of this Contract may be approved in two parts: 1) All works excluding Fourth Street works 2) Fourth Street works r INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2009-20 LJ 5. ' The Fourth Street works is subject to approval of the 2010 Clarington budget by Council. Should Fourth Street works not be approved by Clarington Council, all association Region of Durham ' works will be deleted from the Contract. 18. DEFINITION OF OWNERIAUTHORITY AND ENGINEERlCONTRACT ADMINISTRATOR ' Wherever the word "Owner' or "Authority" or "Corporation" appears in this Contract, it shall be interpreted as meaning the Corporation of the Municipality of Clarington. Wherever the word "Ministry", "M.T.C." or "M.T.O" appears it shall be deemed to mean the "Ministry of Transportation, Ontario" or the "Corporation of the Municipality of Clarington". Wherever the word "Contract Administrator" or "Engineer" appears in this Contract it shall be deemed to mean the Consultants, AECOM, or such other officers, as may be authorized by the Authority to act in any particular capacity. ' 19. ADDENDA ' The Contractor shall ensure that all addenda issued during the tendering period are signed and attached as part of the submitted bid. The Contractor must also sign and acknowledge addenda in the space provided on the Form of Tender. Failure to do so may result in the submitted tender being rejected. 20. UTILITIES For additional information regarding existing utilities, the Contractor may contact the following personnel: Veridian Hydro: Mr- Peter Petriw, P.Eng. Tel: (888)-445-2881 ' Bell Canada: Ms. Ellen Hyde ' Tel: (905) 433-2141 EnbridgelConsumers Gas: Mr. Jamie Rochford Tel: 416-758-7933 Cable TV Ms. Cindy Ward Tel: 905-436-4138 Hydro One Mr. Jim Hisson Tel: (905) 623-1071 INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2009-20 6. r i Clarington Street Lighting Clarington Operations Ms. Sue Arends Tel: (905)263-2292 Durham Region Durham Region Traffic Depot Traffic Signals Tel: (866)-786-8116 ' 21. PROVISIONAL ITEMS After the tender closing the Items in the Itemized Bid noted as being "Provisional" may have quantities modified or may be deleted from the Contract at the sole discretion of the Owner without negotiating with the bidders regardless of the percentage of the Tender the individual or ' combined "Provisional Items" represent. No consideration for loss of overhead costs will be considered should these Items be deleted from the Contract. Note: If Section 'D' is deleted from the Contract, related quantities from Section 'E' and `F' will , also be deleted or reduced. , 22. 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. r r t i f 1 i 1 i i ' CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' CONTRACT NO. CL2009-20 i 1 i I SPECIAL PROVISIONS -GENERAL P:1Dept 7 211 2-29 7 3 81Specs1CL2009-20-SPG.doc INDEX SPECIAL PROVISIONS-GENERAL CONTRACT NO. CL2009-20 ' CLAUSE SUBJECT L_J 1. PLAN QUANTITY ITEMS PAGE 2. GUARANTEED MAINTENANCE ................................................................................................. ....1 3. CONTRACT TIME AND LIQUIDATED DAMAGES .................................................................. ....1 4. CONTRACTOR'S AUTHORIZED REPRESENTATIVE ........................................................... ....2 5. OPS GENERAL CONDITIONS .................................................................................................... ....2 6. LAYOUT BY CONTRACT ADMINISTRATOR ........................................................................... ....2 7. RESTRICTIONS ON OPEN BURNING ...................................................................................... ....2 8. PAYMENTS ..................................................................................................................................... ....3 9. UTILITIES ........................................................................................................................................ ....3 10. DUST CONTROL ........................................................................................................................... ....4 11. TRAFFIC CONTROL, FLAGGING .............................................................................................. ....4 12. CONTRACTOR'S SUPPLY OF CONSTRUCTION SIGNS ..................................................... ....4 13. MAINTENANCE OF TRAFFIC ..................................................................................................... ....5 14. EMERGENCY AND MAINTENANCE MEASURES .................................................................. ....6 15. ENGINEERING FIELD OFFICE ................................................................................................... ....7 16. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL ................................................... ....7 17. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 -DESIGNATED SUBSTANCES ... ....8 18. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM (WHIMIS) ................ ....9 19. SPILLS REPORTING .................................................................................................................... ....9 20. TRAFFIC AND STREET SIGNS .................................................................................................. ....9 21. GARBAGE COLLECTION AND MAIL DELIVERY SERVICE ................................................. ....9 22. ASPHALT MIX DESIGNS ............................................................................................................. ..10 23. PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED SPACES ............................................................................................................................................ .10 24. CONFINED SPACE ENTRY .......................................................................................................... .10 25. ENTRY ONTO PRIVATE PROPERTY ........................................................................................ .I1 26. STORAGE AREAS .......................................................................................................................... .11 27. GENERAL LIABILITY INSURANCE ............................................................................................. . 11 28. CONSTRUCTION LIEN ACT ........................................................................................................ .11 29. PAYMENT FOR ADJUSTMENT FOR CHANGES IN THE MINISTRY OF TRANSPORTATION'S PERFORMANCE GRADED ASHPALT CEMENT PRICE INDEX. .12 30. VARIATIONS IN TENDER QUANTITIES .................................................................................... .13 31. HARMONIZED SALES TAX (HSTJ ............................................................................................. .13 32. PROPERTY OWNER'S RELEASE OF PRIVATELY OWNED LAND USED BY THE CONTRACTOR ............................................................................................................................... .14 PAGE ONE SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-20 ' 1. PLAN QUANTITY ITEMS ' Measurement for payment of the items designated (P) in the itemized bid is by plan quantity, as may be revised by adjusted plan quantity. 2. GUARANTEED MAINTENANCE ' Section GC7.16 of the General Conditions is revised in that the Contractor shall guarantee and maintain the entire work called for under this Contract for a period of twenty-four (24) months. The Contractor shall make good in a permanent manner, satisfactory to the Authority, any and all defects or deficiencies in the work, both during the construction and during the period of maintenance as aforesaid. The Contractor shall commence repairs on any work identified as defective under this clause within 48 hours of receipt of notice from the Authority or the Contract Administrator. The decision of the Authority and the Contract Administrator shall be final as to the necessity for repairs or for any work to be done under this Section. 3. CONTRACT TIME AND LIQUIDATED DAMAGES (1) Time Time shall be of the essence for this Contract. For purposes of this Contract, GC1.04 of the General Conditions is revised, in that Contract Time means the time stipulated herein for Completion of the Work as defined in Clause ' GC 1.06. (2) Progress of the Work and Contract Time ' The Contractor shall not commence the work or deliver anything to the work area until May 1, 2010 and shall accomplish completion of this contract as defined in GC1.06 of the General Conditions on or before October 23, 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. Note that with the exception of Asphalt Cement Price Adjustment no compensation price I adjustment to the bid prices will be made for time elapsed from tendering to Contract comaletion, for anv Item completed as a cart of this Contract. SPECIAL PROVISIONS -GENERAL ' CONTRACT NO. CL2009-20 2. (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 tc ascertain and determine the actual loss or damage which the Authority will suffer in the event of and by reason of such delay, the parties hereto agree that the Contractor will pay to the Authority the sum of ONE THOUSAND DOLLARS ($1,000.00) as ' liquidated damages for each and every calendar day's delay in achieving completion of the work beyond the date prescribed. It is agreed that this amount is an estimate of the actual loss or damage to the Authority which will accrue during the period in excess of the prescribed date for completion. ' The Authority may deduct any amount under this paragraph from any moneys that may be due or payable to the Contractor on any account whatsoever. The liquidated damages payable , under this paragraph are in addition to and without prejudice to any other remedy, action or other alternative that may be available to the Authority. ' 4. CONTRACTOR'S AUTHORIZED REPRESENTATIVE Authorized representative as referenced in GC7.01.10 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 h ' e Section GC7.02, Layout, is hereby revised by the deletion of Parts 03), 04), 05), and 06), and by t 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. f th i on o e The layout performed by the Contract Administrator shall be sufficient to permit construct work by the Contractor in compliance with the Contract Documents, but shall not relieve the Contractor of his responsibility for the provision of qualified personnel and normal tools of the trade, as necessary for the transferor setting of the secondary lines and grades from the primary controls , provided. Tools of the trade are interpreted to include but not necessarily be limited to hand and line levels, boning rods, tape measures, lasers, etc. 7. RESTRICTIONS ON OPEN BURNING Open fires will not be permitted within the limits of this Contract. Brush and debris may as an alternative to burning, be disposed of outside the Contract Limits and in compliance with the requirements specified elsewhere for Management and Disposal of Excess Material. 1 SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-20 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 2-1l2 percent of the total value of work performed beyond the expiration of 46 days from the date of publication of the Certificate of Substantial Performance, to enable the Contract Administrator to produce the final detailed statement of the value of all work done and material furnished under the Contract. As a condition of holdback reduction from 10% to 2-1/2%, the Contractor shall supply a Statutory Declaration as defined in GC8.02.03.07.03(b) and advertise the Certificate of Substantial Performance per GC8.02.03.04.03. ' As a condition of Progress Payment Certificate processing, the Contractor must provide a current WSIB Clearance Certificate and a Statutory Declaration in support of each Progress Payment ' Certificate and an updated project schedule as directed by the Contract Administrator. All interim monthly certificates are not conclusive as to the value or quality of services provided and ' payment certificates are subject to reopening and readjustment. The Completion Payment Certificate to include release of the remaining holdback will be issued within 120 days after the date for completion as specified under GC1.06. The date for interest due ' to late payment shall commence following 180 days after the date of completion of the work. As a condition of the final holdback payment, the Contractor shall provide the required Property ' Owner's Releases as specified elsewhere, as appropriate. Acceptance by the company of the final holdback payment shall constitute a waiver of claims by the company against the Municipality, except those previously made in writing in accordance with the Contract and still unsettled. The Contractor shall include in his price for the publication of the Certificate of Substantial Performance. Publication is mandatory whether Contractor requests Substantial Performance or not. ' The Contractor is advised that the Authority may withhold payment on Interim and Holdback Release Certificates up to 30 calendar days from the date of receipt of the executed Payment Certificates. ' Payments made hereunder, including final payment shall not relieve the Contractor from its obligations or liabilities under the contract. ' The Authority shall have the right to withhold from any sum otherwise payable to the Contractor such amount as may be sufficient to remedy any defect or deficiency in the work pending correction of it. 9. UTILITIES Sections GC2.01.01 and GC7.13.02 of the General Conditions are deleted in their entirety and are replaced by the following: SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-20 4. "The Contractor shall be responsible for the protection of all utilities at the job site during the time of construction." The Authority will be responsible for the relocation of utilities where required. However, no claims will be considered which are based on delays or inconvenience resulting from the relocation not being completed before the start of this Contract. The location and depth of underground utilities shown on the Contract drawings are based on the investigations made by the Authority. It is, however, the Contractor's responsibility to contact the appropriate agencies for further information in regard to the exact location of all utilities, to exercise the necessary care in construction operations and to take such other precautions as are necessary to safeguard the utilities from damage. The Contractor should note the following relocation works: • Bell and Rogers cable and pedestals along the east side of High Street from First Street to Fourth Street where in conflict with proposed works. • Bell and Rogers cable and pedestals along the south side of First Street from Elgin Street to High Street. • Relocation of wood Veridian Connections pole and buried service connections on the east side of High Street at Station 4+532Right. • Shift wood Veridian Connections pole on the west side of High Street at Station 4+616Left. 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. u i,~I LJ 1 I~ SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-20 ' 13. 5. 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 6e 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. A minimum of three (3) TC-67 signs shall be supplied and erected for stage 1 of the construction, by the contractor at contract limits of each phase with approved text, as directed by the Contract Administrator. A minimum of Six (6) TC-67 signs shall be supplied and erected for stage 1 of the construction, by the contractor at contract limits of each phase with approved text, as directed by the Contract Administrator. MAINTENANCE OF TRAFFIC Construction shall be completed in stages as required to ensure access at all times to Prout Drive and Summerfield Court as High Street is the only access point to these streets. During the first stage of construction The Contractor will be permitted to close First Street from Elgin Street to High Street and High Street continuously between First Street and Third Street to through traffic, to accommodate the underground and surface improvements on First and High Streets. During the second stage of construction The Contractor will be permitted to close High Street from Second Street to Fourth Street, and Fourth Street from Elgin Street to High Street, on a per-block basis, to through traffic, to accommodate the underground and surface improvements on High, Third and Fourth Streets. Third Street from Elgin Street to High Street may be closed to through traffic, to accommodate the underground and surface improvements, concurrently with the Improvements on High Street between Second Street and Fourth Street. "Blocks" must be completed to final grade Granular'A' and complete Curb and Gutter, and approved by the Contract Administrator, and opened as an alternative access route, prior to subsequent closures of any road "block' sections. The following specifications shall apply to both stage ~ and 2 of construction: Prout Drive and Summerfield Court are "Dead- End" streets. Local Traffic must be maintained to these areas at all times. The Contractor will be required to maintain traffic in both directions whilst completing the underground and surface improvements at these locations. The Contractor may wish to temporarily close one (1) lane of traffic in accordance with the procedures outlined in the latest edition of OTM Book 7 (Ontario Traffic Manual), to facilitate construction of the improvements at these locations. All intersections at Elgin Street and High Street shall remain operational at all times to allow passage for local residents. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-20 6. The Contractor will be responsible for submitting detour route(s), as required by the construction staging, for approval by the Contract Administrator. , The Contractor shall ensure that every reasonable effort shall be made to provide vehicular access to homes and other properties within the limits of each block at the end of each working day. ' Where this is not possible prior arrangements must be made with affected home owners. It is understood that implementation of traffic controls will require ongoing review and adjustment to , suit construction operations. No deviation from the above procedure will be allowed except with the approval of the Engineer. , Notwithstanding the preceding, the Contractor shall at all times maintain the roadway 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 signing at the Contract limits and within the Contract limits. The Contractor shall ensure the signing is properly maintained while in use. It shall 6e the Contractor's responsibility to directly notify Police, Fire, Hospital and Ambulance services of road closures at least 24 hours in advance of such closures and to notify these same authorities when such closures are no longer in effect. The Municipality will place the initial advertisements for the road closure. It will be the Contractor's , responsibility to keep the Police, Fire, Hospital and Ambulance services informed of any changes to the road closure. ffi 1 c It is the responsibility of the Contractor to visit the site to become familiar with existing tra 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 far compensation. ' The Contractor shall be responsible for all detour signing outside contract limits. 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. CL2009-20 ~ 15. ENGINEERING FIELD OFFICE The Contractor, shall, at no additional expense to the Authority, supply an office for the exclusive use of the Contract Administrator. This office shall be located as directed by the Engineer, but in no case shall be more than one kilometre from the Contract limit. ' The Contract Administrator's office shall have a minimum of 17 m2 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 Contract r h ll l l . o s a supp y e ectric light, heat when required, and an air conditioner of 8,000 BTU minimum when required, to the Contract Administrator's satisfaction and shall furnish the office with a minimum of one desk with ' drawers, one drafting table, five chairs, two drafting stools, one filing cabinet, a fax machine, a waste paper basket and a broom. Within the office, the Contractor shall also include the supply of a separate phone line for use by the ' Contract Administrator, provided with a dedicated high-speed Internet line (e-mail service). Where the Contractor elects to supply a combination office for the use of the Contract Administrator ' and his own staff, the minimum requirements for the Contract Administrator's accommodation as outlined shall be met. In addition, separate outside access for each office shall be provided and the Contract Administrator's office shall be partitioned off from that of the Contractor, on the inside. Any inside connecting door between the two offices shall be fitted with a lock or closer on the Contract ' Administrator's side. Where the field office is situated remote from abuilt-up area and where alternate toilet facilities are ' not available, the Contractor shall also supply an acceptable chemical or equivalent dry toilet, in a location convenient to the Contract Administrators 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: ' 1 Section 180.03, Definitions, shall be amended by the addition of the following: Work area: means the road allowance, right-of-way, and property with a boundary common to the road allowance or right-of-way within the Contract limits. 2 Subsection 180.07.02, Conditions on Management as Disposable Fill, shall be amended by the addition of the following: Recycled hot mix asphalt or excess bituminous pavement shall not be used as trench backfill or bedding. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-20 The Contractor shall be responsible for obtaining a copy of applicable Form Nos. OPSF 180-1, OPSF 180-2, OPSF 180-3 and OPSF 180-4 and 180-5 for use where appropriate with respect to disposal of excess material. 17. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 -DESIGNATED SUBSTANCES 8. In accordance with the requirements of Section 18a(1) of the Occupational Health and Safety Act, the Authority has determined that the designated substances as listed hereunder are present on the site and within the limits of this Contract. Designated Substance Identified on this Site Location Acrylonitrile No Arsenic No Asbestos Yes Third and Fourth Street, Existing Sanitary Sewer Benzene No Coke Oven Emissions No Ethylene Oxide No Isocynates No Lead No Mercury No Silica No Vinyl Chloride No It is the responsibility of the Contractor to ensure that all sub-contractors performing work under this Contract have received a copy of this specification, where Designated Substances are identified as being present at the site of the work. The Contractor shall comply with the governing Ministry of Labour Regulations respecting protection of workers, removal, handling and disposition of the Designated Substances encountered on this Contract. Prior to commencement of this work, the Contractor shall provide written notification to the Ministry of the Environment at 7 Overlea Boulevard, Toronto, Ontario M4H 1AB, of the location(s) proposed for disposal of Designated Substances. A copy of the notification shall be provided to the Contract Administrator a minimum of two weeks in advance of work starting. In the event that the Ministry of the Environment has concerns with any proposed disposal location, further notification shall be provided until the Ministry of the Environment's concerns has been addressed. All costs associated with the removal and disposition of Designated Substances herein identified, shall be deemed to be included in the appropriate tender items. Should a Designated Substance not herein identified be encountered in the work, then management of such substance shall be Veated as Extra Work. L~ Lam' ' SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-20 9 18. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM (WHIMIS) Reporting Section GC4.03.06 is deleted and replaced with the following: ' Prior to the commencement of work the Contractor shall provide, to the Contract Administrator, a list of those products controlled under WHMIS which he expects to use on this Contract. Related ' Material Safety Data Sheets shall accompany the submission. All containers used in the application of products controlled under WHMIS shall be labeled. The Contractor shall notify the Contract Administrator of changes to the list in writing and provide the relevant Material Safety Data Sheets. ' 19. SPILLS REPORTING Spills or discharges of pollutants or contaminants under the control of the Contractor, and spills or discharges of pollutants or contaminants that are a result of the Contractor's operations that cause or are likely to cause adverse effects shall forthwith be reported to the Contract Administrator. Such spills or discharges and their adverse effects shall be as defined in the Environmental Protection Act R.S.O. 1990. ' All spills or discharges of liquid, other than accumulated rain water, from luminaires, internally illuminated signs, lamps, and liquid type transformers under the control of the Contractor, and all ' spills or discharges from this equipment that are a result of the Contractor's operations shall, unless otherwise indicated in the Contract, be assumed to contain PCB's and shall forthwith be reported to the Contract Administrator. ' This reporting will not relieve the Contractor of his legislated responsihilities regarding such spills or discharges. ' 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. 21. GARBAGE COLLECTION AND MAIL DELIVERY SERVICE The Contractor will be responsible for ensuring that garbage collection, including recyclables, is maintained and when necessary, the Contractor shall make arrangements directly with the collecting agency, to permit and coordinate pick-up. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-20 10. 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 Rope • Gas mask or dust, mist or fume respirator (optional) • 30 minute self-contained breathing apparatus (need not be worn but, if required, be readily available to supply air for instant egress) 7 minute Escape Pack • Explosion-proof temporary lighting Adequate clothing to ensure protection against abrasions and contamination. SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-20 11, 1 i 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. 27. GENERAL LIABILITY INSURANCE The Municipality of Clarington, The Regional Municipality of Durham and AECOM Canada Ltd. shall be named as additional insureds. (See Clause GCti.03.02.01) GC6.03.07 is re-numbered as GC6.03.08 and the following is inserted: GC6.03.07 Environmental Liability 01 The Contractor shall provide Asbestos /Environmental Impairment Liability Insurance with limits of not less than $5,000,000 per occurrence. Such insurance shall include all operations associated with hazardous materials removal. The Liability Insurance shall be kept in force for a period of 24 months from the date of Substantial Pertormance or until the work is accepted by the Municipality of Clarington, whichever is later. 28. 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 SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-20 12' 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. N'S 29. PAYMENT FOR ADJUSTMENT FOR CHANGES IN THE MINISTRY OF TRANSPORTATIO 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 Once the Contractor has opted out of payment adjustments based on the index, the work ' . Contractor will not be permitted to opt back in. The price index will be published monthly by the MTO. The MTO price index will be used to calculate the amount of the payment adjustment per tonne of new asphalt cement accepted into the Work. ' The price index will be based on the price, excluding taxes, FOB the depots in the Toronto area, of asphalt cement grade PG 58-28 or equivalent. One index will be used to establish and calculate ' the payment adjustment for all grades. A payment adjustment per tonne of new asphalt cement will be established for each month in which for i d i ex n ce paving occurs when the price index for the month differs by more than 10% from the pr ' the month in which tenders were opened for the Contract. When the price index differential is less there will be no payment adjustment established for that month. Payment adjustments than 10% , 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 - I p) and the Owner receives a rebate of: 1 SPECIAL PROVISIONS -GENERAL CONTRACT NO. CL2009-20 13. ' PA = (0.90 ITO - Ip) x quantity of new asphalt cement in tonnes Where: ' PA =payment adjustment for new asphalt cement, in dollars ITO =performance graded asphalt cement price index for the month in which tenders were ' opened for the Contract Ip = performance graded asphalt cement price index for the month in which paving occurs The quantity of new asphalt cement includes all grades of asphalt cement supplied by the Contractor with and without polymer modifiers. for each month in which a payment adjustment has been established, the quantity will be calculated using the hot mix quantity accepted into the ' Work and its corresponding asphalt cement content as required by the job mix formula except for mixes which contain reclaimed asphalt pavement. ' For mixes which contain reclaimed asphalt pavement, the quantity of new asphalt cement will be determined from the difference between the asphalt cement content required by the job mix formula and the asphalt cement content of the reclaimed asphalt pavement incorporated into the hot mix, as ' calculated by the Contract Administrator. For mix containing a liquid anti-stripping additive, the quantity ofanti-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 I been placed. 30. VARIATIONS IN TENDER QUANTITIES Clause GC.8.01.02 (b) of the General Conditions of Contract is amended as follows: The last sentence beginning "Alternatively' and ending "paid" is deleted and replaced by "The Municipality shall not be liable to the Company for loss of anticipated profit". ' 31. HARMONIZED SALES TAX (HSTJ Changes in taxes due to the introduction of the new Harmonized Sales Tax (HSTJ is set to ' take effect starting July 1, 2010. Effective July 1, 2010, the tendered unit prices will be adjusted to account fornew HST tax change. The adjusted unit prices will reflect your lower costs as you can claim fuH HST on your purchases. Currently, you cannot claim the Ontario recorvery on your purchases. Ac ording/y, con a t payments forwork pel rformed after the HST takes effect, will be based on the adjusted unit prices. Provide necessary detailed documentation as requested by the Municipality, to support changes to the unit prices due to the implementation of the new HST fn advance of requesting payment. Contract payments after July 1, 2010 will not be made without the ~ necessary HST support documentation.' SPECIAL PROVISIONS -GENERAL 14. CONTRACT N0. CL2009-20 ' 32. PROPERTY OWNER'S RELEASE OF PRIVATELY OWNED LAND USED BY THE ' CONTRACTOR Upon completion of the Contract, the Contractor shall provide the Authority with two (2) copies of a ' form of release signed by each property owner, upon whose land he has entered for purposes associated with the Contractor's operations but not for the purpose of undertaking works stipulated in the Contract: ' Date ....................... To: Mr. A.S. Cannella, C.E.T., Director of Engineering Services , Corporation of the Municipality of Clarington Municipal Administration Centre, 40 Temperance Street BOWMANVILLE, Ontario L1C 3A6 ' Re: Contract No. CL2009-20 Dear Sir: , I hereby certify that , (Name of Contractor) have fulfilled the terms of our agreement and have left my property in a satisfactory condition. I have accepted their final payment and release (Name of Contractor) ' and the Municipality of Clarington from further obligations. ' Yours very truly, ' ................ Signature Property Owner's Name ............................Lot......Concession Municipality of ........................................ (Please complete above in printing) ' Final payment will not be released to the Contractor until all the applicable forms of release have been signed by the property owners and received by the Authority. CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-20 SPECIAL PROVISIONS -TENDER ITEMS ' P:\Dept 12\12-29738\Specs\CL2009-21hSP-Tl.doc PAGE ONE SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 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". PARTS `A, B, C and D' -ROAD WORKS AND STORM SEWERS SITE PREPARATION -ITEMS NO. A1, B7, C1 AND D7 Under these Items and for the lump sum bids, the Contractor shall undertake the following: First Street: • Remove and dispose of all stumps designated for removal on the Contract Drawings. • Remove and salvage rail fence at house No. 6. Reinstate rail fence at property line. • Reinstate garden at house No. 6. to behind property line. Any new plant material required for the garden will be paid for under the "Miscellaneous Works" Item for Part A. • Private entrance poured in place concrete curb and sidewalk removals and placement shall be included for removal and placement under the respective removal and placement Items. High Street: • Remove and dispose of all stumps designated for removal on the Contract Drawings. • Remove and salvage precast curbs at house No. 82. Return salvaged curbs to homeowner. • Remove and salvage board fence at house No. 84. Reinstate rail fence at property line. • Remove bird houses in tree to be cleared in front of house No. 86 and return to homeowner. • Relocate barrel planter and mailbox at house No. 84 behind property line. • Remove, salvage and reinstate wood retaining wall at house No. 98, as per Contract Drawings. • Remove, salvage and reinstate board fence at house No. 91 to accommodate storm sewer lateral. • Remove, salvage and reinstate wood curb at house No. 113, as per Contract Drawings. Remove, salvage and reinstate wood curb at house No. 132. • Remove and salvage precast curbs and patio slabs at house No. 133. Return salvaged curbs and patio slabs to homeowner. • Private entrance poured in place concrete curb and sidewalk removals and placement shall be included for removal and placement under the respective removal and placement Items. Third Street: • Remove and dispose of all stumps designated for removal on the Contract Drawings. • Remove, salvage and reinstate wood curb at house No. 123 Elgin Street as per Contract Drawings. • Private entrance poured in place concrete curb and sidewalk removals and placement shall be included for removal and placement under the respective removal and placement Items. Fourth Street: • Remove and dispose of all stumps designated for removal on the Contract Drawings • Private entrance poured in place concrete curb and sidewalk removals and placement shall be included for removal and placement under the respective removal and placement Items. SPECIAL PROVISIONS -TENDER ITEMS 2 CONTRACT NO. CL2009-20 CLEARING AND GRUBBINGr ITEMS NO. AZ, B2 AND H1 Under these Items, the Contragtor shall clear and grub all trees, hedges, brush, etc. where indicated on the Drawings. Adjacent home owners shall have the first right to wood from tree removal, otherwise it shall be disposed of off site at 8 kxztion arranged for by the Contractor. EXCAVATE TO CONFIRM UTiILIT1ES -ITEMS NO. A3, 64, C2 AND D2 Payment shall be made under these Items for exposing utilities (including existing watermain) in advance of construction to confirm depth and location. material and compaction'n Th Contractorashall(delay placing an order fodr st uctulres un I utPty locatestive are confirmed. The Contractor shall contact the Contract Administrator prior to completing any work under this Item so that the exact locations of the existing utilities can be confirmed by the Contract Administrator. TREE PROTECTION FENCIWG-ITEM NO. B3 The unit price bid shall include for all labour and materials as required for the Contractor to supply, install, maintain (including removal and reinstallation required to complete the work) and remove all tree protection as per OPSS 565 as directed by the Contract Administrator throughout the limits of the Contract as shown on the Contract Drawings EARTH EXCAVATION (GRADING) -ITEMS NO. A4, 65, C3, D3 AND H2 Payment under these Items shall include: Removal and disposal of asphalt from all streets Removal and disposal of asphalt from entrances Removal and disposal of stripped material to be disposed of off site Excavation in private entrances and boulevards Removal and disposal of excess material off site at a location arranged for by the Contractor Proof rolling of subgrade The estimated quantities under this Item are as follows: Hiah Street Earth cut (excluding stripping) Stripping Fill required road wgrks First Street: Earth cut (excluding stripping) Stripping Fill required road wgrks - 3115 m' - 455 m3 - 338 m' _ 561 m3 - 129 m' - 51 m3 ~~ SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 Third Street Earth cut (excluding stripping) - 713 m' Stripping - 169 m3 Fill required road works _ y~ ma Fourth Street Earth cut (excluding stripping) - 728 m' Stripping - 122 m' Fill required road works - 49 m' George Revnolds Drive• J Earth cut (including stripping)- 142 m' Fill required - 151 m' noted ~he p ©periy nes ff ©n n l a g on Trulls Road and George Reynolds Drivel and tying into existing grades at 3:1. Grading of the lots is not includ d e under this Contract. REMOVAL OF SIDEWALK -ITEMS NO. B5, D4 AND H5 Concrete rubble resulting from sidewalk removal shall be disposed of off the site at a location arranged for by the Contractor. The unit price bids shall include for sawcutting at limits of removal as required. Payment shall also be made under these Items for the removal of patio stones, private concrete walkway and interlocking brick pavers which are not to be salvaged. REMOVAL OF CURB AND GUTTER -ITEMS NO. A5, BT, C4, D5 AND H6 Payment under these Items shall include for sawcutting of concrete curb and gutter at limits of removal Concrete rubble resulting from curb d . an gutter removal shall be disposed of off the site at a location arranged for by the Contractor. The following paragraph applies to Items No. H5 and H5: Nadjacent sections of sidewalk or curb and gutter are damaged during removal, beyond what is reasonable for trench construction, the damaged sections sha!! be re moved and new sidewalk or curb and gutter, to the next existing joint placed at the Contractor's expense. Trench boxes or other measures shall be used to ensure minim " um trench width. REMOVAL OF CULVERTS AND SEWERS -ITEMS NO. A6, B8, C5 ANDD6 Backfill to excavations resulting from storm sewer removal which is below subgrade level shall be with approved native material. Pipe shall be removed from site and disposed of at a location arranged for by the Contractor. 3. SPECIAL PROVISIONS - TENpER ITEMS CONTRACT NO. CL2009-20 4. REMOVAL OF CATCHBASIN$ AND MAINTENANCE HOLES -ITEMS N0.69, C6 AND D7 All frames, grates, covers and Concrete rubble resulting from structure removal shall be disposed of off the site at a location arranged for by the Contractor. Void left by structure removal shall be backfilled with approved native material. REMOVE, SALVAGE AND REINSTATE EXISTING STREET TERMINATION SYSTEM-ITEM N0.810 For the unit price bid, the Contractor shall include the following: The Contract Administrator shall inspect the street termination system, prior to removal, to identify any existing damages. Any materials deemed unsuitable for reinstatement, by the Contract Administrator, and not specified as requiring replacement herein, shall be supplied and installed by the Contractor at the request of the Contract Administrator. Remuneration for materials obtained shall be considered for payment under Item No. 649 -Miscellaneous Works. Removal, salvage.and storage of the existing street termination including hardware, signage and rail, at approximately station 4+475 (south limit of High Street) Removal and disposal of existing posts to which the existing rail is mounted. Removal and disposal of existing post to which the sign is mounted. Ensure care is taken upon removal to eliminate scratching I damage to finish on signage and rail material If there is any signage, hardware or rail damaged as part of the Contractor's operations, the respective Item shall be replaced at the Contractor's expense to match the existing feedatbure. Reinstate existing, salvaged street termination materials, with new rail posts (supp' y Contractor) as per C» 401. STORM SEWERS AND STORM LATERALS (Provisional) -ITEMS NO. A7, B71 AND D8 STORM SEWERS AND STORM LATERALS -ITEMS NO. A8-A9, 612-617, C7-C9, D9-D12 AND H7 Under these Items and for thje unit price bid, the Contractor shall sand ylae bedding! cover materials and required type, size and class, carry out all excavation, and supply p compaction. Concrete Pipe, and corrugated steel pipe bedding shall be crusher run limestone, cover shall be sand and backfill shall be approved native material, as per C-108. For PVC pipe catchbasin leads and laterals, bedding and cover shall be in accordance with C-109 and C- 110 and backfill shall be approved native material. Should wet trench conditions be encountered then HL-8 blend of crushed stone with geotextile wrap shall be used for bedding of rigid pipe or placed below embedment for flexible pipe in accordance with the standards and as directed by the Engineer. Crushed stone shall be paid for under Items No. A12 and 623 Concrete pipe and corrugated steel pipe shall be used for trunk sewers and PVC pipe for catchbasin leads and storm laterals. Connection of catchbasin I@ads and storm laterals to the new trunk sewer shall be by manufactured tees or an approved coring method (C-111). 1 SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 5. The unit price bid under these Items shall include for removal and disposal of existing pipe lengths, slated for removal, located within the limits of trenching. The unit price bid under these Items shall include all connections to existing pipes, catch basins or maintenance holes, regardless of size, and shall include all the supply and installation of all couplers, fittings, hardware and grouting. The unit price shall include the cost of a closed circuit television inspection of the completed trunk sewer, catchbasin leads and any service connections found to be leaking, all in accordance with OPSS 409. Measurement for riser connections of catchbasins to trunk sewers shall be made along the centre line of ' the riser pipe from the connection at the main sewer to a point where the connection can be measured horizontally. CATCHBASINS AND MAINTENANCE HOLES -ITEMS NO. A70-A11, B18-B22, C10 AND D13-D14 ~ Structures shall be installed in accordance with Municipal Standards C-101, C-104, C-105, C-113 and OPSD 400.010. Compacted sand backfill shall b l e p indicated. aced around the structures to the dimensions The unit price bid under these Items shall include for the followin g: • Placing a minimum of one adjustment unit and a maximum of 300 mm of adjustment on each maintenance hole or maintenance hole/catchbasin. All catchbasins shall be fitted with sumps. Maintenance holes shall be benched unless stated otherwise. Maintenance holes and catchbasins shall be fitted with frame s, covers and grates in accordance with OPSD 400.010 and Municipality of Clarington Standards C-113. Catchbasin Maintenance Holes and Maintenance Holes (634-157, 634-161, 634-162, 634-163, B25-045 625-043), shall not be benched, but rather be constructed with a i '~ sump n accordance with 701.010. iaAe subdrain as peroOPSD 809.010, B cludn g conlnection tolmaintl ~ rt ena ce hole labou matenals and equipment shall be included in the unit price bid. Municipal Standards C-101, C-104, and C-105 shall be amended to include a 100mm drainage opening in the structure base of Structures 834-161 634-162 , , 5, 6, and 7. Filter fabric Terrafix 270R or equal shall be placed at the drainage openings. All structures within roadway shall be constructed to the level of binder course asphalt except where structures are located with side streets which are to b e paved. H.L.-8 BLEND CLEAR STONE BEDDING WITH GEOTEXTILE (Provisional) -ITEMS NO. A12, B23, D15 AND H8 Payment shall be made under these Items for the following work in connection with storm sew installation: er • Excavation of unsuitable materials below standard bedding depth. r i SPECIAL PROVISIONS - TENbER ITEMS 6 CONTRACT NO. CL2009-20 Disposal of surplus exicavated materials off the site of the works. Supply and placement of Geotextile Terratrack 24-11 as wrap to clean stone. • Supply and place H.L.- 8 blend clear stone bedding to depths as directed by the Contract Administrator. 100 mm AND 200 mm DIAMETER PIPE SUBDRAINS -ITEMS NO. A13, 624625, C11, D16 AND H10 The Contractor shall supply and place perforated corrugated polyethylene pipe complete with geotextile sock. Backfill to subdrains shall be Granular'A' in accordance with Standard C-301 and Clarington Standards Section 900, supplied and placed under the Granular'A' Item. LAWN DRAIN INLETS (Provisional) -ITEMS NO. A14 AND 626 Lawn drains consist of inline PVC pipe 200 mm dia. with locking ductile iron grates to fit. Inline drains shall be attached to the storm'connection with a 90 degree bend. Inline drains are supplied by Armtec, 437 Parkhill Road East, Peterborough, Ontario; Telephone No. 1-800-363-5047. If approved by Contract Administrator, an approved equivalent is acceptable. 200 mm DIAMETER BACKWATER VALVE -ITEM N0.627 lacement The unit price bid shall includee for all labour and materials necessary to complete the supply, p and testing of a 200 mm Dia. Backwater Valve, Flapper Type, Mode Z-1091 as supplied by Zurn. The Backwater Valve is to be placed in the east invert of Maintenance Hole 634-161 oriented to prevent backflow from the maintenance hole into the 200 mm dia. storm lateral. PLUG EXISTING CATCHBASIN MAINTENANCE HOLE OUTLET -ITEM NO. D17 For the unit price bid, the Contractor shall supply all material, labour, and equipment to plug the existing outlet of catchbasin maintenance hale 625-029 as shown on the Contract Drawings using 15 MPa concrete and brick, as required, to fill all voids in the structure. CLEANOUTS ON 150mm STORM LATERALS (Provisional) -ITEMS NO. A15, 828 AND D18 Reference: STD.1 Include: 1 Supply and installation of all materials necessary to construct cleanout in accordance with STD. 1 2 Supply and installation of bedding and sand fill cover for exposed pipe in accordance C109. 3 ConnQction to existing storm sewer service. Note: 1 Measurement for payment -each. 2 Basis of Payment -unit price shall include all labour, equipment and materials to supply and install cleanout. 3 Cost pf excavation and backfill shall be deemed to be included in the stone service Conn@ction pipe item. i SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 7. GRANULAR `A' 8 GRANULAR'B', TYPE I -ITEMS NO. A18-A19, B31-B32, C14-C15 AND 021-022 Payment shall be made under these Items for supply, placing and compacting Granular'A' and Granular 'B', Type 1 to the following depths. • High Street, First Street, Third Street, Fourth Street -Limits of Full Excavation, 150 mm of Granular'A' and 350 mm of Granular'B', Type I. • Paved boulevards, 150 mm of Granular'A' and 300 mm of Granular'B', Type 1. • Private entrances, 150 mm of Granular'A'. • Institutional entrances, 150 mm of Granular'A' and 300 mm of Granular'B', Type I. o The enttance to the school on the North side of Fourth Street is considered an Institutional Entrance ADDITIONAL DEPTH GRANULAR 'B', TYPE I (Provisional) -ITEMS NO. A20, B33, C15 AND 023 These Items shall be used where native excavated material is deemed tc be unsuitable as determined by the Contract Administrator and the Soils Consultant. Payment shall be made under this Item for supply, placing and compacting of additional Granular'B', Type I to a depth of 250 mm including excavation and disposal of unsuitable material off site at a location arranged by the Contractor. If additional depth is required, as determined by the Contract Administrator and the Soils Consultant, the unit price will be pro-rated to reflect the actual depth. No material shall be imported for use under this Item without the authorization of the Contract Administrator. CONCRETE CURB AND GUTTER (ALL TYPES) -ITEMS NO. A21, B34, C77, 024 AND H12 A 1.2 metre length of curb and gutter shall be omitted at each catchbasin /maintenance hole where curb is to be constructed. Where sidewalk abuts curb, a 50 mm key shall be constructed at the back of the curb in accordance with the standard. The unit price bid shall include far sawcutting existing curb at point of connection to new curb. Subsection 353.07.06 of OPSS 353 is amended in that transverse jointing of curb and gutter shall be at a maximum spacing of 3.0 m. Curb shall be constructed in accordance with Municipal Standard C-302, C-305 and OPSD 600.060. This Item also includes concrete curbs along private entrances. CONCRETE IN SIDEWALK -ITEMS NO. A22, 635, C18, 025 AND H13 • Where new sidewalk abuts existing sidewalk an expansion joint shall be constructed at these locations. Every joint shall be a contraction joint except where expansion joints are indicated. The unit price bids shall include for all minor excavation required where existing sidewalk or pdvate walkways is being replaced. All sidewalk shall be constructed in accordance with Standard Drawing C-307. Payment shall also be made under this Item for construction of areas of private walkway. The face, mZ, of any concrete steps placed will be measured and paid under this Item. ~' SPECIAL PROVISIONS - TENpER ITEMS CONTRACT NO. CL2009-20 8. REMOVE, SALVAGE AND REILAY EXISTING INTERLOCKING BRICK PAVERS -ITEM NO. B38 Under these Items, the Contractor shall be paid for all labour and equipment necessary to: Remove, salvage and Store existing brick pavers in sidewalks and driveway entrances. Supply and placing of AO mm bedding sand and 100 mm Granular'A'. Placement of salvaged brick pavers in an orientation to match the existing configuration. Where bricks are broken or otfierwise damaged during removal, the Contractor shall be required to 1 supply pavers of colour and cyt to match existing, at the Contractor's expense. The unit price bid shall include for cutting pavers as required. INTERLOCKING BRICK PAVERS -ITEM NO. C19 Payment shall be made under these Items for the following work: Supply and placing of grey brick pavers in running bond pattern in sidewalk adjacent to frees or at other locations as directed by the Contract Administrator. A single soldier course shall be laid on each side. The unit price bid shall include for the supply and placing of a minimum of 40 mm bedding sand and 100 mm Granular'A'. Granular'A' base shall be paid for under the Granular `A' ftem. Base depth',may be reduced if there is conflict with tree roots. The unit price bids shall include for cutting of pavers to fit existing features, valves, etc. as directed by the Contract Administrator. Edge restraint shall be used in all applications and shall be metal or plastic, secured with spikes driven into the granular base, as supplied by the manufacturer of the unit pavers. ADJUST EXISTING MAINTENANCE HOLES -ITEMS NO. A23, 637, C20 AND D28 Precast concrete units shall pe used for the structure adjustment. Only those structures indicated on the ' Contract Drawings, or as directed by the Contract Administrator, shall be paid for under these Items. Price to include new frame and grade (OPSD 400.010) for CBMH 626-005. REBUILD EXISTING MAINTENANCE HOLES -ITEMS NO. A24 AND 638 Payment under this Item shall be made for the supply of all labour, equipment and material to make changes, either up or down, to the tap elevation of an existing structure, regardless of type or size, including the removal or addition of cast-in-place or precast concrete sections. Payment under this Item for the unit price bid shall include adjusting the frame and grate such that structures sit flush with cross- fall of binder course asphalq elevation. Rebuild Requirements at Sanitary MH G42-068: Remove, and sblvage existing cone top section of maintenance hole. Remove and replace maintenance hale section(s) as required to make changes to the top elevation of existing structure to reduce existing grate elevation to an elevation which shall accommodate hew road grade, and required adjustment units in accordance with OPSD 704.010. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 9. • Reinstate existing cone top section, rotated 180 degrees to eliminate conflict between frame and grate and proposed curb and gutter. • Remove all existing steps rungs from the north side of existing structure and parge. • Supply and install step rungs on South side of rebuilt structure, in accordance with OPSD 701.010. Rebuild Requirements at Sanitary MH G43-125: • Remove and replace maintenance hole section(s) as required to make changes to the top . elevation of existing structure to reduce existing grate elevation to an elevation which shall accommodate new road grade, and required adjustment units in accordance with OPSD 704.010. ADJUST EXISTING WATER VALVES -ITEMS NO. A25 AND 639 Payment under these Items shall be made for adjustment of slide type valve box and tracer wire to finish grade. Where excavation is required, all equipment and labour to complete excavation, backfilling and compaction shall be paid for under this Item. Only those valves indicated on the Contract Drawings, or as directed by the Contract Administrator shall be paid for under these Items. Adjustment of new valve boxes shall be included in the price of the valve Item. SAWCUTTING ASPHALT -ITEMS NO. A26, 840, C27 AND D27 Payment shall be made under these Items for the sawcutting of all asphalt at the limits of road construction. The unit price shall cover sawcutting of asphalt at whatever depth of asphalt is encountered. The Contractor will be responsible for protecting the sawcut edge from damage until paving. Should the sawcut edge be damaged, the Contract Administrator can request that the asphalt be re-cut prior to paving at no additional cost. HOT MIX H.L.-8, H.L.-8 (Entrances), H.L.-3 (Entrances) AND H.L. (Boulevard) -ITEMS NO. A27 A29, 641 - B43, C22 - C23 AND D28 - D30 The Contractor shaft supply all materials required for the proper execution of paving in accordance with OPS 310. Asphalt shall be PGAC 58-28. The Marshall Stability for H.L.-3 surface course shall be a minimum of 8900 and for H.L.-8. binder courses a minimum of 8000. Payment shall be made under these Items for the following work: • Forming asphalt curb at catchbasin and catchbasin /maintenance hole locations in accordance with Standard C-305. • Construction of step joints at limits of full street reconstruction on all streets. • Forming temporary ramps at limits of construction. • Paving of asphalt sidewalk, boulevard including hand work, as required. • Paving of entrances, including hand work, as required. • Paving of a 150mm wide HL-8 ramp extending from the top of concrete curb and gutter to match base asphalt grade, to protect 40mm gutter edge at all gutter locations. SPECIAL PROVISIONS -TENDER ITEMS 10 CONTRACT NO. CL2009-20 The following depths of asphaR shall apply: High Street, First Street, Third Street, Fourth Street-50 mm H.L.-8 binder course. Paved boulevard - 50 -nm of H.L.-3 Private entrances - 50 mm of H.L.-3 Institutional entrances - 50 mm of H.L.-8, 40 mm of H.L.-3. o The entrance to the school on the North side of Fourth Street is considered an Institutional Emtrance ' . Note: All Streets -Surface H.L.-3 to be a 40 mm lift completed by others. Test Samples The Contractor shall includ@ in his tender prices for the cost of delivery of concrete test cylinders and asphalt samples to a designated testing laboratory. For this Contract, the designated testing laboratory is Golder Associates Ltd., Whitby. The Contractor will be responsible for providing samples for Quality Assurance (QA) at random locations throughout the site as required by OPS 310 or as directed by the Contract Administrator. At each location, the Contractorshali take: 1. A sample for QA 2. A referee sample to be kept and stored by the Contract Administrator 3. A QC sample to be retained and tested by the Contractor OPS 310 is amended in that compaction testing for this project will be undertaken with a nuclear testing device. Core sampling will only be undertaken if there is a need to confirm nuclear testing results outside of specifications. A pre-pave site meeting will be conducted to review testing procedures with the Contractor, the paving Sub-Contractor, the Contract Administrator and the Geotechnica! Sub-Consultant for the project. ASPHALT CEMENT PRICEADJUSTMENT ALLOWANCE - ITEMS NO. A30, 644, C24, D31 AND H79 Payment shall be made under this Item for payment adjustment for asphalt cement placed in the Contract in accordance with Clause No. 29 of the Special Provisions -General. TOPSOIL (IMPORTED) - ITEMS NO. A31, 845, C25, D32 AND H17 Screened topsoil shall be placed to a minimum depth of 100 mm in disturbed grass areas. 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 topsgil shall be deemed to be unacceptable. Subsection 570.05.01 of OPSS 570, August 1990 is amended by the addftion of the following: ' The topsoil shall be tested tC ensure there are no deficiencies with respect to fertility levels. A copy of the topsoil testing report prepared by a cert~ed agronomist shall be provided to the Contract Administrator. The report shall document soil fertilely 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. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 11. 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. The topsoil Item shall be subject to the same maintenance holdback as the sod (Items No. A32, B46, C26, D33 AND H18). SOD (NURSERY, UNSTAKED) -ITEMS NO. A32, 646, C26, D33 AND H18 The Contractor shalt note that placement and performance of sod under this Contract is a priority for the Municipality, and the requirements specked below will be strictly enforced. Subsections 57f.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". Confractorshou/d note that for the purpose of calculating consecutive days, the winter dormant period shall be excluded (see Table No. 1, OPSS 571). Clarington is considered to be in the 'Southern Ontario' area and the winter dormant period is from November 1 to April 30, inclusive. The maintenance period shall commence once all deficiencies identified by the Contracf Administrator after initial placement ~ have been corrected. There will be a maintenance holdback in the full amount (100%) of the value of the topsoil and sod items. The holdback will be retained to ensure the sod re i ce ves sufficient monitoring and care by the contractor during the 120 consecutive day maintenance It is the cont ' . ractor s responsibility to monitor the sod for excellent health for the duration of the contract If the Contractor fails fo water and maintain the sod in a health y condition at all times, the Contracf Administrator may, without further notice and at their sole discretion, arrange to have the sod t wa ered at a cost of 5400 per load (1 load minimum charge, assuming a 15,7501itre fruck) and take a credit for the cost of the additional wafering. The application of this clause shall t no make the Municipality or rt t l way relieves he Con racior from his coot"nuing respons ;bil ty fo mom'tor and maintain the sod. In addition, should the Contract Admini t t s ra or deem any or all of fhe sod unhealthy, uneven or not uniform in grade or unacceptable in general, at any point during the maintenance period, they shall notify the contractor at which fime h suc sod shall be replaced fo the satisfaction of the Contractor Administrator within 72 hours, failing which, the Contract Administratormayarraoge for the completion of the work by a third a r p rty and all costs for the work, including administration, will be deducted from fhe contract payments. Payment shall be made and holdback released once all deficiencies have been corrected following final inspection at the end of fhe mainte nance period. PLANT MATERIAL -ITEMS NO. A33, B47 AND H16 Payment shall be made under this Item for the supply and installation of plants and appurtenances in accordance with the Contract Drawin gs. 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 plantin ex eri g p ence. SPECIAL PROVISIONS -TENDER ITEMS 72 CONTRACT NO. CL2009-20 All trees shall be nursery grown and conform to the current edition of the Canadian Nursery Landscape Association's Canadian Standards for Nursery Stock. Trees shall be true to type and structurally sound, with straight trunks and leaders intact, and be well and characteristically branched for the species. Root balls shall not be cracked, broken or damaged. All plants shall be free of disease, insect infestation, rodent damage, sun scald, frost cracks and other abrasions or scars to the bark. They shall be densely foliated when in leaf and have healthy, well developed root systems. Plant names shall be in conformity with that accepted in the nursery trade. Substitutions for the specified plants will not be accepted unless approved in writing by the Contract Administrator. The Contract Administrator reserves the right to reject any plant material, whether planted or not, which does not conform to the specifications. Do not remove any labels from plants until they have been inspected and approved by the Contract Administrator. All debris, clay lumps, roots acid stones over 50 mm in diameter and other extraneous matter shall be removed from excavated soil tp 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 tha6 staking and securing of Vees is not a typical requirement of the Municipality. However, should any trees move 10 degrees or more from the vertical plane prior to the expiration of the warranty period, or if a tree has excessive stem movement within the root ball at the time of planting, the Contractor will be required to straighten and stake the trees at its own expense. Straightening and staking shall occur within 30 days of written not cation 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 ail 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 nqt in a healthy, satisfactory growing condition, or which in any way do not meet the requirements of the specifications shall be replaced by the Contractor at the Contractor's expense. All required replacements shall be as originally specified. The warranty on replacement plant material shall be extended for a period equal to the original warranty period. Final inspection of all plantings shall be made at the end of the specified warranty period. Stakes and all staking material shall be removed at the end of the warranty period. The Contract Administrator or Owner reserves the right to extend Contractor's warranty responsibilities for an additional year if, at end of initial warranty period, plant condition is not sufficient to ensure future health. ' SUPPLY AND INSTALLATIION OP "NO PARKING" SIGNS -ITEMS NO. A34 AND 648 Payment shall be made under these Items for the following work: • Supply and install 3pcm x 30cm engineeryrade reflective "Rb-51" no parking signs (with black directional arrows) Os per Ontario Traffic Manual, Book 5. Direct buried posts shall be 3.6 m long galvanized steel U-channel post, with 1.5 m embedment into native earth. r SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 13. Signs mounted onto the direct buried posts shall be fastened using two (2) regular-head galvanized bolts 2-1/2" x 1/4", two (2) fiber washers (to protect sign face from scratching), two (2) metal washers, and two (2) nuts. Pole mounted signs shall be fastened to existing woad hydro /bell poles using two (2) 2-1/2" x e 1/4" galvanized screws, and two (2) fiber washers (to protect sign face from scratching). All signs shall be installed with a clear height of 2.1 m from the bottom of the sign to finished grade, offset 0.5 m from the back of curb to pole base, at an angle of 30 to 45 degrees with the line of traffic flow. The location of all 'no-parking' signs shall be as directed by the Municipality of Clarington. MISCELLANEOUS WORKS {Provisional) -ITEMS NO. A35, 849, C27 AND D34 Payment shall be made under this Item on a time and material basis work, not included elsewhere in the Contract and where agreed with the Contract Administrator. The work under this Item shall include, but is not limited to the following: • Re-location and removal of plantings not designated on the Contract Drawings. • Re-location of plant material and gardens not noted on the Contract Dtawings and as directed by the Contract Administrator. Where additional materials are needed, these shall be purchased by the Contractor and reimbursement shall be on the basis of invoicing. No work shall be done under this Item without the authorization of the Contract Administrator. t PART `E' -SANITARY SEWER SANITARY SEWER AND APPURTENANCES ~ Reference: 1 Construction of all sanitary sewers and appurtenances in accordance with the Regional Municipality of Durham Construction Specifications for Regional Services - Revised April 2008. 2 Contract Drawings and Standard Details for Contract No. CL2009-20. SANITARY SEWER PIPE {NOT INCLUDING RESTORATION) -ITEM NO. 2.01 Reference: RMDCS Section 02530 and Contract Drawings and RMDSD S-401. Note: Payment for breaking into and rebenching existing maintenance holes to be made under Item No. 2.04.04. This Item shall not include those concrete pipe plugs requiring separate excavation to facilitate pipe removal and plug installation. All notations in the Form of Tender indicating size of pipe and depth of bury are for information only. Where there is any discrepancy between the Form of Tender and the SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 14. Contract Drawings, the Contract Drawings shall be taken as correct The unit price bid for all sanitary sewer sections shall be based on the pipe material, size and depth of bury indicated on the Contract Drawings. Include: .1 Backfilling#,to subgrade level with approved native material. 2 Maintenance of existing sewage flow including by-pass pumping. TRENCH RESTORATION -17EMS N0.2.02.03, 2.02A0, 2.02.41 AND 2.02.42 Payment shall be made undenthis Item at the unit prices bid for restoration costs additional to the cost of service installation under Items No. 2.03.01, 2.03.03, 2.03.07. Item 2.02.03 Topsoil and sod Nursery sod laid on a minimum depth of 100 mm of topsoil. Item 2.02.40 Gravel Gravel surfaces in entrances shall be restored with 150 mm of Granular'A'. Item 2.02.41 Asphelt Asphalt in private entrances shall be restored with 50 mm of HL-3 on 150 mm of Granular'A' base. Item 2.02.42 Concrete and Other Hard Surfaces Private concrete sidewalk shall be restored with 125 mm of concrete to match existing walkway width. Payment under this Item shall apply to restoration of sanitary sewer service trenches outside and the road reconstruction grading limits of all streets, as directed by the Contract Administrator. STONE FOR EXTRA DEPTI~ BEDDING (H.L.-8 CRUSHED CLEAR STONE) -ITEM N0.2.02.13 Reference: RMDCS Sectiion 01210 Include: 1 Extra excavation of unsuitable native materials below standard bedding depth and disposal of surplus materials. 2 Supply, placement and compaction of H.L.-8 clear crushed stone. Stone shall conform to the gradation requirements of 19 mm clear stone, type 1 as specified in OPSS 1004 except that the stone shall have 100% crushed materials and shall not contain any recycled materials. 3 Connection to existing pipe or maintenance holes. Note: 1 Measurement for Payment -cubic metres, actual volume placed ASBESTOS ABATEMENT TRAINING FOR WORKERS AND REGIONAL STAFF (Provisional) -ITEM N0.2.02.50 1 This training shall be completed prior to commencing any work on this project. This item shall also cover for the removal of AC watemwin pipes within this project. Reference: Special Provisions -General Conditions -Clause 17 SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 15. RMDCS Section 01350 Under this Item the Contractor shall provide special health and safety training required due to the requirement under this Contract to remove the existing asbestos-cement pipe. Training shall include, but not be limited to, the following: 1 Training of Contractor's and Subcontractors' and Contract Administrator's workers as required 2 Training of five (5) Region of Durham stafftmembers and five'(5) members of the Consulting Engineering staff. 4 Provide salmples of approprat personallp ©tectveaequ pment (e.gtrespbratorsa~clothingj forcipants. demonstration purposes. Sample equipment shall remain the property of the trainer. The training agenda shall include, but not be limited to, the following: 1 Introduction -General awareness, including history of asbestos, where it may be located, common uses of asbestos and health effects. 2 Legislative Requirements -Ontario Regulation 278/05 Designated Substance -Asbestos on Construction Projects and in Buildings and Repair Operations. 3 Asbestos Abatement Procedures -Review of Type 2 asbestos abatement measures, procedures and disposal. 4 Personal Protective Equipment - Review of respirator use, care and maintenance and other PPE in relation to the various health and safety hazards that exist with asbestos. 5 Familiarization of workers with the Construction Safety Association of Ontario's Construction Safety Manual publication entitled "Asbestos." Note: 1 2 3 L~ The location of the training should be at a location close to the project area and shall be picked by the Contractor. The length of this course is anticipated to be one day. abatement for disposal of asbest s-cementr's stathe Contractor muspprovidel hfe spec fed training and all workers to be present on site during theemoval operations must participate in this training. The following are approved sources providing this training: Ontario Environmental & Safety Network Ltd. www.oesn.net 144 Main Street North, Unit 26 Markham, ON L3P 5T3 Tel.: 1-888-271-2111 and Golder Associates Ltd. The Environmental Health and Safety Group www.aolder com 100 Scotia Court Whitby, Ontario L1 N 8Y6 Tel.: 905-723-5491 (ext 256) or905-723-2727 J SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 16. Alternate sources of training will be considered. If the Contractor proposes to use an alternate training source, the Contract shall provide evidence satisfactory to the Contract Administrator that such source is competent in providing such training. Basis of Payment: 1 The Contract price bid far this item shall be full compensation for all labour Equipment and Materials necessary to provide the specified training. REMOVAL OF EXISTING ASBjESTOS-CEMENT PIPE AND DISPOSAL OFFSITE -ITEM NO. 2.02.57 Reference: Special Provisions -General Conditions -Clause 17 RMDCS Section 1)1350 -Attached at end of Special Provisions Include: .1 Remove existing asbestos-cement pipe (mainline sanitary sewers and service connections) and prepare for transportation'.. in required containers and bags according to the Occupational Health and Safety Act and Regulations of the Ministry of Labour, the Ministry of the Environment and the Ministry of Transportation. 2 During construction operations with asbestoscement pipe: a) Ensure pipe remains in anon-friable condition. b) Ensure pipe is wetted during removal/handling operations. c) Do not sand, saw; grind, chip, or use power tools for the removal of the asbestos-cement Pipe. 3 Dispose of asbestos-cement pipe at an approved site. .4 Provide all liability Insurance for the removal and shipping of asbestos "designated substance' waste. Measurement for Payment: 1 Measurement shall be by length, in metres, of asbestos-cement pipe removed and properly disposed of. 2 The quantity shown in the Form of Tender shall be considered as a Plan Quantity and no further measurement for payment shall be made unless removal of additional material is required or authorized by the Contract Administrator. Basis of Payment: 1 Payment at the Contract unit price shall be full compensation for all labour, equipment and materials to do the work. SERVICE CONNECTIONS -ITEMS NO. 2.03.01, 2.03.03 Reference: RMDCS 02530, Contract Drawings, RMDSD S-301 and S-401 Include: .1 Connecting to new sewer with wye connection on the final upstream run of each sewer. 2 Connecting to new maintenance holes where indicated. 3 Marking and recording of exact location and elevation of all plugged ends of service connections. 4 Dye testing of laterals. 5 Plugging Ehds of all dead end services. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 17. ' 6 Backfilling with approved native material. 7 Connection to existing main by an approved method at locations where only service laterals are being replaced. Note that locations where only service laterals are to be replaced are noted on Contract Drawing No. WS-2. Note: .1 Measurement for payment shall be in metres in accordance with RMDCS Section 02530, 1.6. 2 Service connections shall be connected to existing lateral at street line and elevation shall be confirmed at point of connection by the Contractor. 3 Basis of payment shall be in accordance with RMDCS Section 02530, 1.7. 4 Service connection stubs are not to be backfilled until the as-constructed inverts and tees are surveyed by the Contract Administrator. 5 The exact locations of new service connections shall be field confirmed by the Contract Administrator. 6 Restoration of disturbed surfaces beyond the limits of road grading indicated on the drawings will be measured and paid for under the Items appropriate to such work. 7 Region of Durham will camera inspect existing laterals beyond property line to assess condition. Some lateral excavations shall remain open to allow for relining of deficient laterals. .8 Maintenance of existing sewage flow including by-pass pumping. Trench restoration for sanitary service connections shall be paid under the appropriate trench restoration Item where it is beyond the limits of normal road construction restoration. CLEAN-OUTS AS PER RMDSD S-303 -REM NO. 2.03.07 Reference: RMDCS Section 02530 and RMDSD 5-303 Include: 1 Supply and installation of all materials necessary to construct clean-out according to RMDSD S- 303. 2 Supply and installation of bedding and sand fill cover for exposed pipe according to RMDCS Section 02315. 3 Measurement for Payment- a count will be made of the number of clean outs installed. 4 Basis of Payment -unit price bid shall include all labour, equipment and materials to supply and install clean-out. Nate: Cost of excavation and backfill shall be deemed to be included in the sanitary service connection pipe Item. Trench restoration for sanitary service connections shall be paid under the appropriate trench restoration Item where it is beyond the limits of normal road construction restoration. SANITARY SEWER MAINTENANCE,HOLE -ITEM NO. 2.04 References: RMDCS Section 02631, Contract Drawings, and OPSD No. 701.010 Include: 1 Reconnection of existing sewers as required. 2 Supply, place and compact 300 mm Granular'B', Type 1 back all around structure up to subgrade level. 3 Setting frame and grate as per OPSD 401.010 to mid-binder course asphalt grade. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2009-20 18. Note: .1 All Sanitary Sewer Maintenance Holes are to be benched in accordance with OPSD 701.021. REMOVE EXISTING MAINTENANCE HOLE COMPLETELY -ITEM NO. 2.04.01 Reference: OPSS 510 and Contract Drawings Include: .1 Excavation and disposal of surplus materials. 2 Removal and disposal off site of existing structure. 3 Existing frames and covers removed are to become property of the Contractor and disposed of at his expense. 4 Backflll with select native materials and compaction. 5 Measurement for Payment - a count will be made of the number of maintenance holes completely removed. 6 Provide concrete plug to existing abandoned pipe at removed maintenance holes as per Item 3.02.06. BREAKING INTO MAINTENANCE HOLE AND REBENCH AS PER OPSD 701.021 -ITEM N0.2.04.04 Reference: RMDCS Section 02631 and OPSS 407 & 410 Include: 1 Breaking into the existing structure with removal and disposal of concrete and reinforcing steel. .2 Rebenching including: a) Removal of existing benching complete and disposal off site. b) Thorough clean-qut of the sVucture. c) New benching in maintenance hole according to OPSD 701.021 complete in a professional manner .3 Temporary pumping andlor by-pass arrangements required for existing sewage flows, to allow for benching in maintenance,holes to be completed. Note: Payment for connection bo maintenance hole and restoration of structure to be included in unit price for appropriate pipe', item. REBENCH EXISTING MAINTENANCE HOLE AS PER OPSD 701.021 -ITEM NO. 2.04.06 Reference: RMDCS Section k12631 and OPSS 407 OPSD 701.021 Include: 1 Removal of existing benching complete and disposal off site. 2 Thorough clean-out of structure. 3 New benching supplied ahd installed according to OPSD 701.021 in a professional manner. .4 Measurement for Paymerpt - a count will be made of the number of maintenance holes re-benched. 5 Basis of Payment -the unit price bid for this item shall be full compensation for all labour, equipment and materials to do the work. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 SANITARY SERVICE LATERAL RELINING -ITEM N0.2.21.06 19. ' The following existing Sanitary Services Pipe shall remain in service, and shall be relined from property line to 1.Om from foundation wall: 84 High Street and 83 High Street. 82 High Street has also been identified as potentially requiring relining. At the time of exposing the service connection to all homes the sanitary service lateral shall be camera inspected to determine 'd relining from property line to 1.Om from foundation wall is required. Note that all new service pipe, including reconnection, will not be relined. Shall include the following: 1. 2. 1. Video inspection of existing service. 2.Cleaning and root removal and video inspection after cleaning. 3.Video inspection after installation. 4.All shall be recorded on DVD disc and two copies turned over to the Contract Administrator. GENERAL OVERVIEW/SCOPE OF WORK This specification covers material and installation parameters for cured in place pipe (CIPP) lateral lining. The CIPP installation work required is defined to include all of: - Cleaning and reaming and preparation of existing lateral - Video inspection and reports - Flow control - Installation and curing of the CIPP lateral liner - Design and engineering required for CIPP lateral liner - Labour, materials and equipment - Lateral reconnection and trimming - Satety equipment, procedures and ttaffc control - Supervision, testing and commissioning - Incidental work required for the installation of the CIPP lateral liner STANDARDS All materials and services provided must meet the following standards: - ASTM F1216-06 "Standard Practices for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of aResin-Impregnated Tube". - ASTM F1743-96 "Standard Practices for Rehabilitation of Existing Pipelines and Conduits by Pulled-in-Place Installation of Cured-in-Place Thermosetting Resin Pipe". - NASCO Standard "Recommended Specifications for Sewer Collection System Rehabilitation". 3. DESCRIPTION OF THE REHABILITATION PROCESS Following the preparation and inspection of the lateral to be lined, a felt tube saturated with resin is pulled or inverted into place. The felt tube is expanded against the host lateral pipe by the use of water or air under pressure and the resin is cured to hardness by heat if using thermosetting resin or by ambient temperature if using ambient cure resin. The finished liner will be in place directly and uniformly against the interior surface of the existing lateral pipe. When necessary, existing flow is to be controlled or diverted by bypassing around the lateral to be lined. SPECIAL PROVISIONS - TENpER ITEMS CONTRACT NO. CL2009-20 4. LINER MATERIAL The fully cured lining material has the following minimum characteristics: Initial Structural, Properties Flexural Modulus (minimum) Flexural Strength (minimum) Chemical Resistance 250,000 psi (1724 Mpa} 4,500 psi ( 31 Mpa) 20. ASTM D790 ASTM D790 The fully cured CIPP lateral liner is unaffected by chemicals and agents found in standard domestic sanitary sewers. Felt Tube The tube shall Consist of one or more layers of needled felt, capable of carrying resin, wRhstanding installation pressures and curing temperatures. The felt tube shall be manufactured t®a size that, when installed, will tightly fit the internal diameter and length of the host lateral pipe. The construction of the fleit tube shall be compatible with the resin system used. Resin 5. Only epoxy resin that is;compatible with the lining process and felt tube shall be used. This resin must be able to cure in the presence of ground water and have the minimum cured characteristics as outlined in "Initial Structural Strength". Material Specification Provide material specifications and structural details of the proposed sewer liner in sufficient detail to enable confirrpation that the design and materials proposed will meet the design summary must be submitted with the tender. A summary of the manufacturers proposed installation procedure including an example of the design process wet-out plan and curing cycle summary sheet must be submitted with the tender. Provide Infrared Spectrograph of the catalyzed resin mixture, which the contractor intends on using must be submitted with the tender. An original copy, complete with supporting literature certified from their resin Supplier will be accepted only. LINER DESIGN The engineering design',for the CIPP lateral liner shall be in accordance with ASTM F1216-93 (Appendix XI). The choice for either fully or partially deteriorated existing pipe shall be based on the condition of the lateral or contract requirements. The design is prepared. and certified by a Professional Engineer licensed to practice in the province of Ontario. The information required for preparing the design shall be provided by the owner. SPECIAL PROVISIONS - TENDER REMS CONTRACT NO. CL2009-20 21. Engineering properties used in the design are the appropriate long-term material properties. The design calculations shall show the technical assumptions, identify the design formulas used and show the wall thickness and finished inside diameter. The ovality conditions used in the calculations are identified. The engineering design graphically illustrates the installation conditions (depth of the lateral, water table, invert and crown) and provides full details of the parameters used in design calculations. An engineered design sheet for the proposed lining cleady showing the proposed thickness for each sewer service connection diameter, designed in accordance with the above requirements must be submitted with the tender. The design shall include the lining material strengths and modulus, showing the short term and long term values used in the design. Independent test data shall be provided to support the materials strengths and module used in design. The engineering design, including the design summary shall be certified and stamped by a professional engineer licensed in the Province of Ontario. 6. PREPARATION OF EXISTING LATERAL The lateral to be lined is prepared in accordance with the requirements for CIPP installation. Debris, roots, grease, calcite and other deposits are removed as required. Any remaining obstructions that might interfere with the lateral lining process are removed by mechanical cutters or reamers. The cutting or reaming operation shall be done in such a way that will not damage the host pipe. Any protrusions or build-up remaining on the existing lateral pipe walls after reaming operations shall not exceed 3% of the inside diameter of the host pipe. The prepared lateral is inspected using CCTV equipment specifically designed for this purpose and a VHS video tape is produced which will be made available to the owner for approval before insertion of the lateral liner. This same VHS videotape will be utilized for the post lining inspection of the lined lateral. Immediately before insertion of the lateral liner, the lateral to be rehabilitated is flushed by high- pressure water and re-inspected by CCTV to ensure that conditions have not changed. 7. Residents who may be affected by the lateral rehabilitation process are advised in writing concerning the nature and duration of any interruption of sewer or drain service the day before any interruption occurs. A draft of the letter to be presented to the residents must be submitted to the Contract Administrator one week in advance of the work commencing. During the course of the lateral rehabilitation and any associated service interruption, the residence will be kept informed regularly of the progress of the work and any matters that might affect them. Upon completion of the work and returning the lateral back into service the residents will be informed immediately so that they can resume normal use of their sewer. 8. INSTALLATION AND CURING One of three insertion methods will be used to install the liner into the host lateral. The method to be used will be determined by site conditions and/or contract requirements: Liner insertion from newly installed exterior clean out ' SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 Liner insertion from main sewer to exterior clean out Liner insertion from access pit to main sewer or vice-versa 22. The lateral liner installation and curing process will be monitored by qualified personnel and written records and maintained throughout fhe process. These records record at the very minimum pressure, temperature and time and will be made available to the client or their representative upon request. The time required for qure is determined by temperature monitoring and is adjusted to suit the length, diameter, thickness, field conditions, ambient temperature and resin characteristics that are applicable to each lateral. 9. Video inspection shall employ CCTV equipment that is specifically designed to inspect sewer and drain systems. Video inspection shall Ibe made using high quality VHS tapes and be of sufficient quality that defects can be easily identified. The video shall be accompanied with a log sheet detailing the pipe length, diameter, bcation and tape distance. Inspections shall be carried out for post preparation, prior to lateral liner installation and final inspection. The final video inspection shall be accompanied by a written report in a format acceptable to the client. This video shall form the basis for final acceptance of the rehabilitated lateral. Video recording requirements for preliminary and post preparation video recordings shall be as follows: a. Each individual video inspection recording must be a continuous recording and must be recorded in its @ntirety on a single new VHS video cassette and transferred to OVD. b. Each individual video /DVD recording shall have the appropriate file name (property address) c. Cassette /DVD labels for each inspection video must be clearly typed and clearly indicate the contract number, property address, date of inspection and conVactor's name. 9.1 Video inspection equipment, tapes and DVD's shall be as follows: a. Cameras, transmission cables and recording equipment utilized shall produce VHS colour recordings. b. Colour camera$ and related equipment used in inspections shall be of a type capable of producing a continuous picture resolution of not less than 250 lines at the periphery of the picture. a Cameras shall, be equipped with a self contained, adjustable, directed light source compatible with the lens angle and dispersed such that shadows andlor "hotspots" are not created. d. Camera lenses shall be kept clean at all times. No inspection of a sewer shall proceed while the cemetta lenses are dirty. e. Recordings shall be made at SP or normal speed. Tapes recorded at a slower speed will not be accepted. f. Sewer inspection video tapes shall include a sewer information screen, clearly displayed for a minimum pf 30 seconds at the start of all video inspection recordings. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 23. g. Individual sewer inspection video tapes shall be transferred to a noncopyright DVD and submitted to the Region in a format playable by the Regions current viewing Software. A digital distance readout shall be incorporated onto the display screen. 10. The installer shall provide a detailed schedule showing the various stages of work (preparetion, lining, curing and post lining work) and their time for completion prior to commencement. This information will be confirmed during construc5on progress meetings and will be reflected in the meeting minutes. Changes in the schedule once work has started must be brought to the attention of the residents and client (or their representative) as soon as possible. 11. GENERAL Notification to Commence Work Work to start as deemed appropriate by the Contractor based on progress of other site works impacting relining operations (i.e. cleanout and main line sewer installation). Upon commencement of operations, the Contractor shall continue such operations to completion without interruption or delay save and except those interruptions or delays caused by weather or for which the Contractor has received written permission from the Contract Administrator. 2 If a Soft Dig Excavation is deemed necessary by the Contract Administrator or the Region as per section 11.16, the Contractor shall supply one (1) truck-mounted vacuum capable combination sewer jet with approximately 9 cu. yd. debris tank, fully hydraulic boom with 180 degree swing and 700 Ib. lifting capacity, 60 gpm water pump, 1000 gallon water supply producing 2000 psi at the nozzle and all necessary labour, equipment and materials for the Lateral Closed Circuit Television Inspection, Cleaning, Root or Calcite Removal and Relining or Spot Repair. 3 The work is to be carried out within the period of 7:00 a.m. to 6:00 p.m. Monday to Friday. No work is to be performed on weekends or holidays. 4 It will be the responsibility of the contractor to arrange the work schedule with the homeowner. Provided no additional work is required between the new clean out and the inside wall of the house the Contractor may not be required to contact the homeowner provided there is no service interruption. 5 The Contract Administrator must be notified of the work schedule and, if for any reasons, the work will not be carried out as scheduled. The installer will provide the Contract Administrator representative with a detailed written schedule of the work on a weekly basis. The schedule will include the locations of the work and the scheduled day of the work. 6 The Contractor shall comply with all regulations of the Region regarding the use and care of hydrants. Only those hydrants specified by the Contract Administrator shall be used. The Contractor shall be liable for all damages to persons or property, including the said hydrants by reason of his act or neglect or that of any agent, employee or workman, while using the hydrants and the Contractor shall save and keep harmless the Region from all suits or demands for damages alleged to have occurred to persons or property by reason of the work being done or by use of the said hydrants. Water shall be conserved and not used unnecessarily. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 24. i .7 The Contractor agrees that the whole or so much of the money due under or by virtue of the contract a$ shall be considered necessary by the Region shall or may be retained until all suits or claims for damages have been settled and satisfactory evidence tc that effect is famished to the Contract Administrator. .8 The Region's Works Department, Operations Division must be noted prior to any plugging or dislruption in the sewer. Permission may be granted at the discretion of the Works Maintenance Division. 9 The Region reserves the right to increase or decrease or alter the total estimated length at any time during the period of the contract. The Contractor shall have no claim for additional compensation because of such additions, deletions or akerations but nothing in this paragraph shall be construed to relieve the Region from any liability to pay for services actually provided on the unit price basis established by acceptance of a tender. 10 The Region reserves the right to shut down the Contractor's operations at any time should the Contractor's performance or service not be up to the Region's specifications. 11 The Contractormust, where it is practicable in the opinion of the Region's representative, keep the roadway open for the use of the public. At the discretion of the Region's representative,,the Contractor shall be requested to supply and locate, in consultation with the local road authority, traffic detour signs. The Contractor must supply sufficient traffic cones, red flags and signs to protect the motoring public and workmen at the site, to the satisfaction of the Local Traffic Division having authority, where disruption to traffic does not warramt detours. 12 Failure by the,Contractor or their Sub-Contractor to comply with all regulations and specifications for this Item may result in a "stop work" order being issued, the Contractor providing a written plan for rectification of the non-compliance and approval of submitted ' plan by the Region or their representative prior to completing the work. No claims against the Region or their agents shall arise from the issuance of the stop work order. 13 The Contractor'shall thoroughly clean the lateral, remove all roots with a root cutter and calcite or material of similar properties with a reamer. 14 Closed Circuit Television Inspections shall be pertormed prior to and following lateral preparation, and after the lateral relining has been completed. 15 All lateral relining is to be conducted in strict accordance with the procedures and specifications of the reline manufacturer. Only lateral reline methods employing a resin impregnated cured-in-place liner design are acceptable on this project Lateral reline felt tubes and resins are to have a manufacturing design life of 50 years. Odourless epoxy resins are to be used. The Contractor shall provide complete specifications on the reline product method being tendered for use on this project. .16 EXCAVATION The Regions representative may request that an excavation occur under special circumstances. '.Excavation works shall not proceed without prior approval from the Regions Representative. Due to long reliKte and/or limited access and/or 90 degree bends, an excavation may be SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 25. ' necessary. The type of excavation if required shall be a soft dig using a vacuum capable hydro jet that limits the size of the opening and is far less disruptive to the work area. Other types of excavation are not permitted unless otherwise directed by the Regions representative. The Contractor shall be responsible for proper disposal of all excavated material, and all utility locates. A one metre section of the service shall be removed by the Contractor to allow access to the service. The Contractor will restore the service using PVC pipe and couplings. Only products found in the Region of Durham's "Approved Manufacturers Products List" found in the Region of Durham's Design Specifications for Regional Services Manual shall be used. Pipe bedding material shall be 19 mm diameter Crusher Run Limestone to OPSS 1010 Cover material shall be sand fill as per the Region of Durham's Standard Specifications for The Construction of Sanitary & Storm Sewers and Watermains under Section 02530 - Sanitary Sewers 2.8 Cover Materials. Top soil shall be spread to a uniform depth of 50 mm as per OPSS 570. All surface stones and debris larger than 25mm in size shall be removed from the top soiled areas, and sod placed. 17 Unless otherwise directed, all lateral liners are to be launched from the newly installed cleanout and shall start at a point 1 meter outside of the foundation wall, or structure closest to the main sewer, and continue to the main sewer without excavation (no-dig technology). Cured-in-place spot repairs may be used with the approval of the Region's representative where defects are concentrated in a few spots rather than throughout the entire length of the lateral. Materials for the cured-in-place spot repairs shall be the same as those specified for the complete lateral relines. The Contractor shall not install any liner in a location that blocks any connections from the foundation drainage system. 18 The Contractor is allowed a maximum of eight (8) continuous hours of service disruption. All laterals must be in service by 6:00 p.m. Where a lateral is out of service over eight (8) hours, or is not in service by 6:00 p.m., the Contractor is required to provide sewage bypassing to return service or provide alternative arrangements for the homeowner. 19 The Contractor is required to restore any disturbed areas to match previous existing conditions. 20 If problems arise due to negligence on the part of the Contractor, the Contractor shall be responsible for any costs incurred by the Region to rectify the problems. .21 Once the relining has been completed, a typed report detailing the inspection prior to relining, together with a VHS video tape, clearly showing the laterals before and after relining, must be provided to Dale Clemens, Works Department, as soon as possible. Please note: payment will not be authorized for this Item until the report and video have keen received, reviewed and approved. 22 Payment shall be made on the basis of actual CIPP lining placed, measured horizontally from the cleanout to main line sewer. Additional payment for riser sections greater than 1.0 m in length will be made. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 26 23 All bidders shall provide detailed product literature on all materials to be used in this contract with the bid submission. The following is a list'. of suggested Sub-Contractors that have preformed this type of work successfully for the Region of Durham. If the Contractor wishes to use another specialized Sub- contractor the firm shall have at least 3 years experience, well qualified and knowledgeable in providing this type of service to the Region of Durham. The Regional Municipality of Durham reserves the right to request and check references for the sub-contractor. The Regional Municipality of Dufiam may request the Contractor to select another Sub-Contractor to perform this work if the references are deemed to be negative. Nu Flow 1010 Thornton Road South OSHAWA, Ontario L1J 7E2 Phone 905-433-5510 ' Fax 905-433-9687 Toll Free 1-800$34-9597 www.nufiowtech.com D.M. Robichaud Associates Ltd. 627A Wentworth St. E. OSHAWA, Ontario L1 FN 3V8 Phone 905-433-1261 Fax 905-432-2809 Email dave@dmrobichaud.com Sewer Technologies I»c. 2-182 North Port Road PORT PERRY, Ontario L9L 1B2 Phone 905-982-1465 Fax 905-982-1206 Email bgiles@sewertechologies.com PART 'F' -WATERMAIN WATERMAIN AND APPURTENANCES Reference: .1 Construct all watermain and appurtenances in accordance with Regional Municipality of Durham Construction Speciriptions for Regional Services -Revised April 2008.' 2 Contract Drawings and Standard Details for Contract No. CL2009-20. PIPE (NOT INCLUDING RESTORATION) -ITEM NO. 3.01 Reference: RMDCS Section 02511 and OPSS 701, RMDSD S-401 Include: 1 Cathodic Protection as per S-435 SPECIAL PROVISIONS - TENDER REMS CONTRACT NO. CL2009-20 27. .2 Arranging with the Region of Durham for shutdown of watermains. Such arrangement shall be in accordance with Part 3.12 of Section 02511 of the Region of Durham Specifications. 3 Backfilling to subgrade level with approved native material. 4 Tracer wire arrangement in accordance with RMDSD S-408. 5 Maintenance of existing watermain usage. Note: .1 All thrust/surge protection on PVC pipe in accordance with RMD Standard Drawings shall be by mechanical restrainers in combination with granular thrust blocks. Mechanical restrainers shall be in accordance with Standard Drawings No. S-431 and S~33. Concrete thrust blocks are not permitted on PVC watermain pipe. .2 Trench Backfill and compaction payment shall be included under Items 3.01. TRENCH RESTORATION -ITEMS N0.3.02.03, 3.02.40, 3.02.41 AND 3.02.42 Payment shall be made under this Item at the unit prices bid for restoration costs additional to the cost of service installation under Item No. 3.05.11 & .12 and 3.05.06 & .07. Item 3.02.03 Topsoil and sod. Nursery sod laid on a minimum depth of 100 mm of topsoil. Item 3.02.40 Gravel Gravel surtaces in entrances shall be restored with 150 mm of Granular `A'. Item 3.02.41 Asphalt Asphalt in private entrances shall be restored with 50 mm of HL-3 on 150 mm of Granular'A' base. Item 3.02.42 Concrete and Other Hard Surfaces Private concrete sidewalk shall be restored with 125 mm of concrete to match existing walkway width. Payment under this Item shall apply to restoration of water service trenches outside and the road reconstruction grading limits of all streets, as directed by the Contract Administrator. REMOVE EXISTING VALVE BOX -ITEM NO. 3.02.04 Reference: OPSS 510 Include: 1 Excavation to grade and disposal of surplus materials. 2 Removal and disposal off site of existing valve box. 3 Backfill with select native materials and compaction. 4 Measurement for Payment -each. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 28 CONCRETE PLUG IN ABANDONED PIPE {INCLUDING SEPARATE EXCAVATION) -ITEM NO. 3.02.06 ' Reference: Contract Drawings Include: .1 Excavation to expose existing watermain pipe. .2 Saw-cutting of existing pipe. .3 Removal and disposal off site of existing pipe inGuding fittings, valves, etc., as required. 4 Supply and placement of 15 MPa concrete plug in the ends of the existing watermain that is to be abandoned in place. The minimum Length of the concrete plug shall be 300 mm. 5 Measurement for Paymen{ -each, complete. INSULATE WATERMAIN AS PER S-307 (Provisional) -ITEM NO. 3.02.10 ' Reference: RMDSD S-307 Include: .1 Supply and installation of 75 mm closed-cell, extruded polystyrene insulation and sand cover in accordan6e with RMDSD S-307, complete in place. The polystyrene sheets shall have a minimum compressive strength of 275 kPa. ~ Note: Payment for excavation sttiall be made under Item 3.01.02. STONE FOR EXTRA DEPTH BEDDING (H.L.-8 CRUSHED CLEAR STONE) -ITEM NO. 3.02.14 Reference: RMDCS Section 01210 Include: 1 Extra excavation of unsuitable native materials below standard bedding depth and disposal of siurplus materials. 2 Supply, placement and compaction of H.L.-8 clear crushed stone. Stone shall conform to the gradation requirements of 19 mm Clear Stone, Type 1 as specified in OPSS 1004 except that the stone shall have 100% crushed materials and shall not contain any recycled materials. Note: 1 Measurement for Payment -cubic metres, actual volume placed. RESTRAINED JOINTS IN FILL SECTION -ITEM N0.3.02.16 Reference: Contract Drawings Include: 1 All costs extra over the appfopriate watermain pipe item for supply and installation of mechanical restrainers on straight line sections of pipe in earth fill areas as shown on the Contract Drawings. Payment for mechanical restraint according to RMDSD S~31 and S-433 on pipe fittings, etc. shall be included in the unit price, bid for the respective watermain pipe. SPECIAL PROVISIONS -TENDER REMS CONTRACT NO. CL2009-20 GATE VALVE AND VALVE BOX -ITEM N0.3.03.02 Reference: RMDCS Section 02511 and RMDSD 5-408 and S-435 29. , Include: 1 Supply and installation of resilient seat gate valve and valve box in accordance with RMDSD 5-408. 2 Excavation, blocking, backfilling and compaction. 3 Tracer wire arrangement in accordance with RMDSD S-408. 4 Supply and installation of cathodic protection in accordance with RMDSD S-435. 5 Adjustment of valve box to mid-binder course asphalt grade in areas of full road reconstruction. Note: .1 Measurement for Payment -each HYDRANT SETS AS PER S-409 -ITEM N0.3.04.01 Reference: RMDCS Section 02511 RMDSD S~09 Include: .1 Excavation to grade and disposal of surplus materials. 2 Supply and installation of hydrant (with storz pumper nozzle), anchor tee and resilient-seat gate valve and box as per RMDSD S-409. 3 Supply and installation of hydrant extensions and/or valve box and rod extensions as shown on Contract Drawings. 4 Supply and installation of hydrant lead watermain pipe. 5 Supply and installation of mechanical restrainers. 6 Cathodic protection according to RMDSD S-435. 7 Backfill with select native materials and compaction. 8 Measurement for Payment - a count will be made of the number of hydrants installed. TEMPORARY FLUSHING HYDRANT -ITEM NO. 3.04.03 Reference: RMDCS Section 02511 and RMDSD S-409 Include: 1 Excavation to grade and disposal of surplus materials. 2 Supply of temporary hydrant as specified on Durham Region's Approved Manufacturer's Products List, except that the Storz pumper nozzle and inner workings of hydrant will not be required. 3 Complete installation of hydrant, piping, blocking, restrainers, etc. and remove upon completion of use. .4 Supply and installation of all other materials as required. 5 Backfill with approved native material and compaction. Note: 1 Measurement of Payment -each SPECIAL PROVISIONS - TENDER REMS CONTRACT NO. CL2009-20 REMOVE EXISTING HYDRANT -ITEM NO. 3.04.05 Reference: OPSS 510 Include: 30. .1 Excavation. 2 Removal and separation bf valve and piping, cleaning, salvaging and transportation of existing hydrant and appurtenances complete to the Orono Depot. .3 Removal and disposal ofP site of existing secondary valve box. .4 Supply and placement of 15 MPa concrete plug in the ends of the existing watermain that is to be abandoned in place. The minimum length of the concrete plug shall be 300 mm. 5 Backfill with select native materials and compaction. .6 Measurement for Payment -each. WATER SERVICE CONNECTIONS -ITEM N0.3.05 Reference: RMDCS Section p2511 RMDSO S-410 General Note - A Water Servicemay be: 1 New main stop connected to an existing service pipe. .2 New main stop and a piece of copper pipe one (1) metre or more in length connected to existing service pipe or existing curb stop. 3 New main stop, new copper pipe and a new curb stop with water service box complete connected to existing service. 19mm and 25mm MAIN STOP ~ ITEMS N0.3.05.01 AND .02 include: .1 Excavation and compacted backfill with select native materials where corresponding service pipe is not to be installed. .2 Supply and installation complete with saddle, union adapter, connectors, etc. 3 Connection to new or existing service pipe. 4 Cathodic protection according to RMDSD S-410. 5 Measurement for Payment - a count will be made of the number of main stops installed. 19mm and 25mm CURB STOP AND BOX -ITEMS N0.3.05.06 AND .07 Include: 1 Excavation and compacted backfill with select native materials where corresponding service pipe is not to be installed. 2 Removal of existing curb stop box and rod. 3 Supply and installation complete according to RMDSD S-410. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 4 Stainless steel rod with brass pin. 5 Measurement for Payment - a count will be made of the number of curb stops installed. 31. , Trench restoration for sanitary service connections shall be paid under the appropriate trench restoration item where it is beyond the limits of normal road construction restoration. 19mm and 25mm COPPER SERVICE PIPE -ITEMS NO.3.05.11 AND .12 Include: 1 Excavaticn to grade and disposal of surplus materials. 2 Removal and disposal of existing service pipe as required. 3 Supply and installation of pipe in specified bedding and cover including connections to existing service with required unions/adapters. 4 Supply and installation of cathodic protection. 5 Backfill with select native materials and compaction. Note: The exact locations for all new service connections shall be field confirmed by the Contract Administrator unless specifically dimensioned on the Contract Drawings. 6 Measurement for Payment -actual length, in metres, of service pipe installed. Trench restoration for sanitary service connections shall be paid under the appropriate trench restoration item where it is beyond the limits of normal road construction restoration. SUBSURFACE INSTALLATION OF SERVICES -ITEM NO. 3.05.43 Reference: Item No. 3.05.11 Include: .1 The unit price bid for this Item shall cover all costs extra over those which would normally be incurred to install 19 and 25 mm dia. copper water service connections by open trench method. Note: 1 Work under this Item shall not be undertaken without approval of the Region of Durham. .2 This work may be required where conditions are such that damage may be imposed on trees, hedges, fences or other surface features if services were installed by open cut method 19mm TEST POINT AS PER S-405- ITEM N0.3.06.01 Reference: RMDSD S-429 Include: 1 Supply and installation of all corporation main stops, valves, backflow preventers, copper tubing, fittings, etc. 2 Removal of all main stops upon completion of testing and flushing. 3 Supply and installation of a brass plug in locations where main stops are removed. 4 Backfill with select native materials and compaction. Note: 1 Measurement for Payment -each SPECIAL PROVISIONS -TENDER REMS CONTRACT NO. CL2009-20 32 50 mm BLOW OFF -ITEM NO, 3.07.02 Reference: RMDSD S-406 Include: 1 Excavation. .2 Supply and installation according to RMDSD Sj106. .3 Backfill with select native materials and compaction. 4 Measurement for Payment - a count will be made of the number of blow offs installed. TEMPORARY WATER SUPPLY -ITEM NO. 3.11.01 Reference: RMDCS Section 01510 Include: 1 Supply and installation of temporary 100mm diameter by-pass line, service connections and valves and check valves where required. 2 Supply and installation of temporary 50mm diameter hydrant services including all valves, and appurtenances. 3 Chlorination of temporary by-pass lines and service connections. 4 Protection of the installation from damage as specified in "Driveway Protection" and "Burying By- " pass below. .5 Removal of by-pass line, service connections and plugging of temporary taps. .6 Temporary shut-off of private services by operation of curb-stops or such other means as required. 7 Permanent surtace restoration of the site upon completion of the work 8 . Measurement for Payment - a count will be made of the number of temporary service connections installed. Temporary by-pass lines shall be supplied by connections at each end of the line where practical. Where the ends are at different pressure districts, a check valve shall also be installed. Valves shall be installed in the by-pass in the vicinity of existing main line valves on the tine being removed/abandoned and at such other locations as the Contract Administrator may direct. The existing watermain shall not be removed from service until the in&talled by-pass line has been approved by the Contract Administrator in writing. The Contractor shall make all shut-offs of property services and shall furnish water for the temporary by- pass service from a hydrant or other temporary source. Safety measures shall be taken by the Contractor to the satisfaction of the Contract Administrator but such provisions shall not relieve the Contractor of full responsibility for the adequacy of protection. Drivewav Protection The Contractor shall be required,,at his own expense, to mound over the by-pass pipe with asphalt or other acceptable material, wherever it crosses a driveway or sidewalk in order to prevent injury or damage to vehicular or pedestrian traffic. Building paper or other such material, as approved by the Inspector, shall be placed before mounding up the asphalt. Such lights and barricades as may be required shall be furnished and maintained by the Contractor. In general, the temporary service pipe shall be laid where it will cause th~ least obstruction and is least liable to be damaged. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 Burving By-Pass 33. At all street crossings, the Contractor shall cut and remove asphalt across streets to permit burying the by-pass pipe, without disturbing the concrete base, where applicable and shall replace the asphalt in kind when the pipe is removed. MAINTAIN WATER SUPPLY -ITEM N0.3.11.03 AND 3.11.04 Reference: RMDCS Section 02511, Item No. 3.01 Note: These Items shall ensure, with the exception of short duration shutdowns for watermain connections, water supply to Prout Drive and Summerfield Court by the existing High Street watermain shall be maintained for the duration of the Contract. Temporary water supply to these locations shall be a minimum of 100mm. Include: .1 Supply and installation of all materials(fittings, restraints, sleeves etc.) required to make temporary connections between existing watermain on High Street and existing Watermains on Prout Drive and Summerfield Court. Temporary Connections shall be in accordance with RMDCS Section 02511. 2 All cutting of existing watermain to accommodate the temporary connections. .3 Excavation, backfill and compaction required to complete the temporary connection installations, and removal of temporary connections. .4 Arranging with the Region of Durham for shutdown of Watermains. Such arrangement shall be in accordance with Part 3.12 of Section 02511 of the Region of Durham Specifications. No additional compensation will be made with regard to staging of underground service installation or staging of new watermain installation, pressure testing, or chlorination to accommodate maintaining water supply to Prout Drive and Summerfield Court. CUT IN TEMPORARY 150mm GATE VALVE AND BOX AS PER S-408 -ITEM NO. 3.11.05 Reference: RMDCS Section 02511 and RMDSD S-408 and S-435 Include: 1 Supply and installation of resilient seat gate valve and valve box in accordance with RMDSD S-408 including all materials (fittings, restraints, sleeves etc.) 2 Excavation, blocking, backfilling and compaction. .3 All cutting of existing watermain to accommodate the temporary connections. Note: .1 Measurement for Payment -each RESTORATION OF SURFACE FEATURES -ITEM NO. 3.40.03 Payment shall be made under this Item on a time and material basis work, not included elsewhere in the Contract and where agreed with the Contract Administrator. The work under this Item shall include, but is not limited to the following: ' SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 34. • Re-location and removal of plantings not designated on the Contract Drawings. • Re-location of plant material and gardens not noted on the Contract Drawings and as directed by the Contract Administrator. Where additional materials are peeded, these shall be purchased by the Contractor and reimbursement shall be on the basis of invoicing. No work shall be done under this Item without the authorization of the Contract Administrator. PART `G' -GENERAL ITEMS SUPPLY AND MAINTAIN FIELD OFFICE -ITEM N0.8.01.01 Under this Item the Contractor shall supply and maintain a fiekl ofrce for the sole use of the Contract Administrator as described in Clause 15 of the Special Provisions -General. Payment shall be made at 50% pn the first Payment Certificate and the 50% balance will be paid on the Payment Certificate following issuance of the Certificate of Substantial Pertormance. BONDS, INSURANCE AND MAINTENANCE SECURITY -ITEM NO. 8.02.01 Reference: RMDCS, Section 0'1001 Include: 1 100% Pertormahce and Guaranteed Maintenance Bond for 24 months. 2 100% Labour and Materials Payment Bond. 3 Liability Insurance based on the Contract Price. 100% payment of this Item shall'be made on the first Payment Certificate. MOBILIZATION AND DEMO61412ATION -ITEM NO. 8.03.01 Reference: RMDCS, Section 01001 The contract price stated in the Tender Form for this Item shall be compensation for the following 1 Security protection of the Contractor's office, plant and sorted materials during the course of the Contract. .2 Moving onto the site and', setting up the ConVactor's office, storage facilities, plant, etc. .3 Providing all necessary access to the project including haul roads as required and the restoration of the surfaces to their original conddion after the haul roads are removed. 4 Moving off the site and removal of the Contractor's office, storage facilities, plant, etc. Payment wilt be made as follows: 50% of the lump sum stated in the Tender Form for this Item will be paid on the first Payment Certificate; and, the 50% balance will be paid on the Payment Certificate following issuance of the Certificate of Substantial Performance. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 PRE-CONDITION SURVEY-ITEM N0.8.05.01 35. Pre-Condition Survey shall be carried out to depict existing interior and exterior conditions of building, utilities, monuments, bridges, structural improvements, streets, driveways, sidewalks, within the area of influence of the work site and/or specified distances. The "area of influence" is that radius of distance adjacent to heavy construction, within which structures and property are subject to possible damage. The Pre-Condition Survey shall be completed on all structures, or part thereof, within 30 metres of any work, at a minimum. Additional inspections may be required, if deemed necessary by the Vibration & Noise Consultant commissioned to carry out this work. Quality Assurance A Vibration and Noise Consultant (VNC) with over five (5) years experience in loss control in urban areas shall be retained by the contractor to complete this work. The person in charge shall be a Professional Engineer Registered in Ontario. The Company shall carry Professional Errors & Omissions Insurance in the amount of $1,000,000.00. Procedure Immediately upon notice to proceed, all pertinent available data relevant to those applicable portions of ' the work and such other areas as deemed available to be Pre-surveyed is obtained by the VNC. Introduction & Notification A Letter of Introduction from the Owner is hand delivered to all properties within the "area of influence". The letter contains pertinent information regarding the proposed work and advises the identity, telephone number and name of contact person capable of answering questions or addressing complaints. This letter serves to acquaint residents with proposed construction in the area. Inaccessible Properties Should access to a premises by the Inspector be prohibited for any reason, i.e., absent ownerllessor/manager; denial of authorization; vacant; safety hazard; in such case, particulars of efforts made to gain entry are recorded on the Pre-condition Survey Summary Sheet as follows: Time and date(s) of contact Means of contact (in person or by telephone) Authority (ownerAessor/manager) Reason(s) for entry refusal or inaccessibility Photographic Documentation Photographic equipment and materials used are capable of yielding high quality negatives from which detailed enlargements may be made. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 Payment 36. 100% payment of this Item shall be made on the first Payment Certificate on proof that the survey has been completed. A reduction in the lump sum payment under this Item shall be made for non-accessible properties or refusal to enter properties which deny access to interiors of buildings in the "area of influence", as follows: >75% of entry to building interiors, no reduction in the lump sum price bid. 75% - 50% of entry to building interiors, 20% reduction in the lump sum price bid. <50% of entry to building interiors, 40% reduction in the lump sum price bid. The lump sum price shall include for a minimum of three (3) post consVuction complaint visits to a minimum of three (3) separate Ipcations. The Contract Administrator shall be provided with a copy of the pre and post construction reports and photographs of the area allegedly impacted, within ten (10) days of written request. Pre-Condition Survey Reoort Documentation of exterior and interior conditions of each property/item surveyed includes, as a minimum Vintage and type of conistruction Descriptionldepiction/dimension of differential settlements (visible cracks in walls, floors, ceilings) or any other apparent structural or cosmetic damage or defect Copies of Introduction Letters, Notification Letters and Refusal Letters are to be included in the report. Completed Pre-condition Survey data is to be assembled in a formal comprehensive report, including Summary Sheet. CONTINGENCY UNIT PRICE ITEMS 1.01 DESCRIPTION This Section specifies work to be pertormed under "Contingency Unit Price Items" at unit prices specified in the Form of Tender. 1.02 RELATED SPECIFICATIONS 1 Construction Specification Section 02315 -Trenching, Backfilling and Compacting .2 Construction Specification Section 02316 -Rock Excavation 3 Construction Specification Section 02511 - Watermains 4 Construction Specification Section 02700 -Site Restoration for Underground Services 5 Region of Durham Approved Manufacturers' Product List SPECIAL PROVISIONS -TENDER ITEMS 1 CONTRACT NO. CL2009-20 37• 1.03 CONTINGENCY UNIT PRICE ITEMS , .1 Contingency Item No. 1 -Extra Excavation r a) Reference Construction Specification Section 02315, The Regional Municipality of Durham ' May 2005 Works Department b) The unit price stated in the Form of Tender for this item shall be compensation in full for extra trench excavation when instructed by Contract Administrator for sewer or watermain work. The unit ' price shall also include backfilling and compacting of increased depth of trench, and disposal offsite of surplus materials. c) Measurement for payment shall be based on the outer diameter of the pipe, plus 600 mm width for , theoretical vertical walls, by approved extra depth and length required. .2 Contingency Item No. 2 -Labour Rates , a) Include payroll burden, overhead and profit. These rates shall apply for all extra work pertormed on a Time and Materials basis. , b) Foreman's rate to include supply of one (1) vehicle for transporting crew members and hand tools. .3 Contingency Item No. 3 -Hydrant Extensions ' a) The unit price stated in the Form of Tender shall be compensation in full for the supply, handling, storage, excavation and installation of extensions to the hydrant barrel and the secondary valve box and rod. Payment will only be made for extensions, which are in addition to the standard , extensions specified in Section 02511 and any extensions specified on the Contract Drawings. b) Hydrant and secondary valve box extensions are to be installed at the time of hydrant installation. ' Hydrant flange grades shall be provided by the Contract Administrator prior to installation. Should the Contractor fail to follow the required grade, adjustment shall be made after the installation and all additional costs shall be at the Contractor's expense. .4 Contingency Item No. 4 -Excavate, Expose and Backfill Watermain or Appurtenances t a) The unit price stated in the Form of Tender shall be compensation in full for excavating to expose a , watermain or appurtenance, including service connections, to enable the Contract Administrator to inspect the condition. The unit price shall also include the subsequent backfilling and compacting of the excavation. i) Item No. 4.1 -Total exposure of the main stop, curb stop, main valve box and/or service pipe exclusively by hand or by machine including some hand excavation as require. ^ ii) Item No. 4.2 -Partial exposure of service box or main valve box exclusively by hand or by machine including some hand excavation as required to a maximum depth of one (1) metre. ' SPECIAL PROVISIONS - TEINDER ITEMS CONTRACT NO. CL2009-20 38 ' b) The location of the existing water service connection or main valve box is to be determined by the Contract Administrator. M/here the location is undetermined, the Contractor shall be paid extra- ' over this contingency item to locate the existing service or main valve box. .5 Contingency Item No. 5 -Water Service Box Repairs (Extra Over Contingency Rem No. 4) a) Item No. 5.1 -New Water Service Box i) The unit price stated in the Form of Tender shall be compensation in full for supplying pnd installing a new water service box complete with stainless steel rod and brass ipin and where required, setting the new service box on a new cedar block. ii) If ft is fourW that the rod in a damaged service box is satisfactory, then the ' Contractor shall only replace the service box. When this is the case, payment shall be made al the rate stated for Item No. 5.1, less the rate stated for Item No. 5.2. ' b) Item No. 5.2 -New Rod Only (Stainless Steel) The unit price stated in this Form of Tender shall be compensation in full for removing the existing water service box and rod, installing a new stainless steel rod and brass pin and resetting the service box on a new cedaar block. c) Item No. 5.3 -New Lid Only ' The unit price stated in the Form of Tender shall be compensation in full for removing a damaged water service box lid and supplying and installing a new lid including re-threading as required. The lid supplied must be a threaded type so that the lid can be screwed onto the service box. d) Items No. 5.4 to 5.7 -Water Service Box Extensions (Including Coupling) The unit price stated in the Form of Tender shall be compensation in full for supplying aid installing a water service box extension including re-Threading as required. The material used for an extension shall be black pipe, the same diameter as the service box. The pipe is to be threaded such that a galvanized coupling can be used to join the extension to the service box and the service box lid shall be screwed onto the extension. Under no circumstances are extensions to be used, which fasten to the service box by the tightening of a setscrew. ii) When the only work required on a service connection concerns the repair of a water service box; then the Contractor shall be paid under Contingency Items 4 and /or 5 to carry out the necessary work. iii) When a water service box is required, coupled with other repairs for a water service connection, but not the complete replacement of the connection, the Contractor shall be paid under the unit rate for a water service box. .6 Contingency Rem No. 6 ,Modify Existing Valve Box a) The unit price stated in theForm of Tender shall include all plant, labour, equipment and materials required to modify an existing screw-type valve box to a watermain slide-type valve box and adjust to grede. fJ' SPECIAL PROVISIONS -TENDER ITEMS ' CONTRACT NO. CL2009-20 39. b) Valve boxes to be modified shall be designated by the Contract Administrator and no payment shall be made for any valve boxes modified if authorization is not first obtained from the Contract Administrator. ' c) The excavating, exposing and backfilling of a located main valve box shall be paid for under Contingency Item No. 5 above except where the main valve box is exposed during roadway ' construction. Boxes exposed within andlor as part of roadway excavation shall not be paid for under Contingency Item 5. d) Contingency item No.6.1 shall include, removal and replacement of the top section of an existing screw type valve box including cutting off the threaded portion at the top of the bottom section. e) Contingency item No. 6.2 shall incude, removal andlor replacement only with a new lid. , f) Contingency item No. 6.3 shall include, removal of the existing top section and supply and install a new top section of valve box. g) Contingency item No. 6.4 shall include, removal of any existing valve box extensions andlor supply ' and installation of a new valve box extension (intermediate section) based on a 450 mm height. Should a 300 mm extension be required there would not be a reduction in price, similarly should a ' 600 mm extension be required there would not be an increase in price. h) Contingency item No. 6.5 shall include, removal of the existing valve box bottom section and replacement with a new valve box bottom section. ' i) Contingency item No.6.6 shall include removal of the existing valve box and supply in place a new slider- type valve box complete including lid, top and bottom sections. .7 Contingency Item No. 7 -Trench Rock Excavation a) Reference Construction Specification Section 02316 -Rock Excavation. Minimum size of boulder ' to qualify for payment under this Contingency Item shall be 1.0 m3. b) The unit price stated in the Form of Tender for this item shall be full compensation for excavating rock within trenches and disposal of surplus materials. , 1.04 BASIS OF PAYMENT All work covered under this Section shall be recorded on appropriate forms and no payment will be considered unless approved by the Contract Administrator. 2 Use of any of these Contingency Unit Price items shall be limited to a maximum of $5,000 for each group of items (e.g. Contingency Item No. 1 -Extra Excavation) If payment for any of these groups of items exceeds $5,000, the ConUact Administrator may negotiate a new unit price for such work in accordance with the General Conditions. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL2009-20 40. ' PART' H' -GEORGE REYNOLDS DRIVE LOT SERVICING": ' EARTH BORROW (Provisional) -ITEM NO. H3 Under this Item and at the unit price bid, the Contractor shall supply, place and compact borrow ' material in accordance with ©P$S 212. Measuremenf shall be by buck box measure. This Item is to be used only 1{ there is notadequate native material available from service installation to achieve the boulevard grades as specked on the Contract Drawings. No work shall be performed under this Item without approval from the Contract Administrator. ' LIGHT DUTY SILT FENCE - ITEM NO. H4 Payment under this Item for the unit price bid shall be for installation of sediment control fencing ' around the perimeter of the new lots, and as directed by the Contract Administrator. The unit price bid shall include a!1 maintenance necessary to keep the fence fully operative until the completion of the Contract work. Light duty silt fence shat! be consbucted in accordance with OPSD 219.110. 100 mm DUCTS ROAD CROSSING (6 DUCT BANK) -ITEM NO. H9 Payment shall be made under this Item for all labour, equipment and maferials to install the 6 bank duct crossing under George Reynolds Drive as shown on the Contract Drawings. Ducts shall be 100 mm Type ll PVC and shall extend 1.8 m beyond the back of curb. The ducts shall be capped with pull rope installed. Measurement shall be in linear metes for the 6 bank duct structure. Payment for road restoration and removal and replacement of concrete curb and gutter shall be paid for under the respective Items. TRENCH RESTORATION -ITEM NO. H11 Payment shall be made under this Item for all labour, equipment and material to restore the road to the depths below. Surplus material from trenching operations shall be used for boulevard grading. Where there is excess material produced beyond what is required for boulevard grading, disposal off site of surplus material shall be included under this Item. Payment will be made on a linear metre basis. Where storm and sanitary services are in the same trench, payment for restoration will only be made once. Base asphalt shag be placed to finished grade elevation and will be partially removed in 2010 when surface asphalt is placed by others. 375 mm Granular `B ;Type 1 150 mm GranWar A' 120 mm Hot Mix, H.L: 8 (3 lifts) REMOVE AND REPLACE CONCRETE CURB AND GUTTER ON TRUCES ROAD -ITEM NO. H14 Payment shall be made under this Item for the removal of the existing drop curb on Trulls Road at the entrance to the former fire hall and replacement with new barrier curb and gutter. included under this Item is all labour, equipment and material required to do the work including sawcutting and removal of asphalt regardless of depth, sawcutting and removal of the existing curb and SPECIAL PROVISIONS -TENDER REMS 41. ' CONTRACT NO. CL2009-20 gaffer, placing new barrier curb and gutter in accordance with Standard Drawing C-302, and placing asphalt in-fills to match existing depth adjacent to ffie gutter, in accordance with the asphalt specifications noted elsewhere. ' REMOVE 450 mm CONCRETE PIPE -ITEM NO. H?5 , Under this Item and for the lump sum price bid, the Contractorshal! remove the existing 450 mm concrete pipe that collects the ditch flow at the corner of Trulls Road and George Reynolds Drive, ' including plugging of the maintenance hole as shown on the Contract Drawings. 1 CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-20 u ' DESIGN GUIDELINES SECTION 900 INSPECTION/CONSTRUCTION -- -- ...• ...n.atfuny.)ar,ruwna[[cUCTl011~ 36 ~- i.o c~tv>~u, ' 1.01 Thtxe guidelines m to be used .n subdivision ootrjunt~iou with the conditions sd ottt in the ' SchexlUle •[,+• m pYUCUIa[ ~Odtlk ~'1'~'--~II~tS Of L)WItt~3 I~~Itp~ ~Q e$UIat100S fa CORStrltCtlotL ' 1.02 The Owner's Consuk®8 Fnbineer shall provide full-6me all Worts. °~ti°° ~ suPervi>iort of 1.03 The Cottsultiog Engineer shall take extensive prexwostnrction photos of lands, and shall provide dated/described copies of such photographs to the Mentc' ipatl'tty~ 1.04 Constnrction sites are to be maintained to prevent Y ponding of water. 1.05 Prior to regaestrrtg Utc irrspedions (or re-tnspec6oac) from the Muntupality, 16e ' Consulting Engineer shall verify the proper completion of the Works, and submit a written request. ' 1.06 All equipment, materials and methods invoked in bench backfill, 61' concrete and ~ ~~, asphalt shall fie monitored and Certified as acceptable by the owners Geotechnical Errgiaeer (see attadred form). Unless noted otherwise, the term ' shall mean 95Y. Standard Proctor or hi . ~~ gher.(native m~erials) and 98 /o Standard Proctor or higher (granular m~erials). Such certification shall be in a farm acceptable to the Director and dull include alt supportm8 documentation and test results. Mix designs for concrete ' and asphalt shall be obtained and approved by We Geotectutical The Geoteclurical Enguteer shall ensure that the type. Gequerrcy, location and results of all tests is sufficient to errsure certification. Furthermore, the Geolex;}utical Engineer shall ensure all results for a given stage of construction are acceptable prior to commencing the next stage of construction. ' 2.0 STORM SEWERS i 2.01 All materials shall be visually inspected by the Consulting Engineer upon delivery, to ensure conformity with specifications and the approved engineering drawings, and to ensure any damaged/substandard material is marked and removed from the site immediately. 2.02 Installation of stone sewers shall be continually monitored for adherence to proper bedding pipe laying, backfilling and cortgraction Procedures- All storm sewers, catchbasins and manholes shall be constmcted true to line and grade. Street catchbasins are to be installed in precise alignment with curb lines, and no tolerances will be permitted. Rear yard catchbasins shall be accurately surveyed and verified by the Consulting Engineer for cortect location prior to the issuance of a Certificate of Completion. The precast tops of manholes and catchbasins shall be checked for excess brickwork prior Io roadbuilding. INSPECTION, MATERIALSAIVD CONSTRUCTION-38 3.03 The Geotechoipl Enguteer shall dopes all tests, incladiog faihttrs and retests, in sequential order, wntmttottaly dttoughottt dte projoct. A oopy of all test resdts :ball be ' kept at the site tt>tltl, m addition to providing daily pbtti~ of all test results on the Plan and pro6k drawings. ' 3.04 The Coasuaiog Engineer shall ensure ~ Uk subgrade is 6>k graded to the correct width, and that the minimum 3Y. crossfall is may wAt no ' longitudinal refs permitted. The Geotoclmical Euginoa shall empby appropriate tesdag measures to assess the suitability of the subgrade, Including Ptvof-tolling, std shall make aPProP~e I~ocommadations to Ute CorrstdUog Faginerr and Municipality. Whenever t possible, bcalized soft azeas im the subgrade shall be te{tlacod wiW suitable native material, not gramlar material. Whoa additional grarwlars must be aced, ~1' should be considered oa a street by stmt basis. Subdrains must them be lowered accordingly, and ' i 0:1 5osl tapers must be provided 3.05 Subdrains shall 6e irrsWled only after the subgrade has ban proof-rolled and the road ' structure has ban 5mlized. Subdrains shall be installed tnre to line and grade, im a trench condition, and shall be backfilled wiW approved granular material having aggregates not excadimg 19mm. All subdrams shall be supplied with a 51ter sock. , 3.06 The Geotechnical Engirrar shall confirm (m a form acceptable to the Municipality) the acceptability of each stage of roadbuilding prior to subsequent stages conanerrcing. , Subsequent stages of road consWction gall not proceed without approval fiom Municipal stab 3.07 After base wits aze installed, all Granular B must be regraded and verified by Municipal ' staff prior to placing Granular A. (Any Granular A placed prior to base curbs shall be considered Gramrlaz B). , 3.08 Granulaz material shall be tested in accordance with the latest O.PS.S. specifications. Material shall 6e tested at the pit and also as it amves on site. Material not conforming to ' the specifications shall be rejected and removed from site. 4.0 CONCRETE WORKS ' 4.01 Concrete to be supplied by M.T.O. approved sources only. All concrete drall be ' monitored and all applicable tests (compressive strength, slump, air en[rairunerrt, etc.) shall be carried out by the Geotechnical Engineer as specified in accordance with the applicable OPSS and ASTM specifications. Any material not mating specifications , shall be rejected immediately. 4.02 All concrete to be placed as per the Municipality's Standard Drawings. Conhaction joints , shall be in accordance with the Municipality's standard drawings and shall be completed as earl y as ptadical and before any initial cracking occurs. Large cracks or several LJ INSPECTION, MATERIAyS,4N0 CONSTRpCTTON-~0 1 5.02 Prior to placing staface swept ckm of all dirt, debris atd ' dust. Areas of base asphal shall be rattoyed amid be sawcut ri all perimeters. The use of a Ceo-Grid a hx;od ~ ~~' ~ a va4al directed by dre Muoiapalihc Low areas shall be padtoto ~ m~ of uniform Uridaress. ' 5.03 Each n~ a~ M~ Y Wised to foul grade, and verified by the Developer's Consul ' ~ s4aff ' 5.04 Tack coat shall be applied just prior ~ staface paving ~~ and shall be allowed to limited to We~ a ProP~ condition of taelcmess. 7'he ~h of rwaway preFar,ed shall be mtmcdirie pavitg section, to reduce the rate of 0.4 Gtres/sq. m taking care not b . h tdraH 6e eveaty applied ri surfaces. ~Y curbs, sidewalks or any other adjacart 5.05 Driveway P~8 shall be fully inspected and verified ford the of stone and asphalt the compaction Ur and f ~ , erco , and errsuring that placement. HL3A a~~t is at a sufficient ternperrirue for (fQ-3F~ will not be amilt d ' p e , except u- special cases with Urc approval of Nre Diroctor. Crowning or oCtbe " Materials t rO~OB Lmest°ne `~'iu not be pennitled be ~m nar . 8 y required for driveway apron gravel and asphalt, as directed. 6.0 TOPSOIL- SOppQ~G ,gyp SEEDING ' 6.01 All areas regwrurg sod shall first be fine gradeed, inspceted by Ure Consulting f:rrgrneer, then Prepared with IOlknm of ood li g qua ty topsoil- Topsoil and sodding-shall moet the requirements of t)PSS 570 and 571, in addition to meeti ' n set out in these 8 any additional requirements specifrcations_ Bouievazds shall have 2% ositi d i p ve ra nage toward the curb and shall be fully sodded, except in areas covered by driveway aprons or id lk s ewa . t 6.02 All topsoil shall be frce from native till or clay, tools, vegetation weeds or debris and cl t d , , s o ones s over 5(hnm in diameter. Imported topsoil, iCrequired shall be f s til b , er e, amy, creened material of a quality acceptable to the Director (containing approximatel or anic 4°/ g y < matter for clay looms and 2% minimum organic matter for sandy looms wi0r acidity range of G_0 PH). Topsoil infested by the se d e s of noxious weeds will not be acceptable. ' 6.03 All sod shall meet the requirements of Ontario Sod Grower's Association No. I Bhn:grass Fescue [Nursery sod. The sod shall be taken from good bamy soil acrd shall be healthy. well permeated with roots, have uniform texture and appearance and be free from weeds. Sod must be laid within thirty-six (36) hours oC being cut. Care must be taken during its transportation and placement to prevent any drying out. Sod shall match (lush with all adjacent surfaces and shall have no open gaps, overlapping edges or uneven johns. Where adjacent or fronting lands have already been sodded, care must betaken to ensure i 1 ;i CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-20 r r t STANDARD DRAWINGS ' P:SDept 12\72-297381SpecslStandDraw.doc i l_1 PAGE ONE STANDARD DRAWINGS CONTRACT NO. CL2009-20 STANDARD NO. DESCRIPTION C - 101 1200 mm PRECAST CONCRETE MANHOLE 102 1500 mm TO 3000 mm PRECAST CONCRETE MANHOLE 104 SINGLE CATCH BASIN 105 DOUBLE CATCH BASIN 108 STORM SEWER TRENCH BEDDING 109 PVC STREET CATCHBASIN CONNECTION 110 HOUSE SERVICE LOCATIONS 111 PVC STORM SEWER SERVICE CONNECTION 113 ROUND MANHOLE FRAME AND COVER 114 BEEHIVE CATCH BASIN FRAME & COVER 301 PERFORATED PLASTIC SUBDRAINS 302 STANDARD CURB AND GUTTER 305 CURB AND GUTTER DETAIL AT CATCHBASIN 307 STANDARD CONCRETE SIDEWALK 309 DRIVEWAY APPROACH FOR RESIDENTIAL DRIVEWAYS 311 .SURFACE PAVEMENT JOINT TREATMENT 401 STREET TERMINATION DETAIL S - 301 SANITARY SEWER HOUSE CONNECTIONS 307 METHODS OF INSULATING SANITARY SEWERS AND WATERMAINS 401 SANITARY, STORM AND WATER (MAIN AND SERVICE) TRENCH BEDDING DETAILS 406 50 mm BLOWOFF 407 SUPPORTS FOR WATERMAIN, SEWERS PIPING AND CONDUITS CROSSING TRENCHES 408 100 mm to 400 mm DIA. GATE VALVE AND VALVE BOX 409 HYDRANT ASSEMBLY WITH MECHANICALLY RESTRAINED JOINTS 410 19 mm AND 25 mm COPPER WATER SERVICE 422 DEFLECTION OF WATERMAIN UNDER SEWER 429 19 mm TEST POINT BY-PASS 431 JOINT RESTRAINING LENGTH FOR PVC PIPE 433 THRUST BLOCKING FOR PVC WATERMAINS 435 CATHODIC PROTECTION FOR TRACER WIRES ON PVC OPSD- 200.010 BARRIER FOR TREE PROTECTION 400.010 CAST IRON SQUARE FRAME WITH SQUARE OVERFLOW TYPE DISHED GRATE FOR CATCHBASINS 400.080 CAST IRON ,SIDE INLET FOR CATCHBASINS 400.100 CAST IRON ,SQUARE FRAME WITH SQUARE FLAT GRATE FOR CATCH BASINS, PERFORATED OPENINGS 401.010 CAST IRON, SQUARE FRAME WITH CIRCULAR CLOSED OR OPEN COVER FOR MAINTENANCE HOLES 561.010 INTERLOCKING CONCRETE PAVERS ON GRANULAR BASE 600.060 CONCRETE SEMI-MOUNTABLE CURB WITH STANDARD GUTTER 608.010 METHOD OF TERMINATION, CONCRETE CURB AND GUTTER 701.010 1200 mm DIA. PRECAST MAINTENANCE HOLE 701.021 MAINTENANCE HOLE BENCHING AND PIPE OPENING DETAILS 704.010 MAINTENANCE HOLE AND CATCHBASIN PRECAST ADJUSTMENT UNITS 809.010 PERFORATED PIPE SUBDRAIN IN GRANULAR TRENCH MAIN STORM SEWER CONNECTION TO DRAINAGE STRUCTURE Other: STD. 1 Valve Box for PVC Storm Cleanouts 7001-110-042 Lawn Drains by Nyoplast 7001-110-046 Lawn Drains by Nyoplast MIN. ONE AAIUSTMERr UIYT, MAK JOQnm 30MPa CONCRETE BQ:CHINO - 75mm OF 19mm CRUSHER RUN UAIESfONE (COMPACTED) ON STRUCNRNIY SOUND CRWND •. I ~ - I . ' ~ 7 1160mm Ok rRVAE AND CODER AS PER C-173 CONCRETE C?P AIORTNi TOP AND BOTTOM ROWS ONLY (WIK/FA,CNRER'S SE4AHi THE BEIYIEQI ROWS) OUTSIDE OF BRICKWORK TO RECENE 7W0 Ca115 OF BIIIlMBl0115 PNNT YMIEN NNaIOIE NOT EOGgEO W ROADWAY PN65 SEAL OR EOIINNFNT RUBBER l.AS1(ET (WAIERTNiI(T) ~ .. .~ POURED CONCRETE CRADLE TO tat JOINT . ~_'_ NOTES 1 All precast components to be from approved suppliers. 2 Pipes must not enter at a manhole section joint. 3 Lift holes to be completely filled with mortar before backfilling. 4 Aluminum manhole steps as per OPSD 405.020. 5 Precast flat top design only as approved. 6 For manhole depths greater than S.Om safety grates required. 7 Max. spacing between safety grates is 4.Sm. 8 For depths greater than 7.Sm manhole to be custom designed. 9 For benching detail see OPSD 701.021 (use pipe dia. + t00mm for max hole size). 10 Compacted sand bockfill within 1.Om of manhole. 11 Semi-cast manholes to be individually designed and approved. All dlmsnalona an In mlNlmaka unbaa o4Mrwir no1W. I MuAxc>uality of Clarmtrton v....:...,,._:__ ~_~___ „___1_ __. 1200mm PRECAST CONCRETE MANHOLE afl8011 N0. KM9f111 6ME APRw. zDD. I I C -101 PRECAST FLAT TOP l MIN. ONE IDIUSTAEM UNIT. Al4x. ~f10 mm 8 0 O 6 n 3(xlPo CONCRER: BENCIIflIG PRECAST BASE nun un ~ tis PER c-lu AIORIM TOP /l!D BOTRxI RORS ONLY (UUrurncnfltERY SEIlINf TIDE BETWEEN ROwS) ourslDE or eRlcxMrorac m aECErvE Two cars OF BRUNflgUS PNNr YM1IEN NANIOIF NOT LOG7ED M ROIDW~Y ~ PREGSI TR/NSIIION SL/B `PRESS SE/L OR Ep1NMENr RUBBER GAA(ET (whTERRClIh a ~ .. ~ ~ • POURED C( 't ~ ORAtAE TO ~.• _ 1 T~JIIIm ar I91IIIn ~IER RaN Lfl1670NE (COMPICIEO) ON 51RIICRIWd1Y SOUND GROUND NOTES 1 All precast components to be from approved suppliers. 2 Pipes must not enter at a manhole section joint. 3 Lift holes to be completely filled with mortar before backfilling. 4 Aluminum manhole steps as per OPSD 405.020. 5 For manhole depths greater than S.Om safety grates required. 6 Max. spacing between safety grates is 4.5m. 7 For depths greater than 7.5m, or where directed, manhole to be custom designed- 8 For benching detail see OPSO 701.021 (use pipe dia. + t00mm for max. hole size) 9 Compacted sand backfill within 1.Om from manhole. 10 Semi-precast manholes to be individually designed and approved. NI dkmatlau on M mflgmMm wlNia olh~rwls~ ~otW. 1500 TO 3000m m RDA PRECAST CONCRETE MANHOLE C-102 IraL soo. ~-I50 4 '--\ ' ~ \ i ~ f ~ L • ~ /. ~ `.. ~` ~ ~ '. . ~. V .v i 1 eb ITS 1-670 115 1 1 0 1 ~ a SUeDRNN /~ 0 0 n 150 100mn 50 YMLL PVC P 75mn OF 19nYn CRUSNER RIIN lA1fSTONE (COMPACTED) SECTION A-A NOTES 1 All precast components to be from approved suppliers. FLAN 2 Compacted sand backfill within 0.3m of catch basin. 3 Refer to C-109 and C-305 for additional details. 4 Invert of sub-drain and the obvert of catch basin lead are to be level. S Uft holes to be completley filled with mortar before backfilling. 5 I All dlmanalona an In mlDimahaa uMoaa othanlaoAll on In nofad~ 1 Mun>tcipal><tV of Clarineton r.._:..e_..:.._ e_~:___ a.___1-__. SINGLE CATCH BASIN .amp zoos E G1CH eA51N I 1 810 acvmw ro. aacnN are C-104 SECTION B-B ~ Ba 115 6, 10 1 115 Il~{I i o _ SUB .•1 m .•. A 250mm SOLD WALL : -~ PVC PIPE 0 ,:- .. ...- 150 SECTION A-A ,,; /7110 610 250 610 MORiM~ 1 i'. IOOmm PERFORATED SIIBDR/1N5 ~ I I ~ /O 1 ~ I ` __~ 250mm SOUD WALL PYC PIPE '~•:~ 75mm OF 19mm CRUSHER RUN UMES70NE (COAIPACn7/) SECTION B-B NOTES PLAN 1 All precast components to be from approved suppliers. 2 Compacted sand backfill within 0.3m of catch basin. 3 Refer to C-109 and C-305 for additional details. 4 Invert of sub-drain and the obvert of catch basin lead are to be same elevation. 5 Lifting holes to be completly filled with mortar before backfilling. IS I All dim~nalon~ an in milllm~lt» unN» oth~rwis~ Iro1W. I M1111tC1DHI1t.V Of C18I'lII!!t.OII F.nofneprina .RProirns iln»ar#mant DOUBLE CATCH BASIN zoos r t 1 r _~ RDRi01 xD. nEW9aN alE , C-105 li i~ It .~ SPO COMPACTED 19 mm CRUSHER RUN UMESfONE 98a; $PD CLASS B BEDDING BEDDING AND CLEARANCE NSIOE P~ D ~~) w (MIN) UP TO 900 BOO 30D 7050 AM IMOER 750 500 All dlm~nalons an M millhnaMa unlan olMrwl» 'roiW. STORM SEWER TRENCH BEDDING APRIL 2004 aLnaox Na aansw oa[ C-108 MNAKMCfUgED SMgm P.V.C. SLEEVE (YNt7Ertiipft) NOTES 1 Pipe to enter catch basin at right angle 2 250mm dia. lead for double catch basin. 3 200mm dia. lead for single catch basin. I All dlm~mioro an in mlltlmNrp uoH» othxwla~ mt~d. I ML1II1C1Dfl11tV, of ClariEteton F.nsineerinv Servir•ns ilanarfmnn4. ~_ P.V.C. STREET CATCH BASIN CONNECTION C-109 FY95HEp GRADE W /~ S S Gl % 1' „ W ~ \\ pF~ N ~ 3 \ \\ ~ 609 1500 ~~ C/1. LOT ;tl~:.> ~... \ •v~ / ~ • g h m 1 ~ ~ +-I ~~ JOOmn CONPACnD SMO aav>:R TO 98 SPD?< J ~ \ ~ ~ • o_ U ~ v '100.'. .. • ~ ~ ~ ~ /~ ~ 19mm CRUSHER RUN tAAESrONE f ~ T N ~ ~ O TOP Qi PVC PPE MIO CONPACRD TO 9e1f SPD. ~ ~ ~~ 3 SECTION A-A I 1 N.TS. T , I ; -~,so I ~ I ~' i500 ~ I I I 1 sroP A I A 1 I ; I 1 I I .~ I 1 I 1 ' s,~ SEMER - I- f--- - -~-c~ ~ _ I ---DEL ;------ -------- - - suarARr SEWER 1 ------- ~ ~ ramER -----------y------- -- ------- -- Hr oRAxr STREETUNE NOTES 1 For storm service connection details refer to C-171. 2 For sanitary/water service co nnection details refer to Durtlam Region specifications. All dimensions an In mR11rlNtns unless olh~rwls~ noHd. M ici alit of Clarin on saran Engineering Services Department ~ Ilo. HOUSE SERVICE LOCATIONS ~~ APRIL sow C-110 W 2 C U fs sLxrAaLE BFrm m ALLOW fOR ' -~ .. _:.r r. ~- :,~=:i:~:< `_;~. ,-,:~ WEFPRIB TILE. _G.:3-'4..~ ~ '~:+: ~-: ... ~~~: - (MIN. 1.8. IdA1L 5.01 :_; y~ _ .. ~ti::?.. .a :.. - ~~ •;' WAIERRCHr PUIO .. - ,~. ~ -"• •: t00aun CRUSTIER RUN UN6rOF$ • ~ TO TOP OF PNE . ~ . O ' JOOnan SAHO COVER i PACIED 19mm I50mm • P.V.C. CRUSHER RUN LIMFSLONE (SD.R 2B) PWE PROFILE OPENa10 10 BE uACHINE-COFLfD M FIELD .V.C. BRANCH TO ~ FMNLY 4S a10RFARED 70 aIAAI SEWER. (WAIERil011n P.V.C. SWEEP BERG BRANCH NOT TO PROJECr aYlO SEWER 150mm I BRANCH OFF 4S PilOW1UFACNRED TEE CONNECTION FOR SEWER MAINS 525mm~ & LARGER CONNECTION FOR SEWER NOTES MAINS 450mm~ & SMALLER 1 Service connection invert to enter main at springline or higher. All dimanalona an In mama unb» oManYlaa noNd. M 'ci alit of Clari on Engineering Services De artmeat nec>,tu aEVeN/ Na APFnovta PVC STORM SEWER '~°"°"` SERVICE CONNECTION C_~ ~ ~ APRIL 2004 A A UFf NOTE Q 100 aoaaa aaoaaoo g aaaoaoaa oonaaa aoaoa aaooaoa ooanoaaaa a o `-YEM OF CONSfRUC110N COVER PLAN 624 114 29 29 2~ 1 1 I9 67 16~~ 1 6761 SECTION B-B 122 NO TES t Allowable tolerance for dimensions of 300mm or less is t 3mm. 2 Allowable tolerance for dimensions greater thon 300mm and up to 900mm is t 6mm. 3 The name of the manufacturer is to be distinctly cast in raised letters. 4 The designation "STORM' and year of construction are to be distinctly cast in raised letters. All dimmslons an In mIINmNna unllas othsnvla~ nofsd. 6tYn10M N0. ROUND MANHOLE 6~ a,E FRAME AND COVER C-113 APRIL 2004 FRAME PLAN SECTION A-A WRAP TRACER WIRE ONCE AROUND HYDRANT BARREL - TRACER WIRE COATED 7 STRAND 12 GAUGE TW75, TWU7S OR RW 90 XLPE WIRE RATED AT MINUS 10'C ATTACH TRACE WIRE UP THROUGH SPLI1 I RING AND FASTEN TO HYDRANT FLANGE BOLT i ~~ i I n ~ ~ FINISHED GRADE ,e.., ... I I SEf ALL BE GRADE 19 mm CRUSHER RUN LIMESTONE COMPACTED TO 9870 PROCTOR DENSITY 1 ~~ W Z ~ ~ I I ~ i ~ i I ~ w ~ m W O ~ I I 1 1 150 mm GATE 150 mm PVC PIPE - TRACER WIRES CONNECTED TOGETHER USING A SPLN BOLT / 10 CONNECTOR SPITE BOLT SHALL BE WRAPPED IN ELECTRICAL PUTTY + - I ldf 11 - _ _ ~ l _ _ _ _ - Yllfl~ - t -IHIP I-7'- + ~ LJOINTS SHALL BE MECHANICALLY) i ~~ ~ RESTRAINED AS PER 5-433 ~"' ~ CONCRETE BLOCK ~~ ~ MIN. 1000 150 x 150 x 300 I ANCHOR,TEE 19 mm CRUSHER RUN LIMESTONE COMPACTED CONCRETE BLOCK ~ TO 9870 PROCTOR 200 x 200 x 300 ~ PER MUNICIPAL STANDARD CROSS-SECTION OENSNY NOTES 1. JOINTS SHALL BE MECHANICALLLY RESTRAINED. 2. BEDDING AS PER 5-401. 3. HYDRANT EXTENSIONS SHALL BE INSTALLED AT BOTTOM OF BARREL 4. ANCHOR TEE, VALVE & HYDRANT SHALL BE COMPLETELY BACKFILLED WTTH 19 mm CRUSHER RUN LLMESTONE. 5. IF HYDRANT REQUIRES ACCESS ACROSS ORCH, INSTALLATION SHALL BE AS PER 5-428. 6. TRACER WIRE COATED, 7 STRAND, 12 GAUGE TW75, 7WU75 OR RW 90 XLPE WIRE RATED AT MINUS 40'C. 7. TRACER WIRE SHALL BE INSTALLED AT ALL HYDRANT LOCATIONS. 8. CATHODIC PROTECTION, BONDING CABLE AND TRACER WIRE SHALL BE 0.S PER 5-435, 5-439. HYDRANT SET WITH REVISION NO.: REV. DATE: SCALE: N.T.S. MECHANICALLY RESTRAINED JOINTS ~, 03 L~ FNISHED ROAD GRADE TRACER WIRES CONNECTED TOGETHER USING A SPLR BOLT ~ 10 CONNECTOR. COPPER SERVICE PIPE TYPE 'K' L~ ~ 5.4 ka ZINC ANODE BRASS SERVICE GROUND CLPMP C/W TRACER WIRE CONNECTOR SEE NOTE 4 TRACER WIRE COATED 7 STRAND, 12 GAUGE TW75, TWU75 OR RW 90 %LPE WIRE RATED AT MINUS 40'C. CORPORATION MAIN STOP (WffH APPROVED SADDLE) COPPER SERVCE PIPE TYPE 'K' 14.5 kg CORPORATION MAIN STOP (WITH APPROVED SADDLE) FERROUS WM FINISHED GRADE INSULATION AS PER 5-307 Q N o ~ 90' ~ i ~ w ~ w N 300 mm CURB STOP LOCATIONS AS PER 5-445 OF PIPE MAX. 150 NOTES 1. THE WATER CONNECTION SHALL BE LAID FROM THE MAIN TO 150 mm BEYOND THE PROPERTY LINE, IN NEW SUBDIVISIONS ONLY. 2. HORIZONTAL GOOSE NECK SHALL BE USED WHEN COVER LESS THAN 1700 mm. 3. WATERMAIN SHALL BE TAPPED UNDER PRESSURE. 4. SERVICE GROUND CLAMPS AND SPLIT BOL7 SHALL BE WRAPPED WITH ELECTRICAL PUTTY. 5. ANODE SHALL BE PLACED AT LEAST 1.0 m AWAY FROM THE SERVICE AND AS DEEP AS THE BOTTOM OF THE SERVICE. 6. ANODE SHALL BE LOCATED BETWEEN THE MAIN STOP AND CURB STOP. 7. PLUNDING CONTRACTOR TO REMOVE TAIL PIECE AND HOOK UP TO CURB STOP. e. CATHODIC PROTECTION, BONDING CABLE AND TRACER WIRE SHALL BE AS PER 5-435, 5-439. 9. MINIMUM SEPARATION DISFANCE BETWEEN TAPPED COUPLINGS SHALL BE 1.0 m. 10. COUPLINGS SHALL NO7 DE PERMRTEO BETWEEN THE MAIN STOP AND THE CURB STOP WfTHOUT PERMISSION OF THE REGION OF DURHAM, WATERMAIN `CORPORATION MAIN STOP LOWERING WATER SERVICES (WRH APPROVED SADDLE) 19 mm AND 25 mm COPPER WATER SERVICE ;ENSIGN NO.: 17 lEV. DATE: 2005 OS SCALE: N.T.S. S-410 ROD SERVCE BO% CURB STOP f~ r ~~~~ '~~ ~Q ~ ,^ 5~ ~LE P'F ~~~~ ~ sE°r~~ ~ N~ ~~ d~~ . 8~~}~ ~N _,,PO 5 ~~ mm _„PO~N ~~ ~_~~ ~ ~~ .. s~ jIN~ S~D~OE ,~ ~~ N`" ~ ~ ~ ~' PRp~~~ ~\\V~ 1 `~ 1 PRO~~NJ N'~ ~ vR ~~c ~~ J ~~ ~ k9 ly5 jIN~ SAN ~,~E r5.~kpE _„p05~ P'`'~' *~ 54 ~0~'- ~ tlr~ 1 ~P`~"~ S GG~~'' S .. P~~ N'P ~ ZINC S~DDE oS~N~ J N Pk9p• y"' yll~ 54 k9~0~ ~'~ r NOTESU ~~~~~ i. ANODE SHALL BE P2ACED THE WATER SYSTEM APPUF THE BOTTOM OF THE PPPL JI 0 i (EAST 1.0 m AWAY FROM ANCES AND AS DEEP AS NANCES. MINIMUM DISTANCE BETWEEN ANODES SH4LL BE 1.0 m. 2. ALL BONDING AND ANODE CABLE CONNECTIONS SHALL BE 7HERMffE WELDED. ALL THERMffE WELD CONNECNONS SHALL RE COATED WffH AN APPROVED COATING MATERIAL. 3. BONDING CABLE SHALL BE NO. 6, SEVEN STRPND COATED COPPER WIRE, CADWELDED TO fTTTINGS. 4. 5.4 kg ZINC ANODE SHALL BE SUPPLIED AND INSTALLED IN A MANNER APPROVED BY THE REGION FOR EVERY 1000 m OF TRACER WIRE INSTALLED. 5. MAGNESIUM ANODE CARIES SHALL BE BLUE AND ZINC ANODE CABLES SHALL BE WHITE. 6. ONE 5.4kg ZINC ANODE SHALL BE INSTALLED ON EACH RESTRAINER. CATHODIC PROTECTION /BONDING CABLE /TRACER WIRE FOR PVC AND CPP WATERMAIN SYSTEMS 1Nti. UAIE: 1981 04 2EVISION NO.: 6 LEV. DATE: 2005 OS KALE: N.T.S. S-435 1 Limit of grading AL- II'" '~ "~ '~ -".~ FI ~~, d J r Barrier at dripline, Typ A Limit of Working Area ~"~~ I f'~ f ~.~ ` W' ~ ~ Tree orb ''w ,~.r ~ ' wood lot ~ ' Typ ~~~ r~ 5„ ~ ~} '~ ~ ~ ~., ti.~ r'r~^ e, € f ^~ (" "'~ 3 C c t ~ -'w 3 ~) tL~ € ~ ~~~ PLAN ~" "' ~ Existing fence or right-of-way Dripline, Typ 0.75m t.Sm Limit of grading ~f~ woodlot ~El' Tree or Et 1 ~ WOOdIOt ; Fyr ~ ~~'' 7.5m min v i. ~ ; v ~,3 ~i beyond limit ~ t W '~ '~ min I ~ of grading ~-1 ku '" i i ~ i t ~ Barrier at dripline ~ ~ I~ ~ ~ ti i Sorrier within dripline `Originol ground line SECTION A-A Nov 2007 IRev BARRIER FOR TREE PROTECTION _ _ _ _ _ _ _ _ _ _ k~°~ OPSD 220.010 Existing fence or right-of-way o ~n .~ = 820 ~_ ~ ~ o o m .. 54 r _o J ~~ W o ~ ;' r A ~ / ~ ~ ~ N 0 ~~-IN7T, I ~ Q O p ~! ~ tD / 70-i ul ~~ 32~ I-I 1 25 ~ 86 -r~ 38 m ~ N N D N ~ D ~ y o VI ~ Z p I w J f'1, ~ ~ 83 B9 ~ ww I Z W 86 D ~ 3-~ 3 N~~ 32 -i ~~ ~ D p _ ~ (7 O ~ ~ v m ~ ~ W ~ -1 ~ ~~25 ~~~ ~ ~ ~ ~ 152 ~ 17J.Ji 623 25 ~~-17 N Q Z ~ m D Z (7 ~~ 73 Z7 O ~ D? 1 j O m 32 --~ ~- °' ~_ N = N z a ~' cn Z ~ W T `~ N ~~A C7 3' p D w ~ mw ~ ~ D D m cn I Z m~ ~~ o n ~ ~--~ I-3a ~ m ~ ~ o tas 6to tas v D ~ ~. v O ~ ~ m ~ ~~ 32 200 --I--- 204 -- Z m D Tl -' o g 25 -{ 76 x102 t02-1 76 25 m y v i a A m ~ 3 ~ N 38 38 Z ~I J ~ 1 li ~I f~ ~ 1 , N 1 ~ I = Z (D C W i,,. (~ 1 ~ . 1 Z m ~ m rt N ~ ~ r ~, `~ (n Q ~ ~ n ~ D a ~ (~ J l~ ~` ~l i rn f O °' m ~ , '~~' . , ~N I I o ~ Z ~ m ~ ~ i~'. ~"i ice: .`: i ~ > I I N F O ~ ~ y ! J l `` ~ 1 VI I I O m m N v 1;; ~;. ~ 1 r:`. `. `~I ~ I I 3 o L o -------------- -------------~ ~ O y N O I I ° m~ ~ 3 m I-vsoa -I O I I ~ ~ r ~ ~ 302 -I w O ~~' rn Z 3 ~ Z ~ 25 ~ 38 -{ f` ~ ^a~ -- -- w y O m 3 ~ __ __ I A o ~~~iat•saa' o I'*i v ~ 3 n -- -- - -- - - - 305 - _rn 25 - I See Slot Detoil N Face of curb Fisting hook rib, p, OPSD 400.001 a I o - ~p °a u~ r ~ _m_ ~ r~ N '' 1 I O M A 826 FRAME PLAN 643 622 127-{381- 127 -}381-- 127-1381- 127 v~ n a 'n --{ I-- 44 N _ ~ ~ ~ 57 I- --I 51 ~-- -~ 57 610 1 SECTION B-B NOTES: A For grate see OPSD 400.020 or 400.100. B All dimensions are in millimetres unless otherwise shown ONTARIO PROVINCIAL STANDARD DRAWING CAST IRON, SIDE INLET FOR CATCH BASINS SECTION A-A SLOT DETAIL Nov 2007 Rev 1 sTa, i ---------- c~PA(-7~ OPSD 400.080 N r v m D J O~ ~~ ,~ = ago o ~ o w !~ p O~ N~ J O S O A O _ O s ~ ~ U (T ~~ .,s,~ ~ r o n N 17 A ~ ~ 8a - n N L ~ 1 t ~ Z I _ -f u ~~ D W W N ~ ~s W ( 'A Z O Ui --164 D ~ I _ ~ z -I f7 D ~ J W 2 ~ :[1 I N N ~ ~ ~F-25 A ~ 152 ADO ~ nso ~ Z Z a ~ m m m ~ n ~ ° ~~N D ~~, TI [- O r N ~ ~ ~ Dpi ~ ° ~ ~ m Z ° m ~ D ~ m O ~ ~ ~ ~ a m v ~ ~ v 3.~ IT1 ~ ITl D 3 0 Z ~ ~ ~ ~ .+ ~. ^ C N 3 .r V/ ~ N ~ O fD ~ ~, I I O ~ C7 I I ~ ~ p 0 0 1 I ` f~ Z ~ ' ' o N ° n NII ~~~ i I o0 ~ ~ ' ~ ~ o T- O i I O ~ ' a • 64 ~ ~~Y1~gy: rn 0 ~a 4 ~ O 1 (/~ y ~'YC/gL.~F o 3 3 W N W O U cmi~ w W O N W N r1 C7 0 z D I D 25~ ~ 102 3a ~ 76mm~ min I ~' N ( p 3 0 0 0 0 ~ Do D O D O A ~ z~. 0 0 0 0 W 0 0 0 0 ~ o 0 0 0 I 41 604 - J 00 N D~ K m j W U aZ } W ~" a O C K ~~ E~ O o n ~ N ~ 0 p m ~ ~~ 0 _L U J ®~®®® ® ®~®®®® ®®®®W ®®® ® ® ® ® Q ® ® ® ® ~ \® a i w ao U W aW ~~ O U oos 0~ z a w Q W -o 9 O O y O O ~ L ~ N O~ ~ C Q Q O 2 = IT O Z O_ U W N ~ o ~ •lY/~y a ~ = N - N ~ 0 N ~ ~~ y •~\ O v 3 w~ N I I _~ ~ ~ a ~ > ~ I I I I O N m u, ~ ~ ^ I I I I Q ~ m y O N I I I I ~ a ~ FT ~ > Z I I I I Q ~ I I ` O Q N ~ a ~ ~ ~ Z = W ~ ~ ~ 3 ~ ~ ;~° 0 3~N ~ ~ ? o ;~ Q , aa= i s Z W U W cm ~ ~,~~U ~ ~UQ Q =~ Z W W ~ fn Z ° a z ~ a O O ~~~ Q O W ~ z NS QU O U~ U O ~ N Q I a z O H U w N m I m Z _O ~••~ v W ~ N D n~ ~ Z D o -i I l n O 0 3 ~aoo~ .. ~ ~ 0~ m oo O < ~ O ~ F ~ ~ N ~ C 0 ~ (D N 0 N N N S ~ ~ d O N O n0 ~ i ~ ' O p ~ p ~ d. _. F o' ~ ~F .. . 7 N rt0 ~ ~ ~ ~ I fN p p ti, .. O- A O~ m O ~ N N Q) ~ ITI < O ~ C O Z m ~ 3 ~. n C ~ Q- 0 ~ 0 - N N ~ r D ~ . o 0 3 C >> 3 ~ Z ~o N Q m O "' m f 3 o "' N ~ C rt /D '~ r Z ~ .: ~ J N C N ~_ 0 ~ O F Z Z_I m ~ d o ~ O a o w m /~ V/ '~ f N N /~ Z '-o ~ ~ D G7 ° ~ o Z < z C C7 D c 00~ N~~ o~N ~~~° m 4 ` D O r ~ o_ o Nmo o_ I . < v 0 Z ~ ~ O N ~ N d W O "' a ~ (D C p fp ~ N ~ ~ oo- 3 a~ W D p m D Q N O ~ ~ 0.0 ° N m ° - o a m ~ o ,~ D ~ ~ z z ~ ~ Z 0 ,~~ T N N m S I I Z (7 o I I o ll C s I I N A (n O I I o v I °' I I I I Z7 61 , I < I I ~ o ~~~^~ o ' ~ ~ ~~~~. Dropped curb at entrances - Typ 275 -}- 225 I ~, For flexible pavement Typ ~ I ~A PS _ 1 - y~s~ n Y) r' ~ ~ -~ G N ' I r I -Note 3 / 1-25 525 For rigid pavement 25x75mm keyway centred in concrete base Notes i and 3 Typ TANGENT Thickness of adjacent sidewalk Typ 275 ~ 225 25 9~ ~ ~~ `1' SO e ?°i _ ~ 'r ~S - A PS o.. ~vi N 1 N ~. Jv'. ; - .. ~ Note 3 L i C ~. . ~$ 25 525 --1504 SUPERELEVATED d 0 LEGEND: S - Rate of pavement superelevation in percent, ~. NOTES: 1 When curb and gutter is adjacent to concrete pavement or base, this drawing is to be used in conjunction with OPSD 552.010 and 552.020. 2 Flexible and composite pavement shall be placed Smm above the adjacent edge of gutter. 3 For slipforming procedure, a 5% batter is acceptable. A Treatment at entrances shall be according to OPSD 351.070. B Outlet treatment shall be according to the OPSD 610 Series. C The transition from one curb type to another shall be a minimum length of 3.Om, except in conjunction with guide rail where it shall be according to the OPSD 900 Series. D All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD. DRAWING Nov 2006 Rev t ~ srn,,, OAF CONCRETE SEMI-MOUNTABLE - - - - - - - - - - ~ S CURB WITH STANDARD GUTTER ---------- ~ _R OPSD 600.060 _ ~, 9~ N r. i Additional width - where sidewalk is adjacent to curb Typ 3.8m terminotion Curb ~ gutter Gutter lir i 1t ~I z°11 225 ~- END VIEW ELEVATION MOUNTABLE CURB WITH GUTTER Curb with Gutter or curb line 3.8m Terminotior N PLAN N ELEVATION BARRIER AND SEMI-MOUNTABLE CURB WITH GUTTER NOTES: 1 Slope to match existing shoulder. A This drawing is to be read in conjunction with OPSD 600 series curb with gutter drawings. B All dimensions are in millimetres unless otherwise shown. 150mm min i ~ i ~ z ~~~ I i Ii -I Varies L- END VIEW ONTARIO PROVINCIAL STANDARD DRAWING Nov 2006 Rev 1 sr 0 P METHOD OF TERMINATION ---------- `~, s FOR CONCRETE CURB WITH GUTTER OPSD 608.0 ~ O PLAN N ° Tapered top See alternative C e Riser sections as required Monolithic base with inlet and outlet openings to suit See alternatives A and B Bench or sump as specified 300mm, Typ -i 01200 300mm max TYP 300mm Note 1 Granul_. bedding SUMP DETAIL ALTERNATIVES Bottom riser section with inlet and outlet openings to suit ~ Bench or sump as specified 01 A b: r > a a. ~ L-- --~J Granularly bedding A PRECAST SLAB BASE Granular bedding e NOTES: 1 The sump is measured from the lowest invert. A Granular backfill shall be placed to a minimum thickness of 300mm all around the maintenance hole. B Precast concrete components according to OPSD-701.030, 701.031, or 701.032. C Structure exceeding S.Om in depth to include safety platform according to OPSD-404.020. D Pipe support according to OPSD-708.020. E For benching and pipe opening details, see OPSD-701.021. F For adjustment unit and frame installation see OPSD-704.010. G All dimensions are nominal. H All dimensions are in millimetres unless otherwise shown. NG PRECAST CONCRETE MAINTENANCE HOLE 1200mm DIAMETER C PRECAST FLAT CAP Nov 2004 Rev 3 OPSD - 701. 0 Riser ' 01200 section 7 50 ___ °, ~ 150 300 275 Bench or 1 _a ~. + ; ° sump as ~.:a ~`'_ ~ 6A>, specified a - _ ~.°_ 300 L~~..~`::' ~l I Steel reinforcement ~ ~Granulor as specified bedding B CAST-IN-PLACE BASE /- Flot cap Riser section ~ e e 07200 y ~ 1 ~~ +~ 1. Right angle bend 2. Tee connection 3. Three way junction 230 + + + ~ f/ 4. Four way junction 5. Straight through 6. Dead end O +/ / a: i 8 1 k i ' T n -e- ~ D mox D/2 min <: ~ ~ ` ; r- ~ e e-~ e e. ~/ e :,;e 7. Wye connection 8. 45' bend Section somm min MAXIMUM SIZE HOLE IN THE WALL IN PRECAST RISER SECTIONS Maintenance No.7 Hole Diameter No. 1-4 No. 5 & 6 No. 8 Inlet Hole Outlet Hole 1200 700 860 780 700 860 1500 860 1220 960 860 1170 1800 1220 1485 1220 1220 1485 2400 1485 2020 1760 1485 2020 3000 1930 2450 2300 1930 2450 3600 2195 3085 2730 2195 3085 NOTES: A Concrete for benching to be 30MPa. B Benching to be given wood float finish, channel to be given steel trowel finish. C Benching slope and height to be as specified. D All dimensions are nominal. E All dimensions are in milimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Nov 2004 Rev 2 sT~ p .n MAINTENANCE HOLE BENCHING - - - S i~ ~ _ _ _ _ _ _ = ~ ,~L AND PIPE OPENING DETAILS OPSD - 701.021 o lVi,~, O o « C Y ~~' w 'E'q 'c m d r Jp nm '- VI ~ N ~ J p .~ Ui O ~ C C C U y L 0 ° j T J O ~~ U J H d N O r C E O' °~t] C° J C ~ V L O U JULNOUCOv « ~ I I ~ = Q«~3 OQ a~iU~a U ~ ~ ~ I I oa ~Z ~ I I c~~ F_~.. e . v off I I I I Hm O I I Q ~- _ ~ I I N I z~ o , I I t' ~ ~ u ~ o I I ~ D. ~ U U o ( Z I I O v W v I £ v N o ° v rn I °" fn a o 'c `a ~ ~ w I ~ Z ° `°i `o c °- ~; I-- °c c o m=F m I ~ Z Z (~ °$ a d E E E~ - E 1 r ~ Q in ~3H E °' y °m ° I `o~ Q m ~ ~x 9mv m ~` c ~' . c_pn pNO 3 ~ ~E ~ ~ Z = EEC U m~a ~ ~°nn n v ~ W ~ v_ '~°E o u N ~' ~ Q W o p n J ~ Q; ~ N E Z ~ uco ~ a ~ N Q LLmEt~ i ~ °N~ ~ Q J U OarE Q O ~a''E w = w £ ~F=a ~ 'c .,a Z ~ W Q ~.- I I og~°3 ~ a o Uv> J I I ~ N°~ I EE I a O Z o t=~ .~~ .a (n ~Op O U I ~ r I o ~~ Q v E I ~I ~ F- a° a°o I ~I~ ~ NZ ~a~ ~ O U ~ ~~ ~ I ~ u c v - I W O O 3 N /~ C L n« I K 3~Z L' U O O C N 0- r ° " C V En D_~ ~DaC N~ N N ~ E~ ~ N« i E~,~ E m,~ ~ E .% o ~ .~ ~{ .n°~°o o ~-O ~ p e E :c ~'`z ~ t I =o o ~ c~ ~E ~~tt 4 ~ o oC C 3 C L~ C o Y ~F=J _~ c C... L m N ' ~ « ~ O~ t « C V ~ _O ~ f~ 3 v I I E ~ ~ w c 0 ~~ C J N C ~'f0 O~ _ c .~ J -/ ~rn _ .{I°n Za ~ «tvu'd Nom., ~ c~ y'N U I I M~~ O a J N O N J p« ~ O~ E 7 O C i ii . E '~, t ~ ~ D - 4 W ~~ p ~y ~ c o N j ~ i0 Gl ... y~ o v n c m E p J~t.QU Vr °' i~ ~~NCU to a ¢ E -3 ¢' `o ~ ~ ~ W '~ N a C« ~ T L~ N F- v-~.T+U 3Q~~Q~ O Z .- N Q 0] Main sewer Orainoge structure -~ Flow E E Perforated pipe subdrain °o filter wrapped Note 2 n 6.0 subdrain pipe end capped PLAN or filter wrapped SECTION A-A ++ \ 1~ Flow -F , A NOTES: 1 Where concrete bedding is used for the main sewer, the pipe subdrain shall be placed 150mm above the top of such bedding 2 subdrain pipe shall be cored into maintenance hole. A Maintenance hole benching shall accommodate pipe subdrain, as required. B All dimensions are in metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Nov 2008 Rev 2 sr PERFORATED PIPE SUBDRAIN .c P IN GRANUEAR TRENCH ---------- ~ s MAIN STORM SEWER CONNECTION - - - - - - - - - - ~`-~ TO DRAINAGE STRUCTURE OPSD 809.010 ROAD /ATE PROPERTY MAX. 3 m- 0 n PVC CAP NOT GLUED _ 135 mm SUDE TYPE VALVE ROX @ COVER 22.58 RAp1U5 Y' 100 mm OR 750 mm PIPE SURFAC ri FaNn~n ~~ 1. WHEN THE CLEANOUT IS LOCATED IN A DRIVEWAY, A STANDA/t0 VALVE BOX IS REQUIRED. 2. REDOING DETAIL AS PER 5-401. owc. oaTE: VALVE BOX FOR PVC RENSION NO.: ~- REV. DATE: STORM SEWER CLEANOUTS SCALE: N.T.S. STD 1 ~a ~ N v mOnooO~y~y °ppD= ~C ~`~7 <ymm^' mm ':mo p0 Z ~ ~ O p o m y~ < C =_ p m D.a aG1 O ~_ a ~ O m yy y pC)m mDa G a FC ~~ =O 5m>~ (n aAxpmA~A y~~ ny Z O YT m~Tm mp COU?..20 DDam ym jC m Z H y aDrmwi yy ~pZ y]1 ym O1~11P~ ~< Hm0 2Z ?Jy °avm tia `D$ g~ m $5p Nvmi !`iZ ~0 Sm i~ Da m~ mm ~~ m a 'y >((~~ --11 Z ~ m QTY O~aOaT~yAK~ mN L'9 Sti ~ 9 0 > O O ~ '°-mig~zm }°wta ° 0 2 m~~ A P Y~ zm °y-ow o < o~^pa9go~i~~ <mi.> x~ -~ °E~x~om p ~~c 9e°O<a;ePci ~m Oa. xi xmi '~~~{III C= am ~rdi <mw mm mZC m ££nn iZ Ima>~ m0~ ~; ti T w CT O~ m O D y ~;~ 1 2 y Q y ~. S~2 aT .i my~~ xms m - ° F° m~~ y u amp. mTZ.~ T TOT Z'z oy s io ~ ~ K A N O a F y_ q V O ~ 2 T m S y m °z vp~F 3 m a ? i i °> °;. 3 ~ ~ ° m i i - ,• P T 1 ~ (xis m a ° ° ° E < Om ~ e > s y0 A xn _m t P > ~m D O y y m ~ > vm o n e A Z r > 1 2 3 i ~ O - O O~ 0 3 i y Z ti ~- L ZD3 ~~- ~a30ZD I_\\\ O 00- O._ OmCNtiO F ~ D2tiC p~.nma O oa302D ~m D'•Oti ~ O m C U y ~ L o g Z ti O m . p 3 m m a I~\ e m ~ O Z y ~m D-~O-~ I \ ODO _ Om4l~Zp N-AOjm ytD ~~~~7"mj.//J m~ODm ymyymyz a ~ rua mm<D ~ V_ F2~~m ~~AZZ - GZiz mm m v 4 m Zm~~m i ~ "zm`" _ ~ % 2 p A y - e O O > a ==m 3 0 F W W J h ~ Z m OaC Z 0 U Q Z O ~ Z ~ Z W Z Z-U, '~ W Z ro Z W aw W ~ Q W Q O w h ~rc ~a f0 LL O a .wig U ~ QZ_ } K W D 2 W J Z J Z Z F Hw Z_ O W Z J Z Z W 2 Z N ~ Z fA W ~ Q F W d ~ W z J n ~ Q W $ o rma W Z T ? U Q w Z Z 0 w w z K w z Jz z w a m rc a ,~ a J o z J ZN O m JQ ? F O 2 Q Z y ~ U -~ 3 0 Vaw ~ >°~_~ F- .- z 3 F- °z 0 a w W a Q w J N Q ~ J F Q N w ~ K w ~ ~n a° U a w i< ~3 a f J J Fa 34 g ie3~3~ ~ < ~„ tl 0 0 .". 2 u o ~ j~n n_ O eU m ~w~ F 11Y i 4 F ~ Q J~ .y m z / '~ ~ _ O (/~~~p~ U I l f r~ ~ w 0 K o ~y w T c ~ ~ z a a z~ o i ~ F p U ~ v O ~> h 4 ~ O 0 i ti i i W ~ i ~' a < < w $ ss $ Z -I ~ O O Q W W U i c u 3 e ' a < > j < ~ < < w n : ° ~ w {gd i ~" : " G ~1 O o < O p ~ J 00 ~ z m o a sx°--: o °- x 3¢0~ Rio o zm o~° °o <~-~ W Kr=YZZpj Z a W G~tl W~j~3 ~ ~uoois~o~ Q uy~e3ouS~F ~ W62JO~JWWtl . W ~<ifpc<f tl3 O gKbYOtl36m0 2 ~`u oo ~ ~~~~"~ gw2+OZC~uKio N O~bO~F~6y2jLL FFw -J OGWU2 Z<AWi JsZO N ~ D W W ~ ~ o ~ W c' ~ _ Z_ o _ ~ ~ S ~ O Q v OD ~ ~ Z ~ ~ _ m dl y W Q N N (n W `n w d' z a Q a Z W m O W ~ a _ a a > o a a C! ' CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2009-20 GEOTECHNICAL INVESTIGATION (Borehole Logs) E6/29/2989 16:35 4167541681 SOIL ENGINEERS LTD PAGE 86 JOB NO: ueossoal LOG OF BOREHOLE NO: 1 FIGURENO: , JOB DESCR/Pf'IONr Plbppsed ~ Street ~e~nsuuabn J08 LOCHT/OM Nigh Stn3et aeNveerl 1st StnTel and 401 Street, Mulldpalsy of garinglpl METHOD OF 80R/N0: FFOhI.A~ RATE June 2Z, 21109 SAMPLE °~ SOIL g X S°'"iptli Att~tbr0 Limtts -+ elev. DESCRIPTION s sg~. °0 '~ ~_ ~ °L _u ~ R so t0 ?p ~} 60 mm ~~ AmmSPXGA~~ 1 As _ 0 B 2 DO T4 e EARTH. Fld saraaMeilbdeY.traxdR+vdaM ! 00 2S 1 ~.IOpeW Inclusions ~ lxl to 2 SANDY SILT. Tip fides and hwldaards a lard 6 001 SILTY CLAY, TiM aoc. sanv arM s8t seams and laYero, c0otrles arld boulders 4 5 E Z 0 6 7 8 9 1 I I ~ le 1 1 1 1 1 1 1 I-TT Soil Engineers Ltd. ''06/29/2009 16:35 4167541681 SOIL ENGINEERS LTD PAGE 09 J08 NO; o9gssgai LOG OF BOREHOLE NO: Z FJGURE NO; 2 JOB DESCRJPTJON: Proposed FGgh Saeel iie00nstNetion JOB LOCH 170/Y: High Skaee Bet~wen ~~ Sheet and ~ g~ AIETIlOD OF BORING: FO-iM-Auger Munidpafily of garFg~n QATE: June 22, 2009 SAMPLES oevih SOIL ~ x Adu"'2°ry"'°m ~ ~ w wo rso o e °1 u z ~. DESCRIPTION ` (m) ~ 8 ~ ~ ~ POdakatlon Berl • Mdskpe CaMart (%) z ~ # m ~o w 6o mm ASPlW.nC CoNCr+~ ~ ~ _ D Bav mm ORANtM-AR Fai ~ Do u EAR7N. FlII a~x~. ~~p.Sd~in ~~~~ 3 DO 11 ~ 4 00 5 2 5 DO 4 Brown, very daw 3 6 1 saNOrscr,nn occre' a1tl 8 b~ouu'a i°rds. a as 7 DO 1 7 END OF 80REHOi.6 n 5 ~ ed 4 8 7 a 8 70 Soil Engineers Ltd. 96!29/2009 16:35 4167541681 SOIL ENGIPEERS LTD PAGE 10 '~°e "o: aeon-s~+ LOG OF BOREHOLE NO: 3 pcu,~NO; 3 ,lab nESCa~PnaN: Propp~, y;~, ~,~ NetarK9nga, JOB LOCATION: FI19II street g qx SOeat and 4cA swat, tNunidOeNty oI t7adrgt~ METHOp OF BORING: FCrght+4uger aA~' .~ 22, 2009 SAMPLES ~ xts,mrst~9, ~°' SOIL s i ~~f°'0~' Em~• DESCRIPTION ~ g ~ d0 , ~ +~ +ao a LL €€ fr PerwYaloo Ree%knos a; E A' f d m~ A ~ pM°Wurc Oo,ygq(x,~ 9o mm A9PNAL1IC CONCRETE + As $ &~~ mm G ~ aR F91 Z Do +8 EARrfI, F91 ~~0~ of9revdand 3 lx) 14 1 Brown, vary ,~(( SILTY CIpY~nll ~ ~ 19 occ carts and alq seams and ~ za cobbles and lwuWe,s fin' 6row,y dance b vary aen~ 5 DO 33 _ saNUr s9.r. nn cabWes~eMl D~odIE 9 ~Ya'S• . 3 4 7 8 8 I I I +o i V I I I I ITT Solt Engineers Ltd. ',06/29/2009 16:35 4167541681 SOIL ENGINEERS LTD PAGE 11 ' I J08M0: osoesaat LOG OF BOREHOLE NO: 4 FIGUREN0:4 JOB ,DESCRIPTION: Ropoaed ligh sweet Reconsbuction JOB LOCATION: Ngn street Between tat Street and ayl west, M67!!OD t7F 80RrNQ: E~ht,/y,ger MunidpddY d gelMglwl DATa:] Jule 22, 2(108 SAM E X Shea$VHgIh Attaberg Limits ~ ~~ `SOIL • PL LL 1~1 _ W 7aD t D 707 ~. DESCRIPTION # ~' z 8 m 77 ro m w w ao a7 .e 5 0 501maASPFIAL7I000NCRETE : ~ As _ NI Erovel/>n~ Ilan ORAl1ULAR, l 2 DO 28 0.9 E11R71i, Fl0 send. hates d d4. gaw6l 61W 3 00 a t sob indwkcls brown. lone b dense twrovsaT T01 , oee. send saamc and IaYara a oo se . cobbles and hoi/das 2 2s Brown bard , s DO 98 SILTY CLAY, T01 oed. sand and sR seams and 18pss, l 3 cobb es and bOJders 8 • Q•Y. ~dY dense £ a.7 7 ~ . SRY SANtr, T71 OCC. SIICaBema end IBYers S E , dBS and Deulders $ ~ ENb ~ nOREHOLE z D 8 T e s to Soil Engineers Ltd. OF THE MUNICIPALITY OF CLARINGTON OPS CONTRACT NO. CL2009-20 L CONDITIONS OF CONTRACT (November 2006) i ONT PROVINCIAL STANDARDS FOR AND PUBLIC WORKS /~~O =,`P O ~ ~Gti. STgH\ O,~ ~N P . e L -PRO g CONDITIONS OF CONTRACT (November 2006) i /~ s~I _;% --~ e , ~_:~ `~~~>`~~ \\~M~..tA01 Ontario Provincia for Roads and Pub Standards is Works METRIC OPSS.MUN1100 November 2006 OPS ENERAL CONDITIONS OF CONTRACT Table of Contents SECTION GC 1.0 -INTERPRET TION GC 1.01 Captions ~ ............................_.................................................. ................................6 GC 1.02 Abbrevia~ ions ......................................................................... ................................ 6 GC 1.03 Gender a nd Singular References .......................................... ................................ 6 GC 1.04 Definiti s .............................................................................. ................................ 6 GC 1.05 Substan al Performance ........................................................ .............................. 11 GC 1.06 Comple ~ ............................................................................. .............................. 11 GC 1.07 Final A tance ................................................................... ..............................11 GC 1.08 Interpre tion of Certain Words .............................................. ..............................11 SECTION GC 2.0 -CONTRACT CUMENTS GC 2.01 Reliance on Contract Documents .......................................... ..............................12 GC 2.02 Order of precedence .............................................................. ......_......................12 SECTION GC 3.0 - GC 3.01 GC 5.02 GC 3.03 GC 3.04 GC 3.05 GC 3.06 GC 3.07 GC 3.08 GC 3.09 Right Layout Delays Page 1 TION OF THE CONTRACT Administrators Authority ................................•--....................................14 )rawings ................................................................................................15 ie Contract Administrator to Modify Methods and Equipment ..............16 cy Situations .......................................................................................... 16 .............................................................................................................. 16 r of Contract Time ...........................................................................:......16 ...........................................-----~----------------------------------------------~------ 17 tt of Contract ........................................................................................17 cling by the Contractor ........................................................................18 Rev. Date: ttl2006 OPSS.MUNI t~ GC 3.10 Changes ................................................................................................... ............18 GC 3.10.01 Changes in the Work ............................................................................... ............18 GC 3.10.02 Extra Work .............................................................................................:. ............19 GC 3.10.03 Additional Work ..............................:.::...................................................... ............19 GC 3.11 Notices .................................:................................................................... ............19 GC 3.12 Use and Occupancy of the Work Prior to Substantial Performance ......... ........... 19 GC 3.13 Claims, Negotiations, Mediation .............................................................. ............ 20 GC 3.13.01 Continuance of the Work .......................................................................... ........... 20 GC 3.13.02 Record Keeping ........................................................................................ ...........20 GC 3.13.03 Claims Procedure ..................................................................................... ........... 20 GC 3.13.04 Negotlations .............................................................................................. ...........21 GC 3.13.05 Mediation ................................................................................................... ........... 21 GC 3.13.06 Payment ........:........................................................................................... ...........21 GC 3.13.07 Rights of Both Parties ............................................................................... ........... 21 GC 3.14 Arbitration .................................................................................................. ...........21 GC 3.14.01 Conditions for Arbitration .........................................................:................ ........... 21 GC 3.14.02 Arbitration Procedure ................................................................................ ...........22 GC 3.14.03 Appointment of Arbitrator .............:............................................................ ........... 22 GC 3.14.04 Costs ....................................................:.................................................... ........... 22 GC 3.14.05 The Decision ............................................................................................. ........... 23 GC 3.15 Archaeological Finds ................................................................................. ........... 23 SECTION GC 4.0 -OWNER'S RESPONSIBILITIES AND RIGHTS GC 4.01 Working Area ....................................................................... ................................24 GC 4.02 Approvals and Pemtits ....:.................................................... ................................ 24 GC 4.03 Management and Disposition of Materials ........................... ................................ 24 GC 4.04 Construction Affecting Railway. Properly ............................. ................................ 25 GC 4.05 Default by the Contractor ..................................................... ...............................: 25 GC 4.06 Contractor's Right to Correct a Defauft ................................ ................................ 25 Pam 2 Rev. Date: 7112006 OPSS.MUNI 100 GC 4.07 Owners Right to Correct a Default ........................................................ ..............26 GC 4.08 Termin n of Contractor's Right to Continue the Work ................._.... ..............26 GC 4.09 Final P ment to Contractor .................................................................. .............. 26 GC 4.10 Termi n of the Contract ....................................................:.............. .............. 26 GC 4.11 Continua tion of Contractor's Oblgations .._..._ ...................................... .............. 27 GC 4.12 Use of ormance Bond ...................................................................... .............. 27 GC 4.13 Payme Adjustment .............................................................................. .............. 27 SECTION GC 5.0 - MATERIAL i GC 5.01 Supply f Material .........................................._...................................... .............. 28 GC 5.02 Quality ~ I f Material ..................._....................................._...................... .............. 28 GC 5.03 Rejects Material.........._ ............._.................................................._.... ..............28 GC 5.04 Substitu 'ons .........................:.........:....................................................... ..............29 GC 5.05 Owner upplied Material ........................................................................ .............. 29 GC 5.05.01 II Orderind of Excess Material ............:............................._....................... .............. 29 GC 5.05.02 Care of ~ Aaterial........_ ......................................................................._... .............. 29 SECTION GC 6.0 - INSURANC~ PROTECTION AND DAMAGE GC 6.01 Protectio n of Work, Persons, and Property ......................... ................................ 31 GC 6.02 Indemni~ ication ..................................................................... ................................31 GC 6.03 Contract or's Insurance ......................................................... ................................ 32 GC 6.03.01 General ~ ....................................................................._......... ................................ 32 GC 6.03.02 General Liability Insurance .................................................: ................................ 32 GC 6.03.03 Auto 'le Liability Insurance ............................................. ................................ 33 GC 6.03.04 Aircraft Watercraft Liability Insurance ........................... ................................33 GC 6.03.04.01 Aircraft 'ability Insurance .................................................... ................................33 GC 6.03.04.02 Wate Liability Insurance ............................................... ..........................:.....33 GC 6.03.05 Props and Boiler Insurance ............................................. ................................ 33 GC 6.03.05.01 Props Insurartce ............................................................... ................................33 GC 6.03.05.02 Boilerln urance ...:............................................................... ................................34 GC 6.03.05.03 Use and Occupancy of the Work Prior to Completion . . . 34 GC 6.03.05.04 Paymen for Loss or Damage ................................... :::: ::: ::............................. 34 Page 3 Rev. Date: 1 tf2006 IWSS.Mt1Nl 100 GC 6.03.06 Contractor's Equipment Insurance ....................................................................... 35 GC 6.03.07 Insurance Requirements and Duration ................................................................ 35 GC 6.04 Bonding ................................................................................................................ 35 GC 6.05 Workplace Safety and Insurance Board .............................................................. 36 SECTION GC 7.0 - CONTRACTOR'S RESPONSIBILITIESRND CONTROL OF THE WORK GC 7.01 General ................................................................................................................. .37 GC 7.02 Layout ................................................................................................................... .39 GC 7.03 Working Area ........................................................................................................ .39 GC 7.04 Damage by VehiGes or Other Equipment ............................................................ .40 GC 7.05 Excess Loading of Motor VehiGes ........................................................................ .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 tfte Work and Interruption of Utifiry Services ...... .41 GC 7.09 Approvals and Permits .......................................................................................... .41 GC 7.10 Suspension of Work .............................................................................................. .42 GC 7.11 Contractor's Right to Stop the Work or Terminate the Contract ........................:.. .42 GC 7.12 Notices by the Contractor ..................................................................................... .42 GC 7.13 Obstructions .......................................................................................................... .43 GC 7.14 Limitations of Operations ...................................................................................... .43 GC 7.15 Cleaning Up Before Acceptance ................•--........................................................ .43 GC 7.16 Waranry ................................................................................................................ .43 GC 7.17 Contractor's Workers ............................................................................................ .44 GC 7.18 Drainage ................................................................................................................ .44 SECTION GC 8.0 -MEASUREMENT AND PAYMENT GC 8.01 Measurement .......................................................................................................45 GC 8.01.01. Quantities .............................................................................................................45 GC 8.01.02 Variations in Tender Quantities ............................................................................45 Page4 Rev. Date: 11f2006 OPSS.MUNI 100 i i ii u t GC 8.02 Paymen~ .......................................................... ................................._...............46 GC 8.02.01 Price for Work ......_ ............._---........................_..................................................46 GC 8.02.02 Adva Payments for Material ...........................................................................46 GC 8.02.03 Certifi 'on and Payment .:.................................................................................. 47 GC 8.02.03.01 Progres Payment Certificate .............................._.............................. ................ 47 GC 8.02.03.02 Certifica'on of Subcontract Completion ..._ .......................__................._.....:.....47 GC 8.02.03.03 Subcon d Statutory Holdback Release Certificate and Payment .................... 47 GC 8.02.03.04 Certifica 'on of Substantial Performance ............................................................. 48 GC 8.02.03.05 Substan 'aI Performance Payment and Substantial Performance Statutory Hddbac Release Payment Certificates ............................................................. 48 GC 8.02.03.06 Certifica 'on of Completion ...................................................................................49 GC 8.02.03.07 Comple Payment and Completion Statutory Holdback Release Paymen Certificates ............................................................................................49 GC 8.02.03.08 Interest ................................................................................................................50 GC 8.02:03.09 Interest Late Payment ..................................................................................... 50 GC 8.02.03.10 Interest Negotiafions and Claims ....................................................................51 GC 8.02.03.11 Owner's et-Off .................................................................................................... 51 GC 8.02.03.12 Delay in ayment .......................................................................:.........................51 GC 8.02.04 Paymen on a Time and Material Basis ............................................................... 51 GC 8.02.04.01 Definitio s .............................................:.............................................................. 51 GC 8.02.04.02 Daily W Records .............................................................................................52 GC 8.02.04.03 Paymen for Work ..................................................................._..................:........53 GC 8.02.04.04 Paymen for Labour ............................................................................................. 53 GC 8.02.04.05 Paymen for Material ............................................................................................ 53 GC 8.02.04.06 Paymen for Equipment ....................................................................................... 53 GC 8.02.04.06.01 Working Ime .......................................................................................................53 GC 8.02.04.06.02 Standby: Ime ....................................................................................:..................53 GC 8.02.04.07 Paymen for Hand Tools ...................................................................................... 54 GC 8.02.04.08 Paymen for Work by Subcontractors .................................................................. 54 GC 8.02.04.09 Submi n of Invoices ........................................................................................54 GC 8.02.04.10 Payment Other Than on a Time and Material Basis ............................................55 GC 8.02.04.11 Payment)I Inclusions .............................................................................:................ 55 GC 8.02.05 Final A~tance Certificate ................°°_..._.....................................................55 GC 8.02.06 Payment of Workers ..............°°--.......................................................:................ 55 GC 8.02.07 Records~ ...............................---............._..._........................................................55 GC 8.02.08 Taxes ...1 ............................................................................................................_: 56 GC 8.02.09 Page 5 .. 56 Rev. l7aM: 1121106 OPSS.MUNI 100 i i i GC 1.0 -INTERPRETATION GC 1.01 .01 The captions appearing in ese General Conditions have been inserted as a matter of convenience and for ease of reference ry and in no way define, limit, or enlarge the scope or meaning of the General Conditions or any ovision hereof. GC 1.02 Abbrevi lone .01 The abbreviations on the le below are commonly found in the Contract Documents and represent the organizations and phras s fisted on the right: "AASHTO" - American As iation of State Highway Transportation Officials "ACI" - American Conc ete Institute "ANSI" - American Natio al Standards Institute "ASTM" - American Sog ry for Testing and Materials "AWG" - American Wire auge "AWWA" - American Wat Works Association "CCIL" - Canadian Coun it of Independent Laboratories "CESA" - Canadian Engi Bering Standards Association "CGSB" - Canadian Gen I Standards Board "CSA" - Canadian Stan" ardsAssociation "CWB" - Canadian Weld g Bureau "GC" - General Corlditi ns "ISO" - International Or anization for Standardization "MOE" - Ontario Ministry of the Environment "MTO" - Ontario Ministry of Transportation "MUTCD" - " " Manual of Unif Traffic Control Devices (Replaced by OTM) OPS - Ontario Provin ' I Standard "OPSD" - Ontario Provinci 1 Standard Drawing "OPSS" - Ontario Proving I Standard Specification "OTM" - Ontario Traffic anual "PEO" - Professional E ineers Ontario "SAE" - Sogery of Au olive Engineers "SCC" - Standards Cou '1 of Canada "SSPC" - Structural Steel: ainting Council "UL" - Underwriters L tones "ULC" - Underwriters L oratories Canada GC 1.03 Gender a~ld Singular References .Ot References to fhe masculine singular throughout the Contract Documents shaft be considered to include the feminine and the lural and vice versa, as the context requires. Gc 1.oa .Ot For the purposes of this Actual Measurement means the Work. Addendum means an addition or goring. Page 6 the following definitions apply: measurement of that quantity within the approved limits of the in the tender documents issued by the Owner prior to tender Rev. Dale: 11J2006 OPSS.MUN1100 Additional Work means work not provided for in the Contract and not considered by the Contract Administrator to be essential to the satisfactory completion of the Contract within its intended scope. Agreement means the agreement between ~e Owner and the Contractor for the performance of the Work that is irx;luded in [he Contract Documents. Base means a layer of material of specfied 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 Subcattract Completion. Certificate of Substantial Performance means the certificate issued by the Contract Administrator at Substantial Performance. Change Directive means any written instruction signed by the Owner, or by the Contract Administrator where so authorized, directing that a Change in the Work or Extra Work be performed. Change in the Work means the deletion, extension, increase, decrease, or alteration of lines; grades; dimensions; quantities; methods: drawings; substantial changes in geotechnicai, subsurface, surtace, 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, F~ktra 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 Contras Administrator at completion Constructor means, for the purposes of, and within the meaning of the Occupational Healfh and Safety Act, R.S.O. 1990, c.O.1, as amended and amendments thereto, the Contractor who executes the Contract Contract means the undertaking by the Owner and the Contractor to perform their respective duties, responsibilities, and obligations as prescribed in the Contract Documents. Contract Administrator means the person, partnership, or corporation designated by the Owner to be the Owner's representative for the purposes of the Contract. Contract Documents mean the executed Agreement between the Owner and the Contractor, Tender, General Conditions of Contract, Supplemental General Conditions of Contract, Standard Specifications, Special Provisions, Contract Drawings, ,addenda incorporeted in a Contract Document before the execution of the Agreement, such other documents as may be listed in the Agreement, and subsequent amendments to the Contract Documents made pursuant to the provisions of the Agreement. Contract Drawings or Contract Plans mean drawings or plans, any Geotechnical Report, any Subsurface Report, and any other reports and information provided by the Owner for the Work, and without limiting the generality [hereof, may include soil profiles, foundation investigation reports, reinforcing steel schedules, aggregate sources lists, Quantity Sheets, and cross-sections. Contract Time means the tirr~ stipulated in tl~ Contract Documents for Substantial Perormance of the Work, including any extension of Contract Tane made pursuant to the Contras Documents. Page 7 Rev. Dare: 1112006 OPSS.MUNI 100 i Contractor means the person, Agreement. Controlling Operation means an the Work. Cost Plus has the same meaning Cut-Off Date means the date up 1 or corporation undertaking the Work as identified in the component of the Work that, if delayed, may delay the completion of 'Time and Material." payment shall be made for work performed. Daily Work Records mean daily Records detailing the number and categories of workers and hours worked or on standby, types and uantities of Equipment and number of hours in use or on standby, and description and quantities of Mate al utilized. Day means a calendar day. Drawings or Plans mean any C tract Drawings or Contract Plans, or any Working Drawings or Working Plans, or any reproductions of dra~+ings or plans pertaining to the Work. End Resuft Specification me s specifications that require the Contractor to be responsible for supplying a product or part of the ork. The Owner accepts or rejects the final product or applies a price adjustment that is commensurate ith the degree of compliance with the specfication. Equipment means all machiner the Work and normally refereed tc Estimate means a calculation of Extra Work means work not pr Administrator to be essential to including unanticipated work regf Final Acceptance Certificate Acceptance of the Work. Final Detailed Statement mea the quantities, unit prices, and including variations in tender i monthly estimates. Force Account has the same n Geotechnical Report means conditions in the area of any prc Grade means the required elev Hand Tools means tools that power tools. Highway means a common ar public for the. passage of vehict Lot means a specific quantity source and produced by the sa and equipment used for preparing, fabricating, conveying or erecting as construction machinery and equipment quantity or cost of the Work or part of it depending on the context. :d for in the Contract as awarded but considered by the Contract satisfactory completion of the Contract within its intended scope, to comply with legislation and regulations lhataffect the Work. the certificate issued by the Contract Administrator at Final a complete evaluation prepared by the Contract Administrator showing al dollar amounts of aH items of work completed under the Contract, ns and Extra Work, all as set out in the same general form as the as "Time and Material." report or other information identifying soil, rock, and ground water iced Work. of that part of the Work. commonly called tools or implements of the trade and include small public highway any part of that is intended for or used by the general and includes the area between the lateral property tines thereof. material or a specific artwunt of construction nommaly from a single process. p~ 6 Rev. Rafe: 17!2006 OPSS.MUNI f00 Lump Sum kem means a tender item indicating a portion of the Work for which payment will be made at a single tendered price. Payment is not based on a measured quantity, although a quantity may be given in the Contract Documents. Major Item means any tender item that has a value, calculated on the basis of its actual or estimated tender quantity, whichever is the larger, multiplied by its tender unit price, which is equal or greater than the lesserof, a) $100,000, or b) 5% of the total tender value calculated on the basis of the total of all the estimated tender quantities and the tender unit prices. Material means material, machinery, equipment and fixtures forming part of the Woric. Owner means the party to the Contract for whom the Work is-being performed, as identified in the Agreement, and includes, with the same meaning and import, "Authority." Pavement means a wearing course or courses placed on the Roadway and consisting of asphaltic concrete, hydraulic cement concrete, PoNand cement concrete, or plant or road mixed mulch. Pertormance 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. Quantky Sheet means a list of the quantities of Worts to be done. Quarried Rock means material removed from. an open excavation made in a solid mass of rock that, prior to removal, was integral with the parent mass. Quarry means a place where Aggregate has been or is being removed from an open excavation made in a solid mass of igneous, sedimentary, or metamorphic rock or any combination of these that, prior to removal, was integral with the parent areas. Rate of Interest means the rate of interest as determined under the Financial Administration Act by the Minister of Finance of Ontario and issued by, and available from, the Owner. Records mean any books, payrolls, accounts, or other infomtation that relate to the Work or any Change in the Work or claims arising therefrom. Roadway means that part of the Highway designed or intended for use by vehicular traffic and includes the Shoulders. Shoulder means that portion of the Roadway between the edge of the travelled portion of the wearing surface and the top inside edge of the ditch or fill slope. Special Provisions mean directions containing requirements specific to dte Work. Standard Drawing or Standard Specification means a standard practice required and stipulated by the Owner for performance of the Work. Subbase means a layer of material of specfied type and thickness between the Subgrade and the Base. Pam 9 Rev. Date: 11r2006 OPSS.MUNI 11X1 i w i t Subcontractor means a person, ~artnership or corporation undertaking the execution of a part of the Work by virtue of an agreement wl the Contractor. Subgrade means the earth or r k surface, whether in cut or fill, as prepared to support the pavement structure, consisting of Base, Sub ase, and Pavement Subsurface Report means a rep or other information identifying the location of Utilities, concealed and adjacent sWctures, and physical bstruc[ions that fall within the influence of the Work. Superintendent means the Contractor's authored representative in responsible charge of the Work Surety means the person, partn rship or corporation, other than the Contractor, licensed in Ontario to transact business under the Insu nce Act, R.S.O. 1990, c.i.t3, as amended, executing a bond provided by the Contractor Tender means an offer in writing f~om the Contractor, submitted in the format prescribed by the Owner, to complete the Work. ' Time and Materfal means costs: calculated according to Gause 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~nderground facility maintained by a municipality, public utility authority or regulated authority and include services such as sanitary sewer, storm sewer, water, electric, gas, oil, steam, data transmission, telepho e, and cable television. Warranty Period means the pe od of 12 months from the date of Substantial Performance or such longer period as may be specifi in the Contract Documents for certain Materials or some or all of the Work. Where a date of Substanti I Performance is not established, the Warranty Period shall commence. on the date of Completion. Work means the total construction and related services required by the Contract Documents Working Area means all the land and easements owned or acquired by the Owner for the construction of the Work. Working Day means any Day, a) except Saturdays, Sundays a d 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. For the purposes f this definition, this shag be a Day during which the Contractorcannot proceed with at (east 60% the normal labour and Equipment force effectively engaged on the Controlling Operation for at Ie st 5 hours; c) except a Day on which the C ntractor is prevented from proceeding with a Contrdling Operation, as determined by the Contract ministrator by reason of, i. any breach of the Contr ct by the Owner or if such preventiat is due to the Owner, another contracts hired by the ner, or an employee of any one of them, or by anyone else acting on behalf of the Owner. ii. nondelivery of Owner su plied Materials. iii. any puss beyond the sonable control of the Contractor that can be substantiated by the Contractor to the satisfact n of the Contract Administrator. Page 10 Rev. Date: 112006 OPSS.MUNI 1110 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 formwork, falsework, and shoring plans; Roadway protection plans; shop drawings; shop plans: or erection diagrams. GC 1.05 Substantial Performance .01 The Work is substantially performed: a) when the Work to be performed under the Contract or a substantial part thereof is ready for use or is being used for the purpose intended; and b) when the Work to be performed under the Contract is capable of completion or, where there is a known defect, the cost of 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 [his 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 sha0 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 a Materials shall be deemed to be last supplied to the Work when the price of completion, correction of a known defect, or last supply is not more than the lesser of, a) 1 % of the Contract price; or b) $1,000. GC 1.07 Final Acceptance .01 Final Acceptance shall be deemed to occur when the Contract Administrator is satisfied that, to the best of the Contract Administrator's knowledge at that time, the Contractor has rectified all imperfect work and has discharged all of the Contractor's obligations under the Contract. GC 1.08 Interpretation of Certain Words .01 The words "acceptable," "approval," "autllor¢ed," "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 Geady indicates otherwise. p~ 11 Fiev. Date: 11!2006 OPSS.MUNI 100 GC 2.0 -CONTRACT DOCUMENTS GC 2.01 Reliance pn Contract Documents .Ot The Owner warrants that th information furnished in the Contract Documents can be relied upon with the following limitations exceptions: a) The location of all mainli a underground Utilities that may affect the Work shall be shown to a tolerance of: i. 1 m hor¢ontal, and ii. 0.3 m vertical .02 The Owner does not warant ~r make any representation with respect to: a) interpretations of data or inions expressed in any Subsurface Report available for the perusal of the Contractor, whethe or not such report is included as part of the Contract Documents, and b) other information specific GC 2.02 Order of .Ot In the event of any documents shall take a) Agreement b) Addenda c) Special Provisions d) Contract Drawings e) Standard Specifications f} Standard Drawings g) Instructions to Tenderers h) Tender i) .Supplemental General j) General Conditions k) Working-0rawings Later dates shall govem .02 In the event of any conflict following rules shall apply: a) Dimensions shown in scaled from the same b) Drawings of larger scale Page 12 exGuded from this warranty. .y or conflict in the contents of the folowing documents, such and govem in the following descending order: each of the above categories of documents. or inconsistency in the information shown on Drawings, the on a Drawing shall govern where they differ from dimensions govem over those of smaller scale; Rev. Date: 11!2008 l'WSS.MUNI t00 c) Detailed Drawings shall govern over general Drawings; and d) Drawings of a later date shall govern over those of an earlier date in the same series. .03 In the event of any inconsistency or conflict in the contents of Standard Specifications the following descending order of precedence shall govern: a) Owners Standard Specifications b) Ontario Provincial Standard Specifications c) Other Standard Specifications, such as those produced by CSA, CGSB, ASTM, and ANSI and referenced in the Ontario Provincial Standard Specifications 04 The Contract Documents are complementary, and what is required by any one shall be as binding as if required by all. Page 13 Rev. Date: 118006 OPSS.MUNI 100 SECTION ~C 3.0 -ADMINISTRATION OF THE CONTRACT GC 3.01 Contrac# Administrator's Authority .Ot The Contract Administrator shall be the Owner's representative during construction and until the issuance of the Completion ertificate w the issuance of the Final Acceptance Certificate, whichever is later. All instructions to a Contractor, including instructions from the Owner, shall be issued. by the Contract Administrator. ,The Contract Administrator shall have the authority to act on behalf of the Owner only to the extent provided in the Contract Documents. 02 All claims, disputes and oth~~r matters in question relating to the perfwrlance and the quality of the Work or the interpretation ofthe Contract Documents shall be referted to the Contract Administrator in writing by the Contractor .03 The Contract Administrator nay inspect the Work for its conformity with the Plans aril Standard Specifications, and to record the necessary data to establish payment quantities under the schedule of tender quantities and unit does or to make an assessment of the value of the work completed in the case of a lump sum pdc Contract. .04 The Contract Administrator all determine the amounts owing to the Contractor under the Contract and shall issue certificates for payment in such amounts as provided tor in Section GC 8.0, Measurement and Payment. .O5 The Contract Administrator hall, with reasonable promptness, review and take appropriate action upon the Contractors su 'ssions such as shop drawings, product data, and samples in accordance with the Contra Documents: .O6 The Contract Administrator hall investigate all allegations of a Change in the Work made by the Contractor and issue approp 'ate instructions. .07 The. Contract Administrator hall prepare Change Directives and Change Orders for the Owner's approval: i .08 Upon written application by ~e Contractor, the Contract Administrator and the Contractor shall jointly conduct an inspection of the Work to establish the date of Substantial Performance of the Work w the date of Completion of the Work or both. .09 The Contract Administrator all be, in the first instance, the interpreter of the Contract Documents and the judge of the pert ance thereunder by both parties to the Contrail. Interpretations and decisions of the Contract Ad inistratw shall be consistent with the intent of the Contract Documents and, in making these decisi s, the Contract Administrator shall not show partiality to either party. 10 The Contract Administrator shall have the authority to reject part of the Work w Material that does not conform to the Contract p~uments_ 11 In the event that the Contrac Administrator determines that any part of the Work perforated by the Contr~tw is defective, whe er the result of poor workmanship; the use of defective material; or damage through cerelessn s w other act or omission of the Contractor and whether w not incorporated in the Work; otherwise fails to conform to the Contract Documents, Uten the Contractor shall if directed the Contract Administrator promptly remove the Work and replace, make good, w re~xecute U» Work at no additional cost to the Owner. 12 Any part of the Work destroy or damaged by such removals, replacements, or re~xecutions shall be made good, promptly, at n additional cost to the Owner Page 14 Rev. Dale: 1112006 OPSS.MUNI 100 13 If, in the opinion of the Contract Administrator, it is not expedient to correct defective work or work not performed in accordance with the Contract Documents, the Owner may deduct from monies otherwise due to the Contractor the difference in value between the work as performed and that called for by the Contract Documents, the amount that will be determined in the first instance by the Contract Administrator 14 Notwithstanding any inspections made by the Contract Administrator or the issuance of any certificates or the making of any payment by the Owner, the failure of the Contract Administrator to reject any defective work or Material shall not constitute acceptance of defective work or Material. .16 The Contract Administrator shall have the authority to temporarily suspend the Work for such reasonable time as may be necessary: a) to facilitate the checking of any portion of the Contractor's construction layout; b) to facilitate the inspection of any portion of the Work; or c) for the Contractor to remedy non-compliance in the case of such non-compliance with the provisions of the Contract by the Contractor. The Contractor shall not be entitled to any compensation for suspension of the Work in these circumstances. 16 The Owner has the right to terminate the Contract for wilful or persistent violation by 01e Contractor or its workers of the Occupational Health and Safety Act legislation and regulations, Workplace Safety and Insurance Board Act, and Regulation 309 of the Environmental Protection Act. 17 If the Contract Administrator determines that any worker employed on the Work is incompetent, as defined by the Occupational Health and Safety Act, or is disorderly, then the Contract Administrator shall provide written notice to the Contractor and the Contractor shall immediately remove the worker from the Working Area. Such worker shall not return to the Working Area without the prior written consent of the Contract Administrator. GC 3.02 Working Drawings .Ot The Contractor shall arrange for the preparation of clearly identified and dated Working Drawings as called for by the Contract Documents. .02 The Contractor shall submit Working Drawings to the Contract Administrator with reasonable promptness and in ortedy sequence so as to not cause delay in the Work. If either the Contractor or the Contract Administrator so requests, they shaft jointly prepare a schedule fixing the dates for submission and return of Working Drawings. Working Drawings shall be submitted in printed form. At the time of submission the Contractor shah 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 Contrect Administrators review shall be to check for conformity to the design concept and for general arrangement only and such review shall not relieve the Contractor of responsibility for errors or omissions in the Working Drawings or of responsibility for meeting aA requirements of the Contract Documents, unless a deviation on the Working Drawings has been approved in writing by the Contract Administrator Page 15 Rev. Date: 11!2006 OPSS.MUNI 100 .05 The Contractor shall make'~ any changes in Working Drawings that the Contract Administrator ma require to make the Workin otherwise directed b the y Drawings consistent with [he Contract Documents and resubmit, unless t t A y Contract Administrator in rac dministrator When resubmitting, the Contractor shall notify the riling of any revisions other than those re uested b Administrator. q y the Contract .06 Work related to the Worki signed and dated by the C Drawings shall not proceed until the Working Drawings have been tract Administrator and marked with the wads "R vi to construct granted." e ewed. Permission .07 The Contractor shall keep o~ at ail times. me set of the reviewed Working Drawings, marked as above, at the site GC 3.03 Right of he Contract Administrator to Modify Methods and Equipment .01 The Contractor shall, when r force at any time the Con nested in writing, make alterations in the method, Equipment, or work ct Administrator considers the Contractor's a ti damaging to either the Work c ons 20 be unsafe, or r existing fadlities or the environment. .02 The Contractor shall, when r quested in writing, alter the sequence of its operations on [he Contract so as to avoid interference h work being performed by others. .03 Notwithstanding the foregoin protection are maintained ih ,the Contractor shall ensure that all necessary safety precautions and hout the Work. GC 3.04 Emerge y Skuations .01 The Contrail Administrator s the right to determine the existence of an emergency situation and, when such an emergency si anon is deemed to exist, the Contract Administrator may instruct the Contractor to take action to medy the situation. ff the Contractor does not take timely action or, if the Contractor is not availabl `, the Contrail Administrator may direct others to remedy the situation. .02 If the emergency situation was the fault of the Contractor, the remedial work shall be done at the Contractots expense. If the ~mergency situation was not the fault of the Contractor, the Owner shall pay for the remedial work. GC 3.05 Layout .01 The Contract Administrator location, alignment, and elegy conectrmess of the information GC 3.06 provide baseline and benchmark information for the general of the Work. The Owner shall be responsible only for the led by the Contract Administrator. Contract Time .01 An application for an extensi of Contract Time shall be made in writing by the Contractor to the Contract Administrator ass as the need for such extension becomes evident and at least 15 Days prior to the expiration of a Contract Time. The application for an extension of Contract Time shah enumerate the reasons, nil state the length of extension required. .02 Circumstances suitable for a) Delays, subsection GC b) Changes in the Work, c) Extra Work, dause GC 3. Pape 16 of an extension of Contract Time indude the following: GC 3.10.01. Rev. Date: 11Y2005 OPSS.MUNm 100 d) Additional Work, Cause 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 Contrcling 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 .Ot If the Contractor is delayed in the performance of the Work by, a) war, blockades, and civil commotions, errors in the Contract Documents; b) an act or omission of the Owner or Contract Administrator, or anyone employed or engaged by them directly or indirectly, contrary to the provisions of the Contract Documents; c) a stop work order issued by a court or public authority, provided that such order was not issued as the result of an act or omission of the Contractor or anyone empoyed or engaged by the Contractor directly or indirectly; d) the Contract Administrator giving notice under subsection GC 7.10, Suspension of Work; e) abnormal inclement weather, or f) archaeological finds in accordance with subsection GC 3.15, Archaeological Finds, then the Contractor shall be reimbursed by the Owner for reasonable costs incurred by the Contractor as the result of such delay, provided that in the case of an application for an extension of Contract Time due to abnormal inclement weather, the Contractor shall, with the Contractor's application, submit evidence from Environment Canada in support of such application. Extension of Contract Time may be granted in accordance with subsection GC 3.06, Extension of Contract Time. .02 If the Work is delayed by labour disputes, strikes or lock-outs, including lock-outs decreed or recommended to its members by a recognized contractor's association, of which the Contractor is a member or to which the Contractor is otherwise bound, are beyond the Contractor's control, which then the Contract Time shad be extended in accordance with subsection GC 3.06, Extension of Contract Time. In no case shall the extension of Contract Time be less than the time lost as the result of the event causing the delay, unless a shorter extension is agreed to by the Contractor. The Contractor shall not be entitled to payment for costs incurred as the result of such delays unless such delays are die result of actions by the Owner. .03 The Contractor shall not be entitled to payment for the rwst of delays incurred as a result of a dispute between the Contractor and Owner. The Contractor shall execute the Work and may pursue resolution of the dispute in accordance with subsection GC 3.13, Gaims, Negotiations, Mediations. GC 3.08 Assignment of Contract .01 The Contractor shall not assign the Contract, either in while or in part, without the prior written consent of the Owner. Rev. Dale: 1112006 OPSS.MUNI 100 Page 17 i 0 GC 3.09 by the Contractor ~' .01 The Contractor may subact any part of the Work, subject to these General Conditions and any limitations specified in the ntract Documents. 02 The Contractor shall notify he Contract Administrator 10 Days prior to the start of construction, in writing, of the intention to bcontract. Such nofifigfion shall identify the part of the Work, and the Subcontractor with whom it i intended. 03 The rgntact Administrator hall, within 5 Days of receipt of such notification, accept or reject the intended Subcontractor. T e rejection shall be in writing and shall include the reasons for the rejection. 04 The Contractor shatl not, wit out the written consent of the Owner, change a Subcontractor who has been engaged in accordan with this subsection. O5 The Contractor shall preserv and protect the rights of the parties under the Contract with respect to that part of the Work to be p~rformed under subcontract and shall, a) enter into agreements th the intended Subcontractors to require them to perform their work in accordance witlt the Cora act Documents; and b) be as fully responsible t the Owner for acts and omissions of the Contractor's Subcontractors and of persons directly indirectly employed by them as for acts and omissions of persons directly employed by the ontactor. .06 The Owner's consent to su ontacting by the Contractor shall not be construed to relieve the Contractor from any obligaf under the Contract and shall not impose any liability upon the Owner. Nothing contained in the ntract Documents shall create a contractual relationship between a Subcontractor and the Owner GC 3.10 Changes GC 3.10.01 Changes ~n the Work Ot The Owner, or the Contract dministrator where so authorized, may, by order in writing, make a Change in the Work without invalidating the Contract. The Contractor shall not be required to thecereceipt of suchh Changge O eroor ChangerDi rectrve the Con9 actor shall prhoce~ed with tthe Change in the Work. .02 The Contractor may apply for an extension of Contract Time according to the terms of subsection GC 3.06, Extension of Conta Tirne. .03 If the Change in the Work rel tes solely to quantities, payment for that part of the Work shall be made according to the conditi s specified in clause GC 8.01.02, Variations in Tender QuanGGes. If the Change in the Work does of solely slate to quantities, then either the Owner or the Contactor may initiate negotiations upwa ds or downwards for the adjustment of the Contact price in respell of the Change in the Work rsuant to subsection GC 3.13, Claims, N payment may be made a 'ng to the conditions contained in clause GC 8 02.04SPayment on a Time and Material Basis. Page 18 Rev. Date: 112006 OPSS.MUNI 100 GC 3.10.02 Extra Work .01 The Owner, or Contract Administrator where so authorized, may instruct the Contractor to perform Extra Work without invalidating the Contract. The Contractor shall not be required to proceed with the Extra Work until in receipt of a Change Order or Change Directive. Upon receipt of such Change Order or Change Directive the Contractor shall proceed with the Extra Work. .02 The Contractor may apply for an extension of Contract Time according [o the terms of subsection GC 3.06, Extension of Contract Time. .03 Either the Owner or Contractor may initiate negotiations upwards or downwards for the payment for the Extra Work pursuant to subsection GC 3.13, Claims, Neg~iations, Mediation, or payment may be made according to the conditions contained in clause GC 8.02.04, Payment on a Time and Material Basis. GC 3.10.03 Additional Work .01 The Owner, or Contract Administrator where so authorized, may request the Contractor to perform Additional Work without invalidating the Contract. If the Contractor agrees to perform Additional Work, the Contractor shall proceed with such Additional Work upon receipt of a Change Order. .02 The Contractor may apply for an extension of Contract Time according to the terms of subsection GC 3.06. Extension of Contract Time. .03 Payment for the Additional Work. may be negotiated pursuant to subsection GC 3.13, Claims, Negotiations, Mediation, or payment may be made according to the conditials 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 Ole Contract Administrator or the Superintendent in respect of the Work shall be deemed to have been given to and received by the addressee on the date of delivery if delivered by hand, email, or by facsimile transmission and on the fifth Day after the date of mailing, if sent by mail. .02 The Contractor and the Owner shall provide each other with the mail and email addresses; pager, ceN phone, and telephone numbers; and facsimile temrinal numbers for the Contract Administrator and the Superintendent at the cornmencemeM of the Work, and update as necessary. .03 In Ore event of an emergency siWatwn 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 provisial of the Contract. GC 3.12 Use and Occupancy of the Work Prior to Substantial Performance .Ot Where it is not contemplated elsewhere in the Contract Documents, the Owner may use or occupy Ore Work or any part thereof prior to Substantial Perfomrance, provided that at least 30 Days written notice has been given to the Contractor. .02 The use or occupancy of the Work or arty part thereof by Ote Owner prior to Substantial Performartce shall not constitute an acceptance of Ore Work or parts so occupied. In addi4on, the use or occr~ancy of the Work shall rlot relieve the Contractor or the Contractor's Surety from any liability Oral has arisen, or may arise, from the performance of the Work in accordance with the Contract Rev. Date: 11/2006 OPSS.MUNI 100 Page 19 u Documents. The Owners it be responsible for any damage that occurs because of the Owner's use or occupancy. Such us or occupancy of any part of the Work by the Owner does not waive. the Owner's right to charge th Contractor liquidated damages in accordance with the terms of the Contract. J GC 3.13 Claims, egotiations, Mediation GC 3.13.01 Continu nce of the Work .01 Unless the Contract has b ' n terminated or completed, the Contractor shall in every case, after serving or receiving any n cation of a Gaim or dispute, verbal or written, continue to proceed with the Work with due diligence nd expedition. It is understood by the parties that such action shall not jeopard2e any claim it may h ve. GC 3.13.02 Record aping 01 Immediately upon commend g work that may result in a claim, the Contractor shall keep Daily Work Records during the course f the Work, sufficient to substantiate the Contractor's claim and the Contract Administrator shall. ' , keep Daily Work Records to be used in assessing the Contractor's daim, all in accordance with cause GC 8.02.07, Records. 02 The Contractor and the Con act Administrator shall attempt to recondle their respective Daily Work Records on a daily basis, to ' impiify review of the claim, when submitted. If the Contractor and the Contract Administrator fail to concile their respedive Daily Work Records, then the Contractor shall submit its Daily Work Recor s as part of its Gaim, whereby the resolution of the dispute about fhe Daily Work Records shall not a resdved until there is a resolution of the claim. .03 The keeping of Daily Work ecords by the Contract Administrator or the reconciling of such Daily Work Records with those of a Contractor shall not be construed to be acceptance of the claim. GC 3.13.03 Claims Pr duce .01 The Contractor shall give v rbal notice of any situation that may lead to a Gaim for additional payment immediately upon b ming aware of the situation. .02 The Contractor shall provide ritten notice in the standard form "Notice of Intent to Claim' within 7 Days of the commencement of any part of the Work that may be affected by the situation. .03 The Contractor shall submit etailed daims as soon as reasonably possible and in any event no later than 30 Days after comp) lion of the work affected by the situation. The detailed claim shall: a) identify the item or items i respect of which the claim arises; b) state the grounds, contras I or otherwise, upon which the Gaim is made; and c) include the Records main fined by the Contractor supporting such daim_ In exceptional cases, the 30 ' ays may be increased to a maximum of txl Days with approval in writing from the Contract Adm istrator. .04 Within 30 Days of the receip of the Contractor's detailed claim, the Contract Administrator may request the Contractor to su it any further and other particulars as the Contract Administrator considers necessary to asses the Gaim. The Contractor shall submit the requested infomlation within 30 Days of receipt of su request. Pa3e 20 F2ev. Dam: 11!2006 OPSS.MUNI 100 .OS Within 90 Days of receipt of the detailed claim, the Contrail Administrator shall advise the ConUactor, 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 fadlitate these negotiations. .02 Should the Coniracor disagree with the opinion given in paragraph GC 3.13.03.05, with respect to any part of the daim, the Contract Administrator shah 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 shah proceed in accordance with clause GC 3.13.05, Mediation, or subsection GC 3.14, Arbitration. GC 3.13.05 Mediation .01 If a daim is not resolved satisfactorily through the negotiation stage noted in clause GC 3.13.04, Negotiations, within a period of 30 Days folowing the opinion given in paragraph GC 3.13.03.05, and the Contractor wishes to pursue the issue further, the parties may, upon mutual agreement, utilize the services of an independent third party mediator. .02 The mediator shall be mutually agreed upon by the Owner and Contractor. .03 The mediator shall be knowledgeable regarding the area of the disputed issue. The mediator shalt meet with the parties together or separately, as necessary, to review all aspects of the issue. In a final attempt to assist the parties in resolving the issue themselves prior to proceeding to arbitration the mediator shall provide, without prejudice, anon-binding recommendation for settlement. .04 The review by the mediator shall be completed within 90 Days following the opinion given in paragraph GC 3.13.03.05. .05 Each party is responsible for its own costs related to the use of the third party mediator process. The cost of the third party mediator shall be equally shared by the Owner and Contractor. GC 3.13.06 Payment .01 Payment of the 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 terms of Section GC 8.0, Measurement and Payment GC 3.13.07 Rights of Both Parties .01 IL 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 tllis subsection are fulfilled. GC 3.14 Arbitration GC 3.14.01 Conditions of Arbitration .Ot If a daim is not resolved satisfactorily through the negotiation stage rested in clause GC 3.13.04, Negottations, or fhe mediation stage noted in clause GC 3.13.05, Mediation, either party may invoke the provisions of subsection GC 3.14, Arbitration, by giving written notice to the other party. Page 21 Rev. Date: 1112006 OPSS.MUNI 100 i .02 Notification that arbitration writing as soon as possible GC 3.13.03.05. Where the within 120 Days of the opini~ .03 The parties shall be bound t shall be implemented to resolve the issue shag be communicated in and no later than 60 Days following the opinion given in paragraph use of a third party mediator was implemented, notification shall be rn given in paragraph GC 3.13.03.05. the decision oT the arbitrator. .04 The rules and procedures o~' the Arbitration Act, 1991, S.O. 1991, c.17, as amended, shall apply to any arbitration conducted i~ereunder except to the extent that they are modified by the express provisions of subsection GC 3.14, Arbitration. taC 3.14.02 Procedure .01 '.The following provisions are }}o be included in the agreement to arbitrate and are subject only to such right of appeal as exist wheQe the arbitrator has exceeded his or her jurisdiction or have otherwise disqualified him or herself: a) AA existing actions in re ect of the matters under arbitration shall be stayed pending arbitration; b) All outstanding claims an matters to be settled are to be set out in a schedule to the agreement. Only such claims and ma ers as are in the schedule shall be arbitrated; and c) Before proceeding with a arbitration, the Contractor shall confirm that all matters in dispute are set out in the schedule. GC 3.14.03 Appointmlent of Arbitrator .Ot The arbitrator shall be mutuallll agreed upon by Nte Owner and Contractor to adjudicate the dispute. 02 Where the Owner and Cont for cannot agree on a sole arbitrator within 30 Days of the notification of arbitration noted in paragra h GC 3.14.01.02, the Owner and the Contractor shall each choose an appointee within 37 Days of th notice of arbitration, 03 The appointees shall mutually agree upon an arbitrator [o adjudicate the dispute within 15 Days after the last appointee was chose or they shall refer the matter to the Arbitration and Mediation Institute of Ontario Inc., which may lect an arbitrator to adjudicate the dispute within 7 Days of being requested to do so. .04 The arbitrator shall not be in rested financially in the Contract nor in either parry's business and shall not be empbyed by ei party, .05 The arbitrator may appoint end pendent experts and any other persons to assist him or her. .O6 The arbitrator is not bound by a rules of evidence that govern the trial of cases in court but may hear and consider any evident tltat the arbitrator considers relevant .07 The hearing shah commence w thin 90 Days of the appointment of the arbitrator. GC 3.14.04 Costs .01 The arbitrator's fee shall be equ uy shared by the Owner and the Contractor. .02 The fees of any independent parts and any other persons appointed to assist the arbitrator shalt be shared equally by the Owner and the Contractor. Page 22 Rev. Dale: itl2ppg OPSS.MUNI t(10 .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 fadlities shall be shared equally by the Owner and the Contractor. .04 The arbitrator may, in his or her discretion, award reasonable vests, related [o the arbitration. GC 3.14.05 The Decision .01 The reasoned decision shall be made in writing within 90 Days of the wnGusion of the hearing. An extension of time to make a decision may be granted with consent of both parties. Payment shall be made in accordance with clause GC 3.13.06, Payment. GC 3.15 Archaeological Finds .01 If the Contractors 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 riotify 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 wrifing within 2 Days. Work shall remain suspended within that area until otherwise directed by the Contract Administrator in writing, in accordance with subsection GC 7.10, Suspension of Work. .02 Any delay in the completion of the ContraG 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 shah be considered as Extra Work in accordance with clause GC 3.10.02, Extra Work. .04 The Contractor shall take all reasonable action to minimize additional costs that may accrue as a result of any work stoppage. i i i Rev. Date: 11f2006 OPSS.MUNI 100 Pape 23 i SECTION GC4.0 -OWNER'S RESPONSIBILITIES AND RIGHTS GC 4.01 .Ot The Owner shall acquire a construction of the Work, in property rights that are deemed necessary by the Owner for the lading temporary working easements d h of the Working Area on the , an s all indicate the full extent ontract Drawings. .02 The Geotechnical Report an tender doc t h ll Subsurface Report that may be provided by the Owner as part of the umen s s a form art of the Contract Drawings. GC 4.02 Approval and Permits .01 The Owner shah pay for ail pl tubing and building permits. .02 The Owner shall obtain and pay fw all permits, licences, and certificates solely required Tor the design of.the Work. GC .Ot 4.03 Manag The Owner shall identif in t ent and Disposition of Materials C y from the Working Area and a e ontract Documents the materials to be moved within or removed y characteristics of th management and disposition. ose materials that necessitates special materials .02 In accordance with regulali as amended, the Owner advi under the Occupational Health and Safety Acf, RS.O. 1990, c.0.1, es that a) the designated substa Working Area occurring n , s silica, lead, and arsenic are generally present throughout the turally or as a result of vehicle emi i ss ons; b) the designated substanc for Utilities; asbestos may be present in cement products, asphalt, and conduits c) the following hazardous aterials are ordinarily present in construction activities: limestone gypsum, marble, mica, a , PorOand cement; and d) exposure to these subst sweeping, grinding, crushi ces may occur as a result of activities by the Contractor such as g, drilling, blastng, cutting, and abrasive blasting. .03 The Owner shah identify in materials other than those ide , he Contract Documents any designated substances or hazardous tified above a d th i n e r bcation in the Working Area. .04 If the Owner or Contractor di ovens or is advised of the presence of designated substances or hazardous materials that are in addition to those listed in paragraph GC 4.03.02, a not clearly identified in the Contract ents according to paragraph GC 4.03.03, then verbal notice shall be provided to the other party im ediately with written confirmation within 2 Days. The Contractor shall stop work in the area immedia ly and shall determine the necessary steps required to cort~lete the work in accordance with appli ble legislation and regulation. .OS The Owner shall be responsi le for any reasonable additional costs of removi disposing of any material not dentfied in the Contract Documents, or where conditions exist that could not have been reasons ly foreseen at the tlme of tendering. All work order this paragraph shall be deemed to be Extra W rk. Page 24 Rev. Date: 11/2006 OPSS.1rtUN1 100 .06 Prior to commencement of the Work, the Owner shall provide to the Contractor a list of those products controlled under the Workplace Hazardous Materiats 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. Ail containers used in the application of products controlled under WHMIS shall be labelled. The Owner shall notify the Contractor in writing of changes to the list and ..provide relevant Material Safety Data Sheets. GC 4.04 Construction Affecting Railway Property .01 The Owner shall pay the costs of all flagging and other traffic wntroi measures required and provided by the railway company unless such. costs are solely a function of the Contractor's chosen method of completing the Work. .02 Every precaution shall be taken by the Contractor to protect aN 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 safely of the workers, Subcontractors, and Equipment, as well as railway property throughout the duration of the Contract. GC 4.05 Default by the Contractor .01 If the Contractor fails to commence the Work within 14 Days of a formal order to commence work signed by the Contract Administrator or, upon commencement of the Work, should neglect to prosecute the Work properly or otherwise fails to comply with flee requirements of the Contract and, if the Contract Administrator has given a written staterrrent 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, notty the Contractor in writing that the Contractor is in default of the Contractor's contractual obligations and instruct the Contractor to correct the default in the 5 Working Days immediatety following the receipt of such notice. .02 If the Contractor is adjudged bankrupt, or makes a general assigMed because of thetContractors because of the Contractors insolvency or if a receiver is appo insolvency, the Owner may, without prejudice to any other right or remedy the Owner may have, by giving the Contractor w receiver or Wstee in bankruptcy notice in writing, terminate the Contract. GC 4.06 Contractor's Right to Correct a Defauk .Ot The Contractor shall have the right within the 5 full Working Days following the receipt of a notice of default to correct the defaufl and provide the Owner with satisfactory proof that appropriate conective measures have been taken. .02 If the correction of the default cannot be completed within the 5 full Working Days following receipt of the notice, the Contractor shall not be in default if the Contractor. a) commences the correction of the defauR 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) cortlpletes the correction in accordance with such schedule. Page 25 Rev. Dale: 1 i/2006 OPSS.MUNi 100 GC 4.07 fo Correct Default .Ot If Ote Contractor fails to rrect the default within the time specified in subsection GC 4.06, Contractor's Right to Corre a Default, or subsequently agreed upon, the Owner, without prejudice to any other right or remed the Owner may have, may correct such default and deduct the cost thereof, as certified by the ntract Administrator, from any payment then or thereafter due to the Contractor. GC 4.08 Terminadion of Contractor s Right to Continue the Work .Ot Where the Contractor fails o correct a default within the time specified in subsection GC 4.06, Contractor's Right to Correc a Default, or subsequenty agreed upon, the Owner, without prejudice to any other right or remedy the Owner may have, may terminate the Contractors right to continue the Work in whole or in part y giving written notice to the Contractor. .02 If the Owner terminates the Contractor's right to continue with the Work in whole or in part, the Owner shalt be entitled to, a} take possession of the li~orking Area or that portion of the Working Area devoted to that part of the Work terrninated; b) use the Equipment of the Contractor and any Material within the Working Area Otat is intended [o be incorporated into the ork, the whole subject to the right of third parties; c) withhold further paymen to the Contractor with respect to the Work or the portion of the Work withdrawn from the Contr ctor until the Work or portion thereof withdrawn is completed; d) charge the Contractor additional cost over the Contract price of completing the Work or portion thereof withdrawn from the Contractor, as certified by the Contract Administrator and any additional compensation paid to Ore Contract administrator for such additional service arising from the correction of the efautt: e) charge the Contractor a asonable allowance, as determined by the Contract Administrator, to cover correction to the W rk performed by the Contractor that may be required under subsection GC 7.16, Warranty; i f) charge the Contractor for ~ny damages the Owner sustained as a result of the default; and g) charge the Contractor the amount by which the cost of corections to the Work under subsection GC 7.16, Waranry, exce~ds the allowance provided for such correcOons. GC 4.09 Final Pay~tent to Contractor .01 If the Owner's cost to corecd and complete the Work in whole or in part is less than the amount withheld from the Contract~g1Gi'~under subsection GC 4.08, Termination of Contractor's Right to Continue the Work, the Ow er shall pay the balance [o the Contractor as soon as the final accounting for the Contract is mplete. GC 4.10 of the Contract .01 Where the Contractor is in fault of the Contract the Owner may, without prejudice to any other right or remedy the Owner ma have, terminate the Contract by giving written notice of termination to the Contractor, the Surety, a any trustee or receiver acting on behalf of the Contractor's estate or creditors. Page 26 Rev. Date: 11/2006 OPSS.MUNI 100 .02 if the Owner elects to terminate the Contract, the Owner may provide the Contractor and the trustee or receiver with a complete accounting to the date of termination. GC 4.11 CoMlnuation of Contractor's Obligations .Ot The Contractor's obligation under the Contract as to quality, correction, and warranty of the Work performed prior to the Gme of termination of the Contrail or termination of the Contractor's right to continue with the Work in whole or in part shall continue to be in force after such termination. GC 4.12 Use of Performance Bond .01 If the Contractor is in default of the Contract and the Contractor has provided a Performance Bond, the provisions of Section GC 4.0, Owners ResponsitNlities and Rights, shall be exercised in accordance with the conditions of the Performance Bond. GC 4.13 Payment Adjustment .01 If any situation should occur in the performance of Nte Work that would result in a Change in the Work, the Owner shall be entitled to an adjusUnent and those adjustments shall be managed in accordance with subsection GC 3.10.01, Changes in the Work. page 27 Rev. Gate: 11/2006 OPSS.MUNI 100 GC 5.01 ii i~ SECTION GC 5.0 -MATERIAL Supply ¢f Material :O7 All Material necessary for th~ proper completion of the Work, except that listed as being supplied by the Owner, shall be supplie by the Contractor. The Contract price for the appropriate tender items shall be deemed to include II compensation for the supply of such Material. GC 5.02 Quality ~f Material .Ot All Material supplied by th Contractor shall be new, unless otherwise specified in the Contract Documents. .02 Material supplied by the Contractor shall conform to the requirements of the Contract. .03 As specified in the Cont Tact Documents or as requested by the Contract Administrator, the Contractor shah make avail le, for inspection or testing, a sample of any Material to be supplied by the Contractor. ~ .04 The Contractor shall obtain r the Contract Administrator the right to enter onto the premises of the Material manufacturer or su tier to carry out such inspection, sampling, and testing as specified in the Contract Documents or a requested by the Contract Administrator. .05 The Contractor shall notify th Contract Administrator of the sources of supply sufficiently in advance of the Material shipping dues to enable the Contract Administrator to perform the required inspection, sampling, and to ing. 06 The Owner shall not be re possible for any delays to the Contractor's operations where the Contractor fails to give suffic' nt advance notice to the Contract Administrator to enable the Contract Administrator to carry out a required inspection, sampling, and testing before the scheduled shipping date. :07 The Contractor shall not c~ange the source of supply of any Material without the written authonzatan of [he Contract administrator. .08 Material that is not specified all 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, same ing, and testing shall be carried out on random basis in accordance with the standard inspection testing methods required for the Material. Any approval given by the Contract Administrator for the: Materials a be used in the Work based upon the random method shall not relieve the Contractor f m the responsibility of incorporating Material that conforms to the Contract Dowments into the Work or propedy performing the Contract and of any liability arising from the failure to properly pe ortn as specfed in the Contract Documents. GC 5.03 Rejected .01 Rejected Material shall be rei effect from the Contract Adn Contract Administrator may c disposed of, in what the Cor the Contractor shall pay the c Page 26 :d from the Working Area expeditiously after the notification to that rotor. Where the Contractor fails to comply with such notice, the a the rejected Materat to be removed from Ole Working Area and Administrator considers to be the most appropriate manner, and of disposal and Ole appropriate overhead charges. Rev. Dale: 11/2006 OPSS.MUNI 100 GC 5.04 Substitutions .01 Where the Contract Documents require the Contractor to supply a Material designated by a trade or other name, the Tender shall be based only upon supply of the Material so designated, that shall be regarded as fhe standard of quality required by the Contract Documents. After the acceptance of the Tender, the Contractor may apply to the Contract Administrator to substitute another Material identified by a different trade or other name for the Material designated as aforesaid. The application shall be in writing and shall state the price for the proposed substitute Material designated as aforesaid, and such other information as the Contract Administrator may require. .02 Rulings on a proposed substitution shall not be made prior to the acceptance of the Tender. Substitutions shall rrot 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 wetl. GC 5.05 Owner Supplied Material GC 5.05.01 Ordering of F~ccess Material .Ot Where Material is supplied by the Owner and where this Material is ordered by the Contractor in excess of the amount specified to complete the Work, such excess Material shall become the property of the Contractor on completion of the Work and shall be charged to the Contractor at cost plus applicable overheads. GC 5.05.02 Care of Material .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 ro 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 t:«ttrd of the Contractor, it shall be replaced or repaired by the Contractor at no expense to the Owner, and to the satisfaction of the Contract Administrator. If such Material is rejected by the Contract Administrator for reasons that are not the fault of the Contractor. it shall remain in the care and at the risk of the Contractor unBl its disposition has been determined by the Contract Administrator .03 Where Material supplied by the Owner arrives at the delivery point in a damaged condition or where there are discrepancies between the quantities received and fhe quantities shown on the bills of lading, the Contractor shall immediately report such damage w discrepancies to the Contract Administrator who shall arrange for an immediate inspecOOn of the shipment and provide the Contractor with a written release from responsibtlity for sudt damage w deficiencies. Where damage w defirencies are not so reported. it shall be assumed that the shipment arrived in good condition and order, and any damage w deficiencies reported thereafter shall be made good by ttte Contractor at no extra cost to the Owner. Page 29 Rev. Date: 1712006 OPSS.MUNI 100 .04 The full amount of Maters Contractor and such Ma Material shall not, except Contractor for purposes o upplied by the Owner in each shipment shall be accounted far by the d shall be at the risk of the Contractor after taking delivery. Such 1 the written permission of the Contract Administrator, be used by the than the perfomtance of the Work under the Contract. .05 Empty reefs, crates, contai ers, 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 dis sed of by the Contractor, unless otherwise specified in the Contract Documents. .Ofi Immediately upon receipt o~each shipment, the Contractor shall provide the Contract Administrator copies of bills of lading, or such other documentation the Contract Administrator may require to substantiate and reconcile quantities of Material received. .07 Where Material supplied by the Contractor shag, at no et chedr the Material, report an of the Material at the stock Contractor, it shall be asst Contractor took charge of it, by the Contractor at no extra ~~ e Owner is ordered and stockpiled prior to the award of the Contract, a cost to the Owner, immediately upon commencement of operations, damage or deficiencies to the Contract Administrator and take charge le site. Where damage or deficiencies are not so recorded by the led that fhe stockpile was in good condition and order when the id any damage or deficiencies reported thereafter shall be made good Est to [he Owner Rev. pate: 11/1006 OPSS.MUNI 100 SECTION GC 6.0 -INSURANCE, PROTECTION AND DAMAGE GC 6.01 Protection of Work, Persons and Property .Ot The Contractor, the Contractors agents, and ati workers employed by or under the control of the Contractor, inducting Subcontractors, shall protect the Work, persons, and property from damage or injury. The Contractor shall be responsible for all bsses and damage that may arise as the result of the Contractor's operations under the Contract, unless indicated to the contrary below. .02 The Contractor is responsible for the fuA cost of any necessary temporary protective work or works and the restoration of all damage where the Contractor damages the Work or property in the performance of the Contract. If the Contractor is not responsible for the damage that occurs to the Work or properly, the Contractor shall restore such damage, and such work and payment shall be administered according to these General Conditions. .03 The Contractor shall immediately inform the Contract. Administrator of all damage and injuries that occur during the term of the Contract. The Contractor shall then investigate and report back to the Contract Administrator within 15 Days of occurrence of inddent, or as soon as possible. 04 The Contractor shall not be responsible for loss and damage that occurs as a result. of, a) war, b) blockades and civil commotions; c) errors in the Contract Documents; or d) acts or omissions of the Owner, the Contract Administrator, their agents and employees, or others not under the control of the Contractor, but within the Working Area with the Owner's permission. .05 The Contractor and the Contractor's Surety shall not be released from any term or provision of any responsibility, obligation, or liability under the Contract or waive or impair any of the rights of the Owner, except by a release duly executed by the Owner. GC 6.02 Indemn~cation .01 The Contractor shall indemnify and hold harmless the Owner and the Contract Administrator, their elected officials, agents, officers, and empbyees from and against all daims, demands, losses, expenses, costs, damages, actions, suits, or proceedings by third parties, hereinafter called "daims", directly or indirectly arising or alleged to arise out of the performance of or the failure to perform the Work, provided such claims are, a) attributable to bodily injury, sickness, disease, or death or to damage to or destruction of tangible property; b) caused by negligent acts or omissions of the Contractor or anyone for whose acLS 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 Perforrrtance of the Work or, where so specified in the Contract Documents, from the date of certification of Fnal Acceptance. Page 37 Rev. Dale: 11Y2006 OPSS.MUNI 100 02 The Contractor shall indem~fy and hdd harmless the Owner from all and every claim for damages, royalties a fees for the in ngement of any patented invention or copyright occasioned by the Contracts in connection wi Ore Work pertormed a Material furnished by the Contractor under the Contract. 03 The Owner expressly waive the right to indemnity for daims other than those stated in paragraphs GC 6.02.01 and GC 6.02.02. 04 The IAvrler shall indemnify nd hold harmless the Contractor, their elected officials, agents, officers, and empbyees from and inst all daims, demands, losses, expenses, costs, damages, actions, suits, a proceedings arising ut of the Contractor's pertormance of the Contract that are attributable to a lads of or defect in title an alleged Iadc of or defect in title to the Working Area. 05 The Contractor expressly vYaives the right to indemnity for claims other than those stated in paragraph GC 6.02.04. I GC 6.03 Contradl ~r's Insurance GC 6.03.01 General Ot Without restricting the gen provide, maintain, and pay slily of subsection GC 6.02, Indemnification, the Contractor shall for the insurance GC 6.03.03. Insurance cov l h coverages listed under clauses GC 6.03.02 and ge in dauses GC 6.03.04; GC 6.03.05, and GC 6.03.06 shall onl app y w en so specified in th y Contract Documents. 02 The Contractor shall provide.: he Contract Administrator with an original Certificate of Insurance fo each type of insurance cove ensure that the Contract Adm r ge that is required by the Contract Documents. The Contractor shall nistrata is at ail tim i each type of insurance cove , es n receipt of a valid Certificate of Insurance for ge, in such amounts as specked in the Contract D Contractor will not be permi ocuments. The to commence work until the Contract Administrator i i such proof of insurance. Th Contractor until the C tr s n receipt of Contract Administrator may withhold payments of monies due to the on act of Insurance as required by t has provided the Contract Administrator wi0r original valid Certificates rovisi f h p ons o t e Contract Documents. GC 6.03.02 General L bility Insurance .01 General Lability insurance sh II be in the name of the Contractor, with the Owner and the Cont t Administrator named as additi rac al insureds, wtth limits of not less than five milLon ddlars inclusi per ocaxrence for bodily inju ve death, and damage to property including Ices of use thereof with a property damage deductible Insurance Bureau of Can d , f not more than $5,000. The form of this insurance shall be the a a onn IBC 2t00. .02 Another form of insurance a i al to or better than that required in IBC Form 2100 may be used prov ded all the requirements , led in the Contract are inducted. Approval of this insurance shall be conditional upon the Contract obtaining the services of an insurer licensed b underwrite i in the Province of Ontario a nsurance d obtaining the insurer's certificate of equivalency to the re ui d insurance. q re .03 The Contracts shall mainta' in face such policies of insurance spedfied by the Contract Documents at all times from commencement of the Work until the end of any Warranty Period a as otherwise required by the ntract Documents. .04 The Contractor shall submit an~ually to the Owner, proof of continuation of the completed operations coverage and, if the Contractor fails to do so, the limitation period fa claiming indemnity described in para~aph GC 6.02.01 c), shall of be binding on the Owner. Page 32 Rev. Date: 112006 OPSS.MUNt 100 .05 Shoukl the Contractor decide not to employ Subcontractors for operations requiring the use of explosives for blasting, pile driving or caisson work, removal or weakening of support of property building a-land, IBC Form 2700 as required shall include the appropriate endorsements. 06 The poicies shall be endorsed to provide the Owner with not less than 30 Days written notice in advance of pncellation, 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 dolars inclusive per occurrence for bodily injury, death and damage to property, in the following forms endorsed to provide the Owner with not less than 30 Days written notice in advance of any cancellation, change, or amendment restricting coverage: a) standard non-owned automobile policy including standard contractual liability endorsement, and b) standard owners form automobile policy providing third party liability and accident benefits insurance and covering licensed vehicles owned a operated by the Contractor. GC 6.03.04 Aircraft and Watercraft Liabfllty 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 ~ additional premises, shall be subject to limits of not less than five million dollars inclusive per occurtence for bodily injury, death, and damage to properly including loss of use thereof, and limits of not less than five million dolars for aircraft passenger hazard. Such insurance shah be in a form acceptable to the Owner. The polices shall be endorsed to provide the Owner with not less than 30 Days written ratite in advance of cancellation. change, or amendment restricting coverage. 6.03.04.02 Watercraft Liability Insurance Ot Watercaft liability insurance with respect to owned or nonowned watercraft used directly or indirecNy in the performance of the Work, kmdudirx~ use of additional premises, shall be subject to limits of not less than five million dollars inclusive per occurrence for bodiy injury, death, and damage to property including loss of use thereof. Such insurance shah be in a form acceptable to the Owner. The poicies shall be endorsm~ to provide the Owner with not less than 30 Days written notice in advance of cancellation, change, or amendment restricting wverage. 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 Contractor, with the Owner and the Contract Adrtwtistrator named as additional insureds, insurirmg not less than the sum of the amount of the Contract price and the full value, as may be stated in the Contract Documents, of Material that is spedfied to be provided by the Owner for incorporation into the Wait, with a deductible not exceeding 1% of the amount instrred at the site of the Work. This insurance shall be in a form acceptable to the Owner and shah be maintained continuously until 10 Days after the date of Final Acceptance of the Work, as set out in the Final Acceptance Certificate. Page ~ Rev. Date: 112006 OPSS.MUNI f00 GC 6.03.05.02 Boiler 1 surance .Ot Boiler insurance insuring th interests of the Contractor, the Owner and the Contract Administrator for not less than the repla ment value of boilers and pressure vessels forming part of the Work, shall be in a form acceptab to the Owner. This insurance shalt be maintained continuously from commencement of use or ration of the property insured until 10 Days after the date of Final Acceptance of the Work, as et out in the Final Acceptance Certificate. GC 6.03.05.03 Use and ccupancy of the Work Prior to Completion 01 Should the Owner wish to u or occupy part or all of the Work prior to Substantial Performance, the Owner shall give 30 Days w tten notice to the Contractor of the intended purpose and extentof such use or occupancy. Prior to ch use or occupancy, the Contractor shall notify the Owner in writing of the additional premium cost, if any, to maintain property and boiler insurance, which shall be at fhe Ownefs expense. If bec se of such use or occupancy the Contractor is unable to provide coverage, the Owner upon ritten notice from the Contractor and prior to such use or occupancy shall provide, maintain, and ay for property and boiler insurance insuring the full value of the Work, including coverage for such se or occupancy, and shall provide the Contactor with proof of such insurance. The Contractor shall refund to the Owner the unearned premiums applicable to the Contractor's policies upon to ination of coverage. .02 The pdicies shall provide t, in the event of a loss or damage, payment shall be made to the Owner and the Contractor a their respective interests may appear. The Contractor shall act on behalf of both the Owner an the Contractor for the purpose of adjusting the amount of such loss or damage payment with the i curers. When the extent of the loss or damage is determined, the Contractor shall proceed tolrestore the Work. Loss or damage shall not affect the rights and obligations of either party upper the Contract, except that the Contractor shall be entitled to such reasonable extension of Co ct Time relative to the extent of the loss or damage as the Contract Administrator may decide in nsultation with the Contractor. GC 6.03.05.04 Payment t~or Loss or Damage .Ot The Contractor shall be enti to receive from the Owner, in addition to the amount due under the Contract, the amount at whi the Ownel's interest in restoration of the Work has been appraised, such amount to be paid as the restoration of the Work proceeds, and in accordance with the requirements of Section GC .0, Measurement and Payment. In addition, the Contractor shall be entitled to receive from the pa menu made by the insurers the amount of the Contractor's interest in the restoration of the Work. .02 The Contractor shall be rest anmrtnts may be excluded fn .03 In the event of a loss or dal others, the Owner shall pay Work proceeds and in accc Payment: Page 34 Bible for deductible amounts under the policies, except where such the Contractor's responsibility by the terms of this Contract. e to the Work arising from the action or omission of the Owner or Contractor the cost of restoring the Work as the restoration of the ice with the requirements of Section GC 8.0, Measurement and Rev. Date: 17/2006 fWSS.MUNl 100 GC 6.03.06 Contractor's Equipment Insurance .01 All risks Contractor's equipment insurance covering construction machinery and equipment used by the Contractor for the performance of the Work, including boiler insurance on temporary boilers and pressure vessels, shall be in a form acceptable to the Owner and shall not allow. subrogation claims by the insurer against the Owner. The polices shall be endorsed to provide the Owner with not less than 30 Days written notice in advance of cancellation, change, or amendment restricting coverage. Subject to satisfactory proof of financial capability by the Contractor for self-insurance of the Contractor's Equipment, the Owner agrees to waive the equipment insurance. requirement, and for the purpose of this Contract, the Contractor shall be deemed to be insured. This policy shalt be amended Eo provide permission for the Contractor to grant prior releases with respect to damage to the Contractor's Equipment. GC 6.03.07 Insurance Requirements and Durarion .01 Unless specified otherwise, the duration of each insurance poicy shall be from the date of commencement of the Work until 10 Days after the date of Final Acceptance of the Work, as set out in the Final Acceptance Certificate. .02 The Contractor shall provide the Owner, on a form acceptable to the Owner, proof of insurance prior to commencement of the Work and signed by an officer of the Contractor and either the underwriter or the broker .03 The Contractor shall, on request, promptly provide the Owner with a certified true copy of each insurance policy exclusive of information pertaining to premium or premium bases used by the insurer to determine the cost of the insurance. The certified true copy shall include a signature by an officer of the Contractor and, in addition, a signature by an officer of the insurer or the underwriter or the broker. .04 Where a policy is renewed; the Contractor shall provide the Owner, on a form acceptable to the Owner, renewed proof of insurance immediately fdlowing cpmpletion of renewal. .05 Unless specified otherwise, the Contractor shall be responsible for the payment. of deductible amounts under the policies. .06 If the Contractor fails to provide or maintain insurance as required in subsection GC 6.03, Contractor's Insurance, or elsewhere in the Contract Documents, then the Owr7er shall have the right to provide and maintain such insurance and give evidence thereof to the Contractor. The Owner's cost thereof shall be payable by the Contractor to the Owner on demand. .07 If the Contractor fails to pay the cost of the insurance placed by the Owner within 30 Days of the date on which the Owner made a formal demand for reimbursement of such costs, the Owner may deduct the costs thereof from monies which are due or may become due to the Contractor. GC 6.04 Bonding .01 The Contractor shall provide the Owner witi7 the surety bonds in [he amount required by the tender documents. .02 Such bonds shall be issued by a duly licensed surely tympany 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 ti7e Contract. . Page 35 Rev- Data: 7112006 OPSS.MUNI 100 GC 6.05 .01 The Contractor shaA provic indicating the Contractor's follows: a) Immediately prior to the b) Prior to issue of the Cer c) Prior to expiration of the d) At any other time when r Pape ~ Safety and Insurance Board the Contract Administrator with a copy of a Certificate of Clearance god standing with the Workplace Safety and Insurance Board, as authorizing the Contractor to commence Work. of Sututantial Performance. Period. by the Contract Administrator. Rev. Dab: 11/2006 OPSS.MUNt t00 SECTION GC 7.0 -CONTRACTOR'S RESPONSIBILITIES AND CONTROL OF THE WORK GC 7.01 General .Of The Contractor warrants that the site of the Work has been visited during the preparation of the Tender and the character of the Work and all local conditions that may affect the performance of the Work are known. .02 The Contractor shall not commence the Work nor deliver anything to the Working Area until the Contractor has received a written order to commence the Work, signed by the Contract Administrator. 03 The Contractor shall have complete control of [he Work and shall effectively direct and supervise the Work so as to ensure conformity with the Contract Documents. The Contractor shall be responsible for construction means, methods, techniques, sequences, and procedures and for coordinating the various parts of the Work. .04 The Contractor shall provide adequate labour, Equipment, and Material to ensure the completion of the Contract in accordance with the Contract Documents. The Work shall be performed as vigorously and as continuously as weather conditions or other interferences may permit. .05 The Contractor shall have the sole responsibility for the design, erection, operation, maintenance, and removal of temporary structures and other temporary facilities and the design and execution of construction methods required in their use. .O6 Notwithstanding paragraph GC 7.07.05, where the Contract Documents include designs for temporary structures and other temporary facilities or specify a method of construction in whole or part, such facilities and methods shall be considered to be part of the design of the Work, and the Contractor shall not be held responsible for that part of the design or the specified method of construction. The Contractor shall, however, be responsible fa the execution of such design or specified method of construction in the same manner that the Contractor is responsible for the execution of the Work. .07 The Contractor shall execute the terms of the Contract in strict compliance with the requirements of the Orxupational Health and Safety Act, R.S.O. 1990, c.0.1, as amended, (the "Act") and Ontario Regulation 213/91, as amended, (that regulates Construction Projects) and any other regulations as arrrended under the Act (the "Regulations") that may affect the performance of the Wortc, as the "ConsWCtot' or "employer," as defined by the Act, as the qse may be. The Contractor shall ensure that: a) worker safety is given first priority in planning, pricing, and perfuming Ne Work; b) its officers and supervisory employees have a working knowledge of the duties of a "Constructor' and "employer" as defined by the Act and the provisions of the Regulations applicable to the Work, and a personal commitment to comply with them; c) a copy of the most current version of the Act and the Regulations are available at the Contractors office within the Working Area, or, in the absence of an office, in the possession of the supervisor responsible for the performance of the Work; d) workers employed to carry out the Work possess the knowledge, skills, and protective devices required by law or recommended for use by a recognized industry association to allow them to work in safety, e) its supervisory empbyees tarty out their duties in a dikgent and responsible manner with due consideration for the health and safety of the workers; and Page 37 Rev. Date: itr2006 OPSS.M11N1 f00 f) alt Subcontractors and (their workers are properly protected from injury while they are at the Work Area. .OS The Contractor, when requ sted, shall provide the Owner with a copy of its health and safety. policy and program at the pre-sta meeting and shall respond promptly to requests from the Owner for confxmation that its metho s and procedures for carrying out the Work comply with the Act and Regulations. The Contract r shalt cooperate with representatives of the Owner and the inspectors appointed to enforce the Act and the Regulations in any investigations of worker health and safety in the performance of the Wo The Contractor shall indemnify and save the Owner harmless from any additional expense that the Owner may incur to have the Work performed as a result of the Contractor s failure to comp) with the requirements of the Act and the Regulations. .09 Prior to commencement of t e Work, the Contractor shall provide to the Contract Administrator a list of arose products control) under the Workplace Hazardous Materials Information System or WHMIS, which the Contract expects to use on the Contract. Related Materials Safety Data Sheets shat) accompany the submi ion. All containers used in the application of products controlled under WHtiAIS shah be labelled. he Contractor shat) notify the Contractor Administrator in writing of changes in the products to used and provide relevant Material Safety Data Sheets. 10 The Contractor shall have an authorized representative on the site while any Work is being performed, to supervise the ork arxi act for or on the Contractor's behalf. Prior to commencement of construction, the Contra ' or shall notify the Contract Administrator of the names; addresses; positions; aril cell phone, p ger, and telephone numbers of the Contractor's representatives who can be contacted at any time to deal with matters relating to the Contract, and update as necessary. _11 The Contractor shall design The desgnated person shaft and experience to perform d knowledge of all potential or construction, the Contractor cell phone, pager, and telept designated person may haul be present in the Working An .12 The Contractor shall, at no assistance required by the C Work or the taking of measur .13 The Contractor shall prepay indicating the proposed meth proposes to complete the var The schedule shall be subm award. If the Contractor's sct updated construction schedu request This updated sched the Work, so as to complete ti .14 Where the Contractor finds Contractor shall promptly ref activdy affected until receiving .15 The Contractor shall promptly observed in the Working Area ie a person to be responsible for traffic control and work zone safety. le a competent worker who is qualified because of knowledge, training, duties; is familiar with Book 7 of the Ontario Traffic Manual; and has actual danger to workers and motorists. Prior to the commencement of ;hall notify the Contract Administrator of the name; address; ppsition; me numbers of the designated person, and update as necessary. The other responsibilities, including other construction sites, and need not a at all times. al cost to the Owner, furnish all reasonable aid, facilities, and Administrate fa the proper inspection and examination of the for the purpose of payment. and update, as required, a consWction schedule of operations, s of construction and sequence of work and the time the Contractor Gs items of work within the time specified in the Contract Documents. :d to the Contract Administrator within 14 Days from the Contract iule is materially affected by changes, the Contractor shall submit an if requested by the Contract Administrator, within 7 Days of the t shall show how the Contractor proposes to perform the balance of Work within the time specified in the Contract Documents. error, inconsistency, or omission relating to the Contract, the it to the Contract Administrator and shall not proceed with the coon from the Contract Administrator. the Contract Administrator in writing if the subsurtace conditions materially from those indicated in the Contract Documents. Page 38 Rev. Date: 11/2006 OPSS.MUNI t00 16 The Contractor shall arrange with the appropriate Utility authorities for the stake out of all underground Utilities and service connections that may be affected by the Work. The Contractor shall observe the location of the stake outs prior to commencing the Work and in the event that there is a discrepancy between the location of the stake outs and the locations shown on the Contract Documents, that may affect the Work, the Contractor shall immediately notify the Contract Administrator and the affected Utility companies, in order to resolve the discrepancy. The Contractor shall be responsible for any damage done to the underground Utilities and service connections by the Contractor's forces during construction if the stake out locations are within the tolerances given in paragraph GC 2.01.01 a). GC 7.02 Layout .01 Prior to commencement of construction, the Contract Administrator and the Contractor shalt locate on site those property bars, baselines, and benchmarks that are necessary to delineate the Working Area and [o lay out the Work, all as shown on the Contract Drawings. .02 The Contractor shall be responsible for the preservation of all property bars while the Work is in progress, except those property bars that must be removed [o facilitate the Work. Any other property bars disturbed, damaged, or removed by the Contractor's operations shall be replaced under the supervision of an Ontario Land Surveyor, at the Contractor's expense. 03 At no extra cost [o the Owner, the Contractor shall provide the Contract Administrator with such materials and devices as may be necessary to layout the baseline and benchmarks, and as may be necessary for the inspection of the Work. .04 The Contractor shall provide qualified personnel to lay out and establish all lines and grades necessary for construction. The Contractor shat! notify the Contract Administrator of any layout work carried out, so that the same may be checked by the Contract Administrator. .05 The Contractor shall install and maintain substantial alignment markers and secondary benchmarks as may be required for the proper execution of the Work. The Contractor shall supply one copy of all alignment and grade sheets to the Contract Administrator. .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. Fn the case of their destruction or removal, such stakes, marks, and reference points shall be replaced at the Contractor's expense. .OS Benchmarks and survey monuments identified in the Contract Documents shah be protected by the Contractor. In the case of their destruction or removal, such benchmarks and survey monuments shall be replaced by the Owner at the Contractors expense. GC 7.03 Working Area .Ot The Contractor's sheds, site offices, toilets, other temporary swctures, and storage areas for Material and Equipment shall be grouped in a compact manner arxf maintained in a neat and orderly condition at all times. .02 The Contractor shall confine the censtntction 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 ~ - Rev. Date: 11!2008 OPSS.MUNI 100 .03 The Contractor shall not ehter upon or occupy any private property for any purpose, unless the Contractor has received pri written permission from the property owner. GC 7.04 Damag~ by Vehicles or Other Equipment 01 IF at any time, in the opinio of the Contract Administrator, damage is being done or is likely to be done to any Roadway or a y improvement thereon, outside the Waking Area, by the Contractors vehicles or other Equipmen whether licensed or unlicensed Equipment, the Contractor shall, on the drcection of the Contract dministrator, and at no extra cost to the Owner, make changes or substitutions for such veh' es or Equipment, and shall alter loadings, or in some other manner, remove the cause of such d mage to the satisfaction of the Contract Administrator. GC 7.05 Excess ~.oading of Motor Vehicles Ot Where a vehicle is hauling where motor vehicle registry such vehicle to be loaded h c.H.6, as amended, whethe except where there are des The Contractor shall bear th~ Material for use on the Work, in whole or in part; upon a Highway; and ion is required for such vehicle, the Contractor shall not cause or permit :yond the legal limit specified in the Highway Traffic Act, R.S.O. 1990, such vehicle is registered in the name of the Contractor or otherwise, 3nated areas within the Working Area where ovedoading is permitted. onus of weighing disputed loads. GC 7.Ofi Conditio~r of the Working Area .Ot The Contractor shall mainly' the Working Area in a tidy condition and free from the accumulation of debris and prevent dust nuts nce, mud, and ponding water, other than that caused by the Owner or others. . GC 7.07. Maintaining Roads and Detours .Ot Unless otherwise specified in the Contract Documents, if an existing Roadway is affected by construction, it shall be kept en [o both vehicular and pedestrian traffic. .02 Subject to the approval of ~e Contract Administrator, the Contractor shall, at no additional cost to the Owner, be responsible f providing and maintaining for the duration of the Work an alternative route for both pedestrian and vehicular traffic through the Working Area in accordance with the OTM, whether along the existing Hi hway under construction or on a detour road beside or adjacent to the Highway under construction. .03 Subject to the approval of ~e Contrad Administrator, the Contractor may block traffic. for short periods of time fo facilitate traction of the Work in accordance with the OTM. Any temporary lane closures shall be kept to a minimum. .04 The Contractor shall not be the Contractor has conxne aired to maintain a road through the Working Area until such time as d operations or during seasonal shut down or on Contract that has been accep any part of the ed in accordance with these General Conditions. The Contractor shall not be required to apply de-ic g chemicals or abrasives or carry out snowplowing. .05 Where localized and separat sections of the Highway are affected by the Contractor's operations the Contractor shall not be r , aired to maintain intervening sections of the Highway until such times as these sections are locate within the limits of the Highway affected by the Contractor's general operations under the Contra .O6 Where the Contract Docu~provide for or the Contract Administrator requires detours at specific locations, payment for the tmdion of the detours and, ff required, for the subsequent removal of the detours, shall be made at Contract prices appropriate to such work. Page 40 Rev. Dare: 772006 OPS$.Mi1Nt 100 .07 Compensation for all labour, Equipment, and Materials to do this Work shag 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 shaA be made. .OS Where work under the Contract is discontinued for .any extended period, induding 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. specificelly provided for in the Contract Documents or required by the Contract Administrator, the construction of the detour and, if required, [he subsequent removal shall be performed at the Contractor's expense. The detour shall be constructed and maintained to structural and geometric standards approved by the Contract Administrator. Removal and site restoration shall be performed as directed by the Contract Administrator. .10 Where, with the prior written approval of the Contract Administrator, the Highway is dosed and the traffic diverted entirely off the Highway to any other Hk~lway, the Contractor shall, at no extra cost to the Owner, supply, erect, and maintain traffic control devices in accordance with the OTM. .11 Cortpiiance with the foregoing provisions shall in no way relieve the Contractor of obligations under subsection GC 6.01, Protection of Work, Persons, and Property, dealing with the Contractor's responsibility for damage claims, except for claims arising on sections of Highway within the Working Area that are being maintained by others. GC 7.08 Access to Properties Adjoining the Work and Interruption of Utility Services .01 The Contrador shall provide at all times and at no extra cost to the Owner, a) adequate pedestrian and vehicular access; and b) cerltinuiry of Utility services to properties adjoining the Working Area. .02 The Contractor shall provide at all times and at no extra cost to the Owner access to fire hydrants, water and gas valves, and all other Utilities kxxted in the Working Area. .03 Where any interuptions in the supply of Utility services are required and are authorized by the Contract Administrator, the Contractor shah give the affected property owners notice in accordance with subsection GC 7.12, Notices by the Contractor. and shall arrange such interuptions so as to create a minimum of interference to those affeded. GC 7.09 Approvals and Permits .01 Except as specified in subsection GC 4.02, Approval and Permits, the Contractor shall obtain and pay for any permits, licences, and certificates, which at the date of tender dosing, are required for the performance of the Work. , .02 The Contractor shall arrange for all necessary inspections required by the approvals and permits specified in p~a~aph GC 7.09.01. page 4/ Rev. Dale: 1112006 OPSS.MUNI 100 GC 7.10 of Work .01 The Contractor shall, upon tten notice from the Contract Administrator, discontinue or detay any or all of the Work and work all not be resumed until the Contract Administrator so directs in writing. Delays, in these circumstan s, shall be administered according to subsection GC 3.07, Delays. GC 7.11 Contractor's Right to Stop the Work or Terminate the Contract 01 If the Owner is adjudged ankrupt w makes a general assignment for the benefit of creditors beptrse of insolvency w if a receiver is appointed because of insovency, the Contractor may, without prejudice to any oth r right or remedy the Contractor may have, by giving the Owner or receiver or trustee in bankru tcy written notice, terminate the Contract. 02 If the Work is stopped or o erwise delayed for a period of 30 Days or more under an order of a court or other public aufhori and provided that such order was not issued as the result of an act or fault of the Contractor or of nyone direc0y employed or engaged by the Contractor, the Contractor may, without prejudice to an other right or remedy the Contractor may have, by giving the Owner written notice, terminate the ontract. 03 The Contractor may notify th~ Owner in writing, with a copy to the Contract Administrator, that the Owner is in default of contrac ual obligations if, a) the Contract Administrat fails to issue certificates in accordance with the provisions of Section GC 8.0, Measurement a Payment; b) the Owner fails to pay t e Contractor, within 30 Days of the due dates identified in clause GC 8.02.03, Certification and Payment, the amounts certified by the Contract Administrator or within 30 Days of an awa d by an arbitrator or court; or c) the Owner violates the requirements of the Contract. .04 The Contractor's written not to the Owner shall advise that if the default is not corrected in the 7 Days immediately fofowing re eipt of the written notice, the Contractor may, without prejudice to any other right or remedy the Con ctor may have, stop the Work or terminate the Contract. .05 If the Contractor terminates a Contract under the conditions set ou[ in subsection GC 7.11, the Contractor shall be entitled to be paid for all work performed according to the Contract Documents and for any losses w dam as the Contractor may sustain as a result of the termination of the Contract. GC 7.12 Notices by~ the Contractor .Ot Hefore work is tamed out th; government w any person; a w any board or commission specified operations as are p give at least 48 hours advan Person. tbrrtpany, Partnership, .02 In the case of damage to or w other public or privately Owner, Contract Administr< damage w interterence. Page 42 t may affect the property or operations of any Ministry or agency of mparry; partnership; w corporation, including a municipal corporation thereof, and in addition to such notices of the commencement of scribed elsewhere in the Contract Documents, the Contractor shall e written notice of the date of commencement of such work to the corporation, board, w commission so affected. ference with any Utilities, pole lines, pipe foes, conduits, farm tiles, ed works or property, the Contractor shall immediately notify the and the owner of the works of the location and details of such Rev. Date: 11/2006 OPSS.MUNI 100 GC 7.13 Obstructions Ot 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 daim against the Owner for any loss, damage, or expense occasioned thereby. .02 Where the obstruction is an underground Utility or other man-made objed, the Contractor shall not be required to assume the risks and responsibilities arising out of such obstruction, unless the location of the obsWCtion is shown on the Plans or described in the Contract Documents and the location so shown is within the tolerance spedfied in paragraph GC 2.01.01 a), or unless the presence and location of the obstruction has otherwise been made known to the Contractor or could have been determined by the visual site investigation made by the Contractor in accordance with these General Conditions. .03 During the course of the Contract, it is the Contractor's responsibility to consult with Utility companies or other appropriate authorities for further information ih regard to the exact location of these Utilities, to exercise the necessary care in construction operations, and to take such other precautions as are necessary to safeguard the Utilities from damage. GC 7.14 Limitations of Operations .01 Except for such work as may be required by the Contract Administrator to maintain the Work in a safe and satisfactory condition, [he Contractor shall not tarty out operations under the Contract on Saturdays, Sundays, and Statutory Holidays without permission in writing from the Contract Administrator. .02 The Contractor shall cooperate and coordinate the Work with other Contractors, Utility companies, and the Owner and they shall be allowed access to their work or plant at all reasonable times. GC 7.15 Cleaning Up Before Acceptance .Ot Upon attaining Substantial Performance of the Work, the Contractor shall remove surplus materials, tools, construction machinery and equipment not required for the performance of the remaining Work. The Contractor shall also remove all temporary works and debris other than that caused by the Owner or others and leave the Work and Working Area dean and suitable for occupancy by the Owner, unless otherwise specified. .02 The Work shall not lie deemed to have reached Completion until the Contractor has removed surplus materials, toils, construction maddnery, and equipment. The Contractor shall also have removed debris, other than that caused by the Owner, or others. GC 7.16 Warranty .01 Unless otherwise spedfied in the Contract Documents for certain Materials or components of the Work, the Contractor shall be responsible for the proper performance of the Work only to the extent that the design and standards permit such performance. .02 Subjed to Me previous paragraph the Contractor shall correct promptly, at no additional cost to the Owner, defeds or deficiendes in the Work that appear, a) prior to and during the period of t2 months from the date of Substantial Performance of the Work, as set out in the Certificate of Substantial Performance of the Work, Page 43 Rev. Date: 1112006 OPSS.MUNI 700 b) where the work is co pleted after the date of Substantial Performance, 12 months after Completion of the Work, c) where there is no Certifs. to of Substantial Performance, 12 months from the date of Completion of the Work as set out in the Comptefion Certificate, or d) such longer periods as may be specified in the Contract Documents for certain Materials or some of the Work. The Contract Administrator hall promptly give the Contractor written notice of observed defects or deficiencies. 03 The Contractor shall corre~t or pay for damage resulting from corrections made under the .requirements ofparagraph G 7.16.02. GC 7.17 Contractor's Workers .Ot The Contractor shall only pby ordedy, competent, and skilNul workers to do the Work and whenever the Contract Admi istrator shall inform the Contractor in writing that any worker or workers involved in the Work are, in .the opinion of the Contract Administrator, incompetent, or disorderly such worker or workers sha be removed from the work and shall not be employed on the work again without the consent in riling of the Contract Administrator. GC 7.18 .Drainage .01 During construction and until a Work is completed, the Contractor shall make all reasonable efforts to keep all portions of the W properly and efficiently drained, to at least the same degree as that of the existing drainage condi ' ns. Page 44 Rev. Date: 11!2006 OPSS.MUNI 100 SECTION GC 8.0 -MEASUREMENT AND PAYMENT GC 8.01 Measurement GC 6.01.01 Quantities .Ot The Contract Administrator shalt make an Estmate once a month, in writing, of the quantity of Work performed. The first Estimate shall be the quantity of Work performed since the ConOactor 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 to approximate. The final quantities for the issuance of the Completion Payment Certificate shall be based on the measurement of Work completed. .03 Measurement of the quantities of the Work perfomred may be either by Actual Measurement or by Plan Quantity principles as indicated in the Contract. Adjustments to Plan Quantity measurements shall nomralty be made using Plan Quantity principles but may, where appropriate, be made using Actuat Measurements. Those items identified on Ore Tender by the notation (P) in the unit column shall be paid according to the Plan Quantity. Items where the notation (P) does not occur shall be paid according to Actual Measurement or lump sum. GC 8.01.02 Variations in Tender Quantities .01 Where it appears that the quantity of Work to be done or Material 14 be supplied or both by the ' Contractor under a unit-price tender item may exceed or be less than the tender quantity, the Contractor sha8 proceed to do the Work or supply lire Material or both required to complete the tender item and payment shall be made for Ore 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 hem where the quantity of Work performed or Material supplied or both by the Contractor exceeds the tender quanfity by mare 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 Worts performed or Material supplied or both which exceeds 115% of the tender quantity. The negotiation shall be carried out as soon as reasonably possible. Any revision of the unit price shall be based on the actual cost of long the Work or supplying the Material w both under Ore tender item plus a reasonable allowance for profit and applicable overhead. b) In the cese of a Major Item where the quantity of Work performed or Material supplied or both by the Contractor is less than 85% of the tender quantity, the Contractor may make a written request to negotiate for the potion of the actual overheads and fixed costs applicable to the amount of the underrun in excess of 15% of the tender quantity. For purposes of the negotiation, the overheads and fixed costs applicable to the item are deemed to have been prorated uniformly over 100% of the tender quantity for the item. Overhead costs shall be confirmed by a statement certified by the Contractor's senior financial officer or auditor and may be audited by the Owner. Alternatively, where both parties agree, an allowance equal to 10% of the unit price on the amount of the underun in excess of 15% of the tender quantity shall be Paid- Written requests for compensafion must be received no later than 60 Days after the issuance of the Completion Payment Certificate. Page 45 Rev. Date: 11/2006 OPSS.MUNI 100 GC 8.02 Paymen GC 8.02.01 Price fo Work .Ot Prices for the Work shall b full compensation for all labour, Equipment and Material required in its pertormance. The term "all bour, Equipment, and Material" shall include Hand Tools, supplies, and other inddentals. 02 Payment for work not sped tally detailed as part of any one item and without specified details of payment shall be deemed to be included in the items with which i[ is associated. GC 8.02.02 Ot The Owner shall make a the written request of the a) The Contractor shall d Nre Contractor shall, in and proper storage foci b) The value of procedure: i. Sources Other Than (1) Granular A, B, Contract price. (2) Coarse and firn Portland cement each aaareaate Payments for Material payments for Material intended for incorporation in the Work upon for and according to the following terms and conditions: the Material to a site approved by the Contract Administrator and ~ce of receipt of the shipment of the Material, arrange for adequate processed and stockpNed, shall be assessed by the following BII, BIII, M, and O shall be assessed at the rate of 60% of the aggregates for hot mix asphaltic concrete, surface treatment and oncrete shall be assessed at the rate of 25°~ of the Contract price for •rL..ae.! 11. Commercial SOUfCBS Payment for separa coarse and fine aggregates shall be considered at the above rate when such materials are stockpiled at a commercial source where further processing is to be carried out befor incorporating such materials into a final product. Advance payments for other materials I led at a commercial source shah not be made. c) Payment for ali other (materials, unless otherwise specified elsewhere in the Contract Documents, shall be ba on the invoice price, and the Contractor shall submit proof of cost to the ContracE Administra before payment can be made by the Owner. d) The payment for all Mate ' is shall be prorated against the appropriate tender item by paying for suffiaent units of the ite to cover fhe value of the material. Such payment shall not exceed 80% of the Contract price fa the item. e) All Materials for which fh Contractor wishes to receive advance payment shall be placed in the designated storage locati immediately upon receipt of the material and shall thenceforth be held by the Contractor in trust for the Owner as coNateral security for any monies advanced by the Owner and for the d completion of the Work. The Contractor shall not exerase any act of .ownership. inconsistent such security, or remove any Material from the storage locations, except for inclusion in the Work, without the consent, in writing, of the Contract Administrator. f) Such materials shall re mat the risk of the Contractor who shall be responsible for any loss, damage, theft, improper e, or destruction of the material however caused. .02 Where the Owner makes a~ance payments subject to the conditions listed in paragraph GC 8.02.02.01, such payment sh 1 not constitute acceptance of the Material by the Owner. Acceptance shall only be determined when the material meets the requirements of the appropriate specification. Page 46 Rev. Oate: 17/2006 OPSS.MUNI 100 GC 8.02.03 CeRification and Payment GC 8.02.03.01 Progress Payment Certificate .Ot The value of the Work performed and Material supplied shall be calculated once a month by the Contract Administrator in accordance with the Contract Documents and clause GC 8.01.01, Quantities. .02 The progress Payment Certificate shall show, a) the quantities of Work performed; b) the value of Work performed; c) any advanced payment for Material; d) the amount of statutory holdback, liens, Owner's set-off; e) the amount of GST, as applicable; and f) the amount due to the Contractor. .03 One copy of the progress Payment Certificate shah be sent [o the Contractor. .04 Payment shall be made within 30 Days of the Cut-Off Date. GC 8.02.03:02 Certification of Subcontract Completion .01 Before the Work has reached the stage of Substantial Performance, the Contractor may notify the Contract Administrator, in writing that a subcontract is completed satisfactorily and ask that the Contract Administrator certify the completion of such subcontract. .02 The Contract Administrator shall issue a Certificate of Subcontract Completion, if the subcontract has been completed satisfactorily, and all required inspection and testing of the works covered by the subcontract have been carried out and the results are satisfactory. .03 The Contract Administrator shall set out in the Certificate of Subcontract Completion the date on which the subcontract was completed and, within 7 Days of the date the subcontract is certified complete, the Contract Administrator shall give a copy of the certificate to the Contractor and to the Subcontractor concerned. GC 8.02.03.03 Subcontract Statutory Holdback Release CerUflcate and Payment .Ot Fdlowing receipt of the Certificate of Subcontract Completion, the Owner shag release and pay the Contractor the statutory holdback retained in respect of the subcontract. Such release shall be made 46 Days after the date the subcontract was certified complete and providing Ote Contractor submits the folbwing to the Contract Administrate: a) a dowment satisfactory to the Contract Administrator that shall release the Owner from all (urOter claims relating to the subcontract, qualfied by stated excepticns such as holdbadt monies; b) evidence satisfactory to the Contract Administrate that the Subcontracts has discharged all liabidties incurred in canying out Ste subcontract Page 47 Rev. Dale: 112006 OPSS.MUNI 100 ii ii i~ c) a satisfactory relating to the certficate or letter from the Workplace Safety and Insurance Board st: and d) a copy of the contrac t between the Contractor and the Subcontractor and a satisfactory s atement showing the t I amount due the Subcontractor from the Contractor. .02 Paragraph GC 8.02.03.03.0 1 d), shall only apply to Lump Sum Items and then only when the Contract Administrator sped Ily requests it. .03 Upon receipt of the status holdback, the Contractor shall forthwith give the Subcontractor the payment due under the su tract 04 Release of statutory holdb by the Owner in respect of a subcontract shall not relieve the Contractor, or the Contractor Surety, of any of their responsibilities. GC 8.02.03.04 Certificat n of Substantial Perfornance .01 Upon application by the C ' tractor and when the Contract Administrator has verified that the Contract has been substan Ity pertormed, Ole Contract Administrator shall issue a Certificate of Substantial Performance. .02 Upon verifying that the Con ct has been substantially performed, the Contract Administrator shall issue a certificate of Substa tial Performance and shall set out in the Certificate of Substantial Performance the date on wh h the Contract was substantially pertormed and, within 7 Days after signing the said certificate, th Contract Administrator shall provide a copy to the Contractor. 03 Upon receipt of a copy of Certificate of Substantial Performance, the Contractor shall forthwith, as required by Section 32{t) Paragraph 5 of the Construction Lien Act, R.S.O. 1990, c.C.30, as amended, publish a copy oft cert~cete in a construction trade newspaper. Such publication shall include placement in the Dail Commercial News. .04 Where the Contractor fails t publish a copy of the Certificate of Substantial Performance as required above within 7 Da after receiving a copy of the certificate signed by the Contract Administrator, the Owner may publsh a copy of the certificate at the Contractors expense. .05 Except as otherwise provided for in Section 31 of the Construction Lien Act, the 45 Day lien period prior to the release of hold as refered to in clause GC 8.02.03.05, Substantial Perfotmance Payment and Statutory Hold ck Release Payment Cert~cates, shall commence from the date of publication of the Cert~cate o Substantial Performance as provided for above. GC 8.02.03.05 Substantial Performance Payment and Substantial Performance Statutory Holdback etease Payment Certfficates .01 When the Contract Administ for issues the Certificate of Substantial Performance, the Contract Administrator shall also issue a Substantial Performance Payment Certificate and the Substantial Performance Statutory Hold ck Release Payment Certificate or where appropriate, a combined payment cert'fiicate. .02 The Substantial Performance a) the value of Work b) the value of outstanding Certificate shad show, to the date of Substantial Performance; Work; c) the amount of the statutory holdback, allowing for any previous releases of statutory holdback to the Contractor in respect o#I completed subcontracts and deliveries of pre-selected equipment; Page 48 Rev. Date: 112006 QPSS.MUNI 100 d) the amount of maintenance security required; and e) the amount due the Contractor. .03 Payment of the amount certified shall be made within 30 Days of the date of issuance of the payment certificate. .04 The Substantial Performance Statutory Holdback Release Payment Certificate shall be a payment certificate releasing to the Contractor the statutory holdback due in respect of Work performed up to the date of Substantial Performance. Payment of such statutory holdback shall be due 46 Days after the date of publication of the Certificate of Substantial Performance but subject to the provisions of the Conshuction Lien Act and the submission by the Contractor of the following documents: a) a release by the Contractor in a form satisfactory to the Contract Administrator releasing the Owner from all further claims relating to the Contract, qualified by stated exceptions such as outstanding work or matters arising out of subsection GC 3.13, Claims, Negotiations, Mediation; b) a statutory deGaration in a form satisfactory to the Contract Administrator that all liabilities incurred by the Contractor and Ote Contractor's Subcontractors in carrying out the Contract have been discharged except for statutory holdbacks propedy retained; c) a satisfactory Certificate of Clearance from the Workplace Safety and Insurance Board; and d) proof of publication of the Certificate of Substantial Performance. GC 8.02.03.06 Certification of Completion 01 Upon application by the Contractor and when the Contract Administrator has verified that the Contrail has reached Completion, the Contract Administrator shall issue a Completion Certificate. .02 The Contract Administrator shall set out kr the Completion Certificate the date on which the Work was completed and, within 7 Days of signkig the said certificate, the Contract Administrator shall provide a copy to the Contractor. GC 8.02.03.07 Completion Payment and Completion Statutory Holdback Release Payment Certificates .01 When the Contract Administrator issues the Completion Certificate, the Contract Administrator shall also issue the Completion Payment Certificate and the Completion Statutory Holdback Release Payment Certificate or where appropriate, a combined payment certificate. .D2 The Completion Payment Certificate shall show, 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 Certificete 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 hol~aclc. Payment of such statutory holdback shall be due 46 Days after the date of Completion of the Work as established by the Completion Certificate but subject to the provisions of the Construction Lien Ad and the submission by the Contrxtor of the following documents: Page 49 Rev. Dab: 11!2006 OPSS.MUNI 100 a) a release by the Cont ctor in a form satisfactory to the Contrail Administrator releasing the Owner from all further claims relating to the Contract, qualified by stated exceptions where appropriate; b) a statutory declaration in a form satisfactory to [he Contract Administrator that all liabilities incurred by the Contra or and the Contractor's Subcontractors in carrying out the Contract have .been discharged, qualifi by stated exceptions where appropriate; and c) a satisfactory Certificateof Clearance from the Workplace Safety and Insurance Board. GC 8.02.03.08 Interest .01 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 Ote Contractor h s complied with the requirements of the Contract, including all documentation requirements when payment by the Owner to the Contractor for Work performed, or for release of statutory hold ck, is delayed by the Owner, then the Contractor shall be entitled to receive interest on the outst ing 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 corq c) Subcontract Statutory the subcontract was c d) Substantial Performai certificate; e) Substantial Performal publication of the Payr f) Completion Payment Contract reached Com g) Completion Statutory F . the date that the Work .02 tf the Contractor has not c requirements, prior to ex interest shall only begin to Page 50 30 Days after the Cut-Off 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 Holdback Release Payment Certificate: 76 Days after Certificate of Substantial Performance; ificate: 30 Days after the date certified as the date on which the on; and ~adc Release Payment Certificate: 76 Days after the date certified as completed. red with the requirements of the Contract, including all documentation on of. the time periods described in paragraph GC 8.02.03.09.01, ~e when the Contractor has completed those requirements. Rev. Dale: 11/2(x)6 OPSS.MUNI 100 GC 8.02.03.t0 Interest for Negotiations and Claims .01 Excep[ as hereinafter provided, where a notice of negotiation, notice of intent to claim and the subsequent claims are submitted in accordance with the time limits or procedure or both described by subsection GC 3.13, Claims, Negotiations, Mediation, the Owner shall pay the Contractor the Rate of Interest on the amount of the negotiated price for that part of the Work or on the amourtt of the setlled daim. 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 daims, interest shall not be paid for the delay period. GC 8.02.03.11 Owner's Set-Off 01 Pursuant to Section 12 of the Construction Lien Act, the Owner may retain from monies owing to the Contractor under this Contract an amount sufficient to cover any outstanding or disputed liabilities, including the cost to remedy deficiencies, the reducfion in value of substandard portions of the Work, claims for damages by third parties that have not been determined in writing by the Contractor's insurer, undetemxned 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 S.D2.06, Paymen[ of Workers. ' .02 Under these circumstances the Owner will give the Contractor appropriate notice of such acfxur. GC 8.02.03.12 Delay in Payment .01 The Owner shall not be deemed to be in default of the Contract provided any delay in payment does not exceed 30 Days from the due dates as defined in paragraph GC 8.02.03.09.01. GC 8.02.04 Payment on a Time and Material Basis GC 8.02.04.01 Definkions .01 For the purpose of clause GC 8.02.04 the following definitions apply: Cost of Labour means the amount of wages, salary, travel, travel time, food, kxfging, or similar items and Payrol Burden paid or incurred directly by the Contractor to or in respect of labour and supervision adivety and necessarily engaged on the Work based on the recorded time and hourly rates of pay for such labour and supervision but shall not indude arty payment or costs incurred for general supervision, administration, and management time spent on the entire Work or any wages, salary, w Payroll Burden for which the Contrador 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 cunent market prices for the purpose of canying out Extra Work by the Contractor or by others, when such arrangements have been made by the Contrador for completing the Work, as shown by itemized invaces. 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 indudes the wst of the operator. Page 51 Rev. DaM: 1112006 OPSS.MUNI 700 Payroll Burden means the pa menu in respect of workplace insurance, vacation pay, employment insurance, public liability and pr rty llama a insurance, sickness and accident insurance, and such other welfare and bane t 9 pension fund, payments forming part of the Contractor's normal labour costs. Rented Equipment means equi ant that is rented a leased for the special purpose of Work on a Time and Material Basis from a perso , firm, a corporation that is no[ an associate of the lessee as the word 'associate" is defined by the Se unties Act, R.S.O. 1990, c.S.5, as amended, and is approved by the Contract Administra[w. Road Work means the preps tion, construction, finishing, and construction maintenance of roads, streets, Highways, and parking lots and includes all work incidentals thereto other than work on structures. Sewer and Watermain Work maintenance of sewer systems means the preparation, construction, finishing, and construction nil watermain systems, and includes all work incidental theret th than work on structures. o o er Standby Time means any period Working Time does not exceed f time that is not considered Working Time and which together with the 10 hours i equipment cannot practically be u n any one Working Day and during which time a unit of don other work but must remain on the sit i its assigned task and during whic e n order to continue with time the unit is in fully operable condition. Structure Work means the con demolition of any bridge building faction, reconstruction, repair, alteration, remodelling, renovation, or tunnel or retai i i , , of the foundation of any bridge, , n ng wa l and includes the preparation for and the laying ilding, tunnel, a retaining wall and the instaNation of i n appurtenances incidental thereto. equ pme t and The 127 Rate means the rate for for Construction Equipment, InGu unit of Equipment as listed in OPSS 127, Schedule of Rental Rates ing Model and Speafication Ref work is carried out or fa Equipm i h erence, that is current at the time the t that is not so listed, the rate that has been calculated by the Owner us ng t e same principles as used , n determining The 127 Rates. Work on a Time and Material B sis means Chan i approved by the Contrail Adminis d ges n the Work, Extra Work, and Additional Work eta for payment on a Time and Material basis. The Work on a Ti an Material Basis shall be subj the Contract. me to aR the terms, conditions, Standard Specifications and provisions of Working Time means each peri engaged on a specific operation a h of time during which a unit of Equipment is actively and of necessity the first 2 hours of each immediately folbwing period durin hi h t e unit is not so engaged but du ' the unit cannot practicall be Iran g w c which the operation is otherwise proceeding and during which time d y with its assigned tasks and during erre to other work but must remain on the site in order to continue hich time the unit is in a fully operable condition. GC 8.02.04.02 Daily Wo Records .Ot Daily Work Records, prepay Contract Administrator reporti as the case may be by either the Contractor's representative or the the labour and Equipment empkryed and th M t Time and Material project, e a erial used on each ould be reconciled and signed each Day by both the Contractor's representative and the Con Records, then the Contracts ct Administrator. If it is not possible to reconale the Daily Work shall submit the whereby the resolution of the i un-reconciled Daily Wak Records with its claim, ispute about the Daily Work Recalls shall not be resolved until ther s a resolution of the Gaim. e Page 52 F2ev. Date: itY2gg6 OPSS.MUNI 100 GC 8.02.04.03. Payment for Work .01 Payment as herein provided shall be full compensation for alt labour, Equipment, and Material to do the Work on a Time and Material Basis except where there is agreement to [he 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 detemrned shall be applied to ail 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 8.02.04.00.01 Working Time .01 The Owner shall pay the Contractor for the Wotking Time of all Equipment, other than Rented Equiprtlent and Operated Rented Equipment, used on the Work on a Time and Material basis at The 12T Rates with a cost adjustment as fo0ows: a) Cost $10,000 or less - no adjus6nem: 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 pace approved by the Contract Administrator up to a me~dmurn of 110% of The 127 Rate. This constraint shall be waived when the Contract Administrator approves the invoice price prior to the use of the Rented Equipment. .03 The Owner shall pay the Contractor for the Working Time of Operated Rented Equipment used on the Work on a Time and Material Basis at 110% d the Operated Rented Equipment invoice price approved by the Contract Administrator prior to the use of the Equipment on the Work on a Time and Material Basis. GC 8.02.04.06.02 Standby Time .Ot The Owrter shall pay the Contractor for Standby lime of Equipment at 35% of The 127 Rate or 35% of the invoice pace whichever is appropriate. The Owner sha0 pay reasonable costs for Rented Equiprrtent where this is necessarily retained in the Working Area for extended periods agreed to by Page ~ Rev. Date: 112006 OPSS.MUNI 100 the Contract Administrator. This shall include Rented Equipment intended. for use on other work, but has been idled due to the d cumstances giving rise to the Work on a Time and Material Basis. .02 In addition, the Owner shal include the Cost of Labour of operators or assoda[ed labourers who cannot be otherwise empb d during the standby period or during the period of idleness caused by the circumstances giving ns to the Work on a Time and Material Basis. ' .03 The Contract Administrator ay require Rented Equipment idled by the circumstances giving rise to the Work on Time and M tarsal Basis to be returned to the lessor until the work requiring the equipment can be resumed. The Owner shall pay such costs as a result from such return. ' 04 When Equipment is transp. ed, solely for the purpose of the Work on a Time and Material Basis, to or from the Working Area a Time and Material basis, payment shall be made by the Owner only in respect of the transports g units. When Equipment is moved under its own power it shall be deemed to be working. Th method of moving Equipment and the rates shall be subject to the ' approval of the Contract Ad 'nistrator. GC 8.02.04.07 Payment for Hand Tools Ot Notwithstanding any other vision of this Section, no payment shall be made to the Contractor for or in respect of Hand Tools o equipment that are tools of the trade. GC 8.02.04.08 Payment for Work By Subcontractors .Ot Where the Contractor arran es for Work on a Tune and Material Basis, or a part of it, to be performed by Subcontracio on a Time and Material basis and has received approval prior to the commencement of such w ric, in accordance with the requirements of subsection GC 3.09, Subcontracting by the Cont ctor, the Owner shall pay the cost of Work on a Time and Material Basis by the Subcontractor calculated as if the Contractor had done the Work on a Time and Material Basis, plus a mark calculated on the following basis: a) 20% of the first $3,000; pl s b) 15% of the amount from 3,000 to $10,000; plus c} 5°~ of the amount in ex s of $10,000. .02 No further markup shall be a lied regardless of the extent to which the work is assigned or sublet to others. If work is assigned o~ sublet to an associate, as defined by the Securities Act, no markup whatsoever shall be applied. GC 8.02.04.09 Submission of Invoices .Ot At the start of the Work on a~Time and Material Basis, the Contractor shall provide the applicable labour and Equipment rates n already submitted to the Contract Administrator during the course of such work. .02 Separate summaries shaX be for Payment of Accounts on ; Directive or Change Order rn labour, Materials, and Equips incurred by the Contrador or summary. Page 54 ompleted by the Contractor according to the standard form "Summary Time and Material Basis." Each summary shall incude the Change nber and covering dates of the work arxt shall itemize separately the ant. invoices for Materials, Rented Equipment, and other charges the Work on a Time and Material Basis shall be irtcluded with each Rev. Date: 17/2006 OPSS.Ml1N1 100 .03 Each month the Contract Administrator shall inckide 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 Contractors invoice of the Work on a Time and Material Basis. .04 The final "Summary for Payment of Accounts on a Time and Material Basis" shall be submitted by the Contractor within 60 Days after the completion of the Work on a Time and Material Basis. GC 8.02.04.10 Payment Other Than on a Time and Material Basis .01 Clause GC 8.02.04 does not preclude the option of the Contract Administrator and the Contractor negWiatrrtg 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 .Of Except where there is agreement in writing to the contrary, the compensation, as herein provided, shall be accepted by the Contractor as compensation in full for profit and all costs and expenses arising out of the work, including all cost of general supervision, administration, and management Gme 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 Certfcate shah not be issued until all known defidendes have been adjusted or corrected, as the case may be, and the Contractor has discharged ail obliga0ons under the Contract GC 8.02.06 Payment of Workers .01 The Contractor shall, in addition to any fringe benefits, pay the workers employed on the Work in acwrdance with the labour conditions set out in the Contract and at intervals of not less than twice a month. .02 The Contractor shall require each Subcontractor doing any part of the Work to pay the workers empoyed by the Subcontractor on the Work in accordance with paragraph GC 8.02.06.01. .03 Where any person employed by the Contractor or any Sut>conirador or other person on the Work is paid less than the amount required to be paid under the Contract, the Owner may set off monies in accordance with douse GC 8.02.03.11, Owner's Set-Off. GC 8.02.07 Records .01 The Contractor shall maintain and keep accurate Records relating to the Work, Changes in the Work, Extra Work, and daims arising therefrom. Such Records shall be of suffident detail to support the total cost of the Work, Changes in the Work, and Extra Work. The Contractor shall preserve all such original Records until 12 months after the Final Acceptance Certificate is issued or until all claims have been settled, whichever is longer. The Contractor shall require that Subcontractors empoyed by the Contractor preserve all original Records peAaining to the Work, Changes in the Work, Extra Work, and daims arising therefrom for a similar period of time. .02 The Owner may inspect and audit the Contractor's Records relating to the Work, Extra Work, and Changes in the Work at any time during fhe period of the Contract The Contractor shall supply certfied cepies of any part of its Records required, whenever requested by the Owner. Pa)~ ~ Rev. pate: 7112006 OPSS.MUNI 100 GC 8.02.08 Taxes .Ot Where a change in Canadia Federal or Provincial taxes occurs after the date of tender closing for this Contract, and this than could not have been anticipated at the time of bidding, the Owner shall increase or decrease' Contract payments to account for the exact amount of tax change involved. ' .02 Claims for compensation for additional tax cost shall be submitted by the Contractor to the Contract Administrator on forms prov ed by the Contract Administrator to the Contractor. Such Gaims for additional tax costs shall be ubmitted not less than 30 Days after the date of Final Acceptance. ' .03 Where the Contractor be fits from a change in Canadian Federal w Provincial taxes, the Contractor shall submit to the Contract Administrator, on forms provided by the Contract Administrator, a statement such benefits. This statement shall be submitted not Eater than 30 Days after Final Acceptance. 04 Changes in Canadian Feder 1 w provincial taxes that impact upon commodities, which when left in place form part of the fini Work, or the provision of services, where such services form part of the Work and where them ufacture w supply of such commodities or the provision of such services is carried out by th Contractor or a Subcontractor, are subject to a claim or benefit as detailed above. Services in the latter context means the supply and operation of equipment, the provision of labour, and the s pply of commodities that do not form part of the Work. GC 8.02.09 .01 When liquidated damages a Work in accordance with the Contract Documents. Damages specified in the Contract and the Contractor fails to complete the ntract, the Contractor shall pay such amounts as are specified in the Page 56 Rev. Date: 17/2006 OPSS.MUNI 100